CITY OF GAINESVILLE INVITATION TO BID

Similar documents
CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

CITY OF GAINESVILLE INVITATION TO BID

INSTRUCTIONS TO BIDDERS

CITY OF GAINESVILLE INVITATION TO BID

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

ONONDAGA COUNTY WATER AUTHORITY PURCHASING POLICY

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

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

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

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

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS

Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company:

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

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES

Request for Quote Date: March 29, 2018

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

Request for Bid #1667 (RFB) CONCRETE SERVICES

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

RFP GENERAL TERMS AND CONDITIONS

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

TOWN OF LINCOLN GENERAL SPECIFICATIONS

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

Champaign Park District: Request for Bids for Playground Surfacing Mulch

CITY OF MORRISTOWN, TENNESSEE INVITATION TO BID DEMOLITION OF PROPERTY INVITATION TO BID

Invitation to Bid BOE. Diesel Exhaust Fluid

CITY OF FORT MITCHELL, KENTUCKY INVITATION TO BID FOR DIXIE HIGHWAY REMOVAL AND REPLACEMENT OF STREET TREES

REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

INVITATION FOR BID. Furnish: Outdoor Sign for Bowen Branch Library

BID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE )

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS

Request for Proposals for Agent of Record/Insurance Broker Services

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

Request for Proposal (RFP) For Printing Services RFP # Posting Date: March 18, 2015

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

BID PROPOSAL NO. 969 DESCRIPTION: ADRESSABLE AMPLIFIED SPEAKERS

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA

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

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

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING

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

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211

TOWN OF ROCKLAND. Request for Proposal SNOW & ICE REMOVAL

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA

INFORMATION FOR BID. Tee Shirts (School Nutrition)

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

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

Invitation To Bid. for

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

Proposal No:

ADVERTISEMENT REQUEST FOR PROPOSALS FOR PILOT PROGRAM of ADVANCED METERING INFRASTRUCTURE PILOT SYSTEM (AMI) FOR THE CITY OF GRAND ISLAND, NEBRASKA

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

Invitation To Bid. for

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CEMETERY SIGNAGE. September 2, 2015 at 2:00 p.m.

City of Bowie Private Property Exterior Home Repair Services

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

Request for Proposals

INVITATION TO BID. Rental Equipment for Roadway Maintenance Construction and Flood Repair BID # SUBMITTAL DUE: 02/14/ :00 A.M.

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

Invitation To Bid. for PURCHASE OR LEASE OF CARDIOVASCULAR EQUIPMENT 2016

PROPOSAL FOR LIQUID CALCIUM CHLORIDE

Request For Proposal (RFP) for

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

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

Transcription:

CITY OF GAINESVILLE INVITATION TO BID BID No. (15035) (Alta Vista Grave Digging and Final Disposition) Bid Release: (01/26/15) Bid Questions Deadline: Bid Due Date: (02/03/15 @ 10:00 am) (02/09/15 @ 2:00 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 Invitation to Bid BID No. (15035) (Alta Vista Grave Digging and Final Disposition) Sealed Bids will be received by the City of Gainesville, Administrative Services Department, at 300 Henry Ward Way, STE 103, Gainesville, GA. 30501 until (2:00 pm), (February 9, 2015), for the Alta Vista Grave Digging and Final Disposition services for our Cemetery division. OVERVIEW The City of Gainesville, Georgia (Hereafter also referred to as The City ) seeks Bids to provide grave digging and final disposition services for its Public Works Department (Cemetery Division) located at 521 Jones St. Gainesville, GA 30503. The City desires a three year contract to provide grave digging and final disposition services at Alta Vista Cemetery. This contract would include the services required for opening and closing 150 conventional grave interments per year, and up to ten (10) crypt interments per year. BID CORRESPONDENT Upon Release of this Bid, all vendor communications concerning this acquisition must be directed to the Administrative Services Department correspondent listed below: Tommy Hunt City of Gainesville PO Box 2496, Gainesville, GA. 30503 Phone: 770-535-6883 FAX: 678-450-9119 (thunt@gainesville.org) Unauthorized contact regarding the Bid 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 Bid correspondent.

BID QUESTIONS All questions must be submitted in writing to the Bid correspondent named above. Questions must be received by 10:00 a.m., (February 03, 2015). A list of questions and answers will be provided to all known Bidders and by request. Requests may be made to the Bid correspondent named above. BID RESPONSE DATE AND LOCATION The Administrative Services department must receive the vendors Bid in a sealed envelope, in its entirety, not later than (2:00 pm), Eastern Standard Time in Gainesville, Georgia on (February 9, 2015). Bids arriving after the deadline will be returned unopened to their senders. All Bids 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 Bid must be submitted to allow for evaluation. Bids must be clearly marked on the outside of the package: (Alta Vista Grave Digging and Final Disposition 15035) 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 Bid receipt. Late Bids will not be accepted nor will additional time be granted to any vendor. Bids may not be delivered by facsimile transmission or other telecommunication or solely by electronic means. Bid Schedule: Bid Release: (01/26/2015) Bid Questions Deadline: Bid Due Date: (02/03/15 @ 10:00 am) (02/09/15 @ 2:00 pm) EST 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 Bid 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 Bid will be the sole judgment of the City of Gainesville. Bids shall remain valid for ninety days from the date of Bid opening. BID REJECTION The City of Gainesville reserves the right to reject any or all Bids at any time without penalty. Any vendor, who acts as a supplier to another vendor submitting a bid and also submits a bid of their own, will be viewed as participating in Collusive behavior. This behavior displays a pattern or practice of unethical or immoral business practices. Any vendor associated with this practice may be banned from doing business with the City of Gainesville for up to three years.

MODIFICATION OF BIDS Any clerical mistake that is patently obvious on the face of the Bid may, subject to the limitations described below, be corrected upon written request and verification submitted by the Bidders. A nonmaterial omission in a Bid 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 Bid opening: (1) Price Information; and (2) Any required Insurance WITHDRAWAL OF BIDS Bids may be withdrawn at any time prior to the Bid opening. After Bids have been publicly opened, withdrawal of a Bid shall be based upon the following: The Bidders shall give notice in writing of his claim of right to withdraw his Bid due to an error within two business days after the conclusion of the Bid opening procedure. Bids may be withdrawn from consideration if the price is substantially lower than the other Bids due solely to a mistake therein, provided the Bid 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 Bid, 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 Bid sought to be withdrawn. The Bidder s original work papers shall be the sole acceptable evidence of error and mistake if he elects to withdraw his Bid. If a Bid is withdrawn under the authority of this provision, the lowest remaining responsive Bid shall be deemed to be the low Bid. BIDDERS RESPONSIBILITY When determining whether a Bidder is responsible, or when evaluating a Bid, the following factors may be considered, any one of which will suffice to determine whether a Bidder is responsible or the Bid is the most advantageous to the City: The ability, capacity and skill of the Bidders to perform the contract or provide the equipment and/or service required. The character, integrity, reputation, judgment, experience and efficiency of the Bidders. Whether the Bidders 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 Bidder s failure to perform satisfactorily or complete any written contract. The City s termination for default of a previous contract with a Bidder, within the past three years, shall be deemed to be such a failure. The previous and existing compliance by the Bidders with laws relating to the contract or service.

Evidence of collusion with any other Bidders, in which case colluding Bidders will be restricted from submitting further Bids on the subject project or future Bids, for a period not less than three years. The Bidders 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. Bidders shall affirmatively disclose to the City all such convictions, especially of management personnel or the Bidders 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 Bidders will be unable, financially or otherwise, to perform the work. At the time of the Bid opening, the Bidder 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 BID MATERIAL Any information contained in the Bid that is proprietary will be neither accepted nor honored. All information contained in this Bid 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 Bid does not compel the City of Gainesville to purchase. COST OF PREPARING BIDS The City of Gainesville is not liable for any cost incurred by vendors in the preparation and presentation of Bids and demonstrations submitted in response to this Bid. NUMBER OF BID COPIES REQUIRED Vendors are to submit (1) original Bid and (1) copy. ADDENDA Bidders are responsible to check the City of Gainesville s website for the issuance of any addenda prior to submitting a Bid. The address is http://www.gainesville.org/purchasing

