Loading...
RFP Security Alarm Program CITY OF SPOKANE VALLEY REQUEST FOR PROPOSALS "CONTRACT TO ADMINISTER CITY SECURITY ALARM PROGRAM" Proposal Due Date: August 21, 2009. 1. INTRODUCTION 1.1 PURPOSE AND BACKGROUND The City of Spokane Valley is soliciting Requests for Proposals from qualified firms to administer the City's security alarm program. The police department currently responds to over 1200 alarm activations per year that are not a valid, emergency activation. This proposal will include database development and management, accounting services for annual registration fees, accounting services for cost recovery fees for false alarm activations, and correspondence with citizens and businesses. The City anticipates receiving between 1000 and 1200 alarm system registration fees annually. The City also expects to respond to 800 to 900 false alartns in the first year of this program. As it is this program's intent to minimize alarm system activations that are false, there may be a reduction of these numbers in subsequent years. Estimated activity is not intended to be a guarantee of expected minimum or maximum activity. 1.2 MINIMUM QUALIFICATIONS The Consultant must be licensed to do business in the State of Washington. The Consultant must have at least one year experience in the administration of false alarm registration and billing. 1.3 FUNDING Any contract awarded as a result of this procurement is contingent upon the availability of funding. 1.4 PERIOD OF PERFORMANCE The period of performance of any contract resulting from this RFP is tentatively scheduled to begin on or about January lst, 2010 and end on December 31St, 2012. Contract renewals of extensions, if any, shall be at the sole discretion of the City. The RFP to administer City security alarm program, Spokane Valley, WA - 1 - contract may be extended for three (3) additional one-year contract periods, subject to mutual agreement, with the total contract period not to exceed five (5) years. The City shall notify the Consultant of the intent to exercise the extension option in writing, no later than 30 days prior to the termination date of the initial contract or the contract extension. 1.5 DEFINITIONS Definitions for the purposes of this RFP include: City — The City is the City of Spokane Valley, a Washington State municipal corporation, that is issuing this RFP. Consultant or Contractor — Individual or company whose proposal has been accepted by the City and is awarded a fully executed, written contract. Proposal—A formal offer submitted in response to this solicitation. Proposer -- Individual or company submitting a proposal in order to attain a contract with the City. Request for Proposals (RFP)—Formal procurement document in which a service or need is identified but no specific method to achieve it has been chosen. The purpose of an RFP is to permit the consultant community to suggest various approaches to meet the need at a given price. 2. SCOPE OF SERVICES 2.1 REQUIRED SERVICES: The Proposer must be able to provide the City with the following services for the administration of the false alarm program: • Provide an electronic database to track security alarm registrations, alarm business registrations and account receivables for false alarm billings. • Track false alarm responses and registration status (i.e. active, suspended or revoked)using this database. • Provide registration status and false alarm data available for import/export to/from the City and alarm companies in Microsoft Excel format. • Provide the City with electronic lists of new registrations and changes of registration status on a weekly basis. • Generate and mail false alarm notifications and billings. • Track account receivables, billings and balances. • Generate and mail registration status changes to individuals and businesses. RFP to administer City security alarm program, Spokane Valley, WA - 2 - • Ensure that only those alarm systems located within the City are being registered and billed for false alarms. • Provide a toll-free phone number to assist citizens and businesses and answer questions as to the administration and billing of this program. 2.2 DESIRED SERVICES: • Provide the City with lists of new registrations and suspensions on a daily basis. • Provide secure database access via the Internet for the City. • Provide limited access via the Internet far Alarm Businesses for alarm registrations and registration status. • Provide ability to register security alarm systems and business alarms systems via the Internet. • Develop written educational materials for citizens and businesses. 2.3 OPTIONAL SERVICES: • Develop and conduct false alarm prevention classes. • Support the billing/suspension/revocation appeals process. • Other services specified by the Proposer. These services must include a brief description and estimated costs. 