RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY INVITATION TO BID

Similar documents
RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY INVITATION TO BID FINANCIAL ADVISORY SERVICES CONTRACT 11-11

THE RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY REQUEST FOR PROPOSALS AUDIT SERVICES CONTRACT #17-4

CITY OF PORTLAND, TEXAS

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

Landscaping Services - Request for Quotations

Franklin Redevelopment and Housing Authority

Landscaping and Mowing. City of Ranson, West Virginia

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

PO BOX 2619 Ventnor, NJ 08406

Request for Proposal. For. Grounds Maintenance Services

CITY OF TRAVELERS REST, SOUTH CAROLINA INVITATION FOR BIDS

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

Request for Bids. South King Fire & Rescue. December 2018

BID SPECIFICATION VILLAGE OF OTTAWA HILLS revised ANNUAL TREE PRUNING Fall Spring 2021

Berrysburg Borough Contract Specifications for Lawn Mowing and Maintenance of the Borough Square

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

SHORELINE AREA TREE TRIMMING

TOWN OF CUMBERLAND, RI BID #

BID INVITATION (THIS IS NOT AN ORDER) 2:00 P.M., TUESDAY, OCTOBER 15, 2013

Request for Proposal Landscape Maintenance

RFP Request for Proposal Landscape, Lawn and Mowing Services GROUP 2

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833

REQUEST FOR PROPOSALS

City of St. Clair. Request for Proposals. (Lawn Maintenance Services)

Town of Campton Request for Proposal Mowing and Landscaping Services at Municipal Buildings

Hillview Branch Library 155 Terry Blvd. Hillview, KY (Note: This property also includes a large back yard with a pavilion and walking trail)

Rural Recreation Grounds Maintenance

Hall County Library System 127 Main Street NW Gainesville, Ga Phone (770) Fax (770) Invitation for Bid

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

CRAFT FARMS LANDSCAPE SERVICE CONTRACT

City of New Rochelle New York

2014 COMMON AREA GROUNDS MAINTENANCE AGREEMENT Neighborhood Association

CRAFT FARMS LANDSCAPE SERVICE CONTRACT

TOWN OF LINCOLN GENERAL SPECIFICATIONS

HEATING AND COOLING SYSTEM MAINTENANCE

Fusion F.C. Soccer Club

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT

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

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

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

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

TOWN OF GLOCESTER RFP FIREWORKS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

FULTON PUBLIC SCHOOL DISTRICT Property Mowing Services. -Request of Proposals (RFP) & Contract Documents-

mason county road commission

QUONSET DEVELOPMENT CORPORATION (QDC) INVITATION TO BID

RSU #22. Request for Proposals (RFP) Athletic Field Maintenance & Campus Care. July 1, 2018 June 30 th, 2021

Request for Proposals Lawn Maintenance Services

ARLINGTON TOWNSHIP BIDS FOR ROOF REPLACEMENT

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

GREENSBORO HOUSING AUTHORITY REQUEST FOR PROPOSALS FOR LANDSCAPING AND LAWN MAINTENANCE SERVICES.

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

5 August Request for Proposal Landscape Maintenance

Request for Proposals. Lawn Care Services. for. Northern Maine Development Commission

AGENCY-WIDE LAWN MAINTENANCE

Snow Removal Services Request for Proposals December 1, April 30, 2019

REQUEST FOR PROPOSAL # for LANDSCAPING & GROUNDS MAINTENANCE SERVICES

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

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

Request for Proposal # Lawn Services for Sheriff s Office Locations

LANDSCAPE MAINTENANCE PROGRAM for the VILLAGE OF SOUTH HOLLAND, ILLINOIS

CITY OF JASPER, ALABAMA P. O. Box th Street West Jasper, Alabama 35502

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN

REQUEST FOR PROPOSALS. Demolition

City of New Rochelle New York

Right to Refuse The City of Coralville reserves the right to reject any and all bids and to waive any technicalities in the bidding process.

REQUEST FOR QUOTATION

REQUEST FOR PROPOSAL FOR PAWTUCKET/CENTRAL FALLS STATION DISTRICT BRAND DEVELOPMENT, COMMUNICATIONS AND MARKETING STRATEGY

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

INSTRUCTIONS TO VENDORS

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

Invitation to Bid Landscaping Installation. And. Landscaping Maintenance Services Contract

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.

