Alabama State Port Authority

Similar documents
ALABAMA STATE PORT AUTHORITY PEST CONTROL SERVICES CONTRACT

Alabama State Port Authority

Alabama State Port Authority

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

BID SOLICITATION FOR PURCHASE OF PROPERTY

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

Alabama State Port Authority

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

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

Alabama State Port Authority

Alabama State Port Authority

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

REQUISITION & PROPOSAL

Alabama State Port Authority

REQUISITION & PROPOSAL

Alabama State Port Authority

REQUISITION & PROPOSAL

Alabama State Port Authority SPECIAL PROVISIONS DIVISION III INDEX

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

REQUISITION & PROPOSAL

Alabama State Port Authority

REQUISITION & PROPOSAL

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

Alabama State Port Authority

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

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

Demolition of 2 Elevated Water Tanks

ALABAMA STATE PORT AUTHORITY REQUEST FOR PROPOSAL

Alabama State Port Authority

Alabama State Port Authority Request for Proposal January 12, 2018

REQUISITION & PROPOSAL

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

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

Alabama State Port Authority

REQUISITION & PROPOSAL

Alabama State Port Authority

ALABAMA STATE PORT AUTHORITY

REQUISITION & PROPOSAL

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-04 Pest Control

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

Alabama State Port Authority

REQUISITION & PROPOSAL

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

PARKING LOT USE AGREEMENT

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

LIBERTY COUNTY PURCHASING 1901 Cos Street Liberty, Texas

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

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

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

City of Bowie Private Property Exterior Home Repair Services

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

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

DIVISION 0 BIDDING AND CONTRACT DOCUMENTS Section General Conditions

Town of Lee Septic Tank Pumping Services

Pest Control Bid REQUIREMENTS

West Ridge Park Ballfield Light Pole Structural Assessment

REQUEST FOR PROPOSALS MOSQUITO CONTROL PROGRAM

COUNTY OF OSWEGO PURCHASING DEPARTMENT

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

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

BUILDING SERVICES AGREEMENT

CITY OF GREENVILLE Danish Festival City

construction plans must be approved for construction by the City PBZ department.

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

The schedule of events associated with this Request for Proposals (RFP) is as follows: RFP release date: July 01, 2016

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

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

INDEPENDENT SCHOOL DISTRICT REQUEST FOR PROPOSAL

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

Board of Commissioners. Port of New Orleans REQUEST FOR QUALIFICATIONS

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

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

NATIONAL RAILROAD PASSENGER CORPORATION DATE EXPIRES: for not longer than one year from date of Amtrak approval)

Cline Tours, Inc. SERVICE CONTRACT (SHUTTLE SERVICES)

RFP GENERAL TERMS AND CONDITIONS

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

City of Portsmouth, Portsmouth, NH School Department Electrical Repair Services INVITATION TO BID

COUNTY OF COLE JEFFERSON CITY, MISSOURI

Proposal No:

AMENDMENT OF SOLICITATION REQUEST FOR PROPOSALS (RFP) ADDENDUM No. 1. Issued: May 23, 2016

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

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

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

THE CITY OF MOBILE MOBILE, ALABAMA

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

THE CITY OF MOBILE MOBILE, ALABAMA

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

PROPOSAL LIQUID CALCIUM CHLORIDE

Transcription:

Alabama State Port Authority Invitation to Bid Project Name Alabama State Port Authority Pest Control Services Contract BID PURPOSE AND REQUIREMENTS ALABAMA STATE PORT AUTHORITY PEST CONTROL SERVICES CONTRACT The Alabama State Port Authority (ASPA) will accept sealed bids for Pest Control Services to be performed at various locations on ASPA property (identified on page three). Services will consist of monthly and/or quarterly extermination and effective control of ants, roaches, spiders, flying insects, mosquitos, rodents, etc. within the referenced facilities and along other perimeters through systematic chemical applications. Services will include re-service calls as requested by ASPA. Services do not include bird or termite control. Pest Control Services Contract shall be for a period of twelve (12) months effective August 1, 2014 and ending July 31, 2015. The Alabama State Port Authority reserves the sole right to renew the contract in one year increments at no cost to the Alabama State Port Authority for a period of up to two (2) years, with the first renewal year contract beginning August 1, 2015. ASPA reserves the right to terminate this contract without cause and without penalty. ASPA reserves the right to amend this contract at any time without penalty. ASPA reserves the right to reject any and all bids deemed for the interest of the Alabama State Port Authority and to strike out any item or items in the proposals, and to waive any defect or irregularity not a violation of law or to make any modification in the several conditions herein stipulated, including the separation of items of a class in making awards. In general, awards will be made to the lowest satisfactory bidder. Requested: Kelly Orum Sims Fixed Assets Manager Date Bill Inge Date Manager, General Cargo/Intermodal Approved: Judith Adams Vice President, Marketing Date Larry Downs CFO, Secretary/Treasurer Date James K. Lyons Date Director & CEO

No allowance will be made for errors, either of omission or commission, on the part of the bidders. It must be assumed 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. The ASPA reserves the right to reject at will any employees of the Contractor to perform work on ASPA property. Where applicable, also include evidence of holding a current license from the State Licensing Board for General Contractors, Montgomery, Alabama, as required by Chapter 8 of Title 34 of the Code of Alabama, 1975. Questions or comments pertaining to this bid must be presented in writing, sent via email to the attention of Kelly Sims, ASPA Fixed Assets Manager, email: ksims@asdd.com no later than five (5) working days prior to the bid opening or will be forever waived. All answers will be posted to ASPA s website. Sealed bid proposals must be delivered via mail courier to the Alabama State Port Authority, 250 N. Water Street, Suite 330, Mobile, AL 36602 prior to the bid opening. Bids must be sealed and must state the Bid Title on the outside of the envelope. Failure to mark and/or seal the Bid Package with the Bid Title will invalidate the bid. Sealed bid proposals can also be hand delivered to aforementioned address until 8:30 a.m. July 15, 2014. All submitted bids will be publicly opened at 9:00 a.m. July 15, 2014 in the Killian Room, first floor, 250 N Water St., Mobile, AL. 36602. ASPA WILL NOT ACCEPT BIDS VIA EMAIL OR FAX. Prospective bidders must attend one MANDATORY Pre-bid Meeting and Tour of Facilities. The meeting and tour is expected to take up to three hours. Due to TWIC escort regulations and limited seating on the van, only one person per company may be allowed to attend the pre-bid tour. Please confirm your attendance at the mandatory pre-bid meeting to Kelly Sims at ksims@asdd.com at least two days prior to the meeting. Failure to confirm your attendance may result in you not being able to attend the mandatory pre-bid meeting and tour, which is required in order to bid. 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. Prospective bidders must have a valid photo ID issued by a city, state or federal agency in order to attend the pre-bid tour. ASPA has scheduled two Mandatory meetings as follows: June 30, 2014 at 9:00 a.m. International Trade Center, Fourth Floor, 250 N. Water Street, Mobile, AL.; and July 1, 2014 at 9:00 a.m., in the Killian Room, First Floor, 250 N. Water Street, Mobile, AL. 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 form in the sealed bid package will invalidate the bid. Project Description and Work to be Performed: 2

Service to include, but not limited to: wasps, ants, rodents, flying insects, roaches, and spiders and to include as noted below: Service at the following locations should include monthly visits and inspections of listed areas at which time application of appropriate material(s) shall be performed. Re-services to the listed locations for pest control covered under this bid shall be at no additional charge. Re-services should be performed as soon as possible and should not exceed a twenty-four (24) hour period with the exception of all areas listed in Items A & B these are considered high priority areas and must receive same day service when requested by ASPA: A. Pier E through Pier 2 (Place rodenticides in enclosed bait stations in warehouses as needed and provide documentation) B. Container Yard, offices and outer areas (inspect fence line and areas for harborage, baiting with rodenticides as needed) C. Central Garage (to include monthly exterior rodent control) D. Terminal Railroad Diesel Shop, Maintenance of Way E. Truck Control F. Mud Lakes Office G. Housekeeping Office H. Maintenance Dept Buildings 61, 62, 63, 65, 67 and shops south of ASPA Garage Service at the following locations should include quarterly visits and inspections of listed areas at which time application of appropriate material(s) shall be performed. Re-services to the listed locations for pest control covered under this bid shall be at no additional charge. Re-services should be performed as soon as possible and should not exceed a twenty-four (24) hour period: I. Bulk Plant (Bldg. 60, garage, break room, shift foreman s office, electrical shop, restrooms, lockers, offices, kitchens) J. Administration Building (to also include service for fire ants on lawns) K. Building 50 (to also include service for fire ants on lawns) L. Building 55 (to also include service for fire ants on lawns) M. International Trade Center (to also include service for fire ants on lawns and adjacent parking area) N. McDuffie Beach House O. McDuffie Terminal (to include: Admin Building, Training Building, Maintenance Building, McDuffie Garage, Electrical Shop, Employee break room/labor building, Shift & Electrical Foreman s Office) P. Blakely Island Warehouse Q. Pinto Terminal R. Marine Liquid Bulk Terminal S. Middle Bay Port Building Administration Building T. Port Police Building, Port Police Annex, Main Gate For mosquito control only: Type of Application - Prescription Larval Control will be performed with VectoLex (Bacillus sphaericus), VectoBac (Bacillus thuringiensis israelensis - Bti), Abate, Natular, and/or Altosid mosquito larvicide or approved equivalent for ditches and catch basins and an extended residual slow release insecticide for up to 90 day control. Contractor can only use pesticides registered by the U.S. Environmental Protection Agency. Mosquito control will be performed only when requested by ASPA and there is no minimum guarantee for service calls for mosquito control. 3

Most facilities can be serviced between the hours of 8:00 a.m. and 5:00 p.m. Monday through Friday; however, some facilities must be scheduled with ASPA representatives in advance. Some facilities can only be serviced between 7:00 a.m. and 3:00 p.m. Monday through Friday. Successful bidder will be given a list of contacts and service times. Successful bidder must submit records (sanitation/service log report) on rodent activity in the General Cargo areas (Items A & B listed above) showing any rodent activity and submit to the General Cargo Manager monthly. Successful bidder must also submit records as to the products used for extermination, location, application technique and the amount used. MSDS sheets and labels shall be submitted with bid. ASPA will notify successful bidder of all information required by ASPA to be included in the sanitation/service log report. These items are also considered high priority areas and must receive SAME DAY service when requested by ASPA. Successful bidder shall alert proper ASPA personnel to specific areas, which may prevent a potential problem. Bidders Submitted Price for Scope of Pest Control Services: Bidders Total Monthly Price for Items A - T Bidders Total Annual Price for Items A - T The section below is for itemization of each item is for ASPA internal purposes only. Prospective bidders should consider all costs associated with this bid including the restricted areas as ASPA will award all items listed in the bid as one contract. It is required that bidders list the annual prices for each item below: Bidders Total Annual Price for Item A Bidders Total Annual Price for Item B Bidders Total Annual Price for Item C Bidders Total Annual Price for Item D Bidders Total Annual Price for Item E Bidders Total Annual Price for Item F Bidders Total Annual Price for Item G Bidders Total Annual Price for Item H Bidders Total Annual Price for Item I Bidders Total Annual Price for Item J Bidders Total Annual Price for Item K Bidders Total Annual Price for Item L Bidders Total Annual Price for Item M Bidders Total Annual Price for Item N Bidders Total Annual Price for Item O Bidders Total Annual Price for Item P Bidders Total Annual Price for Item Q 4

Bidders Total Annual Price for Item R Bidders Total Annual Price for Item S Bidders Total Annual Price for Item T Mosquito control hourly rate on a call out basis only (no minimum call out guaranteed will be as requested only) $ per hour Bids will be awarded on an all or none basis unless otherwise stated. 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. All invoices should list dates of service for all divisions. By signing this bid, I affirm the stipulated services will begin on August 1, 2014 or two days from receipt of written notification by ASPA. Bidders must furnish with sealed bids all insurance, City of Mobile business license, list of all chemicals by manufacturer s name with MSDS sheets, which must be approved by the Environmental Protection Agency and State of Alabama Agriculture and Industries, and appropriate certificates as received from federal, state and/or local agencies (to include, but not limited to, current Department of Agriculture and Industries permit), which verify qualifications to do such work listed in this bid. Bidders should also include a brief company history reflecting experience in the services listed in this bid and provide three commercial references. 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 1-866-347-8942. The local TWIC Enrollment Center is located in the office of the Finch Company at 1505 Telegraph Rd, Chickasaw, AL. Information on Security Awareness Training classes and scheduling can be found at http://www.asdd.com/portaccess_securitytraining.html. All prospective bidders are encouraged to review these policies and consider these requirements in preparing bid submissions as this bid will require TWIC Cards and ASPA issued photo ID badge/decal for access to the restricted facilities. NOTICE TO BIDDERS COMPLIANCE WITH BEASON-HAMMON ALABAMA TAXPAYER AND CITIZEN PROTECTION ACT 5

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 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 WITNESSED. Addresses and approximate square footage (to be used as a guide only bidder should familiarize themselves with the specific locations during the pre-bid meeting and tour and submit any questions in writing). Port Police Building, 900 ASD Blvd, Mobile, AL Port Police Annex Building, 1107 ASD Blvd., Mobile, AL ASPA Administration Building, 1400 ASD Blvd., Mobile, AL (16,000 sq. ft) Pier 2 Yard Truck Control, 704 ASD Blvd., Mobile, AL Building 50, 1901 13th St., Mobile, AL (17,000 sq. ft) Building 55, 1900 13th St., Mobile, AL (12,000 sq. ft) Pinto Terminal, 910 Dunlop Drive, Mobile, AL Maintenance Dept. Building 61, 1911 13th St., Mobile, AL (2,500 sq. ft) Bulk Material Handling Plant, Shower House Bldg., 2006 ASD Blvd., Mobile, AL (1,000 sq. ft) Bulk Material Handling Plant, Lunch Room Bldg., 2007 ASD Blvd., Mobile, AL (200 sq. ft) Bulk Material Handling Plant, Shift Office Bldg., 2009 ASD Blvd., Mobile, AL (400 sq. ft) Bulk Material Handling Plant, Shift Foreman s Office/Shop 2010 ASD Blvd., Mobile, AL (1,000 sq. ft) McDuffie Coal Terminal, Beach House Building, 1768 Yeend Loop, Mobile, AL (7,000 sq. ft) McDuffie Coal Terminal, 1901 Ezra Trice Blvd, Mobile (1,000 sq. ft) Marine Liquid Bulk Terminal, 7811 Rangeline Rd., Theodore, AL International Trade Center Building, 250 N. Water St., Mobile, AL (32,000 sq. ft) Truck Control Building, 90 Industrial Canal Road East, Mobile, AL (1,281 sq. ft) Terminal Railway (Diesel Shop), 126 Industrial Canal Road East, Mobile, AL (3,000 sq. ft) Terminal Railway (Maintenance of Way), 96 Dekle Rd. Mobile, AL Mobile Middle Bay Port, 7611 Lake Road South, Building 100, Mobile, AL 36605 Mud Lakes Office, 1758 Cochrane Causeway, Mobile, AL (850 sq. ft) PLEASE SEE ATTACHED INDEMNIFICATION SHEET & DISCLOSURE STATEMENT Company Representative Phone 6

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 7

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., 3rd 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 responsible person. 11. Questions must be directed in writing to Kelly Sims at ksims@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. 8

INDEMNIFICATION ALABAMA STATE PORT AUTHORITY INSURANCE REQUIREMENTS FOR CONTRACT WORK 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) 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 Insureds in connection with work performed for, on behalf of, or on the property of ASD including a waiver of all rights of subrogation. General Liability 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. Policy shall include endorsement identifying the Department as an Additional Insured as respects to the contractors work for the Department. Coverage must be endorsed to include the following and copies of said endorsements must be provided prior to commencing work. 1.) Pesticide or Herbicide Applicator Endorsement CG22641185 stating that form CG2264 includes coverage for contamination or pollution as long as the insured neither intends nor expects to violate the statutes, ordinances, regulations or license requirements of any federal, state or local government which apply to those operations. 9

2.) Removal of the care, custody and control exclusion, Section I, subparagraph 2 exclusion J, sections (3) (4) and (5) as stated in From CG000010196. Automobile Liability 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 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 Harbor workers Compensation Act (USL&H), Jones Act, and Railroad Federal Employers Liability Act (FELA). 10

11

12

13