Willard City Sealed Solicitation

Title: Municipal Tree Work

Deadline: 7/11/2023 3:00 PM   (UTC-06:00) Central Time (US & Canada)

Status: Deadline Expired

Solicitation Number: #03-2023PKS

Description:


CITY OF WILLARD

INVITATION FOR BID #03-2023PKS

 

Chief Financial Officer                                                                CFO Email:  cfo@cityofwillard.org

City of Willard                                                                               Telephone Number:  417-742-5301

224 W. Jackson, P.O. Box 187                                                   Fax Number:  417-742-3080

Willard, Missouri 65781                                                             Due Date:  September 12, 2016

 

 SEALED BIDS MUST BE PHYSICALLY RECEIVED IN THE Chief Financial Officer PRIOR TO 3:00 P.M. ON Tuesday, July 11, 2023. Bids will be opened by the buyer at the location listed above.

• Bids shall be submitted on the forms provided and must be manually signed by the individual authorized to legally bind the company.

• Bids shall be submitted with the IFB number clearly indicated on the outside of the mailing envelope.

• Bids received after the opening date and time will be rejected.

• The attached Terms and Conditions shall become part of any purchase order resulting from this bid.

FAXED/EMAILED BIDS WILL NOT BE ACCEPTED.

 

You are invited to submit your bid to furnish the materials and/or services described herein. Please submit your prices/fees net of all discounts.

 

DESCRIPTION

 

Pruning to ANSI A300 Part 1 Standards and Removal of Select Trees

See attached General Conditions, Specifications, and Bid Form for detailed information.

 

DELIVERY: F.O.B. DESTINATION

 

The articles to be furnished hereunder shall be delivered all transportation charges paid by the bidder to destination.

 

It is the intent of the City that this Invitation for Bid promotes competitive bidding. It shall be the Vendor’s responsibility to advise the Chief Financial Officer if any language, requirements, etc. any combination thereof, inadvertently restricts or limits the requirements stated in this Invitation for Bid to a single source. Such notification must be submitted in writing and must be received by the Chief Financial Officer not later than three (3) days prior to the bid opening date.

 

 

CITY OF WILLARD

INSTRUCTION TO BIDDERS

 

 

01.  Opening Location

The Bids will be opened at the City of Willard City Hall, 224 W. Jackson, Willard, MO 65781 in the presence of Purchasing officials at the due date and time indicated on the IFB. All bidders or their representatives are invited to attend the opening of the IFB.

 

02. IFB Delivery Requirements

Any Bids received after the above stated time and date will not be considered. It shall be the sole responsibility of the bidder to have their Bid delivered to the Chief Financial Officer for receipt on or before the due date and time indicated. If a Bid is sent by U.S. Mail, the bidder shall be responsible for its timely delivery to the City Hall. Bids delayed by mail shall not be considered, shall not be opened, and shall be rejected. Arrangements may be made for their return at the bidder’s request and expense. Bids may be mailed to the City Hall and accepted if the signed bid form and required information was mailed and received prior to the due date and time. Bids sent by email will not be accepted.

 

03. Sealed and Marked

If sent by mail, one original signed Bid shall be submitted in one sealed package, clearly marked on the outside of the package with the Invitation for Bid number and addressed to:

 

City of Willard

Chief Financial Officer

P.O. Box 187, 224 W. Jackson,

Willard, MO 65781

 

04. Legal Name and Signature

Bids shall clearly indicate the legal name, address, and telephone number of the bidder (company, firm, corporation, partnership, or individual). Bids shall be manually signed above the printed name and title of signer on the Affidavit of Compliance page. The signer shall have the authority to bind the company to the submitted Bid. Failure to properly sign the Bid form shall invalidate same, and it shall not be considered for award.

 

05. Corrections

No erasures are permitted. If a correction is necessary, draw a single line through the entered figure and enter the corrected figure above it. Corrections must be initialed by the person signing the Bid.

 

06. Clarification and Addenda

Each bidder shall examine all Invitation for Bid documents and shall judge all matters relating to the adequacy and accuracy of such documents. Any inquiries or suggestions, concerning interpretation, clarification, or additional information pertaining to the Invitation for Bid shall be made through the Chief Financial Officer in writing or through email. The Chief Financial Officer shall not be responsible for oral interpretations given by any City employee, representative, or others. The issuance of written addenda is the official method whereby interpretation, clarification, or additional information can be given.  It shall be the responsibility of each bidder, prior to submitting their Bid, to contact the Chief Financial Officer at phone number 417-742-5301, or to check the City of Willard website to determine if addenda were issued and to make such addenda a part of their Bid at: www.cityofWillard.org

 

07. IFB Expenses

All expenses for making Bids to the City are to be borne by the bidder.

 

08. Irrevocable Offer

Any Bid may be withdrawn up until the due date and time set for opening of the IFB. Any Bid not so withdrawn shall, upon opening, constitute an irrevocable offer for a minimum period of 90 days to sell to the City the goods or services set forth in the IFB, until one or more of the Bids have been duly accepted by the City.

 

09. Responsive and Responsible Bidder

To be responsive, a bidder shall submit a Bid which conforms in all material respects to the requirements set forth in the Invitation for Bid. To be a responsible bidder, the bidder shall have the capability in all respects to perform fully the contract requirements, and the tenacity, perseverance, experience, integrity, reliability, capacity, facilities, equipment and credit which will ensure good faith performance. The lowest responsible bidder shall mean the bidder who makes the lowest Bid to sell goods or services of a quality which conforms closest to the quality of goods or services set forth in the specifications or otherwise required by the City and who is known to be fit and capable to perform the Bid as made.

 

10. Reserved Rights

The City reserves the right to make such investigations as it deems necessary to make the determination of the bidder’s responsiveness and responsibility. Such information may include, but shall not be limited to: current financial statement, verification of availability of equipment and personnel, and past performance records.

 

11. The Right to Audit

The bidder agrees to furnish supporting detail as may be required by the City to support charges or invoices, to make available for audit purposes all records covering charges pertinent to the purchase, and to make appropriate adjustments in the event discrepancies are found. The cost of any audit will be paid by the City. The City shall have the right to audit the bidder’s records pertaining to the work/product for a period of three (3) years after final payment.

 

 

 

12. Applicable Law

All applicable laws and regulations of the State of Missouri and the City including the City Procurement Regulations and Procedures will apply to any resulting agreement, contract, or purchase order. Any involvement with the City Procurement shall be in accordance with the Procurement Regulations and Procedures.

 

13. Right to Protest

Appeals and remedies are provided for in the City Procurement Regulations. Protestors shall seek resolution of their complaints initially with the City Clerk. Any protest shall state the basis upon which the solicitation or award is contested and shall be submitted within ten (10) calendar days after such aggrieved person knew or could have reasonably been expected to know of the facts giving rise thereto.

 

14. Ethical Standards

With respect to this IFB, if any bidder violates or is a party to a violation of the general ethical standards of the City Procurement Code or the State of Missouri Statues, such bidder may be disqualified from furnishing the goods or services for which the Bid is submitted and shall be further disqualified from submitting any future Bids. A copy of the City’s General Ethical Standards is available at the City Clerk.

 

15. Collusion

By offering a submission to this Invitation for Bid, the bidder certifies the bidder has not divulged, discussed, or compared the Bid with other bidders and has not colluded with any other bidder or parties to this IFB whatsoever. Also, the bidder certifies, and in the case of a joint Bid, each party thereto certifies as to their own organization, that in connection with this IFB:

 

a. Any prices and/or cost data submitted have been arrived at independently, without consultation, communication, or agreement for the purpose of restricting competition, as to any matter relating to such prices and/or cost data, with any other bidder or with any competitor.

 

b. Any prices and/or cost data for this Bid have not knowingly been disclosed by the bidder and will not knowingly be disclosed by the bidder prior to the scheduled opening directly or indirectly to any other bidder or to any competitor.

 

c. No attempt has been made or will be made by the bidder to induce any other person or firm to submit or not to submit a Bid for the purpose of restricting competition.

 

d. The only person or persons interested in this Bid, principal or principals are named therein and that no person other than therein mentioned has any interest in this Bid or in the contract to be entered into.

 

e. No person or agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee exempting bona fide employees or established commercial agencies maintained by the Purchaser for the purpose of doing business.

 

16. Contract Forms

Any agreement, contract, or purchase order resulting from the acceptance of a Bid shall be on forms either supplied by or approved by the City.

 

17. Liability and Indemnity

 

A. In no event shall the City be liable to the Contractor for special, indirect, or consequential damages, except those caused by the City’s gross negligence or willful or wanton misconduct arising out of or in any way connected with a breach of this contract. The maximum liability of the City shall be limited to the amount of money to be paid or received by the City under this contract.

 

b. The Contractor shall defend, indemnify and save harmless the City, its elected or appointed officials, agents and employees from and against any and all liability, suits, damages, costs (including attorney fees), losses, outlays and expenses from claims in any manner caused by, or allegedly caused by, or arising out of, or connected with, this contract, or the work or any subcontract thereunder (the Contractor hereby assuming full responsibility for relations with subcontractors), including, but not limited to, claims for personal injuries, death, property damage, or for damages from the award of this contract to Contractor.

 

c. The Contractor shall indemnify and hold the City harmless from all wages or overtime compensation due any employees in rendering services pursuant to this agreement or any subcontract, including payment of reasonable attorneys’ fees and costs in the defense of any claim made under the Fair Labor Standards Act, the Missouri Prevailing Wage Law or any other federal or state law.

 

18. IFB Forms, Variances, Alternates

Bids must be submitted on attached City IFB forms, although additional information may be attached. Bidders must indicate any variances from the City requested specifications and/or terms and conditions, on the IFB Affidavit of Compliance. Otherwise, bidders must fully comply with the City requested specifications and terms and conditions. Alternate Bids may or may not be considered at the sole discretion of the City Purchasing Agent.

 

19. Bid Form

All blank spaces must be completed with the appropriate response. The bidder must state the price, written in ink, for what is proposed to complete each item of the project. Bidders shall insert the words “no bid” in the space provided for an item for which no Bid is made. The bidder shall submit an executed Bid form, affidavit of compliance with other requested documents.

 

 

 

20. Modifications or Withdrawal of Bid

A modification for a Bid already received will be considered only if the modification is received prior to the time announced for opening of Bids. All modifications shall be made in writing, executed, and submitted on the same form and manner as the original Bid. Modifications submitted by telephone, fax, or email will not be considered.

 

21. No Bid

If not submitting a Bid, respond by returning the “Statement of No Bid” no later than the stated Bid opening time and date, and explain the reason in the space provided.

 

22. Errors in Bids

Bidders or their authorized representatives are expected to fully inform themselves as to the conditions, requirements, and specifications before submitting Bids; failure to do so will be at the bidder’s own risk. Neither law nor regulations make allowance for errors either of omission or commission on the part of bidders. In case of error of extension of prices in the Bid, the unit price shall govern.

 

23. Prices Bid

Give both unit price and extended total. Price must be stated in units of quantity specified in the bidding specifications. In case of discrepancy in computing the amount of the Bid, the unit price of the Bid will govern. All prices shall be F.O.B. destination, freight prepaid (unless otherwise stated in special conditions). Each item must be bid separately and no attempt is to be made to tie any item or items in with any other item or items. If a bidder offers a discount on payment terms, the discount time will be computed from the date of satisfactory delivery at place of acceptance and receipt of correct invoice at the office specified. Payment terms shall be Net 30 if not otherwise specified. Pre-payment terms are not acceptable.

 

24. Discounts

Any and all discounts except cash discounts for prompt payments must be incorporated as a reduction in the Bid price and not shown separately. The price as shown on the Bid shall be the price used in determining award(s).

 

25. Descriptive Information

All equipment, materials, and articles incorporated in the product/work covered by this IFB are to be new and of suitable grade for the purpose intended. Brand or trade names referenced in specifications are for comparison purposes only. Bidders may submit Bids on items manufactured by other than the manufacturer specified when an “or equal” is stated.

 

26. Deviations to Specifications and Requirements

When bidding on an “or equal,” Bids must be accompanied with all descriptive information necessary for an evaluation of the proposed material or equipment such as the detailed drawings and specifications, certified operation and test data, and experience records. Failure of any bidder to furnish the data necessary to determine whether the product is equivalent, may be cause for rejection of the specific item(s) to which it pertains. All deviations from the specifications must be noted in detail by the bidder on the Affidavit of Compliance form, at the time of submittal of Bid. The absence of listed deviations at the time of submittal of the Bid will hold the bidder strictly accountable to the specifications as written. Any deviation from the specifications as written and accepted by the City may be grounds for rejection of the material and/or equipment when delivered.

 

27. Samples (if required)

For certain types of procurements, samples may be required. If samples are required, it will be stated in the IFB. The following conditions and requirements apply to all samples submitted.

 

a. The samples submitted by bidders on items for which they have received an award may be retained by the City until the delivery of contracted items is completed and accepted. Bidders whose samples are retained may remove them after delivery is accepted.

b. Samples not retained must be removed as soon as possible after award has been made on the item or items for which the samples have been submitted. The City will not be responsible for such samples not removed by the bidder within 30 days after the award has been made. The City reserves the right to consume any or all samples for testing purposes.

c. Bidders shall make all arrangements for delivery of samples to place designated as well as the removal of samples. Cost of delivery and removal of samples shall be borne by the bidder.

d. All samples packages shall be marked “Sample for Chief Financial Officer” and each sample shall bear the name of the bidder, item number, Bid number, and shall be carefully tagged or marked in a substantial manner. Failure of the bidder to clearly identify samples as indicated may be considered sufficient reason for rejection of Bid.

 

28. Quality Guaranty

If any product delivered does not meet applicable specifications or if the product will not produce the effect that the bidder represents to the City, the bidder shall pick up the product from the City at no expense. Also, the bidder shall refund to the City any money which has been paid for same. The bidder will be responsible for attorney fees in the event the bidder defaults and court action is required.

 

29. Quality Terms

The City reserves the right to reject any or all materials if, in its judgment, the item reflects unsatisfactory workmanship, manufacturing, or shipping damages.

 

30. Tax-Exempt

The City is exempt from sales taxes and Federal Excise Taxes: Missouri Tax ID Number 12493651.

 

31. Awards

 

a. Unless otherwise stated in the Invitation for Bid, cash discounts for prompt payment of invoices will not be considered in the evaluation of prices. However, such discounts are encouraged to motivate prompt payment.

B. As the best interest of the City may require, the right is reserved to make awards by item, group of items, all or none, or a combination thereof; to reject any and all Bids or waive any minor irregularity or technicality in Bids received.

c. Awards will be made to the Bidder whose Bid (1) meets the specifications and all other requirements of the Invitation for Bid and (2) is the lowest and best Bid, considering price, delivery, responsibility of the bidder, and all other relevant factors.

 

32. Authorized Product Representation

The successful bidder(s) by virtue of submitting the name and specifications of a manufacturer’s product will be required to furnish the named manufacturer’s product. By virtue of submission of the stated documents, it will be presumed by the City that the bidder(s) is legally authorized to submit and the successful bidder(s) will be legally bound to perform according to the documents.

 

33. Regulations

It shall be the responsibility of each bidder to assure compliance with OSHA, EPA, Federal, State of Missouri and City rules, regulations or other requirements, as each may apply.

 

34. Termination of Award

Any failure of the bidder to satisfy the requirements of the City shall be reason for termination of the award. Any Bid may be rejected in whole or in part for good cause when in the best interest of the City.

 

35. Royalties and Patents

The successful bidder(s) shall pay all royalties and license fees for equipment or processes in conjunction with the equipment being furnished. Bidder shall defend all suits or claims for infringement of any patent right and shall hold the City harmless from loss on account or cost and attorney’s fees incurred.

 

36. Equal Employment Opportunity Clause

The City of Willard, in accordance with the provision of Title VI of the Civil Rights Act of 1964 (78 Stat. 252) and the Regulations of the Department of Commerce (15 CFR, Part 8) issued pursuant to such Act, hereby notifies all bidders that affirmatively ensure that in any contract entered into pursuant to this advertisement that minority businesses will be afforded full opportunity to submit Bids in response to this advertisement and will not be discriminated against on the grounds of race, color, or national origin in consideration for award.

 

37. Bid Tabulation

Bidders may request a copy of the bid tabulation of the Invitation for Bid.

 

38. Budgetary Constraints

The City reserves the right to reduce or increase the quantity, retract any item from the Bid, or upon notification, terminate entire agreement without any obligations or penalty based upon availability of funds.

 

39. Additional Purchases by Other Public Agencies

The bidder by submitting a Bid authorizes other public agencies to “Piggy-Back” or purchase equipment and services being proposed in this Invitation for Bid unless otherwise noted on the Affidavit of Compliance Form.

 

40. Order of Precedence

Any and all Special/General Conditions and Specifications attached hereto, which varies from the instruction to bidders, shall take precedence.

 

41. Affidavit for Service Contracts

The Bidder represents, in accordance with RSMO 285.530.2 that they have not employed, or subcontracted with, unauthorized aliens in connection with the scope of work to be done under the IFB and agrees to provide an affidavit to the City of Willard affirming that they have not, and will not in connection with the IFB, knowingly employ, or subcontract with, any person who is an unauthorized alien.

 

42. Inspection and Acceptance

No item(s) received by the City pursuant to this contract shall be deemed accepted until the City has had reasonable opportunity to inspect the item(s). Any item(s) which are discovered to be defective or which do not conform to any warranty of the Seller upon inspection may be returned at the seller’s expense for full credit or replacement. If at a later time, the defects were not ascertainable upon the initial inspection may also be returned at the Seller's expense for full credit or replacement. The City's return of defective items shall not exclude any other legal, equitable or contractual remedies the City may have.

 

CITY OF WILLARD

INVITATION FOR BID #03-2023PKS

GENERAL TERMS AND CONDITIONS

 

1. General

 

The City of Willard Parks Department has a requirement for Pruning and Removal of Select Trees to ANSI A300 Part 1 Standards. The standards prescribed herein are the only acceptable standard for the purposes of this project. It is expected that the selected contractor for this bid will have a ISA CERTIFIED ARBORIST on site for the duration of the work. 

The City is accepting bids for two options-

In both options, Contractor will perform work as prescribed in attached documents.

Option A: Perform work as prescribed. Removed material to be shredded/chipped on site. Willard Parks will accept disease free shredded/chipped materials at a location within 1 mile of site where work is to be performed. All materials that are diseased or cannot be shredded/chipped will be disposed of at the contractor’s expense.

Option B: Perform work as prescribed. Removed material to be dropped and left for Parks Maintenance workers to remove at a later time. All materials that are diseased will be disposed of at the contractor’s expense. 

 

2. Modifications

 

The scope of work to be done shall be subject to modification and supplementation upon the written agreement of the duly authorized representatives of the contracting parties. No provision shall be changed or modified without the execution of a formal Change Order, mutually agreed to by the City and the Contractor and processed through the Chief Financial Officer.

 

3. Termination of Contract

A. For Breach: If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner Contractor’s obligations under this contract, or if the Contractor shall violate any of the covenants, agreements, or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least five (5) days before the effective day of such termination.

B. For Convenience: The City shall have the right at any time upon 30 days written notice to Contractor to terminate and cancel this contract, without cause, for the convenience of the City, and Contractor shall immediately stop work.

In either such event, all finished or unfinished documents, data, studies, reports, or other materials prepared by the Contractor shall, at the option of the City become its property. The Contractor shall be entitled to receive just and equitable compensation for any satisfactory work completed prior to termination of the contract. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any such breach of the contract by the Contractor.

 

4. Conflicts

A.  Contractor covenants that it presently has no interest and shall not acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of services to be performed under this contract. The Contractor further covenants that in the performance of this contract no person having such interest shall be employed.

B.  No salaried officer or employee of the City and no member of the City Council shall have a financial interest, direct or indirect, in this contract. A violation of this provision renders the contract void. Any federal regulations and applicable provisions in Section 105.450 et seq. RSMo. shall not be violated.

 

5. Assignment

The Contractor shall not assign or transfer any interest in this contract (whether by assignment or novation), and shall not substitute any specific individuals and/or personnel qualifications without prior written consent of the City thereto. Provided, however, that claims for money due or to become due to the Contractor from the City under this contract may be assigned to a bank, trust company, or other financial institution without such approval. Notice of such assignment or transfer shall be furnished in writing promptly to the City. Any such assignment is expressly subject to all rights and remedies of the City under this agreement, including the right to change or delete activities from the contract or to terminate the same as provided herein, and no such assignment shall require the City to give any notice to any such assignee of any actions which the City may take under this agreement, though City will attempt to so notify any such assignee.

 

6. Jurisdiction

This agreement and every question arising hereunder shall be construed or determined according to the laws of the State of Missouri. Should any part of this agreement be adjudicated, venue shall be proper only in the Circuit Court of Greene County, Missouri.

 

 

 

 

 

 

 

 

 

 

 

 

CITY OF WILLARD / SPECIFICATIONS

Narrative

The City of Willard desires to improve the health of existing trees in the Jackson Street Park and Willard Recreation Center and provide a safer environment for visitors. The City of Willard also desires better clearance on their trails, roadways, and grassed areas for mowers, other maintenance staff, and visitors.

This will be achieved by:

All pruning shall follow ANSI A300 Part 1.

Jackson Street Park.

Work to be completed by the contractor.

• Prune tree numbered 1, red maple (Acer rubrum), for clearance. Remove appropriate branches for 10’ clearance over the parking lot. Remove all broken, dangerous, and dead branches greater than 1.5 inches at base.

• Prune tree numbered 5, bald cypress (Taxodium distichum), for structure. Remove competitors to the central leader as well as all ground level water sprouts.

• Prune tree numbered 6, yellowwood (Cladrastis kentukea), for structure. Remove rubbing branching. Remove the less desirable branch.

• Prune tree numbered 7, American sycamore (Platanus occidentalis), for structure. Remove all competitors to the best central leader.

• Prune tree numbered 8, American sycamore (Platanus occidentalis), for clearance. Remove the four bottom most branches at the branch collar.

• Prune tree numbered 11, American sycamore (Platanus occidentalis), for structure and clearance. Remove competitors to the central leader as well as remove all branches at the branch collar that are attached 8’ and lower on the truck of the tree.

• Prune tree numbered 14, American sycamore (Platanus occidentalis), for structure. Remove all competitors to the smaller leader.

• Prune tree numbered 15, river birch (Betula nigra), for safety. Remove all broken, dangerous, and dead branches greater than 1.5 inches at base.

• Prune tree numbered 23-26, pin oaks (Quercus palustris), tree numbered 27, persimmon (Diospyros virginiana), tree numbered 28, English oak (Quercus robur), for safety and clearance. Remove all broken, dangerous, and dead branches greater than 1.5 inches at base. Prune for sidewalk clearance 10’ off the ground, to the proper bud, appropriate side branch, or branch collar.

 

Prune tree numbered 17, pin oak (Quercus palustris), tree numbered 22, northern red oak (Quercus rubra) for clearance. Remove all branches at the branch collar that are attached 10’ and lower on the truck of the tree and that are 12” or less at branch union.

• Prune trees numbered 18, 19, 20, and 39, pin oaks (Quercus palustris), for clearance. Remove all branches at the branch collar 4’ up from last pruning.

• Prune tree numbered 21, northern red oak (Quercus rubra), for structure. Remove the less desirable rubbing branches approximately 10’ up in the tree.

• Prune tree numbered 40, Shumard oak, (Quercus shumardii), for structure and clearance. Prune to create 1 dominate leader. Keep leader on east side, do reduction cuts on west side leader. Remove largest lowest branch. Reduce branches below 6’ at bud or appropriate side branch to within the mulch ring.

• Prune tree numbered 41, tulip poplar (Liriodendron tulipifera), for structure. Prune to create a 1 dominate leader. Keep leader on east side, do reduction cuts on west side leader.

• Prune tree numbered 42, Shumard oak, (Quercus shumardii), for structure and clearance. Prune to create a dominate leader. Keep leader on east side, do reduction cuts on west side leader. Prune all branches at the branch collar that are attached 6’ and lower on the truck of the tree.

• Prune tree numbered 47, red maple (Acer rubrum), for structure. Prune off the improperly pruned branches and prune out the rubbing branches.

• Prune tree numbered 48, bald cyprus (Taxodium distichum), for structure. Reduce leader furthest from shelter by 50% to appropriate branch.

• Prune tree numbered 49, American sycamore (Platanus occidentalis), for structure. Reduce and or remove co dominate leaders to create 1 dominate leader.

• Prune tree numbered 50, sugar maple (Acer saccharum), for clearance and safety. Prune the wide branch angle branch on the east side of the tree. Prune the lowest rubbing branch.

• Prune tree numbered 33, sugar maple (Acer saccharum), for structure. Remove crossing, rubbing, and wrapping around branching.

• Prune tree numbered 38, bur oak (Quercus macrocarpa), for clearance and structure. Remove all branches at the branch collar that are attached 8’ and lower on the truck of the tree. Remove competitors to the central leader.

• Prune tree numbered 46, black gum (Nyssa sylvatica), for structure and clearance. Prune all branches at the branch collar that are attached 5.5’ and lower on the truck of the tree. Do reduction cuts to competitors to the central leader.

 

Work to be completed at the Willard Recreation Center.

Work to be completed by the contractor.

• Prune trees numbered 1, 2, 4, and 5, red maple (Acer rubrum), for clearance. Remove branches for 10’ clearance above the sidewalk to the appropriate branch collar.

• Prune tree numbered 3, black gum (Nyssa sylvatica), for clearance. Remove branches for 10’ clearance above the sidewalk to the appropriate branch collar.

• Prune tree numbered 6, northern red oak (Quercus rubra), for structure and clearance. Remove competitors to the central leader. Prune the lowest branch at the appropriate branch collar on the south side of the tree.

• Prune tree numbered 7, red maple (Acer rubrum), for clearance. Remove branches for 12’ clearance above the driveway to the appropriate branch collar. Remove water sprouts at the base of the tree.

• Prune trees numbered 10, 11, 12, and 14, amur maple (Acer ginnala), for safety. Remove all broken, dangerous, and dead branches greater than 1.5 inches at base.

• Prune tree numbered 17 and 18 Freeman maple (Acer x freemanii), and tree numbered 19, American sycamore (Platanus occidentalis), for clearance and safety. Prune low hanging branches, at the branch collar, that are hanging 7’ or lower from the ground and that are no more than 4” at branch collar. Remove all broken, dangerous, and dead branches greater than 1.5 inches at base.

• Prune tree numbered 20, tulip poplar (Liriodendron tulipifera), for clearance. Prune low hanging branches, at the branch collar, that are hanging 12’ or lower from the ground and that are no more than 4” at branch collar.

• Tree removal at the Willard Cecreation Center, to be done the contractor. Remove tree numbered 21, hackberry (Celtis occidentalis). The tree was determined a high risk by Jon Skinner, MDC Community Forester, Certified Forester #1548, and ISA Tree Risk Assessment Qualified. Tree Removal must be between Nov. 1, 2023 and Feb. 28, 2024 to limit likelihood of affecting bats. (MDC 900.B.8).

 

 

 

CITY OF WILLARD

BID FORM – PROPOSAL

IFB #03-2023PKS

 

SUBMITTED BY______________________

Company Name

 

Pursuant to and in accordance with the above stated Invitation for Bid, the undersigned hereby declares that they have examined the IFB documents and specifications for the item(s) listed below. The undersigned proposes and agrees, if their Bid is accepted to furnish the item(s) submitted below, including delivery to Willard, Missouri in accordance with the delivery schedule indicated below and according to the prices products/services information submitted.

No Alternatives or Substitutions Will Be Considered

 

 

 

DELIVERY: F.O.B. DESTINATION

ACCEPT CREDIT CARD:  YES ______  NO ______

Prompt Payment Discount _____________ % ____________ Days, Net ______ Days

 

 

AFFIDAVIT OF COMPLIANCE IFB #03-2023PKS

To be submitted with Vendor’s Bid

_____We DO NOT take exception to the IFB Documents/Requirements.

_____We TAKE exception to the IFB Documents/Requirements as follows: Specific exceptions are as follows:

 

Company Name __________________________________ By______________________________________________  

Authorized Person’s Signature ________________________________________________

Print or type name and title of signer _____________________________          

Company_____________________________

Address_____________________________          ________________________________________________ ______________________________________________

Telephone Number________________________________

Fax Number______________________________________ Date____________________________________________

ADDENDA

Bidder acknowledges receipt of the following addendum:

Addendum No. ___

Addendum No. ___

Addendum No. ___

Addendum No. ___

Addendum No. ___

Email___________________________________________

Federal Tax ID No._________________________________

 

 

 

CITY OF WILLARD STATEMENT OF “NO BID” IFB #03-2023PKS

RETURN THIS PAGE ONLY IF YOUR COMPANY PROVIDES THE PRODUCTS/SERVICES BEING BID AND DECLINES TO DO SO.

WE, THE UNDERSIGNED, HAVE DECLINED TO BID ON YOUR IFB #08-2016PKS FOR GENESIS EXTRICATION EQUIPMENT FOR THE FOLLOWING REASON(S):

_______ SPECIFICATIONS ARE TOO “TIGHT,” I.E. GEARED TOWARD ONE BRAND OR MANUFACTURER ONLY (PLEASE EXPLAIN BELOW).

_______ INSUFFICIENT TIME TO RESPOND TO INVITATION FOR BID.

_______ OUR PRODUCT SCHEDULE WOULD NOT PERMIT US TO PERFORM.

_______ UNABLE TO MEET SPECIFICATIONS.

_______ UNABLE TO MEET INSURANCE REQUIREMENTS.

_______ SPECIFICATIONS UNCLEAR (PLEASE EXPLAIN BELOW).

_______ OTHER (PLEASE SPECIFY BELOW).

REMARKS: __________________________________________________________________________________ _________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

COMPANY NAME:___________________________________________________

ADDRESS:__________________________________________________________

SIGNATURE AND TITLE: _______________________________________________

TELEPHONE NUMBER:________________________________________________

DATE:_________________________











































































































Documents:

Documents as of 6/20/2023
Tree City Bid Invitation 2023.docx
Maps-aerial images_001 Parks.pdf