CITY OF GAINESVILLE REQUEST FOR PROPOSAL

Similar documents
QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

FORM OF AGREEMENT BETWEEN CONSTRUCTOR AND OWNER

Newark Unified School District 5715 Musick Ave., Newark, California Telephone (510) ; FAX (510)

CONTRACT. This agreement, made and entered into this day of, 2013, in Reno, Nevada, by and between the City of Reno, hereinafter called the City, and

Bid Addendum #1 Bid # 13/14-01FA: Furniture and Equipment Bid Issued March 19, 2014

Sunnyside Valley Irrigation District

Invitation for Informal Bid (IFIB) Summary. 3. Exhibit A Proposal / Bid Forms.. 7. Agreement. 12. Payment Bond 14. Performance Bond 17

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS

WEST BOYLSTON MUNICIPAL LIGHTING PLANT 4 Crescent Street, West Boylston, Massachusetts Telephone (508) Fax (508)

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

SUBDIVISION IMPROVEMENT AGREEMENT. (Date of Subdivision Map Recordation: )

BID: Escanaba WWTP Digester Roof Restoration

Cherokee County Board of Commissioners

CITY OF RICHMOND PERFORMANCE BOND

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350

EXHIBIT F-1 (I) FORM OF DESIGN-BUILD LETTER OF CREDIT VIRGINIA DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VA ATTN: [ ]

September 16, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project

C. Public-private partnership construction contracts. (a) Definitions for purposes of this section: (1) Construction contract.

Invitation to Bid. FUNDING: The project shall be funded entirely with County funds, and shall be governed by strict guidelines for use of funds.

CONTRACT AND BOND FORMS FOR

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

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

INSTRUCTIONS TO BIDDERS Medical Center

ALABAMA A&M UNIVERSITY Carter and Chambers Fire Alarm System(s) A. Project Identification: New Fire Alarm system(s) Carter/Chambers

A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF HOLLYWOOD, FLORIDA, AUTHORIZING THE

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR OFFERORS

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS

OHIO DEPARTMENT OF TRANSPORTATION

Tulsa Community College

ATTACHMENT B: SAMPLE CONTRACT (AGREEMENT)

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

City of Sierra Vista Procurement Division 1011 North Coronado Drive Sierra Vista, Arizona (520) Fax (520)

Yurok Tribe Planning and Community Development Klamath, California. Yurok Justice Center Bid Documents EXHIBIT B: BID FORM

BOND FOR FAITHFUL PERFORMANCE

COUNTY OF OSWEGO PURCHASING DEPARTMENT

THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES

FORM 32 PERFORMANCE BOND UNDER SECTION 85.1 OF THE ACT Construction Act

SPECIFICATIONS. Renovations and Additions to the Coffee Springs Senior Center. Coffee Springs, Alabama. CDBG Project No.

BOND FOR FAITHFUL PERFORMANCE

THIS CONTRACT is executed as of this day of, 2017, effective as of October 1, 2017 (the Effective Date ), by and between the CITY OF

CDBG SIDEWALK IMPROVEMENTS Burks Road, North Avenue, Stillwood Cove CITY OF FOREST PARK, GEORGIA

LEGAL NOTICE - ADVERTISEMENT FOR BID

Contract for St. Johns County School Board Osceola Elementary School Classroom Expansion

DEPOSIT AGREEMENT GUARANTEEING SITE PLAN IMPROVEMENTS WITH LETTER OF CREDIT

REQUEST FOR PROPOSAL Enterprise Asset Management System

BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA

SECTION INSTRUCTIONS TO BIDDERS

CONTRACT FORM CONTRACT #

Public Notice Advertisement for Bids

PERFORMANCE BOND. Surety Bond No. STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF

ON-CALL EMERGENCY CONSTRUCTION CONTRACT AGREEMENT IN THE CITY OF CALABASAS, CALIFORNIA

CERTIFICATE. Final. Upon. Instructions: letterhead. Page 1 of 3. CDC Documents. Revised 1/22/2018

EXHIBIT CONSTRUCTION CONTRACT BOND

AUTOMOTIVE STORAGE FACILITY BID F-460 Bid Deadline September 15, 2:00 p.m.

FLORIDA DEPARTMENT OF TRANSPORTATION

these specifications shall be made based on this statement.

Request for Proposal. RFP # Non-Profit, Sports Photography

EXHIBIT WARRANTY BOND. (Address), hereinafter called Principal, and

INVITATION TO BID. 3. All bids submitted will be considered firm for a period of 60 days from the bid opening date.

CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M.

Special Provisions. Special Instructions to Bidders. Instructions to Bidders. General Conditions

GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE. between the City of and

TOWN OF QUEENSBURY PURCHASE OF A NEW KIOTI TRACTOR FOR USE BY THE QUEENSBURY CEMETERY DEPARTMENT BID DOCUMENTS

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PURCHASE ORDER TERMS & CONDITIONS

FLORENCE COUNTY SOUTH CAROLINA INVITATION-TO-BID NO /13 DESKTOP LIVE SCAN PLUS SYSTEM FLORENCE COUNTY SHERIFFS OFFICE

TOWN OF HERNDON, VIRGINIA ORDINANCE DECEMBER 13, 2016

CONTRACT DOCUMENTS SPECIFICATIONS. for RAILROAD AVE. AND MAIN STREET TRAFFIC SIGNAL UPGRADE CITY OF FORT MORGAN, COLORADO.

Proposal must provide warranty for all material and construction. See the specifications on the building.

POLE ATTACHMENT LICENSE AGREEMENT SKAMANIA COUNTY PUD

AGREEMENT FOR SERVICES OF INDEPENDENT CONTRACTOR

TABLE OF CONTENTS DEFINITION NOTICE INVITING BIDS INSTRUCTIONS TO BIDDERS PROPOSAL BID PROPOSAL Part 1 NON-COLLUSION AFFIDAVIT Part 1 UNIT PRICE LIST

INDEPENDENT CONTRACTOR TERMS OF AGREEMENT Return to the Division of Human Resources when complete. Name: Individual: Business: (mark one)

DEPARTMENT OF PUBLIC WORKS. Road Division ADDENDUM #1 COUNTY OF MERCED DEPARTMENT OF PUBLIC WORKS REQUEST FOR PROPOSAL:

INVITATION TO BID. from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

BULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET STATESBORO, GEORGIA 30458

TOWN OF LABRADOR CITY FORM OF TENDER TLC RESIDENTIAL GARBAGE COLLECTION CONTRACT TENDER OF ADDRESS TELEPHONE NUMBER

LAND IMPROVEMENT AGREEMENT

DEPOSIT AGREEMENT FOR MAINTENANCE OF SITE PLAN IMPROVEMENTS WITH LETTER OF CREDIT

INVITATION TO BID INSTRUCTIONS TO BIDDERS

San Francisco Unified School District. CUPCCAA PROJECT <$45K - $175K> 2 nd FLOOR CARPET REPLACEMENT RPA OFFICES PROJECT #12016

INVITATION TO BID. from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233

DATE: June 7,

REQUEST FOR PROPOSAL Police Department Roof System Renovation

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI

PURCHASE ORDER TERMS AND CONDITIONS

PROFESSIONAL SERVICES CONTRACT GENERAL SERVICES BETWEEN COPPER VALLEY ELECTRIC ASSOCIATION, INC. AND

Home Foundation Subcontractor Services Agreement

FORM A: PROPOSAL (See B11) 1. Contract Title TRANSIT BUS MAINTENANCE AND REPAIR GARAGE EXPANSION DESIGN BUILD PROJECT

REQUEST FOR BIDS FOR AUTOMOTIVE EQUIPMENT RFB # AVC2016/

FIRST INDEMNITY OF AMERICA INSURANCE COMPANY INDEMNITY AGREEMENT

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES

VILLAGE OF ALLEGANY SIDEWALK BID NOTICE TO CONTRACTORS

BID ON LIQUID CHLORINE & SODIUM HYPOCHLORITE

CONTRACT FOR ROOF REMOVAL AND REPLACEMENT - Milford Middle School

BEFORE THE DEPARTMENT OF CORPORATIONS OF THE STATE OF CALIFORNIA EXHIBIT B BOND OF FINANCE LENDER AND/OR BROKER FINANCIAL CODE SECTION 22112

Transcription:

CITY OF GAINESVILLE REQUEST FOR PROPOSAL PROPOSAL No. 18016 Environmental Services Building Renovations 2641 Old Flowery Branch Road Gainesville, GA 30504 (Per Attached Specifications) Proposal Release: November 22, 2017 Proposal Questions Deadline: Proposal Due Date: November 30, 2017 @10:00am December 14, 2017@ 2:00pm Postal Return Address: Courier Delivery Address: City of Gainesville City of Gainesville Dept. of Water Resources SW Dept. of Water Resources SW 757 Queen City Parkway 757 Queen City Parkway Gainesville, GA 30501 Gainesville, GA 30501

City of Gainesville Request for Proposal PROPOSAL No. 18016 Environmental Services Building Renovations Sealed Proposals will be received by the City of Gainesville, Purchasing Department, 757 Queen City Parkway SW, Gainesville, GA. 30501 until 2:00 PM., December 14, 2017, for the Renovation of Environmental Services Building. OVERVIEW The City of Gainesville, Georgia (Hereafter also referred to as The City ) seeks Proposals to provide Renovation of Environmental Services Building for Water Resources Department. The City desires to purchase Renovation of Environmental Services Building. List first available work List if available to work on weekends Bid bonds in the amount of not less than 5% of the base proposal must be submitted with each bid. Failure to supply bond will force your proposal to be declared nonresponsive. The successful bidder shall provide a 100% Payment and a 100% Performance Bond at the signing of the contract. Failure to supply bonds will result in default of contract. PROPOSAL CORRESPONDENT Upon Release of this Proposal, all vendor communications concerning this acquisition must be directed to the Purchasing Department correspondent listed below: Tammy Grier City of Gainesville Dept. of Water Resources 757 Queen City Parkway SW, Gainesville, GA. 30501 Phone: 770-532-7462 FAX: 770-534-1955 tgrier@gainesville.org

Unauthorized contact regarding the Proposal with other Gainesville City employees may result in disqualification. Any oral communications will be considered unofficial and non-binding on the City of Gainesville. Vendor should rely only on written statements issued by the Proposal correspondent. PROPOSAL QUESTIONS All questions must be submitted in writing to the Proposal correspondent named above. Questions must be received by 10:00 a.m., November 30, 2017. A list of questions and answers will be provided to all know Proposers and by request. Requests may be made to the Proposal correspondent named above. PROPOSAL RESPONSE DATE AND LOCATION The Dept. of Water Resources Purchasing Department must receive the vendors Proposal in a sealed envelope, in its entirety, not later than 2:00 PM Eastern Standard Time in Gainesville, Georgia on December 14, 2017. Proposals arriving after the deadline will be returned unopened to their senders. All Proposals and accompanying documentation will become the property of the City of Gainesville and may not be returned. One (1) original and (2) copies of this Proposal must be submitted to allow for evaluation. Proposals must be clearly marked on the outside of the package: Renovation of Environmental Services Building Vendors assume the risk of the method of dispatch chosen. The City of Gainesville assumes no responsibility for delays caused by any delivery service. Postmarking by the due date will not substitute for actual Proposal receipt. Late Proposals will not be accepted nor will additional time be granted to any vendor. Proposals may not be delivered by facsimile transmission or other telecommunication or solely by electronic means. Proposal Schedule: Proposal Release: November 22, 2017 Proposal Questions Deadline: Proposal Due Date: Anticipated Award Date: November 30, 2017 10:00 AM December 14, 2017 2:00 PM EST December 15, 2017 (subject to final Proposal review) WAIVER OF TECHNICALITIES All items must meet or exceed specifications as stated by the City of Gainesville. The City of Gainesville reserves the right to waive any technicalities and to reject or accept any Proposal in its entirety or to accept any portion thereof if it is determined that either method results in lower costs, better service, final satisfaction or is otherwise determined to be in the best interest of the City of Gainesville. Award may be made by item number or in total. Determination of best response to Proposal will be the sole judgment of the City of Gainesville. Proposals shall remain valid for ninety days for the date of Proposal opening. PROPOSAL REJECTION The City of Gainesville reserves the right to reject any or all Proposals at any time without penalty. MODIFICATION OF PROPOSALS

Any clerical mistake that is patently obvious on the face of the Proposal may, subject to the limitations described below, be corrected upon written request and verification submitted by the Proposers. A nonmaterial omission in a Proposal may be corrected if the Purchasing Department determines that correction to be in the City s best interest. Omissions affecting or relating to any of the following shall be deemed material and shall not be corrected after Proposal opening: (1) Price Information; and (2) Any required Insurance WITHDRAWAL OF PROPOSALS Proposals may be withdrawn at any time prior to the Proposal opening. After Proposals have been publicly opened, withdrawal of a Proposal shall be based upon the following: The Proposers shall give notice in writing of his claim of right to withdraw his Proposal due to an error within two business days after the conclusion of the Proposal opening procedure. Proposals may be withdrawn from consideration if the price is substantially lower than the other Proposals due solely to a mistake therein, provided the Proposal was submitted in good faith, and the mistake was a clerical mistake as opposed to a judgment mistake, and was actually due to an unintentional arithmetic error or an unintentional omission of a quantity of work, labor or material made directly in the compilation of the Proposal, which unintentional arithmetical error or unintentional omission can be clearly shown by objective evidence drawn from inspection of original work papers, documents and materials used in the preparation of the Proposal sought to be withdrawn. The Proposers original work papers shall be the sole acceptable evidence of error and mistake if he elects to withdraw his Proposal. If a Proposal is withdrawn under the authority of this provision, the lowest remaining responsive Proposal shall be deemed to be the low Proposal. PROPOSER S RESPONSIBILITY When determining whether a Proposer is responsible, or when evaluating a Proposal, the following factors may be considered, any one of which will suffice to determine whether a Proposers is responsible or the Proposal is the most advantageous to the City: The ability, capacity and skill of the Proposers to perform the contract or provide the equipment and/or service required. The character, integrity, reputation, judgment, experience and efficiency of the Proposers. Whether the Proposers can perform the contract within the time specified. The quality of performance of previous public and private contracts or services, including, but not limited to, the Proposers failure to perform satisfactorily or complete any written contract. The City s termination for default of a previous contract with a Proposer, within the past three years, shall be deemed to be such a failure. The previous and existing compliance by the Proposers with laws relating to the contract or service. Evidence of collusion with any other Proposers, in which case colluding Proposers will be restricted from submitting further Proposals on the subject project or future Proposals, for a period not less than three years.

The Proposers has been convicted of a crime of moral turpitude or any felony, excepting convictions that have been pardoned, expunged or annulled, whether in this state, in any other state, by the United States, or in a foreign country, province or municipality. Proposers shall affirmatively disclose to the City all such convictions, especially of management personnel or the Proposers as an entity, prior to notice of award or execution of a contract, whichever comes first. Failure to make such affirmative disclosure shall be grounds, in the City s sole option and discretion, for termination for default subsequent to award or execution of the contract. If the Proposers will be unable, financially or otherwise, to perform the work. At the time of the Proposal opening, the Proposer is not authorized to do business in the Georgia, or otherwise lacks a necessary license, registration or permit. Any other reason deemed proper by the City. A BID BOND in the amount of five percent (5%) of the total base bid shall accompany each Bid submitted. The Bid Bond shall be prepared on the Bid Bond form attached to the Contract Documents or a Surety Company's Standard Bid Bond, duly executed by the Bidder as principal and having as Surety thereon a surety company licensed to do business in the State of Georgia and listed in the latest issue of U.S. Treasury Circular 570. THE SUCCESSFUL Bidder for this Contract will be required to furnish a satisfactory, complete Performance Bond and Payment Bond each in the amount of one hundred percent of the Bid and liability insurances per Section 00 73 16 Insurance Requirements. RESPONSIVENESS TO RFP The Proposal shall include sufficient information and details to evaluate the responsiveness to the RFP and the clarity of the proposal follows the Request for Proposal. The Proposal includes the procedures and products being proposed to complete the Work. Answers should be complete, and must include and correspond to the questions in the RFP. In addition, the Proposer shall submit sufficient manufacturer's data to support the selection of materials being proposed. NON-ENDORSEMENT As a result of the selection of a vendor to supply products and/or services to the City of Gainesville, the City of Gainesville is neither endorsing nor suggesting that the vendor s product is the best or only solution. The vendor agrees to make no reference to the City of Gainesville in any literature, promotional material, brochures, sales presentation or the like without the express written consent of the City of Gainesville. PROPRIETARY PROPOSAL MATERIAL Any information contained in the Proposal that is proprietary will be neither accepted nor honored. All information contained in this Proposal is subject to public disclosure. RESPONSE PROPERTY OF THE CITY OF GAINESVILLE All material submitted in response to this request become the property of the City of Gainesville. Selection or rejection of a response does not affect his right.

NO OBLIGATION TO BUY The City of Gainesville reserves the right to refrain from contracting with or purchasing from any vendor. The release of this Proposal does not compel the City of Gainesville to purchase. COST OF PREPARING PROPOSALS The City of Gainesville is not liable for any cost incurred by vendors in the preparation and presentation of Proposals and demonstrations submitted in response to this Proposal. NUMBER OF PROPOSAL COPIES REQUIRED Vendors are to submit (3) copies- (1) original Proposal and (2) copies. PROPOSAL AWARD AND EXECUTION The City will select the Proposal that, in its sole discretion, is the most responsive and responsible Proposal to the City. The City reserves the right to make any award without further discussion of the Proposal submitted; there may be no best and final offer procedure. Therefore, the Proposal should be initially submitted on the most favorable terms the vendor can offer. The specification may be altered by the City of Gainesville based on the vendor s Proposal and an increase or reduction of services with the manufacturer may be negotiated before Proposal award and execution. The vendor to be awarded the Proposal/RFP must fill out the vendor packet if they haven t already done so. If they refuse then we will move to the next lowest, etc. At the conclusion of the selection process, the vendor to be awarded the Proposal will be given a specific time limit, date, to complete the vendor packet and also be notified that failure to complete the packet by the stated date, the vendor will be deemed unresponsive and the next lowest Proposer will awarded the Proposal/RFP. LOCAL VENDOR PREFERENCE Local Vendor means a Proposer or offeror which operates and maintains a brick and mortar business, i.e. a physical business address, within the city limits of the City of Gainesville, has a current business license, has paid in full all real and personal taxes owed the City, is considered a vendor in good standing with the City and can obtain an active vendor status. A local vendor may receive an opportunity to match for purchases, Proposals, Proposal or contracts over $20,000 and less than $150,000. The local vendor may be given an opportunity to match the lowest price Proposal, if the quotation or Proposal of the local vendor is within 3% of the lowest price Proposal by a nonlocal vendor. In the event a local vendor matches the lowest price Proposal, including all other terms, quality, services and conditions, then the local vendor shall be awarded the contract. In the event the price Proposal of more than one local vendor is within 3% of the lowest overall price Proposal of a non-local vendor, the local vendor with the lowest Proposal will be given the first opportunity to match the lowest overall price Proposal. If this local vendor declines to match the price Proposal, then the local vendor with the next lowest Proposal within 3% will be given the opportunity to match the lowest Proposal. This process will continue with all local vendors having Proposal within 3% of the lowest overall Proposal by a non-local vendor.

Policy to be stated. This policy shall be so stated in all applicable solicitations. Exemptions. This provision does not apply to public works construction projects or road projects pursuant to the laws of the State of Georgia (O.C.G.A 36-91 or 32-4). PROPOSAL REQUIREMENTS/EVALUATION CRITERIA The City will evaluate all written submittals. It is incumbent upon the Proposer to demonstrate within their Proposals how each requirement will be satisfied. All Proposals must meet the specification as outlined in this Proposal. The City reserves the right to investigate the qualifications and experience of the Proposers, or to obtain new Proposals. Proposals not sufficiently detailed or in an unacceptable form may be rejected by the City. Dates and documentation included in the Proposal become public information upon opening the Proposals. Interested firms must follow the process outlined in the following pages in submitting their Proposal. THE WORK will be awarded in one Contract. The following criteria, not listed in order of importance, will be used to evaluate Proposals. Award Method: Project Price 40% Past Satisfactory Experience 20% Responsiveness to RFP 20% Reference Input 20% Proposer Requirements Proposer must have five years of continuous experience. Proposer must provide evidence, satisfactory to the City, of the following insurance requirements: o Owner requires the Contractor to have and maintain the following insurance coverage and indemnification provisions with the City of Gainesville named as an additional insured hereunder. o The Contractor agrees to provide and maintain insurance coverage until the contract is completed and to furnish certificates from its insurance carriers showing that it carries insurance in the following minimum limits: Bodily Injury by Accident: $100,000 each accident $1,000,000 per occurrence limit Comprehensive General Liability: $1,000,000 per occurrence Automobile Liability: Workers Compensation $1,000,000 per occurrence for bodily injury $1,000,000 per occurrence for property damage Statutory Limits

o Proof of Insurance The Contractor shall furnish the Owner with certificates showing the type, amount, class of operations covered, effective dates, and date of expiration of policies. Such certificates shall also contain substantially the following statement: The insurance covered by this certificate will not be cancelled or materially altered, except after thirty (30) days written notice has been received by the Owner. A BID BOND in the amount of five percent (5%) of the total base bid shall accompany each Bid submitted. The Bid Bond shall be prepared on the Bid Bond form attached to the Contract Documents or a Surety Company's Standard Bid Bond, duly executed by the Bidder as principal and having as Surety thereon a surety company licensed to do business in the State of Georgia and listed in the latest issue of U.S. Treasury Circular 570. THE SUCCESSFUL Bidder for this Contract will be required to Furnish a satisfactory, complete Performance Bond and Payment Bond each in the amount of one hundred percent of the Bid and liability insurances per Section 00 73 16 Insurance Requirements. REFERENCES: Contractor shall include a brief Company biography to include: Number of years in service Number of current full-time employees Number of clients of similar size currently being serviced Contractor shall include a list of at least six current references with address, name of contact and tel. number. Product Requirements The following specifications are provided as a minimal requirement only. The City will consider any product that meets or exceeds the minimum requirements. Proposers shall provide information regarding the proposed product for evaluation by the City.

A. Renovation of Environmental Services Building 1. Includes all labor and materials and applicable insurance for demolition and renovations of two office spaces, the retrofit of existing lighting to LED lighting and replacement of flooring in carpeted areas. The carpeted areas will have new carpet installed in all office space and verner laminate flooring installed in the main hallway. Refer to attachment A for Specifications and Plans for Building Renovations. Any measurements will be the vendor s responsibility. Please state whether your company will be available to work on weekends on this project. Location: 2641 Old Flowery Branch Road Gainesville, GA 30504 For Site visit, please contact the following: Horace Gee, 404.717.8501 hgee@gainesville.org Brooks Corley, 770.532.7462 bcorley@gainesville.org Brian, 770.532.7462 bwiley@gainesville.org

City of Gainesville REQUEST FOR PROPOSAL Proposal No. 18016 Renovation of Environmental Services Building Proposal Certification Proposers must return the following certification with their Proposals. With my signature, I certify that I am authorized to commit my firm to the Proposal and that they information herein is valid for 90 days from this date. I further certify that all information presented herein is accurate and complete and that the scope of work can be performed as presented in this Proposal upon the City s request. Proposers Signature Date Name (printed) Title Unofficial Witness Signature Date Name (printed) Title Company Address Phone Fax Email Address Notary Public Commission Expires:

City of Gainesville REQUEST FOR PROPOSAL Proposal No. 18016 Renovation of Environmental Services Building Proposal Certification This form must be completed and signed for Proposal to be considered. Postal Return Address: Courier Delivery Address: City of Gainesville City of Gainesville Purchasing Office Purchasing Office 757 Queen City Parkway 757 Queen City Parkway Gainesville, GA 30501 Gainesville, GA 30501 Proposal Response: Renovation of Environmental Services Building Price: $ LED Lighting Upgrades Interior Only Price: $ LED Lighting Upgrades Exterior Only Price: $ Demolition and Construction Office Space Price: $ Flooring to Include (New Carpet and Laminate Flooring in Hallway) Total Bid Price $ Having read and responded to all attached specifications, the undersigned offers the above quoted prices, terms and conditions. Signed, sealed, and delivered In the presence of: Unofficial Witness (Name of Company) By: (Person authorized to sign binding contract) Title: Notary Public Commission Expires Attest: (Officer of Company if Corporation) Title:

Contractor Affidavit under O.C.G.A. 13-10-91(b)(1) By executing this affidavit, the undersigned, who is the duly elected/appointed <insert title> of, <name of entity> the contractor, and is duly authorized to make this Affidavit on behalf of the contractor, verifies its compliance with O.C.G.A. 13-10-91, stating affirmatively that the individual, firm or corporation which is engaged in the physical performance of services on behalf of City of Gainesville, Georgia has registered with, is authorized to use and uses the federal work authorization program commonly known as E-Verify, or any subsequent replacement program, in accordance with the applicable provisions and deadlines established in O.C.G.A. 13-10-91. Furthermore, the undersigned contractor will continue to use the federal work authorization program throughout the contract period and the undersigned contractor will contract for the physical performance of services in satisfaction of such contract only with subcontractors who present an affidavit to the contractor with the information required by O.C.G.A. 13-10-91(b). Contractor hereby attests that its federal work authorization user identification number and date of authorization are as follows: Federal Work Authorization User Identification Number Date of Authorization Name of Contractor Name of Project Name of Public Employer I hereby declare under penalty of perjury that the foregoing is true and correct. Executed on,, 2017 in (city), (state). Signature of Authorized Officer or Agent Printed Name and Title of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF,2017. NOTARY PUBLIC My Commission Expires:

STATE OF GEORGIA BOND NO. COUNTY OF HALL Know ALL MEN BY THESE PRESENTS, that we, as Principal, hereinafter known as "Contractor", and we,, as Surety, are held and firmly bound unto the City of Gainesville, hereinafter called the "Owner", in the penal sum of Dollars ($ ) lawful money of the United States, for the payment of which sum will and truly to be made, we bind ourselves, our heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, said Contractor has entered into a certain Contract Agreement with said Owner, dated, 20, for the Project known as: Environmental Services Building Renovations City of Gainesville, Gainesville, Georgia hereinafter called the "Contract", which Contract Agreement and the Contract Documents for said Work shall be deemed a part hereof as fully if set out herein. NOW, THEREFORE, the condition of this obligation is such, that if said Contractor and all subcontractors to whom any portion of the Work provided for in said Contract Agreement is sublet and all assignees of said Contractor and of such subcontractors shall promptly make payments to all persons supplying them with labor, products, services, or supplies for or in the prosecution of the Work provided for in such Contract Agreement, or in any amendment or extension of or addition to said Contract Agreement, and for the payment of reasonable attorney's fees, incurred by the claimant in suits on this Bond, then the above obligation shall be void; otherwise, it shall remain in full force and effect. HOWEVER, this Bond is subject to the following conditions and limitations: (a) Any person, firm or corporation that has furnished labor, products, or supplies for or in the prosecution of the Work provided for in said Contract Agreement shall have a direct right of action against the Contractor and Surety on this Bond, which right of action shall be asserted in proceeding, instituted in the county in which the Work provided for in said Contract Agreement is to be performed or in any county in which Contractor or Surety does business. Such right of action shall be asserted in proceedings instituted in the name of the claimant or claimants for its use and benefit against said Contractor and Surety or either party, but not later than one (1) year after the final settlement of said Contract Agreement, in which action such claim or claims shall be adjudicated and judgement rendered thereon. (b) (c) The Principal and Surety hereby designate and appoint the, as the agent of each party to receive and accept service of process or other pleading issued or filed in any proceeding instituted on this bond and hereby consent that such service shall be the same as personal service on the Contractor and/or Surety. In no event shall the Surety be liable for a greater sum than the penalty of this Bond, or subject to any suit, action or proceedings thereon that is instituted later than one (1) year after the final settlement of said Contractor Agreement.

(d) This Bond is given pursuant to and in accordance with provisions of O.C.G.A. Section 13-10-1 et. seq. and 36-82-100 et. seq. hereinafter, and all the provisions of law referring to this character of Bond as set forth in said Sections or as may be hereinafter enacted, and these are hereby made a part hereof to the same extend as if set out herein full.

IN WITNESS WHEREOF, the said Contractor has hereunder affixed its signature and seal, and said Surety has hereunto caused to be affixed its corporate signature and seal, by it duly authorized officers, on this day of, 20 executed in six counterparts. CONTRACTOR Principal: (SEAL) BY: NAME: (Please Print) TITLE: ATTEST: NAME: (Please Print) TITLE: Note: Attestation for a corporation must be by the corporate secretary; for a partnership by another partner; for an individual by a notary. SURETY: CONTACT: ADDRESS: PHONE: EMAIL: BY: NAME (Please Print) TITLE (SEAL) WITNESS: NAME: (Please Print) TITLE: Note: Surety companies executing Bond must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the Project is located.

This Contract Agreement made and entered into the day of, 2017_, by and between the City of Gainesville, Georgia, a municipal corporation located in the County of Hall of the State of Georgia, (hereinafter referred to as Owner) and (hereinafter referred to as Contractor). WITNESSETH: That the Contractor, for the consideration hereinafter fully set out, hereby agrees with the Owner as follows: That the Contractor will furnish all products, tools, construction equipment, skill and labor of every description necessary to carry out and to complete the Work in a good and workmanlike manner for the construction of the Project known as: Environmental Services Building Renovations and will complete the Work in strict conformity with the Drawings and the Specifications, which together with the Bid made by the Contractor, the Invitation to Bid, Instructions to Bidders, General, Supplementary, and Special Conditions, Performance and Payment Bonds, all Addenda, and any additional documents, agreements, terms and conditions specifically noted in the Table of Contents of the Contract Documents provided the bidders, are incorporated herein and form essential parts of this Contract Agreement, as if fully contained herein. That the Contractor shall commence the Work to be performed under this Contract Agreement on a date to be specified in a written Notice to Proceed and shall fully complete the Work, hereunder, within XXX consecutive calendar days, which includes the allowance of inclement weather days as described in Section 00 72 13, General Conditions, Article 30. If inclement weather days exceed the estimate calculated under Section 00 72 13, General Conditions, the additional days shall be added to the total number of calendar days to complete the Work. Time is of the essence and is an essential element of this Contract, and the Contractor shall pay to the Owner, not as a penalty, but as liquidated damages, the sum of # Dollars ($0.00) for each calendar day that there is default of completing the Work within the time limit named herein. If the Contractor abandons the Contract before commencement of the Work or defaults in completion of all the Work after commencement thereof, the Contractor shall be liable for such liquidated damages. These fixed liquidated damages are not established as a penalty but are calculated and agreed upon in advance by the Owner and the Contractor due to the uncertainty and impossibility of making a determination as to the actual and consequential damages incurred by the Owner and the general public of the City of Gainesville, Hall County, Georgia as a result of the failure on the part of the Contractor to complete the Work on time. Such liquidated damages referred to herein are intended to be and are cumulative and shall be in addition to every other remedy now or hereafter enforceable at law, in equity, by statute, or under the Contract. The Owner hereby agrees to pay to the Contractor for the faithful performance of the Contract Agreement, subject to additions and deductions as provided in the Specifications and Bid, in lawful money of the United States of America, the sum of Dollars ($ ) which sum shall also pay for loss or damage arising out of the nature of the Work aforesaid, or from the action of the elements, or from unforeseen obstructions or difficulties encountered in the prosecution of the Work, and for all expenses incurred by, or in consequence of the Work, its suspension or discontinuance by Owner and without default by Contractor, and for well and faithfully completing the Work and the whole thereof, as herein provided, and for replacing defective work or products for periods of time after completion as specified under various warranty and guarantee sections in the Contract Documents. The Owner shall make monthly partial payments to the Contractor in accordance with the provisions of the Contract Documents. Final payment on account of this Contract Agreement shall be made within thirty (30) days after completion by the Contractor of all Work covered by this Contract Agreement and the acceptance of such Work by the Owner, in accordance with the provisions of the Contract Documents.

It is further mutually agreed between the parties hereto that if, at any time after the execution of this Contract Agreement and the surety bonds hereto attached for its faithful performance, the Owner shall deem the surety or sureties upon such bond to be unsatisfactory, or if, for any reason, such bond ceases to be adequate to cover the performance of the Work, the Contractor shall, at no additional expense to the Owner, within five days after the receipt of notice from the Owner to do so, furnish an additional bond or bonds in such form and amount, and with such surety or sureties as shall be satisfactory to the Owner. In such event, no further payment to the Contractor shall be deemed to be due under this Contract Agreement until such new or additional security for the faithful performance of the Work shall be furnished in manner and form satisfactory to the Owner. IN WITNESS WHEREOF, the parties hereto have executed this Contract Agreement under their respective seals on the day and date first above written in three counterparts each of which shall, without proof or accounting for the other counterparts, be deemed an original Contract.

APPROVED TO FORM BEFORE EXECUTION: By: Abbott S. Hayes, Jr., Attorney for the Owner OWNER: CITY OF GAINESVILLE, GEORGIA By: Name: Bryan Lackey Title: City Manager WITNESS: By: Name: Denise Jordan (SEAL) Title: City Clerk CONTRACTOR: By: Name: (Please Print) Title: ATTEST: By: Name: Title: (Please Print) (SEAL) Note: If the Contractor is a corporation, the Contract Agreement shall be signed by the president or vice president, attested by the secretary and the corporate seal affixed. If the Contractor is a partnership, the Contract Agreement shall be signed in the partnership name by one of the partners, with indication that he or she is a general partner.