Request for Proposal Template


Request for Proposal Template - Rackcdn.comac1950af3ceefeabf780-5a080c52246e50dbf3394147fb757de2.r62.cf1.rackcdn.com/...

4 downloads 124 Views 432KB Size

REQUEST FOR PROPOSAL: RFP 889 for Reading Intervention PreK-12 and Disciplinary Literacy 6-12 Online Programs emphasizing Social Studies and Science content This request for proposal consists of 11 pages beginning with this one. Milwaukee Public Schools (“MPS”) is soliciting competitive sealed proposals from qualified professional firms to provide disciplinary Literacy 6-12 online programs emphasizing social studies and science content for Tier 1,Tier 2 and/or Tier 3 reading and content, including interventions from qualified preK-12 online learning vendors, complying with all terms and conditions described in this document. Proposals will be accepted no later than 2:00 p.m. central time, May 19, 2015. Proposals received after this time will not be accepted. See Section 3.3 Submission of the Response. Mark all documents RFP 889. Mail or deliver all proposals and accessory documents to: MILWAUKEE PUBLIC SCHOOLS PROCUREMENT AND RISK MANAGEMENT (Office of Finance) 5225 WEST VLIET STREET, ROOM 160 MILWAUKEE WI 53208 Proposals must be manually signed on this MPS form in the space provided below. Please submit 11 sets of your proposal. Clearly mark the original copy as “ORIGINAL” on the cover. I have read the terms and conditions of this RFP and submit for consideration the attached proposal and exhibits, if any. The fees and costs in this proposal have been arrived at independently, and have not been divulged, discussed, or compared with the proposals of other respondents. No attempt has been made nor will be made to induce any other person or firm to submit or not submit a proposal for the purpose of restricting competition. I acknowledge I have read and understand the CCS Requirements, and that any proposed HUB and or Student Engagement participation is binding, real, and substantial as defined in Section 1.3. I acknowledge that there is no conflict of interest as defined in the Terms and Conditions for Request for Proposal found at http://mps.milwaukee.k12.wi.us (then click on “District”, “Vendors & Contractors”, “Vendors”, and “Terms & Conditions”) unless otherwise expressly disclosed by attachment to this page. By signing below, Proposer agrees to the Terms and Conditions for Request for Proposal found at http://mps.milwaukee.k12.wi.us which are herein expressly incorporated by reference.

Company Name

Company Telephone Number

Company Address

Company Fax Number

City, State, Zip Code

Email Address

Authorized Signer’s Full Name and Title

Authorized Signature

Federal Tax ID Number

3/15 Template

Date

1.0

REQUEST FOR PROPOSAL OVERVIEW Project Name:

Reading Intervention PreK-12 and Disciplinary Literacy 6-12 online programs emphasizing social studies and science content RFP Number: RFP 889 RFP Release Date: April 28, 2015 RFP Due Date: May 19, 2015 1.1

Definitions Contractor means each successful respondent awarded a contract. CCS means Contract Compliance Services District means the Milwaukee Public Schools. HUB (“Historically Underutilized Business”) means a for-profit business that is 51% or more owned, controlled, and managed by CERTIFIED minority, women, disadvantaged, emerging, SBA-8A or other MPS-targeted business owners who have been certified as such by an MPS-recognized agency. MPS means the Milwaukee Public Schools. Proposer/vendor/respondent means a firm submitting a response to this RFP. RFP means Request for Proposal. Student Engagement means a method of further educating MPS students through required MPS contractor involvement in career education and employment opportunities for students.

