Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Instituform Technologies USA, LLC
smart FedEx carbon -neutral envelope shipping can (i) to til 61PP L =13 1),A4, a3/02/Z01 & r ooPwt Align top of FedEx Express° shipping label here. Envelope JEN 111k. — 0 t0 J Cl)cnCs1 CC CV ▪ V, W to • e z 1-0 LLwUj o�oaWLL -FCo 0M 40Egaab'lJEr964 J ~ J Q 0 W H C CO W aIli Ca� 00 M I V V ICI0 F— 1,401/1=ILtttLtr W o gaVE PO Co = _ Q ; - ' '''IaQ:i I E4- -'i' .- - Ce WM— N - - o Q N_ m a MIMI l r ,from0lli 1 Irnpn# (s)laciel moA luPd - Ateueyy aigs x3Pa3 0 L lOZ/LZ/Z termot - PROPOSAL FOR FY 2017 CIP PIPELINING PHASE IIIA CITY CONTRACT NO. 919 ADDENDA: 1 BID DATE: MARCH 2, 2017 @ 1:00 P.M. 4 , 1 c nU 1 r� 600 /! '%E" soy: �: ��:n..S "- Iflsituform Technologies' USA, LLC 17988 Edison Avenue • Chesterfield Missouri 63005 BID BOND ENCLOSED CITY CLERK/CITY HALL CITY OF WATERLOO 715 MULBERRY STREET WATERLOO, IA 50703 Waterloo IA 2017 CIP Lining Phase IIIA bidding 3/2/2017 (quotes due by 9am 2/28/2017) Fax & Email Log Company Name Name Phone Number Fax Address City_ State Zip Email Address Emailed Request Read Email Quote Submitte d Notes - MBEIWBFJ - DBE Function Carter Electric Derrick Carter 319-232-9808 725 Adams Street Waterloo IA 50703 MBE Electrical Contractor Culpepper Electric Martin Culpepper 319-235-0885 319-236-8177 1731 Cottage Grove Avenue Waterloo IA 50707 fax sent 2/17/2017- successful MBE Electrical contractor Daniels Horne Improvement Sammy Daniels 319-961-1659 339 Albany Street Waterloo IA 50703 MBE ConcretefiatworkPoured walls, footings, demo D.C. Corporation Terry Philips 319-493-2542 319-236-0515 426 Beech Street Waterloo IA 50703 fax sent 211 712 0 1 7- disconnected line MBE Commericallresidental demo, concrete, driveway, general construction Greer's Works Willie Greer 319-233-4701 2003 Plainview Street Waterloo IA 50703 _ MBE Driveways, sidewalks, carpentry, roofing, general construction Old Greer's Works David L. Greer Sr. 319-233-2150 2309 Springview Street Waterloo IA 50707 MBE Roofing & General construction Quick Construction Leroy Harrington 319-215-4166 217 Bates Street Waterloo IA 50703 MBE Alltypes ofconcrete fiatworkand general construction D&D Construction Darrell E. Caldwell Sr. 319-961-4208 1124 West Donald Street Waterloo IA 50703 MBE Roofing & General construction E. Castro Roofing Emillio Castro 319-2155683 702 Riehl Street Waterloo IA 50701 MBE Roofing, siding, general construction Atlas Painting, Inc. 319-232-9164 911 Sycamore Street Waterloo IA 50704 WBE Commercial Paint and Industrial paining Watco Construction, Inc. Patricia J. Kimball 319-233-7481 2920 Texas Street Waterloo IA 50702 patwatco/3)msn.corri 2/17/2017 resent reminder email 2124 WBE storm sewer,inlets, drain file, water main, sanitary sewer, intake Pefemlan & Haes Carpet One Carol Reese 319-233-6131 319-233-6133 4003 University Waterloo IA 50701 JR11486@cfu-net 2/17/2017 resent reminder email 2/24 WBE Floor covering Love's Enterprise David Love 319-2333260 835 West Fifth Street Waterloo IA 50704 MBE Concrel pevingrasphelt, driveways, sidewalks, trucking Anne Duffield Construction, Inc. Anne Duffield 319-364-6474 319.364-3938 1825 E Avenue NW Cedar Rapids IA 52405 duffield6(Srmsn.com 2/17/2017 resent reminder email 2/24 WBE concretefasphatt, culvert pipe, erosion, excavation, fencing, traffic Arcadian Engineering, LLC Karin A., Kee 319130-6007 1330 295th Street NW Oxford IA _ 52322 karin.arcadiant6 mail.com 2/17/2017 resent reminder email 2/24 WBE engineering consulting,watersewerline,design,madway,wetland Curtis Contrating Corp, Paula Kelley 319-848-5710 319-848-5715 5806 Ely Road SW Cedar Rapids IA 52404 pkelleviBsouthslope.net 2/17/2017 resent reminder email 2/24 WBE concrete paving work, storm sewer/intakes DeLong Construction, Inc. Dana DeLong-Patterson 319-653-3334 319-653-3351 1320 N 8th Avenue Washington IA 52353 ddpattersoneiowatelecom.net 2/17/2017 2/24/2017 resent reminder email 2/24 WBE concrete, cu [vett pipe,nowable motar,grading,paving,potymer grid,stomJsewer I&A Construction, LLP Alejandro Fries 712-301-7234 1007 Court Street Sioux City IA 51102 iandaconstruction20130gmail.com 2/17/2017 resent reminder email 2124 MBE bridge approaches, catch basins,curbrguenr,concretestonn sewer intakes MPS Engineers Umesh G. Shetye 515-221-9832 515-222-2625 1444 Illinois Street Des Moines IA 50314 jodv.rouse(Simosengineers.com 2/17/2017 2/17/2017 resent reminder email 2/24 MBE concrete,waterrsewer,demo,shegrading ,erosion control,tmcking Rupert Construction Co Matthew Rupert 402-397-2320 402-397-2493 2212 N 91st Plaza Omaha NE 68134 stefferi8ruoertconst.com 2/17/2017 resent reminder email 2/24 MBE ashphat,bridge,concrete,culvertpipe,demo,excevation,fievablemotar owa DOTwebite owa DOTwebite owa DOTwebite owa DOTwebite owa DOTwebite owa DOTwebite owa DOT webite BID BOND Insituform Technologies USA, LLC KNOW ALL MEN BY THESE PRESENTS, that we, 17988 Edison Avenue, Chesterfield, MO 63005 as Principal, and Travelers Casualty and Surety Company of America, One Tower Square, Hartford, CT 06183 as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum Five Percent of the Amount Bid Dollars ($ 5% of the Amount Bid ) lawful money of the United States, for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid dated the 2 day of March ,20 17 , for . FY 2017 CIP Pipelini,ngyhase IJIA. City Contract No. 919 AECOM 460504645 NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided in the specifications or by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or execute such contract; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of them as are corporations, have caused their corporate seals to be hereto affixed and these pres- ents to be signed by their proper officers this 2 day of March , A.D. 20 17 ifiege./i4/1 Le./.114 M Jetary i' Witness 71 1 ey AsSIsta • � t" Witness Debra A. Woodard, Witness BID BOND AECOM 60504645 Insituform Technologies USA, LLE Pfincip,al / By. (Seal) (Title) Jana Lause, Contracting & Attesting Officer Travelers Casualty and Surety Company of America (Seal) Surety Attortley n fact Andrea McCarthy, Attorney -in -Fact CONTRACT NO. 919 BB -1 OF 2 BID BOND AECOM 60504645 THIS PAGE LEFT BLANK INTENTIONALLY CONTRACT NO. 919 56-2 OF 2 State of Missouri County of St. Louis On 03/02/2017 before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared Andrea McCarthy 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 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 abov My Commission Expires 360212-6-66 DEBRA A. WOODARD Notary Public - Notary Seal STATE OF MISSOURI St. Louis County My Commission Expires: Nov. 2, 2018 Commission # 14419287 Debra A. Woodard Notary Public TPAVEL' ERS J Attorney -In Fact No. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 231637 St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 007093218 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Andrew P. Thome, Dana A. Johnessee, Peter J. Mohs, Debra A. Woodard, Barbara Buchhold, Michael D. Wiedemeier, Amanda L. Williams, Georgina Fink, and Andrea McCarthy of the City of Chesterfield , State of Missouri , their true and lawful Attorneys) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 5th day of January 2017 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company State of Connecticut City of Hartford ss. St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company J 11"717.........c;\.., " i s �} f N.••rn MAO' PO ". 4: al _ "'C m I�i�pPPORgrf,n,n' 4;SEJ1L-.o1 ': :SHA L, .t:! a v: �D • v. a fSNAH <5...'. �a By: Robert L. Raney, Senior Vice President On this the 5th day of January 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021. 58440-5-16 Printed in U.S.A. \.04/14.0, l: . Marie C. Tetreault, Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, 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 Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hm nd affixed the seals of sa. d Companies this 2 day of March Kevin E. Hughes, Assistant Sec tary 20 17. To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelershond.com. Please refer to the Attorney -In -Fact number, the above-named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Revised Per Addendum No. 1 - 2/24/2017 FORM OF BID OR PROPOSAL FY 2017 CIP PIPELINING PHASE IIIA CITY OF WATERLOO, IOWA CITY CONTRACT NO. 919 Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the State of Delaware , a Partnership consisting of the following partners: N/A having familiarized (himself) (themselves) (itself) with the existing conditions on the project area affecting the cost of the work, and with all the contract documents listed in the Table of Contents and Addenda (if any), as prepared by the City Engineer of the City of Waterloo now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete this FY 2017 CIP PIPELINING PHASE IIIA, CITY CONTRACT NO. 919, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: FY 2017 CIP PIPELINING PHASE IIIA CITY OF WATERLOO, IOWA CITY CONTRACT NO. 919 Item Description Unit Estimated Quantiles Unit Price Total Amount 1 8 -Inch Diameter CIP Pipe Lining LF 12,740.0 $ Li . 70 $ 3IY, 478.00 2 10 -Inch Diameter CIP Pipe Lining LF 2,665.0 $ 3,2.. 7o $ 87, 114 S..50 3 12 -Inch Diameter CIP Pipe Lining LF 2,630.0 $ 3o.6o $ $o, y7s'.o0 4 18 -Inch Diameter CIP Pipe Lining LF 281.0 $ 56 , go $ IS 940. 'o 5 21 -Inch Diameter CIP Pipe Lining LF 326.0 $ 65-. Go $ VI, 3e5, Lo 6 24 -Inch Diameter CIP Pipe Lining LF 706.0 $ go, 4-0 $ 4 3, 1T13 , bo 7 36 -Inch Diameter CIP Pipe Lining LF 766.0 $ 139, yo $ 10 6, ??C). yc> 8 Pipe Televising - 8" LF 25,480.0 $ 1.20 $ 3o, .5 76 .06 9 Pipe Televising - 10" LF 5,330.0 $ 1 . 3 0 $ 6, 5.2/.00 10 Pipe Televising - 12" LF 5,260.0 $ /.140 $ 7, 3L 9.00 11 Pipe Televising - 18" LF 562.0 $ j , 9 0 $ I, o 4,'2 , go 12 Pipe Televising - 21" LF 652.0 $ .7. Co $ I, G 30 . oo 13 Pipe Televising - 24" LF 1,412.0 $ y, 10 $ s 9 30. 110 14 Pipe Televising - 36" LF 1,532.0 $ Y. G o $ 7, o ti 7 .,. o 15 Pipe Cleaning - 8" LF 12,740.0 $ j. ov $ p,"71/0. 00 16 Pipe Cleaning - 10" LF 2,665.0 $ / . oo $ <2 , G,41-. o 0 17 Pipe Cleaning - 12" LF 2,630.0 $ 1 .0o $ ‘2, 4. 30.00 18 Pipe Cleaning - 18" LF 281.0 $ 1 .0 o $ a el. co 19 Pipe Cleaning - 21" LF 326.0 $ 1.00 $ 3 a G _ 00 20 Pipe Cleaning - 24" LF 706.0 $ 1. o 0 $ 7 o 4. Po 21 Pipe Cleaning - 36" LF 766.0 $ 1. o o $ 76.6.0c> FORM OF BID AECOM 60504645 CONTRACT NO. 919 BF -1 OF 4 Revised Per Addendum No. 1 - 2/24/2017 Item Description Unit Estimated Quantiles Unit Price Total Amount 22 Type C Root Removal - 8"-10" LF 1,154.0 $ S,30 $ 3, L y A . Ora 23 Type C Root Removal - 12" LF 196.0 $ - , ' o $ i y `f • go 24 Type C Root Removal - 18"-24" LF 98.0 $ S. Go $ S"4 S'. go 25 Type C Root Removal - 36" LF 57.0 $ , , 70 $ 3 ft . 1 0 26 Lateral Reinstatement EA 368.0 $ -20 .7o $ 2 6, O l ? . L O 27 3 -FT Lateral Grouting EA 368.0 $ 351.5-2 $ ii-!f,Ylc, 00 28 Manhole Inspection EA 649.0 $ go,go $ 24,, Li 71 . ao 29 Internal Chimney Seal EA 391.0 $ 307. to $ 121:),2)1.4.t 30 Manhole Barrel Joint Leak Repair EA 257.0 $ Lig-Lop $ t J5-, 1 S4 . oa 31 Manhole Lining EA 211.0 $ Vo.ao $ II 3,06-,.v 32 Grout Work EA 78.0 $ 1-117. oo $ 37i 9 v., , 00 33 Miscellaneous Manhole Work LS 1.0 $ 413 002.70 $ 413, 0L2. .')o 34 DWG 36 - MH 08-09-05 — Wet WeII LS 1.0 $ 3,o)s-, 90 $ 3, (2 7s-, 9a TOTAL BID $ 11L/n., 55-2, ao 2. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after "Notice to Proceed" is issued. 4. Security in the sum of Five percent of amount bid Dollars ($ 5% of amt bi)t in the form of a bid bond , is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. 6. Attached hereto is a Resident Bidder Certification ( ) or Non -Resident Bidder Certification ( X ). (Mark one.) 7. The bidder is prepared to submit a financial and experience statement upon request. 8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. 9. The bidder has received the following Addendum or Addenda: Addendum No. 1 Date 02/24/2017 FORM OF BID AECOM 60504645 CONTRACT NO. 919 BF -2 OF 4 Revised Per Addendum No. 1 - 2/24/2017 10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre-bid Contact Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. 11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 12. The bidder has attached all applicable forms. 13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a contract due to budgetary limitations. Insituform Technologies USA, LLC March 2, 2017 BY: (Name of B)dd(Date) _i101Vl0(/ Offic(I Address: (Including Zip Code): 17988 Edison Avenue Title Jana Lause, Contracting & Attesting Officer Chesterfield, MO 63005 I.R.S. No. FORM OF BID AECOM 60504645 43-1319597 CONTRACT NO. 919 BF -3 OF 4 Mayor QUENTIN M. HART COUNCIL MEMBERS TOM POWERS Ward 1 BRUCE JACOBS Ward 2 CITY OF WATERLOO, IOWA WATERLOO ENGINEERING DEPARTMENT 715 Mulberry St. • Waterloo, IA 50703 • (319) 291-4312 Fax (319) 291-4262 ERIC THORSON, P.E. • City Engineer INFORMATION NEEDED FOR IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE CONTRACTOR NAME: Insituform Technologies USA, LLC ADDRESS: 17988 Edison Avenue Chesterfield, MO 63005 (Check One) PRIME: X SUBCONTRACTOR: PATRICK MORRISSEY Ward 3 FEDERAL ID#: 43-1319597 W JEROME PROJECT NAME: FY 2017 CEP Pipelining Phase IIIA AMOS, JR. Ward 4 919 PROJECT CONTRACT NO.: RON WELPER Ward 5 TOM LIND At -Large STEVEN SCHMITT At -Large SALES TAX EXEMPTION AECOM 60504645 DESCRIPTION OF WORK: ❑ Brickwork ❑ Carpentry ❑ Concrete ❑ Drywall -Plaster -Insulation ❑ Electrical ❑ Excavation/Grading ❑ Flooring ❑ Heavy Construction ❑ Heating -Ventilating -Air Cond. ❑ Landscaping ❑ Painting ❑ Paving ❑ Plumbing ❑ Roofing -Siding -Sheet Metal ❑ Windows ❑ Wrecking -Demolition ❑ Other (Please Specify) Sewer pipe rehabilitation - CIPP WE'RE WORKING FOR YOU! An Equal Opportunity/Affirmative Action Employer CONTRACT NO. 919 Page STE-1 OF 2 SALES TAX EXEMPTION AECOM 60504645 THIS PAGE LEFT BLANK INTENTIONALLY CONTRACT NO. 919 Page STE-2 OF 2 State of NON -COLLUSION AFFIDAVIT OF PRIME BIDDER MISSOURI County of ST. LOUIS } )ss Jana Lause , being first duly sworn, deposes and says that: Contracting & Attesting Officer Insituform Technologies USA, LLC 1. He is (Owner, Partner, Officer, Representative, or Agent) , of , the Bidder that has submitted the attached Bid; He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or pa ies in inter9st, inoiuiing this affiant. (Signed) Jana Luse, Contracting & Attesting Officer Subscribed and sworn to before me this My commission expires /0. /40• f 9 2 Title day of March ,2017 `,,111// • • NOTARY' �9sCF M\SS' WHITTNEY SCHULTE My Commission Expires October 16, 2017 St Louis County Commission N13538104 NON -COLLUSION CONTRACT NO. 919 NCA -1 OF 2 AECOM 60504645 NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR State of ) ) ss: County of ) being first duly sworn, deposes and says that: 1. He is (Owner, Partner, Officer, Representative, or Agent) , of hereinafter referred to as the "Subcontractor;" 2. He is fully informed respecting the preparation and contents of the subcontractor's proposal submitted by the subcontractor to contract pertaining to the project in (City or County and State) 3. Such subcontractor's proposal is genuine and is not a collusive or sham proposal; 4. Neither the subcontractor nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived, or agreed, directly or indirectly, with any other bidder, firm or person to submit a collusive or sham proposal in connection with such contract or to refrain from submitting a proposal in connection with such contract, or has in any manner, directly or indirectly, sought by unlawful agreement or connivance with any other bidder, firm or person to fix the price or prices in said subcontractor's proposal, or to fix any overhead, profit or cost element of the price of prices in said subcontractor's proposal, or to secure through collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the proposed contract; and 5. The price or prices quoted in the subcontractor's proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) Title Subscribed and sworn to before me this day of , 20 . Title My commission expires NON -COLLUSION CONTRACT NO. 919 NCA -2 OF 2 AECOM 60504645 EQUAL OPPORTUNITY CLAUSE (As provided in Executive Order No. 11246) All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City and value of said business equals or exceeds ten thousand dollars ($10,000.00) annually agree as follows: 1. The contractors, subcontractor, vendor and supplier of goods and services will not discriminate against any employee or applicant for employment because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap, political opinions or affiliations. The contractor, subcontractor, vendor and supplier will develop an Affirmative Action program to ensure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, sex, national origin, religion, economic status, age, mental or physical disability, political opinions or affiliations. Such actions shall include but not be limited to the following: a. Employment b. Upgrading c. Demotion or Transfer d. Recruitment and Advertising e. Layoff or Termination f. Rates of Pay or Other Forms of Compensation g. Selection for Training Including Apprenticeship 2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations or advertisements for employees, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, sex, national origin, religion, economic status, age, mental or physical disabilities, political opinion or affiliations. 3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative will send to each labor union or representative of workers which he/she has a collective bargaining agreement or other contract or understanding, a notice advising said labor union or workers' representative of the contractor's commitment under this section. 4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all published rules, regulations, directives, and order of the City of Waterloo Affirmative Action Program Contract Compliance Provisions. 5. The contractor, subcontractor, vendor and supplier of goods and services will furnish and file compliance reports within such time and upon such forms as provided by the Affirmative Action Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of each subcontractor as well as the contractor himself/herself and said contractor, subcontractor, vendor and supplier will permit access to his/her employment books, records and accounts to the City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this contract and with rules and regulations of the City's Affirmative Action Program—Contract Compliance Provisions relative to Resolution No. 24664. 6. In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules, regulations and orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further contracts in accordance with procedures authorized by the City Council. 7. The contractor, subcontractor, vendor and supplier of goods and services will include, or incorporate by reference, the provisions of the non-discrimination clause in every contract, EQUAL OPPORTUNITY CLAUSE AECOM 60504645 CONTRACT NO. 919 EOC-1 of 2 subcontract or purchase order unless exempted by the rules, regulations or orders of the City's Affirmative Action Program, and will provide in every subcontract, or purchase order that said provisions will be binding upon each contractor, subcontractor, or supplier. 8. We, the undersigned, recognize that we are morally and legally committed to non-discrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race, creed, color, sex, national origin, economic status, age, mental or physical disabilities. EQUAL OPPORTUNITY CLAUSE AECOM 60504645 (Signed (Appropriate Official) Jana Lause, Contracting & Attesting Officer (Title) March 2, 2017 (Date) CONTRACT NO. 919 EOC-2 of 2 TITLE VI CIVIL RIGHTS During the performance of this contract, the contractor (for itself), its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: 1. Compliance with Regulations: The contractor shall comply with the Regulations relative to non- discrimination in Federally assisted programs of the DOT Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, national origin, sex, age, or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts, Including Procurement of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to non-discrimination on the grounds of race, color, national origin, sex, age, or disability. 4. Information and Reports: The contractor shall provide all information and reports required by the Regulations or directives issued pursuant there to, and shall allow access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Contracting Authority, the Iowa DOT, or FHWA to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the contractor shall so certify to the Contracting Authority, the Iowa DOT, or the FHWA as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the Contracting Authority, the Iowa DOT, or the FHWA shall impose such contract sanctions as they may determine to be appropriate, including, but not limited to: a. Withholding of payments to the contractor under the contract until the contractor complies, and/or b. Cancellation, termination, or suspension of the contract, in whole or in part. 6. Incorporation of Provisions: The contractor shall include the provisions of paragraphs (1) through (6) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the Contracting Authority, the Iowa DOT, or the FHWA may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, that, in the event of a contractor becomes involved in, or it threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the Contracting Authority or the Iowa DOT to enter into such litigation to protect the interests of the Contracting Authority or the Iowa DOT; and, in addition, the contractor may request the United States to enter into such litigation to protect the interest of the United States. TITLE VI CIVIL RIGHTS AECOM 60504645 CONTRACT NO. 919 CR -1 OF 2 TITLE VI CIVIL RIGHTS AECOM 60504645 THIS PAGE LEFT BLANK INTENTIONALLY CONTRACT NO. 919 CR -2 OF 2 RESIDENT/NON-RESIDENT BIDDER RESIDENT BIDDER: In accordance with Section 73A.21 of the Iowa Code, all non -federal -aid public improvement projects, which include road construction, shall be performed by a qualified resident bidder. The resident bidder has been further defined as follows: Resident Bidder: A person or entity authorized to transact business in this state and having a business for at least three years prior to the date of the first advertisement for the public improvement. If another state or foreign country has a more stringent definition of a resident bidder, the more stringent definition is applicable as to bidders from that state or foreign country. The contractor shall provide the City with a certification that he is a qualified resident bidder according to the above definition. The Certification shall be submitted with the contractor's bid. A copy of the form of "Resident Bidder Certification" is included in the Contract Documents. If it is determined that the contractor does not meet this qualification after he begins work, a shutdown notice shall be issued and the voiding of the contract shall begin unless the contractor becomes qualified. NON-RESIDENT BIDDER: The contractor shall provide the City with a certification that he is a non-resident bidder according to the above definition. The Certification shall be submitted with the contractor's bid. A copy of the form of "Non -Resident Bidder Certification" is included in the Contract Documents. DJG 01/02/12 RESIDENT BIDDER AECOM 60504645 CONTRACT NO. 919 RH-1 OF 4 CONTRACT NO: PROJECT NAME: DATE OF LETTING: N/A RESIDENT BIDDER CERTIFICATION To be a qualified resident bidder, the bidder shall be a person or entity authorized to transact business in this state and having a business for at least three years prior to the date of the first advertisement for the public improvement. If another state or foreign country has a more stringent definition of a resident bidder, the more stringent definition is applicable as to bidders from that state or foreign country. This qualification as resident bidder shall be maintained by the contractor and his subcontractors at the work site until this project is completed. I hereby certify that I am a resident bidder as defined above. COMPANY NAME CORPORATE OFFICER TITLE DATE RESIDENT BIDDER AECOM 60504645 CONTRACT NO. 919 RB -2 OF 4 NON-RESIDENT BIDDER CERTIFICATION CONTRACT NO.: 919 PROJECT NAME: FY2017 CTP Pipe Lining Phase IIIA DATE OF LETTING: March 2, 2017 I hereby certify that I am an Iowa non-resident bidder. COMPANY NAME: CORPORATE OFFICER: TITLE: DATE: Insituform Technol9gie�SA, LLC Jana Lause, Corltracting & Attesting Officer March 2, 2017 STATE/COUNTRY OF RESIDENCY: Missouri Stated below are the preference(s) to resident bidders in the state/country of Missouri (Preference to bidders, labor force, or other preferential treatment to bidders or laborers, etc. RESIDENT BIDDER AECOM 60504645 CONTRACT NO. 919 RB -3 OF 4 RESIDENT BIDDER AECOM 60504645 THIS PAGE LEFT BLANK INTENTIONALLY CONTRACT NO. 919 RB -4 OF 4 Yes Contracts for Job or Service Performance Veterans Preference for the Blind Scope of Preference & Conditions Statute 34.070 -- Reciprocal law applies to all commodities and tangible personal property manufactured, mined, produced, processed, or grown within the State of Missouri, to all new generation processing entities defined in Section 348.432, RSMo, except new generation processing entities that own or operate a renewable fuel production facility or that produce renewable fuel, and to companies doing business as Missouri firms, corporations or individuals, when quality is equal or better and delivered price is the same or less. Such preference may be given whenever competing bids, in their entirety, are comparable. "Commodities" shall include any agricultural product that has been processed or otherwise had value added to it in this state. The preference is not applied to public works or product transportation where bid is less than $5,000.00, nor is it applied for bids with Department of Transportation when Federal funds are involved. Vendor need not claim preference. Statute 34.073.1 -- In awarding contracts for the performance of any job or services, preference shall be given to companies doing business as Missouri firms, corporations or individuals or which maintain Missouri offices or places of business, when the quality of performance promised is equal or better and the price quoted is same or less, or whenever competing bids, in their entirety, are comparable. In awarding contracts for the performance of any job or service, all agencies, departments, institutions, and other entities of this state and of each political subdivision of this state shall give a three point bonus preference to service -disabled veteran businesses. The goal is not required and the provisions of this subsection shall not apply if there are no (or insufficient) bids or proposals submitted to the public entities listed above. Statute 34.165 When making purchases for the State, its governmental agencies or political subdivisions, the commissioner of administration shall give bidding preference consisting of a ten point bonus on bids for products and services manufactured, produced or assembled in qualified nonprofit organizations for the blind. Revised February 2003 CONTRACTOR'S OR SUBCONTRACTOR'S AFFIRMATIVE ACTION PROGRAM Check box that applies to party completing program: ( ( x) General Contractor ) Subcontractor Section A to be completed by GENERAL CONTRACTORS only: A. Name of Company Insituform Technologies USA, LLC Address of Company 17988 Edison Avenue, Chesterfield MO Telephone Number ( 636 ) 530-8000 Zip 63005 Federal ID Number (if no Federal ID Number, Owner/President's Social Security Number) 43-1319597 Name of Project FY 2017 CIP Pipelining Phase IIIA Project Contract Number 919 Estimated Construction Work Dates / Start Finish Section B to be completed by SUBCONTRACTORS only: l//A ^Co B. Name of General or Prime Contractor Name of Subcontractor q`c'" v n swami cis neva.-Z IgoT-�S:k�... Tvnolo�;�s VSA, LLC. (2.X1.4- A- R Zna� (-ra n.a R.-'110 t -v; ro01.,-qc-4-•l Subcontractor's Address 5c-& Finn 4 £ �• ZJ 2 S 15R Subcontractor's Telephone Number ( ) Sec, S2 F Docs Zip Subcontractor's Federal ID Number (if no Federal ID Number Owner/President's Social Security Number) Name of Equal Employment Officer C. Remainder of program to be completed by party completing program, either Prime or Subcontractor. -1 - The Owners and/or Principals of your company: Name See Attached Ethnic Address Position Sex Origin 2. Other Areas of Interest: If your company has branches or subsidiaries, or if your company is a branch or subsidiary of a parent organization, give the following information: Name Type of Address Affiliation Degree Insituform Technologies, LLC 17988 Edison Avenue, Chesterfield, MO 63005 Parent Aegion Corporation 11 11 Ultimate Parent II. EMPLOYER'S POLICY (Please read carefully.) A. We, the undersigned, recognize that we are morally and legally committed to nondiscrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap. B. The employment policies and practices of the undersigned are to recruit and hire employees without discrimination, and to treat them equally with respect to compensation and opportunities for advancement, including training, upgrading, promotion, and transfer. However, we realize the inequities associated with employment training, upgrading, contracting and subcontracting for minorities and women and we will direct our efforts to correcting any deficiencies to the maximum extent possible. The same will be required of our SUBCONTRACTORS and suppliers. C. We submit this program to assure compliance with Executive Order 11246, as amended, and other subsequent orders that may pertain to equal employment opportunity and merit employment policies, fully realizing that our qualification and/or merit system should be evaluated and revised, if necessary. D. We agree to put forth the maximum effort to achieve full employment and utilization of capabilities and productivity of all our citizens without regard to race, creed, color, sex, national origin, economic status, age, and mental or physical handicap. E Insitufonn Technologies USA, LLC will give training (Name of Company) insitufonn Technologies, LLC is a subsidiary ofAegion Corporation Insituform Technologies, LCC INSITUFORM TECHNOLOGIES USA, LLC BOARD OF MANAGERS AND OFFICERS Current as of September 1 , 2016 Board of Managers Charles R. Gordon Member, Board of Managers David A. Martin Member, Board of Managers David F. Morris Member, Board of Managers OFFICERS Frank Firsching President David F. Morris Executive Vice President, Chief Administrative Officer and Secretary David A. Martin Executive Vice President Stephen Callahan Senior Vice President Kenneth L. Young Senior Vice President and Treasurer Mark A. Menghini Senior Vice President and Assistant Secretary Robert Moorhead Senior Vice President - Sales Ralph Western Senior Vice President - Manufacturing Daniel P. Schoenekase Vice President, General Counsel and Assistant Secretary Heidi Wilkinson Vice President- Human Resources Dennis Pivin Vice President - Safety Dawn Landmann Vice President — Taxation Larry Mangels Vice President and Chief Financial Officer Chuck Delaney Vice President - Operations K Douglas Thomas Vice President Lynn Osborn Vice President Kent Bartholomew Assistant Secretary Laurie Andreski Contracting/Attesting Officer Debra Jasper Contracting/Attesting Officer Jana Lause Contracting/Attesting Officer Diane Partridge Contracting/Attesting Officer Whittney Schulte Contracting/Attesting Officer Ursula Youngblood Contracting/Attesting Officer Business Address for Officers and Board of Managers: 17988 Edison Avenue Chesterfield, MO 63005 and employment opportunities to local residents of Waterloo, Iowa, to the greatest extent feasible. III. AFFIRMATIVE ACTION A. Insituform Technologies USA, LLC recognizes that the (Name of Company) effective application of a policy of merit employment involves more than just a policy statement, and Insitufonn Technologies USA, LLC (Name of Company) will, therefore, re-evaluate our Affirmative Action Program to ensure that equal employment opportunities are available on the basis of individual merit, and to actively encourage minorities, women and local residents to seek employment with our company on this basis. B. Insitufoim Technologies USA, LLC will undertake the (Name of Company) following six (6) steps to improve our Affirmative Action Program: 1. Minority Recruitment and Employment; 2. Local Recruitment and Employment; 3. Disabled Veteran and Vietnam Era Veteran Recruitment and Employment; 4. Handicapped Recruitment and Employment; 5. Female Recruitment and Employment; and 6. Training, Upgrading and Promotional Opportunities. C Insituform Technologies USA, LLC will take (Name of Company) whatever steps are necessary to ensure that our total work force has adequate minority, female, and local representation. We will utilize the following methods in our recruitment attempts: D. 1. Local advertising media (newspapers, radio, TV); 2. Community organizations (churches, clubs, schools); 3. Public and private institutions in the area (UNI, Hawkeye Community College); 4. Job Service of Iowa; and 5. Other. Insituform Technologies USA, LLC will seek qualified minority, (Name of Company) female, and local group applicants for all job categories and will make asserted efforts to increase minority, female and group representation in occupations at the higher levels or skill and responsibility. E. All sources of employment used shall be aware that we are an Equal Employment Opportunity Employer. Labor organizations representing our employees will be notified of our Equal Employment Opportunity Policy and Affirmative Action Program. F. Training, upgrading, promotion and transfer activities at all levels will be monitored to ensure that full consideration has been given to qualified minority, female, and local group employees. G. Insituform Technologies USA, LLC will encourage other (Name of Company) companies with whom we are associated and/or do business, to do the same and we will assist them in their efforts. H. Insituform Technologies USA, LLC has taken the following (Name of Company) Affirmative Action to ensure that minority, female, local contractors and/or suppliers were provided opportunities to negotiate and/or bid on this project: (if none, write "NONE"/wt. ),,`` r 5,,,_ / - �t a G G� t?...G 62 --, •.(3 e 1. Ca -n Co, rw c --4,-.71 -s IN D4 -..t:4-1\ 2. No.,-- /.)0 2,s/0,--..s.c. I. As a result of the above efforts, we have involved minority, female, and local contractors and/or suppliers in the following areas of subcontracting: (if none, write "NONE") 1. Aio'e- pio 2e -s po•,- SaN 2. J. Insituform Technologies USA, LLC will require approved (Name of Company) Affirmative Action Programs from all nonexempt contractors who propose to work on this project and will take whatever steps are necessary to ensure that non - minority contractors have adequate representation of minority, female and local persons in their total work force. K. In further accordance with rules and guidelines issued pursuant to Executive Order 11246 as amended, we establish the goals for our company, based on parity percentages supplied by the City, and we realize these goals will be reviewed on an annual basis. L. Insituform Technologies USA, LLC will keep records of (Name of Company) specific actions relative to recruitment, employment, training, upgrading and promotion and will provide the City of Waterloo with any information relative to same, including activities of our SUBCONTRACTORS and suppliers as necessary or when requested. M. Parity figures for companies located in Waterloo are as follows: N. Minority Parity = .08 (8%) Insituform Technologies USA, LLC Affirmative Action (Name of Company) -4 - Employment Goals: The definition of Affirmative Action Goals is as follows: "Goals may not be rigid and inflexible quotas which must be met, but must be targets, reasonably attainable by means of applying every good faith effort to make all aspects of the entire Affirmative Action Program work." For the year 201_, please submit percentage targets for employing minorities and women. If you already have reached your target for hiring minorities and women, please submit that percentage. *Goals for Minorities: ** % **Goals are set based on the Goals for Women: ** % requirements of each specific project. *Your affirmative action goals should be between 1% and 10% or more for minorities and 1°/0 and 5% or more for women. Please be advised that the goals or targets are purely your estimation of how many women and minorities your company can reasonably expect to hire in 201 . Note, that none of the goals are rigid or inflexible. They are targets that your company calculates as reasonably attainable. This will help the City in its monitoring procedures as required by City of Waterloo Resolution No. 1984- 142(4). -5 - CONTRACTOR'S TOTAL WORK FORCE (WATERLOO) Cun bi 54-...x. Gr€'✓ "Alaco� on 2S Zel�t.