Travel Demand Model Development: Triangle Regional Model (TRM)

expired opportunity(Expired)
From: University of North Carolina at Chapel Hill(Higher Education)
63-JGD10334

Basic Details

started - 11 May, 2020 (about 3 years ago)

Start Date

11 May, 2020 (about 3 years ago)
due - 15 Jun, 2020 (about 3 years ago)

Due Date

15 Jun, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
63-JGD10334

Identifier

63-JGD10334
UNIVERSITY - UNC at Chapel Hill

Customer / Agency

UNIVERSITY - UNC at Chapel Hill
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.

NC STATE UNIVERSITY Raleigh, North Carolina Request for Proposals (RFP) #63-JGD10334 Travel Demand Model Development: Triangle Regional Model (TRM) For internal administrative processing, including tabulation of proposals for posting to the Interactive Purchasing System (IPS), please provide your company’s Federal Employer Identification Number or alternate identification number (e.g. Social Security Number). Pursuant to G.S. 132-1.10(b) this identification number shall not be released to the public. This page will be removed and shredded, or otherwise kept confidential, before the procurement file is available for public inspection. This page is to be completed and included with your proposal. Failure to do so may subject your proposal to rejection. ID Number: ______________________________________________________ Federal ID Number or Social Security Number _______________________________________________________ Contractor Name Date 1 NC STATE UNIVERSITY REQUEST FOR PROPOSALS (RFP)
RFP # 63-JGD10334 TITLE: Travel Demand Model Development: Triangle Regional Model (TRM) USING DEPARTMENT: Institute for Transportation Research and Education (ITRE) ISSUE DATE: May 11, 2020 DUE DATE: 2:00 pm, Monday, June 15, 2020 ISSUING AGENCY: NC State University Purchasing Department Campus Box 7212 Raleigh, NC 27695 Proposals subject to the conditions made a part hereof will be accepted until 2:00 pm, Monday, June 15, 2020 for furnishing services described herein. Proposals must be submitted electronically at: https://ncsu.bonfirehub.com/opportunities/27404 Upload scanned pages from this RFP document included with your proposal response where indicated on the Bonfire website. Direct all inquiries (via email) concerning this RFP to: Jessica Dalton, C.P.M., CPPB NC State University Procurement Services Email: jessica_dalton@ncsu.edu NOTE: Questions concerning the RFP requirements must be submitted in writing. They must be submitted via email to jessica_dalton@ncsu.edu. Questions must be submitted no later than 5:00 P.M. on Friday, May 22, 2020. All questions submitted in writing will be answered in the form of an addendum to this RFP. No other contact with University representatives regarding this RFP is allowed during the proposal process. Attempts to obtain information directly from the department, or by any other means, may subject your proposal response to rejection. Please use the following template to submit your questions: Reference Vendor Question RFP Section Number Vendor question …? Insert rows as needed https://ncsu.bonfirehub.com/opportunities/27404 mailto:jessica_dalton@ncsu.edu mailto:jessica_dalton@ncsu.edu 2 1. INTRODUCTION/PURPOSE AND BACKGROUND NC State University’s Institute for Transportation Research and Education (hereafter referred to as ITRE or university) seeks proposals from qualified contractors to develop, calibrate, and validate a new generation best practice trip-based travel demand model for the Research Triangle region. The Triangle region is home to two Metropolitan Planning Organizations, the Capital Area MPO (CAMPO) and the Durham-Chapel Hill-Carrboro MPO (DCHC). Other transportation partners in the Triangle include the North Carolina Department of Transportation (NCDOT) and GoTriangle. Forecasting travel demand is crucial in the development and support of transportation programs, plans and projects in the Triangle Region. The current TRM model region covers ten counties including all of Wake, Durham, and Orange counties, and portions of Person, Granville, Franklin, Nash, Johnson, Harnett, and Chatham counties. The model platform is TransCAD and the current base year is 2013. The model region is divided into 2,857 traffic analysis zones (TAZs) and there are ninety-nine (99) external stations. The 2016 household population for the model region is estimated at 1,788,000 and the total employment is estimated at 960,000. Unlike many large urban regions, the Triangle region is not dominated by one single city, but rather has several large cities across the region that attract high numbers of jobs and housing. Raleigh is the largest municipality in the region. It was originally developed as a government center around the state capital in the downtown. At the center of the region is Research Triangle Park, the largest research park in the U.S. and Raleigh-Durham International Airport. In addition to being home to Research Triangle Park, the Triangle region is also home to two major medical centers, one housed at Duke University in Durham and the other housed at the University of North Carolina, Chapel Hill. Duke University and its Medical Center is the largest single employer in the Triangle region. North Carolina State University is the third major research university in the Triangle. In addition to these three major universities, the Triangle is also home to several smaller universities and colleges. This special market will be critical to any model development effort. Major highways serving the region, including several toll facilities, include I-40, I-85, I-440, I-540, I-87, and I-95 along the eastern edge of the model boundary. Regional transit service is provided by GoTriangle. The region also has several local providers of transit service including Chapel Hill Transit, GoDurham, GoCary, GoRaleigh, Wolfline, and Duke Transit. Together these systems result in the coding of approximately 195 transit routes in the current TRM. The overall objective of this project is to develop a new generation best practice trip-based model for the Triangle region that includes a non-motorized component, parking cost component, university special market model, airport special market model, expanded mode choice, improved transit modeling, improved highway and transit network management. 2. CONTRACT PERIOD The work will be conducted in two phases. The first phase will commence in July/August 2020 and extend through June 30, 2021. The second phase will commence in July/August 2021 and extend through June 30, 2022. Details of how the work will be split between the budget years will be finalized during final negotiations and initial planning meetings. The proposal shall address the full model development effort. 3. SCOPE OF WORK 3.1 Tasks. The following describes the suggested work tasks to accomplish the objective of a new generation model. Deviating from these tasks is acceptable if the firm can recommend a more streamlined or innovative approach, which produces results of equal or higher quality. Task 1: Project management and work plan Within two weeks of Notice of Award, the contractor will meet with the technical advisory committee to initiate the project, discuss the work plan and project schedule, and define project management roles and responsibilities. 3 ITRE will designate an overall project manager and a technical advisory committee. The contractor will designate a project manager to be the single point of contact throughout the life of the project. The proposal response shall identify the project manager and outline experience with travel model development and in leading model development teams and projects. Key team member roles, responsibilities and experience shall be included and pictured on an organizational chart. The proposal shall specify an approach to preparing a project management plan (PMP) including the various components that the plan will include to effectively and successfully execute the project. Proposals shall include a draft schedule that includes key dates and deliverables. Stakeholder agencies would prefer a model development schedule that accomplishes Tasks 2-11 in a 12-18-month time frame, but are open to a schedule that reflects your best assessment for when the work on these tasks can be completed. The schedule shall include all tasks. Task 2: Survey processing and target creation In 2016 the Triangle Region initiated recurring household travel survey data collection. The first wave of data was collected in the spring of 2016 and included 4,184 completed households. The second wave of data was collected in the fall of 2018 and included 1,498 completed households. Transit on-board survey data was collected in 2014/15 for Chapel Hill Transit, GoDurham, and select number of GoTriangle routes, and again in 2015/16 for GoRaleigh, GoCary, Wolfline, and the remaining GoTriangle routes. These data will be provided to the awarded contractor for processing to create model estimation files and calibration targets. Currently the TRM has a high degree of disaggregation, which at times pushes the limits of the existing survey data. This task will include reviewing the available data, and based on an assessment of the data and the proposing contractor’s experience with best practices, making recommendations for trip purposes and trip purpose stratification. Task 3: Networks and database development The base year calibration for the new generation model is 2016. Highway networks, traffic counts, transit networks, transit ridership data, traffic analysis zones (TAZs), and socioeconomic (SE) data for 2016 will be provided to the awarded contractor. While the current TRM has an adopted procedure for calculating highway capacity, the contractor shall propose what, in their experience, reflects best practices in coding highway network attributes and calculating highway capacity. This task shall also cover the contractor’s recommendations for overall file and data management as it relates to highway networks, traffic count data, transit networks, ridership data, TAZs and SE data. In particular, we are looking for recommendations on base and scenario year highway and transit network management. The TRM has an existing network management system, but it can be cumbersome with respect to coding future transit route systems and has many limitations on how future year highway networks are coded and managed. We are looking to modernize and improve our approach to network management to a system that is project driven, rather than being driven by the project date. Task 4: Household classification/population synthesis The Triangle region uses a CommunityViz model for the creation of future year socioeconomic data. That data requires additional processing before it is input into a population synthesizer. The current population synthesizer is not integrated into the TRM which creates numerous challenges for any model application requiring changes in socioeconomic data. The current population synthesizer is also challenging to use. We are looking for recommendations on best practice for this step. If the Triangle region plans to stay with a trip-based model for the foreseeable future, do you recommend a more traditional household classification model, or a more advanced population synthesizer, and why. If you recommend a population synthesizer, we are looking for a specification that is easy to implement and apply. Please outline your approach to this task in addition to justification for your recommended approach. Task 5: Trip production model The TRM currently uses a Generation Choice model for estimating trip productions. This is a model form that seemed to have some popularity for a short period of time in the early 2000s, but seems to have fallen out of 4 favor for trip-based models. Please provide us with your recommendations on a best practice trip production model, in addition to the reason you recommend this as best practice. Task 6: Destination and mode choice model The TRM includes both a destination choice and mode choice model. The current destination choice model is highly disaggregated and at times pushes the limits of the survey data. We are looking for recommendations on the best specification of this model in addition to trip purposes that are informed by the work completed in Task 2 and in support of best practice mode choice modeling. While the Triangle region currently operates only local, regional, and express bus, there is a great deal of planning work in the region looking at bus rapid transit, light rail transit, and commuter rail. The recommendations for the design of both the destination choice model and the mode choice model shall respect and support the analysis of all of these modes. Currently the TRM includes a non-motorized split model that captures shifts in non-motorized travel (walk and bicycle) in response to changes in land use and infrastructure. This model step is executed after destination choice and prior to mode choice. Our desire is to have these modes included within the full mode choice model, while at the same time maintaining the sensitivity to variables that influence this choice. We are looking for the contractor to recommend an approach to including non-motorized travel within TRM. Additionally, the Triangle region places a high premium on the role that parking plays in destination and mode choice and has invested quite a bit of resources in the development of a parking model over the past several years, but does not yet have a process that is fully integrated into the model. We are looking for recommendations for how to address the issue of parking cost and parking supply in the choice of mode and destination. Task 7: Special market models As previously noted, the Triangle is home to three major universities in addition to several smaller universities and colleges. As such, university related travel is an important travel market in our region that deserves special attention. We are looking for best practice recommendations on how best to model this special market within a trip-based model. The Triangle is also home to Raleigh-Durham International Airport (RDU). In 2019 RDU reported 7,123,434 enplanements and 7,095,187 deplanements. In addition to commercial airlines, RDU includes fixed-base operations and cargo transportation for the Triangle region. Located in the heart of the Triangle region, travel to and from RDU represents a second special market and we are looking for best practice recommendations on how best to include. Based on the contractor’s unique understanding of the Triangle region, the university is open to recommendations to other special market models that should be considered in the new generation TRM. Task 8: Commercial vehicle and truck model Commercial vehicles in the current TRM are forecast for three vehicle types: light-duty vehicles, single-unit trucks, and multi-unit trucks. The contractor shall propose a best practice approach to modeling commercial vehicle and truck trips, including required data, model structure, benefits and limitations, and recommendations for integrating these trips with other trips prior to assignment. Task 9: External trip model The North Carolina Statewide Travel Model (NCSTM) was used to inform the development of external trips. With recent examples of using big data to develop external trip models, this may be a more robust approach for our region. We are looking for the contractor to make a recommendation on the best approach for developing an external trip model whether via big data, information from NCSTM, or another recommended approach. In addition to the external tables for auto, commercial vehicle, and truck trips, external trips tables are also needed for transit trips into and out of the region. The contractor shall document their recommendations for developing external trips for transit. 5 Task 10: Time of day Eight time periods are modeled in the current TRM: AM peak hour and shoulders (6:00 – 7:30 am, 7:30 – 8:30 am, and 8:30 – 10:00 am), PM peak hour and shoulders (3:30 – 5:00 pm, 5:00 – 6:00 pm, and 6:00 – 7:30 pm), midday (10:00 am – 3:30 pm), and night (7:30 pm – 6:00 am). The contractor shall recommend their approach to time of day modeling, specifically addressing the treatment of residential trips (informed by the household travel survey) and external and commercial vehicle trips. Task 11: Trip Assignment, Validation, and Sensitivity Testing The contractor shall recommend a best practice approach to highway and transit assignment including recommendations on assignment methodology for both highway and transit, and why you consider that best practice. For highway assignment, recommendations shall address the best algorithm to use, closure criteria, volume- delay function, and assigned vehicle types. The Triangle region includes existing and planned toll facilities. The contractor shall recommend the best approach for toll modeling (ideally including calibration and validation), which may occur prior to or within the assignment step. The contractor shall address feedback to capture the role of congestion on travel behavior. Transit planning is an important component of transportation planning for our region, as such, having a regional model that can reliability model transit trips is an important goal. The contractor shall recommend the best transit assignment to use. Please specify the steps you will take to ensure defensible transit forecasts that can support the regions work program. The contractor shall specify the tests that will be use to validate the highway and transit assignment, in addition to overall quality checks of the model and model inputs with an eye towards improving model performance and increasing confidence in the model outputs. Your recommendations shall include highway and transit assignment validation targets and goals, and your process for determining when the model is ready for production. Static model validation focuses on known conditions, but the important role of models is in forecasting travel behavior and travel demand for future scenarios. For this reason, sensitivity testing (dynamic model validation) is an important component of model development. The contractor will propose sensitivity tests that they will use to improve TRM stakeholder confidence in the model outputs with respect to travel behavior, highway demand, and transit ridership for future year scenarios. Task 12: Scripting, file management and graphical user interface This task covers all scripting, file management, and the development of a graphical user interface (GUI) for creating and managing scenarios, reporting outputs, and running the new generation TRM. The contractor shall provide their recommendations for a best practice GUI including layout, steps, reporting, and functionality. Our expectation is that the model be fully scripted in GISDK, though we are open to recommendations using R, or another programming language, especially for reporting and post processing tools. We request that the final code base for the model be delivered using no more than two (2) software languages. The current TRM model is maintained in Subversion, but we are interested in migrating to a GitHub repository. The contractor shall document their recommendation for file management and version control. It is our desire to have the final model delivered with an installer package to allow for the transfer of the official model to future contractors or agency staff who will use the model to support planning analysis. The installer should check for or verify TransCAD version and build number and key data inputs whose absence may cause the model to crash. Task 13: Post processing tools The contractor shall recommend post processing tools that take full advantage of TransCAD functionality, and that provide planner/end user focused tools that allow ready access to model outputs and high-level summaries that support storytelling and decision making. 6 Task 14: Documentation The contractor shall outline their approach to documenting the model development process, including estimation, calibration, validation, and sensitivity testing. The contractor shall also document their approach to creating a model user’s guide, including recommendations for the elements and key components that an effective user’s guide should include. Task 15: Training The contractor will be required to provide TRM Team members with a minimum of 16 hours of training in four (4) hour blocks to allow for the testing and evaluation of concepts between training modules. The training shall include an overview of concepts in addition to hands on application. Please provide details on how you will conduct the training and topics your training will cover. Task 16: Model Validation to 2020 Base Year It will likely be necessary to conduct model validation against a future base year (e.g. 2020). The contractor will be provided with 2020 inputs including highway networks, transit networks, SE data, traffic counts, and transit ridership data, and any other supporting data as required by the new generation model, provided in the format required by the new generation model. Under this task the contractor will perform validation of the new base year and will make modifications and adjustments as necessary to the initial model calibration and validation in order to achieve acceptable validation testing and sensitivity testing. The contractor shall provide proof of similar project efforts and recommend an approach for conducting this second-round validation effort in addition to highlighting any possible challenges or constraints in completing this task. 3.2 Deliverables a) Project Management Plan. b) Progress reports, meeting notes. c) Highway and transit project management system including all scripts. d) Final cleaned electronic database of processed surveys and calibration targets. e) Model code and parameters for all sub-models calibrated to observed conditions. f) Technical memorandum documenting the completion of each task, including data, procedures, functionality and results. g) Final model procedures, scripts and datasets for the calibrated and validated new generation TRM. h) Model Development Report and Model User’s Guide. i) Model training and associated training materials, including datasets. 4. SUPPLIER QUALIFICATION/EXPERIENCE REQUIREMENTS Awarded Vendor must demonstrate a minimum of five (5) years successful experience providing services similar in nature and scope to those required herein. Preference may be given to vendors familiar with the Triangle region and use of the existing TRM. It is the vendor’s responsibility to provide valid reference information, and the University reserves the right to use reference check responses in its evaluation of 7 proposals. Evaluators may also consider references for which they have direct knowledge, regardless of whether the reference was included in the proposal response. The proposal response must outline the personnel to be provided in the performance of any resulting contract. This shall include number and sources of manpower, experience of the manpower provided, description of background checks provided, any training required to be provided, etc. The university shall not accept references where the university evaluators are required to go back through the proposing contractor in order to reach out to listed references. Please provide complete contact info in the proposal response. 