HomeMy WebLinkAboutGriffin DewateringC,Vefirti
orryctikR, rsE
L,Q)2.:)
ale
Sri
coN-7)03a --17 Lea342A c����3
T2c�-rP)G„ IPuy
19(w197Gvn,G Licaziss
6ci cc-/).3 oeung#11.-
) 14 rawnt c-Fr
OrWft; Y.( ee.
)21
(10M- 7 1032_ ,•-•/139\-LC__LeAC)Pleel
Lilotsteet-A-Tcsec --7-r&-LAT/ < rr P LAKI7-
/
Lis
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. 1032 EOC-1
AECOM #60558763 Final Clarifier No. 3 Dewatering Wells
subcontract or purchase order unless exempted by the rules, regulations or orders of the City's
Affirmative Action Program, and will provide in every subcontract, or purchase order that said
provisions will be binding upon each contractor, subcontractor, or supplier.
8. We, the undersigned, recognize that we are morally and legally committed to non-discrimination
in employment Any person who applies for employment with our company will not be
discriminated against because of race, creed, color, sex, national origin, economic status, age,
mental or physical disabilities.
EQUAL OPPORTUNITY CLAUSE
(Signed)
(Appr4Spriate Official)
Vice President Risk
(Title)
September 08, 2020
(Date)
CONTRACT NO. 1032 EOC-2
AECOM #60558763 Final Clarifier No. 3 Dewatering Wells
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:
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
ongin, 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.
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.
The contractor, subcontractor, vendor and supplier of goods and services will include, or
incorporate by reference, the provisions of the non-discrimination clause in every contract,
EQUAL OPPORTUNITY CLAUSE
AECOM #60558763
CONTRACT NO. 1032 EOC-1
Final Clarifier No. 3 Dewatenng Wells
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)
(Appropriat¢ Official)
Vice President Risk
(Title)
September 08, 2020
(Date)
EQUAL OPPORTUNITY CLAUSE CONTRACT NO. 1032 EOC-2
AECOM #60558763 Final Clarifier No. 3 Dewatering Wells
Bidder Status Form
To be completed by all bidders Part A
Please answer "Yes" or "No" for each of the following:
LI
Yes (J 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).
Yes ►$N No My company has an office to transact business in Iowa
Yes ►B No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail.
Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for
bids on this project.
Yes ►, No 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 sheet(s) if needed. City, State, Zip.
To be completed by non-resident bidders
Part C
X 1. Name of home state or foreign country reported to the Iowa Secretary of State:
Delaware
2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor
force preferences or any other type of preference to bidders or laborers?
❑ Yes U. No
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.
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 truthf I information may be a reason to reject my bid.
Firm Name: Griffin Dewate
Signature:
C
Date: 09-08-2020
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
State of ( a
County of
Alon Najer
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
)ss
being first duly sworn, deposes and says that:
1 He is (Owner Partner, Offcer, Representafve, or Agent) , of Griffin Dewatering, 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
The price or prices quoted in the attached Bid are fair and pr
collusion, conspiracy, connivance or unlawful agreement o
agents, representatives, owners, employees, or parties in 1
(Signed)
Vice President Risk
nd are not tainted by any
of the Bidder or any of its
luding this affiant.
Q' Title
Subscribed and sworn to before me this C� day of SQ \Q%1f\ , 20a0
Title
jt:/A14‘CAAA.
My commission expires \\\301A046
MARCY L KNOKE
Commission Number 807707
MY COMMISSION EXPIRES
NOVEMBER 30, 2020
NON -COLLUSION AFFIDAVIT CONTRACT NO. 1032 NCA-1
AECOM #60558763 Final Clarifier No. 3 Dewatering Wells
INFORMATION NEEDED
FOR
IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE
CONTRACTOR NAME: Griffin Dewatenng, LLC
ADDRESS: 5306 Clinton Drive, Houston, TX 77020
(Check One) PRIME X
FEDERAL ID#: 46 3759262
SUBCONTRACTOR
PROJECT NAME:
FINAL CLARIFIER NO. 3 DEWATERING WELLS
P ROJECT CONTRACT NO.: City Contract No. 1032
DESCRIPTION OF WORK:
• Brickwork
Carpentry
Concrete
Drywall -Plaster -Insulation
Electrical
Excavation/Grading
Flooring
Heavy Construction
Heating -Ventilating -Air Cond.
Landscaping
P ainting
P aving
Plumbing
Roofing -Siding -Sheet Metal
Windows
Wrecking -Demolition
Other (Please specify)
IX newatenng Well install and pi imp test
SALES TAX EXEMPTION CONTRACT NO. 1032 STE-1
AECOM #60558763 Final Clarifier No. 3 Dewatering Wells
STATEMENT OF BIDDER'S QUALIFICATIONS
(To be submitted by the Bidder only upon the specific request of the City of Waterloo, Iowa.)
All questions must be answered and the date given must be clear and comprehensive. This statement must be
notarized If necessary, questions may be answered on separate attached sheets. The Bidder may submit any
additional information he desires.
1. Name of bidder. Griffin Dewatering, LLC
2. Permanent main office address. 5306 Clinton Drive; Houston, TX; 77020
3. When organized 1934
4. If a corporation, when incorporated.
5. How many years have you been engaged in the contracting business under your present firm or trade
name? 86
Contracts on hand: (Schedule these, showing amount of each contract and the appropriate anticipated
dates of completion.) See Attached
7. General character of work performed by your company. Construction Dewatering, Engineering and design
services, Groundwater treatment and filtration.
Have you ever failed to complete any work awarded to you? If so, where and why?
No.
Have you ever defaulted on a contract? If so, where and why?
No.
10. List the more important projects recently completed by your company, stating the approximate cost for
each and the month and year completed. See attached
11. List your major equipment available for this contract. Drilling Rig, Smeal Rig, Pickup trucks with drilling tools
12. Experience in construction work similar in importance to this project. See attached
13. Background and experience of the principal members of your organization, including the officers. See attached
14. Credit available: $ 1M1VM+
15. Give bank reference: Amegy Bank of Texas
16. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be
required by the City of Waterloo, Iowa? Yes
STATEMENT OF BIDDER'S QUALIFICATIONS
CONTRACT NO. 1032 SBQ-1
AECOM #60558763 Final Clarifier No. 3 Dewatering Wells
17. The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any
Information requested by the City of Waterloo, Iowa, in verification of the recitals comprising this Statement
of Bidder's Qualifications.
State o-
Count
Dated at 2:45 PM , this 08 day of September
he/she is
Griffin Dewatering,
(Nam- o
By:
Title: Vice President Ris
LC
Bid
being
, 2020,
ly sworn de a nd says that
ame of Organization)
and that the answers to the foregoing questions and all statements therein contained are true and correct.
Subscribed and sworn to before me this
day of
1\c-i\CRA
Notary Public
My commission expires \ \ \?6\Qcao
/OWA
V-Thric4,
MARCY L KNOKE
Commission Number 807707
MY COMMISSION EXPIRES
NOVEMBER 30, 2020
2020.
STATEMENT OF BIDDER'S QUALIFICATIONS CONTRACT NO. 1032 SBQ-2
AECOM #60558763 Final Clarifier No. 3 Dewatering Wells
PRESIDENT & CEO
David has 37+ years of experience in the water infrastructure and construction industry,
helping clients across the United States. He has expert knowledge in dewatering systems,
water wells and pumps, deep injection wells, aquifer storage and recovery systems,
groundwater treatment and all facets of water infrastructure construction.
EDUCATION
Bachelor of Science, Civil Engineering
Iowa State University-1981
PROFESSIONAL HISTORY
2015-Present Griffin Dewatenng
President & CEO
2013-2015 Layne Christensen
Senior Vice President Operations
2010-2013 Layne Christensen
Division President
2004-2010 Layne Christensen
Division Vice President
1992-2004 Layne Christensen
Division General Manager
1986-1992 Layne Christensen
Division District Manager
1982-1986 Layne Christensen
Sales Engineer
REGISTRATIONS &
CERTIFICATIONS
Registered Professional Engineer
AZ CO, DC, FL, IA, KS, MD, MN, MO,
NE, NV, SD, TX, VA
PROJECT EXPERIENCE
DEWATERING PROJECTS
Utilizing wellpoints, deep wells, eductors and sumps for commercial building,
utility and other general construction projects throughout the U.S.
WATER & INJECTION WELL CONSTRUCTION PROJECTS
Projects utilizing direct rotary, reverse rotary, hollow stem auger, bucket
auger, sonic, dual rotary, percussion hammer, dual tube and caisson dulling
methods. Depths to 10,000' and diameters to 84".
GROUNDWATER TREATMENT PROJECTS
Goundwater treatment projects for the removal of nuisance minerals, heavy
metals, VOCs and other contaminants. Flows to 10,000 GPM.
WATER INFRASTRUCTURE CONSTRUCTION PROJECTS
Water infrastructure construction projects requiring pipelines, treatment
plants, pumping stations and all related facilities.
SPECIALTY DRILLING PROJECTS
Specialty drilling projects utilizing multiple drilling methods for the geotechnical
and environmental purposes. Drilling related work including water wells in
Afghanistan and Ethiopia and the rescue of 33 trapped Chilean miners.
VICE PRESIDENT OF BUSINESS DEVELOPMENT
Christopher has 15 + years in the water infrastructure and construction industry helping clients
across the United States. He has experience in dewatering systems, water wells and pumps, aquifer
storage and recovery, groundwater treatment and all facets of water infrastructure construction.
EDUCATION
Bachelor of Science, General Engineering
University of Illinois-2004
PROFESSIONAL HISTORY
2004 Present Griffin Dewatering
Vice President of Business Development
2004-2017 Layne Christensen
Director of Business Development
2011-2014 Layne Christensen
Business Development Manager
2007-2011 Layne Christensen
Account Manager
2004-2007 Layne Christensen
Sales Engineer
REGISTRATIONS &
CERTIFICATIONS
Registered Professional Engineer
IL 62063581
Water Well & Pump Installation Contractor
IL 102-004728
PROJECT EXPERIENCE
DEWATERING PROJECTS
Utilizing wellpoints deep wells, eductors and sumps.
WATER WELL CONSTRUCTION
Water well construction projects depths to 2,000' and diameters to 48".
WELL & PUMP REHABILITATION/REPAIR PROJECTS
GROUNDWATER TREATMENT
Groundwater treatment projects with flows to 3,000 gpm.
WATER INFRASTRUCTURE CONSTRUCTION
NOTABLE PROJECTS
CONFIDENTIAL ASH POND CLOSURE I EDEN, NC I $500K
PROJECT MANAGER 11/ 18 - 9/ 18
Chris led the Griffin team in construction planning and field implementation.
The project included the design and installation of mulitple dewatering
system for ash stability and interstitial water removal. Griffin also provided
O&M services to balance flow to the treatment system for the duration of the
project.
LAGUARDIAAIRFIELD EXPANSION I NEWYORK, NY I $1M
PROJECT EXECUTIVE 15/18 - 2/19
Chris provides project oversight for the project's various contracts. He leads
the Griffin team in construction planning and field implementation. Design
and installation of multiple dewatenng systems for utility and foundation
installation. It also includes two water treatment systems capable of treating
up to 1,000 gallons per minute of water to allow for safe, environmentally
friendly discharge.
SEMINOLE HARD ROCK CASINO I HOLLYWOOD, FL I $1.5M
PROJECT MANAGER 15/ 17 - 12/ 17
Chris led the Griffin team in all construction planning and implementation,
allowing the client to complete their foundation on time and within budget
Design and installation of dewatering systems for 6 deep foundations and 1
tunnel simultaneously for the hotel & casino expansion.
VICE PRESIDENT - OPERATIONS & SAFETY
Joshua has 12+ years in the water infrastructure construction business. He has a heavy
operational background and experience with water wells pumps, dewatenng systems, general
heavy construction, water treatment technologies, and all facets of water infrastructure design.
EDUCATION
Bachelor of Science, Mechanical
Engineering, Colorado State-2007
PROFESSIONAL HISTORY
2017-Present Griffin Dewatenng
Vice President - Operations
2015-2017 Phillip Ross Industries
Vice President
2007-2015 Layne Christensen
General Manager, Account Manager,
Project Manager
REGISTRATIONS &
CERTIFICATIONS
Registered Professional Engineer
CO, PA, NY, NJ, RI
NGWA Certified Driller
PROJECT EXPERIENCE
DEWATERING PROJECTS
Utilizing wellpoints, deep wells, eductors and sumps for commercial building,
utility and other construction projects throughout the U.S.
WATER WELL CONSTRUCTION PROJECTS
Utilizing direct rotary, reverse rotary, hollow stem auger, bucket auger, sonic,
dual rotary, percussion hammer, dual tube and caisson drilling methods.
Depths to 7,000 ft. And diameters up to 42- inches.
SPECIALTY DRILLING PROJECTS
Utilizing multiple drilling methods for the geotechnical and environmental
purposes. Drilling related work including water wells in afghanistan/ethiopia,
and the rescue of 33 trapped chilean miners.
GROUNDWATER TREATMENT
Removal of nuisance minerals, heavy metals, vocs and other contaminants.
Flows to 10,000 gpm.
WATER INFRASTRUCTURE PROJECTS
Projects requiring pipelines, water treatment plants, and pumping stations
NOTABLE PROJECTS
MONARCH CASINO DEWATERING & TREATMENT I BLACK HAWK, COI $675K
PCL CONSTRUCTION INC.
Wellpoint dewatering system and temporary water treatment system to remove
heavy metals. Coordinated operations for emergency dewatenng response
project. Project specific safety submittal and hazard analysis.
SEMINOLE HARD ROCK CASINO I HOLLYWOOD, FL I $1.5M 15/17-12/17
Design and installation of dewatenng systems for 6 deep foundations and 1
tunnel simultaneously for the hotel & casino expansion.
1
TECHNICAL DIRECTOR OF DESIGN AND ENGINEERING
Bronson has 7+ years of experience in the construction dewatering industry, working on
complex projects all across the United States. He has intricate knowledge of hydrogeology
and dewatering systems and leads Griffin's team of dewatering designers to develop first-
class dewatering solutions for our clients.
EDUCATION
Bachelor of Science, Geology
University of Nebraska at Omaha-2012
PROFESSIONAL HISTORY
2017-Present Griffin Dewatenng
Technical Director
2011-2017 Griffin Dewatenng
Project Engineer/ Geologist
REGISTRATIONS &
CERTIFICATIONS
Licensed Professional Geologist
California - 9753
Kansas - 924
Nebraska - G-0453
Certified Iowa Well Driller
OSHA 10 Hour
OSHA 40 Hour HAZWOPER
PROJECT EXPERIENCE
DEWATERING PROJECTS
Utilizing wellpoints, deep wells, eductors and sumps for commercial budding,
utility and other general construction projects throughout the U.S.
NOTABLE PROJECTS
OMAHA HENRY DOORLY ZOO SLOPE DEWATERING I OMAHA, NE I $400K
SENIOR PROJECT ENGINEER 1 1/18-Present
Responsible for managing the design and implementation of a permanent
dewatering system for the Henry Doorly Zoo The project consisted of
performing pump testing, groundwater modeling, and installing 8 permanent
dewatenng wells.
MARTIN AARON REMEDIATION I CAMDEN, NJ I $2M
PROJECT ENGINEER 12016-2017
Responsible for the design of an intricate dewatering system to allow for soil
remediation activities to occur. The project included installation of a wellpoint
dewatenng system around 11 sheet pile cells to allow for excavation activities
to occur within each cell.
NEW ROADS RELIEF WELLS I NEW ROADS, LA I $1.5M
PROJECT GEOLOGIST 11/14 12/14
Bronson was the on -site project geologist and supervised all aspects of relief
well construction including soil sampling well design, and drilling. The project
included installation of 59 new relief wells along the Mississippi River for the
Army Corps of Engineers
CONTROL STRUCTURE I LITTLEROCK RESERVOIR, CA I $300K
PROJECT ENGINEER 12018
Bronson was responsible for designing a dewatenng system within an active
reservoir to allow for construction of a new control structure. Bronson also
evaluates pump test and piezometer data as the project progresses to ensure
successful completion. Project Description. Installation of 17 deep wells
around the project site within the limits of the reservoir.
REGIONAL MANAGER
Dave has 20+ years of experience in the dewatering industry. Since 1998, he has designed and
implemented all types of dewatenng, water treatment, relief well, and pumping applications. Dave
develops and cultivates business relationships with all sizes of construction firms, maintains extensive
customer database, creates tailored proposals for customers needs, estimates the dewatering costs for
all projects, and negotiates the contracts to get the work completed.
EDUCATION
Bachelor of Science,
Environmental Science
University of Nebraska at Omaha-1997
PROFESSIONAL HISTORY
2007-Present Griffin Dewatering
Regional Manager
1998-2005 Griffin Dewatering
Project Manager, Sales, Estimator
PROJECT EXPERIENCE
DEWATERING PROJECTS
Utilizing wellpoints, deep wells and jetted
deep wells, eductors, sumps, relief wells
WATER WELL CONSTRUCTION
Water well construction projects depths to
2,000' and diameters to 48".
WELL & PUMP REHABILITATION / REPAIR
Water and Sewer Pumping
GROUNDWATER TREATMENT
Water/ Wastewater Treatment Plants,
Temporary Groundwater Treatment Systems.
WATER INFRASTRUCTURE
CONSTRUCTION
Residential and Commercial Office Buildings
with Deep Underground Parking Garages and
Foundations, Badges, Dams, River Crossings,
Bore Pits, Borrow Pits, Nuclear/Coal Power
Plants, Power Generating Windmills.
NOTABLE PROJECTS
L-550 AND R-613/616 LEVEE REHABILITATION I SARPY COUNTY,
N E & ATCHINSON COUNTY, MOI$745K & $2.26M
WESTON SOLUTIONS
Locating, assessing, cleaning, rehabbing replacing, and abandoning
245 relief wells along the Missouri River Levee.
S IFMN NORTH SEGMENT TUNNEL EXCAVATION I OMAHA, NE I
$1.147M
S UPER EXCAVATORS
Drilled 14 Deep wells 20' into bedrock to depressurize 108" Tunnel
ANTERO DAM I COLORADO I $205K
TEZAK HEAVY-HARTSEL
370 Wellpoints (Jetting and Drilling) along toe of an existing dam.
BLUE RIVER WASTEWATER TREATMENT I KANSAS CITY, MO
FOLEY CONSTRUCTION
20 Deepwelis 80' deep, 1500 LF Discharge.
STRATCOM BUILDING I BELLEVUE, NE I $250K
KIEWIT-PHELPS
Dewatenng wells for nuclear safe bunker 70ft. underground.
P EARL PLACE GOOGLE OFFICE I BOULDER, COI $1.3M
SAUNDERS CONSTRUCTION
Installed 350 Wellpoints, 2400 LF of 6" HDPE header/discharge pipe, 50
GPM permanent water treatment plant.
OPERATIONS MANAGER
Seth has 20+ years of experience in dewatering solutions. He is a 4th generation well driller and
grew up learning the trade. Like his father and grandfather, he chose to bring his earned knowledge
of well drilling and dewatering to Griffin. Seth is an Estimator, Project Manager and Lead field
coordinator for groundwater control projects throughout the North Central Region and takes the
lead role in the field during the installation of Griffin's most complex projects.
PROFESSIONAL HISTORY
1995-Present Griffin Dewatering
Operations Manager
Griffin Dewatenng
Field Superintendent
NOTABLE PROJECTS
WILLIAMS MONACO WASTE WATER TREATMENT FACILITY I HENDERSON, CO
Biological Nutrient Removal Upgrades.
BIG RIVER STEEL FACILITY I OSCEOLA, AZ
Installation of a forty (40) well dewatering system and 6000LF header system.
EPPLEY AIRFIELD EMERGENCY FLOOD FIGHT RELIEF WELLS I OMAHA, NE
Installed seventy dewate ing wells to aid in flood mitigation.
IDOT 1-29 INTERCHANGE RELIEF WELLS I COUNCIL BLUFF, IA
Installed twelve levee relief wells.
MISSOURI RIVER RELIEF WELL PLACEMENT I COUNCIL BLUFF, IA
Installed nineteen levee relief wells to update levee system.
PROJECT GEOLOGIST - HYDROGEOLOGIST
Matt has 2 years of experience in the construction dewatering industry, working on complex
projects across the United States. He has knowledge of hydrogeology, dewatering systems, designs
dewatering systems to client's needs/construction plan, performs pump tests, obtains soil samples,
performs sieve analyses and oversees the digging of test pits to confirm subsurface conditions.
EDUCATION
Bachelor of Science, Geology
University of Nebraska at Omaha-2019
PROFESSIONAL HISTORY
2017-Present Griffin Dewatenng
Project Geologist - Hydrogeologist
REGISTRATIONS &
CERTIFICATIONS
GIT in the state of Nebraska
OSHA 10 Hour
PROJECT EXPERIENCE
DEWATERING PROJECTS
Utilizing wellpoints, deep wells, eductors and sumps for commercial building,
utility and other construction projects throughout the U.S.
NOTABLE PROJECTS
CONFIDENTIAL CLIENT I ALBANY, IN I $249K
PROJECT GEOLOGIST/HYDROGEOLOGIST 19/18-Present
Matt was the on site project geologist/hydrogeologist and performed all
aspects of twelve pump tests and soil sampling via hand auger for moisture
content to depths up to 20 feet. The project included installation of 2,900LF of
wellpoint system to dewater for a CCR Pond closure.
GRAY'S STATION I DES MOINES, IA I $320K
PROJECT GEOLOGIST/HYDROGEOLOGIST i 8/18-Present
Matt was responsible for the design of an intricate ciewatenng system to allow
for construction of sewer system for a new housing development. The project
included installation of twenty-three deep wells around the site to allow for
excavation activities to occur.
CONFIDENTIAL CLIENT I EDEN, NC I $480K
PROJECT GEOLOGIST/HYDROGEOLOGIST 112/17-11/18
Matt was responsible for performing single wellpoint and multi-wellpoint pump
tests. Matt also evaluated pump test and piezometer data as the project
progressed to ensure system performance. Installation of 500LF of wellpoint
system as part of a pilot test to dewater for a CCR Pond closure.
Sheetl
References
for
Past
Current
Projects
and
Prejact
Marne
Customer
Gentact Name
Coi tact Number
Value
iiii
In
BMW
Address
EmaiI
Completion
Horse Creek PCF Improvements
Aiken, SC
Brasfield & Gorrie
Josh Benton
(205)
936-3325
$ 249,600.00
$ 19,500,00
1990 Vaughn Rd Suite 100
Kennesaw, GA 30144
jbenton;r&bras
het
dficirri
e.4pm
4/3/2019
Angleton ISD Aquatic
Angleton, TX
TeHepsen Builders, LP
Corey Eng)ade
(281)
447-8100
$ 158,900.00
$ 122,500.00
777 Benmar Dr - Suite 4 Houston,
TX 77060
SenrtladePteliensen.cam
5/3/2019
Wastewater Treatment Plant
Trenton, TN
Smith Contractors
Joe Smith
(502)
680-1674
$ 206,939,68
$ 148,000.00
1241 Bypass North
Lawrenceburg, KY 40342
js d sc182_com
7/2/2019
Oakdale
Dr Spec Wearhouse
Grand Prairie, TX
Cadence McShane
Billy Hooten
(972)
842-0735
$ 208,000.00
$ 193,500.00
10370 Richmond Ave Suite 1200
Houston, TX 77042
bhooten
dencemcshan
cam
8/2/2019
MFAH Kinder Exhibit
Houston, TX
McCarthy Builders
Shawn Morris
(832)
815-6468
$ 296,274479
$ 294,000.00
8 Greenway Plaza Suite 1010
Houston, TX 77046
hou(8l mccarthv.com
9/4/2019
Enterprise Tank Farm
Jones Creek, TX
Summit Industrial Constuction
Thomas Bourgeois
(504)
919-3046
$ 681,686.00
$ 122,500.00
12725 Morris Rd. Suite 100
Alphareta, GA 30004
tbowgeois&
summit.0
1/3/2020
Infinite Energy Center
Duluth, GA
Reeves Young
Scott Sullins
(678)
28B-2061
$ 274,000.00
$ 276,200.00
45 Peachtree Industrial Blvd.
Sugar Hill, GA 30518
ssuilins(E
reevesvoung.carn
5/1/2020
FP&L - Dania Beach Dania
Beach, FL
Black & Veatch
Erwin Quintanilla
(913)
458-2586
$ 459,219.00
$ 366,517,00
11401 Lamar Avenue
Overaland Park, K5 66211
Ctwintanillaei$bv.com
6/1/2020
Midtown Union
Atlanta, GA
Dennis Taylor & Company
Greg Shaw
(678)
373-9500
$ 338,632.00
$ 441,000.00
1420 Oakland Road
Lawrenceville, GA30044
$ssba_wEdennl
gylorcom
6/1/2020
Project Fusion
Atlanta, GA
Reeves Young
Mo Amircani
(678)
6146169
$ 864,480.00
$ 490,000.00
4000 Smithtown Road, Suite 200
Suwanee, GA 30024
mrimire nb'8'
reel/ esvoune.com
8/3/2020
Fort Lauderdale Aquatic Complex
Fort Lauderdale, FL
Hensel Phelps
Arthur Bradley
(4A7)
607-6828
$ 330,670.00
$ 329,200.00
501 $eabreeze Boulevard Fort
Lauderdale, FL 33316
AbradlevPhenseinheios,com
40% 12/20
Big Bend Modernization
Gibsonton, FL
TIC - The Industrial Company
Rich Newman
(913)
689-4069
$ 397,740.00
$ 700,172.62
9701 Renner Boulevard
Lenexa, KS 66219
rich.newmanCa
kIewlt,com
50% 1''/20
Lewisville Dam Safety
701 E. Main Street Lewisville,
Lewisville, TX
Granite Construction
Nick Shumate
(469)
724-7972
$ 1,146,200.00
5 1,164,180,00
7X 75057
pIckshum3tei?
lnc.yonl
60% 12/20
TX -Sabine Rvr Sub to 5237
Orange, TX
Garvey Construction Corporate
Chad Sharbono
(816)
935-9067
$ 1 484 154 58
$
1333 NW Vivion Road
1,493,800,00
Kansas City, MI 64118
4,harbonocavarnev
con 67%
L 12/20
Peachtree
Dunwoody Pavilion
Atlanta, GA
The Whiting -Turner Contracting
Company
Beth Hardy
(770) 350-5100
$ 395.567.94
$ 358,940.00
990 Hammond Drive Suite 1100
Atlanta, GA 30328
Beth.Hardyewhdiiw-turner,com
90% 8/20
Heartis Buckhead Senior Living
Atlanta, GA
Brasfield & Gorrie
Scott Simpson
(678) 290-2651
$ 275,791.47
$ 212,500.00
2999 Circle 75 Pkwy Atlanta,
GA 30339
v,linticon Ebratfieldeorrie.com
90% 8/20
Mid -Barataria Sediment Diversion
Project Name: Mid -Barataria Sediment Diversion — Pump Test
Project Location: Gibsonton, FL
Client: Archer -Western / Alberici JV (AWA)
Owner: Coastal Protection and Restoration Authority (CPRA)
Engineer: AECOM
Project Revenue: $600,000
Project Start and End Date: December 2018 - Present
SUMMARY (1 sentence)
Completion of a series of pump tests to allow for the design of the long-term construction dewatering
system for the first (and largest) sediment diversion undertaken by the CPRA.
THE CHALLENGE (2-4 sentences)
The site is located along the Mississippi River Levee south of New Orleans. Great care had to be taken
during the drilling process to ensure protection of the levee. A significant testing program was critical to
the eventual design of the dewatering system for the excavation that was anticipated to extend
approximately 50' below river level.
THE SOLUTION (3-7 sentences)
Griffin installed a deep well and 8 sets of nested piezometers (19 piezometers total) to determine the
hydrogeologic characteristics of the lower point bar sand. Additionally, a test eductor system consisting
of 11 eductors and 3 sets of nested piezometers (6 piezometers total) were installed further inland
where the lower sand was not prevalent to determine the hydrogeologic characteristics of the upper
point bar silt. At both test sites a 72-hour pump test was conducted and a full analysis was provided to
AECOM and the AWA team.
THE GRIFFIN DIFFERENCE (1-4 sentences)
Griffin worked closely with AWA and AECOM for over a year to determine the most appropriate testing
process. Working closely with the team allowed open dialogue with the CPRA and the USACE, which
provided all parties the necessary level of comfort before work commenced. The results of the test will
allow the design/build team to accurately design a groundwater control system to maintain safe, stable
working conditions over the 3-4 year excavation timeline.
May 07, 2018
Freese & Nichols, Inc.
4055 Inte►national Plaza, Suite 200
Fort Worth, TX 76109
Reference: Richland -Chambers Wetlands
TASK DESCRIPTION- Pumping Test
Drilling: A total of one pumping well and 5 piezometers will be used in conducting the pumping test. One 6" diameter well
will be installed at proposed location to be determined in the field. An 18" to 24" diameter borehole will be advanced by the
drilling method to an approximate depth of+60 feet below existing grade or refusal whichever occurs fist. Upon reaching
the final well depth, the borehole will be flushed with clear water. Well materials (40 PVC 0.032 Slot Screen; 20' PVC
Riser Pipe) will be centered within the bore hole. A select filter sand will be placed within the annulai space between the
well screen and borehole wall to a point approximately 25' above screen. The remaining open annular space will be filled
with clay soil cuttings. Upon completion of the well installation, the well will be developed. The well will be developed until
discharge is clear, and free from any sand/silt particles.
Five (5), 2" PVC diameter piezometers will be installed using a drilling method within a 4" to 6" diameter borehole at
proposed locations to be determined in the field (pumping well and foui piezometers along one side of the channel and one
located the other side in front of the pumping well). The bore holes for the piezometers will be installed to an appioximate
depth of 160 feet below existing grade or refusal whichever occurs first. Upon reaching the final depth, the borehole will be
flushed with clear water. Piezometer materials will be centered within the bore holes and filter sand will be placed within the
annular space between the piezometer screen and bore hole wall to a point approximately 2 feet below ground followed by
placing a two -foot bentonite seal. Upon completion of the piezometer installation, the piezometers will be developed. The
piezometers will be developed until discharge is cleat, and free from any sand/silt particles. Also, a piezometer will be
installed at the pumping well within the gravel pack for taking water level readings.
Continous water level measurement: An electric submersible pump will be placed at the bottom of the pumping well and is
powered using a generator. Transducers will be used to continously collect water level at each piezometer and pumping well
during the pumping test (every miniute until end of the test). A full scale pumping test will be conducted for a period 1.5 day
(24 hours per day). Once steady state has been achieved (or change in groundwater elevation is negligible), the pumping well
be turned off, and Griffin will continue to monitor the piezometers for recharge data. Recharge will be monitored until the
groundwater has returned to its original elevation or for a maximum of 0.5 day.
Item
No.
Item
Total ($)
1
2
Mobilization / Demobilization for installing well and
piezometers
Install Pumping Well
3
Install Piezometers
4
5
6
7
Develop Pumping Well & Piezometers
Provide submersible pump, generator, flowmeter,
hoses, piping, valves, cables, transducers, and all
other equipment and crews required for conducting
the pumping test
Perform full scale pumping test in well (24 hours per
day), including monitoring the well flow and water
levels in all piezometers during the test and during
recovery after the test
Analyze the pumping test data
TOTAL
66,100.00
ers etlan• ann
1 ee•a•e project
Streetman, Texas
The project site was located at Richland Chambers Wetlands near Streetman, Texas. Griffin
Dewatering, LLC (Griffin) conducted a pump test (From August 27th to August 29th, 2018)
utilizing one pumping well and five (5) piezometers.
A total of one pumping well and five Piezometers were installed to conduct the pumping test. A
Mait Bucket rig was utilized to drill and install the well and piezometers. The borehole for the
pumping well was 24-inch and the borehole for the piezometers was 18-inch. The series of
piezometers were installed at radial distances from the pumping well of 50ft, 100ft 150ft, 250ft
and 350ft. The wells were drilled to 43-58ft depth.
Upon the pumping well and piezometers installation an electric submersible pump (1 HP) was
placed at the bottom of the pumping well and was powered using a generator. Five transducers
were installed in the piezometers to collect water level at each piezometer during the pump test
Measurements were recorded every minute until the end of the test. We also performed manual
measurement to confirm the data. A full scale pumping test was conducted for a period of 1.5
day (August 27th to August 28th, 2018). The pumping well was turned off on August 28th while
data for the recharge rate were still collected using the transducers until August 29th.
The permeability values generated closely match values generally associated with this type of
formation. The hydraulic conductivity of the geological formation obtained from our analysis
averaged to approximately 0 0056ft/min, and the Transmissivity was approximately
0.196ft^2/min. These presented results were based on using the aquifer data from Griffin's well
log for the Pumping Well which indicates that the aquifer is confined and has a saturated
thickness of 35ft.
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
Address of Company E` /, . =J , t' =; Zip J1 u
Telephone Number (�-1t1 ) %A
Federal ID Number (if no Federal IQ umbe Owner/President's Social Security Number)
Name of Project Final Clarifier No. 3 Dewatering Wells
Project Contract Number City Contract No. 1032
Estimated Construction Work Dates 9/28/2020 / 11 /90020
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
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
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.
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 deficienc'es 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 Griffin Dewatering, 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. Griffin Dewatering, LLC recognizes that the
(Name of Company)
effective application of a policy of merit employment involves more than just a policy
statement, and Griffin Dewatering 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 meat, and to actively
encourage minorities, women and local residents to seek employment with our company
on this basis.
B. Griffin Dewatering, LLC will undertake the
(Name of Company)
following six (6) steps to improve our Affirmative Action Program:
1. Minority Recruitment and Employment;
2. Local Recruitment and Employment;
3. Disabled Veteran and Vietnam Era Veteran Recruitment and Employment;
4. Handicapped Recruitment and Employment;
5. Female Recruitment and Employment; and
6. Training Upgrading and Promotional Opportunities.
Griffin Dewaterinq, 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.
Griffin Dewatering, LLC will seek qualified minority,
(Name of Company)
female, and local group applicants for all job categories and will make asserted efforts to
increase minority, female and group representation in occupations at the higher levels or
skill and responsibility.
E. All sources of employment used shall be aware that we are an Equal Employment
Opportunity Employer. Labor organizations representing our employees will be notified
of our Equal Employment Opportunity Policy and Affirmative Action Program.
F. Training upgrading, promotion and transfer activities at all levels will be monitored to
ensure that full consideration has been given to qualified minority, female, and local
group employees.
G. Griffin Dewatering 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.
Griffin Dewatering, LLC has taken the following
(Name of Company)
Affirmative Action to ensure that minority, female local contractors and/or suppliers were
provided opportunities to negotiate and/or bid on this project: (if none, write 'NONE")
1. None
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. None
2_
Griffin Dewatering, LLC will require approved
(Name of Company)
Affirmative Action Programs from all nonexempt contractors who propose to work on this
project and will take whatever steps are necessary to ensure that non -minority
contractors have adequate representation of minority, female and local persons in their
total work force.
K. In further accordance with rules and guidelines issued pursuant to Executive Order
11246 as amended, we establish the goals for our company based on parity
percentages supplied by the City and we realize these goals will be reviewed on an
annual basis.
L.
Griffin Dewatering, 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%)
Griffin Dewatering, LLC
(Name of Company)
Employment Goals:
Affirmative Action
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 2020 , 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: 10%
Goals for Women: 7% °to
*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 202_. 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)
NAME
AND
ADDRESS
JOB
CATEGORY
RACE
SEX
HOURLY
WAGE
Marcy
Knoke
Business Admin.
White
Female
Seth
Lane
Operations
Manager
White
Male
Sara
Parcher
- Veteran
Engineer
White
Female
Keenan
Doran
Engineer
White/Asi;.n
Male
Bronson Gerken
Director
White
Male
Technical
Dave Gamerl
Business
Development
White
Male
Derek
Burt-
Veteran
Superintendent/Driller
White
Male
Corey
Burrack-
Veteran
Driller
White
Male
Nick
Session
Superintendent
Aft
ican Ame
ican M
ile
Chris
Dawe
Equipment
Manager
White
Male
Alex
Dawe
Field
White
Male
Technician
Dean Carlisle
Superintendent
White
Male
'
Matt
Zabawa
Field
Engineer
White
Male
Steve
Seliga
Senior
Engineer
White
Male
Drew Williams
Engineer
White
Male
r
f
t
I
INDICATE:
DISABLED VETERAN: DV
VIETNAM ERA VETERAN: W
HANDICAPPED: H
We hereby certify that we are in compliance with all City and Federal Affirmative Action
Regulations and agree to accept all liability for failure to comply.
Respectfully submitted,
By:
Company Execu 've
Equal Employment
Opportunity Officer
September 08, 2020
ice President Risk
Date
City of Waterloo Affirmative Action Officer
Approved
Disapproved Reason:
By:
Date:
EQUAL OPPORTUNITY CLAUSE
(As provided in Executive Order No. 11246)
AO 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:
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.
5. In the event of the contractor's non-compliance with the non-discnmination 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.
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. 1032 EOC-1
AECOM 4/60558763 Final Clarifier No. 3 Dewatering Wells
subcontract or purchase order unless exempted by the rules, regulations or orders of the City's
Affirmative Action Program, and will provide in every subcontract, or purchase order that said
provisions will be binding upon each contractor, subcontractor, or supplier.
8. We, the undersigned, recognize that we are morally and Legally committed to non-discrimination
in employment, Any person who applies for employment with our company will not be
discriminated against because of race, creed color, sex, national origin, economic status, age,
mental or physical disabilities.
EQUAL OPPORTUNITY CLAUSE
(Signed)
(AppropriatO Official)
Vice President Risk
(Title)
September 08, 2020
(Date)
CONTRACT NO. 1032 EOC-2
AECOM V160558763 Final Clarifier No. 3 Dewatering Wells
MBE/WBE BUSINESS ENTERPRISE
PRE -BID CONTACT INFORMATION FORM
Prime Contractor Name. Griffin Dewatering, LLC ProjectFinal Clarifier No. 3 Dewatering Wettsetting Date: 09/20/2020
NO MBE/WBE SUBCONTRACTORS: If yo ar NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief
explanation as to why subcontracting was / of , easible with this project. If any MBE/WBE subcontractors will be used, please use the bottom
portion of this form.
Contractor Signature:
Title: Vice President Risk
Date: September 08, 2020
SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the information on this form
showing ALL of your MBE/WBE subcontractor contacts made for your bid submission. This information is subject to verification Any questions
should be directed to Contract Compliance Office 319-291-4429
You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBE/WBE Business
Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation.
If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Louis Starks, 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
Subcontractors
MBE/WBE
Contacted
Dates
Yes/No
Contacted
Dates
Yes/No
Dollar
Amount
be Subcontracted
Proposed
to
CARTER
ELECTRIC
09/08/2020
No
Left
call
message,
no returi
CULPEPPER
ELECTRIC
09/08/2020
No
No
answer, called
several
times
throughout
day.
No
voicemail
capable.
D.C. CORPORATION
09/09/2020
No
Talked
Terry Said
he
the
largest
MBE
in
town,
but
could
not
he
with
was
Asked
there
could
call,
he said
no, not
on
the
list
i
if
was anyone
else we
s nars
(Form CCO-4) Rev. 06-20-02
MBE/WBE PARTICIPATION
AECOM # 60558763
CONTRACT NO. 1032
M-6
Final Clarifier No. 3 Dewatering Welis
FORM OF BID OR PROPOSAL
FINAL CLARIFIER NO. 3 DEWATERING WELLS
CONTRACT NO. 1032
Honorable Mayor and City Council
Waterloo, Iowa
Gentlemen.
CITY OF WATERLOO, IOWA
LLC
1. The undersigned, being a Corporation existing under the laws of the State of Delaware
a Partnership consisting of the following partners:
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 the FINAL CLARIFIER NO. 3 DEWATERING WELLS,
CONTRACT NO 1032, all in accordance with the above -listed documents and for the unit prices for
work in place for the following items and quantities:
FINAL CLARIFIER NO. 3 DEWATERING WELLS
CONTRACT NO. 1032
1
2
Mobilization and General Items
New Piezometer
LS
EA
1
1
$ 13,025.00
$ 6,250.00
$ 13,025.00
$ 6,250.00
3
New Dewatering Wells
EA
3
$ 67,000.00
$ 201, 000.00
4
72-Hour Pump Test on TW2
LS
1
$ 49,790.00
$ 49,790.00
5
Pump and Discharge System
Installation, Rental and Removal
LS
1
$43,335.00
$ 43,335.00
6
Extended Pumping System
24-Hour Day
7
$ 1,800.00
$ 12,600.00
7
8
Standby Rental of 3-Well Pumping
System
Transducers
Month
EA
1
8
$ 6,000.00
$ 1,250.00
$ 6,000.00
$ 10,000.00
TOTAL BID AMOUNT
$ 342,000.00
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 an the sum of 5% Bid Bond (Seventeen Thousand and One Hundred) Dollars
($ 17,100 ) in the form of Rid Bond , is submitted herewith in
accordance with the INSTRUCTIONS TO BIDDERS
FORM OF BID CONTRACT NO. 1032 FB-1
AECOM #60558763 Final Clarifier No. 3 Dewatering Wells
Attached hereto is a Non -Collusion Affidavit of Prime Contractor.
6. Attached hereto is a Bidder Status Form indicating Resident Bidder Certification
Non -Resident Bidder Certification ( X ). (Mark one.)
7. The bidder is prepared to submit a financial and experience statement upon request.
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. None Date
10. The bidder shall list the MBE/BE subcontractor(s) amount of subcontracts and bid items on the
City of Waterloo Minority and/or Women Business Pre -bid Contact Information Form submitted with
this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s)
to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day
Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s).
The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND
APPROVAL' Form to be provided by City prior to approval of contract.
The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer
cannot be changed except for the following reasons:
1) The City of Waterloo does not approve the subcontractors.
2) The subcontractors submit in writing that they cannot fulfill their subcontracts.
11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none"
or "NA".
12. The bidder has attached all applicable forms.
13. The Owner reserves the right to select alternates delete line items, and/or to reduce quantities prior
to the award of a contract due to budgetary limitations.
BY:
Griffin De a ring, LLC
(Nam= •f` i er)
Official Address: (Including Zip Code):
5306 Clinton Drive
Houston, TX 77020
I.R.S. No. 46-3759262
September 08, 2020
(Date)
Title Vice President Risk
FORM OF BID CONTRACT NO. 1032 FB-2
AECOM #60558763 Final Clarifier No. 3 Dewatering Wells
BID BOND
GRIFFIN DEWATERING, LLC
KNOW ALL MEN BY THESE PRESENTS, that we, 5306 CLINTON DRIVE, HOUSTON, TX 77020
EVEREST REINSURANCE COMPANY
as Principal, and 477 MARTINSVILLE ROAD, LIBERTY CORNER, NJ 07938
as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called
FIVE PERCENT OF THE AMOUNT BID
..... .................. n00000eCen.
"OWNER," In the penal sum
e o an"la .� / annnn
Dollars ($ J ) 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 ioTH day of SEPTEMBER
20 20 , for FINAL CLARIFIER NO. 3 DEWATERING WELLS, CONTRACT NO. 1032
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 2ND day of SEPTEMBER , A.D 20 20
GRIFFIN DEWATERING, LLC. (Seal)
Principal
`-‘-)-t\—} A S .>?t-CT/D
(Title)
�o EVEREST REINSURANCE COMPANY
(Seal)
fitness Surety
y
Witness
BID BOND
AECOM #60558763
By
Byth 0,L .14
, 11_ taL/41)
Attorney -in -fact
KATHLEEN M. CRISTIANO
CONTRACT NO. 1032 BB-1
Final Clarifier No. 3 Dewaiering Wells
LIMITED LIABILI IY I:�9i
State of
County of
PANY
On this 4 day of September 2020 before me Personally came
Michael Bilski
_ to me known to be the individual who executed the
foregoing instrument, and who, being duly sworn by me, did depose andthat
� say
he/she is (are) Manager, CFO
(Member/Manager)
Griffin Dewatering, LLC
of
a
(Limited Liability Company)
Limited Liability Company, and that he/she has authority to sign the same and
acknowledge that he/she executed the same as the act and deed of said Limited
Liability Company.
(Signature)
(Notary
Cep
REGINA (;RICE
9z:qao•••'.'••%)c. Notary Comm.•
Expires Public, state of Texas
d 1 �.Q21
.;Nr
97
., FOF1,, Notary ID 13 • 3
eta �-==—r . .
CORPORATE ACKNOWLEDGMENT
State of . NJ
County of Monmouth
On this 2nd
p ersonaily came
Kathleen M. Cristiano
who, being by me duly
Westfield, Ni
day of SEPTEMBER , 2020 before me
to me known,
sworn, dirt depose and say that he/she resides in
that he/she is the Attorney -In -Fact
EVEREST REINSURANCE COMPANY
of the
the corporation described in and which executed the above instrument;
that he/she knows that seal of said corporation; that the seal affixed to
said instrument is such corporate seal; that it was so affixed by order of
the Board of Directors of said corporation, and that he/she signed
his/her name thereto by like order.
(SEAL).
ADRIANNE SCALERA
NOTARY PUBLIC OF NEW JERSEY
My Commission Expires 21312021
•
•
ig‘1V 3i1S ° i- EINStItiARNUri COMPANY
SIAITM€ JTS OF FINANCIAL CONDITION
ASSETS
Bonds
Stocks
Short-term investments
O ther invested assets
Cash and cash equivalents
Accounts receivableopretnium balances
Reinsurance recoverable
O ther assets
Total Assets
LIABILITIES
Loss and Joss adjustment expense reserve
U nearned premium reserve
Ceded reinsurance premium payable (net of ceding commission)
Reserve for commissions, taxes and other liabilities
Total Liabilities
SURPLUS AND OTHER FUNDS
Common capital stock
Contributed Surplus
U nassigned surplus
Total capital and surplus
Total Liabilities and Surplus
December 31,
2010
5,803, 284, 602
524,520,092
997,767
2,138,471,309
333,472, 347
1,817,305,389
380,867,637
820,251,843
$ 11,819,170,986
2017
$ 3,672,234,234
451,346,228
2,238,399,502
243,245,188
1,583,153,684
612,084,447
685,600,063
9,486,063,346
5,504,827,165 $
1,507,245,585
318,111,587
8313 392,552
8,168,576,889 $
$
3,661,132,517
1,310,324,727
494,144,179
628,609,659
6,094,211,082
10,000, 000 $
2,462,668,168
1,177,925,929
3,650,594,097 $
10,000,000
98 7,509,603
2,394,342,661
3,391,852,264
11,819,170,986 $ 9,486,063,346
F
Bonds and stocks are valued on a basis promulgated by the National Association of Insurance Commissioners
Ciaa
Signed bef ;`e me by Margaret Horn, Vice President, this
•1
•
•
'0 t
c° day of
2019
•
e'VE R ESQ,
POWER OF ATTORNEY
EVEREST REINSURANCE COMPANY
DELAWARE
KNOW ALL PERSONS BY THESE PRESENTS: That Everest Reinsurance Company, a corporation of the State of Delaware
("Company") having its principal office located at 477 Martinsville Road, Liberty Corner, New Jersey 07938, do hereby nominate,
constitute, and appoint:
Kathleen M. Cristiano, Adrianne Scalera, Joseph Dobkowski Jr, John Dougherty Hunter
its true and lawful Attorney(s)-in-fact to make, execute, attest, seal and deliver for and on its behalf, as surety, and as its act and deed,
where required, any and all bonds and undertakings in the nature thereof, for the penal sum of no one of which is in any event to exceed
UNLIMITED, reserving for itself the full power of substitution and revocation.
Such bonds and undertakings, when duly executed by the aforesaid Attorney(s)-in-fact shall be binding upon the Company as fully and to
the same extent as if such bonds and undertakings were signed by the President and Secretary of the Company and sealed with its
corporate seal.
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Board
of Directors of Company ("Board") on the 28th day of July 2016:
RESOLVED, that the President, any Executive Vice President, and any Senior Vice President and Anthony Romano are
hereby appointed by the Board as authorized to make, execute, seal and deliver for and on behalf of the Company, any and all bonds,
undertakings, contracts or obligations in surety or co -surety with others and that the Secretary or any Assistant Secretary of the Company
be and that each of them hereby is authorized to attest to the execution of any such bonds, undertakings, contracts or obligations in
surety or co -surety and attach thereto the corporate seal of the Company.
RESOLVED, FURTHER, that the President, any Executive Vice President, and any Senior Vice President and Anthony
Romano are hereby authorized to execute powers of attorney qualifying the attorney named in the given power of attorney to execute, on
behalf of the Company, bonds and undertakings in surety or co -surety with others, and that the Secretary or any Assistant Secretary of
the Company be, and that each of them is hereby authorized to attest the execution of any such power of attorney, and to attach thereto
the corporate seal of the Company.
RESOLVED, FURTHER, that the signature of such officers named in the preceding resolutions and the corporate seal of the
Company may be affixed to such powers of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or
certificate bearing such facsimile signatures or facsimile seal shall be thereafter valid and binding upon the Company with respect to any
bond, undertaking, contract or obligation in surety or co -surety with others to which it is attached.
IN WITNESS WHEREOF, Everest Reinsurance Company has caused their corporate seals to be affixed hereto, and these presents to
be signed by their duly authorized officers this 28th day of July 2016.
oSura,
SEAL 1
�o
d 1973
7
•
Attest: Nicole Chase, Assistant Secretary
Everest Reinsurance Company
By: Anthony Romano, Vice President
On this 28th day of July 2016, before me personally came Anthony Romano, known to me, who, being duly sworn, did execute the above
instrument; that he knows the seal of said Company; that the seal affixed to the aforesaid instrument is such corporate seal and was
affixed thereto; and that he executed said instrument by like order.
LINDA ROBINS
Notary Public, State of New York
No 01R06239736
Qualified in Queens County
Term Expires April 25, 2023
Linda Robins, Notary Public
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company, at the Liberty Corner, this 2nd day
of September 20 20
ES00010416