Saint Paul Public Schools
Purchasing & Contract Services
360 Colborne Street
St. Paul, MN 55102
Phone #: 651-767-8286
Fax #: 651-293-5965
RPF Bid #2015A1 for
DIGITAL CONTENT MANAGEMENT SYSTEM
RFP ISSUE DATE:
August 15, 2014
Digital Content Management System – Requirements
Saint Paul Public Schools is an Independent School District with approximately 40,000 students and 6,000 staff members, including 3,500 teachers. The District serves K-12 grades in nearly 100 buildings and 64 schools.
The District seeks proposals for a centralized Website Content Management System (CMS) meeting the specifications outlined in this document.
The primary needs this system must address include:
1. Hosting and maintaining the district’s 140+ current web properties as they currently function; 2. Remotely accessible for operation from anywhere, anytime
3. Hosted in an off-site facility; hosted information is backed up daily; 4. Detailed downtime agreements
5. Role-based authentication to delegate user access and permissions; ability to assign roles and permissions for users to share information to a highly granular level;
6. Accessible web information editing from any platform (PC/Mac/mobile) or Internet connection and compatible with commonly used Internet browsers;
7. Template-driven web design for schools, departments and classrooms, and customizable templates available to create cohesive look based on district/campus brand;
8. Provide a WYSIWYG front-end web editor. Basic formatting and editing features required include: hyperlink, spell check, insert photo, and insert table and open html capabilities, as well as Drag+Drop features; 9. RSS capable;
10. Reusable content that can be duplicated; 11. End user tracking capability;
12. On-screen alerts and ability to post mass announcements on selected schools or all schools as needed; 13. Ability to build pages on school sites that pulls standing content (or portions thereof) from multiple sources
and district department sites;
14. Provide detailed audit trails that can track updates and information changes; 15. Built-in global search function across several domains;
16. Seamlessly migrating the district’s 140+ current digital properties that provides equal or greater user experience above the current CMS, and mass website functionality;
17. Evolving said properties to more mobile-friendly platforms including apps and other platform formats;
18. Evolving said properties to more user-engaging platforms—i.e. more embedded interactive features such as public and internal discourse—commenting with moderation functionality; blogging; social media integration; information sharing;
19. Forms/survey capability with response management;
20. Creating and operating an “intranet”—an electronic, internal-only district communication tool that can only be engaged with, and viewed by, district personnel;
21. Supports single sign on, ensuring compatibility with other district vendors including inCampus, Blackboard Connect, ConstantContact (or other email vendors as needed), PDExpress, and other software platforms as necessary;
22. Has the ability to disable source code editing based on role, as well as ability to disable or lock down style sheets and templates.
3
RFP #2015A1 Digital Content Management System23. Supporting department technologies outside the purview of this CMS, such as and including: the Personalized Learning Apple iPad curriculums; the CommEd.spps.org and its registration/payment system for community education; IT and its service ticketing system; Nutrition Services and its lunch payment system; Google Apps;
24. Providing necessary training, best practices and technical support to begin implementing these platforms;
25. Meeting all local, state and federal laws and requirements specific to district data security and practices; 26. Meeting E-Rate certifications (which is covered for “web hosting” in particular).
Additional needs of this CMS should include: 1. Tag functions for searching and categorizing.
2. Ability to upload and interact with direct photo uploads to the platform; 3. Hard backup and guarantee of transition in the event of end of contract. 4. Photo gallery and slideshow features or ability to display multiple images;
5. Layered calendar function with ability to add/edit events globally, individually or in predefined groups (such as sports). Calendar must be compatible with Google Calendar, and customizable based on login;
6. Ability to upload single and/or multiple documents and images via web interface; 7. Ability to create custom URLs, administrative-level tools to build immediate redirects; 8. Built-in analytics that can show pageviews by site/school, social media shares/engagement,
search keywords, user platforms on site pages (i.e. Most common posts etc.);
9. Provides 24/7/365 technical support to identified key District users; provide details specific to response times, ticketing systems;
10. Training and guidance documents accessible online; 11. Designs of sites are smart phone and tablet ready;
12. Calendar feature integrates with Google Apps, Microsoft Outlook and/or iCal; 13. Dynamic newsletter delivery listserv with full analytics on delivery/open rates etc.; 14. Weekly check-ins for tech support with leadership during the first year of implementation; Training
The provider must:
1. Include initial training for all users, re-training, and new user training;
2. Offer the option to train all users on-site, or via a live meeting environment if requested by the client; 3. Offer printed training manuals and videos, as well as suggestions for use and best practices as part of
the training process.
Cost
The provider must:
1. Identify and disclose all fees/costs that the District will be expected to pay to the Contractor. Proposers will identify all one-time costs to implement system as well as on-going licensing/maintenance fees for support of the system each year of the contract.
2. Provide a projection of annual maintenance fees and scheduled payment dates, along with any guaranties on pricing.
3. Provide any additional information about their fee structure that will help the District evaluate the proposal.
Issuing Office, Project Manager and Available District Resources
This RFP is issued by the Saint Paul School District's Business Operations Division – Purchasing Department.
The Value Analyst will be the point of contact throughout the procurement process.
The Value Analyst is:
Pamela Anderson
Saint Paul Public Schools
Purchasing & Contract Services
360 Colborne Street
St. Paul, MN 55102
Phone (651) 767-8286
Fax (651) 293-5965
pamela.anderson@spps.org
Schedule of RFP Activities
Below is the planned schedule for major activities of the ERP Software and Services procurement: RFP
distribution, response to vendor questions, and award. The Saint Paul Public Schools reserves the right to
change the associated dates and times.
Activity
Date
Distribute RFP
8/15/2014
Advertise RFP and receive questions
8/18-8/25/14
Questions due
8/29/2014
Response to questions distributed
9/5/2014
Proposal submission deadline
9/9/2014
Estimated vendor presentations
9/22 – 9/26/14
Award made
10/20/2014
Process to Submit Vendor Questions
All questions must be in writing and can be mailed to the address listed below or faxed to 651-293-5965.
Questions may also be submitted via email to pamela.anderson@spps.org. Please put RFP in subject line. All
questions must be received by 4:00 P.M. on Friday, August 29, 2014. The questions will be collected and one
response (with both questions and answers) will be published via email to all interested parties on or before
5
RFP #2015A1 Digital Content Management SystemProposal Submission Information
The proposals are to be received at the following address no later than 2:00 P.M., CDST on Tuesday,
September 9, 2014:
Saint Paul Public Schools
Purchasing & Contract Services
360 Colborne Street
St. Paul, MN 55102
FACSIMILE AND/OR E-MAIL RESPONSES WILL NOT BE ACCEPTED.
Please submit 1 (one) original proposal and an electronic copy on a CD-ROM or thumb drive. The entire cost
for the preparation and submission of a proposal and the attendance at any oral presentation will be borne by
the vendor. The vendor will also bear the cost of setting up and operating any necessary test of its proposed
solution.
Each Proposer shall securely seal in an envelope or other container its proposal, along with other required
documents. The Proposer shall mark on the outside of the package the fact that it contains a proposal, the
name of the Proposer, the proposal number and the date of proposal opening. The District shall be solely
responsible for determining when the proposal closing time arrives. All proposals shall be submitted on 8.5
inch by 11-inch bond paper and typewritten (except for the appendices which may be printed out on legal size
paper). Telephonic and telegraphic proposals will not be accepted. The original proposal must include an
original signature by an individual who is authorized to make representations and commitments on behalf of
the Proposer. Failure to include this original signature may result in the disqualification of the proposal. All
responses and materials related to this RFP become the property of the District. The selected vendor’s RFP
proposal will become public information after selection and award.
Response Formatting Requirements
Your proposal must comply with the submission requirements below.
All information must be typed or printed using Arial size 10 font with 1 inch margins.
All pages must include the company/vendor name and page number.
Documents must be signed by an authorized agent of the company submitting the request for
proposal.
Vendors may be contacted to discuss responses during evaluation.
District reserves the right to determine the type of agreement most advantageous from a
cost-and-service provided standpoint when negotiating the agreement with the vendors.
