Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
251-21 RESOLUTION
113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 251-21 File Number: 2021-0755 BID #21-70 CROSSLAND HEAVY CONTRACTORS, INC. - 2019 TRANSPORTATION BOND PROJECT: A RESOLUTION TO AWARD BID #21-70 AND AUTHORIZE A CONTRACT WITH CROSSLAND HEAVY CONTRACTORS, INC. IN THE AMOUNT OF $1,680,751.00 FOR THE CONSTRUCTION OF THE SHILOH DRIVE AND STEELE BOULEVARD INTERSECTION PROJECT, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $252,000.00, AND TO APPROVE A BUDGET ADJUSTMENT - 2019 TRANSPORTATION BOND PROJECT 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 #21-70 and authorizes Mayor Jordan to sign a contract with Crossland Heavy Contractors, Inc. in the amount of $1,680,751.00 for construction of the Shiloh Drive and Steele Boulevard Intersection Project, and further approves a project contingency in the amount of $252,000.00. 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 10/19/2021 Page 1 Printed on 10/20/21 Resolution: 251-21 File Number. 2021-0755 Attest: 11 11 CITY Kara Paxton, City Clerk Treasures FAYf� f��LCf. C. Page 2 Printed on 10/20/21 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Text File File Number: 2021-0755 Agenda Date: 10/19/2021 Version: 1 Status: Passed In Control: City Council Meetinq File Type: Resolution Agenda Number: A.5 BID #21-70 CROSSLAND HEAVY CONTRACTORS, INC. - 2019 TRANSPORTATION BOND PROJECT: A RESOLUTION TO AWARD BID #21-70 AND AUTHORIZE A CONTRACT WITH CROSSLAND HEAVY CONTRACTORS, INC. IN THE AMOUNT OF $1,680,751.00 FOR THE CONSTRUCTION OF THE SHILOH DRIVE AND STEELE BOULEVARD INTERSECTION PROJECT, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $252,000.00, AND TO APPROVE A BUDGET ADJUSTMENT - 2019 TRANSPORTATION BOND PROJECT 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 #21-70 and authorizes Mayor Jordan to sign a contract with Crossland Heavy Contractors, Inc. in the amount of $1,680,751.00 for construction of the Shiloh Drive and Steele Boulevard Intersection Project, and further approves a project contingency in the amount of $252,000.00. 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. City of Fayetteville, Arkansas Page 1 Printed on 10/20/2021 City of Fayetteville Staff Review Form 2021-0755 Legistar File ID 10/19/2021 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Matt Casey 9/27/2021 ENGINEERING (621) Submitted By Submitted Date Division / Department Action Recommendation: Staff recommends approval of a contract in the amount of $1,680,751.00 with Crossland Heavy Contractors, Inc. for the construction of the Shiloh Dr and Steele Blvd Intersection project plus $252,000.00 (15%) project contingency and approval of a budget adjustment Budget Impact: 4602.860.7211-5809.00 Streets Projects 2019 Bonds Account Number Fund 46020.7211 Shiloh Dr./Fulbright Expressway Interchange Project Number Budgeted Item? Yes Does item have a cost? Yes Budget Adjustment Attached? Yes Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget Project Title $ 28,837,464.00 $ 10,741,347.58 $ 18,096,116.42 $ 1,932,751.00 $ 16,163,365.42 V20210527 Purchase Order Number: Previous Ordinance or Resolution # 208-19 Change Order Number: Original Contract Number: Approval Date: Comments: Item cost includes construction contract in the amount of $1,680,751 plus contingency of $252,000. CITY OF FAYETTEVILLE ARKANSAS MEETING OF OCTOBER 19, 2021 TO: Mayor and City Council THRU: Susan Norton, Chief of Staff Chris Brown, Public Works Director FROM: Matt Casey, Engineering Design Manager DATE: September 27, 2021 CITY COUNCIL MEMO SUBJECT: Approval of a contract in the amount of $1,680,751.00 with Crossland Heavy Contractors, Inc. for the construction of the Shiloh Drive and Steele Blvd Intersection Project, approval of a project contingency of $252,000.00 (15%) and approval of a budget adjustment. RECOMMENDATION: Staff recommends approval of a contract in the amount of $1,680,751.00 with Crossland Heavy Contractors, Inc. for the construction of the Shiloh Drive and Steele Blvd Intersection Project, approval of a project contingency of $252,000.00 (15%) and approval of a budget adjustment. BACKGROUND: The Shiloh and Fulbright intersection is a project in the 2019 Bond Program. The City Council approved a design contract with Garver, LLC in August of 2019. The project includes modifications to the alignment of the intersection of Shiloh Drive and Mall Avenue to create a standard T -intersection. The project also includes the addition of a right turn lane along Shiloh Drive for east bound traffic turning onto the Fulbright Expressway. New traffic signals will be installed at both of these intersections. DISCUSSION: On September 23, 2021, the City received one (1) construction bid for this project. Crossland Heavy Contractors, Inc. submitted the low bid of $2,149,599.75 for the total bid, which was approximately 53% above the Engineer's Estimate of $1,407,426.50. The bid included pavement overlay work between the two project intersections that was identified as a deductive alternate that could be removed from the project. The bid price taking the deductive alternate out is $1,680,751.00. Engineering staff recommends awarding this contract to Crossland Heavy Contractors, Inc. and taking the deductive alternate. The contract time is 240 days (8 months) for substantial completion. BUDGET/STAFF IMPACT: This project will be paid for with the funds from the 2019 Transportation Bond Fund. The original estimate for this project was $860,000. The design and construction management contract is $241,850. With this construction contract, it brings the current project total to $2,174,601. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Attachments: Section 0500 Agreement Bid Submittal Bid Tab DOCUMENT 00500 - AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: FULBRIGHT RAMP —N. SHILOH DRIVE IMPROVEMENTS Contract No.: 21-70, Construction THIS AGREEMENT is dated as of the l g day of, in the year 2021 lend between The City of Fayetteville, Arkansas and ��r ha(led Contractor). ARTICLE 1- WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The work under this Contract includes, but is not limited to: The construction of a right turn lane on N. Shiloh Drive at the N. Shiloh Drive and N. Fulbright Expressway On -Ramp intersection, the reconfiguration of the N. Shiloh Drive and N. Steele Boulevard intersection, mill and overlay improvements to N. Shiloh Drive, and traffic signal installation at both intersections 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. Open burning is not allowed on City projects. Contractor is responsible for obtaining all applicable permits; however, fees for the City issued permits shall be waived. The Contract includes work in City of Fayetteville Right-of-way and in General Utility Easements. Refer to Section 00400 -Bid Form for quantities. 00500 Agreement 00500 - 1 DOCUMENT 00500 — AGREEMENT (continued) ARTICLE 2- ENGINEER 2.01 The Contract Documents have been prepared by the City of Fayetteville Engineering Division. City of Fayetteville Engineering Division assumes all duties and responsibilities, and has the rights and authority assigned to City of Fayetteville Engineering Division in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3- CONTRACT TIME 3.01 TIME OF THE ESSENCE: A. All time limits for milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT: A. The Work shall be Substantially Completed within 240 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 in accordance with the GENERAL CONDITIONS within 270 calendar days after the date when the Contract Times commence to run. 3.03 LIQUIDATED DAMAGES: A. Owner and Contractor recognize that time is of the essence of this Agreement and that The City ofFayetteville 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 Seven Hundred Fifty Dollars ($750.00) for each calendar day 00500 Agreement 00500 - 2 DOCUMENT 00500 — AGREEMENT (continued) that expires after the time specified above in Paragraph 3.02 for Substantial Completion until the Work is Substantially Complete. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the time specified in Paragraph 3.02 for completion and readiness for final payment or any proper extension thereof granted by The City of Fayetteville, Contractor shall pay The City of Fayetteville Five Hundred Dollars ($500.00) for each calendar day that expires after the time specified for completion and readiness for final payment. ARTICLE 4- CONTRACT PRICE 4.01 The CITY OF FAYETTEVILLE agrees to pay, and the CONTRACTOR agrees to accept, as full and final compensation for all work done under this agreement, the amount based on the 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. 