Loading...
HomeMy WebLinkAbout132-24 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 132-24 File Number: 2024-53 GARNEY COMPANIES, INC. (CHANGE ORDER NO. 1): A RESOLUTION TO APPROVE CHANGE ORDER NO. 1 WITH GARNEY COMPANIES, INC. IN THE AMOUNT OF $75,450,081.00 FOR CONSTRUCTION MANAGER AT -RISK SERVICES FOR THE WEST CORRIDOR WATER TRANSMISSION LINE PROJECT WHEREAS, the City of Fayetteville needs to construct a new 48" water transmission line about 11.4 miles north just across the Benton County line near Highway 112 and the Springdale Northern Bypass to access Beaver Water District's new 60" water transmission line to improve hydraulics, provide critical redundancy for our two older transmission lines (57 and 31 years old), and ensure overall resilience of our system; and WHEREAS, Gamey Companies, Inc. was selected by RFQ 23-05 and entered into a contract with the City approved by Resolution 243-23 for construction manager at -risk services for this West Corridor Water Transmission Line Project; and WHEREAS, to meet the project's $85 Million loan closing deadline of June 30, 2024, with the Arkansas Natural Resources Commission, a guaranteed maximum price must be established by Garrey Companies, Inc., approved by the Fayetteville City Council and submitted to the Arkansas Natural Resources Commission immediately following the May 7, 2024 City Council Meeting. NOW, THEREFORE, 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 approves Change Order No. 1 with Garrey Companies, Inc. as the construction manager at -risk in the amount of $75,450,081.00 as the approved guaranteed maximum price for the West Corridor Water Transmission Line Project. PASSED and APPROVED on May 7, 2024 Page 1 .��\�IIII►IIIIi.. CITY OF FAYETTEVILLE ARKANSAS MEETING OF MAY 7, 2024 TO: Mayor Jordan and City Council THRU: Susan Norton, Chief of Staff FROM: Tim Nyander, Utilities Director SUBJECT: Garney Companies, Inc. - Change Order No. Line RECOMMENDATION: CITY COUNCIL MEMO 2024-53 for West Corridor Water Transmission Staff recommends approval of Change Order No. 1 with Garney Companies, Inc. in the amount of $75,450,081.00 for the West Corridor Water Transmission Line Project. BACKGROUND: The City of Fayetteville owns and operates two parallel water transmission lines from Beaver Water District (BWD) in Lowell that enter from the northeast corner of the City. These lines are a 36-inch pipe installed in 1967 and a 42-inch pipe installed in 1993. BWD intends to build a western water distribution point near HWY- 112 and the newly constructed Springdale Northern Bypass, HWY-612. This facility will supply a western water transmission feed to all four customer cities, helping with hydraulics, critical redundancy, and overall utility resiliency. Fayetteville's 11.4-mile connection to the proposed BWD facility is currently under engineering design and permitting. Garvey Companies, Inc. was selected (RFQ 23-05) and a contract executed (Res. 243-23) for Construction Manager At -Risk services on this project. Garney's pre -construction services have been ongoing, with the project successfully on -track with permitting and procurement goals. DISCUSSION: To meet the project's loan closing deadline of June 30th, 2024 with ANRD, a Guaranteed Maximum Price (GMP) must be established by Garvey, approved by the Fayetteville City Council via change order, and submitted to ANRD immediately following the May 7th City Council meeting. The GMP developed by Garney includes known material procurement pricing received through sealed competitive bidding on April 5th, 2024 and includes detailed construction estimates by Garvey of the 90% Construction Documents prepared by McClelland Consulting Engineers. BUDGET/STAFF IMPACT: On August 1 st, 2023, City Council approved Resolution 169-23 approving a Budget Adjustment to recognize loan funding from the Arkansas Natural Resources Commission in the amount of $85,000,000.00, contingent on the approval of the bond issuance and the completion of the loan closing. On April 16th, 2024, Ordinance 6737 was approved by the City Council authorizing the issuance and sale of a not to exceed $85,000,000.00 Water and Sewer System Revenue Bond, Series 2024. Once the execution and Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 delivery of a bond purchase agreement providing for the sale of the bond has been done, the Budget Adjustment will be posted. ATTACHMENTS: SRF (#3), Recommendation of Approval from McClelland Consulting Engineers (#4), Garvey Companies, Inc. - GMP Submission (#5) Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 == City of Fayetteville, Arkansas y 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 - Legislation Text File #: 2024-53 Garney Companies, Inc. - Change Order No. 1 for West Corridor Water Transmission Line A RESOLUTION TO APPROVE CHANGE ORDER NO. 1 WITH GARNEY COMPANIES, INC. IN THE AMOUNT OF $75,450,081.00 FOR CONSTRUCTION MANAGER AT -RISK SERVICES FOR THE WEST CORRIDOR WATER TRANSMISSION LINE PROJECT WHEREAS, the City of Fayetteville needs to construct a new 48" water transmission line about 11.4 miles north just across the Benton County line near Highway 112 and the Springdale Northern Bypass to access Beaver Water District's new 60" water transmission line to improve hydraulics, provide critical redundancy for our two older transmission lines (57 and 31 years old), and ensure overall resilience of our system; and WHEREAS, Gamey Companies, Inc. was selected by RFQ 23-05 and entered into a contract with the City approved by Resolution 243-23 for construction manager at -risk services for this West Corridor Water Transmission Line Project; and WHEREAS, to meet the project's $85 Million loan closing deadline of June 30, 2024, with the Arkansas Natural Resources Commission, a guaranteed maximum price must be established by Gamey Companies, Inc., approved by the Fayetteville City Council and submitted to the Arkansas Natural Resources Commission immediately following the May 7, 2024 City Council Meeting. NOW, THEREFORE, 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 approves Change Order No. I with Gamey Companies, Inc. as the construction manager at -risk in the amount of $75,450,081.00 as the approved guaranteed maximum price for the West Corridor Water Transmission Line Project. Page 1 Tim Nyander Submitted By City of Fayetteville Staff Review Form 2024-53 Item ID 5/7/2024 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 4/18/2024 WATER SEWER (720) Submitted Date Division / Department Action Recommendation: Staff recommends approval of Change Order No. 1 and Amendment No. 1 with Garney Companies, Inc. in the amount of $75,450,081.00 for the West Corridor Water Transmission Line Project. 5400.800.5650-5808.00 Account Number 18015.2401 Project Number Budgeted Item? Yes Budget Impact: Water and Sewer Fund West Water Transmission Line Total Amended Budget Expenses (Actual+Encum) Available Budget Does item have a direct cost? Yes Item Cost Is a Budget Adjustment attached? No Budget Adjustment Purchase Order Number: Change Order Number: Original Contract Number: Comments: RFQ 23-05 Remaining Budget Project Title $ 87,476,030.00 $ 2,253,236.16 85,222,793,84 $ 75,450,081.00 9,772,712.84 V20221130 Previous Ordinance or Resolution # 169-23, Ord 6737 Approval Date: McCLELLAND 1580 East Stearns Street CONSULTING Fayetteville, AR 72703 ENGINEERS, INC. (479) 443.2377 P 1 (479) 443.9241 F mce.us.com April 18, 2024 Mr. Corey Granderson, PE Utilities Engineer City of Fayetteville 113 W. Mountain St. Fayetteville, AR 72701 RE: West Transmission Main Recommendation of Approval — Guaranteed Maximum Price Submission MCE Project No. 11-2184 ANRD Project No. 23-127 Dear Mr. Granderson, We have received the GMP submission document provided by Garney Companies, Inc. dated April 15, 2024. Based on our review of this document, we recommend that the City of Fayetteville execute a GMP Change Order in the amount of $75,450,081.00 in accordance with Paragraph 11.4 of the Contract for Construction Manager at Risk Services dated November 7, 2023. Please do not hesitate to call should you have any questions and as always, thank you for allowing us to be of service. Sincerely, McClelland Consulting Engineers, Inc. Nicholas R. Batker, P.E., CFM® Senior Associate I Senior Project Manager cc: Matthew Brooks, P.E. — Natural Resources Division, Department of Agriculture Zachary Smith — Natural Resources Division, Department of Agriculture WA2022\11-2184 - Fayetteville West Transmission Main\Correspondence\Client\GMP Recommendation\11-2184 GMP Recommendation of Approval.docx Resolution 243-23; RFQ 23-05 Change Order No. 1 I SUBMITTED BY: GARNEY COMPANIES, INC. 1700 SWIFT STREET, NORTH KANSAS CITY, MO 64116 816.741.4600 WADE PIERPOINT 918.779.8975 qAC .Ley) 1333 NW Vivion Road, Kansas City, MO 64118 Phone: 816.741.4600 Fax: 816.741.4488 www.garney.com Table of Contents • SECTION 1- TRANSMITTAL LETTER • SECTION 2 - GARNEY EXECUTIVE LETTER • SECTION 3 - LINK TO CONTRACT DOCUMENTS • SECTION 4 - DESCRIPTION OF VARIATIONS AND ASSUMPTIONS • SECTION 5 - OWNER SUMMARY - GMP PRICE BREAKDOWN • SECTION 6 - BID PACKAGES C=Y0101 UIMW.1K"413( LvjIMA14tlrJIri0 o SOV 1.02 - LARGE DIAMETER VALVES 0 SOV 1.03 - SMALL DIAMETER VALVES 0 SOV 1.04 - COMBINATION AIR RELEASE VALVES Section 01 Transmittal Letter CITY OF .� FAYETTEVILLE AQKANSAS Construction Manager at Risk GMP Proposal April 17, 2024 Resolution 243-23; RFQ 23-05 Change Order No. 1 J («arney ADVANCING WATER Corey Granderson, P.E. City of Fayetteville 113 W. Mountain St. Fayetteville, AR 72701 RE: West Transmission Main - GMP Mr. Granderson, 1700 Swift Street, North Kansas City, MO 64116 Phone: 816.741.4600 www.garney.com 4/17/2024 In accordance with the Agreement between Garney Companies, Inc. and City of Fayetteville, Garney is pleased to provide the below information and attached documentation to establish the Guaranteed Maximum Price for City of Fayetteville - West Transmission Main. Garney proposes to establish the Guaranteed Maximum Price (GMP) for this project at $75,450,081.00. This GMP Proposal includes the previously accepted early material procurement scopes as well as the costs for future proposals for the complete installation of the Water Pipeline. Attached hereto are the early material procurements for reference. All scopes of work and material supply will be contracted by Garney Construction within the requirements of the Agreement for the CMAR Project. The scopes are included herein conveyed as the Bid Packages in which they were or will be procured with their respective costs along with explanations of any allowances included. Also included in this proposal is the cost for the CMAR management, fee, insurances, and contingency per the Agreement along with the anticipated Construction schedule. The GMP proposal includes the above scope of work and supply as identified in the plans and specifications made available to Garney for the purpose of construction. These plans, CMAR Contract, and specifications are generally referred to as the "West Transmission Main Fayetteville, AR - 60% CMAR Submittal" and Bidding Documents, Contract Documents and General Requirements (Volume 1) and Technical Specifications (Volume 2) "Project Manual - West Transmission Main - March 2024." The plans and specifications were not final at the time of procurement of the early work and supply packages and were intended for the sole purpose of early procurement of the above referenced items. It is both possible and likely that design revisions will be made as the project progresses to the Final Design for Construction. Any known revisions to these plans and specifications, and cost adjustments associated with those revisions, are captured in this GMP proposal. Changes in scope may require a Change to this GMP proposal, as directed by the City of Fayetteville, and in accordance with the Agreement. This GMP includes the Construction Manager at Risk's Fees and Expenses, the estimated Cost of the Work, and expenditures as outlined in the Contract Documents and Agreement. Project Schedule reflects a Substantial Completion of May 22nd, 2026 with a Final Completion of June 22nd, 2026. Please contact Garney directly if there are any questions regarding this GMP Proposal. Sincerely, GARNEY COMPANIES, INC. ZWad4eierpD int Sr. Project Manager CC: Sam Marston - Garney Bill Williams - Garney Joey Perell - Garney Trent Williams - McClelland Consulting Engineers Nick Batker - McClelland Consulting Engineers Bidding documents: - West Transmission Main Fayetteville, AR - 60% CMAR Submittal - Project Manual - West Transmission Main - March 2024 - RFQ 23-05 - Contract for CMAR for West Transmission Main 10/19/2023 - Geotechnical Report for Fayetteville West Transmission Main - 2/5/2024 Section 02 Executive Letter CITY OF .� FAYETTEVILLE AQKANSAS Construction Manager at Risk GMP Proposal April 17, 2024 Resolution 243-23; RFQ 23-05 Change Order No. 1 «arnWV ey ADVANCING WATER Corey Granderson, P.E. City of Fayetteville 113 W. Mountain St. Fayetteville, AR 72701 RE: West Transmission Main - GMP Mr. Granderson, 1700 Swift Street, North Kansas City, MO 64116 Phone: 816.741.4600 www.garney.com 4/17/2024 In accordance with the Agreement between Garney Companies, Inc. and City of Fayetteville, Garney is pleased to provide the below information and attached documentation to establish the Guaranteed Maximum Price for City of Fayetteville - 48" West Transmission Main. Garney proposes to establish the Guaranteed Maximum Price (GMP) for this project at $75,450,081.00. This GMP Proposal includes the solicitation packages and scopes with the corresponding estimated costs for the complete installation of the Water Pipeline. The estimated costs within the GMP are indicative of the Arkansas Revolving Loan Fund (RLF) allocation to the City of Fayetteville. It is mutually understood as the project develops, and design progresses from 60% to Final, there is potential that the Project value surpasses the loaned amount by which the City of Fayetteville and CMAR shall evaluate alternative funding provided by the City for the completion of the work. Any revisions to these plans and specifications, and cost adjustments associated with those revisions, are not captured in this GMP proposal. Changes in scope may require a Change to this GMP proposal, as directed by City of Fayetteville, and in accordance with the Agreement. The plans and specification reference items below the time of GMP and were intended for the sole purpose of early procurement of the below referenced items. It is both possible and likely that design revisions will be made as the project progresses to the Final Design for Construction. Packages included in the early material procurements generally described as - Large Diameter Pipe, Large Diameter Valves, Small Diameter Valves, and Combination Air Valves. The GMP also includes future packages generally described as Clearing and Temporary Fences, SWPPP, Tunneled Crossings, Cathodic Protection Impressed Current System, Pipeline Installation Segments, and other costs including but not limited to Insurance and Bonding and Allowances. Attached hereto are supporting documents to the GMP for reference. This GMP includes the Construction Manager at Risk's Fees and Expenses, the estimated Cost of the Work, and expenditures as outlined in the Contract Documents and Agreement. Please contact Garney directly if there are any questions regarding this GMP Proposal. Sincerely, GARNEY COMPANIES, INC. Wade Pierpoint Sr. Project Manager CC: Sam Marston - Garney Bill Williams - Garney Joey Perell - Garney Nick Batker, P.E. - MCE Trent Williams, P.E. - MCE Bidding documents: - West Transmission Main Fayetteville, AR - 60% CMAR Submittal (2/15/2024) - Project Manual - West Transmission Main - March 2024 - RFQ 23-05 - Contract for CMAR for West Transmission Main 10/19/2023 - Geotechnical Report for Fayetteville West Transmission Main - 2/5/2024 Section 03 Link to Contract Documents Aft CITY OF ��FAYETTEVILLE AQKANSAS Construction Manager at Risk GMP Proposal April 17, 2024 «arnWV ey ADVANCING WATER Garvey Contract Documents per GMP 1700 Swift Street, North Kansas City, MO 64116 Phone: 816.741.4600 www.aarney.com The West Water Main Contract Documents can be accessed on the Project document asset management site. On this site, we have posted the following documents*. • West Transmission Main Fayetteville, AR - 60% CMAR Submittal • Project Manual - West Transmission Main - March 2024 • RFQ 23-05 - Contract for CMAR for West Transmission Water Main 10/19/2023 *Early work and material procurements were utilized at time of Bid. To access the Contract Documents: • Navigate to the following Website: https://app.buildingconnect.com Section 04 Description of Variations and Assumptions CITY OF .� FAYETTEVILLE AQKANSAS Construction Manager at Risk GMP Proposal April 17, 2024 «arnWV ey ADVANCING WATER qLL)1700 Swift Street, North Kansas City, MO 64116 Phone: 816.741.4600 www.aarney.com Description of Variations. Substitutions Proposed 1. Specifications The GMP is per the Technical Specifications as provided (pending any future changes or value. a. Qualifications and Assumptions (See Below) b. Exclusions (See Below) Assumptions, Clarifications, and Exclusions a. Early Material procurement per plans and specifications available at time of bid. Allowances have been developed for changes up to the documents named in this GMP. Future changes may require an amendment to the GMP. b. GMP is provided as a not to exceed pricing for the scope included in the Contract Documents. It is assumed that funds approved for the project are available for the CMARs use interchangeably within the GMP. c. Any funds appropriated to the project that are not expended on the cost of work, CMAR (FEE/Contingency), or Allowances will be credited back to the Owner at project closeout. d. GMP pricing and schedule contingent upon RLF approval and fund release. e. All permits are to be provided by others. f. GMP does not reflect any additional cost or concessions for existing utility relocation. g. GMP assumes access to easements throughout the duration of the project. h. GMP includes all GCs, Overhead Expenses, and CMAR cost of work, as previously discussed, for a duration of 23 months from the end of the Pre -Construction Services through the Final Completion date of June 22nd, 2026. Any extension of the project and Gamey's CMAR services, outside of Gamey's scope of work, is excluded. i. GMP does not include costs associated with the purchase of temporary easements for construction. j. GMP does not include an alternative access to the easement from roads or other thoroughfares. k. Milestones included in the bid package(s) scopes of work may and likely will change as the project progresses. I. GMP does not reflect abnormal cost escallations incurred to to pandemics, changes in law or regulations by the State or Federal Government, or Global affairs that directly or indirectly affect the procurement, schedule, or construction of the transmission line. m. GMP does not include third party material testing by the CMAR, the Owner will assume the responsibility of contracting this service to be coordinated with the CMAR. n. GMP does not include continuity survey for the cathodic protection system. o. GMP based on geotechnical reports available at the time of transmittal. p. GMP does not include funds to repair or remediate roads or thoroughfares used for the deliveries on the project. q. GMP does not include any special concessions for land owners per their easement agreements. r. GMP does not include layout, staking, material testing, third -party inspections. Owner will assume responsibility of contractiong this service to be coordinated with CMAR. 3. Value Analysis a. Opportunities for value to the Project will continuously be explored and negotiated based on team consensus. 4. Allowance Schedule a. GMP -Allowances to be determined within the GMP 5. Schedule of Unit Prices a. Schedule of Unit Prices are listed by Bid Packages and detailed as included in the schedule of values provided by the proposers. 6. All other information (Not applicable) Section 05 Owners Summary GMP Price Breakdown CITY OF .� FAYETTEVILLE IAQKANSAS Construction Manager at Risk GMP Proposal April 17, 2024 Resolution 243-23; RFQ 23-05 Change Order No. 1 «arnWV ey ADVANCING WATER West Transmission Main - Fayetteville, AR - 30% CMAR Resolution 243-23; RFQ 23-05 Change Order No. 1 City of Fayetteville 1 4/18/24 10:11 AM ITEM NUMBER BID PACKAGE SYSTEM DESCRIPTION QUANTITY UNIT UNIT PRICE EXTENSION 1000 CMAR COW Treated Water CMAR GENERAL CONDITIONS (23 Months) 1.0 Lump Sum $ 4,948,434 $ 4,948,434 1010 CMAR COW Treated Water PROJECT SPECIFIC INSURANCE 1.0 Lump Sum $ 195,825 $ 195,825 2000 1.01 Treated Water STEEL PIPE MANUFACTURING 1.0 Lump Sum $ 14,056,569 $ 14,056,569 2010 1.02 Treated Water BUTTERFLY ISOLATION VALVES 1.0 Lump Sum $ 563,347 $ 563,347 2020 1.03 Treated Water COMBINATION AIR VALVES 1.0 Lump Sum $ 438,232 $ 438,232 2040 2.02 Treated Water SWPPP INSTALLATION AND INSPECTION 1.0 Lump Sum $ 478,291 $ 478,291 2050 2.03 Treated Water TUNNEL LINER PLATE/CASING INSTALLATION 1.0 Lump Sum $ 7,559,500 $ 7,559,500 2060 2.04 Treated Water CLEARING AND TEMPORARY GATES 1.0 Lump Sum $ 854,900 $ 854,900 2070 3.01 Treated Water SEGMENT 1 PIPE INSTALLATION 1.0 Lump Sum $ 18,886,111 $ 18,886,111 2080 3.02 Treated Water SEGMENT 2 PIPE INSTALLATION 1.0 Lump Sum $ 16,008,491 $ 16,008,491 SUBTOTAL TREATED WATER (COST OF WORK) $ 63,989,700 3000 CMAR PRECON CMAR Contract PRECONSTRUCTION SERVICE FEE 1.00 Lump Sum $ 429,017 $ 429,017 3010 CMAR PROCURE CMAR Contract PROCUREMENT SERVICE FEE 1.00 Lump Sum $ 261,312 $ 261,312 3020 CMAR CMAR Contract GENERAL LIABILITY INSURANCE 1.50% Percent of Cost of Work $ 63,793,875 $ 956,908 3030 CMAR CMAR Contract PERFORMANCE AND PAYMENT BONDS 0.85% Percent of Cost of Work $ 63,793,875 $ 542,248 3040 CMAR CMAR Contract CONSTRUCTION SERVICES (CMAR) FEE 1 9.00% Percent of COW & Bonds & GLI $ 65,488,856 $ 5,893,997 3050 CMAR CMAR Contract CMAR CONTINGENCY 5.16%1 Percent of COW & Bonds & GLI $ 65,488,856 $ 3,376,899 SUBTOTAL CMAR $ 11,460,381 TOTAL COWAN D CMAR $ 75,450,081 *Indicative pricing based on the plans provided generally described as "West Transmission Main - Fayetteville, AR - 60% CMAR Submittal". *General Liability Insurance (Item No. 3020) and Payment & Performance Bonds (Item No. 3030) are expressed as a Percentage of the Cost of Work (COW) (Subtotal Treated Water) which creates the Cost of Work (COW) + Bonds & GLI. *Construction Services (CMAR) Fee (Item No. 3040) and CMAR Contingency (Item No. 3050) are expressed as a Percentage of the Cost of Work (COW) + Bonds & GLI. *Preconstruction Services Fee (Item No. 3000) and Procurement Service Fee (Item No. 3010) are not part of the the General Liability Ins., P & P Bonds, CMAR Fee, and CMAR Contingency since they were previously negotiated and are a Lump Sump number. 4/18/2024 1 of 1 Section 06 Bid Packages CITY OF .� FAYETTEVILLE AQKANSAS Construction Manager at Risk GMP Proposal April 17, 2024 «arnWV ey ADVANCING WATER Section 06 sov 1.01 Large Diameter Pipe CITY OF .� FAYETTEVILLE AQKANSAS Construction Manager at Risk GMP Proposal April 17, 2024 «arnWV ey ADVANCING WATER City of Fayetteville West Transmission Main -SOV Bid Package 1.01 -Large Diameter Pipe -Add01 BID REM NUMBER Size DESCRIPTION 1 48" Pipe: Minimum 0.250" Wall @ 42ksi (see specifications) (Installed In Open Cut Trench) " Includes All Grade Breaks and Milers (5 5°) `Includes All Bonding Materials as Required 2 48" Pipe: 0.250" Wall Bend From 05.00 Degree to 11.25 Degree (installed In Open Cut Trench) 3 48" Pipe: 0.250" Wall Bend From 11.26 Degree to 22.50 Degree (Installed In Open Cut Trench) 4 48" Pipe: 0.250" Wall Bend From 22.51 Degree to 45.00 Degree (Installed In Open Cut Trench) 5 48" Pipe: 0.250" Wall Bend From 45.01 Degree to 67.5 Degree (Installed In Open Cut Trench) 6 48" Pipe: 0.250" Wall Bend From 67.51 Degree to 90.00 Degree (installed In Open Cut Trench) 7 48" Pipe: Minimum 0.300" Wall @ 42ksi (see specifications) (Installed In Open Cut Trench) ° Includes All Grade Breaks and Miters is 5°) "Includes All Bonding Materials as Required 8 48" Pipe: 0.300" Wall Bend From 05.00 Degree to 11.25 Degree (installed In Open Cut Trench) 9 48" Pipe: 0.300" Wall Bend From 11.26 Degree to 22.50 Degree (installed In Open Cut Trench) 10 48" Pipe: 0.300" Wall Bend From 22.51 Degree to 45.00 Degree (installed In Open Cut Trench) 11 48" Pipe: 0.300" Wall Bend From 45.01 Degree to 67.5 Degree (Installed In Open Cut Trench) 12 48" Pipe: 0.300" Wall Bend From 67.51 Degree to 90.00 Degree (installed In Open Cut Trench) 13 48" Pipe: Minimum 0.300" Wall (see specifications) (20lt Lay Length, Installed In Casing or Liner Plate, per the Contract Documents) ` Includes One buttstrap and 1 foot of cut to fit at each tunnel 14 Access Manway: Manhole Assembly 15 6" Outlet for Combination Air Valve: Single CAV Assembly 16 8" Outlet for Combination Air Valve: Single CAV Assembly 17 8" Outlet for Blow Off Valve Assembly 18 12" Flanged Outlet for Tie-in to Existing System per Detail D21 (Includes 30" Outlet, Reducing Flange, Blind Flange, and Hardware) 19 48" Test Plug: Temporary (Includes 30" Outlets and Flanges on Each Side of Plug) 20 ALL Connection to existing facilities per Detail D14 at Sta.1+00 (including all Flanges, Fittings, and Piping up to the 48" Butterfly Valve) 21 Outlet for Welding (Including Rolled Plate and Patch Material, Total quantity TBD) 22 48" Butterfly Valve Valve Connection Assembly Includes Each Flanged Connections ` Includes 2 Each Butt -Straps 23 48" Butt Strap (w/ 1/4" air test port - buttstreps at tunnels to be included in items above) 24 48" Mitered Bells s 5° "Vendor Write -In per Estimated Quantity and Unit Price (Extension carried in Open Cut Line Item) 25 Supply Bond in the amount of 25% of the total bid value Note: 1 Note: 2 Note: 3 Note: 4 Note: 5 Note: 6 Note: 7 Note: 8 Note: 9 ALL BE MENTS 48" Pipe: Manufactured at rates to achieve or exceed the milestone dates and delivery schedule below. Estimated Quantity Unit Unit Price Extension 51,123.00 Linear Fast $ 153.40 $ 7,842,268.20 35.00 Each $ 4,030.00 $ 141,050.00 35.00 Each $ 4,030.00 $ 141,050.00 30.00 Each $ 8,370.00 $ 251,100.00 18.00 Each $ 11,940.00 $ 214,920.00 1.00 Each $ 17,940.00 $ 17,940.00 6,597.00 Linear Fast $ 167.50 $ 1,104,997.50 10.00 Each $ 4,130.00 $ 41,300.00 15.00 Each $ 4,130.00 $ 61,950.00 20.00 Each $ 9,120.00 $ 182,400.00 6.00 Each $ 12,640.00 $ 75,840.00 1.00 Each $ 17,820.00 $ 17,820.00 1,880.00 Linear Feet $ 186.50 $ 350,620.00 1.00 Each $ 15,360.00 $ 15,360.00 19.00 Each $ 17,240.00 $ 327,560.00 13.00 Each $ 17,720.00 $ 230,360.00 25.00 Each $ 18,570.00 $ 464,250.00 1.00 Each $ 18,240.00 $ 18,240.00 8.00 Each $ 44,110.00 $ 352,880.00 1.00 Each $ 125,664.30 $ 125,664.30 30.00 Each $ 2,030.00 $ 60,900.00 6.00 Each $ 15,850.00 $ 95,100.00 15.00 Each $ 1,130.00 $ 16,950,00 189.00 Each $ 200.00 1.00 Each $ 11,392.00 IN 11,392.00 48" Pipe: 59,600.00 1 Linear Feet TOTAL BABE BID: 59,600.00 Linear Feet I Total Base Bid $ 12,161,912.00 Bidder shall vide all components for exterior field joint coating system including 3% waste and field coating repair tools and materials Manufactured and ReadyMil Fore: livery provide ponen I g sys 9 a 9 r P 20,000 Linear Feet Milestone: 01 January 6, 2025 Bidder shall provide all "hardwam" required for connecting "mating" components provided by supplier including; bolts, nuts, gaskets, and 40,000 Linear Feet I Milestone: 02 IFebruary 5, 2025 Insulating kits where applicable. Manways shall be shipped on pallet on same truck as pipe. Connecting Hardware to be shipped loose direct to Remainder Linear Fee[ Milestone: 03 March 7, 2025 Installer. Bidder shall supply all Blind Flanges and Reducing Flanges (CARV, BOV, Access Manway), Connection Adapters, Couplings, Harnesses, etc. required for complete assembly of transmission pipeline and Connections to adjacent segments Delivery Rate Manufacturer shall include minimum 1-fool Cut to Fit and 1 Butt -Strap at each Tunnel Location. Manufacturer shall include 2 each butt -straps for each Large Diamter Valve. Above components shall be provided at no additional cost and included in total amount bid Complete Submittal Package Including Front End June 21st, 2024 Manufacturer shall maintain manufacturing and delivery milestones as outlined for each bid option Owner and CMAR reserves the right to award all or part to multiple suppliers. Minimum Delivery Rate @ 2,500 LF Average per week per installation Section (2 installation sections total) 1 and 2 (Delivery rates shall be further coordinated with Installation Contractor) Anticipated Date to Start Deliveries 1/13/25 $5 000 Per Day Penalty For Not Achieving Milestones Company Name: American SpimlWeld Pipe Company, LLC Pipe Material: AWWA C200 Steel Pipe Each bidder shall submit one (1) hard copy of SOV and one (1) digital copy of SOV in excel format as specified in Instructions to Bidders. SRF Bid Bond Revision 00 BID BOND Know all men by these presents, that we, the undersigned, American SpiralWeld Pipe Company, LLC as Principal, and Travelers Casualty and Surety Company of America as Surety, are hereby held and firmly bound unto City of Fayetteville Arkansas, as Owner in the penal sum of Two Million Seventy Thousand Eight Hundred Forty Five Dollars ($2,070,845)for the payment of which, well and truly to be made, we hereby jointly and severall y bind ourselves, successors and assigns. Signed, this 2nd day of April, 2024. The Condition of the above obligation is such that whereas the Principal has submitted to Garney Construction Co. a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the City of Fayetteville Arkansas West Transmission Main ANRC Project No. 23-127 Now, therefore, (a) If said Bid shall be rejected, or (b) If said Bid shall be accepted and the Principal shall execute ld deli in aco ounce in the Form of Contract attachment hereto (properly p dance with said Bid) and shall furnish a Bond for faithful performance of said contract, and for the payment of all persons performing labor furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. Section 00 43 13 West Transmission Main Bid Bond SRF Bid Bond Revision 00 The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its Bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. In witness whereof, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. Principal _Travelers Casualty and Surety Company of America Surety Paulett Eason Important - Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized in accordance with the Supplemental General Conditions to transact business in the State of Arkansas. Section 00 43 ] 3 West Transmission Main Bid Bond WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED B RD POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company 'travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 230896 Certificate No. 0 0 6 816 3 7 9 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Bradley S. Davis, Paulett D. Eason, Lynn Miles Thompson, Donna Bagley, Sarah L. Ivy, Sylvia Kiilerich, Andrew Fisher, and Georgina C. Serio of the City of Brentwood . State of Tennessee their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 1st day of June , 2016 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company ,.su 4yliiY t� ��•ii.e y� pO`*1✓"'...�, �ds dPY. `,r..,.''p� 'aa�Sv .spy®` /�o'.^ci\j. 0iAL h'�._n •one t ;iSJt•I., ° coNN.oJa° S ..... r. State of Connecticut City of Hartford ss. By. Robert L. Raney, Senior \'icc President On this the 1st day of June 2016 before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. " xilrr In Witness Whereof, I hereunto set my hand and official seal. i1a My Commission expires the 30th day of June, 2021. Marie C. Tetreault, Notary Public 58440-5-16 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIzar:a=3sa:vse;r-+u ,ATm+^F �,.TOR+r�,^+-.�,*zaz;s<rmw,.wm•-.s.�mw.xasvw.w I' S POWER ONEY IS INVALID WITHOUT THE RED BORDER s This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance ff Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States 1 Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: d RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf { of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizatrce, or conditional undertaking, and any { of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President. any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice Resident, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officer's pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin C. Hughes, the undersigned. Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc.. St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company. Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. n , 20JY IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of l'1 Kevin E. Hughes, Assistant Seri tarp^ z�� tproq�t �i C3 �i!�'�6� r"o- f Ot enatCe p� p90a, Rin �Y � d �' � i�Cmsiir 6 n ? f• � c :�i i .. t �. MAafi0R0. � �,. �, 7895 . -tsaz � < 19r�� 1951 a ,h � o coin:. � '`�`y, f Ddy`•p='st? * S r� .SEAL o: 6,5EAL a U t 9 To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com, Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. i I 1 WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER SPIRALWELD PIPE THE RIGHT WAY CITY OF Z:q:y),Ww*FAYETTEVILLE COVSTRUA R K A N S A S Technical Proposal West Transmission Main — Solicitation Set No. 1 Fayetteville, AR AMERICAN Project Number: WAR03317 Bid Date: 4/5/24 STI SPFA NSF AW WA .+ M E M B E R SRF Bid Form Revision 00 1:3117 Proposal of American SpiralWeld Pipe Company, LLC (hereinafter called "Bidder"), organized and existing under the laws of the State of South Carolina doing business as a corporation. To the City of Fayetteville, AR (hereinafter called "Owner") * Insert "a corporation", "a partnership", or "an individual" as applicable. In compliance with your Advertisement for Bids, Bidder hereby proposes to perform all Work for the construction of Goods, Special Services, or Work on the City of Fayetteville — West Transmission Main in strict accordance with the Contract Documents, within the time set forth therein, and at the prices stated below. The Contractor's Act of Assurance Form must be included in the bid proposal. The DBE/MBE/WBE Compliance Evaluation Forms must be supplied after the Low Bidder is confirmed. By submission of this Bid, each Bidder certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, that this Bid has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this Bid with any other Bidder or with any competitor. Bidder hereby agrees to commence Work under this contract on or before a date to be specified in the Notice to Proceed and to fully complete the Project within the time outlined in the Contract Documents or within the number of calendar days indicated in the Agreement. Bidder further West Transmission Main Section 00 4143 1 Bid Form SRF Bid Form Revision 00 agrees to pay as liquidated damages, the sum of $2,500.00 for each consecutive calendar day thereafter as provided in the Supplemental Conditions. Bidder acknowledges receipt of the following Addendum: Addendum No. Addendum Date Signature Acknowledging Receipt 1 March 19 2024 2 March 20, 2024 3 April 1, 2024 Bidder is aware of the general nature of work to be performed by Owner, CMAR, and others at the Site that relates to the Work as indicated in the Bidding Documents. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, test, studies, and data with the Bidding Documents. Bidder has given CMAR written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Engineer and CMAR is acceptable to Bidder. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the work for which this bid is submitted. Bidder will submit written evidence of its authority to do business in the state where the Project is located no later than the date of its execution of the Agreement. Bidder agrees to perform all the work described in the Contract Documents for the following unit prices or lump sum: Bid Schedule Reference Specification Section 00 42 23.02 — Bid Package Scope of Supply (SOV) Bidder will complete the Work in accordance with the Contract Documents for the prices shown in Specification Section 00 42 23.02. Bidder Acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price Bid items will be based on actual quantities provided, measured as provided in the Contract Documents. Unit Price and figures column will be used to compute the actual Bid price. West Transmission Main Section 00 4143 2 Bid Form Respectfully subm�ted: SRF Bid Form Revision 00 2700 J. Eagan St. Paris, TX 75460 Signature T— Address Title Date License Number (if applicable) Contact for receipt of official communications Name: Ian K. Willough (typed or printed) Business address: 1501 31st Avenue North Birmingham, AL 35207 Phone: 205-325-8094 Facsimile: 205-307-3816 E-mail: iwilloughby@american-usa.com SEAL - (if BID is by a Corporation) West Transmission Main Section 00 41 43 3 Bid Form 00 42 23.01 STATEMENT OF QUALIFICATIONS AND PROJECT APPROACH 1.00 GENERAL A. The statement of qualifications must be submitted with the Bid Proposal and include, as a minimum, the information described in this section of the contract documents. Failure to submit the required information in the statement of qualifications may result in considering the bid non -responsive and result in rejection of the bid by the Owner. Bidders may be required to provide supplemental information if requested by the Owner to clarify, enhance or supplement the information provided in the statement of qualifications. B. Bidders must complete the forms included in this section. Information in these forms must be provided completely and in detail. Information that cannot be totally incorporated in the form may be included in an appendix to the form. This appendix must be clearly referenced by appendix number in the form, and the appended material must include the appendix number on every sheet of the appendix. The appendix must include only the information that responds to the question or item number to which the appended information applies. C. Bidders may provide supplemental information to the statement of qualifications using AIA, AGC or other industry standard statement of qualification forms and / or bidders may submit additional information such as organizational brochures or other marketing information to help demonstrate the ability to provide best value to the owner. This information may not be submitted as a substitute to the information specifically requested in this section, or in the statement of qualifications forms. 2.00 REQUIRED INFORMATION A. In addition to the forms required in paragraph B above, ALL bidders shall also provide the See Attachment 1 following information in narrative format: 1. Project Approach — Response should be no more than 2-pages and include the following information and should describe how the Bidder proposes to produce material and manage and staff the material procurement process for this Project. a. How Bidder plans to coordinate material procurement between different Segments of the Project, if awarded more than one Segment including their approach to delivering to the site. b. Number and type of employees proposed for the project, both total number of bidder's and their subcontractors' employees. c. Type and percentage of work that may be subcontracted out by the Bidder (if applicable). d. Type and size of equipment and/or number of machines proposed to be used to manufacture and supply material (if applicable). 2. Experience — Response should be no more than 3-pages excluding letters of recommendation and resumes. See Attachment 1 and 9 a. Bidder's experience on similar projects. Submit photographs, project descriptive narratives, letters of recommendation, project awards, and references to demonstrate similar project experience in procuring material which meets the CMAR's expectations for quality. Experience should include, as a minimum, the satisfactory completion of at West Transmission Main Section 00 42 23.01 Statement of Qualifications least five similar projects within the last 5 years. If Bidder does not have specific experience with projects of this type and magnitude, the Bidder may describe its proposed approach and how its experience with other projects enhances their capability to successfully complete this Project. 3. Qualifications of Bidder — Response should include no more than 2-pages excluding resumes of Key Personnel. See Attachments 1-2 a. Provide information for individuals that will be actively working on this Project. Bidder is to provide a list of Key Personnel proposed for the Project. Key Personnel include the Project Manager, Quality Control Manager, and Pipe Layout Engineer (if applicable). If one or more of these key roles are to be filled by one individual, this information is to be provided with the list of proposed individuals. The Bidder must provide the services of the proposed key personnel for the life of the Project as a condition of qualification. Failure to provide the proposed Key Personnel may result in the disqualification of the Bidder and may void the award of the Contract. b. Include experience on similar projects of proposed Key Personnel. Provide the resumes of proposed Key Personnel with the Statement of Qualifications and list projects on See Attachments 1, 2-8 and which they have had significant involvement in the last 5 years. This list is to include the 10 name and a current telephone number for references for each of these project assignments. 4. Ability to Meet Project Milestones — Response should be no more than 1-page excluding list of prior projects. See Attachments 1,9, 10 a. Provide information to demonstrate the ability of the organization to meet milestones and 11 as listed in Scope of Work / Supply 00 42 23.02. Bidders are to provide a tabulation of all projects completed by the Organization within the last 5 years. Indicate the number and dollar volume in terms of size and unit quantity currently under contract and the projected completion date of each active project and how the resources dedicated to these assignments will impact Bidder's ability to effectively execute their Scope of Work / Supply on this Project. Provide an estimate of the amount of the Project that will be performed using in-house resources and the amount to be performed by Subcontractors and other Suppliers. Provide, on a separate sheet, a schedule including all major components of the manufacturing of the material applicable to the bidders response. West Transmission Main Section 00 42 23.01 Statement of Qualifications General Information Organization doing business as American SpiralWeld Pipe Company, LLC Business address of principal office 2700 J. Eagan Street Paris, TX 75460 Telephone numbers Main number 903-705-1112 Fax number 803-695-2201 Website address www.american-usa.com Form of business (check one) If a corporation Date of incorporation X I A corporation A partnership An individual 8/11/99 State of incorporation South Carolina Chief Executive Manager's name Mike O'Brien President's name Mike O'Brien Vice President's name(s) Pat Hook Vice President of Operations C.S. Peek Vice President and Works Manager S.G. Murphy Vice President Finance and Treasurer Joe Thomas Vice President Engineering John E. Hagelskamp Vice President, Sales Manager Secretary's name Mike O'Brien Treasurer's name If a Partnership Date of organization S. G. Murphy N/A State whether partnership is general or limited If an Name Individual N/A Business address Identify all individuals not previously named which exert a significant amount of business control over the organization N/A Indicators of organization size Average number of current full-time Average estimate of revenue for N/A employees 327 the current year West Transmission Main Section 00 42 23.01 Statement of Qualifications Affidavits One of the following four affidavits shall be executed and provided with this information. The individual signing the affidavit shall attach evidence of their authority to bind the organization to an agreement. AFFIDAVIT FOR CORPORATION Alabama State County of Jefferson /—� •--s�., � (/ , being duly sworn deposes and says (Name) that they areAC C-S`R, �07 --T of the D/ (Title) .qA,) American SpiralWeld Pipe Company, LLC corporation submitting the foregoing qualification form and related information; have read such documents; and that such documents are true and correct and contain no material misrepresentations; and that they are authorized to make this affidavit on behalf of the Corporation. 01, (Signature) Signed and sworn to me before this — 0-1 day of t 20 Notary Public) My commission expires TERRI NGUYEN Notary Public Alabama State at Larne West Transmission Main Section 00 42 23.01 Statement of Qualifications STATE OF ALABAMA) JEFFERSON COUNTY) KNOW ALL MEN BY THESE PRESENTS, That the bearer, K. S. Summers, whose signature appears as�' z� ev (not valid unless signed) be and he/she hereby is duly authorized and appointed the true and lawful attorney of the undersigned American Cast Iron Pipe Company, with full power to execute on behalf of said Company and all contracts for the manufacture, sale, and delivery of goods manufactured or sold by this Company; and he/she is further authorized to sign all documents, and other papers in connection with such contracts. This power -of -attorney, unless otherwise revoked, shall continue in force through December 31, 2024, and any and all previous powers -of -attorney issued to said K. S. Summers are hereby cancelled and revoked. In witness whereof the said American Cast Iron Pipe Company, by its President and Vice President, who are authorized to execute this instrument have hereto set their signatures and seal, this the 5th day of March 2024. AMERICAN CAST IRON PIPE COMPANY Y ,.KM. M. O'Brien, President and CEO By S. C. Murphy, CFO, Senior Vice President of Finance and Treasurer 1 of 3 AFFIDAVIT FOR PARTNERSHIP N/A State N/A ) § County of N/A ) § N/A , being duly sworn deposes and says (Name) that they are N/A (Title) of the company submitting the foregoing qualification form and related information; have read such documents; and that such documents are true and correct and contain no material misrepresentations; and that they are authorized to make this affidavit on behalf of the Partnership. N/A (Signature) Signed and sworn to me before this N/A day of N/A , 20_. N/A (Notary Public) My commission expires: West Transmission Main Section 00 42 23.01 5 Statement of Qualifications AFFIDAVIT FOR INDIVIDUAL N/A State N/A ) § County of N/A N/A , being duly sworn deposes and says (Name) that they are N/A (Title) of the company submitting the foregoing qualification form and related information; have read such documents; and that such documents are true and correct and contain no material misrepresentations. N/A (Signature) Signed and sworn to me before this N/A day of N/A , 20_. A (Notary Public) My commission expires: West Transmission Main Section 00 42 23.01 6 Statement of Qualifications JOINT VENTURE STATEMENT N/A We the undersigned do hereby give notice to our agreement to bid as a joint venture on the Project. N/A (Name of Joint Venture) N/A N/A (Name of Firm) N/A (Signature) Signed and sworn to me before this N/A day of N/A (Notary Public) My commission expires: N/A (Name of Firm) N/A (Signature) Signed and sworn to me before this N/A N/A (Notary Public) My commission expires: 20 day of N/A , 20_ END OF SECTION West Transmission Main Section 00 42 23.01 7 Statement of Qualifications N/A - American SpiralWeld Pipe is a Pipe Manufacturer SRF Contractor's Act of Assurance Revision 00 CONTRACTOR'S ACT OF ASSURANCE FORM As the authorized agent of the individual, incorporation, or corporation (hereinafter referred to as the Contractor) bidding on or participating in a Revolving Loan Fund (RLF) financed project, I certify that I have read and understand the requirements of the RLF Supplemental General Conditions, and that the principles, agents and employees of the Contractor will comply with these requirements, including all relevant statutes and regulations issued pursuant thereto. As the authorized agent of the Contractor, I further certify that: DBE/MBE/WBE - During the bid process, and throughout the performance of the Contract, whenever subcontracts are to be awarded, I will take the six affirmative steps described in the RLF Supplemental General Conditions to use Disadvantaged, Minority and Women's Business (DBE/MBE/WBE) firms wherever possible. I will document to the borrower and the Arkansas Natural Resources Commission all efforts to secure DBE/MBE/WBE participation, including follow-up efforts, and will report to the Owner the dollar value of all DBE/MBE/WBE contracts and subcontracts awarded. AMERICAN IRON AND STEEL - I will comply with the statutory requirements commonly known as "American Iron and Steel;" that requires all of the iron and steel products used in the project to be produced in the United States pursuant to this contract and the RLF Supplemental General Conditions. I understand that all of the iron and steel products used in the project will be and/or have been produced in the United States in a manner that complies with the American Iron and Steel Requirement, unless a waiver of the requirement is approved, and I will provide any further verified information, certification or assurance of compliance with this paragraph, or information necessary to support a waiver of the American Iron and Steel Requirement as detailed in the RLF Supplemental General Conditions. EQUAL OPPORTUNITY - I will comply with all requirements of 41 CFR Chapter 60 and Executive Orders 11246 and 11375, including inclusion of all required equal opportunity clauses in each subcontract awarded in excess of $10,000, and will furnish a similar statement from each proposed subcontractor, when appropriate. I will also comply with all Equal Employment Opportunity requirements as defined by Section 504 of the Rehabilitation Act of 1973; the Age Discrimination Act of 1975; and Section 13 of the Federal Water Pollution Control Act Amendments of 1972 regarding sex discrimination. NONSEGREGATED FACILITIES - The Contractor that I represent does not and will not maintain any facilities provided for its employees in a segregated manner, or permit its employees to perform their services at any location under the Contractor's control where segregated facilities are maintained. I will also obtain a similar certification from each subcontractor prior to the award West Transmission Main Section 00 53 00 1 Contractor's Act of Assurance Form SRF Contractor's Act of Assurance Revision 00 of any subcontract exceeding $10,000 to said subcontractor, which is not exempt from the equal opportunity clause. LABOR STANDARDS - I will comply with the Labor Standards Provisions contained in Davis —Bacon wage rates specific to this contract and the RLF Supplemental General Conditions. I understand that the aggregate wage rates paid to any employees must equal or exceed the sum total of the base rate plus any listed fringe rate. I will furnish weekly payrolls and certifications as may be required by the Owner to affirm compliance. I will also require that weekly payrolls be submitted to the Owner for all Subcontracts. OSHA REQUIREMENTS - I will comply with the Department of Labor Occupational Safety and Health Administration (OSHA) Regulations promulgated under Section 107 of the Contract Work Hours and Safety Standard Act (40 U.S.C. 327-333) in performance of the contract. PROCUREMENT PROHIBITIONS - In compliance with Executive Order 11738, Section 306 of the Clean Air Act and Section 508 of the Clean Water Act, I certify that I will not procure goods and services from persons who have been convicted of violations of either law, if the facility that gave rise to said violations produces said goods or services. PRESERVATION OF OPEN COMPETITION - In accordance with Executive Order 13202 and its amendments, I certify that I have not discriminated against my employees or any subcontractor based upon labor affiliation or lack thereof. RESPONSIBILITIES OF PARTICIPANTS REGARDING TRANSACTIONS (A.K.A. DEBARMENT AND SUSPENSION) - I certify that I shall fully comply with Subpart C of 40 CFR Part 32, entitled "Responsibilities of Participants Regarding Transactions." I am responsible for ensuring that any lower tier covered transaction, as described in Subpart B of 40 CFR Part 32, entitled "Covered Transactions," includes a term or condition requiring compliance with Subpart C. I am responsible for further requiring the inclusion of a similar term or condition in any subsequent lower tier covered transactions. I acknowledge that failing to disclose the information required under 40 CFR 32.335 may result in the delay or negation of this assistance agreement, or pursuance of legal remedies, including suspension and debarment. I further acknowledge that I may access the Excluded Parties List System at http://www.epls.gov. This term and condition supersede EPA Form 5700-49, "Certification Regarding Debarment, Suspension, and Other Responsibility Matters." PROHIBITION ON CERTAIN TELECOMMUNICATION AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT - I will comply with regulations at 2 CFR 200.216, designated as the "Prohibition on West Transmission Main Section 00 53 00 2 Contractor's Act of Assurance Form SRF Contractor's Act of Assurance Revision 00 certain telecommunication and video surveillance services or equipment", implementing section 889 of Public Law 115-232 and repeated in the RLF Supplemental General Conditions. The regulation prohibits the use of federal funds to procure, enter into, extend, or renew contracts, or obtain equipment, systems, or services that use "covered telecommunications equipment or services" identified in the regulation as a substantial or essential component of any system, or as critical technology as part of any system. I understand that all products used in this contract will meet this requirement and that I will provide further verified information, certification or assurance of compliance with this paragraph, or information necessary to this prohibition as detailed in the RLF Supplemental General Conditions. I understand that a false statement on this certification regarding any of the above certifications may subject the Contractor or Subcontractor to civil or criminal prosecution. I further certify that I will obtain a similar certification for each subcontract awarded. AUTHORIZED AGENT CONTRACTOR NAME: N/A ARKANSAS LICENSE NO. N/A SIGNATURE: A DATE: A PRINTED NAME: N/A TITLE: N/A N/A - American SpiralWeld Pipe Company is a Pipe Manufacturer West Transmission Main Section 00 53 00 3 Contractor's Act of Assurance Form 0 SPIRALWELD PIPE THE RIGHT WAY P. O. Box 2727 • Birmingham, Alabama 35202 (205) 325-7730 • Fax (205) 307-3941 • cmarsh@american-usa.com Charles A. Marsh ASWP Territory Manager April 4, 2024 RE: Attachment 1 — West Transmission Main Experience — Project Approach, Experience / Past Performance, Qualifications, Ability to Meet Project Milestones, Similar Project Experience To Whom It May Concern: Thank you for the opportunity to bid on the subject project. Information is attached and below regarding AMERICAN's Project Approach, Experience, Qualification of Bidder and Ability to Meet Project Milestones as required in 2.00 (Required Information) on page 00 42 23.01-1: 1. Project Approach a) How Bidder plans to coordinate material procurement between different Segments of the Project, if awarded more than one Segment. AMERICAN has relationships with multiple potential steel coil vendors we can discuss this project with. The total amount of tons required on this project is approximately 4,200 tons which is a substantial number but still considered spot buy. There will be no issues procuring and coordinating the number of tons for this project. We would coordinate the tons needed first and have the steel coil delivered at a consistent rate needed for production to meet the agreed upon shipping schedule. b) Number and type of employees proposed for the project, both total number of bidder's and their subcontractors' employees. AMERICAN will have over Soo employees committed to working on this project between manufacturing, sales, project management and any potential sub -fabricators if utilized. c) Type and percentage of work that may be subcontracted out by the Bidder (if applicable). AMERICAN may or may not subcontract out the fabrications on this project. The estimated percentage of work to be subcontracted for fabrications is approximately 22 % if it does get subcontracted out. d) Type and size of equipment and/or number of machines proposed to be used to manufacture and supply material (if applicable). AMERICAN has three manufacturing facilities with a total of 4 pipe mills in the central/eastern half of the USA. AMERICAN has ample capacity to manufacture this entire project per the "Ability to Meet Project Milestones" portion of the proposal. 2. Experience on Similar Projects — See AMERICAN's attached project reference list. (Attachment 9). In addition to the many large projects listed on our project list, one project should be highlighted. AMERICAN Cast Iron Pipe Company (ACIPCO) entered a competitively negotiated contract with the Karegnondi Water Authority (KWA) in September 2013 that consisted of 75 miles of 66", 6o", 48" and 36" diameter pipe, resilient seated gate valves ranging in diameters from 16" to 6o" as well as fire hydrants. The pipeline was built to bring water from Lake Huron to Genesee County, Michigan. AMERICAN coordinated and managed all aspects of our products with thirteen different contracts that KWA designated for the construction of its project. AMERICAN SpiralWeld Pipe (ASWP), a wholly owned subsidiary of AMERICAN Cast Iron Pipe Company (ACIPCO), supplied 30 miles of 6o" and 66" as well as 5 miles of 48" spiral -welded steel pipe as part of this KWA contract. The 36" pipe supplied for the KWA project was ductile iron pipe manufactured by ACIPCO's Ductile Iron Pipe Division. This project was a tremendous success not only for AMERICAN, but also for KWA. Please feel free to reach out to the contacts for this project listed on the project spreadsheet. 3. Qualifications of Bidder a. See Attachments 2-8 for list of individuals that will be working on this project. Key personnel on this list include Project Managers, Quality Control Managers and Pipe Layout Engineers. b. See attachments 3 and io for project experience of Desi Gunter who is our proposed project manager for this project. Kevin Boyd is our backup project manager. c. ASWP is a wholly owned subsidiary of AMERICAN Cast Iron Pipe Company (ACIPCO) and manufactures spiral -welded steel pipe in state-of-the-art facilities located in Paris, TX, Columbia, SC and Flint, MI. ASWP's spiral weld -seam pipe mills are the most technically advanced mills in the world with the capacity to produce high quality spiral welded steel pipe up to 144-inches with wall thicknesses through 1-inch. ASWP operations began in August of 2000, and ASWP has supplied over 2 million feet of pipe for various projects since manufacturing began. These projects include pipe for penstocks, water lines, wastewater lines, circulating cooling lines for power 2 plants, water treatment plants, wastewater treatment plants, and structural applications. ASWP has experience in supplying pipe meeting the requirements of AWWA, AWS, and ASTM specifications and all applicable codes. d. AMERICAN SpiralWeld Pipe is a member of the Steel Tank institute & Steel Plate Fabricators Association (STI/SPFA), dedicated to the promotion of steel as the choice material for quality piping for the petroleum, chemical, food and water storage industries; steel tanks; pressure vessels; and specialty products. AMERICAN's production facilities in Paris, TX, Columbia, South Carolina, and Flint, Michigan, along with our Customer Service Department in Birmingham are quality accredited by the SPFA Quality Certification Program. This accreditation certifies AMERICAN's design and fabrication processes meet the highest standards. The Steel Plate Fabricators Association (SPFA) pipe certification program is one of the most recognized third - party certification programs in the water transmission industry. Applicants go through a rigorous audit with more than ioo individual checklist items every three years. After the initial audit, every other year, our third -party assessor returns for a follow-up that includes more than 50 individual checks. The checklist, as mentioned previously, is a consensus document produced by the manufacturers, assessors and SPFA. The checklist identifies the most critical AWWA standard requirements. All the necessary testing, inspection instruments, welding, coating and lining, and personnel certification requirements, as prescribed by the standard are included in the SPFA checklist. The assessors of the third -party organization have many years of experience in steel fabricated pipe and the SPFA certification program. Assessors are assigned to the plant by the third -party agency, so the manufacturer cannot arbitrarily choose the assessor of its liking. Our third -party agency, Lloyd's Registry Quality Assurance, Inc. has an excellent reputation in the inspection/auditing service industry. 4. Ability to Meet Project Milestones AMERICAN is committed to meeting the pipe delivery requirements for the subject project as shown on the Schedule of Values Worksheet. Specific milestone dates for layout drawings submittal, approval of layout drawings, and full release of drawings will be developed and be the mutual responsibility of AMERICAN and Garney to achieve and maintain the project schedule. These dates will keep both AMERICAN and Garney on track so that each party understands their obligations required to maintain the project schedule. If any of the milestone dates are not met, the shipping schedules are subject to change. Accordingly, any delay in material being placed on order could cause appreciable increases in the shipping schedule. If this occurs, AMERICAN and Garney will have 3 to negotiate a rate and start ship date that satisfies both parties. Please see the attached Gantt Chart (Attachment 11) for project milestone dates. The Gantt Chart shows 12o days for submittals and 12o days for approval time. This isn't to say drawings or approval will take this much time, it is just the total time available to get drawings submitted and approved. To clarify, ASWP would need approval by 10/31/24 in order to meet the schedule Garney is requesting. 5. Clarifications a. The bid documents require bids to be valid for a period of 6o days from the date bids are opened. Therefore, AMERICAN's price proposal has a price validity of 6o days going through 6/4/24. If AMERICAN can be released to order steel between 4/5/24 and 5/5/24, there would be a Lump Sum deduct available in the amount Of ($126,330). AMERICAN would need to be contacted to offer a new price if the award date goes past 6/4/24. 6. Acceptance of Contractual Terms AMERICAN and the CMAR (Garney) have a mutual corporate agreement addressing Terms & Conditions of Sale (T's & C's). As directed, AMERICAN is submitting our proposal per this mutual corporate agreement. Thank you for the opportunity to bid on this important project. Should you have any questions, or need further clarification about our bid, we would welcome the opportunity to discuss and provide additional information. I can be reached at (205) 325-7730• Sincerely, Charles Marsh ASWP Senior Territory Manager 0 Attachment 2 Proposed Project Managers Organization doing business as candidatePrimary Name of individual American SpiralWeld Pipe Company, LLC Desi Gunter Years of experience as project manager 9 Years of experience with this organization 20 Number of similar projects as project manager 20+ Number of similar projects in other positions 20+ Current project assignments Name of assignment Percent of time used for this project Estimated project completion date WTX03066 60% October 2024 CM105387 20% May 2024 WCO03057 20% April 2024 Reference contact information (listing names indicates approval to contacting the names individuals as a reference) Name Steve Ford Name Randy Tummers Title/ position Vice President Title/ position Senior Estimator Organization Garney Construction Organization Reynolds Construction Telephone 615-953-2300 Telephone 877-770-0127 E-mail sford@garney.com E-mail Randy.tummers@reynoldscon.com Project BKY07385 Project PPA06169 Candidate role on project candidateAlternate Name of individual Project Manager I Candidate role Project Manager on project Kevin Boyd Years of experience as project manager 3 Years of experience with this organization 3 Number of similar projects as project manager 12 Number of similar projects in other positions 12 Current project assignments Name of assignment Percent of time used for this project Estimated project completion date EFL00210 30% October 2024 LLA00156 30% December 2026 WTX03070 40% July 2024 Reference contact information (listing names indicates approval to contacting the names individuals as a reference) Name Thomas Seltz Name Mark Dutton Title/ position Project Manager Title/ position Project Manager Organization MC2 Main Lane Organization Harper Brothers Telephone 832-797-0970 Telephone 832-657-2320 E-mail Thomas.seltz@mc2civil.com E-mail Mark.dutton@harperbro.com Project WTX02906 Project WTX02915 Candidate role on project Project Manager Candidate role on project Project Manager Attachment 2 Proposed Quality Control Manager Organization doing business as candidatePrimary Name of individual American SpiralWeld Pipe Company, LLC Rupesh Patel Years of experience as quality control manager 1.75 Years of experience with this organization 1.75 Number of similar projects as quality control manager 12 Number of similar projects in other positions 100+ for Oil and Gas Industry — Previous Employer Current project assignments Name of assignment Percent of time used for this project Estimated project completion date WCO03057 10% April 2024 WTX03066 50% October 2024 WTX02936 20% June 2024 Reference contact information (listing names indicates approval to contacting the names individuals as a reference) Name John Luka Name Rahul Patwardhan Title/ position Chief Engineer Title/ position Director of CIA Organization American SpiralWeld Pipe Organization American SpiralWeld Pipe Telephone 803-530-2028 Telephone 501-551-2833 E-mail jluka@american-usa.com E-mail rpatwardhan@american-usa.com Project N/A Project N/A Candidate role on project candidateAlternate Name of individual Technical & Operating Assistance for Manufacturing Candidate role Administer & Support CIA on project Activities Rahul Patwardhan Years of experience as quality control manager 12 Years of experience with this organization 2.2 Number of similar projects as quality control manager 50+ Number of similar projects in other positions 100+ for Oil and Gas Industry — Previous Employer Current project assignments Name of assignment Percent of time used for this project Estimated project completion date WCO03057 10% April 2024 WTX03066 50% October 2024 WTX02936 20% June 2024 contactReference Name . .n (listing names indicates John Luka approval . contacting Name the names individuals Patrick Hook Title/ position Chief Engineer Title/ position Vice President of Operations Organization American SpiralWeld Pipe Organization American SpiralWeld Pipe Telephone 803-530-2028 Telephone 501-551-2833 E-mail jluka@american-usa.com E-mail phook@american-usa.com Project N/A Project N/A Candidate role on project Technical & Operational Assistance for Manufacturing Candidate role on project Vice President of Operations Attachment 2 Proposed Pipe Layout Engineer (if applicable) Organization doing business as candidatePrimary Name of individual American SpiralWeld Pipe Company, LLC Wade Bowman Years of experience as pipe layout engineer 23 Years of experience with this organization 23 Number of similar projects as pipe layout engineer 40+ Number of similar projects in other positions 20+ Current project assignments Name of assignment Percent of time used for this project Estimated project completion date CM105387 20% May 2024 EFL00280 30% July 2024 WTX03288 50% August 2024 Reference contact information (listing names indicates approval to contacting the names individuals as a reference) Name Kyle Couture Name Scott Summers Title/ position Territory Manager Title/position Director of Project Management Organization American SpiralWeld Pipe Organization American SpiralWeld Pipe Telephone 205-325-7052 Telephone 205-325-1934 E-mail kcouture@american-usa.com E-mail ssummers@american-usa.com Project N/A Project N/A Candidate role on project candidateAlternate Name of individual Pipe Layout Engineer I Candidate role Pipe Layout Engineer on project Amanda Moses Years of experience as pipe layout engineer 24 Years of experience with this organization 24 Number of similar projects as pipe layout engineer 40+ Number of similar projects in other positions 20+ Current project assignments Name of assignment Percent of time used for this project Estimated project completion date CM105482 20% July 2024 WTX03082 20% May 2024 WCO03266 60% October 2024 contactReference Name . .n (listing names indicates approval Kyle Couture . contacting Name the names individuals Scott Summers Title/ position Territory Manager Title/ position Director of Project Management Organization American SpiralWeld Pipe Organization American SpiralWeld Pipe Telephone 205-325-7052 Telephone 205-325-1934 E-mail kcouture@american-usa.com E-mail ssummers@american-usa.com Project N/A Project N/A Candidate role on project pipe Layout Engineer Candidate role on project pipe Layout Engineer Attachment 3 Christina "Desi" Gunter 304 Cathy Lane - Gardendale, AL 35071 1 205-540-1872 1 DGunter@American-USA.com Language • English Education ASSOCIATES DEGREE 12003 1 JEFFERSON STATE COMMUNITY COLLEGE • Major: Architectural / Civil Design - Summa Cum Laude ASSOCIATES DEGREE 12003 1 JEFFERSON STATE COMMUNITY COLLEGE • Major: Construction Management - Summa Cum Laude BACHELOR OF SCIENCE DEGREE 12014 1 UNIVERSITY OF ALABAMA AT BIRMINGHAM • Major: Industrial Distribution • Graduated Magna Cum Laude • Related coursework: Business Degree Career Roles, Skills, & Abilities ASWP PROJECT MANAGER - 2016-current • Single point of contact for the client on all aspects of a project from award to completion (managing approximately 12 projects at a time). • Stays in constant contact with production, clients (contractors and/or engineers), and vendors to endure timely completion of projects. • Responsible for having expert knowledge on each project's contract drawings and specifications. • Solves all technical, scheduling, and financial issues and clearly communicates solutions to a variety of audiences. • Responsible for identifying value engineering opportunities that could potentially save the client money. • Responsible for building strong relationship with clients. ADIP DETAIL DRAFTER - 2004-2015 • Trained in AutoCAD, CoCreate, & ANT drawing package software programs. • Over 10 years of experience in both plant work and water transmission lines in the ADIP product line. • Developed lay schedules from an excel based program. LEADERSHIP • National Society of Leadership and Success - current member • American Leadership Association - current member • Phi Kappa Phi Honor Society - current member • Golden Key International Honor Society - current member Attachment 4 Kevin J. Boyd (205) 295-8873 1 kevinboyd1039@yahoo.com PROFILE • Experience in programming in software MATLAB. • Working knowledge of AutoCAD, SolidWorks, and ANT. • Experience in problem solving and teamwork. EDUCATION University of Alabama at Birmingham Birmingham, AL Bachelor of Science, Mechanical Engineering Graduation Date: May 2020 Member of Pi Tau Sigma mechanical engineering honor society Bevill State Community College Jasper, AL Associate of Science, Engineering Graduation Date: May 2016 EXPERIENCE & INVOLVEMENT University of Alabama at Birmingham Capstone Senior Design Project Respirometer for Exercising Drosophilia Birmingham, AL American Cast Iron Pipe Company ASWP Project Manager Birmingham, AL Project Management May 2021-present • Managed projects across the country for project life cycle. Projects varied from line jobs to adapter/connection pieces. • Gained substantial knowledge in ERP software JD Edwards. • Worked with detailers/estimators on drawings based on contract documents such as plans and specs. • Gained key problem -solving skills while working to solve problems with both internal and external applications. American Cast Iron Pipe Company ASWP Project Detailer Birmingham, AL Project Management May 2020-May 2021 • Worked with multiple project managers on start to finish drawing packages for ASWP. This included reading contract drawings, acquiring necessary information for the drawings, and learning all necessary components of AMERICAN Spiral Weld Pipe for each job worked on. • Gained substantial knowledge in AutoCAD and ANT when detailing projects from start to finish and when helping other detailers with work when needed. • Gained knowledge in ASWP such as knowledge of end types, fittings, AWWA Standards, shop manufacturing standards, and project specifications. • Worked with training ASWP Co-op. This included teaching them how to use AutoCAD, release authorizations, independent projects, and compiling data for SPFA audits. American Cast Iron Pipe Company Co-op (3 term) Birmingham, AL Project Management 2020 August 2018-May • Tracked data and information that was distributed to American Spiral Weld Pipe in Columbia, SC. • Gained substantial knowledge in AutoCAD, ANT, and SolidWorks while creating and modifying engineering drawings given to the shop. • Worked closely with the Project Engineer and manager to improve the overall efficiency of the department. Standardized drawings for detailers and estimators such as blind flanges and hinged manway • Completed a start to finish "project reconciliation" project that recapped how efficient the company was on any given project. • Researched Academic papers published from ASCE Pipelines Convention from 2006 to 2019 and categorized them into a spreadsheet to be used by the sales department and internally for continued knowledge growth. 1075 13t" Street South 1934-8400I www.uab.edu/careerservices LMCAREER AND PROFESSIONAL DEVELOPMENT SERVICES Attachment 5 0 F!, SPIRALWELD PIPE cp� THE RIGHT WAY Rupesh Patel EMPLOYMENT July 2022-Present American SpiralWeld Pipe Company, LLC, Paris, TX, USA QA Manager Responsible for daily Quality operation of Paris Facility Quality Assurance department. Responsibilities include managing QA staff; monitoring production and Quality processes for conformance to governing specifications, codes, and standards; defining and entering required quality tests for manufactured items; reviewing and approving all quality documentation; managing and expanding the quality program, policies, and procedures; providing additional inspection and QC support throughout production; driving continuous improvement in the QA department. Carry out periodic Audit to improve and streamline process and documentation. Assisting Director Quality for Development of QMS System. 2010-2022 Welspun Tubular LLC, Little Rock, AR, USA-72206 — (General Supervisor, QA&C, Shift Supervisor QA&C, Sr. Process Engineer Finishing, QA Engineer Spiral QC) As General Supervisor role, managed all QA & C aspects of large diameter Spiral plant's Day to Day activity including QC Lab testing, identifying critical to quality requirements, and controlling output at each stage of the process to handing over finished product to customer. Contribute to company's EBITA by ensuring Daily Quality Inspection activity are in compliance with Customer Requirements. Directing and coordinating all QA& C activities to meet daily targets, achieve Safety ORIR, reduce 3R (Repairs, Rework, and Reject), and operate within approved Budget. Maintaining Quality Records to meet API 5L, ISO 9001, and ITP protocols. Training of Employees for Each Project/Size to meet Customer's Specific requirements. Dealing with Customer appointed Third Party Inspection (TPI) personnel. No major non-conformance for 10 years of Supplied Pipes to various Customers. Reduced project start-up time and correction by developing process control parameters on various sizes of the pipe, and specifications. Establish internal feedback protocol by increasing the no of sampling pipes at major inspection station to reduce the risk of cyclic / repetitive errors. Process control activity by periodically measured, monitored, and improved based on the feedback received from internal stations (Internal station feedback to next and previous stations) 2008-2010 Body Blue 2006 Inc. - 2300 Drew Road, Mississauga, ON, Canada — Sr Quality Inspector Carried out Sampling of all Raw Material as per SOP and Test Plan. Warehouse Manager to maintain the Inventory Count. Strategic Sampling of Finish product in case of Material Recall 2006-2008 Celestica - 844 Don Mills Road, Toronto, ON, Canada Failure Analysis Technician Carried out the board level inspection for different Telecommunication boards for IBM as per IPC 610, In -circuit and functional testing of boards, press fit of connectors, Heat sink attachments, and debug for any repairs, mechanical assembly, and final inspection of product as per the MPI. Carry out failure analysis of different boards as per the MPI, WHIMS, and Health & Safety instructions to meet the production target 1997-2005 Welspun Gujarat Stahl Rohren Ltd. Bharuch, Gujarat, India Graduate Trainee, Sr. Engineer QC, Asst. Manager QC Carried out Daily Online & Offline Ultrasonic testing of Spiral Welded pipes. Assisted in Ultrasonic Operation at L SAW pipe plant. Carried out inspection at Raw material Supplier's facility. Carried Daily shift inspection activities as per ITP and Process chart. Managed all QA&C activity for Spiral plant including Lab Testing and Supervise Contractor activities for External Cement Coating & Internal Paint Coating. Executed Gujarat Water works order at Madhasana Site. OTHER Bachelor of Engineering - Poona / North Maharashtra University, India EXPERIENCE Certified ISO 9001:2015 Lead Auditor Course in 2016 Visual Inspection Level II course in Littlerock, USA 2010 ASNT Certificate in Ultrasonic Testing Level — II in 2005 CWI from IIW, India — 2003 Attachment 6 RAW Patwardhan PROFILE Quality Management System, Quality Assurance and Control & Operation Management in SAW & HFW Pipe Manufacturing industry, Expertise in Fusion Bonded Epoxy Coating System & Process • Core member of leadership Group, involved in creating strategies for organization; safety strategies to minimize incidences, resolving operation, quality, and employee -related issues, strategy for Inventory control and min -max levels, finalizing Monthly and Quarterly Plant Performance Reports, Planning and decision making of HR policies related to the disciplinary point system for an hourly employee, COVID Protocols. • Championed customer satisfaction objectives that include customer relationship management, customer complaint resolution supported by root cause and corrective action methodologies, Identifying Critical to Quality (CTQ) requirements and accordingly building control plan that defines criteria for product quality checks, frequencies, methods and procedures for manufacturing operations to controls and deliver quality product. • Developed, implemented and managed Quality Management system for four plants based on ISO 9001:2015, API Q1 9th Edition, and Production strategies. Developed functional audit checklists, administered periodic internal audits, assessment, and audits of external suppliers, and led to identifying and closing gaps to ensure Quality system meeting compliance to accepted quality protocol. • Lead continuous improvement activities related to cost reduction, cycle time reduction, performance improvement and waste elimination for operations, supply chain and yard using techniques such as DMAIC, CAPA and tools such as histograms, FMEA, root cause analysis, Statistical process control charts SPC. • People management includes recruitment, retention of talent, coaching, performance appraisals, and disciplines: strong communication and Team Building skills. • Highly experienced in preparing annual departmental budget including: staffing requirements, capital equipment, and operation expenditures. Operated department within an average of 3% below approved budget. • Digital transformation strategist who understands the needs of transforming legacy systems into modern digital applications using Agile Scrum methodologies (e.g. Automated Customer Inquiry Process, Coil & Pipe Traceability process) • Succefully completed multi -million dollars Greenfield projects (Spiral Weld Pipe & Coating Plant at Little Rock, Coating & HFW Plant at Dahej, India) and brownfield projects (HFW and coating plant at Little Rock) in time; starting from Project Initiation, Layout designing, Planning and Execution to Project closing. CAREER CHRONOLOGY Director - Quality Assurance Jan 2021— Till Date AMERICAN SpiralWeld Pipe Co. Columbia, SC • Director role, overall responsible for managing all QA functions across three locations. Sr Manager (Head of Department) —Quality Assurance & Technical Service Dec 2009— Aug 2021 Welspun Tubular, Little Rock, AR, USA Senior Manager role, lead and managed all quality control and assurance aspects of large, multi -million dollars Oil & Gas Pipeline and coating Projects starting from bidding, identifying critical to quality requirements, approving quality documents and controlling output at each stage of the process to handing over finished product to customer. • Contributed to achieving EBITA +90% of the time by managing, directing, and coordinating all quality control, quality assurance and Operations activities, personnel, Operations & Qualitative targets (e.g. productivity, plant uptime, rework and rejection within norms, operating within approved budget, consumption within norms), Safety ORIR, ensuring compliance with quality industry regulatory and customer requirements. • Zero major non-conformance consecutively for five years in customer and API -ISO 9001:2015 audits. Page 1 Consistently achieved high Customer satisfaction ratings (average of 4 out of 5 for each customer) in quality of product, customer service and project documentation. • Reduced project start-up time and correction by developing coating process control parameters on various sizes of the pipe and specifications. Initiated and lead weekly weekly quality review meetings with internal stakeholders of each unit to analyse and improve plant operation and quality performance, Monthly and quarterly quality reviews with Top Management. Developed presentations for Quality Management Reviews. Plant Manager (Coatings) / Sr. Manager — Operations Dec 2007— Dec 2009 Welspun Gujarat Stahl Rohren LTD, Dahej, India. • Oversaw all plant operations ensuring adherence to policies and procedures. • Achieved production targets +95% of time, plant up time, rework and rejection within norms, expenses within approved budget, first time yield and Safety ORIR each year by collaborating with personnel from all functions. • Reduced changeover time from 24 hours duration to 4 hours by designing new conveyor rollers operates with connected links and common drive motor, reduced waste (e.g. motion, waiting time) by designing and installing coupling conveyor systems. • Managed reduction in downtime by 4% by initiating and implementing 5S and lean methodology application; Muda (non -value added task within process) in Motion, Conveyance and waiting forms. Plant Manager - TYCO (India) Pvt. Ltd., Nagpur, India Jun 2004 - Dec 2007 • Oversaw all plant operations ensuring adherence to policies and procedures. • Reduced overall machining and assembly time by 14.3% by collaborating with casting foundries on redesigning of dies for closer tolerances and accuracy of the product. • Raised Weighing & Bagging machine Client base by 15.8% by aggressively working on dormant clients, understanding their issues and achieving the accuracy and precision in weight by modifying control panels. • Lead annual contract negotiations with employee groups and union representatives and ensured effective working relationship between management and labor all the time. Asst. Manager - Operations - EUPEC-Welspun Pipe Coating (I) Ltd., Dahej, India Apr 2000 - Jun 2004 • Responsible for day-to-day coating operations. • Successfully completed Fabrication, Erection and commissioning of 30 million dollars 3-Layer Polyethylene Coating plant. • Project Manager for fabrication, erection & commissioning of multi -million dollars Coal Tar, Concrete Coating and HFW Plant. Planning / Production Engineer- Kilburn Engineering Ltd., India Nov 1996 - Mar 2000 • Responsible for Planning of material, fabrication process, and shipping. EDUCATION Bachelor of Engineering (Production) I Walchand Institute of Technology, Solapur, India CERTIFICATION • Certified ISO 9001:2015 Lead Auditor • Lean six sigma Green & Black belt training was completed recently and preparing for the certification examination even though used most of the techniques during Welspun Tenure. Page 2 SKILLS Operation & Quality Management. Problem Solving, Leadership and Time Management Skills. IT skills: Working Knowledge of SAP, Microsoft Office, MS -Project, AutoCAD Page 3 Attachment 7 Wade Bowman Drafter American Cast Iron Pipe Company 2916 16th Street North Birmingham, Alabama 35207 Office: 866-442-2797 Fax: 205-488-7576 Direct Line: 205-325-7805 wbowman(a),american-usa.com Experience: American Cast Iron Pipe Company — 20 years Drafter: 02/02-Present Responsible for detailing layout and shop drawings of pipeline projects secured by American SpiralWeld Pipe. Daniel Industrial Metals — 11 years Detailer, Drafting Department: 04/91-02/02 Responsibilities included detailing shop and erection drawings for miscellaneous and structural steel for commercial projects. Structural Techniques —1.5 years Drafter: 01 /90-04/91 Responsible for detailing shop and erection drawings for commercial structural steel projects. Drafting Service —11 years Drafter: 09/79-01/90 Responsible for detailing shop and erection drawings for commercial structural steel projects. Attachment 8 Amanda Moses Drafter American Cast Iron Pipe Company 2916 16th Street North Birmingham, Alabama 35207 Office: 866-442-2797 Fax: 205-488-7576 Direct Line: 205-307-2839 amoses(&,,american-usa. com Experience: American Cast Iron Pipe Company — 22 years Drafter: 11/00-Present Responsible for detailing layout and shop drawings of pipeline and structural projects secured by American SpiralWeld Pipe. Merchandising Equipment, Inc. — 2 years Assistant Manager, Drafting Department: 12/99-10/00 Responsibilities included supervising and training of all department employees, managing design projects, and maintaining company certifications. Drafter: 12/98-12/99 Responsible for managing design projects of retail store designs and case work, and reading blueprints. Education: University of Alabama at Birmingham, Alabama Bachelor of Science in Computer Science University of Alabama at Birmingham, Alabama Bachelor of Science in Chemistry University of Alabama at Birmingham, Alabama Bachelor of Arts in Spanish Virginia College of Birmingham Associate of Applied Science, Computer Aided Drafting and Design Attachment 9 American SpiralWeld Pipe Company, LLC Last 5 Year Project Reference List Ship Date % Complete Project Location and Description Owner Engineer Contractor or Purchaser Quantity (ft) Size Wall Thickness Lining Coating Karegnondi Water Authority 131,690 60" 0.294" CML Poly 10/1/2014 100% Lake Huron Initiative G-4610 Beecher Rd Flint, MI Flint, MI Direct Bid Direct Bid to KWA 128,891 66" 0.294" CML Poly Matt Raysin - 810-235-2555 394 66" 0.294" CML Poly Karegnondi Water Authority 956 60" 0.294" CML Poly 7/15/2015 100% Genesee County Impoundment Plan S5002 G-4610 Beecher Rd Genesee County, MI Flint, MI Direct Bid Direct Bid 2,500 48" 0.294" CML Poly 810-732-7870 373 36" 0.294" CML Poly 9/15/2015 - Karegnondi Water Authority G-4610 Beecher Rd Genesee County Impoundment Plan S5004 Flint, MI Genesee County, MI 810-235-2555 ------------------------------ Direct Bid Direct Bid 100% 5,200 48" 0.294" CML Poly 3,400 36" 0.294" CML Poly Matt Raysin 34,320 48" 0.294 CML Poly Karegondi Water Authority 4/16/2016 ° 100% Genesee County Impoundment Plan S5005 G-4610 Beecher Rd. Genesee Co, MI 810-235-2555 Direct Bid Direct Bid Flint, MI 38,887 42 0.27 CML Poly Genessee County Drain Commission Fleis & Vandenbrink 6/17/2017 100% S-5006 Potter Rd SE Loop Extension G-4610 Beecher Rd. Flint, MI Flint, MI 2125 Ridgewood Dr, Suite 101 Midland, MI 48642 810-235-2555 989-837-3280 Louisville Water Company Louisville Water Company Garvey Construction 11/17/2017 100% Eastern Parkway 48" TMR - Phase 2 550 South 3rd St. Louisville, KY Louisville, KY 40202 550 South 3rd St. 200 Crutchfield Ave Louisville, KY 40202 Nashville, TN 37210 8,319 42" 0.375 CML Bare / Poly Mike Meyer - 502-569-3600 EXT 2326 Mike Meyer - 502-569-3600 EXT 2327 615-350-7975 15146 31.375" 0.250" 6/17/2017 100% North Dakota State Water Commission Raw Water Main Transmission Pipeline SWC Project 1736 Upgrades Intake to Zap Reservoirs 900 East Blvd, Dept 770 Beulah, ND Bismarck, ND 58501 1-800-366-6888 Bartlett & West Rachel Contracting 3456 E. Century Avenue 4125 Napier Court NE Bismarck, ND 58501 St. Michael, MN 55376 701-258-1110 763-242-4749 4276 31.375" 0.281" CML Tape 216 31.375" 0.375" 394 48.000" 0.500" --- ---- ---- ---- ---- ---- ---- ---- ---- --- ---- ---------------------- ----- ---- ---- ---- 7,900 ---- ---- 48 ---- ---- ---- ---- 0.500 ---- ---- ----- CML ---- ------ Tape 5,700 60 0.750 CML Tape NYC -Design & Construction NYC - Design & Construction CAC Industries 12/17/2017 100% QED 991 30-30 Thompson Avenue Queens, NY Long Island City, NY 11101 30-30 Thomas Ave 37-10 Review Ave Long Island City, NY 11101 Long Island City, NY 11101 50 72 0.750 CML Tape 718-391-1000 718-391-1000 732-946-8400 NYC -Design & Construction NYC - Design & Construction CAC Industries 8,250 48 0.500 CML Tape 12/17/2017 100% HWX710A 30-30 Thompson Avenue Bronx, NY Long Island City, NY 11101 30-30 Thomas Ave 37-10 Review Ave Long Island City, NY 11101 Long Island City, NY 11101 1,000 36 0.375 CML Tape 450 30 0.375 CML Tape 718-391-1000 718-391-1000 732-946-8400 400 24 0.375 CML Tape 12/17/2017 o 100 /o Aiken County Public Service Authority Horse Creek Pollution Control Facility 70 Psa Rd Improvements Beech Island, SC 29842 Aiken, SC 803-278-1911 Goodwyn Mills Cawood Brasfield & Gorrie 101 East Washington St, Suite 200 3021 7th Ave South Greenville, SC 29601 Birmingham, AL 35233 864-527-0460 205-328-4000 400 42" 0.188" Epoxy, C210 Pol 300 48" 0.188" Epoxy, C210 Pol 925 54" 0.199" Epoxy, C210 Pol Town of Cary HDR Engineering Garvey Construction 26,000 42" 0.180" CML Pol 12/17/2017 100% Raw Water Transmission Parallel Pipeline 316 N. Academy St Cary, NC Cary, NC 27513 440 S. Church St; Suite 1000 505 James Jackson Ave Charlotte, NC 28202 Cary, NC 27513 4,900 48" 0.200 CML Pol 1,200 54" 0.230" CML Pol Betsy Drake - 919-469-4030 Matt Schultz - 704-338-6700 540-707-2004 Birmingham Water Works Arcadis BL Harbert International 626 60" 0.375" Epoxy, C210 Polyurethane 5/18/2018 100% Shades Mountain Filter Plant 3600 1 st Ave North Birmingham, AL Birmingham, AL 35222 2170 Highlands Avenue South; Suite 250 820 Shades Creek Pkwy; Suite 3000 Birmingham, AL 35205 Birmingham, AL 35209 60 48" 0.313" Epoxy, C210 Polyurethane 205-244-4000 205-930-5707 205-802-2880 8/18/2018 ° 100% City of Houston, Department of Public 54" Waterline Along Vickery Drive Works Houston, TX 611 Walker St Houston, TX 77002 832-395-2511 - ----- . . - Lockwood, Andrews, & Newnam, Inc. Harper Brothers 2925 Briarpark Drive 654 N. Sam Houston Pkwy East, Suite 100 Houston, TX 77042 Houston, TX 77060 (713) 266-6900 713-893-4593 3,200 54" 0.271" CML, C205 Polyurethane City of Fort Wayne, IN AECOM Cleary Construction 2,880 54" 0.188" Poly, C222 Polyurethane 6/18/2018 100% Morton Street Lift Station FM 200 East Berry St, Room 130 Fort Wayne, IN Fort Wayne, IN 46802 One Indiana Square, Suite 2100 2006 Edmonton Rd Indianapolis, IN 46204 Tompkinsville, KY 42167 260-427-1234 317-532-5400 270-487-1784 11/18/2018 ° 100 /o Louisville Water Company Eastern Pkwy 48" Transmission Main Rehab 550 South 3rd St. Phase 2B, South 3rd St to Interstate 65 Louisville, KY 40202 Louisville, KY Mike Meyer - 502-569-3600 EXT 2326 Louisville Water Company MAC Construction 550 South 3rd St. 1500 Envoy Circle, Suite 1510 Louisville, KY 40202 Louisville, KY 40299 Mike Meyer - 502-569-3600 EXT 2327 502-671-0774 1,420 42" 0.375" CML, C205 Polyurethane ASWP Project Reference List Page 1 of 4 Attachment 9 American SpiralWeld Pipe Company, LLC Last 5 Year Project Reference List 9,300 66" 0.322" CML, C205 Polyurethane Denver Water HDR / Dewberry Garvey Construction 7/1/2018 100% Conduit 16 West Segment 1600 W 12th Ave 1670 Broadway 7911 Shaffer Pkwy Arvada, CO Denver, CO 80204 Denver, CO 80202 Littleton, CO 80127 303-628-6614 303-764-1520 303-791-3600 45 9 2,945 36" 36 " 0.375" CML, C205 Tape NYC -Design & Construction NYC -Design & Construction Perfetto Contracting Co Inc 0.875" CML, C205 Tape 11/18/2018 100% QED - 1007 (Rockaway Blvd) 30-30 Thompson Avenue 30-30 Thompson Avenue 152 41st St Queens, NY Long Island City, NY 11101 Long Island City, NY 11101 Brooklyn, NY 11232 732-946-8400 EXT 114 732-946-8400 EXT 114 718-541-9376 Washington Suburban Sanitary Atkins Garvey Construction 600 60" 0.660" CML, C205 Tape - C214 5/19/2019 ° 100% Purple Line Project Commission 14501 Sweitzer Lane 400 E. Pratt St 4515 Daly Drive, Suite K, College Park, MD Laurel, MD 20707 Baltimore, MD 21202 Chantilly, VA 20151 - - 301-206-4001 443-393-6084 703-794-6194 5,571 72" " 0.431 CML, C205 Tape - C214 City of Baltimore Department of Public Brierley Associates Oscar Renda Contracting, Inc. 100 48 0.294 „ CML, C206 Tape - C215 1/23/2019 100% Druid Lake Finished Water Tanks Works 999 Waterside Dr 608 Henrietta Creek Rd 75 30" 0.198" CML, C207 Tape - C216 Baltimore, MD 2700 Madison Ave Norfolk, VA 23510 Roanoke, TX Baltimore, MD 21217 757-777-3712 817-293-4263 54,096 54" 0.225" CML, C205 Poly - C222 Package B -Effluent Pipeline for Georgia Pacific -Foley Cellulose Plant ' Hazen and Sawyer Reynolds Construction, LLC 1/19/2019 100% Fenholloway WWQI 1 Buckeye Drive 4000 Hollywood Blvd-, Suite 750N 12421 San Jose Blvd-, Suite 200B Perry, FL Perry, FL 32348 Hollywood, FL 33021 Jacksonville, FL 32223 954-987-0066 954-987-0066 904-695-9290 Package A - Effluent Pipeline for Georgia Pacific - Foley Cellulose Plant Hazen and Sawyer Wharton -Smith, Inc. 295 84" 0.385" CML, C205 Poly - C222 11/18/2018 100% Fenholloway WWQI 1 Buckeye Drive 4000 Hollywood Blvd-, Suite 750N 750 Monroe Rd 450 54" 0.225" CML, C205 Poly - C222 Perry, FL Perry, FL 32348 Hollywood, FL 33021 Sanford, FL 32771 954-987-0067 954-987-0067 Sloan Hagerty - 407-230-4959 Colorado Springs Utilities 1,700 66" 0.375" CML, C205 Poly - C222 1521 Hancock Expressway, PO Box 1103,' Dewberry Garvey Construction Homestake Suction Pipeline Replacement Mail Coe 1821 990 S Broadway, Suite 400 7911 Shaffer Pkwy 3/1/2020 ° 100% Project Colorado Springs, CO 80947 Denver, CO 80209 Littleton, CO 80127 Granite, CO (719) 668-8537 - (303) 951-0613 303-791-3600 --- 8,731 42" 0.375" CML, C205 Poly / Bare Louisville Water Company Eastern Pkwy 48" Transmission Main Rehab HDR Cleary Construction 9/1/2019 100% 550 South 3rd St. Phase 3 401 West Main Street 2006 Edmonton Rd Louisville, KY 40202 Louisville, KY Louisville, KY 40202 Tompkinsville, KY 42167 Mike Meyer - 502-569-3600 EXT 2326 Florida Keys Aqueduct Authority 502-584-4118 270-487-1784 Carollo Metro Equipment Services 10,300 31.375" 0.375" CML, C205 Tape, C214 11/19/2019 ° 100% Grassy Key Tranmission Main Replacement 3200 Overseas Hwy 2056 Vista Pkwy, Suite 400 9415 SW 72nd Street #123 Marathon, FL Marathon, FL 33050 West Palm Beach, FL 33441 Miami, FL 33173 305-296-2454 561-868-6403 786-663-2811 20,586 49.75" 0.200" CML, C205 Poly, C222 San Patricio Municipal Water 54" & 48" Treated Transmission Waterline Cash Construction Co., Inc. J Schwarz &Associates, Inc 5,371 55.750 0.22511 CML, C205 Poly, C222 11/19/2019 100% Project - Contract 1 4213 TX-361 Corpus Christi, TX 78412 217 Kingston Lacy Blvd 2,550 49.750" 0.875" Poly, C222 Poly, C222 Portland, TX 78374 Corpus Christi, TX Pflugerville, TX 78660 361-906-2430 361-643-6521 The Village of Oak Lawn 512-251-7872 CDM Smith Reliable Contracting and Equipment Co. 26,476 60" .290", .320", .640", .730" CML, C205 Poly, C222 WTM Package No 6A 9446 S. Raymond Ave Suite 700 125 South Wacker Drive, 4100 S. Emerald Ave 4/20/2020 ° 100% Oak Lawn, IL Oak Lawn, IL , ChicagoIL 60606 Chicago, IL 60609 708-636-4400 312-346-5000 312-666-3626 Peace River/ Manasota Regional Water King Engineering Association Garvey Construction 21,200 48" 0.240" CML, C205 Poly, C222 Phase 3B - Regional Integrated Loop Supply 2930 University Pkwy 2151 NE Coachman Road 1/1/2020 100% System 9415 Town Center Pkwy Sarasota, FL 34243 Clearwater, FL 33765 Sarasota County, FL Lakewood Ranch, FL 34202 941-358-6540 407-877-5903 941-316-1776 NYC DEP C H2 M H i l l Kiewit-Shea Constructors, AJV 1,300 48" 0.500" Bare Bare Rondout Tunnel Project 59-17 Junction Blvd, 13th Floor 29 Broadway #1700 5503-US-9W 5/1/2020 ° 100% Wawarsing, NY Flushing, NY 11373 New York, NY 100006 Newburgh, NY 12550 212-639-9675 212-545-6300 201-575-9689 - -- - -- - -- - - --- City of Denton - -- S&J Construction — - Freese and Nichols 4,225 43.750" 0.198" CML, C205 Poly, C222 N-S Phase 3 WTM 901-B Texas Street 2220 San Jacinto Blvd, Suite 330 1009 South Redmond Rd 5/1/2020 100% Denton, TX Denton, TX 76209 Denton, TX 76205 Jacksonville, AR 72076 940-349-7133 940-220-4340 501-247-2298 Great Lakes Water Authority Somat Engineering, Inc. LGC Global 12,425 48" 0.200" CML, C205 Poly, C222 Schoolcraft Road 48in Water Transmission 9101 W Jefferson Ave 3031 W. Grand Blvd, Suite 228 7310 Woodward, Suite 500 7/1/2020 100% Main Detroit, MI 48209 Detroit, MI 48202 Detroit, MI 48202 Livonia, MI 844-455-4592 313-963-2721 313-989-4141 DDC Engineers Ruby Collins 25,350 48" 0.200" CML, C205 Poly, C222 Grand Strand Water and Sewer Authority 48" Water Line from US Hwy 701 to SC Hwy 1298 Professional Dr Monte Beasley 2,800 48" 0.675" Poly, C222 Poly, C222 4/20/2020 100% PO Bo2368 x 2 68 544 rtle Beach, SC 29577 4875 Martin Court Conway,, Myrtle Beach, SC 843-692-3200 Smyrna, GA 843-443-8200 770-432-2900 ASWP Project Reference List Page 2 of 4 Attachment 9 American SpiralWeld Pipe Company, LLC Last 5 Year Project Reference List Jacobs Engineering Inc. 21,473 43.75" 0.210" CML, C205 Poly, C222 South Metro WISE Authority T Lowell Construction 9191 S. Jamaica Street 8/20/2020 100% Binney Connection Project 8400 E Prentice Ave; Suite 315 3211 S Interstate 25 , CO 80112 EnglewoodCO Aurora, CO Greenwood Village, CO 80111 303-70 Castle Rock, CO 80109 720-216-5158 303-688-2330 - 1,200 43.75" 0.500" City of Thornton, CO Scott Contracting 2,550 43.75" 0.340" 13,268 43.75" 0.320" Thornton Water Project Work Package 1 9500 Civic Center Drive Burns & McDonnell Engineering Co, Inc 9200 E Mineral Ave; Suite 400 10,262 43.75" 0.290" 7/17/2020 100% Thornton, CO Thornton, CO 8022913ismarck, ND 58501 9785 Maroon Cir, Suite 400 Centennial, CO 80112 CML, C205 Poly, C222 1,902 43.75" 0.235" 1-800-366-6888 Centennial, CO 80112701-258-1110 Justin Kulbacki - 720-256-5284763-242- 9,871 43.75" 0.235" 4749 7,500 49.000" 0.500" CML, C205 Poly, C222 NYC -Design & Construction NYC -Design & Construction CAC Industries 11/22/2022 75% BED776 30-30 Thomas Ave 30-30 Thomas Ave 54-08 Vernon Blvd Brooklyn, NY Long Island City, NY 11101 Long Island City, NY 11101 Long Island City, NY 11101 732-946-8400 - EXT 114 732-946-8400 - EXT 115 718-729-3600 202 24" Varies CML, C205 Poly, C222 398 30" Varies CML, C205 Poly, C222 Great Lakes Water Authority AECOM LGC Global 643 42" Varies CML, C205 Poly, C222 1,998 48" Varies CML, C205 Poly, C222 Yard Piping, Valves and Venturi Meters 9101 W Jefferson Ave 400 Renaissance Center, Suite 2600 7310 Woodward, Suite 500 6/20/2022 o 100% Replacement at Water Works Part Detroit, MI 48209 Detroit, MI 48202 Detroit, MI 48343 - - - - - - - - - - - 844-455-4592 313-309-7184 313-989-4141 55 54" Varies CML, C205 Poly, C222 692 60" Varies CML, C205 Poly, C222 156 66" Varies CML, C205 Poly, C222 2,166 72" Varies CML, C205 Poly, C222 City of Phoenix Inc Sundt Construction, . Stanley Consultants, Inc. 20,974 67.875 0.310 „ CML, C205 Poly, C222 Segment 2, Zone 4A Water Transmission 200 W Washington St. 2620 S 55th St 1661 E. Cam Rd, Suite 400 2,037 67.875" 0.490" CML, C205 Poly, C222 5/21/2021 100% Main Phoenix, AZ 85003 Tempe, AZ 85282 Phoenix, AZ x, AZ 85016 Phoenix, AZ 602-262-6011 480-293-3000 Jay Horak, PE ------ ---- ------------ ---- ---- ----------- ---- ---- ---- -- -- -------------------- ---- ---- -------------------- - ---- - --- ----------- ---- ---- ---- -- -- ---- 6,480 ---- ---- 49.750" ---- ---- ---- ---- 0.365" ---- ---- ----- ---- ------ 12,312 49.750" 0.281" San Antonio Water System Freese & Nichols Thalle Construction Co. 62,967 49.750" 0.260" WRIP Phase 2 - Pipeline 2800 US-281 9601 McAllister Freeway, Suite 1008 900 NC-86 1,744 49.750 0.306„ 3/21/2021 100% Segment 2C & 3 San Antonio, TX 78212 San Antonio, TX 78216 Hillsborough, NC 27278 CML, C205 Poly, C222 3,256 49.750" 0.260" San Antonio, TX 210-704-7297 210-298-3800 919-245-1490 North Harris County Regional Water Harper Brothers Construction Aurora Technical Services 10,087 84" 0.414", 0.433", 0.635" CML, C205 Poly, C222 92 36" 0.250" CML, C205 Poly, C222 Project 25D Proposed 84" Water Line Along Authority N. 654 NSam Houston, Pkwy, Suite 330 2121 Sage Road, Suite 150 530 30" 0.385" CML, C205 Poly, C222 5/21/2021 100% Plaza Verde & Centerpoint 3648 Cypress Creek Pkwy: Suite 110 Houston, TX 77060 Houston, TX 7 Houston, TX Houston, TX 77068 713-893-4593 281-453-770056 0 281-440-3924 Nashville Metro Water Services Brown and Caldwell Garvey Construction 1,000 84" 0.350" CML, C205 Poly, C222 Central WWTP Capcity Improvements & 1450 Lebanon Pike 200 Crutchfield Avenue 220 Athen Way, Suite 500 6/21/2021 100% CSO Nashville, TN 37210 Nashville, TN 37210 Nashville, TN 37228 Nashville, TN 615-880-2420 615-350-7975 615-255-2288 Great Lakes Water Authority 42,500 54" 0.268"-0.625" CML, C205 Poly, C222 Brown and Caldwell Ric -Man Construction, Inc. GLWA Contract No 2004456, 14 Mile 9101 W Jefferson Ave 38600 Van Dyke Ave, Suite 100 100 West Big Beaver Road, Suite 540 12/21/2021 ° 100% Transmission Main Loop - Phase 2 Detroit, MI 48209 Troy, MI 48084 Sterling Heights, MI 48312 Oakland County, MI 844-455-4592 248-786-4760 586-997-8830 North Harris County Regional Water Harper Brothers Construction 11,768 84" 0.423" CML, C205 Poly, C222 Project 25A Proposed 84" Water Line Along Authority Binkley &Barfield, Inc. 654 N. Sam Houston, Pkwy, Suite 330 9/21/2021 100% Centerpoint Energy Northbelt Corridor 3648 Cypress Creek Pkwy: Suite 110 SeamiDr. Houston, TX 77060 Houston, TX Houston, TX 77068 ouston, Houst 77008 713-893-4593 281-440-3924 - 719-8693433 North Harris County Regional Water 3,550 84" 0.423" CML, C205 Poly, C222 Project 25G - 84" Water Line Along Lessner Authority Arcadis Reytec Construction, Inc. 3/22/2022 100% Road 3648 Cypress Creek Pkwy: Suite 110 10205 Wesheimer Road -Suite 800 1901 Hollister St Houston, TX Houston, TX 77068 Houston, TX 77042 Houston, TX 77080 281-440-3924 North Harris County Regional Water 713-953-4800 Kimley-Horn MC2 Civil, Inc. 8,300 36" 0.210" - 0.500" CML, C205 Poly, C222 Project 25E Authority 10814 Jollyville Rd, Campus IV, Suite 200 14115 Luthe Rd, Suite 100 3/22/2022 100% 3648 Cypress Creek Pkwy: Suite 110 Houston, TX Austin, TX 78759 Houston, TX 77039 Houston, TX 77068 512-418-1771 713-896-3141 281-440-3924 K Friese and Associates Carney Construction 60,675 42" 0.198" CML, C205 Poly, C222 33,825 36" 0.198" CML, C205 Poly, C222 Alliance Regional Water Authority Phase 1 B Treated Water Pipeline Segment 1120 S. Capital of Texas Hwy 40 NE Interstate 410 Loop #343 5/22/2022 100% 630 E. Hopkins B Cityview II, Suite 100 San Antonio, TX 78216 San Marcos, TX San Marcos, TX Austin, TX 78746 210-981-2645 512-294-3214 512-338-1704 City of Houston, Department of Public HDR Engineering, Inc. Harper Brothers Construction 9,631 72" 0.362" CML, C205 Poly, C222 72" Water Line from Crawford to Mt Vernon Works 4828 Loop Central Drive, Suite 800 654 N. Sam Houston, Pkwy, Suite 330 6/22/2022 100% Houston, TX 611 Walker St Houston, TX 77081 Houston, TX 77060 Houston, TX 77002 713-622-9264 713-893-4593 832-395-2500 ASWP Project Reference List Page 3 of 4 Attachment 9 American SpiralWeld Pipe Company, LLC Last 5 Year Project Reference List CDM Smith Reliable Contracting & Equipment Co. 2,750 60" 0.270" CML, C205 Poly, C222 The Village of Oak Lawn 125 South Wacker Drive; Suite 700 4100 S. Emerald Avenue 7/22/2022 100% Water Transmission Bid Package 4B 9446 S. Raymond Ave Chicago, IL 60606 Chicago, IL 60609 Oak Lawn, IL Oak Lawn, IL 312-346-5000 312-666-3626 708-636-4400 Brown and Caldwell Ruby -Collins, Inc. 3,760 54" 0.225" CML, C205 Poly, C222 Lake Keowee Intake to Adkins Water Plant Greenville Water System 250 Berryhill Road; Suite 104 4325 Dick Pond Road, Suite D 400 54" 0.300" CML, C205 Poly, C222 7/22/2022 100% Raw Water System Improvements 407 W Broad St Greenville, SC 29601 Columbia, SC 29210 Conway, SC 29588 Greenville, SC 864-241-6000 803-873-9701 843-748-9000 Crist Engineers, Inc. Belt Construction, Inc. 20,550 42" 0.198" CML, C205 Poly, C222 Contract 2, Raw Water Supply Transmission City of Hot Springs, AR Utility Dept 205 Executive Court 2507 E. Broad Street 7/22/2022 100% 324 Malvern n Ave Pipe Line Project, Section 1 and Section 2 Little Rock, AR 72205 Texarkana, AR 71854 Hot Springs, AR Hot Springs, 71901 501-664-1552 870-772-7216 501-321-6830 Wilson Engineers Achen-Gardner Construction, LLC 3,960 90" 0.510" CML, C205 Bare City of Phoenix 1620 W Foundationhead PKWY Suite 501 550 S 79th Street 10/22/2022 100% Val Vista Transmission Main 200 W Washington St. Tempe, AZ 85282 Chandler, AZ 85226 Mesa, AZ Phoenix, AZ 85003 480-893-8860 480-490-1300 602-262-6011 West Harris County Regional Water Black & Veatch Harper Brothers Construction 23,617 96" 0.5", 0.6" CML, C205 Poly, C222 100 96" 0.750" CML, C205 Poly, C222 Authority 920 Memorial City Way Suite 600 654 N. Sam Houston, Pkwy, Suite 330 7/1/2023 100% WHCRWA Segment B2 7215 Harms Rd Houston, TX 77024 Houston, TX 77060 Houston, TX Houston, TX 77098 713-961-1100 713-893-4593 (713) 860-6400 Olsson Engineering 4,900 36" 0.233" CML, C205 Poly, C222 Windier Public Improvement Authority Windler Public Improvement Authority 1525 Raleigh St.; Suite 400 11/22/2022 100% Windier GVP 36" Water Relocation 5750 DTC Pkwy; Suite 210 5750 DTC Pkwy- Suite 210 Denver, CO 80204 Aurora, CO Greenwood Village, CO 80111 Greenwood Village, CO 80111 303-237-2072 303-795-9900 303-795-9900 K Friese and Associates Garvey Construction 4,068 42" 0.198" and 0.375" CML, C205 Poly, C222 3,214 36" 0.198" and 0.375" CML, C205 Poly, C222 Alliance Regional Water Authority Phase 1 B Treated Water Pipeline Segment 1120 S. Capital of Texas Hwy 40 NE Interstate 410 Loop #343 12/1/2022 100% 630 E. Hopkins B - Change Order Cityview II, Suite 100 1 San Antonio, TX 78216 San Marcos, TX San Marcos, TX Austin, TX 78 210-981-2645 512-294-3214 512-338-1704 Wade Trim 30,000 37.500" 0.385" CML, C205 Poly, C222 Florida Keys Aqueduct Authority Florida Keys Aqueduct Authority 201 One Tampe Center 1/23/2023 o 95/o Islamorada Transmission Main 1100 Kenndy Drive 1100 Kenndy Drive N Franklin St #1350 Islamorada, FL Key West, FL 33040 Key West, FL 33040 Tampa, FL 33602 305-295-2136 305-295-2136 Dewberry Engineers Inc. BT Construction 1,650 49.75 0.335" CML, C205 Bare Aurora Water Project Manager 990 S. Broadway, Suite 400 9885 Emporia St 11/22/2023 100% Rampart PCCP Slipline Phase 2 1515 E Alameda Pkwy, Suite 4400 Denver, CO 80209 Henderson, CO 80640 Aurora, CO Aurora, CO 80012 303-95100615 303-469-0199 720-859-4342 HDR Reynolds Construction Company 42,520 31.375 0.198" CML, C205 Poly, C222 Aurora City Water Utility Administration 1670 Broadway, Suite 3400 1775 East 69th Avenue 6/27/2023 o 95/o Eastern Utility Extension Zone 4 1515 E Alameda Pkwy, Suite 3600 Denver, CO 80202 Denver, CO 80229 Aurora, CO Aurora, CO 80012 303-764-1547 303-287-7700 303-739-7370 LAN Garvey Construction (CMAR) 142,711 66" 0.290" CML, C205 Poly, C222 Upper Trinity Regional Water District 8350 N. Central Expressway; Suite 1400 40 NE Interstate 410; Loop #343 26,250 72" 0.320" CML, C205 Poly, C222 8/15/2023 90% Lake Ralph Hall Raw Water Pipeline 900 North Kealy Avenue; PO Box 305 Dallas, TX 75206 San Antonio, TX 78216 Ladonia, TX Lewisville, TX 75067 214-522-8778 210-981-2645 972-219-1228 Walker Partners Engineers and Surveyors Garvey Construction 44,270 36" 0.198" CML, C205 Poly, C222 ARWA Phase 1 B Treated Pipeline, Segment Alliance Regional Water Authority 804 Las Cimas Pkwy 40 NE Interstate 410; Loop #343 8/15/2023 75% E 630 E. Hopkins Austin, TX 78746 San Antonio, TX 78216 New Braunfels, TX San Marcos, 512-294-3214 210-981-2645 512-294-3214 Peace River / Manasota Regional Water Wade Trim Garvey Construction 37,500 43.750" 0.250" CML, C205 Poly, C222 Peace River - Phase 3C Supply 201 N. Frankin St. Suite 1350 370 E Crown Point Rd 7/15/2023 40% Sarasota, FL 9415 Town Center Pkwy Tampa, FL 33602 Winter Garden, FL 34787 Lakewood Ranch, FL 34202 813-882-4373 941-451-1488 941-316-1776 Providence Infrastructure Consultants Reynolds Construction Company 33,710 37.5 0.198" CML, C205 Poly, C222 10,510 37.5 0.221" CML, C205 Poly, C222 Greeley Water & Sewer Department 300 Plaza Drive Suite 320 1775 East 69th Avenue 3/27/2023 o 85 /o Terry Ranch Pipeline Project Segment 1 1001 11th Avenue, 2nd Floor Highlands Ranch, CO 80129 Denver, CO 80229 Greeley, CO Greeley, CO 80631 303-997-5035 303-287-7700 970-350-9811 ASWP Project Reference List Page 4 of 4 Attachment 10 American SpiralWeld Pipe Company, LLC Project Manager Project Reference List American Ship Date Project Manager Project Location and Description Owner Engineer Contractor or Purchaser Quantity (R) Size Louisville Water Company 550 South 3rd St. Louisville Water Company 550 South 3rd St. Gamey Construction 200 Crutchfield Ave 11 /17/2017 Desi Gunter Eastern Parkway 48" TMR - Phase 2 Louisville, KY Louisville, KY 40202 Louisville, KY 40202 Nashville, TN 37210 8,319 42" Mike Meyer - 502-569-3600 EXT 2326 Mike Meyer - 502-569-3600 EXT 2327 615-350-7975 AECOM 2,880 54" City of Fort Wayne, IN 200 East Berry St, Room One Indiana Square, Suite 2100 Indianapolis, IN Cleary Construction 2006 Edmonton Rd 6/18/2018 Desi Gunter Morton Street Lift Station FM Fort Wayne, IN 130 46204 Tompkinsville, KY 42167 Fort Wayne, IN 46802260-427-1234 31746204400 270-487-1784 MAC Construction 1,420 42" Eastern Pkwy 48" Transmission Main Rehab Phase Louisville Water Company 550 South 3rd St. Louisville Water Company 550 South 3rd St. 1500 Envoy Circle, Suite 1510 11 /18/201 s Desi Gunter 2B, South 3rd St to Interstate 65 Louisville, KY 40202 Louisville, KY 40202 Louisville, KY 40299 Louisville, KY Mike Meyer - 502-569-3600 EXT 2326 Mike Meyer - 502-569-3600 EXT 2327 502-671-0774 9,300 66" Denver Water 1600 W 12th Ave Denver, CO HDR / Dewberry 1670 Broadway Gamey Construction 7911 Shaffer Pkwy 7/l/2018 Desi Gunter Conduit 16 West Segment Arvada, CO 80204 Denver, CO 80202 Littleton, CO 80127 303-628-6614 303-764-1520 303-791-3600 Georgia Pacific - Foley Cellulose Plant 1 Buckeye Hazen and Sawyer 54,096 54" Package B - Effluent Pipeline for Fenholloway W WQI Drive 4000 Hollywood Blvd; Suite 750N Hollywood, FL Reynolds Construction, LLC 12421 San Jose Blvd; 1/19I2019 Desi Gunter perry, FL Perry, FL 32348 33021 Suite 200B Jacksonville, FL 32223 954-987-0066 954-987-0066 904-695-9290 1,700 66" Colorado Springs Utilities 1521 Hancock Dewberry Gamey Construction 7911 Shaffer Pkwy 3/1/2020 Desi Gunter Homestake Suction Pipeline Replacement Project Expressway, PO Box 990 S Broadway, Suite 400 Littleton, CO 60127 Granite, CO 1103, Mail Coe 1821 Colorado Springs, CO 80947 Denver, CO 80209 303-791-3600 (719)668-8537 (303)951-0613 8,731 42" Eastern Pkwy 48" Transmission Main Rehab Phase 3 Louisville Water Company 550 South 3rd St. HDR Cleary Construction 2006 Edmonton Rd 9/1/2019 Desi Gunter Louisville, KY Louisville, KY 40202 401 West Main Street Louisville, KY 40202 Tompkinsville, KY 42167 Mike Meyer -502-569-3600 EXT 2326 502-584-4118 270-487-1784 Florida Keys Aqueduct Authority 3200 Overseas Metro Equipment Services 9415 SW 72nd Street 10,300 31.375" Grassy Key Tranmission Main Replacement Marathon, Hwy Carollo #123 11/19/2019 Deli Gunter FL Marathon, 2056 Vista Pkwy, Suite 400 West Palm Beach, FL Miami, -2 54 305-296-2454 33441 561-868-6403 63 28173 786-663-2811 CDM Smith 26,476 60"Reliable The Village of Oak Lawn 9446 S. Raymond Ave 125 South Wacker Drive, Suite 700 Chicago, IL Contracting and Equipment Co. 4I20I2020 Desi Gunter WTM Package No 6A Oak Lawn, IL Oak Lawn, IL 60606 4100 S. Emerald Ave Chicago, IL 60609 708-636-4400 312-346-5000 346- 312-666-3626 Freese and Nichols 4,225 43.750"S&J City of Denton 901-B Texas Street Denton, TX 2220 San Jacinto Blvd, Suite 330 Construction 1009 South Redmond Rd 5/1/2020 Desi Gunter N-S Phase 3 WTM Denton, TX 76209 Denton, TX 76205 Jacksonville, AR 72076 940-349-7133 940-220-4340 01-247-2298 5 202 24" 398 30" 643 42" Great Lakes Water Authority 9101 W Jefferson AECOM LGC Global 6/20/2022 Desi Gunter Ward Piping, Valves and Venturi Meters Replacement Ave Detroit, MI 48209 400 Renaissance Center, Suite 2600 7310 Woodward, Suite 500 1,998 48" 55 54" at Water Works Part 844MI -455-4592 Detroit, Detroit, MI41402 9-71843 313-30-7184 313-989d1 692 60" 156 66" 2,166 72" 10,087 84" North Harris County Regional Water Authority Aurora Technical Services 2121 Sage Road, Suite Harper Brothers Construction 654 N. Sam Houston, 92 36" Project 25D Proposed 84" Water Line Along Plaza 3648 Cypress Creek Pkwy: Suite 110 150 Pkwy, Suite 330 530 30" 5/21/2021 Desi Gunter Verde & Centerpolnt Houston, TX Houston, TX 77068 Houston, TX 77056 Houston, TX 77060 281- 40-3924 281-453-7700 713-893-4593 Nashville Metro Water Services 1450 Lebanon 1,000 84" Central W WTP Capcity Improvements & CSO Pike Brown and Caldwell 220 Athen Way, Suite 500 Gamey Construction 200 Crutchfield Avenue 6/21/2021 Desi Gunter Nashville, TN Nashville, TN 37210 Nashville, TN 37228 615-255-2288 Nashville, TN 37210 615-350-7975 615-880-2420 North Harris County Regional Water Authority Harper Brothers Construction 654 N. Sam Houston, 11,768 84" Project 25A Proposed 84" Water Line Along 3648 Cypress Creek Pkwy: Suite 110 Binkley & Barfield, Inc. 1710 Seamist Dr. Suite 330 9/21/2021 Desi Gunter Centerpdnt Energy Northbelt Corridor Houston, TX 77068 Houston, TX 77008 Houston, TX 77060 Houston, TX 281-440 3924 719-869-3433 713-893-4593 North Harris County Regional Water Authority Arcadis 3,550 1" Project 25G - 84" Water Line Along Gessner Road 3648 Cypress Creek Pkwy: Suite 110 10205 Wesheimer Road - Suite 800 Houston, TX Reytec Construction, Inc. 3/22/2022 Kevin Boyd Houston, TX Houston, TX 77068 77042 1901 Hollister St 281-440-3924 713-953-4800 Houston, TX 77080 North Harris County Regional Water Authority Kimley-Horn MC2 Civil, Inc. 8,300 36" 3648 Cypress Creek Pkwy: Suite 110 10814 Jollyville Rd, Campus IV, Suite 200 Austin, TX 14115 Luthe Rd, Suite 100 3/22/2022 Kevin Boyd Project 25E Houston, TX Houston, TX 77068 78759 Houston, TX 77039 281-440-3924 512-418-1771 713-896-3141 Attachment 10 American SpiralWeld Pipe Company, LLC Project Manager Project Reference List 60,675 42" K Friese and Associates 1120 S. Capital of Texas Garvey Construction 33,825 36" 5/22/2022 Deal Gunter Phase 1 B Treated Water Pipeline Segment B San Marcos, TX Alliance Regional Water Authority 630 E. Hopkins San Marcos, TX 512-294-3214 Hwy Cityview Il, Suite 100 Austin, TX 78746 40 NE Interstate 410 Loop #343 San Antonio, TX 78216 512-338-1704 210-981-2645 9,631 72" 6/22/2022 Kevin Boyd 72" Water Line from Crawford to Mt Vernon Houston TX City of Houston, Department of Public Works 611 Walker St Houston, TX 77002 832-395-2500 HDR Engineering, Inc. H, 4828 Loop Central Drive, Suite 800 ouston, TX 77081 713-622-9264 Harper Brothers Construction 654 N. Sam Houston, Pkwy, Suite 330 Houston, TX 77060 713-893-4593 2,750 60" 7/22/2022 Deli Gunter Water Transmission Bid Package 4B Oak Lawn, IL The Village of Oak Lawn 9446 S. R g Raymond Ave Oak Lawn, IL 708-636-0400 CDM Smith 125 South Wacker Drive; Suite 700 Chicago, IL 60606 312-346-5000 Reliable Contracting & Equipment Co. 4100 S. Emerald Avenue Chicago, IL 60609 312-666-3626 20,550 42" 7/22/2022 Desi Gunter Contract 2, Raw Water Supply Transmission Pipe Line Project, Section 1 and Section 2 Hot Springs, AR City of Hot Springs, AR Utility Dept 324 Malvern Ave Hot Springs, AR 71901 501-321-6830 Crist EngineersInc. 205 Executive Court Little Rock , , AR 72205 501-664-1552 Belt Construction, Inc. 2507 E. Broad Street Texarkana, AR 71854 870-772-7216 23,617 96" 1/1/2023 Kevin Boyd W HCRWA Segment B2 Houston, TX West Harris County Regional Water Authority 7215 Harms Rd Houston, TX 77098 (713)860-6400 Black & Veatch 920 Memorial City Way Suite 600 Houston, TX 77024 713-961-1100 Harper Brothers Construction 654 N. Sam Houston, Pkwy, Suite 330 Houston, TX 77060 713-893-4593 100 96" 4,900 36" Windier Public Improvement Authority 5750 DTC Olsson Engineering 1525 Raleigh St.; Suite 400 Windier Public Improvement Authority 5750 DTC 11/22/2022 Desi Gunter Windier GVP 36" Water Relocation Aurora, CO Pkwy, Suite 210 Greenwood Village, CO 80111 Denver, CO 80204 Pkwy, Suite 210 Greenwood Village, CO 80111 303-795-9900 303-237-2072 303-795-9900 4,068 42" 12I1I2022 Desi Gunter Phase 1 B Treated Water Pipeline Segment B - Change Order San Marcos, TX Alliance Regional Water Authority 630 E. Hopkins San Marcos, TX 512-294-3214 K Friese and Associates 1120 S. Capital of Texas Hwy Cityview II, Suite 100 Austin, TX 78746 512-338-1704 Garvey Construction 40 NE Interstate 410 Loop #343 San Antonio, TX 78216 210-981-2645 31214 36" 22,000 37.500" 1/23/2023 Kevin Boyd Islamorada Transmission Main Islamorada, FL Florida Keys Aqueduct Authority 1100 Kenndy Drive Key West, FL 33040 305-295-2136 Wade Trim 201 One Tampa Center N Franklin St 91350 Tampa, FL 33602 Florida Keys Aqueduct Authority 1100 Kenndy Drive 305-290 Karin Key West, FL 3 Authority 2136 42,520 31.375 Aurora City Water Utility Administration 1515 E HDR Reynolds Construction Company 1775 East 69th 5/23/2023 Desi Gunter Eastern Utility Extension Zone 4 Aurora, CO Alameda Pkwy, Suite 3600 Aurora, CO 80012 1670 Broadway, Suite 3400 Denver, CO 80202 Avenue Denver, CO 80229 303-739-7370 303-764-1547 303-287-7700 142,711 66" 8/15/2023 Desi Gunter Lake Ralph Hall Raw Water Pipeline Ladonia, TX Upper Trinity Regional Water District 900 North Keely Avenue; PO Box 305 Lewisville, TX 75067 LAN 8350 N. Central Expressway; Suite 1400 Dallas, TX 75206 Garvey Construction (CMAR) 40 NE Interstate 410; Loop #343 San Antonio, TX 78216 26,250 72 972-219-1228 214-522-8778 210-981-2645 Walker Partners Engineers and Surveyors 44,270 36" 8/15/2023 Kevin Boyd ARWA Phase I Treated Pipeline, Segment F New Braunfels, TX Alliance Regional Water Authority 630 E. Hopkins San Marcos, TX 512-294-3214 804 Las Cimas Pkwy Austin, TX 78Walker Partners Engineers and Surveyors 804 Las Cimas Pkwy Austin, TX 78746 Garvey Construction (CMAR) 40 NE Interstate 410; Loop #343 San Antonio, TX 78216 210-981-2646 512-294-3214 33,710 36" 3/27/2023 Desi Gunter Terry Ranch Pipeline Project Segment 1 Greeley, CO Greeley Water & Sewer Department 1001 1lth Avenue, 2nd Floor Greeley, CO 80631 Providence Infrastructure Consultants 300 Plaza Drive Suite 320 Highlands Ranch, CO 80129 Reynolds Construction Company 1775 East 69th Avenue Denver, CO 80229 10,510 36" 970-350-9811 303-997-5035 303-287-7700 Attachment 11 SPIRALWELD PIPE THE RIGHT WAY Project Gantt Chart oject Number: WAR03317 Project Name: West Transmission Main - 50,200' of 48" x 0.260" Pipe; 11,050' of 48" x 0.310" P Location: Fayetteville, AR Customer: Garney Construction "Note: All dates are estimates. Actual dates are dependant upon information received in order to complete necessary activities.'* Todav's Date 1 3/14/2024 1 Shia Rate 12.500' / week / Crew - 2 Crews (5000' / Week Total Task Name Start Weekend/ Weekday?End Duration s (Days) Queue Time (Days) Depends On: Completed PO / Letter of Intent 5/28/2024 Weekday 5/29/2024 1 0 None None No Design Calcs Submittal 5/14/2024 Weekday 5/28/2024 14 0 None None No Steel Order 5/29/2024 Weekday 8/7/2024 70 0 PO / Letter of Intent Purchase Order No Drawings 6/3/2024 Weekday 10/1 /2024 120 0 None None No Approval 7/3/2024 Weekday 10/31/2024 120 0 Drawings None No Release 10/31/2024 Weekday 11/21/2024 21 0 Approval None No Manufacturing 11/25/2024 Weekday 3/17/2025 112 49 Release Steel Order No Shipping 1/13/2025 Weekday 4/14/2025 91 0 Manufacturing None No PO / Letter of Intent Design Calcs Submittal Steel Order Drawings Approval Release Manufacturing Shipping ginal Issue Date: Revision: Revision Date: Project Manager: Project Detailer: I Today's Date tX tX tK tX tX tX tK tX tX tX tK tX N N N N N tX tK tX tK N tX N tK N tX N tK N DX h h h h h h h h h h h h h h h h h h 00' 00' 00' 00' 00' 00' 00' J 00' Off' 90 Off' 00' 00' 00' Off' g g g Off' g Off' g g g g g g g g 9 9 9 00' h�0\���\�ti���0\� ��'\�'`� �'`c'\�ti�O\ 1��\�'`O\�'`,l\�ti\ \r�) L(b \�' \rt\\�ti''`'`ti\�`L'���\`L'���'\�'`�'\�`�� Attachment 11 - WAR03317 - West Transmission Main - GANTT CHART - 031224 - Rev 1 Section 06 SOV 1.02 Large Diameter Valves CITY OF .� FAYETTEVILLE AQKANSAS Construction Manager at Risk GMP Proposal April 17, 2024 «arnWV ey ADVANCING WATER 0000 0000 Cl § 0000 IL § cn )))mCoco f J E k eee _ § k am (L # § cl § i �))\ R k\\\ 0 k m co �; ;m a]// � af!! ...... 3 ` �`%% 0 )§22 k w ; ¥ ;;m« § k , m ,m« � � _ ] ) 3 \\ k� k !{ ca jƒ 9® 7 ! f 7 ! ! ) SRF Bid Form Revision 00 C3I7 Proposal of Ferguson Enterprises, LLC - dba Ferguson Waterworks (hereinafter called "Bidder"), organized and existing under the laws of the State of Arkansas doing business as a Limited Liability Corp *. To the City of Fayetteville, 113 West Mountain Street Fayetteville AR 72701 (hereinafter called "Owner"). * Insert "a corporation", "a partnership", or "an individual" as applicable. n compliance with -your Advertisement -for Bids Bidder hereby proposesto perform ail Woi=k for the construction of Goods, Special Services, or Work on the City of Fayetteville —West Transmission Main in strict accordance with the Contract Documents, within the time set forth therein, and at the prices stated below. The Contractor's Act of Assurance Form must be included in the bid proposal. The DBE/MBE/WBE Compliance Evaluation Forms must be supplied after the Low Bidder is confirmed. By submission of this Bid, each Bidder certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, that this Bid has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this Bid with any other Bidder or with any competitor. Bidder hereby agrees to commence Work under this contract on or before a date to be specified in the Notice to Proceed and to fully complete the Project within the time outlined in the Contract Documents or within the number of calendar days indicated in the Agreement. Bidder further West Transmission Main Section 00 4143 1 Bid Form SRF Bid Form Revision 00 agrees to pay as liquidated damages, the sum of $2,500.00 for each consecutive calendar day thereafter as provided in the Supplemental Conditions. Bidder acknowledges receipt of the following Addendum: Bidder- is aware of the -general nature ofiworkto be performed by Owner,-CMAR, and others the Site that relates to the Work as indicated in the Bidding Documents. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, test, studies, and data with the Bidding Documents. Bidder has given CMAR written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Engineer and CMAR is acceptable to Bidder. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the work for which this bid is submitted. Bidder will submit written evidence of its authority to do business in the state where the Project is located no later than the date of its execution of the Agreement. Bidder agrees to perform all the work described in the Contract Documents for the following unit prices or lump sum: Bid Schedule Reference Specification Section 00 42 23.02 —Bid Package Scope of Supply (SOV) II complete the Work in accordance with the Contract Documents for the prices ration Section 00 42 23.02. Bidder Acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price Bid items will be based on actual quantities provided, measured as provided in the Contract Documents. Unit Price and figures column will be used to compute the actual Bid price. West Transmission Main Section 00 41 43 2 Bid Form Respectfully submitted. SRF Bid Form Revision 00 971 Shaver Street, Springdale, AR 72762 ignaire Address �` General Manager April 3, 2024 Title License Number (if applicable) Contact for receipt of official communications Name: Andy Henderson Business address: 971 Shaver Street, Springdale, AR 72762 Phone: 918-508 4956 Facsimile: S E, Date E-mail: andy.henderson@ferguson.com West Transmission Main Section 00 41 43 3 Bid Form General Information .- ... - - .- �����x ©.....�. �...�� �.i ... .. ..... ..- .. ���_&�� ..-... .. .. .. . z_ ... - a��u��3'�.��.s �a��f �'s �smia:d� � �4J2 .'-g,.&„f��..�'s� � �g 1�"g>�'e.� �:�'".� � .'5...�s'�4�.�'�.. ,. ����'�o xiM 4; 3$.�;�'.s.. m.,cC>; +: ,.e. �.�1Y v #� �-� 92 £3��am Sew �34� �P �*s,��.���k�.�A±,e'�s�... West Transmission Main Section 00 42 23.01 Statement of Qualifications Affidavits One of the following four affidavits shall be executed and provided with this information. The individual signing the affidavit shall attach evidence of their authority to bind the organization to an agreement. AFFIDAVIT FOR CORPORATION state Arkansas ) § county of Washington ) § Tommy Tanner ,being duly sworn deposes and says (Name) that they are General Manager (Title) of the Ferguson Enterprises, LLC - dba Ferguson Waterworks corporation submitting the foregoing qualification form and related information; have read such documents; and that such documents are true and correct and contain no material misrepresentations; and that they are authorized to make this affidavit on behalf of the Corporation. Signed and sworn to me before this '`'I day of ��f � 1 , 2C11�. My commission expires: West Transmission Main —�letary Public State of Oklahoma Jeff Wayne Withers My Commission � 16012306 EzpireS 12/12/2026 fv' Section 00 42 23.01 Statement of Qualifications DocuSign Envelope ID: 67866233425F424C-A626-C2A631B2E1C5 DocuSign Envelope ID: 67866233425F424C-A626-C2A631B2E1C5 ✓VVVVI=,1..�1.V VIVN l .✓• VI ✓VVI.VV^/LVI ^i.7.Jl9V4V'VLl1V V I WLL I VN SECRETARIAL CERTIFICATE OF AUT1�ORiZATION The undersigned Assistant Secretary of Ferguson Enterprises, LLC, duly organized and existing under the laws of Virginia (the "Company"), hereby designates and certifies that the following employee ofthe Company, is authorized, on behalf of the Company to take the action(s) designated herein and to execute any and all documents necessary to further such actions: DS Individual Name: Tommy Tanner Title: General Manager (` v Authorized Action(s): --1 To -enter into contracts, -agreements or other documents; -and to execute such documents and undertake all such acts as may deemed in the best interest of the Company. 2. To prepare and submit bids and proposals to the Company's customers. too This certificate of authorization shall be effective from the date hereof until February 11, 2025 unless withdrawn sooner in writing. The provisions of this Certificate are in conformity with a Resolution adopted by the Board of . Directors of the Company effective July 31, 2023. 1 • In witness whereof, I have hereunto subscribed my name and affixed the seal of the Company, effective February 12, 2024. "of ERA'°r��� 4ti .,,.....'4'/d,''% J�0 : GOMPA^ry - two it .;. ; to 00 IN SEAM,••' (Company Seal) RGI 1'IA\ O,OV `% . 'f��aaor�o:�► Commonwealth of Virginia . City of Newport News Ferguson Enterprises, LLC VITi E. ice it Secretary Sworn to subscribe and acknowledged before me on Febntary 12, 2024, by Wesley E. Rice, personally known to me, in his capacity as Assistant Secretary of Ferguson Enterprises, LLC, a Virginia LLC, on behalf of such Company. My commission expires: July 31, Z026 MY (Notary Seal) : COMMISSION n • NUMBER �_ �i •• 7510825ALV ; SRF Bid Bond Revision 00 Know all men by these presents, that we, the undersigned, Ferguson Enterprises LLC dba Ferguson Waterworks as Principal, and Federal Insurance Company as Surety, are hereby held and firmly bound into the City of Fayetteville, Arkansas as Owner in the penal sum of Five Percent of the Total Amount Bid ---------- ------($--------5%-------- -) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed, this 5th day of April Condition of the above obligation is such that whereas the Principal has submitted to the City of Fayetteville a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the West Transmission Main Solicitation Set No 1(Steel Pike Larae Diameter Valves Small Diameter Valves, Combination Air Release Valves) Now, therefore, (a) If said Bid shall be rejected, or (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attachment hereto (properly completed in accordance with said Bid) and shall furnish a Bond for faithful performance of said contract, and for the payment of all persons performing labor furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in force and effects it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. West Transmission Main Section 00 43 13 1 Bid Bond SRF Bid Bond Revision 00 The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its Bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. In witness whereof, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. FERGUSON ENTERPRISES, LLC DBA e ®eEepa P FERGUSON WATERWOR ENT ,\eee� •• .yc 0 'mom 1, 0`��O•'GOMP/A I By.1"C�.�N Principal Brenda Crowdir� ;r m Assistant TreasuPV� . SE,4L FEDERAL INSURANCE COMPANY Surety By:� 4. :I Wendy Lee a kins/Attorney-In-Fact Arkansas N0 - esident Agent License # 1981735 Important -Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized in accordance with the Supplemental General Conditions to transact business in the State of Arkansas. West Transmission Main Section 00 43 13 2 Bid Bond �7d7_IiMI L'-A M20MVIU]JIF10kal STATEMENT OF ASSETS, LIABILITIES ANO SURPLUS TO POLICYHOLDERS Statutory Basls December 310 2022 (in thousands) LfABILITIES AND ASSETS SURPLUS TO POLICYHOLDERS Cash end Short Term Investments S 123,147 Outstanding losses and Loss Expenses S 9,283,034 United States Government, State Reinsurance Payable on Losses and Expenses 1,723,796 and Municipal Bonds 3,769,695 Unearned Premiums 246320690 Other Bonds 51964,508 Ceded Reinsurance Premiums Payable 380,182 Stocks 245,498 Other Liabilities 4711528 Other Invested Assets 19979,194 TOTAL INVESTMENTS 12,0821042 TOTAL LIABILITIES 14,471,130 Investments in Atfiilates Capital Stock 20,980 Great Northern Ins, Co. 422,405 Paid -In Surplus 2,711,474 Vigilant Ins, Co, 361,723 Unassigned Funds 11545,403 Chubb Indemnity Ins, Co, 185,044 Chubb National Ins. Co, 194,379 SURPLUS TO POLICYHOLDERS 4,277,857 Other Affiliates 124,046 Premiums Receivable 11859,933 Other Assets 31519,415 TOTAL LIABILITIES AND TOTAL ADMITTED ASSETS $ 18,748,987 SURPLUS S 18,748,987 Investments are valued In accordance with requirements of the National Association of Insurance Commissioners, At December 31, 2022, investments with a carrying value of $512,747,632 were deposited with government authoritles as required by law. STATE OF PENNSYLVANIA COUNTY OF PHILADELPHIA John Taylor, being duly sworn, says that he is Senior Vice President of Federal Insurance Company and that to the best of his knowledge and belief the foregoing is a true and correct statement of the said Company's finanGal condillon es of the 31 st day of December, 2022. Sworn before me pis I Le c Commonwealth of Pennsyyivanla -Notary Seal Jaime t., Yates, Notary Publlo Philadelphia County My -commission expires September 19, 2023 Commission number 1357070 FF,, Power of Attorney Federal Insurance Company I Vigilant Insurance Company Pacific Indemnity Company Westchester Fire Insurance Company I ACE American Insurance Company Know All by These Presents, that FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations of the Commonwealth of Pennsylvania, do each hereby constitute and appoint Kaltlyn MalkoWski, Christopher F. Mulvaney, Pablo Rios Jr. and Wendy Lee Wadkins of Radnor, Pennsylvania -- -- - each as their true and lawful Attorney -in -Fact to execute under such designation in their names and to affix their corporate seals to and deliver For and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affixed their corporate seals on this 91h day of August, 2022. tktv;n \Lt;hitx'AistaIII Sc�rctary STATE OPNEW JERSEY County of Hunterdon SS. Stchhrn \I. i Iancy,l`icc Ih'tyident On this 9th day of August, 2022 before me, a Notary Publ[c of New Jersey, personally came Dawn M. Ciiloros and Stephen M. Haney, to me known to be Assistant Secretary and Vice President respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros and Stephen M. Haney, being by me duly sworn, severally and each for herself and himself did depose and say that they are Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that their signatures as such officers were duly affixed and subscribed by like authority. IQ I Notaria aY,� KATHERINE J. ADELAAR NOTARY PUBLIC OF NEW JERSEY No. 2316686 yPlNUP Commission Expires July 18, 2024 — Notary Puhilc �t'JEAg� CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016; WESTCHESTER FIRE INSURANCE COMPANY on December il, 2006; and ACE AMERICAN INSURANCE COMPANY on March 20, 2009: "RESOLVED, that the following authorizations relate to the execution, for and on behalf of the Company, of bonds, undertakings, recognizances, contracts and other written commitments of the Company entered into in the ordinary course of business (each a "Written Commitment"): (1) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise. (2) Each duly appointed attomey-in-factof the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise, to the extent that such action is authorized by the grant of powers provided for In such person's written appointment as such attorney -in -fact (3) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to appoint in writing any person the attorney -in - fact of the Company with full power and authority to execute, for and on behalf of the Company, under the seal of the Company orotherwise, such Written Commitments ofthe Company as may be specified in such written appointment, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman, the President and the Vice Presidents of the Company Is hereby authorized, for and on behalf of the Company, to delegate in writing to any other officer of the Company the authority to execute, for and on behalf of the Company, under the Company's seal or otherwise, such Written Commitments of the Company as are specified in such written delegation, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of the Company, may be affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers, employees and other persons to act for and on behalf of the Company, and such Resolution shall not Ifmltor otherwise affect the exercise of any such power or authority otherwise validly granted or vested." 1, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY (tire "Companies l do hereby certify that (i) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and in full force and effect, (it) the foregoing Power of Attorney is true, correct and in full force and effect. Given tinder my hand and seals of said Companies at Whitehouse Station, NJ, this 5th day of April, 2024 lkr�m \i.Chitxtr;,;\�.isl:mtSarecu}' IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT: Teiepltone (908) 9D3- 3493 Fax (908) 903- 3656 a -mail: surety@chubb.com Combined: FED-VIG-PI-WFIGAAIC (rev. 11-19) 2 The American-BFV® is designed, by securing the seat through Incorporating the latest in valve manufactured, and tested to meet three different mechanical meth- technology assures a high -quality all AWWA C504 and C516 require- ods to assure long-term depen. valve that will provide long ser- ments including performance dable service, See Figure 1. All vice. The design process utilized tests, leakage tests, and hydrostat- seat designs provide excellent Solid Modeling and Finite Element is testing. Third -party Proof of seating but only the Tri-LocTM pro- Analysis (FEA) of the key structu- Design Testing was successfully vides ease of adjustment or ral components. Flow and torque completed and flow testing was replacement in the field if ever data was derived from flow tests, performed at the Utah State needed. mathematical models and Com- Hydraulics Lab, one of the premier putational Fluid Dynamics (CFD). testing labs in the world. The American-BFV® disc is ductile Manufacturing technology uses iron in all sizes. The added automated process control in the With thousands of field installa- strength allows the disc design to foundry and ISO 9001 controlled tions_th_roughput the world, the have a -smaller cross_section_pro-__ manufacturing processes. Every American-BFV® design has proven viding improved headloss charac- valve is tested in accordance with dependable since 1971. teristics. The American-BFV® will AWWA C504 and C516. withstand flow rates and pressure The valves are certified for use in transients beyond the maximum drinking water in accordance with AWWA pressure rating. NSF/ANSI 61 and are WQA Certified Lead -Free. The American-BFV® provides the features that engineers and users have requested and are included in the AWWA C504 and C516 Butterfly Valve standards. The American-BFV® is designed to pro- vide long life and trouble -free performance. If maintenance becomes necessary, the valve is also designed for easy field ser- vice. The shaft seal incorporates V-type packing which is easily replaced in the field without removal from the line. Adjust- ment of the resilient seat is easily performed with a torque wrench, as compared to epoxy filled seats that require special equipment and materials or bonded seats that cannot be replaced or adjust- ed in the field. The unique Tri-LocT"' seat reten- tion system assures seat integrity M�IMUMt F�RE�S,tJRE RA'�lla1+G5 � �y �►� r>Ett� fW( 2000 ANSI 125# Gray Iron Flange 150E 150 2100 AWWA MJ Gray Iron 150B 150 2200 ANSI 250# Ductile Iron Flange 250E 250 2300 AWWA MJ Ductile Iron 250E 250 2400 ANSI 125# Ductile Iron Flange 250B 250 2500 ANSI 125# Gray Iron Wafer 150B 150 2600 ANSI 125# FLG xMJ Gray Iron 150E 150 C wN!)s01UEN r SfANPiR >,M ,C1PTtjoA�: Ductile Iron, Bronzek 150E Body ` Cast Iron ASTM Stai Steel 3'"-72" A126, Glass B teeess Steel Sl 150B Body, Bronze " Ductile Iron ASTM A536 Stainless Steel 2508 Body Gr, 6545-12 Steel 3.U! 108" Ductile Iron ASTM A536 Bronze `Disc Stainless: Steel Gr, 6545-12 Steel 150B Shaft Stainless Steel ASTM Stainless Steel 3"-72" A276 Type 304 Type 316,:Monel 150B Shaft; 7811,108" Stainless Steel ASTM Monel 250E Sha A564 Type 630, H1150 Resilient Seat EPDM, iton Body, Seat and Type 316 Stainless Steel Monel Hardware _ Shaft Bearings Nylatron Teflon Bronze 3" 24" Teflon -Lined, Shaft Bearings Teflon -Lined; Fiberglass- Stainless Steel '- 30" and Larger Backed or Bronze Backed SLOTTED.LINK AND LEVER Val-Matic's traveling nut manual actuators are designed to specifically match the torque characteristics of VakMatic Butterfly Valves and are built in accordance with AWWA Standards. The traveling nut actuator provides characterized closure which allows the valve to slowly close during the last half of travel to reduce pipeline surges. Val-Matic actuators have the exclu- sive feature of externally adjustable stops rated to 450 ft-Ibs of input torque. ELECTRIC MOTOR ACTUATION Val-Matic's motorized traveling nut and worm gear actuators are designed to match the torque characteristics of quarter turn valves. The actuators are built in accordance with AWWA Standard C542 for Electric Actuators and are equipped with thermal overloads, torque switches and limit switches to protect the actuator and valve. AIR, OIL AND WATER CYLINDER ACTUATOR Val-Matic's cylin- der actuators are designed and built in accordance with AWWA C541 for Hydraulic Actuators. They provide reliable character- ized closure and feature externally adjustable closed stops. Cylinders are constructed of stainless steel for air, oil or water supply media to 150 psig. Cylinder actuators can be equipped with limit switches, positioners, sole- noid valves, and flow con- trol valves to provide con- trol functions. .� ��`�i Val-Matic's worm gear actuators provide precise quarter turn actuation in accordance with AWWA Standards. Worm gears ndude externally adjustable mechanical stops to control end of valve travel. Optional spur gear assemblies are provid- ed to increase mechanical advantage thereby reducing the handwheel and nut input torques. CONTROL SYSTEMS Hydraulic Control Panels operate pump control valves using air, oil, or water and include solenoid and flow control valves for slow open, slow close, and emergency shutdown. The panels fea- ture rugged corrosion resis- tant piping in a NEMA 4X enclosure with window, shutoff valve, and supply pressure gauge. Oil Accumulator Systems consist of redundant oil pumps and air compres- sors piped to an ASME certified air -over -oil accumulator tank. The system provides a clean and reliable oil supply to operate all of the pump control valves even after power outages. Electric Control Panels pro- vide the interface between the hydraulic control panel and the pump motor con- trols. The NEMA 4X panel displays valve position and alarm conditions with heavy-duty pilot lights and controls critical system func- tions with socket -type relays and timers. 5 24" Valves J -.IHN- rG- -F Jul OPEN LEFT ' i 2" SQ. NUT B K o� b i IllmP C EXTERNAL STOPS m\ I D SEAT ADJUSTABLE E NO* OF TAPPED HOLES (EACH FLANGE) LA12 FROM THIS SIDE. FLANGES CONFORM TOANSI B16.1 CLASS 125 A (TYP) COLD WORKING PRESSURE 250 PSI (250B) SEE DRAWING NO, VW2004-M FOR STANDARD 250B MATERIALS OF CONSTRUCTION. CLASS 125 LB, DUCTILE IRON FLANGE DIMENSIONS, INCHES VALVE A A B C D E F G H J K T T TO S NO.OF BOLT ACTUm ATOR Swr SIZE CLASS OPEN BOLTS SIZE SIZE LBS, 4 250B 5.00 7.50 9.00 0.94 0 6.00 7.46 1.50 9.96 7.83 - 15 8 5/8 LS-1 A 71 6 250B 5.00 9.50 11.00 1.00 0 7.00 8.15 1.50 10.65 7.83 0.69 15 8 3/4 LS-1.2A 90 8 250B 6.00 11.75 13.50 1.13 0 8.00 9.13 1.50 11.63 7.83 1.18 15 8 3/4 LS-1.2A 125 250B 8.00 14.25 16.00 1.19 0 10.00 11.50 2.00 14.19 8.71 1.13 20 12 7/8 LS 2A 200 r10 12 250B 8.00 17.00 19.00 1.25 0 11.06 12.56 2.00 15.25 8.71 2.13 20 12 7/8 LS 2A 250 14 250B 8.00 18.75 21.00 1.38 0 13.50 15.65 3.50 19.03 12.06 3.13 35 12 1 LS-3A 400 16 250B 8.00 21.25 23.50 1.44 0 14.63 16.69 3.50 20.06 12.06 4.13 35 16 1 LS-3A 480 18 250B 8.00 22.75 25.00 1.56 4 15.50 17.94 5.00 21.38 13.81 5.13 50 16 1 1/8 LS-4A 640 20 250B 8.00 25.00 27.50 1.69 4 17.50 19.94 5.00 23.38 13.81 6.06 50 20 1 1/8 LS-4A 775 E725:OB= 8.00 29.50 32.00 1.88 4 20.50 22.94 5.00 26.38 13,81 8.06 50 20 1 1/4 LS 4A 1,085 Revised 12-21-18 250B / 125 LB. DUCTILE IRON FLANGED BUTTERFLY VALVE WITH BURIED SERVICE ACTUATOR DATE 3-14-11 DRWG. NO. VAZ ATIC® VW2404/BLS � VALVE AND MANUFACTURING CORP. BUTTERFLY VALVE 3"-24" AWWA CLASS 150E AND 250B SERIES 2000 MATERIALS OF CONSTRUCTION PART PART NAME STANDARD MATERIAL OPTIONAL MATERIAL NO. BODY (CLASS 150B) CAST IRON, ASTM A126, CLASS B DUCTILE IRON, ASTM A536, GRADE 1 BODY (CLASS 250B) DUCTILE IRON, ASTM A536, GRADE 6545-12 65-45-12 2 BODY SEAT STAINLESS STEEL ASTM A276, T316 WELDED NICKEL (OVERLAID ON BODY) 3 DISC DUCTILE IRON, ASTM A536, GRADE 6545-12 4 SHAFT (CLASS 150B) STAINLESS STEEL ASTM A276, T304 STAINLESS STEEL ASTM A276, T316 SHAFT (CLASS 250B) STAINLESS STEEL ASTM A564, T6301 H1150 5 SLEEVE BEARING NYLATRON® PTFE LINED; FIBERGLASS BACKED 6 RESILIENT SEAT BUNA-N PEROXIDE -CURED EPDM, FKM 7 SEAT RETAINING RING STAINLESS STEEL ASTM A743, GRADE CF8M - STAINLESS STEEL ASTM F593, T316 WITH 8 LOCKING CAP SCREWS NYLON PELLET 9 TAPER PIN STAINLESS STEEL ASTM A582, T416 - 10 TAPER PIN O-RING PEROXIDE -CURED EPDM FKM 11 TAPER PIN NUT STAINLESS STEEL ASTM F594, T316 - 12 TAPER PIN WASHER STAINLESS STEEL ASTM A276, T316 - 13 PACKING, V-TYPE BUNA-N EPDM, KM 14 KEY CARBON STEEL 15 THRUST BEARING CAP CAST IRON ASTM A126, CLASS B - 16 CAP SCREWS , ZING P ATFEDTAINLESS STEEL, T316 18 THRUST BEARING BRONZE ASTM 763, ALLOY C99500 - 24 BODY O-RING RESILIENT, ASTM D2000 - Revised: 4/19/23 MATERIALS OF CONSTRUCTION DATE: &7-99 DRWG. NO. �ATIC® CORP. VM-2�04-M rAL�•� VALVE AND MANUFACTURING 36" Valves I� J2 �- T ►�- A (TYP) NOTE: FOR OPEN RIGHT ROTATION, J —� BEVEL GEAR REQUIRED, SEE DRWG, NO. G F VM-2430BLSR I I� SEAT ADJUSTABLE FROM THIS SIDE. EXTERNAL CLOSED STOP E - NO.OF TAPPED HOLES (EACH FLANGE) FLANGES CONFORM TO ANSI 816.1 CLASS 125 COLD WORKING PRESSURE 250 PSI (250B) INCHES CLASS 125 LB. DUCTILE IRON DIMENSIONS, VALVE AWWA E E E TURNS ACTU SHPG' A B C D F G H J K P T NO. O BOLT SIZE CLASS Qty. Tap Deep OPEN SIZE LBS. 30 250B 12.00 36.00 38.75 2,12 2.00 27.38 29.12 8.50 34.50 20.5017.75 8.81 63 28 1.25 LS-5A 2435 36 250B 12.00 42.75 46.00 2.38 4 1 ii2-s 2.38 29.50 31.8 8.50 37.25 20.5 17.75 11.81 63 32 1.50 LS-5 3425 2506/125 LB. DUCTILE IRON FLANGED BUTTERFLY VALVE WITH BURIED SERVICE ACTUATOR • I�T�1VALVE AND MANUFACTURING CORP. Revised 1-22-14 DATE 3-14-11 DRWG, NO, VM-2430/BLS 2506/125 LB. DUCTILE IRON FLANGED BUTTERFLY VALVE WITH BURIED SERVICE ACTUATOR • I�T�1VALVE AND MANUFACTURING CORP. Revised 1-22-14 DATE 3-14-11 DRWG, NO, VM-2430/BLS BUTTERFLY VALVE 30"-72" SERIES 2000 MATERIALS OF CONSTRUCTION PART NO. PART NAME STANDARD MATERIAL OPTIONAL MATERIAL 1 BODY (CLASS 150B) BODY (CLASS 250B) CAST IRON, ASTM A126, CLASS B DUCTILE IRON, ASTM A536, GRADE 6545-12 DUCTILE IRON, ASTM A536, GRADE 65-45-12 2 BODY SEAT STAINLESS STEEL ASTM A276, T316 WELDED NICKEL (OVERLAID ON BODY) 3 DISC DUCTILE IRON, ASTM A536, GRADE 6545-12 4 SHAFT (CLASS 150B) SHAFT (CLASS 250B) STAINLESS STEEL ASTM A276; T304 STAINLESS STEEL ASTM A564, T6301 H1150 STAINLESS STEEL ASTM A276, T316 5 SLEEVE BEARING PTFE LINED, FIBERGLASS BACKED 6 RESILIENT SEAT B EPDM, KM 7 SEAT RETAINING RING STAINLESS STEEL ASTM A743, GRADE CF8M - 8 LOCKING CAP SCREWS STAINLESS STEEL ASTM F593, T316 WITH NYLON PELLET 9 TAPER PIN STAINLESS STEEL ASTM A582, T416 10 TAPER PIN O-RING EPDM FKM 11 TAPER PIN NUT STAINLESS STEEL ASTM F594, T316 - 12 TAPER PIN WASHER STAINLESS STEEL ASTM A276, T316 13 PACKING, V-TYPE BUNA-N EPDM, FKM 14 KEY CARBON STEEL - 15 THRUST BEARING CAP BRONZE PER ASTM B763 - 16 CAP SCREWS STAINLESS STEEL ASTM A276, T316 17 THRUST BEARING STUD BRONZE PER ASTM B763 - 18 THRUST PLATE CAST IRON, ASTM A126, CLASS B - 19 THRUST PLATE BOLTS STAINLESS STEEL, T316 20 THRUST PLATE GASKET COMPRESSED NON -ASBESTOS FIBER 21 LOCK CAP CAST IRON ASTM A126, CLASS B 22 LOCK CAP BOLTS STAINLESS STEEL, T316 23 LOCK CAP GASKET COMPRESSED NON -ASBESTOS FIBER - 24 BODY O-RING RESILIENT, ASTM D2000 - Revised: 6/21 /23 MATERIALS OF CONSTRUCTION DATE: &7-99 ��/ �AL0 AT�VALVE AND MANUFACTURING CORP. DRWG. NO. VW2030-M PART NO 1 2 3 4 5 6 7 8 9 9A 10 11 12 13 14 15 16 17 18 19 20 21 22 33 36 37 39 40 42 43 46 47 48 50 TRAVELING NUT ACTUATOR SIZE LS-5A PART NAM E HOUSING HOUSING COVER HOUSING &COVER BUSHING HOUSING COVER BOLTS HOUSING COVER GASKET INDICATOR SHAFT COVER (ABOVE GROUND SERVICE) NON -ROTATING SHAFT COVER (BURIED SERVICE) SHAFT COVER BOLTS SHAFT COVER GASKET LEVER LOCKING PIN _ LEVER O-RING LEVER RETAINING RING LINK LINK BUSHING CROSSHEAD TRAVELING GUIDE OPERATOR STEM STEM TRUST BEARING COLLAR STEM COLLAR PIN STOP NUT STOP NUT PIN END CAP (FOR SOIL PIPE ALIGNMENT OR MOTOR ATTACHMENT) END CAP SOCKET HD, BOLTS STEM O-RING HANDWHEEL (OPTIONAL) PIN BALL BEARINGS BEARING RACE OPERATING NUT (OPTIONAL FOR ABOVE GROUND SERVICE, STANDARD FOR BURIED SERVICE) CHAINWHEEL KIT (OPTIONAL) STOP COVER STOP COVER O-RING END CAP O-RING STOP COVER BOLTS MATERIAL CAST IRON ASTM A48, CLASS 40 CAST IRON ASTM A48, CLASS 40 TEFLON / FIBERGLASS BACKED STAINLESS STEEL T316 RTV SEALANT CAST IRON ASTM A48, CLASS 40 STAINLESS STEEL T316 RTV SEALANT DUCTILE IRON ASTM A536, GRADE 6545-12 ALLOY STEEL _ BONA-N STEEL STEEL TEFLON / FIBERGLASS BACKED BRONZE ASTM B124, ALLOY C67500 BRONZE ASTM B124, ALLOY C67500 HIGH TENSILE STEEL (NICKEL PLATED EXPOSED END) BRONZE ASTM B124, ALLOY C37700 STEEL STEEL STEEL CAST IRON ASTM A48, CLASS 40 STAINLESS STEEL 17-4 PH BUNA-N CAST IRON STEEL STEEL STEEL CAST IRON DUCTILE IRON CAST IRON ASTM A48, CLASS 40 BUNA-N BUNA-N STAINLESS STEEL T316 NOTE: ALL SPECIFICATIONS AS LAST REVISED. MATERIALS OF CONSTRUCTION ATIC_ VALVE AND MANUFACTURING. CORP. DATE DRWG. NO. VM-LS5A-M 48" Valves I I OPEN LEFT K2 � o 0 0 0 ° H EXTERNAL CLOSED STOP 0 DL I SEAT ADJUSTABLE I FROM THIS SIDE, V2 F*- - T-►l.-- A (TYP) ( r--- G ►r---- F L / 2" SQ. NUT It TM 1 --min: .: E - NO.OF TAPPED HOLES (EACH FLANGE) FLANGES CONFORM TO ANSI B16.1 CLASS 125 ecc no�n�n nin vnn_�n�n_n,f FnR SrAnInARn 25nR MATERIALS OF CONSTRUCTION. COLD WORKING PRESSURE 250 PSI {250B) CLASS 125 LB, DUCTILE IRON FLANGE DIMENSIONS, INCHES VALVE SIZE cA CLASS A B C D E Qty. E Tap E Deep F G H J K1 K2 L P T TURNS OPET!SIZE NO, OFj1Z ACTUATOR SWT LBS, 48 250B 15 56.00 59.50 2.75 4 1 1/2-6 2050 39.31 41,4410.50 50.18 24.88 22.25 17.50 21.88 16.25r29 44 LS-6A 6925 54 2508 15 62.75 66.25 3.00 8 1 3/q-5 2.62 44.25 45.4410.50 54.18 24.88 22.25 17.50 21.88 19.25 44 1 14 LS-6A 9255 60 2506 15 69.25 73.00 3.12 8 1 3/q5 2.62 48.25 53,1210450 61.88 24.88 22.25 17.50 21.88 22.25 52 1 3/4 LS-6A 12880 66 2508 18 76.00 80.00 3.38 8 1 3/q-5 2.62 53.31 59.3810.50 68.12 24.88 22.25 17.50 21.88 23.69 290 52 1 3/4 LS-6A 14820 72 2506 18 82.50 86.50 3.50 8 1 3Iq-5 2.38 59.00 61.00 14.00 72.00 32.25 27.75 22.00 28.75 26.69 579 60 1 3/q LS-7A 17800 84 250B 24 95.50 99.75 3.88 8 2-4 112 3.88 61.25 61.62 14.00 72.62 32.25 27$75 22.00 28.75 29.63 579 64 2 LS-7A 27060 250B/125 LB. DUCTILE IRON FLANGED BUTTERFLY VALVE WITH BURIED SERVICE ACTUATORIkA AL � ATIC ® VALVE AND MANUFACTURING CORP. DATE 3-14-11 DRWG. NO. VM-2442/BLS BUTTERFLY VALVE 30"-72" SERIES 2000 MATERIALS OF CONSTRUCTION PART NO. PART NAME STANDARD MATERIAL CAST IRON, ASTM A126, CLASS B DUCTILE IRON, ASTM A536, GRADE 6545-12 OPTIONAL MATERIAL DUCTILE IRON, ASTM A536, GRADE 6545-12 1 BODY (CLASS 150B) BODY (CLASS 250B) 2 BODY SEAT STAINLESS STEEL ASTM A276, T316 WELDED NICKEL (OVERLAID ON BODY) 3 DISC DUCTILE IRON, ASTM A536, GRADE 6545-12 - 4 SHAFT (CLASS 150B) SHAFT (CLASS 250B) STAINLESS STEEL ASTM A276, T304 STAINLESS STEEL ASTM A564, T6301 H1150 STAINLESS STEEL ASTM A276, T316 5 SLEEVE BEARING PTFE LINED, FIBERGLASS BACKED - 6 RESILIENT SEAT EPDM, KM 7 SEAT RETAINING RING STAINLESS STEEL ASTM A743, GRADE CF8M - 8 LOCKING CAP SCREWS STAINLESS STEEL ASTM F593, T316 WITH NYLON PELLET wo 9 TAPER PIN STAINLESS STEEL ASTM A582, T416 - 10 TAPER PIN O-RING EPDM FKM 11 TAPER PIN NUT STAINLESS STEEL ASTM F594, T316 - 12 TAPER PIN WASHER STAINLESS STEEL ASTM A276, T316 - 13 PACKING, V-TYPE BUNA-N EPDM, FKM 14 KEY CARBON STEEL - 15 THRUST BEARING CAP BRONZE PER ASTM B763 ow 16 CAP SCREWS STAINLESS STEEL ASTM A276, T316 - 17 THRUST BEARING STUD BRONZE PER ASTM B763 18 THRUST PLATE CAST IRON, ASTM A126, CLASS B - 19 THRUST PLATE BOLTS STAINLESS STEEL, T316 20 THRUST PLATE GASKET COMPRESSED NON -ASBESTOS FIBER WIN - 21 LOCK CAP CAST IRON ASTM A126, CLASS B 22 LOCK CAP BOLTS STAINLESS STEEL, T316 23 LOCK CAP GASKET COMPRESSED NON -ASBESTOS FIBER 24 BODY O-RING RESILIENT, ASTM D2000 - Revised: 6/21/23 MATERIALS OF CONSTRUCTION DATE: &7-99 ��DRWG, rAL A�VALVE AND MANUFACTURING CORP. NO. VM-2030-M irAlakllmiaTj 1 2 3 4 5 6 7 8 9 9A 10 11 12 -13 ----. 14 15 16 17 18 19 20 21 22 23 24 26 27 28 29 30 31 32 33 34 36 37 38 39 40 42 43 46 41 48 49 50 TRAVELING NUT ACTUATOR SIZES LS-5.2A THROUGH LS-7A PART NAME MATERIAL OPERATOR HOUSING HOUSING COVER HOUSING & COVER BUSHINGS HOUSING COVER BOLTS HOUSING COVER GASKET INDICATOR SHAFT COVER (ABOVE GROUND SERVICE) NON -ROTATING SHAFT COVER (BURIED SERVICE) SHAFT COVER BOLTS SHAFT COVER GASKET LEVER LOCKING PIN LEVER O-RING LEVER RETAINING RING LINK tINK-BUSHING -- CROSSHEAD TRAVELING GUIDE OPERATOR STEM STEM TRUST BEARING COLLAR STEM COLLAR PIN STOP NUT STOP NUT PIN BEVEL GEAR HOUSING BEVEL GEAR HOUSING BOLTS BEVEL GEAR HOUSING COVER B.G. HOUSING COVER BOLTS BEVEL GEAR BEVEL GEAR KEY PINION GEAR PINION GEAR KEY SPACER INPUT SHAFT SHAFT RETAINING RING INPUT SHAFT O-RING SHAFT BEARING HANDWHEEL (OPTIONAL) IN THRUST WASHER ALL BEARINGS BEARING RACE OPERATING NUT (OPTIONAL FOR ABOVE GROUND SERVICE, STANDARD FOR BURIED SERVICE) CHAINWHEEL KIT (OPTIONAL) STOP COVER STOP COVER O-RING BEVEL HOUSING O-RING BEVEL COVER O-RING STOP COVER BOLTS CAST IRON ASTM A48, CLASS 40 CAST IRON ASTM A48, CLASS 40 TEFLON / FIBERGLASS BACKED STAINLESS STEEL T316 RTV SEALANT CAST IRON ASTM A48, CLASS 40 STAINLESS STEEL T316 RTV SEALANT DUCTILE IRON ASTM A536, GRADE 65-45-12 ALLOY STEEL BUNA-N STEEL STEEL TEFLON t FIBERGLASS BACKED -- BRONZE ASTM B124, ALLOY C67500 BRONZE ASTM B124, ALLOY C67500 HIGH TENSILE STEEL BRONZE ASTM B124, ALLOY C37700 STEEL STEEL STEEL CAST IRON ASTM A48, CLASS 40 ALLOY STEEL CAST IRON ASTM A48, CLASS 40 STAINLESS STEEL T316 STEEL STEEL STEEL STEEL STEEL STAINLESS STEEL T416, ASTM A582 STEEL BUNA-N BRONZE STEEL STEEL BRONZE STEEL STEEL CAST IRON DUCTILE IRON CAST IRON, ASTM A48, CLASS 40 BUNA-N BUNA-N BUNA-N STAINLESS STEEL T316 NOTE: ALL SPECIFICATIONS AS LAST REVISED. MATERIALS OF CONSTRUCTION A�' ATIC_ VALVE AND MANUFACTURING CORP. DATE DRWG, NO. VM-LS5.2A-M Coating system for all valves quoted for this project will be fusion bonded epoxy, inside and out. FUSION BONDED EPDXY (FBE) COATING General Description: Fusion Bonded Epoxy is a one -part, heat cured, thermosetting epoxy coating that is applied as a dry powder to the sandblasted surface of a pre -heated valve and then fused and cured in a high - temperature oven. The result is a durable coating with exceptional abrasion and chemical resistance ideally suited for valves in water and wastewater applications. Advantages of FBE: 1. The coating is applied in accordance with AWWA Standard C550 "Protective Epoxy Coatings for Valves and Hydrants" and certified by to the requirements of ANSI/ NSF Standard 61 - "Drinking Water System Components - Health Effects" for coating valves and fittings. 2. FBE coatings are applied in an automated one -part process so that the mixing, surface preparation, and multiple -coat problems associated with liquid paints are eliminated. 3. The electrostatic application process for FBE provides a smooth, even coating thickness with no -runs; -sags, or thin -spots -common -with applying liquid- 4. FBE coatings are durable and provide twice the impact strength of liquid epoxies. The surface provides high abrasion resistance and has become a standard seating material for resilient gate and check valves. 5. FBE has a long-term performance history in water and sewage environments including saltwater, slurries, methane and hydrogen sulfide exposure. Application Process: 1. FBE is applied in an automated manufacturing process in accordance with the coating manufacturers' procedures and industry standards to assure consistency and high quality. 2. The valve is cleaned, sandblasted, and preheated in an oven. 3. An electrical charge is applied to the body and the powder is deposited over the surfaces of the valve to the specified thickness. 4. The epoxy is post cured in an oven to cure specifications and allowed to air cool to room temperature. 5. The final surface is visually and electrically (when specified) tested to verify thickness and that it is holiday free. Typical Performance Characteristics: 1. Color: Blue 2. Thickness 12-20 mils 1 Coat 3. Gloss at 60 deg: 60-80 units Din 67 530 4. Impact Resistance >5 Joule (44 in -lb) Din 30 677-2 5. Elongation: >5% Din 30 671 6. Hardness: >100 Din 53 153 7. Water Immersion: No visible change 90C, 672 Hours 8. Salt Spray Test: >3000 hours Din 53167 9. Adhesion: 16 Mpa (2320 psi) 7 days, 90C EN 24 624 FUSION BONDED EPDXY (FBE) COATING AL KAATI.C� VALVE AND MANUFACTURING CORP. Revised 2-15-17 DATE 7-� 7-�2 DRWG. NO. American Iron & Steel The material in this quote conforms to AIS. If we are selected for the bid, we will provide project specific documentation. FLUVV LoUN TK L AMERICAN Flow Control P.O. Box 2727 Birmingham, AL 35202-2727 Telephone:l-8o0-326-8051 Fax: 1-800-610-3569 Cover Page Information Distributed By: Ferguson Waterworks Project Name: West Transmission Main - City of Fayetteville Project Location: Fayetteville, AR Waterous Company 125 Hardman Avenue South South St. Paul, MN 55075-1191 Telephone: 1-888-266-3686 Fax:1-800-601-2809 Products Submitted in this Package Include: 1. 4" -12" Series 25oo-1 RW Gate Valve With Enclosed A277 Mitergearing, NRS (pg.1) 2. 14" - 24" Series 25oo RW Gate Valve NRS Class 125 FLG x FLG (pg.4) Printed 4/4/zo24 io:14:52 AM AMERICAN Flow Control Submittal Information 1 -12" SERIES 2500-1 RESILIENT WEDGE GATE VALVE WITH ENCLOSED A277 MI I LMAARING (161 RATIO), NRS PERPENDICULAR 8E PERPENDICULAR TO VATERVAY OPERATING NUT MAY DE PERPENDICULAR OR PARALLEL TO WATERWAY VALVE SIZE DIMENSION A END TO END FLANGE X FLANGE HANDWHEEL DIA. 4" 14,16 9.00 10.00 6" 17,03 10.50 12.00 8" 20,59 11$0 14,00 10" 24.22 13.00 14.00 12" 27.66 14,00 14.00 ANDARD IN, SQ �RA�ING --- T OPTIONAL IANDVHEEL SK20041103 ® FLOW CONTROL THE RIGHT WAY AMERICAN Flow Control Walerous Company P.O. Box 2727 125 Hardman Avenue South Bngham, Al. 35202-2727 South St, Paul, Mn. 55075-1191 Phona:l-800-328.8051 Phone:1-888-266-3686 Fax:1-800-610-3669 Fax:1-800-601-2809 E-mall: afcsales@amedean-usa.com E-mail: afcsalas@amedean-usa.com Page 1 of 3 GV11012 West Transmission Main - G�ty of Fayetteville Submittal Package Page 1 Issued:511212023 STANDARD 2 IN, Sew Construction shown is typical of the 6-inch size vrith flanged end connections and is illustrative only. Construction of other sizes and end connection types vary slightly. See elsewhere on this submittal for specific details. FLOW CONTROL THE RIGHT WAY AMERICAN Flow Control Walerous Company P.O. Box 2727 125 Hardman Avenue South Birmingham, Al. 35202-2727 South St, Paul, Mn. 55075-1191 Phona: "00-326-8051 Phone:1-888-266-3686 Fax:1-800-610-3569 Fax:1-800-601-2809 E-mail: afcsales@american-usa.com E-mail: afcsales@american-usa.com VA",AM E RI CAN -USA. CO M Page 2 of 3 GV11012 Issued: 511212023 West Transmission Main - City of Fayetteville Submittal Package Page 2 REF NO. DESCRIPTION MATERIAL 1 Hex Head Bolt, 5/8-11 x 1" 304 Stainless Steel 2 Operating Nut, 2" Square Ductile Iron, ASTM A536 3 0-ring Rubber 5 Stuffing Box Gasket Rubber 0-ring 6 Hex Head Bolt, 5/&11 x 1-3/4 " 304 Stainless Steel 15 Hex Nut, 5/8-11 304 Stainless Steel 17 Handwheel Ductile Iron, ASTM A536 19 Hex Head Bolt, 5/8-11 x 2-1 /4" 304 Stainless Steel 29 Flat Washer, 5/8 304 Stainless Steel 31 Miter Gear Steel, SAE 1020 32 Flat Washer Aluminum, 2024-T4, ASTM B209M 33 Square Key, 1/4" Stainless Steel 39 Miter Gear Steel, SAE 1020 51 Gear Housing Assembly Ductile Iron, ASTM A536 with a Sintered Bronze Bushing, ASTM B438, Grade 1, Type 2 52 Gear Housing Cover Ductile Iron, ASTM A536 53 Housing Gasket Rubber 54 Gear Shaft Ductile Iron, ASTM A536 55 0-ring Rubber 56 Thrust Bushing Sintered Bronze, ASTM B438, Grade 1, Type 2 57 Thrust Washer Sintered Bronze, ASTM B438, Grade 1, Type 2 58 Headless Pipe Plug, 1/2 NPT Brass, UNS C27000 OPTIONAL MATERIALS ARE AS FOLLOWS BOLTS and NUTS: 316 Stainless Steel NOTES: 1, Meets requirements of ANSI/AWWA C515 wish 250 psig rated working pressure, 2. Fusion -bonded epoxy -coated in accordance with ANSI/AWWA C550. 3. Certified to NSF/ANSI/CAN 61 & 372. FLOW CONTROL THE RIGHT WAY AMERICAN Flow Control P.O. Box 2727 Birmingham, Al. 35202-2727 Phone:4-800-326-8051 Fax: 1-80M10-3569 E-mail: afcsales@amedcan-usa.com Waterous Company 125 Hardman Avenue South South St. Paul, Mn. 55075-1191 Phone: 1- coo -266-3686 Fax: 1-8M601-2809 E-mall: afosales@american-usa.com WWW AMERICAN-USA.COM Page 3 of 3 GV11012 West Transmission Main -City of Fayetteville Submittal Package Page 3 Issued: 511212023 AMERICAN Flow Control Submittal Information 14" - 24 SERIES 2500 RESILIENT WEDGE GATE VALVE NRS CLASS 125 FLANGED ENDS (FLG X FLG) 91-21386 Size 14" 16" 18" 20" 24" A 33.25 36,75 39.63 43.25 51.25 B125 15.00 16,00 17,00 18,00 20,00 C 125 1,38 1,44 1,56 1.69 1.88 D125 18,75 21.25 22,75 25,00 29.50 E125 12-1.13 16-1,13 16-1,25 20-1,25 20-1A F 26,00 28,25 3200 34.50 39.00 H 2O,00 20,00 20,00 28,00 28.00 K125 21,00 23,50 25,00 27,50 32,00 V 13.50 15,13 15.00 16,25 17,75 Turns to 44 50 56 62 76 PIPE PLUG H SIDE JALVE - 1TAP 1-112' TAP Email: ® FLOW CONTROL THE RIGHT WAY AMERICAN Flow Control Waterous Company P.O. Box 2727 125 Hardman Avenue South Blrm(ngham, Al. 35202-2727 South St, Paul, Min, 55075-1191 PhonFax: a:800-326-8051 Phone:888-266-3686 80M10-3569 Fax: 800-601-2809 m afcsales@amedcan-usa.com Email: afcsales@amedcan-usa.co Page 1 of 2 GV11014 Issued:11/7I2019 West Transmission Main -City of Fayetteville Submittal Package Page 4 w 10 �� 11 IL1507-2A 6 12 20 21 5 17 15 i� m Construction shown is typical of the 20-inch size with flange joint end connections and is illustrative only. Construction of ocher sizes and end connection types vary slightly. See elsewhere on this draw ing for specific details. Ref. No. Description Material 1 Hex Head Bolt 304 Stainless Steel 2 Wrench Nut Ductile Iron ASTM A536 3 0-Ring Rubber 4 Upper Thrust Washer Delrin 5 Stuffing Box Gasket Rubber 0-Ring 6 0-Ring Rubber 7 Stuffing Box Ductile Iron ASTM A536 8 Bonnet Ductile Iron ASTM A536 9 Hex Head Bolt 304 Stainless Steel 10 Throat Flange Gasket Rubber 11 Valve Body Ductile Iron ASTM A536 12 Stem Manganese Bronze, ASTM B763, UNS C86700 13 Wedge Nut Silicon Bronze, ASTM B584, UNS C87600 14 Resilient Wedge EPDM Rubber Encapsulated Ductile Iron ASTM A536 15 Wedge Cover Acetal Polymer - - - Wedge Cover Pin - - - Acetaf PoF mer —16- 17 Hex Head Bolt 304 Stainless Steel 18 Hex Nut 304 Stainless Steel 19 Hex Nut 304 Stainless Steel 20 Pipe Plug Stainless Steel 21 Lower Thrust Washer Delrin 26 Handwheel Ductile Iron ASTM A536 OPTIONAL MATERIALS AREAS FOLLOWS BOLTS and NUTS: a I a Stainless Steel STEM: Cast NDZ-S Bronze, ASTM 8763, UNS C99500 STEM: Stainless Steel Open Direction � Left(C.C,W.) � Right(C.W.) NOTES: 1. Bolt patterns of class 125 flanged ends are in accordance with ANSIIAWWA C1101A21a10 (ASME B16.1 class 125), 2. Fusion -bonded epoxy -coated in accordance with AWWA C550, 3, Certified to NSF/ANSI 61 & 372. 4. Meets requirements of AWWA C515 with rated working pressure of 250 psig. 5.14 through 24-inch sizes available in configurations that are UL Listed and FM Approved with 250 psig rated working pressure. i FLOW CONTROL THE RIGHT WAY AMERICAN Flow Control P.O. Box 2727 Birmi Phone:800-326-8051 Fax: 800-610-3569 Email: afcsales@american-usa.com ngham, Al. 35202-2727 Waterous Company 125 Hardman Avenue South South St. Paul, Mn. 55075-1191 Phone: 888-2663686 Fax: 8 U-601-2809 Email: afcsales@american-usa.com WW W AM ERICAN-USA.COM Page 2 of 2 GV11014 West Transmission Main -City of Fayetteville Submittal Package Page 5 Issued: 11/712019 Section 06 SOV 1.03 Small Diameter Valves CITY OF .� FAYETTEVILLE AQKANSAS Construction Manager at Risk GMP Proposal April 17, 2024 «arnWV ey ADVANCING WATER O a z N H Z W w JNJ 6 z O E c Z O o F z N E a E N qm Y 6 OI O O .h E c F N a 3 .m 0 W W O t U 0 0 N � M N Oi h w w w 0 0 0 of N H M M 1A W W W a at c� A A Nm am0 m N N N N U f7 U > z i m m 3 m m LL LL LL f0 N N M Z a t w O O y c c C v 8 � o m N "E r1 O O O 2 2 2 SRF Bid Form Revision 00 Proposal of Ferguson Enterprises, LLC - dba Ferguson Waterworks (hereinafter called "Bidder"), organized and existing under the laws of the State of Arkansas doing business as a Limited Liability Corp *. To the City of Fayetteville, 113 West Mountain Street Fayetteville, AR 72701 (hereinafter called "Owner"). * Insert "a corporation", "a partnership", or "an individual" as applicable. iri compliance vvith your Advertisemert-for Bids; Bidder hereby proposes to perform ail Work for the construction of Goods, Special Services, or Work on the City of Fayetteville —West Transmission Main in strict accordance with the Contract Documents, within the time set forth therein, and at the prices stated below. The Contractor's Act of Assurance Form must be included in the bid proposal. The DBE/MBE/WBE Compliance Evaluation Forms must be supplied after the Low Bidder is confirmed. By submission of this Bid, each Bidder certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, that this Bid has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this Bid with any other Bidder or with any competitor. Bidder hereby agrees to commence Work under this contract on or before a date to be specified in the Notice to Proceed and to fully complete the Project within the time outlined in the Contract Documents or within the number of calendar days indicated in the Agreement. Bidder further West Transmission Main Section 00 4143 1 Bid Form SRF Bid Form Revision 00 agrees to pay as liquidated damages, the sum of $2,500.00 for each consecutive calendar day thereafter as provided in the Supplemental Conditions. Bidder acknowledges receipt of the following Addendum: Bidderis aware ofithe general nature ofiwork to be performed by Owner,-CMAR; and -others at the Site that relates to the Work as indicated in the Bidding Documents. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, test, studies, and data with the Bidding Documents. Bidder has given CMAR written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Engineer and CMAR is acceptable to Bidder. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the work for which this bid is submitted. Bidder will submit written evidence of its authority to do business in the state where the Project is located no later than the date of its execution of the Agreement. Bidder agrees to perform all the work described in the Contract Documents for the following unit pI ices or lump sum; Bid Schedule Reference Specification Section 00 42 23.02 —Bid Package Scope of Supply (SOV) ill complete the Work in accordance with the Contract cation Section 00 42 23.02. Bidder Acknowled>;es that the estimated quantities are not guaranteed, and final payment for all Unit Price Bid items will be based on actual quantities provided, measured as provided in the Contract Documents. Unit Price and figures column will be used to compute the actual Bid price. West Transmission Main Section 00 41 43 2 Bid Form Respectfully submitted. �Signafire ,�'` General Manager Title License Number (if applicable) Contact for receipt of official communications Name: Andy Henderson Business address: SRF Bid Form Revision 00 971 Shaver Street, Springdale, AR 72762 Address April 3, 2024 - (typed or printed) 971 Shaver Street, Springdale, AR 72762 Phone: 918-508 4956 Facsimile: E-mail: andy.henderson@ferguson.com West Transmission Main Section 00 41 43 3 Bid Form General Information doing business as :M re Well :3 1111 1 11 1 1 1 1 il 971 Shaver Street TelephoneOrganization .. .:: Form of business (check o - ne) Date rporation State.incorporation Chief Executive Manager's name -Virginia • Presidenes name Robert Camposano Vice Presidenl!s name(s) Chris Tuinstra name-- Tracy-JacobsSecretary's If a Partnership Date ation Shaun .. � partnership . . If an Individual Identi - gk individuals not prewously named organizabon which exert a signiTICant amount of ;� usi eeu rcontr ¢ o mti gh l d:o wWcf o -ga 'zat'M}n size • • / ge estimate of revenue for the •• / • West Transmission Main Section 00 42 23.01 3 Statement of Qualifications Affidavits One of the following four affidavits shall be executed and provided with this information. The individual signing the affidavit shall attach evidence of their authority to bind the organization to an agreement. AFFIDAVIT FOR CORPORATION state Arkansas ) § county of Washington ) § Tommy Tanner being duly sworn deposes and says -- - - _--. (Name) that they are General Manager (Title) of the Ferguson Enterprises, LLC - dba Ferguson Waterworks corporation submitting the foregoing qualification form and related information; have read such documents; and that such documents are true and correct and contain no material misrepresentations; and that they are authorized to make this affidavit on behalf of the Corporation. Signed and sworn to me before this '`'I day of � � ` , 241�. My commission expires: West Transmission Main --tVetery Publlc State of Oklahoma Jafl Wayne Withers My Commission � 18012306 Expires 12/12/2026 • t3 Section 00 42 23.01 Statement of Qualifications DocuSign Envelope ID: 67B66233425F-424C-A626-02A631B2E1C5 DocuSign Envelope ID: 67B66233-425F-424C-A626=C2A631B2E1C5 WwwVr=,r1 Ude yr u..vLw—+bvr ^ry�rv''+v4arvLrrvvrvir..rvN SECRETARIAL CERTIFICATE OF AUTHORIZATION The undersigned Assistant Secretary of Ferguson Enterprises, LLC, duly organized and existing under the laws of Virginia (the "Company"), hereby designates and certifies that the following employee of the Company, is authorized, on behalf of the Company to take the action(s) designated herein and to execute any and all documents necessary to further such actions: D�9 Individual Name: Tommy Tanner Title: General Manager Authorized Action(s): —1To enter into contracts, agreements or other documents; -and to execute such documents and undertake all such acts as may deemed in the best interest of the Company. 2. To prepare and submit bids and proposals to the Company's customers, This certificate of authorization shall be effective from the date hereof until February 11, 2025 unless withdrawn sooner in writing. The provisions of this Certificate are in conformity with a Resolution adopted by the Board of Directors of the Company effective July 31, 2023. In witness whereof, I have hereunto subscribed my name and affixed the seal of the Company, effective February 12, 2024. ,�zNT ER p ;r'•r �; ,.......a Ri Q^r : G0MPA)ew O �,. .nram mem� Was the mile am Am SEP,,••"�• (Company Seal) 00 VIRG1N�P.�` +tJ,o,00to:�N�a Commonwealth of Virginia . City of Newport News ' Ferguson Enterprises, LLC W ey E. Mice Assistairt Secretary Sworn to subscribe and acknowledged before me on February L2, 2024, by Wesley E. Rice, personally known to me, in his capacity as Assistant Secretary of Ferguson Enterprises, LLC, a Virginia LLC, on behalf of such Company. •.�TO 0 •� Y A •6. O V _� MY �C1 (Notary Seal) 2 : COMMISSION : t " nQ ; NUMBER ; Q zi 7510825 2 • QC� . 4000 # sA� 1 i 1 O �.•� 1VUtilly — 4C.yGy a l�. +uuvAi V r' My commission expires: July 31, 202ti no all men by these presents, that we, the SRF Bid Bond Revision 00 undersigned, Ferguson Enterprises, LLC dba Ferguson Waterworks , aS Principal, and Federal Insurance Company as Surety, are hereby held and firmly bound unto the City of Fayetteville, Arkansas as Owner in the penal sum of well and trulyto be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed, this 5th day of Apri► 20 24 .The Condition of the above obligation is such that whereas the Principal has submitted to the City of Fayetteville a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the West Transmission Main Solicitation Set No. 1(Steel Pipe Large Diameter Valves, Small Diameter Valves, Combination Air Release V Now, therefore, (a) If said Bid shall be rejected, or (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attachment hereto (properly completed in accordance with said Bid) and shall furnish a Bond for faithful performance of said contract, and for the payment of all persons performing labor furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. West Transmission Main fl Section 00 43 13 Bid Bond SRF Bid Bond Revision 00 The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its Bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. In witness whereof, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. FERGUSON ENTERPRISES, LLC DBA � ®OENTEOpr FERGUSON WATERWOR %`%% \\ •• • EjR 010 cio By: : (19 : '•+ N Principal Brenda Crowder er Assistant TreasuPfr n SEAOIOA Ole* FEDERAL INSURANCE COMPANY Surety Wendy Lee Qa Arkansas Agent 1981735 Important -Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized in accordance with the Supplemental General Conditions to transact business in the State of Arkansas. West Transmission Main Section 00 43 13 2 Bid Bond FEDERAL INSURANCE COMPANY STATEMENT OF ASSETS, LIABILITIES AND SURPLUS TO POLICYHOLDERS Statutory Basfs December 319 2022 (in thousands) ASSETS Cesh and Short Term Investments $ 123,147 United States Government, State and Municipal Bonds 3,7691695 Other Bonds 54964/508 Stocks 245A98 Other Invested Assets 1,979,194 TOTAL INVESTMENTS 12,082,042 Invesiments in Affiliates. Great Northern Ins. Ca. 422,405 Vigilant Ins, Co. 381,723 Chubb Indemnity Ins, Co. 1859044 Chubb National Ins. Co 194,379 Other Affiliates 124,046 Premiums Receivable 1,8591933 Other Assets 30519,415 LIABILITIES AND SURPLUS TO POLICYHOLDERS Outstanding Losses and Loss Expenses $ 9,283,034 Reinsurance Payable on Losses and Expenses 11723,796 Uneamed Premiums 2,632,590 Ceded Reinsurance Premiums Payable 380,182 Other Liabilities 471,528 TOTAL LIABILITIES 14,471,130 Capital Stock 20,980 Paid -In Surplus 2,711,41 Unassigned Funds 1,545,403 SURPLUS TO POLICYHOLDERS 4,277,857 TOTAL LIABILITIES AND TOTAL ADMITTED ASSETS $ 18,748,987 SURPLUS $18,748,987 Investments are valued In accordance with requirements of the National Association of Insurance Commissioners. At December 31, 20220 investments with a carrying value of $512,747,632 were deposited with government authorities as required by law. STATE OF PENNSYLVANIA COUNTY OF PHILADELPHIA John Taylor, being duly swum, says that he is Sentor Vice President of Federal Insurance Company and that to the best of his knowledge and belief the foregoing Is a true and correct statement of the said Company's finanGal condition as of the 31 sl day of December, 2022. Sworn before me s_ V 1 Le r Commonwealth of Penn�yivanla -Notary Seal Jaime I_, Yates, Notary Public Philadelphia County My -commission expires September 19, 2023 Commission number 1357070 Member, Pennsylvania Association C i --11 3 Power of Attorney Federal Insurance Company I Vigilant Insurance Company Pacific Indemnity Company Westchester Fire Insurance Company I ACE American Insurance Company Know All by These Presents, that FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New or corporation, PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations of the Commonwealth of Pennsylvania, do each hereby constitute and appoint Kaitlyn Malkowski, Christopher F. Mulvaney, Pablo Rios Jr. and Wendy Lee Wadkins of Radnor, Pennsylvania - each as their true and lawful Attorney-m-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affixed their corporate seals on this 9th day of August, 2022. Dav,�n \LChkg•tr;.,l��istanitic�rctaly STATE OF NEW JERSEY County of Hunterdon ss. titcphcn Ai. i I:uxAr.1'icc Ihr«idrnt On this 9'h day of August, 2022 before me, a Notary Public of New Jersey, personally came Dawn M. C1tloros and Stephen M. Haney, to me known to be Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER PIKE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros and Stephen M. Haney, being by me duly sworn, severally and each for herself and himself did depose and say that they are Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that their signatures as such officers were duly affixed and subscribed by like authority. Notarial Seal g0ie KATHERINE J. ADEIAAR U4UCJEBSle� NOTARY PUBLIC OF NE:W JERSEYNo. 2316686Commission Expires July 16, 2024 NmaryPublic CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016; WESTCHESTER FIRE INSURANCE COMPANY on December 11, 2006; and ACE AMERICAN INSURANCE COMPANY on March 20, 2009; "RESOLVED, that the following authorizations relate to the execution, for and on behalf of the Company, of bonds, undertakings, recognizances, contracts and other written commitments of the Company entered into in the ordinary course of business (each a "Written Commitment"): (1) Each of the Chairman, the President and the Vice Presidents of the Company ishereby authorized toexecute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise. (2) Each duly appointed attorney -in -fact of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise, to the extent that such action is authorized by the grant of powers provided for in such person's written appointment as such attorney -in -fact (3) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to appoint in writing any person the attorney -in - fact of the Company with full power and authority to execute, for and on behalf of the Company, under the seal of the Company or otherwise, such Written Commitments ofthe Company as may be specified in such written appointment, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. [4) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to delegate in writing to any other officer of the Company the authority to execute, for and on behalf of the Company, under the Company's seal or otherwise, such Written Commitments of the Company as are specified to such written delegation, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (S) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of the Company, may be affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers, employees and other persons to ad for and on behalf of the Company, and such Resolution shall not Ifmitor otherwise affect the exercise of any such power or authority otherwise validly granted or vested." I, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY (the "Companies') do hereby certify that (i) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and In full farce and effect, (ii) the foregoing Power of Attorney is true, correct and in full force and effect. Given under my hand and seals of said Companies at Whitehouse Station, NJ, this 5th day of April, 2024 lrlwn �I, Chia'tx�. A�4isl:utt Sttiretarj� IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY OF THiS EOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT: Tele (tone(900 903-3493 Fax[906 903-3656 a -mail: sLirety@chubb.com Combined: FED-VIG-PI-WFIC-AAIC (rev. 11-19) FLOW CC�NTI�L THE Ri��-iT WAY P.O. Box 2727 Birmingham, AL 85202-2727 Telephone: �-800-326-8051 Fax: i-800-610-3569 Waterous Company 125 Hardman Avenue South South St. Paul, MN 55075-119� Telephone: �-888-266-g686 Fax: i-800-6oi-28o9 E-mail: afcsales@american-usa.com E-mail: afcsales@american-usa.com ---- -- ___ _ __ WWW.AMERICAN-U3A.COM - _ __ - ' • ��. � ' •� �u ' Cover Page Information Distributed By: Ferguson Waterworks Project Name: West Transmission Main -City of Fayetteville Project Location: Fayetteville, AR Products Submitted in this Package Include: i. 4" - i2" Series 2500-� RW Gate Valve With Enclosed A277 Mitergearing, NRS (pg.i) 2. 14" - 24" Series 250o RW Gate Valve NRS Class 125 FLG x FLG (pg.4) Printed 4/4/2oz4 ioa4:g2 AM AMERICAN Flow Control Submittal Information 4" -12" SERIES MOO RESILIENT WEDGE GATE VALVE WITH ENCLOSED A277 MITERGEARING (1:1 RATIO), NRS PERPENDICULAR BE PERPENDICULAR TO VATERVAY OPERATING NUT HAY HE PERPENDICULAR OR PARALLEL TO WATERWAY VALVE SIZE DIMENSION A END TO END FLANGE X FLANGE HANDWHEEL DIA. 4" 14,16 9100 10.00 6" 1 17,03 10.50 12,00 8" 20,59 11,50 14,00 10" 24.22 13.00 14.00 VDARD L SD --- IPTIONAL NDVHEEL 20041103 Phon FLOW CONTROL THE RIGHT WAY AMERICAN Flow Control Waterous Company P.O. Box 2727 125 Hardman Avenue South Bngham, At, 35202-2727 South SL Paul, Mn. 55075-1191 a:1-800326-8051 Phone:1-888-266-3686 Fax:1-800-610-3569 Fax:1-800-601-2809 E-mail: afcsales@amedcan-usa.com E-mail: afcsales@american-usa.com WVNN AM E R I CA N-U S A. C O M Pagel of 3 GV11012 Issued: 5/1212023 West Transmission Main -City of Fayetteville Submittal Package Page 1 STANDARD 2 IN. SQ Construction shown is typical of the 6-inch size with flanged end connections and is illustrative only. Construction of other sizes and end connection types vary slightly, See elsewhere on this submittal for specific details. FLOW CONTROL THE RIGHT WAY AMERICAN Flow Control Walerous Company P.O. Box 2727 125 Hardman Avenue South Birmingham, At, 35202-2727 South Sr. Paul, Mn. 55075-1191 Phona:1-800-326-8051 Phone:1-888-266-3686 Fax:1-800-610-3569 Fax:1-800-601-2809 E-mail: afosales@american-usa.com E-mail: afcsales@american-usa.com WWW AM ERICAN-USA.COM Page 2 of 3 GV11012 Issued: 511212023 West Transmission Main -City of Fayetteville Submittal Package Page 2 REF NO. DESCRIPTION MATERIAL 1 Hex Head Bolt, 5/8A1 x 1" 304 Stainless Steel 2 Operating Nut, 2" Square Ductile Iron, ASTM A536 3 0-ring Rubber 5 Stuffing Box Gasket Rubber 0-ring 6 Hex Head Bolt, 5/8-11 x 1 314 " 304 Stainless Steel 15 Hex Nut, 5/8-11 304 Stainless Steel 17 Handwheel Ductile Iron, ASTM A536 19 Hex Head Bolt, 5/8-11 x 2-1 /4" 304 Stainless Steel 29 Flat Washer, 5/8 304 Stainless Steel 31 Miter Gear Steel, SAE 1020 32 Flat Washer Aluminum, 2024-T4, ASTM 6209M 33 Square Key, 1/4" Stainless Steel 39 Miter Gear Steel, SAE 1020 51 Gear Housing Assembly Ductile Iron, ASTM A536 with a Sintered Bronze Bushing, ASTM B438, Grade 1, Type 2 52 Gear Housing Cover Ductile Iron, ASTM A536 53 Housing Gasket Rubber 54 Gear Shaft Ductile Iron, ASTM A536 55 0-ring Rubber 56 Thrust Bushing Sintered Bronze, ASTM B438, Grade 1, Type 2 57 Thrust Washer Sintered Bronze, ASTM B438, Grade 1, Type 2 58 Headless Pipe Plug, 1/2 NPT Brass, UNS C27000 OPTIONAL MATERIALS AREAS FOLLOWS BOLTS and NUTS: 316 Stainless Steel NOTES: 1. Meets requirements of ANSI/AWWA C515 with 250 psig rated working pressure. 2. Fusion -bonded epoxy -coated in accordance with ANSI/AWWA C550. 3. Certified to NSF/ANSI/CAN 61 & 3721 ® FLOW CONTROL THE RIGHT WAY AMERICAN Flow Control P.O. Box 2727 Binningham, At, 35202-2727 Phone:l-800-326-8051 Fax: 1-800-610-3569 E-ma it: afcsales@amedcan-usa.com Waterous Company 125 Hardman Avenue South South St, Paul, Mn. 55075-1191 Phone:l-888.266-3686 Fax: 1-800-601-2809 E-mail: afcsates@amedean-usa.com VNMN AM ERICAN-USA. COM Page 3 of 3 GV11012 West Transmission Main -City of Fayetteville Submittal Package Page 3 Issued: 5/1212023 AMERICAN Flow Control Submittal Information 14" - 24 SERIES 250o RESILIENT WEDGE GATE VALVE NRS CLASS 125 FLANGED ENDS (FLG X FLG) DIA. 91-21386 Size 14" 16" 18" 20" 24" A 33.25 36.75 39.63 43.25 51,25 B125 15.00 16,00 17.00 18,00 20.00 C 125 1.38 1,44 1.56 1.69 1,88 D125 18.75 21,25 22.75 25,00 29.50 E125 12-1.13 16-1,13 16-1.25 20-1,25 20-1938 F 26,00 28425 32,00 34.50 39,00 H 2O,00 20.00 20,00 28.00 28,00 K125 21,00 23.50 25.00 27,50 32,00 V 13,50 15.13 15.00 16.25 17.75 Tums to 44 50 56 62 76 PIPE PLUG H SIDE VALVE - 1' TAP 1-1/2' TAP Emai ® FLOW CONTROL THE RIGHT WAY AMERICAN Flow Control Waterous Company P.O. Box 2727 125 Hardman Avenue South B(rmingham, Al. 35202-2727 South St. Paul, Mn. 55075-1191 PhonFax: a:800326-8051 Phone:888-2663686 800-610-3569 Fax: 800301-2809 l: afcsales@ameacan-usa.com Email: afcsales@amedcan-usa.com VW MMAM ER I CAN-USA.0 OM Page 1 of 2 GV11014 Issued: 11/7I2019 West Transmission Main -City of Fayetteville Submittal Package Page 4 10 0 o 11 IL1507-2A 6 12 20 21 5 17 lid 16 m Construction shown is typical of the 20-inch size with flange joint end wnnections and is illustrative only. Construction of other sizes and end connection types vary slightly. See elsewhere on this draw ing for specific details. Ref. No. Description Material 1 Hex Head Bolt 304 Stainless Steel 2 Wrench Nut Ductile Iron ASTM A536 3 0-Ring Rubber 4 Upper Thrust Washer Delrin 5 Stuffing Box Gasket Rubber 0-Ring 6 0-Ring Rubber 7 Stuffing Box Ductile Iron ASTM A536 8 Bonnet Ductile Iron ASTM A536 9 Hex Head Bolt 304 Stainless Steel 10 Throat Flange Gasket Rubber 11 Valve Body Ductile Iron ASTM A536 12 Stem Manganese Bronze, ASTM 8763, UNS C86700 13 Wedge Nut Silicon Bronze, ASTM B584, UNS C87600 14 Resilient Wedge EPDM Rubber Encapsulated Ductile Iron ASTM A536 15 Wedge Cover Acetal Polymer _16 Wedge Cover Pin Aceta F Po ymer --- 17 Hex Head Bolt 304 Stainless Steel 18 Hex Nut 304 Stainless Steel 19 Hex Nut 304 Stainless Steel 20 Pipe Plug Stainless Steel 21 Lower Thrust Washer Delrin 26 Handwheel Ductile Iron ASTM A536 OPTIONAL MATERIALS AREAS FOLLOWS BOLTS and NUTS: 316 Stainless Steel STEM: Cast NDZ-S Bronze, ASTM B763, UNS C99500 STEM: Stainless Steel Open Direction � Left(C.C.W.) � Right(C.W.) NOTES: 1. Bolt patterns of class 125 flanged ends are in accordance wish ANSI/AWWA C1101A21.10 (ASME B16,1 class 125). 2. Fusion -bonded epoxy -coated in accordance with AWWA C550. 3. Certified to NSF/ANSI 61 & 372. 4. Meets requirements of AWWA C515 with rated working pressure of 250 psig. 5. 14 through 24-inch sizes available in configurations that are UL Listed and FM Approved with 250 psig rated working pressure, FLOW CONTROL THE RIGHT WAY AMERICAN Flow Control P.O. Box 2727 Birmingham, At, 35202-2727 Phone:800-326-8051 Fax:800-610-3569 Email: afesates@amedcan-usa.com Walerous Company 125 Hardman Avenue South South St, Paul, Mn. 55075-1191 Phone:888-266-3686 Fax: 8 Q-601-2809 Email: afcsales@american-usa.com Page 2 of 2 GV11014 West Transmission Main - CiTy of Fayetteville Submittal Package Page 5 163ued:11m2o1s Section 06 SOV 1.04 Combination Air Release Valves CITY OF .� FAYETTEVILLE AQKANSAS Construction Manager at Risk GMP Proposal April 17, 2024 «arnWV ey ADVANCING WATER zZ W i W y J Q W H 0 0 ui m N v o ai n 0 0 vi 0 Ci en v3 U W W O O 01 t7 Q Q V m m Q Q 0 0 c c E E 0 0 U U i0 m N 0 0 m m m O m D V1 V7 a —7— J O N G N N �{ - N 'c a a s N 'O d O' .fl O O b d 0 0 u m m c c o- o- N N N N L L U U _ N N O O e m � C N M V d m N 01 0 0 0 0 z z Z Z SRF Bid Form Revision 00 Proposal of Ferguson Enterprises, LLC - db(3 Ferguson Waterworks (hereinafter called "Bidder"), organized and existing under the laws of the State of Arkansas doing business as a Limited Liability Corp *. To the City of Fayetteville, 113 West Mountain Street, Fayetteville, AR 72701 (hereinafter called "Owner"). * Insert "a corporation", "a partnership", or "an individual" as applicable. n�piiance with your A-dvertisement for Bicis,Bic!-der hereby proposes to perform alTWork for ------- -- the construction of Goods, Special Services, or Work on the City of Fayetteville —West Transmission Main in strict accordance with the Contract Documents, within the time set forth therein, and at the prices stated below. The Contractor's Act of Assurance Form must be included in the bid proposal. The DBE/MBE/WBE Compliance Evaluation Forms must be supplied after the Low Bidder is confirmed. By submission of this Bid, each Bidder certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, that this Bid has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this Bid with any other Bidder or with any competitor. Bidder hereby agrees to commence Work under this contract on or before a date to be specified in the Notice to Proceed and to fully complete the Project within the time outlined in the Contract Documents or within the number of calendar days indicated in the Agreement. Bidder further West Transmission Main Section 00 4143 1 Bid Form SRF Bid Form Revision 00 agrees to pay as liquidated damages, the sum of $2,500.00 for each consecutive calendar day thereafter as provided in the Supplemental Conditions. Bidder acknowledges receipt of the following Addendum: Bidderis-aware ofthe-general nature ofworktobe-performed-by-Owner; CNIAR� and -others -a the Site that relates to the Work as indicated in the Bidding Documents. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, test, studies, and data with the Bidding Documents. Bidder has given CMAR written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Engineer and CMAR is acceptable to Bidder. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the work for which this bid is submitted. Bidder will submit written evidence of its authority to do business in the state where the Project is located -no later than the date of -its execution of the Agreement. ___ ______ .__. Bidder agrees to perform all the work described in the Contract Documents for the following unit prices or lump sum: Bid Schedule Reference Specification Section 00 42 23.02 —Bid Package Scope of Supply (SOV) ni complete cation Secti ss Bidder Acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price Bid items will be based on actual quantities provided, measured as provided in the Contract Documents. Unit Price and figures column will be used to compute the actual Bid price. West Transmission Main Section 00 41 43 2 Bid Form Respectfully submitted: ligna re -.,,,General Manager Title License Number (if applicable) SRF Bid Form Revision 00 971 Shaver Street, Springdale, AR 72762 Address April 3, 2024 Date Contact for receipt of official communications Name: Andy Henderson — (typed -or -printed) — Business address: 971 Shaver Street, Springdale, AR 72762 Phone: 918-5084956 Facsimile: &mail: andy.henderson@ferguson.com West Transmission Main 3 Section 00 41 43 Bid Form General Information Organization doing business as Ferguson Enterprises LLC dba Ferguson Waterworks Business address of principal office 971 Shaver Street Springdale AR 72762 Telephone numbers 479-927-1688 Main number 918-5084956 - Andy Henderson Sales Manager Fax number Website address Fer uson.corn Form of business (check one) Date of incorporation X I A corporation 1953 A partnership An individual State of incorporation Virginia 7 —Chief Executive -Manages -name l�eVln-Mur h --------- President's name Robert Cam osano Vice President's name(s) Chris Tuinstra Secretary's name Tracy Jacobs Treasurer's name Date of organization Shaun McElhannon INA State whether partnership is general or limited Name NA Business address Average number of current full-time employees 30K+ Average estimate of revenue for 30b+ the current year West Transmission Main c� Section 00 42 23.01 Statement of Qualifications Affidavits One of the following four affidavits shall be executed and provided with this information. The individual signing the affidavit shall attach evidence of their authority to bind the organization to an agreement. AFFIDAVIT FOR CORPORATION state Arkansas ) § County of Washington ) § Tommy Tanner being duly sworn deposes and says (Nome) that they are General Manager of the Ferguson Enterprises, LLC - dba Ferguson Waterworks corporation submitting the foregoing qualification form and related information; have read such documents; and that such documents are true and correct and contain no material misrepresentations; and that they are authorized to make this affidavit on behalf of the Corporation. Signed and sworn to me before this '`-'I My commission expires: West Transmission Main --I�---- --wetary Public State of Oklahoma Jeff Wayne Withers My Commisslon � 16012306 e Expires 12/12/2026 • f� Section 00 42 23.01 Statement of Qualifications DocuSign Envelope ID: 67B66233425F424C-A626,,C2A63182E1C5 DocuSign Envelope ID: 67B66233425F424C-A626-C2A631B2E1C5 uwwryrr r�u+•..v�+v rur yr uuvcuv-�..w ��w'r+v..v-.+rnvv ruin rv� SECRETARUIL CERTIFICATE OF AUTHORIZATION The undersigned Assistant Secretary of Ferguson Enterprises, LLC, duly organized and existing under the laws of Virginia (the "Company"),. hereby designates and certifies that the following employee ofthe Company, is authorized, on behalf of the Company to take the action(s) designated herein and to execute any and all documents necessary to further such actions, os Individual Name: Tommy Tanner Title: General Manager Authorized Action(s): 1 — L—To enter into -contracts; agreements or other documents; and to. execute such- documents and undertake all - such acts as may deemed in the, best interest of the Company, 2. To prepare and submit bids and proposals to the Company's customers, This certificate of authorization shall be effective from the date hereof until February 11, 2025 unless withdrawn sooner m writing. The provisions of this Certificate are in conformity with a Resolution adopted by the Board of Directors of the Company effective July 31, 2023. In witness whereof, I have hereunto subscribed my name and affixed the seal of the Company, effective February 12, 2024. .%T EPp ' "I'ts :��o� �OMPgtir�cP� C7 r �'-° 1 't+AVP ? 00 MINK offio�>. ! .eft •.Mob (Company Seal) �o. k1,,RVA "f��eao,00:{NYC Commonwealth of Virginia: City of Newport News Ferguson Enterprises, LLC E. �tige it Secretary Sworn to subscribe and acknowledged before me on February 1:2, 2024, by Wesley E. Rice; personally known to me, in his capacity as Assistant Secretary of Ferguson Enterprises, LLC, a Virginia LLC, on behalf of subh Company` Q' a �4gY P&9 • :0,� Z V�:=0 (Notary Seal) my COMMISSION S " n NUMBER ':•• 7510825 •10 Poo �C9. My commission expires: July 31, 2026 3L73WP" Know all men by these presents, that we, the SRF Bid Bond Revision 00 undersigned, Ferguson Enterprises, LLC dba Ferguson Waterworks , as Principal, and Federal Insurance Company as Surety, are hereby held and firmly bound unto the City of Fayetteville, Arkansas as Owner in the penal sum of Five Percent of the Total Amount Bid-- ---($-- —5%- —) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed, this 5th day of April 20 24 .The Condition of the above obligation is such that whereas the Principal has submitted to the City of Fayetteville a Certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the West Transmission Main Solicitation Set No. 1 LSteel Pipe, Large Diameter Valves. Small Diameter Valves, Combination Air Release Valves) Now, therefore, (a) If said Bid shall be rejected, or (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attachment hereto (properly completed in accordance -with said Bid) and shall furnish- a Bond for faithful performance of said contract, ------------- and for the payment of all persons performing labor furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. West Transmission Main 1 Section 00 43 13 Bid Bond SRF Bid Bond Revision 00 The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its Bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. In witness whereof, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. FERGUSON ENTERPRISES, LLC DBA eeeeeoo FERGUSON WATERWOR .���NT�RA�0Pme JGjOG0MP'q By: tao a�N Principal Brenda Crowde'rw �- r- o AssistantTreasui'f n m OO6o'0.1/PGIN\P o FEDERAL INSURANCE COMPANY ��''�e1jj0''°e Surety By: Wendy Lee a kins/Attorney-In-Fact Arkansas No - esident Agent License # 1981735 Important -Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized in accordance with the Supplemental General Conditions to transact business in the State of Arkansas. West Transmission Main Section 00 43 13 2 Bid Bond FEDERAL INSURANCE COMPANY STATEMENT OF ASSETS, LIABILITIES AND SURPLUS TO POLICYHOLDERS Statutory Basis December 31, 2022 (in thousands) LIABILITIES AND ASSETS SURPLUS TO POLICYHOLDERS Cash end Short Term Investments S 123,147 Outstanding Losses and Loss Expenses $ 9,263,034 United States Government, State Reinsurance Payable on Losses and Expenses 1,723,796 and Municipal Bonds 3*769,695 Unearned Premiums 2,632,590 Other Bonds 5,984,50E Ceded Reinsurance Premiums Payable 380,182 Stocks 245,498 Other Liabilities 471,528 Other Invested Assets I t979,194 TOTAL INVESTMENTS 12,082,042 TOTAL LIABILITIES 143471,130 Investments in Affiliates. Capital Stock 2D,980 Great Northam Ins. Co. 422,405 Paid -In Surplus 2,711IA74 Vigilant Ins, Co. 361,723 Unassigned Funds 1,545,403 Chubb Indemnity Ins, Co. 1851044 Chubb National Ins. Co. 194,379 SURPLUS TO POLICYHOLDERS 4,2774857 Other Affiliates 124,046 Premiums Receivable 11859,933 Other Assets 31519,415 TOTAL LIABILITIES AND TOTAL ADMITTED ASSETS 3 18,748,987 SURPLUS 518,748,987 Investments are valued In accordance with requirements of the National Association of Insurance Commissioners, At December 31, 2022, investments with a carrying value of $512,747,632 were deposited with government authorities as required by law. STATE OF PENNSYLVANIA COUNTY OF PHILADELPHIA John Taylor, being duly swam, says that he is Senior Vice President of Federal Insurance Company and that to the best of his knowledge and belief the foregoing is a trues a(,n�d correct statement of the said Company's finanGai condition as of the 31 sl day of December, 2022. Sworn before me tfis IV IUto t ILe r ZDZ Commonwealth of Pennsylvania -Notary Seal Jaime L. Yates, Notary Public Philadelphia County Mytommission expires September 19, 2023 Commission number 1357070 of Notaries HU B S, Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Westchester Fire Insurance Company I ACE American Insurance Company Know AU by These Presents, that FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGH ANT UNSURANCE COMPANY, a New York corporation, PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations of the Commonwealth of Pennsylvania, do each hereby constitute and appoint Kaitlyn Malkowski, Christopher F. Mulvaney, Pablo Rios Jr. and Wendy Lee Wadkins of Radnor, Pennsylvania ----- each as their true and lawful Attorney -in -Fact to execute under such designation in their names and to affix the[r corporate seals to and deliver for and on their behalf as surerythereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any Instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affixed their corporate seals on this 9111 day of August, 2022. Crlv:n \10111i�tantSttrctai}' Kn MJRII�� 0 11 STATE OF NEW JERSEY County of Hunterdon as. Stephen \I. IianL-V. \'ice President On this 9th day of August, 2022 before me, a Notary Public of New Jersey, personally came Dawn M. Chloros and Stephen M. Haney, to me known to be Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros and Stephen M. Haney, being by me duly sworn, severally and each for herself and himself did depose and say that they are Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that their signatures as such officers were duly affixed and subscribed bylike authority. Notarial Seal NU4e4QELR%S11P �yFKATHERINE J. AOELAAR NOTARY PUBLIC OF NEW JERSEY No.2316686 Commission Expires July 16, 2024 Nolp•Public CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30 2016; WESTCHESTER FIRE INSURANCE COMPANY on December 11, 2006; and ACE AMERICAN INSURANCE COMPANY on March 20, 2009: "RESOLVED, that the following authorizations relate to the execution, for and on behalf of the Company, of bonds, undertakings, recognizances, contracts and other written commitments of the Company entered into in the ordinary course of business (each a "Written Commitment"): (1) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized mexecute any Written Commitment for and onbehalf oftheCompany, under the sea] of the Company or otherwise. (2) Each duly appointed amomey4n-factof the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the sea] ofthe Company oratherwise, to the extent that such action is authorized by the grant of powers provided for in such person's written appointment as such attorney -In -fact (3) Each of the Chairman, the President and the Vice Presidents of the Company Is hereby authorized, for and on behalf of the Company, to appointin writing any person the atmrney-in- fact of the Company with full power and authoritymexecute, for and on behalf of the Company, under the sea] of the Company orotherwise, such Written Commitments of the Company as may be specified in such written appointment, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. Compan y's (4).Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to delegate in writing many other officer of the Companytheauthoritytoexecute,forandonbehaif of the Companunder the ny's seal or otherwise, such Written Commitments ofthe Company asare spect e- t¢suchwritten ---- delega[ion,which spedfication may be by general type or class of Written Commitments or byspecifiwtionofone ormore particular Written Commitments, (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of the Company, may be affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED, that the foregoing Resolution shall not be deemed m be an exclusive smtement of the powers and authority of officers, employees and other persons m act for and on behalf of the Company, and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested." [, Dawn M. Chloros, Assistant Secretary of FEDERAL MSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY (the "Companies') do hereby certify that (i) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and in full force and effect (ii) the foregoing Power of Attorney is true, correct and in full force and effect Given under my hand and seats of said Companies at Whitehouse Station, NJ, this 5th day of April, 2024 Citvm \LChlortx.:\sistantSctretal}Q IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY OFTHIS BOND ORNOTIFY US OFAIVY OTHERMATTER, PLEASE CONTACT US AT: Telephone (908) 903- 3493 Fax (908) 903- 3656 a -mall: surety@chubb.com Combined: FED-VIG-PI-WFIC-AAIC (rev. 11-19) Bulletin 1500 INLET VALVE MODEL NO. A B C D INLET OUTLET OUTLET SIZE 125 LB. 250 LB. SIZE SIZE SIZE 4 104SSA/38 154SSA/38 21.00 29.00 23.63 26.50 4" FLG, 4" N.P.T. 4" FLG, 6 106SSA/38 156SSA/38 24.00 33.00 28.50 29.00 6" FLG. 6" N.P.T. 6" FLG. 8 108SSA/38 158SSA/38 27.00 39.00 34.63 34.75 8" FLG. 8" N.P.T. 8" FLG. REV 7-19-19 SURGE SUPRESSION COMBINATION AIR VALVE DATE 1-11-17 DRWG, NO. KA VAL • ATIC° VALVE AND MANUFACTURING CORP. VM-104SSA-38