Loading...
HomeMy WebLinkAboutNational Power RoddingNATIONAL POWER RODDING A Carylon Company 2500 West Arthington Street Chicago, IL 60612 City of Waterloo City Clerk 715 Mulberry Street Waterloo, IA 50703 CITY OF WATERLOO 3 _rk _ z.a5OFFICE CLERKS 3122025PIR L Y s 2i i * BID ENCLOSED * DO NOT OPEN UNTIL 2-13-25 1:00 P.M. FY 2025 CIP PIPELINING PHASE V CITY OF WATERLOO, IA SUBMITTED BY: NATIONAL POWER RODDING CORP AECOM FY 2025 CIP Pipelining Phase V City of Waterloo, Iowa City Contract No. 1118 AECOM #60743622 Prepared For. City of Waterloo 715 Mulberry Street Waterloo, Iowa 50703 Prepared By: AECOM 501 Sycamore Street, Suite 222 P.O. Box 1497 Waterloo, Iowa 50704-1497 January 2025 FORM OF BID OR PROPOSAL FY 2025 CIP Pipelining Phase V CONTRACT NO. 1118 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa 1. The undersigned, being a Corporation existing under the laws of the State of Illinois 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 FY 2025 CIP PIPELINING PHASE V, CONTRACT NO. 1118, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: FY 2025 CIP Pipelining Phase V CONTRACT NO. 1118 Item Description Unit Estimated Quantiles Unit Price Total Amount BASE BID A Mobilization LS 1 $ 50,000.00 $ 50,000.00 1 8" Diameter CIP Pipe Lining LF 16,311 $ 40.00 $ 652,440.00 2 10" Diameter CIP Pipe Lining LF 1,879 $ 42.00 $ 78,918.00 3 12" Diameter CIP Pipe Lining LF 868 $ 50.00 $ 43,400.00 4 15" Diameter CIP Pipe Lining LF 806 $ 65.00 $ 52,390.00 5 Lateral Reinstatement EA 249 $ 225.00 $ 56,025.00 6 3-FT Lateral Grouting EA 249 $ 700.00 $ 174,300.00 7 Pipe Televising - 8" LF 32,622 $ 3.50 $ 114,177.00 8 Pipe Televising - 10" LF 3,758 $ 3.65 $ 13,716.70 9 Pipe Televising - 12" LF 1,736 $ 3.75 $ 6,510.00 10 Pipe Televising - 15" LF 1,612 $ 4.00 $ 6,448.00 11 Type A Pipe Cleaning - 8" LF 16,311 $ 1.00 $ 16,311.00 12 Type A Pipe Cleaning - 10" LF 1,879 $ 1.00 $ 1,879.00 13 Type A Pipe Cleaning - 12" LF 868 $ 1.00 $ 868.00 14 Type A Pipe Cleaning - 15" LF 806 $ 1.00 $ 806.00 15 Type C Root Removal - 8"-10" LF 4,547 $ 0.75 $ 3,410.25 16 Type C Root Removal - 12"-15" LF 217 $ 0.75 $ 162.75 17 Type D Lumberjack - 8"-10" LF 4,547 $ 7.00 $ 31,829.00 18 Type D Lumberjack - 12"-15" LF 217 $ 7.00 $ 1,519.00 19 Protruding Taps Removal EA 50 $ 500.00 $ 25,000.00 BASE BID TOTAL $ $ 1,330,109.70 FORM OF BID AECOM #60743622 CONTRACT NO. 1118 FB-1 of 4 FY 2025 CIPP BID ALTERNATE NO. 1 — DWG 8 101 8" Diameter CIP Pipe Lining LF 2,905 $ 40.00 $ 116,200.00 102 Lateral Reinstatement EA 40 $ 225.00 $ 9,000.00 103 3-FT Lateral Grouting EA 40 $ 700.00 $ 28,000.00 104 Pipe Televising - 8" LF 5,810 $ 3.50 $ 20,335.00 105 Type A Pipe Cleaning - 8" LF 2,905 $ 1.00 $ 2,905.00 106 Type C Root Removal - 8"-10" LF 726 $ 0.75 $ 544.50 107 Type D Lumberjack - 8"-10" LF 726 $ 7.00 $ 5,082.00 108 Protruding Taps Removal EA 20 $ 500.00 $ 10,000.00 BID ALTERNATE NO. 1 TOTAL $ $ 192,066.50 BID ALTERNATE NO. 2 — DWG 11 201 8" Diameter CIP Pipe Lining LF 2,375 $ 40.00 $ 95,000.00 202 Lateral Reinstatement EA 39 $ 225.00 $ 8,775.00 203 3-FT Lateral Grouting EA 39 $ 700.00 $ 27,300.00 204 Pipe Televising - 8" LF 4,750 $ 3.50 $ 16,625.00 205 Type A Pipe Cleaning - 8" LF 2,375 $ 1.00 $ 2,375.00 206 Type C Root Removal - 8"-10" LF 593 $ 0.75 $ 444.75 207 Type D Lumberjack - 8"-10" LF 593 $ 7.00 $ 4,151.00 208 Protruding Taps Removal EA 20 $ 500.00 $ 10,000.00 BID ALTERNATE NO. 2 TOTAL $ $ 164,670.75 ADDITIONAL CLEANING RATES Item Description Unit Estimated Quantity Unit Price Total Price 301 Type A Pipe Cleaning - 8" HR 50 $ 475.00 $ 23,750.00 302 Type A Pipe Cleaning - 10" HR 50 $ 475.00 $ 23,750.00 303 Type A Pipe Cleaning - 12" HR 50 $ 475.00 $ 23,750.00 304 Type A Pipe Cleaning - 15" HR 50 $ 475.00 $ 23,750.00 305 Type C Root Removal - 8"-10" HR 50 $ 475.00 $ 23,750.00 306 Type C Root Removal - 12"-15" HR 50 $ 475.00 $ 23,750.00 307 Type D Lumberjack - 8"-10" HR 50 $ 700.00 $ 35,000.00 308 Type D Lumberjack - 12"-15" HR 50 $ 700.00 $ 35,000.00 A table of expected cleaning times per segment shall work. be submitted to the Owner prior to beginning FORM OF BID CONTRACT NO. 1118 AECOM #60743622 FB-2 of 4 FY 2025 CIPP 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. THE CONTRACT SHALL BE AWARDED ACCORDING TO THE BASE BID. 3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after "Notice to Proceed" is issued. 4. Security in the sum of five percent of total bid ($ 5% ) in the form of a bid bond accordance with the INSTRUCTIONS TO BIDDERS. 5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. Dollars , is submitted herewith in 6. Attached hereto is a Bidder Status Form indicating Resident Bidder Certification ( ), or Non -Resident Bidder Certification ( X ). (Mark one.) 7 The bidder is prepared to submit a financial and experience statement upon request. 8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. 9. The bidder has received the following Addendum or Addenda: Addendum No. Date Type text here 10. The bidder shall list the MBEI 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. FORM OF BID CONTRACT NO. 1118 AECOM #60743622 FB-3 of 4 FY 2025 CIPP 13. The Owner reserves the right to se ctaiternates, delete line items, and/or to reduce quantities prior to the award of a contract elbThudgetary limitations. BY: National Por"Rodding Corp. (N me of Bidder) [dal Address: (Including Zip Code): 2500 W Arthington St. February 13, 2025 (Date) Title William T. Kreidler, President Chicago, IL 60612 I.R.S. No. 36-2933140 FORM OF BID CONTRACT NO. 1118 AECOM #60743622 FB-4 of 4 FY 2025 CIPP INFORMATION NEEDED FOR IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE CONTRACTOR NAME: National Power Rodding Corp. ADDRESS: 2500 W Arthington St. Chicago, IL 60612 (Check One) PRIME X FEDERAL ID#: 36-2933140 SUBCONTRACTOR PROJECT NAME: FY 2025 CIP Pipelining Phase V PROJECT CONTRACT NO.: 1118 DESCRIPTION OF WORK: ❑ Brickwork Carpentry D Concrete ❑ Drywall -Plaster -Insulation ❑ Electrical 11 Excavation/Grading l Flooring ❑ Heavy Construction ❑ Heating -Ventilating -Air Cond. SALES TAX EXEMPTION AECOM #60743622 Landscaping Painting ❑ Paving ❑ Plumbing • Roofing -Siding -Sheet Metal Li Windows iH Wrecking -Demolition M Other (Please specify) ❑ Sewer Cured -in -Place Pipe Lining CONTRACT NO. 1118 STE-1 of 1 FY 2025 CIPP BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, National Power Rodding Corp. as Principal, and Travelers Casualty and Surety Company of America as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum five percent of total bid Dollars ($ 5e/n ) 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 13th day of Feburary , 2025 , for FY 2025 CIP Pipelining Phase V 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 sand seals, and such of them as are corporations, have caused their corporate seals to be o affixed a these Aresa ents to be signed by their proper officers this 13th day of Februar , A.D. 2 National Pow (Seal) Witness Aock9 (Title) William T. Kreidler, President velers Casual and Surety Compar r of America (Seal) urety / By / &:a At WitnesAttorney-in-fact Gina M. Damato, Witness Peter S. Forker, Attorney -In -Fact BID BOND AECOM #60743622 CONTRACT NO. 1118 BB-1 of 1 FY 2025 CIPP TRAVELERS STATE OF ILLINOIS COUNTY OF KENDALL 1, Gina Marie Damato a Notary Public in and for said County, do hereby certify that Peter S. Forker Attorney -in- Fact, of the: THE TRAVELERS INDEMNITY COMPANY TRAVELERS CASUALTY & SURETY COMPANY TRAVELERS CASUALTY & SURETY COMPANY OF AMERICA FARMINGTON CASUALTY COMPANY UNITED STATES FIDELITY AND GUARANTY CO,M PANY ST. PAUL FIRE AND MARINE INSURANCE COMPANY FIDELITY AND GUARANTY INSURANCE COMPANY FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC. ST. PAUL GUARDIAN INSURANCE COMPANY ST. PAUL MERCURY INSURANCE COMPANY Who is personally known to me to be the same person, whose name is subscribed to the foregoing, instrument, appeared before me this day in person, and acknowledged that they signed, sealed, and delivered said instrument for and on behalf of: THE TRAVELERS INDEMNITY COMPANY TRAVELERS CASUALTY & SURETY COMPANY TRAVELERS CASUALTY & SURETY COMPANY OF AiIERICA FARMINGTON CASUALTY COMPANY UNITED STATES FIDELITY AND GUARANTY COMPANY ST. PAUL FIRE AND MARINE INSURANCE COMPANY FIDELITY AND GUARANTY INSURANCE COMPANY FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC. ST. PAUL GUARDIAN INSURANCE COMPANY ST. PAUL MERCURY INSURANCE COMPANY For the uses and purposed therein set forth. Given under my hand and notarial seal at my office in the City of Yorkville in said County, this 13th day of February Notary Public A.D. 2025 OFFICIAL SEAL GINA MARIE DAMATO Notary Public, State of Illinois Commission No. 990704 My Commission Expiros May 13, 2028 TRAVELERS J Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Peter S Forker of ROLLING MEADOWS Illinois , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. State of Connecticut By: City of Hartford ss. Robert L. Ranev`.-'Senior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2026 ......... NOTARY '*4. pueuo Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 13th day of February , 2025 . Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power of Attorney, p/ease call us at 1-800-421-3880. Please refer to the above -named Attorneys) -in -Fact and the details of the bond to which this Power of Attorney is attached. NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of Illinois )ss County of Cook ) William T. Kreidler , being first duly sworn, deposes and says that: 1. He is (Owner, Partner, Officer, Representative, or Agent) , of National Power Rodding Corp. , 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 agree ,Y advantage against the City of Waterloo, Iowa, or any person interested in the Pr ed Contract; and 5. The price or prices quoted in the attached Bid are fair dd proper and - not tainted by any collusion, conspiracy, connivance or unlawful agree {nt on the part - the Bidder or any of its agents, representatives, owners, employees, or p.dies in interes cluding this affiant. (Signed) Willi Subscribed and sworn to before me this 13th My commission expires 12/28/2025 reidler, President Title day of February 20 25 a-nd m &nig NON -COLLUSION AFFIDAVIT CONTRACT NO. 1118 AECOM #60743622 • Title "OFFICIAL SEAL' L' AMANDA M CAMARENA NOTARY PUBLIC, STATE OF ILLINOIS M Commission Expires 12/28/2025 z��etti ors NCA-1 of 2 FY 2025 CIPP 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. 1118 AECOM #60743622 EOC-1 of 2 FY 2025 CIPP 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 tus, age, mental or physical disabilities. (Signed (Appropriate Official) William T. Kreidler, President (Title) February 13, 2025 (Date) EQUAL OPPORTUNITY CLAUSE CONTRACT NO. 1118 AECOM #60743622 EOC-2 of 2 FY 2025 CIPP TITLE VI CIVIL RIGHTS During the performance of this contract, the contractor (for itself), its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: 1. Compliance with Regulations: The contractor shall comply with the Regulations relative to non- discrimination in Federally assisted programs of the DOT Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The contractor, about the work performed by it during the contract, shall not discriminate on the grounds of race, color, national origin, sex, age, or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts, Including Procurement of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to non-discrimination on the grounds of race, color, national origin, sex, age, or disability. 4. Information and Reports: The contractor shall provide all information and reports required by the Regulations or directives issued pursuant there to, and shall allow access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Contracting Authority, the Iowa DOT, or FHWA to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the contractor shall so certify to the Contracting Authority, the Iowa DOT, or the FHWA as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the Contracting Authority, the Iowa DOT, or the FHWA shall impose such contract sanctions as they may determine to be appropriate, including, but not limited to: a. Withholding of payments to the contractor under the contract until the contractor complies, and/or b. Cancellation, termination, or suspension of the contract, in whole or in part. 6. Incorporation of Provisions: The contractor shall include the provisions of paragraphs (1) through (6) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the Contracting Authority, the Iowa DOT, or the FHWA may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, that, in the event of a contractor becomes involved in, or it threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the Contracting Authority or the Iowa DOT to enter into such litigation to protect the interests of the Contracting Authority or the Iowa DOT; and, in addition, the contractor may request the United States to enter into such litigation to protect the interest of the United States. TITLE VI CIVIL RIGHTS CONTRACT NO. 1118 AECOM #60743622 TVI-1 of 1 FY 2025 CIPP Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: Yes I 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 a No My company has an office to transact business in Iowa. Yes I No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. Yes I 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 Kt 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 1. Name of home state or foreign country reported to the Iowa Secretary of State: Illinois 2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor Yes I1 No force preferences or any other type of preference to bidders or laborers? 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. When a contract is to be awarded to the lowest responsible bidder or offeror, a resident bidder or offeror shall be allowed a preference as against a non-resident bidder or offeror from any state that gives or requires a preference to bidders or offerors from that state. The preference shall be equal to to preference given or required by the state of the non-resident bidder or offeror. You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on iaocume are true and complete to the best of my knowledge and I know that my failure to provide accurate and tr kiful informa idn may be a reason to reject my bid. Firm Name: National Ppwer Roeding Corp. Signature: Date: February 13, 2025 Wtam T. Kreidler, President You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-6001 (09-15) BSF-1 Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. Yes ❑ No Yes No Yes f INo My business is currently registered as a contractor with the Iowa Division of Labor. My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. 