Original Opportunity #: RFP-3-2020
Issued by: Multnomah County
View Original: Load in New Window
Publish Date: Sep 13, 2019 10:45AM
s Due Date: Sep 30, 2019 4:00PM (Pacific Daylight Time) add to calendar
Status: closed
Posted: Sep 13, 2019

Description

PRE-PROPOSAL CONFERENCE: There will be a Optional Pre-proposal Conference for this sourcing event on Thursday September 12th, 2019 at 2:00 p.m., in the Columbia Room of the John B. Yeon Annex, 1600 SE 190th Avenue, Portland OR, 97233-5910. Attendance is optional, but highly encouraged. SERVICE DESCRIPTION, FUNDING AND CONTRACTING INFORMATION PURPOSE AND OVERVIEW The Multnomah County Department of Community Services, Transportation Planning Division is seeking companies from whom it may purchase transit operating services. Services are intended to assist workers, elderly and disabled populations in rural Multnomah County, and two (2) job center areas in urban Multnomah County (one in Portland and one in Troutdale). This is a new service funded by State Transportation Improvement Funding (STIF) and the passage of Legislative action HB 2017.  Major service components are described in BUYER ATTACHMENTS A, B, C, D, and E on the Buyer Attachments page of this Sourcing Event.  INTRODUCTION AND PROGRAM HISTORY In 2017 the Oregon Legislature created the State Transportation Improvement Fund (STIF). This new funding requires Multnomah County to provide new transit service in rural and urban Multnomah County in areas or times of day not served by TriMet, the region’s regular fixed route transit service provider.   Multnomah County is looking for a contractor that can provide these services within the scope and budget approved by the State. Some variability is allowed in implementation, but costs can not exceed the funding proposal shown below. Additional information on the approved plan can be found here: https://www.oregon.gov/ODOT/RPTD/Pages/STIF-Plan-Submissions.aspx (November 1 2018 Supporting Documents: Tri County Metropolitan Transportation District);   GOALS, VALUES AND OTHER IMPORTANT CONSIDERATIONS  With the passage of House Bill 2017, Keep Oregon Moving, the Oregon Legislature made a significant investment in transportation to help advance the things that Oregonians value - a vibrant economy, strong communities, high quality of life, a clean environment, and safe, healthy people. This fund provides a new dedicated source of funding to expand public transportation to access jobs, improve mobility, relieve congestion and reduce greenhouse gas emissions in Oregon.  As Multnomah County implements this new program, we will strive to provide transportation service for Multnomah County residents who are not well served by TriMet's regular fixed-route transit, including employees whose work starts or ends outside of regular TriMet service hours.  For all services, it is a state requirement that they do not duplicate TriMet, therefore the service must be limited to times or routes that are not already served by TriMet vehicles.  It is desirable but not required for the contractor to be in compliance with Federal Transit Administration requirements to receive federal and state transit funding. Ideally, the contractor also has familiarity with other complementary Federal grants and funding sources which could be used to supplement STIF funding and services provided.  TARGET POPULATION SERVED  Target population for the demand-response service is Multnomah County residents that live within the County but outside the incorporated cities of Portland, Gresham, Fairview, Wood Village, and Troutdale. Target population for the urban area job connector shuttles are employees working within the job clusters that have been identified. All trips will begin and end within Multnomah County.  FUNDING  Multnomah County has budgeted approximately $1 Million in State Transportation Improvement Funding (STIF) for Fiscal Years 2020 and 2021 (ending June 30th, 2021). Not-to-exceed amounts for each of the project/tasks includes:  Project 26: Demand-Response Service: $21,000 (Operations) Project 27: Regional (Fixed-Route) Coordination: $344,000 (Operation 2 Shuttles) SCOPE OF SERVICES See BUYER ATTACHMENTS A, B, C, D, and E on the Buyer Attachments page of this Sourcing Event. FISCAL, REPORTING AND OPERATIONAL REQUIREMENTS Supplier will be responsible for complying with all financial, audit, accounting, reporting and operational requirements in the Sample Contract and BUYER ATTACHMENTS A, B, C, D and E, found on the Buyer Attachments Page.  