Loading...
HomeMy WebLinkAbout43-17 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 43-17 File Number: 2017-0040 BID NO. 17-22 BLUE RIBBON LAWNS, INC.: A RESOLUTION TO AWARD BID NO. 17-22 AND AUTHORIZE A CONTRACT WITH BLUE RIBBON LAWNS, INC. IN THE AMOUNT OF $169,810.24 FOR THE INSTALLATION OF TREES AND SHRUBS WITHIN THE MEDIAN OF RUPPLE ROAD BETWEEN WEST PERSIMMON STREET AND WEST MARTIN LUTHER KING, JR. BOULEVARD, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $15,000.00 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid No. 17-22 and authorizes a contract with Blue Ribbon Lawns, Inc. in the amount of $169,810.24 for the installation of trees and shrubs within the median of Rupple Road between West Persimmon Street and West Martin Luther King, Jr. Boulevard, and further approves a project contingency in the amount of $15,000.00. %%%liIti111►r/I PASSED and APPROVED on 2/7/2017 '`�'; ",\(Y t3,c " • Attest: 'f Sondra E. Smith, City Clerk Treasurer Page 1 Printed on 2/8/17 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Text File File Number: 2017-0040 Agenda Date: 2/7/2017 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: A. 13 BID NO. 17-22 BLUE RIBBON LAWNS, INC.: A RESOLUTION TO AWARD BID NO. 17-22 AND AUTHORIZE A CONTRACT WITH BLUE RIBBON LAWNS, INC. IN THE AMOUNT OF $169,810.24 FOR THE INSTALLATION OF TREES AND SHRUBS WITHIN THE MEDIAN OF RUPPLE ROAD BETWEEN WEST PERSIMMON STREET AND WEST MARTIN LUTHER KING, JR. BOULEVARD, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $15,000.00 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid No. 17-22 and authorizes a contract with Blue Ribbon Lawns, Inc. in the amount of $169,810.24 for the installation of trees and shrubs within the median of Rupple Road between West Persimmon Street and West Martin Luther King, Jr. Boulevard, and further approves a project contingency in the amount of $15,000.00. City of Fayetteville, Arkansas Page 1 Printed on 2/8/2017 Chris Brown Submitted By City of Fayetteville Staff Review Form 2017-0040 Legistar File ICS 2/21/2012 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 1/19/2017 Engineering / Development Services Department Submitted Date Division / Department Action Recommendation: Awarding a construction contract in the amount of $169,810.24 to Blue Ribbon Lawns, Inc. for the installation of trees and shrubs within the median of Rupple Road from W Persimmon Street to W Martin Luther King Blvd (Bid #17-22) and approval of a project contingency of $15,000.00 4520.800.9556-5809 Account Number 06035.2400 Project Number Budgeted Item? Yes Budget Impact: 4520 -Sales Tax Construction Bond Fund Transportation Bond Street Improvements Project Title Current Budget $ 426,191.00 Funds Obligated $ 225,984.10 Current Balance Does item have a cost? Yes Item Cost $ 169,810.24 Budget Adjustment Attached? No Budget Adjustment $ - # Remaining Budget V20140710 Previous Ordinance or Resolution # Original Contract Number: Approval Date: Comments: CITY OF Fay% -Ile ARKANSAS MEETING OF FEBRUARY 21, 2017 TO: Mayor and City Council CITY COUNCIL AGENDA MEMO THRU: Don Marr, Chief of Staff Jeremy Pate, Development Services Director Chris Brown, City Engineer FROM: Alan Pugh, Staff Engineer DATE: January 19, 2017 SUBJECT: Awarding a construction contract in the amount of $169,810.24 to Blue Ribbon Lawns, Inc. for the installation of trees and shrubs within the median of Rupple Road from W Persimmon Street to W Martin Luther King Blvd (Bid #17-22) and approval of a project contingency of $15,000.00. RECOMMENDATION: Staff recommends awarding a construction contract in the amount of $169,810.24 to Blue Ribbon Lawns, Inc. for the installation of trees and shrubs within the median of Rupple Road from W Persimmon Street to W Martin Luther King Blvd (Bid #17-22) and approval of a project contingency of $15,000.00. BACKGROUND: In 2015 the City Council approved the construction of Rupple Road from W Persimmon Street to W Martin Luther King BIA (Resolution 150-15). Although not included with the initial roadway improvements, the conceptual phase of the project had indicated the presence of trees within the median. In keeping with this concept, the City now desires to enhance the urban environment while increasing the aesthetics of the center median and aiding to calm traffic through the installation of trees and shrubs within the median islands as well as the roundabout areas. DISCUSSION: On January 19, 2017 the City received three (3) valid construction bids for the proposed tree planting. Blue Ribbon Lawns, Inc. submitted the low bid in the amount of $169,810.24. For comparison purposes, the estimate for tree installation excluding contingency was $188,250.00. Based on the information included with the bid, Blue Ribbon Lawns, Inc. is a responsible bidder and appears to be capable of performing the work. However, the award will be contingent on the low bidder providing all of the required insurance and bonds in order to enter into a contract to complete the project. The contractor has approximately 75 calendar days from the notice to proceed in order to complete the work. The plans have been attached for your review. BUDGET/STAFF IMPACT: Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Funds remaining from the original Rupple Road construction within the Transportation Bond Program is the proposed source of funding for the tree planting project. No additional funds are being requested at this time. Attachments: Bid Tab Construction Contract Construction Drawings 11 DOCUMENT 00500 — AGREEMENT BETWEEN OWNER AND CONTRACT R Contract Name/Title: Rupple Road, MIK to Persimmon Tree Planting Contract No.: THIS AGREEMENT is dated as of the` i —day o£ in the year 2017 by and between The City of Fayetteville, Arkansas and n a (hereinafter called Contractor). ARTICLE 1 - WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The work under this Contract includes, but is not limited to: Installation of approximately 194 trees along with areas of butterfly milkweed and wildflower mix with the associated edging and mulching to create completed planting areas along Rupple Road from W Martin Luther King Blvd to W Persimmon Street. Refer to Section 00400 -Bid Form for quantities: ARTIC14', ? - ENGINEER 2.01 The Contract Documents have been prepared by THE CITY OF FAYETTE.VILLE Engineering Division and assumes all duties and responsibilities, and has the rights and authority assigned to THE CITY OF FAYE1 I".EVILLE in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3 - CONTRACT TIML4 3.01 TIME OF THE ESSENCE: A. All time limits for milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 00500 Agreement 00500-1 06035.2400 