62
COMPANY NAME REQUEST FOR PROPOSAL SCHOOL BOARD OF LAKE COUNTY PROCUREMENT DEPARTMENT 29529 COUNTY ROAD 561 TAVARES, FLORIDA 32778-2496 The school Board of Lake County, Tavares, Florida solicits your company to submit a proposal on our RFP #3659DB Bus Routing Software System . All terms and conditions below are part of this request for proposal and no proposal will be accepted unless all conditions have been complied with. Rights are reserved by the School Board of Lake County to accept or reject any and all proposals and to waive all technicalities and award in the best interest of the Board. The Board does not sign contract forms provide by vendors. The bid, request for proposal, or invitation to negotiate with the vendor’s signature will constitute an offer to sell to the Board under the stated terms and conditions. A sample contract is attached (Attachment B) for your review of general terms and conditions. A final contract will be developed after negotiations. All prospective proposers are hereby cautioned not to contact any Board member or employee of the School Board of Lake County nor attempt to persuade or promote through other channels. All requests for additional information must be submitted in accordance with instructions contained in this Request for Proposal. Failure to comply with these procedures shall be cause for disqualification of firm’s submittal. INSTRUCTIONS TO VENDORS: A non-mandatory pre-proposal meeting will be held on Tuesday, November 27, 2012 at 1:30 PM . Proposer shall meet at the Lake County School Board, Procurement Office, 29529 County Road 561, Tavares, Florida, 32778 or join us via GoToMeeting® utilizing the following link: https://www3.gotomeeting.com/join/408266382 . See Non-mandatory pre-proposal section on page 6 for more information. Page 1 of 62 document.docx

Literature - Lake County Schools / Web view3659DB Bus Routing Software .Docx. ... equipment, financial and other ... One (1) CD in Microsoft Word© format or Adobe PDF© format and

  • Upload
    vuhanh

  • View
    214

  • Download
    2

Embed Size (px)

Citation preview

COMPANY NAME      

REQUEST FOR PROPOSALSCHOOL BOARD OF LAKE COUNTY

PROCUREMENT DEPARTMENT29529 COUNTY ROAD 561

TAVARES, FLORIDA 32778-2496

The school Board of Lake County, Tavares, Florida solicits your company to submit a proposal on our RFP #3659DB – Bus Routing Software System .

All terms and conditions below are part of this request for proposal and no proposal will be accepted unless all conditions have been complied with. Rights are reserved by the School Board of Lake County to accept or reject any and all proposals and to waive all technicalities and award in the best interest of the Board. The Board does not sign contract forms provide by vendors. The bid, request for proposal, or invitation to negotiate with the vendor’s signature will constitute an offer to sell to the Board under the stated terms and conditions. A sample contract is attached (Attachment B) for your review of general terms and conditions. A final contract will be developed after negotiations.

All prospective proposers are hereby cautioned not to contact any Board member or employee of the School Board of Lake County nor attempt to persuade or promote through other channels. All requests for additional information must be submitted in accordance with instructions contained in this Request for Proposal. Failure to comply with these procedures shall be cause for disqualification of firm’s submittal.

INSTRUCTIONS TO VENDORS:A non-mandatory pre-proposal meeting will be held on Tuesday, November 27, 2012 at 1:30 PM. Proposer shall meet at the Lake County School Board, Procurement Office, 29529 County Road 561, Tavares, Florida, 32778 or join us via GoToMeeting® utilizing the following link: https://www3.gotomeeting.com/join/408266382 . See Non-mandatory pre-proposal section on page 6 for more information.

All proposals shall be filed in the Procurement Department of the Lake County School Board, 29529 County Road 561, Tavares, Florida 32778, prior to 2:00 PM, local time, Wednesday, December 12, 2012 and clearly marked “RFP #3659DB to be opened on December 12, 2012”. Proposals received after this time will not be considered. All proposals shall be submitted, in a sealed package or envelope, and all required documents submitted at that time. Faxed or e-mailed proposals will not be accepted. From the notice or publication of the RFP until 72 hours after the posting of the recommendation of award of the RFP, only the Purchasing Department should be contacted with any questions concerning this RFP. No other employee, officer, staff or agent of the School Board should be contacted during this period. All questions/concerns shall be directed, in writing, to:

Diane Bennett, Certified Purchasing AgentE-mail: [email protected] Fax: 352-742-8516Address: 29529 CR 561

Page 1 of 43document.docx

Tavares, FL 32778

All other forms included in the request must be completed and submitted with the proposal.

1. Recommended awards will be posted for review by interested parties on or about February 26, 2013 and will remain posted for a period of 72 hours in the Procurement Department located at 29529 County Road 51, Tavares, Florida and on our website @ http://lake.k12.fl.us/Page/966 . To access information from our website regarding bid opportunities and recommended awards select: http://lake.k12.fl.us/page/974. Since this information is available as outlined above, the Procurement department will not mail or fax recommendation of award notices to all bidders. Failure to file a protest within the time prescribes in Section 120.57 (3), Florida Statutes, shall constitute a waiver of proceedings under Chapter 120, Florida statutes. Any person who is affected adversely by the decision or intended decision shall file with the Board, through its Procurement Department, a written notice of protest within 72 hours after the posting or notification. A formal written protest shall be filed within 10 calendar days after filing the notice of protest. With respect to a protest of the specification contained in an invitation to bid or in a request for proposal, the notice of protest shall be filed in writing within 72 hours after the receipt of the project plans and specification or intended project plans and specification in an invitation to bid or request for proposal (but no later than the time when the bids or responses must be received in order to be considered), and the formal writing protest shall be filed within 10 calendar days after the date the notice of protest is filed. The 72 hours period referred to herein shall not include Saturday, Sundays, or holidays. The work “holiday” shall mean any weekday on which the School Board’s Administrative Offices are closed. Failure to file a timely formal written protest shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. The formal written protest shall state with particularity the facts and law upon which protest is based. Any person who files an action protesting a decision or intended decision person pertaining to a bid pursuant to FS 120.7(3)(b), shall post at the time of filing the formal written protest, a bond payable to the School Board of Lake County in an amount equal to one percent (1%) of the total estimated contract value, but not less than $500 nor more than $5,000,which bond shall be conditioned upon the payment of all costs which may be adjudged against the protester in the administrative hearing in which the action is brought and in any subsequent appellate court proceeding. In lieu of a bond, a cashier’s check, certified bank cheek, bank certified company check, or money order will be an acceptable form of security. If after completion of the administrative hearing process and any appellate court proceedings, the district prevails, it shall recover all coast and charges which shall be included in the final order or judgment, including charges made by the Division of Administrative Hearings, but excluding attorney’s fees. Upon payment of such coasts and charges by the protester, the protest security shall be returned. If the protester prevails, he or she shall recover from the district all costs and charges which shall be include in the final order of judgment, excluding attorney’s fees. Upon receipt of the formal written protest and protest bond which has been timely filed, the district shall stop the bid solicitation process or the contract award process until the subject of the protest is resolved by final district action, unless the Superintendent sets forth in writing particular facts and circumstances which

Page 2 of 43document.docx

require the continuance of the bid solicitation process or the contract award process without delay in order to avoid an immediate and serious danger to the public health, safety, or welfare.

2. An entity or affiliate who has been placed on the discriminatory vendor list, a list published by the State of Florida, may not submit a bid on a contract to provide 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 entity, may not award or perform work as a contractor, supplier, subcontractor, or consultant under contract with any public entity, and may not transact business with any public entity.

3. Public Entity Crimes Disclosure: 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 entity, may not be awarded or perform work as a contractor, supplier, 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.

4. Bidder warrants that he/she has not employed or retained any company or person other than a bona fide employee working solely for bidder, to solicit or secure this RFP and that he/she has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for proposer, any fee, commission, percentage, gift or any other consideration contingent upon, or resulting, from the award of making of this RFP.

5. In case of exact tie bids, awards will be made at the discretion of the board. Conformity to specifications, price, quality, and time of guaranteed delivery will be determining factors in the awarding of the bid.

6. In the event of an error in extending the total cost for an item, the unit price submitted will prevail.

7. The successful bidder will be required to submit invoices and reference purchase order numbers on all requests for payment. All statements must reference valid purchase order numbers. A separate invoice must be received for each purchase order number.

