Loading...
HomeMy WebLinkAboutInsituform Technologies USA, LLCPROPOSAL FOR FY 2019 CIP PIPELINING PHASE IIIC CITY CONTRACT NO. 962 ADDENDA: BID DATE: FEBRUARY 7, 2019 @ 1:00 P.M. C)TYCLERKS 1_-;-- PROPOSAL - MEL Insituform Technologies' USA, LLC 17988 Edison Avenue • Chesterfield Missouri 63005 BID BOND ENCLOSED CITY CLERK/CITY HALL CITY OF WATERLOO 715 MULBERRY STREET WATERLOO, IA 50703 BID BOND Insituform Technologies USA, LLC KNOW ALL MEN BY THESE PRESENTS, that we, 17988 Edison Avenue, Chesterfield, MO 63005 as Principal, and Travelers Casualty and Surety Company of America, One Tower Square, Hartford, CT 06183 as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum Five Percent of the Amount Bid Dollars ($ 5% Anionnt 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 7 day of February , 20 19 , for FY 2019 CIP Pipelining Phase IIIC, City Contract No. 962 AECOM #605043369 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 7 day of February , A.D. 201 9 Insituform Technologies USA, LLC (Seal) Principal By (Title)Jana Lause, Contracting & Attesting Officer Witness kins Contracting &Attesting Officer Witness , Michelle Wilson BID BOND AECOM 60543369 Travelers Casualty and Surety Company of America (Seal) Surety By Ashley Miller, Attorneyin'-fa`df CONTRACT NO. 962 Page BB -1 OF 1 FY 2019 CIP Pipelining Ph IIIC State of Missouri County of St. Louis On 2/07/2019, before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared Ashley Miller 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. Michelle Wilson, Notary Public MICHELLE WILSON Notary Public — Notary Seal State of Missouri, Jefferson County Commission # 15636070 My Commission Expires June 23, 2019 My Commission Expires: TRAVELERS J Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Ashley Miller of Chesterfield Missouri their true and lawful Attorney -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017. State of Connecticut City of Hartford ss. On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance 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 By: ��%�- Robert L. Raney, SeaVice President GALA. C termatt Marie C. Tetreault, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine, Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attomey executed by said Companies, which remains in full force and effect. Dated this 7 day of. February , 2019. Kevin E. Hughes, Assi Cant Secretary To verify the authenticity of this Power of Attorney, please ca// us at 1-800-421-3880. Please refer to the above-named Attorney -in -Fact and the details of the bond to which the power is attached. RESIDENT/NON-RESIDENT BIDDER RESIDENT BIDDER: In accordance with Section 73A.21 of the Iowa Code, all non -federal -aid public improvement projects, which include road construction, shall be performed by a qualified resident bidder. The resident bidder has been further defined as follows: Resident Bidder: A person or entity authorized to transact business in this state and having a business for at least three years prior to the date of the first advertisement for the public improvement. If another state or foreign country has a more stringent definition of a resident bidder, the more stringent definition is applicable as to bidders from that state or foreign country. The contractor shall provide the City with a certification that he is a qualified resident bidder according to the above definition. The Certification shall be submitted with the contractor's bid. A copy of the form of "Resident Bidder Certification" is included in the Contract Documents. If it is determined that the contractor does not meet this qualification after he begins work, a shutdown notice shall be issued and the voiding of the contract shall begin unless the contractor becomes qualified. NON-RESIDENT BIDDER: The contractor shall provide the City with a certification that he is a non-resident bidder according to the above definition. The Certification shall be submitted with the contractor's bid. A copy of the form of "Non -Resident Bidder Certification" is included in the Contract Documents. DJG 01/02/12 RESIDENT BIDDER AECOM 60504645 60543369 CONTRACT NO. S19- 962 RB -1 OF 4 CONTRACT NO.: 962 NON-RESIDENT BIDDER CERTIFICATION PROJECT NAME: FY2019 CIP Pipelining Phase IIIC DATE OF LETTING: February 7, 2019 I hereby certify that I am an Iowa non-resident bidder. COMPANY NAME: Insituform Technologies USA, LLC CORPORATE OFFICER: TITLE: DATE: Gly L Jana Lause, Contracting & Attesting Officer February 7, 2019 STATE/COUNTRY OF RESIDENCY: Missouri Stated below are the preference(s) to resident bidders in the state/country of Missouri (Preference to bidders, labor force, or other preferential treatment to bidders or laborers, etc. RESIDENT BIDDER AECOM 60504645 60543369 CONTRACT NO. '9-1-9- 962 RB -3 OF 4 CONTRACTOR REGISTRATION CERTIFICATE STATE OF IOWA DIVISION OF LABOR CONTRACTOR REGISTRATION 1000 East Grand Avenue Des Moines, IA 50319-0209 Phone (515) 242 — 5871 www.iowacontractor.gov INSITUFORM TECHNOLOGIES USA LLC 17988 EDISON AVE. CHESTERFIELD, MO 63005 DATE ISSUED: 06/06/2018 DATE EXPIRES: 07/08/2019 REGISTRATION NUMBER: C103896 ,A49-- inplAA0 Michael A. Mauro, Commissioner 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 subcontracts during a period (i.e., quarterly, semiannually, or annually) `LI i' a Zt_ February 7, 2019 Signature Date Jana Lause, Contracting & Attesting Officer 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. understand that a false statement on this certification may be ground for rejection of this proposal or termination of the award. In addition, under 18 U SC Sec. 10 01, a false statement ma y result in a fine of up to $10,000 or imprisonment for up to 5 years, or both. Jana Lause, Contracting & Attesting Officer Typed Name & Title of Authorized Representative J 4_1- Q February 7, 2019 Signature of Authorized Representative Date ❑ I am unable to certify to the above statements. My explanation is attached. EPA Form 5700-49 (11-88) SRF -3 May 2015 Attachment 3 SRF Required Front -End Specifications (This form must be completed and signed by Prime Contractor and submitted with the bid.) Disadvantaged Business Enterprise (DBE) Solicitation It is EPA's policy that recipients of EPA financial assistance through the State Revolving Fund programs award a "fair share" of subagreements to small, minority and women -owned businesses, collectively know as Disadvantaged Business Enterprises (DBEs). Iowa's Fair Share goals are: Only work performed by certified DBEs can be counted toward the goals. In Iowa, DBEs must be certified through the Iowa Department of Transportation (IDOT). Information on certification requirements and a list of certified DBEs is on the IDOT website at http://www.iowadot.qov/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.qov/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: Insitufoim Technologies USA, LLC Address: 17988 Edison Avenue, Chesterfield, MO 63005 Contact Person: Jana Lause, Contracting & Attesting Officer Signature: f Phone Number: 636'-530-8000 E -Mail Address: jlause@aegion.com Check if Prime Contractor is: ❑ Minority -Owned ❑ Women -Owned SRF -4 May 2015 GOOD FAITH EFFORTS CHECKLIST Please complete the checklist to determine if you have complied with the requirement to make good faith efforts to ensure that certified DBEs have the opportunity to compete for procurements funded by EPA financial assistance funds. Bidders/offerers must make good faith efforts prior to submission of bids/proposals. 1. Did you ensure that DBEs are made aware of contracting opportunities to the fullest extent practicable through outreach and recruitment activities? Yes ❑ No 2. Did you make information on forthcoming opportunities available to DBEs and arrange time frames for contracts and establish delivery schedules, where the requirements permit, in a way that encourages and facilitates participation by DBEs in the competitive process? This includes, whenever possible, posting solicitation for bids or proposals for a minimum of 30 calendar days before the bid or proposal closing date. IS. 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? P 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) r Se. atitV F.,+1 E tL.4 Lo� o r�.i 1 -'�24 i i so AArn , v< 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 DBE1 subcontractor's2 description of work to be performed and the price of the work submitted to the prime contractor. An EPA Financial Assistance Agreement recipient must require its prime contractor to have its DBE subcontractors complete this form and include all completed forms in the prime contractor's bid or proposal package. Subcontractor Name Project Name FY2019 CIP Pipelining Phase IIIC Bid/Proposal No. 962 Assistance Agreement ID No. (if known) Point of Contact Address Telephone No. Email Address Prime Contractor Name Insituform Technologes USA, LLC Issuing/Funding Entity Contract Item Number Description of Work Submitted to the Prime Contractor Involving Construction, Services, Equipment or Supplies Price of Work Submitted to the Prime Contractor DBE Certified by DOT SBA Meets/exceeds EPA certification standards? YES NO Unknown Other: 1A DBE is a Disadvantaged, Minority, or Woman Business Enterprise that has been certified by an entity from which EPA accepts certification as described in 40 CFR 33.204-33.205 or certified by EPA. EPA accepts certifications from entities that meet or exceed EPA certification standards as described in 40 CFR 33.202. 2Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. EPA Form 6100-3 (DBE Subcontractor Performance Form) — Page 1 SRF -7 May 2015 OMB Control No: 2090-0030 Approved 8/13/2013 Approval Expires 8/31/2015 United States Environmental Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form I certify under penalty of perjury that the forgoing statements are true and correct. Signing this form does not signify a commitment to utilize the subcontractors above. I am aware of that in the event of a replacement of a subcontractor, I will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33.302 (c). Prime Contractor Signature Print Name 1...e Jana Lause Title Date Contracting & Attesting Officer February 7, 2019 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 DBE' subcontractors2 and the estimated dollar amount of each subcontract. An EPA Financial Assistance Agreement Recipient must require its prime contractors to complete this form and include it in the bid or proposal package. Prime contractors should also maintain a copy of this form on file. Prime Contractor Name Insituform Technologies USA, LLC Project Name FY2019 CIP Pipelining Phase IIIC Wg/Proposal No. 17988 Edison Avenue, Chesterfield, MO 63005 Assistance Agreement ID No. (if known) Point of Contact Address 636-530-8000 jlause@aegion.com Telephone No. Email Address Issuing/Funding Entity I have identified potential DBE certified subcontractors If yes, please complete the table below. If no, please explain: YES 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, I will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33.302 (c). Prime Contractor Signature Print Name 4 vt_st Q Jana Louse Title Date Contracting & Attesting Officer February 7, 2019 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 FORM OF BID OR PROPOSAL FY 2019 CIP PIPELINING PHASE IIIC CONTRACT NO. 962 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: Insituform Technologies USA, LLC Limited Liability Company 1. The undersigned, being a Ger-poration existing under the laws of the State of Delaware a Partnership consisting of the following partners: N/A having familiarized (himself) (themselves) (itself) with the existing conditions on the project area affecting the cost of the work, and with all the contract documents listed in the Table of Contents and Addenda (if any), as prepared by AECOM 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 2019 CIP PIPELINING PHASE IIIC, CITY CONTRACT NO. 962, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: FY 2019 CIP PIPELINING PHASE IIIC CITY OF WATERLOO, IOWA CITY CONTRACT NO. 962 Item Description Unit Estimated Quantities Unit Price Total Amount 1 8" Diameter CIP Pipe Lining LF 9,850.00 $ . 3, 60 $ 232, rico-tO 2 10" Diameter CIP Pipe Lining LF 698.00 $ ,2_7.1 0 $ it 125, 26 3 12" Diameter CIP Pipe Lining LF 846.00 $ 3 L1,$0 $ 29, Vq©.^bo 4 15" Diameter CIP Pipe Lining LF 301.00 $ L-1 S, Lc) $ 1 3, 003, 2a 5 Pipe Televising - 8" LF 19,700.00 $ 0,10 $ 19 70.00 6 Pipe Televising - 10" LF 1,396.00 $ 0.I6 $ j too 7 Pipe Televising - 12" LF 1,692.00 $ O. 1 U $ (61.20 8 Pipe Televising - 15" LF 602.00 $ 0.16 $ v. Ze 9 Pipe Cleaning - 8" LF 9,850.00 $ 3, 10 $ 305-35%0o 10 Pipe Cleaning - 10" LF 698.00 $ 3 . (0 $ 2,163.0 11 Pipe Cleaning - 12" LF 846.00 $ '� . i10 $ 2,G76,90 FORM OF BID AECOM 60543369 CONTRACT NO. 962 Page BF -1 OF 3 FY 2019 CIP Pipelining Ph IIIC Item Description Unit Estimated Quantities Unit Price Total Amount 12 Pipe Cleaning - 15" LF 301.00 $ 3.40 $ 1,02,5J-16 13 Type C Root Removal - 8"-10" LF 790.00 $ \ ,'moo $ 1, p2Lv' O 14 Type C Root Removal - 12"-15" LF 98.00 $ 1. 410 $ 1 3 7.26 15 Lateral Reinstatement EA 282.00 $ 7`j 26 $ 20,92,-1Jio 16 3 -FT Lateral Grouting EA 282.00 $1jts, I & $ U9, 3i 9.Zo TOTAL BID 44 9?j fG r3 2. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after "Notice to Proceed" is issued. 4. Security in the sum of Five percent of amount bid Dollars ($ 5% of amt bid ) in the form of a bid bond , is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. 6. Attached hereto is the Bidder Status Form indicating Resident Bidder Certification ( Non -Resident Bidder Certification (X ). (Mark one.) or 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. Date 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). FORM OF BID CONTRACT NO. 962 Page BF -2 OF 3 AECOM 60543369 FY 2019 CIP Pipelining Ph IIIC The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. 11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 12. The bidder has attached all applicable forms. 13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a contract due to budgetary limitations. Insituform Technologies USA, LLC February 7, 2019 (Name of Bidder) BY: l'1, '1ZL Official Address: (Including Zip Code): 17988 Edison Avenue (Date) Title Jana Lause, Contracting & Attesting Officer Chesterfield, MO 63005 I.R.S. No. 43-1319597 FORM OF BID CONTRACT NO. 962 Page BF -3 OF 3 AECOM 60543369 FY 2019 CIP Pipelining Ph IIIC INSITUFORM TECHNOLOGIES USA, LLC PRESIDENT APPOINTMENT OF CONTRACTING AND ATTESTING OFFICERS The undersigned, being the President of Insituform Technologies USA, LLC, a Delaware Limited Liability Company (the "Company"), and pursuant to the authority set forth in the Limited Liability Company Operating Agreement of the Company, hereby determines that: 1. Christlanda Adkins, Laura M. Andreski, Janet Hass, Jana Lause, Diane Partridge, Whittney Schulte, and Ursula Youngblood are appointed as Contracting and Attesting Officers of the Company, each with the authority, individually and in the absence of the others, subject to the control of the Board of Managers of the Company, to: (i) certify and attest to the signature of any officer of the Company; (ii) enter into and bind the Company to perforin pipeline rehabilitation activities of the Company and all matters related thereto, including the maintenance of one or more offices and facilities of the Company; (iii) execute and to deliver documents on behalf of the Company; and (iv) take such other action as is or may be necessary and appropriate to carry out the project, activities and work of the Company. 2. Any person previously appointed or serving as a Contracting and Attesting Officer of the Company prior to the date hereof and who is not named above is hereby removed from any such appointment. Dated: December 1, 2018 Charles R. Gordon President No: W00772236 Date: 01/30/2012 489FLC-430392 INSITUFORM TECHNOLOGIES USA, LLC ACKNOWLEDGEMENT OF DOCUMENT FILED The Secretary of State acknowledges receipt of the following document: Certificate of Authority The document was filed on Jan 25 2012 4:19PM, to be effective as of Jan 25 2012 4:19PM. The amount of $100.00 was received in full payment of the tiling fee. MATT S''HUL'" SEC lf TARY OF STATE 6�� R.r);InlPgn MATT SCHULTZ Secretary of State State of Iowa tiOj& LIMITED LIABILITY COMPANY ;;! 0 Application for Certificate of Authority TO THE SECRETARY OF STATE OF THE STATE OF IOWA: Pursuant to section 802 of the Iowa Revised Uniform Limited Liability Company Act, the undersigned applies for a certificate of authority to transact business in Iowa and hereby states: 1. The name of the limited liability company: MSYITJFORM TECHNOLOGIES USA, LLC 1A, The name the limited liability company will use in Iowa, jf different than the legal name of the company named above: (Refer to note #5 on the back of this form) 2. The limited liability company is formed under the laws of the state (or foreign country) of: Delaware 3. The duration of the limited liabllitycompanyis: Perpetual 4, The street and mailing address of its registered office In Iowa and the name of its registered agent at that office: Corporation Service Company Name 505 5th Avenue, Suite 729, Des Moines, IA 50309 Address City State Zip The registered office and registered agent comply with the requirements of section 489.113.' 5. The address of the office required to be maintained in the state of its formation by the law of that state (if such an address is not required, the address of the principal office of the limited liability company): 17988 Edison Ave. Address Chesterfield, MO 63005 ,n City State Zip 6. (A) This foreign limited liability company is govemed by an operating agreement that establishes or provides for the establishment of designated series of transferable interests having separate rights, powers, or duties with respect to specified property or obligations of the foreign limited liability company, or profits and losses associated with the specified property or obligations. ❑ YES 0 NO (B) All debts, liabilities, and obligations incurred, contracted for, or otherwise existing with respect to a particular series, if any, are enforceable against the assets of such series only, and not against the assets of the foreign limited liability company generally. ❑ YES d NO 7. The effective date and time of this application, if different than the date and time of filing: (Refer to note IN on the back of this form) Date Time 8. A certificate of existence or a record of similar import, signed by the secretary of state of other official having custody of the company's publicly filed report in the state or other jurisdiction under whose law the company is formed, accom- panies this application.p�tin. pl Signature l tst 'l Type or print name and title David F. Mor s, Manager 635_0010 7/09 Date January 7 , 2012 6 ) Delaware (Te First State PAGE 1 I, JEFFREY W. BULLOCK, SECRETARY OF STATE OF THE STATE OF DELAWARE, DO HEREBY CERTIFY "INSITUFORM TECHNOLOGIES USA, LLC" IS DULY FORMED UNDER THE LAWS OF THE STATE OF DELAWARE AND IS IN GOOD STANDING AND HAS A LEGAL EXISTENCE SO FAR AS THE RECORDS OF THIS OFFICE SHOW, AS OF THE EIGHTEENTH DAY OF JANUARY, A.D. 2012. AND I DO HEREBY FURTHER CERTIFY THAT THE SAID "INSITUFORM TECHNOLOGIES USA, LLC" WAS FORMED ON THE TWENTY-SECOND DAY OF DECEMBER, A.D. 1983. AND I DO HEREBY FURTHER CERTIFY THAT THE ANNUAL TAXES HAVE BEEN PAID TO DATE. 2024080 8300 120059761 You may verify this certificate online at Corp. delaware. gov/authver. shtml FILED I OWA SECRETARY OF STATE 'V'9/7f W772236 11 1111 111 11111 Jeffrey W Bullock, Secretary of State AUTHEN ' C°.TION: 9304231 DATE: 01-18-12 11 i INFORMATION NEEDED FOR IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE CONTRACTOR NAME: ADDRESS: Insituform Technologies USA, LLC 17988 Edison Avenue, Chesterfield, MO 63005 X (Check One) PRIME FEDERAL ID#: 43-1319597 SUBCONTRACTOR PROJECT NAME: FY 2019 CIP PIPELINING PHASE IIIC PROJECT CONTRACT NO.: 962 DESCRIPTION OF WORK: ❑ Brickwork ❑ Carpentry ❑ Concrete ❑ Drywall -Plaster -Insulation ❑ Electrical ❑ Excavation/Grading ❑ Flooring ❑ Heavy Construction ❑ Heating -Ventilating -Air Cond ❑ Landscaping ❑ Painting o Paving ❑ Plumbing ❑ Roofing -Siding -Sheet Metal ❑ Windows ❑ Wrecking -Demolition XOther (Please specify) Sewer Pipe Rehabilitation - CIPP SALES TAX EXEMPTION CONTRACT NO. 962 Page STE-1 OF 1 AECOM 60543369 FY 2019 CIP Pipelining Ph IIIC THIS PAGE LEFT BLANK INTENTIONALLY NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of Missouri )ss County of St. Louis JanaLause , being first duly sworn, deposes and says that: Contracting & Attesting Officer 1. He is (Owner, Partner, Officer, Representative, or Agent) , of Insituform Technologies USA, 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 proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed)( --e/ . r_r�c Jana Laue, Contracting & Attesting Officer Title Subscribed and sworn to before me this 7 �yday eof� February , 201 9. LL( 1 2 My commission expires /l/?9/01-4 JANET W. HASS Notary Public — Notary Seal St Louis County - State of Missouri Commission Number 12529086 My Commission Expires Nov 27, 2020 NON -COLLUSION AFFIDAVITS AECOM 60543369 Title CONTRACT NO. 962 Page NCA -1 OF 2 FY 2019 CIP Pipelining Ph IIIC 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 CONTRACT NO, 692 Page EOC-1 OF 2 AECOM 60543369 FY 2019 CIP Pipelining Ph IIIC subcontract or purchase order unless exempted by the rules, regulations or orders of the City's Affirmative Action Program, and will provide in every subcontract, or purchase order that said provisions will be binding upon each contractor, subcontractor, or supplier. 8. We, the undersigned, recognize that we are morally and legally committed to non-discrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race, creed, color, sex, national origin, economic status, age, mental or physical disabilities. (Signed) Insitufoim Technologies USA, LLC Appropriate Official) JanaLause, ContractinaeAttesting Officer February 7, 2019 (Date) EQUAL OPPORTUNITY CLAUSE CONTRACT NO, 692 Page EOC-2 OF 2 AECOM 60543369 FY 2019 CIP Pipelining Ph IHC Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: EJ Yes ❑ No O Yes ®No ❑ Yes ® No ® Yes 0 No ❑ Yes ® No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). My company has an office to transact business in Iowa. My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: / / to / / Address: City, State, Zip: Dates: / / to / / Address. City, State, Zip: Dates: / / to / / Address. You may attach additional sheets) if needed. City, State, Zip: To be completed by non-resident bidders N/A Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to resident bidders, resident laborEl Yes ❑ No force preferences or any other type of preference to bidders or laborers? 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. See Attached You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: Insituform Technologies USA, LLC Signature: i �� �,C(2-ZY Jana Lause, Contacting & Attesting Officer Date: February 7, 2019 You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-6001 (09-15) BSF-1 Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ® Yes ❑ No ❑ Yes © No D Yes No O Yes E No ❑ Yes No ❑ Yes ®No ❑ Yes ®No ❑ Yes ]No ❑ Yes Z]No ❑ Yes K]No ® Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the lowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. My business is a limited liability company whose certificate of organization is filed in lowa and has not filed a statement of termination. My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in lowa and the certificate has not been revoked or canceled. 309-6001 (09-14) BSF- 2 Preference Yes Contracts for Job or Service Performance Veterans Preference for the Blind Scope of Preference & Conditions Statute 34.070 -- Reciprocal law applies to all commodities and tangible personal property manufactured, mined, produced, processed, or grown within the State of Missouri, to all new generation processing entities defined in Section 348.432, RSMo, except new generation processing entities that own or operate a renewable fuel production facility or that produce renewable fuel, and to companies doing business as Missouri firms, corporations or individuals, when quality is equal or better and delivered price is the same or less. Such preference may be given whenever competing bids, in their entirety, are comparable. "Commodities" shall include any agricultural product that has been processed or otherwise had value added to it in this state. The preference is not applied to public works or product transportation where bid is less than $5,000.00, nor is it applied for bids with Department of Transportation when Federal funds are involved. Vendor need not claim preference. Statute 34.073.1 -- In awarding contracts for the performance of any job or services, preference shall be given to companies doing business as Missouri firms, corporations or individuals or which maintain Missouri offices or places of business, when the quality of performance promised is equal or better and the price quoted is same or less, or whenever competing bids, in their entirety, are comparable. In awarding contracts for the performance of any job or service, all agencies, departments, institutions, and other entities of this state and of each political subdivision of this state shall give a three point bonus preference to service -disabled veteran businesses. The goal is not required and the provisions of this subsection shall not apply if there are no (or insufficient) bids or proposals submitted to the public entities listed above. Statute 34.165 — When making purchases for the State, its governmental agencies or political subdivisions, the commissioner of administration shall give bidding preference consisting of a ten point bonus on bids for products and services manufactured, produced or assembled in qualified nonprofit organizations for the blind. Revised February 2003 CONTRACTOR'S OR SUBCONTRACTOR'S AFFIRMATIVE ACTION PROGRAM Check box that applies to party completing program: x ) General Contractor ) Subcontractor Section A to be completed by GENERAL CONTRACTORS only: A. Name of Company Insitufonn Technologies USA, LLC Address of Company 17988 Edison Avenue, Chesterfield MO Zip 63005 Telephone Number ( 636 ) 530-8000 Federal ID Number (if no Federal ID Number, Owner/President's Social Security Number) 43-1319597 Name of Equal Employment Officer Stephen Callahan, VP - Human Resources Name of Project FY 2019 CIP Pipelining Phase IIIC Project Contract Number 962 Estimated Construction Work Dates ,%,I / &Se - Start Finish Section B to be completed by SUBCONTRACTORS only: 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. The Owners and/or Principals of your company: Ethnic Name Address Position Sex Origin See Attached 1 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 Insituform Technologies, LLC 17988 Edison Avenue, Chesterfield, MO 63005 Parent Aegion Corporation II Ultimate Parent II. EMPLOYER'S POLICY (Please read carefully.) A. We, the undersigned, recognize that we are morally and legally committed to nondiscrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap. B. The employment policies and practices of the undersigned are to recruit and hire employees without discrimination, and to treat them equally with respect to compensation and opportunities for advancement, including training, upgrading, promotion, and transfer. However, we realize the inequities associated with employment training, upgrading, contracting and subcontracting for minorities and women and we will direct our efforts to correcting any deficiencies to the maximum extent possible. The same will be required of our SUBCONTRACTORS and suppliers. C. We submit this program to assure compliance with Executive Order 11246, as amended, and other subsequent orders that may pertain to equal employment opportunity and merit employment policies, fully realizing that our qualification and/or merit system should be evaluated and revised, if necessary. D. We agree to put forth the maximum effort to achieve full employment and utilization of capabilities and productivity of all our citizens without regard to race, creed, color, sex, national origin, economic status, age, and mental or physical handicap. E. Insituform Technologies USA, LLC will give training (Name of Company) and employment opportunities to local residents of Waterloo, Iowa, to the greatest extent feasible. III. AFFIRMATIVE ACTION A Insituform Technologies USA, LLC recognizes that the (Name of Company) effective application of a policy of merit employment involves more than just a policy statement, and Insituform Technologies USA, LLC (Name of Company) will, therefore, re-evaluate our Affirmative Action Program to ensure that equal employment opportunities are available on the basis of individual merit, and to actively encourage minorities, women and local residents to seek employment with our company on this basis. B Insituform Technologies USA, LLC will undertake the (Name of Company) following six (6) steps to improve our Affirmative Action Program: 1. Minority Recruitment and Employment; 2. Local Recruitment and Employment; 3. Disabled Veteran and Vietnam Era Veteran Recruitment and Employment; 4. Handicapped Recruitment and Employment; Insituform Technologies USA, LLC is a subsidiary of Aegion Corporation Insituform Tecbnologies'USA, LLC INSUITUFORM TECHNOLOGIES USA, LLC BOARD OF MANAGERS AND OFFICERS (Current as of December 18, 2018) BOARD OFMANAGERS Charles R. Gordon Member, Board of Managers David F. Morris Member, Board of Managers .- OFFICERS' Name Office Charles R. Gordon President David F. Morris Executive Vice President Mark A. Menghini Senior Vice President and Secretary Stephen Callahan Senior Vice President Kenneth L. Young Senior Vice President and Treasurer Ralph Western Senior Vice President — Manufacturing Dawn Landmann Senior Vice President — Tax Daniel P. Schoenekase Vice President, General Counsel and Assistant Secretary Dennis Pivin Vice President — Safety Lany Mangels Vice President and Chief Financial Officer Chuck Delaney Vice President — Operations CONTRACTING AND ATTESTING OFFICERS Christlanda Adkins Laura M. Andreski Janet Hass Jana Lause Diane Partridge Whittney Schulte Ursula Youngblood Business Address for Board of Managers and Officers: 17988 Edison Avenue Chesterfield, MO 63005 C. D. Female Recruitment and Employment; and Training, Upgrading and Promotional Opportunities. Insituform Technologies USA, LLC will take (Name of Company) whatever steps are necessary to ensure that our total work force has adequate minority, female, and local representation. We will utilize the following methods in our recruitment attempts: 1. Local advertising media (newspapers, radio, TV); 2. Community organizations (churches, clubs, schools); 3. Public and private institutions in the area (UNI, Hawkeye Community College); 4. Job Service of Iowa; and 5. Other. Insituform Technologies USA, LLC will seek qualified minority, (Name of Company) female, and local group applicants for all job categories and will make asserted efforts to increase minority, female and group representation in occupations at the higher levels or skill and responsibility. E. All sources of employment used shall be aware that we are an Equal Employment Opportunity Employer. Labor organizations representing our employees will be notified of our Equal Employment Opportunity Policy and Affirmative Action Program. F. Training, upgrading, promotion and transfer activities at all levels will be monitored to ensure that full consideration has been given to qualified minority, female, and local group employees. O Insituform Technologies USA, LLC will encourage other (Name of Company) companies with whom we are associated and/or do business, to do the same and we will assist them in their efforts. H. Insituform Technologies USA, LLC has taken the following (Name of Company) Affirmative Action to ensure that minority, female, local contractors and/or suppliers were provided opportunities to negotiate and/or bid on this project: (if none, write "NONE") s' 1. I C. -..J retu..o s. -L I )tti/1r - filo Atli, J. 2. 2"' C�..1 r -.1 Sir 1130111 - N0 refit 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. rent — tsj .,1,1.1 406c.»M..t.