HomeMy WebLinkAboutSAK,s*
SX CONSTRUCTION
864 HOFF RD.
OFALLON MO 63366
UNITED SATES US
To CITY CLERK AT CITY HALL
CITY OF WATERLOO, IA
715 MULBERRY ST
IIVV1. I.VVLO
CAD: 107796334/INET3850
BILL SENDER
WATERLOO IA 50703
(319) 2914323 REF SEALED BID ENCLOSED
P0: DEPT:
546J311i B53C1
11111111111111111111101111111111111110 111111111111111
Express
E
REL#
3785346
ITR"
7785 3362 5594
2 30 Q
5
05 a2
i
THU - 02 MAR 10:30A
PRIORITY OVERNIGHT
i
41-13Z1. ENCLOSElyt
aumwer-
Align bottom of peel -and -stick airbill or pouch here.
SAK'
Pipeline Infrastructure. Solved.'"
BID ENCLOSED
FY 2017 CIP Pipelining Phase IIIA
City Contract No. 919
Deliver Bid to:
City of Waterloo
City Clerk, City Hall
715 Mulberry Street
Waterloo, IA 50703
March 2, 2017 at 1:00 PM
636.385.1000 tel
636.385.1100 fax
864 Hoff Road
O'Fallon, MO 63366
www.sakcon.com
SAK
1M
Pipeline Infrastructure. Solved.
FY 2017 CIP Pipelining Phase IIIA
City Contract No. 919
BID SECURITY
636.385.1000 tel
636.385.1100 fax
864 Hoff Road
O'Fallon, MO 63366
www.sakcon.com
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, SAK Constructions, LLC, 864 Hoff Road, O'Fallon, MO 63366
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
hereinafter called
CITY OF WATERLOO , Iowa,
"OWNER." In the penal sum Five Percent of Amount Bid
Dollars ($ 5% of 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 2day of March
,20 17 , for City Contract No. 919, FY 2017 CIP Pipelining Phase IIIA
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 .
arbara Budibold, W' ness
BID BOND
AECOM 60504645
SAK Construction, • (Seal)
Pri tp=I
By
`3ot�
Travelers Casualty at
Surety
By
ice?reit
e.Y1�
Surety Com'my of America (Seal)
Attorney-in-fact
Debra A. Woodard, Attorney -in -Fact
CONTRACT NO. 919
BB -1 OF 2
ACKNOWLEDGEMENT FOR CONTRACTOR
ACKNOWLEDGEMENT FOR CONTRACTOR, IF LIMITED LIABILITY COMPANY
STATE OF Missouri }
COUNTY OF St. Charles }
ON THE and DAY OF M arch , 20 17 , BEFORE ME
PERSONALLY APPEARED Boyd Hirtz TO ME KNOWN AND
KNOWN TO ME TO BE THE Vice President OF SAK Construction, LLC,
A LIMITED LIABILITY COMPANY, DESCRIBED IN AND WHO EXECUTED THE
FOREGOING INSTRUMENT AND ACKNOWLEDGED TO ME THAT HE
EXECUTED THE FOREGOING INSTRUMENT AND ACKNOWLEDGED TO ME THAT
HE EXECUTED THE SAME AS AND FOR THE ACT AND DEED OF SAID LIMITED
LIABILITY COMPANY.
THERESA H. MESSER
My Commission Expires
March 30, 2019
St. Charles County
Commission #15634377
Notary Public
State of Missouri
County of St. Louis
On 3/02/2017, before me, a Notary Public in and for said County and State, residing therein, duly
commissioned and sworn, personally appeared Debra A. Woodard known to me to be Attorney -in -
Fact of
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
the corporation described in and that executed the within and foregoing instrument, and known to me
to be the person who executed the said instrument in behalf of said corporation, and he duly
acknowledged to me that such corporation executed the same.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year
stated in this certificate above.
t 1 kt_P\ i'A tWo Lai(
arbara
B
Buchhold, Notary I blic
My Commission Expires:
BARBARA BUCHHOLD
Notary Public - Notary Seal
STATE OF MISSOURI
St. Charles County
My Commission Expires: Sept. 7. 2018
Commission # 14430636
TRAVELERS 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. 007092 968
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 Attorney(s)-in-Fact,
each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 5th
day of January , 2017
State of Connecticut
City of Hartford ss.
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
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.
V\_$3.A.4)4 C .
Marie C.1'etreault, 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 Altomeys-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 al any time may remove any such appointee and revoke the power given hint 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.
1, 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 hand and affixed the seals of said Companies this
2 day of March
20 17.
Kevin E. Hughes, Sec
To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the
above-named individuals and the details of the bond to which the power is attached.
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
TRAVELERS CASUALTY ANO SURETY COMPANY OF AMERICA
HARTFORD, CONNECTICUT 05163
FINANCIAL STATEMENT AS OF DECEMBER 31, 2015
CAPITAL STOCK $ 6480000
ASSETS
LIABILITIES & SURPLUS
CASH AND INVESTED CASH
BONDS
STOCKS
INVESTMENT INCOME DUE AND ACCRUED
. OTHER INVESTED ASSETS
PREMIUM BALANCES
NET DEFERRED TAX ASSET
REINSURANCE RECOVERABLE
SECURITIES LENDING REINVESTED COLLATERAL ASSETS
RECEIVABLES FROM PARENT, SUBSIDIARIES AND AFFILIATES
OWER ASSETS
TOTAL ASSETS
$ 54 550,081
3,500,572,638
245,901,111
43,905,720
3,580,975
200,990.913
65.751,196
22,532,968
11,772,178
29,659.492
5,685,697
$ 4,184 903,769
UNEARNED PREMIUMS
LOSSES
LOSS ADJUSTMENT EXPENSES
COMMISSIONS
TAXES, LICENSES AND FEES
OTHER EXPENSES
CURRENT FEDERAL ANO FOREIGN INCOME TAXES
REMITTANCES AND ITEMS NOT ALLOCATED
AMOUNTS WITHHELD! RETAINED DY COMPANY FOR OTHERS
RETROACTIVE REINSURANCE RESERVE ASSUMED
POLICYHOI.DER DIVIDENDS
PROVISION FOR REINSURANCE
ADVANCE PREMIUM
PAYABLE FOR SECURDIES
PAYABLE FOR SECURITIES LENDING
CEDED REINSURANCE NET PREMIUMS PAYADLE
ESCHEAT LIABILITY
OTHER ACCRUED EXPENSES AND LIABILITIES
TOTAL LIABILITIES
CAPITAL STOCK
PAID IN SURPLUS
OTHER SURPLUS
TOTAL SURPLUS TO POLICYHOLDERS
TOTAL LIABILITIES & SURPLUS
$ 862,633,464
735,725,171
278 900,106
35,398,814
11,351,717
30,466,867
15,156,620
4,995,722
33,959,553
898,144
9,080,181
3,834,904
1,572,635
8,000,000
11,772,178
26,036.328
664,927
1,858,650
$ 2081,307,981
$ 6,480,000
433,803,760
1,663,312028
$ 2,103,595,788
$ 4.184 903,769
STATE OF CONNECTICUT
COUNTY OF HARTFORD
CITY OF HARTFORD
)
) 5S.
MICHAEL J. DOODY. BEING DULYSWORN. SAYS THAT HEIS SECOND VICE PRESIDENT, OF TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA,
AND THAT TO THE BEST OF HIS KNOWLEDGE AND BELIEF, THE FOREGOING IS ATRUE AND CORRECT STATEMENT OF THE FINANCIAL CONDITION OF SAID
COMPANY AS OF THE 31ST DAY OF DECEMBER, 2015.
SUBSCRIBED AND SWORN TO BEFORE ME THIS
18TH DAY OF MARCH, 2016
LC4a.CJ w0
SECOND VICE PRESI
1
NOTARY PUBLIC
SUSAN M. WEISSLEUER
Notary Pubic
A5 Commission Expires November 30, 2017
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
$ 0„.6 . 00
$ 33111-40 .00
2
10 -Inch Diameter CIP Pipe Lining
LF
2,665.0
$ 31 , i5
$ 83,1,21.-2,5
3
12 -Inch Diameter CIP Pipe Lining
LF
2,630.0
$ 19.25
$ _% fie ci 27. co
4
18 -Inch Diameter CIP Pipe Lining
LF
281.0
$ 19 ,'5 0
$ 22,1 339, 39, co
5
21 -Inch Diameter CIP Pipe Lining
LF
326.0
$ 17,2C
$ 25t 183_5o
6
24 -Inch Diameter CIP Pipe Lining
LF
706.0
$ `®5, 00
$ 1if, 13o„co
7
36 -Inch Diameter CIP Pipe Lining
LF
766.0
$'140. 00
$ 1Z 3,4340, op
8
Pipe Televising - 8”
LF
25,480.0
$ 1 10 0
$ 1),_0 ). Ob
9
Pipe Televising - 10"
LF
5,330.0
$ 1.. ®c.)
$ 51.a D. 00
10
Pipe Televising - 12"
LF
5,260.0
$ 1.0 o
$ S12-1.0.00
.00
11
Pipe Televising - 18"
LF
562.0
$ t, 0o
$ GC,2„ 00
12
Pipe Televising - 21"
LF
652.0
$ l , ®o
$ 652 . ti®
13
Pipe Televising - 24"
LF
1,412.0
$ `, 0 0
$ 1,q12.0 0
14
Pipe Televising - 36"
LF
1,532.0
$ (, 00
$ b g32 , pc,
15
Pipe Cleaning - 8"
LF
12,740.0
$ 3 , co
$ 3g ,22,0, 00
16
Pipe Cleaning - 10"
LF
2,665.0
$ 3, 00
$ 7, 945 00
17
Pipe Cleaning - 12"
LF
2,630.0
$ 3, 00
$ 7, $q O, 00
18
Pipe Cleaning - 18"
LF
281.0
$ 4,00
$ /dill. 00
19
Pipe Cleaning - 21"
LF
326.0
$ s.,00
$/36,3o. Oo
20
Pipe Cleaning - 24"
LF
706.0
$ ta, 00
$ c't(®t,l e ®o
21
Pipe Cleaning - 36"
LF
766.0
$ 1,00
$ (,stg9tt•oc•
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:
Limited Liability Company
The undersigned, being a Corporation existing under the laws of the State of Missouri , a
Partnership consisting of the following partners: SAK Construction, LLC
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:
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
$ 3.1s
$ '3 (.35.10
23
Type C Root Removal - 12"
LF
196.0
$ 3,7S
$ 13S. o
24
Type C Root Removal - 18"-24"
LF
98.0
$ 5,s 0
$ 531
25
Type C Root Removal - 36"
LF
57.0
$ 6,5 0
$ 110,,S0
26
Lateral Reinstatement
EA
368.0
$ SO. o®
$ I Silt> )„00
27
3 -FT Lateral Grouting
EA
368.0
$ 385, 00
$ (L 1,(080. co
28
Manhole Inspection
EA
649.0
$ 40 ,Qt,
$ 1.t Ici G , o®
29
Internal Chimney Seal
EA
391.0
$ 2q5, co
$ Y (5e34.5, 00
30
Manhole Barrel Joint Leak Repair
EA
257.0
$ 175.00
$ (7-21 v7Soa
31
Manhole Lining
EA
211.0
$ q oo, oo
$ t w 4l i ou,®®
32
Grout Work
EA
78.0
$ 475. 00
$ 3 7® o6'6,®o
33
Miscellaneous Manhole Work
LS
1.0
$ 30► ow
$ 3 d, ®bo, o0
DWG 36 - MH 08-09-05 — Wet Well
i i;
»u
$2,31o�2
$ 2.3, COO, ®®
TOTAL BID
$ /d 415B
2,60. 'C
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 Proposal Price Dollars ($ 5% of PP ) in the
form of 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.
FORM OF BID
AECOM 60504645
1
Date
02/24/17
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.
BY:
SAK Construction,
ame((off} id el
Official Address:
864 Hoff Road
ode):
March 1, 2017
(Date)
Title Boyd Hirtz, Vice President
O'Fallon, MO 63366
I.R.S. No. 20-4193988
FORM OF BID
AECOM 60504645
CONTRACT NO. 919 BF -3 OF 4
FORM OF BID
AECOM 60504645
THIS PAGE LEFT BLANK INTENTIONALLY
CONTRACT NO. 919 BF -4 OF 4
Mayor
QUENTIN M.
HART
COUNCIL
MEMBERS
TOM
POWERS
Ward 1
BRUCE
JACOBS
Ward 2
PATRICK
MORRISSEY
Ward 3
JEROME
AMOS, JR.
Ward 4
RON
WELPER
Ward 5
TOM
LIND
At -Large
STEVEN
SCHMITT
At -Large
SALES TAX EXEMPTION
AECOM 60504645
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: SAK Construction, LLC
ADDRESS: 864 Hoff Road
O'Fallon, MO 63366
(Check One) PRIME: X
FEDERAL ID#: 20-4193988
SUBCONTRACTOR:
PROJECT NAME: FY 2017 CIP Pipelining Phase IIIA
PROJECT CONTRACT NO.: City Contract No. 919
DESCRIPTION OF WORK:
❑ Brickwork
❑ Carpentry
❑ Concrete
O Drywall -Plaster -Insulation
O Electrical
O Excavation/Grading
O Flooring
❑ Heavy Construction
❑ Heating -Ventilating -Air Cond.