1.2

Scope of Services Sought Milwaukee Public Schools is seeking Disciplinary Literacy 6-12 online programs emphasizing social studies and science content for Tier 1, Tier 2 and/or Tier 3 reading and content, including reading interventions from qualified preK-12 online learning vendors. Vendors can respond to part of or all of the scope of services sought, however, must have the ability to provide the specification set forth in Section 1.2 (C) Program Support and Evaluation. Any contracts awarded will be for a term of one year with the option to renew for up to two additional one year periods. A) Disciplinary Literacy Disciplinary Literacy 6-12 online programs emphasizing social studies and science content are to be delivered by social studies and science teachers and should be complementary to the core content (Tier 1) instruction. Tier 2 interventions are targeted supplemental instruction to be delivered by the classroom teacher to students not making the expected level of progress in some part of classroom instruction. Tier 2 interventions do not supplant Tier 1 (core classroom) instruction. It is anticipated that the intervention may be given for up to two additional 60 minutes three to five times a week. Tier 3 interventions are accelerated, intensive instruction targeted to specific student needs. Tier 3 interventions may supplant Tier 1 and Tier 2 instructional materials. It is anticipated that the intervention may be given for up to 40-90 additional minutes daily. All disciplinary literacy programming and interventions must be consistent with the MPS Comprehensive Literacy Plan found on the MPS portal and aligned to Common Core State Standards and best practices. Preference will be given to more comprehensive disciplinary literacy programs and interventions covering multiple grade levels and domains. B) Reading Intervention Respondents may provide an Excel spreadsheet that denotes whether their program/product works within the RtI (Response to Intervention) framework and incorporates elements of the MPS Comprehensive Literacy Plan with the following requirements: 

The program must include explicit, appropriately scaffolded, culturally relevant, scientifically-based instruction that integrates all components of comprehensive literacy.

2

 

      

The program must contain a strong instructional component focused on the five essential components of reading: phonemic awareness, phonics, vocabulary, fluency and comprehension. Optimal interventions will also support ELA/writing development. The program must provide explicit literacy instruction with a strong focus on highly effective, evidence-based strategies and comprehensive resources to address learners in need of both strategic and intensive supports, including English Language Learners (ELLs). Optimal submissions will include Spanish language supports for use in bi-lingual classrooms, as well as scaffolds for ELLs in monolingual classrooms. The program must build disciplinary literacy strategies, content background, vocabulary, comprehension skills and fluency. To the extent possible, the program should be aligned to and reinforce learning to the standards in the core content areas (e.g. science, social studies). The program must provide cumulative and sequential multi-sensory activities, engaging students while establishing skills in disciplinary literacy, phonemic awareness, phonics, fluency, vocabulary and comprehension. The program should be self-adapting to respond to the needs and progress of the learner. The program must allow for increasingly intense instruction and additional practice opportunities based on individual student needs. The program must provide opportunities to frequently conduct quick, informal assessments and include an embedded progress monitoring tool and mechanisms for regular feedback to students and teachers. The program must provide targeted instruction for accelerated learning. The program must be one that can be implemented with limited teacher professional development and support (e.g. students can work independently).

C) Program Support and Evaluation • Must provide technology based supports for independent practice, enrichment and reinforcement of skills. • Must provide supports for professional development throughout the duration of the program. • Must provide benchmark and progress monitoring assessments as a built-in component to guide instruction and provide on-going feedback to students, staff and families. • Must provide a solid scope and sequence aligned to key content domains and Common Core State Standards. • Must enable students to participate and achieve in grade-level classes. • Must have demonstrated evidence of effectiveness, including alignment to National Center for Response to Intervention review standards. • Must be systemic, explicit and have been used with success in similar schools and districts for this purpose. • Must report any existing implementation in the District, location and length of implementation period, performance outcomes, and implementation challenges. • Must have data that support its success with special needs and ELL students. • Must provide a multi-media approach, including technology to engage students in a variety of independent and selfguided learning opportunities. The successful vendor will be responsible for developing an implementation plan and face-to-face status meetings as determined by the functional lead. The proposed solution must meet MPS’ Technical, Performance, Data Exchange and Integration requirements (Exhibit A). Any questions regarding these requirements should be submitted with all others as directed in Communication/Questions. Renewal option for the second and third years will be based upon the following criteria: Criteria for Renewal

Points

Quality of Comprehensive product.

15

Documentation of progress.

20

Technological support.

15

3

Responsiveness in meeting the needs of MPS Customer Service.

20

Quality of Professional Development provided to educators.

15

Cost effective.

15

Vendors must attain a minimum score of 90 points to be eligible for contract renewal. 1.3

Contract Compliance Services (CCS) Requirements In educating the children and youth of Milwaukee, MPS is also a primary purchaser of goods and services in the Milwaukee marketplace. MPS believes it is obligated to display in its own operations the values of excellence, diversity, and economic responsibility that it strives to teach its students. To that end, many MPS contracts require the use of Historically Underutilized Business (HUB) firms and the engagement of the MPS contract awardee in Student Employment and/or Student Career Education activities. The HUB participation requirement for this RFP is 0% per 12-month contract. The Student Engagement Requirement for this RFP is: 400 hours of Student Employment per 12-month contract 0 hours of Career Education per 12-month contract The following are definitions of major terms as described within Policy 3.10. Failing to meet the assigned CCS Requirements can result in financial sanction. This will become a binding part of the contract. Failure to return the required forms will result in your proposal being deemed non-responsive and ineligible for consideration. MPS reserves the right to award a contract to the vendor who submits a meaningful utilization plan that provides a real opportunity for HUB involvement. All information relating to the HUB participation requirement and the Student Engagement Requirement, including all forms that must be filled out, can be found at http://mps.milwaukee.k12.wi.us/en/District/About-MPS/SchoolBoard/Contract-Compliance-Services.htm (then click on Forms and Schedules, then click on Vendors), which is herein expressly incorporated by reference. ALL HUB PARTICIPATION MUST BE COMMERCIALLY USEFUL TO THIS PROJECT. “Commercially Useful” means the goods and/or services to be provided by the HUB firm are a direct function of the scope of services described in the RFP. The HUB requirement may be met in several ways: (1) by identifying yourself as a certified HUB vendor who intends to perform a minimum of the required HUB participation for this RFP; (2) by engaging in a joint venture with a certified HUB firm; (3) by subcontracting with a certified HUB firm(s); or (4) by making secondtier purchases from a certified HUB firm(s). Respondents are free to meet HUB participation requirements with any certified HUB vendor as long as proof of certification is provided. You may also contact CCS for a list of MPSregistered HUB firms. HUB firms are defined as for-profit businesses 51% or more owned, controlled, and managed by minority, women, disadvantaged, small or other MPS-targeted business owners who have been certified as such by an MPS-recognized agency. If a HUB participation requirement has been assigned, vendors must submit Appendix A- HUB Utilization Plan. If a Student Engagement requirement is assigned, the following forms are required to be filled out at bid submission Schedule H1-A Student Employment Commitment Form and Schedule H1-B Student Career Education Plan Commitment and Schedule H1-C Alternative Placement Request Student Employment. If both HUB and Student Engagement requirements are assigned, all forms related to both requirements must be addressed in the response. Student Engagement Program seeks to maximize contractor involvement in career education and employment opportunities for students. This program component consists of specific requirements for contractors to engage in.

4

They are: (1) career education activities that directly involve MPS students and/or (2) fulfilling paid student employment hours that provide students with an actual work experience. If a project is required to have student employment, MPS shall designate prior to bid, the total MPS student hours of employment required. The students must be MPS students registered through CCS who have completed the required job readiness training and once hired, students shall receive at minimum the Livable Wage Rate as identified by the City of Milwaukee. The successful bidder will be required to commit to providing a meaningful employment experience for one or more MPS students. Under no circumstances shall students work under conditions that would be considered a hazardous work environment. Note: Even if there are no HUB or Student Engagement requirements, you must still fill out the Appendix B- Prime Vendor Information Sheet, found at http://mps.milwaukee.k12.wi.us/en/District/About-MPS/SchoolBoard/Contract-Compliance-Services.htm (then click on Forms and Schedules, then click on Vendors), this information will not be used in making any award and is kept solely for statistical reporting purposes to the Board of School Directors). Please note that Proposers’ status as a 501(c)(3) does not exempt it from these requirements.

For the following form(s) whose box is checked below, respondents must complete and return the forms with submission or your RFP will be rejected as non-responsive. The required forms are attached to this RFP. Fillable versions of these same forms can also be found at http://mps.milwaukee.k12.wi.us/en/District/About-MPS/School-Board/Contract-ComplianceServices.htm (then click on Forms and Schedules, then click on Vendors). If you use the fillable version of the forms, you must still print, sign, and attach to your RFP submission.  Appendix A- HUB Utilization Plan (If box is checked, current certification document, with NAICS code, must be    

submitted with RFP response.) Appendix B- Prime Vendor Information Sheet (Mandatory for every RFP response.) Schedule H1-A Student Employment Commitment Schedule H1-B Student Career Awareness/Education Plan/Commitment Schedule H1-C Alternative Placement Request Student Employment

MPS’ CCS Manager will be the sole judge of the suitability and completeness of the returned forms and assign a “Pass”/ “Fail” determination accordingly. Responses determined to have “Failed” will be rejected as non-responsive. For information on MPS’ HUB program, contact the Office of Contract Compliance Services at [email protected] . Note: In the event that this RFP does not contain specific mandatory requirements, MPS reserves the right to assign to proposers who utilize a MPS certified HUB vendor and or commit to Student Engagement up to 10 additional points. To be eligible to receive these points, proposers must detail in their proposal what role the HUB subcontractor will be responsible for in the project and/or specify engagement of MPS students within a 12-month contract period. Forms can be found at http://mps.milwaukee.k12.wi.us and must be completed and returned with your proposal for credit consideration. MPS’ CCS Manager will be the sole judge of the suitability of the proposed participation and assign points accordingly. For information on MPS’ CCS program, contact the Office of Contract Compliance Services at [email protected] . 2.0

ABOUT MILWAUKEE PUBLIC SCHOOLS It is expected that successful vendors will establish a strong partnership with MPS. As a strong partner, successful vendors will need to become fully acquainted with the business of MPS: Educating Milwaukee’s children. For a full description of Milwaukee Public Schools, its mission, demographics, and vision can be found at http://mps.milwaukee.k12.wi.us.

5

3.0

INSTRUCTIONS TO THE VENDOR

3.1

Communication/Questions Vendors are expected to raise any questions, or additions they have concerning the RFP document as soon as they become aware of them. Any questions or requests for clarifications must be directed in writing to and received by [email protected] no later than time, 9:00 am central time, Tuesday, May 5, 2015. The subject line of the email must be labeled “RFP 889 - Question.” The only contact allowed with MPS staff is through [email protected], as stated above. Unauthorized contact of any MPS employee is cause for rejection of the RFP response. Any additional information or clarifications that are provided to one bidder will be provided to all bidders in the form of an addendum posted to the MPS portal at http://mps.milwaukee.k12.wi.us. Vendors are responsible for checking this site for any addenda that may be issued.

3.2

Calendar of Events The dates set forth below are for informational purposes only. All dates are tentative and subject to change.

3.3

Milestone

Date

Issue RFP Deadline for Submission of Written Questions Proposal Due Date Proposal Evaluations and Negotiations

April 28, 2015 May 5, 2015 May 19, 2015 As Scheduled

Submission of the Response Respondent must submit 11 sets. Please clearly mark the original copy as “ORIGINAL” on the cover: Milwaukee Public Schools` Procurement and Risk Management (Office of Finance) 5225 W. Vliet St., Room 160 Milwaukee WI 53208 The original proposal must be time-stamped no later than 2:00 p.m. central time on the due date indicated using the time clock in the Department of Procurement and Risk Management office. Proposals not stamped will not be evaluated. Receipt of a proposal by the District mail system does not constitute receipt of a proposal by the Department of Procurement and Risk Management office for purposes of this RFP. All responses must be packaged, sealed, and show the following information on the outside of the package: Respondent’s name, address, and the request for proposal number and title. Sets (original and copies) must be collated and each set must be bound in a manner to make each set readily apparent and complete, or your response will be considered non-responsive.

3.4

Evaluation Criteria An MPS evaluation committee will be established to evaluate proposers’ responses to each of the RFP requirements. Each response will be reviewed, discussed, evaluated, and ranked by each of the committee members. Proposals should be complete on their face. However, after opening of responses, MPS reserves the right to waive irregularities in any proposal, to request clarifying information it deems appropriate from one or more respondents, to request supplemental information from all of the respondents, and to factor any additional information into the evaluation. MPS may or may not require oral presentations of a group of finalists in person or on the telephone and may request further information from those finalists. Proposals will be ranked based on the following criteria: Criteria HUB/Student Engagement Requirements Responsiveness

Description Compliance with the HUB and Student Engagement requirements set forth in section 1.3 on the forms specified. Compliance with proposal submission requirements.