DOCUMENT 00500 — AGREEMENT (continued) 3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT: A. The Work will be Substantially Completed within 60 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS, and completed and ready for final payment in accordance with the GENERAL CONDITIONS within 75 calendar days after the date when. the Contract Times commence to run. 3.03 LIQUIDATED DAMAGES: A. Owner and Contractor recognize that time is of the essence of this Agreement and that The City of Fayetteville will suffer financial loss if the Work is not completed within the time specified above, plus any extensions thereof allowed in accordance with the GENERAL CONDITIONS. The parties also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by The City of Fayetteville if the Work is not Substantially Completed on time. Accordingly, .instead of requiring any such proof, The City of Fayetteville and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay The City of Fayetteville Two Hundred Fifty Dollars ($250.00) for each calendar day that expires after the time specified above in Paragraph 3.02 for Substantial Completion until the Work is Substantially Complete_ After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the time specified in Paragraph 3.02 for completion and readiness for final payment or any proper extension thereof granted by The City of Fayetteville, Contractor shall pay The City of Fayetteville Two Hundred Fifty Dollars ($250.00) for each calendar day that expires after the time specified for completion and readiness for final payment. ARTICLE 4 - CONTRACT PRICE 4.01 The CITY OF FAYETTEVILLE agrees to pay, and the CONTRACTOR agrees to accept, as full and final compensation for all work done under this agreement, the amount based on the prices bid in the Proposal (BID FORM) which is hereto 00500 Agreement 00500-2 06035.2400 0 DOCUMENT 00500 — AGREEMENT (continued) attached, for the actual amount accomplished under each pay item, said payments to be made in lawful money of the United States at the time and in the manner set forth in the Specifications. 4.02 As provided in the General Conditions estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in the General Conditions. Unit prices have been computed as provided in the General Conditions. 4.03 Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. ARTICLE 5 - PAYMENT PROCEDURE'S 5.01 - UBM TTAL AND PROCESSIN FPAYMENTS: A. Contractor shall submit ,Applications for Payment in accordance with the GENERAL CONDITIONS. Applications for Payment will be processed by Engineer as provided in the GENERAL CONDITIONS. 5.02 PRO KESS PAYMENT& RETAINAGE: _ A. The City of Fayetteville shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Engineer, on or about the l 5th day of each month during construction. All such payments will be measured by the schedule of values established in the GENERAL, CONDITIONS (and in the case of Unit .Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements. 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such 00500 Agreement 00500-3 06035.2400 0 DOCUMENT 00500 -- AGREEMENT (continued) amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS. a. 95% of Work Completed (with the balance being retainage). If Work has been 50% completed as determined by Engineer, and if the character and progress of the Work have been satisfactory to The City of Fayetteville and Engineer, The City of Fayetteville on recommendation of Engineer, may determine that as long as the character and progress of the Work subsequently remain satisfactory to them, there will be no additional retainage on account of Work subsequently completed, in which case the remaining progress payments prior to Substantial Completion will be an amount equal to 100% of the Work Completed less the aggregate of payments previously made; and b. 100% of Equipment and Materials not incorporated in the Work Wt delivered, suitably stored, and accompanied by documentation satisfactory to The City of Fayetteville as provided ,in the GENERAL CONDITIONS. 2, Upon -Substantial Completion, The City of Fayetteville shall pay an amount sufficient to increase total payments to Contractor to 95% of the Contract Price (with the balance being retainage), less such amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS. 5.03 FINAL PAYMENT: A. Upon final completion and acceptance of the Work in accordance with the GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder of the Contract Price as recommended by Engineer and as provided in the GENERAL CONDITIONS. 00500 Agreement 00500-4 06035.2400 n DOLUMENT 00500 — AGREEMENT (continued) ARTICLE 6 - CONTRACTOR'S REPRESENTATI[)NS 6.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. B. Contractor has visited the Site and become familiar with and is satisfied as- to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Contractor is familiar with and is satisfied as to all federal-, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Contractor has carefully studied all: (1) Reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) Reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Contractor acknowledges that The City of Fayetteville and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the Site. E. Contractor has obtained and carefully studied (or assumes responsibility of having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, and fun -fishing of 00_500 Agreement 00500-5 06035,2400 DOCUMENT 00500 -- AGREEMENT (continued) the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. F. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the perforrtiing and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. Contractor is aware of the general nature of work to be performed by The City of Fayetteville and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I - - L Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and farnisbing of the Work. ARTICLE 7 CONTRACT DOCUMENTS 7.01 CONTENTS: A. The Contract Documents which comprise the entire Agreement between The City of Fayetteville and Contractor concerning the Work consist of the 00500 Agreement 00500-6 060. 5.2400 n DOCUMENT 00500 —AGREEMENT (continued) following and may only be amended, modified, or supplemented as provided in the GENERAL CONDITIONS: 1. This Agreement. 2. Exhibits to this Agreement (enumerated as follows): a. Notice to Proceed. b. Contractor's Bid. c. Documentation submitted by Contractor prior to Notice of Award. 3. Performance, Payment, and other Bonds. 4. General Conditions. 5. Supplementary Conditions. 6. Specifications consisting of divisions and sections as listed in table of contents of Project Manual. 