Special Inspections Services

expired opportunity(Expired)
From: Multnomah County(County)
RFP-10-2022

Basic Details

started - 23 Jul, 2021 (about 2 years ago)

Start Date

23 Jul, 2021 (about 2 years ago)
due - 25 Aug, 2021 (about 2 years ago)

Due Date

25 Aug, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
RFP-10-2022

Identifier

RFP-10-2022
Multnomah County

Customer / Agency

Multnomah County
unlockUnlock the best of InstantMarkets.

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

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

23 July 2021 Special Inspections Services Special Inspection Services 23 July 2021 Open 7/23/2021 8:00 AM PDT Type Request for Proposal (RFP) Close 8/25/2021 4:00 PM PDT Number RFP-10-2022 Currency US Dollar Sealed Until 8/25/2021 4:00 PM PDT Payment Terms 0% 0, Net 30 23 July 2021 Contacts Lynn Faulkenberry lynn.faulkenberry@multco.us Phone +1 503-988-7544 ext. 87544 23 July 2021 Commodity Codes Commodity Code Description 80101599 Consulting Services, General 23 July 202123 July 202123 July 202123 July 202123 July 202123 July 202123 July 202123 July 202123 July 2021 mailto:lynn.faulkenberry@multco.us PRE-PROPOSAL CONFERENCE There will not be a pre-proposal conference for this solicitation. SERVICE DESCRIPTION, FUNDING AND CONTRACTING INFORMATION PURPOSE AND OVERVIEW The Facilities and Property Management (FPM) Division of the Department of County Assets,
Multnomah County Oregon (County) is seeking Proposers from whom it may obtain Special Inspections and Testing services (“Services”). The County’s goal for the awarded Proposer is to institute a special inspections and testing program to provide valuable quality assurance/quality control related to the proper fabrication, installation, and placement of specific structural components and other construction materials that require special knowledge, expertise, and attention. The Services will ultimately improve the quality of construction practices and protect public safety. Perform Services in compliance with the most current publication of each of the following:  International Building Code (IBC);  Oregon Structural Specialty Code Chapter 17; and  Applicable UL assembly requirements. Proposals will be considered for the proposed Library Bond Projects listed below. Project(s) are located within the Portland, Oregon metropolitan area (the “Projects”). The County may also have the Proposer provide Services for other new and existing County facilities. Proposed Library Bond Projects  East County Flagship: New build of an approximately 95,000 gross square feet (gsf) library designed and constructed to 21st century standards on a new site. It shall embody modern library services, with the flexibility to evolve in the future as service models and communities change.  Operations Center: Shall be either new construction or a major renovation with potential expansion of an existing building. The size is estimated to be approximately 85,000 gsf. It shall embody modern library sorting and distribution services including automated materials handling.  Midland: Renovation of 24,000 sf existing library and a roughly 6,000 sf addition on the existing site. Renovation is anticipated to be completed to life safety standards under the governing code at the time of construction.  Holgate: A new 20,000 to 30,000 sf building on the site of the existing library (existing building to be demolished).  Albina: Approximately 30,000 sf new library and library administration on the existing Isom/Knott Street site. The Knott Street building (historic and current home of Albina Library and formerly The Title Wave Used Bookstore) will be renovated. The Isom Building will be removed, and the garage will be renovated or removed.  North Portland: Renovation of roughly 8,700 sf of existing library, and builds an approximately 1,500 sf addition, all on the existing site. Renovation is anticipated to be completed to life safety standards under the governing code at the time of construction.  Northwest Library: Approximately 10,000 sf new library at a new building/site, more than doubling the size of the existing library, and ideally transitioning from leased to owned property.  Belmont Library: Renovation of roughly 3,000 sf of existing library. Removing approximately 3,000 sf remaining portion, and building an approximately 17,000 sf addition on the existing site. Renovation is anticipated to be completed to life safety standards under the governing code at the time of construction. Description  St. Johns Library: Renovation of roughly 5,600 sf existing library with an approximately 1,500 sf addition on the existing site. Diversity, equity and inclusion are a top priority for Multnomah County. The County welcomes bids from COBID-certified firms and will expect the selected Proposer to ensure that in all areas of the Library Capital Bond Program, these priorities are “front and center.” INTRODUCTION AND PROGRAM HISTORY Multnomah County Libraries With only 0.33 square foot per capita, most Multnomah County libraries are cramped and crowded, with inadequate seating and no dedicated space for quiet reading or study. In Multnomah County, libraries regularly turn away patrons from children’s reading programs and some libraries deny up to 70% of requests for public meeting room use due to lack of room availability. Only one library has a dedicated creative learning space offering 21st century tools. The lack of space is especially acute in East County, where 40% of the population has just 20% of library space. Multnomah County libraries are the 4th busiest in the nation, but rank 102nd in square footage. Many peer libraries nationwide and in Oregon offer their communities a full one square foot of space per capita, with plenty of room for study, collaboration, community conversation, creative learning, technology use and celebration of diverse community cultures - all the hallmarks of a 21st century library. With the passage of the Multnomah County Library capital improvement bond, the Library will be able to take its first step in expanding its footprint to better support the needs of the many communities within Multnomah County. The projects to be delivered under this program may include, in addition to “traditional” library spaces, the following types of features, based on input from local communities:  flexible civic and performance spaces;  expanded study space;  dedicated teen space;  video-conferencing facility;  library of things;  makerspace;  audio and video production space;  bike and stroller parking;  sewing studio;  sustainability improvements;  space for artists in residence;  space for cultural celebrations;  demonstration kitchen; and  small business incubator. Multnomah County FPM is responsible for providing and maintaining safe, cost efficient space for all County programs. FPM manages over three million square feet of general office, library, court, jail, probation office, clinic, shop, warehouse and other types of specialized space largely owned by the County in about 130 locations. FPM is also responsible for overseeing the long term capital requirements of these building assets through a balance of capital management and building disposition strategies. Specific direct services provided by FPM include:  Property management and customer service;  Full maintenance provided by internal trade groups and contracted services;  Lease administration;  Long term County facilities strategic portfolio management;  Project management for capital and strategic projects; and  24/7 Response to facility related emergencies throughout the year;  Environmental, health and safety support service; and  Management of planning, design and construction of new facilities. FPM provides an annual assessment of all Capital facility needs and develops a specific strategy consistent with available funding which permits the completion of improvements in a carefully planned approach. FPM ensures compliance with important policies and statutory requirements such as, Federal, State and local regulations, high performance green building policies, COBID policies and incorporates sustainable practices. Facilities Specifications Standards can be provided upon request. 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. PROJECT VALUES, PRINCIPLES AND OTHER IMPORTANT CONSIDERATIONS The County comprises various departments, each responsible for providing different services to the public. FPM is responsible for maintaining the County’s facility assets and making sure that all building systems are operational to ensure optimal work environments for the various departments in the County. Therefore, FPM’s goal for the contract resulting from this solicitation is to award it to a company that has the experience to perform testing in the new or existing facilities so that they: a) operate at a high level of efficiency b) provide an experienced, well trained, diverse and professional workforce c) value sustainability and focus on providing opportunities to minority, women and emerging small businesses. It is also important for proposers to understand the diverse types of buildings that will be covered under the contract resulting from this solicitation. The County occupies and FPM maintains jails, detention facilities, health clinics, libraries, courthouses, etc. Due to the operations at these facilities, Proposer’s workforce will be required to pass a background check, need to be comfortable with servicing equipment at the various facilities and will be required to interact with County employees in a professional and respectful manner. The following values are of particular importance to the County and Library for the delivery of the Library Bond Projects:  The Library’s Mission, Priorities and Pillars include the pillars ensuring free access for all, being a trusted guide for learning, being the leading advocate for reading, and championing equity and inclusion. Priorities include: helping people find work and develop career skills; supporting education and learning for all ages; enhancing and diversifying virtual services; technology training, access, and assistance for all; and creating and maintaining safe and healthy spaces.  