25
Direct all inquiries to Procurement Management Services: BUYER: Linda Leasburg-Kramer, C.P.M., Supervisor E-MAIL ADDRESS: [email protected] PHONE NUMBER: (305) 995-1364 FAX NUMBER: (305) 523-3367 TDD PHONE: (305) 995-2400 THE SCHOOL BOARD OF MIAMI-DADE COUNTY SCHOOL BOARD ADMINISTRATION BUILDING 1450 Northeast Second Avenue Miami, FL 33132 REQUEST FOR PROPOSALS (RFP) REQUEST FOR PROPOSAL NO. 011-FF04 STUDENT SCHEDULER THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA Proposals will be accepted until 2:00 PM on OCTOBER 6, 2005 in Room 351, of The School Board Administration building, 1450 NE 2 nd Avenue, Miami, FL., 33132, at which time they will be publicly opened and may not be withdrawn for one hundred twenty (120) days from that date. THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA

Direct all inquiries to Procurement Management Services: BUYER

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Direct all inquiries to Procurement Management Services: BUYER

Direct all inquiries to Procurement Management Services:

BUYER: Linda Leasburg-Kramer, C.P.M., Supervisor

E-MAIL ADDRESS: [email protected]

PHONE NUMBER: (305) 995-1364

FAX NUMBER: (305) 523-3367

TDD PHONE: (305) 995-2400

THE SCHOOL BOARD OF MIAMI-DADE COUNTYSCHOOL BOARD ADMINISTRATION BUILDING

1450 Northeast Second AvenueMiami, FL 33132

REQUEST FOR PROPOSALS (RFP)

REQUEST FOR PROPOSAL NO. 011-FF04 STUDENT SCHEDULER

THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA

Proposals will be accepted until 2:00 PM on OCTOBER 6, 2005 in Room 351, of The School Board Administration building, 1450 NE 2nd Avenue, Miami, FL., 33132, at which time they will be publicly opened and may not be withdrawn for one hundred twenty (120) days from that date.

THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA

Page 2: Direct all inquiries to Procurement Management Services: BUYER

PROCUREMENT MANAGEMENT 1450 N.E. 2ND AVENUE, MIAMI, FLORIDA 33132 REQUEST FOR PROPOSALS # 011-FF04

Proposal Acknowledgement Form

STUDENT SCHEDULER ANTI-COLLUSION STATEMENT THE UNDERSIGNED PROPOSER HAS NOT DIVULGED TO, DISCUSSED, OR COMPARED HIS PROPOSAL WITH OTHER PROPOSERS AND HAS NOT COLLUDED WITH ANY OTHER PROPOSER OR PARTIES TO THE PROPOSAL WHATSOEVER. PROPOSER ACKNOWLEDGES THAT ALL INFORMATION CONTAINED HEREIN IS PART OF THE PUBLIC DOMAIN AS DEFINED BY THE STATE OF FLORIDA SUNSHINE LAW. CERTIFICATION AND IDENTIFICATION FOR PROPOSERS SUBMITTING PROPOSALS.

I certify that this proposal is made without prior understanding, agreement or connection with any corporation, firm or person submitting a proposal for the same service, and is in all respects fair and without collusion or fraud. I agree to abide by all conditions of these proposal specifications and I certify that I am authorized to sign this proposal.

(Please Type or Print Below) Legal Name of Vendor: Federal ID Number: Telephone:

Fax:

Mailing Address: City: State: Zip:

Contact Person: Phone Number: Email:

Authorized Signature:

Type / Print Name

Title:

Date of Proposal:

Proposals will be accepted until 2:00 PM on OCTOBER 6, 2005 in Room 351, of The School Board Administration building, 1450 NE 2nd Avenue, Miami, FL., 33132, at which time they will be publicly opened and may not be withdrawn for one hundred twenty (120) days from that date.

