CITY OF GAINESVILLE REQUEST FOR PROPOSAL

Similar documents
CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

Navajo Division of Transportation

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

City of Gainesville State of Georgia

City of Malibu Request for Proposal

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

Request for Proposals

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP

Proposals must be received in the Office of the City Manager no later than 2:00 p.m. on March 21, 2018.

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017

PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet

REQUEST FOR PROPOSAL FOR Web Hosting. Anniston City Schools. FRP Number FY2012 Web Hosting

ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS. RELEASED January 19, 2016

Grant Seeking Grant Writing And Lobbying Services

Request for Proposal: NETWORK FIREWALL

REQUEST FOR PROPOSAL (RFP) FOR LOCAL COUNSEL LEGAL REPRESENTATION FOR LYCOMING COUNTY IN POTENTIAL OPIOID- RELATED LITIGATION

REQUEST FOR PROPOSALS

Georgia Lottery Corporation ("GLC") PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal)

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

Aberdeen School District No North G St. Aberdeen, WA REQUEST FOR PROPOSALS 21 ST CENTURY GRANT PROGRAM EVALUATOR

REQUEST FOR QUALIFICATIONS TO PROVIDE PROFESSIONAL ENGINEERING SERVICES CITY OF DADE CITY, FLORIDA. CLOSING DATE: September 19, :00 p.m.

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

Request for Proposal: Alton Middle School NETWORK CABLING

REQUEST FOR QUALIFICTIONS MARKETING AND PUBLIC RELATIONS FOR YEAR ENDING DECEMBER 31, 2018 ISSUED BY: Suffolk County Industrial Development Agency

CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT WATER AND SEWER RATE STUDIES REQUEST FOR PROPOSAL

Montgomery County Intermediate Unit 2 West Lafayette Street Norristown, Pa 19401

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT. Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR

Request for Proposals (RFP) RFP NO. E&CD GRANT WRITING AND ADMINISTRATION SERVICES

REQUEST FOR PROPOSALS: Strategic Plan. Schedule: Written questions will be due by 12:00 p.m. (CST), November 22, 2017

REQUEST FOR PROPOSALS: NON-PROFIT GRANT WRITING SERVICES

REQUEST FOR PROPOSALS (RFP) MARKETING AGENCY FOR LANE COUNTY FAIR

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

GRADY COUNTY SCHOOLS 122 North Broad St. Cairo, GA REQUEST FOR PROPOSAL FOR WEB HOSTING RFP NO.: WEBH DATE DUE: September 20, 2013

ISABELLA COUNTY REQUEST FOR PROPOSALS COMMISSION ON AGING CATV AND HEADEND EQUIPMENT

ADVANCED MANUFACTURING FUTURES PROGRAM REQUEST FOR PROPOSALS. Massachusetts Development Finance Agency.

Arizona Department of Education

REQUEST FOR PROPOSAL

DALTON PUBLIC SCHOOLS

STATE OF WASHINGTON Request for Quotes and Qualifications

Request for Proposals (RFP) to Provide Auditing Services

Request for Proposals (RFP) Consulting and Design Services for Solar Photovoltaic Systems for Iowa City Facilities September 22, 2017

REQUEST FOR PROPOSALS

Social Media Management System

Copiers. Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701

Purchasing and Support Services County Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202

REQUEST FOR PROPOSALS SELECTION OF EXECUTIVE SEARCH FIRM

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

December, 2017 Request for Proposals for Airport Business and Financial Consultant At Savannah/Hilton Head International Airport

REQUEST FOR PROPOSAL CITY OF PORT ARANSAS GAS DEPARTMENT FOR NATURAL GAS SUPPLY. RFP # Gas

Disadvantaged Business Enterprise Supportive Services Program

Automatic License Plate Recognition System for the Police Department

RFP No North Central Florida Regional Planning Council 2009 NW 67th Place Gainesville, FL

Time is of the essence, and any proposal received after the announced time and date for submittal will not be considered.

OWENS STATE COMMUNITY COLLEGE COMMERCIAL REALTOR SERVICES REQUEST FOR PROPOSALS

PROCUREMENT AND PROPERTY SERVICES P. O. Box NACOGDOCHES, TX REQUEST FOR PROPOSAL RFP NUMBER REALTOR-2016

Clovis Unified School District. REQUEST FOR PROPOSALS ( RFP ) RFP 2720 Billing Services, Medi-Cal LEA Billing Option Program

REQUEST FOR PROPOSALS FOR INFORMATION TECHNOLOGY SUPPORT SERVICES

Request for Proposal: Wireless Access Points

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

INVITATION FOR BID Notice to Prospective Bidders IFB # Date Stamp Equipment Preventative Maintenance and Repair Services

Request for Proposals For Media and Public Relations Services for the HOUSING AUTHORITY OF THE CITY OF SHREVEPORT

TOWN OF LISBON Office of the First Selectman 1 Newent Road Lisbon, Connecticut 06351

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

REQUEST FOR PROPOSAL (RFP) NO

LIVONIA PUBLIC SCHOOLS FARMINGTON ROAD LIVONIA, MI (734)

HOW TO DO BUSINESS WITH THE CITY OF VALDOSTA, GEORGIA

Request for Proposal. Parenting Education

REQUEST FOR PROPOSAL Architectural Services

REQUEST FOR PROPOSAL CNC Lathe Machine INSTRUCTIONS TO BIDDERS

Request for Proposals (RFP) for: Food Waste Curbside Collection Pilot Program. City of South Portland, ME

Page 1. Date: January 24, Housing Authority of Travis County REQUEST FOR QUALIFICATIONS FOR LEGAL SERVICES SOLICITATION NO.

TOWN AUDITING SERVICES

NORFOLK AIRPORT AUTHORITY NORFOLK INTERNATIONAL AIRPORT

Request for Proposal. Independent Living

REQUEST FOR QUALIFICATIONS HONDO, TEXAS CITY ENGINEERING SERVICES

Water Filtration Plant Motor Control Center Upgrade Engineering and Design Services City of Bristol Tennessee RFP 16009

LIBRARY COOPERATIVE GRANT AGREEMENT BETWEEN THE STATE OF FLORIDA, DEPARTMENT OF STATE AND [Governing Body] for and on behalf of [grantee]

Request for Qualifications and Proposals (RFQ/P) #564. for. Program and Construction Management Services

REQUEST FOR PROPOSAL FOR BUILDING LEASE

SPECIAL ADMINISTRATIVE BOARD OF THE TRANSITIONAL SCHOOL DISTRICT OF THE CITY OF ST. LOUIS RFQ #:

UNITED TOWNSHIP HIGH SCHOOL DISTRICT #30. - Yearbook Services - REQUEST FOR PROPOSAL

FORT WORTH HOUSING AUTHORITY REQUEST FOR PROPOSALS FOR LEGAL SERVICES

Caledonia Park Playground Equipment

1 INTERNAL AUDIT SERVICES RFP

Request for Proposal PROFESSIONAL AUDIT SERVICES

REQUEST FOR PROPOSAL

Poughkeepsie City School District Jane Bolin Administration Building 11 College Avenue Poughkeepsie, NY STAC Services School Year

Request for Proposals (RFP) for Professional Design and Engineering Services

Transcription:

CITY OF GAINESVILLE REQUEST FOR PROPOSAL RFP No. 15037 Transportation of Alum Sludge (Per Attached Specifications) Proposal Release: January 28, 2015 Proposal Questions Deadline: February 4, 2015 Proposal Due Date: February 12, 2015 Postal Return Address: Courier Delivery Address: City of Gainesville City of Gainesville Public Utilities Public Utilities 757 Queen City Parkway 757 Queen City Parkway

Gainesville, GA 30501 Gainesville, GA 30501 City of Gainesville Invitation to Proposal RFP No. 15037 Transportation of Alum Sludge Sealed Proposals will be received by the City of Gainesville, Purchasing Department, 757 Queen City Parkway, Gainesville, GA. 30501 until 2:00 PM., February 12, 2015, for the Transportation of Alum Sludge. OVERVIEW The City of Gainesville, Georgia (Hereafter also referred to as The City ) seeks Proposals to provide Transportation of Alum Sludge for its Public Utilities Department. PROPOSAL CORRESPONDENT Upon Release of this Proposal, all vendor communications concerning this acquisition must be directed to the Purchasing Department correspondent listed below: Amy J. Smith City of Gainesville Public Utilities 757 Queen City Parkway, Gainesville, GA. 30501 Phone: 770-297-2982 FAX: 770-531-2672 asmith@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., February 4, 2015. 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 Public Utilities 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 February 12, 2015. 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 (1) copy of this Proposal must be submitted to allow for evaluation. Proposals must be clearly marked on the outside of the package: Transportation of Alum Sludge 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: January 28, 2015 Proposal Questions Deadline: Proposal Due Date: Anticipated Award Date: February 4, 2015 10:00 AM February 12, 2015 2:00 PM EST February 12, 2015 (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 Proposer s 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. PROPOSAL 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 Proposal 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 Proposer s 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. 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 (1) original Proposal and (1) copy. 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 be 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 $100,000. 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 Proposers 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 following criteria, not listed in order of importance, will be used to evaluate Proposals.

Terms, condition and pricing of purchase or lease agreement. Cost of amenities available for the product(s). Responsibilities of the Proposer The Proposer, at its sole expense shall: Deliver, install, test and adjust product. If the City selects this option, provide routine maintenance and service included replacing all parts of Equipment which are faulty and/or worn out. Repair or replace inoperable items within 48 hours of notification by the City. Comply with all laws, ordinances, regulations, requirements and rules with respect to the maintenance of the (product). If the City selects this option, inspect the fleet on a weekly/monthly/quarterly basis and make any necessary repairs. **The City of Gainesville is an equal opportunity owner/employer and will not discriminate against any vendor because of race, creed, color, religion, sex, national origin, or ADA disability status. SELECTION CRITERIA Price 80% Experience 10 % Responsible / Responsiveness to RFP 10% Transporter s ability to comply with the applicable ordinances and resolutions of the City, the regulations and ordinances of the County, and the laws of the State of Georgia and United States. Pass / Fail Past performance of previous contracts with the City of Gainesville Pass / Fail Transporter s ability to furnish the necessary bonds and / or insurance Pass / Fail Transporter s ability to comply with the schedule of commencement of the services, including staffing, equipment, and permitting Pass / Fail

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. 100 loads annually bases on 5,800 gallons per load or approximately 580,000 gallons picked up (loaded) at WTP #2 Lakeside Plant, 5640 Jim Crowe Road, Flowery Branch, GA 30542 transported to and off-loaded at WTP #1 Riverside Plant, 2120 Riverside Drive, Gainesville, GA 30501 NOTE: Quantities are estimated, based on past production final annual totals may vary Responsibilities of the Proposer The Proposer, at its sole expense shall: The transporter shall perform its services in accordance with the requirements of Federal, State and Local law. The city of Gainesville reserves the right to revise the Contract if the transporter provides information that additional service or service under different conditions is necessary due to a change in the law. The transporter agrees to provide Transportation of Alum Sludge per terms of enclosed proposal. It shall be the responsibility of the transporter to use skilled, trained personnel, supervised to use reasonable care to ensure proper performance. The transporter is responsible for all permits, labor, materials and equipment that are necessary to complete the job. Loading of Alum Sludge: Truck loading and transport operations will be performed on an as needed basis Monday through Friday between the hours of 8:00 a.m. and 3:00 p.m. Loading outside of these hours will only be allowed by special permission of the WTP Manager or authorized representative. Alum Sludge will be pumped in the transporter s tanker from an overhead loading station by WTP personnel at the Lakeside WTP. The average time to load 5,800 gallons in to a tanker is 1.5 2 hours. The transporter s tanker will be given priority for loading. Alum Sludge Transport: The tankers used to transport the alum sludge shall be watertight. The tanker used to transport sludge shall have no residuals from any other hauling operation. Tankers should have a capacity of 5900 gallons or greater, but the transporter is responsible for ensuring all road weight limits are met. The transporter shall follow the City s good neighbor policy in selecting routes so as to minimize truck traffic through residential areas. The transporter shall be responsible for immediate cleanup of any Alum Sludge spilled during transport or at either WTP, to the satisfaction of the City. If spills occur, they shall be cleaned up immediately at the processor s expense to the satisfaction of the appropriate regulatory agencies. Any spills and cleanup actions shall be reported to the City within 8 hours.

The transporter shall clean the exterior of all vehicles of any excess alum sludge prior to leaving the loading site to prevent spilling or tracking of alum sludge on public roadways. The City will provide to the sites transporter, free of charge, non-potable water at the loading sites for vehicle wash down when necessary. The transporter will be responsible for providing the hose and any other necessary equipment for wash down purposes. All wash down activities will be performed at the truck loading and unloading stations. All vehicles utilized by the transporter in the performance of this contract shall be kept in a clean condition acceptable to the City at all times. Unloading Alum Sludge: The transporter will be supplied with a key to the gate at the Riverside WTP. The transporter shall supply discharge hose for the unloading of the tanker. The transporter shall unload in to the appropriate manhole which leads to the thickener. The average time to unload 5,800 gallons from the tanker is normally less than 60 minutes. The transporter is responsible for locking the gate upon departure. Terms of Agreement: The successful transporter shall enter into a written contract binding all the terms, conditions and provisions of the proposal. The contract will be drawn for a period of three years, renewable in one year increments thereafter, subject to the mutual agreement of both parties. Submittals in the form of written proposals shall address the preceding scope of requested service by category and shall include the transporter s response or proposal to each. Proposals shall also include Qualifications and Experience: Include a brief statement of the transporter s qualifications to include number of years in service, number of current full-time employees, and description of equipment to be used. References: Proposals shall include a list of three or more current references with name and telephone number of current contact. Subcontractors: Identify the parts, if any, of the project to be subcontracted or to be managed by subcontractors. List all subcontractors the processor proposes to use for the project and provide the same qualifications and experience information required.

City of Gainesville REQUEST FOR PROPOSAL Proposal No. 15037 Transportation of Alum Sludge 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. 15037 Transportation of Alum Sludge 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: Price: $ per load (Contracted Services are to begin July 1, 2015) 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: