Loading...
HomeMy WebLinkAbout2019-12-04 - Request for Proposals - Fire Department Independent AnalysisCITY OF TUKWILA REQUEST FOR PROPOSALS FIRE DEPARTMENT EXPENDITURES, REVENUES AND SERVICES INDEPENDENT ANALYSIS DUE: DECEMBER 4, 2019 5:00 PM (PST) The City of Tukwila is soliciting Request for Proposals (RFP) for a Fire Department Expenditures, Revenues and Services Independent Analysis. The successful Vendor or Firm is expected to review and provide recommendations for resolving excess expenditures, review the current staffing model and service levels, review training costs and review and assess revenues currently collected and recommended other potential revenue sources. Please review the full RFP following this notice. The Request for Proposal may be emailed to Cheryl.Thompson@TukwilaWA.gov by no later than 5:00 PM (PST) on Wednesday, December 4, 2019. The City requests a limit of ten (10) pages total for the RFP and proposal, including cover page, project examples and supplements. The submittal shall clearly include the project name “Fire Department Expenditures, Revenues and Services Independent Analysis”. 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 Proposals 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. Published Daily Journal of Commerce: November 20, 2019. City of Tukwila Fire Department Expenditures, Revenues and Services Independent Analysis Request for Proposals November 18, 2019 City of Tukwila Request for Proposals For Fire Department Expenditures, Revenues and Services Independent Analysis Request for Proposals Submittal Deadline: December 4, 2019 by 5PM (PST) The City of Tukwila is soliciting Request for Proposals (RFP) for a Fire Department Expenditures, Revenues and Services Independent Analysis. The City requests proposals in response to this RFP be limited to ten (10) pages total, including cover page, project examples and supplements. It is the City’s intent to select a firm based on qualifications, abilities, past performance, and availability to complete the work within the timeframe specified. Once the City has reviewed the qualifications, one or more firms may be requested to provide additional information and/or participate in an interview process. Review of the RFPs and proposals and the final selection will be performed by a committee comprised of City staff. RFPs and proposals are due by December 4, 2019 at 5PM. The City will evaluate the proposals and select the highest-ranking firms for additional information and/or interviews. The final selection will be based on the combined score of the written RFPs and proposals and the interviews. Purpose: To analyze the operational costs, services and practices of the Tukwila Fire Department and provide recommendations on how to improve monitoring and accounting for costs, staffing and service levels. This independent analysis should review current practices and provide recommendations and options for the Fire Chief, Mayor and Council on using best practices to balance costs and service levels to the community. Background: The Tukwila Fire Department has a long history of providing excellent service to the Tukwila Community for the past 75 years. With four stations in nine square miles, covering approximately 6,000 calls per year, the Fire Department has an excellent response time compared to other Zone 3 fire organizations. With the financial support of the voters in 2016, the City has recently invested significantly in two new stations and new fire apparatus and equipment. Operationally, the Fire Department has had difficulty staying within its Council adopted budget for the past ten years, needing additional budget amendments to cover overtime and other expenses. In 2019, the City completed a deeper analysis of costs and services reviewing use of overtime, sick leave, Kelly days, training and other factors, as well as looking at response by stations and automatic aid. The City is now interested in an outside review of the department to provide an independent analysis of costs and services to provide recommendations on how best to align budget, costs and services going forward into 2020. See Tukwila City Council website for previous council discussions. • May 22, 2019 Memo to Council re: Fire Budget Discussion • July 17, 2019 Memo to Council re: Fire Budget Discussion – Service Levels • August 7, 2019 Memo to Council re: Update Fire Department Fee Schedule • August 7, 2019 Memo to Council re: Sources of Revenue for Fire Departments • August 21, 2019 Memo to Council re: Tukwila Fire Special Operations SCOPE OF WORK: The City of Tukwila anticipates that the selected firm will provide: Analysis: • Review the City’s 2019 analysis of costs and services for background information of the past ten to fourteen years of expenses and service levels. • Review the current practices and use of leave and overtime in the department and provide recommendations for resolving excess expenditures. This analysis should include review of the following: • Use of sick leave, long-term disabilities, shift changes, training and other uses. • Compare these finding with regional and national trends regarding data points. This review should cover at least the last three years. • The sick leave use study should also include a review of up to fourteen years to capture the data for the 48/96 vs Modified Detroit schedules which took place January 2008. • Review the current staffing model and service levels, including the 48/96 shift, use of Kelly days, the minimum staffing standard, and call-out procedures to determine if there are improvements that can be implemented to best use available resources. • Review use and costs of training, especially specialized trainings, and provide a cost benefit review. Provide options, and recommendation for future training activities. • Provide recommendations on community service levels with associated costs and best practices for City Council direction. • Review and assess revenues currently collected and provide recommendations for other revenue sources. These would include a review of best practices from other agencies, how to best recover costs and implementing fees. • Provide recommendations on creating transparent monitoring reports for expenses and service levels that can be used by the City on a regular basis. The selected firm will begin in mid-December 2019 and produce a preliminary report no later than February 15, 2020, with a final report with recommendations no later than March 31, 2020. SUBMITTAL DEADLINE: The City must receive RFP’s by December 4, 2019 by 5 PM at the email address of Cheryl.Thompson@tukwilawa.gov SUBMITTAL REQUIREMENTS: 1. Letter of Interest: The cover letter shall briefly summarize the firm’s qualifications and past experience relevant to the scope. A principal or officer of the firm authorized to execute contracts or other similar documents on the firm’s behalf must sign the letter. 2. Outline your firm’s experience on the scope of work required for the appropriate discipline. 3. Describe your firm’s overall approach, including organization and work tasks necessary to accomplish the objectives. If it is your firm’s practice to have specific sub-categories of the Scope of Work, performed by consultant(s), please identify the consultant(s) you anticipate using for a Contract, indicate their specific role(s), and outline their experience on similar or related work. 4. Describe your quality control process. 5. Identify qualifications/expertise of the key personnel on your team; and evidence of availability of staff to begin immediately upon awarding of the contract. 6. Provide a list of key personnel, including consultants’ personnel indicating the specific role of each, and clearly identify the Project Manager. 7. Provide a professional resume for each of the named key personnel, indicating the extent of his/her experience on projects related to this type of work. SELECTION PROCESS: All responses to this RFP will be screened for eligibility. If there is insufficient information, the City reserves the right to request additional information. It is the City’s intent to interview the top two or three firms based upon the submitted written materials. 1. This solicitation does not obligate the City to award a Contract to any respondent. At its option, the City reserves the right to waive as informality any irregularities in the proposals and/or to reject any or all submittals. 2. The City reserves the right to request clarification of information submitted, and to request additional information from any firm. 3. The City shall not be responsible for any costs incurred by the firm in preparing, submitting or presenting its response to the RFQ. ADMINIST RATIVE INFORMATION: 1. Minority-owned and Women-owned Business Enterprises: The City strongly encourages minority owned and women owned businesses, socially and economically disadvantaged business enterprises, and small businesses to respond to this RFQ, to participate as partners, or to participate in other business activity in response to this RFQ. 2. Basic Eligibility: Any successful firm must be licensed to do business in the State of Washington, the City of Tukwila and must have a state Unified Business Identifier (UBI) number. In addition, the successful firm must not be debarred, suspended, or otherwise ineligible to contract with the City. 3. Payment Requirements: Firms should be aware that the City will only make payments on invoices after the work being billed has been completed and will pay reimbursable expenses to the firm only upon receipt of an itemized invoice for the reimbursable expenses. No advance payments will be made to the firm; who must have the capacity to meet all project expenses in advance of payments by the City. 4. Approval of Consultants: The City retains the right of final approval of any consultant of the selected firm who must inform all consultants of this provision. 5. Documents Produced: All reports, and other documents produced under Contract to the City must be submitted to the City a digital format that meets the City’s requirements, using Microsoft Office . All documents shall become the exclusive property of the City. 6. Civil Rights: The City of Tukwila embraces civil rights and equal opportunity. If any events occur involving the firm or subcontractors that would violate those rights, then the firm shall take full responsibility for said actions. 7. Insurance: Successful consultant will be expected to enter into a standard City of Tukwila Consultant Agreement (Agreement), that requires the consultant to include the City as an additional insured on their policy and includes the standard general insurance requirements as follows: The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. Consultant’s maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Consultant to the coverage provided by such insurance, or otherwise limit the City’s recourse to any remedy available at law or in equity. A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the types and with the limits described below: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile Liability insurance shall cover all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors and personal injury and advertising injury. The City shall be named as an insured under the Consultant’s Commercial General Liability insurance policy with respect to the work performed for the City. 3. Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. Professional Liability insurance shall be appropriate to the Consultant’s profession. B. Other Insurance Provision. The Consultant’s Automobile Liability and Commercial General Liability insurance policies are to contain or be endorsed to contain that they shall be primary insurance with respect to the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant’s insurance and shall not be contributed or combined with it. C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII. D. Verification of Coverage. Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Consultant before commencement of the work. Certificates of coverage and endorsements as required by this section shall be delivered to the City within fifteen (15) days of execution of this Agreement. E. Notice of Cancellation. The Consultant shall provide the City with written notice of any policy cancellation, within two business days of their receipt of such notice. F. Failure to Maintain Insurance. Failure on the part of the Consultant 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 Consultant 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 Consultant from the City. Published Daily Journal of Commerce: November 20, 2019