Terms and Conditions
AUTHORIZED PROPOSERS
Proposers must be authorized to transact business in the State of Minnesota and otherwise comply with
all the requirements of State or Federal laws and regulations promulgated by the Commerce Department
or other State Agency.
EVALUATION AND AWARD
The District desires a long-term relationship with the successful proposer. School District personnel will
evaluate written proposals in this context. These specifications and the accepted proposal are
incorporated by reference and considered a part of the contract. The School District reserves the right to
cancel or delay the process or call for new proposals when such action is in the best interest of the
District. In order to be considered a valid proposal, the following requirements must be adhered to:
1. Proposal must be in writing to be valid. Proposals received after 2:00 p.m., September 9, 2014, will be
returned unopened at the owner’s expense or disposed of. Verbal proposals are not permitted.
2. Proposals must be signed by an officer of the Proposer’s company who can be held accountable for all
representations.
3. Costs to the District for the services being proposed must be clearly articulated as well as any
alternative methods of payment the vendor wishes considered.
4. All offers presented in response to this solicitation shall remain open for one hundred twenty (120)
days.
5. Any supplemental information that is not requested herein will be requested in the form of an
addendum to this Request.
NEGOTIATIONS
The Department reserves the right to negotiate with any vendor whose proposal is within the
competitive range, as specified in the RFP with respect to requirements plan and cost, as well as to select
a vendor other than the vendor offering the lowest price.
NO GUARANTEE OF CONTRACT
Issuance of this RFP does not constitute a commitment by the Department to select any proposal
submitted in response to the RFP, or to award a contract to any vendor who responds to this RFP.
PREPARATION INSTRUCTIONS An authorized signature must be submitted using this form. Responses
must be typewritten or written legibly in ink; penciled offers are not acceptable. Interlineations,
alterations and erasures must be initialed by the signer of the response. If any other information is
requested in the specifications, it should be submitted with this Signature Sheet. All responses must be in
a sealed envelope or box showing the Proposer’s name, the RFP number and date of opening on the
outside. Responses must be delivered to the School District Purchasing Department, Rm B114, 360
Colborne Street, Saint Paul, MN 55102, prior to the date and hour shown in this document if they are to
be considered. Any communications in regard to bids or proposals should include the RFP number
appearing on the cover page of this document.
7
RFP #2015A1 Digital Content Management SystemAWARD REQUIREMENTS
Responses must remain open and subject to acceptance until an award is finalized, or a minimum of 120
days following the date of the proposals opening. Awards will be made to one or more proposers that are
in the best interests of SPPS. The School District reserves the right to reject any or all proposals or
portions thereof. No bid bond is required.
AFFIRMATIVE ACTION
All proposers submitting responses must comply with the School District’s affirmative requirements and
procedures. Proposers will furnish affirmative action plans, information and/or reports as requested by
the School District.
INSURANCE
All vendors who perform contracted services for St. Paul Public Schools are required to supply proof of
insurance in accordance with the following schedule prior to the start of the project. SPPS requires that
contractor's insurance be placed only with companies that have achieved at least an "A" rating with A. M.
Best. The District reserves the right to require higher limits of coverage depending on the size, scope, and
nature of a contract. SPPS must be named as an additional insured.
AUTHORIZED SIGNATURE FORM
Legal Name of Vendor:
Federal I.D. Number:
Telephone: Fax:
Mailing Address Other Phone:
Street: E-Mail:
City: Authorized Signature
State: Zip: Sign:
Date: Printed Name:
Types of Coverage Limits of Liability 1. Workers' Compensation Statutory
2. Employer's Liability $500,000 Each Accident $500,000 Disease Policy Limit $500,000 Disease Each Employee
3. Commercial General Liability $1,500,000 Combined Single Limit Policy Aggregate $500,000 Combined Single Limit Each Occurrence
(Property damage deductible not to exceed $500 per occurrence ) 4. Business Auto Liability $1,000,000 Combined Single Limit Each Occurrence ( Hired/non
owned coverage must also be provided )
Legal Name of Vendor: Federal I.D. Number:
Telephone: Fax:
Mailing Address Phone:
Street: E-Mail:
City: Authorized Signature
State: Zip: Sign: