HomeMy WebLinkAbout2025-01-13 - Request for Proposals - Permitting, Plan Review and Inspection Solution (ADDENDUM A: DEADLINE EXTENDED TO 01/13/25)ADDENDUM A
This addendum is issued to modify the RFP document “2024-12-30 - Request for Proposals -
Permitting, Plan Review and Inspection Solution” previously issued on December 13th,
2024, by the City of Tukwila, WA.
The specific changes made are as follows:
The published due date for the RFP: the deadline has been moved from December 30th, 2024,
to January 13th, 2025.
The limitation for responses to be limited to 20 pages: Understanding that some requested
exhibits may be extensive (such as security posture and implementation strategies), the
limitation to 20 pages has been lifted. Responses over 20 pages will be accepted.
Notice is hereby given that proposals will be received by the City of Tukwila, Technology &
Innovation Services Department, ATTN: Tami Harris, tami.harris@tukwilawa.gov up to the hour
of 5:00 p.m. PST of Monday, January 13th, 2025, for: Request for Proposals - Permitting,
Plan Review and Inspection Solution.
Please include this Addendum with your submission.
CITY OF TUKWILA
REQUEST FOR PROPOSALS (RFP)
Permitting / Plan Review / Inspection Solution
Due Monday, December 30, 2024, 5:00 p.m. Pacific Standard Time (PST)
Notice is hereby given that Request for Proposals will be received by the City of Tukwila,
Technology & Innovation Services Department, ATTN: Tami Eberle-Harris, Technology &
Innovation Services Project Analyst, 6300 Southcenter Blvd Ste 202, Tukwila, WA 98188 up to
the hour of 5:00 p.m. PST on Monday, December 30, 2024, for:
Permitting / Plan Review / Inspection Solution
The City of Tukwila is requesting proposals from qualified firms interested in providing a permit
tracking system to the City of Tukwila.
This Request for Proposals (RFP) is not a competitive bid based on price only. The RFP allows
the City to select the consultant(s) which, in its sole discretion, best meets the needs of the City,
taking into consideration price, qualifications, and service capabilities and other factors relevant
to the City’s policies, programs, resources, and budget.
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.
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.
Please review the full RFP following this notice for details.
All materials should be submitted by email to: Tami Eberle-Harris, TIS Project Analyst at
Tami.Harris@TukwilaWa.gov. Please use subject line: Permit Tracking System RFP.
Materials are due by 5:00 p.m. PST on Monday, December 30. No submittals will be
accepted after this date and time.
Questions regarding the proposal will be accepted by Tami Eberle-Harris, TIS Project Analyst at
Tami.Harris@TukwilaWa.gov
Published Seattle Times – December 13, 2024
Published Daily Journal – December 13, 2024
City of Tukwila
Request For Proposal
Permitting / Plan Review / Inspection Solution
Issue Date: December 13th, 2024
Submission Deadline: December 30, 2024, no later than 5:00 pm (PST)
The City of Tukwila is requesting proposals from qualified firms interested in providing a permit
tracking system for the City of Tukwila.
Invitation and Introduction
Background
The City of Tukwila is a 116‐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 22,000.
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.
The Department of Community Development (DCD) has the primary need for a permit tracking
system. DCD is comprised of building, planning, permit center, infrastructure engineering and
inspection, rental housing licensing, and code enforcement. It is responsible for the permit
application process and reporting for all land use, building, mechanical, electrical, plumbing,
demolition, fire, sign, and public works permits. DCD currently processes 171 land use
applications, 2,416 permit applications with a valuation of $208,797,359 and performs 8420
City of Tukwila
inspections on an annual basis*. The Code Enforcement Division uses the permit tracking
system to enter approximately 275 new code enforcement matters per year and to track rental
housing inspections.
Purpose of Proposal
The purpose of this RFP 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
RFP includes project management and implementation support.
The goal of this RFP is to gain insight into the qualifications of solution providers and to
select a successful software supplier to provide permit tracking software for the City.
City of Tukwila Overview
Population: 21,135 (2023)
Number of Parcels: 5,385
Financial System: Central Square, Finance Enterprise Tyler Technology, Eden
Document Management System: Laserfiche RIO
Electronic Plan Review: BlueBeam
Permitting / Plan Review / Inspection Solution: Central Square, Community Development
Code Enforcement: Central Square, Community Development
Geographical Information System (GIS): ESRI ArcGISOnline and ArcGIS Enterprise/Portal
*Totals are from 2023 actuals
Key Modules / Functionality
Construction Permits
Planning/Land Use Permits
Permit Configurator
Rental Licensing / Inspections
Code Enforcement Inspections
NPDES inspections
Point of Sale/Cash Receipting/Project Tracking
Property History
Financial Tracking
Report Writer
City of Tukwila
System Expectations and Scope
The solution must comply with these basic requirements:
•A cloud‐based interface utilizing the Software as a Service (SaaS) model
•Web‐based solution with responsive design for records access and processing.
•Include an online portal accessible to staff and public, providing ability to apply for permits,
submit electronic plans (via Bluebeam integration), pay related fees, schedule inspections,
check status, and other related functions.
•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: fee structures and calculations, fields, types of permits, changes to
regulations, workflows/approvals/routing.
•Ability to automate recurring tasks like renewals of Rental Licenses or Inspections
•Ability to customize workflows to City standards, processes and resource levels.
•Ability to manage timelines, reporting and tracking in accordance with SB 5290
•Ability to integrate with Central Square’s Finance Enterprise to include alignment with priority-
based budgeting requirements.
•Ability to integrate w/ Washington State contractor database
•Ability to integrate w/ Bluebeam.
•Ability to interface w/ Laserfiche.
•Ability to interface with Civic Plus (See-Click-Fix)
•ESRI GIS integration, ability to integrate with published map services
•Ability to create mailing lists from the GIS interface from a specified area and custom radius, by
parcel and/or address to include location address as well as assessor owner address.
•Mobile responsive interface for field staff to include route planning and inspection scheduling
•PCI compliant, integrated cashiering/point of sale with online and in‐person components that
include “shopping cart features.”
•Auto form notifications/updates/notices 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.
•Well developed canned reports, ability to write custom reports with user friendly report writer,
and ability to interface with standard report writers (ex; Microsoft Power BI, SSRS)
•Azure Single Sign On
•Clearly defined service and system availability targets with recourse.
•Clearly defined roadmap for the product
•Intuitive User Interface
•Fully supported Production (Live) environment along with a Test/Trainer environment with
updates/refreshes supplied on a regular basis
•Ability to migrate and retain historical permit and parcel information
City of Tukwila
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 with data migration from Central Square
•Experience working with municipal and regulatory entities, specific to Washington state codes
and regulations.
•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:
Applicant business processes and requirements;
Department functions (planning, land use, building, transportation, utilities and fire);
and
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.
Request for Proposal 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 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 RFP. Dates are
estimated and may be modified by the City of Tukwila.
City of Tukwila
Figure 1.1
SCHEDULE DATES DATE
RFP Released December 13, 2024
RFP Due December 30, 2024
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 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: Tami Eberle-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.
The following items must be completed and submitted with the vendor’s RFP. Total
document pages shall not exceed 20 pages.
Cover Letter
Table of Contents
Executive Summary
Form #1 – RFP 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 & implementation timeline
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.
City of Tukwila
RFP Coordinator for this RFP will be:
Name: Tami Eberle‐Harris, TIS Project Analyst
E‐Mail: tami.harris@tukwilawa.gov
Response Format
Vendors must submit in a digital format, to be received no later than:
Time and date: December 30, 2024, 5:00 pm Pacific Standard Time at the following address:
tami.harris@tukwilawa.gov
City of Tukwila ‐ Technology & Innovation Services
6300 Southcenter Blvd, Suite 202
Tukwila, WA 98188
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.
It is the Vendor’s responsibility to ensure that any RFPs are received on time.
Proposal Evaluation and Vendor Selection
The RFP’s will be evaluated by the Selection Committee. The Committee will consider the
completeness of a vendor’s RFP 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. RFP’s will be evaluated based on criteria defined below. All proposals will
be evaluated using the same criteria and possible points.
(see next page for evaluation criteria)
City of Tukwila
Figure 1.2 Evaluation Criteria Points
Responsiveness/Completeness of Proposal
The response adequately addresses all the requirements of the RFP including formatting,
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? What are the
ongoing maintenance costs and is there a limit on yearly increases? 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
Selection Process
After the RFPs 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.
City of Tukwila
•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.
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.
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
City of Tukwila
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.
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
City of Tukwila
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
Responses should be limited to 20 pages and 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.
IV.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.
Response to Form #1 – RFP 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
City of Tukwila
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 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 a Permitting / Plan Review / Inspection
Solution 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
1. . 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:
City of Tukwila
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 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 Azure Single Sign On capability
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 that includes a
customer facing portal accessible to staff and public
providing ability to apply for permits, submit electronic
City of Tukwila
plans, pay fees, schedule inspections, check status and
other related functions
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.
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?
How is the backend accessed?
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. Include hours of operation and any after
hour considerations.
F‐19 Ability to integrate with Financial System (Central Square
Finance Enterprise)
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
F‐22
Describe integration methods for integrations with ESRI
GIS, Bluebeam, Laserfiche, Civic Plus, and Finance
Enterprise
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.
Describe your hosting environment and backup strategy.
Include your approach to maintaining high availability
geographic e.g. redundancy
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. API, 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 your security posture and accreditations (ex
SOC2)
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 2024.
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
1. 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.