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