Diversity, Equity & Inclusion is a key value of the County and the Library. All aspects of this work shall center equity, diversity and inclusion.  Collaboration: the projects shall embody inclusive design that engages community members, and collaborative project delivery between the Library, County, design teams, and construction teams.  The buildings must reflect the prominence and importance of Multnomah County’s commitment to providing dignified services to all members of the community, while https://multcolib.org/about/priorities https://multcolib.org/about/equity-and-inclusion demonstrating fiscal responsibility to the taxpayers with the use of innovative durable spaces, sensible materials and systems, focused on efficiency, flexibility, and sustainability.  The facilities must be flexible, efficient, durable, and economical to operate and maintain. New construction facilities are intended to be 80-year facilities.  New construction facilities shall achieve LEED Gold Certification or better. The facilities shall strive to achieve Architecture 2030 goals (http://architecture2030.org/), 2009 Climate Action Plan (https://multco.us/climate-action-plan-0) and relevant portions of the material elements of the Living Building Challenge (http://living-future.org/lbc).  The County seeks to conduct business with vendors who demonstrate responsible business practices through sustainability and social equity innovations while meeting all program requirements and County standards. Specifically, the Multnomah County Library capital bond project principles are paramount in delivery of these projects: 1. Accountability: The library and its partners will construct buildings to create maximum value for taxpayers by making sure projects are on time and on budget. We work with oversight entities to ensure transparent processes and expose problems with projects. 2. Equity: Library buildings will reflect equity through community input, design and project decisions. The project will center people and communities that have been historically marginalized and underserved in design, implementation, and procurement processes. 3. Accessibility for all: Library buildings will incorporate universal design principles and other strategies to make them usable by everyone. 4. Flexibility today and for the future: Library buildings will be models of flexible space, adaptable to changing needs and uses throughout the day and over the course of many years as community needs, technology and library service models evolve. 5. Community partnership: Library buildings will reflect the cultures and priorities of our communities and focus on fulfilling patron needs. We prioritize community and patron- focused input. 6. Innovative and inspirational design: Library buildings will have innovative and inspirational design. We will work with our stakeholders to achieve unique designs for our buildings and spaces. 7. Sustainability: The library and its partners will use sustainable techniques, tools, materials and practices in the design, construction and operation of Library Capital Bond Program buildings. 8. Community Resilience: The library and its partners will construct buildings to support community strength and well-being in response to emergencies. TARGET POPULATION SERVED Multnomah County residents. FUNDING Projects will be funded by the capital bond Measure 26-211 or by local funding. SCOPE OF SERVICES Proposers responding to this solicitation must be capable of performing the following tasks and services listed. FPM coordinates and provides oversight of project activities with consultants and contractors and while precise scope of work will vary for each project, services may include, but are not limited to the following: http://architecture2030.org/) http://living-future.org/lbc)  Continuous visual inspections of welds on pipe piles;  Concrete - Non-structural concrete and site work concrete slabs shall not be tested and inspected unless specifically requested by the County;  Bolts installed in concrete;  Reinforcing steel;  Structural steel (material, members, floor and roof decks);  Structural welding (steel deck, seismic connections);  High-strength bolting;  Structural masonry;  Shot Crete;  Fire-stopping systems;  Infiltration testing of exterior windows;  Adhesion testing of sealants;  Acoustic measurements;  Air quality testing for LEED Gold certification, if schedule does not allow full flush-out period;  Moisture and humidity testing of concrete prior to installation of finish flooring; and  Paint and other coating thickness measurements. FISCAL REQUIREMENTS AND REPORTING Fiscal requirements and reporting will be negotiated at contract development. PERFORMANCE MEASURES/PERFORMANCE CONTRACTING The following key performance indicators will be monitored by the County to determine if the Proposer who is selected for a contract resulting from this RFP is performing to the expected level of performance:: A. On-Time Performance: During the course of the contract, the County will notify the Proposer of work that needs to be performed and scheduled. The Proposer is expected to meet or beat the schedule. B. Additional information on performance measures will be developed on a project specific basis as part of a collaborative process, with the respective project delivery teams of the individual projects. C. Performance Meetings: The Proposer and Contract Administrator will meet, as needed, to discuss performance. Additional meetings will be required as requested by the Contract Administrator. 