Loading...
HomeMy WebLinkAbout222-21 RESOLUTIONOF FPYp TTf v T 0 F1- 4RKPNSPS 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 222-21 File Number: 2021-0635 BID #21-60 CALDWELL TANKS, INC.: A RESOLUTION TO AWARD BID #21-60 AND AUTHORIZE A CONTRACT WITH CALDWELL TANKS, INC. IN THE AMOUNT OF $2,325,000.00 FOR THE CONSTRUCTION OF A NEW ELEVATED WATER STORAGE TANK ON TOWNSHIP STREET AND DEMOLITION OF THE EXISTING TANK, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $232,500.00, AND TO APPROVE A BUDGET ADJUSTMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #21-60 and authorizes Mayor Jordan to sign a contract with Caldwell Tanks, Inc., a copy of which is attached to this Resolution, in the amount of $2,325,000.00 for the construction of a new elevated water storage tank and associated site improvements on Township Street and demolition of the existing tank, and further approves a project contingency in the amount of $232,500.00. 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 9/7/2021 Page 1 Printed on 9/&21 Resolution. 222-21 File Number.' 2021-0635 Attest: RK i ��\,.• GIT Y o.,--1 'y .G Kara Paxton. City Clerk Treasuier: FAYEl?EV/LL •�± :��ysy •'Qkgyc PS • . ;i OrON QOA%Y-" Page 2 Printed on 918121 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 Text File File Number: 2021-0635 Agenda Date: 9/7/2021 Version: 1 Status: Passed In Control: City Council Meetinq File Type: Resolution Agenda Number: A.11 BID #21-60 CALDWELL TANKS, INC.: A RESOLUTION TO AWARD BID #21-60 AND AUTHORIZE A CONTRACT WITH CALDWELL TANKS, INC. IN THE AMOUNT OF $2,325,000.00 FOR THE CONSTRUCTION OF A NEW ELEVATED WATER STORAGE TANK ON TOWNSHIP STREET AND DEMOLITION OF THE EXISTING TANK, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $232,500.00, AND TO APPROVE A BUDGET ADJUSTMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #21-60 and authorizes Mayor Jordan to sign a contract with Caldwell Tanks, Inc., a copy of which is attached to this Resolution, in the amount of $2,325,000.00 for the construction of a new elevated water storage tank and associated site improvements on Township Street and demolition of the existing tank, and further approves a project contingency in the amount of $232,500.00. 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 91812021 Tim Nyander Submitted By City of Fayetteville Staff Review Form 2021-0635 Legistar File ID 9/7/2021 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 8/16/2021 WATER SEWER (720) Submitted Date Division / Department Action Recommendation: Staff recommends awarding Bid #21-60 and approving a contract with Caldwell Tanks, Inc. in the amount of $2,325,000.00 for construction of a new elevated water storage tank, associated site improvements, and demolition of the existing tank. Staff also recommends approval of a contingency in the amount of $232,500.00, and approval of a budget adjustment. Budget Impact: 5400.720.5600-5808.00 Water and Sewer Account Number Fund 12009.2101 Water System Rehabilitation and Replacement 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 $ 7,485,004.00 $ 6,493,464.62 $ 991,539.38 $ 2,557,500.00 $ 2,557,500.00 $ 991,539.38 V20210527 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Original Contract Number: Comments: Approval Date: CITY OF FAYETTEVILLE ARKANSAS MEETING OF SEPTEMBER 7, 2021 TO: Mayor and City Council THRU: Susan Norton, Chief of Staff Tim Nyander, Utilities Director Water & Sewer Committee FROM: Corey Granderson, Utilities Engineer DATE: August 16, 2021 CITY COUNCIL MEMO SUBJECT: Bid #21-60, Caldwell Tanks, Inc. — Construction Contract for Township Pressure Plane Improvements Phase 1 Township Tank RECOMMENDATION: Staff recommends awarding Bid #21-60 and approving a contract with Caldwell Tanks, Inc. in the amount of $2,325,000.00 for construction of a new elevated water storage tank, associated site improvements, and demolition of the existing tank. Staff also recommends approval of a contingency in the amount of $232,500.00, and approval of a budget adjustment. BACKGROUND: On July 14th, 2021 the City of Fayetteville accepted sealed competitive bids for the Township Pressure Plane Improvements project. Caldwell Tanks, Inc. submitted the lowest bid. All bids are shown here: Caldwell Tanks, Inc. $2,325,000.00 Landmark Structures $2,581,000.00 Phoenix Fabricators & Erectors, Inc. $2,612,000.00 DISCUSSION: This project will remove the aging and undersized water tank (75,000 gal) serving the Township Pressure Plane and will construct a new larger water storage tank (250,000 gal) to meet fire flow and domestic demands. These improvements were recommended in the City's Water Master Plan by Olsson, Inc. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 BUDGET/STAFF IMPACT: This project is eligible for utilization of impact fee funds. Funds will be moved from the Water Impact Fee Improvements account to the Water System Rehabilitation/Replacement account to cover the costs of this project. Attachments: Project Vicinity Map Certified Bid Tab, Bid #21-60 Agreement Olsson Recommendation Submittal Budget Adjustment Township Tank Vicinity Map Not to Scale CITY OF FAYETT■VILLE ARKAMSA3 BID TABULATION Bid 21-60, Construction - Township Tank Improvements Deadline: Wednesday, July 14, 2021 at 2:00 PM Certification of Funds: $2,500,000.00 Total Allowed: $3,125,000.00 Caldwell Tanks, Inc. Landmark Structures Phoenix Fabricators and Erectors LLC $ 2,325,000.00 $ 2,581,000.00 $ 2,612,000.00 Total cost Estimated Uuitot Unit Total Unit Total Unit Total N Items quantity Measurement Price Cost Price Cos, Price Cost !IO-1 Mobilization-Shallnot exce d5%.fto Ib,d 1 Lump Sum $ 120,00000 $ 120,00000 $ 120,000.00 $ 120,000.00 $ 65,000.00 $ 65,000.00 NO-2 Bonds and Insurance 1 Lump Sum $ II,SOO.00I$ 11,500.00 $ 35,000.00 $ 35,000.00 $ 40,000.00 $ 40,000.00 p0-3 250,000 Gallon Elevated Composite Tank, complete in place 1 Lump Sum $ 2,052,9so G0L 2,o52,950.00 $ 1,268,000.00 $ 2,268,000.00 $ 2,31],000.00 $ 2,31],000.00 M-4 Existing Township Tank Demolition 1 Lump Sum $ 55,300.00 $ 55,300.00 S 25,GoDuo $ 25,000.00 $ 60,.G0.00 $ 60,000.00 110-5 Township TankSi[e New Ashphalt Driveways, complete in place 2750 Square Yard $ 25.00 $ 68,150.00 $ 45.00 $ 123,]50.00 $ 42.00 $ 115,500.00 p0-6 Property Owner Concessions/Requests, complete in place 1 Lump Sum $ 12,000.00 $ 12,000.00 $ 3,500,00 $ 3,500,00 $ 1,000.00 _$ I,occow M-1 Sediment and Erosion Controls 1 Lump Sum $ 3,000.00 $ 3,000.00 $ 5"00.$ 5,000.00 $ 30,000.00 $ 10,000.00 00-8 Trench and Exravation Safety Systems, as required by Act 291 of the 1993 Arkansas General Assembly 1 Lump$um $ 1,500.00 $ 1,500.00 60.0000 $ 750.0G $ 1 $ 3,500.00 $ 3'soo.00 "NOTICE: Bid award is contingent upon vendor meeting minimum specifications and formal authorization by City officials. CI Ty OF FAYETTEVILLE ARKAKSAS Bid 21-60, Construction - Township Tank Improvements Project Overview Project Details Project Name Bid 21-60, Construction - Township Tank Improvements Project Owner Amanda Beilfuss Project Type ITB Department Purchasing Certification of Funds $2,500,000.00 25% Allowance $625,000.00 Total Allowance $3,125,000.00 The City of Fayetteville, AR is accepting sealed bids from properly licensed professionals for improvements to Township Tank, which is part of the City's Township Pressure Plane Improvements Project. The Work under this Contract includes, but is not limited to, the construction of a new 250,000-gallon elevated composite water storage tank, 12-inch DIP Project Description water lines, sitework including grading, existing asphalt pavement removal and replacement, placement of new asphalt pavement, removal of trees and stumps, seeding, fencing, testing and disinfection. Work also includes demolition/dismantling and disposal of existing 75,000 water spheroid tank and all items as set out in the Contract Documents. All questions during the bidding process shall be addressed to Andrea Foren, City Purchasing Manager. Open Date Jun 20, 2021 12:00 AM CDT Close Date Jul 14, 2021 2:00 PM CDT CITY OF FAYETTEVILLE ARKARSAS Highest Scoring Supplier Score Caldwell Tanks, Inc. 100 pts Seal status Requested Information Unsealed on Unsealed by Bid Bond Jul 14, 2021 2:02 PM CDT Amanda Beilfuss Required Signature Forms Jul 14, 2021 2:02 PM CDT Amanda Beilfuss AR Secretary of State Filing # Jul 14, 2021 2:02 PM CDT Amanda Beilfuss Arkansas Contractor's License Jul 14, 2021 2:02 PM CDT Amanda Beilfuss Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or Jul 14, 2021 2:02 PM CDT Amanda Beilfuss while in contract, with any public entity as defined in §25- 1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. Bid 21-60, Bid Table (BT-46DR) Jul 14, 2021 2:02 PM CDT Amanda Beilfuss CI Ty OF FAYETTEVILLE ARKANBAB Conflict of Interest # Declaration of Conflict of Interest You have been chosen as a Committee member for this Evaluation. Please read the following information on conflict of interest to see if you have any problem or potential problem in serving on this committee. ## Code of Conduct All information related to submissions received from Suppliers or Service Providers must be kept confidential by Committee members. ## Conflict of Interest No member of a Committee shall participate in the evaluation if that Committee member or any member of his or her immediate family: * has direct or indirect financial interest in the award of the contract to any proponent; * is currently employed by, or is a consultant to or under contract to a proponent; * is negotiating or has an arrangement concerning future employment or contracting with any proponent; or, * has an ownership interest in, or is an officer or director of, any proponent. Please sign below acknowledging that you have received and read this information. If you have a conflict or potential conflict, please indicate your conflict on this acknowledgment form with information regarding the conflict. I have read and understood the provisions related to the conflict of interest when serving on the Evaluation Committee. If any such conflict of interest arises during the Committee's review of this project, I will immediately report it to the Purchasing Director. Name Date Signed Has a Conflict of Interest? Amanda Beilfuss Jul 14, 2021 2:03 PM CDT No CITY OF FAYETTEVILLE ARKARSAS Questions and Answers No messages CITY OF FAYETTEVILLE ARKARSAS Public Notices Addendum 1 issued to Bid 21-60, Construction — Township Tank Improvements Andrea Foren, Jun 28, 2021 3:57 PM CDT Addendum 1 has been issued to Bid 21-60, Construction — Township Tank Improvements and is available in the public files as "Bid 21-60, File 03 - Addendum 1, 06.28.21". Please direct all questions to Andrea Foren at aforen@fayetteville-ar.gov. To access this addendum visit http://fayetteville-ar.gov/bids. - Project Public Files changed Addendum 2 issued to Bid 21-60, Construction — Township Tank Improvements Andrea Foren, Jul 12, 2021 3:38 PM CDT Addendum 2 has been issued to Bid 21-60, Construction — Township Tank Improvements and is available in the public files as "Bid 21-60, File 04 - Addendum 2". Please direct all questions to Andrea Foren at aforen@fayetteville-ar.gov. To access this addendum visit http://fayetteville- ar.gov/bids. - Project Public Files changed CITY OP .� FAYETTEVILLE ANRANtAt Submissions Supplier Landmark Structures Caldwell Tanks, Inc. Date Submitted Jul 14, 2021 1:21 PM CDT Jul 14, 2021 1:05 PM CDT Name Email Team Landmark I estimating@teamlandmark.com Eric Monske I emonske@caldwelltanks.com Confirmation Code MTUyNDA5 MTUyNDA2 Phoenix Fabricators and Jul 14, 2021 1:31 PM Joe Castellanos joe.castellanos@phoenixtank.com MTUyNDEx Erectors, LLC CDT CITY OP .� FAYETTEVILLE ANRANtAt Project Criteria Criteria I Points I Description Total Lump Sum Bid Price 1 100 pts I Total Lump Sum Bid Within Certified Funds Pass/Fail I Total base bid must be within 125% of certified funds. Total 100 pts CITY OP .'S FAYETTEVILLE ANRANtAt Scoring Summary Active Submissions Total Total Lump Sum Bid Price Supplier I / 100 pts / 100 pts Caldwell Tanks, Inc. 100 pts 100 pts ($2,325,000.00) Landmark Structures 90.08 pts 90.08 pts ($2,581,000.00) Phoenix Fabricators and Erectors, 89.01 pts 89.01 pts ($2,612,000.00) LLC Within Certified Funds Pass/Fail Pass Pass Pass CITY Op .N FAYETTEVILLE ANRANtAt Proposal Score Comments Landmark Structures - Scoring Comments Total Lump Sum Bid Price - Reviewer Scores Reviewer Score Reason Comments Amanda Beilfuss 90.08 pts ($2,581,000.00) - Within total allowed amount Within Certified Funds - Reviewer Scores Reviewer Amanda Beilfuss Reason Meets the requirement(s) Comments Within certified amount CITY OP .'S FAYETTEVILLE ANRANtAt Caldwell Tanks, Inc. - Scoring Comments Total Lump Sum Bid Price - Reviewer Scores Reviewer Score Amanda Beilfuss 100 pts ($2,325,000.00) Within Certified Funds - Reviewer Scores Reason Comments Within certified amount. Reviewer Score Reason Amanda Beilfuss Pass Meets the requirement(s) Comments Within certified amount CITY Op .'S FAYETTEVILLE ANRANtAt Phoenix Fabricators and Erectors, LLC - Scoring Comments Total Lump Sum Bid Price - Reviewer Scores Reviewer Score Reason Comments Amanda Beilfuss 89.01 pts ($2,612,000.00) Within total allowed amount Within Certified Funds - Reviewer Scores Reviewer Score Reason Comments Amanda Beilfuss I Pass I Meets the requirement(s) I Within total allowed amount CITY OF FAYETTEVILLE ARKARSAS Signatures Name Amanda Beilfuss (Project Owner) Amanda Beilfuss (Evaluator) Andrea Foren (Evaluator) Signatures Digitally signed by Amanda Amanda Beilfuss Beilfuss Date: 2021.07.15 10:15:45-05'00' Digitally signed by Amanda Amanda Beilfuss Beilfuss Andrea Foren Date: 2021.07.15 10:16:02-05'00' Digitally signed by Andrea Foren Date: 2021.08.09 14:45:01-05'00' Water - Energy - Industrial August 9, 2021 City of Fayetteville, Arkansas Attn: Mr. Cory Granderson, P.E. 113 West Mountain Street Fayetteville, AR 72701 RE: City of Fayetteville, Arkansas 250,000 Gallon Composite Tank Phase 1 — Township Tank Improvements C.T.I. E-9098 Dear Mr. Granderson: Enclosed you will find one (1) copy of the contract documents for the above referenced project for your review. • Contract Agreement, • Corporation Resolution • Performance and Payment Bonds with Power of Attorney, • Certificates of Insurance. We would appreciate your forwarding an executed copy of the Contract Documents to my attention at your earliest convenience. For your information, Dave Francis, Director of Project Management will be the Project Manager who will coordinate all aspects of this project. We trust the contract documentation is in order, however, if you should have any questions or need any additional information, please feel free to contact me. Sincerely, em� Carolyn Renck Contract Administrator Enclosures: As stated 4000 Tower Road Louisville, KY 40219 P: 502-964-3361 F: 502-966-8732 018-0032 SECTION 00 52 00 — AGREEMENT AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: TOWNSHIP PRESSURE PLANE — PHASE 1-TOWNSHIP TANK IMPROVEMENTS Contract No.: 21-60 , Construction THIS AGREEMENT is dated as of the `7 day of 5f.Q` in the year 24-L by and between The City of Fayetteville, Arkansas and Caldwell Tanks, inc. (hereinafter called Contractor). ARTICLE 1 - WORK 1.1 Contractor shall complete all Work as specified or indicated in the Contract Documents. The work under this Agreement includes, but is not limited to: Construction of a new 250,000-gallon elevated composite water storage tank, installation of 12-inch DIP water lines, sitework including grading, existing asphalt pavement removal and replacement, placement of new asphalt pavement, removal of trees and stumps, seeding, fencing, testing and disinfection. Work also includes demolition/dismantling and disposal of existing 75,000 waterspheroid tank and all items as set out in the Contract Documents. 1.2 The Contractor agrees to perform the work described in the Contract Documents and comply with the terms therein for the amounts shown in the Bid Proposal. Refer to Section 00 41 43- Bid Form for quantities. 1.3 Any use of a third -party dumpster or roll off container shall be procured from the City of Fayetteville Recycling and Trash Collection Division. Use of a Non -City dumpster or roll off container is not allowed. 1.4 Contractor is responsible for obtaining all applicable permits. The fees for City of Fayetteville (only) issued permits shall be waived. 