Request for Qualifications Facilities Condition Assessment and Development Consulting Services City of Mobile Mobile, Alabama PL

Similar documents
CITY OF MOBILE REQUEST FOR QUALIFICATIONS LANDSCAPE ARCHITECTURAL SERVICES THREE MILE CREEK GREENWAY TRAIL: PHASE I (TRICENTENNIAL PARK)

PORT OF SOUTH WHIDBEY PUBLIC WORKS INVITATIONS TO SUBMIT STATEMENT OF QUALIFICATIONS ON-CALL ENGINEERING SERVICES

Request For Qualifications Construction Management at Risk

REQUEST FOR QUALIFICATIONS FOR. ISSUE DATE: November 3, 2017 DUE DATE: November 20, 2017

REQUEST FOR PROPOSALS

CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES FOR DOUGLAS CITY HALL RENOVATIONS DOUGLAS, WYOMING

REQUEST FOR PROPOSALS

HUNTERSVILLE GATEWAY APPROX 327 HUNTERSVILLE GATEWAY DR HUNTERSVILLE, NC ABC STORE # 22

MODIFIED REQUEST FOR PROPOSALS. PROFESSIONAL SERVICES FOR FIRE STATION NO. 1 GEOTHERMAL TEST WELL Activity ID

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

Request for Qualifications

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

Management of Jobing.com Arena

RFQ McMinnville School District REQUEST FOR QUALIFICATIONS FOR GENERAL CONTRACTORS FOR SCHOOL DISTRICT CONSTRUCTION PROJECTS

REQUEST FOR PROPOSAL (RFP) Professional Public Education Legal Services for the School District of Janesville. Release Date: Monday, August 6, 2018

GREENVILLE UTILITIES COMMISSION Greenville, North Carolina REQUEST FOR QUALIFICATIONS. Construction Manager at Risk (CMR) Services

REQUEST FOR PROPOSALS

GREENVILLE UTILITIES COMMISSION

REQUEST FOR PROPOSAL Compensation Consulting

NORWALK-LA MIRADA UNIFIED SCHOOL DISTRICT

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501

CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ)

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas

CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES

REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY

Request for Proposal. Parks & Recreation Master Plan and Community Needs Assessment Services

SOUTH GRANVILLE WATER AND SEWER AUTHORITY, NORTH CAROLINA

REQUEST FOR PROPOSALS

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

REQUEST FOR PROPOSAL (RFP) Montrose County Fairgrounds EVENT CENTER MARKETING Date Issued: Wednesday, October 25 th, 2017

City of Beverly Hills Beverly Hills, CA

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

REQUEST FOR PROPOSALS AQUATIC FACILITY AUDIT CAMPBELL COMMUNITY CENTER POOL. Consultant Services. September 30, 2016

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES

Solano Community College District REQUEST FOR QUALIFICATIONS (RFQ #14-008) CIVIL ENGINEERING SERVICES CAPITAL IMPROVEMENT PROGRAM

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES

Request for Proposals For Media and Public Relations Services for HAMPTON REDEVELOPMENT AND HOUSING AUTHORITY HRHA/HR

REQUEST FOR PROPOSAL (RFP) ARCHITECTURAL & DESIGN SERVICES FOR RAWLINGS LIBRARY SPACE PLANNING & INTERIOR RENOVATION

REQUEST FOR PROPOSALS for COMPREHENSIVE FACILITY CONDITION ASSESSMENTS CITY HALL AND RECREATION CENTERS for CITY OF SAN MATEO, CALIFORNIA

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study

BHP Project IFB #

Issued: October 3, 2016 Proposals Due: November 28, 2016

CITY OF MOBILE REQUEST FOR PROPOSALS RFP: FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK

Introduction Background

Service Providers for Agency Marketing and Outreach Campaigns

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion

REQUEST FOR PROPOSAL (RFP)

Water Utility Disinfection Survey

For. 621 Grant. Yakima, WA until: preparation. Kim Hixson Director

Real Property Services Questions and Answers Posted to DASNY.org 2/21/19

REQUEST FOR PROPOSALS. PROFESSIONAL SERVICES FOR COLUMBUS PARK SHELTER RENOVATION Activity ID

Request for Qualifications- Financial and Analytical Services for Wilbur-Cook Portfolio

BAKER LAKE WATER REMOVAL, DEBRIS REMOVAL AND RESTORATION PROJECT FALLON COUNTY, MONTANA REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES

PHASE 1 STAFF FACILITIES LOCKER ROOM

Williams Unified School District 499 Marguerite Street, Suite C, Williams, CA (530) (530) fax

REQUEST FOR PROPOSALS (RFP) CONSTRUCTION MANAGER AS CONSTRUCTORS LAWRENCE POLICE DEPARTMENT HEADQUARTERS

Mobile and Stationary Security Patrol Services

REQUEST FOR QUALIFICATIONS TO PROVIDE BUSINESS ATTRACTION CONSULTANT SERVICES

REQUEST FOR QUALIFICATIONS FOR REAL ESTATE DEVELOPMENT SERVICES RFQ #2013 ED 101. DUE DATE: August 30, 2013

REQUEST FOR PROPOSALS. PROFESSIONAL SERVICES FOR PARKING GARAGE STRUCTURAL REPAIR PROGRAM Activity ID

Request for Proposal For Design Engineering Services. Northwest Lansing Relief Sewer Project

Excellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders.

CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING

REQUEST FOR QUALIFICATIONS Engineering Services for Aerial Sewer Line Construction Project SOUTH GRANVILLE WATER AND SEWER AUTHORITY October 31, 2018

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

REQUEST FOR PROPOSAL FOR. Full Cost Allocation Plan and Citywide User Fee and Rate Study. Finance Department CITY OF HUNTINGTON BEACH

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

REQUEST FOR PROPOSALS

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

REQUEST FOR QUALIFICATIONS Collier Pool Public Art Project Budget: $17,500 Deadline for Submittal: January 5, 2017

NOTICE OF REQUEST FOR PROPOSALS PREPARATION OF ZONING ORDINANCE UPDATE

REQUEST FOR QUALIFICATIONS. For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES. For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building

REQUEST FOR QUALIFICATIONS (RFQ) FOR 2015 PROFESSIONAL SERVICES ON-CALL LIST

REQUEST FOR QUALIFICATIONS 3096 ARCHITECTURAL & ENGINEERING SERVICES WORKFORCE DEVELOPMENT AND TRAINING CENTER

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA

City of Hood River REQUEST FOR STATEMENTS OF INTEREST AND QUALIFICATIONS For City Engineering Services

REQUEST FOR PROPOSALS #17-12 PROJECT MANAGEMENT SERVICES FOR ASSET MANAGEMENT SAAS IMPLEMENTATION Proposals Due: November 9, 2017 by 2:00 PM (Pacific)

REQUEST FOR PROPOSALS FLOOD DEBRIS REMOVAL

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

Notice of Request for Proposals

Request for Proposals Tri-Town Sports Arena & Field House Feasibility Study

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

REQUEST FOR PROPOSAL

REQUEST FOR QUALFICATIONS. ALLEGHENY COUNTY AIRPORT AUTHORITY OUTDOOR MEDIA/ADVERTISING SALES PROGRAM December 7, 2018

Request For Qualifications Center Theatre Redevelopment City of Monroe, NC

REQUEST FOR QUALIFICATIONS Bailey Cove Transmission Main Phase 1

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

Request for Proposal For Scrap Metal Removal

ROSEVILLE JOINT UNION HIGH SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES FOR MEASURE D AND OTHER PROJECTS

Request for Proposals Town of Florence Strategic Plan

SUBMITTAL DEADLINE THURSDAY, JULY 02, 3:00 PM

Transcription:

