harford county public schools


[PDF]harford county public schools - Rackcdn.com10ba4283a7fbcc3461c6-31fb5188b09660555a4c2fcc1bea63d9.r13.cf1.rackcdn.com...

1 downloads 211 Views 432KB Size

HARFORD COUNTY PUBLIC SCHOOLS 102 South Hickory Avenue Bel Air, Maryland 21014

AUTOMATED TRANSPORTATION ROUTING SOFTWARE REQUEST FOR PROPOSALS: RFP NUMBER:

14-RRR-022

RFP OPENING DATE AND TIME:

June 18, 2014, 1:00 PM, local time

PLACE OF RFP OPENING / AND MAILING ADDRESS:

Purchasing Office Harford County Public Schools rd Administration Building, 3 Floor 102 South Hickory Avenue Bel Air, Maryland 21014

PURCHASING AGENT:

Mr. Richard Raulie, CPPO, C.P.M. 410-809-6040 [email protected]

QUESTIONS DUE DATE AND TIME:

Questions must be emailed to [email protected] no later than 1:00 PM on May 28, 2014.

PRE-BID CONFERENCE:

May 20, 2014 at 1:00 pm

Harford County Public Schools Administration Building, 2nd Floor, Room 234A 102 South Hickory Avenue Bel Air, Maryland 21014 BONDING:

Bonds Are Not Required.

MBE DOCUMENTS:

MBE Documents Are Not Required.

TIMELY DELIVERY OF PROPOSAL DOCUMENTS:

Proposals must be received in the Purchasing Office before the RFP opening. Bidders are reminded that not all special delivery carriers guarantee delivery to 102 S. Hickory Avenue, Bel Air, MD 21014 prior to 1:00 PM. Proposals should be sealed and labeled in an envelope/mailing container with the RFP number, RFP title and directed to the rd Purchasing Office – 3 Floor.

INCLEMENT WEATHER

If Harford County Public Schools Administrative Offices are closed on the day a bid is DUE, that RFP will be due at the same time the next day the Administrative Offices are open.

Proposers may obtain the Solicitation Documents by downloading the information at our website: www.hcps.org/departments/BusinessServices/purchasing.aspx. Bidders shall continue to check the HCPS website for possible addenda to the bid(s) prior to the bid opening date.

LATE PROPOSALS WILL BE REJECTED AND RETURNED UNOPENED Anti-discrimination Statement The Harford County Public School System does not discriminate on the basis of race, color, sex, age, national origin, religion, sexual orientation, or disability in matters affecting employment or in providing access to programs. Inquiries related to the policies of the Board of Education of Harford County should be directed to the Manager of Communications, 410.588.5203.

HARFORD COUNTY PUBLIC SCHOOLS - RFP 14-RRR-022 Automated Transportation Routing Software

Board of Education of Harford County, Maryland Purchasing Department 102 South Hickory Avenue, Third Floor, Suite 310 Bel Air, Maryland 21014

RFP # 14-RRR-022

TABLE OF CONTENTS

RFP INFORMATION AND INSTRUCTIONS

Section Number

Description

Page Numbers

SECTION I

General Terms and Conditions

SECTION II

Insurance Requirements

15 - 17

SECTION III

General Information

18 - 23

SECTION IV

Performance Work Statement

24 - 28

SECTION V

Evaluation and Selection Process

29 - 31

3 - 14

RFP DOCUMENTS Appendix Number

Description

Page Number

APPENDIX A

Signature Sheet

32

APPENDIX B

Debarment Certification / Anti-Bribery Affidavit

33

APPENDIX C

References and Financial Reporting

34 - 35

APPENDIX D

Cost Proposal

36

2

HARFORD COUNTY PUBLIC SCHOOLS - RFP 14-RRR-022 Automated Transportation Routing Software

Board of Education of Harford County, Maryland Purchasing Department 102 South Hickory Avenue, Third Floor, Suite 310 Bel Air, Maryland 21014

SECTION I

GENERAL TERMS AND CONDITIONS Request for Proposal Instruction to Bidders and Offerors The following provisions, where applicable, will become part of any contractual relationship developed as a result of the bid/proposal solicitation. 1.0

A REQUEST FOR PROPOSAL SUBMISSION 1.1

The Board of Education of Harford County hereinafter referred to as Harford County Public Schools or HCPS, invites all interested and qualified Offerors to submit a proposal. These specifications and requirements identified in the attached statement of work and detailed specification are intended to cover the service(s) requested.

1.2

In accordance with State law and HCPS policies, solicitations shall be published a minimum of fourteen (14) calendar days in advance of due date for any proposal having a potential award value of $25,000 or more.

1.3

Unless otherwise indicated, HCPS shall receive sealed proposals until the date and time indicated on proposal or as modified by addenda. Proposals must be received in the HCPS Purchasing Department, Room 310, Third Floor, 102 South Hickory Ave., Bel Air, Maryland, 21014, on or before June 18, 1:00 PM, local time. Proposals must be delivered in sealed envelopes and clearly marked on the outside: Name of Offeror, Due Date and Time, Solicitation/Proposal Number and Solicitation Title. Late proposals will be rejected and returned unopened.

1.4

The Offeror or their authorized representatives are expected to fully inform themselves as to the conditions, requirements, circumstances, prerequisites, qualifications and/or specifications before submitting their proposal. An Offeror’s failure to become fully informed is at the Offeror’s sole and complete risk of loss. The Offeror shall have no right to any damages, cost and/or any other remedy at law or equity against HCPS for any miscalculation, misunderstanding, error (either omissions or commissions), mistake, misinterpretation, and/or the failure by the Offeror to obtain an award of proposal, award of contract and/or profits, fees or money from HCPS when the Offeror failed to fully inform themselves. In the case of error in extension of prices in the Proposal, the unit price shall govern or the entire proposal may be declared non-responsive.

3

HARFORD COUNTY PUBLIC SCHOOLS - RFP 14-RRR-022 Automated Transportation Routing Software

2.0

PROPOSAL PREPARATION, PROPOSAL SHEET, AND PROPOSAL OPENING 2.1

Offeror must submit the requested documentation with original signatures using HCPS proposal forms. Proposals must be signed and submitted by an authorized representative of the Offeror.

2.2

Signed proposals shall be returned in a sealed envelope. When the Proposal is sent by mail, the sealed envelope shall be enclosed in a separate sealed mailing envelope with the notation "SEALED PROPOSAL ENCLOSED" on the face thereof. HCPS shall not accept any facsimile transmission or electronic submission to HCPS purchasing agents, representatives or employees as meeting the requirement of the sealed proposal. A facsimile or electronic document shall not be considered a valid response to the solicitation.

2.3

Each proposal should show the full business address, telephone number, fax number, email address, and federal tax identification number of the Offeror and be signed by the person or persons legally authorized to sign contracts. All correspondence concerning the Proposal and Contract, including Letter of Intent, copy of Contract, and Purchase Order, will be mailed or delivered to the address shown on the Proposal in the absence of written instructions from the Offeror to the contrary.

2.4

All Offerors shall be required to complete the certificates and/or affidavits, and/or acknowledgements that are incorporated into the proposal pages of this specification. Such documents are required by Local, State or Federal funding agencies of HCPS as part of the solicitation process. The documents may include but are not limited to: Anti-Bribery Affidavit, Debarment Certificate, Sales Tax Certification, Minority Bidder Status and any others that may be required.

2.5

Proposal Requirements and Review 2.5.1 The Board of Education of Harford County must approve contract awards of $100,000 or more. Formal contract award is contingent upon the required Board approval. 2.5.2 Offerors may correct a minor irregularity and minor irregularities may be waived. A minor irregularity is one that is merely a matter of form and not of substance or pertains to an immaterial or inconsequential defect or variation in a bid, the correction or waiver of which would not be prejudicial to other Offerors. 2.5.3 Omission of any specification or details of any specification which would normally apply to the service(s) described herein shall not relieve the Offeror from fulfilling those required specifications needed to provide service best suited to the intended purpose of this contract as determined by the Supervisor of Purchasing.

2.6

At the time of the solicitation opening each Offeror will be presumed to have read and to be thoroughly familiar with the specifications and related documents (including all Addenda). The failure or omission of any Offeror to receive or examine any form, instrument, or document, shall in no way relieve them from any obligation in respect of its proposal. 4

HARFORD COUNTY PUBLIC SCHOOLS - RFP 14-RRR-022 Automated Transportation Routing Software

3.0

4.0

AWARD OR REJECTION OF PROPOSALS 3.1

This document is a Request for Proposal (RFP) which differs from an Invitation for Bid in that HCPS is seeking a proven solution for the requirements described in the RFP document. As such, price is not the determining factor regarding the contract award.

3.2

As defined by the American Bar Association Model Procurement Code, Competitive Sealed Proposals (RFP) will be evaluated based upon criteria formulated around the most important features of a service, of which quality, testing, reference, and technical expertise and capability may be overriding factors, and price may not be determinative in the issuance of a contract or award.

3.3

The Proposal evaluation criteria should be viewed as standards that measure how well a proposal meets the intended outcomes described in the performance work statement. Those criteria that will be used and considered in evaluation for award are set forth in this document.

3.4

All proposal documents will become the property of HCPS. Proposals must be submitted in accordance with the requirements set forth in this RFP.

3.5

The Board of Education reserves the right to reject any or all proposals, and/or waive technical defects if, in its judgment, the best interests of the Board are served. Minor differences in the specifications or other minor technicalities may be waived at the discretion of Supervisor of Purchasing or upon recommendation to the Board of Education.

3.6

The Board of Education reserves the right to reject the Proposal of firms who have demonstrated performance deficiencies or who have previously failed to perform properly or complete other Board contracts on time.

3.7

The Board reserves the right to award to contract within one hundred twenty (120) days from the due date and all pricing must remain firm during that period and until the time of award.

REMEDIES AND TERMINATION 4.1

Correction of Errors, Defects, and Omissions – The Contractor agrees to perform work as may be necessary to correct errors, defects, and omissions in the services required under this agreement without undue delays and without cost to HCPS. The acceptance of the work set forth herein by HCPS shall not relieve the Contractor of the responsibility.

4.2

Set-Off – HCPS may deduct from and set-off against any amounts due and payable to the Contractor any back-charges or damages sustained by HCPS by virtue of any breach of this agreement by the Contractor to perform the services or any part of the services in a satisfactory manner. Nothing herein shall limit the liability of the Contractor for damages and HCPS may affirmatively collect damages from the Contractor.

4.3

Termination for Default 4.3.1 If the Contractor fails to fulfill its obligations under this contract properly and on time, otherwise violates any provision of the Contract, HCPS may 5

HARFORD COUNTY PUBLIC SCHOOLS - RFP 14-RRR-022 Automated Transportation Routing Software

terminate the Contract by written notice to the Contractor. The notice shall specify the acts of omissions relied on as cause for termination. 4.3.2 All finished or unfinished supplies and services provided by the Contractor, shall at HCPS’ option, become HCPS property. HCPS shall pay the Contractor fair and equitable compensation for satisfactory performance prior to receipt of Notice of Termination, less the amount of damages caused by Contractor’s breach. 4.3.3 If the damages are more than the compensation payable to the Contractor, the Contractor will remain liable after termination and HCPS can affirmatively collect damages. 4.4

Termination for Convenience – HCPS may terminate all or part of the work required under this contract for the convenience of HCPS with a thirty (30) day notification. In the event of such termination, the Project Manager shall determine the costs the Contractor has incurred to the date of termination and such reasonable costs associated with the termination. HCPS shall pay such costs as determined by the Project Manager to the Contractor together with reasonable profit reasonably earned by the Contractor to the time of termination but not to include any profit not earned as of the date of termination.

4.5

Obligations of Contractor upon Termination – Upon Notice of Termination as provided in Sections 4.3 and 4.4, the Contractor shall: 4.5.1 Take immediate action to orderly discontinue its work and demobilize its work force to minimize the occurrence of costs. 4.5.2 Take such action as may be necessary to protect the property of HCPS, place no further orders or subcontract, assign to HCPS in the manner and to the extent directed by HCPS all of the right, title and if ordered by HCPS possession and interest of Contractor under the orders or subcontracts terminated. 4.5.3 Deliver to HCPS all materials, equipment, data, drawings, specifications, reports, estimates, and such other information accumulated by the Contractor which has been or will be reimbursed under this agreement after taking into account any damages that may be payable to HCPS. Title to such items shall be transferred to HCPS.

Remedies Not Exclusive – The rights and remedies contained in this general condition are in addition to any other right or remedy provided by law, and the exercise of any of them is not a waiver of any other right or remedy provided by law. MULTI-AGENCY PROCUREMENT 4.6

5.0

HCPS reserves the right to extend the terms and conditions of this contract to any and all other government agencies within the State of Maryland as well as any other federal, state, municipal, county, or local governmental agency under the jurisdiction of the United States and its territories. This is conditioned upon the Contractors’ approval and all purchase and payment transactions will be made directly between the Contractor and the requesting public agency.

6

HARFORD COUNTY PUBLIC SCHOOLS - RFP 14-RRR-022 Automated Transportation Routing Software

6.0

ORDER OF PRECEDENCE In the event of an inconsistency among provisions of this Request for Proposal, the inconsistency shall be resolved by the following order of precedence:

7.0

6.1

Performance of Work Statement

6.2

Specifications/Terms of the RFP

6.3

General Terms and Conditions for Professional and Consulting Services

CONTRACT The Proposal with respect to all items accepted, addenda, agreements and all papers and documents accompanying the same, including these general and special conditions of the RFP shall constitute the formal contract between the Offeror and HCPS.

8.0

WAIVER OF RIGHT The Contractor agrees that it and its parent, its affiliates and subsidiaries, if any; waive the right to offer on any procurement contract, of any tier, resulting from the services to be provided under this agreement.

9.0

INITIATION OF WORK The Offeror shall not commence performance of the services until it receives a formal written notice from HCPS in the form of a Contract, Purchase Order, or Notice to Proceed from the Supervisor of Purchasing or designated Purchasing Agent.

10.0

GOVERNING LAW AND DISPUTE RESOLUTION 10.1 Any contract resulting from this solicitation is subject to and will be construed and interpreted under the laws of the State of Maryland. 10.2 Alternative Dispute Resolution (ADR) is the agreed method for resolving disputes that may result from the contractual relationship arising in reference to this proposal and subsequent agreement. If a resolution of the dispute cannot be reached through an agreed ADR method, the parties reserve the right to settle the dispute by appropriate judicial means. 10.3 Any ADR hearing or arbitration will take place in the State of Maryland.

11.0

FREEDOM OF INFORMATION ACT 11.1

Offerors should give specific attention to the identification of those portions of their proposals that they deem to be confidential, proprietary information or trade secrets and provide any justification of why such materials, upon request, should not be disclosed by HCPS under the Maryland Public Information Act, Section 10-611 et seq. of the State Government Article of the Annotated Code of Maryland. Blanket requests for the entire proposal to be held confidential will not be considered.

11.2

HCPS shall determine, in its sole discretion, which (if any) portions of the Offeror’s proposals shall be confidential. It is the responsibility of the Proposer to 7

HARFORD COUNTY PUBLIC SCHOOLS - RFP 14-RRR-022 Automated Transportation Routing Software

clearly mark such information (pages) as “Confidential”. Failure to clearly identify confidential, proprietary or trade secret information will be an indication to HCPS that the entire bid/proposal is available for public disclosure. 12.0

ADDENDA 12.1 All changes to the Proposal Specifications will be made through appropriate Addenda issued from the Purchasing Department. 12.2 Addenda notices will be posted on the Purchasing Department web site at www.hcps.org, as well as eMaryland Marketplace. 12.3 No Addenda will be issued later than five (5) days prior to the date for receipt of proposals except an Addendum withdrawing the request for proposals or one which postpones the date for receipt of proposals. 12.4 Each Offeror shall ascertain prior to submitting a Proposal that they have received all Addenda issued and the Offeror shall acknowledge their receipt on the Addenda Form. The Addenda Form shall be completed and returned with the Proposal response.

13.0

COMPLIANCE WITH LAW 13.1 The Contractor herby represents and warrants that it is qualified to do business in the State of Maryland and that it will take such action as, from time to time hereafter, may be necessary to remain so qualified. 13.2 The Contractor herby represents and warrants it is not arrears with respect to the payment of any monies due and owing the County or State, of any department or agency thereof, including but not limited to the payment of taxes and employee benefits, and that it shall not become so in arrears during the term of this agreement. 13.3 The Contractor shall comply with all Federal, State and Local law, ordinances and legally enforceable rules and regulations applicable to its activities and obligations under this agreement. 13.4 The Awarded Contractor must, at its expense, obtain any and all licenses, permits, insurance, and governmental approval required by Local, State, and Federal authorities, if any, necessary to perform its obligations under this agreement. 13.5 The Contractor at the time of proposal opening must be fully licensed in all trades or special areas that require a license by Local, State, and Federal authorities. 13.6 It is the Contractor’s responsibility to notify HCPS of lapses in, suspension of or termination of special permits and licenses required under the Contract. 13.7 That the facts and matters set forth hereafter in the “Contract Affidavit” which is attached to this agreement and made a part hereof are true and correct.

14.0

RESPONSIBILITY FOR CLAIMS AND LIABILITY 14.1 To the fullest extent permitted by law, the Indemnitor shall indemnify, defend and hold the Indemnitee and its employees, agents, officials or volunteers harmless 8

HARFORD COUNTY PUBLIC SCHOOLS - RFP 14-RRR-022 Automated Transportation Routing Software

from and against any and all claims, losses, damages, expenses, causes of action and liabilities including without limitations, attorney’s fees arising out of or related to the Indemnitor’s occupancy or use of the Indemnitee’s premises or operations incidental thereto, provided that any such claim, loss, damage, expense, cause of action or liability is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property, including loss of use resulting there from. Indemnitor expressly indemnifies Indemnitee for the consequences of any negligent act or omission of the Indemnitor or any of the Indemnitor’s employees, agents, officials or volunteers or anyone for whose acts the Indemnitor may be liable, unless such act or omission constitutes gross negligence or willful misconduct. 14.2 In claims against any person or entity indemnified within this indemnification by an employee of the Awarded Offeror, a subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation shall not be limited by a limitation on amount or type of damages, compensation or benefits payable by or for the Awarded Offeror or a subcontractor under Workers' Compensation Acts, Disability Benefit Acts, or other employee benefit acts. 15.0

INSURANCE 15.1 Review in detail the insurance requirements contained in the following section, Section II. These requirements have been established by the Maryland Association of Boards of Education Group Insurance Pool. Failure to comply with these insurance requirements may render the proposal as non-responsive. 15.2 The Contractor shall take proper safety and health precautions and to protect their work, their employees, the public and the property of others from any damage or injury resulting solely from the performance of the work described herein. 15.3 HCPS shall not be liable for any injuries to the employees, agents, or assignees of the Contractor arising out of, or during the course of the contracted work relating to this agreement. 15.4 The Contractor has in force, or shall obtain, and will maintain insurance in not less than the amounts specified and accordance with the requirements contained in the attached insurance requirements.

