HomeMy WebLinkAbout2017-12-01 - Request for Proposal - Audio Visual ProviderCITY OF TUKWILA
REQUEST FOR PROPOSAL
Audio Visual Provider
Due Friday, December 1, 2017, 5:00 p.m. Pacific Standard Time (PST)
Notice is hereby given that proposals will be received by the City of Tukwila,
Technology & Innovation Services Department, ATTN: Tami Eberle -Harris, 6300
Southcenter Blvd., Tukwila, WA 98188 up to the hour of 5:00 p.m. PST on Friday,
December 1, 2017 for:
Audio Visual Provider
Please review the full RFP following this notice
Proposals submitted after the due date and time will not be considered. Vendors accept
all risks of late delivery of mailed proposals regardless of fault.
The City of Tukwila reserves the right to reject any and all submittals and to waive
irregularities and informalities in the submittal and evaluation process. This RFP does
not obligate the City to pay any costs incurred by respondents in the preparation and
submission of a proposal. Furthermore, the RFP does not obligate the City to accept or
contract for any expressed or implied services.
The successful Vendor(s) must comply with the City of Tukwila equal opportunity
requirements. The City is committed to a program of equal employment opportunity
regardless of race, color, creed, sex, age, nationality, or disability. The contracted
vendor for this project will be expected to comply with all Federal, State, County, and
city codes and regulations applicable to such work and perform the work in accordance
with the requirements and edifications of the contract documents. Questions regarding
the proposal will be accepted by Tami Harris, TIS Project Analyst at
Tami.Harris@TukwilaWa.gov or 206-433-7150 ext. 1153.
CITY OF TUKWILA
Published Seattle Times: November 16, 2017
Published Daily Journal: November 16, 2017
CITY OF TUKWILA - NOVEMBER 16, 2017
REQUEST FOR PROPOSAL
Audio Visual Provider
Issue Date:
November 16, 2017
Submission Deadline:
December 1, 2017 no later than 5:00 pm (PST)
City of Tukwila
CITY OF TUKWILA
REQUEST FOR PROPOSAL
Notice is hereby given that proposals will be received by the City of Tukwila, Washington ("City"), up to
the hour of 5:00 p.m. on December 1, 2017 (Pacific Standard Time) for:
Audio Visual Provider
Proposals must be filed with City of Tukwila, Tami Eberle -Harris, Technology & Innovation Services
Project Analyst, 6300 Southcenter Blvd Ste 202, Tukwila, Washington, 98188 no later than:
December 1, 2017 — 5:00 p.m. (PST)
Proposals submitted after the due date and time will not be considered. Vendors accept all risks of late
delivery of mailed proposals regardless of fault.
Detailed Request for Proposal (RFP) information including general information, general terms and
conditions, requested services, proposal requirements and evaluation process is available in the RFP
packet. To obtain a copy of the RFP packet, please contact the Technology & Innovation
Services Department at 6300 Southcenter Blvd Ste 202, Tukwila WA 98188, or call 206.433.7150 ext.
1153. A copy of this Request for Proposal (RFP) may also be obtained in the Legal/Public Notices section
of the City's Digital Records Center at http://www.TukwilaWA.gov.
The City of Tukwila reserves the right to reject any and all submittals and to waive irregularities and
informalities in the submittal and evaluation process. This RFP does not obligate the City to pay any costs
incurred by respondents in the preparation and submission of a proposal. Furthermore, the RFP does
not obligate the City to accept or contract for any expressed or implied services.
The successful Vendor(s) must comply with the City of Tukwila equal opportunity requirements. The City
is committed to a program of equal employment opportunity regardless of race, color, creed, sex,
age, nationality, or disability. The contracted vendor for this project will be expected to comply with all
Federal, State, County, and City codes and regulations applicable to such work and perform the work in
accordance with the requirements and edifications of the contract documents.
CITY OF TUKWILA
Published Seattle Times: November 16, 2017
Published Daily Journal: November 16, 2017
City of Tukwila
Invitation and Introduction
Background
The City of Tukwila is a 109 -year-old community incorporated in 1908 encompassing 9.63 square miles.
