Loading...
HomeMy WebLinkAboutMichels PowerPOWER 1775 E. Shady Lane Neenah, WI 54956 1775 E. Shady Lane Neenah, WI 54956 Proposal & Bond Enclosed FTTP Feeder/Distribution and Backbone; 1088 City of Waterloo Attn: City Clerk 715 Mulberry St Waterloo, IA 50703 Opening: June 15, 2023 2:00 p.m. CT A DIVISION OF MICHELS CORPORATION POWER 1775 E. Shady Lane Neenah, WI 54956 Proposal Enclosed FTTP Feeder/Distribution and Backbone; 1088 City of Waterloo Attn: City Clerk 715 Mulberry St Waterloo, IA 50703 Opening: June 15, 2023 2:00 p.m. CT 01E40 POWER 1775 E. Shady Lane Neenah, WI 54956 Bid Bond Enclosed FTTP Feeder/Distribution and Backbone; 1088 City of Waterloo Attn: City Clerk 715 Mulberry St Waterloo, IA 50703 Opening: June 15, 2023 2:00 p.m. CT BID BOND Sample Bid Bond Fonn KNOW ALL BY THESE PRESENTS: That we, Michels Power, Inc. , as Principal, and Liberty Mutual Insurance Company , as Surety, are held and firmly bound unto City of Waterloo, Iowa , as Obligee, (hereinafter referred to as "the Jurisdiction"), in the penal sum of Five Percent of Amount Bid dollars ($ 5% ), or 5 percent of the amount bid in lawful money of the United States, for which payment said Principal and Surety bind themselves, their heirs, executors, administrators, successors, and assigns jointly and severally, firmly by these presents. The condition of the above obligation is such that whereas the Principal has submitted to the Jurisdiction a certain proposal, in a separate envelope, and hereby made a part hereof, to enter into a contract in writing, for the following described improvements; CONSTRUCTION OF A FIBER -TO -THE -PREMISE FEEDER/DISTRIBUTION AND BACKBONE NETWORK PROJECT, CONTRACT NO.1088 The improvement includes the construction of the necessary components to create the high-speed FTTP XGS-PON communications Network (the Project) within the City's defined Service Area and prepare it to deliver backbone and fiber -to -the -home services. The system shall be a fully operational high-speed communications network supporting Internet protocol technology and allowing users access to and from the Internet. The Project requires the construction of a Fiber to the Premise feeder/distribution and a backbone network which will support XGS-PON technologies to be utilized to deliver best -effort and guaranteed services to its customers within the City Service Area. The design identifies the placement of FDH's located at the City data center and network PoP's. These locations will also house active electronics and splitters in support of the FTTP deployment. Fiber routes to be built by contractor and operated by the City and the Waterloo Telecommunications Utility will be utilized to interconnect these FDHs in a fiber ring topology. Fiber routes are laid out logically to economically connect each service area back to the local cabinet located at the headend or alternate node site. Architecture is a star design for the feeder network and a ring connecting network nodes. The Project will be located at various locations throughout the City. The City has active grant applications into federal funding agencies for portions of the backbone only (Division 2 work). In the event of a grant award, the City reserves the right to remove the Division 2 work from the Contract, with a reduction in fee to the Contractor equivalent to the bid price associated with the Division 2 work. The City anticipates that a decision regarding the Division 2 work will be made or or before August 1, 2023. (CONT. BID BOND) Construction of a Fiber -To -The -Premise Feeder/Distribution and Backbone Network Project Project Name Project No. 1088 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 Pi incipal or whether Principal is joined in any such action or actions or not. NOW, THEREFORE, if said proposal by the Principal be accepted, and the Principal shall enter into a contract with 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 impiovements as may be required theiem, 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 15th day of June 52023 PRINCIPAL: By SURETY: C--14€0141. ignature Attorney -in act/Officer Heather R. Goedtel, Attorney -in -Fact Printed Name of Attorney-in-Fact/Officer Willis Towers Watson Midwest, Inc. Liberty Mutual Insurance Company Surety Comp Company Name 8400 Normandale Lake Blvd., Suite 1700 Company Address Bloomington, MN 55437 Ca}, State, Zip Code 763.302.7159 Company Telephone Number Michels Power, Inc. er ignature Mark Harasha Printed Name President Title 1775 East Shady Lane Address Neenah, WI 54956 City, State, Zip Code 920-720-5200 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. Surety Acknowledgment State of Minnesota County of Hennepin On this 15th day of June 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 LANGER Notary Public State of Minnesota My Commission Expires ,... y 3l 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 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. 13ohlig; 13rian D. Carpenter, Craig Olmstead; Erik T. Gunkel; Haley Pflug; Heather R. Goedte]; Jessica f loft', Kelly Nicole Fnghauser; Laurie Pflug; Michelle flatter; Michelle Ward; Nicole Langer Certificate No: 8209239-190003 all of the city of I3loomington 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 12th day of January , 2023 . State of PENNSYLVANIA ss County of MONTGOMERY On this ► 2th 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. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company David M. Carey, Assistant Seaetary P PA F Po 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 lime 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. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 15th day of June , 2023 . Common ealth of Pennsylvania - Notary Seal Teresa Paste!la, Notary Public Montgomery County My commiss'on exp`.res March 28, 2025 Commission number 1126044 Member, Pennsylvania Associaton of Notaries By: eresa Pastella, Notary Public eresa Pastella, Notary Public By: SIKIA4144/4-- Renee C. Llewellyn, Assistant Secretary uie-- 00 L•_• .0711 c E o, ca o 0 ••.- ag >� QD oco O >+• — c L C O Q) Q4- 0 L O N co om 00 cco cv — (B c o U) n L (13 0 a) Q LMS-12873 LMIC OCIC WAIC Multi Co 02/21 MICHELS® POWER, INC. June 15, 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. Alternates B & D were not priced based on Michels' thorough examination of this specific project. Michels crews may choose to missile small portions of this project where directional drilling is not feasible, but the safest and most efficient method of construction for this project is directional drilling. 5. Units that were listed "N/A" can be priced before contract execution and upon discussion with the City of Waterloo and Magellan. 6. 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. 7. We reserve the right to review any new or modified documents and adjust our scope of work, pricing and schedule to reflect those documents. 8. 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. 9. Construction survey staking and project survey layout shall be completed by others and is not part of this proposal. 10. Upon award, we reserve the right to self -perform or change subcontractors as needed with owners approval. 11. Sales tax is included. WE DO THAT & MORE 1775 East Shady Lane, Neenah, WI 54956 920.720.5200 1 www.michels.us AA/EO E/A4/WNe UDi s o b i I i ty MICHELS" POWER, INC. 12. Due to the uncertainty of commodities, we reserve the right to adjust our material prices upon award and notice to proceed. 13. This proposal, dated June 15, 2023, shall be fully incorporated by reference into the final agreement between City of Waterloo and MPI for the work described herein. 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 www.michels.us AA/EOE/M/WNeUDisability Base Bid unit >s 1 3 4 5 6 7 8 9 10 11 12 13 14 15 IAROR 16 17 18 19 All line items including zero quantity should have an' Unit Cost- entry Directional Bore (1)1", (2) 2', (3) 1.25" ->[1.9 Directional Bore (0) 1", (2) 2', (3) 1.25" ->[15) Directional Bore (1) 1", (0) 2", (3) 1.25- Directional Bore (1) 1', (1) 2", (3) 1.25'-->ILF) Directional Bore (0) 1", (1) 2', (3) 1.25"-->[LFJ Directional Bore (0)1", (0) 2', (3) 125- Directional Bore (2) 1", (0) 2", (3)1.25'-->[LF] Directional Bore (0) 1', (1) 2", (0)1.25' ->[LF) Directional Bore (0)1', (2) 2', (0) 1.25" - >[LF) Directional Bore (0) I', (0) 2', (4)1.25'-->[LF] Directional Bore (1) 1", (0) 2', (4) 1.25"-->[LFJ Directional Bore (2) 1", (2) 2", (3) 1.25'-->(lF] Directional Bore (0) 1', (4) 2', (0) 1.25" Directional Bore (0) 1", (0) 2', (2) 1.25"-->(1.9 Directional Bore (1) 1', (0) 2', (2) 1.25" ->[LF] Directional Bore (0) 1", (0) 2", (1) 1.25' ->(LF] Directional Bore (1) 1 ", (0) 2", (0) 1.25' --> [LF] 20 21 22 23 24 25 26 27 28 29 30 31 32 33 Directional Bore (0) 1", (3) 2", (0)1.25'-->[lF] 35 36 37 38 Directional Bore (1) 1', (1) 2', (0) 1.25"-->[LF] Directional Bore (2) 1', (0) 2", (0) 1.25'-->[LF] Directional Bore (1) 1', (2) 2', (0) 1.25'-->[LF] Directional Bore (2) 1',(1)2',(0) 1.25'.->[IF] Directional Bore (1) 1", (1) 2', (2)1.25'-->[LF] Directional Bore (0) 1', (2) 2', (2) 1.25' •->[LF] Directional Bore (0) 1', (1) 2', (2) 1.25' •->(LF) Missile Bore (1)1"conduit 30' deep ->[LFJ Pug (4)2" sdr 11 conduits In 8' casing ->[FT] Bore 6" Casing (Stec-0->[LF] Bore 6' Casing (PVC) ->[LF] Bore 8' Casing (Steel) ->[LF] 39 41 42 43 Bore 6' Casing (PVC) ->[LF] Deep Bore -Water Crossing -,(LF) Install Muletape in new Conduit ->[FT] Bore Rock Adder ->[Lf] Trench Rock Adder ->[LF] 44 45 46 47 48 49 50 Install *12 AWG Insulated Tracer Wire ->[LF) Install 5/8'x8' Copper Clad Ground Rod -->[EA) 51 52 53 54 55 Install 3.5' Dia PVC Round Marker Posts v.th Orange Dome Top -->(EA) Install 3.5- Dia PVC Round (darker Posts Kith Orange Dome Topnith Test Station ->[EA) install RFD Ball/Peg Markers ->[EA] Install RFD Rope ->[LF] 56 57 58 59 60 61 Proof Existing Condut - ariy size ->[LF] Rod Existing Conduit and Install Pu!I Tape->[LF] Remove existing cab!e - i.e. coax/rv.isted pair In street light conduits to replace v.ith fiber ->[19 Installation, Underground Fiber Cable - Including Slack (2ct Fiber) ->(LF) Installation, Underground Fiber Cable • Including Slack (Regular Loose Tube Fiber) ->[LF] Installation, Underground Fiber Cabte • Including Slack (Micro fiber must be b:onn in) ->(LF] Installation, MST in Pedestal -->[EA) Installation, Pedestal ->[EA) Installation, Drop Vault, 12' X 12" ->(EA) Installation, Small Vault, 13' x 24" (Composite) ->(EA) Installation, Small Vault, 17' x 30'->(EA) 62 63 64 65 66 67 Installation, Vault 24" x 36' ->[EA] Installation, large Vault 30" x 48" ->(EA) Installation, Extra Large Vauft 48" x 60' ->(EA) Install 4k4k4' Split Concrete Manhole ->(EA) Remove and Replace Handho!e • including fixing steeps into HH ->(EA) Prep and Pour Concrete Pad for POP Site ->[EA] S3ncut, Remove and Replace Asph3k 6' Thick->(SgrFt) Sawcut, Remove and Replace Concrete 6" Thick->[SgrFt) Remove and Replace Brick Pavers ->[SgiFt) 53MIA Remove and Replace Asphalt 8" Thick->[SgrFt] Sa.