5. SUPPLIER PROPOSAL RESPONSE At minimum, the proposal response must include the following: ● A detailed proposal addressing Sections 3 and 4, Scope of Work and Supplier Experience. Detailed methods, sources of qualified personnel, equipment, etc., for accomplishing the Scope of Work is required. ● Completed reference page ● Completed Cover Page with Firm Name and Tax ID# ● Completed and Signed Execution of Proposal Page ● Budget Response spread over a timeline for accomplishing the work described in Section 2 ● Insurance Certificate demonstrating complete insurance coverage meeting limits set forth herein. Include general liability and worker’s compensation proof of coverage. If your firm is not required to supply worker’s compensation insurance, this must be clearly documented in the proposal response. Failure to document worker’s compensation exemption will result in the proposal being set aside as non- responsive in the initial screening. ● Any applicable RFP addenda subsequent to this RFP that is required for return by statement on the addendum. Incomplete proposals will not be considered for award. 8 6. CRITERIA FOR EVALUATION AND AWARD All proposals will be evaluated according to the following: SCREENING CRITERIA: Complete proposal response (see Section 5) is uploaded to the Bonfire website using proper file formats as directed with no restriction on access to the files (no passwords or other technical issues when accessing uploaded files). Incomplete responses or responses that cannot be readily accessed will not be considered further. Proposals meeting screening requirements include only a cursory viewing of package contents at the time of opening. Specific items are subject to secondary verification or analysis. For instance, the inclusion of Certificates, permits, etc. may pass initial screening if they are included physically, but may be set aside during the technical evaluation due to expiration dates or other content deficiencies. Proposals meeting the screening criteria are then evaluated as follows: • Proposal demonstrates an overall understanding of the goals and objectives of the solicitation. 20% • Proposed approach is clear, realistic, and technically sound. 25% • Proposed approach represents best practices and contains elements of innovation and creativity. 10% • The proposing firm has a proven track record in successfully completing projects in the expertise sought. 10% • The team members who will be working on the project demonstrate qualifications and experience, in addition to the availability and commitment to deliver required products and services in a timely manner while also assuring high quality products. 15% • References and satisfaction of previous clients. 10% • Schedule. 10% 9 7. BUDGET/TIMELINE The available budget is provided below for ALL items listed in #3 Scope of Work. This includes all labor to be provided, transportation, tools, equipment, expenses (travel and otherwise), and any other costs to be borne by the university. Project Total: $300,000-350,000 This is the total cost for Phases 1 and 2. 10 REFERENCES RFP # 63-JGD10334 COMPANY NAME_____________________ REFERENCES PROVIDE THREE (3) REFERENCES WHERE SIMILAR WORK PERFORMED DURING THE PAST THREE (3) YEARS. See Section 4 for Reference requirements. (1) CLIENT NAME ________________________________________ ADDRESS (Street) ________________________________________ ADDRESS (City, St, Zip) ________________________________________ CONTACT NAME ________________________________________ TELEPHONE/E-MAIL ________________________________________ (2) CLIENT NAME ________________________________________ ADDRESS (Street) ________________________________________ ADDRESS (City, St, Zip) ________________________________________ CONTACT NAME ________________________________________ TELEPHONE/E-MAIL ________________________________________ (3) CLIENT NAME ________________________________________ ADDRESS (Street) ________________________________________ ADDRESS (City, St, Zip) ________________________________________ CONTACT NAME ________________________________________ TELEPHONE/E-MAIL ________________________________________ THIS PAGE MUST BE COMPLETED AND SUBMITTED AS A PART OF YOUR PROPOSAL. 11 EXECUTION OF PROPOSAL DATE: ___________ RFP #63-JGD10334 The potential Contractor certifies the following by placing an "X" in all blank spaces: ___ That this proposal was signed by an authorized representative of the firm. ___ That the potential Contractor has determined the cost and availability of all materials and supplies associated with performing the services outlined herein. ___ That all labor costs associated with this project have been determined, including all direct and indirect costs. _n/a_ That the potential Contractor has attended the preproposal conference and is aware of the prevailing conditions associated with performing these services. ___ That the potential Contractor agrees to the conditions as set forth in this Request for Proposals with no exceptions. ____ That the potential Contractor carries the appropriate insurance and will perform background checks on employees as required herein. See items 19 & 31 of General Contract Terms and Conditions attached. ____ That no employee or agent has offered, and no State employee has accepted, any gift or gratuity in connection this contract, in violation of N.C.G.S. § 133-32; and ____ That it, and each of its sub-contractors under this contract, complies with the requirements of Article 2 of Chapter 64 of the NC General Statutes, including the requirement for each employer with more than 25 employees in North Carolina to verify the work authorization of its employees through the federal E-Verify system, as required by G.S. §143-48.5. ____ That this proposal is submitted competitively and without collusion. That none of our officers, directors, or owners of an unincorporated business entity has been convicted of any violations of Chapter 78A of the General Statutes, the Securities Act of 1933, or the Securities Exchange Act of 1934 (G.S. 143-59.2), and that we are not an ineligible supplier as set forth in G.S. 143-59.1. False certification is a Class I Felony. Therefore, in compliance with the foregoing Request for Proposal, and subject to all terms and conditions thereof, the undersigned offers and agrees, if this proposal is accepted within forty-five (45) days from the date of the opening, to furnish the services for the prices quoted during any resulting contract period. CONTRACTOR________________________ADDRESS__________________________________________ PHONE_________________________ CITY AND STATE______________________ZIP CODE___________Cell____________________________ BY _________________________________TITLE______________________________________________ (Signature) _____________________________________E-MAIL____________________________________________ (Printed Name) ***************************************************************************************************************************** ACCEPTANCE OF PROPOSAL DATE: AGENCY ____________________________CITY AND STATE ___________________________________ By:__________________________________TITLE_____________________________________________ THIS PAGE MUST BE COMPLETED AND INCLUDED IN YOUR PROPOSAL RESPONSE 12 GENERAL INFORMATION ON SUBMITTING PROPOSALS 1. EXCEPTIONS: All proposals are subject to the terms and conditions outlined herein. All responses shall be controlled by such terms and conditions and the submission of other terms and conditions, price lists, catalogs, and/or other documents as part of an offeror's response will be waived and have no effect either on this Request for Proposals or on any contract that may be awarded resulting from this solicitation. Offeror specifically agrees to the conditions set forth in the above paragraph by signature to the proposal. 2. PROPOSAL SUBMITTAL: All proposals must be received by the issuing agency not later than the date and time listed on the cover sheet of this proposal. Proposals shall be uploaded to: https://ncsu.bonfirehub.com/opportunities/27404. Request for Proposals (RFP) directions are advertised at The State of North Carolina Interactive Purchasing System (IPS) www.ips.state.nc.us. An addendum to this RFP may be issued. If required, any subsequent addenda must be signed and submitted with the proposal upload. It is the vendor’s responsibility to verify that all applicable addenda are submitted as required. 