Invitation To Bid. for

Similar documents
Request For Proposal (RFP) for

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

Invitation To Bid. for

Invitation To Bid. for

Invitation To Bid. for

Invitation To Bid. for

Invitation To Bid. for

Invitation To Bid. for

Invitation To Bid. for

CANTON COMMUNITY REQUEST FOR BOARD ACTION. MEETING DATE: August 11, 2015

Request For Proposal. for

REQUEST FOR QUOTATION Landscape Nursery Stock (Purch File 19-05) (To be returned no later than 4:30 p.m. on February 22, 2019)

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

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

Request for Proposal (RFP) for

Invitation To Bid. for

Request for Proposal (RFP) For Earthwork / Grading for CTH V (CTH C to Palmer Road) 2014 Construction Season Posting Date: July 16, 2014

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

REQUEST FOR QUOTE (RFQ) # FORESTRY HERBICIDE PURCHASE POSTING DATE: JULY 24, 2018

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

Request for Proposal (RFP) For 2014 Liquid Asphalt Materials

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

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

REQUEST FOR PROPOSALS RFP# PROPANE FUEL FOR THE HEATING SEASON POSTING DATE: MARCH 7, 2018

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services

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

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA

REQUEST FOR PROPOSAL (RFP) # FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015

REQUEST FOR PROPOSAL (RFP) # TWIN BRIDGE PARK - GARAGE POSTING DATE: JANUARY 10, 2018

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL KNOWLEDGE PARK TRAFFIC CIRCLE LANDSCAPING. MANDATORY PRE-BID MEETING March 30, 2017 at 10:00 AM

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

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

INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

Champaign Park District: Request for Bids for Playground Surfacing Mulch

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

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN

EQUIPMENT WITH OPERATOR P R O P O S A L F O R M. Due Date: April 21, :00 am. MITN Code: 97535

Invitation to Bid. for. Contact: Cheryl Gregory, P.E. Phone: Date Issued: April 4, 2019

BID DOCUMENTS FOR. WTP VFD Replacement Bid

Request For Proposal. City of St. Joseph, Michigan Three Year Cross Connection Control Program

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

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

Franklin Redevelopment and Housing Authority

Proposal No:

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

BID DOCUMENTS FOR ACCU-TAB SL CAL HYPO TABLETS FOR USE IN WATER TREATMENT

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

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

City of Charlevoix ADVERTISEMENT FOR BIDS. Tree Trimming

BERRIEN COUNTY ROAD DEPARTMENT

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

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

CITY OF TRAVELERS REST, SOUTH CAROLINA INVITATION FOR BIDS

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

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

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

ARLINGTON TOWNSHIP BIDS FOR ROOF REPLACEMENT

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

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

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave)

INVITATION TO BID Lawn and Landscape Maintenance Services Town of Palm Beach Shores

BID PROPOSAL REFORESTATION PROJECT FOR THE VILLAGE OF FRANKFORT

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

REQUEST FOR BID POLE BUILDING CONSTRUCTION

REQUEST FOR PROPOSAL RFP# CONSTRUCTION SEASON FURNISHING HOT MIX & COLD MIX ASPHALT MATERIALS POSTING DATE: FEBRUARY 14, 2018

BERRIEN COUNTY ROAD COMMISSION

GENERAL SPECIFICATIONS Tree Planting Project SGL 099

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address:

TELL CITY TROY TOWNSHIP SCHOOL CORPORATION SPECIFICATIONS FOR LAWN CARE CONTRACT 2015 through 2016

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

PROPOSAL FOR STREET SWEEPING SERVICES

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address: Payment Terms:

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

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

NOTICE TO BIDDERS CONCRETE CONSTRUCTION

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

KING COUNTY LIBRARY SYSTEM WHITE CENTER LIBRARY FURNITURE PROJECT

REQUEST FOR SEALED BID PROPOSAL

CONSTRUCTION CONTRACT

RFQ #1649 April 2017

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

CITY OF GRAND HAVEN GRAND HAVEN, MI DOWNTOWN PLANTERS 2018 REQUEST FOR PROPOSALS NOTICE TO BIDDERS DECEMBER 12, 2017

CITY OF GAINESVILLE INVITATION TO BID

ALL TERRAIN SLOPE MOWER

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

Landscaping and Mowing. City of Ranson, West Virginia

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

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

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

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/

SHORELINE AREA TREE TRIMMING

Request for Qualifications

BID DOCUMENTS FOR THERMAL IMAGING CAMERA

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

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

Transcription:

Charter Township of Canton Invitation To Bid for SPRING 2018 USFS TREE PLANTING PROGRAM - REBID Contact: Leigh Thurston Phone: 734 394-5170 E-mail: leigh.thurston@canton-mi.org Date Issued: 4/12/2018 Due Date & Time: 3:00 p.m., Thursday, April 26, 2018

The deadline established for the receipt of your sealed bid is 4/26/2018 at 3:00 p.m. The bid is to be submitted to the Clerk's Office, 1150 S. Canton Center Road, Canton, Michigan 48188. Address the bid to: Canton - Clerk s Office SPRING 2018 USFS TREE PLANTING PROGRAM - REBID DUE 4/26/2018 at 3:00 P.M. 1150 Canton Center S Canton MI 48188 GENERAL REQUIREMENTS & INSTRUCTIONS 1. SUBMISSION OF OFFERS: All offers should be submitted in a sealed envelope or package. The invitation title, opening date and time, company name, address and telephone number shall be clearly displayed on the outside of the sealed envelope or package. The delivery of responses to the Clerk s Office prior to the specified date and time is solely and strictly the responsibility of the offeror. Any submittal received in the Clerk s Office after the specified date and time will not be considered. Responses shall be submitted on the forms provided by Canton. Additional information may be attached to the submittal. Facsimile submissions are NOT acceptable. No offer may be modified after acceptance. No offer may be withdrawn after opening for a period of sixty days unless otherwise specified. Bid must include all costs. All offers must include the original and at least two (2) copies. 2. EXECUTION OF OFFER: Offer shall contain a manual signature in the space(s) provided of a representative authorized to legally bind the offeror to the provisions therein. 3. EXECUTION OF ACCEPTANCE: Canton Township legally recognizes acceptance of formal offer when a written contract is signed by both parties. Offerer is not to assume that the Canton Board of Trustees resolution approving the bid or proposal is a binding contract. 4. OPENING & RECORDING: Opening shall be public in the Clerk s Office immediately following the advertised deadline date and time for receipt of submittals. 5. INTEGRITY: Canton Township does not discriminate on the basis of race, color, national origin, sex, religion, age or disability in employment or the provision of services. 6. TABULATION: Bid results will be posted on the Township s website at www.cantonmi.org Please click on Doing Business, Bids & Proposals 7. BOARD AWARDS: As the best interest of Canton may require, Canton reserves the right to make award(s) by an individual item, group of items, all or none, or a combination thereof; on a geographical basis and/or on a countrywide basis with one or more supplier(s) or provider(s); to reject any and all offers or waive any irregularity or technicality in offers received. Offerors are cautioned to make no assumptions. Any or all awards made as a result of this invitation shall conform to applicable ordinances and policies of Canton Township. Bid awards will be posted on the Township s website at www.canton-mi.org.

8. BRAND NAME OR EQUAL: If items requested by this invitation have been identified in the specifications by a brand name OR EQUAL description, such identification is intended to be descriptive and not restrictive and is to indicate the quality and characteristics of products that will be acceptable. Offers proposing equal products will be considered for award if such products are clearly identified in the offer and are determined by Canton to meet fully the salient characteristic requirements listed in the specifications. 9. PRICING: Unless otherwise specified prices offered shall remain firm for a period of at least sixty (60) days; all pricing of goods shall include FOB Canton Township, all packing, handling, shipping charges and delivery to any point(s) within Canton to a secure area or inside delivery. 10. PAYMENT TERMS: Canton Township will remit full payment on all undisputed invoices within thirty (30) days from receipt by the appropriate person(s) of the invoice or receipt of all products or services ordered. 11. INCURRED EXPENSE: This invitation does not commit Canton to make an award nor shall Canton be responsible for any cost or expense which may be incurred by any respondent in preparing and submitting a reply, or any cost or expense incurred by any respondent prior to the execution of a purchase order or contract agreement. 12. QUESTIONS/ ADDENDA: Any questions concerning the conditions or specifications shall be directed to the designated contact person. Addenda items will be posted on the township website, on the Purchasing Division page under Requests for Bids, Proposals and Qualifications. It is the bidder s responsibility to check and verify that addenda have been issued. Failure to acknowledge addenda may result in the offer not being considered. 13. CLARIFICATION/CORRECTION OF ENTRY: Canton reserves the right to allow for the clarification of questionable entries and the correction of OBVIOUS MISTAKES. 14. INSURANCE: The successful bidder is required to furnish evidence of the following insurance requirements in accordance with Canton s Risk Management Policy O:02. Work may not commence until the Certificates of Insurance have been received. The coverage requirements are as follows: Workers Compensation Insurance: The Contractor shall procure and maintain during the life of this contract, Workers Compensation Insurance, including Employers Liability Coverage, in accordance with all applicable statutes of the State of Michigan. Commercial General Liability Insurance: The Contractor shall procure and maintain during the life of this contract, Commercial General Liability Insurance on an Occurrence Basis with limits of liability not less than $1,000,000 per occurrence and aggregate combined single limit, Personal Injury, Bodily Injury, and Property Damage. Coverage shall include the following extensions: (A) Contractual Liability; (B) Products and Completed Operations; (C) Independent Contractors Coverage; (D) Broad Form General Liability Extensions or equivalent. Motor Vehicle Liability: The Contractor, or its subcontractors, shall procure and maintain during the life of this contract Motor Vehicle Liability Insurance, including Michigan No-Fault

Coverage, with limits of liability not less than $1,000,000 per occurrence combined single limit, Bodily Injury, and Property Damage. Coverage shall include all owned vehicles, all non-owned vehicles, and all hired vehicles. Additional Insured: Commercial General Liability Insurance as described above, shall include an endorsement stating that the following shall be Additional Insured: The Charter Township of Canton, all elected and appointed officials, all employees and volunteers, all boards, commissions, and/or authorities and board members, including employees and volunteers thereof. Cancellation Notice: The Insurance coverage described above, shall include an endorsement stating the following: It is understood and agreed that Thirty (30) days Advance Written Notice of Cancellation, Non-Renewal, Reduction, and/or Material Change shall be sent to: Mike Sheppard, 1150 Canton Center S., Canton MI, 48188. Indemnification: To the fullest extent permitted by law, the (name of contractor) agrees to defend, pay on behalf of, indemnify, and hold harmless the Charter Township of Canton, its elected and appointed officials, employees and volunteers, and others working on behalf of the Charter Township of Canton against any and all claims, demands, suits, or loss, including all costs connected therewith, and for any damages which may be asserted, claimed, or recovered against or from the Charter Township of by reason of personal injury, including bodily injury or death and/or property damage, including loss of use thereof, which arises out of or is in any way connected or associated with this agreement. 15. PUBLIC ACT 517 OF 2012: In accordance with Public Act 517 of the Public Acts of 2012, any Iran linked business is not eligible to submit a bid on a request for proposal with a public entity in Michigan. An Iran linked business includes the following: (1) A person engaging in investment activities in the energy sector of Iran, including a person that provides oil or liquefied natural gas tanker or products used to construct or maintain pipelines used to transport oil or liquefied gas for the energy section of Iran; and (2) A financial institution that extends credit to another person, if that person will use the credit to engage in investment activities in the energy sector of Iran. For purposes of this prohibition, person includes an individual, corporation, company, limited liability company, business association, partnership, society, trust, or any other nongovernmental entity, organization or group. It also includes a governmental entity or instrumentality of a governmental entity, or any successor, subunit, parent company or subsidiary of, or company under common ownership or control with and of the foregoing.

TECHNICAL BID SPECIFICATIONS AND BID SHEET SPRING 2018 USFS TREE PLANTING PROGRAM - REBID SECTION I. CONTRACTOR QUALIFICATIONS AND REQUIREMENTS TO BID All Bidders must obtain the bid package from Canton Township Finance & Budget to enable the updating of information to all potential bidders. The Contractor shall meet the following criteria and provide the following materials with the submission of the bid: Be duly licensed by the appropriate authorities to handle plant materials (provide copy of license) A list of similar projects completed in the last five years A 5% bid bond shall accompany the bid SECTION II. ADDITIONAL INFORMATION (TO BE PROVIDED UPON REQUEST) Provide Public Liability and Property Insurance and Workmen s Compensation Insurance for his employees and shall furnish these Certificates of Insurance to the Township upon request. Bank References. A Statement of Financial Conditions-current assets and current liabilities. The Name of the Bonding Co., Bonding Capacity and amount now bonded. SECTION III. PLANT MATERIAL The 2018 USFS Tree Planting Program is part of a US Forest Service grant which provides funding for tree material only. Canton Township is coordinating the tree procurement and planting with the Alliance of Rouge Communities (ARC). This request for proposal is for tree material, labor for tree installation, and watering trees. Canton will be reimbursed by the ARC for tree material after plantings are approved. All trees are to be the minimum caliper specified on the bid form and plant list, measured 6" above the top of the root ball for trees. All plant material shall conform to the size, quantity, and variety on the plant list sheet, unless acceptable alternate species are used. All plant material shall be balled and wrapped with natural burlap. All plant material shall meet the requirements for height, branching and root ball size as set forth in the most current edition of the American Standard for Nursery Stock published by the American Association of Nurserymen. All plant material shall be healthy vigorous nursery grown stock which has been pruned to encourage single main stems, compact crowns, compact fibrous root systems and symmetrical branching. All plant material provided shall be grade one or specimen grade material. No lesser grade or "park grade" material will be accepted. No grafted root stock will be accepted.

Plant material must be inspected by the Canton Township Landscape Architect for acceptance prior to delivery and planting. Plant material will not be accepted if the balls of earth are loosened, broken, or dry to the center. Plants deemed unsuitable may be rejected before or after delivery. It is preferable that trees be grown in loam soil. They shall be nursery grown and acclimated to climate conditions similar to those in Canton Township (Zone 5) for a period of not less than two years, inspected by the Department of Agriculture's Bureau of Plant Industry, and approved by Canton Township Planning Services Division. No grafted root stock is acceptable. The root balls of all plants shall be adequately protected at all times from sun and/or drying winds. All plants which cannot be planted immediately upon delivery shall be set on the ground, watered, and be well protected with soil, wet moss, mulch or other acceptable material. SECTION IV. SCOPE OF WORK AND PLANTING CONDITIONS 89 native trees and shrubs will be planted at Patriot Park at the Ridge Road frontage, which is an undeveloped natural area located at the northwest corner of Ford and Ridge Roads. The site is accessible from Ridge Road. The mounding on Ridge Road will be completed by another contractor. A large truck may be used to deliver plant material at the Ridge Road entrance, and trees can be transported within the park to the planting locations with smaller equipment. The Contractor shall coordinate delivery and planting operations with Canton. Due to saturated spring soil conditions, it is anticipated that planting may not commence until late May. Care must be taken to avoid major disturbance of the grade. The Contractor is responsible for traffic control meeting Wayne County s requirements. The project must be completed by June 30, 2018. SECTION V. INSTALLATION Refer to the Planting Plan for planting locations. It is the Contractor's responsibility to verify site conditions and to contact Miss Dig to locate underground utilities at least 72 hours prior to any work being performed. Any discrepancies in the plans and/or specifications should be immediately reported to Canton Township Planning Services Division. The Contractor is also responsible for reporting any unforeseen conditions that will affect his work or the health of the plants. Each tree shall be placed in a planting pit dug at least twice as wide as the root ball level with existing grade. Prior to setting the tree, mycchorizal fungi (without fertilizer) shall be applied to the pit according to the manufacturer s recommendations. After setting the tree, remove the top layer of burlap, the top of the wire basket, and any twine around the trunk. The planting mix shall be one (1) part compost and (3) parts sandy loam thoroughly mixed. Native soil may be used if approved by the Township Project Manager. Backfill planting pits with planting mix and compact in layers. 2

Do not cover collar of trees with soil. Create a 4" high soil saucer around trees for watering. It is the Contractor's responsibility to remove and dispose of all unacceptable excavated soils. Backfill will be completed at the time of planting. Trees will be staked to resist overturning. Install three (3) hardwood stakes per tree and guy with high strength (900 pounds tensile) woven polypropylene straps. Straps will be adjusted during the warranty period as needed. Trees are not to be heavily pruned at planting. The Contractor shall prune only crossover limbs, co-dominant leaders, and broken or dead branches. Some interior twigs and lateral branches may be pruned; however, terminal buds of branches that extend to the edge of the crown are not to be removed. All plants must be thoroughly watered in by the Contractor immediately after planting. All trees and shrubs will then be mulched with four (4) to five (5) inches of aged compacted shredded hardwood leaving the stem area free of mulch. No wood chips will be allowed. Contractor shall install 20 gallon drip tree watering bags on all plants. All trees must be thoroughly watered once a week for 13 weeks unless an extended period of rainy weather is experienced. In addition, the Contractor will be responsible for watering all trees up to 8 times during droughty weather conditions the second year after planting per Canton's direction. Contractor shall remove all watering bags at the end of the first growing season, reinstall them at the beginning of the second growing season, and remove them at the end of the second growing season. If irrigation is installed by Canton, the second year of watering will be deducted from the contract. Contractor shall account for each watering. Contractor may fill tanks at Independence Park at Denton and Proctor Roads at no charge for the purpose of watering trees under this contract. Contact Canton Public Works to coordinate access. Contractor shall notify the Canton Township Project Manager prior to each watering. The price of watering trees must be included and itemized separately in the bid. The Contractor shall protect all existing grades, lawns, curbs, and pavement from damage at all times. All areas where planting has occurred shall be restored to their original condition. This shall include placing topsoil where ruts have been created by equipment. SECTION VI. INSPECTION Prior to a request for payment, the Contractor must have a representative of Canton Township verify the size, condition and installation of each tree. A retainage equal to fifteen percent (15%) of the total contract shall be held for one year after the verification date of the planting and until all of the required repairs are completed and replacement plantings are installed. 3

SECTION VII. GUARANTEE Each tree shall be healthy and guaranteed to survive in its original upright position for one (1) year from the verification date of the planting. The Contractor must perform a follow-up inspection and provide a report on the health and physical conditions of the installed plant material after six months. Leaning trees must be straightened. Replacement planting shall be completed within 30 days of the end of the warranty period, i.e. 17 months after verification of planting. Only one replacement is required per tree planted. All tree stakes, guying, and tags shall be removed by the Contractor at the end of the warranty period. If replacements are not installed within the 17 month period, the Township may complete the planting of replacements using the retainage or bond money held by the Township relative to the contract. SECTION VIII. PLANT LIST SPECIFICATIONS The plant list and bid form for bidding the Spring 2018 USFS Tree Planting Program - Revised are attached. Bidders are discouraged from substituting species, and all trees must be native to the region. The bids with the fewest substitutions will be given priority consideration in awarding the final bid. Any proposed plant material substitutions must be made prior to the bid opening date and approved by Canton Township Planning Services Division. Upon acceptance of the bid award, failure to procure the materials specified in the bid will allow the Township the right to cancel, at no expense, the contract award and choose from the bidders of the next most suitable bid proposal. SECTION IX. AWARD OF CONTRACT Requirements: 1. Bidder must specify and provide legal documentation of status of company, such as corporate papers, partnership papers, etc. and furnish proof of public liability and property insurance and workmen s compensation insurance. 2. The signed contract is not assignable or transferable to any other company without township approval. 3. Retainage equal to 15% of the total contract will be held until inspection in the spring of 2019. Based on the condition of trees in the spring, the retainage may be reduced to 5% of the total contract until final acceptance in October of 2019. 4

The CHARTER TOWNSHIP OF CANTON reserves the right to accept or reject any or all bids, and accept only the proposal deemed to be in the best interest of the Township. Upon approval of the bid, the Contractor shall furnish the Township with a contract to perform the work described herein. The standard contract form used by the American Association of Nurserymen, American Society of Landscape Architects or similar body may be used. The Contractor shall also furnish proof of insurance prior to implementing the project. A pre-construction meeting will be held at the time the contract is signed. At this meeting the specifications will be reviewed, and the expectations of both the Township and the Contractor will be discussed. Canton Township does not discriminate on the basis of race, color, national origin, sex, sexual orientation, religion, age or disability in employment or the provision of services. ANY INQUIRIES REGARDING THIS BID ARE TO BE DIRECTED TO: Leigh Thurston or Jeff Goulet, Planning Services Division 1150 Canton Center S. Canton, MI 48188 (734) 394-5170 5

Spring 2018 USFS Tree Planting Program Bid Sheet Species Common Name Qty. Cal/Size Plant Price Installation Total Amelanchier arborea Downy Serviceberry 6 4 $ $ $ Carya ovata Shagbark Hickory 2 1-2 $ $ $ Celtis tenuifolia Dwarf Hackberry 9 4 $ $ $ Cornus racemosa Gray Dogwood 9 3-4 $ $ $ Corylus americana American Hazelnut 16 3-4 $ $ $ Juglans nigra Black Walnut 3 1-2 $ $ $ Pinus resinosa Red Pine 15 6 $ $ $ Picea glauca White Spruce 13 6 $ $ $ Prunus serotina Black Cherry 4 1-2 $ $ $ Quercus alba White Oak 4 1-2 $ $ $ Quercus meuhlenbergii Chinkapin Oak 4 1-2 $ $ $ Sassafras albidum Common Sassafras 4 1-2 $ $ $ Total Plants 89 $ Watering (must be indicated) First Year 13 times (once/week) 13 x $ $ Second Year 8 times (as needed) 8 x $ $ Note: Watering bid shall include a weekly unit price and a season total (see specification) GRAND TOTAL $ Note: Provide total cost of each tree and specified quantity in Total column. Proposed Plant Substitutions Bidder must indicate any proposed voluntary plant substitutions and related cost adjustment. Proposed substitutions must be approved by Planning Services prior to bid opening. 1. 2. 3. 4. 6

Company Name Address Phone Number Fax Number Signature Printed Name and Title Date Email 7

THE FOREGOING IS A TRUE STATEMENT OF FACTS: I/we hereby certify under penalty of law that we are not an Iran linked business as defined in PA 517 of 2012. Signature of Authorized Company Representative: Company Address: Date: Representative s Name (Please Print)