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