3. ORAL PRESENTATIONS: During the evaluation and at their option, the evaluators may request oral presentations from any or all offerors for the purpose of clarification or to amplify the materials presented in any part of the proposal. However, offerors are cautioned that the evaluators are not required to request clarification; therefore, all proposals should be complete and reflect the most favorable terms available from the offeror. 4. PROPOSAL EVALUATION: Proposals will be evaluated as outlined herein. The award of a contract to one offeror does not mean that the other proposals lacked merit, but that, all factors considered, the selected proposal was deemed to provide the best value to the University, and/or the State. 5. COMMENCEMENT OF SERVICES: After proposals are evaluated, and offer is made, accepted and approved by appropriate authorities, the University will issue a purchase order, a contract or a letter of agreement as an indicator to commence services. 6. REQUEST FOR OFFERS: Offerors are cautioned that this is a request for offers, not a request to contract and the University/State reserves the unqualified right to reject any and all offers when such rejection is deemed to be in the best interest of the University or State. 7. ORAL EXPLANATIONS: The University shall not be bound by oral explanations or instructions given at any time during the competitive process or after award. 8. REFERENCE TO OTHER DATA: Only information which is received in response to this RFP will be evaluated; reference to information previously submitted shall not be evaluated. 9. ELABORATE PROPOSALS: Elaborate proposals in the form of brochures or other presentations beyond that necessary to present a complete and effective proposal are not desired. In an effort to support the sustainability efforts of the State of North Carolina we are receiving proposals via electronic submission. Please visit https://ncsu.bonfirehub.com/opportunities/27404 for specific submission instructions. 10. COST FOR PROPOSAL PREPARATION: Any costs incurred by offerors in preparing or submitting offers are the offerors' sole responsibility; the University will not reimburse any offeror for any costs incurred prior to award. 11. TIME FOR ACCEPTANCE: Each proposal shall state that it is a firm offer which may be accepted within a period of forty-five (45) days from the proposal opening. Although the contract is expected to be awarded prior to that time, the 45-day period is requested to allow for unforeseen delays. https://ncsu.bonfirehub.com/opportunities/27404 http://www.ips.state.nc.us/ https://ncsu.bonfirehub.com/opportunities/27404 13 12. TITLES: Titles and headings in this RFP and any subsequent contract are for convenience only and shall have no binding force or effect. 13. CONFIDENTIALITY OF PROPOSALS: In submitting its proposal the offeror agrees not to discuss or otherwise reveal the contents of the proposal to any source outside of the using or issuing agency, government or private, until after the award of the contract. Offerors not in compliance with this provision may be disqualified, at the option of the State, from contract award. Only discussions authorized by the University are exempt from this provision. 14. RIGHT TO SUBMITTED MATERIAL: All responses, inquiries, or correspondence relating to or in reference to the RFP, and all other reports, charts, displays, schedules, exhibits, and other documentation submitted by the offerors shall become the property of the State when received. 15. OFFEROR’S REPRESENTATIVE: Each offeror shall submit with its proposal the name, address, and telephone number of the person(s) with authority to bind the firm and answer questions or provide clarification concerning the firm's proposal. 16. PROPRIETARY INFORMATION: To the extent permitted by N.C.G.S. §132-1.3 trade secrets which the Contractor does not wish disclosed other than to personnel involved in the evaluation or contract administration will be kept confidential identified as follows: Each page shall be identified in boldface at the top and bottom as "CONFIDENTIAL". Any section of the proposal which is to remain confidential shall also be so marked in boldface on the title page of that section. Cost information is not confidential. In spite of what is labeled as confidential, the determination as to whether or not it is shall be determined by North Carolina law. 17. HISTORICALLY UNDERUTILIZED BUSINESSES: Pursuant to N.C.G.S. §143-48 and Executive Order #150, the University invites and encourages participation in this procurement process by businesses owned by minorities, women, disabled, disabled business enterprises and non-profit work centers for the blind and severely disabled. 18. PROTEST PROCEDURES: A party wanting to protest a contract award pursuant to this solicitation must submit a written request to the Director of Purchasing, North Carolina State University, Purchasing Department, Campus Box 7212, Raleigh, NC 27695-7212. This request must be received in the University Purchasing Department within thirty (30) consecutive calendar days from the date of the contract award, and must contain specific sound reasons and any supporting documentation for the protest. NOTE: Contract award notices are sent only to those actually awarded contracts, and not to every person or firm responding to this solicitation. Offerors may call the purchaser listed on the first page of this document to obtain a verbal status of contract award. All protests will be handled pursuant to the North Carolina Administrative Code, Title 1, Department of Administration, Chapter 5, Purchase and Contract, Section 5B.1519. 19. CONTRACTOR REGISTRATION AND SOLICITATION NOTIFICATION SYSTEM: Contractor Link NC allows Contractors to electronically register free with the State to receive electronic notification of current procurement opportunities for goods and services available on the Interactive Purchasing System. Online registration and other purchasing information are available on the web site: http://www.state.nc.us/pandc/. 20. RECIPROCAL PREFERENCE: N.C.G.S. §143-59 establishes a reciprocal preference law to discourage other states from applying in-state preferences against North Carolina’s resident offerors. The “Principal Place of Business” is defined as the principal place from which the trade or business of the offeror is directed or managed. 21. ENTERPRISE-LEVEL IT SYSTEMS OR TECHNOLOGIES: The University is committed to promote and integrate universal IT accessibility in the delivery of its resources and to develop innovative solutions to accessibility challenges for students, faculty and staff. Contractors shall: http://www.state.nc.us/pandc/ http://www.state.nc.us/pandc/ 14 a. Assure all features, components and sub-systems of the software or IT System contained on this RFP fully comply with Section 508 of the Rehabilitation Act of 1973, as amended (29 U.S.C.794d), (http://www.section508.gov); OR Detail why any feature, component or sub-system contained in this RFQ doe s not fully comply with Section 508, and the way in which the proposed product is out of compliance; b. If the Voluntary Product Accessibility Templates (VPAT) (http://www.access-star.org/ITI- VPAT- v1.2.html) are used, they must include compliance checklists for: 1. Technical Standards; 2. Function and Performance Criteria; and. 3. Documentation and Support c. The product offered in response to this RFP is subject to an accessibility evaluation by the University. http://www.access-star.org/ITI-VPAT- http://www.access-star.org/ITI-VPAT- 15 NORTH CAROLINA STATE UNIVERSITY GENERAL CONTRACT TERMS AND CONDITIONS (Contractual and Consultant Services) 1. GOVERNING LAW: This contract is made under and shall be governed and construed in accordance with the laws of the State of North Carolina. 2. SITUS: The place of this contract, its situs and forum, shall be Wake County, North Carolina, where all matters, whether sounding in contract or tort, relating to is validity, construction, interpretation and enforcement shall be determined. 