Parking Management Services for Downtown Decatur Area and Camp Road Area

expired opportunity(Expired)
From: DeKalb(County)
24-500665-RFP

Basic Details

started - 22 Jan, 2024 (3 months ago)

Start Date

22 Jan, 2024 (3 months ago)
due - 10 Apr, 2024 (18 days ago)

Due Date

10 Apr, 2024 (18 days ago)
Bid Notification

Type

Bid Notification
24-500665-RFP

Identifier

24-500665-RFP
DeKalb County

Customer / Agency

DeKalb 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.

TABLE OF CONTENTS Section Title Page I. Introduction & Background ............................................................................3 II. Statement of Work ..........................................................................................9 III. Proposal Format ............................................................................................15 A. Cost Proposal ...........................................................................................15 B. Technical Proposal ...................................................................................15 C. Local Small Business Enterprise Ordinance ............................................16 D. Federal Work Authorization Program......................................................17 IV. Criteria for Evaluation ..................................................................................17 V. Contract
Administration................................................................................17 A. Standard County Contract ........................................................................17 B. Submittal Instructions ..............................................................................17 C. Pre-Proposal Conference and Site Visit ...................................................18 D. Questions ..................................................................................................18 E. Acknowledgement of Addenda ................................................................18 F. Proposal Duration .....................................................................................18 G. Project Director/Contract Manager ..........................................................18 H. Expenses of Preparing Responses to this RFP .........................................18 I. Georgia Open Records Act .......................................................................18 J. First Source Jobs Ordinance .....................................................................19 K. Business License ......................................................................................19 L. Ethics Rules......................................................................19 M. Right to Audit....................................................................19 Cooperative Procurement...........................................................20 VI. Award of Contract.........................................................................................20 Attachment A. Cost Proposal .................................................................. 21-22 Attachment B. Proposal Cover Sheet............................................................23 Attachment C. Contractor Reference and Release Form ..............................24 Attachment D. Subcontractor Reference and Release Form ........................25 Attachment E. LSBE Opportunity Tracking Form ................................. 26-34 Attachment F. Responder Affidavit ..............................................................35 Attachment G. First Source Jobs Ordinance Information & Exhibits .... 36-39 Attachment H. Sample County Contract ......................................................40 2 . __________________________________________________________________________________________________ _______________________________________________________________________________________________________________________________________________________ DeKalb County Department of Purchasing and Contracting Maloof Administration Building, 1300 Commerce Drive ve, 2nd Floor, Decatur, Georgia 30030 February 5, 2024 REQUEST FOR PROPOSALS (RFP) NO. 24-500665 PARKING MANAGEMENT SERVICES FOR DOWNTOWN DECATUR AREA AND CAMP ROAD AREA DeKalb County Government (the "County") requests competitive proposals from highly qualified individuals and firms with demonstrated experience in parking management, operation, administration, and related control systems to submit proposals for creating and operating a combination revenue generating and complimentary ("free") parking system at multiple locations. I. INTRODUCTION AND BACKGROUND A. DeKalb County Government (the County) Department of Facilities Management is soliciting Request for Proposals (RFP) from qualified firms that will provide the resources and methodology necessary to develop, manage, implement, operate, and maintain an efficient and effective parking deck and parking management system that will generate market-responsive revenues by charging customers a reasonable parking fee. B. The County owns the parking venues set forth below, each of which receive varying numbers of visitors who use the adjacent county departments, e.g., the Recorders Court, the County Jail, and other facilities in and around the Camp Circle and Downtown Decatur area. The number of visitors varies by facility. The County seeks to maximize the revenue generation potential that each of these venues presents while, at the same time, improving services and the overall management of parking operations. C. The parking venues to which this RFP pertain are as follows: Camp Road Area:Site A Camp Circle Outdoor-paid visitor parking for County Jail Site B Camp Road Outdoor-paid the Camp Road Judicial facilities Site C Camp Drive Outdoor-paid the Camp Road Judicial Site D Camp Drive Outdoor-paid the Camp Road Judicial Downtown Decatur Area: Site E Swanton Way Outdoor complementary employee parking Site F W. Trinity Pl. Indoor paid parking, complementary employee 3 . Site Approx. Location Brief Description Approximate Number of Approx. Hours of Proposed Current Parking Spaces Revenue Collection SITE A Camp Circle, Decatur, GA 30030 Outdoor-paid ($3) visitor parking for the DeKalb County Jail (no complementary parking for county employees). 