Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Michels Power
• t a. 1775 E. Shady Lane Neenah, WI 54956 • Sealed Proposal Enclosed FTTP Feeder/Distribution and Backbone; 1080 City of Waterloo 715 Mulberry St Watei Ioo, IA 50703 Opening: April 27, 2023 2:00 p.m. CT e�al Express Envelope • 1 1 • I Extremely Urgent 00VWZ0003Z O't'td 01H 04171O —sir- Me tab 8b:L0 LE UdS ouncss1NMUI Visit ups.com® or call 1-800-PICK-UP! OEOI" 0VE to schedule a pickup or find a drop off ICI Domestic Shipments • To qualify for the Letter rate, UPS Express Envelopes f correspondence, urgent documents, and/or electronic weigh 8 oz. or less. UPS Express Envelopes containinE those listed or weighing more than 8 oz. will be billet International Shipments • The UPS Express Envelope may be used only for docurr, value. Certain countries consider electronic media as documents. Visit"'r'aaI ups.com/importexport to verify if your shipment is classified as a document. • To qualify for the Letter rate, the UPS Express Envelope must weigh 8 oz. or Tess. UPS Express Envelopes weighing more than 8 oz. will be billed by weight. Note: Express Envelopes are not recommended for shipments of electronic media containing sensitive personal information or breakable items. Do not send cash or cash equivalent. Window Envelope Use this envelope with shipping documents printed how a laser or inkjet printer on plain paper. $ 17966L039E9L!3Z1- £90L 61 Nl �S NM ard COLON VI 00183.LVM 1S Ay11391i1W GIL 0011331VM dO ),110 • nternational Shipping Notice — Carriage hereunder may be subject to the rules re,bility and other terms and/or conditions established by the Convention on the Contract for the International Carriage of Goods by Road (the "CAR Convention"). These commodities, technology or software Witiven.-31.441itaillhaft-410.111a- -` 1..1.1 This envelope is for use with the following services: STAGY COULTHARD 9207205200 MICHELS POWER 1775 EAST SHADY LANE NEENAH WI 54956 SHIP TO: CITY OF WATERLOO 715 MULBERRY STREET WATERLOO IA 50703 1.0 LBS LTR 1 OF 1 IA 507 9 -11 UPS NEXT DAY AIR TRACKING #: 1Z 575 362 01 9954 8340 311111111111111111111 BILLING: PIP Reference No.1: CO. 11 the Convention for the Unificat, n of Certain Rules Relatim, were exported from the U.S. in accordance with the Export XOL 23.04.25 rn International Carriage by Administration Regulations. NV45 17.0A 04/2023' 1 !EKE TM UPS Next Day Air® UPS Worldwide Express® UPS 2nd Day Air® Insert shipping documents under window from the top. Do not use this envelope for: UPS Ground UPS Standard UPS 3 Day Select° UPS Worldwide Expedited° Serving you for mo e than 100 years United Parcel Service. Air (the "Warsaw Convene n") and/or Diversion contrary to U.S. law prohibited. 0101951033 4/14 PAC United Parcel Service '1■ #H% POWER 1775 E. Shady Lane Neenah, WI 54956 Proposal & Bond Enclosed FTTP Feeder/Distribution and Backbone City of Waterloo 715 Mulberry St Waterloo, IA 50703 Opening: April 27, 2023 2:00 p.m. CT 1775 E. Shady Lane Neenah, WI 54956 1775 E. Shady Lane Neenah, WI 54956 Proposal Enclosed FTTP Feeder/Distribution and Backbone; 1080 City of Waterloo 715 Mulberry St Waterloo, IA 50703 Opening: April 27, 2023 2:00 p.m. CT MICHELS® POWER, INC. April 27, 2023 City of Waterloo 715 Mulberry St Waterloo, IA 50703 Re: FTTP Feeder/Distribution and Backbone Michels Power, Inc. Bid No. 23-0433 Michels Power, Inc. (MPI) is pleased to offer a proposal, based on the provided bid documents, for the FTTP Feeder/Distribution and Backbone project. The following are clarifications to our proposal: 1. If awarded, Michels Power would like to discuss capping the liquidated damages to a percentage of the total contract value. 2. Michels believes there is a significant cost savings opportunity in the form of plowing conduit in certain areas of the project. Michels anticipates approximately 50% cost reduction in these areas. 3. This proposal assumes that the applicable unit prices will be paid for all units constructed. 4. All permits, including environmental permits, shall be provided by City of Waterloo unless otherwise indicated in MPI's proposal. Once specific environmental permits are available, we have the right to review/analyze such permits and negotiate any conditions that were not addressed in the bid documents. Our proposal assumes that environmental permits will not have limitations to the time of year clearing or construction can be conducted. 5. We reserve the right to review any new or modified documents and adjust our scope of work, pricing and schedule to reflect those documents. 6. MPI shall have no liability nor responsibility for any hazardous or contaminated materials, including that which exists in, on, under, adjacent to or about the job site. 7. Construction survey staking and project survey layout shall be completed by others and is not part of this proposal. 8. Upon award, we reserve the right to self -perform or change subcontractors as needed with owners approval. 9 Sales tax is included 10. Due to the uncertainty of commodities, we reserve the right to adjust our material prices upon award and notice to proceed. 11. This proposal, dated April 27, 2023, shall be fully incorporated by reference into the final agreement between City of Waterloo and MPI for the work described herein. WE DO THAT MORE 1775 East Shady Lane, Neenah, WI 54956 920.720.5200 I www.michels.us AA/E0E/M/WNeUDisability MICHELS® POWER, INC. MPI has the experience and resources to complete the FTTP Feeder/Distribution and Backbone project, and we look forward to working with City of Waterloo. Please feel free to call Niles Owen at 920-539-4649 if you have any questions regarding these clarifications. Sincerely, MICHELS POWER, INC. Mark Harasha President WE DO THAT & MORE 1775 East Shady Lane, Neenah, WI 54956 920.720.5200 1 www.michels.us AA/E0E/M/IVNet/Disobility WATERLOO ENGINEERING PLAN SUMMARY Fiber -To -The -Premise Division 1 LABOR PRICING. All work includes traffic control plans, setup, maintenance and breakdown, compacted maintenance and breakdown, safety compliance and soft surface restoration. All cells shown in green shall protected in this form. and erosion control setup, by the Contractor. All other cells are backfill, stormwater be completed Item # Description Estimated Quantity Unit Unit Price Total UNDERGROUND - BURIED 1 Directional Bore (0) 1" and (0) 2" and (2) 1.25" 26 LF $ 15.43 $ 401.18 2 Directional Bore (0) 1" and (0) 2" and (3) 1.25" 3,574 LF $ 16.34 $ 58,399.16 3 Directional Bore (0) 1" and (1) 2" and (0) 1.25" 97,818 LF $ 15.43 $ 1,509,331.74 4 Directional Bore (0) 1" and (1) 2" and (2) 1.25" - LF $ 19.84 S - 5 Directional Bore (0) 1" and (1) 2" and (3) 1.25" - LF $ 27.77 $ - 6 Directional Bore (0) 1" and (2) 2" and (0) 1.25" 21,964 LF $ 19.84 $ 435,765.76 7 Directional Bore (0) 1" and (2) 2" and (2) 1.25" - LF $ 23.14 $ - 8 Directional Bore (0) 1" and (2) 2" and (3) 1.25" 49 LF $ 39.68 $ 1,944.32 9 Directional Bore (0) 1" and (3) 2" and (0) 1.25" 3,687 LF $ 34.72 $ 128,012.64 10 Directional Bore (0) 1" and (4) 2" and (0) 1.25" 297 LF $ 46.29 $ 13,748.13 11 Directional Bore (1) 1" and (0) 2" and (0) 1.25" 1,947,230 LF $ 13.89 $ 27,047,024.70 12 Directional Bore (2) 1" and (2) 2" and (3) 1.25" - LF $ 69.43 $ - 13 Directional Bore (1) 1" and (0) 2" and (2) 1.25" 151 LF $ 18.52 $ 2,796.52 14 Directional Bore (1) 1" and (0) 2" and (3) 1.25" 2,942 LF $ 25.25 $ 74,285.50 15 Directional Bore (1) 1" and (0) 2" and (4) 1.25" - LF $ 39.68 $ - 16 Directional Bore (1) 1" and (1) 2" and (0) 1.25" 103,717 LF $ 17.36 $ 1,800,527.12 17 Directional Bore (1) 1" and (1) 2" and (2) 1.25" - LF $ 23.14 $ - 18 Directional Bore (1) 1" and (1) 2" and (3) 1.25" - LF $ 30.86 $ - 19 Directional Bore (1) 1" and (2) 2" and (0) 1.25" 4,741 LF $ 30.86 $ 146,307.26 20 Directional Bore (1) 1" and (2) 2" and (3) 1.25" - LF $ 55.55 $ - 21 Directional Bore (2) 1" and (0) 2" and (0) 1.25" 58 LF $ 15.43 $ 894.94 22 Directional Bore (0) 1" and (0) 2" and (4) 1.25" - LF $ 21.36 $ - 23 Directional Bore (2) 1" and (1) 2" and (0) 1.25" 59 LF $ 21.36 $ 1,260.24 28 Bore 6" Casing (Steel) 5 LF $ 102.86 $ 514.30 29 Bore 6" Casing (PVC) 5 LF $ 102.86 $ 514.30 30 Bore 8" Casing (Steel) 4,354 LF $ 154.29 $ 671,778.66 31 Bore 8" Casing (PVC) 5 LF $ 154.29 S 771.45 32 Deep Bore - Water Crossing - LF $ 308.59 $ - 33 Install Muletape in New Conduit 2,348,491 $ 0.19 $ 446,213.29 FT 34 Bore Rock Adder - LF $ 127.42 $ - 35 Trench Rock Adder - LF $ 25.72 $ - 36 Install #12 AWG Insulated Tracer Wire 2,062,543 LF $ 0.26 $ 536,261.18 37 Install 5/8"x8' Copper Clad Ground Rod 1,034 EA $ 57.86 $ 59,827.24 38 Install 3.5" Dia PVC Round Marker Posts with Orange Dome Top 6,193 EA $ 77.15 $ 477,789.95 39 Install 3.5" Dia PVC Round Marker Posts with Orange Dome Top with Test Station 2,065 EA $ 96.43 $ 199,127.95 46 Installation, Underground Fiber Cable - Including Slack (All other fiber) 3,214,765 LF $ 1.46 $ 4,693,556.90 48 Installation, Pedestal 11,631 EA $ 428.60 $ 4,985,046.60 50 Installation, Small Vault, 17" x 30" 11 EA $ 642.89 $ 7,071.79 51 Installation, Vault 24" x 36" 3,187 EA $ 964.34 $ 3,073,351.58 52 Installation, Large Vault 30" x 48" 8 EA $ 1,168.90 $ 9,351.20 53 Installation, Extra Large Vault 48" x 60" 105 EA $ 1,285.79 $ 135,007.95 57 Sawcut, Remove and Replace Asphalt 6" Thick 13,751 SqrFt $ 19.30 $ 265,400.73 58 Sawcut, Remove and Replace Concrete 6" Thick 13,751 SqrFt $ 29.76 $ 409,239.68 60 Sawcut, Remove and Replace Asphalt 8" Thick 13,751 SqrFt $ 23.66 $ 325,356.55 61 Sawcut, Remove and Replace Concrete 8" Thick 13,751 SqrFt $ 33.49 $ 460,532.15 62 Sawcut, Remove and Replace Asphalt 10" Thick 13,751 SqrFt $ 26.94 $ 370,460.92 63 Sawcut, Remove and Replace Concrete 10" Thick UNDERGROUND - BURIED LABOR TOTAL 13,751 SqrFt $ 40.16 $ 552,253.55 $ 48,900,127.13 SPLICING 127 Install New Splice Case & Prep Cable 3,532 EA $ 546.09 $ 1,928,789.88 130 Splicing, Fusion, Single Fiber 92,276 EA $ 50.97 $ 4,703,307.72 131 Splicing Fusion, Single fiber Pigtail at panel 5,040 EA $ 50.97 $ 256,888.80 133 Testing, OTDR, Uni-Directional, Power Meter Testing 39,312 EA $ 6.07 $ 238,623.84 134 Testing, OTDR, Bi-Directional, Power Meter Testing 5,040 EA $ 6.07 $ 30,592.80 138 Prep cable in PED for NAP 11,631 EA $ 546.09 $ 6,351,572.79 SPLICING LABOR TOTAL $ 13,509,775.83 PATCH PANELS AND CABINETS 146 Install Pad mounted FDH Splitter Cabinet + Site prep and Prefab Vault 136 EA $ 7,606.35 $ 1,034,463.60 148 Install rack mounted patch panel (Any Size) and tails - EA $ 606.77 $ - 149 Install Wall Mount Fiber Enclosure - EA $ 606.77 $ - 150 Install 7ft Rack for patch panels PATCH PANELS AND CABINETS LABOR TOTAL - EA $ 3,640.61 $ - $ 1,034,463.60 GENERAL 161 Pull fiber through building - $ 19.29 $ - FT 162 Install 2" Electric Metal Tubing (EMT) - LF $ 19.29 $ - 163 4" Core Bore - EA $ 385.74 $ - 164 2" Building Riser with LB - Up to 10' - EA $ 96.43 $ - GENERAL LABOR TOTAL $ - *** LABOR TOTAL I $ 63,444,366.56 Item # Description Estimate Quantity Unit Unit Price Total FIBER 177 12 CT Fiber Cable 818,276 $ 0.41 $ 335,493.16 FT 178 24 CT Fiber Cable 672,064 $ 0.46 $ 309,149.44 FT 179 48 CT Fiber Cable 474,860 $ 0.55 $ 261,173.00 FT 180 96 CT Fiber Cable 315,274 FT $ 1.00 $ 315,274.00 181 144 CT Fiber Cable 676,112 $ 1.45 $ 980,362.40 FT 183 288 CT Fiber Cable 258,195 $ 2.46 $ 635,159.70 FT FIBER MATERIAL TOTAL $ 2,836,611.70 UNDERGROUND 196 1" HDPE Roll Conduit, Orange - SDR 11 2,059,015 $ 0.60 $ 1,235,409.00 FT 197 1.25" HDPE Roll Conduit, Orange - SDR 11 20,049 FT $ 0.81 $ 16,239.69 198 2" HDPE Roll Conduit, Orange - SDR 11 267,351 $ 1.83 $ 489,252.33 FT 202 Mule Tape 2,348,491 FT $ 0.06 $ 140,909.46 203 112 AWG Solid Thhn Insulated Tracer Wire 2,062,543 $ 0.25 $ 515,635.75 FT 204 5/8"x8' Copper Clad Ground Rod 1,034 EA $ 36.92 $ 38,175.28 206 Small Vault, 17" x 30" 11 EA $ 516.93 $ 5,686.23 207 Vault, 24" x 36" 3,187 EA $ 830.77 $ 2,647,663.99 208 Large Vault, 30" x 48" 8 EA $ 1,384.62 $ 11,076.96 209 Extra Large Vault 48" x 60" (Split Lid) 105 EA $ 6,646.19 $ 697,849.95 215 3.5" Dia PVC Round Marker Posts with Orange Dome Top, 8 ft. in length 6,193 EA $ 27.08 $ 167,706.44 216 3.5" Dia PVC Round Locate Posts with Orange "Top Hat", 8 ft. in length with shorting straps 2,065 EA $ 61.54 $ 127,080.10 219 6" SDR 11 1,038 $ 12.00 $ 12,456.00 FT 220 8" SDR 11 4,354 $ 19.08 $ 83,074.32 FT 221 6" Steel Casing 1,038 $ 36.92 $ 38,322.96 FT 222 8" Steel Casing 1,038 $ 51.69 $ 53,654.22 FT 223 Ped 11,631 EA $ 249.85 $ 2,906,005.35 $ 9,186,198.03 UNDERGROUND MATERIAL TOTAL CLOSURES 235 FOSC 450 D Closure 3,532 EA $ 516.93 $ 1,825,796.76 236 D Size splice Tray 7,064 EA $ 30.77 $ 217,359.28 237 Slack Basket for D-Gel Closure CLOSURES MATERIAL TOTAL 3,532 EA $ 30.77 $ 108,679.64 $ 2,151,835.68 PATCH PANELS AND CABINETS 272 288F Pad mounted FDH Splitter Cabinet 129 EA $ 9,353.89 $ 1,206,651.81 273 432F Pad mounted FDH Splitter Cabinet 5 EA $12,061.60 $ 60,308.00 277 1x32 Splitter 1 EA $ 800.00 $ 800.00 278 1x64 Splitter 145 EA $ 1,815.39 $ 263,231.55 284 288 port rack mount panel - EA $ 5,169.26 $ - 285 Wall Mount Fiber Enclosure - EA $ 492.31 $ - 286 7ft Rack for patch panels - EA $ 1,107.70 $ - 287 NEMA Enclosure PATCH PANELS AND CABINETS MATERIAL TOTAL - EA $ 2,953.86 $ - $ 1,530,991.36 *** MATERIAL TOTAL $ 15,705,636.77 *** TOTAL FIBER-TO•THE-PREMISE BID - DIVISION 1 $ 79,150,003.33 WATERLOO ENGINEERING PLAN SUMMARY Fiber Backbone - Division 2 LABOR PRICING. All work includes traffic control plans, setup, maintenance and breakdown, compacted maintenance and breakdown, safety compliance and soft surface restoration. All cells shown in green shall protected in this form. backfill, stormwater and erosion control setup, be completed by the Contractor. All other cells are 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 $ 15.62 $ 1,896,502.30 2 Directional Bore (0) 1" and (0) 2" and (3) 1.25" 172,979 LF $ 16.54 $ 2,861,072.66 3 Directional Bore (0) 1" and (1) 2" and (0) 1.25" - LF $ 15.62 $ - 4 Directional Bore (0) 1" and (1) 2" and (2) 1.25" 14,988 LF $ 20.09 $ 301,108.92 5 Directional Bore (0) 1" and (1) 2" and (3) 1.25" 9,456 LF $ 28.12 $ 265,902.72 6 Directional Bore (0) 1" and (2) 2" and (0) 1.25" - LF $ 20.09 $ - 7 Directional Bore (0) 1" and (2) 2" and (2) 1.25" 3,958 LF $ 21.63 $ 85,611.54 8 Directional Bore (0) 1" and (2) 2" and (3) 1.25" 1,262 LF $ 40.18 $ 50,707.16 9 Directional Bore (0) 1" and (3) 2" and (0) 1.25" - LF $ 35.15 $ - 10 Directional Bore (0) 1" and (4) 2" and (0) 1.25" 26 LF $ 46.87 $ 1,218.62 11 Directional Bore (1) 1" and (0) 2" and (0) 1.25" - LF $ 13.55 $ - 12 Directional Bore (2) 1" and (2) 2" and (3) 1.25" 26 LF $ 70.31 $ 1,828.06 13 Directional Bore (1) 1" and (0) 2" and (2) 1.25" 114,099 LF $ 35.15 $ 4,010,579.85 14 Directional Bore (1) 1" and (0) 2" and (3) 1.25" 135,706 LF $ 35.15 $ 4,770,065.90 15 Directional Bore (1) 1" and (0) 2" and (4) 1.25" 626 LF $ 40.18 $ 25,152.68 16 Directional Bore (1) 1" and (1) 2" and (0) 1.25" - LF $ 17.58 $ - 17 Directional Bore (1) 1" and (1) 2" and (2) 1.25" 9,828 LF $ 23.44 $ 230,368.32 18 Directional Bore (1) 1" and (1) 2" and (3) 1.25" 1,017 LF $ 31.25 $ 31,781.25 19 Directional Bore (1) 1" and (2) 2" and (0) 1.25" - LF $ 31.25 $ - 20 Directional Bore (1) 1" and (2) 2" and (3) 1.25" 389 LF $ 56.25 $ 21,881.25 21 Directional Bore (2) 1" and (0) 2" and (0) 1.25" - LF $ 15.62 $ - 22 Directional Bore (0) 1" and (0) 2" and (4) 1.25" 130 LF $ 21.63 $ 2,811.90 23 Directional Bore (2) 1" and (1) 2" and (0) 1.25" - LF $ 21.63 $ - 28 Bore 6" Casing (Steel) 2 LF $ 104.16 $ 208.32 29 Bore 6" Casing (PVC) 2 LF $ 104.16 $ 208.32 30 Bore 8" Casing (Steel) 17,622 LF $ 156.24 $ 2,753,261.28 31 Bore 8" Casing (PVC) 2 LF $ 156.24 $ 312.48 32 Deep Bore - Water Crossing 2,000 LF $ 312.49 $ 624,980.00 33 Install Muletape in New Conduit 1,803,033 $ 0.20 $ 360,606.60 FT 34 Bore Rock Adder - LF $ 127.42 S 35 Trench Rock Adder - LF $ 26.04 $ - 36 Install ii12 AWG Insulated Tracer Wire 542,497 LF $ 0.26 $ 141,049.22 37 Install S/8"x8' Copper Clad Ground Rod 272 EA $ 58.59 $ 15,936.48 38 Install 3.5" Dia PVC Round Marker Posts with Orange Dome Top 680 EA $ 78.12 $ 53,121.60 39 Install 3.5" Dia PVC Round Marker Posts with Orange Dome Top with Test Station 227 EA $ 97.65 $ 22,166.55 46 Installation, Underground Fiber Cable - Including Slack (All other fiber) 610,372 LF $ 1.48 $ 903,350.56 48 Installation, Pedestal - EA $ 434.01 $ - 50 Installation, Small Vault, 17" x 30" 41 EA $ 651.02 $ 26,691.82 51 Installation, Vault 24" x 36" 1,066 EA $ 976.52 $ 1,040,970.32 52 Installation, Large Vault 30" x 48" 126 EA $ 1,183.67 $ 149,142.42 53 Installation, Extra Large Vault 48" x 60" 45 EA $ 1,302.03 $ 58,591.35 57 Sawcut, Remove and Replace Asphalt 6" Thick 7,117 SqrFt $ 19.30 $ 137,351.67 58 Sawcut, Remove and Replace Concrete 6" Thick 7,117 SqrFt $ 29.76 $ 211,792.00 60 Sawcut, Remove and Replace Asphalt 8" Thick 7,117 SqrFt $ 23.66 $ 168,380.33 61 Sawcut, Remove and Replace Concrete 8" Thick 7,117 SqrFt $ 33.49 $ 238,337.17 62 Sawcut, Remove and Replace Asphalt 10" Thick 7,117 SqrFt $ 26.94 $ 191,723.00 63 Sawcut, Remove and Replace Concrete 10" Thick 7,117 SqrFt $ 40.16 $ 285,805.33 UNDERGROUND - BURIED LABOR TOTAL S 21,940,579.95 SPLICING 127 Install New Splice Case & Prep Cable 294 EA $ 546.09 $ 160,550.46 130 Splicing, Fusion, Single Fiber 17,386 EA $ 50.97 $ 886,164.42 131 Splicing Fusion, Single fiber Pigtail at panel 4,794 EA $ 50.97 $ 244,350.18 133 Testing, OTDR, Uni-Directional, Power Meter Testing - EA $ 6.07 $ - 134 Testing, OTDR, Bi-Directional, Power Meter Testing 4,794 EA $ 6.07 $ 29,099.58 138 Prep cable in PED for NAP - EA $ 546.09 $ - SPLICING LABOR TOTAL $ 1,320,164.64 PATCH PANELS AND CABINETS 146 Install Pad mounted FDH Splitter Cabinet + Site prep and Prefab Vault - EA $ 7,679.46 $ - 148 Install rack mounted patch panel (Any Size) and tails 177 EA $ 606.77 $ 107,398.29 149 Install Wall Mount Fiber Enclosure 177 EA $ 606.77 $ 107,398.29 150 Install 7ft Rack for patch panels 2 EA $ 3,640.61 $ 7,281.22 $ 222,077.80 PATCH PANELS AND CABINETS LABOR TOTAL GENERAL- 161 Pull fiber through building 35,300 FT $ 19.53 $ 689,409.00 162 Install 2" Electric Metal Tubing (EMT) 1,765 LF $ 19.53 $ 34,470.45 163 4" Core Bore 353 EA $ 390.61 $ 137,885.33 164 2" Building Riser with LB - Up to 10' 353 EA $ 97.65 $ 34,470.45 GENERAL LABOR TOTAL S 896,235.23 *** LABOR TOTAL $ 24,379,057.62 Item # Description Estimated Quantity Unit Unit Price Total FIBER 177 12 CT Fiber Cable - $ 0.41 $ - FT 178 24 CT Fiber Cable 223,657 FT $ 0.46 $ 102,882.22 179 48 CT Fiber Cable - $ 0.55 $ - FT 180 96 CT Fiber Cable 95,914 $ 1.00 $ 95,914.00 FT 181 144 CT Fiber Cable 19,841 $ 1.45 $ 28,769.45 FT 183 288 CT Fiber Cable 270,964 $ 2.46 $ 666,571.44 FT FIBER MATERIAL TOTAL $ 894,137.11 UNDERGROUND 196 1" HDPE Roll Conduit, Orange - SDR 11 261,717 $ 0.60 $ 157,030.20 FT 197 1.25" HDPE Roll Conduit, Orange - SDR 11 1,494,105 $ 0.81 $ 1,210,225.05 FT 198 2" HDPE Roll Conduit, Orange - SDR 11 46,663 FT $ 1.83 $ 85,393.29 202 Mule Tape 1,803,033 FT $ 0.06 $ 108,181.98 203 #12 AWG Solid Thhn Insulated Tracer Wire 542,497 $ 0.25 $ 135,624.25 FT 204 5/8"x8' Copper Clad Ground Rod 272 EA $ 36.92 $ 10,042,24 206 Small Vault, 17" x 30" 41 EA $ 516.93 $ 21,194.13 207 Vault, 24" x 36" 1,066 EA $ 830.77 $ 885,600.82 208 Large Vault, 30" x 48" 126 EA $ 1,384.62 $ 174,462.12 209 Extra Large Vault 48" x 60" (Split Lid) 45 EA $ 6,646.19 $ 299,078.55 215 3.5" Dia PVC Round Marker Posts with Orange Dome Top, 8 ft. in length 680 EA $ 27.08 $ 18,414.40 216 3.5" Dia PVC Round Locate Posts with Orange "Top Hat", 8 ft. in length with shorting straps 227 EA $ 61.54 $ 13,969.58 219 6" SDR 11 274 FT $ 12.00 $ 3,288.00 220 8" SDR 11 17,622 $ 19.08 $ 336,227.76 FT 221 6" Steel Casing 274 FT $ 36.92 $ 10,116.08 222 8" Steel Casing 274 FT $ 51.69 $ 14,163.06 223 Ped - EA $ 249.85 $ - UNDERGROUND MATERIAL TOTAL $ 3,483,011.51 CLOSURES 235 FOSC 450 D Closure 294 EA $ 516.93 $ 151,977.42 236 D Size splice Tray 588 EA $ 30.77 $ 18,092.76 237 Slack Basket for D-Gel Closure 294 EA $ 30.77 $ 9,046.38 CLOSURES MATERIAL TOTAL $ 179,116.56 PATCH PANELS AND CABINETS 272 288F Pad mounted FDH Splitter Cabinet - EA $ 9,353.89 $ - 273 432F Pad mounted FDH Splitter Cabinet - EA $12,061.60 $ - 277 1x32 Splitter - EA $ 800.00 $ - 278 1x64 Splitter EA $ 1,815.39 $ - 284 288 port rack mount panel 177 EA $ 5,169.26 $ 914,959.02 285 Wall Mount Fiber Enclosure 177 EA $ 492.31 $ 87,138.87 286 7ft Rack for patch panels 2 EA $ 1,107.70 $ 2,215.40 287 NEMA Enclosure 353 EA $ 2,953.86 $ 1,042,712.58 PATCH PANELS AND CABINETS MATERIAL TOTAL $ 2,047,025.87 *** MATERIAL TOTAL $ 6,603,291.05 *** TOTAL BACKBONE BID - DIVISION 2 $ 30,982,348.67 WATERLOO ENGINEERING PLAN SUMMARY Total Backbone and Fiber -to -the -Premise LABOR PRICING. backfill, soft surface stormwater All work and restoration. includes erosion All cells traffic control plans, setup, maintenance control setup, maintenance and shown in green shall be completed are protected in this form. and breakdown, compacted breakdown, safety compliance and by the Contractor. All other cells Item # Description Estimated Quantity Unit Total UNDERGROUND - BURIED 1 Directional Bore (0) 1" and (0) 2" and (2) 1.25" 121,441 LF 1,896,903 2 Directional Bore (0) 1" and (0) 2" and (3) 1.25" 176,553 LF 2,919,472 3 Directional Bore (0) 1" and (1) 2" and (0) 1.25" 97,818 LE 1,509,332 4 Directional Bore (0) 1" and (1) 2" and (2) 1.25" 14,988 LF 301,109 5 Directional Bore (0) 1" and (1) 2" and (3) 1.25" 9,456 LF 265,903 6 Directional Bore (0) 1" and (2) 2" and (0) 1.25" 21,964 LF 435,766 7 Directional Bore (0) 1" and (2) 2" and (2) 1.25" 3,958 LF 85,612 8 Directional Bore (0) 1" and (2) 2" and (3) 1.25" 1,311 LF 52,651 9 Directional Bore (0) 1" and (3) 2" and (0) 1.25" 3,687 LF 128,013 10 Directional Bore (0) 1" and (4) 2" and (0) 1.25" 323 LF 14,967 11 Directional Bore (1) 1" and (0) 2" and (0) 1.25" 1,947,230 LF 27,047,025 12 Directional Bore (2) 1" and (2) 2" and (3) 1.25" 26 LF 1,828 13 Directional Bore (1) 1" and (0) 2" and (2) 1.25" 114,250 LF 4,013,376 14 Directional Bore (1) 1" and (0) 2" and (3) 1.25" 138,648 LF 4,844,351 15 Directional Bore (1) 1" and (0) 2" and (4) 1.25" 626 LF 25,153 16 Directional Bore (1) 1" and (1) 2" and (0) 1.25" 103,717 LF 1,800,527 17 Directional Bore (1) 1" and (1) 2" and (2) 1.25" 9,828 LF 230,368 18 Directional Bore (1) 1" and (1) 2" and (3) 1.25" 1,017 LF 31,781 19 Directional Bore (1) 1" and (2) 2" and (0) 1.25" 4,741 LF 146,307 20 Directional Bore (1) 1" and (2) 2" and (3) 1.25" 389 LF 21,881 21 Directional Bore (2) 1" and (0) 2" and (0) 1.25" 58 LF 895 22 Directional Bore (0) 1" and (0) 2" and (4) 1.25" 130 LF 2,812 23 Directional Bore (2) 1" and (1) 2" and (0) 1.25" 59 LF 1,260 28 Bore 6" Casing (Steel) 7 LF 723 29 Bore 6" Casing (PVC) 7 LF 723 30 Bore 8" Casing (Steel) 21,976 LF 3,425,040 31 Bore 8" Casing (PVC) 7 LF 1,084 32 Deep Bore - Water Crossing 2,000 LF 624,980 33 Install Muletape in New Conduit 4,151,524 FT 806,820 36 Install #12 AWG Insulated Tracer Wire 2,605,040 LF 677,310 37 Install 5/8"x8' Copper Clad Ground Rod 1,306 EA 75,764 38 Install 3.5" Dia PVC Round Marker Posts with Orange Dome Top 6,873 EA 530,912 39 Install 3.5" Dia PVC Round Marker Posts with Orange Dome Top with Test Station 2,292 EA 221,295 46 Installation, Underground Fiber Cable - Including Slack (All other fiber) 3,825,137 LF 5,596,907 48 Installation, Pedestal 11,631 EA 4,985,047 50 Installation, Small Vault, 17" x 30" 52 EA 33,764 51 Installation, Vault 24" x 36" 4,253 EA 4,114,322 52 Installation, Large Vault 30" x 48" 134 EA 158,494 53 Installation, Extra Large Vault 48" x 60" 150 EA 193,599 57 Sawcut, Remove and Replace Asphalt 6" Thick 20,868 SqrFt 402,752 58 Sawcut, Remove and Replace Concrete 6" Thick 20,868 SqrFt 621,032 60 Sawcut, Remove and Replace Asphalt 8" Thick 20,868 SqrFt 493,737 61 Sawcut, Remove and Replace Concrete 8" Thick 20,868 SqrFt 698,869 62 Sawcut, Remove and Replace Asphalt 10" Thick 20,868 SqrFt 562,184 63 Sawcut, Remove and Replace Concrete 10" Thick 20,868 SqrFt 838,059 UNDERGROUND - BURIED LABOR TOTAL $ 70,840,707.08 SPLICING 127 Install New Splice Case & Prep Cable 3,826 EA 2,089,340 130 Splicing, Fusion, Single Fiber 109,662 EA 5,589,472 131 Splicing Fusion, Single fiber Pigtail at panel 9,834 EA 501,239 133 134 138 Testing, OTDR, Uni-Directional, Power Meter Testing Testing, OTDR, Bi-Directional, Power Meter Testing Prep cable in PED for NAP SPLICING LABOR TOTAL 39,312 11,631 EA EA EA 238,624 59,692 6,351,573 $ 14,829,940.47 PATCH PANELS AND CABINETS 146 Install Pad mounted FDH Splitter Cabinet + Site prep and Prefab Vault 136 EA 1,034,464 148 Install rack mounted patch panel (Any Size) and tails 177 EA 107,398 149 Install Wall Mount Fiber Enclosure 177 EA 107,398 150 Install 7ft Rack for patch panels 2 EA 7,281 PATCH PANELS AND CABINETS LABOR TOTAL $ 1,256,541,40 GENERAL 11.1 161 Pull fiber through building 35,300 689,409 FT 162 Install 2" Electric Metal Tubing (EMT) 1,765 LF 34,470 163 4" Core Bore 353 EA 137,885 164 2" Building Riser with LB - Up to 10' 353 EA 34,470 GENERAL LABOR TOTAL $ 896,235,23 *** LABOR TOTAL $ 87,823,424.18 Item # Description Estimated Quantity Unit Total FIBER AL it 177 12 CT Fiber Cable 818,276 335,493 FT 178 24 CT Fiber Cable 895,721 412,032 FT 179 48 CT Fiber Cable 474,860 261,173 FT 180 96 CT Fiber Cable 411,188 411,188 FT 181 695,953 FT 1,009,132 144 CT Fiber Cable 183 288 CT Fiber Cable 529,159 1,301,731 FT FIBER MATERIAL TOTAL $ 3,730,748.81 UNDERGROUND ._ _ ip 196 1" HDPE Roll Conduit, Orange - SDR 11 2,320,732 1,392,439 FT 197 1.25" HDPE Roll Conduit, Orange - SDR 11 1,514,154 FT 1,226,465 198 2" HDPE Roll Conduit, Orange - SDR 11 314,014 FT 574,646 202 Mule Tape 4,151,524 249,091 FT 203 #12 AWG Solid Thhn Insulated Tracer Wire 2,605,040 651,260 FT 204 5/8"x8' Copper Clad Ground Rod 1,306 EA 48,218 206 Small Vault, 17" x 30" 52 EA 26,880 207 Vault, 24" x 36" 4,253 EA 3,533,265 208 Large Vault, 30" x 48" 134 EA 185,539 209 Extra Large Vault 48" x 60" (Split Lid) 150 EA 996,929 215 3.5" Dia PVC Round Marker Posts with Orange Dome Top, 8 ft. in length 6,873 EA 186,121 216 3.5" Dia PVC Round Locate Posts with Orange "Top Hat" 8 ft. in length with shorting straps 2,292 EA 141,050 219 6" SDR 11 1,312 15,744 FT 220 8" SDR 11 21,976 419,302 FT 221 6" Steel Casing 1,312 48,439 FT 222 8" Steel Casing 1,312 FT 67,817 223 Ped 11,631 EA 2,906,005 UNDERGROUND MATERIAL TOTAL $ 12,669,209.54 CLOSURES 235 FOSC 450 D Closure 3,826 EA 1,977,774 236 D Size splice Tray 7,652 EA 235,452 237 Slack Basket for D-Gel Closure 3,826 EA 117,726 CLOSURES MATERIAL TOTAL $ 2,330,952.24 PATCH PANELS AND CABINETS 272 288F Pad mounted FDH Splitter Cabinet 129 EA 1,206,652 273 432F Pad mounted FDH Splitter Cabinet 5 EA 60,308 277 1x32 Splitter 1 EA 800 278 1x64 Splitter 145 EA 263,232 284 288 port rack mount panel 177 EA 914,959 285 Wall Mount Fiber Enclosure 177 EA 87,139 286 7ft Rack for patch panels 2 EA 2,215 287 NEMA Enclosure PATCH PANELS AND CABINETS MATERIAL TOTAL 353 EA 1,042,713 i $ 3,578,017.23 *** MATERIAL TOTAL $ 22,308,927.82 *** TOTAL BID $110,132,352.00 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, having familiarized 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 PROJECT -THE -PREMISE CONTRACT FEEDER/DISTRIBUTION NO. 1080 AND Description Total Cost DIVISION 1 WORK - FTTP $79,150,003.33 DIVISION 1 total price $79,150,003.33 DIVISION removal based 2 WORK on - federal Backbone funding (subject decision) to $30,982,348.67 DIVISION 2 total price $30,982,348.67 Contract Sum (DIVISION 1 + DIVISION 2) $110,132,352.00 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 prescribed form and furnish the required bond and certificate of the insurance within ten (10) days FORM OF BID CONRACT NO. 1080 Page 1 of 3 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 five percent of amount bid (5% of bid) in the form of a bid bond, 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 roughly 29,400 premises throughout the City of Waterloo. FORM OF BID CONRACT NO. 1080 Page 2 of 3 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: G.' April 27, 2023 Mark Harasha, President (Date) Official Address: (Including Zip Code): 1775 East Shady Lane, Neenah, WI 54956 I.R.S. No. 85-2624638 FORM OF BID CONRACT NO. 1080 Page 3 of 3 4, NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of Wisconsin) ) ss: County of Winnebago ) Mark Harasha that: , being first duly sworn, deposes and says 1. He is President , of Michels Power, Inc., the Bidder that has submitted the attached Bid; 2. He is fully -informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid: 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy connivance, or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) President Title Subscribed and sworn to before me this 2791 day of April , 20 23. L Title My commission expires January 22, 2027. BIDDER STATUS FORM o To be completed by all bidders PART A Please answer "Yes" or "No" for each of the following: 0 Yes QNo gYes 0No ViYes QNo gYes QNo gYes O 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: 8 /14 /12 to /now Address: 1737 Marion Airport Rd City, State, Zip: Marion, IA 52302 Dates: / to Address: City, State, Zip: Address: City, State, Zip: You may attach additional sheet(s) if needed. o To be completed by non-resident bidders PART C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor rTh force preferences or any other type of preference to bidders or laborers? Yes O No 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. o 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: Michels Power, Inc. Signature: -es& ^- Date: April 27, 2023 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. Yes ONo O Yes QNo Q Yes 1No Q Yes ( No Q Yes ONo O Yes Q No O Yes© No cYes°No Q Yes O Yes( No Q YesQNo 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) CITY OF %VJTERLO0 IOWA Community of Opportunity MBE/WBE BUSINESS ENTERPRISE PRE - BID CONTACT INFORMATION FORM P rime Contractor Name: Michels Power, Inc. Project: FTTP Feeder/Distribution and Backbone; 1080 Letting Date: April 27, 2023 N O 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: Title: Date: NEB 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, 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 MBE/WBE Contacted Dates Yes/No Contacted Dates Yes/No Dollar Amount be Subcontracted Proposed to WBE Power Material & Tel Supplier - 4/13/2023 Yes 4/13/2023 Yes $15,294,711.00 MBE & Restoration - Alvah -Utility LLC. Traffic 4/24/2023 Yes 4/25/2023 Yes $1,701,159.36 MBE LLC. - Paco Construction, 4/10/2023 No 4/20/2023 No MBE - AJ Trucking, LLC. 4/10/2023 No 4/20/2023 No MBE Construction - Leader Company 4/10/2023 No 4/20/2023 No 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 Tess 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 I u d 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. 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/WBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited. Form CCO-4A Rev. 07-08-02 City of Waterloo Fiber to the Premise & Backbone Network Project Execution Plan April 27, 2023 MICHELS® POWER, INC. An Energy & Infrastructure Contractor E0E/AA/M/F/D/V www.Michels.us impprierstrMratirmr City of Waterloo Fiber to the Premise & Backbone Network MPI Bid Proposal 23-0433 MICHELS' POWER, INC. 1. CONTRACTOR QUALIFICATIONS 1.1. COMPANY SUMMARY Michels Power, Inc. (MPI) possesses the unique combination of distribution experience, operational excellence, and depth of resources that make us the best qualified partner to complete the project successfully and safely. Michels is excited to work on this project and would like the opportunity to discuss our proposal in further detail via either an in -person or virtual meeting. MPI is a diversified utility contractor with more than 1,300 employees and 2,000 pieces of heavy equipment. We also have full -service maintenance yards and facilities located throughout North America. MPI has built fiber optic networks, distribution and transmission lines, and substations across every type of terrain and is able to self -perform most projects, including access roads, foundation construction, structure erection, stringing and OPGW installation. Michels installs thousands of miles of fiber optic cable per year. Most of these projects Michels serves as the General Contractor in charge of duct and fiber installation, all equipment setting, and splicing and testing. Michels Corporation's family of companies is a family -owned organization that has been successful since 1959. We attribute much of our success to our Core Values. These Core Values are: • SAFETY — Safety is the cornerstone of our culture. • ENVIRONMENT — We are committed to preserving and improving the environments where we live and work. • INTEGRITY — Our actions are characterized by integrity, trust, and respect. • DEDICATION & TEAMWORK — Our people are dedicated and share a passion for quality and innovation. • SOCIAL RESPONSIBILITY — We are committed to being a responsible community partner and value the diversity of individuals and their contributions. • SUSTAINABLE OPERATIONS — We have sustainable operations driven by our ability to execute swift, strategic decisions. MPI is uniquely qualified to successfully complete this project for several reasons: • MPI is committed to SAFETY our extensive list of successfully completed projects is proof of this. • MPI is committed to QUALITY workmanship we have developed an uncommonly honorable reputation from our attention to detail and our goal to exceed client expectations. • MPI is committed to staying on or ahead of SCHEDULE we have an excellent track record of on -time deliveries and project completion. • MPI is committed to delivering VALUE to the client we frequently develop innovative, cost-effective solutions that give the client equal or superior quality. 1.2. LABOR RESOURCES MPI has worked in the industry for decades. With our growth across North America MPI has local resources to support our projects. Additionally, MPI enjoys a close working relationship 1775 East Shady Lane, Neenah, WI 54956 • 920.720.5200 • www.michels.us Al(umative Action/Equal Opportunity Employer. Women, Disabilities, Veterans, Minorities City of Waterloo Fiber to the Premise & Backbone Network MPI Bid Proposal 23-0433 MICHELS® POWER, INC. with the International Brotherhood of Electrical Workers (IBEW), is a member of the National Electrical Contractors Association (NECA), and has portability agreements which allow us to maintain consistent levels of safety and quality by using our leaders on projects nationwide, as well as easily supplementing exhausted local union resources in areas of booming construction with craft labor from other union halls. Through these partnerships and via our senior construction management team, we have nearly unlimited access to highly skilled craft labor. 2. PROJECT METHODOLOGY MPI's work plan, based on our understanding of the project scope of work, is detailed in the following sections. 2.1. WORK PLAN This proposal is based on Michels using six directional bore crews, one fiber installation crew, two equipment setting crews, two hydro excavating crews, and one cleanup crew. The bore crews will be responsible for installing conduit. The equipment setting crews will follow and set all pedestals and handholes. The fiber install crew will come through after the equipment is set. The hydro excavating crews will locate existing underground facilities, allowing our bore crews to stay productive. Michels would subcontract the splicing and testing portion of the project to trusted contractors. This project will be managed by one Project Manager and one Construction Manager/Superintendent. There will also be two Assistant Project Managers who will assist with material procurement and allocation, utility locates, etc. This management team will also manage all subcontractors that may be required for the completion of this project. Michels plans to complete this project by the required date of December 31, 2026 using the crew structure above. We are confident that our team of experienced, industry professionals is the right team for a project of this scope. 3. MATERIAL Upon award, MPI will begin to procure all material. We will establish one or multiple locations in the area to safely store all material. Early engagement of the project materials will ensure a timely start, efficient installation, and on time completion. 4. SAFETY MPI consistently applies thorough and sensible safety guidelines at all our facilities and on every job. These guidelines are implemented as follows: • Personnel — MPI's employees utilize the best tools, equipment, information, and training to perform our work safely and effectively. We use these high quality resources to ensure that all employees have the knowledge and means necessary to perform their job as safely as possible. We accomplish this goal by hosting on -site daily job briefings, weekly safety meetings, and regular safety checks. • Public — The residents of neighboring communities are often not factored into the safety plan for construction projects, but MPI recognizes the important role the public plays in any 1775 East Shady Lane, Neenah, WI 54956 • 920.720.5200 • www.michels.us Affirmative Actwu/EqudlOppartuuity Employer. Warren, O1sallfitles, Veterdos, Minorities City of Waterloo Fiber to the Premise & Backbone Network MPI Bid Proposal 23-0433 MICHELS® POWER, INC. construction project. We also understand that members of the public are much more vulnerable to unsafe worksite conditions, and that is why we extend great effort to safeguard the public from the jobsite hazards. By doing so, we not only prevent harm to residents and bystanders, but we protect our company's and our client's reputation. • System — By utilizing safe construction and operation techniques while building and installing the system, we not only protect the people working on the system, but we also protect the system itself. The successful completion of a project hinges on steady, consistent progress, with minimal setbacks. We avoid setbacks caused by damage to the system by avoiding installation short-cuts or other techniques that are inconsistent with power system construction best practices. • Environment — A project site that is safe for workers is one that is also safe for the environment. MPI implements strict environmental guidelines to minimize the sediment loss, loose debris, and pollutant transport on the jobsite. These guidelines are in place to ensure that worksite environmental hazards do not negatively affect the workers on site and the surrounding communities and ecosystem. Additionally, as part of MPI's safety program, weekly site visits will be conducted by a MPI HSE department employee, as well as periodic safety audits done by our Superintendent and management staff. Every MPI jobsite has a SSSP located on -site with all crews, and available to our clients to review upon request. MPI's procedures require each individual crew to hold a daily job briefing and review the job safety analysis (JSA) before the start of work and if the scope of work changes during the day. The client and the client's representatives are encouraged to join these job briefings. 