HomeMy WebLinkAbout2019-05-13 - Request for Qualifications - Permitting, Plan Review and Inspection ServicesCITY OF TUKWILA
REQUEST FOR QUALIFICATIONS (RFQ)
Permitting / Plan Review / Inspection Solution
Due Monday, May 13, 2019, 5:00 p.m. Pacific Standard Time (PST)
Notice is hereby given that Request for Qualifications will be received by the City of
Tukwila, Technology & Innovation Services Department, ATTN: Tami Harris, 6300 Southcenter
Blvd., Tukwila, WA 98188 up to the hour of 5:00 p.m. PST on Monday, May 13, 2019, for:
Permitting / Plan Review / Inspection Solution
Please review the full RFQ 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 RFQ does not obligate the
City to pay any costs incurred by respondents in the preparation and submission of a proposal.
Furthermore, the RFQ 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.
Published Seattle Times – April 2, 2019
Published Daily Journal – April 2, 2019
CITY OF TUKWILA – April 2, 2019
Request For Qualifications
Permitting / Plan Review / Inspection Solution
Issue Date:
April 2, 2019
Submission Deadline:
May 13, 2019 no later than 5:00 pm (PST)
CITY OF TUKWILA REQUEST FOR QUALIFICATION
Notice is hereby given that Request for Qualifications will be received by the City of Tukwila,
Washington (“City”), up to the hour of 5:00 p.m. on May 13, 2019 (Pacific Standard Time) for a
Permitting / Plan Review / Inspection Solution
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:
May 13, 2019 – 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 Qualification (RFQ) information including general information, general terms and
conditions, requested services, proposal requirements and evaluation process is available in this
packet. To obtain a copy of the RFQ packet, please contact the Technology & Innovation
Services Department at 6300 Southcenter Blvd Ste 202, Tukwila WA 98188, or call 206.433.7150 ext. 5.
A copy of this Request for Qualifications (RFQ) may also be obtained in the Legal Notices section of the
City of Tukwila website at:
http://records.tukwilawa.gov/weblink/1/fol/16427/Row1.aspx.
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 Request for Qualification does not obligate
the City to pay any costs incurred by respondents in the preparation and submission of a proposal.
Furthermore, the RFQ 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.
Dates of publication in the Seattle Times: April 2, 2019
Dates of publication in the Daily Journal of Commerce: April 2, 2019
City of Tukwila
Invitation and Introduction
Background
The City of Tukwila is a 107‐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.
Department of Community Development (DCD), Public Works and Fire Department have the primary
need for a permit tracking system. Department of Community Development comprises of building,
planning and code enforcement. It is responsible for the permit application process and reporting for all
land use, building, mechanical, plumbing, demolition and sign permits. DCD currently processes 136 land
use applications, 1750 permit applications with a valuation of $122,247,047 and performs 6000
inspections on an annual basis. Code Enforcement Division use the permit tracking system to enter
approximately 400 new code enforcement matters per year and to track rental housing inspections.
Public Works processes approximately 300 utility and franchise permits annually. Fire Department issues
fire sprinkler and fire alarm permits.
Purpose of Qualification
The purpose of this RFQ is to solicit qualified software suppliers, systems integrators, implementation
partners and/or Value Added Resellers (VARs) who can demonstrate that they possess the organizational,
functional, and technical capabilities to provide a Permitting / Plan Review / Inspection solution for The
City of Tukwila’s Public Works, Community Development, and Fire departments.
The solution will include a portal to citizens and other stakeholders (such as architects and developers) to
apply for permits online, submit electronic plans (via Bluebeam integration), pay related fees, schedule
inspections, check status, and other related functions. In addition, this RFQ includes project management
and implementation support.
The goal of this RFQ is to gain insight into the qualifications of solution providers and to select for an
interview(s) or inclusion in a potential future Request for Proposal.
City of Tukwila
City of Tukwila Overview
Population: 20,018
Number of Parcels: 5,385
Financial System: Tyler Technology, Eden
Document Management System: Laserfiche RIO
Electronic Plan Review: BlueBeam
Permitting / Plan Review / Inspection Solution: Trakit
Code Enforcement: Trakit
Geographical Information System: ArcGIS
Number of users of the system: 30
Key Modules / Functionality
Planning/Zoning
Permits
Permit Configurator
Rental Licensing / Inspections
Code Enforcement
Inspections
Point of Sale/Cash Receipting
Project Tracking
Property History
Financial Tracking
Report Writer
System Expectations and Scope
The solution must comply with these basic requirements:
• A cloud‐based interface utilizing the Software as a Service (SaaS) model, or a system that
can be deployed and managed on the City’s Azure cloud.
• Web‐based solution with responsive design for records access and processing.
• Scheduling/task management within the systems and/or writes to calendars.
• Enterprise integration achieved through built‐in configuration tools, APIs, standards‐based
ODBC and/or batch file processing.
• Ability to configure: fields, types of permits, changes to regulations,
workflows/approvals/routing.
• Ability to integrate with Tyler’s Eden financial system to include alignment with priority
based budgeting requirements.
• Ability to integrate w/ Bluebeam.
• Ability to interface w/ Laserfiche.
• GIS integration.
City of Tukwila
• PCI compliant, integrated cashiering/point of sale with online and in‐person components
that include “shopping cart features.”
• Auto form notifications/updates/notice to change plans, etc., via email.
• Automate workflows to comply with business rules, notifications, and record requirements.
• Produce user defined reports (internal) that enable data point inquiry throughout the
system’s database and inclusion of data elements from any tables therein.
• Database manipulation through scripting to support mass update, insert, delete as well as
programming and data analysis.
• Azure Single Sign AD integration without ADFS.
• Clearly defined availability targets with recourse.
Qualifications
The ideal vendor will have experience with implementing permitting / plan review / inspection
scheduling solution in midsize organizations with:
• Three (3) or more years of related permitting systems(s) and web interface experience (or
comparable system experience).
• Experience integrating 3rd party applications.
• Experience working with municipal and regulatory entities.
• Knowledge, use and experience implementing integration between your permitting solution
and industry standard government financial application and ancillary government entity
programs.
• Strong written, verbal and interpersonal communication skills.
• Excellent implementation and maintenance support.
• Demonstrated experience in permit data migration.
• Ability to meet required deadlines as demonstrated by prior project history.
• Knowledge of the entire development submittal, review and permit issuance process,
including, but not limited to:
o Applicant business processes and requirements;
o Department functions (planning, land use, building, transportation, utilities and
fire); and
o Development services, business processes and technical requirements.
The project will include implementation and project management services including migration of data
from existing Enterprise systems and/or spreadsheets. The details and scope of the data migration will be
discussed as part of the vendor selection process and during demonstrations. It is strongly desired to keep
the initial implementation simple, taking advantage of out‐of‐the‐box functionality whenever possible
City of Tukwila
Request for Qualification Instructions and Schedule
Response to this RFQ 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
RFQ 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 RFQ or to issue addenda to the RFQ.
The following schedule is to inform vendors of the estimated timetable of the qualification 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 RFQ. Dates are estimated and may be modified by
the City of Tukwila.
Figure 1.1
SCHEDULE DATES DATE
RFQ Released April 2, 2019
RFQ Due May 13, 2019
Vendor Down Select TBD
Vendor Interviews / Demonstrations TBD
RFP Released TBD
Required Schedule
These dates are estimates and are subject to change by the City of Tukwila.
Prospective vendors are prohibited from discussing the RFQ and the selection process with City staff,
except as provided for in this RFQ. Failure to do so may be grounds for disqualification from the process.
All questions or clarifications regarding this RFQ, the selection process, and responses should be written
and addressed to: Tami 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 RFQ. Emphasis in the proposals should be
on completeness, clarity of content and adherence to the presentation structure required by this RFQ
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 RFQ.
Cover Letter
Table of Contents
Executive Summary
Form #1 ‐ RFQ Form
Form #2 – Vendor Form
Client References
Appendix A, Functional Requirements for Permitting / Plan Review / Inspection
Appendix B, Technical Specifications and Implementation Strategies
Non‐Collusion Agreement
Insurance Requirements
Pricing
RFQ Coordinator/Communications
Upon release of this RFQ, all communications should be directed in writing to the RFQ Coordinator listed
below. Unauthorized contact regarding this RFQ with other City employees may result in
disqualification. Any oral communications will be considered unofficial and nonbinding on the City.
RFQ Coordinator for this RFQ will be:
Name: Tami Eberle‐Harris, TIS Project Analyst
Telephone: 206‐433‐7150 x1153
E‐Mail: tami.harris@tukwilawa.gov
Response Format
Vendors must submit 3 paper copies of the proposal, plus one electronic copy (CD/thumbdrive), to be
received no later than:
Time and date: May 13, 2019, 5:00 pm Pacific Standard Time
At the following address:
City of Tukwila ‐ Technology & Innovation Services
6300 Southcenter Blvd, Suite 202
Tukwila, WA 98188
All proposals must be in a sealed envelope and clearly marked “Permitting Solution RFQ”
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 RFQs regardless of fault.
It is the Vendor’s responsibility to ensure that any RFQs are received on time.
City of Tukwila
Proposal Evaluation and Vendor Selection
The RFQ’s will be evaluated by the Selection Committee. The Committee will consider the completeness
of a vendor’s RFQ 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 RFQ.
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. RFQ’s 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 RFQ 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 implementing software solutions over the past three 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. The quality/level of
customer service and timeliness of support provided prior, during, and post implementation as experienced
by the references will be considered. The vendor’s project team will be considered as well as their
commitment to research and development.
15
Technical
How well does the vendor meet the requirements of the technical environment? 15
Integration
How well does the solution integrate with the City’s other software? 10
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 software implementation schedule.
The vendor should address the resources and time commitment required (by position type) by Tukwila
personnel to complete the project. The response also demonstrates that the services such as software
implementation, data conversion, applicable hardware procurement, training, support, etc., are adequately
addressed.
15
Total Points Possible 100
City of Tukwila
Selection Process
After the RFQ’s 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 functional demonstrations should highlight product features such as:
• Field operations and mobile access.
• Installation procedures (e.g. browser add‐ons) and security setup.
• General application navigation and user interface.
• Administrative configuration features and tools.
• Customization environment, workflow automation, report writers.
• Database configuration and extension.
• API and other integration standards. (Financials)
• Document management and archival features to support public records requests.
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 request clarification or additional information from a specific vendor to assist with
evaluation.
At the City’s option, finalists may be invited to participate in an RFP process. The Selection Committee
will then formulate their recommendation for award of the Contract.
Contract Award and Execution
The City reserves the right to make an award without further discussion of the proposal submitted.
Therefore, 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 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 e‐mail 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 may
result in elimination of the vendor from further competition or in Contract cancellation or termination.
The vendor selected as the apparently successful Vendor will be expected to enter into a contract with
the City. The City uses its standard Services Agreement template. The foregoing should not be
interpreted to prohibit either party from proposing additional contract terms and conditions during
negotiations of the final contract.
City of Tukwila
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.
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 RFQ and Materials
All costs for developing responses to this RFQ 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
Equal Opportunity Employment
The successful vendor or vendors must comply with the City’s equal opportunity requirements. The City
is committed to a program of equal employment opportunity regardless of race, color, creed, sex, age,
nationality, disability or sexual orientation.
Title VI
It is the City’s policy to assure that no person shall, on the grounds of race, color, national origin or sex,
as provided by Title VI of the Civil Rights Act of 1964, be excluded from participation in, be denied the
benefits of, or be otherwise discriminated against under any of its federally funded programs and
activities.
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.
City of Tukwila
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.
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
City of Tukwila
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).
Responses should include:
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 solution being proposed.
Provide a general description of the proposed solution (e.g. whitepaper, technical
specification, and/or manual); including a functional overview of each module required
to fully develop a Permitting / Plan Review / Inspection solution including work
management functions. Provide a description of any other modules that you offer, which
may be of interest to the City of Tukwila that are not already contained in this document.
City of Tukwila
IV. Response to Form #1 – RFQ Form
Vendor Name
Vendor Address
City, State, Zip Code
Telephone
Email Address
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.
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?
City of Tukwila
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 Permitting / Plan Review /
Inspection solution 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? If so, please describe.
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
VI. Responses to Form #3 – Client References
VII. Responses to Appendix A – Functional Requirements for Timekeeping/Staff Scheduling software
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
Please provide the following as attachments to your proposal:
“A” Non‐Collusion Certificate This certificate must be signed and
notarized.
“B” Insurance Requirements 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.
“C” Pricing 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 Qualification.
Signed: ____________________________________________
Dated: _____________________________________________
Title:_______________________________________________
Appendix A: Functional Requirements for Permitting / Plan Review / Inspection
solution
The matrices on the following pages identify the technical and functional needs that the proposed
system should meet and provide the required format for vendor responses. Vendors must provide an
City of Tukwila
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
nonresponsive. Use this key to determine which code to place in each of the requirement matrices.
Figure 1.3
Solution
Requirements Response Description
Code
3
System 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
System can MEET requirement with minor code
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
System 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 System will not meet 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, or if your response includes use of third party software, ad‐hoc query
tools, “creative” use of existing features, or custom modifications.
Solution Requirements Code Comments
F‐01 Cloud based interface using Software as a Service (Saas) model.
F‐02 Ability to integrate with Internet of Things systems.
F‐03 AD Azure Single sign on technology without ADFS.
F‐04 Supports Flexible and Real Time access for mobile workforce.
F‐05
Enterprise integration achieved through built‐in configuration
tools, APIs, standards based ODBC and/or batch file processing.
F‐06 Web based solution with responsive design.
F‐07
Database manipulation through scripting to support mass
update, insert, delete as well as programming and data analysis.
F‐08 Robust security features, role based; record & field level.
City of Tukwila
F‐09
Can e‐mails be configured to go through City of Tukwila's email
server?
F‐10
If system has the capability to send text messages, how are they
captured?
F‐11
Can data be deleted from the system, i.e. can records over 6
years old be removed and not just “retired” or “archived”?
F‐12
When a report is generated, is it automatically saved? Can
reports be deleted after a specific period of time?
F‐13
Is hosted environment single tenant or multi‐tenant? How do
they ensure segregation of client data?
F‐14 Are any third party subcontractors used as part of the system?
F‐15 Does application require installation of 3rd party applications?
F‐16 Can data be extracted from the system in multiple formats?
F‐17
Data can be purged from the system allowing for adherence to
data retention policy and purge schedules. Please describe.
F‐18
Provide incident tracking system with multiple options for
support ‐ in person, web, telephone, screen share, etc. Please
describe.
F‐19
Ability to integrate with Financial System
and transfer pay/time records between systems
F‐20
Ability to configure system to meet requirements of Permitting,
Code enforcement and Inspections.
F‐21
Does system require 3rd party reporting tool? Please describe
reporting functionality
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 interrelationships.
Include any on premise requirements.
Provide details of data backup and redundancy standards.
Provide documented Information Security Policy for
ensuring the protection of hosted data.
Provide a list of data storage/hosting locations.
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.
Identify interface methods (i.e. SFTP, web services, and
rest services) available for integration of services.
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
Attachment “A” - NON-COLLUSION CERTIFICATE
STATE OF) s s.
COUNTY OF)
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 – Permitting / Plan Review / Inspection Solution
_______________________________________________
(Name of Firm)
CORPORATE SEAL:
By:
(Authorized Signature)
Printed Name:
Title:
Date:
Subscribed and sworn (or affirmed) to before me this ________ day of __________________ 2018.
NOTARY SEAL:
________________________________________
Notary Public
________________________________________
Name as commissioned
________________________________________
Commission 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.