95 7:00AM - 7:00PM SITE B Camp Road, Decatur, GA 30030 Outdoor- paid ($3) visitor parking for the Camp Road Judicial facilities (no complementary parking for county employees but includes complementary parking for witnesses during trial hours). 93 7:00AM - 7:00PM SITE C Camp Drive, Decatur, GA 30030 Outdoor-paid ($3) visitor parking for Camp Road Judicial facilities (complementary parking for county employees during county business hours and for employees who work overtime during the work week and on the weekend). 196 7:00AM - 7:00PM 4 . Site Approx. Location Brief Description Approximate Number of Current Parking Spaces Approx. Hours of Proposed Revenue Collection 30030 parking for county employees) SITE E Swanton Way, Decatur, GA 30030 Outdoor- complementary parking for county employees during county business hours and for employees who work after regular county business hours during the work week and on the weekend. 68 5:00PM- 6:30AM SITE F W. Trinity Place, Decatur, GA 30030 Indoor- paid ($6) visitor parking, complementary parking for county employees during county business hours and for employees who work after regular county business hours during the work week and on the weekend, complementary parking for jurors during jury selection and trial hours. 890 7:00AM - 12:00AM SITE D Camp Drive, Decatur, GA Outdoor- paid ($3) visitor parking for Camp Road Judicial facilities, (no complementary 200 7:00AM - 7:00PM 5 . Photographs/drawings of the actual sites are set forth in Attachment M, attached hereto. Throughout this RFP, whenever it is appropriate or convenient to do so, Sites A, B, C and D may collectively be referred to as the "CAMP AREA PARKING SITES;'· Site E, as the "SWANTON PARKING SITE;" and Site F, as the "TRINITY PARKING SITE.'' The Camp Area Parking Sites and the Trinity Parking Site may collectively be referred to as the "DOWNTOWN DECATUR PARKING SITES.'' All the parking sites referenced above are collectively referred to as the "SITE(S)." Responders may submit proposals in connection with all the Sites, alternatively, for the Camp Area Parking Sites, the Swanton Parking Site, and/or the Trinity Parking Site separately. D. Overview. The County owns the parking venues set forth above, each of which receive varying numbers of visitors who use the adjacent county departments, e.g., the Recorders Court, the County Jail, and other facilities in and around the Camp Circle and Downtown Decatur area. The number of visitors varies by facility. The County seeks to maximize the revenue generation potential that each of these venues presents while, at the same time, improving services and the overall management of parking operations. E. Current Arrangement. The CAMP ROAD AREA PARKING SITES are currently managed by a private vendor with a paid parking flat fee rate of $3.00 per day. The SWANTON PARKING SITE and the TRINITY PARKING SITE are currently self- managed by the County with a paid parking flat fee rate at the TRINITY PARKING SITE of $6.00 per day. (There are no current paid parking arrangements or equipment at the SWANTON PARKING SITE.) However, the respondent will be responsible for calculating the market price for nights and weekends. The respondent will also be responsible for an analysis of Metro Atlanta parking fees as a means of justifying a flat rate increase at the Trinity and Camp Rd area parking sites. 6 . F. General. The Responder will be committed to providing a high level of leadership, knowledge, dedication, and experience that will provide innovative approaches to achieve the general parking management goals and objectives of the Parking Fund, to include, but is not limited to, maximizing revenue, account for and report to the County on a regular and consistent basis, provide a means of verifying receipts via regular audits, operate and maintain the facilities in a safe, clean and aesthetically acceptable condition, facilitate reasonable traffic flow and otherwise provide reasonably skilled customer service in connection with the management of the parking facilities. The responder will also develop a strategy for implementing smart parking sensors which reduces time that drivers spend searching for parking spaces, communicate in real time with a Parking Routing Information System to guide drivers to available parking spaces, provide a pay by plate payment method which can cut down on unauthorized vehicles from utilizing the parking areas longer than allowed; length-based parking fees can be implemented in this possibility, and implement wireless or charging docks for electric vehicles in parking spots. The key in the evaluation of all proposals will be an assessment of how well the Responder articulates the ability to complete the tasks outlined below and how well the Responder has performed in completing these tasks for other government or private entities in the recent past. G. Specific Tasks - Revenue Collection and Financial Reporting I. Revenue Collection. The RFP does not require a specific type of revenue collection method (i.e., manned lot attendants versus automated system(s)) and Responders are encouraged to submit proposals that contain their proposed system for revenue collection. A system (mechanical or manned) must be provided that enables DeKalb County employees to park free of charge at Sites c; E and F and recognizes codes provided by the County to jurors parking at Site F and to witnesses who park at Site B. The required financial arrangement will provide for a minimum monthly guaranteed payment to the County in an amount that will equal or exceed Ten Thousand Dollars ($10,000) per month (hereinafter, the "MINIMUM GUARANTEE"') as well as a percentage of gross receipts (hereinafter, the "PERCENT AGE'') that are payable to the County after an agreed upon gross dollar amount or participation floor amount (hereinafter, the "PARTICIPATION" or ·"PFA") is collected. The Percentage and PFA amounts referenced above are variables to be included in the Cost Proposal that will be used as part of the cost analysis facet of the evaluation process in determining who the successful r esponder will be; the Minimum Guarantee is not variable and must be included as part of the Cost Proposal. 2. Financial Reporting. Accurate monthly and quarterly accountings of all revenue generated by the venues and levels of usage (vehicle counts) at each Site must be rendered and a complete set of books and records of all revenues received must be maintained and made available for the County's inspection. The County must have the right, during regular business hours to inspect, copy and audit all such records and supporting documentation. The books and records referenced herein must contain, at a minimum: (i) levels of usage (vehicle counts) and (ii) revenues received. If the responder has the ability to present additional useful information in report form, that capability should be included in the proposal. The County must also have the right to periodically request additional financial information. 3. Specific Tasks - Security. Reasonable efforts to provide for the general security of automobiles at each venue must be provided and the County must be notified of any dangerous situations on the premises. Such reasonable efforts may include, e.g., security cameras and other devices, coordinated patrols, monitoring, and reporting to 7 . appropriate law and code enforcement agencies and/or a private security firm. Specific capabilities and available resources in this regard should be clearly articulated. The security and related tasks described in this section are hereinafter collectively and individually referred to as "Security Services." H. The following Required Documents Checklist includes a list of attachments which must be completed and returned with Responder’s technical proposal: Required Documents Attachment Cost Proposal Form (1 copy, separate & sealed) A Proposal Cover Sheet B Contractor Reference and Release Form C Subcontractor Reference and Release Form (make additional copies as needed) D LSBE Documents – Exhibits A and B E Responder Affidavit G First Source Jobs Ordinance (with Exhibits 1 – 4) H Exceptions to the Standard County Contract, if any I. The services shall commence within thirty (30) calendar days after acknowledgement of receipt of written notice to proceed. This is a multiyear contract (expected 5 years). J. The County anticipate multiple awards for at least one (1) to three (3) awardees. 8 . II. STATEMENT OF WORK Responder should demonstrate that it or its predecessors have a minimum of five (5) years’ experience in successfully constructing, managing, and operating Parking Facilities of a similar type and size as referred to within this RFP. Responder should submit, at a minimum, a synopsis regarding their experience in constructing, managing and operating similar types of municipal Parking Facilities to include the names of facilities; the length of time they have managed and operated the facilities; the types of services required in the municipal contract; the number of parking spaces within each facility and the type of parking that took place; and a reference (name, address, email address and phone number) for each facility listed. Responder should submit a complete project description of an operation of similar size and scope. Include date contracted and years remaining on the contract, if applicable. Responders must provide its policy on paying claims not covered by insurance, and the amount of input DeKalb County Facilities will have in processing and the final disposition of such claims. Sample plans are encouraged. Security and Safety. The responder is responsible for providing regular security services in the form of 24-hour security monitoring systems. The responder shall partner with DeKalb County and DeKalb County Police Department in the implementation of a parking security plan which should include, but not be limited to: a minimum of a quarterly meeting with the responder, County staff, and police officers to review criminal activities, reports, and safety strategies being employed by the responder in its management of the DeKalb County system; respond to and implement all strategies that are determined by the police department as a result of its annual assessment of all parking locations covered in this RFP; track and report all instances of criminal activity in the decks and lots covered by this RFP; provide timely information to all patrons as to safety measures which can be used to encourage a safe parking experience; include questions in the responder’s annual customer satisfaction survey that will assist the County in improving its Parking Facilities to assure a safe parking experience; inspect all Parking Facilities daily to observe and report instances of damage, graffiti or persons that are trespassing on these parking locations; work cooperatively with the DeKalb County Police Department to deter crime in and around all of the parking locations named in this RFP. The responder should provide the County with a copy of any Security Plans which it has implemented at other locations under its management as part of this RFP response. Scope of Maintenance Services. The successful responder shall maintain the Parking Facilities, its offices in DeKalb County, county parking, condition, and repair. Should the Parking Facilities and/or the DeKalb County offices assigned to the Responder, not be properly maintained according to the standards acceptable to the County, the County reserves the right, after reasonable notice and opportunity to cure, to clean the Parking Facilities/ offices assigned to the Responder and/or to perform repairs or necessary maintenance activities. The County will deduct the costs of these services from the monthly Management Fee (compensation due the responder). The scope of maintenance services is detailed more fully in the Sample Contract that is part of this RFP. The Responder should provide a detailed Maintenance Plan as part of the response to this RFP which should include but not be limited to the following list of critical care maintenance items as well as those items described in the Sample Contract that is part of this RFP. The maintenance plan submittal should include minimum cleaning standards and scheduling; Standard Operating Procedures for the accomplishment of all maintenance tasks and duties; and policies that will be in effect to assure cleanliness in all facilities named in the RFP. 9 . Cleaning-The Successful responder should provide cleaning services that will include, but not be limited to, emptying trash receptacles, cleaning elevators and stairs, collecting trash within and around each parking location, cleaning cashier booths, garage and office windows, floor sweeping, removal of oil spots, cleaning garage restrooms, cleaning light fixtures and all manner of debris on a daily basis within and around each parking location described in this RFP. Cleaning should include graffiti removal within 24 hours of the reporting of this type of vandalism. Each responder must demonstrate knowledge of proper cleaning methods for all types of facility maintenance and upkeep needs in the DeKalb County system. Cleaning should include all forms of general facility maintenance/upkeep, minor equipment maintenance; minor building repairs and arranging for other maintenance needs using contractors or other County Departments to complete. Operator will address any bird mitigation concerns. Painting- Successful responder will be responsible for general painting in and around the Parking Facilities named in this RFP. This includes stripping of parking spaces, painting of curbs and internal walls as needed. Such responder will be expected to provide the County with a detailed painting schedule on an annual basis which will include all painting projects and timeframes for completion. Each responder is encouraged to provide sample painting schedules from other parking locations managed by the responder. Preventative Maintenance- Successful responder shall provide a detailed preventative maintenance schedule to include inspections that are made, intervals in which inspections will be made and the level to which repairs can be accomplished. Sample schedules for projects of similar size as DeKalb County are encouraged. Successful responder will be responsible for ensuring facility elevators are properly inspected, maintained and that proper certification is obtained for all elevators operating in the parking system. Successful responder will manage the fire extinguisher system in place at each parking garage which includes but is not limited to the certification of all units, replacement of units and cabinets as needed. Entrances- Successful responder shall maintain, repair, and replace parking area entrance, exit and directional signage and lighting required for safety. Curb maintenance is extremely important to maintain a clean appearance at each parking location. Attendant booth located at most entrances and exits to county parking garages should be well painted, well-lit, and free of clutter at all times. All signage mounted on or in attendant booths should be professional at all times. Lighting- Successful responder must clean lighting fixtures and re-lamp/re-ballast them as needed. All Parking Facilities shall be appropriately lit at all times for security purposes seven days a week and lighting will be uniformly distributed throughout the parking facility. Light bulbs of all kinds shall be replaced no later than 24 hours from the time of failure. Responder shall perform scheduled light level measurements in and around all the city facilities to determine that light levels are appropriate. Responder shall provide recommendations to the County for lighting improvements as needed. Responder will work with the County and its Police. Signage- Successful responder shall clean, maintain, re-lamp and repair all existing signs in and on County Parking Facilities including parking rate signs, directional signs and other signage related to parking functions. This does not include on street parking signage which is the responsibility of the DeKalb County’s Streets and Traffic Department. The responder may be required by the County to provide additional signage in the Parking Facilities from time to time at the County’s expense subject to approval by the county before installation. All signage in and around the county’s Parking Facilities should be professionally made and maintained at all times. Scrubbing/Power Washing Sweeping- Successful responder should develop and implement a detailed annual scrubbing and sweeping schedule for each parking location in this RFP to include a specific condition assessment of each location based upon age, condition, and design of each location. Preventative Maintenance and Service Contract Management- Successful responder will be required to manage certain preventative maintenance and service contracts that exist between DeKalb County and vendors that provide these services to the County for its Parking Facilities, Metering Programs and 10 . vehicle operations as listed in this RFP. Transition Plan. Each responder must provide a detailed Transition Plan that should include a detailed description of how it would take over the operation and management of the parking garages, and surface lots from the current operator. The narrative should start at contract award and proceed through the entire transition period until the new operation is established. Time frames for each phase should be included. The plan should include details on hiring, screening and training of new employees, a detailed description of how customer and account information will be transferred, a marketing plan for transition, and, a detailed plan for educating its staff regarding operational equipment and systems that include, but are not limited to, garage elevators, mechanical/ parking control/revenue systems, fire suppression systems and fire panels, backup generators, fire extinguishers, and parking pay stations (meters) as well as all other operating systems employed in the management of the parking system. Records Management. Successful responder will be required to develop and manage a Records Management Plan for DeKalb County operation that will include establishing a master records inventory, assigning retention schedules to all files and data and maintaining a records destruction policy all to be in keeping with the County’s records retention polices as established by the State of Georgia. Each responder shall provide details on its Records Management process. Income and Expense Budgets. Each responder should provide, in proposal, a two-year income and expense budget for the project in the format presented in Attachment C, which is attached to the RFP. The sample contract shall be reviewed to determine if the “computing income assumptions” are applicable. A. protection is necessary. The proprietary or trade secret material submitted must be identified by some distinct method such as highlighting or underlining and must indicate only the specific words, figures, or paragraphs that constitute trade secret or proprietary information. The classification of an entire proposal document, line item, prices, and/or total proposal prices as proprietary, or trade secrets, is not acceptable and may result in rejection of the proposal. B. As this is an RFP, no information regarding the proposal records or the contents of responses will be released except in accordance with any applicable Georgia Codes. Once an award has been made, all proposals will be open to public inspection subject to the provisions set forth above. C. Any interpretation, correction, or change of the RFP will be made by an addendum. Interpretations, corrections, or changes of this RFP made in any other manner will not be binding and responders must not rely upon such interpretations, corrections, or changes. The County Purchasing Division or its designee will issue Addenda. However, each responder is solely responsible for ensuring that such responder has the current, complete version of the RFP documents, including any addenda, before submitting a proposal. The County is not responsible for any RFP obtained from any source other than the County. D. No responder shall confer on any county employee having official responsibility for a purchasing transaction, any payment, loan, subscription, advance, deposit or money, service, or anything of more than nominal value, present or promised, unless consideration of substantially equal or greater value is exchanged. E. The County may make investigations to determine the ability of the responder to perform or supply the services and/or items as described in this RFP. The County reserves the right to reject any proposal if the responder fails to satisfy the County that it is qualified to carry out the obligations of the proposed contract. F. The Successful responder shall comply with all applicable County, City, State, and Federal laws, codes, provisions, and regulations. The Successful responder shall not during the performance of any resultant contract knowingly employ an unauthorized alien as defined in the federal 11 . Immigration Reform and Control Act of 1986. G. Providers of any outside services shall be subject to the same conditions and requirements as the successful responder regarding law, code, or regulation compliance. The County reserves the right of approval for any subcontract work, including costs thereof. Insurance Requirements. H. Awarded responder, and any of its subcontractors, shall, at its sole expense, obtain and maintain during the life of the resulting Contract the insurance policies and/or bonds required. Any required insurance policies and/or bonds shall be effective prior to the beginning of any work or other performance by awarded responder, or any of its subcontractors, under any resultant Contract. The policies and coverages required are those as may be referred to in the sample contract and/or the terms and conditions attached to this RFP. All such insurance shall be primary and noncontributory to any insurance or self-insurance the County may have. Services and/or Items Required. The following are the services and/or items that the successful responder will be required to provide to the County and should be addressed in each responder’s proposal. A description and/or listing of the services and/or items that the successful responder will be required to provide to the County under this RFP are those that are set forth below and/or referred to in any way in the sample contract, any terms and conditions, and/or any attachments to this RFP. Each responder should carefully read and review all such items and should address such items in its proposal. However, the final description of the services and/or items to be provided to the County under this RFP is subject to negotiations with the successful responder, and final approval by the County. A. The Successful responder will be required to enter into a Contract which will be for a period of five (5) years. B. Budget preparation, management and operating of all credit/debit card systems deployed in the business office, in all parking garage booths, in all automated pay stations and processing manual parking tickets, issuing and processing automated parking tickets, operating a booting program, invoice processing for County defined operating expenses, parking rate and fee recommendations to DeKalb County, billing and establishment of accounts, operating a parking validation program, management of outstanding accounts receivables and the collection of accounts including skip tracing, debt set-off, third party contracting for professional collection services and legal action, court appearances, preparation and management of annual patron surveys, parking contract administration and customer data base management, initiate participation in the County’s annual citizen’s survey and issuing a separate annual survey of parkers, marketing and selling parking, consulting services to the County on a no fee basis, public involvement with downtown business groups and businesses and county departments, and assistance with economic development initiatives as they may arise. C. Daily revenues deposited to accounts on forms and by procedures that are acceptable to the County and the County’s designated banking institution. Maintenance of accurate and complete books and records which will be subject to review, copying and audit by the County or its representatives and will be retained for a period of five (5) years after the contract ends. D. Provision of training for employees of the Successful responder to ensure a high level of professional operation and management services at each Parking Facility, main Business Offices and On-street Parking Services Program on a consistent basis. E. Provision of all printed hang tags, key cards, permits, manual paper parking tickets, ticket paper for automated parking tickets, daily parking tickets to patrons, boot notices, paper statements and to maintain records for properly accounting for such items. 12 . Environmental and Maintenance. Clear and helpful environmental signage (e.g., "Exit," "Additional Parking," "Elevators,•· "Stairway," "Do Not Enter," etc.) to be used in facilitating and controlling a consistent and safe flow of vehicle and pedestrian traffic, minimizing so-called "bottlenecks" at high-traffic points in each Site and overall, improving the Site user's ability to find a parking space and enter/exit the applicable Site within a reasonable time. Any necessary equipment for parking facility management and maintenance (i.e., in addition to any equipment that would be used for revenue collection and/or admission/ticket/code collection/reading) and a specific methodology and plan for providing snow/ice removal and general maintenance services must be set forth in the proposal. The general maintenance services noted above may include, but do not have to be limited to, painting, striping, seal coating, keeping the facilities (including stairwells and elevators) clean and clear of refuse (organic and otherwise), offensive odors and obstructions (e.g., dirt and debris around drains), regular disposal of all garbage, trash and rubbish, and regular cleaning (with a disinfectant) of all stairwells, and periodic power-washing of both the interior and exterior of the site. The signage and related tasks described in this section are hereinafter collectively and individually referred to as "Environmental Services'' and the maintenance and related tasks described in this section are hereinafter collectively and individually referred to as "Maintenance Services.'' Cost and Fees for Ancillary Tasks. It is the County's intention and desire to avoid any expenditure in connection with the performance of Security, Environmental and Maintenance Services. Accordingly, as part of the Cost Proposal, if the Responder includes Security, Environmental and Maintenance services as part of its proposal, the Responder must also state the percentage amount(s) (hereinafter, the "DEDUCTION(S)"), if any, that the Responder would deduct from the Percentage payable to the County in connection with the provision of Security, Environmental and Maintenance Services. Personnel. If parking attendants or other personnel are utilized, they will be well­ trained, proficient in providing customer service at the highest standards and will, at all times, wear clean, pressed uniforms and clearly discernable identification badges. Single and Multiple Tasks Awards. The County, in its sole discretion, will decide which tasks will be awarded and to whom. Accordingly, the County reserves the right to make multiple awards, not to award and/or to re-advertise this RFP. ADDITIONAL REQUIREMENTS A. Workplace Rules. The successful Responder shall comply with all County workplace rules, as well as all other applicable rules and regulations, including but not limited to: Occupational Safety and Health Administration (OSHA) and State and County Safety and Occupational Health Standards. B. Responder Furnished Items. The successful Responder shall provide all needed supplies, including but not limited to those specifically listed above in the Statement of Work. 13 . C. Fidelity Bond and Required Insurance Coverages. 1. Within ten (10) days following the Notice of Award, the successful Responder will file with the County a Fidelity Bond in an amount that equals or exceeds the anticipated receipts payable to the county during each calendar year, provided that the minimum amount of the Fidelity Bond shall be One Million Dollars ($1,000,000.00). The terms and surety of the Fidelity Bond must be approved by the County. 2. Prior to beginning work, the Responder will file with the County evidence of current General Liability Insurance in an amount that equals or exceeds One Million Dollars ($1,000,000.00). 3. Within ten (10) days following the Notice of Award, the successful Responder will file with the County evidence of current "Garage Keepers Liability Insurance" in an amount that equals or exceeds One Million Dollars ($1,000,000.00). 14 III. PROPOSAL FORMAT Responders are required to submit their proposals in the following format: A. COST PROPOSAL 1. The cost proposal must be submitted in a separate, sealed envelope with the responder’s name and RFP title “Parking Management Servicesfor Downtown Decatur Area and Camp Road Area – RFP 24-500665” on the outside of the envelope. 2. The sealed envelope containing the cost proposal may be included in the sealed package containing the technical proposal. 3. DO NOT INCLUDE FEES OR COSTS IN ANY AREA OUTSIDE OF THIS COST PROPOSAL. Including fees in any area outside of the Cost Proposal in its separate, sealed envelope shall result in Responder’s proposal being deemed non-responsive. 4. Responders are required to submit their costs on Attachment A, Cost Proposal Form. Responder shall not alter the cost proposal form. B. TECHNICAL PROPOSAL (NOTE: DO NOT INCLUDE ANY COSTS OF ANY KIND IN THIS SECTION.) 1. Technical Proposals must be submitted in a sealed envelope(s) or box(s) with the responder’s name and “Request for Proposals No. 24-500665 for Parking Management Services for Downtown Decatur Area and Camp Road Area ” on the outside of each envelope or box. 2. Responder shall complete Attachment B, Proposal Cover Sheet, and include this as the first page of the technical proposal. 3. Technical Approach: Technical Approach: Respondent provide an overview of their experience in constructing, managing and operating similar types of municipal Parking Facilities to include the names of facilities; the length of time they have managed and operated the facilities; the types of services provided; the number of parking spaces within each facility and the type of parking that took place; and reference (name, address, email address and phone number) for each facility listed. • Responders are required to describe the procedures and methods that will achieve the required outcome of the project as specified herein; • Include a listing of the County’s responsibilities and the Responder’s responsibilities required to complete the project; and • Provide a project schedule at the task level starting with the receipt of the Notice to Proceed and ending with project completion. 4. Project Management: a) Describe how the project will be organized and managed; b) Describe progress reporting procedures for the project; c) Include the anticipated use of subcontractors or independent contractors; and d) Describe the resources necessary to accomplish the purpose of the project. e) Provide information on the Quality assurance processes you have in place. 15

1300 Commerce Drive Decatur, GA 30030Location

Address: 1300 Commerce Drive Decatur, GA 30030

Country : United StatesState : Georgia

You may also like

BEVERLY ROAD PARKING LOT PAVING SERVICES

Due: 30 Apr, 2024 (Tomorrow)Agency: Township of Teaneck

Parking Management Services

Due: 30 Apr, 2024 (Tomorrow)Agency: Northwest Florida Beaches International Airport

Please Sign In to see more like these.

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