<<

Hamilton County Bid RFQ 051-19/JW

5

Solicitation RFQ 051-19/JW

Architectural and Engineering Assessment of Stadium in Hamilton Count

Bid Designation: Public

Hamilton County

6

8/8/2019 6:31 AM p. 1 Hamilton County Bid RFQ 051-19/JW

5 Bid RFQ 051-19/JW Architectural and Engineering Assessment of Paul Brown Stadium in Hamilton Count

Bid Number RFQ 051-19/JW Bid Title Architectural and Engineering Assessment of Paul Brown Stadium in Hamilton Count

Bid Start Date Aug 7, 2019 10:55:32 AM EDT Bid End Date Sep 5, 2019 11:00:00 AM EDT Question & Aug 21, 2019 12:00:00 PM EDT Answer End Date

Bid Contact Jill E Williams Purchasing Agent I Purchasing [email protected]

Contract Duration 6 months Contract Renewal Not Applicable Prices Good for Not Applicable

Bid Comments The purpose of this request for qualifications is to engage the services of a qualified architectural/engineering firm to provide to the County and Team a review and assessment of the on-going capital needs of Paul Brown Stadium and to obtain a long-term capital repair, replacement, and improvement program, including potential architectural and technological upgrades, which takes a broad look at the PBS and offers design options for the parties to consider over the next 20 years, and results in a comprehensive Capital Improvement Plan (CIP). (a Facility Condition Assessment (“FCA”)). Qualified firm shall conduct an Architectural and Engineering Capital assessment of Paul Brown Stadium in Hamilton County and prepare documentation, as described herein, regarding the condition of PBS, recommendations with respect to a capital repair and replacement plan and matters relating thereto. The objective of the FCA will be to evaluate the condition of the existing facility, document issues or defects based on observations, provide estimates of the expected life of the various components, recommendations for repair and replacement and the range of costs associated with such capital plan recommendations of associated repair/replacement costs.

Item Response Form

Item RFQ 051-19/JW--01-01 - No Line items needed- do not fill out Quantity 1 each Unit Price Delivery Location Hamilton County Paul Brown Stadium 3 Paul Brown Stadium OH 45202 Qty 1 Description No Line items needed- do not fill out

6

8/8/2019 6:31 AM p. 2 Hamilton County Bid RFQ 051-19/JW

REQUEST FOR QUALIFICATIONS

For

ARCHITECTURAL AND ENGINEERING REVIEW AND CAPITAL ASSESSMENT OF PAUL BROWN STADIUM IN HAMILTON COUNTY OHIO

RFQ# 051-19

Due Date: September 5, 2019

Issued by

THE HAMILTON COUNTY BOARD OF COMMISSIONERS CINCINNATI, OHIO 45202

August 7, 2019

Electronic submission will be received through Bid Sync or email or Paper submissions will be received at the Hamilton County Purchasing Department, Room 507, 138 East Court Street, Cincinnati, Ohio 45202, until 11:00 AM on the date listed above.

Forms, specifications, etc. may be obtained upon application at the Purchasing Department, or they may be electronically retrieved by accessing the following web site: http://www.hamilton-co.org/purchasing/.

Responders can register with Bid Sync by calling 1-801-765-9245 or by visiting the website at https://www.bidsync.com/hamilton-county. There is no charge for Hamilton County solicitations. Responders will receive notification of all postings made by Hamilton County for the commodity selections you have made.

If you need HELP preparing an electronic response please feel free to contact Bid Sync Supplier support @ 1-800-990-9339 ext #1.

1 8/8/2019 6:31 AM p. 3 Hamilton County Bid RFQ 051-19/JW

GENERAL CONDITIONS AND INSTRUCTIONS TO VENDORS

1. The Board of County Commissioners reserves the right, subject to the consent of , Inc. (the “Team”), to reject any or all submittals and, unless otherwise specified by the vendor, to accept any item in the submittals.

2. The County will make the final payment when the services have been fully performed and completed to the full satisfaction of the Board of County Commissioners.

3. In case of default by the vendor or contractor, the Board of County Commissioners, with the consent of Team, may procure services from other sources and hold the vendor or contractor responsible for any excess costs occasioned thereby.

4. Respondents submitting qualifications must realize that other County Departments may elect to utilize this bid after its original award. All responses must include the length of time the services offered are available and effective. The pricing submitted in the proposal can only be used for the effective time period specified in the original proposal.

5. The Responder, if awarded a contract or order, agrees to protect, defend, and hold harmless the Board of County Commissioners and Team against any demand for payment for the use of any patented material, process, article, or device that may enter into the manufacture, construction, or form a part of the work covered by either order or contract. He/she further agrees to indemnify and hold harmless the Board of County Commissioners and Team from suits or actions of every nature and description brought against it for or on account of any injuries or damages received or sustained by any party or parties by or from any acts of the contractor, his/her servants or agents. To this extent, the Responder agrees to furnish adequate Public Liability Insurance, Professional Liability Insurance and such other insurance as the Board of County Commissioners deems appropriate, the amounts of which will be determined by the Board of County Commissioners wherever such insurance, in the opinion of the Board, is deemed necessary.

6. Samples, when requested, are returned at the vendor’s expense.

7. Concealed weapons, whether with or without a permit, are not allowed in any Hamilton County Building. ORC states that "Unless otherwise authorized by law, pursuant to the Ohio Revised Code, no person shall knowingly possess, have under the person's control, convey, or attempt to convey a deadly weapon or dangerous ordnance onto these premises."

8. As a governmental body we are tax exempt.

9. This purchase and any modifications, amendments, or alterations, shall be governed, construed, and enforced under the laws of Ohio.

2

8/8/2019 6:31 AM p. 4 Hamilton County Bid RFQ 051-19/JW

The Hamilton County Board of County Commissioners ("County") is setting forth a Request for Qualifications ("RFQ") to provide architectural and engineering services to perform an Architectural and Engineering Assessment of Paul Brown Stadium in Hamilton County Ohio. The purpose of this RFQ is to select a vendor who can best meet the requirements of the RFQ at the lowest cost for the specified time periods. The Vendor selected from this RFQ process shall provide these services, as defined hereafter.

The goal of this project is to provide the County and its tenant, Team, with a comprehensive understanding of the current condition of Paul Brown Stadium ("PBS" or "Stadium"), recommendations for future improvements and enhancements to PBS, and estimates of capital investments required to address deferred maintenance, preventive maintenance, life cycle costs, improvements and enhancements.

The details of the services needed are further defined in Section 2.0 Requirements and Specifications.

1.1 Purchasing Department:

The contact for this Request is: Jill Williams-PSCM-C, Purchasing Agent Hamilton County Purchasing Department 138 East Court Street, Room 507 Cincinnati, Ohio 45202

All questions regarding this Request must be presented in writing and e-mailed or faxed to:

[email protected] (Quote number should be entered in the subject line of the e-mail) or Fax: (513) 946-4335

3

8/8/2019 6:31 AM p. 5 Hamilton County Bid RFQ 051-19/JW

No questions can be received after August 21, 2019 at 12:00 P.M. EST. The final responses will be e-mailed or faxed on August 27, 2019 at the close of business. Only Vendors who register for the RFQ will receive copies of all questions and answers. See Registration Form.

1.2 Delivery of Responses to RFQ:

Vendors submitting their qualifications must submit their responses through Bid Sync or by emailing [email protected] or delivered to the Hamilton County Purchasing Department, Room 507, 138 East Court Street, Cincinnati, Ohio 45202 by 11:00 a.m. EST on September 5, 2019.

If delivered, Response shall be submitted in a sealed envelope with the name of the proposing firm, their address, and must be clearly marked: RFQ# 051-19- Architectural and Engineering Assessment of Paul Brown Stadium in Hamilton County Ohio STATEMENT OF QUALIFICATIONS”

1.3 Acceptance and Rejection of Responses:

Hamilton County reserves the right to:

 Award a Response received on the basis of individual items, or on the entire list of items  Award based on amount of initial term or on initial term plus optional renewal year(s)  Award or not award any portion of this contract  Award to multiple Vendors  Reject any or all Responses, or any part thereof  Waive any informality in the Responses  Eliminate conditions or terms that are not in the best interest of Hamilton County and its residents  The County makes no representations or guarantees as to any minimum amounts being purchased by the County or if the County will purchase through this Request.

1.4 Evaluation and Award of Contract:

The evaluation will include, but will not be limited to:  Competence of the professional consulting Responder to perform the required professional design services as indicated by the technical training, education, and experience of the Responder’s personnel, who would be assigned to perform the services;  Ability of the Responder in terms of its workload and the availability of qualified personnel, equipment, and facilities to perform the required professional design services competently and expeditiously;  Past performance of the Responder as reflected by the evaluations of previous clients with respect to factors such as control of costs, quality of work and meeting of deadlines;  Overall responsiveness, viability and completeness of the Response as well as the likelihood that, in the County’s opinion and in the County’s discretion, the Response best meets or exceeds the County’s specifications;

4

8/8/2019 6:31 AM p. 6 Hamilton County Bid RFQ 051-19/JW

 Knowledge and experience with the physical condition and economic performance of current NFL stadia, and other large seating capacity stadia including features, components, technology and capital improvements and upgrades related to fan experience or long-term financial performance and success of the stadium and the team that plays in it;  Distinguishing Characteristics and understanding of the project;  Any other facts considered relevant by the County or the Team and demonstrated by the bid or investigation by the County or the Team;  Presentation and/or in-person interview.

See SECTION 4 – SELECTION PROCESS AND CRITERIA for the Evaluation Criteria and values.

1.5 Contract Period, Funding and Invoicing:

Design/Engineering firm is projected to be selected and awarded by November 15, 2019. The contract will be written for a period of six (6) months. Contract reimbursement is based on successful completion and approval of all equipment and services over the period of the contract. The Vendor can claim payment only for services already provided. Payment by Hamilton County is made within thirty (30) days after verification and acceptance of invoices presented by the Vendor and any required documentation.

1.6 Insurance Requirements:

GENERAL CONDITIONS

Respondent's Insurance Provisions During the Agreement and for such additional time as may be required, Respondent shall provide, pay for, and maintain in full force and effect the insurance outlined herein for coverage at not less than the prescribed minimum limits covering Respondent's activities, those activities of any and all subcontractors or those activities anyone directly or indirectly employed by Respondent or subcontractor or by anyone for whose acts any of them may be liable.

Certificates of Insurance Before starting work, Respondent shall give the County and Team a certificate of insurance completed by Respondent’s duly authorized insurance representative certifying that at least the minimum coverage required herein is in effect; specifying the form that the liability coverage’s are written on; and, within three business days of the Responder’s becoming aware of an impending or actual cancellation or expiration of any required insurance, providing written notice to:

Hamilton County Risk Manager 138 East Court Street, Room 707 Cincinnati, OH 45202 Facsimile: 513-946-4322

5

8/8/2019 6:31 AM p. 7 Hamilton County Bid RFQ 051-19/JW

Each policy required by this clause, except worker’s compensation and professional liability, shall endorse “the Board of County Commissioners of Hamilton County, Ohio and its officials, employees, agents, and volunteers” and “Cincinnati Bengals, Inc. and its owners, officers, employees, agents, affiliates (including Paul Brown Stadium Ltd.), and volunteers” as an additional insured. The additional insured endorsement shall be on an ACORD or ISO form.

The Respondent shall furnish the Hamilton County Risk Manager and the Purchasing Department and Team with a Certificate of Insurance describing the insurance specified under the agreement. The certificate shall be provided on an ACORD 25 form or equivalent. The Respondent shall furnish the Hamilton County Risk Manager and the Purchasing Department and Team with a copy of the Worker’s Compensation Insurance Certificate if it is not described in the ACORD 25 insurance certificate. Failure of the County or Team to demand such certificate or other evidence of full compliance with these insurance requirements or failure of County or Team to identify a deficiency from evidence provided shall not be construed as a waiver of Respondent’s obligation to maintain such insurance.

The acceptance of delivery by County or Team of any certificate of insurance evidencing that the required coverage and limits does not constitute approval or agreement by the County or Team that the insurance requirements have been met or that the insurance policies shown in the certificates of insurance are in compliance with the requirements.

The County shall have the right, but not the obligation, of prohibiting the Respondent or its subcontractor(s) from conducting business with the County until such certificates or other evidence that insurance has been placed in complete compliance with these requirements is received and approved by the County.

If Respondent fails to maintain the insurance as set forth herein, the County shall have the right, but not the obligation, to purchase said insurance at Respondent’s expense. Alternatively, the Respondent’s failure to maintain the required insurance may result in termination of this Agreement at County’s option.

If any of the coverages are required to remain in force after final payment, an additional certificate evidencing continuation of such coverage shall be submitted with Respondent’s final invoice.

All certificates of insurance shall reference the project/contract number for which the insurance is being provided.

Insurer Qualifications To the extent feasible, all insurance shall be provided through companies admitted to do business in the State of Ohio. Insurance policies provided by companies not admitted to do business in the State of Ohio shall be reviewed by the Hamilton County Risk Manager. Each company shall minimally have an A.M. Best rating of A-: VII. In addition, certified copies of all insurance policies or amendatory endorsements required shall be provided to the County within ten (10) days of Respondent’s written request for those copies.

6

8/8/2019 6:31 AM p. 8 Hamilton County Bid RFQ 051-19/JW

Insurance Primary All coverage required of Respondent shall be primary over any insurance or self-funded program carried by the County and Team. Any insurance or self-insurance maintained by the County or Team shall be excess of the Respondent’s insurance and shall not contribute to it.

No Reduction or Limit of Obligation By requiring insurance, the County and Team do not represent that coverage and limits shall necessarily be adequate to protect Respondent. Insurance effected or procured by Respondent shall not reduce or limit Respondent’s contractual obligation to indemnify and defend County and Team for claims or suits which result from or are connected with the performance of this Agreement.

Additional Insured To the extent commercially available, the policy or policies providing insurance as required, with the exception of professional liability (if applicable) and workers’ compensation, shall defend and include the Board of County Commissioners, Hamilton County, Ohio and its officials, officers, employees, agents, and volunteers and “Cincinnati Bengals, Inc. and its owners, officers, employees, agents, affiliates (including Paul Brown Stadium Ltd.), and volunteers” as additional insureds on a primary basis for work performed under or incidental to this Agreement. The form of the Additional Insured endorsement shall be the most recent edition of Insurance Services Office CG 20 10 (Form B) or its equivalent. If any of the Additional Insureds have other insurance applicable to the loss, it shall be on an excess or contingent basis. The amount of Bidder’s insurance shall not be reduced by the existence of such other insurance.

Severability of Interests Respondent shall require all insurance policies in any way related to the goods or services provided under this Agreement and secured and maintained by Respondent to include a severability provision or an endorsement waiving “cross claim exclusion between insureds” verbiage contained therein. Respondent shall require of subcontractors, by appropriate written agreements, similar waivers are included in subcontractor’s insurance policies.

Duration of Coverage All required coverage shall be maintained without interruption during the entire term of this Agreement. The products and completed operations coverage under the Commercial General Liability policy shall maintain coverage for the entire term of this Agreement, plus an additional two (2) years, following final acceptance of the product(s) or the service(s) by the County.

Continuous Operation Respondent’s general liability insurance policy must be endorsed to reflect the fact that County and Team and any other tenants shall continue to operate business activities of Respondent and that no property used in connection with County and Team’s and any other tenants’ activities shall be considered by Respondent’s insurance company as being in the care, custody, or control of Respondent.

Retroactive Date and Extended Reporting Period

7

8/8/2019 6:31 AM p. 9 Hamilton County Bid RFQ 051-19/JW

If any insurance required herein is to be issued or renewed on a claims-made form as opposed to the occurrence form, the retroactive date for coverage shall be no later than the commencement date of the project. Further the policy shall state that in the event of cancellation or non-renewal, claim discovery period or “tail coverage” shall be 1 year beyond the cancellation date.

Subcontractor’s Insurance Respondent shall cause each subcontractor contracted by Respondent, under this agreement to purchase and maintain insurance of the types specified below. When requested by the County or Team, the Respondent shall furnish copies of certificates of insurance evidencing coverage for each subcontractor.

Joint Ventures If Respondent is a joint venture involving two (2) or more entities, then each independent entity shall satisfy the limits and coverage specified here or the joint venture shall be the Named Insured under each policy specified.

Waiver of Subrogation Respondent shall require all insurance policies in any way related to the work and secured and maintained by Respondent to include clauses stating each underwriter shall waive all rights of recovery, under subrogation or otherwise, against the County and Team. Respondent shall require of subcontractors, by appropriate written agreements, similar waivers each in favor of all parties enumerated in this section.

Cooperation Respondent and County agree to fully cooperate, participate, and comply with all reasonable requirements and recommendations of the insurers and insurance brokers issuing or arranging for issuance of the policies required here, in all areas of safety, insurance program administration, claim reporting and investigating, and audit procedures.

Adjustment of Losses Any County’s or Team’s first party loss insured under the policies required herein shall be adjusted by Respondent and County or Team, as their interest may appear, and made payable to County or Team, as trustee, for the insured’s as their interest may appear, subject to the requirements of any applicable mortgagee clause. The County or Team, as trustee, shall have the power to adjust and settle any loss with the insurers unless one of the parties in interest objects in writing within five (5) days after the loss to County’s or Team’s exercise of this power. If such objection is made, an arbitrator mutually acceptable to the parties in interest and the County or Team shall be chosen promptly.

The County or Team, as trustee, shall in such case make settlement with the insurers in accordance with the directions of such arbitrator. If distribution of the insurance proceeds by arbitration is required, the arbitrators shall direct such distribution.

Replenishments of Limits At Respondent’s expense, all limits must be maintained at all times due to claims on this project or any other project. Failure to do so may result in cancellation of this Agreement at the County’s sole discretion. If Respondent fails to renew, replace or replenish the

8

8/8/2019 6:31 AM p. 10 Hamilton County Bid RFQ 051-19/JW

coverage required, County may do on Respondent’s behalf and deduct the cost from Respondent’s payments.

Insurance Limits and Coverage To the extent applicable, the amounts and types of insurance shall conform to the minimum terms, conditions, and coverage of Insurance Service Office (ISO) policies, forms, and endorsements.

If Respondent has any self-insured retentions or deductible under any of the following minimum required coverage, Respondent must identify on the certificate of insurance the nature and amount of such self-insured retentions or deductible and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductible shall be Respondent’s sole responsibility.

Commercial General Liability Respondent shall maintain commercial general liability insurance covering all operations by or on behalf of Respondent on an occurrence basis against claims for personal injury (including bodily injury and death) and property damage (including loss of use). Such insurance shall have these minimum limits and coverage:

Minimum Limits:  $1,000,000 each occurrence  $1,000,000 general aggregate  $2,000,000 products and completed operations aggregate  $100,000 fire liability

Coverage:  Equivalent to most recent ISO commercial general liability form ISO CG 00 01  Products and completed operations coverage maintained for at least two (2) years  Blanket contractual liability  Broad form property damage  Severability of interest  Personal injury  Waiver of subrogation  Joint venture as named insured (as applicable)  Additional insured endorsement

Professional Liability Insurance Respondent shall maintain Professional Liability Insurance for Architect’s and Engineer’s services, written on either an “occurrence” or “claims made” basis, with limits of liability not less than $2,000,000.00 per claim/$2,000,000,00 annual aggregate, and with a deductible no greater than $10,000 insuring against any liability described above and/or arising out of or in connection with the negligent acts, errors or omissions of Architect, Engineer, or any of their employees in connection with the carrying out of their responsibilities under the Agreement.

9

8/8/2019 6:31 AM p. 11 Hamilton County Bid RFQ 051-19/JW

Automobile Liability Respondent shall maintain business auto liability covering liability insurance arising out of any auto (including owned, hired, and non-owned autos) assigned to or used in performance of the work contemplated under this Contract. The policy shall be at least as broad as the current version of the ISO CA 00 01 form.

Minimum Limits:  $1,000,000 combined single limit each accident Coverage:  Additional insured endorsement  Specific waiver of subrogation  Contractual liability

Worker’s Compensation Respondent shall maintain workers’ compensation and employer’s liability insurance.

Minimum Limits:  Worker’s compensation-statutory limit meeting the requirements under the laws of Ohio

Employer’s liability $1,000,000 bodily injury for each accident $1,000,000 bodily injury by disease for each employee $1,000,000 bodily injury disease aggregate

Umbrella/Excess Liability Respondent shall maintain umbrella/excess liability insurance on an occurrence basis in excess of the underlying insurance described in Commercial General Liability insurance, Professional Liability Insurance, and Business Automobile Liability insurance, which is at least as broad as each and every one of the underlying policies.

The amounts of insurance required in this section of General Liability, Professional Liability, Business Auto Liability and Umbrella/Excess Liability may be satisfied by Respondent purchasing coverage for the limits specified or by any combination of underlying and umbrella limits, so long as the total amount of insurance is not less than the limits specified in General Liability, Business Auto Liability and Umbrella/Excess Liability when added together.

 Minimum Limits: $3,000,000 combined single limit and aggregate limit. Coverage:  Additional insured endorsement  Pay on behalf of wording  Concurrency of effective dates with primary  Blanket contractual liability 10

8/8/2019 6:31 AM p. 12 Hamilton County Bid RFQ 051-19/JW

 Punitive damages coverage (where not prohibited by law)  Aggregates: apply where applicable in primary  Care, custody, and control-follow form primary  Drop down feature  Specific waiver of subrogation

Self-Insured Retention $10,000

SCOPE OF SERVICES SCHEDULE FOR THE ARCHITECTURAL AND ENGINEERING CAPITAL ASSESSMENT OF PAUL BROWN STADIUM IN HAMILTON COUNTY OHIO

2.0 REQUIREMENTS AND SPECIFICATIONS

The intent of this REQUEST is to obtain responses from qualified vendors to provide the scope of services for a period of approximately 180 days.

2.1 DESCRIPTION AND SCOPE OF SERVICES

The purpose of this request for qualifications is to engage the services of a qualified architectural/engineering firm to provide to the County and Team a review and assessment of the on-going capital needs of Paul Brown Stadium and to obtain a long-term capital repair, replacement, and improvement program, including potential architectural and technological upgrades, which takes a broad look at the PBS and offers design options for the parties to consider over the next 20 years, and results in a comprehensive Capital Improvement Plan (CIP). (a Facility Condition Assessment (“FCA”)). Qualified firm shall conduct an Architectural and Engineering Capital assessment of Paul Brown Stadium in Hamilton County Ohio and prepare documentation, as described herein, regarding the condition of PBS, recommendations with respect to a capital repair and replacement plan and matters relating thereto. The objective of the FCA will be to evaluate the condition of the existing facility, document issues or defects based on observations, provide estimates of the expected life of the various components, recommendations for repair and replacement and the range of costs associated with such capital plan recommendations of associated repair/replacement costs.

As part of this assessment, the qualified firm will be asked to identify where existing systems could be upgraded to respond to new materials or technology, or where changes may be desirable to improve fan experience, operational efficiencies, or revenues to the Team. These upgrades would be clearly identified and broken out separately from the long-term capital assessment.

Visual observation as well as discussions with County and Team staff is anticipated.

The scope of work shall consist of the phases described below and generally include Architectural, Site and Interior Flatwork/Concrete, Structural, Mechanical Systems, Seats, Audio/Visual, Technology and Concession/Catering equipment and food service areas,

11

8/8/2019 6:31 AM p. 13 Hamilton County Bid RFQ 051-19/JW

including Stadium Club Lounge areas. The FCA should include a comparison to similar outdoor professional stadiums with anticipated expected useful life. The FCA will include an in-depth structural, mechanical, and technological review of PBS, and a targeted assessment of the functional and revenue-producing elements of PBS.

INTRODUCTION:

Paul Brown Stadium is located on the Ohio riverfront in Cincinnati Ohio 45202 in an area now recognized and referred to as “”. The Stadium was designed and constructed from 1996 to 2000 and opened in August 2000. PBS is owned by Hamilton County, Ohio with its main tenant being the Cincinnati Bengals of the . Additionally, PBS hosts other events including concerts, high school and , soccer, and many other indoor events hosted in the Club Lounges on the East and West elevations of the Stadium.

Architect: NBBJ Sports & Entertainment Structural Engineer: Ove Arup & Partners General Contractor: Turner/Barton Malow/D.A.G. JV MEP Engineer: Flack & Kurtz County Stadia Manager Joe Feldkamp Stadium manager Paul Brown Stadium Ltd., Eric Brown, Managing Director

PBS includes traditional seating, club seats, suites, lounge areas, press box, locker rooms, training rooms, medical facilities, meeting rooms, offices and other areas along with other typical programming offerings found in most other NFL stadiums. Since completion of construction in August 2000, PBS has undergone certain capital repair, replacement and improvements as detailed in Schedule A attached hereto.

The goal of the Facility Condition Assessment is to assist in the development of a comprehensive Capital Improvement Plan ("CIP") regarding all aspects of PBS as further detailed herein.

In November 2018, Hamilton County and the Cincinnati Bengals reached an agreement whereby the County agreed to provide additional annual funding for necessary capital repair and replacement at PBS approximating $42 million through 2026.

SCOPE OF SERVICES:

This Request For Qualifications is intended to solicit expertise from an architectural/engineering firm ("A/E Firm") with significant experience and knowledge of other NFL stadiums or other large seating capacity stadia for an evaluation of the condition of PBS to provide programmatic direction, maintenance, capital repair and improvement initiatives, and planning suggestions that improve the sustainability of PBS and its competitiveness with other NFL stadiums. In addition, the response should recognize the importance of PBS to be maintained (structurally, mechanically, functionally, and economically) in terms of revenue production capabilities for the Team over the next twenty (20) years. The design work contemplated by this RFQ will be jointly evaluated by the Team and the County and the capital review fees will be funded equally by the two parties. 12

8/8/2019 6:31 AM p. 14 Hamilton County Bid RFQ 051-19/JW

The design work should include an updated architectural program and/or review from what was used as the basis for the original construction of PBS.

The Scope includes the following:

 On-Site Facility Condition Assessment. A/E Firm will conduct a detailed on-site condition assessment of PBS. The on-site assessment will be performed using both component-level and system-level inspection methods. The A/E Firm will evaluate PBS to determine whether sufficient evidence is available to warrant complete replacement of a particular system or component, or if repairing only portions of the system is preferable or more cost effective. The On-Site Assessment shall:

 Outline the steps needed to assess the PBS and its building components and systems.  Provide methodology for evaluation of PBS and its building components and systems.  Assess structures, utilities and their integral components/systems. Copies of PBS floor plans and maintenance history records when available will be made to the A/E Firm.  Identify and document current condition of PBS, including the structural integrity, physical state, and compliance with modern building codes.  Identify and report all civil, structural, roof, mechanical, electrical deficiencies, and recommended upgrades and/or improvements.  Identify and immediately report to the County and Team components or situations that are considered urgent (endangering life and/property).  Identify all maintenance, repair, and replacement requirements including recommendations from the energy efficiency audit to enhance operations.  Provide an assessment of maintenance efforts to-date as compared to industry standards. Also, provide preventative maintenance recommendations, to include minimum standards of day-to-day upkeep and their associated costs based on industry standards (including but not limited to: on-going building maintenance, equipment replacement, janitorial needs and staffing, basic cleaning/deep cleaning, paint, flooring replacement, lighting replacement, etc.).  Identify cost effective and/or necessary and/or appropriate repair and replacement options to correct defects and defective conditions or to provide lifecycle replacement/repair and modernization projects anticipated over a 10- and 20-year horizon of anticipated building use.  Recommend cost estimates for corrections, replacement, and/or reconstruction work for all deficiencies.  Provide a suggested priority list and/or timeline for accommodating the recommended replacement and/or reconstruction work.  Forecast future facility renewal/reconstruction costs.  Review and analyze the Capital repairs and replacements since 2000 set forth in Exhibit A, including the recent $11 million in improvements in 2015-2017 in the context of future capital requirements.  Identify upgrades in components and systems that would provide improved fan experience, operating efficiencies, and/or additional revenue opportunities for Team.  Provide a tentative schedule of each scope of work to be performed and time frames to conduct the work given the required uninterrupted NFL football schedule for public use of PBS. 13

8/8/2019 6:31 AM p. 15 Hamilton County Bid RFQ 051-19/JW

 Perform a thorough visual assessment of all architectural, civil/structural, mechanical, electrical, fire, plumbing, and sewer components/systems. The facility condition assessment will focus on the following elements:

Architecture/ Interiors/Lighting: Condition of interior and exterior components, finishes, function of spaces; event space upgrades (Club lounge areas, suites, locker rooms); formal assessment of installed assets useful life Concession/Catering/ Retail: Assessment of Stadium club lounge and suite areas, concessions areas and associated equipment and kitchens; food service Structural: Building structure, roof/canopy structure, plaza structure, expansion joints, waterproofing; including floors, bearing walls, columns, beams, roofs (survey and estimate by others in a separate study), and exterior closure (exterior walls, windows and doors); consider the accessible shell components and ancillary elements for signs of distress and document findings (with photo log if possible). Flatwork/Concrete: Sidewalks, Curbs, Tunnels, Concourses, Ramps, Plaza Seating: Stadium seating MEP/HVAC: Assessment of mechanical, electrical and plumbing systems and equipment, sanitary pipes, domestic pipes, fixtures Security/Fire Detection/ Protection/Life Safety Systems: Disabled Accessibility: ADA/Code Requirements AV/Technology: Assessment of IT systems, Wi-Fi, phone, security, video display/production systems Vertical Transportation: Elevators/escalators/lifts

Analysis of Facility Condition Assessment.

The A/E Firm shall evaluate, analyze, and provide projections for the following areas:  Deficiency costs summarized by building system  Deficiency costs summarized by priority  Deficiency costs summarized by category type  Development of and Calculation of the Facility Condition Index (FCI)  Multi-year annual expenditure forecast  Develop a 7 year plan for capital improvements through the current term of the Lease. 14

8/8/2019 6:31 AM p. 16 Hamilton County Bid RFQ 051-19/JW

 Develop10- and 20-year Capital expenditure plan, which is a schedule of all capital expenditures and actions required to maintain and repair facilities, including projects developed during the analysis of facility condition information, unconstrained by available funding limitations  Analysis will include the calculation of the Facility Condition Index  FCI will provide a simple measure of the relative condition of PBS. The FCI is the ratio of the deficiencies (regular and deferred maintenance, repair, and replacement cost) to the current replacement value.  A/E Firm shall utilize life cycle analysis for component renewal and propose to the County review of the standards proposed to develop component renewal costs. Building components will be evaluated based on their individual life cycles, determined by an evaluation of the age. The renewal cost for the components will be computed and identified by renewal year. The A/E Firm will report the life cycle costs at the component-level, building-level, and will provide a total.

Facility Condition Assessment Report. Using the data collected during the On-Site Facility Condition Assessment and Analysis Phase, the A/E Firm shall provide a separate comprehensive Condition Assessment Report. The report shall contain the following minimum information:

 Capital requirement costs summarized by building systems.  Capital requirement costs summarized by priority.  Capital requirement costs summarized by category type.  Calculation of the Facility Condition Index.  Multi-year annual expenditure forecast.  Detailed description of building assets and equipment detailing the observed condition and deficiency cause providing recommendations to correct the deficiency.  List of the information provided and collected such as equipment type, manufacturer, etc.  Digital photographs for each element recommended for potential action. Interior photographs will be used to document critical or unusual conditions. Photographs will be used to explain and /or justify the prioritization of corrective actions.  A schedule of annual forecast expenditures itemizing each deficiency against each asset classification of the total cost for the actions required to correct the deficiencies by building system.  List of all upgrades in components and systems that would provide improved fan experience, operating efficiencies, and/or additional revenue opportunities for Team. As to each, identify other facilities (NFL stadium or otherwise) that have implemented such upgrades and construction and other costs associated with implementing the upgrade at PBS.  Based on the facilities condition assessment, create a suggested priority list and timeline of recommended maintenance improvements’, capital repair/replacement of building components and systems, and upgrades of components and systems. This list shall include current and deferred maintenance costs for the proposed work.

15

8/8/2019 6:31 AM p. 17 Hamilton County Bid RFQ 051-19/JW

The comprehensive final report (both hard copy and electronic version) shall include the following:  Executive Summary  Methodology Description  Facility Inventory  Full Condition Assessment  Listing of all potential upgrades of components/systems  Suggested Priority List and timeline  Recommendations regarding Capital Improvement Program, including:  Preliminary design concepts for 7-year CIP  Projected construction costs for items contemplated by 7-year CIP  Phased timeline for implementing 7-year CIP elements  Overall recommended approach on schedule for 7-year CIP  Proposed costs for design work contemplated by the Proposal  Identification of elements needed to execute the contemplated 7-year CIP

Preparation and Presentation. The A/E Firm shall present the assessment findings through reports, graphs, and charts to provide a visual representation of the condition assessment data. The material prepared shall be clear, detailed, and sufficient to reflect the scope of the funding needed.

The Report shall include the following Documentation:

1) A comprehensive assessment of the areas to be examined with representative photos and narrative to explain current/existing condition of the facility and recommended repairs and/or replacement as applicable.

a. The comprehensive assessment narrative shall be reflected in the 7-,10-, and 20-year comprehensive assessment

b. Proposed format shall be coordinated and approved by County and Team.

2) 7-, 10-, and 20-year comprehensive financial assessment of the areas to be examined with capital costs associated in applicable years for recommended repairs and/or replacement as applicable

a. Additional line items within the areas to be examined should be included to associated specific areas of repair and/or replacement

b. Proposed format shall be coordinated and approved by County staff.

3) Preventative Maintenance Program

4) Capital Expense Matrix

5) Program for potential PBS upgrades

16

8/8/2019 6:31 AM p. 18 Hamilton County Bid RFQ 051-19/JW

2.2 SCHEDULE FOR RFQ PROCESS

September 5, 2019: A/E Firm submits proposals via Bid Sync or paper copy to the address provided in Section 1.2 above

September 5-20, 2019: County and Team review proposals

September 20, 2019: A/E Firms selected for presentations and/or in- person interviews

September 23- October 4, 2019: Presentations/interviews conducted at PBS

October 11, 2019: A/E Firm selected

3.0 RFQ SUBMISSION FORMAT

To expedite and simplify the process for evaluating Responses, and to assure each receives the same orderly review, it is required that all Responses be submitted in the format as described in this section. Section 1 Cover Sheet Section 2 Executive Summary Section 3 Respondent References Section 4 Organization and Key Personnel Qualifications Section 5 Competence/Distinguishing Characteristics Section 6 Understanding of the Project

3.1 Section 1 – Cover Sheet:

Respondents indicate the bid title and number, name of your company, and date.

3.2 Section 2 – Executive Summary:

Provide the following information relative to the company:  Location of Company – Provide the address for the company’s headquarters or name of the Respondent’s local office physically closest to the City of Cincinnati, Ohio (if applicable). Include a contact name, address, and phone number.

 Respondent’s Primary Business – State the company’s primary line of business, the date established, the number of years of relevant experience; specifically, as it relates to current NFL stadiums, and the number of employees. 17

8/8/2019 6:31 AM p. 19 Hamilton County Bid RFQ 051-19/JW

 Company History – Provide a brief history of Respondent's organization. State briefly the programmatic and administrative experience and credentials qualifying the Respondent to perform the proposed services. Include the Respondent’s mission statement, philosophy of service, relevant experience demonstrating knowledge in both the physical condition and economic performance of other NFL stadiums, and any special qualifications.

 Financial Responsibility - Include firm’s representations identifying its financial stability. Capitalization of firm (latest fiscal year statement or similar); recent or foreseen merger, acquisitions; corporation partnership or joint venture description; number of years in business.

3.3 Section 3 – Respondent References:

The Respondent must list at least three (3) references for whom products/services were sold/provided similar in nature and functionality to those requested by Hamilton County herein.

Each reference must be accompanied by:  Company Name  Address  Phone Number, E-mail and Fax Number  Contact Person  Nature of Relationship and Service Performed  Time Period of Contract

Also include any Past and Current RFQ’s that are similar in scale & scope. Include a list of clients & contact information for current NFL stadiums and recently completed projects that are similar in scale/scope, including any stadium facility condition assessments (similar to the work outlined in this RFQ) and any stadium renovation experience within the last 10 years.

State the number and size of projects of the firm and assigned personnel; stage of completion of current projects; number of projects behind schedule or past completion date, also those ahead of schedule or completed early. Include both construction document and construction administration phases for this evaluation. Indicate in this section the total known or anticipated dollar volume of projects and divide this number by the firm total professional-technical employees shall include; graduate and/or licensed design professionals, designers and lead drafts person.

3.4 Section 4 – Organization and Personnel Qualifications:

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.

18

8/8/2019 6:31 AM p. 20 Hamilton County Bid RFQ 051-19/JW

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 Response 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 County. Continuity will be important with this assignment.

For key personnel and the project manager who will be working on the project, please submit resumes with the following:

 Proposed Role  Job Description  Industry Certification(s) and Educational Background  Work History, including involvement in any stadium facility condition assessments (similar to the work outlined in this RFQ) and any stadium renovation within the last 10 years.  Personal Reference (company name, contact name and phone number, scope and duration of similar project)

Submit staffing plan and availability for this project.

3.5 Section 5 – Competence/Distinguishing Characteristics:

State the size of staff, number of registered professionals, overall experience of staff, and experience of assigned staff for the particular project. State the technical education of assigned individual(s) or staff. Provide indication of adequate equipment and facilities for project(s). Discuss the firm’s method of documentation, quality control and the project management methods to be utilized. Provide above information for consultants (if utilized).

Respondents are encouraged to identify their services’ distinguishing characteristics, which should be reviewed. These characteristics may be beyond the scope of this project if the Respondent deems, they would provide value to the long-term goals of the County. Provide any information that would be helpful for us to review as related to the specifications included in Section 2.0-Requirements and Specifications.

3.6 Section 6: Understanding of the Project and Economic Factors Impacting NFL Stadium Performance

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  Understanding and experience with NFL stadium performance metrics

19

8/8/2019 6:31 AM p. 21 Hamilton County Bid RFQ 051-19/JW

4.0 Selection Process and Criteria

4.1 Initial Screening for Responsiveness and Minimum Qualifications:

The County and Team shall first review submittals for responsiveness and minimum qualifications, meeting the base submittal requirements, satisfactory past performance and other elements of responsiveness and minimum qualifications.

4.2 Submittal Evaluation:

As provided for under Ohio Revised Code §153.65-71, Team and County will review, evaluate and rank all statement of qualifications received based on the following criteria and the qualifications previously described:

1 Competence of the Responder to perform the facility assessment, life cycle documentation, costing/estimating and documentation, and long- range capital planning required professional design services as indicated by the technical training, education, and experience of the Responder’s personnel who would be assigned to perform the services;

2 Ability of the Responder in terms of its workload and the availability of qualified personnel, equipment, and facilities to perform the required services competently and expeditiously;

3 Past performance of the Responder as reflected by the evaluations of previous clients, including Owner, with respect to factors such as, but not limited to, control of costs, quality of work and meeting of deadlines 4 Knowledge and experience with the physical condition and economic performance of current NFL stadia, including upgrades to components and systems that enhance fan experience, operational efficiency, and team revenue; distinguishing characteristics and understanding of the project 5 Qualifications of the firm’s consultants; 6 Firm’s approach to: a) Quality control b) Coordination of the work with the Assistant Director of Project Management and/or the Facilities Project Manager c) Site visits and oversight 7 Any other facts considered relevant by the County and demonstrated by the bid or investigation by the County, and presentation and/or in-person interview.

4.3 Interviews:

The top ranked firms considered most competitive will be shortlisted for a presentation and answer questions proposed by the County and Team interview panel and will evaluate based on those interview(s) and broken out as follows:

20

8/8/2019 6:31 AM p. 22 Hamilton County Bid RFQ 051-19/JW

 Existing facility review approach  Maintenance planning approach  Ability to ascertain difficult-to-detect problems  Report collection/integration management approach  Life cycle assessment and cost estimating approach  Capital plan development and implementation

Firms selected for interviews will be provided up to 60 minutes for a presentation, and upon the conclusion of the presentation will be asked questions by the interview panel. The firm’s key personnel that are being proposed will be required to participate in the presentation/interview. The presentation/interview will be ranked based on the selection criteria and relative weights outlined above.

Rankings of firms shall be determined by the County and Team using the combined results of interviews and submittals. The Consultant shall not bring an individual who does not work for the Consultant or for the Consultant as a subconsultant on similar projects, without specific advance authorization by the County and Team.

4.4 Professional References:

The County and Team may contact one or more professional references that have been provided by the Consultant, or other sources that may not have been named by the Consultant, but can assist the County and Team in determining performance.

4.5 Selection:

The County and Team shall mutually agree on the selection of the Consultant(s) who best meets the County's and Team’s needs, as mutually agreed by them.