7. Drawings consisting of a cover sheet and sheets as listed in the table of contents thereof, with each sheet bearing the following general title: RIIPPLE ROAD MLK TO PERSIMMON TREE PLANTING 8. Addenda numbers ::I-, inclusive. 9. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to the GENERAL. CONDITIONS. 00500 Agreement 00500.7 0603.5,2900 0 DOCUMENT 00500 — AGREEMENT (continued) ARTICLE S - MISCELLANEOUS 8:01 TERMS: A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the meanings stated in the GENERAL CONDITIONS. 8.02 ASSIGNMENT OF CONTRACT: A. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party .hereto without the written consent of the party sought to be bound; and specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by Law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.03 SUCCESSORS AND ASSIGNS: A. The City of Fayetteville and Contractor each binds himself, his partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 8.04 SEVERABI,L.1TY A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon The City of Fayetteville and Contractor, who agree that the Contract. Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 00500 Agreement 0000 - 8 06035,,2400 DOCUMEN°C 00500 —AGREEMENT (continued) 8.05 F EDOM OF INFORMATION ACT: A. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom. of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. 8.06 LIENS: A. No liens against this construction project are allowed. Arkansas law (A.C.A. §§ 18-44-501 through 508) prohibits the filing of any mechanics' of materialmen's liens in relation to this public construction project. Arkansas law requires and the contractor promises to provide and file with the Circuit Clerk of Washington County a bond in a sum equal to the amount of this contract. Any subcontractor or materials supplier may bring an action for non-payment or labor or material on the bond. The contractor promises to notify every subcontractor and materials supplier for this project of this paragraph and obtain their written acknowledgement of such notice prior to commencement of the work of the subcontractor or materials supplier. IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement in quadruplicate. One counterpart each has been delivered to Contractor -and Engineer. Two counterparts each has been delivered to The City of Fayetteville. All portions of the Contract Documents have been signed, initialed, or identified by The City of Fayetteville and Contractor or identified by Engineer on their behalf 00500 Agreement 00500-9 060.3.5.2400 DOCUMENT 00500—AGREEiVMENT (continued) This Agreement will be effective on , 201' which is the Effective Date of the Agreement. CONTRACTOR By: Title:. (SEAL) Attest } Address for giving no ces License No. 1 L4 F7 CITY OF FAYETTEVILLE (SEAL,) Attest Address for giving notices �: ws =e': FgETTEVILLE: r • ��i�d+•� kAia54'.• (attach evidence of authority to sign and resolution or other documents Agent for Service of process authorizing execution of Agreement) (if Contractor is a corporation, attach evidence of authority to sign.) Approved As to Form: By: Attorney For: END OF DOCUMENT 00500 00500 Agreement 00500-10 06035.2400 a FTM1 125-E I Compensation of Officers (Flaw DKenbw 2013) ► Attach to Form 1120,1120-CC,1120-F,1120-REIT,1120-RRIC, or 11205. 43zparbnenl 01 lha Trey infamy Rmeruia smoke ► Iaformatinn about Form 1125-E and its separate instructions Is at www.frs.gov/formil2Se. Blue Ribbon. Lawns, Inc. 1-0786244 Note. Complete Form 1125-E only if total receipts are $500,000 or more. See instructions for definition of total receipts. 1 (a) Name of officer (b) S rrty c) Percent of number 4rne devoted to business Richard DeLau ht:ear 100 % Douglas ,I_Mineart � f►� 100 % Carol DeLau titer [t. , 100 Percent of stock owned (f) compensation of compensation T 00 Common 45.00% (e) Preferred $ 10.00 $ 45.00 % $ $ $ $ % $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ % $ $ 2 Total compensation of officers ...................... ...................................................... 120,000. 3 Compensation of officers claimed on Form 1125-A or elsewhere on return..... ......... -- ..... -- ........... 4 Subtract line 3 from line 2. Enter the result here and on Form 1120, page 1, line 12 or the appropriate line of your tax return . , —. ... . ........... • ..... — .. I... , ............. ............................ 120,000. 13AA For Paperwork Reduction Act WoUce, see separate Instructlons. Form 1125E (Rev 12.2013) OW101L G1Grdt'Jl3 :11 l CITY OF ` TI ay le ARKANSAS CITY OF FAYETTEVILLE, ARKANSAS Bid 17-22, Construction - Rupple Rd Tree Planting OFFICIAL BID TABULATION Certification of funds: $190,000.00 Max Bid Award Limit: 237 500.00 $ , BID OPENING: 01/19/2017; 2:00 PM ITEM IVO. DESCRIPTION ARCO Excavation & Paving, Inc. Blue Ribbon Lawns, Inc. ESTIMATED UNIT UNIT UNIT QUANTITY PRICE AMOUNT PRICE AMOUNT B&A Property Maintenance UNIT PRICE AMOUNT 1 Clearing, Grubbing, and Demolition EA 1 $ 12,000.00 $ 12,000.00 $ 15,279.00 $ 15,279.00 $ 17,247.00 $ 17,247.00 2 Excavation and Embankment EA 1,500 $ 12.00 $ 18,000.00 $ 3.00 S 4,500.00 $ 9.00 $ 13,500.00 3 4" Topsoil Placement (Yard Areas) EA 750 $ 5.00 $ 3,750.00 5 2.26 5 1,695.00 $ 6.00 $ 4,500.00 4 iFescue Sod EA 750 $ 5.00 $ 3,750.00 $ 5.99 $ 4,492.50 $ 4.50 $ 3,375.00 5 _ 'Sign Relocation EA 10 $ 250.00 S 2,500.00 $ 53.21 $ 532.10 $ 240.00 $l 2,400.00 ,6 Traffic control and maintenance EA 1 $ 3,300.00 $ 3,300.00 $ 3,073.00 1 $ 3,073.00 $ 5,240.00 $ 5,240.00 7 (Mobilization ( shall not to exceed 5% of total bid) EA 1 $ 2,000.00 $ 2,000,00 $ 6,558.34 $ 6,558.34 $ 8,950.00 $ 8,950.00 8 Bald Cypress (Taxodium distichum) EA 23 $ 275.00 $ 6,325.00 $ 321.02 $ 7,383.46 $ 363.00 $ 8,349.00 9 willow Oak ( Quercus Phellos) EA 53 $ 275.00 $ 14,575.00 $ 348.46 $ 18,468.38 $ 398.00 $ 21,094.00 10 Shortleaf Pine (Pinus echinata) EA 21 $ 275.00 S 5.775.00 $ 268.89 $ 5,646.69 $ 359,00 $ 7,539.00 11 American Hornbeam (Carpinus betulus) EA 67 $ 275.00 $ 18,425.00 $ 348.46 $ 23,346.82 $ 355.00 $ 23,785A0 12 Gingko (Gingko biloba) EA 29 $ 375.00 $ 10,875.00 5 350,84 $ 10,174.36 $ 398.00 $ 11,542.00 13 Butterfly Milkweed (Asclepias tuberosa) EA 30 $ 50.00 $ 1,500,00 $ 224.99 $ 6,749.70 $ 331,00 $ 9,930.00 14 Wildflower Mix EA 25 $ 50.00 $ 1,250,00 $ 62.41 S 1,560.25 $ 59.00 $ 1,475.00 15 'Standard Seed Mix ( Fescue/ rye) EA 2 $ 3,300.00 1 5 6,600.00 $ 1,207,13 5 2,414.26 $ 5,175.00 S 10,350.00 16 4" Gravel Mulch EA 350 S 65.00 $ 22,750.00 $ 9.72 S 3,402.00 $ 75.00 $ 26,250.00 17 1/8" Steel Edging EA 10,600 $ 2.50 $ 26,500,00 $ 1.53 $ 16,218.00 $ 3.50 S 37,100.00 18 'Watering (1st year) EA 1 $ 20,000,00 $ 20,000.00 5 10,400,00 $ 10,400.00 $ 16,556.00 $ 16,556.00 19 'Watering (2nd year) EA 1 $ 20,000.00 $ 20,000.00 $ 10,400.00 $ 10,400.00 $ 18,676.00 $ 18,676.00 20 IMaintenance Bond EA 1 $ 5,000.00 $ 5,000.00 5 5,273.49 5 5,273.49 $ 5,865,00 $ 5,865.00 21 113erformance Bond EA 1 $ 3,000.00 S 3,000.00 $ 5,273.49 $ 5,273.49 $ 2,932.00 $ 2,932.00 22 free Replacement due to damage EA 20 $ 300.00 $ 6,000.00 $ 348.47 $ 6,969.40 $ 428.00 $ 8,560.00 TOTAL BASE BID $ 213,875.00 $ 169,810.24 $ 265,215.00 "TOTAL BASE BID MINUS DEDUCTIVE ALTERNATE #1 OF 2 $ 193,875.00 S 159,410.24 $ 246,539,00 Line Item #19 *TOTAL BASE BID MINUS DEDUCTIVE ALTERNATE #2 OF 2 $ 173,875.00 $ 149,010.24 $ 229,983.00 Line Item !!18 "Highlighting Notes Corrected Calculation Error CERTIFIED: a_ a u -a - An fea ennie, CPPD, CPPB, Purchasing Manager Witness Date u C7 Q 2 .S ro � e O 7 t t I I Z - 3 I = I Y K Q } r N N� 26 :. Lu z � t r 'a3 w O LL r U 3 w 0 O v t 4 s" 9 v a }1 � s n m Z 0 oZO10¢ x zZ�~ U O W W Gi ru Yiiwa000 C W rcy��y��QLLLLLL of LL Z Uu auuaa g��� a 0 Ft`U-r"U- I 133HSNVId 6VSNVA?iv 1s N MMIS83d 01 'GA 19 JNIlNb'7d 33211 Hiw ��� �� NOISIAIa ONNANION3 j • `" civou 37ddnd a Ai I _ MAT_CHLINE MATCHLINE SHEET 3 r.I 1 I I iI I' I f I r' Ir. � al I � +I I' JI II 1 n rg j II If r II 4 a II Y 1 t7 4 I � yy. i { • I O MSK y V _ Ao m c .rr o O Eom � � `•� dao t m x`� o 1. . . . . . . . . . . O MSK y V _ Ao m 133HS NNId '1S NOWWIS83d Ol 'GA 10 NIW 9NUNVId 3381 d b'0_8 37ddn8 MATCHLINE �1 Y\ a lAA7C44tlN E.8HEET 2 "zM�CY)a" NOISIAIa ON O N A] I =10 nito _ MATCHLINESHEET 4 17 c i r T !i V OR t Nv tII� �4 y V P. 1 } 5 14 MATCHUNE 11 13314S NVId 1S NONNfS83d Ol '0/178 N7N JNI1NVId 33211 _ ab'0213ldd_na MATCHLINE Y; - 1. . Sr6"S Titl51'tlV MGM �N1�33NI�N3 3� . SUV � =Io Allz) I t t MATCH LIN E -SHEETS 5 n LINE �, `�°' �" ` `41'X41"`411\• _ ,S 1 NLi.qq �yttyy 1&1^ �c". ARCS jn,'4 Iln� o - lul w rn x � - lttw j pl 00 \ll1 111111 111 \ 1\ x , Il+ I ll.l 1H4 ,yy1 f\ 4 tti-.141 yZ N' 47 �.x1.t _ I , I t t MATCH LIN E -SHEETS 5 n LINE 133HS NV7d 1S NOWb91S83d 01 •only N7W JNI1Nd7d 33211 CIVOU 37ddn21 I s^asrod�rav i'NOISIAia ON O NION3 iO Ai 10 MATCHLINE-SHEET 6 1 0 n 0 ui c� i o , 133HS NVId '1S NONNISa3d 01 '0/179 H7N 9NI1NVId 33211 - - MATCHLINE a I a li �f II 1 L t 1 III of 0 NOISIAIa OW33NION3 1 • A3JL3aA`o ionilo IAATCHLINESHEET 7 t N y Y 10 i• f I� pLit- � Ii J yy - I I xy, 20 I] 133HSNNld sVSNVNaV 7S N ONI11VV7d 33211 N7W NOISIAId ON1833NION3 ado2137ddn21 XT oilg I I r1 h. 2 i 6 00 C iwt �o a who hH. II s� t r. '4 1F fr• I 1l +r p r / fa y +:, . c' MATCHUNESHEET 6 t S310N QNV SlIV130 3dVOSQNVI "1S NONNIS83d Ol '0/178 H7N a ONUNVId 33211 GVON 37ddna I 133815 NIV1NnoW 'M Sl I NOISIAia 9NIdJJNIZ)N3 co =Io .1I S o o� o ofd m p o J o o� _ - `wJ - �Jy "' wg z0 c5 3 a _ o � -w LLrc o — u — ma xW. m � `n— a mo o - wwoa =wo - mw - 00 �ti z3 m¢ mw � o W o x3 p E m p - z x w 3 3 0 o ti a 0 tt oa� z ,O - OLL Y O - 6 'N W¢ w a O u mz K W OLL w N Jo og a 2� N w. 0 U 5; W m p� p 30 z 0 Oy Z „ k p0 Sa k ma n LLJ ao _ g « Fog w o a� a w m8z ww J2 - 'a a �o Z~ a 0 ww Wo o - aa� oo -'a-o o. -- m�� a om 00 of o, o - za a o ,nom v wo - �ms O o O 3 w V U W g _� o 0 5 a ig- i ao I 133815 NIV1NnoW 'M Sl I NOISIAia 9NIdJJNIZ)N3 co =Io .1I S o o� o ofd m p o J Joh - `wJ - �Jy "' go �� vo _ ro=a=m r ¢o s�o� _ o 3 — — _ o W �po — ma xW. m � o sakUj� mo o - wwoa =wo i,- .:'iia}�n 5� to i y U W Q� O ]]i o MM9tlj1 — 1 o + GU � IGHINOOafddv' l 1S NOWNIS519d Q! 'GAIR MIN JNUNM9381 I 33Wis roviHnow 'M e„ S NOISlAlO ONIN33NION3 [ OVOU 97ddna s. oog W w s'uqz oU W s` g'W�omsp 3�¢ �o�SR�p (n Ww PPpT '" so=e mg¢N<8o zi 3 L� -�6 1% Lu�x �y� % £Sw�gs�€a�� ,� ��i U < € - sRo Ew ma:y �i gym= o �'^" �'" m J LL, O Y 7 m�aa F � �6' s� m33o ou�3 W u o o €Na g�� w �LLw ZFOm i c$'- �X g� ='� i§ �8 Om m�S�oa�o[!E' z sG co O w LU Z Z 3 a aW o Jaz o3 T� Naw U-m#sa z 8� X05 S deo a �H s jaw S gF LL u�z~ 'oma �waw< a�S g LL�LL YSyy!a.. a"zi� ga gom�o;wwX ¢` si: s�`a� C`55 Q RMT�a�w�3, 10 ww�§o Ali 02 ro'L ...emu u� Vyg..m,num M Q C/)= W iLx Cf) N ( UF-- e No lq� No f N X x o O X o a e LL' p o Q K �w NLL D N m O ~O QB of �ILlLU o < Elf O �Qa .w 01 T Q w -Q N w z wv ui CD Q a cn v X N O 0 o� LU U N LL xz N xRe µ1 m x o O Ail - /—�w O NW O = Vci. cr- xx LU CD Ae LU J" W z p= o m _ Uw 0 J '° x a W 3 oa �' w ��x N u Y W J O�i X , X Q Cl) x W O¢ o x W X W 21 11 N W -mo m W v/`/^� J U W b ip _ r "a g Ny mho Oecs w < m wz Zg 0 133tl1S NIV1Nf10W 'M vtF OISIAIa ON1EB O ni ED + I --r —i - ----_ ------------- � wy DUU U m E� - �� aq v@W E S 2 ' n IONIN033114"1 1s N NNIS89d 01 DMINVId 33211 )iw 133H15 NIV1Wf10W 'M Pll adoa3iddna NOISIAIO ON1�33NION� f}iNpA _.v�Y _� — a !t SME �aC95 y � _ s f}iNpA _.v�Y _� — a !t 7 3 "r i aha v m s�2a% pasi't €Y�� g- E _• esa 2 3F�RF xi1 I a x s .I ..Mill__ _ _____ __ tia u:: --- —————————————— — — — — —— a n� a ea,:Q, q3-1 7 Blue Ribbon Lawns, Inc Rupple Road Tree Planting Project Change Order #1 City of Fayetteville Staff Review Form 2017-0234 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item / Corey Granderson 4/25/2017 Engineering Development Services Department Submitted By Submitted Date Division / Department Action Recommendation: Approval of Change Order No.1 for the Rupple Road (MILK to Persimmon) Tree Planting Project. This change will result in the addition of approximately 750 linear feet of french drain in the median, for a total addition to the contract of $14,997.61. Budget Impact: 4520.800.9556-5809 4520 -Sales Tax Construction Bond Account Number Fund 06035.2400 Transportation Bond Street Improvements Project Number Project Title Budgeted Item? Yes Current Budget $ 625,359.14 Funds Obligated $ 435,612.05 Current Balance $ 189,747.09 Does item have a cost? Yes Item Cost $ 14,997.61 Budget Adjustment Attached? NA Budget Adjustment Remaining Budget $ 174,749.48 V20140710 Previous Ordinance or Resolution # 43-17 Original Contract Number: 17-22 Approval Date: - 15 -1 r1/ Comments: CITY OF • Tay 11 ARKANSAS TO: Mayor Jordan THRU: Don Marr, Chief of Staff Chris Brown, City Engineer FROM: Corey Granderson, Staff Engineer DATE: April 25, 2017 SUBJECT: Approval of Change Order No.1 — Rupple Rd. Tree Planting STAFF MEMO RECOMMENDATION: Staff recommends approval of Change Order No.1 which increases the contract amount by $14,997.61. BACKGROUND: The Rupple Road Tree Planting project (from MLK to Persimmon) was approved by city council earlier this year by resolution 43-17. This contract was awarded to Blue Ribbon -Lawns, Inc in the amount. of $169,810.24 --with a contingency in the amount of $15,000..00. DISCUSSION: During construction, low/wet areas were observed in the median areas where trees were to be planted. These areas will not be conducive to long term health of these trees, long term street performance, or aesthetics if left unchanged. City Engineering staff developed a design for a french drain system in this area that will connect to existing Rupple Road storm drainage and alleviate this problem. After working with the contractor and design team, Blue Ribbon Lawns, Inc. has estimated this task to cost $14,997.61. BUDGET/STAFF IMPACT: This project is funded by the 4520 -Sales Tax Construction Bond and the additional cost is within the project contingency allowance. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 aye e V. e CHANCE ORDER Contract Title Rupple Road (:SILK to Persimmon) Tree Planting Change Order No. I Date of Issuance 4/30/2017 To Catania—.. Bhce Ribbon Lawns, Inc ORDINANCURESCUITION: The Contract is changed as follows: Ef1`ecdcc Sumntadon of Cost S0.00 514,99'.61 Nes Cast for this Chance Order $14,9917.61 .Nei change by previously owhori<ed change orders The Conhacr Price prior to this Change Order was The ntract P Corice will be (i—eased][deereesed] by The new Comm et Price including this Change Order will be The Coronet Tim s will be increased y R �) [ byedee----"-"-. ,.. _...eio-to+ehrosgee.l .Required data of Competion as of Ne date of this Change Order therefore are: Substantial Complctirm Final Completion--"--"------""""— NrYff:: This .tooron• does mu rcllcct ngrs in tAc Con•.racr Price or'fmc(s) wNch Ivrc loan amhari' by Wer ban • _ precious Change Orders Blul-bb n Lai n, Inc. • 1'A ILLI, G 511/2017 BY DATE BY i—,rporoted in this or DA E 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 43-17 File Number: 2017-0040 BID NO. 17-22 BLUE RIBBON LAWNS, INC.: A RESOLUTION TO AWARD BID NO. 17-22 AND AUTHORIZE A CONTRACT WITH BLUE RIBBON LAWNS, INC. IN THE AMOUNT OF $169,810.24 FOR THE INSTALLATION OF TREES AND SHRUBS WITHIN THE MEDIAN OF RUPPLE ROAD BETWEEN WEST PERSIMMON STREET AND WEST MARTIN LUTHER KING, JR. BOULEVARD, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $15,000.00 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid No. 17-22 and authorizes a contract with Blue Ribbon Lawns, Inc. in the amount of $169,810.24 for the installation of trees and shrubs within the median of Rupple Road between West Persimmon Street and West Martin Luther King, Jr. Boulevard, and further approves a project contingency in the amount of $15,000.00. `t��tinli�rt,r� PASSED and APPROVED on 2/7/2017 1y 4" o, Attest: r 1 �•, Q`' " Sondra E. Smith, City Clerk Treasurer Page 1 Printed on 218117 4 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 -,, Text File File Number: 2017-0040 Agenda Date: 2/7/2017 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: A. 13 BID NO. 17-22 BLUE RIBBON LAWNS, INC.: A RESOLUTION TO AWARD BID NO. 17-22 AND AUTHORIZE A CONTRACT WITH BLUE RIBBON LAWNS, INC. IN THE AMOUNT OF $169,810..24 FOR THE INSTALLATION OF TREES AND SHRUBS WITHIN THE MEDIAN OF RUPPLE ROAD BETWEEN WEST PERSIMMON STREET AND WEST MARTIN LUTHER KING, JR. BOULEVARD, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $15,000.00 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the. City Council of the City of Fayetteville, Arkansas hereby awards Bid No. 17-22 and authorizes .a contract with Blue Ribbon Lawns, Inc. in the amount of $169,810.24 for the installation of trees and shrubs within the median of Rupple Road between West Persimmon Street and West Martin Luther King, Jr. Boulevard, and further approves a project contingency in the amount of $15,000.00. City o1 Fayetteville, Arkansas Page 1 Printed on 1/812017 City of Fayetteville Staff Review Form Legistar File ID 2/21/12017 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Chris Brown :1/19/2017 Engineering / Development Services Department Submitted By Submitted Date Division / Department Action Recommendation: Awarding a construction contract in the.amount of $169,810.24 to Blue Ribbon Lawns, Inc. for the installation of trees and shrubs within the median of Rupple Road from W Persimmon Street to W Martin Luther King Blvd (Bid #17-22) and approval of a project contingency of $15,000.00 Budget Impact: r 4520.800.9556-5809 4520 Sales Tax Construction Bond. Account Number Fund 06035.2400 Transportation Bond Street Improvements Project Number Project Title Budgeted Item? Yes Current Budget $ 426,191.00 Funds Obligated $ 225,984.10 Current Balance - Does item have a cost? Yes Item Cost $ 169,810.24 Budget Adjustment Attached? No Budget Adjustment $ # Remaining Budget V20140710 Previous Ordinance or Resolution N Original Contract Number: Approval Date: Comments: J Funds remaining from the original Rupple Road construction within the Transportation Bond Program is the proposed source of funding for the tree planting project. No additional funds are being requested at this time. Attachments.: Bid Tab Construction Contract Construction Drawings 2 CITY OF Tawy*fte ele ARKANSAS MEETING OF FEBRUARY 21, 2017 TO: Mayor and City Council CITY COUNCIL AGENDA MEMO THRU: Don Marr, Chief of Staff Jeremy Pate, Development Services Director Chris Brown, City Engineer FROM: Alan Pugh, Staff Engineer DATE: January 19, 2017 SUBJECT: Awarding a construction contract in the amount of $169,810.24 to Blue Ribbon Lawns, Inc. for the installation of trees and shrubs within the median of Rupple Road from W Persimmon Street to W Martin Luther King Blvd (Bid #17-22) and approval of a project contingency of $15,000.00. RECOMMENDATION: Staff recommends awarding a construction contract in the amount of $169,810.24 to Blue Ribbon Lawns, Inc. for the installation of trees and shrubs within the median of Rupple Road from W Persimmon Street to W Martin Luther King Blvd (Bid #17-22) and approval of a project contingency of $15,000.00. - BACKGROUND: In 2015 the City Council approved the construction of Rupple Road from W Persimmon Street to W Martin Luther King Blvd (Resolution 150-15). Although not included with the initial roadway improvements, the conceptual phase of the project had indicated the presence of trees within the median. In keeping with this concept, the City now desires to enhance the urban environment while increasing the aesthetics of the center median and aiding to calm traffic through the installation of trees and shrubs within the median islands as well as the roundabout areas. DISCUSSION: - On January 19, 2017 the City received three (3) valid construction bids for the proposed tree planting. Blue Ribbon Lawns, Inc. submitted the low bid in the amount of $169,810.24. For comparison purposes, the estimate for tree installation excluding contingency was $188,250.00. Based on the information included with the bid, Blue Ribbon Lawns, Inc. is a responsible bidder and appears to be capable of performing the work. However, the award will be contingent on the low bidder providing all of the required insurance and bonds in order to enter into a contract to complete the project. The contractor has approximately 75 calendar days from the notice to proceed in order to complete the work. The plans have been attached for your review. BUDGET/STAFF IMPACT: Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 j DOCUMENT 00500 - AGREEMENT 'BETWEE, N OWNER AND CONTRACTOR Contract Name/Title: Rupple Road, MLK to Persimmon Tree Planting Contract No.: THIS AGREEMENT is dated as of the 1 day of in the year 2011 by and between The City of Fayetteville, Arkansas acid x- " v%% (hereinafter called Contractor). rMITICLE 1- WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The work under -this Contract includes, but is not limited to: Installation of approximately 194 trees along with areas of butterfly milkweed and wildflower mix with the associated edging and mulebing to create completed planting areas along Rupple Road from W Martin. Luther King Blvd to W Persimmon Street. Refer to Section 00400 -Bid Form for quantities: ARTICLE 2 - ENGINEER 2.01 The Contract Documents helve been prepared by THE CITY OF FAYE'I'TEVILL.E Engineering Division and assumes all duties and responsibilities, and has the rights and authority assigned to THE; CITY OF FAYE7"L1iVILLE in the Contract Documents in connection with completion of the Work .in accordance with the Contract Documents. ARTICLE 3 - CONTI1ACT TIM F 3.01 TIME OF THG ESSENCE: A. All time limits for milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 00500 Agreement 00500-1 06035.2400 DOCUMENT 00500 — AGRBVVIENT (continued) 3.02 DATES FQR SUBSTANTIAL COMPLETION AND F.1NAL PAYMf;N'1': A. The Work will be Substantially Completed within 60 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS, and completed and ready for final payment in accordance with the GENERAL. CONDITIONS within 75 calendar days after the date when. the Contract Times commence to rutl. 3.03 11Q,U.IDATE15 DKMAGES: A. Owner and Contractor recognize that time is of the essence of this Agreement and that The City of Fayetteville will suffer financial loss if the Work is not completed within the time specified above, plus any extensions thereof allowed in accordance with the GENERAL CONDITIONS. The parties also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by The City of Fayetteville -if the Work is not Substantially Completed on time. Accordingly, .ihstcad of requiring any such proof, T'he City of Fayetteville and Contractor agree that as liquidated darnages for delay (butnot as a penalty) Contractor shall pay The City of Fayetteville Two Hundred Fifty Dollars ($250.00) for each calendar day that expires after the time specified above in Paragraph 3.02 for Substantial Completion until the Work is Substantially Complete. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the time specified in Paragraph 3.02 for completion and readiness for final payment or any proper extension thereof granted by The City of Fayetteville, Contractor shall pay The City of Fayetteville Two Hundred Fifty Dollars ($250.00) for each calendar day that expires after the time specified for completion and readiness for final payment. A.R'I'1CLF 4 - CONTRACT MUCE 4.01 The CITY OF FAYETTEVIILE agrees to pay, and the CONTRACTOR agrees to accept, as full and final compensation for all work done under this agreement, the amount based on the prices bid in the Proposal (BID FORM) which is hereto 00500Agrecment 00500.2 060.32400 DOC UNIMT 60500- AGREEMENT (continued) attached, for the actual amount accomplished under each pay item, said payments to be made .in lawful money of the United States at the time and in the manner set forth in the Specifications. 4.02 As provided in the General Conditions estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in the General Conditions. Unit prices have been computed as provided in the General Conditions. 4.03 Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. ARTICLE 5 - :PAYMEN`r- P1ROCEDURES 5.01 SUBMITTAL:Alt) PROCESSING OF PAYMENTS; A. _ Contractor shall submit Applications for Payment in accordance with the GENERAL. CONDI7.-IONS. Applications for Payment will be processed by Engineer as provided in the GENERAL CONDITIONS. 5.02 PRO MESS PAY111EiN'l:S. RETAINAGE: A. The City of Fayetteville shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Engineer, on or about the 15th day of each month during constriction. All such payments will be measured by the schedule of values established in the GENERAL CONDITIONS (and in the case of Unit .Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements. 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such 00500 Agreement 00500-3 06035,2400 I DOCUMENT 00500 — AGREEMENT (continued) amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the 'GENERAL CONDITIONS. a. 95% of Work Complcted (with the balance being retainage). if Work has been 50% completed as determined by Engineer, and if the character and progress of the Work have been satisfactory to The City of Fayetteville and Engineer, The City of Fayetteville on recommendation of Engineer, may determine that as long as the character and progress of the Work subsequently remain satisfactory to them, there will be no additional retainage on account of Work subsequently completed, in which case the remaining progress payments prior to Substantial Completion will be an amount equal to 100% of the Work Completed less the aggregate of payments previously made; and b. 100% of Equipment and Materials not incorporated in the Work but, delivered, suitably stored, and accompanied by documentation satisfactory to The City of Fayetteville as provided.in the GENERAL CONDITIONS. 2. Upon Substantial Completion, The City of Fayetteville shall pay an amount sufficient to increase total payments to Contractor to 95% of the Contract Price (with the balance being retainage), less such amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS. 5.03 1-INAL PAYMF;N':I': A. Upon final completion and acceptance of the Work in accordance with the GENERAL CONDITIONS, The City of. Fayetteville sliall_pay the remainder of the Contract Price as recommended by Engineer and as provided in the GENERAL CONDITIONS. 00500 Agreement 00500-4 060.2400 a 4 DOCUMENT 00500 - AGRE1'✓MEN1(continued) ARTICI,.E 6 - CONTR AcrOR'S .RE PILESENTATIONS 6.01 in order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. B. Contractor has visited the Site and become familiar with and is satisfied as. to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Contractor has carefully studied all: (l) Reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsuiiacc structures at or contiguous to the Site; and (2) Reports and drawings of a Hazardous F,nviron.mental Condition, if any, at the Site. Contractor acknowledges that The City of Fayetteville and .Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the Site. E. Contractor has obtained and carefully studied (or assumes responsibility of having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, and furnishing of 00500 Agreement 00500-5 06035.2400 4 DOCUMENT 00500 - AGREENIENT (continued) the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. F. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performing and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents: G. Contractor is aware of the general nature of work to be performed by The City of Fayetteville and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, .investigations, explorations, tests, studies, and data'with the Contract Documents. T. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer .is acceptable to Contractor. 1. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. KRTdC:LE 7 - CONTRACT C"➢OCtMENTS . 7.01 CONTENTS: A. The Contract Documents which comprise the entire Agreement between The City of Fayetteville and Contractor concerning the Work. consist of the 00500 Agreement owo - 6 060. 5.2400 r n DOCUMENT 00500 — AGREEMENT (continued) following and may only be amended, modified, or supplemented as provided in the GENERAL CONDITIONS: 1. This Agreement. 2. Exhibits to this Agreement (enumerated as follows): a. Notice to Proceed. b. Contractor's Bid. c.. Documentation submitted by Contractor prior to Notice of Award. 3. Performance, Payment, and other Bonds. 4. General Conditions. 5. Supplementary Conditions. -6. Specifications consisting of divisions and sections as listed in table of contents of Project Manual. 7. Drawings consisting of a cover sheet and sheets as listed in the table of contents thereof, with each sheet bearing the following general title: R1jllP1 r ROAD) M1.IC TO PERSIMMON TRgC PLANTING 3. Addenda numbers .1— . inclusive. 9. The following whieb may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to the GENERAL CONDITIONS. 00500 Agivement 00500-7 06035.2400 4 i DOCUMENT 00500 AGREEMENT (continued) AIZTICL,L' 8 - MISCEU NI OUS 8:01 TERMS: A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the meanings stated in the GENERAL CONDITIONS. 8.02 ASS1GNMEAT OT' CONTRACT: A. No assignment by a party hereto of any tights under or interests in the Contract Documents will be binding on another party.hereto without the written consent of the party sought to be }Pound; and specifically but without limitation; moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by Law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment. will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.03 - SUCCESSORS AND ASSIGNS: A. The City of.Fayetteville and Contractor each binds himself, his partners, successors, assigns, and legal representatives to the other party hereto, its Partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 8.04 SF VE:RABIL.ITY: A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon The City of Fayetteville and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 00500 Agreement 00500-8 06035.2400 il DOCUMEN'C 00500 — AGRFEMENT (continued) 8.05 FIZFLDOM OF INF RMATION ACT: A. City contracts and documents.prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of lnfonnation Act (A.C.A. §25-19-101 et. seq.). Onlylegally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. 8.06 DENS A. No liens against this construction project are allowed. Arkansas law (A.C.A. §§] 8-44-501 through 508) prohibits the filing of any mechanics' of materialmen's liens in relation to this public construction project. Arkansas law requires and the contractor promises to provide and file with the Circuit Clerk of Washington County a bond in a sum equal to the amount of this contract. Any subcontractor or materials supplier may bring an action for non-payment or labor or material on the bond. The contractor promises to - notify every subcontractor and materials supplier for this project of this paragraph and obtain their written acknowledgement of such notice prior to commencement of the workof the subcontractor or materials supplier. IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement in quadruplicate. One counterpart each has been delivered to Contractor -and Engineer. Two counterparts each has been delivered to The City of Fayetteville. All portions of the Contract Documents have becn.signed, initialed, or identified by The City of Fayetteville and Contractor or identified by Engineer on their behalf. 00500 Agreement 00500-9 06035.2400 DOCUMENT 0050,0 — AGREU M:EN'T (continued) i Tbis Agreement will be effective on a I , 20Lgwhich is the Effective Date of the Agreement. CONTRACTOR— k2- By: ONTRACTOR_By: Call, Title:`.'iU (SEAL) , Attest Address for giving iaoices _ :�v¢.,1���r �►� ,enc.. .. License No. _�` 13j ZL-p t" _ Agent for Service of process (11'Contractor is a corporation, attach evidence of authority to Sign.) CITY OF FAYETTEVILLE (SEAL) tttll►ppp Attest p� Address for giving notices ►`f .t _": FAYEIiEVILLE.; KA T4 (attach evidence of authority to sign and resolution or other documents . authorizing eXecution of Agreement) Approved As to Form: By: Attorney For: _ END OF DOCUMENT OOSDO 00500 Agreement 00500-10 06035,2400 0 3 Farm 1 1 2 -J -E Compensation of Officers PovfX emtar.2D,3) ObfBNo.,515T125 ►.Attach to Form 1120,1120.0,1120-F, 1120-RE17,1120-RIC, or 11205. neparhneM o! Ual Treasury 1-tnrr►Y Ravt:riug Servka SI Information about Fotta 1125•E and its separate Instructlow Is -al www.Irs.govA'bMIf25e. Nartm - Employor ld"tirke0on nv bw Blue Ribbon Lawns, Inc. 71-0786244' Note. -Complete Form 1125-E only it total. receipts ;are $500.000 or more. See instructions for definition of total receipts. 1 (a) Name of officer (b) Social security W P devoted nt of Percent of stock owned (f) Amount of (d) Common (e) Preferred number to business compensafian Richard DeLau titer 45. oo t Dose las 3 Mineart, 100 % > 10.00 % $ t Carol. Deiauc iht6k a 100 % 45A.0 $ t % e az , % % $ % .$ $ $ $ $ $ $ $ $ $ % 2 Total compensation of officers.........,,.................................................,.., ...". .. - 1ao, 000. 3 compensation of officers claimed on Form 1125•A or elsewhere on return ....................................... 4 'Subtract line 3 from line 2. Enter the result here and on Form 1120, page 1, line 12 or the appropriate line of your' -tax return....... ...... ...................... ......:..... 120. 000. BAA For Paperwork Reduction Act Notice, see separate instructions. Form 11254E (Rev 12=2013) (nVIO1L OM13 CITY OF eye °Ile A R K.A N SA S CITY OF FAYETTEVILLE, ARKANSAS Bid 17-22, Construction - Rupple Rd Tree Planting OFFICIAL BID TABULATION Certification of Funds: $190,000.00 Max Bid Award Limit: $237,500.00 BID OPENING: 01/19/2017; 2:00 PM ITEM N0. DESCRIPTION ESTIMATED UNIT QUANTITY ARCO Excavation & Paving, Inc. Blue Ribbon Lawns, Inc. B&A Property Maintenance UNIT UNIT PRICE AMOUNT PRICE AMOUNT UNIT PRICE AMOUNT 1 Clearing, Grubbing, and DemolitionPEEA 1 5 12,000.00 $ 12,000.00 $ 15,279.00 $ 15,279.00 $ 17,247.00 $ 17,247.00 2- Excavation and Embankment 1.500 $ 1.2.00 $ 18,000.00 $ 3.00 5 4,500.00 5 9.00 $ 13,500.00 3 4" Topsoil Placement (Yard Areas) 750 $ 5.00 S 3,750.00 5 2.26 S 1,695.00 $ 6.00 S 4,500.00 4 fescue Sod 750 $ 5.00 $ 3.750.00 $ 5.99 5 4,492.50 $ 4.50 $ 3,375.00 5 Sign Relocation 10 5 250.00 5 2,500.00 $ 53.21 S' 532.10 $ 240.00 S 2.400.00 6 'Traffic control and maintenance 1 $ 3,300.00 5 3,300.00 $ 3,073.00 $_ 3,073.00 S 5.240.00 $ 5,240.00 7 iMobilization ( shall not to exceed 5% of total bid EA 1 $ 2,000.00 $ 2,000.00 $ 6,558.34 $ - 6,558.34 $ 8,950.00 $ 8,950.00 8 Oald Cypress Taxodium distichum YP I 1 EA 23 $ 275.00 $ 6,325.00 $ 321.02 $ 7,383.46 5 363.00 $ 8,349.00 9 willow Oak ( Quercus Phellos) EA 53 5 275.00 5 14.575.00 S 348.46 S 18,468.38 $ 398.00 $ 21,094.00 10 Shortleaf Pine (Pinus echinata) EA 21 S 275.00 S 5,775.00 $ 268.89 5 $,646.69 $ 359,OD $ 7,539.00 11 _ American Hornbeam (Carpinus betulus) EA 67 $ 275.00 $ 18,425.00 $ 348.46 $ 23,346.82 5 355.00 $ 23,795.00 12 Gingko (Gingko hilobal EA 29 5 375.00 I S 10,875.00 $ 350.84 S 10,174.36 '$ 398.00 5 11,542.00 13 . Butterfly Milkweed (Asclepias tuberosal EA 30 S 50.00 $ 1,50U,00 $ 224.99 $ 6,749.70 5 331.00 5 9,930.00 14 wildflower Mix EA 25- $ 50.00 $ 1,250.00 $ 62.41 S 1,560.25 $ 59.00 5 1,475.00 15 Standard Seed Mix ( Fescue/ rye)- EA 2 5 3.300.00 5 6,600.00 $ .1,207,13 $ 2,414.26 $ 5,175.00 $ 10,350.00 16 4" Gravel Mulch EA 350 S 65.00 S 22,750.00 5 9.72 5 3,402.00 S 75.00 5 26.250.00 17 1/8" Steel Edging EA 10,600 $ 2.50 5 26,500.00 $ 1.53 $_ 16,218.00 $ _ 3.50 S 37,100.00 18 Watering (1st year) EA 1 5 20,000.00 $ 20,000.00 5 10.400.00 5 10,400.00 5 16,556.00 5 16,556.00 19 Watering (2nd year) EA 1 5 20,000.00 5 20,000.00 $ 10,400.0D $ 10,400.00 5 18,676.00 5 18.676.00 20 Maintenance Bond EA 1 5,000.00 5 5,000.00 5 5.273.49 $ 5,273.49 5 5,865.00 $ 5,865.00 21 Perfurrnanc'e Bund FA I $ ' 3,000.00 5 3,000-00 5 5,273.49 $ 5,273.49 5 2,932.00 5 2,932.00_ 22 'Ree Replacement due to damage ___.� EA 20 5 300.00 -_ 5 6.000.00 $ 348.47 _._. $ 5,969.40 5 428.00 $ $,560.00 �----TOTAL BASE BID 'TOTAL BASE BID MINUS DEDUCTIVE ALTERNATE gl OF 2 $ 213.875.00 $ 169,810.7.4 $ 265,215.00 _ 5 19_3,875.00. 5 159,410.24 $ 246,539.00 Line Item N19 'TOTAL BASE BID MINUS DEDUCTIVE ALTERNATE N2 OF 2$ 173,875.00 5 149,010.24 $ 229,993.QO Line Item nis *Highlighting Notes Corrected Calculation Error CERTIFIED:__ ✓ 'C�Z �-fi- '�{1AAk-4 An rea cnnie, CPPO, CPPB, Purchasing Manager `� Witness Date FRURPLE FIC A13 -TFR E E R LA Oil T 1 N G MILK BL!/I)_ TO PERSIMMON ST. for the City of Fayetteville JAI a . $MEET N0. D�RIPTii:y _� � _�• � �� _ ''�"'' " _ I' ' COVER d UiCF=`I � - '[ PLk�.9NcET 3 Pwp SHi ET _ a PLAN. SH'cET e PLA\ SHEE' PLAN SHED PeAN SHEET s ( r•"�'' Z IANDSCAPNO DETAILSANONCTEF. TC -2 TRAFFIC CONTOL Projce[ - _ •~ TC 7 TRAFFIC CONTROL Lnenteon - �' TC -3 TP... FFIC CONTROL it ARK.HWY.DIST.N0.4 VICINITY MAP C, CiIy Cr c. •. / v� �UYa:�nd.. Taye it icon A. ),—p,, a ..w.PoTe:env(!?e-cr gc-. E��F Numy,.�S1 °00_181-a`'� ENGINEERING DIVISION V, Ube .' �JPN7? ;je.14 13,19 ',410 - — --------- a Az C 133HS' 3NIIHOIVVJ I'l y 0 F. RUPPLE ROAD ENGINEERING DIVISION TING Fay� TREE PLANTING BLVD. TO PERSIMMON ST. PLAN SHEET V CZ a Az C 133HS' 3NIIHOIVVJ I'l y 0 F. RUPPLE ROAD ENGINEERING DIVISION TING Fay� TREE PLANTING BLVD. TO PERSIMMON ST. PLAN SHEET a � \\a» /\/ \\. vl � \ �/ � \� . /\ \\§ .,\ - :�. f � �\` � \/` \. \ \\ \,. . 1 . } ! ` . . ` \ \. \/ n. -}} \y\� },� « 4 \� . \�\(. , // \\� fig ........22a.\c.«... .. .a.,.za\/�....... V 133HR'3NI IHO iV W (5TY �F RUPPLE ROAD ENGINEERING DIVISION TREE PLANTING FaVe.q�Te yMLK BLVD. TO PERSIMMON ST. PLAN SHEET I 133HSNNId sysNVNav '1S NOWNIS89d 01 '0A78 )4IW a� Ina 3h ONUNNId 3381 'NOISIAIa ONIN33NION3 • oeoa 3iddna --- i o .t l l o MATCHLINE MATCHUNESHEET 5 v� �r , :":::..::•. � i. +fir "'•,�•,, x.. '•:`;. 1, 1 1JIM�. _ Xi t i. i — \ ` r r I L Oi1y1. ,Tf a by yu Yep � tt1+;�, ' � � i 7:�' G •\ is .:�xFZ. • Ws y . 1 .•p; 1 2 6; MATCH LINESHEET'��� f� M TCHLINE 3mlHD1'VW 11133HS3N1lH3lVVI ' I r^ L°l L ��r✓� r,l�. r 0' O 41L✓r) i �r . _ _ . r aEAfa y_n- OR f .1tm/n F k is r3 r i 9133HS•3NllHa1VVJ _ 3N]IHDIVW c f r v OF RUPPLE ROAD Tay`�qclv�Tc 7ENGINEERING DIVISION, ' TREE PLANTING MLK BLVD. TO PERSIMMON ST. PLAN SHEET I 'Y': L Pi C I I Y CF 4m �y,��J, ENGINEERING DIVISION italk W, RUPPLE ROAD TREE PLANTING MLK BLVD. TO PERSIMMON ST. PLAN SHEET 9133HS3NnH�1VW �1 /f ' U .� 1� m. , 49 i 7 4 ffa Riv r 1 � � " e r � �• 5J�` �'\\ ` O tff. C ITY OF RUPPLE ROAD Tay��le ENGINEERING DIVISION TREE PLANTING 1 MLK BLVD. TO PERSIMMON ST. FS PLANSHEET v 0 .6 - w. g rf o a zi a A ba g ois in 9 Z� N Ag CITY OF ENGINEERING DIVISION. RUPPLE ROAD co yV� ul v I �IRKAI, TREE PLANTING MLK BLVD. TO PERSIMMON ST. • LANDSCAPE DETAILS AND NOTES v d ma -n- b o S �—ii Is 00 C!1 1. :, A m (D s. •y m F �i Z XO X O • X „V Fi N rm yo J <N $f X X R z0 T O cn c7 D r n O o r^ rFn V, m p �m ate: (D -1m O m;gym - - = m cn 'ADO O J 1 m i ((�� mo e Or- f, U 0 O �� a r Q `ick D N Cn o e.N� �mmo � o .lei, �n _ � � _ �`� mp o m �3� �. 0 -° zu X11 y ZO 0 A O C] y �H 4"m= cin " i n:�na` .. Go Rc. WnIU & pA �k. rrzz ypq�� n3 d Sfia FF t ••""ami i� k; 3 CP g�F $%�'a mC16 Kf Rr D mr�l z2 'nc.. ^c{zQoA ZS.4n ' Z U R Y� RaiG X '�r� .$ a gXg; n R i !t2 �� Hi pag Rm bf� cn vv t7 38.3 7N g�Ei l5r Ac�f r� F. RR i taf-ail"" 4•fi� f •�� y ¢A ���e c�N Y � S �Fu$ dE°5$ Vm ?,11Y ny. au 39 :�•: y.A xy� F:€ rx$ExdF a' 444 �Fg b � r 8 it i d. 10 \i? N o v e ENGINEERING DIVISION EE1 RUPPLE ROAD TREE PLANTING MLK BLVD. TO PERSIMMON ST. x p} ,, ye 1D w' MOUNT�M Sfi —atm TRAFFIC CONTROL r AN RUPPLE ROAD 4 n N ENGINEERING DIVISION TREE PLANTING �. N ON aV� {� 113 W. MOUNTAIN SER MLK BLVD. TO PERSIMMON ST. J --,- -® 1 1 TRAFFIC CONTROL n IT - Y �3 r AN RUPPLE ROAD 4 n N ENGINEERING DIVISION TREE PLANTING �. N ON aV� {� 113 W. MOUNTAIN SER MLK BLVD. TO PERSIMMON ST. J --,- -® 1 1 TRAFFIC CONTROL n i — — — --- — — — — — — — — - - - - - - - - - - - - --------- -- T z --------- 1VpF 1 9r- �a ' oo HIP , UL-. i v z I ifI -- --I • C§ — RUPPLE ROAD " ENGINEERING DIVISION TREE PLANTING 113 W. MOUHTM MLK BLVD. TO PERSIMMON ST4 43 ! TRAFFIC CONTROL F I ryeI-—