UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and...

143
1 UNIVERSITY OF MARYLAND BALTIMORE COMPETITIVE SEALED PROPOSALS REQUEST FOR PROPOSAL (RFP) FOR PARKING MANAGEMENT CONTRACT RFP 88827QF Issued: November 11, 2019 Pre-Proposal Conference: November 19, 2019 Deadline for Questions: November 25, 2019 Proposals Due Date: December 10, 2019 Issued by: University of Maryland Baltimore The Saratoga Building Level 02, Room # 02-100 220 Arch Street Baltimore, MD 21201-1531 Attn: Quintina Felder 410-706-7015 (voice) 410-706-8577 (fax) Deliver to: Same as above Building can be accessed during the hours of 8:00 am to 5:00 pm, Monday through Friday. Pre-Proposal Conference: Same address as above Room # 02-101 WARNING: Prospective VENDORS who have received this document from a source other than the Issuing Office should immediately contact the Issuing Office and provide their name and mailing address in order that amendments to the RFP or other communications can be sent to them. Any prospective VENDORS who fail to notify the Issuing Office with this information assumes complete responsibility in the event that they do not receive communications from the Issuing Office prior to the closing date. SPECIAL ACCESS: Anyone requiring special assistance in obtaining a copy of the solicitation, in attending a pre-proposal conference or in delivering a proposal are requested to contact the Buyer listed above at least 48 hours in advance.

Transcript of UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and...

Page 1: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

1

UNIVERSITY OF MARYLAND BALTIMORE

COMPETITIVE SEALED PROPOSALS

REQUEST FOR PROPOSAL (RFP)

FOR

PARKING MANAGEMENT CONTRACT

RFP 88827QF

Issued: November 11, 2019

Pre-Proposal Conference: November 19, 2019

Deadline for Questions: November 25, 2019

Proposals Due Date: December 10, 2019

Issued by: University of Maryland Baltimore The Saratoga Building Level 02, Room # 02-100 220 Arch Street Baltimore, MD 21201-1531 Attn: Quintina Felder 410-706-7015 (voice) 410-706-8577 (fax)

Deliver to: Same as above

Building can be accessed during the hours of 8:00 am to 5:00 pm, Monday through Friday.

Pre-Proposal Conference: Same address as above Room # 02-101

WARNING: Prospective VENDORS who have received this document from a source other than the Issuing Office should immediately contact the Issuing Office and provide their name and mailing address in order that amendments to the RFP or other communications can be sent to them. Any prospective VENDORS who fail to notify the Issuing Office with this information assumes complete responsibility in the event that they do not receive communications from the Issuing Office prior to the closing date.

SPECIAL ACCESS: Anyone requiring special assistance in obtaining a copy of the solicitation, in attending a pre-proposal conference or in delivering a proposal are requested to contact the Buyer listed above at least 48 hours in advance.

Page 2: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

2

TABLE OF CONTENTS SECTION I: SUMMARY INFORMATION

SECTION II: GENERAL INFORMATION FOR VENDORS

SECTION III: TECHNICAL REQUIREMENTS

SECTION IV: EVALUATION AND SELECTION PROCEDURES

SECTION V: INFORMATION REQUIRED IN VENDOR PROPOSAL

APPENDICES:

APPENDIX A - TECHNICAL PROPOSAL FORMS

Compliance with Mandatory Requirements Personnel Staffing Form Key Personnel Form/ References Firm Experience Form/References Company Profile Form Annual Sales Form Bid/Proposal Affidavit Minority Business Enterprise Forms Living Wage Affidavit of Agreement Acknowledgment of Receipt of Addenda Form Proposal Checklist (for reference use and can be used as Transmittal Letter)

APPENDIX B - PRICE PROPOSAL FORMS Price Proposal Form Proposal Bond Form

APPENDIX C - CONTRACT FORMS Service Contract Contract Affidavit

APPENDIX D - CAMPUS MAP – Refer to website: http://www.umaryland.edu/map/

APPENDIX E- Example Booth Attendant Proficiency Test

APPENDIX F - Certification Regarding Investment Activities Iran

Page 3: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

3

PARKING MANAGEMENT CONTRACT

SECTION I:

SUMMARY INFORMATION

A. SUMMARY STATEMENT The University of Maryland Baltimore (UMB) is a public institution is a public institution with the multiple- mission of education, research and service. The 71acre campus (with 66 buildings) is located in downtown Baltimore, a city that has become a model for urban rebirth and vitality. The area surrounding the UMB campus has over 15,000 employees, and the University has approximately 6300 students enrolled in six professional schools; Dentistry, Law, Medicine, Nursing, Pharmacy, Social Work, and the Graduate School. UMB is the oldest of the eleven university institutions, which along with several specialized Centers comprise the statewide University System of Maryland. UMB is the State of Maryland's principal health sciences and human services professional education center, and includes the above named schools along with the Thurgood Marshall Law Library, and the Health Sciences/ Human Services Library.

Within the UMB campus, there is the University of Maryland Medical Center (UMMC) that includes 750-bed tertiary care hospital complex, the Maryland Institute for Emergency Medical Services System (MIEMSS), The Marlene and Stewart Greenebaum Cancer Center and the University of Maryland Children’s Hospital. UMMC treats more than 37,000 inpatients and 300,000 outpatients each year. Also within the boundaries of the UMB is the University of Maryland Faculty Physicians, Inc. (UMFPI) and the Baltimore VA Medical Center. The UMB Parking Program serves a large diverse number of groups. In addition to students, faculty, staff and visitors of the University, the parking program serves UMMC staff, faculty, and visitors, patients of UMFI, the University of Maryland Medical System (UMMS), MIEMSS, physicians, patients, patient transporters, visitors and special events. As a result, the UMB Office of Parking and Transportation Services (“PTS”) has an extremely complex rate structure that includes contract parkers, hourly transients, flat rate transients, and special events parking. Parking assignments are constantly in a state of flux because of the dynamic growth of the University.

The PTS program is unique and must provide a high level of customer service to the Campus community. One goal of PTS is to contract with a highly motivated and qualified operations Contractor for the operation of the UMB parking system.

PTS operates as an auxiliary enterprise and manages a current inventory of over 7,300 parking spaces in eleven garages and seven surface lots. The following is a list of garages/lots and the number of corresponding spaces for each:

Baltimore Grand Garage 995 Plaza Garage 534 Pratt Garage 1001 Penn Garage 975 Pearl Garage 739

Page 4: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

4

Saratoga Garage 919 Lexington Garage 803 Koesters Lot 64 Pharmacy Lot 11 IHV Lot 14 Administration Lot 56 GRB Lot 11 Babe Ruth Lot 6 West Fayette Lot 50 Lexington Market Garage (roof) 396 Lexington Market Garage (cvd) 175 Market Center Garage 300 Bio Park Garage 150 Redwood Garage (City) 150 Total Spaces 7349

B. ISSUING OFFICE

Quintina Felder University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore, Maryland 21201-1531 410-706-7015 410-706-8577 (fax)

The sole point of contact in the University for purposes of this RFP is the issuing office. Any questions with regard to any aspect of this proposal must be directed to Ms. Quintina Felder in writing.

C. QUESTIONS AND INQUIRIES

Questions and inquiries must be directed to the individual referenced with the Issuing Office above. All such questions and inquiries must be received by the close of business November 25, 2019 before 2:00pm. Inquiries will receive a written reply but without identification of the inquirer. Copies of replies will be posted on the University’s e-Bid Board, which is located at: www.procurement.umaryland.edu.

Page 5: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

5

D. DELIVERY OF PROPOSALS

Proposals must be delivered to:

The University of Maryland Baltimore Strategic Sourcing and Acquisition Services

The Saratoga Building Level 02, Room 02-100 220 Arch Street

Baltimore, MD 21201-1531

E. PROPOSAL CLOSING DATE

In order to be considered, the original and seven (7) copies of each proposal must arrive at the issuing office by December 10, 2019, no later than 2:00 p.m. Vendors mailing proposals must allow sufficient mail delivery time to insure timely receipt by the Department of Procurement Services. Vendors utilizing the U.S. Mail or similar methods, which would not deliver directly to Room 02-100 of the Saratoga Street Offices are cautioned to allow sufficient time for the delivery to Room 02-100. Delivery of proposals to the campus mailroom or any location other than this office will NOT be considered “delivered” until they have physically arrived and have been clocked-in at the Department of Procurement Services. Proposals or unsolicited amendments to proposals arriving after the closing date and time will not be considered. There will be no formal proposal opening.

F. ACCESS TO ISSUING OFFICE

The Saratoga Building, which houses the Department of Procurement Services, is accessible by the general public between the hours of 8:00 a.m. until 5:00 p.m. Monday through Friday with exception of legal holidays. There is a guard in the lobby area and vendors are required to sign in at the guard’s desk and gain permission to enter the Office Levels of the building. Office Level 2 (13th floor), where the Strategic Sourcing and Acquisition Services is located, is accessible to the public by two elevators located in the main lobby of the building. If you park in the Saratoga Street Garage, you must take the garage elevators down to the ground level and then enter the Lobby where the guard's desk is located and utilize the elevators located in the Lobby in order to ascend to the Office Level 2. Vendors must allow sufficient time in delivering replies to solicitations to insure timely receipt by the Issuing Office.

G. PRE-PROPOSAL CONFERENCE

There will be a Pre-Proposal Conference held in conjunction with the RFP. Attendance at the Pre-Proposal conference is not mandatory. The conference will be held at 10:00 AM on November 19, 2019 at the University of Maryland Baltimore’s Strategic Sourcing and Acquisition Services, The Saratoga Building, Level 02, Room 02-101, 220 Arch Street, Baltimore, MD 21201-1531.

Page 6: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

6

While attendance at the Pre-Proposal Conference is not mandatory, information presented may be very informative; therefore, all interested vendors are encouraged to attend in order to be able to better prepare acceptable proposals. If your firm plans to send representatives, please call the issuing office by November 15, 2019. We ask that a maximum of two (2) representatives from each company attend this meeting.

Appropriate auxiliary aids and services for qualified individuals with disabilities will be provided upon request. Please call Quintina Felder at 410-706-7015 with specific requests at least five (5) business days prior to conference.

H. DURATION OF PROPOSAL OFFER

Proposals are to be held valid for 180 days following the closing date for this RFP. This period may be extended by mutual agreement between the vendor and the University.

I. TERM OF CONTRACT

The initial contract term shall be for a period of two (2) years with the anticipated starting date to be May 1, 2020 through April 30, 2022.

The University shall have the sole option on an annual basis to renew the contract for four (4) additional one-year terms with the University retaining the option to terminate this agreement with thirty (30) days written notice.

Prices increases for the fixed fee and reimbursable fee portion of the contract may be adjusted for subsequent renewal options limited to the "CPI-W", which is the Consumer Price Index for Urban Wage Earners and Clerical Workers, as published by the U.S. Bureau of Labor Statistics December Issue or 4% whichever is less. The CPI-W to be used will be the index for the 12 month period ending in December of the previous calendar year. For example, with a contract term ending August 30, 2020, the CPI-W for the 12 month period ending December 2019 will be used. Requests for price increases for renewal options must be submitted in writing to this office a minimum of ninety (90) days prior to the contract anniversary date. The Contractor, upon request by the University, must make available all records relating to any requested increases in the contract price. Rate adjustments will be approved at the discretion of the University, and are not guaranteed.

The University will notify the Contractor prior to the contract anniversary date of its intention of whether or not it will exercise the upcoming renewal option. Contract Amendments may be issued to effect annual renewal options.

Page 7: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

7

J. EVALUATION OF OFFERS

A contract award will be made to the offeror whose proposal is determined by the Procurement Officer to be the most advantageous to the University. A University evaluation committee shall assist the Procurement Officer in this determination.

K. PROPOSAL ACCEPTANCE

The University reserves the right to accept or reject any and all proposals, in whole or in part, received as a result of this RFP, to waive minor irregularities, to negotiate in any manner necessary to best serve the interest of the University. Further, the University reserves the right to make a whole award, multiple awards, a partial award or no award at all. Offerors judged by the procurement officer not to be responsible or offerors whose proposals are classified as not reasonably susceptible of being selected for award shall be so notified. The University reserves the right to increase or decrease the quantities of any materials, equipment, supplies or services.

L. FORMATION OF AGREEMENT/CONTRACT

The Contract to be entered into as a result of this RFP (the “Contract”) shall be by and between the offeror as Contractor and the University in the form of a University Contract and shall contain the provisions included herein as Appendix C (Service Contract) including all appendices, attachments as well as any additional terms required by the University of Maryland Baltimore or the State of Maryland. By submitting an offer, the Contractor warrants that they have reviewed the University Contract Form found in Appendix C and will execute a contract on that form upon request by University of Maryland Baltimore without any exceptions, exemptions or modifications if selected as the successful offeror.

M. PROPOSAL AFFIDAVIT AND CERTIFICATIONS

State procurement regulations require that proposals contain certifications regarding non- collusion, debarment, cost and price, etc. The affidavit form, which should be completed by all respondents and returned with their respective responses, is included as Appendix A of the RFP.

N. LICENSES AND QUALIFICATIONS

Proposers must possess any licenses required by law in order for the Contractor to engage in activities required under the Terms and Conditions of this Contract. Proposers shall submit proof of current licensing with the proposals.

Page 8: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

8

O. CERTIFICATION REGARDING INVESTMENT ACTIVITIES IN IRAN

Offerers must complete, sign and return Appendix F, Certification Regarding Investment Activities In Iran with their solicitation response. Companies appearing on the Investment Activities In Iran list are ineligible for award.

Page 9: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

9

PARKING MANAGEMENT CONTRACT

SECTION II: GENERAL INFORMATION FOR VENDORS

A. PURPOSE

The overall purpose of this RFP is to provide information to vendors interested in preparing and submitting proposals to meet the requirements for the operation of the parking facilities at various locations on the University of Maryland Baltimore Campus described herein. Proposals will be received for the items/services specified herein or attached hereto under the terms, conditions and general specifications of this proposal.

B. GENERAL INFORMATION FOR VENDORS

1. Proposals must be made in the official name of the firm or individual under whom business is conducted (showing official business address) and must be signed by a duly authorized person.

2. Each offeror must furnish all information required by the proposal request. Erasures or other changes must be initialed by the person signing the proposal. Proposals signed by an agent of the corporation must be accompanied by evidence of their authority.

3. At the Pre-Proposal conference, potential offerors will have an opportunity to: (1) ask and receive answers to all questions regarding the specifications and general conditions, (2) receive any additional information relating to this contract, and (3) inspect the areas involved.

4. This Request for Proposals creates no obligation on the part of the University to award the contract or to compensate offerors for proposal preparation expenses.

5. The University reserves the right to award a contract based upon the proposals received without further negotiations. Vendors should therefore not rely on having a chance during negotiations to change their offer.

6. Before the award of a contract, University of Maryland Baltimore may require the offeror to submit evidence of any information related to the financial, technical, and other qualifications and abilities of the offeror.

C. ADDENDA/AMENDMENTS TO THE RFP

If it becomes necessary to revise any part of the RFP, addenda/amendments will be posted to the eBid Board at https://www.umaryland.edu/procurement/ebid-board/. It remains the responsibility of prospective Offerors to check the website frequently until the proposal due date for any addenda/amendments issued prior to the submission of Proposals. Addenda/amendments made after the due date for proposals will be sent only to those Offerers that submitted a timely Proposal and

Page 10: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

10

that remain under award consideration as of the issuance date of the addenda.

An acknowledgement of the receipt of all amendments, addenda, and changes issued shall be required from all vendors submitting a proposal.

D. CANCELLATION OF THE RFP

The University may cancel this RFP, in whole or in part, at any time.

E. ORAL PRESENTATION

Vendors who submit proposals may be required to make individual presentations to University representatives in order to discuss their proposals. (See Section IV, Item C-2, for further details.)

F. INCURRED EXPENSES

The University will not be responsible for any costs incurred by any vendor in preparing and submitting a proposal, delivery of or return of representative samples (if applicable).

G. ECONOMY OF PREPARATION

Proposals should be prepared simply and economically, providing a straightforward, concise description of the vendor’s offer to meet the requirements of the RFP.

H. ACCEPTANCE OF TERMS AND CONDITIONS

By submitting a proposal in response to this RFP, the firm accepts the terms and conditions set forth in this RFP.

I. PROCUREMENT REGULATIONS

This RFP and any resulting contract shall be governed by the USM Procurement Policies and Procedures and the State Finance and Procurement Article of the Annotated Code of Maryland and by State Procurement Regulations, Code of Maryland Regulations Title 21, as applicable.

J. MULTIPLE PROPOSALS

Vendors may not submit more than one proposal.

K. ALTERNATE SOLUTION PROPOSALS

Vendors may not submit an alternate to the solution given in this RFP.

Page 11: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

11

L. CONTRACTOR RESPONSIBILITIES

The University shall enter into contractual agreement with the selected offering vendor(s) only. The selected vendor(s) shall be responsible for all products and/or services required by this RFP. Subcontractors, if any, shall be identified and a complete description of their role relative to the proposal shall be included. The University’s intent is not to direct the use of any particular subcontractor, however, the vendor will not contract with any subcontractor to whom the University has a reasonable objection. Notification of such objection will be made by the University within 15 days of contract. The vendor shall be fully responsible for the acts and omissions of its subcontractors and of persons directly or indirectly employed by them.

M. PUBLIC INFORMATION ACT

Offerors must specifically identify those portions of their proposals, if any, which they deem to contain confidential, proprietary information or trade secrets and must provide justification why such material should not, upon request, be disclosed by the University under the Maryland Public Information Act, State Government Article, Title 10, Subtitle 6, of the Annotated Code of Maryland.

Vendors must clearly indicate each and every section that is deemed to be confidential, proprietary or a trade secret (it IS NOT sufficient to preface your proposal with a proprietary statement). Failure to comply may result in rejection of your proposal.

N. MINORITY BUSINESS ENTERPRISE

This solicitation has a MBE participation goal of one (1) percent, thereby any resulting contract will be subject to the liquidated damages provision of Schedule MBE, Attachment G.

If an offeror fails to submit MBE Attachment A and MBE Attachment B with the offer as required, the Procurement Officer shall deem that the offer is not reasonably susceptible of being selected for award.

O. ARREARAGES

By submitting a response to this solicitation, a vendor shall be deemed to represent that it is not in arrears in the payment of any obligation due and owing the State of Maryland, including the payment of taxes and employee benefits and that it shall not become so in arrears during the term of the contract if selected for contract award.

P. TAXES

The University of Maryland, Baltimore is exempt from Federal Excise Taxes, Maryland Sales and Use Taxes, and the District of Columbia Sales Taxes and Transportation Taxes, except as noted in applicable sections of COMAR.

Page 12: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

12

Exemption Certificates shall be provided upon request. Where a Contractor is required to furnish and install material in the construction or improvement of real property in performance of a contract, Contractor shall pay the Maryland Sales tax and the exemption does not apply.

Q. RFP RESPONSE MATERIALS

All written materials submitted in response to this RFP become the property of the University and may be appended to any formal documentation, which would further define or expand the contractual relationship between the University and the successful vendor(s).

R. PROPOSAL SECURITY

1. This Request for Proposals requires the submission of proposal security in an amount equal to at least five (5) percent of the amount of the price proposal. The initial term of this contract is for two (2) year, therefore, the proposal security would be 5% of the total contract price, which would include the amount for two year.

A certified check or cash escrow may be accepted in lieu of a proposal security/bid bond. If approved by the Attorney General, a proposer may furnish a personal bond, property bond, or bank or savings and loan association’s letter of credit on certain designated funds in the face amount required for the proposal security. Approval shall be granted only upon a determination that the alternative form of security offered affords protection to the University equivalent to a corporate surety bond.

2. The University requires the submission by the successful offeror of

a Performance Bond in the amount of ONE HUNDRED THOUSAND DOLLARS ($100,000) in a form satisfactory to the State.

3. Should the Proposer to whom the Contract is awarded fail or be unable to execute the Contract, for any reasons, within ten (10) days after notification of award, then an amount equal to the difference between the accepted proposal price, and that of next highest proposal shall be paid to the University.

4. The University has determined that a Fidelity Bond will not be required for this contract; however, respondents attention is directed to their Fidelity Obligations under this contract as provided in Section III, Paragraph Y - "Fidelity Obligation.”

Proposal Security shall be submitted with your Technical Volume in a separately sealed envelope marked “Proposal Security”.

Page 13: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

13

S. DEBRIEFING OF UNSUCCESSFUL OFFERORS

Unsuccessful proposers may request a debriefing. If the proposer chooses to do so, the request must be submitted in writing to the Procurement Officer within ten days after the proposer knew, or should have known its proposal was unsuccessful. Debriefings shall be limited to discussion of the specific proposer’s proposal only and not include a discussion of any competing offeror’s proposal. Debriefings shall be conducted at the earliest feasible time.

The debriefing may include information on areas in which the unsuccessful proposer’s proposal was deemed weak or insufficient. The debriefing may NOT include discussion or dissemination of the thoughts, notes or ranking from an individual evaluation committee member. A summarization of the procurement officer’s rationale for the selection may be given.

T. MARYLAND PUBLIC ETHICS LAW, TITLE 5

The Maryland Public Ethics Law prohibits, among other things: State employees or officials (and in some cases, former employees) and businesses in which such an individual is employed or holds a financial interest from (i) submitting a bid or proposal, (ii) negotiating a contract, and (iii) entering into a contract with the governmental unit with which the individual is affiliated per the Maryland Code, State Government Article, § 15-502.

If the bidder/offeror has any questions concerning application of the State Ethics law to the bidder/offeror’s participation in this procurement, it is incumbent upon the bidder/offeror to see advice from the State Ethics Commission; Office of the Executive Director, 9 State Circle, Suite 200, Annapolis, MD 21401, 410-974-2068 or toll free 1- 877-669-6085.

The procurement officer may refer any issue raised by a bid or proposal to the State Ethics Commission. The procurement officer may require the bidder/offeror to obtain advice from the State Ethics Commission and may reject a bid or proposal that would result in a violation of the Ethics Law.

The resulting contract is cancelable in the event of a violation of the Maryland Public Ethics Law by the vendor or any State of Maryland employee in connection with this procurement.

U. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT OF

Not applicable for this Contract.

Page 14: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

14

V. VENDOR SITE VISITS

If as a part of the evaluation process, it becomes necessary for out-of-state site visits to be made by evaluation committee members, the vendor whose site is being visited will be required to pay for the evaluator's travel expenses. These expenses will include transportation (non-first class), lodging and meals. Note that reimbursements will be made at the State of Maryland set rates only.

The University will be responsible for making all reservations and will submit an invoice to the vendor once all the charges have been identified. No direct reimbursement may be made to any UMB employee. No gratuities (such as meals) from the vendors to University personnel are permitted.

W. JOINT VENTURE PROPOSERS:

If the Proposer is a joint venture firm, the Proposer must provide all identification information for all parties and all requirements for all parties (i.e., licenses, insurance, etc.) as requested. As part of the initial technical proposal submission, the proposer must identify the percentage partnership for each joint venture party, the responsibilities of each joint venture party with respect to the scope of services/work inclusive of the requirements for each entity based on such services as described in this RFP document.

NOTE All joint venture parties will be held responsible for the contract obligations jointly and severally.

Page 15: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

15

PARKING MANAGEMENT CONTRACT

SECTION III: TECHNICAL REQUIREMENTS & SPECIFICATIONS

A. BACKGROUND

The University of Maryland, Baltimore is a public institution with the multiple missions of education, research and service. The 34-acre complex is located in downtown Baltimore, a city that has become a model for urban rebirth and vitality. The UMB complex has over 5,000 employees and approximately 6,000 students enrolled in seven professional schools: School of Dentistry, School of Law, School of Medicine, School of Nursing, School of Pharmacy, School of Social Work and Community Planning and the Graduate School.

B. SCOPE OF PROJECT

The UMB campus is roughly bounded on the South by Pratt Street, to the East by Paca Street, to the West by Martin Luther King Jr., Blvd. and to the North by Saratoga Street (see Appendix D for Campus Map). The current work force consists of a Resident Manager, Assistant Resident Manager, seven supervisors and a mix of approximately seventy booth and facility attendants.

The work to be performed under this contract shall consist of furnishing all items necessary and incidental to provide for the operation of all UMB parking facilities identified herein in a careful, efficient and safe manner, following in all respects the practices of parking facility operation and management in the United States. It is the intent of this procurement that all personnel provided by the Contractor be experienced and qualified to perform the functions as set forth herein in a first class manner, projecting a quality image to the users of all UMB parking facilities.

C. CONTRACT PERSONNEL

1) Size of Existing Work Force:

For informational purposes only and solely as a general guide to Proposers, the University anticipates that initially the following schedule of employees will be required: (NOTE: The hours estimated include those for the major league baseball and football seasons.)

ESTIMATED ANNUAL

LABOR CATEGORY HOURS REQUIRED

Resident Manager 2,470 (salaried) Assistant Resident Manager 2,470 (salaried) Site Manager 14,560 (salaried) Facility Supervisor 2,340 Clerical 2,080 Facility Attendants 33,397 Booth Attendants/Cashiers 68,000

Page 16: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

16

Plaza Greeter 2,340 Maintenance Staff 6,240

The University reserves the right to increase, decrease or altogether eliminate the hours required among the various categories.

It is a mandatory condition of this solicitation that the current personnel of the incumbent be given first preference in hiring, subject to reasonable hiring standards, in the event that the incumbent parking management firm does not succeed itself. In its personnel policies and its actions, the Contractor shall provide for fair and non-discriminatory hiring and management of personnel in accordance with Federal, State and local laws. It is the intent of this Contract that all personnel supplied by the Contractor be experienced and qualified to perform the functions as set forth in this section, and as further described in related portions of this RFP.

D. MINIMUM PAY RATES

(1) No employee in the labor categories of Booth Attendant/Cashier and Facility Attendant (Hourly employees) will be paid less than $14.24 per hour exclusive of benefits (or the amount required by applicable Living Wage requirements, if greater). The minimum starting salary, exclusive of benefits, for all Facility Supervisors shall not be less than $45,000 for site manager, $58,000 for assistant resident managers and $75,000 for resident managers (or the amount required by applicable Living Wage requirements, if greater). No employee in the labor categories of Secretarial/Clerical and will be paid less than $14.24 per hour exclusive of benefits (or the amount required by applicable Living Wage requirements, if greater).

NOTE: These minimum payment levels shall increase by the percent that the contract increases for any and all contract renewals exercised by the University.

(2) Hourly employees shall be provided no less than the following benefits after they have met their 90 days probation: 5 days paid vacation, 9 holidays, 4 sick days, 2 personal days, Workmen’s Comp, and payroll taxes. Managers shall be provided no less than the following benefits: 10 days paid vacation, 9 holidays, 4 sick days, 2 personal days, Workmen’s Comp, and payroll taxes.

E. CURRENT CONTRACT FINANCIAL INFORMATION FY 2019

To assist all Proposers, the University is providing the current contract parking program employment summary for review and possible incorporation in their proposals. The information contained in this summary, while believed to be accurate and current, is obtained from a non-university source and thus is for informational purposes only

Page 17: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

17

The fixed fee portion of this proposal must contain all applicable expenses since increases to this portion of the contract are not allowed under the base contract period. Additional review of the reimbursable fee should be given since the total hourly rates for wages and fringe benefits for hourly workers as submitted in the Price Proposal are non- negotiable during the base period of the contract.

CURRENT FINANCIAL INFORMATION FY 2019

A. Fixed Fee $965,766.49

Resident Manager - $74,800 base Assistant Resident Manager $58,700 base Site Manager - $45,300 base Facility Supervisor- $45,300 base

B. Hourly

Booth Attendants/Cashiers- $21.19 per hour Greeter & Customer Service- $21.18 per hour Facility Attendant- $21.19 per hour Secretary/Clerk- $23.32 per hour Maintenance/Custodial- $20.85 per hour

NOTE: The hourly rates above are totals of wage and fringe benefit prices for the categories of hourly workers, and may not reflect actual costs incurred by the incumbent. The above information is based on the current contract and is not applicable to future agreements. It is the Proposer's responsibility to review the solicitation document to determine how much of the above is applicable to the new contract.

F. PARKING FACILITIES

In order to familiarize the Contractor with the hours of operation proposed and the capacity of parking facilities at the University, the following schedule is provided for informational purposes only.

a) Baltimore Grand Garage – 24 hours per day, 7 days per week (995 spaces)

b) Plaza Garage – 24 hours per day, 7days per week (534 spaces) c) Pratt Garage – 24 hours per day, 7 days per week (1001 spaces) d) Lexington Garage – 24 hours per day, 7 days per week (803 spaces) e) Penn Garage – 19 hours per day, 5 days per week (M-F)

(5:00am - 12:00pm) (975 spaces)

f) Pearl Garage – 18 hours per day, 5 days per week (M-F) (5:30am - 11:30 pm) (739 spaces)

g) Saratoga Garage – 16.5 hours per day, 5 days per week (M-F) (5:30am - 10:00pm) (919 spaces)

Page 18: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

18

h) Lexington Market Roof (leased) – 12 hours per day, 5 days per week (M-F) (396 spaces).

