Loading...
HomeMy WebLinkAboutIT16-288 - Original - TMA Systems, LLC - Facility Maintenance Management System (FMMS) Purchase & Installation - 08/07/2001 5q to Agreement Between TMA Systems and the City ®f Dent, WA for the Purchase and Installation ®f a Facility Maintenance Management System (F'.tvlMS) I �I I I OtyOffent TMA Synome Carpal � 7777 I Table of Contents 1.0 DEFINITIONS............... ..................................................................................................1 2.0 FIINUNCTALPROVISIONS..............................................................................................2 3.0 LICENSES......................................................................... ............................................. ....2 4.0 RESIPONSIBILITIES........................................................................... .............................2 5.0 OPERATING ENVIRONMENT DESIGRATION.........................................................2 6.0 CHANGE,IN DESIGNATED OPERATING ENVIRONMENT"...................................3 7.0 ADDITIONAL LICENSES AND 7JC:1+',NSF FutuS.........................................................3 8.0 PRODUCT FUNCTIONTALITY...................................................—..................................3 9.0 TLNIELY SERArICF AND CORRECTIONS...................................................................3 10.0 WARRANTY.,.................... ...I... ....I........................................ .....................4 11.0 DAMAGES AND LIMITATION ON LIABILITY.......................................................1.5 12.0 INSURANCE. ...................................................................................................................5 13.0. SUPPORT AND MAINTENANCE......................................................................... ....6 14.0 TERMINATION................................................................................................................. R II 15.0 ATTORNEW FEES............................................................... .............. ...............S 16.0 GOVERNING LAW.................................................................:..............................I..........9 17.0 FN77RE AGREEMENT......................................................................................:.............9 EXfIIBITS �I� A Vendor's Prim Proposal B. Payment Schedule C TMA Maintenance Agreement D FMMS Request for Proposal & Addendums i E Vendor's RFP Response City Of9enl / TMA Systems c mtr=1 CONTRACT BETWEEN CITY OF I£ENT AND TMA SYSTEMS PARTIES This Contract is entered into by and between the Cuy of bent, a municipal corporation under the laws of Washington State (hereinafter referred to as the"City" or"Purchaser') and TNM Systems, L.L.C,an Oklalionia Limited Liability Company(hereinafter`'Vendor'),lod'ated at 6846 S Canton, Suite 570,Tulsa, Old 74136, for the purpose of providing a Facility Maintenance Management System. .0 Deflni(IOHS Accessory Software Software delivered with the licensed software products but tvhicb require separate license with a third party prior to their use City Operating Environment Operating environment means all host coniputer(s),network, client, and software operating systems, database software(r e SQL Server), and any other peripheral dances necessary to operate the City's system. Final Acceptance Final acceptance means the date, as determined by City,that the software product shall operate in conformity with representations made by Vendor including,but not limited to its response to RFP,the user manuals and `on-line" documentation in that order Licensed Software Product The computer prograimning code,including object code and any source code which may be provided, for the software programs provided by the vendor under the vendor's response to the RFP. Licensed software products do not include any accessory software Request for Proposal or RFP Request for Proposal or RFP means the City's published document seeking proposals for Enterprise Document Management Software and Implementation Services,issued on September 18, 2000, Response to RFP Response to RFP means vendor's response to City's RFP,dated October 27, 2000,together with vendor's demonstrations and supporting documentation presented at City's site Software Documentation Software documentation includes, without hniitation, all media,machine readable or othenvise, including tapes,disks,diskettes,recordings,memories, chips,photos,panted or wntten documents,manuals of any type, and any other media containing recorded or stored information. Software Installation Cary of%erti TMA Systems Contract n Software installation means the point in time when all modules of the complete application software package have been delivered to the City's site,configured to perform correctly on the City's system,put into operation, and executed by City employees, Software Support Agreement Software support agreement means an agreement entered into between vendor and City to become effective at the expiration of the warranty period that will provide for ongoing service, maintenance,and updates of the software product and software documentation through telephone and onsite assistance, Updates) Update(s)mcans program corrections,enhancements or upgrades to licensed software within the scope of Clty's purchase of software product and software documentation Warranty Period Warranty period means the ninety-day (90)period after final acceptance in which the vendor is responsible for service,maintenance, and update of the software product and software documentation through telephone and onsite assistance prior to any software support agreement taking effect Maintenance agreement will begin at the end of the warranty period 2.0 Financial Provisions Payment for the products and services to be provided under this agreement shall occur as established in Exhibit B,Payment Schedule, 2.1, Payment 1Nethod All payments shall be made in U S Dollars within forty-five(45)days of invoice, so long as City has accepted and approved the products and services listed on the invoice 3.0 Licenses Any software license provided under this agreement shall be,guaranteed in perpetuity to the City for use at the locations designated on the Client Registration Profile 4.0 Responsibilities Vendor will provide the software product(s) and provide implementation and other services as negotiated with the City in the final contract Vendor will provide doeumentation which includes program specificatiuns (hat describe the program setup, operation, and maintenance, 5.0 Operating 13nvir®nment Designation The license granted to use the software products under this agreement will be fully operational when used on the City's operating environinent The City may not use the software on a Wide Area Network or Intranet unless the City has an explicit written exception to this agreement, signed by'Vendor The City may not use the software for use in a call center, act as a service bureau or provide processing of third party data unless the City has an explicit written exception to this license, signed by Vendor 013,ofKeM TMASyztdms CoMrao! 2 of 2 �f� Y 6.0 Chanp-C in Designated Operating Enviremnieiit 6.1. City City may change its designated operating environment at any lone without mcumng additional license fees,or the vendor shall specify other acceptable operating environment alternatives that would not incur additional fees, The City may not use the software on a Wide Area Network.or Intranet unless the City has an explicit written exception to this agreement, signed by Vendor The City may not use the software for use in a call center,act as a service bureau or provide' Processing of third party data unless the City has an explicit wnaen exception to this license, signed by Vendor 6.2. Vendor Support for Existing Operating Enviroimrent Vendor will Provide all identified support levels for the Oty's operating environment for a nnnimum of five.(5) years from the date the City issues its final acceptance of the Vendor's software. 7.0 Additional Licenses and License Nees If the City increases the number of concurrent users until the expiration of the warranty period, customer will pay additional license fees at the same rate as the initial license fees 8.0 Product Functionality B.I. Functionality The vendor's software application sliall provide the following functionality, o Funchouabty documented in the vendor's response to RFP. 4 Functionality documented in any amendments to vendor's rear,, to RFP 4 Functionality demonstrated during the product demon ,s as described in the City's RF>. i Functionality documented in the vendor's software documentation. a Functionality documented as part of this contract 8.2, Altgring Functional In the course of updating or enhancing the software application,the vendor may alter an application's functionality in accordance with the Maintenance Agreement, i 9.0 Timely Service and Corrections 9.1. Timely and Professional Service Vendor services shall be performed in a timely and professional manner Vendor further represents that the services furnished under this agreement will be performed in accordance with industry practices in effect at the time those services are performed I City of tent TMA Sysiew Cmaradt _ n 3 of 3 llj��'/ i 9,2. Defects Corrections Throughout implementation and during the terms of all support and maintenance agreements, including all renewal periods,vendor will correct 0) defects to the extent those defects onginate from the acts or omissions of vendor's products or personnel 10.0 Warranty 10.1. Ville Warranty Vendor warrants that is has frill title and ownership of the software products and other products Vendor further is arrants that is has the frill power and authority to grant the license(s) granted by this agreement to the City and that the license to and the use by the City of the softwaro products and other products in no way constitute an infringement or other violation of any copyright,trade secret, trademark, patent or other proprietary right of any third party. IUl h7erchantability and Fitness Yarranty Vendor represents and warrants that the software product(s), other products and software documentation will be merchantable and will be fit for the particular purposes establishedm City's RFP and vendor's response to City's RPP 103. Ninety Day Express Warranty Vendor wairants that for ninety(90)days after purchase of the license by The City,the software shall reasonably conform to the standards defined in the Documentation The sole and exclusive remedy for a failure of the sollware to perform in accordance with the Documentation is for The City to notify VENDOR in writing of the nonperformance within ninety(90)days of purchase Vendor sole obligation shall be to provide The City with a performing copy of the software within a reasonable time after receavmg notification of nonperfomiauce Any replacement software provided under this limited warranty will be warranted for the remainder of the original warranty period or thirty(30) days, whichever is longer THE FOREGOING STATLS TIIE SOLE AND EXCLUSIVE REMEDIES ROR VENDOR BREACH OF WARRANTY THE LIMITED WARRANTY SET FORTH IN THIS AGREEMENT GIVES THE CITY SPECIFIC LEGAL.RIGHTS THE CITY MAY 14AVE OTHER R1GIITS,Vr'HICH VARY FROM STATE TO STATE OR JURISDICTION TO JURISDICTION 10.A. Virus Warranty Vendor warrants that the software product(s) or other products do not contain any malicious code,program,or other internal component (c g , computer virus, computer worm,computer time bomb, or similar component), that could damage, destroy,or alter any computer program, firmware, or hardware or which could in any manner, reveal, damage destroy,or alter any data or other mfomiatroo accessed through or processed by the software product(s)or other products in any manner Vendor shall immediately advise the City,in wasting,upon reasonable suspicion or actual knowledge that the software products) or other products may result in the harm described above 10.5. T4aintenanre Warranty I Vendor warrants that it will maintain the software product(s), other products and software documentation,including all updates, so that the software product(s), other products and software documentation will operate in conformity with all miprovements,additions,or modifications of the software installed at City's site or sites for a period of not less than five(5) CatyafK" TMASyylenu Cow—jc� 4 of 4 I-, years from the date of City's final acceptance of all software products, other products and software documentation providing the City's Maintenance Agreement is in effect Vendor warranty is defined in the Mamteuance Agreement 10.6. Indemnification Vendor will indemnify and hold.harmless the City agamst any liabilities,claims,or demands that may be made by any third person for infringement by, or alleged infringement by, Vendor of any US third party Mark,or any U S Patent issues as of or after the effective date of this Agreement, or any clams of Copyright Infi•mgement Provided,however, that(1)The City shall have given Licensor prompt written notice,of such claim, suit, demand, or action; (2)The City shall cooperate with Licensor in the defense and settlement thereof; and (3)Licensor agrees to cure an infringement by obtaining the right for the City to use the item or designing a replacement item that does not infringe upon the rights of the third party 11.0 Damages and Limitation on Liability VENDOR'S TOTAL LIABILITY HEREUNDER FOR ALL DAMAGES,LOSSES, AND CAUSES OF ACTION WHGTPIER IN CONTRACT, TORT (INCLUDING NEGLIGENCE), OR OTHERWISE SHALL NOT EXCEED TIIE AMOUNT PAID FOR THIS LICENSE, IN NO EVENT, INCLUDINQ NEGLIGENCE, WILL VENDOR OR ITS DMCTORS, OFFICERS,EMPLOYEES, OR AGENTS BE LIABLE FOR INDIRECT, SPECIAL, INCIDENTAL, OR CONSEQUENTIAL DAMAGES, INCLUDING WITHOUT LIMITATION,ANY LOSS OF DATA OR LOST PROFITS, ARISING OUT OF THE USE OR INABILITY TO USE TIM SOFTWARE, EVEN IF VENDOR OR ITS AUTHORIZED REPRESENTATIVE HAS BEEN ADVISED OP TITS POSSIBILITY OF SUCH DAMAGES SOME STATES DO NOT ALLOW TFIE EXCLUSION OR LIMITATION 'OF LIABILITY FOR CONSEQUENTIAL OR INCIDENTAL DAMAGES, SO THE ABOVE LIMITATIONS MAY NOT APPLY 12.0 Insurance Vendor shall procure and maintain for the duration of this agreement, insurance against claims for mjnnes to persons or damage to property which may inse from or in connection with the performance of the work by the vendor, then agents,representatives or employees, Insurance verification is to be provided by vendor. 111. Automobile liability Automobile babihty insurance(including commercial automobile liability insurance)covemig all owned, non-owned,hired,]cased 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 -,hall be,endorsed 112, General Liability General Liability insurance shall cover liability ansing from premises, operations,products- completed operation$, independent contractors and personal injury and advertising injury, The City shall be named as an additional insured under the vendor's General Liability assurance policy with respect to the work performed for the City, CepofKent TMA Sysiew Co Orar.7_,i� 5 of 5 T7 I i 12.3. Deductible Any payment of deductible,or self insured retention shall be the sale responsibility of vendor. 