ROAD COMMISSION FOR IONIA COUNTY

City of Bowie Requests for Proposals 2019 Private Property Lawn Maintenance and Cleanup Services

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

GREENSBORO HOUSING AUTHORITY REQUEST FOR PROPOSALS LANDSCAPING AND LAWN MAINTENANCE SERVICES

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

City of Somersworth, New Hampshire OFFICE OF THE FINANCE DIRECTOR

TOWN OF TYNGSBOROUGH

West Ridge Park Ballfield Light Pole Structural Assessment

COUNTY OF COLE JEFFERSON CITY, MISSOURI

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

Request for Proposal for Lawn Services

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

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

Planting, Maintaining, Harvesting and Selling of Christmas Trees. October 9, 2017

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

ROAD COMMISSION FOR IONIA COUNTY

INVITATION TO BIDDERS. Notice is hereby given the Collinsville Area Recreation District ( CARD ) is accepting proposals for the following project:

BERRIEN COUNTY ROAD COMMISSION

Tree and Bush Clearing Bid Proposal Form

Request for Bid/Proposal

EAST GOSHEN TOWNSHIP SPECIFICATIONS FOR TREE PRUNING and TREE REMOVAL Bid Opening April 16, 2018

Invitation For Bid HRHA/LM

INVITATION TO BID Retaining Wall

City of Central Falls. Request for Proposals : Emergency Vs Nonemergency Medical Care Media Campaign

REQUEST FOR QUOTATION

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

Transcription:

RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY INVITATION TO BID GROUNDS MAINTENANCE JAMESTOWN/NEWPORT and MULCHING OF PLANTING AREAS AT ROUTE 138 THE RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY JAMESTOWN, RHODE ISLAND CONTRACT 13-4 A & B Sealed bids, in triplicate, plainly marked, Sealed Bid GROUNDS MAINTENANCE JAMESTOWN/NEWPORT and MULCHING OF PLANTING AREAS AT ROUTE 138 FOR THE RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY, JAMESTOWN, RHODE ISLAND, will be received until 3:00 PM March 4, 2013, at the Office of the Executive Director of the Rhode Island Turnpike and Bridge Authority in the Administrative Building Toll Plaza, 1 East Shore Road Jamestown, Rhode Island 02835. Bids will be opened publicly at 3:00 P.M. Bids may be transmitted to Post Office Box 437, Jamestown, RI 02835. Copies of specifications may be obtained at the above office on or after Wednesday, February 20, 2013, between the hours of 8:30 AM and 4:00 PM, EST. No bid may be withdrawn for a period of sixty (60) days subsequent to the opening thereof without written permission of the Executive Director. All bids may be withdrawn upon written request prior to bid opening. RITBA reserves the right to reject any or all bids, waive any informalities in the bidding or accept the bid deemed to be in the best interests of the Authority. PURPOSE The Rhode Island Turnpike and Bridge Authority is seeking bids for Grounds Maintenance at the Rhode Island Turnpike and Bridge Authority in. The contract is for a two-year period with the potential for two 1-year extensions (2+1+1) and responses will considered bid as such. CONTACT PERSON Buddy Croft, Executive Director for further information. Telephone: (401) 423-0800 Buddy Croft Executive Director, RITBA Page 1

GROUNDS MAINTENANCE MULCHING OF PLANTING AREAS AT ROUTE 138 CONTRACT 13-4 A & B FOR THE RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY JAMESTOWN, RHODE ISLAND 1. RECEIPT AND OPENING OF BIDS: GENERAL TERMS AND CONDITIONS Sealed bids will be accepted and time stamped upon receipt in the office of the RITBA Executive Director, 1 East Shore Road, Jamestown, RI until the time indicated on the attached Invitation for Bids, for the commodity, equipment or services listed in the Specifications and will be publicly opened and read in the Office of the Executive Director. 2. FORM OF BIDS: Bids shall be submitted on the forms provided in accordance with instructions given in the specifications below. This RFP is separated into 2 parts: (a) Grounds Maintenance and (b) Mulching of Planting Area on Route 138, Jamestown. Proposals may be submitted for Part A only, Part B only, or all-inclusively for both Parts A and B. 3. Mandatory pre-bid meeting will be held on Tuesday, February 26, 20113 at 9:30 am at the offices of the RI Turnpike and Bridge Authority. 4. SUBMISSION OF BIDS: a. Envelopes containing bids must be sealed and addressed to the Executive Director of the Rhode Island Turnpike and Bridge Authority and marked with the name and address of the bidder date and hour of opening and the name of the item in the bid call. b. Bids will be accepted until 3:00 pm, March 4, 2013. No bid received thereafter will be considered. c. A bidder may withdraw his bid by written request at any time prior to the advertised time for bid opening. E-mailed bids, amendments or withdrawals will be accepted. d. Unless otherwise specified, no bid may be withdrawn for a period of sixty (60) days from time of bid opening. Page 2

e. Negligence on the part of the bidder in preparing the bid confers no rights for the withdrawal of the bid after it has been opened. f. Bids received prior to the time of opening will be securely kept, unopened. No responsibility will be attached to an officer or person for the premature opening of a bid not properly addressed and identified. g. Any deviation from the Specification must be noted in writing and attached as part of the bid. The bidder shall indicate the item or part with the deviation and indicate how the bid will deviate from the Specifications. h. IRS Form W-9, must be completed and submitted with the bid if the bidder falls under IRS requirements to file this form. 5. RHODE ISLAND SALES TAX: The Rhode Island Turnpike and Bridge Authority is exempt from the payment of Rhode Island Sales Tax under the 1956 General Laws of the State of Rhode Island, 44-18-30, Paragraph I, as amended. 6. FEDERAL EXCISE TAX: The Authority is exempt from the payment of any excise tax or Federal Transportation taxes. The prices proposed must be exclusive of taxes and will be so construed. 7. PRIVAILING WAGE: The contract for Grounds Maintenance at the Rhode Island Turnpike and Bridge Authority is subject to current Prevailing Wage Laws. 8. BONDS AND INSURANCE: The Contractor shall carry and maintain the following insurance coverage at his own expense: a. All insurance for this Contract shall be written by a company (or companies) acceptable to the Authority and all policies shall be submitted to the Authority for examination prior to commencement of operations by the Contractor. b. Contractor s Liability Insurance Liability Insurance shall include all major divisions of coverage and be on a comprehensive general liability basis including: Premises Operations Independent Contractor s Protective Products and completed operations Owned, non-owned and hired motor vehicles Page 3

Broad form coverage for property damage (including explosion, collapse and underground) c. The insurance required by this Subparagraph (b) shall be written for not less than the following, or greater if required by Law. 1. Worker s Compensation a. State of Rhode Island Statutory b. Employer s Liability 2. Comprehensive General Liability (including premises operations; independent contractor protective; products & completed Operations; Broad Form Property Damage): a. Bodily Injury: $1,000,000 Each Occurrence $1,000,000 Annual Aggregate b. Property Damage $1,000,000 Each Occurrence $1,000,000 Annual Aggregate Property Damage Liability Insurance will provide X, C or U coverage as applicable. 3. Contractor s Liability a. Bodily Injury: $1,000,000 Each Occurrence b. Property Damage $1,000,000 Each Occurrence $1,000,000 Annual Aggregate 4. Personal Injury, with Employment Exclusion deleted: $1,000,000 Annual Aggregate 5. Comprehensive Automobile Liability: a. Bodily Injury: $500,000 Each Person $1,000,000 Each Occurrence b. Property Damage: $1,000,000 Each Occurrence 6. Property Insurance: The Contractor shall purchase and maintain property insurance upon the entire Work at the site to the full insurable value thereof. Page 4

9. QUALIFICATIONS OF BIDDERS: ADD The bidder shall furnish the Authority with all such information and data required on the attached AIA Contractor s Qualification Statement with the bid package. 10. ADDENDA AND INTERPRETATIONS: No interpretation on the meaning of the Plans, Specifications or other Contract Documents will be made to any bidder orally. Every request for such interpretation must be in writing or by e-mail addressed to the Chief Financial Officer (CFO), RITBA, PO Box 437, Toll Plaza, 02835 or via email at nparrillo@ritba.org. To be given consideration, questions must be received at least seven (7) days prior to the date fixed for the opening of the bids. All questions pertaining to the specifications or bid procedure should be first directed to the CFO. Where information from the CFO differs from information received from another source, the information from the CFO prevails. 11. HOLD HARMLESS: The successful bidder shall be responsible for his work and every part thereof, and for all materials, tools, appliances and property of every description used in connection therewith. The successful bidder agrees to indemnify and save harmless the Rhode Island Turnpike and Bridge Authority, its employees and agents, against loss or expense by reason of the liability imposed by the law upon the successful bidder, all sub-contractors or the Authority for damage because of bodily injuries, including person or persons or on account of damage to property arising out of or in consequence of the performance of this work whether such injuries to persons or damage to property are due or claimed to be due to any negligence, including gross negligence, of a subcontractor, the Authority, the General Contractor, his employees or agents, or any other person. Page 5

PART A GROUNDS MAINTENANCE DESCRIPTION. The Rhode Island Turnpike and Bridge Authority is seeking bids for Grounds Maintenance at the Rhode Island Turnpike and Bridge Authority in Jamestown and Newport, Rhode Island. A map of the areas for consideration is attached. This includes the planters at the bottom of the off-ramp into Newport. Also, there may be the occasion that the Authority takes ownership of additional properties, at which point reasonable compensation will be negotiated based on the expansion of the scope of work. The contract is for a two-year period with the potential of 2 additional 1-year extensions. Responses will be considered bid as such. All persons acting as forepersons to the Maintenance Crews must have a current Rhode Island Arborist License and Commercial Applicators License and shall be on site at all times during work activities. MATERIALS. Water, fertilizer, pre-emergent herbicide, mulch, anti-desiccants, stakes, guy webbing, and plant material shall conform to the applicable requirements of SECTION M.18; LANDSCAPING MATERIALS, of the Rhode Island Department of Transportation Road and Bridge Construction, current edition. CONSTRUCTION METHODS. General. This work shall consist of the maintenance of previously planted trees, shrubs, vines, perennials, ornamental grasses, ground covers, and bulbs as shown on the Plans, in accordance with these Specifications and/or at the direction of the RITBA. Maintenance tasks shall include, but shall not be limited to, watering, weeding, mulching, fertilization, pruning, mowing and replacement of dead, dying, or rejected plant material in accordance with the following schedule: APRIL General Spring Cleanup Refer To Mapped Locations Remove all leaves, weeds and debris from planting areas Prune and/or trim deadwood from plant material according to current arboricultural standards and practices Cut back any Perennials or Grasses not completed in the Fall Cleanup Re-edging of bedlines to maintain straight lines/smooth flowing curvature and regrading of edges along turf and hardscape to attain a proper reveal with the finished application of mulch (+/- 11/2-2 depth) One application of granular fertilizer for grasses and perennials (14-14-14 or Equal) One application of pre-emergent herbicide ( TREFLAN 5G or Equal) One application of post-emergent herbicide to eradicate weeds and undesirables in planting areas and curblines ( ROUNDUP PRO or Equal) Sweeping of all walkways and curblines as related to the outlined scope of work Proper off-site disposal of all accumulated debris Page 6

MAY Monthly Site Visitation (Typical Of Months May October) Remove all weeds and debris from planting areas Selective pruning and/or trimming of plant material according to current arboricultural standards and practices Deadheading and/or tipping of annuals and perennials as applicable One application of post-emergent herbicide to eradicate weeds and undesirables in planting areas and curblines ( ROUNDUP PRO or Equal) Prepare a detailed list of any dead, damaged or missing plant material for review by the Director or authorized RITBA representative (Any replacement of plant material as approved shall be an add-on to Base Contract ) Sweeping of all walkways and curblines as related to the outlined scope of work Proper off-site disposal of all accumulated debris Seasonal spraying of selected plant material (as applicable) incorporating an Integrated Pest Management Program (IPM) In addition to Monthly Site Visitation (Typical) for May only provide: Mulch All Planting Areas To Maintain A +/- 3 Depth Apply double-ground hemlock-blend mulch and taper to bases of plant material, perennials and grasses, avoiding excessive buildup which can be detrimental to the long-term health of the plant Mulch shall be tapered to have a +/- 1/12-2 reveal along all edges of turf and hardscape areas Sweeping of all walkways and curblines as related to the outlined scope of work Proper off-site disposal of all accumulated debris Monthly Site Visitation (Typical) Monthly Site Visitation (Typical) Monthly Site Visitation (Typical) JUNE JULY AUGUST In addition to Monthly Site Visitation (Typical) for August only provide: General Pruning and Trimming of Plant Material Prune and/or trim plant material according to current arboricultural standards and practices to maintain the natural growth habits of the plant (Absolutely No Balling Of Plant Material Shall Be Permitted) Sweeping of all walkways and curblines as related to the outlined scope of work Page 7

Proper off-site disposal of all accumulated debris Monthly Site Visitation (Typical) Monthly Site Visitation (Typical) SEPTEMBER OCTOBER One Application of One Year Liquid Fertilizer For Evergreen And Deciduous Plant Material (Injection Method) NOVEMBER General Fall Cleanup Remove all leaves and debris from planting areas Cut back perennials and remove annuals as applicable (All Tall Grasses Shall Remain Uncut Until The Following Spring To Add Winter Interest To The Landscape) Sweeping of all walkways and curblines as related to the outlined scope of work Proper off-site disposal of all accumulated debris GENERAL REQUIREMENTS 1. All persons performing planting or pruning operations shall possess a current Rhode Island Arborist License or be under the direct supervision of a licensed individual. All herbicides and chemicals shall only be applied by persons who possess a current Rhode Island Commercial Applicators License or be under the direct supervision of a licensed individual. 2. MSDS sheets shall be made available upon request. 3. All work shall be completed in such a manner so as not to disrupt normal daily activities or procedures and shall be coordinated with an authorized representative of RIBTA. 4. Landscape Contractor shall notify RIBTA personnel twenty-four (24) hours prior to any work being performed at the site. 5. Any Police details which may be needed during the term of this contract shall be paid for by the Landscape Contractor and reimbursed by the Rhode Island Turnpike And Bridge Authority as an add-on to contract total. a. Submittal. The Contractor shall submit to the RITBA, at the start of each year, a schedule of work for maintenance activities for that year. b. Maintenance Crew. The Contractor shall employ one or more Maintenance Crews during the contract period. All crews shall be under the direct supervisions of a person who shall possess a current Rhode Island Arborist License. Individual crew members shall be trained in current horticultural practices. Page 8

Maintenance Crews shall be responsible for manual and/or mechanical weed control, pruning, inspection and removal of dead or damaged plant material, planting, watering, mulching, bed edging, and fertilization. Mulching. Mulch shall be placed during each year of the maintenance period on all individual plants and plant beds, or as directed by the RITBA. Prior to placement, all weeds, stones and other extraneous material shall be removed. The Contractor shall apply a pre-emergent weed control around all individual plants and plant beds to be mulched, pre-emergent weed control shall be applied by Licensed Rhode Island Commercial Applicator and at a rate in accordance with manufacturer s instructions. The installation of Pine Bark Mulch shall be in accordance with the requirements of Paragraphs a and b of the Mulching of the Planting Specification. The amount of new mulch shall result in a finish depth of 2-inches of mulch (old and new) or as directed by the RITBA. Fertilization. Fertilizer shall be applied during each year of the maintenance period on all individual plants and plant beds or as directed by the RITBA. Fertilization shall occur between April 1 and June 15 only. Fertilizer shall be broadcast over all individual plants and plant beds at a rate of 1-ounce per square foot. Weed Control. The Maintenance Crew shall manually remove all weed growth, including grass and litter from individual plants and planting beds. Woody growth, vines and other undesirable volunteers shall be removed and legally disposed of. The Contractor shall remove all weed growth, vines, and litter form wildflower areas. Weed control activities shall be performed in such a manner so as not to disturb or destroy plant material or mulched areas. Edging. For each year of the maintenance period the Maintenance Crew shall edge all beds of individual plants and planting beds. The resulting edge shall be in accordance with the edging detail attached to these specifications. Pruning. Pruning of all plants shall be performed in accordance with the Pruning Section of the Planting Specification. Insect and Disease Control. Periodic inspection of all plantings by trained personnel is necessary to detect problems during early stages of insect infestations or disease infections. Application of all chemicals including insecticides and fungicides shall be carried out in accordance with Rhode Island state laws and only by individuals with current Rhode Island Pesticide Applicators License and shall be approved of by the RITBA prior to application. Inspection, Removal, and Replacement of Dead or Damaged Plant Material. The contractor shall remove all dead or damaged plant material as determined by the RITBA. Removed material that was installed as part of this contract shall be replaced by the Contractor in kind, quantity and size as originally specified, with live, healthy specimens selected and planted in Page 9

accordance with the planting Specification. All replaced plant material shall be subject to the requirements of this specification up to, and until the end of this activity. METHOD OF MEASUREMENT. Maintenance Period. The Maintenance Period shall be measured for payment equally per month for eight months during the work season in accordance with the Plans and/or as directed by the RITBA. BASIS OF PAYMENT. Maintenance Period. The Maintenance Period shall be paid for at the contract unit price per month, for eight months during the work season. The price so-stated constitutes full and complete compensation for all labor, materials and equipments and for all incidentals required to finish the work completed and accepted by the RITBA. Page 10

PART B MULCHING OF PLANTING AREAS AT ROUTE 138 JAMESTOWN, RHODE ISLAND DESCRIPTION. The Rhode Island Turnpike and Bridge Authority is seeking bids for Mulching of Planting Areas at route 138 Jamestown, RI. The contract is for a two-year period with the potential of 2 additional 1-year extensions and responses will be considered bid as such. 1. SUMMARY OF WORK AND GENERAL SPECIFICATIONS A. The project consists of all work associated with supplying and installing/spreading brown pine mulch at one inch depth to all the planting areas on Route 138 East and West in Jamestown. The length of the project is from the Jamestown Bridge to the Newport/Pell Bridge Toll Plaza. B. The mulch must conform to Rhode Island Department of Transportation Standard Specification Section M 18.08.3 C. M.18.08.3 Pine Bark Mulch. Pine Bark Mulch shall be derived from evergreen tree bark aged a minimum of 6 months and no more that 18 months. The bark shall be shredded so that the resulting pieces are no more than 1/4 inch thick and no longer than 3 inches. The mulch shall be dark brown in color, free of leaves, twigs, sod, weeds, shavings, and other foreign materials which are injurious to healthy plant growth. D. Materials: Pine Bark Mulch must conform to Section M.18.08.3 (including dark brown color) of the 2004 version of the RI Standard Specifications for Road and Bridge Construction. All materials must conform to the applicable Sections of the 2004 version of the RI Standard specifications for Road and Bridge construction. E. Prior cleaning, weeding, edging and applications of pre-emergent and or postemergent weed control shall be completed prior to the initiation of the scope of work as outlined within this proposal. F. Sample to be provided for approval prior to installation. G. Pricing should not include any work zone establishment, Police details or traffic controls which will be provided by RITBA. H. These specifications provide minimum requirements. The work is done on a performance specifications basis. Means and methods for the work shall be by the contractor in accordance with the parameters specified herein. I. The RI Turnpike & Bridge Authority will provide any travel lane closures necessary to affect this contract. The Contractor shall schedule all work and any required closure of travel lanes with the Chief of Maintenance 48 hours in advance of said work to be performed. Page 11

J. The Contractor shall submit a work and safety plan before beginning any work. K. Contractor must be Licensed in R.I. to perform the specified work. Page 12

BID FORM PART A GROUNDS MAINTENANCE To: Project: RHODE ISLAND TURNPIKE & BRIDGE AUTHORITY RHODE ISALND TURNPIKE & BRIDGE AUTHORITY, Grounds Maintenance Contract Jamestown/Newport, Rhode Island Date: Submitted by: Company Name Street, City, State, Zip Telephone 1. DESCRIPTION This Maintenance Contract includes the maintenance of previously installed plantings around the Rhode Island Turnpike and Bridge Authority s Administrative Offices, and Toll Plaza, and other locations as specified on the attached map. All work shall be in accordance with the specifications and to the satisfaction of the Rhode Island Turnpike and Bridge Authority. 2. BID Having examined the place of The Work and all matters referred to in the Instructions to Bidders, we, the undersigned, hereby offer to enter into a Contract to perform the Work for the Sum of: (Written, and (Written, and (Written, and (Written, and ($ ) per year for 2013. numerically) ($ ) per year for 2014. numerically) ($ ) per year for 2015. numerically) ($ ) per year for 2016. numerically) Page 13

3. UNIT PRICES In addition to stating the Base Bid, the Bidder shall state the unit prices for the various items of work listed below. The adjustments to the Base Bid prior to Contract Award, as well as during the course of construction, based upon extra work ordered by the Owner, or for work countermanded, reduced, or omitted by the Owner. Unit Prices are to be a complete price to be added or deducted on the basis of quantities of work involved, or for each item in place in the unit. ADDITIONS TO BASE CONTRACT (REQUIRES APPROVAL FROM RITBA DIRECTOR OR REPRESENATIVE) 1. Provide pricing for watering of all plant material, perennials and grasses during times of severe drought stress (Pricing shall reflect a thorough and not superficial watering by tank method) One Time Watering Lump Sum Price $ 2. Divide (One Subdivision) And Plant Perennials (Pricing shall include a one-time watering during initial installation) Unit Cost Per Each Price $ 4. ACKNOWLEDGEMENT OF ADDEMDUM The bidder hereby states that he/she has become thoroughly familiar with the site, local conditions affecting the performance and costs of the work, and with the Contract Documents, including the Bid Documents and those forms required to be executed and submitted with this proposal as well as the method of contract award, the terms of the proposal contract, wage rates and employment requirements and reports, the conditions of this contract relating to performance, the technical specifications and drawings, and any addenda thereto as prepared by the Owner as follows: ADDENDUM NO. SIGNATURE OF BIDDER 5. ACCEPTANCE This offer shall be open to acceptance and is irrevocable for sixty days from the Bid closing date. The bidder understands that the Rhode Island Turnpike and Bridge Authority reserves the right to reject any or all bids and to waive any informalities to the bidding. Page 14

If the Bid is accepted by the Rhode Island Turnpike and Bridge Authority within the time period stated above, we will: Execute the Agreement within ten days of receipt of Notice of Award. 6. CONTRACT TIME If this Bid is accepted, the Bidder hereby agrees to commence WORK under this Contract on or before a date to be specified in the NOTICE TO PROCEED and to fully complete the PROJECT in accordance with the contract documents meeting the following schedule: SHOWN IN SECTION TITLED. 7. BID FORM SIGNATURES (S) (Bidder s Name) By: Title: Corporate Seal: END OF SECTION Page 15

BID FORM PART B MULCHING OF PLANTING AREAS AT ROUTE 138 JAMESTOWN, RHODE ISLAND To: Project: RHODE ISLAND TURNPIKE & BRIDGE AUTHORITY RHODE ISLAND TURNPIKE & BRIDGE AUTHORITY, Mulching Contract Jamestown/Newport, Rhode Island Date: Submitted by: Company Name Street, City, State, Zip Telephone 1. DESCRIPTION This Maintenance Contract includes the Mulching of the Route 138 in Jamestown, All work shall be in accordance with the specifications and to the satisfaction of the Rhode Island Turnpike and Bridge Authority. 2. BID Having examined the place of The Work and all matters referred to in the Instructions to Bidders, we, the undersigned, hereby offer to enter into a Contract to perform the Work for the Sum of: Base Price of at least 400 cubic yards of mulch: ($ ) per year for 2013. ($ ) per year for 2014 ($ ) per year for 2015. ($ ) per year for 2016. Page 16

Cost to deliver mulch only: ($ ) per year for 2013. ($ ) per year for 2014 ($ ) per year for 2015. ($ ) per year for 2016. Cost to apply mulch as part of scope of work: ($ ) per year for 2013. ($ ) per year for 2014 ($ ) per year for 2015. ($ ) per year for 2016. 3. UNIT PRICES In addition to stating the Base Bid, the Bidder shall state the unit prices for the various items of work listed below. The adjustments to the Base Bid prior to Contract Award, as well as during the course of construction, based upon extra work ordered by the Owner, or for work countermanded, reduced, or omitted by the Owner. Unit Prices are to be a complete price to be added or deducted on the basis of quantities of work involved, or for each item in place in the unit. ADDITIONS TO BASE CONTRACT (REQUIRES APPROVAL FROM RITBA DIRECTOR OR REPRESENATIVE) 4. Provide pricing for watering of all plant material, perennials and grasses during times of severe drought stress (Pricing shall reflect a thorough and not superficial watering by tank method) One Time Watering Lump Sum Price $ 5. Divide (One Subdivision) And Plant Perennials (Pricing shall include a one-time watering during initial installation) Unit Cost Per Each Price $ 6. ACKNOWLEDGEMENT OF ADDEMDUM The bidder hereby states that he/she has become thoroughly familiar with the site, local conditions affecting the performance and costs of the work, and with the Contract Documents, including the Bid Documents and those forms required to be executed and submitted with this Page 17

proposal as well as the method of contract award, the terms of the proposal contract, wage rates and employment requirements and reports, the conditions of this contract relating to performance, the technical specifications and drawings, and any addenda thereto as prepared by the Owner as follows: ADDENDUM NO. SIGNATURE OF BIDDER 7. ACCEPTANCE This offer shall be open to acceptance and is irrevocable for sixty days from the Bid closing date. The bidder understands that the Rhode Island Turnpike and Bridge Authority reserves the right to reject any or all bids and to waive any informalities to the bidding. If the Bid is accepted by the Rhode Island Turnpike and Bridge Authority within the time period stated above, we will: Execute the Agreement within ten days of receipt of Notice of Award. 8. CONTRACT TIME If this Bid is accepted, the Bidder hereby agrees to commence WORK under this Contract on or before a date to be specified in the NOTICE TO PROCEED and to fully complete the PROJECT in accordance with the contract documents meeting the following schedule: SHOWN IN SECTION TITLED. 9. BID FORM SIGNATURES (S) (Bidder s Name) By: Title: Corporate Seal: END OF SECTION Page 18

BID FORM TOTAL CONTRACT Parts A & B ALL-INCLUSIVE To: Project: RHODE ISLAND TURNPIKE & BRIDGE AUTHORITY RHODE ISALND TURNPIKE & BRIDGE AUTHORITY, Grounds Maintenance Contract and Mulching of Route 138, Jamestown, RI Jamestown/Newport, Rhode Island Date: Submitted by: Company Name Street, City, State, Zip Telephone 1. DESCRIPTION This Maintenance Contract includes the maintenance of previously installed plantings around the Rhode Island Turnpike and Bridge Authority s Administrative Offices, and Toll Plaza, and other locations as specified on the attached map as well as the mulching of Route 138 in Jamestown, RI. All work shall be in accordance with the specifications and to the satisfaction of the Rhode Island Turnpike and Bridge Authority. 2. BID Having examined the place of The Work and all matters referred to in the Instructions to Bidders, we, the undersigned, hereby offer to enter into a Contract to perform the Work for the Sum of: Base Price of at least 400 cubic yards of mulch: ($ ) per year for 2013. ($ ) per year for 2014 ($ ) per year for 2015. ($ ) per year for 2016. Page 19

Cost to deliver mulch only: ($ ) per year for 2013. ($ ) per year for 2014 ($ ) per year for 2015. ($ ) per year for 2016. Cost to apply mulch as part of scope of work: ALL OTHER WORK: ($ ) per year for 2013. ($ ) per year for 2014 ($ ) per year for 2015. ($ ) per year for 2016. (Written, and (Written, and (Written, and (Written, and ($ ) per year for 2013. numerically) ($ ) per year for 2014. numerically) ($ ) per year for 2015. numerically) ($ ) per year for 2016. numerically) 3. UNIT PRICES In addition to stating the Base Bid, the Bidder shall state the unit prices for the various items of work listed below. The adjustments to the Base Bid prior to Contract Award, as well as during the course of construction, based upon extra work ordered by the Owner, or for work countermanded, reduced, or omitted by the Owner. Unit Prices are to be a complete price to be added or deducted on the basis of quantities of work involved, or for each item in place in the unit. ADDITIONS TO BASE CONTRACT (REQUIRES APPROVAL FROM RITBA DIRECTOR OR REPRESENATIVE) 4. Provide pricing for watering of all plant material, perennials and grasses during times of severe drought stress (Pricing shall reflect a thorough and not superficial Page 20

watering by tank method) One Time Watering Lump Sum Price $ 5. Divide (One Subdivision) And Plant Perennials (Pricing shall include a one-time watering during initial installation) Unit Cost Per Each Price $ 6. ACKNOWLEDGEMENT OF ADDEMDUM The bidder hereby states that he/she has become thoroughly familiar with the site, local conditions affecting the performance and costs of the work, and with the Contract Documents, including the Bid Documents and those forms required to be executed and submitted with this proposal as well as the method of contract award, the terms of the proposal contract, wage rates and employment requirements and reports, the conditions of this contract relating to performance, the technical specifications and drawings, and any addenda thereto as prepared by the Owner as follows: ADDENDUM NO. SIGNATURE OF BIDDER 7. ACCEPTANCE This offer shall be open to acceptance and is irrevocable for sixty days from the Bid closing date. The bidder understands that the Rhode Island Turnpike and Bridge Authority reserves the right to reject any or all bids and to waive any informalities to the bidding. If the Bid is accepted by the Rhode Island Turnpike and Bridge Authority within the time period stated above, we will: Execute the Agreement within ten days of receipt of Notice of Award. 8. CONTRACT TIME If this Bid is accepted, the Bidder hereby agrees to commence WORK under this Contract on or before a date to be specified in the NOTICE TO PROCEED and to fully complete the PROJECT in accordance with the contract documents meeting the following schedule: SHOWN IN SECTION TITLED. Page 21

9. BID FORM SIGNATURES (S) (Bidder s Name) By: Title: Corporate Seal: END OF SECTION Page 22