%cut, Remove and Replace Concrete 8' Thick ->(SgrFt) S3Acut, Remove and Replace Asphalt 10" Thick->[SgrFt] S3sscut, Remove and Replace Concrete 10' Thick->[SgiFt) Unit Cost LF LF LF LF LF LF LF LF LF LF LF IF IF IF LF LF LF LF IF LF LF LF LF IF LF FT LF LF FT Lf LF LF EA EA EA LF LF LF 15 1F LF LF EA EA EA EA EA SgrFt SgrFt SgiFtt SgiFt SgrFt SgrFt SgrFt Unit Cost S S S S S S S S Division 2 BB Units 51.39 4430 32.12 36.70 25.69 32.12 34.72 1427 18.35 23.36 $ 35.68 S S S S S S S S S S S S S 6423 36.70 15.11 1668 13.52 12.85 34.72 16.06 1427 31.33 1835 23.79 24.70 29.88 18.46 7.14 95.16 95.16 S 142.74 142.74 S 285.47 S 0.18 $ 121.73 S S S 23.79 8921 1744 036 1.62 1.78 1.83 1.35 135 $ 1.35 $ 115.94 S 396.49 S 446.05 S 509.78 $ 594.74 $ 892.11 S 1,08134 $ 1,189.48 S 7,136.87 S S S S S 1,427.37 8,044.12 18.43 28.43 3836 22.61 3200 25.74 38.36 369 1,264 9,459 164,244 176 5,602 3,286 130 626 26 26 94,929 113,908 323 9,837 3,963 14,969 100 100 100 2.632 100 1,738,646 • 518,988 676 234 589,118 44 1,003 137 5S 6,060 6,060 6,060 6,060 6,060 6,060 Division 1 FTTH Units 49 97,609 21,972 297 26 151 389.253 129 4,742 59 1,034 376,707 2,055,464 1,039 6,181 2.067 571,020 16 3,388 14 Division 2 BB Cost S S $ S S IS 122 13,706 13,706 13,706 13,706 S S S S S S S S S S S S S S S S S S S Division 1 FTTH Cost 19,990.71 55,995.20 4,380,975.281 37,360.60 243,001.71 5,275,517.28 6,110.72 79,94054 60,298.10 3,036,60 22,335.68 1,669.98 95420 1,434,377.19 1,699,985.44 4,366.96 $ S S S S S S S S S S 234,022.23 97,886.10 447,273.72 9,516.00 9,516.00 14,274.00 375,691.68 28,517.00I, 312,956.28 • 124,557.12 14,774.28 48,246.12 20,875.14 795,309.30 26,168.56 894,78633'! 148,143.58 65,421.40 111,67966, 172,276.32 137,003.06 193,909.331 • S S S S S S S S S S S S S S 2,170.70 1,395,734.43 403,16620 • 10,699.90 392.86 2,518.68 5,001,901.05 128,116,80 1,665,036.56' 1,840.83 148,566.86 1,082.65 147,593.16 67,607.26 493,311.36 55,617.67 441,137.97 184,397.07'i 710,877.00 9,515.84 3,022,468.68 15,138.76 145,116.56 • 252,607.72 389,671.06 309,900 20 438,602.67 352,801.02 525,774.95 MAW. -STRANIMASti - - - - - - • • • • - - • - - - - - - - 86 87 88 89 Au; to -srt:-i. 1,LA5•11 OC 71(1(I1/1 1 f If f f 1 f S SPLICING 127 Install Neer Spice Case 8 Prep Cab!e •->[EAJ EA $ 56229 220 155 S 123,703.80 S 87,154.95 128 Re-enter spi'ceclosure->[EA) EA $ 56229 - • $ - $ • 129 Ground Splice Case • Materials ->[EA) EA $ 1739 - - $ - $ • 130 Sp1cing, Fus'on, Single Aber ->[EA) EA S 48.69 39,511 42,528 $ 1,923,790.59 S 2,070,688.32 131 132 Splicing Fusion, Single fiber Pigtail at panel ->[EA) Splicing. Mass Fusion, 12 Aber Ribbon ->[R BBON) EA RIBBON $ 48.69 - - 45,744 - $ $ • - $ $ 2,227,275.36 • S 405.78 133 134 Testing. OTDR, Uni-Directional, Power Meter Testing ->[EA] Testing. OTDR, Bi-D;rectional, Power Meter Testing ->(EA) EA EA $ 5.80 4,416 1,152 42,528 3,216 1 $ 25,612.60 6,681.60 f $ 246,662.40 18.65280 $ 5SO 135 Testing existing cables EftFDirectional->(EA) EA $ 5.20 - - S - f • 136 Document existingsp!.crng->[EAJ EA $ 127.53 - - S - S - 137 Reel testing •->(EA) EA $ 8.12 $ _ f • 138 Prep cable in PED for NAP-.>[EAJ EA $ 56229 - S - $ 139 - - S - S - 140 - $ - S - 141• $ - $ - 142 $ - $ - 143 $ $ 144 44 • c t:'i I.'I:.:; IUL'I - •S - S • 1 /I474,7, :,:v S .1,(..u;11S':: PATCH PANELS AND CABINETS 145 146 Install Outdoor Poriered Cabinet + Site prep and Concrete Pad ->[EA) install Pad mounted FDH Sp!itter Cabinet + Site prep and Prefab Vault -"LEA) EA EA $ 12.44436 - - - 134 $ $ - - $ $ 950,287.60 5 7,091.70 147 148 Install Pole mounted FDH Spl.tter Cabinet ->(EA) Install rack mounted patch panel (Any Size) and Tait ->[FA) EA EA $ 7,091.70 - 188 - - S $ - 108,979.84 $ S • S 579.68 • 149 150 Install Wall Mount Aber Endosu re ->[EA) Install 7ft Rack for patch panels ->(EA) EA EA 5 579.68 188 2 - - $ S 108,979.84 6,95620 $ $ • - $ 3,47610 151 152 - - - - S f - - $ S - - 153 154 - - - $ S - • S f- - - 155 156 • - -S f • $ S - - 157 15B - - f S • • $ S - - 159 Piaui P.••111:.A;iic,r.i'r:I Il L:.t >:t Ic41,.I - $ S • - f - 160 S - GENERAL 161 Pull fiber through bui!d'ng->[FT] FT S 17.84 36,600 - $ 656,512.00 S - 162 Install 2" Electric Metal Tubing (EMT) ->[LF) LF S 17.84 1,840 - f 32,825.60 S 163 4!Core Bore ->[EAJ EA $ 35684 368 - $ 131,317.12 $ - 164 2" Bui'ding Riser xith LB - Up to 10'->(EAJ EA S 8921 368 - $ 32,829.28 f • 165 Install Nema Endosure-->[EA) EA S 8921 368 - $ 32,82928 $ 166 - $ - $ - 167 168 S - $ - $ $ 169 - - $ - $ 170 - - $ - $ - 171 172 - 1 - $ - - $ - $ - 173- $ - $ 174 • - S - $ - 175 - f - MATERIALS CU.r1!ti I"r:!:It I(ii't 1 : •. tl 4 /. $ 176 2 CT Aber Cable ->[FTJ FT $ 0.21 - - $ - $ 177 12 CT Aber Cable -American Made • Loose Tube all dielectric ->[FT] FT S 0.45 - 139,187 S - $ 62,634.15 178 24 CT Fiber Cabe • American Made - Loose Tube all dielectric ->[FT) FT S 050 192,315 71,133 $ 96,157.50 $ 35,566.50 179 48 CT Fiber Cabie -American Made- loose Tube all dielectric ->[FT) FT S 0.60 - 19,035 $ - $ 11,421.00 180 96 CT Aber Cable • American Made • loose Tube all dielectric ->(FT) FT $ 0.98 97,543 - $ 95,592.14 $ 181 144CTAber Cab!e- American Made - Loose Tube all dielectric ->[FT) FT S 1.39 20,377 214,415 $ 28,324.03 $ 298,036.85 182 216CTFiber Cabe Made- -American loose Tube all dielectric->[FTJ FT f 1.77 - • $ f 183 288 CT Fiber Cab!e- American Made- loose Tube all dielectric -->(FT) FT S 2.30 278,883 127,250 $ 641,430.90 $ 292,675.00 184 12 CT M.Cio Fiber Cable Commscope: - 810009898/DB - B-012-Lf1.8F-f.7178K/140 ->[FT) FT 5 039 $ - f 185 24 CT Mao Fiber Cable Commscope: - 810009699/DB - B-024-Lf1.8F•M12BK/140->(FTJ FT $ 0.47 $ - $ 186 48 CT M.:ao