Alabama State Port Authority

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

Alabama State Port Authority

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: June 18, 2008 ENGINEERING DEPARTMENT ORIGINATING DEPT NO.

Alabama State Port Authority

Alabama State Port Authority

Alabama State Port Authority

Alabama State Port Authority

Demolition of 2 Elevated Water Tanks

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

Alabama State Port Authority

Alabama State Port Authority SPECIAL PROVISIONS DIVISION III INDEX

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

REQUISITION & PROPOSAL

Alabama State Port Authority

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

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

ALABAMA STATE PORT AUTHORITY REQUEST FOR PROPOSAL

BID SOLICITATION FOR PURCHASE OF PROPERTY

Alabama State Port Authority

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

Alabama State Port Authority

Alabama State Port Authority

REQUISITION & PROPOSAL

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

REQUISITION & PROPOSAL

Alabama State Port Authority

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

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

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

PROPOSAL LIQUID CALCIUM CHLORIDE

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

REQUISITION & PROPOSAL

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

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

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

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA

Alabama State Port Authority

CITY OF MOBILE REQUEST FOR PROPOSALS RFP: FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK

REQUISITION & PROPOSAL

ROAD COMMISSION FOR IONIA COUNTY

CARPINTERIA VALLEY WATER DISTRICT RANCHO MONTE ALEGRE (RMA) PHASE 4C LANDSLIDE MITIGATION PROJECT. Bid Addendum 1

Alabama State Port Authority Request for Proposal January 12, 2018

IFB Septic Tank Cleaning Page 1

ROAD COMMISSION FOR IONIA COUNTY

Cherokee Nation

Town of Islip Housing Authority Bid Specifications Waste removal

Alabama State Port Authority

BERRIEN COUNTY ROAD COMMISSION

ADDENDUM #2. Due back on 10/24/18, no later than 11:00 A.M.

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

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

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

MODIFIED REQUEST FOR PROPOSALS. PROFESSIONAL SERVICES FOR FIRE STATION NO. 1 GEOTHERMAL TEST WELL Activity ID

Request for Bid/Proposal

mason county road commission

ROAD COMMISSION FOR IONIA COUNTY

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.

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

ADDENDUM A. Subcontractor Insurance Requirements

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

ROAD COMMISSION FOR IONIA COUNTY

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT

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

Scofield Ridge Homeowners Association

Specifications for the Application Of Silane Penetrating Sealer to Various Bridge Decks in Otsego County

REQUEST FOR SEALED BIDS FOR MOWING OF WEEDY LOTS

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

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax #

PROPOSAL CAR, TRUCK, AND HEAVY EQUIPMENT TIRES

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

MCGOUGH STANDARD INSURANCE REQUIREMENTS

Snow Removal Services Request for Proposals December 1, April 30, 2019

ALABAMA STATE PORT AUTHORITY PEST CONTROL SERVICES CONTRACT

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

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

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

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

INSTRUCTIONS TO BIDDERS. Project Title: Water Line Replacement in the Area of Gillis Street, Richmond, Missouri

REQUEST FOR PROPOSAL (RFP) PW CONCRETE SIDEWALK REPLACEMENT 370 LINEAR FEET WITHIN THE VILLAGE OF PORTLAND

Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019

The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes.

Montour Area Recreation Commission (MARC) North Branch Canal Trail Construction Invitation to Bid. Application Terms and Conditions

There will be a pre-bid meeting held at the Park s and Cemetery office located at 429 E 24 th St, Holland, MI on Monday, September 18, 2017 at 10am.

Barrow County School System

This form must be signed twice (one time on each signature line below) and submitted with the bid in order for the bid to be considered.

RICE UNIVERSITY SHORT FORM CONTRACT

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

Invitation to Bid. Radcliff Wastewater Treatment Plant (WWTP) Road Paving. For. Radcliff Wastewater Treatment Plant

Transcription:

To: Prospective Bidders Date: Feb. 2011 Please procure the following and deliver to the address below: Delivery of Proposal Alabama State Port Authority Locations as Identified Below in NOTES#1 Delivery of Work Alabama State Port Authority Technical Services Division Admin. Bldg., Room 216 Mobile, AL 36603 Description of Work This Requisition solicits proposals for the repairs of two separate bridges. The scope of the repairs for each bridge is listed as a separate project. The first project is for the repair of the Three Mile Creek railroad bridge. The second project is for the repairs of the Bay Bridge Road Viaduct. Work will be in accordance with the requirements stated herein, attached Scope of Work Specifications, and applicable State of Alabama Laws. The work consists principally of providing bonds, labor, materials, equipment, insurance, and supervision necessary for performing the fender system and structural repairs on the Three Mile Creek bridge and the concrete and steel repairs on the Bay Bridge Road Viaduct as indicated in the contract documents. The two project sites are located north of the Alabama State Port Authority Main Docks Complex in Mobile, Alabama. A mandatory pre bid meeting is scheduled for Thursday March 3, 2011 at 10:00 a.m. at the Three Mile Creek railroad bridge south approach. All Contractors submitting bids are to carefully examine the site of the proposed work by appointment only and thoroughly review the contract requirements prior to submission of a bid proposal. Each Bidder shall satisfy oneself as to the character, quality, and quantities of work to be performed, and as to the requirements of the proposed contract. The submission of a proposal shall be proof that the bidding Contractor has made such examination and is satisfied as to the conditions to be encountered in Performing the work and as to the requirements of the proposed contract. All bidding Contractors must hold a current license from the State Licensing Board of General Contractors, Montgomery, AL. with the classification being H/RR: Heavy/Railroad or H/RR S:Specialty Construction Marine Construction. The work performed under this contract shall not commence until the Contractor has submitted a Performance Bond, Labor and Material Bond, and Certificate of Insurance. Performance bond shall be in an amount equal to 100% of the contract price; Labor and Material Bond equal to 100% of the contract price; and Certificate of insurance shall be as per attached requirements and countersigned by a licensed resident agent in the State of Alabama. The work performed under this contract shall not commence until the Contractor has submitted bonds and insurance in an acceptable form.

2 P age Description of Work continued The Contractor will be required to complete the work under the Contract within 90 calendar days after receipt of a Notice to Proceed. The work will have to be scheduled and performed in a manner that will not interfere with operations of the facility or ongoing construction activities operating in the immediate and adjacent areas. Work will start not later than 10 calendar days after receipt of notice to proceed. ASPA intent is that work hours will be during normal day light hours. The Contractor shall comply with all Federal and State laws, local ordinances and regulations, and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. The Contractor shall place a competent superintendent on the Project who shall have experience in the work being performed under the Contract. The assigned superintendent shall have the responsibility for the day to day operations of the work and shall remain on the Project site while the work under the Contract is being performed. Time is an essential element in the contract. As the prosecution of the work will inconvenience the tenant and interfere with business, it is important that the work be pressed vigorously to completion. Also, the cost to the Alabama State Port Authority of the administration of the contract, supervision, inspection and engineering will be increased as the time occupied in the work is lengthened. Therefore, exclusive of Sundays and national holidays, for each day that the work remains incomplete after the time specified, an amount of $500.00 shall be paid by the contractor to the Alabama State Port Authority as liquidated damages for the loss sustained by the State because of failure of the contractor to complete the work within the specified time.

Contractor s Proposal 3 P age The Contractor hereby agrees to provide specified equipment and perform the previously specified work for the prices outlined in the following schedule. The quantities listed may be increased or decreased during project execution. In the event the quantities do change, the unit price shall apply according to scope of work. Description Est. Qty UOM Unit Price Value AFE 2610 Three Mile Creek Bascule Bridge 1. Project Mobilization/Demobilization including Bonds and Insurance 2. Removal and disposal of damaged timbers. There are 10 timbers to be removed. 3. Installation of 10 each 12 X 12 X 8 timbers complete with hardware. Timbers shall be pressuretreated per AWPA Standard C 18, Pressure Treated Material in Marine Construction. Preservative shall be CCA minimum net Assay retention of 0.80 pcf. 4. Repair grout pads under track plates. There is approximately 20 square feet of grout to be replaced. Existing grout thickness shall be maintained. 5. Blast and paint lower 12 of span 2 (Bascule span) floor beams. Replace and paint deteriorated bolts of stringer to floor beam connections. 6. Clean area after work is completed. Remove all material and equipment related to construction prior to leaving the site. 18 EA. $ $ SUB TOTAL $ Bid tabulation continues on next page

4 P age AFE 2611 Viaduct Road Bridge 1. Project Mobilization/Demobilization including Bonds and Insurance 2. Traffic Control Obtain permits and approval from appropriate governing agencies and execute throughout the duration of the project. 3. Repair damage to outside concrete girders 1 South, 13 South and 13 North to cover the areas where the reinforcing steel is exposed. 4. Repair damage to southeast corner of pier 14 to cover area where reinforcing steel is exposed. 5. Repair damage to bottom flange of steel girders 3 South, 10 South, 8 North, 10 North, replace bent stiffener and replace missing rivets on 6 North. 6. Refurbish bottom support plates under the steel girders 7, 8, 9, and 10 South by removing corrosion and applying coating. 7. Gaps between support plates and girders 8, 9, 10, and 11 South, and 8 and 8 North are to be filled with non shrink grout. 8. Blast clean and paint top flanges of steel girders (C15) 3 thru 6 and 8 thru 10. 9. Clean area after work is completed. Remove all material and equipment related to construction prior to leaving the site. 4 EA. $ $ SUB TOTAL $ TOTAL BID $

5 P age NOTES: 1. Sealed bid proposals will be received via courier to the Alabama State Port Authority, 1400 Alabama State Docks Blvd, Room 216, Administration Building, Mobile, AL 36602 by 2:30 p.m. on Tuesday March 22, 2011. Sealed bid proposals can also be hand delivered from 2:45 PM to 3:00 p.m. on Tuesday March 22, 2011 to the Alabama State Port Authority in the International Trade Center building, 250 North Water Street, 1 st floor Killian Room, Mobile, AL. No faxed or electronic bids will be accepted. The official bid opening will be conducted in the Killian Room at 3:00 p.m. on Tuesday, March 22, 2011. Each submission should be placed in a sealed envelope with the bidder s name, Contractor s License number, the project name, and the time and date of the bid opening shown on the outside. 2. A Bid Bond or Certified Check made payable to the Alabama State Port Authority and equal to five (5%) percent of the amount bid, not to exceed $10,000, must accompany the Bid Proposal. 3. Authority reserves the right to refuse to issue a proposal form or a contract to a prospective bidder for any of the following reasons: a) Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contract in force with the Authority. b) Contractor default under previous Contract with the Authority. c) Proposal withdrawal or Bid Bond forfeiture on previous project with the Authority. d) Unsatisfactory work on previous contract with the Authority. 4. Authority may make such investigations as deemed necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish all such information and data for this purpose as the Authority may request. The Authority reserves the right to reject any bid if the evidence submitted by, or investigation of, such bidder fails to satisfy the Authority that such bidder is properly qualified to carry out the obligations of the Contract. 5. Any questions regarding the procurement should be directed to William V. Boulton, P.E., Project Manager, at phone number (251) 441 8160. 6. The right is reserved, as the interest of the Alabama State Port Authority may require, to reject any and all bids and to waive informalities in bids received.

SCOPE OF WORK 7 P age Project shall include the following: 1. Contractor shall provide Bid, Performance, and labor and materials bond for this project. 2. Contractor shall provide labor, materials, equipment, and supervision necessary to execute work efficiently and safely as outlined in contract documents. 3. Work shall be in accordance with the requirements stated herein and all referenced documents. 4. The construction area is located adjacent to several active railroad tracks. Railroad tracks must be clear of all obstructions at all times. 5. Employee In Charge ( EIC) escorts will be required from TASD. The contractor being present at the work site without the required EIC escorts is prohibited. 6. Due to construction occurring within close proximity to active railroad tracks, ASPA anticipates that there will be occurrences when the contractor will be required to move from the construction site to allow train traffic to pass. AFE 2610 Three Mile Creek Bascule Bridge 7. Contractor shall remove and dispose of damaged timbers. There are ten (10) timbers to be removed as shown on the contract documents. See Figure 2. 8. Installation of 10 each 12 X 12 X 8 timbers, complete with associated hardware. Timbers shall be pressure treated per AWPA Standard C 18, Pressure Treated Material in Marine Construction. Preservative shall be CCA minimum net Assay retention of 0.80 pcf. 9. Repair grout pads under track plates. There is approximately 20 square feet of grout to be replaced. Grout thickness shall match existing. See Figure 3. 10. Blast and paint lower 12 of span (Bascule span) floor beams. Replace and paint deteriorated bolts of stringer to floor beam connections. See Figure 4. 11. Painted items shall be painted with Sherwin Williams Macropoxy 646 or approved equal. Paint color shall match existing. Surface preparation and coating application shall be performed as per paint manufacturer specifications. 12. Clean area after work is completed. Remove all material and equipment related to construction prior to leaving the site.

8 P age AFE 2611 Bay Bridge Road Viaduct 13. Traffic Control Traffic Control Obtain permits and approval from appropriate governing agencies and execute throughout the duration of the project. 14. Repair damage to outside concrete girders 1 South, 12 South and 13 North to cover areas where the reinforcing steel is exposed. See Figures 6 and 7. 15. Repair damage to southeast corner of pier 14 to cover area where reinforcing steel is exposed. 16. All exposed steel reinforcement shall be cleaned thoroughly with wire brush prior to completing repair. 17. Repair damage to bottom flange of steel girders 3 South, 10 South, 8 North, 10 North. Repair bent stiffener and replace missing rivets on 6 North. See Figures 7 and 8. 18. Refurbish bottom support plates under the steel girders 7, 8, 9, and 10 South by removing corrosion and painting with Sherwin Williams Macropoxy 646. See Figure 8. 19. Refurbish corroded stiffeners above support plates on girders 8, 9, and 10 South, and 8 and 9 North by removing corrosion and painting with Sherwin Williams Macropoxy 646. See Figure 8. 20. Gaps between bottom support plates and girders 8, 9, 10, 11, South, and 8 and 10 North are to be filled with non shrink grout. 21. Blast clean and paint top flanges of steel girders (C15) 3 thru 6 and 8 thru 10. 22. Painted items shall be painted with Sherwin Williams Macropoxy 646 or approved equal. Paint color shall match existing. Surface preparation and coating application shall be performed as per paint manufacturer specifications. 23. Clean area after work is completed. Remove all material and equipment related to construction prior to leaving the site.

Notes: 1. The railroads in the construction area are active, therefore close coordination with TASD management and ASPA Engineering is required. The start date will be determined by TASD management. 9 P age 2. ASPA anticipates that there may be times when the railroad tracks at the Three Mile Creek Bascule bridge will need to be cleared of obstructions in short notice due to the high utilization of the track. Referenced Drawings: Three Mile Creek Bridge Drawing No. 2610 01 Viaduct Bridge Drawing No. 1538VD S1 Drawing No. 1538VD S2 Drawing No. 1538VD S3 Referenced Documents Insurance Requirements

10 P age PROJECT PHOTOGRAPHS AFE 2610 Three Mile Creek Bascule Bridge Figure 1. Three Mile Creek Bascule Bridge Figure 2. Decay and rot of timber fenders.

11 P age Figure 3. Grout spalling on west pad. Figure 4. Span 2 floorbeam.

12 P age AFE 2611 Bay Bridge Road Viaduct Figure 5. Bay Bridge Road Viaduct. Figure 6. Damage to girder 1 South.

13 P age Figure 7. View of girders 1, 2, 3, 4, 5, and 6 North. Figure 8. View of girders 7, 8, 9, 10, 11, and 12 North.

14 P age Proposed Bidders List Contractor (Business) Name Address 1 Address 2 City, State Zip Robert J. Baggett, Inc. 759 Holcombe Ave. Mobile, AL 36606 Contact Name e mail address Telephone Fax Cell Ken Murray ken@rjbaggett.com 433 6716 433 6719 802 6467 Contractor (Business) Name Address 1 Address 2 City, State Zip P & H Construction, Inc. 2459 Government St. Mobile, AL 36606 Contact Name e mail address Telephone Fax Cell Pat Hensley chensley@phconst.com 433 6716 473 7606 379 2516 Contractor (Business) Name Address 1 Address 2 City, State Zip Construction Solutions 7800 Dauphin Island Pkwy. Theodore, AL 36582 Contact Name e mail address Telephone Fax Cell W.D (Chip) Conklin Jr. chip@constructionsolutions.us 443 8403 443 5659 377 8233 Contractor (Business) Name Address 1 Address 2 City, State Zip Jordan Pile Driving 301 N. Water St. Mobile, AL 36652 Contact Name e mail address Telephone Fax Cell Brent Rogers lbrogers@jordangroup.com 433 6969 438 4666 402 5336

15 P age Contractor (Business) Name Address 1 Address 2 City, State Zip Gillis Construction Inc. 9823 Smithfield Farms Rd. Bay Minette, AL 36507 Contact Name e mail address Telephone Fax Cell Everett Gillis egillis@bellsouth.net 605 5119 580 3336 605 5119 Contractor (Business) Name Address 1 Address 2 City, State Zip American Bridge 111Industrial Canal Rd. W P.O. Box 2703 Mobile, AL 36652 Contact Name e mail address Telephone Fax Cell Mark Bell mbell@americanbridge.net 438 7591 438 7594 Contractor (Business) Name Address 1 Address 2 City, State Zip The Creel Co. 3762 Moffett Rd. Mobile, AL 36618 Contact Name e mail address Telephone Fax Cell Bruce Creel kpc creelco@comcast.net 460 2722 460 2774 591 6526 Contractor (Business) Name Address 1 Address 2 City, State Zip G. A. West 12526 Celeste Rd. Chunchula, AL 36521 Contact Name e mail address Telephone Fax Cell Mickey Busbee mickey.busby@gawest.com 679 1965 445 6639

W. Bolton/TSV Re: Structural Refurb to Three Mile Creek Bridge CN 2610 AFE 1975 KM/lb-1/21/11 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 while acting in the course of and within the scope of their employment, whether performed by himself or by his subcontractor 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 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 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 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 (Alabama workers compensation and USL&H Required for project) Barnhart 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, 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). Ocean Marine In the event work involves the use of watercraft in the completion of the contract, Barnhart shall provide Protection and Indemnity coverage, including crew, in an amount not less than $2,000,000 for each loss. Railroad Protective Liability Where applicable, the Contractor shall provide a Railroad Protective Liability policy in the name of the Terminal Railway Alabama State Docks in an amount not less than $2,000,000. NOTE: In lieu of the RPL policy, the Contractor may cause to be attached to its General Liability Policy standard ISO endorsement, "Contractual Liability - Railroads" (CG 24 17). The railroad must be identified as an Additional Insured. ( Alabama State Port Authority-ASD includes Terminal Railway ASD.)

W. Bolton/TSV Re: Structural Refurb to BayBridge Rd CN 2611 AFE 1975 KM/lb-1/21/11 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 while acting in the course of and within the scope of their employment, whether performed by himself or by his subcontractor 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 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 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 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 Barnhart 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, 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). Railroad Protective Liability Where applicable, the Contractor shall provide a Railroad Protective Liability policy in the name of the Terminal Railway Alabama State Docks in an amount not less than $2,000,000. NOTE: In lieu of the RPL policy, the Contractor may cause to be attached to its General Liability Policy standard ISO endorsement, "Contractual Liability - Railroads" (CG 24 17). The railroad must be identified as an Additional Insured. ( Alabama State Port Authority-ASD includes Terminal Railway ASD.)