REQUEST FOR QUALIFICATIONS Bailey Cove Transmission Main Phase 1

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

NAPA SANITATION DISTRICT Napa, California

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT

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

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

Telemetry Upgrade Project: Phase-3

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES

CONSULTANT SERVICES AGREEMENT

CONTRACT FOR SERVICES RECITALS

REQUEST FOR QUALIFICATIONS Green Mountain Water Distribution Upgrades

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

ACTUARIAL SERVICES AGREEMENT. THIS AGREEMENT is made and entered into on this day of,

KITSAP COUNTY REQUEST FOR QUALIFICATIONS (RFQ) NOTICE TO CONSULTANTS FOR KITSAP COUNTY FAIR AND FIARGROUNDS

Request for Proposal. Municipal Facility Space Needs Assessment City of Burnsville, MN

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211

GEORGE MASON UNIVERSITY Student Services Entertainment and Event Agreement

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation

HCAOG CONSULTANT SERVICES CONTRACT FOR PREPARATION OF THE

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

Request for Qualifications (RFQ #704-18) Establish a Hybrid Law Enforcement Model Consulting & Support Services

SARPY COUNTY AND SARPY CITIES WASTEWATER AGENCY

Professional Services Agreement

Request for Qualifications

FIXTURING/INSTALLATION AGREEMENT

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT]

PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES

PROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

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

City of Beverly Hills Beverly Hills, CA

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

CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5

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

Welcome to the Model Residential Owner/Design Consultant Professional Service Agreement

EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES

MIDDLESEX COUNTY UTILITIES AUTHORITY

TEMPORARY EMPLOYEE STAFFING. Request for Proposal

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

REQUEST FOR QUALIFICATIONS. Environmental Consulting Services To Support Brownfields Revolving Loan Fund Program

AGREEMENT FOR SERVICES

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

ANNEX A Standard Special Conditions For The Salvation Army

AGREEMENT BETWEEN CITY OF NORTH LAS VEGAS AND [INSERT NAME OF SERVICES PROVIDER]

OGC-S Master Facility Use Agreement for Conference and Training Center

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

REQUEST FOR QUALIFICATIONS AND LETTER OF INTEREST REGARDING DEVELOPMENT OF TRANSPORTATION PLANNING REPORT (TPR) FOR FUTURE DESIGN OF BUCKNER LANE

REQUEST FOR PROPOSALS For: Youth Sports Officials and Scorekeepers

Town of West Yellowstone

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS

AGREEMENT REGARDING On-Call CONSULTANT SERVICES. Agreement No.

MEMORANDUM OF AGREEMENT SUMMARY

CITY OF CORONADO REQUEST FOR QUALIFICATIONS CONSULTANT SERVICES FOR PREPARATION OF A CLIMATE ACTION PLAN

AGREEMENT FOR PRELIMINARY CONSTRUCTION SERVICES FOR THE DEVELOPMENT OF (INSERT PROJECT NAME HERE)

Instructions / Face Sheet for INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES (CONSTRUCTION-RELATED)

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

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

City of Loveland, Ohio

BUSINESS ASSOCIATE AGREEMENT

COUNTY OF SACRAMENTO MUNICIPAL SERVICES AGREEMENT FOR TITLE

REQUEST FOR PROPOSALS (RFP) ARBORIST CONSULTANT SERVICES

April 27, 2017 REQUEST FOR PROPOSALS (RFP) FOR PROFESSIONAL LAND SURVEYING SERVICES

ST. LOUIS COUNTY REQUEST FOR PROPOSAL FINANCIAL ADVISORY SERVICES

WHEREAS, the City and Contractor desire to enter into an Agreement whereby Contractor shall provide the following Service:

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

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES

Request for Qualifications No Professional Property Appraisal Services

CONSULTING AGREEMENT STANDARD TERMS AND CONDITIONS

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

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

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

CONSULTING SERVICES AGREEMENT [Lump Sum]

Ceres Unified School District SERVICES CONTRACT

RFP NAME: AUDITING SERVICES

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

BUSINESS ASSOCIATE AGREEMENT

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

DGR ENGINEERING Master Agreement for Professional Services Task Order Version

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

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

1. Agency shall perform the work described in Terms of Agreement, Parargraph 1 of this Agreement.

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O.

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax:

DESIGN PROFESSIONAL SERVICES (Type) MASTER CONTRACT CONTRACT NO.

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

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS

PERSONAL SERVICES CONTRACT

ISSUE DATE: November 8, 2018 DUE DATE: November 28, 2018, 1:00 PM

FORM CONTRACT FOR INDIGENT DEFENSE SERVICES

TOWN OF QUEEN CREEK S. ELLSWORTH ROAD QUEEN CREEK, AZ (480)

STORM DRAIN ENGINEERING DESIGN SERVICES

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

Transcription:

RFQ Bailey Cove Transmission Main - Phase 1 REQUEST FOR QUALIFICATIONS Bailey Cove Transmission Main Phase 1 Consulting Engineering Services Huntsville Utilities (HU), is accepting Statements of Qualifications (SOQ) from Engineering Companies (Engineer) interested in providing professional engineering services associated with planning and designing a 30 inch potable water transmission main. The Engineer selected by HU will be offered the opportunity to enter into a Consulting Engineering Services Agreement (Agreement) with HU. A copy of the Agreement is included in Appendix A of this RFQ and no modifications to the terms contained within the Agreement will be considered. SOQ Submittal SOQs must be received at the Huntsville Utilities Main Office at 112 Spragins Street, NW, Huntsville, Alabama, by (3:00 p.m. CT) on November 30, 2017, to be considered. Any response received after that time and date will be returned unopened. Responses should be mailed or hand-delivered to Miranda Duke, Purchasing Officer. All responses shall be submitted in a sealed envelope plainly marked Bailey Cove Transmission Main Phase 1. Six copies of the SOQ shall be submitted. All questions regarding the SOQ must be submitted to Miranda Duke in writing at Miranda.Duke@hsvutil.org prior to 11:00 a.m. CT, November 20, 2017. Questions after November 20 th will not be answered. Professional Services Statement of Qualifications (SOQ) HU seeks professional engineering services for the planning and design of a new 30 potable water transmission main along Bailey Cove Road, in Southeast Huntsville. At a minimum, the Engineer will be expected to develop and deliver a preliminary routing memo, with alternates, and then design the new main based off the approved route. The Engineer will provide cost estimates with every submittal to HU. This is the first phase of a two phase project to extend a new transmission main along Bailey Cove Road from the vicinity of Ditto Marina Parkway to Mountain Gap Road. The first phase will extend a 30 main, which is currently under construction, approximately 7,400 feet from Ditto Marina Parkway to Hobbs Road. Page 1 of 4

RFQ Bailey Cove Transmission Main - Phase 1 The second phase will extend the main an additional 4,200 feet to tie in to an existing 16 main at Mountain Gap Road. Statement of Qualifications (SOQ) Format SOQs must be submitted in the format identified below. Non-compliance with the format requirements may result in the SOQ being rejected. Each section of the SOQ must be preceded with a divider page containing a labeled tab. Do not exceed the number of pages identified below for each section. All pages shall be no larger than 8.5 x 11, single space line spacing, and have no text, except page numbers within 1 inch of the edge of the page. Additionally all text shall be in Times New Roman with a minimum font size of 11. The SOQ must be submitted in a mechanically or glue bound document. Stapled documents will not be accepted. I. Transmittal Letter (max. 1 page) The first page of the document shall be a letter from the company transmitting the SOQ to HU. The letter must certify that the information provided in the SOQ is accurate and is signed by an appropriate officer of the company. Also, include a statement indicating that the Engineer is willing to perform the services in accordance with the Agreement without any modifications to the Agreement. Include in the letter the name and contact information of the person to whom questions about the SOQ should be addressed. II. Table of Contents (max. 1 page, precede with labeled tab divider page) Include a table of contents after the transmittal letter. III. General Information about the Company (max. 2 pages, precede with labeled tab divider page) Provide general information about the company s size, office locations, expertise, water utility clients, years in business, and any other general credentials that characterize the capabilities of the company. General information should also be provided for all sub-consultants. Include a valid copy of the company s and all sub-consultant s Certificate of Authorization to provide professional engineering and/or land surveying services within the State of Alabama. Certificate pages will not count towards page count for section. Include a project organizational chart for all personnel and subconsultants proposed on the project and indicate which company office that they are located. Organizational chart will not count towards page count for section. IV. Transmission System Planning and Design Experience (max. 10 pages, precede with labeled tab divider page) Provide information pertaining to previous planning and design experience of water transmission mains. HU considers mains 16 inches in diameter and larger to be considered transmission mains. Please include Page 2 of 4

RFQ Bailey Cove Transmission Main - Phase 1 all pertinent information regarding previous planning and design experience that, at a minimum, includes the following: Client, location, client contact information, pipe length, pipe size, pipe material, system pressures, corridor characteristics, estimated cost, construction cost, permitting requirements, soil types, project manager, project engineer, geotechnical engineer, surveyor, and anything specific to the project that would be of interest. Also, briefly describe the recommended improvements and status of project. Insert a resume, two page maximum each, at the end of the section for the project manager, project engineer, geotechnical engineer, and surveyor. Resume pages will not count towards page count for section. V. Proximity to HU (max. 1 page, precede with labeled tab divider) Identify the address of the company office(s) that the project manager, project engineer, and sub-consultants are located. State when the office was opened and identify the distance from 112 Spragins Street NW, Huntsville, AL 35801 to the company office of the project manager, project engineer, and sub-consultants. Also, include the address of all company offices listed in the organizational chart. VI. QA/QC (max. 2 page, precede with labeled tab divider) Provide information pertaining to the companies QA/QC program. Include specifics on how program will be utilized to ensure that all documents delivered will be of the highest quality. Insert a resume, two page maximum, at the end of the section for the QA/QC manager. Resume pages will not count towards page count for section. VII. Other (max. 2 page, precede with labeled tab divider) Identify any characteristic of the company not listed elsewhere in the SOQ that would provide value to this project if the company is selected. Selection Process Scoring Submittals should be prepared in order to obtain the maximum number of points available for sections A through E as identified below. A. Transmission Pipeline Planning and Design Experience (0 70 points) The Transmission Pipeline Planning and Design Experience score is an overall score of the company s capabilities to perform transmission pipeline planning and design. The score is the opinion of HU staff performing the scoring based on personal experience with the company/sub-consultants, information submitted in the SOQ, the company/sub-consultant s reputation for such capabilities, the qualifications of the individuals named that will perform the work and any other factors the HU staff deems prudent to consider in the grading. Page 3 of 4

RFQ Bailey Cove Transmission Main - Phase 1 B. Proximity to HU Score (0 15 points) The Proximity to HU Score is determined by the location of the project manager s, project engineer s, and sub-consultant s company office. The location of other key personnel may also be taken into account when determining the score. HU prefers the use of companies with offices in Madison County or adjoining Counties when such companies have the expertise and experience that HU seeks for individual projects. C. QA/QC Score (0 10 points) The QA/QC Score reflects the applicability of the company s QA/QC program to the type of deliverable associated with all documents prepared for this project. D. Other (0 5 points) Identify any characteristic of the company that makes it exceptional and that can be offered as an advantage over other companies. Ranking and Selection Selected members of HU s staff will independently score each submittal and determine a total score. The total score for each submittal will be comprised of the sum of the points identified in A through D above. The total scores for each submittal will then be averaged and a consensus reached to rank the submittals. If any company indicates that they are not willing to perform the services in accordance with the Agreement then HU will consider the submittal to be non-responsive and the submittal will receive a total score of zero. It is HU s intent to negotiate a scope with the Engineer which has the highest ranked submittal and has indicated that they will perform the services in accordance with the Agreement. However, HU reserves the right to request oral interviews with the highest ranked submitters and re-rank the submittals based on the oral interviews. Should HU be unable to successfully negotiate a contract with the Engineer that has the highest ranked submittal then HU will then contact the Engineer with the next highest ranked submittal and begin negotiations with them. Tentative Schedule November 13, 2017 November 20, 2017 November 30, 2017 December 8, 2017 RFQ release date Questions or comments due to HU Statements of Qualifications due to HU Engineers notified of results and begin contract negotiations Page 4 of 4

RFQ Bailey Cove Transmission Main - Phase 1 Appendix A

Contract for Engineering Services This AGREEMENT is made and becomes effective this day of,,2017 by and between {Insert Name}.,, hereinafter called Consultant, and the City of Huntsville, a municipal corporation within the State of Alabama, d/b/a Huntsville Utilities, P.O. Box 2048, Huntsville, Alabama 35804, hereinafter called Client. Purpose The purpose of this AGREEMENT is to engage Consultant to perform engineering consulting services for Client in accordance with the terms and conditions set forth in the following sections and attachments referenced herein which, together with the acceptance, shall constitute the entire AGREEMENT superseding any and all previous correspondence and arrangements. This AGREEMENT may be amended or modified by written instrument, but such instrument is valid only upon signature by both parties. Services Consultant will perform services for the Project as set forth in the provisions for Scope of Work/Fee/Schedule below and in accordance with these Terms & Conditions. Consultant has developed the Project scope of service, schedule and compensation based on available information and various assumptions. The Client acknowledges that adjustments to the schedule and compensation may be necessary based on the actual circumstances encountered by Consultant in performing their services. Consultant is authorized to proceed with services upon receipt of an executed AGREEMENT. Project General Engineering Services Scope of Work/Fee/Schedule Consultant agrees to perform for Client the following services in accordance with the terms and conditions outlined in this AGREEMENT. Scope, Fee and Schedule to be determined in individual task orders as directed and approved in writing by Client. Compensation In consideration of the services performed by Consultant, the Client shall pay Consultant in the manner set forth above. The parties acknowledge that terms of compensation are based on an orderly and continuous progress of the Project. Fee Definitions The following fee types shall apply to methods of payment: Lump Sum a fixed price amount for the scope of services described Time and Materials - defined as individual time multiplied by standard billing rates for that individual and actual expenses incurred in connection with the Project. Payment Terms Consultant shall submit invoices once per month for services performed and Client shall pay the full invoice amount within 30 days of the invoice date. Client payment to Consultant is not contingent on arrangement of project financing or receipt of funds from a third party. In the event the Client disputes the invoice or any portion thereof, the undisputed portion shall be paid to Consultant based on terms of this AGREEMENT. Invoice payment delayed beyond 60 days shall give Consultant the right to stop work until payments are current. Non-payment beyond 70 days shall be just cause for termination by Consultant. Additional Services The Client and Consultant acknowledge that additional services may be necessary for the Project to address issues that may not be known at

Project initiation or that may be required to address circumstances that were not foreseen. In that event, Consultant shall submit a fee estimate for such services and a contract modification shall be negotiated and approved by the Client prior to any effort being expended on such services. No additional work or extra compensation over and above the contract price shall be allowed unless the same shall be duly authorized by the Client in writing. Site Access The Consultant shall obtain all necessary approvals for access to the Project Site(s). Ownership of Documents Drawings, specifications, reports, programs, manuals, or other documents prepared under this AGREEMENT will be the property of Client. Consultant may retain copies for their files. Client may reuse the documents; however, Consultant shall not be liable for reuse of documents or modifications thereof by the Client or its representatives for any purpose. Period of Service Consultant shall perform the services of the project in a timely manner consistent with sound professional practice and in accordance with the attachments describing the Scope of Work and in no event shall the time exceed the time as set forth herein. The services of each task shall be considered complete when deliverables for the task have been presented to the Client. Consultant shall be entitled to an extension of time for any delay beyond Consultant control provided that the same is approved in writing by Client. Indemnification The Consultant agrees to indemnify, hold harmless, and defend the Client, the City of Huntsville, members of the Huntsville Water Works Utility Board, or their representatives, employees, agents, or servants from and against any and all liability for loss, damages, attorney fees, and expenses, which the Client, the City of Huntsville, members of the Huntsville Water Works Utility Board, or their representatives, employees, agents, or servants may be suffer or be held liable to by reason of injury of damage to any person or property arising out of or in any manner connected with the operations to be performed under this contract, whether or not due in whole or in part, to any act, omission, or negligence of the Client, the City of Huntsville, members of the Huntsville Water Works Utility Board, or to any of their representatives, employees, agents, or servants from and against any and all liability of loss, damages, attorney s fees and expenses which Owner, the City of Huntsville, members of the Huntsville Waterworks Utility Board or their representatives, employees, agents or servants. The Consultant agrees to indemnify, hold harmless, and defend Owner, the City of Huntsville, members of the Huntsville Waterworks Utility Board, their representatives, employees, agents, or servants from and against any and all liability of loss, damages, attorney s fees and expenses which Owner, the City of Huntsville, members of the Huntsville Waterworks Utility Board or their representatives, employees, agents or servants may suffer or be held liable by reason of any injury or damage to any person or property arising out of any matter connected with Consultant s negligently performed professional services under this Agreement. Dispute Resolution The Client and Consultant agree that they shall diligently pursue resolution of all disagreements within 45 days of either party s written notice using a mutually acceptable form of mediated dispute resolution prior to exercising their rights under law. Consultant shall continue to perform services for the Project and the Client shall pay for such services during the dispute resolution process unless the Client issues a written notice to suspend work. Either party may proceed with litigation toward resolution of any dispute, within in a 45-day period of time during which the dispute would be resolved and shall not preclude either party from proceeding with legal proceedings toward damages that either party might sustain as a result of breach of contract.

Insurance and Liability The Consultant will provide to the Client, at the Consultant s expense, those certain indemnifications and insurance requirements, which are set forth in Attachment A, entitled Huntsville Utilities Client Insurance Requirements. Wherever the word Contractor is mentioned in Attachment A, the same shall be included and interpreted to mean Consultant. Wherever the word Owner is mentioned in Attachment A, the same shall be included and interpreted to mean the Client and the City of Huntsville, a municipal corporation d/b/a Huntsville Utilities. Termination The Client may terminate services on the Project upon seven (7) days written notice without cause or in the event of substantial failure by the other party to fulfill its obligations of the terms hereunder. The Client or Consultant may terminate services on the Project upon seven (7) days written notice in the event of substantial failure by the other party to fulfill its obligations of the terms hereunder. Consultant shall submit an invoice for services performed up to the effective date of termination and the Client shall pay Consultant all outstanding invoices within fourteen (14) days. The Client may withhold any amount that Client may or might retain or have due, which may or might compensate the Client for any type of damages which they sustain by breach of contract on the part of Consultant. Authorized Representative The Project Manager assigned to the Project by Consultant is authorized to make decisions or commitments related to the project on behalf of Consultant. The Client shall designate a representative with similar authority. Only officers of Consultant are authorized to execute contracts and/or work orders on behalf of Consultant. Independent Consultant Consultant shall serve as an independent consultant for services provided under this agreement. Consultant shall retain control over the means and methods used in performing Consultant s services and may retain subconsultants to perform certain services as determined by Consultant, provided that the same are approved by Client. Compliance with Laws The services which shall be performed by Consultant shall be those types of services which are good and professional services done in a good and workmanlike manner. The Consultant shall endeavor to incorporate laws, regulations, codes, and standards applicable at the time the work is performed and shall perform its services in compliance with all applicable laws, codes, and standards at the time the work is performed. Safety Consultant shall be responsible solely for the safety precautions or programs of its employees. Suspension of Work The Client may suspend services performed by Consultant with or without cause upon fourteen (14) days written notice. Consultant shall submit an invoice for services performed up to the effective date of the work suspension and the Client shall pay Consultant all outstanding invoices within fourteen (14) days. Waiver of Rights The failure of either party to enforce any provision of these terms and conditions shall not constitute a waiver of such provision nor diminish the right of either party to the remedies of such provision. Severability Any provision of these terms later held to violate any law shall be deemed void and all remaining provisions shall continue in force. In such event, the Client and Consultant will work in good faith to replace an invalid provision with one that is valid with as close to the original meaning as possible. Survival All provisions of these terms that allocate responsibility or liability between the Client and Consultant shall survive the completion or termination of services for the Project.

Assignments Neither party shall assign its rights, interests, or obligations under the Project without the express written consent of the other party. Governing Law The terms and conditions of this AGREEMENT shall be governed by the laws of the State of Alabama, and all civil actions shall be Madison County, Alabama, being the location of the City of Huntsville. Equal Employment Opportunity Consultant will comply with federal regulations pertaining to Equal Employment Opportunity. Consultant is in compliance with applicable local, state, and federal regulations concerning minority hiring. It is Consultant s policy to ensure that applicants and employees are treated equally without regard to race, creed, sex, color, religion, veteran status, ancestry, citizenship status, national origin, marital status, sexual orientation, or disability. Consultant expressly assures all employees, applicants for employment, and the community or its continuous commitment to equal opportunity and fair employment practices. Attorney Fees Should there be any suit or action instituted to enforce any right granted in this contract, the substantially prevailing party shall be entitled to recover its costs, disbursements, and reasonable attorney fees from the other party. The party that is awarded a net recovery against the other party shall be deemed the substantially prevailing party unless such other party has previously made a bona fide offer of payment in settlement and the amount of recovery is the same or less than the amount offered in settlement. Notices All notices given under the terms of this AGREEMENT shall be sent to: FOR CONSULTANT: {Name} {Address 1} {Address 2} {City, State ZIP} FOR CLIENT: The City of Huntsville, a municipal corporation d/b/a Huntsville Utilities P.O. Box 2048 Huntsville, AL 35804 The Parties have read the forgoing, understand completely the terms and conditions, and willingly enter into this AGREEMENT. FOR CONSULTANT: Consultants Authorized Signature FOR CLIENT: Client s Authorized Signature Printed Name Title Attachment A - Huntsville Utilities Contractor Insurance Requirements

ATTACHMENT A Huntsville Utilities Contractor Insurance Requirements The Contractor agrees to indemnify, hold harmless and defend the Client, the City of Huntsville, members the Huntsville Water Works Utility Board, or their representatives, employees, agents or servants from and against any and all liability for loss, damages, attorney fees, and expenses which the Client, may suffer or be held liable for by reason of any injury or damage to any person or property arising out of any manner connected with the operation to be performed under this contract, whether or not due in whole or in part, to any act, omission, or negligence to the Client, the City of Huntsville, members the Huntsville Water Works Utility Board, or their representatives, employees, agents or servants. The Consultant agrees to indemnify, hold harmless and defend the Client, the City of Huntsville, members the Huntsville Waterworks Utility Board, their representatives, employees, agents or servants from and against any and all liability for loss, damages, attorney fees, and expenses which the Owner,, the City of Huntsville, members the Huntsville Water Works Utility Board, or their representatives, employees, agents or servants, may suffer or be held liable for by reason of any injury or damage to any person or property arising out of any manner connected with the Contractor s negligently performing professional services under this Agreement. Without limiting any of the Contractor s obligations under this Contract, the Contractor shall, at his expense, provide and maintain the following minimum limits of insurance: A) Worker s Compensation Statutory limits in accordance with the laws of the State of Alabama covering all employees who perform work or any of the obligation assumed by the Contractor under this Agreement. B) General Liability Bodily injury, property damage and personal injury coverage for 1) comprehensive form; 2) premises operation; 3) products/completed-operations hazard, 4) contractual insurance, 5) broad form property damage, 6) independent contractors, and 7) personal injury; minimum limits of $1,000,000.00. C) Automobile Liability Bodily injury, property damage combined including coverage for 1) Comprehensive form; 2) Owned/Hired/Non-Owned Vehicles used in connection with this Contract; minimum limits of coverage of $5,000,000.00. D) Excessive Liability Bodily injury and property damage combined Umbrella Form Coverage, with minimum combined limits of $2,000,000.00.

E) Professional Liability (E&O) $1,000,000.00 each claim and in the aggregate. Any Subcontractor employed by the Contractor shall be governed by the same insurance requirements as stated for the Contractor. The Contractor shall, before the executed date of the Contract, deliver to Owner certified copies of each insurance policy and where applicable, the policy shall be endorsed by naming Owner as additional insured. Each policy shall contain a provision to the effect no change shall be made in the policies, nor will they be cancelled without first giving thirty (30) days written notice to the Utilities. All policies shall be written with insurance companies licensed to do business in the State of Alabama which are acceptable to the Owner. The Contractor shall present to the Owner a current up do date Certificate of Compliance issued by the State of Alabama Insurance Department which will show that each insurance company proposed for use is presently authorized to transact business in the State of Alabama. A Certificate of Compliance must accompany each policy submitted to be approved by the Owner. Failure to provide the required and specified policies, Certificate or other information and material as described herein may or might result in cancelation of contract by Owner or, at the sole determination of Owner, will result in Owner charging Contractor for time and effort as Owner deems reasonable and necessary in securing all such policies, Certificates and other information in the form and content as required herein. Insurance Requirements State of Alabama A current, up to date Certificate of Compliance showing an insurance company is presently authorized and licensed to do business in the State of Alabama can be secured from the State of Alabama Department of Insurance, Montgomery, Alabama.