Mechanical, Electrical, and Plumbing Engineering Services

expired opportunity(Expired)
From: Multnomah County(County)
RFP-133-2022

Basic Details

started - 22 Apr, 2022 (about 2 years ago)

Start Date

22 Apr, 2022 (about 2 years ago)
due - 26 May, 2022 (23 months ago)

Due Date

26 May, 2022 (23 months ago)
Bid Notification

Type

Bid Notification
RFP-133-2022

Identifier

RFP-133-2022
Multnomah County

Customer / Agency

Multnomah County
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

22 April 2022 Mechanical, Electrical, and Plumbing Engineering Services Mechanical, Electrical, and Plumbing Engineering Services 22 April 2022 Open 4/22/2022 8:00 AM PDT Type Request for Proposal (RFP) Close 5/26/2022 4:00 PM PDT Number RFP-133-2022 Currency US Dollar Sealed Until 5/26/2022 4:00 PM PDT Payment Terms 0% 0, Net 30 22 April 2022 Contacts Lynn Faulkenberry lynn.faulkenberry@multco.us Phone +1 503-988-7544 ext. 87544 22 April 2022 Commodity Codes Commodity Code Description 81100100 Professional Engineering Services 81101508 Architectural Engineering Services 22 April 202222 April 202222 April 202222 April 202222 April 202222 April 202222 April 202222 April 202222 April 2022 mailto:lynn.faulkenberry@multco.us PRE-PROPOSAL CONFERENCE: No Pre-Proposal conference is scheduled. SERVICE DESCRIPTION, FUNDING AND CONTRACTING INFORMATION PURPOSE AND
OVERVIEW The Multnomah County Department of County Assets, Facilities and Property Management is seeking Proposers from whom it may purchase Mechanical, Electrical, and Plumbing Architectural and Engineering Services. It is the purpose of the resulting Contract(s) to secure, on an individual Project Agreement basis, MEP Engineering services to support the County’s Work. The County’s intent is to retain MEP Engineering firms with the qualification and staff resources for facility upgrade, capital maintenance and/or repair of various County Buildings on request. The Scope of Work consists of, but is not limited to, all aspects of MEP Engineering services as described below. The Facilities and Property Management Division (FPM) is responsible for the purchase and lease, construction and improvement, operation and maintenance, and disposition of buildings and sites for County Departments and Offices. FPM has grouped County facilities, both owned and leased, into four Contract Categories based upon building use and tenant occupancy. Major Service Components This RFP solicits MEP Service Providers to submit a Proposal to provide these services as requested by the County. The County intends to award Contracts to multiple vendors to support our current A&E providers. Projects may include any of the following Building Categories: 1. Contract- Court, Justice, and Public Safety Facilities: Operational, correctional facilities and transitional housing sites dedicated for use by the Department of Community Justice or the Sheriff’s Office (Attorney's Office, Courthouses, State Courts, Juvenile Justice Facilities, and other sites shared by the Department of Community Justice.) Examples include but are not necessarily limited to: the Courthouse, Justice Center (Multnomah County Detention Center), Juvenile Justice Complex, Inverness Jail, and Mead Building. 2. Contract- General Facilities or Joint Office of Homeless Services: Administrative, multipurpose or special use buildings; properties that include bridgeheads, garages and radio towers; lots not assigned to specific County Departments or Offices; properties designated for disposition (i.e. possible sale or redevelopment), and projects for the Joint Office of Homeless Services. Examples include but are not necessarily limited to: the Multnomah Building, Yeon Shops, Animal Services, Laurelwood Shelter, and Willamette Shelter. 3. Contract- Health & Human Services Facilities: Health clinics, facilities for aging and disabled populations, and childcare or educational facilities dedicated for use by the Department of Health, and Department of County Human Services. Examples include but are not necessarily limited to: the McCoy Building, Multnomah County East, North Portland Health Clinic, Mid-County Health Clinic, SE Health Clinic, Walnut Park (NE Health) Clinic, and Behavioral Health Resource Center. Description 4. Contract- Library Facilities: Operational buildings, branch libraries, bookstores, and warehouses dedicated for use by the Library District. INTRODUCTION AND PROGRAM HISTORY The Facilities and Property Management Division (FPM) proactively and aggressively plans, maintains, operates and manages all County owned and leased properties in a safe, accessible and effective manner. FPM manages over three million square feet of general office, library, court, jail, probation office, clinic, shop, warehouse and other types of specialized space largely owned by the County at approximately 130 locations. FPM is also responsible for overseeing the long term capital requirements of these building assets through a balance of capital management and building disposition strategies. Specific direct services provided by FPM include, but are not necessarily limited to:  Property management and customer service;  Full maintenance provided by internal trade groups and contracted services;  Lease administration;  Long term County facilities strategic portfolio management;  Project management for capital and strategic projects;  24/7 Response to facility related emergencies throughout the year;  Environmental, health and safety support services; and  Management of planning, design and construction of new facilities. FPM provides an annual assessment of all capital facility needs and develops a specific strategy consistent with available funding which permits the completion of improvements in a carefully planned approach. FPM ensures compliance with important policies and statutory requirements such as, Federal, State and local regulations, high performance green building policies, Minority-Owned, Women-Owned, Service Disabled Veteran-Owned and Emerging Small Businesses certified in the State of Oregon (“MWSDVESBs or Certified Firms”) policies and incorporates sustainable practices. FPM provides project management services including planning, design, and construction services in a way that takes into account the needs of operating programs and the need to accomplish work in a cost effective manner and results in buildings that are usable and functional for their intended uses. GOALS, VALUES AND OTHER IMPORTANT CONSIDERATIONS The County comprises various departments, each responsible for providing different services to the public. FPM is part of the Department of County Assets (DCA) and is responsible for maintaining the County’s facility assets, making sure that all building systems are operational to ensure optimal work environments for the various departments in the County. Therefore, FPM’s goal for the Contracts resulting from this solicitation is to award to firms that have the experience to provide the full spectrum of MEP Services for County owned or leased facilities that: a) operate at a high level of efficiency; b) provide an experienced, well trained, diverse and professional workforce; and c) value sustainability and focus on providing opportunities to Certified Firms. It is also important for proposers to understand the diverse types of buildings that will be covered under the Contract(s) resulting from this solicitation. The County occupies and FPM maintains jails, detention facilities, health clinics, libraries, courthouses, etc. Due to the operations at these facilities, proposer’s workforce will be required to pass the County’s Sheriff’s records check (See Sample Contract in Buyer’s Attachments), and will be required to interact with County employees in a professional and respectful manner. Records check form will be required at Contract Award for all individuals requiring access to County facilities and before entry into/onto County facilities. Goals for Multnomah County projects include, but are not necessarily limited to, the following:  Facilities must be flexible, efficient, durable, and economical to operate and maintain, while minimizing the impact to business continuity and operations to the utmost extent possible during construction.  New facilities will strive to achieve LEED Gold Certification or better.  New facilities will strive to achieve Architecture 2030 goals (http://architecture2030.org/), 2015 Climate Action Plan I(https://multco.us/sustainability/2015-climate-action-plan) and relevant portions of the material elements of the Living Building Challenge (http://living- future.org/lbc).  The project(s) will be completed on time and within budget.  Original construction costs will be balanced with the need to keep life-cycle costs low.  The County seeks to conduct business with vendors who demonstrate responsible business practices through sustainability and social equity innovations.  Aspirational Goals of 15% of a prime and/or sub-consultant diversity plan. TARGET POPULATION SERVED Contracted MEP Engineering services will indirectly serve members of the public that use County facilities, including but not limited to: the citizens of Multnomah County, Multnomah County employees, and residents utilizing County owned/leased facilities. FUNDING General Funding. Funding of the work described in this RFP is not guaranteed. Fluctuations in funding and project prioritization year to year should be expected. The County cannot assure that any particular level of work will be assigned and the Contract will permit the County to add or remove work as necessary depending on availability of funding. SCOPE OF SERVICES This solicitation and any resulting Contract(s) are MEP Engineering Services. MEP Engineering services include but are not necessarily limited to: 1) professional services of an engineering nature associated with the development, design, construction, alteration, or repair of real property and are required by law to be performed by a registered, licensed, and certified engineer; 2) such other professional services as determined by the County, to require performance by a registered or licensed engineer; 3) incidental services that members of the engineering profession perform in conjunction with professional A&E services; and 4) software designated by the County must be used for the length of the contract as a technical review and collaboration requirement. County currently uses BlueBeam. The MEP Engineering Service Provider shall perform work in accordance with the most recently adopted standards and requirements of governing and/or regulatory agencies having jurisdiction. For note, many County Facilities are enrolled in the City of Portland Facilities Permitting Program. Work shall comply with all applicable professional standards. Work shall conform to County policies, procedures, guidelines, and standards including, but not limited to, the two (2) documents below which are available at the Facilities and Property Management Division website: https://multco.us/facilities-and-property-management/doing-business-facilities-property-management. A. Multnomah County Project Documentation 2021; and B. Multnomah County Revit Standards. The MEP Engineering Service Provider shall mainly design/specify work within the following Construction Specifications Institute (CSI) Divisions specification but are not limited to: A. Division 21 - Fire Suppression; B. Division 22 - Plumbing; http://living-future.org/lbc http://living-future.org/lbc C. Division 23 - Heating, Ventilating, and Air Conditioning (HVAC); D. Division 26 - Electrical; E. Division 27 - Communication; and F. Division 28 - Electronic Safety and Security It is the purpose of the resulting Contract(s) to secure, on an individual Project Agreement basis, MEP Engineering services, as required, to support County needs. The intent is to award a Project Agreement on a firm-fixed price basis or not-to-exceed price basis. Basic project scope of services with County project(s) may include but is not necessarily limited to the following: Engineering Schematic Design  Collect project criteria from the County and verify programming and performance criteria.  Prepare a design schedule to meet County/project milestone dates.  Prepare conceptual designs and layouts.  Present final schematic design options for County’s review. Detailed Design Phase  Based on the approved Schematic Design and Design Development Phase documents, prepare Mechanical, Plumbing, and Electrical Construction drawings and specifications (project manual) for bidding and permitting. Disciplines not listed but required for completion of any awarded task/service will be added through negotiations.  Include all necessary and required consultants’ (IT, A/V, Security, etc.) documents into one package for bidding and permitting. Coordinate all disciplines with each other in order to deliver a complete bid package. Bidding and Permitting  Assist with preparation and distribution of bid package(s), as required.  Assist Project Manager with Invitations to Bid (ITB) and issue drawings and specifications for bidding purposes.  Attend construction pre-bid meetings, bid clarification meetings (as necessary) and pre-award meetings.  Assist with bid evaluations (if required) and verify that contractor bids reflect the required scope of work.  Support the submission of plans and specifications to the local building authority for permitting and revise drawings to meet all governmental comments and revisions.  Respond to all technical reviews and revise construction documents accordingly. If a project is being bid during this period, issue required addenda to all bidders reflecting any Construction Document changes.  Respond to all building authority reviews for permitting and revise construction documents accordingly. Construction Administration  Provide construction administration services including, but not limited to Request for Information (RFI’s), bulletins, change order requests, change orders, submittal and shop drawing review, punch lists, etc.  Attend weekly project meetings and provide support for coordination and scheduling issues.  Perform job site visits at regular intervals, but no less than twice a month, to evaluate adherence to project plans and specifications. Job site visits should be timed in accordance with the Contractor’s Application of Certificates for Payment which the A/E will review and approve.  Assist in resolving field problems and disputes in the most economical and expeditious manner possible.  Assist with obtaining final inspections from local building authority as necessary.  Collect “As-Built” information from the General Contractor at the end of the project and update the construction drawings to reflect the as-built conditions and submit the updated drawings to the County with all required project documents upon completion of the project in a timely manner. Basic Services  The Engineer shall provide basic services to include, but are not necessarily limited to, the following listed services.  