�.MJ. £V1ptc t -5S r ': �KccS ..11 �jaoacc ec C�?�er l PrI A5 MOH P\ NAME AND ADDRESS JOB CATEGORY RACE SEX See Attached Sec rC14:ucu.Z HOURLY WAGE INDICATE: DISABLED VETERAN: DV VIETNAM ERA VETERAN: VV HANDICAPPED: H co= R620720 DW02834 SECTION B - COMPANY IDENTIFICATION AEGION HQ EXECUTI 17988 EDISON AVE CHESTERFIELD, MO 63005 SECTION D - EMPLOYMENT D JOB CATEGORIES EXECUTIVE/SR OFFICIALS & MORS FIRST/MID OFFICIALS e, MGRS PROFESSIONALS TECHNICIANS SALES WORKERS ADMINISTRATIVE SUPPORT CRAFT WORKERS OPERATIVES LABORERS HELPERS SERVICE WORKERS TOTAL PREVIOUS REPORT TOTAL EQUAL EMPLOYMENT OPPORTUNITY 2016 EMPLOYER INFORMATION REPORT REPORT - TYPE 8 ITI USA WHITE BEAR LAKE MN 1177 BIRCH LAKE BLVD N WHITE BEAR LAKE, MN 55110 RAMSEY COUNTY Y SECTION C - TEST FOR FILING REQUIREMENT 1-Y 2-Y 3-Y DUNS NO.:0 EIN :431319597 SECTION E - ESTABLISHMENT INFORMATION NAILS: 237110 Water and Sewer Line and Related Structures Construction HISPANIC OR LATINO NOT -HISPANIC OR LATINO OVERALL **x*********MALE:e******..*** *******s***FEMALE*********** MALE FEMALE WHIM BLACK OR AFRICAN AMERICAN NATIVE HAWAIIAN OK PACIFIC ISLANDER ASIAN AMERICAN INDIAN OR ALASKAN NATIVE TWO OR MORE RACES WHITE BLACK OR AFRICAN AMICAN ER NATIVE HAWAIIAN OK PACRSC ISLANDER ASIAN SMERICAN INDIAN OK UASKAN NATIVE TWO pR MORE RACES TOTALS 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 5 0 0 0 0 0 0 0 0 0 0 0 5 0 0 2 1 0 0 0 0 0 0 0 0 0 0 3 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 16 0 0 0 0 1 0 0 0 0 0 0 17 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 23 1 0 0. 0 1 0 0 0 0 0 0 25 0 0 20 1 0 0 0 1 0 0 0 0 0 0 22 SECTION F - REMARKS We hereby certify that we are in compliance with all City and Federal Affirmative Action Regulations and agree to accept all liability for failure to comply. Respectfully submitted, By: ( C pany Executive Jana Lause, Contracting & Attesting Officer March 2, 2017 By: Date Whittney Schult Eetualn3 QppeEt ai Q€ March 2, 2017 ssistant Secretary Date City of Waterloo Affirmative Action Officer Approved Disapproved Reason: By: Date: -7 - DESCRIPTION OF JOB CATEGORIES 1. Officials/Manager: Occupations in which employees set broad policies, exercise overall responsibility for execution of all policies, or direct individual departments or special phases of the agency's operations or provide specialized consultation on a regional, district or area basis. Includes: department heads, bureau chiefs, division chiefs, directors, deputy directors, controllers, examiners, wardens, superintendents, unit supervisors, sheriffs, police and fire chiefs and inspectors and kindred workers. 2. Professionals: Occupations which require specialized and theoretical knowledge which is usually required through college training or thorough work experience and other training which provides comparable knowledge. Includes: personnel and labor relations workers, social workers, doctors, psychologists, registered nurses, economists, dietitians, lawyers, system analysts, accountants, engineers, employment and vocational rehabilitation counselors, teachers or instructors, police and fire captains and lieutenants and kindred workers. 3. Technicians: Occupations which require a combination of basic scientific or technical knowledge and manual skill which can be obtained through specialized post -secondary school education and through equivalent on-the-job training. Includes: computer programmers and operations, draftsmen, surveyors, licensed practical nurses, photographs, radio operators, technical illustrators, police and fire sergeants and kindred workers. 4. Office/Clerical: Workers are responsible for internal and external communication, recording and retrieval of data and/or information and other paper work required in an office. Includes: bookkeepers, messengers, office machine operators, clerk -typists, stenographers, court transcribers, hearing reporters, statistical clerks, dispatchers, license distributors, payroll clerks and kindred workers. 5. Skilled Craft Workers: Workers perform jobs which require special manual skill and a thorough and comprehensive knowledge of the processes involved in the work which is acquired through on-the-job training programs. Includes: Mechanics and repairman, electricians, heavy equipment operators, stationary engineers, skilled machine occupations, carpenters, compositors and typesetters and kindred workers. 6. Sales Workers: Occupations engaging wholly and primarily in direct selling. Includes: advertising agents and salesman, insurance agents and brokers, real estate agents and brokers, stock and bond salesmen, demonstrators, salesmen and sales clerks, grocery clerks and cashier checkers, and kindred workers. 7. Operatives (semi -skilled): Workers who operate machine or processing equipment or perform other factory -type duties of intermediate skill level which can be mastered in a few weeks and require only limited training. Includes: apprentices (auto mechanics), plumbers, building trades, metal working trades, bricklayers, carpenters, electricians, machinists, mechanics, printing trades, etc., operatives, attendants (auto service and parking), plasterers, chauffeurs, deliverymen and furnacemen, heaters (metal), laundry and dry cleaning operatives, milliners, mine operatives and laborers, motormen, oilers and greasers, (except auto painters), (except construction and maintenance), -8 - photographic process workers, stationary fireman, truck and tractor drivers, weavers, (textile), welders and flame cutters and kindred workers. 8. Laborers (unskilled): Workers in manual occupations which generally require no special training. Perform elementary duties that may be learned in few days and require the application of little or no independent judgment. Includes: garage laborers, car washers and greasers, gardeners (except farm) and groundskeepers, longshoremen, and stevedores, lumbermen, raftsmen and woodchoppers, laborers performing lifing, digging, mixing, loading and pulling operations and kindred workers. 9. Apprentices: Persons employed in a program including work training and related instruction to learn a trade or craft which is traditionally an apprenticeship, regardless of whether the program is registered with a Federal or State agency. 10. Trainees (on-the-iob): Production... persons in formal training for craftsmen when not trained under apprentice programs --operative laborer, and service occupations. White Collar... persons engaged in formal training for clerical, managerial, professional, technical, sales, office and clerical occupations. -9 - THIS PAGE LEFT BLANK INTENTIONALLY -10 - ITEMS OF POTENTIAL MBEIWBE PARTICIPATION NOTICE TO PROSPECTIVE BIDDERS: The following are items from the FY 2017 CIP PIPELINING PHASE IIIA, CITY CONTRACT NO. 919, have a potential for MBE/WBE Participation. This listing, however, is not intended to be all encompassing; to preclude MBE/WBE Contractors from bidding on any items of the Proposal as a Subcontractor or the entire Proposal as a Prime Contractor. BID ITEM DESCRIPTION UNIT TOTAL QTY. 1 8 -Inch Diameter CIP Pipe Lining LF 12,740.00 2 10 -Inch Diameter CIP Pipe Lining LF 2,665.00 3 12 -Inch Diameter CIP Pipe Lining LF 2,630.00 4 18 -Inch Diameter CIP Pipe Lining LF 281.00 5 21 -Inch Diameter CIP Pipe Lining LF 326.00 6 24 -Inch Diameter CIP Pipe Lining LF 120.00 7 36 -Inch Diameter CIP Pipe Lining LF 738.00 8 Pipe Televising - 8" LF 25,480.00 9 Pipe Televising - 10" LF 5,330.00 10 Pipe Televising - 12" LF 5,260.00 11 Pipe Televising - 18" LF 562.00 12 Pipe Televising - 21" LF 652.00 13 Pipe Televising - 24" LF 240.00 14 Pipe Televising - 36" LF 1,476.00 15 Pipe Cleaning - 8" LF 12,740.00 16 Pipe Cleaning - 10" LF 2,665.00 17 Pipe Cleaning - 12" LF 2,630.00 18 Pipe Cleaning - 18" LF 281.00 19 Pipe Cleaning - 21" LF 326.00 20 Pipe Cleaning - 24" LF 120.00 21 Pipe Cleaning - 36" LF 738.00 22 Type C Root Removal - 8"-10" LF 1,154.00 23 Type C Root Removal - 12" LF 196.00 24 Type C Root Removal - 18"-24" LF 54.00 25 Type C Root Removal - 36" LF 55.00 26 Lateral Reinstatement EA 368.00 27 3 -FT Lateral Grouting EA 368.00 28 Manhole Inspection EA 649.00 29 Internal Chimney Seal EA 393.00 30 Manhole Barrel Joint Leak Repair EA 264.00 31 Manhole Lining EA 214.00 32 Grout Work EA 79.00 33 Miscellaneous Manhole Work LS 1.00 MBEIWBE GOALS FOR THIS PROJECT IMPORTANT: Prime Contract Bidders should be aware that ten percent (10%) MBE goal and a two percent (2%) WBE goal is attached to this project. "Certified Return Receipt" letters are no longer needed with the bid showing proof of contacting MBE or WBE Subcontractors, but the Pre -Bid Contact Information Form must be filled out completely. City of Waterloo Contract Compliance Officer: Contract Compliance Officer Community Development Board Carnegie Annex, Suite 202 620 Mulberry Street Waterloo, IA 50703 Phone: (319) 291-4429 ITEMS OF POTENTIAL MBENVBE AECOM 60504645 CONTRACT NO. 919 M-1 OF 6 SUBCONTRACTOR'S BID REQUEST FORM PRIME BIDDER'S LETTERHEAD Contract No.: 919 Letting Date: March 2, 2017 I, (subcontractor's name), hereby attest that I have been solicited for a bid on (project name) in the area of (description of work and bid item no.). (Prime contractor) has informed me that if I am interested in bidding, a subcontracting bid proposal must be submitted to the company office by (date) and (time). Date March 2, 2017 Subcontractor's Company Name Subcontractor's Sign ture Date PriBidder's Signature ITEMS OF POTENTIAL MBE/WBE AECOM 60504645 Jana Lause, Contracting & Attesting Officer CONTRACT NO. 919 M-2 OF 6 LETTER TO BE USED WHEN SOLICITING FOR SUBCONTRACTOR QUOTES Subcontractor Company Name Address RE: Contract No.: Dear (Prime Contractor's Company Name) is presently soliciting for the following work in connection with the above referenced project. (Insert Bid Item Nos. and Description of Work) (Prime Contractor's Company Name) is an Equal Opportunity Employer, and all qualified bidders will not be discriminated against due to race, religion, color, sex, or origin. If interested in bidding your proposal must be turned in to this office by (Date) and (Time) Sincerely, (Prime Contractor's Representative) Form CCO- 3 (11/28/2001) ITEMS OF POTENTIAL MBEJWBE AECOM 60504645 CONTRACT NO. 919 M-3 OF 6 LETTER OF INTENT TO BID (MBEIWBE LETTER) According to the Current MBE/WBE Contract Compliance Program - 2002, all MBE/WBE Contractors interested in submitting subcontractor quotes on construction projects with goals, MUST submit a LETTER OF INTENT TO BID to the City of Waterloo Contract Compliance Officer at least seven (7) days prior to bid opening. The LETTER OF INTENT TO BID must list the specific items which the MBE/WBE Contractor is interested in bidding. Letter should include the following: Name of Project: Your Company Name: Address: Phone: Date: List of Specific items to be bid: Item No. Description: Item No. Description: Item No. Description: Item No. Description: Item No. Description: (Subcontractor's Company Name and authorized signature) Return this LETTER OF INTENT TO BID to: Contract Compliance Officer Community Development Board 620 Mulberry St. Carnegie Annex, Suite 202 Waterloo, IA 50703 Phone: (319) 291-4429 Form CCO-5 (06-20-2002) ITEMS OF POTENTIAL MBE/WBE AECOM 60504645 CONTRACT NO. 919 M-4 OF 6 MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM INSTRUCTIONS Prime Contractor Responsibilities: Prime Contractors bidding on City of Waterloo contract work are required to ensure that MBENVBE businesses are provided the opportunity to participate in the performance of contracts and subcontracts. Prime contractors are required to assist MBENVBE businesses in overcoming barriers to participation, and must make good faith efforts to secure bids from, and award subcontracts to, MBENVBE businesses. For all contract bids of $50,000 or more, the following is required to demonstrate good faith efforts in accordance with this policy: 1. "MBENVBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" submitted with the prime contractor bid, properly completed and signed on Form CCO-4 (Rev. 06-20-02). Please note that this document must include all subcontractor contacts, bids received, and awarded - not just those related to disadvantaged business enterprise vendors. 2. A minimum of three (3) MBENVBE business contacts must be made and documented, if there are at least three (3) MBENVBE businesses offering services in the areas to be subcontracted (see City of Waterloo MBENVBE Certified List). If less than three (3) are offering the services to be subcontracted, then a contact is required for any that are listed as providing that service. If you have submitted a MBENVBE contact not on the City's MBE/WBE list, attach a copy of the certification from another government agency. 3. Contacts to each MBENVBE businesses are required to be a minimum of seven (7) working days prior to the date the prime contractor submits the bid to the City of Waterloo. 4. The following documentation must accompany the "MBENVBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" for each MBENVBE business contacted: a. A copy of the bid received from the MBENVBE, OR b. If no bid was received, a copy of correspondence received from the MBENVBE with a "no bid" response, OR c. If no response was received, a copy of the solicitation sent to the MBENUBE with proof of mailing attached. 5. If any MBENVBE business submitting bids are not selected for subcontract award, documentation must accompany the "MBENVBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" on why the MBENVBE was not selected. These reasons could include: a. Not low bid. Copies of the competing bids may be required for verification. b. MBENVBE did not bid, withdrew bid or was non-responsive. c. Documentation of other business-related reason for not selecting the MBENVBE business for a subcontract. d. Prime contractor self performs work. e. Any other reason relied on by the Prime Contractor. The Contract Compliance Officer will determine the weight to be given to each item listed above (supported by appropriate documentation) based on overall program goals. Subcontractors Responsibilities: 1. Each MBENVBE firm planning to submit quotes on construction projects with goals, shall submit a Letter of Intent to Bid (Form CCO-5) to the City Contract Compliance Officer seven (7) working days prior to bid opening, listing specific items which the MBENVBE firm is interested in bidding. If the City Contract Compliance Officer does not receive sufficient scope letters seven (7) working days prior to bid opening, goals on subject project will be reduced accordingly. Agreements between the bidder/proposer and an MBENVBE in which the MBENVBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited. Form CCO-4A Rev. 07-08-02 MBENVBE PARTICIPATION AECOM 60504645 CONTRACT NO. 919 M-5 OF 6 MBE/WBE BUSINESS ENTERPRISE PRE -110 CONTAC INFORMATION FORM Prime Contractor Name: Insituform Technologies USA, L oject: Y 2017 Pipe 'mng Letting Date: March 2, 2017 NO MBE/WBE SUBCONTRACTORS: f you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief explanation as to why subcontracting w_ of feasib e th this project. If any MBE/WBE subcontractors will be used, please use the bottom portion of this form. Contractor Signature: Title: Jana Lause, Contacting & Attesting Officer Date: March 2, 2017 SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the information on this form showing ALL of your MBE/WBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions should be directed to Contract Compliance Office 319-291-4429. You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBEMIBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation. If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Louis Starks, Contract Compliance Officer, for assistance at (319) 291- 4429. In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals. TABLE OF INFORMATION SHOWING BIDDER'S PRE-BID MBEIWBE BUSINESS ENTERPRISE CONTACTS Quotes Received Quotation Used in Bid MBEIWBE Subcontractors Dates Contacted Yes/No Dates Contacted Yes/No Dollar Amount Proposed to be Subcontracted S« P -.-._ G.P-. ./t7f 0t2 /0 ==. 2/py(�,2,-7 iJo NIA (Form CCO-4) Rev. 06-20-02 MBENVBE PARTICIPATION AECOM 60504645 CONTRACT NO. 919 M-6 OF 6 INSITUFORM TECHNOLOGIES USA, LLC Assistant Secretary's Certificate The undersigned, being the Assistant Secretary of Insituform Technologies USA, LLC, a Delaware limited liability company (the "Company"), hereby certifies that: 1. The following individuals have been appointed by the Board of Managers to serve in the office of the Company set opposite their respective names: Name Office H. Douglas Thomas Vice President. Debra Jasper Assistant Secretary Jana Lause Assistant Secretary Whitliiey Schulte Assistant Secretary 2. The following is a true and correct excerpt from the Limited Liability Company Agreement of the Company: Appointment by the President. The president of the Company may from time to time appoint officers of the Company's operating divisions, and such contracting and attesting officers of the Company as the President may deem proper, who shall have such authority, subject to the control of the Board of Managers, as the President may from time to time prescribe. 3. The President of the Company has, pursuant to the above authority, duly appointed Debra Jasper, Jana Lause, Ursula Youngblood, Diane Partridge, Laura M. Andreski and Whittney Schulte as Contracting and Attesting Officers of the Company. Each of the foregoing have been fully authorized and empowered by the President of the Company (i) to certify and to attest the signature of any officer of the Company, (ii) to enter into and to bind the Company to perform pipeline rehabilitation activities of the Company and all matters related thereto, including the maintenance of one or more offices and facilities of the Company, (iii) to execute and to deliver documents on behalf of the Company, and (iv) to take such other action as is or may be necessary and appropriate to carry out the project, activities and work of the Company. INT WITNESS WHEREOF, I have hereunto affixed my name as Assistant Secretary this 23rd day of October, 2015. INSI TUFORM TECHNOLOGIES USA, LLC By Daniel P. Schoenekase Assistant Secretary o rcc a a1 co)l' 3TAU 489FLC-430392 INSITUFORM TECHNOLOGIES USA, LLC Wite No: W00772236 Date: 01/30/2012 l! ACKNOWLEDGEMENT OF DOCUMENT FILED The Secretary of State acknowledges receipt of the following document: Certificate of Authority The document was filed on Jan 25 2012 4:19PM, to be effective as of Jan 25 2012 4:19PM. The amount of $100.00 was received in full payment of the filing fee. MATT S TARY OF STATE BUT MATT SCHUL7Z Secretary of State State of Iowa yi007& LIMITED LIABILITY COMPANY Application for Certificate of Authority to n.: .:r eft TO THE SECRETARY OF STATE OF THE STATE OF IOWA: Pursuant to section 802 of the Iowa Revised Uniform Limited Liability Company Act, the undersigned applies for a certificate of authority to transact business in Iowa and hereby states: 1. The name of the limited liability company: INSITUFORM TECHNOLOGIES USA, LLC 1A. The name the limited liability company will use in Iowa, If different than the legal name of the company named above: (Refer to note #5 on the back of this form) 2. The limited liability company is formed under the laws of the state (or foreign country) of: Delaware 3, The duration of the limited liabilitycompanyis: Perpetual 4. The street and mailing address of its registered office in Iowa and the name of its registered agent at that office: ,, r, Corporation Service Company Name 505 5th Avenue, Suite 729, Des Moines, IA 50309 Address CIty State Zip The registered office and registered agent comply with the requirements of section 489.113.` 5. The address of the office required to be maintained in the state of its formation by the law of that state (if such an address is not required, the address of the principal office of the limited liability company): 17988 Edison Ave. Address Chesterfield, MO 63005 City Stale Zip 6. (A) This foreign limited liability company is govemed by an operating agreement that establishes or provides for the establishment of designated series of transferable interests having separate rights, powers, or duties with respect to specified property or obligations of the foreign limited liability company, or profits and losses associated with the specified property or obligations. ❑ YES El NO (B) All debts, liabilities, and obligations incurred, contracted for, or otherwise existing with respect to a particular series, if any, are enforceable against the assets of such series only, and not against the assets of the foreign limited liability company generally. 0 YES d NO 7. The effective date and time of this application, if different than the date and time of filing: (Refer to note 114 on the back of this form) Date Time 8. A certificate of existence or a record of similar import, signed by the secretary of state of other official having custody of the company's publicly filed report in the state or other Jurisdiction under whose law the company is formed, accom- panies this application. Signature Throk ci... Date January'7 , 2012 Type or print name and title David F. Morris, Manager 635_00I0 7/09 Delaware The First State PAGE 1 I, JEFFREY W. BULLOCK, SECRETARY OF STATE OF THE STATE OF DELAWARE, DO HEREBY CERTIFY "INSITUFORM TECHNOLOGIES USA, LLC" IS DULY FORMED UNDER THE LAWS OF THE STATE OF DELAWARE AND IS IN GOOD STANDING AND HAS A LEGAL EXISTENCE SO FAR AS THE RECORDS OF THIS OFFICE SHOW, AS OF THE EIGHTEENTH DAY OF JANUARY, A.D. 2012. AND I DO HEREBY FURTHER CERTIFY THAT THE SAID "INSITUFORM TECHNOLOGIES USA, LLC" WAS FORMED ON THE TWENTY-SECOND DAY OF DECEMBER, A.D. 1983. AND I DO HEREBY FURTHER CERTIFY THAT THE ANNUAL TAXES HAVE BEEN PAID TO DATE. 2024080 8300 120059761 You may verify this certificate online at Corp. delaware. gov/authver. shtml FILED IOWA SECRETARY OF STATE W772236 III IYIIIN AUTHEN Jeffrey W Bullock, Secretary ofState TION: 9304231 DATE: 01-18-12 1 SRF Required Front -End Specifications Attachment 1: Certification of Non -Segregated Facilities Form (to be completed and signed by Prime Contractor and submitted with the bid) Attachment 2: Statement in Advertisement for Bids on Debarment and Suspension/Certification Regarding Debarment and Suspension Form (to be completed and signed by Prime Contractor and submitted with the bid) Attachment 3: Disadvantaged Business Enterprise Certification Form (to be completed and signed by Prime Contractor and submitted with the bid) Attachment 4: DBE Program Subcontractor Performance Form (to be completed and signed by Prime and DBE Subcontractor for each subcontract and submitted with the bid) DBE Program Subcontractor Utilization Form (to be completed and signed by Prime Contractor and submitted with the bid) DBE Program Subcontractor Participation Form (for voluntary use of DBEs) SRF STATE REVOLVING FUND Attachment 5: Attachment 6: Attachment 7: Other Federal Requirements Language A. Standard Equal Employment Opportunity Specifications B. Federal Labor Standards Provisions (including Davis -Bacon prevailing wage rates) C. Preservation of Open Competition and Government Neutrality D. Historical and Archeological Finds E. Prohibitions on Procurement from Violating Facilities Attachment 8: Right of Entry and Records Retention Attachment 9: Use of American Iron and Steel Please note: The Davis Bacon wage determination received from the Iowa Finance Authority is included in Appendix 2 of this specification. INVESTING IN IOWA'S WATER N/WIGtN.' *t i t • Or May 2015 SRF -1 Attachment 1 SRF Required Front -End Specifications (This form must be completed and signed by Prime Contractor and submitted with the bid.) U.S. Environmental Protection Agency Certification of Non -Segregated Facilities (Applicable to contracts, subcontracts, and agreements with applicants who are themselves performing Federally assisted construction contracts, exceeding $10, 000 which are not exempt from the provisions of the Equal Opportunity clause.) By the submission of this bid, the bidder, offeror, applicant, or subcontractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. He certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The bidder, offeror, applicant, or subcontractor agrees that a breach of this certification is a violation of the Equal Opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking Tots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national original, because of habit, local custom, or otherwise. He further agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause; that he will retain such certifications in his files; and that he will forward the following notice to such proposed subcontractors (except where the proposed subcontractors have submitted identical certifications for specific time periods): NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENT FOR CERTIFICATIONS OF NON -SEGREGATED FACILITIES A Certification of Non -segregated Facilities, as required by the May 9, 1967, order (33 F.R. 7808, May 28, 1968) on Elimination of Segregated Facilities, by the Secretary of Labor, must be submitted prior to the award of a subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity clause. The certification may be submitted either for each subcontract o or all subcontracts during a period (i.e., quarterly, semiannually, or annu_lly a Signatu Jana Lause, Contracting & Attesting Officer March 2, 2017 Date Name and Title of Signer (Please Type) NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. EPA -7 5720-4.2 SRF -2 May 2015 Attachment 2 SRF Required Front -End Specifications (This form must be completed and signed by the Prime Contractor and submitted with the bid.) Debarments and Suspensions Any bidder or equipment supplier whose firm or affiliate is listed in on the U.S. General Services Administration Excluded Parties List System web site at http://www.epls.gov/ will be prohibited from the bidding process. Anyone submitting a bid who is listed on this web site will be determined to be a non-responsive bidder in accordance with 40 CFR Part 31. United States Environmental Protection Agency Washington, DC 20460 Certification Regarding Debarment, Suspension, and Other Responsibility Matters The prospective participant certifies to the best of its knowledge and belief that it and the principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission o f fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction: violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1) (b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transaction s (Federal, State, or local) terminated or cause or default. I understand that a false statement on this certification may be ground for rejection of this proposal or termination of the award. In addition, under 18 U SC Sec. 10 01, a false statement ma y result in a fine of up to $10,000 or imprisonment for up to 5 years, or both. Jana Lause, Contracting & Attesting Officer Typed Name & Title of Authorized Representative March 2, 2017 Signat.ire of Authorized Representative Date ❑ I am unable to certify to the above statements. My explanation is attached. EPA Form 5700-49 (11-88) SRF -3 May 2015 Attachment 3 SRF Required Front -End Specifications (This form must be completed and signed by Prime Contractor and submitted with the bid.) Disadvantaged Business Enterprise (DBE) Solicitation It is EPA's policy that recipients of EPA financial assistance through the State Revolving Fund programs award a "fair share" of subagreements to small, minority and women -owned businesses, collectively know as Disadvantaged Business Enterprises (DBEs). Iowa's Fair Share goals are: Only work performed by certified DBEs can be counted toward the goals. In Iowa, DBEs must be certified through the Iowa Department of Transportation (IDOT). Information on certification requirements and a list of certified DBEs is on the IDOT website at http://www.iowadot.gov/contracts/contracts eeoaa.htm. Prime contractors' DBE requirements for SRF projects include: • Taking affirmative steps for DBE participation • Documenting the efforts and the proposed utilization of certified DBEs • •.���� • ■... vI ,vIj'11 IIJIY Minority -Owned Business Enterprise (MBE) Goal Women -Owned Business Enterprise (WBE) Goal Construction 1.7% 2.2% Supplies 0.6% 5.6% Services 2.5% 11.3% Goods/Equipment 2.5% 10.4% Average 1.8% 0 7.4/0 Only work performed by certified DBEs can be counted toward the goals. In Iowa, DBEs must be certified through the Iowa Department of Transportation (IDOT). Information on certification requirements and a list of certified DBEs is on the IDOT website at http://www.iowadot.gov/contracts/contracts eeoaa.htm. Prime contractors' DBE requirements for SRF projects include: • Taking affirmative steps for DBE participation • Documenting the efforts and the proposed utilization of certified DBEs SRF -4 May 2015 • •.���� • ■... vI ,vIj'11 IIJIY SRF Applicant: City of Waterloo, Iowa Bidder: Insituform Technologies USA, LLC Address: 17988 Edison Avenue, Chesterfield, MO 63005 Contact Person: Jana Lause, Conti.- ding & Attesting Officer Signature: / � Phone Number: 63 530-8000 E -Mail Address: jlause@aegion.com Check if Prime Contractor is: ❑ Minority -Owned ❑ Women -Owned SRF -4 May 2015 GOOD FAITH EFFORTS CHECKLIST Please complete the checklist to determine if you have complied with the requirement to make good faith efforts to ensure that certified DBEs have the opportunity to compete for procurements funded by EPA financial assistance funds. Bidders/offerers must make good faith efforts prior to submission of bids/proposals. 1. Did you ensure that DBEs are made aware of contracting opportunities to the fullest extent practicable through outreach and recruitment activities? ® Yes ❑ No 2. Did you make information on forthcoming opportunities available to DBEs and arrange time frames for contracts and establish delivery schedules, where the requirements permit, in a way that encourages and facilitates participation by DBEs in the competitive process? This includes, whenever possible, posting solicitation for bids or proposals for a minimum of 30 calendar days before the bid or proposal closing date. N1 Yes ❑ No 3. Did you consider in the contracting process whether firms competing for Targe contracts could subcontract with DBEs? This will include dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by DBEs in the competitive process. n Yes ❑ No 4. Did you encourage contracting with a consortium of DBEs when a contract is too large for one of these firms to handle individually? El Yes ❑ No 5. Did you use the services of the Small Business Administration and the Minority Business Development Agency of the Department of Commerce to identify potential subcontractors? T o...x. bvlc -k- (,QoAt/ioo g E �; s� © Yes ❑ No 6. List the potential DBE subcontractors that were contacted. Only list those that are certified through the Iowa Department of Transportation. PROPOSED UTILIZATION OF DBE SUBCONTRACTORS Please include Attachments 4 and 5 to document the proposed utilization of certified DBE subcontractors. SRF -5 May 2015 Name How Contacted (e.g. letter, phone call, fax, e-mail) Response (e.g. did not respond, not interested, not competitive) Sem AN\a cLcl, Pa c-14,et5-- .'^'‘ a, ; I AL, 2ti5,,,./ s AOra cl�i--� t�aGIG.St (^ ac, Nn 4.GSpD/tst t-tr PROPOSED UTILIZATION OF DBE SUBCONTRACTORS Please include Attachments 4 and 5 to document the proposed utilization of certified DBE subcontractors. SRF -5 May 2015 CONTRACT ADMINISTRATION PROVISIONS Several contract provisions are required to prevent unfair practices that adversely affect DBEs. These include: 1. Prime Contractor must pay its Subcontractor for satisfactory performance no more than 30 days from the Prime Contractor's receipt of payment from the SRF loan recipient. 2. Prime Contractor must notify the SRF loan recipient in writing prior to termination of a DBE subcontractor for convenience. 3. Prime Contractor must employ the six Good Faith Efforts to solicit a replacement subcontractor if a DBE subcontractor fails to complete work under a subcontract for any reason. SRF -6 May 2015 Attachment 4 SRF Required Front -End Specifications (This form must be completed and signed by Prime and DBE Subcontractor for each subcontract and submitted with the bid.) OMB Control No: 2090-0030 Approved 8/13/2013 Approval Expires 8/31/2015 United States Environmental Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form This form is intended to capture the DBE' subcontractor's2 description of work to be performed and the price of the work submitted to the prime contractor. An EPA Financial Assistance Agreement recipient must require its prime contractor to have its DBE subcontractors complete this form and include all completed forms in the prime contractor's bid or proposal package. Subcontractor Name AllA - /Jo . Q E 2e spoil sts / Q'o A -e 5 Project Name FY 2017 CIP Pipelining Phase IIIA Bid/Proposal No. 919 Assistance Agreement ID No. (if known) Point of Contact Address Telephone No. Email Address Prime Contractor Name Insituform Technologies USA, LLC Issuing/Funding Entity Contract Item Number Description of Work Submitted to the Prime Contractor Involving Construction, Services, Equipment or Supplies Price of Work Submitted to the Prime Contractor DBE Certified by DOT SBA Meets/exceeds EPA certification standards? YES NO Unknown Other: 1A DBE is a Disadvantaged, Minority, or Woman Business Enterprise that has been certified by an entity from which EPA accepts certification as described in 40 CFR 33.204-33.205 or certified by EPA. EPA accepts certifications from entities that meet or exceed EPA certification standards as described in 40 CFR 33.202. 2Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. EPA Form 6100-3 (DBE Subcontractor Performance Form) - Page 1 SRF -7 May 2015 OMB Control No: 2090-0030 Approved 8/13/2013 Approval Expires 8/31/2015 United States Environmental Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form I certify under penalty of perjury that the forgoing statements are true and correct. Signing this form does not signify a commitment to utilize the subcontractors above. I am aware of that in the event of a replacement of a subcontractor, I will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33.302 (c). Prime Contractor Signature Title Jana Lause Print Name Date Contracting & Attesting Officer March 2, 2017 Subcontractor Signature Print Name Title Date The public reporting and recordkeeping burden for this collection of information is estimated to average three (3) hours per response. Send comments on the Agency's need for this information, the accuracy of the provided burden estimates, and any suggested methods for minimizing respondent burden, including through the use of automated collection techniques to the Director, Collection Strategies Division, U.S. Environmental Protection Agency (2822T), 1200 Pennsylvania Ave., NW, Washington, D.C. 20460. Include the OMB control number in any correspondence. Do not send the completed form to this address. EPA Form 6100-3 (DBE Subcontractor Performance Form) — Page 2 SRF -8 May 2015 Attachment 5 SRF Required Front -End Specifications (This form must be completed and signed by Prime Contractor and submitted with the bid if utilizing DBE subcontractors.) OMB Control No: 2090-0030 Approved 8/13/2013 Approval Expires 8/31/2015 United States Environmental Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Utilization Form This form is intended to capture the prime contractor's actual and/or intended use of identified certified DBE1 subcontractors2 and the estimated dollar amount of each subcontract. An EPA Financial Assistance Agreement Recipient must require its prime contractors to complete this form and include it in the bid or proposal package. Prime contractors should also maintain a copy of this form on file. Prime Contractor Name Insituform Technologies USA, LLC Project Name FY 2017 CIP Pipelining Phase IIIA Bid/Proposal No. 919 Assistance Agreement ID No. (if known) Point of Contact Address 17988 Edison Avenue, Chesterfield, MO 63005 Telephone No. 636-530-8000 Email Address jlause@aegion.com Issuing/Funding Entity DBE certified subcontractors the table below. If no, please explain: YES x NO �.O t C Stil“";4 ‘...4-1'-'s I have identified potential If complete Jc 2esf " .- -CI rOM yes, please Subcontractor Name/Company Name Company Address/Phone/Email Estimated Dollar Amount Currently DBE Certified? 1 a,1 SS T Arc P -r,.s, zA 5O?oit CS(S13bo-9'sfa ll4acc-Ky`-4.co.... 6L, 265. 7S /\10 AcGA.'Sc.a- c.L c alto Wr:�v,a- 20-a, M,.ke..1.3 2L 6av50 ( 144,\ q t, 5- bttie.l4✓-••••A-r0.4(ow,LlAv(/oA+'1Lw.l-.al. 5.23 763. (o co w.. o 42 �✓\J�ro r,Nle.4.4 R,\\.✓.k- (2.:A..,-, i C. A ?rl . A..-kkMk) (po` A=r Pal1LirA i (9-1i) 9 )x-313 9 syj l4rs�-.@ 5-44;1At r:}\c,r:�t.n`-st 13g, O0o /Jo 16110 -W'S Continue on back if neede 1A DBE is a Disadvantaged, Minority, or Woman Business Enterprise that has been certified by an entity from which EPA accepts certification as described in 40 CFR 33.204-33.205 or certified by EPA. EPA accepts certifications from entities that meet or exceed EPA certification standards as described in 40 CFR 33.202. 2Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. EPA Form 6100-4 (DBE Subcontractor Utilization Form) - Page 1 SRF -9 May 2015 OMB Control No: 2090-0030 Approved 8/13/2013 Approval Expires 8/31/2015 United States Environmental Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Utilization Form I certify under penalty of perjury that the forgoing statements are true and correct. Signing this form does not signify a commitment to utilize the subcontractors above. I am aware of that in the event of a replacement of a subcontractor, I will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33.302 (c). The public reporting and recordkeeping burden for this collection of information is estimated to average three (3) hours per response. Send comments on the Agency's need for this information, the accuracy of the provided burden estimates, and any suggested methods for minimizing respondent burden, including through the use of automated collection techniques to the Director, Collection Strategies Division, U.S. Environmental Protection Agency (2822T), 1200 Pennsylvania Ave., NW, Washington, D.C. 20460. Include the OMB control number in any correspondence. Do not send the completed form to this address. EPA Form 6100-4 (DBE Subcontractor Utilization Form) — Page 2 SRF -10 May 2015 Prime Contractor Signature Print Name (---)-11,j)0,- '( Jana Lause V Title Date Contracting & Attesting Officer March 2, 2017 The public reporting and recordkeeping burden for this collection of information is estimated to average three (3) hours per response. Send comments on the Agency's need for this information, the accuracy of the provided burden estimates, and any suggested methods for minimizing respondent burden, including through the use of automated collection techniques to the Director, Collection Strategies Division, U.S. Environmental Protection Agency (2822T), 1200 Pennsylvania Ave., NW, Washington, D.C. 20460. Include the OMB control number in any correspondence. Do not send the completed form to this address. EPA Form 6100-4 (DBE Subcontractor Utilization Form) — Page 2 SRF -10 May 2015 Attachment 6 SRF Required Front -End Specifications (This form is not required for bidding. It is for the voluntary use of DBE Subcontractors.) OMB Control No: 2090-0030 Approved 8/13/2013 Approval Expires 8/31/2015 United States Environmental Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Participation Form An EPA Financial Assistance Agreement Recipient must require its prime contractors to provide this form to its DBE subcontractors. This form gives a DBE1 subcontractor2 the opportunity to describe work received and/or report any concerns regarding the EPA -funded project (e.g. in areas such as termination by prime contractor, late payments, etc.). The DBE subcontractor can, as an option, complete and submit this form to the EPA DBE Coordinator at any time during the project period of performance. Subcontractor Name /V/A - n10 2�50o' ' -'rD. D f3 a; 's Project Name FY 2017 CIP Pipelining Phase IIIA Bid/Proposal No. 919 Assistance Agreement ID No. (if known) Point of Contact Address Email Address Telephone No. Prime Contractor Name Insituform Technologies USA, LLC Issuing/Funding Entity Contract Item Number Description of Work Received from the Prime Contractor Involving Construction, Services, Equipment or Supplies Amount Received by Prime Contractor 1A DBE is a Disadvantaged, Minority, or Woman Business Enterprise that has been certified by an entity from which EPA accepts certification as described in 40 CFR 33.204-33.205 or certified by EPA. EPA accepts certifications from entities that meet or exceed EPA certification standards as described in 40 CFR 33.202. 2Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. EPA Form 6100-2 (DBE Subcontractor Participation Form) — Page 1 SRF -11 May 2015 OMB Control No: 2090-0030 Approved 8/13/2013 Approval Expires 8/31/2015 United States Environmental Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Participation Form Please use the space below to report any concerns regarding the above EPA -funded project: Subcontractor Signature Print Name Title Date EPA FORM 6100-2 (DBE Subcontractor Participation Form) Return to: Regional Coordinator, Small Business Utilization, U.S. Environmental Protection Agency, Region 7, 11201 Renner Blvd., Lenexa, KS 66219 The public reporting and recordkeeping burden for this collection of information is estimated to average three (3) hours per response. Send comments on the Agency's need for this information, the accuracy of the provided burden estimates, and any suggested methods for minimizing respondent burden, including through the use of automated collection techniques to the Director, Collection Strategies Division, U.S. Environmental Protection Agency (2822T), 1200 Pennsylvania Ave., NW, Washington, D.C. 20460. Include the OMB control number in any correspondence. Do not send the completed form to this address. EPA Form 6100-2 (DBE Subcontractor Participation Form) — Page 2 SRF -12 May 2015 Attachment 7 SRF Required Front -End Specifications Other Federal Requirements Language A. Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) 1. As used in these specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted; b. "Director" means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. "Employer identification number" means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941. d. "Minority" includes: (i) Black (all persons having origin in any of the Black African racial groups not of Hispanic origin); (ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish Culture or origin, regardless of race); (iii) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Sub -continent, or the Pacific Islands); and (iv) American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the Contractor, or any Subcontractor at any tier subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 6-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employee in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a SRF -13 May 2015 Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work in being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor employees are assigned to work. The Contractor, where possible will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off -the -street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefore, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's effort, to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The SRF -14 May 2015 Contractor shall provide notice of these programs to the source complied under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with onsite supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and test to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. 1. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. SRF -15 May 2015 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through p). The efforts of a contractor association, joint contractor -union, contractor -community, or other similar group of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through p of these Specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non -minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetable or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any Subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps at least as extensive as those standards prescribed in paragraph 7 of these specifications so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records shall at least include for each employee the name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. SRF -16 May 2015 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). Federal Register, Vol. 43, No. 68 - Friday, April 7, 1978 (Corrected May 5, 1978). Effective Date: May 8, 1978 Federal Register, Vol. 45, No. 194. Paragraph 4, revised October 3, 1980 Effective Date: September 30, 1980 APPENDICES A and B-80 Notice of Requirement for Affirmative Action To Ensure Equal Employment Opportunity (Executive Order 11246) 1. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Specifications" set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: (See Appendix B-80 and Appendix A Below) These goals are applicable to all the Contractor's construction work (whether or not it is Federal or federally assisted) performed in the covered area. If the contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the contractor also is subject to the goals for both its federally involved and non - federally involved construction. The Contractor's compliance with the Executive Order and in the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor, employer Identification number of the subcontractor, estimated dollar amount of the subcontract, and the geographical area in which the subcontract is to be performed. SRF -17 May 2015 4. As used in this Notice, and in the contract resulting from this solicitation, the "covered area" is (State of Iowa). APPENDIX A The following goals and timetables for female utilization shall be included in all Federal and federally assisted construction contracts and subcontracts in excess of $10,000. The goals are applicable to the contractor's aggregate on-site construction workforce whether or not part of that workforce is performing work on a Federal or federally assisted construction contract or subcontract. Area covered: Goals for Women apply nationwide. Timetable Goals (percent) From Apr. 1, 1978 until March 31, 1979 3.1 From Apr. 1, 1979 until March 31, 1980 5.0 From Apr. 1, 1980 until March 31, 1981 6.9 Published, Federal Register May 5, 1978 APPENDIX B-80 Until further notice, the following goals for minority utilization in each construction craft and trade shall be included in all Federal or federally assisted construction contracts and subcontracts in excess of $10,000 to be performed in the respective geographical areas. The goals are applicable to each nonexempt contractor's total onsite construction workforce, regardless of whether or not part of that workforce is performing work in a Federal, federally assisted or nonfederally related project, contract or subcontract. Construction contractors which are participating in an approved Hometown Plan (see 41 CFR 60-4.5) are required to comply with the goals of the Hometown Plan with regard to construction work they perform in the area covered by the Hometown Plan. With regard to all their other covered construction work, such contractors are required to comply with the applicable SMSA of EA goal contained in this appendix 8-80. SRF -18 May 2015 Economic Areas State: Iowa Goal % 096 Dubuque IA: SMSA Counties: 2200 Dubuque, IA 0.6 IA Dubuque Non -SMSA Counties 0.5 IA Allamakee, IA Clayton, IA Delaware, IA, Jackson IA, Winneshiek 099 Davenport Rock Island Moline, IA -IL: SMSA Counties: 1960 Davenport Rock Island Moline, IA -IL 4.6 IL Henry, IL Rock Island Moline, IA Scott Non -SMA Counties 3.4 IL Carroll, IL Hancock, IL Henderson, IL ,Mercer, IL Whiteside, IA Clinton, IA Des Moines, IA Henry, IA Lee, IA Louisa, IA, Muscatine, MO Clark 100 Cedar Rapids, IA: SMSA Counties: 1360 Cedar Rapids, IA 1.7 IA Linn Non -SMSA Counties ....... 1.5 IA Benton, IA Cedar, IA Iowa, IA Johnson, IA, Jones, IA, Washington 101 Waterloo, IA: SMSA Counties: 8920 Waterloo -Cedar Falls, IA 4.7 IA Black Hawk Non -SMSA Counties 2.0 IA Bremer, IA Buchanan, IA Butler, IA Cerro Gordo, IA Chickasaw, IA Fayette, IA Floyd, IA Franklin, IA Grundy, IA Hancock, IA Hardin, IA Howard, IA Mitchell, IA Winnebago, IA Worth 102 Fort Dodge, IA: Non -SMSA Counties 0.4 IA Buena Vista, IA Calhoun, IA Carroll, IA Clay, IA Dickinson, IA Emmet, IA Greene, IA Hamilton, IA Humboldt, IA Kossuth, IA Palo Alto, IA Pocahontas, IA Sac, IA Webster, IA Wright 103 Sioux City, IA: SMSA Counties: 7720 Sioux City, IA -NE . 1.9 IA Woodbury, NE Dakota SRF -19 May 2015 Non -SMSA Counties 1.2 IA Cherokee, IA Crawford, IA Ida, IA Monona, IA O'Brien, IA Plymouth, IA Sioux, NE Antelope, NE Cedar, NE Cuming, NE Dixon, NE Knox, NE Madison, NE Pierce, NE Stanton, NE Thurston, NE Wayne, SD Bon Homme, SD Clay, SD Union, SD Yankton 104 Des Moines, IA: SMSA Counties: 2120 Des Moines, IA 4.5 IA Polk, IA Warren Non SMSA Counties: 2.4 IA Adair, IA Appanoose, IA Boone, IA Clarke, IA Dallas, IA Davis, IA Decatur, IA Guthrie, IA Jasper, IA Jefferson, IA Keokuk, IA Lucas, IA Madison, IA Mahaska, IA Marion, IA Marshall, IA Monroe, IA Poweshiek, IA Ringgold, IA Story, IA Tama, IA Union, IA Van Buren, IA Wapello, IA Wayne 143 Omaha, NE: SMSA Counties: 5920 Omaha, NE -IA 7.6 IA Pottawattamie, NE Douglas, NE Sarpy Non -SMSA Counties 5.3 IA Adams, IA Audubon, IA Cass, IA Fremont, IA Harrison, IA Mills, IA Montgomery, IA Page, IA Shelby, IA Taylor, NE Burt, NE Cass, NE Colfax, NE Dodge, NE Platte, NE Saunders, NE Washington Published, Federal Register October 3, 1980 B. Federal Labor Standards Provisions (including Davis -Bacon prevailing wage rates) Applicability The Project or Program to which the construction work covered by this contract pertains is being assisted by the United States of America and the following Federal Labor Standards Provisions are included in this Contract pursuant to the provisions applicable to such Federal assistance. (1) Minimum wages. (i) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (a)(1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, SRF -20 May 2015 except as provided in Sec. 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph (a)(1)(ii) of this section) and the Davis -Bacon poster (WH -1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (ii)(A) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (8) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)0i) (B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. SRF -21 May 2015 (2) Withholding. The EPA shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the EPA may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3) Payrolls and basic records. (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the (write in name of appropriate federal agency) if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant, sponsor, or owner, as the case may be, for transmission to the (write in name of agency). The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH -347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the (write in name of appropriate federal agency) if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit them to the applicant, sponsor, or owner, as the case may be, for transmission to the (write in name of agency), the contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its SRF -22 May 2015 own records, without weekly submission to the sponsoring government agency (or the applicant, sponsor, or owner). (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be provided under Sec. 5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under Sec. 5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (a)(3)(ii)(B) of this section. (D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under paragraph (a)(3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the EPA or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. (4) Apprentices and trainees --(i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's SRF -23 May 2015 hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rateon the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. (5) Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. (6) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the (write in the name of the Federal agency) may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. (7) Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. SRF -24 May 2015 (8) Compliance with Davis -Bacon and Related Act requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. (9) Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. (10) Certification of eligibility. (i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. (b) Contract Work Hours and Safety Standards Act. The Agency Head shall cause or require the contracting officer to insert the following clauses set forth in paragraphs (b)(1), (2), (3), and (4) of this section in full in any contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by Sec. 5.5(a) or 4.6 of part 4 of this title. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (b)(1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (b)(1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1) of this section. (3) Withholding for unpaid wages and Liquidated damages. The loan recipient shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b)(2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (b)(1) through (4) of this section and also a clause requiring the SRF -25 May 2015 subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1) through (4) of this section. (c) In addition to the clauses contained in paragraph (b), in any contract subject only to the Contract Work Hours and Safety Standards Act and not to any of the other statutes cited in Sec. 5.1, the Agency Head shall cause or require the contracting officer to insert a clause requiring that the contractor or subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the completion of the contract for all laborers and mechanics, including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Further, the Agency Head shall cause orrequire the contracting officer to insert in any such contract a clause providing that the records to be maintained under this paragraph shall be made available by the contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the EPA and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview employees during working hours on the job. C. Preservation of Open Competition and Government Neutrality Towards Government Contractors' Labor Relations on Federal and Federally Funded Construction Projects (Executive Order 13202, as amended by Executive Order 13208) Executive Order 13202, signed February 17, 2001 and amended April 4, 2001, requires all executive agencies that issue grants to ensure Government neutrality toward contractors' labor relations. This applies to recipients of SRF assistance. The Executive Order prohibits discrimination against contractors and their employees in construction contracts based upon labor affiliation or lack thereof. SRF assistance recipients and any construction managers acting on their behalf must ensure that bidding specifications, project agreements, and other controlling documents do not require, prohibit, or otherwise discriminate, with respect to labor affiliation or lack thereof. D. Historical and Archeological Finds If, during the course of construction, evidence of deposits of historical or archeological interest is found, the contractor shall cease operations affecting the find. The owner shall then notify the State Revolving Fund Environmental Review Specialist, who shall in turn notify the State Historic Preservation Office. The SRF shall consult with the SHPO and other interested parties to determine the proper course of action regarding the discovery. No further disturbance of the deposits shall ensue until the SRF Environmental Review Specialist determines that the project activities in that area may proceed. Compensation to the contractor, if any, for lost time or changes in construction to avoid the find, shall be determined in accordance with changed conditions or change order provisions of the specifications. Authority for this derives from the National Historic Preservation Act (16 U.S.C. §§ 470 et seq.) and 36 CFR Part 800. If human remains are discovered then state law also applies IC 263B. SRF -26 May 2015 E. Prohibitions on Procurement from Violating Facilities (Section 306, Clean Air Act; Section 508, Clean Water Act; Executive Order 11738) Both the Clean Water Act and the Clean Air Act prohibit federal agencies from extending assistance by way of loans or contracts to persons who have been convicted of violations of either law. Executive Order 11738 was issued to coordinate enforcement by the U.S. Environmental Protection Agency, which shall designate facilities which have given rise to a conviction for an offense under the criminal provisions of the Clean Air Act and the Clean Water Act. The Executive Order also prohibits agencies from extending assistance to facilities that are not in compliance with either Act. SRF assistance recipients may not procure goods, services, or materials from suppliers listed by the EPA as violators. The Excluded Parties Listing System is located at http://epls.arnet.gov. Attachment 8 SRF Required Front -End Specifications Right of Entry and Records Retention The recipient shall provide access at all times for the Department of Natural Resources, the Iowa Finance Authority, the state auditor, and the U.S. EPA Office of the Inspector General to all project records and documents for inspection and audit purposes for a period of three years after the date of last loan payment. The same access to the project site(s) shall be provided for inspection purposes. 92.8 (2).6.e. State inspections. Personnel of the department shall have the right to examine all construction aspects of the project, including materials and equipment delivered and stored on site for use on the project. SRF -27 May 2015 Attachment 9 SRF Required Front -End Specifications "American Iron and Steel" Requirements H.R. 3547, the "Consolidated Appropriations Act, 2014," enacted January 17, 2014 by the U.S. Congress, includes "American Iron and Steel" provisions that require Clean Water and Drinking Water State Revolving Fund assistance recipients of these funds to use iron and steel produced in the United States. H.R. 3547 includes the following language in Division G, Title IV, under the heading, "Use of American Iron and Steel": Sec. 436. (a)(1) None of the funds made available by a State water pollution control revolving fund as authorized by title VI of the Federal Water Pollution Control Act (33 U.S.C. 1381 et seq.) or made available by a drinking water treatment revolving loan fund as authorized by section 1452 of the Safe Drinking Water Act (42 U.S.C. 300j-12) shall be used for a project for the construction, alteration, maintenance, or repair of a public water system or treatment works unless all of the iron and steel products used in the project are produced in the United States. (2) In this section, the term "iron and steel products" means the following products made primarily of iron and steel: lined or unlined pipes and fittings, manhole covers and other municipal castings, hydrants, tanks, flanges, pipe clamps and restraints, valves, structural steel, reinforced precast concrete, and construction materials. (b) Subsection (a) shall not apply in any case or category of cases in which the Administrator of the Environmental Protection Agency (in this section referred to as the "Administrator") find that— (1) applying subsection (a) would be inconsistent with the public interest; (2) iron and steel products are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quantity; or (3) inclusion of iron and steel products produced in the United States will increase the cost of the overall project by more than 25 percent. (c) If the Administrator receives a request for a waiver under this section, the Administrator shall make available to the public on an informal basis a copy of the request and information available to the Administrator concerning the request, and shall allow for informal public input on the request for at least 15 days prior to making a finding based on the request. The Administrator shall make the request and accompanying information available by electronic means, including on the official public Internet Web site of the Environmental Protection Agency. The final guidance and any published waivers are found at: http://water.epa.gov/grants funding/aisrequirement.cfm. In particular the contractor should pay attention to the guidance for documentation of compliance. There is also a waiver for incidental items; in order to qualify for this waiver the total materials and costs for the project must be tracked and incidental items identified. SRF -28 May 2015 Sample "American Iron and Steel" Contract Language In order to fulfill the requirements, the assistance recipient must in good faith design the project and solicit bids for construction with U.S.-made iron and steel. The following information will be included in any contracts resulting from this request for bids: The Contractor acknowledges to and for the benefit of the City of ("Purchaser") and the State of Iowa (the "State") that it understands the goods and services under this Agreement are being funded with monies made available by the Clean Water State Revolving Fund and/or Drinking Water State Revolving Fund and such law contains provisions commonly known as "American Iron and Steel;" that requires all of the iron and steel products used in the project to be produced in the United States ("American Iron and Steel Requirement") including iron and steel products provided by the Contactor pursuant to this Agreement. The Contractor hereby represents and warrants to and for the benefit of the Purchaser and the State that (a) the Contractor has reviewed and understands the American Iron and Steel Requirement, (b) all of the iron and steel products used in the project will be and/or have been produced in the United States in a manner that complies with the American Iron and Steel Requirement, unless a waiver of the requirement is approved, and (c) the Contractor will provide any further verified information, certification or assurance of compliance with this paragraph, or information necessary to support a waiver of the American Iron and Steel Requirement, as may be requested by the Purchaser or the State. Notwithstanding any other provision of this Agreement, any failure to comply with this paragraph by the Contractor shall permit the Purchaser or State to recover as damages against the Contractor any loss, expense, or cost (including without limitation attorney's fees) incurred by the Purchaser or State resulting from any such failure (including without limitation any impairment or loss of funding, whether in whole or in part, from the State or any damages owed to the State by the Purchaser). While the Contractor has no direct contractual privity with the State, as a lender to the Purchaser for the funding of its project, the Purchaser and the Contractor agree that the State is a third -party beneficiary and neither this paragraph (nor any other provision of this Agreement necessary to give this paragraph force or effect) shall be amended or waived without the prior written consent of the State. Sample Certifications As indicated in the contract language, it will be the responsibility of the Contractor to obtain certifications that the products and materials used in the project are U.S.-made. EPA recommends the use of a step certification process for documenting compliance with AIS requirements, similar to one used by the Federal Highway Administration. Step certification creates a paper trail which documents the location of the manufacturing process involved with the production of steel and iron materials. Each handler (supplier, fabricator, manufacturer, processor, coater, etc.) of the iron and steel products certifies that their step in the process was domestically performed. The following information is provided as a sample letter of step certification for AIS compliance. Documentation must be provided on company letterhead. In this example, there may be multiple letters from different manufacturers if one manufacturer did not perform all of the steps. SRF -29 May 2015 Date Company Name Company Address City, State Zip Subject: American Iron and Steel Step Certification for Project (X)XXXXXXXX) I, (company representative), certify that the (melting, bending, coating, galvanizing, cutting, etc.) process for (manufacturing or fabricating) the following products and/or materials shipped or provided for the subject project is in full compliance with the American Iron and Steel requirement as mandated in EPA's State Revolving Fund Programs. Item, Products and/or Materials: 1. Xxxx 2. Xxxx 3. Xxxx Such process took place at the following location: If any of the above compliance statements change while providing material to this project we will immediately notify the prime contractor and the engineer. Signed by company representative Alternatively, the final manufacturer that delivers the iron or steel product to the worksite, vendor, or contractor, may provide a certification asserting that all manufacturing processes occurred in the U.S. and providing detailed information on the steps involved. The following is a template for this type of final certification. SRF -30 May 2015 .� SRF Template American Iron and Steel Certification Letter sr�T SRF -31 May 2015 on Manufacturer's Letterhead IRON n IRON & S LLEL, DiC. STEEL 1959 Steel Ilrit e FCC- Ironville. 01112345 MATERIAL CERTIFICATION April 30; 2015 RE Job Name: Watetprojectyille, Iowa -2015 State Revolving Fund Water, Infrastructure Project.___-- SRF Project Number. CS1920999 01 �' ____ References the SRF Project I certify that the processes for rnamtfacturing or fabricating the following 'products and/or materials provided for the subject project took place at the following T.I.S. locations_ Quantity Description Manufacturing Processes Location Where Processes Occurred 3 count AB123156 1" Gate Vab•e Melting" poured, machined &anville. 011 60 count X1654321 Reinforced Conctete Manhole Melted. toile fabricated Steel. City;.lA 60 count X2123436 M$anholeCovet Melted cast finished Stainless_ MS 1200 linear feet AB654321 4"Ductile Iron \Wtet Pipe Melted, rolled, finished Pipet n, CA Ifuther cert}• that products andlormaterials are in full compliance with the American Iron and :reel requirements as mandated in the 15 S: Enyitontnentat Protection Agen 's State Revolving Fund Programs_ If any of the above compliance s . ements change while providing material to this project we will innnediatel notify The supplier_ prime contractor_ consulting engineer or ptoject owner Specifies the Manufacturing Processes and the. U.S. LocatiOn5 Specifies the. Products and On behalf of IRON & STEEL, 114C..Where Page Soda They Were Performed Quantities Signature of, Jane Smith Manufacturer's Representative _! ' Product Quality Manager SRF -31 May 2015 Covered and Non -Covered Items The EPA issued a waiver for de minimus incidental components of eligible water and wastewater infrastructure projects. Funds used for such de minimus incidental components cumulatively may comprise no more than a total of 5% of the total cost of the materials used in and incorporated into a project. The cost of an individual incidental item may not exceed 1% of the total cost of the materials used in and incorporated into a project. De minimus incidental items include miscellaneous, generally low-cost components that are essential for, but incidental to, the construction and are incorporated into the physical structure of the project. For many of these incidental components, the country of manufacture and the availability of alternatives are not readily or reasonably identifiable prior to procurement in the normal course of business. For others, the country of manufacture may be known but the miscellaneous character in conjunction with the low cost, individually and (in total) as typically procured in bulk, mark them as properly incidental. Examples of incidental components could include small washers, screws, fasteners (i.e., nuts and bolts), miscellaneous wire, corner bead, ancillary tube, etc. Examples of items that are clearly not incidental include significant process fittings (i.e., tees, elbows, flanges, and brackets), distribution system fittings and valves, force main valves, pipes, treatment and storage tanks, large structural supports, etc. Assistance recipients should in consultation with their contractors determine the items to be covered by this waiver, must retain relevant documentation (i.e. invoices) as to those items, and must summarize in reports to the State of Iowa the types and/or categories of items to which this waiver is applied, the total cost of incidental components for each type or category, and the calculations by which they determined the total cost of materials used in and incorporated into the project. The successful bidder will fill out the materials spreadsheet (shown below) and submit it to the assistance recipient to indicate covered and non -covered items proposed to be procured for the project. American Iron and Steel Materials Spreadsheet—to be Submitted by Successful Bidder Iowa Department of Natural Resources- May2014 Based on EPA Memorandum (4/15/2014): De Minimus Waiver of Section 436 ofP,L113-76, Consolidated Appropriation Acts (CAA), 2014 Choose an item. Project: Lined/unlined pipes or fittings Bidder: Manhole covers I Date: I *Covered Pr tanks; flange "Incidental Municipal castings Pipes clamps or restraints Valves Structural steel Hydrants Tanks pipes or fittings; manhole covers; municipalcastings; pipe clamps and restraints;valves; structural steel; hydrants, Instruction materials. Hy low-cost items, often procured in bulk, such as washers, screws, fasteners, small amounts of wire, etc, Flanges Reinforced precast concrete Construction materials Description of Other oducts if Not Included In Covered Products Bid Amount Covered Products Bid Amount Incidentals Documentation Will be Obtained Item is Incidental and will be Claimed under de Minimus Waiver" 1 hoose an nem U U U 2 Choose an item. U U 3 Choose an item. U U 4 Choose an item. LI U 5 Choose an item, U U 6 Choose an item. U LI 7 Choose an Rem. U U 8 Choose an item. U Li 9 Choose an item. IJ U 10 Choose an item, 1 1 1 I SRF -32 May 2015 At the end of construction, the contractor will submit a final list showing covered and non - covered items. American Iron and Steel Materials Spreadsheet with de Minimusltems Iowa Department of Natural Resources- May 2014 Based on EPA Memorandum 0/15/2014): De Minimus Waiver of Section 436 of P.L 113-76, Consolidated Appropriation Acts (CAA), 2014 Project: Contractor: submitted By: I Date: Final De Minimus List U Total Materials Cost: Total Amount Covered Underde Minimus Waiver Percent (must be 5% or less of total materials cost) 'Covered Products include: Lined or unlined pipes or fittings; manhole covers; municipal castings; pipe clamps and restraints; va Ives; structural steel; hydrants, tanks; flanges; reinforced precast concrete; construction materials. "Incidental items are miscellaneous, generally low-cost items, often procured in bulk, such as washers, screws,fasteners, smallamounts of wire, etc. Covered Products' Description if Not Included In Covered Products Date Purchased Dollar Amount Covered Products Dollar Amount Incidentals Documentation Received Incidental" 1 [Choose an item I, i U U 2 Choose an item. 11 U 3 Choose an item. ': U U 4 Choose an item. 1 i U U 5 Choose an item. U U 6 Choose an dem. U U These documents are available on-line at http://www.iowasrf.com/about srf/use-of-american- iron-and-steel/. SRF -33 May 2015 Christina Koller From: Christina Koller Sent: Friday, February 17, 2017 11:52 AM Subject: Waterloo IA FY 2017 CIP Pipelining Phase IIIA Contract No. 919 Request for Quote Attachments: Copy of Waterloo IA RFQ 03 02 2017.xls; Waterloo IA EPA Forms Attachments 4 & 6.pdf Hello, Insituform Technologies intends to bid as a prime contractor on the upcoming project titled: Waterloo IA FY 2017 CIP Pipelining Phase IIIA City Contract No. 919. We are soliciting proposals from your company for any items that will assist in completion of the CIPP Installation in which your firm is qualified to subcontract. The bid documents are available on the Zink below for your review. If you wish to provide us with a quote, please note that they are due by Tuesday, February 28, 2017 at 9:OOam. Please send to mhoeft@aegion.com, jmarich@aegion.com and ckoller@aegion.com. Please call 651-253-0236 with any questions. Contract documents can be found here: https://iticloud.egnyte.com/fl/vYnTKChsN3 Important: Attachment 4 of the EPA forms must be filled out and returned with quote. Thank you for your consideration. Note my new email address below. Chrissy Koller 1 Bid Document Coordinator 1 Insituform Technologies 580 Goddard Avenue 1 Chesterfield, MO 63005 Office: 636.530.8610 1 Fax: 636.898.5094 1 www.Aegion.com ckoller@aegion.com AEGION Insituform. Stronger. Safer. Infrastructure: Aegion is the parent company of Aegion Coating Services, AIISafe Services, The Bayou Companies, Brinderson, Corrpro, Fibrwrap Construction, Fyfe Co., Insituform, MTC, Schultz, Underground Solutions and United Pipeline Systems Aegion Disclaimer. This email and any files transmitted with it are confidential and intended solely for the use of the individual or entity to whom they are addressed. If you are not the named addressee you should not disseminate, distribute, retain, or copy this e-mail or any attachments. If you have received this email in error please delete and notify the sender. Aegion 1 Christina Koller From: Jody Treloar Rouse <jody.rouse@mpsengineers.com> To: Christina Koller Sent: Friday, February 17, 2017 12:15 PM Subject: Read: Waterloo IA FY 2017 CIP Pipelining Phase IIID, Contract No. 919 Request for Quote Your message To: Subject: Read: Waterloo IA FY 2017 CIP Pipelining Phase IIIA Contract No. 919 Request for Quote Sent: Friday, February 17, 2017 6:15:02 PM (UTC+00:00) Monrovia, Reykjavik was read on Friday, February 17, 2017 6:14:59 PM (UTC+00:00) Monrovia, Reykjavik. 1 Christina Koller From: Microsoft Outlook To: duffield6@msn.com Sent: Friday, February 17, 2017 12:37 PM Subject: Relayed: Waterloo IA FY 2017 CIP Pipelining Phase IIIA Contract No. 919 Request for Quote Delivery to these recipients or groups is complete, but no delivery notification was sent by the destination server: duffield6@msn.com (duffield6@msn.com) Subject: Waterloo IA FY 2017 CIP Pipelining Phase IIIA Contract No. 919 Request for Quote Christina Koller From: Microsoft Outlook To: JR11486@cfu.net Sent: Friday, February 17, 2017 11:52 AM Subject: Relayed: Waterloo IA FY 2017 CIP Pipelining Phase IIIA Contract No. 919 Request for Quote Delivery to these recipients or groups is complete, but no delivery notification was sent by the destination server: JR11486©cfu.net (JR114860cfu.net) Subject: Waterloo IA FY 2017 CIP Pipelining Phase IIIA Contract No. 919 Request for Quote 1 Christina Koller From: Microsoft Outlook To: patwatco@msn.com Sent: Friday, February 17, 2017 11:52 AM Subject: Relayed: Waterloo IA FY 2017 CIP Pipelining Phase IIIA Contract No. 919 Request for Quote Delivery to these recipients or groups is complete, but uo delivery notification was sent by the destination server: patwatco@msn.com (patwatco@msn.com) Subject: Waterloo IA FY 2017 CIP Pipelining Phase IIIA Contract No. 919 Request for Quote 1 Christina Koller From: Mail Delivery System <MAILER-DAEMON@southslope.ispn.net> To: pkelley@southslope.net Sent: Friday, February 17, 2017 11:52 AM Subject: Relayed: Waterloo IA FY 2017 CIP Pipelining Phase DIA Contract No. 919 Request for Quote This is the mail system at host southslope.ispn.net. Your message was successfully delivered to the destination(s) listed below. If the message was delivered to mailbox you will receive no further notifications. Otherwise you may still receive notifications of mail delivery errors from other systems. The mail system <p1ed@ 2.6.0 03369- 5, from MTA: 250 2.0 0 Ok: queued as B DD51 D81 Ok Christina Koller From: Microsoft Outlook To: ddpatterson@iowatelecom.net Sent: Friday, February 17, 2017 11:52 AM Subject Relayed: Waterloo IA FY 2017 CIP Pipelining Phase MA Contract No. 919 Request for Quote Delivery to these recipients or groups is complete, but no delivery notification was sent by the destination server: ddpatterson(Mowatelecom.net (ddpatterson©iowatelecom.net) Subject: Waterloo IA FY 2017 CIP Pipelining Phase IIIA Contract No. 919 Request for Quote 1 Christina Koller From: Microsoft Outlook mail.com To: karin.arcadian@gmail.com; iandaconstruction2013@gmail.com Friday, February 17, 2017 11:52 AM Subject: Relayed: Waterloo IA FY 2017 CIP Pipelining Phase MA Contract No. 919 Request for Quote Delivery to these recipients or groups is complete, but no delivery notification was sent by the destination server: karin.arcadian@gmail.com (karin.arcadian@gmail.com) iandaconstruction2013@gmail.com(iandaconstruction2013@gmail.com) Subject: Waterloo IA FY 2017 CIP Pipelining Phase IIIA Contract No. 919 Request for Quote 1 Christina Koller From: Microsoft Outlook To: staffer@rupertconst.com Sent: Friday, February 17, 2017 11:52 AM Subject: Relayed: Waterloo IA FY 2017 CIP Pipelining Phase IIIA Contract No. 919 Request for Quote Delivery to these recipients ow groups is complete, but no delivery notification was sent by the destination server: staffer©rupertconst.com Cstaffer©rupertconst.com) Subject: Waterloo IA FY 2017 CIP Pipelining Phase IIIA Contract No. 919 Request for Quote 1 Christina Koller From: Microsoft Outlook To: jody.rouse@mpsengineers.com Sent Friday, February 17, 2017 11:52 AM Subject: Relayed: Waterloo IA FY 2017 CIP Pipelining Phase IIIA Contract No. 919 Request for Quote Delivery to these recipients or groups is complete, but no delivery notification was sent by the destination server: jodv.rouse@mpsengineers.com (iody.rouse@mpsengineers.com)_ Subject: Waterloo IA FY 2017 CIP Pipelining Phase IIIA Contract No. 919 Request for Quote 1 Fax Confirmation Model Number: KODAK ESP 9200 Series Ai0 Fax Number: 3144426832 Date/Time: 2/17/2017 1:10 PM Fax Confirmation To/From Pages Result Date Start Fax Duration Fax Type *70 13192368177 6 OK 2/17/2017 1:08 PM 4:46 Sent Fax Confirmation Model Number: KODAK ESP 9200 Series Ai0 Fax Number: 3144426832 Date/Time: 2/17/2017 1:20 PM Fax Confirmation To/From Pages Result Date Start Fax Duration Fax Type *70 13192360515 0 Error 2/17/2017 1:19 PM 2:00 Sent Hello, Insituform Technologies intends to bid as a prime contractor on the upcoming project titled: Waterloo IA FY 2017 CIP Pipelining Phase IIIA City Contract No. 919. We are soliciting proposals from your company for any items that will assist in completion of the CIPP Installation in which your firm is qualified to subcontract. The bid documents are available on the link below for your review. If you wish to provide us with a quote, please note that they are due by Tuesday, February 28, 2017 at 9:OOam. Please send to rnhoeft(a@aegion.com, Imarich@aegion.com and ckoller@aegion.con_i_. Please call 651-253-0236 with any questions. Please contact us for a copy of the bidding documents if you wish to provide pricing. Important: Attachment 4 of the EPA forms must be filled out and returned with quote. Thank you for your consideration. To: insituform Technologies' USA, LLC Contractors 11351 W. 183rd Street Orland Park, IL 60467 Direct Phone 708-326-5107 Fax 708-478-4871 Email: jmarich@insituform.com Quotes Due by 9:00 AM Tuesday, February 28, 2017 Re: Waterloo, IA - 2017 CIP Lining Phase IIIA or all ..F the following items per the specifications on the above referenced project: Insituform Technologies USA, Inc. is requesting quotes for any Est Qty Unit Price \mount REQUEST FOR QUOTE Item No. 12,740.00 CIPP 8" CIPP 10" CIPP 12" CIPP 18" CIPP 21" CIPP 24" CIPP 36" Pipe Televising 8" Include Measurement) Pre CIPP Pipe Televising 10" Include Measurement Pre CIPP Pi,eTelevising 12" (Include Measurement P - Pipe Televising 18" (Include Measurement) Pre CIPP Pipe Televisin21" (Include Measurement Pre CIPP Pi•e Televising 24" (Include Measurement) Pre CIPP Pipe Televising 36" (Include Measurement Pre CIPP Pipe Televisin• 8" Post CIPP and Lateral Groutin. Pipe Televising 10" Post CIPP and Lateral Grouting Pipe Televising 12" Post CIPP and Lateral Groutin' Pipe Televisin. 18" Post CIPP and Lateral Groutin' Pipe Televising 21" Post CIPP and Lateral Groutin' Pi f e Televising 24" Post CIPP and Lateral Grouting Pipe Televising 36" Post CIPP and Lateral Grouting Pipe Cleaning 8" Pipe Cleaning 10" Pipe Cleanin• 12" Pipe Cleaning 18" Pipe Cleanin• 21" Pipe Cleaning 24" Pipe Cleaning 36" T pe C Root Removal - 8"-10" T pe C Root Removal - 12" T pe C Root Removal - 18"-24" T pe C Root Removal - 36" 2,665.00 2,630.00 3 -FT Lateral Groutin ummazzmnimimmimMINIEMMManhole Inspection Manhole Barrel Joint Leak Re air Manhole Lining Grout Work Miscellaneous Manhole Work 281.00 326.00 120.00 738.00 12,740.00 2,665.00 2,630.00 281.00 326.00 120.00 738.00 12,740.00 2,665.00 2,630.00 281.00 326.00 J 120.00 1 738.00 1 12,740.00 1 2,665.00 1 2,630.00 281.00 326.00 120.00 738.00 1,154.00 196.00 54.00 55.00 368.00 368.00 649.00 393.00 264.00 214.00 79.00 1.00 $ $ Total Note the following: • Prebid conference • Conditions for this proposal are listed on the tab labeled "Conditions" • Plans and specifications https //iticloud egmlte comlfllrC8oh3Dc9B • Project Completion date: • Liquidated Damages: Per Day "owls -requested -for this projee-tom --1 Y° .. oroe �3� r or-,.,. 41-0om • Only one mobilization will be paid Avalable from Owner/Engineer $ October 27, 2017 500.00 • For all quotes, unless otherwise specified, your proposal unit prices should include: Mobilization, acquisition of water meters, water usage fees, bypass pumping as necessary, traffic control, permits, restoration of grounds and structures disturbed by your work, performance bond, maintenace bond per specifications for your work, general and sppecial insurance required per the specifications and cost of getting plans. For sewer cleaning quotes, please note conditions on Conditions Tab. • Local prevailing wage rates apply. •• Quotations received will be evaluated with importance placed in the following sequence: 1 -Qualification; 2 -Past Performance; 3-FinancialPayment terms per specification Background; 4 -Price. We are an EOE. • Any information from the Specifications or Plans that we send to you regarding this project is as a courtesy only. You will still be responsible for evaluating all work that you quote based on the full plans,specifications and addenda as issued by: Engineer Owne Please fax your quote by 9 AM of the above referenced due date to (708) 478-4871, Attn: John Marich. Email responses may be sent to jmarich@insituform.com Thank You. INSITUFORM TECHNOLOGIES USA, INC. John Marich, Estimator BY: Signed: Date: Attachment 4 SRF Required Front -End Specifications (This form must be completed and signed by Prime and DBE Subcontractor for each subcontract and submitted with the bid) OMB Control No: 2090-0030 Approved 8/13/2013 Approval Expires 8/31/2015 ise Program United States Environmental Protection Agency Disadvantaged DBE Subcontractor EPerforrmance Form This form is intended to capture the DBE1 subconfractor's2 description of work to be performed and the price of the work submitted to the prime contractor. An EPA Financial Assistance Agreement recipient must require its prime contractor to have its DBE subcontractors complete this form and include all completed forms in the prime contractor's bid or proposal package. Subcontractor Name Bid/Proposal No. Address Telephone No. Prime Contractor Name Contract Item Number Project Name Assistance Agreement ID No. 1 Point of Contact (11 known) Email Address Issuing/Funding Entity Description of Work Submitted to the Prime Contractor Involving Construction, Services, Equipment or Supplies Price of Work Submitted to the Prime Contractor DBE Certified by _ DOT SBA Meets/exceeds EPA certification standards? YES NO Unknown Other. 1A DBE is a Disadvantaged, Minority, or Woman Business Enterprise that has been certified by an entity from which EPA accepts certification as described in 40 CFR 33204-31205 or certified by EPA. EPA accepts certifications from entities that meet or exceed EPA certification standards as described in 40 CFR 33.202. 2Subcontractor is defined as a company, fine, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. EPA Form 6100-3 (DBE Subcontractor Performance Form) — Page 1 SRF -7 May 2015 OMB Control No: 2090-0030 Approved 8113/2013 Approval Expires 8/31/2015 United States Environmental Protection Agency Disadvantagednterprise Program DBE Subcontractor Performance Form I certify under penalty of perjury that the forgoing statements are true and correct. Signing this form does not signify a commitment to utilize the subcontractors above. I am aware of that in the event of a replacement of a subcontractor,, I will adhere to The replacement requirements set forth in 40 CFR Part 33 Section 33.302 (c). Prime Contractor Signature Print Name Title Date Subcontractor Signature Title Print Name Date The public reporting and recordkeeping burden for this collection of information is estimated to average three (3) hours per response- Send comments on the Agency's need for this information, the accuracy of the provided burden estimates, and any suggested methods for minimizing respondent burden, including through the use of automated collection ,techniques to the Director, Collection Strategies Division, U.S. Environmental Protection Agency (2822T), 1200 Pennsylvania Ave., NW, Washington, D.C. 20460. Include the OMB control number in any correspondence. Do not send the completed form to this address. EPA Form 6100-3 (DBE Subcontractor Performance Fonn) — Page 2 SRF -8 May 2015 Attachment 6 SRF Required Front -End Specifications (This form is not required for bidding. It is for the voluntary use of DBE Subcontractors.) OMB Control No: 2090-0030 Approved 8/13/2013 Approval Expires 8/31/2015 United States Environmental Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Participation Form An EPA Financial Assistance Agreement Recipient must require its prime contractors to provide this form to its DBE subcontractors. This form gives a DBE1 subcontractor2 the opportunity to describe work received and/or report any concerns regarding the EPA -funded project (e.g. in areas such as termination by prime contractor, late payments, etc.). The DBE subcontractor can, as an option, complete and submit this form to the EPA DBE Coordinator at any time during the project period of performance. Subcontractor Name Project Name Bid/Proposal No. Assistance Agreement ID No. (if known) Point of Contact Address Telephone No. Email Address Prime Contractor Name Issuing/Funding Entity Contract Item Number Description of Work Received from the Prime Contractor Involving Construction, Services, Equipment or Supplies Amount Received by Prime Contractor 1A DBE is a Disadvantaged, Minority, or Woman Business Enterprise that has been certified by an entity from which EPA accepts certification as described in 40 CFR 33.204-33.205 or certified by EPA. EPA accepts certifications from entities that meet or exceed EPA certification standards as described in 40 CFR 33.202. 2Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. EPA Form 6100-2 (DBE Subcontractor Participation Form) — Page 1 SRF -11 May 2015 OMB Control No: 2090-0030 Approved 8/1312013 Approval Expires 8/31/2015 United States Environmental Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Participation Form Please use the space below to report any concerns regarding the above EPA -funded project Subcontractor Signature Print Name Title Date EPA FORM 6100-2 (DBE Subcontractor Participation Form) Return to: Regional Coordinator, Small Business Utilization, U.S. Environmental Protection Agency, Region 7,11201 Renner Blvd., Lenexa, KS 66219 The public reporting and recordkeeping burden for this collection of information is estimated to average three (3) hours per response. Send comments on the Agency's need for this information, the accuracy of the provided burden estimates, and any suggested methods for minimizing respondent burden, including through the use of automated collection techniques to the Director, Collection Strategies Division, U.S. Environmental Protection Agency (2822T), 1200 Pennsylvania Ave., NW, Washington, ac_ 20460. Include the OMB control number in any correspondence. Do not send the completed form to this address. EPA Form 6100-2 (DBE Subcontractor Participation Form) — Page 2 SRF -12 May 2015 Christina Koller From: Christina Koller Sent: Friday, February 24, 2017 9:43 AM Cc: Mitchell Hoeft; John Marich Subject: Waterloo IA FY 20017 CIP Pipelining Phase IIIA Contract No. 919 Request for Quote Attachments: Waterloo IA EPA Forms Attachments 4 & 6.pdf; Copy of Waterloo IA RFQ 03 02 2017.xls Recipient Delivery Tracking: Mitchell Hoeft Delivered: 2/24/2017 9:43 AM John Marich Delivered: 2/24/2017 9:43 AM 'patwatco@msn.com' 'JR11486@cfu.net' 'diffield6@msn.com' 'karin.arcadian@gmail.com' 'pkelley@southslope.net' 'ddpatterson@iowatelecom.net' 'iandaconstruction2013@gmail.com' jody.rouse@mpsengineers.com' 'staffer@ r u pert co n st. co m' Follow up reminder regarding upcoming project request for quotes: Hello, Insituform Technologies intends to bid as a prime contractor on the upcoming project titled: Waterloo IA FY 2017 CIP Pipelining Phase IIIA City Contract No. 919. We are soliciting proposals from your company for any items that will assist in completion of the CIPP Installation in which your firm is qualified to subcontract. The bid documents are available on the link below for your review. If you wish to provide us with a quote, please note that they are due by Tuesday, February 28, 2017 at 9:OOam. Please send to mhoeft@aegion.com, jmarich@aegion.com and ckoller@aegion.com. Please call 651-253-0236 with any questions. Contract documents can be found here: https://iticloud.egnvte.com/fl/vYnTKChsN3 Important: Attachment 4 of the EPA forms must be filled out and returned with quote. Thank you for your consideration. 1 Christina Koller From: Microsoft Outlook To: ddpatterson@iowatelecom.net Sent: Friday, February 24, 2017 9:43 AM Subject: Relayed: Waterloo IA FY 20017 CIP Pipelining Phase IIIA Contract No. 919 Request for Quote Delivery to these recipients or groups is complete, but no delivery notification was sent by the destination server: ddnatterson©iowatelecom.net (ddpatterson@iowatelecom.net) Subject Waterloo IA FY 20017 CIP Pipelining Phase IIIA Contract No. 919 Request for Quote Christina Koller From: Microsoft Outlook To: jody.rouse@mpsengineers.com Sent: Friday, February 24, 2017 9:43 AM Subject: Relayed: Waterloo IA FY 20017 CIP Pipelining Phase IIIA Contract No. 919 Request for Quote Delivery to these recipients or groups is complete, but no delivery notification was sent by the destination server: jody.rouse©mosenoineers.com (iodv.rouse@mosenoineers.com) Subject: Waterloo IA FY 20017 CIP Pipelining Phase IIIA Contract No. 919 Request for Quote Christina Koller From: Microsoft Outlook To: staffer@rupertconst.com Sent: Friday, February 24, 2017 9:43 AM Subject: Relayed: Waterloo IA FY 20017 CIP Pipelining Phase IIIA Contract No. 919 Request for Quote Delivery to these recipients or groups is complete, but no delivery notification was sent by the destination server: staffer@ruoertconst.com (staffer@ruoertconst.com) Subject: Waterloo IA FY 20017 CIP Pipelining Phase IIIA Contract No. 919 Request for Quote Christina Koller From: Microsoft Outlook To: karin.arcadian@gmail.com; iandaconstruction2013@gmail.com Sent: Friday, February 24, 2017 9:43 AM Subject: Relayed: Waterloo IA FY 20017 CIP Pipelining Phase IIIA Contract No. 919 Request for Quote Delivery to these recipients or groups is complete, but no delivery notification was sent by the destination server: karin.arcadian@gmail.com (karin.arcadianegmail.com) iandaconstruction2013@gmail.com(iandaconstruction2013©gmail.com) Subject: Waterloo IA FY 20017 CIP Pipelining Phase IIIA Contract No. 919 Request for Quote Christina Koller From: Mail Delivery System <MAILER-DAEMON@southslope.ispn.net> To: pkelley@southslope.net Sent: Friday, February 24, 2017 9:43 AM Subject: Relayed: Waterloo IA FY 20017 CIP Pipelining Phase IIIA Contract No. 919 Request for Quote This is the mail system at host southslope.ispn.net. Your message was successfully delivered to the destination(s) listed below. If the message was delivered to mailbox you will receive no further notifications. Otherwise you may still receive notifications of mail delivery errors from other systems. The mail system <pkelley@southslope.net>: delivery via 127.0.0.1(127.0.0.:10024: 250 2.6.0 Ok, id=25868-08, from MTA: 250 2.0.0 Ok: queued as B7DCF5338F Christina Koller From: Microsoft Outlook To: patwatco@msn.com Sent: Friday, February 24, 2017 9:43 AM Subject: Relayed: Waterloo IA FY 20017 CIP Pipelining Phase IIIA Contract No. 919 Request for Quote Delivery to these recipients or groups is complete, but no delivery notification was sent by the destination server: patwatco@msn.com (patwatco@msn.com) Subject: Waterloo IA FY 20017 CIP Pipelining Phase IIIA Contract No. 919 Request for Quote 1 Christina Koller From: To: Sent: Subject: Microsoft Outlook diffield6@msn.com Friday, February 24, 2017 9:43 AM Undeliverable: Waterloo IA FY 20017 CIP Pipelining Phase IIIA Contract No. 919 Request for Quote Your message to diffield6@msn.com couldn't be delivered. diffield6 wasn't found at msn.com, or the mailbox is unavailable. CKoller Action Re•uired Unknown To address How to Fix It' The email address migh more of the following: Office 365 diffield6 Recipient P - be misspelled or it might not exist. Try one o Retype the recipient's address, then resend the message - If you're using Outlook, open this non-delivery report message and click Send Again from the menu or ribbon. In Outlook on the web, select this message, and then click the "To send this message again, click here." link located just above the message preview window. In the To or Cc line, delete and then retype the entire recipient's address (ignore any address suggestions). After typing the complete address, click Send to resend the message. If you're using an email program other than Outlook or Outlook on the web, follow its standard way for resending a message. Just be sure to delete and retype the recipient's entire address before reseeding it. Remove the recipient from the recipient Auto -Complete List, then resend the message - If you're using Outlook or Outlook on the web, follow the steps in the "Remove the recipient from the recipient Auto Complete List" section of this article. Then resend the message. Be sure to delete and retype the recipient's entire address before clicking Send. Contact the recipient by some other means, (by phone, for example) to confirm you're using the right address. Ask them if 1 they've set up an email forwarding rule that could be forwarding your message to an incorrect address. If the problem continues, forward this message to your email admin. If you're an email admin, refer to the More Info for Email Admins section below. Was this helpful? Send feedback to Microsoft. More Info for Email Admins Status code: 550 5.1.351 When Office 365 tried to send the message, the external email server returned an error stating that the recipient is unknown or the mailbox is unavailable. This error was reported by an email server outside Office 365. If you or the sender can't fix the problem, contact the responsible party's email admin - Give them the error code and error message from this non-delivery report (NDR) to help them troubleshoot the issue. To determine who the responsible party might be, check the error for information about where the problem is happening. For example, look for a domain name like contoso.com. A domain name in the error might suggest who is responsible for the error. It could be the recipients email server, or it could be a third -party service that your organization or the recipient's organization is using to process or filter email messages. Although the sender might be able to fix the issue by correcting the recipient address, it's likely that only the recipient's email admin can fix the problem. Unfortunately, it's unlikely Office 365 Support will be able to help with these kinds of externally reported errors. Original Message Created Date: Sender Address: Recipient Address: Subject: Error Details Reported error: DSN generated by: Remote server: Details 2/24/2017 3:42:47 PM CKoller@aegion.com diffield6@msn.com Waterloo IA FY 20017 CIP Pipelining Phase IIIA Contract No. 919 Request for Quote 550 5.1.351 Remote server returned unknown recipient or mailbox unavailable -> 550 Requested action not taken: mailbox unavailable BN6PR05MB3188.namprd05.prod.outlook.com SNT004-MC10F21.hotmail.com Message Hops HOP TIME (UTC) 2/24/2017 BN6PRO5MB2914.namprd05.prod.outlook.com BN6PRO5MB2914.namprd05.prod.outlook.com mapi 3:42:47 PM 2/24/2017Microsoft SMTP 2 BN6PR05MB2914.namprd05.prod.outlook.com BN6PR05MB3188.namprd05.prod.outlook.com cipher=TLS_ECDF 3:42:48 PM Original Message Headers DKIM-Signature: v=1; a=rsa-sha256; c=relaxed/relaxed; d=Aegion.onmicrosoft.com; s=selectorl-aegion-com; h=From:Date:Subject:Message-ID:Content-Type:MlME-Version; bh=CSHOLWImLMgyjctDy2GHWiSdDcVF2NRsISamyQWlnkw=; b=RgRSVN1cXL3cyybfT£olZFpr63WBnOiNPAgAJg06dP56ZiCNaFmtidVbwMkg37okMCseDZL91iZhKI62f5U1UUf wIizBtpTj9zOj/stM/0//xvlPszMrE860EN+snmjyLQBzggllVc3gFztCQOgh9euimVQ8d5S3Fc9VAoQ8zGU= Received: from BN6PR05MB2914.namprd05.prod.outlook.com (10.173.18.135) by BN6PR05MB3188.namprd05.prod.outlook.com (10.172.146.142) with Microsoft SMTP Server (version=TLS1_2, cipher=TLS_ECDHE_RSA WITH AES 256_CBC_SHA384 P384) id 15.1.933.7; Fri, 24 Feb 2017 15:42:48 +0000 Received: from BN6PR05MB2914.namprd05.prod.outlook.com ([10.173.18.1351) by BN6PRO5M32914.namprd05.prod.outlook.com ([10.173.18.1351) with mapi id 15.01.0933.016; Fri, 24 Feb 2017 15:42:47 +0000 From: Christina Koller <CKoller@aegion.com> CC: Mitchell Hoeft <MHoeft@aegion.com>, John Marich <JMarich@aegion.com> Subject: Waterloo IA FY 20017 CIP Pipelining Phase IIIA Contract No. 919 Request for Quote Thread -Topic: Waterloo IA FY 20017 CIP Pipelining Phase IIIA Contract No. 919 Request for Quote Thread -Index: AdKOtJoj360E/9+NSkih2TZSQunrsQ== Disposition -Notification -To: Christina Koller <CKoller@aegion. com> Return -Receipt -To: <CKoller@aegion.com> Date: Fri, 24 Feb 2017 15:42:47 +0000 Message-ID: cBN6PRo5MB2914A23AFDEE89106CI1BBC8CE520@BN6PR05M32914.namprdo5.prod.outlook.com> Accept -Language: en -US Content -Language: en -US X -MS -Has -Attach: yes X-MS-TNEF-Correlator: authentication -results: spf=none (sender IP is ) smtp.mailfrom=CKoller@aegion.com; x-originating-ip: [40.130.97.181 x-microsoft-exchange-diagnostics: 1;BN6PROSMB3188;7:XmKG+gmuo/j+tFu4bVAtdHBMrXwYTlvUbNF+8gfJ9Vhi/Gl6xuuRwMyBJxabvwJXQsD6ePp 12cdDE6tSOh2Z3uL8vB6KgmrD2GLUwxLuJevE4XvLo0WSpY1TSCPdsxSZZCd9 llySluGU4gY4 ZZAyH/KD6mcuWOOv y/zmlVLzj 6Tuy8j iZIKmV9j 3K2TGMgYckv6sUGKcabopxEJGCrpdyBT6fL4p5sdK3F4ATOlch4dzNb+OFzRNSLppL 3 sOZcyuO3+3VCw2smRdj7wgoeTD6o5hW2B2cWgsil+8rsf6TfHQ3RmQ3SWXkk2HZp6Mf9A/a6drFFNBOctpk4k2ign r9NA== x-forefront-antispam-report: SFV:SICI;SCL:- 1SFV:NSPM;SFS:(10009020)(7916002)(39410400002)(39450400003)(39830400002)(40124003)(517440 03) (189002) (199003) (236005) (55016002) (2906002) (9686003) (54896002) (66066001) (99286003) (432 6007) (59246006) (54556002) (7906003) (38730400002) (2900100001) (54906002) (109986005) (53386004 ) (92566002) (110136004) (33656002) (6306002) (5890100001) (107886003) (122556002) (97736004) (773 6002) (5660300001) (345774005) (105586002) (606005) (6506006) (8936002) (3846002) (25786008) (9993 6001) (102836003) (790700001) (733005) (6116002) (77096006) (7066003) (6436002) (7696004) (1063560 01) (1671002) (861006) (86362001) (68736007) (189998001) (81166006) (3660700001) (3280700002) (539 36002) (101416001) (81156014) (74316002) (8676002) (50986999) (54356999) (39060400002) (80792005) (7099028);DIR: OUT; SFP:1101;SCL:1;SRVR:BN6PR05MB3188;H: BN6PR05M132914. namprd05. prod. outlook .com;FPR:;SPF:None;PTR:InfoNORecords;MX: 1;A: 1;LANG:en; x-ms-office365-filtering-correlation-id: b381e002-916a-4897-9a89-08d45ccbc85a x-microsoft-antispam: UriScan:;BCL:0;PCL:0;RULEID:(22001);SRVR:BN6PR05MB3188; x-microsoft-antispam-pros: <BN6PR05MB3188292EA88159EC3F4CCOBBCE520@BN6PRO5MB3188.namprd05.prod.outlook.com> x-exchange-antispam-report-test: UriScan:(126783561718375)(21748063052155); x-exchange-antispam-report-cfa-test: BCL: 0;PCL : 0;RULEID: (102415395) (6040375) (601004 ) (2401047) (8121501046) (5005006) (3002001) (10 201501046) (6041248) (20161123560025) (20161123564025) (20161123555025) (20161123558025) (20161 123562025) (6072148) ;SRVR:BN6PR05MB3188;BCL: 0;PCL: 0;RULEID: ;SRVR:BN6PR05MB3188; x-forefront-prvs: 0228DDDDD7 received-spf: None (protection.outlook.com: aegion.com does not designate permitted sender hosts) spamdiagnosticoutput: 1:99 spamdiagnosticmetadata: NSPM Content -Type: multipart/mixed; boundary="_007BN6PR05MB2914A23AFDEE89106C11BBC8CE520BN6PR05MB2914namp " MIME -Version: 1.0 X-OriginatorOrg: aegion.com X-MS-Exchange-CrossTenant-originalarrivaltime: 24 Feb 2017 15:42:47.2237 (UTC) X-MS-Exchange-CrossTenant-fromentityheader: Hosted X-MS-Exchange-CrossTenant-id: 126a2c07-46e1-41a0-bbbe-34415dbd42df X-MS-Exchange-Transport-CrossTenantHeadersStamped: BN6PRO5MB3188 4 Christina Koller From: Microsoft Outlook To: JR11486@cfu.net Sent: Friday, February 24, 2017 9:43 AM Subject: Relayed: Waterloo IA FY 20017 CIP Pipelining Phase IIIA Contract No. 919 Request for Quote Delivery to these recipients or groups is complete, but no delivery notification was sent by the destination server: 3R11486©cfu.net (JR11486(icfu.net) Subject: Waterloo IA FY 20017 CIP Pipelining Phase IIIA Contract No. 919 Request for Quote 1 Christina Koller From: Dana Patterson <ddpatterson@delonginc.com> Sent: Friday, February 24, 2017 10:51 AM To: Christina Koller Subject: Read: Waterloo IA FY 20017 CIP Pipelining Phase IIIA Contract No. 919 Request for Quote 1 CERTIFIED MBE CONTRACTORS CARTER ELECTRIC 725 Adams Street Waterloo, IA 50703 Phone: (319) 232-9808 Pager: (319) 235-4021 Contact: Derrick Carter Specializing in: ELECTRICAL CONTRACTOR CULPEPPER ELECTRIC 1731 Cottage Grove Avenue Waterloo, IA 50707 Phone: (319) 235-0885 Fax: (319) 236-8177 Contact: Martin Culpepper Certified: City of Waterloo Certified MBE, Licensed Electrician Specializing in: ELECTRICAL CONTRACTOR DANIELS HOME IMPROVEMENT 339 Albany Street Waterloo, IA 50703 Phone: (319) 961-1659 Contact: Sammy Daniels Specializing in: ALL TYPES OF CONCRETE FLATWORK, POURED WALLS—ALL TYPES, FOOTINGS, LIGHT DEMOLITION D.C. CORPORATION 426 Beech Street Waterloo, IA 50703 Phone: (319) 493-2542 FAX: (319) 236-0515 Contact: Terry Phillips Certified: City of Waterloo Certified MBE, Iowa DOT, TSB Certified Specializing in: COMMERCIAL AND RESIDENTIAL DEMOLITION, CONCRETE PAVING, DRIVEWAYS, TRUCKING (ALL TYPES), GENERAL CONSTRUCTION MBENVBE Certified Contractors List Page 2 of 4 GREER'S WORKS 2003 Plainview Street Waterloo, IA 50703 Phone: (319) 233-4701 Contact: Willie Greer Specializing in: DRIVEWAYS, SIDEWALKS, CARPENTRY, ROOFING, GENERAL CONSTRUCTION OLD GREER'S WORKS 2309 Springview Street Waterloo, IA 50707 Phone: (319) 233-2150 Contact: David L. Greer, Sr. Specializing in: ROOFING & GENERAL CONSTRUCTION QUICK CONSTRUCTION 217 Bates Street Waterloo, IA 50703 Phone: (319) 215-4166 Contact: Leroy Harrington Specializing in: ALL TYPES OF CONCRETE FLATWORK AND GENERAL CONSTRUCTION D & D CONSTRUCTION 1124 West Donald Street Waterloo, IA 50703 Phone: (319) 961-4208 Contact: Darrell E. Caldwell, Sr. Specializing in: ROOFING AND GENERAL CONSTRUCTION E. CASTRO ROOFING 702 Riehl Street Waterloo, IA 50701 Phone: (319) 215-5683 Contact: Emillio Castro Specializing in: ROOFING, SIDING, GENERAL CONSTRUCTION MBEIWBE Certified Contractors List Page 3 of 4 CERTIFIED WBE CONTRACTORS ATLAS PAINTING, INC.* 911 Sycamore Street P.O. BOX 65 Waterloo, IA 50704 Phone: (319) 232-9164 Specializing in: COMMERCIAL AND INDUSTRIAL PAINTING WATCO CONSTRUCTION, INC.* 2920 Texas Street Waterloo, IA 50702 Phone: (319) 233-7481 Certified: City of Waterloo WBE Contact: Patricia J. Kimball Specializing in: STORM SEWER, INLETS, DRAIN TILE, WATER MAIN, SANITARY SEWER, INTAKE STRUCTURES PETERMAN & HAES CARPET ONE* 4003 University Waterloo, IA 50701 Phone: (319) 233-6131 Fax: (319) 233-6133 Certified: City of Waterloo WBE Email: JR11486(cfu.net Contact: Carol Reese Specializing in: FLOOR COVERING * DENOTES WOMEN BUSINESS ENTERPRISE MBENVBE Certified Contractors List Page4of4 Attachment 4 SRF Required Front -End Specifications (This form must be completed and signed by Prime and DBE Subcontractor for each subcontract and submitted with the bid.) OMB Control No: 2090-0030 Approved 8/13/2013 Approval Expires 8/31/2015 United States Environmental Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form This form is intended to capture the DBE' subcontractor's2 description of work to be performed and the price of the work submitted to the prime contractor. An EPA Financial Assistance Agreement recipient must require its prime contractor to have its DBE subcontractors complete this form and include all completed forms in the prime contractor's bid or proposal package. Subcontractor Name Project Name Bid/Proposal No. Assistance Agreement ID Na (if known) Point of Contact Address Telephone No. Email Address Prime Contractor Name Issuing/Funding Entity Contract Item Number Description of Work Submitted to Construction, Services, Equipment he Prime Contractor Involving or Supplies Price of Work Submitted to the Prime Contractor DBE Certified by DOT SBA Meets/exceeds EPA certification standards? YES NO Unknown Other: 1A DBE is a Disadvantaged, Minority, or Woman Business Enterprise that has been certified by an entity from which EPA accepts certification as described in 40 CFR 33.204-33.205 or certified by EPA. EPA accepts certifications from entities that meet or exceed EPA certification standards as described in 40 CFR 33.202. 2Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. EPA Form 6100-3 (DBE Subcontractor Performance Form) — Page 1 SRF -7 May 2015 OMB Control No: 2090-0030 Approved 8/13/2013 Approval Expires 8/31/2015 United States Environmental Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form I certify under penalty of perjury that the forgoing statements are true and correct. Signing this form does not signify a commitment to utilize the subcontractors above. I am aware of that in the event of a replacement of a subcontractor,. I will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33.302 (c). Prime Contractor Signature Print Name Title Date Subcontractor Signature Print Name Title Date The public reporting and recordkeeping burden for this collection of information is estimated to average three (3) hours per response. Send comments on the Agency's need for this information, the accuracy of the provided burden estimates, and any suggested methods for minimizing respondent burden, including through the use of automated collection techniques to the Director, Collection Strategies Division, U.S. Environmental Protection Agency (2822T), 1200 Pennsylvania Ave., NW, Washington, D.C. 20460. Include the OMB control number in any correspondence. Do not send the completed form to this address. EPA Form 6100-3 (DBE Subcontractor Performance Form) — Page 2 SRF -8 May 2015 Attachment 6 SRF Required Front -End Specifications (This form is not required for bidding. It is for the voluntary use of DBE Subcontractors) OMB Control No: 2090-0030 Approved 8/13/2013 Approval Expires 8/31/2015 United States Environmental Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Participation Form An EPA Financial Assistance Agreement Recipient must require its prime contractors to provide this form to its DBE subcontractors. This form gives a DBE1 subcontractor2 the opportunity to describe work received and/or report any concerns regarding the EPA -funded project (e.g. in areas such as termination by prime contractor, late payments, etc.). The DBE subcontractor can, as an option, complete and submit this form to the EPA DBE Coordinator at any time during the project period of performance. Subcontractor Name Project Name Bid/Proposal No. Assistance Agreement ID No. (if known) Point of Contact Address Telephone No. Email Address Prime Contractor Name Issuing/Funding Entity Contract Item Number Description of Work Received from the Prime Contractor Involving Construction, Services, Equipment or Supplies Amount Received by Prime Contractor 1A DBE is a Disadvantaged, Minority, or Woman Business Enterprise that has been certified by an entity from which EPA accepts certification as described in 40 CFR 33.204-33.205 or certified by EPA. EPA accepts certifications from entities that meet or exceed EPA certification standards as described in 40 CFR 33.202. 2Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. EPA Form 6100-2 (DBE Subcontractor Participation Form) — Page 1 SRF -11 May 2015 OMB Control No: 2090-0030 Approved 8/13/2013 Approval Expires 8/31/2015 United States Environmental Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Participation Form Please use the space below to report any concerns regarding the above EPA -funded project: Subcontractor Signature Print Name Title Date EPA FORM 6100-2 (DBE Subcontractor Participation Form) Return to: Regional Coordinator, Small Business Utilization, U.S. Environmental Protection Agency, Region 7, 11201 Renner Blvd., Lenexa, KS 66219 The public reporting and recordkeeping burden for this collection of information is estimated to average three (3) hours per response. Send comments on the Agency's need for this information, the accuracy of the provided burden estimates, and any suggested methods for minimizing respondent burden, including through the use of automated collection techniques to the Director, Collection Strategies Division, U.S. Environmental Protection Agency (2822T), 1200 Pennsylvania Ave., NW, Washington, D.C. 20460. Include the OMB control number in any correspondence. Do not send the completed form to this address. EPA Form 6100-2 (DBE Subcontractor Participation Form) — Page 2 SRF -12 May 2015