1.5 The Contract may include work in City of Fayetteville right-of-way, ARDOT (State) right-of-way, railroad right-of-way and in General or Utility Easements. AGREEMENT 00 52 00 - 1 018-0032 ARTICLE 2 - ENGINEER 2.1 The Contract Documents have been prepared by Olsson (Engineer) for the City of Fayetteville. The Engineer assumes all duties and responsibilities, and has the rights and authority assigned to Engineer in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3 - CONTRACT TIME 3.1 TIME OF THE ESSENCE A. All time limits for milestone, if any, Substantial Completion and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 3.2 DATES FOR COMPLETION AND FINAL PAYMENT A. The Work shall be substantially completed within 510 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS, and final completion and ready for final payment within 540 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS. 3.3 LIQUIDATED DAMAGES A. Owner and Contractor recognize that time is of the essence of this Agreement and that The City of Fayetteville will suffer financial loss if the Work is not completed within the time specified above, plus any extensions thereof allowed in accordance with the GENERAL CONDITIONS. The parties also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by The City of Fayetteville if the Work is not Substantially Completed on time. Accordingly, instead of requiring any such proof, The City of Fayetteville and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay The City of Fayetteville Five Hundred Dollars ($500.00) for each calendar day that expires after the time specified above in Paragraph 3.2 for Substantial Completion until the Work is Substantially Complete. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the time specified in Paragraph 3.2 for completion and readiness for 2 - 00 52 00 AGREEMENT 018-0032 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 4.1 The CITY OF FAYETTEVILLE agrees to pay, and the CONTRACTOR agrees to accept, as full and final compensation for all work done underthis agreement, the amount based on the unit prices bid in the Proposal (BID FORM) which is hereto attached, for the actual amount accomplished under each pay item, said payments to be made in lawful money of the United States at the time and in the manner set forth in the Specifications. 4.2 As provided in the Contract estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in the General Conditions. Unit prices have been computed as provided in the Contract Documents. 4.3 Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. 1. Further, there shall be no changes to the scope and/or contract documents without prior written approval of the Engineer of Record and the City's designated Professional Engineer. ARTICLE 5 - PAYMENT PROCEDURES 5.1 SUBMITTAL AND PROCESSING OF PAYMENTS A. Contractor shall submit Applications for Payment in accordance with the GENERAL CONDITIONS. Applications for Payment will be processed by Engineer as provided in the GENERAL CONDITIONS. 5.2 PROGRESS PAYMENTS, RETAINAGE A. The City of Fayetteville shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Engineer, on or about the AGREEMENT 00 52 00 - 3 018-0032 15th day of each month during construction. All such payments will be measured by the schedule of values established in the GENERAL CONDITIONS (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements. 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS. a. 95% of Work Completed (with the balance being retainage). If Work has been 50% completed as determined by Engineer, and if the character and progress of the Work have been satisfactory to The City of Fayetteville and Engineer, The City of Fayetteville on recommendation of Engineer, may determine that as long as the character and progress of the Work subsequently remain satisfactory to them, there will be no additional retainage on account of Work subsequently completed, in which case the remaining progress payments prior to Substantial Completion will be an amount equal to 100% of the Work Completed less the aggregate of payments previously made; and b. 100% of Equipment and Materials not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to The City of Fayetteville as provided in the GENERAL CONDITIONS, B. Upon final completion and acceptance of the Work in accordance with the GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder of the Contract Price as recommended by Engineer and as provided in the GENERAL CONDITIONS. ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS 6.1 In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the following representations: 4 - 00 52 00 AGREEMENT 018-0032 A. Contractor has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. B. Contractor has visited the Site(s) and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Contractor has carefully studied all: 1. Reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and 2. Reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Contractor acknowledges that The City of Fayetteville and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the Site. E. Contractor has obtained and carefully studied (or assumes responsibility of having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, and furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. F. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performing and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. AGREEMENT 00 52 00 - 5 018-0032 G. Contractor is aware of the general nature of work to be performed by The City of Fayetteville and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 7 - CONTRACT DOCUMENTS 7.1 CONTENTS A. The Contract Documents which comprise the entire Agreement between The City of Fayetteville and Contractor concerning the Work consist of the following and may only be amended, modified, or supplemented as provided in this Agreement and in the GENERAL CONDITIONS: 1. This Agreement. 2. Exhibits to this Agreement (enumerated as follows): a. Notice to Proceed. b. Contractor's Bid. C. Documentation submitted by Contractor prior to Notice of Award. 3. Performance, Payment, and other Bonds. a. The Performance and Payment Bond shall be one hundred percent (100%). 4. General Conditions. 5. Supplementary Conditions. 6 - 00 52 00 AGREEMENT 018-0032 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 (Drawings), with each sheet bearing the following general title: Township Pressure Plane Improvements. 8. Addenda numbers to,inclusive. 9. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to the GENERAL CONDITIONS, ARTICLE 8 - MISCELLANEOUS FilloommiIt i AR A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the meanings stated in the GENERAL CONDITIONS. 8.2 ASSIGNMENT OF CONTRACT A. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by Law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.3 SUCCESSORS AND ASSIGNS A. The City of Fayetteville and Contractor each binds himself, his partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal AGREEMENT 00 52 00 - 7 018-0032 representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 8.4 SEVERABILITY A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon The City of Fayetteville and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 8.5 FREEDOM OF INFORMATION ACT A. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the Contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. 8.6 LIENS A. No liens against this construction project are allowed. Arkansas law (A.C.A. §§18-44-501 through 508) prohibits the filing of any mechanics of materialmen's liens in relation to this public construction project. Arkansas law requires, and the Contractor promises to provide a bond in a sum equal to the amount of this contract. Any subcontractor or materials supplier may bring an action for non-payment or laboror 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. 8 - 00 52 00 AGREEMENT 018-0032 IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement and copies have been provided to the Contractor and the City of Fayetteville. All portions of the Contract Documents have been signed, initialed, or identified by The City of Fayetteville and Contractor. This Agreement will be effective on 5egE46�L - 20�, which is the Effective Date of the Agreement. illllf///' CONTRACTOR: CALDWELL VMS,-INC.� � CITY OF FAYETTEVILLE APO GpR,t�� Z :CI= By: Kevin J. Gallagher = SEAL (Type or legi print)-� �.,/SVIL0- ;.�`�� (Si n u Title: Vice President Contractor shall attach evidence of authority to sign. Title: Mayor If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Contractor's signature and execution of Agreement. Further if Contractor is a corporation, corporate entity or LLC, Contractor shall also attach a copy of the Contractor's Articles of Incorporation and a copy from the Arkansas State Secretary of State to document that the corporation, corporate entity or LLC is in current "Good Standing" with the State of Arkansas and such entity is permitted to perform work in the State of Arkansas. AGREEMENT 00 52 00 - 9 018-0032 (SEAL) Attest Attest avid E. Bartley, Secretary Address forgiving notices 4000 Tower Road Louisville, KY 40219 License No. 0028940412 Agent for Service of process Cogency Global, Inc. 1215 Twin Lakes Drive Little Rock, AR 72205 (Type or legibly print) (Signature) (SEAL) �P FAYETTEVILLE ;c �;KANSP;' Address for giving notices 113 W. Mountain St. Fayetteville. AR 72701 Contractor shall attach evidence of authority of Agent for Service process to sign. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Agent for Service process authority to sign. 10 - 00 52 00 AGREEMENT (If Contractor is a corporation, corporate entity Approved as to Form: or LLC, attach evidence of authority to sign.) By: Attorney For: END OF SECTION 00 52 00 018-0032 AGREEMENT 00 52 00 - 11 018-0032 THIS PAGE LEFT BLANK INTENTIONALLY 12 - 00 52 00 AGREEMENT CALDW�LL Since 1887 Water - Energy - Industrial CORPORATE RESOLUTION BE IT RESOLVED by the Board of Directors of Caldwell Tanks, Inc., in a meeting duly assembled that Kevin J. Gallagher, Vice President of the Corporation, be, and he is hereby authorized, empowered, and directed for and on behalf of the Corporation to negotiate for and sign any and all bid proposals and/or contract which this Corporation might enter into for the furnishing of services for Corporation under such terms, conditions, and stipulations, and for such consideration as he might deem to the best interest of the Corporation. * * * * * * is * * * * * * 1, David E. Bartley, Secretary of Caldwell Tanks, Inc., do hereby certify that the above and foregoing is a true and correct copy of a Resolution adopted at a meeting of the Board of Directors of said Corporation held on the 7"i day of January 2014, at which meeting a quorum was present and voted and that said Resolution is still in full force and effect. WITNESS MY SIGNATURE this 9" day of August, 2021, at Louisville, N/ E. Bartley,' > L TA.&, i ,ORPORgTe •'•: Z SEAL : ,- am 4000 Tower Road Louisville, KY40219 P:502-964-3361 F:502-966-8732 018-0032 SECTION 00 6113 — PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: that Caldwell Tanks, Inc. 4000 Tower Road Louisville, KY 40219 as Principal, hereinafter called Contractor, and Great American Insurance Company 301 East Fourth Street Cincinnati, OH 45202 as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 as Obligee, hereinafter called Owner, in the amount of $2,325,000.00 for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written Agreement dated 20. entered into a contract with Owner for TOWNSHIP PRESSURE PLANE — PHASE 1-TOWNSHIP TANK IMPROVEMENTS which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Owner having performed Owner's obligations, thereunder, the Surety may promptly remedy the default, or shall promptly: A. Complete the Contract in accordance with its terms and conditions, or B. Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible bidder, or, if the Owner elects, upon determination by the Owner and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available as Work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth PERFORMANCE BOND 0061 13 — 1 018-0032 in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by Owner to Contractor. Any suit under this Bond must be instituted before the expiration of two years from the date on which final payment under the Contract falls due. No right of action shall accrue on this Bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, administrators, or successors of the Owner. Signed and sealed this day of CONTRACTOR Caldwell Tanks, Inc. (Type or legibly print) By: Kevin J. Gallagher, Vice President SURETY Great American Insurance Company (Type or legibly print) 20_. ```4QRAQF ATE SEAL) `. Sl TA Q GpRPORgT .••:2 :0 SEAL COUNTERSIGNED: Resident Agent State of Arkansas Great American Insurance Company (Type or legibly print) y Joshua D. Tripp, Attorney -in -Fact (Type or legibly print) Mx� ©, Li (Signature) 2 - 00 61 13 PERFORMANCE BOND ATTORNEY -IN -FACT (Type or legibly print) (Signature) (This Bond shall be accompanied with Attorney-in-Fact's authority from Surety) END OF SECTION 00 6113 (CORPORATE SEAL) Approved as to Form: (Type or legibly print) (Signature) Attorney for (Type or legibly print) 018-0032 PERFORMANCE BOND 0061 13 - 3 018-0032 SECTION 00 6114—PAYMENT BOND This Bond is issued simultaneously with Performance Bond in favor of Owner conditioned on the full and faithful performance of the Contract. KNOW ALL MEN BY THESE PRESENTS: that Caldwell Tanks, Inc. 4000 Tower Road KY 40219 as Principal, hereinafter called Contractor, and Great American Insurance Comoanv 301 East Fourth Street Cincinnati, OH 45202 as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the amount of 52,325,000.00 , for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written Agreement dated 20_, entered into a contract with Owner for TOWNSHIP PRESSURE PLANE — PHASE 1-TOWNSHIP TANK IMPROVEMENTS which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: A. A claimant is defined as one having a direct contract with the Contractor or with a Subcontractor of the Contractor for labor, material, or both, used or reasonably required for use in the performance of the Contract, labor and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service, or rental of equipment directly applicable to the Contract. B. The above named Contractor and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of 90 days afterthe date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this Bond forthe use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly PAYMENT BOND 0061 14 —1 018-0032 due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit. C. No suitor action shall be commenced hereunder by any claimant: 1. Unless claimant other than one having a direct contract with Principal, shall have given written notice to any two of the following: the Contractor, the Owner, or the Surety within 90 days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim Is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to Contractor, Owner or Surety, at any place where an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid Project is located, save that such service need not be made by a public officer. 2. After the expiration of one year following the date on which Contractor ceased Work on the Contract, it being understood, however, that if any limitation embodied in this Bond is prohibited by any Law controlling the construction hereof, such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such Law. 3. Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the Project, or any part thereof, is situated, or in the United States District Court for the district in which the Project, or any part thereof, is situated, and not elsewhere. D. The amount of this Bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this Bond. Signed and sealed this day of CONTRACTOR Caldwell Tanks, Inc. (Type or legibly print) ````rNnuUgq (CO91RA�j�tiR9kIAT�. Z S0— SEAL 0 = � G�SViLi.� 2 - 00 61 14 PAYMENT BOND SURETY Great American Insurance Company (Type or legibly print) ATTORNEY -IN -FACT ie f V. S k-C&d of shall be accompanied with Fact's authority from Surety) END OF SECTION 00 6114 018-0032 COUNTERSIGNED: Resident Agent State of Arkansas Great American Insurance Company (Type or legibly print) By Joshua D. Tripp, Attorney -in -Fact (Type or legibly print)) 34 (Signature) (CORPORATE SEAL) Approved as to Form: (Type or legibly print) (Signature) Attorney for (Type or legibly print) PAYMENT BOND 0061 14 — 3 GREAT AMERICAN INSURANCE COMPANY® Administrative Office: 301 E 4TH 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 FIVE No.O 21502 POWER OFATTORNEY 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, each individually if more than one is named, its true and lawful attorney -in -fact, for it and in its name, place and stead to execute on 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. Name PHILIP D. ANDERTON BRIAN CRAWFORD NED BOOKER CHERIE BREWER JOHN MARK STRADER Address ALL OF LOUISVILLE, KENTUCKY Limit of Power ALL $100,000,000 This Power ofAttomey revokes all previous powers issued on behalf of the attomey(s)-in-fact named above. IN WITNESS WHEREOF the GREATAMERICAN INSURANCE COMPANY bas caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 1ST day of FEBRUARY 2021 Attest GREAT AMERICAN INS CE COMP Assismnt Sirnavry Diririaw( Senior Vice President STATE OF OHIO, COUNTY OF HAMILTON - ss: MAW VEM0 (877a77-2405) On this 1ST day of FEBRUARY 2021 , before me personally appeared MARK VICARIO, tome known, being duly mom, deposes and says that he resides in Cincinnati, Ohio, that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above insbumem; that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his time thereto by like authority. •. SUSAN A KOHORST ;.gym Notary Public State of Ohio q My Comm. Exores May 111, 2025 This Power ofAttomey is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated June 9, 2008. RESOLVED: That the Divisional President, the several Divisional Senior Vice Presidents, Divisional Vtce Presidents and Divaonal Assistant Vim Presidents, or any one of them, be and hereby is authorized, from time to time, to appoint one or more Aitomeys-in-Fact to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts ofsuretyri p, or other written obligations in the nature thereof,' to prescribe their respective duties and the respective limits oftheir 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 cerlficate of either given for the execution of airy bond, undertaking, contract ofsuretyship, 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 he valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION 1, STEPHEN C. BERAHA, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power ofAttomey and the Resolutions of the Board of Directors of Jane 9, 2008 have not been revoked and are now in full force and effect. Signed and sealed this day of 2021 AstisWnt Swxbry �. S IMMl (awls A� o® CERTIFICATE OF LIABILITY INSURANCE DA a/62D2�) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(e). PRODUCER CONTACT Sterling G Thompson-NiPHONE 545 S. Third St., Suite 300 FAX A/c No Eae 502-585-3277 A/c 1502-585-3306 noD Ess: info@?sterlingthompson.com Louisville KY 40202 INSURERS AFFORDING COVERAGE NAIC # INSURER A: The Travelers Indemnity Company 25658 INSURED CALDTAN-Ot INSURER B: Travelers Property Casualty Company of America 25674 Caldwell Group, LLC Caldwell Tanks Inc. INSURER C: The Charter Oak Fire Insurance Company 25615 INSURER D: ACE American Insurance Company 22667 4000 Tower Rd INSURER E: Undewrlters at Lloyds London 32727 Louisville KY 40219 INSURER F: Illinois Union Insurance Company 27 660 COVERAGES CERTIFICATE NUMBER: 185646751 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TR TYPE OF INSURANCE ADDL SUB POLICY NUMBER MMIDDY� MMDDJYYYY LIMITS A X�CO3NMERCIALGENEIUU_UVaKJTY V V VTC2KC0-3L210228-IN0.21 1/1/2021 1/12022 EACH OCCURRENCE $2.000,000 CLAIMS -MADE � OCCUR PREMISES Ea occurrence S300,000 X, MED EXP (Any one person) $10.000 & U PERSONAL &ADV INJURY $2,000,000 GENT AGGREGATE LIMIT APPLIES PER. GENERAL AGGREGATE $4,000,000 POLICY ff] PEd LOC PRODUCTS - COMP/OP AGG E4,000,000 s OTHER'. A AUTOMOBILE LIABILITY Y Y VTKCAP-3L2102164ND-21 Mai 1/12022 COMBINED SINGLE LIMIT Ea accident $ 1 000 000 BODILY INJURY (Per person) $ ANY AUTO X ALL OWNED SCHEDULED AUTOSAUTOS BODILY INJURY (Per accident) $ PROPERTYUTOS (Per DAMAGE $ AON-0WNED X HIRED N E B X UMBRELLA LIAR X OCCUR Y Y ZUP461498225-21-NF 1/1/2021 1/1i2022 EACH OCCURRENCE $ 10,000,000 AGGREGATE $10.000000 EXCESS LIAR CLAIMS -MADE DIED I X I RETENTIONS in box Per Project A $f0,000000 C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY IN UBSR605044-21-25-K 1/1/2021 1/1/2022 X I STATUTE ERH OFFICERNEMBEER EXCLUDED ANY ECVTIVE �N/A E.L. EACH ACCIDENT $1,000000 (Mandatory In Ni E.L. DISEASE - EA EMPLOYEE $1,000.000 If yes, describe under DESCRIPTION OF OPERATIONS below E. L. DISEASE -POLICY LIMIT $1,00.000 D Builders Risk 111183037001 Wadi 1/12022 See Remark#1 E Professional Liability IM21 PCALD000621 1/112021 1112022 See Remark#3 F Contractors Pollution G714762NO02 1/12021 1112022 See Remark 14 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD lot, Additional Remarks Schedule, maybe attached if more space Is required) Re: Caldwell Project # E9098 Fayetteville, AR 250M Gallon Composite Tank City of Fayetteville, AR, Olsson Associates, & their respective officers, directors, partners, employees, agents, consultants, & subcontractors are named an Additional tnsured on a blanket basis with respect to the General Liability, Auto Liability, & Excess/Umbrella Liability. The General Liability and Excess Liability, which follows form, includes blanket Contractual Liability and is subject to the same definitions, terms, and conditions set forth in the General Liability policy. The General Liability as referenced above includes coverage for Explosion, Collapse, & Underground (X,C,U). The General Liability definition of "Occurrence" is amended to include Subcontracted Work Property Damage. See Attached... CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Fayetteville, AR 113 W. Mountain Street Fayetteville AR 72701 AUTHORIZED REPRESENTATIVE U 1BBa-2014 ACORU CORPORA I ION. All rights reserved. ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: CALDTAN-01 ACC LOC #: ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED Sterling G Thompson Caldwell Group, LLC Caldwell Tanks Inc. 4000 Tower Rd POLICY NUMBER Louisville KY 40219 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 - FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE A Severability of Interest/Separation of Insured clause applies with respect to the General Liability and the Excess Liability which follows form. With respect to all claims the Insurance Coverage is written on a Primary and Non -Contributory basis, including those claims arising from both on -going & completed operations, in favor of the certificate holder with respect to the General Liability, Excess/Umbrella Liability, Auto Liability, & Builders' Risk Insurance A Waiver of Subrogation applies in favor of the Certificate Holder with respect to General Liability, Auto Liability, Excess Liability, Builders' Risk, & Workers' Compensation where applicable by law. A 30-day written notice of cancellation &/or material changes, or refusal of renewal will be provided to the Certificate Holder with respect to the respect to the General Liability, Excess/Umbrella Liability, Auto Liability, Builders' Risk, & Workers Compensation. ACORD 101 (2008101) © 2008 ACORD CORPORATION. All rights reserved The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: CALDTAN-01 LOC #: 0 JWHITEHOUSE AFRO ADDITIONAL REMARKS SCHEDULE Page 1 of 2 AGENCY Sterling G Thompson Company, LLC NAMED INSURED Caldwell Group, LLC Caldwell Tanks Inc. 4000 Tower Road Louisville, KY 40219 POLICY NUMBER SEE PAGE 1 CARRIER NAIL CODE SEE PAGE 1 SEE P 1 EFFECTIVE DATE: SEE PAGE 1 THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Description of Operations/Locations/Vehicles: A Severability of Interest/Separation of Insured clause applies with respect to the General Liability, the Excess Liability which follows form, Professional Liability, & Contractors' Pollution With respect to all claims the Insurance coverage is written on a Primary and Non-contributory basis, including those claims arising from both on -going & completed operations, in favor of the certificate holder with respect to the General Liability, Excess/Umbrella Liability, Auto Liability, Contractors Pollution Liability, Builders Risk, and Professional Liability. A Waiver of Subrogation applies in favor of the Certificate Holder with respect to General Liability, Auto Liability, Excess Liability, Contractors Pollution Liability, Builders Risk, and Workers' Compensation where applicable by law. A 30-day written notice of cancellation &/or material changes, or refusal of renewal will be provided to the Certificate Holder with respect to the respect to the General Liability, Excess/Umbrella Liability, Auto Liability, Contractors's Pollution, Builders Risk, Professional Liability, and Workers Compensation. Remarks REMARK #1... BUILDERS RISK CONTINUED: $10,000,000 - Construction Works (Job Sites) Per Occurrence, not to exceed: $10,000,000 -Any One Project $1,000,000 - In Transit $5,000,000- Hot Testing/Performance $1,000,000 - Soft Cost $10,000,000 - Flood Annual Aggregate (All Other Zones) $1,000,000 - Flood Annual Aggregate for Projects located in Zones B and SHX EXCLUDED - Flood in Zones A, AE or V $10,000,000 - Earthquake Annual Aggregate EXCLUDED - Earthquake in State of California $1,000,000 - Named Windstorm or Hail in Tier 1 Coastal Counties $1,000,000 - Named Windstorm or Hail in Tier 2 Coastal Counties DEDUCTIBLES (ALL PERILS): $25,000 per occurrence except $50,000 Flood - (All Other Zones) and $100,000 (Zones B and SHX) $60,000 for Earthquake 5% subject to $60,000 Minimum for Windstorm or Hail - Tier 1 Coastal Counties 3% subject to $50,000 Minimum for Windstorm or Hail - Tier 2 Coastal Counties $50,000 Testing VALUATION: Replacement Cost COVERAGE FORM: Special Form -Direct physical loss to property of every kind and description intended to become a permanent part of, or be consumed in, the construction, fabrication, assembly, installation, erection or alteration of the Insured Project. Perils Include but not limited to Theft, Fire, Explosion, Hail, Lightning, Vandalism, Malicious Mischief, Wind, Collapse, Riot, Aircraft, and Smoke REMARK #2...WORKERS COMPENSATION EXCESS WORKERS COMPENSATION (KY ONLY) COVERAGE: Policy #VTWXJUB-31-210204-21 Policy Term is 1/1/2021 to 1/1/2022 Carrier: Travelers Property & Casualty Co of America ACORD 101 (2008101) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: CALDTAN-01 LOC #: 0 JWHITEHOUSE AFRO ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY Sterling G Thompson Company, LLC NAMED INSURED Caldwell Group, LLC Caldwell Tanks Inc. 4000 Tower Road Louisville, KY 40219 POLICY NUMBER EE PAGE 1 CARRIER NAIC CODE SEE PAGE 1 SEE P 1 EFFECTIVE DATE: SEE PAGE 1 THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Workers Compensation(Coverage A): Statutory Limits Employers Liability (Coverage B): $500K/$SOOK/$500K SIR: $500,000 Remarks REMARK #3... PROFESSIONAL LIABILITY PROFESSIONAL LIABILITY -Policy Term: 1/1/2021 to 1/1/2022 Claims Made Form Design Build & Contractors Professional Liability Carrier: Underwriters at Lloyd's, London - Policy# B0621 PCALD000621 $2,000,000 Each Claim Limit $2,000,000 Policy Aggregate Limit Deductible: $75,000 Each Claim - Applies to Indemnity and Expense PROFESSIONAL LIABILITY EXCESS Policy Term: 1/1/2021 to 1/1/2022 Claims Made Form Design Build & Contractors Professional Liability Carrier: Underwriters at Lloyd's, London - Policy# B0621 PCALD000721 $3,000,000 Each Claim Limit $3,000,000 Policy Aggregate Limit Excess of Primary $2,000,000 Each and Every Claim REMARK #4...CONTRACTORS POLLUTION LIABILITY Carrier: Illinois Union Insurance Company (CHUBB) Policy#:G71476200002 Policy Term: 1/1/2021 to 1/1/2023 Occurrence Form LIMITS: $10,000,000 - Per Pollution Condition or Site Environmental Condition Limit of Liability $10,000,000 - Total Policy and Program Aggregate Limit of Liability for all Pollution Conditions and Site Environmental Conditions Self -Insured Retention: $250,000 - Per Pollution Condition or Site Environmental Condition CONTRACTORS' EQUIPMENT Carrier: Federal Insurance Company (Chubb) Policy # 6642343 Policy Term: 0110112021 to 01/01/2022 Occurrence Form Limits include Owned, Borrowed, Leased, or Rented Contractors' Equipment: $10,000,000 Any one occurrence, not to exceed: $1,000,000 Any one item, $ 250,000 Riggers Liability $10,000,000 Flood annual aggregate, $10,000,000 Earthquake annual aggregate- Excludes the state of California $25,000 per occurrence Deductible $50,000 Flood $50,000 Earthquake PERILS Include but not limited to Theft, Fire, Windstorm, Explosion, Hail, Lightning, Vandalism, Malicious Mischief, Wind, Collapse, Civil Commotion, Terrorism, Aircraft, and Smoke VAULATION: Replacement Cost ACORD 101 (2008101) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACORD® CERTIFICATE OF LIABILITY INSURANCE DA 8/6/20DIYYYY) /6/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsemer ls). PRODUCER Sterling G Thompson 545 S. Third St., Suite 300 Louisville KY 40202 CONTACT PHONE FAX / o Eall. 502-585-3277 A/c No:502-585-3306 ADDRESS: info sledin thorn son.com INSURERS AFFORDING COVERAGE NAICO INSURER A: The Travelers Indemnity Company 25658 INSURED CALDTAN-01 Caldwell Group, LLC Caldwell Tanks Inc. INSURER B: Travelers Property Casualty Company of America 25674 _ INSURER c: The Charter Oak Fire Insurance Company 25615 INSURER D: ACE American Insurance Company 22667 4000 Tower Rd Louisville KY 40219 INSURER E: Underwriters at Lloyds London 32727 INSURER F: Illinois Union Insurance Company 27960 COVERAGES CERTIFICATE NUMBER: 219397045 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF MMIDD/YYYY POLICY EXP MMIDD/YYYY LIMITS A X COMMERCIAL GENERAL LIABWTY Y V VTC2KCO-3L210228-IND-21 1/1/2021 1/12022 EACH OCCURRENCE $2.000.000 CLAIMS -MADE OCCUR DAMAGES(TO RENTED PREMISES Ea occurrence) 8300,000 X MED EXP (Any one person) $ 10.000 %. C. flu PERSONAL &ADV INJURY $2.000.000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $4,000,000 POLICYa JEa LOC PRODUCTS - COMP/OP AGO $4,000.000 S OTHER: A AUTOMOBILE LIABILITY Y V VTKCAP-31-210216-IND-21 1/1/2021 1/12022 COMBINED SINGLE LIMIT Ea a."ifol $ 1,000,000 BODILY INJURY (Per person) $ ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS X BODILY INJURY (Per accident) $ X PROPERTY l DAMAGE E HIRED AUTOS X AUOTOSWNED E B X UMBRELLA LIAR X OCCUR Y Y 2UP-16N98225-21-NF 111/2021 1/12D22 EACH OCCURRENCE E 10000,000 AGGREGATE $10,00g000 EXCESS LIAB CLAIMS -MADE DELI I X I RETENTION$ to Per ProjedA $10,000.000 C WORKERS COMPENSATION ANDEMPLOYERS'LIABILITY YIN UB-SR805044-21-25-K 111Q021 111QO22 PER OTH- X STATUTE ER E.L. EACH ACCIDENT $1,000,000 ANY PROPRIETORIPARTNEWEXECUTIVE OFFICERAIEMBER EXCLUDED NIA E.L. DISEASE - EA EMPLOYEE $1,000,000 (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L DISEASE -POLICY LIMIT E1000,000 D Builders Risk 1111 B3037001 1/12021 111QO22 See Remark dl E Professional Liability B0621PCALD00W21 1/1/2021 111Q022 See Remark 93 F Contractors Pollution G71476200002 1/1/2021 11112022 See Remark Ito DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: Caldwell Project # E9098 Fayetteville, AR 250M Gallon Composite Tank Olsson Associates, City of Fayetteville, AR, & their respective officers, directors, partners, employees, agents, consultants, & subcontractors are named an Additional Insured on a blanket basis with respect to the General Liability, Auto Liability, & Excess/Umbrella Liability. The General Liability and Excess Liability, which follows form, includes blanket Contractual Liability and is subject to the same definitions, terms, and conditions set forth in the General Liability policy. The General Liability as referenced above includes coverage for Explosion, Collapse, & Underground (X,C,U). The General Liability definition of "Occurrence' is amended to include Subcontracted Work Property Damage. See Attached... CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Olsson Associates 302 East p Rd. AUTHORIZED REPREEENTATIyE Fayetteville ARAR 72703 VAC. ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: CALDTAN-01 _ LOC Is: AC(:>R" ® ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED Sterling G Thompson Caldwell Group, LLC Caldwell Tanks Inc. 4000 Tower Rd POLICY NUMBER Louisville KY 40219 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE A Severabilily of Interest/Separation of Insured clause applies with respect to the General Liability and the Excess Liability which follows form. With respect to all claims the Insurance coverage is written on a Primary and Non -Contributory basis, including those claims arising from both on -going & completed operations, in favor of the certificate holder with respect to the General Liability, Excess/Umbrella Liability, Auto Liability, & Builders' Risk Insurance. A Waiver of Subrogation applies in favor of the Certificate Holder with respect to General Liability, Auto Liability, Excess Liability, BuildersRisk, & Workers' Compensation where applicable by law. A 30-day written notice of cancellation &/or material changes, or refusal of renewal will be provided to the Certificate Holder with respect to the respect to the General Liability, Excess/Umbrella Liability, Auto Liability, Builders' Risk, & Workers Compensation. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: CALDTAN-01 LOC #: JWHITEHOUSE ACC)RLO ADDITIONAL REMARKS SCHEDULE Page 1 of 2 AGENCY Sterling G Thompson Company, LLC NAMED INSURED Caldwell TanksGroup, 4000 Tower Road Louisville, KY 40219 POLICY NUMBER SEE PAGE 1 CARRIER NAIC CODE SEE PAGE 1 SEE P 1 EFFECTIVE DATE: SEE PAGE 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Description of Operations/LocationsNehicles: A Severability of Interest/Sepa ration of Insured clause applies with respect to the General Liability, the Excess Liability which follows form, Professional Liability, & Contractors' Pollution With respect to all claims the Insurance coverage is written on a Primary and Non-contributory basis, including those claims arising from both on -going & completed operations, in favor of the certificate holder with respect to the General Liability, Excess/Umbrella Liability, Auto Liability, Contractors Pollution Liability, Builders Risk, and Professional Liability. A Waiver of Subrogation applies in favor of the Certificate Holder with respect to General Liability, Auto Liability, Excess Liability, Contractors Pollution Liability, Builders Risk, and Workers' Compensation where applicable by law. A 30-day written notice of cancellation Wor material changes, or refusal of renewal will be provided to the Certificate Holder with respect to the respect to the General Liability, Excess/Umbrella Liability, Auto Liability, Contractors's Pollution, Builders Risk, Professional Liability, and Workers Compensation. Remarks REMARK #1... BUILDERS RISK CONTINUED: $10,000,000 - Construction Works (Job Sites) Per Occurrence, not to exceed: $10,000,000 -Any One Project $1,000,000 - In Transit $5,000,000- Hot Testing/Performance $1,000,000 - Soft Cost $10,000,000 - Flood Annual Aggregate (All Other Zones) $1,000,000 - Flood Annual Aggregate for Projects located in Zones B and SHX EXCLUDED - Flood in Zones A, AE or V $10,000,000 - Earthquake Annual Aggregate EXCLUDED - Earthquake in State of California $1,000,000 - Named Windstorm or Hail in Tier 1 Coastal Counties $1,000,000 - Named Windstorm or Hail in Tier 2 Coastal Counties DEDUCTIBLES (ALL PERILS): $26,000 per occurrence except $50,000 Flood - (All Other Zones) and $100,000 (Zones B and SHX) $50,000 for Earthquake 5% subject to $50,000 Minimum for Windstorm or Hail - Tier 1 Coastal Counties 3% subject to $50,000 Minimum for Windstorm or Hail - Tier 2 Coastal Counties $50,000 Testing VALUATION: Replacement Cost COVERAGE FORM: Special Form -Direct physical loss to property of every kind and description intended to become a permanent part of, or be consumed in, the construction, fabrication, assembly, installation, erection or alteration of the Insured Project. Perils Include but not limited to Theft, Fire, Explosion, Hail, Lightning, Vandalism, Malicious Mischief, Wind, Collapse, Riot, Aircraft, and Smoke REMARK #2...WORKERS COMPENSATION EXCESS WORKERS COMPENSATION (KY ONLY) COVERAGE: Policy #VTWXJUB-3L210204-21 Policy Term is 1/1/2021 to 1/1/2022 Carrier: Travelers Property & Casualty Co of America ACORD 101 12008101) © 2008 ACORD CORPORATION. All rights reserved The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: CALDTAN-01 JWHITEHOUSE / 1 AFRO LOC M ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY NAMED INSURED Sterling G Thompson Company, LLC Caldwell Tanks'Inc C 4000 Tower Road POLICY NUMBER Louisville, KY 40219 SEE PAGE 1 CARRIER NpIC CODE SEE PAGE 1 SEE P 1 EFFECTIVE DATE: SEE PAGE 1 THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Workers Compensation(Coverage A): Statutory Limits Employers Liability (Coverage B): $500K/$500K/$500K SIR:$500,000 Remarks REMARK #3... PROFESSIONAL LIABILITY PROFESSIONAL LIABILITY -Policy Term: 1/1/2021 to 1/1/2022 Claims Made Form Design Build & Contractors Professional Liability Carrier: Underwriters at Lloyd's, London - Policy# B0621 PCALD000621 $2,000,000 Each Claim Limit $2,000,000 Policy Aggregate Limit Deductible: $75,000 Each Claim - Applies to Indemnity and Expense PROFESSIONAL LIABILITY EXCESS Policy Term: 1/1/2021 to 1/1/2022 Claims Made Form Design Build & Contractors Professional Liability Carrier: Underwriters at Lloyd's, London - Policy# B0621 PCALD000721 $3,000,000 Each Claim Limit $3,000,000 Policy Aggregate Limit Excess of Primary $2,000,000 Each and Every Claim REMARK #4...CONTRACTORS POLLUTION LIABILITY Carrier: Illinois Union Insurance Company (CHUBB) Policy#:G71476200002 Policy Term: 1/1/2021 to 1/1/2023 Occurrence Form LIMITS: $10,000,000 - Per Pollution Condition or Site Environmental Condition Limit of Liability $10,000,000 -Total Policy and Program Aggregate Limit of Liability for all Pollution Conditions and Site Environmental Conditions Self -Insured Retention: $250,000 - Per Pollution Condition or Site Environmental Condition CONTRACTORS' EQU I PM ENT Carrier: Federal Insurance Company (Chubb) Policy # 6642343 Policy Term: 01/01/2021 to 01/01/2022 Occurrence Form Limits include Owned, Borrowed, Leased, or Rented Contractors' Equipment: $10,000,000 Any one occurrence, not to exceed: $1,000,000 Any one item, $ 250,000 Riggers Liability $10,000,000 Flood annual aggregate, $10,000,000 Earthquake annual aggregate- Excludes the state of California $26,000 per occurrence Deductible $50,000 Flood $50,000 Earthquake PERILS Include but not limited to Theft, Fire, Windstorm, Explosion, Hail, Lightning, Vandalism, Malicious Mischief, Wind, Collapse, Civil Commotion, Terrorism, Aircraft, and Smoke VAULATION: Replacement Cost ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD olsson August 13, 2021 City of Fayetteville, Arkansas Fayetteville Water & Sewer Operations Attn: Mr. Corey Granderson, Utilities Engineer 113 W. Mountain Street Fayetteville, Arkansas 72701 Re: Phase 1 —Township Tank Fayetteville, Arkansas Olsson Project 018-0032 Mr. Granderson: Bids for the above referenced project were received and opened on July 14, 2021. A total of three (3) bids were submitted and have been reviewed. The bid totals received are shown below. Caldwell Tanks, Inc. $2,325,000.00 Landmark Structures $2,581,000.00 Phoenix Fabricators and Erectors, LLC $2,612,000.00 After review of the bids, it is our recommendation that Notice of Award be given to the apparent low bidder, Caldwell Tanks, Inc., in the contract amount of $2,325,000.00. Upon your approval, we will commence with the processing of the contract for the project. Please do not hesitate to call with any questions, comments, or if any further information or documentation is required. Cordially, Li4 W. Chris Hall Water/Wastewater Team Leader ;!qggagn'a CITY MR YT `EV . ARKANSAS Project Check List This checklist is for the Bidder's use in preparing & submitting a bid. It is not intended to include all details necessary to prepare a bid and shall not be used as a substitute for the requirements of the bid documents. Information is shown below only as a matter of convenience. Use of this checklist does not relieve the Bidder from the responsibility of meeting all requirements of the Specifications concerning the preparation of an acceptable bid. Bidders are welcome to use this form as a coversheet for a sealed envelope; however, using this form itself is NOT a requirement. 5% Bid Bond of the amount bid accompanied by required documentation (Power of Attorney, etc.) o In lieu of a bid bond, the bidder may submit a cashier's check from a bank located in the State of Arkansas for at least five percent (5%) of the amount bid (inclusive of any deductive alternates). Cashier's checks shall be made payable to the City of Fayetteville, AR and received prior to the bid deadline by making an in -person delivery appointment with the City Purchasing Division. o Upload 5% bid bond to the City's electronic bidding platform (preferred) OR attach bid bond with physical submittal and setting up an in -person delivery appointment with the City Purchasing Division. All addenda shall be signed, acknowledged, and submitted on the appropriate forms (submitting the actual addendurns or marking acknowledgement on other bid pages). All line items shall be appropriately filled out and extended to reveal the line item price as well as the total bid price. Total base bid should be calculated in the provided space. All pages provided with signature lines shall be appropriately signed, dated accordingly, and included with submitted bid documents All bids shall be received before the stated deadline utilizing the City's electronic bidding platform or delivering in X person via sealed envelope to the City of Fayetteville Purchasing Division. Submitting a bid electronically is strongly encouraged. A public bid opening will be conducted shortly after the deadline at City Hall and livestreamed at htt;s: www.vouIuI.-,e.(orn/.ascr�cityt;f r r.'Ll.e��il(eir. Late or misdirected bids shall not be accepted. The City of Fayetteville shall not be responsible for lost or misdirected bids, or failure of bidder's technical equipment. All bid documents shall be delivered in a sealed envelope to the address stated in the advertisement or updated deadline issued via Addenda. All bids should be delivered with the name of the bidder (contractor) on the sealed envelope as well as the bidders Arkansas Contractor's License Number. City of Fayetteville, AR Purchasing Division —Suite 306 113 W. Mountain Fayetteville, AR 72701 Additional Information Required: • List of Subcontractors: Submit form on Bonfire or attach if submitting a physical bid • AR Secretary of State Filing: 100058306 or submit on the City's electronic bidding platform • Arkansas Contractor License#: 0028840422 or submit on the City's electronic bidding platform • Pursuant Arkansas Code Annotated §25 1.-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott: Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25 1.503. If at any time during contract the contractor aecides to boycott Israel, the cant on Cit lust notify the contracted public entity in writing. /s electronic bidding platform (pi c.lei red), OR circle applicable answer yi_S or NO 1"eEecommunications Device for the Deaf MD (479) 521-1316 113 West Mountain - r ayettc.,,ville, AR 72701 018-0032 SECTION 00 4143 - BID FORM Contract Name: TOWNSHIP PRESSURE PLANE — PHASE 1-TOWNSHIP TANK IMPROVEMENTS Owner: FAYETTEVILLE WATER & SEWER, CITY OF FAYETTEVILLE, ARKANSAS City of Fayetteville Bid Number: 21-60, Construction —Township Tank Replacement OLSSON PROJECT NO. 018-0032 Dated: July 14 2021 BID FORM 00 41 43 - i 018-0032 TABLE OF CONTENTS Page Article1- Bid Recipient.................................................................................................................................1 Article 2 - Bidder's Acknowledgements........................................................................................................ 1 Article 3 - Bidder's Representations.............................................................................................................1 Article 4 - Bidder's Certification.................................................................................................................... 2 Article5 - Basis of Bid.................................................................................................................................... 3 Article6 - Time of Completion...................................................................................................................... 4 Article 7 - Attachments to this Bid................................................................................................................ 4 Article8 - Defined Terms.............................................................................................................................. 5 Article9 - Bid Submittal................................................................................................................................5 ii - 00 41 43 BID FORM 018-0032 ARTICLE 1— BID RECIPIENT 1.1 This Bid is submitted to: City of Fayetteville, AR 113 West Mountain Street Fayetteville, Arkansas 72701 1.2 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the Contract Times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. ARTICLE 2 — BIDDER'S ACKNOWLEDGEMENTS 2.1 Bidder accepts all of the terms and conditions of the Advertisement and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 90 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. 2.2 The Successful Bidder will sign and submit the Contract Agreement and other documents required by the bidding requirements within 30 days after the date of Owner's Notice of Award. ARTICLE 3 — BIDDER'S REPRESENTATIONS 3.1 In submitting this Bid, Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents, and any data and reference items identified in the Bidding Documents, and hereby acknowledges receipt of the following Addenda: Addendum No. Addendum, Date 6/28/2021 7/12/2021 B. Bidder has visited the Site, conducted a thorough, alert visual examination of the Site and adjacent areas, and become familiar with and satisfied itself as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and has satisfied itself as to all Laws and Regulations that may affect cost, progress, and performance of the Work. D. Bidder has carefully studied all: 1. reports of explorations and tests of subsurface conditions at or adjacent to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at or adjacent to the Site (except Underground Facilities) that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings, and BID FORM 00 41 43 - 1 018-0032 2. reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings. E. 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. F. Bidder has considered the information known to Bidder itself, information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Bidding Documents; and any Site -related reports and drawings identified in the Bidding Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and (3) Bidder's safety precautions and programs. G. Bidder agrees, based on the information and observations referred to in the preceding paragraph, that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price bid and within the times required, and in accordance with the other terms and conditions of the Bidding Documents. H. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. I. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents and confirms that the written resolution thereof by Engineer is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance and furnishing of the Work. K. The submission of this Bid constitutes an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article, and that without exception the Bid and all prices in the Bid are premised upon performing and furnishing the Work required by the Bidding Documents. ARTICLE 4— BIDDER'S CERTIFICATION 4.1 Bidder certifies that: A. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation; B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and D. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph 4.1.1): 1. "corrupt practice" means the offering, giving, receiving, or soliciting of anything of value likely to influence the action of a public official in the bidding process; 2. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of Owner, (b) to establish bid prices at 2 - 00 41 43 BID FORM 018-0032 artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition; 3. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish bid prices at artificial, non-competitive levels; and 4. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the a execution of the Contract. /_1Ift9104001117_��1:Ti714 K 5.1 Bidders are required to provide pricing for all line items, including deductive alternate items. Failure to provide deductive alternate pricing can result in bid rejections. In the event no bid falls within the amount of funds certified for the project plus 25%, the City will utilize the deductive alternates in order to further evaluate bids until a bid received falls within the amount certified, plus 25%. in the event all deductive alternates are subtracted from the total base bid and no bid falls within the amount certified, plus 25%, all bids shall be rejected and become confidential. In no case shall the amount bid for the item of "mobilization" exceed 5% of the total contract amount for all items listed in the proposal or bid. Bidder will complete the Work in accordance with the Contract Documents for the following price(s) (Bid Form on page 4): REFER TO THE CITY'S ELECTRONIC BIDDING PLATFORM TO SUBMIT BID PRICING ELECTRONICALLY. CONTACT THE CITY PURCHASING DIVISION TO SUBMIT A PHYSICAL SEALED BID :317ti]3► 1 BID FORM 0041 43 - 3 018-0032 5.2 Bidder acknowledges that: A. Each Bid Unit Price includes an amount considered by Bidder to be adequate to cover Contractor's overhead and profit for each separately identified item, and B. Estimated quantities are not guaranteed and are solely for the purpose of comparison of Bids, and final payment for all unit price Bid items will be based on actual quantities, determined as provided in the Contract Documents. C. The contract, if awarded will be based on the lowest responsive, responsible bid accepted by the City of Fayetteville, Arkansas. D. Unit prices have been computed in accordance with paragraph 13.03 of the General Conditions. E. Bidder acknowledges that quantities are not guaranteed, and final payment will be based on actual quantities determined as provided in the Contract Documents. F. Amounts are to be shown in both words and figures. In case of discrepancy, the amount shown in words, unless obviously incorrect, will govern. G. 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. H. The Bidder understands that the Owner reserves the right to reject any or all bids and to waive any informalities in the bidding. ARTICLE 6—TIME OF COMPLETION 6.1 Bidder agrees that the Work will be substantially complete within 510 calendar days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 540 calendar days after the date when the Contract Times commence to run. 6.1 Bidder accepts the provisions of the Agreement as to liquidated damages. ARTICLE 7 —ATTACHMENTS TO THIS BID 7.1 The following documents are submitted with and made a condition of this Bid: A. Required Bid Security in the form of bid bond for Five Percent of Total Bid Amount (Dollar Amount Written in Words) B. Required Bid Bond (Section 00 43 13). C. List of Proposed Subcontractors. D. List of Proposed Suppliers. ($ 5% of Bid Amt (Total in Figures) E. List of Project References (see Section of Bidders Qualification Statement). 4 - 00 41 43 BID FORM 018-0032 F. Evidence of authority to do business in the state of the Project; or a written covenant to obtain such license within the time for acceptance of Bids. G. Contractor's License No.: 0028840422 or Evidence of Bidder's ability to obtain a State Contractor's License and a covenant by Bidder to obtain said license within the time for acceptance of.Bids. H. Required Bidder Qualification Statement with supporting data (see Section 00 2113 Instructions to Bidders). ARTICLE 8 - DEFINED TERMS 8.1 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. ARTICLE 9-BID SUBMITTAL 9.1 Communications concerning this Bid shall be addressed to the address of Bidder indicated below. 9.2 The Bidder has reviewed and agrees with all sections of the Plans, Specifications and Contract Documents, including all Addenda, and the Comprehensive Best Management Practices Plan included with the Bid Documents. 9.3 Bid pricing shall be submitted by accessing the City of Fayetteville's electronic bidding platform. Submitted this 14th day of July 2021 Respectfully submitted, Caldwell Tanks, Inc. U .: GpRPO/R,gr 7- 0 - ,� SEAL G� ........ ;'t��• SV ��rrrlltttt�� Attest: < (Seal, if bjH is by corporation.) r l (Firm Name) By ignature) Eric W. Monske, Sales Manager (Printed Name) Title David E. Bartley, Secretary BID FORM 00 41 43 - 5 018-0032 Arkansas License No. 0028840422 4000 Tower Road, Louisville, KY 40219 (Business Address & Zip Code) Tax ID No. 61-0148890 Address for giving notices: Caldwell Tanks, Inc. 4000 Tower Road Louisville, KY 40219 Telephone Number: (502)964-3361 Fax Number: (502) 966-8732 Contact Name and e-mail address: Eric W. Monske, Sales Manager sales@caldwelltanks.com 6 - 00 41 43 BID FORM 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: KEVIN J. GALLAGHER WILLIAM A. STETZLER PATRICK A. SMITH SHANNON MCKAMEY ERIC W. MONSKE 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. �MI"JAT1'PIS�WHEREOF, CALDWELL TANKS, INC. has caused these presents to be signed b �i j resident, ant'it�,corporate seal to be thereunto affixed and duly attested by its Secretary this 4th dWf Iy�2g1r z ATTEST: SEAL A TANKS, INC. (SEAL) '%�/S V I L 1 E '`��\ BY: - TK. an Harvey STATE OF KENTUCKY ) Presi i SS: COUNTY OF JEFFERSON ) LOU* ,,,day of May, 2021, before me personally appeared K. Ryan Harvey, President of CALDWEI,. a�,4VKS II�Sy avho being duly sworn, said he resides in the state of Kentucky; that he is President at`CALiUWL�Is�RNK-5, INC., the Corporation described in and which executed the foregoing instrument' that h�cr�" the Ckporate seal; that it was so affixeA by order of th Board of Directors of said Corporation, aO that"he;sigied his name thereto as President of sa' Co ati n by like authority. (SEAL) ��'� UB L IL -" � ? BY: Caroly . E. Burke STATE OF KE K`�����' Notary Public, State at Large " " ) SS: MY COMMISSION EXPIRES 9/25/2023 COUNTY OF JEFFERSON ) I, David E. Bartley, Secretary of CALDWELL TANKS, INC. do hereby certify that the above and foregoing i���� Ve and correct copy of the Power of Attorney executed by CALDWELL TANKS, INC., wNctl�i�stl dfull force and effect. fIVITNESS'WH EOF, I have signed this certificate at Louisville, K ntucky, this day of Tula^'oRPORyr� (SEAL) SEAL BY: �0 • ' avid E. Bartley, Secret SVILI-�'��`� Caldwell Tanks Inc. -EMLZL C � Aw LD, Since 1887 Water - Energy - Industrial CERTIFICATE This is to certify that Caldwell Tanks, Inc., has met all requirements and is licensed in to do business in the State of Arkansas. Our Contractor's License Number is #0028840422. OUR STATUTORY AND PROCESS AGENT IS: Dated this 14th day of July 2021 ATTEST f, r David E. Bartley secretary (Seal) 0 0%ttt It r1,,,/, GORPOR,gT�, : w n— i�'. SEAL ARQUAL.DOC �rr V1 �1rrllt10 Cogency Global Inc. 1215 Twin Lakes Drive Little Rock, AR 72205 CALDWELL TANKS, INC. zric W. Monske Sales Manager 4000Tower Road Louisville, KY 40219 P: 502-964-3361 F: 502-966-8732 H.W.L. ELEV 40'-0" DIA. 30'-0" DIA. ,TE: SIGN PER AWWA D107-16 AND PROJECT ECIFICATIONS. L ACCESSORIES TO BE INCLUDED AS PER ECIFICATIONS. IENTATION OF ACCESSORIES SHOWN FOR CLARITY. BJECT TO CHANGE WITH FINAL DESIGN. JD: 120 MPH, EXP C (ASCE 7-10) ISMIC LOAD: SS= 17.0% S 1 = 9.4% PSF SNOW NOTES: FOUNDATION DESIGN BASED ON A NET ALLOWABLE SOIL BEARING OF10.000 PSF. CONCRETE: 28 DAY COMPRESSIVE STRENGTH OF 4,000 PSI. ( 72 CU. YDS.) REINFORCEMENT: ASTM SPEC. A615 GR. 60. ( 8,000 LBS.) REINFORCING STEEL QUANTITIES DO NOT ACCOUNT FOR LAPS, BENDS, HOOKS, ETC. FOUNDATION IS SUBJECT TO CHANGE WITH FINAL DESIGN. FLOOR, PIPE SUPPORTS, ETC. NOT INCLUDED IN CONCRETE AND REINFORCING QUANTITIES SHOWN. ADDITIONAL REINFORCEMENT FOR DOOR AND PEDESTAL DOWELS: (15,000 LBS) AND (48) - #11 NVENT LENTON STANDARD COUPLER - A2. FINAL SIZE AND QUANTITY DETERMINED AT FINAL DESIGN. THE PROJECT GEOTECHNICAL ENGINEER SHALL INSPECT AND APPROVE THE SUBGRADE PRIOR TO PLACEMENT OF STEEL OR CONCRETE. DRILL PROBE HOLES IN SANDSTONE TO EVALUATE THE PRESENCE OF WEATHERED OR OTHERWISE UNSUITABLE AREAS. EXTEND FOUNDATION EXCAVATION AS REQUIRED. FOUNDATION SHALL BEAR ON COMPETENT SANDSTONE. SEE GEOTECHNICAL REPORT FOR ADDITIONAL REQUIREMENTS. UUINUL UINVILILN J IVIUu roIMI LOOR 018-0032 SECTION 00 1153 — BIDDER'S QUALIFICATION STATEMENT Contract Name:TOWNSHIP PRESSURE PLANE — PHASE 1-TOWNSHIP TANK IMPROVEMENTS City of Fayetteville Bid Number: 21-60, Construction - Township Tank Improvements Date: July 14, 2021 SUBMITTED TO: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 SUBMITTED BY: Company Caldwell Tanks, Inc. Name Eric W. Monske, Sales Manager Address 4000 Tower Road Principal Office Louisville, KY40219 Corporation, LLC, partnership, individual, joint venture, other Corporation Tax ID/EIN Number 61-0148890 (Type or legibly print) For a Contractor to be considered as Qualified, the Contractor must satisfy all financial, insurance, and bonding requirements of the City of Fayetteville, and must have had at least five (5) years of experience under the current Contractor name in the installation of water and sewer facilities. The Contractor shall have executed work for municipalities operating water/sewer facilities or water/sewer contracted operations with a minimum of three (3) projects exceeding five hundred thousand ($500,000) dollars for similar work as described in the Contract Documents. Work for developers and commercial site work will not be considered as permissible work experience. Acceptable documentation of these projects must be submitted to the City of Fayetteville. In accordance with Arkansas Procurement Law, a Contractor may use the combined experience of its owners or senior executive staff to satisfy the requirements, or the combined experience of the key personnel that will be responsible for satisfying the experience requirement. 00 11 53 - Bidder Qualifications. docx 00 11 53 — 1 018-0032 EXPERIENCE STATEMENT (MANDATORY) 1. Bidder has been engaged as a General Contractor in construction for 134 years and has performed work of the nature and magnitude of this Contract for 25 years. Bidder has been in business under its present name for 52 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.) See attached listing of Composite Elevated Tanks under construction 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.) See attached Composite Elevated Tanks constructed 4. Has Bidder ever failed to complete any project? If so, state when, where, and why. No 5. Bidder normally performs the following work with his own forces: The design, fabrication and erection of the concrete shaft and welded steel water tank. 6. Construction experience of key individuals in the organization is as follows (continued on attached sheets if needed): See attached listing along with resumes 8. 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: Surety: Great American Insurance Company, 301 East 4th Street, Cincinnati, OH 45202 Agent: Sterling Thompson Company, 3006 EastPoint Parkway, Louisville, KY 40223 Bidder's Workmen's Compensation Experience Modifier Factor is: 0.66 2 - 00 11 53 BIDDER QUALIFICATIONS 018-0032 FINANCIAL STATEMENT (IF REQUESTED) A. If requested by the City of Fayetteville during the evaluation of bids the bidder shall provide to the City of Fayetteville the following additional information: Bidder possesses adequate financial resources as indicated by the following: 1. Assets and Liabilities: Attach a financial statement, audited if available, including Bidder's latest balance sheet and income statements showing the following items: a. Current assets (cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory, and prepaid expenses). b. Net fixed assets. c. Other assets. d. Current liabilities (accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, and accrued payroll taxes). e. Other liabilities (capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings). f. Name of firm preparing financial statement and date thereof: If financial statement is not for identical organization named herein, explain relationship and financial responsibility of the organization furnished. 2. Current Judgments: The following judgements are outstanding against Bidder: Judgment Creditors Where Docketed and Date Amount a None $ b. $ Bidder hereby represents and warrants that all statements set forth herein are true and correct. Date: July 14 2021 Name of Organization: Caldwell Tanks, Inc. r' By (T e or legibly print) By Eric W. Monske (Signature) Title Sales Manager (Type or legibly print) BIDDER QUALIFICATIONS 0011 53 - 3 018-0032 If Bidder is a partnership, the partnership name shall be signed, followed by the signature of at least one of the partners. If Bidder is a corporation or LLC, the corporate name shall be signed, followed by the signature of a duly -authorized officer and with the corporate seal affixed. Contractor shall attach evidence of authority of signature. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Contractor's signature and authority to sign. END OF SECTION 00 1153 4 - 00 11 53 BIDDER QUALIFICATIONS CAPACITY 2,500,000 Composite 211' HWL CTI #: E-8969 Union Co., SD 2,000,000 Composite 142' HWL CTI #: E-9033 International Site 2,000,000 Composite 142' HWL CTI #: E-9034 8' Street Site 2,000,000 Composite 130' HWL CTI #: E-8972 St. Charles Co., MO 2,000,000 Composite 172' HWL CTI #: E-8954 K7/K10 Site 1,500,000 Composite 141.8' HWL CTI #: E-9059 1,500,000 Composite 77' HWL CTI #: E-8939 Hermitage, PA 1,500,000 Composite 161.37' HWL CTI #: E-8869 Fort Knox, KY — Estrada *CCA1D%TU Since 1887 COMPOSITE ELEVATED WATER TANKS LOCATION/OWNER Lewis & Clark Regional Water System 46986 Monty Street Tea, SD 57064 Troy Larson Phone (605) 368-2400 Fax (605) 336-8696 River Ridge Development Authority 6200 East Highway 62, Suite 600 Jeffersonville, IN 47130 Tom Vittitow Email: tom@riverridgecc.com River Ridge Development Authority 6200 East Highway 62, Suite 600 Jeffersonville, IN 47130 Tom Vittitow Email: tom@a_riverridgecc.com Goodwin Brothers Construction Co. 4885 Baumgartner Road St. Louis, MO 63129 Jon Reader Phone (636) 931-6084 Email jreader@a�eoodwinbros.com Water District No. 1 of Johnson County 10747 Renner Boulevard Lenexa, KS 66219 Hanley Barker, PE Phone (913) 895-5500 ENGINEER Banner Associates, Inc. 409 22" d Avenue South Brookings, SD 57006 Kristen Bisgard, PE Phone (605) 692-6342 Fax (605) 692-5714 HWC Engineering 303 Scribner Drive, Suite 201 New Albany, IN 47150 Travis Watters Phone (812) 913-6410 Email: twatters@hwcengineering.com HWC Engineering 303 Scribner Drive, Suite 201 New Albany, IN 47150 Travis Wafters Phone (812) 913-6410 Email: twatters@hwcengineering.com Missouri American Water Company 905 West High Street Jefferson City, MO 65109 Renee Lawrence Phone (314) 996-2307 Email renee.lawrencegamwater.com Burns & McDonnell 9400 Ward Parkway Kansas City, MO 64114 Trevin Heisey Phone (816) 708-6331 Fax (816) 822-3519 DATE COMPLETED Under Construction $6,773,000.00 Under Construction $3,659,150.00 Under Construction $3,598,850.00 Under Construction $2,700,000.00 Under Construction $5,352,400.00 City of Mishawaka DLZ Indiana, LLC Under 600 East Third Street 2211 East Jefferson Boulevard Construction Mishawaka, IN 46544 South Bend, IN 46615 $6,927,000.00 Dave Majewski Jamie Poczekay Phone (574) 258-1691 Phone (574) 236-4400 Fax (574) 258-1776 E-mail ipoczekay(o_dlz.com Aqua Pennsylvania, Inc. Entech Engineering Under 665 South Dock Street 400 Rouser Road, Suite 200 Construction Sharon, PA 16146 Coraopolis, PA 15108 $3,230,200.00 James Willard Robert Horvat, Jr., PE Phone (330) 397-0790 Phone (800) 825-1372 x1501 Fax (412) 264-2850 Hardin County Water District No. 1 Stantec Under 1400 Rogersville Road 10509 Timberwood Circle, Suite 100 Construction Radcliff, KY 40160 Louisville, KY 40223 $2,814,000.00 Daniel Clifford Paul Sridhar, PE Phone (270) 351-3222 Phone (502) 212-5063 Fax (270) 352-3055 Fax (502) 212-5055 CONFIDENTIAL, *CCA&IDWEU Since 1887 COMPOSITE ELEVATED WATER TANKS DATE CAPACITY LOCATION/OWNER ENGINEER COMPLETED 1,500,000 Composite Hardin County Water District No. 1 Stantec Under 140.87' HWL 1400 Rogersville Road 10509 Timberwood Circle, Suite 100 Construction CTI #: E-8868 Radcliff, KY 40160 Louisville, KY 40223 $2,741,000.00 Fort Knox, KY — Frazier Daniel Clifford Paul Sridhar, PE Phone (270) 351-3222 Phone (502) 212-5063 Fax (270) 352-3055 Fax (502) 212-5055 1,000,000 Composite Bowling Green Municipal Utilities GRW Engineers, Inc. Under 177'8" HWL 801 Center Street 801 Corporate Drive Construction CTI #: E-9046 Bowling Green, KY 42102 Lexington, KY 40503 $3,422,500.00 Keith Williams Bruce McDonald Phone (270) 782-1200 Phone (859) 223-3999 kwilliams@bgmu.com bmcdonald@grwinc.com 1,000,000 Composite City of Warner Robins Constantine Engineering, Inc. Under 120' HWL 700 Watson Boulevard 4000 Faber Place Drive, Suite 330 Construction CTI #: E-9023 Warner Robins, GA 31093 North Charleston, SC 29405 $2,233,000.00 Allison Lanneau Dan Huggins Phone (478) 293-1000 Phone (843) 628-3352 Fax (478) 929-1957 E-Mail: dhuggins@tceeng.com 1,000,000 Composite Water District No. 1 of Johnson County Burns & McDonnell Under 172' HWL 10747 Renner Boulevard 9400 Ward Parkway Construction CTI #: E-8953 Lenexa, KS 66219 Kansas City, MO 64114 $35471,700.00 Lackman Site Hanley Barker, PE Trevin Heisey Phone (913) 895-5500 Phone (816) 708-6331 Fax (816) 822-3519 1,000,000 Composite City Corporation Garver Engineers Under 198' HWL Russellville Water & Sewer System 4701 Northshore Drive Construction CTI #: E-8898 205 West Third Place North Little Rock, AR 72118 $2,783,000.00 Russellville, AR Russellville, AR 72811 Daniel Hollinger, EI Lance Bartlett, PE Phone (501) 537-3236 Phone (501) 968-2105 Fax (501) 372-8042 1,000,000 Composite City of Frederick GHD Consulting Engineers Under 132'6" HWL 111 Airport Drive East 16701 Melford Boulevard Construction CTI #: E-8883 Frederick, MD 21701 Bowie, MD 20715 $3,053,810.00 Ron Wingfield Leita Bennett Phone (301) 694-1677 Phone (571) 325-5049 Fax (301) 600-9000 1,000,000 Composite City of Kirksville Benton & Associates, Inc. Under 137' HWL 201 South Franklin Street 2414 South Franklin Street Construction CTI #: E-8848 Kirksville, MO 63501 Kirksville, MO 63501 $2,058,000.00 Kirksville, MO Phone (660) 627-1272 Adam Dorrell Fax (660) 665-0940 Phone (660) 665-3575 750,000 Composite Town of Mashpee Tighe & Bond, Inc. Under 111'6" HWL 16 Great Neck Road North 120 Front Street, Suite 7 Construction CTI #: E-9078 Mashpee, MA 02649 Worcester, ma 01608 $4,255,400.00 Andrew Marks Thomas J. Mahanna Phone (508) 539-1400 Phone (413) 562-1600 CONFIDENTIAL *CCA&IDWEU Since 1887 COMPOSITE ELEVATED WATER TANKS DATE CAPACITY LOCATION/OWNER ENGINEER COMPLETED 750,000 Composite City of Volga Banner Associates, Inc. Under 135'5" HWL 226 Kasan Avenue 409 22" d Avenue South Construction CTI #: E-9076 Volga, SD 57071 Brookings, SD 57006 $3,192,000.00 Phone (605) 627-9113 Joseph Munson Fax (605) 627-5865 Phone (605) 692-6342 750,000 Composite City of Madison Banner Associates, Inc. Under 142'3" HWL 116 West Center Street 409 22nd Avenue South Construction CTI #: E-9018 Madison, SD 57042 Brookings, SD 57006 $2,667,700.00 Madison, SD Jennifer Eimers Kristen Bisgard, PE Phone (605) 256-7527 Phone (605) 692-6342 Fax (605) 692-5714 750,000 Composite Oconee County Board of Commissioners Precision Planning, Inc. Under 141'3" HWL 1291 Greensboro Highway 802 East Spring Street Construction CTI #: E-8980 Watkinsville, GA 30677 Monroe, GA 30655 $2,475,000.00 Oconee Co., GA John Daniell Kurt Mueller Phone (706) 769-3960 Phone (770) 267-8800 Fax (706) 769-3997 E-mail: 5831cm@ppi.us 600,000 Composite Red Lake Band of Chippewa Indians Indian Health Services Under 165.1' HWL 24200 Council Street 705 51 Street, Suite E Construction CTI #: E-8857 Red Lake, MN 56671 Bemidji, MN 56601 $2,343,298.97 Redby, MN Jeff Donnell Kyle Parisien Phone (218) 679-2416 Phone (218) 444-0528 Fax (218) 444-0533 500,000 Composite Town of Littleton Tata & Howard, Inc. Under 107' HWL 39 Ayer Road 67 Forest Street, 2nd Floor Construction CTI #: E-9058 Littleton, MA 01460 Marlborough, MA 01752 $2,720,300.00 Nick Lawler Steve Daunais, PE Phone (978) 540-2222 Phone (508) 925-7569 Email sdaunaisna tataandhoward.com 500,000 Composite Todd County Water District McGhee Engineering, Inc. Under 230' HWL 2201 New Highway 68 West 202 South Ewing Street Construction CTI #: E-8851 Elkton, KY 42220 Guthrie, KY 42234 $1,976,000.00 Todd Co., KY John Haley Chris Wilcutt, PE Phone (270) 265-2229 Phone (270) 483-9985 Fax (270) 265-2035 Fax (270) 483-9986 CONFIDENTIAL C&IDWEU CCX -,� Since 1887 COMPOSITE ELEVATED WATER TANKS CAPACITY LOCATION/OWNER ENGINEER 500,000 Composite Village of Hobart Robert E. Lee & Associates, Inc. 156' HWL 2990 South Pinetree Road 1250 Centennial Centre Boulevard CTI #: E-8707 Hobart, WI 54155 Hobart, WI 54155 Hobart, WI Allyn Dannhoff Joshua J. Steffeck, PE Phone (920) 869-3800 Phone (920) 544-4438 Fax (920) 869-2048 Fax (920) 662-9141 500,000 Composite Onondaga County Water Authority GHD Consulting Engineers 72' HWL 200 Northern Concourse One Remington Park Drive CTI #: E-8678 Syracuse, NY 13211 Cazenovia, NY 13035 Camillus, NY Andrew Weiss, PE Jason Davenport Phone (315) 455-7061 Phone (315) 679-5800 Fax (315) 455-6649 Fax (315) 679-5801 500,000 Composite City of Asbury MSA Professional Services, Inc. 176' 10" HWL 5290 Grand Meadow Drive, Suite 1 400 Ice Harbor Drive, Suite 110 CTI#: E-8608 Asbury, IA 52002 Dubuque, IA 52001 James Adams Sarah Fosbinder Phone (563) 556-7106 Phone (563) 582-3973 Fax (563) 556-2001 Fax (563) 582-4020 500,000 Composite Mitford Rural Water District Hill Engineering, LLC 130'6" HWL of Fairfield & Chester County 3258 Scott Road CTI #: E-8386 806 Miles Road Great Falls, SC 29055 Great Falls, SC Great Falls, SC 29055 Daniel B. Hill, PE Lonnie M. Campbell Phone (803) 482-3528 Phone (803) 482-2133 Fax (803) 482-2870 500,000 Composite City of De Soto Cochran Engineering & Surveying 125' HWL 17 Boyd Street 44 Camden Court SE CTI #: E-8318 De Soto, MO Camdenton, MO Kevin Warden James M. Rericha, P.E. Phone (636) 586-7364 Phone (636) 584-0540 Fax (636) 584-0512 500,000 Composite Atascosa Rural Water Supply Corp. Klein Engineering, Inc. 175'6" HWL 10882 Jarratt Road 8611 Botts Lane CTI #: E-8036 Atascosa, TX 78002 San Antonio, TX 78217 Mike Fernandez Rudy Klein Phone (210) 622-3901 Phone (210) 828-7070 Fax (210) 622-5421 Fax (210) 828-7076 500,000 Composite Aiken County/Breezy Hill Water B.P. Barber & Associates 118'6" HWL & Sewer Co., Inc. 101 Research Drive CTI #: E-7847 828 Richland Avenue West Columbia, SC 29202 Aiken Co., SC Aiken, SC 29801 Nathan Ward, PE Clay Killian Phone (803) 254-4400 Phone (803) 642-2013 Fax (803) 771-6676 Fax (803) 642-2124 DATE COMPLETED 2/21 $1,677,000.00 3/20 $2,030,500.00 3/19 $1,579,000.00 9/17 $1,327,000.00 5/17 $1,471,000.00 8/14 $1,564,000.00 5/14 $1,380,000.00 CONFIDENTIAL SAL-FRM-05 SIMILAR PROJECTS Approved: 9/6/2018 Page 17 of 19 Rev 0 'C!! A2% IJI D)`WW ME1 Since 1887 Water - Energy - Industrial PRINCIPAL INDIVIDUALS OF CALDWELL TANKS, INC. NAME POSITION COMPANY INDUSTRY EXPERIENCE K. Ryan Harvey President 2011 1998 Admin./Engineer/Superintendent Kevin J. Gallagher Vice President 1995 1995 Sales/Engineering David Francis Director -Operations 2010 1992 Civil Construction Michael R. Shaffer Director -Steel Construction 1997 1997 Steel Construction Tony Burke Director -Engineering 1988 1988 Engineering Wilson Frazier Director -Environmental H & S 1997 1989 Safety Scott McIntire Director -Quality Assurance 1999 1981 Project Management /Quality Assurance Resumes attached 4000 Tower Road Louisville, KY 40219 P: 502-964-3361 F: 502-966-8732 57 East Broad Street Newnan, GA 30263 P: 770-253-3232 F: 770-251-9253 Education MS Structural Engineering University of Tennessee 1996 - 1997 BS Civil Engineering University of Tennessee 1990 —1995 Leadership Institute Florida Engineering Society 2006 - 2007 Registrations Professional Engineer: AL, FL, GA, MS, LA, NC, SC, OH, TX, TN, KY, VA, MD, DE, OK Patents US Patent 8,684,220 B2 Storage Tank With Flexible Shear Pad Affiliations ACI Committee 372 Design and Construction of Circular Wire- or Strand -Wrapped Prestressed Concrete Structures — Voting Member ACI 350 Committee for Code Requirements for Engineering Environmental Concrete Structures — Voting Member ACI 350-E Precast/Prestressed Structures Subcommittee — Chairman CLD ELL Since 1887 Water - Energy - Industrial K. Ryan Harvey, PE Chief Executive Officer Ryan is the President and CEO of Caldwell Tanks, Inc. and Chief Executive Officer of Preload. He has over 20 years of management, design and construction experience in wire -wrapped prestressed concrete tanks. He provides oversight and management of both company's Division Managers for Engineering, Construction and Sales. Ryan's areas of specialty are: • Corporate Management • Design and construction of Type II and Type III wire -wrapped prestressed concrete liquid containment tanks, including foundations and appurtenances. He has over 18 years of experience in the design and construction of wire -wrapped prestressed concrete storage tanks and structural engineering. Previous Experience • Caldwell Tanks, Inc., Louisville, Kentucky Vice President — PCT Division, 2011 - 2014 Managing all aspects of the strategy, growth and expansion of the prestressed concrete tank division including development and implementation of business plan, development and implementation of standards and procedures for design, construction and sales as well as design and construction management of tank structures. The Crom Corporation, Gainesville, Florida Vice President — Engineering, 2004 — 20011 Direct engineering operations for the corporation including management of teams responsible for design, project management, drafting, estimating and purchasing. Responsibilities included the development and implementation of procedures to maximize efficiency and productivity in the department, implementation, communication and management of standards for the design of prestressed concrete tank structures, and analysis and design of thin shell prestressed concrete elements. Project Manager/Area Manager, 2000 — 2004 Complete responsibility for corporate operations in the states of Tennessee and Kentucky including management of a Project Team to complete design and construction of projects for wire -wrapped prestressed concrete tanks, design including complete preparation of engineering design calculations and review of shop drawings for tank construction as engineer of record. Staff Engineer, 1999 — 2000 Analysis and design of wire -wrapped prestressed concrete storage tanks including ancillary attachments made of structural steel, aluminum, reinforced concrete and fiberglass. Review of design drawings and calculations. Field Superintendent, 1998 —1999 Field Superintendent responsible for direction of crew for the construction of the following wire -wrapped prestressed concrete storage tanks: 500,000 — Gallon Water Storage Tank — Hallsdale Powell Utility District, Knoxville, Tennessee �PRELO ACI 350-B Durability Subcommittee — Voting Member ACI Committee 371 Design and Construction of Concrete Pedestals for Elevated Storage Tanks — Voting Member/Secretary Florida Society of Professional Engineers (FES) — Past Board Member 2008 - 2010 Florida Engineers in Construction (FECON) —Past Chairman, Past Treasurer 2007 - 2010 Years of Experience 20 jSince 1887 Water - Energy - Industrial 750,000 — Gallon Water Storage Tank — Hopkinsville Utilities, Hopkinsville, Kentucky 500,000 — Gallon Water Storage Tank — Town of West Jefferson, North Carolina Relevant Project Experience Ryan has designed over 500, Type II prestressed concrete storage tanks as the engineer of record for water, wastewater and industrial applications as well as Type III tank structures. He has also managed the construction of Type III prestressed concrete storage tanks. His relevant project experience includes the following: 5 — 20.0 MG & 2 — 6.0 MG Equalization Storage Basins, Baton Rouge, Louisiana 2009/2010 Engineer of record for a total of five Type II 20 MG wire -wrapped prestressed concrete tanks with 260' 0" ID and 60' 0" side water depths and two Type II 6.0 MG tanks with 140' ID and a 40' 0" side water depths. Each tank was designed with a pile supported, structural concrete floor and a free -span dome roof with multiple attachments for odor control as well as large openings in the dome for equipment access. 6 — 2.9 MG Saltstone Storage Tanks, Aiken, South Carolina 2008/2010 Engineer of record for a total of six 2.91VIG Saltstone storage tanks for the Department of Energy, Savannah River Site. The six Type III 2.9 MG wire -wrapped prestressed concrete tanks were 150' 0" ID with 22' 0" side water depths. Each tank was designed with a flat, column -supported roof and a thickened concrete floor, all using Type V cement to increase long term durability of the storage structure. • 2 — 20.0 MG Equalization Storage Basins, Gwinnett County, Georgia 2007 Engineer of record for two 20.01VIG Equalization Storage Basins with pile supported structural floors and concrete dome roofs. The two Type II 20 MG wire -wrapped prestressed concrete tanks were 260' 0" ID with 52' 2" side water depths. Each tank was designed with a free -span dome roof with multiple attachments for odor control as well as large openings in the dome for equipment access. Kevin J. Gallagher, P.E. 4000 Tower Road Louisville, Kentucky 40219 kgallagher@caldwelltanks.com (502)299-0092 Professional Profile: Serves Water, Oil & Gas, Chemical, and Aerospace industry customers through active involvement with all aspects of storage tank projects. Began career as project engineer with responsibility for designing tanks and their foundations. Since, has been actively involved with, responsible for: planning, sales, estimating, engineering, fabrication, construction, and management of storage tank projects. Caldwell Tanks, Inc. - 1995 - Present: 2005 - Present Vice President Corporate Officer responsible for all aspects of Sales for Caldwell's storage tank product lines and service offerings. Active involvement with all aspects of Operations. 2003 - 2004 Project Manager Responsible for managing all aspects of new storage tank projects from contract signing to final completion and beyond. Management included internal and external scheduling, performance and cost responsibilities. 1995 - 2003 Project Engineer Responsible charge for producing and checking storage tank and foundation design calculations and drawing packages used in fabrication and construction. Responsible for compliance with project plans, specifications and all applicable governing codes and regulations. Education: BSCE - Purdue University MBA - University of Louisville Professional: Member — American Water Works Association, American Petroleum Institute National Institute for Storage Tank Management, American Society of Civil Engineers, International District Energy Association, International Liquid Terminals Association, Association of Chemical Industry of Texas Board of Directors, Vice President — Steel Tank Institute/Steel Plate Fabricators Association; Past Chairman, Field Erected Tank Section — Steel Tank Institute / Steel Plate Fabricators Association Co -Author — Steel Water Storage Tanks: Design, Construction, Maintenance and Repair, McGraw-Hill Licensed Professional Engineer Community: Church Lector, Coach, Member - Regional Science Fair Board Work Experience: Caldwell Tanks Inc. - Louisville, KY 9-2013 to Present: Director of Civil Construction- Manage and direct all in-house and subcontract operations in regards to foundation installation and. underground water line installation nationwide. 6-2012 to 9-2013: Civil Subcontract Manager.- Manage and direct the contracting and installation of all our subcontractors in regards to foundation installation and underground water line and utility installation, 5--2010 to 6-2012: Civil Construction Superintendent - Manage and direct all in-house foundation and water line piping crews. Wilcon Constructors LLC. -.. Louisville, KY 3-2007 to 4-2010: Owner - General Construction Company working in the residential and commercial areas. ALS Specialty Contractors - Louisville, KY 2003 to 2007 - Project Manager/Estimator -- Specialty contractor working in the abatement, insulation and fireproofing industry. Work included job estimation and managing of field crews. 13adgett Constructors LLC. - Louisville, KY 1998 to 2003 - Onsite Project Manager/General Superintendent - Manage and direct job specific operations and subcontractors, work included concrete, general framing, plumbing above and below grade, HVAC, electrical, underground sewers and utility construction, flooring, ceilings along with many other construction related activities. Abel Construction - touisville, KY 1992 to 1998 - Laborer, Carpenter, General Superintendent - Work included installation of concrete, underground utilities, interior and exterior framing, finish work, equipment operation, manage and direct job specific operations, crews and subcontractors. Michael R. Shaffer Current Role Caldwell Tanks, Inc. May 2014 — Present Director of Steel Construction Currently manage 150 employees including 14 superintendents/crews, 3 Construction Managers and 10 operational support staff Oversee and manage department overhead and adjust estimates to accurately incorporate current overhead rates Voting member of API committee (sub group Fabrication and Joint committee) which writes and modifies the API 650, 620 & 653 standards Directly responsible for financial management of Steel Construction Division and interpreting corporate financial reports directly related to Steel Construction Directly communicate with other department heads and coordinate Steel Construction activities to coincide with corporate needs, as well as, appropriately matching superintendent/crew skill sets to specific activities Estimate steel construction costs for bidding purposes Approve industrial tank bids prior to sending to the customer Determine when changes in scope occur and direct Project Managers to notify customer of change and generate Change Order Member of corporate Safety and Loss Control Committee Write company specific safety policies to minimize personnel risk, promote safe and engaged employees and mandate safe work practices Work with corporate attorney and CEO to negotiate union contracts Negotiate with local unions on PLA (Project Labor Agreement) terms and conditions Negotiate contract "Terms and Conditions" with various vendors and sub- contractors Education Sullivan University (Louisville, KY) Business Management Program Edinboro University of Pennsylvania (Edinboro, PA) Criminal Justice Program Technical Qualifications Pennsylvania Department of Environmental Protection AFMX certified NCCCO Large and Small Telescopic Crane Operator Certified Proficient at scaling very large and complex cranes including tandem/critical lifts Ability to prepare professional lift plans in accordance with local, state and federal laws Certified welder in SMAW (6010, 7010, 7018, 7014, 7024, 8018, 304S.S., 316S.S., Duplex) FCAW( 11 Nil, 8Ni3, 311, 71 M, 304S.S., 308S.S., 309S.S., 316S.S. and Duplex) SAW ( L60 & L61) Certified rigger and signal person Experienced operating numerous sizes and styles of heavy equipment including cranes, derricks, lifts and earth moving equipment OSHA 10 and 30 hour certified ISTC Basic Plus certified GERALD A. (Tony) BURKE, P.E. Director of Engineering EDUCATION: University of Louisville - Master of Engineering Degree in Civil Engineering - 2003 University of Louisville - Bachelor of Science Degree - 1989 PROFESSIONAL REGISTRATIONS: Licensed Professional Engineer in 23 states EMPLOYMENT: 10/08-Present Director of Engineering Caldwell Tanks, Inc., Louisville, Kentucky In addition to many items listed below, primary responsibilities include: - Responsible for technical and administrative leadership of Caldwell Engineering Group - Direct Research and Development - Participate in inter -disciplinary meetings - Establish engineering production priorities - Establish annual goals and monitor progress for the department - Assure and safeguard the overall success of the company in reaching its financial goals as Department Manager 04/99-10/08 Engineering Production Manager Caldwell Tanks, Inc., Louisville, Kentucky In addition to many items listed below, primary responsibilities include: - Prioritize and schedule daily activities of Engineering Department staff - Manage the engineering responsibilities throughout the bidding process - Perform annual reviews of Engineering Department staff - Serve as project engineer and/or Engineer -of -Record on numerous projects 08/88-04/99 Project Engineer Caldwell Tanks, Inc., Louisville, Kentucky - Lead Project Engineer for Composite Elevated Tanks - Lead Project Engineer on all first-time tank styles and tank sizes - Train new hires within Engineering Department - Responsible for the review of design calculations and details for foundation and tank drawing submittal packages. - Responsible for preparation of tank (all sizes, all styles) and foundation (all types) designs, both preliminary and final - Provide technical support for departments throughout the organization - Develop and maintain design tools to comply with current design standards AFFILIATIONS: - Voting member of AWWA Standards Committee for Steel and Composite Water Storage Tanks - Chair of AWWA Standards Subcommittee for D 100, "Welded Carbon Steel Tanks for Water Storage" - Chair of AWWA Standards Subcommittee for DELE (in development) - Member of AWWA Standards Subcommittee for D107, "Composite Elevated Tanks for Water Storage" - Member of AWWA Standards Subcommittee for DGTS (in development) �`" 9i,uR. 1887 Wilson F. Frazier, CSP, CUSA Current Role Director— Environmental, Health, & Safety— Caldwell Tanks, Inc. 1997 - Present Administration, implementation, and monitoring of all safety and health programs. Field and shop worksite safety audits. Field and shop employee safety training for OSHA, MSHA, EPA, and local regulations. Assurance of Federal, State, and Local regulations compliance. Environmental and hazardous waste management including record keeping for Title V compliance. Worker's compensation management and record keeping. Security management. Complex project safety management for numerous high profile site owners including NASA, Corp of Engineers, U.S. Government, Bureau of Prisons, Numerous Refineries, Power Generation and Chemical Plants and more. Lead Abatement Management Education Master of Science — Loss Prevention and Safety December, 1997 Eastern Kentucky University; Richmond, KY Bachelor of Science — Industrial Risk and Safety Management August, 1996 Eastern Kentucky University; Richmond, KY Professional Experience Safety Manager — American Tape Safety Director — Armada Manufacturing Safety and Health Inspector — Eastern Kentucky University Professional Certifications & Authorized Training Certified Safety Professional by the Board of Certified Safety Professionals Certified Utility Safety Administrator by the National Safety Council Authorized OSHA 10- and 30-Hour Construction Industry Outreach Trainer Vertical Rescue Solutions Certified High Angle Rescue Instructor Qualified Trenching and Shoring Competent Person Trainer Qualified MSHA Surface Mine Instructor Professional Affiliations Board Member, Kentucky Safety & Health Network, 1998 — Present ANSI Z117.1 Safety Requirements for Confined Spaces Committee Member, 2007 — Present ANSI A10 Confined Space in Construction Sub -Committee Member, 2012 American Society of Safety Engineers, President -Elect Louisville Chapter 2012 (member since 1998) Chairman, Steel Tank Institute/Steel Plate Fabricators Association Safety Committee, 2002 — 2004 Represented STI/SPFA Industry Association during OSHA Public Hearing Comments on Proposed Confined Space in Construction Standard National Safety Council Academic Advisory Board for EKU's College of Safety, 2010 — Current �`" 9i,uR. 1887 Scott M. McIntire, P.E. Current Role Quality Assurance Manager — Caldwell Tanks, Inc. 2003 - Present Primary duty is to oversee the Quality Assurance program at Caldwell Tanks' two fabrication plants (in Kentucky & Georgia) and the Field & Paint Operations nationwide. These duties include: (1) Directing company inspectors as required. (2) Evaluating and resolving issues or questions that occur. (3) Recommendation, evaluation, purchase and installation of shop and field equipment. Education: Bachelor in Mechanical Engineering 1981 (Co -Op) Georgia Institute of Technology Professional Experience: Operations Manager - Caldwell Tanks, Inc. 1999 — 2003 Primary duty is Department Head for Project Management. Other duties include: (1) Setting Job project schedule and ship dates for the Shop Operations at Newnan Plants. (2) Overseeing project to combine engineering departments. (3) Overseeing equipment purchase and installation of shop improvements. (4) Coordinate with past owner to close-out outstanding projects and "tie-up" loose ends. Vice President — Operations — Brown Steel Contractors, Inc. 1997 - 1999 Responsible for all Project Management, Engineering, Shop and Field Operations. Duties and accomplishments included: (1) Setting Field Schedule - which, in turn, dictated all other schedules. (2) Improved Shop and Field Performance while reducing injuries. (3) Reviewed all capital expense requests for my departments - submitting annual and updated capital expense budgets. (4) Remained very involved in Project Management and Engineering due to lack of experience in the departments. (5) Coordinated with Sales in determining bidding philosophy - i.e. acceptable margins based on current backlogs in the shop and field. Chief Production Engineer — Brown Steel Contractors, Inc. 1989 - 1997 Responsible for overseeing all drawing production and engineering issues. Standards used include AWWA-D100, API 650, API 620, FM and Customer Specifications. Duties and accomplishments included: (1) Partially automating drawing production - improving the quality, presentation and speed in which drawings were produced. (2) Developed and oversaw Die design for 1500 Ton Press. (3) Developed and oversaw the use of N.C. for all burning tables - including "flat plate" layout for dished segments. (4) Worked with Sales to improve accuracy of Sales preliminary design. Staff Engineer- Brown Steel Contractors, Inc. 1984 - 1988 Responsible of complete design and detailing of approximately 120 elevated water tanks and API tanks ranging in size from 50,000 gallon to 1.5 million. Designs included foundations, structural supports and standards. Also responsible for implementing the use of AutoCad in Engineering starting in 1987. Field Engineer - Brown Steel Contractors, Inc. 1983-1984 �`" 9i,uR. 1887 Worked on erection crews to obtain first hand knowledge of erection procedures and problems. Used this knowledge in all future engineering and operations management. Sales Engineer- Brown Steel Contractors, Inc. 1981- 1983 Reviewed plans and specifications for design requirements, developing a preliminary design used for estimating. Certification: Professional Engineering Registration (GA in 1985) NACE Certified Coatings Inspector — Level I I I AWS CWI Certified Welding Inspector SSPC — Quality Control Supervisor ICC General Building Contractor Affiliations: American Welding Society (AWS) NACE International The Society for Protective Coatings (SSPC) 018-0032 NAMED EQUIPMENT/MATERIAL SUPPLIER LIST: The Bidder shall indicate below which Supplier the Bidder intends to use to furnish, under the Bid, each item of equipment or material listed on this form by writing in one of the named suppliers specified in the Technical Specifications for that equipment or material. (Proposed substitutes may be listed on the Proposed Substitute Equipment/Material Supplier List form but will only be considered after award of the Contract.) If no supplier is named in the Technical Specifications, the Bidder may list any supplier whose product meets all the requirements and technical criteria specified. The listing of more than one supplier for each equipment/material to be furnished with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid nonresponsive and may cause its rejection. EQUIPMENT / MATERIAL See attached listing of Suppliers SPEC SECTION SUPPLIER 8 - 00 41 43 BID FORM 018-0032 END OF SECTION 00 4143 This document is a MODIFIED version of EJCDC' C-410, Copyright © 2013 by the National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers, or is based in part on excerpts from copyrighted EJCDC documents. Those portions of the text that originated in copyrighted EJCDC documents remain subject to the copyright. BID FORM 00 41 43 - 9 CAIDWEIL Since 1887 Water - Energy - Industrial MANUFACTURING/SUPPLIER LIST Contractor will acquire material and parts from the following manufacturers: Please see attached list. 4000 Tower Road Louisville, KY 40219 P: 502-964-3361 F: 502-966-8732 57 East Broad Street Newnan, GA 30263 P: 770-253-3232 F: 770-251-9253 I e V Since 1887 Water - Energy - industrial PLATE & COIL VENDOR INFORMATION VENDOR NAME ADDRESS PHONE FAX ARCELOR MITTAL STEEL 250 WEST US HWY 12 (860) 866-6399 BURNS HARBOR, IN 46304 TIFFANY 7AYNES (219)-787-7157 EVRAZ CLAYMONT STEEL 4001 PHILADELPHIA AVE. (302) 792-5400 CLAYMONT, DE 19703 PAM DOELZE NUCOR PLATE MILL P.O. BOX 279 (877) 626-8267 WINSTON, NC 27986 TIKEYLA POWELL (252) 356-3956 OLYMPIC STEEL, INC. 5080 RICHMOND RD (216) 533-9585 CLEVELAND, OH 44146 STEVE ENGLERT (216) 292-3513 SSAB — MONTPELIER 1770 BILL SHARP BLVD (877) 899-0294 MUSCATINE, IA 52761 BOB BYNUM NUCOR STEEL TUSCALOOSA, INC. 1700 HOLT ROAD N.E. (205) 562-1196 (205) 562-1711 TUSCALOOSA, AL 35404-1000 CANDI WEBSTER 4000 Tower Road Louisville, KY 40219 P: 502-964-3361 F: 502-966-8732 57 East Broad Street Newnan, GA 30263 P: 770-253-3232 F: 770-251-9253 I e V Since 1887 Water - Energy - industrial PIPE/TUBE & STRUCTURAL VENDOR INFORMATION VENDOR NAME ADDRESS PHONE FAX ALTON STEEL C/O SUROVEC P.O. BOX 750743 (937) 475-1627 DAYTON, OH 45475 DAVID SUROVEC (937) 435-1868 CMC STEEL FORMERLY SMI STEEL 101 SOUTH 50TI STREET (800) 621-0262 BIRMINGHAM, AL 35232 Libby (205) 591-4554 McJUNKIN RED MAN CORP 500 N. BROADWAY, STE 1600 (618) 219-9413 ST. LOUIS, MO 53547 KIETH RICHTER (314) 982-9395 MANDAL PIPE COMPANY P.O. BOX 2566 (770) 573-3022 LILBURN, GA 30048-2566 DAN NORTON (770) 979-3485 NUCOR STEEL — BERKELEY P.O. BOX 2259 (877) 722-3261 MOUNT PLEASANT, SC 29465 PATRICIA COOK (843) 336-6539 NUCOR — YAMATO STEEL COMPANY P.O. BOX 1228 (800) 289-6977 BLYTHEVILLE, AR 72316 LORI (870) 763-9107 AMERICAN PIPING PRODUCTS P.O. BOX 1479 (636) 730-3003 BALLWIN, MO 63022-0201 JOHN COPPLE (636) 394-9389 THOMAS PIPE & STEEL/EDGEN CORP. 488 PAUL AVENUE (800) 325-7909 ST. LOUIS, MO 63135 JOE RITTENDALE (314) 524-3110 EAGLE TUBULAR PRODUCTS 105 CHESSEN LN. (888) 558-1702 ALTON, IL 62002 DAVID VANDERGRIFF (618) 463-1755 4000 Tower Road Louisville, KY 40219 P: 502-964-3361 F: 502-966-8732 57 East Broad Street Newnan, GA 30263 P: 770-253-3232 F: 770-251-9253 I e V Since 1887 Water - Energy - industrial COATINGS/PAINT VENDOR INFORMATION VENDOR NAME ADDRESS PHONE FAX INDURON PROTECTIVE COATINGS P.O. BOX 2371 (800) 284-1029 BIRMINGHAM, AL 35201-2371 (205) 324-6942 J.D. PETRO & ASSOCIATES, INC. P.O. BOX 420 (877) 348-8427 (TNEMEC COMPANY) FRANKLIN, IN 46131 JERRY PETRO/FAYE (317) 736-9120 PORTER PAINTS P.O. BOX 534 (502) 588-9640 801 SOUTH THIRD LOUISVILLE, KY 40203 BILL THOMPSON (502) 588-9801 SHERWIN-WILLIAMS/POPLAR 4702A POPLAR LEVEL ROAD (502) 969-1125 LOUISVILLE, KY 40213 (502)969-1058 4000 Tower Road Louisville, KY 40219 P: 502-964-3361 F: 502-966-8732 57 East Broad Street Newnan, GA 30263 P: 770-253-3232 F: 770-251-9253 I e V Since 1887 Water - Energy - industrial SAFETY CLIMB VENDOR INFORMATION VENDOR NAME ADDRESS PHONE FAX CAPITAL SAFETY USA 3833 SALA WAY (800) 328-6146 RED WING, MN 55066-5005 KIM KRIE EXT: 6201 (651) 388-5065 FRENCHCREEK PRODUCTION INC. 626 13TH STREET (877) 228-9327 FRANKLIN, PA 16323 CHRIS WILLIAMS (814) 437-2544 NORTH SAFETY PRODUCTS LTD. 26 DANSK COURT (800) 836-8006 TORONTO, ON M9W 5V8 (888) 667-8477 4000 Tower Road Louisville, KY 40219 P: 502-964-3361 F: 502-966-8732 57 East Broad Street Newnan, GA 30263 P: 770-253-3232 F: 770-251-9253 INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS: 018-0032 The Bidder shall list below the name and the location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvement, or a subcontractor licensed by the state who, under subcontract to the prime contractor, specially fabricated and installs a portion of the work or improvement according to detailed drawings contained in the Plans and Specifications, in an amount in excess of one-half of one percent of the prime contractor's total Bid. The Bidder shall also list below the portion of the work which will be done by each subcontractor under this Contract. Failure to comply with this requirement will render the Bid nonresponsive and may cause its rejection. Subcontractor Percent License of Total Work to be Performed Number Contract Subcontractor's Name & Address 1. Civil Construction 2. Field Coatings 3 Electrical 4. 5. 6. 7. 0088070622 0402320622 39648 Note: Attach additional sheets if required. Ozark MTN. Construction 19% 1002 Artis Lane Conway, AR 72034 5% Currens Construction Services Harrodsburg, KY 40330 Brothers Electric 1 2% 16649 Payne Road Conroe, Texas 77302 BID FORM 0041 43 - 7 SECTION 00 43 13 - BID BOND KNOW ALL MEN BY THESE PRESENTS: that we Caldwell Tanks, Inc. 4000 Tower Road Louisville, KY 40219 as Principal, hereinafter called the Principal, and Great American Insurance Comp 301 E. 4th Street Cincinnati. OH 45202 a corporation duly organized under the laws of the State of Ohio hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 018-0032 as Surety, as Obligee, hereinafter called Owner, in the sum of --- (Five Percent of Bid Amount)------------- ----------------------------------------------- Dollars ($5% of Bid Amount), for the payment of which sum, well and truly to be made, Principal and said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has submitted a Bid for: CONSTRUCTION - TOWNSHIP PRESSURE PLANE — PHASE 1-TOWNSHIP TANK IMPROVEMENTS NOW, THEREFORE, if the Owner shall accept the Bid of Principal and the Principal shall enter into a Contract with the Owner in accordance with the terms of such Bid, and give such Bond or Bonds as may be specified in the Bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of Principal to enter such Contract and give such Bond or Bonds, if the Principal shall pay to the Owner the difference not to exceed the penalty hereof between the amount specified in said Bid and such larger amount for which the Owner may in good faith contract with another party to perform the Work covered by said Bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 14th day of July 2021 BID BOND 00 43 13 - 1 018-0032 PRINCIPAI Caldwell Tanks. Inc. By (SiKrratu re) Eric W. Monske, Sales Manager (Type or print) (CORE•SEAL)• U , GpRPpRgr . Z n- ��SEAL 45 &teat SURETYvn,4nau4a/x�67, 1 By E=G� (Signature) Cherie Brewer (Type or print) ATTORNEY -IN -FACT (CORPORATE SEAL" By - (Sig at e) Jo ark Strader/Attorney-in-Fact (Type or print) This Bond shall be accompanied with Attorney-in-Fact's authority from Surety END OF SECTION 00 43 13 00 43 13 - 2 BID BOND GREAT AMERICAN INSURANCE COMPANY@ Administrative Office: 301 E 4TH STREET • CINCINNATI, OHIO 45202 • 513-369-5000 0' FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than FIVE No.() 21502 POWER OFATTORNEY KNOWALLMEN BYTHESE 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, each individually if more than one is named, its true and lawful attomey-in-fact, for it and in its name, place and stead to execute on 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. Name Address Limit of Power PHILIP D. ANDERTON ALL OF ALL BRIAN CRAWFORD LOUISVILLE, $100,000,000 NED BOOKER KENTUCKY CHERIE BREWER JOHN MARK STRADER This Power ofAttorney revokes all previous powers issued on behalf of the attomey(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 1ST day of FEBRUARY 2021 Attest GREAT AMERICAN INSU NCECOMPANY Assisianl Secretary Divisional Senior rice President STATE OF OHIO, COUNTY OF HAMILTON - ss: MARK VICAR) (877-377-2405) On this 1ST day of FEBRUARY 2021 , before me personally appeared MARK VICARIO, tome known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is a Divisional Senior Vice 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 ofthe said Company; that the seal affixed to the said instrument is such corporate 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. SUSAN A KOHORST Notary Public r State of Ohio °6 My Comm. EVIres May 18, 2025 This Power ofAttorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated June 9, 2008. RESOLVED: That the Divisional President, the several Divisional Senior Vice Presidents, Divisional Vice Presidents and Divisonal Assistant Vice Presidents, or any one of them, be and hereby is authortzed, from time to time, to appoint one or more Attorneys -in -Fact to execute on behalf of the Company, as surety. any and all bonds, undertakings and contracts ofsuretyship, 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 of suretyship, or other it,ritten 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, STEPHEN C. BERAHA, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and s ;Resp)utions of the Board of Directors of June 9, 2008 have not been revoked and are now in full force and effect. . Signed and sealed this ^. S30'29AFI.(03/20) i 14th day of July 2021 4 4, 'r' :3 A.ssislanl Secretary �~ Responses Success: All data is valid! Numeric Estimated Quantity Unit of Measurement Unit Price Total Cost Success: All values provided #0-1 Mobilization - Shall not exceed 5 % of total bid 1 Lump Sum $ 120,000.00 $ 120,000.00 Lump Sum $ 11,500.00 $ 11,500.00 Success: All values provided #0-2 Bonds and Insurance 1 Lump Sum $ 2,052,950.00 $ 2,052,950.00 Success: All values provided #0-3 250,000 Gallon Elevated Composite Tank, complete in place 1 Lump Sum $ 55,300.00 $ 55,300.00 Success: All values provided #04 Existing Township Tank Demolition 1 Success: All values provided #0-5 Township Tank Site New Ashphalt Driveways, complete in place 2750 Square Yard $ 25.00 $ 68,750.00 Lump Sum $ 12,000.00 $ 12,000.00 Success: All values provided #0-6 Property Owner Consessions/Requests, complete in place 1 Lump Sum $ 3,000.00 $ 3,000.00 Success: All values provided #0-7 Sediment and Erosion Controls 1 Trench and Excavation Safety Systems, as Success: All values provided #0-8 required by Act 291 of the 1993 Arkansas 1 Lump Sum $ 1,500.00 $ 1,500.00 General Assembly 7/14/2021 Back to Project Proposal Data Bid 21-60, Construction - Township Tank Improvements - Proposal Data Supplier Caldwell Tanks, Inc. Scorecard Landmark Structures Scorecard Open... Phoenix Fabricators and Erectors, LLC Scorecard Open... AR Secretary of State Arkansas Contractor's Filing # License # 0028840422 Yes 0093380522 Yes 0034100421 Yes Show/H� (*76 Search Pursuant Arkansas Code Annotated §25-1-503, the currently boycott Israel and will not boycott Israel i or while in contract, with any public entity as defin, contractor decides to boycott Israel, the contractor writing. https://Fayetteville-ar.bonfirehub.com/projects/46778/proposal Data 1 /1 City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar) Budget Year Division Adjustment Number /Org2 WATER SEWER (720) 2021 Requestor: Cheryl Partain BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: A Budget Adjustment is needed in the Water System Rehabilitation and Replacement project for the costs associated with the Township Pressure Plane project. Impact Fee budgeted funds will be utilized for this project. Budgeted funds from the Impact Fee project are being moved to cover the cost for the construction of a new elevated water storage tank, associated site improvements, and demoliton of the existing Township water storage tank (Bid #21-60). COUNCIL DATE: LEGISTAR FILE ID#: 9/7/2021 2021-0635 HoRy 3la,(,� 8/16/2021 1:46 PM Budget Director TYPE: JOURNAL #: Date D - (City Council) RESOLUTION/ORDINANCE GLDATE: I CHKD/POSTED: 9/7/2021 TOTAL Account Number 5,1 15,000 5,1 15,000 Increase / (Decrease) Expense Revenue Proiect.Sub# Project Sub.Detl AT v.20210601 Account Name 5400.720.5600-5808.00 2,557,500 - 12009 2101 EX Improvements - Water Line 5400.720.5600-6602.30 2300.720.9300-7602.40 - 2,557,500 2,557,500 - 12009 2101 RE 07002 2009.2101 EX Transfer from Fund - Impact Fee Transfers To Funds - Water & Sewer Func 2300.720.9300-4999.99 - 2,557,500 RE Use Fund Balance - Current H:\Budget Adjustments\2021_Budget\City Council\09-07-2021 \2021-0635 BA Township Water Tank - Caldwell Contract (bid 21- 60).xlsm 1 of 1 Caldwell Tanks, Inc Change Order No. 2 City of Fayetteville Staff Review Form 2023-1203 Item ID ARCHIVED City Council Meeting Date-Agenda Item Only N/A for Non-Agenda Item Tim Nyander 12/5/2023 WATER SEWER (720) Submitted By Submitted Date Division/Department Action Recommendation: Staff recommends approval of Change Order No. 2 to the contract with Caldwell Tanks, Inc.which will increase the contract amount by$14,200.00. Budget Impact: 5400.720.5600-5808.00 Water and Sewer Account Number Fund 12009.2101 Water System Rehabilitation/Replacement Project Number Project Title Budgeted Item? Yes Total Amended Budget $ 3,603,038.00 Expenses(Actual+Encum) $ 2,899,663.66 Available Budget $ 703,374.34 Does item have a direct cost? Yes Item Cost $ 14,200.00 Is a Budget Adjustment attached? No Budget Adjustment $ - Remaining Budget $ 689,174.34 V20221130 Purchase Order Number: 2021-564 Previous Ordinance or Resolution# 222-21 Change Order Number: 2 Approval Date: 12/12/20233 Original Contract Number: 2021-50 Comments: _ CITY OF FAYETTEVILLE STAFF MEMO W. ARKANSAS TO: Mayor Lioneld Jordan THRU: Susan Norton, Chief of Staff Tim Nyander, Utilities Director FROM: Corey Granderson, Utilities Engineer DATE: December 4, 2023 SUBJECT: Approval of Change Order No. 2 for the Township Water Tank Replacement Project RECOMMENDATION: Staff recommends approval of Change Order 2 to the contract with Caldwell Tanks, Inc. which will increase the contract amount by $14,200.00. BACKGROUND: In September 2021, the City Council approved a contract with Caldwell Tanks, Inc. for the construction of a new, larger Township Pressure Plane Water Tank (Res. 222-21). This tank was identified in previous master plans as undersized for fire flow in this area of the water system. Change order 1 was previously approved related to several city-requested design changes relating to the communications, electronics, and tank mixing systems originally designed on the tank. DISCUSSION: A critical scheduling component of this project was the demolition of the original Township water tower which contained active cellular equipment. A significant delay by the cellular company required the contractor to delay demolition and site paving work by almost an entire year. During this time prices have escalated. necessitating the need for Change Order 2 to accommodate current asphalt prices. The City is very pleased that the contractor cooperated during this long delay to the finalization of the project and the City agrees this change order request is fair and justified. BUDGET/STAFF IMPACT: Funds for this change order are available within the approved project contingency of $232.500.00. Attachments: Change Order 2 Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 CHANGE ORDER No. 2 olsson Date of Issuance: 12/1/2023 Effective Date: 12/1/2023 Project:Township Pressure Plane—Phase 1 — Owner:City of Fayetteville Owner's Contract No. 21-60 Township Tank Improvements Contract Date of Contract:10/15/2021 Contractor:Caldwell Tanks, Inc. Engineer's Project No.:A18-0032 The Contract Documents are modified as follows upon execution of this Change Order: Description: Additional time and asphalt cost for delays due to communications service provider. Reduce pavement extent on Weiss property and compensate property owner for the difference, slight adjustments to pavement demolition and new pavement scope on Willis property, convert Asphalt Driveways bid item from Unit Price to Lump Sum for simplicity. Attachments: (List documents supporting change):Quotes for new asphalt cost, pavement agreement with property owner, revised Schedule of Values, and revised plan sheets attached supporting Contract Price change. CHANGE IN CONTRACT PRICE CHANGE IN CONTRACT TIMES [note changes in Milestones if applicable] Original Contract Price: Original Contract Times: Substantial Completion(days or date): 510 $ 2,325,000 Ready for Final Payment(days or date): 540 [Increase] [Dccrcasc} from previously approved ['~creas [Decreas from previously approved Change Orders Change Orders No. 0 to No. 1 : No. 0 to No. 1 : Substantial Completion(days or date): N/A $ 16,494.44 Ready for Final Payment(days or date): N/A Contract Price prior to this Change Order: Contract Times prior to this Change Order: Substantial Completion(days or date): 510 $ 2,341,494.44 Ready for Final Payment(days or date): 540 [Increase]{Dec-cease}of this Change Order: [Increase] [Dccr63se] of this Change Order: Substantial Completion(days or date): 318 $14,200.00 Ready for Final Payment(days or date): 318 Contract Price incorporating this Change Order: Contract Times with all approved Change Orders: Substantial Completion(days or date): 828 $ 2,355,694.44 Ready for Final Payment(days or date): 858 RECOMMENDED: ACCEPTED: A CEPTED: By: a By: By: A,l,( ngin uthorized Signature) Owner(Authorized Signature) Contractor(Authorized Signature) Director of Project Title: Erin Needham, Project Manager Title Title: ManagAment Date: 12/1/23 Date Date: /a - Approve y May r y of F yetteville: By: Title: Mayor Lioneld Jordan Date: 12/12/2023 EJCDC"C-941,Change Order,Adapted. Prepared and published 2013 by the Engineers Joint Contract Documents Committee. Page 1 of 1 Since 1887 November 13, 2023 To: Corey Granderson City of Fayetteville,AR From: Dave Francis Director of Project management Caldwell Tanks, Inc. Subject: PCO#2-City of Fayetteville—250M CET Township Tank— Proposed Asphalt cost changes Please see the attached Lump sum cost for the Asphalt work. Ozark-$79,000.00 Caldwell 5%-$3,950.00 Total Co Request-$82,950.00 Feel free to contact me if you have any questions or if you would like to discuss in further detail. Sin erely, ltti�� David E Francis Director of Project Management and Civil Construction 4000 Tower Road - Louisville, KY 40219 - P: 502-964-3361 - F. 502-810-0983 OZARK MTM. CONSTRUCTION, INC. I 1/9/2023 Dave Francis Caldwell Tanks Inc. 4000 Tower Road Louisville, KY 40219 dfranciscaldwelltanks.com Change Order Regrading the Asphalt Price Increase Township Tank Improvements 8087 Fayetteville,AR 8087-CO-1 Dave, Please see the cost total cost for the asphalt placement at Dr.Weiss and Mr. Willis locations this price is all inclusive for all that needs to be completed. Total Change Order Amount: $79,000.00 Sincerely. OZARK MTN. CONSTRUCTION, INC. Peyton Dey Project Manager Peyton@ozarkmtnco.com 1002 Artis Lane•Conway,AR 72034•(501)450-7538•Fax(501)764-0494 olsson A To whom it may concern, This is regarding the Township Pressure Plane- Phase 1 -Township Tank Improvements project: City of Fayetteville contract number 21-60, Olsson project number 018-0032-A, and Caldwell Tanks project number E-9098. The Township Tank Improvements construction documents included 1,085.91 square yards of asphalt replacement along the driveway on Parcel 765-15986-000, owned by John and Mary Weiss. All parties agree that the minimum asphalt replacement necessary on this driveway is a 60-foot-long by 22-foot-wide section of the driveway near the construction entrance to the tank site. Based on the property owner's request,only that minimum portion of the driveway will be repaved. The paved area amounts to 146.67 square yards. The remaining 939.24 square yards of this driveway included in the project scope will not be paved. Instead, the property owners will be compensated by Caldwell Tanks for the unpaved area at the rate of$25 per square yard corresponding to the unit price for asphalt paving on schedule of values for this project. Therefore, the total compensation will be$23,480.97. Signed, 4 11-16-23 Corey Granderson, City of Fayetteville /6------I,VL-"'a Dave Francis, Caldwell T pks C/.7,1-- John, eiss or Mary Weiss 302 E Miilsap Road I Fayetteville.AR 72703 0 479 443 3404 I oisson.com c o �t 8 .a 8 8 8 8 . C. _ G 4 n 8 a ^ O P� •C n M H Sc N Vr 2 O m g g s g g g g g g g = g g g g g y eiZ __ _ _ 8888888 8 888 888 C = = vs� 8 888888888 8 888 gAv: 4 U C C OteC 44 r • N la. '''— Zs M LC' V N N N M V1 V ✓ •/. N N F ri SF S 8E ac. 3 & c Z Le a a 6 8 c� . Y 2 . 2y a a 3 4 $89 •o_€ E I & s c s 4 = Q.= 88• 8888888 8 888 Irv. 1< �s, 3 ggt-488 gg3 w _.r: R • .: �� '>c n w w73w � vv. '^ `^ „ a - . 32 a eyy N 6` U j.E 9 9- o _ _ _ _ _ _ _ ,y- u.i a `o q Ea 8 888888888.. 8 : 88888. g. As? 8 '4g m s8. g ggg § § § § § §a § R § 8g y ,4i8 �' > yya�� r38839, .Rg , , ..pn ,v„' E ya: �j yy w H H K M a a v, N N K v. 34 v. n N y N w a Y a h U x Ai pppGO .p p Wen Fi 8 8 8 8 8 8 8 8 8 8 8 8 8 8 ! � 8 g va - 8. O 74 _ g § g§ @ @ O@ @ @ @ § G$ �§, . 2 @ 3 #. 1 @ o �' N N VI ev Q�}' S v g N N N N Q a �` N N N 41 W Y9 M N N ~ fi = _ _ 3888888838888888 _ - - - N .;F. 2 W . S 8 3 A `sy v S c F s CJ 5 a - . O. k e 3 i F V. oaf _ % ` - - g a vs 711 1 = E `,y G 8 g 8 x z € € 8 . . A `o az - 11 AAA = off _ A a' `1851111 IC . 28 pU a7. a1 m .11- a s a Lti 1 I c S - Nt.. < ... ns ? O - N ,aVr. . n0a55 G / I u.ea en.te-».. CVO MI'Sit xve cote urw3owa SNOISIA321 KIK UV P131 r«a avw t<•3 ZK LZOZI SVSNVN21tl 311In3113AVd DOSS O e S1N3W3AO21dWlNNtll3W1SS301 L SNMO SYHd �[� S1N3N3n0NdWl 3NVld 3MI1SS3fld dIHSNM01 liillii To ry t d' � WOO"°me Lvwu a3 a" I e NV'1d NO11110W3O a •3 "'.Armin c 3+c „a 311S NNW.dIHSNM01 '�� `t� c p i 1f p 1 1 t 'o---- `-----z____`- __ ���pyyvvv���.. Yr 1t 10 p '�a `s. , , 1 I 1 • . • s 1 I. \ \ a g 1 i �w�lww=-: 7 y - -------i 1 1 8 I p ! i pQ I t 1 ! — 411\XL N litr- 3. 9 1 i 1 III f 3�<if 1 , If 1 ;� 1 1 II id tE" ! °N 1 iIll!I:- ei 9 f 4 pp 9 BQ�' 'd i ..SMse o l�usyy A .rr.IT.os ncsa SS9i. .KtN C20E fl L.0 3. XO Ow'nOuiJO M-,w-•M-s.f-a\.WtTh.b d O'd..1\S a W.,..R...., OMC.SO rvl MU IV w.,...i sNOISIn3a LZOZ SVSNV)1aV 3��IA3113AVd lillir10K'tW61�3l q•a••4w s�3m6 ,gy. '?i S1N3W3AOMdW1)INV1 dIHSNMO.L-L 3SVHd u O^w O 4 W. S1N3R3AO21dWI 3NV1d 3211SS32d dIHSNMOI J ( ikl.. a am aa..103-:OM a..o wwb v fil U Stl3aV 03AVd M3N 3+�+f/ Inlse�.xuwN.r S..c m 31IS NNVJ.dIHSNM01 13 1l j fi Z ...... oY o E. i 1 p 1 e: N ¢ II 6Q li il '' ''' ., r r Or ".. -7 rif r A\ 1 I I -- -- ----______-____-___---- .. ---- --- a .-------- '. 1 I i r ---- _ pitpY 0, I i ----------- 11 I - - o` IIt \ : I \f1Tj IP ° !i11•1 I a` I I! I ai I I aZ Y{i 9Lgt 4 l siKMiaMuwq�lta, XVP.IK>bl�++l 1lfll 3818. .098a C808'LL lir0 1 M r'b3511 6.iU3N ]N -I CO-l.-MA .+-A\NNOr.10^,A...\J `i6