4.02 As provided in the General Conditions, estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in the General Conditions. Unit prices have been computed as provided in the General Conditions. 4.03 Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. There shall be no changes without prior written approval of the Engineer of Record and/or the City's designated Professional Engineer. 00500 Agreement 00500 - 3 DOCUMENT 00500 — AGREEMENT (continued) ARTICLE 5- PAYMENT PROCEDURES 5.01 SUBMITTAL AND PROCESSING OF PAYMENTS: A. Contractor shall submit Applications for Payment in accordance with the GENERAL CONDITIONS. Applications for Payment will be processed by Engineer as provided in the GENERAL CONDITIONS. 5.02 PROGRESS PAYMENTS. RETAINAGE: A. The City of Fayetteville shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Engineer, on or about the 15th day of each month during construction. All such payments will be measured by the schedule of values established in the GENERAL CONDITIONS (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS. a. 95% of Work Completed (with the balance being retainage). If Work has been 50% completed as determined by Engineer, and if the character and progress of the Work have been satisfactory to The City of Fayetteville and Engineer, The City of Fayetteville on recommendation of Engineer, may determine that as long as the character and progress of the Work subsequently remain satisfactory to them, there will be no additional retainage on account of Work subsequently completed, in which case the remaining progress payments prior to Substantial Completion will be an amount equal to 100% of the Work Completed less the aggregate of payments previously made; and 00500 Agreement 00500 - 4 DOCUMENT 00500 — AGREEMENT (continued) 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. 5.03 FINAL PAYMENT: A. Upon final completion and acceptance of the Work in accordance with the GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder of the Contract Price as recommended by Engineer and as provided in the GENERAL CONDITIONS. ARTICLE 6- CONTRACTOR'S REPRESENTATIONS 6.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. B. Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Contractor has carefully studied all: (1) Reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and 00500 Agreement 00500 - 5 DOCUMENT 00500 — AGREEMENT (continued) (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. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performing and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. Contractor is aware of the general nature of work to be performed by The City of Fayetteville and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract 00500 Agreement 00500 - 6 DOCUMENT 00500 — AGREEMENT (continued) Documents and the written resolution thereof by Engineer is acceptable to Contractor. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. K. Debarred Contractors i. As A bidder on this project, you are required to provide debarment/suspension certification indicating that you are in compliance with the below Federal Executive Order. Certification can be done by completing and signing this form. Federal Executive Order (E.O.) 12549 "Debarment and Suspension" requires that all contractors receiving individual awards, using federal funds, and all sub -recipients certify that the organization and its principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency from doing business with the Federal Government. Your signature below certifies that neither you nor your principal is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. ARTICLE 7- CONTRACT DOCUMENTS 7.01 CONTENTS: A. The Contract Documents which comprise the entire Agreement between The City of Fayetteville and Contractor concerning the Work consist of the following and may only be amended, modified, or supplemented as provided in the GENERAL CONDITIONS: 00500 Agreement 00500 - 7 DOCUMENT 00500 — AGREEMENT (continued) 1. This Agreement. 2. Exhibits to this Agreement (enumerated as follows): a. Notice to Proceed. b. Contractor's Bid. c. Documentation submitted by Contractor prior to Notice of Award. 3. Performance, Payment, and other Bonds. 4. General Conditions. 5. Supplementary Conditions. 6. Specifications consisting of divisions and sections as listed in table of contents of Project Manual. 7. Drawings consisting of a cover sheet and sheets as listed in the table of contents thereof, with each sheet bearing the following general title: FULBRIGHT RAMP -N. SHILOH DRIVE 8. Addenda numbers inclusive. 9. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to the GENERAL CONDITIONS. 00500 Agreement 00500 - 8 DOCUMENT 00500 — AGREEMENT (continued) ARTICLE 8- MISCELLANEOUS 8.01 TERMS: A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the meanings stated in the GENERAL CONDITIONS. 8.02 ASSIGNMENT OF CONTRACT: A. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by Law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.03 SUCCESSORS AND ASSIGNS: A. The City of Fayetteville and Contractor each binds himself, his partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 8.04 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. 00500 Agreement 00500 - 9 DOCUMENT 00500 — AGREEMENT (continued) 8.05 FREEDOM OF INFORMATION ACT: A. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. 8.06 LIENS: A. No liens against this construction project are allowed. Arkansas law (A.C.A. §§18-44-501 through 508) prohibits the filing of any mechanics' of materiahnen's liens in relation to this public construction project. Arkansas law requires and the contractor promises to provide and file with the Circuit Clerk of Washington County a bond in a sum equal to the amount of this contract. Any subcontractor or materials supplier may bring an action for non-payment or labor or material on the bond. The contractor promises to notify every subcontractor and materials supplier for this project of this paragraph and obtain their written acknowledgement of such notice prior to commencement of the work of the subcontractor or materials supplier. IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement in quadruplicate. One counterpart each has been delivered to Contractor. Three counterparts each has been retained by The City of Fayetteville. All portions of the Contract Documents have been signed, initialed, or identified by The City of Fayetteville and Contractor. 00500 Agreement 00500 - 10 DOCUMENT 00500 — AGREEMENT (continued) This Agreement will be effective on O('d(kjg't /7 , 2Qj which is the Effective Date of the Agreement. CONTRACTOR: By: Mac ,' 5e\ (Tleib7/// (Signature) Title: �ie�S cue �l Contractor shall attach evidence of authority to sign. CITY OF FAYETTEVILLE By: Title: 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 form 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 \k�113 ( taes, Seu e tarcj 00500 Agreement 00500-11 (SEAL) DOCUMENT 00500 — AGREEMENT (continued) Address for giving notices Address for giving notices d T • o• Y, 350 1 13 W. Mountain St. License No. Fayetteville, AR 72701 Agent for Service of process (Type or legibly print) 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 DOCUMENT 00500 00500 Agreement 00500 - 12 CROSSLAND 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 2nd day of December, 2016, the Board of Directors did, by unanimous decision, authorize Mark Sell, Chris Walters, 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 or Ivan Crossland, Jr. on behalf of Crossland Heavy Contractors, Inc. shall b gaily bindin Crossland Heavy Contractors, Inc. and their successors d s n Mark Sell, esi en ATTEST: RL- Ho ly 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, 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 29th day of September 2021. Notary Public My Commission Expires: DENISE LUCIAN fl Notary Public - e Ke My Appt. Expires www.heavycontractors.com CITY OF FAYETTEVILLE ARKANSAS BID TABI # Items UnitofMeasurement #1-1 Insurance and Bonding LS #1-2 Roadway Construction Control LS #1-3 Trench and Excavation Safety Systems LS #1-4 Clearing, Grubbing, and Demolition LS #1-5 Unclassified Excavation (Plan Quantity) CY #1-6 Embankment (Plan Quantity) CY #1-7 Select Embankment (Plan Quantity) CY #1-8 Undercut and Backfill CY #1-9 Rock Excavation CY #1-10 Subgrade Preparation (Plan Quantity) SY #1-11 4" Topsoil Placement SY #1-12 Undercut and Stone Backfill Ton #1-13 18" R.C. Pipe, Class III LF #1-14 24" R.C. Pipe, Class III LF #1-15 4' Curb Inlets (Circular) EA #1-16 4' Junction Box (Type MO) EA #1-17 4' Curb Inlet Extension EA #1-18 4'x3' Drop Inlet (Type RM) EA #1-19 8" Aggregate Base Course SY #1-20 Asphalt Concrete Hot Mix Binder Course (PG 64-22) Ton #1-21 Asphalt Concrete Hot Mix Surface Course (PG 70-22) Ton #1-22 Asphalt Concrete Hot Mix Base Course (PG 64-22) Ton #1-23 Concrete Curb and Gutter (Type A) (1'-6") LF #1-24 Concrete Curb and Gutter (Type A) (2'-0") LF #1-25 4" Thick Concrete Sidewalk SY #1-26 Seeding Acre #1-27 Solid Sod SY #1-28 Additional Watering MG #1-29 6" Pavement Marking (Thermoplastic) LF #1-30 8" Pavement Marking (Thermoplastic) LF #1-31 12" Pavement Marking (Thermoplastic) LF #1-32 24" Pavement Marking (Thermoplastic) LF #1-33 Yield Lines (Thermoplastic) LF #1-34 Pavement Symbols (Arrows - Thermoplastic) EA #1-35 Pavement Symbols (Words - Thermoplastic) EA #1-36 Street Sign Installation EA #1-37 Remove, Salvage, and Reinstall Existing Sign EA #1-38 Erosion Control LS #1-39 Traffic Control and Maintenance LS #1-40 Mobilization LS #1-41 Cast -in -Place Detectable Warning Panel SF #1-42 Handicap Access Ramp SY #1-43 Project Sign EA #1-44 Cold Milling Asphalt Pavement SY #1-45 ACHM Pavement Permanent Repair SY #1-46 4" Portland Cement Concrete Base SY #1-47 Concrete Island SY #1-48 Drop Inlet Adjusted to Grade EA #1-49 Paving Fabric SY #1-50 Raised Pavement Markers EA #1-51 System Local Controller TS2-Type 2, E -Net (8 Phases) EA #1-52 Ethernet Switch, T100 Hardened (8 -Port) EA #1-53 E -Net Cable (Exterior Cat 5E) LF #1-54 Local Radio (E -Net 5.8) with Antenna EA #1-55 Local Repeater Radio with Antenna EA #1-56 Battery Backup System EA #1-57 Traffic Signal Head, LED, (3 Section, 1 Way) EA #1-58 Traffic Signal Head, LED, (4 Section, 1 Way) EA #1-59 Countdown Pedestrian Signal Head, LED EA #1-60 Central Control Unit EA #1-61 Pole Mounted Assembly EA #1-62 Traffic Signal Cable (5C/14 A.W.G.) LF #1-63 Traffic Signal Cable (7C/14 A.W.G.) LF #1-64 Traffic Signal Cable (20C/14 A.W.G.) LF #1-65 Electrical Conductors -in -Conduit (1C/8 A.W.G., E.G.C.) LF #1-66 Electrical Conductors -in -Conduit (1C/12 A.W.G., E.G.C.) LF #1-67 Electrical Conductors -in -Conduit (2C/6 A.W.G.) LF #1-68 Electrical Conductors for Luminaires LF #1-69 Galvanized Steel Conduit (2") LF #1-70 Non -Metallic Conduit (2") LF #1-71 Non -Metallic Conduit (3") LF #1-72 Concrete Pull Box (Type 2) EA #1-73 Concrete Pull Box (Type 1 HD) EA #1-74 Concrete Pull Box (Type 2 HD) EA #1-75 Traffic Signal Mast Arm and Pole with Foundation (20') EA #1-76 Traffic Signal Mast Arm and Pole with Foundation (22') EA #1-77 Traffic Signal Mast Arm and Pole with Foundation (24') EA #1-78 Traffic Signal Mast Arm and Pole with Foundation (32') EA #1-79 LED Luminaire Assembly EA #1-80 Traffic Signal Pedestal Pole with Foundation EA #1-81 Service Point Assembly (2 Circuits) EA #1-82 18" Street Name Sign EA #1-83 Video Detector (CLR) EA #1-84 Video Cable LF #1-85 Video Monitor (CLR) EA #1-86 Video Processor, Edge Card (1 Camera) EA #1-87 Edge Connect Card for Communications EA #1-88 Vehicle Detector Rack (32 Channel) EA #2-1 8" Aggregate Base Course LS #2-2 Subgrade Preparation (Plan Quantity) SY #2-3 Clearing, Grubbing, and Demolition SY #2-4 Asphalt Concrete Hot Mix Binder Course (PG 64-22) Ton #2-5 Asphalt Concrete Hot Mix Surface Course (PG 70-22) Ton #2-6 Traffic Control and Maintenance LS #2-7 Mobilization LS #2-8 Cold Milling Asphalt Pavement SY #2-9 Paving Fabric SY 1 LAT I O N Crossland Heavy Contractors, Inc. Total Base Bid $ 2,149,599.75 QuantityRequired UnitPrice TotalCost 1 $ 29,000.0 $ 29,000.0 1 $ 21,000.0 $ 21,000.0 1 $ 2,500.0 $ 2,500.0 1 $ 42,000.0 $ 42,000.0 1175 $ 21 $ 24,675.0 1953 $ 25 $ 48,825.0 240 $ 25 $ 6,000.0 360 $ 41 $ 14,760.0 25 $ 150 $ 3,750.0 1212 $4.25 $5,151.0 2348 $ 7 $ 16,436.0 50 $ 65 $ 3,250.0 178 $ 120 $ 21,360.0 18 $ 180 $ 3,240.0 3 $ 7,000.0 $ 21,000.0 1 $ 7,000.0 $ 7,000.0 6 $ 2,750.0 $ 16,500.0 1 $ 7,600.0 $ 7,600.0 133 $ 15.5 $ 2,061.5 108 $ 215 $ 23,220.0 303 $ 205 $ 62,115.0 523 $ 175 $ 91,525.0 854 $ 26 $ 22,204.0 398 $ 28 $ 11,144.0 254 $ 72 $ 18,288.0 1 $ 5,000.0 $ 5,000.0 785 $ 6 $ 4,710.0 11 $ 90 $ 990 7679 $ 1.5 $ 11,518.5 1534 $ 3.75 $ 5,752.5 59 $ 11 $ 649 165 $ 22 $ 3,630.0 21 $ 28 $ 588 22 $ 475 $ 10,450.0 16 $ 550 $ 8,800.0 6 $ 425 $ 2,550.0 5 $ 600 $ 3,000.0 1 $ 14,500.0 $ 14,500.0 1 $ 64,500.0 $ 64,500.0 1 $ 68,000.0 $ 68,000.0 48 $ 20 $ 960 10 $ 120 $ 1,200.0 2 $ 1,000.0 $ 2,000.0 1451 $ 13 $ 18,863.0 23 $ 75 $ 1,725.0 743 $ 59 $ 43,837.0 73 $ 120 $ 8,760.0 1 $ 3,500.0 $ 3,500.0 1451 $ 17 $ 24,667.0 33 $ 8 $ 264 2 $ 46,250.0 $ 92,500.0 2 $ 2,200.0 $ 4,400.0 241 $ 13 $ 3,133.0 2 $ 1,800.0 $ 3,600.0 1 $ 1,800.0 $ 1,800.0 2 $ 18,500.0 $ 37,000.0 12 $ 2,000.0 $ 24,000.0 2 $ 3,100.0 $ 6,200.0 1 $ 1,500.0 $ 1,500.0 2 $ 7,500.0 $ 15,000.0 2 $ 1,850.0 $ 3,700.0 899 $ 4 $ 3,596.0 109 $ 4.5 $ 490.5 662 $ 10 $ 6,620.0 1182 $5 $5,910.0 330 $ 2.25 $ 742.5 516 $ 16 $ 8,256.0 985 $ 4.5 $ 4,432.5 28 $ 85 $ 2,380.0 529 $ 52 $ 27,508.0 607 $ 62 $ 37,634.0 1 $ 1,300.0 $ 1,300.0 2 $ 2,100.0 $ 4,200.0 12 $ 2,400.0 $ 28,800.0 1 $ 35,000.0 $ 35,000.0 1 $ 40,000.0 $ 40,000.0 3 $ 42,000.0 $ 126,000.0 1 $ 48,000.0 $ 48,000.0 6 $ 1,600.0 $ 9,600.0 2 $ 7,000.0 $ 14,000.0 2 $ 7,000.0 $ 14,000.0 4 $ 1,400.0 $ 5,600.0 12 $ 6,200.0 $ 74,400.0 1645 $ 14 $ 23,030.0 2 $ 2,800.0 $ 5,600.0 12 $ 7,000.0 $ 84,000.0 4 $ 7,400.0 $ 29,600.0 2 $ 6,100.0 $ 12,200.0 1 $ 7,500.0 $ 7,500.0 371 $ 4.25 $ 1,576.75 371 $ 12 $ 4,452.0 90 $ 215 $ 19,350.0 1094 $ 205 $ 224,270.0 1 $ 12,000.0 $ 12,000.0 1 $ 19,000.0 $ 19,000.0 9035 $ 10 $ 90,350.0 9035 $ 10 $ 90,350.0 DOCUMENT 00140 - BIDDER'S QUALIFICATION STATEMENT: Contract Name: FULBRTGHT RAMP — N. SHILOH DRIVE IMPROVEMENTS Bid #: 21-70 Date: September 23rd, 2021 SUBMITTED TO: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 SUBMITTED BY: Company Crossland Heavy Contractors, Inc. Name Mark Sell Address 501 S. East Ave -Columbus, KS 66725 Principal Office 501 S. East Ave- Columbus, KS 667 Corporation, partnership, individual, joint venture, other Corporation Arkansas State General Contractor's License Number 0067301121 (Type or legibly print) EXPERIENCE STATEMENT 1. Bidder has been engaged as a General Contractor in construction for 28 years and has performed work of the nature and magnitude of this Contract for 28 years. Bidder has been in business under its present name for 28 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.) 00140 -Bidder Qualifications 00140— 1 DOCUMENT 00140 - BIDDER'S QUALIFICATION STATEMENT: (CONTINUED) 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.) 4. Has Bidder ever failed to complete any project? If so, state when, where, and why. 5. Bidder normally performs the following work with his own forces: Concrete, utilities, excavation, pipe 6. Construction experience of key individuals in the organization is as follows (continued on attached sheets if needed): see attached 7. 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: Federal Ins Co/ Fidelity & Deposit Co of Marylan 202B Hall's Mill Road/1299 Zurich Way, 5th Floor Whitehouse Station, NJ 08889/Schaumburg, IL 60196 .73 8. Bidder's Workmen's Compensation Experience Modifier Factor is: 00140-Bidder Qualifications 00140-2 DOCUMENT 00140 - BIDDER'S QUALIFICATION STATEMENT: (CONTINUED) FINANCIAL STATEMENT 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. [1 S 00140 -Bidder Qualifications 00140 — 3 DOCUMENT 00140 - BIDDER'S QUALIFICATION STATEMENT: (CONTINUED) Bidder hereby represents and warrants that all statements set forth herein are true and correct. Date: 2021 (OFFICIAL SEAL) Name of Organization: 0'(D'55kyA (�nfirc� . c-os i u. By Mark Sell (Type or legibly print) (Signature) Title . ?reSl cLer -E-- (Type or legibly print) I. (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, the corporate name shall be signed, followed by the signature of a duly -authorized officer and with the corporate seal affixed.) END OF DOCUMENT 00140 00140 -Bidder Qualifications 00140-4 Contracts on Hand PROJECT OWNER CONTRACT AMOUNT EXPECTED COMPLETION TMUA SSWWTP Peak Flow Optimization TMUA $3,319,000.00 7/21 WPC 20-4 SSWWTP TMUA $524,000.00 6/21 COT NA Zone 3011 City of Tulsa $7,603,000.00 10/21 Flow Equalization Basin & SCADA Imps TMUA $2,787,000.00 8/21 Arcadia Lake WTP Residuals Handling & Imps Edmond Public Works Authority $38,174,538.00 8/22 COT NA 7040 City of Tulsa $3,418,000.00 6/21 ODOT 61st & Yale Concrete Patch Oklahoma Department of Transportation $1,747,000.00 7/21 ODOT Memorial Concrete Patch Oklahoma Department of Transportation $2,987,000.00 11/21 COT WPC 20-1 Tulsa Metropolitan Utility Authority $1,809,000.00 1/22 ADA Main Street Improvements City of Ada, OK $7,491,316.38 6/22 Owasso WWTP & Main Lift Station Owasso Public Works Authority $21,187,879.00 2/23 COT 71st Memorial to Mingo City of Tulsa, OK $2,228,000.00 1/22 Kerr Dam Energy Control Center Water System Imps Grand River Dam Authority $725,725.00 1/22 COT Citywide LS Improvements Tulsa Metropolitan Utility Authority $598,796.00 4/22 Muskogee Creek Nation Meat Processing Facility Wastewater Utilities Thompson Construction $1,753,350.00 7/21 HCWWTP Flow EQ Basin West Repair Regional Metropolitian Utility Authority $1,129,000.00 1/22 71st ST Dewatering- Sludge Tank Repair Tulsa Metropolitan Utility Authority $1,067,695.00 2/22 Jenks WWTP City of Jenks, Oklahoma $11,917,000.00 1/23 WPC 21-4 Tulsa Metropolitan Utility Authority $1,210,550.00 11/21 IDP CBP II Master Detention- Anadarko Dozer Anadarko Dozer & Trucking $852,000.00 9/21 2ND &Bryant City of Edmond $7,478,800.00 6/22 BAMA Battle Creek Irrigation PS Broken Arrow Municipal Authority $996,200.00 2/22 Caney River Raw Water Intkae Improvements City of Bartlesville $1,232,010.00 5/22 COT 2 Waterline 31st to Howard Tulsa Metropolitan Utility Authority $2,162,000.00 7/22 COT MLK Blvd. & Reconcilitation Way City of Tulsa $1,592,000.00 2/22 Turkey Creek Pump Station Imps Johnson County Wastewater $5,133,073.00 6/21 JCW Electrical Systems Imps Johnson County Wastewater $5,139,000.00 11/21 WaterOne Misc. Imps Job No. AC -19040 WaterOne $1,114,500.00 1/22 WaterOne Server Room Improvements WaterOne $726,000.00 7/21 Belt Press Replacement at Kill Creek WWRF City of Gardner, KS $442,000.00 7/21 Blue River WWTP Misc Imps Board of County Commissioners of Johnson Co, KS $203,000.00 5/21 Kaw Point & Plant 20 WWTP Electrical Imps Unified Government of Wyandotte County $351,675.00 2/22 Junction City WTP Improvements Phase 2 City of Junction City $12,210,000.00 12/22 S. Arkansas Street Gateway- Oak Street to Chestnut Street Nabholz Construction Company $9,649,998.00 1/22 Osage Creek Str & Apprs No. 2 Arkansas Department of Transportation $2,333,296.00 9/21 090434 Wolf Creek Strs & Apprs Arkansas Department of Transportation $2,785,230.14 1/22 Kathleen Johnson Memorial Park City of Lowell, AR $2,389,143.00 8/21 Sain Street Extension City of Fayetteville, AR $4,380,859.87 10/21 Kessler Moutain Regional Park Ph 2 City of Fayetteville, AR $6,387,494.47 4/22 Madison County Booster Pump Station Rehab Madison County Water Facilities $669,940.00 2/22 Kessler Mountain Regional Park Ph 2 City of Fayetteville $6,387,494.00 4/22 Apple Blossom Utilities- Phase 1 Rogers Warehouse, LLC $229,884.00 7/21 Zion Road Relocation- Sharps Expansion APAC- Central $422,440.00 7/21 Park Street Intersection Improvements City of Springdale, AR $2,804,692.00 4/22 Gregg Ave & Fulbright Expressway Relieft Gravity Sewer City of Fayetteville $996,617.00 11/21 Thrive Apartments Site Development ERC Construction Group, LLC $323,495.00 8/21 Park Branch Road Washington County $385,906.00 10/21 CONTRACT VALUE $5,477,635 DELIVERY METHOD Hard Bid. GC CLIENT The City of Fayetteville 113 W Mountain St. Fayetteville, AR 479.521.1258 ENGINEER Garver Engineers Jeff Webb 2049 E. Joyce Blvd. Fayetteville, AR 479.527.9100 LOCATION RUPPLE ROAD Fayetteville, AR The Rupple Road Project was a 16 -month project that included the construction of three main pieces: the roadway, bridge, and retaining wall. The roadway portion included 1,800 linear feet of four -lane roadway realignment and expansion. This roadway would take an awkward three-way intersection that was not conducive to the flow of traffic and replace it with a full four -lane route that would complete a smooth transition from Rupple Road at Highway 16 to 1-49. The bridge was a two -span, 184 linear -foot structure. The structure was of variable width, being 65 feet at its widest. The bridge also included pedestrian sidewalks with handrails and decorative lamp posts. Last but not least was the 13,500 square feet, 20 -foot tall decorative retaining wall. Throughout the entirety of the project, crews installed storm grade pipe, inlets, and curb and gutter. The scope also included 4,000 square yards of sidewalk. Crossland Heavy's dirt work package included 13,000 cubic yards of unclassified excavation and 29,000 square yards of topsoil. CROSSLANII nLHUI buninMbiuna LOCATION MONTE NE ROAD REALIGNMENT Rogers, AR CONTRACT VALUE $9,345,617 DELIVERY METHOD Hard Bid. GC CLIENT City of Rogers Lane Jobe ENGINEER McGoodwin, Williams & Yates 302 Millsap Road Fayetteville, AR 72703 479.443.3404 Crossland Heavy completed the Monte NE Road Realignment project, which consisted of complete construction of a four lane divided arterial street project in Rogers, Arkansas. The road was a new alignment connecting an existing four lane road to the downtown Rogers area. The project was split into three phases of work, which would help acoommodate traffic control and access for local residents. The three phases also helped the project team utilize onsite excavation materials and balance the material on the new roadway section. This project was located in a major traffice route area for local residents and included coordination with the railroad and local businesses. This project included a wide variety of features including a park restroom facility, two round-abouts, a bike trail and sidewalks, a pedestiral tunnel with lighting and electrical, round -about pergola and a monument sign with landscaping and architectural features. CROSSLAND HEAVY CONTRACTORS LOCATION BELLVIEW ROAD NORTH Rogers, AR CONTRACT VALUE $11,500,000 DELIVERY METHOD Competitive Bid CLIENT City of Rogers Nathan Becknell 301 W Chestnut St Rogers, AR 72756 479.621.1186 ENGINEER McClelland Consulting Engineers PO Box 1567 Rogers, AR 72757 479.443.2377 Crossland Heavy and our subcontractors were responsible for complete reconstruction of Bellview Road from Ajax Avenue to Pleasant Grove Road. This included roadway widening and turn lane additions, grade changes/ embankments, construction of a 4 span precast concrete arch bridge over Blossom Way Creek, construction and renovation of the 1-49 overpass bridge, installation of a triple 8'x7'x900' box culvert, sidewalk and trail improvements, and asphalt paving operations. The newly constructed roadway allows a streamline flow of traffic for the city of Rogers, drainage improvements, and a public trail access for the Northwest Arkansas Greenway Trail. Crossland Heavy worked with the City to sequence the work in a way that would allow traffic to continue running in all areas. The walking and biking trial that previously ran under the bridge would not have been safe to access during construction, so Crossland Heavy re-routed the trail so that Arkansas hikers and bikers were able to continue using it throughout the entirety of the project. CROSSLAND HEAVY CONTRACTORS COMPANY OFFICERS / KEY PERSONNEL President - Mark Sell Bachelor of Science in Construction Science, Kansas State University • Peter Kiewit Sons, Inc. — Omaha, NE (1982 — 1993) o Work history included numerous road & bridge projects throughout the Midwest. River intake pump station, sheet pile river weir across the Kansas River. Subway renovation and light commuter rail projects in Chicago. Lock & Dam #16 renovation in Muscatine Iowa. • Crossland Heavy Contractors — Columbus, KS (1993 — Present) o Started Crossland Heavy Contractors to pursue civil oriented projects including bridge work, water & wastewater treatment facilities, site utilities and pipe work. Vice President — Dan Thompson Bachelor of Science in Construction Engineering & Technology, Pittsburg State University • Crossland Heavy Contractors — Columbus, KS (1995 — Present) o Started with Crossland as an Intern, promoted to field engineer, assistant superintendent, superintendent, estimator, project manager, chief estimating and division manager. Worked on a large number of heavy/civil projects including water & wastewater treatment plants, bridges, utilities, spillways and structural concrete. Promoted to Division Manager/VP in August 2015 to oversee the Kansas City/Northwest Arkansas operations. Corporate Treasurer — Chris Walters Bachelor of Science in Construction Management Technology, Oklahoma State University • Crossland Heavy Contractors — Columbus, KS (2005 — Present) o Worked as a project engineer for one year and then promoted to project manager, managing large projects and helping estimate projects. Promoted to Division Manager in 2014 to oversee the Tulsa/Oklahoma City operations Corporate Secretary — Holly Rhodes Bachelor of Business Administration, Accounting, Pittsburg State University • Crossland Heavy Contractors — Columbus, KS (2008 — Present) o Work experience includes all accounting aspects, accounts payable and accounts receivable DOCUMENT 0400 -BID FORM Contract Name: FULBRIGHT RAMP — N. SHILOH DRIVE IMPROVEMENTS Bid Number: 21-70 BID TO: Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: Bidder: Crossland Heavy Contractors, Inc. 501 S. East Ave Columbus, KS 66725 ARTICLE 1 -INTENT 1.01 The undersigned Bidder proposes an agrees, if this Bid is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid price and within the Bid time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. ARTICLE 2- TERMS AND CONDITIONS 2.01 Bidder accepts all of the terms and conditions of the Invitation to Bid 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 day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Agreement with the Bonds and other documents required by the Bidding Requirements within 15 days after the date of Owner's Notice of Award. 0400 -Bid Form 00400-1 DOCUMENT 0400 -BID FORM (continued) ARTICLE 3- BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bid Documents, and the following Addenda, receipt of all which is hereby acknowledged: Number Date 9/15/2021 B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Bidder 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. Bidder 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. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bid Documents with respect to Underground Facilities at or contiguous to the Site. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, 0400 -Bid Form 00400-2 DOCUMENT 0400 -BID FORM (continued) 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, or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. F. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performing and furnishing of the Work in accordance with the times, price, and other terms and conditions of the Contract Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports, and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Bidder. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. K. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham bid; Bidder has not solicited or induced any person, firm, or a corporation to refrain from bidding; and 0400 -Bid Form 00400-3 DOCUMENT 0400 -BID FORM (continued) Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over Owner. L. Bidder will perform the Work in compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration (OSHA) Part 1926 — Subpart P — Excavations. ARTICLE 4- BID PRICE The City of Fayetteville herby considers Bid Schedule 2 as a deductive alternate. Bidders shall submit pricing on both bid schedules. Failure to bid both bid schedules will result in rejection of bid. Bidders are required to provide pricing for all line items, including deductive alternate items. Failure to provide deductive alternate pricing can result in bid rejection. The City intends to award this contract to the lowest qualified responsive responsible bidder based on the total base bid as long as the base bid amount falls within the amount of funds certified for the project plus 25%. 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. Should the amount entered into the proposal or bid for this item exceed 5%, the bid shall be rejected. Bidder shall complete the Work in accordance with the Contract Documents for the following price(s): 0400 -Bid Form 00400-4 DOCUMENT 0400 -BID FORM (continued) ARTICLE 5- CONTRACT TIMES 5.01 Bidder agrees that the Work will be substantially completed and completed and ready for final payment within the number of calendar days indicated in the Agreement. 5.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. ARTICLE 6- BID CONTENT 6.01 The following documents are attached to and made a condition of this Bid: A. Required Bid security in the form of a cashier's check from a bank located in the State of Arkansas or a Bid Bond in the amount of Five Percent of Max Amount Bid Dollars ($_°° ) B. A tabulation of Subcontractors and other persons and organizations required to be identified in this Bid. ARTICLE 7- COMMUNICATIONS 7.01 Communications concerning this Bid shall be addressed to the Bidder as follows: Dan Thompson 705 S. Lincoln Lowell, AR Email dthompson@heavycontractors.com Phone No. 479-366-1637 Fax No. 620-429-2977 0400 -Bid Form 00400-8 DOCUMENT 0400 -BID FORM (continued) ARTICLE 8- TERMINOLOGY 8.01 The terms used in this Bid which are defined in the GENERAL CONDITIONS or Instructions to Bidders will have the meanings assigned to them. Arkansas State Contractor License No. 0067301121 If Bidder is: An Individual Name (type or printed): By: (SEAL) (Individual's Signature) Doing business as: Business Phone No: Fax No. Email Address: A Partnership Partnership Name: (SEAL) By: (Signature of general partner -attach evidence of authority to sign) Name (type or printed): Business Phone N Email Address: N, 0400 -Bid Form 00400-9 DOCUMENT 0400 -RID FORM tied) A Corporation or LLC f Corporation Name :L�+C �V �e�� aC. 4Ys, Ivt1 (SEAL) State of Incorporation:_fS S_ _ _^ Type (General Business, ProfeykonAW, +iceA'tmited Liability): (Signature of fcneral partner -attach evidence of authority to sign) -` Name (type or printed): rt sat I Title: PVeCI err - (CORPORATE SEAL) Attest:_______________________________________________________ (Signature of Corporate Secretary) Holly Rhodes Business address: Sot _S �_f T Ptl/-(_ILOLflzr Phone No: (07I't-�Pl .1/1 Fax No. (V'O `IM- 7' 7 Email Address: yQ QiMCo if≥c•1Of%eon-► Tax ID Number (TIN)_ 6 tit SS 3 DUNS# O ZO Z3 Cage Code: JL END OF DOCUMENT 00400 0400 -Bid Form 00400-10 DOCUMENT 00430 — LIST OF SUBCONTRACTORS In compliance with the Instructions to Bidders and other Contract Documents, the undersigned submits the following names of Subcontractors to be used in performing the Work for: FULBRIGHT RAMP - N. SHILOH DRIVE IMPROVEMENTS Bidder certifies that all Subcontractors listed are eligible to perform the Work. Subcontractor's Work Subcontractor's Name Expected Percentage and Address or Value Clearing/Demolition SWPPP/Erosion Control Asphalt APAC CENTRAL - 755 E. Millsap Rd. P.O. Box 2 7 0 9208 Fayetteville, AR Concrete Landscaping Material Testing Traffic Signaling - TLS - P.O. BOX 14788 Oklahoma 2 7 °o Other (designate) City, OK 73113 Striping & MOT - Time Striping - P.O. BOX 12736 2 Van Buren, AR 72957 NOTE: This form must be submitted in accordance with t st I to ers. der s Signature Mart Sell, P widen+ END OF DOCUMENT 00430 00430 -List of Subcontractors 00430 — 1 DOCUMENT 00410 - 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 202B Hall's Mill Road / 1299 Zurich Way, 5th Floor Whitehouse Station, NJ 08889 / Schaumburg, IL 60196 a corporation duly organized under the laws of the State of hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 IN / IL as Surety, as Obligee, hereinafter called Owner, in the sum of Five Percent of the Amount Bid Dollars ($ **5%** ), 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: FULBRIGHT RAMP - N. SHILOH DRIVE 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 00410 -Bid Bond 00410-1 DOCUMENT 00410 - BID BOND (continued) 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 23rd day of September, 2021. PRINCIPAL SURETY Federal Insurance Company / Fidelity and Deposit Company of Maryland By J Katherine J. Breit, Attorney -in -Fact and Arkansas Licensed Agent ATTORNEY -IN -FACT Katherine J. Breit c/o IMA, Inc. Building 51, 9393 W. 110th Street, Suite 600 Overland Park, KS 66210 (This Bond shall be accompanied with Attorney -in -Fact's authority from Surety) END OF DOCUMENT 00410 (CORPORATE SEAL) (CORPORATE SEAL) 00410 -Bid Bond 00410-2 CHUBS 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 Bret S. Burton, Timothy H. Heffel, Todd Alan Rambo, Timothy Craig Smith, Mynah A. Valdivia and Desiree E. Westmoreland of Wichita, Kansas; Katherine J. Breit, Monica F. Donatelli, Carolyn J. Johnson, Camille O. Parman, Morgan L. Wilkerson 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 215day of December 2020. Iklwn h1- Chloros, Assistant Secretary STATE OF NEW JERSEY County of Hunterdon SS. Stephen Al. Haney. Vice President w On this 21s' day of December, 2020 before me, a Notary Public of New Jersey, personally came Dawn M. Chloros and Stephen M. Haney, to me 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 duly affixed and subscribed by like authority. Notarial Seal a KATHERINE J. ADELAAR NOTARY PUBLIC OF NEW JERSEY No.2316685 Commission Expires July 16, 2024ar5'� 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 behalfofthe 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, for and on behalf of the Company, to appoint in writing any person the attorney -in - fact of the Company with full power and authority to execute, for and on behalf of the Company, under the seal of the Company or otherwise, such Written Commitments of the 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 authorityto execute, for and on behalf of the Company, under the Company's seal or otherwise, such Written Commitments of the Company as are specified in such written delegation, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments (5) The signature of any officer or other person executing any Written Commitment or 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 be an 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 CON COMPANY and ACE AMERICAN INSURANCE COMPANY (the "Companies") do hereby certify that (i) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and in full force and effect, (ii) the foregoing Power of Attorney is true, correct and in full force and effect. Given under my hand and seals of said Companies at Whitehouse Station, NJ, this 23rd day of September, 2021 TRANCE l tlwn %1. Ch bros. :\ssistan t Se<retal' r IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT: Telephone 19001 9D3-3493 Fax 90$ 9D3-36Sb c -mall: Surat t cl'ubbsom Combined: FED-VIG-PI-WFIC-AAIC (rev. 11-19) 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, Kelly E. KIMMEL, Morgan DEWEY, Monica F. DONATELLI, Debra L. WALZ, Carolyn J. JOHNSON, Katherine J. BREIT, Camille O. PARMAN, Morgan L. WILKERSON of Overland Park, Kansas, EACH, 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 03rd day of March, A.D. 2021. ATTEST: 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 03rd day of March, A.D. 2021, 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, to me 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, dcposeth 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. Constance A. Dunn, Notary Public My Commission Expires: July 9, 21 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, Attorneys -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 10th 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 23rd day of September 2021 ©1ELI By: Brian M. Hodges 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 www. reIJortsfc la i nis(rc ru r i. .]l.O111 a.. 0111 800-626-4577 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 Responses Success: All data is valid! Bid Schedule 1 Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided #1-1 Insurance and Bonding #1-2 Roadway Construction Control #1-3 Trench and Excavation Safety Systems #1-4 Clearing, Grubbing, and Demolition #1-5 Unclassified Excavation (Plan Quantity) #1-6 Embankment (Plan Quantity) #1-7 Select Embankment (Plan Quantity) #1-8 Undercut and Backfill #1-9 Rock Excavation #1-10 Subgrade Preparation (Plan Quantity) #1-11 4" Topsoil Placement #1-12 Undercut and Stone Backfill #1-13 18" R.C. Pipe, Class III #1-14 24" R.C. Pipe, Class III #1-15 4Curb Inlets (Circular) #1-16 4' Junction Box (Type MO) #1-17 4' Curb Inlet Extension #1-18 4'x3' Drop Inlet (Type RM) #1-19 8" Aggregate Base Course Asphalt Concrete Hot Mix Binder Course (PG 64- #1-20 22) Asphalt Concrete Hot Mix Surface Course (PG 70 #1-21 22) Asphalt Concrete Hot Mix Base Course (PG 64- #1-22 22) LS LS LS LS CY CY CY CY CY SY SY Ton LF LF EA EA EA EA SY Ton Ton Ton e . 1 1 1 1 1175 1953 240 360 25 1212 2348 50 178 18 3 1 6 1 133 108 303 523 $ 29,000.00 $ 29,000.00 $ 21,000.00 $ 21,000.00 $ 2,500.00 $ 2,500.00 $ 42,000.00 $ 42,000.00 $ 21.00 $ 24,675.00 $ 25.00 $ 48,825.00 $ 25.00 $ 6,000.00 $ 41.00 $ 14,760.00 $ 150.00 $ 3,750.00 $ 4.25 $ 5,151.00 $ 7.00 $ 16,436.00 $ 65.00 $ 3,250.00 $ 120.00 $ 21,360.00 $ 180.00 $ 3,240.00 $ 7,000.00 $ 21,000.00 $ 7,000.00 $ 7,000.00 $ 2,750.00 $ 16,500.00 $ 7,600.00 $ 7,600.00 $ 15.50 $ 2,061.50 $ 215.00 $23,220 00 $ 205.00 $62,115 00 $ 175.00 $91,525 00 I Success: All values provided #1-23 Concrete Curb and Gutter (Type A) (1'-6") LF 854 $ 26.00 $ 22,204.00 Success: All values provided #1-24 Concrete Curb and Gutter (Type A) (2'-0") LF 398 $ 28.00 $ 11,144.00 Success: All values provided #1-25 4" Thick Concrete Sidewalk SY 254 $ 72.00 $ 18,288.00 Success: All values provided #1-26 Seeding Acre 1 $ 5,000.00 $ 5,000.00 Success: All values provided #1-27 Solid Sod SY 785 $ 6.00 $ 4,710.00 Success: All values provided #1-28 Additional Watering MG 11 $ 90.00 $ 990.00 Success: All values provided #1-29 6" Pavement Marking (Thermoplastic) LF 7679 $ 1.50 $ 11,518.50 Success: All values provided #1-30 8" Pavement Marking (Thermoplastic) LF 1534 $ 3.75 $ 5,752.50 Success: All values provided #1-31 12" Pavement Marking (Thermoplastic) LF 59 $ 11.00 $ 649.00 Success: All values provided #1-32 24" Pavement Marking (Thermoplastic) LF 165 $ 22.00 $ 3,630.00 Success: All values provided #1-33 Yield Lines (Thermoplastic) LF 21 $ 28.00 $ 588.00 Success: All values provided #1-34 Pavement Symbols (Arrows - Thermoplastic) EA 22 $ 475.00 $ 10,450.00 Success: All values provided #1-35 Pavement Symbols (Words - Thermoplastic) EA 16 $ 550.00 $ 8,800.00 Success: All values provided #1-36 Street Sign Installation EA 6 $ 425.00 $ 2,550.00 Success: All values provided #1-37 Remove, Salvage, and Reinstall Existing Sign EA 5 $ 600.00 $ 3,000.00 Success: All values provided #1-38 Erosion Control LS 1 $ 14,500.00 $ 14,500.00 Success: All values provided #1-39 Traffic Control and Maintenance LS 1 $ 64,500.00 $ 64,500.00 Success: All values provided #1-40 Mobilization LS 1 $ 68,000.00 $ 68,000.00 Success: All values provided #1-41 Cast -in -Place Detectable Warning Panel SF 48 $ 20.00 $ 960.00 Success: All values provided #1-42 Handicap Access Ramp SY 10 $ 120.00 $ 1,200.00 Success: All values provided #1-43 Project Sign EA 2 $ 1,000.00 $ 2,000.00 Success: All values provided #1-44 Cold Milling Asphalt Pavement SY 1451 $ 13.00 $ 18,863.00 Success: All values provided #1-45 ACHM Pavement Permanent Repair SY 23 $ 75.00 $ 1,725.00 Success: All values provided #1-46 4" Portland Cement Concrete Base SY 743 $ 59.00 $ 43,837.00 Success: All values provided #1-47 Concrete Island SY 73 $ 120.00 $ 8,760.00 Success: All values provided #1-48 Drop Inlet Adjusted to Grade EA 1 $ 3,500.00 $ 3,500.00 Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided ,Success: All values provided Success: All values provided Success: All values provided ,Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided #1-49 #1-50 #1-51 #1-52 #1-53 #1-54 #1-55 #1-56 #157 #1-58 #1-59 #1-60 #1-61 #1-62 #1-63 #1-64 #1-65 #1-66 #1-67 #1-68 #1-69 #1-70 #1-71 #1-72 #1-73 Paving Fabric Raised Pavement Markers System Local Controller TS2-Type 2, E -Net (8 Phases) Ethernet Switch, T100 Hardened (8 -Port) E -Net Cable (Exterior Cat 5E) Local Radio (E -Net 5.8) with Antenna Local Repeater Radio with Antenna Battery Backup System Traffic Signal Head, LED, (3 Section, 1 Way) Traffic Signal Head, LED, (4 Section, 1 Way) Countdown Pedestrian Signal Head, LED Central Control Unit Pole Mounted Assembly Traffic Signal Cable (5C/14 A.W.G.) Traffic Signal Cable (7C/14 A.W.G.) Traffic Signal Cable (20C/14 A.W.G.) Electrical Conductors -in -Conduit (1C/8 A.W.G., E.G.C.) Electrical Conductors -in -Conduit (1C/12 A.W.G., E.G.C.) Electrical Conductors -in -Conduit (2C/6 A.W.G.) Electrical Conductors for Luminaires Galvanized Steel Conduit (2") Non -Metallic Conduit (2") Non -Metallic Conduit (3") Concrete Pull Box (Type 2) Concrete Pull Box (Type 1 HD) SY EA EA EA LF EA EA EA EA EA EA EA EA LF LF LF LF LF LF LF LF LF LF EA EA 1451 33 2 2 241 2 1 2 12 2 1 2 2 899 109 662 1182 330 516 985 28 529 607 1 2 $ 17.00 $ 24,667.00 $ 8.00 $ 264.00 $ 46,250.00 $ 2,200.00 $ 92,500.00 $ 4,400.00 $ 13.00 $ 3,133.00 $ 1,800.00 $ 1,800.00 $ 18,500.00 $ 3,600.00 $ 1,800.00 $ 37,000.00 $ 2,000.00 $ 24,000.00 $ 3,100.00 $ 6,200.00 $ 1,500.00 $ 1,500.00 $ 7,500.00 $ 15,000.00 $ 1,850.00 $ 3,700.00 $ 4.00 $ 3,596.00 $ 4.50 $ 490.50 $ 10.00 $ 6,620.00 $ 5.00 $ 5,910.00 $ 2.25 $ 742.50 $ 16.00 $ 8,256.00 $ 4.50 $ 4,432.50 $ 85.00 $ 2,380.00 $ 52.00 $ 27,508.00 $ 62.00 $ 37,634.00 $ 1,300.00 $ 1,300.00 $ 2,100.00 $ 4,200.00 Success: All values provided #1-74 Concrete Pull Box (Type 2 HD) I EA 12 $ 2,400.00 $ 28,800.00 Success: All values provided #1-75 Traffic Signal Mast Arm and Pole with EA 1 $ 35,000.00 $ 35,000.00 Foundation (20') Success: All values provided #1-76 Traffic Signal Mast Arm and Pole with EA 1 $ 40,000.00 $ 40,000.00 Foundation (22') Success: All values provided #1-77 Traffic Signal Mast Arm and Pole with EA 3 $ 42,000.00 $ 126,000.00 Foundation (24') Success: All values provided #1-78 Traffic Signal Mast Arm and Pole with EA 1 $ 48,000.00 $ 48,000.00 Foundation (32') Success: All values provided #1-79 LED Luminaire Assembly EA 6 $ 1,600.00 $ 9,600.00 Success: All values provided #1-80 Traffic Signal Pedestal Pole with Foundation EA 2 $ 7,000.00 $ 14,000.00 Success: All values provided #1-81 Service Point Assembly (2 Circuits) EA 2 $ 7,000.00 $ 14,000.00 Success: All values provided #1-82 18" Street Name Sign EA 4 $ 1,400.00 $ 5,600.00 Success: All values provided #1-83 Video Detector (CLR) EA 12 $ 6,200.00 $ 74,400.00 Success: All values provided #1-84 Video Cable LF 1645 $ 14.00 $ 23,030.00 Success: All values provided #1-85 Video Monitor (CLR) EA 2 $ 2,800.00 $ 5,600.00 Success: All values provided #1-86 Video Processor, Edge Card (1 Camera) EA 12 $ 7,000.00 $ 84,000.00 Success: All values provided #1-87 Edge Connect Card for Communications EA 4 $ 7,400.00 $ 29,600.00 Success: All values provided #1-88 Vehicle Detector Rack (32 Channel) EA 2 $ 6,100.00 $ 12,200.00 Bid Schedule 2 - DEDUCTIVE ALTERNATE Success: All values provided #2-1 8" Aggregate Base Course LS 1 $ 7,500.00 $ 7,500.00 Success: All values provided #2-2 Subgrade Preparation (Plan Quantity) SY 371 $ 4.25 $ 1,576.75 Success: All values provided #2-3 Clearing, Grubbing, and Demolition SY 371 $ 12.00 $ 4,452.00 Success: All values provided #2-4 Asphalt Concrete Hot Mix Binder Course (PG 64 - Ton 90 $ 215.00 $ 19,350.00 22) Success: All values provided #2-5 Asphalt Concrete Hot Mix Surface Course (PG 70 Ton 1094 $ 205.00 $ 224,270.00 22) Success: All values provided #2-6 Traffic Control and Maintenance LS 1 $ 12,000.00 $ 12,000.00 Success: All values provided #2-7 Mobilization LS 1 $ 19,000.00 $ 19,000.00 Success: All values provided #2-8 Cold Milling Asphalt Pavement SY 9035 $ 10.00 $ 90,350.00 Success: All values provided #2-9 Paving Fabric SY 9035 $ 10.00 $ 90,350.00 Bid 21-70, Construction - Fulbright Ramp - N. Shiloh Dr. Improvements - Proposal Data Show/Hide [Search Supplier AR secretary of state Arkansas Contractors pursuant Arkansas Code Annotated§25-1503,the Formactos agrees and ceMRes that they do not Filing License N compact' boycott Israel and are not boycott Israel during any time in athirst they are entering into, or while in contract, with any public entity as denned in §25-1503. If at any Mme Jong contract the connector decides to hoycng I5Rei, the contractor must anffy the contracted public entity in adding. Crossland Heavy Cmhactors, Inc. 100205582 0067301121 Yes Scorecard Open City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar) Budget Year Division Adjustment Number /Org2 ENGINEERING (621) 2021 Requestor: Matt Casey BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Staff recommends approval of a contract in the amount of $1,680,751.00 with Crossland Heavy Contractors, Inc. for the construction of the Shiloh Dr and Steele Blvd Intersection project plus $252,000.00 (15%) project contingency and approval of a budget adjustment RESOLUTION/ORDINANCE COUNCIL DATE: 10/19/2021 LEGISTAR FILE ID#: 2021-0755 Hoily 'Black' 9/27/2021 11:26 AM Budget Director Date TYPE: D - (City Council) JOURNAL #: 10/19/2021 GLDATE: CHKD/POSTED: TOTAL Account Number - - Increase / (Decrease) Expense Revenue v.20210831 Proiect.Sub# Project Sub.Detl AT Account Name 4602.860.7211-5809.00 438,601 - 46020 7211 EX Improvements - Street 4602.860.7211-5911.99 4602.860.7999-5899.00 252,000 - (690,601) - 46020 7211 EX Contingency - Capital Project 46020 7999 EX Unallocated - Budget H:\Budget Adjustments\2021_Budget\City Council\10-19-2021\2021-0755 BAShiloh Dr & Steele Blvd Crossland.xlsm 1 of 1 Crossland Heavy Contractors, Inc. Intersection Project. City of Fayetteville Staff Review Form City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Matt Casey 7/14/2022 ENGINEERING (621) Submitted By Submitted Date Division / Department Action Recommendation: Staff recommends approval of a reconciliation change order in the amount of $128,581.85 to the contract with Crossland Heavy Contractors, Inc. for the construction of the Shiloh Drive and Steele Blvd Intersection Project. 4602.860.7211-5809.00 Account Number 46020.7211 Budget Impact: Street Projects (2019 Bonds) Fund Shiloh Dr./Fulbright Expressway Interchange Project Number Budgeted Item? Yes Current Budget Funds Obligated Current Balance Does item have a cost? Yes Item Cost Budget Adjustment Attached? No Budget Adjustment Remaining Budget Project Title $ 1,989,548.00 $ 1,719,983.94 I $ 269,564.06 $ 128,581.85 Purchase Order Number: 2021-00000653 Previous Ordinance or Resolution # Change Order Number: Approval Date: Original Contract Number: 2021-00000053 Comments: 7/18/22 V20210527 CITY OF FAYETTEVILLE %PF ARKANSAS TO: Lioneld Jordan, Mayor THRU: Susan Norton, Chief of Staff Chris Brown, Public Works Director FROM: Matt Casey, Engineering Design Manager DATE: July 14, 2022 STAFF MEMO SUBJECT: Approval of a reconciliation change order for the Shiloh Drive and Steele Blvd Intersection Project RECOMMENDATION: Staff recommends approval of a reconciliation change order in the amount of $128,581.85 to the contract with Crossland Heavy Contractors, Inc. for the construction of the Shiloh Drive and Steele Blvd Intersection Project. BACKGROUND: The Shiloh and Fulbright intersection is a project in the 2019 Bond Program. The City Council approved a design contract with Garver, LLC in August of 2019. The project includes modifications to the alignment of the intersection of Shiloh Drive and Mall Avenue to create a standard T-intersection. The project also includes the addition of a right turn lane along Shiloh Drive for east bound traffic turning onto the Fulbright Expressway. New traffic signals were installed at both of these intersections. On October 19, 2021, the City Council approved a construction contract with Crossland Heavy Contractors, Inc. in the amount of $1,680,751.00 with a construction contingency of $252,000.00 DISCUSSION: This change order is a reconciliation change order which changes the contract quantities to equal the actual constructed quantities. This results in the final contract amount equaling the final project cost. During construction it was determined that additional asphalt milling and overlay was needed to provide a more complete project. The overruns in these items make up for the majority of the additional costs for the project. The attached change order form lists the overruns and underruns for each of the bid items for the project. BUDGET/STAFF IMPACT: This project will be paid for with the funds from the 2019 Transportation Bond Fund. The cost of this change order will be covered by the $252,000 in contingency approved by the City Council for the project. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 �a• i:L 479 527 1!" a' Construction Contract Change Order Project: Change Order No. 1 Fulbright Ramp - N. Shiloh Drive Improvements Date Prepared: July 12,2022 Fayetteville, AR Garver Job No. 19T21070 Bid 9 21-70 Pre and b : Jeff Webb, PE Owner: 'Contractor: City of Fayetteville Crossland Heavy Contractors, Inc. 113 West Mountain Street 501 S. East Ave Fayetteville AR 72701 pColumbus, KS, 66725 Description of Work Included in Contract scooe of work paraphrased Changes and Reasons Ordered (List Individual Changes as: A, B, C, D, etc.) A. Reconciliation Change Order. This change order reconciles all quantities to actual used Contract A. A mts: Final Pa Estimate from Contractor. Bid Item No- Bid Item Des tion Unit of Measure 1 Insurance and BondingLS 2 Roadway Construction Control LS 3 Trench and Excavation Safety Systems LS 4 Clearing.Grubbingand Demolition LS 5 Unclassified Excavation (Plan Quantity) CY 1 6 Embankment (Plan Quantity) CY 1 7 Select Embankment lPlan Quantity) CY 8 Undercut and Backfill CY 9 Rock Excavation CY 10 Subgrade Preparation (Plan Quantity) SY 1 11 4" Topsoil Placement SY 2 12 Undercut and Stone BackfiTI Ton 13 18" R.C. Pipe- Class III LF 14 24" R.C. Pipe, Class III LF 15 4' Curb Inlets (Circular) EA 16 f Junction Box (Type MO) EA 17 4' Curb Inlet Extension EA 18 4'x3' Drop Inlet (Type RM) EA 19 8" Aggregate Base Course SY 20 Asphalt Concrete Hot Mix Blinder Cou e P G4-22 Ton 21 Asphalt Concrete Hot Mix Surface rse PG 70-22 Ton 22 Asphalt Concrete Hot Mix Base Course PG 64-22 Ton 23 Concrete Curb and Gutter (Type A) 1'-6" LF 24 Concrete Curb and Gutter (Type A) 2'-0" LF 25 4" Thick Concrete Sidewalk SY 25 SeedingACRE 27 Solid Sad SY 28 Additional Waterin MGal 29 6" Pavement Marking (Thermoplastic) LF 30 8" Pavement Marking (Thermoplastic) LF 1 31 12" Pavement Marking Themes lastic LF 32 24" Pavement Marking (Thermoplastic) LF 33 Yield Lines herm0 lastic) LF 34 Pavement Symbols (Arrows - Thermoplastic) EA 35 Pavement Symbols (Words - Thermoplastic) EA 36 Street Si Installation EA 37 Remove, Salvage, and Reinstall ExistingSign EA 38 Erosion Control LS 39 Traffic Control and Maintenance LS 40 Mobilization LS 41 Cast -in -Place Detectable Warning Panel SF 42 Handica Access Ram SY 43 Pro'ectSin EA 44 Cold MillingAsphalt Pavement SY 1 45 ACHM Pavement Permanent Repair SY 46 4" Portland Cement Concrete Base SY Ori anal Contract Revised Revised Original 9 Contracl Unit Estimated Unit Estimated Quantity Price Quantity Price Cost 1.00 $2.500.00 1.00 S2,500,00 S2,500.00 1,00 542.000.00 1.00 542.000.00 542000.00 175.00 $21.00 1,175.00 S21.00 $24,675.00 953. 00 S25.00 1,953.00 $25.00 S48,825.00 4000 $25.00 24000 $25.00 S6,000.00 60.00 S41.00 0.00 S41.00 S14 760.00 25.00 S150.00 0.00 $150.00 S3,750.00 212.00 S4.25 1,212.00 $4.25 S5,151.00 178.00 S120.00 178. 00 5,12000 521;360.00 18.00 $180.00 18.00 S180 00 53,240.00 3.00 57,000.00 3,00 57,000.00 521.000.00 1,00 $7,1300.00 1.00 $7,000.00 S7,00o,00 6.00 S2.750.00 6.0o $2,750.60 S16,500.00 1.00 S7,600.00 1.00 S7,600.00 S7,600.00 133.00 515.50 133.00 S15.50 S2,061.50 108.00 S215.00 116.00 S215.00 S23,220.00 303.00 $205.00 896.55 $20500 S62,115,00 523.00 S175.00 300.94 $175 00 S91,525.00 854.00 S26.00 879.00 $26.00 S22,204.00 398.00 $28.00 411,00 $28.00 S11.144.00 254-00 S72.00 247.00 S72.00 518,2 88-00 1.00 55,000.00 1.00 S5,000.00 55.000.00 785.00 $6,00 850.00 56.00 S4,710.00 1100 590.00 11,00 S90.00 S990.00 7,679.00 S1,50 7,929.00 S1.50 S11,518.50 ,534.00 $3.75 1,808.00 S3,75 $5,752 50 59.00 $1 Loo 60.00 $11.00 $649.00 165.00 $2200 165.00 $2200 S3,630.00 21.00 528.00 21.00 $28,00 S588.00 22.00 S475.00 20,00 S475.00 S10,450.00 16.00 S550,00 21,00 $550.00 S8,800.00 6.00 S425.00 6.00 S425.00 S2,550.00 5.00 S600.0o 5.00 S600.00 S3,000 00 1,00 S14,500.00 1.00 S14.500.00 S14,500.00 1,00 564,500A0 1.00 $64,500.00 S64,so0.0o 1.00 S68,000.00 1.00 S168,000. 00 568;000.00 41100 $20,00 48.00 S20.00 $960.00 10,00 S120.00 34.00 S120.00 S1.200,00 200 S1,000.00 200 S1,000.00 5200( 00 ,451.00 513.00 4,744,00 S13.00 $18,863,00 23,00 S75.00 0.00 575.00 S1,725.00 743.00 SK00 1 1.590.90 $59.00 S43,837,00 Revised Estimated Cost S2,500.00 S42, 000.00 $24,675.00 S48,825.00 S6,000.00 S0.00 S0.00 S5,151.00 S21,360 00 $3,240.00 S21,000.00 S7,000 00 S16.500.00 $7,600.00 S2061.50 S24, 940. 00 $183,79275 S52,664.50 S22,854.00 $11,508.00 S17,784, 00 $11,893.50 S6,780.00 S660.00 $3,630.00 $58a 00 $9,500.00 S11,550.00 S2, 550.00 $3,000.00 $14,500.00 S64, 500, 00 S68, 000.00 S960.00 S4.080.00 $2,000.00 S61,672. 00 S0, 00 S93,86310 Change $0 00 $0 00 $0.00 $0.00 $0 00 $0.00 $0 00 ($14,760.00) ($3,750.00) $0.00 $0.00 ($3,250.00) $0.00 $0.00 $0 00 $0 00 $0 00 $0 00 $0 00 $1,720 00 $121,677.75 ($38,860.50) $650.00 $364.00 ($504,00) $Q 00 $390.00 $0.00 $375.00 $1,027.50 $11.00 $0.00 $0.00 ($950.00) $2,750.00 $0.00 $0.00 $Q 00 $0.00 $0.00 $0.00 $2,88aoo $0.00 $42,809.00 ($1,725.00) $50,026.10 A. 47 Concrete Island SY 73.00 S120.00 5TGO S120.00 Se, 76000 56,840.00 A. 48 Drop Inlet Adjusted to Grade EA 1,00 53,500.00 1.00 53,500.00 S3,500,00 S3,500,00 A. 49 Paving Fabric SY 1.451.00 S17.00 0.00 S17,00 S24,667,00 S0,00 A. 50 Raised Pavement Markers EA 33,00 S8.00 69.00 S8.00 S264.00 S552,00 A 51 System Local Controller TS2-Type 2, EA 200 S46,250.00 200 S46,25Q00 S92,500.00 S92,500.00 E-Net JBPhases A 52 P� met Switch, T100 Hardened (8- EA 2.00 $2,200.00 2.00 $2,200.00 S4,400.00 S4,400.00 A. 53 E-Net Cable fExterior Cat 5E) LF 241.00 S13.00 241.00 S1300 I S3, 133.00 S3133.00 A 54 Local Radio (E-Net 5.8) with Antenna EA 2.00 S1,800.00 2.00 $1,800.00 $3,600.00 S3,600.00 A 55 Local Repeater Radio with Antenna EA 1.00 S1,800.00 1.00 SING 00 51.800,00 51.800.00 A. 56 Battery Backup System EA 200 $18,500.00 1 2.00 $10,500.DO 537.000.00 S37,000.00 A 57 Traffic Signal Head, LED, (3 Section, EA 12.00 S2,00GOO 12.00 $2,000.00 S24,000.00 $24,000.00 i A. 58 Traffic Signal Head, LED, (4 Section, EA 2.00 $3,100,00 2.00 S3,100.00 S6,200-00 $6,200.00 1Wa) A 59 outdown Pedestrian Signal Head, Countdown EA 1 00 $1,500,00 zoo S1,500.00 $1,500.00 S3,000.00 LED A 60 Central Control Unit EA 2.00 S7,500.00 1.00 S7,500.00 $15.000.00 $7,500.00 A 61 Pole Mounted Assembly EA 2.00 S1,850.00 2.00 S1,850.00 53,7oaoo S3,700.00 A 62 Traffic Signal Cable (5C/14 A. W.G.) LF 899,00 S4.00 699.00 $4.00 S3.1596. 00 S3,596.00 A 63 Traffic Signal Cable 7C/14 A W G. LF 109.00 S4.50 109.00 S4.50 S490.50 $490.50 A 64 Traffic Signal Cable (20C/14 A W.G.) LF 662.00 S10.00 66ZOO S10.00 S6,620.00 $6,620,00 A 65 Electrical Conductors -in -Conduit LF 1,182.00 S5.00 1,182.00 $5.00 S5,910.00 $5,910.00 1 C/8 A W. a. E.G.C. A 66 Electrical Conductors -in -Conduit LF 330.00 S225 330.00 S2.25 $742.50 S74250 ]C/12AW.G E- C A. 67 Electrical Conductors -in -Conduit LF 516.00 $1&00 516.00 $16.00 S8,256.00 S8,256.00 qWG A 68 Electrical Conductors for Luminaires LF 985.00 S4.50 1 985.00 $4.50 $4,43250 S4.43250 A 69 Galvanized Steel Conduit (2") LF 28000 585.00 28.00 $85.00 52,380.00 S2.380.00 A. 70 Non -Metallic Conduit 2") LF 529.00 S52.00 529,00 S52.00 S27,50a 00 S27,508.00 A 71 Non -Metallic Conduit(3") LF 607.00 S62,00 607.00 $6200 S37,634.00 S37.634,00 A 72 Concrete Pull Box e 2 EA 1.00 S1,300.00 1.00 S1.300.00 51,300,00 S1.300.00 A. 73 Concrete Pull Box (Type 1 HD) E.A 200 52,10GOO 2.00 $2.100.00 S4,200.00 S4,200.00 A 74 Concrete Pull Box e 2 HD EA 1200. $2,400.00 12.00 S2,400.00 S28.800.00 S28,800.00 A 75 Traffic Signal Mast Arm and Pale with EA 1 GO 535.000.00 1.00 S35,000.00 S35,000.00 $35,000 00 Foundation 20' A. 76 Traffic Signal Mast Arm and Pole wth EA 1 00 S40,000.00 1.00 $40, DOG 00 S40,000.00 S40,00000 Foundation 22' A 77 Traffic Signal Mast Arm and Pole With EA 3,00 $42,000.00 3,00 S42, DOG. 00 $126,000.00 $126,000.00 Foundation 241 A. 78 Traffic Signal Mast Arm and Pole with EA 1.00 $48,000.00 1.00 S48,000.00 $48,000.00 S48,000.00 Foundation 32' A 79 LED Luminaire Assembly EA 5.00 S1.600.DO 6.00 $1,600.00 $9.600.00 $9.600.00 A BO Traunfficc Signal Pedestal Pole with EA 2.00 $7,000.01) 20o $7,000,00 $14,000.00 $14,000 00 Foo A 81 Service Point Assembly (2 Circuits) EA 2.00 $7.000.00 zoo $7,000.00 $14,000.00 $14.000 00 A 82 18" Street Name Sin EA 4.00 51 400.00 4.00 St 400.00 S5,600,00 $5,600.00 A 83 Video Detector CLR) EA 12.00 $6,20000 1200. S6,20OX0 S74,400.00 S74.400.00 A 84 Video Cable LF 1,645.00 S14.00 1,645,00 S14.00 $23.030.00 $23,030.00 A. 85 Video Monitor CLR EA 2.00 $2.800.00 200 S2,800.00 S5.600.00 55,600.00 A 86 V iiiddero Processor, Edge Card (1 EA 12.00 $7,000.00 1200 $7,000.00 $84,000.00 $84,000.00 A 87 Edge Connect Card for EA 400 S7,400.00 4.00 $7,400.00 $29,600.00 $29,600, 00 Communications A. 88 Vehide Detector Rack 32 Channel EA 2.00 56 10D.OD 200 S6.100.00 $12 200.00 $12.200.00 Sumikon of Cast I $1,680,7Si.00 51,809,332,85 Net Coat for this Change Orderl $128.581.85 Estimated Project Coat Time Change Estimated Project Cost Original Contrad Start Date February 1, 2022 iOriginal Contract Time (calendar days) 240 Original Contract Amount 11,660,751.00 This Change Order $128,581.85 Additional Calendar Days granted by this Change Order 0 New Contract Amount $1,809,332.85 New Contract Time (calendar days) 240 Suspended Time 0 INew Construction Comoletion Dale Selotember 29. 2022 THIS AGREEMENT IS SUBJECT TO ALL ORIGINAL CONTRACT PROVISIONS ANDPREvIOUS CHANGE ORDERS ISSUED FOR REASONS INDICATED ABOVE t „ Project Manager 7/13/2022 Engineer: Garver FrVneeds Title Date ACCEPTED BY CONTRACTOR �. Sr Project Manager / / 1 4 / 2 2 4 Cwdra 5i a if Title Dale APPROVER BY OWNER Mayor 7/18/22 Cwner not Title Date U ($1,920.00) $OX0 ($24,667.00) $288XO $0.00 $0.00 $0.00 $0.00 KOO $0.00 $0.00 $0.00 $1,500,00 ($7,500.00) $0,00 $0,00 $0,00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00