Loading...
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