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