HomeMy WebLinkAboutBid Forms
..
;.,.
..
]
.
.I
i
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
13.0 FEDERAL CONTRAct REQUIREMENTS
13.1 See Division D of this document for Federal Contract Requirements.
14.0 ITEMS TO BE SUBMITTED WITH BID
14.1 The bidder shall submit as a part of his bid, in duplicate, the following:
A. Contractor's bid and bid schedule - completely executed and signed. (Executed)
Indiana State Bid Form No. 96 (revised 1987).
B. Non-Collusion Affidavit - completely executed, signed and notarized (Standard Form
.::-_96, revised 1987).
C. Bid Bond _ acceptable bidder's bond or certified check in the amount of not less than
five (5) percent of the total bid price.
D. Form 96A, or similar financial statement - completely executed and signed.
E. EPA Form 6100-4.
F. EPA From GEE-1, and OEE-2.
G. Bidders List Form
AJ401\ dum I
AoOENJ/C/ /if 2
Dev1-ed 5-) -OJ
~2- S-f-oJ'
S :\S"::>NEYlWPOOCS\08\08201SECK2. DOCX
A-205
5: ISYD" EYlWPDOCS\08\0820\SECA2. DOCX
A-206
I
I;:
.-
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
15.0 BID FORMS
CONTRACTOR'S BID FORL\1
JEFFERSONVILLE SEWER BOARD
CITY OF JEFFERSONVILLE
500 QUARTERMASTER COURT
JEFFERSONVILLE, IN 47130
RE: TENTH STREET INCEPTOR REHABILITAITON PROJECT
JOB NO. 0820
SRF PROJECT NO. W'W'06121 002
,.
Gendemen::':- .
We submit, herewith, our sealed proposal to furnish all necessary labor, material and
equipment to construct the above captioned project, in accordance with the subject plans and
specifications at the unit prices listed herein.
""
.li
]
I
""
i
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
TENTH STREET INTERCEPTOR REHABILITATION PROJECT, JOB NO. 0820
ITEM NO.
1
APPROXIMATE
QUANTITY
1593LF
DESCRIPTION WITH lJNIT PRICE TOTAL
UNIT PRICE IN AMOUNT FOR
WRITTEN IN WORDS NUMBERS BID ITEM
36-inch Cuxed-in-Place Pipe
Liner
For........................................... $ \0'2... ,DD
.... .... ... ............ ...DoJ.hu:s
Per Linear Foot
$ l~'2..14 5(,. DO
30-inch Cured-in-Place Pipe
Liner
For........................................... $ \ ~ 1:). IJO
... ...... ..... ... ...... ...DoJ.hu:s
Per Linear Foot
24-inch Cuxed-in-Place Pipe
Liner
For........................................... $ (pe. DD
.. ......... ..... ... .... ...DoJ.hu:s
Per Linear Foot
4 1 LS Dewatering for eLP.p.
Installation (if required)
For........................................... $ /. 0 c) $ I () i>
. .0....... ..... ... ........DoJ.hu:s
Per Lump Sum
5 1 LS Traffic Control
For........................................... S 1-, '.:;00. Db $ '1, t;; 00. 00
....... ........... ...... .Dollars
Per Lump Sum
SUMMATION OF ITEMS 1 THRU 5 = TOTAL BID PRICE = $ 3\2. {; b7-: DC>
f
2 126LF
$ 1 t.} 356. be
.:'f!!:,~-
3
2104LF
$ fZ(..,2i.{.b. be
BID OF:
Insituform Technologies USA, Inc.
CONTRACTOR
S:\SYDNEYlWPDOCS\08\0820\SECA2-1. DOCX
A-207
BID FOR:
...'f"-Insituf0.rm Technologies USA,
Inc.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
TENTH STREET INTERCEPTOR REHABILITATION PROJECT
SRF PROJECT NO. WW06121002
JOB NO. 0820
CITY OF JEFFERSONVILLE
CLARK COUNTY, INDIANA
RESPECTFULLY SUBMITTED,
NAME OF FIRM
../ ;;
p~~/
...c.->
PERSON
H. Douglas Thomas, Vice President
ATTEST
May 7, 2009
Jana Lause, Contracting & Attesting Officer
DATE
S:\SYDNEYlWPDOCS\08\082O\SECA2-1.DOCX
Accepted this
day of
,2009
SEWER BOARD
CITY OF JEFFERSONVILLE, INDIANA
Mayor Thoroas R. Galligan, President
William A. Saegesser, P.E., P.L.S., Member
Dale L. Orero, Member
A-2GB
:IE
~
o
u.
l-
ei)
::i
en
it:
LLI
C
C
ca
N
o
o
M
N
M
\J)
o
8:
8:
o
Z
z
<C
g
QJ
rl
rl
.M
:>
~
o
OJ
H
QJ
""
""
QJ
t-:J
""
o
;>,
.w
.M
U
0"1
o
'-
t"-
O
'-
U1
o
.,
UJ
CD
~
W
CD
::2:
c:
o
c:
"t:l
c:
Itl t:
'" CI:l
UJ 1l
CJ..~_ rn
.~. ~
CD E
::2: .E
'5 c..!!l
..c.s:5
~liis
"t:lE5
-fie~
1: ~.~
-:;.cao
~~~
<l)C:_
0'.2 0
Q:g~~
~-g-]
(fJ1tl~
. "0 0 E
~ ~ 0..2
i5i~,5
Q)cn*E,
'o~co~
Q. c: ~ ~
~~tlE
- ~8
.~] - ~
~~ard
<c 55 () co
D.."tluiCL
W - c: .
~:5ItlCl:lrn
~ E5
-gO::3otl
::0 '" 0 ~
~-g'tJ"E:
e15~ 9
- Q.~..c
513rn::l
~.~ 8.;
:1 e Q) c:
lJ) a.~ ra
o~~\U
CI:l ~ - $:
.~s1'-E
Q.5g'~
~o'"
25 .~ ro E
CI:l-; .:.g
a 0
::)a;~a1
0"'0 a> c:
o:Q.g-ro
-o(!)c::1i
:o~(/)o
cri;..~.8
:5C1:l0-
U)coo~
E ~:; E
t;:: :J CD c::
-:;;E:;;.g
'"",Eo;
~c:.g E
:J(Qtno
t3~~:s
.Et-,CD
cncatIJc
::I Co ::0 .~
;,;Effi;:.g
a~.Q~:2
iSrnu.rnQl
s~ffi~~
E-=N~~
u.:
a::
(fJ
>-
.c
-0
~
Qi
o
~
III
!(
o
o
iii
~
o
-M
.w
rO
.w
.M
rl
.M
..Q
rO
..c:
QJ
~
H
QJ
~
QJ
Ul
H
o
.w
p.
QJ
U
H
QJ
:w
~
H
.w
QJ
QJ
H
.w
Ul
..c:
.w
~
QJ
E-<
a:
w
z
3:
o
W
-l
l-
f:
I-
U
W
a
a:
c..
I"-
W
~
:a
rn
rn
w
a:
o
!i
-l
<
::
uJ
,
c
o
oJ:
c..
z
o
ct)
a:
w
c..
I-
~
I-
Z
o
u
ct)
1Il
~
Q
Q
<C
Cl
z
:J
a
::E
w
::E
<c
z
If)
>-
I-
I~
!
I
1
I
\
I
\
I
\
I
1
I
\
~
(
~
~.
)~
\0
I
I
..
!
I
".-
I
I
t-
o
-
I
C
I
J
~
SIt
OMB Control No: 2090-0030
Approved: 05/01/2008
Approval Expires: 01/31/2011
Environmental
Protection Agency
Disadvantaged Business Enterprise Program
DBE Subcontractor Participation Form
NAME OF SUBCONTRACTOR' PROJECT NAME
ADDRESS -~-- " CONTRACT NO.
-
TELEPHONE NO. EMAIL ADDRESS
PRIME CONTRACI'OR NAME ,
Please use the space below to report any concerns regarding the above EP A-funded project ~ reason for
termination by prime contractor, late payment, etc.).
AMOUNT
CONTRACT ITEM OF WORK OR DESCRIPTION OF SERVICES RECEIVED FROM SUB CONTRACfOR
ITEM NO. THEPRIMECONTRACfOR WAS PAID BY PRIME
CONTRACTOR
Subcontractor Signature Title/Date
'Subcontractor is defined as a company, firm, joint venture, or indivic.u?l who enters into an agreement
with a contractor to provide services pursuant.to an EP A award of fina.'lcial assistance,
EP A FORM 6100-2 (DBE Subcontractor Participation Form)
D-I08
Culy Construction
610 N. 100 East
Winchester, IN 47394
Randy Hart
765-546-0696
RHart@culyconstruction.com
Scott Engineering
6695 E 34th Street
Indianapolis, IN 46226-6121
Dennis Denney
317-501-6730
ddenney@hrtc.net
Sewer Optical Services, Inc. (WBE)
1334 W. Main Street
Lebanon, IN 46052
John Flanagan
765-485-0464
jfIanagan@seweroptical.com
Atlas Daylighting (WBE)
4740 Swisher Road
West Lafayette, IN 47906
David Kerper -14<;- ,I'Z.-~- 'i<t.Oi:-'
~<J;!.'L61>J.\"f. ~C6.~. ~...,"""
Fluid Waste Services, Inc.
21787 Riverwood Avenue
Noblesville, IN 46060
Rich Schroeder
317 -431-4543
fws1777@aol.com
BIDDER'S LIST FORM
~.~..
....... TechnoliJgles~lJ5(1nc..
Worldwide Pipeline Rehabilitation
Tel: (317) 489-3863
Fax: (317)489-3872
2130 Stout Field West Drive
Indianapolis, IN 46241
www.insituform.com
Good Faith Efforts to Meet MBE/WBE Goals
1. DBE's were contacted via email and phone calls requesting quotes from M/WBE
Contractors.
2. Plans and Specifications were made available for review at our office. In
addition, plans and specifications were emailed to those contractors requesting
the information electronically. Firms were placed as early in the bidding process
as possible. ITUSA works regularly with DBE firms and they were contacted to
increase interest in this project.
3. The specialized services and limited amount of sub work reduced the opportunity
to split work up in order to increase opportunities for DBE firms. When possible,
subs are requested to use DBE firms for any work they are unable to perform.
4. A consortium of DBE firm's was not practical for this project.
5. We utilized the M/WBE listing we have from previous projects, and those names
collected utilizing the State of Indiana DBE listing as well as the City of
Indianapolis listing.
6. We recommend that all subs investigate opportunities to increase DBE
participation for all projects.
2009-05-06 1440
Scott Engineering, L
765-738-0097 >>
P 3/4
~
2
OMB Control No:
Approved:
Approval Expires:
Environmental
Protection Agency
Disadvantaged Business Enterprise Program
DBE Subcontractor Performance Form
NAME OF SUBCONTRACTOR1
Scott Engineering ,LL(.
PROJECT NAME
Jeffersonville. IN lOth Street Interceptor
ADDRESS
Po eo.,c 100 ,StflUtly.""]:..Pt.f7"Jg tf
TELEPHONE NO.
bs -7'3~"'OOq I'c
BIDjPROPOSAL NO.
c~of I
E-MAIL ADDRESS k
Jc:1~.JAv'< l.1(tC. dA~l
PRIME CONTRACTOR NAME I tJ.)if.,4 (lJ/'w-. 'fec"'-db b(yllZ) (,\ sA I ,,.v c.
1
Sewer Cleaning and Televising
PRICE OF WORK
SUBMfITED TO
PRIME CONTRACI'OR
tJ ?--;,'a'c:'f3.75
CONTRACT
ITEM NO.
ITEM OF WORK OR DESCRIPTION OF SERVICES
BID TO PRIME
. . d as an MBE or WBE ~'" EPA's ODE Program~~
~::~ Dare r
~~;Z;. Title
L-No
-
$(''O( 04
Date
Signature of Subcontractor
DelA~'.s ,<, Oe~...e)
Print Name
o vi #.I{fl...
Title
'Subcontractor is defined as a company, firm. joint venture, or individual who enters into an agreement with a contractor
to provide services pursuant to an EPA award of finandal us18tanl.~.
EPA FORM 6100.3 milE Subcnntractor Performance Fonn)
2009-05-06 14:40
Scott Engineering, L
765-738-0097 >>
P 2/4
~
St
OMB Control No: 209()..()()30
Approved; 05/01/2008
Approval Expirl!s: 01/31/2011
Environmental
Protection Agency
Disadvantaged Business Enterprise Program
ODE Sukontrilctor Participation Form
NAME OF SUBCONTRAcrOR' PRO}Ecr NAME
Scott Engineering I-l C. JefferBonville. IN 10th Street Interceptor
ADDRESS CONTRACt NO.
A:>&DlC{oO,..,,.,!-}1e~C~sr.5lh.,.l.tll ~~ 'i1li"i
TELEPHONE NO. EMAIL ADDRESS
7~~ "'73g~oo~ fa d~ewt~~@hl"te....,e'
~MECONTRACTORNAME INSlTUFORM TECHNOLOGIES USA, INC.
Please use the space below to report any concerns regarding the above EPA-funded project ~ reason for
termination by prime contractor, late payment, etc.).
AMOUNT
CON'TRACf ITEM OF WORK OR. DESCRIPTION OF SERVlCBS RBcmVED FROM SUBCONTRAcroR
ITEM NO. THE PRIME CONTRACTOR WAS PAID BY PRIME
CONTRACTOR
1 Sewer Cleaning and Televising
II
'JI'i'AJ~ {( j '^ .1 . '7 C)v/~"(l. .1/(0/09
v
SubContractor Signature () Title/Date
'Sulx:cmtJ'llCt()r is defined as a oompDJ\y, firm, joint venture, or individual WM ft\tel8 into an agreement
with.. c:ontrac:loJ' 1.0 ptovJ,Je lrervh,'\llI pW'IlWlllt II.IlIn EPA award uf ItnandalNlll&taI'ICe.
CPA FORM &100-2 (DDB SUKontnwtor Participlltion Fonn)
^
..."."
&
l~m;t:~olf\&} .~.
A.pj1tWed:~10l72l103
AWrova1ltxpftes: O:i.l~lf2Oii
Envit'PiXtnentaI
Protection A :en.' '.
. .' "...... g 0/
m$~,Jv.:nmged1J~ip:~$S lmfetp~ 1't()gfam
'DUIl gUDc(uifractC:)1'''arlicI all. nFonn
. ....... ....'>..,.."...,;..... ..,. ...... ........ .J'.....Q". .' .......
NAMEOF$UBCQ~~<:rQ~!
quly <;:Qn~tru9t~()~
Al)OlU!SS' 5" fpd\Q:~1;:rlAll p~ik pr{Y'~
,- " ",-",,,_,,.~,,.c,,,'~_''''''''~'<'''''''' ,
rRbJEC't~~M~
Jef~ersonvii:lelm iOt:h stre-et tU'te~J?tor
CdmltAcrl\l'(>:
TEL,lWlJQ;NJfNP: .
165-584-8509
.' _0 ,;_"""~",._,.",_",."y<:,,,~L ,..:. ,. ,:-,,,"""_1'-<""""~n_,
x>t!t~~~~9~~~:~{\~;"msiTUFORM
EM!\U.APP~ijS$ .
..rtl.~tt:@cyJ:yt':;QJ1$.tttiC;etpq,."~}:~W .
J:Nc;h
Pl~~ i($@ tiJc;!' be!Qwto leJ'9ft ~ny't9~Miis f~g~ding the abc>ve EPA-funded project (e,e.. re'asort for
terlrii...... "."nati.on Wi.'.;';;... .' ec6nuactoi Iatea.~t etC.)', .. ,.. .' ..
. w:y ... ". .' . ... I .. P ytn I .... ,
co~cr ITE~OFWORK QR DESCRIrnoN'O'Ji stntVIcESRECmVEl> FROM
IT~ !'l0, THE P~IME <::9m"RAg"()R
AMOUNT
SU'8CONTR:fCflJR
WAS
C
1
~~~t <;J,~ning aJ:l<!!~3,E!y*s;1l9
'SUbl:O
with~
.~t;~j2 ::o~=~r:l~~\i;,~tt,:!d'WJ:::}ai:~~:!lt() art agreem~~
~~^ FQRM,: () f@-2 (DBE. $ubc:Oi1~ci!>r Pllrlicipati<m FOJlli)
...
St
, EUVlr(jl)1lletlhll
Pr()t~qll Agency
OM~ Ccifim?r~9:
A
Disadvantaged Business Enterprise Program
DUE Sub~o-ntrador 'PerfQrlffm4:~ F'om
~.'... .
NAM~ Oll SUBCO:N'l1tACTOR1
&:ily ~onsh'l.1cUon
PROJ~CT NAME
J:e;~~J;"j(~!:!'Y:!.JJ:~1 I~ 19J}~ ,~.!=:,i~~!:;, ~l)~~~CElptot
.t\PDRES,S 5 InQ~sttial Pa1:':k Driye
Winchester IN 47394
TELJrPffQNf! ~Q. 765-5~4-$?Q.9
J.>'RiME CONTttACTOR: NAME
BID/PRQ!'O~AI,.I'YQ,.
" Ol:5RES'S
,c~ty'c~nstrucHo~. C~?1n, ,
CONTRAcT
ITEM NP,
InM OF W(>RK OR DESCRIPtIoN OF s'ERVICES
BID 1'0 PRIME
PRIcn Q:FWOltK
1
SElW~:r CIEl~ning an4 ~~~Elyi~in9
urre y co . a as on MaE or WBE _ EPA'. ,DDE Prog<a~ Yes
re 0 Prime Contractor Oate ~
PrintY~ rrl~ f/z.