Tukwila is located in the heart of the Puget Sound region, approximately 12 miles south of downtown
Seattle, 17 miles north of Tacoma, and just east of the Seattle -Tacoma International Airport. The current
City population is just under 20,000.
The City includes single and multi -family residences, heavy and light manufacturing, and service-oriented
companies, as well as the Northwest's largest concentration of retail businesses. The City prides itself
on a well-established economic base, low debt burden, and strong financial management.
Tukwila is a full-service City, providing water, sewer, surface water utilities, police, fire protection,
emergency medical services, construction and maintenance of streets, park and recreational activities,
and cultural events.
Purpose of RFP
The purpose of this RFP is to solicit proposals from vendors who can demonstrate that they possess the
organizational, functional, and technical capabilities to provide audio visual and videographer technology
support, up to and including hardware procurement and implementation of a new audio visual system
that meets the City's needs. The City requires a provider that is well versed in audio visual and
videographer technology, support of hardware and software configuration, capable of making decisions
on equipment replacements and deployment of the chosen equipment.
Overview
The City of Tukwila's facility located at 6200 Southcenter Blv Tukwila, WA includes a large room utilized
for both a Court and Council Chambers. Council and Committee meetings and Court proceedings are
held in this area and generally require advanced technological audio-visual and videographer support.
The current hardware and integrated software that is being utilized to record the proceedings requires
an audio visual provider to be available during all meeting times (primarily evenings but could also
require daytime call -outs). The provider is required to record the proceedings which will be available on
a live TV feed, prepare video footage for posting on a website, and edit the video to correlate bookmarks
with agenda items. The current systems are being evaluated for replacement.
City of Tukwila
Expectations and Scope
Vendors must meet the following requirements:
• Personnel and equipment demonstrate a high level of quality, reliability and professionalism.
• Ability to live -stream presentations with existing hardware and set up.
• Have appropriate number of on-site skilled AV technicians, capable of troubleshooting issues
with microphones, power -point, on premise laptops, and other hardware or software as
needed.
• Ability to effectively manage speaker presentations.
• Professionalism in working with City staff.
The ideal vendor will have experience with implementing and providing support for Audio Visual
Technology Systems solutions in mid-size organizations with:
• Knowledge of Council and Committee meetings and Courtroom Audio Visual and
Videographer best practices for municipal organizations.
• Experience with municipal regulations.
City of Tukwila
RFP Instructions and Schedule
Response to this RFP does not commit the City to pay any costs incurred in the preparation of the
response, demonstrations, or any other activities related to this response. All responses and
accompanying documentation become the property of the City of Tukwila and will not be returned. This
RFP does not obligate the City of Tukwila to contract for services or products specified herein. The City of
Tukwila reserves the right to revise the RFP or to issue addenda to the RFP.
The following schedule is to inform vendors of the estimated timetable of the systems evaluation and
describe the content and appropriate format for each section of the vendor response. Please note the
following dates when preparing your response to the RFP.
Dates are estimated and can be moved out by the City of Tukwila.
Figure 1.1
!SCHEDULE DATES
DATE
RFP released to Vendors
November 16, 2017
Deadline to submit written clarification questions regarding the RFP
November 22 , 2017
Answers to questions provided to vendors
November 27, 2017
RFP Due (PDF)
December 1, 2017
Qualified Vendor Selection (week of)
December 11, 2017
Vendor Award Announced
December 18, 2017
Required Schedule
These dates are estimates and are subject to change by the City of Tukwila.
Prospective vendors are prohibited from discussing the RFP and the selection process with City staff,
except as provided for in this RFP. Failure to do so may be grounds for disqualification from the process.
All questions or clarifications regarding this RFP, the selection process, and responses should be written
and addressed to: Tauri Harris (tami.harris@tukwilawa.gov).
Response Format
Proposals should be prepared simply, providing a straightforward, concise delineation of the approach
and capabilities necessary to satisfy the requirements of the RFP. Emphasis in the proposals should be
on completeness, clarity of content and adherence to the presentation structure required by this RFP.