-5 •1h LJ, 2 Insitufonn Technologies USA, LLC will require approved (Name of Company) Affirmative Action Programs from all nonexempt contractors who propose to work on this project and will take whatever steps are necessary to ensure that non -minority contractors have adequate representation of minority, female and local persons in their total work force. K. In further accordance with rules and guidelines issued pursuant to Executive Order 11246 as amended, we establish the goals for our company, based on parity percentages supplied by the City, and we realize these goals will be reviewed on an annual basis. -3 L. Insitufonn Technologies USA, LLC will keep records of (Name of Company) specific actions relative to recruitment, employment, training, upgrading and promotion and will provide the City of Waterloo with any information relative to same, including activities of our SUBCONTRACTORS and suppliers as necessary or when requested. M. Parity figures for companies located in Waterloo are as follows: Minority Parity = .08 (8%) N Insituform Technologies USA, LLC Affirmative Action (Name of Company) 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 2019 , please submit percentage targets for employing minorities and women. If you already have reached your target for hiring minorities and women, please submit that percentage. *Goals for Minorities: ** % **Goals are set based on the Goals for Women: ** % requirements of each specific project. *Your affirmative action goals should be between 1% and 10% or more for minorities and 1% and 5% or more for women. Please be advised that the goals or targets are purely your estimation of how many women and minorities your company can reasonably expect to hire in 201_. Note, that none of the goals are rigid or inflexible. They are targets that your company calculates as reasonably attainable. This will help the City in its monitoring procedures as required by City of Waterloo Resolution No. 1984-142(4). CONTRACTOR'S TOTAL WORK FORCE (WATERLOO) INDICATE: DISABLED VETERAN: DV VIETNAM ERA VETERAN: W HANDICAPPED: H -5 - 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, i By: / tpatfy%Ex& uttive Jana Lause, Contracting & Attesting Officer Feb airy 7, 2019 Date Bv: �'` Christlanda Adkins, Co v ting & Attesting Officer 4al-Ern pleyment Opp4F-tu-nity-Gffioef February 7, 2019 Date City of Waterloo Affirmative Action Officer Approved Disapproved Reason: By: Date: EEO Category # Employees 1.1 - Executive/Senior Level Officials and Managers 1 1.2 - First/Mid Level Officials and Managers 4 2 - Professionals 3 6 - Craft Workers 6 8 - Laborers and Helpers 8 Grand Total 22 Race # By Race Black or African American 1 Two or More Races 1 White _ 20 Grand Total 22 Gender Female Male Grand Total # By Gender 1 21 22 Veteran I AM NOTA VETERAN I DO NOT WISH TO SELF -IDENTIFY Grand Total # Responded 21 1 22 Prime Contractor Name: Insituform Technologies USA, LLC MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM Project: FY2019 CIP Pipelining Phase IIIC Letting Date: February 7, 2019 NO MBEIWBE SUBCONTRACTORS: If you are NOT using any MBENVBE subcontractors to complete this project, sign below. Attach a brief explanation as to why subcontracting was not feasible,with-this project. If any MBE/WBE subcontractors will be used, please use the bottom portion of this form. Contractor Signature: ri1 /i i Title: Jana Lause, Contracting & Attesting Officer Date: February 7, 2019 SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the information on this form showing ALL of your MBENVBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions should be directed to Contract Compliance Office 319-291-4429. You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBEIWBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation. If you are unable to identify MBEIWBE firms to perform portions of the work, please contact Louis Starks, Contract Compliance Officer, for assistance at (319) 291- 4429. In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals. TABLE OF INFORMATION SHOWING BIDDER'S PRE-BID MBE/WBE 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 (Form CCO-4) Rev. 06-20-02 ITEMS OF POTENTIAL MBE/WBE AECOM 60543369 CONTRACT NO. 692 Page M-6 OF 6 FY 2019 CIP Pipelining Ph IIIC Waterloo IA 02 07 2019 Good Faith Effort Log CmpanYName MEM Phan Numb., Fu Email Address 1st Emil ROgUesl Bent End Ernst! Request Bent Read EmN1 Pone Submitted YIN Nates MOEJWO I OBE Function Provided In spec book: Carla, E5ctrlc Donick Canes 313232-93013 - MBE Elton. cons -nor Culpepper Electric Merlin Wpm.. 3132350865 313236.5177 Heaorne Daniels Hoe knprovemeM Ssmny O.Mete 519.801.1659 - MBE __ DC Carym3on Tony PIOUpa 3134932542 318236051! MBE mores sswkpwntlewlle, Aempe,Bm aim Braes Woad WORD Crow 3132334701 MBE MBE carom. ma nebentodem. mane ovens. dnmeen. nnUno Old Woofs Warks_ David L Greer Sr 313233-2150 d'mem. omenimmmumn MP* Con:800401, Leery Hedn4ton 3192154186 MBE MBE em e.im.lmmmdb� =one. 060 ConebuctlonDunn E Cacho!!Sr 3186814208 m . .Mcmmamwnm E Cosa Ro01n985154,0 abo 3192155889 _ MBE MBE pmmicn.,ussn Alin P.Inlnp, Inc. / 3132324134 WBE Waco Construction. l'. PaIncle Kimbell 3132337431 WBE couumneam htlumal senses,., Putman &HenC lthen L Carol Reese C.roiRJ 3132334131 3132334133 WBE semi Mer Vasa Mkt Oa VICOr Fr. gamey wear. no* smmm DOT dkactery: Mr.+wmo ACOT Associates Group LLC Salomon Mindoro 001.2631053 601-3734222 1248018 11302018 1/302018 MBE Anne OuMeld Constsucllan, Inc. Mtn Oul649 513384.8474 31944843338 - 124!019 1/30/2015 WBE Arwdlan En4ineeIng.4C 14s6n AKIN 3184304007 1842018 15012018 WBE BelShme Contraclotn, LLC 9510.03 1pb.435 402.50439813 4024454404 1242018. 1/30/2018 1562018 MBE Bops Contracting, LLC MIN). Boys 507-M455119 124/2016 17362018 WBE Curtis Contracting Cm3. Mauls Herod 3188/35710 1242019 15012019 5i8E DeLcn9 Construction, Inc. Oena OelonB.Paltemon 313853.3334 3184535351 1242018 1568018 124/2018.4 100/2019 WBE GMConlractIn5.Inn 5en1,aH.l50n 507-7258433 507.7268998 1242019 1202019 1202018WBE - GUMerCona1r3c11anCamPanY 077018. Gunter 913462.7844913462-7545 12412019 15 _02019 5589 IBA Construction, LLP Weal Friss 712424.9050 7124374416' ' ,... 1242019 1/308019 MBE J&1 Bllln5.Inc. Jennifer Bouquet 838885.87/8 836886.8819 11242019 120/2019 WBE /54644. En0lneedn4 Group, LLC Gad E. Bay., 8182335877 8133315877 1242019 1/35,2018 1202018 ontolatlka until 100 WOE Nm Construction Company, Inc. Kim A Yellow 7037541181 7037541183 1240018 1502019 WBE MPSEn.lnesn, P.C. D/B/A Mn4slon5ervka, P.C. Umnh G. Shelve 5152214532 5152224625 u.... 1248019 1502019 MBE Phoeras Corporation dthe Ouad Cities &.Amis E O.Cap 305.5234647 303529.3752 1244019 1502019 WEE R.M. Chin and Anaclstea,lm. Eileen Chin 312-5954000 312.5445399 124/2019 1502018 1/24/2019 WEE Rupert ConstruclIo,Co, Matthew Rupert 4024974320 402-3932493 124/019 10012019 MBE Standard Centrac6m4 Inn Rennes Seldenkrzns 6514632510 651-463-2525 - 1248019 1242019 151.2019 15022019 0/24/2019 WEE MEE TCW Construction, Int. Joseph Ddpdo 402475.5030 - - ,., Tech Services To Ga, Inn dbalSI Engineering. loo Demise&Hervey 314-3734000 3142274612 1242010 1502019 1/24/2019 1/30)2019 WBE Toppert leltln45en. Inc Deb,. Nansen Tappert 301-755-0600 303755-1966 1242019 1/502019 WBE Waco ConIOYc8on.lno. PetisJ Kimbell 3132317481 - 1/34/2019 1526019 1 Christina Koller From: Christina Koller Sent: Thursday, January 24, 2019 12:32 PM Cc: Anthony Ostgulen; Ross Kramer; Brian Wimberger Subject: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase III C Attachments: Copy of Waterloo IA - Field Info - 2-1-19.xls; SRF - Attachment 4 - Subcontractor Info.pdf; Waterloo IA - RFQ Due 2-1-19.xls Tracking: Recipient Delivery Anthony Ostgulen Delivered: 1/24/2019 12:32 PM Ross Kramer Delivered: 1/24/2019 12:32 PM Brian Wimberger Delivered: 1/24/2019 12:32 PM 'dsa @a cotassociates.com' 'an ne@adc.construction' 'karin kee3 @gmai I.com' 'mmonteon @ bayshoreusa.com' 'kathy@boyswaterprod ucts.com' 'pkelley@southslope.net 'dd patterson @ delong in c.com' 'sh arazin@gmcontracti ngi nc.com' 'ch risti na @ gu nterkc.com' iandaconstruction2013 @g mai I.com' 'jennifer@jjbori ng.com' 'g buyer@ kaskas kiaeng.com' info@ kimconstru ction.com' 'umesh.s hetye@mpsengi nee rs.com' ' marged @ phoen ixcorp.org' 'ei leenc@rmch i n.com' 'staffer@ rupertconst.com' ' becky@stan coni nc.com' 'jdelgado@tcwconstruction.com' 'dhervey@tsig eotech.co m' 'deb@toppert.com' 'patwatco@msn.com' Hello, Insituform Technologies intends to bid as a prime contractor on the upcoming project titled "Waterloo IA FY2019 CIPP Phase IIIC City Contract No 692." As a public funded project, there are SRF requirements regarding DBE participation on this project. We are soliciting proposals from your company for any items that will assist us in the completion of the project. You can find specific bid items in the attached RFQ. You can also download a copy of the bid documents by using the link below. If it is necessary for your company to break the bid items up to assist in completing the work, we will allow that. 1 Egnyte Link: https://iticloud.egnyte.com/fl/G8gDxx2nJV If you wish to provide us with a quote, please note that they are due by Friday, 2/1/2019 at 9:OOam. Please send quotes to aostgulen@aegion.com or rkramer@aegion.com Please include a filled out copy of the SRF — Attachment 4 with your quote! This needs to be turned in with our bid. We would appreciate a quote from your firm. Please contact us with any questions regarding this project at 651-253- 0236. Thank you. Chrissy Koller 1 Sales Administrator 1 Insituform Technologies, LLC 580 Goddard Avenue 1 Chesterfield, MO 63005 Office: 636.530.8610 'Cell: 314.343.9152 I Fax: 636.898.5094 1 www.Aegion.com ckoller@aegion.com Fit AEGION Stronger. Safer. Infrastructure nsituform. Aegion is the parent company of Aegion Coating Services, AllSafe Services, The Bayou Companies, Brinderson, Corrpro, Fibrwrap Construction, Fyfe Co., Insituform, MTC, Schultz, Underground Solutions and United Pipeline Systems Aegion Disclaimer This email and any files transmitted with it are confidential and intended solely for the use of the individual or entity to whom they are addressed. If you are not the named addressee you should not disseminate, distribute, retain, or copy this e-mail or any attachments. If you have received this email in error please delete and notify the sender. Aegion 2 Christina Koller From: postmaster@mpsengineers.com To: umesh.shetye@mpsengineers.com Sent: Thursday, January 24, 2019 12:37 PM Subject: Delivered: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase III C Your message has been delivered to the following recipients: umesh.shetye@mpsengineers.com Subject: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase III C 1 Christina Koller From: Microsoft Outlook To: sharazin@gmcontractinginc.com Sent: Thursday, January 24, 2019 12:33 PM Subject: Relayed: First Request- Request for Quote -Waterloo LA FY2019 CIPP Phase III C Delivery to these recipients or groups is complete, but no delivery notification was sent by the destination server: sharazinftgmcontractinginc.com(sharazinPgmcontractinginc.com) Subject: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase III C 1 Christina Koller From: postmaster@phoenixcorp.org To: marged@phoenixcorp.org Sent: Thursday, January 24, 2019 12:32 PM Subject: Delivered: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase III C Your message has been delivered to the following recipients: margecl Ophoenixcorp.orq Subject: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase III C 1 Christina Koller From: postmaster@stanconinc,com To: becky@stanconinc.com Sent: Thursday, January 24, 2019 12:32 PM Subject: Delivered: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase III C Your message has been delivered to the following recipients: becky@stanconinc.com Subject: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase III C 1 Christina Koller From: postmaster@tcwconstruction.com To: jdelgado@tcwconstruction.com Sent: Thursday, January 24, 2019 12:32 PM Subject: Delivered: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase III C Your message has been delivered to the following recipients: jdelgado@tcwconstruction.com Subject: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase III C 1 Christina Koller From: postmaster@gunterkc.com To: christina@gunterkc.com Sent: Thursday, January 24, 2019 12:32 PM Subject: Delivered: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase III C Your message has been delivered to the following recipients: christina@gunterkc.com Subject: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase III C 1 Christina Koller From: postmaster@rmchin.com To: eileenc@rmchin.com Sent: Thursday, January 24, 2019 12:32 PM Subject: Delivered: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase III C Your message has been delivered to the following recipients: eileenc@armchin.com Subject: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase III C Christina Koller From: postmaster@outlook.com To: patwatco@msn.com Sent: Thursday, January 24, 2019 12:32 PM Subject: Delivered: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase III C Your message has been delivered to the following recipients: patwatco@msn.com Subject: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase III C Christina Koller From: postmaster@TSI.Iocal To: dhervey@tsigeotech.com Sent: Thursday, January 24, 2019 12:32 PM Subject: Delivered: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase III C Your message has been delivered to the following recipients: dhervey@tsigeotech.com Subject: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase III C 1 Christina Koller From: postmaster@acot.us.com To: dsa@acotassociates.com Sent: Thursday, January 24, 2019 12:32 PM Subject: Expanded: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase III C Your message has been delivered to the following groups: dsa©acotassociates.com Subject: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase III C 1 Christina Koller From: Mail Delivery System <MAILER-DAEMON@southslope.ispn.net> To: pkelley@southslope.net Sent: Thursday, January 24, 2019 12:32 PM Subject: Relayed: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase III C This is the mail system at host southslope.ispn.net. Your message was successfully delivered to the destination(s) listed below. If the message was delivered to mailbox you will receive no further notifications. Otherwise you may still receive notifications of mail delivery errors from other systems. The mail system <pkelley@southslope.net>: delivery via 127.0.0.1[127.0.0.1]:10024: 250 2.6.0 Ok, id=19318-03, from MTA: 250 2.0.0 Ok: queued as 525AD57567 1 Christina Koller From: Microsoft Outlook To: staffer@rupertconst.com Sent: Thursday, January 24, 2019 12:32 PM Subject: Relayed: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase III C Delivery to these recipients or groups is complete, but no delivery notification was sent by the destination server: staffer@rupertconst.com (staffer@rupertconst.com) Subject: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase III C 1 Christina Koller From: Microsoft Outlook To: anne@adc.construction Sent: Thursday, January 24, 2019 12:32 PM Subject: Relayed: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase III C Delivery to these recipients or groups is complete, but no delivery notification was sent by the destination server: anne@adc.construction (anne@adc.construction) Subject: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase III C 1 Christina Koller From: Microsoft Outlook To: iandaconstruction2013@gmail.com; karinkee3@gmail.com Sent: Thursday, January 24, 2019 12:32 PM Subject: Relayed: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase III C Delivery to these recipients or groups is complete, but no delivery notification was sent by the destination server: iandaconstruction2013@gmail.com (iandaconstruction2013@gmail.com) karinkee3@gmail.com (karinkee3@gmail.com) Subject: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase III C 1 Christina Koller From: Microsoft Outlook To: ddpatterson@delonginc.com Sent: Thursday, January 24, 2019 12:32 PM Subject: Relayed: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase 1II C Delivery to these recipients or groups is complete, but no delivery notification was sent by the destination server: ddpatterson@delonginc.com (ddpatterson@delonginc.com) Subject: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase III C 1 ChaistinaDev From: Microsoft Outlook To: deb@toppert.com Sent: Thursday, January 24, 2019 12:32 PM Subject: Relayed: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase III C Delivery to these recipients or groups is complete, but no delivery notification was sent by the destination server: deb©toppert.com (deb@toppert.com) Subject: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase III C 1 Christina Koller From: Microsoft Outlook To: info@kimconstruction.com Sent: Thursday, January 24, 2019 12:32 PM Subject: Relayed: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase III C Delivery to these recipients or groups is complete, but no delivery notification was sent by the destination server: infoOkimconstruction.com (info@ kimconstruction.com) Subject: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase III C 1 Christina Koller From: Microsoft Outlook To: kathy@boyswaterproducts.com Sent: Thursday, January 24, 2019 12:32 PM Subject: Relayed: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase III C Delivery to these recipients or groups is complete, but no delivery notification was sent by the destination server: kathy@tboyswaterproducts.com (kathy@boyswaterproducts.com) Subject: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase III C t Christina Koller From: Microsoft Outlook To: mmonteon@bayshoreusa.com Sent: Thursday, January 24, 2019 12:32 PM Subject: Relayed: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase III C Delivery to these recipients or groups is complete, but no delivery notification was sent by the destination server: mmonteon@bayshoreusa.com (mmonteon@bayshoreusa.com) Subject: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase III C 1 Christina Koller From: To: Sent: Subject: Microsoft Outlook jennifer@jjboring.com Thursday, January 24, 2019 12:32 PM Relayed: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase III C Delivery to these recipients or groups is complete, but no delivery notification was sent by the destination server: 'ennifer • "borin•.com 'ennifer • "borin•.com Subject: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase III C 1 Christina Koller From: Becky Seidenkranz <Becky@stanconinc.com> To: Christina Koller Sent: Thursday, January 24, 2019 1:00 PM Subject: Read: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase III C Your message To: Subject: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase III C Sent: Thursday, January 24, 2019 6:59:51 PM (UTC+00:00) Monrovia, Reykjavik was read on Thursday, January 24, 2019 6:59:46 PM (UTC+00:00) Monrovia, Reykjavik. 1 Christina Koller From: Denise Hervey <dhervey@tsigeotech.com> To: Christina Koller Sent: Thursday, January 24, 2019 10:21 PM Subject: Read: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase 111C Your message To: Subject: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase III C Sent: Friday, January 25, 2019 4:21:14 AM (UTC+00:00) Monrovia, Reykjavik was read on Friday, January 25, 2019 4:21:10 AM (UTC+00:00) Monrovia, Reykjavik. 1 Christina Koller From: Eileen Chin <EileenC@RMCHIN.com> Sent: Thursday, January 24, 2019 2:20 PM To: Christina Koller Subject: Read: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase III C Attachments: Read: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase I1I C Eileen Chin 1 President EileenC@RMCHIN.com [RMCA]<http://www.rmchin.com> R.M. Chin & Associates, Inc. 500 West 18th Street, Suite 200 1 Chicago, Illinois 60616 T: 312-595-2000 F: 312-644-0999 Direct: 312.595.2008 www.rmchin.com<http://www.rmchin.com> Follow us: [Twitter Icon] <https://twitter.com/rmchin_inc?ref_src=twsrc%SEtfw> [Linkedln Icon] <https://www.linkedin.com/company/r-m--chin-&-associates-inc-> [YouTube Icon] <https://www.youtube.com/channel/UCXiw10xSNCbte-yMgj9d_cg> [Instagram Icon] <https://www.instagram.com/rmchin_inch E-mail is intended only for the use of the individual or entity to which it is addressed. This communication including any attachments may contain information that may be privileged, confidential and is exempt from disclosure under applicable law. If the reader of this communication is not the intended recipient, you are hereby notified that any dissemination, distribution, or copying is strictly prohibited. If you believe you have received this e-mail in error, please notify the sender immediately by e-mail or by calling 312-595-2000 and delete the original message and any backups from your computer system. All personal messages express views solely of the sender, which are not to be attributed to R.M. Chin & Associates, Inc. and may not be distributed without this disclaimer. If you have any questions concerning this message, please contact the sender. Thank you for your cooperation. Christina Koller From: Dana Patterson <ddpatterson@delonginc.com> Sent: Thursday, January 24, 2019 2:56 PM To: Christina Koller Subject: Read: First Request- Request for Quote -Waterloo IA FY2019 CIPP Phase III C Christina Koller From: Christina Koller Sent: Wednesday, January 30, 2019 12:07 PM Cc: Anthony Ostgulen; Ross Kramer; Brian Wimberger Subject: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C Attachments: Waterloo LA - RFQ Due 2-1-19.xls; SRF - Attachment 4 - Subcontractor Info.pdf; Copy of Waterloo IA - Field Info - 2-1-19.xls Tracking: Recipient Delivery Anthony Ostgulen Delivered: 1/30/2019 12:08 PM Ross Kramer Delivered: 1/30/2019 12:08 PM Brian Wimberger Delivered: 1/30/2019 12:08 PM 'dsa@acotassociates.com' 'a nne@adc.constru ction' 'kari nkee3 @ gma i I.com' 'm monteon@ bayshoreusa.com' 'kathy@ boyswaterprodu cts.com' 'pkelley@so uthslope.net' 'ddpatterson@delongi nc.com' 'sh arazin @g mcontracting inc.com' 'ch risti na @gu nterkc.co m' iandaconstruction2013 @gma il.com' 'Jennifer@jjbori ng.com' 'gboyer@kaskaskia eng.com' 'info @ki mconstruction.com' 'u mesh.shetye@ mpsengineers.co m' 'ma rged @ phoenixcorp.org' 'eileenc@rmchin.com' 'staffer@ru pertconst.com' becky@stancon inc.com' 'jdelgado@tcwconstru ction.com' 'd hervey@tsigeotech.com' 'deb@toppert.com' 'patwatco@msn.com' Hello, Insituform Technologies intends to bid as a prime contractor on the upcoming project titled "Waterloo IA FY2019 CIPP Phase IIIC City Contract No 692." As a public funded project, there are SRF requirements regarding DBE participation on this project. We are soliciting proposals from your company for any items that will assist us in the completion of the project. You can find specific bid items in the attached RFQ. You can also download a copy of the bid documents by using the link below. If it is necessary for your company to break the bid items up to assist in completing the work, we will allow that. 1 Egnyte Link: https://iticloud.egnyte.com/fl/G8gDxx2nJV If you wish to provide us with a quote, please note that they are due by Friday, 2/1/2019 at 9:OOam. Please send quotes to aostgulen@aegion.com or rkramer@aegion.com Please include a filled out copy of the SRF — Attachment 4 with your quote! This needs to be turned in with our bid. We would appreciate a quote from your firm. Please contact us with any questions regarding this project at 651-253- 0236. Thank you. Chrissy Koller 1 Sales Administrator 1 Insituform Technologies, LLC 580 Goddard Avenue I Chesterfield, MO 63005 Office: 636.530.8610 l Cell: 314.343.9152 I Fax: 636.898.5094 I www.Aegion.com ckoller(a@aegion.com AEGION Stronger. Safer. Infrastructure. Insituform Aegion is the parent company of Aegion Coating Services, AllSafe Services, The Bayou Companies, Brinderson, Corrpro, Fibrwrap Construction, Fyfe Co., Insituform, MTC, Schultz, Underground Solutions and United Pipeline Systems Aegion Disclaimer This email and any files transmitted with it are confidential and intended solely for the use of the individual or entity to whom they are addressed. If you are not the named addressee you should not disseminate, distribute, retain, or copy this e-mail or any attachments. If you have received this email in error please delete and notify the sender. Aegion 2 Chrrisi, na Kalov i r0101: Microsoft Outlook To: sharazin@gmcontractinginc.com Sent: Wednesday, January 30, 2019 12:08 PM Subject: Relayed: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C Delivery to these recipients or groups is complete, but no delivery notification was sent by the destination server: sharazinOgmcontractinginc.com (sharazin@ gmcontractinginc.com) Subject: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C 1 Christina Koller From: postmaster@tcwconstruction.com To: jdelgado@tcwconstruction.com Sent: Wednesday, January 30, 2019 12:08 PM Subject: Delivered: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C Your message has been delivered to the following recipients: jdelgado((tcwconstruction.com Subject: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C 1 Christina Koller From: postmaster@stanconinc.com To: becky@stanconinc.com Sent: Wednesday, January 30, 2019 12:08 PM Subject: Delivered: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C Your message has been delivered to the following recipients: becky@ stanconinc.com Subject: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C 1 Christina Koller From: postmaster@TSl.local To: dhervey@tsigeotech.com Sent: Wednesday, January 30, 2019 12:08 PM Subject: Delivered: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C Your message has been delivered to the following recipients: dhervey©atsigeotech.com Subject: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C 1 Christina Koller From: postmaster@phoenixcorp.org To: marged@phoenixcorp.org Sent: Wednesday, January 30, 2019 12:08 PM Subject: Delivered: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C Your message has been delivered to the following recipients: marged(aphoenixcorp.orq Subject: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C 1 Christina Koller From: postmaster@rmchin.com To: eileenc@rmchin.com Sent: Wednesday, January 30, 2019 12:08 PM Subject: Delivered: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C Your message has been delivered to the following recipients: eileenc@rmchin.com Subject: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C Christina Koller From: postmaster@gunterkc.com To: christina@gunterkc.com Sent: Wednesday, January 30, 2019 12:08 PM Subject: Delivered: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C Your message has been delivered to the following recipients: christina(agunterkc.com Subject: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C 1 Christina Koller From: postmaster@mpsengineers.com To: umesh.shetye@mpsengineers.com Sent: Wednesday, January 30, 2019 12:08 PM Subject: Delivered: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C Your message has been delivered to the following recipients: umesh.shetye©mpsengineers.com Subject: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C 1 Christina Koller From: Mail Delivery System <MAILER-DAEMON@southslope.ispn.net> To: pkelley@southslope.net Sent: Wednesday, January 30, 2019 12:08 PM Subject: Relayed: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C This is the mail system at host southslope.ispn.net. Your message was successfully delivered to the destination(s) listed below. If the message was delivered to mailbox you will receive no further notifications. Otherwise you may still receive notifications of mail delivery errors from other systems. The mail system <pkelley@southslope. net>: delivery via 127.0.0.1[127.0.0.11:10024: 250 2.6.0 Ok, id=104884-01, from MTA: 250 2.0.0 Ok: queued as 3B181809C3 Christina Koller From: postmaster@acot.us.com To: dsa@acotassociates.com Sent: Wednesday, January 30, 2019 12:08 PM Subject: Expanded: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C Your message has been delivered to the following groups: dsa@acotassociates.com Subject: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C 1 Christina Koller From: postmaster@outlook.com To: patwatco@msn.com Sent: Wednesday, January 30, 2019 12:08 PM Subject: Delivered: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C Your message has been delivered to the following recipients: patwatco@msn.com Subject: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C 1 Christina Koller From: Microsoft Outlook To: staffer@rupertconst.com Sent: Wednesday, January 30, 2019 12:08 PM Subject: Relayed: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C Delivery to these recipients or groups is complete, but no delivery notification was sent by the destination server: staffer@rupertconst.com (staffer@rupertconst.com) Subject: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C 1 Christina Koller From: Microsoft Outlook To: ddpatterson@delonginc.com Sent: Wednesday, January 30, 2019 12:08 PM Subject: Relayed: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C Delivery to these recipients or groups is complete, but no delivery notification was sent by the destination server: ddpatterson@delonginc.com (ddpatterson@delonginc.com) Subject: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C 1 Christina Koller From: Microsoft Outlook To: anne@adc.construction Sent: Wednesday, January 30, 2019 12:08 PM Subject: Relayed: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C Delivery to these recipients or groups is complete, but no delivery notification was sent by the destination server: anne(adc.construction (an neOadc.construction) Subject: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C 1 Christina Koller From: Microsoft Outlook To: iandaconstruction2013@gmail.com; karinkee3@gmail.com Sent: Wednesday, January 30, 2019 12:08 PM Subject: Relayed: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C Delivery to these recipients or groups is complete, but no delivery notification was sent by the destination server: iandaconstruction2013©gmail.com(iandaconstruction2013(agmail.com) karinkee3C@gmail.com (karinkee3@gmail.com) Subject: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C 1 Christina Koller From: Microsoft Outlook To: deb@toppert.com Sent: Wednesday, January 30, 2019 12:08 PM Subject: Relayed: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C Delivery to these recipients or groups is complete, but no delivery notification was sent by the destination server: deb@toppert.com (deb@toppert.com) Subject: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C 1 Christina Koller From: Microsoft Outlook To: info@kimconstruction.com Sent: Wednesday, January 30, 2019 12:08 PM Subject: Relayed: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C Delivery to these recipients or groups is complete, but no delivery notification was sent by the destination server: info@kimconstruction.com (info@kimconstruction.com) Subject: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C Christina Koller From: Microsoft Outlook To: kathy@boyswaterproducts.com Sent: Wednesday, January 30, 2019 12:08 PM Subject: Relayed: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C Delivery to these recipients or groups is complete, but no delivery notification was sent by the destination server: kathy@boyswaterproducts.com (kathy©boyswaterproducts.com) Subject: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C 1 Christina Koller From: Microsoft Outlook To: mmonteon@bayshoreusa.com Sent: Wednesday, January 30, 2019 12:08 PM Subject: Relayed: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C Delivery to these recipients or groups is complete, but no delivery notification was sent by the destination server: mmonteonftbayshoreusa.com (mmonteon(abayshoreusa.com) Subject: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C Christina Koller From: Microsoft Outlook To: jennifer@jjboring.com Sent: Wednesday, January 30, 2019 12:08 PM Subject: Relayed: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C Delivery to these recipients or groups is complete, but no delivery notification was sent by the destination server: jennifer@jjboring.com (jennifer@jjboring.com) Subject: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C 1 Christina Koller From: Denise Hervey <dhervey@tsigeotech.com> To: Christina Koller Sent: Wednesday, January 30, 2019 12:10 PM Subject: Read: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C Your message To: Subject: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C Sent: Wednesday, January 30, 2019 6:09:46 PM (UTC+00:00) Monrovia, Reykjavik was read on Wednesday, January 30, 2019 6:09:43 PM (UTC+00:00) Monrovia, Reykjavik. Christina Koller From: Geri Boyer <GBoyer@kaskaskiaeng.com> To: Christina Koller Sent: Wednesday, January 30, 2019 5:21 PM Subject: Read: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C Your message To: Subject: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C Sent: Wednesday, January 30, 2019 11:21:19 PM (UTC+00:00) Monrovia, Reykjavik was read on Wednesday, January 30, 2019 11:21:11 PM (UTC+00:00) Monrovia, Reykjavik. Christina Koller From: Maria Monteon <mmonteon@bayshoreusa.com> To: Christina Koller Sent: Wednesday, January 30, 2019 1:41 PM Subject: Read: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C Your message To: Subject: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C Sent: Wednesday, January 30, 2019 7:40:48 PM (UTC+00:00) Monrovia, Reykjavik was read on Wednesday, January 30, 2019 7:40:44 PM (UTC+00:00) Monrovia, Reykjavik. Christina Koller From: Sue Harazin <sharazin@gmcontractinginc.com> To: Christina Koller Sent: Wednesday, January 30, 2019 12:54 PM Subject: Read: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C Your message To: Subject: Read: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C Sent: Wednesday, January 30, 2019 7:11:48 PM (UTC+00:00) Monrovia, Reykjavik was read on Wednesday, January 30, 2019 6:53:58 PM (UTC+00:00) Monrovia, Reykjavik. Christina Koller From: Dr. Solomon Akinduro <dsa@acot.us.com> To: Christina Koller Sent: Wednesday, January 30, 2019 1:03 PM Subject: Read: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C Your message To: Subject: Second and final request -Request for Quote- Waterloo IA FY2019 CIPP III C Sent: Wednesday, January 30, 2019 7:02:50 PM (UTC+00:00) Monrovia, Reykjavik was read on Wednesday, January 30, 2019 7:02:45 PM (UTC+00:00) Monrovia, Reykjavik. 1