Alabama State Port Authority

Similar documents
Alabama State Port Authority

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

Alabama State Port Authority

REQUISITION & PROPOSAL

Alabama State Port Authority

REQUISITION & PROPOSAL

BID SOLICITATION FOR PURCHASE OF PROPERTY

Alabama State Port Authority

Alabama State Port Authority INVITATION TO BID. Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL

Alabama State Port Authority

REQUISITION & PROPOSAL

ALABAMA STATE PORT AUTHORITY PEST CONTROL SERVICES CONTRACT

Demolition of 2 Elevated Water Tanks

REQUISITION & PROPOSAL

Alabama State Port Authority

Alabama State Port Authority

Alabama State Port Authority

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602

Alabama State Port Authority

Alabama State Port Authority SPECIAL PROVISIONS DIVISION III INDEX

REQUISITION & PROPOSAL

Project. To: Alabama State. Notes #1 Mobile, AL. Port Authority. demolishing, facility. The. drawings, Demolition. shall be in.

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL ALABAMA STATE PORT AUTHORITY DATE: June 18, 2008 ENGINEERING DEPARTMENT ORIGINATING DEPT NO.

REQUISITION & PROPOSAL

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

Alabama State Port Authority

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL ALABAMA STATE PORT AUTHORITY DATE March 22, 2010 ENGINEERING DEPARTMENT ORIGINATING DEPT NO.

Project# CN # Location. the. limited to. collection of. insurance. necessary. receipt of. 1 P age

Alabama State Port Authority

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

Alabama State Port Authority Request for Proposal January 12, 2018

Do not place more than one bid in an envelope. Envelopes containing more than one bid may not be opened in time for a bid to be considered.

Alabama State Port Authority

ALABAMA STATE PORT AUTHORITY REQUEST FOR PROPOSAL

COUNTY OF OSWEGO PURCHASING DEPARTMENT

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

THE CITY OF MOBILE MOBILE, ALABAMA

CITY OF DAPHNE P.O. BOX MAIN STREET DAPHNE, ALABAMA 36526

INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) FAX (918)

City of Bowie Private Property Exterior Home Repair Services

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

ASPA TERMINAL RAILWAY MP-15 LOCOMOTIVE REPOWERS. Project No: Task No: Date: December 16, 2013

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

INVITATION TO BID Retaining Wall

THE CITY OF MOBILE MOBILE, ALABAMA

REQUISITION & PROPOSAL

CITY OF GREENVILLE Danish Festival City

THE CITY OF MOBILE MOBILE, ALABAMA

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

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Boilers and Cooling Towers Equipment Treatment Programs INVITATION TO BID

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

THIS IS NOT AN ORDER!! DATE: April 19, REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921

LCRA INVITATION FOR BID LCRA-75 GENERAL REQUIREMENTS

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

Request for Bids. Recycling Collection Containers and Hauling Services at OCRRA s Transfer Stations to Local MRF

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

Alabama State Port Authority

Proposal No:

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

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

West Ridge Park Ballfield Light Pole Structural Assessment

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

THE CITY OF MOBILE MOBILE, ALABAMA

REQUEST FOR QUOTATIONS

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

Northern Town of La Ronge Box Hildebrand Drive La Ronge, Saskatchewan S0J 1L0 TENDER TOWN OF LA RONGE

THE CITY OF MOBILE MOBILE, ALABAMA

REQUEST FOR QUOTATION

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

Champaign Park District: Request for Bids for Playground Surfacing Mulch

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

THE CITY OF MOBILE MOBILE, ALABAMA

PROPOSAL LIQUID CALCIUM CHLORIDE

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

Transcription:

