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-—