3. GENERAL INFORMATION 3.1 RFP COORDINATOR The RFP Coordinator is the sole point of contact in the City for this procurement. All communication between the Consultant and the City upon receipt of this RFP shall be with the RFP Coordinator, as follows: Name Steve Jones/Josephine Duncan— SVPD Address 12710 E S ra ue Ave City, State, Zip Code S akai�c V�lley, WA 99216-0728 Phone Number 509-477-3300 Fax Number 509-477-3359 E-Mail Address s akaner�alle o�ice s okanecount .or Any other communication will be considered unofficial and non-binding on the City. Consultants are to rely on written statements issued by the RFP Coordinator. Communication directed to parties other than the RFP Coordinator may result in disqualification of the Consultant. 3.2 ESTIMATED SCHEDULE OF PROCUREMENT ACTIVITIES RFP to administer City security alarm program, Spokane Valley, WA - 3 - Issue Request for Proposals July 17, 2009 Question and answer period 30 days Pre-Proposal conference (if applicable) N/A Issue addendum to RFP (if applicable) Last date for questions regarding RFP (optional) Proposals due Au�ust 21, 2009 Evaluate proposals Approximately 15 da_ys Negotiate contract Approximately 30 da_ys City Council approval of contract October 13, 2009 Begin contract work January 1, 2010 The City reserves the right to revise the above schedule. 3.3 SUBMISSION OF PROPOSALS A. Preparation of Proposals All Proposals shall be typed or printed in ink, with the document fumished by the Purchaser included and signed by an authorized person of Proposer's firm. If errors are made, they may be crossed out. Corrections shall be printed in ink or typewritten adjacent and initialed in ink by the person signing the Proposal. IF THE PROPOSALS CONTAIN ANY OMISSION, ERASURES, ALTERATIONS, ADDITIONS, OR ITEMS NOT CALLED FOR IN THE PROPOSAL, OR CONTAIN IRREGULARITIES OF ANY KIND, IT MAY CONSTITUTE SUFFICIENT CAUSE FOR REJECTION. B. Preparation of Envelopes Place each copy of the Proposal in a separate sealed envelope. On the front of each envelope, clearly note if it contains the original or a copy and place the following information: "SEALED PROPOSAL-IMPORTANT" PROJECT NAME DUE DATE AND TIME COMPANY NAME MAILING ADDRESS C. Submission of Proposals Submit Five(5) copies of the Proposal, as follows: Original Proposal and Four(4) copies to: Valley City Hall-Front Reception area 11707 East Sprague Ave Suite 106 Spokane Valley, WA 99206 RFP to administer City security alarm program, Spokane Valley, WA - 4 - NOTE: Proposals will not be accepted by fax or email The City is not responsible for Proposals delivered late. It is the responsibility of the Proposer to be sure the Proposals are sent sufficiently ahead of time to be received no later than 1:00 PM on the due date. Sealed Proposals will be acknowledged at 1:30 p.m., August 21, 2009, in the Front Reception area, Suite 106 of City Hall, 11707 East Sprague, Spokane Valley, WA 99206. 3.4 PROPRIETARY INFORMATION/PUBLIC DISCLOSURE Materials submitted in response to this competitive procurement shall become the property of the City. All received proposals shall remain confidential until the award of contract recommendation has been filed with the City Clerk for City Council action. Thereafter, the proposals shall be deemed public records as defined in RCW 42.56, "Public Records." Any information in the proposal that the Consultant desires to claim as proprietary and exempt from disclosure under the provisions of state law shall be clearly designated. Each page claimed to be exempt from disclosure must be clearly identified by the word "Confidential" printed on it. Marking the entire proposal exempt from disclosure will not be honored. The City will consider a Proposer's request for exemption from disclosure; however, the City will make a decision predicated upon state law and regulations. If any information is marked as proprietary in the proposal, it will not be made available until the affected Proposer has been given a reasonable opportunity to seek a court injunction against the requested disclosure. All requests for information should be directed to the RFP Coordinator. 3.5 REVISIONS TO THE RFP In the event it becomes necessary to revise any part of this RFP, addenda will be provided to all who receive the RFP. The City also reserves the right to cancel or to reissue the RFP in whole or in part, prior to final award of a contract. 3.6 ACCEPTANCE PERIOD Proposals must provide 60 days for acceptance by the City from the due date for receipt of proposals. RFP to administer City security alarm program, Spokane Valley, WA - 5 - 3.7 RESPONSIVENESS All proposals will be reviewed by the RFP Coardinator to determine compliance with administrative requirements and instructions specified in this RFP. The Proposer is specifically notified that failure to comply with any part of the RFP may result in rejection of the proposal as non-responsive. The City also reserves the right, however, at its sole discretion to waive minor administrative irregularities. 3.8 MOST FAVORABLE TERMS The City reserves the right to make an award without further discussion of the proposal submitted. Therefore, the proposal should be submitted initially on the most favorable terms which the Consultant can propose. There will be no best and final offer procedure. The City does reserve the right to contact a Proposer for clarification of its proposal. The Proposer should be prepared to accept this RFP for incorporation into a contract resulting from this RFP. Contract negotiations may incorporate some or all of the proposal. 3.9 COSTS TO PROPOSE The City will not be liable for any costs incurred by the Proposer in preparation of a proposal submitted in response to this RFP, in conduct of a presentation, or any other activities related to responding to this RFP. 3.10 NO OBLIGATION TO CONTRACT This RFP does not obligate the City to contract for services specified herein. 3.11 REJECTION OF PROPOSALS The City reserves the right at its sole discretion to reject any and all proposals received without penalty and to not issue a contract as a result of this RFP. 4. PROPOSAL CONTENTS 4.1 PROPOSAL ORDER Proposals shall be submitted on eight and one-half by eleven (8 1/2 x 11) inch paper with tabs separating the major sections of the proposal. The four major sections of the proposal are to be submitted in the order noted below: 1. Letter of Submittal. RFP to administer City security alarm program, Spokane Valley, WA - 6 - 2. Technical Proposal. 3. Management Proposal. 4. Cost Proposal. Proposals shall provide information in the same order as presented in this document with the same headings. This will not only be helpful to the evaluators of the proposal, but should assist the Proposer in preparing a thorough response. 4.2 LETTER OF SUBMITTAL The Letter of Submittal shall be signed and dated by a person authorized to legally bind the Consultant to a contractual relationship, e.g., the President or Executive Director if a corporation, the managing partner if a partnership, or the proprietor if a sole proprietorship. Along with introductory remarks, the Letter of Submittal is to include the following information about the Consultant and any proposed subcontractors: A. Name, address, principal place of business, telephone number, and fax number/e-mail address of legal entity or individual with whom contract would be written. B. Legal status of the Consultant (sole proprietorship, partnership, corporation, etc.) and the year the entity was organized to do business as the entity now substantially exists. C. Federal Employer Tax Identification number or Social Security number. D. Location of the facility from which the Consultant would operate. 4.3 TECHNICAL PROPOSAL The Technical Proposal shall contain a comprehensive description of services including the following elements: A. Proj ect Approach/Methodology—Include a complete description of the Consultant's proposed approach and methodology for the project. This section should convey Consultant's understanding of the proposed project. B. Work Plan—Include all project requirements and the proposed tasks, services, activities, etc. necessary to accomplish the scope of the project defined in this RFP. This section of the technical proposal shall contain sufficient detail to convey to members of the evaluation team the Consultant's knowledge of the subjects and skills necessary to successfully complete the project. Include any required involvement of City staf£ The Consultant may also present any creative approaches that might be appropriate and may provide any pertinent supporting documentation. RFP to administer City security alarm program, Spokane Valley, WA - 7 - C. Project Schedule—Include a project schedule indicating when the elements of the work will be completed and when deliverables, if any, will be provided. D. Deliverables—Fully describe deliverables to be submitted under the proposed contract. 4.4 MANAGEMENT PROPOSAL A. Project Management 1. Project Team Structure/Internal Controls - Provide a description of the proposed project team structure and internal controls to be used during the course of the project, including any subcontractors. Provide an organizational chart of your firm indicating lines of authority for personnel involved in performance of this potential contract and relationships of this staff to other programs or functions of the firm. This chart must also show lines of authority to the next senior level of management. Include who within the firm will have prime responsibility and final authority for the work. 2. Staff Qualifications/Experience—Identify staff, including subcontractors, who will be assigned to the potential contract, indicating the responsibilities and qualifications of such personnel, and include the amount of time each will be assigned to the project. Provide resumes' (not to exceed two pages per person) for the named staff, which include information on the individual's particular skills related to this project, education, experience, significant accomplishments and any other pertinent information. The Consultant shall commit that staff identified in its proposal will actually perform the assigned work. Any staff substitution must have the prior approval of the City. B. Experience of the Consultant 1. Indicate the experience the Consultant and any subcontractors have in the following areas: • Liaison with alarm companies. ■ Installation or service of alarm systems. • Testifying in court. • Successful presentations to City Councils. • Establishment and/or design of alarm registration programs. • Establishment and/or design of false alarm billing programs. • Current number of active alarm billing programs being administered. RFP to administer City security alarm program, Spokane Valley, WA - 8 - 2. Indicate other relevant experience that indicates the qualifications of the Consultant, and any subcontractors, for the performance of the potential contract. 3. Include a list of contracts the Consultant has had during the last five years that relate to the Consultant's ability to perform the services needed under this RFP. List contract reference numbers, contract period of performance, contact persons, telephone numbers, and fax numbers/e-mail addresses. C. References List names, addresses, telephone numbers, and fax numbers/e-mail addresses of at least three business references for whom work has been accomplished and briefly describe the type of service provided. The Consultant shall grant permission to the City to contact the references. Do not include current City staff as references. D. Related Information 1. If the Consultant has had a contract terminated for default in the last five years, describe such incident. Termination for default is defined as notice to stop performance due to the Consultant's non-performance or poor performance and the issue of performance was either (a) not litigated due to inaction on the part of the Proposer, or (b) litigated and such litigation determined that the Proposer was in default. 2. Submit full details of the terms for default including the other party's name, address, and phone number. Present the Consultant's position on the matter. The City will evaluate the facts and may, at its sole discretion, reject the proposal on the grounds of the past experience. If no such termination for default has been experienced by the Consultant in the past five years, so indicate. 4.5 COST PROPOSAL A. Costing Methods The City is interested in reviewing a variety of costing methods for the defined services. Revenue sharing, cost per transaction, and a flat fee for all services are possible options that the City will consider. Proposers are required to offer at least one costing option, with those submitting more than one costing option presumed to increase the overall appeal of a proposal. B. Identification of Costs RFP to administer City security alarm program, Spokane Valley, WA - 9 - Identify all fees/costs including expenses to be charged for performing the services necessary to accomplish the objectives of the contract. Submit a fully detailed budget including staff costs and any expenses necessary to accomplish the tasks and to produce the deliverables under the contract. Consultants are required to collect and pay Washington state sales tax, if applicable. Costs for subcontractors are to be broken out separately. C. Computation The City reserves the right to evaluate all proposals based on overall efficacy, ease of administration, and ease of costing/billing methods defined by the Proposer. This may result in choosing a Proposer that did not define the lowest possible overall cost(s) for providing these services. 5. EVALUATION AND CONTRACT AWARD 5.1 EVALUATION PROCEDURE Responsive proposals will be evaluated in accordance with the requirements stated in this solicitation and any addenda issued. Evaluation of proposals shall be accomplished by an evaluation team, to be designated by the City, which will determine the ranking of the proposals. The City, at its sole discretion, may elect to select the top-scoring firms as finalists for an oral presentation. 5.2 EVALUATION WEIGHTING AND SCORING The following weighting and points will be assigned to the proposal for evaluation purposes: Technical Proposal—35% 70 points Project Approacl�/Methodology 15 points (maximum) Quality of Work Plan 35 points (maximum) Project Schedule 10 points (maximum) Project Deliverables 10 points (maximum) Management Proposal - 30% 60 points Proj ect Team Structure/ Internal Controls 15 points (maximum) Staff Qualifications/Experience 15 points (maximum) Experience of the Consultant 30 points (maximum) RFP to administer City security alarm program, Spokane Valley, WA - 10 - Cost Proposal—35% 70 noints GRAND TOTAL FOR WRITTEN PROPOSAL 200 POINTS 5.3 ORAL PRESENTATIONS MAY BE REQUIRED Written submittals and oral presentations, if considered necessary, will be utilized in selecting the winning proposal. The City, at its sole discretion, may elect to select the top scoring finalists from the written evaluation for an oral presentation and final determination of contract award. Should the City elect to hold oral presentations, it will contact the top-scoring firm(s) to schedule a date, time and location. Commitments made by the Consultant at the oral interview, if any, will be considered binding. The score from the oral presentation will be considered independently and will determine the apparently successful Proposer. 