Loading...
HomeMy WebLinkAbout45-15 RESOLUTIONRESOLUTION NO. 45-15 A RESOLUTION TO AWARD BID #15-16 AND AUTHORIZE A CONTRACT WITH CAM LAWN SERVICES, LLC IN THE AMOUNT OF $149,191.00 TO PLANT TREES AND SHRUBS IN THE MEDIAN OF CROSSOVER ROAD BETWEEN TOWNSHIP AVENUE AND JOYCE BOULEVARD AND IN THE MEDIAN OF GARLAND AVENUE BETWEEN MOUNT COMFORT ROAD AND JANICE AVENUE, 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 415-16 and authorizes a contract with CAM Lawn Services, LLC in the amount of $149,191.00 to plant trees and shrubs in the median of Crossover Road between Township Avenue and Joyce Boulevard and in the median of Garland Avenue between Mount Comfort Road and Janice Avenue, and further approves a project contingency in the amount of $15,000.00. PASSED and APPROVED this 17`h day of February, 2015. A nnn nI rUri. ATTEST: By. ljan-ee4 ,- 'E. r� SONDRA E. SMITH, City Clerk/Treasurer u may Y� �-• y City of Fayetteville, Arkansas 1F West Mountain 701 Fayetteville, AR 72741 479-575-8323 Text File -- ' File Number: 2015-0055 Agenda Date: 2/17/2015 Version: 1 Status: Passed In Control: City Council File Type: Resolution Agenda Number. A. 8 BID #15-16 CAM LAWN SERVICES, LLC: A RESOLUTION TO AWARD BID 415-16 AND AUTHORIZE A CONTRACT WITH CAM LAWN SERVICES, LLC IN THE AMOUNT OF $149,191.00 TO PLANT TREES AND SHRUBS IN THE MEDIAN OF CROSSOVER ROAD BETWEEN TOWNSHIP AVENUE AND JOYCE BOULEVARD AND IN THE MEDIAN OF GARLAND AVENUE BETWEEN MOUNT COMFORT ROAD AND JANICE AVENUE, 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 #15-16 and authorizes a contract with CAM Lawn Services, LLC in the amount of $149,191.00 to plant trees and shrubs in the median of Crossover Road between Township Avenue and Joyce Boulevard and in the median of Garland Avenue between Mount Comfort Road and Janice Avenue, and further approves a project contingency in the amount of $15,000.00. City of Fayetteville, Arkansas Page 1 Printed on 211812o15 City of Fayetteville Staff Review Form 2015-0055 Legistar File ID 2/17/2015 City Council Meeting Date - Agenda Item only N/A for Non -Agenda Item Chris Brown 2/5/2015 Engineering/ Development Services Department Submitted By Submitted Date Division / Department Action Recommendation: Awarding a construction contract in the amount of $149,191.00 to CAM Lawn Services, LLC for the installation of trees and shrubs within the median of Crossover Road and Garland Avenue (Bid #15-16) and approval of a project contingency of $15,000.00. Comments: Budget Impact: 4520.9555.5809.00 4520 -Sales Tax Construction Bond Account Number Fund Transportation Bond Street Improvements/ 06035.2000 Crossover Road Street Improvements Project Number Project Title Budgeted Item? Yes Current Budget $ 300,000.00 Funds Obligated $ 853.05 Current Balance $ 299,146.95 Does item have a cost? Yes Item Cost $ 164,191.00 Budget Adjustment Attached? No Budget Adjustment $ - Remaining Budget $ 134,955.95 V20140710 Previous Ordinance or Resolution # Original Contract Number: Approval Date: �– r j— Comments: CITY OF • Tay%4e�le KANSAS MEETING OF FEBRUARY 17, 2015 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 28, 2015 SUBJECT: Awarding a construction contract in the amount of $149,191.00 to CAM Lawn Services, LLC for the installation of trees and shrubs within the median of Crossover Road and Garland Avenue (Bid #15-16) and approval of a project contingency of $15,000.00. RECOMMENDATION: Staff recommends awarding a construction contract in the amount of $149,191.00 to CAM Lawn Services, LLC for the installation of trees and shrubs within the median of Crossover Road and Garland Avenue (Bid #15-16) and approval of a project contingency of $15,000.00. BACKGROUND: In 2007 the City Council approved the cross section for Crossover Road, Highway 265, between Township Ave and the northern City Limits at Ivey Lane. The approved cross section included a raised center median with intermittent turn lanes included at critical intersections. The ultimate approval of this cross section included much debate between including a raised center median or a continuous five -lane section with center turn lane. A review of the meeting minutes, drawings, figures and presentations do not provide a clear indication of whether the median was to include trees. Regardless of the outcome of this research, the Council did not appropriate funds for tree planting during the original approval process or in subsequent budgets and trees were not planted during the construction of the project. 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. Last year, the Transportation Committee recommended that staff prepare plans and receive bids for installation of trees on both Crossover Road, between Township and Joyce, and for Garland Avenue, north of North Street. DISCUSSION: On February 5, 2015 the City received two (2) valid construction bids with the low bid being $149,191.00. For comparison purposes, the estimate for tree installation excluding contingency was $285,783.00. The low bid was submitted by CAM Lawn Services who, based on the information provided, is a responsible bidder and appears to be capable of performing the work. The award will be contingent on the low bidder providing all of the required insurance Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 and bonds in order to enter into a contract to complete the project. A portion of the remaining funds will be utilized to reimburse the Water Department for work performed setting water meters and providing conduits to the medians in order for the contractor to install the irrigation system. BUDGET/STAFF IMPACT: The Transportation Bond Program is the proposed source for funding this project. The Staff Review Form indicates the current balance as well as the obligations associated with the fund. The total amount obligated for the construction contract is $164,191.00 which includes the contingency. Attachments: Bid Tab Construction Contract City of Fayetteville - Purchase Order Request (PO) a o 21512015 (Not a Purchase Order) All PO Requests shall be scanned to the Purchasing e-mail: Purchasing®fayettevlllear.gov. Purchase shall not be made until an actual PO has been Issued. EMad Vendor Vendor Lawn Services dba B&A Property Malntanance Legfetar#:21902 Name:CAM 2015-0055 omt: Address: 325 County Line Road O YES ❑ cv Expected Delivery Date, Ship to code: Quotes Attached City: Springdale Stale- AR ❑ rrr ❑ pro 72764 Requesters Employee #: Extension: equsster: Item Description Quantity Unit of Issue Unit Cost Extended Cost Account Number Pro'ect.Sub# Inventory # Fixed Asset ft 1 Trees & Shrubs 1 149,191.00 $149,191.00 4520.9555.5909.00 00035.2000 2 Crossover & Garland $0.00 3 $0.00 4 $0.00 5 $0.00 6 $0.00 7 $0.00 8 $0.00 9 $0.00 10 $0.00 • ShippinglHandling Lot $0.00 Jpociel lrt5lrucNona: Subtotal: $149,191.00 Tax: Total: $149,191.00 Approvals: Mayor: Department Director. Purchasing Manager: Chief Financial Officer: Budget Director. IT Director: Despatch Manager: Utilities Manager: Other: DOCUMENT 00500 -- AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: Crossover Road Phase I and Garland Avenue Tree Planting Contract No.: THIS AGREEMENT is dated as of the 1 T day of & ,q_ in the year 20'�by and between The City of Fayetteville. Arkansas and CAM Lawn Services, LLC. (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: The installation of approximately 181 trees and 31 shrubs on Crossover Road as well as approximately 47 trees on Garland Avenue per the planting details along with the required irrigation systems for each location. The Contract includes work in AHTD Right-of-way and work in City of Fayetteville Right-of- way. Refer to Section 00400 -Bid Form for quantities: ARTICLE 2- ENGINEER 2.01 The Contract Documents have been prepared by THE CITY OF FAYETTEVILLE Engineering Division and assumes all duties and responsibilities, and has the rights and authority assigned to THE CITY OF FAYETTEVILLE in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. 00500 Agreement 00500 - 1 06035.2000 DOCUMENT 00500 — AGREEMENT (continued) ARTICLE 3- CONTRACT TIME 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. 3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT: A. The Work will be Substantially Completed within 50 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 00500 Agreement 00500-2 06035.2000 DOCUMENT 00500— AGREEMENT (continued) 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 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 PROCEDURES 5.01 SUBMITTAL AND PROCESSING OF PAYMENTS: 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 PROGRESS PAYMENTS, 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 construction. All such payments will be measured by the schedule of values established in the GENERAL CONDITIONS (and in the case of Unit Price 00500 Agreement 00500 - 3 06035.2000 DOCUMENT 00500 — AGREEMENT (continued) Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements. 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 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 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. 00500 Agreement 00500 - 4 06035.2000 DOCUMENT 00500 — AGREEMENT (continued) 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. ARTICLE 6- CONTRACTOR'S REPRESENTATIONS 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 00500 Agreement 00500 -5 06035.2000 DOCUMENT 00500 — AGREEMENT (continued) 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 famishing of 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. I. 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. 00500 Agreement 00500 - 6 06035.2000 DOCUMENT 00500 — AGREEMENT (continued) J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing 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 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. 00500 Agreement 00500 - 7 06035.2000 DOCUMENT 00500 — AGREEMENT (continued) 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: CROSSOVER ROAD TREE PLANTING PHASE 1 - TOWNSHIP AVE TO JOYCE BLVD 8. Addenda numbers one (1) to two (2), 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. ARTICLE 8- -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 parry 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. 00500 Agreement 00500 - 8 06035.2000 DOCUMENT 00500 — AGREEMENT (continued) 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 SEVERABILITY: 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. 8.05 FREEDOM 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 00500 Agreement 00500 - 9 06035.2000 DOCUMENT 00500 — AGREEMENT (continued) 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. This Agreement will be effective on , 20jSwhich is the Effective Date of the Agreement. CONTRACTOR (2 A M 1-.a kl n! S E P -V i c g CITY OF FAYETTEVILLE LLc�. By Title;-fis,�� -„i kA (SEA )/ Attest Address for giving notices 3Z4 tJ Cov,.try L,,..i . SPQI1DAC.E. Ax 7Z7(,4 (SEAL) Address for giving notices 00500 Agreement 00500 - 10 06035.2000 DOCUMENT 00500 — AGREEMENT (continued) License No. Agent for Service of process (If Contractor is a corporation, attach evidence of authority to sign.) (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 00500 00500 Agreement 00500 - 11 06035.2000 CITY 01- a e eville ARKANSAS City of Fayetteville, Arkansas Purchasing Division OFFICIAL BID TABULATION Bid 15-16, Construction - Tree Planting, Garland and Crossover Thursday, February 5, 2015, 2:00 PM, Local Time 4 CAM LANM SERVICES LLC SECOND NATURE PROPERTY MANAGEMENT LLC ITEM DESCRIPTION Est Qty Unit PRICE PER UNIT TOTAL PRICEIPER TOTAL PR10E PER UNIT TOTAL 1A Gearing, Grubbing. and Demolition 1 LS x $ 930.00 • $ 930.00 x $ 1,500.00 • $ 1,500.00 2A 4InchTopsoil Placement ;YardAreas) 750 5Y x S 2.96 S 2,235.00 x $ 1.00 • $ 760.00 3A Bermuda Sod 750 SY x $ 360 • S 2,625 00 x $ 3.50 • S 2,826.00 41O Sign Relocation 32 EA x $ 82.00 • $ 2,624.00 x S 175.00 • $ 6,600.00 SA TraffcControl and Maintenance 1 LS x 1 5,500.00 • $ 6,500.00 x $ 4,500.00 • S 4,600.00 sA Mobilization (Shall not exceed 5% of total Bid I 1 EA x $ 5,200.00 • $ 5,200.00 ■ S 8,000.00 • $ 8,000.00 710 Soil Amendment Condition 1A (Tree) 61 EA x 1 22.00 • 1 1.342.00 x S 50.00 ■ S 3,060.00 8A Soil Amendment Condillon 10 (Tree] 60 EA x $ 2200 • $ 1,320.00 x S 60.00 • $ 3,000.00 9A Soil Amendment Condition 1C (Tree) 60 EA x 1 600 • $ 380.00 x 8 20,00 • $ 1,200,00 10A Sot Amendment Condition 1A (Shrub) 11 EA x S 4-00 • S 44.00 X I 10.10 • $ 110,00 t 1A Soil Amendment Condlion 16 (Shrub) 10 EA x 3 400 • 6 4000 x $ 10.00 • $ 100.00 12A Soil Amendment Condition 1 C (Shrub) 10 EA x 3 200 • S 20.00 x 1 10.00 • $ 100.00 13A Swamp White Oak (Quercus bicdlor) 70 EA x $ 27300 • $ 19,110.00 x 1 385.00 • $ 26.950.00 14A London Planetree (Plalanus x ecerlfolla) 13 EA x 3 261.00 • S 3.393.00 x $ 356.00 a S 5.006,00 15A Fruitless Kentucky Coffee Tree (Gymnooiadus dlolcus) 55 FA x $ 273.00 • S 15,016.00 it 1 385.00 • $ 21,17500 16A Shadblow Serviceberry (Amelanchler cenadensis) 31 FA C S 51.00 • $ 1.58100 x $ 30.00 • $ 930.00 17A Blackgum (Nyssa Sylvalica) 43 EA x 5 26500 • 1 12,266.00 x $ 385.00 • $ 18,565.00 18A 8ackfowPreventerwfBox 5 Fro x S 1.850.110 • S 9,250.00 x 6 450.00 ■ 6 2,260.00 19A irrigation System I LS x $ 28,250.00 • 6 28,260,00 x $ 22,600.00 • 3 22,500.00 20A Maintenance Bond 1 LS x S 876.00 • 6 875.00 x $ 500.00 • ■ 1 660.00 SUBTOTAL SCHEDULE/k $ 111,7!9.00 S - 1 124,400.00 10 Clearing, Grubbing, and Oenralilion 1 LS x S 520.00 • $ 520.00 x 1 1,000.00 • $ 1,000.00 20 4 inch lopsoil placement (Yard Areas) 250 5Y x S 205 • 6 74500 r $ 1.00 ■ $ 250.00 38 Bermuda Sod 250 SY x S 3.50 • $ 875.00 it 5 3 SO • $ 876.00 4H Traffic Control and Maintenance I LS x 5 3,590.00 • S 3,590.00 x $ 2,000.00 • $ 2,000.00 55 Mobilization (Shall not exceed 5% of total Bid) I 1.5 x $ 1,650.00 • S 1,650.00 it $ 1,500.00 • $ 1,500.00 6H Swamp While Oak (Quercus bicolor) 15 CA x $ 273.00 • $ 4.095.00 Y $ 385 DO • $ 8,77500 7B Shadenlasler triancanlhos earIns rmis] ass Honelccust (Gleditsla 17 EA x $ 271.00 • S 4,607.00 x $ 365.00 • S 5.645.00 OB Princeton American Elm (Ulmus americana'Princeton') 15 FA x $ 296.00 • $ 4.440,00 x $ 385.00 • 5 5,775.00 9B BeckflowPrevenlerw+Bax a CA x $ 1,850.00 • 1 7,400.00 x $ 450.00 • 5 1,80040 106 Irrigation System I LS x $ 9,260,00 • 5 9.250.00 x $ 12,500.00 • $ 12,50.000 120 Maintenance Bond 1 LS x $ 250,00 • $ 250.00 x $ 300.00 • S 30000 SUBTOTAL SCHEDULE B $ 37,422.00 IS . 6 38.320.00 TOTAL BASE BID : (SCHEDULE A • SCHEDULE B) $ 140.1101.00 i 6 162.720.00 'NOTICE: Bid award is contingent upon vendor meeting minimum specifications and formal authorization by City officials CERTJFIEO- {1• Y )J$_. "" Denotes Cal ulation Error p. CROSSOVER ROAD TREE PLANTING -PHASE TOWNSHIP ST. TO JOYCE BLVD. for the City at Fayetteville l y ii �c 6' ARK.HWY DIST NO, 4 VICINITY MAP v,m, i• CITY IF 'ttvlle ENGINEERING DIVISION I I!__ �rr"��� f r, i� _ � s,+ fr' �� - .v r� f :—! � � � `�yy !i``� rig* - _e+\ �. Y `�•��� '�Y���ll�`r�f�t� f/``JCS "rl.r• a 'y "�� - -.l4 TF It /a y� .►"fit"�xti `���° J���Y�� ���rr,��f - � -ar _-� r� Y- •^T I � 11 "�i fi ■T� T� ;;,A.- rJM T% +� J J� 1/sue, �. - 1 7�1 ��1ll�lrr+ r�gpi)�� 7� i I, /�J�wj-1 i ri� .,► wy,4 f mss+ : -�� .' — � . $t�4 r�i�3rl,aat`�MaY�a4��,4�1.ai'+foM,+!��4�i►,_��1r��:4�t - ► --"� , tier* J•L ____ I __ .�.-____1�.--�.`;, y — �1C�J1tiC'�Jl-��—k�. �Cr'�9t.�Y.l� f i9CA'1Z ? � ti 1 `� s ^Y �`�. �' +�. ti.:, --' �i• ���TI��' Ali ''54's�s3Y 4- M�� y:UM I --.r-- •f- y' ar r. 1 mow_ -I A TP 3FN N� ir��FTLr,H��:1 r va Ki¢lFiN•.a �I NWh[I[vvn—,. �co Ir r_v.. rri _t LV Fv TREL_PLAMUI nGML Hn1 Tit 11111 L,I.cs:nx I.mL=. .Y!L..: [A. I1n.J4 VY.-All vr.n!IN+•p F -.m K,n A. uW - - - 1711 � i:r• lxe'11Fstlml ". lx 1—TTITn_Fir.i sxnvinr,w et us.!rt,.n< .Lvvrtl to e,,wl5 x.{w l Lnscit PAl Al ,ESTLIT IrxltLwx,uE e!.arfnlCEl .. W �"�` naru.., �rcarlF,.n,sla.,nEa,,l,xvllv.rrn.rl lon,u..w�a!,uttn:,l�.�e.w,.uu.Ir Nlaiunls� Owl n.�Lr..�rst<rKree cawrEe r�l�m-rs3!LLED Ono sr!1vx4�xs r+r.�E�a, nlr•_m1Lnl a4i iq At. IrttL rAKI EEI.Ik4'nr rHAK•EDeLFny 11.110 UA14sArE(a£k 011101,1010r1xsl lt,I n101[rn,EltI,rs SPEC Ill xE P ui-1aF..,,.w,xs wul uvtiT,uw�ENsu.o.m, nrr rF FrnarE.n.ErL.,m,: r.=Tks s EE.,,n Lli "��E [. 1 10! iE,E.,xs cqw IEwL_E,LMn,'`I"na.s,l I:I14Ir:.,4...r 1.,.,. ,,,.. 1111,.. , ue_n ., 11 . er La 1 ae x tinau•<.l;r Ia w I111u IFrw Is1+_,Ptiv,1rN E F,n rlry rr.c u1,..rAvn sww.+ 1. IFTF n u1, ru 1.rexw,,re v,vk. .lAL,.A. tL..I,.1ro'11.r.o..-.4'l •I0PIP.,A1.iAlh, __ a.nrw�.,.F..s rw>Cr„ cr�i,s.IIr xw l..r) Ill x xs lI u:, -0-I IrL0 044 nItI RA In>_ I Min lsrrLxr.ck.,-: EC OEu,Kn.L xuu,., ry a. afs,eI,.,. 11110 LA1CAkAl10IL01 111119Fh.540u(k-lt1t1lsIRlARlral(rt,.LMI:1LFIM,1Ery 1111w_ 1ITIEdEFMYW1LI nCCT4o.Ou 110 Al[Vw1 011 Yn 11.1,.1Eh11,L (f) N' I I u_ s-Ecu aTrmry ev, vI I„E UEEI I - I—IT T SrcCIEran-rs r,. 01101.wre...r..!o..�x,n xE. iE cnrl.n.Esx•lr uran cL.cEcr.r_r,wn-,4,nOH ltvmv,. L.f.,TE AlL 111uncs:.,ee,ruv LIt 44 0. 1* O OLOIIILLlICAICIPAR,L LL'.a nUt.0 nt I„rr I I..ln sL uk,k11LAx Iwy I [0101 WLIk04klk Cnhk'1ual IH l II 1c1CI 041VAn1011 :.1M1flJL F L.7, �] 4L _I.v u,Lr,m. — ,lII0W'IIuLLLireuua11:u 11 n Z 1 I:1-u7EFrti Air [111,101 II Ill 1:411111.1 rtrtr,101r 11 10 Ilr,T n,L1.uE>vLUoo.LFICRnLu1 aE.0=R 5I . YnL,vE {ALr OE.O (P l'C-Ex gIL.•2!¢5 (✓• VOl9LE LE.1k11,1T Ikk n. Y.., n!�'. �` SF,JpTE., L. 11- 1 Il.Is_91V L IL II_y1E u; �,'.a .vc-11"11 T, 1111x' 11 wi L IF I'L T11 - 1:I ,L.L.au.s.�FnN,;H, ^-._,•,"11 rT - In n'uT 5uTIPs k[Liln2nCLAtL 1 uwssu.xw_rrs TO O 5r ALT emM ALI GRADE ' I r�u5,Icw!AR EISY 1Tr COuFXE5AWAI'AEWA A A —ID.. .t 1{,Illl -.01 W n!� AIR!. Y.+S (:w_.'rrs I ( 1 DADA All mNLvn .JY 111 110 ;? [ ) sL4lEPfLAcm EIJIrrEn9JX TILL OhERRFL5 M1ViNGlI0HE0NNOTE IFBOVEAS50CHlEC I �S��LVEII'FI EXE SIH.SW I— nl 11 MITI PROVE:YlLACOAYiCTC 0.40OPCPAYAJIL RP1WT101E _ - r>,1. s..Bmu � sYsrEa snlu aE rXovloEOWaus ew _d Fi ]alwcnrpx Sv5lEu snrLL[vgIllEAsur,LEEwIIERAI W_+I ur 1WC1 7r iO 1wWVu pcylll Or Y1'riA9!EUCW'.Fl n l.ur aJnlr-Rs aRALL eE G�JBLE or wsmcUrlw: A,E Gu 4111 a'n I>Falxrm tvtMr to EnanArvl TlwarlrYn FAw Tn1E. � l")NEIC1(II . COnTRGA1 Yi S11A11 PROvfiC SII104l 511Yn1wc JIB PPOP09C0 LARI(D LDL CAYON I1I EJCVf.MAIUER OF ZOVES 1,••V El vy—� GROR4SCn ACOLIWER 10010011001011 TOCRnSfnUGLR / SArA IE LLYYtRJ[Llfl1I 11*0414 TF[R410144[AOL WCLINE ALL 111115 REUOL-ED IDEA A 014101114 IX] rI LLY 0RERAr10NJ11F.9141101 S441011 .. 5 CO10115IURWLL�JE5ULLLVN5tIMIT5CUTJltiA1GALLR=-0LNtE6 I+EX W IS LW:LLCM;14 WFJNG 1'EIW n5.?SSOUATEO Wln' lu11nLL+1144IT+s nIER NOTE N101V0111u *DIAILICSIS rGNEWV4lE EUY11001111110 IXX_G 11LU9401YAI EX W 1`J11E+'4Yt y0e 0141 U PVC 10010000001 nw. 11111I, P401214111101100 A POO]EMYIFAF EO951F-ACE PVARA C() FILVAl1.L5TAIELE&I9PJFA ISFFS"F0S1C.114]A4I 100.04100 C.AI1004ILLV CD TRIO ODRICTIIFDTflIf 0 ROOT BALI ITIPOAL) (9) IZusl lnlllr fSIC L LMTIDI 1111011 4104014 LIIJM Vi CA'M III OJT ?ERclwLFrA4ETTE•1I E511CFWATYJu DAXAIlI . .. M, InJ11.0 psJl, lr •.001. 115 .1 Q �4 1•� LIIIAD X11 1.IL �yZN4 Q 4 IIEYU Es' M1~ I� Y qq y ryllll- - - � - • • Li A • Y I1 IRRII1ATION I 1010111 MULTIPLE TREE/SHRUB DETAIL irr 1 1 r ' I 110914190] II+REIAAIEV A] Lf OECLIIGR SUCK 151[10 sTTOO 0NO101 L1 (flAIF 10 GAR LAN I AVE N U E TREE PLANTING MT. COMFORT RD. TO JANICE AVE. for the City of Feyett�vllle AIEEI HO PE.4CRrrKIH r., Coy IG1 i MFIIC CO lOlL 611-5 IRIX STMIVAOIE+4W SI41 VL6 HCNW6Y SIGH$ 1246.2 11240 $I.Wplfd] NC HIAY $ICS!$ Ifs I•:,. ��•i I , ARK.HWY.DIST,NO 4 VICINITY MAP CJTY v ye v e A R K Fl N S S fuyeHe r� ie-ar gor ENGINEERING DIVISIONI ' no _ _o as )+i+l-�_ 7a7 Ak'.'N'ICTt 'ITF i 1 I•.- lf + jll i FN ...+ r ,rY.,•�rra SCnW 1- - d0 { �.rr.�.r. lTl . jr rn-eu'.i r nab t4 5 rrrmu;l r e cLI'�11t? � r-.... µ-AAA . .�� -.w.w -_.._ _�w -�,. __,,,�_._ vtanc:—-¢ens aF -�RF:it'iit71 �A4FVY.M1l.Yr 4111 �^]W ".l GClI5, I.I. iI�NIYi G:lrM1f i. T.J Ar[Wr]rr\ C.:,a Z fiaq LAllp AYCNVC ----.--j �.— — .... ..,` Lxnr /u inn uv. n , all 2 6G O 40 T f a1�� {II�F�Cfl1' SCaN' I".L .� — ^ •' rI .Sf I.lI Fr . 1� U411 arr vl1l fG Uuf IJM J — rv--4r--xx—nx--.L— — mow } f OARLIND LNilE lf (� a } !�^r �± ,1i"„ —4VJ i . l l 4& -.,IN � _Rar snstvx-rnl'n� 3 s I! I S I 2W aw I •_T'•w _ -rr J fir ! I r i] ,•a•' u1fNC4i Fl rl 1'. ul./.r=11T 9i�b. r' `40 Il/_i ;"'""".. .. .. CART Al111 AV(Nll( • --,c o E PLANTSCHEDULE ≥ : BOTANICAL NAME COMMON NAME CUAN. COND. SIZE(min) U. i .. •• - -- - -.. • Iluerwahfcolor --- - - -- Swemp WhHe Oek (SW0) 16 —B6B —2' — GladAsls Irl r,Lhos ver insrrnls------ 'Shedemeslsr Thomleas Haneylacusl (HQ — 16 —B&B —2 W Ulmus amenr, 'Pdnlon- -•--•- Princeton Ar rirsn El, (PE y IS—B6B — Z W QJ� �m �z o 4 -I-AFE xUlf5 _ roX�i µL R411E Mlsr HF IL=A1 n1'. 5'IOcw IAISAw FREF c PEErsui>rASF SF PTOSSCAHO[AE1 FG'ATU IH'4Af Hll'JH SIµ LMfI r4R n'JHSFf<Y STOp.' REYAESFPfT GU]FLI4f SMCu1CAIYY•) G'I'Ah1) 4'Y1 L L'UHLTfU1F HHnU.AI trLLLR5' xEIXNREVEWs nst P. ANI Iu1FFw i •UI RASTSIf5T [Ti COkLIRATR GROLW OR GXl I[R/ARGIu V Ia'[U:5S I`XMCAlf Up. II L PIIII LOST .ALL TREES ISTT[IESIR40.111 PUS'ALU IFU TALL HIJ*U LL F$5. LEIEOO IIARAti A+UINSr IIrrNL P[C4 IEUENT0 Sr'[_fTCO 5. HL tRLt F' SN+IL xE Nti1a LE R PER Pl.l'.AINI] CIIY OF EA111 nt41 [ IUHINM GLIN_S -E PL'..1..viT ft ArL PWIT5MESIIHFGI IUU! 1015IAL.II.. ITTITAPE rl E44EGLTLR[MAUIG. 4YJATTCRCC TRUIIIXI CI0HGVAAIgUIL010AO5 1STEMI SHALLFUIMER UEUI41ELY 1L;YCC'IT TO IA'11I•VALtSlJr31 [LU TEASTYCIIEG'PCATCC �xi4 LILFAS [PEE T1T11:x3 Lr RTT14=SOi LNG 4LCCH5"ALr5EREIN FVEE G=OEMIs`}5EFUS DISEASE. L45CLS5 GE XE PT Al LEAST S'FRW POOT FA 111 iCHCL[1!]4R[ TREECWLL C-E\LLVAIEOi0 'PALS TAL9EEA• UL 11x:1 TILL - ATLSH1ll [POTS roes CR L41':AC 5£C OC1M5 AIA SPfCXIC4rIJl15fCAV RCpTErL11 ririllYATkxa ISTYT } STAMP 0511 FIATASTJ ] I,E1E15OSLXRFClEDEV ml ILTIIECT I.LWAGER111:0551: d MALH 5YAL GE TAOYRO BYCITIp FA.tTf".1Lf InrAF.E v, LYWIRACTOR'Le', P.O RFSMNJTJE FCR 4x:x�F'?AI R'EPY YN4 W514LA1KX1 TfL. FX1A Rv 6 P ITLLL LI\.AlEDIT ITMS IPLLS IRpy;TA54 AYElliur kl4 III I11X11'}. LV n1Y: IWRHACI I LWJC LYCOIITARHG JCFF RRL ES ATIITTYT}5'(IF �4q I R DI.E)J.Y IYN L Hk,Ll.NE TLI1CI'10'.5ARP1V[; OR CWPUS TRC'd TR[L V PRICAcO fp151PLrL' IHN IFLCW11RA1: 1[Y 19 UL LOC nE a —IS ELRGR'YPUC1IIIIt b" 5IAL 14HHl U 41ALF 1G I tLVTRI1LS W 5FH'I.•._LLY Uk.WI'neU.1FEH SLY4 H=a LW C91MLclE1CCRi 1l TiV=Ci PLWING -- TA THE I: T.ASEt5f ([SOSlns rcX Tn lUAU I"Y 0.w I4L LAUCE TO UT I IIIES S THUCIAHES CA 1E APn4LI1Eu4h_E5 Pt TIP 6 51'O'iEhH [HIv A EV aC _ FI.}nxRr'c1vR,f�;AGEs�Lro.I�Ewlorca - .5accs'la rzon+,vT - fl - ETT TOOL IUP VR4C A'T E.ITL AW+YORRLLLLEI1BSl-U 10 THE CUITIUCi.]R IS AES!'OI SLYE TDI YERFYT✓v ALLW SwnAS Mllrf.5F RAIK FFFWEFkN 'TI'CM C% F Lr rIT IT ₹ MT 1JFFRCX 0:. CrCLIIT NRHI : 4r1 ALIT' N 4lTOLIllvG 15SlR11A> 1N: 5k1LFRE4K1Nhf THE 5NiE 3AEkET f,AT M1WAYI`AAY EIUFy If&6'JNY-TA R:'F!'I:II, nRFY`aY9tiFIMYN.4I;TI.+1IIT-IrurreI:lIt,cA n I.. ♦4I r[I.n. � IX Nx: f}.y11a; rl(n+Y1L 1m. h.L4i1.' lFT19n Ir:Pi AI 1•� VYF!' "A'4'we l SPOT -. W.0 XIN .� .NIY.'' rcI U Tlh.iw}.FII.PIRAr'[Yr InT,.1S OTt'L110.. IF u,4TERIAL ImICH Cr[5 TI1001 FFX]HN CR OEF6_LS1ES IFTI6A TOTCTt ACCEPTIJICE OF IFIE Yvai7 S[PLL R[ Ff+w4=ILY REYJUVEO FRgJ TH£ YE NA H[ISILFOV,MIIRIEFIIL CA iM GVJE SL+LTII UUYJiI IIY µDUCAL LGETITSAIL Rld1TLNTSPETXICATYYI5 a IS IATIFYImnFc.PFARCIYTILtToo[FLCII41[n RTMtf3flTFrfh OC A'11 LAlPJT ONLR[P4FF S'TIIUi TO VlT ILXNi4Y LCIILTF.ALLAILIICSIIRL'.ATVLT _- j Ll\ES ANII SITE LJ1yiI NG C1VIO1AT56FT51nCCI-`IliTglfnul 6EGH4 ICNVER Y.'IIIAJIlE O'JI�YA.ECElllrIS LtlAtlt lnx lH2'DEREO i1RF5N11L hYll PI MCEPiIIU 5N TIKKII R'I')H 2 f" wwrc;J.0 FRaI Ueln q_,EY IL ALL'LI.+-,P-1xrrn);'1 1.I :�•P tLP I AL .� YTI .Nf a1L�hnl-:1'1511111.1 LL c- ITT T.I E:.1 •.•'J�ti .0 n+.1 r1 '... h'Y-: T11..M. I'. yL Y� f'n41acnl`'u,A 1.I.w�.. • XX 1 ,�NnY,M1� �Ylpl!.l R4CC o lC~ 'lINO OL:INL I 5 IlY4WG PS IlJ)I! vMl ES1AI I fJG 1F£ NAiER METER THESE ); r w: r r1r •,-) " J•F. RE4S.rthASlEli eC rdWC£f) II EASE G1l). 11 rl.`,• 1•.pO 2 All GhYR-5NOTA4JRIpvCowhUTE1JH0VC�L'a]CuifD —j' r a nfrr rr�Irr,••rrl•, �J.�f •,M.: rJmlrRdiaRV"•counETEArm oeenailuv+E ua»amw srsrru sruuL EE aRmvoEo w 3Ju: as - �.�1 � — — h I `--. .y'r-'i--", r I r. ;o' •' L. E. WLW.IMM'SfE ltu Sy+LL WfJ LfIF r. HWCl •Ju MI G411 tx.S tiryµI HEGMA�OFasiRI6UIIMJhO6Gu1LY.5 Pf)i MIDI E4EhYv 10 E•4M JywJrHRUrxvf[xrT [u.'.: x[vrE � r l //���((( nuru Ji rAsrir ui.lµ:•i W+: iurw. J •, 4V.Ir. cpinwcroR Jru LFP0Y1hF SI.p rXlAL5TM0A SlklrNW ` jlll JI�II ._ •tilrY[u@x.l•vfnR, H(.1 LfNrf MlIJ11TR C.!]IrNFS FkrFGSFG riA OJMEAArj ararnNMUEI!wCrn 151 ^ 'I: `- _iii .'" ��� �. z. WYTniIVM iHV LIrir2,1Y]NCWPP'JC r}£IXL10kIGS5WLL }j•' G Wr'.LUfC ALL IIEIJS w:f IRiE4 FORAUi1JRETE Ih'L: LLLY ll✓CPAIIfNLLL P8L W TIOV 5YSiErL S COYRMLPEfl WPL EERE.WONlh3LE FM (EISTKtES THE RECAF9E0 MRWr5.l4L-LGPG HU L'N�Itllull�. h`„yxyLitJ V�rry wsruJ.Aixava snlE4 ,Y4•vrv.•I.•rNGI_vur ]l•IYTffJ:•'!A.-r [w .wnr.nl rr•11 ••. ���t � r IIHCH f.tnL f.lv POrHT 11 SM Su6SL4rErr uwYCln PIPE ESEILEA () Pvc5cNISlEESEEL C rwLYEflhlllrt sJ EUPP,LCE n.ewr, OS fULLP.UIJESTN5 F 11.55 Fl 15TH 3PrgRYATkwsr (s) PRuI_GTLDGJ.EPVILSIOEIRCF PSESEESE(11'55.`51 [il Rw151151 (rvTr:A ) FLUEII `T IEEE UEIuIHIAlIEEr1 Oj stt EirIoErTsIn Euxnu NL[ IF24 LUYOf rRYEiIEYiIF SOEIF1CnONSI 1- 5... •./�rt jY Y,r I I F' J$flhPE,E 1f„Lr� tEST MUL.hP{r TRrf nETAIL rll Y.i�f ti� }�Plrf. \ F13%•. -.� r•r J�rn-nr•. rc !J.1•'rrr•.Jrrr rTHrl :•. •.Ir.;lof M. Itlrf••rPr &SER ACSfuaiy Jnr AtrnTVCPI'r•s IHG(r:f C•rw.I St IY_Er)i1Lc LILIES pIll rfa S. 9':I.uErr5ryrl.^I*Lh5Iv II' .. 512dr.e;rr.A Bond #106227301 DOCUMENT 00610 - PERFORMANCE BOND: KNOW ALL MEN BY THESE PRESENTS: that CAM Lawn Services. LLC. as Principal, hereinafter called Contractor, and I ll llll I Illlll III ll l ll lil ll [ill I lllll 11111 l llll 111 ll I l ll l ll l I l VIII lllll Ill) ll l I Doc ID: 016140380009 Type: LIE Kind: PERFORMANCE BOND Recorded: 03/17/2015 at 02:18:59 PM Fee Amt: $55.00 Pape 1 of 9 Washington County, AR Kyle Sylvester Circuit Clerk FileBo33-00000059 Travelers Casualty and Surety Company of America as Surety, hereinafter called Surety, are held and firmly bound City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 One Hundred Forty Five Thousand Seven Hundred Thirty Five as Obligee, hereinafter called Owner, in the amount of Dollars ($145,735.00 ), for the payment whereof Contractor and Suety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. ndated I 20 entered into a contract with WHEREAS, Contractor has by written Agreement Feb_ 17if �, Owner for Crossover Road Phase I and Garland Avenue Tree Planting which contract is by reference made a part hereof, and is hereinafter referred to as the NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract, then this obligation) shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Owner having performed Owner's obligations, thereunder, the Surety may promptly remedy the default, or shall promptly: • r ! 00610 -Performance Bond 00610-1 06035.2000 DOCUMENT 00610 — PERFORMANCE BOND: (continued) A. Complete the Contract in accordance with its terms and conditions, or n ra inaccordance with rm and conditions, B. Obtain a bid or bids for completing the Contract its terms and upon determination by Surety of the lowest responsible bidder, or, if the Owner elects, upon determination by the Owner and the Surety joint arrange for a contract between such bidder and Ownei progresses (even though there should be a default or a contract or contracts of completion arranged under thi cost of completion less the balance of the Contract Pri costs and damages for which the Surety may be liable first paragraph hereof. The term "balance of the Cont of the lowest responsible bidder, and make available as Work of defaults under the paragraph) sufficient funds to pay the but not exceeding, including other the amount set forth in the Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid bylOwner to Contractor. Any suit under this Bond must be instituted before the expiration of two years from the date on which final payment under the Contract falls due. No right of action shall accrue on this Bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, administrators, or successors of the Owner. Signed and scaled this 26th day of February 20 15. CONTRACTOR CAM Lawn Services, LLC. By4/1L - t( �JA'5-,l M Q,Rf/�hrJ (CORPORATE SEAL) 00610- Performance Bond 00610 -2 06035.2000 DOCUMENT 00610 — PERFORMANCE BOND: (co SURETY Travelers Casualty and Surety Company of America By Elizabeth Browning, Attorney -in -Fact ATTORNEY -IN -FACT (This Bond shall be accompanied with Attorney -in -Fact's authority from Surety) [":J State of Arkansas (CORPORATE SEAL) Approved as to Form: Attorney END OF DOCUMENT 0 Resident Agent 00610- Performance Bond 00610-3 06035.2000 Bond No. 106227301 LIJI-.UIV][r 1\ 1 UUUI i "' LHDVlt H1\L 1r1H 1 U1t1LiL rH l 1Y1r.1\ 1 DVl!1J. This Bond is issued simultaneously with Performance Bond in favor of Owner conditioned on the full and faithful performance of the Contract. KNOW ALL MEN BY THESE PRESENTS: that as Principal, hereinafter called Contractor, and Travelers Casualty and Surety Company Of America as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 as Obligee, hereinafter called Owner, for the use and benefit of amount of One Hund as hereinbelow defined, in the Dollars (S145.735.00 ), for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written Agreement dated Feb 171 , 201E entered into a contract with Owner for Crossover Road Phase I and Garland Avenue Tree Plantingwhich contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly make payment to all claimants as hereinafter defined, for all labor and material.used or 00611 Labor & Matl Payment Bond 00611-1 1 .. 06035.2000 DOCUMENT 00611 — LABOR AND MATERIAL PAYMENT BOND: (continued) reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: A. A claimant is defined as one having a direct contract with the Contractor or with a Subcontractor of the Contractor for labor, material, or (both, used or reasonably required for use in the performance of the Contract, labor and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service, or rental of equipment directly applicable to the Contract. B. The above named Contractor and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of 90 days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this Bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit. C. No suit or action shall be commenced hereunder by any claimant: 1. Unless claimant other than one having a direct contract with Principal, shall have I given written notice to any two of the following: the Contractor, the Owner, or the Surety within 90 days after such claimant did or performed the last of the work or labor, or furnished the last of the materials fo ! which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to Contractor, Owner or Surety, at any place where an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid Project is located, save that such service need not be made by a public officer. 2. After the expiration of one year following the on the Contract, it being understood, on which Contractor ceased Work that if any limitation' embodied in this 00611 Labor & Matl Payment Bond 00611 - 2 1 06035.2000 - LABOR AND MATERIAL PAYMENT BOND: (continued) Bond is prohibited by any Law controlling the construction hereof, such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such Law. 3. Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the Project, or any part thereof, is situated, or in the United States District Court for the district in which the Project, or any part thereof, is situated, and not elsewhere. D. The amount of this Bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the paymerit by Surety of mechanics' liens which may be filed of record against said improvement, lien be presented under and against this Bond. Signed and sealed this 26th day of February 2015. CONTRACTOR CAM Lawn Services, LLC. By SURETY Travelers Casualty and Surety Company of America By �.�"L• Elizabeth Browning. Attorney -in -Fact or not claim for the amount of such (CORPORATE SEAL) COUNTERSIGNED: Resident Agent State of Arkansas By LLJ Elizabeth Browning, Resident Agent 00611 Labor & Mat! Payment Bond 00611 —3 t 06035.2000 _(continued) TTORNEY-IN-FACT (This Bond shall be accompanied with Attorney -in -Fact's authority from Surety) (CORPORATE SEAL) 1 Approved as to Form: Attorney 1 for END OF DOCUMENT 11 00611 Labor & Matl Payment Bond 00611 - 4 06035.2000 WARNING: THIS POWER OF ATTORNEY IS INVALID WiTf OUTTHE RED BORDER AIM POWER OF ATTORNE TRAVELERS J Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company Attorney -In Fact No. 226031 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fi Company. St. Paul Mercury Insurance Company. Travelers Casualty and Surety Company, Travel Fidelity and Guaranty Company are corporations duly organized under the laws of the State of corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insu laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies William G. Cobb Jr., John M. Harbour Jr., and Elizabeth Browning of the City of Little Rock , State of Arkansas each in their separate capacity if more than one is named above, to sign, execute, seat and acknowle other writings obligatory in the nature thereof on behalf of the Companies in their business of,gut contracts and executing or guaranteeing bonds and undertakings required or permitted in any action A\' r' IN WITNESS WHEREOF, the Companies have caused this instrumenjto be signed and their'corr i• v ' day of April 2014 Farmington Casualty Company Fidelity and Guaranty Insurance`Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company No.005857543 -e and Marine Insurance Company, St. Paul Guardian Insurance rs Casualty and Surety Company of America, and United States :onnecticut, that Fidelity and Guaranty Insurance Company is a ance Underwriters, Inc., is a corporation duly organized under the do hereby make, constitute and appoint their true and lawful Attomey(s)-in-Fact, ge any and all bonds, recognizances, conditional undertakings and ranteeing the fidelity of persons, guaranteeing the performance of or -proceedings allowed by law. rate seals to be hereto affixed, this 7th St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company r r,\SU.f�'F 4V"" f4PE 6 0 IM,f( C. N•S5 O VV' yy�, r e' PPOP �!* 4;: 1 •-.Sn G4 �O fl Y _1981 O 1a� '�' T Wl -' Im F: .. f1 Wrest()• K ; wuY Y �o+yEs a ,�1 X9$1 �',SE Aio" �y`�S81LL••'i OOHN. S onrt. 4 '�• bra ��', State of Connecticut By: City of Hartford ss. Robert L. Raney, Senior Vice President On this the 7th day of April 2014 before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. G•T!T A. A ;. 1, In Witness Whereof, I hereunto set my hand and official seal. ' TAfi tRlw" V•�" `^' My Commission expires the 30th day of June, 2016. n'°iRG►G ttr 1 Marie C. Tetreauh, Notary Public 58440-8-12 Printed in U.S.A WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President,' any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies; which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand andaffixed the seals of said Companies this O L day of YLJQ, , 20 15. • Kevin E. Hughes, Assistant Sec tary ��eu,�i o = 'bYY � �`+,, � � 4'�S.INCL C�. �V�.,�! O� f 4•+ � C To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.trivelersbond.com. Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. INVALID WITHOUT THE RED ACORN® a CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYYY) 3/16/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S). AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: H the certificate holder Is an ADDITIONAL INSURED, the pollcy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A'statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER BancorpSouth Insurance Services, Inc. 8315 Cantrell Road, Suite 300 Rock AR 72227 cNAMEACT Callie House PHONE 501-614 1559 FAX 501-614-1509 C,MAIL caIliehouse@bxsi.com ollie house@bxsi.Com INSURERIS) AFFORDING COVERAGE NAIC S INSURERA:NatiOnal Trust Insurance Co 20141 INSURED CAMSERV-01 INSURERS:FCCI Insurance Company 10178 CAM Lawn Services, LLC dba B&A Property Maintenance PO Box 628INSURER INSURER C: D: INSURER E; Conway AR 72033-0628 INSURER F: COVERAGES CFRTIFIC.TF NI!MRFR• 1533323135 RFVICIIN NtIMRCD• THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IL SR TYPE OF INSURANCE DL IN D US) POLICY NUMBER POLICY EFF MMIDD POLICY EXP MWDDIYYYY1 LIMITS A x COMMERCIAL GENERAL LIABILITY CLAIMS MADE ❑X OCCUR Y Y CPP0019023 112/2014 i I I , /12)2015 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED PR MI Ea $300,000 MED EXP (Any one person $10,000 PERSONAL & ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO- � LOC OTHER: GENERAL AGGREGATE $2,000,000 PRODUCTS - COMP/OP AGG $2,000,000 S A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED T1 SCHEDULED NON-OAUTOS AUTOS( HIRED AUTOS FR AUTOS QED Y Y CA0029126 2014 /812015 COMBINEDSINGLEUWT Es eccident S 1,00_000 X BODILY INJURY (Perperson) $ BODILY INJURY Peraccldent ) $ PROPERTY DAMAGE (Per accident $ $ A X UMBRELLA LIAR EXCESS LIAB X OCCUR CLAIMS -MADE UMB0019468 /12/2014 I /12/2015 EACH OCCURRENCE $5,000,000 AGGREGATE $5,000,000 DED X RETENTION 10,000 $ A WORKERS COMPENSATION AND EMPLOYERS' UABILITY Y ! N ANY PROPRIETORIPARTNERIEXECUnVE ❑ OFFICERIMEMBER EXCLUDED? (Mandatory In NH) I! yes, deeaibc under DESCRIPTION OF OPERATIONS below NIA y W000002810 /12/2014 i /12/2015 X PER OTH E.L. EACH ACCIDENT $1,000,000 E -L- DISEASE - EA EMPLOYE $ 1,000,000 E.L. DISEASE -POLICY LIMIT $ 1,000,000 Installation Floater CM0008603 116/2015 112)2015 $145,735 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If mote spec. Is required) If applicable, additional insured and/or waiver of subrogation status is provided when required by contract by using blanket forms as permitted by law. Copies of form will be provided upon request. Project: Crossover Road Phase I and Garland Avenue Tree Planting CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Fayetteville, Arkansas THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 113 West Mountain Street j Fayetteville AR 72701 AUTHORIZED REPRESENTATIVES ACORD 25 (2014101) @+1938-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD I AR V CERTIFICATE OF LIABILITY INSURANCE 3/16/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR !ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsements . I PRODUCER BancorpSouth Insurance Services, Inc. 8315 Cantrell Road, Suite 300 Little Rock AR 72227 coM �` • Collie House PHONE . JAI -61FAX-1559 FA501-614-1509 -MAIL callie.house@bxsi.com I INSURER(3)AFFORDING COVERAGE NAJC 0 INSURER A:FCCI Insurance Company 10178 INSURED CAMSERV-01 INSURERS: City of Fayetteville, Arkansas 113 West Mountain Street INSURER C: Fayetteville AR 72701 INSURER 0: INSURERI: INSURER F: COVERAGES CFRTIFICATF NIIMRFR• 626458496 1 RFVICIAN NI IMRFrD- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IN5R TYPE OF INSURANCE O POLICY NUMBER POLICY EFF M!DDIYYYY) POLICY EXP IMMIDOIYYYYJ LIMITS A COMMERCIAL GENERAL LIABILITY OCP0001295 118!2015 /1212015 EACH OCCURRENCE 51,000.000 DAMAGE TO RENTED CLAIMS -MADE OCCUR PREMISES Ea $ X MED EXP (Any one person) $ OCP Liability PERSONAL 8 ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: POLICY ❑ JECOT- LOC GENERAL AGGREGATE $1 .000,000 i PRODUCTS - COMP/OP AGO S $ OTHER: AUTOMOBILE LIABILITY I Ea accident $ BODILY INJURY (Per person) $ ANY AUTO ALLOWNED SCHEDULED BODILY INJURY (Per eccldent) $ -OWNED HIRED AUTOS AUUTNOS PR0PERlY DAMAGE Per eccfdent $ S UMBRELLA LFAB OCCUR EACH OCCURRENCE S AGGREGATE $ EXCESS UAB CLAIMS -MADE DED I I RETENTIONS $ WORKERS COMPENSATION I AND EMPLOYERS' LIABILITY YIN PE TOTE ER E.L. EACH ACCIDENT $ ANY PROPRIETORJPARTNERJEXECUTIVE ❑ OFFICER/MEMBER EXCLUDED? N I A E.L. DISEASE - EA EMPLOYE $ (Mandatory In NH) If yes describe under E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, AddiUonsl Remarks Schedule, may be attached if more space Is required) Project: Installation of 181 trees and 31 shrubs on Crossover Road and 47 Trees on Garland Avenue with irrigation systems for each. Project: Crossover Road Phase I and Garland Avenue Tree Planting CERTIFICATE HOLDER CANCELLATION SHOULD ANYIOF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Fayetteville, Arkansas THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 113 West Mountain Street Fayetteville AR 72701 I AUTHORIZED REPRESENTATIVE _ ID 1953.2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD Chris Brown Submitted By Uvcic City of Fayetteville Staff Review Form L5 / f3 2015-0339 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 7/21/2015 Engineering / _ Development Services Department Submitted Date Division / Department Action Recommendation: Approval of Change Order #1 for the Crossover Road Phase I and Garland Avenue Tree Planting Project to subst tree species. 4520.9555.5809.00 Account Number 06035.2000 Project Number Budgeted Item? Yes Budget Impact: 4520 -Sales Tax Construction Bond Fund 1 ransporraiuon none street Improvements/Crossover Road Street Imnrnvamanfc Project Title Current Budget Funds Obligated Current Balance Does item have a cost? Yes Item Cost Budget Adjustment Attached? No Budget Adjustment # Remaining Budget $ 297,747.00 $ 169,914.97 [s 127,832.03 $ (277.00) � $ 128,109.03 V20140710 Previous Ordinance or Resolution # VVl 4 Original Contract Number: Approval Date: i1Ai1L U Comments: CITY OF a e V1 e ARKANSAS MEETING OF NJA TO: Mayor CITY COUNCIL AGENDA MEMO THRU: Don Marr, Chief of Staff Jeremy Pate, Development Services Director Chris Brown, City Engineer FROM: Jonathan Ely, Development and Construction Manager DATE: July 21, 2015 SUBJECT: Approval of Change Order #1 for the Crossover Road Phase I and Garland Avenue Tree Planting Project to substitute tree species. RECOMMENDATION: Approval of Change Order #1 for the Crossover Road Phase I and Garland Avenue Tree Planting Project to substitute tree species. BACKGROUND: On February 17, 2015, City Council approved Resolution Number 45-15 to authorize a contract with CAM Lawn Services, LLC in the amount of $149,191.00. This contract covers tree and shrub planting in the median of Crossover Road between Township Avenue and Joyce Boulevard and in the median of Garland Avenue between Mount Comfort Road and Janice Avenue. Along with this contract, a $15,000 contingency was approved. DISCUSSION: The project included 43 Blackgum trees which were to be planted in the median of Crossover Road between Ferguson Avenue, and Old Wire Road. During construction, it was discovered that the Blackgum trees were not available in this area. Therefore, it is necessary to plant different species of trees in this island. We have coordinated with the contractor to determine which trees would be most suitable, and readily available. The recommendation is to replace the 43 Blackgum Trees with 30 Shademaster Thornless Honeylocust, and 13 Princeton American Elm. BUDGET/STAFF IMPACT: The change will result in a cost savings of $277 to the project. No other impacts are expected. Attachments: CO#1 Form Resolution 45-15 Approved Contract Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 ryeve 3 Change Order No. To Contractor: CAM Lawn Services. LLC The Contract is changed as follows: CHANCE ORDER Contract Title Crossover Road Phase I and Garland Avenue Tree Planting Date o1lssuance ORDDIA.\CE,RESOLLrflO\ 259-13 Effective Jnly 14. 2015 Bid Bid Previous knit Contract Re iocd Revised Original Revised Contract Item item Estimated of Unit Estimated Unit Estimated Estimated Changcs NO. Description Quantity Measure Price Quantity Prior Cost Cost I7A Blaclt m (N yssa S lvatica) 43 EA S 285.00 0 $ 285.00 512,255.00 50.00 21A Shademaster Thornless Honevlocuu 0 EA $ 271.00 30 $ 271.00 50.00 58.130.00 22A Princeton American Elm 0 EA S 295.00 13 $ 296.00 50.00 53.848.00 Sommarlon of Cosr 512,255.00 511,97&00 Net Cost for this Change Order (5277.00) \el villd until tined by the Owner The original Con¢aa Price was S 149.191.00 Net change by previously authorized change Orders $ The Contras Price prior to this Change Order was S 149,191.00 The Contract Price will be iiooraIN q(deereased] by S (277.00) The new Contract Price including this Change Order will be S 148914.00 The Contract Tinxtsj will be Efnureeswd deceeased4r (remain unchanged] eeke,Aer.dewy Required dates of Completion as of the date of this Change Order therefore are: Substmttiil Completion 23-1m.15 Final Completion ----- 7 -Jun -15 COTE This nmanas dais not reflect changes in the Contract Price to timrls) vfiid, have bran authorired by Orders. CAM Lawn Services. LLC F FA � Lo r5 BY DATE B Directives not ineorpaued in tins or prniau Change RESOLUTION NO. 45-15 A RESOLUTION TO AWARD BID #15-16 AND AUTHORIZE A CONTRACT WITH CAM LAWN SERVICES, LLC IN THE AMOUNT OF $149,191.00 TO PLANT TREES AND SHRUBS IN THE MEDIAN OF CROSSOVER ROAD BETWEEN TOWNSHIP AVENUE AND JOYCE BOULEVARD AND W THE MEDIAN OF GARLAND AVENUE BETWEEN MOUNT COMFORT ROAD AND JANICE AVENUE, 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 #15-16 and authorizes a contract with CAM Lawn Services, LLC in the amount of $149,191.00 to plant trees and shrubs in the median of Crossover Road between Township Avenue and Joyce Boulevard and in the median of Garland Avenue between Mount Comfort Road and Janice Avenue, and further approves a project contingency in the amount of $15,000.00. PASSED and APPROVED this 17'h day of February, 2015. A nnnn\lcn. ATTEST: By: drz �. E. SONDRA E. SMITH, City Clerk/Treasurer `�tttUtnir►Nr4 T) City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 JL 479-575-8323 1 -Y Text File File Number: 2015-0055 Agenda Date: 2/17/2015 Version: 1 Status: Passed In Control: City Council File Type: Resolution Agenda Number: A. 8 BID #15-16 CAM LAWN SERVICES, LLC: A RESOLUTION TO AWARD BID 9I5-16 AND AUTHORIZE A CONTRACT WITH CAM LAWN SERVICES, LLC IN THE AMOUNT OF $149,191.00 TO PLANT TREES AND SHRUBS IN THE MEDIAN OF CROSSOVER ROAD BETWEEN TOWNSHIP AVENUE AND JOYCE BOULEVARD AND IN THE MEDIAN OF GARLAND AVENUE BETWEEN MOUNT COMFORT ROAD AND JANICE AVENUE, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $15,000.00 BE 1T 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 #15-16 and authorizes a contract with CAM Lawn Services, LLC in the amount of $149,191.00 to plant trees and shrubs in the median of Crossover Road between Township Avenue and Joyce Boulevard and in the median of Garland Avenue between Mount Comfort Road and Janice Avenue, and further approves a project contingency in the amount of $15,000.00. City ofFayettevlpe, Arkansas Page I Printed on 211tv2015 City of Fayetteville Staff Review Form 2015-0055 Legistar File ID 2/17/2015 City Council Meeting Date - Agenda Item Only N/Afor Non -Agenda Item Chris Brown Submitted By 2/5/2015 Engineering / Development Services Department _ Submitted Date Division / Department Action Recommendation: Awarding a construction contract In the amount of $149,191.00 to CAM Lawn Services, LLC for the installation of trees and shrubs within the median of Crossover Road and Garland Avenue (Bid #15-16) and approval of a project contingency of $15,000.00. Budget Impact: 4520.9555.5809.00 4520 -Sales Tax Construction Bond Account Number Fund 06035.2000 Transportation Bond Street Improvements/ Crossover Road Street Improvements Project Number Project Title Budgeted Item? Yes Current Budget $ 300,000.00 Funds Obligated $ 853.05 Current Balance $ 299,146.95 Does item have a cost? Yes Item Cost $ 164,191.00 Budget Adjustment Attached? No Budget Adjustment $ - Remaining Budget $ 134,955.95 V20140710 Previous Ordinance or Resolution # Original Contract Number: Approval Date: Q- 11 - Corn ments: CITY OF Fay%4�—Ile ANSAS MEETING OF FEBRUARY 17, 2015 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 28, 2015 SUBJECT: Awarding a construction contract in the amount of $149,191.00 to CAM Lawn Services, LLC for the installation of trees and shrubs within the median of Crossover Road and Garland Avenue (Bid #15-16) and approval of a project contingency of $15,000.00. RECOMMENDATION: Staff recommends awarding a construction contract in the amount of $149,191.00 to CAM Lawn Services, LLC for the installation of trees and shrubs within the median of Crossover Road and Garland Avenue (Bid #15-16) and approval of a project contingency of $15,000.00. BACKGROUND: In 2007 the City Council approved the cross section for Crossover Road, Highway 265, between Township Ave and the northern City Limits at Ivey Lane. The approved cross section included a raised center median with intermittent turn lanes included at critical intersections. The ultimate approval of this cross section included much debate between including a raised center median or a continuous five -lane section with center turn lane. A review of the meeting minutes, drawings, figures and presentations do not provide a clear indication of whether the median was to include trees. Regardless of the outcome of this research, the Council did not appropriate funds for tree planting during the original approval process or in subsequent budgets and trees were not planted during the construction of the project. 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. Last year, the Transportation Committee recommended that staff prepare plans and receive bids for installation of trees on both Crossover Road, between Township and Joyce, and for Garland Avenue, north of North Street. DISCUSSION: On February 5, 2015 the City received two (2) valid construction bids with the low bid being $149,191.00. For comparison purposes, the estimate for tree installation excluding contingency was $285,783.00. The low bid was submitted by CAM Lawn Services who, based on the information provided, is a responsible bidder and appears to be capable of performing the work. The award will be contingent on the low bidder providing all of the required insurance Mailing Address: 113 W. Mountain Strect www.fayetteville-ar.gov Fayetteville, AR 72701 and bonds in order to enter into a contract to complete the project. A portion of the remaining funds will be utilized to reimburse the Water Department for work performed setting water meters and providing conduits to the medians in order for the contractor to install the irrigation system. BUDGETISTAFF IMPACT: The Transportation Bond Program is the proposed source for funding this project. The Staff Review Form indicates the current balance as well as the obligations associated with the fund. The total amount obligated for the construction contract is $164,191.00 which includes the contingency. Attachments: Bid Tab Construction Contract City of Fa etteville - Purchase Order Request PO i � � � `XI N512018 oft a tLarIl� 0llJ P.O Number: All PO It.que%ts shall bs scanned to the Purchasing salmi: PurchasingQlay.ttavlllargov. Purchase shall not be nods until an actual PO has been Issued. Vander Vendor U9 levy: 20902 CAM Lawn Services dba BIA Property Malnt.nencs O as U un 0: e1An1°' 2015-0055 iOUPont pxaal0 Address: 325 County Lino Road J,vr 1 " Eapecled DsOvery Date: Ship to code: Quoloa Attochod Coy; 9Pringdale Slaty; AR X84 o ns ❑ o Roqueab/s Employoo W. Ennio an: aquestor: Item Desaiotion Quantity Unit of bun Unit Cod Extended Cool Account Number ProlecL5ub# Innnnlnsp 6 Flood Assaf 6 I trees 6 Shrub. 1 149.191.00 1149.091.00 4320.0333.5809.00 06035.2000 2 Crossover a Garland $0.00 3 $0.00 4 30.00 5 311.00 6 $0.00 7 w.00 6 $0.00 9 90.00 10 $0.00 • SNpphg/Nandtieg Lot $0.00 n Subtotal: $149,191.00 Tex: Totatt $149,191.00 Approvals: Mayor: Department Director: Purchasing Manager. Cr40f Firtandal Ofticor: Budget Director. IT Direeto,: Oispafrh Manager. ULlitiee Manager: Other• ICSC nrrVra DOCUMENT 00500 — AGREEMENT BETWEEN OWNER AND CONTRA IOR Contract Name/Title: Crossover Road Phase I and Garland Avenue Tree Planting Contract No.: THIS AGREEMENT is dated as of the I day of Q�— in the year 201�by and between The City of Fayetteville. Arkansas and CAM Lawn Services, LLC. (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: The installation of approximately 181 trees and 31 shrubs on Crossover Road as well as approximately 47 trees on Garland Avenue per the planting details along with the required irrigation systems for each location. The Contract includes work in AHTD Right-of-way and work in City of Fayetteville Right-of- way. Refer to Section 00400 -Bid Form for quantities: ARTICLE 2- ENGINEER 2.01 The Contract Documents have been prepared by THE CITY OF FAYETTEVILLE Engineering Division and assumes all duties and responsibilities, and has the rights and authority assigned to THE CITY OF FAYETTEVILLE in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. 00500 Agreement 00500 - 06035.2000 DOCUMENT 00500 — AGREEMENT (continued) ARTICLE 3- CONTRACT TIME 3.01 TIME OF THE ESSENCE: A. All time limits for milestones, if any, Substantial Completion, Hnd completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 3.02 DATES FOR SUBSTANTIALCOMPLETION AND Fl AL 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 (S250.00) 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 00500 Agreement 00500 - 2 06035.2000 DOCUMENT 00590— AGREEMENT (continued) 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 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 PROCEDURES 5.01 SUBMITTAL AND PROCESSING OF PAYMENTS: 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 PROGRESS PAYMENTS. 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 construction. All such payments will be measured by the schedule of values established in the GENERAL CONDITIONS (and in the case of Unit Price 00500 Agreement 00500-3 06035.2000 DOCUMENT 09500 — AGREEMENT (continued) Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements. 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 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 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. 00500 Agreement 00500 -4 06035.2000 DOCUMENT 00500 —AGREEMENT (continued) 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. ARTICLE 6- CONTRACTOR'S REPRESENTATIONS 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 00500 Agreement 00500 - 5 06035.2000 DOCUMENT 00500— AGREEMENT (continued) 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 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. I. 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. 00500 Agreement 00500 - 6 06035,2000 DOCUMENT 00500— AGREEMENT (continued) J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing 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 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. 00500 Agreement 00500 - 7 06035.2000 DOCUMENT 00500 — AGREEMENT (continued) 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: CROSSOVER ROAD TREE PLANTING PHASE I — TOWNSHIP AVE TO JOYCE BLVD 8. Addenda numbers one (1) to two (2), 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. ARTICLE 8- 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 RAT: 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. 00500 Agreement 00500 - 8 06035.2000 DOCUMENT 00500— AGREEMENT (continued) 8.03 SUCCESSORS AND ASSIGNS: A. The City of Fayetteville and Contractor each binds hitnself, 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 SEVERABILITY: 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 ail 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. 8.05 FREEDOM 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 FOLA_may be assessed for this compliance. 8.06 LIENS: A. No liens against this construction project are allowed. Arkansas law (A.C,A. §l8..44 -50l 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 00500 Agreement 00500 - 9 06035.2000 DOCUMENT 00500 — AGREEMENT (continued) 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. This Agreement will be effective on `_Jd1J_ , 20-5which is the Effective Date of the Agreement. CONTRACTOR —0,%0 L414,J cc a i 1c L 13y Title: (SEA)' C Attest Address for giving notices 32S W. Cov,.rry L,,.i, 15P2IrJADALF- AR 7z7t'oci CITY OF FAYETTEVILLE (SEAL) Address for giving notices 00500 Agreement 00500 - 10 06035.2000 DOCUMENT 00500 —AGREEMENT (continued) License No. O22 S o+- (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 - 11 06035.2000 CI-T'Y OF a '�ttevi11e ARKANSAS City of Fayetteville, Arkansas Purchasing Division OFFICIAL. BID TABULATION Bid 15-16, Construction - Tree Planting, Garland and Crossover Thursday, Frbruary 5. 2015, 2.:00 PM, Local Time CAM LAWN SERVICES LLC SECOND NATURE' PROPERTY M44JPAOEMENT Lt.C ITCM OfSCRIPTION EttQry Unit PRICEPERUNR TOTAL PRICEITIR TOTAL PAICIPERURIT TOTAL -- _ 1 .._ : 'SCHCDUtEA.-_ r,•w�=7^ - . to Clearing, Gnrbbing. and OenroUtlon 1 LS • $ 93000 • $ 930.00 ■ a $ 1,500.00 • $ 1,500.00 7A 415th Toos011 Plata'ns4 (yard Areas) 750 SY x a 2,93 • 1 2.235.00 • 6 100 • 1 760,00 3A Ber mda Sod 750 Sy a $ 350 • 1 2,52500 1 3.50 • s 2,526.00 4A Sign Relocation 32 EA a $ 0200 • $ 2,024.00 x 1 176,00 • 5 6,800.00 5A Traffic Control and IAAtntananco 1 LS a I 5,500.00 • 1 5,500.00 R 1 1,500.00 • $ 4,600.00 6A Mobilization (Shall not exceed 5% of total liid) 1 EA x $ 5,200.00 • S 5,200.00 ■ 1 5,000.00 • $ 6,000.00 7A Sob Mlsndmont Condition 1A (Tree) 51 Est ■ S 22.00 • I I,312.00 x $ 60.00 • 1 3,06000 6A Sou Amendment Corxfition I B (Treat 60 EA a 7 2200 • 1 1,320.00 a $ 60.00 • $ 3,000.00 9A Sou Amcndmorf Condition IC (Tree) 60 EA a S 000 • S 300.00 a 1 2000 ■ 1 1,20000 SOA Sdt Amendment Condition to )Slwb) II EA x 1 400 • S 44.00 x I 10.00 • 1 11000 110 Sol Amendment Condtidn 18 (SM+b) 10 EA a S 400 • 6 4000 x 1 10.00 • $ 100.00 17A Sob Amendment Condition 1C(Shrub) 10 EA I S 200 • S 20.00 a 1 10.00 - $ 100.00 I3A SwmMWhilaOek(Ouerewblc0torl 70 EA a S 27300 • 1 16,110,00 x 1 365.00 • 1 26950.00 14A London Ptarretree{Ptaiarusxacadtdlai 13 EA x S 261,00 • 9 3,393.00 x 4 385.00 • 1 6,006.00 15A Fruttess Kenhmky C01fes Tree (Gyrnnoctadus diolcul) 55 EA x 1 273.00 • I 10.015.00 a 3 38520 • 3 21.17500 160 Shedllow SCMcetmrry (Amdanchler canadensin) 31 EA x S 01.00 • 6 1,56100 a $ 30.00 • $ 930.00 LTA Bbckgum(Nyssa Sytvaucal 43 EA x S 28500 • 1 12,255.00 a S 385.06 • 1 15,565.00 ISA BacktowPrdvanterwf8ox 5 FA a 1 1.850.00 • I 9,250.00 a $ 46000 • $ 2,25000 19A Inigalian System 1 1.S a S 28,250.00 • $ 26,250.00 x 1 22,500.00 • 1 22,500.00 200 Malntaaance Bond 1 1.5 a S 575.00 • 1 676.00 x 1 600.00 • 1 600,00 SUBTOTAL SCHEDULE A 1 111,71101 - S ' . 4 124,400.00 - -- �..�.,arrr9.� 18 Clearing, Grubbing. and Derndl2on I LS a S 520.00 • 1 520.00 a $ 1,000.00 • $ 1,000.00 28 A rr,d, topsoil placement (Yard Mean) 250 SY x S 206 • $ 74500 • 1 1.00 • 4 250.00 38 Bermuda sod 250 SY x 1 3.50 • 4 875.00 x 1 350 • S 876.00 48 Traffic Control and MaFnlanance 1 LS a S 3,59000 • S 3,590.00 x 1 2.090.0 • S 2,000,00 58 Mobilization (Shag ndi exceed 5% of boat Bid) I LS x S 1,65000 • $ 1,650.00 x S 1,600.00 • S 1,500.00 60 9oxany White Oak (Oucrcus hitch) IS EA x $ 273,00 • S 4,09500 a S 38500 • $ 5,775.00 75 ShademasterThroJnSHarolacUsl4Glodit3la Wancdnthoa var Inermlsl.607.00 17 EA x S 271,00 • S 4 x $ 365.00 • $ 6.545,00 _ $8 Priweton American Elm (Gnus ammtc3na •Pdneeton•) 15 EA x $ 288.00 • S 4.440,00 • 1 385.00 • 1 6,71500 OB Beddlow Pravenmr w#Box 4 EA a $ 1.850.00 • S 7.400.00 • 1 450.00 • S 1.80000 LOB IrrigaLianSy5tem I LS x 1 9.250,00 • S 9.250.00 x $ 12,50000 • $ 12,500,00 12B Matntanance Bond 1 LS x 1 250,00 • 1 260.00 • 1 300.00 • 1 300.00 BUBTOTAL SCHEDULE B 1 37.017!.00 .�; _ 1 .;� ... 1 36,320.00 TOTAL BASE BID: (SCHEDULE A • SCHEDULE B) ,. s 141.111,00 S - .- • S 102,720,00 NOTICE Bid award is contingent upon venOox meeting mtrlifcations and formal auttmrizntion by City oflldah CERTIFIED: Pv rtom specCCP-6,.5 c CROSSOVER ROA0 TREE PLANTING -PHASE I TOWNSHIP ST. TO JOYCE BLVD. for the City of Fayattavflle ri 1 �+ 41: ��}rrJ41 VICINITY MAP � a,a cI1 - ��'�a_,�i•�'`' ENGINEERING DIVISION v •r 44•.i w.IM '� � .� - _�.�� fir-•- � �~: —_ 1 �� .rte �1,��II I kI V •'� ~•fi# __-4.fyI X �1 •t IY t ! �nI /rte tiI •rM +3.�`��, ,• S 13fa-3fg1Y. kilaL•i_tiL11 I II 1 Nj iff � tt11i�: ;, :1,l) it1rr ziic71I CROSSOVER ROAD .e ENGINEERING DIVISIO r,, TREEPLANnNG•PHASEI 1 !ll - 70N7i5lII LAN B1VR Il[^ w 4lrnlmn •.cxw.; .:r# •W+arn. •rnw1l.:Gr.ay.v. rMra.lwl.lHlr r..r.lful{La. r rl_ . ml[l.ILq ICaIKL wv.+ ��x.... wr•+1w..�u• is .. .....I..w.l . M Inf 1•.. Ia I waa.[M1CM•'ll!w iMrn1 wrrb. JMNL. loll.. WI.1..tS nrILI I Y u l5L10111 ff•.isr lt..4.r.rt.+l9a.... st,w•.IaYw•.LI.. Nn..•�w...5is.twtr ..u.J.w..+y.a.au. I.rWI..r.Yf,.1Y..aLLwtl1\w I....t.:ruraln •.1.....4.r�.1 t rNnrwrytya...a.>Lhwlr i.... u.r�.n..r.l.wly.rr.awrwl.r . YIaM*nVl. 11n1FS. a'.ICi t•I.1n41M41W4l•9(f fCr.l..W,v..Itl.rrNli1vMItt.il lIIMu.R.r5n.aIl LI Iraw.Mn..xl1..t. n.r.flww11..,r .•SYbbntef.. 1MINwrn.pw .. w.. nr.Ix aRHi 4.ueM lti vnllt. .•IwlpRl, n.r �r L.+wL nI tbu� ItaW,wbnditw..Ml I WR.I •r nn b 4.•1'ra / lrrtal.r¢r avid u teal. Yvn. inng, 11L•I *%, Rul 1 la?nyr .rG \4.1•mT I n w oal.p r ups r.wylrrc f atrlr.: aial salwlty (41111W uY l:ttl\ Inn n.a.l u avp.f.Lln.,a.n1 T1 la}.nitMpRalltalItp1wInCSa.L inl ratltdit..r.:Itlxn,url:.11l Wrtn.fry.J4.tlri'4K OLILMI RLIRI•fgw Jl afi YL :VhJDFf,IWff N! �..rl,DwII II 1t(SI•IIHLI.1rA1W U4welYalr+w P..,Ir.I.5..a.sllhMlSlaMHlt+ wn� ryfhi.II.OSwtrw€1SiIn rt*Wlr l¢! R.YrlCn LH lwllt ik.nff. rwluw OWIMy M.lIPltib.lar)}Iuaryrm wS((rtt gQmq fi(YjfJ 11111'rt; 1r$I 14 Wl. L IIw ss.w.Iwnl rvJt{.1c a' Ifl•Ylu ...1'x I W.slIWltIWllIF44C/un.ILIHWSUI.PO 41uG[D0.na.frbb[l. r .:'Itll ur:rut'wmlw..lo..o.w.a ttL.alnstt..nu.•et.� ad vnr latl.Il lrwult.11su[aao i C [uuW 0a -41A>•4 Rruf.snc. IZlist1tIIU .Rufr.i4 1 a4 nslfaW t+WWtY WY110 R+urPL10[>n [r r.r[SI{nl[W1rJ,'flul OxyLSJ 4II!0t( i4MCIiIM*4.01.11 MIYY.lµflrinit (Ills. 04u4 aVU11IIKl IWCRP a, n Ia17. I .IILa Fla4u vlw PIt I:JRaI I____ x. Nx MalaSu5lYr!5Rllllr YJlMlffnlnr•LaHa[•l.?]Yr:rIW44AW0. L.A01LwL. 11 lI6wl:url.rb.�w pll{ll�li xx 'Yµ p.Ln Y lllll rxFY is llt.4 114 C'. SrJ IYp I. W a ufly lYL Y [. LNL,RSHI Rivet urcri nan [LLI IRIVxtl bf latyl .4 6r: rIIi1AI1Y..r4w.[ hIfly1 (yam y4 .C ow Iapwlll[..•11 islE laY.al.lrxn.ntr'1Mr1.e..'.r.an1'pM•I Way U•'r.. I+ryfrl n«iultu Imo. Ira .4IA rruullL.Il ll1ILc n[.1 On. M[.MY c. nnwl.ClrnAMC el.I PIRIISe1.I_ 414. Irtl..Ia[:llww. fl I4C.U'..al{.LJ};pt/:.LOGrla,al 14*W rw5lLZ l.w:l„5.lWCr+m It MLNVItLOW..i x.[City{u 1+14*5 I+rp.ich'rflt4* Y:A!K.Lft4S.isr.19.Lb.'.tl ICblllri flycWtl:lr( AlT'.w.TL II[ aClIC.flw•Mallfa R. 1.11 1w.w'f a.D .serve •r,C Ltu'a It wIL % .1w.I.510IIIM,rwiuMAI upuMYanlLlltyf;..:rlrup.nrrawrn.L.:nr.lp.1YM r w*Y[.isFb cIW'tl'+t.an d v.•II.rlpa W MN.:Iu.Illl.rw..Ja al b Mllrraafpr •...a a. III 4 nt[l.'n✓JWfC[Y•�LLhiWbrtW4lpwif\•w1.Mirnf+l Wi+r..'c.nMdC w IM[blllrtt.wvY/wMl.t..al..N*S.lr.4..I..liit$ M.[.a1\.I.wl I.LI+..LwrNITIIlJL16MI Mraf'461MJYxl nf.n •at M1.4tf.Jl.Klr'I.I. M 'uy'LGrR\wl.lar• IM b...4.ttIsr I.Ina ul.awu wu..n Y..J'a nL a R•p u.Itll.nplb[1..1441bin•Llry.fr ..lftlp,.ltlllrAlt.ill •I[.*wins.15irlt.yuRlb..( hi LR W..•tl,Yl•II.:In4 4/) I d 1r Ia YIlflnt pl,tlry l.'IS.•tApN r•4*.flwuiYtrwtv._.nat CTl,W rturr111[tLVR1lw.IW\Yatlbllt,I*1•.I/n.tilhtI1•K.a.ar.rr.4tnr.l<aan.Ilunrly al r:.1C111a,.etatDlrrl I a a a.arll[.11awl.lu.alY rll.ar aTwl•MfKY.ln grA,Ll.ttl uI14LWis0 RallMLL RO}Y•GVtVIUMYI'r.ilaM Y.:JLCx [rrLR. CD O.l.r nluas.lr uMr,l.:.IrtfMvtb W iii{ �, w ..'1G••�I.l i rs..ruv.r.e• Yv. A•.f aw Lwa.tlrwu..\...ttewu � 4.'! 1 � • i T[prp ua,Lw: ]+Slip LIIM r all'.Tf.Gns oluyu..rl�..nl.l.i•1/t..(a.Tur1'fiCl\M.. u. a'N i.urR. P.rLC lwrl. � t 01+.ifrYlrh 1141 Hu1!t eM.Vn an.•wr law RYu4 wl,...lw u.YQ I.uvti\ Z L alp art:.tlaM,. J•C.' �l a111.Sa14 N.rea�l ry Sr.tgla I .R1 bllnV:wbpplWraf twtnu[4[Y1nar Ia. b r• u.e.: � Q, [.CAJRtfalts.4*10'a Yab:4r114. �I; � `�l +_/ f.rtll .ltgcnlulwiLlLw..:GL �i' si lltOt:.i/4:Tl rreaglll.ImL.,lpva r-' i, n..na•u..n.I'm:..a1r m.m i4.M �r i11 - i x'o4llnwvzrn rF l^� Ii I. I '1 w�,,u 111 ', �--. _ _ S rlTi.l•KRr([II..SWIYISfY t .I.ha F✓•Nra l.M1.w4Yn ..kNt Tl fftn l\I Tlp TtalRL r.uUrauL gttnw 1[w. nv4 v1 WlnwwtMarlCu.M..I fAYa].r llilPlq fMtxYlI hWMCwM a1RH161 rAK tiY011011 a,rrry.t WAILtaY v.tqSaLtrtafara,lman.rp,wlCnlrllyl.'apa.u.IeJb Ra mt.rtS. WI ofBL•wY4 Ra 1V. mx 41Wes• twLgp far.'tprw.Lwt'[N� 41Y114w.'r 1..1.tv.. Wrp. vrY+na•al.u[up.. � \. . J 1515*v. ..wunary ttgleR rin nr.Lt �LxY[ w1'rn \r.[tn.r Cufwl•'f w+M Y IIR'rk 1..1' �: 1 tl MR4. WrtRfaaYw.1 Ys»a.l1nR 4un as RnatG'[. � ''11'�'� aI Wl.rl;crulrpal.tl .el PUI6a rtIfln[yo>aulw �awltxurlR i tpl 141+11115 n- llll .t16V.4AHOtl_OtiIL 4ymR.Ii Ilwa..n.RYlSw b. p.x.HJltlnV M:+Gflt1,I 14+41114*4 rr p1 mu'r Iwtn,a.urr,A 4*11011.41 L7,RLTAiL .m 1. L:.Y[ 008000eeo ] |!� d P 4 � �!- : ,l;�•« q m € �! 4!® . •A' ;1:�' ! ! ,]R % % Q■ , % / § )r ) / : e �(■ !• �\ �� y� C |. § ' � � ! !�. E;NwEE«AkN ^e: ::' PU yHE �i ! , .; _, ._ J T }| GARLAND AVE N U E TREE PLANTING MT. COMFORT RD. TO JANICE AVE. for the City of Fayattavilla C M ! FF �`b T 14 r Oro�lrel Lr•ri.1, Ir nwln, w sra. n.L'tJ 1 s`-.-� 1 xrt lam "r I wrnurc mas na,wu Ian mwsapnwNalmis ++t• --I Iu nwncw•rn � 1 T. VICINITY MAP In �r y'• � CII1 6 � plpl ,� _ ye v e ENGENEERING 01VISION �•...i•p ARK.MMfY.0i5T.N0.4 ) r[ IH 'a0 •In 10 mow 1004000 E: j" n --- H { N I a v�lle ENGINEERING DIVISION: �y GARLA.A.UE TREEP")MNG . .19rri. rnDR 0O4i1 �{ L '16 lGO�YJAS `I I iL j-_- -- !4 -J I� •I s l �'--- it I LT a •II I l ro - j Hjk i 7 O � 7 N •�.l1LRifrixrllx� I 1 1 H SI v-- 1JI • I �, i � � �le /_.. ENGINEERING DIVISION .. v.. I' GARLANDAVENUE e TREE PLANTING { rr.rowae�an.mfuort.,s Ipl' ww sneer I 1 s t - I r0 0 40 I �uunruk� L , Lr:: W �I . �_ ciaunp wVl xu[ � q a e: F I F PLANT SCHEDULE o 6 ` I, 6OTANICAL RAM.E COMMON NE QUAN. CAI. SIZE(Mn,I Lry 5S .r.. ..--��.••---••�•�••� •�� / to -666 -T w 0ed'es4. ukr.ntnm rr, kirrffi- -Bto7nnuEr Ttomle.. ltenrybcW (III -11 -OSfl -7 _x l6mn r}.nwu'Pi.tm• PI n oMn M+.rimn EM. (PE( is -68 - ____ H: ■ W 0 yr � •o7cwe.nnl Ski M153uJtr N:cunu,Tce4sull•YrL.M711t aC7 i f, I, 177.011V7 .4J0 Cori ral+SW rSIUXMrfLT0 C4fLM144LYY It/a DYfy04'.11 LTN11ryr1 v1wpl Olultl C 1 Migt#HMt5T(r 1,M11w'la�,l Q17Sr1wmnO2!Tt M4 f Y14NI$UJV U,1.PclCflM IRn$$ $OILWWl DUF1XI77OCwtlr V.ITt$T . Mt1KL$MtrKp, ulI UUMICW7I(LnAUO nafl7[rrf Dntnz r$us7urrul Kn.tw In34 tlfl ML IKIS $1¼L■ Tir.Itl 7U 4tuc.MOCrI G 0.•41 nHLl $WIUUILUi4 !WITI.SVtWtP .MJfw73Mt Yatct Toni 7rrOOrM C.11(O71(1f.k771.LllJ0UL LWi.I..rTwR1 OVkwttCT.TI yl TTC400MEU lttr4.ar1M1 1 T41Os fbt 5K lLLLvli v C.r.WTItl1 J iii 9,312) G 14 tigI V LL 7777YP/lFtfltaMrao U ESWFtln Oi MOSCTCAICtr1 f uLlwofwo tuyutl13LC(nl.AtG!uSCiWnI T•L.+G1.tOM+I.CVlJ4[tUV.CCL yIC.taalcl RRlL0I.f1•t.Ui Watt:+r'0 TYt l.rf,{ 111 15(55 K W I wl LG5l rnu+MMw7 ;OSY U Or r2tra usOl wu K Plst TIIO( OInt MUSS h'41CtQCIT RJ-1 turf 41MfY $17 (11W f w)tt{CIGTOH r:naOT[^W 11(MY.nl4 ..au�. wa It l0lr$OTlontS la•EjU.fl( twlkM{f1(5(MMa.r7 KiTn4n7IOlrlrelflM1GfuOW-Wugn nr rains aCO �IWxu ar Q r8�r t lrlapylT7 rfaL 1lltinMt Prrl MOYq vnXM]M 1,1N41tM;1Ullu1 RfI'r-1711[i•OW.i.IwLL'r MU Ir11O-•if U0P1177114 CfR5trq I 10171(1 maaUWtwt a n'at .Rant($11s724112ft 1021. IWLT TML..O 111r1.0 V.L--!0r WJILO.1f1]I3421IlO.:.Lt.oL..n.ton}]rlswwwnvT&tcMrtiuLtnCmru;lwcIJ7QILn.Utrf1!Uarr •wpO70W.t:V .100 nalsM'nCl."PM15( IL 5$ CMWI(MW 7IG i1M11C\4Nhu)trrt] WLV•.ILIOOJO..M:C IG..LVtutn CIJVG n¢CQPtl GTt nra n/CS.nU:rMII OT01•.0 tdltl..O'tOMfaw a,WlaU IEUUnU3 IOLCTwk35SLU,WITMMLXU. 41t,r.•a11Lt$1 11570 IM.ta.R PlIfII3F.TM.$7(0006. IIIuTtO O Z4@rt, G�• ekkL...lit St It 02 ITM MS15IC£W(7157CA svn14NTil aLttlr:WLn.TwllnCU4L5(t(n5 V[ 115.1714751E ul4SL-J[.571i 1VlVLLitApfaJt(: d rscptnLfC!gilr[140'R[rc.7w$,N:YIW+'SCEl TIIkMrk TrP M1ltecrnIsMloMwM 5154Ml4MLYCl14Mt4rWll t101.M014T•15tyPr NUI PILlSMI'L:tJ1YwlR'MIIEYtfI(a:nrw,>♦Tay[T C01fuO Ptl.yf C'11i R7iM rr175 OMrl%1754 r! Mfb.'lL'I7R15Aaf% t,ni CnI14'r1171. 7705 4 171 IaNMbr11 tta}tN.JI GIw MJ M1tAleO ytl N+a Wk7MIr01'147401\n4M1t',q.3C[rt14n1T11. rt f•A O'ail MIlW21 W'C1 QIIt]aK 7i14.\M1•tYT•I 41111 gPifLiay 1 MS7WTllLLMau13 TvniurTa1[701UC1,FY01tl1Ol¼ t. lui'rU 115fl$7Vl4L KNGLUAt MOYAl'OTnOV'7[C!TN9 1 M61a'ZCrlO.W}VW(Inc C•h0tI IXLMIfrr,4OLS IOL(Unl ALR/w111i19Ut 2,.4216, n w7rnw.afwr.CICl w Prw4MLTO 5.*tACM`nTC4.r1 EM705( ITr•W5Inr+ITOVhnnIna t[(..nW 07.1714 mILn'w toil MO 1111 lri,Uc(01W73 r07CNCCr,!gk;q work •I 170111 II1tHIWa&T..,r1.MJG.N.. TJln.fgr tlat.rr CPtrM ltaRa Ms MM CflEDTT $ fl0I t[KYVtatnlT•Yrtr.RM .rYWn 41CnI R't23Tl7 4 a r 1 TKl. OS Vi. .`r111Li.M In..w•1 Y .ln.ue. ra r.Mw 2.144. OC W 1 Z_ � �IiM:u>i 7.222 alii� e ...rp.. r. (urn r7.r• ..a.tw,,ti root r�M a � i � w _ r•t.wk Nl rn.a [,an�a.utOM abt01 aw' w .�� ~ .cMnn uTStT[Mrr.Vw:r1Y•..a4 it '.1 J��'i.' _ �wncpalLoaM.1114f11s�u�A-.�iLalta flRMw:Ow T' 4'4141.M 1.� i l I •- li ,11,1{11)ry ls.; r•: t•,.. iii:. , ' �1 1 31` jL l `- �' 7,,. w.Ir.�1n..T•7..,mlcla - R%+ i �4nr<An..aa4auaJP 7lc,caa �t ��� prfYra nMC41[{ � .rte 1W $1M1T WatTlEPtfrlll tAr[_1YwrriNO rML C: 12 K.LC 0•ti4 ..4 UrRn.e,�or 6[nWuirr{Lur oU rgKi n.'Its(1rUrL1W1n • tQ.tnInIres .pyil.lnt a.MV - -a -•• rw .I1t.] f1[ Y.1. Vr116141 _1K •Iiil w₹rOL I.rO nw.w.a.6.elr...a*LI n..$.:f f rumwlnunwrwaTn[unln[L, wtc.Ffanm wf1,lw.oc. m..nr twti•[a,n+.. ss.:w� 1 q..e (aJLrte Q Q) Q _ Q, n.lrnnr.lmw•:r cer.s �- � ` !� snnu�wtKnnxlnwaww ' . `_ � �r.CKwrU atrurwi ` frY.G.1r rA Sr]'tYfrKL Atr..L.ar CW11e TL.O. Ufl W,,tn gsscc. LA n,,.r,s .aa, Q VIMVIQIG k.l11 fM10.4WIVrA the p: J1M.m.IN.far1/p.Ite.ORtl.'..Nt - •1. W M LU . ma,lw:aw u4irwvn.R.rr.•M,.W e. ti; imLW fCfAT N. LCL_i,C Sl • fl* a..Vtlwl.><.Jr. w]lte lOCMUa wnlrefamn.. - Itf+ {0liu. A t tWTI 3 •ar4irnwnrrm.we.cni Ir r*+r..�owr u,1W nGaq➢.ta1..ft./.UEYW fifi. QAfllaL1Y HStN.fb[WT -J d lJ crwa.mnr+ gnr nin l.nlf • 1 Q = x4~� 0. L W4'4CrcFl.0 hFr)x.₹neryl u'.1Rb 4t1[A1t[0 ,rrs+n.ea«.nrt.•es.:nu.an .swwn�rrm ,nfw.. f[l aL1L / ` -� C ,�6yy L 4LO 1fl.t4wU IK1F rp nFN1a4.tN r. atwt• II I.iU 1LtpMe RILILO/�1t1. wk all `^ J.L1iS1 06141 ��=R�LrwM MIWrq. 4%i F L __ C.1'f r 14 - 1 �i ci W z � wmo.��a:i Inueiiouna�'i='w+°`"n�e..l" (t) rrwwr.rt uumorpt raL.e, M Ga�VIil rwtt ..�.....,, �i• , ,S�_.� `r :L Y; �.T .7 er t _' ��•S � �-` W d a YIeLYLM1LtE �4'SL9i'k nrrxi Oi .utrw.a6lNFRllwi. Rr lCifilClhl'1« i4 ]= [� ��' 1�IYj;� p e �� I.O%CITCASPII SOr II MO•'Ia1T.FCM aLuIRYf _•J , II.RMATOw LAYMI[ IRTe OWN. LI •••�• RIi.u.resrwa .s5fl r� fwoaLtw.aMrnulam.sor Rf trU l.rrnlL.LLYtItCAIkTR1 ..LR11nr . •..1.Rrw3rMQ r.[6tCLI tO Oett6..wp 4«U rnwLLtL C,1,ra r]..Ff1 1KRlt%erM fi