12.4. Endorsement Tire City, its officers, officials, employees, and agents shall be named as an additional insured on the insurance pohcy,as respects work performed by or on behalf of the vendor.The vendor shall furnish the City with original certificates and a copy of amendatory additional insured . endorsements, 12.5. Coverage Vendor's insurance shall coatani a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought,except with respects to the hrmts of the insurer's liability 12.6, Primar Vendor's insurance shall be primary insurance as respects the City, and Rball he endorsed to state that coverage shall not be cancelled by either party except after this Jar days prior written notice by certified mail, return receipt requested,has been given w the City of any cancellation, suspension or material change in coverage 12.7, Failil . A failure to provide insurance coverage and written acceptance of the tendered pohcy shall be deemed to constitute a material breach of contract by vendor The City reserves the right to then award the contract to another bidder In order to protect the public interest and notwithstanding any provisions herein to the contrary, vendor's failure to comply with any provision in this section shall subject the contract to immediate termination without notice and without recourse by any person 13.0 Support and Maintenance Vendor will also enter into a software maintenance services agreement with the City that will enable the software system to perform m accordance with this agreement,the City's REP,the vendors response to RPP,and otberrdentifted documentation,including amendments or addenda that may be issued from time to time This software maintenance services agreement will go into effect at the conclusion of the applicable warranty period. Ualesa sooner terminated in accordance with Section 10 of the Maintenance Agreement, this Agreement shall continue in effectfor(1)year renewal terms Agreement will be deemed renewed if payment of renewal invoice is made wrtlnn thirty (30) days after the start of the renewal term If payment is not made within sixty(60) days after the start of the renewal tern,Vendor will cease providing maintenance services to the City and this Agreement will automatically terminate without further responsibility on The City or Licensor c,6,of Kent TMA Systems Contrwi 6of6 During the term of this maintenance agreement,vendor will provide, at a mimmurn, the following software maintenance services: 0 All new releases of the software products) o All software system modifications, updates and revision 0 All software system improvements o All functional problem resolutions to the software produet(s) 4 All software documentation modifications,updates and revisions 0 Telephone support during the hours of G 00 a m and 0 p in , Pacific Time, Monday through Friday,excluding national holidays 0 All support services listed in the license agreement, the City's RFP and the vendor's response to RIFT i Vendor shall correct, within a reasonable period of time, any material reproducible error or malfunction in the System The City agrees to notify Vendor of any such material error or malfunction in the System immediately upon The City's detection If the City, in its discretion, requests written verification of a material error or malfunction discovered by the City,the City shall immediately provide such verification, by faesumle transmission or overnight mail, setting forth in reasonable detail the respects in which the System fails to perform Vendor agrees to commence correction within eight (8) business hours after receiving notice from the City of such material error or malfunction An error or malfunction shall he "material" if it represents a material nonconformity with Vendor's current published specifications for the System and Vendor, in its discretion, deteninues (and notifies the City) that such error or malfunction unreasonably restricts the City's use of the System I I Crry of Xert7 V TW Systems Conroe 7of7 (t n� 14.0 `1'erniinatinn 14.1. Vendor's Right to Terminate The vendor may terimnate this agmementif the City fails to make timely payment as provided in tilts agreement,sn long as the vendor has first provided the City with written notice of that default and the default has notbeen corrected within thirty(30)calendar days from the date of receipt of vendors written notice of default. 14.2. City's Right to Terminate This agi-eement and the license granted hereunder may be temimated by the City if the vendor is in default of any provisions of this agreement, so Jong as the default is not corrected within thirty (30) calendar clays of the receipt of written notice of the default from the City. For the purposes of tills Secuim 15 1, "default"shall include,without limitation, any failure to abide by the terms or conditions of this agreement including the City°s RFP and vendors response toJZFP, together with any of the instances of the folJowmg o Vendor defaults on any of the terms of its contract with the City; o 'Vendor cease' its ongoingbusmess operations, o Vendor stops maintenance support of the software module in question; o Vendor fails to perform the contract in a timely fashion, o Vendor suffers any act of insolvency, or o Vendor fails to maintain technicat staff capable of supporting or modifying the software system. 14.3. Termination for Convenience The City may terminate this agreement, including all related agreements (e g.maintenance agreements, etc) in whole, or from time to time in part,whenever the vendor is prevented from proceeding with the project work by reason of a prehminary,special, or permanent restraining order from a court of competent J unsdichim where the issuance of such restraining order is primarily caused by either acts or omissions of the vendor or by acts or onssions of persons or agencies other than the vendor 14.4. Claims Any claim for damages incurred by either party resulting from breach of this agreement by the other party shall survive termination The remedies provided herein shall not Ue deemed exclusive but shall be cumulative and shall be in addition to all other remedtes provided bylaw and equity No delay or omission in the exercise of any remedy herein provided or otherwise available to vendor shall impair or affect its right to exercise the same 15.0 Attorncys'Fees Subject to the indemnification and limitation of vendor's Lability provisions set forth in this agreement, if any action or suit is brought with respect to a matter or matters covered by this C.,ry of KOM rMA 5i'siems rsi CO "( 8ofS I agreement,each party shall be responsible for all its own costs and expenses incident to such proceedings,including reasonable attorneys'fees 16.0 Governing��w The construction and performance of this agreement shall be,governed exclusively by the Washington State Uniform Commercial Code,Title 62A Revised Code of Washington, and other laws of the State of Washington without regard to the conflict of laws provisions thereof If parties are unable to settle any dispute, difference or claim ansmg from the parties'performance of this agreement, the exclusive means of resolving that dispute, difference or claim shall only be by filing suit exclusively under the venue,rules and jurisdiction of[lie King County Superior Court located in dent,King County, Washington, unless the parties agree it] writing to an alteanative dispute resolution process 17.0 Entire Agreement The terms and conditions outlined, together with City's RIP and vendor's Response to RFP constitutes the entire agreement between vendor and City and shall not be modified or rescinded except m writing,signed by both parties In the case of inconsistencies or disputes among this agreement, the City's RFP,and the vendor's response to RFP, the following order of precedence shall prevail in descending order of priority 1) This agreement and any written and fully signed amendments thereto. 2) TMA Maintenance Agreement 3) The City's RFP and any written amendments thereto 4) The vendor's response to RFP and any authorized written amendments or clarifications thereto If any terms or conditions of this agreement are invalid under any applicable statute or rule of law, they are to that extent to be deemed omitted and the remaining provisions shall not in airy way be affected or impaired i C,&of Ketq 7MA Syvie nv Contra III 9of9 Tn fitness Wlcereof, the parltcs hereto,having read this Contract in its entirety,meiudhng all attachments, do agree in each and every particular and have thus set their hands hereunto APPROVED APPROVED City of Rent, Washington TMA Systems SIGN f RB SIGNATU" DAIS DATE D A VC,USTOQ;M 'A f -JAMIS P s 1 _V-b Sn hite c� NAME t M or TIT11F, APPROVED AS TO FORM. SIGNATURE DATE f2- NANW Attoniey Cary afKent TMA Sysfew Camact 10 of 10 - - --—-- � . � \ � \ 0 in / ° @ @ ° \ CON k / \ e \ / & m � . m q - � � � \ 2 S � - ® \ ) � 2 @ ® \ ) ) ) / / \ § \ 0 » a ( k . cn ) / \ § \ 5 G q - � 41 � � p O O O QQ w C, b 65 P Y3 U O K Oc 0U O IIIIII�FHF••••••• kj) O ny. r-i rl ri M C<1 N it i v � 04 ,Nu`, o rs w .� YE o � vo F � ys cd •o .o y c, >..b N .� fj > 0 Pay° oevo � P ,a, ao . •�A .�.+ Cry � �O N � •p F d � � � 9J � � �� �y. � U r"� � CJ ii Fi A U (�F y y ice., co tC U G� F 5 Oq4 i7tl m cj o F o o ti q o d ' v o N N o p AU •5 � w � � � � � � y v, 04 b su O � a 5i~i.o i° `' Lpy b at rod .^ y P. ,n' CUJ UO p �,b ° ro 0 3 w cn o o .c W $ rh O G ^G', O U ~O •Gtl �. 4 ,N f'-� 3 U cd v�i + y CD O .p t Pi N W M 3 E !%] rJ�'.G O vUi G r O 4x 65 65 a' . - - [ � . � % 8 � : \ � ` � w e . ) � . \ . � \ � � \ � I � % ; � � � i ; � / � ( � � ; 2 ! \ \ 2 � � 2 \ { - : � S � \� \ � � § . / 4 i 7 2 �� � � � Exhibit.B Payment Schedule Payment will he made after each deliverable listed below is complete. Deliverable Payment Amnuut Phase 1 $8,630 00 TMA express Software Installed TMA iService Desk Software installed TMA VtewCad Software Installed UMA DMA Software Installed Phase H $8,630 00 TMA eXpress Software passed final acceptance testing n4A iService Desk Software passed final acceptance testing TMA ViewCAD Software passed final acceptance testing TMA DMA Software passed final acceptance testing 1mplementation Services Complete $ 4,785 00 *Training Services Complete $ h,785 00 *Data Conversion Services Complete $ 3,600 00 TMA Gold Annual Support Plan—Initiated after all $2,589 00 software modules have passed final acceptance testing Total Payments $ 33,019 00 *Payment for professional services will be limited to actual services rendered. Associated travel expenses will be limited to actual expenses incurred not to exceed $500 per day per persozi rendering services onsile at the City and will be billed separately. II Ctry of Kent MA Sys(eau Contract B-1 of 1 L7 Exhibit C TMA Maintenance Agreement , I I ' City O'Menl TMA Splew Cunhacl I I MAINTENANCE AGREEMENT THIS MAINTENANCE A(IREHYTENT (this "Agreement"),made and entered into this 3rd day of August, 2001 by and bet), een TMA Systems, LL C, an Oklahoma corporation having principal offices at G846 South Canton, Suitc 510, Tulsa, Oklahoma 74136 (the "Licensor"), and City of Kent, a municipal corporation hating principal offices at 220 4° Ave S, Kent, Washington 48032(the "Licensee") i PRVIAMINARY STATEMENT Licensor owns or otherwise has the right to license TMA Express, which consists of a computer software program in machme-readable form and related user docnmentahon (collectively, referred to as the "System") A TMA Systems, LT.,C'. License Agreement of even date separately executed by the parties grants Licensee a right and license in and to the System LICENSOR AND LICENSFF, INTENDING TO BE LEGALLY BOUND, AGREE AS FOLLOWS Section 1 SOIL f WARE MAINNTENANCE. 1.1 Licensor shall provide to Licensee all modifications to the System in the form of fixes and further releases that Licensor makes generally available to all end-users Such modifications shall be released at least once each calendar year 1.2 Such modifications, when delivered, shall becorne part of the System,shall be maintained in accordance with this Agreement, and shall otherwise be subject to all of the terms of the TMA Systems, L L C License Agreement Section 2 - ERROR CORRECTION 2.1 Licensor shall correct,within a reasonable period of time,any material reproducible error or malfunction in the System Licensee agrees to notify Licensor of any such material error or malfunction in the System imniechately upon Licensee's detection If Licensor, in its discretion, requests written verification of a material error or malfunction discovered by Licensee, Licensee shall immediately provide such verification,by facsimile, lransimssion or overnight mall, setting forth in reasonable detail the respects io which the System fails to perform Licensor agrees to commence correction within eight (8)business hours after receiving notice froniLicensee of such material error or malfunction An error or malfunction shall be "material"if it represents a material nonconformity with Licensor's current published speciricaoons for the System and Licensee, in its discretion, determines (and oottfies Licensor) that such error or malfunction unreasonably restricts Licensee's use of the System. 2.2 Licensee shall reimburse Licensor at Licenser's then-current time and material rates for all work of Licensor spent investigating an error or malfunction that Licensor reasonably determines to have been caused by a modification to the System that was neither made nor authorized by Licensor 5-FMT-001158 Section 3 TEL13MONF SUPPORT Licensor shall, during the hours of 8 00 am to 5 00 p m CST on weekdays (exclusive. of holidays), make reasonable telephone support available to Licensee's Project Leader and other personnel of Licensee who have been fully trained by licensor in the use of the System Section 4 OTHER 1v1OUlFICATIONS Licensee may at any nine request that Licensor make additional modifications to the System to add functions or improve performance Licensor shall, wathsn sixty (60) days after receiving Licensee's request in writing,take one of the following actions,in Licensors sole discretion. 1 Notify Licensee that Licensor has dctemuned that the modification would be of sufficient interest to enough cad-users that Licensor intends to provide such modification as part of its regular maintenance service Such notice shall specify an estimated date on which themodification may be supplied 2 Nou v Licensee that Licensor has dcteimmed that the rrmdification will be undertaken only on an individual basis and provide Licensee with a written estimate of the charges for performing such modification Jf Licensee accepts Licensee's proposal by written notice, Licensor agrees to perform the modification for the estimated charges plus out-of-pocket expenses for travel and materials Should Licensee revise its request for modification after Licensee accepts Licensor's estimate, Licensee aclaiowledges that Licensor may impose additional charges, calculated at its then-current time and material rates,for work performed to accommodate those revisions 3 Notify the Licensee that Licensor has determined that the modification is not technically feasible Section 5 DELIVERY In order to satisfy any delivery obligation hereunder,Licensor its option, send Licensee a single copy of any modification, error correction,fix, or release to i icin, together with instructions for Licensee's installation and implementahou thereof section 6 CHARGES 6.1 Licensee shall pay Licensor an agreed upon annual maintenance fee The first such annual fee for the 12-month period commencing on the dale Licensee accepts installation of the System shall be due and payable ninety(90)days after such acceptance I I i 5-FMT-00 1159 (X��a 6.2 At least thirty (30)days prior to the end of the initial tctm or any renewal term of maintenance services, Licensor shall send to Licensee a renewal invoice for maintenance services for the subsequent twelve (12) month period Each subsequent annual maintenance fez shall he due and payable within thirty (30)days of the beginning of each such 12-mouth period If payment is not made within sixty (60) days of the start of any renewal term, Licensor will cease providing maintenance services 10Lu:ansce and this Agreement will automatically terminate without further responsibility on Licensor After the initial 12-month period,Licensor may increase the annual maintenance fee by an amount no greater than 10%of the current annual maintenance cost In no event will Licensor increase the annual maintenance fee other than on an anniversary of any 12•month period,except if additional Licensor software Options or users are added to the System 6.3 licensee agrees to pay all agreed upon charges resulting from additional functions, improved performance, or other modifications provided to Licensee at Licensee's specific request. 6.4 Licensee agrees to pay all agreed upon charges residtmg from exceeding the.recommended data specifications (Exceeding the recommended data specifications may impact data integrity) 6.5 Licensee agrees to pay when due (or reimburse Licensor, as applicable,for) any applicable sales, use,property,excise, and other similar taxes A monthly interest charge at the rate of one and one- half percent (1-112%) or the maximum legal rate, whichever is less, will be assessed on all charges more than thirty (30) days past due Licensee's obligation to pay the amounts due or to become due Under this Section 6 0 shall be absolute and unconditional and shall not be subject to any seduction, setoff, defense, counterclaim,or deferment for any reason whatsoever. Section 7 OWNERSHIP The modifications to the System, including all intellectual property rights associated therewith, made or provided by Licensor ptusuant to this Agreement, whether alone or with any contribution from Licensee or its personnel,shall be owned exclusively by Licensor To the extent Licensee or its personnel may acgiure any right or interest in such modifications or associated intellects i ty by operation of law, Licensee irrevocably assigns all such right arid interest exclusive', nsor Licensee shall maintain and enforce agreements and policies with its personnel su£fic. effect to the provisions of this Section 7 Section 8 L MrMWARRANTY 8.1 Licensor warrants that it will raider its services under this Agreement in a good and workmanlike mamier. 8.2 As Lneensor's sole responsibility and Licensee's exclusive remedy for any breach of subsection 8 1 above, Licensor shall make a reasonable effort to remedy any such breach reported.to Licensor by Licensee within ninety (90) days following the provision of services or the date of required Provision of services 5-FMT-00 1158 tiJ' 8.3 EXCEPT AS EXPRESSLY SET FORTH IN THIS SECTION 8, LICENSOR MAKES NO WARRANTY OR REPRESENTATION, EXPRESS OR IIdPLIED, AS TO ANY MATTER WILATSOEVER, INCLUDING, WITHOUT LIMITA11ON, ITS SERVICES, THE SYSTEM, THE DESIGN OR CONDITION OF 1"HE EQUIPMENT OR ANY PROGRAMMING, OR ANY OUTPUT BASED ON USE OF THE SYSTEM LICENSOR SPECIFICALLY DISCLAIMS, WPITIOUT LIMITATION, ANY IMPLIED WARRANTY OF MERCIIANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE Section 9 LINETATION OF LIABILITY The total liability of Licensor (including its subcontractors and suppliers)for all claims, whether in contract, tort(including negligence and product liabili(y), or otherwise,arising out of, connected with, or resulting from any performance or nonperformance hereunder shall not exceed the fees allocable to the service that give• rise to the elaun In no event shall Licensor be hable for any incidental, consequential, indirect, or special damages, including, without limitation, damages for loss of revenue, cost of capital, claims of Licensee for service interruptions or failure of supply; and costs and cxperises incurred in connection with labor, overhead,transportation,installation, orremovaI of equipment or pregramnung or ,substitute facilities or supply sources Section 10 TERM 10.1 This Agreement shall commence on the date of Licenser's acceptance, as set forth at the end of this Agreement Unless sooner terminated in accordance with this Section 10,this Agreement shall continue m effect for(1)yearrenewal terms Agreement will be deemed renewed if payment of renewal invoice is made within thirty(30)days after the start of(be renewal term If payment is not made within sixty(60) clays after the start of the renewal term,LICENSOR will cease providing nianitenance services to LICENSEE and this Agreement will automatically terminate without further responsibility on Licensee or Licensor 10.2 In addition to its termination rights set forth in Section 10 1 above,Licensor may terminate this Agreement by giving wPrtten notice of termination to Licensee upon the occurrence of any of tire following events 10 2 1 Licensee defaults in the performance of any requirement or obligation created by this Agreement;the TMA Systerns, LL C License Agreement, any Equipment Lease Agreement, any ' Equipment Purchase Agreement,or any other agreement between Licensor and Licensee, 10 2 2 Licensee fails to make any payment to Licensor within thirty(30)days of its due date,whether under this Agreement,or the TMA Systems,L L C License Agreement, 10 2 3 Lreensee ceases doing business, 10 2 4 Licensee is the subject of any state or federal bankruptcy, insolvency, ❑r stradar proceeding,becomes insolvent,or makes an assignment for the benefit of creditors; 1025 A receiver is appointed for a substantial part of Licensee's assets, 10 2 6 Licensee becomes unable to pay its debts when due, 10 2.7 Any action is taken toward llie liquidation or winding up of Licensee's business, 5-FMT-001158 i 10 2 8 An agreement between Licensee and its creditors generally is entered into prnvidmg for extension or composition of Licensee's debt,or 10 2 9 Licensee suffers a materially adverse change in its financial condition or operations 10.3 Upon and after any termination of this Agreement 103 1 Licensee, its receivers, trustees, assigns, or other representatives shalt immediately cease using and shall return ithout delay all property belonging to Licensor, including, without limitation,all manuals and informational materials furnished by Licensor to Licensee 10 3 2 Neither Licensee nor its receivers, trustees, assigns, or other representatives shall, in advertising or othenvise, use or display any of Licenser's trademarks, trade names, or logos, or any name, mark, or logo that is confusingly smular to Licensor's trademarks 10.4 No termnation of this Agreement shall release Licensee from any obligation to pay Licensor any amount that has accrued or become payable at or prior to the date of termmatton 10,5 All communications from Licenses relating to the termination of this Agreement shall be directed to Licensor at the address indicated on the first page of this Agreement No sales person or field representative of Licensor shall be authorized to act or make any commitment for licensor except pursuant to written instructions made and signed by a duly appointed officer of Licensor Section 11 DELAYS The date on which Licenser's obligations are required to be fulfilled will be extended for a period equal to the time lost by reason of any delay arising directly or indirectly from (1) acts of God, unforr sucable circumstances,acts(including a delay or failure to act)of any goveramenta)authority, war, riot, revolution, fires, floods, strikes, labor disputes, sabotage, or epidemics, (2) inability due to causes beyond L icensor's.reasonable control to timely obtain instructions or information from Licensee, necessary Bud proper labor, materials, components, facilities, or transportation The foregoing extension will apply even though such cause(s)may occur after Licensor's performance of its obligations has been delayed for other causes Section 12 GOVLM1ENTAL AUTHORIZATIONS Licensee will be responsible for timely obtaining all required UUtI10r1Zat10Ds Licensor will not be liable rf any authorization is delayed, denied, revoked, restricted, or not renewed and Licensee will not be relieved thereby of its obligations to pay Licensor under Section 6 above Section 13 NOTICES Any notice to a party required or permitted under this Agreement shall be sufficiently given only when provided in writing, and either personally delivered, sent via certified or registered mail, or sent via facsmule vv181 hardcopy sent via regular U S Mail within three (3) business days, to the party's address indicated herein Licensee shall promptly give Licensor notice of any address change 5-FYIT-U(Y 1158 ��a j.. Section 14 MISCELLANEOUS The failure of either party to enforce any provision of this Agreement shall not he construed as a waiver or limitation of that party's right to subsequently enforce and compel strict compliance with provisions of this Agreement This Agreement shall obligato and benefit the patties, their personal representatives,heirs,successors,and assigns Licensor may assign all or any part of this Agreement, brit no assignment or transfer of any inteiest in this Agreement may be, made by Licensee without the prior written consent of Licensor In the event that any portion of this Agreement is held unenforceable, the remainder of the provisions being shall remain m full force and effect and the parties shall negotiate in good faith a suhsutute provision which most nearly effects the parties' intent in entering into this Agreement This Agreement shall be governed by and construed under the laws of the State of Washington Licensee herein consents to venue and jurisdiction of both the state and federal courts of King County,Wasbington Any lawsuit seeking to enforce or interpret the terms of this Agreement shall be,brought in the state or federal courts located in King County,Washington This Agreement consututes the complete and entire agreement between the parties concerning the subject matter of the present transaction and supersedes any prior representations, understanding, communications, comm tments, agreements or proposals, oral or written, concerning such transaction No amendment or modification of this Agreement shall be effective milers made in writing and signed by Licensor and Licensee, Any provisions in any purchase order, quotation, acknowledgment or other forms or contract documents applicable to any service, performance,purchase, or other transaction that are inconsistent, or in conflict,with any of the provisions of this Agreement of the TMA Systems,L.L C License Agreement will be uieffective and inapplicable, unless the inconsistent or conflicting provisions are in a written agreement dated subsequent to the effective date of this Agreement and signed by Licensor. By execution hereof, the person signing for Licensee below certifies that he/she has read this Agreement and that be/she is duly authorized to execute this Agreement on behalf of Licensee IN WJTNEiSS WHEREOF, the parties have caused this Agreement to be executed in duplicate by their duly authorized representatives as of the day and year first above written LICENSOR TNLA SYSTEMS,L L C LICENSEE City of I{eat i By By Authorized Signature Aut rued W'—XStgnahue Name Jim Smko Name. Jim Whtte Tithe Vice President,Sales Title Mayor i ®1000,TMA Systems,L L C MA0400 2 5-FMT-00 1158 Exhibit D FMAIS Request for Proposal & Addendnms II i C,V of Xent Y'MA S4stemr Conrad I i I City of Kent Computerized Maintenance Mam, gvstem i Request for Proposal KENT WASH N G70N City of Kent, Washington Request for Proposal Table of Contents Section Page 1.General Information and Background ............. ..... .1 1 1 Intent of Otty 1 12 Key Objectives 1 13 Prima Contractor 3 14 Partial Solutions 3 15 Background Information 3 2 Procurement Process....... ....,.....9 2 1 Procurement Schedule 9 2 2 RFP Communications -........ . ..... ....... 9 2 3 Summary of RFP Process 11 24 Proposal Process 14 3.Vendor Instructions ...... .. ................. .17 3 1 Proposal Format 17 3 2 Response to Questionnaires 20 4.Maintenance Management Questionnaire. ... ..., ......:. . . ..................... ........21 4 1 Preventive Maintenance Scheduling 21 4 2 Facility Equipment Inventory Management 23 4 3 Work Order Management 24 4 4 Parts Inventory Management 26 5 facility/Space Management Questionnaire....." . ..... .. . .....28 5 1 Physical Asset Management 28 5 2 Facility/Space Management 29 5 3 Project Management 31 6 Technology Questionnaire .. .. ... .. .. ..... 33 6 1 Overall Requirements 33 6 2 Operating Environment 33 6 3 customization 34 6 4 Security 35 6 5 Support 36 6 6 Reporing 37 6 7 Interfaces 38 6 8 Other Third Party Products 39 6 9 Product Vision 39 I-- Section Page 7 Implementation Questionnaire., . . .. ..... .. .. ....... . .............. ..... ..... 49 71 Implementation Methodology 40 7 2 Implementation Team Size 41 7 3 Training I 1 41 7 4 Post-Implementation Support 41 7 5 Implementation Customer Reference 43 Appendix A—Vendor Response Forms Vendor Profile A.� 1 Vendor Authorization A•4 Subcontractor Identification A- 6 Software Customer Reference A•7 Cost Model Instructions A,8 Year 2000 Compliance Statement A-10 Non-Collusion Certificate A-12 Equal Employment Opportunity Declaration A-13 Exhibit 1 A.44 Appendix B—Mandatary Contract Provisions Mandatory Contract Provisions B-1 i i I i City of Kent, Washington Request for Proposal 1. GFNERAL 1NFOPJ )ATIi1N AN))BACKGROUND The City of Kent, licaeniatt.er referred to as the "City", is seeking proposals for a Computerized Mamtenance Management System (CMMS) and Facility Management Information System (FMIS)' The overall scope of the Requo,,a for Proposal. (RFP) is to select a Vendor to provide the application software that best mccts the functional, data, interface, technical, and Vendor requirements addressed within this document, as well as services to support the software unplementation 1:1, intent of City The City of Kent intends to acquire, softivare. and ninliJetncntahon services to perform the following functions Table 1-RFP Fin coons Mainferzarece Mgnes: FuctTiPV Mgfrtt, Pic%,entwe Maintenance(Required) Asset Management(Required) Facility Equipment Inventory(Required) Facility/Space Management(Required) Work Order Management(Required) Proyect Management(Required) Parts Inventory Mgnit (Required) Server hardware and operating systems are not included in this RFP, nor are they to be mcluded in proposals Vendors are encouraged to submit solutions to the following if such solutions are not embedded in proposed product suite. 0 Reporting Tools (sophisticated reporting solution is required) A 4Veb-based solutions(optional) e PDA Solutions using non-proprietary hardware Vendors must submit responses for all icgoired modules (hsted above), along with implementation services, in a single proposal 1.2. Key Qhpectives The City has defined several key objectives that are important to the organrzatton and critical to the success of this project The,City desnres to purchase and nnplement a CMMSIFMIS system,either as an integrated system or as two separate systems that can be fully integrated The focus will be to first implement CMMS General lntormahch and BnOgrourrd .. 1 i i City of Kent, Washington Request for Proposal capabilities and then proceed to PMIS capabilities for asset, space and project management A phased approach is being taken to insure That each piece of the eventual total system is fully functional and users are familiar and comfortable with the CMMS poison of the system before implementing the FMIS Portion. The current paper work order system used in the maintenance function makes it difficult to track and manage historical data, especially cost data Little usable historical work data is being collected on labor hours or material costs Likewise, the current PM process is largely "ad-hoc" and not-based on a structured scheduling process This procurement's long-range goal is to provide the City with a fully integrated system that includes Intranet capability and can manage the City's facility maintenance and faeilrty/space management needs with specific capabilities that mclude 0 Maintenance work history, 9 Labor and material cost history, 0 PM scheduling and performance, i Parts inventory management, 0 Maintenance and operations budgeting, 0 Space management fox Ofy facilities/employees, 0 Lease management for leased facilities, I 0 Project management for larger repair/renovation projects and construction, 0 Budgeting and financial management for mamtemnec and operations, 0 CAD and GIS integration capability to track facihtylspace utilization graphically I The City seeks an integrated system that allows application of modern facility maintenance and management techniques to assist the City in managing its facility resources in a cost-effective manner while optimizing life-cycle costs and the overall level of facility condition The system's key goals include, 0 Ease of use in information shanng among operating elements responsible for facility maintenance and managemeni and between the Parks Department and other City departments Air"open"tecbnology s},stem is desired This system will allow data used by one department to be,easily accessed and used by another department in any format desired 0 Capability to easily mterf<ace between the now system and existing databases maintained by the City and to transfer data easily between existing systems,and the new system 0 A system that does not require modification of existing procedures,but that can easily be adapted to the City's current operating procedures In effect, the system should not drive the process ® A system v.ith the ability for Intranet or electronic mail customer access and work request/work management capability, including work status review General Information and6ackgromidµ 2 �5 I i City of Kent, Washington Request for proposal 0 A customizable PC-based system that is user-friendly and easily integrated into the City's existing computer network technology. Successful Vendors will also meet the following requunments o Vendor will have a proven crack record for both software use and implementation services for public sector orgamzatrons similar in size and complexity to the City The City's protect team is approximately 4 fulltime staff members, supplemented on a part time basis by an additional 10— 1 S employees m Vendor will be dedicated to ongoing development of and support for the proposed solutions) a Proposed software solution will be compatible with the City's technical environment as described in Section 15 Vendor o Proposed soflware solution will have strong query, data extraction, drilldown, and reporting features 0 Proposed sofhvare solution is integrated to mimmize.interface requirement.,, 0 Software must have the capability to Ink with or easily export financial data or billing transactions to the City's financial management software/system Proposed software solution will have the ability to dehver rich functionality and usability 1.3. Prime Contractor fibs City prefers to work with a single prime contractor for all product and implementation services Vendor 1.4, Partial Solutions Proposals for partial solutions will be evaluated on the basis of then'potential role in the overall solution set The City would prefer to receive proposals for all required modules 1.5, Background Information 1.5.1. City Information The City of Kent is the eighth largest city rn Washington,with a population of 73,060 and a geograplue area of 28 5 square miles Kent's population is pr9jected to grow to 100,000 or beyond within the next few years Facility maintenance and management functions in the City are coordinated and managed by the Parks Department,which is also responsible for the operation and maintenance of the City's parks The City eurrently manages twenty-three municipal facilities than encompass appmxnnately 334,500 SF of space These facilities range in size from approximately 1,800 SF to 50,000 SF In addition to the physical plant, the City also operates and maintains parking lots, parking structures and grounds areas General Information and Background 3 V City of Kong, Washington Request for Proposal associated with these facilities In addition the City currently leases 2 faci ittes encompassing some 15,300 SF of space In addition to its facility maintenance responsibilities, the Parks Department is also responsible for facility expanuionlncw construction, facihty(space planning and management, space allocation and the coordination of all inoves for City employees Current facility inamtenance, operations are carved out by a combination of 3u-house maintenance staff and contractor support The in-house staff consists of nine full-time maintenance personnel, augmented by three seasonal/part time workers In addition, the City also has fourteen custodians and eight park maintenance workers The City's Information Services staff size is approxmatcly thirty FTFs (full-time equivalents) including seven FTEs engaged in multimedia activities, e g, cable television, graphics and printing 1.5.2. Badaet The City's General Fund Operating Budget for 1999 is over $50 million, with a Total Operating Budget of over$94 million The Capital gadget is approximately $130 million, which moludes $100 million in ! carryover project budgets In April of 1999, the City Council approved a three-year, $12 8 million technology plan to provide resources to address the City's technology infrastructure and information needs The areas addressed in this plan include ® Network Infrastructure: State-of-thc•art network technology has been installed t Desktop Standardization: All City workstations are standardized and all users are trained on the new desktop software 6 Business Applications: Many of the City's current business applications are being replaced o Information Technology Staffing In order to implement these changes, a greater number of information systems personnel have been retained These personnel work with Vendors, contractors, and City departments to ensure departmental and public infrastructure, information, and application needs are met The City's Information Technology department currently employs approximately dirty full-tine equrvaleiits (FTEs) including seven FTEs engaged in multimedia activities,c g, cable television, graphics and printing 1.5.3. Estimated Data Requirements i The following information is provided to establish the initial system data handling requirements The City's current maintenance management program is focused largely on reactive, breakdown maintenance and some preventive maintenance that is not done on a formally scheduled basis The j basic management tool is a manual work order system that is used to track work requests, However, man-hour and material cost estimating for work orders is largely non-existent Materials are purchased as needed for specific projects, except for lights, IIVAC equipment filters and some electrical items that comprise the only parts inventory currently maintained Purchasmg is currently managed through a spread-sheet based Purchase Order(P O)system In 1997, the City developed a comprehensive inventory of HVAC equipment in twenty-five of its facilities. Inventory data for some 852 pieces of cquipmem exists in a d-Base compatible computerized General tnrormatmn and Background 4 , �� I City off(ent, Washington Request for Proposal Inventory management system In 1997, the City also conducted a comprehensive facility condition survey to establish a baschne for a multi-year maintenance plan The condition survey data and maintenance plan baseline data also reside in a d-Base compatible computerized system The City is in the process of implementing a preventive maintenance program for its HVAC equipment This program is based on a set of comprehensive I'M requirements that include frequency and man-hour requirements This data is also stored in a d-Base compatible system Currently, approximately 100 work orders are processed by the C:ity's maintenance staff every month The space management component of the City's facility operations can be ohaiaetenzed as a fast generation system that relies largely on information managed mi an Excel spreadsheet system There is also a furniture inventory associated with this system The asset inventory is mamtamed in MS Access, however,much of the inventory is considered out of date 1.5.4. Legacy Environments As the City currently has no automated maintenance management or facility management system, no legacy enviromnents are to be replaced by this project However, as stated m Section 15 2, several d- Base compatible databases currently exist for equipment inventory, facility condition, and maintenance plaiuung functions ].5.5. PronosedTechnoloeyEnvironment Tins seetion describes the City's technology environment In most cases, the components are deployed Table 2 -Dilsnless Application standards Business Application Component Standard Database Servers WmdowsNT/2000 Application Servers Windows NT12000 Web Server Microsoft Internet Information Server(US) DBMS C3racle 8 x or Microsoft SQL Server Table 3-Network Infrastructure Network Component Standard Network Backbone ATM Network Operating System Novel 4 11 (cutrent), Novel 5 (planned) Genkratlntarmetion and Background _. 5 City of Kent, weshingtorl Request for Proposal Network Protocols IPX, TCP-IP Topology Switched Ethernet to the desktop (Bthesnet_II) i Cable Infrastructure Category 5 File and Print Seniees Novell NetWare Novell and Exchange Sert•er hardware BP Net Server Message Server MS Exchange 5 5 i i I Table 4- Desktop Environment Desl7op Component Standard Desktop Machlncs (Mm mum Configuration) Pentium-100 PCs with 32MB RANI, IGB bard drive, and CD- ROM drive Desktop PC Make and Model HP'Vectra and HP Kayak Desktop Operating Systems Microsoft Wmdcws 95, 98,NT business Software Suite Microsoft Office 97 Browser Microsoft Triternet Explorer 4 01 Mail Client Microsoft Outlook 98 CAD Software AUTOCAD V Table 5- Telephone Systern Telephone Component Standard Main PBX Norte181C Voice Mail Nortel Call Pilot i i i i .General tnformhon and Background ��`_���®_ 6 City of Rent, Washington Request for Pr0 p osal4� 1.5,6. Projeetlnformation City Project Personnel Pull-time, Charles Lindsey Facilities Manager 220 4" Ave S Kent,1VA 98032 Phone (253) 856-5081 Fax (253) 856-6080 Email clmdsey ci kent wa us Mike Hattnip Capital Projects Coordinator 220 41h Ave S Rent,WA 98032 Phone (253)856-5082 1~ax (253) 856-6080 Email mhattrup sr ci kent wa us Approximately twenty Parks Department personnel including project managers, maintenance staff, te-climcians, and clerks will make inquiries, process work orders and perfomi preventive maintenance functions Parks Department personnel will also be responsible fbr facility management functions 1.5.7. Sites �I The City provides network access and connectivity to over 25 sites including. City Hall campus facilities, several Parks and Recreation facilities, a golf course, Public Works and associated maintenance facilities,Police, Corrections, Municipal Court,and 8 Fire Department facilities 1.5.8. Implementation Priorities The City may elect to implement the software in two phases In this case the following implementation priorities would apply- Phase IModr<tes o Preventive Mamtenaaw ® Pquipment Inventory 9 Work Order Management I� Genefallnformahon and Background 7 j CuyofKont, Washington Request for Proposal o Parts Inventory Management Phase Jl orduks 0 Asset Management 0 Facility/Space Management * Project Management Data Conversions HVAC egwpment mventoiy, facil ty condrt?ou (Iota and mamteualloe planning data currently xesidmg in d-Base 11I/IV compatible files are to be coitvetted to the new application j i I II Genera?informafron end&ackground ��0 City of Kent, Washington Request for Proposal 2. PROCUREMENT PROCESS This section outlines the C1y's procurement process for this RFP 2J. Procurement Schedule Table 6,below, shows the procurement schedule for this RFP The City reserves the right to modify the schedule as circumstances may warrant Table 6-Procurement Schedule 31Mestoue SchedzdOd Date Release RFP September 15,2000 Vendors' Pre-proposal Conference September 28,2000 Proposals Due October 13,2000 City Announces Finalists November 10, 2000 Scripted 17emonstrahans/Intm iew/Proposal November 20 -22, 2000 Validation Additional Demonstration, Site Visits,Project November 23,2000--January 10,2001 Research City Council Selection Approval January 16,2001 City Announces Apparently Successful Vendor January 17,2001 Contract Negotiations and Detailed Planning Follow ing Selection Announcement Contract Signed Estimate 30 days following completion of negotiations 2,2, RFP Communications The information given in this subsection pertains to communication between Vendors and City regarding this RFP 2.2.i. Pro oral Date,Time.Location See Vendor Response Section for format of proposal Proposals are to be received at the adtkess listed below no later than 3 00 PM,Pacific Time on October 13, 2000,as noted by the clerk's clock Vendors are solely responsible for ensuring that proposals are dehvered on time Delays caused by any delivery 9 Generailnformation and background �7 Clfy of Kent Washington Request for Proposal service, including the US Postal Service, will not be grounds for a waiver of the deadline requirement Proposals submitted after the deadline may be rejected AU proposals must be delivered to City Clerk Facility Nlanagcment Automation RFP City Of Kent 220 4th Avcnue South Kent,WA 98032 2.2.2. Communications tiiith the City of Kent All cominumcations regarding this RFP from Vendors and other sources mast be directed as follows Mike 1lattrip Capital Projects Coordinator 220 4m Ave S Kent,WA 98032 Phone (253) 856-5082 Fax (253) 856-6080 F,mail mhattnip@ci]cent wa us 2.2.8, Vendor Clarifieatlons and tuestions The City will address specific issues unique to this RFP at a vendors' pre-proposal meeting to be held at 9 00 A NI on September 28, 2000 Specific Vendor questions concerning the RFP must be submitted in writing (may be faxed or sent via e-mail) Howsver, questions must be reccrved by 8 00 am, PDT, October 2,2000 Copies of questions relevant to the RFP process, together with the City's response will be distributed to all participating Vendors Vendors who seek information, clarification, or interpretations from City of Kent employees without using this written submission process axe advised that such material is used at the Vendors own risk and the City shall not be bound by any such representations,whether oral or Written 2.2.4. Clariflcations The City reserves the right to obtain clarification of any point in a Vendor's proposal or to obtain additional information necessary to properly evaluate a pruposal Failure of a Vendor to respond to such a request for additional information or clarification may result in rejection of the Vendor's proposal The City's retention of this right shall in no way reduce the responsibility of Vendors to submit complete, accurate,and clear proposals 2,2.5. Vendor Contact The proposal must include the name of the specific individual who will act as the primary contact for the Vendor during proposal evaluation The proposal must identify the contact's organization, positron in the organization, address,telephone number, fax number, and e-mail address, 2.3. Summary of RFI' Process i General Inform"On and background 10 �� I City of Kent, Washington Request for Proposal The outline given below describes the City's procurement process after release of the RFP 2.3.1, Vendurs'Pre-Proposal Conference Vendors are encouraged, but not regwred, to attend a Vendors' Pre-proposal Meeting at the City of Kent The Vendor pre-proposal meeting will be held at 220 0 Avenue South, Kent, WA 98032 on September 28, 2000 from 9 00 A-M to noon The Pre-proposal IvIeetmg's purpose is to provide a forum for open discussion and to resolve questions relative to the RFP 2.3.2. RPP Changes or Amendments Any revtsions to the RFP will be issued in the Conn of an addendum and will be distributed to all Vendors prior to the proposal due date 2.3.3, Vendor Submits Proposal Reference Vendor Instractions in Section 3 of this document 2.3A CRV E'Valliates Proposals The Vendor responses will be evaluated based on the merits of their proposal described in Section 3 0 The City's evaluation team will determine which Vendor solution can best serve the City's goals and environment The evaluation will focus on the following aspects 4 Vendor Qualifteafions 9 Software Functionality 0 Ease of Installation and Calibration ® Ease of Use 0 Data Maintenance Requirements 9 Technical Environment and Support ® Adequacy and Ease of Use of System Documentation o System and Software support 0 Costs 4 References 2.3.5. CAyAnnouncesPlnalists Geheraflnformabon andBackgrnund r��pnC11 ' tJ a I� City of/tent, Washington _ Request for Proposal The City will announce up to three finalists The City reserves the right, at any time during the selection process, to include additional Vendors for final evaluation activities The selected Vendors will be notified and a lone Aill be scheduled for the Vendor to participate in scripted demonstrations Finalist Vendors will.be asked to provide the City with system documentation 2,3.6. Cifyh:F'aluates Vendor Documentation i The City will evaluate the Vendor system documentation froin die three finalists The City may also request additional documentation 2.3.7. Vendor Demonstration The Vendor demonstration by the three finalists will consist of two activities taking place on one day, as described below Scripted Demonstrations I The City will provide demonstration scripts in advance Each finalist will demonstrate their products based on the issued scripts Thic Scripted Demonstrations will run approximately 2 to A hours The first portion of the demonstration .Nill focus on the CMMS system, including Preventive Maintenance, Equipment Inventory, Work Order Management, and Parts Inventory Management capabilities The second portion will focus on the Facility Management application's capabilities The presence of Vendor frmctional experts from the areas to be covered by the demonstration will be required The City may also require Vendor technical experts to participate at this time m discussions with City of Kent Information Tectuiology staff Scripts will include some sample data Such sample data will be nummal and preparation of sample data is not expected to be burdensome Proposal Validation The second part of the.Vendor Demonstration is for proposal validation The intent is to discuss the Crty's needs and the proposed solution, including the cost model The purpose of this activity is to Enable the City to fully understand the proposal's cost element in order to equitably compare competing proposals Discuss technical architecture 0 Discuss learning curve for users Discuss Vendor business qualifications 4 Discuss scope of potential system modifications 0 DSSCuM potential team members 2.3.8. Hands-On Demonstration of Proposed Products Ge.mrefinformativa and 6ackgronnct ���__ 12 III City of Kent, Washrngfon Request for Proposal Finalist Vendors may be required to arrange the on-site availability of proposed products to give selected City personnel the opportunity to work with the proposed products At minimum, access to the proposed products must be available for two weeks The Vendor niay be required to provide on-site assistance to the City during this period of time 2.3.9. Cih Visits Vendor Client Sites and/or Vendor Product Laboratories Finalist Vendor(s) may be required to make arrangements for a team from the City to visit up to three (3) representative customer sites for purposes of viewing first hand the proposed products being used to a live, production environment The Vendor may also be required to prepare and coordinate an agenda prior to the visits In addition, the Vendor may be required to make arrangements for a technical team from the City to ineet with members of the Vendor's development team or visit the Vendor's product laboratories 2.1.10.Final Vendor Selection The City will mute the selected finalist Vendor to participate in separate, on-site "discovery" session The purpose of this session is to allow the Vendor to ask questions and find answers That will enable the Vendor to develop a detailed Statement of Work The Statement of Work, including updated costs,will be submitted to the City for evaluation and will become the basis for contract negotiation The selected Vendor will be notified and a time scheduled for fnual contract negotiations 2.3.11.1ni lenientation Acceptance Test Plan - The City will develop (m consultation with Vendor) and reach mutual agreement with Vendor on an implementation acceptance test plan detailing the scope of implementation testing and specific test cases for each soflwarc module and for the complete software system Acceptance test will consist of two steps The first step will be to test the implementation of individual modules The second step will be to test the implementation of the complete software system 2.3.12.Progress Payment Schedule The City expects to make staged progress payments based upon on-lime completion of specific work packages and delivery of corresponding functionality Thcse units of work and performance requirements are to be defined prior to contract execution The City anticipates issuing progress payments at the following milestone points 0 Software Installation 0 System Configuration � 0 Lxisling Data Installation/Cahbration Acceptance 0 Completion of Training 0 Conversion Completion 0 Final Acceptance Genual informaten and Background 13 1�Yi' III�I I City of Kent, Washrngton Request for Proposal Actual payment terms,including license,products, documentatlon,structures, data, and functions, shall be negotiated with the selected Vendor The costs and terms shall be in effect one year after the final acceptance date The final contract will be rmancially binding and will include anon-performance clause 2.3.73,Flnalize Contract This selection phase will be iised to finalize the contract terms and conditions. Certain terms and conditions are mandatory See Appendix 73 for the mandatory contract terms and conditions If the City and Vendor are unable to agree on terms and conditions at this point,the City may exercise its right to negotiate with other Vendors The City wsen es the right to add terms and conditions during contract negotiations These terms and conditions will be within the RPP scope and will not affect the proposal evaluations. 23.14.g2AjE2iLAgnLgvW The City's obligation will commence when the City Council, Mayor, and Information Technology Director approve the contract Upon written notice to the Vendor, the City may set a different contract starting date, and all warranty, price guarantees, and other time sensitive conditions will be-adjusted accordingly The City will not be responsible for any Aork done by the Vendor even work done in good faith,if it occurs prior to the contract start date set by the City 2.4. Proposal Process 2.4.1. Reference Checks The City may conduct reference checks on competing Vendors throughout the procurement process The City may also contact any person or organization for information regarding a Vendor regardless of the references provided by the Vendor 2.4.2. Costs Incurred by Vendors The City shall not be liable for any costs incurred by a prospective Vendor for preparing or submitting a proposal to the City or for any subsequcnl demonstrations required by the City Proposals should be prepared simply and economically,providing a stieightf'orward, concise description of Vendor capabilities to satisfy the requirements of the proposal 2,4.3. Right of Selection or Rejection of Proposals The City offers this proposal for software products and technical services as a competitive negotiation The City, at its sole option, may select or reject any or all proposals for any reason, may waive any informality in the proposals received, and may waive minor deviations from the specifications and shall be the solo judge thereof Selection of a Vendor shall not be construed as an award of a contract The City may award a contract on the basis of information in addition to that received in a proposal Therefore, it is ennphasizcd that all proposals should be complete and submitted with the most favorable financial terms, General lnfermabon and background 14 I I i it City of Kei f, Washington Request for Proposal 2.4.4. Incorporation of RTP and Proposal in the)final af.reememt This ItFP and the Vendor's proposal, including, without limitation, all promises, warranties, commitments, demonstrations and representations made during the proposal selection process, shall be binding and mcorporated by reference into the City's contract with the Vendor 2.4.5. 1 irons in Proposals Vendors are responsible for all errors or omissions in their proposals and any such errors or nmiS310n5 Fvill not serge to dimimsli their obligations to the City Vendors will not be allowed to alter proposal doeurueuts once proposals have been submitted The City reserves the right to allow corrections or amendments due to errors identifrcd in the proposals by either the Vendor of the City The City may waive rumor adirnnislr•ative irregularities contained within the proposal documents 2A.6. Vendor Prime Contractor Responsibill If a Vendor's proposal includes equipment, hardware, software,or services to be supplied by other entities, it is desirable that the proposing Vendor acts as prime contractor for the procurement of all products and services The Vendor, as the prime contractor, should be the sole point of contact, iucludmg payment of any and all charges resulting from the purchase of the proposed software and services 'the Vendor, acting as the prime contractor, should take full responsibility for the demonstration, construction (if required), delivery,installation, and acceptance testing of the proposed items supplied by its subcontractor(g) hash subcontractor used by the Vendor on this project shall be identified to the City m the form titled Subcontractor Identificatton, found in Appendix A of this document 2.4.7. Period of Proposal Value The Vendor must certify that its proposal will remain in effect for 180 days after the completion of Vendor Demonstration The City may request an extension beyond the 180 days MIS, ProprietaryMaterial The City will attempt to protect legitimate trade secrets of all Vendors f'xamples of such nnfurmation would be unpublished descriptions of proprietary system designs Any proprietary information contained in the proposal must be designated clearly and should be separately bound and libeled with The words "Proprietary hnformation " Marking the entire proposal proprietary may result in the rejection of the proposal Vendors should be aware that the City is required by Iaw to make its records available for public inspection, with Certain exceptions This legal obligation may not require the disclosure of proprietary, descriptive literature that contains valuable designs, drawings, or documentation However, the Vendor, by submission of matenals marked "Proprietary Information,"acknowledges and agreesthat the City will have no obligation or liability to the Vendor in the event that either the City or Vendor must disclose these materials 2.4.4_ Proposal Confidentiality Generai information and Background r City of Kent Washniylon Request for Proposal Additionally, The City intends to keep each proposal confidential By submitting itself to the City's proposal process, each Vendor agrees that it will not seek to obtain, review, or compare any other proposal until final selection is complete Accordingly, if the City rcccives any such