Loading...
HomeMy WebLinkAboutNational Power Roddingi 4510 THU 02/26 09:05 CITY OF WATERLOO 715 MULBERRY ST WATERLOO IA 50703 5714-15 PRIORITY OVERNIGHT 50961011 ETP: 1 SP:PD:100:Y 1001899953760005070300474105699981 5873449 ORIGIN ID:GYYA (312) 666-7700 NATIONAL POWER RODDING 2500 W ARTHINGTON STREET CHICAGO, IL 60612 UNITED STATES US SHIP DATE: 25FEB26 ACTWGT: 1.00 LB MAN CAD: 0971672/CAFE3954 BILL SENDER TO CITY OF WATERLOO 715 MULBERRY STREET WATERLOO IR 50703 REF: BID DOCUMENTS PO: 7210 DEPT ; OPERATIONS IIIIIIIIIIIIII IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII IIII 1111111111111 5BGC5 FedEx Express: cri N THU • 26 FEB 16:39A T°""i 4741 0569 9981 PRIORITY OVERNIGHT Envelope'Xw ALOPPLOP .a50�Io Recycle me.R �I i H i NATIONAL POWER RODDING A Carylon Company 2500 West Arthington Street Chicago, IL 60612 City of Waterloo 715 Mulberry Street Waterloo, IA 50703 U.LYOF WATERLOO CITY CLERKS OFFICE FEB 96 2026 AMif0= 19:52 * BID ENCLOSED * DO NOT OPEN UNTIL 2-26-26 1:00 P.M. FY 2026 CIP PIPELINING PHASE VA CITY OF WATERLOO, IA SUBMITTED BY: NATIONAL POWER RODDING CORP AECOM FY 2026 CIP Pipelining Phase VA City of Waterloo, Iowa City Contract No. 1141 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 2026 FORM OF BID OR PROPOSAL FY 2026 CIP Pipelining Phase VA CONTRACT NO. 1141 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 2026 CIP PIPELINING PHASE VA, CONTRACT NO. 1141, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: FY 2026 CIP Pipelining Phase VA CONTRACT NO. 1141 Item Description Unit Estimated Quantiles Unit Price Total Amount BASE BID A Mobilization LS 1 $ 200,000.00 $ 200,000.00 1 8" Diameter CIP Pipe Lining LF 16,074 $ 34.60 $ 556,160.40 2 10" Diameter CIP Pipe Lining LF 2,375 $ 38.10 $ 90,487.50 3 12" Diameter CIP Pipe Lining LF 999 $ 44.80 $ 44,755.20 4 18" Diameter CIP Pipe Lining LF 173 $ 95.00 $ 16,435.00 5 21" Diameter CIP Pipe Lining LF 336 $ 125.00 $ 42,000.00 6 Lateral Reinstatement EA 360 $ 250.00 $ 90,000.00 7 3-FT Lateral Grouting EA 360 $ 750.00 $ 270,000.00 8 Pipe Televising - 8" LF 32,148 $ 3.00 $ 96,444.00 9 Pipe Televising - 10" LF 4,750 $ 3.25 $ 15,437.50 10 Pipe Televising - 12" LF 1,998 $ 3.50 $ 6,993.00 11 Pipe Televising - 18" LF 346 $ 4.00 $ 1,384.00 12 Pipe Televising - 21" LF 672 $ 5.00 $ 3,360.00 13 Type A Pipe Cleaning - 8" LF 16,074 $ 0.85 $ 13,662.90 14 Type A Pipe Cleaning - 10" LF 2,375 $ 0.90 $ 2,256.25 15 Type A Pipe Cleaning - 12" LF 999 $ 1.10 $ 1,098.90 16 Type A Pipe Cleaning - 18" LF 173 $ 1.50 $ 259.50 17 Type A Pipe Cleaning - 21" LF 336 $ 2.00 $ 672.00 18 Type C Root Removal - 8"-10" LF 4,612 $ 1.00 $ 4,612.00 19 Type C Root Removal - 12"-15" LF 249 $ 1.00 $ 249.00 20 Type C Root Removal - 18"-21" LF 127 $ 1.00 $ 127.00 21 Type D Lumberjack - 8"-10" LF 4,612 $ 1.00 $ 4,612.00 FORM OF BID AECOM #60743622 CONTRACT NO. 1141 FB-1 of 4 FY 2026 CIPP 22 Type D Lumberjack - 12"-15" LF 249 $ 1.00 $ 249.00 23 Type D Lumberjack - 18"-21" LF 127 $ 2.00 $ 254.00 24 Protruding Taps Removal EA 20 $ 400.00 $ 8,000.00 BASE BID TOTAL $ $ 1,469,509.15 BID ALTERNATE NO. 1 - DWG 22A 101 12" Diameter CIP Pipe Lining LF 604 $ 65.00 $ 39,260.00 102 Pipe Televising - 12" LF 1,208 $ 5.00 $ 6,040.00 103 Type A Pipe Cleaning - 12" LF 604 $ 1.00 $ 604.00 104 Type C Root Removal - 12"-15" LF 151 $ 1.00 $ 151.00 105 Type D Lumberjack - 12"-15" LF 151 $ 1.00 $ 151.00 BID ALTERNATE NO. 1 TOTAL $ $ 42,206.00 ADDITIONAL RATES Item Description Unit Estimated Quantity Unit Price Total Price 301 8" Diameter CIP Pipe Lining LF 1 $ 40.00 $ 40.00 302 10" Diameter CIP Pipe Lining LF 1 $ 45.00 $ 45.00 303 12" Diameter CIP Pipe Lining LF 1 $ 50.00 $ 50.00 304 18" Diameter CIP Pipe Lining LF 1 $ 95.00 $ 95.00 305 21" Diameter CIP Pipe Lining LF 1 $ 125.00 $ 125.00 306 Type A Pipe Cleaning - 8" HR 50 $ 500.00 $ 25,000.00 307 Type A Pipe Cleaning - 10" HR 50 $ 500.00 $ 25,000.00 308 Type A Pipe Cleaning - 12" HR 50 $ 500.00 $ 25,000.00 309 Type A Pipe Cleaning - 18" HR 50 $ 500.00 $ 25,000.00 310 Type A Pipe Cleaning - 21" HR 50 $ 500.00 $ 25,000.00 311 Type C Root Removal - 8"-10" HR 50 $ 500.00 $ 25,000.00 312 Type C Root Removal - 12"-15" HR 50 $ 500.00 $ 25,000.00 313 Type C Root Removal - 18" - 21" HR 50 $ 500.00 $ 25,000.00 314 Type D Lumberjack - 8"-10" HR 50 $ 500.00 $ 25,000.00 315 Type D Lumberjack - 12"-15" HR 50 $ 500.00 $ 25,000.00 316 Type D Lumberjack - 18" - 21" HR 50 $ 500.00 $ 25,000.00 A table of expected cleaning times per segment shall work. be submitted to the Owner prior to beginning FORM OF BID CONTRACT NO. 1141 AECOM 460743622 FB-2 of 4 FY 2026 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 Dollars ($ 5% ) in the form of , is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. 6. Attached hereto is 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 10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre -bid Contact Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s). 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. 1141 AECOM #60743622 FB-3 of 4 FY 2026 CIPP 13. The Owner reserves the right to select alt€rqates, delete line items, and/or to reduce quantities prior to the award of a contract due pb1Tdgetary�lifnitations. BY: National Power Rod'ding Co (Name of Bidd t 750I Address: (Including Zip Code): 0 W Arthington St. February 26, 2026 (Date) Title William T. Kreidler, President Chicago, IL 60612 I.R.S. No. 36-2933140 FORM OF BID CONTRACT NO. 1141 AECOM #60743622 FB-4 of 4 FY 2026 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: FY26 CIP Pipelining Phase VA PROJECT CONTRACT NO.: 1141 DESCRIPTION OF WORK: 11 Brickwork fl Carpentry 11 Concrete ri Drywall -Plaster -Insulation Electrical 1 Excavation/Grading 11 Flooring Heavy Construction Heating -Ventilating -Air Cond. SALES TAX EXEMPTION AECOM #60743622 Landscaping ❑ Painting ❑ Paving ❑ Plumbing ❑ Roofing -Siding -Sheet Metal C Windows r Wrecking -Demolition X Other (Please specify) Sewer Cured -in -Place Pipe Lining CONTRACT NO. 1141 STE-1 of 1 FY 2026 CIPP BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, National Power Roddinq 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 ($ 5% ) 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 26th day of February , 20 26 , for FY26 CIP Pipelining Phase VA 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 had and se31 and such of them as are corporations, have caused their corporate seals to he heret• 8 rxed and t ese pres- ents to be signed by their proper officers this 26th day of February , A.D. 20 Witness J Witness Oocar F. Rincon BID BOND AECOM #60743622 National Power Roddi By cipal (Seal) (Title) William T. Kreidler, President Trav�-rs Casual and Surety Company •f America (Seal) Surety By Peter S. Forker Attorney -in -fact CONTRACT NO. 1141 • 914 e. •A,I Veit, BB-1 of 1 FY 2026 CIPP TRAVELERS 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 Forkor 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. •.,.., et: t State of Connecticut By: City of Hartford ss. 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. ' o: t's i'•. F / 1.0fAAY``f, e tiYYFGl`' ''•o..,.N.. 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. IN WITNESS WHEREOF, I hereunto set my hand and official seal, My Commission expires the 30th day of Juno, 2026 Robert L. Rane'kSenior Vice President aim Anna P. Nowik, Notary Public 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 hull force and effect. Dated this 26th day of February 2026 . • ' .•. • • • • • • • • • .5. • Kevin E. Hughes, Assi tent Secretary To verify the authenticity of this Power of Attorney, please 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. STATE OF Illinois County of Cook ACKNOWLEDGMENT BY SURETY } SS. On this 26th day of February appeared Peter S. Forker 2026 , before me personally Travelers Casualty and Surety Company of America , known to, me to be the Attorney -in -Fact of , the corporation that executed the within instrument, and acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County, the day and year in this certificate first above written. OFFICIAL SEJ& OSCAR F RINCON NOTARY PUBLIC, STATE OF ILLINOIS COMMISSION N0. 613016 ION EXPIRES FEBRUARY 20, 2020 MY COMMISSION r.r• 1`.�,t•v`: ,-.�.r- ) :.r-,f'r.-.vimr•.",�,•s Notary Public in the State ofnois County of Cook S-0230/GE 10/99 XDP State of Illinois County of Cook NON -COLLUSION AFFIDAVIT OF PRIME BIDDER )ss William T. Kreidler , being first duly sworn, deposes and says that: President National Power RoddingCorp.1 He is (Owner, Partner, Officer, Representative, or Agent) , of , the Bidder that has submitted the attached Bid; 2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) William T. Kreidler, President Title Subscribed and sworn to before me this 26th ," day of ` ruary 120 26 My commission expires November 06, 2 'y144G() OFFICIAL SEAL AMANDA MEZA CAMARENA Notary Public, State of Illinois Commission No. 1020590 My Commission Expires November 06, 2029 C NON -COLLUSION AFFIDAVIT CONTRACT NO. 1141 AECOM #60743622 NCA-1 of 2 FY 2026 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. 1141 EOC-1 of 2 AECOM #60743622 FY 2026 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 nondiscrimination in employment. Any person who applies for employment with our comp fiy will not be discriminated against because of race, creed, color, sex, national origin, economic status, age, mental or physical disabilities. (Signed) (Appropriate Official) illiam T. Kreidler, President (Title) February 26, 2026 (Date) EQUAL OPPORTUNITY CLAUSE CONTRACT NO. 1141 AECOM #60743622 EOC-2 of 2 FY 2026 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. 1141 AECOM #60743622 TVI-1 of 1 FY 2026 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 Yes Yes Yes No No No 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). My company has an office to transact business in Iowa. My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: / / to / / Address: City, State, Zip: / to / / Address: City, State, Zip' Address: Dates: / Dates: / / to / / 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: 2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor force preferences or any other type of preference to bidders or laborers? 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 the preference given or required by the state of the non-reseident of offeror Yes IN No You may attach additional sheet(s) if needed. To be completed by all bidders I certify that the statements made o his dock ent are true and complete to the best of my knowledge and I know that my failure to provide accurate and ru hful info . cation may be a reason to reject my bid. Part D Firm Name: National Ptwert5pdding Corp. Signature: Date: February 26, 2026 Willi : rri 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) I3SF-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. ii Yes ■ No Yes ❑ No Yes fNo 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 U 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) BSF-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 FY26 CIP Pipelining Phase VA Project Contract Number 1141 Estimated Construction Work Dates 07/01/25 / October 31, 2026 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 2500 W Arthington St. William T. Kreidler Chicago, IL 60612 President 2500 W Arthington St. Fabiarn R. Castel Chicago, IL 60612 Vice President Reid W. Ruprecht Chi ag , 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 B. 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. C. 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 (UN I, 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") 1. 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") None 1. 2. 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 2076 , 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). *'t'k SEE ATTACHED **'k INDICATE: CONTRACTOR'S TOTAL WORK FORCE (WATERLOO) DISABLED VETERAN: DV VIETNAM ERA VETERAN: VV HANDICAPPED: H 5 We hereby certify that we are in compliance with all City and Federal Affi • : ive Action Regulations and agree to accept all liability for failure to comply. Respectfully submitted, By: C•."pany Executive William T. Kreidler, President February 26, 2026 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: sgautneyavideoindustrial.com DEEP SOUTH INDUSTRIAL SERVICES, INC. 3502 Highway 20 Decatur, AL 35601 Contact: Michael Charles E-Mail: mcharlesdeepsouthind.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©,acepipe.com CALIFORNIA NATIONAL PLANT SERVICES, INC. 1461 Harbor Avenue Long Beach, CA 90813 Contact: Daniel Solano E-Mail: daniel@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 I 4--; Carylon'RPORATION NATIONAL PLANT SERVICES, INC. Bay Area Service Yard 2159 National Avenue Hayward, CA 94545 Contact: Corey Sameron E-Mail: csameron©,nationalplant.com CONNECTICUT NATIONAL WATER MAIN CLEANING CO. 1000 Rear Elm Street Rocky Hill, CT 06067 Contact: Hercules Anastasiadis E-Mail: hercnwmcc-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 a@bio-nomic.com DEEP SOUTH INDUSTRIAL SERVICES, INC. 515 Industrial Drive Rockmart, GA 30153 Contact: Michael Charles E-Mail: mcharles(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 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@nationalpowerroddinq.com BEARY FLEET SERVICES, INC. 100 Washington Street South Roxana, IL 62087 Contact: Jim Rhodes E-Mail: jrhodesabearyfleet.com INDIANA NATIONAL INDUSTRIAL MAINTENANCE, INC. 4530 Baring Avenue East Chicago, IN 46312 Contact: Mike Mears E-Mail: mmears@nimin.com KENTUCKY ROBINSON PIPE CLEANING CO. 5300 Camp Ground Road Louisville, KY 40216 Contact: Bryan Franklin E-Mail: bfranklin@robinsonpipe.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: caryloncorp.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 C. Carylon CORPORATION MARYLAND MOBILE DREDGING & VIDEO PIPE, INC. 11420 Old Baltimore Pike Beltsville, MD 20705 Contact: Ryan Schmidt E-Mail: rschmidt@mdvpinc.com mdvpinc.com MASSACHUSETTS NATIONAL WATER MAIN CLEANING CO. 25 Marshall Street Canton, MA 02021 Contact: Hercules Anastasiadis E-Mail: herc@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: shontz@acepipe.com ACE PIPE CLEANING, INC. 4410 Hunt Avenue St. Louis, MO 63110 Contact: Ryan Poertner E-Mail: rpoertnerna,acepipe.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 ti Carylon RPORATION N EW JERSEY NATIONAL WATER MAIN CLEANING CO. 1806 Newark Turnpike Kearny, NJ 07032 Contact: Joe Perone E-Mail: iperone©nwmcc.com MOBILE DREDGING & VIDEO PIPE SERVICES 1566 Harding Highway N ewfield, NJ 08344 Contact: Jim Newton E-Mail: jnewton(c�mdvpinc.com N EW YORK NATIONAL WATER MAIN CLEANING CO. 928 Broad Street Utica, NY 13501 Contact: Gary Millington E-Mail: gary.millington(a�nwmcc-bos.com NATIONAL WATER MAIN CLEANING CO. 45 Boxwood Lane Cheektowaga, NY 14227 Contact: Gary Millington E-Mail: gary.millington@nwmcc-bos.com NORTH CAROLINA BIO-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 Page 5 Carylon CORPORATION 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: ezeigler@metenviro.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(cr�,mdvpinc.com ROBINSON PIPE CLEANING CO. 2656 Idlewood Road Pittsburgh, PA 15205 Contact: Mike Long E-Mail: long@robinsonpipe.com TENNESSEE ACE PIPE CLEANING, INC. 1508 3rd Avenue North Nashville, TN 37208 Contact: Mike Volner E-Mail: mvolner@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 41‘att Carylon RPORATION TEXAS ACE PIPE CLEANING, INC. 1509 Sylvania Court Fort Worth, TX 76111 Contact: Casey Carlentine E-Mail: ccarlentine(d acepipe.com ACE PIPE CLEANING, INC. 2007 S. Brazos San Antonio, TX 78207 Contact: Jim Ault E-Mail: iault(a�acepipe.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: ataylor(a�bio-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 W 0 a 0 ctl 0 oo= A067413 1- ce 0 a. Z 0 p 5 0 ce >- J a. W 0 0 N W a.. O co 0 Z CO O) CO 0 r Z SECTION C - TEST FOR FILING REQUIREMENT SECTION B - COMPANY IDENTIFICATION 1-Y 2-Y 3-Y DUNS NO.: 089069975 EIN: 0 0 L 0 U (B N SECTION E - ESTABLISHMENT INFORMATION a) (0 0 a) c (u 0) U 0) a) -c O a) _ U Q 00 a) O 0) N C CO a) c" a) 0 0 U_ c Q Z as of October 11, 2025 SECTION D - EMPLOYMENT DATA N 0 O 0 0 0 N O to � 07 r r r CO (t6 > 0 r r r 0) f0 0 F- Not Hispanic or Latino * s * * L00O0000000 Two or More Races 0 0 0 0 0 0 0 0 0 0 0 0 Amer Indian or Alaskan 0 0 O 0 0 0 0 0 0 0 O 0 Asian 0 0 E a) lL * * * * * * * * * * * * se * * c a) co • .4. co IL ' m Z gi 0 _ O O O 0 O O O O O O 0 O Black or African/ Amer 0 0 0 0 0 0 0 0 0 0 0 0 White O N O O 0 O O 0 0 CO N r saoe?j avow JO OMi 0 0 0 0 O 0 0 0 0 r r r- Amer Indian or Alaskan 0 0 O O 0 0 0 0 0 0 0 0 c ccs a O O 0 0 0 0 0 O 0 0 0 0 �a c y ca • 'co n. to 3 is- Z co 0 _ o 0 0 0 0 0 0 0 0 0 0 5 0 * * * * * * * se0 * Black or African/ Amer 0 0 0 0 O d' 0 0 LO r r m ... .c CO 0 0 0 N N 0 0 28 r r r CO N Hispanic or Latino N E a) (L 0 0 0 0 0 CO 0 0 0 0 CO co a)COL() is 2 0 O O O 0) 'ct N 0 49 r 0 Professional Technician Administrative a) (0 L a) Q 0 1- 0) L 0 0 (0 —J a) U a) a3 0 0) J 0 Q 0 112 O 0 c 0 0 0 (0 m ce 0 U 1- 0 m m Lit 00 0 5 Z 0) 0 (0 c 0 0 o E "J o (n`+- (00 c o c c coo CQ l N Q February 26, 2026 co 0 William T. Kreidler, President Contractor Signature: cma) a) w co3 - Le- o _c o a) inw.c cm E w W 2 C(7) 0) ._ O O' CO O c c>1 W o ▪ Q ma (0 CO . c E O C O O W co 2 a) n C 0 > > >, a) 4- -O o c L U O C Q _c o o C a)(n • C a. c c 0 w OU C N O O (0 0 0 a) o co 70 .0 O (/) E- c 0 .c O O C Jwiii J O o E +' o .n a)o L 0 0 u) 1 o c o OL 0 >, O 'in N o c E 0 dN- 0 O � E1 a u) -o :E 0rn OF-- (i) (0 N O C 0 0 co in •7) W p .0 O E m _c)Uc Lu- 0 w o-o o c -o - d :E)_0 J o D o. a L- o ® E o Q >1 V)mU ao y O o 0 HW 12 -0 La U co c 2 0 g_0 c Z o o E >, -O a) 0 � 45 - (0 DJ� 0 o wQ to i- 0 a) m tit ce N W 0 m Z_ 0 0 0 2 ce u. TABLE OF MBEIWBE BUSINESS ENTERPRISE CONTACTS Quotes Received Quotation used in bid Dollar Amount Proposed to be Subcontracted Yes/No Dates Intacted 0 Z a) >- .o 0 N RI CO . 0 0 U BENNBE :ontractors E Subcontractors 3 co m co (Form CCO-4) Rev. 06-20-02 r CONTRACT NO. z 0 0_ N N F(0 < a0 w( 2 w0 Q 0 _� EI a a a) ..0 c c Q i a. a C 4S ) c _ Q. 0 U 0) D 0 L 0 a c 0 bit; c 0) U 0 c U o O U � O o Z_ 0 0 p a O a) Q a) O o Q IAZA N 1 U_ a a 0 W d !W V J nZ LL 0 W a. a. U N CD >- u_ O u. Q O 0 Q U. O U m C M notices/national-power-rodding-corp/rfbcityofwaterlooiaforfy2026cippipe PHASE VA 7 1 nW a_ 3- na 0 N O N 0 Q O 0 J w 0 I- I- 0 Uw 0o lL D D Project Specs: Notice ID #: 94901 co o m L c5 o ni N Et N CD ,ot N O Z .. G.) c 46 CO HA J A: WATERLOO Contact: See Notice Summary for details on how to respond to this notice. a O U (0 z 0 0 usi -J 0 Q Notice Summary: is requesting quotes from MBE/WBE Firms for: National Power Rodding Corp 02/26/2026 Bid Due Date: Quotes Due By: 02/23/26 N a) v c PIMP L 0 3 4- 0 Q o tn co co 0) 0) 0) 1 L O a) fin o Q_ c o 0 U c U a) D CL iii ai 76 as co as N c as a r1 r r CO CO 0) 0) 0 .questcdn.com/cdn/posting/?ke a 1, .c a 0 c a a a• U (D N 0 N >- LL CONTRACT NO. 1141 Total Amount (1) (f) U) (1) (/) (1) (1) V) 0) (1) (1) (1) (1) EI) (1) (1) 0) (f) (1) 0 (1) (1) (1) (1) (/) (/) (/) (1) (1) (1) (1) (r) 0) (f) (1) (f) (1) (f) V) "1 C-- ,0 Cr) CO (i) CO CY) CT) L.) ti N J J J J J 4 W J U. 1.1_ -J LL J LL J It. J • co V� J (.L J t-L J LL J O n O C3) c (I) a a- U E 0 T� .__1 a) a 61 L. 1) E N CO Sr- IT) Lateral Reinstatement (0 c4 c .( Ti) 0) 0) Pipe Televising - 10" C) T N 0) C Y; c 0 0) a 1— r T- N U a a) 1— c:) T• an a) C (_) a - CO r E l 1— l3) N 1 Op N N b bp r N V) V) V) (/) IWS 22A (.1) V) VA V) V) V) FES V) V) V) V3 V) V3 V) V) V) (f V) VA V 11 co V) V) in V) (1i Ql 0 'L- a. V) (1) V) V) Vi V) (/) V) V) V) V) U) V u, V) V) co a 2 5 CO 604 F 249 Xi 1 .V .E 1/1 laett g —c in In O 0 0 0 0 0 0 0 N 60 Ir7 8 If) fir) � tI) Ii) EA ! 2l r-- J r r ,_ -J r- F 1 ? Li_ ir 1 IX it I HR Ger ece a J 1 mix J J J J .__1 _ —J __ ption Cx r. i c E a et 1- 12" 15" Linma co pe Cleaning - 1 I 0J pe C Root Removal - 1 CJ) c c asR Removal k- 12"-1 Paps Removal leaning - 1 — 11 0 a ter Cll Removal Pipe CI DP_ CI De Cl ter CIl ter CI ter CI 0 1 IP 1 iL Diamel Ca pe l ERI 17) ,r co T jBI I— N �) t!) 306 1` C O a7 N Cel Ir CI' N M 8 105 N gj N 0 O r- r- Q 0 O O O O O O O r CO r < CO CO CO CO CO CO CO CO a 01 CO r ) (!) V) (1) A table of expected cleaning times per segment shall be submitted to the Owner prior to beginning work. ) (f) U) U) C> O O ) ►.f) 10 ►r) CI: CI:. __ 2 1 2 CD D Lumberjack - 12"-1" a) 1 S (.) co _umberja a) .0 E J 0 CD CI v f- — iiiirs I' u7 CO CO Posted: February 17, 2026 w 0 a, -6 'PTa) O ;cc' a• O 0) N O .0 E O O 'C_ `,44 tom, N a) a)I` E t z -ems U Tei u ii Last Name * C a 0 0 Company Emai Business Phone* I'm not a robot u Headquarters: 56 Broad Street Suite #14070 Boston, MA 02109 O r CV CO CO CO . O r r O N ti co co co Contact (//www.construction.com/contact!) DODGE CONSTRUCTION NETWORK AFFIDAVIT Dodge Construction Network Digital Publication Affidavit State of IL County of COOK 40000920-O-f)4901 I, Gia Fioravanti am an authorized representative of Dodge Construction Network, operating the website/platform: This affidavit is provided on behalf of NATIONAL POWER RODDING CORP.,whose principal business address is located in County of COOK, State of IL 1. The following notice/documented titled "RFB-CITY OF WATERLOO,IA-FOR, FY 2026 CIP PIPELINING PHASE VA PROJECT" was published on our digital platform: • Website URL: https //www.thebluebook.com/products/public-notices/ • Date(s) of Publication: 2026-02-17 to 2026-02-23 2. Below links to a true and accurate copy of the published material and proof of publication from the platform: • Publication Link: https://www.thebluebook.com/public-notices/national-power-rodding- corp/rfbcityofwaterlooiaforfy2026cippipeliningphasevaproject.html 3. The publication was accessible to the public and remained posted for the entire period stated above. Signature: *(01tC9filaintilfUL3 Printed Name: Gia Fioravanti Date: 2026-02-17 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? 77 years Contracts on hand: (Schedule these, showing amount of each contract and the appropriate anticipated dates of completion.) SEE ATTACHED General character of work performed by your company. sewer cleaning and televising, manhole rehabilitation and CIPP 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. 1141 AECOM #60743622 SBQ-1 of 2 FY 2026 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 , this 26th day of February , 2026,E By: (Name 6f B'd. er Title: Willia T. Kreidler, President State of Illinois ) ) ss: County of Cook ) William T. Kreidler , being duly syd rn d poses and says that he is President Of National Power Roddign Corp. (Name of Organization • and that the answers to the foregoing questions and all statement tflerin contained are true and correct. Subscribed and sworn to before me this 26th day of February My commission expires November 6 2029 STATEMENT OF BIDDER'S QUALIFICATIONS CONTRACT NO. 1141 AECOM #60743622 2026 OFFICIAL SEAL AMANDA MEZA CAMARENA Notary Public, State of Illinois Commission No. 1020590 My Commission Expires November 06, 2029 SBQ-2 of 2 FY 2026 CIPP (..._ �r� A (,'agyIon Cemsprttty NATIONAL POWER RODDING 2500 West Arthington Street Chicago. IL 60612 �.: (312) 666-7700 f: (312) 666-0748 www.nationatpowerrodding.corn Contracts In Progress and to be Started Account Dollar Amount Metropolitan Water Reclamation District of Greater Chicago Television Inspection & Recording of Sewers & Manhole, Contract #22-875-1 S CITY OF CHAMPAIGN 2025 Storm Sewer Clean/TV Village of Warren Sanitary Sewer Improvements Contract No. 2- CIPP Lining Village of Wauconda FY26 Sanitary Lining & Spot Repairs Downers Grove Sanitary Dist. 2025 Sanitary Sewer Televising Services Baxter & Woodman Inc. Ridgewood Springs Area 8 Sewer Cleaning and TV Baxter & Woodman Inc. Garden Market Utility Sewer Cleaning and Televising MYS, Incorporated CDOT Work Progress Administration Village of Westchester 2025 Sanitary Sewer Cleaning and Televising Program Village of Richton Park 2025 Sanitary Sewer Cleaning and Televising (Basins 1 and 11) Village of Streamwood 2025 CIPP A Village of Streamwood Sewer Cleaning, Televising & Sealing 2025 City of Freeport 2025 Sanitary Sewer Lining Village of Glenview Sanitary and Storm Sewer Closed Circuit Television (CCTV) Joel Kennedy Constructing (Skokie, IL) 2025 Water Main & Sewer Rehabilitation Project City of Berwyn Ridgeland Ave Televising (26th St to Roosevelt Road) Village of Franklin Park 2025 Sewer Cleaning and Inspection Fermilab Sanitary Sewer Cleaning & Televising Services Phase III Improvements $ 2,818,000.00 $ 461,663.55 $ 4,331,246.00 $ 67,977.00 $ 94,815.80 $ 27,942.50 $ 26,256.25 $ 38,080.00 $ 75,787.50 $ 55,807.50 $ 150,000.00 $ 149, 565.00 $ 412,000.00 $ 173,500.00 $ 146,500.00 $ 50,000.00 $ 119,468.65 $ 68,302.85 2/25/2026 1 of 4 Contracts in Progress and to be Started 10-31-26 NATIONAL POWER RODDING A Carydnu C.'o n/ ny 2500 West Arthington Street Chicago. IL 60612 E. (312) 666-7700 t: (312) 666-0748 www.nationalpowerrodding.com Contracts In Progress and to be Started Account City of Sturgis N Centerville Road Storm Sewer Cleaning and Televising Phase 1 City of Evanston 2025 Sewer Structure Lining Village of Chicago Ridge Sanitary Sewer Cleaning, Televising and Lining IHC Construction Companies Chemical Phosphorus Removal, OWRP- MWRD Contract 20-087-3P Village of Hinsdale Sewer Jetting, Televising and Root Cutting Village of Minooka Sewer Cleaning and Televising 2025 City of Rapid City, SD 2025 Sanitary Sewer Televising Four Rivers Sanitation Authority 2025-2026 Sanitary Sewer System Lining City of Idaho Falls Sewer Line Rehabilitation 2026 Village of Western Springs 2025 Sanitary Sewer Cured -in -Place Pipelining City of Calumet City Sewer and Stormwater Capital Improvement Action Plan: Area 1 Dollar Amount $ 234,300.00 $ 165,515.00 $ 175,000.00 $ 24,000.00 $ 62,475.20 $ 54,924.30 $ 525,062.00 $ 1,200,885.90 $ 965,995.00 $ 50,150.00 $ 491,228.00 2/25/2026 2 of 4 Contracts in Progress and to be Started 10-31-26 NATIONAL POWER RODDING A Car Ion Company Account Village of Alsip 2025 Sanitary Sewer Cured In Place Pipelining City of East Chicago East Chicago Roxana Sewer Cleaning 2500 West Arthington Street Chicago, IL 60612 F,. (312) 666-7700 f: (312) 666-0748 www.nationalpowerrodding.corn Contracts In Progress and to be Started FH Paschen 6217 ISTHA 48321-294 Hinsdale Oasis to 47th St Village of Hoffman Estates 2025 Sanitary Sewer Rehabilitation Project Village of Schaumburg Sewer Televising and Cleaning City of Joliet Sewer Televising and Cleaning G & M Cement Construction 2026 Woodland Avenue Reconstruction Village of Orfordville 2026 Sanitary Sewer Rehabilitation Dollar Amount $ 344,000.00 $ 36,062.50 $ 35,750.00 $ 780,489.23 $ 144,577.50 $ 737,425.00 $ 125,593.90 $ 258,092.00 Subtotal Illinois $ 13,596,510.50 TEXAS City of Austin Waller Creek Tunnel Dewatering, Sediment & Debris Removal Insituform Technologies - City of Austin WW Line Renewal IDIQ 2025-2027 SAK Construction SAWS 2021 CMOM Package 3B Guerra Underground City of San Marcos Dunbar Water & Wastewater Improvements WGI, Inc. City of Kyle 2025 Sewer Investigation Insituform Technologies University of Texas - Austin Jerdon Enterprises Lower Brushy Creek Water Control and Improvements Dist. Royal Vista, Inc. City of Round Rock Cycle 4 Basins 1 & 2 WW Rehab Future Work $ 114,307.75 $ 801,112.94 $ 84, 811.00 $ 294,932.00 $ 20,150.00 $ 20,000.00 $ 85,000.00 2/25/2026 3 of 4 Contracts in Progress and to be Started 10-31-26 NATIONAL POWER RODDING A Cag y km Company Account SAK Construction SAWS 2023 Sewer Main Replacement SAK Construction SAWS 2023 Sewer Main Replacement Meyer Ranch Municipal Utility District Unit 5 SS WR CCTV Inspection SAK CONSTRUCTION SAWS 2022 Inflow Reduction Package 1A TOTAL DOLLAR AMOUNT OF WORK Project 2 Project 1 2500 West Arthington Street Chicago, IL 60612 f- (312) 666-7700 is (312) 666-0748 www.nationalpowerrodding.corn Contracts In Progress and to be Started Dollar Amount $ 1,334,550.76 $ 217,216.12 $ 7,384.00 $ 12,404.06 Subtotal Texas $ 2,991,868.63 $ 16,588,379.13 2/25/2026 4 of 4 Contracts in Progress and to be Started 10-31-26 3_Complete O O -El E o MI O N Ti. E o MI O O a E 0 col O 'U Ti. E 0 01 3_Complete 3_Complete O O -a E 0 h Mp O o -a_ E 0 MI O a)U a E 0 MI 0 n E 0 MI O O a 0 Mt 2,577,720.00 2,678,152.75 O O O 1 V� ri et V) O V1 ..• M O V) 0 Vi Ilil7 y O CO N VI 0 'I h 0 O 0' O `t V) O O P 0 r Cr) N O G1 V) P Q' CO t V) 0 N t` el L1 G� CO VI O t` r f� h .-. If V) — O et) M CO '-� Vi V) co M N V. t� r 00 M VI 0) CO M CO M t� r c0 CO M (t) r (0 N N V 0 (0 N r (0 V) CO t-- V CO (f) N (0 CO N V CO M N O r 0) O N c0 0) t` M r I3r NO ti NN? NN CQ NT NNCAQ NN>Z NNO¢ Oct-22 NN6. n N'OU co o V N a)N 0.3 (0 r- 0 M 6" to 18" N 05 0 - 0O cO CO a-- 0 r O r N a ' 00 24" & 27" CO (d 00 NI- c' 00 N ' (0 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 Storm 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) 2022 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 Rehabiilation (885 LF of 8", 170 LF of 12", 202 LF of 15" & 122 LF of 24") A Carvlon Cc 1 Power P LLLLs Frederick Wu, P.E., 312-751-4025 (WuF@mwrd.org ) 100 E. Erie 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@libertyville.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 Welch, 815-770-2850 Ich@cbbel.com) 1 W 159th St., Suite 201 port, IL 60441 Metropolitan Water Reclamation District of Greater Chicago City of East Chicago Naperville Township Road 1 District City of East Chicago Village of Lansing Village of Libertyville Village of Evergreen Park City of Lockport City of Naperville IMMe Village of Elbum City of St. Charles Village of Shorewood 1 J Z J Z J J J __I J J J _I r 1 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 3_Complete O a) To_ E U I co 0 a) a o o co 3_Complete Vi n o ace) O r tl O M CO O (+; S 41,550.00 O c ) (O N (0 r N (0 r O N LO co M co N (._c 0- Q Apr-23 co N on -) co N < co CO m N_ CO ao 2022 Sower 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. Palos Heights, IL 60463 Greg Gruen, 815-363-2100 (ggruen@cityofmchenry.orf) 1415 Industrial Drive McHenry. IL 60050 Diuce nni, oou-ooi-ow,u (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 Palos Heights City of McHenry Village of Lemont Village of Minooka J J J J City of Palos Heights City of McHenry Village of Lemont Village of Minooka O 0) 0 E 0 0 MI N V) CO M (0 m N N U O 0 City of East Chicago w 0 t n N_ O 3a0) c c .3 n 0 .C_ L) rn n E o 0 0 O Q) O Z -J City of East Chicago CO 0 CC0 o o) E U MI O c) a E 0 MI O 0 a E U M' 0) a) a E 0 MI 0 a) a E 0 Ma 0 a a E 0 MI 3_Complete 0 0 a E 0 coi 0 o-c n E 0 MI O S t: )V) iv 4,4 tit co V; d O b Vr en l'J N Ci M N VI 0 o O - M ,-1 VI pI O S O V) tn VI co 0 N 'O t- 7 V) N rM+ VJ n K V) O S O V; V) 0 M el co el 7 (! V) m O N N 0 m CO r CO N r M Cr N m M 0 O t-- (f) (0 (D 0 C') 0 r O t` m t` co M r 27,680 May-23 M N 6.> o (.0Z co (N O co N 0) 3 Q co N t 0 co N C) o 0 co N > O 7_ V N m3 cc.-) (f) N C N 05 _ 00 8", 10", 12", 15", 18", 21" & 27" N r 05 - r - 0o =O 05 _ co _ 00 c0 r N r CO r 0N r 00 if) r (d r OD t0 8", 10", 12", 15", 18" 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 Bastion, 630-823-5662 (Kbastien@hpll.org ) 2041 West Lake Street Hanover Park, IL 60133 David Young,847-265-7325 (dkyoung@ati-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 0 0) L co L 0 in O Z• () City of Joliet J J _I 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 m .O O a 0) c 0. E 0 0 (0 O 0 '!i M 0 m N 10", 12" and 15" 0 4- CO O in ai p O .O CI_ to V C_ C c C J co 0 N 0 4- (.0 O r N 0 M N -- O O N CO 0 0, E 2 o O p C) co CO Q OD0 co c c b cc 0 C r O 3 0) O Y z e Z(9 illage of La Grange Park J 6) o a E o 0 01 3_Complete 3 Complete 3_Complete 0 o a E 0 0 M' 0 0 Ti E 0 0 M' a) G) a E 0 0 MI 3_Complete 0) G) a E 0 0 MI O) N a E 0 () M1 0) 0 a E 0 0 MI 3_Complete 0 0 a E 0 0 M' o 0 a E 0 0 Mph 0 0 a E 0 0 M1 3 Complete 0 o a E 0 0 M1 Q) 0) a E 0 0 () O IS; M o M — V) $ 737,795.00 p O 07 09 Cl 0' .~-. Vs CI - M •t V) V) )vn O at 00 )n V O '0 `T 0, cn V) O N V) ° M in— i7 V) O p O v! r1 •: Vs O O VI tN t7 N V) S 34,893.53 O t- N ON N N Vs O in O Cl to OV' V) O O n; 't ''0 VI O Vi N rl y -f V) ri ri -+ i-- r1 M VI 00'0sz'£OZ s O t` O) aft 07 0 Pi V) O O O v1 co M VI 1'- Cr) O) r- 18,800 O 1/) N (V O) r- c0 O) V CO CO 05 O CD (D CO. in (0 r- O) O O r r O in CO O) V in N O) (o CO M 15,378 19,700 O O O) (D O) O in O N N oo r- r-- (0 in M v N 0) Q Aug-24 v (V 3 —) v N 3 - v N CA 7 Q v (V 3 -) Aug-24 v N > 0 Z v N > 0 Z v N 0 0 v N 11. 0 (i) Feb-25 in N f7 2 in N tr. v N U 0 v N o 0 Nov-24 Mar-25 in r N r o) in r- - (V O r r. oo r 00 9", 10", 12", 15", 18", 20" & 21" CO W - N r b r (O (Ni - N co `- C4 r N O r- 0o O a- 05 0o r Co N co 0o (O r- O r M 12", 15" & 18" 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 Sewer 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 22-875-1S (650 LF of 27") 2024 Municipal Partnership Initiative- Sanitary Sewer Lining (2549 LF of 8") 1 2024-2025 Sanitary Sewer Lining (962 LF of 8", 640 LF of 10", 808 LF of 12" & 1479 LF of 15") Sanitary and Storrn 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") Sewer Rehabilitation Contract 2024-15 (288 LF of 8", 1283 LF of 10", 251 LF of 18") 2024 CDBG Sewer Lining Program (2020 LF of 12", 953 LF of 15", 594 LF of 18") CIPP Lining of Storm Sewer 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 la Chippewa Falls, WI 54729 City of Evanston 2100 Ridge Avenue Evanston, IL 60201 Kevin Pelli Kpelli@wheeling.gov 847 279-6912 2 Community Blvd. Wheelina. 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, IL60190__ 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 Josh Braun, 920-832-1571 1900 W Grand Chute Grand Chute, WI 54913 Timothy Klass, P.E., 630-878-1819 (tklass@novotnyengineering.com 545 Plainfield Rd., Suite A Willowbrook, IL 60527 Jason Miller, 847-658-2754 (jasonmiller@algonquin.org) 2200 Hamish Dr. Algonquin, IL 60102 Village of River Forest City of Kenosha Village of New Auburn Evanston, IL Village of Wheeling, IL 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 Town of Grand Chute Village of Evergreen Park Village of Algonquin J J J J J J J J J J J J —I—I—I 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 Town of Grand Chute Village of Evergreen Park Village of Algonquin 3_Complete 3_Complete 3_Complete o a E 0 (hI 0 a 0 MI 0 a E 0 MI 3_Complete 0 a E 0 MI 3_Complete ) o. E 0 co a) a E 0 co o a E 0 el cs, o c d Nt 3_Complete 3_Complete 3_Complete o a E 0 MI 3_Complete o O ti N I--t7 tft U - V) Vi t� Vi 0 M (0 7 to o O O. 0' b G1 Vt co V, 0 O 4 G\ O V) o O Ct co M G\ n ) S 224.704.00 O 0 O 0 O 0 d V) O 0 r t- N) to N V) o 0 c;O G1 C tt) 'f CO O 0 `t P t-- 'O V) 0 O (A t-- N 'f G\ Go V, 0 0 c;c.v; V V) 4 b (-4 (ti 0 M tV t4 to V N es 0 0 M `t Gl V) n 0 O O 0 7 7 b CO Vj C V' 't '0 - M V) S 642.541.00 S 305,100.00 o 0) (7) 0) co V N 0) 0 to Mr N CO CO M to (D (D V r co N r N to 'Q N0 0) r` co M 11,250 0 t-- V c0 to N r N r 0 (7) N t� a N to V 10,930 0 cv� V V 0 O0 Ni OD Cr)00 to 0 NO (0 Mar-25 Apr-25 III N dC to N j,� 2 to N 5 to N -) to N it 2 Apr-25 to N -) to N -) to N d U) to N -) In N -) to N & N to N -, In N & (0 to N i u) B", 10", 12", & 15" 8", 10" & 12" O r is 00 (D co in r 05 O r r 00 0o 00 12", 15" & 18" 6", 8", 10" & 12" 8", 10", 12", 15" & 24" 8", 10", 12", 15", 18" & 24" 0) N 06 O r CO 8", 10", 12", 15", 18", 22", 24", & 42" _ O r tlf co N r 0t3 - O r Zo- 6", 8", 10" & 12" Sanitary Sewer Lining (2123 LF of 8", 680 LF of 10", 770 LF of 12" & 417 LF of 15") 2024 CIPP Improvements (85 LF of 8", 198 LF of 10" & 2965 LF of 12") 2025 Sanitary Sewer Lining, Point Repairs and Manhole Rehabilitation (450 LF of 6", 1550 LF of 8", 350 LF of 10") 2025 Sanitary Sewer Lining (3,189 LF of 8") Southeast Area Sanitary Sewer Lining (1455 LF of 15", 659 LF of 10" and 12551 LF of 8") Southeast Area Sanitary Sewer Lining- Non Grant Items (2128 LF or 8") 2025 Sanitary Sewer Lining Program (3745 LF of 8") 2024/2025 Sewer Lining Project (805 LF of 12" 1200 LF of 15" & 1032 LF of 18") 2025 Sanitary Sewer Rehabilitation (130 LF of 6", 10520 LF of 8", 200 LF of 10", 400 LF of 12") 2025 Sanitary Sewer Rehabilitation (2350 LF of 8", 1600 LF of 10", 2250 LF of 12", 1900 LF of 15" & 370 LF of 24") 2025 Sewer Lining Program (969 LF of 8", 1719 LF of 10", 6157 LF of 12", 349 LF of 15", 1461 LF of 18", 1470 LF of 24") 2025 Sanitary Cured in Place Pipe Lining Project (7790 LF of 8") Sanitary and Storm Sewer Lining (3338 LF of 8", 280 LF of 10" & 906 LF of 15") 2025 Sanitary Sewer CIPP Lining (5185 LF of 8", 1980 LF of 10", 680 LF of 12", 1365 LF of 15", 330 LF of 18", 590 LF of 22", 355 LF of 24" & 445 LF of 42") 2025 Sanitary Sewer Rehabilitation Project (3940 LF of 8", 500 LF of 10") 2025 Sewer Lining Project (3250 LF of 8", 650 LF 10" & 200 LF of 12") Basin 16 Sewer and Manhole Rehabilitation (87 LF of 6", 2924 LF of 8", 1249 LF of 10" & 1576 LF of 12") Lake In the Hills Sanitary Distdct 2025 Sewer Lining (6050 LF of 8") Kevin Fecske, 847-381-7903 (Kfecske@barrington-II.gov ) 200 South Hough Street Barrington, IL 60010 Amy Roth, 269-273-1845 (Aroth@threeriversmi.org ) 1015 S Lincoln Avenue Three Rivers. MI 49093 Max McAvoy, 815-415-2026 (max.mcavoy@reltd.com) 10045 W Lincoln Hwy Frankfort, IL 60423 Mike Flesch, 262-402-5040 (mflesch@lynch- engineering.com) 440 Milwaukee Avenue Burlington, WI 53105 Michael Long, 815-284-381 (mlong@willetthofmann.com ) 809 East 2nd Street Dixon, IL 61021 Michael Long, 815-284-381 (mlong@willetthofmann.com ) 809 East 2nd Street Dixon, IL 61021 Adam Hall, 630-271-4172 (ahall@villageoflisle.org) 925 Burlington Ave. Lisle, IL 160532 'Mark Lucas, 708-906-5157 (mdlucas@ehancock.com) 9933 Roosevelt Rd. ,Westchester, IL 60154 Jennifer L. Schumann, 951-404-5371 (jschuman@wayzata.org) 600 Rice Street Wayzata, MN 55391 Jason Stoll, 815-394-4700 (jstoll@fehrgraham.com) 200 Prairie Street Rockford, IL 61107 John LaPaglia, 847-823-0500 Qlapaglia@cbbel.com) 9575 West Higgins Road Rosemont, IL 60018 Nikki Ang, 224-293-1626 (nang@cville.org) 1075 Tamarac Drive Carpentersville, IL 60110 Miranda Holloway, 630-513-3058 (mholloway@ stcharlesil,gov) 2 E Main Street St. Charles, IL 60174 Kurt Muth, 630-256-4796 (muthk@aurora.il.us) 2100 East New York Aurora, IL 60502 Yuriy Ameiyan, 414-751-7285 (yamelyan@kapurinc.com) 7711 N Port Washington Road Milwaukee, WI 53217 Phil Kriesel, 715-362-3244 (pkriesel@msa- ps.com) 1835 N Stevens Street Rhinelander, WI 54501 Onassis Rivera, 815-758-3513 (orivera@kishwrd.com) 1301 Sycamore Rd. DeKalb, IL 60115 David Young,847-265-7325 (dkyoung@ati-ae.com ) 468 Park Avenue Lake Villa, IL 60046 Village of Barrington City of Three Rivers South Lyons Township Village of East Troy City of Rochelle o 0 L U O Q' O ( Village of Lisle Village of La Grange Park City of Wayzata City of Morrison Village of Westchester Village of Carpentersville City of Saint Charles City of Aurora Fox Point c O D 0 (p 0) 0 Lake in the Hills J _IJ J J _I z J J J J J J 5 J J Village of Barrington City of Three Rivers South Lyons Township, Sanitary District Village of East Troy City of Rochelle City of Rochelle Village of Lisle Village of La Grange Park City of Wayzata c O N E 0 w O 5 Village of Westchester Village of Carpentersville City of St. Charles City of Aurora Village of Fox Point City of Crandon Kishwaukee Water Reclamation Distdct Lake in the Hills Santlory District m m Z. E MI 3_Complete o 0 n E MI 1 Active 3_Ccmplete 1 3_Complete co ;o c N' 3_Complete m N n E CO m at n E CM1S m 0 Ti E e) m ~m Ti E MI c :a c NI 2_Pending 3_Complete c -o c Nt co c v c (Vf O GO b 6 ‘O V) 0 f� V; h 3N. 7 in 0 0 M N ce; N (A S 4,631,246.25 O �f o0 '0 h a, N 'h O C '+ V3 h M V) S 85,705.00 O M h 6 '4 v, O O Vi .. .. Vi t'C90e68Z S N •f M M o ^ n 00. O `t V! K N VI 0 Vi a� ca o O r� V, 0 V. cc C 'n ' P V) 0 O c� c Vs Vi 0 O O O -t 7 M V) O Vi 2V -I- c- M h V) la O 1.0 (h () (D O (0 O V O t-- 59,854 N V N. c0 O O rn 6 co CCr)r N 10,813 O N V r CT)V) N r- rU) N V i) f) <- r 14110.8 U (C) CO V N 0 to V 0 N (0 to 12,400 N N6 -)-) in N to N 15 0 to NNIN 0 z (0 0 z (O a -) tD N 0 z (0 N m 0 10 N 0 0 to N 0 0 CO N (0,) -) 6", 8", 10", 12", 15", 18" & 24" 8, 10" & 12" r CO r CJ r W of N Or r N o CO N N (8 (0 O (8 CD O a5 CO N (2S CO- N (S `- 0) 12", 15" & 18" 10" & 12" 12" & 15" 2025-2026 Sanitary Sewer System Lining, Capital Project No. 2637 (153.1 LF of 6"' 6", 8" 9", 10", 12", 1,822.1 LF of 8", 1,202.2 LF of 9", 719.7 LF 15" & 18" of 10", 12,984.2 LF of 12", 5,793.6 of 15". & 222.9LF of 18") CO CO z, - c0 2025 Sewer Rehabilitation- City Project No. 2025-08 (1431 of 8", 353 LF of 10" & 1721 LF of 12") 2025 Sanitary Sewer Rehabilition (5390 LF of 10" & 675 LF of 15") Sanitary Sewer Rehabilitation (6700 LF of 8" & 340 LF of 10") Sanitary Sewer Improvements Contract No. 2 - CIPP Lining (835 LF of 6", 48734 LF of 8", 5215 LF of 10", 2137 LF of 12", 988 LF of 21" & 1945 LF of 24") Sewer Televising and Lining (8397 LF of 8" & 345 LF of 12") Sanitary Sewer Rehabilitation Contract 2- 2025 (3900 LF of 8" & 500 LF of 10") FY26 Sanitary Sewer Lining (464 LF of 8" & '275 LF of 10") 2025 Sanitary Sewer Lining (82 LF of 12" & 10,731 LF of 8") 2025 CIPP A (3,050 LF of 8", 60 LF of 10" & 1,100 LF of 12") 2025 Sanitary Sewer CIPP Lining (738 LF of 12", 292 LF of 15" & 561 LF of 18") Sanitary Sewer Cleaning, Televising and Lining (3,174 LF of 10" & 1,377 LF of 12") Barry Avenue CIPP Lining (495 LF of 12" & 660 LF of 15") Sewer Line Rehabilitation 2026 (24,635 LE of 8") 2025 Sanitary Sewer Cured -in -Place Pipelining (450 LF of 18") 2025 Sanitary Sewer Cured -in -Place Pipelining (3,200 LF of 8", 1,400 LF of 10", & 1,020 LF of 12") Sanitary Sewer Rehabilitation for the 2026 Watermain Replacements Projects (130 LF of 6", 5,310 LF of 8", 1,720 LF of 10", 3,400 LF of 12", 1,320 LF of 15", 350 LF of 18" & 170 LF of 24") Chris English, 651-450-2489 (cenglish@ighmn.gov) 8150 Barbara Avenue Inver Grove Heights, MN 55077 Robert Prohaska, 847-823-0500 (rprohaska@cbbel.com) 9575 W Higgins Rd., Suite 600 Rosemont, IL60018__ Ron Smith, 708-331-6700 (rsmith@reltd.com) 16133 LaSalle Street South Holland, IL60473 Daren Stykel, 815-235-7643 (dstykel@fehrgraham.com) 101 W Stephenson Street Freeport, IL 61032_ Michael Wisinski, 815-459-2020 (mwisinski@crystallake.org) 100 W Woodstock St. Crystal Lake. IL 60014 Mike Waldron (Mike.Waldron@strand.com) 1170 South Houbolt Rd Joliet, IL 60431 James Mitchell, 224-294-2051 (jm itchell@ hmgengineers, com) 975 Campus Drive Mundelein, IL 60060 Darin Stykel, 815-235-7643 (dstykel@fehrgraham.com) 101 West Stephenson Street Freeport, IL 61032 Aldair Vargas, 630-736-3865 (avargas@streamwood.org) 565 S Bartlett Road LStreamwood, IL 60107 Miranda Durbin, 262-374-1903 (miranda.durbin@citywaterusa.com) PO Box 1726 Milwaukee, WI 53201 Andrew Pufundt, 847-823-0500 (apufundt@cbbet.com) 9575 W Higgins Rd., Suite 600 Rosemont, IL 60018 Ron Burton, 630-497-1700 (ronb@bmk8.com) 2260 Southwid Blvd. Barlett, IL 60103 Andrew Hess. 815-387-7653 (ahess@fourrivers.illinois.gov) 3501 Kishwaukee Street Rockford, IL 61109 Jon Knowles, 208-612-8258 (jknowles@idahofalls.gov) 380 Constitution Way Idaho Falls. ID 83402 Max McAvoy, 815-806-0300 (max.mcavoy@reltd.com) 10045 W Lincon Highway Frankfort, IL 60423 Max McAvoy, 815-806-0300 (rnax.mcavoy@reltd.com) 10045 W Lincon Highway Frankfort, IL 60423 Luis Vasquez, 630-682-4700 luis.vasuez@onmail.com 950 Essington Road Joliet, IL 60435 Inver Grove Heights Leyden Township Village of Worth Village of Warren Crystal Lake Oak Lawn Wauconda Freeport Streamwood CO N 0 (0 c Chicago Ridge Benchmark Construction Four Rivers Sanitary Authority City of Idaho Falls Western Springs 0. N Q o ._ 75 ...) z J J J J J J J J J J J 0 J J J City of Inver Grove Heights Leyden Township Village of Worth Village of Warren Crystal Lake Village of Oak Lawn Village of Wauconda City of Freeport Village of Streamwwod Milwaukee Regional Medical Center Village of Chicago Ridge City of Chicago Four Rivers Sanitation Authority to (J (L o L N U Z. o Village of Western Springs Village of Alsip U _ O --) 1.- Z* o c c a c m 0. NI 2_Pending O re; .0 V. r1ri v. 0 o ri U O co V. N v, $ 45,999,017.06I N (0 N V N CO O W [t co co TOTAL r N qS 6 o r uS CO 2026 Woodland Avenue Reconstruction (600 LF of 8" & 662 LF of 21") 2026 Sanitary Sewer Rehabilitation (7,394 LF of 8" & 230 LF of 10") G & M Cement Construction 58 W Commercial Rd. Addison, IL 60101 1630-625-6208 Nick Bubolz, 608-273-3350 (nbu bolz@tcongineers. net) 6264 Nesbitt Road Madison, WI 53719 !Western Springs 0 0 0 J 7 Village of Western Springs N j U O ti 0 O 0 O1 CO (S/ A Cat),lon Company NATIONAL POWER RODDING 2500 West Arthington Street Chicago, IL 60612 p: (312) 666-7700 f: (312) 666-0748 www.nationalpowerrodding.com MAJOR EQUIPMENT AVAILABLE* DESCRIPTION QUANTITY Closed Circuit Television Studio Vans w/Color Cameras, 13 Computer Equipped 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 2024). *Additional equipment available at the other Canylon locations. NOTE: A' inicam will not travel through 90° Bends in: 6" lateral. 0 NATIONAL POWER RODDING A Carylon 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 1of2 NATIONAL POWER RODDING A Caryton 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 2 of 2 ,�J �� A Carylon Company Vice President Project Manager Duties Certifications NATIONAL POWER RODDING RESUME Reid W. Ruprecht 2018 - Present 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-18-4384 & 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 ea 'j'Ion Companp 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 lim@martindlesel.info BANK REFERENCE BMO Harris Bank Contact: James Bucaro Acct # 3534666 (312) 461-6578 james.bucarobmo.com PRINCIPALS William T. Kreidler Fabian R. Castel Reid W. Ruprecht Kathleen Owens Established President Vice President Vice President Secretary/Treasurer 1949 Incorporation: IL 8/8/1977 Accounts Payable Dept: Federal Identification Number: 36-2933140 D & B Number: 025242470 NAICS Codes: 562998 SIC Code: 7699 accounting©nationalpowerrodding.com