Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
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