HomeMy WebLinkAboutQuanta Telecom SolutionsQUANTA TELECOM
SOLUTIONS
CITY OF WATERLOO, IOWA
3igo Highway 78
Loganville, Georgia 3oo52
PHONE 470-415-780o
w E B quantatelcom.com
NYSE-PWR
FIBER TO THE PREMISE
FEEDER/DISTRIBUTION AND BACKBONE
NETWORK PROJECT
CONTRACT No.1o88
Due Date: June 15, 2023
too PM
SEALED BID ENCLOSED
Cad -•Y. u u
TELECOM
SOLUTIONS
3190 HighwaY78
Loganville, Georgia 3oo52
PHONE 470-415-7800
WEB quantatelcom.com
NYSE-PWR
CITY OF WATERLOO, IOWA
FIBER TO THE PREMISE
FEEDER/DISTRIBUTION AND BACKBONE
NETWORK PROJECT
CONTRACT NO 1088
DUE DATE: J U N E 15, 2023
1:00 PM
I— .lf.v '• I_irl::
•...1—_
1
BID SECURITY ENCLOSED
BID BOND
KNOW ALL BY THESE PRESENTS:
That we, Quanta Telecommunication Solutions, LLC
Federal Insurance Company
firmly bound unto City of Waterloo
Obligee, (hereinafter referred to as "the Jurisdiction"), in the penal sum of N/A
Sample Bid Bond Form
, as Principal, and
, as Surety, are held and
, as
dollars ($ NIA ), or Five (6%) 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 PEEDER/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 filly 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 Arca.
The design identifies the placement of FDI-I'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 FDFIs 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 August 1, 2023.
(CUNT, BID BOND) Project Natne Construction of a Fiber -To -The -Premise Feeder/Distribution and Backbone
Network Project, Contract 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 Jut isdiction 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 whethei Principal is
Joined in any such action of actions or not.
NOW, 'I I-IEREFORE, 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 fitrnished in the prosecution
thereof, and for the maintenance of said improvements as may be !acquired 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 12th.
By
day of
June , 2023
SURETY: PRINCIPAL:
Federal Insurance Company
gnaturc Attorney-in-Fact/Officer
Cheryl M. Husted, Attorney -In -Fact
Printed Name of Attorney-in-Fact/Officer
Federal Insurance Company
Company Name
202E Hall's Mill Road
Company Address
Whitehouse Station, NJ 08889
City, State, Zip Code
908-903-3491
Company 'Telephone Number
•
By
Quanta Telecommunication Solutions, LLC
Bidder
liApila6Horuc-)L
Signature
U111.o .a4 /1/4 H-forvi cck
Printed Name
Ut6c Pvesidevib
•
Title
3190 Highway 78
Address
Loganvllle, GA 30052
City, State, Zip Codc
770-363-1804
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.
•
CHUB
B
Power of Attorney
Federal In rance Company I Vigilant Insurance Company I Pacific Indemnity Company
Westchester Fire Insurance Company I ACE American Insurance Company
Know An by These Presents, that FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, PACIFIC INDEMNITY
COMPANY, a Wisconsin corporation, WESTCHESTER FIRE INSURANCE COMPANY an ACE AMERICAN INSURANCE COMPANY corporations of the Commonwealth of Pennsylvania,
do each hereby constitute and appoint Cheryl M. Husted of Denver, Colorado
each as their true and lawful Attorney -in -Fact to execute un r such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon
or otherwise, bonds and undertakings and other writings obligatory In the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments
amending or altering the sane, and consents to the modification or alteration of any instrument referred to in said bonds or obligations.
In Witness Where , said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY
and ACE AMERICAN INSURANCE COMPAN have each executed and attested these presents and affixed their corporate seals on this 23rd day o February, 2023.
Enus Th. ei\la a
l ktv:n NI. elll<s s. A 'ist;ult Secretary
STATE OF NEW JERSEY
County of Hunterdon
ss.
Ste. lien \I. I Mile', \'lee President
On this 23rd day February 20 before me, a Notary Public of New Jersey, personally came Dawn M. Chloros and Stephen Ni. Haney, to me known to be Assistant Secretary and Vice
President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE
AMERICAN INSURANCE COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros and Stephen M. Haney, being by me duly sworn,
severally and each for herself and himself did depose and say that they are Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT
INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seals
thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that their signatures as such
officers were duly affixed and subscribed by like aut rity.
Notarial Seal
Albert Conturai
NOTARY PUBLIC OF NEW JERSEY
No 50202369
Commission Expires August 22,2027
Notary Public
CERTIFICATION
Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016;
WESTCHESTER FiRE INSURANCE COMPANY on December 11, 2006; and ACE AMERICAN INSURANCE COMPANY on March 20, 2009:
`RESOLVED, that the following authorizations relate to the execution, for and on behalf of the Company, of bonds, undertakings, recognizances, contracts and other written commitments of the Company
entered into In the ordinary course of business (each a °Written Commitment"):
(1) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal
of the Company or otherwise.
(2) Each duly appointed attorney -in -fact of the Company Is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise,
to the extent that such action Is authorized by the grant of powers provided for in such person's written appointment as such att rney-in•fact,
(3) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of th pany, to appoint In writing any person the attorney-1
fact of the Company with full power and authority to execute, for and on behalf of the Company, under the seal of the Company or otherwise, such Written Commitments ofthe Company
as may be specified in such written appointment, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written
Commitments.
(4) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to delegate In writing to any other officer of the
Company the authority to execute, for and on behalf of the Company, under the Company's seal or otherwise, such Written Commitments of the Company as are specified in such written
delegation, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments.
(5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of the Company, may be affixed by
facsimile on such Written Commitment or written appointment or delegation.
FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority ofofficers, employees and other persons to act for and on behalf of the
Company, and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested."
1, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE
COMPANY and ACE AMERICAN INSURANCE COMPANY (the "Companies") do hereby certify that
(I) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, c rrect and in full force and effec
(ii) the f regoing Power of Attorney is true, correct and In full force and effect.
Given under my hand and seals of said Companies at Whitehouse Station, NJ, thi June 12, 2023
NOtt ai -T. e 0A:E C
lkuv.n \I. Chi( )IX >;.;1ssistaill S vrii:iiy
IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY OF THIS BOND 0R NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT:
Telephone (908) 903.3493 Fax (908) 903.3656 a-ntalL surety@chubb.com
Combined: FED-VIG-PI WFIC-AAIC (rev. 11-19)
QUANTA TELECO
SOLUTIONS
June 13, 2023
City of Waterloo
715 Mulberry Street
Waterloo, Iowa 50703
M
Re: Fiber to the Premise Feeder/Distribution and Backbone Network Project
To Whom It May Concern:
3190 Highway 78
Loganville, Georgia 30052
PHONE 470 415-78o0
WEB quantatelcom.com
NYSE•PWR
Quanta Telecommunication Services, LLC ("QTS") is pleased to present its bid and supporting documents for the City of
Waterloo, Iowa. QTS's proposal is subject to the parties' agreement upon mutually acceptable contract terms and
conditions (including with respect to indemnities, consequential damages and limitation of liability, liquidated damages
(if any), insurance provisions, responsibility for pre-existing site conditions and hazardous materials, and warranties),
and we look forward to promptly finalizing such terms with City of Waterloo, Iowa in the event our proposal, issued is
successful. Any certification, bond, or representation made by QTS in its proposal, issued on behalf of QTS, or sought
from QTS in a RFP, pertaining to contract terms and conditions, is subject to the condition stated herein.] We would
like to thank City of Waterloo, Iowa for the opportunity to participate in this RFP and invite City of Waterloo, Iowa to
contact us with any questions or comments it may have.
Sincerely,
&oJ,406 ,‘A /4-Oni Ur -
Thomas M. Hornick
Vice President
1
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 , a
Partnership consisting of the following partners: Quanta Telecommunication Solutions LLC having
familiarized (himself) (themselves) (itself) with the existing conditions on the project area affecting the cost of
the work, and with all the contract documents fisted 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
$ 25,078,825.63
DIVISION 1 BASE BID TOTAL PRICE
$ 25,078,825.63
DIVISION 2 BASE BID WORK - Backbone (subject to removal
based on federal funding decision)
$ 17,778,688.69
DIVISION 2 BASE BID TOTAL PRICE
$ 17,778,688.69
BASE BID TOTAL (DIVISION 1 + DIVISION 2)
$ 42,857,514.32
BASE BID TOTAL (DIVISION 1 + DIVISION 2) + ALTERNATE A
$ 75,741,806.40
BASE BID TOTAL (DIVISION 1 + DIVISION 2) + ALTERNATE B
$ 72,783,523.50
BASE BID TOTAL (DIVISION 1 + DIVISION 2) + ALTERNATE C
BASE BID TOTAL (DIVISION 1 + DIVISION 2) + ALTERNATE D
$ 81,676,917.39
$ 78,718,634.49
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 Dollars
($ ) in the form of 5•) . , 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. Date
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 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.
Thomas M. Hornick — Vice Prest
'i'.00-c40 ittiV/--el
BY: Quanta Telecommunication Solutions LLC June 14, 2023
(Name of Bidder) (Title) (Date)
Official Address: (Including Zip Code):
3190 Highway 78 — Loganville, Georgia
I.R.S. No. 81-1923479
FORM OF BID
CONRACT NO. 1088 Page 3 of 3
BID BOND
KNOW ALL BY THESE PRESENTS:
That we, Quanta Telecommunication Solutions, LLC
Federal Insurance Company
firmly bound unto City of waterloo
Obligee, (hereinafter referred to as "tire Jurisdiction"), in the penal sum of NIA
Sample Bid Bond Form
, as Principal, and
, as Surety, are held and
as
dollars ($ NIA ), or Five (6%) percent of the
amount bid in lawful money of the United States, for which payment said Principal and Surety bind
themselves, their heirs, executors, adtninistrators, 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 PDHs 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 August 1, 2023.
day of
(CUNT, BID BOND) Project Name Construction of a Fiber -To -The -Premise Feeder/Distribution and Backbone
Network Project, Contract 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 Principal or whether Principal is
joined in any such action o1 actions or not.
NOW, THEREFORE, if said proposal by the Principal be accepted, and the Principal shall enter into a contract
with Jut isdiction in accordance with the terms of such proposal, including the provision of insurance and of a
bond as may be specified in the contract documents, with good and sufficient surety for the faithful
performance of such contract, for the prompt payment of labor and material furnished in the prosecution
thereof, and for the maintenance of said hnprovernents as may be required thei ein, 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 12th.
SURETY:
Federal Insurance Company
gnature Attorney-in-Fact/Officer
Cheryl M. Husted, Attorney -In -Fact
Printed Name of Attorney-in-Fact/Officer
Federal Insurance Company
Cotnpany Name
202E Hall's Mill Road
Company Address
Whitehouse Station, NJ 08889
City, State, Zip Code
908-903-3491
Company Telephone Number
June , 2023
By
PRINCIPAL:
•
Quanta Telecommunication Solutions, LLC
Bidder
•D,L-Ca6 ,�fkfrniaL
Signature
•
Cfrokta4 AA. -Horn ce_ic.
- Printed Ntvnc
Vide Pre5idellit
Title
3190 Highway 78
Address
Loganviile, GA 30052
City, State, Zip Code
770.363-1804
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 Powei of Attorney accompanying this bond must be valid on its face and sealed with the Surety's
raised, embossing seal.
r:i—IE3
Power of Attorney
Federal In rance Company I Vigilant Insurance Company I Pacific Indemnity Company
Westchester Fire Insurance Company I ACE American Insul ance Company
Know All by These Presents, that FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, PACIFIC INDEMNITY
COMPANY, a Wisconsin corporation, WESTCHESTER FIRE INSURANCE COMPANY an ACE AMERICAN INSURANCE COMPANY corporations of the Commonwealth of Pennsylvania,
do each hereby constitute and appoint Cheryl M. Husted of Denver, Colorado
each as their true and lawful Attorney -in -Fact to execute tin r such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon
or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instrutnents
amending or altering the saute, and consents to the modification or alteration of any Instrument referred to in said bonds or obligations.
In Witness Where , said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY
and ACE AMERICAN INSURANCE COMPAN have each executed and attested these presents and affixed their corporate seals on this 23rd day o February, 2023,
OC4.L0-&- tn. eKtivuaC
I tiv:u \I. Chinn 1ti. A R-4:-4;1nI Secretary
STATE OF NEW JERSEY
County of Hunterdon
SS.
Steppe i \1, !;alley, Vice President
On this 23rd day February 20 before me, a Notary Public of New Jersey, personally came Dawn M. Chloros and Stephen M. Haney, to me known to be Assistant Secretary and Vice
President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE
AMERICAN INSURANCE COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros and Stephen M. Haney, being by me duly sworn,
severally and each for herself and himself did depose and say that they are Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT
INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seals
thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that their signatures as such
officers were duly affixed and subscribed by like aut rity.
Notarial Seal
Albert Contursl
NOTARY PUR1tC OF NEW JERSEY
ND 50202369
Commission Expires August 22,2027
Notary eubpe
CERTIFICATION
Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016;
WESTCHESTER FIRE INSURANCE COMPANY on December 11,2006; and ACE AMERICAN INSURANCE COMPANY on March 20, 2009:
"RESOLVED, that the following authorizations relate to the execution, for and on behalf of the Company, of bonds, undertaldngs, recognizances, contracts and other written commitntents of the Company
entered into in the ordinary course of business (each a'Written Commitment"):
(1) Each of the Chairman, the President and the Vice Presidents of the Company Is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal
of the Company or otherwise.
(2) Each duly appointed attorney -in -fact of the Company Is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise,
to the extent that such action Is authorized by the grant of powers provided for In such person's written appointment as such att rney-in-fact.
(3) Each of the Chairman, the President and the Vlce Presidents of the Company is hereby authorized, for and on behalf of th pany, to appoint In writing any person the attorney -I
fact of the Company with full power and authority to execute, for and on behalf of the Company, under the seal of the Company or otherwise, such Written Commitments of the Company
as may be specified In such written appointment, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written
Commitments.
(4) Each of the Chairman, the President and the Vlce Presidents of the Company Is hereby authorized, for and on behalf of the Company, to delegate In writing to any other officer of the
Company the authority to execute, for and on behalf of the Company, under the Company's seal or otherwise, such Written Commitments of the Company as arespecified in such written
delegation, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments.
(5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of the Company, may be affixed by
facsimile on such Written Commitment or written appointment or delegation.
FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers, employees and other persons to act for and on behalf of the
Company, and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested"
I, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE
COMPANY and ACE AMERICAN INSURANCE COMPANY (the "Companies") do hereby certify that
(I) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, c rrect and in full force and effec
(ii) the f regoing Power of Attorney Is true, correct and in full force and effect.
Given under my hand and seals of said Companies at Whitehouse Station, NJ, thi June 12, 2023
%..x,nn -T , VI �.r15b111.i�
Pawn \I. (:hhx•«.:\ssistant Secrciaiy?
IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT:
Telephone (908) 903.3493 Fax (908) 903- 3656 e-mail: surety@chubb.com
Combined: FED-VIG-PI V1rFIC-AAIC (rev. 11-19)
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of Georgia
) ss:
County of Walton
Thomas M. Hornick, being first duly sworn, deposes and says that:
1. He is Vice President of Quanta Telecommunication Solutions, LLC , the Bidder that has submitted
the attached Bid;
2. He is fully -informed respecting the preparation and contents of the attached Bid and of all pertinent
circumstances respecting such Bid;
3. Such Bid is genuine and is not a collusive or sham Bid:
4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees,
or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed,
directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in
connection with the Contract for which the attached Bid has been submitted or to refrain from bidding
in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or
collusion or communication or conference with any other Bidder, firm or person to fix the price or prices
in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price
or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or
unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in
the Proposed Contract; and
5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any
collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or any of its
agents, representatives, owners, employees, or parties in interest, including this affiant.
(Signed)
Thomas M. Hornick — Vice President
AoOtt-SARA PAISmAnsaa....
Title
Subscribed and sworn to before me this 14 day of June, 2023.
Office Manager /2b(),1,05 v)"
Title
My commission expires q. 4. zo2,5
0111
,.‘`\� p, R DOA.
S%,
O Q
• NOTARY •
_ •
AS
NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR
State of
County of
) ss:
, being first duly sworn, deposes and says that:
1. He is (Owner, Partner, Officer, Representative, or Agent) , of
hereinafter referred to as the "Subcontractor;"
2. He is fully informed respecting the preparation and contents of the subcontractor's proposal
submitted by the subcontractor to , contract pertaining to the
project
in
(City or County and State)
3. Such subcontractor's proposal is genuine and is not a collusive or sham proposal;
4. Neither the subcontractor nor any of its officers, partners, owners, agents, representatives,
employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived,
or agreed, directly or indirectly, with any other bidder, firm or person to submit a collusive or sham
proposal in connection with such contract or to refrain from submitting a proposal in connection with
such contract, or has in any manner, directly or indirectly, sought by unlawful agreement or connivance
with any other bidder, firm or person to fix the price or prices in said subcontractor's proposal, or to
fix any overhead, profit or cost element of the price of prices in said subcontractor's proposal, or to
secure through collusion, conspiracy, connivance or unlawful agreement any advantage against the
City of Waterloo, Iowa, or any person interested in the proposed contract; and
5. The price or prices quoted in the subcontractor's proposal are fair and proper and are not tainted
by any collusion, conspiracy, connivance or unlawful agreement on the part of the bidder or any
of its agents, representatives, owners, employees, or parties in interest, including this affiant.
(Signed)
Title
Subscribed and sworn to before me this
day of 20
Title
My commission expires
EQUAL OPPORTUNITY CLAUSE
(As provided in Executive Order No. 11246)
All contractors, subcontractors, vendors and suppliers of goods and services doing business with
the City and value of said business equals or exceeds ten thousand dollars ($10,000.00) annually
agreeasfollows:
1. The contractors, subcontractor, vendor and supplier of goods and services will not discriminate
against any employee or applicant for employment because of race, color, creed, sex, national
origin, economic status, age, mental or physical handicap, political opinions, or affiliations. The
contractor, subcontractor, vendor and supplier will develop an Affirmative Action program to ensure that
applicants are employed and that employees are treated during employment without regard to their race,
creed, color, sex, national origin, religion, economic status, age, mental or physical disability, political
opinions or affiliations. Such actions shall include but not be limited to the following:
a. Employment
b. Upgrading
c. Demotion or Transfer
d. Recruitment and Advertising
e. Layoff or Termination
f. Rates of Pay or Other Forms of Compensation
g. Selection for Training Including Apprenticeship
2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations or
advertisements for employees, state that all qualified applicants will receive consideration for
employment without regard to race, creed, color, sex, national origin, religion, economic status,
age, mental or physical disabilities, political opinion or affiliations.
3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative
will send to each labor union or representative of workers which he/she has a collective bargaining
agreement or other contract or understanding, a notice advising said labor union or workers'
representative of the contractor's commitment under this section.
4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all
published rules, regulations, directives, and order of the City of Waterloo Affirmative Action Program
Contract Compliance Provisions.
5. The contractor, subcontractor, vendor and supplier of goods and services will furnish and file
compliance reports within such time and upon such forms as provided by the Affirmative Action
Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of
each subcontractor as well as the contractor himself/herself and said contractor, subcontractor,
vendor and supplier will permit access to his/her employment books, records and accounts to the
City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this
contract and with rules and regulations of the City's Affirmative Action Program Contract
Compliance Provisions relative to Resolution No. 24664.
6. In the event of the contractor's non-compliance with the non-discrimination clauses of this contract
or with any of such rules, regulations and orders, this contract may be canceled, terminated or
suspended in whole or in part and the contractor may be declared ineligible for further contracts in
accordance with procedures authorized by the City Council.
7. The contractor, subcontractor, vendor and supplier of goods and services will include, or
incorporate by reference, the provisions of the non-discrimination clause in every contract,
subcontract or purchase order unless exempted by the rules, regulations or orders of the City's
Affirmative Action Program, and will provide in every subcontract, or purchase order that said
provisions will be binding upon each contractor, subcontractor, or supplier.
8. We, the undersigned, recognize that we are morally and legally committed to non-discrimination in
employment. Any person who applies for employment with our company will not be discriminated
against because of race, creed, color, sex, national origin, economic status, age, mental or physical
disabilities.
(Signed)
(Appropriate Official)
Thomas M. Hornick - Vice President June 14, 2023
(Title) (Date)
TITLE VI CIVIL RIGHTS
During the performance of this contract, the contractor (for itself), its assignees, and
successors in interest (hereinafter referred to as the "contractor') agrees as follows:
1. Compliance with Regulations: The contractor shall comply with the Regulations
relative to non-discrimination in Federally assisted programs of the DOT Title 49,
Code of Federal Regulations, Part 21, as they may be amended from time to
time, (hereinafter referred to as the Regulations), which are herein incorporated
by reference and made a part of this contract.
2. Nondiscrimination: The contractor, with regard to the work performed by it during the
contract, shall not discriminate on the grounds of race, color, national origin, sex, age,
or disability in the selection and retention of subcontractors, including procurement of
materials and leases of equipment. The contractor shall not participate either directly
or indirectly in the discrimination prohibited by section 21.5 of the Regulations,
including employment practices when the contract covers a program set forth in
Appendix B of the Regulations.
3. Solicitations for Subcontracts, Including Procurement of Materials and Equipment:
In all solicitations either by competitive bidding or negotiation made by the
contractor for work to be performed under a subcontract, including procurement
of materials or leases of equipment, each potential subcontractor or supplier shall
be notified by the contractor of the contractor's obligations under this contract and
the Regulations relative to non- discrimination on the grounds of race, color,
national origin, sex, age, or disability.
4. Information and Reports: The contractor shall provide all information and reports
required by the Regulations or directives issued pursuant there to, and shall allow
access to its books, records, accounts, other sources of information, and its
facilities as may be determined by the Contracting Authority, the Iowa DOT, or
FHWA to be pertinent to ascertain compliance with such Regulations, orders and
instructions. Where any information required of a contractor is in the exclusive
possession of another who fails or refuses to furnish this information the contractor
shall so certify to the Contracting Authority, the Iowa DOT, or the FHWA as
appropriate, and shall set forth what efforts it has made to obtain the information.