BID AWARD AND EXECUTION The City will select the Bid that, in its sole discretion, is the most responsive and responsible Bid to the City. The City reserves the right to make any award without further discussion of the Bid submitted; there may be no best and final offer procedure. Therefore, the Bid 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 Bid and an increase or reduction of services with the manufacturer may be negotiated before Bid award and execution. Should the owner require additional time to award the Contract, the time may be extended by the mutual agreement between the Owner and the successful Bidder. If an award of Contract has not been made within ninety days from the Bid date or within the extension mutually agreed upon, the Bidder may withdraw the Bid without further liability on the part of either party. 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, Bid or contracts over $20,000 and less than $100,000. The local vendor may be given an opportunity to match the lowest price Bid, if the quotation or bid of the local vendor is within 3% of the lowest price Bid by a non-local vendor. In the event a local vendor matches the lowest price Bid, including all other terms, quality, services and conditions, then the local vendor shall be awarded the contract. In the event the price Bid of more than one local vendor is within 3% of the lowest overall price Bid of a non-local vendor, the local vendor with the lowest Bid will be given the first opportunity to match the lowest overall price Bid. If this local vendor declines to match the price Bid, then the local vendor with the next lowest bid within 3% will be given the opportunity to match the lowest Bid. This process will continue with all local vendors having Bid 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 (O.C.G.A 36-91 or 32-4). BID REQUIREMENTS/EVALUATION CRITERIA The City will evaluate all written submittals. It is incumbent upon the Bidders to demonstrate within their Bids how each requirement will be satisfied. All Bids must meet the specification as outlined in this Bid. The City reserves the right to investigate the qualifications and experience of the Bidders, or to obtain new Bids. Bids not sufficiently detailed or in an unacceptable form may be rejected by the City. Dates and documentation included in the Bid become public information upon opening the Bids. Interested firms must follow the process outlined in the following pages in submitting their Bid. The following criteria, not listed in order of importance, will be used to evaluate Bids. Terms, condition and pricing of purchase or lease agreement.

Cost of amenities available for the product(s). Bidder Requirements Bidder 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. o Complete opening and closing of up to 150 conventional burials per year o Complete the final disposition of up to 10 crypt internments per year o Ability to complete up to 15 opening and closings in a day o Selected vendor must have a minimum of four (4) complete setups for grave digging. This would include but is not limited to: Mechanical Equipment (Tractor, or Excavator) Truck, (Dump Truck, or dump truck variant) Hand tools, (Tamper, Shovels, Wheel barrow, etc.) Safety Equipment (Sturdy covering for grave or stakes and caution tape to limit access to open grave)

Service Requirements The following specifications are provided as a minimal requirement only. The City will consider any product or services that meets or exceeds the minimum requirements. Proposers shall provide information regarding the proposed product for evaluation by the City. Conventional Grave Digging: o All graves must be dug in accordance with Georgia state law o All graves must be opened and closed in accordance with the rules and regulations of Alta Vista Cemetery which are: Each grave shall be dug in accordance with Georgia state law Surrounding graves must be disturbed as little as possible Avoid disturbing monuments, coping, landscaped areas, and trees whenever possible Grass of surrounding areas must be disturbed as little as possible Extra dirt must be placed in an area predetermined by cemetery staff members Grave shall be left no more than 6 inches above grade when closed Disturbed Turf shall be replaced when closing a grave o Tents, Chairs, and lowering device is the responsibility of the associated funeral home. Alta Vista Cemetery, or the selected contractor will not be required to provide these items. Conventional Grave Warranty: If cemetery staff deems there is excessive settling the selected vendor shall be required to fix the affected grave. This shall be fixed upon the selected vendor s next visit to Alta Vista Cemetery. Mausoleum Crypt Internment: The City of Gainesville shall provide the equipment needed to complete a mausoleum crypt interment. The selected vendor shall provide the materials and the staff to complete the crypt interment. Cemetery staff member will be present to assist the vendor in the use of City owned equipment. Response Time: The standard operating procedure will be to inform the selected vendor at the time that the Cemetery is informed. We request that all conventional graves shall be dug at least 24 hours before the funeral. In the case of a crypt interment we request that the selected vendor arrive at least 1 hour prior to the funeral time. There are times when the Cemetery is not informed in a timely manner. In those situations we request that the selected vendor be willing to work with us to provide the highest level of customer satisfaction. Number of Products to be purchased: The City desires to enter into a contract for Grave Digging and Final Disposition services at Alta Vista Cemetery. The contract will cover up to one hundred and fifty (150) conventional, and ten (10) crypt interments per year for the next three (3) years. Responsibilities of the Bidder The Bidder, at its sole expense shall:

Respond to requests in a timely manner Any damage to monuments and\or coping will be the responsibility of the selected vendor to fix or replace at the expense of the selected vendor. Provide grave digging and final disposition for 3 years at Alta Vista Cemetery. Provide grave digging and final disposition services every day of the year except: New Year s day, Memorial day, Independence day, Labor day, Thanksgiving day, Christmas eve, and Christmas day. Comply with all laws, ordinances, regulations, requirements and rules with respect to the maintenance of the service. **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.

City of Gainesville INVITATION TO BID Bid No. (15035) (Alta Vista Grave Digging and Final Disposition) Bid Certification Bidders must return the following certification with their Bids. With my signature, I certify that I am authorized to commit my firm to the Bid and that the 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 Bid upon the City s request. Bidders 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 INVITATION TO BID Bid No. (15035) (Alta Vista Grave Digging and Final Disposition) Bid 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 Bid 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: