REQUEST FOR PROPOSALS

Similar documents
REQUEST FOR PROPOSALS

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

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

REQUEST FOR PROPOSALS

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

Mobile and Stationary Security Patrol Services

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

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

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

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

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

STORM DRAIN ENGINEERING DESIGN SERVICES

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

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

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

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

REQUEST FOR PROPOSALS (RFP) FULL COST ALLOCATION STUDY AND USER FEE STUDY. City of Foster City, California. Financial Services Department

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS

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

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

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

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

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

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

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

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

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

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

Tribal Justice Systems Strategic Planning Services

Request for Qualifications

REQUEST FOR QUALIFICATIONS

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES

LEGAL SERVICES RFP # AUGUST 13, 2018

City of Beverly Hills Beverly Hills, CA

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

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

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

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

Cheyenne Wyoming RFP-17229

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

REQUEST FOR QUALIFICATION (RFQ) PROJECT NUMBER February 13, 2017

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

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

West Ridge Park Ballfield Light Pole Structural Assessment

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

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

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

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

City of Albany, New York Traffic Engineering

Request for Bid/Proposal

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

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

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

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

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

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

Town of Manchester, Connecticut General Services Department

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

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

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR

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

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants

RFP NAME: AUDITING SERVICES

Insurance Requirements for Contractors

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

CITY OF DES MOINES ENGINEERING DEPARTMENT REQUEST FOR PROPOSALS

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES. April 18, 2006

City of Loveland, Ohio

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

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

SAN DIEGO CONVENTION CENTER CORPORATION

LEGAL NOTICE REQUEST FOR QUALIFICATIONS RFQ For CONSULTANT SERVICES CMAQ-5414(632) ST. CHARLES COUNTY GOVERNMENT ST.

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

IRFQ #R15-04: FRIDAY NIGHT LIVE

REQUEST FOR QUALIFICATIONS Bailey Cove Transmission Main Phase 1

REQUEST FOR PROPOSALS

1033 Fifth Street Clovis, CA (559)

REQUEST FOR PROPOSALS EMPLOYEE ASSISTANCE PROGRAM (EAP) 08/09-20

NOTICE OF REQUEST FOR PROPOSALS PREPARATION OF ZONING ORDINANCE UPDATE

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

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

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

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER

PROFESSIONAL SERVICES AGREEMENT FOR PROPOSED MIXED USE DEVELOPMENT REVIEW

REQUEST FOR PROPOSALS

Request for Proposal For Scrap Metal Removal

City of El Centro Park & Recreation Division

CITY OF DELANO REQUEST FOR PROPOSALS

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

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

REQUEST FOR PROPOSALS FOR DESIGN OF THE GRAPE DAY PARK RESTROOM PROJECT

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

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

Request for Proposal

Colusa Veterans Hall Bathrooms and Kitchen Remodel Contract

Transcription:

REQUEST FOR PROPOSALS REVEREND PETER ATKINS PARK BATHROOM PROJECT CCE PROJECT NO. 117-106 NOVEMBER 2, 2017 PREPARED BY: CITY OF COVINGTON 317 NORTH JEFFERSON AVENUE COVINGTON, LOUISIANA 70433

1.0 INTRODUCTION I. REQUEST FOR PROPOSALS INFORMATION The City of Covington is requesting requests for proposals (RFP) for professional architectural services needed for the Reverend Peter Atkins Park Bathroom Project. 2.0 PURPOSE AND NEED FOR PROJECT Reverend Peter Atkins Park is in need of reliable restroom facilities for both the park and pool facilities. This project involves the removal of the existing park facilities and the replacement with a new bathroom structure. 3.0 MINIMUM APPLICANT REQUIREMENTS Image 1: Existing Bathroom Facilities The City will review qualification statements received to determine whether or not the respondent meets the following minimum qualifications: A. The Prime Consultant under consideration shall have at least one principal who is a registered professional Architect licensed to work in the State of Louisiana with a minimum of 5 years experience. Page 2 of 10

B. The Prime Consultant must meet the minimum insurance requirements as included in Section 10.0 of this RFQ. Firm must include proof of insurance meeting or exceeding the requirements set forth in this RFQ as part of the RFQ submittal. 4.0 SCOPE OF WORK The scope of work shall consist of the following tasks: Provide architectural services for the building expansion. Including items such as: o Demolition of existing structure o New structure for bathroom facilities o Plumbing and Electrical Specialties o Parking and access improvements Architectural services shall include: o Preliminary Design Plan Phase o Final Design Plan Phase o Bidding and Negotiation Phase o Construction Phase 5.0 PROJECT ESTIMATE AND BUDGET AMOUNTS Project Estimated Construction Cost: $220,000 o Construction funds for this project have currently been proposed as part of the 2018 Covington City Budget Budgeted Architectural Design Funds: $26,000 o Actual Architectural Design Fee will be negotiated following selection of firm following selection. 6.0 ANTICIPATED PROJECT SCHEDULE Following is the currently anticipated schedule for the project: Award Architect: December 2017 Architect Contract/Begin Design: December 2017 Expected Complete Design: August 2018 7.0 CLOSING DATE FOR SUBMITTAL OF STATEMENTS OF PROPOSAL Submit 5 hard copies and 1 electronic copy of your Proposal in a sealed envelope clearly marked Sealed Proposal Reverend Peter Atkins Park Bathroom Project to: City of Covington ATTENTION: Chief Administration Officer, Gina Hayes 317 N. Jefferson Avenue Covington, Louisiana 70433 Page 3 of 10

Proposals must be received no later than 2:00 p.m. (local time), on December 11, 2017. 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: Daniel Hill, PE, City Architect/Engineer 317 N. Jefferson Avenue Covington, Louisiana 70433 (985) 892-1811 ext. 721 (office) (985) 898-4723 (fax) dhill@covla.com (e-mail) Questions should be sent no later than December 4, 2017 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. 9.0 PROPOSAL REQUIREMENTS Proposal shall include, as a minimum, the following items: A. Firm Introduction The respondent should provide a firm introduction that should include: The firm's full legal name, date of establishment, type of entity and business expertise, short history, current ownership structure and any recent or materially significant proposed change in ownership. A brief statement of the respondent s understanding of the scope of work to be performed; A confirmation that the respondent meets the appropriate state licensing requirements to practice in the state of Louisiana, if applicable; A confirmation that the respondent has not had a record of substandard work within the last five years; A confirmation that the respondent has not engaged in any unethical practices within the last five years; A confirmation that, if awarded the contract, the respondent acknowledges its complete responsibility for the entire contract, including payment of any and all charges resulting from the contract; Any other information that the respondent feels appropriate; The signature of an individual who is authorized to provide information of this nature in the name of the respondent submitting the RFP Page 4 of 10

B. Firm Experience on Similar Projects The City is interested in the firm s history and success with project(s) of similar scope of work, complexity and size to this project. This section should include: A list and description of prior engagements in which respondent s firm assisted a government entity in dealings with any other projects relating to the activities and services required under this project. Respondent should include all examples of work on similar projects as described in the Scope of Work. Respondent should provide a list of up to ten projects. Preference is for the types of projects most similar to those described for this project. The names, phone numbers, and E-mails of contact persons in the organizations for whom any projects referenced in this section were conducted. Respondents has the option to include written references (letters or forms are acceptable) from previous clients attesting to the quality of work and compliance with performance schedules respondent cites in this section. A description of the firm s workload and current capacity to accomplish the work in the required time. A description of any issues the characteristics of which would be uniquely relevant in evaluations the experience of respondent s firm to handle the proposed project(s). A description of respondent s firm presence in a commitment to Louisiana. Current information on professional errors and omissions coverage carried by respondent s firm, including amount of coverage. C. Qualifications of Assigned Staff The City is interested in the experience of the assigned Project Manager and Key Staff on projects similar to this project. The Project Manager must be licensed as a professional Architect/Engineer/architect 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). This section should: Identify staff who would be assigned to act for respondent s firm in key management and field positions providing the services described in part one scope of services, and the functions to be performed by each. Include resumes or curriculum vitae of each staff member designated above, including name, position, telephone number, fax number, email address, education, and years and type of experience. Describe, for each such person, the similar projects on which they have worked. Estimate the number of persons to be assigned to this project, indicating the number working in Louisiana and the number working elsewhere, if any. D. Specialized Project Knowledge Page 5 of 10

This section should include the firm's/staff's specialized project knowledge related to the evaluation and design of similar projects. This section should: Describe respondent's knowledge and experience in the particular types of project described previously. Describe firm's experience on similar projects. Describe, for each person identified as assigned staff, the similar projects on which they have worked. Describe their knowledge of City of Covington rules and regulations applicable to this project. E. 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 a project schedule including a description and approach detailing the team s ability to meet the project schedule. F. Local Knowledge and Involvement 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. Respondent is to provide information concerning the location of office that will be responsible for performing work on this project. Number of employees that are residents of the City of Covington should also be listed. Past experience on projects in the City of Covington should be identified. Consultant to include any involvement in Covington Community activities. 10.0 INSURANCE REQUIREMENTS The Architect/Engineer shall procure insurance coverage against claims that may arise from, or in connection with the performance of the work hereunder by the Architect/Engineer, his agents, representatives, employees or subcontractors. The Architect/Engineer shall keep all the required insurance in force continuously pursuant to their responsibility described in this contract, including any and all extensions. The Architect/Engineer shall pay all costs, premiums, and charges earned and payable under the required insurance. For the purpose of this exhibit: the term(s) "Architect and/or Engineer" shall also include their respective agents, representatives, employees or subcontractors. 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 Architect/Engineer s policies. Page 6 of 10

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 Architect/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 Architect/Engineer or Architect/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 Architect/Engineer; products and completed operations of the Architect/Engineer; premises owned, leased, or used by the Architect/Engineer; or automobiles owned, leased, hired or borrowed by the Architect/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 Chief Administration Officer. D. Waiver of Subrogation: Architect/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 Architect/Engineer is self-insured, it is agreed that in no event shall the Architect/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 Architect/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: Architect/Engineer must declare any deductibles or self-insured retentions to the City. All deductibles or self-insured retentions are the sole responsibility of the Architect/Engineer to pay and/or to indemnify. G. Notice of Cancellation or Nonrenewal: Architect/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 nonpayment of premium. Page 7 of 10

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 Architect/Engineer shall provide the City with certificates of insurance, declaration pages, policy endorsements or provisions confirming compliance upon request by the City. J. Failure to Purchase or Maintain Insurance: If the City or the Architect/Engineer is damaged by failure of the Architect/Engineer to purchase or maintain insurance required by this exhibit, the Architect/Engineer shall bear all reasonable costs including, but not limited to, attorney's fees and costs of litigation, properly attributable thereto. K. Additional Proposal Requirements: Firm must include proof of insurance meeting or exceeding the requirements set forth in the attachment included with this RFP. 11.0 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. Rating weight and criteria are in the table below: Rating Criteria Maximum Points Allowed 1. Firm Experience on Similar Projects 25 2. Qualifications of Assigned Staff 20 3. Specialized Project Knowledge 20 4. Anticipated Time to Complete Work 5 5. Local Knowledge and Involvement 30 TOTAL ALLOWABLE POINTS 100 12.0 SELECTION Final selection will be made by the Mayor of the City of Covington following review of the proposals by the selection committee. 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 architectural contract in place no later than December 30, 2017. 13.0 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 Page 8 of 10

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 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. 14.0 GENERAL INFORMATION 1. City of Covington reserves the right to revise any part of the RFP by issuing an addendum to the RFP. 2. City of Covington reserves the right, at its sole discretion, to waive minor administrative informalities contained in any proposal. 3. 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. 4. 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: City of Covington ATTENTION: Gina Hayes 317 N. Jefferson Avenue Covington, Louisiana 70433 5. 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 Statecertified 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). 6. 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. Page 9 of 10

7. 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. 8. 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. 9. 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. 10. 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. 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. 11. 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. City of Covington is an Equal Opportunity Employer. All are encouraged to apply. THIS ANNOUNCEMENT IS NOT AN IMPLIED CONTRACT AND MAY BE MODIFIED OR REVOKED WITHOUT NOTICE. Page 10 of 10