Facility Condition Assessment Services

expired opportunity(Expired)
From: Multnomah County(County)
RFP-92-2023

Basic Details

started - 03 Feb, 2023 (15 months ago)

Start Date

03 Feb, 2023 (15 months ago)
due - 08 Mar, 2023 (14 months ago)

Due Date

08 Mar, 2023 (14 months ago)
Bid Notification

Type

Bid Notification
RFP-92-2023

Identifier

RFP-92-2023
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.

03 March 2023 Facility Condition Assessment Services Facility Condition Assessment (FCA) Consulting 03 March 2023 Open 2/3/2023 8:00 AM PST Type Request for Proposal (RFP) Close 3/8/2023 4:00 PM PST Number RFP-92-2023 Currency US Dollar Sealed Until 3/8/2023 4:00 PM PST Payment Terms 0% 0, Net 30 03 March 2023 Contacts Lynn Faulkenberry lynn.faulkenberry@multco.us Phone +1 503-988-7544 ext. 87544 03 March 2023 Commodity Codes Commodity Code Description 80101599 Consulting Services, General 72120100 General Building Construction 81101508 Architectural Engineering Services 03 March 202303 March 202303 March 202303 March 202303 March 202303 March 202303 March 202303 March 202303 March 2023 mailto:lynn.faulkenberry@multco.us AMENDMENT 2: Amendment 2 includes the following changes:  Scope of Services has been revised for clarity  Page limit for response to
Question 2.2.1 is corrected to two (2) pages AMENDMENT 1: Amendment 1 includes the following changes:  Pre-Proposal Attendance is added in Buyer Attachments  Buyer Attachment C Question 2.3.1 replaced with Buyer Attachment C Question 2.3.1.revised. 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. PRE-PROPOSAL CONFERENCE: An OPTIONAL Pre-Proposal conference is scheduled. RFP-92-2023 FCA Services Pre-Proposal Monday, February 13 · 11:00am – 12:00pm Google Meet: https://meet.google.com/gqc-swhs-ath Or dial: (US) +1 304-568-6751 PIN: 578 033 470# 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 Facility Condition Assessment (FCA) Consulting. The County’s intent is to secure and retain two (2) Consulting firms with the qualifications and staff resources to conduct Facility Condition Assessments for major building systems and components using a comprehensive assessment methodology. Also being requested is seismic analysis and geotechnical surveys. Building assessment work, listed in Buyer's Attachment C, will be assigned at the County’s sole discretion. The County may also request Seismic Analysis Tier 1 and Geotechnical Surveys on specific buildings through self performance or a subconsultant. Additional assessments and surveys of County-owned Buildings will be determined on an as needed basis under this contract, and a separate proposal from the retained firms will be required for submission and approval for each additional project. 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 identified the need for assessments for County-owned facilities based upon facility condition needs at that time. Description https://solutions.sciquest.com/apps/Router/SupplierLogin?CustOrg=Multnomah Major Service Components This RFP solicits Service Providers to submit a Proposal to provide these services as requested by the County. The County intends to award Contracts to two (2) vendors. The County has requested Facility Condition Assessment pricing, Seismic Analysis Tier 1 pricing, and Geotechnical Survey pricing as Identified in the Facilities List provided in the scoring section of this RFP. After the Contracts are awarded, negotiated, and executed, the County will assign projects to the Contractors at the sole discretion of the County. INTRODUCTION AND PROGRAM HISTORY The Facilities and Property Management Division (FPM) proactively 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, shelters and other types of specialized space largely owned by the County at approximately 130 buildings. FPM is responsible for overseeing the long term capital requirements of these building assets through a balance of capital management and building disposition strategies. It is FPM’s goal to do an annual assessment of all capital facility needs including collecting information from FPM employees, and developing a 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 (“COBID 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. FPM’s goal for the Contract resulting from this solicitation is to award to two firms that have the experience to provide the full spectrum of FCA Services for County-owned facilities. 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, office buildings, health clinics, libraries, shelters, 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) for all Justice and Detention facilities and will be required to interact with County employees and the public in a professional and respectful manner. Records check form, if required, will be performed after Contract Award for all individuals requiring access to County Justice and Detention facilities and before entry into/onto County Justice or Detention facilities. Goals for Multnomah County Assessment projects include, but are not necessarily limited to the accurate assessment of County buildings, providing Facility Condition Assessments, and in some cases Seismic Analysis and Geotechnical Surveys, as required per project direction to support the County’s 5-year capital improvement plan and to assist the County with its long-term planning needs. TARGET POPULATION SERVED Contracted Assessment 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 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 SCOPE OF SERVICES The contracted suppliers shall perform Facility Condition Assessment, Seismic Analysis, and/or Geotechnical Surveys on a requirements basis. Work will be performed in accordance with the most recently adopted standards and requirements of governing and/or regulatory agencies having jurisdiction. Work shall comply with all applicable professional standards. 