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