5. Sanctions for Noncompliance: In the event of the contractor's noncompliance with
the nondiscrimination provisions of this contract, the Contracting Authority, the
Iowa DOT, or the FHWA shall impose such contract sanctions as they may
determine to be appropriate, including, but not limited to:
a. Withholding of payments to the contractor under the contract until the
contractor complies, and/or
b. Cancellation, termination, or suspension of the contract, in whole or in part.
6. Incorporation of Provisions: The contractor shall include the provisions of
paragraphs (1) through (6) in every subcontract, including procurement of
materials and leases of equipment, unless exempt by the Regulations, or
directives issued pursuant thereto. The contractor shall take such action with
respect to any subcontract or procurement as the Contracting Authority, the Iowa
DOT, or the FHWA may direct as a means of enforcing such provisions including
sanctions for non-compliance: Provided, however,
that, in the event of a contractor becomes involved in, or it threatened with litigation
with a subcontractor or supplier as a result of such direction, the contractor may
request the Contracting Authority or the Iowa DOT to enter into such litigation to
protect the interests of the Contracting Authority or the Iowa DOT; and, in addition,
the contractor may request the United States to enter into such litigation to protect
the interest of the United States.
BIDDER STATUS FORM
o To be completed by all bidders
PART A
Please answer "Yes" or "No" for each of the following:
O Yes 0 No
O Yes ®No
O Yes ®No
O Yes No
O Yes ®No
My company is authorized to transact business in Iowa.
(To help you determine if your company is authorized, please review the worksheet on the next page).
My company has an office to transact business in Iowa.
My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail.
My company has been conducting business in Iowa for at least 3 years prior to the first request for
bids on this project.
My company is not a subsidiary of another business entity, or my company is a subsidiary of
another business entity that would qualify as a resident bidder in Iowa.
If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please
complete Parts B and D of this form.
If you answered "No" to one or more questions above, your company is a nonresident bidder. Please
complete Parts C and D of this form.
o To be completed by resident bidders PART B
My company has maintained offices in Iowa during the past 3 years at the following addresses:
Dates: / / to / / Address:
City, State, Zip:
Dates: / / to / / Address:
City, State, Zip:
Dates: / / to / / Address:
You may attach additional sheet(s) if needed. City, State, Zip:
To be completed by non-resident bidders
PART C
1. Name of home state or foreign country reported to the Iowa Secretary of State: Delaware
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 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.
To be completed by all bidders PART D
I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my
failure to provide accurate and truthful information may be a reason to reject my bid.
Firm Name: Quanta Telecommunication Sojutions LLC
Signature:
�� / ✓� `J n
Date: 06-14-2023
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.
O Yes GNo
O Yes
O Yes R3No
O Yes
O Yes
O Yes GNo
O Yes
O Yes
O Yes
YesG No
O Yes GNo
My business is currently registered as a contractor with the Iowa Division of Labor.
My business is a sole proprietorship, and I am an Iowa resident for Iowa income tax purposes.
My business is a general partnership or joint venture. More than 50 percent of the general
partners or joint venture parties are residents of Iowa for Iowa income tax purposes.
My business is an active corporation with the Iowa Secretary of State and has paid all fees
required by the Secretary of State, has filed its most recent biennial report, and has not filed
articles of dissolution.
My business is a corporation whose articles of incorporation are filed in a state other than Iowa,
the corporation has received a certificate of authority from the Iowa secretary of state, has filed
its most recent biennial report with the secretary of state, and has neither received a certificate of
withdrawal from the secretary of state nor had its authority revoked.
My business is a limited liability partnership which has filed a statement of qualification in this
state and the statement have not been canceled.
My business is a limited liability partnership which has filed a statement of qualification in a
state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of
cancellation has not been filed.
My business is a limited partnership or limited liability limited partnership which has filed a
certificate of limited partnership in this state and has not filed a statement of termination.
My business is a limited partnership or a limited liability limited partnership whose certificate of
limited partnership is filed in a state other than Iowa, the limited partnership or limited liability
limited partnership has received notification from the Iowa secretary of state that the application
for certificate of authority has been approved and no notice of cancellation has been filed by the
limited partnership or the limited liability limited partnership.
My business is a limited liability company whose certificate of organization is filed in Iowa and has
not filed a statement of termination.
My business is a limited liability company whose certificate of organization is filed in a state other
than Iowa, has received a certificate of authority to transact business in Iowa and the certificate
has not been revoked or canceled.
309-6001 (09-15)
Revised February
2003
CONTRACTOR'S OR SUBCONTRACTOR'S AFFIRMATIVE ACTION PROGRAM
Check box that applies to party completing program:
(X) General Contractor
( ) Subcontractor
Section A to be completed by GENERAL CONTRACTORS only:
A.
N ame of Company Quanta Telecommunication Solutions LLC
Address of Company 3190 Highway 78-Loganville, GA Zip 30052
Telephone Number (470) 415-7800
Federal ID Number (if no Federal ID Number, Owner/President's Social Security Number)
81-1923479
N ame of Equal Employment Officer N/A
N ame of Project N/A
P roject Contract Number N/A
Estimated Construction Work Dates
Start Finish
Section B to be completed by SUBCONTRACTORS only:
B.
•
N ame of General or Prime Contractor 10 cb z ciA vted
N ame of Subcontractor
S ubcontractor's Address Zip
S ubcontractor's Telephone Number ( )
S ubcontractor's Federal ID Number (if no Federal ID Number Owner/President's Social Security
N umber)
N ame of Equal Employment Officer
AFFIRMA"I'IVE ACTION PROGRAM Page 1 of 8
A. Remainder of program to be completed by party completing program, either Prime or Subcontractor.
1. The Owners and/or Principals of your company:
Name Address
Position
Ethnic
Sex Origin
£uc��.-i✓a ielecom,vi uvt i co: fi n Svl u lzo v5 i 5 cz..
6u loaf a-i61,9 f Su a ...sruice3
2. Other Areas of Interest:
If your company has branches or subsidiaries, or if your company is a branch or subsidiary of
a parent organization, give the following information:
Type of
Name Address Affiliation Degree
QutiaLv 'f 6evu l Ch Hou c5ton , rexa6 Th Ve/L-f - e f9 g
II. EMPLOYER'S POLICY (Please read carefully.)
too`
A. We, the undersigned, recognize that we are morally and legally committed to nondiscrimination
in employment. Any person who applies for employment with our company will not be
discriminated against because of race, color, creed, sex, national origin, economic status, age,
mental or physical handicap.
B. The employment policies and practices of the undersigned are to recruit and hire employees
without discrimination, and to treat them equally with respect to compensation and opportunities
for advancement, including training, upgrading, promotion and transfer. However, we realize
the inequities associated with employment training, upgrading, contracting and subcontracting
for minorities and women and we will direct our efforts to correcting any deficiencies to the
maximum extent possible. The same will be required of our SUBCONTRACTORS and
suppliers.
C. We submit this program to assure compliance with Executive Order 11246, as amended, and
other subsequent orders that may pertain to equal employment opportunity and merit
employment policies, fully realizing that our qualification and/or merit system should be
evaluated and revised, if necessary.
D. We agree to put forth the maximum effort to achieve full employment and utilization of
capabilities and productivity of all our citizens without regard to race, creed, color, sex, national
origin, economic status, age, and mental or physical handicap.
E. Quanta Telecommunication Solutions LLC will give training
(Name of Company)
and employment opportunities to local residents of Waterloo, Iowa, to the greatest extent
feasible.
AFFIRMATIVE ACTION PROGRAM Page 2 of 8
III. AFFIRMATIVE ACTION
A. Quanta Telecommunication Solutions LLC recognizes that the effective application of
a policy of (Name of Company)
merit employment involves more than just a policy statement, and Quanta Telecommunication
Solutions (Name of Company)
will, therefore, re-evaluate our Affirmative Action Program to ensure that equal employment
opportunities are available on the basis of individual merit, and to actively encourage minorities,
women and local residents to seek employment with our company on this basis.
Quanta Telecommunication Solutions LLC will undertake the following six (6) steps to improve
(Name of Company)
our Affirmative Action Program:
i. Minority Recruitment and Employment;
2. Local Recruitment and Employment,
3. Disabled Veteran and Vietnam Era Veteran Recruitment and Employment;
4. Handicapped Recruitment and Employment;
5. Female Recruitment and Employment; and
6. Training, Upgrading and Promotional Opportunities.
Quanta Telecommunication Solutions LLC will take whatever steps are necessary to
(Name of Company)
ensure that our total work force has adequate minority, female, and local representation. We
will utilize the following methods in our recruitment attempts:
1. Local advertising media (newspapers, radio, TV);
2. Community organizations (churches, clubs, schools);
3. Public and private institutions in the area (UNI, Hawkeye Community College);
4. Job Service of Iowa; and
5. Other.
D. Quanta Telecommunication Solutions LLC will seek qualified minority, female, and local group
applicants (Name of Company)
for all job categories and will make asserted efforts to increase minority, female and group
representation in occupations at the higher levels or skill and responsibility.
All sources of employment used shall be aware that we are an Equal Employment Opportunity
Employer. Labor organizations representing our employees will be notified of our Equal
Employment Opportunity Policy and Affirmative Action Program.
Training, upgrading, promotion and transfer activities at all levels will be monitored to ensure
that full consideration has been given to qualified minority, female, and local group
employees.
G. Quanta Telecommunication Solutions LLC will encourage other companies, with whom we
are (Name of Company)
associated and/or do business, to do the same and we will assist them in their efforts.
AFFIRMATIVE ACTION PROGRAM Page 3 of 8
H. Quanta Telecommunication Solutions LLC has taken the following Affirmative Action to
ensure that (Name of Company) minority, female, local contractors and/or suppliers were
provided opportunities to negotiate and/or bid on this project: (if none, write "NONE")
1. None
2.
As a result of the above efforts, we have involved minority, female, and local contractors
and/or suppliers in the following areas of subcontracting: (if none, write "NONE")
1. None
J. Quanta Telecommunication Solutions LLC will require approved Affirmative Action Programs
from (Name of Company)all nonexempt contractors who propose to work on this project
and will take whatever steps are necessary to ensure that non -minority contractors have
adequate representation of minority, female and local persons in their total work force.
K. In further accordance with rules and guidelines issued pursuant to Executive Order 11246
as amended, we establish the goals for our company, based on parity percentages supplied
by the City, and we realize these goals will be reviewed on an annual basis.
Quanta Telecommunication Solutions LLC will keep records of specific actions relative
to (Name of Company)recruitment, employment, training, upgrading and
promotion and will provide the City of Waterloo with any information relative to
same, including activities of our SUBCONTRACTORS and suppliers as necessary
or when requested.
M. Parity figures for companies located in Waterloo are as
follows: Minority Parity = .08 (8%)
N. Quanta Telecommunication Solutions LLC
(Name of Company)
Affirmative Action Employment Goals:
The definition of Affirmative Action Goals is as follows* "Goals may not be rigid and inflexible quotas
which must be met, but must be targets, reasonably attainable by means of applying every good faith
effort to make all aspects of the entire Affirmative Action Program work."
For the year 2023, please submit percentage targets for employing minorities and women. If you
already have reached your target for hiring minorities and women, please submit that
percentage.
