Loading...
HomeMy WebLinkAboutITG Communications, LLC'71� � J o H to) sa • • es a n Vi3/4 1%* ate w� � 3 iv %.% ? t• • 41.74 > t -7: 'O 3 C,)% ti r 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 TX , a Partnership consisting of the following partners: Private equity Majority Owned , 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 OF A FIBER -TO -THE -PREMISE FEEDER/DISTRIBUTION AND BACKBONE NETWORK PROJECT CONTRACT NO, 1080 Description Total Cost DIVISION 1 WORK - FTTP DIVISION 1 total price DIVISION 2 WORK - Backbone (subject to removal based on federal funding decision) DIVISION 2 total price Contract Sum (DIVISION 1 + DIVISION 2) $45,270,998.83 $60,278,003,96 $17,262,276.12 $23,136,104.95 $83,414,108.91 1. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 2. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. The undersigned agrees to execute and deliver an agreement in the FORM OF BID CONRACT NO. 1080 Page 1 of 3 prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature and start work within five (5) days after "Notice to Proceed" is issued. 3. Security in the sum of Dollars ($ ) 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: Addendum No. 1 9. Addendum No. Item 9, Page 3 of 5 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: Kevin Killets COO 4-27-2023 (Name of Bidder) (Title) (Date) Official Address: (Including Zip Code): 152 Molly Walton Dr Hendersonville TN 37075 I.R.S. No. FORM OF E3ID CONRACT NO. 1080 Page 3 of 3 WATERLOO ENGINEERING PLAN SUMMARY Fber-To-The-Premise - Dir;sion 1 .BOR PRICING. All work includes traffic control plans. setup, maintenance and breakdown. compacted backtill, stormwater and erosion control setup, enance 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. Description Estimated Quantity Unit Unit Price Total UNDERGROUND -BURIED Directional Bore (0) 1' and (0) 2' and (2) 1 25' 26 LF $ 13.75 $ 357.50 Directional Bore (0) 1' and (0) 2' and (3) 1 25' 3,574 LF $ 15.85 $ 56,647.90 D:rc<lional Bore (0) 1' and (1) 2' and (0) 1 25' 97,818 LF $ 11.95 $ 1,168,925.10 Directional Bore (0) 1' and (1) 2' and (2) 1 25' - LF $ 15.85 5 - D:rectional Bore (0) 1' and (1) 2' and (3) 1 25' - LF $ 18.15 $ - O:rectional Bore (0) 1' and (2) 2' and (0) 1 25' 21,964 LF $ 13.75 $ 302,005.00 Directional Bore (0) 1' and (2) 2' and (2) 1 25' - LF $ 18.15 $ - D:rectional Bore (0) 1' and (2) 2' and (3) 1 25' 49 LF $ 20.25 $ 992.25 D:rectional Bore (0) 1' and (3) 2' and (0) 1.25' 3,687 LF $ 15.85 $ 58,438.95 °sectional Bore (0) 1' and (4) 2' and (0) 1 25' 297 LF $ 18.15 $ 5,390.55 Directional Bore (1) 1' and (0) 2' and (0) 1 25' 1,947,230 LF $ 11.95 $ 23,269,398.50 Directional Bore (2) 1' and (2) 2' and (3) 1 25' - LF $ 28.50 $ - D:rectional Bore (1) 1' and (0) 2' and (2) 1 25' 151 LF $ 15.85 $ 2,393.35 Directional Bore (1) 1' and (0) 2' and (3) 1 25' 2,942 LF $ 18.15 $ 53,397.30 Directional Bore (1) 1' and (0) 2' and (4) 1.25' - LF $ 20.25 S - D:rectional Bore (1) 1' and (1) 2' and (0) 1 25' 103,717 LF $ 13.75 $ 1,426,108.75 Directional Bore (1) 1' and (1) 2' and (2) 1 25' - LF $ 18.15 $ - D-rectional Bore (1) 1' and (1) 2' and (3) 1 25' - LF $ 20.25 $ - D:rectional Bore (1) 1' and (2) 2' and (0) 1 25' 4,741 LF $ 15.85 $ 75,144.85 Directional Bore (1) 1' and (2) 2' and (3) 1 25' - LF $ 26.25 S - D:rectional Bore (2) 1' and (0) 2' and (0) 1 25' 58 LF $ 13.75 $ 797.50 Directional Bore (0) 1' ar,d (0) 2' and (4) 1 25' - LF $ 20.25 $ - D:rectional Bore (2) 1' and (1) 2' and (0) 1 25' 59 LF $ 15.85 S 935.15 Bore 6' Casing (Steel) 5 LF $ 62.00 $ 310.00 Bore 6' Cas°ng (PVC) 5 LF $ 39.00 $ 195.00 Bore 8' Cas ng (Steel) 4,354 LF $ 73.00 $ 317,842.00 Bore 8' Cas•ng (PVC) 5 LF $ 39.00 $ 195.00 Deep Bore - Water Crossing - LF $ 61.50 $ - Install l,!u!etape in New Condu't 2,348,491 FT $ 1.05 $ 2,465,915.55 Bore Rock Adder - LF $ 48.75 $ - Trench Rock Adder - LF $ 32.25 S - Install 412 AVIG Insulated Tracer Wire 2,062,543 LF $ 0.16 $ 330,006.88 Install 5`8'x8' Copper Clad Ground Rod 1,034 EA $ 52.00 $ 53,768.00 Install 3 5' Dia PVC Round Marker Posts v,:th Orange Dome Top 6,193 EA $ 25.00 $ 154,825.00 Install 3 5' Dia PVC Round Marker Posts v,ith Orange Dome Top v,dh Test Station 2,065 EA $ 65.00 $ 134.225.00 Installation. Underground Fber Cable - Includ ng Slack (A'I other fiber) 3,214,765 LF $ 1.35 S 4,339,932.75 Installation, Pedestal 11,631 EA $ 85.00 $ 988,635.00 Installation. Small Vault, 17' x 30' 11 EA $ 225.00 $ 2,475.00 Insta"ation, Vault 24' x36' 3,187 EA S 300.00 $ 956,100.00 Installation, Large Vault SO' x 48' 8 EA $ 525.00 $ 4,200.00 Insta'I3t on, Extra Large Vault 48' x 60' 105 EA $ 675.00 $ 70,875.00 Sa,cut. Remove and Replace Asphalt 6' Th'ck 13,751 SqrFt $ 37.00 $ 508,799.33 Sa;,cut, Remove and Replace Concrete 6' Th'ck 13,751 SqrFt $ 42.00 $ 577,556.00 Sa, cut, Remove and Replace Asphalt 8' Th'ck 13,751 SqrFt $ 39.00 $ 536,302.00 Sa:,cut. Remove and Replace Concrete 8' Th'ck 13,751 SqrFt $ 43.00 $ 591,307.33 Sav,cut. Remove and Replace Asphat 10' Th'ck 13,751 SgrFt $ 39.00 $ 536,302.00 Sav,cut. Remove and Replace Concrete 10' Th'ck 13,751 SgrFt $ 43.00 $ 591,307.33 $ 39,582,006.83 UNDERGROUND - BURIED LABOR TOTAL SPLICING Install New SpFce Case & Prep Cable 3,532 EA S 325.00 S 1,147,900.00 Sp'.-c ng, Fusion. S ng'e Fiber 92,276 EA $ 35.00 S 3,229,660.00 Sp' c ing Fusion. S ng'e 1 ber Pigta.I at panel 5.040 EA $ 35.00 $ 176,400.00 Testing. OTDR. Uni-Directional, Po,,er Meter Testing 39,312 EA $ 1.00 $ 39,312.00 Testing. OTOR, B:-Directional, Poorer Meter Testing 5,040 EA $ 1.25 $ 6,300.00 Prep cable in PEO for NAP SPLICING LABOR TOTAL 11,631 EA $ 20.00 $ 232,620.00 $ 4,832,192.00 PATCH PANELS AND CABINETS Install Pad mounted FDH Sp .tter Cab:net 4. ate prep and Prefab Vault 136 EA $ 6,300.00 $ 856,800.00 Install rack mounted patch panel (Any Size) and to -I; - EA $ 335.00 $ - Install Wa'I Mount Fiber Enclosure - EA $ 1,600.00 S - Install 7ft Rack for patch pane's - EA $ 2,350.00 S - PATCH PANELS AND CABINETS LABOR TOTAL 1 $ 856,600.00 GENERAL Pu'I Tiber through bu''d ng - FT $ 2.15 5 - Install 2' Elcctrlc Metal Tubing (EMT) - LF S 7.32 $ - 4' Core Bore - EA $ 225.00 $ - 2' Bwtd n • Riser vnth LB - Up to 10' - EA $ 112.00 $ - GENERALLABORTOTAL $ - LABOR TOTAL S 45,270.998.83 Description Estimate Quantity Unit Unit Price Total FIBER 12 CT Fiber Cable 818,276 FT $ 0,52 $ 425,503.52 24 CT Fber Cable 672,064 FT $ 0.58 $ 389,797.12 48 CT Fiber Cable 474,860 FT $ 0.69 $ 327,653.40 96 CT Fiber Cable 315,274 FT $ 1.02 $ 321,579.48 144 CT Fiber Cable 676,112 FT $ 1.35 $ 912,751.20 288 CT Fber Cable FIBER MATERIAL TOTAL 258,195 FT $ 2.27 $ 586,102.65 $ 2,963,387.37 UNDERGROUND 1' HOPE Ro'I Candy t, Orange - SCR 11 2,059,015 F T $ 0A7 S 967,737.05 1 25' HOPE Ro'l Condv.t, Orange -SDR 11 20,049 FT $ 0.60 S 12,029.40 2' HOPE Rog Condv 1, Orange - SDR 11 267,351 FT $ 1.19 S 318,147.69 M,!u'e Tape 2,348,491 FT $ 0.08 $ 187,879.28 x 12 A\VG So'd Thhn Insulated Tracer Wire 2,062,543 F T $ 0.16 $ 330,006.88 5.8'x3' Copper Clad Ground Rod 1,034 EA $ 9.22 S 9,533.48 Sma'I Vaut 17' x 30' 11 EA $ 412.63 $ 4,538.93 Valli. 24' x 36' 3,187 EA $ 715.69 $ 2,280,904.03 Large Vau't, 30' x 48' 8 EA $ 1,097.28 $ 8,778.24 Ex ra Large Vav't 48' x 60' (Sp',t Lid) 105 EA $ 2,312.30 S 242,791.50 3 5' Dia PVC Round .4arker Posts with Orange Dome Top 8 ft in tength 6,193 EA $ 17.68 S 109,492.24 3 5' Dia PVC Round Locale Posts v.;th Orange 'Top Hat', 8 ft. in length w,.th shorting straps 2,065 EA $ 33.65 S 69,487.25 6' SOR 11 1,038 FT $ 11.92 S 12,372.96 8' SDR 11 4,354 FT $ 13.10 $ 57,037.40 6' Steel Casing 1,038 FT $ 58.35 S 60,567.30 8' Steel Casing 1,038 FT $ 83.26 $ 86,423.88 Poi 11,631 EA I $ 415.21 $ 4,829,307.51 • S 9,587,035.02 UNDERGROUND MATERIAL TOTAL CLOSURES FOSC 450 D Closure 3,532 EA $ 326.27 S 1,152,385.64 D S'ze spice Tray 7,064 EA $ 25.16 $ 177,730.24 Slack Basket for D-Gel Closure CLOSURES MATERIAL TOTAL 3,532 EA ' S 21.49 S 75,902.68 S 1,406,018.56 PATCH PANELS AND CABINETS 288F Pad mounted FDH Sp'iter Cabinet 129 EA $ 5.515.82 S 711,540.78 432F Pad mounted FDH Sp!ater Cabinet 5 EA $ 8,300.31 $ 41,501.55 1x32Sp' tter 1 EA $ 840.25 $ 840.25 1x64 Sp'tter 145 EA $ 2,046.08 $ 296,681.60 288 port rack mount panel - EA $ 5,690.33 $ - Wall Mount Fiber Enclosure - EA $ 6,464.49 S - 7ft Rack for patch pane's - EA $ 902.27 S - NEMA Enclosure - EA $ 498A6 S - PATCH PANELS AND CABINETS MATERIAL TOTAL $ 1,050,564.18 MATERIAL TOTAL TOTAL FIBER -TO -THE -PREMISE BID - DIVISION 1 WATERLOO ENGINEERING PLAN SUMMARY Fber Backbone - DMskn 2 LABOR PRICING. All work includes traffic control plans. setup. maintenance and breakdown. compacted backbit, 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. Item # Description Estimated Quantity Unit Unit Price Total UNDERGROUND -BURIED 1 Directional Bore (0) 1' and (0) 2' and (2) 1 25' 121.415 LF $ 13.75 S 1,669,456.25 2 Directional Bore (0) 1' and (0) 2' and (3) 1 25' 172,979 LF $ 15.85 $ 2,741,717.15 3 D:rcctional Bore (0) 1' and (1) 2' and (0) 1 25' - LF $ 11.95 $ - 4 Directional Bore (0) 1* and (1) 2' and (2) 1 25' 14,988 LF $ 15.85 S 237,559.80 5 Directional Bore (0) 1* and (1) 2' and (3) 1 25' 9,456 LF $ 18.15 $ 171,626.40 6 Directional Bore (0) 1' and (2) 2' and (0) 1 25' - LF $ 13.75 S - 7 Directional Bore (0) 1' and (2) 2' and (2) 1 25' 3,958 LF $ 18.15 S 71,837,70 8 Directional Bore (0) 1' and (2) 2' and (3) 1 25' 1,262 LF $ 20.25 $ 25,555.50 9 Directional Bore (0) 1' and (3) 2' and (0) 1 25' - LF $ 15.85 S - 10 Directional Bore (0) 1' and (4) 2' and (0) 1 25' 26 LF $ 18.15 S 471.90 11 Directional Bore (1) 1' and (0) 2' and (0) 1 25' - LF $ 11.95 $ - 12 Directional Bore (2) 1' and (2) 2' and (3) 1 25' 26 LF $ 28.50 $ 741.00 13 Directional Bore (1) 1' and (0) 2' and (2) 1 25' 114,099 LF $ 15.85 $ 1,808,469.15 14 Directional Bore (1) 1' and (0) 2' and (3) 1 25' 135,706 LF $ 18.15 $ 2,463,063.90 15 D:rectional Bora (1) 1' and (0) 2' and (4) 1 25' 626 LF $ 20.25 $ 12,676.50 16 Directional Bora (1) 1' and (1) 2' and (0) 1 25' - LF $ 13.75 S - 17 Directional Bora (1) 1' and (1) 2' and (2) 1 25' 9,828 LF $ 18.15 $ 178,378.20 18 Directional Bora (1) 1' and (1) 2' and (3) 1 25' 1,017 LF $ 20.25 $ 20,594.25 19 Directional Bore (1) 1' and (2) rand (0) 1 25' - LF S 15.85 $ - 20 Directional Bore (1) 1' and (2) 2* and (3) 1 25' 389 LF $ 26.25 $ 10,211.25 21 Directional Boro (2) 1' and (0) 2' and (0) 1 25' - LF $ 13.75 $ - 22 Directional Bore (0) 1' and (0) 2' and (4) 1 25' 130 LF $ 20.25 $ 2,632.50 23 Directional Boro (2) 1' and (1) 2' and (0) 1 25' - LF $ 15.85 $ - 28 Bore 6' Casing (Steel) 2 LF $ 62.00 $ 124,00 29 Bore 6' Casing (PVC) 2 LF $ 39.00 $ 78.00 30 Bore 8- Cas.ng (Steel) 17,622 LF $ 73.00 $ 1,286,406.00 31 Bore 8' Cas ng (PVC) 2 LF $ 39.00 $ 78.00 32 Deep Bore -Plater Crossing 2,000 LF $ 61.50 $ 123,000.00 33 Insta'I Mu'etape in New Condull 1,803,033 FT $ 1.05 $ 1,893,184.65 34 Bore Rcck Adder - LF $ 48.75 $ - 35 Trench Rock Adder - LF $ 32.25 $ - 36 Install 412 AWG Insulated Tracer Wire 542,497 IF $ 0.16 $ 86,799.52 37 Install 5'8'x8' Copper Clad Ground Rod 272 EA $ 52.00 $ 14,144.00 38 Insta'I 3 5' Dia PVC Round (darker Posts v,ah Orange Dome Top 680 EA $ 25.00 $ 17,000.00 39 Install 3 5' Dia PVC Round 1.larker Posts v,:th Orange Dome Top v.:th Teat Station 227 EA $ 65.00 $ 14,755.00 46 Installat on, Underground Fiber Cable - Includ ng Slack (A'I other fiber) 610,372 LF $ 1.35 $ 824,002.20 48 Insta93Gon, Pedestal - EA $ 85,00 S - 50 Insta'"at on, Small Vau't. 17' x 30' 41 EA $ 225.00 $ 9,225.00 51 Insta'lation, Vadt 24' x 36' 1,066 EA $ 300.00 $ 319,800.00 52 Insta'lation. Large Vault 30' x 48' 126 EA $ 525.00 $ 66,150.00 53 Installation, Extra Large Vault 48' x 60' 45 EA $ 675.00 $ 30,375.00 57 Sa„cut. Remove and Replace Aspha't 6' Thick 7,117 SqrFt $ 37.00 $ 263,316.67 58 Sav,cut. Remove and Replace Concrete 6' Thick 7,117 SqrFt $ 42.00 $ 298,900.00 60 Sa4cut. Remove and Replace Aspha't 8' Thick 7,117 SqrFt $ 39.00 $ 277,550.00 61 Sae,cul, Remove and Replace Concrete 8' Thick 7,117 SqrFt $ 43.00 $ 306,016.67 62 Sar,cut. Remove and Replace Aspha't 10' Thick 7,117 SgrF! $ 39.00 $ 277,550.00 63 S3r.cut. Remote and Replace Concrete 10' Thick UNDERGROUND - BURIED LABOR TOTAL 7,117 SqrFt $ 43.00 - $ 306,016.67 S 15,829.462.82 SPLICING 127 Insta'I New Sp!'ce Case 8 Prep Cabe 294 EA $ 325.00 $ 95,550.00 130 Sp!cing, Fusion, Singe Fiber 17,386 EA $ 35.00 $ 608,510.00 131 Sp! cing Fusion. Sing'e bber Pigtail at panel 4,794 EA $ 35.00 $ 167,790.00 133 Testing. OTDR. Uni-D:rectional, Poxer Meter Testing - EA $ 1.00 $ - 134 Testing OTDR. Bi•D:rectional, Pcner Meter Testing 4,794 EA $ 1.25 $ 5,992.50 138 Prep cable in PED for NAP - EA $ 20.00 $ - SPLICING LABOR TOTAL $ 877,842.50 PATCH PANELS ANO CABINETS 146 Install Pad mounted FOH Splstter Cabinet + Ste prep and Prefab Vault - EA $ 6,300.00 $ - 148 Install rack mounted patch panel (Any Size) and tails 177 EA $ 335.00 $ 59,295.00 149 Install Wall Mount Fiber Enclosure 177 EA $ 1,600.00 $ 283,200.00 150 Install ih Rack for palch panels 2 EA $ 2,350.00 $ 4,700.00 $ 347,195.00 PATCH PANELS AND CABINETS LABOR TOTAL GENERAL 161 Pu'I (ber through build ng 35.300 FT $ 2.15 $ 75,895.00 162 Insta'I 2' Electric Metal Tubing (EMT) 1,765 LF $ 7.32 S 12,919.80 163 4' Core Bore 353 EA $ 225.00 $ 79,425.00 164 ( 2' Butting Riser With L8 - Up to 10' GENERAL LABOR TOTAL 353 EA $ 112.00 $ 39,536.00 $ 207,775.60 LABOR TOTAL $ 17.262.276.12 Item a Descr p,cn Estimated Quantity Unit Unit Price Total FIBER 177 12 CT Fiber Cable - FT $ 0.41 $ - 178 24 CT Fber Cabe 223.657 FT $ 0.52 $ 116,301.64 179 48 CT Fber Cable - FT $ 0.58 $ - 180 96 CT F ber Cable 95,914 FT $ 0.93 $ 89,200.02 181 144 CT Fber Cable 19,841 FT $ 1.23 $ 24,404.43 183 288 CT Fber Cable 270,964 FT $ 2.12 S 574,443.68 $ 804.349.77 FIBER MATERIAL TOTAL UNDERGROUND 196 1' HDPE Roil Condu t, Orange — SUR 11 261,717 FT $ 0.47 S 123,006.99 197 1 25' HOPE Roll Condu t, Orange — SCR 11 1,494,105 FT $ 0.60 S 896,463.00 198 2' HOPE Ro'I Condu t, Orange — SDR 11 46,663 F T $ 1.19 S 55,528.97 202 Mute Tape 1,803,033 FT $ 0.08 S 144,242.64 203 412 AV/G So' d Thhn Insulated Tracer Wire 542,497 F T $ 0.16 S 86,799.52 204 5+8'x8' Copper Clad Ground Rod 272 EA $ 9.22 S 2,507.84 206 Small Vau:t, 17' x 30' 41 EA $ 412.63 S 16,917.83 207 Vau:t, 24' x 36' 1,066 EA S 715.69 S 762,925.54 208 Large Vau't. 30' x 48' 126 EA S 1,097.28 S 138,257.28 209 Extra Large Vau't 48' x 60' (Sp'( Lid) 45 EA $ 2.312.30 S 104,053.50 215 3 5' Dia PVC Round Marker Posts v,.th Orange Dome Top. 8 tt in length 680 EA $ 17.68 $ 12,022.40 216 3 5' aa PVC Round Locate Posts v.,th Orange 'Top Fiat', 8 ftin length v, th short:ng straps 227 EA $ 33.65 S 7,638.55 219 6' SDR 11 274 FT $ 11.92 S 3,266.08 220 8' SCR 11 17,622 FT $ 13.10 $ 230,848,20 221 6' Steel Cas'ng 274 FT $ 58.35 S 15,987.90 222 8' Steel Cas'ng 274 FT $ 83.26 S 22,813.24 223 Ped - EA $ 415.21 S - UNDERGROUND MATERIAL TOTAL 1 $ 2,623,279.48 CLOSURES 235 FOSC 450 D Closure 294 EA $ 326.27 S 95,923.38 236 0 S'ze sp' ce Tray 588 EA $ 25.16 S 14,794.08 237 Slack Basket for D-Gel Closure 294 EA $ 21.49 $ 6,318.06 CLOSURES MATERIAL TOTAL; $ 117,035.52 PATCH PANELS AND CABINETS 272 288F Pad mounted FCH Spitler Cabinet - EA $ 5,515.82 S - 273 432F Pad mounted FDH Spatter Cab -net - EA $ 8,300.31 S - 277 1x32 Sp'tter - EA $ 840.25 S - 278 1x64 Sp'.tter - EA S 2,046.08 $ - 284 288 port rack mount panel 177 EA $ 5,690.33 S 1,007,188.41 285 Wall Mount Fiber Enclosure 177 EA $ 6,464.49 S 1,144,214.73 286 71t Rack for patch panels 2 EA $ 902.27 S 1,804.54 287 NEF,4A Enclosure 353 EA $ 498.46 $ 175,956.38 $ 2,329,164.06 PATCH PANELS AND CABINETS MATERIAL TOTAL ••' MATERIAL TOTAL S 5.873.828.83 '•• TOTAL BACKBONE BID - DIVISION 2 S 23,136,104.95 WATERLOO ENGINEERING PLAN SUMMARY Tc+al Ba_.bone and Fber-brie-Premse LABOR PRICING. All work includes traffic control plans. setup. maintenance and breakdown, compacted backbit. 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. Item 11 Description Estimated Quantity Unit Total UNDERGROUND -BURIED 1 Directional Bore (0) 1' and (0) 2' and (2) 1.25' 121,441 LF 1,669,814 2 Directional Bore (0) 1' and (0) 2' and (3) 125' 176,553 LF 2,798,365 3 Directional Bore (0) 1' and (1) 2' and (0) 125' 97,818 LF 1,168,925 4 Directional Bore (0) 1' and (1) 2' and (2) 1 25' 14,988 LF 237,560 5 Directional Bore (0) 1' and (1) 2' and (3) 1 25' 9,456 LF 171,626 6 Directional Bore (0) 1' and (2) 2' and (0) 1 25' 21,964 LF 302,005 7 Directional Bore (0) 1' and (2) 2' and (2) 1 25' 3,958 LF 71,838 8 Directional Bore (0) 1' and (2) 2' and (3) 1.25' 1,311 LF 26,548 9 Directional Bore (0) 1' and (3) 2' and (0) 1.25' 3,687 LF 58,439 10 Directional Bore (0) 1' and (4) 2' and (0) 1.25' 323 LF 5,862 11 Directional Bore (1) 1' and (0) 2' and (0) 125' 1,947,230 LF 23,269,399 12 Directional Bore (2) 1' and (2) 2' and (3) 1 25' 26 LF 741 13 Directional Bore (1) 1' and (0) 2' and (2) 125' 114,250 LF 1,810,863 14 Directional Bore (1) 1' and (0) 2' and (3) 1 25' 138,648 LF 2,516,461 15 Directional Bore (1) 1' and (0) 2' and (4) 1 25' 626 LF 12,677 16 Directional Bore (1) 1' and (1) 2' and (0) 1.25' 103,717 LF 1,426,109 17 Directional Bore (1) 1' and (1) 2' and (2) 1.25' 9,828 LF 178,378 18 Directional Bore (1) 1' and (1) 2' and (3) 1.25' 1,017 LF 20,594 19 Directional Bore (1) 1' and (2) 2' and (0) 1.25' 4,741 LF 75,145 20 Directional Bore (1) 1' and (2) 2' and (3) 1.25' 389 LF 10,211 21 Directional Bore (2) 1' and (0) 2' and (0) 1.25' 58 LF 798 22 Directional Bore (0) 1' and (0) 2' and (4) 1.25' 130 LF 2,633 23 Directional Bore (2) 1' and (1) 2' and (0) 125' 59 LF 935 28 Bore 6' Casing (Steel) 7 LF 434 29 Bore 6' Casing (PVC) 7 LF 273 30 Bore 8' Casing (Steel) 21,976 LF 1,604,248 31 Bore 8' Casing (PVC) 7 LF 273 32 Deep Bore - Water Crossing 2,000 LF 123,000 33 Install Mu!etape in New Conduit 4,151,524 FT 4,359,100 36 Install 412 AWG Insulated Tracer Wire 2,605,040 LF 416,806 37 Install 51'x8' Copper Clad Ground Rod 1,306 EA 67,912 38 Install 3 5' Dia PVC Round Marker Posts with Orange Dome Tcp 6,873 EA 171,825 39 Install 3 5' Dia PVC Round Marker Posts with Orange Dome Top with Test Station 2,292 EA 148,980 46 Installation, Underground Fiber Cabe - Including Slack (All other fiber) 3.825,137 LE 5,163,935 48 Installation, Pedestal 11,631 EA 988,635 50 Insta'!atan, Small Vault, 17' x 30' 52 EA 11,700 51 Installation. Vault 24' x 36' 4,253 EA 1,275,900 52 Installation, Large Vault 30' x 48' 134 EA 70,350 53 Installation, Extra Large Vault 48' x 60' 150 EA 101,250 57 Sa cut, Remove and Replace Asphalt 6' Thick 20,868 SqrFt 772,116 58 Saecut, Remove and Replace Concrete 6' Thick 20,668 SqrFt 876,456 60 Sawcut, Remare and Replace Asphalt 8' Thick 20,868 SqrFt 813,852 61 Sawcut, Remove and Replace Concrete 8' Thick 20,868 SqrFt 897,324 62 Sar:cut. Remove and Replace Asphalt 10' Thick 20,868 SqrFt 813,852 63 Saz.cut, Remove and Replace Concrete 10' Thick 20,868 SgrFt 897,324 UNDERGROUND - BURIED LABOR TOTAL $ 55,411,469.65 SPLICING 127 Install New Splice Case & Prep Cable 3,826 EA 1,243,450 130 Splicing. Fusion. Sing'e Fiber 109,662 EA 3,838,170 131 Splicing Fusion, Single fiber Pigtail at panel 9,834 EA 344,190 133 Testing. OTDR. Uni•Directional, Poner Meter Testing 39,312 EA 39,312 134 Testing. OTOR. Bi•D:rectional, Power Meter Testing 9,834 EA 12,293 138 Prep cable in PED for NAP 11,631 EA 232,620 SPLICING LABOR TOTAL $ 5,710,034.50 PATCH PANELS AND CABINETS 146 Install Pad mounted FOH Sp!.tter Cabinet + Site prep and Prefab Vault 136 EA 856,800 148 Install rack mounted patch panel (Any Size) and tails 177 EA 59,295 149 Install Wail Mount Fiber Enclosure 177 EA 283,200 150 Install 7ft Rack for patch panels 2 EA 4,700 PATCH PANELS AND CABINETS LABOR TOTAL $ 1,203,995.03 GENERAL 161 Pu'I fiber through build ng 35,300 75,895 FT 162 Install 2' Electric Metal Tubing (EMT) 1,765 LF 12,920 163 4' Core Bore 353 EA 79,425 164 2' Building Riser with LB - Up to 10' 353 EA 39,536 GENERAL LABOR TOTAL $ 207,775.80 LABOR TOTAL $ 62,533,274.95 Item ft Description Estimated Quantity Unit Total FIBER 177 12 CT Fiber Cable 818,276 425,504 FT 178 24 CT Fiber Cable 895,721 FT 506,099 179 48 CT Fiber Cable 474,860 FT 327,653 180 96 CT Fiber Cable 411,188 410,780 FT 181 144 CT F.ber Cable 695,953 FT 937,156 183 288 CT Fiber Cable FIBER MATERIAL TOTAL 529.159 FT 1,160,546 $ 3.767,737.14 UNDERGROUND 196 1' HDPE Ro!I Condu.t. Orange - SDR 11 2,320,732 FT 1,090,744 197 1 25' HDPE Ro'l Condu 1. Orange - SDR 11 1,514,154 FT 908,492 198 2' HCPE Roll Condu t, Orange - SCR 11 314,014 FT 373,677 202 !.'u'e Tape 4,151,524 FT 332,122 203 412 AWG So' .1 Thhn Insulated Tracer Wire 2,605,040 FT 416,806 204 5'8'x3' Copper Clad Ground Rod 1,306 EA 12,041 206 Sm31I Vau't. 17' x 30' 52 EA 21,457 207 Vau:t. 24' x 36' 4.253 EA 3,043,830 208 Large Vau't, 30' x 48' 134 EA 147,036 209 Extra Large Vault 48' x 60' (Split Lid) 150 EA 346,845 215 3 5' Dia PVC Round Marker Posts v..th Orange Dome Tcp, 8 ftin length 6,873 EA 121,515 216 3 S' Di3 PVC Round Locate Posts v..th Orange 'Top Hat'. 8 ft. in length v,.th shorting straps 2,292 EA 77,126 219 6' SDR 11 1,312 FT 15,639 220 8' SDR 11 21.976 FT 287,886 221 6' Steel Casing 1,312 FT 76,555 222 8' Steel CaSng 1.312 FT 109,237 223 Ped 11.631 EA 4,829,308 '•UNDERGROUND MATERIAL TOTAL S 12,210,314.50 CLOSURES 235 FOSC 450 D Closure 3,826 EA 1,248,309 236 D Size sp!.ce Tray 7,652 EA 192,524 237 Slack Basket for D Gel Closure 3,826 EA 82,221 CLOSURES MATERIAL TOTAL $ 1,523,054.08 PATCH PANELS AND CABINETS 272 288F Pad mounted FDH Sp' tier Cab:net 129 EA 711,541 273 432F Pad mounted FDH Sp'.tter Cabinet 5 EA 41,502 277 1x32 Sp!.tter 1 EA 840 278 1x64 SpLlter 145 EA 296,682 284 288 port rack mount panel 177 EA 1,007,188 285 Vla'l Mount Fiber Enclosure 177 EA 1,144,215 286 7ft Rack for patch panels 2 EA 1,805 287 NEMA Enclosure 353 EA 175,956 PATCH PANELS AND CABINETS MATERIAL TOTAL. $ 3,379,728.24 ••• MATERIAL TOTAL S 20,880,833,96 ••• TOTAL BID S 83.414.108.91 BID ILOND KNOW ALL BY THESE PRESENTS: Sample Bid Bond Form That we, ITO Communications, LLC , as Principal, and Zurich American Insurance Company , as Surety, are held and firmly bound unto City of Waterloo, Iowa 8S Obligee, (hereinafter referred to as "the Jurisdiction"), in the penal sum of dollars ($ ), or s% 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, CON IRACT 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 FTI'P deployment. Fiber routes to be built by contractor and operated by the City and the Waterloo Telecommunications Utility will be utilized to intercomiect 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 I, 2023. (CONT. BID BOND) FY 2023 Construction of A Fiber -To -The -Premise Feeder/Distribution And Backbone Project Nan1C 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 Slack Hawk 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 Principal 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 Jurisdiction 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 26th day of April , 20 23 . By 1299 Zurich Way, 5th Floor SURETY: PRINCIPAL: Zurich American urance Company ITG Communications, LLC Simon P it b' Company ore Attorney-in-Fact/Officer �ri e ofAttomey-in-Fact/Officer Zurich American Insurance Company --Bidder By , ! . ignature et Printed Name cpo Company Name Title 152 Molly Walton Drive, Hendersonville, TN 37075 Company Address Address Schaumburg, IL 60196-1056 Hendersonville, TN 37075 City, State, Zip Code City, State, Zip Code (847) 605-6000 305 978 9095 Company Telephone Number Telephone Number NOTE: All signatures on this bid bond must be original signatures in ink; copies, facsimile, 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. CALIFORNIA ALL•PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On APR 2 6 2023 Date before me, D. Garcia, Notary Public Personally appeared Simone Gerhard Here insert Name and Title of the Officer Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the persons) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same In his/her/their authorized capaclty(ies),and that byhis/her/theirslgnature(s)on the Instrumenttheperson(s), or the entity upon behalf of which the person(s) acted, executed the Instrument. 2 v °r i •i. .', J:mot•N ....24$!„•• i .! >..t.T. 11. ty.`. .. .yl•f. A 7:21 Ri C ONO.,. •-, 4770 z N;,h4 i P0);ice a L•J An.;aies Cour/ Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph Is true an d correct. WITNESS my hand and officl • I seal. Signature OPTIONAL Signature of Notary Public Though this section is optional, completing this information con deter alteration of the document of fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document Document Date Number of Pages Signer(s) Other Than Named Above Capacity(ies) claimed by Signers) Signer's Name _ Corporate Officer —Titles) o Partner Limited f] General El Individual Q Attorney in Fact u Trustee Guardian or Conservator !Mother 1 Signer's Name ID Corporate Officer --Titles) Partner f Limited ]General Individual El Attorney in Fact ]Trustee 0 Guardian or Conservator El Other Slgneris Representing Signer Is Representing ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of Now York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D, Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the fly -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint B. ALEMAN, Ethan SPECTOR, Timothy NOONAN, Janina MONROE, Adriana VALENZIJELA, Jennifer OC1IS, Aldan SMOCK, Lisa CRAIL, Simone GERI-IARD, Erin BROWN, Paul RODRIGUEZ, Emily NEWELL, D. GARCIA, KD WAPATO, Marina TAPIA, Edward C. SPECTOR, Ethan SPECTOR of Los Angeles, California, its true and lawful agent and Attorney -in -Foot, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMBRICAN INSURANCE COMPANY at its office in New York, New York,, the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at Its office in Owings Mills, Maryland, and the regularly elected officets of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office In Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws ofsaid Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY A.ND DEPOSIT COMPANY OF MARYLAND, this 07th day of February A.D, 2022. `` iifgJt�a,;'Z. $ putuN,,,, �nt�Do,. oQRt, ` � 11 91141, oink% ems:, SEAL') °SeAL`n `'SEAL"' 4.,.• ,, inion'`. ''�!in,riiu "'� ''�q,ru„it��<<"°� ATTEST: ZURICH AMEIRICA.N INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D. Mw'ray Vice President By: Dawn E. Brown Secretary State of Maryland County of Baltimore On this 07th day of February. A.D. 2022, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert I). Murray, Vice President and Dawn E. Drawn, Secretary of the Companies, to inc personally known to be the Individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swam, deposeth and saith, that he/she Is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument aro the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY Vli IERJ0I1, I have hereunto set my hand and affixed my Official Seat the day and year first above written. • Constance A. Dunn, Notary Public My Commission Expires: July 9, 2023 Authenticity of this boiid can be confirmed at bondvalidatoraurichna.com or 410-559-8790 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact, The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointtnent or authority at any time." CERTIFICATE 1, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in Aill force and effect on the date ot'this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Comptuties is still in force. This Power of Attorney and Certificate may he signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Pourer or any certificate thereof hearing such facsimile signature and seat shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsirnile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed, IN TESTIMONY IHRI)Ft Ihigereunto subscribed my name and affixed the corporate seals of the said Companies, this day of € t1 O%use\ t se 1 4frv,ryr"oe 7149 loottwic By: Mary Jean Pethick Vice President TO REPORT A CLAIM WITI-I REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON TIIE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION'10: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 Ph: 800-626-4577 If your jurisdiction allows for electronic reporting of surety claims, please submit to; reportsfclaims©xuriehna.com Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-5594799 BIDDER STATUS FORM Signature: o To be completed by all bidders PART A Please answer "Yes" or "No" for each of the following: 40 Yes @ No 0Yes '0No 0 Yes ®No 0 Yes 0Yes 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 protect. 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. o To be completed by non-resident bidders City, State, Zip: PART C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor force preferences or any other type of preference to bidders or laborers? 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. Tennessee You may attach additional sheet(s) if needed. o To be completed by all bidders PART D 1 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: ITG ommnication LLC. 4-27-2023 Date: 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 0 Yes 0 Yes Yes 0 Yes Yes Yes 0 Yes Yes 0 Yes 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 lirnited 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) CITY AF W,,V#ITERLOI0 IOWA Community of Opp; (unity MBE/WBE BUSINESS ENTERPRISE PRE - BID CONTACT INFORMATION FORM Prime Contractor Name: ITG Communications , LLC Project: F.Y 2023Construction of a Fiber -To -The premise and Backbcting Date: 4/27/2023 NO MBE/WBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief explanation as to why subcontracting was not feasible with this project. If any MBE/WBE subcontractors will be used, please use the bottom portion of this form. Contractor Signature: Kevin Killets Title: _ COO Date: April 261 2023 SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the infor mation 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 ar e unable to identify MBEIWBE firms to perform portions of the work, please contact Rudy Jones, Contract 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 MI3I;/WI3E Contacted Dates Yes/No Contacted Dates Yes/No Dollar Amount be Subcontracted Proposed to Carter Electric 4/10/23 No 4/24/23 No Culpepper Electric 4Ll 4/10/23 0/23 No No DC Corporation 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/VVBE, 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 ud e : a. Not low bid. Copies of the competing bids may be required for verification. b. MBE/WBE 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. cl, Prime contractor self performs work. e. Any other reason relied an 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/WBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited. Form CCO-4A Rev, 07-08-02 NON-COi�LUSlON AFFIDAViT_OF PRIME BIDDEE State of \--"\Z b\-)P County ofV7)( *Cik\ D \(\ S that: ) ss: being first duly sworn, deposes and says �( 1. He is OwWe Partner, fficer Representative Agent) , of VA.C7 the Bidder that has subrriitfed the attache -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, e ployees, or parties in interest, including this affiant. (Signed coy Title Subscribed and sworn to before me this 7---� day of 1 ( 1 l WC/0 My commission expires Title k A t°19\ thatiettnatsextrip SHANNON CROSS 1. Notary Public • State of Florida '‘= Commission # GG 949147 oT i.' My Comm. Expires Apr 4, 2024 Bonded through National Notary Assn, prTh' W ' 20_13 NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR State of W \ VA - County of VA\NCI,‘\C-C\I'Vn \A Wok S UI ) ss: being first duly sworn, deposes and says that: 1. He is ((Owner Partner, ffice R resentativ , or Agent) , of fa--- hure Wafter referre -torts the 'Subeo tractor;" 2. He is fully informed respecting the preparation and contents of the subcontractor's proposal submitted by the subcontractor to \ t7 , contract pertaining to the c.\�1 0k $ck\MV-ti\.eY '(t ) NC 'ei`evii\S—C project in \ O0 fl 1 (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 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) nr,n Title Subscribed and sworn to before me this .),."-.01 day of Ps1) \ �� 7 2013 Wi\-ouft My commission expires Title ? \ .)JS)-9\ ��>AY..... SHANNON CROSS i.•�"r`c:k Notary Public • State of Florida 4Q•ti Commission # GG 949147 ..ofi f e My Comm, Expires Apr 4, 2024 Bonded through National Notary Assn, • •