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

Similar documents
I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

CITIES OF BOYNE CITY AND CHARLEVOIX. INVITATION TO BID Pavement Marking Services

WINDOW WASHING

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

PROPOSAL FOR CONTRACTOR EQUIPMENT RENTAL SERVICES WITH AND WITHOUT OPERATOR, OUR JOB SITE

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

PROPOSAL FOR 2019 MINERAL WELL BRINE

PROPOSAL FOR 2017 MINERAL WELL BRINE

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

INSTRUCTIONS TO BIDDERS

PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS CITY OF ALLEGAN MARCH 21, 2018

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

PROPOSAL FOR STREET SWEEPING SERVICES

PROPOSAL FOR LIQUID CALCIUM CHLORIDE

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

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

CONSTRUCTION CONTRACT EXAMPLE

BIDS WILL BE OPENED AT 1:00 p.m., local prevailing time, WEDNESDAY, FEBRUARY 4, 2015.

2013 COFFEYVILLE AIRPORT MOWING PROPOSAL

BID DOCUMENTS FOR. WTP VFD Replacement Bid

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

INSTRUCTIONS TO BIDDERS

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

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

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS

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

REQUEST FOR QUOTATION

COUNTY OF COLE JEFFERSON CITY, MISSOURI

City of Loveland, Ohio

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

NOTICE OF REQUEST FOR BIDS

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1

MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

Northern Town of La Ronge Box Hildebrand Drive La Ronge, Saskatchewan S0J 1L0 TENDER TOWN OF LA RONGE

CITY OF SOUTH PORTLAND Purchasing Office Room 105 P.O. Box Cottage Road South Portland, Maine

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

CITY OF MASON INGHAM COUNTY, MI BID PACKAGE FOR THE 2018 MAPLE GROVE CEMETERY MAUSOLEUM REPAIR AND OPTIONAL ADDITION OF FIELDSTONE WALL REPAIR

BERRIEN COUNTY ROAD DEPARTMENT

BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF ST. CLAIR PROPOSAL FOR NEW FUELING FACILITY AT CAPAC WAREHOUSE

AIA Document A701 TM 1997

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

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

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

INVITATION TO BID TREE PRUNING AND REMOVAL

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

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

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

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

RFP GENERAL TERMS AND CONDITIONS

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION

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

SECTION NOTICE TO BIDDERS

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

mason county road commission

Request for Proposal. RFP # Towing Services Inoperable Vehicles

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS

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

SECTION SUPPLEMENTARY CONDITIONS

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Equipment &

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018,

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA

WINDOW TREATMENTS WESTON MIDDLE SCHOOL BID: # BOE

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

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

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

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

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

BERRIEN COUNTY ROAD COMMISSION

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

SMALL PUBLIC WORKS INVITATION TO BID BELLEVUE CONVENTION CENTER AUTHORITY dba MEYDENBAUER CENTER Auditorium Interior Painting

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL

REQUEST FOR QUOTATION

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

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

Invitation for Bid Specification IFB For Motor Vehicle Storage For CEDA Weatherization. Bid Submitted by

GENERAL INSTRUCTIONS TO BIDDERS

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT

RENOVATION CONTRACT. Borrower Name(s): Phone #: Phone #:

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

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California

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

ROAD COMMISSION FOR IONIA COUNTY

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

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS SECTION II - GENERAL INFORMATION AND INSTRUCTION

REQUEST FOR PROPOSALS For PARKING CONSULTANT SERVICES

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

JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO

ROAD COMMISSION FOR IONIA COUNTY

Transcription:

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B Sealed bids will be received by the Gratiot Community Airport at the City of Alma municipal office at 525 East Superior Street, P.O. Box 278, Alma, Michigan, 48801-0278, until 3:00 p.m., Eastern Daylight Time, Wednesday, April 17, 2013 at which time and place all bids will be publicly opened and read for: Mowing services for the Gratiot Community Airport Specifications and General Provisions upon which the bid is to be placed can be obtained at the City of Alma municipal office at 525 East Superior Street, P.O. Box 278, Alma, Michigan, 48801-0278 The Gratiot Community Airport Commission reserves the right to reject any or all bids, or any part of same, to waive any irregularities or informalities, and to make the award in part or entirety as may appear to the Airport Commission to be in the best interest of the Gratiot Community Airport. The Gratiot Community Airport does not discriminate on the basis of race, color, age, religion, sex, national origin nor does it discriminate on the basis of handicap status in admission or access to, or treatment in, its programs and activities. The Gratiot Community Airport is an equal opportunity employer. Aeric Ripley Assistant City Manager City of Alma

PAGE TABLE OF CONTENTS Contractor References... i Agreement... ii General Provisions... GP-1 BID Proposal... P-1 Specifications... S-1 Location Map BIDDER CHECK LIST 1. Examination of contract documents 2. Familiarity with construction site 3. Bid proposal completed: a. Bid amount correct b. Bid signed 4. Bid submitted in a sealed envelope clearly marked 5. Contractor references provided 6. Bid submitted before bid date

GRATIOT COMMUNITY AIRPORT CONTRACTOR REFERENCES Bidders shall list at least three (3) references where similar work has been performed. EXAMPLE Anywhere, Michigan Pavement Marking Work John Doe - DPW Director (telephone number) John Smith - Project Engineer (telephone number) i

(TO BE COMPLETED FOLLOWING ACCEPTANCE OF BID) GRATIOT COMMUNITY AIRPORT AGREEMENT This Agreement is dated as of the day of in the year 20, between the Gratiot Community Airport, hereinafter called OWNERS, and, hereinafter called CONTRACTOR. OWNERS AND CONTRACTOR, in consideration of the mutual covenants set forth herein, agree as follows: ARTICLE 1 - WORK Contractor shall complete the work as specified and indicated in the Contract documents, generally described as follows: Mowing Services ARTICLE 2 - CONTRACT PERIOD May 1, 2013 through April 30, 2016 ARTICLE 3 - CONTRACT PRICE OWNERS will pay CONTRACTOR for performance of the work in accordance with the Contract Documents in current funds as follows: dollars, as per unit price bid. ARTICLE 4 - PAYMENTS OWNERS will make payments in accordance with the General Provisions. ARTICLE 5 - CONTRACT DOCUMENTS The complete Contract between OWNER and CONTRACTOR consists of the following: ARTICLE 6 - SIGNATURES AGREEMENT INVITATION TO BID GENERAL PROVISIONS BID PROPOSAL NOTICE OF AWARD SPECIFICATIONS IN WITNESS WHEREOF, the parties hereto have executed this contract in at least 2 counter parts, each of which shall be deemed an original, the day and year first above written. WITNESS: LS WITNESS: CONTRACTOR: (Signature) TITLE: OWNER: GRATIOT COMMUNITY AIRPORT LS BY: ii TITLE:

DO NOT DETACH - RETURN ALL PAPERS P R O P O S A L F O R GRATIOT COMMUNITY AIRPORT MOWING SERVICES Sealed bids will be received by the Gratiot Community Airport Commission at the City of Alma, municipal building, 525 E. Superior Street, P.O. Box 278, Alma, Michigan 48801-0278, until 3:00 p.m., Eastern Daylight Time, Wednesday, April 17, 2013 at which time and place all bids will be publicly opened and read. Name of Bidder Address of Bidder Zip Code Telephone No. iii

GENERAL DESCRIPTION: GENERAL PROVISIONS Gratiot Community Airport Commission Mowing Services The contractor shall furnish all labor, material, supplies, power, machinery, tools and equipment to provide mowing services as defined herein. LOCATION: Gratiot Community Airport (refer to attached map). CONTRACT PERIOD: May 1, 2013 through April 30, 20016 EXAMINATION OF CONTRACT DOCUMENTS AND SITE: Before submitting a bid each bidder shall: Examine the Contract Documents thoroughly; Visit the site to become familiar with local conditions that may in any manner affect cost, progress or performance of the work; Become familiar with all laws, rules, and regulations that may in any manner affect cost, progress or performance of the work; and Study and carefully correlate bidder's observations with the Contract Documents. BID FORM: Each bid shall be made on the form provided and shall be submitted in a sealed envelope bearing the title of work and the name of the bidder. All blank spaces for bid prices must be filled in with ink or typewritten. All bids must be signed. Modifications: Alternate written bids submitted may be considered; however, final determination as to suitability and compliance with the Specifications and General Provisions will be with the Gratiot Community Airport Commission. Delivery of Bids: Bids will be delivered by the time and to the place stipulated in the Advertisement for Bid. It is the sole responsibility of the bidder to see that their bid is received in the proper time. Any bid received after the bid opening date and time shall be returned to the bidder unopened. BID OPENING: Bids will be opened and publicly read aloud at the time and place set forth in the Advertisement for Bid. WITHDRAWAL OF BIDS: Any bidder may withdraw their bid, either personally or by written request, at any time prior to the scheduled closing time for receipt of bids. Each bid shall be considered binding and in effect for a period of forty-five (45) days after the date of opening set forth in the Advertisement for Bid. GP-1

ERRORS AND OMISSIONS: Instructions will be given should any errors or omissions in the proposal be called to the attention of the Gratiot Community Airport Commission not less than three working days before bids are due. The bidder shall not be allowed to take advantage of any such errors or omissions. Instructions will be in the form of written addenda to the specifications which, if issued will be mailed to all prospective bidders (at the respective address furnished for such purposes), not later than three days prior to the date fixed for the opening of bids. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the contract documents. RIGHT TO REJECT: The right to reject any or all proposals or to accept the bid judged as most satisfactory for its requirements is expressly reserved by the Gratiot Community Airport Commission. CONTRACT AWARD: The successful bidder will be notified of the contract award by either purchase order or by written notice from the City of Alma Public Services Director. CONTRACT DEFINED: The contract shall consist of the proposal by the bidder, general provisions, specifications, Gratiot Community Airport purchase order (or Notice of Award), and all written supplemental agreements executed by the contracting parties. The contract may not be assigned or sublet without written consent of the Gratiot Community Airport Commission. AGREEMENT: Concurrently with execution and delivery of Agreement, Contractor shall deliver to the city certificates of insurance as required herein. At least two (2) copies of the Agreement and such other documents, as required, will be signed by the Gratiot Community Airport Commission and Contractor within seven (7) days of the Notice of Award. The Gratiot Community Airport Commission will sign the agreement upon receipt of certificates of insurance and contractor executed Agreement. ANTIDISCRIMINATION CLAUSE: The parties hereto hereby covenant not to discriminate against any employee or applicant for employment to be employed in the performance of this agreement, with respect to his or her hire, tenure, terms, conditions or privileges of employment, race, color, religion, national origin or ancestry, or because of his or her age or sex, except where based on a bona fide occupational qualification, and to require a similar covenant on the part of any subcontractor employed in the performance of this contract. INSPECTION: Services will be subject to inspection by the Gratiot Community Airport Commission and its authorized agents as to their general and specific compliance with specifications. PAYMENTS: After Contractor has furnished all material and/or completed all work as specified herein, payment will be processed. The Gratiot Community Airport Commission may require full unconditional waiver of liens from all material suppliers and subcontractors prior to processing final payment. GP-2

REFERENCES: The contractor shall include with the bid a minimum of three local references on the form provided for similar work performed. The Gratiot Community Airport Commission may make such investigations as he deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the Gratiot Community Airport Commission all such information and date for this purpose as the Gratiot Community Airport Commission may request. The Gratiot Community Airport Commission reserves the right to reject any bid if the evidence submitted by or investigation of such bidder fails to satisfy the Gratiot Community Airport Commission that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. RENEWAL: The proposed contract may be renewed for up to two (2) one year work periods, provided that by 45 days prior to the TIME OF WORK PERFORMANCE, both parties agree to an extension under the same terms and conditions as exist in the current contract. No further renewal shall be made. INSURANCE: Contractor shall at all times during this Agreement maintain in full force and effect Employer's Liability, Worker's Compensation, Comprehensive General Liability, Property Damage, including contractual liability coverage for the hold harmless provisions. All insurance shall be by insurers and for policy limits acceptable to the Gratiot Community Airport Commission and before commencement of work hereunder. The Comprehensive General Liability policy shall name the Gratiot Community Airport as additional insured to protect its interests. Contractor agrees to furnish the Gratiot Community Airport Commission evidence that such insurance has been procured and is in force. Certificates of insurance must be provided for evidence and executed by an authorized agent or broker. For the purposes of this Agreement, Contractor shall carry the following types of insurance in at least the limits specified below: Coverages Limits of Liability Workmen's Compensation Statutory Employer's Liability $1,000,000 Bodily Injury Liability except Automobile $1,000,000 each occurrence Property Damage Liability except Automobile $1,000,000 each occurrence $2,000,000 aggregate All policies affording the various coverages required by this section shall be endorsed to provide for a ten (10) day prior written notice to be delivered to the Gratiot Community Airport Commission before any of the coverages afforded by these policies are either reduced or cancelled. GP-3

TERMINATION BY THE CONTRACTOR If the work is stopped for a period of ninety (90) days under an order of any court or other public authority having jurisdiction or as a result of an act of government making materials unavailable through no act or fault of the contractor or a subcontractor or their agents or employees or any other persons performing any of the work under a contract with the contractor, or for the Gratiot Community Airport Commission s failure to make payment, the contractor may upon seven (7) days written notice to the Gratiot Community Airport Commission terminate the contract and recover from the Gratiot Community Airport Commission payment for all work executed and for any proven loss sustained upon any materials, equipment, tools, construction equipment and machinery, including reasonable profit and damages. TERMINATION BY THE GRATIOT COMMUNITY AIRPORT COMMISSION If the contractor is adjudged a bankrupt or if he makes a general assignment for the benefit of his creditors; or if a receiver is appointed on account of his insolvency; or if he persistently or repeatedly refuses or fails except in cases for which extension of time is provided to supply enough properly skilled workmen or proper materials; or if he fails to make prompt payment to subcontractors or for materials or labor or persistently disregards laws, ordinances, rules, regulations or orders of any public authority having jurisdiction; or otherwise is guilty of substantial violation of a provision of the contract documents; then the Gratiot Community Airport Commission may, without prejudice to any right or remedy and after giving the contractor and his surety seven (7) days written notice terminate the employment of the contractor and take possession of the site and all materials, equipment, tools, construction equipment and machinery thereon owned by the contractor and may finish the work by whatever method he may deem expedient. In such case the contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the contract sum exceeds the costs of the finishing of the work, such excess shall be paid to the contractor. If such costs exceed such unpaid balance, the contractor shall pay the difference to the Gratiot Community Airport Commission. BIDS DEFINED 1) Bidder shall bid Project on a unit cost basis of Dollar per Mow as indicated in Section I of the Bid Proposal. 2) Bidder shall bid project on a single lump sum basis for maintaining the mowed areas on an Annual basis, regardless of the number of times mowing operations are completed as indicated in Section II of the Bid Proposal. GP-4

BID PROPOSAL B PROPOSAL TO: GRATIOT COMMUNITY AIRPORT - BID PROPOSAL FOR: Mowing Services at Gratiot Community Airport BID OPENING: 3:00 p.m. Eastern Daylight Time, Wednesday, April 17, 2013 TO: City Clerk, City of Alma 525 E. Superior Street P.O. Box 278 Alma MI 48801-0278 Gentlemen: The undersigned has examined the various bid documents attached hereto and is fully informed as to the requirements provided therein, the nature of the service and conditions relating to performance thereof. The undersigned hereby proposes to furnish all labor, material and equipment to provide mowing services for which bid prices are indicated below, all in accordance with the bid documents. I. UNIT PRICE BID Item Item Approx. Unit Total No. Description Quantity Unit Price Bid Bid Amount 1. Finish mowing 12 each $ $ 2. Rough mowing 3 each $ $ TOTAL BID AMOUNT $ II. LUMP SUM BID Mowing services for one year provided for one lump sum amount of $ per year. THE UNDERSIGNED, by execution of this bid, certifies that he is the (title) of the firm named as bidder in the bid, that he signs the bid on behalf of the firm, and that he is authorized to execute the same in behalf of said firm. NAME AND ADDRESS OF BIDDER: Company Name: Address: Zip Bid Submitted by: (signature) (title) Print Name: Telephone No.: Date: P-1

GENERAL DESCRIPTION GRATIOT COMMUNITY AIRPORT MOWING SERVICES SPECIFICATIONS FOR BID PROPOSAL B The work covered by these specifications is for furnishing all labor, materials and equipment necessary to provide mowing services classified as "finish" and "rough". Work shall be performed on an as needed basis as described herein. LOCATION OF WORK All work shall be performed at the Gratiot Community Airport with specific work for areas identified on the enclosed location map. ROUGH MOWING Rough mowing shall be performed for the specified areas when growth reaches approximately three (3) to four (4) feet in height. The rough mowing shall be performed approximately once per year during the fall or early winter. When completed, all growth shall be approximately eight (8) to twelve (12) inches in height. Ground conditions may require mowing after the ground is frozen during the early winter season. Rough mowing consists of approximately 226 acres. Rough mowing shall include mowing of all ditch bottoms designated on the location map. FINISH MOWING Finish mowing shall be performed for the specified areas when the average grass growth reaches approximately twelve (12) inches in height. Subject to weather conditions, finish mowing is expected four times per year. When completed, all growth shall be approximately four (4) inches in height. Areas around obstructions and/or facilities within the areas identified for finish mowing shall be hand trimmed as necessary when mowing equipment is unable to be used. Finish mowing consists of approximately 31 acres; and shall be composed of a strip of grass 50 feet each side of runways, taxiway, approaches and aprons. If Lump Sum Option is selected, Contractor shall be responsible for mowing when grass reaches 12 inches regardless of the number of mowings. APPROVAL PROCESS Mowing services shall not be performed without the prior approval of the Gratiot Community Airport Commission or its designee. The contractor shall notify the Airport Commission s designee when work is to be scheduled and to confirm approval to proceed. Once work is commenced, all identified areas within the respective mowing operations, shall be completed within two weeks, from the starting date unless such delays are caused by unusual weather conditions that prevent the normal progress of the work. EQUIPMENT STORAGE The contractor is authorized to store mowing equipment on designated airport property established by an Airport Commission designee. The contractor will further be authorized to utilize an Airport Owned storage facility located on the end of the T2 Hangars for storage of mowing equipment and materials. NOTIFICATION Transversing airport runways are subject to the Airport Manager's approval. Prior to performing work, contractor shall notify the Airport Manager or his designee so that appropriate advisories can be provided to all airport users. S-1

BASIS OF PAYMENT UNIT PRICE OPTION Payment will be based on mowing operations completed. No partial payment will be provided until all areas designated for either finish or rough mowing are completed. Payment will be processed after receipt of an invoice from the contractor itemizing the work completed and the designated amounts stipulated in the bid proposal for EACH mowing cycle. LUMP SUM OPTION Payment will be processed after receipt of invoice from the contractor for one sixth of the annual lump sum, payable in 6 equal payments from May to October. S-2