1. Facility Condition Assessments: Assess building and/or project site using methods and procedures that are consistent with standard commercial and customary practice as outlined in ASTM Standard E 2018-15 for Property Condition Assessments. Facility Condition Assessments may include a review of structural, mechanical, electrical, plumbing, fire safety, conveying systems, and building exterior envelope systems. Any or all of the following activities may be required as part of the assessment, based on the individual facility:  Identify the condition of the Property and the timing and cost of expenditures estimated to be required over the next ten (10) years.  Capture and record certain physical building characteristics and information relative to the construction, condition and capital needs of the Property.  Identify the current physical condition of each component or element and any deficiencies.  Identify maintenance projects for the individual properties and facilities required to return the assets to functionality or to a minimum standard condition in order to preserve asset value.  Recommend corrective action for all code violations and code deficiencies.  Prioritize capital repair projects, by year, through the ten (10) year assessment period.  Estimate the cost to correct, improve or reduce further deterioration of the physical assets.  Prepare summary and detailed reports, for the County, as deliverables, at the end of each Project. 2. Seismic Analysis: Assess the building and/or components (“Component” means any subsystem, subassembly, or other system designed for use in, or as part of, a structure) using methods and procedures that are consistent with standard commercial and customary practice as outlined in Seismic ASCE 41-13 Assessments Tier1. The Seismic Analysis assessment may include the following activities as part of the review of the structural and nonstructural systems, based on the individual facility:  Identify the current physical condition of each Component that may be adversely affected by seismic events and any deficiencies within those Components.  Capture and record certain physical building characteristics and information relative to the construction, condition and capital needs of the Property.  Estimate the cost to correct, improve or reduce further deterioration of the physical assets.  Prepare summary and reports for the County, as deliverables, at the end of each Project. 3. Geotechnical Surveys: Assess the physical characteristics of the soil located at the project site using methods and procedures that are consistent with standard commercial and customary practices as it relates to the existing buildings. The Geotechnical Survey includes a review of the soil conditions relating to building settlement issues and may include the following activities based on the individual facility or site:  Identify the condition of the soil.  Recommend corrective action for soil deficiencies.  Estimate the cost to correct, improve, or reduce further settlement or deterioration of the building.  Identify corrective measures required to ensure that the facility operates as designed.  Collect data from Contractor inspections and document the results.  Prepare summary and detailed reports, for the County, as deliverables, at the end of each Project. Key Personnel The members of the identified Assessment Team are considered Key Personnel for the purposes of the resulting Contract(s). Changes to the Assessment 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 Contractor 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. PROJECT PROPOSALS The Contractor shall submit a proposal that outlines the scope of the Work, timeline, and cost of the Project (hereafter, “Project Proposal”). The Contractor shall submit a Project Proposal with a “Not to Exceed” price for each Project. The quotation will be based on the prices of the negotiated Rate Sheet in the executed Contract. Work shall not begin until the Contractor and County mutually agree to proceed with the Work defined in a Project Proposal. 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:  Assessment Team Performance;  Adherence to the original project schedule (downtime);  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 Proposers with the highest scoring proposals. 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 two( 2) contracts. Award, as determined by the County, will be made to the responsible Proposers whose Proposal the County determines is 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 additional one (1) year periods until all open projects are completed. COMPENSATION AND METHOD OF PAYMENT The County shall pay for services based on a Not-to-exceed payment model. Payments for Services and reimbursable expenses shall be made monthly, following County’s review and approval of detailed invoices submitted by the Assessment Service 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 Assessment Service 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 Assessment Service provider 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 ofproposal 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 ofContracting, 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. SCORING BREAKDOWN: Group/Question % of Total % of Group 2.1 Experience and Qualifications 30% 2.1.1 Similar Project Experience 100% 2.2 Project Team Experience 10% 2.2.1 Team Structure and Engagement 100% 2.3 Pricing 25% 2.3.1 Facility List 100% 2.3.2 Hourly Rates [Not Scored] 0% 2.4 Project Approach 10% 2.4.1 Project Approach 75% 2.4.2 Project Goals and Recommendations 25% 2.5 Responsible Business Practices 25% 2.5.1 Sustainable Business Practices 33% 2.5.2 Corporate Social Responsibility 33% 2.5.3 Equitable Business Practices 34% Required to View Event Prerequisites Required to Enter Bid 03 March 2023 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. 