No preview available
HomeMy WebLinkAbout90-25 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 90-25 File Number: 2025-375 UTILITY SERVICE CO., INC. (CONSTRUCTION CONTRACT): A RESOLUTION TO AWARD BID 25-23 AND AUTHORIZE A CONTRACT WITH USC, INC. IN THE AMOUNT OF $734,900.00 FOR PAINTING AND REHABILITATION OF THE ONE MILLION GALLON BAXTER GROUND WATER STORAGE TANK, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $73,490.00 WHEREAS, on February 12, 2025, the City accepted sealed competitive bids for a project to remove and replace the interior and exterior coating on the one million gallon Baxter Water Tank; upgrade safety climbing systems to align with modern standards; and improve circulation by the use of an active mixer placed inside the tank. 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 awards Bid 25-23 and authorizes Mayor Rawn to sign a contract with USC, Inc. in the amount of $734,900.00 for painting and rehabilitation of the one million gallon Baxter Ground Water Storage Tank, and further approves a project contingency in the amount of $73,490.00. PASSED and APPROVED on April 1, 2025 Approved: vbT�Ou-rhJ Molly Rawn, Mayor Attest: G\TYp ;dG� £. FgYETfEviLLE;" kNGTON-2 Kara Paxton, City Clerk Treasurer Page 1 CITY OF FAYETTEVILLE ARKANSAS MEETING OF APRIL 1, 2025 CITY COUNCIL MEMO TO: Mayor Rawn and City Council THRU: Keith Macedo, Interim Chief of Staff FROM: Tim Nyander, Utilities Director SUBJECT: UTILITY SERVICE CO., INC. (CONSTRUCTION CONTRACT): RECOMMENDATION: 2025-375 Staff recommends awarding Bid 25-23 and approving a construction contract with Utility Service Co., Inc. in the amount of $734,900.00 for painting and rehabilitation of the 1-million-gallon Baxter Ground Water Storage Tank and approval of a project contingency in the amount of $73,490.00. BACKGROUND: On February 12, 2025 the City of Fayetteville accepted sealed competitive bids for this project. Utility Service Co., Inc. submitted the lowest bid. All bids are shown here: Utility Services Co., Inc. $734,900.00 Viking Painting, LLC $765,892.00 Preferred Sandblasting and Painting $779,260.00 Maguire Iron, Inc. $795,000.00 Dixie Painting & Sandblasting $833,500.00 Classic Protective Coatings, Inc. $867,900.00 DISCUSSION: This project will remove and replace the interior and exterior coatings on the 1-million-gallon Baxter Water Tank. While the coating systems are removed, upgrades to safety climbing systems will be made to align with modern standards. Tank mixing will be added to improve circulation by the use of an active mixer placed inside the tank. BUDGET/STAFF IMPACT: Funds are available in the Water Tank Improvements account within the Water & Sewer fund. ATTACHMENTS: SRF (#3) , Agreement (#4), Bid 25-23, Bid Tab - Final (#5), Bid 25-23, Bid Submittal - Utility Service Co, Inc. - E (#6) 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 #: 2025-375 UTILITY SERVICE CO., INC. (CONSTRUCTION CONTRACT): A RESOLUTION TO AWARD BID 25-23 AND AUTHORIZE A CONTRACT WITH USC, INC. IN THE AMOUNT OF $734,900.00 FOR PAINTING AND REHABILITATION OF THE ONE MILLION GALLON BAXTER GROUND WATER STORAGE TANK, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $73,490.00 WHEREAS, on February 12, 2025, the City accepted sealed competitive bids for a project to remove and replace the interior and exterior coating on the one million gallon Baxter Water Tank; upgrade safety climbing systems to align with modern standards; and improve circulation by the use of an active mixer placed inside the tank. 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 awards Bid 25-23 and authorizes Mayor Rawn to sign a contract with USC, Inc. in the amount of $734,900.00 for painting and rehabilitation of the one million gallon Baxter Ground Water Storage Tank, and further approves a project contingency in the amount of $73,490.00. Page 1 Tim Nyander Submitted By City of Fayetteville Staff Review Form 2025-375 Item ID 4/1/2025 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 3/13/2025 WATER SEWER (720) Submitted Date Division / Department Action Recommendation: Staff recommends awarding Bid #25-23 and approving a construction contract with Utility Service Co., Inc. in the amount of $734,900.00 for painting and rehabilitation of the 1-million-gallon Baxter Ground Water Storage Tank and approval of a project contingency in the amount of $73,490.00. 5400.720.5600-5808.00 Account Number 14010.0 Project Number Budgeted Item? Yes Does item have a direct cost? Yes Is a Budget Adjustment attached? No Purchase Order Number: Change Order Number: Original Contract Number: Comments: Budget Impact: Water & Sewer Fund Water Tank Improvements Total Amended Budget Expenses (Actual+Encum) Available Budget Item Cost Budget Adjustment Remaining Budget Project Title $ 3,331,001.00 $ 147,154.96 3,183,846.04 $ 808,390.00 2,37-9,456.04 Previous Ordinance or Resolution # Approval Date: V20221130 Baxter 1 MG Ground Water Storage Tank Rehabilitation Olsson Project 024-02141 Fayetteville, Arkansas SECTION 00 52 00 — AGREEMENT AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: BAXTER 1 MG GROUND WATER STORAGE TANK REHBILITATION Contract No.: 25-23, Construction THIS AGREEMENT is dated as of the day of in the year 20 25 by and between The City of Fayetteville, Arkansas and Utility Service Co., Inc. (hereinafter called Contractor). ARTICLE 1 - WORK 1.1 Contractor shall complete all Work as specified or indicated in the Contract Documents. The work under this Agreement includes, but is not limited to: Painting of interior and exterior of the elevated water storage tank. Installation of new active mixing system. Safety, access, and structural improvements. 1.2 The Contractor agrees to perform the work described in the Contract Documents and comply with the terms therein for the amounts shown in the Bid Proposal. Refer to Section 00 41 43-Bid Form for quantities. 1.3 Any use of a third -party dumpster or roll off container shall be procured from the City of Fayetteville Recycling and Trash Collection Division. Use of a Non -City dumpster or roll off container is not allowed. 1.4 Contractor is responsible for obtaining all applicable permits. The fees for City of Fayetteville (only) issued permits shall be waived. 1.5 The Contract may include work in City of Fayetteville right-of-way, ARDOT (State) right- of-way, railroad right-of-way and in General or Utility Easements. October 1, 2024 00 52 00 - 1 AGREEMENT 100% Construction Documents Baxter 1 MG Ground Water Storage Tank Rehabilitation Olsson Project 024-02141 Fayetteville, Arkansas ARTICLE 2 - ENGINEER 2.1 The Contract Documents have been prepared by Olsson (Engineer) for the City of Fayetteville. The Engineer assumes all duties and responsibilities, and has the rights and authority assigned to Engineer in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3 - CONTRACT TIME 3.1 TIME OF THE ESSENCE A. All time limits for milestone, if any, Substantial Completion and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 3.2 DATES FOR COMPLETION AND FINAL PAYMENT A. The Work shall be substantially completed within 120 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS, and final completion and ready for final payment within 150 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS. 3.3 LIQUIDATED DAMAGES A. Owner and Contractor recognize that time is of the essence of this Agreement and that The City of Fayetteville will suffer financial loss if the Work is not completed within the time specified above, plus any extensions thereof allowed in accordance with the GENERAL CONDITIONS. The parties also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by The City of Fayetteville if the Work is not Substantially Completed on time. Accordingly, instead of requiring any such proof, The City of Fayetteville and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay The City of Fayetteville Five Hundred Dollars ($500.00) for each calendar day that expires after the time specified above in Paragraph 3.2 for Substantial Completion until the Work is Substantially Complete. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the time specified in Paragraph 3.2 for completion and readiness for final payment October 1, 2024 00 52 00 - 2 AGREEMENT 100% Construction Documents Baxter 1 MG Ground Water Storage Tank Rehabilitation Fayetteville, Arkansas Olsson Project 024-02141 or any proper extension thereof granted by The City of Fayetteville, Contractor shall pay The City of Fayetteville Five Hundred Dollars ($500.00) for each calendar day that expires after the time specified for completion and readiness for final payment. ARTICLE 4 - CONTRACT PRICE 4.1 The CITY OF FAYETTEVILLE agrees to pay, and the CONTRACTOR agrees to accept, as full and final compensation for all work done under this agreement, the amount based on the unit prices bid in the Proposal (BID FORM) which is hereto attached, for the actual amount accomplished under each pay item, said payments to be made in lawful money of the United States at the time and in the manner set forth in the Specifications. 4.2 As provided in the Contract estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in the General Conditions. Unit prices have been computed as provided in the Contract Documents. 4.3 Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. 1. Further, there shall be no changes to the scope and/or contract documents without prior written approval of the Engineer of Record and the City's designated Professional Engineer. ARTICLE 5 - PAYMENT PROCEDURES 5.1 SUBMITTAL AND PROCESSING OF PAYMENTS A. Contractor shall submit Applications for Payment in accordance with the GENERAL CONDITIONS. Applications for Payment will be processed by Engineer as provided in the GENERAL CONDITIONS. October 1, 2024 00 52 00 - 3 AGREEMENT 100% Construction Documents Baxter 1 MG Ground Water Storage Tank Rehabilitation Olsson Project 024-02141 Fayetteville, Arkansas 5.2 PROGRESS PAYMENTS, RETAINAGE A. The City of Fayetteville shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Engineer, on or about the 15th day of each month during construction. All such payments will be measured by the schedule of values established in the GENERAL CONDITIONS (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements. 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS. a. 95% of Work Completed (with the balance being retainage). If Work has been 50% completed as determined by Engineer, and if the character and progress of the Work have been satisfactory to The City of Fayetteville and Engineer, The City of Fayetteville on recommendation of Engineer, may determine that as long as the character and progress of the Work subsequently remain satisfactory to them, there will be no additional retainage on account of Work subsequently completed, in which case the remaining progress payments prior to Substantial Completion will be an amount equal to 100% of the Work Completed less the aggregate of payments previously made; and b. 100% of Equipment and Materials not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to The City of Fayetteville as provided in the GENERAL CONDITIONS. B. Upon final completion and acceptance of the Work in accordance with the GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder of the Contract Price as recommended by Engineer and as provided in the GENERAL CONDITIONS. October 1, 2024 00 52 00 - 4 AGREEMENT 100% Construction Documents Baxter 1 MG Ground Water Storage Tank Rehabilitation Olsson Project 024-02141 Fayetteville, Arkansas ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS 6.1 In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. B. Contractor has visited the Site(s) and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Contractor has carefully studied all: 1. Reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and 2. Reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Contractor acknowledges that The City of Fayetteville and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the Site. E. Contractor has obtained and carefully studied (or assumes responsibility of having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, and furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. F. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performing and furnishing of October 1, 2024 00 52 00 - 5 AGREEMENT 100% Construction Documents Baxter 1 MG Ground Water Storage Tank Rehabilitation Fayetteville, Arkansas Olsson Project 024-02141 the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. Contractor is aware of the general nature of work to be performed by The City of Fayetteville and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 7 - CONTRACT DOCUMENTS 7.1 CONTENTS A. The Contract Documents which comprise the entire Agreement between The City of Fayetteville and Contractor concerning the Work consist of the following and may only be amended, modified, or supplemented as provided in this Agreement and in the GENERAL CONDITIONS: 1. This Agreement. 2. Exhibits to this Agreement (enumerated as follows): a. Notice to Proceed. b. Contractor's Bid. C. Documentation submitted by Contractor prior to Notice of Award. 3. Performance, Payment, and other Bonds. October 1, 2024 00 52 00 - 6 AGREEMENT 100% Construction Documents Baxter 1 MG Ground Water Storage Tank Rehabilitation Olsson Project 024-02141 Fayetteville, Arkansas a. The Performance and Payment Bond shall be one hundred percent (100%). 4. General Conditions. 5. Supplementary Conditions. 6. Specifications consisting of divisions and sections as listed in Table of Contents of Project Manual. 7. Drawings consisting of a cover sheet and sheets as listed in the Table of Contents thereof (Drawings), with each sheet bearing the following general title: Markham Hill Water Tank Rehabilitation. 8. Addenda numbers 1 to 2 , inclusive. 9. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to the GENERAL CONDITIONS. ARTICLE 8 - MISCELLANEOUS 8.1 TERMS A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the meanings stated in the GENERAL CONDITIONS. 8.2 ASSIGNMENT OF CONTRACT A. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by Law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. October 1, 2024 00 52 00 - 7 AGREEMENT 100% Construction Documents Baxter 1 MG Ground Water Storage Tank Rehabilitation Olsson Project 024-02141 Fayetteville, Arkansas 8.3 SUCCESSORS AND ASSIGNS A. The City of Fayetteville and Contractor each binds himself, his partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 8.4 SEVERABILITY A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon The City of Fayetteville and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 8.5 FREEDOM OF INFORMATION ACT A. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the Contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. 8.6 LIENS A. No liens against this construction project are allowed. Arkansas law (A.C.A. §§18-44- 501 through 508) prohibits the filing of any mechanics of materialmen's liens in relation to this public construction project. Arkansas law requires, and the Contractor promises to provide a bond in a sum equal to the amount of this contract. Any subcontractor or materials supplier may bring an action for non-payment or labor or material on the bond. The Contractor promises to notify every subcontractor and materials supplier for this project of this paragraph and obtain their written acknowledgement of such notice prior to commencement of the work of the subcontractor or materials supplier. October 1, 2024 00 52 00 - 8 AGREEMENT 100% Construction Documents Baxter 1 MG Ground Water Storage Tank Rehabilitation Fayetteville, Arkansas Olsson Project 024-02141 IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement and copies have been provided to the Contractor and the City of Fayetteville. All portions of the Contract Documents have been signed, initialed, or identified by The City of Fayetteville and Contractor. This Agreement will be effective on Effective Date of the Agreement. CONTRACTOR: By: David Pollard (Type or legibly print) 1 1 , 20 25 , which is the CITY OF FAYETTEVILLE By: Molly Rawn (Type or legibly print) (Signature) (Signature) Title: Director of Bid Dept. Title: Contractor shall attach evidence of authority to sign. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Contractor's signature and execution of Agreement. Further if Contractor is a corporation, corporate entity or LLC, Contractor shall also attach a copy of the Contractor's Articles of Incorporation and a copy from the Arkansas State Secretary of State to document that the corporation, corporate entity or LLC is in current "Good Standing" with the State of Arkansas and such entity is permitted to perform work in the State of Arkansas. October 1, 2024 00 52 00 - 9 AGREEMENT 100% Construction Documents Baxter 1 MG Ground Water Storage Tank Rehabilitation Fayetteville, Arkansas (SEAL) Attest0--- _ d Shane Albritton, Secretary Address for giving notices 535 Courtney Hodges Blvd. Perrv. GA 31069 License No. 0091660625 Agent for Service of process (Type or legibly print) (Signature) Olsson Project 024-02141 (SEAL) G�TY OF_}9Gm� FAYETIfV!LLC� '_ Attest Kara Paxton, City Clerk Treasurer Address for giving notices 113 W. Mountain St. Favetteville. AR 72701 Contractor shall attach evidence of authority of Agent for Service process to sign. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Agent for Service process authority to sign. October 1, 2024 00 52 00 - 10 AGREEMENT 100% Construction Documents Baxter 1 MG Ground Water Storage Tank Rehabilitation Fayetteville, Arkansas (If Contractor is a corporation, corporate entity Approved as to Form: or LLC, attach evidence of authority to sign.) By: Attorney For: END OF SECTION 00 52 00 Olsson Project 024-02141 October 1, 2024 00 52 00 - 11 AGREEMENT 100% Construction Documents Baxter 1 MG Ground Water Storage Tank Rehabilitation Fayetteville, Arkansas THIS PAGE LEFT BLANK INTENTIONALLY October 1, 2024 00 52 00 - 12 100% Construction Documents Olsson Project 024-02141 AGREEMENT USG WATER SOLUTIONS - SECRETARY'S CERTIFICATE OF UTILITY SERVICE CO., INC. I, J. Shane Albritton, as Secretary of Utility Service Co., Inc., do hereby certify that the following Resolution was duly proposed, adopted, and resolved, during a meeting of the Board of Directors of Utility Service Co., Inc. on the 17th day of June, 2024: BE IT RESOLVED that David Pollard is hereby authorized and empowered by the Board of Directors as of June 17, 2024, to execute any and all contracts with a value of $1,000,000 or less on behalf of Utility Service Co., Inc. So executed on the 17th day of June, 2024. Sworn before me on this 17th day of June, 2024. ary blic J. S ne Albritton \`���`���C.1ce co [Corporate Seal] tray PU� =SMITHHiaM Com. 19, 2025 Utility Service Co. Inc. 535 Courtney Hodges Blvd • P O Box 1350 • Perry, GA 31069 (800) 223-3695 1 usgwater.com CITY OF FAYETTEVILLE ARKANS ARKANSAS BID TABULATION Bid 25-23, Baxter 1 MG Ground Water Storage Tank Rehabilitation DEADLINE: Wednesday, February 12, 2025 at 2:00 PM Utility Service Co, Viking Painting, Preferred Sandblasting and Maguire Iron, Inc. Dixie Painting & Classic Protective Inc. LLC Painting Sandblasting Coatings, Inc TOTAL $734,900.00 $765,892.00 $779,260.00 $795,000.00 $833,500.00 $867,900.00 Line# Description i I UOM Unit Unit Unit Unit Unit Unit 1 Existing Tank Rehabilitation 1 EA $690,200.00 $744,570.00 $692,000.00 $770,000.00 $810,500.00 $802,900.00 $33,100.00 2 Mobilization 1 EA $8,800.00 $18,500.00 $10,000.00 $10,000.00 $30,000.00 3 Bonds and Insurance 1 EA $10,600.00 $11,322.00 $18,760.00 $5,000.00 $10,000.00 $10,000.00 4 Trench and Excavation Safety Systems 1 EA 1 000.00 $1,200.00 $50,000.00 $10,000.00 $3,000.00 $25,000.00 Non -Responsive Kenny Fitch, Sr Procurement Agent CITY OF 9_ FAYETTEVILLE 4W ARKANSAS Bid 25-23 Addendum 2 Utility Service Co, Inc. Utility Service Co, Inc. Supplier Response Event Information Number: Bid 25-23 Addendum 2 Title: Construction - Baxter 1 MG Ground Water Storage Tank Rehabilitation Type: Invitation to Bid Issue Date: 1/12/2025 Deadline: 2/12/2025 02:00 PM (CT) Notes: The City of Fayetteville invites qualified vendors to bid on the rehabilitation to an existing 1 million -gallon water storage tank located at 456 E. Baxter Lane, Fayetteville, AR. The work includes painting of the interior and exterior of the tank; furnishing and installing a new active mixing system; constructing overflow modifications, access and safety improvements, structural improvements, miscellaneous site work, and modification to adjacent 5 million -gallon water storage tank ladder. Work shall include all items as set out in the drawings and specifications for a complete installation. All questions during the bidding process shall be addressed to Kenny Fitch, Sr Procurement Agent, by calling 479-575-8258, or emailing kfitch@fayetteville-ar.gov. Contact Information Contact: Kenny Fitch - Sr Procurement Agent Address: Purchasing City Hall Room 306 113 W. Mountain St. Fayetteville, AR 72701 Email: kfitch@fayetteville-ar.gov Page 1 of 3 pages Vendor: Utility Service Co, Inc. Bid 25-23 Addendum 2 Utility Service Co, Inc. Information Contact: Jessica Odom Address: 535 General Courtney Hodges Blvd Perry, GA 31069-3207 Phone: (478) 987-0303 Email: bid@usgwater.com By submitting your response, you certify that you are authorized to represent and bind your company. Cristyl Smith Signature Submitted at 211212025 11:53:38 AM (CT) Requested Attachments Signature Forms for Bid 25-23 bid@usgwater.com Email Utility Service Co., Inc. - Signature Forms.pdf Please attach your completed forms. These documents can be found in FILE #01 - Project Manual in the Attachments tab. Please be sure to include ALL required information stated in the Project Manual, including any Bidder Qualification requirements. Bid Bond for Bid 25-23 Utility Service Co., Inc. - Bid Bond.pdf Please attach a signed and completed copy of your bid bond. Bid bonds in the form of a cashier's check shall be delivered to City Hall, Purchasing Division before bid deadline and have a copy of the cashier's check uploaded with submittal. Bid Attributes 1 Arkansas Secretary of State Filing Number: 100159500 2 Arkansas Contractor License Number: 0091660625 3 Check Yes or No: Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. 2 Yes, I agree ❑ No, I don't agree Page 2 of 3 pages Vendor: Utility Service Co, Inc. Bid 25-23 Addendum 2 4 Check Yes or No: Pursuant Arkansas Code Annotated §25-1-1002, the Contractor agrees and certifies that they do not currently boycott Energy, Fossil Fuel, Firearms, and Ammunition Industries during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-1002. If at any time during the contract the contractor decides to boycott Energy, Fossil Fuel, Firearms, and/or Ammunition Industries, the contractor must notify the contracted public entity in writing. ❑✓ Yes, I agree ❑ No, I don't agree 5 Addendum Acknowledgement: By selecting "I agree", you acknowledge that you have read and understand any addendums that have been issued for this bid. 2 1 agree Bid Lines 4 Trench and Excavation Safety Systems, as required by Act 291 of the 1993 Arkansas General Assembly Quantity: 1 UOM: LS Price: $1,000.00 Total: $1,000.00 Response Total: $734,900.00 Page 3 of 3 pages Vendor: Utility Service Co, Inc. Bid 25-23 Addendum 2 CITY OF FAYETTEVILLE ARKANSAS Project Check List This checklist is for the Bidder's use in preparing & submitting a bid. It is not intended to include all details necessary to prepare a bid and shall not be used as a substitute for the requirements of the bid documents. Use of this checklist does not relieve the Bidder from the responsibility of meeting all requirements of the Specifications concerning the preparation of an acceptable bid. Bidders are welcome to use this form as a coversheet for a sealed envelope; however, using this form itself is NOT a requirement. 5% Bid Bond of the amount bid accompanied by required documentation (Power of Attorney, etc.) o In lieu of a bid bond, the bidder may submit a cashier's check from a bank located in the State of Arkansas for at least five percent (5%) of the amount bid (inclusive of any deductive alternates). Cashier's checks shall be made payable to the City of Fayetteville, AR and received prior to the bid deadline by making an in -person delivery appointment with the City Purchasing Division. All addenda shall be signed, acknowledged, and submitted on the appropriate forms (submitting the actual addendums X or marking acknowledgement on other bid pages). All line items shall be appropriately filled out and extended to reveal the line item price as well as the total bid price. IX-1 Total base bid should be calculated in the provided space. All pages provided with signature lines shall be appropriately signed, dated accordingly, and included with submitted bid 171 documents All bids shall be received before the stated deadline utilizing the City's electronic bidding platform or submitting a physical X sealed bid to the City Purchasing Division. Submitting a bid electronically is strongly encouraged. A public bid opening will be conducted shortly after the deadline at City Hall and livestreamed at https://www.youtube.com/user/citvoffavetteviIlear. Late or misdirected bids shall not be accepted. The City of Fayetteville shall not be responsible for lost or misdirected bids, or failure of bidder's technical equipment. If submitting a physical bid, all bid documents shall be delivered in a sealed envelope to the address stated in the advertisement or updated deadline issued via Addenda. All bids should be delivered with the name of the bidder (contractor) on the sealed envelope as well as the bidders Arkansas Contractor's License Number. Additional Information Required: Fx� 0 AR Secretary of State Filing #: 100159500 OR submit electronically. • Arkansas Contractor License #: 0091660625 OR submit electronically. • Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. o Submit electronically or circle applicable answer: YES or NO • Pursuant Arkansas Code Annotated §25-1-1002, the Contractor agrees and certifies that they do not currently boycott Energy, Fossil Fuel, Firearms, and Ammunition Industries during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-1002. If at any time during the contract the contractor decides to boycott Energy, Fossil Fuel, Firearms, and/or Ammunition Industries, the contractor must notify the contracted public entity in writing. o Submit electronically or circle applicable answer: YES or NO Telecommunications Device for the Deaf TDD (479) 521 1316 113 West Mountain Fayetteville, AR 72701 11 License No. 0091660625 ID #11631 State of Arkansas Commercial Contractors Licensing Board UTILITY SERVICE CO., INC., D/B/A USC, INC. PO BOX 1350 PERRY, GA 31069 UTILITY SERVICE CO., INC., D/B/A USC, INC. This is to Certify That is duly licensed under the provisions of Ark. Code Anna § 17-25-101 et. seq. as amended and is entitled to practice Contracting in the State of Arkansas within the following classifications/specialties: SPECIALTY Above Ground Tanks Microwave Systems, Towers, Satellite Dishes Painting,, W,allcpvering Sandblasting, Hydroblasting, Dry Ice Blasting Special Coatings or Applications, Caulking, Waterproofing This contractor has an unlimited suggested bid limit. from June 28, 2024 until June 30, 2025 When this Certificate expires. Witness our hands of the Board, dated at North Little Rock, Arkansas: CHAIRMAN SECRETARY June 28, 2024 - dsa USG WATER SOLUTIONS - SECRETARY'S CERTIFICATE OF UTILITY SERVICE CO., INC. I, J. Shane Albritton, as Secretary of Utility Service Co., Inc., do hereby certify that the following Resolution was duly proposed, adopted, and resolved, during a meeting of the Board of Directors of Utility Service Co., Inc. on the 17th day of June, 2024: BE IT RESOLVED that David Pollard is hereby authorized and empowered by the Board of Directors as of June 17, 2024, to execute any and all contracts with a value of $1,000,000 or less on behalf of Utility Service Co., Inc. So executed on the 17th day of June, 2024. Sworn before me on this 17th day of June, 2024. ary blic J. S ne Albritton \`���`���C.1ce co [Corporate Seal] tray PU� =SMITHHiaM Com. 19, 2025 Utility Service Co. Inc. 535 Courtney Hodges Blvd • P O Box 1350 • Perry, GA 31069 (800) 223-3695 1 usgwater.com Baxter 1 MG Ground Water Storage Tank Rehabilitation Olsson Project 024-02141 Fayetteville, Arkansas SECTION 00 41 43 - BID FORM Contract Name: BAXTER 1 MG GROUND WATER STORAGE TANK REHABILITATION Owner: FAYETTEVILLE WATER & SEWER, CITY OF FAYETTEVILLE, ARKANSAS City of Fayetteville Bid Number: 25-23, Construction OLSSON PROJECT NO. 024-02141 Dated: February 12 2025 October 1, 2024 00 41 43 - i BID FORM 100% Construction Documents Baxter 1 MG Ground Water Storage Tank Rehabilitation Fayetteville, Arkansas Olsson Project 024-02141 SECTION 00 11 53 — BIDDER'S QUALIFICATION STATEMENT Contract Name: BAXTER 1 MG GROUND WATER STORAGE TANK REHABILITATION City of Fayetteville Bid Number: 25-23, Construction Date: 2/12/25 SUBMITTED TO: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 SUBMITTED BY: Company Utility Service Co., Inc. Name David Pollard, Director of Bid Dept. Address 535 Courtney Hodges Blvd., Perry, GA 31069 Principal Office 535 Courtney Hodges Blvd., Perry, GA 31069 Corporation, LLC, partnership, individual, joint venture, other Corporation Arkansas State General Contractor's License Number 0091660625 (Type or legibly print) For a Contractor to be considered as Qualified, the Contractor must satisfy all financial, insurance, and bonding requirements of the City of Fayetteville, and must have had at least five (5) years of experience under the current Contractor name in the installation of water and sewer facilities. The Contractor shall have executed work for municipalities operating water/sewer facilities or water/sewer contracted operations with a minimum of three (3) projects exceeding five hundred thousand ($500,000) dollars for similar work as described in the Contract Documents. Work for developers and commercial site work will not be considered as permissible work experience. Acceptable documentation of these projects must be submitted to the City of Fayetteville. In accordance with Arkansas Procurement Law, a Contractor may use the combined experience of its owners or senior executive staff to satisfy the requirements, or the combined experience of the key personnel that will be responsible for satisfying the experience requirement. EXPERIENCE STATEMENT (MANDATORY) 1. Bidder has been engaged as a General Contractor in construction for 30+ years and has performed work of the nature and magnitude of this October 1, 2024 00 11 53— 1 BIDDERS QUALIFICATIONS 100% Construction Documents Baxter 1 MG Ground Water Storage Tank Rehabilitation Fayetteville, Arkansas Olsson Project 024-02141 Contract for 30+ years. Bidder has been in business under its present name for 30+ years. 2. Bidder now has the following bonded projects under contract: (On a separate sheet, list project name, owner, name of owner contact, engineer/architect, name of engineer/architect contact, amount of contract, surety, and estimated completion date.) Please see attached Reference Packet. 3. Bidder has completed the following (list minimum of 3) contracts consisting of work similar to that proposed by this Contract: (On a separate sheet, list project name, owner, name of owner contact, engineer/architect, name of engineer/architect contact, amount of contract, surety, and date of completion and percentage of the cost of the Work performed with Bidder's own forces.) Please see attached Reference Packet. 4. Has Bidder ever failed to complete any project? If so, state when, where, and why. No 5. Bidder normally performs the following work with his own forces: Painting, Welding, Sandblasting, and Repairs to Potable Water Tanks 6. Construction experience of key individuals in the organization is as follows (continued on attached sheets if needed): Please see attached Resumes. 7. In the event the Contract is awarded to Bidder, the required surety Bonds will be furnished by the following surety company and name and address of agent: Travelers Casualty & Surety Company of America Agent: Marsh & McLennan Agency LLC 825 Maryville Centre Dr. Suite 200 St. Louis, MO 63017 8. Bidder's Workmen's Compensation Experience Modifier Factor is: 1.0 October 1, 2024 0011 53 — 2 BIDDERS QUALIFICATIONS 100% Construction Documents Baxter 1 MG Ground Water Storage Tank Rehabilitation Olsson Project 024-02141 Fayetteville, Arkansas FINANCIAL STATEMENT (IF REQUESTED) A. If requested by the City of Fayetteville during the evaluation of bids the bidder shall provide to the City of Fayetteville the following additional information: Bidder possesses adequate financial resources as indicated by the following: 1. Assets and Liabilities: Attach a financial statement, audited if available, including Bidder's latest balance sheet and income statements showing the following items: a. Current assets (cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory, and prepaid expenses). b. Net fixed assets. c. Other assets. d. Current liabilities (accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, and accrued payroll taxes). e. Other liabilities (capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings). f. Name of firm preparing financial statement and date thereof: If financial statement is not for identical organization named herein, explain relationship and financial responsibility of the organization furnished. 2. Current Judgments: The following judgements are outstanding against Bidder: Judgment Creditors Where Docketed and Date Amount a. N/A $ b. $ Bidder hereby represents and warrants that all statements set forth herein are true and correct. Date: February 12 , 20 25 (OFFICIAL SEAL) Name of Organization: Utility Service Co., Inc. By David Pollard (Type or legibly print) By� (Signature) Title Director of Bid Dept. (Type or legibly print) October 1, 2024 0011 53 — 3 BIDDERS QUALIFICATIONS 100% Construction Documents Baxter 1 MG Ground Water Storage Tank Rehabilitation Fayetteville, Arkansas Olsson Project 024-02141 If Bidder is a partnership, the partnership name shall be signed, followed by the signature of at least one of the partners. If Bidder is a corporation or LLC, the corporate name shall be signed, followed by the signature of a duly -authorized officer and with the corporate seal affixed. Contractor shall attach evidence of authority of signature. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Contractor's signature and authority to sign. END OF SECTION 00 11 53 October 1, 2024 0011 53 — 4 BIDDERS QUALIFICATIONS 100% Construction Documents Baxter 1 MG Ground Water Storage Tank Rehabilitation Olsson Project 024-02141 Fayetteville, Arkansas ARTICLE 1 — BID RECIPIENT 1.1 This Bid is submitted to: City of Fayetteville, AR 113 West Mountain Street Fayetteville, Arkansas 72701 1.2 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the Contract Times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. ARTICLE 2 — BIDDER'S ACKNOWLEDGEMENTS 2.1 Bidder accepts all of the terms and conditions of the Advertisement and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 90 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. 2.2 The Successful Bidder will sign and submit the Contract Agreement and other documents required by the bidding requirements within 30 days after the date of Owner's Notice of Award. ARTICLE 3 — BIDDER'S REPRESENTATIONS 3.1 In submitting this Bid, Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents, and any data and reference items identified in the Bidding Documents, and hereby acknowledges receipt of the following Addenda: Addendum No 2 Addendum, Date 1 /28/2025 2/6/2025 B. Bidder has visited the Site, conducted a thorough, alert visual examination of the Site and adjacent areas, and become familiar with and satisfied itself as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and has satisfied itself as to all Laws and Regulations that may affect cost, progress, and performance of the Work. D. Bidder has carefully studied all: 1. reports of explorations and tests of subsurface conditions at or adjacent to the Site and all drawings of physical conditions relating to existing surface or August 1, 2024 00 41 43 - 1 BID FORM 100% Review Submittal Baxter 1 MG Ground Water Storage Tank Rehabilitation Olsson Project 024-02141 Fayetteville, Arkansas subsurface structures at or adjacent to the Site (except Underground Facilities) that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings, and 2. reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings. E. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bidding Documents with respect to Underground Facilities at or contiguous to the site. F. Bidder has considered the information known to Bidder itself; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Bidding Documents; and any Site - related reports and drawings identified in the Bidding Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and (3) Bidder's safety precautions and programs. G. Bidder agrees, based on the information and observations referred to in the preceding paragraph, that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price bid and within the times required, and in accordance with the other terms and conditions of the Bidding Documents. H. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. I. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents and confirms that the written resolution thereof by Engineer is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance and furnishing of the Work. K. The submission of this Bid constitutes an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article, and that without exception the Bid and all prices in the Bid are premised upon performing and furnishing the Work required by the Bidding Documents. ARTICLE 4 — BIDDER'S CERTIFICATION 4.1 Bidder certifies that: A. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation; B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; C. Bidder is not debarred from doing business from any government entity. D. Bidder has not solicited or induced any individual or entity to refrain from bidding; and E. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph 4.1.D: August 1, 2024 0041 43 - 2 BID FORM 100% Review Submittal Baxter 1 MG Ground Water Storage Tank Rehabilitation Fayetteville, Arkansas Olsson Project 024-02141 1. "corrupt practice" means the offering, giving, receiving, or soliciting of anything of value likely to influence the action of a public official in the bidding process; 2. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of Owner, (b) to establish bid prices at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition; 3. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish bid prices at artificial, non-competitive levels; and 4. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the a execution of the Contract. ARTICLE 5 — BASIS OF BID 5.1 Bidders are required to provide pricing for all line items, including deductive alternate items. Failure to provide deductive alternate pricing can result in bid rejections. In the event no bid falls within the amount of funds certified for the project plus 25%, the City will utilize the deductive alternates in order to further evaluate bids until a bid received falls within the amount certified, plus 25%. In the event all deductive alternates are subtracted from the total base bid and no bid falls within the amount certified, plus 25%, all bids shall be rejected and become confidential. In no case shall the amount bid for the item of "mobilization" exceed 5% of the total contract amount for all items listed in the proposal or bid. Bidder will complete the Work in accordance with the Contract Documents for the following price(s) (Bid Form on page 4): REFER TO THE CITY'S ELECTRONIC BIDDING PLATFORM TO SUBMIT BID PRICING ELECTRONICALLY. CONTACT THE CITY PURCHASING DIVISION TO SUBMIT A PHYSICAL SEALED BID (APPROINTMENT REQUIRED). August 1, 2024 00 41 43 - 3 BID FORM 100% Review Submittal Baxter 1 MG Ground Water Storage Tank Rehabilitation Fayetteville, Arkansas BID FORM Olsson Project 024-02141 Baxter 1 MG Ground Water Storage Tank Rehabilitation City of Fayetteville, Arkansas Olsson Project No. 024-02141 EstimatedItem Quantity Unit Description of Item and Unit or Lump Sum Price .. Total Amount 1. 1 Lump Sum Existing Tank Rehabilitation Six Hundred Ninety Thousand Two Hundred Dollars /L S $ 690,200 (Dollar Amount Written in Words) (In Figures) (Total in Figures) 2. 1 Lump Sum Mobilization Thirty Three Thousand One Hundred Dollars 33,100 /L S $ (Dollar Amount Written in Words) (In Figures) (Total in Figures) 3. 1 Lump Sum Bonds and Insurance Ten Thousand Six Hundred Dollars /L S $10,600 (Dollar Amount Written in Words) (In Figures) (Total in Figures) 4. 1 Lump Sum Trench and Excavation Safety Systems, as required by Act 291 of the 1993 Arkansas General Assembly One Thousand Dollars A.S. $ 1,000 (Dollar Amount Written in Words) (In Figures) (Total in Figures) TOTAL ID Seven I�undred Thirty Four Thousand Nine Hundred Dollars $ 734,900 (Dollar Amount Written in Words) (Total in Figures) 5.2 0 L Bidder acknowledges that: Each Bid Unit Price includes an amount considered by Bidder to be adequate to cover Contractor's overhead and profit for each separately identified item, and Estimated quantities are not guaranteed and are solely for the purpose of comparison of Bids, and final payment for all unit price Bid items will be based on actual quantities, determined as provided in the Contract Documents. August 1, 2024 00 41 43 - 4 BID FORM 100% Review Submittal Baxter 1 MG Ground Water Storage Tank Rehabilitation Fayetteville, Arkansas Olsson Project 024-02141 C. The contract, if awarded will be based on the lowest responsive, responsible bid accepted by the City of Fayetteville, Arkansas. D. Unit prices have been computed in accordance with paragraph 13.03 of the General Conditions. E. Bidder acknowledges that quantities are not guaranteed, and final payment will be based on actual quantities determined as provided in the Contract Documents. F. Amounts are to be shown in both words and figures. In case of discrepancy, the amount shown in words, unless obviously incorrect, will govern. G. The above unit and lump sum prices shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for. H. The Bidder understands that the Owner reserves the right to reject any or all bids and to waive any informalities in the bidding. ARTICLE 6 — TIME OF COMPLETION 6.1 Bidder agrees that the Work will be substantially complete within 120 calendar days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 150 calendar days after the date when the Contract Times commence to run. 6.1 Bidder accepts the provisions of the Agreement as to liquidated damages. ARTICLE 7 — ATTACHMENTS TO THIS BID 7.1 The following documents are submitted with and made a condition of this Bid: A. Required Bid Security in the form of bid bond for Five Percent of Principal's Bid (Dollar Amount Written in Words) B. Required Bid Bond (Section 00 43 13). C. List of Proposed Subcontractors. D. List of Proposed Suppliers. ( 5% ) (Total in Figures) E. List of Project References (see Section of Bidders Qualification Statement). F. Evidence of authority to do business in the state of the Project; or a written covenant to obtain such license within the time for acceptance of Bids. G. Contractor's License No.: 0091660625 August 1, 2024 00 41 43 - 5 BID FORM 100% Review Submittal Baxter 1 MG Ground Water Storage Tank Rehabilitation Fayetteville, Arkansas Olsson Project 024-02141 H. Required Bidder Qualification Statement with supporting data (see Section 00 21 13 Instructions to Bidders). ARTICLE 8 — DEFINED TERMS 8.1 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. ARTICLE 9 — BID SUBMITTAL 9.1 Communications concerning this Bid shall be addressed to the address of Bidder indicated below. 9.2 The Bidder has reviewed and agrees with all sections of the Plans, Specifications and Contract Documents, including all Addenda, and the Comprehensive Best Management Practices Plan included with the Bid Documents. 9.3 Bid pricing shall be submitted by accessing the City of Fayetteville's electronic bidding platform. Submitted this 12th day of February 2025 Attest: 0- (Seal, if' id is by corporation.) J. ane Albritton, Secretary Arkansas License No. 0091660625 Tax ID No. 58-1920989 Respectfully submitted, Utility Service Co.. Inc. (Firm Name) By (Signature) David Pollard (Printed Name) Title Director of Bid Dept. 535 Courtney Hodges Blvd. Perry, GA 31069 (Business Address & Zip Code) August 1, 2024 00 41 43 - 6 BID FORM 100% Review Submittal Baxter 1 MG Ground Water Storage Tank Rehabilitation Fayetteville, Arkansas Address for giving notices: 535 Courtney Hodges Blvd., Perry, GA 31069 Telephone Number: Fax Number: None 478-987-0303 Contact Name and e-mail address: David Pollard. Director of Bid david.pollard@usgwater.com Olsson Project 024-02141 August 1, 2024 00 41 43 - 7 BID FORM 100% Review Submittal Baxter 1 MG Ground Water Storage Tank Rehabilitation Olsson Project 024-02141 Fayetteville, Arkansas INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS: The Bidder shall list below the name and the location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvement, or a subcontractor licensed by the state who, under subcontract to the prime contractor, specially fabricated and installs a portion of the work or improvement according to detailed drawings contained in the Plans and Specifications, in an amount in excess of one-half of one percent of the prime contractor's total Bid. The Bidder shall also list below the portion of the work which will be done by each subcontractor under this Contract. Failure to comply with this requirement will render the Bid nonresponsive and may cause its rejection. Subcontractor Percent License of Total Work to be Performed Number Contract 1. Electrical J-11231 8% 2. Steel Construction 14% 3. Site Work 0405500325 13% 4 Please see attached Subcontractor Statement. 5. 6. 7. Note: Attach additional sheets if required. Subcontractor's Name & Address Brother's Electric Co. Inc 16649 Payne Road, Conroe, TX 77302 Rickv Peel 2000 Howard Rd. Waxahachie. TX 75165 Steep Creek PO Box 1089, Greenbrier, AR 72058 August 1, 2024 0041 43 - 8 BID FORM 100% Review Submittal Utility Service Co., Inc. Subcontractor Statement We have company crews and use some "dedicated" subcontractors. Determination will be made based on our schedule closer to start date. Crew info can be provided to the Engineer/Owner prior to mobilization for approval. Baxter 1 MG Ground Water Storage Tank Rehabilitation Fayetteville, Arkansas NAMED EQUIPMENT/MATERIAL SUPPLIER LIST: Olsson Project 024-02141 The Bidder shall indicate below which Supplier the Bidder intends to use to furnish, under the Bid, each item of equipment or material listed on this form by writing in one of the named suppliers specified in the Technical Specifications for that equipment or material. (Proposed substitutes may be listed on the Proposed Substitute Equipment/Material Supplier List form but will only be considered after award of the Contract.) If no supplier is named in the Technical Specifications, the Bidder may list any supplier whose product meets all the requirements and technical criteria specified. The listing of more than one supplier for each equipment/material to be furnished with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid nonresponsive and may cause its rejection. SPEC EQUIPMENT / MATERIAL SECTION SUPPLIER Coatings 09-96-00 Tnemec August 1, 2024 00 41 43 - 9 BID FORM 100% Review Submittal Baxter 1 MG Ground Water Storage Tank Rehabilitation Olsson Project 024-02141 Fayetteville, Arkansas END OF SECTION 00 41 43 This document is a MODIFIED version of EJCDC° C-410, Copyright © 2013 by the National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers, or is based in part on excerpts from copyrighted EJCDC documents. Those portions of the text that originated in copyrighted EJCDC documents remain subject to the copyright. August 1, 2024 0041 43 - 10 BID FORM 100% Review Submittal Utility Service Co., Inc. (a wholly -owned subsidiary of USG Water Solutions, LLC) Financial Statements For the Year Ended December 31, 2023 with Independent Accountants' Review Report Michael Hall LLC 12600 DEERFIELD PARKWAY SUITE 100 • ALPHARETTA GEORGIA 30004 Michael Hall LLC ASSURANCE TAX ADVISORY Independent Accountants' Review Report To the Board of Directors Utility Service Co., Inc. We have reviewed the accompanying financial statements of Utility Service Co., Inc. (a wholly -owned subsidiary of USG Water Solutions, LLC), which comprise the balance sheet as of December 31, 2023, and the related statements of income, stockholder's equity, and cash flows for the year then ended, and the related notes to the financial statements. A review includes primarily applying analytical procedures to management's financial data and making inquiries of company management. A review is substantially less in scope than an audit, the objective of which is the expression of an opinion regarding the financial statements as a whole. Accordingly, we do not express such an opinion. Management's Responsibility for the Financial Statements Management is responsible for the preparation and fair presentation of these financial statements in accordance with accounting principles generally accepted in the United States of America; this includes the design, implementation, and maintenance of internal control relevant to the preparation and fair presentation of financial statements that are free from material misstatement whether due to fraud or error. Accountants' Responsibility Our responsibility is to conduct the review engagement in accordance with Statements on Standards for Accounting and Review Services promulgated by the Accounting and Review Services Committee of the AICPA. Those standards require us to perform procedures to obtain limited assurance as a basis for reporting whether we are aware of any material modifications that should be made to the financial statements for them to be in accordance with accounting principles generally accepted in the United States of America. We believe that the results of our procedures provide a reasonable basis for our conclusion. We are required to be independent of Utility Service Co., Inc. and to meet our other ethical responsibilities, in accordance with the relevant ethical requirements related to our reviews. Accountants' Conclusion Based on our review, we are not aware of any material modifications that should be made to the accompanying financial statements in order for them to be in accordance with accounting principles generally accepted in the United States of America. lJJ't /J?Zt u c Atlanta, Georgia June 12, 2024 1 Utility Service Co., Inc. (a wholly -owned subsidiary of USG Water Solutions, LLQ Balance Sheet December 31, 2023 Assets CURRENT ASSETS Accounts receivable, net $ 28,653,306 Contract receivables 38,079,611 Prepaids, inventory and other current assets 37,107,576 Total current assets 103,840,493 PROPERTY, PLANT AND EQUIPMENT, net 8,914,368 NONCURRENT ASSETS Contract receivables, net of current portion 33,351,181 Intangibles, net of accumulated amortization 5,041,667 Goodwill 5,274,890 Right of use assets, net 6,831,373 Deferred tax asset, net 18,002,944 Total noncurrent assets 68,502,055 TOTAL ASSETS 181,256,916 Liabilities and Stockholder's Equity CURRENT LIABILITIES Accounts payable and accrued expense $ 19,337,947 Accrued income taxes 2,137,300 Current lease liabilities 2,419,081 Deferred revenue 30,542,399 Total current liabilities 54,436,727 NONCURRENT LIABILITIES Lease liabilities, net of current portion 5,519,261 Deferred revenue, net of current portion 40,949,407 Total liabilities 100,905,395 STOCKHOLDER'S EQUITY Common stock 1,000,000 Paid -in capital 70,957,083 Retained earnings 8,394,438 80,351,521 TOTAL LIABILITIES AND STOCKHOLDER'S EQUITY S 181,256,916 See independent accountants' review report and notes to financial statements. 