Vendor proposals must be submitted in the format specified. Vendors that deviate from this format may
be deemed non-responsive.
City of Tukwila
The following items must be completed and submitted with the vendor's proposal.
➢ Cover Letter
➢ Table of Contents
➢ Executive Summary
➢ Form #1- Proposal Form
➢ Form #2 - Vendor Information
➢ Form #3 - Client References
➢ Appendix A, Functional Requirements for Audio Visual Provider
➢ Appendix B, Technical Specifications and Implementation Strategies
➢ Attachment A, Non -Collusion Certificate
➢ Attachment B, Insurance Requirements
RFP Coordinator/Communications
Upon release of this RFP, all communications should be directed in writing to the RFP Coordinator listed
below. Unauthorized contact regarding this RFP with other City employees may result in disqualification.
Any oral communications will be considered unofficial and nonbinding on the City.
RFP Coordinator for this RFP will be:
Name: Tami Eberle -Harris, TIS Project Analyst
Telephone: 206-433-7150 x1153
E -Mail: tami.harris@tukwilawa.gov
Response Format
Requests for Information should be prepared simply and provide the requested information
Vendors must submit 3 paper copies of the proposal, plus one electronic copy (CD/thumbdrive), to be
received no later than:
Time and date: December 1, 2017, 5:00 pm Pacific Standard Time
At the following address:
Technology & Innovation Services
City of Tukwila
Attn: Tami Eberle -Harris, Project Analyst
6300 Southcenter Blvd, Suite 202
Tukwila, WA 98188
All proposals must be in a sealed envelope and clearly marked "Audio Visual Provider RFP"
No faxed, emailed, or telephone submittals will be accepted. All proposals and accompanying
documentation will become the property of the City of Tukwila and will not be returned. The City, at its
discretion, may make additional copies of the proposal for the purpose of evaluation only.
Vendors accept all risks of late delivery of mailed proposal regardless of fault.
It is the Vendor's responsibility to ensure that any proposals are received on time.
City of Tukwila
All submittals and accompanying documentation will become the property of the City and will not be
returned.
The City of Tukwila reserves the right to reject any and all submittals and to waive irregularities and
informalities in the submittal and evaluation process. This RFP does not obligate the City to pay any costs
incurred by respondents in the preparation and submission of the information. Furthermore, the RFP
does not obligate the City to accept or contract for any expressed or implied services.
Submittal Requirements
Responses to this RFP should include the following information
1. Company Background: Provide general background information regarding your company
including a summary of previous experience providing IT solutions to government entities.
2. Overview of Technology Support Options and Solution:
a. Specific details of support availability and capabilities
b. Include hardware/software specifications
c. Overview of all functionality of the software
d. Breakdown of modules and capabilities
e. Include applicable information on security
f. Provide information regarding licensing and hosting fees (if applicable)
3. Insurance: Provide a list of the current insurance coverages and limits your firm carries
applicable to this RFP.
4. The City is strategically focused on cloud based and mobile applications and would like submittals
to provide information specific to those capabilities.
City of Tukwila
Proposal Evaluation and Vendor Selection
Proposals will be evaluated by the Selection Committee. The Committee will consider the completeness
of a vendor's proposal and how well the proposal meets the needs of the City of Tukwila. In evaluating
the proposals, the City will be using a criteria evaluation process. During the evaluation process, the
Selection Committee and the City of Tukwila reserve the right to request additional information or
clarification from firms responding to this RFP.
Scoring and Evaluation Factors
The evaluation factors reflect a wide range of considerations. While cost is important, other factors are
also significant. Consequently, the City may choose not to select the lowest cost proposal. The objective
is to choose the vendor most capable of providing quality vendor services that will help the City achieve
the goals and objectives of the requested services within a reasonable budget.
Proposals will be evaluated based on criteria defined below. All proposals will be evaluated using the
same criteria and possible points.