Usual and customary Engineering design services. Examples include, but are not necessarily limited to: mechanical, electrical and plumbing design and engineering low voltage systems design and engineering; emergency and standby system both electrical and plumbing, and cost estimating.  The Engineer shall manage the Design services, consult with the Owner, research applicable design criteria, attend Project meetings, communicate with members of the Project team and report progress to the Owner.  Collaboration in BlueBeam at design milestone technical review sessions.  The Engineer shall, at appropriate times, contact the governmental authorities required to approve the Construction Documents and the entities providing utility services to the Project. In designing the Project, the Architect shall respond to applicable design requirements imposed by such governmental authorities and by such entities providing utility services.  The Engineer shall assist the Owner in connection with the Owner’s responsibility for filing documents required for the approval of governmental authorities having jurisdiction over the project. Key Personnel All design work including the preliminary work shall be performed by or under the direct supervision of professional Engineers licensed in the State of Oregon. The Engineers shall be qualified by education and experience to design the type of work included in the individual project agreements. All drawings shall be signed and stamped by the Engineer(s) responsible for the work. The members of the identified MEP Engineering Team are considered Key Personnel for the purposes of the resulting Contract(s). Changes to the MEP Engineering Team will only be made after authorization from the County’s authorized representative. The contractor shall make no substitutions of Key Personnel unless approved by the County in writing. The contractor shall notify the County within fifteen (15) calendar days after the occurrence of any of these events and provide a detailed explanation of the circumstances necessitating the proposed substitutions. Approval will not be unreasonably held. If the County and MEP Engineering firm cannot come to an agreement on Key Personnel substitutions, then either the County or Contractor may terminate in accordance with the terms and conditions set forth in the established future Contract(s). Should the substitution occur prior to the issuance of an agreed upon Contract(s), the County reserves the right to terminate negotiations and initiate negotiations with the next firm on the final selection list. Complete resumes for the proposed substitutes and any additional information requested by the County shall be provided. Proposed substitutes should have comparable qualifications to those of the persons being replaced. The County will notify the contractor within fifteen (15) calendar days after receipt of all required information of the decision on substitutions. The Contract will then be modified to reflect any approved changes of Key Personnel. Project Agreements The County will issue an individual Project Agreement to perform any and all required services. Project Agreements will describe: 1. The nature and scope of the Work required and expectations of the County for the performance of the Work. (A prospectus or design criteria will be included with all Project Agreements). 2. The performance period for the project agreement, including the submittal dates and meeting milestone dates for design. Any spreadsheets, templates, standard drawings, or forms the County requires the MEP to use during the design or construction management performance period. For each qualifying project, the County will enter a specific Project Agreement that includes comprehensive identification of services and deliverables in addition to those services and standard deliverables required for every project. The Project Agreement shall include the total fee due the MEP Engineering Service Provider for the entirety of all services and deliverables of the Project and shall include milestones and a schedule for their completion. A sample Project Agreement is provided in Attachment H - Project Agreement Process. The firm shall provide a written, signed and dated proposal in PDF format to the County for review, and a detailed breakdown of each discipline, with a spreadsheet if required, in MS Word/Excel/PDF format electronically. At the conclusion of negotiations, the County will issue a Project Agreement to perform any and/or all required services. If a mutually satisfactory Contract cannot be negotiated, the County shall notify the firm that negotiations have been terminated. The County shall then initiate negotiations with the next firm on the final selection list. This procedure shall be continued until a mutually satisfactory Contract has been negotiated. However, the County, when deemed in its best interest, may solicit proposals from more than one of the contracted MEP Engineering Service Providers. FISCAL REQUIREMENTS AND REPORTING The County will determine the scope of work, including reporting needs, with the