~t;
ffiilfN",M .'!f .
~NQ,
-
" 'i'!&1!)9
PCl~ '
lSH1x;()~J!ac.lQr ~ ~ef~~!! a,s !" c.ompany, firm, j~ij'lt y ",
to previae SeMCl!SflU1'S'la~ to anEPA aw.a.rd on-ina "
of~~t~l'Yllo l!!ltj;!1'l! #1t9 M, agt~nt w.i~!l~n~ol
EPA FORM 61OQ~3 (ODE Silbconfractor Performam:e F?nn)
...
St
OMB Control No:
Approved:
Approval Expires:
2090-0030
05/01/2008
01/31/2011
Environmental
Protection Agency
Disadvantaged Business Enterprise Program
DBE Subcontractor Performance Form
The public reporting and recordkeeping burden for this collection of information is estimated to average fifteen
(15) minutes. Burdf~r\ ;mea.I\Sthetc:>tal1:i.rne!.ef!o!1!or:Jin~cial resotll'ces expen~ed by persons to generate,
maintain, retain, or-~ose or provide information to or for a Federal agency. This includes the time needed to
review instructions;. develop, acquire, install, and utilize technology and systems for the purposes of collecting,
validating, and verifying information, processing and maintaining information, and disclosing and providing
information; adjust the existing ways to comply with any previously applicable instructions and requirements;
train personnel to be able to respond to a collection of information; search data sources; complete and review the
collection of information; and transmit or otherwise disclose the information. An agency may not conduct or
sponsor, and a person is not required to respond to, a collection of information unless it displays a currently
valid OMB control number.
Send comments on the Agency's need for this information, the accuracy of the provided burden estimates, and
any suggested methods for minimizing respondent burden, including the use of automated collection te.9miQues
to the Director, Collection Strategies Division, U.s. Environmental Protection Agency (2822), 1200 Pennsylvania
Ave., N\^1, Washington, D.C. 20460. Include the OMB control number in any correspondence. Do not send the
completed EP A DBE Subcontractor Performance Form to this adchess.
EPA FOR.\16100-3 (DBE Subcontractor Performance Forn,)
0-111
~
SIt
Environmental
Protection Agency
OMB Control No:
Approved:
Approval Expires:
2090-0030
05/01/2008
01/31/2011
Disadvantaged Business Enterprise Program
DBE Subcontractor Utilization Form
BIDjPROPOSAL NO. PROJECT NAt\fE
JTL Job # 0820;SRF Proj. #WW06121002 Te!1th Street Intercepto::.- Sewer Rehabilitaticln
NAME OF PRIMtliIDDER/PROPOSER E-MAfi, ADDRESS
Insituform Technologies USA, Inc. N!A
ADDRESS
17988 Edison Avenue, Chesterfield, MO 63005
TELEPHONE NO. 636-530-8000 FAX NO. 636-530-8701
The following subcontractorsl will be used on this project:
COMPANY NAME, ADDRESS, PHONE TYPE OF WORK TO BE
NUMBER, AND E-MAIL ADDRESS PERFORMED
ESTIMATE
D DOLLAR
AJ.'vfOUNT
CURRENTLY
CERTIFIED
AS AN MBE
OR WBE?
A-'1-L""'5 '"DA't't.\~~("'~
t.j'::}~~ ~W"5~lZ (2oAb
\.u, L~ t:,l\ 't f('t-Trt "7::,,( c.(~qor"
"'1&)- ,-/2'1- tf$ov
&"".1& ~ 8 o-.{\p,.<; wca..v"f-,..s 'c<'n-
~~Y- ( \<.""" "J -t- '"t u
iff ~, &'PP. vo
W81{/tfOT ~(")
I certify under penalty of perjury that the forgoing statements aJ'e true and correct. :n the event of a
replacement of a subcontractor, I will adhere to the replacement requirements set forth in 40 CPR Part 33
Section 33.302(c).
~/
-/
Signatuh~ e Contractor
05/07/0S
Date
H, Douglas Thomas
Print Name
Vice =::.-esident
-::-itle
'Subcontractor is c.e6ned as a company, firm. joint venture. or individual who enters into an ag=ee=ent with a contractor
to provide services pursuant to an EPA award of financial assistance,
EPA FORM 6100-4 (DEE Subcontractor Utilization Form)
D-112
~
SIl
Environmental
Protection Agency
OMB Control No:
Approved:
Approval Expires:
2090-0030
05/01/2008
m/31/201l
Disadvantaged Business Enterprise Program
DBE Subcontractor Utilization Form
The public reporting and recordkeeping burden for this collection ofinformation is estimated to average fifteen
(15) minutes. Burden meaI\Sth~ total time, effort, or financial resources expended by persons to generate,
maintain, retain, or disclose or provide information to or for a Federal agency. This includes the time needed to
review instructionsplevelop, acquiIe, install, and utilize technology and systems for the purposes of collecting,
validating, and venfylng information, processing and maintaining information, and disclosing and providing
information; adjust the existing ways to comply with any previously applicable instructions and requirements;
train personnel to be able to respond to a collection of information; search data sources; complete and review the
collection of information; and transmit or otherwise disclose the information. An agency may not conduct or
sponsor, and a person is not requiIed to respond to, a collection of information unless it displays a currently
valid OMB control number.
Send comments on the Agency's need for this information, the accuracy of the provided burden estimates, and
any suggested methods for minimizing respondent burden, including the use of automated collection teChniques
to the Director, Collection Strategies Division, U.S. Environmental Protection Agency (2822), 1200 Pennsylvania
Ave., NW, Washington, D.C. 20460. Include the OMB control number in any correspondence. Do not send the
completed EP A DBE Subcontractor Utilization Fo~ to this address.
EPA FORM 6100-4 (DBE Subcontractor Utilization Form)
D-l13
u.s. ENVIRONMENTAL PROTECTION AGENCY
CERTIFICA nON OF NONSEGREGATED FACILITIES
(Applicable to federally assisted construction contracts and related subcontracts exceeding
$10,000 which are not exempt from the Equal Opportunity clause.)
The federally assisted construction contractor certifies that he does not maintain or provide
for his employees any segregated facilities at any of his establishments, and that he does not permit
his employees to perform their services at any location, under his control, where segregated
facilities are maintained. The federally assisted construction contractor certifies further that he will
not maintain or provide for his employees any segregated facilities at any of his establishments,
and that he will not permit his employees to perfonn their services at any location, under his
control,_Where segregated facilities are maintained. The federally assisted construction contractor
agrees that a breach of this certification is a violation of the Equal Opportunity clause in this
. contract As used in this certification, the term "segregated facilities" means any waiting rooms,
work areas, rest rooms and other storage or dressing areas, parking lots, drinking fountains,
recreation or entertainment areas, transportation, and housing facilities provided for employees
which are segregated by explicit directive or are in fact segregated on the basis of race, creed,
color, or nation origin, because of habit, local custom, or otherwise. The federally assisted
construction contractor agrees that (except where he has obtained identical certifications from
proposed subcontractors for specific time periods) he will obtain identical certifications from
proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not
exempt from the provisions ofthe Equal Opportunity clause, and that he will retain such
certification in his files.
~/
Signa~
Date
H. Douglas Thomas, Vice P~esident
Name and Title of Signer
(Please type)
Insituform Technologies ~SA, Inc.
Firm Name
NOTE: The penalty for making false statements in offers is prescribed in 18 D.S.C. 1001.
OEE-I (lln9)
D-114
NOTICE TO LABOR UNIONS OR OTHER ORGANIZATIONS OF WORKERS
NONDISCRIMINATION IN EMPLOYMENT
TO: Laborers International Union of North America
(Name of union or organization of workers)
The undersigned currently holds contract(s) with Local 274, 120 & Operating Engineer's 103
(Name of Applicant)
involving funds or credit of the U.S. Government or (a) subcontract(s) with a prime contractor
bolding such contract(s).
You are advised that under the provisions of the above contract(s) or subcontract(s) and in
accord8DCe with Executive Order 11246, as amended, dated September 24, 1965, as amended, the
underSigned is obliged not to discriminate against any employee or applicant for employment
because ofrace, color, creed, or national origin. This obligation not to discriminate in employment
includes, but is not limited to, the following:
HIRING, PLACEMENT, UPGRADmG, TRANSFER, OR DEMOTION,
RECRUITMENT, ADVERTISING, OR SOLICITATION FOR
EMPLOYMENT, TRAINING DURmG EMPLOYMENT, RATES OF PAYOR
OTHER FORMS OF COMPENSATION, SELECTION FOR TRAINING
ThlCLUDThlG APPRENTICESHIP , LAYOFF OR TERMINATION.
This notice is furnished you pursuant to the provisions of the above contract(s) or subcontract(s)
and Executive Order 11246, as amended.
Copies of this notice will be posed by the undersigned in conspicuous places available to
employees or applicants for employment.
Insituform Technologies USA, Inc.
17988 Edison Avenue
Chesterfield, MO 63005
./ / -
~~~tractor)
H,Douglas Thomas, VP
May 7, 2009
(Date)
OEE-2 (11/79)
D-115
!liB CON':'ROL NO.2030-0020
APPRovt!l: 1V30f(l2
API'RCi'J>.L EXPIRES: 12/31/05
u.s. ENVIRONMENTAL PROTECTION AGENCY
MBEJWBE UTILIZATION UNDER FEDERAL GRANTS, COOPERATIVE
AGREEMENTS, AND INTERAGENCY AGREEMENTS
1 A. FEDERAL FISCAL YEAR 1 B. REPORTING QUARTER (Check appropriate box)
200 - o 1st (Od-Dec) 02rd{.mMl} o 3rd (Apr-Jun) 0 4tl'l (Jul-Sep) o Annual
1 C. REVISION HIGHLIGHT ITEMS TO BE REVISED AND PROVIDE EXPLANATION IN BLOCK No.6
Yesr:
Quarter:
2A FEDERAL FINANCIALASSISTANCE AGENCY 3A. REPORTING RECIPIENT (Name and Address)
(SRF Office ,t,ddrest-mK: MBEM'BE Coofdlnator)'
State Revolving Loan Fund Programs
100 N. SenateA.venue, Room 1275
Indianapolis, IN 46204
28. REPORllNG CONTACT 2C. PHONE: 38. REPORTING CONTACT (Recipient) 3C. PHONE:
(SRF M8E1WBE Coordinator 317-234-1266
Doris Roberson
4A FINANCIAL ASSISTANCE AGREEMENT ID NUMBER 48. FEDERAL FINANCIAL ASSISTANCE PROGRAM
(SRF Slate Recipients. Refer to Instructions for CClmpletlon of 4A. SA, and 5C)
,A. TOTAL ASSISTANCE AGREEMENT 5B. Check and skip to Block 5C. TOTAL PROCUREMENT AMOUNT THIS REPORTING
AMOUNT No.7 if no procurements PERIOD (ONLY indude the amount net in any prior repor1i{lg
and accomplishments period anc procurements made by SRF Loan Redpienls and Sub-
EPA Share: $ Recipients )
wer]il made this reporting $
penod. (Exclude proOJrement amounts reported by Prime Contractors)
Redpient Share: $ 0
-
50. ACruAL MBEmaE P~bCOREMENT ACCOMPLISHEDTHI$ 5E. ACTUAL MBEJWBE PROCUREMENT ACCOMPLISHED THIS
REPORTING PERIQOI;lY R.ECIPIENT(sRF Slate Recipients, Report REPORTING PERIOD BY lOAN RECIPIENTS, SUB-RECIPIENTS,
State PmcurementActivitIes Here) " AND PRIME CON1RACTORS
$ MBE $WBE $MBE $WBE
Construction Construction
EqUipment Equipment
Services Services
Supplies Supplies
TOTAL TOTAL
6. COMMENTS:
7. NAME OF AUTHORIZED REPRESENTATIVE TlTLE
8. SIGNATURE OF AUTHORIZED REPRESENTATIVE DATE i
PART 1. (Reports are required even if no procurements are made during the reporting period.)
EPA FORM 5700-52A - (5/96) available electronically at hfuJ:/Iwww.epa.oC\liosdbu/5700 52a.pdf
NOTE: THIS REPORT IS DUE 30 DAYS AFTER THE END OF EACH FEDERAL FISCAL QUARTER OR ANNUAL:
SUBMISSION DATES ARE: January 30, April 30, July 30, and October 30Y
. ANNUAL REPORT
D-116
Prescribed bv State Board of Accounts
Form No. 96 (Revised 2005\
CONTRACTORS BID FOR PUBLIC WORKS - FORM 96
PART I
(To be completed for all bids)
(Please type or print)
Date:
May 7, 2009
1. Governmental Unit (Owner): Jeffersonville Sewer Board/City of Jeffersonville
2. County: Clark
3. Bidder (Firm): Insituform Technoloqies USA. Inc.
Address: 17988 Edison Avenue
City/State: Chesterfield, MO.63005
4. Telephone Number: (636) 530-8000
5. Agent of Bidder (if applicable):
Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to
Jeffersonville Sewer Board/City of Jeffersonville
complete the public works project of . (Governmental
Unit) in accordance with plans and specifications prepared by Jacobi, Toombs, and Lanz, Iile. ,
Clarksville IN April 2009
, and dated ' for the sum of,tHUi'I!. f:hl\l()IUJ> /\;,.;':;:1 Vi!: 7th u{;A-rib
S'Y J./.vNDf.2..f<EJ> S&:"EN andt'l'/100 dollars ($;3I2.,tpO:r,tlD ).
The undersigned further agrees to fumish a bond or certified check with this bid for an amount specified in the
notice of the letting. If altemative bids apply, the undersigned submits a proposal for each in accordance with the
notice. Any addendums attached will be specifically referenced at the applicable page.
If additional units of material included in the contract are needed, the cost of units must be the same as
that shown in the original contract if accepted by the Governmental Unit. If the bid is to be awarded on a unit
basis, the itemization of the units shall be shown on a separate attachment.
The Contractor and his subcontractors, if any, shall not discriminate against or intimidate any employee,
or applicant for employment, to be employed in the performance of this contract, with respect to any matter
directly or indirectly related to employment because of race, religion, color, sex, national origin or ancestry.
Breach of this covenant may be regarded as a material breach of the contract.
CERTIFICATION OF USE OF UNIJ"ED STATES STEEL PRODUCTS
(If applicable)
I, the undersigned bidder or agent as a contractor on a public works project, understand my statutory
obligation to use steel products made in the United States. I.C. 5-16-8-2. I hereby certify that I and all
subcontractors employed by me for this project will use U.S. steel products on this project if awarded. I
understand that violations hereunder may result in forfeiture of contractual payments.
3-102
The above bid is accepted this
ACCEPTANCE
1'2>1"'+
day of
dvf'...\6
,2l>t.f? , subject to
the following conditions:
NON6
Contracting Authority Members:
M~ ort !\toN\A-~ K. ~'\1..U ~ ;Paes
WH\,A1\\. A. S~t;1tlMWlSEtl
~ L. C)f2.G'M. t f\M11V\i~
PART II
(For projects of $1 00,000 or more - IC 36-1-12-4)
Governmental Unit: Jeffersonville Sewer Board/City of Jeffersonville
Date:
Insituform Technoloqies USA, Inc.
May 7, 2009
Bidder (Firm):
These statements to be submitted under oath by each bidder with and as a part of his bid.
Attach additional pages for each section as needed.
SECTION I EXPERIENCE QUESTIONNAIRE
1. What public works projects has your organization completed for the period of one (1) year prior to the
date of the current bid?
Contract When
Amount Class of Work Completed Name & Address of Owner
$202 256.00 Insituform@ OS/29/08 City of Jeffersonville. IN
$585,264.00 Insituform@ 02/22/08 City of South Bend, IN
$171,872.30 Insituform@ 08/13/08 Purdue Universitv, West Lafavette IN
$344,502.00 Insituform@ 10/15/08 Coastal Gunite Const., Indianapolis IN
Insituform@
Insituform@
2. What public works projects are now in process of construction by your organization?
When to
Contract be
Amount Class of Work Com DIeted Name & Address of Owner
$293,505.00 Insituform@ 2009 Lebanon Utilities, IN
$954,405.00 Insituform@ 2009 City of Fort Wayne, IN
$256,272.25 Insituform@ 2009 Tow~ of Jamestown, IN
$274,660.00 Insituform@ 2009 City of Frankfort, IN
Insituform@
B-103
\
3. Have you ever failed to complete any work awarded to you? NO
If So, where and why?
List referenced from private firms for which you have performed work.
Reference
Wade Osborne
Clair Budhal
1. Explain your plan or layout for performing proposed work. (Examples could include a narrative of when
you could begin work, completed the project, number of workers, etc. and any other information which
you believe would enable the governmental unit to consider your bid.)
2. Please list the names and addresses of all subcontractors (i.e. persons or firms outside your own firm
who have performed part of the work) that you have used on public works projects during the past five
(5) years along with a brief description of the work done by each subcontractor.
I See Attached
3. If you intend to sublet any portion of the work, state the name and address for each subcontractor,
equipment to be used by the subcontractor, and whether you will require a bond. However, if you are
unable to currently provide a listing, please understand a listing must be provided prior to contract
approval. Until the completion of the proposed project, you are under a continuing obligation to
immediately notify the governmental unit inthe event that you subsequently determine that you will use
a subcontractor on the proposed project.
Work Name and Address Equipment to Bond
be Used Required
See Attached
4. What equipment do you have available to qse for the proposed project? Any equipment to be used by
subcontractors may also be required to be listed by the governmental unit.
Support Truck
Pick-up Truck(s)
Reefer Truck
TV Truck
Pumps with hoses
Compressor(s)
Boiler
Jet Truck and/or Vactor
5. Have you entered into contracts or receive~ offers for all materials which substantiate the prices used in
preparing your proposal? Yes Otherwise, please explain the rationale used which would
corroborate the prices listed.
SECTION III CONTRACTOR'S FINANCIAL STATEMENT
Attachment of bidder's financial statement is mandatory. Any bid submitted without said financial
statement as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to
the governing body awarding the contract must be specific enough in detail so that said governing body can
make a proper determination of the bidder's capability for completing the project if awarded.
Insituform Technologies USA, Inc. financial statement is attached.
B-I04
Attachment - SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE
1. Explain your plan or layout for performing proposed work. (Examples could include a narrative of
when you could begin work, completed the project, number of workers, etc. and any other
information which you believe would enable the governmental unit to consider your bid.)
Perform inspection services and develop SSES report. Set up traffic control and bypass
pumping as required, clean and televise pipeline to prepare for installation. If any point
repairs are required, notify the Owner or Engineer. Wet-out the Insitutube with resin, set up
equipment at site, install the Insitutube and cure. Restore services and flow. Complete
additional project work as identified in the scope. Clean-up site.
2. Please list the names and addresses of all subcontractors (Le. persons or firms outside your own
firm who have performed part of the work) that you have used on public works projects during the
past five (5) years along with a brief description of the work done by each subcontractor.
Listed below are a number of the subcontractors that Insituform Technologies has worked
with in the past five years. It should be noted that we are an international corporation and
Insituform Technologies has worked with numerous Contractors on varying types of
projects. If the list included below is not sufficient, please contact our corporate offices
for a full listing.
Video Job Site Control
1609 Southdale Avenue
Ft. Wayne, IN 46816
Construction Video
Shoot On Site Video Services
4101 Wyandotte Drive
Ft. Wayne, IN 46815
Construction Video
Sewer Optical Services, Inc. (WBE)
1334 W. Main Street
Lebanon, IN 46052
Cleaning and CCTV
Fluid Waste Services, Inc.
21787 Riverwood Avenue
Noblesville, IN 46060
Cleaning and CCTV
Atlas Daylighting
4740 Swisher Road
West Lafayette, IN 47906
Cleaning and CCTV
Accurate Bore Company
4937 Fieldstone Drive
Whitestown, IN 46075
Cleaning, CCTV and Directional Boring
F.M. Shelton (MBE)
972 Donnelly Avenue, Suite #2
Atlanta, GA 30310
Resin Supplier
Blaylock Chemical
P.O. Box 248
Stillwell, KS 64085
Resin Supplier
Culy Construction
610 N. 100 East
Winchester, IN 47394
MH Lining, Excavation, Cleaning and Televising
Trotter Construction Co., Inc. (MBE)
4165 Millersville Road
Indianapolis, IN 46201
Manhole Lining, rehabilitation and
Excavation
SpectraTech, LLC
16100 Allisonville Road
Noblesville, IN 46060
Manhole Lining
Municipal & Contractor Sealing Products
7740 Reinhold Drive
Cincinatti, OH 45237
Chemical Grouting and Manhole Lining
Mitchell & Stark Construction Co., Inc.
P.O. Box 219
Medora, IN 47260
Excavation
Scott Engineering
6695 E 34th Street
Indianapolis, IN 46226-6121
Cleaning and Televising
Atlas Excavating
4740 Swisher Road
West Lafayette, IN 47906
Excavation
Kreager Brothers Excavating Inc.
P.O. Box 80187
Ft. Wayne, IN 46898
Excavation
Corbitt & Sons (MBE)
8728 Robbins Road
Indianapolis, IN 46268
Pipe Bursting, Directional Boring,
Excavation
Robinson Trenching & Boring
9915 Southeatern Ave.
Indianapolis, IN 46239
Pipe Bursting, Directional Boring,
Excavation
Dave O'Mara Construction
1100 E 0 & M Avenue
P.O. Box 1139
North Vernon, IN 47265
Excavation
Godwin Pumps
16830 Chicago Avenue
Lansing, Illinois 60438
Bypass Pumping
3. If you intend to sublet any portion of the work, state the name and address of each
subcontractor, equipment to be used by the subcontractor, and whether you expect to require a
bond. However, if you are unable to currently provide a listing, please understand a listing must
be provided prior to contract approval.
Atlas Daylighting
4740 Swisher Road
West Lafayette, IN 47906
Cleaning and Televising
No Bond Required
SECTION IV CONTRACTOR'S NON - COLLUSION AFFIDAVIT
The undersigned bidder or agent, being duly sworn on oath, says that he has not, nor has any other
member, representative. or agent of the firm, company, corporation or partnership represented by him, entered
into any combination, collusion or agreement with any person relative to the price to be bid by anyone at such
letting nor to prevent any person from bidding nor to include anyone to refrain from bidding, and that this bid is
made without reference to any other bid and without any agreement, understanding or combination with any
other person in reference to such bidding.
He further says that no person or persons, firms, or corporation has, have or will receive directly or
indirectly, any rebate, fee, gift, commission or thing of value on account of such sale.
SECTION V OATH AND AFFIRMATION
I HEREBY AFFIRM UNDER THE PENALTIES OF PERJURY THAT THE FACTS AND INFORMATION
CONTAINED IN THE FOREGOING BID FOR PUBLIC WORKS ARE TRUE AND CORRECT TO THE BEST OF
MY KNOWLEDGE AND BELIEF.
Dated at Chesterfield. Missouri this 7th day of May
,20 09
Insituform Technoloqies USA, Inc.
(Nam~e ofOrganizatiOn)/
By _~
H. Dou as s
vice President
(Title of person signing)
ACKNOWLEDGEMENT
STATE OF MISSOURI
COUNTY OF ST. LOUIS
H Douglas Thomas. . Vice President
. being duly sworn, deposes and says that he IS of the
above Insituform Technoloqies USA, Inc. and that the answers to the questions in the foregoing questionnaires
and all statements therein contained are true and correct.
f . 7th
Subscribed and sworn to be ore me this
May 09
day of ,20
~ ~Notary Public
My Commission Expires:
12/5/09
~
County of Residence:
St. Louis
JANA LAUSE
NotarY Publlc.No~Seal
State of MlsSOUlI
~~n&c.512009
My commission # ()5805G1S_ -
8-105
SECTION IV CONTRACTOR'S NON - COLLUSION AFFIDAVIT
The undersigned bidder or agent, being duly sworn on oath, says that he has not, nor has any other
member, representative, or agent of the firm, company, corporation or partnership represented by him, entered
into any combination, collusion or agreement with any person relative to the price to be bid by anyone at such
letting nor to prevent any person from bidding nor to include anyone to refrain from bidding, and that this bid is
made without reference to any other bid and without any agreement, understanding or combination with any
other person in reference to such bidding.
He further says that no person or persons, firms, or corporation has, have or will receive directly or
indirectly, any rebate, fee, gift, commission or thing of value on account of such sale.
SECTION V OATH AND AFFIRMATION
I HEREBY AFFIRM UNDER THE PENALTIES OF PERJURY THAT THE FACTS AND INFORMATION
CONTAINED IN THE FOREGOING BID FOR PUBLIC WORKS ARE TRUE AND CORRECT TO THE BEST OF
MY KNOWLEDGE AND BELIEF. '
Dated at Chesterfield, Missouri this 7th day of May
,20 09
Insituform TechnoloQies USA. Inc.
By (N'~2//
H. Dou~
Vice President
(Title of person signing)
ACKNOWLEDGEMENT
STATE OF MISSOURI
COUNTY OF ST. LOUIS
. . Vice President
being duly sworn, deposes and says that he IS of the
above Insituform TechnoloQies USA. Inc. and that the answers to the questions in the foregoing questionnaires
and all statements therein contained are true and correct.
H. Douglas Thomas
Subscribed and sworn to before me this 7th
d f May 20 09
ayo. ~
~ Notary Public
My Commission Expires:
12/5/09
County of Residence:
St. Louis
<'
JANA \.AUSE
NotaI'Y Publlc- No~ Seal
. State 0' M'asol,lll
at. loou\S countY 5 2009
MyCo~=rss\OO~m-15' ~
B-I06
()J
.--i
.--i
"M
:>
- ~
- 0
L- en
0 en Ul
+-' Q) H
(,) L- ()J
~ "'0 4-1
+-' "'0 4-1
C $ ()J
0 t-:>
c.5 ~ CJ)
C 4-1
- I- 0
l.() <( l.() U >..
0 Q) 0 W
0 CJ) ::J 0 .., -W
N => C ('f) 0 -M
Q) <.0 U
"'0 en > 0:: ----- r-
Q) Q) <( 0 Q. '"d 0
en H rl
0) ~ I
':; u.. 0 c 0:: :::s::: u. ({j ::Q
Q) 0 0 0 0:: 0 0 0'\
0::: 0 en "'0 U. p:) 0
'-" 0 c :0 Q) 0 0
<.0 o:l ..c W l+= 3: H ~
(,) L.. ()J
0) Q) co Q) U :3
I- CO +-' ()J
0 en :J r-
Z E 0) Q) U}
L- r--. ..c Dl >..
E .E ..-- () ::> ()J ({j
.--i ~
L.. ::J Q. .--i
0 +-' 'M
u.. "w :>
c ~ c c
0 0 Q)
Ul "'0 ~ ~
H Q) (,) CO
()J u:: <( ~
4-1
4-1
()J
t-:>
TO THE BIDDER-
The following Form 96a is not requi1:ed by the State Board of Accounts. However, the bidder must
either use this form or one similar to it prepared by their accountant.
JACOBI, TOOMBS AND LANZ, INC.
S;ISYDNEy\WPDOCSIQ810820\DIV8.DOCX
B-l08
State board of Accounts
Form #102
Approved 12/88
City of Indianapolis
Marion County, Indiana
Form #102
Standard Questionnaires and
Financial Statement for Bidders
For use in investigating the qualifications of bidders on public works contracts when the aggregate cost of such contract will be a
hundred thousand dollars ($100,000) or more. This form may be used for any other contract when the ordering department requests it.
These statements are to be submitted under oath by each bidder with and as a part of the bid.
NOTE: THIS FORM BECOMES PART OF THE BID FILE, AND PURSUANT TO INDIANA'S PUBLIC RECORDS LAW (IND.
CODE SS5-14-3-1-5-14-3-10), WILL BE AVAILABLE FOR PUBLIC INSPECTION AND COPYING DURING CENTRAL PURCHASING'S
REGULAR BUSINESS HOURS WHEN THE TOTAL CONTRACT PRICE EXCEEDS $100,000.
Submitted to: City of Indianapolis, Central Purchasing
Company Name:
Insituform Technologies USA, Inc.
Address:
17988 Edison Avenue
Chesterfield, MO 63005
Representative:
H. Douglas Thomas, Vice President
Telephone Number:
636-530-8000
Date Submitted:
May 7, 2009
TO THE BIDDER:
These forms, required by the City ofIndianapolis and Marion County, Indiana, have been prescribed by
the State Board of Accounts.
They properly filled out and attested, must accompany each bid of a hundred thousand dollars ($100,000),
or more. If the ordering department requests it, they may be required for bids of lesser amounts as well.
The forms are designed to cover all public work Contracts/all other applicable situations and the bidder is
required to answer such questions as are pertinent to the work being bid/R.F.Q. The purpose of the questionnaire
is to enable the awarding body to determine the qualifications of the bidder to carry out successfully the contract
if the same is awarded to the bidder.
The bidder will find it to his advantage to answer fully all questions coming within the range ofthe work
being bid. Particular attention should be given to the "Financial Statement" and the details relative to the assets
and liabilities set out. This form is made in extensive detail so that the bidder may explain his assets and
liabilities in proper sequence and in a uniform manner. NOTE; FAILURE TO FILL OUT THESE FORMS
COMPLETELY MAY BE GROUNDS FOR DECLARING THE ENTIRE BID NON-RESPONSIVE.
-1-
Submitted by
Insituform Technologies USA, Inc.
{ ~ A Corporation
o A Co-partnership
o An Individual
P. . IOffi 17988 Edison Avenue, Chesterfield, MO 63005
nnclpa Ice at
To Jeffersonville Sewer Board/City of Jeffersonville
EXPERIENCE QUESTIONNAIRE
The signatory of this questionnaire guarantees the truth and accuracy of all statements and of all answers to interrogatories
hereinafter made.
How many years' experience in
How many years has your organization been in business as a general contractor under your present business name?
26
14
1.
2.
construction work has your
organization had:
3.
(a) As a general contractor
What projects has your organization completed?
26
(b) as a sub-contractor
26
CONTRACT AMOUNT CLASS OF WORK WHEN COMPLETED NAME AND ADDRESS OF OWNER
$294,076.00 Insituform 01/23/09 Lebanon Utilities, Lebanon IN
$100,253.00 Insituform 10/31/08 Aqua Indiana, Valparaiso IN
$338,965.00 Insituform 10/15/08 Coastal unite Construction, Cambridge IN
$1,271,178.60 Insituform 08/15/08 Purdue University, West Lafayette IN
3A What projects has your organization now in process of construction?
CONTRACT AMOUNT CLASS OF WORK WHEN TO BE COMPLETED NAME AND ADDRESS OF OWNER
Town of Freemont Insituform Q2 2009 Town of Freemont, Freemont IN
City of Portage Insituform Q2 2009 City of Portage, Portage IN
A. Metz Sewers Insituform Q2 2009 A. Metz Sewers, Gary IN
City of Lafayette Insituform Q3 2009 City of Lafayette, Lafayette IN
4. Have you ever failed to complete any work awarded to you?
No
If so, where and why?
5.
Has any offer or partner of your organization ever been an officer or partner of some other organization that failed to complete a
No
construction contract?
If so, state name of individual, other organization and reason therefor.
6.
No
Has any officer or partner of your organization ever failed to complete a construction contract handled in his own name?
I f so, state name of individual, name of owner and therefor
-2-
7. In what other lines of business are you financially interested?
None
8. For what corporation or individuals have you performed work, and to whom do you refer?
Abbott Laboratories Wade Osborne 847-935-5598
Connoco Phillips
Clair Budhal
618-255-2961
Olin Corporation
Kelly Rich
618-258-5475
9. For what cities have you performed work and to whom do you refer?
See Attached
See Attached
10. For what countries have you performed work and to whom do you refer?
See Attached
11, For what State bureaus or departments have you performed work and to whom do you refer?
12. Have you ever performed any work for the U.S. Government?
1 f so, when and to whom do you refer?
Yes
See .Zl.ttached
13. What is the construction experience of the principal individual of your organization?
YEARS OF
INDIVIDUAL'S NAME PRESENT POSITION CONSTRUCTIO'\ MAGNITUDE AND IN WI-lA T CAPACITY
OR OFFICE EXPERIENCE TYPE OF WORK
J. Joseph Burgess President & CEO 21+ I-:anagement/Ops President/CEO
H. Douglas Thomas Vice President 43 Const/Mngmnt/Ops PM, GM, VP
David F. Morris Sr. VP, CAO & SEC 17 Leqal/Manaqement VP, Executive
David Martin VP & CFO 18 Finance/Mnqmnt VP
-3-
~ Insitufonn
Thchnologies~ liS4; Inc.
STANDARD QUESTIONNAIRES AND FINANCIAL STATEMENT FOR BIDDERS
9. For what cities have you performed work and to whom do you refer?
Name Reference Phone
Ci W of Evansville, IN Ardell Smith (812 421-2130
Ci ~ of Wheaton, IL Paul Redman (630 260-2000
Ci y of Fort Wayne, IN Mike Hicks (219 427-1160
Ci :y of Markle, IN Greg Sauter (219 758-3386
10. For what counties have you performed work and to whom do you refer?
Name Reference Phone
Lake County. IL Art Maim 847 680-1600
Johnson County, KS Jeffrev DOQQert 913 681-3200
DuPaQe County, IL Greg Wilcox 630 682-7000
11. For what state bureaus or departments have you performed work and to whom do you refer?
Name Reference Phone
Illinois Department of Transportation Victor Modeer 847 705-4131
Indiana Department of Transportation Tom Faulkner 317 462-7751
MichiQan Deoartment of Transoortation 269 849-1184
12. Have you ever performed any work for the U.S. Government? Yes If so, when and to whom do you refer?
Name Reference
U.S. ACE 509) 577-3356
U.S. Air Force Offut Air Base 797) 697-7376
U.S. Armv Newport Chemical Depot 765) 245-4403
U.S. Naw GL T Naval Base (847) 688-2311
PLAN AND EQUIPMENT QUESTIONNAIRE
The signatory of this questionnaire guarantees the truth and accuracy of all statements and of all answers to
interrogatories hereinafter made.
1. In what manner have you inspected this proposed work? Explain in detail.
""5~E ~~D
2. Explain your plan or layout for performing the proposed work
(,;E-€ ~~ '"t>
3. The work, if awarded to you, will have the personal supervision of whom?
~, ~~p.
.NjA-
* 4. Do you intend to do the hauling on the proposed work with your own forces?
If so, give amount and type of equipment used
* 5. If you intend to sublet the hauling or perform it through an agent, state amount of sub-contract or agent's contract, and ifknown,
the name and address of sub-contractor or agent, amount and type of his equipment and financial responsibility /V/;:a-
* Items 4, 5, 6, and 7 may not be applicable in all building contracts; if not, omit.
-4-
* 6. Do you intend to do the grading on the proposed work with your own forces?
If so, give type of equipment to be used
,J/A:
* 7. If you intend to sublet the grading or perform it through an agent, state amount of subcontract or agent's contract, and if known, the
name and address of sub-contractor or agent, amount and type of his equipment and financial responsibility. A/jt1-
,
8. Do you intend to sublet any other portions of the work? 'If:..~
If so, state amount of sub-contract, and ifknown, the name and address of the sub-contractor, whether subcontract is a minority
and/or women's business enterprise, amount, and type of his equipment and financial responsibility.
5'ft ~~t:>
9. From which sub-contractors or agents do you expect to require a bond? AloAlg
10. What equipment do you own that is available for the proposed work?
QUANTITY ITEM DESCRIPTION, SIZE CONDITION YEARS OF PRESENT LOCATION
CAPACITY, ETC. SERV[CE
See Attached
-5-
Attachment - SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE
1. In what manner have you inspected this proposed work? Explain in detail.
Insituform personnel visited the site and conducted a detailed site review of the project area. In
addition, plans and specifications were reviewed during the design process and input was provided
to the engineer.
2. Please list the names and addresses of all subcontractors (Le. persons or firms outside your own
firm who have performed part of the work) that you have used on public works projects during the
past five (5) years along with a brief description of the work done by each subcontractor.
Perform inspection services and develop SSES report. Set up traffic control and bypass pumping as
required, clean and televise pipeline to prepare for installation. If any point repairs are required,
notify the Owner or Engineer. Wet-out the Insitutube with resin, set up equipment at site, install the
Insitutube and cure. Restore services and flow. Complete additional project work as identified in
the scope. Clean-up site.
3. The work, if awarded to you, will have the personal supervision of whom?
Alex Sharpe, Project Manager - 317-281-3767
8. If you intend to sublet any portion of the work, state the name and address of each
subcontractor, equipment to be used by the subcontractor, and whether you expect to require a
bond. However, if you are unable to currently provide a listing, please understand a listing must
be provided prior to contract approval.
Atlas Daylighting
4740 Swisher Road
West Lafayette, IN 47906
Cleaning and Televising
No Bond Required
Jetter and Vactor Trucks
~ Insituform
7e.cl1Jwlogies"l.JS4, /11e.
STANDARD QUESTIONNAIRES AND FINANCIAL STATEMENT FOR BIDDERS
10. What equipment do you own that is available for the proposed work?
Description Present Quantity
Cleaning Equipment
Vactors 6
Jetters 11
Televisinn Equipment
TV Vans 18
TV Cameras 44
Insltuform Trucks
Support 12
Reefers i .. 17
Boilers 14
Water Tankers 2
Trailers 3
Insltuform Wet Out & Cutters
Conveyors 4
I nsitucutters 36
Miscellaneous
Compressors
Generators 14
Static Mixers 3
Hilifts, Dozers, Backhoes 1
Laser 2
Pumps 60
Power Packs 10
Saws 24
Breakers 2
Pick Up Trucks 22
Tractors 6
II. What equipment do you intend to purchase for use on the proposed work, should the contract be awarded to VoU?
QUANTITY ITEM DESCRIPTION, SIZE. CAPACITY, He. APPROXIMATE COST
N/A
/II / I'J
12. How and when will you pay for the equipment to be purchased?
N/A
13. Do you propose to rent any equipment for this work?
TBD
if so, state type, quantity and reasons for renting.
14. Have you made contracts or received firm offers for all materials within prices used in preparing your proposal? Do not give names
of dealers or manufacturers Yes
15. List all permits, licenses, or registrations, which you have and are required by law to maintain in order to bid on this work. Please
include the type ofthe permit, license, or registration; the name of the issuing entity; the number ofthe licenses, permit, or
registration; and the expiration date. kJt:. ~ t./~fh4:> L3 y 'Thte. //Vt),. 1:J.,V4 Sec,et ~'r
~ ~S t>l=RcE "';n ~IL (Ai 'HtJ..E ~~ ~ //Vt)/A-p4
Dated at
Chesterfield, MO
this
7th
day of
May
,20
09
Insituform Technologies USA, Inc.
MISSOURI
H.
, Vice President
By
STATE OF
(Title of Person Signing)
ST. LOUIS
COUNTY OF
H. Douglas Thomas
SS:
Being duly sworn, deposes and says that he is
of the above
Vice President
of the above
Insituform Technologies USA, Inc.
(Name of Organization)
and that the answers to the questions in the foregoing questionnaires and all statements therein contained are true and correct.
7th April
Subscribed and sworn to before me this day of * c;&-
12/05/09 ~
My Commission .vn;rpo
. Notary Public
,20~.
JANALAUSE
NolalY Publlc- Notary'Seal
StateofMissouii
St Louis County
My Commission expires Dee. 5, 2009
CommIssion # 05805615
-6-
CONTRACTOR'S FINANCIAL STATEMENT
17988 Edison Avenue, Chesterfield, MO 63005
{_~ A Corporation
o A Co-partnership
o An Individual
Submitted by
Insituform Technologies USA, Inc.
Principal Office at
To
Jeffersonville Sewer Board/City of Jeffersonville
Condition at close of business December 31,
(amounts in thousands)
D 11
20~
C
o IHS ts.
ASSETS
1. Cash: (a) On Hand $ 0 , (b) In bank $ 0 , (c) Elsewhere $ 0
2. Notes receivable (a) Due within 90 days
(b) Due after 90 days
(c) Past Due
3. Accounts receivable from completed contracts, exclusive of claims not approved for payment 8 311
4. Sums earned on uncompleted contracts as shown by engineer's or architect's estimate 2, 26
(a) Amount receivable after deducting retainage
(b) Retainage to date, due upon completion of contracts 2 525
5. Accounts receivable from sources other than construction contracts
6. Deposits for bids or other guarantees: (a) Recoverable within 90 days
(b) Recoverable after 90 days
7. Interest accrued on loans, securities, etc.
8. Real Estate: (a) Used for business purposes 741
(b) Not used for business purposes
9. Stocks and bonds: (a) Listed - - present market value
(b) Unlisted - - present value
10. Materials in stock included in Item 4 (a) For uncompleted contracts (present value)
(b) Other materials (present value)
11. Equipment, book value ,6 4
12. Furniture and fixtures, book value 9
1 ,9 9
13. Other Assets
Total assets 3 ,5 0
-7-
LIABILITIES
Do Ins Cts.
1. Notes payable (a) To banks regular
(b) To banks for certified checks
(c) To others for equipment obligations
(d) To others exclusive of equipment obligations
2. Accounts payable (a) Not past due 12, 08
(b) Past due
3. Real estate encumbrances
4. Other liabilities 8 4
5. Reserves
1
6. Capital stock paid up: (a) Common
(b) Common
( c) Preferred
(d) Preferred
1 ,2 87
7. Surplus (net worth)
Total liabilities 30, 10
II
I. Liability on notes rece
2. Liability on accounts
3. Liability as bondsman
4. Liability as guarantor
5. Other contingent liabi
CONTINGENT LIABILITIES
ivable, discounted or sold
receivable, pledged, assigned or sold
on contracts or on accounts of others
lities
Total contingent liabilities
-8-
DETAILS RELATIVE TO ASSETS
1 (a) on hand $
Cash (b) deposited in banks named below
(c) elsewhere - - (State where)
NAME OF BANK LOCATION DEPOSIT IN NAME OF AMOUNT
(a) due within 90 days $
2* Notes Receivable (b) due after 90 days
(c) past due
DATE OF
RECEIVABLE FROM: NAME AND ADDRESS FOR WHAT MATURITY HOW SECURED AMOUNT
Have any of the above been discounted or sold?
If so, state amount, to whom, and reason
3* I Accounts receivable from completed contracts exclusive of claims not approved for payment $ 8,319
AMOUNT OF AMOUNT
NAME AND ADDRESS OF OWNER NATURE OF CONTRACT CONTRACT RECEIVABLE
Too many to l~st 8,319
Have any of the above been assigned, sold, or pledged?
No
I f so, state amount, to whom and reason
4* Sums earned on uncompleted contracts, as shown by engineer's or architect's estimate:
(a) Amount receivable after deducting retain age $ 2,263
(b) Retainage to date due upon completion of contract 2,525
DESIGNA TION OF CONTRACT AND NAME AMOUNT OF AMOUNT AMOUNT RET AINAGE AMOUNT EXCLUSIVE
AND ADDRESS OF OWNER CONTRACT EARNED RECEIVED WHE1\ I AMOUNT OF RETAINAGE
DUE
Costs and estimated earnings ip excess of billings (Too many to lis:: 2,263
Retainaae (Too man" to list) 2,525
Have any of the above been sold, assigned, or pledged? ~ Ifso, state amount, to whom, and reason
-List separately each item amounting to 10 percent or more of the total and comb:ne the remainder.
-9-
DETAILS RELATIVE TO ASSETS (continued)
5* I Accounts receivable not from construction contracts $
RECEIVABLE: NAME AND ADDRESS FOR WHAT WHEN DUE AMOUNT
What amount, if any, is past due
$
6 I Dep()sits with bids or otherwise as guarantees $
DEPOSITED WITH: NAME AND ADDRESS FOR WHAT WHEN RECOVERABLE AMOUNT
7 Interest accrued on loans, securities, etc. $
ON WHAT ACCRUED TO BE PAID WHEN AMOUNT
8* Real estate (a) Used for business purposes $ 741
Book value (b) Not used for business purposes $
IMPROVEMENTS TOTAL BOOK
DESCRIPTION OF PROPERTY NATURE OF IMPROVEMENTS BOOK VALUE VALUE
I. Too many to list 741
2.
3.
4.
5.
6.
7.
LOCATION HELD IN WHOSE NAME ASSESSED VALUE AMOUNT OF
ENCUMBERANCES
1
2.
3.
4.
5.
6.
7.
. List separately each item amounting to 10 percent or more of the total and combine the remainder.
-10-
DETAILS RELATIVE TO ASSETS (continued)
9 Stocks and bonds (a) Listed - - present market value $
b) Unlisted - - present value
LAST INT PRESENT
DESCRIPTION ISSUING COMPANY OR DIY PAID PAR MARKET QUAN- AMOUNT
DATE % VALUE VALUE TITY
I.
2.
3.
4.
5.
6.
7.
AMOUNT
WHO HAS POSSESSION IF ANY ARE PLEDGED OR IN ESCROW, STATE FOR WHOM AND REASON PLEDGED OR IN
ESCROW
I.
2
3.
4.
5.
6.
7.
10 Materials in stock and not included in Item 4, Assets:
(a) For use on uncompleted contracts (present value) $
(b) Other materials (present value)
QUANTITY PRESENT VALUE
DESCRIPTION OF MATERIAL FOR UNCOM- OTHER
PLETED MATERIALS
CONTRACTS
11 Equipment at book value $ 3,694
QUAN- DESCRIPTION AND CAPACITY OF ITEMS AGE OF ITEMS PURCHASE I'RICE DEPRECIA TION
TITY CHARGED OFF BOOK YALUE
Too many to list 3,694
Are there any liens against the above? No If so, state total amount
* If two or more items are lumped above. give the sum of their ages.
-11-
$
DET AILS RELATIVE TO ASSETS (continued)
12 Furniture and fixtures at book value $ 9
13 Other Assets $ 12,959
DESCRIPTioN AMOUNT
r.L ",}'a..L' a.HU -ucner- ' U
Goodwill 12,235
". '^ "<=A
I TOTAL ASSETS $ 30 510 I
DETAILS RELATIVE TO LIABILITIES
1 Notes payable (a) To banks, regular $
(b) To banks for certified checks
(c) To others for equipment obligations
i d) To others exclusive of e lUinment obligations
TO WHOM: NAME AND ADDRESS WHAT SECURITY WHEN DUE AMOUNT
-c. 12,408
2 Accounts payable (a) Not past due $
(b) Past Due
TO WHOM: NAME AND ADDRESS FOR WHAT DATE PAYABLE AMOUNT
Too many to llst 12,408
,
3 Real estate encumbrances (see Item 8, Assets) $
4 Other liabilities $ 818
DESCRIPTION AMOUNT
l:lllllngs In excess OJ: COS1:S ana eS1:lma1:ea earnlngs \'1'00 many c:-o .LlS1:) tsits
5 Reserves $
INTEREST I INSURANCE BLDGS. & FIXT. I PLANT DEPR. I TAXES I BAD DEBTS I 1
S 1$ $ 1$ 1$ T$ 1$ 1$
$
1
6
Capital stock paid up (a) Common
(b) Preferred
7
Surplus
17,287
30,510
-12-
If a corporation answer this:
Amount for which incorporated
Capital paid in cash
When incorporated
In what state
Names and titles of all persons having authority to execute and receipt estimate vouchers and to conduct other business for the
corporation, including its officers, the signatures of whom are legally binding. See Attached
Do you have necessary "certificate of existence" (or certificate of authorization for a foreign corporation) to transact corporate business
Yes
in this state, under the terms of Public Law 149, Acts of 1986, and acts amendatory thereto?
If a co-partnership answer this: N / A
Date of organization
State whether co-partnership is general, limited or association
Give the names, addresses and proportional interests of all parties:
Name
Address
Share
$
$
$
$
$
$
$
The name of the partnership firm under which the above partners are operating is
Give names and titles of all having authority to execute and receipt estimate vouchers and to conduct other business for the partnership,
the signatures of whom are legally binding.
-13-
The undersigned hereby declares that the foregoing is a true statement of the financial condition of the individual, co-partnership, or corporation herein first named, as of
the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that any
depository, vendor or other agency herein named is hereby authorized to supply such party with any information necessary to verify this statement.
Insituform Technologies USA, Inc.
17988 Edison Avenue
NOTE: A co-partnership must give firm name and signatures of all partners. A
corporation must give full corporate name, signature of official and affix corporate seal.
H.
Affidavit for Individual
STATE OF
COUNTY OF
} 5S:
N/A
being duly sworn, deposes and says that
the foregoing financial statement, taken from his books, is a true and accurate statement of his financial condition as of the date thereof and that the
answers to the foregoing interrogatories are true.
Subscribed and sworn to before me this
(Applicant must sign here)
day of
20
Notary Public
Affidavit for Co-Partnership
COUNTY OF
} SS:
N/A
STATE OF
being duly sworn, deposes and says that
he is a member ofthe firm of ; that he is familiar with the
books of the said firm showing its financial condition; that the foregoing financial statement, taken from the books of said firm, is a true and accurate
statement of the financial condition of the said firm as of the date thereof and that the answer to the foregoing interrogatories are true.
Subscribed and sworn to before me this
(Member of firm must sign here)
day of
20
Notary Public
Affidavit for Corporation
MISSOURI
STATE OF
COUNTY OF
ST. LOUIS
} 5S:
H. Douglas Thomas
being duly sworn, deposes and says that he is
Vice President of the Insituform Technologies USA, Inc. , corporation
described in and which executed the foregoing statement; that he is familiar with the books of the said corporation showing its financial condition; that
the foregoing financial statement, taken from the books ofthe said corporation, is a true and accurate statement of the financial condition of said
corporation as of the date thereof and that the answers to the foregoing interrogatories are true.
7th
May
20 09
H.
President
Subscribed and sworn to before me this
Notary Public
JANA LAUSE
Notary Public- Notal}' Seal
State of Missouri
Sf. louis County
My Commission Expires Dee. 5 200~ <
Commission # 05805615' "
-14-
INSlTVFORM TECHNOLOGIES USA. INC.
Assistaat SecretarY's Cerdftcate
The undersigned, being the Assistant Secretary of Insituform Technologies OS~Inc.~ a Delaware
corporation (the "Corporation"), hereby certifies that:
1. The following is a 1rUe and correct excerpt from the By-laws of the Corporation:
Chief ExecIlliPe ()jJ'iar Appol1tInte1It& The Chief Executive Officer may from time to time
appoint such officers of operating divisions. and such con1raetingan4 attesting officers~ of the
Corporation as the Chief.ExClCUti-ve Officer may deem proper~ who shallhavesucb authority, subject to
the control of the Board, as the CbiefExecutive Officer may from time to time prescribe.
2. The Chief Executive Officer of the Corporation bas, pursuant to the above authority, duly
appointed H. Douglas Thomas as Vice Preside,nt. Lynn E. Osborn, Vice President. Joann Smith~ Assistant
Secretary, Denise L. Carroll. Assistant SecretaJ)' and Debra J-.sper, Jana Lause and Diane Partridge as
Contracting and Attesting Officers of the Corporation. Each of the foregoing have been fully authorized and
empowered by the Chief Ex~utive Officer of the Corporation: "(i} to certify and to attest the signature of any
officer of the Corporation, (ii) to enter into and to bind the Corporation to perform pipeline ~babilitation
activities of the Corporation and all Jnatters ~I~ ~, including the maintenance of one or more ofti~
and facilities of the Corporation, (ui) to execute and to deUver ~lS ()D ~fQf~ Corporation and (iv)
to take such other action as is or may be DeCeSS81Y and appropriate to carry out the projects, activities and work
of the Corporation."
IN WITNESS WHEREOF~ I have hereunto affIXed my name as Assistant Secretary, this 16th day of
A~ 2008.
INSITIJFORM TECHNOLOGIES US~ INC.
BY:~
Er . . Kowly ')
Assi$tant Secretary