8. Bidders unable to submit a bid are requested to supply their business name and address and complete the NO BID section at the bottom of this page and return to the Purchasing Agent of the Lake County School Board, 29529 County Road 561, Tavares, FL 32778.

Page 3 of 43document.docx

RFP REPONSE FORM

We have reviewed in its entirety this Request for Proposal and agree to adhere to all of the terms and conditions included herein.

Yes No, a list of exceptions that we would like to be considered is attached.

We submit our prices and agree to adhere to all terms and conditions and to make delivery within       days after receipt of orders or continuous delivery as specified.

Company:      

Mailing Address: Street or PO Box:      

City:       State:      Zip Code:     

Signature: __________________________________________________________

Type name:       Title:      

Telephone #:           Date:      

Fax #:       E-Mail:      

NO BID: I HEREBY SUBMIT THIS AS A “NO BID” FOR THE REASONS CHECKED BELOW:

Insufficient time to respond

We do not offer the product or service requested

Our schedule will not permit us to respond to this bid

Keep our company on this bid list for future bids

Remove our company name from this bid list for future bids

Other (describe briefly)     

Page 4 of 43document.docx

SPECIAL TERMS AND CONDITIONS

INTRODUCTION AND BACKGROUND:

Lake County School Board, hereafter “LCSB”, seeks proposals from firms to provide LCSB with the acquisition of Bus Routing Software. The software will be utilized to provide a web or cloud based solution to optimize school bus routing for the Transportation Department.

This software purchase shall be a “turnkey” operation to include installation, setup and testing with all the district data sources as outlined under the Scope of Work. 

The District’s Transportation Department provides transportation to 21,860 students on 290 buses traveling 30,670 miles daily across its 1,162 square mile service area. This equates to a total distance of more than 5.5 million miles a year expending more than 880,000 gallons of diesel fuel. The annual Transportation Department budget is slightly higher than $15.1 million dollars.

The District currently maintains no existing software to perform this transportation routing task. See Attachment I for the required, but not limited to software features and requirements.

KEY EVENTS: 11/27/12 Non - Mandatory Pre-Proposal @ 1:30 PM11/29/12 Deadline for Questions: 4:00 PM12/04/12 Last date for Addendums.12/12/12 Public Bid Opening: Proposals due @ 2: 00 PM12/19/12 Evaluate proposals and make selection.02/05/13 Presentations, if needed.TBD Negotiations 02/26/13 Posting of Committee Recommendation03/11/13 Board Action on Recommendation

NON - MANDATORY PRE-PROPOSAL:

A non-mandatory pre-proposal meeting will be held on Tuesday, November 27, 2012 at 1:30 PM.

AWARD METHOD: A contract will be recommended for award to the responsive and responsible proposer who achieves the highest point score through the proposal evaluation process as outlined later in this document under the Method of Evaluation section. LCSB reserves the right to negotiate with the highest ranked proposer regarding proposal scope, quality, price and any other issues it considers relevant to successful performance of the services. If an agreement cannot be reached with the highest ranked proposer, LCSB reserves the right to negotiate and recommend award to the next highest proposer or subsequent proposers until an agreement is reached.

CONTRACT PERIOD: The term of this contract shall be for one year beginning immediately after Board approval with the option to renew for four additional one year periods upon the mutual agreement of both parties. Any renewals shall be in writing and signed by both parties.

Page 5 of 43document.docx

CANCELLATION: All or part of this Agreement may be terminated by the SCHOOL BOARD, with or without cause, for its convenience, upon no less than fifteen (15) days written notice to the CONTRACTOR of such intent to terminate. In such event, the CONTRACTOR will be entitled to compensation for services competently performed up to the date of termination. If services are discontinued with the Proposer for failure of performance, the Proposer must, at the LCSB’s discretion, refund all amounts paid to the Proposer for such, and the following shall apply: Within twenty (20) days of written notification by the LCSB, the Proposer must make arrangements for the shut-down of the service.

ACCEPTANCE OF VENDOR RESPONSES:

The District reserves the right to accept proposals and to accept or reject portions of a proposal based upon the information requested. Vendors may be excluded from further consideration for failure to fully comply with the requirements of this RFP solely at the District’s discretion.

METHOD OF EVALUATION:

An Evaluation Committee, using an Evaluation Form shown in Attachment E, will evaluate the proposals received. Each Committee member will independently score each proposal using a predetermined point system following the set of evaluation criteria listed in Attachment E to determine each member’s top three rated proposals. Each Committee member’s proposal scores will be ranked with the firm receiving the highest score also receiving the highest # of composite points (i.e. if 10 firms submitted proposals, the highest scored firm would receive 10 composite points, the second highest would receive 9 composite points, etc…). These composite points will then be added together and the proposals with the highest overall composite points will be placed on a short-list.

The short-listed respondents may be invited to make an oral presentation to further explain their proposal. If the LCSB determines that the Proposer’s software and/or web-hosting capabilities do not meet the specifications as stated in the RFP, the proposal may be rejected. The Proposers may reclaim allocated resources submitted for evaluation. The Proposers shall be liable for all costs associated with the system access submitted for evaluation. If this is required, the Committee members will assign each overall presentation one, two, or three points (three being the highest) to indicate their ranking. These points will be added together to determine the Committee’s final, ranked, short-list.

NON-EXCLUSIVE AGREEMENT:

This RFP does NOT establish an exclusive arrangement between the district and vendor. The district reserves, but is not limited to, the following rights: The right to use others to perform work and services described in this

RFP; The right to request proposals from other Vendors for work described in

this RFP; and The unrestricted right to bid any work or services described herein.

QUALIFICATIONS OF VENDORS:

The District expressly reserves the right to reject any proposal if it determines that the business and technical organization, equipment, financial and other resources, or experience of vendor, compared to work proposed, justifies such rejection. For reasons of data security proposals will only be received from those businesses hosting, managing, storing or transmitting data within the continental United States.

Page 6 of 43document.docx

AMENDMENT & CANCELLATION:

The District reserves the right to cancel, recall, and/or reissue all, or any part, of this RFP, at any time.

WITHDRAWAL: By written request to the Procurement Department, vendor may withdraw from the RFP process at any time before the closing date for the receipt of proposals.

CONFIDENTIALITY OF INFORMATION:

The district reserves the right to retain all copies of vendor proposals submitted in response to this Request for Proposals. You are hereby notified that under FS 119.07, (“Florida Sunshine Law”) proposals submitted in response to this solicitation cannot be granted immunity from public scrutiny. All information submitted must be made available to the public for examination, if so requested. Vendor requests to hold certain submitted materials in confidence cannot be honored. If it is essential to your organization that certain materials are kept confidential, and they are a required element of this Request for Proposal, it is recommended that you decline to respond to this solicitation.

PROPOSAL PREPARATION COSTS:

The costs of developing proposals are entirely the responsibility of the vendor, and shall not be charged in any manner to the district. This includes, but is not limited to, the direct cost of vendor personnel assigned to prepare vendor’s response to the RFP and any out-of-pocket expense (including, but not limited to, travel, accommodation, supplies) incurred by vendor in preparing the response to the RFP.

SUPPLEMENTAL Proposals shall meet the requirements and conform to the format prescribed in this RFP. As additions to this required format, vendor is permitted to submit supplemental materials to the base proposal when vendor determines a need to more fully explain aspects of vendor’s solution, applications, or services. Any such additions must be explicitly identified.

SOLICITATION OF DISTRICT EMPLOYEES:

The District expressly prohibits vendors from making any offer of employment, equivalent offer, or any other offering of value to any Board Member or employee of the district.

PRESS RELEASES & PUBLICITY:

No announcements or news releases pertaining to the vendor’s participation in this RFP, the selection of proposal or award of contract shall be made by vendor, its representatives, or agents until a final award has been made by the District.

PRIME CONTRACTOR RESPONSIBILITIES:

The District will consider the selected vendor to be the sole point of contact with regard to all contractual matters, including payment of any and all charges.

ASSIGNMENT OF CONTRACT:

The final contract to be awarded and any amounts to be paid thereunder shall not be transferred, pledged, or assigned without the prior written approval of the district.

SUB-CONTRATORS: Vendors must describe in the proposal, all responsibilities that vendor anticipates assigning or subcontracting, identify the subcontractor and also describe how vendor will manage these subcontractors.

Page 7 of 43document.docx

LICENSES & PERMITS: Vendor shall obtain and pay for all necessary licenses, permits, and related documents, required to comply with the proposal. Vendor shall save and hold harmless the district as a result of any infraction of the aforementioned. Vendor shall provide all applicable licenses as part of the proposal.

SCOPE OF SERVICES: Sc ope of Work: The Contractor shall provide a turnkey bus routing software system to the School Board that shall meet or exceed the following requirements.

A. System Requirements:1. Shall work behind our district ISA and Firewall

2. Shall work with Windows IE (Version 8.0 or newer) as LCSB has standardized Internet Explorer (IE) as a corporate browser

  3. Shall be delivered through an Internet Browser and not a client on

individual workstations

4. LCSB prefers software to work with internal District Windows Hyper V virtual servers, but is also interested in an on-site hosted solution as an option.

5. End User Workstations shall be able to utilize the latest Microsoft© Windows operating system (Example Windows 7 Pro or future Windows 8 Pro).

6. LCSB prefers all information to be stored in a relational database with functioning SQL access.

7. Provide an option for a hosted solution (external of District firewall) and a Hybrid Hosting Solution (on our Intranet).

B. Software Integration and Functionality: The bus routing software system proposed shall include but not be limited to the following (greater details are provided in Attachment I):

1. Have the capability to seamlessly integrate with LCSB GIS Software including the import of all existing File Geodatabase GIS Layers into software model (ESRI ArcGIS 10.1) and the ability to export all vendor software generated data (example:  generated stops, routes, walk zones, etc.) for use with the existing LCSB GIS Software (ESRI ArcGIS 10.1 and ArcServer 10.1).

2. Have the ability to integrate seamlessly with DecisionEd Data Warehouse, student data and ESE student data.

3. The vendors software solution for their relational database architecture must be compatible with LCSB data warehouse solution, DecisionEd©.

DecisionEd (Data Warehouse) http://www.decisioned.com/

Page 8 of 43document.docx

4. Work with Stoneware Software Solution. Stoneware (Single Sign On) http://www.stone-ware.com/

5. Have the ability to integrate with LCSB’s existing student pre-addressed geocoding model from LCSB Data Warehouse, DecisionEd (XY Coordinate E911 Point Address with a projection of NAD 1983 HARN State Plane Florida East FIPS 0901 US Survey Feet).

6. Have the capability of utilizing the newly created highly accurate routable street network GIS layer (file geodatabase) dataset developed by Lake County GIS for public safety vehicle routing and the existing ESRI StreetMap Premium NAVTEQ North America routing dataset.

7. Have the ability to create individual route sheets with detailed turn-by-turn directions including stop times along with specific student pick-up/drop-off reports.

  8. Have the capability of downloadable routes and stops (waypoints) into a

mobile GPS device for future voice turn-by-turn directions for use by substitute drivers.

9. Have the proficiency to handle and analyze various bell time scenarios for route efficiencies across all 300 general education and ESE routes

Installation:

1. Contractor shall be responsible for the installation and field-testing of software and hardware solutions proposed and shall receive formal acceptance by the LCSB prior to any implementation or testing.

2. Contractor responsible for providing implementation support with existing District network and all local system infrastructures.

Training:

1. After installation and field testing, the vendor shall provide all the necessary on-site training including an operational manual for sufficient reference of the proposed cloud-based solution to the routing staff for a minimum of 3 days. This initial training shall be included in the purchase price and shall ensure the LCSB routing staff can work autonomously without the vendor’s assistance to competently utilize the software in their typical daily operations.

2. Any additional or recommended training and associated cost shall be noted on the Cost Proposal.

Project Management:

Page 9 of 43document.docx

Please describe the start to finish implementation process with the use of a Gantt style chart. This tool should be utilized to show the critical dependency activities and their relationships to the respective critical and non-critical dates of all deliverables between the vendor and LCSB during the data collection, software integration, implementation and deployment of the solution. It is our desire to be fully operational within three months from the date of Board approval of the contract and six weeks following the test pilot project.

Reporting: The cloud-based software solution should have the ability to provide the following reporting functions through a web browser for both on-screen viewing and digital PDF export:

1. Bell time adherence

2. Maximum transit time adherence

3. Student information by stop assignment by route and day of week

4. Bus route (stop/student) manifest and schedules

5. Detailed route sheets with turn by turn directions and stops by route

6. Produce maps of individual or multiple routes

7. Produce cost calculations (driver/vehicle/time) by route

8. Student ineligibility report

9. Student changed address report

10. Student route/run bus capacity report

11. Route/Stop audit route report for tracking changes

12. Tiered route generation reports with driver/route/bus/times

13. Ability to provide an acceptable level of customizable reports

Page 10 of 43document.docx

Warranty:

1. The Contractor warrants that all equipment provided under this contract shall be new, unused, current production equipment free from manufacturer’s defects and suitable for the use intended.

2. The Contractor shall warrant the system free from defects during a one-year warranty period and assume sole responsibility for the performance of all equipment, materials, labor, software and programs supplied during this period. The warranty period shall begin after delivery and acceptance of the system by the Lake County School Board.

3. The Contractor during the warranty period shall include at no additional cost:

a. Unlimited business day online technical support

b. Unlimited business day e-mail technical support

c. Unlimited business day phone support

d. All released product updates

e. Minimum 2 hour business day response time for troubleshooting

Maintenance and Support:

1. Maintenance and Support shall be included at no cost for the first year under warranty.

2. Upgrades shall be included in the purchased Maintenance and Support.

3. Contractor shall include a copy of their Maintenance/Service agreement for consideration.

Pricing:

1. With budget uncertainty LCSB would prefer a perpetual license pricing model.  This would allow us the ability to not renew the maintenance agreement should budgets get extremely bad, but still utilize the purchased software.

2. Include cost of any additional software, hardware, labor, etc. needed to implement your software system.

3. Include additional training on-site, on-line, which includes all travel cost.

4. Include Maintenance agreement and support cost for years subsequent to the warranty period.

Page 11 of 43document.docx

5. Include cost for optional hosting.

Contract and/or License Agreement:

We have included a sample contract that we use for contracted services. This is not a license agreement. Submit with your proposal a copy of your license agreement. The sample contract and your license agreement will be reviewed by our Attorney and revised to reflect the needs of this contract if you are the highest ranked proposer.

PROPOSAL CONTENT & SUMBITTAL:

One (1) CD in Microsoft Word© format or Adobe PDF© format and one (1) hard copy of the proposal shall be submitted by respondents. The hard copy proposal response shall be unbound in a format made ready for photocopying for ease of reproduction by the District, in the event it is needed. The Evaluation Committee shall review the uploaded proposal from the CD. The hard copy proposal and the CD shall include all information and submittals requested in this RFP. The hard copy proposal and the CD must contain the exact same information. Incomplete proposals may be declared non-responsive.

Respondents are expected to organize their proposals in such a manner as to facilitate the evaluation process. Proposals should be keyed or indexed to correspond with this RFP. Responses should be correlated to the specific Submittal, Criterion, Section or Page Number of the RFP being addressed. If Adobe PDF© format is used, utilizing the bookmark feature would assist the Evaluation Committee members in locating the information in your proposal. Evaluation Committee members will make a reasonable effort to locate information in the proposals; however, failure to follow this suggested format may make location of critical submittal information difficult, possibly resulting in a loss of appropriate point credit or complete rejection of your proposal.

RESPONSE INSTRUCTIONS:

This section outlines the requirements that the proposer is requested to address in order to comply with this RFP. It is important that the format is followed as presented here. Priorities will be used to weight responses to determine overall applicability; therefore it is very important that we receive responses to all requirements. The District reserves the right to change the priority of requirements.

All proposals must be on 8½” x 11” paper and contain a table of contents delineating responses to each section. Handwritten proposals are unacceptable. Proposals must be organized and indexed in the format identified herein. Each section must contain all items in the sequence identified. An authorized official must sign proposals. Please provide:

1. One (1) hard copy and one (1) CD in Microsoft Word© format or Adobe PDF© format of the proposal response in the format outlined.

2. The hard copy proposal response shall be unbound in a format made ready for photocopying for ease of reproduction by the District.

Page 12 of 43document.docx

RESPONSE SUBMISSION Submittal A: Cover Letter, Completion of All Requirements and Guidelines delineated in the RFP.Outline the operational, customer service and technical contacts within your organization. Provide the names, titles, telephone numbers, and email addresses of those individuals with authority to negotiate and contractually bind the company (Attachment C). Provide the names, titles, and resumes listing qualifications, education, and experience of the key individual(s) responsible for supporting the offered system. District will use this information to obtain clarification of information provided.

Submittal B: Qualifications of FirmRespondents must specify experience in providing the requested systems for educational organizations. Respondents must provide information regarding, but not limited to:

The names and addresses of at least three (3) institutions of similar size and routing capacity that have contracted with the proposer for a within the past three years preferably from Florida School Board customers, which will attest to the quality, and effectiveness of the Respondent (Attachment D). Include a description of the size and complexity of the organizations for which the system was provided.

Evidence that the services were provided in a cost effective and high quality manner. Evidence may take the form of a confirmation letter from the organization referenced.

Indicate if there are any known or possible claims or litigation against your firm for providing similar services. Indicate if any contracts with any type of agency have been cancelled prior to completion by the Agency you contracted with and explain why.

Submittal C: OverviewProvide an overview demonstrating an understanding of the Scope of Services and how your firm and system will meet the required objectives, include implementation plan.

LiteratureA copy of general specification sheets or literature for the capabilities of the system proposed must be included in the Proposer’s submission. Detailed technical manuals are not required at this time.

Submittal D: Pricing StructureComplete the Cost of Services Sheet, Attachment A. Pricing should include any and all third party subcontractor fees, project management fees, materials and supplies fees, labor costs and any other fee that may be incurred by District. The annual fees shall be itemized

District also expects the awarded contractor to display the following qualities: A serious and rigorous commitment to safety practices. A detailed understanding of District’s needs.

Page 13 of 43document.docx

Strong work management capabilities. Forward-looking expertise and a commitment to bringing in new

technologies and processes. Adherence to all Federal, State and Local policies, practices and

regulatory requirements.

DISTRICT POLICIES AND GENERAL REQUIREMENTS:

The policies set forth below are Terms and Conditions defined in the District’s Services Agreement. The Supplier should be aware that District will have the same expectations of contracted workers as regular District employees when they are assigned to work at District owned locations. Violation of these policies, or others in the contract, may be grounds for termination.

1. Authorized Access – A name badge is required to enter District buildings. 2. Certification Service – The Supplier shall be required to ensure that its

employees and subcontractors performing work at the Offices are properly certified and eligible to work in the United States.

3. District is committed to maintaining a safe and drug-free work environment. The Supplier shall be responsible for ensuring that its employees and work areas remain drug free through the performance of their duties at the Offices.

4. Safety – Safety is a top priority at District. District believes that “safety first” standards throughout the company is critical to minimizing risks and maximizing resources. The Supplier shall be responsible for knowing and complying with District’s safety, security and emergency policies and procedures. Supplier employees and subcontractors shall also become familiar with and adhere to District’s safety policies while on District property.

5. Environmental Compliance – The Supplier shall provide a list of all chemicals used in the performance of the contract to the Offices point of contact prior to use. All chemicals shall be used in compliance with all applicable Federal, State, and Local laws. The Supplier and its personnel shall demonstrate their understanding of these laws and must document compliance procedures. The Supplier shall be responsible for maintaining all Material Safety Data Sheets (MSDS) for all chemicals used in performance of this contract and have copies of such documents on the premises.

6. Energy Conservation – District actively seeks to minimize energy usage, both to meet facilities cost reduction targets and in keeping with its environmental objectives. The Supplier’s processes and procedures shall assist District in achieving these goals.

7. Compliance with Laws – The Supplier must comply with all applicable laws, rules, and regulations of Federal, State, and local governments, including OSHA, equal opportunity laws, and environmental laws. Failure to comply with laws may result in the termination of the contract. The Supplier shall

Page 14 of 43document.docx

immediately correct any work, and replace any material, which does not comply with such laws, rules and regulations at its own expense.

8. Subcontractors – Prior to subcontracting any of the Services, the Supplier shall notify District of the proposed subcontract and shall obtain District’s approval in writing of such subcontract. Prior to amending, modifying or otherwise supplementing any subcontract relating to the Services, the Supplier shall notify District of the proposed amendment, modification or supplement and shall obtain District’s approval in writing. If requested by District, Supplier’s Subcontractor will be required to submit to a security site visit prior to final written approval from District.

No subcontracting shall release the Supplier from its responsibility for its obligations under this Agreement. The Supplier shall be responsible for the work and activities of each of its Agents, including compliance with the terms of this Agreement. The Supplier shall be responsible for all payments to its subcontractors.

The Supplier shall promptly pay for all services, materials, equipment and labor used by the Supplier in providing the Services and the Supplier shall keep District’s premises free of all liens.

9. The proposed system shall be fully Health Insurance Portability and Accountability Act (HIPAA) and the Family Educational Rights and Privacy Act (FERPA) compliant. When federal regulations are amended that would affect the compliance of the software under contract by the District, the vendor shall be responsible for maintaining compliance with the necessary upgrade at no additional cost to the District.

QUESTIONS: Clarification of any language in the RFP may be obtained by fax, email or US mail. Verbal discussion of items in the RFP with District personnel is not to be construed as changing any of the Request For Proposal requirements. Any additional information or addendums will be posted on the Lake County Schools Purchasing website at http://lake.k12.fl.us/Page/966 . Vendor is responsible for monitoring this website for addenda. All questions/concerns shall be received by no later than 4:00 PM, local time, Tuesday, December 4, 2012, and be directed, in writing, to:

Diane Bennett, Certified Purchasing AgentE-mail: [email protected]: 352-742-8516Address: 29529 CR 561 Tavares, FL 32778

Page 15 of 43document.docx

SUBMITTALS CHECKLIST

To ensure your proposal contains all requested information, and to avoid possible disqualification, please use this checklist as a reminder by placing a check in each box after verifying that the item is included in your proposal. Include this complete checklist along with your proposal.

Submittal A Cover Letter, Individual Qualifications

Submittal B Qualifications of Firm

Submittal C Overview: Ability to meet objectives of RFP

Submittal D Attachment A

Cost of Services

Attachment B Agreement (The sample agreement does not need to be returned.)

Attachment C Vendor Data Sheet

Attachment D Reference Data Sheet

Attachment E Proposal Evaluation Form

Attachment F Public Entity Crimes Affidavit

Attachment G Non-Collusion Affidavit

Attachment H Federal Debarment Form

Attachment I System Functions and Features Software System Statement of Work Breakdown

Page 4 Completed and Signed RFP Response Form

Page 16 of 43document.docx

ATTACHMENT ACOST OF SERVICES

The LCSB reserves the right to negotiate all costs and fees submitted with the vendor recommended for award.

Item #

Description Unit Price

1. Bus routing software perpetual license(operational manual must be included in the cost) $__________

2. # of days of on-site training included in the cost of the above license      /days

3. Additional On-site training cost:# of Participants in training session: ________All costs above for onsite training should be inclusive of all travel and accommodation costs.

$     /day

4. On-line training cost:      /session

5. Maintenance and On-line Support afterWarranty Period $     /year

6. Hardware Cost:List any specialty hardware required by your system:      $     

$     $     

7. Option for a off-site hosted solution $     /year

8. Option for a hybrid hosted solution (on our intranet and hosted on the outside as well) $     /year

9. List any other costs required to implement your solution.     

$     

Warranty period (minimum one year) on: Software:      Specialty Hardware:      

Page 17 of 43document.docx

ATTACHMENT B

AGREEMENT FOR CONTRACTOR SERVICES

THIS AGREEMENT is entered into by and between The School Board of Lake County, Florida, whose address is 201 West Burleigh Boulevard, Tavares, Florida 32778 (hereinafter referred to as the “SCHOOL BOARD”), and Insert Company Name, whose address is Insert Company Address (hereinafter referred to as the “CONTRACTOR”), on the date the SCHOOL BOARD signs below.

NOW, THEREFORE, in consideration of the mutual benefits accruing to the parties to this Agreement, and for other good and valuable considerations, the receipt of which is hereby acknowledged, the parties agree as follows:

1. Services. The CONTRACTOR shall perform the following services: SEE EXHIBIT “A,” which is attached and incorporated by reference herein. Nothing herein shall limit the SCHOOL BOARD'S right to obtain proposals or services from other professionals for similar projects. The CONTRACTOR agrees to comply with all terms and conditions of RFP #3659DB Bus Routing Software System such terms and conditions being incorporated by reference.

2. Insurance.

A. The CONTRACTOR shall maintain throughout this Agreement the following insurance:

(i) Comprehensive General Liability insurance in the amount of one million dollars ($1,000,000);

(ii) Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the operations of the CONTRACTOR, in an amount not less than five hundred thousand dollars ($500,000) combined single limit per occurrence for bodily injury and property damage with the SCHOOL BOARD as an additional named insured; and

(iii) Workers’ Compensation Insurance for all employees of the

CONTRACTOR as required by Florida Statutes. A Waiver of Subrogation in favor of The School Board of Lake County, Florida and its members, officers and employees shall be endorsed onto the Workers’ compensation policy

B. The School Board of Lake County, Florida and its members, officers and employees shall be an additional insured on those insurance coverages/policies listed above except Workers’ Compensation.

Page 18 of 43document.docx

C. The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, which most nearly reflect the operations of the CONTRACTOR.

D. The CONTRACTOR shall ensure that all insurance policies required by this section are issued by companies with either of the following qualifications:

(i) The company must be (1) authorized by subsisting certificates of authority by the Department of Insurance of the State of Florida or (2) an eligible surplus lines insurer under Florida Statutes. In addition, the insurer must have a Best’s Rating of “B+” or better according to the latest edition of Best’s Key Rating Guide, published by A.M. Best Company; or

(ii) With respect only to the Workers’ Compensation Insurance, the company may be (1) authorized as a group self-insurer pursuant to Florida Statutes or (2) authorized as a commercial self-insurance fund pursuant to Florida Statutes.

E. Neither approval nor failure to disapprove the insurance furnished by the CONTRACTOR to the SCHOOL BOARD shall relieve the CONTRACTOR of the CONTRACTOR’S full responsibility to provide insurance as required under this Agreement.

F. The CONTRACTOR shall be responsible for assuring that the insurance remains in force for the duration of this Agreement, including any and all option years that may be granted to the CONTRACTOR. The CONTRACTOR shall be responsible for notifying SCHOOL BOARD within 48 hours upon receipt of any cancellation notice or intent to non-renew. If the insurance is scheduled to expire during the contractual period, the CONTRACTOR shall be responsible for submitting new or renewed certificates of insurance to the SCHOOL BOARD at a minimum of fifteen (15) calendar days in advance of such expiration

G. Unless otherwise notified, the certificate of insurance shall be delivered, within 10 days, to:

Lake County SchoolsPurchasing Department29529 County Road 561Tavares, Florida 32778

H. The name and address of the Certificate Holder on the certificate of

insurance must be:

The School Board of Lake County, Florida

201 West Burleigh Boulevard

Page 19 of 43document.docx

Tavares, Florida 32778

I. 1In the event that CONTRACTOR fails to maintain insurance as described in Section 2, paragraph “A” of this Agreement, CONTRACTOR agrees that such failure will constitute a material breach of this Agreement and the SCHOOL BOARD shall have the right to terminate this Agreement without further liability. Further, CONTRACTOR agrees that upon such breach, the SCHOOL BOARD may take any action necessary at law or in equity to preserve and protect SCHOOL BOARD’S rights.

3. Indemnification. The CONTRACTOR agrees to make payment of all proper charges for labor required in the aforementioned work and CONTRACTOR shall indemnify SCHOOL BOARD and hold it harmless from and against any loss or damage, claim or cause of action, and any attorneys' fees and court costs, arising out of: any unpaid bills for labor, services or materials furnished pursuant to this Agreement; any failure of performance of CONTRACTOR under this Agreement; or the negligence of the CONTRACTOR in the performance of its duties under this Agreement, or any act or omission on the part of the CONTRACTOR, his agents, employees, or servants. CONTRACTOR shall defend, indemnify, and save harmless the SCHOOL BOARD or any of their officers, agents, or servants and each and every one of them against and from all claims, suits, and costs of every kind and description, including attorney’s fees, and from all damages to which the SCHOOL BOARD or any of their officers, agents, or servants may be put by reason of injury to the persons or property of others resulting from the performance of CONTRACTOR’S duties under this Agreement, or through the negligence of the CONTRACTOR in the performance of its duties under this Agreement, or through any act or omission on the part of the CONTRACTOR, his agents, employees, or servants. CONTRACTOR shall provide such indemnity regardless of the negligence or other culpability of the SCHOOL BOARD, excluding only those circumstances where the SCHOOL BOARD is solely negligent.

4. Codes, Laws, and Regulations. CONTRACTOR will comply with all applicable codes, laws, regulations, standards, and ordinances in force during the term of this Agreement.

5. Permits, Licenses, and Fees. CONTRACTOR will obtain and pay for all permits and licenses required by law that are associated with the CONTRACTOR'S performance of the Scope of Services.

6. Access to Records. CONTRACTOR will maintain accounting records in accordance with generally accepted accounting principles and practices to substantiate all invoiced amounts. CONTRACTOR shall ensure that such records are available for examination by the SCHOOL BOARD during CONTRACTOR'S normal business hours. CONTRACTOR shall maintain such records for a period of three (3) years after the date of the invoice.

7. Contingent Fees Prohibited. The CONTRACTOR warrants that he or she has not employed or retained any company or person, other than a bona fide employee working solely for the CONTRACTOR, to solicit or secure this Agreement and that he or she has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for the CONTRACTOR any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. In the

Page 20 of 43document.docx

event of a breach of this provision, the SCHOOL BOARD shall have the right to terminate this Agreement without further liability and at its discretion, deduct from the contract price, or otherwise recover, the full amount of any such fee, commission, percentage, gift, or consideration paid in breach of this Agreement.

8. Payment. SCHOOL BOARD shall compensate CONTRACTOR for their services in the following manner: SEE EXHIBIT “B”. No other costs or services shall be billed to the SCHOOL BOARD.

9. Ownership of Documents. All data, specifications, calculations, estimates, plans, drawings, construction documents, photographs, summaries, reports, memoranda, and other documents, instruments, information and material prepared or accumulated by the CONTRACTOR (or by such sub-consultants and specialty consultants) in rendering services hereunder shall be the sole property of the SCHOOL BOARD who may have access to the reproducible copies at no additional cost other than printing. Provided, that the CONTRACTOR shall in no way be liable or legally responsible to anyone for the SCHOOL BOARD's use of any such materials for another PROJECT, or following termination. All original documents shall be kept on file at the office of the PROFESSIONAL for a period of 15 years. At the end of the 15 year period, PROFESSIONAL shall provide the SCHOOL BOARD with thirty (30) days written notice by certified mail, return receipt requested, of its intent to destroy documents at which time the SCHOOL BOARD shall determine whether to take possession of the stored documents or whether to allow the PROFESSIONAL to destroy the stored documents.

10. Independent Contractor. The CONTRACTOR agrees that he or she is an independent contractor and not an agent, joint venturer, or employee of the SCHOOL BOARD, and nothing in this Agreement shall be construed to be inconsistent with this relationship or status. None of the benefits provided by the SCHOOL BOARD to its employees, including but not limited to, workers’ compensation insurance, unemployment insurance, or retirement benefits, are available from the SCHOOL BOARD to the CONTRACTOR. Further, CONTRACTOR will be responsible for paying its own Federal income tax and self-employment tax, or any other taxes applicable to the compensation paid under this Agreement. The CONTRACTOR shall be solely and entirely responsible for his or her acts during the performance of this Agreement.

11. Assignment. Neither party shall have the power to assign any of the duties or rights or any claim arising out of or related to the Agreement, whether arising in tort, contract, or otherwise, without the written consent of the other party. These conditions and the entire Agreement are binding on the heirs, successors, and assigns of the parties hereto.

12. No Third Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the CONTRACTOR and the SCHOOL BOARD.

13. Jurisdiction. The laws of the State of Florida shall govern the validity of this Agreement, its interpretation and performance, and any other claims related to it. In the event of any litigation arising under or construing this Agreement, venue shall lie only in Lake County, Florida.

14. Term and Termination. The term of this Agreement shall be from March 11, 2013, through March 10, 2014. This Agreement may be renewed for four additional twelve-month periods, if mutually agreed to by the parties. Any renewals shall be in writing and signed by both parties. All or part of this Agreement may be terminated by the SCHOOL BOARD, with

Page 21 of 43document.docx

or without cause, for its convenience, upon no less than fifteen (15) days written notice to the CONTRACTOR of such intent to terminate. In such event, the CONTRACTOR will be entitled to compensation for services competently performed up to the date of termination.

15. Nonappropriation. The CONTRACTOR understands and agrees that this Agreement is subject to the availability of funds to the SCHOOL BOARD to purchase the specified products/services. As used herein, a “nonappropriation” shall be defined as an occurrence wherein the SCHOOL BOARD, in any fiscal period, does not allocate funds in its budget for the purchase of the specified products/services or other amounts owed pursuant to this Agreement, from the source of funding which the SCHOOL BOARD anticipates using to pay its obligations hereunder, and the SCHOOL BOARD has no other funds, from sources other than ad valorem taxes, which it deems to be available to pay its obligations under this Agreement. The SCHOOL BOARD may terminate this Agreement, with no further liability to the CONTRACTOR, effective the first day of a fiscal period provided that:

(a) a nonappropriation has occurred, and (b) the SCHOOL BOARD has provided the CONTRACTOR with written

notice of termination not less than fifteen (15) days before the proposed termination date.

Upon the occurrence of such nonappropriation, the SCHOOL BOARD shall not be obligated for payment for any fiscal period for which funds have not been appropriated.

16. Contact Person. The primary contact person under this Agreement for the CONTRACTOR shall be Insert Contact for Agreement. The primary contact person under this Agreement for the SCHOOL BOARD shall be David Solomon, Transportation Director.

17. Approval of Personnel. The SCHOOL BOARD reserves the right to approve the contact person and the persons actually performing the CONTRACTOR services on behalf of CONTRACTOR pursuant to this Agreement. If SCHOOL BOARD, in its sole discretion, is dissatisfied with the contact person or the person or persons actually performing the services on behalf of CONTRACTOR pursuant to this Agreement, SCHOOL BOARD may require that the CONTRACTOR assign a different person or persons to be the contact person or to perform the CONTRACTOR services hereunder.

18. Disclosure of Conflict. The CONTRACTOR has an obligation to disclose to the SCHOOL BOARD any situation that, while acting pursuant to this Agreement, would create a potential conflict of interest between the CONTRACTOR and his duties under this Agreement.

19. Background Investigations. The CONTRACTOR represents and warrants to the SCHOOL BOARD that the CONTRACTOR has read and is familiar with Florida Statute Sections 1012.315, 1012.32, 1012.465, 1012.467, and 1012.468 regarding background investigations. CONTRACTOR covenants to comply with all requirements of the above-cited statutes and shall provide SCHOOL BOARD with proof of compliance upon request. CONTRACTOR agrees to indemnify and hold harmless the SCHOOL BOARD, its officers, agents and employees from any liability in the form of physical injury, death, or property damage resulting from the CONTRACTOR’S failure to comply with the requirements of this paragraph or Florida Statute Sections 1012.315, 1012.32, 1012.465, 1012.467 and 1012.468.

Page 22 of 43document.docx

20. Attorneys’ Fees. In the event litigation is required by either party to enforce the terms of this Agreement, the prevailing party of such action shall, in addition to all other relief granted or awarded by the court, be entitled to judgment for reasonable attorney’s fees, incurred by reason of such action and all costs of arbitration or suit and those incurred in preparation thereof at both the trial and appellate levels, and in bankruptcy proceedings.

21. 1Modifications and Amendments. This Agreement may be modified or amended only by a written document signed by authorized representatives of the CONTRACTOR and SCHOOL BOARD.

22. Subcontracts and Assignment. CONTRACTOR shall not subcontract or assign any of the work contemplated under this Agreement without first obtaining written approval from the SCHOOL BOARD. Any subcontractor or assignee shall be bound by the terms of this Agreement, including, but not limited to, the fingerprinting, insurance and indemnification provisions.

23. Entire Agreement. This constitutes the entire agreement between SCHOOL BOARD and CONTRACTOR and supersedes any prior or contemporaneous understanding or agreement with respect to the services contemplated herein.

24. 1Severability Clause. If any provision of this Agreement is held in whole or in part to be unenforceable for any reason, the remainder of that provision and/or the entire agreement shall be severable and remain in effect.

25. Notices.

a.) 1All notices, demands, or other writings required to be given or made or sent in this Agreement, or which may be given or made or sent, by either party to the other, shall be deemed to have been fully given or made or sent when in writing and addressed as follows:

SCHOOL BOARD: Superintendent201 West Burleigh BoulevardTavares, Florida 32778

CONTRACTOR: Insert Company NameInsert StreetInsert City, State Zip

b.) 1All notices required, or which may be given hereunder, shall be considered properly given if (1) personally delivered, (2) sent by certified United States mail, return receipt requested, or (3) sent by Federal Express or other equivalent overnight letter delivery company.

c.) 1The effective date of such notices shall be the date personally delivered, or if sent by mail, the date of the postmark, or if sent by overnight letter delivery company, the date the notice was picked up by the overnight delivery company.

d.) 1Parties may designate other parties or addresses to which notice shall be sent by notifying, in writing, the other party in a manner designated for the filing of notice hereunder.

Page 23 of 43document.docx

26. Authority. Each person signing this Agreement on behalf of either party individually warrants that he or she has full legal power to execute this Agreement on behalf of the party for whom he or she is signing, and to bind and obligate such party with respect to all provisions contained in this Agreement.

Page 24 of 43document.docx

IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the respective dates under each signature.

“SCHOOL BOARD”

THE SCHOOL BOARD OF LAKE COUNTY, FLORIDA

By: ______________________________Rosanne Brandeburg, Chairperson

Date: ______________________________

Approved as to form: Attest: ____________________________Dr. Susan Moxley, Superintendent

________________________School Board Attorney

“CONTRACTOR”

Insert Company Name

By: ____________________________

Its: Typed Name, Title

Date: ___________________________

Page 25 of 43document.docx

EXHIBIT “A”

SCOPE OF SERVICESI Scope of Work. (See Page 8) II Code Of Conduct.

A. Code of Conduct – The Contractor shall have an established program to review with its employees the following Code of Conduct prior to Contractor's employees coming onto the Owner's property. Owner reserves the right to take whatever action it deems appropriate when a violation of the Code of Conduct occurs. This includes, but is not limited to, barring/removing Contractor's employee(s) from the property and/or any legal recourse available. The Code of Conduct shall include but not be limited to the following:

a. Employees shall be required to dress appropriately. Shoes and shirts are required at all times. No apparel with inappropriate or offensive sayings or pictures shall be worn.

b. Alcohol, Tobacco, & Drug Abuse Policy – It is the policy of the Owner that the possession, use, consumption, distribution, transfer, manufacture or sale of alcohol, tobacco, illegal drugs or prescription drugs without a valid prescription on Owner's property is strictly prohibited.

c. Miscellaneous Conduct – Use of profane, abusive, or threatening language, or fighting or threatening bodily injury to any person is prohibited. Practical joking or horseplay has no place on Owner's property and is prohibited. The bringing of firearms or other weapons into the work place is strictly prohibited. Gambling in any form, including the selling of chances or lottery tickets is not allowed upon the property of the Owner.

d. Theft, Destruction of Property – Contractor's employees shall not take items of Owner's property. Contractor's employees shall not damage or handle in a destructive manner any of Owner's property or equipment.

e. Eating – eating is not allowed except in designated places.

f. Cleanliness – Contractor's employees shall keep their places of work machinery, or other Owner's property used by them in a clean and orderly condition. Marking on walls, posts or machinery is prohibited. Sanitary facilities and break areas are cleaned daily, and Contractor's employees are expected to do their part in keeping such facilities clean.

g. Telephone Calls – Telephones installed in Owner's facilities are for the use of the Owner in the transaction of its business. Unnecessary use of telephones for personnel matters is

Page 26 of 43document.docx

discouraged. No long distance calls are to be made unless properly authorized.

h. Notices – No notice, bulletin, or other material shall be posted in Owner's facilities or upon Owner's property except by Owner's prior written permission. Contractor's employees shall not remove or deface any notice or bulletin or other information posted by the Owner.

i. Sexual Harassment – It is the policy of the Owner to maintain a working environment free of all forms of sexual harassment. Sexual harassment includes, but is not limited to:

a. Unwelcome, deliberate, repeated, or unsolicited comments, gestures, or physical action of a sexual nature (for example, sexually derogatory statements, unnecessary touching, patting or pinching, etc.);

b. Demanding or subtle pressure for sexual favors or sexual activity;

c. Preferential treatment, taking or refusing to take personnel action, or the exercise of power in exchange for sexual favors; or

d. Actions or behaviors that have the purpose or effect of unreasonable, interfering with work performance, or creating an environment which is hostile, intimidating, or offensive (for example, sexual jokes, inappropriate calendars or pin-ups, etc.). Contractor has the responsibility to immediately inform Owner of any allegations of sexual harassment.

Engaging in any other practices as may be inconsistent with the ordinary, reasonable, common sense rules of conduct necessary to the welfare of the Owner and any employee of the Owner is prohibited.

B. Warranty: The Contractor warrants to the Owner that all Work will be of good quality, free from faults and defects, and in conformance with this Agreement. All Work not conforming to these requirements may be considered defective. Any Work not in conformance with this Warranty will be remedied so as to conform to this Warranty at the Contractor's sole cost and expense.

C. Non-Waiver: Failure of either party to enforce any of the provisions hereof shall not be construed as a general waiver or relinquishment of this or any other provision.

Page 27 of 43document.docx

D. Rights and Remedies: The rights and remedies herein reserved shall be cumulative and additional to any other or further remedies provided in law or equity.

E. Separate Contracts: The Owner has the right to let other contracts in connection with the Work or to perform similar work itself and the Contractor shall fully cooperate with such other contractors or the Owner.

Page 28 of 43document.docx

EXHIBIT “B”

COMPENSATION

I. The SCHOOL BOARD shall compensate CONTRACTOR for services rendered pursuant to the Rate Schedule below, provided that such services have either been specifically requested, in writing, by the SCHOOL BOARD or specifically authorized, in writing, by the SCHOOL BOARD.

II. CONTRACTOR shall ensure that all work performed, materials provided, and costs incurred by CONTRACTOR pursuant to this Agreement are billed to the SCHOOL BOARD in accordance with the Rate Schedule below.

III. CONTRACTOR understands and agrees that the SCHOOL BOARD shall bear no responsibility for compensation to, or reimbursement of, CONTRACTOR for any services rendered, costs incurred, or materials provided by CONTRACTOR pursuant to this Agreement which are either not specifically requested or authorized by the SCHOOL BOARD, in writing, or which are not specifically set forth in the Rate Schedule below.

IV. RATE SCHEDULE:

V. INVOICES. A. Invoices for hourly rate services shall be submitted on a monthly basis and shall

include the following details for each separate task performed:

(a) The date the task was performed;(b) Identification, by name or initials, of the person performing the task;(c) A description, with reasonable particularity, of the task;(d) The actual time expended to perform the task; provided, however, that

The actual time may be rounded up to the nearest one-tenth of an hour;(e) The hourly rate applicable to the individual performing the task; and(f) The fee being charged for the task.

B. All other invoices shall be submitted on a monthly or agreed upon basis, or when a specific project is completed, and shall include the following details for each separate task performed, where applicable:

(a) Purchase order number;(b) Name and address of vendor;(c) Unique invoice number;(d) Date and location of service/delivery;(e) Itemized unit quantities and unit prices;(f) Line item total or extended price, minimum contract discount; and(g) All pricing must be in accordance with rates set forth in the RATE

SCHEDULE section of this Agreement.

C. Block or bundled billing entries, in which two or more tasks are blocked or bundled together into a single billing entry, are prohibited unless a lump sum award is approved.

Page 29 of 43document.docx

D. If the contract is canceled prior to the completion of a term the vendor will only be paid for work performed or license fees up to the date of termination. Any monies that may have been paid in advance will be returned by the vendor to the district for the remainder of the contract term.

Page 30 of 43document.docx

ATTACHMENT CVendor Data

1. Proposing Company Name:     

Telephone:      Toll Free Telephone:      Fax:     

Address:     

City:      State:      Zip + Four:     

2. Contact Person in the event there are questions about your proposal

Name:      Title:     

Telephone:      Toll Free Telephone:     

Address:     

City:      State:      Zip + Four:     

Email Address:     

Page 31 of 43document.docx

N SCHOOLS

ATTACHMENT DREFERENCE DATA SHEET

FOR VENDOR:Provide company name, address, contact person, telephone number, and appropriate information on the service(s) used for three (3)) or more businesses, preferably School Boards, with requirements similar to those included in this solicitation document.

Company Name:      Dates of Service:     Address:     Telephone:      Contact Person:     Product(s) and/or Service(s) Used:     Dollar Value of contract $     

Company Name:       Dates of Service:      Address:     

Telephone:      Contact Person:     Product(s) and/or Service(s) Used:     Dollar Value of contract $     

Company Name:       Dates of Service:      Address:     

Telephone:      Contact Person:     Product(s) and/or Service(s) Used:     Dollar Value of contract $     

Company Name:       Dates of Service:      Address:     

Telephone:      Contact Person:     Product(s) and/or Service(s) Used:     Dollar Value of contract $     

Company Name:       Dates of Service:      Address:     

Telephone:      Contact Person:     Product(s) and/or Service(s) Used:     Dollar Value of contract $     

Page 32 of 43document.docx

ATTACHMENT E

PROPOSAL EVALUATION FORMIn order to receive point credit for any criterion listed below, proposals must include evidence that the specific requirement can be met. This evidence may take the form of written documentation, video, tape or any other form required by the RFP. The quality and completeness of those submittals will be judged by the evaluation committee to determine the appropriate score to be awarded.

MAXIMUM POINTS POSSILBE

Cover letter, Individual Qualification 5

Qualification of Firm 20

Cost of Services 25

Overview: Ability to meet objectives of RFP 40

Implementation Plan 10

MAXIMUM SCORE: 100

The School Board of Lake County reserves the right to negotiate terms and conditions and pricing as allowed under Florida Statute.

Page 33 of 43document.docx

ATTACHMENT FSWORN STATEMENT UNDER SECTION 287.133(3)(a),

FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES

This form must be signed and sworn to in the presence of a notary public or other officer authorized to administer oaths.

1. This sworn statement is submitted

to Lake County Schools, FL

by Insert individual's name and title

for Insert name of entity submitting sworn statement

Whose business address is:      

(If applicable) its Federal Employer Identification Number (FEIN) is:      

(If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement on the attached sheet.) Required as per IRS Form W-9.

2. I understand that a “public entity crime” as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including but not limited to, and bid or contract for goods or services to be provided to any public entity or agency or political subdivision or any other state or of the Unites States, and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation.

3. I understate that “convicted” or “conviction” as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere.

3. I understand that “affiliate” as defined in Paragraph 287.133(1)(a), Florida Statutes means:a. A predecessor or successor of a person convicted of a public entity crime or;b. An entity under the control of any natural person who is active in the management of

the entity and who has been convicted of a public entity crime. The term “affiliate” includes those offices, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of the affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not fair market value under an arm’s length agreement, shall be a facie case that one person controls another person. A person who knowingly enters into a join venture with a person who has been convicted of a public entity crime in Florida during the proceeding 36 months shall be considered an affiliate.

5. I understand that a “person” as defined in Paragraph 287.133(1)(c), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term “person” includes

Page 34 of 43document.docx

those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of the entity.

6. Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting those sworn statements. (Please indicate which statement applies.)

Neither the entity submitted this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity nor affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989.

The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, member, or agents who are active in management of the entity, or an affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989.

The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, member, or agents who are active in management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearing and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Attach a copy of the final order)

I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES, FOR CATEGORY TWO OR ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM.

____________________________________(Signature)

____________________________________(Date)

STATE OF_________________________________

COUNTY OF_______________________________

PERSONALLY APPEARED BEFORE ME, the undersigned authority,

__________________________________________(Name of individual signing)

who, after first being sworn by me, affixed his/her signature in the space provided

above on this_________ day of___________________, 2____.

____________________________________(NOTARY PUBLIC)

My Commission Expires: _____________________________

Page 35 of 43document.docx

PROJECT IDENTIFICATION: RFP #3659DB Bus Routing Software System

SOCIAL SECURITY NUMBER:      

Required as per IRS Form W-9. (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement on the attached sheet.)