03 March 202303 March 202303 March 202303 March 202303 March 202303 March 202303 March 2023 Buyer Attachments 1. Procedural Instructions (Proposals) 2. How to Complete and Submit a Response to a Sourcing Event - MMP Supplier Guide 3. RFP-92-2023 Pre-Proposal attendance.pdf 4. Buyers Attachment A Question 2.1.1.pdf 5. Buyers Attachment B Question 2.2.1.pdf 6. Buyer Attachment C Question 2.3.1 revised.xlsx 7. Buyers Attachment D Question 2.4.1.pdf 8. Buyers Attachment E Question 2.4.2.pdf 9. Sample Contract 03 March 202303 March 202303 March 202303 March 202303 March 202303 March 2023 https://bids.sciquest.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMTE3MzM4LTgxNzc3NzIzOFByb2NlZHVyYWwgSW5zdHJ1Y3Rpb25zX1Byb3Bvc2FscyAwNi4yNi4xOSAoMSkucGRm&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 https://multco.us/file/73233/download https://bids.sciquest.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMTE3MzM4LTEzODM2NDM4NjNSRlAtOTItMjAyMyBQcmUtUHJvcG9zYWwgYXR0ZW5kYW5jZS5wZGY%3D&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 https://bids.sciquest.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMTE3MzM4LTEzNzUxOTk3MzZCdXllcnMgQXR0YWNobWVudCBBIFF1ZXN0aW9uIDIuMS4xLnBkZg%3D%3D&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 https://bids.sciquest.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMTE3MzM4LTEzNzUxOTk4ODNCdXllcnMgQXR0YWNobWVudCBCIFF1ZXN0aW9uIDIuMi4xLnBkZg%3D%3D&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 https://bids.sciquest.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMTE3MzM4LTEzODM2Njk5MzRCdXllciBBdHRhY2htZW50IEMgUXVlc3Rpb24gMi4zLjEgcmV2aXNlZC54bHN4&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 https://bids.sciquest.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMTE3MzM4LTEzNzUyMDEwMzdCdXllcnMgQXR0YWNobWVudCBEIFF1ZXN0aW9uIDIuNC4xLnBkZg%3D%3D&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 https://bids.sciquest.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMTE3MzM4LTEzNzUyMDE0ODNCdXllcnMgQXR0YWNobWVudCBFIFF1ZXN0aW9uIDIuNC4yLnBkZg%3D%3D&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 https://bids.sciquest.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMTE3MzM4LTEzNjQ5MTk5ODJTYW1wbGUrQ29udHJhY3QgKDE5KS5wZGY%3D&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 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. 1.1.13 This is a joint proposal. 1.1.14 If proposal is a joint proposal, upload MOU. Group 2.1: Programmatic Questions - Experience and Qualifications (30%) Instructions: 2.1.1 2.1.1 As set out in Buyers Attachment A - Question 2.1.1 Project Experience. Detailed page limits are set out in the attachment. Pages exceeding the limits will be removed and will not be evaluated. Provide as a single PDF file. (100% Experience and Qualifications Group) Group 2.2: Programmatic Questions - Project Team Experience (10%) Instructions: 2.2.1 2.2.1 As set out in Buyers Attachment B - Question 2.2.1 Team Structure and Engagement. Response is limited to two (2) pages. Pages exceeding the limit will be removed and will not be evaluated. Provide as a single PDF file. (100% Project Team Experience Group) Group 2.3: Programmatic Questions - Pricing (25%) Instructions: 2.3.1 2.3.1 As set out in Buyers Attachment C - Question 2.3.1 Pricing: Complete estimated pricing and upload completed form. Response is limited to the provided document. Additional information will not be evaluated. Provide as a single pdf file. (100% Pricing Group) 2.3.2 2.3.2 Hourly Rates - Provide a single page rate sheet showing the hourly rate for all levels of staffing that will apply to these projects. Include key personnel, all staff assigned to perform assessment services, and administrative staff. These rates will be used as the basis for contract negotiations in the finalization of the contract deliverables, scope of work and staffing plan. Do not include rates for subcontractors. Rates will not be used as a basis of proposal response evaluation. (0% Programmatic – Pricing Group) Group 2.4: Programmatic Questions - Project Approach (10%) 03 March 202303 March 202303 March 202303 March 202303 March 2023 Instructions: 2.4.1 2.4.1 Project Approach: Buyers Attachment D - Question 2.4.1. Except as noted in the attachment, response is limited to eight (8) pages. Pages exceeding the limit will be removed and will not be evaluated. Provide as a single PDF file. (75% Project Approach Group) 2.4.2 2.4.2 Project Goals and Recommendations: Buyer's Attachment E Question 2.4.2. Response is limited to two (2) pages. Pages exceeding the limit will be removed and will not be evaluated. Provide as a single PDF file. (25% Project Approach Group) 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? Response is limited to one (1) page. Pages exceeding the limit will be removed and will not be evaluated. Provide as a single PDF file. (33% 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. Response is limited to one (1) page. Pages exceeding the limit will be removed and will not be evaluated. Provide as a single PDF file. (33% 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. Response is limited to one (1) page. Pages exceeding the limit will be removed and will not be evaluated. Provide as a single PDF file. (34% Responsible Business Practices Group) 03 March 202303 March 202303 March 202303 March 202303 March 2023 Product Line Items Product Line Items There are no Items added to this event. 03 March 202303 March 202303 March 202303 March 2023 Service Line Items Service Line Items 1. # Item Name, Commodity Code, Description Allow Alternates Qty. UOM Requested Service Delivery S1 FCA 1 USD - US Dollar 03 March 202303 March 202303 March 2023

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

Citywide Facilities Condition Assessments

Due: 23 May, 2024 (in 18 days)Agency: City of San Mateo

PURCHASE OF FACILITY CONDITION ASSESSMENTS SERVICES FOR OAFM.

Due: 27 Sep, 2025 (in 17 months)Agency: U.S. IMMIGRATION AND CUSTOMS ENFORCEMENT

Building Condition Assessment Services

Due: 23 May, 2024 (in 18 days)Agency: County of Essex

Please Sign In to see more like these.

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