*Goals for Minorities 1%
*Goals for Women: 1%
*Your affirmative action goals should be between 1% and 10% or more for minorities and 1% and
5% or more for women.
Please be advised that the goals or targets are purely your estimation of how many women
and minorities your company can reasonably expect to hire in 2023. Note, that none of the
AFFIRMATIVE ACTION PROGRAM Page 4 of 8
goals are rigid or inflexible. They are targets that your company calculates as reasonably
attainable. This will help the City in its monitoring procedures as required by City of Waterloo
Resolution No. 1984- 142(4).
CONTRACTOR'S TOTAL WORK
FORCE (WATERLOO)
NAME AND ADDRESS
JOB CATEGORY
RACE
SEX
HOURLY
WAGE
Tam o 0041 vied
INDICATE:
DISABLED VETERAN: DV
VIETNAM ERA VETERAN: W
HANDICAPPED: H
AFFIRMATIVE ACTION PROGRAM
Page 5 of 8
We hereby certify that we are in compliance with all City and Federal Affirmative Action Regulations and agree
to accept all liability for failure to comply.
Respectfully submitted,
'')/k-Qw6s Wbraie-dt-
By: Quanta Telecommunication Solutions LLC
Company Executive
June 14, 2023
Date
By: N/A
Equal Employment
Opportunity Officer
Date
City of Waterloo Affirmative Action Officer
Approved
Disapproved Reason:
By:
Date:
AFFIRMATIVE ACTION PROGRAM Page 6 of 8
Base Bid
Unit # LABOR
All line items including zero quantity should have an "Unit Cost" entry
Unit Cost
Unit Cost
Division 2
BB Units
Division 1
'RETH Units
Division 2
BB Cost
Division 1
FTTH Cost
1
Directional Bore (1) 1 ", (2) 2", (3) 1.25" —>(LF]
LF
$ 17.50
389
-
$ 6,807.50
$ -
2
Directional Bore (0)1", (2) 2", (3) 1.25"-->(LF]
LF
$ 16.00
1,264
49
$ 20,224.00
$ 784.00
3
Directional Bore (1) 1 ", (0) 2", (3) 1.25"-->[LF]
LF
$ 14.00
136,394
-
$ 1,909,516.00
$ -
4
Directional Bore (1) 1", (1) 2", (3) 1.25"-->(LF]
LF
$ 17.50
1,018
-
$ 17,815.00
$ -
5
Directional Bore (0)1", (1) 2", (3) 1.25" —>[LF]
LF
$ 14.00
9,459
-
$ 132,426.00
$ -
6
Directional Bore (0)1", (0) 2", (3) 1.25" —>[LF]
LF
$ 13.00
164,244
-
$ 2,135,172.00
$ -
7
Directional Bore (2)1", (0) 2", (3) 1.25" —>[LF]
LF
$ 17.50
176
-
$ 3,080.00
$ -
8
Directional Bore (0) 1", (1) 2", (0) 1.25"-->[LF]
LF
$ 12.50
5,602
97,809
$ 70,025.00
$ 1,222,612.50
9
Directional Bore (0) 1", (2) 2", (0) 1.25" —>[LF]
LF
$ 13.50
3,286
21,972
$ 44,361.00
$ 296,622.00
10
Directional Bore (0) 1", (0) 2", (4) 1.25"-->[LF)
LF
$ 15.00
130
-
$ 1,950.00
$ -
11
Directional Bore (1) 1 ", (0) 2", (4) 1.25" —>[LF]
LF
$ 16.50
626
-
$ 10,329.00
$ -
12
Directional Bore (2) 1", (2) 2", (3) 1.25"-->[LF]
LF
$ 19.00
26
-
$ 494.00
$ -
13
Directional Bore (0) 1", (4) 2", (0) 1.25" —>[LF]
LF
$ 21.00
26
297
$ 546.00
$ 6,237.00
14
Directional Bore (0) 1", (0) 2", (2) 1.25" —>[LF]
LF
$ 12.50
94,929
26
$ 1,186,612.50
$ 325.00
15
Directional Bore (1) 1", (0) 2", (2) 1.25" —>[LF]
LF
$ 13.00
113,908
151
$ 1,480,804.00
$ 1,963.00
16
Directional Bore (0) 1", (0) 2", (1) 1.25"-->[LF)
LF
$ 12.00
323
-
$ 3,876.00
$ -
17
Directional Bore (1) 1 ", (0) 2", (0) 1.25" —>[LF]
LF
$ 12.00
-
389,253
$ -
$ 4,671,036.00
18
Directional Bore (0) 1 ", (3) 2", (0) 1.25" —>[LF]
LF
$ 16.00
-
3,690
$ -
$ 59,040.00
19
Directional Bore (1) 1", (1) 2", (0) 1.25" —>[LF]
LF
$ 13.00
-
103,676
$ -
$ 1,347,788.00
20
Directional Bore (2) 1", (0) 2", (0) 1.25"—>[LF]
LF
$ 13.00
-
129
$ -
$ 1,677.00
21
Directional Bore (1) 1 ", (2) 2", (0) 1.25" —>[LF]
LF
$ 14.00
-
4,742
$ -
$ 66,388.00
22
Directional Bore (2) 1 ", (1) 2", (0) 1.25"-->[LF]
LF
$ 14.00
-
59
$ -
$ 826.00
23
Directional Bore (1) 1", (1) 2", (2) 1.25" —>[LF]
LF
$ 14.00
9,837
-
$ 137,718.00
$ -
24
Directional Bore (0) 1 ", (2) 2", (2) 1.25" —>[LF)
LF
$ 13.50
3,963
-
$ 53,500.50
$ -
25
Directional Bore (0) 1", (1) 2", (2) 1.25" —>[LF]
LF
$ 14.50
14,969
-
$ 217,050.50
$ -
26
Missile Bore (1) 1" conduit 30" deep-->(LF]
LF
$ 10.10
-
$ -
$ -
27
Pull (4) 2" sdr 11 conduits in 8" casing —>[FT]
$ 3.85
-
-
$ -
$ -
FT
28
Bore 6" Casing (Steel)-->[LF]
LF
$ 48.00
100
-
$ 4,800.00
$ -
29
Bore 6" Casing (PVC) —>[LF]
LF
$ 40.00
100
-
$ 4,000.00
$ -
30
Bore 8" Casing (Steel) —>[LFJ
LF
$ 50.00
100
-
$ 5,000.00
$ -
31
Bore 8" Casing (PVC) —>[LF]
LF
$ 45.00
2,632
1,034
$ 118,440.00
$ 46,530.00
32
Deep Bore - Water Crossing-->(LF]
LF
$ 175.00
100
-
$ 17,500.00
$ -
33
Install Muletapc In New Conduit —>[FT]
$ 0.30
1,738,646
376,707
$ 521,593.80
$ 113,012.10
FT
34
Bore Rock Adder-->(LF)
LF
$ 60.00
-
-
$ -
$ -
35
Trench Rock Adder —>[LF]
LF
$ 20.00
-
-
$ -
$ -
36
Install #12 AWG Insulated Tracer Wire-->[LF]
LF
$ 0.30
518,988
2,055,464
$ 155,696.40
$ 616,639.20
37
Install 5/8"x8' Copper Clad Ground Rod —>(EA]
EA
$ 35.00
276
1,039
$ 9,660.00
$ 36,365.00
38
Install 3.5" Dia PVC Round Marker Posts with Orange Dome Top —>[EA]
EA
$ 35.00
676
6,181
$ 23,660.00
$ 216,335.00
39
Install 3.5" Dia PVC Round Marker Posts with Orange Dome Top with Test Station —>[EA]
EA
$ 50.00
234
2,067
$ 11,700.00
$ 103,350.00
40
Install RFID Ball/Peg Markers -->[EA]
EA
$ 5.00
-
-
$ -
$ -
41
Install RFID Rope —>[LF]
LF
$ 0.35
-
-
$ -
4.$ -
42
Proof Existing Conduit - any size —>[LF]
LF
$ 0.85
-
-
$ -
$ -
43
Rod Existing Conduit and Install Pull Tape —>(LF)
LF
$ 1.50
-
-
$ -
$ -
44
Remove existing cable - Le. coax/twisted pair in street light conduits to replace with fiber-->[LF]
LF
$ 1.45
-
-
$ -
$ -
45
Installation, Underground Fiber Cable - Including Slack (2ct Fiber)-->[LF]
LF
$ 1.05
-
-
$ -
$ -
46
Installation, Underground Fiber Cable - Including Slack (Regular Loose Tube Fiber)-->[LF]
LF
$ 1.25
589,118
571,020
$ 736,397.50
$ 713,775.00
47
Installation, Underground Fiber Cable - Including Slack (Micro fiber must be blown In)-->[LF]
LF
$ 0.98
$ -
$ -
48
Installation, MST in Pedestal-->fEA1
EA
$ 30.00
-
-
$ -
$ -
49
Installation, Pedestal -->[EA]
EA
$ 60.00
-
-
$ -
$ -
50
Installation, Drop Vault, 12" X 12"-->[EA1
EA
$ 85.00
-
-
$ -
$ -
51
Instaliation, Small Vault, 13" x 24" (Composite) -->(EA)
EA
$ 85.00
$ -
$ -
52
Installation, Small Vault, 17" x 30"-->[EA]
EA
$ 85.00
44
16
$ 3,740.00
$ 1,360.00
53
Installation, Vault 24" x 36" ->[EA]
EA
$ 150.00
1,003
3,388
$ 150,450.00
$ 508,200.00
54
Instaliation, Large Vault 30" x 48" ->[EA]
EA
$ 300.00
137
14
$ 41,100.00
$ 4,200.00
55
Installation, Extra Large Vault 48" x 60"-->[EA]
EA
$ 400.00
55
122
$ 22,000.00
$ 48,800.00
56
Install 4'x4'x4' Split Concrete Manhole ->[EA]
EA
$ 800.00
-
-
$ -
$ -
57
Remove and Replace Handhole - including fixing sweeps Into HH ->[EA]
EA
$ 400.00
-
-
$ -
$ -
58
Prep and Pour Concrete Pad for POP Site ->[EA] (Quote)
EA
-
-
$ -
$ -
59
Sawcut, Remove and Replace Asphalt 6" Thick-->[SgrFt]
SqrFt
$ 31.00
6,060
13,706
$ 187,849.67
$ 424,896.33
60
Sawcut, Remove and Replace Concrete 6" Thick->[SgrFt]
SqrFt
$ 29.00
6,060
13,706
$ 175,730.33
$ 397,483.67
61
Remove and Replace Brick Pavers->[SgrFt] (Quote)
SqrFt
-
-
$ -
$ -
62
Sawcut, Remove and Replace Asphalt 8" Thick ->[SqrFt]
SqrFt
$ 33.00
6,060
13,706