Alabama State Port Authority Invitation to Bid Project Name Alabama State Port Authority Dunnage Bid BID PURPOSE AND REQUIREMENTS ALABAMA STATE PORT AUTHORITY DUNNAGE BID Sealed bids will be received by the Alabama State Port Authority (ASPA) for furnishing all equipment, insurance, labor and materials, and performing all work required by the ASPA entitled as follows: ASPA Dunnage Bid. The ASPA Dunnage Services Contract shall be for a period of twelve (12) months effective January 1, 2019 and ending December 31, 2019. ASPA reserves the sole right to renew the contract in one (1) year increments at no cost to the ASPA for a period of up to two (2) years, with the first renewal year contract beginning January 1, 2020. ASPA also specifically reserves the right to terminate this contract without cause and without penalty, and ASPA reserves the right to amend this contract as needed at any time without penalty. ASPA reserves the sole right to reject any and all bids. ASPA rserves the sole right to strike any item(s) in the proposal and negotiate price adjustments; and to waive any defect or irregularity; and to make any modification to the conditions stated herein that is not in violation of law. Awards are typically made to the lowest responsible bidder, and ASPA reserves the sole right to determine the nature of a responsible bid in accordance with law. No allowance will be made for errors, either of omission or commission, on the part of the bidders. ASPA must assume that bidders have fully informed themselves as to all conditions, requirements, and specifications before submitting proposals and they cannot expect to be excused or relieved from the responsibility assumed by their proposals on the plea of error. In case of error in extension of prices, the unit price will govern. Recommended: Joy Lang Fixed Assets Manager Date Approved: Kelly Sims Real Estate Manager Date Judith Adams Vice President, Marketing Date Larry Downs CFO, Secretary & Treasurer Date James K. Lyons Director & CEO Date 1

Please note: This bid does not include the dunnage material removal bid for General Cargo/Intermodal lumber contract for plywood bundles, bundles of lumber less than 5 and bundles of lumber more than 5 not placed in containers. All submitted bids will be publicly opened at 10:30 a.m. CT on December 13, 2018, in the Killian Room, 1 st Floor, 250 N. Water St., Mobile, AL. 36602. Sealed bid proposals must be delivered via mail courier or hand delivered to the Alabama State Port Authority, 250 N. Water Street, Suite 330, Mobile, AL 36602 any time prior to the bid opening. Bids must be sealed and must state the Bid Title (ASPA Dunnage Bid) on the outside of the envelope. Failure to mark the Bid Package with the Bid Title and/or properly seal the Bid Package may, at the ASPA s discretion, invalidate the bid entirely. ASPA WILL NOT ACCEPT BIDS VIA EMAIL OR FAX. Prospective Bidders must attend the MANDATORY Pre-Bid Meeting and Tour of Facilities. Pre-Bid Meeting non-attendee bids will not be considered under any circumstance. It is MANDATORY that you confirm your attendance at the Mandatory Pre-Bid Meeting to Joy Lang at jlang@asdd.com at least two (2) business days prior to the meeting or you may not, at the sole discretion of the ASPA, be able to participate in the Pre-Bid Meeting and tour and therefore, will NOT be allowed to submit a bid whatsoever. The meeting and tour is expected to take up to two (2) hours. The purpose of the meeting and tour is to allow prospective Bidders to tour the facilities and familiarize themselves with the specific locations and to ask questions regarding the requirements of the proposed contract. ASPA has scheduled the Mandatory Pre- Bid Meeting and tour, as follows: December 6, 2018 at 9:00 a.m. Questions or comments pertaining to this bid must be presented in writing, sent via email to Joy Lang, ASPA Fixed Assets Manager. Email jlang@asdd.com no later than five (5) working days prior to the bid opening in order to allow adequate time for a written response. Question(s) submitted late will not be answered and will be forever waived. Prospective Bidders must return a signed and notarized copy of the attached STATE OF ALABAMA DISCLOSURE STATEMENT as required by Alabama Act 2001-955. Failure to enclose the signed and notarized aforementioned form in the sealed Bid Package will invalidate the bid entirely. Pursuant to the Code of Alabama, 1975, Title 40-23-4 (A) (11), the ASPA as an Agency of the State of Alabama, is exempt from paying taxes. An exemption letter from paying taxes will be furnished to the successful Bidder upon written request. All Bidders should carefully examine the site(s) of the proposed work on December 6, 2018 at the Pre-Bid Meeting and tour, and should thoroughly review and fully understand the contract requirements prior to submission of a bid package. Each Bidder shall satisfy themselves as to the character, quality, and quantities of work to be performed under this contract, and as to the requirements of the contract work. The submission of a bid package shall be proof that the Bidder has made such examination and is satisfied as to the conditions to be encountered in the performance of the work and as to the requirements of the contract. Additionally, business entities that are non-residents of Alabama that want to submit a bid package must show evidence of having qualified with the Alabama Secretary of State to do business in Alabama. The Contractor selected to perform the contract work is required to possess and provide evidence of all required City, County, State, and Federal licenses and/or permits including, but not limited to, possessing a valid Solid Waste Transporter Permit, and, if applicable, a valid Solid Waste Disposal Facility Permit issued by the Alabama Department of Environmental 2