16.0

STAFF The Contractor shall identify the personnel to perform services required in the proposal. In the event that any of the personnel named are unable to perform, the Contractor shall promptly submit to the Project Manager, in writing, the name and qualifications of the proposed replacement. No substitutions shall be made without the proper written approval of the Project Manager or the Supervisor of Purchasing.

17.0

DRUG, TOBACCO, AND ALCOHOL All HCPS properties are "drug, tobacco, and alcohol free zones" as designated by Local and State laws. Neither the Contractor or their employees (or subcontractors) are permitted to have any drugs, tobacco, or alcohol products on HCPS property. Use or possession of such items on HCPS property will result in immediate termination of the Contract. 9

HARFORD COUNTY PUBLIC SCHOOLS - RFP 14-RRR-022 Automated Transportation Routing Software

18.0

PROTEST AND APPEAL PROCESS Any Offeror objecting to the recommendation for award or the award of contract may appeal the action to the Supervisor of Purchasing by formal notification in writing within ten (10) business days of award. A formal written response to the appeal shall be issued within thirty (30) days following receipt of the formal protest. The decision of the Supervisor of Purchasing may be appealed to the Superintendent of Schools within five (5) business days following receipt of decision from the Supervisor of Purchasing. The decision of the Superintendent is final and conclusive.

19.0

NONDISCRIMINATION 19.1 The Contractor shall comply with all Federal and State anti-discrimination laws in the performance of this contract. 19.2 Harford County Public School System does not discriminate on the basis of race, color, sex, age, national origin, religion, sexual orientation, or disability in matters affecting employment or in providing access to programs. Inquiries related to the policies of the Board of Education of Harford County should be directed to the Manager of Communications, 410-588-5203. 19.3 The Awarded Offeror shall furnish, if requested by HCPS, a compliance report concerning their employment practices and policies in order for HCPS to ascertain compliance with the special provisions of this contract concerning discrimination in employment. 19.4 In the event the Awarded Offeror is deemed noncompliant with the nondiscrimination clause of this contract, this contract may be canceled, terminated or suspended in whole or in part.

20.0

NON-HIRING OF EMPLOYEES BY AWARDED OFFEROR OR HCPS 20.1 No employee of the HCPS or any unit thereof, whose duties as such employee include matters relating to or affecting the subject matter of this contract, shall, while so employed, become or be an employee of the party or parties hereby contracting with the HCPS or any unit thereof. 20.2 No employee of the Awarded Offeror or any unit thereof, whose duties as such employee include matters relating to or affecting the subject matter of this contact, shall, while so employed, become or be an employee of the party or parties hereby contracting with the Awarded Offeror or any unit thereof.

21.0

FINANCIAL DISCLOSURE The Awarded Offeror shall comply with the provisions of Section 13-221 of the State Finance and Procurement Article, Annotated Code of Maryland, which requires that every business that enters into contracts, leases or other agreements with the State of Maryland or its agencies, including school districts, during a calendar year under which the business is to receive in the aggregate $100,000 or more, shall within thirty (30) days of the time when the aggregate value of these contracts, leases or other agreements reached $100,000, file with the Secretary of State of Maryland certain specified information to include disclosure of beneficial ownership of the business. 10

HARFORD COUNTY PUBLIC SCHOOLS - RFP 14-RRR-022 Automated Transportation Routing Software

22.0

POLITICAL CONTRIBUTION DISCLOSURE Contractor shall comply with the provisions of Article 33, Section 30-1 through 30-4 of the Annotated Code of Maryland, which require that every person that enters into contracts, leases, or other agreements with the State of Maryland, including its agencies or a political subdivision of the State, including school districts, during a calendar year under which the person receives in the aggregate $10,000 or more, shall, on or before February 1 of the following year, file with the Secretary of State of Maryland certain specified information to include disclosure of political contributions in excess of $100 to a candidate for elective office in any primary or general election.

23.0

RETENTION OF RECORDS The Awarded Offeror shall retain and maintain all records and documents relating to this contract for three (3) years after final payment by HCPS hereunder or any applicable statute of limitations, whichever is longer, and shall make them available for inspection and audit by authorized representatives of HCPS or designee, at all reasonable times.

24.0

LANGUAGE/GENDER 24.1 Proposer, Offeror, vendor, Contractor, firm and contractor all have the same meaning and may be used interchangeably. 24.2 The Board of Education of Harford County is also referred to as HCPS, Harford County Public Schools, and Board of Education which may be used interchangeably. 24.3 Proposal and offer all have the same meaning and can be used interchangeably.

25.0

DISSEMINATION OF INFORMATION During the term of this agreement, the Contractor shall not release any information related to the services or performance of the services under this agreement nor publish any final reports or documents without prior written approval of HCPS.

26.0

CONTRACTOR’S OBLIGATION 26.1 The Awarded Offeror shall abide by and comply with the true intent of the specifications and not take advantage of any unintentional error or omission, but shall fully complete every part as the true intent and meaning of the specifications, as decided by HCPS, and as described herein. Deviations, exceptions, alternates, etc., may render the proposal as non-responsive. 26.2 The Contractor shall perform the services with that standard of care, skill, and diligence normally provided by a Contractor in the performance of services similar to the services hereunder. 26.3 Notwithstanding any review, approval, acceptance, or payment for the services by HCPS, the Contractor shall be responsible for professional and technical accuracy of its work furnished by the Contractor under this agreement. 26.4 HCPS review, approval, or acceptance of, nor payment for, any of the services required under this contract shall be construed to operate as a waiver of any rights under this contract or of any cause of action arising out of the performance of this 11

HARFORD COUNTY PUBLIC SCHOOLS - RFP 14-RRR-022 Automated Transportation Routing Software

contract, and the Contractor shall be and remain liable to HCPS in accordance with applicable law for all damages to HCPS caused by the Contractor’s negligent performance of any or the services furnished under this contract. 26.5 The rights and remedies of HCPS provided for under this contract are in addition to any rights and remedies provided by law. 26.6 In case of any apparent conflict between the specifications and such laws, ordinances, etc., the Awarded Offeror shall call the attention of the applicable HCPS designee(s) to such conflict for a decision before proceeding with any work. 26.7 Any deviations to the specifications or statement of work must be clearly noted in detail by the Offeror, in writing, at the time of submittal of the formal proposal. 26.8 The Awarded Offeror shall and will, in good professional manner, do and perform all services, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this contract, within the time herein specified, in accordance with the provisions of this contract and said specifications and in accordance with the specifications covered by this contract and any and all supplemental specifications, and in accordance with the directions of the Board of Education as given from time to time during the progress of the work. The Contractor shall observe, comply with and be subject to all terms conditions, requirements and limitations of the Contract and Specifications and shall do, carry on and complete the entire work to the complete satisfaction of the Board of Education. 26.9 Awarded Offeror shall be required under Article 56, Section 270(4), of the Annotated Code of Maryland, to provide proof of Certificate of Registry. 27.0

CHANGES, ALTERATIONS, OR MODIFICATIONS 27.1 HCPS shall have the right, at its discretion, to change, alter, or modify the services provided for in this agreement and such changes, alterations, or modifications may be made even though it will result in an increase or decrease in the services of the Contractor or in the Contract cost thereof. 27.2 If such changes cause an increase or decrease in the Contractor’s cost of, or time required for, performance of any service under this contract, whether or not changed by an order, an equitable adjustment shall be made and the Contract shall be modified in writing accordingly. Any claim of the Contractor for adjustment under this clause must be asserted in writing with thirty (30) days form the date of receipt by the Contractor of the notification of change unless the Project Manager or his duly authorized representative grants a further period of time before the date of final payment under the Contract. 27.3 No services for which an additional cost or fee will be charged by the Contractor without prior written authorization of HCPS.

28.0

SUBCONTRACTING OR ASSIGNMENT The benefits and obligations hereunder shall inure to and be binding upon the parties hereto and their respective successors and assigns, provided any such General Provisions for Professional Services successor to the Contractor, whether such successor or assign be an individual, a partnership, or a corporation, is acceptable to 12

HARFORD COUNTY PUBLIC SCHOOLS - RFP 14-RRR-022 Automated Transportation Routing Software

HCPS, and neither this agreement or the services to be performed thereunder shall be subcontracted, or assigned, or otherwise disposed of, either in whole or in part, except with the prior written consent of HCPS. 29.0

DELAYS AND EXTENSIONS The Contractor shall pursue the work continuously and diligently and no charges or claims for damages shall be made by the Contractor for any delays, acceleration or hindrance, from any cause whatsoever, during the progress of any portion of the services specified in this agreement. Such delays, acceleration or hindrances, if any, may be compensated for by an extension of time for such reasonable period as HCPS may decide. Time extensions will be granted only for excusable delays such as delays beyond the control of and without the fault or negligence of the Contractor.

30.0

ILLEGAL IMMIGRANT LABOR The use of illegal immigrant labor to fulfill contracts solicited by HCPS is in violation of the law and is strictly prohibited. Contractors and subcontractors must verify employment eligibility of workers in order to assure that they are not violating Federal/State/Local laws regarding illegal immigration. A compliance audit may be conducted.

