RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

Similar documents
CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES

CITY OF FLORENCE, SC INVITATION TO BID NO DEMOLITION AND LOT CLEARING at W. CHEVES STREET

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501

CITY OF FLORENCE SOUTH CAROLINA REPLACEMENT EMERGENCY GENERATOR REQUEST FOR PROPOSAL

INVITATION TO BID BID NO. NBV

INVITATION TO BID NO PUBLIC WORKS ROOF REPAIR

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

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

NOTE: OUR ADDRESS HAS CHANGED TO 69 STATE STREET, 8 th Fl, ALBANY, NY 12207

FLORENCE COUNTY SOUTH CAROLINA REQUEST-FOR-PROPOSALS NO /17

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

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

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

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

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

REQUEST FOR PROPOSALS DEMOLITION SERVICES Date Issued: September 19, 2018 Walk Through: September 26, :00 AM Due: September 28, 2018 at 2:00 PM

CITY OF FLORENCE, SC INVITATION TO BID NO SOCCER COMPLEX BLEACHERS

Request for Qualifications #9709RFQ. Architectural Services for Dawson County Fire Station #9

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

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

Black Hawk County Engineer

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897

CITY OF FLORENCE, SC INVITATION TO BID NO GROUND PENETRATING RADAR

Request For Proposal (RFP) for

REQUEST FOR PROPOSALS FOR BID TOWN OF MIDDLESEX, VERMONT TROPICAL STROM IRENE FEDERAL BUYOUT DEMOLITIONS

Invitation To Bid. for

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

Proposal No:

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

RFP GENERAL TERMS AND CONDITIONS

West Hartford Housing Authority Request for Proposals (RFP) HQS Services

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

City of Albany, New York Traffic Engineering

Solar/ Renewable Energy - Alternative Power Source. Richmond, NH. Cheshire County Sheriff s Office. Request for Proposals

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

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

Champaign Park District: Request for Bids for Playground Surfacing Mulch

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID. No. 17/18-009EO

AGREEMENT FOR SERVICES

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

CITY OF PORT ARANSAS, TEXAS REQUEST FOR QUALIFICATIONS (RFQ) ENGINEERING PROFESSIONAL SERVICES NOTICE TO BIDDERS

Invitation To Bid. for PURCHASE OR LEASE OF CARDIOVASCULAR EQUIPMENT 2016

Request for Proposals for Agent of Record/Insurance Broker Services

REQUEST FOR PROPOSAL FOR PAWTUCKET/CENTRAL FALLS STATION DISTRICT BRAND DEVELOPMENT, COMMUNICATIONS AND MARKETING STRATEGY

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

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

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

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

REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

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

Request for Proposal

CITY OF FLORENCE, SC REQUEST FOR QUOTE NO UNDERGROUND STORAGE TANK CLEANING

Request For Proposal. City of St. Joseph, Michigan Three Year Cross Connection Control Program

REQUEST FOR PROPOSAL For PROFESSIONAL SERVICES. Water & Stormwater Utility Rate Analyses

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

CITY OF GAINESVILLE INVITATION TO BID

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services

HUNTERSVILLE GATEWAY APPROX 327 HUNTERSVILLE GATEWAY DR HUNTERSVILLE, NC ABC STORE # 22

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

COUNTY OF COLE JEFFERSON CITY, MISSOURI

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

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

Request for Qualifications RFQ # Continuing Services Contracts for Professional Engineering Services

Invitation To Bid. for

Request for Proposal Public Warning Siren System April 8, 2014

REQUEST FOR PROPOSAL (RFP) FOR BUNKER LINKS GOLF COURSE OPERATIONAL SERVICES FOR THE CITY OF GALESBURG, IL

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

Request for Proposal # Executive Recruitment Services

SECTION 2 - STANDARD TERMS & CONDITIONS

CITY OF HUTCHINSON SEALED BID FORM PAGE 1 of 4

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01

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

INVITATION FOR BIDS. Agency Name: Culpeper SWCD. 351 Lakeside Drive. Culpeper, Virginia (540) Project Name & Location:

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #

REQUEST FOR PROPOSAL FOR EXCESS WORKERS COMPENSATION PREPARED BY: TOWNSHIP OF GLOUCESTER. P. O. Box 8. Blackwood, N. J

TRANSPORTATION SERVICES FOR QUEENSBURY SENIOR CITIZENS

Request for Qualifications RFQ # Continuing Services Contracts for Professional Surveying Services