6

Points Pass/Fail Pass/Fail

Signed Cover Page Cost Proposal Form

References Financial Stability

Technical Requirements Comprehensiveness of the Intervention Ease of Use/Implementation Conditions

Evidence of Effectiveness

Quality of Design/Research Base

Cost

Proposer must submit the cover page signed by an authorized signatory. Your cost must be set forth on the Cost Proposal Form (Exhibit B1 and B2) or your proposal will not be considered responsive and will not be reviewed. Satisfaction of Past Customers. Proof of Proposer’s financial stability in the form of financial statements, credit ratings, a line of credit, or other financial arrangements sufficient to enable the offeror to be capable of meeting the requirements of this RFP. Meets Technical Requirements in Exhibit A. Comprehensiveness of the Interventions, including breadth and depth of targeted instructional domains, grade levels, and student needs. Ease of Use/Implementation conditions needed for implementation fidelity (e.g., necessary hours of teacher PD, technology resources, classroom support, weekly instructional minutes), fit with school and district context/ability to implement at scale, and related implementation challenges. Compatibility with Student Information System and ongoing support and technical assistance. MPS currently utilizes Infinite Campus as the Student Information System. Scientific evidence of effectiveness, including review by and/or alignment to National Center for Response to Intervention and IES What Works Clearinghouse, as well as record of experience and outcomes in like schools and districts. Be specific in describing necessary conditions for like outcomes (e.g., data per minutes of instruction, with additional at home use). The Program must be available in Spanish. If other languages are available, please note. Quality of proposed methodology and approach to project, including alignment to research-based and best practices and ability of Proposer to meet District’s needs. Availability of resources in Spanish. Pricing of proposed services.

Pass/Fail Pass/Fail

Pass/Fail Pass/Fail

Pass/Fail 15%

25%

30%

20%

10%

MPS reserves the right to request one or more respondents to a Best and Final Offer (“BAFO”) process. BAFOs may be used when no single response addresses all the specifications, when the costs submitted by all Proposers are too high, when two or more Proposers are virtually tied after the evaluation process, or when all Proposers submitted responses that are unclear or deficient in one or more areas. If a BAFO is utilized, Proposers may be required to submit revisions to the RFP response. MPS will send out a BAFO request to invited respondents that will set forth the areas of the proposal to be covered, and the date and time by which the BAFO must be returned. All respondents will be treated equally and no information will be transmitted from one respondent about the other respondent’s offer during the process. MPS reserves the right to apply additional criteria not listed in the original RFP to the BAFO process, but any additional criteria will be disclosed to Proposers in the BAFO request. MPS will open negotiations with the highest ranked after evaluation, interviews, or BAFO process. MPS reserves the right to open negotiations with the second highest-ranked vendor if negotiations with the highest ranked vendor are not successful, etc. MPS reserves the right to delete or add services until the final contract signing. 4.0

PROPOSAL FORMAT AND CONTENT Responses are to be formatted and tabbed in the form and sequence described in Section 4. Responses not following the format outlined will not be considered. The evaluation and selection of a vendor will be based on the information submitted in the vendor’s response. Elaborate proposals (i.e. expensive artwork) beyond that sufficient to present a

7

complete and effective response, are not necessary or desired. Additional data can be provided in appendices. Quality, not quantity, is desired. 4.1

