REQUEST FOR PROPOSALS

Similar documents
REQUEST FOR PROPOSALS

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

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

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB)

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

Mobile and Stationary Security Patrol Services

The City of Moore Moore, Oklahoma

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

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

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

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

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

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

Request for Bid/Proposal

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

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

REQUEST FOR PROPOSALS

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

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES

Tribal Justice Systems Strategic Planning Services

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

STORM DRAIN ENGINEERING DESIGN SERVICES

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

TERREBONNE PARISH CONSOLIDATED GOVERNMENT MINIMUM INSURANCE REQUIREMENTS PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERS, CONSULTANTS, ETC.

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

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

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

City of Beverly Hills Beverly Hills, CA

LEGAL SERVICES RFP # AUGUST 13, 2018

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES

INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN CITY OF XX AND RENEWABLE FUNDING, LLC

Cheyenne Wyoming RFP-17229

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

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

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES

City of Albany, New York Traffic Engineering

CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

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

SUPERINTENDENT SEARCH FIRM OPENING 2:00 P.M.

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

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

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS Comprehensive User Fee Study and Full Cost Allocation Plan

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

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

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

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

NAPA SANITATION DISTRICT Napa, California

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/

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

Request for Qualifications

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

SAN DIEGO CONVENTION CENTER CORPORATION

ROCKY HILL PUBLIC SCHOOLS REQUEST FOR PROPOSALS FOR AUDITING SERVICES. June 30, 2018

DOWNTOWN REDEVELOPMENT AUTHORITY CITY OF HOUSTON TAX INCREMENT REINVESTMENT ZONE #3 PUBLIC IMPROVEMENTS REIMBURSEMENT GUIDELINES

RFP NAME: AUDITING SERVICES

TOWN OF BERLIN VERMONT July 7, Request for Proposal Landscape Design and Installation

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-02 Fire Sprinkler Inspection and Maintenance

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

Cherokee Nation

Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE. REQUEST FOR PROPOSALS - Regional School District No.

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

Cherokee Nation

Union County. Request for Proposals # Employee Survey Services

IRFQ #R15-04: FRIDAY NIGHT LIVE

Request for Proposal For Scrap Metal Removal

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

AGREEMENT FOR TRANSPORTATION SERVICES

Notice of Request for Proposals

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW

COUNTY OF COLE JEFFERSON CITY, MISSOURI

CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco. Contract No Pier 23 Roof Repair. ADDENDUM No. 1 Issued: December 16, 2016

BID DOCUMENTS FOR. WTP VFD Replacement Bid

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste

City of Loveland, Ohio

Request for Proposal for Engineering Services. January 10, 2017 Sue Howard Closing Date: January 17,

West Ridge Park Ballfield Light Pole Structural Assessment

HVAC REPACEMENT. Construction Documents. Quitman County Schools Quitman County, Mississippi. Project Manual For. Project No

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

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

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an

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

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

RFP GENERAL TERMS AND CONDITIONS

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

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES

WEST VALLEY SANITATION DISTRICT

Transcription:

REQUEST FOR PROPOSALS Covington Point Lift Station Improvements CCE PROJECT NO. 812-100(C) February 21, 2013 PREPARED BY: CITY OF COVINGTON 317 NORTH JEFFERSON AVENUE COVINGTON, LOUISIANA 70433

I. REQUEST FOR PROPOSAL INFORMATION 1.0 Introduction The City of Covington is requesting proposals (RFP) for professional engineering services for the purpose of providing engineering services for the Covington Point Lift Station Improvements. 2.0 Purpose and Need for Project The City of Covington is a subaward recipient of the Environmental Protection Agency (EPA) - Lake Pontchartrain Basin Restoration Program Grant in cooperation with the University of New Orleans Research and Technology Foundation, Inc. and the Lake Pontchartrain Basin Restoration Program. The goal of this grant is to reduce and eliminate risks to water quality within the Lake Pontchartrain Basin. The City of Covington wastewater collection system consists of a network of gravity sewers, sewer force mains and sewer lift stations. The force main network includes 72 sewer lift stations that ensure the transport of sewerage to the City of Covington's Waste Water Treatment Plant (WWTP). The City of Covington's intention for this grant is to mitigate the risk of discharge of untreated wastewater from the lift station network. 3.0 Project Description The Covington Point Lift Station Improvements Project includes the design for a retrofit of the existing lift station to include new submersible pumps and updated control panel. The updated control panel and other improved features will be set above flood stage. This station is considered at a high risk for release of untreated discharge due to its location within the floodplain. The existing lift station consists of a 5 HP, 240V, 3 Phase above ground pumps with a Control Systems, Inc. control panel. Engineer's scope of work will include: Preparation of any project drawings and specifications required to complete project goals defined above and work as defined in the Design Phases in the Scope of Services Perform Bidding and Construction Engineering Phase Services as outlined in the Scope of Services 4.0 Scope of Services General services provided by the ENGINEER shall include, but are not limited to, the following: 4.1 Basic Services 4.1.1 Design Phase A. Upon written authorization from City, Engineer shall: Page 2 of 11

1. Prepare Drawings and Specifications indicating the scope, extent, and character of the Work to be performed and furnished by Contractor. 2. Advise City of any adjustments to the opinion of probable Construction Cost known to Engineer. 3. Prepare and furnish 2 copies of bidding documents for review by City, its legal counsel, and other advisors, and assist City in the preparation of other related documents, and review them with City. City shall submit to Engineer any comments and instructions for revisions. 4. Revise the bidding documents in accordance with comments and instructions from the City, as appropriate, and submit 5 final copies of the bidding documents, two CD's or DVD's with electronic files of plans in PDF and AutoCAD (AutoCAD 2012 or earlier) and electronic file of specifications in PDF and text format, a revised opinion of probable Construction Cost, and any other deliverables to City. B. Engineer s services under the Design Phase will be considered complete on the date when the submittals have been delivered to City. C. In the event that the Work designed or specified by Engineer is to be performed or furnished under more than one prime contract, or if Engineer s services are to be separately sequenced with the work of one or more prime Contractors (such as in the case of fast-tracking), City and Engineer shall, prior to commencement of the Design Phase, develop a schedule for performance of Engineer s services during the Design, Bidding or Negotiating, Construction, and Post-Construction Phases in order to sequence and coordinate properly such services as are applicable to the work under such separate prime contracts. 4.1.2 Bidding or Negotiating Phase A. After acceptance by City of the bidding documents and the most recent opinion of probable Construction Cost as determined in the Design Phase, and upon written authorization by City to proceed, Engineer shall: 1. Assist City in advertising for and obtaining bids or proposals for the Work and, where applicable, maintain a record of prospective bidders to whom Bidding Documents have been issued, attend pre-bid conferences, if any, and receive and process contractor deposits or charges for the bidding documents. 2. Issue addenda as appropriate to clarify, correct, or change the bidding documents. 3. Provide information or assistance needed by City in the course of any negotiations with prospective contractors. 4. Consult with City as to the acceptability of subcontractors, suppliers, and other individuals and entities proposed by prospective contractors for those portions of the Work as to which such acceptability is required by the bidding documents. 5. If bidding documents require, the Engineer shall evaluate and determine the acceptability of "or equals" and substitute materials and equipment proposed by bidders. 6. Attend the Pre-bid meetings, Bid opening, prepare Bid tabulation sheets, and assist City in evaluating Bids or proposals and in assembling and awarding contracts for the Work. B. The Bidding or Negotiating Phase will be considered complete upon commencement of the Construction Phase or upon cessation of negotiations with prospective contractors. Page 3 of 11

4.1.3 Construction Engineering Phase A. After the City has awarded the project to a Contractor, and upon written authorization by City to proceed, Engineer shall assist with the construction phase. Activities may include, but are not limited to the following: 1. Periodic visits to the job site to generally review the progress and quality of the work being performed. 2. Coordinate all inspections required to meet applicable local, state, and federal permit requirements. 3. Review and approve periodic payment estimates of the contractor for completed work. 4. Review and approve substitution requests, respond to Request for Information and assistance in preparation of any necessary change orders. 5. Interpretation of the plans, specifications, and other contract documents as required. 6. Project reviews with the contractor and City. 7. Preparation of record drawings (as-builts) of the completed facilities in accordance with the City s standard requirements. 8. Other necessary and related services associated with the Engineer s design as applied to the construction process. B. The Construction Services Phase will be considered complete upon City s acceptance of completed improvements, Contractor s contract closeout and acceptance of any record drawings. 5.0 Project Schedule The selected consultant shall proceed with the services specified herein after the execution of this Contract and upon written Notice-to-Proceed (NTP) from the City of Covington and engineering services shall be completed within 12 months, which includes review time. The delivery schedule for all project deliverables shall be established by the City Engineer. 6.0 Engineering Fee The total compensation to the Consultant for all services rendered in connection with this Contract shall be a non-negotiated lump sum amount of $23,280. This fee is based on the following estimated distribution of compensation: Design Phase $16,296 Bidding and Negotiating Phase $2,328 Construction Engineering Phase $4,656 7.0 Closing Date for Submittal of Proposals Submit your qualifications on Standard Form DOTD 24-102 on a CD as a PDF file (one copy) along with one hard (paper) copy of your Proposal in a sealed envelope clearly marked: Page 4 of 11

PROPOSAL FOR COVINGTON POINT LIFT STATION IMPROVEMENTS" to: City of Covington ATTENTION: Gina Hayes, Director of Administration 317 N. Jefferson Avenue Covington, Louisiana 70433 Proposals must be received no later than 2:00 p.m. (local time), on March 21, 2013. The City of Covington assumes no responsibility for delayed or undelivered mail or express packages. Proposals which are not delivered to City Hall by the above specified time and date will not be considered. All proposals will become part of the City s public record on this matter, without obligation to the City. 8.0 Inquiries Questions concerning this request for proposals should be submitted to: City of Covington ATTENTION: Gina Hayes, Director of Administration 317 N. Jefferson Avenue Covington, Louisiana 70433 (985) 898-4716 (office) (985) 898-4723 (fax) ghayes@covla.com (e-mail) Questions should be sent no later than March 14, 2013 by 2:00 pm CST. Responses will be issued via addendum no later than 72 hours prior to RFP due date and time unless the response is deemed as a clarification only. If question is deemed as a clarification only, questions responses will be provided as an e-mail reply within 48 hours. Existing Plant design plans are available for viewing in the City Engineer's office. Site visits to waste water treatment plant can also be arranged if needed. Please contact Gina Hayes for additional information. 9.0 General Information 1. The City of Covington reserves the right to revise any part of the RFP by issuing an addendum to the RFP. 2. Issuance of this RFP in no way constitutes a commitment by City of Covington to award a contract. City of Covington reserves the right to accept or reject, in whole or part, all proposals submitted and/or cancel this announcement if it is determined to be in the City of Covington s best interest. 3. A proposer/respondent may withdraw a proposal that has been submitted and received up to twenty four (24) hours prior to the date and time the proposal is due. To withdraw a proposal, a written request signed by the authorized representative of the proposer/respondent must be submitted to: Page 5 of 11

City of Covington ATTENTION: Gina Hayes, Director of Administration 317 N. Jefferson Avenue Covington, Louisiana 70433 4. City of Covington shall have a single Prime Consultant as the result of any contract negotiation, and that Prime Consultant shall be responsible for all deliverables referenced in the RFP and proposal. This general requirement notwithstanding, consultants may enter into Sub Consultant arrangements, however the Prime Consultant should acknowledge in their proposal total responsibility for the entire contract. If the proposer/respondent intends to subcontract for portions of the work, the proposer/respondent shall include specific designations of the tasks to be performed by the Sub Consultant. Information and performance required of the proposer/respondent under the terms of this RFP is also required for each Sub Consultant. Unless provided for in the contract with City of Covington, the Prime Consultant shall not contract with any other party for furnishing any of the work and consulting services herein contracted for without the express written approval of City of Covington. City of Covington encourages the use of State certified Disadvantaged Business Enterprises (DBEs). Respondents proposing to subcontract with Disadvantaged Business Enterprises, will be required to report information about the work performed by the DBE firm(s). 5. All materials submitted in response to this request become the property of City of Covington. Selection or rejection of a proposal does not affect this right. 6. Only information which is in the nature of legitimate trade secrets or non published financial data may be deemed proprietary or confidential. Any material within a proposal identified as such must be clearly marked in the proposal and shall be handled in accordance with the Louisiana Public Record Act, R.S. 44: 1 44 and applicable rules and regulations. Any proposal marked as confidential or proprietary in its entirety may be rejected without further consideration or recourse. 7. City of Covington is not liable for any costs incurred by prospective proposer/respondents prior to issuance of or entering into a contract. Costs associated with developing the proposal, preparing for oral presentations, and any other expenses incurred by the proposer/respondent in responding to this RFP are entirely the responsibility of the proposer/respondent, and shall not be reimbursed in any manner by City of Covington. 8. City of Covington shall not be liable for any errors in proposals. City of Covington reserves the right to make corrections or amendments to the RFP due to errors identified in proposals by City of Covington or the proposer/respondent. City of Covington, at its option, has the right to request clarification or additional information from the proposer/respondents; if requested, such information shall be provided within fourteen (14) days of request. 9. City of Covington reserves the right to enter into a Contract without further discussion of the proposal submitted based on the initial offer received. City of Covington reserves the right to contract for all or a partial list of services offered in the proposal. The RFP and proposal of the selected proposer/respondent shall become part of any contract initiated by City of Covington. Page 6 of 11

The selected proposer/respondent shall be expected to enter into a contract. In no event shall a proposer/respondent submit its own standard contract terms and conditions as a response to this RFP. If the selected proposer/respondent fails to sign all contract documents within ten (10) calendar days of delivery, City of Covington may elect to cancel the award and award the contract to the another proposer/respondent. 10. Proposers are responsible for determining that there shall be no conflict or violation of the Ethics Code if their company is awarded the contract. Ethics issues are interpreted by the Louisiana Board of Ethics. II. PROPOSAL INSTRUCTIONS All requirements of Louisiana Professional Engineering and Land Surveying (LAPELS) Board must be met at the time of submittal. One Prime-Consultant/Sub-Consultant(s) will be selected for this Contract. 1.0 Requirements Proposals shall include, as a minimum, the following items: A. Firm Experience on Similar Projects The City is interested in the prime firm s history and success with project(s) of similar scope of work, complexity and size as the Covington Point Lift Station Improvements. List similar projects meeting these criteria which have been completed by the firm. Prime firm must have adequate and experienced current staff to competently and efficiently perform the work. B. Qualifications of Assigned Staff The City is interested in the experience of the assigned Project Manager and Key Staff on projects similar to the Covington Point Lift Station Improvements. The Project Manager must be licensed as a professional engineer in the State of Louisiana at the time of submittal and remain active throughout the duration of the project. The City is interested in the assigned team s organizational structure; their understanding of the project(s) issues; and their approach to the project(s). C. Anticipated Time to Complete Work In addition to providing information on the team structure and project approach, provide a detailed task list in a work breakdown structure including estimated hours and anticipated personnel. Provide an approximate project schedule including a description. Any current projects with the City of Covington should also be noted. D. Local Involvement and Knowledge The City is interested in the consultants' knowledge of local conditions and the participation of persons living and/or working in the Covington area on this project. Also, provide information Page 7 of 11

concerning the location of firm office that will be responsible for performing work on this project. E. Additional Proposal Requirements Firm must include proof of insurance meeting or exceeding the requirements set forth in the Attachment A included with this RFP. 1.0 Minimum Qualifications III. PROPOSAL EVALUATION The City will review proposals received to determine whether or not the respondent firm (and/or its sub-consultants) meets the following minimum qualifications: A. A Civil Engineer licensed to work in the State of Louisiana with a minimum of 5 years experience in the design of sewer lift stations 2.0 Evaluation Criteria All responses to the proposal will be evaluated according to the following criteria and corresponding rating system. The proposals will be evaluated on the basis of written materials provided. Sufficient information must be included in the proposal to assure the correct rating. Incomplete or incorrect information may result in a lower evaluation or proposal rejection. Evaluation Criteria: (1) Firm experience on similar projects 20% (2) Anticipated time to complete work 30% (3) Qualifications of Assigned Staff 35% (4) Local Involvement and Knowledge 15% 3.0 Selection Per City of Covington Code of Ordinance, final selection will be made by the Mayor of the City of Covington following review and ranking of the proposals by the Review Panel. To assist in making a selection, interviews may be conducted at the discretion of the City. After selection of a consultant, a professional services agreement will be negotiated and executed. It is the desire of the City to have an engineering contract in place no later than April 2013. 4.0 Other Information It is the City s express desire to enter into a professional services agreement which includes all services necessary for this project, whether or not the services are specifically outlined in this RFP. The selected firm will be expected to sign a written agreement, which incorporates this RFP and the selected firm s Proposal. Submittal of a proposal indicates proposer s agreement with the terms of the professional services contract. Any open terms in the attached contract will be completed, based upon awardee s Page 8 of 11

proposal. The selected firm will be required to sign a statement concerning government-wide debarment and suspension. The agreement also requires that the selected firm comply with applicable federal and state laws, rules and regulations. The City of Covington is an Equal Opportunity/Affirmative Action Employer Women, Minorities and Disabled Persons are encouraged to apply. Any information concerning compensation, pricing, cost, and/or fees will not be used in the evaluation of any RFP submittal. THIS ANNOUNCEMENT IS NOT AN IMPLIED CONTRACT AND MAY BE MODIFIED OR REVOKED WITHOUT NOTICE. x:\engineering\projects\800 grants\812-100 epa lpbf grant\812-100 (c) covington point\request for proposals.docx Page 9 of 11

Attachment A Insurance Exhibit - Engineering Service The Engineer shall procure insurance coverage against claims that may arise from, or in connection with the performance of the work hereunder by the Engineer, his agents, representatives, employees or subcontractors. The Engineer shall keep all the required insurance in force continuously pursuant to their responsibility described in this contract, including any and all extensions. The Engineer shall pay all costs, premiums, and charges earned and payable under the required insurance. For the purpose of this exhibit: the term "Engineer" shall also include their respective agents, representatives, employees or subcontractors; and the term "City of Covington" (hereinafter called the "City") shall include their respective officers, agents, officials, employees, volunteers, boards and commissions. A. Minimum Scope and Limits of Insurance: The insurance required shall be written for not less than the scope and limits of insurance specified in this exhibit, or required by applicable federal, state and/or municipal law, regulation or requirement, whichever coverage is greater. It is agreed that the scope and limits of insurance coverage specified in this exhibit are minimum requirements and shall in no way limit or exclude the City from additional limits and coverage provided under the Engineer s policies. 1) Commercial General Liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury, property damage, contractual liability and products /completed operations and $2,000,000 annual aggregate. 2) Workers' Compensation: Coverage A / Workers' Compensation: statutory limits as required by the Labor Code of the State of Louisiana. Coverage B / Employer's Liability: limits of $500,000 each accident, $500,000 disease/policy limit, $500,000 disease/each employee. The Engineer agrees to hold the City of Covington, the Mayor, and the City Council, their respective boards and commissions, officers, agents, officials, employees, servants, volunteers, contractors and representatives harmless from any and all suits, claims, and actions arising from personal injuries sustained by the Engineer or Engineer s employees during the course of the performance of this contract, however caused. 3) Professional Liability: $1,000,000 per occurrence, $2,000,000 aggregate each claim. B. Additional Insured Endorsement: All liability policies (with the exception of Worker s Compensation and Professional Liability) shall have the City of Covington, the Mayor, the City Council, and their respective officers, agents, officials, employees, volunteers, boards and commissions endorsed as an Additional Insured with respect to liability arising out of or in connection with the activities performed by or on behalf of the Engineer; products and completed operations of the Engineer; premises owned, leased, or used by the Engineer; or automobiles owned, leased, hired or borrowed by the Engineer. The coverage shall contain no special limitations on the scope of protection afforded to the City. C. Acceptability of Insurers: Must be deemed acceptable by the City's Director of Administration. Page 10 of 11

D. Waiver of Subrogation: Engineer shall provide that all insurance policies include a waiver of subrogation clause that states that it is agreed that in no event shall the insurance company have any right of recovery against the City. When the Engineer is self-insured, it is agreed that in no event shall the Engineer have any right of recovery against the City. E. Claims-Made Form: If the insurance coverage is underwritten on a claims-made basis, the retroactive date shall be prior to or coincident with the date of the contract. The certificate of insurance shall state the retroactive date and that the coverage is claims-made. The Engineer shall maintain coverage for the duration of the contract and for the two (2) years following the completion of the contract. Evidence of such coverage shall be provided to the City thirty (30) days prior to each policy expiration. F. Deductibles and Self-Insured Retentions: Engineer must declare any deductibles or self-insured retentions to the City. All deductibles or self-insured retentions are the sole responsibility of the Engineer to pay and/or to indemnify. G. Notice of Cancellation or Nonrenewal: Engineer shall provide thirty (30) days prior written notice to the City when any insurance policy required by this exhibit is suspended, voided, cancelled, or reduced in coverage. Ten (10) days prior written notice shall be given for non-payment of premium H. Any failure to comply with the claim reporting provisions of the policy shall not affect coverage provided to the City. I. Verification of Coverage: The Engineer shall provide the City with certificates of insurance, declaration pages, policy endorsements or provisions confirming compliance upon request by the City. K. Failure to Purchase or Maintain Insurance: If the City or the Engineer is damaged by failure of the Engineer to purchase or maintain insurance required by this exhibit, the Engineer shall bear all reasonable costs including, but not limited to, attorney's fees and costs of litigation, properly attributable thereto. Page 11 of 11