Loading...
HomeMy WebLinkAboutRequest for Proposals - Midtown Public Parking Partnership Request for Proposals (RFP) Midtown Public Parking Partnership (PPP) CITY OF BOZEMAN Bozeman, MT City of Bozeman PO Box 1230 Bozeman, MT 59771-1230 July 2025 NOTICE IS HEREBY given that the City of Bozeman (City) is seeking proposals from firms for a Midtown Public Parking Partnership (PPP). Copies of the Request for Proposals are available on the City’s website. All proposals must be provided as a single, searchable PDF document file and be submitted digitally as an email attachment to the City email address below. All proposals must comply with level A and AA Success Criteria and Conformance Requirements as defined by current Web Content Accessibility Guidelines (WCAG). Respondents are advised that City’s email attachment size limit is 25MB and that only one PDF file will be allowed per response. The subject line of the transmittal email shall clearly identify the RFP title, company name and due date/time. File sizes greater than 25MB in size may be uploaded to the City Clerks’ Office upon special arrangement with the City Clerk. It is the Respondent’s sole responsibility to ensure the file upload is completed, and that the City is separately notified via email of same, prior to the given deadline. Deliver RFPs via email to the City Clerk by Thursday, September 11th at 12:00 pm MT. It is the sole responsibility of the Respondent to ensure that proposals are received prior to the closing time as late submittals will not be considered. The email address for submission is: procurement@bozeman.net Any administrative questions regarding proposal procedures should be directed to: Mike Maas, City Clerk (406) 582-2321, procurement@bozeman.net. Questions relating to the RFP should be directed to: David Fine, Economic Development Manager, David Fine, Economic Development Manager (406) 551-0209, dfine@bozeman.net. DATED at Bozeman, Montana, this Thursday, July 24th. Mike Maas City Clerk City of Bozeman For publication on: Saturday, July 26th Saturday, August 30th I. INTRODUCTION The City of Bozeman (City), is seeking proposals from firms to undertake a Public Parking Partnership (PPP) within the Midtown Urban Renewal District. The City intends to enter into a contract with the selected firm that will include the purchase of a public parking asset owned by the City in the southern portion of the Midtown Urban Renewal District. This RFP shall not commit the City to enter into an agreement, to pay any expenses incurred in preparation of any response to this request, or to procure or contract for any supplies, goods or services. The City reserves the right to accept or reject all responses received as a result of this RFP if it is in the City’s best interest to do so. II. PROJECT BACKGROUND AND DESCRIPTION The City created the Midtown Urban Renewal District in 2005 to encourage the redevelopment of the area by private enterprise, thereby incentivizing the elimination of blight within the urban renewal area. The adopted 2017 Midtown Action Plan encourages increased building density, infill, retail and housing development in the corridor. The 2017 Midtown Action Plan encourages urban density mixed land uses with consolidated parking, as dispersed parking lots and drive accesses impede the pedestrian experience. This solicitation aims to encourage all these activities through the provision of public parking assets. The City is seeking proposals from landowner and development partners (Partners) to construct public parking for purchase by the City at one or more sites along southern portion of the N. 7th Ave. corridor preferably between Villard St. and Tamarack St along N. 7th Avenue or within 600 ft of N. 7th Ave. Sites must be located within the boundaries of the Midtown Urban Renewal District. Partners must be able to demonstrate site control through ownership of the proposed sites or executed contracts to acquire the sites deemed acceptable to the City. The proposal must be able to provide at least 100 public parking spaces, and proposals for 200+ public parking spaces are especially desirable. These public parking spaces would become publicly owned assets of the City and the City would acquire the proposed parking through a number of possible financing mechanisms including the use of tax increment revenues or tax increment revenue bonds from the Midtown Urban Renewal District. [Text Wrapping Break] Ideal proposals will provide the option for public parking and will address the urban renewal goals of the City through private investment in urban density mixed land uses, retail, commercial development and housing provision within associated projects. As part of the negotiation process the City may commit to permit parking in the public spaces through long-term leases to facilitate parking for specific uses. These uses include “daytime” commercial development, particularly retail, office, medical offices, clinics and centers, and general service establishments that encourage patronage between (8 am and 5 pm). Long-term lease options will not be considered for residential, hotel, or evening restaurant uses. This focus on incentivizing commercial development is consistent with the district goal of increasing tax generation through redevelopment. The City encourages proposals that feature unified human scaleurban design, as discussed in the Midtown Urban Renewal Plan, enhancing the pedestrian experience and public spaces. Proposals should demonstrate how they integrate public parking assets with private redevelopment, focusing on designs that implement the goals of the Midtown Urban Renewal Plan and Midtown Action Plan. Each proposal must include, at minimum, massing studies of the proposed redevelopment to show how the project integrates with the corridor and surrounding areas. Public benefit cost to value ratio is essential for any proposal. While offering a final price per parking space may be premature for purposes of this proposal, Partners should discuss how they will approach land and redevelopment costs as a component of the overall cost of delivering parking assets to the City. The City is interested in qualities of selected sites, including site programming, and qualified development partners in addition to particular costs and deal structures. Respondents are expected to provide additional financial details supporting the response. III. SCOPE OF work The Scope of Work for the Midtown Public Parking Partnership includes several components. The successful Respondent will provide all services necessary to design, finance, construct, and, possibly, operate a structured parking facility as part of a larger mixed-use redevelopment project, in alignment with the Midtown Urban Renewal Plan and in collaboration with the City and its stakeholders. • Conformance with Midtown Urban Renewal Plan o Provide a design concept for the corridor specifying parking amenities o Demonstrate how parking structures or facilities will be integrated into the existing district o Ensure compliance with City’s design guidelines, zoning regulations, and comprehensive plans including the Bozeman Community Plan 2020, Unified Development Code, 2015 Midtown Urban Renewal Plan and 2017 Midtown Action Plan o Clearly delineate number of public parking spaces, locations, and access points o Include wayfinding signage, ADA accessibility, EV charging, and multi-modal integration • Public Parking Integration o Propose solutions that incorporate public parking options within private development • Development Proposed o Describe the potential programming of the integrated private development  Complete a Midtown TIF Assistance Application for the private development and include it with the response to this RFP. o Include anticipated operation and maintenance costs of the parking amenities • Project Delivery & Schedule o Provide a project timeline o Include a definition of project • Approach Operation and Maintenance Costs IV. PROPOSAL REQUIREMENTS Firms interested in providing the services described above are requested to submit the following information. Responses to each item should appear in the same order as in this RFP and should identify the item to which the responses apply. Respondent must disclose whether Respondent intends to use Generative AI in the fulfillment of the services if awarded a contract. Initial Proposal Background Information • Provide Executive Summary • Describe Partner Experience with Structured Parking to include construction, management, operation/maintenance, joint partnership o Example: [Applicant] “ has developed over x structured parking facilities in urban districts, x stalls. This includes design/build, long-term management, and PPP delivery models. Notable project: “...”. o Include relevant references. • Describe Partner Experience with Public Private Partnerships (PPP) o Example: “We have executed x PPP’s nationwide, including: Our role included site control, financing coordination, and ongoing asset management in collaboration with municipal partners.” o Include relevant references • Massing Studies o Include, at minimum, massing studies of proposed redevelopment to show how the project integrates with the corridor and surrounding areas. More nuanced anticipated programming of the development is preferred. o Example: “See attached Exhibit A – massing diagrams showing integration with the Corridor, respecting adjacent building heights, and enhancing pedestrian flow.” Project Proposal • Describe Property Ownership and Established Site Control • Describe Associated Private Development and its Conformance with the Midtown Urban Renewal Plan • Outline and detail approach to Financing • Provide a proposed schedule and confirm ability to start construction by September 2026 Please note that all submissions are public documents. Cost and Value: Financial Review Capacity • Provide at least 3 case studies of projects where the principals of the firm were able to raise capital for projects of similar scale and complexity. Financial Incentive • Complete TIF Assistance Application for the overall project including request amounts for eligible costs. Cost Consideration • Discussion of how land cost might be attributed to the public parking asset. a. Affirmation of Nondiscrimination (see Appendix A) Non-completion of the Affirmation of Nondiscrimination is cause for disqualification of firms. V. TIMELINES, DELIVERY DEADLINE, AND INSTRUCTIONS EVENT DATE/TIME Publication dates of RFP Saturday, July 26, 2025 Saturday, August 30, 2025 Deadline for written expression of interest Tuesday, September 2, 2025, at 12 p.m. Deadline for Questions Friday, September 5, 2025, at 12 p.m. Deadline for receipt of proposals Thursday, September 11, at 12 p.m. Evaluation of proposals TBD Interviews (if necessary) and Selection of Contractor TBD All parties notified of selection TBD With the exception of the advertising dates and advertised due date, the City reserves the right to modify the above timeline. Deliver RFPs via email to the City Clerk (procurement@bozeman.net) by September 11, 2025 at 12 p.m. MT. It is the sole responsibility of the Respondent to ensure that proposals are received prior to the closing time as late submittals will not be considered. All proposals must be provided as a single, searchable PDF document file and be submitted digitally as an email attachment to the RFP City email address procurement@bozeman.net. Respondents are advised that City’s email attachment size limit is 25MB and that only one PDF file will be allowed per response. The subject line of the transmittal email shall clearly identify the RFP title, company name and due date/time. File sizes greater than 25MB in size may be uploaded to the City Clerks’ Office upon special arrangement with the City Clerk. It is the Respondent’s sole responsibility to ensure the file upload is completed, and that the City is separately notified via email of same, prior to the given deadline. VI. AMENDMENTS TO SOLICITATION Any interpretation or correction of this request will be published on the City’s webpage. The deadline for questions related to this document is September 5, 2025 at 12 p.m. VII. CONTACT INFORMATION Any administrative questions regarding this RFP should be directed to: Mike Maas, City Clerk, (406) 582-2321, procurement@bozeman.net Questions relating to scope of services should be directed to: David Fine, Economic Development Manager, 406-551-0209, dfine@bozeman.net VIII. SELECTION PROCEDURE A review committee will evaluate all responses to the RFP that meet the submittal requirements and deadline. Submittals that do not meet the requirement or deadline will not be considered. The review committee will rank the proposals and may arrange interviews with the finalist(s) prior to selection. Selection may be made directly based on the written RFP submission. If interviews occur, the selection of finalists to be interviewed will be made by a selection committee representing the City. The selection of interview candidates will be based on an evaluation of the written responses to the RFPs. All submitted proposals must be complete and contain the information required as stated in the "Request for Proposals.” IX. SELECTION CRITERIA Proposals will be evaluated based on the following criteria: Scoring Matrix The table below lists the required components of a Proposal and the weight these components will be given in the scoring process. Required Component A Strong Proposal Will Weight Executive Summary Clearly summarize the key elements of the Proposal and outline why your 5% firm should be selected to provide the project or service. This should comprehensively address all components of Phase 1: Initial Proposal Parking Cost and Value In separate file named 25- 15CompanyNameCost The project will deliver value to the city defined in terms of capital cost per parking space, including land cost sharing, and/or long-term savings in operating and maintaining the public parking spaces 35% Scope of Work, Project Description, Project Deliverables In separate file named 25- 15CompanyNameScope The Proposed Project addresses multiple goals of the Midtown Urban Renewal Plan as evaluated through review of a completed Midtown TIF Assistance Program Application 40% Project Schedule, Timeline, and Responsiveness The project can break ground on or before January 1, 2027. 5% Partner Experience, Public Private Parking, and References Include client references that can support your firm/organization’s ability to provide the project or service. Include a contact name, phone number, email address, and brief overview of relevant work 10% Partner Experience, Structured Parking Partner experience with constructing structured parking 5% Contact Person & Project Team Identify the name, title, address, phone number, and email address of the person who will represent the firm/organization and be the main point of contact with City staff. 5% Provide short biographies of key team members, summarizing their experience and proposed role for this project or service. Identify who will lead the project team. Include an organizational chart of team members and subcontractors. X. FORM OF AGREEMENT The selected Respondent will negotiate a variety of agreements with the City including a development agreement, agreements related to the management and maintenance of the parking facility, and other agreements that may be necessary to facilitate the development of public parking in the project. XI. CITY RESERVATION OF RIGHTS / LIABILITY WAIVER All proposals submitted in response to this RFP become the property of the City and public records and, as such, are subject to public disclosure. A submission in response to this RFP confers no rights upon any respondents and shall not obligate the City in any manner whatsoever. The City reserves the right to not make an award or to solicit additional proposals at a later date. A. This RFP may be canceled, or any or all responses may be rejected in whole or in part, as specified herein, when it is in the best interests of the City. If the City cancels or revises this RFP, all Respondents who submitted will be notified. B. The City reserves the right to accept or reject any and all proposals; to add or delete items and/or quantities; to amend the RFP; to waive any minor irregularities, informalities, or failure to conform to the RFP; to extend the deadline for submitting proposals; to postpone award; to award one or more contracts, by item or task, or groups of items or tasks, if so provided in the RFP and if multiple awards or phases are determined by the City to be in the public interest. C. The City reserves the right to consider in its evaluation of the proposal if any Respondent has; previously failed to perform properly to the satisfaction of the City, fail to complete on time agreements of similar nature, or who is not in a position to perform such an agreement satisfactorily as determined by the City. D. The City reserves the right to determine the best qualified Respondent and negotiate a final scope of service and cost, negotiate a contract with another Respondent if an agreement cannot be reached with the first selected Respondent, or reject all proposals. E. The professional services contract between the City and the successful Respondent will incorporate