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

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

City of Gainesville State of Georgia

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

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

Request for Proposals

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

City of Malibu Request for Proposal

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

Request for Proposal: NETWORK FIREWALL

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

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

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

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

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

REQUEST FOR PROPOSAL CNC Lathe Machine INSTRUCTIONS TO BIDDERS

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

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

Grant Seeking Grant Writing And Lobbying Services

Request for Proposal: Alton Middle School NETWORK CABLING

REQUEST FOR QUALIFICATIONS STRUCTURAL ENGINEER PROFESSIONAL SERVICES. June 19, 2017

RFP #: SB06-PO1617 EMERGENCY RESPONDER TRAINING FACILITY Page 1

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

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

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

REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES WATER SYSTEM RELIABILITY STUDY CITY OF MT. PLEASANT WATER DEPARTMENT

CITY OF PORT ARANSAS, TEXAS REQUEST FOR PROPOSAL (RFP) BASEBALL FIELD LIGHTING NOTICE TO BIDDERS

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

REQUEST FOR PROPOSALS FOR INFORMATION TECHNOLOGY SUPPORT SERVICES

REQUEST FOR PROPOSAL Architectural Services

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

Digital Copier Equipment and Service Program

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

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

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

REQUEST FOR PROPOSALS FOR DESIGN PROFESSIONAL SERVICES

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

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

Automatic License Plate Recognition System for the Police Department

CITY OF PORT ARANSAS, TEXAS REQUEST FOR PROPOSAL (RFP) FIRE STATION TEMPORARY FACILITY NOTICE TO BIDDERS

Request for Proposal Tree Trimming Services June 4, 2018 Procurement Contact Linda Lapeyrouse

Public Address System Norwalk Public Schools REQUEST FOR PROPOSAL 1/16/15 Proposal Response Date:

Request for Proposal: Wireless Access Points

Social Media Management System

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

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

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

HOW TO DO BUSINESS WITH THE CITY OF VALDOSTA, GEORGIA

Automated License Plate Reader (ALPR) System. City of Coquitlam. Request for Proposals RFP No Issue Date: January 25, 2017

BID # Hunters Point Community Library. Date: December 20, Invitation for Bid: Furniture & Shelving

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

Internet WAN RFP. Request for Proposal for Internet WAN. Colquitt County Schools. Issuance of RFP 02/25/2015

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

DOING BUSINESS WITH THE. Orange County Board of County Commissioners. Orange County Procurement Division

REQUEST FOR PROPOSAL (RFP) Concession Operations for Concession Stand at JOHNSTON HIGH SCHOOL ATHLETIC COMPLEX

PROPOSAL INSTRUCTIONS AND REQUIREMENTS

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

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

Request for Proposals VoIP E-Rate Project Perry County School District. 105 Main Street. New Augusta, MS

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

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

DALTON PUBLIC SCHOOLS

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services

REQUEST FOR BID SCHICK 33 SIZE 1 AND SIZE 2 DIGITAL SENSORS FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2017-B01

B Request for Proposal for. Qualified Firms. Financial Advisory Services. Grossmont-Cuyamaca Community College District

REQUEST FOR PROPOSAL PORTABLE ADVANCED TRAINING SYSTEMS FOR THE MECHATRONICS CURRICULUM FOR ILLINOIS VALLEY COMMUNITY COLLEGE RFP # RFP2014-P03

REQUEST FOR PROPOSAL: SAN EXPANSION & OPTIMIZATION

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

TOWN OF BRECKENRIDGE BLUE 52 TOWNHOMES HOA MANAGEMENT SERVICES REQUEST FOR PROPOSALS. Issued August 1, 2017

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

THE CITY OF SEATTLE CITY LIGHT DEPARTMENT 2012 REQUEST FOR PROPOSALS. Long-Term Renewable Resources And/or Renewable Energy Certificates

LEGAL NOTICE Request for Proposal for Services

TOWN OF TAOS, NM REQUEST FOR PROPOSALS FOR LOBBYIST CONSULTANT SERVICES. CONTROL NO. : RFP No. SB07-PO1516

Caledonia Park Playground Equipment

REQUEST FOR PROPOSALS RFP# CAFTB

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

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

Request for Proposal. Mobile Application for Customer Interface. October 6 th, 2017 Procurement Contact Holly Hussey

NOTICE OF REQUEST FOR PROPOSALS

PROPOSAL SUBMITTALS: Responses to the Request for Proposal (RFP) are to be submitted to:

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

REQUEST FOR PROPOSALS

Request for Proposals. For RFP # 2011-OOC-KDA-00

1:1 Computer RFP School Year Harrison School District Two

All proposals must be received by August 30, 2016 at 2:00 PM EST

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

REQUEST FOR BID PRINTING SUPPLIES FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2015-B02

City of Somersworth, New Hampshire OFFICE OF THE FINANCE DIRECTOR

Issued: Thursday, October 15, City of Grand Blanc, 203 E. Grand Blanc Road, Grand Blanc, MI 48439, Attn: Bethany Smith, City Clerk

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

Request for Proposals School Year Project Lafayette County School District 100 Commodore Drive Oxford, MS 38655

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

CITY OF ROCHESTER, NEW HAMPSHIRE INVITATION TO BID

Request for Proposal (RFP) (P ) PeopleSoft FSCM and HCM 9.2 Upgrade Project

Request for Proposal PROFESSIONAL AUDIT SERVICES

Knights Ferry Elementary School District

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

Transcription:

CITY OF GAINESVILLE REQUEST FOR PROPOSAL RFP No. 12011 Replacement of Traffic Signal Cabinets on the City Square Proposal Release: July 13, 2011 Proposal Questions Deadline: Proposal Due Date: July 22, 2011 @ 10:00 am July 27, 2011 @ 3:00 pm Postal Return Address: Courier Delivery Address: City of Gainesville City of Gainesville Purchasing Office Purchasing Office P.O. Box 2496 300 Henry Ward Way, Room 103 Gainesville, GA 30503 Gainesville, GA 30501

City of Gainesville Request for Proposal RFP No. 12011 Replacement of Traffic Signal Cabinets on the City Square Sealed Proposals will be received by the City of Gainesville, Administrative Services Department, 300 Henry Ward Way, STE 103, Gainesville, GA. 30501 until (3:00 pm EST)., (July 27, 2011), for the Purchase of 4 GDOT Type 170E Cabinet Assemblies, Model 332 traffic signal cabinets. OVERVIEW The City of Gainesville, Georgia (Hereafter also referred to as The City ) seeks proposals to provide bids for traffic signal cabinets for its Public Works-Traffic Engineering Division, 1039 Hancock Avenue, 30501 from State of Georgia Department of Transportation approved traffic signal vendors. The City desires to purchase a quantity of four (4) GDOT Type 170E Cabinet Assemblies, Model 332 traffic signal cabinets. This bid is for the cabinet assembly and complete chassis only. This bid should not include controller, monitor, load switches, DC isolators, or detector cards. All cabinets must conform to the applicable requirements listed in Section 925 of the State of Georgia Department of Transportation, Standard Specifications of Transportation Systems, 2001 edition, as well as all applicable Georgia Department of Transportation Standards and Specifications except as noted below. Exception to Section 925.5.02.02, Finish: The exterior of all four aforementioned traffic signal cabinets shall be powder-coated gloss dark green to match existing streetscape luminare poles and traffic signal mast arm poles. The City will provide a color swatch to the awarded vendor to ensure the color is matched correctly. In addition, the interior of the cabinets shall be powder coated gloss white. These signal cabinets are expected to be available for use and installation by city crews at selected city intersections not later than 75 business days after notice to proceed is issued by the Traffic Engineer.

PROPOSAL CORRESPONDENT Upon Release of this Proposal, all vendor communications concerning this acquisition must be directed to the Administrative Services Department correspondent listed below: (Matt Hamby) City of Gainesville PO Box 2496, Gainesville, GA. 30503 Phone: (770.535.6899) FAX: (770.535.5636) mhamby@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. EST, (July 22, 2011). 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 Administrative Services department must receive the vendors proposal in a sealed envelope, in its entirety, not later than (3:00 pm EST), Eastern Standard Time in Gainesville, Georgia on (July 27, 2011). 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: RFP No. 12011 Replacement of Traffic Signal Cabinets on the City Square 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: (July 13, 2011) Proposal Questions Deadline: Proposal Due Date: Award Date: (July 22, 2011 @ 10:00 am EST) (July 27, 2011 @ 3:00 pm) EST (August 3, 2011) (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 Administrative Service 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. PROPOSERS 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 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. ADDENDA Proposers are responsible to check the City of Gainesville s website for the issuance of any addenda prior to submitting a proposal. The address is http://www.gainesville.org/purchasing 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. LOCAL VENDOR PREFERENCE Local Vendor means a bidder 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, bids, 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 bid of the local vendor is within 3% of the lowest price proposal by a non-local 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 bid 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 bid 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.

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. The financial ability of the proposer. If the City chooses this option, the cost of the proposer s warranties and/or maintenance agreement and scope of coverage. Depth of the proposer s experience Type of durability of product(s). Types and cost of amenities available for the product(s). Proposer Requirements Proposer must have five years of continuous experience. Proposer must provide five references. 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: $1,000,000 per occurrence for bodily injury $1,000,000 per occurrence for property damage Workers Compensation 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. 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. (See attached specifications) Number of Products to be purchased: It is the City s intent to purchase (4 traffic signal cabinets that meet the current Georgia DOT specifications). See attached response form. 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. SELECTION CRITERIA Price Previous Experience Responsible/Responsiveness to RFP 50 % 30 % 20 %

City of Gainesville REQUEST FOR PROPOSAL RFP No. 12011 Replacement of Traffic Signal Cabinets on the City Square 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 RFP No. 12011 Replacement of Traffic Signal Cabinets on the City Square Proposal Certification This form must be completed and signed for bid to be considered. Postal Return Address: Courier Delivery Address: City of Gainesville City of Gainesville Purchasing Office Purchasing Office P.O. Box 2496 300 Henry Ward Way, Room 103 Gainesville, GA 30503 Gainesville, GA 30501 Proposal Response: 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:

CITY OF GAINESVILLE TRAFFIC ENGINEERING DIVISION PO Box 2496 Gainesville, Georgia 30503-2496 REQUEST FOR QUOTATION DATE: July 7, 2011 TO: Suppliers COMPANY: Temple Inc FROM: Dee Taylor Phone: (770) 535-6890 Job: Square Cabinet Upgrades Fax: (770) 535-5637 RE: Please quote and return by fax or email no later than: ASAP Number of pages including this page: You are invited to provide quotation for the following item(s). Please fill out the price(s) and return via fax or email. Thank you Qty Description Unit Price Total 4 Type 170E Cabinet Assembly, Model 332A cabinet Powder Coated Dark Green outside, white inside-. $0.00 Prepared by: TOTAL $0.00 (Signature) Date