Parking Management Sedgwick County Courthouse Complex

expired opportunity(Expired)
From: Sedgwick(County)
23-0039

Basic Details

started - 26 Jun, 2023 (10 months ago)

Start Date

26 Jun, 2023 (10 months ago)
due - 11 Jul, 2023 (9 months ago)

Due Date

11 Jul, 2023 (9 months ago)
Contract

Type

Contract
23-0039

Identifier

23-0039
Sedgwick County

Customer / Agency

Sedgwick 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.

1 RFP #23-0039 Sedgwick County...Working for you REQUEST FOR PROPOSAL RFP #23-0039 PARKING MANAGEMENT SEDGWICK COUNTY COURTHOUSE COMPLEX June 2, 2023 Sedgwick County, Kansas (hereinafter referred to as “county”) is seeking a firm or firms to provide Parking Management for Sedgwick County Courthouse Complex. If your firm is interested in submitting a response, please do so in accordance with the instructions contained within the attached Request for Proposal. Responses are due no later than 1:45 pm CDT, July 11, 2023. A pre-proposal meeting has been scheduled for June 13, 2023, at 10:00 am at 603 N. Main (Visitor Parking Garage) - meet at the corner of Elm and Main on the Northwest side. Attendance is strongly recommended. All contact concerning this solicitation shall be made through the Purchasing Department. Proposers shall not contact county employees, department heads, using agencies, evaluation committee members or elected officials with questions or any other concerns about the
solicitation. Questions, clarifications and concerns shall be submitted to the Purchasing Department in writing. Failure to comply with these guidelines may disqualify the Proposer’s response. Sincerely, Tammy Culley Purchasing Agent TC/ch SEDGWICK COUNTY, KANSAS DIVISION OF FINANCE DEPARTMENT Purchasing Department 100 N. Broadway, Suite 610 ~ Wichita, KS 67202 Phone: 316 660-7255 Fax: 316 660-1839 https://www.sedgwickcounty.org/finance/purchasing/ requests-for-bid-and-proposal/ https://www.sedgwickcounty.org/finance/purchasing/requests-for-bid-and-proposal/ https://www.sedgwickcounty.org/finance/purchasing/requests-for-bid-and-proposal/ 2 RFP #23-0039 Sedgwick County...Working for you Table of Contents I. About this Document II. Background III. Project Objectives IV. Submittals V. Scope of Work VI. Sedgwick County’s Responsibilities VII. Proposal Terms A. Questions and Contact Information B. Minimum Firm Qualifications C. Evaluation Criteria D. Request for Proposal Timeline E. Contract Period and Payment Terms F. Insurance Requirements G. Indemnification H. Confidential Matters and Data Ownership I. Proposal Conditions VIII. Required Response Content IX. Response Form 3 RFP #23-0039 Sedgwick County...Working for you I. About this Document This document is a Request for Proposal. It differs from a Request for Bid or Quotation in that the county is seeking a solution, as described on the cover page and in the following Background Information section, not a bid or quotation meeting firm specifications for the lowest price. As such, the lowest price proposed will not guarantee an award recommendation. As defined in Charter Resolution No. 68, Competitive Sealed Proposals will be evaluated based upon criteria formulated around the most important features of the product(s) and/or service(s), of which quality, testing, references, service, availability or capability, may be overriding factors, and price may not be determinative in the issuance of a contract or award. The proposal evaluation criteria should be viewed as standards that measure how well a vendor’s approach meets the desired requirements and needs of the county. Criteria that will be used and considered in evaluation for award are set forth in this document. The county will thoroughly review all proposals received. The county will also utilize its best judgment when determining whether to schedule a pre-proposal conference, before proposals are accepted, or meetings with vendors, after receipt of all proposals. A Purchase Order/Contract will be awarded to a qualified vendor submitting the best proposal. Sedgwick County reserves the right to select, and subsequently recommend for award, the proposed service(s) and/or product(s) which best meets its required needs, quality levels and budget constraints. The nature of this work is for a public entity and will require the expenditure of public funds and/or use of public facilities, therefore the successful proposer will understand that portions (potentially all) of their proposal may become public record at any time after receipt of proposals. Proposal responses, purchase orders and final contracts are subject to public disclosure after award. All confidential or proprietary information should be clearly denoted in proposal responses and responders should understand this information will be considered prior to release, however no guarantee is made that information will be withheld from public view. II. Background Sedgwick County, located in south-central Kansas, is one of the most populous of Kansas’ 105 counties with a population estimated at more than 514,000 persons. It is the sixteenth largest in area, with 1,008 square miles, and reportedly has the second highest per capita wealth among Kansas’ counties. Organizationally, the county is a Commission/Manager entity, employs nearly 2,500 persons, and hosts or provides a full range of municipal services, e.g. – public safety, public works, criminal justice, recreation, entertainment, cultural, human/social, and education. The county constructed a parking garage in 1986 to provide parking for certain employees and patrons of the Courthouse Complex (Employee/Public Garage, located at 603 N. Main, Wichita, KS 67203). A second parking garage was constructed in 1997 to accommodate approximately 437 additional employees (New Employee Garage, located at 626 N. Water, Wichita, KS 67203). All patrons of the parking garage are required to pay for parking privileges except for jurors, Eighteenth Judicial District victims, witnesses, and special visitors to county facilities. The county owns all equipment (gates, parking ticket dispensers, etc.). A garage attendant "shack" and an administrative office (unfurnished) are available for use by the successful firm, with vendor responsible to pay the telephone bill. The county maintains two (2) parking garages that are used by the public and/or county employees, as well as 25 parking meters on Water Street Access Way. All facilities will be serviced under this contract. Lot 1 Employee Garage is a parking zone of 437 spaces generally the north half of the Sedgwick County parking garage with a three (3) lane entrance/exit from Pine Street. The lot is currently used by county and state employees at a quarterly rate of $40.00. Lot 2 Public / Employee Garage is a parking zone of 437 spaces located on the northwest corner of Main and Elm Streets. The lot is currently used by county and state employees at a quarterly rate of $40.00. The lot is also used by the public at a rate of $0.75 per half~hour and $5.00 for all day. Jurors, victims, witnesses, and special visitors park at no cost with a validated parking ticket. Water Street Access Way - The parking zone consists of 25 parking meters located directly west of the parking garages on Water Street. 4 RFP #23-0039 Sedgwick County...Working for you Approximately 250 employees and public patrons use the public/employee garage, and 420 employees use the employee garage daily during normal business hours. (Second and third shift employees are not included in these counts.) III. Project Objectives Sedgwick County, Kansas (hereinafter referred to as “county”) is seeking a firm or firms to provide Parking Management Services for Sedgwick County Courthouse Complex. The following objectives have been identified for this contract: 1. Acquire services for Parking Management Services for the Sedgwick County Courthouse Complex meeting the parameters, conditions and mandatory requirements presented in the document. 2. Establish contract pricing with the vendor that has the best proven “track-record” in performance, service, and customer satisfaction. 3. Acquire Parking Management Services with the most advantageous overall cost to the county. IV. Submittals Carefully review this Request for Proposal. It provides specific technical information necessary to aid participating firms in formulating a thorough response. Should you elect to participate, please email the entire document with supplementary materials to: Purchasing@sedgwick.gov SUBMITTALS are due NO LATER THAN 1:45 pm CDT, TUESDAY, July 11, 2023. If there is any difficulty submitting a response electronically, please contact the Purchasing Technicians at purchasing@sedgwick.gov for assistance. Late or incomplete responses will not be accepted and will not receive consideration for final award. If you choose to send a hard copy of your proposal, Sedgwick County will not accept submissions that arrive late due to the fault of the U.S. Postal Service, United Parcel Service, DHL, FedEx, or any other delivery/courier service. Proposal responses will be acknowledged and read into record at Bid Opening, which will occur at 2:00 pm CDT on the due date. No information other than the respondent’s name will be disclosed at Bid Opening. We will continue to have Bid Openings for the items listed currently. If you would like to listen in as these proposals are read into the record, please dial our Meet Me line @ (316) 660-7271 at 2:00 pm. V. Scope of Work 1. The successful firm will be responsible for managing the previously identified parking zones Monday through Friday from 7:00 am through 6:00 pm daily, excluding weekends and county holidays. The gates will be lifted/closed according to the attached schedule. The county reserves the right to change the hours of operation with a 30 day written notice to the successful vendor. 1a.The successful firm will provide a trained on-site manager (8:00 am through 5:00 pm, days as identified above) to supervise parking operations, ensure all contract requirements are adhered to, and collect end of the day register receipts. The on-site manager will be trained in customer service, money handling, maintenance duties, use of equipment, as well as all other duties necessary to ensure safe and proper operation of facilities. There needs to be an attendant from 7:00 am through 6:00 pm. 1b.The successful firm will provide uniformed attendants during the times and days identified above. Each attendant will wear a shirt containing a company logo and a badge identifying first name. Each attendant will be trained and disciplined in the performance of their duties with verification to be provided upon request. 1c.The successful firm will be obligated to control the actions of their employees and require their employees to be clean, neat and professional in their appearance while on duty at all times. mailto:Purchasing@sedgwick.gov mailto:purchasing@sedgwick.gov 5 RFP #23-0039 Sedgwick County...Working for you 2. The successful firm will be responsible for routine building/ground maintenance of the parking zones including, but not limited to the following: 2a. Notifying the county of necessary structural repairs to the parking facility, changes and replacement required of operating equipment, replacement of fixtures, and landscaping while following specific obligations and the general guidelines of the Parking Garage Maintenance Manual of the Parking Consultants Council and National Parking Association. 2b. Maintaining the equipment supplied by the county in good condition and repair and keeping the same in operating condition. Upon expiration or termination of the contractual agreement, return the same to the county in good working condition and repair. (Reasonable wear and tear and loss or damage by fire or other incident of force majeure is expected.) 2c. Keeping the premises in a clean and orderly condition by performing trash removal and such other housekeeping services three (3) times a week minimum and as needed at the request of the county. 2d. Applying ice melt, removing snow and plowing of the roof, entrance and exit areas to and from the parking five (5) garages as deemed necessary by weather is to be completed no later than 6:00 am. Ice melt will be the successful firm’s sole responsibility to purchase, stock, and utilize during inclement winter weather. Exposed ramps, sidewalks, and any other potentially unsafe slippery locations in or around the parking garage must be covered with ice melt. 2e. Striping and maintenance painting (including supplies and labor) annually or as needed at request of the county. This is at the firm’s sole cost. 2f. Cleaning of the parking garage floor surfaces using a suitable high pressure/flush of all surfaces periodically and as necessary, but not less than twice per year, to remove sand, salt, oil, grease, and other items which are a slipping/driving hazard or could cause damage to the floor surface. 2g. The successful firm will maintain and repair the parking meters on Water Street access way. 2h. The successful firm will provide the county with an annual schedule of planned maintenance activities. Completion of such maintenance activities will be documented and provided to the county semi-annual basis in June and December. 3. The successful firm will furnish all expendable supplies (i.e., office supplies, trash bags, cleaning supplies) necessary for the operation/management of the parking zones. The country owned dumpsters located directly south of garages may be used for disposal at no cost to the vendor. 4. The successful firm will keep accurate and complete records, in accordance with generally accepted accounting principles, reflecting all gross receipts, operating expenses, and net profit with respect to the parking zones. The successful firm will institute internal control procedures to ensure that all receipts and expenditures are properly accounted for. 4a. The successful firm will provide monthly statements of profit and/or loss accounting within 10 calendar days after the end of each month. Statements will include all information as indicated. 4b. Within thirty (30) days following the end of each contract year, and every twelve (12) months thereafter, the successful will provide the county a statement showing the annual gross receipts for the preceding contract year, the amount due and payable to the county for the preceding year and the amount of validated juror and witness tickets. 6 RFP #23-0039 Sedgwick County...Working for you 4c. The successful firm will permit the county to audit the books and records of the parking zones operation during any regular business day. 4d. The successful firm will collect all earnings, deduct monthly management fee and provide remainder of funds by check no later than the 15th day of each month. Sedgwick County is NOT responsible for merchant fees associated with credit cards. 5. The successful firm will provide and maintain, subject to the approval of the county, insurance coverage during the terms of the agreement and extensions thereof. The expense of which will be treated as an operating expense. The successful firm will furnish to the county certificates of the required insurance coverage. It will be further understood that if any insurance furnished by the successful firm contains a deductible clause, any claims paid under such deductible clause will be considered an operating expense of the premises and payable for gross receipts. 5a. The successful firm will possess and maintain Worker’s Compensation and Employer’s Liability coverage for all persons employed at the premises in accordance with applicable State law. The successful firm will obtain and maintain any and all necessary licenses and permits required by a governmental body or agency having jurisdiction in connection with any activities at the premises and will abide by the terms and provisions of any such licenses and permit. Any expense incurred by the successful firms to obtain such licenses and permits will be treated as an operating expense. 6. The successful firm will supervise and administer a system for validated juror and witness parking whereby these tickets would be identified and stamped by Jury Clerks and or other persons so authorized by the county. The amount of parking fees incurred would be reported monthly and annually to the county. 7. The successful firm will NOT use and will make every reasonable effort to prevent any person from using, any part of the premises for any use or purpose, which is directly or indirectly forbidden by public law, or which may be violation of the laws of the State of Kansas, of any City of Wichita ordinance or which may be dangerous to life, limb or property. 8. The successful firm will provide no-charge parking for employees and other reserved spaces. The successful firm will provide free parking for authorized press vehicles, Boards, Commissioners, Governmental bodies, Contractors with county issued Contractor badges, Law Enforcement, employees who come to the Courthouse Complex for training and other persons as deemed necessary by the county and agreed upon by the successful firm. 8a. The successful firm will honor as valid all current permits held by persons other than county employees, e.g. attorneys. The entry/exit access card and monthly rates are to be reviewed prior to commencement of any renewal term. The number of such monthly permits will be limited to a total of seventy (70). Currently, non-employees are charged a key card deposit of $15.00 in addition to $40.00 quarterly for Con-Med (contracted medical staff in the detention facility) and $120.00 quarterly ($40.00/month) for all other monthly parkers. 8b. The successful firm will offer parking stamp books to be used as credit for future use by patrons. The stamps will be sold at a cost equal to the hourly and daily fees charged to transient parkers. 8c. The successful firm will provide marked spaces for persons with disabilities in accordance with K.S.A. 8-1,128. 8d. The successful firm will NOT contract with, rent, lease, or otherwise offer for a fee any parking space located on the premises to any employee of the county or 18th Judicial District individually, except for those parking spaces which are specifically allocated for rental by such employees as designated by the county. 7 RFP #23-0039 Sedgwick County...Working for you 9. Provide the county with recommendations on how to implement a timesaving process/processes concerning an automated juror parking pass option. This will be solely approved by Sedgwick County Courthouse Police Chief. 10. Upgrades, repairs, or purchases of parking control gates, electronic devices, cameras, security or safety equipment not specifically enumerated in this RFP, must be approved in advance by Sedgwick County Courthouse Police Chief or his designee prior to the expenditure. The repayment for these outlined services will be deducted from the monthly share to be provided to the county as an expense. VI. Sedgwick County’s Responsibilities • Provide information, as legally allowed, in possession of the county, which relates to the county’s requirements or which is relevant to this project. • Designate a person to act as the County Contract Manager with respect to the work to be performed under this contract. • County reserves the right to make inspections at various points of the project. Contractor agrees to openly participate in said inspections and provide information to the county on the progress, expected completion date and any unforeseen or unexpected complications in the project. VII. Proposal Terms A. Questions and Contact Information Any questions regarding this document must be submitted via email to Tammy Culley at Tamara.Culley@sedgwick.gov by 5:00 pm CDT, June 20, 2023. Any questions of a substantive nature will be answered in written form as an addendum and posted on the purchasing website at https://www.sedgwickcounty.org/finance/purchasing/requests-for-bid-and- proposal/ under the Documents column associated with this RFP number by 5:00 pm CDT, June 27, 2023. Firms are responsible for checking the website and acknowledging any addenda on their proposal response form. B. Minimum Firm Qualifications This section lists the criteria to be considered in evaluating the ability of firms interested in providing the service(s) and/or product(s) specified in this Request for Proposal. Firms must meet or exceed theses qualifications to be considered for award. Any exceptions to the requirements listed should be clearly detailed in proposer’s response. Proposers shall: 1. Have a minimum of five (5) years’ experience in providing services similar to those specified in this RFP. 2. Have an understanding of industry standards and best practices. 3. Have experience in managing projects of comparable size and complexity to that being proposed. 4. Have knowledge of and comply with all currently applicable, and as they become enacted during the contract term, federal, state and local laws, statutes, ordinances, rules and regulations. All laws of the State of Kansas, whether substantive or procedural, shall apply to the contract, and all statutory, charter, and ordinance provisions that are applicable to public contracts in the county shall be followed with respect to the contract. 5. Municipal and county government experience is desired, however, the county will make the final determination based on responses received and the evaluation process. 6. Have the capacity to acquire all bonds, escrows or insurances as outlined in the terms of this RFP. 7. Provide project supervision (as required) and quality control procedures. 8. Have appropriate material, equipment and labor to perform specified services. 9. Park only in designated areas and display parking permit (if provided). 10. Wear company uniform or ID badge for identification purposes. https://www.sedgwickcounty.org/finance/purchasing/requests-for-bid-and-proposal/ https://www.sedgwickcounty.org/finance/purchasing/requests-for-bid-and-proposal/ 8 RFP #23-0039 Sedgwick County...Working for you C. Evaluation Criteria The selection process will be based on the responses to this RFP. County staff will judge each response as determined by the scoring criteria below. Purchasing staff are not a part of the evaluation committee. Component Points a. Demonstrated ability to perform the scope of work 20 b. Process and strategy for providing required services 20 c. Qualifications 20 d. Proposal response organization, thoroughness, and completeness 20 e. Cost* 20 Total Points 100 Assume the following cost proposals (examples only) A. $50,000.00 B. $38,000.00 C. $49,000.00 Company B with a total price of $38,000.00 is the low offer. Take the low offer and divide each of the other offers into the low offer to calculate a percentage. This percentage is then multiplied by the number of points available for the cost. In this case, 10 points are allocated to cost. A. $38,000.00 divided by $50,000.00 =.76 .76*10 7.6 points B. $38,000.00 divided by $38,000.00 =1.00 1.00*10 10 points C. $38,000.00 divided by $49,000.00= .77 .77*10 7.7 points Any final negotiations for services, terms and conditions will be based, in part, on the firm’s method of providing the service and the fee schedule achieved through discussions and agreement with the county’s review committee. The county is under no obligation to accept the lowest priced proposal and reserves the right to further negotiate services and costs that are proposed. The county also reserves the sole right to recommend for award the proposal and plan that it deems to be in its best interest. The county reserves the right to reject all proposals. All proposals, including supporting documentation shall become the property of Sedgwick County. All costs incurred in the preparation of this proposal shall be the responsibility of the firm making the proposals. Sedgwick County reserves the right to select, and subsequently recommend for award, the proposed service which best meets its required needs, quality levels and budget constraints. D. Request for Proposal Timeline The following dates are provided for information purposes and are subject to change without notice. Contact the Purchasing Department at (316) 660-7255 to confirm any and all dates. Distribution of Request for Proposal to interested parties June 2, 2023 Pre-Proposal Meeting Date, Time June 13, 2023 10:00 am Questions and clarifications submitted via email by 5:00 pm CDT June 20, 2023 Addendum Issued by 5:00 pm CDT June 27, 2023 Proposal due before 1:45 pm CDT July 11, 2023 Evaluation Period July 12, 2023 – July 21, 2023 Board of Bids and Contracts Recommendation July 27, 2023 Board of County Commission Award August 2, 2023 9 RFP #23-0039 Sedgwick County...Working for you E. Contract Period and Payment Terms A contractual period will begin following Board of County Commissioners (BoCC) approval of the successful firm(s) and continue for a period of three (3) years with two (2) one (1) year options to renew. County may cancel its obligations herein upon thirty-day (30) prior written notice to the other party. It is understood that funding may cease or be reduced at any time, and in the event that adequate funds are not available to meet the obligations hereunder, either party reserves the right to terminate this agreement upon thirty (30) days prior written notice to the other. Payment will be remitted following receipt of monthly detailed invoice. Payment and Invoice Provisions https://www.sedgwickcounty.org/media/55477/payment-and-invoice-provisions.pdf F. Insurance Requirements Liability insurance coverage indicated below must be considered as primary and not as excess insurance. If required, contractor’s professional liability/errors and omissions insurance shall (i) have a policy retroactive date prior to the date any professional services are provided for this project, and (ii) be maintained for a minimum of three (3) years past completion of the project. Contractor shall furnish a certificate evidencing such coverage, with county listed as an additional insured including both ongoing and completed operations, except for professional liability, workers’ compensation and employer’s liability. Certificate shall be provided prior to award of contract. Certificate shall remain in force during the duration of the project/services and will not be canceled, reduced, modified, limited, or restricted until thirty (30) days after county receives written notice of such change. All insurance must be with an insurance company with a minimum BEST rating of A-VIII and licensed to do business in the State of Kansas (must be acknowledged on the bid/proposal response form). NOTE: If any insurance is subject to a deductible or self-insured retention, written disclosure must be included in your proposal response and also be noted on the certificate of insurance. It is the responsibility of contractor to require that any and all approved subcontractors meet the minimum insurance requirements. Workers’ Compensation: Applicable coverage per State Statutes Employer’s Liability Insurance: $500,000.00 Commercial General Liability Insurance (on form CG 00 01 04 13 or its equivalent): Each Occurrence $1,000,000.00 General Aggregate, per project $2,000,000.00 Personal Injury $1,000,000.00 Products and Completed Operations Aggregate $2,000,000.00 Automobile Liability: Combined single limit $500,000.00 Umbrella Liability: Following form for both the general liability and automobile _X__ Required / ____ Not Required Each Claim Aggregate $1,000,000.00 $1,000,000.00 Professional Liability/ Errors & Omissions Insurance: ____ Required / _X__ Not Required Each Claim Aggregate $1,000,000.00 $1,000,000.00 Pollution Liability Insurance: ____ Required / _X__ Not Required Each Claim Aggregate $1,000,000.00 $1,000,000.00 https://www.sedgwickcounty.org/media/39239/payment_and_invoice_provisions.pdf 10 RFP #23-0039 Sedgwick County...Working for you Special Risks or Circumstances: Entity reserves the right to modify, by written contract, these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. IF CONTRACTOR IS PROVIDING CONSTRUCTION SERVICES: In addition to the above coverages, contractor shall also provide the following: Builder’s Risk Insurance: In the amount of the initial Contract Sum, plus the value of subsequent modifications and cost of materials supplied and installed by others, comprising the total value for the entire Project on a replacement cost basis without optional deductibles. Entity, contractor, and all Subcontractors shall be included as named insured’s. G. Indemnification To the fullest extent of the law, the provider, its subcontractor, agents, servants, officers or employees shall indemnify and hold harmless Sedgwick County, including, but not limited to, its elected and appointed officials, officers, employees and agents, from any and all claims brought by any person or entity whatsoever, arising from any act, error, or omission of the provider during the provider’s performance of the agreement or any other agreements of the provider entered into by reason thereof. The provider shall indemnify and defend Sedgwick County, including, but not limited to, its elected and appointed officials, officers, employees and agents, with respect to any claim arising, or alleged to have arisen from negligence, and/or willful, wanton or reckless acts or omissions of the provider, its subcontractor, agents, servants, officers, or employees and any and all losses or liabilities resulting from any such claims, including, but not limited to, damage awards, costs and reasonable attorney’s fees. This indemnification shall not be affected by any other portions of the agreement relating to insurance requirements. The provider agrees that it will procure and keep in force at all times at its own expense insurance in accordance with these specifications. H. Confidential Matters and Data Ownership The successful proposer agrees all data, records and information, which the proposer, its agents and employees, which is the subject of this proposal, obtain access, remains at all times exclusively the property of Sedgwick County. The successful proposer agrees all such data, records, plans and information constitutes at all times proprietary information of Sedgwick County. The successful proposer agrees that it will not disclose, provide, or make available any of such proprietary information in any form to any person or entity. In addition, the successful proposer agrees it will not use any names or addresses contained in such data, records, plans and information for the purpose of selling or offering for sale any property or service to any person or entity who resides at any address in such data. In addition, the successful proposer agrees it will not sell, give or otherwise make available to any person or entity any names or addresses contained in or derived from such data, records and information for the purpose of allowing such person to sell or offer for sale any property or service to any person or entity named in such data. Successful proposer agrees it will take all reasonable steps and the same protective precautions to protect Sedgwick County's proprietary information from disclosure to third parties as with successful proposer's own proprietary and confidential information. Proposer agrees that all data, regardless of form that is generated as a result of this Request for Proposal is the property of Sedgwick County. 11 RFP #23-0039 Sedgwick County...Working for you I. Proposal Conditions https://www.sedgwickcounty.org/media/31338/proposal-terms-conditions.pdf General Contract Provisions https://www.sedgwickcounty.org/media/31337/general-contractual-provisions.pdf Mandatory Contract Provisions https://www.sedgwickcounty.org/media/31336/mandatory-contractual-provisions.pdf Independent Contractor https://www.sedgwickcounty.org/media/54780/independent-contractor-addendum.pdf Sample Contract https://www.sedgwickcounty.org/media/39236/sample-contract.pdf Federal Certifications Addendum Sedgwick County https://www.sedgwickcounty.org/media/59719/federal-certifications-addendum-updated-for-changes-to-ug-11-12-2020- no-signature-line.pdf Suspension and Debarment https://www.sedgwickcounty.org/finance/purchasing/suspension-and-debarment/ VIII. Required Response Content All proposal submissions shall include the following: 1. Firm profile: the name of the firm, address, telephone number(s), contact person, year the firm was established, and the names of the principals of the firm. 2. The firm’s relevant experience, notably experience working with government agencies. 3. At minimum, three (3) professional references, besides Sedgwick County, with email addresses, telephone numbers, and contact persons where work has been completed within the last three (3) years. 4. A disclosure of any personal or financial interest in any properties in the project area, or any real or potential conflicts of interest with members of the Sedgwick County Board of County Commissioners or county staff. 5. A description of the type of assistance that will be sought from county staff, including assistance required from the county to lessen the costs of this project. 6. Proof of insurance meeting minimum insurance requirements as designated herein. 7. Those responses that do not include all required forms/items may be deemed non-responsive. https://www.sedgwickcounty.org/media/31338/proposal-terms-conditions.pdf https://www.sedgwickcounty.org/media/31337/general-contractual-provisions.pdf https://www.sedgwickcounty.org/media/31336/mandatory-contractual-provisions.pdf https://www.sedgwickcounty.org/media/54780/independent-contractor-addendum.pdf https://www.sedgwickcounty.org/media/39236/sample-contract.pdf https://www.sedgwickcounty.org/media/59719/federal-certifications-addendum-updated-for-changes-to-ug-11-12-2020-no-signature-line.pdf https://www.sedgwickcounty.org/media/59719/federal-certifications-addendum-updated-for-changes-to-ug-11-12-2020-no-signature-line.pdf https://www.sedgwickcounty.org/finance/purchasing/suspension-and-debarment/ 12 RFP #23-0039 Sedgwick County...Working for you IX. Response Form REQUEST FOR PROPOSAL RFP #23-0039 PARKING MANAGEMENT SEDGWICK COUNTY COURTHOUSE COMPLEX The undersigned, on behalf of the proposer, certifies that: (1) this offer is made without previous understanding, agreement or connection with any person, firm, or corporation submitting a proposal on the same project; (2) is in all respects fair and without collusion or fraud; (3) the person whose signature appears below is legally empowered to bind the firm in whose name the proposer is entered; (4) they have read the complete Request for Proposal and understands all provisions; (5) if accepted by the county, this proposal is guaranteed as written and amended and will be implemented as stated; and (6) mistakes in writing of the submitted proposal will be their responsibility. NAME _______________________________________________________________________________________________ DBA/SAME ___________________________________________________________________________________________ CONTACT____________________________________________________________________________________________ ADDRESS____________________________________ CITY/STATE_____________________________ ZIP___________ PHONE______________________________________ FAX_________________________ HOURS_________________ STATE OF INCORPORATION or ORGANIZATION ______________________________________________________ COMPANY WEBSITE ADDRESS____________________________ EMAIL________________________________ NUMBER OF LOCATIONS_______________ NUMBER OF PERSONS EMPLOYED__________________________ TYPE OF ORGANIZATION: Public Corporation ________ Private Corporation________ Sole Proprietorship ________ Partnership________ Other (Describe): ____________________________________________________________________ BUSINESS MODEL: Small Business ________ Manufacturer ________ Distributor _________ Retail ___________ Dealer ________ Other (Describe): _______________________________________________________________________ Not a Minority-Owned Business: _______ Minority-Owned Business: ____________________________ (Specify Below) ____African American (05) _____ Asian Pacific (10) _____ Subcontinent Asian (15) ______ Hispanic (20) ____Native American (25) _____ Other (30) - Please specify_________________________________________________ Not a Woman-Owned Business: ______ Woman-Owned Business: _________ (Specify Below) _____Not Minority -Woman Owned (50) _____ African American-Woman Owned (55) _____Asian Pacific-Woman Owned (60) _____ Subcontinent Asian-Woman Owned (65) _____Hispanic Woman Owned (70) _____Native American-Woman Owned (75) ______Other – Woman Owned (80) – Please specify____________________________________________________________ ARE YOU REGISTERED TO DO BUSINESS IN THE STATE OF KS: ______Yes ______ No UEI (UNIQUE ENTITY IDENTIFIER) NO.________________________________________________________________ INSURANCE REGISTERED IN THE STATE OF KS WITH MINIMUM BEST RATING OF A-VIII: ______Yes ______No ACKNOWLEDGE RECEIPT OF ADDENDA: All addendum(s) are posted to our RFB/RFP web page and it is the vendor’s responsibility to check and confirm all addendum(s) related to this document by going to www.sedgwickcounty.org/finance/purchasing.asp . NO.______, DATED ______________; NO.______, DATED_____________; NO.______, DATED_____________ In submitting a proposal, vendor acknowledges all requirements, terms, conditions, and sections of this document. Proposal submission format should be by order in which sections are listed throughout the document. All minimum and general requirements should be specifically addressed and detailed in proposer’s response. Exceptions to any part of this document should be clearly delineated and detailed. Signature______________________________________________ Title____________________________________________ Print Name____________________________________________ Dated ___________________________________________ http://www.sedgwickcounty.org/finance/purchasing.asp

Sedgwick County Division of Purchasing 525 N. Main, Room 823 Wichita, Kansas 67203Location

Address: Sedgwick County Division of Purchasing 525 N. Main, Room 823 Wichita, Kansas 67203

Country : United StatesState : Kansas

You may also like

Jackson County Government Complex - Entrance Landscaping & Maintenance

Due: 21 May, 2024 (in 23 days)Agency: Jackson County

CHILLER 2 LEAK REPAIR AT HATFIELD COURTHOUSE

Due: 14 Jun, 2024 (in 1 month)Agency: PUBLIC BUILDINGS SERVICE

Please Sign In to see more like these.

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