Page 3: Direct all inquiries to Procurement Management Services: BUYER

The responsibility for submitting this proposal to the District on or before the stated time and date will be solely and strictly the responsibility of the proposers. The District will in no way be responsible for delays caused by the United States mail or any other delivery service or caused by any other occurrence. Responses received after the scheduled receipt time shall not be considered.

The proposals must be submitted in a sealed envelope or box marked “RFP 011-FF04 Student Scheduler.” It is anticipated that a proposal(s) may be presented to the School Board for acceptance on or about January 18, 2006. If accepted, notification to the successful proposer will be on or after January 18, 2006. The School Board reserves the right to reject any and all proposals.

INSTRUCTIONS TO VENDOR SUBMITTING PROPOSAL I. PURPOSE OF REQUEST FOR PROPOSALS

The purpose of this Request for Proposals (RFP) is to award a proposer a contract with Miami-Dade County Public Schools (M-DCPS) to provide a District-Wide enterprise level perpetual license for a Student Scheduling program, for the purpose of providing schools with a tool that will ease the creation of master schedules and student schedules.

II. INSTRUCTIONS FOR SUBMISSION OF PROPOSALS

Seventeen (17) copies, including one original, of the proposal must be received by 2:00 P.M. (Eastern Daylight Savings Time) October 6, 2005, 2004, at:

The School Board of Miami-Dade County, Florida Bid Clerk, Division of Procurement Management

1450 N.E. Second Avenue, Room 352 Miami, Florida 33132

III. CHANGE OR WITHDRAWAL OF PROPOSAL

A. PRIOR TO PROPOSAL OPENING. Should the vendor withdraw its proposal, they shall do so in writing. This communication is to be received by the Assistant Superintendent, Procurement Management Services, 1450 N.E. 2nd Avenue, prior to the opening of the proposals. The vendor's name and the proposal number should appear on the envelope.

B. AFTER PROPOSAL OPENING. After October 6, 2005, proposals may not be changed; and they may not be withdrawn for one hundred twenty (120) days from that date.

IV. PROTEST TO CONTRACT SOLICITATION OR AWARD

A. The Board shall provide notice of a decision or intended decision concerning a solicitation, contract award, or exceptional purchase by electronic posting. This notice shall contain the following statement:

“Failure to file a protest within the time prescribed in Section 120.57(3), Florida

Statutes, shall constitute a waiver of proceedings under Chapter 120, Florida Statutes.”

B. Any person who is adversely affected by the agency decision or intended decision,

Page 4: Direct all inquiries to Procurement Management Services: BUYER

shall file with the agency a notice of protest in writing within 72 hours after the posting of the notice of decision or intended decision. With respect to a protest of the terms, conditions, and specifications contained in a solicitation, including any provisions governing the methods of ranking proposals or replies, awarding contracts, reserving rights of further negotiation or modifying or amending any contract, the notice of protest shall be filed in writing within 72 hours after the posting of the solicitation. The formal written protest shall be filed within 10 days after the date of the notice of protest is filed. Failure to file a notice of protest or failure to file a formal written protest shall constitute a waiver of proceedings. The formal written protest shall state with particularity the facts and law upon which the protest is based. Saturdays, Sundays, and state holidays shall be excluded in the computation of the 72-hour time periods provided by this paragraph.

C. The notice of protest will be reviewed by Procurement Services staff, which will offer the protesting proposer the opportunity to meet and discuss the merits of the protest. If the protest if not resolved, the proposer may seek an administrative hearing pursuant to 120.57 Florida Statutes, by filing a formal written protest within 10 days after filing the notice of protest. Petitions for hearings on protests pursuant to 120.57 Florida Statutes must be filed in accordance with School Board Rule 6Gx13-8C-1064.

V. AWARDS

A. RESERVATION FOR REJECTION OR AWARD. The Board reserves the right to reject any and all proposals, to waive irregularities or technicalities, and to request re-bids.

B. NOTICE OF INTENDED ACTION. Notices will be posted on the District’s website

( http://procurement.dadeschools.net/ ) 7-10 days prior to a regularly scheduled Board meeting.