$ 199,969.00
$ 452,309.00
63
Sawcut, Remove and Replace Concrete 8" Thick->[SgrFt]
SqrFt
$ 30.00
6,060
13,706
$ 181,790.00
$ 411,190.00
64
Sawcut, Remove and Replace Asphalt 10" Thick->[SgrFt]
SqrFt
$ 34.00
6,060
13,706
$ 206,028.67
$ 466,015.33
65
Sawcut, Remove and Replace Concrete 10" Thick->[SgrFt]
SqrFt
$ 31.00
6,060
13,706
$ 187,849.67
$ 424,896.33
66
-
-
$ -
$ -
67
-
-
$ -
$ -
UNDERGROUND - BURIED LABOR TOTAL
$ 10,397,262.03
S 12,660,655.47
a
AERIAL -STRAND/LASH_._- :1Lt.._
68
Lash/Mount Closure ->[EA]
EA
$ 150.00
-
-
$ -
$ -
69
Bond Strand/Guy to pole ground + materials ->[EA]
EA
$ 12.50
10
-
$ 125.00
$ -
70
Install Strand ->[FT]
FT
$ 1.10
4,000
-
$ 4,400.00
$ -
71
Install Snow Shoes -->[EA]
EA
$ 75.00
-
-
$ -
$ -
72
Install Aerial Slack -->(EA)
EA
$ 150.00
400
-
$ 60,000.00
$ -
73
Install / Lash Aerial Cable -->[FT]
$ 1.80
4,000
-
$ 7,200.00
$ -
FT
74
Tree Trimming ->(Ff)
$ 2.60
400
-
$ 1,040.00
$ -
FT
75
Install Pole Risers ->[EA]
EA
$ 85.00
8
-
$ 680.00
$ -
76
Install Down Guy & Anchors ->[EA]
EA
$ 150.00
8
-
$ 1,200.00
$ -
77
Pole Transfer / Make Ready (Straight Through) -->[EA]
EA
$ 85.00
2
-
$ 170.00
$ -
73
Pole Transfer / Make Ready (Dead-end) ->[EA]
EA
$ 105.00
3
-
$ 315.00
$ -
79
Pole Transfer / Make Ready (Double Dead-end) ->[EA]
EA
$ 140.00
3
-
$ 420.00
$ -
30
-
-
$ -
$ -
81
-
-
$ -
$ -
82
-
-
$ -
$ -
83
-
-
$ -
$ -
84
-
-
$ -
$ -
85
-
-
$ -
$ -
86
-
-
$ -
$ -
87
-
-
$ -
$ -
88
-
-
$ -
$ -
89
-
-
$ -
$ -
AERIAL -STRAND/LASH LABOR TOTAL
$ 75,550.00
$ -
Quote
Quote
SPLICING
127
Install New Splice Case & Prep Cable —>[EA]
EA
$ 310.00
220
155
$ 68,200.00
$ 48,050.00
128
Re-enter splice closure -->[EA]
EA
$ 240.00
-
-
$ -
$ -
129
Ground Splice Case + Materials -->[EA]
EA
$ 45.00
-
-
$ -
$ -
130
Splicing, Fusion, Single Fiber —>[EA]
EA
$ 35.00
39,511
42,528
$ 1,382,885.00
$ 1,488,480.00
131
Splicing Fusion, Single fiber Pigtail at panel —>[EA]
EA
$ 40.00
-
45,744
$ -
$ 1,829,760.00
132
Splicing, Mass Fusion, 12 Fiber Ribbon —>(RIBBON]
RIBBON
$ 180.00
-
-
$ -
$ -
133
Testing, OTDR, Unl-Directional, Power Meter Testing —>[EA]
EA
$ 5.00
4,416
42,528
$ 22,080.00
$ 212,640.00
134
Testing, OTDR, Bi-Directional, Power Meter Testing -->[EA]
EA
$ 8.00
1,152
3,216
$ 9,216.00
$ 25,728.00
135
Testing existing cables BI-Directional —>[EA]
EA
$ 500.00
-
-
$ -
$ -
136
Document existing splicing —>[EA]
EA
$ 275.00
-
-
$ -
$ -
137
Reel testing -->[EA] (per Fiber)
EA
$ 4.25
-
-
$ -
$ -
138
Prep cable in PED for NAP —>[EA]
EA
$ 150.00
-
-
$ -
$ -
139
-
-
$ -
$
140
-
-
$ -
$ -
141
-
-
$ -
$ -
142
-
-
$ -
$ -
143
-
-
$ -
$ -
144
-
-
$ -
$ -
SPLICING LABOR TOTAL
$ 1,482,381.00
$
3,604,658.00
PATCH PANELS AND CABINETS
_
145
Install Outdoor Powered Cabinet + Site prep and Concrete Pad —›[EA] (Quote)
EA
-
-
$ -
$ -
146
Install Pad mounted FDH Splitter Cabinet + Site prep and Prefab Vault -->[EA]
EA
$ 3,500.00
-
134
$ -
$ 469,000.00
147
Install Pole mounted FDH Splitter Cabinet —>[EA]
EA
$ 220.00
-
-
$ -
$ -
148
Install rack mounted patch panel (Any Size) and talcs -->(EA]
EA
$ 500.00
188
-
$ 94,000.00
$ -
149
Install Wall Mount Fiber Enclosure —>(EA]
EA
$ 450.00
188
-
$ 84,600.00
$ -
150
Install 7ft Rack for patch panels —›[EA]
EA
$ 650.00
2
-
$ 1,300.00
$ -
151
-
-
$ -
$ -
152
-
-
$ -
$ -
153
-
-
$ -
$ -
154
-
-
$ -
$ -
155
-
-
$ -
$ -
156
-
-
$ -
$ -
157
-
-
$ -
$ -
158
-
-
$ -
$ -
159
-
-
$ -
$ -
160
-
-
$ -
$ -
PATCH PANELS AND CABINETS LABOR TOTAL
$. 179,900.00
$ 469,000.00
GENERAL.
161
Pull fiber through building —>[FT]
$ 3.75
36,800
-
$ 138,000.00
$ -
FT
162
Install 2" Electric Metal Tubing (EMT)-->[LFJ
LF
$ 8.00
1,840
-
$ 14,720.00
$ -
163
4" Core Bore -->[EA]
EA
$ 300.00
368
-
$ 110,400.00
$ -
164
2" Building Riser with LB - Up to 10' —>[EA]
EA
$ 65.00
368
-
$ 23,920.00
$ -
165
Install Nema Enclosure -->[EA]
EA
$ 280.00
368
-
$ 103,040.00
$ -
Quote
166
-
-
$ -
$ -
167
-
-
$ -
$ -
168
_
-
$ -
$ -
169
-
-
$ -
$ -
170
-
-
$ -
$ -
171
$ -
$ -
172
-
-
$ -
$ -
173
-
-
$ -
$ -
174
-
-
$ -
$ -
175
-
-
$ -
$ 390,080.00
$ -
GENERAL
LABOR TOTAL
$ -
MATERIALS
176
FT
$
0.19
-
-
$
-
$
-
2 CT Fiber Cable ->[FT]
177
12 CT Fiber Cable - American Made - Loose Tube all dielectric ->[FT]
FT
$
0.35
-
139,187
$
-
$
48,715.45
178
FT
$
0.43
192,315
71,133
$
82,695.45
$
30,587.19
24 CT Fiber Cable - American Made - Loose Tube all dielectric -->[FT]
179
$
0.58
-
19,035
$
-
$
11,040.30
48 CT Fiber Cable - American Made - Loose Tube all dielectric ->[FT]
FT
180
$
0.92
97,543
-
$
89,739.56
$
-
96 CT Fiber Cable - American Made - Loose Tube all dielectric -->[FT]
FT
181
144 CT Fiber Cable - American Made - Loose Tube all dielectric -->[FT]
$
1.33
20,377
214,415
$
27,101.41
$
285,171.95
FT
182
$
1.95
-
-
$
-
$
-
216 CT Fiber Cable - American Made - Loose Tube all dielectric -->[FT]
FT
183
$
2.21
278,883
127,250
$
616,331.43
$
281,222.50
288 CT Fiber Cable - American Made - Loose Tube all dielectric ->[FT]
FT
184
$
0.28
$
-
$
-
12 CT Micro Fiber Cable - Commscope: 810009898/DB - B-012-LN-8F-M12BK/14D ->[FT]
FT
185
24 CT Micro Fiber Cable - Commscope: 810009899/DB - B-024-LN-EF-M12BK/14D ->[FT]
$
0.38
$
-
$
-
FT
186
$
0.55
$
-
$
-
48 CT Micro Fiber Cable - Commscope: 810009901/DB - B-048-LN-8F-F12BK/14D ->[FT]
FT
187
$
0.97
$
-
$
-
96 CT Micro Fiber Cable - Commscope: 810009903/DB - B-096-LN-8F-M12BK/14D-->[FT]
FT
188
$
1.40
$
-
$
-
144 CT Micro Fiber Cable - Commscope: 810009904/DB - B-144-LN-8F-M12BK/14D-->[FT]
FT
189
288 CT Micro Fiber Cable - Commscope: 810009727/DB - B-288-LN-8F-M24NS/17T 200 ->[FT]
$
2.93
$
-
$
-
FT
190
$
3.64
-
-
$
-
$
-
432 CT Fiber Cable - American Made - Loose Tube ->[FT]
FT
191
Quote)
-
-
$
-
$
-
864 CT Fiber Cable - American Made - Loose Tube -->[FT] ( Market
FT
192
Drop Fiber Cable -->[FT]
FT
$
0.19
-
-
$
-
$
-
193
-
-
$
-
$
194
-
-
$
-
$
-
195
-
-
$
-
$
FIBER MATERIAL TOTAL
$
815,867.85
$
656,737.39
UNDERGROUND
.Mlin
196
1" HDPE Roll Conduit, Orange - SDR 11 ->[FT]
$ 0.51
262,576
2,055,180
$ 133,913.76
$ 1,048,141.80
FT
197
1.25" HDPE Roll Conduit, Orange - SDR 11 ->[FT]
FT
$ 0.61
1,417,469
501
$ 864,656.09
$ 305.61
198
2" HDPE Roll Conduit, Orange - SDR 11-->[FT]
FT
$ 1.22
58,845
267,328
$ 71,790.90
$ 326,140.16
199
4" HDPE Roll Condult, Orange - SDR 11-->[FT]
FT
$ 6.07
-
-
$ -
$ -
200
Microduct ->[FT]
$ 2.12
-
-
$ -
$ -
FT
201
2" PVC Schedule 40 Bell End ->[FT]
FT
$ 3.64
-
-
$ -
$ -
202
Mule Tape -->[FT]
FT
$ 0.04
1,738,646
376,707
$ 69,545.84
$ 15,068.28
203
#12 AWG Solid Thhn Insulated Tracer Wire ->[FT]
FT
$ 0.16
518,988
2,055,464
$ 83,038.08
$ 328,874.24
204
5/8"x8' Copper Clad Ground Rod ->[EA]
EA
$ 37.56
276
1,039
$ 10,366.56
$ 39,024.84
205
Drop Vault, 12" x 12" ->[EA]
EA
$ 439.25
-
-
$ -
$ -
206
Small Vault, 17" x 30" - NEWBASIS - FCA173024T-00006 (Or equivalent) ->[EA]
EA
$ 498.20
44
16
$ 21,920.80
$ 7,971.20
207
Small Vault, 13" x 24" - Composite - HUBBELL - DT132418HDHDIOLW (Or equivalent) ->[EA]
EA
$ 498.20
$ -
$ -
208
Vault, 24" x 36" - NEWBASIS - FCA243624T-00006 (Or equivalent) --"[EA]
EA
$ 1,019.04
1,003
3,388
$ 1,022,097.12
$ 3,452,507.52
209
Large Vault, 30" x 48" - NEWBASIS - FCA304824T-00006 (Or equivalent) -->[EA]
EA
$ 1,325.64
137
14
$ 181,612.68
$ 18,558.96
210
Extra Large Vault 48" x 60" (Split Lid) - NEWBASIS - FCA366036TN20-H2MDNN-00003 (Or equivalent) ->[EAJ
EA
$ 4,308.00
55
122
$ 236,940.00
$ 525,576.00
211
4'x4'x4' Precast "split" Manhole with Frame, Cover, and Racking ->[EA]
EA
$ 12,104.92
-
-
$ -
$ -
212
2" EMT Conduit ->[FT]
$ 4.62
-
-
$ -
$ -
FT
213
2" EMT LB ->[EA]
EA
$ 19.23
-
-
$ -
$ -
214
Plowable Fill ->[CY]
CY
$ 153.00
-
-
$ -
$ -
215
TN
$ 50.00
-
-
$ -
$ -
Imported Granular Backfill ->[TN]
216
3.5" Dia PVC Round Marker Posts with Orange Dome Top, 8 ft. In length -->[EA]
EA
$ 19.43
676
6,181
$ 13,134.63
$ 120,096.83
217
3.5" Dia PVC Round Locate Posts with Orange "Top Hat", 8 ft. in length with shorting straps -->[EA]
EA
$ 38.97
234
2,067
$ 9,118.98
$ 80,550.99
213
RFID Bali/Peg Markers ->[EA]
EA
$ 17.26
-
-
$ -
$ -
219
RFID Rope -->[FT]
$ 0.16
-
-
$ -
$ -
FT
220
6"SDR 11 ->[FT]
$ 10.60
100
-
$ 1,060.00
$ -
FT
221
8" SDR 11 ->[FT]
FT
$ 16.24
2,632
1,034
$ 42,743.68
$ 16,792.16
222
6" Steel Casing ->[FT]
FT
$ 45.00
100
-
$ 4,500.00
$ -
223
8" Ste& Casing ->[FT]
FT
$ 48.00
200
-
$ 9,600.00
$ -
224
Ped - 3" - Charles Ind - BDO304-EGT-->[EA]
EA
$ 260.57
-
-
$ -
$ -
225
Ped - 10" - Charles Ind - BDO305-EGT-->[EA]
EA
$ 309.64
-
$ -
$ -
226
EA
-
-
$ -
$ -
227
EA
-
-
$ -
$ -
228
EA
-
-
$ -
$ -
UNDERGROUND MATERIAL TOTAL
$ 2,776,039.17
$ 5,979,608.59
CLOSURES
229
FOSC 450 B Closure - Commscope: FOSC450-B6-6-24-1-BOV ->[EA]
EA
$ 341.00
-
$ -
$ -
230
Splice Tray for B-Gel Closure (SM12) - Commscope: FOSC-ACC-B-TRAY-24-KIT-->[EA]
EA
$ 38.80
-
$ -
$ -
231
Slack Basket for B-Gel Closure - Commscope: FOSC-ACC-B-BASKET-TALL-->[EA]
EA
$ 36.00
-
$ -
$ -
232
FOSC 450 C Closure ->[EA]
EA
$ 361.00
-
-
$ -
$ -
233
Splice Tray for C-Gel Closure (SM12)-->[EA]
EA
$ 38.80
-
-
$ -
$ -
234
Slack Basket for C-Gel Closure ->[EA]
EA
$ 36.00
-
-
$ -
$ -
235
FOSC 450 D Closure - Commscope: FOSC450-D6-6-72-1-DOV-->(EA]
EA
$ 524.74
220
155
$ 115,442.80
$ 81,334.70
236
D Size splice Tray - Cornmscope: FOSC-ACC-D-TRAY-72-KIT ->[EA]
EA
$ 38.80
220
155
$ 8,536.00
$ 6,014.00
237
EA
$ 36.00
61
45
$ 2,196.00
$ 1,620.00
Slack Basket for D-Gel Closure - Commscope: FOSC-ACC-D-BASKET-TALL ->[EA]
238
FOSC 600 D Closure ->[EA]
EA
$ 705.00
-
-
$ -
$ -
239
600 D Size splice Tray ->[EA)
EA
$ 51.92
-
-
$ -
$ -
240
Slack Basket for 600 D-Gel Closure -->[EA]
EA
$ 50.00
-
-
$ -
$ -
241
PLP COYOTE HD Dome Closure (Loose tube 576-864 splices) -->[EA]
EA
$ 864.74
-
-
$ -
$ -
242
Commscope CSC100 Micro Closure - CSC100 - CSC3-U5A1A1 BA000 ->[EA]
EA
$ 87.86
-
$ -
$ -
243
Commscope CSC150 Micro Closure - CSC150 - CSCS-05A1A1 BA000, can quote as alternate: OFDC-B8G - OFDC-B8G-NN/00
EA
$ 87.86
-
$ -
$ -
244
Commscope CSC200 Micro Closure -->[EA]
EA
$ 148.00
-
-
$ -
$ -
245
-
-
$ -
$ -
246
-
-
$ -
$ -
247
-
-
$ -
$ -
248
-
249
-
-
$ -
$ -
250
-
-
$ -
$ -
CLOSURES MATERIAL TOTAL
$ 126,174,80
$ 88,968.70
PATCH PANELS AND CABINETS
270
Outdoor Powered Cabinet —>[EA)
EA
-
-
$ -
$ -
271
144F Pad mounted FDH Splitter Cabinet -->[EA]
EA
$ 8,223.00
-
-
$ -
$ -
272
288F Pad mounted FDH Splitter Cabinet - CLEARFIELD - R-DB2-288-C1 E-0200-B 100F, V7B-CZP-->[EA)
EA
$ 8,223.00
-
129
$ -
$ 1,060,767.00
273
432F Pad mounted FDH Splitter Cabinet - CLEARFIELD - R-FB2-432-C1 E-0300-B 100F, V7B-CZP-->[EA)
EA
$ 10,671.00
-
5
$ -
$ 53,355.00
274
144F Pole mounted FDH Splitter Cabinet -->[EA]
EA
$ 8,423.00
-
-
$ -
$ -
275
288F Pole mounted FDH Splitter Cabinet —>[EA]
EA
$ 8,423.00
-
-
$ -
$ -
276
432F Pole mounted FDH Splitter Cabinet -->[EA]
EA
$ 10,871.00
-
-
$ -
$ -
277
1x32Splitter - CLEARFIELD -KC1-CAA—>[EA)
EA
$ 944.00
-
-
$ -
$ -
278
1 x64 Splitter - CLEARFIELD - KCD-CAA-->[EA]
EA
$ 1,884.61
-
268
$ -
$ 505,075.48
279
12 port rack mount panel -->[EA]
EA
$ 669.48
-
-
$ -
$ -
280
24 port rack mount panel - CLEARFIELD - G-JBB-024-C1 F-BZZ-->[EA]
EA
$ 669.48
188
-
$ 125,862.24
$ -
281
48 port rack mount panel -->[EA]
EA
$ 1,338.96
-
-
$ -
$ -
282
96 port rack mount panel -->[EA]
EA
$ 5,298.71
-
-
$ -
$ -
283
144 port rack mount panel —>[EA]
EA
$ 6,541.33
-
-
$ -
$ -
284
288 port rack mount panel - CLEARFIELD - G-HBB-288-C1 F-AZZ —>[EA]
EA
$ 6,541.33
4
-
$ 26,165.32
$ -
285
Wall Mount Flber Enclosure - CLEARFIELD - FDP-XWB2-24-SCA-B-->[EA]
EA
$ 566.00
188
-
$ 106,408.00
$ -
286
7ft Rack for patch panels - CLEARFIELD - FMA-A1A-E,FMA-L1 Z-SUB,009106,(2) FMA-EZA-->[EA]
EA
$ 855.51
2
-
$ 1,711.02
$ -
287
NEMA Enclosure - HOFFMAN - CSD242412S5, CP2424 —>[EA)
EA
$ 3,451.28
368
-
$ 1,270,071.04
$ -
288
-
-
$ -
$ -
289
-
-
$ -
$ -
290
-
-
$ -
$ -
291
-
-
$ -
$ -
292
-
-
$ -
$ -
293
-
-
$ -
$ -
294
-
-
$ -
$ -
295
-
-
$ -
$ -
296
-
-
$ -
$ -
297
-
-
$ -
$ 1,530,217.62
$ -
$ 1,619,197.48
PATCH PANELS AND CABINETS MATERIAL TOTAL
AERIAL
298
Snow Shoes - 22" Snow Show —>[EA)
EA
$ 64.10
8
-
$ 512.80
$ -
299
POLE
$ 57.69
8
-
$ 461.52
$ -
U Guard - 3" U-guard in 10FT sections —>[POLE]
300
Anchors —>[EA]
EA
$ 76.13
8
-
$ 609.04
$ -
301
Guy Marker - Yellow plastic cover for visibility of down guy -->[EA]
EA
$ 5.44
8
-
$ 43.52
$ -
302
New 35'-40' wooden pole for fiber attachments —>[EA]
EA
$ 641.02
2
-
$ 1,282.04
$ -
303
-
-
$ -
$ -
304
-
-
$ -
$ -
305
-
-
$ -
$ -
306
-
-
$ -
$ -
307
-
-
$ -
$ -
308
-
-
$ -
$ _
309
-
-
$ -
$ -
310
-
-
$ -
$ 2,908.92
$ -
AERIAL MATERIAL TOTAL
$ -
AERIAL - STRAND/LASH
311
Pole Attachment Hardware (Not needed if Included in the labor price) -->[POLE]
POLE
$
6.73
10
-
$
67.30
$ -
312
Lashing Wire (Not needed if Included In the labor price) -->[FT]
FT
$
0.02
4,000
-
$
80.00
$ -
313
6M Strand -->[FT]
FT
$
0.54
4,000
-
$
2,160.00
$ -
314
_
-
$
-
$ -
315
-
-
$
-
$ -
316
-
-
$
-
$ -
317
-
-
$
-
$ -
318
-
-
$
-
$ -
319
-
-
$
-
$ -
320
-
-
$
-
$ -
321
-
-
$
-
$ -
322
-
-
$
-
$ -
323
-
-
$
-
$ -
AERIAL - STRAND/LASH MATERIAL TOTAL
$
2,307.30
S. -
Base Bid Total
Alternate A: (1) 1" installed at 42" HDD and Pedestals
Unit 1t LABOR
Unit Cost
Unit Cost
BB Units
FTTH Units
Division 2 BB Base Bid Division 1 FTTH Base Bid
$ 17,778,688.69 $
25,078,825.63
BB Cost
FTTH Cost
UNDERGROUND LABOR
17
Directional Bore (1) 1 ", (0) 2", (0) 1.25"-->[LF]
LF
$ 12.00
1,556,991
$ -
$ 18,683,892.00
26
Missile Bore (1) 1" conduit 30" deep —>[LF)
LF
$ 10.10
$ -
$ -
46
Installation, Underground Fiber Cable - Including Slack (Regular Loose Tube Fiber) —›[LF]
LF
$ 1.25
2,765,202
$ -
$ 3,456,502.50
47
Installation, Underground Fiber Cable - Including Slack (Micro fiber must be blown in)-->[LF]
LF
$ 0.98
$ -
$ -
49
Installation, Pedestal -->[EA]
EA
$ 60.00
12,336
$ -
$ 740,160.00
51
Installation, Small Vault, 13" x 24" (Composite) -->[EA]
EA
$ 85.00
$ -
$ -
SPLICING -_._ - _____
__._
-. _ .
---
127
Install New Splice Case & Prep Cable —>[EA]
EA
$ 310.00
3,322
$ -
S 1,029,820.00
138
Prep cable in PED for NAP —>[EA]
EA
$ 150.00
12,336
$ -
$ 1,850,400.00
Material
FIBER •——'----------
177
$ 0.35
713,087
$ -
$ 249,580.45
12 CT Fiber Cable - American Made - Loose Tube all dielectric —>[FT]
FT
178
FT
$ 0.43
625,044
$ -
$ 268,768.92
24 CT Fiber Cable - American Made - Loose Tube all dielectric —>[FT]
179
48 CT Fiber Cable - American Made - Loose Tube all dielectric —>[FT]
FT
$ 0.58
470,545
$ -
$ 272,916.10
180
FT
$ 0.92
321,794
$ -
$ 296,050.48
96 CT Fiber Cable - American Made - Loose Tube all dielectric -->[FT]
181
FT
$ 1.33
489,353
$ -
$ 650,839.49
144 CT Fiber Cable - American Made - Loose Tube all dielectric —›FT]
182
FT
$ 1.95
$ -
$ -
216 CT Fiber Cable - American Made - Loose Tube all dielectric -->[FT]
183
FT
$ 2.21
145,379
$ -
$ 321,287.59
288 CT Fiber Cable American Made Loose Tube dielectric
- - all —>[FT]
184
FT
$ 0.28
$ -
$ -
12 CT Micro Fiber Cable - Commscope: 810009898/DB - B-012-LN-8F-M12BK/14D —>[FT]
185
FT
$ 0.38
$ -
$ -
24 CT Micro Fiber Cable - Commscope: 810009899/DB - B-024-LN-8F-M12BK/14D-->[FT)
186
FT
$ 0.55
$ -
$ -
48 CT Micro Fiber Cable - Commscope: 810009901/DB - B-048-LN-8F-F12BK/14D —>[FT]
187
FT
$ 0.97
$ -
$ -
96 CT Micro Fiber Cable - Commscope: 810009903/DB - B-096-LN-8F-M12BK/14D-->[FT]
188
$ 1.40
$ -
$ -
144 CT Micro Fiber Cable -Commscope: 810009904/DB - B-144LN-8F-M12BK/14D ->[FT]
FT
189
288 CT Micro Fiber Cable - Commscope: 810009727/DB - 8-288-LN-8F-M24N5/17T 200
$ 2.93
$ -
$ -
FT
->[FT]
UNDERGROUND
207
Small Vault, 13" x 24" - Composite - HUBBELL - DT132418HDHDIOLW (Or equivalent) ->[EA]
EA
$ 498.20
$ -
$ -
224
EA
$ 260.57
11,795
$ -
$ 3,073,423.15
Ped - 8" - Charles Ind - BD0304-EGT -).[EA]
225
EA
$ 309.64
552
$ -
$ 170,921.28
Ped -10" - Charles Ind - BD0305-EGT -).[EA]
CLOSURES
229
FOSC 450 B Closure - Commscope: FOSC450-B6-6-24-1-BOV ->[EA]
EA
$ 341.00
$ -
$ -
230
Splice Tray for B-Gel Closure (SM12) - Commscope: FOSC-ACC-B-TRAY-24-KIT-->[EA]
EA
$ 38.80
$ -
$ -
231
Slack Basket for B-Gel Closure - Commscope: FOSC-ACC-B-BASKET-TALL ->(EA]
EA
$ 36.00
$ -
$ -
235
FOSC 450 D Closure - Commscope: FOSC450-D6-6-72-1-DOV ->[EA]
EA
$ 524.74
3,178
$ -
$ 1,667,623.72
236
D Size splice Tray - Commscope: FOSC-ACC-D-TRAY-72-KIT ->[EA]
EA
$ 38.80
3,178
$ -
$ 123,306.40
237
Slack Basket for D-Gel Closure - Commscope: FOSC-ACC-D-BASKET-TALL ->[EA]
EA
$ 36.00
800
$ -
$ 28,800.00
242
EA
$ 87.86
$ -
$ -
Commscope CSC100 Micro Closure - CSC100 - CSC3-U5A1A1 BA000 ->[EA]
243
Commscope CSC150 Micro Closure - CSC150 - CSCS-05A1A1 BA000, can quote as alternate: OFDC-B8G - OFDC-B8G-NN/00
EA
$ 87.86
$ -
$ -
Option A Bid
Alternate B: (1) 1" installed at 30" Missile and Pedestals
Unit # LABOR
Unit Cost
Unit Cost
BB Units
FTTH Units
BB Option A
$
FTTH Option A
$ 32,884,292.08
BB Cost
FTTH Cost
UNDERGROUND LABOR
17
Directional Bore (1)1 ", (0) 2", (0) 1.25" ->[LF]
LF
$ 12.00
$ -
$ -
26
Missile Bore (1) 1" conduit 30" deep -)(LF]
LF
$ 10.10
1,556,991
$ -
$ 15,725,609.10
46
Installation, Underground Fiber Cable - Including Slack (Regular Loose Tube Fiber) ->[LF)
LF
$ 1.25
2,765,202
$ -
$ 3,456,502.50
47
Installation, Underground Fiber Cable - Including Slack (Micro fiber must be blown In) -›[LF]
LF
$ 0.98
$ -
$ -
49
Installation, Pedestal ->(EA)
EA
$ 60.00
12,336
$ -
$ 740,160.00
51
Installation, Small Vault, 13" x 24" (Composite) ->[EA]
EA
$ 85.00
$ -
$ -
SPLICING
127
Install New Splice Case & Prep Cable ->[EA]
EA
$ 310.00
3,322
$ -
$ 1,029,820.00
138
Prep cable In PED for NAP ->[EA]
EA
$ 150.00
12,336
$ -
$ 1,850,400.00
Material
F1BER
_
177
12 CT Fiber Cable - American Made - Loose Tube all dielectric ->[FT]
$ 0.35
713,087
$ -
$ 249,580.45
FT
178
$ 0.43
625,044
$ -
$ 268,768.92
24 CT Fiber Cable - American Made - Loose Tube all dielectric ->[FT]
FT
179
$ 0.58
470,545
$ -
$ 272,916.10
48 CT Fiber Cable -American Made - Loose Tube all dielectric ->[FT)
FT
180
$ 0.92
321,794
$ -
$ 296,050.48
96 CT Fiber Cable - American Made - Loose Tube all dielectric ->[FT]
FT
181
$ 1.33
489,353
$ -
$ 650,839.49
144 CT Fiber Cable -American Made - Loose Tube all dielectric ->[FT]
FT
182
216 CT Fiber Cable -American Made - Loose Tube all dlelectric ->[FT)
$ 1.95
$ -
$ -
FT
183
288 CT Fiber Cable - American Made - Loose Tube all dielectric ->[FT]
$ 2.21
145,379
$ -
$ 321,287.59
FT
184
$ 0.28
$ -
$ -
12 CT Micro Fiber Cable - Commscope: 810009898/DB - B-012-LN-8F-M12BK/14D
FT
->(FT]
185
FT
$ 0.38
$ -
$ -
24 CT Micro Fiber Cable - Commscope: 810009899/DB - B-024-LN-8F-M12BK/14D
->[FT]
186
FT
$ 0.55
$ -
$ -
48 CT Micro Fiber Cable -Commscope: 810009901 /DB - B-048-LN-8F F126K/14D ->[FT]
187
$ 0.97
$ -
$ -
96 CT Micro Fiber Cable - Commscope: 810009903/DB - B-096-LN-8F-M12BK/140 -->(FT]
FT
188
$ 1.40
$ -
$ -
144 CT Micro Fiber Cable - Commscope: 810009904/DB - B-144-LN-8F-M12BK/14D ->[FT)
FT
189
$ 2.93
$ -
$ -
288 CT Micro Fiber Cable - Commscope: 810009727/DB - B-288-LN-8F-M24NS/17T 200 ->[FT]
Ft
UNDERGROUND
207
Small Vault, 13" x 24" - Composite - HUBBELL - DT132418HDHDIOLW (Or equivalent) ->(EA]
EA
$ 498.20
$ -
$ -
224
Ped - 8" - Charles Ind - B00304-EGT ->(EA]
EA
$ 260.57
11,795
$ -
$ 3,073,423.15
225
EA
$ 309.64
552
$ -
$ 170,921.28
Ped - 10" - Charles Ind - B00305-EGT ->[EA]
CLOSURES
229
FOSC 450 B Closure - Commscopc: FOSC450-B6-6-24-1-BOV ->[EA]
EA
$ 341.00
$ -
$ -
230
Splice Tray for B-Gel Closure (SM12) - Commscope: FOSC-ACC-B-TRAY-24-KIT ->[EA]
EA
$ 38.80
$ -
$ -
231
Slack Basket for B-Gel Closure - Commscope: FOSC-ACC-B-BASKET-TALL-->[EA]
EA
$ 36.00
$ -
$ -
235
FOSC 450 D Closure - Commscope: FOSC450-06-6-72-1-DOV ->[EA]
EA
$ 524.74
3,178
$ -
$ 1,667,623.72
236
D Size splice Tray - Commscope: FOSC-ACC-D-TRAY-72-KIT ->(EA]
EA
$ 38.80
3,178
$ -
$ 123,306.40
237
Slack Basket for D-Gel Closure - Commscope: FOSC-ACC-D-BASKET-TALL ->[EA]
EA
$ 36.00
800
$ -
$ 28,800.00
242
EA
$ 87.86
$ -
$ -
Commscope CSC100 Micro Closure - CSC100 - CSC3-U5A1A1 BA000 ->(EA]
243
Commscopc CSC150 Micro Closure - CSC150 - CSC5-05A1A1 BA000, can quote as alternate: OFDC-B8G - OFDC-B8G-NN/00
EA
$ 87.86
$ -
$ -
Option B Bid
Alternate C: (1) 1" installed at 42" HDD and Vaults
Unit # LABOR
Unit Cost
Unit Cost
BB Units
FTTH Units
BB Option B
FTTH Option B
S - $ 29,926,009.18
BB Cost
FTTH Cost
UNDERGROUND LABOR'
°P"t'_
-
-
-
-MEW"?
17
Directional Bore (1) 1", (0) 2", (0) 1.25"
LF
$ 12.00
1,556,991
$ -
$ 18,683,892.00
->[LF]
26
Missile Bore (1) 1" conduit 30" deep ->(LF]
LF
$ 10.10
$ -
$ -
46
Installation, Underground Fiber Cable - Including Slack (Regular Loose Tube Fiber) -)[LF)
LF
$ 1.25
$ -
$ -
47
Installation, Underground Fiber Cable - Including Slack (Micro fiber must be blown In) ->[LF)
LF
$ 0.98
3,346,483
$ -
$ 3,279,55334
49
Installation, Pedestal ->[EA)
EA
$ 60.00
$ -
$ -
51
Installation, Small Vault, 13" x 24" (Composite) ->[EA]
EA
$ 85.00
12,325
$ -
$ 1,047,625.00
SPLICING -
127
Install New Splice Case & Prep Cable ->[EA)
EA
$ 310.00
15,526
$ -
$ 4,813,060.00
138
Prep cable in PED for NAP -DIEM
EA
$ 150.00
-
$ -
$ -
Material
minE
FIBER
12 CT Fiber Cable - American Made - Loose Tube all dielectric ->[FT]
$ 0.35
$ -
$ -
177
FT
178
24 CT Fiber Cable - American Made - Loose Tube all dielectric ->(FT)
$ 0.43
$ -
$ -
FT
179
$ 0.58
$ -
$ -
48 CT Fiber Cable - American Made - Loose Tube all dielectric ->[FT]
FT
180
$ 0.92
$ -
$ -
96 CT Fiber Cable - American Made - Loose Tube all dielectric ->(FT]
FT
181
144 CT Fiber Cable - American Made - Loose Tube all dielectric ->[FT]
$ 1.33
$ -
$ -
FT
182
$ 1.95
$ -
$ -
216 CT Fiber Cable - American Made - Loose Tube all dielectric
FT
->(FT]
183
$ 2.21
$ -
$ -
288 CT Fiber Cable - American Made - Loose Tube all dielectric ->(FT]
FT
184
$ 0.28
848,536
$ -
$ 237,590.08
12 CT Micro Fiber Cable - Commscope: 810009898/DB - B-012-LN-8F-M12BK/14D ->(FT)
Fr
185
$ 0.38
762,354
$ -
$ 289,694.52
24 CT Micro Fiber Cable - Commscope: 810009899/DB - B-024-LN-8F-M12BK/14D -›FT)
Fr
186
48 CT Micro Fiber Cable - Commscope: 810009901/DB - B-048-LN-8F-F12BK/14D ->(FT]
$ 0.55
611,118
$ -
$ 336,114.90
FT
187
$ 0.97
381,927
$ -
$ 370,469.19
96 CT Micro Fiber Cable - Commscope: 810009903/DB - B-096-LN-8F-M12BK/14D ->(FT)
FT
188
144 CT Micro Fiber Cable - Commscope: 810009904/DB - B-144-LN-8F-M12BK/14D
$ 1.40
572,076
$ -
$ 800,906.40
FT
->(F1]
189
288 CT Micro Fiber Cable - Commscope: 810009727/DB - B-288-LN-8F-M24N5/17T 200 ->[FT]
$ 2.93
170,472
$ -
$ 499,482.96
FT
UNDERGROUND _ .
207
Small Vault, 13" x 24" - Composite - HUBBELL - DT132418HDHDIOLW (Or equivalent) ->[EA]
EA
$ 498.20
12,325
$ -
$ 6,140,315.00
224
EA
$ 260.57
-
$ -
$ -
Ped - 8" - Charles Ind - B00304-EGT ->[EA]
225
Ped - 10" - Charles Ind - BD0305-EGT ->(EA]
EA
$ 309.64
-
$ -
$ -
_
CLOSURES. ---
229
FOSC 450 B Closure - Commscope: FOSC450-66-6-24-1-BOV ->[EA]
EA
$ 341.00
3,178
$ -
$ 1,083,698.00
230
Splice Tray for B-Gel Closure (SM12) - Commscope: FOSC-ACC-B-TRAY-24-KIT ->[EA]
EA
$ 38.80
3,178
$ -
$ 123,306.40
231
Slack Basket for B-Gel Closure - Commscope: FOSC-ACC-B-BASKET-TALL ->[EA]
EA
$ 36.00
800
$ -
$ 28,800.00
235
FOSC 450 D Closure - Commscope: FOSC450-D6-6-72-1-DOV ->[EA]
EA
$ 524.74
$ -
$ -
236
D Size splice Tray - Commscope: FOSC-ACC-D-TRAY-72-KIT ->[EA]
EA
$ 38.80
$ -
$ -
237
Slack Basket for D-Gel Closure - Commscope: FOSC-ACC-D-BASKET-TALL ->[EA]
EA
$ 36.00
$ -
$ -
242
Commscope CSC100 Micro Closure - CSC100 - CSC3-USA1A1 BA000 ->[EA]
EA
$ 87.86
10,003
$ -
$ 878,863.58
243
Commscope CSC150 Micro Closure - CSC150 - CSC5-05A1A1BA000, can quote as alternate: OFDC-B8G - OFDC-B8G-NN/00
EA
$ 87.86
2,345
$ -
$ 206,031.70
Option C Bid
Alternate D: (1) 1" installed at 30" Missile and Vaults
Unit # LABOR
BB Option C
$
F'TTH Option C
$ 38,819,403.07
Unit Cost
Unit Cost
BB Units
FTTH Units
BB Cost
FTTH Cost
UNDERGROUND LABOR "-
17
Directional Bore (1)1 ", (0) 2", (0)1.25" ->[LF)
LF
$ 12.00
$ -
$ -
26
Missile Bore (1)1" conduit 30" deep ->(LF]
LF
$ 10.10
1,556,991
$ -
$ 15,725,609.10
46
Installation, Underground Fiber Cable - Including Slack (Regular Loose Tube Fiber)->[LF]
LF
$ 1.25
$ -
$ -
47
Installation, Underground Fiber Cable - Including Slack (Micro fiber must be blown in)-->[LF]
LF
$ 0.98
3,346,483
$ -
$ 3,279,553.34
49
Installation, Pedestal -a[EA]
EA
$ 60.00
$ -
$ -
51
Installation, Small Vault, 13" x 24" (Composite) ->[EA]
EA
$ 85.00
12,325
$ -
$ 1,047,625.00
SPLICING
_
127
Install New Splice Case & Prep Cable ->[EA]
EA
$ 310.00
15,526
$ -
$ 4,813,060.00
138
Prep cable In PED for NAP ->[EA]
EA
$ 150.00
-
$ -
$ -
Materlal
FIBER
177
12 CT Fiber Cable - American Made - Loose Tube all dielectric ->[FT)
FT
$ 0.35
$ -
$ -
178
24 CT Fiber Cable - American Made - Loose Tube all dielectric ->[FT]
$ 0.43
$ -
$ -
FT
179
48 CT Fiber Cable - American Made - Loose Tube all dielectric ->[FT)
$ 0.58
$ -
$ -
FT
180
$ 0.92
$ -
$ -
96 CT Fiber Cable - American Made - Loose Tube all dielectric ->(FT)
FT
181
144 CT Fiber Cable - American Made - Loose Tube all dielectric ->[FT]
$ 1.33
$ -
$ -
FT
182
216 CT Fiber Cable - American Made - Loose Tube all dielectric ->[FT)
$ 1.95
$ -
$ -
FT
183
$ 2.21
$ -
$ -
288 CT Fiber Cable - American Made - Loose Tube all dielectric ->(FT]
FT
184
$ 0.28
848,536
$ -
$ 237,590.08
12 CT Micro Fiber Cable - Commscope: 810009898/DB - B-012-LN-8F-M12BK/14D ->[FT]
FT
185
24 CT Micro Fiber Cable - Commscope: 810009899/DB - B-024-LN-8F-M12BK/14D ->(FT)
$ 0.38
762,354
$ -
$ 289,694.52
Fr
186
$ 0.55
611,118
$ -
$ 336,114.90
48 CT Micro Fiber Cable - Commscope: 810009901/DB - B-048-LN-8F-F12BK/14D ->(FT]
FT
187
$ 0.97
381,927
$ -
$ 370,469.19
96 CT Micro Fiber Cable - Commscope: 810009903/DB - B-096-LN-8F-M12BK/14D ->[FT]
FT
188
144 CT Micro Fiber Cable - Commscope: 810009904/DB - B-144-LN 8F-M12BK/14D
FT
$ 1.40
572,076
$ -
$ 800,906.40
->[FT]
189
$ 2.93
170,472
$ -
$ 499,482.96
288 CT Micro Fiber Cable - Commscope: 810009727/DB - B-288-LN-8F-M24NS/17T 200 ->[FT]
FT
UNDERGROUND
207
Small Vault, 13" x 24" - Composite - HUBBELL - DT132418HDHDIOLW (Or equivalent) ->[EA]
EA
$ 498.20
12,325
$ -
$ 6,140,315 00
224
Ped - 8" - Charles Ind - BD0304-EGT ->[EA]
EA
$ 260.57
-
$ -
$ -
225
Ped - 10" - Charles Ind - BD0305-EGT ->[EA]
EA
$ 309.64
-
$ -
$ -
CLOSURES -
229
FOSC 450 B Closure - Commscopc: FOSC450-B6-6-24-1-BOV
EA
$ 341.00
3,178
$ -
$ 1,083,698.00
—>(EA]
230
Splice Tray for B-Gel Closure (5M12) - Commscopc: FOSC-ACC-B-TRAY-24-KIT —>[EA]
EA
$ 38.80
3,178
$ -
$ 123,306.40
231
Slack Basket for B-Gel Closure - Commscope: FOSC-ACC-B-BASKET-TALL —>(EA]
EA
$ 36.00
800
$ -
$ 28,800.00
235
FOSC 450 D Closure - Commscope: FOSC450-D6-6-72-1-DOV —>(EA]
EA
$ 524.74
$ -
$ -
236
D Size splice Tray - Commscope: FOSC-ACC-D-TRAY-72-KIT —>[EA]
EA
$ 38.80
$ -
$ -
237
EA
$ 36.00
$ -
$ -
Slack Basket for D-Gel Closure - Commscope: FOSC-ACC-D-BASKET-TALL —>[EA]
242
Commscope CSC100 Micro Closure - CSC100 - CSC3-U5A1A1 BA000 —>[EA)
EA
$ 87.86
10,003
$ -
$ 878,863.58
243
Commscope CSC150 Micro Closure - C5C150 - CSCS-05A1A1 BA000, can as alternate: OFDC-B8G - OFDC-B8G-NN/00
EA
$ 87.86
2,345
$ -
$ 206,031.70
quote
Option D Bid
Base
Alternate A: (1) 1"
Alternate B:(1)1"
Alternate C: (1)1"
Alternate D; (1)1'
Installed at 42"
Installed at 30"
Installed at 42"
' installed at 30"
HDD and Pedestals
Missile and Pedestals
HDD and Vaults
Missile and Vaults
BB
FTTH
BB (Option)
BB Option D
$
FTTH Option D
- $ 35,861,120.17
FTTH (Option) Total
$ 17,778,688.69
$ 25,078,825.63
NA
NA
NA
$ -
$ 32,884,292.08
$ 17,778,688.69
$ 57,963,117.71
$ 75,741,806.40
$ -
$ 29,926,009.18
$ 17,778,688.69
$ 55,004,834.81
$ 72,783,523.50
$ -
$ 38,819,403.07
$ 17,778,688.69
$ 63,898,228.70
$ 81,676,917.39
$ -
$ 35,861,120.17
$ 17,778,688.69
$ 60,939,945.80
$ 78,718,634.49