Fiber Cable - Commscope: 810009901/DB - B-048-LN•8F-F128K/14D->[FT] FT $ 058 $ - $ 187 96CTMicro Fiber Cable Commscope: - 810009903/D8-B-096-ub8F-,1126K714D->[FTJ FT S 0.93 S - $ - 188 144CTMcsoFiber Cable Commscope: - 810009904/D8-8-144-LN•8F-M12BK/14D->[FTJ FT $ 128 $ • S 189 288 CT f.tcso Fiber Cable Commscope: - 810009727/DB - B-288-LN•8F-8124NS/17T 200 ->[FT) FT $ 2.72 $ • $ 190 432 CT Fiber Cabe Made- -American Loose Tube ->[FTJ FT WA N/A N/A 191 864 CT Fiber Cabe Made -American - Loose Tube ->[FT] FT N/A • - N/A N/A 192 Drop Fiber Cable ->(FT) FT NIA - WA WA 193 - - $ • $ - 194 - $ • $ - 195 - - S - S - 1 I.EI: ;:'.lLIAl luli•l UNDERGROUND 196 16 HDPE Ro!l Conduit, Orange - SDR 11 ->[FT) FT S 0.50 262,576 2,055,160 S 131,288.00 $ 1,027,590.00 197 1.25' HOPE Roll Conduit, Orange - SOR 11-->[FTJ FT $ 0.73 1,417,469 501 $ 1,034,752.37 $ 365.73 198 2' HDPE Roll Conduit, Orange -SDR 11 ->[F) FT S 1.48 58,845 267,328 $ 87,090.60 5 395,645.44 199 4' HOPE Rol Conduit, Orange - SDR 11 ->[FT] FT S 14.76 - - S • S - 200 Mcroduct->(FT) FT S 2.20 - - S • S - 201 2" PVC Schedule 40 Bell End -->[FT) FT S 9.07 - • S • S - 202 FT S 0.06 1,733,646 376,707 S 104,318.76 S 22,602.42 Mule Tape ->(FT) 203 012 AWG So':d Thhn Insulated Tracer Wire ->[FT] FT S 0.19 518,988 2,055,464 S 98,607.72 S 390,538.16 204 5/8'x8' Copper Clad Ground Rod ->[EA] EA S 3629 276 1,039 S 10,016.04 S 37,705.31 205 Drop Vault, 12' x 12' ->[EA) EA $ 469.92 - • S - $ - 206 Small Vault, l7' x 30' - HENS/BASIS - FCA173024T-00006 (Or equ)ralenl)-->[EA) EA S 508.06 44 16 $ 22,354 64 S 8,128.96 207 Small Vault, 13' x 24' - Composite - HUBBELL • DT132418HDHOALW (Or equivalent) ->[EA) EA S 532.25 S - S - 208 Vault, 24' x 36' - HEWBASIS - FCA243624T-00006 (Or equva'ent) ->[EA) EA $ 677.42 1,003 3,388 S 679,452.26 S 2,295,098.96 209 Large Vault, 30' x 48' • NEWBASIS - FCA304824T•00006 (Or equva!ent)->[EA) EA $ 1,040.32 137 14 S 142,523-84 S 14,564.48 210 Extra Large Vauk 48' x 60' (SpSI Lid) - NEWBASIS • FCA36603611120-H2MDNN-00003 (Or equivalent)->(EAJ EA S 3,810.46 55 122 $ 209,57530 S 464,876.12 211 4'x4x4' Precast "split" Manholewth Frame, Cover, and Racking ->(EA) EA $ 5,443.52 • - S - S • 212 2' EMT Conduit ->[FT] FT S 5.44 • - $ - $ - 213 2' EMT LB ->[EA) EA S 60.48 • - S - S - 214 Flowab!e F'I •->[CY) CY S 241.93 - - $ - S - 215 imported Granular Backh'I ••>[TNJ TN S 66.53 - - $ S - 216 3.5" 013 PVC Round Marker Posts with Orange Dome Top, 8 ft. In length ->(EA) EA S 26.61 676 6,181 S 17,968.36 S 164,476.41 217 3.5' Dia PVC Round Locate Posts with Orange' lop Hat", 8 ft. in length vrith shorting straps ->[EA) EA S 60.48 234 2,067 S 14,15).32 S 125,012.16 218 RF:DBaI'JPegMarkers ->[EA] EA WA - WA WA 219 RF:D Rope ->(FT) FT WA - - WA WA 220 FT S 17.54 100 • S 1,754.00 S - 6" 5DR 11 ->(FT) 221 8' SDR 11 ->[FT) - FT S 18.75 2.632 1,034 S 49,350.00 S 19,387.50 222 6' Steel Casing FT S 36.29 100 • S 3,629.00 S - ->[FT) 223 64 Steel Casing ->[FT) FT S 50.81 200 S 10,162.00 S - 224 Ped•8'- Charles Ind -800304•EGT->[EA) EA $ 247.98 - • S - S - 225 Ped•10°- Charles Ind -BDO305-EGT->[EAJ EA $ 272.18 - - S - S - 226 EA - - S - S 227 EA - • S - S 228 iii, 1:..t:;.:' :Dl.u.li) -t I()1;! EA - - S S - 2.(•17,ni5)I S - s 4;':.9)1 65 CLOSURES 229 fOSC 450 B Closure - Commscope: FO5C450.86-6-24.1-BOV ->[EA) EA S 344.76 - S - S - 230 Splice Tray for B•Gel Closure (9.112) - Commscope: FOSC-ACC-B-TRAY-24-KIT ->[EA] EA S 3629 - S - S - 231 Stack Basket for B-Gel Closure - Commscope: FOSC•ACC-B-BASKET-TALL ->[EAJ EA S 48.39 - S - $ - 232 FOSC450CClosure ->(EA) EA $ 483.87 - • S S - 233 Splice Tray for C-GelClosure (55112)->[EAJ EA S 3629 S - S - 234 Slack Basket for C-Gel Closure ->[EA) EA S 48.39 - • S - S - 235 FOSC4500Closure - Commscope: FOSC450-D6-6-72.1-DOV->[EA) EA S 508.06 220 155 S 111,77320 S 78,749.30 236 D Size splice Tray - Commscope: FOSC-ACC-D-TFtAY•72-KIT ->[EA) EA S 3629 220 155 S 7,963.80 S 5,624.95 237 Slack Basket for D-Gel Closure- Commscope: FOSC-ACC•D-BASKET-TALL->[EA) EA S 4839 61 45 S 2,951.79 S 2,177.55 238 FOSC600DClosure ->[EA) EA S 508.06 - • S - S - 239 600 D Size spike Tray ->[EA) EA S 3629 - • S - S - 240 Slack Basket for 600 D-Gel Closure ->[EAJ EA S 48.39 - - S - $ - 241 PLP COYOTE HD Dome Closure (Loose tube 576-864 spikes) ->[EA] EA S 586.69 - - S - S - 242 Commscope CSC1o0M.:cro Closure -CSC100-CSC3•USAIA1BA000->[EA) EA $ 96.77 - S - S - 243 CommscopeCSC150R!:croClosure -CSC150-CSCS{SA1A16A000, can quote asalternate: OFDC•38G-OFDC-88G-NW0040444•72 EA $ 84.68 - S - S - 244 Commscope CSC200 htcro Closure -->[EA] EA WA - - WA WA 245 - S - $ - 246 - S - S - 247 - • S - S - 248 - - $ $ - 249 - • $ - S - 250 - - S S - litligr:]') S - S -(5'•1?) (l(.i!"i:iS.".'iTi!: /! 1U1=1 PATCH PANELS AND CAM E'S 270 Outdoor Powered Cabinet ->[EA] EA WA - - WA WA 271 144F Pad mounted FDH Spltter Cabinet -->[EA) EA $ 8,467.69 - S - $ - 272 288F Pad mounted FDH Spltter Cabinet- CLEARF:ELD- R-D82-288-C1 E-0200-B 100F, V7B-CZP->[EAJ EA S 11,491.87 • 129 S - S 1,482,451.23 273 432F Pad FDH Spitzer Cabinet - CLEARF;ELD- R-FB2-432-C1 E•0300-B 100F, V7B-CZP ->(EA) EA S 14,516.04 5 S - S 72,58020 mounted 274 144F Pole mounted FDH Spltter Cabinet ->[EA) EA N/A - - WA N/A 275 288F Pole mounted FDH Spltter Cabinet ->[EA) EA $ 4,838.68 • - S - S - 276 432F Pole mounted FDH Splitter Cabinet ->[EA] EA S 6,048.35 • - S S - 277 1x32SpI.tler-CLEARFIELD-KC1-CAA->[EA] EA NIA - - WA WA 278 1x64Spltter-CLEARFIELD-KCD-CAA->[EAJ EA S 2,086.68 - 268 S • S 559,230.24 279 12 port rack mount panel ->[EA] EA N/A - - NIA WA 280 24port rack