requests from any Vendor, the City will refuse that request, and will not disclose any part of any other proposal If a Vendor nevertheless persists torts efforts to obtain,review or compare any other proposal,the City may, at its sole option, elnnt ate that Vendor from further consideration 2,4,10,,Proposal Ills posltlop All materials submitted in response to this RFP shall become the City's property I i' Generalinformahon and Background 16 '.. i City of Kent, Washington Request for Proposal 3, VENDOR INSTRUCTIONS This section provides the format and description of the information required for a Vendor's response to be considered by the City The Vendor must submit five (5) bardeopres (paper) and one (1) electronic copy of their proposal at the date,time, and location given in Section 2 2 1 of this document L 3J, Proposal Fnrmak The Vendor's proposal shall be submitted in file format outlined in this section. Failure to comply with the,specified format may result in the City's rejection of your proposal The City reserves its right to reject all proposals Other subject headings may be added as the Vendor believes necessary The City reserves the right to require additional nifermation or materials aHer the proposals are submitted Vendors must respond to all requirements stated in this RFP and all of the appendices for the solution(s) they are offering, whetber the Vendor is proposing a complete softwara solution or a partial software solution The proposal must be signed by an officer authorized to negotiate for and contractually bind the Vendor The Vendor must demonstrate this authority by completing the Vendor Authoncation located in Appendix A Submit one original of your proposal,along vvith four(4) copies, and one(1) diskette m Acrosofl Word 97, with the cost model ui Microsoft Excel 97 The entire proposal must be subntted to the City Clerk in a sealed envelope or box The following is an outline of the proposal contents Guidelines for completion of each section are included below I Cover Letter II Table of Contents III Maintenance Management Questionnaire 1V Facility/Space Management Questionnaire V Technology Questionnaire. Nri Implementation Questionnaire VII Vendor Response Forms--Appendix A III Proposal Pnce Guarantee 1X Acceptance of Terms X Additional Materials Submitted by Vendor Genera!Information and Background 17 City of Kent, Washington Poquest for Proposal T. Cover Letter The Cover Letter is to identify the Vcndor(s) and provide a summary of the proposal. IL 'fable of Contents M. Maintenance Management Questionnaire Complete Scolion 3 of tlus document See Section 3 2 for mslmctions IV. Faeilit)/Space Management Questionnaire Complete Section d of this document See Section 3 2 for instructions V. Technology Questionnaire Complete Section A of this document, i'I. Implementation Questionnaire Complete Section G of this document I VII. Vendor Response Forms—Appendix A Vendor-Trofile The Vendor must complete the Vendor Profile provided in Appendix A Vendor Authorization The Vendor Authorization must certify that this is the Vendor's response to the City's RFP and identify both a contact point for the Vendor and the person authorized to negotiate for and contractually bind the Vendor A fonmt is provided m Appendix A Subcontractor Identilieation The Vendor must provide information for each subcontractor included in the proposal A format is provided in Appendix A Software C.Ammer References The Vendor must provide at least five (5) references These references should be as sunilar as possible to the City of Kent in function and size and must be either municipal or county government agencies In addition, at least two references should describe projects completed by the proposing Software Vendor/Implementi tion Team combination A format is provided in Appendix A Genaral inrormathon and Background 1$ V y City of Kent, Washington Request for Proposal Cost Model City representatives will review the cost model with finalist Vendors following system demonstrations All customization costs determined by the Vendor to be necessary for successful system implementation must be provided with the cost model in Appendix A Year 2000 Compliance Statement The Vendor must certify that all proposed software and hardware is Year 2000 compliant according to the City's definition A statement of compliance is in included in Appendix A for the Vendor to review, sign, and return with their proposal The Vendot may substitute their own Year 2000 Compliance Statement Non-Collusion Covenant The Vendor [must certify that it has in no way entered into any contingent fee arrangement with any firm or person and that the Vendor has not in any manner sought by collusion to secure any advantage over other Vendor(s) A Non-Collusion Covenant iS located in Appendix A for the Vendor to review, sign, and rettim vvith their proposal Equal Tmployment Opportunity Declaration Tlie Vendor must certify that they comply with the City of Kent's Minority and Women Contractors Policy A copy of the City's Administrative Policy and a declaration are included in Appendix A for the Vendor to review, sign, and retiun with their proposal Vit. Proposal Price Guarantee j The Vendor must provide a written guarantee to maintain the prices proposed in the cost suminaiy for 190 calendar days beyond completion of the Vendor Demonstration I,{ Acceptance of Terms An authorized Vendor representative must subinit a statement demonstrating the Vendor's acceptance of all parts of the Request for Proposal If the Vendor cannot provide this acceptance statement,the Vendor must enumerate each specific exception to the City's RFP, together with the Vendor's proposed changes The City will not accept substitutions by the Vendor with the Vendor's own boilerplate documents % Additional Materials Submitted by Vendor VENDORS SHOULD BE AWARE THAT THIS DOCUMENT, TIM, VENDOR'S RESPONSE AND AN L'19PLEIIIENTATION SCIIEDULE WILL, BE ATTAC17WD TO THE NEGOTIATED SALES CONTRACT. IN ADDITION, THE WARRANTY CLAUSE IN THE SOFTWARE 'LICENSE AGREEMENT MUST STATE THAT THE SOVI VARE RILL OPERATE INi CONFORMANCE WITH VENDOR'S RESPONSE TO THIS RFP. Ganeral Information and Background 19 City of Kent, Washington Request for proposal 3.2. Restsnnseto nestionnalres Version The Vendor must complete the questionnaves based on the Rincttonality and technology existing in the most current installed version of the product The Vendor m ill provide the version numbers to the City in the Technology Questionnaire If the feature does not exist m the most current installed version, the Vendor must respond by check rig N The Vendor should also indicate if the feature will be provided in a firture version Legend for Questionnaires Provide W Used in the Application Feature and System Questionnaires and indicates Y or N must be checked Y=Yes A check (✓) u this column indicates this functionality or requirement is included in the Vendor's product as priced N=No A check (/) a thus colilmn indicates this is an imaVartablc product feature A description of the Vendor's plammed approach (e g, future versions, customization, third party, etc) to this Application Feature/System Requirement should be included in the Corn ments column Written answers to all questions shall be provided Short answers that provide adequate detail for evaluation are encouraged Bach answer shall be preceded by the appropriate Reference # from the RFP questiounarre section In addition, the Vendor may use this section to clarify a response, state any modifications needed to realize the feature, indicate if the feature is provided m a fiiture version and/or specify if the feature is to be provided by a third party i GeneraNnformatronand8ackground 20 City of Kent, Washington Request for Proposal 4. AIAINTTNANCE MAl4.9GEAIENT 01TESTIONNAIRE The City intends to implement a computerized facility maintenance management system (CMMS) as its first priority as part of this procurement The City requires the flexibility to implement the CMMS in a staged fashion to mirumize start-up, data collectionlrnigration and calibration problems For example, the City's maintenance stag'may decide to fully unplement a Preventive Maintenance and Equipment Inventory module before implementing a Work Order module based on resource availability or perceived importance of specific functions The CMMS software must include the following basic functionality ® A Preventive Maintenance Scheduling and Vlrork Order Management module o An Equipment Inventory module 9 A Work Order Management module ® A Parts Inventory Management module. 4.1. Preventive Maintenance Scheduling The preventive maintenance module must be able to create PM schedules for equipment as well as facility spaces1ocations Schedules must be calendar based and should have the option of also being meter based or schedule based on some type of real-time operational parameter Ref.# Application Feature/System Requirement Y N 4.1.1 Provide the capability to create PM schedules for equipment as well as facility spaces/locations 4.1.2 Provide the capability to create a user-defined library of PM requuments that can be linked to an individual piece of equipment or an equipment category (e g Centrifugal Pumps, 1/8 to 1 HP) 4.1.3 Provide the capability of attaching labor-hours and material requirements to each PM requirement in fire user-defined library, modifying those requirements as necessary and tracking actual labor-hour and labor and material costs for each piece of equipment 4.1.4 Provide the capability to define various levels of equipment criticality and apply criticality ratings to each piece of equipment as determined by maintenance staff 4.1.5 Provide support for the use of hand-held devices such as PDA& or bar code readers with the ability to download PM rcgwremcnts from the user-defined library for an individual picce of equipment and uploading of completion data to the hosts stem _ Once uploaded, the cpability must exist to General informa iron and Background - 21 City of Kent Washinglon Request for Proposal Ref.#1 Application Feature/3ysterri Requirement Y N generate a work order for each place of equipment for which data is recorded that is out of specified parameters PDA hardware shall clot he proprietary 4.1.6 Describe what platforms the PDAs used with your softvvare support 4A.7 Provide support for multiple crafts to be scheduled on any PM and allow for unlimited number of PTAs per piece of equipment 4.1.8 Provide the capability to create/use PM schedules that are either based on a fixed frequency'(daaly, weekly, monthly, etc), a sliding frequency based on the last completion date of a PM or a user-defined frequency 4.1.9 Provide the capability to sohedule PA4s for any specific date and/or day of the wcck and handle multi year/period PM scheduling cycles 4.1.10 Provide the capabrhty to forecast labor and material requirements for any specified time penod and to identify any tools and special equipment that may be required to perform the PM 4.1.11 Provide the capability to combine PMs (monthly, quarterly, etc) for a piece of equipment If they coincide for a given frequency 4.1.12 Provide the capability to support contracted preventive maintenance, schedules and work orders generated by a contractor and contractor labor and material costs 4.1.13 Provide the capability to individually create PM schedules from area/location or equipment data or create schedules in batch mode from the task library 4,1.14 Provide reporting capability that, as a muiimum, will allow reporting by PM priority, work center, by technician or by facility/space Also provide the capability to project person-hour requirements 41.15 Provide the capability to generate PM work orders either with or without estimated person-liaur requirements 4.1.16 Provide the capability to suspend PMs for a piece of equipment that is out of service and track devvmtime for that piece of equipment 4.1.17 Provide the means to create a unique account number for all equipment records and allow the account number to be copied to corrective work orders if a corrective work order is created from a PM work order 4.1.18 Provide the capability to create user-defined fields or modify field names General Information and BaoAground 22 City of Kent, Washington Request for Proposat Application FenturelSysteni Requirement Y N 4.1,19 LisiMiscuss standardi2ed reports produced by the software's PM module and discuss the capabilities and ease/difficulty, of creating user-defined reports 4.2. Facility D ni inert Tnvento INfanaeement Ref. # Application Feature/System Requirement Y N 4.2A Provide the capability to record and classify equipment by facility, facility area, equipment category and system Provide hierarchical capabilities that allow larger, more complex pieces of equipment (such as a cluller) to be broken down into sub-assemblies or individual components 4,2.2 Provide the capability to support bar coding of inventory data, and should have the capability to support alternative technologies such as smart memory buttons The software should also provide the capability to support inventory data collection using non-propnetary PDA devices 4.2.3 Provide the capability of developing a parts and Vendor list,including parts pricing, for each piece of equipment inventoried 4.2.4 Provide the capability of creating user•defmable fields to allow for entering user-defined equipment data These fields must have the capability of being included in sorts and reports, 4.2.5 Provide the capability of linking individual PM requirements in the PM module requirements library directly to a piece of equipment 4.2.6 Provide the capability of estabhsbing an equipment maintenance history file for each piece of equipment, including saying life-to-date PM labor and maternal cost data and corrective work order description, and labor. and material cost data Provide the capability to access this data from within the inventory module 42.7 Provide the capability of generating an equipnnent down-time history, including pails want-time, that can be viewed from the inventory module 4.2,5 Provide the capability to identify equipment locations and tie equipment locations to a graphical database such as a CAD drawing, a GIS file or to a text file such as a maintenance manual or to a tnulti-media file of schematics Provide the capability of supporting DWG, TIFF, JPEG, PDF and ESIZT ArcView 3 0 and later files General information and Sockground y 23 U I I Cify of Kent, Washington Request for Proposal Ref,# Application Feature/System Requirement Y N 4,2.9 List/discuss the standardized reports produced by the equipment inventory module and discuss the capabilities and "Wdtfficulty of creating user- defined reports 4.3, Work OrderMam9gement Ref.# Appheatlon Feati ref System Requirement Y N 4,3.1 Provide the capability to maintain and track work histories on facility spaces, equipment and assets Prot ide the capability to flag any work order for equipment still under warranty 4,3.2 Provide the capability to track and compare estimated versus actual labor hours, estimated versus actual material costs, tools used and safety requirements 4,3.3 Provide the capability to monitor work orders and Flag all work orders that exceed estimiated labor and material costs and schedules 4,3.4 Provide the capability to submit work requests via an Intranet or Internet and to query requests for status 71 4.3,5 Provide users with the capability to submit work requests via electronic mail or browser, or to enter requests directly into a work request screen or smnlar Capability must include the ability to notify The originator of the work order via F-mail when the work request is approved and the work order completed Provide status checking capability via E-mail 1 4.3.6 Provide the capability to create work orders in the field using a non- proprietary PDA device and to check on work order status in the field via the same device 4.3.7 Provide the capability to track labor hours, labor cost and material cast for multiple crafts on the same work order and to combine multiple work orders into a single"project" 4.3,8 Provide the capability for users to define, create and track work categories (e g emergency work, routine maintenance, minor repair, etc.) and failure codes 4.3.9 Provide adequate descriptive capability for a work order through an unlimited length comments field 4,3,10 Provide the capability to identify and sehedulo special tools and equipment , • Generatlnformetron and6ackgroand 24 �5 City of Kent, Washington Request far Proposal Ref.4 Application Feature/System Requirement Y N �of work order utilizing a dedicated field 4.3,11 Provide the flexibility to either automatically assign work order identification nuinbers or override the function for mania] assignment 4,3.12 Provide the capability to track work order backlog by craft, individual worker,customer department,or user-defined parameters. 4.3.13 Provide the capability of updating the status of a work order either manually or automatically 4.3,14 Provide the capability to retrieve work orders from the equipment history in the Equipment Inventory module to allow for historical lob analysts. 4.3.15 Provide the capability of producing a work order schedule on a daily, weekly or monthly basis as well as a user-d6ned period 4.3.16 Provide the ability to query work orders; work order status and open and closed work orders with user-defined parameters 4.3.17 The software must support time entry by an employee and approval by a supervisor, and must allow employee information, including labor rates, to be linked with a future ERP system Specific controls must be provided to tie a umgiie employee to a specific work order on a specific date Ti 4.3.18 Provide the ability to Iink- to an equipment record in the Equipment Inventory module when a work order is created that references a specifo equipment identification number i 4.3.14 Provide support for the allocation of maintenance and repair costs from completed wank orders to mulupke customer accounts and monitoring of year-to-date costs by customer 4.3.20 Provide support for tracking work orders that result in repairs being contracted by allowing tracking of labor and material costs by contract and contractor 4.3.21 Provide the capability of rolling-up individual wink order costs to a "project" identification number in situations where several individual work orders inay be handled as a single project 4.3.22 provide the capability to attach CAD drawings, a text file such as a maintenance manual or a multimedia file of schematics to a work order The work order module must have the capability of supporting DWG, TIFF, )PEG.PDF and ESRI Arc View 3 0 and later files General intormavon and isaCkground 25 V i.: I City of Kent, Washinglon Request for Proposal Ref. # Application Jreataxe/ 83 stem Requirement Y N 4.3,23 List/discuss the standadtzcd reports produced by the work order management module and discuss the capabilities ,and case/difficulty of creating user-defined reports 4.3.1, Tarts Iuveutory SVlana cement ReL # Application Feature/System Requirement Y N 4.4.1 Provide the capability of generating a spares reorder request notification when the quantity of six inventory rtein drops below a minimum reorder threshold defined by the user Provide the capability of generating either an automatic or manual purchase requisition 4.4.2 Provide the capability to track unit price information for inventoried items using average costs, as well as FIFO and LIFO accounting protocols, 4.4.3 Provide (lie capability of managing multiple inventory locations, maintaining a unique bin identification nuinber for each inventoried rtein, an on-hand quantity, for each bin and a physical location description for each bin j I 4.4.4 Provide the capability of mamtarrung a Vendor file for spare parts, including unit prices Filc data must be retrievable either by part ntiniber or by Vendor 4.4.5 Provide the capability of autoruaticaSly tracking individual parts cost to an individual work order in cases where rnoic than one part is required to complete a work order 4.4.6 Provide notification of parts received on pending work orders that are awaiting parts for completion 4.4.7 Provide the capability of using the Internet to access Vendors on-line or to access on-brie Vendor parts catalogs,such as Grainger 4.4.8 Provide support for the creation of Vendor quotes for parts and materials and the capability of easily converting quotes to Purchase Orders 4.4.9 Provide support for the creation of Purchase orders for parts and materials either as hard copy for rrrailmg or faxing, or for on-Iine ordering through the Internet 4.4,10 Provde the capability for strticturing blanket Purchase Orders, Gmarvi Inrorniairan and Background - 26 III city o€Kent, Washrngton Request for Proposal Application Feat ore/System Requirement Y N 4.4.11 Provide the capability fox creating multiple]me items on a Purchase order, ]mlong each line item to a specific work order and to a specific maintenance cost account 4.4,12 'J1ie software must support blanket Purchase Orders witb specified dollar limits and provide for automatic calcula*ion of remammg balances Blanket POs are defined as POs against which one or more items can be purchased an indefinite nunilicr of times till a pre-determined dollar limit is reached 4.4,13 Prov2de the capability of ro-opeiung previously closed POs for modification 4.4.14 Support the printing of requisitions to the screen,a file or a printer 4.4,15 List/discuss the standardized reports produced by the parts inventory management module and discuss the capabilities acid case/difficulty of creating user-defined reports GeneraNnlormeiron antl8ackground 27 V' CRy of Kent,Washmt�tan Request for Proposal 5. T,ACUJTY/SPACE n7ANACFA7l NT OUi•_51IO) NAIRE The City requires the capability to more effectively manage all city-owned and leased facility spaces,to manage leases for tenants in city-owned spaces and to efficiently evaluate space requirements and utilization for owned and leased facilities As part of its space managetricnt responsibilities the City also desires to automate the capability to manage personnel/asset moves tkoin space/facility to spacc/facility and for cable management The Facility/Space Management SO tWare must include the following basic fuilctionahty 0 A Physical Asset management module ® A Pacihty/Space Management module 0 A Project Management module 5,1. Phi,sical AssetAlariagement I The City requires the capability of tracking and marniamnig lustaries for select non-facility system assets sucli as farinture, audio-visual equipment, conununications, equipment, computers Of Discuss whether or not your software offers this capability as a module and describe the capabilities of this nodule to meet the following minimum requirements it Iief-# Application Feature/System Requirement Y N 5.1.1 Provide the capability to record, classify and code non-facility system assets by categories that are user-definable 5.1..2 Provide the capability of storing asset records in a hierarchical structure(i e facility name, facitity location, floor, room, asset category, asset, asset component) 5.1,3 Provide ibe capability to link an asset directly to a faciiity and a space within a facility, as well as to a Vendor and manufacturer 5AA Provide the capabihty to identify an asset location graphically .through linkages, including AUTOCAD Release 12 and newer and ARC VIEW Version 3 0 and newer 5J.5 Provide the capability to generate in asset catalog that can be viewed on- line and searched by key words, location or equipment identification numbers, and that allows printing of user-selected data 5,1,6 provide the ability to move individual assets or a group of assets from one physical location to another on-screen in a drag and drop environment and to automatically update the underlying database(s) with all modifications General Wormatron and Background 28 i I City of Kent, Washington Request for Proposal Applicatlon Feature/System Requirement Y N 5.1.7 Provide for bar coding of assets and the use of non-proprietary PDA hardware for TioId inventory recording 5.1.8 Provide the ability to track warranty and service contracts, including contract terms and providers The software must be able to Flag an asset at a user-defined point prior to the expiration of a warranty or service contract 5,1,9 Provide the ability to access manufacturer and/or Vendor catalogs on-line via the Internet 5.1 IQ Provide the capability of alloying user defined multi-level charge-backs Each charge-back must be able to support a budget and encumbrances, and must have the ability for payments to be tracked and compared to budgets by cost-centers of for a City department 5.1.I1 List/discuss standardized reports produced by the soflware's asset management module and,discuss the capabilities and easeldiffieulty of creating user-defined reports, I 5.2. Facilitx/Space Management This module must have the ability to create flexible space use models with user-defined cirteria to generate multiple"what If'spaci planning scenarios Ref,# Application Feature/System Requfreinent Y N 5.2.1 Provide the capability of mamlaning data on personnel space assignments, physical space mventoiy and characteristics and workstation configuration and locations The software should allow the user to define additional elements to track 5.2.2 Provide the capability of planning and managing space requirements, . including the creation of "wbai if' scenarios This capability should include the creation of user-defmcd fields for facibry and space data management 52.3 Provide the capability to track critical data about any space and its occupiers, including organizational linkages, SF occupied data, space ealegonzation data and cost center data 5.2.4 Provide the capability of ev aluatmg affinity and adjacency relationships and generating stacking diagrams, including the ability to stack multiple buildings in a single session and drag and drop stacks bem eon buildings Cenerat Information and 8atkgraund , 29 City of Kent, Washington .M.. _ Request for PrcpoSol Ref. 0 Application Feature/System Requirement y N 5.2.5 Provide the capability of producing stack projections based on spatial forecasts of space use 5.2.6 Support the most eutrent IFMA and BOMA space management standards 5.2.7 Provide the capabtlily of supporting multiple charge-backs for an individual space if that space is occupied by personnel from more than one department or cost center 5.2.5 Provide the capability of creating user-defined data fields to assign facility component information such as 1IVAC egatpment and vv all/floor(eeilmg finish data to individual spaces j 52.9 Provide the capability to monitor City space leases and cost data, track gross 'and usable leased area, track lease costs and manage lease charge- backs to occupying City departments 5.2.10 Provide the capability to link data to either the Vendor's 'project management software or to a stand-alone project management software Package such as MS project 5.2.11 Provide drag and drop type personnel and lianiture inove management capabilities that allow users to move personnel and associated assets by dragguig objects from one Jocation to another Soflware must allow users to define a move from one space or buildmg to another 5.2.12 Provide the capability for users to categories purpose for moves (e g renovation; reorganization,etc) and sub-categones (e g growth) 52,13 Provide the capability of creating multiple levels of move work orders to support incremental ov staged moves 5.2.14 Provide the capability of adding items to a move work order at any point prior to the completion of a move Allow for move audits and status repwtmg 52.15 Provide the capabihty of tracking data and telecornimmications cabling installation and modificahons, including jacks, routers, wiring and hubs, and providing visual analysis of connectivity among computer network or telecommunication components via a CAD or sunilar interface 5.2.16 Support the generation and management of work orders for installation and re-routing of cable and other telceommumcations components i 5.2,17 Provide the capability to develop user-defined service categories GCneratlnformaBan and Bavkground ,�1,,- . 30 V' City of Kent, Washington Request for Proposal 4pplication FeatureMystern Requirement Y N FAX, etc)and computer network topologies(c g 1013T) 5.2.18 Allow users to easily query the database for any component and its associated data 5,239 Provide lird:agcs to the C%WS work order and parts inventory management modules 5,2,2Q. provide the capability of allowing user defined multi-level charge backs Each charge-back must be able to support a budget and encumbrances, and must have the ability for payments to be tracked and compared to budgets by cost-centers of for a City department 5.2.21 Provide support for cost recovery for spare management and the ability to create budget exceptions far leased and owned space 5.2.22 List'discuss standardized reports produced by the software's facility/space management module and discuss the capabilities and ease/difficulty of creating user-defmcd reports 5.2.1. ProiectR7ana„gement The City requires the capability to track and manage internal maintenance and repair work as well as contracted work for maintenance, repairs, minor construction and renovation, and major renovation and new construction At tts most basic, the requirement is to be able to group or tmie-phase individual activities, perform ititcraclrve planning for resource allocation, and budget and track single or multiple expenditures associates with varied projects Ref. # Application Feature/System Requirement Y N 5.3.1 Provide the capability to create, define, estimate and budget projects and break projects down into user-defined tasks. 