3. INDEPENDENT CONTRACTOR: The Contractor shall be considered to be an independent contractor and as such shall be wholly responsible for the work to be performed and for the supervision of its employees. The Contractor represents that it has, or will secure at its own expense, all personnel required in performing the services under this agreement. Such employees shall not be employees of, or have any individual contractual relationship with the University. 4. KEY PERSONNEL: The Contractor shall not substitute key personnel assigned to the performance of this contract without prior written approval by the University’s Contract Administrator. The individuals designated as key personnel for purposes of this contract are those specified in the Contractor’s proposal. 5. SUBCONTRACTING: Work proposed to be performed under this contract by the Contractor or its employees shall not be subcontracted without prior written approval of the University’s Contract Administrator. Acceptance of an offeror’s proposal shall include any subcontractor(s) specified therein. 6. INSPECTION AT CONTRACTOR’S SITE: The University reserves the right to inspect, at a reasonable time, the equipment/item, plant or other facilities of a prospective contractor prior to contract award, and during the contract term as necessary for the University’s determination that such equipment/item, plant or other facilities conform with the specifications/requirements and are adequate and suitable for the proper and effective performance of the contract. 7. PERFORMANCE AND DEFAULT: If, through any cause, the Contractor shall fail to fulfill in timely and proper manner the obligations under this agreement, the University shall thereupon have the right to terminate this contract by giving written notice to the Contractor and specifying the effective date thereof. In that event, all finished or unfinished deliverable items under this contract prepared by the Contractor shall, at the option of the University, become its property, and the Contractor shall be entitled to receive just and equitable compensation for any satisfactory work completed on such materials. Notwithstanding, the Contractor shall not be relieved of liability to the University for damages sustained by the University by virtue of any breach of this agreement, and the University may withhold any payment due the Contractor for the purpose of setoff until such time as the exact amount of damages due the University from such breach can be determined. In case of default by the Contractor, the University may procure the services from other sources and hold the Contractor responsible for any excess cost occasioned thereby. The University reserves the right to require performance bond or other acceptable alternative guarantees from successful offeror without expense to the University. In addition, in the event of default by the Contractor under this contract, the State may immediately cease doing business with the Contractor, immediately terminate for cause all existing contracts the State has with the Contractor, and de-bar the Contractor from doing future business with the State Upon the Contractor filing a petition for bankruptcy or the entering of a judgment of bankruptcy by or against the Contractor, the University may immediately terminate, for cause, this contract and all other existing contracts the Contractor has with the University. Neither party shall be deemed to be in default of its obligations hereunder if and so long as it is prevented from performing such obligations by any act of war, hostile foreign action, nuclear explosion, 16 riot, strikes, civil insurrection, earthquake, hurricane, tornado, or other catastrophic natural event or act of God. 8. GOVERNMENTAL RESTRICTIONS: In the event any Governmental restrictions are imposed which necessitate alteration of the material, quality, workmanship or performance of the items offered prior to their delivery, it shall be the responsibility of the contractor to notify, in writing, the issuing purchasing office at once, indicating the specific regulation which required such alterations. The University reserves the right to accept any such alterations, including any price adjustments occasioned thereby, or to cancel the contract. 9. FORCE MAJEURE: Neither party shall be deemed to be in default of its obligations hereunder if and so long as it is prevented from performing such obligations by an act of war, hostile foreign action, nuclear explosion, earthquake, hurricane, tornado, or other catastrophic natural event or act of God. 10. TERMINATION: The University may terminate this agreement at any time by providing written notice to the contractor at least thirty (30) days before the effective date of the termination. In that event, all finished or unfinished deliverable items prepared by the Contractor under this contract shall, at the option of the University, become its property. If the contract is terminated by the University as provided herein, the Contractor shall be paid for services satisfactorily completed, less payment or compensation previously made. All promises, requirements, terms, conditions, provisions, representations, guarantees, and warranties contained herein shall survive the contract expiration or termination date unless specifically provided otherwise herein, or unless superseded by applicable Federal or State statutes of limitations. The Contractor may terminate at the beginning of any contract year, only by notification provided in writing to the University a minimum of four (4) months prior to the applicable contract year expiration. 11. AVAILABILITY OF FUNDS: Any and all payments to the Contractor are dependent upon and subject to the availability of funds to the University for the purpose set forth in this agreement. The university pays Net 30 days from receipt of an accurate invoice. 12. CONFIDENTIALITY: Any information, data, instruments, documents, studies or reports given to or prepared or assembled by the Contractor under this agreement shall be kept as confidential and not divulged or made available to any individual or organization without the prior written approval of the University. 13. CARE OF PROPERTY: The Contractor agrees that it shall be responsible for the proper custody and care of any property furnished it for use in connection with the performance of this contract or purchased by it for this contract and will reimburse the State for loss of damage of such property. 14. COPYRIGHT: No deliverable items produced in whole or in part under this agreement shall be the subject of an application for copyright by or on behalf of the Contractor. In addition, all inventions and the copyright in and to any copyrightable work, including, but not limited to, copy, art, negatives, photographs, designs, text, software, or documentation created as part of the Contractor’s performance of this project shall vest in the University, and the Contractor agrees to assign all rights therein to the University. Contractor further agrees to provide University with any and all reasonable assistance which University may require to file patent applications, to obtain copyright registrations, or to perfect its title in any such inventions or works, including the execution of any documents submitted by the University. 15. ASSIGNMENT: No assignment of the Contractor’s obligations or the Contractor’s right to receive payment hereunder shall be permitted. However, upon written request approved by the issuing purchasing authority, the University may: a. Forward the contractor’s payment check(s) directly to any person or entity designated by the Contractor, or b. Include any person or entity designated by Contractor as a joint payee on the Contractor’s payment check(s). In no event shall such approval and action obligate the University to anyone other than the Contractor and the Contractor shall remain responsible for fulfillment of all contract obligations. 