mount panel -CLEARFIELD-G•J88-024•C1F-BZZ->[EA] EA S 774.19 188 - $ 145,547.72 S - 281 48 port rack mount panel -->[EA) EA WA - N/A WA 282 96 port rack mount panel -->[EA) EA N/A - • WA WA 283 144 port rack mount panel -->[EA) EA WA - • WA WA 284 288 port rack mount panel •CLEARF;ELD-G-HBB-288-C1F•AZZ->[EA) EA $ 5,806.42 4 S 23,225.68 S - 285 Wall Mount Fiber Enclosure • CLEARF:ELD - FOP-XW82.24-SCAB-->[EA) EA S 465.72 188 - S 87,555.36 S - 286 7ft Rack for patch panels • CLEAR( iELD- Ff,1A-A1A-E,FMA41Z•5U8,0O9106A2) FMA-EZA ->[EAJ EA S 1,754.02 2 - S 3,508.04 S - 287 NEL% Enclosure -HOFFf.1Ata•C5D24241255,CP2424->[EA) EA S 2661.27 368 - S 979,347.36 S • 288 • - S - $ • 269 - - $ - $ • 290 - $ - S - 291 - - S - S - 292 • - $ $ - 293 - - S • S - 294 - - S - S - 295 - - S - S - 296 - • S - S - 297 - • S - $ 1,2'3,144.16 S - S 7,114,M1.6/ PM( IlPi':? l'r';Ut''1.',i IS l.!\If ti L I(iI,.L 298 Snow Shoes - 22' Snore Shore -> [EAJ EA 241.93 8 iS 1,935.44 299 UGuard -3'U-guard In10FTsections ->[POLE] POLE f 120.97 8 - S %7.76 $ - 300 Anchors ->[EA) EA f 18750 8 - S 1,500.00 S - 301 Guy 6larker-Yellow plastic cover for visibl;tyofdorm guy ->[EA] EA $ 18.15 8 - S 14510 $ - 302 New 35'-40' wooden pole for fiber attachments ->(EAJ EA $ 1,814.51 2 - S 3,629.02 f • 303 304 - - - S S - - S S • . 305 - - $ - f . 306 • S • S . 307 • S • S • 308 • - $ • S - 309 .•'t:: I ;/ 11tr '•t Hri/! • S $ S - • 310 • - $ • 1 AERIAL • STRIINUMSN - - - - - - - - - - - - - - 311 Pole Attachment Hardware (Not needed if included In the labor price) ->[POLE) POLE S 68.95 10 • S 689.50 f - 312 Lashing Wire (Not needed If Included in the labor price) ->(FT) FT S 0.12 4,000 - S 460.00 S - 313 6!.1Strand ->[FTJ FT $ 0.48 4,000 • $ 1,920.00 S • 314 - • S - S - 315 316 - - S - S - 317 - f - S - 318 . S - 3 - 319 • $ - S - 320 - • S S 321 • S • S - . 322 • $ • $ - 323 ,altEl 5.TIt'.rtl'4'"rr.'Stt!:'! IUI^t - S 5 • t,(•,•._.' S S - - Base Bid Total Alternate A: (1)1" installed at 42" HDD and Pedestals Division 2 BB Base Bld Division 1 FTTH Base Bid S 26,270,161.07 S 29,861,616.71 Unit # LABOR Unit Cost Unit Cost B8 Units FTTH Units BB Cost FTTH C UNDERGROUNDLABOR 17 D:rectionaIBore (1)1',(0)2',(0)1.25"->[1.9 M.issi'e Bore (1) 1"conduit 30' deep ->[LF] IF S 12.85 S 1835 1,556,991 S - S 20,007,334.35 26 LF S - $ - 46 Installation, Underground Fiber Cable - Including Slack (Regular loose Tube Fiber) -gill LF $ 1.35 2,765202 S - S 3,733,022.70 47 Installation, Underground Fiber Cable - Including Slack (f,Ecro fiber must be blown in)->[I.F] LF S 135 S - S - 49 Installation, Pedestal ->[EA) Installation, Small Vault, 13' x 24' (Composlte)->[EA) EA S 396.49 $ 509.78 12,336 $ - $ 4,691,100.64 51 EA $ - S - SPLlCING 127 Install New Splice Case & Prep Cable -->[EA) Prep cable InPEDforNAP-->[EAJ EA f 562.29 $ 562.29 3,322 S - S 1,867,927.38 138 EA 12,336 S - S 6,936,409.44 1177 178 179 n 182 lID lID 185 fID 187 188 189 207 224 225 229 230 231 235 236 237 242 243 PEER 12 CT fiber Cable -American Made - Loose Tube all dielectric ->[FT) 24 CT Aber Cable - American Made - Loose Tube all d!electric ->(FT) 48 CT Aber Cable -American !.lade- Loose Tube all d:e:ectric->[FT] 96 CT Fiber Cable -American Made- loose Tube all dielectric ->[FT] 144 CT Aber Cable -American (lade - Loose Tube all dielectric -->[FT] 216 CT Aber Cable -American Made- Loose Tube all dielectric ->[ET) 288 CT Aber Cable - American Made - Loose Tube all dielectric ->(FT] 12 CT Micro Fiber Cable - Commscope: 810009898/D8 - B-012-LN-8F-M12BK/I4D->(FT) 24 CT hfcro Aber Cable • Commscope: 810009899/DB - B-024-1.14-8F-M 12BK/14D ->[FT) 48 CT Mao Aber Cable - Commscope: 810009901/DB - B-048-LN-8F-F 128K/ I4D ->[FT) 96 CT Mao Fiber Cable- Commscope:810009903/DB • B-096-Lf4-8F-MI2BK/140->[F ) 144 CT M.'Cro Aber Cable- Commscope:810009904/DB - B•144-LN•8F4.112BK/14D->[FT) 288 CT Mao Fiber Cable. Commscope: 810009727/DB - &288-01-8f-M24NS/17T 200 ->[FT] UNDERGROUND Sm311 Vault, 13" x 24" - Composite - HUBBELL - DTI32418H0HD:OLW (Or equivalent) ->[EA) Ped • 6" - Charles Ind - BD0304-EGT -> [EA] Ped - 10' - Charles Ind - BD0305-EGT ->[EAJ CLOSURES FOSC 450 8 Closure - Commscope: FOSC450-86-6.24.1 •BOV ->(EA) Splice Tray for Biel Closure(SM12) - Commscope: FOSC-ACC-B-TRAY-24-KR ->[EA] Slack Basket for B-Gel Closure • Commscope: FOSC•ACC-B-BASKET-TALL ->(EAI FOSC 450 D Closure - Commscope: FOSC450-06-6.72.1-DOV ->(EAJ O Size splice Tray- Commscope: FOSC-ACC-D-TRAY-72-KIT->[EA] Slack Basket for D-Gel Closure - Commscope: FOSC•ACC-(-BASKET-TALL ->(EA) Commscope CSC1001,:'cro Closure- C5C100 - CSC3•USAIAIBA000->(EA) Commscope CSC150 F.Ccro Closure - CSC 150 - CSCS-05A1 Al BA000, can quote as alternate: OFDC•B8G • OFDC-BBG-ff4/004:N-N•72 FT FT FT FT FT FT FT FT FT EA EA EA EA EA EA EA EA EA EA EA S 0.45 S 050 S 0.60 E 0.98 1.39 S 1.77 2.30 0.39 0.47 0.58 S 0.93 S 1.26 S 2.09 f 508.06 E 247.98 S 272.181 362.90 S 3629 48.39 S 483.87 S 36.29 S 48.39 E 96.77 S 84.68 713,087 625,044 470,545 321,794 469,353 145,379 552 3,178 3,178 800 S S f f f f -1 f S 1 S 'S S f f S S S 320,889.15 S 312,522.00 $ 282,327.00 315,358.12 680,200.67 f S 334,371.70 f • • S S S S 2,924,924.10 f 150,243.36 f S S f 1,537,733.861 S 115,329.62 38,712.00 S S Option A Bid Alternate 8: (1) 1" installed at 30" Missile and Pedestals Unit# LABOR Unit Cost BB Option A S FTTH Option A • S 44,448,4 I 1.09 -.... . •• u.+v.,., ri in V,il.