Figure 1.2
Evaluation Criteria
Points
Responsiveness/Completeness of Proposal
The response adequately addresses all the requirements of the RFP including formatting, number of
copies, software/hardware requirements, pricing proposal, project schedule, inclusion of
attachments, etc.
5
Experience/Qualifications
The response demonstrates vendor's experience supporting and implementing audio visual systems
over the past five years. The experience should focus on municipal/government agencies of similar
size and scope with emphasis on the specific requirements desired by Tukwila.
References adequately support the vendor's ability to deliver what it has proposed.
25
Technical
How well does the vendor meet the requirements of the City's technical environment?
15
Functionality
How well does the solution meet the functional requirements, goals, and objectives?
25
Budget
Does the budget seem reasonable for the proposal and provide the City good value? Response
shows total price, what's included in the price, and identifies any "optional" items with price.
15
Implementation
Feasibility, timeliness, and quality of proposed solution. The vendor should address the resources
and time commitment required (by position type) by Tukwila personnel to complete the project.
15
Total Points Possible
100
City of Tukwila
Selection Process
After the proposals are evaluated, the Selection Committee will determine whether
formal demonstrations and interviews are necessary and which vendors may be invited to make a
formal presentation and/or sit for a panel interview with the Selection Committee.
The selection committee will evaluate the product demonstrations based on how well the demonstrated
function meets business needs, technical requirements, and completeness of the demonstration.
The City may choose to contact other jurisdictions regarding the vendor, their prior work experience,
and ability to successfully complete the scope of services. The City may request clarification or
additional information from a specific vendor to assist with evaluation.
At the City's option, finalists may be invited back for follow-up demonstrations and questions. The
Selection Committee will then formulate their recommendation for award of the Contract.
Contract Award & Execution
The City of Tukwila reserves the right to make an award without further discussion of the proposal
submitted. The proposal should be initially submitted on the most favorable terms the vendor
can offer.
The City may require changes in the scope of services as deemed necessary by the City before execution
of the contract. The City shall not be bound or in any way obligated until both parties have negotiated
and executed a vendor contract.
The general conditions and specification of the RFP and the successful vendor's response, as amended
by contract between the City and the successful vendor, including email or written correspondence
relative to the RFP, will become part of the Contract documents. Additionally, the City will verify
vendor representations that appear in the proposal. Failure of a vendor to perform services as
represented or any misrepresentations may result in elimination of the vendor from further
competition or in cancellation or termination of the contract.
If the selected vendor fails to sign the Contract within ten (10) business days of delivery of the final
contract, the City may elect to cancel the award and award the contract to the next highest ranked
vendor. No parties may incur any cost chargeable to the proposed contract before the date of
execution of the contract.
City of Tukwila
Terms & Conditions
Questions Regarding the RFP
Oral interpretations of the RFP specifications are not binding on the City. Request for interpretation or
clarification of the RFP specifications must be made in writing and submitted to the RFP Coordinator as
indicated in "RFP Instructions and Schedule".
RFP Clarifications and Addendums
The City reserves the right to clarify or change the RFP or issue addendums to the RFP at any time. The
City also reserves the right to cancel or re -issue the RFP. All such addenda will become part of the RFP.
In the event that it becomes necessary to revise any part of this RFP, the City will issue addenda
relating to these specifications on the City's website at http://www.Tukwilawa.gov in the City's Digital
Records Center under Legal/Public Notices. It is the vendor's responsibility to confirm whether any
addenda have been issued.
Withdrawal of Proposal
Proposals may be withdrawn at any time prior to the submission time specified in "RFP Instructions and
Schedule" (pages5-6), provided notification is received in writing. Any proposal not so timely
withdrawn shall constitute an irrevocable offer, for a period of ninety (90) days, for the services
described herein, or until one or more of the proposals have been approved by the City, whichever
comes first. Proposals cannot be changed or withdrawn after the time designated for receipt.
Rejection of Proposals
The City reserves the right to reject any or all proposals, to waive any minor informalities or
irregularities contained in any proposal, and to accept any proposal deemed to be in the best interest
of the City.
Cost for Developing RFP and Materials
All costs for developing responses to this RFP are the obligation of the responding Vendor and are not
chargeable to the City. All responses will become property of the City and will not be returned.
All materials and images developed during this project will belong to the City and will be presented to
the City in their original format.
Code of Conduct for Competitive Solicitations
After the issuance of any solicitation, all bidders, proposers, contractors, consultants, or individuals
acting on their behalf are hereby prohibited from lobbying any City employee, official or representative
at any time during the blackout period.
The City may reject the submittal of any bidder, proposer, contractor, and/or consultant who violates
the policy set forth herein.
City of Tukwila
DEFINITIONS:
Solicitations - Method of acquiring goods, services, and construction for public use in which offers are
made to the City between two or more sources. Typical documents used by the City are
titled: Invitation to Bid, Invitation to Quote, Request for Proposals, Request for Qualifications, Request
for Information, or any other method of obtaining competitive offers.
Lobbying - The attempt to persuade or influence any City employees, officials, or representatives
responsible for reviewing, evaluating, ranking, or awarding the work or contract for goods or services
for or against any solicitation; provided, however, that lobbying shall not include the submission of
required materials in direct response to the solicitation according to the instructions to respondents in
such solicitation.
Blackout Period - The period of time between when the solicitation is issued by the City and the time
the City awards the contract.
Proposal Modification and Clarifications
The City reserves the right to request that any vendor clarify its proposal or supply any additional
material deemed necessary to assist in the evaluation of the proposal.
Modification of a proposal already received will be considered only if the request is received prior to
the submittal deadline. All modifications must be made in writing, executed, and submitted in the
same form and manner as the original proposal.
Proposal Validity Period
Submission of a proposal will signify the vendor's agreement that its proposal and the content thereof
are valid for 365 days following the submission deadline unless otherwise agreed to in writing by both
parties. The proposal will become part of the Contract that is negotiated between the City and the
successful Vendor.
Proposal Signatures
An authorized representative must sign proposals, with the vendor's address, telephone and email
information provided. Unsigned proposals will not be considered.
If the proposal is made by an individual, the name, mailing address and signature of the individual must
be shown. If the proposal is made by a firm or partnership, the name and mailing address of the firm or
partnership and the signature of at least one of the general partners must be shown. If the proposal is
made by a corporation, the name and mailing address of the corporation and the signature and title of
the person who signs on behalf of the corporation must be shown.
The City reserves the right to request documentation showing the authority of the individual
signing the proposal to execute contracts on behalf of anyone, or any corporation, other than
himself/herself. Refusal to provide such information upon request may cause the proposal to be
rejected as non-responsive.
Public Records
The materials submitted in response to this RFP (including, but not limited to, written, printed,
graphic, electronic, photographic or voice mail materials and/or transcriptions, recordings, or
reproductions thereof), may be subject to disclosure under the Washington State Public Records Act,
Chapter 42.56 RCW, or other applicable law. Copyrighted materials should be clearly marked with the
copyright number. Nothing contained in this paragraph shall affect or modify the City's obligation to
disclose public records under Chapter 42.56 RCW or other applicable law.
City of Tukwila
Non -Endorsement
As a result of the selection of a vendor to supply products and/or services to the City, Vendor agrees to
make no reference to the City in any literature, promotional material, brochures, sales presentation or
the like without the express written consent of the City.
Non -Collusion Certificate
The proposal submitted for this RFP shall include the Non -Collusion Certificate (Attachment "A").
Insurance Requirements
The selected Vendor must comply with the Insurance Requirements (Attachment "B").
Other Compliance Requirements
The Vendor awarded the Contract shall comply with federal, state and local laws, statutes and
ordinances relative to the execution of the work. This requirement includes, but is not limited to,
protection of public and employee safety and health; environmental protection; waste reduction and
recycling; the protection of natural resources; permits; fees; taxes; and similar subjects.
Ownership of Documents
Any reports, studies, conclusions, and summaries prepared by the Vendor shall become the property of
the City.
Confidentiality of Information
All information and data furnished to the Vendor by the City, and all other documents to which the
Vendor's employees have access during the term of the Contract, shall be treated as confidential to the
City. Any oral or written disclosure to unauthorized individuals is prohibited.
Cooperative Purchasing
RCW 39.34 allows cooperative purchasing between public agencies (political subdivision) in the State of
Washington. Public agencies which have filed an Intergovernmental Cooperative Purchasing
Agreement with the City of Tukwila and which are actively participating may purchase from City of
Tukwila contracts. By submitting an offer, the Vendor agrees to make the same bid terms and price,
exclusive of freight, available to other Washington governmental agencies that may enter into an
Intergovernmental Cooperative Purchasing Agreement. Only those public agencies that have complied
with the requirements outlined in RCW 39.34 would be eligible to use this contract. Further, the public
agency would need to accept responsibility for compliance with any additional or varying laws and
regulations governing purchase by or on behalf of the public agency in question.
The City of Tukwila does not accept any responsibility for purchase orders or contracts issued by other
public agencies. The City of Tukwila accepts no responsibility for the performance of any purchasing
contract by the Vendor, and the City of Tukwila accepts no responsibility for payment of the purchase
price for any public agency.
Cooperative purchasing shall be extended by the Vendor to cover the City's contract duration (for any
subsequent purchase agreements/contracts resulting from this RFP) for 60 days' post award (for one
time purchases).
City of Tukwila
Form #1 - Proposal Form
Vendor Name
Vendor Address
City, State, Zip Code
Telephone
Email Address
1. Response
In response to the City's Request for Proposal, we offer the following:
I. Cover Letter
Signed by vendor representative authorized to bind the proposing firm contractually.
II. Table of Contents
III. Executive Summary
A one-page high-level overview of the technology support and solution being proposed.
IV. Response to Form #1 — Proposal Form
V. Responses to Form #2 — Vendor Information
Provide an answer to each requirement. If the requirement does not pertain to your
proposal, enter "N/A" in the table. If there is no table, provide the documentation
requested. Leaving a requirement blank may deem the vendor non-responsive.
VI. Responses to Form #3 — Client References
VII. Responses to Appendix A — Functional Requirements for Audio Visual Provider
Provide an answer to each requirement and provide accompanying documentation (as
required). If the requirement does not pertain to your proposal, enter "N/A" in the table. If
there is no table, provide the documentation requested. Leaving a requirement blank may
deem the vendor non-responsive. You are encouraged to include comments and provide
exhibits, as needed.
VIII. Responses to Appendix B — Technical Specifications and Implementation Strategies
X. Attachments
City of Tukwila
Please provide the following as attachments to your proposal:
"A" Non -Collusion Certificate
"B" Insurance Requirements
"C" Pricing
This certificate must be signed and
notarized.
Provide evidence of insurance in the required
amounts or a statement indicating your firm will
obtain the required coverages and amounts if
awarded the contract.
Provide a cost proposal for your solution
2. Exceptions
Except as noted below, the undersigned hereby agrees to comply with all the terms and
conditions put forth in the City's Request for Proposal.
Signed:
Dated:
Title:
City of Tukwila
Form #2 - Vendor Information
Question
Vendor Answer
Company Name
Legal status of business (partnership, corporation, etc.)
Home Office Address
Washington State Business Address
Location of local office nearest to Tukwila, WA
Website Address
Contact person regarding proposal
Name of parent company, if applicable
Is your firm in negotiations that could impact its current
status (e.g. — is planning to be sold)?
Does the person signing the proposal have the
authority to sign on behalf of the vendor?
Names of companies that will share significant and
substantive responsibilities with the vendor in
performing the scope of services under the Contract.
Length of time in business.
Length of time serving municipal/government agencies.
Number of years providing Audio Visual & Videographer
support and Software
Total number of clients with the proposed solution
currently installed or in use and how long they have been
in 'live' production mode.
Total number of clients with the proposed solution
installed or in use serving a customer base greater
than 20,000.
Total number of other Washington City clients with the
proposed solution installed or in use. How many are
within a 100 -mile radius of Tukwila?
Have you had a contract terminated for default during the
past five (5) years? Describe.
City of Tukwila
Distribute your total number of employees into the following functional areas:
Total number of employees
Customer and software support
Installation and training
Product development
Technical programming and customization
Other professional services
Customer Service/Tech Support
Sales, marketing, and administrative support
City of Tukwila
Form #3 — Client References
Please duplicate form and provide five (5) client references that closely represent the type of software
installation and/or services you are bidding herein. References that are similar in size, scope, and
complexity to Tukwila are preferred. The City of Tukwila may contact these organizations for
reference validation purposes should the vendor be elevated in the proposal process.
Organization
Contact Name
Title
Address
Phone Number
Email Address
Description of Audio Visual
Support provided, and /or System
implemented
Type of services provided
Services provided similar to
Tukwila's requirements?
• Yes — Explain similarities:
• No — Explain differences:
Implementation start date
"Go Live" date
Partners utilized
City of Tukwila
Appendix A: Functional Requirements for Audio Visual Provider
The matrices on the following pages identify the technical and functional needs that the proposed
support and system should meet and provide the required format for vendor responses. Vendors must
provide an answer for every requirement. If the requirement does not pertain to the proposal being
submitted, "N/A" must be placed in the requirement. Leaving a requirement blank may deem the
vendor non-responsive.
Use this key to determine which code to place in each of the requirement matrices below.
Figure 1.3
Solution
Requirements
Response
Description
Code
3
Provider currently and completely MEETS requirement
with no custom code and no additional expense. For
example, this code should be used when the requirement can
be met by populating a table or modifying a screen so long
as these tables or screen changes would not affect
system update.
2
Provider can MEET requirement
with minor modifications with no impact on future
releases. Modifications are placed in production by the
implementation date with no additional cost for modification;
the modification becomes part of the next system release.
1
Provider currently DOES NOT MEET requirement
and will require modification(s). Testing and production of
modifications will be in place prior to implementation date;
however, the customer will assume a cost above the basic
system cost for future updates.
0
Provider does notmeet requirement.
N/A
The requirement does not apply to the proposal
Comments
Provide additional information about your responses, especially:
• If your description includes any features that are not part of the base
system package.
• If the requirement requests descriptive information.
• If your response includes use of third party software, ad-hoc query tools,
"creative" use of existing features, or custom modifications.
City of Tukwila
Support/Solution Requirements
Code
Comments
F-01
Capable support available 24/7, on-call or on-site
F-02
Support technicians well versed in municipal council,
committee, and court proceedings and capable of
supporting the meeting while managing the audio visual
systems
F-03
Technicians knowledgeable in editing video and
bookmarking, and posting to website and/or uploading
to other systems
F-04
Ability to integrate with other systems as needed.
F-05
System is Web based solution with responsive design.
F-06
Robust security features, role based; record & field
level.
F-07
Can data be deleted from the system, i.e. can records
over 6 years old be removed and not just "retired" or
"archived"?
F -08
If hosted, Is hosted environment single tenant or multi -
tenant? How do they ensure segregation of client data?
F-09
Are any third party subcontractors used as part of either
the support of the system, or the system itself?
F-10
Does application require installation of 3rd party
applications?
F-11
Can data be extracted from the system in multiple
formats?
F-12
Data can be purged from the system allowing for
adherence to data retention policy and purge schedules.
Please describe.
City of Tukwila
Appendix B: Technical Specifications and Implementation Strategies
The City will be evaluating the technical and hosting infrastructure to ensure it meets our technical,
security, records, and legal requirements, as well as implementation strategy. Please include:
Technical Specifications and Implementation Strategies
Describe your implementation strategy. Do you follow the
Agile methodology of Project Management? How do you
report progress and status?
Describe staffing plan to implement, train, support and
administrate your proposed solution. Identify key roles and
responsibilities. Include both vendor and City resources.
Provide a technical architecture diagram(s) documenting
the key components of the solution and their inter-
relationships. Include any on premise requirements.
