CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019

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

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

REQUEST FOR QUOTES January 7, 2019

THE CITY OF MOBILE MOBILE, ALABAMA

THE CITY OF MOBILE MOBILE, ALABAMA

THE CITY OF MOBILE MOBILE, ALABAMA

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

THE CITY OF MOBILE MOBILE, ALABAMA

THE CITY OF MOBILE MOBILE, ALABAMA

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

PROJECT MANUAL FOR SERVICE CONTRACT CARPET CLEANING MOBILE, ALABAMA CRUISE TERMINAL

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT

THE CITY OF MOBILE MOBILE, ALABAMA

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

CITY OF MOBILE REQUEST FOR QUALIFICATIONS LANDSCAPE ARCHITECTURAL SERVICES THREE MILE CREEK GREENWAY TRAIL: PHASE I (TRICENTENNIAL PARK)

THE CITY OF MOBILE MOBILE, ALABAMA

SUBCONTRACTOR AGREEMENT

Subcontract Agreement

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

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

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

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

CITY COUNCIL AGENDA REPORT. Honorable Mayor and City Council Members. direction on the parameters for negotiating the purchase of 301 Potter Street.

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

THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition)

OGC-S Owner-Contractor Construction Agreement

MASTER SUBCONTRACT AGREEMENT

RICE UNIVERSITY SHORT FORM CONTRACT

DESIGN SERVICES-ALF SORENSEN NATATORIUM RENOVATIONS CITY OF SPARKS, NEVADA W I T N E S E T H

CONSTRUCTION CONTRACT EXAMPLE

FIRE HYDRANT REPAIR/REPLACEMENT (AS NEEDED) INFORMAL QUOTATION (Construction Services under $100,000) CITY OF SPARKS, NEVADA

DIVISION OF HOUSING AND COMMUNITY RESOURCES WEATHERIZATION ASSISTANCE PROGRAM

SAFETY FIRST GRANT CONTRACT

SUBCONTRACT CONSTRUCTION AGREEMENT

CONSULTANT SERVICES AGREEMENT

PURCHASE ORDER ACKNOWLEDGEMENT

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water)

PROFESSIONAL SERVICES AGREEMENT

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

W I T N E S S E T H:

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

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office

GROUNDS MAINTENANCE AGREEMENT

19 TH STREET SEWER REPAIR CITY OF SPARKS, NEVADA

SUPPLEMENTARY AND SPECIAL TERMS AND CONDITIONS FOR MINOR PROJECTS

INDEPENDENT CONTRACTOR AGREEMENT

PUBLIC BUILDING RESTORATION AND CONSTRUCTION CONTRACT

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

Telemetry Upgrade Project: Phase-3

CITY CONTRACT NO. MEMORANDUM OF UNDERSTANDING BETWEEN EMPIRE BUILDERS LLC AND THE CITY OF CHEYENNE

PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT

FIXTURING/INSTALLATION AGREEMENT

AGREEMENT FOR SERVICES

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

ITHACA COLLEGE EQUIPMENT LEASE MASTER AGREEMENT. 1. TERM: This Agreement is effective from (insert dates for a three year period).

CONTRACT. Owner and Contractor agree as follows: 1. Scope of Work.

Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES

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

Lease Agreement Between ANNE ARUNDEL COUNTY, MARYLAND and. Dated TABLE OF CONTENTS. Paragraph

Scofield Ridge Homeowners Association

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

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

G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S

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

CONTRACT FOR PROFESSIONAL SERVICES - ARCHITECT

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

Proposal No:

CONTRACT for PLUMBING REPAIR SERVICES

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

REQUEST FOR QUALIFICATIONS

KITSAP COUNTY INFORMAL BID REPAIRS TO HOUSE OWNED BY KITSAP COUNTY (SEWER UTILITY) LOCATED AT LEMOLO SHORE DRIVE NE, POULSBO WA 98370

SERVICE AGREEMENT. THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ).

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

CONTRACT PARLANTI LANE SEWER LIFT STATION REHABILITATION CITY OF SPARKS, NEVADA BID # 11/ PWP# WA

INFORMAL BID KITSAP COUNTY STORMWATER DIVISION RIBBON CURB AT BUCKLIN TERRACE

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

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

CITY OF SCHERTZ SERVICE AGREEMENT

Deluxe Corporation Purchase Terms and Conditions

PURCHASE ORDER TERMS & CONDITIONS. Order Acceptance

Owner and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

Washington University in St. Louis

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

REQUEST FOR PROPOSAL (RFP)

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

KANSAS CITY PUBLIC LIBRARY REQUEST FOR PROPOSALS FOR AUDIT SERVICES

Master Service Agreement (Updated 9/15/2015)

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

Real Estate Management Agreement

P R O P O S A L F O R M

INFORMAL BID KITSAP COUNTY PARKS DEPARTMENT RE-ROOF PARKS OFFICE/EAGLES NEST. Eagles Nest 1195 NW Fairgrounds Road Bremerton, WA

PROPOSAL LIQUID CALCIUM CHLORIDE

#REVISED MEMORANDUM OF UNDERSTANDING BETWEEN FULTON COUNTY, GEORGIA AND THE ATLANTA HAWKS FOUNDATION, INC

Transcription:

CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Remove, Repair and Re- Install a 40 HP Motor and Vertical Turbine Pump Mobile Civic Center 401 Civic Center Drive Mobile, AL 36602 MP-114-19 Summary of Work: Contractor shall furnish all labor, material, tools and equipment, and perform all work required to remove, repair and reinstall a 40 HP Motor and Vertical Turbine Pump in strict accordance with Scope of Work (attached as Exhibit A) and the Contract Documents, all of which are made part hereof, as prepared by or under the direction of the Director, Real Estate Asset Management Department The Contractor shall deliver the Work complete within Thirty (30) calendar days from the date of the written Notice to Proceed. A MANDATORY Pre-Quote meeting shall be held Monday, February 25, 2019 at 9:00 am at 401 Civic Center Drive, Mobile, AL 36602. Contractors are required to have a representative present and sign-in in order to submit a Quote for this project. All Contractors shall meet outside the Rear Entrance (Cooling Tower) of the Mobile Civic Center. All Requests for Information (RFI s) shall be submitted in writing to the Project Manager no later than five (5) calendar days prior to the Quote submittal date. Responses shall be in the form of a written Addendum issued to all Contractors. Receipt of all addenda shall be acknowledged by the contractor on the Quote form. Failure to acknowledge Addenda may result in disqualification of the Quote. Quotes (stipulated sum) for the Scope of Work will be received until 3:00 P.M. CT, on Monday, March 4, 2019 at the Facility Maintenance Department, 850 Owens Street, Mobile, AL 36604. Quotes may be submitted in person, faxed, e-mailed or mailed to the address indicated. REQUEST FOR QUOTES 1 of 3

REQUEST FOR QUOTES 2 of 3 A Bid Bond is not required in order to provide a Quote on the Project. Neither a Performance Bond nor a Labor and Material Payment Bond shall be required for this contract. A City of Mobile Business License is required and must be current at contract execution and throughout period of construction. The Contractor shall secure building and other permits customarily obtained from City of Mobile Build Mobile Department at no cost. Within ten (10) calendar days from the date of issuance of Contract forms for execution, the Contractor shall deliver to the City of Mobile the following documents: 1. Proof of enrollment in the Federal E-Verify program (sample document attached as Exhibit 1) 2. Contract form Agreement Between Owner and Contractor For A Stipulated Sum (sample attached as Exhibit 2) 3. Certificate of Insurance and policy endorsements in accordance with City of Mobile Insurance Requirements (attached as Exhibit 3 with sample documents) 4. A current Company W9 Tax Form and City of Mobile Vendor Information Form (see sample documents attached) At Substantial Completion of the project, the Contractor shall publish a Notice of Final Completion of the contract one time in a newspaper of general circulation, published in Mobile County. Contractor shall provide an electronic or hard copy of the Notice verbiage on company letterhead to the Project Manager at the same time the notice is submitted to the newspaper. Within five working days after publication, the Contractor shall provide an original proof of publication to the Project Manager. Final settlement may be made at any time one week after the notice has been published and all applicable Close Out documents have been received and approved. The Notice of Final Completion shall read as follows: STATE OF ALABAMA COUNTY OF MOBILE NOTICE OF COMPLETION In accordance with Chapter I, Title 39, Code of Alabama, 1975, NOTICE IS HEREBY given that (Company Name) has completed the contract for a Ceiling-Mounted Thermal Management System, 205 Government Street, Mobile, AL 36602. All persons having any claim for labor, material or otherwise in connection with this project should immediately notify the Architectural Engineering Department, City of Mobile. P. O. Box 1827, Mobile, Alabama 36633-1827. Close Out documents shall also include original executed (as required) copies of the following Documents: Affidavit of Payment of Debts and Claims (AIA Form G706) Contractor s Affidavit of Release of Liens (AIA Form G706A) Manufacturer s warranty as specified Contractor s one-year warranty on Contractor s letterhead Operation and maintenance manuals Contractor s Warranty: Contractor shall provide a written warranty to the Owner certifying that all materials furnished under the Contract are of good quality and new. Contractor shall further warrant that the Work will conform to the requirements of the information contained in this Request for Quotes and

will be free from defects. Contractor shall provide a one-year Labor and Material warranty on company letterhead at completion of the contract. Work and/or materials not conforming to these requirements may be considered defective and shall, within one (1) year from date of Substantial Completion of the Project, be promptly replaced or corrected without cost to the Owner. A time charge equal to two hundred fifty dollars ($250.00) per calendar day will be made against the Contractor for the entire period that any part of the Work remains uncompleted or any required close out documents are not acceptably submitted for more than thirty (30) calendar days after the time specified for the Substantial Completion of the Work, the amount of which shall be deducted by the Owner, and shall be retained by the Owner out of monies otherwise due the Contractor in the final payment, not as a penalty, but as liquidated damages sustained. Contact the Project Manager, Gregg Blaize, at the City of Mobile, Facility Maintenance Department, 251-490-5534 phone, 251-208-2815 fax or e-mail gregg.blaize@cityofmobile.org for further clarification regarding this Request for Quotes. REQUEST FOR QUOTES 3 of 3

Remove, Repair and Re- Install a 40 HP Motor and Vertical Turbine Pump Mobile Civic Center Project Number: MP-114-19 QUOTE: Company Name: Company Address: Office Phone #: Fax #: City of Mobile Business License No.: In compliance with RFQ Documents prepared by the City of Mobile, Facility Maintenance Department dated February 13, 2019, the undersigned does hereby propose to furnish all labor, materials, tools, equipment and supplies and to sustain all expenses incurred in performing the Scope of Work for the amount listed below. Total Quote Amount: (Amount in Words) ($.00) (Amount in # s) Quotes shall include all applicable sales and use taxes. Quotes shall be provided in whole dollar amount with no cents. Contact Name: Contact Phone #: Cell #: E-mail Address: Signature: Printed Name: Date: Title: BID PAGE 1 of 1

AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR A STIPULATED SUM THIS AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR STIPULATED SUM (HEREINAFTER AGREEMENT ) This Agreement made and entered into this the day of, Two Thousand and NINETEEN. BETWEEN the Owner: And the Contractor: For the following Project: Project Number: CITY OF MOBILE 205 Government Street P O Box 1827 Mobile, Alabama, 36633 City Business License No.: Remove, Repair and Re- Install a 40 HP Motor and Vertical Turbine Pump Mobile Civic Center 401 Civic Center Drive Mobile, AL 36602 MP-114-19 County of Mobile City of Mobile, Alabama The Owner and Contractor agree as set forth below: 1.0 CONTRACTOR S SERVICE 1.1 The Contractor s Services consist of those described in the Scope of Work, dated February 12, 2019, which is attached hereto as Exhibit A and is hereby incorporated by reference herein as a part of this Agreement as though fully set out herein. 2.0 CONTRACT SUM: 2.1 The Owner shall pay the Contractor the Contract Sum in current funds for the Contractor s performance of the Contract. The Contract Sum shall be ($ )..2.2 If Additional Services are required due to circumstances beyond the Contractor s control, the Contractor shall give written notice to the Owner and obtain written authorization from the Owner before commencing such Services. The Contractor s notice shall include a description of the circumstances justifying the Additional Services and a proposal to provide the Services. CONTRACT AGREEMENT 1 OF 6

3.0 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION 3.1 The Work shall commence on the date of the written Notice to Proceed issued by Owner. Contractor shall achieve Substantial Completion within thirty (30) calendar days from date of Notice to Proceed. 4.0 OWNERS S REPRESENTATIVE The Owner s Representative, authorized to act on the Owner s behalf with respect to the Project is the Director of Facility Maintenance or a designated representative. The Owner s liaison with the Contractor is the Owner s Representative. 5.0 GENERAL REQUIREMENTS 5.1 The Owner and the Contractor, respectively, bind themselves, their partners, successors, assigns, and legal representatives to the other party to this Agreement, with respect to all covenants of this Agreement. Contractor shall not assign, sublet or transfer his interest in this Agreement without written consent of the Owner, which consent will be granted or withheld at the owner s sole discretion. 5.2 This Agreement including Project Construction Documents and accepted alternates represents the entire and integrated agreement between the Owner and Contractor and supersedes all prior negotiations, representations or any standards as a part of the Agreements either written or oral. The Owner and Contractor may amend this Agreement only by written instrument signed by both parties. 5.3 All covenants, agreements, and stipulations of this Agreement (except warranties) shall remain in full force until completion of the Project or for a period of two years from the date of this Agreement, whichever occurs first. By mutual agreement, the Owner and the Contractor may extend the Agreement time. 5.4. For the term of this Agreement, Contractor shall acquire and maintain in full force and effect the following liability and comprehensive insurance issued by a company licensed and qualified to do business in the State of Alabama, which such insurance shall be endorsed to name the City of Mobile as an additional insured, and shall attach to this contract as proof thereof a certificate of insurance issued by an agent licensed and qualified to do business in the State of Alabama: A. Workers' Compensation/Employer's Liability: 1. Workers' Compensation insurance in the amounts required by all applicable laws, rules or regulations of the state of Alabama. 2. Employer s Liability with limits of not less than: Bodily Injury by Accident Bodily Injury by Disease Bodily Injury by Disease $1,000,000 each accident $1,000,000 policy limit $1,000,000 each employee CONTRACT AGREEMENT 2 OF 6

3. Borrowed Servant/Alternate Employer endorsement in favor of City of Mobile. B. Comprehensive General Liability Insurance: 1. Comprehensive General Liability (occurrence form) including coverage for products/completed operations, independent contractors, blanket contractual liability specifically covering the obligations assumed by Contractor. 2. Limit of Liability: $1,000,000 combined single limit of liability each occurrence bodily injury or property damage. C. Automobile Liability Insurance: 1. Automobile Liability Insurance to cover all owned, non-owned, and hired vehicles, with a $1,000,000 combined single limit of liability each accident for bodily injury and/or property damage. D. Excess/Umbrella Liability Insurance 1. Providing following form coverage for Employer's Liability, Comprehensive General Liability, and Automobile Liability. 2. Limit of Liability: $2,000,000 combined single limit of liability each occurrence for bodily injury and/or property damage. Waiver of Subrogation - All policies of insurance shall be endorsed to waive rights of subrogation in favor of City of Mobile. Additional Insured - All policies of insurance, except those referenced under paragraph A, shall be endorsed to name City of Mobile as an Additional Insured. Primary Insurance - All policies of insurance, except those referenced under paragraph A, shall be endorsed to provide that all such insurances are primary and non-contributing with any other insurance maintained by City of Mobile. Certificates of Insurance - Prior to commencement of the Work, Contractor shall deliver to the City of Mobile certificates of insurance certifying the existence and limits of the insurance coverages, noting applicable endorsements, described above and shall deliver same and renewals thereof to the City of Mobile. The certificates shall provide that such insurance shall not be subject to cancellation, non-renewal nor material change without 30 days or more (except 10 days for nonpayment)prior written notice thereof to the City of Mobile. If the certificate of insurance referenced in this Agreement does not evidence insurance of owned vehicles, said certificate and this sentence shall evidence the Contractor s covenant that it does not own any vehicles and that it will not purchase or obtain any vehicles during the term of this Agreement. Said certificate shall require that said insurance coverage will not be altered or terminated unless City shall have been given written notice of such alteration or termination delivered to City not less than thirty (30) days before the effective date of such alteration or termination. CONTRACT AGREEMENT 3 OF 6

5.5 In the event of any breach or apparent breach by Contractor of any of its obligations under the terms of this Agreement, and in the further event that City shall engage the services of an attorney to protect or to enforce its rights with respect to said breach or apparent breach, then and in those events, Contractor agrees to pay and to reimburse any and all reasonable attorneys fees and expenses which City may incur with respect to City s enforcement of this Agreement; regardless of whether said attorneys fees and costs shall be incurred in connection with any litigation or in connection merely with advice and representation provided without litigation. 5.6 Contractor agrees to indemnify and hold the City, its elected officials, officers, agents, and employees whole and harmless from all costs, liabilities and claims for damages of any kind (including interest and attorneys fees) arising in any way out of the performance of this Agreement and/or the activities of Contractor, its principals, directors, agents, servants and employees in the performance of this Agreement, for which the City is alleged to be liable. In the event that the City, through no fault of its own, is made a party to any lawsuit or legal proceeding arising in any way from this contract or any activities conducted pursuant thereto, Contractor hereby agrees to pay all of City s costs of defense, including but not limited to all attorneys fees, court costs, expert witness fees and other expenses, through trial and, if necessary, appeal. This section is not as to third parties or to anyone a waiver of any defense or immunity or statutory damages cap otherwise available to Contractor or City, and these defenses and matters may be raised in the City s behalf in any action or proceeding arising under this Agreement. 5.7 This Agreement is the final expression of the agreement between the parties, and the complete and exclusive statement of the terms agreed upon, and shall supersede all prior negotiations, understandings or agreements. There are no representations, warranties, or stipulations, either oral or written, not contained herein. 5.8 This Agreement shall be governed by the laws of the State of Alabama, and the appropriate venue for any actions arising out of this Agreement would be Mobile, Alabama. 5.9 Contractor shall obtain, at its own expense, all necessary licenses, permits, insurance, authorization and assurances necessary in order to abide by the terms of this Agreement. City permits may be obtained at no cost to the Contractor. 5.10 Contractor, in the performance of its operations and obligations hereunder, shall not be deemed to be an agent of City but shall be deemed to be an independent Contractor in every respect and shall take all steps at its own expense, as City may from time to time request, to indicate that it is an independent Contractor. City does not and will not assume any responsibility for the means by which or the manner in which the services by Contractor provided for herein are performed, but on the contrary, Contractor shall be wholly responsible therefore. 5.11 Anti-discrimination: Contractor shall comply with all Federal, State and local laws concerning nondiscrimination, including but not limited to City of Mobile Ordinance No. 14-034 which requires, inter alia, that all contractors performing work for the City of Mobile not discriminate on the basis of race, creed, color, national origin or disability, require that all subcontractors they engage do the same, and make every reasonable effort to assure that fifteen percent of the work performed under contract be awarded to socially and economically disadvantaged individuals and business entities. CONTRACT AGREEMENT 4 OF 6

5.12 Method of Payment: Contractor shall provide two copies of invoices to the Facility Maintenance Department. Payment shall be made only upon successful completion of the project and receipt and approval by Owner of all required close out documents. 5.13 Termination of Contract: The City or Contractor may terminate the contract upon thirty (30) days written notice. Notice from the City shall be mailed to the address provided by the Contractor on this form. Notice to the City shall be addressed to Director, Architectural Engineering Department, P.O. Box 1827, 205 Government Street, Mobile, AL 36633. The City shall not be liable for payment to the Contractor for lost profit or damages, as the result of its termination of the contract. 6.0 PROJECT COMPLETION 6.1 Upon completion of the Project, the Contractor shall: (a) Submit Notice-of-Final-Completion of the contract to the Owner for posting on City of Mobile Bulletin Board. (b) Publish Notice-of-Final-Completion of the contract one time in a newspaper of general circulation, published in Mobile County. Contractor shall provide proof of publication to the Contract Administrator within five working days after publication. (c) Provide "Affidavit of Payment of Debts and Claims" certifying under oath that all bills have been paid in full. (d) Provide manufacturer's warranties, and a one year labor and materials warranty from their company. Final settlement may be made at any time one week after the Notice of Final Completion has been posted by the City of Mobile, proof of publication of the Notice of Final Completion has been received by the Owner, and all applicable Close Out documents have been received and approved. 7.0 DISPUTE RESOLUTION 7.1 Claims, disputes or other matters in question between the parties to this Agreement arising out of or relating to the Agreement or breach thereof shall be subject to legal proceedings unless the parties mutually agree otherwise. 8.0 IMMIGRATION LAWS By signing this contract, the contracting parties affirm, for the duration of the agreement, that they will not violate federal immigration law or knowingly employ, hire for employment, or continue to employ an unauthorized alien within the State of Alabama. Furthermore, a contracting party found to be in violation of this provision shall be deemed in breach of the agreement and shall be responsible for all damages resulting there from. 9.0 PUBLIC CONTRACTS WITH ENTITIES ENGAGING IN CERTAIN BOYCOTT ACTIVITIES: By signing this contract, the Contractor further represents and agrees that it is not currently engaged in, nor will it engage in, any boycott of a person or entity based in or doing business with a jurisdiction with which the State of Alabama can enjoy open trade. CONTRACT AGREEMENT 5 OF 6

IN WITNESS WHERE OF, the parties to these presents have hereunto set their hand and seal; the Mayor of the City of Mobile, acting under and by virtue of such office and with fully authority and the Contractor by such duly authorized officers or individuals as may be required by law. This Agreement entered into as of the day and year first written above. OWNER: City of Mobile Signature Mayor, City of Mobile Printed Name and Title CONTRACTOR: Signature Printed Name and Title (Corporate Seal if applicable) ATTEST: City Clerk Gregg Blaize Director Facility Maintenance Department ATTEST: Signature Typed Name and Title CONTRACT AGREEMENT 6 OF 6

EXHIBIT A SCOPE OF WORK A FEBRUARY 13, 2019 General 1. Remove 40 HP hollow shaft motor and vertical turbine pump. 2. Breakdown motor, replace bearings and check windings for insulation leakage to ground. 3. Dip, bake and clean motor. 4. Reassemble motor, test, run and paint. 5. Disassemble pump. Repair or replace pump shaft to manufacturer s specifications. 6. Disassemble bearings and bearing supports. Replace propellers and seal rings. 7. Inspect suction bell for damage and repair as needed. 8. Replace bushings. 9. Reassemble and paint pump and replace shaft seal packing. 10. Reinstall pump motor and test. A. Services shall include: 1) Warranty inspection start-up 2) One-year equipment/parts warranty Contractor shall coordinate all work sequences with the Project Manager to minimize disruption of Civic Center activities. Contractor shall be responsible for removal and disposal of all demolished materials, trash and other construction debris off site. The contractor is responsible for any damage to the facility and shall make any necessary repairs. Damage caused by the Contractor's activities shall be repaired to the original condition. All costs of repairs shall be paid by the Contractor. Contractor may use on-site utilities such as power and water in reasonable quantities as required to complete the Work. Facility restrooms will be available for Contractor s use. Work hours are from 8:00 A.M. to 5:00 P.M., Monday through Friday, unless other time(s)/day(s) are coordinated with the Owner and agreed upon in advance. EXHIBIT A 1 OF 2

Limit use of premises to allow for Owner access and use of the facility. Obey all City and facility rules. Facility shall generally remain in use throughout the construction period. Coordinate access, all areas of work and schedule of work with Library Department staff to ensure emergency response activities are not hampered in any way. On-site parking for Contractor s vehicles is limited and shall be only as directed by Project Manager. Debris shall be removed and disposed of daily; and all surrounding surfaces shall be wiped down upon project completion. END OF SECTION EXHIBIT A 2 OF 2

City of Mobile Insurance Requirements Contractor Insurance For the duration of this agreement, the Contractor shall maintain the following minimum amounts for this project: A. Workers Compensation/Employer s Liability: 1. Workers Compensation insurance in the amounts required by all applicable laws, rules or regulations of the State of Alabama. 2. Employers Liability with limits of not less than: Bodily Injury by Accident $1,000,000 each accident Bodily Injury by Disease $1,000,000 policy limit Bodily Injury by Disease $1,000,000 each employee 3. Borrowed Servant/Alternate Employer endorsement in favor of City of Mobile. B. Comprehensive General Liability Insurance: 1. Comprehensive General Liability (occurrence form) including coverage for products/completed operations, independent contractors, blanket contractual liability specifically covering the obligations assumed by Contractor. 2. Limits of Liability: $1,000,000 combined single limit of liability each occurrence bodily injury or property damage. 3. General Aggregate Limit shall apply on a Per Project Basis. C. Automobile Liability Insurance: 1. Automobile Liability Insurance to cover any auto, including all owned, non-owned, and hired vehicles, with a $1,000,000 combined single limit of liability each accident for bodily injury and/or property damage. D. Excess/ Umbrella Liability Insurance 1. Provide following form coverage for Employer s Liability, Comprehensive General Liability, and Automobile Liability. 2. Limit of Liability: $2,000,000 combined single limit of liability each occurrence for bodily injury or property damage. INSURANCE REQUIREMENTS 1 of 3

INSURANCE REQUIREMENTS 2 of 3

END OF SECTION INSURANCE REQUIREMENTS 3 of 3

E-VERIFY 1 of 2

END OF SECTION E-VERIFY 2 of 2

VENDOR INFORMATION 1 of 2

VENDOR INFORMATION 2 of 2