Loading...
HomeMy WebLinkAbout156-24 RESOLUTIONFile Number: 2024-143 113 West Mountain Street Fayetteville , AR 72701 (479) 575-8323 Resolution: 156-24 BID 24-29 CROSSLAND HEAVY CONTRACTORS, INC. (CONSTRUCTION): A RESOLUTION TO A WARD BID #24-29 AND AUTHORJZE A CONTRACT WITH CROSSLAND HEAVY CONTRACTORS , INC . IN THE AMOUNT OF $8 ,318 ,668.00 FOR THE CONSTRUCTION OF A WATER PUMPING STATION AND VARJOUS WATERLINES FOR THE GULLEY AND GOSHEN PRESSURE PLANE IMPROVEMENTS PROJECT, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $415 ,934 .00 , AND TO APPROVE A BUDGET ADJUSTMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section I: That the City Council of the City of Fayetteville , Arkansas hereby awards Bid #24-29 and authorizes Mayor Jordan to sign a contract with Crossland Heavy Contractors, Inc. in the amount of $8 ,318 ,668 .00 for the construction of a water pumping station and various waterlines for the Gulley and Goshen Pressure Plane Improvements Project and further approves a project contingency in the amount of $415 ,934 .00. Section 2 : That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution . PASSED and APPROVED on June 4 , 2024 Page 1 CITY OF FAYETTEVILLE ARKANSAS MEETING OF JUNE 4, 2024 TO: Mayor Jordan and City Council CITY COUNCIL MEMO 2024-143 THRU: Susan Norton, Chief of Staff FROM: Tim Nyander, Utilities Director SUBJECT: Bid 24-29, Crossland Heavy Contractors, Inc. — Construction Contract for East Service Area Water Improvements, Gulley and Goshen Pressure Plane Improvements RECOMMENDATION: Staff recommends awarding Bid #24-29 and approving a construction contract with Crossland Heavy Contractors, Inc. in the amount of $8,318,668.00 for construction of a water pumping station and various waterlines for the Gulley and Goshen Pressure Plane Improvements project, approval of a project contingency in the amount of $415,934.00, and approval of a budget adjustment. BACKGROUND: The East Water Service Area Improvements project consists of several phased sub -projects, namely: Contract Sect. 1: Pressure Sustaining Valves Rehabilitation (Completed 2022) Contract Sect. 2: Gulley Road Water Tank (Completed 2022) Contract Sect. 3: Gulley & Goshen Pressure Plane Improv. (Bid Award June 2024) Contract Sect. 4: Township Tank & Improvements (Completed 2023) All of these projects were recommended in the City's 2017 Water Distribution Master Plan recommendations. Contract Section No. 3 consists of a new water pump station on Gulley Road as well as 7,746-feet of 18-inch waterline and 8,560-feet of 12-inch waterline. This project will allow the two largest eastern pressure planes to be split into three distinct pressure planes, each served by individual water tanks. This will increase capacity to meet current and future demands and replace aging infrastructure. DISCUSSION: On April 10th, 2024 the City of Fayetteville accepted sealed competitive bids for the Gulley and Goshen Pressure Plane improvements project. Crossland Heavy Contractors, Inc. is the lowest responsive bidder. All responsive bids are shown here: Crossland Heavy Contractors, Inc. $8,318,668.00 Kajacs Contractors, Inc. $9,324,463.50 Brothers Construction, Inc. $9,808,063.00 BUDGET/STAFF IMPACT: Water Impact Fee budgeted funds will be transferred to partially fund this project. Available budgeted funds from the Sanitary Sewer Rehabilitation project and the Water System Rehabilitation & Replacement project will Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 also be used to fund this project. ATTACHMENTS: SRF (#3), BA (#4), Vicinity Map (#5), Olsson Recommendation (#6), Bid 24-29, Bid Tab - Signed (#7), Bid 24-29, Submittal - Crossland Heavy Contractors, Inc. - E (#8), Contract Agreement (#9) Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 == City of Fayetteville, Arkansas Y 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 - Legislation Text File #: 2024-143 Bid 24-29, Crossland Heavy Contractors, Inc. — Construction Contract for East Service Area Water Improvements, Gulley and Goshen Pressure Plane Improvements A RESOLUTION TO AWARD BID #24-29 AND AUTHORIZE A CONTRACT WITH CROSSLAND HEAVY CONTRACTORS, INC. IN THE AMOUNT OF $8,318,668.00 FOR THE CONSTRUCTION OF A WATER PUMPING STATION AND VARIOUS WATERLINES FOR THE GULLEY AND GOSHEN PRESSURE PLANE IMPROVEMENTS PROJECT, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $415,934.00, AND TO APPROVE A BUDGET ADJUSTMENT 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 #24-29 and authorizes Mayor Jordan to sign a contract with Crossland Heavy Contractors, Inc. in the amount of $8,318,668.00 for the construction of a water pumping station and various waterlines for the Gulley and Goshen Pressure Plane Improvements Project and further approves a project contingency in the amount of $415,934.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. Page 1 Tim Nyander Submitted By City of Fayetteville Staff Review Form 2024-143 Item ID 6/4/2024 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 5/15/2024 WATER SEWER (720) Submitted Date Division / Department Action Recommendation: Staff recommends awarding Bid 24-29 and approving a construction contract with Crossland Heavy Contractors, Inc. in the amount of $8,318,668.00 for construction of a water pumping station and various waterlines for the Gulley and Goshen Pressure Plane Improvements project, approval of a project contingency in the amount of $415,934.00, and approval of a budget adjustment. Budget Impact: 5400.720.5600-5808.00 Water & Sewer Account Number Fund 12009.2402 Water System Rehabilitation/Replacement Project Number Budgeted Item? Yes Does item have a direct cost? Yes Is a Budget Adjustment attached? Yes Purchase Order Number: Change Order Number: Original Contract Number: Comments: Total Amended Budget Expenses (Actual+Encum) Available Budget Item Cost Budget Adjustment Remaining Budget Project Title $ 8,383,263.00 $ 4,656,825.65 ? 3,726,437.35 $ 8,734,602.00 $ 5,850,000.00 Previous Ordinance or Resolution # Approval Date: 841,835.35 V20221130 City of Fayetteville, Arkansas - Budget Adjustment (Agenda) Budget Year Division Adjustment Number WATER SEWER (720) /Org2 2024 Requestor: Cheryl Partain BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Staff recommends awarding Bid 24-29 and approving a construction contract with Crossland Heavy Contractors, Inc. in the amount of $8,318,668.00 for construction of a water pumping station and various waterlines for the Gulley and Goshen Pressure Plane Improvements project, approval of a project contingency in the amount of $415,934.00, and approval of a budget adjustment. COUNCIL DATE: ITEM ID#: 6/4/2024 2024-143 Holly Black 517712024 5:72 RM Budget Division Date TYPE: D - (City Council) JOURNAL#: GLDATE: RESOLUTION/ORDINANCE CHKD/POSTED: TOTAL 3,000,000 3,000,000 v.2024422 Increase / (Decrease) Project.Sub# Account Number Expense Revenue Project Sub.Detl AT Account Name 5400.720.5600-5808.00 8,318,668 - 12009 2402 EX Improvements - Water Line 5400.720.5600-5911.99 415,934 - 12009 2402 EX Contingency - Capital Project 5400.720.5600-6602.30 - 3,000,000 12009 2402 RE Transfer from Fund - Impact Fee 2300.720.9300-7602.40 3,000,000 - 07002 2009.2402 EX Transfers To Funds - Water & Sewer Fund 2300.720.9300-7602.40 (2,433,976) - 07002 1 EX Transfers To Funds - Water & Sewer Fund 2300.720.9300-5808.00 (566,024) - 07002 1 EX Improvements - Water Line 5400.720.5700-5815.00 (2,850,000) - 02017 1 EX Improvements - Sewer 5400.720.5600-5808.00 (193,455) - 12009 1901 EX Improvements - Water Line 5400.720.5600-5314.00 (142,180) - 12009 1901 EX Professional Services 5400.720.5600-5314.04 (10,000) - 12009 1901 EX Professional Services - Engineering Contra 5400.720.5600-5301.00 (935) - 12009 1901 EX Public Notification 5400.860.5600-5808.00 (304,409) - 12009 1902 EX Improvements - Water Line 5400.720.5600-5808.00 (2,233,623) - 12009 1 EX Improvements - Water Line 1 of 1 EAST SERVICE AREA WATER IMPROVEMENTS CONTRACT SECTION III NEW PUMP STATION AND WATER LINE IMPROVEMENTS FAYETTEVILLE, ARKANSAS PROJECT NO. 018-0031 ~mom MO., y ' �- ow PCP dr ' _ETA mum 7 •� - P EIRM ® �1 �l WHEN ® }� .r ...�.T ..I RS Y WHEN lift AM cc'R'Oc ON AND FOR PROTEcnoN aP swHcss ouRlNc ' Ewl.tr0ebw. Ye.N�.Poveq VICINITY MAP so"�'M OF 4` f 1 =�g Ep4�'1N'cRo�� II 0' 1000' 2000' SCALE IN FEET INDEX OF SHEETS MEET CIVILISITE EOHEDUI-E A- GULLEY ROAD IMPROVEMENTS 71 G—DETAILS OG—I.A TANK TULLEY vA. FGOSREN MPaOVFMEMS w wATEaLNEaoNRDGDWEETMPRONSMENTS SCREz� EAST SASSAFaAS R u NOAGANO HUNTERS G. ono SECT0N2 C31 R' PVC INATER LINE ALONG SASSAFRAS HILL ROAD - SEOTION2 I — WATER NINE ALONG GUY TERRY EGAN WAST C34 8 PVC WATER LINE ALONG MUNT-S RIDGE .1 STANDARD WATER DETAL. STANDARD WATER DETAILS L1T ON pEfAILS EN —DETAILS GET GENERAL ELECTRICAL INFORMATION PUMP STATION A BLUE SPRINGS ROAD E E3 GULLEY ROAD PUMP STATION - ONE LINE AND RISER VAULT E ECTRCAL DETAILS olsson May 08, 2024 City of Fayetteville, Arkansas Fayetteville Water & Sewer Operations Attn: Mr. Corey Granderson, Utilities Engineer 113 W. Mountain Street Fayetteville, Arkansas 72701 Re: Recommendation to Award East Service Area Water Improvements, Contract Section III New Pump Station and Water Line Improvements Fayetteville, Arkansas Olsson Project 018-0031 Mr. Granderson: Bids for the above referenced project were received and opened on April 10, 2024. A total of five (5) bids were submitted and have been reviewed. Each bid includes a base bid and costs for three (3) deductive alternates. The bid totals received are shown below. We have also attached the official bid tabulation provided by the City's purchasing department. Shoemaker & Sons TO Star Crossland Heavy KAJACS Brothers Const. Base Bids $9,057,071.24 $9,331,559.21 $9,757,644.00 $10,675,000.00 $11,663,011.00 Less $898,060.48 $1,013,985.60 $1,090,264.00 $977,384.50 $1,335,847.00 DA1 $8,159,010.76 $8,317,573.61 $8,667,380.00 $9,697,615.50 $10,327,164.00 Less $1,222,583.40 $1,524,535.45 $1,438,976.00 $1,350,536.50 $1,854,948.00 DA2 $7,834,487.84 $7,807,023.76 $8,318,668.00 $9,324,463.50 $9,808,063.00 Less $4,089,075.00 $3,533,631.94 $3,646,721.00 $3,357,411.50 $4,499,887.00 DA3 $4,967,996.24 $5,797,927.27 $6,110,923.00 $7,317,588.50 $7,163,124.00 After review of the bids, we determined that the bid packages from two bidders, Shoemaker & Sons and Tri Star, did not include necessary documentation as required by the bid documents, and these bids were declared non -responsive. Therefore, it is our recommendation that a Notice of Award be given to the lowest responsive bidder, Crossland Heavy. It is our understanding that due to budget constraints, the City intends to accept Deductive Alternates 1 and 2, resulting in a contract amount of $8,318,668.00. Upon your approval, we will commence with the processing of the contract documents for the project. Please do not hesitate to call with any questions, comments, or if any further information or olsson documentation is required. Cordially, Vanessa LeBow, PE Water/Wastewater Project Engineer ARK NSAS LLE FAYET E Bid 2429, Construction - East Fevettevllle Water Impmvements zY.Pp,tl IO.M10 e1]:W PM mueonnn e[PoOEi3LM.ROm l58 zsn.IX4+auromre0moerU SF;A.,anI Sans ([melmd Nervy GnWusYmn LLC TSI-sNl [nn4uNn (gn4etlpn, lne. IOMo GntrMpn lne. e/e1Mn GnMuellpn lne Ss.on,wtza Ssa $%7 pp, $l, A.ean.cez 84 9.esyszssz $8,318,668.00 $9,300yC83.50 $9,808,O63.00 rvlxe[ svmn.rceiae..r...m.3wem.+e..,,.«I .n n.nm n o [m. `+xrvNme.v amrcm+xmq... If s Ma®. a; a5an s a i»,woro Mp.,mry: ".e:psr� e e� n3 a sss. Sn [ jp Sii w 5. s[t5mw s[v®. w. >um.. s es n.r�.„,.o.,r.§mmawa:ro n a[v YwYw w.mp sapm i[.. m s emw Y w./.mrygmmpse s Su ,Lmi S S+s® 3[ za nrnu sNp^ s�a:ir.(.mmauinpv [ u Y !lwm fwga Su, A[ «m avu.m mpme urw M.Mq p • a u. 4[ nm Ssm f w[ sv Sn ;r3 [;z unesm 66 p. m,pexmpxe -u§ronuamnm.pm.p.. w ya Swxn � a _ wpuy rnp� a 5 ai Sux 5 m rsN.'e�xum nu c. mpe [s u p+/m. n[aWpiwvry W.mrµxxpse r ry s s wz au ii- an aimiwu/mereyeepu.upnnPae [+ a Sxm YM s�.. •!YM^^wrtmamNrmtlngxrIm [ piwL mMmp« m ` 4 rwx.�ftm«. ARK NSAS LLE FAYET E Bid 2429, Construction - East Fevettevllle Water Impmvements zY.Pp,tl IO.M10 e1]:W PM mueonnn e[PoOEi3LM.ROm l58 zsn.IX4+auromre0moerU SF;A.,anI Sans ([melmd Nervy GnWusYmn LLC TSI-sNl [nn4uNn (gn4etlpn, lne. IOMo GntrMpn lne. e/e1Mn GnMuellpn lne Ss.on,wtza Ssa $%7 pp, $l, A.ean.cez 84 9.esyszssz $8,318,668.00 $9,300yC83.50 $9,808,O63.00 rvlxe[ svmn.rceiae..r...m.3wem.+e..,,.«I .n n.nm n o [m. `+xrvNme.v amrcm+xmq... If s Ma®. a; a5an s a i»,woro Mp.,mry: ".e:psr� e e� n3 a sss. Sn [ jp Sii w 5. s[t5mw s[v®. w. >um.. s es n.r�.„,.o.,r.§mmawa:ro n a[v YwYw w.mp sapm i[.. m s emw Y w./.mrygmmpse s Su ,Lmi S S+s® 3[ za nrnu sNp^ s�a:ir.(.mmauinpv [ u Y !lwm fwga Su, A[ «m avu.m mpme urw M.Mq p • a u. 4[ nm Ssm f w[ sv Sn ;r3 [;z unesm 66 p. m,pexmpxe -u§ronuamnm.pm.p.. w ya Swxn � a _ wpuy rnp� a 5 ai Sux 5 m rsN.'e�xum nu c. mpe [s u p+/m. n[aWpiwvry W.mrµxxpse r ry s s wz au ii- an aimiwu/mereyeepu.upnnPae [+ a Sxm YM s�.. •!YM^^wrtmamNrmtlngxrIm [ piwL mMmp« m ` 4 rwx.�ftm«. CITY OF VA FAYETTEVILLE ARKANSAS Bid 24-29 Addendum 2 Crossland Heavy Contractors, Inc. Supplier Response Event Information Number: Bid 24-29 Addendum 2 Title: Construction - East Fayetteville Water Improvements Type: Invitation to Bid Issue Date: 3/17/2024 Deadline: 4/10/2024 02:00 PM (CT) Notes: The City of The City of Fayetteville is accepting sealed bids from properly licensed firms for the construction of a new pump station and the installation of 8-inch, 12-inch, and 18-inch PVC and DIP water lines. The work also includes, but is not limited to, five (5) bores across state highways and paved county roads, and miscellaneous improvements. Questions regarding this bid should be addressed to Amanda Beilfuss, Sr. Purchasing Agent at abeilfuss(a)fayetteville- ar.gov. Contact Information Contact: Amanda Beilfuss - Sr. Purchasing Agent Address: Purchasing City Hall Room 306 113 W. Mountain St. Fayetteville, AR 72701 Email: abeilfuss@fayetteville-ar.gov Page 1 of 8 pages Vendor: Crossland Heavy Contractors, Inc. Bid 24-29 Addendum 2 Crossland Heavy Contractors, Inc. Information Contact: Amy Harlos Address: 501 S. East Ave Columbus, KS 66725 Phone: (620) 429-1410 Email: aharlos@heavycontractors.com By submitting your response, you certify that you are authorized to represent and bind your company. Amy Harlos Signature Submitted at 411012024 01:46:50 PM (CT) Requested Attachments Bid 24-29, Bid Bond aharlos@heavycontractors.com Email CHC Bid Bond - East Fayetteville Pump Station.pdf Please attach a signed and completed copy of your bid bond. Bid bonds in the form of a cashier's check shall be delivered to City Hall, Purchasing Division before bid deadline and have a copy of the cashier's check uploaded with submittal. Bid 24-29, Required Signature Forms CHC Bid Form - East Fayetteville Pump Station.pdf Please attach your completed forms. These documents can be found in the Project Manual or as a convenience file in the 'Attachments' tab titled File #00. Response Attachments Ark 2024 License.pdf CHC Arkansas Contractor's License 2024 Current Contracts on Hand-03-22-24.xlsx CHC Current Contracts Construction Experience of Key Individuals CHC.pdf Construction Experience - Key Individuals Reference Projects of Similar Experience CHC.pdf Reference Projects Corporate Resolution - D. Thompson Signature.pdf Corporate Resolution CHC Bidder's Qualification Statement - East Fayetteville Pump Station.pdf CHC Bidder's Qualification Statement CHC East Fayetteville - Suppliers and Materials.pdf CHC Suppliers and Materials Bid Attributes 1 Arkansas Secretary of State Filing Number: 100205582 Page 2 of 8 pages Vendor: Crossland Heavy Contractors, Inc. Bid 24-29 Addendum 2 2 Arkansas Contractor License Number: 0067301124 3 Check Yes or No: Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. Z Yes, I agree ❑ No, I don't agree 4 Check Yes or No: Pursuant Arkansas Code Annotated §25-1-1002, the Contractor agrees and certifies that they do not currently boycott Energy, Fossil Fuel, Firearms, and Ammunition Industries during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-1002. If at any time during the contract the contractor decides to boycott Energy, Fossil Fuel, Firearms, and/or Ammunition Industries, the contractor must notify the contracted public entity in writing. ❑✓ Yes, I agree ❑ No, I don't agree 5 Addendum Acknowledgement By selecting "I agree", you acknowledge that you have read and understand any addendums that have been issued for this bid. ❑✓ 1 agree Bid Lines 1 Package Header Base Bid Items Quantity: 1 UOM: EA Total: $817,000.00 Package Items 1.1 Mobilization (Not to Exceed 5% of Base Bid, not including bonds and insurance) Quantity: 1 UOM: LS Price: $400,000.00 Total: $400,000.00 1.2 Bonds and Insurance Quantity: 1 UOM: LS Price: $400,000.00 Total: $400,000.00 1.3 Trench and Excavation Safety Systems, as required by Act 291 of the 1993 Arkansas General Assembly Quantity: 1 UOM: LS Price: 1 $17,000.00 Total: $17,000.00 2 I Package Header Bid Schedule A - Gulley Road Improvements Quantity UOM: EA Total: $5,308,923.00 Page 3 of 8 pages Vendor: Crossland Heavy Contractors, Inc. Bid 24-29 Addendum 2 Package Items 2.1 Tie to Existing 18-Inch Waterline at Station 0+00, complete in place Quantity: 1 UOM: LS Price: $38,000.00 Total: $38,000.00 2.2 18-Inch Ductile Iron Pipe, complete in place Quantity: 7746 UOM: LF Price: $192.00 Total: $1,487,232.00 2.3 18-Inch Ductile Pipe Testing & Sterilization, complete in place Quantity: 7746 UOM: LF Price: $2.00 Total: $15,492.00 2.4 Compact Ductile Iron Fittings (C153), complete in place Quantity: 20019 UOM: LBS Price: $14.00 Total: $280,266.00 2.5 18-inch Butterfly Valves, complete in place Quantity: 16 UOM: EA Price: $20,000.00 Total: $320,000.00 2.6 Fire Hydrant Assembly, complete in place Quantity: 16 UOM: EA Price: $10,500.00 Total: $168,000.00 2.7 4-Inch Combination Air Release and Vacuum Valve Assembly, complete in place Quantity: 3 UOM: EA Price: 1 $21,000.00 Total: $63,000.00 2.8 Gulley Road Bore No.1 - Station 21 +30 +/-, complete in place Quantity: 1 UOM: LS Price: 1 $80,000.00 Total: $80,000.00 2.9 Gulley Road Bore No.2 - Station 37+50 +/-, complete in place Quantity: 1 UOM: LS Price: $190,000.00 Total: $190,000.00 2.10 Hwy. 45 Bore - Station 73+00 +/-, complete in place Quantity: 1 UOM: LS Price: $230,000.00 Total: $230,000.00 2.11 Tie to Existing 12-Inch Waterline - Station 74+97 +/-, complete in place Quantity: 1 UOM: LS Price: $2,000.00 Total: $2,000.00 2.12 Prefabricated Pump Station, complete in place Quantity: 1 UOM: LS Price: $1,680,000.00 Total: $1,680,000.00 2.13 Bank Stabilization/Rip Rap for Creek/Ditch Crossings, complete in place Quantity: 1 UOM: LS Price: $55,000.00 Total: $55,000.00 2.14 Creek Crossing - Station 59+78 +/-, complete in place Quantity: 1 UOM: LS Price: $90,000.00 Total: $90,000.00 2.15 Asphalt/Concrete Pavement Road/Driveway Repair, complete in place Quantity: 107 UOM: SY Price: $575.00 Total: $61,525.00 2.16 Gravel Road/Driveway Repair, complete in place Quantity: 10 UOM: EA Price: I Total: 1 $3,300.00 2.17 Gulley Road Pavement Repair - Station 29+50 to 32+50 +/- & 46+50 to 59+50 +/-, complete in place Quantity: 3534 UOM: SY Price: I Total: $219,108.00 2.18 McBride Driveways (2 Total) - Plan Sheet C12, complete in place Quantity: 1 UOM: LS Price: 1 $32,000.00 Total: $32,000.00 Page 4 of 8 pages Vendor: Crossland Heavy Contractors, Inc. Bid 24-29 Addendum 2 3� 2.19 Goshen Control Valve & Vault - Sheet C18, complete in place Quantity: 1 UOM: LS Price: 1 $150,000.00 2.20 Radar Level Meter - Existing Gulley Road Tank, complete in place Quantity: 1 UOM: LS Price: 1 $14,000.00 2.21 Chapel View Drive System Connection, complete in place Quantity: 1 UOM: LS Price: $25,000.00 2.22 Sediment and Erosion Control Total: 1 $150,000.00 Total: 1 $14,000.00 Total: 1 $25,000.00 Quantity: 1 UOM: LS Price: 1 $105,000.00 Total: 1 $105,000.00 Packaae Header Bid Schedule B - Goshen Improvements Quantity: 1 UOM: EA Total: Package Items $2,192,745.00 3.1 12-Inch C900 DR14 Class 305 Pipe Installation, complete in place Quantity: 8560 UOM: LF Price: $150.00 Total: 1 $1,284,000.00 3.2 12-Inch Pipe Testing & Sterilization, complete in place Quantity: 8560 UOM: LF Price: $2.00 Total: $17,120.00 3.3 Compact Ductile Iron Fittings (C153), complete in place Quantity: 8305 UOM: LBS Price: $25.00 Total: $207,625.00 3.4 12-Inch Butterfly Valves, complete in place Quantity: 14 UOM: EA Price: $9,500.00 Total: $133,000.00 3.5 Fire Hydrant Assembly, complete in place Quantity: 9 UOM: EA Price: $9,000.00 Total: $81,000.00 3.6 3-Inch Combination Air Release and Vacuum Valve Assembly, complete in place Quantity: 3 UOM: EA Price: 1 $19,000.00 Total: $57,000.00 3.7 Tie to Existing System - Stations 13+70 +/- & 13+91 +/-, complete in place Quantity: 1 UOM: LS Price: 1 $17,000.00 Total: $17,000.00 3.8 Tie to Existing System - Station 39+68 +/-, complete in place Quantity: 1 UOM: LS Price: 1 $12,000.00 Total: $12,000.00 3.9 Tie to Existing System - Station 55+32 +/-, complete in place Quantity: 1 UOM: LS Price: 1 $9,000.00 Total: $9,000.00 3.10 Reconnect Existing Water Meter Service, complete in place Quantity: 11 UOM: EA Price: $2,000.00 Total: $22,000.00 3.11 Cut and Cap Existing Water Main, complete in place Quantity: 1 UOM: LS Price: $11,500.00 Total: $11,500.00 3.12 Bank Stabilization/Rip Rap for Creek/Ditch Crossings, complete in place Quantity: 1 UOM: LS Price: $60,000.00 Total: $60,000.00 3.13 Blue Springs Road Bore, complete in place Quantity: 1 UOM: LS Price: $55,000.00 Total: $55,000.00 Page 5 of 8 pages Vendor: Crossland Heavy Contractors, Inc. Bid 24-29 Addendum 2 3.14 Highway 45 Bore, complete in place Quantity: 1 UOM: LS Price: $95,000.00 3.15 Tie to Existing System - Station 85+55 +/-, complete in place Quantity: 1 UOM: LS Price: 1 $9,000.00 3.16 Asphalt/Concrete Pavement Road/Driveway Repair, complete in place Quantity: 34 UOM: SY Price: $600.00 3.17 Gravel Road/Driveway Repair, complete in place Quantity: 11 UOM: EA Price: $800.00 3.18 Sugg / Blair Driveway Replacement - Plan Sheet C22, complete in place Quantity: 293 UOM: SY Price: $100.00 3.19 Sediment and Erosion Control Total: 1 $95,000.00 Total: 1 $9,000.00 Total: 1 $20,400.00 Total: 1 $8,800.00 Total: 1 $29,300.00 Quantity: 1 UOM: LS Price: 1 $64,000.00 Total: 1 $64,000.00 Package Header Bid Schedule C - Guy Terry Road West Improvements Quantity: 1 UOM: EA Total: $348,712.00 Package Items 4.1 Ties to Existing System (2 Total), complete in place Quantity: 1 UOM: LS Price: $6,500.00 Total: $6,500.00 4.2 8-Inch C900 DR14 Class 305 Pipe Installation, complete in place Quantity: 2200 UOM: LF Price: $74.00 Total: $162,800.00 4.3 8-Inch Pipe Testing & Sterilization, complete in place Quantity: 2200 UOM: LF Price: $2.00 Total: $4,400.00 4.4 Compact Ductile Iron Fittings, complete in place Quantity: 1334 UOM: LBS Price: $24.00 Total: $32,016.00 4.5 Gate Valves and Boxes, complete in place Quantity: 1 UOM: EA Price: $2,800.00 Total: $2,800.00 4.6 Fire Hydrant Assembly, complete in place Quantity: 3 UOM: EA Price: 1 $8,500.00 Total: $25,500.00 4.7 3-Inch Combination Air Valve Assembly, complete in place Quantity: 1 UOM: EA Price: $16,000.00 Total: $16,000.00 4.8 Single Meter Setting, complete in place Quantity: 3 UOM: EA Price: $3,100.00 Total: $9,300.00 4.9 1-Inch Meter Setting, complete in place Quantity: 3 UOM: EA Price: $3,100.00 Total: $9,300.00 4.10 Remove Existing Meter Setting Quantity: 6 UOM: EA Price: $600.00 Total: $3,600.00 4.11 Reconnect Existing Water Meter Service, complete in place Quantity: 2 UOM: EA Price: 1 $2,100.00 Total: $4,200.00 Page 6 of 8 pages Vendor: Crossland Heavy Contractors, Inc. Bid 24-29 Addendum 2 4.12 Cut and Cap Existing Water Main, complete in place Quantity: 1 UOM: LS Price: $3,800.00 Total: $3,800.00 4.13 Bank Stabilization/Rip Rap for Creek/Ditch Crossings, complete in place Quantity: 1 UOM: LS Price: 1 $32,000.00 Total: $32,000.00 4.14 Asphalt/Concrete Pavement Road/Driveway Repair, complete in place Quantity: 24 UOM: SY Price: $600.00 Total: $14,400.00 4.15 Gravel Road/Driveway Repair, complete in place Quantity: 8 UOM: EA Price: $262.00 Total: $2,096.00 4.16 Sediment and Erosion Control Quantity: 1 UOM: LS Price: $20,000.00 Total: $20,000.00 Package Header Bid Schedule D - Guy Terry Road East, Sassafras Hill Road, and Hunters Ridge Road Improvements Quantity: 1 UOM: EA Total: $1,090,264.00 Package Items 5.1 Ties to Existing System, complete in place Quantity: 1 UOM: LS Price: $65,000.00 Total: $65,000.00 5.2 8-Inch C900 DR14 Class 305 Pipe Installation, complete in place Quantity: 5045 UOM: LF Price: $92.00 Total: $464,140.00 5.3 8-Inch Pipe Testing & Sterilization, complete in place Quantity: 5045 UOM: LF Price: $2.00 Total: $10,090.00 5.4 Compact Ductile Iron Fittings (C153), complete in place Quantity: 2989 UOM: LBS Price: $20.00 Total: $59,780.00 5.5 Gate Valves and Boxes, complete in place Quantity: 10 UOM: EA Price: $2,800.00 Total: $28,000.00 5.6 Fire Hydrant Assembly, complete in place Quantity: 8 UOM: EA Price: 1 $8,500.00 Total: $68,000.00 5.7 3-Inch Combination Air Valve Assembly, complete in place Quantity: 4 UOM: EA Price: $16,000.00 Total: $64,000.00 5.8 Highway 45 Bore - Hunters Ridge, complete in place Quantity: 1 UOM: LS Price: $70,000.00 Total: $70,000.00 5.9 Single Meter Setting, complete in place Quantity: 7 UOM: EA Price: $2,300.00 Total: $16,100.00 5.10 Double Meter Setting, complete in place Quantity: 2 UOM: EA Price: $3,600.00 Total: $7,200.00 5.11 Remove Existing Meter Setting Quantity: 9 UOM: EA Price: $500.00 Total: $4,500.00 5.12 Reconnect Existing Water Meter Service, complete in place Quantity: 14 UOM: EA Price: 1 $8,000.00 Total: $112,000.00 Page 7 of 8 pages Vendor: Crossland Heavy Contractors, Inc. Bid 24-29 Addendum 2 5.13 Cut and Cap Existing Water Main, complete in place Quantity: 1 UOM: LS Price: $10,600.00 5.14 Asphalt/Concrete Pavement Road/Driveway Repair, complete in place Quantity: 48 UOM: SY Price: $600.00 5.15 Gravel Road/Driveway Repair, complete in place Quantity: 5 UOM: EA Price: $350.00 5.16 Hunters Ridge Road Pavement Repair - Sta.3+00 to 4+22 +/- Quantity: 602 UOM: SY Price: $52.00 5.17 Sediment and Erosion Control Total: 1 $10,600.00 Total: 1 $28,800.00 Total: 1 $1,750.00 Total: 1 $31,304.00 Quantity: 1 UOM: LS Price: 1 $49,000.00 Total: 1 $49,000.00 6 Package Header Deductive Alternates Quantity: 1 UOM: EA Total: $6,175,961.00 Package Items 6.1 DEDUCTIVE ALTERNATE #1: Bid Schedule D (Includes all bid items included in Schedule D) Quantity: 1 UOM: LS Price: 1 $1,090,264.00 Total: 1 $1,090,264.00 6.2 DEDUCTIVE ALTERNATE #2: Bid Schedule D + Bid Schedule C (Includes all bid items included in Schedule D + Schedule C) Quantity: 1 UOM: LS Price: $1,438,976.00 Total: $1,438,976.00 6.3 DEDUCTIVE ALTERNATE #3: Bid Schedule D + Bid Schedule C + Schedule B. Additionally, Schedule A - Bid Item 19 - Goshen Control Valve and Vault will include a connection to the existing 6" water line with stub outs for future connection to the Goshen 12" line. Quantity: 1 UOM: LS Price: $3,646,721.00 Total: $3,646,721.00 Response Total: $15,933,605.00 Page 8 of 8 pages Vendor: Crossland Heavy Contractors, Inc. Bid 24-29 Addendum 2 018-0031 Contract Section III SECTION 00 43 13 — BID BOND KNOW ALL MEN BY THESE PRESENTS: that we Crossland Heavy Contractors, Inc. PO Box 350 Columbus, KS 66725 as Principal, hereinafter called the Principal, and Federal Insurance Company / Fidelity and Deposit Company of Maryland 202E Hall's Mill Road, Whitehouse Station, NJ 08889 / 1299 Zurich Way, 5th Floor, Schaumburg, IL 60196-1056 a corporation duly organized under the laws of the State of IN / IL 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, in the sum of Five Percent of Amount Bid Dollars ** * * * for the payment of which sum, well and truly to be made, Principal and said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has submitted a Bid for: CONSTRUCTION — EAST SERVICE AREA WATER IMPROVEMENTS — CONTRACT SECTION III, NEW PUMP STATION AND WATER LINE IMPROVEMENTS NOW, THEREFORE, if the Owner shall accept the Bid of Principal and the Principal shall enter into a Contract with the Owner in accordance with the terms of such Bid, and give such Bond or Bonds as may be specified in the Bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of Principal to enter such Contract and give such Bond or Bonds, if the Principal shall pay to the Owner the difference not to exceed the penalty hereof between the amount specified in said Bid and such larger amount for which the Owner may in good faith contract with another party to perform the Work covered by said Bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 10th day of April 20 24 BID BOND 004313-1 018-0031 Contract Section III PRINCIPAL (CORPORATE SEAL) Crossland Heav o ra ors, c. (Si nature) CP.:`� •�r� Z ,d �A o (Type or print) 41 ,05 SURETY Federal Insurance Company / Fidelity and Deposit company of Maryland By CX�xb-t� (Signature) Elizabeth Drone, Attorney -in -Fact (Type or print) ATTORNEY -IN -FACT (CORPORATE SEAL) UPA A y a (Signature) �Zi•. ' ! Ij�` �~ Elizabeth Drone, Attorney -in -Fact (Type or print) ' This Bond shall be accompanied with ! is . Attorney-in-Fact's authority from Surety o `` , • o END OF SECTION 00 43 13 r 2-004313 BID BOND CHUBB' Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Westchester Fire Insurance Company I ACE American Insurance Company Know All by These Presents, that FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations of the Commonwealth of Pennsylvania, do each hereby constitute and appoint Clara R. Navarro Abela, Alycia Marie Hoebener, Todd Alan Rambo, Timothy Craig Smith, Myriah A. Anderson and Desiree E. Westmoreland of Wichita, Kansas; Monica F. Donatelli, Elizabeth Drone, Charissa D. Lecuyer, Morgan Wilkerson -Liu, and S. Mark Wilkerson of Overland Park, Kansas----------------------------------------------------------------------------------------------------------------------------------- each as their true and lawful Attorney -in -Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affixed their corporate seals on this 2ndday of February, 2024. Davin NJ. Chloros.AssistanfSecretary STATE OF NEW JERSEY County of Hunterdon l�l v Stephen \L Haney. Vice President On this 2nd day of February, 2024 before me, a Notary Public of New Jersey, personally came Dawn M. Chloros and Stephen M. Haney, tome known to be Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros and Stephen M. Haney, being by me duly sworn, severally and each for herself and himself did depose and say that they are Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that their signatures as such officers were dulyaffixed and subscribed by like authority. Notarial Seal a Albert Contursi NOTARY PUG IC OF NEW JERSEY No S0202369 Commission Expires August 22.2027 Notary Public CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016; WESTCHESTER FIRE INSURANCE COMPANY on December 11, 2006; and ACE AMERICAN INSURANCE COMPANY on March 20, 2009: "RESOLVED, that the following authorizations relate to the execution, for and on behalf of the Company, of bonds, undertakings, recognizances, contracts and other written commitments of the Company entered into in the ordinary course of business (each a "Written Commitment"): (1) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise. (2) Each duly appointed attorney -in -fact of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise, to the extent that such action is authorized by the grant of powers provided for in such person's written appointment as such attorney -in -fact, (3) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, forand on behalf of the Company, to appointin writing any person the attorney -in - fact of the Company with full power andauthorkyto execute, for and on behalfofthe Company, under the seal ofthe Company or otherwise, such Written Commitments ofthe Company as may be specified in such written appointment, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to delegate in writing to any other officer of the Company the authority to execute, for and on behalf of the Company, under the Company's seal or otherwise, such Written Commitments of the Company as arc specified in such written delegation, which specification may be by general typeor classof Written Commitments or byspecification ofone ormore particular Written Commitments. (5) The signature of any officer or other person executing any Written Commitmentor appointment or delegation pursuant to this Resolution, and the seal of the Company, may be affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to bean exclusive statement of the powers and authority of officers, employees and other persons to act for and on behalf of the Company, and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested." I, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY (the "Companies") do hereby certifythat (i) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and in full force and effect, (i i) the foregoing Power of Attorney is true, correct and i n full force and effect. Given under my hand and seals of said Companies at Whitehouse Station, NJ, this 10th Day of April, 2024 VERIFY THE Combined: FED-VIG-PI-WFIC-AAIC (rev. 11-19) F THIS BOND OR NOTIFY US OF ANY OTIIER MATTER, Davin M. Chlarcxs.:��isl:u�1_ ,. a .. • . C'C ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint S. Mark WILKERSON, Morgan WILKERSON-LIU, Morgan DEWEY, Monica F. DONATELLI, Debra L. WALZ, Charissa D. LECUYER, Elizabeth DRONE of Overland Park, Kansas, its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 09th day of February, A.D. 2024. watt INSU I�SEAL }ma y °"SEALm,CeE gEAL�1 = ATTEST: Inlg4,d` , ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D. Murray Vice President By: Dawn E. Brown Secretary State of Maryland County of Baltimore On this 09th day of February, A.D. 2024, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D. Murray, Vice President and Dawn E. Brown, Secretary of the Companies, tome personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Genevieve M. Maison . GENEVIEVE M. MAISON PUBU l NOTPUB BALTIMORECOUNTY. U MD My Commission EyksAANUARY27.2025 Nunn Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attomevs-In-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 1 Oth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 10th day of April , _2024 . usually �.,, IUSU fiq �''.. sd Cow, ' J� •gyp ., Fe POH'• sc's ••.•` .�``� •. �G t. .� •. 2Q0,......., .0 k?• PPOq •�F i = O: PPOq� �i 3.er0 `j0P gJsl: 4�;� s Di0Cj to ° '�SEAL o@= u E SEAL i r E '- ; i SEAL E= •• '''��q�gnlq,Pd`O`•• i 'YEiY YOP� . ,.. '"p�ginHN�"••• -. pnin,u�P"``• 1 ,�r Lr' � ' .� �•n Thomas 0. McClellan Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 reoortsfclaims0aurichna.com 800-626-4577 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 SAL, 40EIp ,. 018-0031 Contract Section III SECTION 00 1153 — BIDDER'S QUALIFICATION STATEMENT Contract Name: EAST SERVICE AREA WATER IMPROVEMENTS — CONTRACT SECTION III, NEW PUMP STATION AND WATER LINE IMPROVEMENTS City of Fayetteville Bid Number: 24 — 29, Construction Date: 141 101A SUBMITTED TO: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 SUBMITTED BY: /1 ' I /� Company Crv�.syod ti l� j N40 , -rty, Name M aYV SCI I , ExecLdiy,6 Cho] ►,ma-r` Address Sbl S F--Z4 AVe , 001t,I-MbUS lLS (&7--5 Principal Office COI LL W".tS . Va115QS Corporation, LLC, partnership, individual, joint venture, other COgc(Q aafiyn Arkansas State General Contractor's License Number D 0 (07 3011 al (Type or legibly print) For a Contractor to be considered as Qualified, the Contractor must satisfy all financial, insurance, and bonding requirements of the City of Fayetteville, and must have had at least five (5) years of experience under the current Contractor name in the installation of water and sewer facilities. The Contractor shall have executed work for municipalities operating water/sewer facilities or water/sewer contracted operations with a minimum of three (3) projects exceeding five hundred thousand ($500,000) dollars for similar work as described in the Contract Documents. Work for developers and commercial site work will not be considered as permissible work experience. Acceptable documentation of these projects must be submitted to the City of Fayetteville. In accordance with Arkansas Procurement Law, a Contractor may use the combined experience of its owners or senior executive staff to satisfy the requirements, or the combined experience of the key personnel that will be responsible for satisfying the experience requirement. CSIII 00 1153 - Bidder Qualifications 00 11 53 —1 018-0031 Contract Section III EXPERIENCE STATEMENT (MANDATORY) 1. Bidder has been engaged as a General Contractor in construction for -' years and has performed work of the nature and magnitude of this Contract for years. Bidder has been in business under its present name for - years. 2. Bidder now has the following bonded projects under contract: (On a separate sheet, list project name, owner, name of owner contact, engineer/architect, name of engineer/architect contact, amount of contract, surety, and estimated completion date.) c P-e 0LJJQGV1ed 3. Bidder has completed the following (list minimum of 3) contracts consisting of work similar to that proposed by this Contract: (On a separate sheet, list project name, owner, name of owner contact, engineer/architect, name of engineer/architect contact, amount of contract, surety, and date of completion and percentage of the cost of the Work performed with Bidder's own forces.)_,�re (a)JCLC j 4. Responsibilities of Participants Regarding Transactions (A.K.A. DEBARMENT AND SUSPENSION): Individuals or organizations that have been debarred are prohibited from participating. This prohibition applies for every contract and subcontract for materials, supplies, equipment, and services. None,, 5. Has Bidder ever failed to complete any project? If so, state when, where, and why. 6. Bidder normally performs the following work with his own forces: Si-rwila- A -!9+e I, d�212 -P'ou.rdCdi 0M , 100 (cw -a rye tt,hli�-tes , �Lr�hWc�rt�'S '� eXc�.�io�'K l lTrz1 C Orc�S� .pini�q C'aSf��f1 pence Coi�iee 7. Construction experience of key individuals in the organization is as follows (continued on attached sheets if needed): ,;ee CltaLhe,, f, rPsineS . In the event the Contract is awarded to Bidder, the required surety Bonds will be furnished by the following surety company and name and address of agent: eld I4o0 Ater-ia' o L"e , -lower Woods ",Lm6ig�YL loot 3Lo q-;�Q 3 VJ . I l0}` S-}-_ 2+,- 1,00 �yeriu.nd ��xll , ILS (o(o�(.o 2 - 0011 53 CSIII 00 1153 - Bidder Qualifications 018-0031 Contract Section III , 9. Bidder's Workmen's Compensation Experience Modifier Factor is. a` FINANCIAL STATEMENT (IF REQUESTED) A. If requested by the City of Fayetteville during the evaluation of bids the bidder shall provide to the City of Fayetteville the following additional information: Bidder possesses adequate financial resources as indicated by the following: 1. Assets and Liabilities: Attach a financial statement, audited if available, including Bidder's latest balance sheet and income statements showing the following items: a. Current assets (cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory, and prepaid expenses). b. Net fixed assets. c. Other assets. d. Current liabilities (accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, and accrued payroll taxes). e. Other liabilities (capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings). f. Name of firm preparing financial statement and date thereof: If financial statement is not for identical organization named herein, explain relationship and financial responsibility of the organization furnished. 2. Current Judgments: The following judgements are outstanding against Bidder: Judgment Creditors Where Docketed and Date Amount a. b. $ Bidder hereby represents and warrants that all statements set forth herein are true and correct. y Date: � 1 ) O `at} , 20 -, . (OFFICIAL SEAL) Name of Organization: (Type or legibly print) o- > Lai M BIDDER QUALIFICATIONS 00 11 53 - 3 018-0031 Contract Secgpn IV� Bye/ V (Signature) rn Title eCU.i-l11,C,CV\Cut'I may, (Type or legibly print) If Bidder is a partnership, the partnership name shall be signed, followed by the signature of at least one of the partners. If Bidder is a corporation or LLC, the corporate name shall be signed, followed by the signature of a duly -authorized officer and with the corporate seal affixed. Contractor shall attach evidence of authority of signature. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Contractor's signature and authority to sign. END OF SECTION 00 1153 4 - 00 11 53 CSIII 00 1153 - Bidder Qualifications 018-0031 Contract Section III ARTICLE 1— BID RECIPIENT 1.1 All bids have to be submitted to Purchasing. The City of Fayetteville 113 W. Mountain Street Fayetteville, Arkansas 72701 1.2 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the Contract Times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. ARTICLE 2 — BIDDER'S ACKNOWLEDGEMENTS 2.1 Bidder accepts all of the terms and conditions of the Advertisement and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 90 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. 2.2 The Successful Bidder will sign and submit the Contract Agreement and other documents required by the bidding requirements within 30 days after the date of Owner's Notice of Award. ARTICLE 3 — BIDDER'S REPRESENTATIONS 3.1 In submitting this Bid, Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents, and any data and reference items identified in the Bidding Documents, and hereby acknowledges receipt of the following Addenda: Addendum No. a Addendum, Date u lala I 4 l5104 B. Bidder has visited the Site, conducted a thorough, alert visual examination of the Site and adjacent areas, and become familiar with and satisfied itself as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and has satisfied itself as to all Laws and Regulations that may affect cost, progress, and performance of the Work. D. Bidder has carefully studied ail: 1. reports of explorations and tests of subsurface conditions at or adjacent to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at or adjacent to the Site (except Underground Facilities) that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings, and BID FORM 00 41 43 - 1 018-0031 Contract Section III 2. reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bidding Documents with respect to Underground Facilities at or contiguous to the site. Bidder has considered the information known to Bidder itself; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Bidding Documents; and any Site -related reports and drawings identified in the Bidding Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and (3) Bidder's safety precautions and programs. G. Bidder agrees, based on the information and observations referred to in the preceding paragraph, that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price bid and within the times required, and in accordance with the other terms and conditions of the Bidding Documents. H. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. I. Bidder has given The Purchasing Division written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents and confirms that the written resolution thereof by Engineer is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance and furnishing of the Work. K. The submission of this Bid constitutes an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article, and that without exception the Bid and all prices in the Bid are premised upon performing and furnishing the Work required by the Bidding Documents. ARTICLE 4 — BIDDER'S CERTIFICATION 4.1 Bidder certifies that: A. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation; B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and D. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph 4.1.D: 1. "corrupt practice" means the offering, giving, receiving, or soliciting of anything of value likely to influence the action of a public official in the bidding process; 2. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of Owner, (b) to establish bid prices at 2 - 00 41 43 BID FORM 018-0031 Contract Section III artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition; 3. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish bid prices at artificial, non-competitive levels; and 4. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the a execution of the Contract. ARTICLE 5 — BASIS OF BID 5.1 Bidders are required to provide pricing for all line items, including deductive alternate items. Failure to provide deductive alternate pricing can result in bid rejections. In the event no bid falls within the amount of funds certified for the project plus 25%, the City will utilize the deductive alternates in order to further evaluate bids until a bid received falls within the amount certified, plus 25%. In the event all deductive alternates are subtracted from the total base bid and no bid falls within the amount certified, plus 25%, all bids shall be rejected and become confidential. In no case shall the amount bid for the item of "mobilization" exceed 5% of the total contract amount for all items listed in the proposal or bid minus bonds and insurance. Bidder will complete the Work in accordance with the Contract Documents for the amount bid. REFER TO THE CITY'S ELECTRONIC BIDDING PLATFORM TO SUBMIT BID PRICING ELECTRONICALLY. CONTACT THE CITY PURCHASING DIVISION TO SUBMIT A PHYSICAL SEALED BID. BID FORM 00 41 43 - 3 018-0031 Contract Section III 5.2 Bidder acknowledges that A. Each Bid Unit Price includes an amount considered by Bidder to be adequate to cover Contractor's overhead and profit for each separately identified item, and B. Estimated quantities are not guaranteed and are solely for the purpose of comparison of Bids, and final payment for all unit price Bid items will be based on actual quantities, determined as provided in the Contract Documents. C. The contract, if awarded will be based on the lowest responsive, responsible bid accepted by the City of Fayetteville, Arkansas. D. Unit prices have been computed in accordance with paragraph 13.03 of the General Conditions. E. Bidder acknowledges that quantities are not guaranteed, and final payment will be based on actual quantities determined as provided in the Contract Documents. F. Unit and lump sum prices shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for. G. The Bidder understands that the Owner reserves the right to reject any or all bids and to waive any informalities in the bidding. ARTICLE 6—TIME OF COMPLETION 6.1 Bidder agrees that the Work will be substantially complete within 420 calendar days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 450 calendar days after the date when the Contract Times commence to run. 6.1 Bidder accepts the provisions of the Agreement as to liquidated damages. ARTICLE 7 — ATTACHMENTS TO THIS BID 7.1 The following documents are submitted with and made a condition of this Bid: A. Required Bid Security in the form of bid bond for 5,'D of 0_ryy . CJE k id - (Dollar Amount Written in Words) B. Required Bid Bond (Section 00 43 13); C. List of Proposed Subcontractors; D. List of Proposed Suppliers; (Total in Figures) E. List of Project References (see Section of Bidders Qualification Statement) F. Evidence of authority to do business in the state of the Project; or a written covenant to obtain such license within the time for acceptance of Bids; 4 - 00 41 43 BID FORM 018-0031 Contract Section III G. Contractor's License No.: Required Bidder Qualification Statement with supporting data (see Section 00 2113 Instructions to Bidders); ARTICLE 8 — DEFINED TERMS 8.1 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. ARTICLE 9 — BID SUBMITTAL 9.1 Communications concerning this Bid shall be addressed to the address of Bidder indicated below. 9.1 The Bidder has reviewed and agrees with all sections of the Plans, Specifications and Contract Documents, including all Addenda, and the Comprehensive Best Management Practices Plan included with the Bid Documents. Submitted this day of Respectfully submitted, Grassland N�vu C'cxt4riaCC,�r�c. (Firm Name) By (Signature) 0) ar S�- l l � xecl-(- h ve,C 6 rtYYch (Printed Name) BID FORM 004143 - 5 018-0031 CC �tract Section III Attest: l,-�441 - A_d� (Seal, if bid is b�corporation.) Arkansas License No. oo&73ol1ai Federal Tax ID No. 49- 113 ig.53 Address forgiving notices: oI S E-nsi Avenue, Col u_MbLM IDS Title Aim-in�Sgl 501 5 easy- A-ve. j Columbus IDS wo7Q't;- (Business Address & Zip Code) Telephone Number: toa0 • 149q• 1017 Fax Number: Contact Name and e-mail address: �� I d I nscr� cl r4l n song heavy Cortrodors • Cann 6 - 00 4143 BID FORM INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS: 018-0031 Contract Section III The Bidder shall list below the name and the location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvement, or a subcontractor licensed by the state who, under subcontract to the prime contractor, specially fabricated and installs a portion of the work or improvement according to detailed drawings contained in the Plans and Specifications, in an amount in excess of one-half of one percent of the prime contractor's total Bid. The Bidder shall also list below the portion of the work which will be done by each subcontractor under this Contract. Failure to comply with this requirement will render the Bid nonresponsive and may cause its rejection. Subcontractor Percent License of Total Work to be Performed Number Contract Subcontractor's Name & Address 1. Lltc�nwl 021131o0522 v Ak15 ✓f 1010 5 5�al A�,t �yt�lievlJlC 7Z7o1 _2. 60V'1 Vl,t 00119 Z04 � o �,tR Dcechor,&i BiriiV 1 ,04 1rYkll anov+i�r �yGlk��ll� 92701 FAgr*_,iic k27aa63 4. FM CC 03501M k "to modem ponce acAIVA l b� y �" 14K J,1t1111 _/-- A -1-27" 5. A5o�aii oo i ba�oem 3.5 Flo 7,—, Sin AOi►�qL /yl/ v P- lye-ik,4iL"197"1 Q 7. Note: Attach additional sheets if required. BID FORM 00 41 43 - 7 018-0031 Contract Section III NAMED EQUIPMENT/MATERIAL SUPPLIER LIST: The Bidder shall indicate below which Supplier the Bidder intends to use to furnish, under the Bid, each item of equipment or material listed on this form by writing in one of the named suppliers specified in the Technical Specifications for that equipment or material. (Proposed substitutes may be listed on the Proposed Substitute Equipment/Material Supplier List form but will only be considered after award of the Contract.) If no supplier is named in the Technical Specifications, the Bidder may list any supplier whose product meets all the requirements and technical criteria specified. The listing of more than one supplier for each equipment/material to be furnished with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid nonresponsive and may cause its rejection. EQUIPMENT/ MATERIAL SPEC SECTION SUPPLIER I��rn� hrlc� 33 M Lf 3 ass, lnc a a�,1 t 31 3-7 v u /} nA G - u►� Ctocri k 03 30 ao �C. ohrn" 03 30 P, .b PIK 33 o5 8 - 00 4143 BID FORM License No. 0067301124 ID #860 State of Arkansas Commercial Contractors Licensing Board CROSSLAND HEAVY CONTRACTORS, INC. 501 S EAST AVENUE COLUMBUS, KS 66725 CROSSLAND HEAVY CONTRACTORS, INC. This is to Certify That is duly licensed under the provisions of Ark. Code Ann. § 17-25-101 et. seq. as amended and is entitled to practice Contracting in the State of Arkansas within the following classifications/specialties: HEAVY CONSTRUCTION MUNICIPAL & UTILITY CONSTRUCTION This contractor has an unlimited suggested bid limit. from October 13, 2023 until November 30, 2024 When this Certificate expires. Witness our hands of the Board, dated at North Little Rock, Arkansas. CHAIRMAN SECRETARY October 13, 2023 - dsa DAN THOMPSON President CONTACT 0 dthompson@heavycontractors.com ® 479-366-1637 YEARS OF EXPERIENCE 27 Years EDUCATION Bachelor of Science Construction Engineering & Technology Pittsburg State University CERTIFICATIONS OSHA 10 Hour Smith Driving Certified INDUSTRY + CIVIC INVOLVEMENT Springdale Rotary Club As President of the Company and Manager of the Arkansas Division, Dan Thompson is responsible for supervising all management personnel based and operating within the Arkansas Division. He directly oversees all projects in his region, providing input and executive authorization. He actively maintains relationships with each of Crossland Heavy's valued partners and seeks out ways in which the company can serve them better. Dan is an extremely active and involved Division Manager and offers guidance and direction throughout the life of each of his Division's projects. Dan oversees each project's budget and schedule, ensuring that Crossland Heavy is doing everything possible to meet or exceed our Owners' expectations. He offers input and guidance as necessary to help each project reach a timely and cost-efficient completion. A known problem solver, Dan maintains a keen focus on success, doing whatever he can to make our partners successful. PROJECT EXPERIENCE partial list Design -Build Projects: ■ Davidson WWTP, Hot Springs, AR, $4.6M • Tyson WWTP, Green Forest, AR $3.3M • Decatur WWTP MBR Expansion, Decatur, AR, $9.6M ■ RWU Train 2 Rehabilitation, Rogers, AR, $4.6M CMAR Projects: • BWD FTW & Solids Processing Impr., Lowell, AR, $4M ■ WOKA Whitewater Park, Watts, OK, $30M ■ Mid -Town Corridor, Fayetteville, AR, $14.5M • RWU Solids Handling Facility Ph 1, Rogers, AR, $7.8M ■ Hochatown Off -site Improvements, Hochatown, OK, $30M Design -Bid -Build Projects: • PWWSD No. 23 WTP, Fredonia, KS, $21.3M • Beaver Water Treatment Plant, Lowell, AR, $26.2M ■ River Intake & Dam Investigation, Fort Scott, KS, $2M • Tyson WWTP Renovation, Springdale, AR, $2.6M CHRIS WALTERS Vice President CONTACT 0 cwalters@heavycontractors.com O 918-438-2800 YEARS OF EXPERIENCE 18 Years EDUCATION Bachelor of Science Construction Management Technology Oklahoma State University CERTIFICATIONS Class D Waterworks Class D Wastewater Operator AGC of America Construction Project Management Course Competent Person Confined Space Trenching & Excavation Certified P6 Scheduling As our Vice President and Division Manager of Tulsa, Chris Walters is responsible for supervising all management personnel based and operating within the Oklahoma Region. He directly oversees all projects in his region, providing input and executive authorization. Chris is an extremely active and involved Vice President and Division Manager, and will offer guidance and direction throughout the life of your project. During the Pre -Construction Phase, Chris will oversee your project's budget and schedule creation. During the Construction Phase, he will observe your project's production rates and progression, offering input and guidance as necessary to help your project reach a timely and cost-efficient completion. A known problem solver, Chris maintains a keen focus on your project's schedule and budget. PROJECT EXPERIENCE partial list ■ Lake Hefner WTP Expansion, Oklahoma City, OK, $49M • Coweta WTF Process Improvements, City of Coweta, $9.8M ■ AB Jewell WTP Clarifier Imp., Tulsa, OK, $5.8M ■ AB Jewell Clarifier No. 2 Imp., Tulsa, OK, $8.9M • AB Jewell Clarifier No. 3 Imp., Tulsa, OK, $12.7M • COT NA Zone 3011, Tulsa, OK, $7.6M ■ Northside WWTP Anaerobic Digester Imp., Tulsa, OK, $3.7M • Haikey Creek WWTP Improv. Sludge Thick., Tulsa, OK, 2.7M • Southside WWTP Odor Control Improv. Project, Tulsa, OK, 2.5M ■ Southfork Joe Creek Channel Improv. Project, Tulsa, OK, $13M • 15th St. Arterial St. Rehab, Tulsa, OK, $5.7M ■ COT Peoria Bus Stops, Tulsa, OK, $5.1 M DOUG WESTERVELT Corporate Safety Director CONTACT 0 dwestervelt@crossland.com O417-437-4376 YEARS OF EXPERIENCE 22 Years CIVIC INVOLVEMENT American Society of Safety Engineers Pittsburg State University Safety Committee Center Christian Church Elder and Board Chairman Doug Westervelt has been part of the Crossland Team for over 22 years, having served as our Corporate Safety Director for the last 19 years. As Corporate Safety Director, Doug is ultimately responsible for Crossland's adherence to all OSHA regulations, as well as for our adherence to all Department of Transportation regulations. Doug oversees Crossland Safety company -wide. He trains and monitors all jobsite safety personnel, and visits all Crossland sites. ■ Oversees adherence to OSHA regulations • Oversees DOT operations, including training and adherence to DOT regulations. ■ Implements and maintains the company's STOP Safety Program ■ Implements and maintains the company's Drive to Zero Campaign • Teaches 10 hour and 30 hour OSHA classes • Proctors NCCER/NACB crane certification exams CERTIFICATIONS partial list • Certified Safety Professional • NCCER Construction Site Safety Master • AGC Safety Management Program ■ U.S. Army Imagery Analyst • U.S. Army Leadership Certified ■ Liberty Mutual Decision Driving Institute ■ Liberty Mutual Construction Safety Management Program • NUCA Confined Space and Excavation Program ■ FMI Safety Management • OSHA Outreach Training Program ■ NCCER Train -the -Trainer Course • DBI SALA Fall Protection Course ■ NCCER/NACB Crane Practical Examiner ■ Scaffold Training Institute MARK SELL Chairman of the Board CONTACT 0 msell@heavycontractors.com 0 620-429-1414 YEARS OF EXPERIENCE 41 Years EDUCATION Bachelor of Science Construction Science Kansas State University CERTIFICATIONS HAZCOM-GHS Training Smith Driving Certification Mark Sell is one of Crossland Construction's greatest assets, and has been with Crossland Heavy from its inception in 1993. Mark was hired to develop Crossland Heavy from the ground up, and serves as Chairman of the Board. Today, Crossland Heavy is an industry leader in civil construction projects, ranging from bridge and roadwork to water and wastewater treatment plants, site utilities, and pipework. Mark received his Bachelor of Science degree in Construction Science from Kansas State University. With over 40 years of experience, Mark will be there to ensure that every aspect of the construction process is pursued in the most cost-effective and professional manner. WORK EXPERIENCE Crossland Heavy Contractors, Columbus, KS 1993 - Present Co-founded Crossland Heavy Contractors to pursue civil oriented projects including bridge work, water and wastewater treatment facilities, site utilities and pipe work. Peter Kiewit Sons, Inc., Omaha, NE 1982-1993 Work history included numerous road and bridge projects throughout the Midwest. River intake pump station, sheet pile river weir across Kansas River. Subway renovation and light commuter rail projects in Chicago. Lock and Dam #16 renovation in Muscatine, Iowa. 1 ERICK LOWE, ASSOC. DBIA Project Executive CONTACT 0 elowe@heavycontractors.com O 913-449-3267 YEARS OF EXPERIENCE 11 Years EDUCATION Bachelor of Science Construction Management Pittsburg State University CERTIFICATIONS OSHA 30 Hour Smith Driving Certified Leadership Training Rebar Cages - Safe Lifting and Handling FMI Project Management Training Your Advocate throughout your Project As Manager of the Kansas City Division, Erick leads a team of construction professionals who specialize in water & wastewater projects. Erick is incredibly passionate about projects that make a big impact on a community. He understands the challenges we will likely face together and proactively plans to mitigate them. He will advocate for you to make sure we deliver a safe, reliable, high quality project that will serve you for years to come. Erick actively maintains relationships with each of Crossland Heavy's valued partners and seeks out ways in which we can serve them better. Erick is an extremely active and involved Division Manager and offers guidance and direction throughout the life of each of his Division's projects. Erick oversees each project's budget and schedule, ensuring that CHC is doing everything possible to meet or exceed our Owners' expectations. He offers input and guidance as necessary to help each project reach a timely and cost-efficient completion. A known problem solver, Erick maintains a keen focus on making our partners successful. PROJECT EXPERIENCE partial list CIVIAR Projects: • Olathe WTP No. 2, Olathe, KS, $17.2M • Vertical Wells Impr. Ph 1 & 2, Olathe, KS, $10M Design -Bid -Build Projects: ■ Hedge Lane PS & Reservoir, Olathe, KS, $21.2M • PWWSD #25 WTP, Lawrence, KS, $9.2M • Louisburg WWTP Impr., Louisburg, KS, $11.1 M ■ Clinton WTP Taste & Odor, Lawrence, KS, $3.9M ■ Nall Ave Pump Station & Rsvr, Leawood, KS, 59.1 M ■ Turkey Creek Pump Station Impr., Mission, KS, $5.1 M • Wolcott WTP Generator Facility, Kansas City, KS, $9M • S. Wellfield PWSW No. 13, Leavenworth, KS, $3.1 M • Oread & Kasold Bstr Pump Stns, Lawrence, KS, $4.3M ■ Blackbob Pump Station Repairs, Olathe, KS, $434k • JCW Electrical Impr, Overland Park, KS, $5.1 M ■ South Lift Station Storage Tank, Gardner, KS, $1.9M JUSTIN LILLIE Division Manager - Oklahoma City CONTACT 0 jlillie@heavycontractors.com O 918-384-8208 YEARS OF EXPERIENCE 22 Years EDUCATION Bachelor of Science Construction Management Oklahoma State University CERTIFICATIONS Smith Driving Certification OSHA 30 Hour As Division Manager of the Oklahoma City Division, Justin Lillie is responsible for supervising all management personnel based and operating within the Oklahoma City Region. He directly oversees all projects in his region, providing input and executive authorization. Justin is an extremely active and involved Project Executive and will offer guidance and direction throughout your project. During the preconstruction phase, Justin will oversee your project's budget and schedule creation. During the construction phase, he will observe your project's production rates and progression, offering input and guidance when necessary to help your project reach a timely and cost- efficient completion. A known problem solver, Justin will maintain a keen focus on your project's schedule and budget. PROJECT EXPERIENCE partial list • Arcadia Lake WTP Hdlg. & Imp., Edmond, OK, $38.17M • 61 st and Memorial Arterial St, Tulsa, OK, $5.89M ■ Non -Arterial Street Rehab Zone 2065C, Tulsa, OK, $5.46M ■ Hefner WTP Electrical Loop, Oklahoma City, OK, $6.1 M • 5th Street Extension, Tulsa, OK, $5.95M • Arcadia Trail, Edmond, OK, $9.8M • Haikey Creek WWTP Eq. Imp., Broken Arrow, OK, $9.2M • Harvard Ave 51 st to 61 st, Tulsa, OK, $4.47M • Britton Road, The Village, OK, $5.4M • Fed Ex Ground OKC, OK, $2.31 M ■ 36th St N and Lewis Ave, Tulsa, OK, $7.54M ■ Fred Creek IV Sleepy Hollow, Tulsa, OK, $3.24M ■ Covell Road, Edmond, OK, $9.8M • Ada Main Street Improvements, Ada, OK, $7.49M • Cotton County RWD No. 2 WTP, Cache, OK, $5.38M ■ Joe Creek 61 st Street Sanitary Sewer, Tulsa, OK, $4.26M • Edmond Trails Ped. Imp., Edmond, OK, $3.5M • Downt Streetscape & Drain. Impr., Edmond, OK, $2.17M CROSSLAND HEAVY CONTRACTORS CORPORATE RESOLUTION 501 S East Avenue I PO Box 350 Columbus, Kansas 66725 t 620 429 1410 f 620 429 2977 BE IT RESOLVED: that at the monthly meeting of the Board of Directors of Crossland Heavy Contractors, Inc., held on the 27`h day of October 2023, the Board of Directors did, by unanimous decision, authorize Mark Sell, Chris Walters, Justin Lillie, Dan Thompson, Erick Lowe or Ivan Crossland, Jr. to sign on behalf of said Corporation all documents and papers pertaining to the business of said Corporation. All documents signed by Mark Sell, Chris Walters, Justin Lillie, Dan Thompson, Erick Lowe or Ivan Crossland, Jr. on behalf of Crossland Heavy Contractors, Inc. shall be legally binding on Crossland Heavy Contractors, Inc. and their successors and as -'b is. Dan Thom son, Pres> nt ATTEST`�� L____� Holly Rhodes, Secretary State of Kansas, County of Cherokee: Before me, the undersigned Notary Public in and for the County and State aforesaid, personally appeared Dan Thompson, President of Crossland Heavy Contractors, Inc. a corporation duly organized and existing in the State of Kansas, and he acknowledged the same on behalf of said Corporation. In witness thereof I have set my hand and affixed my seal this ( d of �OZ% 2023. Notary Public My Commission Expires: 1,9-0(-�J DENISE LUCIAN Notary Public - at f K�as MyAppt, Expires j. T STATEMENT OF BIDDER'S QUALIFICATIONS 1. Name of Bidder: Crossland Heavy Contractors, Inc. 2. Permanent main office address: PO Box 350, 501 S. East Avenue, Columbus, KS 66725 3. When organized: April 1993 If a corporation, where incorporated: Kansas 4. General character of work performed by your company: Water & Wastewater Treatment Plants, Lift & Pump Stations, Water & Sewer Lines, Storm Drainage, Earthwork, Concrete, Bridge, Roads 5. Bonding Capacity: $1.5 Billion 6. Contracts on hand: (Schedule these, showing amount of each contract and the appropriate anticipated dates of completion.) See attached Listing 7. Have you ever been late on a project or deaulted on a Contract? If so, where and why? 8. Have you ever been fined or had you license suspended by a Contracor's Licensing Board? If so, where and why? 9. Have you ever had liquidated damages imposed? If so, provide explanantion. 10. List all municipal projects and provide firm's experience in water utilities construction work in excess of $3,000,000 within the last 5 years. Provide owner references for at least three water utility projects in the last 2 years. See attached listing 11. Provide schedule of your current contracts on hand. Indicate the project title, owner, contract amount and start/finish dates. See attached listing 12. Provide names of and summary experience of the superintendent that will be assigned to the project, including construction value projects. See attached listing Current Projects in Progress/Contracts On Hand 03/22/24 OWNER CONTRACT AMOUNT EXPECTED COMPLETION 2022 Wastewater Treatment Facility Improvements City of Osawatomie $2,538,564.00 12/22 2 Inch Waterline Replacement - NW Tulsa Tulsa Metropolitan Utility Authority $1,538,000.00 9/23 2ND &Bryant City of Edmond $7,478,800.00 6/22 8th St Corridor Improvements City of Bentonville $28,193,021.80 7/24 8th & Easy Tunnel City of Rogers $4,838,330.00 5/24 AA TIA Wet Utilities City of Tulsa $8,000,000.00 AB Jewell Clarifier No. 2 Imps Tulsa Metropolitan Utility Authority $8,922,000.00 7/22 AB Jewell Clarifier No. 3 Improvements Tulsa Metropolitan Utility Authority $12,717,000.00 7/23 AB Jewell WTP Maint and Rehab City of Tulsa $1,912,000.00 7/23 AB Jewell Sodium Hydroxide Improvements Tulsa Metropolitan Utility Authority $1,763,623.00 3/24 ADA Main Street Improvements City of Ada, OK $8,003,458.22 6/22 Airport Fire Pump Replacement Johnson County $97,000.00 6/23 Alpena Wastewater System Improvements Town of Alpena, Arkansas $4,284,865.81 5/23 American Airlines TUL Base Power Supply American Airlines $3,500,000.00 12/23 Arcadia Lake WTP Residuals Handling & Imps Edmond Public Works Authority $39,372,169.57 8/22 Bartlesville Effluent Pump Station City of Bartlesville $1,738,000.00 11/22 Black Bob Pipe Abandonment City of Olathe $10,000.00 2/23 Black Bob Pump Station Site and Piping Imp City of Olathe $581,000.00 03/24 BPU WaterOne Interconnect Piping BPU Water Engineering $93,278.00 12/22 BWD Raw Water Main Improvements Lowell, AR $576,000.00 3/23 BWD Western Corridor Pump Station Lowell, AR $38,373,465.00 12/25 Caney River Raw Water Intkae Improvements City of Bartlesville $1,302,206.93 5/22 Cedar Lake Lift Station Improvements City of Olathe $2,488,133.40 7/22 Citywide LS Imp West Bank LS City of Tulsa OK $478,500.00 Clear Creek Lift Station Upgrades City of Springdale $2,868,238.00 2/23 Contracto 4 High Service Pump Station & Clearwell City of Lexington $1,304,114.00 9/22 COT 2 INCH Waterline TMUA-W 11-08, C5 Tulsa Metropolitan Utility Authority $1,897,000.00 1/23 COT 2 Waterline 31st to Howard Tulsa Metropolitan Utility Authority $2,162,000.00 7/22 COT 7th and 8th St Aerterial Rehab City of Tulsa $3,510,904.00 5/23 COT NA 8063 City of Tulsa $3,870,000.00 6/23 COT NA MZ 1153 City of Tulsa $4,784,000.00 11/23 COT NA ZONE 4031 City of Tulsa $12,534,085.97 7/23 DLSMB InDense Pilot Johnson County Wastewater $55,394.00 3/23 Eagle Bend Irrigation System Improvements City of Lawrence $723,000.00 2/23 Facility 2 Filer No. 27 Rebuild WaterOne $239,000.00 4/23 Har-Ber Ave. Ext. - 40th St. to Gutensohn Rd. City of Springdale $9,985,694.00 7/23 Hefner Surge Enhancements City of Oklahoma City Water Utilities Trust $2,109,985.00 5/23 Hefner WTP Ozone Expansion City of Oklahoma City Water Utilities Trust $44,432,000.00 7/25 Henson Addition Un-Sewered Area Extend Sanitary Sewer City of Tulsa $441,000.00 7/24 Jenks WWTP City of Jenks, Oklahoma $11,917,000.00 1/23 Joplin High Service PS Replacement Missouri American Water Company $7,249,212.00 12/22 Junction City WTP Improvements Phase 2 City of Junction City $14,099,012.00 12/22 Kaw Point Control Room Stairs Replacement Unified Government of Wyandotte County $63,759.00 12/22 Kaw WTP Electrical & Mechaincal Imps Contract 2 City of Lawrence $4,457,000.00 4/22 Larson Building Demo Johnson County Wastewater $105,940.00 2/23 Lime Silo Slaker Addition City of Independence Water Department $3,748,400.00 2/25 Little Cedar Creek Stabilization City of Olathe $484,500.00 5/22 Little Osage Trib 2 Drainage Improvements City of Bentonville $3,392,063.00 4/23 LLWWTP UV Disinfection Improvements Broken Arrow Municipal Authority $5,841,000.00 8/22 Lynn Lane Blower Replacement Broken Arrow Municipal Authority $259,000.00 9/22 Madison County Booster Pump Station Rehab Madison County Water Facilities $669,940.00 2/22 Main Lift Station & Forcemain Improvements City of Eudora $26,066,450.00 12/22 Marshalltown - Armstrong Earthwork & Storm Drain Columbus, KS $1,226,759.00 10/23 Middle Basin Misc Electrical Improvement Johnson County Wastewater $203,459.00 5/23 Missouri River Intake HVAC Improvements & Roof Replacement Water District No. 1 of Johnson County $1,560,000.00 6/23 Mohawk WTP - RAW Water Bldg Augur Removal Tulsa Metropolitan Utility Authority $181,000.00 4/23 Mulberry WTP City of Mulberry AR $7,498,080.00 NA St Rehab MZ 2065Z, 2065C City of Tulsa $3,518,000.00 11/24 NA St Rehab and WL Repl in MZ 4021 Tulsa, OK $2,908,000.00 5/24 NA ST MZ 5040 Tulsa, OK $700,000.00 03/24 NE J Street Early Site Preparation Bentonville, AR $716,963.00 3/23 Nelson WWTP Improvements Package 4 Mission, KS $1,744,000.00 5/23 NEO CM North Groove - North Lake WNP Pump Station Nabholz Construction Corporation $792,169.00 12/22 NEO CM South Lake and Green Groove - Outfall Structure Nabholz Construction Corporation $347,118.00 4/23 Norman WRF Dewatering Imp City of Norman OK $3,000,000.00 04/25 Northland II Pump Station Impr Phase I and II City of Topeka $1,092,955.00 10/23 NSWWTP Digester Improvements Project Tulsa Metropolitan Utility Authority $2,589,000.00 6/23 NW 9th and D Street Bentonville, AR $6,529,392.00 5/24 Olathe Sodium Hypo Tank Replacement City of Olathe $349,815.00 5/23 Olathe WTP 1 Demolition City of Olathe $743,000.00 10/22 Olathe WTP2 Chemical Feed Olathe, KS $14,150,000.00 5/24 Osage Bartlesville Crossland Construction Company $1,621,749.00 12/22 Osage Pawhuska - Site Concrete 32A Crossland Construction Company, Inc. $851,100.00 10/22 Owasso 116th and Garnett Intersection City of Owasso $4,284,000.00 6/22 Owasso 116th Widening Garnett to 129th City of Oswasso $8,603,000.00 6/23 Owasso WWTP & Main Lift Station Owasso Public Works Authority $21,187,879.00 2/23 Pensacola Ventilation Design GRDA City of Tulsa OK $1,240,000.00 Pinnacle Hills Roundabouts and Uptown Street Improvements City of Rogers $10,857,450.00 8/24 Prairie Grove WWTP Expansion City of Prairie Grove $7,358,000.00 7/23 Prairie Grove WWTP Lift Station City of Prairie Grove $1,235,200.00 10/22 Roof Repl AB Jewell Maintenance Building City of Tulsa OK $427,000.00 Route 66 Rapid Bus Transit Stations - Phase 1 City of Tulsa OK $3,400,000.00 05/25 RMUA WPC 22-2 Regional Metropolitian Utility Authority $484,000.00 8/23 S. Dixieland Rd. Ext. Lowell, AR $7,741,107.00 1/24 Sapulpa WWTP Imp - Aeration Equipment City of Sapulpa OK $500,000.00 Sand Springs WTP Influent 14" Filter Butterfly Valve City of Tulsa OK $100,000.00 Sand Springs WWTP SBR Blower Repl City of Sand Springs OK $1,485,715.00 Slaughter Pen East Emergency Access Trail Trailblazers + ETHIC $432,080.00 10/22 Slaughter Pen West Parking Lot NWA Trailblazers $789,856.00 5/22 South Canadian WWTP Improvements City of Oklahoma City Water Utilities Trust $213,851,000.00 1/27 S. Delaware Ave and WL Repl City of Tulsa OK $1,421,000.00 South Cedar Creek Elliptical Pipe City of Olathe $333,512.00 9/22 Springdale Water Utilities Wastewater TF Phase 1 Improvements City of Springdale Water and Sewer $51,394,137.00 2/25 Stillwater Pump Station City of Stillwater, OK $25,627,000.00 06/25 Topeka WTP West Plain Basin Rehab City of Topeka $10,249,300.00 5/23 Tulsa County Posey Creek Bridge Tulsa County $2,005,506.00 5/22 Turkey Creek WWTF Miscellaneous Improvements Johnson County Wastewater $2,145,500.00 5/23 Via Emma Waterline Extension Blue Crane $44,463.00 5/22 Walton Blvd Intersection (RFP 23-47) City of Bentonville $10,000,000.00 02/25 War Eagle Bridge Repair Benton County $9,353.00 4/22 Warner WTP Filter Medial Replacement Warner Utilities Authority $48,610.00 5/22 Wastewater Treatment Plant Improvements Phase 2 Junction City, KS $56,406,000.00 12/25 WaterOne Misc. Improvemen City of Kansas City $1,373,123.00 4/23 WMHO 10th Street Pedestrian Tunnel Retainage Walls APAC-Central, Inc. $240,413.00 6/22 WRWA Landside Wayfinding Oklahoma City Airport Trust $5,570,110.00 11/22 Wyss Pumping Station Engine Generator Facilities WaterOne $5,776,500.00 12/23 3. Bonded Projects Cuinnantly Under Contract CONTRACT EXPECTED PROJECT Owner Engineer Surat Type of Work AMOUNT COMPLETION Hefner WTP Chemical Feed limps Oklahoma wefer Utilith. Trust CP&y Federal Insurance CW Fidelity& DeposR CO of Mad— Plant $14,321,601.0o 9116 420 W. Main, STE 500 1820 Regal Row Zurich American Insurance Co ONehoma C4,, OK 73102 Dallas, TX 75235 Agent IMA, Inc: 51 Corporate Woods 4 297-23W 214-MO-1721 00 Weal 110M St, Suite 600, Overland Park, KS 66210 Bellview, Road North City Of Rogers McClelland Consulting En91nners Federal Inaurance Co Fidelity&Deposit CO&WrA-1 Road $11,576,033.00 1v16 301 wear ch-nut St PO Box 1229 Zurich American Inaurance Co Rogers, AR ]2]58 F,wft All,, AR 727M AMnc MA, Inc. 61 C.,... W.W. 6]9621-1186 470-3-23]] 9393 West I IOth St, Suite aco Olerlend Park, KS 66210 Middle Fork White River Bride AHrD AHTD F—ral Insurance Col Fidelity& DeposR CO& MaA-1 Bridge $],B]8,&31.90 .17 3628 N Highway 112 3526 N Highway 112 Zurich American Insurance Co FayeReNII., AR ]2]04 Fayetleaille, AR—M Agent IMA, Inc: 51 Corporate Woods 479-251-9256 479-251-9266 9393 Weal 1100 St, Suite 600, Overland Park, KS 66210 Union County WTP Expansion Union County Water Con-11,n Boats GBMc&Asaoclales Federal Inaurance Col Fidelity& Deposit CO& WrA,MI Part $2,989,375.00 10116 .1 West Cedar 219 B. Len. Zurich American Insurance Co EI Dorado, AR ]1]30 Bryant AR Agent MA, Inc. 51 Comorate Woods 8]Od62-1246 501-84]-]0]] 9393 West I IOth St, Suite aco, Olerlend Park, KS 66210 WDICot WTP Engine Generator Water District No. l dJohnson County Black&Veatch Federal Insurance Col Fidelity& DeposR CO& WrA—1 Plant $8,899,BBB.00 10I16 10747 Renner BlW MOO Ward! Parkway Zurich American Insurance Co Lene�m, KS 66219 Kansas City, MO Agent IMA, Inc: 51 Corporate Woods 9138955826 913-458-34M 9393 Weal 1100 St, Suite Son, O,erland Park, KS 66210 Clinton Raw Water Pump Station Improvements City &Lawrence Black&V.Ich Federal Inaurance Col Fidelity&Deposit CO&WrA-1 Pump Statlon $1,527,000.00 11116 .00 w-Parkway Zurich American Insurance CO Kansas City, MO AMnc MA, Inc. 61 Comorate W.W. 913458-MM 9393 West I IOth St, Suite 600, Orerland Park, KS 66210 615t and Memorial Arterial Street Cityof Tulsa PEC Federal Insurance Col Fidelity& DeposR CO or WrA.nd Roed $5,894,0D000 12J16 2317 S Jackson 4150 S 1001h E Aea Suite 401 Zurich American Insurance Co Tulsa, OK Tulsa, OK 74146 Agent IMA, Inc: 51 Corporate Woods 9185 9816 918-6m-5400 00 Weal 1100 St, Suite Son, O,erlend Park, KS 66210 Maple& Lafayette Bridge City Of Fayahl 11e,AR McClelland Consulting Engineers Federal Insurance Col Fidelity&Deposit CO&WrA-1 add, $1,]25,0]1.42 10116 113 W Mountain St PO BOX 1229 Zurich American Insurance Co Faye..., AR Fa> O.Ahle, AR Agent MA, Inc. 61 Comorate W.W. 4]9-449-3424 479-043-2377 9393 West 110th St, Suite 600, Olerland Park, KS-0 Clinton WTP Taste &Odor City—rence Burns B McDonnell Fetl I lnsumnce CW Fidelity B DeposR CO W WM-1 Plant $3,6]9,000.00 1117 PO BOX 708 9400 W aM Parkway Zurich American Insurance Co lawence, KS fifi094 Kansas City, MO 64114 Agent IMA, Inc: 51 Coryomle W ootls ]85832-]812 816-822-3218 9393 West 11O0 St, S,IW 600, Overland Park, KS 66210 WPC 16-3 Southside Boiler Replacement TUIsa Metro U101h,Authodty ChyofTUlsa Federal I—nace CW Fidelity& Deposit CO W MsMeMI PI- $714,640.0D Sin 175 E 2ntl Sireel, Suite 260 5300 S. El— Zurich American Insurance Co TUIsa, OK MI06 TUIsa, OK U107 Agenl IMA, Inc. Sl Comorste Woods 918591-0CB2 918-59-82 Boas West 1108i St, Suite 600, Overland Park, K566210 Hefner WTP Sludge Hand ling Facilities OMehoma Water Utilities Trust CP&V Fetl I lnsumnce CW Fidelity a DeposR CO W MaM— Plant $35,183,541.00 1W17 420 W Me , Ste 600 1820 Regal Row Zurich American Insurance Co Oklahoma C4,, OK 731M Della, TX 752M Agent IMA, Inc: 51 Coryomle W ootls 406-297-23W 214-640-1721 Boas West 11O0 $1, S,IW 600, Overland Park, KS 66210 Decatur WVVTP- Design Build Expansion City W Decatur McClelland Consulting Engineers Federal Insuance Col Fidelity& Deposit CO W MsMeMI PI- $101OD00Dom 017 310 Maple Aw 1801 N. College Aw Zurich American Insurance Co th— , AR ]2]22 Fa)etleNlle, AR Agenl IMA, Inc. 11 Comorste Woods 6]S]525912 479433-2377 9393 West I Ift St, Suite 600, Overland Park, KS 66210 Remington Estates Subdivision Riggins Commercial Consl&—pment ESL Engineer S.M. Fetl I lnsumnce CW Fidelity B DeposR CO W Mars-1 Witties $1,135,581.25 lona 1204 E Joyce Blw #102 1207 S Old Missouri Rd Zurich American Insurance Co FayedaAlle, AR ]2]03 Springdale, AR ]2]64 Agent IMA, Inc: 51 Coryomle W ootla 4]9582-%9] 472-761-8733 9393 West 110U St, S.I. 600, Overland Park, KS 68210 New Hope Road Trial &Bridge City W Rogers CEI Engineering Federal lnsuance Col Fidelity& Deposit CO W MsMeMI addge $1,167,951.00 IV16 Son W Chestnut St 3108 SW Regenry Parkway, Suite 2 Zurich American Insurance Co Rogers, AR ]2]65 BenronNlle, AR 72]12 Agent IMA, Inc: 51 Comorste Woods 6]9621-1186 479-273-9472 9393 West I I St, Suite 600, Overland Park, KS 66210 Village on the Creeks Trail CityWRo CEI Engineering Fetl I lnsumnce CW Fidelity&DeposR CO W Mars-1 Misc $1,630,409.10 1117 MI W Chestnut St 3108 SW Regency Parkway, S.I. 2 Zurich American Insurance Co Rog., AR ]2]65 —Mill., AR=12 Agent IMA, Inc: 51 Coryomle W ootls 4]9821-1186 479-273-9472 Boas West 110M St, S,IW 600, Overland Park, KS W10 POrum WTP Improvements Cltycf Porum Neal, Harrell&Associates Federal lnsUrsnw Co Fldellty& DeposR CO OI McM,W1 Plant $582,362.OD 12116 105Sou8i Arkansas St 123 North Oak Zurich American Insurance Co Pomm, AR]4455 Sellisaw, OK]4966 Agenl IMA, Inc. 51 Comorate Woods 91B-0B0.2516 918-]]5-]]31 9393 West I Ift St, Suite Etc, Orland Park, KS 65210 Durant State Fish Hatchery Improvements, Slafa W OK- Construction& Pmperdes Garver Federal lnsumnce CW Fidelity&DeposR CO W Mars-1 Misc $2,54&,640.00 .17 2401 N. Lincoln, S,IW 212 3010 GayroM Padcway, Suite 190 Zurich American Insurance Co Oklahoma City, OK 73152-3448 Frism, TX ]5034 Agent IMA, Inc: 51 Coryomle W ootls 40.5522-8896 214-619-9047 Boas West 11O0 St, S,IW Son, Overland Park, KS W10 Northside WVVTP Nitrification Improvements CIty&Tulsa Greeley&Hansen Federal InsU2nce Col Fidelity& Deposit CO W MsMaMI Plant $4,110,130.00 W17 Baths N. IOM Aw 100 Soul, Wacker Drive Zurich American lnsumnce Co TUIsa, OK ]411] Chicago, IL 60606 Agent: IMA, Inc. 11 Comorate Woods 91B591— 312-558-9000 9393 West I Ift St, Suite Sot, Overland Park, K566210 Grove Downtown Enhancements Oklahoma Depedment W Transportation Oklahoma Depertrnenl of T—wrielion Federal lnsumnce CW Fidelity&DeposR CO W Mars-1 Roatl $865,014.99 11116 Zurich American Insurance Co Agent: IMA, Inc: 51 Coryomle W.- 9393 West 11O0 $1, S,IW Son, Overland Park, KS 66210 Non -Arterial Street Rehab Maintenance Zone 7133 CIty&Tulsa AAB Engineering Federal Insuance Col Fidelity& Deposit CO W MsMaMI Road $]0],064.0D 10116 M17 S. Jackson 200 E Man. Brady St Zurich American Insurance Co TUIsa, OK]410] TUIsa, OK 74103 Agenl IMA, Inc. Sl Comorate Woods 918596-95]B 918-5M-8689 Boas West I I St, Suite SOD, Osrland Park, KS 65210 Non -Arterial Zone 8103 City&Tulsa MCE Fetl I lnsumnce CW Fidelity&DeposR CO W Mars-1 Roetl $1,444,]00.00 .17 2317 & Jackson Sol E Alliance Rd Zurich American Insurance Co Tulsa, OK ]410] Sand Springs, OK 74063 Agent IMA, Inc: 51 Coryomle W ootls 918596-95]8 918-245-9563 9393 West 1 100 St, S,IW Son, Overland Park, KS 66210 Non -Arterial Zone 2055 CIty&Tulsa Alewnder Engineering Co Federal Insuance Col Fidelity& Deposit CO W MsMaMI Road $1,048,849.00 11116 .17 S. Jackson 708 W esl Freeport Zurich American Insurance Co TUIsa, OK ]410] Broken Anew, OK 74012 Agent IMA, Inc. 11 Comorate Woods 918596-95]B 918455-3859 Boas West I Ift St, Suite 600, Osrland Park, KS 65210 K3w Point & Wolcott Pump Replacement Unified Gowmmenl A.d Benesch&CO Fedeal lnsumnce CW Fidelity&DeposR CO W Mars-1 Plant $303,000.00 11116 701 North ]Ih $1, ]ih Floor 11010 Haskall A- Suite 200 Zurich American Insurance Co Kansas.4,, KS.101 Kansas City, IS 66109 Agent IMA, Inc: 51 Coryorele W ootls 9135]35]OD 913-441-1100 9393 West I100 St, S,IW 600, Overland Park, KS 66210 Legendary Subdivision Muhuma SIX LLC ESL Engineering Services —I lnsumnce CW Fidelity& DeposR CO W Marh— Wifti—ed $696,194.00 1M16 1207 S Old. Missoud Road 1207 S. OM Missouri Road Zurich American Insurance Co S do dale, AR ]2]fi4 S rin tlale, AR ]2]64 ant IMA, Inc: 51 Co omle W.— 9393 Weal 1100 St, sous 600, Overland Park, KS BS210 Johnson, Robinson Lane& Brush Creek Lift Station spd.gdale Waer u0ndea MCGood K Williams and Yore., Inc Federal lnau—Col Fmelly& Daposll CO& Ift A—1 Lft Statlon $6,113,20p.00 5117 SZ o Aye 302 Milsep Zurich American Insurance Co spdngdale. AR 72765 F,)ft Nile, AR]27M Agenl I-, Inc. 51 Comomre Wood. 47-3-3404 9393 Wes[ 1100i St, Suite aCO3 Overland Park, KS 66210 Benton County BOo,iter Pump Station No.2 Berton Washing- Regional Public Water —iffy Crist Engineers Federal lnsuance Col Fid.liy&Deposit CO&—A-1 Pump Station $5]2,]00.00 11/16 15531 Woods Lodge Rd 205 E wtlw Court Zurlcb American Insurance Co Rog—, AR ]2]56 Little Rack AR 72205 Agent IMA, Inc: 51 Coryomta W.- 9393 Weal i 1O0 St, Sulte 600, Overland Park, KS 66210 Sheridan Rd 81st to 91st City W Tulsa Pce a PssacI— Federal I —sane CW Fidelity& DeposR CO W MaA-1 Road $1,509,00000 .11 23118 Jackson 46068 Gamek Zurich American Insurance Co Tulsa, Ok 74107 Tulsa, OK 74146 Agent: IMA, Inc: 51 Coryomle Woods 9185 7814 918-665-8800 9393 West 11O0 St, Suite 600, Overland Park, KS 66210 36th St N and Lewis Ave CIry WTulsa Tetra Tech Federal I-- Col Fidelity& Deposit CO W WA,MI aoad $7,535,215.OD 5/18 M17 S Jackson ]845 E 63N St Suite 301 Zurich American Insurance Co Tulsa, OK M107 Tulsa, OK ]4133 Agent IMA, Inc. 51 Comorete Wood, 918596-]614 918-249-3909 9393 West I Ift &, Suite 600, Orerland Park, KS 66210 N/A Street Maint Zone 3003 City-1. Cr"My Federal I —sane CW Fidality a DeposR CO W—A— Goad $6o6,a9o.ao 12/16 23178 Jackson 8106 Cincinnati Zurlck American Insurance Co Tulsa, OK ]410] Tulsa, OK 74119 Agent IMA, Inc: 51 Coryomle W oods 9185 7814 918-877-6000 00 West 11O0 St, 8u1te 600, Overland Park, KS 66210 67th&EAve. Drainage Imps& Ute Street Maint Clty&Tulsa Meahek&Associates Federal insumnce Col Fidellry& Deposit CO W MaMaMI Street Dretoa9e $1&IMOD 12/16 M17 S Jackson 1437 S Boulder Asa Zurich American Insurance Co Tulsa, OK M107 Tulsa, 0K 74119 Agent IMA, Inc. 51 Comorete Wood. 918596-]614 918-392-5620 9393 West I I St, Suite 600, Oserland Park, KS 66210 Hugo WWTP Ira r0 menr5 Hugo Municipal -my Well Engineering Federal lnsumnce CW Fidelity B DeposR CO W MarA-1 Street Drainage $4,]OB,800.00 10/17 MI 8 2nd St 325 W Evamrean Zurich American Insurance Co Hugo, OK ]4]43 Duran-, OK ]4]02 Agent IMA, Inc: 51 Coryomle W.- 5 32&2722 580-3114107 9393 West 110U St, Sul. 600, Overland Park, KS 66210 Pump Station 181mprovements unified Goaemmem orwyandoae Co Black&v kh Federal insumnce Col Fidellry& Deposit CO W MaMaMI Pump Statlon $898,785.00 1/17 Ml N— ]th Street, ]th Floor .00 W aN Parkway Zurich American Insurance Co Kansas City, KS 66101 Kansas City, MO 64114 Agent IMA, Inc. 51 Comorete Wood. 9135]35]00 913458-3696 9393 West I Ift St, Suite 600, Oserland Park, KS M10 He risen Water Treatment Pla nt Water Dist No l d Johnson Co Water Dist No l W Johnson Co Federal lnsumnce CW Fidelity B DeposR CO W MarA-1 yaler Treehnent Ple $G1 M1,625.00 4/17 7601 Holiday rrle 7601 Holiday Drhe Zurich American Insurance Co Kansas.4,, KS.1. Kansas City, KS 66106 Agent IMA, Inc: 51 Coryomle W oods 913-896 8 913-895-5828 00 Weat 110M St, 8ulte 6OD, Overland Park, KS N210 Norwood& MOntam Pump Station CIry&Topeka Radlelt&West Federalroaurence CW Fidellry& Deposk CO of VarA—1 I— Treatment Pla $1,08&,SOD.OD 9/17 215 SE ]th St 1200 SE Emcutise Dr. Zurich American Insurance Co Topeka. K8 66603 Topeka KS 66615 Agent IMA, Inc 51 Comorate Wood. ]B53fiB-244B 785-228-3132 9393 West I Ift St, Suite COO, Orerland Perk, KS 66210 Mcklsslc Lift Station City WBenl-1. Garver, LLC Federal lnsumnce CW Fidelity B DeposR CO W WrA—1 Waste Water Plant $393,000.00 12/16 117West Central 2049 EJo BIW Zurlck American Insurance Co B—Alle, AR ]2]1 Fayelleaille, AR ]2]03 Agent IMA, Inc: 51 Coryomle W oods 4]9-2]1-6720 4]9-52]-9100 9393 Wesl 1100 St, Sul. 600, Owl— Park, K866210 Tyson Waste Water Upgrade Design -Build Tyson Foodslnc Reld Engineern9 Federal lnsu2nce Col FidellryB DepositCO of MaMaMI Wast Water Plant $2,929,000.0D 4/17 2200 Don Tyson Parkway 1210 Princess Anne Street Zurich American Insurance Co 8nndale, AR]2]62 1 Fredenckshu ,vA 22401 eni: I-, Inc. 51 Co &Woods 478-200-0000 1 660-371-8600 8383 W-I 1O0 St, S,Ib 800, O—Wd Park, K W210 Monte Ne Road Realignment Gi OR a MCGoodwin, Wllliam B I... Federal m>s— Ca Pmen BDeoslt GO&W and/ Road $9,3d6,617.30 818 Major Projects Completed in past 5 years Owner Proiect Description Location Contract Amount Completion Date Engineer Contact City of Monett Monett Water Treatment Facility Monett, MO $11,365,000.00 02/15 Allgeier Martin & Associates Peter Rauch (Monett) 217 5th Street construction of new water treatment facility with a production capacity 7231 East 24th St, PO Box 2627 Eric Degruson (AM) Monett, MO 65708 of 4MGD Joplin, MO 64803 417-235-3300 417-680-7200 Grove Municipal Services Authority Grove WTP Imrprovements, Phase 3 Grove, OK $7,881,000.00 11114 Rose & McCrary Jack Bower (Grove) 104 W 3rd Street water plant, new sedimentation basin, clearwell and chemical building, 2125 S Broadway St Garrett Ball (R&M) Grove, OK 74344 filter building addition and modification to the existing site Grove, OK 74344 918-786-6107 918-786-6350 City of Broken Arrow Broken Arrow Water Treatment Plant Broken Arrow, OK $57,792,270.45 3/15 HDR Roger Hughes 1700 W Detroit addition to replace existing plant - new membrane building, 17111 Preston Road, Ste 200 Joel Cantwell Broken Arrow, OK 74013 pretreatment basin, presedimentation basin, high service pump building Dallas, TX 75248 918-259-8429 972-960-4400 North Littlerock Wastewater Utility Five Mile Creek Wastewater Treatment Plant Improvements North Little Rock, AR $5,355,200.00 7114 Marlar Engineering Co, Inc Marc E Wilins PO Box 17898 sewer plant, new influent pump station, parshall flume structure, 5318 John F Kennedy Blvd North Little Rock, AR 72117 junction box, misc yard pipe, bar screen replacement North Little Rock, AR 72116 501-945-7186 501-753-1987 City of Fort Smith Lake Fort Smith Water Treatment Plant: Contract No. 3 Mountainburg, AR $31,804,043.00 03/12 Burns & McDonnell Jack Dillion 3900 Kelley Highway 40 MGD water treatment plant improvements 9400 Ward Parkway Steve Yonker (B&M) Fort Smith, AR 72904 Kansas City, MO 64114 479-784-2231 816-822-3218 HEDGE LANE PUMPING STATION & RESERVOIR 0 PROJECT LOCATION ARCHITECT Olathe, KS Black + Veatch Jim Winger r -1 CLIENT 913-458-3484 LAJ Water District No. 1 of Johnson County Brian Robinett 913-895-5824 © CONTRACT AMOUNT $21,280,000 Self -performed 70,000+ accident -free manhours Work included the construction of a 7.5 million gallon, below grade, a cast -in -place concrete reservoir for potable water storage. Additionally, crews constructed a 35 MGD pump station that is expandable to yield 75 million gallons a day and contains four adjustable, speed -driven, horizontal split case centrifugal pumping units. The pumping station work included all cast -in - place concrete walls, exterior stone veneer, interior concrete masonry unit rooms, process piping and valves, aluminum grating and stairs, an overhead bridge crane, steel joist, and decking, a thermoplastic polyolefin roof, plumbing, HVAC, and instrumentation. The pump station exterior included all buried piping, two cast -in -place vaults, two drainage headwalls, asphalt paving, site grading, seeding, and landscaping. ross!ani'Ih., ,vv " o r I l F il-1 I BEAVER WATER DISTRICT FILTER -TO -WASTE 0 PROJECT LOCATION Lowell, AR rXCLIENT L J Beaver Water District Bill Hagenburger 479-756-3651 © CONTRACT AMOUNT $5,000,000 ENGINEER Black & Veatch Andrew Hansen 913-458-2000 $250k savings +one and half month schedule reduction through Value Analysis 1111111111116, _ _ Crossland Heavy Contractors worked with Beaver Water District to capture and reclaim the filter -to -waste water in a new 550,000+ gallon recovery basin and send it back to the head of the plant. This project included installing additional filter gallery piping in each water treatment plant, underground interconnect piping, and an integral pump station. Other improvements also included sandblasting and painting existing clarifier mechanisms, and extending and improving the solids handling process. r. !!r Using an open book approach, significant savings ROGERS SOLIDS HANDLING FACILITY PHASE 1 IMPROVEMENTS Q PROJECT LOCATION ENGINEER Rogers, AR Garver Chris Buntin 479-287-4657 rgCLIENT � Rogers Water Utilities Brian Sartain, PE 479-936-5426 © CONTRACT AMOUNT $8,200,000 we were able to provide This particular project was the first phase of three projects improving the plant's existing Class A biosolids system. Phase one improvements included a new lab addition and controls building, added centrifuge and dryer feed conveyance for redundancy, and a new tubular drag system and storage silo. This project serves as one of the first collaborative projects utilizing the Construction Management at -Risk delivery method for a municipality in the State of Arkansas. These improvements allow the City to maintain a safer, more efficient solids handling and distribution process. Crossland Heavy kept an open book policy throughout the project and actually ended the project under the GMP, providing significant savings to the City. 018-0031 Contract Section Ill SECTION 00 52 00—AGREEMENT AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: EAST SERVICE WATER AREA IMPROVEMENTS — CONTRACT SECTION I11, NEW PUMP STATION AND WATER LINE IMPROVEMENTS Contract No.: 24-29, Construction THIS AGREEMENT is dated as of the 4 day of June in the year 20 24 by and between The City of Fayetteville, Arkansas and Crossland Heavy Contractors, Inc. (hereinafter called Contractor). ARTICLE 1- WORK 1.1 Contractor shall complete all Work as specified or indicated in the Contract Documents. The work under this Agreement includes, but is not limited to: The construction of a new pump station and the installation of 8-inch, 12-inch, and 18-inch PVC and DIP water lines. The Work also includes five bores across state highways and paved county roads, and miscellaneous improvements as further defined in the Contract Documents. 1.2 The Contractor agrees to perform the work described in the Contract Documents and comply with the terms therein for the amounts shown in the Bid Proposal. Refer to Section 00 4143- Bid Form for quantities. 1.3 Any use of a third -party dumpster or roll off container shall be procured from the City of Fayetteville Recycling and Trash Collection Division. Use of a Non -City dumpster or roll off container is not allowed. 1.4 Contractor is responsible for obtaining all applicable permits. The fees for City of Fayetteville (only) issued permits shall be waived. 1.5 The Contract may include work in City of Fayetteville right-of-way, ARDOT (State) right-of-way, railroad right-of-way and in General or Utility Easements. ARTICLE 2- ENGINEER 2.1 The Contract Documents have been prepared by Olsson (Engineer) for the City of Fayetteville. The Engineer assumes all duties and responsibilities, and has the rights and authority assigned to Engineer in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3 - CONTRACT TIME 3.1 TIME OF THE ESSENCE AGREEMENT 00 52 00 -1 018-0031 Contract Section III A. All time limits for milestone, if any, Substantial Completion and completion and readiness for - final payment as stated in the Contract Documents are of the essence of the Contract. 3.2 DATES FOR COMPLETION AND FINAL PAYMENT A. The Work shall be substantially completed within 420 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS, and final completion and ready for final payment within 450 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS. 3.3 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 Five Hundred Dollars ($500.00) for each calendar day that expires after the time specified above in Paragraph 3.2 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 3.2 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 Five Hundred Dollars ($500.00) for each calendar day that expires after the time specified for completion and readiness forfinal payment. ARTICLE 4 - CONTRACT PRICE 4.1 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 unit 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. 4.2 As provided in the Contract 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 Contract Documents. 4.3 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. 1. Further, there shall be no changes to the scope and/or contract documents without prior written approval of the Engineer of Record and the City's designated Professional Engineer. 2 - 00 52 00 AGREEMENT 018-0031 Contract Section III ARTICLE 5 - PAYMENT PROCEDURES 5.1 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. 5.2 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 Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements, 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such 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. B. 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 6.1 In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the following representations: AGREEMENT 005200-3 018-0031 Contract Section III 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(s) and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Contractor has carefully studied all: 1. Reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and 2. Reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Contractor acknowledges that The City of Fayetteville and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the Site. E. Contractor has obtained and carefully studied (or assumes responsibility of having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, and 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. Contractor has given The Purchasing Division 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. 4 - 00 52 00 AGREEMENT 018-0031 Contract Section III 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 7.1 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 this Agreement and 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. a. The separate Performance and Payment Bond shall be one hundred percent (100%). 4. General Conditions. 5. Supplementary Conditions. f. Specifications consisting of divisions and sections as listed in Table of Contents of Project Manual. 7. Drawings consisting of a cover sheet and sheets as listed in the Table of Contents thereof (Drawings), with each sheet bearing the following general title: East Service Area Improvements — Contract Section III, New Pump Station and Water Line Improvements. 8. Addenda numbers 1 to 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. 011VIU41110IF-11o'k"1 014411wi K-811-0 8.1 TERMS A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the meanings stated in the GENERAL CONDITIONS. 8.2 ASSIGNMENT OF CONTRACT AGREEMENT 00 52 00 - 5 018-0031 Contract Section III A. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by Law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.3 SUCCESSORS AND ASSIGNS A. The City of Fayetteville and Contractor each binds himself, his partners, successors, assigns, and legal representatives to the other parry hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 8.4 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. 8.5 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. 8.6 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 a bond in a sum equal to the amount of this contract. Any subcontractor or materials supplier may bring an action for non-payment or labor or material on the bond. The Contractor promises to notify every subcontractor and materials supplierforthis project of this paragraph and obtain their written acknowledgement of such notice prior to commencement of the work of the subcontractor or materials supplier. 6 - 00 52 00 AGREEMENT 018-0031 Contract Section III IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement and copies have been provided to the Contractor and the City of Fayetteville. All portions of the Contract Documents have been signed, initialed, or identified by The City of Fayetteville and Contractor. This Agreement will be effective on June 4 , 20 24 , which is the Effective Date of the Agreement. CONTRACTOR: By: ' "Vl c W (Type or legibly print) (Signature) Title: f Xec\,�}w e- C W%gr)4,n, Contractor shall attach evidence of authority to sign. CITY OF FAYETTEVILLE By: Lioneld Jordan Title: Mayor If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Contractor's signature and execution of Agreement. Further if Contractor is a corporation, corporate entity or LLC, Contractor shall also attach a copy of the Contractor's Articles of Incorporation and a copy from the Arkansas State Secretary of State to document that the corporation, corporate entity or LLC is in current "Good Standing" with the State of Arkansas and such entity is permitted to perform work in the State of Arkansas. (SEAL) Attest Attest 1-��lv� P�nvdeS , Ser-re��( Kara Paxton, (SEAL) AGREEMENT 00 52 00 - 7 HEAVY CONTRACTORS 501 S. East Avenue • P.O. Box 350 Columbus, KS 66725 tel 620.429.1410 fax 620.429.2977 Corporate Resolution BE IT RESOLVED: that at the monthly meeting of the Board of Directors of Crossland Heavy Contractors, Inc., held on the 27th day of October 2023, the Board of Directors did, by unanimous decision, authorize Mark Sell, Chris Walters, Erick Lowe, Justin Lillie, Dan Thompson or Ivan Crossland, Jr. to sign on behalf of said Corporation all documents and papers pertaining to the business of said Corporation. All documents signed by Mark Sell, Chris Walters, Justin Lillie, Dan Thompson, Erick Lowe or Ivan Crossland, Jr. on behalf of Crossland Heav Co a rs, I . shall be legally binding on Crossland Heavy Contractors n . d ryccessand assigns. Mark Se xe ti e Chahe Board ATTEST: r�421 Holly Rhodes, Secretary State of Kansas, County of Cherokee: Before me, the undersigned Notary Public in and for the County and State aforesaid, personally appeared Mark Sell, Chairman Of The Board of Crossland Heavy Contractors, Inc. a corporation duly organized and existing in the State of Kansas, and he acknowledged the same on behalf of said Corporation. In witness thereof I have set my hand and affixed my seal this 24th day of April 2024. Notary Public My Commission Expires: DENISE LUCIAN Notary Public - tat of IS s My Apt. Expires www.heavycontractors.com 018-0031 Contract Section III Add ss for iving notices � o o k ?I6D CJ 6PA bw,5 YS ULP-1ZS License No. Agent for Service of process (Type or legibly print) (Signature) Address for giving notices 113 W. Mountain St. Fayetteville, AR 72701 Contractor shall attach evidence of authority of Agent for Service process to sign. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Agent for Service process authority to sign. (If Contractor is a corporation, corporate entity or LLC, attach evidence of authority to sign.) END OF SECTION 00 52 00 Approved as to Form: M. Attorney For: 8 - 00 52 00 AGREEMENT