> 00 w>t 1-1111lost UNDERGROUND LABOR 17 D:rectionalBore (1)1",(0)2",(0)1.25"-•>[LF] LF N/A N/A N/A 26 missile Bore (1)1"conduit 30"deep ->(LF) LF NIA 1,556,991 WA N/A 46 Installation, Underground Aber Cable • Including Slack (Regular Loose Tube Fiber) ->[LF] LF WA 2,765,202 N/A WA 47 installation, Underground Fiber Cable - Including Slack (f.t'cro fiber must be blown in) ->[LF) If N/A WA N/A 49 Installation, Pedestal ->(EA) EA 1:/A 12,336 WA WA 51 Installation, 5mall Vau't,13'x24-(Composite)->[EA] EA N/A WA N/A SP1JCING Install New Sp!.ce Case 8 Prep Cable -->[EA) 127 EA N/A 3,322 N/A WA 138 Prep cable In PED for HAP -->[EA) EA N/A 12,336 WA NIA Mate ri31 f:BER 177 12 C 1 Fiber Cat'!e - Ameri(an Made -Loose Tube a'I d,E1cctric-->(FT) FT WA 713,037 WA WA 178 24 CT Fibe Cab!e - Amekan Made - Loose Tube al d:ekcuic ->tF1J FT WA 625,011 WA WA 179 48CTFiber Cab!e- American Made -Loose Tube all dielectric ->[FT) FT WA 470,515 NIA NIA 180 96CTFiber cable -AmerkanMade - Loose Tube a'Id.electrk->[FT) FT WA 321,791 WA N/A 181 144CTFiber Cable - Amer kanMade - Loose Tube all dielectrk->(FT) FT WA 469,353 WA WA 182 216CTFiber Cab!e - Amer kanMade - Loose Tube a!!d:electrk-->[FT) FT WA N/A N/A 183 288 CT Fiber Cab!e - American Made - Loose Tube all delectrk->(FT) FT NIA 145,379 WA WA 184 12CTMao Fiber Cable - Commscope: 810009898/DB-B-012•LN-BF-M12Bi/14D->(FT) FT WA WA WA 185 24 CT R!:cro Fiber Cabe - Commscope: 810009699/DB- B-024-LN•8F-',i12BK/14D ->[FTJ FT NIA ti/A WA 186 48CTMicro Fiber Cable - Commscope: 810009901/DB•B-048-LN•8F-F128K/14D->[FT) FT WA WA WA 187 96 CT Micro Fiber Cable • Commscope: 810009903/D13- B-0964N4F-M12BK/14D ->[FT] FT WA NIA WA 188 144 CT 1!Yro Fiber Cable - Commscope: 810009904/DB • B-144•LN•SF-M12BK/14D ->IFT) FT NIA WA WA 189 263 CT t.. no Fiber Cable - Commscope: 810009727/DB - B-2884.1148F-M24NS/171 200 ->(fT) FT WA NIA NIA UNDERGROUND 207 Sina'I Vault, 13' x 24"- Composite -HUBBELL- 0T13241611DHD 01.V/ (Or equ::alent)->[EA) FA WA WA WA 224 Ped- 8' - Charles Ind - 800304-EGT->(EA) EA f:IA 11,795 WA WA 225 Ped • 10' - Charles Ind • BDO30S-EGT ->[EA] EA NIA SS] NIA WA CLOSURES 229 FOSC 450 B Closure-Commscope: FOSC450-B6-6-24-1-130V->[EA) EA NIA WA WA 230 Spl ce Tray for B-Gel Closure (91i12) • Commscope: FOSC-ACC-B-TRAY-24•KIT ->(EA) EA WA WA WA 231 Slack Basket for 8-Gel Closure - Commscope: FOSC-ACC-9-B4SKET-TALL ->[EA) EA NIA WA NIA 235 FOSC 450 D Closure - Commscope: FOSC450-06-6-72.1-DOV -->[EA] EA tUA 3,178 WA UFA 236 D Sire spice Tray- Commscope: FOSC•ACC•D-TRAY•72-KIT ->[EA) EA WA 3,178 WA N/A 237 Slack Basket for D-Gel Closure - Commscope: FOSC-ACC-D-BASKET-TALL->[EA) EA N/A 600 WA N/A 242 Commscope CSC100f."«oClosure -CSC100-CSC3-USA1A1BA000->[EA) EA NIA WA WA 243 Commscope CSC ISOMicro Closure -CSC150• CSCS-CSA1A1BA000, can quote asalternate: OFDC-B8G-OFOC-88G•NN/00-t:ft•tt-72 EA WA WA WA Option B Bid Alternate C: (1) 1" installed at 42" HDD and Vaults Unit Cost Unit Cost B8 Un'ts FTTH Units 8B Option B S FTTH Option B S BB Cost F ITN Cost UNDERGROUND LABOR 17 D:rc-ctional Bore(1) 1",(0) 2'', (0) 1.25"-->[1.1) LF S 1265 1,556,991 $ - S 20,007,334.35 26 M'asi!eBore (1)1"conduit 30'deep ->[1.9 LF S 1635 5 - S - 46 Installation, Underground Fiber Cab!e - IncludingSlack (Regular loose Tube Fiber) ->(LF) LF S 1.35 S - S - 47 Installation, Underground Fiber Cable- Including Slack(ht!uo fiber must be bloom in) ->(LF) LF S 1.35 3,316,463 $ - S 4,517,752.05 49 Installation, Pedestal ->[EA] EA S 396.49 S - $ • 51 '.nstal'ation, Small Vault, 13' x 24' (Composite) ->[EA) EA S 509.73 12,325 $ - S 6.263,038.50 SPIKING 127 Install Neee Sp! ce Case & Prep Cable-->[E A] EA 5 562.29 15,526 $ - S 8,730,114.54 138 Prep cable in PED for (CAP ->[EA) EA 5 562 29 - 5 - $ - Materia! FEAR 177 12 CT Fiber Cabe- American Made - Loose Tube all d:electric->[FTJ FT S 0.45 S - $ • 178 24CTFiber Cable - American Made - Loose Tube all d.ekctrk->[FT) FT 5 0.50 S - S • 179 48CTFiber Cable - Amer kanMade - Loose Tube ail d.&ectrk->(FT) FT S 0.60 S - $ 180 96 CT Fiber Cab!e - Ameiican P.'.ade - Loose Tube a'l dielectric ->(FT) FT 5 0.93 $ - $ - 181 144CTFiber Cable - American Made - Loose Tube all &electric-->[Ff) FT S 1.39 S - $ - 182 216CTAber Cable -Amer kanMade - Loose Tube all delectrk-->[FT) FT 5 1.77 S - 5 - 183 288 CT Fiber Cable - American Made - Loose Tube all d:etectric •->[FT] FT S 2 30 S S - 184 12 CT Macro Fiber Cable - Commscope: 81000969.3MB • 8-012•u4-sF-M128K/14D ->[FTJ FT S 0.39 848,536 S - S 330,929.04 185 24CTMicro FiberCable -Commscope:810009899/DB-B-024•LN-BF-M12BK/140->[FT] FT S 0.47 762,354 S - S 358,306.38 186 48CTfdcroAber Cable - Commscope: 810009901/DB-B•048•LN•BF-F12BK/14D->(FT) FT 5 0.56 611,118 S - S 354,448.44 187 96CTMicro Fiber Cable • Commscope: 810009903/DB-B-096•LN-SF!d128K/140->(FT) FT S 0.93 381,927 S - 5 355,192.11 188 144 CT MFcro Aber Cable - Commscope:810003904/DB - B•144-tt4-SF-M12BK/14D->[FT] FT 5 1.26 572,076 S - S 720,815.76 169 288 CT 6Cuo Fibcr Cab!e- Commscope: 810009727/DB - B-2884Lt-SFd,1741/S/17T 200 ->(FT) FT 5 2 09 170,472 S - S 356.286.48 UNDERGROUND 207 Sma'IVault, 13'x244-Composte•HUBBELL-DT132418HDHDOLW (Or equvalent) ->[EA] EA S S06.06 12,325 S - S 6,261,839.50 224 Ped-6'- Charles Ind -BD0304-EGT->[EAJ EA S 247.98 - S - S - 225 Ped•10'- Charles Ind -8D0305•EGT->[EA) EA $ 272.16 - $ - 5 - CLASURES 229 FOSC 450 B Closure - Commscope: FOSC450.86-6-24-1-8OV ->(EA) EA $ 362.90 3,178 S $ 1,153,296.20 230 Splice Tray (or 8-Gel Closure (SM12) - Commscope: FOSC-ACC-B-TRAY-24-KIT ->[EA] EA S 3629 3,178 S - $ 115,329.62 231 StadcBasketforBGelClosure-Commscope:FOSC-ACC-B•BASKET-TALL->[EAJ EA 5 48.39 800 S - S 38,712.00 235 FOSC 450 D Closure - Commscope: FOSC450-D6-6-72.1-DOV-->[EA] EA 5 483.87 S - S - 236 D Size splice Tray- Commscope: FOSC-ACC-D-TRAY•72-KIT ->(EA) EA S 36.29 S - S • 237 Slack Basket for DGelClosure • Commscope: FOSC-ACC-D-BASKET•TALL->(EA) EA S 4839 S - S • 242 CommscopeC5C100 MicroClosure -CSC100-CSC3-USAIAlBA000->[EA) EA S 96.77 10,003 S - S 967,990.31 243 CommscopeCSC150M-croClosure -CSC150-CSCS-CSAIA1BA000,can quote asalternate: OFDC-B6G•OFDC•88G-WU00-ftN-H-72 EA S 64.6B 2,345 $ - S 198,574.60 Option C Bid Alternate D: (1) 1" installed at 30" Missile and Vaults Unit rY Unit Cost Unit Cost BB Units F 111i Units 88 Option C S - $ 50,749,959.88 FTTH Option C BB Cost FTTH Cost UNDERGROUND LABOR 17 D:rectional Bore (1)1•, (0) 2", (0) 1.25'-->[LF] lF r:/A WA WA 26 tdiss!!eBore (1)1"conduit 30'deep ->[tFJ LF NIA 1,556,991 WA N/A 46 Installation, Underground Fiber Cable - Including Slack (Regular Loose Tube Fiber) ->[1.9 IS WA tt/A WA 47 Installation, Underground Fiber Cable - Including Slack (Mao fiber must be b!osn In) ->[LF] IF NIA 3,346,483 WA N/A 49 Installation, Pedestal ->(EA) EA WA WA NIA 51 Installation, mall Vault, 13' x 24'(Cornposte)->[EA] EA NIA 12,325 N/A WA SFL!C!NG 127 :nstali Neer Spl ce Case & Prep Cabe -->[EA) EA WA 15,526 WA IUA 138 Prep cable In PED for NAP -->[EA) EA N/A • N/A tWA Material FIBER 177 12 CT Aber Cable -American Made - Loose Tube all dielectric—>(FTJ FT WA N/A WA 178 24CTAber Cable -American Made -Loose Tube all dielectric —>(FT) FT N/A N/A N/A 179 48CTAber Cable -American Made - Loose Tube all d electric —>(FT] FT WA WA N/A 180 96CTAber Cable -American a.lade- Loose Tube all d:electric—>(FT] FT WA WA WA 181 144CTAber Cable -American Made - loose Tube a'Idielectric -->(FT] FT WA WA WA 182 216 CT Aber Cable -American Made - Loose Tube all dielectric —>(F) FT N/A N/A N/A 183 288CTFiber Cable -American Made- Loose Tube all dielectric —>(FTJ FT WA WA WA 184 12CTMicro Fiber Cable - Commscope: 810009898/DB-B-012-W-8F-t.1128K/14D—>IFTJ FT WA 848,536 N/A N/A 185 24CTMicro Fiber Cable- Commscope: 810009899/DB-8-024-LN•8Ff.1128K/14D—>(FTJ FT WA 762,354 WA tLA 186 48CTM.:croFiber Cable - Commscope: 810009901/DB-B-048-LN•8F-F12BK/14D—>IF) FF WA 611,118 WA N/A 187 96CTMicro Fiber Cable - Commscope: 810009903/DB-BO96-Ltb8F-M12BK/14D—>(FTJ FT WA 381,927 WA N/A 188 144 CT Mao Fiber Cable - Commscope:810009904/DB • B-144{t(•8F-M12BK/140—>(FT) FT N/A 572,076 WA N/A 189 ` `288 CT Mao Fiber Cable - Commscope: 810009727/DB - B-288-Ltd-BF-!.124NS/17T 200 —>[FT] FT N/A 170,472 WA WA ORDEPOISID 207 Small Vault, 13•x24'- Composite -HUBBELL-DT132418HDHD:OLW(Or equivalent) —>(EA) EA WA 12,325 U'A USA 224 Ped-8"-Charles Ind - BD0304-EGT —> (EA) EA WA - WA USA 225 Ped-10'•Charles Ind -600305-EGT—>(EA) EA WA - WA WA CLOSURES 229 FOSC 450 B Closure - Commscope: FOSC450-86-6-24.1-BOV—>IEAJ EA N/A 3,178 N/A WA 230 Splice Tray for B-GelClosure (SMI2)- Commscope: FOSC-ACC-B-TRAY•24-KIT—>[EA] EA WA 3,178 WA N/A 231 Slack Basket for a-GelClosure - Commscope: FOSC-ACC-B-SASKET•TALL—>(EAJ EA WA 600 WA WA 235 FOSC 450 D Closure • Commscope: FOSC4SO-D6-6-72-1-0OV—)IEA) EA N/A WA WA 236 D Size splice Tray • Commscope: FOSC-ACC-D-TRAY-72-10R —>(EA] EA N/A tWA N/A 237 SrackBasketforD-GelClosure-Commscope:FOSC-ACC-D-BASKET-TALL—>(EA) EA WA N/A WA 242 Commscope CSC100 Micro Closure - CSC100 - CSC3-U5A1 Al BA000 —>(EA) EA N/A 10,003 N/A WA 243 Commscope CSC150Mao Closure -CSCI50-CSCS-CSAIA1BA000,can quote asalternate: OFDC-BBG•OFDC-B8G-NN/00-NN-fl.72 EA N/A 2,345 N/A WA Option D Bid Base Alternate A: (1) 1' installed at 42' Alternate B: (I) 1' Installed at 30' Alternate C (1) 1' Instal'ed at 42" Alternate D: (1) 1 • installed at 30' HDD and Pedestals Missile and Pedestals HDD and Vaults Missile and Vauhs BB FTTH BB (Option BB Option D S FTTH Option D - S FTTH (Option) Total 1 26,270,161.07 1 29,851,646.71 NA NA NA $ - $ 44,448,411.09 $ 26,270,161.07 $ 74,300,057.80 S 100,570,218.87 1 - $ • NA NA NA $ - $ 50,749,959.88 $ 26,270,161.07 S 80,601,606.59 S 106,871,767.66 $ - $ - UUA NA NA FORM OF BID OR PROPOSAL FY 2023 CONSTRUCTION OF A FIBER -TO -THE -PREMISE FEEDER/DISTRIBUTION AND BACKBONE NETWORK PROJECTCONTRACT NO. 1088 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 protect 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. 1088, 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. The sum of Division 1 (FTTP) Base Bid Total and Division 2 (Backbone) Base Bid Total, plus one Alternate from Groups A, B, C, or D, shall be used to determine the Lowest Responsible Bidder. FY 2023 CONSTRUCTION OF A FIBER -TO -THE PROJECT -PREMISE FEEDER/DISTRIBUTION AND BACKBONE NETWORK CONTRACT NO. 1088 Description Total Cost DIVISION 1 BASE BID WORK - FTTP $29,851,646.71 DIVISION 1 BASE BID TOTAL PRICE $29,851,646.71 DIVISION 2 BASE BID WORK - Backbone based on federal funding decision) (subject to removal $26,270,161.07 DIVISION 2 BASE BID TOTAL PRICE $26,270,161.07 BASE BID TOTAL (DIVISION 1 + DIVISION 2) $56,121,807.78 BASE BID TOTAL (DIVISION 1 + DIVISION 2) + ALTERNATE A $100,570,218.87 BASE BID TOTAL (DIVISION 1 + DIVISION 2) + ALTERNATE B N/A BASE BID TOTAL (DIVISION 1 + DIVISION 2) + ALTERNATE C BASE BID TOTAL (DIVISION 1 + DIVISION 2) + ALTERNATE D $106,871,767.66 N/A 1. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. FORM OF BID CONRACT NO. 1088 Page 1 of 3 2. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. The undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature and start work within five (5) days after "Notice to Proceed" is issued. 3. Security in the sum of 5% Dollars ($ 5% ) in the is submitted herewith in accordance with the INSTRUCTIONS TO form of 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. N/A Date N/A 10. The bidder shall list the MBENVBE 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 AU Subcontractor(s). 11. The Contractor shall be required to 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 the Contractor and subcontractors have been confirmed within 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 not 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: FORM OF BID CONRACT NO. 1088 Page 2 of 3 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. 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 August 1, 2023. By: ThAti Mark Harasha, President Official Address (Including Zip Code): 1775 East Shady Lane, Neenah, WI 54956 June 15, 2023 (Date) I.R.S. No. 85-2624638 FORM OF BID CONRACT NO. 1088 Page 3 of 3 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of Wisconsin ) ss: County of Winnebago ) Mark Harasha , being first duly sworn, deposes and says that: 1. He is President that has submitted the attached Bid; Michels Power, Inc. , the Bidder 2. He is fully -informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 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 , G President /(„1/t.C! Title Subscribed and sworn to before me this 15th Title Civ ty c - Wfrinu jv- My commission expires January 22, 2027 day ofJune , 2023. BIDDER STATUS FORM o To be completed by all bidders PART A Please answer "Yes" or ' No" for each of the following: gYes Yes Yes QYes Yes ONo 0 No No ONo ONo 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 Paris 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 14 /12 Dates: ,/ to ,now Address: 1737 Marion Airport Rd City, State, Zip: Marion, IA 52302 to Address: City, State, Zip: Dates: i to / / Address: You may attach additional sheet(s) if needed. City, State, Zip: 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 force preferences or any other type of preference to bidders or laborers? 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. 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 Powe , nc. Signature: Date: June 15, 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 QNo Q Yes ®No Q Yes No Q Yes No Q Yes QNo Q Yes9No Q Yes®No Q Yes © No Q Yes Q Yes O No Q Yes@ No My business is currently registered as a contractor with the Iowa Division of Labor. My business is a sole proprietorship, and I am an Iowa resident for Iowa income tax purposes. My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. My business is a limited liability partnership which has filed a statement of qualification in this state and the statement have not been canceled. My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state and has not filed a statement of termination. My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. 309-6001 (09-15) CITY OF �J TERL00 J 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; 1088 Letting Date: June 15, 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: 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 Quotcs Rcccivcd 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 6/14/2023 Yes $13,613,944.00 MBE & Restoration - Alvah - Utility LLC Traffic 4/24/2023 Yes 4/25/2023 Yes $1,701,159.36 MBE - Paco Construction, LLC 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 less than three (3) are offering the services to be subcontracted, then a contact is required for any that are listed as providing that service. If you have submitted a MBE/WBE contact not on the City's MBE/WBE list, attach a copy of the certification from another government agency. 3. Contacts to each MBE/WBE businesses are required to be a minimum of seven (7) working days prior to the date the prime contractor submits the bid to the City of Waterloo. 4. The following documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM" for each MBE/WBE business contacted: a. A copy of the bid received from the MBE/WBE, OR b. If no bid was received, a copy of correspondence received from the MBE/WBE with a "no bid" response, OR c. If no response was received, a copy of the solicitation sent to the MBE/WBE with proof of mailing attached. 5. If any MBE/WBE business submitting bids are not selected for subcontract award, documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM" on why the MBE/WBE was not selected. These reasons could include: 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 June 15, 2023 MICHELS® POWER, INC. An Energy & Infrastructure Contractor EOE/AA/M/F/D/V www.Michels.us 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.micheis.us Affirmative 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. Michels believes the safest and most efficient method of construction is via directional boring. These crews will be equipped to missile what may be required due to poor access, but the vast majority of this project is planned for boring. 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 and approved 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. 1775 East Shady Lane, Neenah, WI 54956 • 920.720.5200 • www.michels.us Affirmative 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. • 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 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 link 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 Affirmative Action/Equal Opportunity Employer. ','omen, Disabilities, Veterans, Minorities 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 Affirmative Action/Equal Opportunity Employee Women, Disabilities, Veterans, Minorities