the Respondent’s scope of service and work schedule as part of the agreement (see Appendix B for form of agreement. The agreement presented to the Respondent may differ from this form as appropriate for the scope of services). F. This RFP does not commit the City to award a contract. The City assumes no liability or responsibility for costs incurred by firms in responding to this request for proposals or request for interviews, additional data, or other information with respect to the selection process, prior to the issuance of an agreement, contract or purchase order. The Respondent, by submitting a response to this RFP, waives all right to protest or seek any legal remedies whatsoever regarding any aspect of this RFP. G. The City reserves the right to cancel, in part or in its entirety, this RFP including, but not limited to: selection procedures, submittal date, and submittal requirements. If the City cancels or revises this RFP, all Respondents who submitted proposals will be notified. H. Projects under any contract are subject to the availability of funds. XII. NONDISCRIMINATION AND EQUAL PAY POLICY The City requires each entity submitting under this notice shall affirm, on a separate form provided, that it will not discriminate on the basis of race, color, religion, creed, sex, age, marital status, national origin, or because of actual or perceived sexual orientation, sexual preference, gender identity, or disability in fulfillment of a contract entered into for the services identified herein and that this prohibition on discrimination shall apply to the hiring and treatment of the submitting entity’s employees and to all subcontracts it enters into in the fulfillment of the services identified herein. Failure to comply with this requirement shall be cause for the submittal to be deemed nonresponsive. The City also requires each entity submitting under this notice shall affirm it will abide by the Equal Pay Act of 1963 and Section 39-3-104, MCA (the Montana Equal Pay Act). XIII. MISCELLANEOUS A. No Oral Agreements. No conversations or oral agreements with any officer, employee, or agent of the City shall affect or modify any term of this RFP. Oral communications or any written/email communication between any person and City officer, employee or agent shall not be considered binding. B. No Partnership/Business Organization. Nothing in this RFP or in any subsequent agreement, or any other contract entered into as a result of this RFP, shall constitute, create, give rise to or otherwise be recognized as a partnership or formal business organization of any kind between or among the Respondent and the City. C. Employment Restriction and Indemnity. No person who is an owner, officer, employee, contractor, or consultant of a respondent shall be an officer or employee of the City. No rights of the City’s retirement or personnel rules accrue to a Respondent, its officers, employees, contractors, or consultants. Respondents shall have the responsibility of all salaries, wages, bonuses, retirement, withholdings, worker’s compensation and occupational disease compensation, insurance, unemployment compensation other benefits and taxes and premiums appurtenant thereto concerning its officers, employees, contractors, and consultants. Each Respondent shall save and hold the City harmless with respect to any and all claims for payment, compensation, salary, wages, bonuses, retirement, withholdings, worker’s compensation and occupational disease compensation, insurance, unemployment compensation other benefits and taxes and premiums in any way related to each Respondent’s officers, employees, contractors and consultants. D. Accessibility. Upon reasonable notice, the City will provide assistance for those persons with sensory impairments. For further information please contact the ADA Coordinator at 406-582-3232 or the City’s TDD line at 406-582-2301. E. Procurement. When discrepancies occur between words and figures in this RFP, the words shall govern. No responsibility shall attach to a City employee for the premature opening of an RFP not properly addressed and identified in accordance with these documents. F. Governing Law. This solicitation and any disputes arising hereunder or under any future agreement shall be governed and construed and enforced in accordance with the laws of the State of Montana, and venue for all legal proceedings shall be in the 18th Judicial District Court, Gallatin County. By offering to perform services under this RFP, all Submitters agree to be bound by the laws of the State of Montana and of the City, including, but not limited to, applicable wage rates, payments, gross receipts taxes, building codes, equal opportunity employment practices, safety, non-discrimination, etc. XIV. ATTACHMENTS The following exhibits are incorporated in this RFP: Appendix A: Non-Discrimination Affirmation Appendix B: Agreement END OF RFP Attachment A NONDISCRIMINATION AND EQUAL PAY AFFIRMATION ____________________________________(name of entity submitting) hereby affirms it will not discriminate on the basis of race, color, religion, creed, sex, age, marital status, national origin, or because of actual or perceived sexual orientation, gender identity or disability and acknowledges and understands the eventual contract will contain a provision prohibiting discrimination as described above and this prohibition on discrimination shall apply to the hiring and treatments or proposer’s employees and to all subcontracts. ____________________________________(name of entity submitting) hereby affirms it will abide by the Equal Pay Act of 1963 and Section 39-3-104, MCA (the Montana Equal Pay Act). ______________________________________ Name and title of person authorized to sign on behalf of submitter