5.3.2 Provide the capability to bolt an unlimited number of tasks to a project and schedule an unhnited number of resources for each task 5.3.3 Provide the ability to hnk project tasks to a specific work order and luck or aggregate individual work orders into"projects" S.3,4 Provide the capability to support nlulhple charge-backs from one project by percentage and dollar amount 5.3.5 Provide a userdefinable Vendor list for each project and allow estimated material and labor costs to be assigned to each task that comprises a project, Generalinformat,on and 6ackgmund 31 p Clty of Kent, Washington Requestforproposal Ref.4 Application Feature/System Requirement 1' TN 5.3-5 Provide the capability of allowing users to modify tasks and resources for a project at any point in the project time-lane and automatically adjusting schedules and resource allocation 5.3.7 Provide the capability of managing large renovation and remodeling projects and change orders for all sizes of projects 5.3.8 Provide the capability for accessing on-line cost estimating data from resources such as R S Means and linking this data with any stand.-alone cost estimating soflware 5,3.9 Provide the capability of interfacing with or easily exporting data to financial management and cost accounting software, 5.3.10 ]Discuss how the software differs in capability from MS Project. Identify key differences that provide enhanced capabilities over MS Project I 5.3.11 Provide import and crport capabilities with spreadsheet software such as Excel and database software such as Access 5.3.12 Provide. the capability of allow)-rig user defined multi-level charge-banks Each charge-back must be able to support a budget and encumbrances, and must have the ability for paymeixts to be tracked and compared to budgets by cost-centers of for a City department �5.3.13 List/discuss standardized reports produced by the software's project management module and discuss capabilities and ease/difficulty of crealmg user-defined reports i i General Information and Backytounal 32 i City of Kent, Washington Request for Proposal 6. TECH OLOGY CL EST7OALN1A1RV Refer to the General Information and Background Section of this RFP to obtain relevant information relating to Technology objectives and transaction/usei information 6.1. Overall Requirements Ref. ## Tc ndcal Pei ture/Regtdrenrent Y dN 6.1.1. List the software version number and release date for each proposed modulo, including third party solutions 6,1,2 Describe the preferred as well as minimum server/terminal as well as stand-alone desktop hardware requirements, including processor speed, graphics regnrrements, computer memory and disk storage requirements. 6.1.3 Is the inenu system corripliant with MS Windows development/interface standardsv 6.1.4 Does the system provide context sensitive help based on the cursor location? 6.1.5 Does the system provide help information at the system, module, screen or field levels? 6.1.6 Does the system provide ability to crealc user-customized help at all levels? (e g system, module, screen, field) 6.1.7 Descnbolist technical and user documentation provided_ with the proposed solution 6.1.5 Describe and/or attach materials documenting method of determining system response time 6.2, Operating Enidronment Reference the description of the City's technical operating environment located in Section 15 5 Ref.# Technical Fenture/Requirement Y N 6.2.1 Is the system 100% compatible math the desktop components as described in the Proposed Technology Environment? Desenbe any known conflicts veiti the proposed technology environment components 6.2.2 Based on the technology proposed, desenba the imminum, recommended, and optmial client hardware configuration for a user Generailnfofnratrotr and Background ! 33 ',, City of Kent, Washrnglon _ _ Request for Proposal Ref.# Technical Feature/Requirement Y N 6.2.3 Does the system provide antomated network client installs and upgrades? 6.2.4 Does the system provide messages to the system admiinsuator if the maximum number of concurrent users is exceeded? 6.2.5 Does the system provide 32-bit client support? 6.2.6 Describe venations anwng modules in user interface look and feel Describe tho differences 6.2.7 Describe (be server hardware requirements for your product including CPU, disk space, and RAM Provide recommendations for initial install as well as for 5 years of growth Attach documentation if appropriate 6.2.8 Describe the database platform on which the product was originally developed 6.2.9 Does the system provide support for network components as described in the Proposed Technology Environment? Describe exceptions 6.3. Customization This section will provide the City with information coneeruing the available customization features and the ability to carry customizations forward into firture releases Ref.ik Technical Feature/Requirement Y N 6.3,1 Does the system provide the ability to modify items, (e g, fields, elements, objects) visible to user based upon security? 6.3.2 Does the system have user definable fields? 6.3.3 Does the system provide a mechanism for data entry validation of user-definable fields? 6.3.4 Does the system allow customization of menus for each user or group? 63.5 Does the system allow for display or removal of non-required fields without customization? 63,6 Attach documentation describing the tools and processes required for product custommzation 6.3.7 Describe how the proposed product accommodates version control That is, how software configurations, customizations, and upgrades are managed Attach additional documentation if desired General Information and Background 34 .E (A I City of Kent, Washrngton Request for Proposal Technical Feature/Requirement Y N 6.3.8 Describe how the proposed product provides audit trails of sofhvare configurations, custaiuizations, and upgrades Attach documentation if desired 16.3.9 Descrbe, in detail,how configuration and/or customization changes are affected by subsequent software releases 6.3.10 Describe how saftware custonnzations impact the software maintenance and agreement support Attach documents tf available, 6.4. Securi i This section probes the proposed solution's security features Clearly indicate where the security features addressed in this section vary between or among modules Ref. # "technical FeaturelRequiremetit Y n 6.4.1 Desenbe the product suite security features that allow user access to specific processes and functions(e g, add, change, and delete) 6A,2 Describe the product suite features that provide easy, efficient application security setup (e g,the use of copy capabilities, security templates, definition of roles) 6.4.3 Does the system provide an interface so that a user can be automatically updated with an end date when separated from employment? 6.4.4 Does the system provide the capability to manually deactivate and reactivate a user? 6.45 Does the system provide the ability to restrict the information the user can see to the information far iMucli the user has security? 6.4.6 Docs the system provide the facility to register custom processes, (e g, reports), making them available to users with appropriate privileges? 6.4.7 Does the system provide the ability to foiinat menus corresponding* to users' privileges (e g, only the processes to which the user has access are shown)? 6.4.8 Describe bow passwords are managed, including password assignment, syntax requirements, eneryption,reuse, and expiration 6,4,9 Does the system provide automatic logout of unattended workstations? 6.4.10 Does the system provide functionality to disable a user after a specified number of invalid login attempts? evnrai information and Sackgrov0d 35 ', �i City of Kerif, Washington Rvquesf for proposal Ref. # Technical Feature/Requirement Y N 6.4.11 Describe how the invalid logW ruleS are specified 6.4.12 Does the system provide invalid login legging? 6A.13 1 Describe the security reporting available for audit purposes (e g, application flmctions each user can access, user database access, etc) Attach additional documentation if desired 6.4.14 Does the system provide a single user logon for all proposed applications/modules I 6.4.15 Describe cases in which a user must use more than a single logon for all proposed applications/modules 6.4.16 Describe any other security features that have not been covered 6.4.17 Describe the audit trail for tracking data changes 6.5. Suppoit Influence in the direction of the application, support, and training is important to the City Ref.# Technical Feature/Requirement Y N 6.5,1 Describe your policy and timing for dropping support of client operating system, server operating system and database versions 6.5,2 List contact names, phone numbers and addresses for user groups that focus on elements of the proposed solution set 6.5.3 Describe the role user groups play in setting pnoribes for new features 6.5.4 List the locations of the nearest support offices 6.5.5 Dcsonbc(lie support offerings available to the City, including support during non- peak hours 6,5.6 Describe problemmanagernent and escalationprocedures 6.5.7 Describe the technical services provided in the product's basic license fees 6.5.8 Describe any additionaltechnical services available 65.9 Describe training support available Attach documentation if desired G.5.1t1 Does the system provide a knowledge base, e g, the ability to access a database of incidents,problems,error messages, and sclutronV General lnfonaation and Background 36 City of Kent, Washington Request for Proposal Ref. 9 Technical Feature(Reyuireriient Y N 6.5.11 Does the system provide knowledge hale keyword scaroh capability to faolhtate a search of th.c knowledge base for a problem and find a sohrtzon? 6.5.12 Describe the support knowledge base fonnat, e g,vveb site, distributed media,etc 6.5.13 Describe documentation types, levels and media that are provided 6.5.f4 Describe the process for nmpleinentmg application software updates. include resources and time . 6,515 Describe. theprocess for implementing major application software upgrades Include resources and lime 6.5.16 Dosenbe your policy for supporting older application versions 6.6, Rerrurtill 3 The City views reporting as a critical.solution component The intent in this section is to communicate the City's minimum needs for an end user reporting tool Vendors are encouraged to attach additional documentation describing the proposed solution's reporting capabilities As well, Vendors are encouraged to supply mfomtation about "add on" or third party reporting tools that may enhance the solution set. Vendors may proiido some basic functionality but will propose a third party reporting tool as well Please be clear which answers below are provided m the base product versus those provided in a third party tool Ref. # Technical Feature/Regnirement Y N 6.6.1 Please mdicate whether the proposed reporting tool is provided as an integral part of the product suite If not,please name the proposed product and version number 6.6.2 Describe the reporting architectiue included in the proposed solution kbr eiunriple, what components reside on the client, the server, cte Attach additional documentation if desired 6.6.3 Describe the administrative tasks necessary to prepare the reporting tool for use, o g,populate the data dictionary, ctc Attach additional documentation if desuLd 6.6.4 Describe the reporting tool's drill down capabilities 6.6.5 Describe the options pro,, ded to produce and catalog on-demand reports rased on user defined criteria Attach additional documentation if desired 6.6.6 Does the system provide the abilth, to select data directly from database tables or General Information and Background / 37 c? City of Kent, Washington_ Request for Proposal Ref.# - --- Technical Yeature/Requirement Y FN pre-defined views? 6.6.7 Does the system proude the ability to sort, in ascending or descending order, by any combination of database fields and/or temporary and computed fields? 6.6.8 Does the system provide the ability to embed selection criteria in the procedure and enter criteria at i un-tliuO Selection criteria must support wild cards and ranges of values 6.69 Does the system provide the ability to import the data into Microsoft Excel 97, Microsoft Access 97,and Microsoft Word 979 6.6.10 Does the system provide the ability to reformat report data for mailing labels, or other printed outputs? 6 6.11 Does the system provide both columnar and non-columnar reports? 6.6.12 Does the system provide the ability to interrupt executing queries? 6.6.13 Does the system reporting tool require the user to laaow SQL? 66,14 Does the system provide the ability for the user to choose between a desktop default printer and central high-speed printer? 6.6.15 Does the system provide the ability to schedule reports in batch processes? 6.6,16 Does the system provide the ability to perform queries on-line? 6.7. Jnterfaces Rcf.# Technical Feature/Requirement Y N 6,7.1 For each module proposed (e g, Work Order Management, Asset Management, etc ), desenbe the external interface facilities For example, are there tables to receive data from other systems? Ts the interface facility documented? Js there a standard for nnporUexport to these modules? Attach additional information, 6.7.2 Does the system provide 32-bit ODBC support? 6.7.3 Does the system provide an,interface to Microsoft Exchange in order to generate i user e-mail notification of business events? 6.7.4 Describe The process to import application data to Mictosoft Excel 97 Attach documents if desired 6.7.5 Describe the process to import application data to Microsoft Access 97 Attach I General Informaiwn andHackground City of Kent, Washington Request for Proposal Ref.# Technical Feature/Requirement Y N documents if desired 6.7.6 Descnbe ways that Microsoft Word 97 integrates with the product 6.7.7 Describe ways that Vrsio d 6 mtegratcs with the product 6.7,8 Descnbe the ways in which AUTOCAD integrates with the product and what Versions are crurently supported 6.8. Other Third Party Products Ref. # Technical Resture/Requirement Y N 6XI Descnbe conversion tools ifproposed Attach materials if necessary 6.8.2 Describe any web-based products proposed 6.8.3 Dcscribe other third party products proposed Attach materaN ifnccessary. 6.9. Product Vision Attach documents describing the major technological improvements your company is planning for your products and services over the next three to five years Please address the following potential development areas 0 Company's strategic direction 0 Adjustments to user interface andlor client software regmrements 0 POtential adJustments to operating environment 0 Major adjustments to product development tools 0 Browser access to system (Please indicate if for specific sofhvare modules or all modules) 0 Changes to architecture andlor platforgrs supported 0 Conmutment to proposed database platform 0 Functional Enhancements andlor new software modules under development 0 Partnerships and/or alliances with other Vendors in the industry 0 Any other planned product changes that might be of interest to the Pity General information and Background 39 V 5