Page 36 of 43document.docx

ATTACHMENT GNON-COLLUSION AFFIDAVIT

State of      

County of      

      being first duly sworn, deposes and says that:

(1) He/she is the Owner, Partner, Officer, Representative, or Agent

of the Proposer that has submitted the attached Proposal;

(2) He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal;

(3) Such Proposal is genuine and is not a collusive or sham Proposal;

(4) Neither the said Proposer nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Proposer, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from proposing in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Proposer, firm or person to fix any overhead, profit, or cost elements of the Proposal price or the Proposal price of any other Proposer, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work;

(5) The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Proposer or any other of its agents representatives, owners, employees or parties in interest, including this affiant.

Signed, sealed, and delivered in the presence of:

__________________________ BY: ____________________________

__________________________ ________________________________Printed Name

________________________________Title

Page 37 of 43document.docx

ATTACHMENT HCertification Regarding Debarment, Suspension, Ineligibility and

Voluntary Exclusion -- Lower Tier Covered Transactions

This certification is required by the Department of Education regulations implementing Executive Order 12549, Debarment and Suspension, 34 CFR Part 85, for all lower tier transactions meeting the threshold and tier requirements stated at Section 85.110.

Instructions for Certification1. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below.

2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.

4. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," " person," "primary covered transaction," " principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations.

5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated.

6. The prospective lower tier participant further agrees by submitting this proposal that it will include the clause titled Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion-Lower Tier Covered Transactions, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions.

7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may but is not required to, check the Nonprocurement List.

8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.

9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

Certification

(1) The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency.

2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.

NAME OF APPLICANT PR/AWARD NUMBER AND/OR PROJECT NAME

           PRINTED NAME AND TITLE OF AUTHORIZED REPRESENTATIVE

     SIGNATURE DATE

     ED 80-0014, 9/90 (Replaces GCS-009 (REV.12/88), which is obsolete)

Page 38 of 43document.docx

ATTACHMENT ISCHOOL BUS ROUTING SOFTWARE

SYSTEM FUNCTIONS AND FEATURESSOFTWARE SYSTEM STATEMENT OF WORK BREAKDOWN

This attachment defines system functions. All features, components, capacities and other elements that meet requirements must be operational as of the bid submission. Provide an affirmative or negative declaration whether the proposed system has the specified required/preferred capability. Additionally, where appropriate provide a brief explanation of how the criterion is met. This information will be utilized as assistance in determining if the objectives of the RFP are being met by the proposer.

Item# Brief Description of Requirements Yes/NoY/N

Supplier’s Brief Explanation of the Capability

1

Software shall be based on an open and modular platform that allows for customization and added value to the District or a third party vendor. If the software Supplier were to cease operations or to discontinue support of the software, the full source code of the software shall be supplied to the District.

           

2

Software shall be fully web browser based including all routing features with appropriate internet security. Software shall be fully functional in all modern web browsers such as Google Chrome 21+ to Internet Explorer 8+, Mozilla Firefox 14+. Software shall be based on HTML and CSS standards and not rely on any proprietary web browser plug-ins or add-ons (e.g. Microsoft Silverlight or Adobe Flash). Software updates shall be provided in a timely manner to keep up with major releases of web browser software.

           

3

All changes to student information, schools, stops, routes, runs and vehicles shall have an easily accessible audit trail.

           

4

Software shall have the ability to route up to 500 buses per user. Software shall optimize all routes without user interaction.

           

5

Software shall be capable of running 24/7 with 10 routing staff and at least 200 users viewing data at any given time.

           

Page 39 of 43document.docx

6

New stops added shall be either automatically assigned to the nearest route that has available seats and shall not cause a time fault to be incurred or provide user with a list of optional routes to which new stop may be assigned.

           

7

Software shall allow user to easily create and/or customize reports using all data available. This shall be available by school, student, bus, route and stop or any combination.

           

8Software shall calculate costs and distance for each time a route is developed.

           

9

Software shall notify user when bus being routed is within a given percentage of capacity. Capacity to be set by user or from a capacity table assigned to a particular bus which may be different regarding the type of student or grade level of the school being serviced.

           

10Software shall have a field trip module included that is fully web-based with appropriate security.

           

11

Software shall have the capability to download a route or changes to a route to an onboard navigational device on a bus while it is en route.

           

12

Software shall allow a user to add an unlimited number of attributes (e.g. seating, special needs, fuel efficiency, driver/monitor cost & maintenance cost) to buses and attributes shall be taken into consideration when assigning buses to routes.

           

13

Software shall warn user if user attempts to place a stop more than a specified distance from a school. The value of this distance will be determined by the user for each individual school or school type.

           

14

Software shall provide a list of new students that have entered the District and a list of students who have changed address locations from the previous day.

           

15

Software shall be able to place barriers to block off certain streets based on time of day or day of week or range of dates.

           

16

Software shall be able to store eligible rider count as well as estimated real rider count for each stop and have the ability to run scenarios using this information.

           

17 Software shall be able to perform automatic tiered route generation.

           

Page 40 of 43document.docx

18

Software shall have the ability to employ real-time GPS tracking in the following manner:

A. Vehicle Tracking Interface must be web based and a part of the primary software and not a separate application.

B. Must be able to compare actual route driven to planned route and provide report of time and mileage.

C. Supplier shall stay current with industry standard GPS technology.

           

19Software shall be able to reassign a stop from one route to another route directly on the map.

           

20

Software shall produce tiering report reflecting the routes along with the assigned driver, bus and starting/ending times.

           

21

Software shall have billing capabilities in an export report format that can identify students, stops, runs and routes to bill on a monthly basis or track FTE.

           

22

Supplier shall be able to provide onsite training for staff. On-site training shall be available for a maximum of 50 District employees for at least 8 hours at an introductory level and for a minimum of 20 District employees for at least 3 days at an advanced level. Webinars and virtual web-based training should be available, at no extra cost, for the duration of the contract. All training shall be reviewed and approved by the Transportation Supervisor.

           

23

Supplier shall be able to provide user support from 6 am to 7 pm Eastern Standard time Monday thru Friday on a standard business day.

           

24

Software must contain a Work Flow Module that contains the following:

A. Special Education transportation/change request Web submissions

B. Special education change request process tracking.

C. User interface shall be through a standard Internet Browser.

           

25

Software shall be able to attach any type of external file data to a student record and have this data utilized by the software and appear on selected reports.

           

26 Software must be able to export routing data into file formats consumable by

           

Page 41 of 43document.docx

ESRI Network Analyst tools so as to support District’s current investment and training in ESRI technology.

27

Exclusive access to the software shall be limited to upgrades only; all other functions shall be able to be performed without exclusive access.

           

28

Software shall be able to automatically and optimally group stops into runs and routes without the user having to pick which stops need to be assigned to which routes. Software shall be able to optimize such groupings based on multiple parameters such as total mileage, operational cost, capacity of bus to be used for the route, equipment available on the bus assigned to route and required time window.

           

29Software shall be able to run and be maintained on and function with DecisionEd©.

           

30

Software shall allow users to move existing stops to new locations and all students, along with their attributes, will stay assigned to the stops after the move. This should be accomplished in a single process.

           

31

Software shall notify user when adding stops if stop is placed in an area where stops are not allowed. Areas where stops are not allowed to be defined by user or imported as a GIS layer file.

           

32Software shall be able to use student data in the format as provided by the District.

           

33

Supplier shall commit to staying current on all technologies and shall have the capabilities for any additional student growth incurred by the District.

           

34

The software shall store its data in a common RDBMS (Relational Database Management System) and provide a full schematic (schema) of the table layout and all table relationships and transferred to a Microsoft SQL data format.

           

35

Software shall automatically assign new students to existing bus stops and notify user if an overload will occur by assigning students.

           

36Any notification of users by software shall be accomplished on a dashboard type of display.

           

37

Supplier shall provide minimum and recommended hardware specifications necessary to adequately run all software applications by the end user.

           

38Software shall support tracks and calendaring in which students attend school on varying days.

           

39

Vendor shall specify their hourly rates to make any modifications of software as requested by District’s Transportation Department.

           

40 Software shall not have a separate application for routing and a separate

           

Page 42 of 43document.docx

application for querying and reporting. Both route creation and reporting shall be available through the same Web Browser interface.

41

The software and its cloud-based applications must meet Federal and State student privacy requirements (HIPPA & AHCA)

           

42

Software shall be web accessible by schools, parents and students so pertinent routing or stop information can be made accessible with logon capabilities.

           

Page 43 of 43document.docx