31.0

EMPLOYMENT OF CHILD SEX OFFENDERS Maryland Law requires certain child sex offenders to register with the State and with the local law enforcement agency in the county in which they will reside, work and/or attend school. Section 11-722(c) & (D) of the Criminal Procedure Article of the Annotated code of Maryland states, “A person who enters into a contract with a County Board of Education or a non-public school may not knowingly employ an individual to work at a school if the individual is a registrant. A person who violates this section is guilty of a misdemeanor and on conviction is subject to imprisonment not exceeding five years or a fine not exceeding $5,000 or both.” If a child sex offender, as determined by the definitions contained in the Criminal Law Article of the Annotated Code of Maryland, is employed by the Contractor, the Contractor is prohibited from assigning that employee to perform management, delivery, installation, repair, construction or any other type of services on any Harford County Public School property, including the project property. Violation of this provision may result in Termination for Cause as defined in the Amendments to the General Conditions, Article 14.2.1.2.

32.0

CRIMINAL BACKGROUND CHECK/PHOTO IDENTIFICATION BADGE/FINGERPRINTING It is the responsibility of the Offeror to make certain that its employees, agents, volunteers, and Contractors who may have contact with students are in compliance with Title 5, Subtitle 5, Part VI, of the Family Law Article of the Maryland Code. The Offeror shall comply with the Criminal Procedure Article of Annotated Code of Maryland Section 11-722. The Offeror shall utilize the same screening services for criminal backgrounds as used by the Board in order that the Board can have consistency with all those individuals permitted to work in schools and with children. Therefore, the Offeror shall require that all employees providing services to students be screened via the Criminal Justice Information Service (CJIS) and NCIC. Copies of all criminal background checks and fingerprinting will be forwarded to the school system Project Manager. All costs shall be borne by the Offeror. 13

HARFORD COUNTY PUBLIC SCHOOLS - RFP 14-RRR-022 Automated Transportation Routing Software

Each Contractor shall screen their work-forces to ensure that a registered sex offender does not perform work at HCPS and also ensure that a subcontractor and independent contractor conducts screening of its personnel who may work at a school. The term “work force” is intended to refer to all of the Contractor’s direct employees and subcontractors and/or independent contractors it uses to perform the work. Violation of this provision may cause HCPS to take action against the Contractor up to and including termination of the Contract. HCPS reserves the right, in its sole discretion, to reject or require the removal of any person proposed for placement based on the person’s criminal background check. 33.0

LABOR AND RATES OF PAY 33.1 The Awarded Offeror agrees that it shall abide by all applicable provisions of Federal and State law and regulation pertaining to workplace conditions, child labor and that all employees will be treated with dignity and respect.

34.0

33.2 The Awarded Offeror agrees to comply with all applicable Federal and State law and regulation relating to payment of wages. DEBRIEFING Unsuccessful Offerors may be debriefed upon written request received within thirty (30) days following proposal opening by a procurement officer familiar with the rationale for the selection decision.

35.0

PROCUREMENT- INVESTMENT ACTIVITIES IN IRAN The Awarded Offeror agrees that it shall abide by and comply with Senate Bill 235 & House Bill 440/Chapters 446 & 447 regarding business in Iran.

END OF SECTION

14

HARFORD COUNTY PUBLIC SCHOOLS - RFP 14-RRR-022 Automated Transportation Routing Software

SECTION II INSURANCE REQUIREMENTS Harford County Public School System – Maryland 1.

General Insurance Requirements 1.1

The Contractor shall not commence any operations or services on behalf of the Board of Education of Harford County (the Board) under this Contract until the Contractor has obtained at the Contractor’s own expense all of the insurance as required hereunder and such insurance has been approved by the Board. Approval of insurance required of the Contractor will be granted only after submission to the Board of original certificates of insurance signed by authorized representatives of the insurers or, at the Board’s request, certified copies of the required insurance policies.

1.2

Insurance as required hereunder shall be in force throughout the term of the Contract. Original certificates signed by authorized representatives of the insurers or, at the Board’s request, certified copies of insurance policies, evidencing that the required insurance is in effect, shall be maintained with the Board throughout the term of the Contract.

1.3

The Contractor shall require any Subcontractor to maintain during the term of the Contract insurance to the same extent required of the Contractor herein unless any such requirement is expressly waived or amended by the Board in writing. The Contractor shall furnish Subcontractors’ certificates of insurance to the Board immediately upon request.

1.4

All insurance policies required hereunder shall be endorsed to provide that the policy is not subject to cancellation, non-renewal or material reduction in coverage until sixty (60) days prior written notice has been given to the Board. Therefore, the phrases “endeavor to” and “. . . but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives” are to be eliminated from the cancellation provision of standard ACORD certificates of insurance.

1.5

No acceptance and/or approval of any insurance by the Board shall be construed as relieving or excusing the Contractor from any liability or obligation imposed upon the Contractor by the provisions of this Contract.

1.6

If the Contractor does not meet the insurance requirements of this Contract, the Contractor shall forward a written request to the Board for a waiver in writing of the insurance requirement(s) not met or approval in writing of alternate insurance coverage, self-insurance, or group self-insurance arrangements. If the Board denies the request, the Contractor must comply with the insurance requirements as specified in this Contract.

1.7

All required insurance coverages must be underwritten by insurers allowed to do business in the State of Maryland and acceptable to the Board. The insurers must also have a policyholders’ rating of “A-“ or better, and a financial size of 15

HARFORD COUNTY PUBLIC SCHOOLS - RFP 14-RRR-022 Automated Transportation Routing Software

“Class VII” or better in the latest evaluation by A. M. Best Company, unless Board grants specific approval for an exception. The Board hereby grants specific approval for the acquisition of workers compensation and employers liability insurance from the Injured Workers Insurance Fund of Maryland.

2.

1.8

Any deductibles or retentions in excess of $10,000 shall be disclosed by the Contractor, and are subject to Board’s written approval. Any deductible or retention amounts elected by the Contractor or imposed by the Contractor’s insurer(s) shall be the sole responsibility of the Contractor.

1.9

If the Board is damaged by the failure or neglect of the Contractor to purchase and maintain insurance as described and required herein, without so notifying the Board, then the Contractor shall bear all reasonable costs properly attributable thereto.

Contractor’s Insurance 2.1 The Contractor shall purchase and maintain the following insurance coverages at not less than the limits specified below or required by law, whichever is greater: 2.1.1

Commercial general liability insurance or its equivalent for bodily injury, personal injury and property damage including loss of use, with minimum limits of: $1,000,000

Each Occurrence;

$1,000,000

Personal and Adv. Injury;

$2,000,000

General Aggregate; and

$2,000,000

Products/Completed Operations Aggregate

This insurance shall include coverage for all of the following: i. ii. iii.

Liability arising from premises and operations; Liability arising from the actions of independent Contractors; Contractual liability protection for the Contractor from bodily injury and property damage claims arising out of liability assumed under this Contract.

2.1.2

Business auto liability insurance or its equivalent with a minimum limit of $1,000,000 per accident and including coverage for all of the following: i. Liability arising out of the ownership, maintenance or use of any auto (if no owned autos, then hired and non-owned autos only); and ii. Automobile contractual liability.

2.1.3

If the Contractor has any employees, workers compensation insurance or its equivalent with statutory benefits as required by any state or Federal law, including standard “other states” coverage; employers liability insurance or its equivalent with minimum limits of: 16

HARFORD COUNTY PUBLIC SCHOOLS - RFP 14-RRR-022 Automated Transportation Routing Software

5.

$100,000

Each accident for bodily injury by accident;

$100,000

Each employee for bodily injury by disease; and

$500,000

Policy limit for bodily injury by disease.

Waiver of Subrogation To the fullest extent permitted by law, the Contractor and its invitees, employees, officials, volunteers, agents and representatives waive any right of recovery against the Board of Education of Harford County for any and all claims, liability, loss, damage, costs or expense (including attorneys’ fees) arising out of the services provided by Contractor under this Contract. Contractor specifically waives any right of recovery against the Board and its elected and appointed officials, officers, volunteers, agents and employees for personal injury (and any resulting loss of income) suffered while working on behalf of the Board as an independent Contractor. Such waiver shall apply regardless of the cause of origin of the injury, loss or damage, including the negligence of the Board and its elected and appointed officials, officers, volunteers, agents and employees. The Contractor shall advise its insurers of the foregoing.

END OF SECTION

17

HARFORD COUNTY PUBLIC SCHOOLS - RFP 14-RRR-022 Automated Transportation Routing Software

SECTION III GENERAL INFORMATION AUTOMATED TRANSPORTATION ROUTING SOFTWARE

A. Intent It is the intent of this RFP to solicit sealed proposals from qualified companies to supply and support the functional transportation routing software required, provide expert technical support and staff training for the application(s), including a minimum of five (5) years of maintenance services and support at the performance level described herein and using other resources as applicable for this project, to provide a high level of services to ensure a successful implementation of an Automated (Bus) Transportation Routing Software system with annual maintenance and support, for a minimum of five (5) years from date of award. The method of procurement will be by competitive Request for Proposal (RFP). Award of a Contract is contingent upon FY15 funding for this project. B. Definitions Definitions as used herein: A. The term “solicitation” used in this document means this Request for Proposal (RFP). B.

The term “offer” and “proposal” are used synonymous and mean a response to this solicitation.

C.

The terms “Offeror” and “proposer” are synonymous and refers to the entity/business/individual that submits a response to this solicitation.

D.

The terms Board of Education of Harford County and Harford County Public Schools (HCPS) are synonymous.

C.

About This Document

No negotiations, decisions, or actions shall be initiated by any proposers as a result of any verbal discussion with any Harford County Public Schools member prior to the opening of proposals in responses to this document. RFP Offerors shall not contact any HCPS personnel other than the Procurement Administrator, either in writing or verbally, during the period beginning with the issuance of this RFP through approval of award. Any attempt by a supplier/proposer to influence a member or members of the aforementioned may be grounds to disqualify the proposal from the proposer from further consideration. If awarded, the RFP documents and the Performance Work Statement (PWS) shall become part of the contract. Harford County Public Schools reserves the right to reject any or all proposals at any time and make necessary arrangements to contract for the services or work described and proposed in the manner most feasible and applicable when in its best interest to do so.