309-6001 (09-15) BSI; 2 Revised February 2003 CONTRACTOR'S OR SUBCONTRACTOR'S AFFIRMATIVE ACTION PROGRAM Check box that applies to party completing program: ( X ) General Contractor ( ) Subcontractor I. Section A to be completed by GENERAL CONTRACTORS only: A. Name of Company National Power Rodding Corp. Address of Company 2500 W Arthington St., Chicago, IL Zip 60612 Telephone Number ( 312 ) 666-7700 Federal ID Number (if no Federal ID Number, Owner/President's Social Security Number) 36-2933140 Name of Project FY 2025 CIP Pipelining Phase V Project Contract Number 1118 Estimated Construction Work Dates July 1, 2025 / October 31, 2025 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: 1 Ethnic Name Address Position Sex Origin William T. Kreidler Chicago, IL 60612 St. President Fabian R. Castel 2500 W Arthington St. Chicago, IL 60612 Vice President Reid W. Ruprecht 2500 W Arthington St. p Chicago, IL 60612 Vice President 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 SEE ATTACHED II. EMPLOYER'S POLICY (Please read carefully.) A. We, the undersigned, recognize that we are morally and legally committed to nondiscrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap. B. The employment policies and practices of the undersigned are to recruit and hire employees without discrimination, and to treat them equally with respect to compensation and opportunities for advancement, including training, upgrading, promotion, and transfer. However, we realize the inequities associated with employment training, upgrading, contracting and subcontracting for minorities and women and we will direct our efforts to correcting any deficiencies to the maximum extent possible. The same will be required of our SUBCONTRACTORS and suppliers. C. We submit this program to assure compliance with Executive Order 11246, as amended, and other subsequent orders that may pertain to equal employment opportunity and merit employment policies, fully realizing that our qualification and/or merit system should be evaluated and revised, if necessary. D. We agree to put forth the maximum effort to achieve full employment and utilization of capabilities and productivity of all our citizens without regard to race, creed, color, sex, national origin, economic status, age, and mental or physical handicap. E. National Power Rodding Corp. will give training (Name of Company) and employment opportunities to local residents of Waterloo, Iowa, to the greatest extent feasible. III. AFFIRMATIVE ACTION A National Power Rodding Corp. recognizes that the (Name of Company) 2 effective application of a policy of merit employment involves more than just a policy statement, and National Power Rodding Corp. (Name of Company) will, therefore, re-evaluate our Affirmative Action Program to ensure that equal employment opportunities are available on the basis of individual merit, and to actively encourage minorities, women and local residents to seek employment with our company on this basis. National Power Rodding Corp. 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. National Power Rodding Corp. will take (Name of Company) whatever steps are necessary to ensure that our total work force has adequate minority, female, and local representation. We will utilize the following methods in our recruitment attempts: 1. Local advertising media (newspapers, radio, TV); 2. Community organizations (churches, clubs, schools); 3. Public and private institutions in the area (UNI, Hawkeye Community College); 4. Job Service of Iowa; and 5. Other. D. National Power Rodding Corp. 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. National Power Rodding Corp. will encourage other (Name of Company) companies with whom we are associated and/or do business, to do the same and we will assist them in their efforts. H National Power Rodding Corp. 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") None I 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. 2. None J. National Power Rodding Corp. 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. National Power Rodding Corp. will keep records of (Name of Company) specific actions relative to recruitment, employment, training, upgrading and promotion and will provide the City of Waterloo with any information relative to same, including activities of our SUBCONTRACTORS and suppliers as necessary or when requested. M. Parity figures for companies located in Waterloo are as follows: Minority Parity = .08 (8%) N. National Power Rodding Corp. Affirmative Action (Name of Company) Employment Goals: The definition of Affirmative Action Goals is as follows: "Goals may not be rigid and inflexible quotas which must be met, but must be targets, reasonably attainable by means of applying every good faith effort to make all aspects of the entire Affirmative Action Program work." For the year 20124, 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: 5 OA OA *Your affirmative action goals should be between 1% and 10% or more for minorities and 1% and 5% or more for women. Please be advised that the goals or targets are purely your estimation of how many women and minorities your company can reasonably expect to hire in 201_. Note, that none of the goals are rigid or inflexible. They are targets that your company calculates as reasonably attainable. This will help the City in its monitoring procedures as required by City of Waterloo Resolution No. 1984-142(4). ' SEE ATTACHED *'k* INDICATE: CONTRACTOR'S TOTAL WORK FORCE (WATERLOO) DISABLED VETERAN: DV VIETNAM ERA VETERAN: VV HANDICAPPED: H We hereby certify that we are in compliance with all City and Federal Affi alive Action Regulations and agree to accept all liability for failure to comply. Respectfully sub •tted, By: Company Executive ebruary 13, 2025 William T. Kreidler, President Date By: Equal Employment Opportunity Officer Date City of Waterloo Affirmative Action Officer Approved Disapproved Reason: By: Date: Carylon RPORATION ALABAMA VIDEO INDUSTRIAL SERVICES, INC 7721 2nd Avenue North Birmingham, AL 35206 Contact: Drew Mahan E-Mail: dmahan@videoindustrial.com VIDEO INDUSTRIAL SERVICES, INC. 3502 Highway 20 Decatur, AL 35601 Contact: Steve Gautney E-Mail: sgautney©videoindustrial.com DEEP SOUTH INDUSTRIAL SERVICES, INC. 3502 Highway 20 Decatur, AL 35601 Contact: Gary Nichols E-Mail: gnichois@,deepsouthind.com ARIZONA ACE PIPE CLEANING, INC. c/o NAPA 393 Alden Road Kearny, AZ 85137 Mail Address: P.O Box 323 Winkleman, AZ 85192 Contact: Rudy Guerena E-Mail: rguerena(a�acepipe.com CALIFORNIA NATIONAL PLANT SERVICES, INC. 1461 Harbor Avenue Long Beach, CA 90813 Contact: Dennis Keene E-Mail: dennis(a�nationalplant.com OFFICE DIRECTORY TOLL FREE: 1-800-341-1425 REG NO 1-205-798-0300 FAX NO: 1-205-798-6211 WEBSITE: videoindustrial.com TOLL FREE: 1-800-826-3498 REG NO 1-256-355-2777 FAX NO: 1-256-355-0353 WEBSITE: videoindustrial.com TOLL FREE: 1-877-879-0322 CELL NO 1-253-206-2771 FAX NO: 1-678-757-9926 WEBSITE: deepsouthind.com TOLL FREE: NONE REG. NO. 1-520-200-4000 FAX NO. 1-520-356-6818 WEBSITE: acepipe.com TOLL FREE: 1-800-445-3614 REG NO: 1-562-436-7600 FAX NO: 1-562-495-1528 WEBSITE: nationalplant.com Page 1 CC) Carylont RPORATION NATIONAL PLANT SERVICES, INC. Bay Area Service Yard 2159 National Avenue Hayward, CA 94545 Contact: Michelle Beason E-Mail: mbeason(a�nationalplant.com CONNECTICUT NATIONAL WATER MAIN CLEANING CO. 1000 Rear Elm Street Rocky Hill, CT 06067 Contact: Dennis Sullivan E-Mail: dennis(cr�nwmcc-bos.com FLORIDA NATIONAL WATER MAIN CLEANING CO. 15551 Okeechobee Blvd. Loxahatchee Groves, FL 33470 Contact: Curt Maring E-Mail: cmaring@nwmcc.com GEORGIA BIO-NOMIC SERVICES, INC. 155 Key Circle Brunswick, GA 31520 Contact: Shane Tuell E-Mail: stuell@bio-nomic.com DEEP SOUTH INDUSTRIAL SERVICES, INC. 515 Industrial Drive Rockmart, GA 30153 Contact: Gary Nichols E-Mail: gnichols(a�deepsouthind.com OFFICE DIRECTORY TOLL FREE: 1-800-445-3614 (Long Beach Office) CELL NO: 1-925-366-1577 WEBSITE: nationalplant.com TOLL FREE: 1-800-422-0815 (Canton, MA) REG NO: 1-860-372-4199 FAX NO: 1-781-828-2473 WEBSITE: nwmcc-bos.com TOLL FREE: 1-800-242-7257 REG NO: 1-561-223-2126 FAX NO: 1-561-855-4916 WEBSITE: nwmcc.com TOLL FREE: 1-800-782-6798 REG NO: 1-704-860-8181 FAX NO: 1-678-757-9926 WEBSITE: bio-nomic.com TOLL FREE: 1-877-879-0322 REG NO 1-678-757-1022 FAX NO: 1-678-757-9926 WEBSITE: deepsouthind.com Page 2 CO Carylon RPORATION ILLINOIS CARYLON CORPORATION 2500 West Arthington Street Chicago, IL 60612 E-Mail infocaryloncorp.com NATIONAL POWER RODDING CORP. 2500 West Arthington Street Chicago, IL 60612 Contact: Bill Kreidler E-Mail: bkreidler(a�nationalpowerrodding.com ACE PIPE CLEANING, INC. (Formerly ODESCO) 100 Washington Street South Roxana, IL 62087 Contact: Steve Hontz E-Mail: shontz@acepipe.com INDIANA NATIONAL INDUSTRIAL MAINTENANCE, INC. 4530 Baring Avenue East Chicago, IN 46312 Contact: Mike Mears E-Mail: mmearsnimin.com KENTUCKY ROBINSON PIPE CLEANING CO. 5300 Camp Ground Road Louisville, KY 40216 Contact: Bryan Franklin E-Mail: bfranklinrobinsonpipe.com OFFICE DIRECTORY TOLL FREE: 1-888-778-5329 WEBSITE: caryloncorp.com TOLL FREE: 1-800-621-4342 REG NO 1-312-666-7700 FAX NO: 1-312-666-5810 WEBSITE: nationalpowerrodding.com TOLL FREE: 1-800-423-1954 REG NO: 1-618-254-4874 FAX NO: NONE WEBSITE: acepipe.com TOLL FREE: 1-800-551-2218 REG NO: 1-219-398-6660 FAX NO: 1-219-397-9316 WEBSITE: nimin.com TOLL FREE: NONE REG NO: 1-502-618-4400 FAX NO: 1-502-618-4401 WEBSITE: robinsonpipe.com Page 3 Cay Ion CORPORA(tatawi MARYLAND MOBILE DREDGING & VIDEO PIPE, INC. 11420 Old Baltimore Pike Beltsville, MD 20705 Contact: Ryan Schmidt E-Mail: rschmidt©,mdvpinc.com MASSACHUSETTS NATIONAL WATER MAIN CLEANING CO. 25 Marshall Street Canton, MA 02021 Contact: Dennis Sullivan E-Mail: dennis@nwmcc-bos.com MICHIGAN NATIONAL INDUSTRIAL MAINTENANCE, INC. 4400 Stecker Dearborn, MI 48126 Contact: Brian Malinowski E-Mail: bmalinowski©nimmi.com MISSOURI ACE PIPE CLEANING, INC. 6601 Universal Avenue Kansas City, MO 64120 Contact: Steve Hontz E-Mail: shontzacepipe.com ACE PIPE CLEANING, INC. 4410 Hunt Avenue St. Louis, MO 63110 Contact: Ryan Poertner E-Mail: rpoertner(cacepipe.com OFFICE DIRECTORY TOLL FREE: 1-877-777-9114 REG NO: 1-301-931-0707 FAX NO: 1-301-931-0990 WEBSITE: mdvpinc.com TOLL FREE: 1-800-422-0815 REG NO: 1-781-828-0863 FAX NO: 1-781-828-2473 WEBSITE: nwmcc-bos.com TOLL FREE: 1-800-952-0111 REG NO: 1-313-945-6464 FAX NO: 1-313-945-9170 WEBSITE: nimmi.com TOLL FREE: 1-800-325-9372 REG NO: 1-816-241-2891 FAX NO: 1-816-241-5054 WEBSITE: acepipe.com TOLL FREE: NONE REG NO: 1-314-531-1127 FAX NO: 1-314-531-4584 WEBSITE: acepipe.com Page 4 Garylon NEW JERSEY NATIONAL WATER MAIN CLEANING CO. 1806 Newark Turnpike Kearny, NJ 07032 Contact: Jim Lounsbery E-Mail: jim©,nwmcc.com MOBILE DREDGING & VIDEO PIPE SERVICES 1566 Harding Highway Newfield, NJ 08344 Contact: David Huggler E-Mail: dhuggler(a�mdvpinc.com NEW YORK NATIONAL WATER MAIN CLEANING CO. 928 Broad Street Utica, NY 13501 Contact: Gary Millington E-Mail: gary.millingtonna,nwmcc-bos.com NATIONAL WATER MAIN CLEANING CO. 45 Boxwood Lane Cheektowaga, NY 14227 Contact: Gary Millington E-Mail: gary.millington annwmcc-bos.com NORTH CAROLINA F310-NOMIC SERVICES, INC. 530 Woodlawn Street Belmont, NC 28012 Contact: Vaughn "Buck" Stevenson E-Mail: vstevensonbio-nomic.com OFFICE DIRECTORY TOLL FREE: 1-800-242-7257 REG NO: 1-973-483-3200 FAX NO: 1-973-483-5065 WEBSITE: nwmcc.com TOLL FREE: 1-800-634-6014 REG NO: 1-856-697-1900 FAX NO: 1-856-697-0757 WEBSITE: mdvpinc.com TOLL FREE: 1-866-341-1287 REG NO: 1-315-624-9520 FAX NO: 1-315-624-9523 WEBSITE: nwmcc-bos.com TOLL FREE: 1-866-341-1287 CELL NO: 1-315-624-9520 FAX NO: 1-315-624-9523 WEBSITE: nwmcc-bos.com TOLL FREE: 1-800-782-6798 REG NO: 1-704-529-0000 FAX NO: 1-704-529-1648 WEBSITE: bio-nomic.com CarylonRPORATION OFFICE DIRECTORY OHIO METROPOLITAN ENVIRONMENTAL SERVICES, INC. TOLL FREE: 1-800-860-7378 5055 Nike Drive REG NO: 1-614-771-1881 Hilliard, OH 43026 FAX NO: 1-614-771-2761 Contact: Eric Zeigler E-Mail: ezeiglermentenviro.com SELECT TRANSPORTATION, INC. 5055 Nike Drive Hilliard, OH 43026 Contact: Adam Albright E-Mail: aalbright@metenviro.com PENNSYLVANIA MOBILE DREDGING & VIDEO PIPE, INC. 3100 Bethel Road Chester, PA 19013 Contact: Dave Huggler E-Mail: dhuggler©mdvpinc.com ROBINSON PIPE CLEANING CO. 2656 Idlewood Road Pittsburgh, PA 15205 Contact: Chris Truby E-Mail: trubycia robinsonpipe.com TENNESSEE ACE PIPE CLEANING, INC. 1508 3rd Avenue North Nashville, TN 37208 Contact: Tom Rabourn E-Mail: trabourn@acepipe.com WEBSITE: metenviro.com TOLL FREE: 1-800-561-0404 REG NO: 1-614-529-1200 FAX NO: 1-614-771-2761 WEBSITE: metenviro.com TOLL FREE: 1-800-635-9689 REG NO: 1-610-497-9500 FAX NO: 1-610-497-9708 WEBSITE: mdvpinc.com TOLL FREE: 1-800-553-4690 REG NO: 1-412-921-2100 FAX NO: 1-412-921-3600 WEBSITE: robinsonpipe.com TOLL FREE 1-800-565-1115 (Ft. Worth Office) REG NO: 1-615-256-6622 CELL NO: 1-615-920-6717 FAX NO. 1-615-256-9108 WEBSITE: acepipe.com Carylon CORPORATION TEXAS ACE PIPE CLEANING, INC. 1509 Sylvania Court Fort Worth, TX 76111 Contact: Don Uberroth E-Mail: duberroth(a�acepipe.com ACE PIPE CLEANING, INC. 2007 S. Brazos San Antonio, TX 78207 Contact: Don Uberroth E-Mail: duberrothacepipe.com NATIONAL POWER RODDING CORP. 9810 FM 969 Austin, TX 78724 Contact: Fabian Castel Email: fcastel@nationalpowerrodding.com SPECIALIZED MAINTENANCE SERVICES, INC. 4533 Pasadena Blvd. Pasadena, TX 77503 Contact: Darrell Martin E-Mail: dmartin@specializedmaintenance.com VIRGINIA BIO-NOMIC SERVICES, INC. 1502 Brownlee Ave., SE Roanoke, VA 24014 Contact: Andy Taylor E-Mail: ataylorbio-nomic.com OFFICE DIRECTORY TOLL FREE: 1-800-565-1115 REG NO: 1-817-332-1115 FAX NO: 1-817-332-1557 WEBSITE: acepipe.com TOLL FREE: 1-800-565-1115 (Ft. Worth Office) REG NO: 