Loading...
HomeMy WebLinkAboutQuanta Telcom SolutionsQUANTA TELECOM SOLUTIONS City of Waterloo 3190 Highway 78 Loganville, Georgia 30052 PHONE 470 415-7800 W E B quantatelcom.com NYSE-PWR FY 2o23 Construction of Fiber -To -The Premise Feeder/Distribution and Backbone Network Project Contract No. i080 Due Date: April fig, 2o23 Due Time: too pm Fer593 FZ 592 A 10,30 5974 04.26 SEALED BID ENCLOSED y C 1 1 g 4/3/23, 11:04 AM ORIG!N 10:SSIA JESSICA SELLS QUANTA TELCOM 3190 HIGHWAY 78 (470) /15-7800 LOGANVILLE, GA 30052 UNITED STATES US TO CITY CLERK CITY OF WATERLOO 715 MULBERRY STREET �.11P DAT 12APR2„ ACTWGT: 1.00 LB CAD: 112847939/INET4580 BILL SENDER WATERLOO IA 50703 (111)111-1111 REF: INV: P0: DEPT. Ti) J MI II II I III III IIIII Mill II II III II I II II II I II III i r I 1 ` � I I1 11 11 I 1 III 1 1 THU - 13 APR 10:30A DDWIDITV rwrominlq oAe°i 17113710 5974 XN ALOA Ill 5190313 25Apr2023 SSTA 581G3/78CF/C0B8 Fea Express E 581 J3/78CFIFE2D J231023011101uv WED - 26 APR AA PRIORITY OVERNIGHT 50703 IA -US i i i CID i • or pouch here. ti) co n c m Z n r 0 m c o0 � o FEF) • • 2 > O les) 3 N O n O rt 0) rt z O 0 00 0 PO!OJd VonnTaN 0 0 0 0 c r-1- 0 0) 0 co xml n 0 0 rD m1 N O n O rt rt rot 1/4i< • 0 -n ri- orD - 1 0 2-1 1 0 3 0 • O O O H Z m co m 0 C � 73 al ro n 0 1 n 0 3 lax 0 A 0 J CO 0 0 0 Co 0 0 r m z n r 0 rn 0 c 0 (D c o m co (D 3 • • .. 1. o 0 it 3 C:), n 0 ri- 0) z 0 0 00 0 paFoJ pOM]aN an N 0 --n (D W (D n al 0 (D o1 rt r+ n r+ Cr 0 0 • o o -n a rD �- -� 0 CA -1 0 0)0 n ,.1 Cr ror rD rD 3 • tis 0 {vi co m E rtv m o n ,p O J 3 O v 3 co 0 0 2 0 z m Mas rn rn 0 BID BOND KNOW ALL BY THESE PRESENTS: Sample Bid Bond Form That we, Quanta Telecommunication Solutions, LLC , as Principal, and Federal Insurance Company , as Surety, are held and firmly bound unto City of Waterloo , as Obligee, (hereinafter referred to as "the Jurisdiction"), in the penal sum of Five Percent of Total Amount Bid dollars ($ 5% ), or 5 percent of the amount bid in lawful money of the United States, for which payment said Principal and Surety bind themselves, their heirs, executors, administrators, successors, and assigns jointly and severally, firmly by these presents. The condition of the above obligation is such that whereas the Principal has submitted to the Jurisdiction a certain proposal, in a separate envelope, and hereby made a part hereof, to enter into a contract in writing, for the following described improvements; CONSTRUCTION OF A FIBER -TO -THE -PREMISE FEEDER/DISTRIBUTION AND BACKBONE NETWORK PROJECT, CONTRACT NO.1080 The improvement includes the construction of the necessary components to create the high-speed FTTP XGS-PON communications Network (the Project) within the City's defined Service Area and prepare it to deliver backbone and fiber -to -the -home services. The system shall be a fully operational high-speed communications network supporting Internet protocol technology and allowing users access to and from the Internet. The Project requires the construction of a Fiber to the Premise feeder/distribution and a backbone network which will support XGS-PON technologies to be utilized to deliver best -effort and guaranteed services to its customers within the City Service Area. The design identifies the placement of FDH's located at the City data center and network PoP's. These locations will also house active electronics and splitters in support of the FTTP deployment. Fiber routes to be built by contractor and operated by the City and the Waterloo Telecommunications Utility will be utilized to interconnect these FDHs in a fiber ring topology. Fiber routes are laid out logically to economically connect each service area back to the local cabinet located at the headend or alternate node site. Architecture is a star design for the feeder network and a ring connecting network nodes. The Project will be located at various locations throughout the City. The City has active grant applications into federal funding agencies for portions of the backbone only (Division 2 work). In the event of a grant award, the City reserves the right to remove the Division 2 work from the Contract, with a reduction in fee to the Contractor equivalent to the bid price associated with the Division 2 work, The City anticipates that a decision regarding the Division 2 work will be made on or before June 1, 2023. (CONT. BID BOND) Project Name Construction of a Fiber -to -the -Premise Feeder/Distribution and Backbone Network Project, Contract No. 1080 The Surety 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 Jurisdiction may accept such bid or execute such Contract; and said Surety does hereby waive notice of any such extension. In the event that any actions or proceedings are initiated with respect to this Bond, the parties agree that the venue thereof shall be dBI aClc kilab0lC County, State of Iowa If legal action is required by the Jurisdiction against the Surety or Principal to enforce the provisions of the bond or to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Surety or Principal agrees to pay the Jurisdiction all damages, costs, and attorney fees incurred by enforcing any of the provisions of this Bond, All rights, powers, and remedies of the Jurisdiction hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers and remedies given to the Jurisdiction, by law. The Jurisdiction may proceed against Surety for any amount guaranteed hereunder whether action is brought against Pi incipal or whether Principal is joined in any such action or actions or not. NOW, THEREFORE, if said proposal by the Principal be accepted, and the Principal shall enter into a contract with Jui isdiction in accordance with the terms of such proposal, including the provision of insurance and of a bond as may be specified in the contract documents, with good and sufficient surety for the faithful performance of such contract, for the prompt payment of labor and material furnished in the prosecution thereof, and for the maintenance of said improvements as may be required therein, then this obligation shall become null and void; otherwise, the Principal shall pay to the Jurisdiction the full amount of the bid bond, together with court costs, attorney's fees, and any other expense of recovery. Signed and sealed this 6th. day of By SURETY: Fe•e al Insurance Comp-ny tree 1 Snature Attorne -in- act/Officer Cheryl M. Husted, Attorney -In -Fact Printed Name of Attorney-in-Fact/Officer Federal Insurance Company Company Name 202B Hall's Mill Road Company Address Whitehouse Station, NJ 08889 City, State, Zip Code 908-903-3491 Company Telephone Number April , 20 23 . PRINCIPAL: Quanta Telecommunication Soluti s, LLC Bader Signature ha,M-Gts Nt j-fb✓vt. cc. - Printed Name U [Cc j0ve6id ecat Title 3190 Highway 78 Address Loganville, GA 30052 City, State, Zip Code 470-415-7830 Telephone Number NOTE: All signatures on this bid bond must be original signatures in ink; copies, facsiinile, or electronic signatures will not be accepted. This bond must be sealed with the Surety's raised, embossing seal. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's raised, embossing seal. 1 • Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise. (2) Each duly appointed attorneyin•fact of the Company Is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise, to the extent that such action Is authorized by the grant of powers provided for In such person's written appointtent as such attorney -in -fact. Each of the Chairman, the President and the Vice Presidents of the Company Is hereby authorized, for and on behalf of the C pany, to appoint In writing any person the attorney -in - fact of the Company with MI power and authority to execute, for and on behalf of the Company, under the seal of the Company or otherwise, such Written Commitments of the Company as may be specified In such written appointment, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to delegate In writing to any other officer of the Company the authority to execute, for and on behalf of the Company, under the Company's seal or othenvlse, such Written Commitments of the Company as are specified in such written delegation, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of the Company, may be affixed by facsimile on such Written Commitment or written appointment or delegation.. FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to he an exclusive statement of the powers and authority of officers, employees and other persons to act for and on behalf of the Company, and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested." I, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY (the "Companies") do hereby certify that (E) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and in full f rce and effect, (ii) the foregoing Power of Attorney is true, correct and in full force and effect. Given under my hand and seals of said Companies at Whitehouse Station, NJ, this April 6, 2023 CHUBS` Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Co pany Westchester Fire Insurance Co pany I ACE Am rican Insurance Company Know All by These Presents, that FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations of the Commonwealth of Pennsylvania, do each hereby constitute and appoint Cheryl M. Husted of Denver, Colorado each as their true and lawful Attorney -in -Fact to execute und r such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed In the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any Instrument referred to In said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affixed their corporate seals on this 23rd day of Febrlrary, 2023 ei\I 1' ..Ei Ikiv:n \l. Chit x•r>~.:1ssistant Scvrctary STATE OF NEW JERSEY County of Hunterdon ss. St(.q)hcn 1I. I Iancy. Vice Prt.sitlent On this 23rd day of February 2023 before me, a Notary Public of New Jersey, personally came Dawn M. Chloros and Stephen M. Haney, to me known to be Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros and Stephen M. Haney, being by me duly sworn, severally and each for herself and himself did d pose and say that they are Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that their signatures as such officers were duly affixed and subscribed by like authority. Notarial Seal Albert Contursl NOTARY PUBLIC OF NEW JERSEY No 50202369 Commission Expires August 22,2027 Notary Public CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016; WESTCHESTER FIRE INSURANCE COMPANY on December 11, 2006; and ACE AMERICAN INSURANCE COMPANY on March 20, 2009: 'RESOLVED that the following authorizations relate to the execution, for and on behalf of the Company, of bonds, undertakings, recognlzances, contracts and other written commitments of the Company entered Into In the ordinary course of business (each a `Written Commitment'): (1) (3) QtAtift --T . t t A-0. Ikiv:n \l. Chinn rs.:1S•Ntant Sc retaryi IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT: Telephone (908) 903. 3493 Fax (908) 903. 3656 e-mail: surety@chubb.com Combined: FED-VIG-PI-WFIC-AAIC (rev. 11-19) QUANTA TELECO SOLUTIONS April 13, 2023 City of Waterloo 715 Mulberry Street Waterloo, Iowa 50703 M Re: Fiber to the Premise Feeder/Distribution and Backbone Network Project To Whom It May Concern: 3190 Highway 78 Loganville, Georgia 30052 PHONE 47o-415-78o0 WEB quantatelcom.com NYSE-PWR Quanta Telecommunication Services, LLC ("QTS") is pleased to present its bid and supporting documents for the City of Waterloo, Iowa. QTS's proposal is subject to the parties' agreement upon mutually acceptable contract terms and conditions (including with respect to indemnities, consequential damages and limitation of liability, liquidated damages (if any), insurance provisions, responsibility for pre-existing site conditions and hazardous materials, and warranties), and we look forward to promptly finalizing such terms with City of Waterloo, Iowa in the event our proposal, issued is successful. Any certification, bond, or representation made by QTS in its proposal, issued on behalf of QTS, or sought from QTS in a RFP, pertaining to contract terms and conditions, is subject to the condition stated herein.] We would like to thank City of Waterloo, Iowa for the opportunity to participate in this RFP and invite City of Waterloo, Iowa to contact us with any questions or comments it may have. Sincerely, 4,1theoR(------ Thomas M. Hornick Vice President ADDENDUM NO. 1 TO THE BIDDING DOCUMENTS F.Y. 2023 CONSTRUCTION OF A FIBER -TO -THE -PREMISE FEEDER/DISTRIBUTION AND BACKBONE NETWORK PROJECT CONTRACT NO. 1080 CITY OF WATERLOO, IOWA DATE: April 7, 2023 LETTING DATE & TIME: April 27, 2023 1:00 P.M., Local Time TO ALL BIDDERS ON THE ABOVE PROJECT: All Bidders submitting a bid on the above contract shall carefully read this Addendum and give it consideration in the preparation of their bid. TO ALL BIDDERS ON THE ABOVE PROJECT: The following is a revision to the Fiber Project — Contract 1080: o The following dates have been updated to the City of Waterloo RFP Construction Backbone and Fiber -To -The -Premise Specification Book, project calendar anticipated events: o Issuance of the Notice to Bidders o Pre -Bid Meeting o Final Submission of Contractors' Questions o Response to Contractors' Questions o Bids Due o City consideration of bids o City public hearing on Plans, Specifications, Form of Contract & Estimate of Cost o Utility public hearing on Plans, Specifications, Form of Contract & Estimate of Cost o City Award of Contract o Utility consideration of bids & approval of award of contract o Contract Signed and Mobilization Commences o Commence Construction o All Contracts Must Have Obligations Complete by 2024 o Complete Construction No Later Than 2026 March 9, 2023 March 30, 2023 April 5, 2023 April 10, 2023 April 27, 2023 May 1, 2023 May 1, 2023 May 3, 2023 May 15, 2023 May 17, 2023 May 18, 2023 June 19, 2023 December 31, December 31, o Receiving of Bids date has been updated to coincide with Opening of Bids date which is April 27th, 2023 at 1:00 PM Page 1 of 2 o Attachment B — Unit Labor and Materials Cost has been updated to include "Bore Rock Adder" and "Trench Rock Adder" quote pricing, in the event rock is encountered. Any revisions to any of the Contract Documents made by this Addendum shall be considered as the same revision to any and all related areas of the Contract Documents not specifically called out in this Addendum. The bidder shall acknowledge receipt of this Addendum by inserting the number and date in the spaces provided in the Form of Bid or Proposal, Item 9, Page 3 of 5. Wayne Castle, PLS, PE Associate Engineer City of Waterloo, Iowa Department of Engineering Page 2 of 2 FORM OF BID OR PROPOSAL FY 2023 CONSTRUCTION OF A FIBER -TO -THE -PREMISE FEEDER/DISTRIBUTION AND BACKBONE NETWORK PROJECTCONTRACT NO. 1080 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: The undersigned, being a Corporation existing under the laws of the State of Delaware, a Partnership consisting of the following partners: Quanta Telecommunication Solutions, LLC, 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 Magellan Advisors for the City of Waterloo 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 this F.Y. 2023 CONSTRUCTION OF A FIBER -TO -THE -PREMISE FEEDER/DISTRIBUTION AND BACKBONE NETWORK PROJECT, Contract No 1080, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities contained in Attachment B. The contractor shall submit a copy of Attachment B as part of their bid. FY 2023 CONSTRUCTION BACKBONE OF NETWORK A FIBER -TO -THE -PREMISE CONTRACT FEEDER/DISTRIBUTION NO. 1080 AND PROJECT Description Cost Total DIVISION 1 WORK - FTTP $ 43,147,634.45 DIVISION 1 total price $ 59,730,710.90 DIVISION removal 2 WORK based on - federal Backbone funding (subject decision) to $ 13,404,573.00 DIVISION 2 total price $ 19,929,340.48 Contract Sum (DIVISION 1 + DIVISION 2) $ 79,660,051.38 1. 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. 2. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. The undersigned agrees to execute and deliver an agreement in the FORM OF BID CONRACT NO. 1080 Page 1 of 3 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 five (5) days after "Notice to Proceed" is issued. 3. Security in the sum of Dollars ($ ) in the form of , is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 4. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. 5. Attached hereto is a Bidder Status Form. 6. The bidder is prepared to submit a financial and experience statement upon request. 7. 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 acceptable. 8. The bidder has received the following Addendum or Addenda: 9. Addendum No. 1 Date April 7, 2023 10. The bidder shall list the MBE/WBE subcontractor(s), number 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). 11. The Contractor shall provide a State of Iowa Contractor Registration Number for all their employees and those of their subcontractors engaged in work at the site, in accordance with State Laws. No bids will be awarded until then Contractor and subcontractors have been confirmed with seven (7) days after the bid opening. 12. The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL' Form to be provided by City prior to approval of contract. The Contractor shall note use more than 50% subcontractor labor during any portion of the project unless pre -approved by the City. 13. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: a. The City of Waterloo does not approve the subcontractors. b. The subcontractors submit in writing that they cannot fulfill their subcontracts. 14. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 15. The bidder has attached all applicable forms. 16. This bid includes a fiber -to -the -premise and fiber backbone projects as outlined below: 1) Fiber to the Premise (FTTP): the FTTP network will pass all residents and businesses of Waterloo. The FTTP network includes 390.54-miles of underground construction to pass FORM OF BID CONRACT NO. 1080 Page 2 of 3 roughly 29,400 premises throughout the City of Waterloo. 2) Fiber Backbone: the backbone includes 115.80-miles of underground construction along major city corridors and key commercial areas connecting hundreds of City, traffic and utility sites, and facilities. Phasing/Work Order Plans: • Phase 1 Fire Station 6 ("Backbone and Laterals") is an area consisting of approximately 38.99 miles of underground backbone and distribution fiber covering the South area of Waterloo, to connect 116 city facilities. Phase will be broken into multiple work orders. o Phase IA is a 191.81-mile underground fiber connection from Fire Station 6 Point of Presence (PoP) location extending out to the City of Waterloo service area. • Phase 2 Linden Tower ("Backbone and Laterals") is an area consisting of approximately 42.57 miles of underground backbone and distribution fiber covering the Northeastern area of Waterloo, to connect 76 city facilities. Phase will be broken into multiple work orders. o Phase 2A is a 98.58-mile underground fiber connection from Linden Tower Point of Presence (PoP) location extending out to the City of Waterloo service area. • Phase 3 Fletcher Lift Station ("Backbone and Laterals") is an area consisting of approximately 34.24 miles of underground backbone and distribution fiber covering the Northwestern area of Waterloo, to connect 167 city facilities. Phase will be broken into multiple work orders. o Phase 3A is a 100.15-mile underground fiber connection from Fletcher Lift Station Point of Presence (PoP) location extending out to the City of Waterloo service area. City intends the Network to serve as a development platform for innovation, next generation application development, workforce development, and job creation, and to provide an overall better quality of life throughout the Service Area. The City has active grant applications into federal funding agencies for portions of the backbone only (Division 2 work). In the event of a grant award, the City reserves the right to remove the Division 2 work from the Contract, with a reduction in fee to the Contractor equivalent to the bid price associated with the Division 2 work. The City anticipates that a decision regarding the Division 2 work will be made on or before June 1, 2023. BY: Thomas M. Hornick — Vice President April 25, 2023 Official Address: (Including Zip Code): 3190 Highway 78 — Loganville, GA 30052 I.R.S. No. 81-1923479 FORM OF BID CONRACT NO. 1080 Page 3 of 3 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of Georgia ) ss: County of Walton Thomas M. Hornick , being first duly sworn, deposes and says that: 1. He is Vice President, of Quanta Telecommunication Solutions, LLC , the Bidder that has submitted the attached Bid; 2. He is fully -informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid: 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 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 a •loyees, or parties in interest, including this affiant. (Signed)Thomas M. Hornick Vice President Title Subscribed and sworn to before me this 25 day of April, 20 23. /Iraq& 20/05fTh Tonya Dobson Office Manager Title My commission expires 09-09-2025 ttli•,;�•.. `�c!kR NOTAR .' ' Y • • ear �'Oi_�NTN(, �,,•'` ',JiijII t l It tt ll%•tti�� MD NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR State of County of ) ) ) ss: , being first duly sworn, deposes and says that: 1. He is (Owner, Partner, Officer, Representative, or Agent) , of hereinafter referred to as the "Subcontractor;" 2. He is fully informed respecting the preparation and contents of the subcontractor's proposal submitted by the subcontractor to , contract pertaining to the project in (City or County and State) 3. Such subcontractor's proposal is genuine and is not a collusive or sham proposal; • 4. Neither the subcontractor 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 proposal in connection with such contract or to refrain from submitting a proposal in connection with such contract, or has in any manner, directly or indirectly, sought by unlawful agreement or connivance with any other bidder, firm or person to fix the price or prices in said subcontractor's proposal, or to fix any overhead, profit or cost element of the price of prices in said subcontractor's proposal, or to secure through 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 subcontractor's proposal 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) Title Subscribed and sworn to before me this day of , 20 Title My commission expires 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 agreeasfollows: 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, subcontract or purchase order unless exempted by the rules, regulations or orders of the City's Affirmative Action Program, and will provide in every subcontract, or purchase order that said provisions will be binding upon each contractor, subcontractor, or supplier. 8. We, the undersigned, recognize that we are morally and legally committed to non-discrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race, creed, color, sex, national origin, economic status, age, mental or physical disabilities. (Signed) Thomas M. Hornick Vice President 04-25-2023 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, with regard to 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. BIDDER STATUS FORM o To be completed by all bidders PART A Please answer "Yes" or "No" for each of the following: O Yes 0No 0Yes ONo Q Yes • No O Yes •No O Yes Q 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. o To be completed by resident bidders PART B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: / / to / / Address: City, State, Zip: Dates: / / to / / Address: City, State, Zip: Dates: / / to / / Address: You may attach additional sheet(s) if needed. City, State, Zip: To be completed by non-resident bidders PART C 1. Name of home state or foreign country reported to the Iowa Secretary of State: De( 0_00. rc- 2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor ` ` Yes 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. You may attach additional sheet(s) if needed. To be completed by all bidders PART D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: Quanta Telecommunication Sol tions LLC Signature: Orr 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 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. 0 Yes ONo n Yes O Yes ONo O Yes0No O Yes ONO O Yes 0No O Yes()No O YesO No O Yes O Yesa No aYesa No 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. 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. 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. My business is a limited liability partnership which has filed a statement of qualification in this state and the statement have not been canceled. 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. 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. 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. My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. 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) 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 Quanta Telecommunication Solutions LLC Address of Company 3190 Highway 78 — Loganville, GA Zip 30052 Telephone Number ( 470) 415-7800 Federal ID Number (if no Federal ID Number, Owner/President's Social Security Number 81-1923479 Name of Equal Employment Officer N/A Name of Project N/A Project Contract Number N/A Estimated Construction Work Dates N/A / Start Finish Section B to be completed by SUBCONTRACTORS only: B. • Name of General or Prime Contractor To ke de4Wained 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 AFFIRMATIVE ACTION PROGRAM Page 1 of 8 A. Remainder of program to be completed by party completing program, either Prime or Subcontractor. 1. The Owners and/or Principals of your company: Ethnic Name Address Position Sex Origin 0W24t-f - " eie/sow\monlczc& 7cvi ODtUhbiis /6 a_ 50 106 i d eCtinj o-C. 4u.14- . SerUt 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 QLLcLn-fti V i !&S FFoU51 ,12 yz .4 airen,i- dam- parn5 II. EMPLOYER'S POLICY (Please read carefully.) too'/. 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. Quanta Telecommunication Solutions LLC will give training (Name of Company) and employment opportunities to local residents of Waterloo, Iowa, to the greatest extent feasible. AFFIRMATIVE ACTION PROGRAM Page 2 of 8 III. AFFIRMATIVE ACTION A. Quanta Telecommunication Solutions LLC recognizes that the effective application of a policy of merit employment involves more than just a policy statement, and Quanta Telecommunication Solutions LLC 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. B. Quanta Telecommunication Solutions LLC will undertake the 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. Quanta Telecommunication Solutions LLC will take whatever steps are necessary to ensure that our total work force has adequate minority, female, and local representation. We will utilize the following methods in our recruitment attempts: 1. Local advertising media (newspapers, radio, TV); 2. Community organizations (churches, clubs schools); 3. Public and private institutions in the area (UNI, Hawkeye Community College); 4. Job Service of Iowa; and 5. Other. Quanta Telecommunication Solutions LLC will seek qualified minority, 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. Quanta Telecommunication Solutions LLC will encourage other companies, with whom we are associated and/or do business, to do the same and we will assist them in their efforts. AFFIRMATIVE ACTION PROGRAM Page 3 of 8 H. Quanta Telecommunication Solutions LLC has taken the following 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 2. I As a result of the above efforts, we have involved minority, female, and local contractors and/or suppliers in the following areas of subcontracting: (if none, write "NONE") 1 None 2. J Quanta Telecommunication Solutions LLC will require approved 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. Quanta Telecommunication Solutions LLC will keep records of 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. Quanta Telecommunication Solutions LLC (Name of Company) Affirmative Action 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 2023, 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: e % Goals for Women: 6 % *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 2023. Note, that none of the goals are rigid or inflexible. They are targets that your company calculates as reasonably AFFIRMATIVE ACTION PROGRAM Page 4 of 8 INDICATE: attainable. This will help the City in its monitoring procedures as required by City of Waterloo Resolution No. 1984- 142(4). CONTRACTOR'S TOTAL WORK FORCE (WATERLOO) DISABLED VETERAN: DV VIETNAM ERA VETERAN: W HANDICAPPED: H AFFIRMATIVE ACTION PROGRAM Page 5 of 8 We hereby certify that we are in compliance with all City and Federal Affirmative Action Regulations and agree to accept all liability for failure to comply. Respectfully submitted, By: Company Executive April 25, 2023 Date By: N/A Equal Employment Opportunity Officer Date City of Waterloo Affirmative Action Officer Approved Disapproved Reason: By: Date: AFFIRMATIVE ACTION PROGRAM Page 6 of 8 DESCRIPTION OF JOB CATEGORIES 1 Officials/Manager: Occupations in which employees set broad policies, exercise overall responsibility for execution of all policies, or direct individual departments or special phases of the agency's operations or provide specialized consultation on a regional, district or area basis. Includes: department heads, bureau chiefs, division chiefs, directors, deputy directors, controllers, examiners, wardens, superintendents, unit supervisors, sheriffs, police and fire chiefs and inspectors and kindred workers. 2. Professionals: Occupations, which require specialized and theoretical knowledge, which is usually required through college training or thorough work experience and other training which provides comparable knowledge. Includes: personnel and labor relations workers, social workers, doctors, psychologists, registered nurses, economists, dietitians, lawyers, system analysts, accountants, engineers, employment and vocational rehabilitation counselors, teachers or instructors, police and fire captains and lieutenants and kindred workers. 3. Technicians: Occupations, which require a combination of basic scientific or technical knowledge and manual skill which can be obtained through specialized post -secondary school education and through equivalent on-the-job training. Includes: computer programmers and operations, draftspersons, surveyors, licensed practical nurses, photographs, radio operators, technical illustrators, police and fire sergeants and kindred workers. 4. Office/Clerical: Workers are responsible for internal and external communication, recording and retrieval of data and/or information and other paperwork required in an office. Includes: bookkeepers, messengers, office machine operators, clerk -typists, stenographers, court transcribers, hearing reporters, statistical clerks, dispatchers, license distributors, payroll clerks and kindred workers. 5. Skilled Craft Workers: Workers perform jobs, which require special manual skill and a thorough and comprehensive knowledge of the processes involved in the work, which is acquired through on-the-job training programs. Includes: Mechanics and repairmen, electricians, heavy equipment operators, stationary engineers, skilled machine occupations, carpenters, compositors and typesetters and kindred workers. 6. Sales Workers: Occupations engaging wholly and primarily in direct selling. Includes: advertising agents and salesmen, insurance agents and brokers, real estate agents and brokers, stock and bond salesmen, demonstrators, salesmen and salesclerks, grocery clerks and cashier checkers, and kindred workers. 7 Operatives (semi -skilled): Workers who operate machine or processing equipment or perform other factory -type duties of intermediate skill level which can be mastered in a few weeks and require only limited training. Includes: apprentices (auto mechanics), plumbers, building trades, metal working trades, bricklayers, carpenters, electricians, machinists, mechanics, printing trades, etc., operatives, attendants (auto service and parking), plasterers, chauffeurs, deliverymen and furnacemen, heaters (metal), laundry and dry cleaning operatives, milliners, mine operatives and laborers, motormen, oilers and greasers, (except auto painters), (except construction and maintenance), photographic process workers, stationary fireman, truck and tractor drivers, weavers, (textile), welders and flame cutters and kindred workers. 8. Laborers (unskilled): Workers in manual occupations, which generally require no special training. Perform elementary duties that may be learned in few days and require the application of little or no independent judgment. Includes: garage laborers, car washers and greasers, gardeners AFFIRMATIVE ACTION PROGRAM Page 7 of 8 (except farm) and groundskeepers, longshoremen, and stevedores, lumbermen, raftsmen and woodchoppers, laborers performing lifting, digging, mixing, loading, and pulling operations and kindred workers. 9. Apprentices: Persons employed in a program including work training and related instruction to learn a trade or craft which is traditionally an apprenticeship, regardless of whether the program is registered with a Federal or State agency. 10. Trainees (on-the-job): Production. . . persons in formal training for craftsmen when not trained under apprentice programs --operative laborer, and service occupations. White Collar... persons engaged in formal training for clerical, managerial, professional, technical, sales, office, and clerical occupations. AFFIRMATIVE ACTION PROGRAM Page 8 of 8 ITEMS OF POTENTIAL MBE/WBE PARTICIPATION NOTICE TO PROSPECTIVE BIDDERS: The following are items from the FY 2023 CONSTRUCTION OF A FIBER -TO -THE -PREMISE FEEDER/DISTRIBUTION AND BACKBONE NETWROK PROJECT, Contract No. 1080, that have a potential for MBE/WBE Participation. This listing, however, is not intended to be all encompassing; to preclude MBE/WBE Contractors from bidding on any items of the Proposal as a Subcontractor or the entire Proposal as a Prime Contractor. Item # Description Unit Estimated Quantity UNDERGROUND - BURIED 1 Directional Bore (0) 1" and (0) 2" and (2) 1.25" LF 121,441 2 Directional Bore (0) 1" and (0) 2" and (3) 1.25" LF 176,553 3 Directional Bore (0) 1" and (1) 2" and (0) 1.25" LF 97,818 4 Directional Bore (0) 1" and (1) 2" and (2) 1.25" LF 14,988 5 Directional Bore (0) 1" and (1) 2" and (3) 1.25" LF 9,456 6 Directional Bore (0) 1" and (2) 2" and (0) 1.25" LF 21,964 7 Directional Bore (0) 1" and (2) 2" and (2) 1.25" LF 3,958 8 Directional Bore (0) 1" and (2) 2" and (3) 1.25" LF 1,311 9 Directional Bore (0) 1" and (3) 2" and (0) 1.25" LF 3,687 10 Directional Bore (0) 1" and (4) 2" and (0) 1.25" LF 323 11 Directional Bore (1) 1" and (0) 2" and (0) 1.25" LF 1,947,230 12 Directional Bore (2) 1" and (2) 2" and (3) 1.25" LF 26 13 Directional Bore (1) 1" and (0) 2" and (2) 1.25" LF 114,250 14 Directional Bore (1) 1" and (0) 2" and (3) 1.25" LF 138,648 15 Directional Bore (1) 1" and (0) 2" and (4) 1.25" LF 626 16 Directional Bore (1) 1" and (1) 2" and (0) 1.25" LF 103,717 17 Directional Bore (1) 1 " and (1) 2" and (2) 1.25" LF 9,828 18 Directional Bore (1) 1" and (1) 2" and (3) 1.25" LF 1,017 19 Directional Bore (1) 1" and (2) 2" and (0) 1.25" LF 4,741 20 Directional Bore (1) 1" and (2) 2" and (3) 1.25" LF 389 21 Directional Bore (2) 1" and (0) 2" and (0) 1.25" LF 58 22 Directional Bore (0) 1" and (0) 2" and (4) 1.25" LF 130 23 Directional Bore (2) 1" and (1) 2" and (0) 1.25" LF 59 28 Bore 6" Casing (Steel) LF 7 29 Bore 6" Casing (PVC) LF 7 30 Bore 8" Casing (Steel) LF 21,976 31 Bore 8" Casing (PVC) LF 7 32 Deep Bore - Water Crossing LF 2,000 33 Install Muletape in New Conduit FT 4,151,524 36 Install #12 AWG Insulated Tracer Wire LF 2,605,040 37 Install 5/8"x8' Copper Clad Ground Rod EA 1,306 38 Install Top 3.5" Dia PVC Round Marker Posts with Orange Dome EA 6,873 39 Install Top 3.5" with Test Dia Station PVC Round Marker Posts with Orange Dome EA 2,292 46 Installation, other fiber) Underground Fiber Cable - Including Slack (All LF 3,825,137 48 Installation, Pedestal EA 11,631 50 Installation, Small Vault, 17" x 30" EA 52 51 Installation, Vault 24" x 36" EA 4,253 52 Installation, Large Vault 30" x 48" EA 134 53 Installation, Extra Large Vault 48" x 60" EA 150 57 Sawcut, Remove and Replace Asphalt 6" Thick SqrFt 20,868 58 Sawcut, Remove and Replace Concrete 6" Thick SqrFt 20,868 60 Sawcut, Remove and Replace Asphalt 8" Thick SqrFt 20,868 61 Sawcut, Remove and Replace Concrete 8" Thick SqrFt 20,868 62 Sawcut, Remove and Replace Asphalt 10" Thick SqrFt 20,868 63 Sawcut, Remove and Replace Concrete 10" Thick SqrFt 20,868 127 Install New Splice Case & Prep Cable EA 3,826 130 Splicing, Fusion, Single Fiber EA 109,662 131 Splicing Fusion, Single fiber Pigtail at panel EA 9,834 133 Testing, OTDR, Uni-Directional, Power Meter Testing EA 39,312 134 Testing, OTDR, Bi-Directional, Power Meter Testing EA 9,834 138 Prep cable in PED for NAP EA 11,631 146 Install Prefab Pad Vault mounted FDH Splitter Cabinet + Site prep and EA 136 148 Install rack mounted patch panel (Any Size) and tails EA 177 149 Install Wall Mount Fiber Enclosure EA 177 150 Install 7ft Rack for patch panels EA 2 161 Pull fiber through building FT 35,300 162 Install 2" Electric Metal Tubing (EMT) LF 1,765 163 4" Core Bore EA 353 164 2" Building Riser with LB - Up to 10' EA 353 MBE/WBE GOALS FOR THIS PROJECT IMPORTANT: Prime Contract Bidders should be aware that ten percent (10%) MBE goal and a two percent (2%) WBE goal is attached to this project. "Certified Return Receipt" letters are no longer needed with the bid showing proof of contacting MBE or WBE Subcontractors, but the Pre -Bid Contact Information Form must be filled out completely. City of Waterloo Contract Compliance Officer: Contract Compliance Officer Community Development Board Carnegie Annex, Suite 202 620 Mulberry Street Waterloo, IA 50703 Phone: (319) 291-4429 Contract No.: SUBCONTRACTOR'S BID REQUEST FORM PRIME BIDDER'S LETTERHEAD Letting Date: I, (subcontractor's name), hereby attest that I have been solicited for a bid on (project name) in the area of (description of work and bid item no.). (Prime contractor) has informed me that if I am interested in bidding, a subcontracting bid proposal must be submitted to the company office by and (Date) (Time). Subcontractor's Company Name Subcontractor's Signature Date Prime Bidder's Signature Date LETTER TO BE USED WHEN SOLICITING FOR SUBCONTRACTOR QUOTES Subcontractor Company Name Address RE. Contract No.: Dear (Prime Contractor's Company Name) is presently soliciting for the following work in connection with the above referenced project. (Insert bid Item Nos. and Description of Work) (Prime Contractor's Company Name) is an Equal Opportunity Employer, and all qualified bidders will not be discriminated against due to race, religion, color, sex, or origin. If interested in bidding your proposal must be turned in to this office by and (Date) (Time) Sincerely, (Prime Contractor's Representative) Form CCO- 3 (11/28/2001) CITY 071 Itte TERLOO IOWA Community of Opportunity MBE/WBE BUSINESS ENTERPRISE PRE - BID CONTACT INFORMATION FORM P rime Contractor Name: Quanta Telecommunication Solutions LLC P roject: FY 2023 Construction of a Fiber to the Premise Feeder Distribution and Backbone Fiber Network Projec Letting Date: April 27, 2023 NO MBE/WBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete thi: project, sign below. Attach a brief explanation as to why subcontracting was not feasible with this project. any MBE/WBE subcontractors will be used, please use the bottom portion of this form. Contractor Signature: Title: Thomas M Hornick Date: April 25, 2023 S UBCONTRACTORS APPLICABLE' You are required, in order for your bid to be considered responsive, to provide the information on this form showing ALL of your MBE/WBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions may be directed to Contract Compliance Office 319- 291- 4429. You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBE/WBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation. If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Rudy Jones, Contrac Compliance Officer, for assistance at (319) 291-4429. In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals. TABLE OF INFORMATION SHOWING BIDDER'S PRE - BID MBE/WBE BUSINESS ENTERPRISE CONTACTS Quotes Received Quotation used in bid Subcontractors MBE/WBE Contacted Dates Yes/No Contacted Dates Yes/No Dollar Amount be Subcontracted Proposed to To be determined Form CCO-4 Rev. 06-20-02 MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM INSTRUCTIONS Prime Contractor Responsibilities: Prime Contractors bidding on City of Waterloo contract work are required to ensure that MBE/WBE businesses are provided the opportunity to participate in the performance of contracts and subcontracts. Prime contractors are required to assist MBE/WBE businesses in overcoming barriers to participation and must make good faith efforts to secure bids from, and award subcontracts to, MBE/WBE businesses. For all contract bids of $50,000 or more, the following is required to demonstrate good faith efforts in accordance with this policy: 1. "MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM" submitted with the prime contractor bid, properly completed and signed on Form CCO-4 (Rev. 06-20-02). Please note that this document must include all subcontractor contacts, bids received, and awarded - not just those related to disadvantaged business enterprise vendors. 2. A minimum of three (3) MBE/WBE business contacts must be made and documented, if there are at least three (3) MBE/WBE businesses offering services in the areas to be subcontracted (see City of Waterloo MBE/WBE Certified List). If less than three (3) are offering the services to be subcontracted, then a contact is required for any that are listed as providing that service. If you have submitted a MBE/WBE contact not on the City's MBE/WBE list, attach a copy of the certification from another government agency. 3. Contacts to each MBE/WBE businesses are required to be a minimum of seven (7) working days prior to the date the prime contractor submits the bid to the City of Waterloo. 4. The following documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM" for each MBE/WBE business contacted: a. A copy of the bid received from the MBE/WBE, OR b. If no bid was received, a copy of correspondence received from the MBE/WBE with a "no bid" response, OR c. If no response was received, a copy of the solicitation sent to the MBE/WBE with proof of mailing attached. 5. If any MBE/WBE business submitting bids are not selected for subcontract award, documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM" on why the MBE/WBE was not selected. These reasons could i n c l u d e• a. Not low bid. Copies of the competing bids may be required for verification. b. MBE/VVBE did not bid, withdrew bid or was n o n -responsive. c. Documentation of other business -related reason for not selecting the MBE/WBE business for a subcontract. d. Prime contractor self performs work. e. Any other reason relied on by the Prime Contractor. f. The Contract Compliance Officer will determine the weight to be given to each item listed above (supported by appropriate documentation) based on overall program goals. Form CCO-4A Rev. 07-08-02 Subcontractors Responsibilities: 1 Each MBE/WBE firm planning to submit quotes on construction projects with goals, shall submit a Letter of Intent to Bid (Form CCO-5) to the City Contract Compliance Officer seven (7) working days prior to bid opening, listing specific items which the MBE/WBE firm is interested in bidding. If the City Contract Compliance Officer does not receive sufficient scope letters seven (7) working days prior to bid opening, goals on subject project will be reduced accordingly. Agreements between the bidder/proposer and an MBE/WBE in which the MBE/VVBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited. Form CCO-4A Rev. 07-08-02 LETTER OF INTENT TO BID (MBE/WBE LETTER) According to the Current MBE/WBE Contract Compliance Program - 2002, all MBE/WBE Contractors interested in submitting subcontractor quotes on construction projects with goals, MUST submit a LETTER OF INTENT TO BID to the City of Waterloo Contract Compliance Officer at least seven (7) days prior to bid opening. The LETTER OF INTENT TO BID must list the specific items, which the MBE/WBE Contractor is interested in bidding. Letter should include the following: N ame of Project: FY 2023 Construction of a fiber to the premise feeder distribution Contract 1080 Your Company Name: Quanta Telecommunication Solutions LLC Address 3190 Highway 78 — Loganville, GA 30052 P hone: 470-415-7800 Date: April 25, 2023 List of Specific items to be bid: Item No. TBD Description: TBD Item No. Description: Item No. Description: Item No. Description: (Subcontractor's Company Name and authorized signature) Return this LETTER OF INTENT TO BID to: Contract Compliance Officer Community Development Board 620 Mulberry St. Carnegie Annex, Suite 202 Waterloo, IA 50703 P hone: (319) 291-4429 Form CCO-5 (06-20-2002) 15 14 12 OL W 00 V GI (1i .dam W Ni a"3 LABOR PRICING. All work includes traffic control plans, setup, maintenance and breakdown, compacted backfill, stormwater and erosion control setup, maintenance and breakdown, safety compliance and soft surface restoration. All cells shown in green shall be completed by the Contractor. All other cells are protected in this form. rt fD V W Q1 Directional Bore (1) 1" and (1) 2" and (2) 1.25" - Directional Bore (1) 1" and (1) 2" and (0) 1.25" 1 Directional Bore (1) 1" and (0) 2" and (4) 1.25" - Directional Bore (1) 1" and (0) 2" and (3) 1.25" I 2,9 Directional Bore (1) 1" and (0) 2" and (2) 1.25" 1 Directional Bore (2) 1" and (2) 2" and (3) 1.25" - Directional Bore (1) 1" and (0) 2" and (0) 1.25" 1 Directional Bore (0) 1" and (4) 2" and (0) 1.25" 29 'Directional Bore (0) 1" and (3) 2" and (0) 1.25" 31i Directional Bore (0) 1" and (2) 2" and (3) 1.25" 49 Directional Bore (0) 1" and (2) 2" and (2) 1.25" - Directional Bore (0) 1" and (2) 2" and (0) 1.25" 21 Directional Bore (0) 1" and (1) 2" and (3) 1.25" - Directional Bore (0) 1" and (1) 2" and (2) 1.25" I - Directional Bore (0) 1" and (1) 2" and (0) 1.25" 9 Directional Bore (0) 1" and (0) 2" and (3) 1.25" 3,574 LF Directional Bore (0) 1" and (0) 2" and (2) 1.25" 26 LF UNDERGROUND - BURIED v fn n -c _ '�. rt 0 Z Estimated U Quantity O V -1 ,P W p 00 V 0 LF LF I LF LF LF LF LF LF r LF r— 1- 1 r— 1- = -n 71 -n -n m m _. rt I Unit Price W . tin . W . O N . O al . W . O N . in O W . N . U1 O a . . O O O O O O O O O O O O O O O O {f} $ 1,348,321.00 {f} 44,130.00 1,963.00 {f} $ 23,366,760.00 {f} U7 {f} U7 00 $ 784.00 V} 285,532.00 {f} , {f} 1 $ 1,222,725.00 46,462.00 - UN O N O rt co ._.. O O O O O O J N 3 O O12131VM Ay/WWf1S NAild JN U1 00 U1 V U1 W U1 N U1 - � Ut 48 46 W MD W 00 W V W 35 34 W W W N W 0£ NJ N 23 1 22 21 1 20 18 'Directional Bore (1) 1 " and (1) 2" and (3) 1.25" O1 W Q1 N 01 CY1 l0 O CD 01 Sawcut, Remove and Replace Concrete 10" Thick UNDERGROUND - BURIED LABOR TOTAL Sawcut, Remove and Replace Asphalt 10" Thick }Sawcut, Remove and Replace Concrete 8" Thick Sawcut, Remove and Replace Asphalt 8" Thick Sawcut, Remove and Replace Asphalt 6" Thick Installation, Extra Large Vault 48" x 60" Installation, Large Vault 30" x 48" Installation, Vault 24" x 36" Installation, Small Vault, 17" x 30" Installation, Pedestal Installation, Underground Fiber Cable - Including Slack (All other fiber) Install 3.5" Dia PVC Round Marker Posts with Orange Dome Top with Test Station Install 3.5" Dia PVC Round Marker Posts with Orange Dome Top ( Install 5/8"x8' Copper Clad Ground Rod Install #12 AWG Insulated Tracer Wire Trench Rock Adder Bore Rock Adder Install Muletape in New Conduit Deep Bore - Water Crossing Bore 8" Casing (PVC) Bore 8" Casing (Steel) Bore 6" Casing (PVC) Bore 6" Casing (Steel) Directional Bore (2) 1" and (1) 2" and (0) 1.25" Directional Bore (0) 1" and (0) 2" and (4) 1.25" Directional Bore (2) 1 " and (0) 2" and (0) 1.25" Directional Bore (1) 1" and (2) 2" and (3) 1.25" Directional Bore (1) 1" and (2) 2" and (0) 1.25" Replace Concrete 6" Thick 13,751 13,751 105 W 3,214,765 N 1,034 N I 1 N W 1 (xi 4,354 U7 U1 MD 1 58 i V 1 O V U7 V U7 V U1 01 .A N (11 0000 a O O V W01 U1 W ,A W -1 SqrFt SqrFt SqrFt SqrFt SqrFt EA LF LF LF LF LF LF LF LF LF LF EA D EA D m D D D -1 r r r m 71 71 71 T1 W .p . W W W Obi:, O N l0 W --1 $ 400.00 $ 300.00 $ 150.00 00 U1 . O --I U1 W U1 . W U1 . W N . l0 ,A U1 . .p 00 . .tom .A. U1 . $ 14.001 01 O -, w . O . 'A N O O O O O . O . . N U1 . . W O . W O . O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O {fi Aft -1 if► U1 W 0000 W O 44 l0 N $ 42,000.00 $ 2,400.00 $ 478,050.00 $ 935.00 $ 697,860.00 $ 4,018,456.25 $ 103,250.001 -% W VI {f1 1 O IA VI N NUDONN U1 4% O in N in N U1 -to 00 vh 41 V Ul p 4f1 if1 -s 01 V u W a 01 N W 00 V l0 00 V a U1 p V W 00 10 01 0N0 ..a 01 (V11 Ui 01 -. 01 W V to 01 N lfl N O O O 01 p O O O O O O O O O O O O O O O O O O O O O O O O O O O O O rt m 178 -1 V Description 1-- BE' ble ble oo A rn rtul m V N O C -1 CO N CU -. m 3 `G• rt M C VI Aft 1 Unit Price O O °a In rn Ul {n W VT C1 00 N a al a 0 •a1 N rt W `- 0 0 l`d1O12i O8t/l SD17£9 `LV L `£V 163 Ch al .P N 1.1 2" Building Riser with LB - Up to 101 GENERAL LABOR TOTAL 4" Core Bore GENERAL ing IT) i 1 1 I I - m D EA r -r� i I 1 1 146 CD 00 O Install 7ft Rack for patch panels PATCH PANELS AND CABINETS LABOR TOTAL Install Wall Mount Fiber Enclosure Install rack mounted patch panel (Any Size) and tails Install Pad mounted FDH Splitter Cabinet + Site prep and Prefab Vault PATCH PANELS ANDtCABIN 1 1 1 W EA m EA iI• A V al C O . 1 o o V l a O O O O O _s 134 EEL 0£L W CO W -1 ...A N V SPLICING LABOR Tn Testing, OTDR, Bi-Directional, Power Meter Testing Testing, OTDR, Uni-Directional, Power Meter Testing Splicing Fusion, Single fiber Pigtail at panel Splicing, Fusion, Single Fiber Install New Splice Case & Prep Cable SPLICING -A 5,040 W VD 5,040 cflIn W [I7 W N -a N V -a W N C31 .-A EA MMMM D D D D D $ 150.00 $ 8.00 $ 5.00 AA w 00'O L£ $ O 0 b O O $ 1,744,650.00 $ 6,507,710.00 a 00'0091LOZ $ W N lfl -1 10 lfl QC a O M ui Ol W N O Cl ID N a1 O O O O O O O O O O O N V N N Ul al Slack Basket for D-Gel Closure CLOSURES MATERIAL TOTAL D Size splice Tray FOSC 450 D Closure r 0 in 73 m W U1 N V W 01 N O 4 EA > > W W to $ 485.86 a1 O al O O $ 127,152.00 $ 2,122,943.92 $ 279,734.40 $ 1,716,057.52 N W ZZZ LZZ 220 N N •..] 215 209 N 207 N O 204 203 202 ,. -] to .1 lfl ^>ill to O to CO rn 00 V rn a1 8" Steel Casing 6" Steel Casing CO V)V)) 6l t L c , r c c C r C c FT R -I C U U < C r C C oic a C Vault, 24" x 36" (!1 5/8"x8' Copper Clad Ground Rod #12 AWG Solid Thhn Insulated Tracer Wire Mule Tape 2" HDPE Roll Conduit, Orange - SDR 11 UNDERGROUND . -,11 'p o_ -A co _ C Z. 0 rn 73 ci 73 O 0 E D m r- --I O --I D r 0 0) — 0 -o CO C rn .-A -A It, 30" x 48" - J X o Conduit, Orange - SDR 11 Q C O :-r - 0 -S CD D (Split Lid) 0A (D I (/) 0 n grange uo Z E - c = FE c < C U c o=c 1,038 4,354 1,038 2,065 3,187 N N Wp .p to N N a1 m V (WI1 O LP 6Oi N U7 .P W O . O al W 0W0 O U7 4s O W 'p to W O -1 -� .1 U'1 -] FT EA FT FT EA EA � W O O $ 40.53 .-a $ 4,308.00 N " a a 00 N ( N W O O O -5 ' In (!i O -, W l0 m Li O O W 01 .p - b O U1 N in N .p . W al -VI 14 VD N 14 to 11 V N N w 19- CO $ 13,535.52 {f} 00 W £S'£S£`L£L $ in (Li, N W W} N {f} W 4s V in p in N is -] in W {n V O $ 433,108.62 in •-I 1,271 N 00 V � W V W tyi V N a W W O O a1 W N U7 P w N to .A Ui .p -1 W O al to m CO O O Ui W O to Co W to O -] a .p U1 a1 V 01 V O O al 0o CO to P, U, N O al O .A CO ,A N O 0 a1 O 0 180 CO W 03 -] V to 288 CT Fiber Cable FIBER MATERIAL TOTAL 144 CT Fiber Cable 48 CT Fiber Cable ble NJ1 ( 00 474,81 V 15,274 01 VD Ui N N U7 00 11 N 14 -4 $ 0.84 .p U1 --] N V/ W V O In to O ,A {h $ 457,147.30 {f} W 1,433,357.44 CA 00 Co oo N a) - W O 0 :4- :4- * : * TOTAL FIBER -TO -THE -PREMISE BID - DIVISION 1 MATERIAL TOTAL u} $ 16,583,076.45 LA (D V O V O (D O i N CO Ni 00 01 285 284 278 LLZ 273 272 NEMA Enclosure PATCH PANELS AND CABINETS MATERIAL TOTAL 7ft Rack for patch panels Wall Mount Fiber Enclosure X W N U) H PANELS AND CABINETallIMINIMMIPMEN nlitter r-r r-r M k mount panel I Splitter Cabinet I Splitter Cabinet 1 I 1 1 145 _s O7 6ZL EA -- m > EA EA m > rn > rn > m > N NJ Cll W 4A a a $ 12,880.00 lfl 0W1 O o lift al � W CI . 00 01 -IA i -VI 1 -En 1 Ali 1 $ 337,1 $ 944.00 if1 Ol .P .p' O O $ 1,268,844.00I O O 15 Directional Bore (1) 1" and (0) 2" and (4) 1.25" 14 Directional Bore (1) 1" and (0) 2" and (3) 1.25" 12 Directional Bore (2) 1" and (2) 2" and (3) 1.25" W 00 V al U1 .P W N " LABOR PRICING. All work includes traffic control plans, setup, maintenance and breakdown, compacted backfill, stormwater and erosion control setup, maintenance and breakdown, safety compliance and soft surface restoration. All cells shown in green shall be completed by the Contractor. All other cells are protected in this form. rt (D V W —A al O 3 .�, Directional Bore (1) 1" and (1) 2" and (2) 1.25" Directional Bore (1) 1" and (1) 2" and (0) 1.25" Directional Bore (1) 1 " and (0) 2" and (2) 1.25" Directional Bore (1) 1" and (0) 2" and (0) 1.25" Directional Bore (0) 1" and (4) 2" and (0) 1.25" Directional Bore (0) 1" and (3) 2" and (0) 1.25" Directional Bore (0) 1" and (2) 2" and (3) 1.25" Directional Bore (0) 1" and (2) 2" and (2) 1.25" Directional Bore (0) 1" and (2) 2" and (0) 1.25" Directional Bore (0) 1 " and (1) 2" and (3) 1.25" Directional Bore (0) 1" and (1) 2" and (2) 1.25" Directional Bore (0) 1 " and (1) 2" and (0) 1.25" Directional Bore (0) 1" and (0) 2" and (3) 1.25" Directional Bore (0) 1" and (0) 2" and (2) 1.25" UNDERGROUND - BURIED v m n -t .a rt m lfl 626 26 26 1,262 3,958 W Estimated Quantity UJ V V io N P N 00 -1 u-i O 00 CO V (0 CDl0 a1 W U1 d> LF LF LF LF LF LF LF LF LF C r r r r r- I-- -n r -n -n 71 -n -n -n 71 -1 Aft $ 16.50 $ 15.00 Aft Aft Aft -0 % Aft s Aft ns {f1 — {f1 _a 0- Unit Price -.% Ol . U1 _] W . ..a V . U1 O -A _ .A . �A . W . U1 W . O N . U1 Q1 . U1 Ol . O O O O 0 O O O O O O O O 1 $ 162,162.00 Aft if1 ff1 N $ 1,483,287.00 $ 455.00 (f1 -0 if1 -f1 N 007 L17'SS $ ij 1CDU1 $ 132,384.00 0 N 0 {fi $ 2,248,727.00 Aft — Ul -.% O W U1 lo -a N W W •00 V O 0 N UD CB 00 V N l0 ,I O t. O• NJ • •UD r DJ O O O O O CD 00 O O O Fiber Backbone - Division 2 DN3 0012131VM Z m m X AIIVWWf15 NV1d DN 62 58 Ui V 53 U7 N Uy -I 50 a CO a W 'D 38 37 W 35 W 4 W W 32 W -A 30 N to N CO N W 22 N -1 N 18 W a1 O -, kO al M O -1 Sawcut, Remove and Replace Concrete 10" Thick UNDERGROUND - BURIED LABOR TOTAL Sawcut, Remove and Replace Concrete 8" Thick Sawcut, Remove and Replace Asphalt'8" Thick Sawcut, Remove and Replace Asphalt 6" Thick Installation, Extra Large Vault 48" x 60" Installation, Vault 24" x 36" Installation, Small Vault, 17" x 30" Installation, Pedestal Installation, Underground Fiber Cable - Including Slack (All other fiber) Install 3.5" Dia PVC Round Marker Posts with Orange Dome Top with Test Station Install 3.5" Dia PVC Round Marker Posts with Orange Dome Top Install 5/8"x8' Copper Clad Ground Rod Install #12 AWG Insulated Tracer Wire Trench Rock Adder Bore Rock Adder Deep Bore - Water Crossing Bore 8" Casing (PVC) Bore 8" Casing (Steel) Bore 6" Casing (PVC) Bore 6" Casing (Steel) Directional Bore (0) 1" and (0) 2" and (4) 1.25" Directional Bore (2) 1" and (0) 2" and (0) 1.25" Directional Bore (1) 1 " and (2) 2" and (3) 1.25" Directional Bore (1) 1" and (2) 2" and (0) 1.25" Directional Bore (1) 1" and (1) 2" and (3) 1.25" 0 P- Muletape in New Conduit _ O D W CO O CD N W D Q 3" x 48" N W D 0- 0 N Ui hick ick .a - L `L "N04 45 1 227 272 U7 I I 2,000 N Ni N I OE 1 W CO lfl 1 r 00 al V - N r a 00 O .1 W rW O � N N -VN alaWO V V V V V 6 V W SqrFt SqrFt SqrFt U7 V) SqrFt EA EA EA LF - LF I—m LF LF LF LF LF LF D rn D EA m D rn D I—m r I-- r r r .O .O -- -n -n -1 m -n - 1 m W -i W a . VI W 4f1 W W . O eft N lfl VT W - % $ 400.00 $ 300.00 $ 150.00 $ 85.00 4fl -1 $ 50.00 VT W U7 . O W U1 . 4f1 4A $ 180.00 .A 00 . .tom 00 . O VT a -VI .A tri . -1 0S"Ll. $ 00'L L $ w . O O O O . . . . N U7 . W . W O . O O O O O O O O O O O O O O O O O O O O O O O O 4% AA N _a N ON N IA N 00'0 LS'£ LZ $ I N W .P r co Eft N O bq N N IA " $ 37,800.00 $ 159,900.00 b% W r .ice 00 U71 ffT V $ 11,350.00 00'0081£Z $ 4.01 W VI -1 VI Off {l (J1 . p W al 4% W $ 845,856.00 $ 80.00 in ED in -1 -Eft $ 17,289.00 al N r al N r 4 4. .A 00 r ,�A� O M r W W O O O al r 00 id -, r to v r U7 N o r C0 r r lfl n m N in v C N v O O V 00 O o (n a1 -x 0 rn in O 0 W � -s '0 CD V CA o al O W •O •O1 O OOOO O O O O O O p O O O 0 0 0 O O O O 0 O 0 O O O 0 LLL I CD it -1 00 24 CT Fiber Cable 12 CT Fiber Cable ription R 223,657 1 timated uantity C $ 0.65 Unit I Ell v ' 0111 W V O U1 _I O 0) 00'£LS'P0V'£ 1. Cn aW N CI 4" Core Bore Pull fiber through building GENERAL .. GENERAL LABOR TOTAL bing (EMT) U1 W 353 00£'S£ 1. V U1 II D D .TI r in 00 U1 in V U1 -Eft CO Aft " ii U1 OOO O (moo 414 N if} W if} i/T ifs U1 N to U1 O W N W V Ul O O -' ko O _A ;p O -1 N O O u, O U1 O O O O O O O O 146 O ...I � ...I 0000 Install 7ft Rack for patch panels PATCH PANELS AND CABINETS LABOR TOTAL Install Wall Mount Fiber Enclosure Install rack mounted patch panel (Any Size) and tails PATCH PANELS AND CABINETS tter Cabinet + Site prep and Prefa, N d J V V > > EA > IA N U1 0 $ 175.00 V N Ul O O O O O $ 500.00 $ 75,725.00 VI $ 44,250.00 ift O io vi O 133 OEL W Oo a W V SPLICING LAB Testing, OTDR, Bi-Directional, Power Meter Testing Testing, OTDR, Uni-Directional, Power Meter Testing Splicing Fusion, Single fiber Pigtail at panel Splicing, Fusion, Single Fiber Install New Splice Case & Prep Cable SPLICING 17,386 294 • • to lo a aP m D EA EA EA - m > m > V! CO if1 a In W U1 4f1 W O O O O O O -VI lfl N kb v cn N O O An 1 {f} W 00 N {f} 1 VI in a IA l0 -a CO O 00 .1 O O O O OOO O O O O N W V N W 0 1 235 FOSC 450 D Closure n r O vi 70 m o lice Tray CLOSURES MATERIAL TOTAL N a U1 00 294 EA > > $ 36.00 $ 10 VI W l0 al O VI 0000 U1 00 al i t!} W 00 A 142.842.84 bo N Ni W ZZZ 221 220 219 N -s 215 209 208 N 206 204 N 202 (UNDERGROUND -1 l0 -� CO V ^1, W 0 O V W 00 al 0 18" Steel Casing 6" Steel Casing 00 = U0 01 _ &) 3.5" Dia PVC Round Marker Posts with Orange Dome Top, 8 ft. in length Vault, 24" x 36" 5/8"x8' Copper Clad Ground Rod #12 AWG Solid Thhn Insulated Tracer Wire Mule Tape 2" HDPE Roll Conduit, Orange - SDR 11 1.25" HDPE Roll Conduit, Orange - SDR 11 1" HDPE Roll Conduit, Orange - SDR 11 m Q R a, 2 a RI XI M 0 0 as C - -A Ct X W O " x 48" plit Lid) h Orange "Top 0 C a v E D m 7a D r —I 0 D r 1 274 274 17,622 274 227 'p' 272 a CO..1 V 1,803,033 ...1 el i A .4-* m --% - 000 Ni " V O Otri al al W inV FT FT EA EA EA EA FT FT I $ i D D `A > -H H -�.1 VI 00 l0 ill $ 20.74 $ 13.04 aN VI -% VI O ..) VI V} $ 00 . N VI Ul W . W VIV} -1, th 1. tJ1 O. al l0 00 . l0 0 al . W 0 0 0 O .01 .01 . W . s . . . . . 00 . (011 (011 -� O al N 0 N O .OP W 01 0 VI VI W al 01 CO N o V O Ni VI N tfi to UJ in W U1 V N tel W.a to tin tt} W W $ 1,086,296.64I tn. -s -0- -a VI CO In U7 A O in V U1 U1 l0 tf} .� $ 162,264.54 0 LI _.a lfl l0 M -x WU1 .4. N N ioo W 00 al CO W V V a (n U1 N CO 4s 01 V l0 rA U1 N V U1 U1 in 4s O co p .4. 00 l0 al a O al l0 a O O O O O ONO -1 N O al N W O O O o al al O 180 00 W CO -a 48 CT Fiber Cable 288 CT Fiber Cable 144 CT Fiber Cable 96 CT Fiber Cable to ' W VI i0 0o FT FT AA N C 0o 41r, N VI -5 U111 N in O tN I'm Na W to VI tt} N O $ 139,075.30 VI 1 CA LD O co -S al N l0 N N * * X- * TOTAL BACKBONE BID - DIVISION 2 MATERIAL TOTAL $ 19,929,340.48 Aft al In tv V 00 NCO V CON C31 285 284 278 277 V W 272 7ft Rack for patch panels Wall Mount Fiber Enclosure 432F Pad mounted FDH Splitter Cabinet X W N V) plitter 73 r-t rt (D -1 PATCH PANELS AND CABINETS MATERIAL TOTAL k mount panel Splitter Cabinet rs i W (J7 W Ni I I I 1 0 -, V V -A V V — -- - III I EA EA rn > EA rn > m > EA rn > 4/} $ 855.51 4n u1 01 u) a) in rn w o 0 1/) -1 if} ffi {A {n {ft (4 {f} V) I 0 .1 OO -s V — N .A al P W (J1 W CO O O CO N (J7 4 -5 O O O N -5 15 12 0L W00 �1 (I7 .[� W N LABOR PRICING. All work includes traffic control plans, setup, maintenance and breakdown, compacted backlit', stormwater and erosion control setup, maintenance and breakdown, safety compliance and soft surface restoration. All cells shown in green shall be completed by the Contractor. All other cells are protected in this form. rt (D �J Ol P W G1 3 -- 4t Directional Bore (1) 1" and (1) 2" and (2) 1.25" Directional Bore (1) 1" and (1) 2" and (0) 1.25" Directional Bore (1) 1" and (0) 2" and (4) 1.25" Directional Bore (1) 1" and (0) 2" and (3) 1.25" Directional Bore (1) 1" and (0) 2" and (2) 1.25" Directional Bore (2) 1" and (2) 2" and (3) 1.25" Directional Bore (1) 1" and (0) 2" and (0) 1.25" Directional Bore (0) 1" and (4) 2" and (0) 1.25" Directional Bore (0) 1" and (3) 2" and (0) 1.25" Directional Bore (0) 1" and (2) 2" and (3) 1.25" Directional Bore (0) 1" and (2) 2" and (2) 1.25" Directional Bore (0) 1" and (2) 2" and (0) 1.25" Directional Bore (0) 1" and (1) 2" and (3) 1.25" Directional Bore (0) 1" and (1) 2" and (2) 1.25" Directional Bore (0) 1" and (1) 2" and (0) 1.25" Directional Bore (0) 1" and (0) 2" and (3) 1.25" Directional Bore (0) 1" and (0) 2" and (2) 1.25" UNDERGROUND - BURIED Description 138,648 26 1,947,230 N W lfl 176,553 121,441 Estimated Quantity W co 00 00 00 . — Ul W 'p Ni ID Ql V 00 .A a) 00 V -A O LF LF LF LF LF LF LF C r r r r r r r r r r - rt 1,348,321 -A 2,079,720 1,485,250 ab1 Ul Ln N W W (n 00 W N 55,412 285,532 132,384 202,338 1,222,725 N N W 1,518,013 - C1 N 01 W -S I O 0 al al W O W N W io CU -� t.0 v 00 LO G1 N 01 Gn w N 0 01 Total Backbone and Fiber -to -the -Premise D N 3 0 012i 31VM Z m m )121VWWf1S NV1d DN n • a 62 58 U1 V 53 zs 51 50 a W lD W 00 I 37 W 01 33 W N W -1 W N lD 28 23 N N 21 1 N C. -1 18 Ol W 01 01 .A 00 lD O 01 O -A UNDERGROUND - BURIED LABOR TOTAL Sawcut, Remove and Replace Concrete 8" Thick Sawcut, Remove and Replace Asphalt 8" Thick Sawcut, Remove and Replace Concrete 6" Thick Sawcut, Remove and Replace Asphalt 6" Thick Installation, Vault 24" x 36" Installation, Pedestal Installation, Underground Fiber Cable - Including Slack (All other fiber) Install 3.5" Dia PVC Round Marker Posts with Orange Dome Top with Test Station Install 5/8"x8' Copper Clad Ground Rod Install #12 AWG Insulated Tracer Wire Install Muletape in New Conduit Deep Bore - Water Crossing Bore 8" Casing (PVC) Bore 8" Casing (Steel) Bore 6" Casing (PVC) Bore 6" Casing (Steel) Directional Bore (2) 1" and (1) 2" and (0) 1.25" Directional Bore (0) 1" and (0) 2" and (4) 1.25" Directional Bore (2) 1" and (0) 2" and (0) 1.25" Directional Bore (1) 1 " and (2) 2" and (3) 1.25" Directional Bore (1) 1" and (2) 2" and (0) 1.25" Directional Bore (1) 1" and (1) 2" and (3) 1.25" rt Qj QJ rt 0 V) D 0) a) c t30"x48" r=r J X w t 48" x 60" O Cs wiui Vrange uul lick N N N 20,868 N NNJ 150 A Ul W N W N 400 - ui N w N 4,151,524 N •! �! �! lD OEL 85 W win co p 4 a1 V W WO 00 00 00 00 00 00 aW . 00 O w ink V 00 0000 0000 0000 N �! 01 0 O w V al --1 ,� O SqrFt SqrFt SqrFt SqrFt n SqrFt EA m > EA EA LF FT LF LF LF LF m > EA EA r- m D r "Tl r r r '-T1 r I— r "T 71 m m m m Tl 1 rt c,) 00 w w W l m O vi V 01 Ni 60,000 637,950 4,420 4,781,421 -.1 N .P 4 U1 V -s V 00 1,245,457 360,000 321 1, 054, 848 280 SLE co N 01 754 01 17,289 O1 a 01 ID 01 0o CO 01 01 a 01 W -1 O O lD U1 -s .A V 00 a 01 01 W 0 Co al 00 01 w V .A 1!1 -s N O W w U1 -1 U1 -s -s lD O 01 .4 a m a V N U1 O O Ol O O co N 03 N CO 0 0 0 0 0 O LLL 00 O b..1 w V 00 96 CT Fiber Cable 48 CT Fiber Cable 24 CT Fiber Cable 12 CT Fiber Cable ption a 474,860 Co Ul N Estimated Quantity 18,276 -.a 00 FT C = —i -m1 —i U7 5 N W 398,882 U7 N iv 368,224 o O rt lfl SVLOZ`ZSS'9S C1 W m N c m ...% .p GENERAL LABOR TOTAL 4" Core Bore GENERAL ling W W W 353 W U7 W Cn Ul O O ni D r ifi Ul O p 0 132,375 Ni rp O O N 0 U1 Ul 0 J — _s m O .1 tD 00 Install Wall Mount Fiber Enclosure Install rack mounted patch panel (Any Size) and tails Install Pad mounted FDH Splitter Cabinet + Site prep and Prefab Vault [Wets ETS PATCH PANELS AND CABINETS LABOR TOTAL N 177 136 V EA m D m D m D UUi v N U1 U1 O O p O W O 1.0 V U1 44,250 476,1 1 133 COW .Wp, O V Prep cable in PED for NAP SPLICING LABOR TOTAL Testing, OTDR, Bi-Directional, Power Meter Testing Testing, OTDR, Uni-Directional, Power Meter Testing Splicing, Fusion, Single Fiber Install New Splice Case & Prep Cable W l� lfl W Po O ' 4=h LC) N N O\ EA EA EA EA m > EA a v w v"..,1 V N O 0 78,672 393,360 3,838,170 1,186,060 -k -a a ` 3 ` M IP 0 0 1 1 N V 236 SEZ D Size splice Tray FOSC 450 D Closure nj CY En' C m vij CLOSURES MATERIAL TOTAL .03 W N m 7,652 W N al > > 1 $ 2,29• O UJ i 1,858,900 W N W 222 LZZ N O N N SLZ 209 208 N O V 206 204 203 N O N -% -a lD m -1 lD �! to Co ...1...1 to ..a al -o (0 Q 8" Steel Casing 6" Steel Casing 00 LLU0S„9 Extra Large Vault 48" x 60" (Split Lid) Large Vault, 30" x 48" Vault, 24" x 36" 5/8"x8' Copper Clad Ground Rod c Z v rn X c) 0 C Z 0 E D rn 73 D r -1 -1 r IDPE Roll Conduit, Orange - SDR 11 IDPE Roll Conduit, Orange - SDR 11 0 co E DPE Roll Conduit, Orange - SDR 11 pe cf v X W O D Tracer Wire Dome To, lat", 8 ft. in length with sl -A- N , N W N Q , V W 150 4,253 N N m" ul, .a. W 1,514,154 N W V N ,-.1 p ...1, Us 0 m , , Us , -� iD mUs s W p :, U7 a N N N O O ,., EA EA EA FT D > D > D w N 03 00 M W N al al Ni a1 cn W V w 455,782 1 N 00 N - m cn N W al O a W W lD V W W V 38,756 a 1 508,703 1,438,854 -A N ur Ll M ..1 al 00 0 b'.a al W W W 0�o '� 0 0 .N.% 00 cn tD W * * * * * * TOTAL BID MATERIAL TOTAL ift $ 23,107,843.93 . rn CT) 0 . 0 U, 00 N 00 V 286 285 284 278 277 273 272 NEMA Enclosure PATCH PANELS AND CABINETS MATERIAL TOTAL Wall Mount Fiber Enclosure 288F Pad mounted FDH Splitter Cabinet X W Ni Titter CD Is litter Cabinet W (n W Ni LLL U1 V V _s a 0i N LO -a EA EA EA m > m > m > EA m > 404,538 $ 3,335,607.28 -s 1,1 W W V -a 944 CA a a 1,268,844 o o V -a CO N V W 0 -a -.% 0