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, personnel, 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 and initiate contract negotiations with the next highest scoring responsive and responsible Proposer. This process may continue until a contract agreement is reached. CONTRACT AWARD Through this RFP process, the County is seeking to award multiple contracts. Awards shall be made, as determined by the County, to the responsible Proposers whose Proposals the County determines is most advantageous to the County based on the evaluation process and evaluation factors described in this RFP. It is the County’s intention to make two (2) awards for the Library Bond Project and one (1) award for Facilities. The highest scoring Proposer will be awarded the Operations Center, North Portland Library, Albina Library and new East County Flagship Library. The second highest scoring Proposer will be awarded the Holgate, Midland, Belmont, Northwest, and St. John’s Libraries. From time to time, the volume and type of Work may dictate that a Contractor awarded for the Library Bond Project may be asked to Services for Facilities or vice versa. After the seven (7) calendar-days intent-to-award protest period has expired and the County has resolved any or all protests, the County will proceed with the final award. Multnomah County strongly encourages the participation of Minority-Owned, Women- 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 period(s) until two (2) years after Final Completion for any open projects. COMPENSATION AND METHOD OF PAYMENT A. For each Project, Proposer shall be paid a not-to-exceed (NTE) amount set forth, as mutually agreed to by County and Proposer. Such amount shall be the maximum payment due the Proposer for the Services. B. Proposer shall not be paid for Services required to correct errors in the Work by Proposer or Proposer’s subconsultants. C. The County shall pay for Work based on a Not to Exceed (NTE) payment model. Payments for work and reimbursable expenses shall be made monthly, following County’s review and approval of detailed invoices submitted by the Proposer and acceptance of the work or approval of reimbursable expenses. D. Fee for Service: Proposer will be paid based on hourly rates for specified Key Positions performing services for the first year of this Contract. E. Contract Price Adjustment: Contract may be adjusted annually.  No increase in any fee, cost, price, or other rate charged by Contractor to County (“Rate”) shall occur during the first year of the Contract. Thereafter, such Rate may be increased once per annum, but no increase in any Rate shall occur unless Contractor provides written notice of such Rate increase to County’s Authorized Representative at least sixty (60) days prior to an anniversary date of the Contract. For the second year of the Contract, the increase allowed in this paragraph shall be limited to the lesser of (i) the increase in Contractor’s published rates charged to all clients for the fully loaded services similar to the Work described herein, or (ii) the percentage increase in the published U.S. Department of Labor Consumer Price Index for All Urban Consumers (CPI-U), U.S. City Average, All Items, not seasonally adjusted, 1982- 1984=100 reference base (Series Id: CUUR0000SA0) (“CPI”) as of the anniversary date over the published CPI prior to the commencement date of the Contract. In subsequent years, the increase allowed in this paragraph shall be limited to the lesser of (x) the increase in Contractor’s published rates charged to all clients for services similar to the Work described in the Contract, or (y) the percentage increase in the published CPI between anniversary dates.  Further, the County shall be given the immediate benefit of any Rate decrease. Contractor shall promptly notify the County's Authorized Representative of the amount and effective date of such decrease. This decrease shall apply to orders placed on or after the effective date of the decrease. Invoices shall reflect prices in effect on the date the order was placed with the Contractor. INSURANCE REQUIREMENTS The table below reflects the minimum insurance required of a Contractor to provide services. Final insurance requirements will be subject to negotiation between, and mutual agreement of, the parties prior to contract execution. Minimum insurance requirements Phase 1: Type of Insurance Per Occurrence Aggregate Professional Liability $1,000,000 $2,000,000 Commercial General Liability $1,000,000 $2,000,000 Commercial Auto Liability $1,000,000 $1,000,000 Worker’s compensation Required MINIMUM REQUIREMENTS At the time of proposal submission, Proposers must meet the following minimum requirements. Failure to provide any of the required documents or meet any of the below requirements shall result in rejection of the proposal. 