The above schedule of hours of facility operations is for reference only and is subject to change in accordance with demands for parking at the University. The University reserves the right to change this schedule and extend hours or reduce hours at any of the facilities. Additionally, the University reserves the right to add or delete parking facilities from the schedule.

G. SCHEDULING

The following is a listing of the required personnel coverage for a normal week in the UMB parking operation. Holidays, special events, and non-peak periods of the year will require some changes in this coverage; however, you do not need to be concerned with those for the purpose of this scheduling sample.

NOTE: Pre-sellers and Flaggers fall into the category of Attendant/Cashier.

Required Coverage Total weekly Hours

Booth

PLAZA

1 Cashier 24 hours/7 days weeks 178.5 hours 2 Fac. Supervisor 10AM-8 PM /Weekdays 50.0 hours 2 Cashier 10AM-7 PM/Weekends 18.0 hours 1 Garage Attnd. 6AM – 11PM/7 Days 119.0 hours 1 Greeter 6AM – 3PM/Weekdays 45.0 hours 1 Cashier 8PM – 10 PM/5 Days 10.0 hours

420.5 hours

LEXINGTON

1 Cashier 24 hours/7 days week 178.5 hours 178.5 hours

PRATT

1 Cashier 24 hours/7 days week 178.5 178.5 hours

PEARL

1 Cashier 5:30 AM- 11:30 AM/M-F 102.5 hours 2 Attendant @ Rear 3:00PM- 6:00PM/M-F 15 hours 117.5 hours

Page 19: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

19

PENN 1 Cashier 5:00 AM- 12 AM/M-F 102.0 hours

2 Cashier 5:45 AM- 7 PM/M-F 68.75 hours 170.75 hours

BALTIMORE GRAND 1 Cashier 24 hours/7 days week 178.5 hours

2 Cashier 3 PM-12 AM/M-F 50.0 hours

3 Attendant Rear Fayette St. Entrance 6AM-9:30 AM/M-F 17.5 hours 246.0 hours

LEXINGTON ROOF

Booth 1 Attendant 7AM- 7 PM/M-F (+.75 break) 63.75 hours

SARATOGA

1 Cashier 5:30 AM-10 PM/M-F 87.5 hours 2 Cashier 5:30 AM-10 PM/M-F 87.5 hours

175.0 hours

FACILITY ATTENDANT

1 Attendant 24 hours/ 7 days (South) 168 hours 2 Attendant 24 hours/ 7 days (North) 168 hours 3 Attendant 24 hours/ 5 days (Central) 120 hours 456

hours MANAGEMENT STAFF

Resident Manager: 7:30 AM -5PM/M-F 47.5 hours Assistant Manager: 10:30 AM – 8:00 PM/M-F 47.5 hours Manager: 24 hours/ 7 days 168.0 hours Training Manager: 12 noon –8:30 PM/M-F 42.5 hours Clerical 48 hours per week 48.0 hours

353.5 hours

Event Manager: Rotating Schedule 3024 average hours annually

MAINTENANCE STAFF

1. Maintenance Staff 8 hours/5 days/rotating schedule set by PTS 40 hours 2. Maintenance Staff 8 hours/5 days/rotating schedule set by PTS 40 hours 3. Maintenance Staff 8 hours/5 days/rotating schedule set by PTS 40 hours

120 hours

Page 20: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

20

SPECIAL EVENT COVERAGE:

Hippodrome Theatre:

Baltimore Grand Garage (weekday) 1 - Flagger 4:15 pm– 8:15 pm 4.0 hours 1 - Cashier 4:15 pm – 8:15 pm 4.0 hours 1 - Flagger 4:45 pm – 8:15 pm 3.5 hours 2 - Cashiers 4:45 pm – 8:15 pm 7.0 hours 5 - Closers 10:30 pm – 11: 45 pm 6.25 hours

24.75hours Baltimore Grand Garage (weekend) 1 - Cashier 10:45 am – 8:15 pm 9.5 hours 1 - Flagger 10:45 am – 8:15 pm 9.5 hours 3 - Cashier 10:45 am – 2:15 pm 10.5 hours 1 - Flagger 10:45 am – 2:15 pm 3.5 hours *2nd booth staffed from 2:45 pm – 5:30 pm 2.75 hours 5 - Closers for 1st show 4:30 pm – 5:30 pm 5 hours

1 - Cashier 5:30 pm – 8:15 pm 2.75 hours 1 - Cashier 5:30 pm – 8:15 pm 2.75 hours 1 - Cashier 5:30 pm – 8:15 pm 2.75 hours 1 - Flagger 5:30 pm – 8:15 pm 2.75 hours *2nd booth staffed from 9:00 pm – 12:00 am 3.0 hours 5 - Closers for 2nd show 10:30 pm – 11:30 pm 5.0 hours

59.75hours Ravens:

Baltimore Grand Garage 2 – Presellers for 3.5 hours per event 7.0 hours 1 – Flagger for 3.5 hours per event 3.5 hours 1 – Cashier in second booth at start of game 5.5 hours

16 hours Pratt Garage 1 – Attendant to divert traffic to Penn Garage 5.0 hours Penn Garage 3 – Presellers for 3.5 hours per event 10.5 hours 2 – Flaggers for 3.5 hours per event 7.0 hours 2 – Cashiers in booths at start of game 14.0 hours 1 – Attendant to act as traffic control within facility 6.5 hours

38.hours

Page 21: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

21

Orioles: Baltimore Grand Garage (weekday) 1 – Preseller for event 3.5 hours 1 – Flagger for event 3.5 hours

7 hours

Baltimore Grand Garage (weekend) 2 – Presellers for event 7.0 hours 1 – Flagger for event 3.5 hours 1 – Cashier in second booth 6.0 hours

16.5 hours Penn Garage (weekday) 1– Preseller for event 3.5 hours 2- Presellers for event 4.5 hours 1 – Cashier in second booth for exiting traffic 5.0 hours 1 – Attendant to act as traffic director 4.0 hours 17.0 hours Penn Garage (weekend) 3 – Presellers for event 10.5 hours 2 – Flaggers for event 7.0 hours 2 – Cashiers in each booth for exit 10.0 hours 1 – Attendant to act as traffic director 2.0 hours

29.5 hours

Page 22: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

22

H. TRANSITION PERIOD

Successful vendor must provide for an orderly transition during the initial contract period while maintaining at a minimum the existing level of service and security at each facility.

I. FEES AND REIMBURSEMENT

1. Fixed Fee

The Contractor will be paid an annual fee in monthly installments (1/12th the annual fee). This fixed fee is to reimburse the Contractor for all of the following:

a) Profit

b) Overhead

c) All off-site management costs

d) Resident Manager, Assistant Resident Manager, and Supervisors (inclusive of all fringe benefits, compensation, insurance and taxes/mandated deductions)

e) All off-site office, telephone, material and equipment unless specifically designated as reimbursable

f) All costs in connection with hiring and administering personnel

g) All costs in connection with procurement of supplies, materials and equipment used on site

h) Insurance (inclusive of workers compensation and required liability insurance).

i) Proposal and performance bonds

j) Any costs not specifically stated as reimbursable

k) Uniforms – The Director must approve uniforms, which the Contractor proposes to use.

l) Time/Attendance System

2. Reimbursable Costs

The Contractor will be paid a monthly sum determined as provided herein as compensation for services in the previous month:

a) Costs for On-Site Hourly Personnel (exclusive of the Resident Manager, Assistant Resident Manager, and Supervisors) as stated in the Price Proposal.

Page 23: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

23

3. Calculation of Reimbursable Costs

a) Hourly Rates

Contractor shall provide both hourly rates and hourly benefits costs for the categories of hourly workers listed on the “Price Proposal Form.” The hourly benefits rates shall include all fringe benefits, vacation and holiday allowances, night duty premiums, travel and commuting allowances, insurance and taxes pursuant to law, union assessments and any other costs associated with the employment of personnel. The cost per hour for each category that will be paid to the Contractor is the total of the quoted hourly rate and hourly benefits cost for that category. This total will be the basis of reimbursement, regardless of actual wages and payroll and benefits expenses incurred.

b.) Overtime

All overtime must be requested and approved by the Director, and will be reimbursed to the Contractor at the rate of one and one-half (1-1/2) times the hourly rates quoted by the Contractor. The University will not pay Contractor for overtime incurred due to employee absence or due to the Contractor’s failure to provide a sufficient number of personnel to provide service without requiring overtime assignments. For example, regularly scheduled events, such as those at the Hippodrome Theatre and Oriole/Raven games will not be reimbursed as overtime.

4. University Supplied Services and Costs

The University will supply the following to the Contractor at no cost:

a. Heat, light and power in reasonable quantities b. On site, local off campus and long distance telephone charges as approved by the

Director of Parking and Transportation Services. The Contractor shall maintain a log of all such calls at each facility, stating the telephone number and the purpose of each call. Telephone calls, which do not appear in the log and are not directly related to the performance of business under this contract as determined by the director will be billed to the Contractor.

c. Use of office and office equipment (defined as furniture and copy machine) in designated areas.

i. NOTE: Paper and ribbons for the revenue control equipment will be provided by the University.

d. Locks/Safe re-keying for the University Safes are provided for each garage location. Lock re-keying and safe resetting are the responsibility of the Contractor. Any time keys are lost by their employee or change in employees necessitates resetting, the Director must be informed. No changes in the locks of any UMB facility entry-ways may be made without prior approval of the Director.

Page 24: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

24

e. The contractor will be required to record all tours electronically using the GuardTek System provided by the University. The GuardTek System is a real- time interactive guard tour system used for monitoring, alerting, viewing and reporting the activities of the patrol officers (facility attendant) and the garages and surface lots. The contractor will be responsible for maintaining this equipment in good working order, and will be fully responsible for loss of or damage caused by misuse, abuse or improper maintenance of the equipment.

5. Payments to The Contactor

The Contractor shall submit to the University an invoice for:

a) Fixed fee in the amount of one-twelfth (1/12th) for the annual fixed fee at the end of each month.

b) Reimbursable costs including

1. The allowed charges for hours worked by hourly employees: Certified time sheets for all employees with an affidavit that all employee wages and withholdings have been paid up to date, are required with each invoice. The Contractor will be reimbursed on the basis of the quoted hourly rates in the Price Proposal Form and the hours actually worked according to the certified time sheets. Time sheets shall be submitted on a bi-weekly basis and accompanied by a breakdown of hours worked by location.

All time sheets with handwritten hours must be submitted to the Parking and Transportation Services Office the next day for review. Failure to do so will result in no reimbursement to the contract for those hours. Time sheets must be submitted with the back-up paperwork from revenue control system or other electronic reports. Final determination of payment will rest with the Director.

While the University’s PARCS System has the potential for time and attendance recording/reporting, the successful offeror will be required to supply and use a system that accurately records the time and attendance of its employees. The University is currently using the “ADP SYSTEM” Proposers may propose a system comparable to this system, however, the system must be capable of generating standard reports and have both built in security features as well as an audit trail. System must include an electro-mechanical time clock combined with a computer generated spreadsheet report utilizing the time sheets.

At a minimum the following should be included in the payroll process.

a) Time sheets must include when employees start, leave, work double shifts and take breaks.

b) Each employee must sign a Paycheck Receipt Log.

Page 25: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

25

c) All time sheets should be dated with the pay ending date for each bi-weekly period.

d) All time sheets must reflect correct day, month, and time.

e) Any time sheet with time missed from a previous or current pay period must have back up information.

f) Operations schedule kept by each shift supervisor for his/her shift.

2. Copies of original invoices for supplies, material and equipment used on site, which have been approved by the Director.

Each invoice must be approved by the Director or his designee prior to payment by the University.

3. A “certified” payroll printout may be requested on an as needed basis by the Director for informational purposes or to assist in auditing contract compliance. Such a request must be complied with no later than seventy-two (72) hours after request is submitted. There will be no charge to UMB for such services. Actual payroll cost will neither increase nor decrease compensation due under this contract.

J. CONTRACTOR’S REPRESENTATIONS

The Proposer represents and warrants that it is financially solvent and has the financial ability and experience and is competent to perform the parking lot operations required hereunder; that the statements made in its Proposal and any accompanying papers are true, and, if the Proposer be a corporation, that it is authorized to do the type of work required hereunder and is qualified to do business in the State of Maryland; that it is familiar with all applicable federal, state, municipal and local laws, ordinances and regulations, if any, which may in any way affect the services to be rendered by the Contractor hereunder; that it has carefully examined and studied all terms and provisions of this contract, and the University Parking Facilities and that it is familiar with the nature of the work, the general and local conditions prevailing including without limitation thereto, the labor conditions, and with all other pertinent matters and circumstances, which may in any way affect the performance of the work; that no agent or employee of the University is personally interested, directly or indirectly in the Contract or the compensation to be paid thereunder; and that no representation, statement, or promise, oral or in writing of the University, its agents or employees has induced it to enter into this Contract except only those that may be contained herein

Page 26: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

26

K. PERSONNEL EQUIPMENT

The Contractor must be responsible for maintaining the equipment in good working order, and will be fully responsible for loss of or damage caused by misuse, abuse, or improper maintenance of the equipment. The equipment required is as follows:

PERSONNEL EQUIPMENT

Facility Attendant Flashlight Parking Safety Vest Two-Way Radio GuardTek Handheld Unit

Site Managers Flashlight

Supervisor Key Set Two-Way Radio

Resident Manager & Two-Way Radio Assistant Resident Manager Manager Key Set

Management Staff GuardTek System

Requirement of the Contractor to provide a Manager on Duty cellphone to the site managers to carry at all times. The Resident Manager, Asst. Resident Manager, and Site Manager MUST have a cell phone. The contractor must supply an Android Tablet for managerial use in the field. This tablet will be used to monitor the GuardTek System in real- time by managers when they are out of the office and when they do not have access to a computer. The two-way radios and keysets will be supplied to the Contractor by the University. The Contractor will be responsible for the security of such equipment and will reimburse the University for any equipment lost, stolen or otherwise unaccounted for. The Contractor will be responsible for maintaining the equipment in good working order, and will be fully responsible for loss of, or damage caused by misuse, abuse or improper maintenance of the equipment.

The University will be responsible for normal maintenance of radio and the replenishing of batteries for the flashlights. NOTE: Cell Phone numbers must be provided to the Director.

L. UNIFORMS

All Contract personnel, other than the Resident Manager and Assistant Resident Manager and Clerical Staff must be required to be dressed in appropriate uniforms as determined by the Director.

The Contractor must provide the quantity of uniform articles shown below for each employee (full-time and part-time as appropriate) such that all employees will be in a neat and presentable uniform at all times. The Contractor’s attention is directed to the fact that no employee will be permitted to work unless in proper uniform. The Contractor shall not be

Page 27: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

27

entitled to reimbursement for any wage or related expenses for any employee not in proper uniform. Male Employees must be provided with a uniform consisting of shirt with appropriate logo, tie, trousers and an outer garment sufficient to provide comfort to the employee during winter weather and a nametag is always to be worn on the outermost garment. Female employees must be provided with a uniform consisting of blouse or shirt with appropriate logo, tie, pants and an outer garment sufficient to provide comfort during the winter weather and a nametag to always be worn on the outermost garment. The Contractor shall not permit its employees to wear personal clothing, which diminishes the identity of the uniforms.

The Contractor’s attention is directed to the fact that the duties of the Facility Attendant may necessitate a different weight of outer garment as compared to other Contract employees.

The Contractor must submit to the Director samples of the proposed uniforms and the Director shall approve such uniforms with respect to color, material and quality prior to the Contractor’s renting or supplying said uniforms to Contract personnel.

The design and wording of the logo on each blouse and shirt shall be the official University of Maryland seal and will be provided to the successful vendor by the University. In no case shall any logo display the name of the Contractor’s organization.

Full-time Part-time 3 pair of pants 2 pair of pants 6 shirts 4 shirts 2 neckties 1 necktie 1 vest 1 vest 2 sweaters 1 sweater 1 winter hat 1 winter hat 1 two-season jacket w/winter liner 1 two-season jacket w/winter liner

Uniforms: Uniforms should be clean and presentable at all times.

A complete uniform is defined as the following for the current workforce:

Cashier:

Blue short/long sleeve shirt. Shirt is to be buttoned from the bottom to the top (neck). Shirt is to also be tucked in pants at all times.

Black vest completely buttoned with the university approved logo.

Company issued tie. Tie is to be worn at the top of the neck and tied correctly.

Company issued black pants. Pants are to be hemmed and not to drag over the shoe as to make the bottoms frayed.

Black belt

Black closed toe shoes with black laces.

Socks

Page 28: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

28

Company issued black sweater with university approved logo

Company issued hat with university approved logo. Logo should be facing forward (forehead) at all times.

Company issued winter parka with university approved logo

University issued One Card to be worn on outermost garment

Facility Attendant:

Blue short/long sleeve shirt. Shirt is to be buttoned from the bottom to the top (neck). Shirt is to also be tucked in pants at all times.

Company issued tie. Tie is to be worn at the top of the neck and tied correctly.

Company issued black pants. Pants are to be hemmed and not to drag over the shoe as to make the bottoms frayed.

Black belt

Black closed toe shoes with black laces.

Socks

Company issued black sweater with university approved logo

Company issued hat with university approved logo. Logo should be facing forward (forehead) at all times.

Company issued winter parka with university approved logo

University issued One Card to be worn on outermost garment

University issued reflective parking vest

Site Manager/Greeter:

White short/long sleeve shirt. Shirt is to be buttoned from the bottom to the top (neck). Shirt is to also be tucked in pants at all times.

Black vest completely buttoned with the university approved logo.

Company issued tie. Tie is to be worn at the top of the neck and tied correctly.

Company issued black pants. Pants are to be hemmed and not to drag over the shoe as to make the bottoms frayed.

Black belt

Black closed toe shoes with black laces.

Socks

Company issued black sweater with university approved logo

Company issued hat with university approved logo. Logo should be facing forward (forehead) at all times.

Company issued winter parka with university approved logo

University issued One Card to be worn on outermost garment

Page 29: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

29

Maintenance Staff:

This uniform mirrors University employee Maintenance staff and is currently supplied by the PTS office.

Grey work pants with reflective striping

Grey work shirt with reflective striping and university logo

Black hat with university logo (knit/ball cap)

Work boots (black) 3 season reflective jacket with university logo

Campus ID badge to be worn on outermost garment

M. PERSONAL APPEARANCE/GROOMING

Personal hygiene must be observed at all times. Uniform must be clean and presentable at all times. Employees’ jewelry should be conservative and visible body piercings are limited to ears only. Facial hair should be neat and well maintained.

N. IDENTIFICATION BADGES

Every Contractor employee working at UMB must have a UMB Identification Badge issued by the University’s One Card Office. The current cost is thirty dollars ($30) per employee to the Contractor. The Contractor is fully responsible for ensuring that ALL employees have/display a current badge at all times. All badges that are lost or damaged must be replaced by the Contractor at the current replacement fee. Within forty-eight (48) hours of an employee being terminated, the Contractor must return the terminated employee’s badge to the Director or be subject to a twenty dollar ($20) badge fee.

O. PARKING RULES AND REGULATIONS

The University has in effect a summary of rules governing the activities of parking patrons. This summary is available on the parking website (www.umaryland.edu/parking) and is entitled “Parking Rules and Regulations. The information outlines the circumstances under which parking patrons may be in violation of rules and procedures when using the parking facilities. This document may be viewed at the University’s website: www.umaryland.edu/parking.

Under certain circumstances, some violations are considered to be a threat to life safety or unacceptable for other reasons. The Contractor will instruct its employees to notify appropriate personnel immediately in the event that such violations occur within parking facilities. The Director will determine which types of violations require the notification of appropriate personnel.

The Contractor’s responsibility with respect to parking violations shall be limited to the notification of appropriate University personnel. The University personnel will take the appropriate action and make decisions as to what constitutes appropriate action.

Page 30: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

30

All contracted personnel are required to pay for parking at the current staff rate.

P. REPORTS REQUIRED

The Contractor must maintain and provide to the Director a comprehensive set of records and reports of such a nature and manner to be judged by the Director as being representative of generally accepted industry practice for parking management operations.

In addition, the Contractor must maintain and provide other records and reports deemed necessary by the Director.

These records and reports must, at a minimum, consist of, but not be limited to the following:

a. Daily detailed revenue accountability reports in accordance with University procedures

b. Daily attendance records for all schedule personnel

c. Payroll and other records deemed necessary by the Director in order to verify contractor’s invoices

d. System and Equipment inventory reports

e. Parking Permit issuance reports

f. Off-hour access report

g. Facility Attendant tour report

h. Facility and systems conditions report

i. Daily Emergency Phone check reports

j. Incidents reports as warranted

k. Weekly Garage lamp reports

l. Daily overnight vehicle reports

The Director will determine the number and frequency of all reports and the Contractor must provide such reports in a timely manner.

Q. CASH COLLECTION

The Contractor must be responsible for collecting all daily parking fees. All fees collected by the Contractor must be deposited into the University’s account by 12:00 noon the following day on Monday through Thursday. On Friday, Saturday and Sunday the Contractor will retain the revenue in their safe and then deposit the money by 12:00 noon on Monday. The Contractor must be responsible for the safekeeping of all monies collected and held by the Contractor prior to the deposit.

The Contractor must make daily detailed revenue accountability reports for each location and for each cashier in accordance with University policies and procedures and within the format prescribed by the Director.

The University reserves the right to conduct audits unannounced or announced at any time

Page 31: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

31

and at any location. The Contractor must be responsible for any shortages in revenue. Payments for shortages must be paid by the Contractor by the next business day.

R. PARCS TROUBLESHOOTING

The contractor will be required to make a good faith effort to troubleshoot minor issues with the PARCS system when necessary. A troubleshooting guide has been developed by Parking and Transportation Services which includes procedures for responding to system problems. Troubleshooting, as defined in the guide, may include but is not limited to: replacing consumable inventory (receipt paper, tickets, printer ribbons, etc.…), un-jamming paper/tickets, powering off/on (resetting) equipment, verifying proper connectivity of wiring to assure everything is properly plugged in, and assuring that equipment has proper settings (making adjustments to equipment as needed). If a system problem cannot be immediately resolved by the troubleshooting guide the contractor is then required to notify Parking and Transportation Services Revenue Control Coordinator or designated proxy and inform them of the problem and all troubleshooting procedures that were followed.

S. FACILITY CONDITIONS

The University considers it of great importance that parking facilities are kept in a neat and orderly fashion and that equipment functions properly in order to give the best possible parking service to patrons.

The Contractor must continually monitor conditions in and about parking facilities and must immediately notify appropriate personnel in the event of malfunctioning equipment, unusual conditions or other circumstances deemed appropriate by the Director. The Contractor must also make recommendations for possible improvements to facilities to the Director.

T. EMERGENCY AND UNUSUAL CONDITIONS

The Contractor’s attention is directed to the fact that from time to time emergency or unusual conditions may exist in and about the UMB Campus. During such periods of occurrences, Contract personnel may be required to perform other than normal duties as outlined in the clauses entitled “Resident Manager”, “Assistant Resident Manager”, “ Site Managers, Supervisor”, “ Facility Attendant”, “Cashier” and Maintenance Staff.

The Contractor in consultation with the Director will make the necessary work reassignments in accordance with the situation, which exists. For purposes of information only, the following conditions may constitute emergency or unusual conditions and require that Contract personnel assume modified duties: labor unrest and strikes, inclement weather, fires, floods, power failures and equipment failures.

U. ELEVATOR FAILURES

During the Term of this Contract, it is possible that operational malfunctioning of elevators may occur within the parking facilities. In the event of such an occurrence, Contract

Page 32: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

32

personnel must immediately notify appropriate University personnel in accordance with established policies and procedures. Contract personnel must establish voice communication and provide reassurance to any patron stranded in an elevator. The Contractor must instruct its employee not to attempt to remove stranded passengers from elevators, which have malfunctioned. This duty is the responsibility of designated University personnel who are trained to respond, remove stranded passengers and correct elevator malfunctions in accordance with established University policies and procedures.

V. LABOR HARMONY

The Contractor must immediately give oral notice to the University (to be followed by written notices and reports) of every impending or existing labor complaint, trouble, dispute or controversy and of the profess thereof. The Contractor must use its best efforts to resolve every such complaint, trouble dispute or controversy.

None of the officers, agents and employees of the Contractor shall be or be deemed to be employees of the University for any purposes whatsoever.

In its operations, the Contractor must not knowingly employ any person or persons, or use or have any equipment or materials, or allow any condition to exist, that in the opinion of the Director, may cause or be conducive to any labor complaints, trouble, dispute or controversy at the University or in any other respect may be objectionable to the Director. The Director’s determination shall be binding on the Contractor and upon notice from the Director the Contractor must immediately withdraw the objectionable personnel, material, equipment or cease objectionable behavior. The Contractor must replace them with unobjectionable persons, equipment and materials, and must immediately rectify whatever condition or conditions may be specified in the notice of non-compliance.

W. DEFINITIONS

“The Director” – Shall be understood to mean the Director, Parking and Transportation Services, of the University of Maryland Baltimore or his designee.

“Procurement Officer” – The staff person employed in the Strategic Sourcing and Acquisition Services and designated by the Chancellor and authorized by the University in accordance with law or regulations to formulate, enter into, or administer contracts or make written determinations and findings with respect to them.

“Parking Patrons” – Any persons having legitimate need to access the parking facilities for the purpose of parking a vehicle. Such person may include students, patients, visitors, staff, faculty and others engaged in activities related to the University.

“Written Notice” – Shall be deemed to have been duly served if delivered in person to the individual or to the member of the firm or to any office of the corporation to whom it is intended, or if delivered to or sent by registered mail, to the last known business address.

“Security” – Refers to the secure handling, transport, and accounting of all cash and securities (gate cards, etc.). Submittals regarding this subject should deal with company policies, procedures, and employee training. Additional information regarding company policies for dealing with client security personnel (i.e. UMB Police) in matters dealing

Page 33: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

33

with facility and client safeguarding should also be included.

X. VEHICLE ASSISTANCE

Vendors must provide a vehicle assistance program, which is to include at a minimum battery jumps, lockout service, and flat tire changing assistance and inflation. These services are to be provided by the vendor at NO cost to the University.

Y. FIDELITY OBLIGATION

The Contractor hereby covenants and agrees to indemnify the University against all loss of money or other property real or personal, belonging to the University, or in which the University has a pecuniary interest, or for which the University is legally liable, or which is held by the University in any capacity whether the University shall sustain through robbery, burglary, theft, larceny, embezzlement, forgery, misappropriation, wrongful abstraction, willful misapplication, negligent loss, mysterious disappearance or destruction, or fraudulent or otherwise dishonest act or acts, committed by any one or more of the officers or employees of the Contractor, acting directly or in collusion with others during the effective period of this Contract. Additionally, the Contractor hereby covenants and agrees to indemnify the University against all loss of parking receipts or other monies however sustained and by whomever caused occurring at any time until such receipts and other monies are actually deposited with the University.

Z. SOLICITATION OF BUSINESS FOR NON UMB FACILITIES

The Contractor hereby agrees not to solicit people parking at UMB parking facilities for the purpose of securing parking business in facilities not owned by UMB.

AA. AVAILABLE SPACE

The University will provide the Contractor with office space, office furniture and equipment, storage space and other space and equipment, which is necessary for the Contractor to function effectively under the Terms and Conditions of this contract.

The Contractor must consult with the Director in developing space and equipment needs and in determining optimum space location. The Contractor must notify the Director when any situation develops which would indicate that there is a need for additional space or equipment.

BB. POLICIES AND PROCEDURES

Under this Contract, the Director will from time to time consult with the Contractor in order to establish the best possible scheme for the operation of the parking facilities.

The Director, however, reserves the right to determine the policies and procedures for the operation and will give the Contractor instructions and orders with respect to the specific policies and procedures to be followed.

Page 34: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

34

CC. PERSONNEL QUALIFICATIONS & PERFORMANCE REQUIREMENTS Prior to assignment at UMB all personnel must have a police background check and drug test. The background check must include, at a minimum, the following:

Any conviction for any felony of any kind in any jurisdiction within the United States incurred in the prior three (3) years

Any conviction for any Class A misdemeanor in any jurisdiction within the State of

Maryland (or the applicant’s home state) incurred in the prior three (3) years

Any conviction for any Class B misdemeanor in any jurisdiction within the State of Maryland (or the applicant’s home state) incurred in the prior two (2) year

Drug screening consistent with policies and standards for all University of Maryland

personnel. DD. PERSONNEL AND TRAINING

All personnel supplied by the Contractor are preferred to have a high school diploma or GED and must prior to assignment at UMB, have a police background check and drug test. All maintenance personnel must receive at least thirty-two (32) hours of on-site UMB approved training including customer service and campus emergency procedures. Cashiers, Greeters, and Facility Attendants must also receive at least thirty-two (32) hours of on-site UMB approved training including customer service and campus emergency procedures. Employees who will act in the capacity of a cashier must be deemed proficient in this area. A University approved proficiency test must be passed before an employee is allowed to operate a register unaided (Appendix E). Training should include the utilization of the training room to provide a classroom setting. The Contractor shall not be reimbursed by the University for the wages of personnel during this training period.