4.6 Contract Negotiations:

The selected Consultant(s) will be asked to provide a fee schedule for negotiation and discussion with the County and the Team. The County and Team together may negotiate any aspect of the submittal or the solicitation. The County and Team together may negotiate elements of the submittal as required to best meet the needs of the County and Team as mutually agreed by them.

21

8/8/2019 6:31 AM p. 23 Hamilton County Bid RFQ 051-19/JW

SCHEDULE A

PBS Capital Repair, Replacement and Improvements 2000-2019

22

8/8/2019 6:31 AM p. 24 Hamilton County Bid RFQ 051-19/JW

Schedule B

PROPOSED PERSONNEL FEE AND EXPENSE SCHEDULE (to be negotiated and completed after evaluation and selection is made)

Name of Company: ______

Address: ______

City:______State:______Zip: ______

Phone:______Fax:______

E-mail: ______

Signature:______Date:______

23

8/8/2019 6:31 AM p. 25 Hamilton County Bid RFQ 051-19/JW SCHEDULE "A"

Paul Brown Stadium Capital Repairs by Year

Year Amount

2002 $ 412,981 2003 $ 677,344 2004 $ 1,261,590 2005 $ 1,214,439 2006 $ 1,432,326 2007 $ 1,159,914 2008 $ 2,324,428 2009 $ 1,222,771 2010 $ 512,230 2011 $ 801,465 2012 $ 721,587 2013 $ 930,203 2014 $ 908,220 2015 $ 1,211,899 2016 $ 2,725,614 2017 $ 1,859,408 2018 $ 1,689,796 2019 Budget $ 6,329,500

Total $ 27,395,715

8/8/2019 6:31 AM p. 26 Hamilton County Bid RFQ 051-19/JW

5

REGISTRATION FORM PLEASE READ AND ACKNOWLEDGE RECEIPT OF THIS DOCUMENT

RFQ#: RFQ 051-19/JW Architectural and Engineering Assessment of Paul Brown Stadium in Hamilton Count

All inquiries regarding this ITB/RFP are to be e-mailed, mailed or faxed to: Jill E Williams Purchasing Agent I 138 E. Court Street, Room 507 Cincinnati, Ohio 45202 Fax #: (513) 946-4335 Email: [email protected]

The County will not entertain any oral questions regarding this ITB/RFP. Other than specified above, no bidder may contact any county official, employee, project team member or evaluation team member. Bidders are not to schedule appointments or have contact with any of the individuals connected to or having decision-making authority regarding the award of this ITB/RFP. Inappropriate contact including attempts to influence the ITB/RFP process, evaluation process or the award process by bidders or by others on their behalf will result in bid/proposal rejection.

The only appropriate contact is with the Purchasing Department as listed above.

Have you been banned from doing business with the State of Ohio?

Is your company a Small Business and if yes, please specify?

Please fax or e-mail this page to the Purchasing Department as soon as possible.

Please fax or e-mail this page to the Purchasing Department as soon as possible.

By faxing or e-mailing this page to the Purchasing Department, you will be registering your company’s interest in this ITB/RFP, attendance at pre-bid conference, and it will ensure you will receive all addenda or correspondence. Your signature is an acknowledgement that you have read and understand the information contained on this page. Hamilton County will not be responsible for the timeliness of the delivery via U.S. Mail

DATE:

COMPANY NAME:

ADDRESS:

CITY, STATE & ZIP CODE:

SALES REPRESENTATIVE’S NAME:

TELEPHONE NUMBER:

FACSIMILE NUMBER:

EMAIL ADDRESS:

NUMBER OF PEOPLE ATTENDING PREBID (IF 8/8/2019 6:31 AM p. 27 APPLICABLE):

SIGNATURE:

6 5

REGISTRATION FORM PLEASE READ AND ACKNOWLEDGE RECEIPT OF THIS DOCUMENT

RFQ#: RFQ 051-19/JW Architectural and Engineering Assessment of Paul Brown Stadium in Hamilton Count

All inquiries regarding this ITB/RFP are to be e-mailed, mailed or faxed to: Jill E Williams Purchasing Agent I 138 E. Court Street, Room 507 Cincinnati, Ohio 45202 Fax #: (513) 946-4335 Email: [email protected]

The County will not entertain any oral questions regarding this ITB/RFP. Other than specified above, no bidder may contact any county official, employee, project team member or evaluation team member. Bidders are not to schedule appointments or have contact with any of the individuals connected to or having decision-making authority regarding the award of this ITB/RFP. Inappropriate contact including attempts to influence the ITB/RFP process, evaluation process or the award process by bidders or by others on their behalf will result in bid/proposal rejection.

The only appropriate contact is with the Purchasing Department as listed above.

Have you been banned from doing business with the State of Ohio?

Is your company a Small Business and if yes, please specify?

Please fax or e-mail this page to the Purchasing Department as soon as possible.

Please fax or e-mail this page to the Purchasing Department as soon as possible.

By faxing or e-mailing this page to the Purchasing Department, you will be registering your company’s interest in this ITB/RFP, attendance at pre-bid conference, and it will ensure you will receive all addenda or correspondence. Your signature is an acknowledgement that you have read and understand the information contained on this page. Hamilton County will not be responsible for the timeliness of the delivery via U.S. Mail

DATE:

COMPANY NAME:

ADDRESS:

CITY, STATE & ZIP CODE:

SALES REPRESENTATIVE’S NAME:

TELEPHONE NUMBER:

FACSIMILE NUMBER:

EMAIL ADDRESS: Hamilton County Bid RFQ 051-19/JW

NUMBER OF PEOPLE ATTENDING PREBID (IF APPLICABLE):

SIGNATURE:

6

8/8/2019 6:31 AM p. 28 Hamilton County Bid RFQ 051-19/JW

5 Question and Answers for Bid #RFQ 051-19/JW - Architectural and Engineering Assessment of Paul Brown Stadium in Hamilton Count

Overall Bid Questions

There are no questions associated with this bid.

6

8/8/2019 6:31 AM p. 29