Request for Qualifications Facilities Condition Assessment and Development Consulting Services City of Mobile Mobile, Alabama PL-220-16 1.0 INTRODUCTION The City of Mobile is inviting qualified consultants to submit a statement of qualifications (SOQ) in response to this request for Qualifications (RFQ) to provide professional services for facilities assessment and development consulting for existing City of Mobile facilities. 2.0 BACKGROUND INFORMATION The City of Mobile has recently developed a multi-year capital improvement plan focused on the City s public facing facilities and infrastructure projects. In conjunction with this, the City desires to develop a long range facilities plan and will undertake a full facilities assessment of all City buildings and structures used by both the public and by City employees. The recently completed comprehensive plan for the City identifies as a near-term Action item, developing a full assessment of the condition of facilities, both City-owned for use by employees and Cityowned for use by the. This assessment will include: Inventory review Facility condition and assessment Determining current and deferred maintenance cost and replacement value Prioritization of assets and maintenance needs Development of strategic plan for asset management Specific evaluation of the City s Civic Center redevelopment, repair, or repurposing Firms with experience in development consulting services for public infrastructure and civic spaces, along with condition assessment are requested to respond to this RFQ. The City has approximately 5.5 million square feet of space with deferred maintenance estimated to be over $100 million. The inventory includes police precincts and fire stations, libraries, museums, convention facilities, theaters, parks and recreation facilities, office buildings, historic homes for tourism, stadiums, maintenance facilities, warehouses, golf courses, and a number of vacant properties and unused buildings. The intent of this Request for Qualifications is to select a firm to assist the City with a comprehensive inventory of all of these City facilities, develop a master plan for long term implementation of repairs and improvements, make recommendations for the construction of new facilities given 1 of 11

demographics shifts or other City comprehensive planning priorities, and to build a long range plan and develop a methodology for disposition of underutilized properties, The City desires private sector and public sector best practices to assist in this important assessment and planning initiative which is part of the City s vision for improved financial stewardship and citizen well-being. This work will advise on best practices for delivery of facilities management services. City facilities are currently maintained by a small but dedicated group of employees who have had limited budgets in the past decades. Any changes to our delivery of maintenance services, whether on-call contracts are introduced or whether there is any future Property Management contract with the City, would be a different RFP and services would be bid out. This is a request for qualifications to enable the City to select based on professional qualifications for this consulting work. 3.0 ANTICIPATED TASKS AND SERVICES Work to be completed under this contract may include, but is not limited to, the following tasks and services: Conduct an inventory of all City owned facilities based on existing City of Mobile data, including but not limited to, City facility maps, insurance property statement of values, Real estate lists and other information, and discussions with City of Mobile Administration and other representative departments as required. This inventory shall form the basis for establishing priorities for the facilities condition assessment. Perform full facilities condition assessment of City owned facilities as determined by the initial inventory and established priorities. The assessment shall include building site and accessibility, building foundation and superstructure, exterior enclosure and roof, interior construction, vertical conveying systems including elevators, escalators and lifts, and building systems and equipment including all plumbing, mechanical, fire protection, electrical and lighting systems. Include condition assessment photographs where appropriate. Provide bound report of the condition assessment. Based on the facilities condition assessment, create a prioritized list of recommended maintenance improvements and repair/replacement of building components and systems for each facility. This list shall include current and deferred maintenance costs for the proposed work. Establish an overall facility priority list for recommended maintenance improvements and repairs. Develop a strategic plan for the management of all City assets. This shall include maintenance best practices, a proposed schedule for completion of required 2 of 11

improvements, recommendations for additional facilities and disposition of existing facilities determined not economically feasible to repair. Conduct a specific evaluation of the City of Mobile s existing Civic Center located on approximately 24 acres of prime property within the downtown loop. This circa 1964 facility includes a 10,000 seat arena, a 2,000 seat theater and an expo hall capable of hosting a variety of events. This facility serves an important civic function but has been in decline in recent years. The City is now interested in proceeding with the repair or repurposing of the facility or possibly the redevelopment of the entire 24 acres. This portion of the work shall include a full assessment of the existing facility including existing civic uses, an analysis of the current value of the property as well as that of surrounding downtown properties, and a recommendation as to the highest and best use of this important property. Examine current facility inventory and maintenance management procedures and make process-related improvement recommendations. Provide a comprehensive final report (both hard copy and electronic version) that includes the following: o Executive Summary o Methodology Description o Facilities Inventory o Full Condition Assessment o Overall Facility Maintenance Priority List o Civic Center Recommendations o Strategic Plan 4.0 PROJECT SCHEDULE The anticipated project duration is between 6 and 12 months after the City selects the consultant and contract negotiations have been completed. 5.0 PROJECT BUDGET The first year budget is $200,000. Additional funding shall be based upon proposal requirements, and is subject to approval by the Mayor and City Council. 6.0 SOQ SUBMITTAL REQUIREMENTS The Respondent shall prepare its proposal in the form described below and shall ensure that each page of its proposal is identified with the project name, Respondent s name, and page number. 6.1 FORMAT Proposal shall be bound by semi-permanent binding method. 3 of 11

Proposals shall be prepared on 8 1/2" x 11" paper, bound on the long side. Proposals shall use the font type and size of ARIAL 10 point. Proposals shall be in a format and sequencing commensurate with the RFQ (in the order the Narrative Content elements are listed). Proposals shall include a table of contents. Proposal sections shall be tabbed. All text shall be clear of binding. The SOQ shall not exceed 15 pages of text (one-sided and double-spaced). The page limitation does not include cover letter, resumes, and general promotion data. 6.2 NARRATIVE CONTENT Submittals must address the following topics in the 15 text pages: 1. Cover Letter The Respondent shall prepare a cover letter, not exceeding two pages in length, which summarizes the key points in the proposal. It should include the full name of the firm or joint venture members and any proposed sub-consultants. If the Respondent is made up of more than one firm, the legal relationship between those firms must be described. The cover letter must include a statement committing the availability of the key personnel identified below to perform the work. The cover letter must be signed by a person who is also authorized to sign a Contract with the City. If the Respondent believes any information, data, process or other material in its proposal should be considered by the City to be confidential or proprietary, the Respondent shall identify that material with specificity as to the page and paragraph and on what basis the material is believed to be proprietary or confidential. 2. Understanding the Project Prepare a statement that describes the Respondent s understanding of the work involved in performing the services described in the RFQ. Address understanding of the following: Project goals The complexity, challenges and problems involved in planning and performing the work Approaches and philosophy for dealing with problems Sensitivity and experience dealing with key issues Any additional issues or matters relating to the RFQ which the Respondent believes should be addressed 4 of 11

3. Proposed Work Plan Prepare a description of the product and process that would be delivered based on an understanding of project. Include a description of the Respondent s management and organizational approach and methods for performing the services outlined in the RFQ. Include the proposed process by which the requested individuals would timely complete the work along with the methods the Respondent would use to coordinate the work with City staff. 4. Project Schedule Prepare a description of the Respondent s method and systems for controlling, responding to, and completing the project in a timely manner. 5. Organization and Key Personnel Provide graphic and narrative descriptions that identify the Respondent s and subconsultants key personnel who would perform the work. Identify project lead and key staff members and provide brief resumes (does not count toward 15 page limit). Resumes of firm principals are not requested except for those persons that are proposed as active, integral members of the team. Principals should however, be listed on the organizational diagram in relation to the team. Key personnel identified in this proposal will be expected to remain assigned to this project for the term of the Agreement, and to be replaced only with the mutual consent of the Respondent and the City. Continuity will be important with this assignment. 6. Description of Firm Provide a general description of the firm including, but not limited to, services offered, number of employees, office locations, and years in business. Each Respondent, or at least one firm of a joint venture team, must either (i) have an office in Mobile, Alabama, or (ii) be able to demonstrate that the Respondent has full capabilities to substantially undertake production of the work without a Mobile office. As a rule, travel related expenses to and from Mobile will not be reimbursable. 7. Firm Project Experience 5 of 11

Provide a summary of past projects that most closely match the products desired in this RFQ. All projects listed in this section must have been completed by the firm using current employees. List the names of key employees for each project. Do not include projects for which key project personnel are no longer employed by the firm. Projects for which experience was gained by individuals during previous employment should be indicated in the next section. For each qualifying project, include the following information in tabular form: Project name Location Client, address, telephone number Total contract gross amount (and firm amount, if different) Proposed schedule vs. actual Principal-in-charge Day-to-day technical project manager Key staff Date completed Client reference (name, position and phone number) Brief narrative description of project 8. Individual Project Experience This section must follow the same general format as for the firm project experience, but is intended for projects for which experience was obtained while individuals were employed elsewhere. For each qualifying project, include a brief narrative and the following information in tabular form: project name, location, client, current employees who had key management or staff roles, employer during the project, and a client reference. 9. Sub-consultants Describe the qualifications of each sub-consultant which the Respondent plans to retain to perform work or who will provide individuals which specific expertise. Describe the type of work which will be assigned to each sub-consultant and the estimated percentage of the total Agreement value that each sub-consultant will perform. 10. Additional Information 6 of 11

The Respondent is invited to describe any particular aspects of its organization or proposal which, by way of background, experience, unique qualifications, or other basis, sets it apart from the competition in its ability to accomplish this particular Scope of Services. A total of five (5) hard copies and 1 digital CD copy must be included in the submission. Responses must be received by 4:00pm CST on Thursday, July 7, 2016. Submissions should be delivered to 205 Government St, 5th Floor, South Tower, Real Estate Asset Management Department. 7.0 SELECTION PROCESS AND SCHEDULE The selection process is described in the following steps: Step 1. Step 2. Step 3. Statements of Qualification from firms responding to the Request for Qualifications will be reviewed and evaluated. This review will be performed by a committee of City of Mobile employees appointed by the Director of the Real Estate Asset Management department. At the discretion of the City, short-listed consultant candidates may be required to participate in an interview with the project selection committee or other City senior staff. If this step is used, the Respondent s representative presentation and interview must be the staff members who will be assigned to this Contract. Candidate firms will be limited to four participants in the interview and permitted to present a maximum 5-page handout to the selection committee. The selected consultant will enter into negotiations with the City to develop a detailed scope of work, cost schedule, and the contract terms and conditions. Following is a tentative schedule for the selection process. The schedule is subject to change. June 20, 2016 July 7, 2016 Week of July 18, 2016 Week of July 25, 2016 August 16, 2016 Week of August 22, 2016 Request for Qualifications issued Statements of Qualification submitted by candidate firms Interviews conducted (if required) Notification of selection Contract on City Council agenda for approval Notice to proceed issued 7 of 11

NO SUBMITTALS WILL BE ACCEPTED AFTER THE STATED DEADLINE. 8.0 USE OF SUB-CONSULTANTS It is expected that the prime consultant may assemble a team of sub-consultants that provide an adequate range of resources to undertake the variety of tasks and services described in this RFQ. The resources and capabilities of each member of the sub-consultant team must be described in the SOQ. The proposed team of sub-consultants will be reviewed by the City during the selection process. ONCE A CONSULTANT TEAM HAS BEEN SELECTED TO BEGIN CONTRACT NEGOTIATIONS, THE PRIME CONSULTANT WILL BE REQUIRED TO OBTAIN WRITTEN APPROVAL FROM THE CITY FOR EACH OF THE SUB-CONSULTANTS ON THE TEAM BEFORE NEGOTIATIONS CAN BE COMPLETED. NO FUNDS WILL BE COMMITTED NOR ANY SERVICES RENDERED UNTIL THE CITY APPROVES THE SUB-CONSULTANTS. THE CITY RESERVES THE RIGHT TO REJECT ANY PROPOSED SUB- CONSULTANT AND TO REQUEST THAT THE SELECTED PRIME CONSULTANT REVIEW OTHER CANDIDATE FIRMS FOR A PARTICULAR AREA OF RESPONSIBILITY. 9.0 SOCIALLY AND ECONOMICALLY DISADVANTAGED PARTICIPATION The City of Mobile wishes to ensure that socially and economically disadvantaged individuals and firms are afforded the opportunity to fully participate in the City s overall procurement process and will not be discriminated against on the grounds of race, color, sex or national origin in consideration for an award. In support of this, the City of Mobile has established a goal of at least fifteen (15) per cent participation by socially and economically disadvantaged individuals and firms. Consultants are expected to make every reasonable effort to ensure that at least fifteen (15) percent of the total value of the contract is awarded to qualified individuals or firms that are socially or economically disadvantaged. 10.0 MISCELLANEOUS 1. RFQ is not to be construed as a contract or a commitment of any kind, nor does it commit the City of Mobile to pay for any costs incurred in the preparation of a submission or of any costs incurred prior to the execution of a formal contract. 2. In the event that a mutually agreeable contract cannot be negotiated between the consultant and the City, the City reserves the right to select an alternate consultant. 8 of 11