Personnel supplied by the Contractor must be presentable and have a neat and clean appearance at all times while on duty at the University. Such personnel must be able to speak, read, and clearly write English and they shall be capable of performing any mathematical calculations demanded by their job assignment at the University.

Prior to assigning any employee to the University job site, all employees of the Contractor must meet the requirements of the Immigration Reform and Control Act 1986.

The University reserves the right to require the Contractor to replace or reassign any personnel, including the Resident Manager, whenever the Director or his designee determines that a change would be in the best interest of the University.

Vendors must provide their company training program and policies.

The University requires mandatory training in Conflict Resolution, De-Escalation Techniques, First Observer Plus, and Customer Service Training. These mandated trainings should occur on an annual basis as a refresher course for all applicable personnel. Additional training should also be included as directed by the University for all core personnel. Additional trainings should be conducted at selected intervals to address changes in policies

Page 35: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

35

as well as setting baseline expectations for customer service behavior for frontline staff. New hires should also be required to satisfactorily complete all new hire training as well as any supplemental training courses applicable to specific parking operations positions.

EE. MANAGEMENT AND SUPERVISORY STAFF EXPECTATIONS

Management and Supervisory Staff will be responsible for providing the coverage in the approved absence of any of the other categories in order to ensure continual management/supervisory presence at all times. Individuals providing this coverage MUST have experience working on the UMB Campus prior to this substitution coverage.

FF. RESIDENT MANAGER

General

The Contractor must provide the services of a Resident Manager, satisfactory to the University, who is fully experienced and qualified. The Resident Manager must have a minimum of three (3) years management experience involving approximately 50 or more employees and support staff and 90 hours of “hands-on” operational PARCS experience.

In the event the Resident Manager and/or Assistant Resident Manager are on vacation or leave, the firm MUST provide another Resident Manager and/or Assistant Resident Manger equal in experience and skill to replace the contracted Resident Manager and Assistant Resident Manager during their leave. Information on this individual must be submitted to the Director of Parking and Transportation Services, for review and approval, PRIOR to the firm assigning the individual as the replacement for the position.

The Resident Manager will have his office located at the University and he shall be in attendance and available during normal business hours defined as 7:30 a.m. to 5:00 p.m., weekdays, exclusive of the following holidays:

- New Year’s Day - Martin Luther King’s Birthday - Memorial Day - Independence Day - Labor Day - Thanksgiving Day - Christmas Day

Additional hours may be required to assure a smooth running parking operation.

It is a requirement of the University that the Resident Manager and/or Asst. Resident Manager work during weekend events to monitor and evaluate employees and all aspects of the parking operations to ensure compliance with all policies and procedures.

The Resident Manager shall confine his activities solely to the requirements of managing parking operations at the University. The Resident Manager shall not be involved in any manner with job responsibilities and activities at locations other than UMB.

Any meetings related to the Contractors collective bargaining agreement may not interfere with the Resident Manager’s Operations requirements under this Contract.

Page 36: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

36

The Resident Manager must make himself available to the Director for tours of the parking facilities at any time deemed necessary by the Director.

Training and Orientation

The Resident Manager must be on-site, full time, at least three weeks prior to the effective date of this Contract. This training and orientation period shall be at the expense of the successful Contractor and not the University. Payment by the University shall be for the period beginning May 1, 2020.

Duties

The duties and activities of the Resident Manager shall include, but not be limited to:

a. Being responsible for the overall management and operation of University parking facilities in accordance with the Terms and Conditions of this Contract, review and action relating to the issues of fiscal integrity including such items as reviewing cashier reports, preparing managers’ reports and related follow-up with University personnel. Being available for a call via a cell phone, which is to be provided by the Contractor. A radio will be provided by the University for any emergency response or as deemed necessary by the University.

b. Interviewing, selecting and training all supervisors, attendants and other personnel required by this Contract.

c. Providing overall supervision and direction of Contract employees.

d. Insuring that all reports and records required under the Terms and Conditions of this Contract are developed, maintained and issued.

e. Advising the Director in matters of parking policies and procedures.

f. Providing Management and Supervision schedules for at least two (2) weeks in the future.

g. Meeting with the campus personnel to provide information or to resolve problems concerning parking operations.

h. Insuring that all equipment and systems under the control and care of the Contractor are maintained in good working condition.

i. Inspecting facilities on a routine basis to insure that all facilities and systems are functioning and available for patron use.

j. Communication functioning and available for patron use.

k. Communicating on a daily basis the status of the Parking Operation with the Director or his designee.

l. Maintaining the periodic monitoring of un-gated lots for permit violations and issue warning citations as provided by the Director.

m. Notifying appropriate personnel in the event of malfunctioning equipment, unusual conditions or other circumstances deemed appropriate by the Director.

Page 37: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

37

*This position at times requires the employee to work outside in favorable and unfavorable weather conditions. All job duties should be performed as described in any weather condition.

GG. ASSISTANT RESIDENT MANAGER

The Contractor must provide a fully experienced qualified Assistant Resident Manager, satisfactory to the University, who shall assist the Resident Manager in the performance of his duties and be available to the Director in the absence of the

Resident Manager. Assistant Resident Manager must have a minimum of two (2) years supervisory experience and one (1) year experience in parking operations, as well as, a minimum of 90 hours of PARCS experience.

The Assistant Resident Manager shall confine his activities solely to the requirements of managing Parking Operations at the University and shall not be involved in any manner with job responsibilities and activities at locations other than UMB.

It is a requirement of the University that the Resident Manager and/or Asst. Resident Manager work during weekend events to monitor and evaluate employees and all aspects of the parking operations to ensure compliance with all policies and procedures.

*This position at times requires the employee to work outside in favorable and unfavorable weather conditions. All job duties should be performed as described in any weather condition.

HH. SUPERVISORY PERSONNEL

The Contractor must provide experienced and qualified supervisory personnel to adequately direct and oversee the activities of the Facilities Attendants and Cashiers. All managers must have 3 weeks of training prior to being assigned to a schedule shift. All supervisors must have a minimum of 60-90 hours of PARCS experience. It should be understood that as salaried employees, supervisors will be expected to work whatever number of hours deemed necessary to complete their required tasks. Consideration should be given to special events coverage needs, etc. that might affect the number of actual hours needed.

The Contractor must provide as a minimum one (1) person to function exclusively as a supervisor on each shift including Saturdays, Sundays and Holidays. There is a specific requirement that a supervisor be present on all shifts seven days a week. Further, it is the offeror’s responsibility to ensure that there is the required coverage for leave (i.e. vacation, holiday, sickness) as well as, needs created by special events, employee turn- over, or offeror corporate policies. Any list of special circumstances should not be considered as all-inclusive. The supervisors shall not perform normal Facility Attendant, and Cashier functions except in emergencies or when instructed to do so by the Director. Neither the Resident Manager, nor the Assistant Resident Manager shall be substituted for one of the required supervisors, unless specifically instructed to do so by the Director.

The duties and activities of the supervisor shall consist of, but not be limited to:

1. In the absence of the Resident Manager and Assistant Resident Manager, being responsible for the overall management and operation of University Parking Facilities in accordance with Terms and Conditions of this Contract.

Page 38: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

38

2. Providing supervision and direction of Contract employees to ensure that they are engaged in activities and performing their duties as outlined in the clauses entitled “Facilities Attendant” and “Cashiers.”

3. Ensuring that all equipment and systems under the control and care of the Contractor are maintained in good working condition.

4. Inspecting facilities on a routine basis to ensure that all facilities and systems are functioning and available for patron use.

5. Notifying appropriate personnel in the event of malfunctioning equipment, unusual conditions or other circumstances deemed appropriate by the Director.

The Director may modify, add to or eliminate any of the above duties or activities at any time during the term of the contract.

II. TRAINING MANAGER

The Training Manager will be responsible for the planning, execution, and management of all employee training and development required by the University. An effective training manager will ensure that all employees have the knowledge and skills to meet or exceed their job specifications. The training manager must maintain and analyze training records for each employee. The Training Manager must have a strong commitment to customer service and be familiar with University policies and procedures as it pertains to parking management. The training Manager will be expected to identify deficiencies in newly hired employees as well as employees beyond their probationary period and provide proper instructions and training to rectify those deficiencies. The Training Manager will be expected to develop and deliver training practices and solutions that are in line with the business goals of the parking program. Training and development should include but not be limited to the following areas:

o Customer Service o Cashier Training o Checker Training o PCI Compliance Training o Campus Knowledge Training o Title IX Training

The Training Manager will be allowed to operate as an event or site manager with the permission from the Director or his designee. It is an expectation of the University that the Training Manager be available to work evenings, nights, and weekends when necessary to provide training to employees.

*This position at times requires the employee to work outside in favorable and unfavorable weather conditions. All job duties should be performed as described in any weather condition.

Page 39: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

39

JJ. FACILITY ATTENDANT

The Contractor must supply experienced and qualified personnel to function as Lot and Garage facility attendants whose duties shall consist of, but not be limited to:

1. Touring the parking facilities for the purpose of inspecting and noting unusual conditions.

2. Checking facility elevators for proper functioning.

3. Checking facility telephones for proper functioning.

4. Providing relief for other Facility Attendants.

5. Assisting patrons during peak traffic periods.

6. Ensuring that facilities are properly secured at closing time.

7. Providing access for patrons during period while facilities are normally closed.

8. Providing written reports of facility conditions, parking census and other conditions or activities the Director deems necessary.

9. Notifying appropriate personnel in the event of malfunctioning equipment, unusual conditions or other circumstances deemed appropriate by the Director.

The University requires all facility attendants (excluding the Plaza facility attendant) to do a minimum of seven (7) garage tours per shift. If seven (7) tours are not performed, there must be a written reason given by the contractor as to why defined amount was not accomplished.

The Plaza facility attendant is to perform two (2) tours of the Plaza garage per hour. If two (2) tours are not performed, there must be a written reason given by the contractor as to why defined amount was not accomplished.

The contractor will be required to record all tours electronically using the GuardTek System provided by the University. The Guardtek System is a real-time interactive guard tour system used for monitoring, alerting, viewing, and reporting the activities of the patrol officers (facility attendants) in the garages and surface lots. The information gathered by the system will be reviewed by the contractor and the University to make sure patrols and proper reporting is maintained.

*This position at times requires the employee to work outside in favorable and unfavorable weather conditions. All job duties should be performed as described in any weather condition.

The Director may modify, add to, or eliminate any of the above duties and activities at any time during the term of the Contract.

Page 40: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

40

KK. PLAZA GREETER JOB DESCRIPTION

The following job description is for the Greeter position at the Plaza garage. Additional duties may be required as the operation changes and the University reserves the right to modify, add, or eliminate duties in the future.

The function of the Plaza Greeter is to greet all incoming vehicles and ascertain their reasons for parking in the Plaza Garage. Patients, patient transporters, and monthly cardholders are the main patrons of this facility. Visitors are allowed in this facility after 2:00 pm. This position is also to give information to patrons such as campus directions, hospital and garage information, validation procedures, etc., when asked.

Appearance:

The person in this position must be presentable at all times. This means being in the correct and proper uniform. The uniform must be different than that of the hourly cashier and facility attendant positions and must be approved by the University. This person must present a pleasant personality and be courteous and helpful to all patrons of the Campus. This person should remain in the designated area to perform job functions. This person should be equipped with the proper tools such as directional pads, two way radio, etc., to perform their job function.

Responsibilities:

1. Greet and ascertain vehicle destination of all incoming traffic to the Plaza garage.

2. Re-direct patrons to alternate facilities that do not meet entrance requirements.

3. Re-direct patrons to other campus garages when the Plaza garage is full.

Remind patrons to get their parking ticket validated if they are patients, patient transporters, or visitors.

Give directions to facilities such as the Hospital, Dental School, School of Law, etc.

4. Monitor the current space count at all times.

5. Keep designated area clean.

6. Utilize information cards as needed.

Work in conjunction with the Facility Supervisor to promote a high level of customer service, interaction, and satisfaction.

Hours:

The Plaza Greeter position will be Monday through Friday from 6:00am to 3:00pm. This position is to be staffed continuously during these hours. Holiday staffing will be determined by the University.

*This position requires the employee to work outside in favorable and unfavorable weather conditions. All job duties should be performed as described in any weather condition.

Page 41: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

41

LL. BOOTH ATTENDANTS

The Contractor must provide experienced and qualified personnel to function as cashiers and they must have a minimum of 24 hours of “hands-on” operational PARCS experience. The cashier’s duties shall consist of, but not be limited to:

1. Collecting appropriate parking fees in accordance with a predetermined schedule.

2. Operating a cash register, making proper change transactions and following protocol for the safekeeping of money.

3. Providing general information and assistance to patrons.

4. Assisting patrons during peak traffic periods.

5. Opening or securing parking facilities in accordance with procedures established by the Director.

6. Ensuring that attendant booths and surrounding areas are maintained in a clean and orderly manner at all times.

7. Providing written reports of facility conditions, parking census or other conditions or activities the Director deems necessary.

8. Notifying appropriate personnel in the event of malfunctioning equipment, unusual conditions or other circumstances deemed appropriate by the Director.

The Director may modify, add to or eliminate any of the above duties or activities at any time during the Term of the Contract.

*This position at times requires the employee to work outside in favorable and unfavorable weather conditions. All job duties should be performed as described in any weather condition.

MM. CLERICAL STAFF

The Contractor must provide experienced and qualified personnel to function as clerical staff whose duties shall consist of, but not be limited to:

1. Reconciling cash revenues collected according to generally accepted parking operation accounting principles and in accordance with the policies set forth by the Director.

2. Reconciling tickets, required cashiers reports and PARCS reports according to generally accepted parking operation auditing principles and in accordance with the policies set forth by the Director.

3. Preparing cash revenue for deposit into the appropriate University accounts in accordance with policies set forth by the University and the Director.

4. Provide required on-site administrative support for the Contractor.

The Director may modify, add to or eliminate any of the above duties or activities at any time during the Term of the Contract.

Page 42: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

42

NN. MAINTENANCE STAFF

The Contractor must provide experienced and qualified personnel to function as a Facility Maintenance attendant whose duties shall consist of, but not limited to:

1. Touring the parking facilities for the purpose of removing trash/debris from the facility. Special attention and time will be allotted for the Grand as preparation for Hippodrome events during the week.

2. Cleaning interiors (windows, floors, door panels, light diffusers) of the elevator cabs in each facility.

3. Vacuum entryway rugs in facility lobbies. Clean glass on lobby doors. Mop lobby floors.

4. Clean the parking control equipment (gate housings, dispensers, booths) at the garages.

5. Clean Contractor office area (windows, floors, carpet) and restroom.

6. Dust stairwell handrails, facility emergency phones, window ledges, and signage in the parking garage. Wipe down stainless trashcans as needed.

7. Monitor ice/snow accumulation. Remove snow/ice and spread ice melt on sidewalks and entrance lanes. Special attention must be given to Plaza garage (Redwood St) and Baltimore Grand events at the Hippodrome (Paca and Fayette St).

8. Block spaces in the garages/lots as needed for special projects.

9. Repair/replace broken gate arms at garages.

10. Clean and stock facility restrooms as needed.

11. Apply oil/grease absorbent and properly dispose of concentrated material.

12. Scrub concrete elevator landings and stairs to remove stains and gum.

The Director may modify, add to, or eliminate any of the above duties and activities at any time during the term of the contract.

The Resident Manager and his management staff, as well as the attendant will receive direction from the Parking & Transportation Services office on assignments and scheduled duties during the week. Cleaning supplies and equipment will be provided by PTS.

*This position requires the employee to work outside in favorable and unfavorable weather conditions. All job duties should be performed as described in any weather condition.

Page 43: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

43

OO. LIVING WAGE REQUIREMENTS

A solicitation for services under a State contract valued at $100,000 or more may be subject to Title 18, State Finance and Procurement Article, Annotated Code of Maryland. Additional information regarding the State’s Living Wage requirement is contained in Appendix I entitled Living Wage Requirements for Service Contracts. If the Offeror fails to complete and submit the required Living Wage documentation in Appendix I, the State may determine an Offeror to not be responsible.

Contractors and Subcontractors subject to the Living Wage Law shall pay each covered employee at least $14.24 per hour, if State contract services valued at 50% or more of the total value of the contract are performed in the Tier 1 Area. If State contract services valued at 50% or more of the total contract value are performed in the Tier 2 Area, an Offeror shall pay each covered employee at least $10.70 per hour. The specific Living Wage rate is determined by whether a majority of services take place in a Tier 1 Area or Tier 2 Area of the state. The Tier 1 Area includes Montgomery, Prince George’s, Howard, Anne Arundel, and Baltimore counties and Baltimore City. The tier 2 Area includes any county in the State no included in the Tier 1 Area. If the employees who perform the services are not located in the State, the head of the unit responsible for a State contract pursuant to Sec. 18-102 (d) shall assign the tire based upon where the recipients of the services are located. The contract resulting from this solicitation has been determined to be a Tier 1 contract.

Page 44: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

44

PARKING MANAGEMENT CONTRACT

SECTION IV: EVALUATION AND SELECTION PROCEDURES

A. EVALUATION AND SELECTION COMMITTEE

All vendors’ proposals received by the closing deadline will be evaluated. The Procurement Officer shall establish an Evaluation and Selection Committee to review and rate the proposals. The Committee shall be composed of representatives appointed by the Procurement Officer. The Committee may request additional technical assistance from any source.

B. EVALUATION PROCEDURE

Qualifying Proposals – The Committee shall first review each proposal for compliance with the mandatory requirements of this RFP. Failure to comply with any mandatory requirement will disqualify a vendor’s proposal. The University reserves the right to waive a mandatory requirement when it is in its best interest to do so. The vendor must assume responsibility for addressing all necessary technical and operational issues in meeting the objectives of the RFP. Each section of the proposal will be scored according to the criteria listed below.

C. TECHNICAL EVALUATION

1. Initial Technical Evaluation:

Technical Proposals will be evaluated by the University's Evaluation and Selection Committee before Price Proposals. Those proposals not achieving at least 75% of the technical points available for Phase I will not continue or advance further in the procurement process. Proposers' whose technical proposal achieves the required, minimum technical score of 75% or better of the available technical points will continue in the procurement process and may be asked to participate in an Oral Presentation Session at the University.

Technical scoring will be based upon information provided in response to the desirable items in this RFP.

Upon completion of the initial technical evaluation, all proposers will be notified as to the results of the initial technical evaluation of its firm's technical proposal.

2. Oral Presentations:

Those Proposers whose Technical Proposals achieve the required 75% minimum or better technical score may be requested to participate in an Oral Presentation at the University.

The due date and time of the Oral Presentation will be set by the University upon completion of the initial evaluation of the Technical Proposals. It is anticipated, however, that Oral Presentations will be conducted on January 15, 2020. This date will be verified by letter sent to the applicable proposers at the time it is requested. All proposers are requested to set this date aside for these sessions on the Resident Manager's and his/her immediate Supervisor's calendars so as to avoid any conflicts.

Page 45: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

45

The purposes of the presentation are as follows:

(i) To allow the University to meet the Proposer's Key Personnel;

(ii) To allow the University to review and discuss aspects of selected areas of the Proposer's Technical Proposal (see 3.1 below); and

(iii) To provide an opportunity to clarify the University's scope of services to be provided by the successful vendor.

At this time, it is anticipated that each proposer will be requested to have the following personnel attend the oral presentation: the Resident Manager, and his/her immediate Supervisor.

At the time the Oral Presentations are scheduled, the University will confirm in writing with each Proposer the specifics of these sessions inclusive of the topics, time periods, and requested personnel.

Following the Oral Presentations, the University will conduct the Second Phase Technical Evaluation as described below.

3. Second Phase Technical Evaluation:

3.1 Following the Oral Presentations, a second technical evaluation will be conducted in which all categories of the technical proposal will be re-evaluated based on the Oral Presentation Session. Key Personnel and Firm References will be incorporated during this evaluation. The order of importance of the technical criteria will remain the same.

3.2 Proposers must maintain a minimum technical score of 75% of the available technical points in the Second Phase Technical Evaluation in order to advance in the procurement. Upon completion of the Second Phase Technical Evaluation, all Proposers will be notified as to the results of this evaluation.

4. FINANCIAL EVALUATION

The separate cost volume of each qualified proposal will be distributed to the committee following the completion of the technical evaluation. The committee will determine total costs of the proposals in order to establish a financial ranking of the proposals, from lowest to highest total cost. If a numeric scoring system is used, the lowest total cost will receive 100% of the points awarded to the financial portion with subsequently higher quotes receiving proportionally lower points.

Prompt payment discounts offered for payment within less than 30 calendar days will not be considered in evaluating offers for award. However, offered discounts of less than 30 days will be taken if payment is made within the discount period, even though not considered in the evaluation for award.

Price Proposals will be evaluated based on total price.

The University may elect to request Best & Final Price Proposal(s).

5. Other Notations:

5.1 Further information may be requested by the University during the technical evaluation process.

Page 46: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

46

5.2 The University reserves the right to make an award with or without negotiations.

D. FINAL RANKING AND SELECTION

If a numeric scoring system is used, the resulting scores from the technical and financial evaluation of proposals will be used as a guide in determining the successful offeror(s). The Evaluation and Selection Committee will choose from among the highest rated proposals which will best serve the interests of the University in accordance with the University System of Maryland Procurement Policies and Procedures in its recommendation of award to the Procurement Officer. Technical merit will be given greater value than cost.

E. CRITERIA FOR TECHNICAL EVALUATION

The criteria that will be used by the committee for the technical evaluation of the proposals for this specific procurement are listed below. Each committee member will score the proposals on each major criterion. The below factors are listed from most to least important.

1. Approach to Contract/Staffing Plan/Key personnel

2. Relevant Firm Experience/References

3. Company Profile

4. Economic benefit

Page 47: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

47

PARKING MANAGEMENT CONTRACT

SECTION V: INFORMATION REQUIRED IN VENDOR PROPOSALS

A. Transmittal Letter

A transmittal letter prepared on the Proposer's business stationery must accompany the proposal. The purpose of this letter is to transmit the proposal; therefore, it should be brief, but shall list all items contained within each volume as defined below. The letter must be signed by an individual who is authorized to bind the firm to all statements, including services and financial, contained in the proposal.

B. Signing of Forms

The proposals, if submitted by an individual, shall be signed by the individual; if submitted by a partnership, they shall be signed by such member or members of the partnership as have authority to bind the partnership; if submitted by a corporation, they shall be signed by an officer, and attested by the corporate secretary or an assistant corporate secretary. If not signed by an officer there must be attached a copy of that portion of the by-laws or a copy of a board resolution, duly certified by the corporate secretary, showing the authority of the person so signing on behalf of the corporation.

C. Two Volume Submittal

The selection procedure for procurement of this contract requires that the evaluation of the technical proposal is to be conducted before the price proposals are evaluated. The Proposal Form(s) shall be filled out in ink or typed. Any erasures and/or alterations shall be initialed in ink by the signer.

Note: A Proposal Checklist is provided in Appendix A, which lists all documents/responses to be submitted in a Proposer's Technical Proposal. The Proposer is advised, however, that this document is just a checklist and it is the Proposer's responsibility to fully review the RFP documents to insure that its proposal contains all of the requested information.

Delivery of proposals shall be at, or before, the due date and time listed herein to the UM Procurement Services at the address noted in Section I of the RFP as "The Issuing Office.”

D. Volume I - Technical Proposal

Each volume must be prepared in a clear and precise manner. The Technical Proposal must be submitted in a sealed container. The container shall have the Proposer's name, the contract name and RFP number prominently displayed, together with the words, "TECHNICAL PROPOSAL.” All appropriate points of the RFP must be addressed except for the price proposal information listed in Section V, Item E.- "Volume II - Price Proposal", below.

The following items must be included in the Technical Proposal. (Applicable forms for items a., f., g., and h. noted below are included in Appendix A of the RFP package. All other items to be provided by Proposer.)

Page 48: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

48

a. Detailed responses to Section V,F,1.,1.2D, “Technical Proposal Criteria”, Items 1 through 4;

b. Sample of Training Materials (see Section V,F,1,1.2 D for more details); c. Develop a line schedule for one calendar week of the UMB parking operation

(see Appendix A for more details); d. Copy of Proposer's License to do Business; e. Certificate from Insurance Broker/Agent that all required insurance

coverages will be provided if vendor is selected as Contract awardee; f. Acknowledgement of Receipt of Addenda Form, if any addenda are issued

prior to the due date for technical proposals; g. Bid/Proposal Affidavit; h. MBE Forms; and i. Technical Proposal Checklist (can be used as Transmittal Letter).

Terms of any third party agreements between the successful firm and their vendors must include all contract terms between the University and the successful Parking Management Firm (Appendix C) and will be subject to review and acceptance by the University.

E. Volume II - Price Proposal

Price Proposals are requested at the time of submission of the Technical Proposal. The Price Proposal must be submitted in a sealed envelope. The envelope shall have the Proposer's name, the contract name and the RFP number prominently displayed, together with the words "PRICE PROPOSAL.” It should consist of the following:

a. Price Proposal; and

b. Proposal Security (Bid Bond)

The Price Proposal form is included in Appendix B.

F. Technical Proposal Criteria

The following information must be furnished in a firm's Technical Proposal submittal. Failure to include any of the items listed below will disqualify a firm's response. Criteria are listed in order of importance from most important to least important. Proposers should describe in detail and provide evidence supporting the qualifications below.

All proposers are to compile their technical proposals in the order listed below with tabs separating the categories and responses should specifically address this RFP. (Refer to Appendix A for the forms to address some of these criteria).

1. Approach to Contract/Staffing Plan/Key Personnel/Employee Retention

2. Firm Experience/Firm References

3. Company Profile

4. Economic Benefit

Proposals will be checked for compliance with all mandatory items. Vendors must acknowledge that they understand each mandatory item and state they will comply. Failure to meet a mandatory requirement will disqualify a proposal. After verification

Page 49: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

49

of mandatories being met, proposals will be scored based on information provided for the desirable items.

In this RFP, MANDATORY items have been identified by using the letter (M). DESIRABLE items are designated by the letter (D).

1. APPROACH TO CONTRACT/STAFFING PLAN/KEY PERSONNEL

(M) 1.1 Approach To Contract: Provide a comprehensive operations plan indicating how the Proposer would organize and provide staff for the operation of the parking facilities. This plan should demonstrate the Proposer's management organization and resources, which will be provided to the University. The plan should indicate how your firm will:

- offer home-office support;

- supervise the Resident Manager assigned to the University;

- ensure an orderly transition during the initial contract period;

- maintain and enhance the existing level of service and security at the facilities;

(M) 1.1.2 Vehicle Assistance: List any additional services provided by your firm beyond those which are mandated under this solicitation. These services should be at NO additional cost to the University. (Refer to Section III, Item X for the mandatory Vehicle Assistance Services required under this contract.)

(M) 1.1.3 Reports: List and include samples of the various types of reports your firm will be providing beyond those which are mandated under this solicitation. These reports should be at no additional cost to the University. Explain the purpose and the benefit to the University of the report (Refer to Section III, Item P, "Reports Required", for the mandatory reports required under this contract.) Include the methods used to submit them to the Director of Parking and Transportation Services (the “Director”).

These reports should include, but not be limited to:

- Cash Collection - List and describe the revenue accountability reports, audit reports, etc. provided by your firm (include samples of the forms); and

- A copy of your firm’s money collection procedures, as well as, audit procedures, and the like.

(M) 1.1.4 Provide a description of the type of electronic time and attendance system your firm will use for this contract. Include samples of the reports that can be generated from the proposed system and what formats these files can be exported. Also include a copy of your firm’s procedures for dealing with a system failure.

(M) 1.2 Staffing Plan: Provide a description of the proposing firm's staffing plan for this contract work. This description should be in the form of a

Page 50: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

50

narrative written in response to this RFP. The Proposer is to demonstrate to the University how it plans to execute the requirements of the contract, including the daily/weekly/monthly completion of the various conditions/ tasks. The narrative should include, but is not limited to, the following:

(M) A. Summary of Project Team: (Management Staff) For the purposes of this Contract, the Resident Manager, Assistant Resident Manager, and the Supervisors will be part of the management/supervisory structure of the operation and are not subject to reimbursable. Therefore, it is required that all management plans reflect this requirement and stipulate the Proposer's understanding of this requirement.

(M) A.1 Complete the enclosed "Proposed Project Team Form" (found in Appendix A) with the individuals being proposed.

(D) A.2 Provide a line schedule developed for one calendar week (Sunday- Saturday) of the UMB parking operation. When doing so, keep the following factors in mind. Please take into account sporting events and Hippodrome coverage.

1. The operation is a system, not stand alone facilities. Personnel may work in more than one location during a shift.

2. Plaza and Baltimore Grand are the two heaviest transient transaction facilities.

3. Lexington Garage is the primary student facility. After it fills, students are redirected to other facilities on a space available basis.

4. Time for lunches and breaks should be noted in accordance with Federal Labor Standards and clearly marked in the schedule.

5. It is desirable that a 1-2 page narrative be provided to explain your rationale, methodology, and/or technology used to develop the line schedule.

6. Attendants may be trained as cashiers. Where attendant is used signifies there are no cash handling duties for that particular coverage.

7. Assume it takes 30 minutes for a facility attendant to complete one tour of a single facility. It is required for each facility attendant to complete at least 7 tours per shift.

8. The division between north and south on campus is Baltimore Street.

9. In the Chart that follows, the “ * ” signifies breaks taken by one employee and coverage by another.

Do not rely upon assumptions from previous knowledge of UMB parking. The evaluation committee will be evaluating your schedules based on functionality and creative solutions to problems normally encountered in operating a large public parking system according to the schedule provided in Section III, Item G, “Scheduling.”

(M) B. The staffing plan shall include a police background check and drug testing on all employees. Specify how the results will be provided to the Director.

(D) C. Staff Implementation Plan (Hourly Garage Workers): The Proposer is to describe how its firm plans to organize and manage its staff inclusive of

Page 51: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

51

scheduling for vacations and sick leave, as well as, the lead time required to provide the proposed personnel. Please note that the awarded firm is required to fully staff the parking facilities by MAY 1, 2020. An award is anticipated by APRIL 1, 2020.

(M) C.1 Provide a Transition Plan describing how you would implement your take-over at 12:01 a.m. on May 1, 2020. At a minimum, address the Time-Attendance equipment you will use, and outfitting the employees with uniforms by the start date of this contract.

(D) D. Staff Qualifications: (Hourly Garage Workers) To the extent that the current employees of the existing Contractor are not used to fill the Garage positions, provide a statement clearly indicating the minimum experience and qualifications of all staff the Proposer would supply/for on-site operations. This should include all information about the personnel, which will enable the University to evaluate the minimum qualifications of the prospective staff.

(M) E. Training: A narrative describing the employee training program for all levels of employees. This description may also include any audio-visual materials used in the training program. The plan should include training of new employees, as well as, current employees for job advancement. Include with your narrative samples of your firm’s training materials. (This sample need not be specific to the UMB Contract, but should demonstrate the offeror’s ability to provide such materials.)

(M) F. Quality Assurance Plan: Quality assurance means developing operational controls to ensure that the results match the desired outcomes. Since it was stated at the beginning of this RFP “A high level of customer service is required for the UMB parking operations, please provide a 1-3 page narrative outlining a set of documented activities meant to ensure the UMB parking customers are satisfied with the services. [This sample need not be specific to the UMB Contract, but should demonstrate the offer’s ability to provide such materials.]

(M) 1.3 Resident Manager: Provide the name of the proposing firm's candidate for Resident Manager, who will be assigned to the University, should the Proposer be awarded this contract. The amount of experience will be an important consideration and it is required the candidate have at least three (3) years management experience involving approximately 50 or more employees and support staff and a minimum of 90 hours of “hands-on” operational PARCS experience.

(M) Complete the "Key Personnel Form" (found in Appendix A) for the individual being proposed to fill the Resident Manager's position described above, including the following:

(a) Educational history, applicable training received, certifications earned, including dates of attendance, dates of certifications earned;

(b) Employment history, including dates of employment (start and ending dates) and positions held and dates applicable for each of these positions;

(c) Experience on similar contracts, both with your firm and other firms (preferably those projects listed in response to the similar projects given for Item #2 below.)

Page 52: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

52

Give a brief one-line description of the project/contract if not described elsewhere in the Technical Proposal. Also, indicate the role the person performed for the project/contract (i.e. Resident Manager; Assistant Resident Manager; Supervisor; Attendant; Cashier; etc.)

(d) References: All references for the Resident Manager and the Firms will be checked during the Second Technical Evaluation Phase. Only the firms who achieve the minimum required score will move forward to the Second Technical Evaluation Phase. However, all firms responding must supply this information within their Technical Proposals.

Provide three (3) contract references on the proposed Resident Manager, and any other designated individuals needed for the contract’s success, inclusive of contact person, and phone number. Such references are to be contract references not employment references. It is important that such references can speak to the performance of the person in the role to be assigned.

It is imperative that the contact names and phone numbers given for the projects listed be accurate. In addition, the University reserves the right to check other sources available, including itself, if not provided as such by the Proposer. References will be held in the strictest of confidence by the University.

Ideally such references are to be from different projects, that is, only one reference per contract. If extenuating circumstances require otherwise, please provide sufficient explanation.

NOTE: Refer to Section III, Item FF., regarding the qualifications and duties required of the Resident Manager. By providing the name of the Resident Manager above in section 1.3 for evaluation, the Proposer is committing that this individual will be involved in the entire selection process. No changes in the selected Resident Manager for the duration of the contract can be made by the Proposer without the University's written approval via the execution of a contract amendment.

(M) 1.3.1 Include a discussion of the experience and qualifications of the person proposed for Assistant Resident Manager. This individual must have a minimum of 90 hours of “hands-on” operational PARCS experience. [Limit of one (1) individual.] Reference Section III, Item GG, for qualifications and duties required.

(D) 1.3.2 EMPLOYEE RETENTION – The University desires a minimum of employee turn-over. Describe what benefits, programs, etc. your company provides to retain employees.

2. RELEVANT FIRM EXPERIENCE/REFERENCES:

(D) 2.1 Firm Experience: The Proposer is to complete an "Experience Form" (found in Appendix A) for each of three (3) contracts on which a Proposer is currently working. At least one (1) reference should be for a large (3,500+ spaces) multiple facility, municipal, Hospital or

Page 53: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

53

University parking operation providing similar services. These contracts should be of comparable size and complexity as described herein for UMB.

In completing this form, the Proposer is to include the following:

a. Name, address, contact person and telephone number (inclusive of area code) for the Owner/Client;

b. A brief, but informative description of the contract; to include, but not be limited to, the number of facilities; the number of spaces at each facility; type of parking; the number of years each facility has been operated, the level of PARCS technology that has been operated, etc.

c. The dollar volume for the contract/project;

d. The name of the Resident Manager assigned to this contract; and,

e. The term of the contract (start date and completion date); if ongoing, please state as such.

If applicable, provide a list of any contracts within the past three (3) years where service has been terminated. Provide location, contact persons and phone number.

NOTE: The University reserves the right to contact any of your current facilities where you are providing parking services.

(D) 2.2 Firm References: All references for the Firms will be checked during the Second Technical Evaluation Phase. Only the firms who achieve the minimum required score or better will move forward to the Second Technical Evaluation Phase. However, all firms responding must provide this information within their Technical Proposals. The University reserves the right to verify all information given if it so chooses, as well as, to check any other sources available including itself even if not provided as a reference by the Proposer.

Please be sure that accurate information is provided and that the contact person is capable of speaking to your firm's capability in performing the services required. References will be held in the strictest of confidence.

As well, please provide two alternate firm references, including name of company, contact name, phone number with area code, and brief description of contract services provided. These will be used in the event the University is unable to contact one or more of the three contracts/ projects given above.

3. COMPANY PROFILE:

(D) 3.1 Company Background: The Proposer should complete the enclosed "Company Profile Form" (found in Appendix A) and include an organizational chart of both the parent company, and any local branch office, which would serve the University, if applicable. The Proposer should include the following information:

a. Location and size of parent company, inclusive of services provided to the branch office, and to the University; if a parent company is not applicable, provide this information on the Proposer's firm only.

Page 54: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

54

b. Location and size of branch office, inclusive of services provided to the University, if applicable.

c. Brief history of the firm including;

(1) Length of time in business (specifically in Parking Management Staffing);

(2) Principals of the company;

(3) Prior names of the business;

(4) Number of employees by job categories; and

(5) Type of services/work performed

d. Organizational chart of the parent company (if applicable), showing its influence on the branch office serving the University.

e. Organizational chart of the branch office or proposing firm showing the scope of the organization serving the University.

(D) 3.2 Annual Sales Volume: The Proposer should complete the "Annual Sales Volume form" (found in Appendix A) for both (if applicable) the parent company and the branch office which will service the University on a per year basis for the last three (3) calendar or fiscal years.

4. (D) ECONOMIC BENEFIT: Provide a detailed, but concise, overall description as to how the award of this contract will benefit the economy of the State of Maryland if your firm is the successful Contractor. contract dollars to be recycled into Maryland's economy in support of this contract, through the use of Maryland subcontractors, suppliers, and joint venture partners; the number and type of jobs for Maryland residents resulting from the contract; tax revenues to be generated for Maryland and its political subdivisions; subcontract dollars committed to Maryland small businesses and MBE.

G. PRICE PROPOSAL REQUIREMENTS:

1. The Price Proposal form is found in Appendix B. No alterations, or additions, or changes in any wording on the Price Proposal Form are allowed. The written word takes precedence over figures on the Proposer's pricing submitted on the Price Proposal form.

2. (M) Proposers must provide a proposal bond with the price proposal (see Section II, Item R-1. for further details).

3. (M) The successful proposer must provide a performance bond in the amount of $100,000 (see Section II, Item R-2. for further details).

H. SAMPLE FORMS AND ENCLOSURES:

1. Samples of all procurement forms to be enclosed with the technical and price proposals, as listed above in Section III are in the RFP Documents in Appendices B and C.

2. In addition, please note that a Technical Proposal Checklist has been provided in Appendix A. This checklist lists the documents /forms to be provided in

Page 55: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

55

response to this RFP for the Technical Proposal only. The Proposer is advised, however, that this document is just a checklist and it is the Proposer's responsibility to fully review the RFP documents to insure that its proposals contain all of the requested information. (The Technical Proposal Checklist can be used as the Transmittal Letter.)

I. (M) INSURANCE

A. 1. The Contractor must not start work under this contract until the Contractor has obtained at its own expense all the insurance called for hereunder and such insurance has been approved by the procurement officer; nor shall the Contractor allow any subcontractor to start work on any subcontract until all insurance required of the subcontract has been obtained and approved by the Contractor and UMB. Approval of insurance required of the Contractor and subcontractors for the University will be granted only after submission to the University of original certificates of insurance signed by an authorized representative of the insurers or, alternately, at the University's request, certified copies of the required insurance policies.

2. The Contractor must require all subcontractors to maintain during the term of this agreement, Commercial General Liability insurance, Business Automobile Liability insurance, Workers compensation and Employers Liability insurance, in the same manner, including the additional insured requirements in paragraph A.5., as specified for the Contractor. The Contractor shall furnish subcontractors' certificates of insurance to the University immediately upon request.

3. All insurance policies required hereunder shall be endorsed to include the following provision; "It is agreed that this policy is not subject to cancellation, non-renewal, material change, or reduction in coverage until forty-five (45) days prior written notice has been given to the University of Maryland Baltimore.

The words "endeavor to" and "but failure to mail such notice shall impose no obligation of liability of any kind upon the company, its agents or representatives" are to be eliminated from the cancellation provision of standard ACORD certificates of insurance, if contained thereon.

4. No acceptance and/or approval of any insurance by UMB shall be construed as relieving or excusing the Contractor, or the surety of bond, if any, from any liability or obligation imposed upon either or both of them by the provision of the contract Documents.

5. The University of Maryland Baltimore, the University of Maryland System, the University of Maryland Medical System Corporation, and the State of Maryland (including their elected or appointed officials, agents and employees) are to be named as additional insured under all coverages except Workers Compensations, and the certificates of insurance, or the certified policies, if requested, must so state. Coverage afforded under this paragraph shall be primary to any other insurance or self-insurance, whether or not such other insurance or self- insurance is stated as primary, excess or contingent, as respects the above additional insured, their elected and

Page 56: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

56

appointed officials, agents and employees.

6. Insurance coverage required in these specifications shall be in force throughout the Contract Term. Should the Contractor fail to provide acceptable evidence of current insurance within ten (10) days of written notice at any time during the contract term, the University shall have the absolute right to terminate the Contract without any further obligation to the Contractor, and the Contractor shall be liable to the University for the entire additional cost of procuring substitute performance and the cost of performing the incomplete portion of the Contract at time of termination.

7. Contractual and other liability insurance provided under this Contract shall not contain a supervision, inspection or engineering services exclusion that would preclude UMB from supervising or inspecting the operations of the Contractor as the end result.

8. The Contractor shall assume all on-the-job responsibilities as to the control of persons directly employed by it and of agents or subcontractors and anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable.

Contractor shall be as fully responsible to UMB for the acts and omissions of the subcontractors and of persons employed by them as it is for acts and omissions of persons directly employed by Contractor.

9. All required insurance coverages must be acquired from insurers allowed to do business in the State of Maryland and acceptable to UMB. The insurers must have a policyholders' rating of "A-" or better, and a financial size of "Class VII" or better in the latest edition of Best's Insurance Reports.

10. UMB will consider deductibles or self-insured retention as part of its review of the financial stability of the bidder. Any deductibles or self-insured retention shall be disclosed in the Contractor's proposal and shall be assumed by the Contractor.

B. The Contractor must purchase the following insurance coverages:

1. Commercial General Liability insurance or its equivalent, for bodily injury, personal injury and property damage, including loss of use, on an "occurrence" basis. If “claims made” forms are submitted, the requirements must be met. Such Commercial General Liability policy shall include the following extensions:

a. The general aggregated limit is to apply separately to this project;

b. Premises/Operations;

c. Actions of Independent Contractors;

d. Products/Completed Operations to be maintained for two (2) years after completion for the contract.

e. Personal injury liability including coverage for offenses related to employment, and for offenses assumed under this Contract;

Page 57: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

57

2. Business Automobile Liability which will pay for liabilities arising out of accidents involving the ownership, operation, maintenance or use of any owned, hired, or non-owned motor vehicles, uninsured motorists’ insurance, and automobile contractual liability.

NOTE: INSURANCE MUST BE ON A PRIMARY BASIS. Contractual requirements must be clearly indicated on Certificate or by Endorsements.

3. Worker's Compensation - statutory benefits as required by Maryland law or other laws, as required by labor union agreements, including standard Other States coverage; Employers Liability coverage.

4. Garage Keepers Legal Insurance.

C. The coverage must be written for not less than the following limits of liability. Limits can be furnished by a combination of primary and excess (umbrella policies).

1. Commercial General Liability Insurance including all extensions - $5,000,000 each occurrence; $5,000,000 personal injury; $5,000,000 products/completed operations; $5,000,000 general aggregated

2. Business Automobile Liability - $5,000,000 each accident

3. Workers Compensation insurance - statutory requirements. Employers liability insurance - $1,000,000 each accidental injury; and $1,000,000 each employee, $1,000,000 policy limit for disease.

4. Garage Keepers Legal Liability Coverage must be present in an amount of not less than $5,000,000 general aggregate.

D. Tort Claims Act

It is agreed that the Contractor and its insurers will not raise or use, in the adjustment of claims or in the defense of suits against any participating USM institution, any immunity of the insured from tort liability, (including Maryland Tort Claims Act), including any limitation of liability, unless requested by an participating institution.

E. NOTE: If insurance required above has been issued on a “claims made” basis, the Contractor must comply with the following additional conditions. The limits of liability and the extensions to be included as described above remain the same. The Contractor must either:

1. Agree to provide certificates of insurance evidencing the above coverages for a period of three (3) years after final payment for the contract. Such certificates shall evidence a retroactive date no later than the beginning of the Contractor’s or Subcontractor’s work under this contract, or

2. Purchase an extended (minimum three (3) years) reporting period endorsement for the policy or policies in force during the term of this contract and evidence the purchase of this extended reporting period endorsement by means of a certificate of insurance or a copy of the endorsement itself, and

3. The “retroactive date” must be effective prior to the inception of the work under

Page 58: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

58

this contract, and

4. No “sunset” clauses shall apply.

F. SUBMITTAL REQUIRED WITH PROPOSAL

AS A PART OF THE TECHNICAL PROPOSAL, A LETTER FROM THE OFFEROR'S AGENT(S) STATING THAT ALL OF THE REQUIRED COVERAGES ARE AVAILABLE AND WILL BE PROVIDED AS DETAILED IN THE RFP IF THE OFFEROR IS SELECTED AS THE SUCCESSFUL VENDOR. THIS LETTER SHOULD BE ON THE AGENT(S) OR CARRIER'S LETTERHEAD. ADDITIONALLY, THE LETTER MUST CONTAIN CARRIER'S NAME, ADDRESS AND PHONE NUMBER.

Page 59: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

59

APPENDICES

RFP88827QF

APPENDIX A - TECHNICAL PROPOSAL FORMS

Proposed Project Team Form Key Personnel Form/ References Firm Experience Form/References Company Profile Form Annual Sales Form Bid/Proposal Affidavit Minority Business Enterprise Forms Schedule MBE and Attachments A-G Living Wage Affidavit of Agreement Acknowledgment of Receipt of Addenda Form Proposal Checklist (for reference use and can be used as Transmittal Letter)

APPENDIX B - PRICE PROPOSAL FORMS

Price Proposal Form Bid Bond Form

APPENDIX C- CONTRACT FORMS

UM Service Contract Contract Affidavit Performance Bond

APPENDIX D - CAMPUS MAP – Refer to website:

http://www.umaryland.edu/map/

APPENDIX E - Example Booth Attendant Proficiency Test

APPENDIX F - Certification Regarding Investment Activities Iran

Page 60: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

60

Parking Management

APPENDIX A

TECHNICAL PROPOSAL FORMS 1) Proposed Project Team Form 2) Key Personnel Form/ References 3) Contract Experience Form/Reference 4) Company Profile Form 5) Annual Sales Form 6) Bid/Proposal Affidavit 7) Minority Business Enterprise Forms – Schedule MBE and Attachments A-G 8) Living Wage Affidavit of Agreement 9) Acknowledgment of Receipt of Addenda Form 10) Proposal Checklist (for reference use and can be used as Transmittal

Letter)

Page 61: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

61

APPENDIX A Parking Management Contract, RFP 88827QF

Proposer:

PROPOSED PROJECT TEAM FOR PARKING MANAGEMENT CONTRACT AT UMB

Name of Person Position Qualifications/Background for performing role to be assigned; Basis for Selection (i.e., why selected, factors considered, project experience, etc.)

Resident Manager

Assistant Resident Manager

Site Manager - #1

Site Manager - #2

Site Manager - #3

Site Manager - #4

Site Manager - #5

Site Manager - #6

Training Manager

Facility Supervisor

Page 62: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

62

APPENDIX A RFP FOR PARKING MANAGEMENT CONTRACT

RFP 88827QF KEY PERSONNEL FORM/REFERENCE

RESIDENT MANAGER FORM

1. PERSON'S NAME:

2. Role: Resident Manager

3. EDUCATIONAL BACKGROUND: Institution Degree/Diploma/ Dates Attended/ Certificates Dates Issued

4. EMPLOYMENT HISTORY*: (*NOTE: If a person has more than three (3) employers in his/her employment history, please provide complete employment history via supplemental page(s) attached to this form. Resume is requested.)

4.1 CURRENT EMPLOYER'S NAME:

DATES OF EMPLOYMENT:

POSITION HELD DURATION BY DATE

4.2 PRIOR EMPLOYER'S NAME:

DATES OF EMPLOYMENT:

POSITION HELD DURATION BY DATE

Page 63: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

63

4.3 PRIOR EMPLOYER'S NAME:

DATES OF EMPLOYMENT:

POSITION HELD DURATION BY DATE

5. ROLE: Describe the role of this person in this contract, including services to be provided directly and services to be supervised as provided by others.

6. CONTRACT REFERENCES: (Note: It is preferable that these references be from the contract experience provided as an attachment to this "Key Personnel Form"; if this is the case, you need only indicate "see attached" under the Description of Contract item.)

6.1 CONTACT PERSON: TELEPHONE #:

COMPANY NAME:

DESCRIPTION OF CONTRACT/PROJECT DONE:

6.2 CONTACT PERSON: TELEPHONE #:

COMPANY NAME:

DESCRIPTION OF CONTRACT/PROJECT DONE:

6.3 CONTACT PERSON: TELEPHONE #:

COMPANY NAME:

DESCRIPTION OF CONTRACT/PROJECT DONE:

Page 64: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

64

7. ACHIEVEMENTS/OTHER NOTATIONS (NOT REQUIRED):

8. SIMILAR CONTRACT EXPERIENCE: (COMPLETE THE ATTACHED CONTRACT EXPERIENCE ATTACHMENT A for the Contract Resident Manager. PLEASE NOTE: It is required that candidates have at least three (3) years management experience involving approximately 50 parking attendants/cashiers and support staff.)

NOTE: If a Proposer finds the space provided to be insufficient, he can attach additional pages to this form as he finds appropriate and just indicate on this form to see attached pages.

Page 65: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

APPENDIX A

RESIDENT MANAGER FORM CONTRACT EXPERIENCE ATTACHMENT-A

RFP88827QF

PERSON’S NAME: PROPOSER:

* NOTE: A minimum of 3 years management experience involving approx. 50 parking staff is required. ** NOTE: Be sure that accurate contact names and telephone numbers are given as the University will utilize this information to perform reference checks.

CONTRACT CONTRACT DESCRIPTION * Type of contract- (municipal, hospital, University, etc.); number of spaces; type of parking; etc.

PERSON'S DOLLAR TERM OF FIRM CONTACT NAME/ ROLE NUMBER OF AMOUNT CONTRACT TELEPHONE # **

LOCATION Resident Manager EMPLOYEES OF DATES SUPERVISED* CONTRACT (MM/YY -

MM/YY

Page 66: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

66

PARKING MANAGEMENT CONTRACT, RFP 88827QF CONTRACT EXPERIENCE FORM / REFERENCE(Complete for three (3) comparable contracts.) (*Must be currently managing and operating)

PROPOSER'S NAME: JOINT VENTURE: Yes No

CLIENT'S NAME: CONTACT PERSON:

CUSTOMER'S ADDRESS: CUSTOMER'S TELEPHONE NUMBER:

NAME OF PROPOSING FIRM'S RESIDENT MANAGER WHO SERVICES THIS CONTRACT:

TYPE OF PARKING CONTRACT: (Check all that apply)

Municipal Airport Private Indoor Garage High Rise

Hospital University Residential Outside Lot Metered

Other: Multiple Locations/Sites

Did you subcontract any work? Yes No Explain:

CONTRACT DOLLAR SIZE**: # OF YEARS SERVICING THIS CONTRACT:

CONTRACT TERM *: FROM: # OF PARKING SPACES:

TO: # OF PARKING ATTENDANT/CASHIERS & SUPPORT STAFF:

Hours of operation: # OF GARAGES:

Level of PARCS Technology that has been operated:

SERVICES PROVIDED ON THIS CONTRACT: (CHECK ALL THAT APPLY)

_Staffed the entire contract __Provides vehicle assistance ___Parking enforcement

__Provides employee training __Secure parking facilities __Facility maintenance

_Staff wears uniforms __Tour & check parking facilities

Reconcile cash and tickets _Other:

Page 67: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

67

Comments: PROVIDE A BRIEF, BUT DETAILED, DESCRIPTION OFSIMILARITIES OF YOUR CONTRACT SCOPE TO REQUIREMENTS FOR THIS CONTRACT SCOPE:

THE CONTRACT AT UMB:

If applicable, provide a list of any contracts that have been terminated within the past three years. See Section 00300.

END OF FORM

Page 68: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

68

APPENDIX A

COMPANY PROFILE –RFP 88827QF

COMPANY NAME:

ADDRESS OF COMPANY:

DATE OF INCORPORATION: STATE OF INCORPORATION:

NUMBER OF GEOGRAPHIC LOCATIONS:

LOCATION OF ALL GEOGRAPHIC OFFICES, WHICH WILL SERVICE UMB AND THEIR FUNCTION

LOCATION: FUNCTION:

# OF YEARS PROVIDING PARKING MANAGEMENT SERVICES:

# OF YEARS IN BUSINESS UNDER PRESENT NAME:

OTHER OR FORMER NAMES UNDER WHICH YOUR ORGANIZATION HAS OPERATED:

TYPE OF ORGANIZATION (I.E., CORPORATION, PARTNERSHIP, INDIVIDUAL, JOINT VENTURE):

TYPE OF SERVICES WHICH WILL BE PROVIDE BY BRANCH OFFICE WHICH WILL SERVICE UMB:

TYPE OF SERVICES, WHICH WILL BE PROVIDED BY PARENT COMPANY TO UMB:

Page 69: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

69

TYPE OF SUPPORT SERVICES PROVIDED BY PARENT OFFICE TO THE BRANCH OFFICE, WHICH WILL SERVICE UMB:

COMPANY PROFILE

NAME OF PRINCIPAL(S) AND TITLE(S):

BRIEF HISTORY OF COMPANY, I.E. PROVIDE INFORMATION AS TO THE GROWTH OF THE COMPANY SINCE ITS FOUNDING, TYPE OF WORK TARGETED; ETC.:

ENTIRE CO. PARENT OFFICE BRANCH SERVICING UMB TOTAL NUMBER OF EMPLOYEES:

NUMBER OF RESIDENT MANAGERS:

NUMBER OF ASST. RESIDENT MGRS:

NUMBER OF FACILITY SUPERVISORS: ______ ______ __

NUMBER OF OFFICE STAFF: ______ ______

NUMBER OF BOOTH ATTENDANTS: ______ ______ ______

NUMBER OF FACILITY ATTENDANTS: ______

NUMBER OF SITE MANAGERS: _______ ______ ______

NUMBER OF SECRETARY/CLERK: ______

Page 70: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

70

COMPANY PROFILE

SUMMARIZE SPECIFIC BACKGROUND IN CONTRACTS SIMILAR TO UMB’S

(i.e. multiple sites, 50+ employees, urban settings, higher education setting, etc.)

NOTE: ATTACH ORGANIZATIONAL CHART OF BOTH THE PARENT COMPANY AND THE BRANCH OFFICE, WHICH WILL SERVICE UMB, AS APPLICABLE.

Page 71: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

71

RFP 88827QF APPENDIX A

SALES VOLUME FORM

NOTE: If proposing firm is part of a large parent organization, items 1 through 4 are to be completed; otherwise, only item 3 through 8 are to be completed. Information is to be provided on the last three (3) accounting years of the proposing firm.

1. TOTAL COMPANY ANNUAL SALES VOLUME FOR ALL SERVICES PROVIDED.

2018 2017 2016

2. TOTAL COMPANY ANNUAL SALES VOLUME FOR PARKING MANAGEMENT SERVICES:

2018 2017 2016

3. LARGEST PARKING MANAGEMENT CONTRACT (BY DOLLAR VOLUME), FOR THE COMPANY:

2018 Dollars 2017 Dollars 2016 Dollars

4. TOTAL ANNUAL SALES FOR LOCAL OFFICE ONLY, SERVING THE UNIVERSITY FOR ALL SERVICES PROVIDED:

2018 2017 2016

5. TOTAL ANNUAL SALES FOR PARKING MANAGEMENT SERVICES CONTRACTS FOR THE LOCAL OFFICE ONLY, SERVICING THE UNIVERSITY.

2018 2017 2016

6. LARGEST PARKING MANAGEMENT CONTRACT (BY ANNUAL DOLLAR VOLUME) FOR THE LOCAL OFFICE, WHICH WILL SERVE THE UNIVERSITY:

2018 Dollars 2017 Dollars 2016 Dollars

7. WHAT PERCENTAGE OF YOUR BUSINESS IS CAMPUS/UNIVERSITIES FOR THE LOCAL OFFICE WHICH WILL SERVE THE UNIVERSITY:

2018 2017 2016

8. WHAT PERCENTAGE OF YOUR BUSINESS IS STAFFING OF PARKING MANAGEMENT CONTRACTS FOR THE LOCAL OFFICE WHICH WILL SERVE THE UNIVERSITY:

2018 2017 2016

Page 72: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

72

RFP 88827QF APPENDIX A

BID/PROPOSAL AFFIDAVIT

A. AUTHORIZED REPRESENTATIVE

I HEREBY AFFIRM THAT:

I am the (title) and the duly authorized representative of (business) and that I possess the legal authority to make this Affidavit on behalf of myself and the business for which I am acting.

B. CERTIFICATION REGARDING COMMERCIAL NONDISCRIMINATION

The undersigned bidder hereby certifies and agrees that the following information is correct: In preparing its bid on this project, the bidder has considered

all proposals submitted from qualified, potential subcontractors and suppliers, and has not engaged in "discrimination" as defined in §19-103 of the State Finance and Procurement Article of the Annotated Code of Maryland. "Discrimination" means any disadvantage, difference, distinction, or preference in the solicitation, selection, hiring, or commercial treatment of a vendor, subcontractor, or commercial customer on the basis of race, color, religion, ancestry, or national origin, sex, age, marital status, sexual orientation, or on the basis of disability or any otherwise unlawful use of characteristics regarding the vendor's, supplier's, or commercial customer's employees or owners. "Discrimination" also includes retaliating against any person or other entity for reporting any incident of "discrimination". Without limiting any other provision of the solicitation on this project, it is understood that, if the certification is false, such false certification constitutes grounds for the State to reject the bid submitted by the bidder on this project, and terminate any contract awarded based on the bid. As part of its bid or proposal, the bidder herewith submits a list of all instances within the past 4 years where there has been a final adjudicated determination in a legal or administrative proceeding in the State of Maryland that the bidder discriminated against subcontractors, vendors, suppliers, or commercial customers, and a description of the status or resolution of that determination, including any remedial action taken. Bidder agrees to comply in all respects with the State's Commercial Nondiscrimination Policy as described under Title 19 of the State Finance and Procurement Article of the Annotated Code of Maryland.

B-1. Certification Regarding Minority Business Enterprises.

The undersigned bidder hereby certifies and agrees that it has fully complied with the State Minority Business Enterprise Law, State Finance and Procurement Article, §14-308(a)(2), Annotated Code of Maryland, which provides that, except as otherwise provided by law, a contractor may not identify a certified minority business enterprise in a bid or proposal and:

(1) Fail to request, receive, or otherwise obtain authorization from the certified minority business enterprise to identify the certified minority proposal;

(2) Fail to notify the certified minority business enterprise before execution of the contract of its inclusion in the bid or proposal;

(3) Fail to use the certified minority business enterprise in the performance of the contract; or

(4) Pay the certified minority business enterprise solely for the use of its name in the bid or proposal.

Without limiting any other provision of the solicitation on this project, it is understood that if the certification is false, such false certification constitutes grounds for the State to reject the bid submitted by the bidder on this project, and terminate any contract awarded based on the bid.

C. AFFIRMATION REGARDING BRIBERY CONVICTIONS

I FURTHER AFFIRM THAT:

Neither I, nor to the best of my knowledge, information, and belief, the above business (as is defined in Section 16-101(b) of the State Finance and Procurement Article of the Annotated Code of Maryland), or any of its officers, directors, partners, controlling stockholders, or any of its employees directly involved in the business's contracting activities including obtaining or performing contracts with public bodies has been convicted of, or has had probation before judgment imposed pursuant to Criminal Procedure Article, §6-220, Annotated Code of Maryland, or has pleaded nolo contendere to a charge of, bribery, attempted bribery, or conspiracy to bribe in violation of Maryland law, or of the law of any other state or federal law, except as follows (indicate the reasons why the affirmation cannot be given and list any conviction, plea, or imposition of probation before judgment with the date, court, official or administrative body, the sentence or disposition, the name(s) of person(s) involved, and their current positions and responsibilities with the business):

D. AFFIRMATION REGARDING OTHER CONVICTIONS

I FURTHER AFFIRM THAT:

Page 73: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

73

Neither I, nor to the best of my knowledge, information, and belief, the above business, or any of its officers, directors, partners, controlling stockholders, or any of its employees directly involved in the business's contracting activities including obtaining or performing contracts with public bodies, has:

(1) Been convicted under state or federal statute of:

(a) A criminal offense incident to obtaining, attempting to obtain, or performing a public or private contract; or

(b) Fraud, embezzlement, theft, forgery, falsification or destruction of records or receiving stolen property;

(2) Been convicted of any criminal violation of a state or federal antitrust statute;

(3) Been convicted under the provisions of Title 18 of the United States Code for violation of the Racketeer Influenced and Corrupt Organization Act, 18 U.S.C. §1961 et seq., or the Mail Fraud Act, 18 U.S.C. §1341 et seq., for acts in connection with the submission of bids or proposals for a public or private contract;

(4) Been convicted of a violation of the State Minority Business Enterprise Law, §14-308 of the State Finance and Procurement Article of the Annotated Code of Maryland;

(5) Been convicted of a violation of §11-205.1 of the State Finance and Procurement Article of the Annotated Code of Maryland;

(6) Been convicted of conspiracy to commit any act or omission that would constitute grounds for conviction or liability under any law or statute described

in subsections (1)—(5) above;

(7) Been found civilly liable under a state or federal antitrust statute for acts or omissions in connection with the submission of bids or proposals for a public or private contract;

(8) Been found in a final adjudicated decision to have violated the Commercial Nondiscrimination Policy under Title 19 of the State Finance and Procurement Article of the Annotated Code of Maryland with regard to a public or private contract; or

(9) Admitted in writing or under oath, during the course of an official investigation or other proceedings, acts or omissions that would constitute grounds for conviction or liability under any law or statute described in §§B and C and subsections D(1)—(8) above, except as follows (indicate reasons why the affirmations cannot be given, and list any conviction, plea, or imposition of probation before judgment with the date, court, official or administrative body, the sentence or disposition, the name(s) of the person(s) involved and their current positions and responsibilities with the business, and the status of any debarment):

E. AFFIRMATION REGARDING DEBARMENT

I FURTHER AFFIRM THAT:

Neither I, nor to the best of my knowledge, information, and belief, the above business, or any of its officers, directors, partners, controlling stockholders, or any of its employees directly involved in the business's contracting activities, including obtaining or performing contracts with public bodies, has ever been suspended or debarred (including being issued a limited denial of participation) by any public entity, except as follows (list each debarment or suspension providing the dates of the suspension or debarment, the name of the public entity and the status of the proceedings, the name(s) of the person(s) involved and their current positions and responsibilities with the business, the grounds of the debarment or suspension, and the details of each person's involvement in any activity that formed the grounds of the debarment or suspension).

F. AFFIRMATION REGARDING DEBARMENT OF RELATED ENTITIES

I FURTHER AFFIRM THAT:

(1) The business was not established and it does not operate in a manner designed to evade the application of or defeat the purpose of debarment pursuant to Sections 16-101, et seq., of the State Finance and Procurement Article of the Annotated Code of Maryland; and

(2) The business is not a successor, assignee, subsidiary, or affiliate of a suspended or debarred business, except as follows (you must indicate the reasons why the affirmations cannot be given without qualification):

Page 74: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

74

G. SUB-CONTRACT AFFIRMATION

I FURTHER AFFIRM THAT:

Neither I, nor to the best of my knowledge, information, and belief, the above business, has knowingly entered into a contract with a public body under which a person debarred or suspended under Title 16 of the State Finance and Procurement Article of the Annotated Code of Maryland will provide, directly or indirectly, supplies, services, architectural services, construction related services, leases of real property, or construction.

H. AFFIRMATION REGARDING COLLUSION

I FURTHER AFFIRM THAT:

Neither I, nor to the best of my knowledge, information, and belief, the above business has:

(1) Agreed, conspired, connived, or colluded to produce a deceptive show of competition in the compilation of the accompanying bid or offer that is being submitted;

(2) In any manner, directly or indirectly, entered into any agreement of any kind to fix the bid price or price proposal of the bidder or offeror or of any competitor, or otherwise taken any action in restraint of free competitive bidding in connection with the contract for which the accompanying bid or offer is submitted.

I. FINANCIAL DISCLOSURE AFFIRMATION

I FURTHER AFFIRM THAT:

I am aware of, and the above business will comply with, the provisions of Section 13-221 of the State Finance and Procurement Article of the Annotated Code of Maryland, which require that every business that enters into contracts, leases, or other agreements with the State of Maryland or its agencies during a calendar year under which the business is to receive in the aggregate $100,000 or more shall, within 30 days of the time when the aggregate value of the contracts, leases, or other agreements reaches $100,000, file with the Secretary of State of Maryland certain specified information to include disclosure of beneficial ownership of the business.

J. POLITICAL CONTRIBUTION DISCLOSURE AFFIRMATION

I FURTHER AFFIRM THAT:

I am aware of, and the above business will comply with, Election Law Article, §§14-101—14-108, Annotated Code of Maryland, which requires that every person that enters into contracts, leases, or other agreements with the State of Maryland, including its agencies or a political subdivision of the State, during a calendar year in which the person receives in the aggregate $100,000 or more shall file with the State Board of Elections a statement disclosing contributions in excess of $500 made during the reporting period to a candidate for elective office in any primary or general election.

K. DRUG AND ALCOHOL FREE WORKPLACE

(Applicable to all contracts unless the contract is for a law enforcement agency and the agency head or the agency head's designee has determined that application of COMAR 21.11.08 and this certification would be inappropriate in connection with the law enforcement agency's undercover operations.)

I CERTIFY THAT:

(1) Terms defined in COMAR 21.11.08 shall have the same meanings when used in this certification.

(2) By submission of its bid or offer, the business, if other than an individual, certifies and agrees that, with respect to its employees to be employed under a contract resulting from this solicitation, the business shall:

(a) Maintain a workplace free of drug and alcohol abuse during the term of the contract;

(b) Publish a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of drugs, and the abuse of drugs or alcohol is prohibited in the business' workplace and specifying the actions that will be taken against employees for violation of these prohibitions;

(c) Prohibit its employees from working under the influence of drugs or alcohol;

(d) Not hire or assign to work on the contract anyone whom the business knows, or in the exercise of due diligence should know, currently abuses drugs or alcohol and is not actively engaged in a bona fide drug or alcohol abuse assistance or rehabilitation program;

(e) Promptly inform the appropriate law enforcement agency of every drug-related crime that occurs in its workplace if the business has observed the violation or otherwise has reliable information that a violation has occurred;

Page 75: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

75

(f) Establish drug and alcohol abuse awareness programs to inform its employees about:

(i) The dangers of drug and alcohol abuse in the workplace;

(ii) The business' policy of maintaining a drug and alcohol free workplace;

(iii) Any available drug and alcohol counseling, rehabilitation, and employee assistance programs; and

(iv) The penalties that may be imposed upon employees who abuse drugs and alcohol in the workplace;

(g) Provide all employees engaged in the performance of the contract with a copy of the statement required by §K(2)(b), above;

(h) Notify its employees in the statement required by §K(2)(b), above, that as a condition of continued employment on the contract, the employee shall:

(i) Abide by the terms of the statement; and

(ii) Notify the employer of any criminal drug or alcohol abuse conviction for an offense occurring in the workplace not later than 5 days after a conviction;

(i) Notify the procurement officer within 10 days after receiving notice under §K(2)(h)(ii), above, or otherwise receiving actual notice of a conviction;

(j) Within 30 days after receiving notice under §K(2)(h)(ii), above, or otherwise receiving actual notice of a conviction, impose either of the following sanctions or remedial measures on any employee who is convicted of a drug or alcohol abuse offense occurring in the workplace:

(i) Take appropriate personnel action against an employee, up to and including termination; or

(ii) Require an employee to satisfactorily participate in a bona fide drug or alcohol abuse assistance or rehabilitation program; and

(k) Make a good faith effort to maintain a drug and alcohol free workplace through implementation of §K(2)(a)—(j), above.

(3) If the business is an individual, the individual shall certify and agree as set forth in §K(4), below, that the individual shall not engage in the unlawful manufacture, distribution, dispensing, possession, or use of drugs or the abuse of drugs or alcohol in the performance of the contract.

(4) I acknowledge and agree that:

(a) The award of the contract is conditional upon compliance with COMAR 21.11.08 and this certification;

(b) The violation of the provisions of COMAR 21.11.08 or this certification shall be cause to suspend payments under, or terminate the contract for default under COMAR 21.07.01.11 or 21.07.03.15, as applicable; and

(c) The violation of the provisions of COMAR 21.11.08 or this certification in connection with the contract may, in the exercise of the discretion of the Board of Public Works, result in suspension and debarment of the business under COMAR 21.08.03.

L. CERTIFICATION OF CORPORATION REGISTRATION AND TAX PAYMENT

I FURTHER AFFIRM THAT:

(1) The business named above is a (domestic ) (foreign ) corporation registered in accordance with the Corporations and Associations Article, Annotated Code of Maryland, and that it is in good standing and has filed all of its annual reports, together with filing fees, with the Maryland State Department of Assessments and Taxation, and that the name and address of its resident agent filed with the State Department of Assessments and Taxation

is: Name: Address: .

(If not applicable, so state).

(2) Except as validly contested, the business has paid, or has arranged for payment of, all taxes due the State of Maryland and has filed all required returns and reports with the Comptroller of the Treasury, the State Department of Assessments and Taxation, and the Department of Labor, Licensing, and Regulation, as applicable, and will have paid all withholding taxes due the State of Maryland prior to final settlement.

M. CONTINGENT FEES

I FURTHER AFFIRM THAT:

The business has not employed or retained any person, partnership, corporation, or other entity, other than a bona fide employee, bona fide agent, bona fide salesperson, or commercial selling agency working for the business, to solicit or secure the Contract, and that the business has not paid or agreed to pay any person, partnership, corporation, or other entity, other than a bona fide employee, bona fide agent, bona fide salesperson, or commercial selling agency, any fee or any other consideration contingent on the making of the Contract.

N. Repealed.

O. ACKNOWLEDGEMENT

Page 76: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

76

I ACKNOWLEDGE THAT this Affidavit is to be furnished to the Procurement Officer and may be distributed to units of: (1) the State of Maryland; (2) counties or other subdivisions of the State of Maryland; (3) other states; and (4) the federal government. I further acknowledge that this Affidavit is subject to applicable laws of the United States and the State of Maryland, both criminal and civil, and that nothing in this Affidavit or any contract resulting from the submission of this bid or proposal shall be construed to supersede, amend, modify or waive, on behalf of the State of Maryland, or any unit of the State of Maryland having jurisdiction, the exercise of any statutory right or remedy conferred by the Constitution and the laws of Maryland

with respect to any misrepresentation made or any violation of the obligations, terms and covenants undertaken by the above business with respect to (1) this Affidavit, (2) the contract, and (3) other Affidavits comprising part of the contract.

I DO SOLEMNLY DECLARE AND AFFIRM UNDER THE PENALTIES OF PERJURY THAT THE CONTENTS OF THIS AFFIDAVIT ARE TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE, INFORMATION, AND BELIEF.

Date: By: (Authorized Representative and Affiant)

12.0021 (Rev. 07/2010)

Page 77: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

77

RFP 88827QF-APPENDIX A SCHEDULE MBE

MINORITY BUSINESS ENTERPRISE PARTICIPATION

PURPOSE

Contractor shall structure its procedures for the performance of the work required in this contract to attempt to achieve the minority business enterprise (MBE) goal stated in the Invitation for Bids or Request for Proposals. MBE performance must be in accordance with this Exhibit, as authorized by Code of Maryland Regulations (COMAR) 21.11.03. Contractor agrees to exercise all good faith efforts to carry out the requirements set forth in this Exhibit.

MBE GOALS AND SUB GOALS

An MBE subcontract participation goal of 1 percent of the total contract dollar amount has been established for this procurement. By submitting a response to this solicitation, the bidder or offeror agrees that this dollar amount of the contract will be performed by certified minority business enterprises.

OR

An overall MBE subcontract participation goal of percent of the total contract dollar

amount has been established for this procurement. This percentage of the total dollar amount includes:

A sub goal of percent of the total contract dollar amount to be allocated to certified

minority business enterprises classified as -owned businesses. A sub goal of percent of the total contract dollar amount to be allocated to certified

minority business enterprises classified as -owned businesses. A sub goal of percent of the total contract dollar amount to be allocated to certified

minority business enterprises classified as -owned businesses. By submitting a response to this solicitation, the bidder or offeror agrees that these percentages of the total dollar amounts of the contract will be performed by certified minority business enterprises as specified.

◆ A prime contractor — including an MBE prime contractor — must accomplish an amount of work not less than the MBE subcontract goal with certified MBE subcontractors.

◆ A prime contractor comprising a joint venture that includes MBE must accomplish the MBE subcontract goal with certified MBE subcontractors.

Page 78: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

78

SOLICITATION AND CONTRACT FORMATION

◆ A bidder or offeror must include with its bid or offer:

(1) A completed Certified MBE Utilization and Fair Solicitation Affidavit (Attachment A) whereby the bidder or offeror acknowledges the certified MBE participation goal or requests a waiver, commits to make a good faith effort to achieve the goal, and affirms that MBE subcontractors were treated fairly in the solicitation process.

(2) A completed MBE Participation Schedule (Attachment B) whereby the bidder or offeror responds to the expected degree of Minority Business Enterprise participation as stated in the solicitation, by identifying the specific commitment of certified MBEs at the time of submission. The bidder or offeror shall specify the percentage of contract value associated with each MBE subcontractor identified on the MBE Participation Schedule.

If a bidder or offeror fails to submit Attachment A and Attachment B with the bid or offer as required, the Procurement Officer shall deem the bid non-responsive or shall determine that the offer is not reasonably susceptible of being selected for award.

◆ Within 10 working days from notification that it is the apparent awardee or

from the date of the actual award, whichever is earlier, the apparent awardee must provide the following documentation to the Procurement Officer.

(1) Outreach Efforts Compliance Statement (Attachment C) (2) Subcontractor Project Participation Statement (Attachment D) (3) If the apparent awardee believes a waiver (in whole or in part) of the

overall MBE goal or of any sub goal is necessary, it must submit a fully documented waiver request that complies with COMAR 21.11.03.11.

(4) Any other documentation required by the Procurement Officer to ascertain bidder or offeror responsibility in connection with the certified MBE participation goal.

If the apparent awardee fails to return each completed document within the required time, the Procurement Officer may determine that the apparent awardee is not responsible and therefore not eligible for contract award. If the contract has already been awarded, the award is voidable.

CONTRACT ADMINISTRATION REQUIREMENTS

Awarded Contractor shall: 1. Submit monthly to the Strategic Sourcing and Acquisition Services a report listing

payments made to each MBE subcontractor in the preceding 30 days and any unpaid invoices over 30 days old received from a certified MBE subcontractor, and the reason payment has not been made.

Page 79: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

79

(See MBE Monthly Payment Form Attachment E).

2. Include in its agreements with its certified MBE subcontractors a requirement that those subcontractors submit monthly to the Strategic Sourcing and Acquisition Services a report that identifies the prime contract and lists all payments received from Contractor in the preceding 30 days, as well as any outstanding invoices, and the amount of those invoices. (See MBE Monthly Payment Form Attachment F)

3. Maintain such records as are necessary to confirm compliance with its MBE

participation obligations. These records must indicate the identity of certified minority and non-minority subcontractors employed on the contract, the type of work performed by each, and the actual dollar value of work performed. Subcontract agreements documenting the work performed by all MBE participants must be retained by the Contractor and furnished to the Procurement Officer on request.

4. Consent to provide such documentation as reasonably requested and to

provide right-of-entry at reasonable times for purposes of the State’s representatives verifying compliance with the MBE participation obligations. Contractor must retain all records concerning MBE participation and make them available for State inspection for three years after final completion of the contract.

5. At the option of the procurement agency, upon completion of the contract

and before final payment and/or release of retainage, submit a final report in affidavit form and under penalty of perjury, of all payments made to, or withheld from MBE subcontractors.

6. The liquidated damages provisions of Attachment G for non-construction procurements

and Attachment H for construction procurements shall apply for all contracts awarded with MBE participation goals.

ATTACHMENTS

Attachment _-1A MBE Utilization and Fair Solicitation Affidavit & MBE Participation Schedule

(must submit with Bid/Proposal) Attachment _-1B Waiver Guidance Attachment _-1C Good Faith Efforts Documentation to Support Waiver Request Attachment _-2 Outreach Efforts Compliance Statement Attachment _-3A MBE Subcontractor Project Participation Certification Attachment – 3B MBE Prime Project Participation Certification Attachment _-4A Prime Contractor Paid/Unpaid MBE Invoice Report Attachment _-4B MBE Prime Contractor Report Attachment _-5 Subcontractor/Contractor Unpaid MBE Invoice Report Attachment G. Liquidated Damages Provisions for Non-Construction Contracts Containing MBE

Participation Goals Attachment H. Liquidated Damages Provisions for Construction Contracts Containing MBE

Participation Goals

Page 80: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

80

MBE ATTACHMENT __-1A:

MBE UTILIZATION AND FAIR SOLICITATION AFFIDAVIT & MBE PARTICIPATION SCHEDULE

PART 1 - INSTRUCTIONS

PLEASE READ BEFORE COMPLETING THIS DOCUMENT This form includes Instructions and the MBE Utilization and Fair Solicitation Affidavit & MBE Participation Schedule which must be submitted with the bid/proposal. If the bidder/offeror fails to accurately complete and submit this Affidavit and Schedule with the bid or proposal, the Procurement Officer shall deem the bid non-responsive or shall determine that the proposal is not reasonably susceptible of being selected for award.

1. Contractor shall structure its procedures for the performance of the work required in this Contract to attempt to achieve the minority business enterprise (MBE) subcontractor participation goal stated in the Invitation for Bids or Request for Proposals. Contractor agrees to exercise good faith efforts to carry out the requirements set forth in these Instructions, as authorized by the Code of Maryland Regulations (COMAR) 21.11.03.

2. MBE Goals and Subgoals: Please review the solicitation for information regarding the Contract’s MBE

overall participation goals and subgoals. After satisfying the requirements for any established subgoals, the Contractor is encouraged to use a diverse group of subcontractors and suppliers from the various MBE classifications to meet the remainder of the overall MBE participation goal.

3. MBE means a minority business enterprise that is certified by the Maryland Department of Transportation

(“MDOT”). Only MBEs certified by MDOT may be counted for purposes of achieving the MBE participation goals. In order to be counted for purposes of achieving the MBE participation goals, the MBE firm, including a MBE prime, must be MDOT-certified for the services, materials or supplies that it is committed to perform on the MBE Participation Schedule. A firm whose MBE certification application is pending may not be counted.

4. Please refer to the MDOT MBE Directory at https://mbe.mdot.maryland.gov/directory/ to determine if a firm

is certified with the appropriate North American Industry Classification System (“NAICS”) code and the product/services description (specific product that a firm is certified to provide or specific areas of work that a firm is certified to perform). For more general information about NAICS codes, please visit https://www.census.gov/eos/www/naics/. Only those specific products and/or services for which a firm is certified in the MDOT Directory can be used for purposes of achieving the MBE participation goals. CAUTION: If the firm’s NAICS code is in graduated status, such services/products may not be counted for purposes of achieving the MBE participation goals. A NAICS code is in the graduated status if the term “Graduated” follows the code in the MDOT MBE Directory.

5. Guidelines Regarding MBE Prime Self-Performance. Please note that when a certified MBE firm

participates as a prime contractor on a Contract, a procurement agency may count the distinct, clearly defined portion of the work of the Contract that the certified MBE firm performs with its own workforce toward fulfilling up to, but no more than, fifty-percent (50%) of the overall MBE participation goal, including up to one hundred percent (100%) of not more than one of the MBE participation subgoals, if any, established for the Contract.

✓ In order to receive credit for self-performance, an MBE prime must be certified in the appropriate NAICS code to do the work and must list its firm in the MBE Participation Schedule, including the certification category under which the MBE prime is self-performing and include information regarding the work it will self-perform.

Page 81: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

81

✓ For the remaining portion of the overall goal and the remaining subgoals, the MBE prime must also identify on the MBE Participation Schedule the other certified MBE subcontractors used to meet those goals or request a waiver.

✓ These guidelines apply to the work performed by the MBE Prime that can be counted for purposes of meeting the MBE participation goals. These requirements do not affect the MBE Prime’s ability to self-perform a greater portion of the work in excess of what is counted for purposes of meeting the MBE participation goals.

✓ Please note that the requirements to meet the MBE participation overall goal and subgoals are distinct and separate. If the contract has subgoals, regardless of MBE Prime’s ability to self-perform up to 50% of the overall goal (including up to 100% of any subgoal), the MBE Prime must either commit to use other MBEs for each of any remaining subgoals or request a waiver. As set forth in Attachment 1-B Waiver Guidance, the MBE Prime’s ability to self-perform certain portions of the work of the Contract will not be deemed a substitute for the good faith efforts to meet any remaining subgoal or the balance of the overall goal.

✓ In certain instances where the percentages allocated to MBE participation subgoals add up to more than 50% of the overall goal, the portion of self-performed work that an MBE Prime may count toward the overall goal may be limited to less than 50%. Please refer to the Governor‘s Office of Small Minority & Women Business Affairs’ website for the MBE Prime Regulations Q&A for illustrative examples. http://www.goMDsmallbiz.maryland.gov/Documents/MBE_Toolkit/MBEPrimeRegulation_QA.pdf

6. Subject to items 1 through 5 above, when a certified MBE performs as a participant in a joint venture, a

procurement agency may count a portion of the total dollar value of the Contract equal to the distinct, clearly-defined portion of the work of the Contract that the certified MBE performs with its own forces toward fulfilling the Contract goal, and not more than one of the Contract subgoals, if any.

7. The work performed by a certified MBE firm, including an MBE prime, can only be counted towards the

MBE participation goal(s) if the MBE firm is performing a commercially useful function on the Contract. Please refer to COMAR 21.11.03.12-1 for more information regarding these requirements.

8. Materials and Supplies: New Guidelines Regarding MBE Participation.

Regular Dealer (generally identified as a wholesaler or supplier in the MDOT Directory): Up to 60% of the costs of materials and supplies provided by a certified MBE may be counted towards the MBE participation goal(s) if such MBE is a Regular Dealer of such materials and supplies. Regular Dealer is defined as a firm that owns, operates, or maintains a store, a warehouse, or any other establishment in which the materials, supplies, articles, or equipment are of the general character described by the specifications required under the contract and are bought, kept in stock, or regularly sold or leased to the public in the usual course of business; and does not include a packager, a broker, a manufacturer’s representative, or any other person that arranges or expedites transactions. Example for illustrative purposes of applying the 60% rule Overall contract value: $2,000,000 Total value of supplies: $100,000 Calculate Percentage of Supplies to overall contract value: $100,000 divided by $2,000,000 = 5% Apply 60% Rule - Total percentage of Supplies/Products 5% x 60% = 3% 3% would be counted towards achieving the MBE Participation Goal and Subgoal, if any, for the MBE supplier in this example.

Page 82: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

82

Manufacturer: A certified MBE firm’s participation may be counted in full if the MBE is certified in the appropriate NAICS code(s) to provide products and services as a manufacturer.

Broker: With respect to materials or supplies purchased from a certified MBE that is neither a manufacturer nor a regular dealer, a unit may apply the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies, fees, or transportation charges for the delivery of materials and supplies required on a procurement toward the MBE contract goals, provided a unit determines the fees to be reasonable and not excessive as compared with fees customarily allowed for similar services. A unit may not apply any portion of the costs of the materials and supplies toward MBE goals.

Furnish and Install and other Services: The participation of a certified MBE supplier, wholesaler, and/or regular dealer certified in the proper NAICS code(s) to furnish and install materials necessary for successful contract completion may be counted in full. Includes the participation of other MBE service providers in the proper NAICS code(s) may be counted in full.

. 9. Dually certified firms. An MBE that is certified in more than one subgroup category may only be counted

toward goal fulfillment of ONE of those categories with regard to a particular contract. Example: A woman-owned Hispanic American (dually certified) firm may be used to fulfill the women-owned OR Hispanic American subgoal, but not both on the same contract.

10. CAUTION: The percentage of MBE participation, computed using the percentage amounts determined for all of the MBE firms listed in Part 3, MUST meet or exceed the MBE participation goal and subgoals (if applicable) as set forth in Part 2- for this solicitation. If a bidder/offeror is unable to meet the MBE participation goal or any subgoals (if applicable), then the bidder/offeror must request a waiver in Part 2 or the bid will be deemed not responsive, or the proposal not reasonably susceptible of being selected for award. You may wish to use the attached Goal/Subgoal Worksheet to assist in calculating the percentages and confirming that your commitment meets or exceeds the applicable MBE participation goal and subgoals (if any).

11. If you have any questions as to whether a firm is certified to perform the specific services or provide specific products, please contact MDOT’s Office of Minority Business Enterprise at 1-800-544-6056 or via email to [email protected] sufficiently prior to the submission due date.

Subgoals (if applicable) Total African American MBE Participation: _____________% Total Asian American MBE Participation: _____________%

Total Hispanic American MBE Participation: _____________% Total Women-Owned MBE Participation: _____________%

Overall Goal Total MBE Participation (include all categories): _____________%

Page 83: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

83

PART 2 - MBE UTILIZATION AND FAIR SOLICITATION AFFIDAVIT This MBE Utilization and Fair Solicitation Affidavit and MBE Participation Schedule must be completed and included with the bid/proposal. If the bidder/offeror fails to accurately complete and submit this Affidavit and the Schedule in Part 3 with the bid or proposal as required, the Procurement Officer shall deem the bid non-responsive or shall determine that the proposal is not reasonably susceptible of being selected for award. In connection with the bid/proposal submitted in response to Solicitation No. 88827QF, I affirm the following: 1. MBE Participation (PLEASE CHECK ONLY ONE)

☐ I acknowledge and intend to meet IN FULL both the overall certified Minority Business Enterprise (MBE) participation goal of 1 percent and all of the following subgoals:

0 percent for African American-owned MBE firms

0 percent for Hispanic American-owned MBE firms

0 percent for Asian American-owned MBE firms

0 percent for Women-owned MBE firms

Therefore, I am not seeking a waiver pursuant to COMAR 21.11.03.11. I acknowledge that by checking the above box and agreeing to meet the stated goal and subgoal(s), if any, I must complete Part 3 - MBE Participation Schedule and Part 4 Signature Page in order to be considered for award.

OR

☐ I conclude that I am unable to achieve the MBE participation goal and/or subgoals. I hereby request a waiver, in whole or in part, of the overall goal and/or subgoals. I acknowledge that by checking this box and requesting a partial waiver of the stated goal and/or one or more of the stated subgoal(s) if any, I must complete Part 3, the MBE Participation Schedule and Part 4 Signature Page for the portion of the goal and/or subgoal(s) if any, for which I am not seeking a waiver, in order to be considered for award. I acknowledge that by checking this box and requesting a full waiver of the stated goal and the stated subgoal(s) if any, I must complete Part 4 Signature Page in order to be considered for award.

Page 84: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

84

Additional MBE Documentation I understand that if I am notified that I am the apparent awardee or as requested by the Procurement Officer, I must submit the following documentation within 10 working days of receiving notice of the potential award or from the date of conditional award (per COMAR 21.11.03.10), whichever is earlier:

(a) Good Faith Efforts Documentation to Support Waiver Request (Attachment __-1C)

(b) Outreach Efforts Compliance Statement (Attachment __-2);

(c) MBE Subcontractor/MBE Prime Project Participation Statement (Attachments __-3A and 3B);

(d) Any other documentation, including additional waiver documentation if applicable, required by the Procurement Officer to ascertain bidder or offeror responsibility in connection with the certified MBE participation goal and subgoals, if any.

I understand that if I fail to return each completed document within the required time, the Procurement Officer may determine that I am not responsible and therefore not eligible for contract award. If the contract has already been awarded, the award is voidable. Information Provided to MBE firms In the solicitation of subcontract quotations or offers, MBE firms were provided not less than the same information and amount of time to respond as were non-MBE firms.

Page 85: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

85

PART 3 - MBE PARTICIPATION SCHEDULE

SET FORTH BELOW ARE THE (I) CERTIFIED MBES I INTEND TO USE, (II) THE PERCENTAGE OF THE TOTAL CONTRACT

VALUE ALLOCATED TO EACH MBE FOR THIS PROJECT AND, (III) THE ITEMS OF WORK EACH MBE WILL PROVIDE UNDER

THE CONTRACT. I HAVE CONFIRMED WITH THE MDOT DATABASE THAT THE MBE FIRMS IDENTIFIED BELOW (INCLUDING

ANY SELF-PERFORMING MBE PRIME FIRMS) ARE PERFORMING WORK ACTIVITIES FOR WHICH THEY ARE MDOT-

CERTIFIED.

Prime Contractor Project Description Project/Contract Number

LIST INFORMATION FOR EACH CERTIFIED MBE FIRM YOU AGREE TO USE TO ACHIEVE THE MBE PARTICIPATION GOAL AND SUBGOALS, IF ANY. MBE PRIMES: PLEASE COMPLETE BOTH SECTIONS A AND B BELOW.

SECTION A: For MBE Prime Contractors ONLY (including MBE Primes in a Joint Venture) MBE Prime Firm Name:________________________________ MBE Certification Number: ___________ (If dually certified, check only one box.)

African American-Owned Hispanic American- Owned Asian American-Owned Women-Owned Other MBE Classification

NAICS code: _______________________________

Percentage of total Contract Value to be performed with own forces and counted towards the MBE overall participation goal (up to 50% of the overall goal): _______% Please refer to Item #8 in Part 1- Instructions of this document for new MBE participation guidelines regarding materials and supplies. Percentage of total Contract Value to be performed with own forces and counted towards the subgoal, if any, for my MBE classification (up to 100% of not more than one subgoal): _______%

Supplier, wholesaler and/or regular dealer (count 60%) Manufacturer (count 100%) Broker (count reasonable fee/commission only) Furnish and Install and other Services (count 100%)

Complete the applicable prompt (select only one) from prompts A-C below that applies to the type of work your firm is self-performing to calculate amount to be counted towards achieving the MBE Participation Goal and Subgoal, if any. A. Percentage amount of subcontract where the MBE Prime firm is being used for manufacturer, furnish and install, and/or services (excluding products / services from suppliers, wholesalers, regular dealers and brokers) _____% B. Percentage amount for items of work where the MBE Prime firm is being used as supplier, wholesaler, and/or regular dealer (60% Rule). Total percentage of Supplies/Products ______% x 60% = ______% C. Percentage amount of fee where the MBE Prime firm is being used as broker (count reasonable fee/commission only) ______ % Description of the Work to be performed with MBE prime’s own forces: ___________________________________________________ ___________________________________________________

Page 86: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

86

SECTION B: For all Contractors (including MBE Primes and MBE Primes in a Joint Venture)

MBE Firm Name:______________________________________ MBE Certification Number: ______________________ (If dually certified, check only one box.)

African American-Owned Hispanic American- Owned Asian American-Owned Women-Owned Other MBE Classification

NAICS code: _______________________________

Please refer to Item #8 in Part 1- Instructions of this document for new MBE participation guidelines regarding materials and supplies.

Supplier, wholesaler and/or regular dealer (count 60%) Manufacturer (count 100%) Broker (count reasonable fee/commission only) Furnish and Install and other Services (count 100%)

Complete the applicable prompt (select only one) from prompts A-C below that applies to the type of work that the MBE firm named to the left will be performing to calculate the amount to be counted towards achieving the MBE Participation Goal and Subgoal, if any. A. Percentage amount of subcontract where the MBE firm is being used for manufacturer, furnish and install, and/or services (excluding products/services from suppliers, wholesalers, regular dealers and brokers) ______% B. Percentage amount for items of work where the MBE firm is being used as supplier, wholesaler, and/or regular dealer (60% Rule)). Total percentage of Supplies/Products ______% X 60% = ______% C. Percentage amount of fee where the MBE firm is being used as broker (count reasonable fee/commission only) ______ % Description of the Work to be Performed: _________________________________________________________ _________________________________________________________

MBE Firm Name:______________________________________ MBE Certification Number: _____________________ (If dually certified, check only one box.)

African American-Owned Hispanic American- Owned Asian American-Owned Women-Owned Other MBE Classification

NAICS code: _______________________________

Please refer to Item #8 in Part 1- Instructions of this document for new MBE participation guidelines regarding materials and supplies.

Supplier, wholesaler and/or regular dealer (count 60%) Manufacturer (count 100%) Broker (count reasonable fee/commission only) Furnish and Install and other Services (count 100%)

Complete the applicable prompt (select only one) from prompts A-C below that applies to the type of work that the MBE Firm named to the left will be performing to calculate the amount to be counted towards achieving the MBE Participation Goal and Subgoal, if any. A. Percentage amount of subcontract where the MBE Firm is being used for manufacturer, furnish and install, and/or services (excluding products/services from suppliers, wholesalers, regular dealers and brokers) ______% B. Percentage amount for items of work where the MBE firm is being used as supplier, wholesaler, and/or regular dealer (60% Rule)). Total percentage of Supplies/Products ______% X 60% = ______% C. Percentage amount of fee where the MBE firm is being used as broker (count reasonable fee/commission only) ______ % Description of the Work to be Performed: _________________________________________________________ _________________________________________________________

Page 87: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

87

MBE Firm Name:______________________________________ MBE Certification Number: ______________________ (If dually certified, check only one box.)

African American-Owned Hispanic American- Owned Asian American-Owned Women-Owned Other MBE Classification

NAICS code: _______________________________

Please refer to Item #8 in Part 1- Instructions of this document for new MBE participation guidelines regarding materials and supplies.

Supplier, wholesaler and/or regular dealer (count 60%) Manufacturer (count 100%) Broker (count reasonable fee/commission only) Furnish and Install and other Services (count 100%)

Complete the applicable prompt (select only one) from prompts A-C below that applies to the type of work that for the MBE firm named to the left will be performing to calculate the amount to be counted towards achieving the MBE Participation Goal and Subgoal, if any. A. Percentage amount of subcontract where the MBE firm is being used for manufacturer, furnish and install, and/or services (excluding products/services from suppliers, wholesalers, regular dealers and brokers) ______% B. Percentage amount for items of work where the MBE firm is being used as supplier, wholesaler, and/or regular dealer (60% Rule). Total percentage of Supplies/Products ______% X 60% = ______% C. Percentage amount of fee where the MBE firm is being used as broker (count reasonable fee/commission only) ______ % Description of the Work to be Performed: _________________________________________________________ _________________________________________________________

MBE Firm Name:______________________________________ MBE Certification Number: ______________________ (If dually certified, check only one box.)

African American-Owned Hispanic American- Owned Asian American-Owned Women-Owned Other MBE Classification

NAICS code: _______________________________

Please refer to Item #8 in Part 1- Instructions of this document for new MBE participation guidelines regarding materials and supplies.

Supplier, wholesaler and/or regular dealer (count 60%) Manufacturer (count 100%) Broker (count reasonable fee/commission only) Furnish and Install and other Services (count 100%)

Complete the applicable prompt (select only one) from prompts A-C below that applies to the type of work that the MBE firm named to the left will be performing to calculate the amount to be counted towards achieving the MBE Participation Goal and Subgoal, if any. A. Percentage amount of subcontract where the MBE firm is being used for manufacturer, furnish and install, and/or services (excluding products/services from suppliers, wholesalers, regular dealers and brokers) ______% B. Percentage amount for items of work where the MBE firm is being used as supplier, wholesaler, and/or regular dealer (60% Rule)). Total percentage of Supplies/Products ______% X 60% = ______% C. Percentage amount of fee where the MBE firm is being used as broker_______ % Description of the Work to be Performed: _________________________________________________________ _________________________________________________________

Continue on separate page if needed

Page 88: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

88

PART 4 – SIGNATURE PAGE To complete Affidavit committing to MBE(s) or requesting waiver,

bidder/offeror must sign below

I solemnly affirm under the penalties of perjury that: (i) I have reviewed the instructions for the MBE Utilization & Fair Solicitation Affidavit and MBE Schedule, and (ii) the information contained in the MBE Utilization & Fair Solicitation Affidavit and MBE Schedule is true to the best of my knowledge, information and belief.

_______________________________ __________________________________ Bidder/Offeror Name Signature of Authorized Representative (PLEASE PRINT OR TYPE) _______________________________ __________________________________ Address Printed Name and Title _______________________________ __________________________________ City, State and Zip Code Date

SUBMIT THIS AFFIDAVIT WITH BID/PROPOSAL

Page 89: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

89

MBE ATTACHMENT B-1B WAIVER GUIDANCE

GUIDANCE FOR DOCUMENTING GOOD FAITH EFFORTS TO MEET MBE PARTICIPATION GOALS

In order to show that it has made good faith efforts to meet the Minority Business Enterprise (MBE) participation goal (including any MBE subgoals) on a contract, the bidder/offeror must either (1) meet the MBE Goal(s) and document its commitments for participation of MBE Firms, or (2) when it does not meet the MBE Goal(s), document its Good Faith Efforts to meet the goal(s).

I. Definitions MBE Goal(s) – “MBE Goal(s)” refers to the MBE participation goal and MBE participation subgoal(s). Good Faith Efforts – The “Good Faith Efforts” requirement means that when requesting a waiver, the bidder/offeror must demonstrate that it took all necessary and reasonable steps to achieve the MBE Goal(s), which, by their scope, intensity, and appropriateness to the objective, could reasonably be expected to obtain sufficient MBE participation, even if those steps were not fully successful. Whether a bidder/offeror that requests a waiver made adequate good faith efforts will be determined by considering the quality, quantity, and intensity of the different kinds of efforts that the bidder/offeror has made. The efforts employed by the bidder/offeror should be those that one could reasonably expect a bidder/offeror to take if the bidder/offeror were actively and aggressively trying to obtain MBE participation sufficient to meet the MBE contract goal and subgoals. Mere pro forma efforts are not good faith efforts to meet the MBE contract requirements. The determination concerning the sufficiency of the bidder's/offeror’s good faith efforts is a judgment call; meeting quantitative formulas is not required. Identified Firms – “Identified Firms” means a list of the MBEs identified by the procuring agency during the goal setting process and listed in the procurement as available to perform the Identified Items of Work. It also may include additional MBEs identified by the bidder/offeror as available to perform the Identified Items of Work, such as MBEs certified or granted an expansion of services after the procurement was issued. If the procurement does not include a list of Identified Firms, this term refers to all of the MBE Firms (if State-funded) the bidder/offeror identified as available to perform the Identified Items of Work and should include all appropriately certified firms that are reasonably identifiable. Identified Items of Work – “Identified Items of Work” means the bid items identified by the procuring agency during the goal setting process and listed in the procurement as possible items of work for performance by MBE Firms. It also may include additional portions of items of work the bidder/offeror identified for performance by MBE Firms to increase the likelihood that the MBE Goal(s) will be achieved. If the procurement does not include a list of Identified Items of Work, this term refers to all of the items of work the bidder/offeror identified as possible items of work for performance by MBE Firms and should include all reasonably identifiable work opportunities. MBE Firms – “MBE Firms” refers to a firm certified by the Maryland Department of Transportation (“MDOT”) under COMAR 21.11.03. Only MDOT-certified MBE Firms can participate in the State’s MBE Program.

Page 90: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

90

II. Types of Actions Agency will Consider

The bidder/offeror is responsible for making relevant portions of the work available to MBE subcontractors and suppliers and to select those portions of the work or material needs consistent with the available MBE subcontractors and suppliers, so as to facilitate MBE participation. The following is a list of types of actions the procuring agency will consider as part of the bidder's/offeror’s Good Faith Efforts when the bidder/offeror fails to meet the MBE Goal(s). This list is not intended to be a mandatory checklist, nor is it intended to be exclusive or exhaustive. Other factors or types of efforts may be relevant in appropriate cases. A. Identify Bid Items as Work for MBE Firms

1. Identified Items of Work in Procurements (a) Certain procurements will include a list of bid items identified during the goal setting process as possible work for

performance by MBE Firms. If the procurement provides a list of Identified Items of Work, the bidder/offeror shall make all reasonable efforts to solicit quotes from MBE Firms to perform that work.

(b) Bidders/Offerors may, and are encouraged to, select additional items of work to be performed by MBE Firms to increase

the likelihood that the MBE Goal(s) will be achieved. 2. Identified Items of Work by Bidders/Offerors (a) When the procurement does not include a list of Identified Items of Work or for additional Identified Items of Work,

bidders/offerors should reasonably identify sufficient items of work to be performed by MBE Firms.

(b) Where appropriate, bidders/offerors should break out contract work items into economically feasible units to facilitate MBE participation, rather than perform these work items with their own forces. The ability or desire of a prime contractor to perform the work of a contract with its own organization does not relieve the bidder/offeror of the responsibility to make Good Faith Efforts.

B. Identify MBE Firms to Solicit

1. MBE Firms Identified in Procurements

(a) Certain procurements will include a list of the MBE Firms identified during the goal setting process as available to perform the items of work. If the procurement provides a list of Identified MBE Firms, the bidder/offeror shall make all reasonable efforts to solicit those MBE firms.

(b) Bidders/offerors may, and are encouraged to, search the MBE Directory to identify additional MBEs who may be available to perform the items of work, such as MBEs certified or granted an expansion of services after the solicitation was issued.

2. MBE Firms Identified by Bidders/Offerors (a) When the procurement does not include a list of Identified MBE Firms, bidders/offerors should reasonably identify the

MBE Firms that are available to perform the Identified Items of Work.

(b) Any MBE Firms identified as available by the bidder/offeror should be certified to perform the Identified Items of Work.

Page 91: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

91

C. Solicit MBEs

1. Solicit all Identified Firms for all Identified Items of Work by providing written notice. The bidder/offeror should:

(a) provide the written solicitation at least 10 days prior to bid opening to allow sufficient time for the MBE Firms to respond; (b) send the written solicitation by first-class mail, facsimile, or email using contact information in the MBE Directory, unless

the bidder/offeror has a valid basis for using different contact information; and

(c) provide adequate information about the plans, specifications, anticipated time schedule for portions of the work to be performed by the MBE, and other requirements of the contract to assist MBE Firms in responding. (This information may be provided by including hard copies in the written solicitation or by electronic means as described in C.3 below.) 2. “All” Identified Firms includes the MBEs listed in the procurement and any MBE Firms you identify as potentially available to perform the Identified Items of Work, but it does not include MBE Firms who are no longer certified to perform the work as of the date the bidder/offeror provides written solicitations. 3. “Electronic Means” includes, for example, information provided via a website or file transfer protocol (FTP) site containing the plans, specifications, and other requirements of the contract. If an interested MBE cannot access the information provided by electronic means, the bidder/offeror must make the information available in a manner that is accessible to the interested MBE. 4. Follow up on initial written solicitations by contacting MBEs to determine if they are interested. The follow up contact may be made: (a) by telephone using the contact information in the MBE Directory, unless the bidder/offeror has a valid basis for using different contact information; or (b) in writing via a method that differs from the method used for the initial written solicitation.

5. In addition to the written solicitation set forth in C.1 and the follow up required in C.4, use all other reasonable and available means to solicit the interest of MBE Firms certified to perform the work of the contract. Examples of other means include:

(a) attending any pre-bid meetings at which MBE Firms could be informed of contracting and subcontracting opportunities;

and

(b) if recommended by the procurement, advertising with or effectively using the services of at least two minority focused entities or media, including trade associations, minority/women community organizations, minority/women contractors' groups, and local, state, and federal minority/women business assistance offices listed on the MDOT Office of Minority Business Enterprise website.

D. Negotiate With Interested MBE Firms Bidders/Offerors must negotiate in good faith with interested MBE Firms.

1. Evidence of negotiation includes, without limitation, the following: (a) the names, addresses, and telephone numbers of MBE Firms that were considered; (b) a description of the information provided regarding the plans and specifications for the work selected for subcontracting

and the means used to provide that information; and (c) evidence as to why additional agreements could not be reached for MBE Firms to perform the work. 2. A bidder/offeror using good business judgment would consider a number of factors in negotiating with subcontractors,

including MBE subcontractors, and would take a firm's price and capabilities as well as contract goals into consideration. 3. The fact that there may be some additional costs involved in finding and using MBE Firms is not in itself sufficient

reason for a bidder's/offeror’s failure to meet the contract MBE goal(s), as long as such costs are reasonable. Factors to take into consideration when determining whether a MBE Firm’s quote is excessive or unreasonable include, without limitation, the following:

Page 92: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

92

(a) the dollar difference between the MBE subcontractor’s quote and the average of the other subcontractors’ quotes received by the bidder/offeror;

(b) the percentage difference between the MBE subcontractor’s quote and the average of the other subcontractors’ quotes received by the bidder/offeror;

(c) the percentage that the MBE subcontractor’s quote represents of the overall contract amount;

(d) the number of MBE firms that the bidder/offeror solicited for that portion of the work;

(e) whether the work described in the MBE and Non-MBE subcontractor quotes (or portions thereof) submitted for review is the same or comparable; and

(f) the number of quotes received by the bidder/offeror for that portion of the work.

4. The above factors are not intended to be mandatory, exclusive, or exhaustive, and other evidence of an excessive or unreasonable price may be relevant.

5. The bidder/offeror may not use its price for self-performing work as a basis for rejecting a MBE Firm’s quote as excessive or unreasonable.

6. The “average of the other subcontractors’ quotes received” by the bidder/offeror refers to the average of the quotes received from all subcontractors. Bidder/offeror should attempt to receive quotes from at least three subcontractors, including one quote from a MBE and one quote from a Non-MBE.

7. A bidder/offeror shall not reject a MBE Firm as unqualified without sound reasons based on a thorough investigation of the firm’s capabilities. For each certified MBE that is rejected as unqualified or that placed a subcontract quotation or offer that the bidder/offeror concludes is not acceptable, the bidder/offeror must provide a written detailed statement listing the reasons for this conclusion. The bidder/offeror also must document the steps taken to verify the capabilities of the MBE and Non-MBE Firms quoting similar work.

(a) The factors to take into consideration when assessing the capabilities of a MBE Firm, include, but are not limited to the following: financial capability, physical capacity to perform, available personnel and equipment, existing workload, experience performing the type of work, conduct and performance in previous contracts, and ability to meet reasonable contract requirements.

(b) The MBE Firm’s standing within its industry, membership in specific groups, organizations, or associations and political or social affiliations (for example union vs. non-union employee status) are not legitimate causes for the rejection or non-solicitation of bids in the efforts to meet the project goal.

Page 93: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

93

E. Assisting Interested MBE Firms When appropriate under the circumstances, the decision-maker will consider whether the bidder/offeror: 1. made reasonable efforts to assist interested MBE Firms in obtaining the bonding, lines of credit, or insurance required

by the procuring agency or the bidder/offeror; and 2. made reasonable efforts to assist interested MBE Firms in obtaining necessary equipment, supplies, materials, or

related assistance or services. III. Other Considerations In making a determination of Good Faith Efforts the decision-maker may consider engineering estimates, catalogue prices, general market availability and availability of certified MBE Firms in the area in which the work is to be performed, other bids or offers and subcontract bids or offers substantiating significant variances between certified MBE and Non-MBE costs of participation, and their impact on the overall cost of the contract to the State and any other relevant factors. The decision-maker may take into account whether a bidder/offeror decided to self-perform subcontract work with its own forces, especially where the self-performed work is Identified Items of Work in the procurement. The decision-maker also may take into account the performance of other bidders/offerors in meeting the contract. For example, when the apparent successful bidder/offeror fails to meet the contract goal, but others meet it, this reasonably raises the question of whether, with additional reasonable efforts, the apparent successful bidder/offeror could have met the goal. If the apparent successful bidder/offeror fails to meet the goal, but meets or exceeds the average MBE participation obtained by other bidders/offerors, this, when viewed in conjunction with other factors, could be evidence of the apparent successful bidder/offeror having made Good Faith Efforts. IV. Documenting Good Faith Efforts At a minimum, a bidder/offeror seeking a waiver of the MBE Goal(s) or a portion thereof must provide written documentation of its Good Faith Efforts, in accordance with COMAR 21.11.03.11, within 10 business days after receiving notice that it is the apparent awardee. The written documentation shall include the following: A. Items of Work (Complete Good Faith Efforts Documentation Attachment 1-C, Part 1) A detailed statement of the efforts made to select portions of the work proposed to be performed by certified MBE Firms in order to increase the likelihood of achieving the stated MBE Goal(s). B. Outreach/Solicitation/Negotiation

1. The record of the bidder’s/offeror’s compliance with the outreach efforts prescribed by COMAR 21.11.03.09C(2)(a). (Complete Outreach Efforts Compliance Statement – Attachment 2).

2. A detailed statement of the efforts made to contact and negotiate with MBE Firms including:

(a) the names, addresses, and telephone numbers of the MBE Firms who were contacted, with the dates and manner of

contacts (letter, fax, email, telephone, etc.) (Complete Good Faith Efforts Attachment 1-C- Part 2, and submit letters, fax cover sheets, emails, etc. documenting solicitations); and

(b) a description of the information provided to MBE Firms regarding the plans, specifications, and anticipated time schedule for portions of the work to be performed and the means used to provide that information.

Page 94: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

94

C. Rejected MBE Firms (Complete Good Faith Efforts Attachment 1-C, Part 3)

1. For each MBE Firm that the bidder/offeror concludes is not acceptable or qualified, a detailed statement of the reasons for the bidder's/offeror’s conclusion, including the steps taken to verify the capabilities of the MBE and Non-MBE Firms quoting similar work.

2. For each certified MBE Firm that the bidder/offeror concludes has provided an excessive or unreasonable price, a detailed statement of the reasons for the bidder's/offeror’s conclusion, including the quotes received from all MBE and Non-MBE firms bidding on the same or comparable work. (Include copies of all quotes received.)

3. A list of MBE Firms contacted but found to be unavailable. This list should be accompanied by a MBE Unavailability Certificate (see Exhibit A to this Part 1) signed by the MBE contractor or a statement from the bidder/offeror that the MBE contractor refused to sign the MBE Unavailability Certificate. D. Other Documentation

1. Submit any other documentation requested by the Procurement Officer to ascertain the bidder’s/offeror’s Good Faith Efforts.

2. Submit any other documentation the bidder/offeror believes will help the Procurement Officer ascertain its Good Faith

Efforts.

Page 95: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

95

Exhibit A

MBE Subcontractor Unavailability Certificate 1. It is hereby certified that the firm of

(Name of Minority firm) located at (Number) (Street)

(City) (State) (Zip) was offered an opportunity to bid on Solicitation No. in County by (Name of Prime Contractor’s Firm) ************************************************************************************************************* 2. (Minority Firm), is either unavailable for the work/service or unable to prepare a bid for this project for the following reason(s):

Signature of Minority Firm’s MBE Representative Title Date

MDOT Certification # Telephone #

3. To be completed by the prime contractor if Section 2 of this form is not completed by the minority firm. To the best of my knowledge and belief, said Certified Minority Business Enterprise is either unavailable for the work/service for this project, is unable to prepare a bid, or did not respond to a request for a price proposal and has not completed the above portion of this submittal. Signature of Prime Contractor Title Date

Page 96: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

96

MBE ATTACHMENT C-1C

GOOD FAITH EFFORTS DOCUMENTATION TO SUPPORT WAIVER REQUEST

PAGE __ OF ___

Prime Contractor Project Description Solicitation Number

PARTS 1, 2, AND 3 MUST BE INCLUDED WITH THIS CERTIFICATE ALONG WITH ALL DOCUMENTS SUPPORTING YOUR WAIVER

REQUEST.

I affirm that I have reviewed Attachment __-1B, Waiver Guidance. I further affirm under penalties of perjury that

the contents of Parts 1, 2, and 3 of this Attachment __-1C Good Faith Efforts Documentation Form are true to the

best of my knowledge, information, and belief.

____________________________________ _______________________________________

Company Name Signature of Representative ____________________________________ _______________________________________

Address Printed Name and Title

____________________________________ _______________________________________

City, State and Zip Code Date

Page 97: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

97

GOOD FAITH EFFORTS DOCUMENTATION

TO SUPPORT WAIVER REQUEST

PART 1 – IDENTIFIED ITEMS OF WORK BIDDER/OFFEROR MADE AVAILABLE TO

MBE FIRMS

PAGE __ OF ___

Prime Contractor Project Description Solicitation Number

Identify those items of work that the bidder/offeror made available to MBE Firms. This includes, where appropriate, those items the bidder/offeror identified and determined to subdivide into economically feasible units to facilitate the MBE participation. For each item listed, show the anticipated percentage of the total contract amount. It is the bidder’s/offeror’s responsibility to demonstrate that sufficient work to meet the goal was made available to MBE Firms, and the total percentage of the items of work identified for MBE participation equals or exceeds the percentage MBE goal set for the procurement. Note: If the procurement includes a list of bid items identified during the goal setting process as possible items of work for performance by MBE Firms, the bidder/offeror should make all of those items of work available to MBE Firms or explain why that item was not made available. If the bidder/offeror selects additional items of work to make available to MBE Firms, those additional items should also be included below.

Identified Items of Work Was this work listed in the procurement?

Does bidder/offeror normally self-perform this work?

Was this work made available to MBE Firms? If no, explain why?

□ Yes □ No □ Yes □ No □ Yes □ No

 □ Yes □ No  □ Yes □ No □ Yes □ No

 □ Yes □ No   □ Yes □ No □ Yes □ No  

 □ Yes □ No   □ Yes □ No □ Yes □ No  

 □ Yes □ No   □ Yes □ No □ Yes □ No  

 □ Yes □ No   □ Yes □ No □ Yes □ No  

 □ Yes □ No   □ Yes □ No □ Yes □ No  

Page 98: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

98

 □ Yes □ No   □ Yes □ No □ Yes □ No  

 □ Yes □ No   □ Yes □ No □ Yes □ No  

□ Yes □ No  □ Yes □ No □ Yes □ No

Please check if Additional Sheets are attached.

Page 99: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

99

GOOD FAITH EFFORTS DOCUMENTATION

TO SUPPORT WAIVER REQUEST

PART 2 – IDENTIFIED MBE FIRMS AND RECORD OF SOLICITATIONS

PAGE __ OF ___

Prime Contractor Project Description Solicitation Number

Identify the MBE Firms solicited to provide quotes for the Identified Items of Work made available for MBE participation. Include the name of the MBE Firm solicited, items of work for which bids/quotes were solicited, date and manner of initial and follow-up solicitations, whether the MBE provided a quote, and whether the MBE is being used to meet the MBE participation goal. MBE Firms used to meet the participation goal must be included on the MBE Participation Schedule. Note: If the procurement includes a list of the MBE Firms identified during the goal setting process as potentially available to perform the items of work, the bidder/offeror should solicit all of those MBE Firms or explain why a specific MBE was not solicited. If the bidder/offeror identifies additional MBE Firms who may be available to perform Identified Items of Work, those additional MBE Firms should also be included below. Copies of all written solicitations and documentation of follow-up calls to MBE Firms must be attached to this form. This list should be accompanied by a Minority Contractor Unavailability Certificate signed by the MBE contractor or a statement from the bidder/offeror that the MBE contractor refused to sign the Minority Contractor Unavailability Certificate (see Exhibit A to MBE Attachment 1-B). If the bidder/offeror used a Non-MBE or is self-performing the identified items of work, Part 3 must be completed.

Name of Identified MBE Firm & MBE Classification

Describe Item of Work Solicited

Initial Solicitation Date & Method

Follow-up Solicitation Date & Method

Details for Follow-up Calls

Quote Rec’d

Quote Used

Reason Quote Rejected

Firm Name:

MBE Classification (Check only if requesting waiver of MBE subgoal.)

African American-Owned Hispanic American- Owned Asian American-Owned Women-Owned Other MBE Classification

____________________

Date: □ Mail □ Facsimile □ Email

Date: □ Phone □ Mail □ Facsimile □ Email

Time of Call: Spoke With: □ Left Message

□ Yes □ No

□ Yes □ No

□ Used Other MBE □ Used Non-MBE □ Self-performing

Page 100: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

100

Name of Identified MBE Firm & MBE Classification

Describe Item of Work Solicited

Initial Solicitation Date & Method

Follow-up Solicitation Date & Method

Details for Follow-up Calls

Quote Rec’d

Quote Used

Reason Quote Rejected

Firm Name:

MBE Classification (Check only if requesting waiver of MBE subgoal.)

African American-Owned Hispanic American- Owned Asian American-Owned Women-Owned Other MBE Classification

____________________

Date: □ Mail □ Facsimile □ Email

Date: □ Phone □ Mail □ Facsimile □ Email

Time of Call: Spoke With: □ Left Message

□ Yes □ No

□ Yes □ No

□ Used Other MBE □ Used Non-MBE □ Self-performing

Please check if Additional Sheets are attached.

Page 101: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

101

GOOD FAITH EFFORTS DOCUMENTATION

TO SUPPORT WAIVER REQUEST

PART 3 – ADDITIONAL INFORMATION REGARDING REJECTED MBE QUOTES

PAGE __ OF ___

Prime Contractor Project Description Solicitation Number

This form must be completed if Part 2 indicates that a MBE quote was rejected because the bidder/offeror is using a Non-MBE or is self-performing the Identified Items of Work. Provide the Identified Items Work, indicate whether the work will be self-performed or performed by a Non-MBE, and if applicable, state the name of the Non-MBE. Also include the names of all MBE and Non-MBE Firms that provided a quote and the amount of each quote.

Describe Identified Items of Work Not Being Performed by MBE (Include spec/section number from bid)

Self-performing or Using Non-MBE (Provide name)

Amount of Non-MBE Quote

Name of Other Firms who Provided Quotes & Whether MBE or Non-MBE

Amount Quoted

Indicate Reason Why MBE Quote Rejected & Briefly Explain

□ Self-performing □ Using Non-MBE ________________

$__________

__________________ □ MBE □ Non-MBE

$__________

□ Price □ Capabilities □ Other

□ Self-performing □ Using Non-MBE ________________

$__________

__________________ □ MBE □ Non- MBE

$__________

□ Price □ Capabilities □ Other

□ Self-performing □ Using Non-MBE ________________

$__________

__________________ □ MBE □ Non- MBE

$__________

□ Price □ Capabilities □ Other

□ Self-performing □ Using Non- MBE ________________

$__________

__________________ □ MBE □ Non- MBE

$__________

□ Price □ Capabilities □ Other

□ Self-performing □ Using Non- MBE ________________

$__________

__________________ □ MBE □ Non- MBE

$__________

□ Price □ Capabilities □ Other

□ Self-performing □ Using Non- MBE ________________

$__________

__________________ □ MBE □ Non- MBE

$__________

□ Price □ Capabilities □ Other

Please check if Additional Sheets are attached.

Page 102: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

102

MBE Attachment __ - 2 OUTREACH EFFORTS COMPLIANCE STATEMENT

Complete and submit this form within 10 working days of notification of apparent award or actual award, whichever is earlier. In conjunction with the bid/proposal submitted in response to Solicitation No.___________, I state the following: 1. Bidder/Offeror identified subcontracting opportunities in these specific work categories: _____________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ 2. Attached to this form are copies of written solicitations (with bidding/proposal instructions) used to solicit certified MBE firms for these subcontract opportunities. 3. Bidder/Offeror made the following attempts to personally contact the solicited MDOT-certified MBE firms: _______________________________________________________________________ _____________________________________________________________________________ __________________________________________________________________________________________________________________________________________________________ 4. Please Check One:

□ This project does not involve bonding requirements.

□ Bidder/Offeror assisted MDOT-certified MBE firms to fulfill or seek waiver of bonding requirements. (DESCRIBE EFFORTS): ______________________________________________________

_____________________________________________________________________________ _____________________________________________________________________________ 5. Please Check One:

□ Bidder/Offeror did attend the pre-bid/pre-proposal conference.

□ No pre-bid/pre-proposal meeting/conference was held.

□ Bidder/Offeror did not attend the pre-bid/pre-proposal conference. _________________________ ________________________ Company Name Signature of Representative _________________________ ________________________ Address Printed Name and Title _________________________ ________________________ City, State and Zip Code Date

Page 103: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

103

MBE Attachment __-3A MBE SUBCONTRACTOR PROJECT PARTICIPATION CERTIFICATION

PLEASE COMPLETE AND SUBMIT ONE FORM FOR EACH CERTIFIED MBE FIRM LISTED ON THE MBE PARTICIPATION SCHEDULE (ATTACHMENT __-1A) WITHIN 10 WORKING DAYS OF NOTIFICATION OF APPARENT AWARD. IF THE BIDDER/OFFEROR FAILS TO RETURN THIS AFFIDAVIT WITHIN THE REQUIRED TIME, THE PROCUREMENT OFFICER MAY DETERMINE THAT THE BIDDER/OFFEROR IS NOT RESPONSIBLE AND THEREFORE NOT ELIGIBLE FOR CONTRACT AWARD. Provided that _________________________________________________ (Prime Contractor’s Name) is awarded the State contract in conjunction with Solicitation No. _______________________, such Prime Contractor intends to enter into a subcontract with ____________________(Subcontractor’s Name) committing to participation by the MBE firm ___________________ (MBE Name) with MDOT Certification Number _______________ which will receive at least $___________ which equals to___% of the Total Contract Amount for performing the following products/services for the Contract:

NAICS CODE WORK ITEM, SPECIFICATION NUMBER, LINE ITEMS OR WORK CATEGORIES (IF APPLICABLE)

DESCRIPTION OF SPECIFIC PRODUCTS AND/OR SERVICES

Each of the Contractor and Subcontractor acknowledges that, for purposes of determining the accuracy of the information provided herein, the Procurement Officer may request additional information, including, without limitation, copies of the subcontract agreements and quotes. Each of the Contractor and Subcontractor solemnly affirms under the penalties of perjury that: (i) the information provided in this MBE Subcontractor Project Participation Affidavit is true to the best of its knowledge, information and belief, and (ii) has fully complied with the State Minority Business Enterprise law, State Finance and Procurement Article §14-308(a)(2), Annotated Code of Maryland which provides that, except as otherwise provided by law, a contractor may not identify a certified minority business enterprise in a Bid/Proposal and:

(1) fail to request, receive, or otherwise obtain authorization from the certified minority business enterprise to identify the certified Minority Business Enterprise in its Bid/Proposal;

(2) fail to notify the certified Minority Business Enterprise before execution of the Contract of its inclusion of the Bid/Proposal; (3) fail to use the certified Minority Business Enterprise in the performance of the Contract; or (4) pay the certified Minority Business Enterprise solely for the use of its name in the Bid/Proposal.

PRIME CONTRACTOR Signature of Representative: __________________________________ Printed Name and Title:_______________ __________________________________ Firm’s Name: _______________________ Federal Identification Number: __________ Address: ___________________________ __________________________________ Telephone: _________________________ Date: _____________________________

SUBCONTRACTOR Signature of Representative: ___________________________________ Printed Name and Title:________________ ___________________________________ Firm’s Name: ________________________ Federal Identification Number: __________ Address: ___________________________ ___________________________________ Telephone: _________________________ Date: ______________________________

Page 104: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

104

MBE Attachment __-3B MBE PRIME - PROJECT PARTICIPATION CERTIFICATION

PLEASE COMPLETE AND SUBMIT THIS FORM TO ATTEST EACH SPECIFIC ITEM OF WORK THAT YOUR MBE FIRM HAS LISTED ON THE MBE PARTICIPATION SCHEDULE (ATTACHMENT __-1A) FOR PURPOSES OF MEETING THE MBE PARTICIPATION GOALS. THIS FORM MUST BE SUBMITTED WITHIN 10 WORKING DAYS OF NOTIFICATION OF APPARENT AWARD. IF THE BIDDER/OFFEROR FAILS TO RETURN THIS AFFIDAVIT WITHIN THE REQUIRED TIME, THE PROCUREMENT OFFICER MAY DETERMINE THAT THE BIDDER/OFFEROR IS NOT RESPONSIBLE AND THEREFORE NOT ELIGIBLE FOR CONTRACT AWARD. Provided that _________________________________________________ (Prime Contractor’s Name) with Certification Number ___________ is awarded the State contract in conjunction with Solicitation No. _______________________, such MBE Prime Contractor intends to perform with its own forces at least $___________ which equals to___% of the Total Contract Amount for performing the following products/services for the Contract:

NAICS CODE WORK ITEM, SPECIFICATION NUMBER, LINE ITEMS OR WORK CATEGORIES (IF APPLICABLE). FOR CONSTRUCTION PROJECTS, GENERAL CONDITIONS MUST BE LISTED SEPARATELY.

DESCRIPTION OF SPECIFIC PRODUCTS AND/OR SERVICES

VALUE OF THE WORK

MBE PRIME CONTRACTOR Signature of Representative: __________________________________ Printed Name and Title:_______________ __________________________________ Firm’s Name: _______________________ Federal Identification Number: __________ Address: ___________________________ __________________________________ Telephone: _________________________ Date: _____________________________

Page 105: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

105

MBE Attachment __-4A (Department)

Minority Business Enterprise Participation Prime Contractor Paid/Unpaid MBE Invoice Report

If more than one MBE subcontractor is used for this contract, you must use separate __-4A forms for each subcontractor. Information regarding payments that the MBE prime will use for purposes of meeting the MBE participation goals must be reported

separately in Attachment __-4B Return one copy (hard or electronic) of this form to the following addresses (electronic copy with signature and date is

preferred): Signature:________________________________________________ Date:_____________________ (Required) Print Name: Title:

Report #: ________ Reporting Period (Month/Year): _____________ Prime Contractor: Report is due to the MBE Liaison by the 10th of the month following the month the services were provided. Note: Please number reports in sequence

Contract #: __________________________________ Contracting Unit: ______________________________ Contract Amount: ______________________________ MBE Subcontract Amt: __________________________ Project Begin Date: _____________________________ Project End Date: _______________________________ Services Provided: ______________________________

Prime Contractor:

Contact Person:

Address: City:

State:

ZIP:

Phone:

Fax: E-mail:

MBE Subcontractor Name:

Contact Person:

Phone:

Fax:

Subcontractor Services Provided: List all payments made to MBE subcontractor named above during this reporting period: Invoice# Amount 1. 2. 3. 4. Total Dollars Paid: $____________________________

List dates and amounts of any outstanding invoices: Invoice # Amount 1. 2. 3. 4. Total Dollars Unpaid: $__________________________

Regina Spencer University of Maryland, Baltimore Strategic Sourcing and Acquisition Services 220 Arch Street, Rm. 02-100 Baltimore, MD 21201 Phone: 410.706.8304 Fax: 410.706.8577 eMail: [email protected]

Page 106: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

106

Sample MBE ATTACHMENT D-5

Minority Business Enterprise Participation

Subcontractor Paid/Unpaid MBE Invoice Report

Report#: ____ Reporting Period (Month/Year): ________________ Report is due by the 10th of the month following the month the services were performed.

Contract # Contracting Unit: MBE Subcontract Amount: Project Begin Date: Project End Date: Services Provided:

MBE Subcontractor Name: MDOT Certification #: Contact Person: E-mail: Address: City:

State:

ZIP:

Phone:

Fax:

Subcontractor Services Provided: List all payments received from Prime Contractor during reporting period indicated above. Invoice Amt Date 1. 2. 3. Total Dollars Paid: $_________________________

List dates and amounts of any unpaid invoices over 30 days old. Invoice Amt Date 1. 2. 3. Total Dollars Unpaid: $_________________________

Prime Contractor: Contact Person:

**Return one copy of this form to the following address (electronic copy with signature & date is preferred): Signature:________________________________________________ Date:_____________________ (Required) Print Name: Title:

Regina Spencer University of Maryland, Baltimore Strategic Sourcing and Acquisition Services 220 Arch Street, Rm. 02-100 Baltimore, MD 21201 Phone: 410.706.8304 Fax: 410.706.8577 eMail: [email protected]

This form must be completed monthly by all MBE subcontractors.

Page 107: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

107

MBE Attachment __-4B (Department)

Minority Business Enterprise Participation MBE Prime Contractor Report

Invoice Number Value of the

Work NAICS Code Description of the Work

Return one copy (hard or electronic) of this form to the following addresses (electronic copy with signature and date is preferred): Signature: ________________________________________________ Date:_____________________ (Required) Print Name: ___________________________________________ Title: _____________________

MBE Prime Contractor: Certification Number: Report #: ________ Reporting Period (Month/Year): _____________ MBE Prime Contractor: Report is due to the MBE Liaison by the __ of the month following the month the services were provided. Note: Please number reports in sequence

Contract #: __________________________________ Contracting Unit: ______________________________ Contract Amount: ______________________________ Total Value of the Work to the Self-Performed for purposes of Meeting the MBE participation goal/subgoals: __________________________ Project Begin Date: _____________________________ Project End Date: _______________________________

Contact Person: Address: City:

State:

ZIP:

Phone:

Fax: E-mail:

Regina Spencer University of Maryland, Baltimore Strategic Sourcing and Acquisition Services 220 Arch Street, Rm. 02-100 Baltimore, MD 21201 Phone: 410.706.8304 Fax: 410.706.8577 eMail: [email protected]

Page 108: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

108

MBE ATTACHMENT __-5 Minority Business Enterprise Participation

Subcontractor Paid/Unpaid MBE Invoice Report

Return one copy (hard or electronic) of this form to the following addresses (electronic copy with signature and date is preferred):

Signature:________________________________________________

Date:_____________________ (Required) Print Name: Title:

Report#: ____ Reporting Period (Month/Year): ________________ Report is due by the ___ of the month following the month the services were performed.

Contract # Contracting Unit: MBE Subcontract Amount: Project Begin Date: Project End Date: Services Provided:

MBE Subcontractor Name: MDOT Certification #: Contact Person: E-mail: Address: City:

State:

ZIP:

Phone:

Fax:

Subcontractor Services Provided: List all payments received from Prime Contractor during reporting period indicated above. Invoice Amt Date 1. 2. 3. Total Dollars Paid: $_________________________

List dates and amounts of any unpaid invoices over 30 days old. Invoice Amt Date 1. 2. 3. Total Dollars Unpaid: $_________________________

Prime Contractor: Contact Person:

Regina Spencer University of Maryland, Baltimore Strategic Sourcing and Acquisition Services 220 Arch Street, Rm. 02-100 Baltimore, MD 21201 Phone: 410.706.8304 Fax: 410.706.8577 eMail: [email protected]

Page 109: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

109

MBE Attachment G

Liquidated Damages Provisions for Non-Construction Contracts Containing MBE Participation Goals This contract requires the contractor to make good faith efforts to comply with the Minority Business Enterprise (“MBE”) Program and contract provisions. The State and the Contractor acknowledge and agree that the State will incur damages, including but not limited to loss of goodwill, detrimental impact on economic development, and diversion of internal staff resources, if the Contractor does not make good faith efforts to comply with the requirements of the MBE Program and MBE contract provisions. The parties further acknowledge and agree that the damages the State might reasonably be anticipated to accrue as a result of such lack of compliance are difficult to ascertain with precision. Therefore, upon a determination by the State that the Contractor failed to make good faith efforts to comply with one or more of the specified MBE Program requirements or contract provisions, the Contractor agrees to pay liquidated damages to the State at the rates set forth below. The Contractor expressly agrees that the State may withhold payment on any invoices as a set-off against liquidated damages owed. The Contractor further agrees that for each specified violation, the agreed upon liquidated damages are reasonably proximate to the loss the State is anticipated to incur as a result of such violation. a. Failure to submit each monthly payment report in full compliance with COMAR 21.11.03.13B (3): $30.59

per day until the monthly report is submitted as required. b. Failure to include in its agreements with MBE subcontractors a provision requiring submission of payment

reports in full compliance with COMAR 21.11.03.13B (4): $ 107.07 per MBE subcontractor. c. Failure to comply with COMAR 21.11.03.12 in terminating, canceling, or changing the scope of

work/value of a contract with an MBE subcontractor and/or amendment of the MBE participation schedule: the difference between the dollar value of the MBE participation commitment on the MBE participation schedule for that specific MBE firm and the dollar value of the work performed by that MBE firm for the contract.

d. Failure to meet the Contractor’s total MBE participation goal and subgoal commitments: the difference

between the dollar value of the total MBE participation commitment on the MBE participation schedule and the MBE participation actually achieved.

e. Failure to promptly pay all undisputed amounts to an MBE subcontractor in full compliance with the

prompt payment provisions of this contract: $100.00 per day until the undisputed amount due to the MBE subcontractor is paid.

Notwithstanding the use of liquidated damages, the State reserves the right to terminate the contract and exercise all other rights and remedies provided in the contract or by law.”

Page 110: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

110

RFP 88827QF APPENDIX A

Affidavit of Agreement

Maryland Living Wage Requirements-Service Contracts Contract No.

Name of Contractor

Address

City State Zip Code

If the Contract is Exempt from the Living Wage Law The Undersigned, being an authorized representative of the above named Contractor, hereby affirms that the Contract is exempt from Maryland’s Living Wage Law for the following reasons: (check all that apply)

Bidder/Offeror is a nonprofit organization Bidder/Offeror is a public service company Bidder/Offeror employs 10 or fewer employees and the proposed contract

value is less than $500,000 Bidder/Offeror employs more than 10 employees and the proposed contract value is less than $100,000

If the Contract is a Living Wage Contract

A. The Undersigned, being an authorized representative of the above named Contractor, hereby affirms our commitment to comply with Title 18, State Finance and Procurement Article, Annotated Code of Maryland and, if required, to submit all payroll reports to the Commissioner of Labor and Industry with regard to the above stated contract. The Bidder/Offeror agrees to pay covered employees who are subject to living wage at least the living wage rate in effect at the time service is provided for hours spent on State contract activities, and to ensure that its Subcontractors who are not exempt also pay the required living wage rate to their covered employees who are subject to the living wage for hours spent on a State contract for services. The Contractor agrees to comply with, and ensure its Subcontractors comply with, the rate requirements during the initial term of the contract and all subsequent renewal periods, including any increases in the wage rate established by the Commissioner of Labor and Industry, automatically upon the effective date of the revised wage rate.

Page 111: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

111

AffidavitofAgreementMarylandLivingWageRequirements‐ServiceContracts

B. (initial here if applicable) The Bidder/Offeror affirms it has no covered employees for the following reasons: (check all that apply)

All employee(s) proposed to work on the State contract will spend less than one-half of the employee’s time during every work week on the State contract;

All employee(s) proposed to work on the State contract will be 17 years of age or younger during the duration of the State contract; or

All employee(s) proposed to work on the State contract will work less than 13 consecutive weeks on the State contract.

The Commissioner of Labor and Industry reserves the right to request payroll records and other data that the Commissioner deems sufficient to confirm these affirmations at any time.

Name of Authorized Representative:

Signature of Authorized Representative Date

Title

Witness Name (Typed or Printed)

Witness Signature Date

Page 112: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

112

APPENDIX A

RFP No.: 88827QF TECHNICAL PROPOSAL DUE: at 2:00 PM

RFP FOR: PARKING MANAGEMENT CONTRACT

NAME OF PROPOSER:

ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA The undersigned, hereby acknowledges the receipt of the following addenda:

Addendum No. dated

Addendum No. dated

Addendum No. dated

Addendum No. dated

Addendum No. dated

Addendum No. dated

Addendum No. dated

As stated in the RFP documents, this form is included in our Technical Proposal. Signature

Printed Name

Title

Date

END OF FORM

Page 113: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

113

APPENDIX A

PROPOSAL NO.: RFP 88827QF TECHNCAL PROPOSAL DUE DATE:

at 2:00 PM

PROPOSAL FOR: PARKING MANAGEMENT CONTRACT PROPOSER:

Federal Identification Number/Social Security Number:_______________________

TRANSMITTAL LETTER FOR TECHNICAL PROPOSAL

DATE

Strategic Sourcing and Acquisition Services University of Maryland Baltimore Saratoga Street Offices 220 Arch Street, Room 02-100 Baltimore, MD 21201-1531

Dear :

The undersigned hereby submits the Technical Proposal as set forth in RFP# 88827QF dated and contains the following documents:

1. One original, plus seven (7) copies (total of 8 sets) Technical Proposals submitted.

2. Provide evidence of three (3) years’ experience in parking management services and certify adequate resources.

3. Approach to Contract/Written Plan to provide the requested Services:

4. Complete the "Staffing Form" - (Appendix B)

5. Complete the "Key Personnel Form" for the Resident Manager - (Appendix B)

5.1 Complete the "Attachment" Form for the Resident Manager - (Appendix B)

6. Complete the "Firm Experience Form" for three (3) contracts currently being managed and operated by your firm - (Appendix B)

7. Complete the "Company Profile Form" - (Appendix B)

8. Complete the "Annual Sales Form" - (Appendix B)

9. Provide information regarding Economic Benefit/Impact.

Page 114: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

114

10. Provide a letter from your Insurance Agent or Broker stating that your firm will provide all the required insurance described in this RFP if awarded this contract.

11. Provide a copy of Proposer's License to do Business.

12. Complete the Bid Proposal Affidavit - (Appendix B).

13. Complete and enclose the "Acknowledgement of Receipt of Addenda Form" if any addenda are issued. - (Appendix B).

14. Provide a Line Schedule for one calendar week of the UMB parking operation (please take into account sporting events and Hippodrome coverage).

15. Provide a Sample of the reports generated from any proposed time and attendance systems.

16. Provide a Sample of Training Materials.

17. Complete and enclose the required Minority Business Enterprise forms.

______ 18. Complete the “Certification Regarding Investment Activities Iran”- (Appendix B)

(Witness) _____________________________________ (Signature)

(Print Name)

(Title)

(Date)

Page 115: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

115

APPENDIX B PRICE PROPOSAL FORMS

Price Proposal Form Proposal Bid Bond Form

Page 116: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

116

APPENDIX B PROPOSAL NO.: 88827QF PRICE PROPOSAL DUE DATE: PROPOSAL FOR: PARKING MANAGEMENT CONTRACT

PROPOSER:

Federal Identification Number/Social Security Number:

PRICE PROPOSAL DATE

University of Maryland Baltimore Saratoga Street Offices 220 Arch Street, Room 02-100 Baltimore, MD 21201-1531

Dear :

The undersigned hereby submits the Price Proposal as set forth in RFP # 88827QF dated and the following subsequent addenda:

Addendum dated Addendum dated Addendum dated Addendum dated Addendum dated Addendum dated

Having received clarification on all matters upon which any doubt arose, the undersigned proposes to complete the work as described in this RFP and subsequent Addenda as noted above. By signing and submitting this response, undersigned hereby agrees to all the terms and conditions of this RFP including any issued addenda.

Complete Pricing Attachment on the next page.

Page 117: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

119

PRICE ATTACHMENT

Initial Year:

FIXED FEE:

SALARIED EMPLOYEES:

Resident Manager:

Payroll Taxes:

Fringe Benefits:

Workers Comp:

TOTAL:

Asst. Resident Manager:

Payroll Taxes:

Fringe Benefits:

Workers Comp:

TOTAL:

Facility/Site Managers: (8)

Payroll Taxes:

Fringe Benefits:

Workers Comp:

TOTAL:

Page 118: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

120

Initial Year: INSURANCE:

Garage Keepers Legal Liability:

Garage Liability:

Employee Bonding:

Umbrella:

Performance:

TOTAL:

OTHER COST:

Uniforms:

Time/Attendance System:

Vehicle Asst. Service:

Off-Site Supplies:

Off-Site Telephone:

Hiring & Administration of Personnel:

On-Site Supplies:

On-Site Telephone:

Off-Site Management:

Proposal & Performance Bonds:

OVERHEAD/PROFIT:

TOTAL FIXED FEE:

Page 119: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

121

REIMBURSABLE FEE:

Initial Year: Hourly Rate Annual Rate

Facilities Attendant: (33,397 hours) x Facilities Attendant Benefits: (33,397 hrs) x TOTAL HOURLY RATE: Attendants/Cashiers: (68,000 hours) x Attendants/Cashiers Benefits: (68,000 hours) x

TOTAL HOURLY RATE: Secretarial/ Clerical: (2,080 hours) x Secretarial/Clerical Benefits: (2,080 hours) x

TOTAL HOURLY RATE: Greeter: (2340 hours) x Greeter Benefits: (2340 hours) x TOTAL HOURLY RATE: Customer Service Rep: (0 hours) x Customer Service Rep Benefits: (0 hours) x

TOTAL HOURLY RATE: Maintenance Staff: (6,240 hours) x Maintenance Staff: (6,240 hours) x TOTAL HOURLY RATE: TOTAL PAYROLL: TOTAL REIMBURSABLE FEE: YEARLY TOTAL: (Sum of the total Fixed Fee & the total Reimbursable Fee)

------

Page 120: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

122

We understand that by submitting a proposal we are agreeing to all of the terms and conditions included in the RFP documents.

We understand that the evaluation and subsequent final ranking of proposals will be in accordance to Section 00400 of the original RFP documents. We understand that technical weighs greater than cost.

We understand that the University reserves the right to award a contract (or contracts) for all items, or any parts thereof, as set forth in detail under the information furnished in the RFP document.

We further confirm that the Resident Manager named within our Technical Proposal will be assigned to the University for the duration of this contract.

(Signatures should be placed on following page.)

Page 121: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

123

The offeror represents, and it is a condition precedent to acceptance of this proposal, that the offeror has not been a party to any agreement to submit a fixed or uniform price. Sign where applicable below.

A. INDIVIDUAL PRINCIPAL

In Presence of Witness:

FIRM NAME

ADDRESS

TELEPHONE NO.

SIGNED

Printed Name

Title:

B. CO-PARTNERSHIP PRINCIPAL (Name of Co - Partnership)

ADDRESS

In Presence of Witness: TELEPHONE NO.

as to BY (Partner)

Printed Name:

as to BY (Partner)

Printed Name:

as to BY (Partner)

Printed Name:

Page 122: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

124

C. CORPORATE PRINCIPAL

(Name of Corporation)

ADDRESS

TELEPHONE NO. Attest:

[Printed Name of Corporate (or Assistant Corporate) Secretary]

[Corporate (or Assistant Corporate) Secretary Signature for Identification]

BY:

Signature of Officer

Printed Name

Title

Page 123: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

125

RFP 88827QF

APPENDIX B Proposal BOND

Bond No.

KNOW ALL MEN BY THESE PRESENTS, that we, as Principal, hereinafter called the Principal, and a corporation duly organized under the laws of the state of as Surety, hereinafter called the Surety, are held and firmly bound unto the State of Maryland, hereinafter called “State”, for the sum of ($ ), for the payment of which sum, the said Principal and the said Surety bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.

WHEREAS, the Principal has submitted a bid for.

NOW, THEREFORE, if the Principal, upon acceptance by the State of its bid identified above, within the period specified herein for acceptance (one hundred and twenty (120) days, if no period is specified), shall execute such further contractual documents, if any, and give such bond (s) as may be required by the terms of the bid as accepted within the time specified (ten (10) days if no period is specified) after receipt of the forms, or in the event of failure so to execute such further contractual documents and give such bonds, if the Principal shall pay the State for any cost of procuring the work which exceeds the amount of its bid, then the above obligation shall be void and of no effect.

The Surety executing this instrument hereby agrees that its obligation shall not be impaired by any extension(s) of the time for acceptance of the bid that the Principal may grant to the State, notice of which extension(s) to the Survey being hereby waived; provided that such waiver of notice shall apply only with respect to extensions aggregating not more than one hundred and twenty (120) calendar days in addition to the period originally allowed for acceptance of the bid.

In Presence of Witness Individual Principal .................................................................................................as to ................................................................................................. (SEAL)

In Presence of Witness Co-Partnership Principal ...................................................................................................(SEAL)

(Name of Co-Partnership) ................................................................................................as to By: ............................................................................................(SEAL)

...............................................................................................as to ...................................................................................................(SEAL)

...............................................................................................as to ...................................................................................................(SEAL)

Corporate Principal ................................................................................................................ Attest: (Name of Corporation) AFFIX ...................................................................................................... By: ...................................................................................CORPORATE

Corporate Secretary President SEAL

................................................................................................................ (Surety)

AFFIX

Attest: CORPORATE SEAL

...................................................................................................... Title: ....................................................................................................... Signature Bonding Agent’s Name: ............................................................. ................................................................................................................

(Business Address of Surety) Agent’s Address .......................................................................... Approved as to legal form and sufficiency this .............day of ...................................................................... 20.......... .................................................................................................................. Asst. Attorney General

END OF FORM

Page 124: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

126

APPENDIX C

CONTRACT FORMS

UM Service Contract Contract Affidavit Performance Bond

Page 125: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

127

APPENDIX C

SERVICE CONTRACT

Contract No. 88827QF

University of Maryland, Baltimore This Contract is entered into between (hereinafter referred to as Contractor) and the University of Maryland, Baltimore (hereinafter referred to as the University or UMB).

1. SCOPE: To provide parking services for the University as per the terms of this document, those of RFP , Appendices A through G, all addenda, and Contractor’s reply to the same dated . In the event of any conflict, University terms and conditions shall prevail.

2. TERM: The term of this contract is for two (2) years and shall begin on 5/1/2020 and terminate on 4/30/2022

There are four (4) University one-year renewal options.

3. COMPENSATION AND METHOD OF PAYMENT: As compensation for satisfactory performance of the work described herein, the University will pay the Contractor an amount not to exceed .

The Contractor’s Taxpayer Identification Number consisting of the Social Security Number for individuals and sole proprietors or the Federal Employer Identification Number for all other types of organization is: .

The Contractor shall be paid only for items or services that are specifically named in this contract. No additional costs for items or services will be paid by the University without its prior express written consent.

4. INVOICING: Invoices shall be rendered to the satisfaction of the University’s designated representative and shall be payable as provided. The work shall be delivered free from all claims, liens, and charges whatsoever.

5. PAYMENT OF UNIVERSITY OBLIGATIONS: Payments to the Contractor pursuant to this contract shall be made no later than 30 days after the University’s receipt of a proper invoice from the Contractor. Charges for late payment of invoices, other than as prescribed by Title 15, Subtitle 1, of the State Finance and Procurement Article, Annotated Code of Maryland, or by Public Service Commission of Maryland with respect to regulated public utilities, as applicable are prohibited.

6. LIABILITY: All persons furnished by Contractor shall be considered solely its employees or agents and Contractor shall be responsible for payment of all unemployment, social security and other payroll taxes, including contributions from employees when required by law.

Contractor agrees to indemnify and save the University harmless from any claims or demands (including the

Page 126: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

128

costs, expenses, and reasonable attorney’s fees on account thereof) that may be made: (1) by anyone for injuries to persons or damage to property resulting from Contractor’s acts or omissions or those of persons furnished by Contractor or (2) by persons furnished by Contractor or Contractor’s subcontractors under Workmen’s Compensation or similar acts. Contractor also agrees to defend the University at its request, against

any such claim or demand. The University agrees to notify Contractor promptly of any known written claims or demands against the University for which Contractor is responsible hereunder.

The University shall not assume any obligation to defend, indemnify, hold harmless, or pay Attorney’s fees that may arise from or in any way be associated with the performance or operation of this agreement.

Contractor shall maintain, during the term thereof, Workmen’s Compensation Insurance, Public Liability Insurance, and if the use of automobiles is required, Automobile Public Liability Insurance. Contractor shall also require its subcontractors, if any, who may enter upon University premises to maintain such insurance. Contractor and its subcontractors shall furnish the University, when requested, with copies of policies or other satisfactory proof of insurance.

7. COMPLIANCE WITH LAWS: The Contractor hereby represents and warrants that:

A. It is qualified to do business in the State of Maryland and that it will take such action as, from time to time hereafter, may be necessary to remain so qualified;

B. It is not in arrears with respect to the payment of any monies due and owing the State of

Maryland, or any department or unit thereof, including but not limited to the payment of taxes and employee benefits, and that it shall not become so in arrears during the term of this Contract;

C. It shall comply with all Federal, State and local laws, regulations, and ordinances

applicable to its activities and obligations under this Contract; and

D. It shall obtain, at its expense, all licenses, permits, insurance, and governmental approvals, if any, necessary to the performance of its obligations under this Contract.

8. UNIVERSITY WORK RULES: Employees and agents of Contractor and any subcontractors shall while on the premises of the University, comply with all University rules and regulations including, where required by Government Regulations, submission of satisfactory clearance from the U.S. Department of Defense or other Federal Authority concerned.

Contractor shall acquaint itself with conditions governing the delivery, receiving and storage of materials at the work site if applicable to this work, as not to interfere with University operations. Contractor shall not stop, delay or interfere with University work schedule without the prior approval of the University’s specified representative. Contractor shall provide and maintain sufficient covering to protect stock and equipment from the action of its work, if applicable.

9. HARMONY: Contractor shall be entirely responsible for working in harmony with all others on the work

Page 127: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

129

site when Contractor is working on University premises.

10. WARRANTY: Contractor warrants that material and/or services furnished hereunder will be fit for the purposes intended and will be free from defects in material and workmanship where applicable.

11. MODIFICATIONS IN THE WORK: This Contract may be amended with the consent of both parties. Amendments may not change significantly the scope of the Contract.

12. NON-HIRING OF EMPLOYEES: No official or employee of the State of Maryland, as defined under State Government Article, SS 15-102, Annotated Code of Maryland, whose duties as such official or employee include matter relating to or affecting the subject matter of this contract, shall, during the pendancy or term of this contract and while serving as an official or employee of the State become or be an employee of the contractor or any entity that is a subcontractor on this contract.

13. DISPUTES: This contract shall be subject to the USM Procurement Policies and Procedures pending resolution of a claim, the Contractor shall proceed diligently with the performance of the contract in accordance with the procurement officer’s decision.

14. MARYLAND LAW PREVAILS: The laws of the State of Maryland shall govern the interpretation and enforcement of this Contract.

15. NON-DISCRIMINATION IN EMPLOYMENT: the Contractor agrees: (a) not to discriminate in any manner against an employee or applicant for employment because of race, color, religion, creed, age, sex, marital status, national origin, ancestry, or disability of a qualified individual with a disability; (b) to include a provision similar to that contained in subsection (a), above, in any subcontract except a subcontract for standard commercial supplies or raw materials; and (c) to post and to cause subcontractors to post in conspicuous places available to employees and applicants for employment, notices setting forth the substance of this clause.

16. SUSPENSION OF WORK: The procurement officer unilaterally may order the Contractor in writing to suspend, delay or interrupt all or any part of the work for such period of time as he may determine to be appropriate for the convenience of the University.

17. PRE-EXISTING REGULATIONS: In accordance with the provisions of Section 11-206 of the State Finance and Procurement Article, Annotated Code of Maryland, the regulations set forth in USM Procurement Policies and Procedures in effect on the date of execution of this contract are applicable to this contract.

18. DELAYS AND EXTENSIONS OF TIME: The Contractor agrees to perform the work continuously and diligently and no charges or claims for damages shall be made by it for any delays or hindrances from any cause whatsoever, during the progress of any portion of the work specified in this contract.

Time extensions will be granted only for excusable delays that arise from unforeseeable causes beyond the control and without the fault or negligence of the Contractor, including but not restricted to, acts of God, acts of the public enemy, acts of the State of Maryland in either its sovereign or contractual capacity, acts of another contractor in the performance of a contract with the State, fires, floods, epidemics, quarantine restrictions,

Page 128: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

130

strikes, freight embargoes, or delays of subcontractors or suppliers arising from unforeseeable causes beyond the control and without the fault or negligence of either the Contractor or the subcontractors or suppliers.

19. COST AND PRICE CERTIFICATION: A. The Contractor by submitting cost or price information certifies that, to the best of its knowledge, the information submitted is accurate, complete, and current as of a mutually determined specified date prior to the conclusion of any price discussions or negotiations for: (1) A negotiated contract, if the total contract price is expected to exceed $100,000, or a smaller amount set by the procurement officer; or (2) a change order or contract modification expected to exceed $100,000, or smaller amount set by the procurement officer.

B. The price under this contract and any change order or modification hereunder, including profitor fee, shall be adjusted to exclude any significant price increases occurring because the Contractor furnished cost or price information which, as of the date agreed upon between the parties, was inaccurate, incomplete, or not current.

20. TERMINATION FOR DEFAULT: If the Contractor fails to fulfill its obligations under this contract properly and on time, or otherwise violates any provision of the contract, the University may terminate the contract by written notice to the Contractor. The notice shall specify the acts of omissions relied on as cause for termination. All finished or unfinished supplies and services provided by the Contractor, shall at the University’s option, become the University’s property. The University shall pay the Contractor fair and equitable compensation for satisfactory performance prior to receipt of notice of termination, less the amount of damages caused by Contractor’s breach. If the damages are more than the compensation payable to the Contractor, the Contractor will remain liable after termination and the State can affirmatively collect damages. Termination hereunder, including the determination of the rights and obligations of the parties, shall be governed by the provisions of USM Procurement Policies and Procedures.

21. TERMINATION FOR CONVENIENCE: The performance of work under this contract may be terminated by the University in accordance with this clause in whole, or from time to time in part, whenever the University shall determine that such termination is in the best interest of the University. The University will pay all reasonable costs associated with this contract that the Contractor has incurred up to the date of termination and all reasonable costs associated with termination of the Contract. However, the Contractor shall not be reimbursed for any anticipatory profits which have not been earned up to the date of termination. Termination hereunder, including the determination of the rights and obligations of the parties, shall be governed by the provisions of the USM Procurement Policies and Procedures.

22. FINANCIAL DISCLOSURE: The Contractor shall comply with the provisions of Section 13-221 of the State Finance and Procurement Article of the Annotated Code of Maryland, which requires that every business that enters into contracts, leases or other agreements with the State of Maryland or its agencies during a calendar year under which the business is to receive in the aggregate $100,000 or more, shall within 30 days of the time when the aggregate value of these contracts, leases or other agreements reaches $100,000, file with the Secretary of the State of Maryland certain specified information to include disclosure of beneficial ownership of the businesses.

23. POLITICAL CONTRIBUTION DISCLOSURE: Contractor shall comply with, and require its officers,

Page 129: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

131

directors, and partners to comply with, the provisions of Election Law Article, Annotated Code of Maryland, Sections 14-101 through 14-108, which requires that every person doing public business (as there defined), and every individual whose contributions are attributable to the person entering into such an agreement, during a calendar year in which the person receives cumulative consideration of $100,000 or more from public business, shall file with the State Administrative Board of Election Laws a statement disclosing contributions in excess of $500 made during the reporting period to a candidate for elective office in any primary or general election. The statement shall be filed with the State Administrative Board of Election Laws: (1) before a purchase or execution of a lease or contract by the State, a county, an incorporated municipality, or their agencies, and shall cover the preceding two calendar years; and (2) if the contribution is made after the execution of a lease or contract, then twice a year, throughout the lease or contract term on (a) February 5, to cover the 6-month period ending January 31; and (b) August 5, to cover the 6-month period ending July 31.

24. CONTINGENT FEE PROHIBITION: The Contractor, architect, or engineer (as applicable) warrants that it has not employed or retained any person, partnership, corporation, or other entity, other than a bona fide employee or agent working for the Contractor, architect or engineer, to solicit or secure this agreement, and that

it has not paid or agreed to pay any person, partnership, corporation, or other entity, other than a bona fide employee or agent, any fee or any other consideration contingent on the making of this agreement.

25. RETENTION OF RECORDS: The Contractor shall retain and maintain all records and documents relating to this Contract for three years after final payment by the University hereunder or any applicable statute of limitations, whichever is longer, and shall make them available for inspection and audit by authorized representatives of the University, including the procurement officer or designee, at all reasonable times.

26. MULTI-YEAR CONTRACTS CONTINGENT UPON APPROPRIATIONS: If the General Assembly fails to appropriate funds or if funds are not otherwise made available for continued performance for any fiscal period of this Contract succeeding the first fiscal period, this Contract shall be cancelled automatically as of the beginning of the fiscal year for which funds were not appropriated or otherwise made available; provided, however, that this will not affect either the University’s rights or the Contractor’s rights under any termination clause in this Contract. The effect of termination of the Contract hereunder will be to discharge both the Contractor and the University from future performance of the Contract, but not from their rights and obligations existing at the time of termination. The Contractor shall be reimbursed for the reasonable value of any nonrecurring costs incurred but not amortized in the price of the Contract. The University shall notify the Contractor as soon as it has knowledge that funds may not be available for the continuation of this Contract for each succeeding fiscal period beyond the first.

27. LIQUIDATED DAMAGES: Time is an essential element of the Contract and it is important that the work be vigorously prosecuted until completion. For each day that any work shall remain uncompleted beyond the time(s) specified elsewhere in the contract, the Contractor shall be liable for liquidated damages in the amount(s) provided for in the solicitation, provided, however, that the due account shall be taken of any adjustment of the specified completion time(s) for completion of work as granted by approved change orders.

28. VARIATIONS IN ESTIMATED QUANTITIES: Where the quantity of a pay item in this Contract is an estimated quantity and where the actual quantity of such pay item varies more than twenty-five percent (25%) above or below the estimated quantity stated in this Contract, an equitable adjustment in the Contract price shall

Page 130: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

132

be made upon demand of either party. The equitable adjustment shall be based upon any increase or decrease in costs due solely to the variation above one hundred twenty-five percent (125%) or below seventy-five percent (75%) of the estimated quantity. If the quantity variation is such as to cause an increase in the time necessary for completion, the procurement officer shall, upon receipt of a written request for an extension of time within ten (10) days from the beginning of the delay, or within a further period of time which may be granted by the procurement officer before the final settlement of the Contract, ascertain the facts and make adjustment for extending the completion date as in his judgment the findings justify.

29. TRUTH-IN-NEGOTIATION CERTIFICATION: (Mandatory for architectural services or engineering services contracts over $100,000.) The Contractor by submitting cost or price information, including wage rates or other factual unit costs, certifies to the best of its knowledge, information and belief, that: A. The wage rates and other factual unit cost supporting the firm’s compensation, as set forth in the proposal, are accurate, complete and current as of the contract date;

B. If any of the items of compensation were increased due to the furnishing of inaccurate, incomplete or non-current wages or other units of cost, the State is entitled to an adjustment in all appropriate items of compensation, including profit or fee, to exclude any significant sum by which the price was increased because of the defective data. The University’s right to adjustment includes the right to a price adjustment for defects in costs or pricing data submitted by a prospective or actual subcontractor; and

C. If additions are made to the original price of the Contract, such additions may be adjusted to include any significant sums where it is determined the price has been increased due to inaccurate, incomplete or non-current wage rates and other factual costs.

30. ETHICS: The vendor is responsible to assure compliance with the Maryland Public Ethics Law, Title 15, State Government Article, Annotated Code of Maryland. In the event a violation of the Ethics Law occurs in connection with the Vendor’s response of this solicitation or a resulting contract award to the vendor, the University reserves the right to (1) reject the Vendor’s bid or proposal or (2) declare an event of default under the contract.

31. RIGHTS IN INVENTIONS: For the consideration payable under this Contract, Contractor agrees to report any invention arising out of the Work required by this Contract to University of Maryland, Baltimore. University of Maryland, Baltimore shall have sole right and authority to seek statutory patent protection under United States and foreign patent laws and to enjoy the benefits of ownership of the invention, whether or not the invention was required of the Vendor as part of the performance of Work. Contractor hereby assigns all right, title and interest in and to inventions made in the course of the Work to University of Maryland, Baltimore and agrees to execute and deliver all documents and do any and all things necessary and proper to effect such assignment.

32. COPYRIGHTS: For the consideration payable under this Contract, the work product required by this Contract shall be considered a work made for hire within the meaning of that term under the copyright laws of the United States, applicable common law and corresponding laws of other countries. University of Maryland, Baltimore shall have sole right and authority to seek statutory copyright protection and to enjoy the benefits of ownership of the work. The party performing the work hereby assigns all right, title and interest in and to the

Page 131: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

133

work to the University of Maryland, Baltimore.

33. CONTRACT AFFIDAVIT: The attached Contract Affidavit must be executed by an authorized representative of the Contractor and is incorporated by reference into this Contract.

34. SPECIFICATIONS: All materials, equipment, supplies or services shall conform to federal and State laws and regulations and to the specifications contained in the solicitation.

35. TAX EXEMPTION: UMB is generally exempt from federal excise taxes, Maryland sales and use taxes, District of Columbia sales taxes, and transportation taxes. Exemption certificates shall be completed upon request. Where a contractor is required to furnish and install material in the construction or improvement of real property in performance of a contract, the Contractor shall pay the Maryland Sales Tax and the exemption does not apply.

36. ANTI-BRIBERY: The Contractor warrants that neither it nor any of its officers, directors or partners, nor any employees who are directly involved in obtaining or performing contracts with any public body has been convicted of bribery, attempted bribery, or conspiracy to bribe, under the laws of any state or of the federal government or has engaged in conduct since July 1, 1997, which would constitute bribery, attempted bribery or conspiracy to bribe under the laws of any state or the federal government.

37. EPA: Materials, supplies, equipment, or services shall comply in all respects with the Federal Noise Control Act of 1972, where applicable.

38. OSHA; MSDS: All materials, supplies, equipment, or services supplied as a result of this Contract shall comply with the applicable U.S. and Maryland Occupational Safety and Health Act Standards. Pursuant to 29 CFR part 1910, where applicable, an MSDS for the products supplied or used in carrying out this Contract must be sent to:

University of Maryland, Baltimore Assoc. Director for EHS 714 West Lombard Street Baltimore, MD 21201-1010

39. INTELLECTUAL PROPERTY: Contractor agrees to defend upon request and indemnify and save harmless UMB, its officers, agents and employees with respect to any claim, action, cost or judgment for patent infringement, or trademark or copyright violation arising out of purchase or use of materials, supplies, equipment or services covered by this Contract.

40. DRUG AND ALCOHOL FREE WORKPLACE: The Contractor warrants that the Contractor shall comply with COMAR 21.11.08 Drug and Alcohol Free Workplace, and that the Contractor shall remain in compliance throughout the term of this Contract.

41. MANDATED CONTRACTOR REPORTING OF SUSPECTED CHILD ABUSE & NEGLECT: The University of Maryland, Baltimore (UMB) and the University System of Maryland (USM) are committed to protecting the safety and welfare of children who come into contact with the UMB community. Maryland law

Page 132: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

134

contains mandatory reporting requirements for all individuals who suspect child abuse or neglect. See Maryland Code Annotated, Family Law Article, Sections 5-701 through 5-708. A copy of the above-referenced USM/UMB Policy and Procedures are available at: http://www.umaryland.edu/offices/accountability/child_abuse/ The Policy and Procedures are incorporated herein.

Contractors performing work on campus also must comply with USM Board of Regents (BOR) VI-1.50 – Policy on the Reporting of Suspected Child Abuse and Neglect, as well as the UMB Procedures for Reporting Suspected Child Abuse and Neglect. Specifically, contractors performing work on campus must report suspected child abuse or neglect orally or in writing to: (a) the local department of social services or law enforcement agency; and (b) the University President’s Designee (i.e. the UMB Chief Accountability Officer), if the suspected child abuse or neglect: (i) took place in UMB facilities or on UMB property; (ii) was committed by a current or former employee or volunteer of the USM; (iii) occurred in connection with a UMB sponsored, recognized or approved program, visit, activity, or camp, regardless of location; or (iv) took place while the victim was a registered student at UMB.

UMB reserves the right to terminate this contract if Contractor fails to comply with the above-referenced policy or procedures, or if, in the judgment of UMB, termination is necessary to protect the safety and welfare of children who come into contact with the UMB community.

42. ENTIRE CONTRACT: This Contract represents, in its entirety, the mutual understanding of the parties. This Contract supersedes any and all prior understandings and agreements, either written or oral, between the Agency and Contractor. No subsequent agreements or modifications hereof, whether expressed or implied, shall bind the parties unless the same be in writing and signed by the parties.

Contract No. 88827QF AGREED TO: AGREED TO:

University of Maryland, Baltimore (Company)

Signature Signature

Title Title

Date Date

Page 133: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

135

RFP 88827QF

APPENDIX C

CONTRACT AFFIDAVIT

A. AUTHORITY

I HEREBY AFFIRM THAT:

I, (print name) possess the legal authority to make this Affidavit.

B. CERTIFICATION OF REGISTRATION OR QUALIFICATION WITH THE STATE DEPARTMENT OF ASSESSMENTS AND TAXATION

I FURTHER AFFIRM THAT:

The business named above is a (check applicable items):

(1) Corporation — domestic or foreign;

(2) Limited Liability Company — domestic or foreign;

(3) Partnership — domestic or foreign;

(4) Statutory Trust — domestic or foreign;

(5) Sole Proprietorship

and is registered or qualified as required under Maryland Law.

I further affirm that the above business is in good standing both in Maryland and (IF APPLICABLE) in the jurisdiction where it is presently organized, and has filed all of its annual reports, together with filing fees, with the Maryland State Department of Assessments and Taxation. The name and address of its resident agent (IF APPLICABLE) filed with the State Department of Assessments and Taxation is:

Name and Department ID

Number: Address:

and that if it does business under a trade name, it has filed a certificate with the State Department of Assessments and Taxation that correctly identifies that true name and address of the principal or owner as:

Name and Department ID Number:

Address: .

Page 134: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

136

C. FINANCIAL DISCLOSURE

AFFIRMATION I FURTHER AFFIRM THAT:

I am aware of, and the above business will comply with, the provisions of State Finance and Procurement Article, §13-221, Annotated Code of Maryland, which require that every business that enters into contracts, leases, or other agreements with the State of Maryland or its agencies during a calendar year under which the business is to receive in the aggregate $100,000 or more shall, within 30 days of

the time when the aggregate value of the contracts, leases, or other agreements reaches $100,000, file with the Secretary of State of Maryland certain specified information to include disclosure of beneficial ownership of the business.

D. POLITICAL CONTRIBUTION DISCLOSURE AFFIRMATION

I FURTHER AFFIRM THAT:

I am aware of, and the above business will comply with, Election Law Article, §§14-101—14-108, Annotated Code of Maryland, which requires that every person that enters into contracts, leases, or other agreements with the State of Maryland, including its agencies or a political subdivision of the State, during a calendar year in which the person receives in the aggregate $100,000 or more shall file with the State Board of Elections a statement disclosing contributions in excess of $500 made during the reporting period to a candidate for elective office in any primary or general election.

E. DRUG AND ALCOHOL FREE WORKPLACE

(Applicable to all contracts unless the contract is for a law enforcement agency and the agency head or the agency head’s designee has determined that application of COMAR 21.11.08 and this certification would be inappropriate in connection with the law enforcement agency’s undercover operations.)

I CERTIFY THAT:

(1) Terms defined in COMAR 21.11.08 shall have the same meanings when used in this certification.

(2) By submission of its bid or offer, the business, if other than an individual, certifies and agrees that, with respect to its employees to be employed under a contract resulting from this solicitation, the business shall:

(a) Maintain a workplace free of drug and alcohol abuse during the term of the contract;

(b) Publish a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of drugs, and the abuse of drugs or alcohol is prohibited in the business’ workplace and specifying the actions that will be taken against employees for violation of these prohibitions;

(c) Prohibit its employees from working under the influence of drugs or alcohol;

(d) Not hire or assign to work on the contract anyone who the business knows, or in the exercise of due diligence should know, currently abuses drugs or alcohol and is not actively engaged in a bona fide drug or alcohol abuse assistance or rehabilitation program;

(e) Promptly inform the appropriate law enforcement agency of every drug-related crime that occurs in its workplace if the business has observed the violation or otherwise has reliable information that a violation has occurred;

(f) Establish drug and alcohol abuse awareness programs to inform its employees about:

Page 135: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

137

(i) The dangers of drug and alcohol abuse in the workplace;

(ii) The business’s policy of maintaining a drug and alcohol free workplace;

(iii) Any available drug and alcohol counseling, rehabilitation, and employee assistance programs; and

(iv) The penalties that may be imposed upon employees who abuse drugs and alcohol in the workplace;

(g) Provide all employees engaged in the performance of the contract with a copy of the statement required by §E(2)(b), of this regulation;

(h) Notify its employees in the statement required by §E(2)(b), of this regulation, that as a condition of continued employment on the contract, the employee shall:

(i) Abide by the terms of the statement; and

(ii) Notify the employer of any criminal drug or alcohol abuse conviction for an offense occurring in the workplace not later than 5 days after a conviction;

(i) Notify the procurement officer within 10 days after receiving notice under §E(2)(h)(ii), of this regulation, or otherwise receiving actual notice of a conviction;

(j) Within 30 days after receiving notice under §E(2)(h)(ii), of this regulation, or otherwise receiving actual notice of a conviction, impose either of the following sanctions or remedial measures on any employee who is convicted of a drug or alcohol abuse offense occurring in the workplace:

(i) Take appropriate personnel action against an employee, up to and including termination; or

(ii) Require an employee to satisfactorily participate in a bona fide drug or alcohol abuse assistance or rehabilitation program; and

(k) Make a good faith effort to maintain a drug and alcohol free workplace through implementation of §E(2)(a)—(j), of this regulation.

(3) If the business is an individual, the individual shall certify and agree as set forth in §E(4), of this regulation, that the individual shall not engage in the unlawful manufacture, distribution, dispensing, possession, or use of drugs or the abuse of drugs or alcohol in the performance of the contract.

(4) I acknowledge and agree that:

(a) The award of the contract is conditional upon compliance with COMAR 21.11.08 and this certification;

(b) The violation of the provisions of COMAR 21.11.08 or this certification shall be cause to suspend payments under, or terminate the contract for default under COMAR 21.07.01.11 or 21.07.03.15, as applicable; and

(c) The violation of the provisions of COMAR 21.11.08 or this certification in connection with the contract may, in the exercise of the discretion of the Board of Public Works, result in suspension and debarment of the business under COMAR 21.08.03.

Page 136: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

138

F. CERTAIN AFFIRMATIONS VALID

I FURTHER AFFIRM THAT:

To the best of my knowledge, information, and belief, each of the affirmations, certifications, or acknowledgements contained in that certain Bid/Proposal Affidavit dated , 20 , and executed by me for the purpose of obtaining the contract to which this Exhibit is attached remains true and correct in all respects as if made as of the date of this Contract Affidavit and as if fully set forth herein.

I DO SOLEMNLY DECLARE AND AFFIRM UNDER THE PENALTIES OF PERJURY THAT THE CONTENTS OF THIS AFFIDAVIT ARE TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE, INFORMATION, AND BELIEF.

Date:

By: (printed name of Authorized Representative and affiant)

(signature of Authorized Representative and affiant)

12.00061 (02/13)

Page 137: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

139

Page 138: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

140

Page 139: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

141

APPENDIX D RFP 88827QF

CAMPUS MAP

Refer to website: http://www.umaryland.edu/map/

Page 140: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

142

APPENDIX E

RFP 88827QF

Example Booth Attendant Proficiency Test

Proficiency test for Booth Attendant after they have gone through training

Definitions

1. What does “Passback” mean?

2. What does “Time” mean?

3. What does “Foreign” mean?

4. What does “Deny” mean?

5. What does “Unknown Ticket” mean?

6. What does “Void” mean?

7. What does “AVI” mean?

8. What does “LPR” mean?

9. Define booth ticket.

Ticket processing

1. What is a random number?

2. What is a bar code?

3. How do you process a voucher that is expired?

4. How do you manually process an ABV Staff voucher?

5. What do you do when a customer is in passback upon exit?

6. How do you process an Orioles season ticket at the Pratt garage?

7. How do you process a prepaid ticket?

8. When do you use the Hippodrome Prepaid Key?

Page 141: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

143

9. What is the grace period to exit the garage after making a POF payment?

Paper work

Circle all that apply:

1. What would you fill out on the cashier sheet?

Name Home Address Location

Time On Time Off Spitter Ticker

Booth Ticket Total Trans Phone Number

FCR# Starting Sequence # Cashier Adjustments

Bank Received Cashier drops Exception Tickets

Total Cars Ending Sequence # Date of Birth

2. What tickets would you attach to the cashier sheet?

Void Manual Over Ring

Under Ring Overt Time Ticket SMC Ticker

Manager Signed Ticket Insufficient Funds Ticket

3. Who fills out the Cash Reconciliation portion of the casher sheet?

Office Use One Booth Attendant Manager

Customer UMB Employee

Page 142: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

144

Time Conversion

Convert the following times

Greenwich Military 1 12:15 am 2 9:35 pm 3 1210 4 7:45 am 5 0414 6 1800 7 4:25 am 8 6:30 pm 9 12:00 pm 10 0110 11 5:25 pm

12 8:15 pm

13 2125 14 1505 15 3:40 pm 16 2400 17 1:35 am 18 2:55 pm 19 2300 20 0845

Page 143: UNIVERSITY OF MARYLAND BALTIMORE …...University of Maryland, Baltimore Strategic Sourcing and Acquisition Services The Saratoga Building Level 02, Room 02-100 220 Arch Street Baltimore,

145

APPENDIX F

RFP 88827QF

CERTIFICATION REGARDING INVESTMENT ACTIVITIES IN IRAN-RFP 88827QF

Ref: Maryland Board of Public Works Advisory Number 2013-1

1. The undersigned certifies that, in accordance with State Finance & procurement Article §17-705: (i) it is not identified on the list created by the Board of Public Works as a person engaging in investment activities in Iran as described in §17-702 of State Finance & Procurement Article; and (ii) it is not engaging in investment activities in Iran as described in State Finance & Procurement Article §17-702.

Or; 2. The undersigned is unable to make the above certification regarding its investment activities in Iran due to the following activities: Company Name Signature Title Print Date Note: List is available at: http://bpw.maryland.gov Click on “Debarments”