20
REQUEST FOR PROPOSALS FOR PROFESSIONAL DEVELOPMENT RFP #934(MP)2018-00 1 The Manor Independent School District (Manor ISD” “MISDor the District) is soliciting for Request For Proposals from qualified offerors for professional development that focuses on deepening Instructional Leaders’ understanding of Rigor and Relevance in planning and instruction. Request for Proposals must be addressed to the Administration at the address listed below and marked as follows: RFP #934(MP)2018-00 REQUEST FOR PROPOSALS FOR PROFESSIONAL DEVELOPMENT due no later than MONDAY, OCTOBER 2, 2017 AT 2:00 P.M. (CST) Manor ISD Attn: Carla Stevens, Business Operations Director 10335 US Hwy 290E Manor, Texas 78653 ANY PROPOSAL RECEIVED AFTER THE TIME AND DATE STATED ABOVE WILL NOT BE CONSIDERED. UNSIGNED PROPOSALS AND/OR PROPOSALS RECEIVED VIA FACSIMILE OR EMAIL WILL NOT BE CONSIDERED. ALL RESPONSES MUST BE RECEIVED AT THE ADDRESS SHOWN ABOVE. RESPONSES SENT/ DELIVERED TO ANY OTHER DISTRICT ADDRESS WILL NOT BE CONSIDERED. FAILURE TO COMPLY WITH SPECIFICATIONS MAY RESULT IN THE DISQUALIFICATION OF YOUR PROPOSAL. Offerors must provide all requested information; failure to comply with any portion of this solicitation will be reflected in the evaluation process. The MISD reserves the right to accept or reject any Submission or any part thereof or any combination of Submissions and to waive any or all formalities. All responses in the Submission may be used by the MISD in the selection process. The MISD reserves the right to verify the accuracy and completeness of all responses by utilizing any information available to the MISD without regard to whether such information appears in the Submission.

REQUEST FOR PROPOSALS FOR PROFESSIONAL · PDF fileunderstanding of Rigor and Relevance in planning and instruction and participate in ... 3. Quality of vendor’s goods and services

Embed Size (px)

Citation preview

REQUEST FOR PROPOSALS FOR

PROFESSIONAL DEVELOPMENT

RFP #934(MP)2018-00

1

The Manor Independent School District (“Manor ISD” “MISD” or “the District”) is soliciting for

Request For Proposals from qualified offerors for professional development that focuses on deepening

Instructional Leaders’ understanding of Rigor and Relevance in planning and instruction. Request

for Proposals must be addressed to the Administration at the address listed below and marked as

follows:

RFP #934(MP)2018-00 REQUEST FOR PROPOSALS FOR

PROFESSIONAL DEVELOPMENT

due no later than

MONDAY, OCTOBER 2, 2017 AT 2:00 P.M. (CST)

Manor ISD

Attn: Carla Stevens, Business Operations Director

10335 US Hwy 290E

Manor, Texas 78653

ANY PROPOSAL RECEIVED AFTER THE TIME AND DATE STATED ABOVE WILL

NOT BE CONSIDERED. UNSIGNED PROPOSALS AND/OR PROPOSALS RECEIVED

VIA FACSIMILE OR EMAIL WILL NOT BE CONSIDERED. ALL RESPONSES

MUST BE RECEIVED AT THE ADDRESS SHOWN ABOVE. RESPONSES SENT/

DELIVERED TO ANY OTHER DISTRICT ADDRESS WILL NOT BE CONSIDERED.

FAILURE TO COMPLY WITH SPECIFICATIONS MAY RESULT IN THE

DISQUALIFICATION OF YOUR PROPOSAL.

Offerors must provide all requested information; failure to comply with any portion of this

solicitation will be reflected in the evaluation process. The MISD reserves the right to accept or

reject any Submission or any part thereof or any combination of Submissions and to waive any

or all formalities. All responses in the Submission may be used by the MISD in the selection

process. The MISD reserves the right to verify the accuracy and completeness of all responses by

utilizing any information available to the MISD without regard to whether such information

appears in the Submission.

REQUEST FOR PROPOSALS FOR

PROFESSIONAL DEVELOPMENT

RFP #934(MP)2018-00

2

I. OVERVIEW

Pursuant to the provisions of Texas Education Code Chapter 44, Subchapter B, as amended, it is the

intention of the Manor Independent School District (“MISD” or “the District”) to select via the

Request for Proposal process, an individual consultant or firm to provide ongoing professional

development training to our Instructional Leadership Team for the 2017-2018 school year. Responses

to this Request for Proposals (“RFP”) are referred to herein as “proposals” or “submissions”.

Entities submitting proposals are referred to as “Offerors” or “Proposers”.

The RFP, Plans and Specifications (collectively referred to herein as the “RFP”) and addenda

may be obtained at:

www.manorisd.net >Inside MISD>Departments>Purchasing >Current RFPs-Purchasing.

PROPOSALS MUST BE RECEIVED NO LATER THAN

2:00 P.M. (CST) ON MONDAY, OCTOBER 2, 2017

Any Proposal received after such time will not be considered and will be returned unopened.

Proposals will be received by:

Mrs. Carla Stevens

Manor ISD, Business Operations Director

10335 US Hwy 290E

Manor, Texas 78653

One (1) original and (3) copies of the proposal must be submitted. Proposal envelopes must be plainly

marked on the outside as follows:

RFP #934(MP)2018-00 REQUEST FOR PROPOSALS FOR PROFESSIONAL

DEVELOPMENT

PROPOSALS MUST BE SUBMITTED ON THE PROPOSAL FORM ATTACHED AS EXHIBIT A.

THIS REQUEST FOR RFP CONTAINS REQUIRED TERMS AND DESCRIPTIVE

INFORMATION ABOUT THE SERVICES. RESPONSES NOT MADE AS SET FORTH IN THE

REQUEST FOR RFP MAY BE DEEMED NON-RESPONSIVE AND MAY NOT BE

CONSIDERED.

For questions regarding this Request for RFP, please contact Ms. Carla Stevens, Business Operations

Director, by email at [email protected]

All questions and answers will be posted on the District website at:

www.manorisd.net > Inside MISD >Departments >Purchasing >Current RFPs-Purchasing.

All questions shall be submitted by 4:00 P.M., Thursday, September 21, 2017. All questions with

answers will be posted on the District website by the end of the business day on Monday,

September 25, 2017.

REQUEST FOR PROPOSALS FOR

PROFESSIONAL DEVELOPMENT

RFP #934(MP)2018-00

3

Proposals are to include the information requested in Section VI of this Request for RFP in the

sequence and format prescribed. In addition to and separate from the requested information,

Offerors submitting proposals may provide supplementary materials further describing their

capabilities and experience.

Following the deadline for receipt, the MISD’s staff will open the Proposals at the location of the

mailing address. Within forty-five (45) days after the opening of the Proposals, the MISD shall

evaluate each Proposal submitted in relation to the selected criteria set forth below. The MISD shall

either select a consultant from the respondents to this Request for Proposals or reject all proposals.

The recommended ranking shall be based on the data furnished by the Offerors in response to the

Request for RFP. The following is a list of criteria and weight for each criterion. This criteria and

weight of criteria shall be utilized by the MISD pursuant to Texas Education Code Chapter 44,

Subchapter B:

The Purchase Price – 25 Points

The reputation of the vendor and of the vendor’s goods or services – 20 Points

The quality of the vendor’s goods or services – 15 Points

The extent to which the goods or services meet the district’s needs – 15 Points

The vendor’s past relationship with the district – 5 Points

The total long-term cost to the district to acquire the vendor’s goods or services – 15 Points

Any other relevant factor specifically listed in the request for proposals – 5 Points

All responses in the Proposal may be used to help the MISD select a contractor based on these

criteria. The MISD reserves the right to verify the accuracy and completeness of all responses by

utilizing any information available to the MISD without regard to whether such information appears

in the proposal.

II. COMMITMENTS OF THE MISD

1. The MISD reserves the right to withdraw this Request for RFP at any time and for any

reason.

2. Receipt of response by the MISD or submission of a response to the MISD or selection of

an Offeror for the purposes of negotiating a contract; confers no rights to the Offeror, nor

obligates the MISD in any manner.

3. The MISD reserves the right to award or not award a contract. The MISD also will award

the Contract to the party or parties that the Board of Trustees of the MISD determines to be

most qualified and most responsive to this Request for RFP.

4. The MISD is under no obligation regarding this Request for RFP until a written contract is

approved and executed by all parties and funding of the Project occurs.

5. The cost of developing a response is the sole responsibility of the Offeror. The MISD shall

not provide reimbursement of such cost, and shall not be liable for any response

preparation cost for any reason whatsoever.

REQUEST FOR PROPOSALS FOR

PROFESSIONAL DEVELOPMENT

RFP #934(MP)2018-00

4

III. INSTRUCTIONS TO OFFERORS

A. PROPOSAL FORM: The Proposal Form attached as Exhibit A must be filled out and

signed by the Offeror. Proposed price should be firm (fixed).

a. MISD is exempt from federal excise taxes, state and local sales and use taxes.

b. Failure to manually sign the offer will disqualify it.

B. TIME: Offeror agrees to hold the proposal open for acceptance for forty-five (45)

calendar days from the proposal due date.

C. WITHDRAWAL OF PROPOSALS: Offerors may request permission to withdraw a

proposal prior to the actual time for proposal opening. Such request must be made in person or

in writing at the same location designated to receive the proposal. The MISD will return the

proposal documents unopened at that time.

D. WAIVER: By submitting a proposal, each Offeror agrees to waive any claim it has or may

have against the MISD, its trustees, agents and employees, and any reference sources, arising

out of or in connection with the administration, evaluation, or recommendation of any

proposal; waiver of any requirements under the proposal documents; acceptance or rejection

of any proposal; and award of the proposal. The MISD shall have no contractual obligation

to any Offeror, nor will any Offeror have any property interest or other right in the proposal or

contract being proposed unless and until the contract is unconditionally executed and delivered

by all parties, and all conditions to be fulfilled by the Offeror have been fulfilled by the

Offeror.

E. OTHER INFORMATION: The MISD believes the information included in this Request

for RFP is materially accurate, however, the MISD does not warrant this information to be free

from errors or omissions. Offerors are encouraged to inspect the premises prior to submitting

a response.

F. THE OFFEROR MUST SUBMIT THE FOLLOWING ITEMS: 1. PROPOSAL FORM: Exhibit A, signed by Offeror.

2. RESPONSES TO INFORMATION REQUESTED: Section VI.

3. EXECUTION: Section VII

4. FELONY CONVICTION NOTIFICATION: See Exhibit B

5. NON-COLLUSION STATEMENT: See Exhibit C

6. MINORITY OWNERSHIP. See Exhibit D

7. DISCLOSURE OF INTERESTED PARTIES. See Exhibit E

8. CENTRAL TEXAS PURCHASING ALLIANCE. See Exhibit F

9. CONFLICTS OF INTEREST: Offeror acknowledges that it is informed that District

Policy and Chapter 176 of the Texas Local Government Code requires that persons, or

their agents, who seek to contract for the sale or purchase of property, goods, or services

with the District, shall file a completed conflict of interest questionnaire with the

appropriate district records administrator not later than the 7th business day after the date

REQUEST FOR PROPOSALS FOR

PROFESSIONAL DEVELOPMENT

RFP #934(MP)2018-00

5

that the person: (1) begins contract discussions or negotiations with the District; or (2)

submits to the District an application, response to a request for qualifications, submissions

or proposals, correspondence, or another writing related to a potential agreement with the

District. The conflict of interest questionnaire form is available from the Texas Ethics

Commission at www.ethics.state.tx.us. Completed conflict of interest questionnaires must

be included with responses to this RFP. Please consult your own legal counsel if you have

questions regarding the statute or form. See Exhibit G.

IV. SCOPE OF WORK

A. Services 1. Provide ongoing professional development that focuses on deepening Instructional Leaders’

understanding of Rigor and Relevance in planning and instruction and participate in

instructional rounds with the leadership team to identify strengths and next steps for

teachers as it relates to rigor and relevance.

2. Professional development should be structured in half-day settings with each Campus

Instructional Leadership Team.

3. Professional development is for fifteen (15) Manor ISD campuses and we are seeking

four (4) half-day trainings per campus.

4. Professional development will target approximately 75 MISD instructional leaders.

5. Professional development should align to MISD Curriculum.

6. Professional development should support MISD Mission: Manor ISD will ensure the social

emotional and academic development of every student through innovative opportunities.

B. Duration of Services

1. The contract for Professional Development services is from October 30, 2017, (pending

Board Approval) to June 30, 2018 with the option to renew for two-one year terms.

REQUEST FOR PROPOSALS FOR

PROFESSIONAL DEVELOPMENT

RFP #934(MP)2018-00

6

C. Evaluation and Award Process

1. Proposals received as a result of this solicitation will be evaluated and scored according to

the following scoring matrix:

Evaluation Criteria Max

Points

Vendor

Score

1. Purchase Price – Detailed description of rate of services per year 25

2. Reputation of the vendor and the vendor’s goods or services – 20 Points

total as distributed in 2 a. and 2 b.

2. a. Description of services and products 10

2. b. Experience: Success of services and products in school districts or

similar entities 10

3. Quality of vendor’s goods and services 15

4. Extent to which the goods or services meet the district’s needs 15

5. Vendor’s past relationship with district 5

6. Total long-term cost to the district to acquire the vendor’s goods and

services 15

7. Any other relevant factor specifically listed in the request for proposals –

RFP organization and completion 5

Maximum Total Points 100

Company Name:

Evaluator:

*Note: The Evaluation Criteria Scoring can be adjusted to fit each Request for Bid, Request for Proposal, Request

for Qualification, or any procurement process determined by the Purchasing Department.

REQUEST FOR PROPOSALS FOR

PROFESSIONAL DEVELOPMENT

RFP #934(MP)2018-00

7

V. FEDERAL COMPLIANCE GUIDELINES FOR THE USE OF FEDERAL FUNDS

The District has elected to solicit this invitation to bid under the requirements set forth by the

Code of Federal Regulations (CFR) Title 2 Grants and Agreements, Part 200

Uniform Administrative Requirements, Cost Principals, and Audit Requirements for Federal

Awards. (2 CFR 200). Following these federal requirements will allow for federal funds

entrusted to the District to be used to make purchases through the anticipated contract. The

CFR is the codification of the general and permanent rules published in the Federal Register

by the departments and agencies of the Federal Government produced by the Office of the

Federal Register (OFR) and the Government Publishing Office. The CFR may change during

the term of the contract and the supplier may be required to make adjustments as necessary.

By signing the Proposal Form in Exhibit A, supplier agrees that they as a company understand

and comply with all applicable areas identified below. Some of the areas may not be applicable

to this solicitation and it is the supplier's sole responsibility to identify which areas are

appropriate for the solicitation. Failure to affirm and agree to these requirements may, at the

District’s discretion, disqualify the associated response to this solicitation or limit the use of the

awarded contract based on the funding source.

The District reserves the right at any time within the contract term to require an awarded

supplier to reaffirm, sign and resubmit proper documentation stating that their company is not

debarred, nor have any other circumstances changed related to their original response.

The following items are applicable to all solicitations.

1. GENERAL. Included for all solicitations regardless of type or Specialty. 1.1. Debarment and Suspension (Executive Orders 12549 and 12689). A contract award

(see 2 CFR 180.220) must not be made to parties listed on the government wide Excluded Parties List System in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR Part 1986 Comp., p. 189) and 12689 (3 CFR Part 1989 Comp., p. 235), “Debarment and Suspension.” The Excluded Parties List System in SAM (sam.gov) contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Prior to award, the District will verify that the supplier is not currently listed as a debarred by the Federal government. If the supplier is found to be on the Federal debarment list, the District, at its sole option, may elect to not award to the supplier if the funds intended for use with the contract will be federal funds. If awarded and during the contract term the supplier becomes debarred, the supplier must notify the District within five (5) District business days of the debarment. The District, its sole judgment, may elect to cancel the associated contract or limit the contract to non-federal funds. Such judgment will be done in writing within twenty (20) District business days. During this assessment period, no contract orders can be placed by the District using federal funds.

1.2. Conflict of Interest. 2 CFR 200.318(c)(1) states that the District must maintain written

standards of conduct covering conflicts of interest and governing the actions of its

employees engaged in the selection, award and administration of contracts. No

employee, officer, or agent may participate in the selection, award, or administration

REQUEST FOR PROPOSALS FOR

PROFESSIONAL DEVELOPMENT

RFP #934(MP)2018-00

8

of a contract supported by a Federal award if he or she has a real or apparent conflict of

interest. Such a conflict of interest would arise when the employee, officer, or agent,

any member of his or her immediate family, his or her partner, or an organization which

employs or is about to employ any of the parties indicated herein, has a financial or

other interest in or a tangible personal benefit from the contract awarded to a specific

supplier. The officers, employees, and agents of the District may neither solicit nor

accept gratuities, favors, or anything of monetary value from suppliers or parties

to subcontracts.

However, the District may set standards for situations in which the financial interest is

not substantial or the gift is an unsolicited item of nominal value. The standards of

conduct must provide for disciplinary actions to be applied for violations of such

standards by officers, employees, or agents of the District. It is the responsibility for

the supplier to identify and make the District aware any potential conflicts of interest

that exist between their company and the District. Failure to do so will cause the

associated supplier response to be disqualified from further consideration, or if

already awarded, the associated contract will be cancelled based on cause. 1.3. Termination for Cause. All federal contracts in excess of $10,000 must address

termination for cause and for convenience by the non-Federal entity including the manner by which it will be effected and the basis for settlement. As per the District’s Purchase Order Terms and Conditions (available at www.manorisd.net), the District does not have a threshold, so therefore, all contracts for any amount may be terminated for cause (Purchase Order Terms and Conditions, section 7.Termination).

1.4. Byrd Anti-Lobbying Amendment (31 U.S.C. 1352). The Byrd Amendment applies to all federal contracts, grants, or cooperative agreements, and subcontracts expected to exceed the Simplified Acquisition Threshold (SAT). All contractors and subcontractors should comply with the requirements of this Act. Suppliers must certify for orders over the SAT that they have not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. The supplier must also disclose any lobbying with non- Federal funds that takes place in connection with obtaining any Federal award.

1.5. Small Purchases (2 CFR 200.320). Small purchase procedures are those relatively

simple and informal procurement methods for securing services, supplies, or other

property that do not cost more than the Simplified Acquisition Threshold (SAT). If

small purchase procedures are used, price or rate quotations must be obtained from an

adequate number of qualified sources. Specifically for multiple award catalog-based or

no identifiable pricing, the District may be required to submit a request for quotation

from the contracted vendors for the purpose of meeting the competitive bidding

requirement of this section. 1.6. Buy American Act. Purchases must be in compliance with all applicable provisions of the

Buy America Act. Purchases made in accordance with the Buy America Act must still follow the applicable procurement rules calling for free and open competition.

2. LARGE PURCHASES. For individual purchases that exceed the Simplified Acquisition

Threshold.

2.1. Simplified Acquisition Threshold. Contracts for more than the Simplified Acquisition

REQUEST FOR PROPOSALS FOR

PROFESSIONAL DEVELOPMENT

RFP #934(MP)2018-00

9

Threshold (SAT) currently set at $150,000 which is the inflation adjusted amount

determined by the Civilian Agency Acquisition Council and the Defense Acquisition

Regulations Council (Councils) as authorized by 41 U.S.C. 1908, must address

administrative, contractual, or legal remedies in instances where contractors violate or

breach contract terms, and provide for such sanctions and penalties as appropriate. In

any case, contracts in excess of the state’s or state agency threshold must address the

foregoing. Any purchase that meets or exceeds the SAT threshold will require

additional cost/price analysis by the District. The supplier may be required to provide

additional documentation to support this requirement based on the federal requirements

at the time of the purchase. 2.2. Cost Analysis / Negotiation of Profit (2 CFR 200.323). For contracts over the SAT,

the District must negotiate profit as a separate element of the price for each contract in which there is no price competition, including solicitations that received only one viable response. In all cases, a cost analysis is to be performed by the District. To establish a fair and reasonable profit, consideration must be given to the complexity of the work to be performed, the risk borne by the contractor, the contractor's investment, the amount of subcontracting, the quality of its record of past performance, and industry profit rates in the surrounding geographical area for similar work.

2.3. Supplier Violation or Breach of Contract Terms. For contract awards valued at or greater than the Simplified Acquisition Threshold (SAT) must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. Provisions regarding supplier conflicts and warranty are included in the District’s Purchase Order Terms and Conditions (available at www.manorisd.net, section 13.Resolution of Conflicts or Inconsistencies Occurring in the Order, section 17. Warranty).

2.4. Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act

(33 U.S.C. 1251-1387), as amended. Contracts and subgrants of amounts in excess

of $150,000 must contain a provision that requires the non-Federal award to agree to

comply with all applicable standards, orders or regulations issued pursuant to the Clean

Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as

amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal awarding

agency and the Regional Office of the Environmental Protection Agency (EPA).

3. CONSTRUCTION (applies only to solicitations for construction under TGC 2269)

3.1. Davis-Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal

program legislation, all prime construction contracts in excess of $2,000 awarded by

non-Federal entities must include a provision for compliance with the Davis-Bacon

Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor

regulations (29 CFR Part 5, “Labor Standards Provisions Applicable to Contracts

Covering Federally Financed and Assisted Construction”). In accordance with the

statute, contractors must be required to pay wages to laborers and mechanics at a rate not

less than the prevailing wages specified in a wage determination made by the Secretary

of Labor. In addition, contractors must be required to pay wages not less than once a

week. The non-Federal entity must place a copy of the current prevailing wage

determination issued by the Department of Labor in each solicitation. The

decision to award a contract or subcontract must be conditioned upon the acceptance of

the wage determination. The non-Federal entity must report all suspected or reported

violations to the Federal awarding agency. The contracts must also include a provision

REQUEST FOR PROPOSALS FOR

PROFESSIONAL DEVELOPMENT

RFP #934(MP)2018-00

10

for compliance with the Copeland “Anti-Kickback” Act (40 U.S.C. 3145), as

supplemented by Department of Labor regulations (29 CFR Part 3, “Contractors and

Subcontractors on Public Building or Public Work Financed in Whole or in Part by

Loans or Grants from the United States”). The Act provides that each contractor or

subrecipient must be prohibited from inducing, by any means, any person employed in

the construction, completion, or repair of public work, to give up any part of the

compensation to which he or she is otherwise entitled. The non- Federal entity must

report all suspected or reported violations to the Federal awarding agency. 3.2. Equal Employment Opportunity. Except as otherwise provided under 41 CFR

Part 60, all contracts that meet the definition of “federally assisted construction contract” in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 CFR Part,1964-1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and implementing regulations at 41 CFR part 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.”

3.3. Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable, all contracts awarded by the non-Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence.

4. SPECIALIZED PROCUREMENTS. Applies only to solicitations for with specialized

requirements as identified. 4.1. Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets

the definition of “funding agreement” under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awarding agency.

4.2. Energy Policy and Conservation Act (42 U.S.C.6201). Mandatory standards and

policies relating to energy efficiency which are contained in the state energy

conservation plan issued in compliance with the Energy Policy and Conservation Act.

4.3. Solid Waste Disposal Act. A non-Federal entity that is a state agency or agency of a

political subdivision of a state and its contractors must comply with section 6002 of the

Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act.

The requirements of Section 6002 include procuring only items designated in

guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that

REQUEST FOR PROPOSALS FOR

PROFESSIONAL DEVELOPMENT

RFP #934(MP)2018-00

11

contain the highest percentage of recovered materials practicable, consistent with

maintaining a satisfactory level of competition, where the purchase price of the item

exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year

exceeded $10,000; procuring solid waste management services in a manner that

maximizes energy and resource recovery; and establishing an affirmative procurement

program for procurement of recovered materials identified in the EPA guidelines.

VI. INFORMATION TO BE PROVIDED BY OFFERORS

Please provide the following information concerning your firm.

Section 1: General Information

1-1. Please provide a cover letter that includes the name, business address, telephone number,

fax number, type of organization (individual, partnership, corporation, association),

number of employees in the home and any field offices, a brief statement of interest and

information regarding your organizational structure, availability, and intent to perform

services. The letter shall also include general qualifications for selection and signature of

an authorized officer of the Offeror who has legal authority in such matters.

1-2. Describe any substantial changes in ownership of your firm during the past five (5) years.

How many years has your firm operated in its current form of business operation?

Section 2: Applicant Management Services

2-1. Provide a statement on the availability and commitment for all team members and how

the management services will assist the District with executing professional development

services.

Section 3: Applicant Experience

3-1. Provide a comprehensive list of all services for which the applicant firm has provided

comparable services for Texas Public School District in the past three (3) years. Include

total cost and Client/Owner contact information.

3-2. What do you bring to the project team that is unique? Please answer in essay form.

3-3. Describe all instances in which your firm was unable to complete the work under a

contract.

REQUEST FOR PROPOSALS FOR

PROFESSIONAL DEVELOPMENT

RFP #934(MP)2018-00

12

VII. EXECUTION

The foregoing is true and correct. The MISD, or any authorized representative of the MISD, is

authorized by the undersigned to contact any firm, institution, or person listed above to obtain

information about our firm's services and any other information which the MISD might determine as

being desirable.

Offeror: By:

(Signature)

(Printed Name)

(Title)

REQUEST FOR PROPOSALS FOR

PROFESSIONAL DEVELOPMENT

RFP #934(MP)2018-00

13

EXHIBIT A

PROPOSAL FORM

IDENTIFICATION OF OFFEROR AND ACCEPTANCE OF TERMS IMPORTANT: A proposal, to be valid, must be manually signed in ink by an authorized person in

the space provided. By such signature, offeror agrees to strictly abide by the terms, conditions, and

specifications set out in the Request for Proposal. Offeror also agrees to the Federal Compliance

Guidelines for the Use of Federal Funds.

1.1 TO: Manor Independent School District

10335 US Hwy 290E

Manor, Texas 78653

1.2 SUBMITTED BY:

Address:

Phone No.:

Fax: Date

Email: Signature:

1.3 PROPOSAL BREAKDOWN

Undersigned agrees to provide products or services, for the FIXED-PRICE PROPOSAL

amount of:

1.4 ADDENDA: Undersigned acknowledges receipt of Addenda:

(Nos. & Dates)

Dollars

(Amount written in words governs)

$ (Amount in Figures)

REQUEST FOR PROPOSALS FOR

PROFESSIONAL DEVELOPMENT

RFP #934(MP)2018-00

14

EXHIBIT B

FELONY CONVICTION NOTIFICATION State of Texas Legislative Senate Bill No.1, Section 44.034, Notification of Criminal History, Subsection (a)

states “a person or business entity that enters into a contract with a school district must give advance notice to

the district if the person or an owner or operator of the business entity has been convicted of a felony. The

notice must include a general description of the conduct resulting in the conviction of a felony.”

Subsection (b) states “a school district may terminate a contract with a person or business entity if the district

determines that the person or business entity failed to give notice as required by Subsection (a) or

misrepresented the conduct resulting in the conviction. The district must compensate the person or

business entity for services performed before the termination of the contract.”

This notice is not required of a Publicly-held Corporation.

I, the undersigned agent for the firm named below, certify that the information concerning notification of

felony convictions has been reviewed by me and the following information furnished is true to the best of my

knowledge.

Vendor’s Name:

Authorized Company Official’s Name (Printed):

a. My firm is a publicly held corporation; therefore, this reporting requirement is not applicable:

Signature of Company Official

b. My firm is not owned nor operated by anyone who has been convicted of a felony.

Signature of Company Official

c. My firm is owned or operated by the following individual(s) who has/have been convicted

of a felony:

Name of Felon(s)

Details of Conviction(s)

Signature of Company Official

REQUEST FOR PROPOSALS FOR

PROFESSIONAL DEVELOPMENT

RFP #934(MP)2018-00

15

EXHIBIT C

ACKNOWLEDGMENT FORM - NON-COLLUSION STATEMENT The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation,

firm, partnership or individual has not prepared this submission in collusion with any other proposer, and

that the contents of this submission as to prices, terms or conditions of said submission have not been

communicated by the undersigned nor by any employee or agent to any other person engaged in this type of

business prior to the official opening of this submission.

Vendor:

Address:

Phone: FAX:

Respondent (Signature):

Respondent (Print Name):

Position with Company:

Signature of Company Official Authorizing Submission:

Company Official (Print Name):

Official Position:

REQUEST FOR PROPOSALS FOR

PROFESSIONAL DEVELOPMENT

RFP #934(MP)2018-00

16

EXHIBIT D

MINORITY OWNERSHIP The District has elected to solicit this invitation to under the requirements set forth by the Code

of Federal Regulation (CFR) Title 2 Grants and Agreements, Part 200 Uniform Administrative

Requirements, Cost Principals, and Audit Requirements for Federal Awards (2 CFR 200). In

section §200.321 Contracting with small and minority businesses, women’s business enterprises,

and labor surplus area firms, the District must take all necessary affirmative steps to assure that

minority businesses, women’s business enterprises, and labor surplus area firms are used when

possible.

Is your firm a minority and/or woman owned firm? Yes No

What is the percentage of ownership that is minority or woman owned? ____________________________

List all organizations that have issued your minority status:

______________________________________________________________________________________

______________________________________________________________________________________

______________________________________________________________________________________

______________________________________________________________________________________

______________________________________________________________________________________

Vendor’s Name: ___

Authorized Company Official’s Name (Printed):

REQUEST FOR PROPOSALS FOR

PROFESSIONAL DEVELOPMENT

RFP #934(MP)2018-00

17

EXHIBIT E

DISCLOSURE OF INTERESTED PARTIES

Effective January 1, 2016, Manor Independent School District must comply with the “Disclosure

of Interested Parties”, mandated by Texas HB 1295, as implemented by the Texas Ethics

Commission. Briefly stated, all contracts requiring an action or vote by the governing body of

the entity or agency before the contract may be signed (regardless of the dollar amount) or has a

value of at least $1 million will require the on-line completion of Form 1295 “Certificate of

Interested Parties”, per Texas Government Code Statute 2252.908. Form 1295 is also required

for any and all contract amendments, extensions or renewals. All entities are required to

complete and file electronically with the Texas Ethics Commission using the online filing

application.

Step 1. Business Entity completes Form 1295 in electronic format on the Texas Ethics

Commission website - Form 1295 Filing Application

Step 2. Upon receipt of a completed Interested Parties Disclosure Form, Texas Ethics

Commission issues a Certification of Filing to the business Entity and the business Entity

download(s), print, sign(s) and notarize(s) Form 1295. An authorized agent of the business entity

will need to sign the printed copy of the form and have the form notarized.

Step 3. At the time of submission of the solicitation to Manor ISD the Business Entity must

submit the completed notarized Form 1295 with the Certification of Filing with their contract

(i.e. CSP, RFP, RFQ,…) Upon receipt, Manor ISD may proceed with the award and/or execution

of the contract.

Step 4. Not later than the 30th

day after the date the contract has been signed by all parties,

Manor ISD must notify the Texas Ethics Commission (in electronic format) of the receipt of (1)

Form 1295, and (2) the Certification of Filing.

Step 5. Not later than the 7th

business day after receipt of the above notice, Texas Ethics

Commission makes the disclosure available to the public by posting the disclosure on its website.

REQUEST FOR PROPOSALS FOR

PROFESSIONAL DEVELOPMENT

RFP #934(MP)2018-00

18

Definitions:

a. “Contract” includes amended, extended, or renewed contract.

b. “Business entity” includes an entity through which business is conducted with a

governmental entity or state agency, regardless of whether the entity is a for-

profit or nonprofit entity. The term does not include a governmental entity or

state agency.

c. “Controlling interest” means: (1) an ownership interest or participating interest

in a business entity by virtue of units, percentage, shares, stock, or otherwise

that exceeds 10 percent; (2) membership on the board of directors or other

governing body of a business entity of which the board or other governing

body is composed of not more than 10 members; or (3) service as an officer of

a business entity that has four or fewer officers, or service as one of the four

officers most highly compensated by a business entity that has more than four

d. “Interested party” means: (1) a person who has a controlling interest in a

business entity with whom a governmental entity or state agency contracts; or

(2) a person who actively participates in facilitating a contract or negotiating

the terms of a contract with a governmental entity or state agency, including a

broker, intermediary, adviser, or attorney for the business entity.

e. “Intermediary,” for purposes of this rule, means, a person who actively

participates in the facilitation of the contract or negotiating the contract,

including a broker, adviser, attorney, or representative of or agent for the

business entity who:

(1) Receives compensation from the business entity for the person’s

participation;

(2) Communicates directly with the governmental entity or state agency on

behalf of the business entity regarding the contract; and

(3) Is not an employee of the business entity.

To obtain additional information on HB 1295, and to complete the online Form 1295, and to

learn more about Texas Ethics Commission process to create a new account or to complete an

electronic version of Form 1295 for submission with a signed contract, please go to the

following website:

https://www.ethics.state.tx.us/tec/1295-Info.htm

Instructional Videos for Business Entities on how to file online can be found at:

https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm

REQUEST FOR PROPOSALS FOR

PROFESSIONAL DEVELOPMENT

RFP #934(MP)2018-00

19

EXHIBIT F

CENTRAL TEXAS PURCHASING ALLIANCE (CTPA)

Adoption Clause

Interlocal Agreements with other School Districts through the Central Texas Purchasing Alliance

A. Membership. Manor ISD is a member in good standing of the Central Texas Purchasing Alliance

(CTPA / txctpa.org), an alliance of over 40 school districts in Texas representing over a million

students, sharing information, services and contractual opportunities. CTPA is an alliance created in

accordance with Section 791.001 of the Texas Government Code through interlocal agreements.

B. Adoption of Awarded Contracts. In support of this collaborative effort, all awards made by Manor

ISD may be adopted by other active CTPA member districts. By adopting a contract from another

CTPA member district, the adopting district has met the competitive bidding requirements established

by the Texas Education Code, Section 44.031(a)(4) and as required by the adopting district’s policies.

There is no obligation on either party to participate unless both parties agree. The goods and services

provided under the contract will be at the same or better contract pricing and purchasing terms

established by the originating district.

C. Adopted Contract Management. The adopting district shall be responsible for the management of

the new contract and all payments to the contracted vendor. The originating district shall have no

responsibilities under the new contract agreement.

BY SIGNATURE BELOW, THE VENDOR HEREBY AUTHORIZES THE MEMBER DISTRICTS AS INDICATED BELOW TO ADOPT ANY CONTRACT RESULTING FROM THE VENDOR’S RESPONSE TO THIS SOLICITATION: YES

NO YES, with the exception of the following districts:

Company Name:

Printed Name of Authorized Company Official:

Signature of Company Official: Date:

REQUEST FOR PROPOSALS FOR

PROFESSIONAL DEVELOPMENT

RFP #934(MP)2018-00

20

EXHIBIT G