3. The City of Mobile reserves the sole right to (1) evaluate submittals; (2) waive any irregularities therein; (3) select candidates for selection interviews; (4) request supplemental or additional information as deemed necessary; (5) contact others to verify information provided in the submittal; or (6) reject any and all submittal(s), should it be deemed in the best interest of the City of Mobile. 4. No debriefings by City staff to unsuccessful submitters will occur until after the award of a contract by City Council to the recommended team. 5. The successful firm will have to complete an Affidavit of Ownership or Control prior to completion of contract negotiations. The affidavit certifies that the firm is not delinquent in any debt owed to the City of Mobile (taxes, fines, fees, etc.) 11.0 INSURANCE Each selected consultant shall deposit with the City at the time of execution of the contract certificates of insurance evidencing to the satisfaction of the Director that the following coverages and minimum amounts have been obtained by the selected consultant. Upon the request of the Director, the originals of all policies referred to above, or copies certified by the agent or attorney-in-fact issuing them, shall be submitted to the Director. Each policy shall contain an endorsement by the issuer waiving rights of subrogation against the City of Mobile. All policies must also name the City as an additional insured. Each selected consultant using subcontractors shall require each subcontractor to meet the same minimal insurance requirements and provide evidence thereof. All policies of insurance required herein shall be in a form and with a company or companies approved by the City and authorized to do business in the State of Alabama. At all times at which each selected consultant or its contractors are working on City property, each selected consultant or its contractors shall maintain in full force and effect the following liability and comprehensive insurance issued by a company licensed and qualified to do business in the State of Alabama, which such insurance shall name the City of Mobile as an additional insured: A. Workers' Compensation/Employer's Liability: 1. Workers' Compensation insurance in the amounts required by all applicable laws, rules or regulations of the state of Alabama. 2. Employer s Liability with limits of not less than: Bodily Injury by Accident Bodily Injury by Disease $1,000,000 each accident $1,000,000 policy limit 9 of 11

Bodily Injury by Disease $1,000,000 each employee 3. Borrowed Servant/Alternate Employer endorsement in favor of City of Mobile. B. Comprehensive General Liability Insurance: 1. Comprehensive General Liability (occurrence form) including coverage for products/completed operations, independent contractors, blanket contractual liability specifically covering the obligations assumed by Contractor. 2. Limit of Liability: $1,000,000 combined single limit of liability each occurrence bodily injury or property damage. 3. General Aggregate Limit shall apply on a Per Project basis. C. Automobile Liability Insurance: 1. Automobile Liability Insurance to cover all owned, non-owned, and hired vehicles, with a $1,000,000 combined single limit of liability each accident for bodily injury and/or property damage. D. Excess/Umbrella Liability Insurance: 1. Providing following form coverage for Employer's Liability, Comprehensive General Liability, and Automobile Liability. 2. Limit of Liability: $2,000,000 combined single limit of liability each occurrence for bodily injury and/or property damage. Waiver of Subrogation - All policies of insurance shall be endorsed to waive rights of subrogation in favor of City of Mobile. Additional Insured - All policies of insurance, except those referenced under paragraph A, shall be endorsed to name City of Mobile as an Additional Insured Primary Insurance - All policies of insurance, except those referenced under paragraph A, shall be endorsed to provide that all such insurances are primary and non-contributing with any other insurance maintained by City of Mobile. Certificates of Insurance - Prior to commencement of the Work, Contractor shall deliver to the City of Mobile certificates of insurance certifying the existence and limits of the insurance coverages, noting applicable endorsements, described above and shall deliver same and renewals thereof to the City of Mobile. The certificates shall provide that such insurance 10 of 11

shall not be subject to cancellation, non-renewal nor material change without 30 days or more (except 10 days for non-payment) prior written notice thereof to the City of Mobile. 12.0 QUESTIONS AND CONTACT Any questions on the RFQ should be submitted in writing via email to the Director of Real Estate Asset Management at brad.christensen@cityofmobile.org. Requests shall include a return email address. Copies of questions and answers will be shared with all Respondents who request to be copied and provide a return email address to the Director of Real Estate Asset Management. 11 of 11