HomeMy WebLinkAbout102-98 RESOLUTIONT w n
fp O
00
CO
m c c S
3 M
S. a 7 f
ID 0
m
3.E
3 0 1 m
co110.4V
W A
W
7
A
:paiio3 PeIlPe3
ate i ioi
2. Lump Sum, Trench or Safety Excavation System
A
O
O
O
O
1: Lump Sum, Elevated Water Storage Tank
- 0
n r
a O 0
o,..
N
'ON SNV1d
1J
1
N
0)
CO
PLANS DATED: FEBRUARY 1998
ioz -9&
EXHIBIT A
SVSNVNHV `3111A3113AVd
311In3113AVd AO AJJO
GULLEY ROAD ELEVATED WATER STORAGE TANK
WATER SYSTEM IMPROVEMENTS
TABULATION OF BIDS RECEIVED JUNE 18, 1998
f
July 14, 1998
Ms. Woodruff,
Ordinarily, we affix dates to the Contract Documents prior to
delivering them to the Owner for signature. This is for the
convenience of the Owner, and our peace of mind being assured
that all places requiring dates are dated.
We have learned that in the case of the City of Fayetteville,
the City Clerk (or at least, the previous City Clerk) generally
prefers to date the documents when the Mayor and Clerk sign.
Therefore, we have not dated anything within these documents.
There is one page in each document requiring signatures by the
Mayor and City Clerk, and it tagged with a "SIGN HERE" tag.
There are eleven places to be dated in each document; each
place has a plain yellow tag.
The reason we have not dated the bonds and powers -of -attorney
is that we need all documents to have the same date, not knowing
when the contract will be signed.
Therefore, we need for you to date each of these documents in
the designated places when you and Mayor Hanna sign them.
Thank you.
If questions, call Charles Nickle or Sharon Collins at
McGoodwin, Williams and Yates, Inc. 443-3404.
MA -
Sharon Collins
•
I
r
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
BID
Water System Improvements
Phase II - Highway 45 East Area
CONTRACT SECTION III
GULLEY ROAD ELEVATED WATER STORAGE TANK
For the City of
Fayetteville, Arkansas
Plans No. Fy-268
Dated February, 1998
City of Fayetteville
Purchasing Office, City Hall
113 West Mountain Street
Fayetteville, Arkansas 72701
To Mayor Hanna and the City Council:
1. The undersigned Bidder proposes and 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 Contract Price
and within the Contract Time indicated in this Bid and in accordance with the other terms
and conditions of the Contract Documents.
2. Bidder accepts all of the terms and conditions of the Advertisement or 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 sixty days after the day of Bid
opening. Bidder will sign and submit the Contract Agreement with the Bonds and other
documents required by the bidding requirements within fifteen days after the date of
Owner's Notice of Award.
3. In submitting this Bid, Bidder represents, as more fully set forth in the Contract Agreement,
that:
a) Bidder has examined copies of all the Bidding Documents and of the following
addenda (receipt of which is hereby acknowledged)
Date Number
t
G//7/Fr 7.—
and
and such addenda are attached to the Bid.
5-1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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 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
(except Underground Facilities) which have been identified in the Supplementary
Conditions as provided in paragraph 4.21 of the General Conditions. Bidder
accepts the determination set forth in paragraph SC -4.2 of the Supplementary
Conditions of the extent of the "technical data contained in such reports and
drawings upon which Bidder is entitled to rely as provided in paragraph 4.2 of the
General Conditions. 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 Bidding
Documents with respect to Underground Facilities at or contiguous to the site.
Bidder has obtained and carefully studied (or assumes responsibility for having
done so) all such additional or 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 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.
Bidder does not consider that any additional examinations, investigations,
explorations, tests, studies or data are necessary for the determination of this Bid
for performance and furnishing of the Work in accordance with the times, price and
other terms and conditions of the Contract Documents.
e) 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.
f) 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.
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, and 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
h) 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
g)
5-2
•
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 corporation to refrain
from bidding; and Bidder has not sought by collusion to obtain for itself any
advantage over any other Bidder or over Owner.
4. The following documents are attached to and made a condition of this Bid. Required Bid
Security in the form of bid bond for
S� o,t e...., -r- 6,o ($ SZ of•Axis. riot)
5. The Bidder will complete the Work for the following unit and lump sum prices:
Item Estimated Total
No. Quantity Description of Item and Unit or Lump Sum Price Bid Amount
1. Lump Sum Elevated Water Storage Tank, including
sitework, access road, design (both tank and
foundation), testing, sandblasting, painting,
installation of piping and valves, disinfection,
cleanup and seeding, and all other work,
complete in place
htha 4Luono .£Iasory Ste, Tht&J,.ia dollars $ 98L/ oo 0.
DollarAmountw?itten in Words" (In Fiourel
2. Lump Sum Trench or Safety Excavation System, as required
by Act 291 of the 1993 Arkansas General Assembly
Paco_ hc....'on..so dollars
Sao.
W
TOTAL BID $ 9.13 ‘/
5. (continued)
The contract, if awarded, will be based on the Lowest bid accepted by the City of
Fayetteville, Arkansas.
Unit prices have been computed in accordance with paragraph 11.9.2 of the General
Conditions.
Bidder acknowledges that quantities are not guaranteed and final payment will be based
on actual quantities determined as provided in the Contract Documents.
Amounts are to be shown in both words and figures. In case of discrepancy, the amount
shown in words, unless obviously incorrect, will govern.
5-3
The above unit and lump sum prices shall include all labor, materials, bailing, shoring,
removal, overhead, profit, insurance, etc., to cover the finished work of the several kinds
called for.
The Bidder understands that the Owner reserves the right to reject any or all bids and to
waive any informalities in the bidding
6. The Bidder agrees that the Work will be substantially complete within 330 calendar days
after the date when the Contract Times commence to run as provided in paragraph 2.3
of the General Conditions, and completed and ready for final payment in accordance with
paragraph 1413 of the General Conditions within 360 calendar days after the date when
the Contract Times commence to run.
Bidder accepts the provisions of the Contract Agreement as to liquidated damages in the
event of failure to complete the Work within the times specified in the Agreement.
7. Communications concerning this Bid shall be addressed to the address of Bidder indicated
below.
8. Terms used in this Bid which are defined in the General Conditions or Instructions will
have the meanings indicated in the General Conditions or Instructions.
Submitted this 18th day of June
Attest
,(Seal, if bid i
_Barry
by corporation.)
L7-Geswein, Secretary
Arkansas:License No. 0028840499
5-4
19 98
Respectfully submitted,
Caldwell Tanks, Inc.
(Firm Name)
By
Title Jerry W.
Crowe, Regional Sr. es Manager
4000 Tower Road
Louisville, KY 40219
(Business Address & Zip Code)
•
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, that CALDWELL TANKS, INC., Louisville,
Kentucky, a Kentucky Corporation, has constituted and appointed, and does constitute and appoint the
persons named below as its true and lawful Attorneys -in -Fact, to execute proposals for the sale of
materials or the construction of work, to make contracts for same, and execute Surety Bonds to be used in
connection therewith:
JOHN R. BICKEL
JERRY W. CROWE
CONRAD R. SPANGLER, III
This appointment is made in accordance with Article V, Section 1 of the By -Laws of the
Corporation as amended January 16, 1986, and still in full force and effect.
IN WITNESS WHEREOF, CALDWELL TANKS, INC. has caused these presents to be
signed by its President, and its corporate seal to be thereunto affixed and duly attested by its Secretary
this 24th day of November, 1992.
ATTEST: CALDWELL TA S, INC.
(SEAL) - r- BY:—
Bern- . . Fineman
STATE OF KENTUCKY ) President
��" .) SS:
COUNTY OF JEFFERSON )
On this 24th day of November, 1992, before me personally appeared Bernard S.
Fineman, President of CALDWELL TANKS, INC., who being duly sworn, said he resides in the state of
Kentucky; that he is President of CALDWELL TANKS, INC., the Corporation described in and which
executed the foregoing instrument; that he knows the Corporate seal; that it was so affixed by order of the
Board of Directors of said Corporation; and that he signed his name thereto as Presiden of said
Corporation by like authority. .7
-
.c
(SEAL)
STATE OF KENTUCKY )
) SS:
COUNTY OF JEFFERSON )
Bonita Elaine : nderson - -
Notary Public, State at Large
MY COMMISSION EXPIRES 7-29-98
I, Barry L. Geswein, Secretary of CALDWELL TANKS, INC. do hereby certify that the
above and foregoing is a true and correct copy of the Power of Attorney executed by
CALDWELL TANKS, INC., which is still in full force and effect.
^ AIN WITNESS WHEREOF, I have signed this certificate at Louisville, Kentucky, this
day of June 1998.
tf,y "'".2r7,1. a.
(SEAL) .a ' . BY:
CT -228
a
Ov"
18th
Barry L. Geswein, Secretary
Caldwell Tanks, Inc.
1
1
1
1
1
1
1
1
11
1
I.
1
1
•
INFORMATION REQUIRED OF BIDDER
LIST OF SUBCONTRACTORS:
The Bidder shall list below the name and the location of the place of business of each
subcontractor who will perform work or labor or render service to the prime contractor in or about
the construction of the work or improvement, or a subcontractor licensed by the state who, under
subcontract to the prime contractor, specially fabricates and installs a portion of the work or
improvement according to detailed drawings contained in the Plans and Specifications, in an
amount in excess of one-half of one percent of the prime contractor's total Bid. The Bidder shall
also list below the portion of the work which will be done by each subcontractor under this
Contract. Failure to comply with this requirement will render the Bid nonresponsive and may
cause its rejection.
Work to be Performed
t.Fout.0)*rip tr.>
S,TA 1•4010,1. 14 -Ai e-
a
2. At✓T/.da
3.
4.
5.
Subcontractor Percent
License of Total
Number Contract
oc'z 7970372 30
9
6.
7.
Note: Attach additional sheets if required.
5-5
Subcontractor's Name & Address
�J eaar A. swanis.a, •rc
no CWT Poio 4n.
bion t ✓ere.L , 4a.. 7 270.3
reane-T/✓2 L.4444.c) C amnia* c.)
/S S< <.,urr,-p Redsr
A44KA.+O/l2j Alt 72.02.
•
BID BOND LIBERTY
BOND SERVICES
Bond Number: 244078
KNOW ALL MEN BY THESE PRESENTS, that we
PITT -DES MOINES, INC
175 TownPark Drive, Suite 240, Kennesaw, GA 30144
, as Principal (the 'Principal'), and LIBERTY MUTUAL INSURANCE COMPANY, a mutual company duly organized under the
laws of the Commonwealth of Massachusetts, as Surety (the 'Surety), are held and firmly bound unto
City of Fayetteville, Arkansas
, as Obligee (the 'Obligee", in the penal sum of
FIVE PERCENT MAXIMUM AMOUNT BID Dollars($ 5% M.A.B. )
for the payment of which sum well and truly to be made, the Principal and the Surety, bind ourselves, our heirs, executors,
administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS the Principal has submitted a bid for
Contract III
Gulley Road Elevated Water Storage Tank
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal within the period specified therein, or, if no period be
specified, within sixty (60) days after opening, and the Principal shall enter iMo a contract with the Obligee in accordance with
the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents, or in the event
of the failure of the Principal to enter into such contract and give such bond or bonds, if the Principal shall pay to the Obligee
the difference in money not to exceed the penal sum hereof between the amount specified in said bid and such larger amount
for which the Obligee 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; in no event shall the liability hereunder exceed the penal sum
hereof.
Signed and sealed this 18th day of June 19 98
WITNESS OR ATTEST:
LBS -5000
•
PITT -DES MOINES, INC.
Principal
k M. Marlatt
u
y.
Sure
rney-In-Fact
MUTUAL INSURANCE COM
• eel,
Attorney -in -Fact
(Seal)
NY - (Seal)
. -a
1 4:,,
Donald O.sNarn — ^= c
!.•tnt
an
8/94 Rev.
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, That PITT -DES MOINES, INC., Neville Island, Pittsburgh, Pennsylvania
15225, a Pennsylvania Corporation (the "Company"), has constituted and appointed, and does constitute and
appoint
JACK M. MARLATT
its true and lawful Attorney -In -Fact, to execute contracts and proposals for the sale of materials or the construction
of work by the Company, and to execute bid, maintenance, performance and payment bonds concerning obligations
of the Company where such bonds are to be used in connection therewith.
This appointment is made in accordance with the authority of the Board of Directors who duly adopted the following
resolution at a duly constituted meeting which resolution is still in full force and effect:
"All proposals, commercial contracts, bonds, certificates, affidavits, and all other documents incident to the
business of this Company shall be valid when signed by the Chief Executive Officer of the Company, the Chairman
of the Board of Directors, the Chairman Emeritus of the Board of Directors, the Vice Chairman, the President, a
Vice President, a Group or Division President, an Executive Vice President, a Group or Division Executive Vice
President, the Secretary, Treasurer, Controller or an Assistant Secretary or other duly authorized representative or
agent of the Company and when sealed with the seal of the Company, and if signed within the limits of his sphere
of responsibility.
All proposals and contracts for the sale of materials or the construction of work by the Company, and bid,
maintenance, performance and payment bonds conceming obligations of the Company used in connection
therewith, shall be valid when executed by an Attorney -In -Fact."
IN WITNESS WHEREOF, PITT -DES MOINES, INC. has caused these presents to be signed by its
President, and its corporate seal to be thereunto affixed and duly attested by its Secretary this 5th day of January,
1998.
ATT
(SEAL
COMMONWEALTH OF PENNSYLVANIA
SS:
COUNTY OF ALLEGHENY
PITT -DES MOINES, INC.
By:
President
On this 5th day of January, 1998, before me personally appeared Wm.W. McKee, President of PITT -DES
MOINES, INC., who being duly sworn, said that he is President of PITT -DES MOINES, INC., the Corporation
described in and which executed the foregoing instrument; that he knows the Corporate seal; that it was so affixed
by order of the Board of Directors of said Corporation, and that he signed his name thereto as President of said
Corporation by like authority.
(SEAL)
COMMONWEALTH OF PENNSYLVANIA )
) SS:
COUNTY OF ALLEGHENY
11-1AAA MAA.41,14 GA4.e
Notary Public
Notarial Seal
Ann Martin Criss, Notary Public
Neville Twp., Allegheny County
My Commission Expires Aug. 12, 2000
Member. Pennsylvania Association of Notaries
I, Thomas R. Lloyd, Secretary of PITT -DES MOINES, INC. do hereby certify that the above and foregoing
is a true and correct copy of the Power of Attorney executed by PITT -DES MOINES, INC., which is still in full force
and effect.
IN WITNESS WHEREOF, I have signed this rtificate at Pittsburgh Pennsylvania this 18th day of
June 1998.
(SEAL)
Secretary
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND.
244078
This Power of Attorney limits the act of those named herein, and .they have no authority to bind the Company except in the
manner and to the extent herein stated.
LIBERTY MUTUAL INSURANCE COMPANY
BOSTON, MASSACHUSETTS
POWER OF ATTORNEY
KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"), a Massachusetts
mutual insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name,
constitute and appoint, DONALD O. NASON, JACK MARLATT, PATRICIA A. HAZLIN, LARRY W. HUDMAN, ALL OF
THE CITY OF ATLANTA, STATE OF GEORGIA
, each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its
behalf as surety and as its act and deed, any and all bid bonds on behalf ofPitt-DesMooiinees, Inc., Company
the bid bond does not exceed TWO HUNDRED
sFIFTY aid TFIO8SANDSOLtAR (5250,00011tll RLAT , PATRICIA-A. HAZLIN, LARRY W. HUDMANhe Company affixed thereto by the
individually.
And the execution of said bid bonds, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the
president and attested by the secretary of the Company in their own proper persons.
That this power is made and executed pursuant to and by authority of the following By-law and Authorization:
ARTICLE XVI - Execution of Contracts: Section 5. Surety Bonds and Undertakings.
Any officer or other official of the company authorized for that purpose in writing by the chairman or the president, and subject to such
limlations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the
company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds recognizances and other surety
obl gations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the
company by their signature and execution of any such instruments and to attach thereto the seal of the company. When so executed such
instruments shall be as binding as if signed by the president and attested by the secretary.
By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys -in -fact:
Pursuant to Article XVI, Section 5 of the By-laws, Assistant Secretary Garnet W. Elliott is hereby authorized to appoint such attomeys-in-fact
as may be necessary to act in behalf of the company to make, execute, seal, acknowledge and deliver as surety any and all undertakings,
bonds, recognizances and other surety obligations.
That the By-law and the Authorization above set forth are true copies thereof and are now in full force and effect.
IN WITNESS WHEREOF, this instrument has been subscribed by its authorized officer and the corporate seal of the said Liberty Mutual Insurance
Company has been affixed Jheretoin Plymouth Meeting, Pennsylvania this 20th day of November 19 96 .
By
g 011-- u%Jac t6
LIBERTY MUTUAL INSURANCE COMPANY
Gamet W. Elliott, Assistant Secretary
COMMONWEALTH OF PENNSYLVANIA
COUNTY OF MONTGOMERY
On this 20th y'ef
me to be the therei§r1 inJJ
ged that he execute
seal and his signa
SS.
November
A.D. 19 96 before me, a Notary Public, personally came the individual, known to
and officer of Liberty Mutual Insurance Company who executed the preceding instrument, and he acknowled-
e seal affixed to the said preceding instrument is the corporate seal of said company; and that said corporate
as duly affixed andsubscribed to the said instrument by authority and direction of the said company.
IN TESTIMOIVY ' ERF,QF I h� un . setyhand-and affix my official seal at Plymouth Meeting, PA, the day and year first above written.
NOTARIAL SEAL - /qq
Guy or P= SHIELDS. Wary Pak'/ o w:A ,, j y
OC mThs6JoelSor so. 2 19 Notary
Pub✓I(AL f
My Comonssron Fapi2s Fob 2 t999 Notary Public •
CERTIFICA E
I, the undersigned,P,t 1Et: ecretary of Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the
foregoing is a full, true and correct copy, is in full force and effect on the date of his certificate; and I do further certify that the officer who executed the
said power of attorney was one of the officers specially authorized by the chairman or the president to appoint any attorney-in-fact as provided in Article
XVI, Section 5 of the By-laws of Liberty Mutual Insurance Company.
This certificate may be signed by facsimile under and by authority of the following vote of the board of directors of Liberty Mutual Insurance
Company at a meeting duly called and held on the 12th day of March, 1980.
VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company 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 seal of the said company, this 18th day of
co
co
N
N
N
c
a
a
c
c
eo
c
—o
vN
yW
E
O • a.
Q M
Oe
. a
3c
w
W O
.1 0
O c
«w
ra �3
> a
a(1
. +N�
E
"E CO
0
O
O ,
-_June 19 98 •
THIS POWER OF ATTORNEY MAY NOT BE USED TO EXECUTE ANY BOND WITH AN INCEPT
etretary
AFTER November 20 79 98
c
TCL
0
r
BCL
4
Oc22DI,,0Flo
TANK DIAMETER = 64'-00
NET CAPACITY = 750,000 GAL
le it
DRYWELL 4'0 5
42 PART FLUTE /
42'-00 ON CL �",
SPECIFICATION
AVWA 0100 AND ENGR
`L e;lo• AkaDa_
Atit.,04 ul,.rL e- /°OMph
4-10x14 6O 2 S
6?•tvulq Sastre- Z5p f'
L OF EDN' sy V /0 k% Y 1Z 14 04- UTL.
EL=/54/5:
750M HP / 7¢,25BCL-
FOR
gfyEr/Ev/c[.6
PITT—DES MOINES, INC.
ENGINEERS - FABRICATORS - CONTRACTORS
PAGER V6Z2O�O/A
PAGE
DATE
BY NAC
2200A75 09/09/93
•
•
OP
Pitt -Des Moines, Inc.
LEJ kJ 001 kJ t•
TOWER FOUNAATION
ELEV. TOF. Js%1 7S/
2,4/71
N
In
kri
•
r.
R= 2
l / ,
2E533'
/Oco CU YDS 490a PSI CONCRETE
17200
012
LBS. A615 GR REINFORCING
LVO.O PSF NET SOIL BRG. W/ WIND LOAD cf /066% site -eat
R1 /76_.9Bs CO SPCD P
R2 de .5-5 CONT
R3 /1kr A2k47/D E0 SPCD
R4 //OT .G�60 /D CUNT
R5 /76e0 ..4/54 EO SPCD W/ 9D• HOOK (1E) (HALF EA. FACE>
R6 / 2 "`SS CONT (HALF EA. FACE)
SG-�SMiG
NOTE. A CONSTRUCTION JOINT MAY BE USED IF PROPERLY KEYED AND DOWELED.
ANCHOR BOLTS PROVIDED BY PDM, AND INSTALLED BY FOUNDATION BUILDER.
/4_ /Z ANCHOR BOLTS
,Derrett 57 / soo ta.%r•/ , 4/o a -o r/ P.r OtVPi.d2 .3 .sig./ a /rr49!(v
,delet ,l••,o�our- C/ ✓.e..e it; i Fe, . L.L,^ P,24oT Pl,o-,i! , 50c a,
J, geL �i✓�� y - 4..( `n aI `rec. o. 4- /0,v9 Gr car a
W
SUBJECT. ..73.-C•47/5°77.4. .4. ZS.. 'SCG
LOCATION.'are treINZGF,40C„
PREPARED BY.,/i4...
DATE. p/g/q,
CHECKED BY. DATE.
JUN 08 '98 10:32
CONTR. NO..
FILE No. LZei/C/{./
PAGE NO. 4 0
513 254 9511 PAGE. 003
THE AMERICAN INSTITUTE OF ARCHITECTS •
AIA Document A310
Bid Bond
KNOW ALL MEN BY THESE PRESENTS, that we Caldwell Tanks, Inc.
(Here insert lull name and address or legal title of Contractor)
4000 Tower Road, Louisville, KY 40219
as Principal, hereinafter called the Principal, and Great American Insurance Company
(Here insert full name and address or legal title of Surety)
580 Walnut Street, Cincinnati, OH 45202
a corporation duly organized under the laws of the State of Ohio
as Surety, hereinafter called the Surety, are held and firmly bound unto
City of Fayetteville, Alt (Here insert lull name and address or legal title of Owned
as Obligee, hereinafter called the Obligee, in the sum of Five Percent of the Bid Amount --
Dollars ($5% Bid Amt ),
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind
ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by
these presents.
WHEREAS, the Principal has submitted a bid for
(Here insert full name, address and description o1 project)
Contract Section III: Gulley Road Elevated Storage Tank
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract
with the Obligee 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 the Principal to enter
such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty
hereof between the amount specified in said bid and such larger amount for which the Obligee 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 hill force and effect.
y
` 7 1
Signed and sealed this
18th
day of June
•
Charles F.,RTripp le) PAttoni In -Fact
-
Arkansas -.Resident Agent
AIA DOCUMENT A710 • BID BOND • AIA ® • FEBRUARY 1970 ED • THE AMERICAN
INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D. C. 20006
6i7 Printed on Recycled Paper 9/93
1
10. •
GUM ANERICAN INSURANCE COMPANY •
580 WALNUT STREET • CINCINNATI, OHIO 45202 • 513-369-5000 • FAX 513-723-2740
The number of persons authorized by
this power of attorney is not more than No. 0
ONE • POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized
and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below
its true and lawful attorney-in-fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and all bonds,
undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any
such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below.
15811
Name Address
CHARLES F TRIPP
MAGNOLIA, ARKANSAS
Limit of Power
UNLIMITED
This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above.
IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by
its appropriate officers and its corporate seal hereunto affixed this 17th day of August , 19 95
Attest
GREAT AMERICAN INSURANCE COMPANY
CA -_
tel
:ci,.
Nr, iE
STATE OF OHIO, COUNTY OF HAMILTON — ss:
On this 17th day of August, 1995 5 before me personally appeared GARY T. DUNBAR, to me
known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the President of the Bond Division of Great American
Insurance Company, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority
of his office under the By -Laws of said Company, and that he signed his name thereto by like authority.
MAUREEN DOUGHERTY
tS; a zy ?Ws, St:19 d ONa
$Py ContniLN:on Ent -:t Jury. t2, 2001
47(
This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American
Insurance Company by unanimous written consent dated March 1, 1993.
RESOLVED: That the Division President, the several Division Vice Presidents and Assistant Vice Presidents, or any one of them, be
and hereby is authorized, from time to time, to appoint one ormore Attorneys -In -Fact to execute on behalf of the Company, as surety, any and all
bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; to prescribe their respective duties and the
respective limits of their authority; and to revoke any such appointment at any time.
RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant
Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond,
undertaking, contract or suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by
the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the
same force and effect as though manually affixed.
CERTIFICATION
I, RONALD C. HAYES, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of
Attorney and the Resolutions of the Board of Directors.of March,: 1993 have not been revoked and are now in full force and effect.
Signed and sealed this
S1029P (4/93)
day of?
c!r.
• � r -
••••.,
:or:
f�
\fe•r
t.+,:✓«cr Si . . .
•
Instructions
to Bidders
STATEMENT OF BIDDER'S QUALIFICATIONS
All questions must be answered and the data given must be clear and comprehensive.
This statement must be notarized. If necessary, questions may be answered on
separate attached sheets. The Bidder may submit any additional information he desires.
1) Name of Bidder. Caldwell Tanks, Inc.
2) Permanent main office address. 4000 Tower Road, Louisville, KY 40219
3) When organized. 1887,
4) If a corporation, where incorporated. state of Kentucky
5) How many years have you been engaged in the contracting business under your
present firm or trade name? 29 years (previously named W. E. Caldwell Co.)
6) Contracts on hand. (Schedule these, showing amount of each contract and the
appropriate anticipated dates of completion.)
See attached
7) General character of work performed by your company.
See attached
8) Have you ever failed to complete any work awarded to you?
No
9) Have you ever defaulted on a contract? If so, where and why?
No
10) List the more important projects recently completed by your company, stating the
approximate cost for each, and the month and year completed.
See attached
11) List your major equipment available for this contract.
See attached
12) Experience in construction similar in size to this project, along with project owners
and engineers.
See attached
13) Background and experience of the principal members of your organization,
including the officers.
See attached
14) Credit available: $ See Bank Reference
15) Give bank reference: See attached
16) Will you, upon request, fill out a detailed financial statement and furnish any other
information that may be required by the Owner? Yes
Dated at
Louisville, Kentucky
of June 19 98
2-2
•
this 18th day
1
1
1
1
1
1
t
0
1
1
1
1
1
1
1
Name of Organization:
State of Kentucky
Instructions
to Bidders
Caldwell Tanks, Inc.
By `L 2-
471:-
•
:r.,
Titre Jer y W. Crowe, Regional -Sales Manager
-
County of Jefferson
Jerry W. Crowe
)
that he (sore) isthe Regional Sales Manager
being duly sworn deposes and says
Caldwell Tanks, Inc.
of
oin
• Contractor(s), and that
answers to the foregoing g questions and all statements therein contained are true and
correct.
Subscribed and sworn before me this 18th day of June
19 98
My commission expires
(Seal)
j %�
Notary Public
Carolyn Harrison, State At large, KY
September 25, 1999
•
TANK BUILDERS SINCE 1887
STATEMENT OF BIDDER'S QUALIFICATIONS
6. Contracts On Hand:
Approximately 90 contracts are presently being worked with a work -on -hand value of
$29,000,000.00. The capacity of tanks in progress range from 50,000 gallon to 2,500,000
gallon. This is a normal backlog well within our range of financial resources and fabrication and
erection capabilities. If more specific information is required, we will be happy to furnish.
7. General Character Of Work Performed by Your Company:
We design, fabricate, and erect elevated and ground steel storage tanks.
10. More Important Contracts Completed:
(See Attached)
11. Major Equipment Available For This Contract:
We own and maintain all permanent plant and field equipment necessary to manufacture and erect
elevated and ground steel storage tanks.
12. Statement of Experience of Similar Work:
(See Attached)
13. Principal Members and Work Experience:
Bernard S. Fineman
David L. Dues
Ronnie L. Marple
Charles W. Beeler
15. Bank Reference:
President/Treasurer
Vice President
Vice President
Vice President
National City Bank
Attn: Ms. Laura Cromer
P. 0. Box 36000
Louisville, Kentucky 40233
(502) 581-4457
12 years
27 years Sales
30 years Construction
22 years Engineering
Manufacturing
4000 Tower Road, Louisville, KY 40219 / P.O. Box 35770, Louisville, KY 40232 / (502) 964-3361 / FAX (502) 966-8732
CAPACITY
542M CET
149.5' HWL
2500M Fluted Column
185' HWL
2000M Elevated
111'-0" HWL
1200M Fluted Column
126.5' OF
1000M Fluted Column
135' HWL
TANK BUILDERS SINCE 1887
IMPORTANT CONTRACTS
RE: Bidder's Quahfication Statement
LOCATION/OWNER
Thamesford, Ontario
Canada
Caddo -Bossier Port Commission
Shreveport, Louisiana
Montgomery County Board
of Commissioners
Dayton, Ohio
Harford County
Dept. of Procurement
Bel Air, Maryland
Tinker Air Force Base
Tinker, Oklahoma
1000M Fluted Column Municipal Utilities Bldg
91.5' HWL Denison, Iowa
2000M Standpipe
51'7" x 128'
Dir. Utilities & Engrg
Columbia, South Carolina
1000M Fluted Column City of Hattiesburg
170.5' OF Hattiesburg, Mississippi
1200M Chilled Toyota Powertrain Fac.
Water Tank Georgetown, Kentucky
60' Dia. x 60' HWL
ENGINEER
R. J. Burnside & Associates Ltd.
Stratford, Ontario
(519) 271-5111
Balar Associates, Inc.
Shreveport, LA
(318) 221-8312
Woolpert Consultants
Dayton, OH
(513) 461-5660
Dept. of Procurement
Bel Air, MD
(301) 838-6000
US Army Corps of Engrs.
Tulsa, OK
(918) 581-7321
Howard R. Green Co.
Des Moines, IA
(515) 278-2913
Johnson, Knowles, Burgin
& Kouknight
Irmo, SC
(803) 732-0860
Shows & Dearman
Hattiesburg, MS
(601) 544-1821
Walbridge-Aldinger
Livonia, MI
100M Elevated Walt Disney World Co. Bechtel International Corporation
120' OF Lake Buena Vista, Florida Disney MGM Studio Tour Project
Lake Buena Vista, FL
(305) 827-8717
4000 Tower Road, Louisville, KY 40219 / P.O. Box 35770, Louisville, KY 40232 / (502) 964-3361 / FAX (502) 966-8732
DATE
COMPLETED
10/96
$409,305.00
9/96
$2,650,800.00
5/94
$1,407,600.00
2/93
$1,416,000.00
9/94
$692,000.00
8/92
$686,000.00
3/92
$512,400.00
2/92
$1,059,800.00
3/90
$336,700.00
4/87
$234,500.00
CAPACITY
2500M Fl Col
185' HWL
1200M F1 Col
126.5' OF
1000M Fl Col
103' HWL
1000M FI Col
140' HWL
1000M FI Col
135' HWL
1000M Fl Col
91.5' HWL
1000M FI Col
170.5' OF
750M Fl Col
130.5' HWL
750M Fl Col
93' OF
750M Fl Col
154.33' OF
TANK BUILDERS SINCE 1887
SIMILAR PROJECTS
RE• Fayetteville, Arkansas
LOCATION/OWNER
Caddo -Bossier Port Commission
Shreveport, Louisiana
Harford Co. Dept. of
Procurement
Bel Air, Maryland
City of Glasgow
Glasgow, Kentucky
Louisville Water Company
Louisville, Kentucky
Tinker Air Force Base
Tinker, Oklahoma
Municipal Utilities Bldg
Denison, Iowa
City of Hattiesburg
Hattiesburg, Mississippi
Medina County Commissioners
Medina, Ohio
Town of Halfmoon
Halfmoon, New York
Board of Co. Commissioners
Indian River County
Vero Beach, Florida
ENGINEER
Balar Associates, Inc.
Shreveport, LA
(318) 221-8312
Department of Procurement
Bel Air, MD
(301) 838-6000
Sverdrup Civil, Inc.
Nashville, TN
(615) 331-9232
(Owner)
Gregory Heitzman
(502) 569-3600
US Army Corps of Engineers
Tulsa, OK
(918) 581-7321
Howard R. Green Co.
Des Moines, IA
(515) 278-2913
Shows & Dearman
Hattiesburg, MS
(601) 544-1821
Medina County San. Engrs.
Medina, 011
(216) 723-9585
Clough, Harbour & Assoc.
Albany, NY
(518) 453-4500
Sippel, Masteller, Lorenz &
Hoover, Inc.
Sebastian, FL
(305) 589-4800
DATE
COMPLETED
9/96
$2,650,800.00
2/93
$1,416,000.00
11/97
$712,000.00
2/95
$728,300.00
9/94
$692,000.00
12/92
$686,000.00
2/92
$1,059,800.00
9/95
$788,100.00
11/92
$613,500.00
6/85
$747,700.00
1
4000 Tower Road, Louisville, KY 40219 / P.O. Box 35770, Louisville, KY 40232 / (502) 964-3361 / FAX (502) 966-8732