MEP Provider after the contract has been awarded. PERFORMANCE MEASURES/PERFORMANCE CONTRACTING The County establishes the following annual performance measurements for the resulting Contract. The County may establish additional performance measurements during the course of the Contract or any extension thereto. Awarded firms will be evaluated on an annual basis for the following performance measurements, including but not limited to the following criteria:  Design Team Performance (Design Team, Consultants);  Number of times Contractor/County information requests results in change orders. These will be classified by Errors/Omissions (Consultant caused), change requests (Owner caused), and Contractor requests (Contractor caused) ;  Adherence to the original project schedule (downtime);  Ratio of professional services vs. construction costs;  Client/Customer relationship (business and communication skills, cooperativeness) ; and  Quality assurance of submitted documents and quality control of deliverables. Underperformance may result in: 1) A written Work Plan for improvement will be required and re- evaluation within a timeframe to be determined by the County; 2) Breach or Cure options may be implemented by the County if satisfactory compliance is not achieved; and 3) If there is no improvement or continued unsatisfactory performance, the County reserves the right to terminate services. CONTRACT NEGOTIATION The County will initiate contract negotiations with the responsive and responsible Proposer(s) with the highest scoring proposal(s). Multnomah County may, at its option, elect to negotiate general contract terms and conditions, services, pricing, implementation schedules, and such other terms as the County determines are in the County’s best interest. If negotiations fail to result in a contract, the County reserves the right to terminate the negotiations. CONTRACT AWARD Through this RFP process, the County is seeking to award multiple contracts. Awards, as determined by the County, will be made to the responsible Proposer(s) whose Proposal(s) the County determines are most advantageous to the County based on the evaluation process and evaluation factors described in this RFP. Multnomah County strongly encourages the participation of Minority-Owned, Women- Owned, Service Disabled Veteran-Owned, and Emerging Small Businesses and Organizations in providing these services. CONTRACT TERM Fixed term with options. The contract term shall be five (5) years. The County shall have the option to renew this contract for an additional one (1) year period(s) until all in progress projects are complete. COMPENSATION AND METHOD OF PAYMENT A. MEP Engineering Provider Compensation: The County shall pay for services based on a Not-to- Exceed (NTE) payment model. A not-to-exceed price ceiling shall be determined during contract negotiations for each individual project. B. Fixed Fee for Service: MEP Engineering Provider will be paid based on hourly rates for specified Key Positions performing services. Payments for Services and reimbursable expenses shall be made monthly, following County’s review and approval of detailed invoices submitted by the MEP Engineering Provider and acceptance of the Services or approval of reimbursable expenses by County. Failure to meet the standards and requirements of the invoice submittal process by the MEP Engineering Provider will result in the rejection of the invoice in question and requested to resubmit a new invoice. INSURANCE REQUIREMENTS Exhibit 2 of the attached Sample Contract reflects the minimum insurance required of a Contractor to provide this service. Additional insurance coverage may be required depending on the key features of service delivery chosen by the Contractor. Final insurance requirements will be subject to negotiation between, and mutual agreement of, the parties prior to contract execution. JOINT PROPOSALS The County will consider joint proposals from new and existing suppliers. Joint proposals may take the form of partnerships or entities formed by new and existing suppliers. If any such arrangement is proposed, a written memorandum of understanding between the parties must be submitted with the Proposal setting forth the business and service delivery agreements between the parties. MINIMUM REQUIREMENTS At the time of proposal submission, Proposers must meet the following minimum requirements. Failure to provide any of the required documents or meet any of the below requirements shall result in rejection of the proposal. 1. The Proposal response must be received by Multnomah County Purchasing no later than 4:00 P.M. local Portland time on the proposal submission deadline. 2. Proposer Representations and Certifications 3. The Proposer must certify that they agree to the Proposers Representation and Certification terms in the Prerequisite page of the Sourcing Event At the time of Contracting, Proposers must meet the following minimum requirements. Failure to provide any of the required documents or meet any of the below requirements shall result in cancellation of the contract. 