5.4 NOTIFICATION TO PROPOSERS Firms whose proposals have not been selected for award will be notified via FAX or by e-mail. 5.5 PROTEST PROCEDURE Following evaluation, a recommendation for award shall be submitted to the City Council. Award of contract, if made, shall be by the City Council in open meeting. Proposers wishing to protest the award of the contract must make their protests before the City Council at the award hearing. 6. CONTRACT TERMS 6.1 CITY OF SPOKANE VALLEY BUSINESS LICENSE Persons / firms doing business in the City or with the City must have a valid City of Spokane Valley business license. Questions may be directed to the business registration office at(509) 921-1000. 6.2 ANTI-HICKBACK No officer or employee of the City of Spokane Valley, having the power or duty to perform an official act or action related to this contract shall have or acquire any interest in the contract, or have solicited, accepted or granted a present or future gift, favor, service or other thing of value from or to any person involved in the contract. 6.3 NONDISCRIMINATION RFP to administer City security alarm program, Spokane Valley, WA - 11 - No individual shall be excluded from participation in, denied the benefit of, subjected to discrimination under, or denied employment in the administration of ar in connection with this contract pursuant to all applicable federal, state and local nondiscrimination laws,regulations and policies. 6.4 INDEMNIFICATION/HOLD HARMLESS The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or in connection with the performance of this agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of the agreement. 6.5 II+TS�J�AI�TCE C�V�RAG� 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, their agents, representatives, employees or subcontractors. No Limitation. 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 Scope of Insurance Consultant shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) from CA 00 O1 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. RFP to administer City security alarm program, Spokane Valley, WA - 12 - 2. Commercial General Liabilitv insurance shall be written on ISO occurrence form CG 00 O1 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, stop gap liability, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage. 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 using ISO Additional Insured endorsement CG 20 10 10 O1 and Additional Insured-Completed Operations endorsement CG 20 37 10 O1 or substitute endorsements providing equivalent coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Consultant shall maintain the following insurance limits: 1. Automobile Liabilitv insurance with a minimum combined single limit for bodily injury and property damage of$1,000,000 per accident. 2. Commercial General Liabilit insurance shall be written with limits no less that $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The Consultant's insurance coverage shall be primary insurance as respect 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 contribute with it. 2. Cancellation of Consultant's insurance shall be governed by either: a. the policy shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty days prior written notice by certified mail, return receipt requested,has been given to the City, or b. the Consultant shall provide at least 30 days prior written notice by certified mail,return receipt requested of a cancellation. RFP to administer City security alarm program, Spokane Valley, WA - 13 - D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Evidence of Coverage As evidence of the insurance coverages required by this contract, the Consultant shall furnish acceptable insurance certificates to the City at the time the Consultant returns the signed contract. The certificate shall specify all of the parties who are additional insureds, and will include applicable policy endorsements, and the deduction or retention level. Insuring companies or entities are subject to City acceptance. If requested, complete copies of insurance policies shall be provided to the City. The Consultant shall be financially responsible for all pertinent deductibles, self-insured retentions, and/or self-insurance. RFP to administer City security alarm program, Spokane Valley, WA - 14 -