1. The Proposal response must be received by Multnomah County Purchasing no later than 4:00 P.M. local Portland time on the proposal submission deadline. 2. The Proposer must certify that they agree to the Proposers Representation and Certification terms in the Prerequisite page of the Sourcing Event. At the time of Contracting, Proposers must meet the following minimum requirements. Failure to provide any of the required documents or meet any of the below requirements shall result in a determination of non-responsiveness and may result in award to the next highest Proposer. 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. Proposer must meet the qualifications of Authorities Having Jurisdiction (AHJ) for Services as required under the most current publications of the International Building Code (IBC) and Chapter 17 of the Oregon Structural Specialty Code. 4. The Proposer must: Be in compliance with ASTM E329; Be accredited by the Oregon Building Officials Association (OBOA) for all Services to be provided for these Projects; Be currently registered and maintain registration in the Oregon Building Officials Association Special Inspections program; and Be currently registered and maintain registration as a City of Portland approved special inspector. SCORING BREAKDOWN: Group/Question % of Total % of Group 2.1 Programmatic Questions - Experience 35% -- 2.1.1 Experience N/A 100% 2.2 Programmatic Questions - Approach to Work 40% -- 2.2.1 Project Approach to Renovations N/A 50% 2.2.2 Project Approach to New Construction N/A 50% 2.3 Pricing 0% 2.3.1 Hourly and Testing Rates 0% 2.4 Responsible Business Practice 25% -- 2.4.1 Sustainable Business Practices N/A 33% 2.3.2 Corporate Social Responsibility N/A 33% 2.3.3 Equitable Business Practices N/A 34% Required to View Event Prerequisites Required to Enter Bid 23 July 2021 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. 23 July 202123 July 202123 July 202123 July 202123 July 202123 July 202123 July 2021 Buyer Attachments 1. Procedural Instructions (Proposals) 2. How to Complete and Submit a Response to a Sourcing Event - MMP Supplier Guide 3. Sample+Contract+(7) (1).pdf 4. Buyers Attachment A - Question 2.1.1.docx 23 July 202123 July 202123 July 202123 July 202123 July 202123 July 2021 https://s3.amazonaws.com/solutions-selectsite-documents/Sourcingevent/1011704-817777238Procedural%20Instructions_Proposals%2006.26.19%20%281%29.pdf?AWSAccessKeyId=AKIAJ5HNJE5DFBZ5ONSA&Expires=1690124473&Signature=nDozBDZPZ%2FN9JNIBTibOY%2FtMG44%3D https://multco.us/file/73233/download https://s3.amazonaws.com/solutions-selectsite-documents/Sourcingevent/1011704-1105292005Sample%2BContract%2B%287%29%20%281%29.pdf?AWSAccessKeyId=AKIAJ5HNJE5DFBZ5ONSA&Expires=1690124473&Signature=FW2k33eEps4N%2FjTkNJdY9VhdHjM%3D https://s3.amazonaws.com/solutions-selectsite-documents/Sourcingevent/1011704-1105298605Buyers%20Attachment%20A%20-%20Question%202.1.1.docx?AWSAccessKeyId=AKIAJ5HNJE5DFBZ5ONSA&Expires=1690124473&Signature=OZOfzvBmMcjW70l4PBXtiwBLsFA%3D Questions Required Questions Group 1.1: Company Certification Information - This section is not scored Instructions: 1.1.1 State of Incorporation 1.1.2 Date of Incorporation 1.1.3 ASSURANCES - Proposer attests that Proposer is either a non-resident proposer or a resident proposer, as described in ORS 279A.120, of the State of _________ and has not discriminated against any minority, women, or emerging small business enterprises certified under ORS 200.055 or a business enterprise that is owned or controlled by or that employs a disabled veteran as defined in ORS 408.225 in obtaining any required subcontracts, in accordance with ORS 279A.110. Enter state of residency here: 1.1.4 Where Proposer is unable to certify to any of the statements in Proposer Representations and Certifications of the pre-requisite, Proposer shall provide an explanation to their offer here. 1.1.5 The Proposer certifies to the best of its knowledge and believe that neither it nor any of its principal participants and agents has or has had the following relationships with the specific firm(s)/individual(s), identified in this sourcing event, which may be determined to be an organizational conflict of interest. I understand that based on the information provided by Proposer, Multnomah County may exclude the Proposer from further consideration and may withdraw its selection if the real or apparent organizational conflict of interest cannot be avoided or mitigated. Proposer further certifies that the degree and extent of the relationship of the Proposer with these named firm(s)/individual(s) will be fully disclosed: 1.1.6 Upload additional explanation as needed 1.1.7 Name of person submitting the Proposal: 1.1.8 Title of person submitting the Proposal: 1.1.9 I represent that I am at least eighteen (18) years of age. 1.1.10 I represent that the printing of my name and the submittal of a Proposal is intended to authenticate this writing and to have the same force and effect as my manual signature. 1.1.11 I represent that I am either authorized to bind the Proposer, or that I am submitting the Proposal on behalf of and at the direction of the Proposer's representative authorized to contractually bind the Proposer. 1.1.12 I represent that the Proposer and/or its applicable representative(s) has reviewed the information contained in this Proposal and that the information submitted is accurate. Group 2.1: Programmatic Questions - Experience (35%) Instructions: 2.1.1 2.1.1 Similar Project Experience: As set out in Buyers Attachment A - Question 2.1.1 Describe the depth and experience of your firm and workforce. Limit 10 pages. Pages exceeding the limit will be removed and will not be evaluated. Provide as a single PDF file. (100% Programmatic – Experience and Qualifications Group) Group 2.2: Programmatic Questions - Approach to Work (40%) Instructions: 2.2.1 2.2.1 Project Approach to Renovations. 1) Describe your approach to performing the Services on a renovation of 24,000 sf existing space and a roughly 6,000 sf addition on the existing site. Renovation is anticipated to be completed to life safety standards under the governing code at the time of construction; 2) Describe the work elements involved in the Special Inspections and Testing process, based on the requirements stated in this RFP; and 3) Include a description of how the proposer’s team will complete the work elements within the project. Response is limited to three (3) pages. Additionally include sample reports the County would typically receive. Sample reports will not count as part of the page limit. Limit of three (3) pages excluding sample reports. Pages exceeding the limit will be removed and will not be evaluated. Provide as a single PDF file. (50% Programmatic – Project Approach to Renovations Group) 2.2.2 2.2.2 Project Approach to New Construction. Describe your approach to performing special inspection services on a project like the East County Flagship Library as described in the Purpose and Overview Section of the RFP, including: 1) Describe the work elements involved in the Special Inspections and Testing process, based on the requirements stated in this RFP; and 2) Include a description of how the proposer’s team will complete the work elements within the project. Response is limited to three (3) pages. Additionally include sample reports the County would typically receive. Sample reports will not count as part of the page limit. Limit of three (3) pages excluding sample reports. Pages exceeding the limit will be removed and will not be evaluated. Provide as a single PDF file. (50% Programmatic – Project Approach to New Construction Group) Group 2.3: Programmatic Questions - Pricing (0%) 23 July 202123 July 202123 July 202123 July 202123 July 2021 Instructions: 2.3.1 2.3.1 Pricing. Complete and include an Hourly Rate Fee Schedule and fees for all laboratories and testing procedures. These will be used for contract negotiation purposes only and will not be included in the Pricing evaluation. Group 2.4: Responsible Business Practice Questions (25%) Instructions: 2.4.1 2.4.1 Sustainable Business Practices. What sustainability practices and innovations does your firm engage in during the operations of your business? How has your firm demonstrated its commitment to sustainability through its own operations? Limit of one (1) PDF page. Pages exceeding the limit will be removed and will not be evaluated. Provide as a single PDF file. (33% Programmatic – Responsible Business Practices Group) 2.4.2 2.4.2 Corporate Social Responsibility. Please provide a detailed description of your organization’s corporate social responsibility practices, including pay equity, employee benefits such as health care and paid parental leave, and retirement benefits. Limit of one (1) PDF page. Pages exceeding the limit will be removed and will not be evaluated. Provide as a single PDF file. (33% Programmatic – Responsible Business Practices Group) 2.4.3 2.4.3 Equitable Business Practices. How does your agency incorporate equity values, manage diversity, and systematically involve staff, in all aspects of policy and service delivery? Demonstrate through stories & metrics how your firm has created new ways to support equity through growing your workforce, recruitment, hiring, retention, internship, and succession planning. Limit of one (1) PDF page. Pages exceeding the limit will be removed and will not be evaluated. Provide as a single PDF file. (34% Programmatic – Responsible Business Practices Group) 23 July 202123 July 202123 July 202123 July 202123 July 2021 Product Line Items Product Line Items There are no Items added to this event. 23 July 202123 July 202123 July 202123 July 2021 Service Line Items Service Line Items 1. # Item Name, Commodity Code, Description Allow Alternates Qty. UOM Requested Service Delivery S1 Special Inspection Services 1 USD - US Dollar 23 July 202123 July 202123 July 2021

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

FY24 - METASTORM BPM MAINTENANCE

Due: 30 Sep, 2024 (in 5 months)Agency: FEDERAL PRISON SYSTEM / BUREAU OF PRISONS