17 16. COMPLIANCE WITH LAWS: The Contractor shall comply with all laws, ordinances, codes, rules, regulations, and licensing requirements that are applicable to the conduct of its business, including those of federal, state, and local agencies having jurisdiction and/or authority. 17. AFFIRMATIVE ACTION: The Contractor shall take affirmative action in complying with all Federal and State requirements concerning fair employment and employment of people with disabilities, and concerning the treatment of all employees without regard to discrimination by reason of race, color, religion, sex, national origin, or disability. 18. SAFETY STANDARDS: All manufactured items and/or fabricated assemblies subject to operation under pressure, operation by connection to an electric source, or operation involving a connection to a manufactured, natural, or LP gas source shall be constructed and approved in a manner acceptable to the appropriate state inspector which customarily requires the label or re-examination listing or identification marking of the appropriate safety standard organization; such as the American Society of Mechanical Engineers for pressure vessels; the Underwriters Laboratories and /or National Electrical Manufacturers’ Association for electrically operated assemblies; or the American Gas Association for gas operated assemblies, where such approvals of listings have been established for the type of device offered and furnished. Further, all items furnished shall meet all requirements of the Occupational Safety and Health Act (OSHA), and state and federal requirements relating to clean air and water pollution. 19. INSURANCE: During the term of the contract, the contractor at its sole cost and expense shall provide commercial insurance of such type and with such terms and limits as may be reasonably associated with the contract. As a minimum, the contractor shall provide and maintain the following coverage and limits: a. Worker’s Compensation - The contractor shall provide and maintain Worker’s Compensation Insurance, as required by the laws of North Carolina, as well as employer’s liability coverage with minimum limits of $500,000.00, covering all of Contractor’s employees who are engaged in any work under the contract. If any work is subcontracted, the contractor shall require the subcontractor to provide the same coverage for any of its employees engaged in any work under the contract. b. Commercial General Liability - General Liability Coverage on a Comprehensive Broad Form on an occurrence basis in the minimum amount of $1,000,000.00 Combined Single Limit. (Defense cost shall be in excess of the limit of liability). c. Automobile - Automobile Liability Insurance, to include liability coverage, covering all owned, hired and non-owned vehicles, used in connection with the contract. The minimum combined single limit shall be $1,000,000.00 bodily injury and property damage; $1,000,000.00 uninsured/under insured motorist; and $1,000.00 medical payment. Providing and maintaining adequate insurance coverage is a material obligation of the contractor and is of the essence of this contract. All such insurance shall meet all laws of the State of North Carolina. Such insurance coverage shall be obtained from companies that are authorized to provide such coverage and that are authorized by the Commissioner of Insurance to do business in North Carolina. The contractor shall at all times comply with the terms of such insurance policies, and all requirements of the insurer under any such insurance policies, except as they may conflict with existing North Carolina laws or this contract. The limits of coverage under each insurance policy maintained by the contractor shall not be interpreted as limiting the contractor’s liability and obligations under the contract. 20. ADVERTISING: Contractor shall not use the existence of this contract or the name of the State of North Carolina or North Carolina State University as part of any advertising without prior written approval from the University. 21. ENTIRE AGREEMENT: This contract and any documents incorporated specifically by reference represent the entire agreement between the parties and supersede all prior oral or written statements or agreements. This Request for Proposal, any addenda thereto, and the offeror’s response are incorporated herein by reference as though set forth verbatim. 18 All promises, requirements, terms, conditions, provisions, representations, guarantees, and warranties contained herein shall survive the contract expiration or termination date unless specifically provided otherwise herein, or unless superseded by applicable Federal or State statutes of limitation. 22. AMENDMENTS: This contract may be amended only by written amendment duly executed by authorized representatives of both the University and the Contractor. 23. TAXES: N.C.G.S. §143-59.1 bars the Secretary of Administration from entering into contracts with Contractors if it or its affiliates meet one of the conditions of N.C.G. S. §105-164.8(b) and refuse to collect use tax on sales of tangible personal property to purchasers in North Carolina. Conditions under G. S. 105-164.8(b) include: (1) Maintenance of a retail establishment or office, (2) Presence of representatives in the State that solicit sales or transact business on behalf of the Contractor and (3) Systematic exploitation of the market by media-assisted, media-facilitated, or media-solicited means. By execution of the bid document the Contractor certifies that it and all of its affiliates, (if it has affiliates), collect(s) the appropriate taxes. 24. GENERAL INDEMNITY: The Contractor shall hold and save the University, its officers, agents, and employees, harmless from liability of any kind, including all claims and losses accruing or resulting to any other person, firm, or corporation furnishing or supplying work, services, materials, or supplies in connection with the performance of this contract, and from any and all claims and losses accruing or resulting to any person, firm, or corporation that may be injured or damaged by the Contractor in the performance of this contract and that are attributable to the negligence or intentionally tortious acts of the Contractor provided that the Contractor is notified in writing within 30 days that the State has knowledge of such claims. The Contractor represents and warrants that it shall make no claim of any kind or nature against the University‘s agents who are involved in the delivery or processing of Contractor goods to the University. The representation and warranty in the preceding sentence shall survive the termination or expiration of this contract. 25. OUTSOURCING: Any Contractor or subcontractor providing call or contact center services to the University or State of North Carolina shall disclose to inbound callers the location from which the call or contact center services are being provided. If, after award of a contract, the Contractor wishes to outsource any portion of the work to a location outside the United States, prior written approval must be obtained from the University agent responsible for the contract. Contractor must give notice to the University of any relocation of the Contractor, employees of the Contractor, subcontractors of the Contractor, or other persons performing services under a state contract outside of the United States. 26. PRICING: All prices offered herein shall be firm against any increases. Requests by the Contractor for a cost increase relevant to any contract extension shall be submitted in writing one hundred and eighty (180) days prior to each contract renewal. The University reserves the option of accepting a Contractor's proposed cost increase or canceling the service and seeking proposals from other Contractors. Requests for cost increases will be indexed to the same percent as any change in the Consumer Price Index/All Urban Consumers for the previous twelve month period of the request. Invoices are paid Net 30 days from receipt of an accurate invoice. 27. DEBARMENT CERTIFICATION: Offeror certifies to the best of its knowledge and belief, that it nor any of its principals a) are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contract by any Federal agency; b) have not within a three year period preceding this award been convicted of or had a civil judgment rendered against them for: commission of a fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state or local) contract or subcontract; violation of Federal or state antitrust statutes relating to this submission of offers; or commission of embezzlement, theft, forgery, bribery, falsifications or destruction of records, making false statements, or receiving stolen property; and c) are not presently indicted for, or otherwise criminally or civilly charged by a government entity with, commission of any of these offenses enumerated 19 herein. The offer certifies that they have not, within a three year period preceding this offer, had one or more contracts terminated for default by any federal agency. “Principals” for the purpose of this certification, means officers; directors; owners; partners; and persons having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a subsidiary, division, or business segments, and similar positions.) This certification concerns a matter within the jurisdiction of an agency of the United States and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution. Certification of this provision is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the University, the University may terminate this agreement for default. Offeror hereby certifies these conditions and does so by signing the execution page of this RFP document. 28. PRIVACY 1. Personal Identifiers: If University provides the Contractor with personal identifiers as listed in N.C.G.S. §132-1.10 and in N.C.G.S. §14-133.20(b) or any other legally confidential information, Contractor hereby certifies that collection of this information from University is necessary for the performance of Contractor’s duties and responsibilities on behalf of University under this Contract. Contractor further certifies that it shall maintain the confidential and exempt status of any social security number information, as required by N.C.G.S. §132- 1.10(c) (1), and that it shall not re-disclose personally identifiable information as directed by State and Federal laws. Failure to abide by legally applicable security measures and disclosure restrictions may result in the interruption, suspension and/or termination of the relationship with Contractor for a period of at least five (5) years from date of violation. If Contractor experiences a security breach, as defined in N.C.G.S. §75.61(14), relating to this information, in addition to the Contractor’s responsibilities under the NC Identity Theft Protection Act, Contractor shall immediately notify University with the information listed in N.C.G.S. §75- 65(d)(1-4) and shall fully cooperate with University. Contractor shall indemnify University for any breach of confidentiality or failure of its responsibilities to protect confidential information. Specifically, these costs may include, but are not limited to, the cost of notification of affected persons as a result of its unauthorized release of University data provided to Contractor pursuant to the Contract. 2. Education Records: If the University provides the Contractor with “personally identifiable information” from a student’s education record as defined by FERPA, 34 CFR §99.3, Contractor hereby certifies that collection of this information from University is necessary for the performance of Contractor’s duties and responsibilities on behalf of University under this Contract. In this instance, University considers Contractor a school official with a legitimate interest under FERPA. Contractor further certifies that it shall maintain the confidential status of education records in their custody, and that it shall not re-disclose personally identifiable information as directed by FERPA. Failure to abide by legally applicable security measures and disclosure restrictions may result in the interruption, suspension and/or termination of the relationship with Contractor for a period of at least five (5) years from date of violation. If Contractor experiences a security breach relating to this information or if Contractor re- discloses the information, Contractor shall immediately notify University. Contractor shall indemnify University for any breach of confidentiality or failure of its responsibilities to protect the personally identifiable information. Specifically, these costs may include, but are not limited to, the cost of notification of affected persons as a result of its unauthorized release of University data provided to Contractor pursuant to the Contract. 29. AUDITS: The State or University auditor shall have access to persons and records as a result of all Agreements entered into by the University in accordance with North Carolina General Statute §147-64.7 and Session Law 2010-194, Section 21. 20 30. PRESERVATION OF RECORDS: If the University provides any data to Contractor pursuant to this Agreement then Contractor shall preserve and maintain the data for a period of three (3) years or as indicated in a litigation hold letter issued by University, to fulfill the University’s obligations under the North Carolina Public Records Act and under the Federal and North Carolina Rules of Civil Procedure. Contractor shall immediately preserve and maintain data (and any generated email correspondence) upon the University’s request or upon notice of litigation or audit and further Contractor shall make available all Data University may specify with the time limits required. 31. CONTRACTOR EMPLOYEE BACKGROUND CHECKS: The Contractor shall, at no additional cost to the University, secure appropriate background checks on all employees, independent contractors, or subcontractor employees to be assigned to any resulting contract. These background checks shall include, at a minimum, the following checks with consideration for current, past, alias and maiden names: ● Nationwide Federal Criminal search ● National Sex Offender Registry search ● North Carolina Statewide Criminal search ● Criminal searches in all counties of residence outside the state of North Carolina in the past seven (7) years, except in cases when the individual has resided in the New York boroughs of Kings, Queens, New York, Nassau, Richmond, or Bronx, in which case a New York Statewide Criminal Search is required ● Skip Trace, Residency history, or other Social Security Number-based search (to ensure validity and correct matching) The Contractor shall align its hiring decisions to support the University’s ongoing effort to maintain a safe, drug-free environment for students, faculty, staff and visitors. These background checks shall be maintained by the Contractor and are subject to audit by appropriate University or state officials at any time during and for five (5) years after the contract end date. The University may withhold consent of any of Contractor's personnel to be placed on a University assignment at its sole discretion. The Contractor shall immediately (same day as notification) remove any employee or representative from University property if deemed by the University to be unfit for any reason. REQUEST FOR PROPOSALS (RFP) RFP # 63-JGD10334 DUE DATE: 2:00 pm, Monday, June 15, 2020 Campus Box 7212 3.2 Deliverables REFERENCES PROVIDE THREE (3) REFERENCES WHERE SIMILAR WORK PERFORMED DURING THE PAST THREE (3) YEARS. See Section 4 for Reference requirements.

2 W Edenton St, Raleigh, NC 27601, USALocation

Address: 2 W Edenton St, Raleigh, NC 27601, USA

Country : United StatesState : North Carolina

You may also like

REGIONAL DEMAND MANAGEMENT PROGRAM ADMINISTRATOR

Due: 14 May, 2024 (in 1 month)Agency: Tampa Bay Water