Provide details of data backup and redundancy standards
for preventing data loss.
Provide documented Information Security Policy for
ensuring the protection of hosted data.
Provide a list of data storage/hosting locations that may
contain City data.
What is your service availability model? Provide Service
Level Agreement (SLA) for service performance and
availability.
Identify any browser add-ons, desktop components,
peripherals, and/or mobile applications required for
application or service function as demonstrated.
What is the typical service upgrades/patches
schedule and method for notifying customers?
Provide service agreement language regarding
ownership of data.
What data exiting strategies do you offer when
services are ended and is there an associated cost?
Describe system functionalities that your product
provides that the City of Tukwila has not listed, but
should be a consideration.
City of Tukwila
STATE OF)
s.
COUNTY OF)
Attachment "A" - NON -COLLUSION CERTIFICATE
s
The undersigned, being duly sworn, deposes, and says that the person, firm, association, co-
partnership or corporation herein named, has not, either directly or indirectly, entered into any
agreement, participated in any collusion, or otherwise taken any action in restraint of free
competition in the preparation and submission of a proposal to the City of Tukwila for consideration
in the award of a contract on the improvement described as follows:
RFP — Audio Visual Provider
(Name of Firm)
CORPORATE SEAL:
By:
(Authorized Signature)
Printed Name:
Title:
Date:
Subscribed and sworn (or affirmed) to before me
this day of 2017.
NOTARY SEAL:
Notary Public
Name as commissioned
My appointment expires
City of Tukwila
Attachment "B" — INSURANCE REQUIREMENTS
The Contractor shall procure and maintain for the duration of this Agreement insurance against
claims for injuries to persons or damages to property which may arise from or in connection with the
performance of the work hereunder by the Contractor, his agents, representatives, employees or
subcontractors. The cost of such insurance shall be paid by the Contractor. Insurance shall meet or
exceed the following unless otherwise approved by the City.
A. Minimum Insurance
1. Commercial General Liability coverage with limits not less than $1,000,000 per occurrence /
$2,000,000 annual aggregate.
2. Commercial Automobile Liability coverage with limits not less than $1,000,000 per accident
for any auto.
3. Stop Gap/Employer's Liability coverage with limits not less than $1,000,000
per accident/disease.
4. Workers' Compensation coverage as required by the Industrial Insurance Laws of the
State of Washington.
5. Consultant's Errors and Omissions or Professional Liability with limits not less than
$1,000,000 per claim and as annual aggregate.
6. Network Security & Privacy Liability coverage with limits not less than $1,000,000
per occurrence and as an annual aggregate.
B. Self -Insured Retentions
Self-insured retentions must be declared to and approved by the City.
C. Other Provisions
1. Commercial General Liability policies shall be endorsed to:
a. Include the City, its officials, employees, and volunteers as additional insureds,
b. Provide that such insurance shall be primary as respects any insurance or self-
insurance maintained by the City,
2. Contractor or its Insurance Agent/Broker shall notify the City of any cancellation or
reduction in coverage or limits of any insurance within seven (7) days of receipt of insurers'
notification to that effect.
3. Contractor's maintenance of insurance as required by the Agreement shall not be construed to
limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit
the City's recourse to any remedy available at law or in equity.
4. Failure on the part of the Contractor to maintain the insurance as required shall constitute a
material breach of contract, upon which the City may, after giving five business days' notice to the
Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure
or renew such insurance and pay any and all premiums in connection therewith, with any sums so
expended to be repaid to the City on demand, or at the sole discretion of the City, offset against
funds due the Contractor from the City.
D. Acceptability of Insurers
Insurance shall be placed with insurers with a rating acceptable to the City.
E. Verification of Coverage
Contractor shall furnish the City with certificates of insurance required by this clause. The
certificates are to be received and approved by the City before work commences. The City
reserves the right to require complete, certified copies of all required insurance policies at
any time.
F. Subcontractors Contractor shall require subcontractors to provide
coverage which complies with the requirements stated herein.