C. OFFICIAL AWARD DATE. Awards become official upon Board action.

VI. DEFAULT

In the event of default, which may include, but is not limited to non-performance and/or poor performance, the awardee shall lose eligibility to transact new business with the Board for a period of 14 months from date of termination of award by the Board. Proposers that are determined ineligible may request a hearing pursuant to §120.569, Fla. Stat., and School Board Rule 6Gx13-8C-1.064.

VII. PUBLIC ENTITY CRIMES Section 287.133(2)(a) Florida Statute. A person or affiliate who has been placed on the

convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list.

VIII. COMPLIANCE WITH FEDERAL REGULATIONS

All contracts involving Federal funds will contain certain provisions required by applicable

Page 5: Direct all inquiries to Procurement Management Services: BUYER

IX. CONE OF SILENCE: A Cone of Silence is applicable to this Request for Proposal. Any

inquiry, clarification, or information regarding this bid must be requested, in writing, by FAX or E-mail to:

A COPY OF THIS WRITTEN REQUEST MUST BE SENT SIMULTANEOUSLY TO:

sections of Title 34, Section 80.36(I) and Section 85.510 Code of Federal Regulations and are included by reference herein. The vendor certifies by signing the proposal that the vendor and its principals are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from participation in Federally funded transactions and may, in certain instances, be required to provide a separate written certification to this effect.

During the term of any contract with the Board, in the event of debarment, suspension, proposed debarment, declared ineligible or voluntarily excluded from participation in Federally funded transactions, the vendor shall immediately notify the Assistant Superintendent, Procurement Management Services, in writing.

Vendors will also be required to provide access to records, which are directly pertinent to the contract and retain all required records for three years after the grantee (The Board) or sub-grantee makes final payment.

For all contracts involving Federal funds, in excess of $10,000, The Board reserves the right to terminate the contract for cause as well as for convenience by issuing a certified notice to the vendor.

Linda Leasburg-Kramer, Supervisor Ilena Martinez, School Board Clerk Procurement Management Services Miami-Dade County Public Schools Miami Dade County Public Schools 1450 N.E. 2ND Avenue, Room 268B 1450 N.E. 2ND Avenue, Room 352 Miami, Florida 33132 Miami, Florida 33132 FAX #305-995-1448 FAX #305-523-3362 E-MAIL: [email protected]: [email protected]

DEADLINE FOR ANY INQUIRY, CLARIFICATION, OR INFORMATION REGARDING

THIS BID SHALL BE AUGUST 19, 2005. TO ALLOW MDCPS SUFFICIENT TIME TO ADDRESS ALL RECEIVED INQUIRIES

All bidders should monitor continuously, the M-DCPS Procurement website, for any addendums or questions and answers that may be posted, prior to the opening of this solicitation. The procurement website, which lists all bids, addendums, questions and answers and award information, is as follows: http://procurement.dadeschools.net (then click on) Current Bids/RFP's Under the Cone of Silence.

X. AFFIRMATIVE ACTION REQUIREMENTS AND M/WBE PARTICIPATION A. Equal Employment Opportunity

It is the policy of the School Board that no person will be denied access, employment, training, or promotion on the basis of gender, race, color, religion, ethnic or national origin, political beliefs, marital status, age, sexual orientation, social and family background, linguistic preference, or disability, and that merit

Page 6: Direct all inquiries to Procurement Management Services: BUYER

XI. BACKGROUND SCREENING REQUIREMENTS

In accordance with the requirements of sections 1012.32, 1012.465, and 435.04, Florida Statutes (2004) as well as with the requirements of HB 1877, The Jessica Lunsford Act (2005), effective September 1, 2005, Contractor agrees to certify under oath and penalty of perjury, see ATTACHMENT C (Sworn Statement Pursuant to Sections 1012.32, 1012.465, and 435.04, Florida Statutes (2004) and HB 1877, The Jessica Lunsford Act (2005)) which is incorporated fully herein by reference, that Contractor and all of its employees who provide or may provide services under this Agreement have completed all background screening requirements as outlined in the above-referenced statutes.

principles will be followed. Each proposer is required to indicate his/her equal employment policy and provide a detailed breakdown by ethnicity, gender, and occupational categories of his/her work force. See Attachment B - Affirmative Action Employment Breakdown.

B. Minority/Women Business Enterprises (M/WBE) Participation

The School Board has an active Minority/Women Business Enterprises (M/WBE) Program to increase contracting opportunities for M/WBEs. In keeping with this policy, if a minority firm, which is woman, or African American-owned and operated, is to perform a scope of work, provide documentation to substantiate the M/WBE and its staff’s experience in providing this type of service. All M/WBEs must be certified by the Division of Business Development and Assistance, prior to contract award. See Attachment A - M/WBE Certification Application.

D. Quarterly reports documenting efforts undertaken by the proposer to maintain the stipulated M/WBE participation will be required. The reports shall include the names of firms, contact persons and expenditures paid each quarter, and shall be submitted to the Director, Division of Business Development and Assistance, 1450 N.E. 2nd Avenue, Room 456, Miami, Florida 33132.

Additionally, Contractor agrees that each of its employees, representatives, agents, subcontractors or suppliers who are permitted access on school grounds when students are present, who have direct contact with students or who have access to or control of school funds must meet level 2 screening requirements as described in sections 1012.32 and 435.04, Florida Statutes, and further upon obtaining level 2 clearance, must obtain a required Board issued photo identification badge which shall be worn by the individual at all times while on Board property when students are present.

Contractor agrees to bear any and all costs associated with acquiring the required background screening – including any costs associated with fingerprinting and obtaining the required photo identification badge . Contractor agrees to require all its affected employees to sign a statement, as a condition of employment with Contractor in relation to performance under this Agreement, agreeing that the employee will abide by the heretofore described background screening requirements, and also agreeing that the employee will notify the Contractor/Employer of any arrest(s) or conviction(s) of any offense enumerated in s. 435.04, Florida Statutes within 48 hours of its occurrence.

Contractor agrees to provide the Board with a list of all of its employees who have completed background screening as required by the above-referenced statutes and who meet the statutory requirements contained therein. Contractor agrees that it has an ongoing duty to maintain and update these lists as new employees are hired and in the event that any previously screened employee fails to meet the statutory standards.

Page 7: Direct all inquiries to Procurement Management Services: BUYER

Contractor further agrees to notify the Board immediately upon becoming aware that one of its employees who was previously certified as completing the background check and meeting the statutory standards is subsequently arrested or convicted of any disqualifying offense. Failure by Contractor to notify the Board of such arrest or conviction within 48 hours of being put on notice and within 5 business days of the occurrence of a qualifying arrest or conviction, shall constitute grounds for immediate termination of this Agreement by the Board .

The parties further agree that failure by Contractor to perform any of the duties described in this section shall constitute a material breach of the Agreement entitling the Board to terminate this Agreement immediately with no further responsibility to make payment or perform any other duties under this Agreement.

XII. COMPLIANCE WITH SCHOOL CODE

Contractor agrees to comply with all sections of the Florida K-20 Education Code, Title XLVIII, Florida Statutes as it presently exists, and further as it may be amended from time to time. Further Contractor agrees that failure to comply with the Florida K-20 Education Code shall constitute a material breach of this Agreement and may result in the termination of this Agreement by the Board.

XIII. DESCRIPTION OF THE PROGRAM

Required Product Technology – A new Student Scheduler shall: 1. Be either; a thin client, centralized, web-based system utilizing Microsoft IIS 6 and SQL

Server 2000 (the current M-DCPS environment) or proposer must include in their proposal hardware/software cost necessary to operate the product within M-DCPS.

2. Efficiently use bandwidth and move as little data as possible over the district’s network

composed of T1 (1.5 Mbit) lines in each school, i.e. optimized for wide-area-network environments and transactional processing.

3. Be device independent, e.g. support both Mac and PC.

4. Utilize an Open Architecture System database, e.g. OLAP and ODBC compliant. 5. Secure using 128 bit SSL encryption.

6. Provide end user authentication using credentials from the MDCPS Active Directory

database in the Dadeschools.net domain. This can be accomplished via an LDAP connector to the Dadeschools.net active directory database.

7. Accommodate multiple levels of role based security access.

8. Built-in support for data export/import permitting interface to M-DCPS applications including

existing student/master schedules.

9. Support various scheduling methodologies (e.g. block scheduling).

10. Utilize a centrally managed software version upgrade methodology, i.e. Change control capability.

11. Provide self populating and automatic updating of student enrollment and course offering.

Page 8: Direct all inquiries to Procurement Management Services: BUYER

23. Ability to schedule multiple teachers in the same class/same room/same time period.

12. Provide relevant cyclical reports to support the various phases of the scheduling process.

13. Give the district the ability to customize and add data fields.

14. Demonstrable capacity to support up to 400 schools, up to 6,000 students each, up to, a

minimum of 400,000 students district wide.

15. Provide toll free telephone end-user support Monday through Friday 7:00 a.m. EST to 7:00 p.m. EST and 24x7 technical support.

16. Provide software updates as released included in maintenance agreement.

17. For secondary, automatically builds master schedule based on student requests.

18. Provides for mass student loader as well as individual student demand scheduler.

19. Provide for ability to add/delete/change all or selective students from one class to another.

20. Ability to transfer master schedule from one year to the next.

21. Ability to combine more than 1 class for the same teacher/same room/same time period.

22. Ability to schedule more than 1 class for the same teachers at different time of day.

24. Ability to group teachers and students.

25. Support multiple scheduling scenarios available at the same time.

26. Ability to schedule annual and semester courses.

27. View and print student/teacher/master schedule.

28. Ability to access a comprehensive knowledge base along with built-in tutorials and help

screens.

Preferred Features – a new Student Scheduler should:

1. Allow for online student subject selection. 2. Provide ad hoc/customizable report capability. 3. Allow for offline (e.g. home) and online use, anytime, anywhere access. 4. Create statistical distribution and analysis reports, graphs, and charts. 5. Allow for application to run in VMWare environment.

Systems with the following capabilities will be given additional consideration during evaluation:

1. Web-based application architecture (e.g. Scheduling program and data located in one location rather than at individual school locations).

2. Integration of Scheduling data into district data warehouse architecture. XIV. REQUIRED INFORMATION TO BE SUBMITTED BY PROPOSER

Page 9: Direct all inquiries to Procurement Management Services: BUYER

Description

1. Proposer(s) must provide documentation of being an established software provider. Provide proof of both providing and managing K-12 Student Scheduling software, for a minimum of five years, for the K-12 educational sector.

2. Proposer(s) must provide most recent company financial statement to be held confidential.

3. Proposer(s) must supply names, addresses and contact information of schools or school

systems where the proposer(s) has/have Scheduling software installed and operating and provide at least three written references. Information concerning the size of the school system and implementation should be provided.

4. Proposal must have the signature of the authorized person empowered to submit the

proposal.

5. Proposer(s) must supply technical requirements necessary to effectively run the system. This must include, but may not be limited to, server hardware requirement and configuration, data storage requirements, server operating system and system software requirements and configuration and end-user PC minimum and recommended hardware/software requirements and configuration. Include any available scalability testing information. District requires that the hardware configurations provided will be sufficient to allow the District to operate the proposed software and any releases for a minimum of 3 three years from implementation.

6. Proposer(s) must specify to M-DCPS, priced based on the following: Item Unit License

Cost ($)

Annual Maint./Support

Cost ($)

Annual Maint./Suppor

t Cap (%)

Per School Licensing 1 Tier 1: 1-50

Schools Ea. $ $ %

2 Tier 2: 51-100 Schools

Ea. $ $ %

3 Tier 3: 101-150 Schools

Ea. $ $ %

4 Tier 4: 151-200 Schools

Ea. $ $ %

5 Tier 5: 201-250 Schools

Ea. $ $ %

6 Tier 6: 251-300 Schools

Ea. $ $ %

7 Tier 7: 301-350 Schools

Ea. $ $ %

District Licensing

5 Up to 400 Schools

Full $ $ %

6 Additional Schools added over five (5) years

Ea. $ $ %

Page 10: Direct all inquiries to Procurement Management Services: BUYER

7 Training Cost (include description of training paradigm)

Define method

$ N/A N/A

8 Installation Implementation services

If needed

$ N/A N/A

9 Hardware From item 1. in Required Product Technology

If Needed

$ $ %

10 Discount $ $ N/A XV. PROOF OF CONCEPT

Selected Proposer(s) must provide a live demonstration of their Student Scheduler program.

Selected Proposer(s) will be required, AT NO CHARGE to M-DCPS, to perform a Proof of Concept (POC) to verify the performance of the product with the M-DCPS platform, network, servers, and databases. A technical evaluation sub-committee to verify claimed functionality and infrastructure compatibility will review the POC. Selected Proposer(s) will perform the identical functions during the POC.

Selected Proposer(s) will have ten (10) business days to install, implement, tune and create required functionality to support a laboratory environment of up to 20 end-user workstations. The software will remain on the M-DCPS environment for the technical review sub-committee to evaluate the products functionality for a period not to exceed 30/60 business days. Selected Proposer(s) will provide all necessary technical and training support to the technical review committee throughout the evaluation.

POC results will be reported to the Selection Committee for required compliance to all items in the Required Product Technology section and identification of compliance to Preferred Features items.

XVI. TERMS OF CONTRACT

The purpose of the proposal is to establish a contract(s) at firm unit prices for the items listed from date of award moving forward indefinitely. All prices shall be firm for perpetual, concurrent licenses. The successful proposer(s) agrees to this condition by signing its proposal. If selected, the proposer(s) shall agree to hold harmless, indemnify and defend the indemnities, as hereinafter defined, against any claim, action, loss, damage, injury, liability, cost or expense of whatsoever kind or nature including, but not by way of limitation, attorney's fees and court costs arising out of bodily injury or damage to tangible property arising out of or incidental to the performance of the services of this Request for Proposals by or on behalf of the proposer, excluding only the sole negligence or culpability in the indemnities. The following shall be deemed to the indemnities: The School Board of Miami-Dade County, Florida and its members, officers and employees.

Page 11: Direct all inquiries to Procurement Management Services: BUYER

The School Board of Miami-Dade County, Florida, reserves the right to terminate any contract resulting from this proposal in the event that the service rendered does not comply with the provisions of the proposal and/or is not satisfactory and proper, as determined by the School Board.

XVII. EVALUATION OF PROPOSALS

Proposals will be reviewed and evaluated by a selection committee, on the basis of qualifications, and evaluation criteria as set forth in the RFP. Proposals deemed to meet the Districts needs will be moved forward for further consideration. Proposal’s moved for further consideration may be requested to provide a demonstration of the product at a committee meeting. At the meeting, each proposer will be allotted time to give an overview/presentation of their product. The presentation must include a live demonstration of their product from a site hosted and managed by the proposer.

In addition, the proposer(s) must bring equipment and must provide and leave, at no cost to M-DCPS, access to the Scheduling program, housed on an Internet site hosted by the proposer or running in the M-DCPS network infrastructure, and any other equipment/materials specified in the proposal for review by the selection and technical review committees. In addition, the proposer(s) will be responsible for product support during the evaluation process.

Proposal(s) defined as best meeting the districts requirements, after demonstrations, will be required to provide, at no charge to the District, a Proof of Concept (POC) to verify and demonstrate the claimed functionality and infrastructure capability as stated in the proposal.

Evaluation consideration will include the following specific criteria:

• Proposer(s)’s ability to provide items specified in the RFP; • Live demonstration of their product from a site hosted and managed by

proposer, with stated components; • POC results; • Overall support services provided by the proposer(s),Detailed descriptions of

the company’s plan to support the implementation of this program for M- DCPS;

• Software price; • Ability to accommodate M-DCPS district volume (schools, students, courses,

teachers); • Ability to prevent unauthorized access to sensitive data through role based

security and/or encryption schemes; • Toll free support line available to all Scheduling sites; • Software maintenance costs and associated multi-year caps; • Required additional hardware/software costs if any; • Training costs; • Any additional unidentified costs associated with operating the application.

The school district reserves the right to reject any and all proposals submitted. The School Board is not obligated to place any order for any services subsequent to the award of this proposal. The information contained in this proposal is supplied as an aid to the proposer in determining whether it will be able to supply the product and/or services that may be required by the School Board.

If a final selection is made, contract to purchase hardware, software and/or services, statements

Page 12: Direct all inquiries to Procurement Management Services: BUYER

of work, and/or an agreement for pilot program, acceptable to the Attorney for the School Board, may be entered into with successful proposer(s). No debriefing or discussion will be held with unsuccessful proposer(s).

The selection committee will consist of the following:

• A principal selected from an elementary or elem/middle (K-8 center), middle and senior high school;

• A school staff member, who is responsible for scheduling, selected from an elementary or elem/middle (K-8 center), middle and senior high school;

• An administrator from Procurement Management Services (non-voting);

• One administrator from Systems and Programming Services;

• One administrator from Support Services;

• One administrator from Curriculum & Instruction;

• A representative from the Division of Business Development and Assistance.

• One administrator from the School Improvement Zone;

• One administrator from Regional Operations;

• One subject expert from Business/Educational Community

The technical review sub-committee will consist of the following:

• Three administrators from Information Technology Services. XVIII. SCHEDULE

The planned schedule for review of proposals is as follows: Mailing: September 12, 2005 Opening of Proposals: October 6, 2005 Evaluation of Proposals: October 14, 2005

Demonstrations: November 3 and 4, 2005 POC: December to January 2006

Award: February 2006

Page 13: Direct all inquiries to Procurement Management Services: BUYER

Attachment A

Page 14: Direct all inquiries to Procurement Management Services: BUYER
Page 15: Direct all inquiries to Procurement Management Services: BUYER

Attachment A

Page 16: Direct all inquiries to Procurement Management Services: BUYER
Page 17: Direct all inquiries to Procurement Management Services: BUYER
Page 18: Direct all inquiries to Procurement Management Services: BUYER
Page 19: Direct all inquiries to Procurement Management Services: BUYER
Page 20: Direct all inquiries to Procurement Management Services: BUYER
Page 21: Direct all inquiries to Procurement Management Services: BUYER
Page 22: Direct all inquiries to Procurement Management Services: BUYER
Page 23: Direct all inquiries to Procurement Management Services: BUYER

_____ Page 1 of 3 Initials

FM-6910 (08-05)

Miami-Dade County Public Schools

SWORN STATEMENT - NEW CONTRACTS

ATTACHMENT CSWORN STATEMENT PURSUANT TO SECTION 1012.465,

FLORIDA STATUTES AS AMENDED BY HB 1877, THE JESSICA LUNSFORD ACT

THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARYPUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS.

1. This sworn statement is submitted to The School Board of Miami-Dade County, Fl

(Hereinafter “Board” or “School Board”) by_________________________________

_________________________________________________________________(Print individual’s name and title)

for _______________________________________________________________(Print Name of entity submitting sworn statement)

whose business address is ______________________________________________

___________________________________________________________________

__________________________________________________________________

and its Federal Employer Identification Number (FEIN) is_____________________. If the entity has no FEIN, include the Social SecurityNumber (SSN) of the individual signing this sworn statement and so indicate.

2. I, ______________________________________________, am duly authorized to make this

(Print individual’s name and title)sworn statement on behalf of __________________________________________________.

(Print Name of entity submitting sworn statement)

3. I understand that during the 2005 Legislative Session, House Bill 1877, The Jessica LunsfordAct (hereinafter “The Act” or “Act”) was passed and approved by Governor Bush on May2, 2005, with an effective date of September 1, 2005.

Page 24: Direct all inquiries to Procurement Management Services: BUYER

_____ Page 2 of 3 Initials

FM-6910 (08-05)

4. I understand that the Act amends the background screening requirements of section1012.465, Florida Statutes (2004) for all non-instructional school district employees or“contractual personnel” by requiring all non-instructional school district employees orcontractual personnel who are permitted access on school grounds when students are presentto undergo and pass “level 2 background screening,” and further I understand the Act defines“contractual personnel” to include any vendor, individual, or entity under contract with theBoard.

5. I understand that pursuant to section 1012.465, Florida Statutes as amended by the Act, non-instructional school district employees or contractual personnel who are permitted access onschool grounds when students are present, who have direct contact with students or whohave access to or control of school funds must meet level 2 screening requirements asdescribed in sections 1012.32 and 435.04, Florida Statutes.

6. I understand that as a ______________________________________(eg. a private bus Type of entity

service contractor) all contractual personnel, as defined in section 1012.465, FloridaStatutes, must meet level 2 screening requirements as outlined in sections 1012.32and 435.04, Florida Statutes in order to do business with The School Board ofMiami-Dade County, Florida.

7. I understand that “level 2 screening requirements,” as defined in sections 1012.32 and435.04, Florida Statutes means that fingerprints of all contractual personnel must be obtainedand submitted to the Florida Department of Law Enforcement for state processing and to theFederal Bureau of Investigation for federal processing.

8. I understand that the School Board will implement local procedures to comply with level 2screening requirements, as defined in sections 1012.32 and 435.04. I understand that mycompany must comply with these local procedures as they are developed.

9. I understand that any costs and fees associated with the required background screening willbe borne by my company.

10. I understand that any personnel of the contractor found through fingerprint processing andsubsequent level 2 background screening to have been found guilty of, regardless ofadjudication, or entered a plea of nolo contendere or guilty to any offense outlined in Section435.04, Florida Statutes (or any similar statute of another jurisdiction), shall not be permittedto come onto school grounds or any leased premises where school-sponsored activities aretaking place when students are present, shall not be permitted direct contact with students,and shall not be permitted to have access to school district funds.

Page 25: Direct all inquiries to Procurement Management Services: BUYER

_____ Page 3 of 3 Initials

FM-6910 (08-05)

11. I understand that the failure of any of the company’s or my affected personnel to meet level2 screening standards as required by section 1012.465, Florida Statutes, may disqualify mycompany from doing business with The School Board of Miami-Dade County, Florida.

12. I hereby certify that the foregoing statement is true and correct in relation to the companyfor which I am submitting this sworn statement. I further certify that this statement is beinggiven knowingly and voluntarily by me on behalf of my company.

The company submitting this sworn statement agrees to be bound by the provisions of SECTIONS1012.32, 1012.465, AND 435.04 OF THE FLORIDA STATUTES AS AMENDED BY HB 1877,THE JESSICA LUNSFORD ACT 2005.

I CERTIFY THAT THE SUBMISSION OF THIS FORM TO THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA ON BEHALF OF THE COMPANY IDENTIFIED IN PARAGRAPHONE (1) ABOVE BINDS THE COMPANY TO FULLY COMPLY WITH THE BACKGROUNDSCREENING REQUIREMENTS OF SECTIONS 1012.32, 1012.465, AND 435.04, FLORIDASTATUTES.

______________________________(Signature)

Sworn to and subscribed before me this _____________ day or _______________, 20___.

Personally known _________________________________ ___________________________

OR Produced Identification _____________________________________________________

Notary Public -State of ___________________________ ___________________________________________________________________________

(Type of Identification)My commission expires ________________________________________________________

__________________________________(Printed typed or stamped commissioned name of notary public)