1. Proposers must be legal entities, currently registered to do business in the State of Oregon (per ORS 60.701). 2. Proposers must submit verification that all insurance requirements are met. 3. Proposers must have a completed Pre-Award Risk Assessment (Section 1.20) if federal funds are used for this procurement. IMPORTANT: Suppliers who do not currently have access to the Multco Marketplace Supplier Portal will need to complete the "MMP Supplier Access Request Form". The optimal time to submit the "MMP Supplier Access Request Form" to gain access to participate in a formal Sourcing Event (RFP, RFPQ or ITB) is 14 days. This will allow the County sufficient time to review your request and for you, the supplier, to access the Sourcing Event and to perform the actions needed before the event close date. SCORING BREAKDOWN: Group/Question % of Total % of Group 2.1 Experience and Qualifications 20% 2.1.1 N/A 100% 2.2 Project Team Experience 20% 2.2.1 N/A 60% 2.2.2 N/A 20% 2.2.3 N/A 20% 2.3 Subconsultants 10% https://solutions.sciquest.com/apps/Router/SupplierLogin?CustOrg=Multnomah 2.3.1 N/A 50% 2.3.2 N/A 50% 2.4 Project Approach 25% 2.4.1 N/A 70% 2.4.2 N/A 20% 2.4.3 N/A 10% 2.5 Responsible Business Practices 25% 2.5.1 N/A 33% 2.5.2 N/A 33% 2.5.3 N/A 34% Required to View Event Prerequisites Required to Enter Bid 22 April 2022 1. Proposer/Bidder agrees to receive all correspondence electronically and are responsible for keeping their supplier portal updated with current contact information. 2. Please review the statements in this certification regarding Assurances, Certification Regarding Debarment, Suspension and Other Responsibility Matters and Certification Regarding Conflict of Interest. 3. CONFIDENTIALITY - Please read the statutory requirements in the prerequisite link. 4. VACCINE ATTESTATION - Please read the vaccine attestation requirements in the prerequisite link. 22 April 202222 April 202222 April 202222 April 202222 April 202222 April 202222 April 2022 Buyer Attachments 1. Procedural Instructions (Proposals) 2. How to Complete and Submit a Response to a Sourcing Event - MMP Supplier Guide 3. Buyers Attachment A - Question 2.1.1.pdf 4. Buyers Attachment B - Question 2.2.1.pdf 5. Buyers Attachment C - Question 2.2.3.pdf 6. Buyers Attachment D - Question 2.3.1.pdf 7. Buyers Attachment E - Question 2.3.2.pdf 8. Buyers Attachment F - Question 2.4.1.pdf 9. Buyers Attachment G - Question 2.4.2.pdf 1 0. Buyers Attachment H - Project Agreement Forms.pdf 1 1. SAMPLE CONTRACT Rev Insurance.pdf 22 April 202222 April 202222 April 202222 April 202222 April 202222 April 2022 https://s3.amazonaws.com/solutions-selectsite-documents/Sourcingevent/1065086-817777238Procedural%20Instructions_Proposals%2006.26.19%20%281%29.pdf?AWSAccessKeyId=AKIAJ5HNJE5DFBZ5ONSA&Expires=1713711678&Signature=KatDzwFVLlYBTlBrrCAxqdBHxGQ%3D https://multco.us/file/73233/download https://s3.amazonaws.com/solutions-selectsite-documents/Sourcingevent/1065086-1239325173Buyers%20Attachment%20A%20-%20Question%202.1.1.pdf?AWSAccessKeyId=AKIAJ5HNJE5DFBZ5ONSA&Expires=1713711678&Signature=FfXDq%2BJT4hzqqhnyvov5DTONsf4%3D https://s3.amazonaws.com/solutions-selectsite-documents/Sourcingevent/1065086-1239325576Buyers%20Attachment%20B%20-%20Question%202.2.1.pdf?AWSAccessKeyId=AKIAJ5HNJE5DFBZ5ONSA&Expires=1713711678&Signature=7%2BDCdSJCqghZrakvUuLl76tt70k%3D https://s3.amazonaws.com/solutions-selectsite-documents/Sourcingevent/1065086-1239325958Buyers%20Attachment%20C%20-%20Question%202.2.3.pdf?AWSAccessKeyId=AKIAJ5HNJE5DFBZ5ONSA&Expires=1713711678&Signature=HlNz9vQmC%2BIu27qLGOZvvunJa7M%3D https://s3.amazonaws.com/solutions-selectsite-documents/Sourcingevent/1065086-1239325872Buyers%20Attachment%20D%20-%20Question%202.3.1.pdf?AWSAccessKeyId=AKIAJ5HNJE5DFBZ5ONSA&Expires=1713711678&Signature=yIvsZg2YaDYAGKDLK06ETp0KNgM%3D https://s3.amazonaws.com/solutions-selectsite-documents/Sourcingevent/1065086-1239325829Buyers%20Attachment%20E%20-%20Question%202.3.2.pdf?AWSAccessKeyId=AKIAJ5HNJE5DFBZ5ONSA&Expires=1713711678&Signature=T8Nn3AWPLs1a0cXws4T53dsmWFo%3D https://s3.amazonaws.com/solutions-selectsite-documents/Sourcingevent/1065086-1239341162Buyers%20Attachment%20F%20-%20Question%202.4.1.pdf?AWSAccessKeyId=AKIAJ5HNJE5DFBZ5ONSA&Expires=1713711678&Signature=6S9VK2416O5f0LhGfj1G%2BvM%2Fp%2F0%3D https://s3.amazonaws.com/solutions-selectsite-documents/Sourcingevent/1065086-1239326909Buyers%20Attachment%20G%20%20-%20Question%202.4.2.pdf?AWSAccessKeyId=AKIAJ5HNJE5DFBZ5ONSA&Expires=1713711678&Signature=Fm5aw0VXUqkeanKwAh9zDA0U5Jc%3D https://s3.amazonaws.com/solutions-selectsite-documents/Sourcingevent/1065086-1230512054Buyers%20Attachment%20H%20-%20Project%20Agreement%20Forms.pdf?AWSAccessKeyId=AKIAJ5HNJE5DFBZ5ONSA&Expires=1713711678&Signature=Ur64gT1jYVhCYf4YW1HrgB5U3as%3D https://s3.amazonaws.com/solutions-selectsite-documents/Sourcingevent/1065086-1237475787SAMPLE%20CONTRACT%20Rev%20Insurance.pdf?AWSAccessKeyId=AKIAJ5HNJE5DFBZ5ONSA&Expires=1713711678&Signature=QwpAj%2BcRKJxr%2FV4uYNwUZU%2B5nRk%3D Questions Required Questions Group 1.1: Company Certification Information - This section is not scored Instructions: 1.1.1 State of Incorporation 1.1.2 Date of Incorporation 1.1.3 ASSURANCES - Proposer attests that Proposer is either a non-resident proposer or a resident proposer, as described in ORS 279A.120, of the State of _________ and has not discriminated against any minority, women, or emerging small business enterprises certified under ORS 200.055 or a business enterprise that is owned or controlled by or that employs a disabled veteran as defined in ORS 408.225 in obtaining any required subcontracts, in accordance with ORS 279A.110. Enter state of residency here: 1.1.4 Where Proposer is unable to certify to any of the statements in Proposer Representations and Certifications of the pre-requisite, Proposer shall provide an explanation to their offer here. 1.1.5 The Proposer certifies to the best of its knowledge and believe that neither it nor any of its principal participants and agents has or has had the following relationships with the specific firm(s)/individual(s), identified in this sourcing event, which may be determined to be an organizational conflict of interest. I understand that based on the information provided by Proposer, Multnomah County may exclude the Proposer from further consideration and may withdraw its selection if the real or apparent organizational conflict of interest cannot be avoided or mitigated. Proposer further certifies that the degree and extent of the relationship of the Proposer with these named firm(s)/individual(s) will be fully disclosed: 1.1.6 Upload additional explanation as needed 1.1.7 Name of person submitting the Proposal: 1.1.8 Title of person submitting the Proposal: 1.1.9 I represent that I am at least eighteen (18) years of age. 1.1.10 I represent that the printing of my name and the submittal of a Proposal is intended to authenticate this writing and to have the same force and effect as my manual signature. 1.1.11 I represent that I am either authorized to bind the Proposer, or that I am submitting the Proposal on behalf of and at the direction of the Proposer's representative authorized to contractually bind the Proposer. 1.1.12 I represent that the Proposer and/or its applicable representative(s) has reviewed the information contained in this Proposal and that the information submitted is accurate. Group 2.1: Programmatic Questions - Experience and Qualifications (20%) Instructions: 2.1.1 2.1.1 Similar Project Experience: As set out in Buyers Attachment A - Question 2.1.1 Project Experience: Describe your firm’s recent experience in providing engineering services in the design and construction of five (5) projects of varying sizes or types. Limit of two (2) pages per project. Limit of ten (10) pages total. Pages exceeding the limit will be removed and will not be evaluated. Provide as a single PDF file. (100% Programmatic – Experiences and Qualifications Group) Group 2.2: Programmatic Questions - Project Team Experience (20%) Instructions: 2.2.1 2.2.1 Team Structure and Engagement: As set out in Buyers Attachment B - Question 2.2.1 Team Structure and Engagement: Provide an organizational chart of your proposed team including your Principal-In-Charge, Project Manager, Lead Designer and other key staff. Limit of three (3) pages for narrative description. Limit of 12 resumes not exceeding two (2) pages each. Resumes in excess of 12 will be removed and will not be evaluated. Pages exceeding the stated limits will be removed and will not be evaluated. Provide as a single PDF file. (60% Programmatic – Project Team Experience Group) 2.2.2 2.2.2 Designing for the Community: 1) Describe your proposed team’s experience and approach with community engagement and equitable design, preferably in an urban environment. Provide multiple examples of projects where the final constructed design was a direct reflection of input by the community. What challenges in designing for diverse communities have you faced on past projects and how did you address those challenges? 2) Describe your proposed team’s experience with trauma-informed design, designing to connect occupants to their natural environment, and other aspects of designing to support the well-being of the building’s occupants. 3) Describe your proposed team’s experience with gathering and synthesizing qualitative and/or quantitative information through different methods and platforms. Limit of two (2) pages. Pages exceeding the limit will be removed and will not be evaluated. Provide as a single PDF file. (20% Programmatic – Project Team Experience Group) 22 April 202222 April 202222 April 202222 April 202222 April 2022 2.2.3 2.2.3 Designing for Functionality, Operations & Maintenance: As set out in Buyers Attachment C - Question 2.2.3 Designing for Functionality, Operations & Maintenance: Provide three examples of buildings that you consider to exemplify your Lead Designer’s skills. Limit of three (3) pages. Pages exceeding the limit will be removed and will not be evaluated. Provide as a single PDF file. (20% Programmatic – Project Team Experience Group) Group 2.3: Programmatic Questions - Subconsultants (10%) Instructions: 2.3.1 2.3.1: Sub-Consultants: As set out in Buyers Attachment D - Question 2.3.1: Subconsultants. Limit of three (3) pages. Pages exceeding the limit will be removed and will not be evaluated. Provide as a single PDF file. (50% Programmatic – Sub-Consultants Group) 2.3.2 2.3.2 Diversity in Subconsultants: As set out in Buyers Attachment E - Question 2.3.2 Diversity in Subconsultants: The County is committed to providing opportunities for State of Oregon COBID certified firms. The County values and supports diversity, and encourages Proposers to make the maximum effort to include certified firms on County projects. Limit of two (2) pages. Pages exceeding the limit will be removed and will not be evaluated. Provide as a single PDF file. (50% Programmatic – Sub-Consultants Group) Group 2.4: Programmatic Questions - Project Approach (25%) Instructions: 2.4.1 2.4.1 Project Approach: As set out in Buyers Attachment F - Question 2.4.1: Describe your project approach in providing MEP Engineering Services. Limit of eight (8) pages. Pages exceeding the limit will be removed and will not be evaluated. Provide as a single PDF file. (70% Programmatic – Project Approach Group) 2.4.2 2.4.2 Project Cost Control: As set out in Buyers Attachment G - Question 2.4.2: Project approach in providing project cost control services. Limit of three (3) pages. Pages exceeding the limit will be removed and will not be evaluated. Provide as a single PDF file. (20% Programmatic – Project Cost Control Group) 2.4.3 2.4.3 Project Goals and Recommendations: Project Goals and Recommendations: Provide a detailed narrative of your Project Approach to services, duties, and responsibilities described below. 1)What do you think are the most important considerations in determining whether anticipated projects are successful and why? 2) Describe how you understand and manage any conflicting goals in the design of these projects. 3) What advice or recommendations do you have for the County for anticipated projects to be successful? 4) What one thing makes your team the best for delivery of the anticipated projects? Limit of two (2) pages. Pages exceeding the limit will be removed and will not be evaluated. Provide as a single PDF file. (10% Programmatic – Project Goals and Recommendations) Group 2.5: Responsible Business Practice Questions (25%) Instructions: 2.5.1 2.5.1 Sustainable Business Practices: What sustainability practices and innovations does your firm engage in during the operations of your business? How has your firm demonstrated its commitment to sustainability through its own operations? Limit of one (1) page. Pages exceeding the limit will be removed and will not be evaluated. Provide as a single PDF file. (33% Programmatic – Responsible Business Practices Group) 2.5.2 2.5.2 Corporate Social Responsibility: Please provide a detailed description of your organization’s corporate social responsibility practices, including anti-harassment and accountability policies, pay equity, employee benefits such as health care and paid parental leave, and retirement benefits. Limit of one (1) page. Pages exceeding the limit will be removed and will not be evaluated. Provide as a single PDF file.(33% Programmatic – Responsible Business Practices Group) 2.5.3 2.5.3 Equitable Business Practices: How does your agency incorporate equity values, manage diversity, and systematically involve clients, staff, families, and communities in all aspects of policy and service delivery? Demonstrate through stories & metrics how your firm has created new ways to support equity through your growing workforce, recruitment, hiring, retention, promotion, leadership, mentorship internship, and succession planning. Limit of one (1) page. Pages exceeding the limit will be removed and will not be evaluated. Provide as a single PDF file. (34% Programmatic – Responsible Business Practices Group) 22 April 202222 April 202222 April 202222 April 202222 April 2022 Product Line Items Product Line Items There are no Items added to this event. 22 April 202222 April 202222 April 202222 April 2022 Service Line Items Service Line Items 1. # Item Name, Commodity Code, Description Allow Alternates Qty. UOM Requested Service Delivery S1 MEP Engineering Services 1 USD - US Dollar 22 April 202222 April 202222 April 2022

501 SE Hawthorne Blvd., 5th Floor Portland, Oregon 97214Location

Address: 501 SE Hawthorne Blvd., 5th Floor Portland, Oregon 97214

Country : United StatesState : Oregon

You may also like

On- Call Geotechnical Engineering Services

Due: 06 May, 2024 (in 6 days)Agency: City of Orinda

RFQ Electrical Engineering Services

Due: 15 May, 2024 (in 15 days)Agency: Sonoma County

22-6249E Electrical and Mechanical Services - Citywide

Due: 14 Dec, 2024 (in 7 months)Agency: City of Goodyear

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.