NOTICE TO CONTRACTORS INVITATION TO BID DEMOLITION OF BUILDINGS. Date: January 7, 2018 Demolition Property Addresses: 2557 Grant Ave Ogden UT 84401

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

Request for Proposal (RFP) For Plat book Printing

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

Invitation To Bid. for

CITY OF SOUTH SAN FRANCISCO GRADING PERMIT APPLICATION CHECKLIST

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

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

NC STATE SURPLUS PROPERTY AGENCY BID CONTRACT. RE-Bid # D05083 Bid Opening: May 8, 10:00AM

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

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

SAN DIEGO CONVENTION CENTER CORPORATION

The CITY OF BAYONNE is soliciting responses/proposals to the City s RFQ/RFP for the provision of the following professional services:

ST. LOUIS COUNTY REQUEST FOR PROPOSAL FINANCIAL ADVISORY SERVICES

Transcription:

RFP NO: 2017-03 REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

Advertisement for Request for Proposals CITY OF SOUTH BAY RFP NO: 2017-03 BUILDING DEMOLITION SERVICES Proposals for Building Demolition Services will be received by the City of South Bay at the Office of the City Clerk, 335 SW 2nd Avenue, South Bay, Florida 33493, Thursday, November 16, 2017 at 3:00 p.m. Any proposals received after the designated closing time will be returned unopened. The purpose of this Request for Proposals is to seek service of a qualified professional contractor to provide demolition services to the City of South Bay. A mandatory pre-bid meeting will be held on Thursday, November 09, 2017 at 10:00 AM at Commission Chambers 335 SW 2nd Avenue, South Bay, Fl 33493. An original and five (5) copies a total of six (6) plus 1 copy of the proposal on CD s in PDF format of the proposal shall be submitted in sealed envelopes/packages addressed to Jessica Figueroa, City Clerk, City of South Bay, Florida, and marked BUILDING DEMOLITION SERVICES. Proposers desiring information for use in preparing proposals may obtain from the Clerk s Office, 335 SW 2nd Avenue, South Bay, Florida 33493, Telephone (561) 996-6751 or copies of the RFP NO: 2017-03 requirements may also be obtained by visiting the City s website at www.southbaycity.com, (click "RFQ /PROPOSALS" located on the right hand side of the screen and follow the instructions). The City reserves the right to accept or reject any and all proposals and to waive any technicalities or irregularities therein. The City further reserves the right to award the contract to that proposer whose proposal best complies with the RFP NO: 2017-03 requirements. Proposers may not withdraw their proposal for a period of ninety (90) days from the date set for the opening thereof. Jessica Figueroa, City Clerk Dated: Published: November 02, 2017

CITY OF SOUTH BAY REQUEST FOR PROPOSALS NO. 2017-03 BUILDING DEMOLITION SERVICES The City of South Bay (City) is requesting Competitive Sealed Proposals from qualified firms interested in contracting with the City to provide building demolition services for the removal and clean-up of a total of a site in the City. The site is as follows: Site A: 185 NW 10th Avenue Parcel Control Number (PCN) 58-36-44-14-16-002-0041 The site and buildings are illustrated on the aerial map that is an attachment to this document. Note: It is the City s intent to select a contractor for the site that will, in the City s sole determination, provide the best demolition proposal at the least cost. Project Requirements: Demolition The contractor will be responsible for demolition, removal, and proper disposal of structure and contents of all existing vacant buildings listed above. The contractor will be responsible for all costs of transport and proper disposal of all demolition debris. Certifications and permits The contractor will be responsible for obtaining all certifications and permits necessary for completion of the project from the appropriate regulatory agencies. Surveys and testing Any surveys and materials testing that may be necessary for the successful completion of the project shall be the responsibility of the contractor. Utility Disconnects The demolition contractor will be responsible for coordinating and cost of all utility disconnects. Reuse of Materials No materials from the project are proposed for reuse by the City. Salvage of Materials Unless referenced otherwise, the contractor shall take ownership of all scrap/salvage materials.

Extent of Underground Demolition The contractor will be responsible for demolition of all slabs and all underground structures. The entire foundation should be removed and the opening filled with compacted earth. Approved material shall be placed as backfill in all excavated areas and graded to the elevation necessary to provide positive surface drainage to all areas of the site. Responsibility for Temporary Facilities The contractor will be responsible for all temporary facilities necessary to successfully complete the project to include, but not limited to, Roll-Off dumpster, portable restrooms, site fencing, site security, etc. The contractor may obtain water from a fire hydrant, if available. Special Requirements Caution and care must be exercised to prevent damage to adjacent structures, sidewalks and streetscape and to ensure that existing businesses in the area can operate normally without significant disruption during demolition activities. All required street closures shall be approved at least 48 hours through the City of South Bay City Manager s Office. The completion date for Site A shall be discussed at the mandatory pre-bid conference and walkthrough (see date, time, and location below). On Thursday, November 09, 2017, the City will provide to all interested contractors the required completion date for Site A. Firms that cannot meet the published schedule for demolition of Site A will not be considered. Hazardous Materials Preliminary inspections of the sites have not been performed to identify and assess suspect asbestos containing materials. The contractor will be responsible for all aspects regarding the removal and disposal of any/all hazardous materials, including, but not limited to, identification, testing, permitting, certification, notifications, best management practices, hauling, disposal fees, etc. Expected Condition of Site at Completion of Demolition It is expected that the contractor will backfill all excavated areas with suitable material and grade the area to provide for positive surface drainage for the entire site (generally, 0.5% min. slope from highest point of adjacent curb or sidewalk). The contractor will be responsible for installation of a silt fence at the edge of curb or sidewalk to prevent sediment runoff. The contractor will be responsible for repair of damage to any adjacent structures, and any curbing, sidewalk, or asphalt damaged during the project. Proposal Requirements: Interested firms are required to attend a mandatory pre-bid conference and walkthrough of the sites to be eligible for consideration of their proposal (see date, time and location below).

Interested firms must, at a minimum, provide the following information: Qualifications/Experience: Describe the firm s qualifications and experience with this type of work. Give examples and reference contact information for previous similar projects. Approach: Describe how the work will be accomplished. What measures will be employed to protect adjacent structures from damage? What practices will be used to minimize disruption of existing business operations? Schedule: Provide an estimated project schedule to complete the scope of work described above. Safety: Provide information regarding firm s safety record, and describe the specific safety measures/plan to be used in this project to protect personnel, public, structures and infrastructure. Price: It is the City s intent to select a contractor for the sites that will, in the City s sole determination, provide the best demolition proposal at the least cost. Price must include any/all fees related to the project requirements. Firms are requested to submit an original and five (5) copies a total of six (6) plus 1 copy of the proposal on CD s in PDF format. Due to time limitations of the Selection Committee members, proposals should be limited to no more than fifteen (15) pages. Please include tab dividers for easy access to each section of the proposal (tab dividers do not count toward the 15-page limit). Additional supplemental information may be submitted, under separate cover, in order to aid in firm selection. This information may include staff resumes, descriptions of similar municipal projects, project references, and a description of the conceptual approach to meeting the project requirements. The firm may also submit, under separate cover, an example of a project previously completed at another municipality that is similar in size and scope to the work described above. Selection Process Overview and Selection Criteria: On or before the time specified herein, the respondents will submit a proposal in response to this RFP. A review panel will assess the proposals utilizing the evaluation criteria as stated below in this RFP document. The Committee may short list up to three firms to present to the Commission. All expenses of the interviews and presentations will be the sole responsibility of the responder and the City of South Bay accepts no responsibility for the reimbursement of any expenses incurred by a responder under this document. Any questions regarding this RFP should be sent in writing to Leondrae D. Camel, City Manager by email at camell@southbaycity.com. The deadline for the submission of any and all questions and inquiries concerning this RFP is Monday, November 13, 2017 at 12:00 noon. Please do not attempt to contact members of the Selection Committee. The City shall have sole discretion in evaluating the qualifications of responders and the suitability of their proposals to meet the City s needs. The

City reserves the right to select the Proposal that is deemed to be in the best interest of the City. The City also reserves the right to reject any and all Proposals. The selection criteria will be based on a scoring system as follows: Price 50 points Qualifications & experience 20 points Approach 20 points Schedule 10 points NOTE: The completion date for Site A shall be discussed at the mandatory pre bid conference and walkthrough. On Thursday, November 09, 2017 at 10:00 a.m., the City will provide to all interested contractors the required completion date for Site A. Firms that cannot meet the published schedule for demolition of Site A will not be considered. Mandatory Pre-bid Conference and Walkthrough Date: On Thursday, November 09, 2017 at 10:00 a.m. A representative of all interested firms must attend this pre-bid conference and walkthrough of the sites in order for their proposal to be considered. Representatives of the City will be available to answer questions regarding the RFP. Contractors should report to City Commission Chambers at 335 SW 2nd Avenue, South Bay, FL. 33493. Proposal Due Date: Thursday, November 16, 2017 at 3:00pm. Interested firms should submit an original and five (5) copies a total of six (6) plus 1 copy of the proposal on CD s in PDF format to: Jessica Figueroa City Clerk Office of thecity Clerk City of South Bay 335 SW 2nd Avenue South Bay, FL 33493 Phone: (561) 996-6751 sbcityclerk@southbaycity.com Proposals are due on or before the submission deadline noted above at the Office of City Clerk, located at 335 SW 2nd Avenue. All proposal packages must be sealed and have RFP 2017-03 Demolition Services clearly marked on the outside for easy identification by the City. Proposals may be hand delivered prior to the submission deadline at the address listed above. Directions may be obtained by calling (561) 996-6751. Any proposals received later than the

submission deadline will not be accepted or considered. Facsimile (FAX) transmissions will not be accepted. The City will not be responsible for late submission caused by the postal service, other carriers, or any other delivery problems regardless of the reason. MINORITY AND WOMAN OWNED BUSINESS Minority Business Owners (minority or woman owned businesses) will be afforded full opportunity to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, creed, sex or national origin in consideration for an award. It is the policy of the City that minority business and women owned business enterprises (MBE/WBE) have an opportunity to participate at all levels of contracting in the performance of City contracts to the extent practical and consistent with the efficient performance of the contract. Please indicate that you are a minority or woman owned business with your proposal submission. The successful company must ensure that all subcontractors, agents, personnel assigned by or employees of prime company and subcontractors are not discriminated against because of their race, color, religion, sex or national origin. The successful company must make positive efforts to provide equal employment opportunity for minority and women owned businesses. INSTRUCTIONS FOR OFFERORS Proposals will only be accepted from responsible and responsive companies that have an established reputation in the field of Architecture/Engineering/Construction Services. No proposal may be withdrawn for a period of ninety (90) days after the proposal submission date. A responsible offeror means an offeror who has the capability in all respects to perform fully the requirements mentioned in the proposal document and the integrity and reliability which will assure good faith performance. A responsive offeror means an offeror who has submitted a proposal which conforms in all respects to the request for proposal requirements. PROTEST PERIOD: Any actual or prospective, offeror, or company who is aggrieved in connection with the solicitation or award of a contract/purchase order may formally protest in writing to the Finance Director. The protest may be submitted at any time during the procurement process. However, if a prospective offeror, or company wishes to protest, the formal protest must be submitted in writing and must be received by the City no later than five (5) days from the date that the aggrieved actual or prospective offeror, or company has been informed of the proposal results by the Finance Director. Protests received by the City following five (5) days after evaluation results have been released by the City Manager will not be considered by the City.

DISPUTES: In cases of disputes as to whether or not an item or service quoted or delivered meets scope of work, the decision of the City of South Bay shall be final and binding on all parties. The City Manager may request in writing, the recommendation of the head of the department of the end user or other objective sources. DEVIATIONS: Any deviations from the scope of work contained herein must be noted in detail on the respondent s response for the City of South Bay s consideration. CHANGES: Any changes in this request for proposal after the purchase order/contract agreement has been awarded must be with the written consent of the Building Official or the City Manager; otherwise, the responsibility for such changes lies with the company. Any changes to the scope of work in this request for proposal package shall be in writing and an addendum will go out to all prospective respondents so each respondent can compete equitably. OWNERSHIP OF MATERIAL: Ownership of all data, material and documentation originated and prepared for the City of South Bay pursuant to this contract/purchase order shall belong exclusively to the City of South Bay. QUESTIONS AND INQUIRIES: The deadline for the submission of any and all questions and inquiries concerning this RFP is Monday, November 13, 2017 at 12:00 noon. All questions must be directed to Leondrae D. Camel, City Manager in writing and e-mailed to camell@southbaycity.com. A complete copy of the City of South Bay Purchasing Policies and Procedures Manual can be downloaded from the City of South Bay website at www.southbaycity.com. BUSINESS TAX RECEIPT REQUIREMENT Entities that provide goods and services within the City limits are required to have a business tax receipt. The successful contractor/company will be required to contact the Business Tax Office, 335 SW 2nd Avenue, South Bay, FL. 33493 prior to commencement of work. The Business Tax Office s phone number is (561) 996-6751 and its Fax number is (561) 996-7950. The City s business license application can be viewed at www.southbaycity.com. Taxes The City of South Bay is exempt from Sale Taxes and will issue exemption certificates, if requested. Include all taxes with your response. PROFESSIONAL INSURANCE REQUIREMENTS AND INDEMNIFICATION The successful company shall procure and maintain insurance for protection from claims under workers' compensations acts; claims for damages because of bodily injury including personal injury, sickness or disease, or death of any

and all employees or of any person other than such employees; claims for damages because of injury to or destruction of property, including loss of use resulting therefrom; claims caused by professional errors, acts, or omission; and any other insurance prescribed by law. The successful company shall name the City of South Bay, Florida, its elected and appointed officials, officers, and employees Additional Insureds as their interests may appear but only with respect to services performed or provided by successful company on behalf of the City under Consultant s commercial general liability insurance policy. The successful company shall, within 10 days of the full execution of any contract resulting from this RFP, provide the City Manager with a certificate(s) of insurance evidencing the coverages required above and containing an endorsement to the effect that any cancellation or non-renewal shall not be until 10 days after the insurer or the selected company gives written notice to the City. Without limiting the provisions of paragraph above, the selected company shall during the term of any contract resulting from this purchase and maintain insurance with limits not less than those set forth below: The successful company shall take out and maintain, during the life of the contract agreement, workers compensation and employer s liability insurance for all employees to be engaged in services on this project under this agreement in an amount not less than $1,000,000.00, and in case any such services are sublet, the company shall require all subcontractor(s) also to provide workers compensation and employer s liability insurance in an amount not less than $1,000,000.00 for all of the subcontractor s employees to be engaged in such. Employer s Liability Insurance - $1,000,000 each accident, $1,000,000 disease policy limit, $1,000,000 disease each employee Commercial General Liability Insurance - $1,000,000 per occurrence (bodily injury and property damage) / $1,000,000 general aggregate Automobile Liability Insurance - $1,000,000 combined single limit (bodily injury and property damage), each accident Professional Liability Insurance - $1,000,000 per claim / $1,000,000 general aggregate Professional Services: The selected company shall indemnify and hold the City of South Bay, Florida, its elected and appointed officials, officers, and employees, harmless from and against judgments, liabilities, damages, losses, costs, and expenses (including, but not limited to, reasonable attorneys fees and costs but only to the extent otherwise authorized by law) to the extent caused by any negligent act, error, or omission in the performance and furnishing of the selected company s professional services under any contract resulting from this RFP, including any negligent act, error or omission of any

individual or entity directly or indirectly employed by the selected company to perform any of the work or anyone for whose acts, errors, or omissions the selected company may be liable, regardless of whether or not caused in part by a party indemnified hereunder. Other Than Professional Services: With respect to all acts or omissions of the selected company, or any individual or entity directly or indirectly employed by the selected company to perform any of the work or anyone for whose acts, errors, or omissions the selected company may be liable, which do not arise out of or result from the performance of professional services, and which may be covered by employer s liability insurance, commercial general liability insurance, automobile liability insurance, or other general liability insurance, the selected company shall indemnify and hold the City of South Bay, Florida, its elected and appointed officials, officers, and employees, harmless from and against judgments, liabilities, damages, losses, costs, and expenses (including, but not limited to, reasonable attorneys' fees and costs but only to the extent otherwise authorized by law) to the extent caused by or arising out of the selected company s negligent acts of commission or omission (or those of or any individual or entity directly or indirectly employed by the selected company to perform any of the work or anyone for whose actions or failure to act the selected company may be liable) during the performance of this Agreement. The selected company shall require any sub-consultants and subcontractors to purchase and maintain insurance with limits not less than those required above to be purchased and maintained by the selected company. In addition, the selected company shall require any sub-consultants and subcontractors to assume the selected company s indemnification obligations under any contract resulting from this RFP to the extent they relate to the sub-consultant s or subcontractor s obligations under any contract with the selected company.