18

HARFORD COUNTY PUBLIC SCHOOLS - RFP 14-RRR-022 Automated Transportation Routing Software

D.

Proposal Submission

Submit and deliver into the Harford County Public Schools Purchasing Department, Suite 310, 102 S. Hickory Avenue, Bel Air, Maryland 21014, no later than June 18, 2014, at 1:00 pm, local time: Technical Proposal - One (1) original and six (6) printed copies and one (1) digital format (pdf) copy on a CD or Flash Drive. Redacted Technical Proposal – one (1) digital format (pdf) copy only on a CD or Flash Drive. Cost Proposal - two (2) original printed copies and one (1) digital format (pdf) copy on a CD or Flash Drive. All proposal types shall be shall be submitted at the same proposal due date and time. All Offeror submittals shall be clearly and prominently marked ‘Technical Proposal’, ‘Redacted Technical Proposal’ and ‘Cost Proposal’, delivered in separate envelopes or other mailing or delivery service containers, showing the RFP number, firm’s name and address, and the proposal due date on the outside. Mark submittals to the attention of Richard Raulie, Purchasing Agent. Late proposals will not be accepted and will be returned unopened. A Register of Proposals will be prepared at the closing time and date and will be available for inspection after award of the contract. The proposal table of contents shall correlate the same content and order of the General Information section and the Performance Work Statement. Unless specifically requested, extraneous presentation of materials is neither necessary nor desired. Unnecessarily elaborate brochures or other presentations beyond that sufficient to present a complete and effective proposal are not required. Submittals should be on 8 ½ x 11 inch paper only. Each respondent shall will be required, before the award of the contract, to show to the complete satisfaction of the HCPS that it has the necessary facilities, ability, and financial resources to furnish the products, services, including equipment, and materials as applicable and as specified herein in a satisfactory manner as determined by HCPS. This includes any implied requirements – any products and services that are not specifically addressed in the RFP document, but are necessary to provide functional capabilities by the Offeror, must be in included in the proposal. The respondent firm will also be required to show past history and references which will enable HCPS to be satisfied as to the respondent firm’s qualifications. Failure to qualify according to the foregoing requirements will justify a rejection by Harford County Public Schools. PUBLIC INFORMATION ACT - HCPS is requesting a redacted copy of your bid submission in PDF format and provided on a CD or flash-drive. A redacted copy is considered to be edited, modified, or otherwise revised from which confidential, sensitive and proprietary information has been removed. The redacted copy shall be your Technical Proposal only. The CD or flash-drive shall be prominently labeled with the solicitation number, company name, date and ‘REDACTED COPY’. This redacted copy will be used to respond to Freedom of Information Act request(s) in accordance with the law, the Maryland Public Information Act, Section 10-611 et seq. of the State Government Article of the Annotated Code of Maryland. HCPS reserves the right to modify the redacted copy within its authority under the law. If a redacted copy is not provided, HCPS will assume that all information provided is public information that will be used to respond to any request under this Act. The following appendices must be completed and included in the Technical Proposal: Appendix A

Signature Sheet - see page 32

Appendix B

Debarment/ Anti-Bribery form – see page 33

Appendix C

References and Financial Reporting – see pages 34 and 35 19

HARFORD COUNTY PUBLIC SCHOOLS - RFP 14-RRR-022 Automated Transportation Routing Software

The following appendix must be completed and included in the Cost Proposal: Appendix D E.

Cost Proposal – see page 36

Technical Proposal Response Criteria: Qualifications, Technical Ability and Management Approach

Each proposal must include a transmittal letter, a table of contents and all pages in the Technical Proposal shall be numbered consecutively from beginning to end and separated by tabs as described below. TAB A.

SCOPE RESPONSE AND UNDERSTANDING

Technical Proposals are to be accompanied by a brief transmittal letter prepared on the Offerors letterhead, and signed by an individual who is authorized to commit the Offeror to the services and requirements in the RFP and proposal. Any justification or explanatory materials relevant to your submittal and/or requirements shall be set forth in the Letter of Transmittal. The letter shall be concise and need not repeat any of the detailed information set forth in your submittal. This transmittal letter shall include: 1. The name, title, address, telephone number, and electronic email address of the person authorized to legally bind the Offeror to the submittal, who will serve as the contact for the communications concerning this RFP. 2. The Offeror’s Federal Tax ID number. 3. A brief statement of the Offeror’s understanding of the work to be done and the length of time your company has been active in this area of service. Proposers shall specifically state that the firm shall complete all services set forth in the requirements within the proposed time limits to the satisfaction of Harford County Public Schools. 4. Any exceptions the Offeror may have to any of the requirements of the solicitation or any of the terms and conditions. 5. A detailed narrative that addresses how the Offeror intends to provide the required technical services and its ability to meet the outcomes and standards identified and its understanding of the performance scope of services. 6. Provide specifications for any hardware necessary to support software packages and desktop users. TAB B.

CAPACITY OF COMPANY

a.

Explain your contingency plan for meeting increased staffing demands or supply shortages of available labor to meet these software services requirements.

b.

A statement explaining why your firm is uniquely qualified to service Harford County Public Schools and how the proposer will measure program success.

20

HARFORD COUNTY PUBLIC SCHOOLS - RFP 14-RRR-022 Automated Transportation Routing Software

c. Contractor shall list three (3) references from public school systems for which services of a similar scope have been successfully performed. Include the contact information for these entities - name, title, telephone number and email address of the contract manager. See Appendix C. d. Contractor is required to provide sufficient evidence to prove financial solvency. Evidence may include a r e c e n t financial report audited by an independent accounting firm, a qualifying Dun & Bradstreet Report and rating, a letter from your primary financial institution or other appropriate independently derived document(s). HCPS reserves the right to request additional pertinent information as needed. See Appendix C. TAB C.

PERFORMANCE WORK STATEMENT

The Technical Proposal must reflect the highest standards and best practices of the submitting proposer. The response shall include the Performance Work Statement proposed information and solution. F.

Proposal Acceptance

Proposal, including cost, must remain valid for a period of not less than one hundred twenty (120) days to allow for evaluation, School Board approval and contract execution. Harford County Public Schools reserves the right to accept or reject any or all proposals, waive informalities and select the most favorable proposal that will serve its best interest. G. Calendar of Events (Subject to Change) NOTE - Harford County Public Schools (HCPS) will be operating on a four-day work week starting June 23, 2014 through August 15, 2014 with operating hours from 7:00 AM – 5:00 PM, EDST. All buildings will be closed on Fridays during this time period. Please consider this summer schedule when contacting HCPS staff, scheduling deliveries, and/or service visits. EVENT Issue RFP Pre-Proposal Conference Deadline for receipt of questions via email Issue Addendum/s (If Required) Proposal due date Proposal Evaluations Finalist firms notified Finalist firms interviewed (if necessary) Deadline for Deliverables for testing Negotiation of Best & Final Offer (if necessary) Approval-Board of Education Contract Effective Date HCPS Staff Training Implementation

DATE May 09, 2014 May 20, 2014, 1:00 PM May 28, 2014 by12:00 PM, local time June 05, 2014 June 18, 2014 1:00 PM, local time June 23 to July 15, 2014 July 17, 2014 August 4 and August 5, 2014 August 21, 2014 September 4, 2014 September, 2014 September/October 2014 October/November 2014 December 1, 2014

H. Procurement Administrator Richard Raulie, CPPO, C.P.M., Purchasing Agent, phone: 410-809-6040, will administer the solicitation process and will be the point of contact for purposes of this Request for Proposal. All questions and inquires must be by email, and should be directed to 21

HARFORD COUNTY PUBLIC SCHOOLS - RFP 14-RRR-022 Automated Transportation Routing Software

[email protected]. All questions must be delivered to Mr. Raulie by May 28, 2014, 1:00 pm, local time. Responses will not be made to telephone, faxed or mailed inquires. I.

Project Manager

Matthew Payne, Application Development Team Leader, [email protected], phone: 410-809-6100, will be the Project Manager providing technical direction following the award to the successful Offeror. Prospective Offerors and interested parties shall not contact the Project Manager prior to an Award of Contract notification received from the HCPS Purchasing department. Mr. Payne may contact Offeror’s directly as needed during the Evaluation and Testing of Deliverables phases of the solicitation process. J. Requested Information The Offeror shall furnish, within five (5) business days after notification, to Harford County Public Schools, all data and information requested in order to determine the Offerors ability to perform under this RFP. Harford County Public Schools reserves the right to reject any offer if the evidence submitted by, or investigation of, such Offeror fails to satisfy Harford County Public Schools that such Offeror is qualified to carry out the obligations of the contract. K. Incurring RFP Preparation Cost Harford County Public Schools accepts no responsibility for any expense incurred in the proposal preparation, on-site presentation or mailings, etc. L. Insurance Requirements Insurance requirements are contained in Insurance Requirements, Section II. The Contractor must have in force and will maintain insurance, including workers compensation, not less than the amounts specified. A valid certificate of insurance is required at the limits indicated and shall be received by HCPS prior to award of contract. M. Contract Term The term of the contract will be for one (1) year following the contract award date and may be renewed annually for Maintenance and Support for a period of five (5) additional one (1) year periods. The annual renewal cost is based upon the annual maintenance, software updates and service price negotiation as determined at time of contract award pending satisfactory contractor performance and availability of funds. N. Substitution or Replacement of Personnel Any changes in personnel assigned to the Proposer’s Technical team or Contractor shall be submitted and approved by the Project Manager in writing, at least thirty (30) days prior to making a substitution. The notification must include the resume of any replacement staff. Harford County Public Schools reserves the right to request changes in personnel assignments. Such requests will be made in writing and will provide sufficient time to make the changes. O. Disputes Except as otherwise provided in these contractual documents, any claim, dispute, or other matter in question shall initially be referred the Harford County Public Schools Project 22

HARFORD COUNTY PUBLIC SCHOOLS - RFP 14-RRR-022 Automated Transportation Routing Software

Manager. If the Project Manager and the Contractor cannot agree on a resolution, the issue will be referred to the Procurement Administrator. If resolution is not achieved, the Supervisor of Purchasing shall decide the issue and provide a written response to the Contractor. The decision of the Supervisor of Purchasing shall be final and conclusive. The contract shall be governed by the laws of the State of Maryland and nothing in this contract shall be interpreted to preclude the parties seeking any and all remedies provided by law. All protests must be in writing and submitted to the Supervisor of Purchasing. Prior to dispute resolution through the appropriate legal means, i.e. adjudicated by the appropriate Courts, the parties will participate in Alternative Dispute Resolution, in an attempt to resolve the dispute in accordance with the commercial Rules of the American Arbitration Association in effect at the time. All disputes shall be decided by a single arbitrator. P. Billing and Payment Invoices shall be submitted to the Procurement Administrator, Richard Raulie, HCPS, [email protected], phon: 410-809-6040, Purchasing department, located at 102 S. Hickory Avenue, Bel Air, Maryland, 21014. Contract/RFP number must appear on the invoices and indicate the work completed and the milestone achieved. Authorization of invoice payments is determined by the Project Manager or his designee. a. Installation of system software is completed – 30%. b. Staff Training is completed – 15%. c. Implementation completion as determined by HCPS, with software application system(s) fully functional and ready for its intended use – 45%. d. Retainage of 10% is billable at end of first contract period. e. Annual maintenance fee renewal invoices are to be scheduled. Q. Multi-Agency Procurement Harford County Public Schools assumes no authority, liability, or obligation, on behalf of any other public or non-public entity that may use any contract resulting from this Request for Proposal. All purchases and payment transactions will be made directly between the Contractor and the requesting entity. Any exceptions to this requirement must be specifically noted in the proposal response. R. Registered to do Business in the State of Maryland Pursuant to Section 7-201 et seq of the Corporations and Associations Article of the Annotated Code of Maryland, corporations not incorporated in Maryland shall be registered with the State Department of Assessments and Taxation, 301 West Preston Street, Baltimore, Maryland 21210, before doing any inter-state or foreign business in this State. Before doing any intrastate business in the State, a foreign corporation shall qualify with the State Department of Assessments and Taxation. END OF SECTION

23

HARFORD COUNTY PUBLIC SCHOOLS - RFP 14-RRR-022 Automated Transportation Routing Software

SECTION IV PERFORMANCE WORK STATEMENT AUTOMATED TRANSPORTATION ROUTING SOFTWARE BACKGROUND OF HARFORD COUNTY PUBLIC SCHOOLS Harford County Public Schools (HCPS) is responsible for the effective and efficient use of resources, the safe and secure transport of students and for providing quality educational facilities to approximately 38,000 students and 5,600 staff members at fifty-four (54) schools and three (3) administrative buildings. The D e p a r t m e n t o f T r a n s p o r t a t i o n f o r Harford County P u b l i c S c h o o l s ( H C P S ) wishes to explore the opportunities that are available in todays sophisticated routing software programs. It is believed that the acquisition and implementation a fully functional transportation routing and information management software system would assist HCPS in realizing efficiencies within its transportation system. The implementation of this initiative would meet the goal and objective of providing a safe and orderly school environment as stated in the Strategic Plan of the Board. SCOPE OF SERVICES HCPS seeks the services of a qualified Vendor to supply, install, and implement a Bus Routing Geographical Information Software (GIS) System and Support for the Department of Transportation. HCPS owns an ArcView based geospatial analysis tool to perform statistical analysis and school boundary / attendance area projections – ArcBridge DistrictSolv. HCPS will continue to use this or a similar tool into the future. Data sources include cadastral data from the Harford County Government Office of Planning and Zoning, student demographic information from the HCPS eSchoolPlus student information system (Sungard Public Sector), and manual edits. Due to inaccuracies in locally maintained street network data, the routing solution should be capable of using commercial base electronic navigable maps. 1. Scope This document describes the requirements of a system that will provide seamless geographic information system data analysis, reporting and support for a bus routing software which utilizes existing and future base mapping layers. This document also contains the functional (not technical) requirements for commercially off-the-shelf transportation routing software and the desire to implement a system which is integrated with and/or utilizes data and processes which currently exists in the redistricting software already owned by HCPS. These requirements are not intended to exclude/include specific vendors based on proprietary routing features, algorithms or underlying technologies. Technical requirements (to include infrastructure/hardware, software architecture, etc.) shall be addressed in a separate exhibit. Infrastructure requirements are in-kind dependent upon the proposed solution. 2. General Requirements/Features The software should provide a comprehensive school bus routing system to include: - Creating safe bus stops and efficient routes for regular and special education students. - Identifying the location of students. 24

HARFORD COUNTY PUBLIC SCHOOLS - RFP 14-RRR-022 Automated Transportation Routing Software

-

Providing metadata regarding students assigned to stops and routes. Display of school attendance area boundaries Organizing up-to-date information on bus drivers, bus attendants and school bus vehicles. Utilize individual student data to facilitate the bus routing process; such as location, direction students must walk, etc. Calculate stop times and school arrival times. Provide printable turn-by-turn route description for each bus driver’s route. Provide an Internet accessible web browser interface to facilitate parent / public access to school locator and bus route information.

3. Data Management   

    

           

Permit the use of ArcView 10.x compliant geospatial data layers as *SHP files. Permit the use of commercial base electronic navigable maps (e.g., Navteq, Tom Tom, TeleAtlas, etc.). System has an “easy” process of dealing with breaks in the centerline street map.\ o Accommodate boundaries between attendance areas which are defined by street centerline. o Permit user edits to computed boundaries. Provide mapping technology that shall allow scaling (zooming in and out). Encodes transportation data, such as one-way streets, travel speeds, no travel roads, etc. o No routing process will allow a route to proceed on any street in such a way to violate these underlying transportation data. User must be able to add or modify street addresses / house numbers in the system. User must be able to add or otherwise accommodate new streets (i.e., housing developments, etc.) not yet available on commercial map. Ability to geocode students based on street address using data imported from the student information system {student’s home address}. Geocoding is performed automatically by the software. Manual intervention is required to resolve conflicts / exceptions. Resolutions are stored {learned by the software} for use in future data imports. Ability to populate employee / contractor table(s) via import of delimited data. Ability to add user-defined fields to both student and employee data. Allows for manual geocoding override. Exclude students from computed bus route based on attendance area (residence building) if student is coded as a “boundary exception” or if residence building enrollment building. This information is imported from the student information system. Based on the student location on the map, automatically determine the appropriate school boundary based on the entered boundaries and student grade and academic {magnet} programs. Provide the ability to manually override any computed bus stop assignment. Provide the ability to maintain the student home address along with alternate pick- up and/or drop-off address. These alternate addresses might be required to be different for each day of the week. Manual or batch entry of the student(s) automatically determines the appropriate school of residence, based on the student’s address and district school boundaries. Provide the ability to maintain the student information relative to a student having an alternative form of transportation on one or more days of the week, i.e. parent drop off. Provide the ability to assign sets of students to shuttle routes. Provide the ability to assign sets of students to a different bell time on a specific day (i.e. all students as a school have an early out on Wednesdays). Stores the school or schools the child attends, including days or even same day, on which 25

HARFORD COUNTY PUBLIC SCHOOLS - RFP 14-RRR-022 Automated Transportation Routing Software

    

 

 

the student may attend a different school. This information is imported from the student information system. Stores a photograph of the student and allows it to be printed with name by bus route / stop. This information is imported from the student information system. Stores emergency contacts with relationship to the student and contact phone number. This information is imported from the student information system. Stores both the school of attendance (enrollment building) and the school of residence (residence building). This information is imported from the student information system. Stores notes for each student that may be entered in paragraph format. “Next year routing” : system must be capable of supporting both a current school year – and- a “next school year” to permit personnel an ability to work on next year’s routes without altering current year routes. Matriculation of students is imported from the student information system. Stores the special equipment needs of the student, allowing for multiple requirements (i.e. wheelchair and air conditioning). Stores student-specific extra loading time to be added to a route for this student (i.e. an ambulatory student who walks very slowly). This time should be added to the route time automatically when the student is placed on the route, and appropriately removed if the student is no longer on the route. When a new student is added to an existing route, the system will automatically indicate if there is a conflict between the student’s equipment needs and the equipment available on the currently assigned bus. Provide a method whereby eSchoolPlus enrollment transactions update the transportation routing data store.

4. Reporting  



Dashboard o Metrics related to productivity / efficiency / compliance General report attributes o Date printed o Page numbering o Printed by (user) o Ability to select date range o Ability to select by school building o Ability to print a report o Ability to save report output as *pdf and Microsoft Office compatible formats o Ability to send reports as email attachment from within the application (assumes Microsoft Outlook client is present). Reports – provided in the package {canned not custom} o Students not located {geocoded} to a map o Students not assigned transportation o Routes which exceed trip time threshold o Routes which exceed load threshold o Vehicles with special equipment o Students requiring shuttle transportation o Turn-by-Turn routes and stops o Deadhead times and distances o Loaded times and distances o Cost analysis of routes o Employee listing  Demographics {name, address, etc.}  By assignment {building, vehicle} 26

HARFORD COUNTY PUBLIC SCHOOLS - RFP 14-RRR-022 Automated Transportation Routing Software

o

o 

 By certification / endorsement Student listing  By building  By route  By stop Mail merge ability: Generate letters, labels, bus passes, etc. using Microsoft Office

Ad hoc reporting capability o Enable users to construct queries, reports, charts, and graphs with minimal training.

5. What-If Analysis a. b. c. d. e.

Changes in bell times and effect on routes / schedules Changes in school boundaries and effect on routes Road closures or restrictions and effect on routes Bus availability and effect on routes Transportation cost (dollar) impacts based on attribute changes (fuel cost, etc.)

6. Student Safety a. b. c. d. e.

Identify the potential location of students (home, bus stop, route, school building) The direction students come from as they walk to the bus stop The number of students assigned to a bus Assign students to stops {override} Define building attendance area specific walking zones o Permit exclusion / inclusion of specific streets; zone not solely based upon a perimeter distance f. Code specific roadways for walking hazards o Prevent assignment of student to bus stop if walking requires hazardous road crossing, lack of sidewalks, etc. g. Store inventory of grade levels / programs / etc. which require curb-to-curb stops {i.e., Special Needs} h. Code specific students for curb-to-curb stops and / or special accommodations. i. Identify location(s) of registered sex offenders / predators {show on map} to include offender’s name and nature of offense 7. School Locator and Bus Route Information a. Web browser based interactive map tool b. Search for any of District school by specific address, by school name and by (magnet) program name c. Display of school boundaries for elementary, middle and high schools d. Display of school location for elementary, middle and high schools selected by the search e. Display appropriate school attendance areas based on {entered} home address of user f. Ability to link the school website from the point displayed on the map g. Search for the closest bus stop to the address entered {taking in consideration hazards, walking zones, and student safety} h. Display of the corresponding bus route based on the bus stop search 8. Installation, Customer Support and Training a. The vendor will provide the required amount of onsite training on all aspects of the bus routing software to ensure all staff members are fully trained as part of their proposal. 27

HARFORD COUNTY PUBLIC SCHOOLS - RFP 14-RRR-022 Automated Transportation Routing Software

b. c.

d. e. f. g. h. i. j.

9.

This will include onsite training. A s c h e d u l e f o r i n i t i a l t r a i n i n g a n d s u p p l e m e n t a l training days should be addressed in the proposal. Training materials and user manuals must be supplied as part of this proposal; staff members should be addressed in the proposal. The system must be fully working with all system parameters. It is the installing contractors’ responsibility to ensure that all the necessary information is obtained before training on the system. The cost of travel and expenses for the trainer must be included in the base price of the proposal. Provide timely, no charge, unlimited telephone support (renewable annually). Customer service calls will be returned within four (4) hours and or by 4:00 p.m. EST. A single point of contact will be provided for Technical Support based on list of names provided to HCPS to choose from. Provide extended hour support during the weeks before and after school startup (July 1st through October 1st of each year) or during a scheduled redistricting effort. Provide secure, no charge, Internet connections for remote viewing or control of the districts computers. Supply upgrades to the purchased software at no additional charge, including all future feature releases and bug fix releases for all licenses and products purchased. Provide the previous five years function upgrade release schedule. Maintenance Proposals should identify the maintenance and support services provided and schedules for annual software updates and tasks required. Technical Requirements

10.

a. Graphical user interface for both client and server components b. Compatibility with ArcGIS v.10 or higher c. Server operating system: Windows 2012 preferred. Windows 2008 R2 acceptable. d. Desktop operating system: Windows 7 Enterprise SP-1, 64-bit compatible e. RDBMS: Microsoft SQL Server 2012 preferred. SQL Server 2008 acceptable. Cluster aware application is preferred. f.

Windows server virtualization via Microsoft Hyper-V is preferred; VMware is acceptable.

g. Ability to vertically scale the server environment is required if server platform is all-inone. Horizontal scaling is desirable if server components can be spread across servers. h. Ability to run in active / passive mode without use of a hardware load balancer device if solution is horizontally scaled. i.

Minimum browser requirements: Internet Explorer 9.0, Chrome 33.0

j.

Web components compatible with ASP.NET Framework 4.5 or higher

k. Network protocol: TCP l.

User authentication to the corporate Active Directory service

m. Integration to Sungard Public Sector eSchoolPlus version 3.1 via SIF v2.0 R1 n. Integration with Microsoft Office 2013 for analytics and document production o. SMTP integration with Microsoft Office 365 Exchange END OF SECTION

28

HARFORD COUNTY PUBLIC SCHOOLS - RFP 14-RRR-022 Automated Transportation Routing Software

SECTION V EVALUATION AND SELECTION PROCESS AUTOMATED TRANSPORTATION ROUTING SOFTWARE The evaluation criteria are set forth below and are intended to be the basis by which each proposal shall be evaluated. Any award as a result of this solicitation is contingent upon FY15 funding. This is a two-step evaluation process. Technical Proposals and Cost Proposals shall be submitted separately and labeled accordingly. Technical Proposals that meet the mandatory requirements of this RFP and are received from respondent firms by the closing deadline will be evaluated by the Selection Committee. HCPS reserves the right to clarify information submitted in a proposal to determine whether an error has been made or whether a waiver of formality, informality or technicality is appropriate. Firms shall furnish HCPS with all such information and data necessary within the time frame required for HCPS to determine if the proposal is responsible and responsive to the HCPS’ requirements as stated herein. Technical proposals will be evaluated first. Each proposal will be assigned a points-based score by the selection/evaluation committee as described below. A short list of the highest ranking technical proposals will be prepared. These finalist firms will be invited to participate in an onsite demonstration and presentation. HCPS may make such investigations as deemed necessary to determine the ability of a firm to provide the work as specified herein. Harford County Public Schools may request additional information about or clarification of any proposals submitted. In-person and onsite interviews may be required to demonstrate the software capabilities using a case study as identified by HCPS. Proposer shall be available on August 4 and/or August 5, 2014, to demonstrate at the HCPS Central Office building, located at 102 S. Hickory Avenue, Bel Air, MD, 21014. It is HCPS’ intent to award the contract to the firm which, based upon the criteria for evaluation, is the most responsive, responsible and the most qualified to accomplish the scope of services and is in the best interest of the Board of Education of Harford County. Evaluation Criteria Definitions: A. Discussion: Oral or written communications including negotiations between the Harford County Public Schools and an Offeror that involves information essential for determining the acceptability of the proposal or to cure identified defects in the proposal. B. Clarification: Communication with an Offeror for the sole purpose of eliminating minor irregularities, informalities, or apparent clerical mistakes in the proposal. Unlike discussion, clarification does not give the Offeror an opportunity to revise or modify its proposal, except to the extent that correction of apparent clerical mistakes results in revision. C. Deficiencies: Any defects in the proposal which preclude acceptance. Involves any part of the Offeror’s proposal which would not satisfy the minimum requirements established in this solicitation. It may also include failure to provide information and questionable technical or management approaches. 29

HARFORD COUNTY PUBLIC SCHOOLS - RFP 14-RRR-022 Automated Transportation Routing Software

D. Weakness: Aspect of or omission from an Offeror’s proposal that includes ambiguities and conflicts within the proposal, lack of complete descriptions, errors in interpretation, omissions of essential information, inadequate information that prevent the evaluators from knowing the intent of the proposal. E. Strengths: Elements of the proposal that meet or exceed the outcomes identified and may provide additional benefits beyond what is specified. Evaluation Process: The criteria to be used for the proposal evaluation and award include, but are not limited to: a) The extent to which Vendor’s proposal solution fulfills the stated requirements. b) Vendor’s ability to deliver the indicated products and services in accordance with the Performance Work Statement as described in this RFP. c) Vendor’s stability, experience and record of past performance in delivering similar scope services. d) Total cost of ownership as indicated in the Cost Proposal. Evaluation Criteria – Technical Proposal + Cost Proposal = Maximum of 120 Total Points. The evaluation criteria are set forth below and are intended to be the basis by which each Technical Proposal, and demonstration, if requested, shall be evaluated, measured and ranked. The Selection Committee hereby reserves the right to evaluate, at its sole discretion, the extent to which each proposal received compares to the said criteria and how each proposal compares to each other. The maximum total score for technical proposals is 100 points. The maximum total score for cost proposals is 20 points. The Technical Proposal evaluations of the Selection Committee shall be based upon the following criteria using whole numbers: TAB A

SCOPE RESPONSE AND UNDERSTANDING

5 points

TAB B

CAPACITY OF COMPANY

25 points

TAB C

PERFORMANCE WORK STATEMENT

70 points

Technical Proposal maximum points:100 Those firms with the highest scoring technical proposals will then have their cost proposals scored and factored in with the technical scores. The highest scoring proposers will be shortlisted and are required to demonstrate their software functionality and attributes as well as elaborate on the contractor’s management and implementation plan details for the project. Selection and Contract Finalization: 1.

Technical proposals shall be evaluated in accordance with the technical proposal requirements and evaluation criteria contained herein by a selection/evaluation committee. Proposers deemed qualified will be considered for evaluation and their cost proposal considered.

2.

Short-listed firms will be requested to make an onsite demonstration which will include a question and answer session and a case study to be solved. HCPS may interview 30

HARFORD COUNTY PUBLIC SCHOOLS - RFP 14-RRR-022 Automated Transportation Routing Software

and request presentations by more than one respondent firm. This presentation may affect the respondent firm’s total technical score. 3.

The technical scoring will be added to the cost scoring to arrive at a total point score. Cost scoring will be based on the five (5) year total submitted in the Cost Proposal.

4.

Firm(s) receiving the highest score will be notified for price negotiations and finalization of a contract agreement. Scores are in whole numbers with standard rounding up or down. No decimals or fractional numbers will be used.

5.

Harford County Public Schools reserves the right to terminate price negotiations when, in its judgment, negotiations are unsuccessful. When negotiations are determined to be unsuccessful by Harford County Public Schools, HCPS reserves the right to award negotiating rights under the same terms to the next highest scoring respondent.

6.

Upon approval by Harford County Board of Education, award shall be made and the successful respondent firm will be required to enter into a contract with HCPS. The contract shall incorporate this RFP including all of its provisions, conditions, attachments and any addenda that are issued and the successful bidder’s proposal in its entirety.

7.

All unsuccessful respondents shall be so notified and may request a debriefing meeting concerning the selection process. The debriefing will occur after contract award.

Cost Proposal Criteria: The Cost Proposal evaluations of the Selection Committee shall be based upon the following criteria: All intellectual property, software and/or user licenses, hourly labor rates, hours of services provided, equipment and materials required including shipping costs, all related charges and incidental charges must be included in the price proposal. A total price shall be submitted for the entire project, categorized by three project segments Software, Services and annual Maintenance fees for the time period as required by HCPS. Special pricing, increases/decreases in rates must be clearly explained. The price proposal must be all inclusive and will be the point of reference for any billing or invoices submitted. See Appendix D. Cost proposal calculation: Short-listed company with the lowest total cost for software, services and five (5) annual maintenance periods will receive 20 points. Each other short-listed company will be assigned cost points (out of 20) proportionately based upon the lowest price offered. (i.e. Firm #1 – Lowest total cost is $100,000; 20 points assigned. Firm #2 - Second lowest total cost is $150,000. It is divided by $100,000 for a result of 67% (round up and round down). This equates to 13 points assigned. Cost Proposal Maximum Points:

20 points

Quality Assurance / Contract Monitoring: Due to the critical nature of the services provided it is essential that the Contractor provide quality services that conforms to and meets performance indicators stated herein. Performance evaluations with the contractor will be conducted as needed by the Project Manager or his designee. END OF SECTION

31

HARFORD COUNTY PUBLIC SCHOOLS - RFP 14-RRR-022 Automated Transportation Routing Software

APPENDIX A (TO BE SUBMITTED WITH YOUR TECHNICAL PROPOSAL RESPONSE) SIGNATURE SHEET

I/We agree to provide the services in accordance with the accompanying specifications and all conditions, provisions, attachments and any addenda to this RFP.

Company

Authorized Representative (please print)

Address

Authorized Signature/Date

Address, continued

Title

Federal I.D. Number

Telephone Number

Name of Firm's Contract Administrator

Telephone Number of Firm's Contract Administrator E-Mail Address of Firm’s Contract Administrator

Acknowledgement of Addenda I/We acknowledge receipt of the following Addenda:

No. __________, Dated __________

No. __________, Dated __________

No. __________, Dated __________

32

HARFORD COUNTY PUBLIC SCHOOLS - RFP 14-RRR-022 Automated Transportation Routing Software

APPENDIX B (TO BE SUBMITTED WITH YOUR TECHNICAL PROPOSAL RESPONSE) HARFORD COUNTY PUBLIC SCHOOLS Barbara P. Canavan, Superintendent

102 S. Hickory Ave, Bel Air, Maryland 21014

CERTIFICATION REGARDING U.S. GOVERNMENT DEBARMENT, SUSPENSION, INELIGIBILITY, AND VOLUNTARY EXCLUSION This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 34 CFR, part 85, Section 85.510, Participants' responsibilities. The regulations were published as Part VII of the May 26, 1988, Federal Register (pages 19160-19211). (1)

The prospective 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 participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. _____________________________________________________________________________________________________________________ Name and Title of Authorized Agency/Organization Representative ________________________________________________________________ ____________________________________________ Signature Date _____________________________________________________________________________________________________________________ Agency/Organization Above certification instituted by the U. S. Department of Education for all grantees and subgrantees as of fiscal year 1990.

ANTI-BRIBERY AFFIDAVIT I HEREBY CERTIFY that: 1. I am the

and the duly authorized representative of

the firm of whose address is and that I possess the legal authority to make this affidavit on behalf of myself and the firm for which I am acting.

2.

Except as described in paragraph 3 below, neither I, nor to the best of my knowledge, the above firm, nor any of its officers, directors or partners, or any of its employees directly involved in obtaining contracts with the State or any county, bi-county, or multi-county agency, or subdivision of the State have been convicted of, or have pleaded nolo contendre to a charge of, or have during the course of an official investigation or other proceeding admitted in writing or under oath acts or omissions committed, which constitute bribery, attempted bribery, or conspiracy to bribe under the provisions of Section 9-201 in the Criminal Law Article of the Annotated Code of Maryland or under the laws of any state or federal government.

3.

(State "none" or, as appropriate, list any conviction, plea, or admission described in paragraph 2 above, with the date; court, official, or administrative body; and the sentence or disposition, if any. ____________________________________________________________________________

I acknowledge that this affidavit is to be furnished to the requesting agency, and where appropriate, to the Board of Public Works and the Attorney General under §16-202, S.F. of the Annotated Code of Maryland. I acknowledge that, if the representations set forth in this affidavit are not true and correct, Harford County Public Schools may terminate any contract awarded and take any other appropriate action. I further acknowledge that I am executing this affidavit in compliance with §16-203, S.F. of the Annotated Code of Maryland, which provides that certain persons who have been convicted of or have admitted to bribery, attempted bribery, or conspiracy to bribe may be disqualified, either by operation of law or after a hearing, from entering into contracts with the State or any of its agencies or subdivisions. I do solemnly declare and affirm under the penalties of perjury that the contents of this affidavit are true and correct. ____________________________________________________ Signature _____________________________ Date

___________________________________________ Witness

33

HARFORD COUNTY PUBLIC SCHOOLS - RFP 14-RRR-022 Automated Transportation Routing Software

APPENDIX C (TO BE SUBMITTED WITH YOUR TECHNICAL PROPOSAL RESPONSE) REFERENCES AND FINANCIAL REPORTING List a minimum of three (3) references of similar sized school systems for which successful services of similar scope have been performed. Include the contact information for these entities - name, title, telephone number and email address of the contract manager. References will be asked to rate technical performance, management performance and customer satisfaction.

Reference #1___________________________________________________________________________________ (Brief description of Scope of Services & date) ______________________________________________________________________________________________

_____________________________________________ Name of Organization

______________________________________ Contact person

_____________________________________________ Phone

______________________________________ Email

State completion date of contract or if ongoing:__________________________________________________________

Reference #2___________________________________________________________________________________ (Brief description of Scope of Services & date) ______________________________________________________________________________________________

_____________________________________________ Name of Organization

______________________________________ Contact person

_____________________________________________ Phone

______________________________________ Email

State completion date of contract or if ongoing:__________________________________________________________

Reference #3___________________________________________________________________________________ (Brief description of Scope of Services & date) ______________________________________________________________________________________________

_____________________________________________ Name of Organization

______________________________________ Contact person

_____________________________________________ Phone

______________________________________ Email

State completion date of contract or if ongoing:__________________________________________________________

34

HARFORD COUNTY PUBLIC SCHOOLS - RFP 14-RRR-022 Automated Transportation Routing Software

REFERENCES AND FINANCIAL REPORTING (cont.)

Has your company ever filed for bankruptcy/receivership or any other similar defalcation? Yes / No ________ If so, explain.___________________________________________________________________________________ ______________________________________________________________________________________________ ______________________________________________________________________________________________

Submit approved financial report in TAB B. See page 21.

The signatory of this form hereby affirms that the information above (pages 34, 35 and Tab B) as set forth is accurate, truthful and complete to his/her best knowledge and belief.

_____________________________________________ NAME (Print) _____________________________________________ TITLE _____________________________________________ COMPANY NAME _____________________________________________ AUTHORIZED SIGNATURE / DATE

35

HARFORD COUNTY PUBLIC SCHOOLS - RFP 14-RRR-022 Automated Transportation Routing Software

APPENDIX D - COST PROPOSAL FORM (TO BE SUBMITTED AS THE COST PROPOSAL) TO THE BOARD OF EDUCATION OF HARFORD COUNTY: The undersigned propose to provide to Harford County Public Schools in accordance with the General Terms and Conditions, General Information provisions, Performance Work Statement, and other documents which are part of this Request for Proposal.

A. PRODUCT - Automated Transportation Routing Software, Licensing, and all other related products, materials and services. The following price constitutes the entire cost: $______________________________ B. SERVICES – To include, but not limited to: Installation, staff training, delivery, initial maintenance services and all other related charges to functionally operate and implement the Automated Transportation Routing Software system. The following price constitutes the entire cost: $______________________________

C. TOTAL IMPLEMENTATION COST: (A and B) Software and Services. The following price constitutes the entire cost: $______________________________ D. MAINTENANCE – Annual maintenance, software updates, services fees and all other related charges. The following price constitutes the entire annual cost:

Annual Maintenance Fee: Renewal Year 1: $_____________________ Renewal Year 2: $_____________________ Renewal Year 3: $_____________________ Renewal Year 4: $_____________________ Renewal Year 5: $_____________________

__________________________ Company Name

__________________________ Authorized Signature / Date

__________________________ Printed Name

_________________________ Title

36