1-210-224-5900 FAX NO: 1-210-224-5924 WEBSITE: acepipe.com TOLL FREE: 1-800-621-4342 (Chicago Office) REG NO: 1-512-928-1420 FAX NO: NONE WEBSITE: nationalpowerrodding.com TOLL FREE: 1-800-365-3400 REG NO: 1-281-476-1010 FAX NO: 1-281-476-4067 WEBSITE: specializedmaintenance.com TOLL FREE: 1-800-782-6798 REG NO: 1-704-907-7933 FAX NO: 1-704-529-1648 WEBSITE: bio-nomic.com SECTION C - TEST FOR FILING REQUIREMENT w ---( 4 a • w� Z a O Ow oiQ� O ice w Z O 2 Z O m w Q } w aw 2J d O 0 N 50 Z oo= A067413 SECTION B - COMPANY IDENTIFICATION 1-Y 2-Y 3-Y DUNS NO.: 089069975 EIN: 0 SECTION E - ESTABLISHMENT INFORMATION a O 0) 0 a( O C N ry O Q) O C CO o t J_ O (13 Ca c 0 O o 0 YO CO o ..0 0 ZN0 0>- U a) N N O a) C -Coo N_ L a) w O a) _ o Q O 0) N C (O a) a) O7 O7 O c0 — c Q (0 z as of November 29, 2024 SECTION D - EMPLOYMENT DATA O O O O O (+7 CO O O u) CT) to 0 r r r fd > r r r _ fa 0 F. Not Hispanic or Latino *********Male********* *********Female******** Two or More Races O O O O O O O O O O O 0 Amer Indian or Alaskan O O O O O O O O O O 0 Co Asian O O O O O O O O O O O 0 Native Hawaiian or P.I. O O O O O O O O O O 0 0 Black or African/ Amer O O O O O O O O O O N 0 6) I 0 O O O O O O O N r r r Two or More Races 0 O O O O O O O O r r r Amer Indian or Alaskan O O O O O O O O O O 0 0 c m N O O O O O O O O O O 0 O Native Hawaiian or P.I. O O O O O O O O O O 0 O Black or African/ Amer O O O O O O CO O O 1` I- r y _ t CO O O O N O O 35 r r r N CO N R E G) LL O O O O O CO O O O O CO CO To 2 O 0 0 0 o) CO10 O O a)) "kt r to r Executive/Sr O a) (0 a) U a) Q) c O a Power Rodding Corp. c Z Prime Contractor Name: 0 m W 0 Z February 13, 2025 (u 0 a) 21 i 0 Contractor Signature: 6) r a) N () r M U 0 U c Q 0 0 U c 0 0 d) U d) wW • m Q a) W c co W Ow=. • c c m O00.3 N CO W n W N CO orn r- L O M Q, O ` o c C 0 0) E E (13 L L L O O 0 ^a) W c � 0 0 c ( O U O c ▪ (a co . E o > o U _C�• 44 (D 0 o 30 L 0 Q w c c O O O of n. C 4-J co .— w -as N ~ 0 _O 03 c O O N -0 Y -Q 0) O O � 1. Q I- t_ O O L O o O O O Q Q L C a) ili Waterloo will 4- O > U ui ai 4 (0 c3 c O O O) N 4) O)� c E • o (1:3 O t 4- a) a) a) 4- �'o a) O) E O c E c o To O a O o Q 4) W al U W a) c c ( ca c Q. co W 03 W o co c � O N Q) O O c E (B L al O -0 O3 c C C L 4E1 4-1 a) (6 N Q) -c c E ce ALL 0 VJ Q WZ 0 0 m W • Ce Z Cl. O 1- 2 Z (A W Z 0) O W Ou- m Z m O al J Quotes Received Quotation used in bid Dollar Amount Proposed to be Subcontracted o Z N >- Dates Intacted 0 Z >- Dates ontacted - o 0 BE ,ctors E Subcontractors L c W m O 2 so m (/) m O Z (Form CCO-4) Rev. 06-20-02 CONTRACT NO. Z 0 a_ a_ w 00 w N N (D M O 0 w DOG DATA & ANALYTICS Print NATIONAL POWER RODDING CORP. NATIONAL POWER RODDING CORP-RFB-CITY OF WATERLOO,IA-FOR, FY 2025 CIP PIPELINING PHASE V PROJECT. Project Specs: Notice ID #: 9492 Location: IA: Waterloo Bid Date: 02/13/2025 BDOQ: MBE, Other Type Of Notice: Sub -Bid Advertisement Contact: See Notice Summary for details on how to respond to this notice. Notice Summary: CIS 11111111r NATIONAL POWER RODDING CORP. National Power Rodding Corp is requesting quotes from MBE/EBE Firms for: City of waterloo, IA- FY2025 CIP Pipelining Phase V Bid Due Date: 02/13/2025 Quotes Due By: 02/10/25 Scope of work includes: Plans are available: https://www.questcdn.com/cdn/posting/?keyword=9468799 Additional information regarding specification, plans and bids are available through Amanda Camarena aamarena@nationalpowerrodding.com (p) 312-666-7700 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. National Power Rodding Corp. 2. Permanent main office address. 2500 W Arthington St., Chicago, IL 60612 3. When organized. 1949 4. If a corporation, when incorporated. 08/08/1977 5. How many years have you been engaged in the contracting business under your present firm or trade name? 76 years 6. 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. sewer cleaning televising, manhole rehabilitation and CIPP 8. Have you ever failed to complete any work awarded to you? If so, where and why? No 9. 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. SEE ATTACHED 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: $ 15. Give bank reference: SEE ATTACHED 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. 1118 AECOM #60743622 SBQ-1 of 2 FY 2025 CIPP 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. Dated at Chicago, IL State of Illinois ) ) ss: County of Cook ) , this 13th day of February 2025 National Power Rose. g Corp ( : me of Bidder) By: Title: tiiam T. Kreidler, President William T. Kreidler , being duly sw President of National Power Rodding Corp. (Name of Or aitation) and that the answers to the foregoing questions and all stateme • is therein co P . ned are true and correct. 't lam T. Kreidler, President Subscribed and sworn to before me thi 13th day of February says that he is , 2025. 2saivie M doeact Notary Public December 28 25 "OFFICIAL SE I J " My commission expires AMANDA M CAMARENA NOTARY PUBLIC, STATE OF ILLINOIS M Commission xoires 1217o12025 4 STATEMENT OF BIDDER'S QUALIFICATIONS CONTRACT NO. 1118 AECOM #60743622 SBQ-2 of 2 FY 2025 CIPP ONATIONAL POWER RODDING rA C.art'/r„u Cr»»prruyy Account 2500 West Arthington Street Chicago, IL 60612 i:: (312) 666-7700 f: (312) 666-0748 www.nationalpowerrodding.corn Contracts In Progress and to be Started Dollar Amount Metropolitan Water Reclamation District of Greater Chicago $ 2,000,000.00 Television Inspection & Recording of Sewers & Manhole, Contract #22-875-1 S RJN Group- Sunnyland Sanitary District 2023-24 Collection System Assistance Palos Heights Add on Lining and Grouting City of Joliet 2024 Sanitary Sewer Cleaning and Inspection Program Village of Wauconda Sanitary and Storm Sewer Lining A Lamp Concrete Contractors 2024 Parking Lot Improvements- Village of Brookfield IHC Construction Co. IDOT Rand Rd over Des Plaines 60J10 Village of Oak Park 24-10 Sewer Cleaning and Inspection Village of Summit Low End Sewer Cleaning and Televising HR GREEN Berwyn (Pershing to Ogden combined sewer televising) CBBEL North Ave sewer televising (Glendale Heights) Gannett Fleming Transystems Create EW2 Package 4 Chicago Community Builders M.S.D SEWER TELEVISING (BALLY'S CASINO) Three Rivers, MI 2024 CIPP Improvement Project Village of Downers Grove Storm sewer maintenance (2025 extension) Village of Algonquin $ 38,640.00 $ 36,000.00 $ 45,000.00 $ 447,622.00 $ 4,650.00 $ 37,445.00 $ 23,464.50 $ 160,000.00 $ 263,737.50 $ 144,490.00 $ 74,619.00 $ 24, 500.00 $ 483,305.75 $ 153,520.00 $ 375,712.05 $ 38,500.00 2/11/2025 1 of 3 Contracts in Progress and to be Started NATIONAL POWER RODDING �� A (nvIon (,'o'nprnty, Account 1440 Braewood CIPP Lining (180 LF of 15') Village of Buffalo Grove 2025 Sewer Televising Village of Streamwood Sealing Village of Barrington Sanitary Sewer Lining 2500 West Arthington Street Chicago, IL 60612 r (312) 666-7700 is (312) 666-0748 www.nationalpowerrodding.com Contracts In Progress and to be Started Dollar Amount $ 80,404.40 $ 37,500.80 $ 230,000.00 $ 195,722.00 Subtotal Illinois $ 4,894,833.00 TEXAS City of Corpus Christi Citywide Wastewater IDIQ Manhole Improvements SAK Construction - San Antonio Water System SAWS 2021 CMOM Package 4 - CIPP Lopez Utilities Contractor - City of Tyler Group 6 SS Specialty Package, Bid No. 24-020 SAK Construction - San Antonio Water System SAWS 2021 CMOM Package 7 SAK Construction - City of Lawton, OK 2023 CIPP Liner Project, Project No. PU2307 SAK Construction - San Antonio Water System SAWS 2023 Sewer Main Replacement Project 3 SAK Construction - San Antonio Water System SAWS 2021 CMOM Package 2A CIPP Project SAK Construction - City of Tyler 54" Black Fork Creek Ouffall Sewer CIPP Facilities Rehabilitation, Inc. - San Antonio Water System SAWS 2021 CMOM Pkg 6 Open Cut -Pipe Burst Fern Bluff Municipal Utility District (Round Rock, TX) Manhole Rehabilitation Raba Kistner-Waller Creek Tunnel Tunnel Cleaning City of Austin Waller Creek Tunnel Dewwatering, Sediment & Debris Removal Insituform Technologies City of San Marcos Linda Dr. Wastewater Repairs $ 340,000.00 $ 320,000.00 $ 320,000.00 $ 287,000.00 HRLY $ 475,769.16 as needed $ 19,436.98 $ 46,875.36 $ 43,000.00 $ 12,250.00 $ 18,000.00 $ 2,087,130.00 Future Work $ 6,615.00 Subtotal Texas $ 3,976,076.50. 2/11/2025 2 of 3 Contracts in Progress and to be Started NATIONAL POWER RODDING A Caiyloir Company Account TOTAL DOLLAR AMOUNT OF WORK 2500 West Arthington Street Chicago. IL 60612 ij:. (312) 666-7700 f: (312) 666-0748 www.nationalpowerrodding.corn Contracts In Progress and to be Started Dollar Amount $ 8,870,909.50 2/11/2025 3 of 3 Contracts in Progress and to be Started O o Tr E o cog 0 a) n E 0 MI 3 Complete 3_Complete 0 e) 0 E 0 col o G a E 0 MI 3_Complete 3_Complete e) G Ti E 0 MI 3_Complete 3_Complete o a Q. 0 MI O O N N r- N V) ri Vi [ N V) co r- •O rl V) O O V V) ri r1 V) p O if; b re) o O '% V) O 1!, it, 7 o co N V, S 409,047.50 S 370,960.00 O Ct inN P o: G7 v.-4 rV) O N G\ c-, C Cr) Vi O r: N N N — V7 V) O O M M vi V (..5 co N Y� N r- co en V) 0) r)M CT) 00 .-- 15,336 N N N V O M N �- M CO f` V CO N N (0 N V COO 11) O ci ,A CO 0) r � M r iC • <- N 0 N N 2 N N � N N co Q N N T 2 N N Q) Q N N > Z (V 3 Q N N ' 0 N N Q (n N N 0 Dec-22 1-O N 15&18 r CO 6" to 18" N r 01 Or - 0) 18" & 24" 0, O r N r CO 24" & 27" CO r coN co 1 00 N CO Television Inspection and Recording of Sewers and Manholes (Included UV lining of 339 LF of 24" pipe) Roxanna Neighborhood Storm and Sanitary Sewer Lining Improvements (396 LF of 15", 203 LF of 15" and 139 LF of 18") (UV Lining) Book Road Culvert Lining (48 LF of UV Lining) Roxanna Neighborhood Stomi and Sanitary Sewer Lining Improvements (10,565 LF of 10" to 18" Sanitary Sewer Lines and 4771 LF of 6" to 18" Storm Sewer Lines) (Steam Lining) 2021 Sanitary Sewer Cured In Place Pipelining (4225 LF of 8",10" & 15") (Steam Lining) 12022 Sanitary & Storm Sewer Cleaning 'Televising and Lining Project (1260 LF of 18" & 24") (UV Lining) 2022 CDBG Sewer Lining Program (7856 LF of 10"-18") (Steam Lining) 2022 Sanitary Sewer Rehabilitation (2,584 LF of 8"-12") (Steam Lining) T10 McDowell Truck Sewer Phase 1 (370 LF of 24" & 3866 LF of 27") (UV Lining) 2022 Sewer Lining Project (9845 LF of 8" & 688 LF of 18") (Steam Lining) 2022 Sewer Lining Project (4172 LF of 8", 1162 LF of 12" & 2749 LF of 15" of sanitary sewer, 70 LF of 10", 71 LF of 12", 145 LF of 15", & 140 LF of 24") (Stearn Lining) Basin 5 Sewer Rehabillation (885 LF of 8", 170 LF of 12", 202 LF of 15" & 122 LF of 24") (� l ^ A Carylon Cc �.r► National Power R A Carylon Cc CIPP Experience Summary Table I Frederick Wu, P.E., 312-751-4025 (WuF@mwrd.org ) 100 E. Ede Chicago, IL 60611 Shawn H. Strange, P.E., 317-216-7705 (sstrange@firstgroupengineering.com ) 5925 Lakeside Blvd. Indianapolis, IN 46278 David Bohac, 630-271-0770 (DaveBohac@ecivil.com) Morris Engineering 33 W 33N Aurora Rd. Naperville, IL 60563 Shawn H. Strange, P.E., 317-216-7705 (sstrange@firstgroupengineering.com ) 5925 Lakeside Blvd. Indianapolis, IN 46278 Joseph Sullivan, P.M., 630-346-2877 (joe.sullivan@reltd.com ) 10045 W Lincoln Highway Frankfort, IL 60423 Fred Chung, P.M., 847-247-5435 (fchung@Iibertyville.com ) 118 West Cook Aveue Libertyville, IL 60048 Timothy Klass, P.E., 630-878-1819 (tklass@novotnyengineering.com ) 545 Plainfield Rd., Suite A Willowbrook, IL 60527 City of Lockport Engineering Dept 222 E. Ninth St. Lockport, IL 60441 815-838-0549 Tony Conn, 630-305-5537 (connt@naperville.il.us) 400 S Eagle St. Naperville, IL 60566 Christopher Walton, 630-466-6771 (cwalton@eeiweb.com) 52 Wheeler Rd. Sugar Grove, IL 60554 Christopher Walton, 630-466-6771 (cwalton@eeiweb.com) 52 Wheeler Rd. Sugar Grove, IL 60554 Bryan Welch, 815-770-2850 (bwelch@cbbel.com) 16221 W 159th St., Suite 201 Lockport, IL 60441 _F Metropolitan Water Reclamation District of Greater Chicago City of East Chicago Naperville Township Road District City of East Chicago Village of Lansing Village of Libertyville Village of Evergreen Park City of Lockport City of Naperville Village of Elbum City of St. Charles Village of Shorewood {I f J Z —I Z J J —I J J J —I J pir: Metropolitan Water Reclamation District of Greater Chicago City of East Chicago City of Naperville City of East Chicago Village of Lansing Village of Libertyville Village of Evergreen Park City of Lockport City of Naperville Village of Elbum City of St. Charles Village of Shorewood a) 0 Z. E 0 M1 3_Complete O O a E 0 ell 3_Complete S473,370.55 O y t-i o M co P ea 8 Ni w H1 G\ S 41 550.00 N O O (0 r N (rD O N N CO CO CO N ICI Q M N a Q CO (. C 03 Apr-23 CO r Cu DD N r (.J co 2022 Sewer Rehabiliation Program (6050 LF of 8"-18") 2022 Sewer Lining Project (2162 LF of 8") 2022 Sanitary Sewer Lining (2016 LF of 8" & 12") Sanitary Sewer Lining 2022 (365 LF of 8") Adam Jasinski, 708-361-1800 (tkantas@palosheights.org) 7607 W College Dr. City of Palos Heights IL City of Palos Heights Palos Heights, IL 60463 Greg Gruen, 815-363-2100 (ggruen@cityofmchenry.orf) 1415 Industrial Drive McHenry, IL 60050 L$TQLd 11111, o..eU-‘)W-UUVu (bhill@novotnyengineering.com) 545 Plainfield Rd. Suite A Willowbrook, IL 60527 Ryan Anderson, 815-467-2151 (ryan.anderson@minooka.com ) 121 E McEvilly Rd Minooka, IL 60447 City of McHenry Village of Lemont c O 0 O c O a) O) n 5 J J J City of McHenry C 0 E a) J 0 O a CO Village of Minooka a E 0 0 0 a E 0 0 col 5.090,248.1E h V N N 6 0 0 V N O 03 LL' O J co 0 N M o "'Lc) O O 0 LL .21)) _o r- L , o o O) V — C O Z C - n J (a C a) C o. i X !l C7 V ▪ N C - N(/) rr O C ..- O O) > C O O 7 U � C C n V) a C 0 Q O 0'd L o C N • (a N C O C C __I n N N co> 0 to O H CO o o a0 U 7.0 0 2 > co 0) CO z 22t)— V m 0 2 0 -Y 3cCO Jc 2 to n 04 L N 0.) Mtn W r o CI o r (D -J O CO co 3 N o U to co rn a 3 c J 01 -o 7 0 � C tL W City of East Chicago z J City of East Chicago O 2 • S co N O O rn cc3 co O (O n. E o 2 U 0 0 0 3_Complete a) o a E 0 col 3_Complete d) o a E 0 MI a) O a E 0 01 a) O a E 0 MI 0 a) a E 0 M1 O N a E 0 col 0 O a E U MI O O o N) .Ni co 1!1 `o co b V M V' l to 0 1) O 0 0 t') ,r-- ) 00'000'sZE s O W N `-f co ,!, N - t- K V O O S tf, v, S 2,428,331.50 co O) o CV N O a) (D r r co N r M Q) N O) M O O N� O (O CO O cc O 1- O r. 13,879 27,680 M N 2 co N6. CO co N Z co N Q co Cl 0 c) N 0 N r cd a0 8", 10", 12", 15", 18", 21" & 27" r- ca C. r CO - o r cjf CO CO 12" & 18" I 8", 15" & 18" 6", 8", 12" & 15" :" to -,-- N r -- O r _ O r 2022-2023 Sanitary Sewer Lining (2042 LF of 8" & 167 LF of 12") 2023 Sewer Lining Program (11,690 LF of 8" 10", 12", 15", 18", 21" & 27") Sewer Lining 2023 (3726 8", 10" - 12") 2023 Sanitary Sewer Rellining (3,634 LF of 8", & 295 LF of 10") 2023 Lake in the Hills Sanitary District Sewer Lining (5,700 LF of 8") Parker Avenue Sanitary Sewer Rehabilitation Program (3,096 LF of 12" to 18" Sanitary Sewer Lines 2023 I&I Sanitary Sewer Rehabilitation (6100 LF of 8", 600 LF of 15" & 310 LF of 18" 2023 Sewer Lining Project (810 LF of 6", 10109 LF of 8", 2900 LF of 12", &60 LF of 15") 2024 Sanitary Sewer Rehabilitation Program- Bridalwreath Acres, Stonegate, Black Road Acres and Bevan Acres (22300 LF of 8", 2850 LF of 10", 860 LF of 12", 1290 LF of 15" & 380 LF of 18") Adam Hall, 630-271-4172 (ahall@villageoflisle.org ) 925 Burlington Ave. Lisle, IL 60532 'James Post, 847-571-4800 (jpost@smithlasalle.com) 9500 W Belmont Ave Franklin Park, IL 60131 Ted Sianis, 847-459-2532 (tsianis@vbg.com) 51 Raupp Blvd Buffalo Grove, IL 60089 Karla Bastien, 630-823-5662 (Kbastien@hpil.org ) 2041 West Lake Street Hanover Park, IL 60133 David Young,847-265-7325 (dkyoung@atl-ae.com ) 468 Park Avenue Lake Villa, IL 60046 Robert Prohaska, P.E., 847-823-0500 2501 North Manheim Road Franklin Park, IL Luis Vasquez, 630-682-4700 950 Essington Road Joliet, IL 60435 Matt Wilson, 630-377-4405 mwilson@stcharles.gov 2 E Main Street St. Charles, IL 60174 Luis Vasquez, 630-682-4700 luis.vasuez@rjnmail.com 950 Essington Road Joliet. IL 60435 Village of Lisle Village of Franklin Park Village of Buffalo Grove Village of Hanover Park Lake in the Hills Sanitary District Leyden Township Village of Orland Park City of St. Charles City of Joliet J J J J J J J J J Village of Lisle Village of Franklin Park Village of Buffalo Grove Village of Hanover Park Lake in the Hills Santiary District Leyden Township Village of Orland Park City of St. Charles City of Joliet E 0 r) V, 10", 12" and 15" 0 w O CO to r. N mO C Q-u) •41- C C C c3 O N 0 4- N O V r O (D N N O N O C O E o O O (D th U > (D Q O 0 CO C C Lea r Yin 0) 0 U C > o Z 0 E4J age of La Grange Park J 0 o Q E 0o col o a) Q E 0 co, a) o Q E 0 to o 0 Q E 0 ell 3_Complete 3_Complete 0 0 Q E 0 col 3_Complete 0 0 Q E 0 MI 0 o Q E 0 col 3_Complete O '- Q �i 3_Complete 3_Complete 0 a) Q E 0 Mi 1TOTAL 1 269,871.00 f S 27,120,607.27 O O Vj M O - V) s 73 7,795.00 O O crj CO r1 — V) in CI M '7 V. (/) S 158,540.56 O O V `t P) a — VT o 0 N V) C M la M V) o O O O V. r1 7 VT O O O Vi r` M n ti VT M V. M CN V d! `t VT S 202.927.00 c O t. 0 rJ V: Vi O O O 0 M V) O O V) N r y `i V) -t N N .-. [-- N M V) r- a) a) .- o O 00 00 o TO CV OJ a) r 00 a) v (0 CO 0) o O CO cr co V) r O) 0 C. r r- 0 V) (0 0) V lA 0. a) co c') 15,378 0 0 a) r o 0 co Cr) 0 a) W iv r a) LO - N a-- O a— c0 r 00 9", 10", 12", 15", 18", 20" & 21" CO 'CO N 05 - O r 60 N - N 00 r co IV r - O r-' CO - O r f0 O r cif cU CO CO 2024 Sewer Lining (567 LF of 9", 1216 LF of 12" & 214 LF of 15") 2024 Sanitary Sewer Lining Package (10,350 LF of 8", 2,500 LF of 10", 3,800 LF of 12", 2,000 15", 150 LF of 18") CWF Sewer Lining Phase 3 (2250 LF of 8") 2024 CIPP Sewer Rehabilitation Contract A' (3949 If of 9", 1187 LF of 10", 1499 LF of 12", 2548 LF of 15", 235 LF of 18", 135 LF of 20" & 266 LF of 21" 2024 Sewer Lining (3864 LF of 4") Sewer Lining 2024 Sower Lining Project Television Inspection and Recording of Sewer and Manholes at Various Locations; Contract 22-875-1S (1100 LF of 24") Television Inspection and Recording of Sewer and Manholes at Various Locations: Contract 22-875-1 S (650 LF of 27") 2024 Municipal Partnership Initiative - Sanitary Sewer Lining (2549 LF of 8") 2024-2025 Sanitary Sewer Lining (962 LF of 8", 640 LF of 10", 808 LF of 12" & 1479 LF of 15") Sanitary and Storm Sewer Lining (14,984 LF of 8" and 394 LF of 10") Sanitary Sewer Cured in Place Pipelining (18000 LF of 8" and 1700 LF of 10") 2024 Sewer Rehabiliation Program (6900 LF of 8") 2024 Sanitary Sewer Lining (9509 LF of 8") Bill Kocklanls, 708-714-3550 400 Park Avenue River Forest, IL 60305 Ian Bagley, 262-653-4349 4401 Green Bay Road Kenosha, WI 53144 CBS2 Squared, 715-861-2239 770 Technology Way, Suite 12 Chippewa Falls, WI 54729 City of Evanston 2100 Ridge Avenue Evanston, IL 60201 Kevin Pelli Kpelli@wheeling.gov 847- 279-6912 2 Community Blvd. Wheeling, IL 60090 Ted Sianis, 847-459-2532 (tsianis@vbg.com) 51 Raupp Blvd Buffalo Grove, IL 60089 Jeff Hackbarth 815-499-1537 Village of Milledgeville 344 N Main Ave. Milledgeville, IL Frederick Wu, P.E., 312-751-4025 (WuF@mwrd.org) 100 E. Erie Chicago, IL 60611 Frederick Wu, P.E., 312-751-4025 (WuF@mwrd.org) 100 E. Erie Chicago, IL 60611 Village of Riverwoods 300 Portwine Rd. Riverwoods, IL 60015 Village of Winfield 27W465 Jewell Road Winfield, IL 60190 Village of Wauconda Chris Bouchard (847-362-5959) cbouchard@hmgengineers.com 975 Campus Drive Mundelein, IL 60060 City of Hickory Hills Maxwell McAvoy (max.mcavoy@reltd.com) 815-806-0300 10045 W Lincoln Highway Frankfort, IL 60423 Adam Jasinski, 708-361-1800 (tkantas@palosheights.org) 7607 W College Dr. Palos Heights. IL 60463 Darin Stykel, 815.235-7643 (dstykel@fehrgraham.com) 101 West Stephenson Street Freeport, IL 61032 Village of River Forest City of Kenosha Village of New Aubum Evanston, IL J 0) C .5 0 L w. O O fa Village of Buffalo Grove Village of Milledgeville Metropolitan Water Reclamation District of Greater Chicago Metropolitan Water Reclamation District of Greater Chicago Village of Riverwoods Village of Winfield Village of Wauconda City of Hickory Hills City of Palos Heights City of Freeport J J J J J J J J J J J J J Village of River Forest Kenosha Water Utility Village of New Aubum City of Evanston Village of Wheeling Village of Buffalo Grove Village of Milledgeville Metropolitan Water Reclamation District of Greater Chicago Metropolitan Water Reclamation District of Greater Chicago Village of Riverwoods Village of Winfield Village of Wauconda City of Hickory Hills City of Palos Heights City of Freeport CieA Cnr)?ion Contpaij' DESCRIPTION Closed Circuit Television Studio Vans w/Color Cameras, Computer Equipped NATIONAL POWER RODDING 2500 West Arthington Street Chicago, IL 60612 p: (312) 666-7700 f: (312) 666-0748 www.nationalpowerrodding.com MAJOR EQUIPMENT AVAILABLE' QUANTITY 13 Closed Circuit Television Studio Vans w/Color Cameras, 2 Computer Equipped -Sonar capability Chemical Grouting Vans complete w/Color Cameras, 4 Computer Equipped w/Closed Circuit Television Equipment High Velocity Sewer Jetting Machines Heavy Duty Truck Mounted Municipal Type Power Rodding Units Clean Earth Mfd. Jetter/Vactor Special Combination Units (170 GPM) Guzzler Mfd. Jetter/Vactor Combination Units (80 GPM) Guzzler Mfd. Jetter/Vactor Special Combination Units (120 GPM) 8 1 4 19 9 Heavy Duty Bucket Winch Machines 14 Utility Trucks (Pick-ups & Dump Trucks) 35 Manhole Grouting Trucks 1 Manhole Spray Rehabilitation Trucks 4 High Static Ductable Air Movers 2 67 kW Hushpower Generator 1 All the equipment above is owned by National Power Rodding Corp. The year of the vehicles range from 1988 thru 2023. In addition to the major equipment above we have various supporting equipment. Complete electronic on -site service and repair facility including three (3) trained mechanics and four (4) trained repair technicians. (Major Equipment List as of October 2023). *Additional equipment available at the other Catylon locations. NOTE: Riinicam will not travel through 90 ° Bends in 6" lateral. tei NATIONAL POWER RODDING 141111rP011 Company RESUME WILLIAM T. KREIDLER 2500 West Arthington Street Chicago, IL 60612 (312) 666-7700 (312) 666-0748 www.nationalpowerrodding.com William Kreidler graduated in 1991 with a bachelor's degree in Accounting from the University of Illinois, Chicago. He obtained his CPA certificate in May 1991 and worked in public accounting for five years before joining National Power Rodding Corporation. Since joining National Power Rodding Corp., Bill has worked on streamlining operations and developing new and innovative approaches to project management. General Manager 1995-1997 Vice President 1997-2014 President 2014 - Present Responsible for: • Project Oversight • Contract Expedition • Sales • Human Resources • Administration • Finance • Working directly with government, engineering firms and contractors to ensure successful and timely completion of contracts. Recent projects include: City of Austin Wastewater Line Relay and Spot Repair $10,400,000 Responsibilities including planning and overseeing contract according to deadlines and within budget, including acquiring resources and coordinating the efforts of City and superintendent and subcontractors and consultants in order to deliver project according to plan. Overseeing quality control throughout contract. This contract included wastewater line repairs and installations and adjustments of new manholes. City of Austin Annual Service Agreement for Manhole Rehab $7,600,000 Responsibilities including planning and overseeing contract according to deadlines and within budget, including acquiring resources and coordinating the efforts of City and superintendent and subcontractors and consultants in order to deliver project in accordance with contract specifications. Overseeing quality control throughout contract. This 3- year contract included manhole rehabilitation and grouting. Page 1 of 2 NATIONAL POWER RODDING A Carylon Company City of Chicago Cleaning and Televising $7,200,000 Responsibilities including planning and overseeing contract according to deadlines and within budget, including acquiring resources and coordinating the efforts of superintendent and subcontractors and consultants in order to deliver project in accordance with contract specifications. Overseeing quality control throughout contract. This citywide contract included cleaning and televising sewer lines and lateral connections and dye testing. Northeast Ohio Regional Sewer District Easterly Dist. Hydraulic Improvement Contract $2,900,000 Responsibilities including planning and overseeing contract according to deadlines and within budget, including acquiring resources and coordinating the efforts of Engineers, superintendent and subcontractors and consultants in order to deliver project in accordance with contract specifications. Overseeing quality control throughout contract. This contract located in Cleveland, OH included catch basin and interceptor sewer cleaning, including removal of roots and mineral deposits . Northeast Ohio Regional Sewer District Manhole Rehabilitation Contract $1,300,000 Responsibilities including planning and overseeing contract according to deadlines and within budget, including acquiring resources and coordinating the efforts of Engineers, superintendent and subcontractors and consultants in order to deliver project in accordance with contract specifications. Overseeing quality control throughout contract. This contract located in Cleveland OH included manhole rehabilitation with epoxy and cement. Gary Sanitary District Large Dia. Sewer Cleaning & Televising $6,000,000 Responsibilities including planning and overseeing contract according to deadlines and within budget, including acquiring resources and coordinating the efforts of Engineers, superintendent and subcontractors and consultants in order to deliver project in accordance with contract specifications. Overseeing quality control throughout contract. This 5- year contract located in Gary IN included cleaning, bypass pumping and televising 20" — 132" sewers, including box sewers Certifications/Training: City of Chicago Sewer and Drain License State of Florida Certified Underground Utility & Excavation Contractor Page 2of2 ,, NATIONAL ACm.;POWER RODDING 'lon Company Vice President Secretary Project Manager Duties Certifications RESUME Reid W. Ruprecht 2018 - Present 2014 - 2018 2009 — 2014 2500 West Arthington Street Chicago, IL 60612 p: (312) 666-7700 f: (312) 666-0748 www.nationalpowerrodding.com Responsible for field operations on cleaning, televising and CIPP projects, manages production, schedules, works directly with customers' project managers. 40 Hr Hazwoper 10 Hr Construction NPRC Training Program- Confined Space Training/ MSDS Hazardous Communication, Fall Protection, Lock out / Tag Out, Respiratory Protection, Personal Protective Equipment, Hearing Conservation Education B.E. — Eastern IL University Graduate 2003 Partial List of Projects: North Shore Water Reclamation Sewer Chemical Sealing Sewer Spot Lining Metropolitan Water Reclamation District TV Inspection and Recording of Sewer/Manholes Contract #13-806-2S Walsh Construction IDOT Contract #60W71 Sewer Cleaning and Televising Tetra Tech Waukegan, IL PCB Removal from Sewers AMEC Environmental & Infrastructure, Inc. Cicero, IL PCB Removal from Sewers City of Joliet West River Wall Sewer Cleaning Illinois State Toll Highway Authority Contracts RR- 18-43 84 & RR-18-4376 Clean and TV Drainage System Plote Construction Various Locations for IDOT Catch Basin Cleaning Cleaning of Storm Sewers Arcadis U.S., Inc. Milwaukee, WI PCB Removal from Sewers NATIONAL POWER RODDING A ((nylon Company Cues, Inc. PO Box 933258 Orlando, FL 32805 Aries / CCV Contact: Lisa Galecki 550 Elizabeth St. Waukesha, WI 53185 Chicago Chain Contact: Nancy 605 E Plainfield Rd Countryside, IL 60525 Martin Diesel, Inc. Contact: Jim Martin 27809 State Route 424 E Defiance, OH 43512 CREDIT REFERENCES 2500 West Arthington Street Chicago, IL 60612 (312) 666-7700 (312) 666-0748 www.nationalpowerrodding.com (800) 327-7791 (407) 425-1569 fax b.zimmerman@cuesinc.com (262) 896-7205 (262) 896-7099 fax (708) 482-9000 (708) 482-3021 fax guinta@chicagochain.com (419) 782-9911 (419) 782-6741 fax jim@martindiesel.info BANK REFERENCE BMO Harris Bank Contact: James Bucaro Acct # 3534666 (312) 461-6578 james.bucaro@bmo.com PRINCIPALS William T. Kreidler President Fabian R. Castel Vice President Reid W. Ruprecht Vice President/Secretary Established 1949 Accounts Payable Dept: Federal Identification Number: 36-2933140 D & B Number: 025242470 NAICS Codes: 562998 SIC Code: 7699 Incorporation: IL 8/8/1977 accounting@nationalpowerrodding.com