O Landscaping
❑ Painting
❑ Paving
❑ Plumbing
❑ Roofing -Siding -Sheet Metal
O Windows
O Wrecking -Demolition
® Other (Please Specify)
❑ Cured In Place Pipe Lining
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
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of Missouri
County of St. Charles
)ss
Boyd Hirtz being first duly sworn, deposes and says that:
Vice
1. He is President(Owner, Partner, Officer, Representative, or Agent) , of SAK Construction, LLC
the Bidder that has submitted the attached Bid;
2. 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 pr a andarenot tainted by any
collusion, conspiracy, connivance or unlawful agreement on th pa e Bidder or any of its
agents, representatives, owners, employees, or pa ' in interes in I In th}s affiant.
(Signed)
Boyd Hirtz, Vice Pre
Title
Subscribed and sworn to before me this 1st IIy'' dayo'ffff� March 2017
(/I{,.-����////����'''' '''' v / Theresa H. Messer, Notary Public
Title
My commission expires March 30, 2019
11,
NOTMY:a:
--13.%. SEAL
THERESA H. MESSER
My Commission Expires
March 30, 2019
SL Charles County
Commission #15634377
NON -COLLUSION CONTRACT NO. 919 NCA -1 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, econyc status, age, mental or
physical disabilities.
(Signed) a,
prop ate 0 icialt
Boyd Hirtz, Vice President
EQUAL OPPORTUNITY CLAUSE
AECOM 60504645
(Title)
March 1, 2017
(Date)
CONTRACT NO. 919 EOC-2 of 2
Not Applicable
CONTRACT NO:
PROJECT NAME:
DATE OF LETTING:
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.
RESIDENT BIDDER
AECOM 60504645
COMPANY NAME
CORPORATE OFFICER
TITLE
DATE
CONTRACT NO. 919 RB -2 OF 4
NON-RESIDENT BIDDER CERTIFICATION
CONTRACT NO.: 919
PROJECT NAME: FY 2017 CIP Pipelining Phase IIIA
DATE OF LETTING: March 2, 2017
I hereby certify that I am an Iowa non-resident bidder.
COMPANY NAME: SAK Construction, I,L
CORPORATE OFFICER:
TITLE:
DATE:
Boyd Hirtz, Vice President
March 1, 2017
STATE/COUNTRY OF RESIDENCY: Missouri / United States
Stated below are the preference(s) to resident bidders in the state/country of N/A
(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
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 SAK Construction, LLC
Address of Company 864 Hoff Road, O'Fallon, MO
Telephone Number ( 636 ) 385-1000
Zip 63366
Federal ID Number (if no Federal ID Number, Owner/President's Social Security
Number)
20-4193988
Name of Project FY 2017 GIP Pipelining Phase IIIA
Project Contract Number 919
Estimated Construction Work Dates *1 1'5 kl1 / I0115 k (7
tart nish CC(
Section B to be completed by SUBCONTRACTORS only: S LE A++44,,()
�c
B.
Name of General or Prime Contractor
Name of Subcontractor
Subcontractor's Address Zip
Subcontractor's Telephone Number ( )
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 -
1. The Owners and/or Principals of your company:
Name
Ethnic
Address Position Sex Origin
Jerome P. Shaw, Jr.; 864 Hoff Road, O'Fallon, MO 63366; President; Male; White
Boyd Hirtz.; 864 Hoff Road, O'Fallon, MO 63366; Vice President; Male; White
Roger Archibald.; 864 Hoff Road, O'Fallon, MO 63366; Secretary and Treasurer; Male; White
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:
Type of
Name Address Affiliation Degree
N/A
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.
SAK Construction, LLC
(Name of Company)
will give training
and employment opportunities to local residents of Waterloo, Iowa, to the
greatest extent feasible.
III. AFFIRMATIVE ACTION
A. SAK Construction, LLC recognizes that the
(Name of Company)
effective application of a policy of merit employment involves more than just a
policy statement, and SAK Construction, 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. SAK Construction, 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. SAK Construction, 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:
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.
D. SAK Construction, 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. SAK Construction, 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. SAK Construction, 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")
1. Contacted minority subcontractors that typically perform this type of work
2.
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. NoWE
2.
j, SAK Construction, 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. SAK Construction, 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:
Minority Parity = .08 (8%)
N. SAK Construction, LLC
(Name of Company)
Affirmative Action
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 2017 , 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: 15
Goals for Women: 7
*your affirmative action goals should be between 1% and 10% or more for
minorities and 1% 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 2017
. 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)
NAME AND ADDRESS
JOB CATEGORY
RACE
SEX
HOURLY
WAGE
James F.; Troy, MO
Foreman
C
M
$33.18
Thomas R.; Troy, MO
Laborer
C
M
$31.18
Shelly D.; Festus, MO
Laborer
C
F
$31.12
David H.; Troy, MO
Laborer
C
M
$31.18
Clifford W.; St. Peters, MO
Laborer
C
M
$31.12
Barret W.; Moscow Mills, MO
Laborer
C
M
$31.12
INDICATE:
DISABLED VETERAN: DV
VIETNAM ERA VETERAN: W
HANDICAPPED: H
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,
(,t
Angela irtz, Human Res
Equal Employment
Opportunity Officer
March 1, 2017
Date
City of Waterloo Affirmative Action Officer
Approved
Disapproved Reason:
By:
Date:
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) MBEM/BE 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 MBENVBE 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 MBEMVBE, 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 MBENVBE 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-BID CONTACT INFORMATION FORM
Prime Contractor Name: SAK Construction, LLC Project: No. 919 Letting Date: March 2, 2017
NO MBE/WBE SUBCONTRACTORS: 1 : u are NOT using any MBEiWBE subcontractors to complete this project, sign below. Attach a brief explanation as to
why subcontracting w ible h this'•rgject. If any MBE/WBE subcontractors will be used, please use the bottom portion of this form.
SUBCONTRACTORS APPLICA: E: You equired, in order for your bid to be considered responsive, to provide the information on this form showing ALL of
your MBEWBE subcontractor contacts ma •- 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 MBE/WBE Business Enterprise contacts
made prior to your bid submission. This information is subject to verifications and confirmation.
If you are unable to identify MBEANBE firms to perform portions of the work, please contact Louis Starks, Contract Compliance Officer, for assistance at (319) 291-
4429.
Contractor Signature:
de: Boyd Hirtz, Vice President Date: March 1, 2017
In the event it is determined that the MBE/VVBE 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
MBE/WBE
Subcontractors
Dates
Contacted
Yes/No
Dates
Contacted
Yes/No
Dollar Amount Proposed to
be Subcontracted
p
� 5 a a . C,FIA.0t spm-d0-S‘P•e-
ta-A—
(Form CCO-4) Rev. 06-20-02
MBENVBE PARTICIPATION
AECOM 60504645
CONTRACT NO. 919
M-6 OF 6
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 lots, 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 or for all Gi con (raq(s during a period (i.e., quarterly, semiannually, or
annually).
Signature
Boyd Hirtz, Vice President
March 1, 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.
Boyd Hirtz, Vice President
Typed Name & Title of Authorized Rpesentli
tivej
March 1, 2017
Signature of Authorized Re rellsentive Date
❑ I am unable to certify to the above statementsy 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
PROJECT INFORMATION
SRF Applicant:
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%
7.4%
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
PROJECT INFORMATION
SRF Applicant:
City of Waterloo, Iowa
Bidder:
SAK Construction, LLC
Address:
864 Hoff Road, O'Fallon, MO 63366
Contact Person:
Boyd Hirtz )\`/
Signature:
; `/� %
Phone Number:
`
(636) 385-100
A
E -Mail Address:
�\
bidcippc@sakcon.com
Check if Prime Contractor is: ❑ Minority -Owned
❑ Women -Owned
N/A
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? X❑ 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. x❑ Yes ❑ No
3. Did you consider in the contracting process whether firms competing for large 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. ❑x 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? x❑ 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?
Yes ❑ No
6. List the potential DBE subcontractors that were contacted. Only list those that are certified
through the Iowa Department of Transportation.
Name
How Contacted
(e.g. letter, phone
call, fax, e-mail)
Response (e.g. did not respond,
not interested, not competitive)
See attached Good Faith documentation
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 contractors bid or proposal
package.
Subcontractor Name
Project Name
FY 2017 CIP Pipelining Phase IIIA
Bid/Proposal No.
City Contract No. 919
Assistance Agreement ID No.
(if known)
Point of Contact
Address
Telephone No.
Email Address
Prime Contractor Name
SAK Construction, LLC
Issuing/Funding Entity
Contract Item
Number
Description of Work Submitted to he 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 i
n, t o
/
Print Name
l
Boyd Hirtz
itle
Date
Vice President
March 1, 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
SAK Construction, LLC
Project Name
FY 2017 CIP Pipelining Phase IIIA
Bid/Proposal No.
City Contract No. 919
Assistance Agreement ID No.
(if known)
Point of Contact
Boyd Hirtz
Address
864 Hoff Road, O'Fallon, MO 63366
Telephone No.
(636) 385-1000
Email Address
bhirtz@sakcon.com
Issuing/Funding Entity
I have identified potential DBE certified subcontractors
If yes, please complete the table below. If no, please explain:
YES x
NO
Subcontractor
Name/Company
Name
Company Address/Phone/Email
Estimated Dollar
Amount
Currently DBE
Certified?
Continue on back if needed
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, 1 will
adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33.302 (c).
Prime Contractor Siatu�\
/
Print Name
4/
r\
I .
Ivlj,
J
Boyd Hirtz
Title
Date
Vice President
March 1, 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
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 SAK Construction, LLC
Address of Company 864 Hoff Road, O'Fallon, MO
Telephone Number ( 636 ) 385-1000
Zip 63366
Federal ID Number (if no Federal ID Number, Owner/President's Social Security
Number)
20-4193988
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:
Name of General or Prime Contractor c_.7 t L mh I)t 1)
LLL_
Name of Subcontractor \b',c1 (t t�Cle. NVrA L� 1v f y t ,yjQ t j1 `-r r rS
Subcontractor's Address 2-I Z 399 /`fvt..IV l✓tj '& Zip 5a-M.2--
Subcontractor's
-2
Subcontractor's Telephone Number (Ste 3) 2 13- -1 C (-3
3
Subcontractor's Federal ID Number (if no Federal ID Number Owner/President's Social
Security Number) t-12- I51)(ot-lci
Name of Equal Employment Officer
c )eET' Q.Ar c
-2,r
C. Remainder of program to be completed by party completing program, either
Prime or Subcontractor.
1 NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR
State of /0uJa
County of Cy( (v ) ss:
n
,e -fie t� M'
He is (OwnerlPJartner Officer, Representative, or Agent)
of
�c P S'- aivi'r hereinafter referred to as the
"Su contractor;"
being first duly sworn, deposes and says that:
2. He is fully informed respecting the preparation and contents of the subcontractor's proposal
submitted by the subcontrasttor to S'
contract pertaining to the -re Zt i'l CA Pt peA i ✓ p e l ' pro ect
1i
In akif 1001 ) c t
(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 r rtiep in interest, including this affiant.
(Signed)
Subscribed and sworn to before me this Z
My commission expires (NW
JESSICA SNYDER
Notarial Seal • lowa
Commission # 76501
My Commission Expires U I
NON -COLLUSION
AECOM 60604645
Title
20/7
CONTRACT N0. 919 NCA -2 OF 2
Revised February 2003
CONTRACTOR'S OR SUBCONTRACTOR'S AFFIRMATIVE ACTION PROGRAM
Check box that applies to party completing program:
(
(
X ) General Contractor
) Subcontractor
I. Section A to be completed by GENERAL CONTRACTORS only:
A.
Name of Company SAK Construction, LLC
Address of Company 864 Hoff Road, O'Fallon, MO
Telephone Number ( 636 ) 385-1000
Zip 63366
Federal ID Number (if no Federal ID Number, Owner/President's Social Security
Number)
20-4193988
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:
B. i
Name of General or Prime Contractor SA - Y_ Co hstoko"p'o h
Name of Subcontractor Ar.G mid- LC, C -
Subcontractors Address ) ?155 3 Ave.
Subcontractor's Telephone Number (6)5 ),3101.1'•-• • a
Zip 60aa b
Subcontractor's Federal ID Number (if no Federal ID Number Owner/President's Social
Security Number) '7`{-3I47I u $
Name of Equal Employment Officer I 1 U,Y 0(1K
C. Remainder of program to be completed by party completing program, either
Prime or Subcontractor,
--77-- NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR
State of Ow a- )
) ss:
County of 3a -1,1c -S )
being first duly sworn, deposes and says that:
He is (Owner, Partner, 6ificenRepresentative, or Agent) , of
Tier LGG
"Subcontractor;"
hereinafter referred to as the
2. He is fully informed respecting the preparation and contents of the subcontractor's proposal
submitted by the subcontractor to $w V- Cc..sk..4;,,„
contract pertaining to the FY 2ot-t or? 'Wpa\:A.7 w5 pl,nsa ILA project
in (t r\eo ,
(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 subcontractors 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, employes, or parties i interest, including this affiant.
/if1
(Signed)
Title
Subscribed and sworn to beton e this 1 day of I \ \US
A fAJt, l OOU--
Title
, 206
My commission expires oa\\k\l-CSZ0
., DANNELLE L McDOWELL
a
¶Commission Number 1b2696
My Crim Isslon Expires
0�1'{�2020
NON -COLLUSION CONTRACT NO. 919 NCA -2 OF 2
AECOM 60504645
CSAK
TM
Pipeline Infrastructure. Solved.'"
February 22, 2016
To Whom It May Concern:
636.385.1000 fr!
636.385.1100 fax
864 Hoff Road
O'Fallon, MO 63366
www.sakcon.com
Boyd Hirtz, Vice President and General Manager of our CIPP Division is hereby authorized to sign bids,
extend offers, submit proposals and execute contracts on behalf of SAI< Construction, LLC.
____J.ercime P. thaw, Jr.
President
SAK Construction, LLC
State of Missouri)
County of St. Charles)
On this 22"d day of February, in the year 2016, before me, Theresa H. Messer, a notary public, personally
appeared, Jerome P. Shaw, proved on the basis of satisfactory evidence to be the person whose name is
subscribed to this instrument, and acknowledged he executed the same. Witness my hand and official
seal.
NOTARY PUBLIC
THERESA H. MESSER
My Commission Expires
March 30, 2010
St, Charles County
Commission #15634377
SEAL
UNANIMOUS WRITTEN CONSENT
OF THE SOLE MANAGER OF
SAK CONSTRUCTION, LLC
Pursuant to Section 5.3 of the Operating Agreement of SAK Construction, LLC, a Missouri
limited liability company (the "Company"), the undersigned, being the sole manager of the Company,
hereby adopts the following resolutions for the Company and consents to the taking of the actions therein
described, such consent to have the same force and effect as a unanimous vote of the managers of the
Company at a meeting duly held on the date hereof:
RESOLVED, that the following individuals are hereby elected as officers of the Company, to
hold the offices set forth opposite their respective names below for the ensuing year or until their
successors are duly elected and shall have qualified, unless sooner removed by the Manager:
Thomas Kalishman Chairman and Chief Executive Officer
Jerome P. Shaw, Jr. President
Boyd Hirtz Vice President
Roger Archibald Chief Financial Officer, Secretary and Treasurer
Steve Sluice Assistant Secretary and Assistant Treasurer
RESOLVED FURTHER, that any and all action heretofore taken, and any and all things
heretofore done, by any director of the Company in connection with, or with respect to, the matters
referred to in the foregoing Resolutions be and hereby are confunred as authorized and valid acts taken on
behalf of the Company.
RESOLVED FURTHER, that the foregoing resolutions shall replace and supersede any and all
prior resolutions appointing officers of the Company.
Dated as of January 1, 2012.
1683264.3
BEING THE SOLE MANAGER OF THE COMPANY
CONFIDENTIAL
LIMITED LIABILITY COMPANY
OPERATING AGREEMENT OF
SAK CONSTRUCTION, LLC
This Limited Liability Company Operating Agreement is made as of this 21st day of November,
2006 among those Persons signatories hereto.
RECITALS
A. The parties have formed a limited liability company under the laws of the State of
Missouri.
B. The parties wish to set forth their agreement concerning the conduct of the business and
affairs of such limited liability company and the relative rights and obligations of the parties in relation
thereto, all as set forth herein.
AGREEMENT
In consideration of the foregoing, the mutual covenants herein contained and other good and
valuable consideration (the receipt, adequacy and sufficiency of which are hereby acknowledged by the
parties by their execution hereof), the parties agree as follows.
1. Definitions; Construction.
11.Defmitions. For purposes -of this Agreement, the following capitalized terms have the
following meanings.
"Act" means the Missouri Limited Liability Company Act.
"Additional Member" has the meaning set forth in Section 10.1.
"Adjusted Capital Account Deficit" means the negative balance in a Member's Capital
Account as of the relevant time, adjusted to: (i) increase such Capital Account by: (a) the amount, if any,
of such negative balance which such Member is obligated to restore under this Agreement; and (b) the
amount, if any, of such negative balance which such Member is deemed to be obligated to restore under
Treasury Regulation §§1.7042(g)(1) and 1.704-2(i)(5); and (ii) reduce such Capital Account with the
items described in Treasury Regulation § § 1.704-1(b)(2)(ii)(d)(4), (5) and (6).
"Affiliate" means: (i) any Person which, directly or indirectly, is in control of, is
controlled by or is under common control with the party for whom an affiliate is being determined; or
(ii) any Person who is a director or officer (or comparable position) of any Person described in clause (i)
above or of the party for whom an affiliate is being determined. For purposes hereof, control of a Person
means the power, direct or indirect, to: (a) vote 10% or more of the securities having ordinary voting
power for the election of directors (or comparable positions) of such Person; or (b) direct or cause the
direction of the management and policies of such Person, whether by contract or otherwise and either
alone or in conjunction with others.
"Agreement" means this Limited Liability Company Operating Agreement, including all
Exhibits and Schedules hereto.
"Articles of Organization" means the articles of organization filed with the Missouri
Secretary of State's office pursuant to the Act, and as herein provided for the purpose of forming the
Company.
"Bankruptcy" has the meaning ascribed to such term in the Act.
1269360: November 29, 2006
4.5. Contributed Property. The Members agree that the fair market value of the Contributed
Property on the date of its Contribution will be equal to five hundred thousand dollars ($500,000.00). In
the event the IRS disagrees with such determination of fair market value by the Members, the Company
will make such curative allocations of income and distributions to the Members as are necessary to
achieve the same results as if such fair market valve had been respected by the IRS-
4.6. Third -Party Creditor. A Member's obligation to make a Contribution is not enforceable by
a third -party creditor of the Company.
5. Management of the Company.
5.1.Manager.
5.1.1. Management of the Company. The management of the Company is vested in
the Manager. Except as set forth in this Agreement, the Manager is the agent of the Company for the
purpose of its ordinary business and affairs, and has complete authority over and exclusive control and
management of the day-to-day affairs of the Company without the affirmative vote, approval or consent
of any of the Members. The act of the Manager for carrying on the business of the Company in the usual
way and in the ordinary course binds the Company, In connection with such management, the Manager
may employ on behalf of the Company or on behalf of any Subsidiary any other Person to perform
services for the Company, including the Manager, Members or Affiliates of any Member or Affiliates of
the Manager. In furtherance of carrying on the business of the Company, the Manager may, subject to
Section 5.2, do the following and bind the Company:
5.1.1.1. enter into and perform Contractual Obligations of any land
necessary or desirable to the Company's or any Subsidiary's business;
5.1.1.2. establish, maintain, deposit in and withdraw from checking,
savings, custodial and other accounts in the name of the Company in such banks, trust companies or other
fmancial institutions as the Manager may from time to time select;
5.1.1.3. execute any notifications, statements, reports, returns or other
filings that are necessary or desirable to be filed with any Governmental Authority,
5.1.1.4. bon -ow money and incur Debt on behalf of the Company or of
any .Subsidiary on a nonrecourse basis to the Members and secure the same with the Company's or any
Subsidiary's property, including borrowing from Members, the Manager, Affiliates of Members and
Affiliates of the Manager;
5.1.1.5. take such actions and execute such documents as may be
required in connection with any loan agreement, mortgage, note, bond, indemnity, security agreement,
escrow, bank letter of credit or other evidence of indebtedness which may be required in connection with
Debt incurred by the Company or by any Subsidiary;
5.1.1.6. establish reasonable reserve funds from revenues derived from
the Company's or any Subsidiary's operations to provide for future requirements of the Company's or
any Subsidiary's business;.
a Subsidiary;
thereto;
amendments thereto;
5.1.1.7. - form, organize, acquire, sell, dispose of, reorganize or liquidate
5.1.1.8.. prepare the Budget for each Fiscal Year and any amendments
5.1.1.9. prepare the Business Plan from time to time, and any
10
5.1.1.10. invest the Company's and any Subsidiary's current assets in
such investments as the Manager deems proper; •
• 5.1.1.11. make loans or advances to other Persons (excluding Members,
the Manager, Affiliates of Members and Affiliates of the Manager), all upon temas and with such security -
as the Manager deems necessary under the circumstances;
5.1.1.12. do all acts which the Manager deems necessary or appropriate
for the protection and preservation of the Company's or any Subsidiary's assets;
5.1.1.13. carry at the expense of the Company such insurance for public
liability and other coverage (including directors and officers or comparable liability insurance) necessary
or appropriate to the business of the Company and the Subsidiaries in such amounts and of such types as
the Manager determines from time to time;
5.1.1.14. - make and revoke any election permitted to the Company by any
Governmental Authority;
5.1.1.15. compromise, settle or submit to arbitration, and institute,
prosecute and defend any and all actions or claims in favor of or against the Company or any Subsidiary
or relating to the Company's or any Subsidiary's business;
5.1.1.16. obtain all permits and licenses, necessary for the operation of
the Company's or any Subsidiary's business and the ownership of its assets; .
5.1.1.17. hire or appoint employees; agents, independent contractors or
officers of the Company or of any Subsidiary;
5.1.1.18. acquire by purchase, lease or otherwise, any real or personal
property (including securities of or interests in corporations, partnerships, limited partnerships, limited
liability companies or other Persons) which may be necessary, convenient or incidental' to the
accomplishment of the purposes of the Company or of any Subsidiary;
5.1.1.19. construct, operate, maintain, finance, improve, own, sell,
dispose of, convey, assign, license, mortgage or lease any real estate and any personal property necessary,
convenient or incidental to the accomplishment of the purposes of the Company or of any Subsidiary;
5.1.1.20. prepay in whole or in part, refinance, recast, increase, modify or
extend any Debt or any mortgages or security agreements affecting the assets of the Company or of any
Subsidiary and in connection therewith execute any extensions or renewals thereof or any mortgages on
the assets of the Company or of any Subsidiary;
5.1.1.21. invest or reinvest any or all of the revenues of the Company or
of any Subsidiary in new assets or existing assets of the Company or of any Subsidiary;
5.1.1.22. engage in any kind of activity necessary to, in connection with
or incidental to the accomplishment of the purposes of the Company or of any Subsidiary;
5.1.1.23. employ, when and if in the Manager's sole discretion the same
is deemed necessary or advisable, brokers, managers, consultants, agents, accountants, lawyers or other
expert advisors, notwithstanding the fact that the Manager, an Officer, a Member or an Affiliate of any of
the foregoing may have an interest in, employ or be one of the brokers, managers, consultants, agents,
accountants, lawyers or other expert advisors;
11
5.1.1.24. sell, exchange, lease, license, mortgage, pledge or transfer all or
substantially all or less than substantially all of the assets of the Company or of any Subsidiary either in or
other than in the ordinary course of its business;
5.1.1.25. dissolve and wind up the Company;
5.1.1.26. pay all fees, compensation and reimbursements to the Manager
and his Affiliates as provided for herein;
5.1.1.27. amend this Agreement or the Articles of Organization;
5.1.1.28. change the name of the Company at any time; and
5.1.1.29. take any and all actions (whether described above or not) and
engage in any kind of activity and perform and cavy out all f inesons of any kind necessary to or in
connection with the business of the Company or of any Subsidiary and exercise all rights and remedies of
the Company or of any Subsidiary in connection with any of the foregoing.
5.1.2. Appointment of the Manager. The initial Manager is Jerome P. Shaw, Jr. Any
Manager other than the initial Manager is to be appointed by the Investor Member, The Manager may,
but need not be, a Member.
5.1.3. Term of the Manager. Jerome P. Shaw, Jr. will serve as the initial and sole
Manager until such time as an Event of Withdrawal occurs with respect to him, Any Manager, other than
the initial Manager, is to be appointed for a term of two years and occupies such position for the teen for
which he is elected and until his successor has been elected and qualified or until he resigns as Manager
or dies or becomes incapacitated or, if he is a Member, until the occurrence of an Event of Withdrawal
with respect to him or until his removal hereunder, whichever first occurs. A Manager may be
reappointed for an unlimited number of terms,
5.1.4. Resignation of the Manager. A Manager may resign as Manager at any time
for any reason. Any such resignation must be in writing and must be delivered to the Investor Member.
A resignation is effective upon such delivery.
5.1.5. Removal of the Manager. A Manager may be removed as Manager at any time,
with or without cause, by the Investor Member.
5.1.6. Vacancies. In the case of a vacancy in the position of Manager for one of the
reasons set forth above, the Investor Member is.to fill such vacancy.
5.1.7. Meetings With Investor Member Representative. The Investor Member shall
appoint an Investor Member Representative. The initial Investor Member Representative is Thomas
Kalishman. The Manager shall schedule quarterly meetings with the Investor Member Representative at
which the Manager shall report on the financial performance of the Company and such other Company
matters as the Investor Member Representative may request. The Company shalt reimburse the Investor
Member Representative for travel, Iodging and other expenses incurred by him on behalf of the Company
oi- in connection with the business of the Company.
5.1.8. Optional Board of Managers. The Investor Member may at any time, in the
sole and absolute discretion of the Investor Member, elect to vest the management of the Company in a
Board of Managets. If the Investor Member makes such an election, the Investor Member shall have the
right and authority to determine the size of the Board of Managers, appoint persons to serve as members
of the Board of Managers, establish quorum and voting requirements, and set any and all rules pertaining
to meetings of the Board of Managers, All members of the Board of Managers shall serve at the pleasure
of the Investor Member and may be removed by the Investor Member at any time with or without cause.
If the Investor Member elects to vest management of the Company in a Board of Managers, all references
12
Certificate of Standing Page 1 of 1
Date: 6/7/2011
IOWA SECRETARY OF STATE
MATT SCHULTZ
CERTIFICATE OF AUTHORIZATION
Name: SAK CONSTRUCTION, LLC (489FLC - 360969)
Authorized date: 3/28/2008
Duration: PERPETUAL
State of Incorporation: MISSOURI
I, Matt Schultz, Secretary of State of the State of Iowa, custodian of the records of
incorporations, certify that the Limited liability company named on this certificate is authorized to
transact business in this state, that all fees required by the Iowa Uniform Limited Liability
Company Act have been paid by the limited liability company, and that the most recent biennial
corporate report required has been filed by the Secretary of State.
Certificate ID: CS55239
To validate certificates visit:
www.sos. state. i a. us/ V al i dateC e r ti ficate
Matt Schultz
Iowa Secretary of State
http://www.sos.state.ia.us/Cert/Print.aspx?cs=hodAp4F6pEsY-cEMV sOXgTUYHfEJ2j7n... 6/7/2011
K IORCE
CONTRACTOR REGISTRATION CERTIFICATE
STATE OF IOWA DATE ISSUED: 11/21/2016
IOWA WORKFORCE DEVELOPMENT
DIVISION OF LABOR SERVICES
CONTRACTOR REGISTRATION
1000 East Grand Ave.
Des Moines, IA 50319-0209
Phone (515) 242 — 5871
SAK CONSTRUCTION LLC
864 HOFF RD
OFALLON, MO 63366
DATE EXPIRES: 11/21/2017
REGISTRATION NUMBER: C105108
A.,_01- /9 mom`
Michael A. Mauro, Commissioner
Your certificate will be enforced for 1 year if you are in compliance with contractor registration, unemployment insurance, and worker's compensation regulations.
Falsifying any records may result in revocation of your certificate, $500 civil penalty, and criminal prosecution.
SAK
t1A
Pipeline Infrastructure. Solved. -
636.385.1000 tel
636.385.1100 fax
864 Hoff Road
O'Fallon, MO 63366
www.sakcon.com
DEMONSTRATION OF GOOD FAITH EFFORT
It is the policy of SAK to provide all MBEs and WBEs an equal opportunity to participate in the
performance of all SAK contracts. SAK assists agencies in implementing this policy by taking all
reasonable steps to ensure that all qualified business enterprises including MBEs and WBEs have an
equal opportunity to compete for and participate in agency contracts. SAK strives to meet all MBEs and
WBEs goals for every agency that SAK contracts with.
The following good faith efforts were performed for the City of Waterloo, IA — FY 2017 CIP Pipelining
Phase IIIA project:
1) SAK provided written notice by email of its interest in receiving quotes for the City of
Waterloo, IA — FY 2017 CIP Pipelining Phase IIIA project (see Attachment A)
2) List of DBE subcontractors who were contacted (see Attachment B)
3) SAK documented efforts to follow-up initial solicitation of subcontractors (see Attachment B)
4) Copy of Constant Contact Email Solicitation (see Attachment C)
5) Constant Contact Email Statistics Report (see Attachments D.1 — D.3)
a. Opened Emails
b. Unopened Emails
c. Bounced Emails
6) SAK posted the written notice on the Small Business Administration web portal (see
Attachment E
ATTACHMENT A
SAK
Pipeline Infrastructure. Solved."
February 14, 2017
RE: City of Waterloo, IA
FY 2017 CIP Pipelining Phase IIIA
Dear Contractor:
SAK Construction, LLC is seeking minority business enterprises (MBE) and women business
enterprise (WBE) for the City of Waterloo, IA — FY 2017 CIP Pipelining Phase IIIA. The project
bids on March 2, 2017 at 1:00 PM local time. All negotiations must be completed by March 1,
2017.
Subcontracting Opportunities include but are not limited to:
1. Sewer Cleaning
2. CCTV Inspection
3. Internal Chimney Seal
4. Manhole Barrel Joint Leak Repair
5. Manhole Lining
6. Lateral Grouting
7. Internal Tree Root Removal
If your firm is interested in seeking this opportunity, please advise.
Plans and Specifications are available from the AECOM office located at 501 Sycamore Street,
Suite 222, Waterloo, IA 50703, upon receipt of a $25.00 deposit (check only). Said deposit is
fully refundable if the Plans and Specifications are returned in good condition to AECOM by the
end of the 14th consecutive day after the project has been awarded.
For assistance in obtaining equipment, supplies and materials, bonding, lines of credit,
insurance, etc. for this project please contact Theresa Messer at (636) 385-1034.
Respectfully,
Theresa Messer
SAK Construction, LLC
tmesser(c�sakcon.com
636.385.1000 tel
636.385.1100 fax
864 Hoff Road
O'Fallon. MO 63366
www.sakcon.com
ATTACHMENT B
Company
Address low Up Date
Quote Received
Dollar Amount Proposed to be
Subcontracted
Anne Duffield Construction, Inc.
1825 E Avenue NW 2/28/2017
No
N/A
Cerebral Info Tech, LLC
1454 30th Street, Ste 205 2/28/2017
No
N/A
Curtis Contracting Corp.
5806 Ely Road SW 2/28/2017
No
N/A
David Mason & Associates, Inc.
8005. Vandeventer Ave. 2/28/2017
DeLong Construction, Inc.
1320 N 8th Avenue 2/28/2017
No
N/A
GM Contracting, Inc.
19810 515th Avenue 2/28/2017
No
N/A
I&A Construction, LLP
3623 Vine Avenue 2/28/2017
No
N/A
1 & 1 Boring, Inc.
41 Cardinal Hill Road 2/28/2017
No
N/A
Kim Construction Company, Inc.
3142 Holeman 2/28/2017
Yes
$ 1,668,675.00
Phoenix Corp. of the Quad Cities
23821 66th Avenue Noth 2/28/2017
No
N/A
Rupert Construction Co.
8316 Blondo Street, Ste 211 2/28/2017
No
N/A
TCW Construction, Inc.
141 M Street 2/28/2017
No
N/A
Trekk Design Group, LLC
1441 East 10th Street, Ste 10' 2/28/2017
No
N/A
Watco Construction, Inc.
2920 Texas Street 2/28/2017
No
N/A
From: Douglas Woerz
To: Theresa Messer
Subject: FW: Your campaign City of Waterloo, IA - FY 2017 CIP Pipelining Phase IIIA has been sent
Date: Tuesday, February 14, 2017 1:46:19 PM
ATTACHMENT C
From: Constant Contact
Sent: Tuesday, February 14, 2017 1:46:11 PM (UTC -06:00) Central Time (US & Canada)
To: Douglas Woerz
Subject: Your campaign City of Waterloo, IA - FY 2017 CIP Pipelining Phase IIIA has been sent
51
Dear SAK Construction,
Your campaign 'City of Waterloo, IA - FY 2017 CIP Pipelining Phase IIIA' was sent
on 2/14/2017 around 2:46 PM EST.
Below is a copy of the message your subscribers received. See how your campaign is doing
by visiting Reports in your account to get real-time results and stats.
Subject: City of Waterloo, IA - FY 2017 CIP Pipelining Phase IIIA
SAK Construction Announcement
ATTENTION MINORITY BUSINESS ENTERPRISES
(MBE) AND WOMAN BUSINESS ENTERPRISES
(WBE)
SAK Construction, LLC is seeking minority business enterprises (MBE) and women
business enterprise (WBE) for the City of Waterloo, IA - FY 2017 CIP Pipelining
Phase IIIA. The project bids on March 2, 2017 at 1:00 PM local time. All
negotiations must be completed by March 1, 2017.
Subcontracting Opportunities include but are not limited to:
1. Sewer Cleaning
2. CCTV Inspection
3. Internal Chimney Seal
4. Manhole Barrel Joint Leak Repair
5. Manhole Lining
6. Lateral Grouting
7. Internal Tree Root Removal
If your firm is interested in seeking this opportunity, please advise.
Plans and Specifications are available from the AECOM office located at 501
Sycamore Street, Suite 222, Waterloo, IA 50703, upon receipt of a $25.00 deposit
(check only). Said deposit is fully refundable if the Plans and Specifications are
returned in good condition to AECOM by the end of the 14th consecutive day after
the project has been awarded.
For assistance in obtaining equipment, supplies and materials, bonding, lines of
credit, insurance, etc. for this project please contact Theresa Messer at (636) 385-
1034.
SAK Construction, LLC
www.sakcon.com
636.385.1000
SAK Construction, LLC, 864 Hoff Road, O'Fallon, MO 63366
SafeUnsubscribeTM dwoerzCalsakcon.com
Forward this email 1 Update Profile i About our service provider
Sent by bidcippc@ sakcon.com in collaboration with
Constant Contact
Try it free today
Constant Contact'
Print Report
Print Report
SAK Construction
Email Statistics
3/1/2017
Email Name: City of Waterloo, IA - FY2017 CIP Pipelining Phase III
Template: - My Image I
Lists: Waterloo, IA
Email Run History
Sending Type
Sent
Run Date
Status
Original Send
15
2/14/2017
Successfully Sent
Email Stats
Sent
Bounces
Spam Reports
Unsubscribes
Opens
Clicks
Forwards
15
33.3%
(5)
0
0
30.0%
(3)
0
0
Click through Stats
Email Link
Unique Click-throughs
Click -through Distribution
http://www.sakcon.com
0
0.0%
Total Click-throughs 0
0%
Social Stats
Page Views
Share
Send
Like
Twitter
Linkedln
(Other)
0
0
0
0
0
0
0
Print Report
ATTACHMENT D.1
Campaigns Contacts Reporting List Growth Tools Library More v
.h 0 s
City of Waterloo, IA- FY2017 CIP Pipelining Phase III
4 Unique Opens 40% Open rate
Name
Show 100 rows per page
Email Date/me (CST)
info@kimconstruction.com 2/28/2017 3:20pm
patwatco@msn.com 2/27/2017 2:01 pm
jennifer@jjboring.com 2/16/2017 9:06am
iandaconstruction2013@gmail.com 2/15/2017 9:58am
1-4of4items
ATTACHMENT D.2
Campaigns Contacts Reporting List Growth Tools Library More v
6 Did Not Open 60% Did not open
Name
Show 100 rows per page
Email
sharazin@gmcontractinginc.com
duffield6@msn.com
pkelley@southslope.net
ddpatterson@iowatelecom.net
jdelgado@tcwconstruction.com
krobinett@trekkllc.com
ATTACHMENT D.3
Campaigns Contacts Reporting List Growth Tools Library More v
5 Bounced Emails 33% Bounce rate
Name
Show 100 rows per page
Reason
Undeliverable
Undeliverable
Suspended
Suspended
Suspended
Email
k.v@cebrabralinfotech.com
kv@cebrabralinfotech.com
mevphoenixcorp@frontiernet.net
rkaftantizis@davidmason.com
staff@rupertconst.com
ATTACHMENT E
Display Solicitation Record
Your solicitation has been entered in SUB -Net database. Thank you very much!
Prime's Name: SAK Construction, LLC
Contact: Theresa Messer
Address 1: 864 Hoff Road
Address 2:
City: 0 FALLON State: MO
Zip: 63366 Zip+4:
Phone: 636-385-1000 1034
Fax: 636-385-1100
Email: bidcippc@sakcon.com
Seeking: • US Department Of Transportation Disadvantaged
Business Enterprise (DBE)
• Small Disadvantaged Business (SDB)
• Women Owned Small Business (WOSB)
Description: SAK Construction, LLC is seeking minority business
enterprises (MBE) and women business enterprise
(WBE) for the City of Waterloo, IA - FY 2017 CIP
Pipelining Phase IIIA. The project bids on March 2,
2017 at 4:00 PM local time. All negotiations must be
completed by March 1, 2017. Subcontracting
Opportunities include but are not limited to: 1. Sewer
Cleaning 2. CCTV Inspection 3. Internal Chimney Seal
4. Manhole Barrel Joint Leak Repair 5. Manhole Lining
6. Lateral Grouting 7. Internal Tree Root Removal If
your firm is interested in seeking this opportunity,
please advise. Plans and Specifications are available
from the AECOM office located at 501 Sycamore Street,
Suite 222, Waterloo, IA 50703, upon receipt of a $25.00
deposit (check only). Said deposit is fully refundable if
the Plans and Specifications are returned in good
condition to AECOM by the end of the 14th consecutive
day after the project has been awarded. For assistance
in obtaining equipment, supplies and materials,
bonding, lines of credit, insurance, etc. for this project
please contact Theresa Messer at (636) 385-1034.
NAICS Code: 237110
Place of performance: IA - Iowa
Prime Sol. Number:
Subcontract Sol. Number: WATERLOO, IA - 2017 CIP
Bid Closing Date: 3/2/2017
Time: 1:00 PM CDT
Back
This listing is from the SBA's PRODUCTION environment.
Window URL: https://ewebl.sba.gov/subnet/update/profiles/dsp_post_option.cfm
Data region URL: https://ewebl.sba.gov/subnet/search/dsp_detailed_bid_record.cfm?bid_seq_num=43819&extra_msg=Y