PERFORMANCE MEASURES Performance Measures are listed in BUYER ATTACHMENT E, Exhibit D (Plan Outcomes, page 21). The ability to provide reliable, cost-effective service as described in BUYER ATTACHMENTS A, B, C and D shall be followed. CONTRACT NEGOTIATION The County will initiate contract negotiations with the responsive and responsible Supplier(s) with the highest scoring proposal(s). Multnomah County may, at its option, elect to negotiate general contract terms and conditions, services, pricing, implementation schedules, and such other terms as the County determines are in the County’s best interest. If negotiations fail to result in a contract, the County reserves the right to terminate the negotiations and initiate contract negotiations with the next highest scoring responsive and responsible Supplier. This process may continue until a contract agreement is reached.  The County intends to negotiate per-trip rates for demand-response service and hourly rates for fixed-route shuttles as described in Payment Terms section below. CONTRACT AWARD Multnomah County strongly encourages the participation of Minority-Owned, Women-Owned, and Emerging Small Businesses and Organizations in providing these services. Through this RFP process, the County may award one contract for the entire scope of work, or two (2) separate contracts for (1) Demand Response and (2) Job Connector shuttles. Award, as determined by the County, will be made to the responsible Supplier(s) whose Proposal(s) the County determines is/are most advantageous to the County based on the evaluation process and evaluation factors described in this RFP.  The County reserves the right to select Suppliers who have submitted a proposal scoring fewer points than a higher scoring proposal based on the Supplier’s ability to best meet the County’s programmatic needs. If a Supplier who has submitted a proposal that has scored fewer points is recommended for selection, the Board of County Commissioners must approve the award.   CONTRACT TERM The contract term shall be 2 years. The County shall have the option to renew this contract for 3 additional one (1) year period(s). COMPENSATION AND METHOD OF PAYMENT PAYMENT TERMS Supplier will be paid for the scope of work tasks as described below. Hourly Fee-for-Services and Unit Rates will be negotiated with the successful Supplier following selection. All tasks are subject to the Maximum Not-to-Exceed amounts in Funding Section.  Demand Response Service: Unit Rate per 1-way trip Regional Coordination: Planning and Operating Fixed Routes: Hourly Fee for Services Contractor shall submit an itemized monthly invoice of all charges. Invoices shall be submitted by the 10th day of the following month, for the previous months charges. Adjustments to Hourly Fee-for-Services and Unit Rates may be requested once per year on the anniversary date of the contract by written request to the County.  INSURANCE REQUIREMENTS The Supplier awarded a Contract as a result of this RFP will be required to provide the insurance described in Exhibit 2 located in the Buyer Attachments page.  JOINT PROPOSALS  The County will consider joint proposals. Joint proposals may take the form of partnerships, general contractor/subcontractor arrangements or entities formed by new and/or existing suppliers. If any such joint arrangement is proposed, a written memorandum of understanding between the parties must be submitted with the proposal, setting forth the business and service delivery agreements between the parties. MOU's must be uploaded as a Supplier Attachment prior to submitting the proposal response.  MULTIPLE OR ALTERNATE PROPOSALS  Multiple or alternate proposals shall not be accepted. MINIMUM REQUIREMENTS At the time of proposal submission, Suppliers 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: * 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. * Supplier Representations and Certifications: The Supplier must certify that they agree to the Suppliers Representation and Certification terms in the Prerequisite page of the Sourcing Event. At the time of Contracting, Suppliers must meet the following minimum requirements. Failure to provide any of the required documents or meet any of the below requirements shall result in cancellation of the contract: * Suppliers must be legal entities, currently registered to do business in the State of Oregon (per ORS 60.701). * Suppliers must submit verification that all insurance requirements are met.

Attachments

This project has the following solicitation documents. You will need to visit the agency's original website to download these documents.

Bid Document File Size Notes

For Questions or Additional Information, Contact:

No contact listed

About Multnomah County

We partner with COBID (Certification Office for Business Inclusion & Diversity) to ensure that supplier diversity is practiced and is a priority in our purchasing and contracting. Supplier Diversity means we are proactive in encouraging or mandating the use of COBID Certified Firms for contracts or subcontracts with the County.


You can read more about our contracting equity here.


Share: