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