2 Utility Service Co., Inc. (a wholly -owned subsidiary of USG Water Solutions, LLQ Statement of Income For the Year Ended December 31, 2023 Revenue $ 140,885,272 Costs and expenses Operating expenses 107,167,861 Selling, general and administrative expenses 16,809,950 Other expenses 1,335,643 Depreciation and amortization 4,963,602 Total costs and expenses 130,277,056 Income from operations 10,608,216 Other Income (Expense) Interest income 6,338 Other, net (7,692) Interest expense (3,806) Total other income (expense) (5,160) Income before provision for income taxes 10,603,056 Provision for income tax 2,442,577 Net Income 8,160,479 See independent accountants' review report and notes to financial statements. Utility Service Co., Inc. (a wholly -owned subsidiary of USG Water Solutions, LLQ Statement of Stockholder's Equity For the Year Ended December 31, 2023 Common Paid -in Retained Stock Capital Eaming TOTAL Balance on January 1, 2023 $ 1,000,000 $ 144,040,974 $ 92,279,384 $ 237,320,358 Recapitalization adjustment - (73,083,891) (92,045,425) (165,129,316) Net income for 2023 - - 8,160,479 8,160,479 Balance on December 31, 2023 1,000,000 70,957,083 8,394,438 80,351,521 See independent accountants' review report and notes to financial statements. 4 Utility Service Co., Inc. (a wholly -owned subsidiary of USG Water Solutions, LLC) Statement of Cash Flows For the Year Ended December 31, 2023 CASH FLOWS FROM OPERATING ACTIVITIES Received from customers Paid to vendors and employees Paid for income taxes Paid for interest Received for interest Net Cash From Operating Activities CASH FLOWS FROM INVESTING ACTIVITIES Acquisition of property, plant and equipment Net Cash From Investing Activities CASH FLOWS FROM FINANCING ACTIVITIES Advances to Parent, net Net Cash From Financing Activities NET CHANGE IN CASH Cash at beginning of year Cash at end of year A reconciliation of net income to net cash from operating activities is as follows: Net income (loss) Depreciation and amortization Changes in operating assets and liabilities: Accounts receivable Contract receivables Other assets Accrued income taxes Deferred revenue Accounts payable and accrued expense Lease liabilities Net Cash From Operating Activities $ 157,296,432 (119,368,014) (173,345) (3,806) 6,338 37,757,605 (1,584,084) (1,584,084) (36,173,521) (36,173,521) $ 8,160,479 4,963,602 24,719 16,386,441 553,942 2,269,232 9,812,780 (4,363,799) (49.791) 37,757,605 See independent accountants' review report and notes to financial statements. il RESUMES 042 USG WATER SOLUTIONS DARREN Do JACKSON SERVICE CENTER MANAGER (PROCTOR, AR) KEY QUALIFICATIONS Mr. Darren Jackson serves as a Service Center Manager (Proctor, AR) for USG Water Solutions. He is responsible for presenting, managing, and supervising the renovation and maintenance of water distribution system assets —as well as the oversight of all Arkansas service center operations provided both in-house and within the field. Mr. Jackson specializes in supporting both municipal and industrial water system clients with a sense of urgency to accomplish tasks in a timely manner and meet established deadlines —ultimately providing specialized services in a method that will produce the high -quality results expected from our many valued clients. His extensive experience qualifies him to conduct the work associated with the requested services. PROFESSIONAL EXPERIENCE USG WATER SOLUTIONS Service Center Manager (Proctor, AR) 2012—Present ➢ Complete oversight of the USG Service Center in Proctor, AR. Provide vision and leadership to all employees and sub -contractors throughout the life of the project ➢ Ensure compliance is met on all safety and environmental needs ➢ Communicate and coordinate between both the clients and the crews to provide a quality job —which is completed in both a timely and safe manner Assistant Manager 2000-2012 ➢ Direct oversight and management on all washout and repair crews and projects ➢ Assisted in the daily operations at the Arkansas Service Center Project Superintendent 1997-2000 ➢ Served as afield superintendent at the Arkansas Service Center specializing in larger projects that involved lead abatement, new technologies, and processes or time constraints Salesman (State of Arkansas) 1996-1997 ➢ Served as afield superintendent at the Arkansas Service Center specializing in larger projects that involved lead abatement, new technologies, and processes or time constraints TANK GRAFIX, INC. Owner 1994-1996 ➢ Responsible for the design and application of elaborate logos, graphics, and lettering on many tanks across the U.S. JACKSON INDUSTRIAL COATINGS, INC. General Laborer 4 Foreman 4 Superintendent 1990-1994 ➢ Industrial painting throughout the U.S. specializing in water tank renovations ➢ Apprenticeship Program (attained Master Journeyman status through PU local 775) DAVID POLLARD DIRECTOR OF BID DEPARTMENT KEY QUALIFICATIONS Mr. David Pollard serves as the Director of the Bid Department for USG Water Solutions. He is responsible for managing a team of engineers, estimators, and bid coordinators to effectively develop and submit bids —while also managing municipal and government construction contracts throughout the continental United States. Mr. Pollard specializes in supporting municipal and industrial water distribution system clients with a sense of urgency to accomplish tasks in a timely manner and meet established deadlines — ultimately providing our specialized services in a method that will produce the high - quality results expected from our valued clients. Mr. Pollard's extensive experience qualifies him to conduct the work associated with the requested services. PROFESSIONAL EXPERIENCE USG WATER SOLUTIONS Director of Bid Department 2024—Present Personnel Management, Contract Management, and Project Management Project Financial Metrics Oversight and Evaluation Project Engineer 2018-2024 Personnel Management, Contract Management, and Project Management Project Financial Metrics Oversight and Evaluation WOOD GROUP Project Manager 2013-2018 ➢ Personnel Management, Contract Management, and Project Management ➢ Project Financial Metrics Oversight, Evaluation, and Quality Assurance ➢ Project Coordination, Cost Estimating, and Proposal Development ATC ASSOCIATES Staff Engineer 2008-2013 Engineering Field Evaluations Construction Quality Assurance Inspection and Material Testing NOVA ENGINEERING & ENVIRONMENTAL Engineering Technician 2007-2008 Construction Quality Assurance Inspection and Material Testing PIEDMONT SERVICES Foreman 1987-2007 Construction Management, Project Coordination, and Project Takeoffs PROJECT EXPERIENCE Direct project experience in asset management and maintenance services for an abundance of clients within the industrial and municipal markets of the water and wastewater industry; some of these clients include: ➢ Mercedes Benz Stadium, Atlanta, GA — $1.513 ➢ Plant Vogtle Nuclear Reactor Units 3 & 4, Waynesboro, GA — $15B ➢ Atlanta Airport Maynard H. Jackson International Terminal, Atlanta, GA—$1.7B Mark Pettys 163 S 2nd St Cochran, GA 31014 Mark.Pettys@gmail.com 08/26/2024 EDUCATION Brigham Young University, Provo UT • BS, Mechanical Engineering, April 2011 Minor, Mathematics Cumulative GPA: 3.43 WORK EXPERIENCE Utility Service Company, Inc. Project Engineer— Bid Department Perry, GA (August 2024 — Current) Provide support to Bid Department by evaluating bid requirements, drafting expected project budgets, and coordinating project requirements with Service Centers for water tank rehabilitation projects. Analyze engineering specifications for upcoming projects to mitigate risk and support successful water tank rehabilitation projects. Boeing Global Services DEA Project Engineer Warner Robins, GA (October 2021—June 2024) • Provide support to the C-17 Delegated Engineering Authority (DEA) Program Chief Engineer, DEA Lead Engineer and DEA Engineers across the program in the development, submittal, conduct and sustainment of the DEA program and our Program Execution Plan • Provide direct engagement with C-17 DEA/Cognizant engineers across the program to ensure DEA certifications, development, and recurrent proficiency assessment requirements are understood and progressing to plan • Develop, Support, and present at the yearly C-17 USAF/FMS DEA Airworthiness Assessment. Content includes DEA enabled engineering material (people, processes, products and performance) provided to assure compliance and retention of our DEA empowerment • Provide direct engagement/support to C-17 DEA engineers across all sustainment environments to ensure DEA processes and procedures are understood and properly adhered to Boeing Global Services Product Review Engineer (Liaison Engineer) Warner Robins, GA (February 2020 — October 2021) • Disposition repairs and rework by evaluating deficiencies for structural and functional acceptance in support of Maintenance Depot activities for the E-8 J-STARS (February 2020-October 2021) within the USAF AutoTar system • Improve specifications and process documents for the E-8 J-STARS production team by creating and modifying Technical Orders and other specifications • Work closely with quality and manufacturing groups to provide root cause analysis and corrective action to eliminate reoccurring non -conformances to parts, products and processes • Build strong relationships by coordinating with suppliers, peers and customers to develop and execute strategies to support continuous improvement and achieve performance objectives • Acted as interim Team Lead when acting Team Lead was out of office Boeing Commercial Airplanes Product Review Engineer (Liaison Engineer) Everett, WA; Salt Lake City, UT (May 2011— February 2020) • Disposition repairs and rework by evaluating non -conformances for structural and functional acceptance in support of Final Assembly (April 2011-October 2014), the Horizontal Stabilizer and Vertical Tail Fin of the Boeing 787 Dreamliner (October 2014-February 2020). • Work closely with quality and manufacturing groups to provide root cause analysis and corrective action to eliminate reoccurring non -conformances to parts, products and processes. • Build strong relationships by coordinating with suppliers, peers and customers to develop and execute strategies to support continuous improvement and achieve performance objectives. • Implement the use of numerous analysis techniques to provide technical solutions to complex repairs. • Acted as interim Team Lead when acting Team Lead was out of office or tending to other duties. SKILLS * Computer: C-17 DEA Program knowledge, CAD (Catia V5), ENOVIA, Previous Material Review Board (MRB) Authority (currently expired), Proficient in MS Office applications * Technical: Flight Mechanics, Structural Analysis, Composite Materials, Structural Repair, Equivalent Strength, Cost Improvement Activities VOLUNTEER WORK * Scoutmaster: Taught a group of eight scouts the importance of respect, integrity and character while serving in our community. * Eagle Scout Project: Led a group of 18 individuals to place reflective tape on fire -hydrants in our community to increase visibility during an emergency. ROBERT WEAVER DIRECTOR OF ENVIROMENTAL HEALTH & SAFTEY (EH&S) KEY QUALIFICATIONS Mr. Robert Weaver serves as the Director of Enviromental Health & Safety (EH&S) for USG Water Solutions. He is primarly responsible for all aspects and standard practices regarding EH&S. Mr. Weaver specializes in supporting both municipal and industrial water system clients with a sense of urgency to accomplish tasks in a timely manner and meet established deadlines —ultimately providing specialized services in a method that will produce the high -quality results expected from our many valued clients. His extensive experience qualifies him to conduct the work associated with the requested services. PROFESSIONAL EXPERIENCE USG WATER SOLUTIONS Director of Enviromental Health & Safety 2014—Present r Responsible for all aspects and standard practices regarding EH&S Implements safety practices and procedures across the entire company Director of Operations (South Region) 2012-2014 r Responsible for the performance of the South Region Service Centers Managed South Region operations to provide quality water storage tank services Provided coaching/assistance to optimize operation efficiency/quality of service delivery Ensured South Region Service Centers administer yearly safety training and follow the proper safety protocols throughout all work states and processes r Introduced and sustained operational efficiencies while managing operational costs Worked closely with many clients to verify that all project needs are met as a foundation for business growth Engineering Technical Manager & Safety Director 1998-2012 Managed all maintenance programs —over 6,000 included analyzing annual inspection reports, quality, and safety for all of the paint renovations PROJECT EXPERIENCE Direct project experience in asset management and maintenance services for an abundance of clients within the industrial and municipal markets of the water and wastewater industry; some of these clients include: City of Atlanta, GA I Eight (8) Tank Renovation Package City of Raleigh, NC I Twenty -Two (22) Tanks on Maintenance Program KARL NELSON DIRECTOR OF QUALITY ASSURANCE 1 QUALITY CONTROL (QAIQC) KEY QUALIFICATIONS Mr. Karl Nelson serves as a Director of Operations for USG Water Solutions. He is also responsible for the performance of the South Region Service Centers. Mr. Nelson specializes in supporting both municipal and industrial water system clients with a sense of urgency to accomplish tasks in a timely manner and meet established deadlines —ultimately providing specialized services in a method that will produce the high -quality results expected from our many valued clients. His extensive experience qualifies him to conduct the work associated with the requested services. PROFESSIONAL EXPERIENCE USG WATER SOLUTIONS Director of Quality Assurance/ Quality Control (QA/QC) 2014—Present ➢ Effectively manages USG operations to provide quality water distribution system services Responsible for the performance of multiple USG service centers ➢ Provides coaching/assistance to optimize operational efficiency/quality of service delivery ➢ Ensures service centers administer yearly safety training and follow the proper safety protocols throughout all work stages and processes ➢ Introduces and sustains operational efficiencies while managing operational costs ➢ Technically competent to effectively deliver new products and services Service Center Manager (Perry, GA) ➢ Provided day-to-day leadership to improve safety, quality, cost, efficiency, and service excellence ➢ Managed the execution phase of bid projects with clients and third -party engineering firms FAIRMOUNT MINERALS — ALPHA RESINS, LLC Plant Manager ➢ Roles/Responsibilities... Provided day-to-day leadership to improve safety, quality, reliability, and manufacturing excellence ➢ Lead the $22M project to design and construct a new plant inside the existing facility ➢ Developed a quality management system that was based on an International Standards Organization (ISO) systems structure PROJECT EXPERIENCE Direct project experience in asset management and maintenance services for an abundance of clients within the industrial and municipal markets of the water and wastewater industry; some of these clients include: ➢ Clayton County I City of Morrow, GA: Project Manager ➢ Prince William County I CDP of Woodbridge, VA: Project Manager ➢ Town of Mount Jackson, VA: Project Manager Bid 25-23, Addendum 1 CITY OF IV FAYETTEVILLE Date: Tuesday, January 28, 2025 A R KA N SAS To: All Prospective Vendors From: Kenny Fitch — 479.575.8258 — kfitch@fayetteviIIe-ar.gov RE: Bid 25-23, Construction — Baxter 1 MG Ground Water Storage Tank Rehabilitation This addendum is hereby made apart of the contract documents to the same extent as though it were originally included therein. Interested parties should indicate their receipt of same in the appropriate blank of the Bid. BIDDERS SHALL ACKNOWLEDGE THISADDENDUM ON THE DESIGNATED LOCATION ON THE BID FORM. • QUESTIONS: o Who will be performing the on -site inspections? ■ Olsson will be conducting the inspections. o What is the accessibility of the site? ■ There is a wide paved road leading to the site with a grass/gravel area within the vicinity of the tank. o If the trimming of vegetation is required to access the site, who will be responsible for the trimming? ■ The City will coordinate with the contractor for the City to handle all trimming. o What are the lead readings? ■ Laboratory testing of the existing coating system showed that the coating contained 58,269 ppm of lead. Lead testing results are included at the end of the Project Specifications. o What is the standoff distance of the 5MG tank ladder? ■ Plans show the existing 5MG tank ladder to be 8" from the exterior of the tank to the centerline of the rungs. This distance should be field verified prior to fabrication of the ladder security enclosure. o When does the City of Fayetteville plan to issue the Notice to Proceed? ■ The Notice to Proceed is flexible and can be negotiated with the lowest bidder. The City intends to have this project completed in 2025. City of Fayetteville, AR Bid 25-23, Construction — Baxter 1 MG Ground Water Storage Tank Rehabilitation Page 112 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701 o Is a logo desired? ■ No, a logo will not need to be installed. o Is temporary water or maintaining system pressure a requirement of the contractor? ■ No, temporary water or maintained water pressure is not a requirement. o Is full containment required? ■ Containment requirements are detailed in Specification 09 96 00, Part 3.2. Please note, the tank's existing coating system contains lead -based paint. Lead testing results are located at the end of the Project Specifications. • ATTACHMENTS: o Pre -Bid Meeting Attendees List o Olsson's Project Cost Estimation ■ This information was shared in error. To maintain a fair bidding process, this information is being shared with all interested bidders. The City of Fayetteville does not typically share our cost estimations or cost estimations prepared on the City's behalf. City of Fayetteville, AR Bid 25-23, Construction — Baxter 1 MG Ground Water Storage Tank Rehabilitation Page 212 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701 City of Fayetteville CITY OF Bid 25-23, Construction - Baxter 1 MG Ground Water Storage Tank Rehabilitation im FAY E T T E V I L L E Date: 01/22/2025 at 10:00 AM ARKANSAS Meeting ID 87103735392 Topic Bid 25-23, Construction - Baxter 1 MG Ground Water Storage Tank Rehabilitation Start Time 1/22/2025 9:54:15 AM End Time 1/22/2025 10:33:45 AM User Email kfitch@fayetteville-ar.gov Duration (Minutes) 40 Participants 9 Name (Original Name) User Email Total Duration (Minutes) Guest Amanda Beilfuss abeilfuss@fayetteville-ar.gov 40 No Kenny Fitch kfitch@fayetteville-ar.gov 40 No Corey Granderson cgranderson@fayetteville-ar.gov 34 No Andrew Stengel astengel@olsson.com 39 No Kevin Vann -Tank Pro 40 Yes Brad 33 Yes Robert Anderson 33 Yes Ty's 30 Yes Baxter 1 MG Ground Water Storage Tank Rehabilitation OPCC Client Name: City of Fayetteville, Arkansas Date Project Name: Baxter 1MG Ground Water Storage Tank Rehabilitation 1/10/2025 Project Number: 024-02141 ITEM ITEM UNIT QUANTITY UNIT COST ESTIMATED COST No. Percentage Bid Items 1 Insurance and Bonding @ 2% LS 1 $ 10,930.00 $ 10,930 2 General Conditions @ 10% LS 1 $ 54,650.00 $ 54,650 3 Mobilization @ 2% LS 1 $ 10,930.00 $ 10,930 Subtotal - Percentage Bid Items $ 76,510 Tank Interior and Exterior 4 Surface Preparation and Painting LS 1 $ 400,000.00 $ 400,000 Subtotal - Tank Exterior and Interior $ 400,000 Access Updates and Rehabilitation 5 Misc. Steel Repair LS 1 $ 5,000 $ 5,000 6 Existing Vertical Ladder Demo LS 1 $ 3,000 $ 3,000 7 Existing Vault Demolition LS 1 $ 5,000 $ 5,000 8 New Tank Vent LS 1 $ 3,000 $ 3,000 9 New Manways and Access Hatch LS 1 $ 8,000 $ 8,000 10 New Splash Pad LS 1 $ 2,000 $ 2,000 11 Ladder from Ground to Tank Platform with Fall Arrest LS 1 $ 7,000 $ 7,000 12 New Stair Access Platform LS 1 $ 25,000 $ 25,000 13 Guardrail at Top of Tank LS 1 $ 33,000 $ 33,000 14 Tank Base Protection System LS 1 $ 5,500 $ 5,500 Subtotal - Access Updates and Rehabilitation $ 96,500 Piping Updates and Process Rehabilitation 15 Existing Valves Removal LS 1 $ 1,500 $ 1,500 16 New Hydrant and Gate Valve Assembly LS 1 $ 4,900 $ 4,900 17 New Sampling Station LS 1 $ 3,800 $ 3,800 18 New Tank Overflow Pipe LS 1 $ 4,200 $ 4,200 19 GS-9 GridBee Active Mixer w/ SCADA, Complete in Place EA 1 $ 30,000 $ 30,000 F Subtotal - Piping Updates and Process Rehabilitation $ 38,000 Site Civil 20 Final stabiliation LS 1 $ 2,000 $ 2,000 Subtotal - Site Civil $ 2,000 Electrical 21 Electrical LS 1 $ 10,000 $ 10,000 Subtotal - Electrical $ 10,000 Subtotal (Deduct % Items) $ 546,500 Subtotal $ 623,010 Construction Contingency @ 209yo $ 124,602 TOTAL ESTIMATE OF PROBABLE CONSTRUCTION COST IN 2025 DOLLARS $ 747,612.00 The Engineer, using his or her professional judgement, has developed this stated Opinion of Probable Construction Cost Design Status (Check One) based upon the design status identified above. Development of Conceptual Design this Opinion has included consideration of design input level; Preliminary Design however, the circumstances under which the work is expected to be undertaken, the cost and availability of materials, labor and X Final Design services, probable bidder response and the economic conditions at the time of bid solicitation are beyond the control of the Engineer and will impact actual bid costs. Should bidding be delayed, these costs should be reviewed and, if necessary, p r Ae y adjusted to a more applicable Engineering News Record Construction Cost Index. Olsson Baxter Tank Rehab OPCC.xlsx: OPCC: 1/10/2025: 3:44 PM Page 1 of 1 Bid 25-23, Addendum 2 CITY OF IV FAYETTEVILLE Date: Thursday, February 06, 2025 A R KA N SAS To: All Prospective Vendors From: Kenny Fitch — 479.575.8258 — kfitch@fayetteviIIe-ar.gov RE: Bid 25-23, Construction — Baxter 1 MG Ground Water Storage Tank Rehabilitation This addendum is hereby made apart of the contract documents to the same extent as though it were originally included therein. Interested parties should indicate their receipt of same in the appropriate blank of the Bid. BIDDERS SHALL ACKNOWLEDGE THISADDENDUM ON THE DESIGNATED LOCATION ON THE BID FORM. • QUESTIONS: o Can you provide information on the interior of the tank as to when it was last blasted and painted? Should the interior of the tank be bid as if it contains lead? ■ Per the KLM Inspection Report included in the Project Specifications, the interior was originally coated in 1950. No additional information is known on the interior coating. Contractor should anticipate the interior coating to contain lead. o Will we have access to power and water at the water tank site for use while we are performing the project? ■ Photos showing the current electric meter and utility box are shown on Exhibit E1. If this can be utilized, Contractor can use the power source at no cost. There is an existing water hydrant located adjacent to the 51VIG water storage tank, shown on the site plan on Exhibit C1. This hydrant can be utilized. The Contractor will need to purchase a construction meter. The price of a hydrant meter is $200 deposit with a $61.13 monthly charge (even if water is not used). Rate for water is $4.45 per 1,000 gallons. o If Saturday and Sunday work are requested, will we be allowed to work weekends? Has weekend work been approved in the past? ■ Section 6.02 of the General Conditions of the Project Specifications states that overtime work or weekend work will not be allowed without written consent. The Project should be bid assuming no weekend work. The Owner can negotiate working hours with the selected bidder and has approved weekend work in the past. City of Fayetteville, AR Bid 25-23, Construction — Baxter 1 MG Ground Water Storage Tank Rehabilitation Page 113 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701 o The inspection report states that there are no antennas or communication equipment on the tank. Can you confirm this? ■ There is no antenna or communication equipment on the tank. Photos of the tank roof are included in the KLM Inspection Report. o Is this project a wage rate project? If so, can you provide a copy of the wage rates? ■ This is not a wage rate project. o How soon after the bid opening do you anticipate that the project will be awarded? ■ The project should be awarded the first week of April. o Can steel shot be used for abrasive on this project? ■ Surface preparation shall be in accordance with Project Specifications Section 09 96 00, Part 3.3. o It appears there are power lines near the tank. Can you provide information on how far away they are from the tank? If the lines need to be deenergized or insulated, will the city take care of this? ■ Plans of record show power lines approximately 13' from the edge of the tank. This will need to be field verified. If needed, the contractor must coordinate with electrician or utility provider to deenergize or insulate the lines. o Will seed and straw be acceptable site restoration after all blast media is removed and any ruts restored? ■ Seed and straw is an acceptable method of site restoration. However, final payment will not be issued before vegetation has been established to a level deemed acceptable by the Owner. o The specifications mention coordinating SCADA integration with Jacobs Engineering. Any cost for us here or do we just let them know when the mixing system and electrical is completed? ■ Contractor will furnish and install the SCADA control panel shown in the Project documents. Contractor will contact and work with Jacobs Engineering to ensure SCADA is properly integrated with the City of Fayetteville's existing systems. Contractor should bid the job with the expected amount of hours needed to complete SCADA integration with Jacobs Engineering. City of Fayetteville, AR Bid 25-23, Construction — Baxter 1 MG Ground Water Storage Tank Rehabilitation Page 213 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701 o Do you have any additional details about this existing vault (inside pics, depth, etc)? ■ See included photos showing the interior of the existing vault. • ATTACHMENTS: o Photos of the vault's interior. City of Fayetteville, AR Bid 25-23, Construction — Baxter 1 MG Ground Water Storage Tank Rehabilitation Page 313 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701 USG WATER SOLUTIONS uscl REFERENCE PACKET TABLE OF CONTENTS COMPANYPROFILE................................................................................................3 Company Ownership History.................................................................................................. 3 FinancialStability.................................................................................................................... 4 BANKING, BONDING & COMPANY PERSONNEL...........................................................5 BondingCompany.................................................................................................................. 5 BondingAgent........................................................................................................................ 5 Banking.................................................................................................................................. 5 Officers................................................................................................................................... 5 KeyPersonnel........................................................................................................................ 5 Employees.............................................................................................................................. 6 Inspectors............................................................................................................................... 6 WashoutCrews...................................................................................................................... 6 PaintingCrews....................................................................................................................... 6 Repair& Service Crews.......................................................................................................... 6 AssociatedEquipment............................................................................................................ 7 ServiceCenters...................................................................................................................... 7 InsuranceRequirements......................................................................................................... 7 Association for Materials Protection & Performance(AMPP).................................................. 8 SAFETY, HEALTH, & QUALITY ASSURANCE...............................................................9 USG Safety & Health Program............................................................................................... 9 SafeWork Planning...............................................................................................................10 Personal Protective Equipment..............................................................................................10 Environmental Health & Safety Training................................................................................10 Additional Safety Training......................................................................................................11 QualityAssurance.................................................................................................................11 ISO 9001:2015 Certification...................................................................................................12 TRADE REFERENCES............................................................................................13 CLIENTREFERENCES............................................................................................14 Tank Project References 2024..............................................................................................14 Tank Project References 2023..............................................................................................17 Tank Project References 2022..............................................................................................19 TankProject References 2021..............................................................................................22 Tank Project References 2020..............................................................................................25 Current Projects Under Construction.....................................................................................28 001 USG WATER - S.IUTMON - COMPANY PROFILE As the largest provider of tank asset maintenance programs for the potable water industry within the United States, Utility Service Group Water Solutions, LLC (USG) provides water and wastewater utility clients with specialized programs and valuable services in order to assist them with the suitable management of their critical assets. USG's goal is to provide the highest value of services possible to allow our many valued clients to invest both capital and operating funds for the maximum benefit of their critical water distribution system assets and to build a long-standing partnership —ultimately ensuring the successful maintenance of their critical water distribution system assets. From a contractual standpoint —we are still currently operating under the legal entity of Utility Service Co., Inc. Utility Service Co., Inc. served as our company name before changing to Utility Service Group Water Solutions, LLC. With major service centers strategically located across the United States to provide dependable and efficient response times to our valued clients, USG's local presence and highly qualified work crews deliver the high -quality results expected by our clients. Our team has extensive project experience and specialized knowledge of the characteristics and conditions associated with water distribution systems and infrastructure of the United States —ensuring that all water distribution system assets are both protected and maintained on an ongoing and consistent basis. Our background and experience with all tank asset styles and sizes allow us to comfortably complete complex and large water storage tank renovation projects. USG protects more than 8,000 assets nationally with full -service maintenance and asset management programs. These maintenance programs are on -going and center on establishing long-term partnerships with our clients —ultimately utilizing a consultative philosophy -based approach to identifying and solving any issues that may arise. Additionally, we have expanded both our capabilities and resources with the additional resources, advanced technologies, information systems, and strategic solutions that are necessary to address the current challenges facing water and wastewater utilities. Leveraging our extensive knowledge and experience, we are able to offer even greater innovative solutions to our clients. As part of our mission to address critical water resource and infrastructure challenges, we deliver innovative and advanced service solutions to minimize capital and operational expenses, improve water distribution system operations and performance, extend the useful life of our clients' critical water utility assets, and ultimately improve water quality. COMPANY OWNERSHIP HISTORY USG's presence within the United States dates back to the founding of its predecessor company in 1963. Since then, we have grown into one of the largest and most technologically advanced water solution providers in the United States. We were initially formed in 1991 and —in 2008—became a wholly -owned subsidiary of SUEZ North America Inc. In 2022, SUEZ North America Inc. became wholly -owned by Veolia North America. On December 31, 2022, Veolia signed an agreement with Turnspire Capital Partners (Turnspire) to 09, USG WATER - SOLUTIONS - acquire USG —which closed in February of 2023. Turnspire is a private investment firm focused on acquiring high -quality business that have reached strategic, operational, and financial inflection points and ultimately stand to benefit from a hands-on, operationally focused approach. USG and Turnspire both share a commitment to offer safe and sound solutions to our clients. Our multifaceted performance —combining the strengths of the organizations —is what will matter in the long run to successfully service our clients, meet all quality expectations, and establish a long-term partnership that will benefit our valued clients for many years to come. We are truly a world leader in smart, sustainable resource management, and we provide solutions that enable clients to optimize their critical resources and strengthen both environmental and economic performances in line with regulatory standards. FINANCIAL STABILITY With over 50 years of industry experience, USG has the financial strength and stability —as well as access to capital —that is required to successfully conduct the associated work. Also, we have never defaulted on a project —nor have we failed to complete a project. We have successfully worked with thousands of municipal and industrial water and wastewater utility clients on critical infrastructure issues —providing cost-effective solutions to our clients in order solve countless water quality and compliance issues. We have the capability to adequately address the need for overdue maintenance investment and all infrastructure renovations. Our creative programs and innovative pricing structures have allowed our clients to tackle significant water and wastewater infrastructure problems —while also minimizing the financial burden for their communities, customers, and taxpayers. 0� USG WATER S.I. T l.. S - BANKING, BONDING & COMPANY PERSONNEL USG —a C-Corporation—directly employs more than 470 professionals dedicated to managing and maintaining water storage tanks. Our collaborative teams include highly qualified experts with vast experience in asset management, project management, and technology development. BONDING COMPANY Travelers Casualty & Surety Company of America Bond & Financial Products One Tower Square, Hartford, CT 06183 BONDING AGENT Marsh & McLennan 825 Maryville Centre Drive, Suite 200 St. Louis, MO 63017 Contact: Blake Messer; (314) 594-2700 Bonding Capacity: >$40,000,000 BANKING Wells Fargo 2975 Regent Blvd, Irving, TX 75063 Contact: Ashley Soutor; (612) 573-9516 OFFICERS John Flaugher — President/ CEO Andrii Petruk — Treasurer Shane Albritton — Secretary KEY PERSONNEL Jonathan Cato — Chief Operating Officer David Forrester — Vice President Tank Services & Water Quality Rob Weaver — Vice President Environmental Health & Safety and QA/QC Apury Aggarwal — Director Estimating & Bid Department 0� USG WATER S.LUTl..S- EMPLOYEES • Number of direct employees: 471 ■ Number of Professional Engineers on staff: Six (6) ■ Number of Certified Welders on staff: 42 ■ Number of independent subcontractors: 96+ nationwide INSPECTORS ■ Number of NACE-Certified Inspectors on staff: 70+ ■ Number of SSPC-Certified Inspectors on staff: 48 ■ Average years of experience for an inspector: 15 years ■ Inspectors are NACE-certified, in-house employees WASHOUT CREWS ■ Number of washout crews: 30+ ■ Average number of people on a washout crew: Three (3) ■ Average years of experience for a washout crew member: Nine (9) years ■ Washout crew members are in-house employees PAINTING CREWS ■ Number of painting crews: 120+ ■ Average number of people on a painting crew: 4-5 (small jobs); 6-10 (large containment projects) ■ Average years of experience for a painting crew member: Five (5) years ■ Average years of experience for a foreman or subcontracting company owner: 15-20 years ■ Painting crew members are both in-house employees and independent subcontractors REPAIR & SERVICE CREWS ■ Number of repair/service crews: 30+ ■ Average number of people on a repair/service crew: Minimum of three (3) at all times ■ Average years of experience for a repair/service crew member: Ten (10) years ■ Repair/service crew members are both in-house employees and independent subcontractors 0� USG WATER S.I. T l.. S - ASSOCIATED EQUIPMENT On average, USG's specialized service centers perform more than 1,200 major water storage tank renovations on an annual basis —including approximately 100+ lead abatement projects. Both the scale and magnitude of certain water tank projects require significant resources, and the availability of vast equipment allows USG to complete any size project efficiently and with the high -quality results that are expected by our many valued clients. SERVICE CENTERS 40,000 CFM Dust Collection Ten (10) Titan Industrial Vacuum Systems Eight (8) T.E.P.E. Containment Systems 19 Decontamination Clean -Up Units Seven (7) 22 tons Bulk Abrasives Transport Trailers 40+ Rail Cars for Bulk Abrasives Transport Nine (9) Road Tractors 15 Service Trucks 100+ Steel Grit Blast Units Seven (7) Robotic Blast Units Five (5) All tank maintenance services will be conducted by personnel that is trained and qualified to perform all' "oo) maintenance, repairs, and painting &Idgawater. MA services —in accordance with the ®—� *RI """ project specifications. Lo NiIIe,CH• New Lenox, IL � NJ Muncie, IN 0 DE USG has 11 service centers strategically located throughout Pittsburg, KS Madison, NC the United States to serve clients on a timely basis. The locations of Ontario, CA Proctor, AR • USG's service centers include: Perry, GAO Arkansas, California, Florida, Georgia, Illinois, Indiana, Kansas, Cypress, TX • Fort Meade. FL Massachusetts, North Carolina, Ohio, and Texas. Our service center crews manage and maintain over 8,000 water distribution system assets for over 6,000 industrial and municipal clients nationwide. Our experienced teams include: 120+ paint crews, 30+ field service crews, 40+ certified welders, and other qualified support teams. INSURANCE REQUIREMENTS Both the magnitude and scope of a major renovation project —as well as the number of crews and staff —require a true necessity for considerable insurance resources. USG utilizes one (1) of the most reputable names in the insurance industry—AON. AON serves as the world's leading insurance broker and risk advisor. The USG insurance coverage policy limits are as follows: ■ General Liability = $2M per occurrence ■ General Aggregate = $4M per occurrence ■ Auto Liability = $2M each accident ■ Professional Liability = $2M per claim ■ Pollution Liability = $15M per claim ■ Workers' Compensation = statutory limit ➢ Higher -level insurance policy limits can be provided upon request. 0� USG WATER S.LUTIONs- ASSOCIATION FOR MATERIALS PROTECTION & PERFORMANCE AMPP The Association for Materials Protection and Performance (AMPP) is the world's leading organization focused on the protection of assets and performance of materials. The AMPP was created when the National Association of Corrosion Engineers (NACE) and Society for Protective Coatings (SSPC) united after more than 145 years of combined experience in corrosion control and protective coatings. The merger between NACE and SSPC was formed to create a unified voice for the corrosion control and protective coating industries. The AMPP combines the world's leading corrosion prevention and protective coatings organizations under one (1) umbrella. Today, the AMPP is active in more than 130 countries and has more than 40,000 members across the globe. The AMPP is headquartered within the United States —with offices in Houston, TX, and Pittsburgh, PA. Additional AMPP offices are located in China, Brazil, Malaysia, Saudi Arabia, and the United Kingdom —as well as a training center in Dubai. USG has more NACE-Certified Inspectors than any other water, wastewater, or tank company in the United States. 0� USG WATER S.I. T l.. S - SAFETY, HEALTH QUALITY ASSURANCE Workplace safety is a top priority for us, and we are committed to protecting all of our employees, clients, and contractors from danger and harm. Safety metrics are one (1) of the main ways we measure our success as a company. We continue to enhance safety processes —as well as training processes — and we take action every single day to protect the lives and health of all USG employees, subcontractors, and clients —as well as the populations among which we work. We ultimately aim to be a leader in safety, health, and quality assurance, and we continuously deploy ambitious action plans to fulfil this goal. The action plans deployed on our sites have enabled a continuous reduction of USG's accident frequency rate (AFR). Over the last ten (10) years, USG has experienced an exceptional reduction in regard to our AFR—as well as a significant decrease in the overall severity of accidents. We strive to continuously take action in regard to reducing this rate on a yearly basis. n GoIL= Ro USG shares this ambition for a strong health and safety culture with all of our suppliers, clients, and subcontractors —even beyond our own direct activities. Currently —as an active member of the Institute for an Industrial Safety Culture (ICSI)—USG participates in work -groups and helps to develop tools for other companies and public authorities that ultimately share the same ambition as USG to improve the health and safety culture across the entire organization. To create an integrated health and safety culture and attain our ultimate goal of "zero (0) serious and fatal accidents", we have initiated —and continue to deploy —a health and safety policy that is based on four (4) areas, including: 1. Control of Major Risks 2. Committed Managers for a Proactive Health & Safety Culture 3. Develop a Fair/Participative Health & Safety Culture 4. Training to Develop Health & Safety Behavior USG SAFETY & HEALTH PROGRAM The USG Safety & Health Program is a 300+ page printed document. It is a standard policy to protect USG employees, subcontractors, and clients with safe work practices. We manage all work in a safe, orderly, and effective manner. We also adhere to all OSHA confined space requirements. Any employee working inside a water storage tank —defined as a confined space by OSHA —is fully trained with these procedures and will abide by all applicable confined space regulations. We also adhere to all applicable OSHA confined space protocols and requirements fa USG WATER F-1 SOLUTIONS - pertaining to the monitoring of internal atmospheres. Prior to a crew member entering a confined space, the internal atmosphere is thoroughly tested using a calibrated direct -reading instrument that tests for the oxygen content, flammable gasses and vapors, and potential toxic contaminants in the air —in that specific order. It is a standard USG policy that no hazardous atmosphere is permitted in a space if an employee is inside that space. The USG crews also follow continuous forced air ventilation procedures by constantly monitoring the internal atmosphere in any confined space throughout the course of work. SAFE WORK PLANNING We utilize a formal hazard identification and analysis system —including both safe work plans and safe work planning processes —that engages all employees in systematically identifying routine and non -routine health and safety hazards. This process evaluates and prioritizes the potential risks of each task and provides recommendations on the means, methods, sequences, and controls that are required to prevent any potential safety hazards. In order for this process to be effective, the direct participation and collaboration of all USG supervisors and employees is required. PERSONAL PROTECTIVE EQUIPMENT Prior to the commencement of any work, we conduct a Personal Protective Equipment (PPE) Hazard Assessment. The hazard assessment is performed for all routine tasks —as well as any expected non -routine tasks. It identifies any potential hazards associated with these tasks and the required selection of the proper PPE. The major categories of PPE that appear on this hazard assessment include the head, hands, feet, face, eyes, ears, and body —as well as respiratory. The types of PPE that are available to our employees include a standard USG work uniform, a variety of different hard hats, safety glasses and goggles that include protective side shields on each side, face shields, gloves, safety footwear, full body harnesses, high -visibility vests, coveralls, personal flotation devices, and ventilation and hearing protection. USG employees are required to always wear their PPE and follow safety procedures when conducting any maintenance work or related services. ENVIRONMENTAL HEALTH & SAFETY TRAINING We manage an environmental health and safety (EH&S) training program with a separate, distinct plan that addresses the methods USG will utilize to: ■ Assess employee training needs ■ Evaluate and decide upon the most effective training methods ■ Schedule and host training ■ Maintain training records Training is mandatory for all field personnel, sales personnel, and management personnel. USG's formal, ongoing, and employee -specific EH&S training covers numerous topics on safety in regard to maintenance work and related services —including: ■ Lockout/Tagout ■ Hazard Communication ■ Confined Spaces ■ Electrical Safety ■ Chemical Spill Response ■ Defensive Driving 0� USG WATER S.LUTl..S- USG also utilizes a variety of other avenues to ensure that safety is constantly at the forefront of all employee practices, including: 1. Daily Safe Work Planning Sessions: Safe work planning takes place with Supervisors and includes discussions on both the task hazards and controls that are necessary to prevent injuries. 2. Weekly Staff Tailgate Training: We provide a 52-week Safety Tailgate Manual of pre-printed training materials that are used each week in our smaller departments and shift meetings. 3. New Employee Orientation & Training: This type of training is offered over the course of a new employee's first 90 days of employment with USG and prior to the new employee starting work. 4. Injury Alerts & Shared Lessons Learned: USG employees routinely receive injury alerts prompted by accidents or near -misses to immediately create an awareness amongst all personnel and avoid any future instances of accidents. ADDITIONAL SAFETY TRAINING We work in rather dangerous environments and recognize that safety is critical to both the success and well-being of USG employees. At USG, safety serves as the management team's top priority, and we have proven safety professionals that are dedicated to implementing our safety standards and practices. Mr. Robert Weaver— Vice President Environmental Health & Safety and QA/QC—has over 15 years of experience and oversees all environmental health, security, and safety operations. When necessary, we engage The Lovelace Group for any project consulting or assistance in the annual implementation of our comprehensive safety training program. It is a standard policy to protect our employees and clients with safe work practices —while also managing all materials in a safe, effective, and orderly manner. Any employee that is climbing or working on a tank is required to attend our 40-hour annual training program. UALITY ASSURANCE All work, surface preparations, and coatings applied are completed in accordance with: Manufacturer's Recommendations ■ Occupational Safety & Health Administration (OSHA) Regulations ■ American Water Works Association (AWWA) D100 & D102 Specifications ■ National Association of Corrosion Engineers (NACE) Standards ■ Society for Protective Coatings (SSPC) Standards ■ National Sanitation Foundation (NSF) Standard 61 Requirements P� American National Standards Institute (ANSI) Standard 61 Requirements Work will be completed in adherence with applicable federal and state OSHA, AWWA, NACE, SSPC, NSF, and ANSI standards —as well as all State rules and regulations pertaining to potable water storage tanks. 09, USG WATER - SOLUTIONS - ISO 9001:2015 CERTIFICATION Additionally, we are very proud to announce that we were awarded the ISO 9001:2015 Certification (Certificate No.: US014911) from Bureau Veritas. The certificate affirms that USG's operation and quality management systems adhere to the requirements set forth by the International Organization for Standardization (ISO). The ISO 9001:2015 Certification also validates that we take a systematic approach to managing operational processes and activities in order to consistently satisfy our clients' quality expectations —as well as all contractual requirements for the rehabilitation and maintenance services that we provide. Many organizations will get certified to this higher standard in order to demonstrate their ability to consistently provide products and services that meet client, statutory, and regulatory requirements. Implementing this type of Quality Management System (QMS) assists organizations in consistently meeting client requirements, enhancing client satisfaction, and meeting business objectives —while also addressing all risks and opportunities. The ISO 9001:2015 QMS standard is based on a variety of quality management principles, including: Client Focus, Leadership, the Engagement of People, Process Approach, Improvement, Evidence -based Decision Making, and Relationship Management. This ISO 9001:2015 Certification is granted by accredited certification bodies —or registrars —that will audit an organization at planned intervals to confirm conformance to the ISO 9001:2015 standard. This international standard specifies a collection of necessary requirements for an ISO 9001:2015 Certified QMS—which are contained within seven (7) clauses, including: 1. Context of the Organization r...,..L...... m...., F. ,,.a,. «....,., 2. Leadership 3. Planning 4. Support 5. Operation 6. Performance Evaluation I Lwl [ 7. Improvement`` 09, USG WATER - SOLUTIONS - i MI REFERENCES Utility Service Co., Inc. (USCI) works with the leading suppliers in the industry regularly. Below are our leading suppliers. Tnemec Co., Inc. Paint Supplier Dean Drehoff Atlanta, GA 770-242-9605 Sherwin Williams Paint Supplier Michael Usterbowski Chicago, IL 847-757-1836 Reed Minerals, Inc. Abrasive Supplier David Dewitt Memphis, TN 901-789-1573 Eagle Industries, Inc. Containment Systems Mark Coulon New Orleans, LA 800-266-8246 0� USG WATER SOLUTIONS - CLIENT REFERENCES Utility Service Co., Inc. (USCI) has completed over $800 million in water asset projects over the years. Our expertise in rehabilitation and maintenance extends the usable life of assets. Below are just a few of the bid projects we have completed over the years. TANK PROJECT REFERENCES 2024 Greenville, NC Project: Eastside Elevated Water Tank Rehabilitation Engineer: Highfill Infrastructure Engineering Description: 1,000,000 gallon FC HP; Exterior PW/2 coats; Containment; Repairs; Logo Contract Amount: $449,000 Completed: September 2024 Interior PW/SP7/Spot SP10/2 coats; Gosport, IN Project: Division III Waterworks Improvements: Painting of 150,000 Gallons Spheriodal Water Storage Tank # 8405494 Engineer: Curry & Associates, Inc- Lori Young- (317) 745- 6995 Description: 150,000-Gallon PIED; Exterior SP6/ 3 Coats; Interior Wet SP10/ 3 Coats; Interior Dry Spot SP11/3 Spot Coats; Typical Repairs Contract Amount: $191,400 Completed: July 2024 Fowler, IN Project: Water Utility Improvements "Division A Water Tower Rehabilitation" Engineer: Municipal -Civil Corporation- Ken Smith- (765) 427-4670 Description: 250,000- Gallon EST; Exterior SP6/ 3 Coats; Interior SP10/ 3 Coats; Typical repairs; Containment; Logos (2) Contract Amount: 394,600 Completed: June 2024 0� USG WATER SOLUTIONS- Keiser, AR Project: Water Storage Tank Rehabilitation Engineer: Civil Engineering Associates, LLC. - Lance Powell- (870) 972-5316 Description: 75,000-Gallon EST; Exterior SP6/3 coats (Hydroflon); Interior touchup of the areas we damage; Containment; Repairs; Passive mixing system; Repairs on treatment building Contract Amount: $102,382 Completed: June 2024 Handy Sanitary District, NC Project: Hwy 49 & Bryon Street 500,000 Gallon Water Storage Tanks Engineer: MBD Consulting Engineers — Charlie McGougan — (910) 915-8200 Description: Bryon - 500,000-Gallon SP; Exterior PW/3 coats; Interior SP10/3 coats; Repairs Hwy 49 - 500,000-Gallon GST; Exterior PW/3 coats; Interior SP10/3 coats; Repairs Contract Amount: $457,800 Completed: June 2024 Village of Philadelphia, NY Project: Contract No. 5 - Water Storage Tank Repainting Engineer: BCA Architects & Engineers — Bob Boliver — (315) 782-8130 Description: 500,000-Gallon fluted column hydropillar; Exterior SP6/3 coats; Interior wet SP10/2 coats (100% solids); Interior dry bowl SP10/3 coats; Interior dry spot SP11/2 coats; Containment; Repairs; Logos; Mixing system Contract Amount: $623,900 Completed: June 2024 Town of Fowler, IN Project: Water Utility Improvements "Division A Water Tower Rehabilitation" Engineer: Municipal -Civil Corporation- Ken Smith (765) 427-4670 Description: 250,000- Gallon EST; Exterior SP6/ 3 Coats; Interior SP10/ 3 Coats; Typical repairs; Containment; Logos (2) Contract Amount: $410, 400 Completed: May 2024 City of Keiser, AR Project: Water Storage Tank Rehabilitation Engineer: Civil Engineering Associates, LLC. - Lance Powell (870) 972-5316 Description: 75,000-Gallon EST; Exterior SP6/3 coats; Interior touchup; Containment; Typical repairs; Passive mixing system; Repairs on treatment building Contract Amount: $276,700 Completed: May 2024 City of Winnsboro, TX Project: Elevated Storage Tank Rehabilitation Engineer: KSA Engineers, Inc.- Brittney Smith (903) 236-7700 Description: 350,000-Gallon EST; No Exterior Work; Interior SP10/ 2 Coat (100% solids); Typical Repairs Contract Amount: $134,200 Completed: April 2024 09, USG WATER - SOLUTIONS - Greensboro, NC Project: 2023 Fall Protection System Improvements and Winola Court Rehabilitation Engineer: LJB, Inc- Ted Baker (336) 433-7308 Description: Winola Court- 1,500,000 Composite Hydropillar; Exterior PW/ SP11/ 2 Coats; Interior Wet SP7/ Spot SP10/ 2 Coats; Interior Dry Spot SP3/ Spot 2 Coat; Major Repairs; Containment Muirs Chapel Road- 500,000-Gallon EST; Touch up of coatings we damage on the exterior & interior; Safety Upgrades Contract Amount: $848,400 Completed: April 2024 Veolia North America, ID Project: Columbia WTP Clearwell Interior Painting Project Engineer: Brandon Miller (208) 358 0090 Description: 1.5MG GST; No exterior work; Interior SP10/ 3 Coats; Minimal repairs Contract Amount: $638,838 Completed: March 2024 Veolia North America, ID Project: Barber Tank Interior Painting Project Engineer: Brandon Miller (208) 358 0090 Description: 2MG GST; No exterior work; Interior SP10/ 3 Coats; Minimal repairs Contract Amount: $495,921 Completed: March 2024 City of Thibodaux, LA Project: North Canal Blvd/ MLK Water Tower Repainting Engineer: Process and Controls Engineering - Dan Foglesong (985) 635-1410 Description: 500,000-Gallon PED; Exterior PW/Spot SP3/ 2 coats; Interior Wet SP10/ 3 coats; Interior Dry SP10/ 2 coats; Typical repairs 1.01VIG EST; Exterior SP6/ 3 coats (Hydroflon); Interior SP10/ 3 coats; Containment; Typical repairs Contract Amount: $956,707 Completed: January 2024 001 USG WATER -SOLUTIONS- TANK PROJECT REFERENCES 2023 City of Rusk, TX Project: Rehabilitation of Water Storage Tanks Engineer: Schaumburg & Polk - Jeff Simmons/Cale Tucker Description: 100,000-Gallon EST; Exterior SP6/3 coats (Hydroflon); Interior SP10/2 coats (Series 22); Containment; Repairs; Mixing System; Dehumidification; Logo 200,000-Gallon EST; Exterior SP6/3 coats (Hydroflon); Interior SP10/2 coats (Series 22); Containment; Repairs; Dehumidification; Logo 500,000-Gallon GST; Exterior SP6/3 coats (Hydroflon); Interior SP10/2 coats (Series 22); Containment; Repairs; Mixing System; Dehumidification 300,000-Gallon Concrete Clearwell; Interior PW only; Repairs 250,000-Gallon Bolted GST; Exterior PW/3 coats (Hydroflon); Interior SP10/2 coats (Series 264); Repairs including roof replacement; Mixing System; Dehumidification Contract Amount: $1,791,600 Completed: December 2023 Western Virginia Water Authority, VA Project: Grandin Court WST#3 Engineer: Scott Agner (540) 283-2931 Description: 1 MG STP; Exterior SP6/ 3 Coats (Hydroflon); Interior SP10/ 3 Coats; Containment and typical repairs Contract Amount: $316,200 Completed: November 2023 Town of Hounsfield, NY Project: Water Storage Tank Repairs Engineer: Barton & Loguidice — Chelsea Brouty (315) 701 9810 Description: 125,000-Gallon PIED; Exterior PW/ 2 Coats; Interior SP10/ 2 Coats; Interior Dry PW/ Spot SP11/ 2 Coats; Typical repairs Contract Amount: $274,000 Completed: October 2023 Paragould Light & Water Commission, AR Project: Repair and Repainting of (2) Water Storage Tanks Engineer: Paragould Water and Cable Engineering Department Description: Tank 1-1,000,000-Gallon GST- Exterior SP6/3 Coats (Hydroflon); Interior SP10/2 Coats; Typical repairs; Containment Tank 2-250,000-Gallon EST- Exterior SP6/3 Coats (Hydroflon); Interior SP10/2 Coats; Typical repairs; Containment Contract Amount: $741,200 Completed: September 2023 0� USG WATER S.LUTI..S- Greenville Utilities Commission, NC Project: Southside Elevated Water Tank Rehabilitation Engineer: Highfill Infrastructure Engineering - Jeremy Allen, PE (919) 481-4342 Description: 1.5MG Fluted HP; Exterior PW/2 coats; Interior Wet SP7/ spot SP10/ 2 coats; Interior Dry spot touch up; Containment; Typical repairs Contract Amount: $489,080 Completed: September 2023 Marion Municipal Water Department, IA Project: Well 4 GST Repair & Recoating Engineer: Veenstra & Kimm - Dave Schechinger, P.E. (319) 466-1000 Description: 1 MG GST; Exterior SP6/3 Coats (Hydroflon); Interior SP10/3 Coats; Typical repairs Contract Amount: $338,100 Completed July 2023 City of Sumter, SC Project: Lafayette Drive Elevated Tank Project Engineer: Owner- Bert Beatson (803) 305-7219 Description: 500,000-Gallon EST: Exterior PW; Interior SP10/3 Coats; Repairs Contract Amount: $117,400 Completed: June 2023 City of Manning, SC Project: Elevated Water Storage Tank Improvements Engineer: Hybrid Engineering, Inc.- Doug Clary (803) 407-0472 Description: 300,000-Gallon EST; Exterior SP6/3 Coats; Interior SP10/3 Coats; Containment; Repairs Contract Amount: $562,600 Completed: May 2023 Sweetwater Utilities Board, TN Project: East Tank Refurbishments Engineer: W. K. Dickson & Company - Cain Reed (865) 270-3310 Description: 200,000-Gallon GST; Exterior SP10/3 coats (Hydroflon); Interior SP10/3 coats; Containment; Repairs Contract Amount: $185,600 Completed: March 2023 Western Virginia Water Authority, VA Project: Washington Heights Water Tank Rehab Engineer: Scott Agner (540) 283-2931 Description: 500,000-Gallon EST; Exterior SP6/3 Coats; Interior SP10/3 Coats; Containment; Typical repairs Contract Amount: $455,400 Completed: March 2023 00 USG WATER -SOLUTIONS- Town of Cleveland, NC Project: Roseman Tank Rehabilitation Engineer: McGill Associates — Noah Green (828) 328-2024 Description: 200,000-Gallon EST; Exterior PW/ SP3/ 2 Coats; Interior SP10/ 3 Coats; Typical repairs Contract Amount: $224,470 Completed: February 2023 City of Mount Vernon, GA Project: Lothair Elevated Water Tank Rehabilitation Engineer: Turnipseed Engineers - John McClellan (706) 863-8800 Description: 300,000-Gallon EST; Exterior PW/2 coats; Interior SP10/2 coats; Repairs; Logo Contract Amount: $123,100 Completed: February 2023 North Garland County, AR Project: Cleaning and Painting Water Storage Tank No. 7 & Modifications to Other Tanks Engineer: Michael Bolin & Associates, Inc. — Michael Bolin (501) 776-2692 Description: 200,000-Gallon STP; Exterior PW/ SP3/2 Coats; Interior SP10/2 Coats (Series 141); Typical repairs and mixer Contract Amount: $198,800 Completed: January 2023 Subiaco Abbey, AR Project: Repaint Tin Hat Water Storage Tank Engineer: Crafton Tull & Associates - Loy Claunch (479) 968-1885 Description: 50,000-Gallon open back lattice leg EST; Exterior PW/2 coats; Interior SP10/3 coats; Repairs; Logo; Mixing System Contract Amount: $192,300 Completed: January 2023 TANK PROJECT REFERENCES 2022 City of Bismarck, ND Project: 43rd Avenue Tank Rehabilitation Engineer: Bartlett & West - Larry Kirschmann (888) 200-6464 Description: 1.OMG PED; Exterior SP6/3 coats (Hydroflon); Interior Wet SP10/3 coats (FC22); Interior Dry SP6/3 coats; Containment; Repairs; Cathodic Protection; Electrical; Logo Contract Amount: $757,100 Completed: December 2022 City of Crawfordsville, AR Project: Painting 100,000 Gallon Water Tank Engineer: Bond Consulting Engineers East - Jerome Alford (870) 739-2228 Description: 100,000-Gallon EST; Exterior PW/2 coats; Interior SP10/2 coats (Series 141); Repairs; Mixing System Contract Amount: $142,900 Completed: December 2022 0� USG WATER S.I. T l.. S - City of Mount Vernon, GA Project: Lothair Elevated Water Tank Rehabilitation Engineer: Turnipseed Engineers - John McClellan (706) 863-8800 Description: 300,000-Gallon EST; Exterior PW/2 coats; Interior SP10/2 coats; Repairs; Logo Contract Amount: $123,100 Completed: November 2022 Town of Boone, NC Project: Gladys Water Tank Painting Engineer: McGill Associates — Cyndi Sherwood (828) 252-0575 Description: 2.OMG GST; Exterior PW/ SP3/3 Coats (Hydroflon); Interior SP10/3 Coats; Typical repairs Contract Amount: $396,600 Completed: November 2022 St Anthony Water Corporation, IN Project: Rehabilitation and Repainting of the Dubois Co. 4-H Park Existing 200,000 Gallon EST Engineer: Midwestern Engineers — Ed Peters (812) 295-2800 Description: 200,000-gallon EST; Exterior PW/3 coats; Interior SP10/2 coats; Repairs; Logos Contract Amount: $135,200 Completed: October 2022 Veolia Water, NJ Project: Bald Eagle Village Welded Standpipe Engineer: Hannah Giacomin, PE (201) 250-5075 Description: 320,000-Gallon GST; Exterior SP6/3 Coats; Interior SP10/2 Coats (100% Solids); Containment and typical repairs Contract Amount: $682,900 Completed: October 2022 City of Washington, KS Project: Water System Improvements - Tower Painting Engineer: BG Consultants - Brian Foster (785) 537-7448 Description: 250,000-Gallon PED; Exterior SP6/3 coats (Hydroflon); Interior Wet SP10/3 coats; Interior Dry Spot SP3/1 coat; Containment; Repairs; Logos Contract Amount: $244,838 Completed: August 2022 Bull Swamp Rural Water Company, SC Project: Repair and Repainting Bull Swamp Waters Ferry Tank Engineer: AECOM - Nathan Ward (803) 254-4400 Description: 200,000-Gallon EST; Exterior PW/SP6/3 coats (Hydroflon); coats; Containment; Repairs Contract Amount: $400,000 Completed: August 2022 Interior PW/SP10/3 001 USG WATER -S.LUIMON - Town of Lyme, NY Project: Three Mile Bay Water Storage Tank Exterior Repainting Engineer: BCA Architects & Engineers — McKenzie Lehman PE (315) 782-8130 x 273 Description: 125,000-Gallon PED; Exterior SP6/3 Coats; Touch up of interior areas damaged during project; Containment and minimal repairs Contract Value: $241,500 Completed: August 2022 City of Raymondville, TX Project: Rehabilitation of Three Potable Water Elevated Storage Tank Engineer: Guzman & Munoz Engineering — Luther Medina (956) 565-4637 x 413 Description: High School Tank - 200,000-Gallon EST; Exterior SP6/3 Coats; Interior SP10/2 Coats (100% Solids); Containment & typical repairs Prison Tank - 150,000-Gallon EST; Exterior SP6/3 Coats; Interior SP10/2 Coats (100% Solids); Containment & typical repairs Little League Tank - 200,000-Gallon PED; Exterior SP6/3 Coats; Interior Wet SP10/2 Coats (100% Solids); Interior Dry SP10/2 Coats (100% Solids); Containment & typical repairs Contract Value: $1,169,720 Completed: August 2022 City of Pittsburg, KS Project: North Tower Blast & Paint Engineer: Olsson - Jerry Jesky, P.E. (417) 885-1746 Description: 750,000-Gallon EST; Exterior PW/2 Coats; Interior SP10/3 Coats; Typical repairs Contract Amount: $303,000 Completed: August 2022 Fork Township Sanitary District, NC Project: WTP EST Painting Engineer: McDavid Associates, Inc. — David Gurley III, P.E. (919) 736-7630 Description: 500,000-Gallon EST; Interior Wet SP10/3 Coats; Exterior SP6/3 Coats (Hydroflon); Containment; Typical repairs Contract Amount: $407,400 Completed: June 2022 City of Warrenton, MO Project: Water Tank Painting Owner: Brant Johnson (636) 456-3535 Description: 400,000-Gallon EST; Exterior SP6/3 Coats (Hydroflon); Interior SP10/3 Coats; Containment Contract Amount: $367,700 Completed: June 2022 Fork Township Sanitary District, NC Project: WTP Elevated Storage Tank Painting Engineer: McDavid Associates, Inc. — David Gurley III, P.E. (919) 736-7630 Description: 500,000-Gallon EST; Exterior SP6/4 Coats (Hydroflon); Interior SP10/3 Coats; Containment and typical repairs Contract Amount: $407,400 Completed: June 2022 09, USG WATER - SOLUTIONS - City of Ambrose, GA Project: Renovation of Elevated Water Tank Engineer: Statewide Engineering, Inc. - Mark Dill (912) 384-7723 Description: 100,000-Gallon EST; Exterior SP6/3 Coats, Interior SP10/3 Coats; Containment; Typical repairs Contracted Amount: $382,800 Completed: March 2022 City of Jersey Village, TX Project: Rehabilitation of Elevated Storage Tanks Engineer: Roel Garcia (713) 466-2158 Description: Congo Lane Tank - 500,000-Gallon PIED; Exterior touch up; Dry Partial SP6/2 Coats; Typical repairs Interior Wet SP10/3 Coats; Interior Jersey Tower - 250,000-Gallon EST; Exterior touch up; Interior SP10/3 Coats; Typical repairs Contracted Amount: $214,200 Completed: March 2022 City of Sumter, SC Project: Alice Drive Elevated Tank Project Owner: Bert Beatson (803) 305-7219 Description: 500,000-Gallon EST; Exterior PW Only; Contracted Amount: $100,500 Completed: January 2022 TANK PROJECT REFERENCES 2021 Interior Wet SP10/3 coats; Minimal repairs Town of Summit, MS Project: Thomas Street 250,000 Gallon Elevated Storage Tank Rehabilitation Engineer: Dungan Engineering — Josh Davis (601) 823-7026 Description: 200,000-Gallon EST; Interior SP10/3 coats; Exterior SP6/3 coats; Containment; Typical Repairs Contracted Amount: $298,200 Completed: December 2021 Cabot Waterworks, AR Project: Tank Painting and Rehab 80,000 Gallon Standpipe & 500,000 Gallon Elevated Tank Engineer: Tim Joyner (510) 843-4654 Description: 80,000-Gallon STP; Exterior SP6/3 coats; Interior SP10/3 coats; Containment; Repairs 500,000-Gallon EST; Exterior SP6/3 coats (Hydroflon); Interior SP10/3 coats; Containment; Repairs Contract Amount: $509,600 Completed: December 2021 0� USG WATER S.I. T l.. S - North Carolina Department of Public Safety Project: Water Tank Restoration Hyde Correctional Institute Engineer: S&ME — Scott Hancock (336) 553-1231 Description: 125,000-Gallon EST; Interior SP10/3 coats; Exterior PW/SP6/3 coats; Containment; Typical Repairs Contract Amount: $294,639.22 Completed: November 2021 Town of Summit, MS Project: Thomas Street 250,000 Gallon Elevated Storage Tank Rehabilitation Engineer: Dungan Engineering — Josh Davis (601) 823-7026 Description: 200,000-Gallon EST; Interior SP10/3 coats; Exterior SP6/3 coats; Containment; Typical Repairs Contracted Amount: $298,200 Completed: December 2021 Cabot Waterworks, AR Project: Tank Painting and Rehab 80,000 Gallon Standpipe & 500,000 Gallon Elevated Tank Engineer: Tim Joyner (510) 843-4654 Description: 80,000-Gallon STP; Exterior SP6/3 coats; Interior SP10/3 coats; Containment; Repairs 500,000-Gallon EST; Exterior SP6/3 coats (Hydroflon); Interior SP10/3 coats; Containment; Repairs Contract Amount: $509,600 Completed: December 2021 North Carolina Department of Public Safety Project: Water Tank Restoration Hyde Correctional Institute Engineer: S&ME — Scott Hancock (336) 553-1231 Description: 125,000-Gallon EST; Interior SP10/3 coats; Exterior PW/SP6/3 coats; Containment; Typical Repairs Contract Amount: $294,639.22 Completed: November 2021 City of Hallettsville, TX Project: Rhodes 250,000 Gallon Elevated Tank Repaint Project Engineer: TRC Engineers, Inc. — Sean Cook (512) 329-6080 Description: 250,000-Gallon EST; Interior Wet SP10/2 Coats; Exterior SP6/2 Coats; Typical repairs Contract Amount: $97,800 Completed: October 2021 Dinwiddie County, VA Project: 500,000 Gallon EST Racetrack Tank Rehabilitation Engineer: Arcadis — Kris Edelman (804) 665-1076 Description: 500,000-Gallon EST, Exterior SP6/4 Coats (Hydroflon); Interior Wet SP10/3 Coats (Series N140), 2A Containment, Graphic Logo, Repairs Contracted Amount: $451,200.00 Completed: September 2021 001 USG WATER -SOLUTIONS- Macon Municipal, MO Project: Repainting of the North 1 MG Elevated Water Storage Tank Engineer: Benton & Associates, Inc. — Joshua Stewart, P.E. (660) 665-3575 Description: 1.OMG EST, Interior Wet SP10/3 Coats, Interior Dry PW/2 Spot Coats, Repairs, Contracted Amount: $395,100.00 Completed: August 2021 City of Caraway, AR Project: Painting 150,000 Gallon Water Tank Engineer: Bond Consulting Engineers East, Inc. — Jerome Alford (870) 739-2228 Description: 150,000-Gallon EST; Interior Wet SP10 /2 Coats; Exterior PW /2 Coats; Typical repairs Contract Amount: $126,800 Completed: August 2021 Fork Township Sanitary District, NC Project: Barnes School EST Painting Engineer: McDavid Associates, Inc. — David Gurley III, P.E. (919) 736-7630 Description: 500,000-Gallon EST; Interior Wet SP10/3 Coats; Exterior SP6/3 Coats (Hydroflon); Containment and typical repairs Contract Amount: $403,800 Completed: June 2021 Fork Township Sanitary District, NC Project: New Hope and Barnes School EST Painting Engineer: McDavid Associates, Inc. — David Gurley III, P.E. (919) 736-7630 Description: 200,000-Gallon EST; Interior Wet SP10/3 Coats; Exterior SP6/3 Coats (Hydroflon); Containment and typical repairs Contract Amount: $323,000 Completed: June 2021 City of Rock Hill, SC Project: Lesslie Elevated Water Tank Rehabilitation Engineer: Wiedeman and Singleton, Inc. — Mark Scherger (803) 329-2944 Description: 1.OMG Composite Hydropillar; Interior Wet SP10/3 coats; Exterior Bowl PW/3 coats (Hydroflon); Exterior Concrete Pedestal PW Only; Repairs Contract Amount: $351,800 Completed: June 2021 Georgia Public Safety Training Center, GA Project: Campus Water Tower Renovation Project Engineer: Jessica Sherman (478) 993-4662 Description: 100,000-Gallon EST; Interior Wet SP7/Spot SP10/2 coats; repairs; Cathodic Protection 500,000-Gallon EST; Interior Wet SP7/Spot SP10/2 coats; repairs; Cathodic Protection Contract Amount: $243,300 Completed: June 2021 09, USG WATER m - SOLUTIONS - Chesterfield County, VA Project: Physic Hill Tank Rehabilitation Engineer: Whitman Requardt & Associates, LLP. — Christopher Briggs, P.E. (804) 272-8700 Description: 2.01VIG Fluted Hydropillar; Interior Wet SP10/3 Coats; Interior Dry Partial SP10/3 Coats Exterior SP6/3 Coats (Hydroflon); Containment and typical repairs Contract Amount: $1,329,703 Completed: June 2021 City of Eustis, FL Project: Rehabilitation and Repainting of 3 Potable Water Storage Tanks Engineer: Tracey Jeanes (352) 483-5475 Description: 100,000-Gallon GST; Exterior Overcoat/2 coats; Interior Wet SP10/3 coats; Typical repairs 250,000-Gallon Concrete GST; Interior SP6/3 coats; repairs 100,000-Gallon EST; Exterior Overcoat/2 coats; Interior Wet SP10/3 coats; Typical repairs Contract Amount: $184,400 Completed: May 2021 Aqua North Carolina, Inc. Project: Macon Road Tank Rehabilitation Engineer: Mumford-Bjorkman Associates, Inc. — Mike Catts (302) 322-2000 Description: 300,000-Gallon EST; Interior SP10/2 Coats (100% solids); Exterior PW/SP11/2 Coats; Typical repairs Contract Amount: $209,300 Completed: February 2021 TANK PROJECT REFERENCES 2020 City of Denmark, SC Project: Elevated Storage Tank Rehabilitation Engineer: Hussey Gay Bell — Gene Pierce, P.E. (803) 799-0444 Description: 100,000-Gallon EST; Interior Wet SP10/3 Coats; Exterior SP6/3 Coats; Containment; Typical repairs 250,000-Gallon EST; Interior Washout; Minor Repairs Contract Amount: $254,800 Completed: December 2020 Union County, NC Project: Stallings Existing Elevated Tank No. 2 Refurbishment Engineer: W.K. Dickson — Jake Berkshire P.E. (704) 334-5348 Description: 500,000-Gallon Fluted Hydropillar; Interior Wet SP10/3 Coats; Exterior Overcoat/3 Coats (HydroFlon); Typical Repairs Contract Amount: $322,300 Completed: December 2020 0� USG WATER S.IUTI..S- Village of Sebring, OH Project: West Texas Avenue Tank Rehabilitation Project Engineer: W.E. Quicksall and Associates, Inc. — Matt Miller (330) 339-6676 Description: 500,000-Gallon STP; Exterior SP10/3 coats (Hydroflon); Interior SP10/2 coats (100% solids); Containment; Repairs 1 MG Concrete GST; Exterior SP13/3 coats; Interior SP13/2 coats; Repairs Contract Amount: $829,600 Completed: December 2020 Dennis Water District, MA Project: Cleaning and Painting 6MG Steel Water Storage Standpipe Engineer: Resilient Civil Engineering - Kristen Berger (508) 726-2458 Description: 6.OMG STP; Exterior Overcoat/2 coats; Interior Floor SP10/2 coats & Touch -Up Contract Amount: $598,100 Completed: December 2020 Red River County Water Supply, TX Project: Avery Water Tower Rehabilitation Engineer: Shawn Napier — (903) 732-6307 Description: 100,000-Gallon EST; Exterior Overcoat/2 coats; Interior Wet SP10/2 coats; Repairs Contract Amount: $100,800 Completed: December 2020 Aqua North Carolina, Inc. Project: Six Forks Tank Rehabilitation Engineer: Mumford-Bjorkman Associates, Inc. — Mike Catts (302) 322-2000 Description: 250,000-Gallon EST; Interior SP10/2 Coats (100% solids); Exterior SP6/3 Coats; Containment; Typical repairs Contract Amount: $415,700 Completed: October 2020 Town of Boone, NC Project: Upper Junaluska Tank Painting Engineer: McGill Associates — J. Meliski (828) 252-0575 Description: 200,000-Gallon GST; Interior SP10/3 Coats; Exterior PW/Overcoat; Typical repairs Contract Amount: $146,300 Completed: October 2020 City of Crockett, TX Project: East Side & Southwest Elevated Storage Tank Rehabilitation Engineer: KSA — Jeremy Orr, P.E. (936) 637-6061 Description: 500,000-Gallon PED; Exterior SP6/3 coats; Interior wet SP10/2 coats; Interior dry SP10/2 coats; Containment; Typical repairs 500,000-Gallon PED; Exterior SP6/3 coats; Interior wet SP10/2 coats; Interior dry SP10/2 coats; Containment; Typical repairs Contract Amount: $590,515 Completed: May 2020 09, USG WATER 1b - SOLUTIONS - Town of Boone, NC Project: Gladys Water Tank Painting Engineer: McGill Associates — J. Meliski (828) 252-0575 Description: 190,000-Gallon GST; Interior SP10/3 Coats; Contract Amount: $156,600 Completed: May 2020 Exterior PW/Overcoat; Typical repairs City of Archdale, NC Project: 750,000 Gallon Hydropillar Water Tank Rehabilitation Engineer: S&ME — Timothy Greene 336-288-7180 Description: 750,000-Gallon Composite Hydropillar; Exterior PW/Overcoat; Interior Wet SP10/3 Coats; Interior Dry Spot touch up; Minimal repairs Contract Amount: $171,400 Completed: April 2020 Darlington County Water & Sewer Authority, SC Project: Sally Hill & Buck Reynolds Road Tank Improvements Engineer: Davis & Brown — Glenn Kirven (843) 319-2476 Description: Buck Reynolds 500,000-Gallon EST; Interior SP10/3 Coats; Exterior PW/Overcoat; Typical repairs Sally Hill 200,000-Gallon EST; Interior SP10/3 Coats; Exterior PW/Overcoat; Typical repairs Contract Amount: $349,000 Completed: January 2020 City of Woonsocket, RI Rehabilitation of Mount St. Charles No.1, Mount St. Charles No. 5, Diamond Hill and Rhodes Ave. Steel Water Storage Tanks Engineer: C&E Engineering Partners, Inc. - Tom Nicholson (401) 762-1711 Description: 440,000-Gallon STP; Exterior Touch-Up/Chemical Clean & Interior Touch -Up 750,000-Gallon Fluted Hydropillar; Exterior Touch-Up/Chemical Clean & Interior Touch -Up 750,000-Gallon EST; Exterior PW & Touch-Up/Chemical Clean & Interior Touch -Up 750,000-Gallon Fluted Hydropillar; Exterior PW/ Touch -Up/ Chemical Clean & Interior Touch-up Contract Amount: $751,200 Completed: January 2020 09, USG WATER - SOLUTIONS - CURRENT PROJECTS UNDER CONSTRUCTION City of Spartanburg, SC Project: Water Storage Tank Maintenance Improvements Engineer: Wiedeman and Singleton, Inc.- Mark Scherger (803) 329-2944 Description: Boiling Springs Elevated Tank- 300,000-Gallon EST; Exterior PW; Interior SP10/ 2 coats; Typical repairs Boiling Springs Ground Tank- 3,000,000-Gallon GST; Exterior PW and roof SP11/ 3 Coats; Interior PW; Typical repairs Cowpens Elevated Tank- 1,000,000-Gallon Composite HP; No exterior work; Interior compression ring & painters' rail SP10/ 2 coats; Minimal repairs Granite St. Elevated Tank- 100,000-Gallon EST; No exterior work; Interior PW; Minimal repairs Hwy 292 Elevated Tank- 500,000-Gallon EST; No exterior work; Interior PW; Minimal repairs Hwy 9 Elevated Tank- 1,000,000-Gallon EST; No exterior work; Interior PW; Typical repairs Landrum Ground Tank- 500,000-Gallon GST; Exterior roof SP11/ 3 Coats; Interior PW; Typical repairs New Cut Road Tank- 400,000-Gallon EST; Exterior PW; Interior SP10/ 2 coats; Typical Repairs Contract Amount: $497,900 Garden City Park Water District, NY Project: Rehabilitation of the 1 MG Denton Avenue Elevated Storage Tank Engineer: H2M Architects — James Neri (6531) 756-8000 Description: 1 MG EST; Exterior SP6/3 Coats; Interior SP10/2 Coats (100% solids); Containment and numerous typical repairs Contract Amount: $3,885,625 Town of Gosport, IN Project: Division III Waterworks Improvements: Painting of 150,000 Gallons Spheriodal Water Storage Tank # 8405494 Engineer: Curry & Associates, Inc- Lori Young (317)745-6995 Description: 150,000-Gallon PED; Exterior SP6/ 3 Coats; Interior Wet SP10/ 3 Coats Interior Dry Spot SP11/3 Spot Coats; Typical Repairs Contract Amount:191,400 Salem Water Users Association, AR Project: Congo Road Water Storage Tank Maintenance Engineer: GarNat Engineering — Vernon Williams — (501)408-4650 Description: 500,000 gallon SP; Exterior PW/2 coats (Series 1074); Interior SP10/2 coats (Series 21); Repairs; Logos; Mixing system Contract Amount: $175,600 Handy Sanitary District, NC Project: Hwy 49 & Bryon Street 500,000 Gallon Water Storage Tanks Engineer: MBD Consulting Engineers Description: Bryon - 500,000-Gallon SP; Exterior PW/3 coats; Interior SP10/3 coats; Repairs Hwy 49 - 500,000-Gallon GST; Exterior PW/3 coats; Interior SP10/3 coats; Repairs Contract Amount: $457,800 0� USG WATER S.LUTI..S- Village of Philadelphia, NY Project: Contract No. 5 - Water Storage Tank Repainting Engineer: BCA Architects & Engineers Description: 500,000-Gallon fluted column hydropillar; Exterior SP6/3 coats; Interior wet SP10/2 coats (100% solids); Interior dry bowl SP10/3 coats; Interior dry spot SP11/2 coats; Containment; Repairs; Logos; Mixing system Contract Amount: $623,900 Buzzards Bay Water District, MA Project: Hydropillar Tank Rehabilitation and Overcoat Engineer: Haley Ward - Myles Killar, PE (978) 648-6025 Description: 1 MG Fluted Hydropillar; Exterior PW/ 2 Coats (Hydroflon); Interior wet & dry spot Touch up; Typical repairs Contract Amount: Sarasota Co., FL Project: North Elevated Water Tower Engineer: Owner - Valerie Craig (941) 861-0756 Description: 2MG Fluted Hydropillar; Interior SP7/ 1 Typical repairs Contract Amount: $230,600 Coat; Exterior & interior dry touch up; 09, USG WATER - SOLUTIONS - Baxter 1 MG Ground Water Storage Tank Rehabilitation Fayetteville, Arkansas SECTION 00 43 13 - BID BOND KNOW ALL MEN BY THESE PRESENTS: that we Utility Service Co., Inc 535 Courtney Hodges Blvd. Perry, GA 31069 as Principal, hereinafter called the Principal, and Travelers Casualty and Surety Company of America One Tower Souare Hartford, CT 06183 Olsson Project 024-02141 a corporation duly organized under the laws of the State of Connecticut hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 as Obligee, hereinafter called Owner, in the sum of Five Percent of Amount Bid as Surety, Dollars ($ 5% of Amount Bid ), for the payment of which sum, well and truly to be made, Principal and said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has submitted a Bid for: CONSTRUCTION — BAXTER 1 MG GROUND WATER STORAGE TANK REHABILITATION NOW, THEREFORE, if the Owner shall accept the Bid of Principal and the Principal shall enter into a Contract with the Owner in accordance with the terms of such Bid, and give such Bond or Bonds as may be specified in the Bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of Principal to enter such Contract and give such Bond or Bonds, if the Principal shall pay to the Owner the difference not to exceed the penalty hereof between the amount specified in said Bid and such larger amount for which the Owner may in good faith contract with another party to perform the Work covered by said Bid, then this obligation shall be null and void, otherwise to remain in full force and effect. October 1, 2024 00 43 13 - 1 BID BOND 100% Construction Documents Baxter 1 MG Ground Water Storage Tank Rehabilitation Fayetteville, Arkansas Signed and sealed this 12th day of February PRINCIPAL Utility Service Co., Inc. By (Signature) David Pollard, Director of Bid Dept. (Type or print) SURETY Travelers Casualty and Surety Company of America By (Signature Andrew P. ttorney-in-Fact (Type or print) ATTORNEY -IN -FACT By (Signature) J. Shane Albritton, Secretary (Type or print) 2025 Olsson Project 024-02141 (CORPORATE SEAL) SEAL (CORPORATE SEAL) This Bond shall be accompanied with Attorney-in-Fact's authority from Surety END OF SECTION 00 43 13 October 1, 2024 00 43 13 - 2 BID BOND 100% Construction Documents State of Missouri County of St. Louis On 2/12/2025 , before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared Andrew P. Thome known to me to be Attorney -in -Fact of Travelers Casualty and Surety Company of America the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year stated in this certificate above. (D-2� Ashley Miller, Notary Public ASHLEY MILLER T .'ublic - Notary Seal ATE OF tAISSOURI St. Louis County ssion Expires: Dec. 21, 2025 My Commission Expires:mission # 13556557 Travelers Casualty and Surety Company of America �► Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint ANDREW P THOME of CHESTERFIELD , Missouri , their true and lawful Attorney(s)-in-Fact 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 21st day of April, 2021. �}16�URfjy g,P TY ANp6 �y 43- HAfYrFO rc HARTFORA, CpQNMt Y� CONM. te�aa$ CONN. o� State of Connecticut City of Hartford ss. By: Robert L. Rane , enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. NOTAFIV My Commission expires the 30th day of June, 2026 1 U5,1 Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: 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, recognizance, 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 President, 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 officers 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 E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this day of y��5U8eTycq ep�TY ApOs �� � naaTF6ro,1 � :" HaaTFOFm, ,�" �rcuxc �a s Kevin E. Hughes, Assi tant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above -named Attorney(s)-in-Fact and the details of the bond to which this Power ofAttorney is attached. USG WATER SOLUTIONS - SECRETARY'S CERTIFICATE OF UTILITY SERVICE CO., INC. I, J. Shane Albritton, as Secretary of Utility Service Co., Inc., do hereby certify that the following Resolution was duly proposed, adopted, and resolved, during a meeting of the Board of Directors of Utility Service Co., Inc. on the 17th day of June, 2024: BE IT RESOLVED that David Pollard is hereby authorized and empowered by the Board of Directors as of June 17, 2024, to execute any and all contracts with a value of $1,000,000 or less on behalf of Utility Service Co., Inc. So executed on the 17th day of June, 2024. Sworn before me on this 17th day of June, 2024. ary blic J. S ne Albritton \`���`���C.1ce co [Corporate Seal] tray PU� =SMITHHiaM Com. 19, 2025 Utility Service Co. Inc. 535 Courtney Hodges Blvd • P O Box 1350 • Perry, GA 31069 (800) 223-3695 1 usgwater.com