Management, and have all appropriate permits and be fully compliant in accordance with ADEM Confined Disposal Sites regulations. If disposal shall occur at a solid waste disposal facility in a different state than Alabama, said same requirement for licenses and permits inclusive of all aforesaid shall apply. Please include a copy of company s City of Mobile business license with bid documents. The ASPA reserves the right to reject at will and for any reason any employee(s) of the Contractor from performing work on ASPA property. The contract will specify dumpsters as dunnage only. Additional requirements of the dunnage contract include, but are not limited to: All dumpsters provided by Contractor shall be clearly marked and color-coded as intended for dunnage. Hauler will specify the names and locations of reuse/recycling facilities receiving the materials from the 30 cubic yard and 40 cubic yard. Recycling facilities located in Alabama must be registered with ADEM per ADEM Admin. Code r. 335-13-3.02. Hauler will provide a monthly summary of recyclables with receipts as backup. The monthly summary shall specify the recyclable material and weight recycled. Receipts should be emailed to Gretchen Barrera at gbarrera@asdd.com. General Requirements: ALL ASPA CONTAINERS WILL HAVE THE FOLLOWING SIGNAGE: ASPA USE ONLY OTHERS USE IS PROHIBITED AND WILL BE PROSECUTED DUNNAGE ONLY All containers must be labeled or numbered for identification purposes as well as for accounting purposes. All containers must be clearly marked as required herein and as intended for dunnage. For dumpsters located on the Main Docks: The Contractor must have all tickets signed by ASPA Port Police located at the front entrance gate. For all other areas: Tickets must be signed by an approved ASPA representative of that division for each pull, or the contractor will not be paid for that pull. A copy of the ticket must also be left with the ASPA representative. Please note that the Pinto Terminal has the following procedures: Some container calls will be coordinated in advance and will be coordinated with Pinto personnel. *The 40 yard dumpsters should be equipped with some sort of lifting eye or be willing to allow us to add them. Also, ALL tickets for Pinto must not only be signed, but MUST include the ship name associated with the trash/waste generation on every ticket. Pinto may require services on weekends and/or after normal business hours. There is a 24-hour turnaround on all 30 and 40-yard container calls. In the event this contract is cancelled by ASPA, the contractor will have a maximum of fourteen (14) business days to remove all dumpsters from ASPA property. *Please note: All dumpsters will need to be removed and/or chained down during hurricanes as per the hurricane preparation guidelines for ASPA facilities. 3

All prospective bidders are encouraged to review these policies & procedures and consider these requirements in preparing bid submissions. Bids will be awarded on an all or none basis as determined appropriate by the ASPA unless otherwise stated. By signing this bid, I affirm the stipulated services will begin on January 1, 2019 or two (2) days from receipt of written notification by ASPA. Each item contained in the Bid Package must be listed and priced individually for ASPA internal purposes only. Bidders should consider all costs associated with this bid including the cost of required credentials to access the restricted areas of the ASPA as the ASPA will award all items listed in one bid only as one contract only. All invoices should be sent to: Alabama State Port Authority Attn: Accounts Payable P. O. Box 1588 Mobile, AL 36633-1588 Or sent via email to accountspayable@asdd.com with a copy to jlang@asdd.com All invoices should list the location of the roll-offs, number of roll-offs, roll-off size, and dates of pick-up service. Invoices should be received no later than the 5 th of each month and net thirty (30) days payment. Successful Bidder will be given instructions on how to invoice ASPA divisions separately as well as the appropriate contact information for ASPA divisions where roll-offs are located. Important notice to Bidders regarding access to ASPA Restricted Facilities: Procedure for Obtaining ASPA Credentials Successful bidders requiring access to the Alabama State Port Authority s restricted facilities to fulfill any obligations set forth in this bid must comply with the Authority s Access Policy found in its entirety at http://www.asdd.com/portaccess_policy.html. It is the policy of the Alabama State Port Authority (ASPA) that all persons seeking unescorted access to port facilities must obtain an ASPA issued photo ID badge/decal to gain such access. Applicants for ASPA credentials must have a Transportation Worker Identification Credential (TWIC) in their possession in order to apply for an ASPA ID or renew an existing ID. Information about the Transportation Workers Identification Credential is available online at www.tsa.gov/twic or by calling 1-855-347-8371. The local TWIC Enrollment Center is located at Finch Company at 3201 Midtown Park South; Mobile, AL 36606. Information on Security Awareness Training classes and scheduling can be found at http://www.asdd.com/portaccess_securitytraining.html. NOTICE TO BIDDERS COMPLIANCE WITH BEASON-HAMMON ALABAMA TAXPAYER AND CITIZEN PROTECTION ACT Effective October 1, 2011, the Beason-Hammon Alabama Taxpayer and Citizen Protection Act ( the Act ) requires that any business entity contracting with or approving any grant or incentives to the state, including the Alabama State Port Authority, certify compliance with the Act. Alabama s law requires business entities conducting business with the state register with 4

E-Verify on or before January 1, 2012. E-Verify is an Internet-based system that allows an employer to determine the eligibility of that employee to work in the United States. The E-Verify system is operated by the Department of Homeland Security in partnership with the Social Security Administration. E-Verify is available in Spanish. For more information about this system, please log on to http://www.dhs.gov/files/programs/gc_1185221678150.shtm All Bidders must certify such compliance by executing the enclosed CERTIFICATE OF COMPLIANCE WITH THE BEASON-HAMMON ALABAMA TAXPAYER AND CITIZEN PROTECTION ACT and returning it to the Alabama State Port Authority with your bid package. The Certificate must be WITNESSED. This is an estimated number of dumpsters/locations (subject to revision as needed): These locations are all inside RESTRICTED areas, except where noted. All units are forty (40) cubic yards Pier E 2 Pier 2 1 Pier 5 1 Berth 8 2 Pier D 1 Unit 19 1 South A 1 North A 1 South B 2 North B 2 North C 2 South C 2 Blakeley 1 TRR 4 (some are in non-restricted areas) Pinto 10 Total 33 This location is in a RESTRICTED area. All units are thirty (30) cubic yards McDuffie 5 For the purpose of bid evaluation only, an estimated number of dumps for an annual period are projected (please quote a price, per pull, for each size dumpster listed below based on the estimates provided Price is ALL INCLUSIVE): Prices for forty (40) cubic yard containers (pulls annually/estimated): Dumping charge for disposal at recycling facility: per pull Charge for relocating within ASPA property: per pull Estimated pulls: o GCI: 240 pulls o Pinto: 568 pulls Prices for thirty (30) cubic yard containers (pulls annually/estimated): Dumping charge for disposal at recycling facility: per pull Charge for relocating within ASPA property: per pull o Estimated Pulls: McDuffie: 22 pulls 5

PLEASE SEE ATTACHED INDEMNIFICATION SHEET & DISCLOSURE STATEMENT Company Representative Phone Email FOR ALL BIDS $15,000 AND OVER STATE OF ) COUNTY OF ) On this day of, 20, before me appeared, to me personally known, who, being by me duly sworn, did say that such person executed the foregoing instrument as the free act and deed of such person, having been duly authorized to execute such instrument in such capacity. IN WITNESS WHEREOF, I have hereunto set my hand and official seal. Notary Public, State of Print Name My commission expires: Receipt of following addendums is acknowledged: Addendum No. Addendum No. Addendum No. Contractor s Signature: Contractor Company: Name Title Date 6

INSTRUCTIONS FOR BIDDERS ALABAMA STATE PORT AUTHORITY This instruction sheet is provided as a guide to facilitate the bid process and highlight important points for consideration by bidders. Each bidder is responsible for fully reading and complying with the instructions on the Alabama State Port Authority bid form. This instruction sheet is to be used as a guide ONLY. 1. Alternate bid proposals and/or suitable attachments may be rendered, with proper support. 2. If your company is not prepared to submit a bid, so state and sign to avoid being deleted from the prospective bidder's list. 3. The Alabama State Port Authority reserves the right to reject any and all bids if deemed in the Alabama State Port Authority's interest. 4. No allowance will be made for error, either omission or commission. 5. Unit price governs in errors relating to extension of prices. 6. Alabama State Port Authority policy has changed. Bids will not be accepted via FAX or EMAIL. All bids must be sealed and sent via mail courier or hand delivered to ASPA Fixed Assets Office located in the International Trade Center Building, 250 N. Water St., Mobile, Al., 3 rd floor, Suite 330, before the specified date and time. 7. The Alabama State Port Authority accepts no responsibility for facilitating the receipt of bids. 8. Bids over $15,000 per year must be NOTARIZED. 9. Bids received after the specified opening time will be returned to the bidder unopened. Bidders are requested to show a return address on the bid envelope. 10. Bid proposals must be filled out completely, including the name, address, telephone number, fax number (if possible), and signature of the responsible person. 11. Questions must be submitted in writing to Joy Lang at jlang@asdd.com 12. Notarization not required on "SALE" BIDS. 13. 250 North Water Street is the street address. 14. Please specify the bid title on envelope. 7

ALABAMA STATE PORT AUTHORITY INSURANCE REQUIREMENTS FOR CONTRACT WORK INDEMNIFICATION The Contractor shall assume all liability for and shall indemnify and save harmless the State of Alabama and the Alabama State Port Authority, doing business as Alabama State Docks (ASD), and its officers and employees from all damages and liability for injury to any person or persons, and injury to or destruction of property, including the loss of use thereof, by reason of an accident or occurrence arising from operations under the contract, whether such operations are performed by himself or by any subcontractor or by anyone directly or indirectly employed by either of them occurring on or about the premises, or the ways and means adjacent during the term of the contract, or any extension thereof, and shall also assume the liability for injury and/or damages to adjacent or neighboring property by reason of work done under the contract INSURANCE REQUIREMENTS The Contractor shall not commence work under the contract until he has obtained all insurance required under the following paragraphs and until such insurance has been approved by ASD, nor shall the Contractor allow any subcontractor to commence work until all similar applicable insurance has been obtained by the subcontractor or the Contractor has provided coverage for the subcontractor. The Contractor shall provide, at his expense, insurance in accordance with the following: General Requirements (applicable to all policies)(required FOR THIS PROJECT) All policies of insurance must be written with companies acceptable to ASD. The Contractor shall furnish to ASD certificates of insurance, signed by the licensed agent evidencing required coverages. ASD reserves the right to require certified copies of any and all policies. Each policy of insurance shall provide, either in body of the policy or by endorsement, that such policy cannot be substantially altered or cancelled without thirty (30) days written notice to ASD and to the insured. Except for Workers Compensation, said policies will identify Alabama State Port Authority, its officers, officials, agents, servants and employees as primary and non-contributory additional insured in connection with work performed for, on behalf of, or on the property of ASD, including a waiver of all rights of subrogation. Commercial General Liability(REQUIRED FOR THIS PROJECT) The Contractor shall take out and maintain during the life of the contract Commercial General Liability insurance, including Blanket Contractual and Completed Operations coverages, in an amount not less than $2,000,000 for any one occurrence for bodily injury, including death, and property damage liability. Automobile Liability(REQUIRED FOR THIS PROJECT) The Contractor shall take out and maintain during the life of the contract Business Automobile Liability insurance covering any auto in an amount not less than $1,000,000 for any one occurrence for bodily injury, including death, and property damage liability. Workers Compensation(REQUIRED FOR THIS PROJECT) The Contractor shall take out and maintain during the life of the contract Workers Compensation and Employers Liability insurance providing coverage under the Alabama Workers Compensation Act in an amount not less than that required by Alabama law. Where applicable, Contractor shall take out and maintain during the life of the contract insurance providing coverage as required by Federal statute, including but not limited to U.S. Longshoremen and Harborworkers Compensation Act (USL&H), Jones Act, and Railroad Federal Employers Liability Act (FELA). 8

State of County of CERTIFICATE OF COMPLIANCE WITH THE BEASON-HAMMON ALABAMA TAXPAYER AND CITIZEN PROTECTION ACT (ACT 2011-535, as amended by Act 2012-491) DATE: RE Contract/Grant/Incentive (describe by number or subject): by and between (Contractor/Grantee) and (State agency, Department or Public Entity) The undersigned hereby certifies to the State of Alabama as follows: 1. The undersigned holds the position of with the Contractor/Grantee named above, and is authorized to provide representations set out in this Certificate as the official and binding act of that entity, and has knowledge of the provisions of THE BEASON-HAMMON ALABAMA TAXPAYER AND CITIZEN PROTECTION ACT (Act 2011-535 of the Alabama Legislature, as amended by Act 2012-491) which is described herein as the Act. 2. Using the following definitions from Section 3 of the Act, select the initial either (a) or (b), below, to describe the Contractor/Grantee s business structure. BUSINESS ENTITY. Any person or group of persons employing one or more persons performing or engaging in any activity, enterprise, profession or occupation for gain, benefit, advantage or livelihood, whether for profit or not for profit. Business entity shall include, but not limited to the following: a. Self-employed individuals, business entities filing articles of incorporation, partnerships, limited partnerships, limited liability companies, foreign corporations, foreign limited partnerships, foreign limited liability companies authorized to transact business in this state, business trusts and any business entity that registers with the Secretary of State. b. Any business entity that possesses a business license, permit, certificate, approval, registration, charter or similar form of authorization issued by the state, any business entity that that is exempt by law from obtaining such a business license and any business entity that is operating unlawfully without a business license. EMPLOYER. Any person, firm corporation, partnership, joint stock, association, agent, manager, representative, foreman or other person having control or custody of any employment, or of any employee, including any person or entity employing any person for hire within the State of Alabama, including a public employer. This term shall not include the occupant of a household contracting with another person to perform casual domestic labor within the household. (a) The Contractor/Grantee is a business entity or employer as those terms are defined in Section 3 of the Act. (b) The Contractor/Grantee is not a business entity or employer as those terms are defined in Section 3 of the Act. 3. As of the date of this Certificate, contractor/grantee does not knowingly employ an unauthorized alien within the State of Alabama and hereafter it will not knowingly employ, hire for employment or continue to employ an unauthorized alien within the State of Alabama; 4. Contractor/Grantee is enrolled in E-Verify unless it is not eligible to enroll because of the rules of that program or other factors beyond its control. Certified this day of 20. Name of Contractor/Grantee/Recipient The above certification was signed in my presence by the person whose name appears above, on By: Its: this day of 20. WITNESS: Printed Name of Witness 9

10

11