5. SUBCONTRACTORS As a highly diversified utility contractor, MPI in conjunction with other Michels' affiliates, have the ability to self -perform most major construction activities including landowner contacts, surveying, right-of-way establishment, road building, site work, foundations, and complete switchyard and line electrical construction. The specialty items we subcontract include landscaping, chain Zink fence, bus welding, testing and commissioning, and fiber splicing and testing. We require our subcontractors to be affiliated with ISNetworld to allow them to become customary with industry wide standards (Health, Safety, Environmental & Quality, Insurance & Procurement, Compliance & Training, etc.). We closely manage and monitor our subcontractors with internal daily and weekly reporting requirements, as well as implement our safety and QA/QC culture with every organization we work with. MPI subjects all our subcontractors to a rigorous qualification process to ensure a high level of quality and safety, as well as overall financial strength. We stand behind our subcontractors and have the internal capabilities and resources to supplement local work forces as needed. 1775 East Shady Lane, Neenah, WI 54956 • 920.720.5200 • www.michels.us A/knnative Action/Equal Opportunity Employer. Women, Dtsabihfies, Veterans, Alino,ities City of Waterloo Fiber to the Premise & Backbone Network MPI Bid Proposal 23-0433 MICHELS® POWER, INC. 6. PROJECT COMPLETION and CLOSEOUT MPI will monitor the projected completion date throughout the project and notify the City of Waterloo if there any changes or deviations to this date. Upon substantial completion MPI will participate with the City of Waterloo on a full site walkthrough to observe all items of construction within MPI's scope of work. MPI will provide a final report with all red -line drawings, any equipment manuals/cut sheets provided with the equipment, and any further data sheets for equipment/materials provided by MPI. This information will be documented, inventoried, and turned over to the City of Waterloo. Any equipment spare parts will also be inspected, documented, inventoried, and turned over to the City of Waterloo. 1775 East Shady Lane, Neenah, WI 54956 • 920.720.5200 • www.michels.us AlfrrmativeAction/Equal Opportunity Employer. Women, Disabilities, Veterans, Minorities BID BOND KNOW ALL BY THESE PRESENTS: That we, Michels Power, Inc. Sample Bid Bond Form , as Principal, and Liberty Mutual Insurance Company , as Surety, are held and firmly bound unto City of Waterloo Obligee, (hereinafter referred to as "the Jurisdiction"), in the penal sum of , as Five Percent of Amount Bid dollars (S (5%) ), or (s%m 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 1-41:1 P 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) Construction of a Fiber -To -The -Premise Feeder/Distribution Project Name and Backbone Network Project 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 Black 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 27th day of April By SURETY: PRINCIPAL: Liberty Mutual Insurance Company Surety Compan Signature Attorney-m-Fact/O leer Heather R. Goedtel Attorney -in -Fact Printed Name of Attorney-in-Fact/Officer Wills Towers Watson Midwest, Inc. Company Name 8400 Normandale Lake Blvd., Suite 1700 Cornpany Address Bloomington, MN 55437 City, State, Zip Code 763.302.7159 Company Telephone Number By , 2023 Michels Power, tnc. der ignature Mark Harasha Printed Name President _a Ih • ��-S.•-.W6% ttfttttthl/J •‘` Po 40 i • c, •gyp pR • ' • Title 1775 East Shady Lane Address Neenah, WI 54956 City, State, Zip Code 920-720-5200 Telephone Number •'V 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. 4,0 . 2 Surety Acknowledgment State of Minnesota County of Hennepin On this 27th day of April 2023, before me personally came Heather R. Goedtel, to me known, who being by me duly sworn, did depose and say that she is the Attorney -in -Fact of Liberty Mutual Insurance Company described in and which executed the above instrument; that she knows the seal of said corporation; that the seal affixed to said instruments is such corporate seal, that it was so affixed by order of the Board of Directors of said corporation, and that she signed her name to it by like order. NICOLE CATHERINE LANCER Notary public State of Minnesota My Commission Expires January 31 2028 Liberty Mutual SURETY This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No: 8209239-190003 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies`), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Blake S. Bohlig; Brian D. Carpenter; Craig Olmstead; Erik T. Gunkel; Haley Pflug; Heather R. Goedtel; Jessica Hoff; Kelly Nicole Enghauser; Laurie Pflug; Michelle 'falter; Michelle Ward; Nicole Langer all of the city of Bloomington state of MN each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this l2th day of January , 2023 . By: Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company David M. Carey, Assistant Secretary State of PENNSYLVANIA County of MONTGOMERY ss On this 12th day of January , 2023 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. Commonwealth of Pennsylvania - Notary Seal Teresa Pastelra, Notary PubtEc Montgomery County My commission expires March 28, 2025 Commission number 1126044 Member, Pennsy:van,a Assoc+afon of Notaries eresa Pastella, Notary Public eresa Notary This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV — OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. • ui E a)o •c O c-51 c E o:ra, oLer- (5 © >� aO c E O 0) Q O `- IC N �co r O N t1 M 00 c 0 ra- - O ( d c o a) .n o O LL IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 27th day of April , 2023 . By: Sec/4444r, Renee C. Llewellyn, Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 02/21