Response Organization TAB A: Signed Cover Page The MPS cover page must be signed by a vendor representative authorized to make contractual obligations and submitted as Tab A of the response. Please include all contact information. Failure to include this in your response will result in rejection of the RFP. TAB B: RFP Response (Excluding Price) Section 1: Proposer’s Financial Stability(Pass/Fail) Provide a description of the Proposer’s firm, including history; number of years the Proposer has been in business; type of services provided; and legal status of Proposer’s organization, i.e. corporation, partnership, etc. Provide documentation to verify the Proposer possesses adequate financial support, assets, and organization to provide the products and services required in this RFP. This may take the form of financial statements, credit ratings, a line of credit, or other financial arrangements sufficient to enable the offeror to be capable of meeting the requirements of this RFP. Section 2: Proposer’s Qualifications /References(Pass/Fail) Provide descriptions of like projects Proposer has done in environments comparable to MPS. Provide at least three client references from the above listed project including the names of the individual(s) you would propose MPS contact, together with phone numbers and company names and addresses. Please provide brief resumes and relevant work experience of all team members or partners who would be assigned to work on this project. Describe process for identifying and replacing personnel, if necessary, during term of contract. Replacement or substitution of personnel proposed shall require prior approval of MPS. MPS reserves the right to contact or visit any party listed as a reference that has previously used, or is presently using your products or services in a manner similar to those proposed by the vendor. MPS also reserves the right to use other sources to obtain information about the proposed products and services. Section 3: Technical Requirements(Pass/Fail) Meets Technical Requirements in Exhibit A. Section 4: Comprehensiveness of the Intervention(15%) Comprehensiveness of the Interventions, including breadth and depth of targeted instructional domains, grade levels, and student needs. Program Details IF VENDOR IS PRESENTING MORE THAN ONE INTERVENTION, VENDOR MUST PROVIDE A SEPARATE SECTION FOR EACH INTERVENTION BEING OFFERED. A: List the Name of the Intervention. B: Complete the Reading Intervention Checklist below. If there are other domains covered, Vendor should indicate that below the chart. If Vendor is submitting multiple inventions for consideration, each intervention should be set forth separately with its own appropriate Checklist completed.

8

Reading Intervention Checklist

Name of Intervention: ________________________________________________ Reading Interventions

Vocabulary

Fluency

Phonics

Phonemic Awareness

Domains:

Comprehension

Grade levels

Prek-2 3-5 6-8 9-12 Vendors are not required to submit the above checklist for Disciplinary Literacy programming. C: Vendor must provide information on the conditions necessary to implement the intervention program. At a minimum, vendor must answer the following: Q: How many hours of professional development will the MPS instructor needs to be proficient in delivery of the intervention? If the number of professional development hours differs by grade level or other factors, please include that information. A: _________ hours. Q: What classroom technology is necessary to implement the intervention, (e.g. Mac or Windows-based computer with specs, speed of internet connection). A: Q: What additional “soft” classroom materials are necessary to implement the intervention? List all applicable. A: Q: What other classroom conditions (e.g., class size, instructor preparation, weekly hours/minutes of use) are necessary and/or preferred for implementation fidelity? A: D: Q: List the population to be served (e.g. special education, ELL), the entrance criteria for the program and the exit criteria for the interventions. A: E: Q: Indicate who will be delivering the instruction, with what preparation/support (e.g., professional development, licensure/certification) and under what conditions (e.g., small group, in computer lab settings). A:

9

F: Q: Indicate how progress monitoring will be accomplished, including how feedback is provided to students, teachers, administrators, and parents/families, as appropriate. A: G: Q: Is this a research-based intervention? If so, please summarize the studies and provide a reference list. A: Yes No Q: Is the intervention evidenced-based? If so, is there any evidence that the invention has been successful with districts with like demographics to MPS. If not, is there any evidence that the invention has been successful in general? Include review by and/or alignment to National Center for Response to Intervention and IES What Works Clearinghouse. Be specific in describing necessary conditions for like outcomes (e.g., data per minutes of instruction, with additional at home use). A: Yes No H: Q: Is the intervention available in Spanish? If yes, specify grades available. A: Yes No. Q: Is the intervention available in other languages? If yes, please list below. A: Yes No. Q: Does it include explicit supports for English Language learners? A: Yes No. I: Q: Indicate compliance with MPS’ Technical, Performance, Data Exchange and Integration requirements (Exhibit A) by addressing the specifics in the document and how you meet or exceed the requirements. A: Section 5: Ease of Use/Implementation Conditions(25%) Ease of Use/Implementation conditions needed for implementation fidelity (e.g., necessary hours of teacher PD, technology resources, classroom support, weekly instructional minutes), fit with school and district context/ability to implement at scale, and related implementation challenges. Compatibility with Student Information System and ongoing support and technical assistance. MPS currently utilizes Infinite Campus as the Student Information System. Section 6: Evidence of Effectiveness(30%) Scientific evidence of effectiveness, including review by and/or alignment to National Center for Response to Intervention and IES What Works Clearinghouse, as well as record of experience and outcomes in like schools and districts. Be specific in describing necessary conditions for like outcomes (e.g., data per minutes of instruction, with additional at home use). The Program must be available in Spanish. If other languages are available, please note. Section 7: Quality of Design/Research Base(20%) Quality of proposed methodology and approach to project, including alignment to research-based and best practices and ability of Proposer to meet District’s needs. Availability of resources in Spanish. Section 8: Time Line The contract(s) are anticipated to start July 1, 2015 through June 30, 2016 with two annual mutual options to renew. TAB C: RFP Response (Cost Proposal Worksheet)(10%) You must fill out the Cost Proposal Worksheet (Exhibit B1 and B2) with your pricing. If the Cost Proposal is not clear, you may ask questions as set for herein in section 3.1

10

Failure to include your pricing on the Cost Proposal Worksheet will result in rejection of the RFP. Do NOT submit cost information in any other format. TAB D: Contract Compliance Services (“CCS”) Requirements Information See 1.3 Contract Compliance Services (CCS) Requirements for details. If a HUB requirement has been assigned, vendors must submit a HUB Utilization Plan. If a Student Engagement requirement is assigned, the following forms may be required to be filled out: Employer Request for Student Employment; Student Education and Career Awareness Plan; Student Employer/Career Education Commitment Form. If both HUB and Student Engagement requirements are assigned, all forms related to both requirements must be addressed in the response. Regardless of whether there is a HUB engagement requirement, submit the Prime Vendor Information Sheet. This information will not be used in making an award and is kept solely for statistical reporting purposes. All of these forms and comprehensive information regarding these requirements may be found at http://mps.milwaukee.k12.wi.us. Please note that Proposers’ status as a 501(c)(3) does not exempt it from these requirements. TAB E: Designation of Information as "Confidential" or "Proprietary" You may fill out and submit the “Request to Designate Information as Confidential or Proprietary” form found at http://mps.milwaukee.k12.wi.us (click then click on “District”, “Vendors & Contractors”, “Vendors”, and “Vendor Forms”) if you seek to designate any portion of your response as confidential or proprietary. Please note that the Board is bound by the Wisconsin Public Records Law, and as such, all of the terms of this Contract are subject to and conditioned on the provisions of Wis. Stat. § 19.21, et seq TAB F: Exceptions to MPS’ Contract Terms and Conditions You must list all exceptions to MPS’ Contract terms and conditions set forth in the MPS’ Professional Services Contract found at http://mps.milwaukee.k12.wi.us (then click on “District”, “Vendors & Contractors”, “Vendors”, “Vendor Forms”, and “Professional Services Contract Long Form”) in addition to any additional contract terms and conditions proposed by the Respondent. Such terms or conditions must be set forth with specificity with the MPS document as the basis. You may not make reference to extraneous documents or attempt to incorporate documents by reference. If the mechanism for taking exception is not clear, you may ask questions as set for herein in section 3.1. Acceptance of exceptions is at the sole discretion of MPS. However, any contract terms or conditions proposed by the Respondent not set forth in its Proposal under this Tab F will not be negotiated or accepted. TAB G: Additional Materials, Brochures, Etc. Please only include relevant and necessary information. 5.0

Contracts MPS will not sign a vendor’s forms or contracts. Unless otherwise indicated, awarded vendor will be required to sign MPS’ Professional Services Contract found at http://mps.milwaukee.k12.wi.us (click then click on “District”, “Vendors & Contractors”, “Vendors”, and “Vendor Forms”).

6.0

Appeals Appeal may be filed at any time during the procurement process, but not later than 5 days after Procurement’s public notification of bid tabulation and recommendation of award. Information on the written appeal process is available at: http://mpsaccountability.milwaukee.k12.wi.us/wp-content/uploads/2013/03/Bid_RFP-Appeals-Form.pdf

11