Loading...
HomeMy WebLinkAbout11. Telecom Board Agenda Packet - July 19, 2023BOARD MEMBERS Andrew Van Fleet Board Chair Theodore Batemon Rich Kurtenbach Mike Young Amy Wienands City Council Liaison: Rob Nichols WATERLOO Telecommunications Utility Board of Trustees July 19 2023 Harold E. Getty Council Chambers 4:00 p.m. 1. Roll call. 2. Approval of the agenda, as presented. 3. Approval of minutes of July 5, 2023, as proposed. 4. Resolution approving the contract, bonds, and certificate of insurance, with ITG Communications, LLC of Hendersonville, TN in the amount of $77,864,565.10, in conjunction with the FY 2023 Fiber -to - Premise Feeder/Distribution and Backbone Network Project, Contract No. 1088, and authorizing the Board Chair and Board Secretary to execute said documents. 5. Resolution establishing utility rates for Waterloo Fiber Internet. 6. General update from consultants, city staff, and board member comments. 7. Adjourn. Kelley Felchle Board Secretary TELECOMMUNICATIONS UTILITY BOARD OF TRUSTEES Harold E. Getty Council Chambers July 5, 2023 4:00 p.m. Members present: Van Fleet, Young, Batemon and Kurtenbach. Absent: Wienands Council Liaison Rob Nichols. Approval of Agenda. Moved by Kurtenbach seconded by Young that the Agenda, as amended, striking the words, "approving the contract, bonds, and certificate of insurance", and "authorizing the Board Chair and Board Secretary to execute said documents", be approved. Voice -vote Ayes: Four. Motion carried. Kelley Felchle, Board Secretary, explained the amendment to the agenda. Approval of Minutes. Moved by Kurtenbach seconded by Young that the minutes of June 21, 2023, as amended, by editing the depth of the fiber from 40-inches to 42-inches, be approved. Voice -vote Ayes: Four. Motion carried. Resolution approving award of bid to ITG Communications, LLC of Hendersonville, TN in the amount of $77,864,565.10, in conjunction with the FY 2023 Fiber -to -Premise Feeder/Distribution and Backbone Network Project, Contract No. 1088. Moved by Young seconded by Kurtenbach. Roll Call -vote Ayes: Four. Motion carried. Resolution No. 2023-014. Mr. Van Fleet acknowledged the efforts of everyone involved in making this a reality, as this is a significant moment in Waterloo's history. He requested the individual perspectives from Steve Nadel and Maggie Burger on this item and the process moving forward. Steve Nadel, Ahlers & Cooney, provided an overview of the stage of where the board is at with the bid letting process. He further provided comments regarding the next steps in the process going forward. Maggie Burger, Speer Financial, provided a fiber to the home funding model for the construction project. She further provided an overview of the different funding sources for the city and utility. Mr. Van Fleet questioned the prices of the fiber drops and if the drops could be outsourced, what the price might be. Maggie Burger deferred this question to Courtney Violette. Mr. Van Fleet requested clarification on whether the utility would have full lender commitment by 2024. Maggie Burger explained they will be asking for lender commitments. The minimum commitments will need to meet the debt issued in 2024, noting that lenders are going to look to see who is signing up and how quickly. Mr. Kurtenbach questioned if there are more grant dollars available to the utility. Maggie Burger commented that there may be more dollars available and will be looking to the state for those funds. Mr. Young questioned if ARPA funds are used first, would it be possible to not use MCU Revenue Bonds in 2023. Maggie Burger confirmed that it is likely. Mr. Young questioned the deadline to use ARPA funds. Page 2 Maggie Burger confirmed that the funds must be contracted by December 31, 2024 and the dollars must be spent by December 31, 2026. Courtney Violette, Magellan Advisors, provided an overview of the changes to the bid specifications that ended up helping to reduce the cost of the project. He explained that city council did award a portion of this last week and an initial meeting with ITG took place today. Mr. Van Fleet clarified if Magellan is waiting on an answer from the contractor regarding their ability to work during the winter months. Courtney Violette stated there are no concerns at this point, as the contractor does work all over the U.S. and has experience working in colder environments, such as Minnesota. Mr. Van Fleet asked Mr. Violette to explain the outsourcing and related costs of fiber drops. Courtney Violette clarified that the fiber drop portion is not part of the award you will be awarding this evening. The current bid is to build a fiber path in the public right-of-way to every home and business within the city. Once a subscriber signs up for the service, you then extend the network to the home via the drop fiber. There is a portion of the budget within the financials that include the drop budget. Mr. Van Fleet questioned if the other bidders included the drop connections as part of their bids. Courtney Violette explained that we did not request that as part of this bid, but it is one of ITG's qualifications and something they do well. He further explained that this is something that would be outsourced for the first few years after which the process would be brought in-house. An RFP and scope of work should be ready by the end of summer or early fall. It will be a much simpler contract than what we have just gone through. Mr. Van Fleet requested a high-level overview of take rates as it relates to this project. Courtney Violette explained that everything they have been working is culminating now. Previous modeling of take rates have not changed and are still in the same range. Uptake targets are for a 3-5 year period. If connections can go ahead of what is projected that will put the utility in a better financial position. Mr. Kurtenbach questioned if they can expect answers soon to the questions submitted earlier in the week. Courtney Violette confirmed that he received a few answers back just as this meeting got started but has not had a chance to review them. He will get these out to the board by the end of the week. Mr. Van Fleet questioned the mobilization of the team after the award. Courtney Violette explained that they would like to be in the market and producing within 30-days of the signing of the contract. There are no concerns for labor or materials. Motion approving an amendment to the conflict waiver with Ahlers and Cooney, P.C., for a cooperation agreement for the Waterloo Telecommunications Utility Board and the City of Waterloo for the FTTP and City backbone project, and authorizing the Board Chair and Board Secretary to execute said document. Moved by Young seconded by Kurtenbach. Voice -vote Ayes: Four. Motion carried. Steve Nadel, Ahlers and Cooney, provided an overview of the item. Motion approving award of the 2023 Equipment and Services RFP to ePlus Technology, Inc., of Herndon, Virginia, and authorizing the Board Chair and Board Secretary to execute necessary documents. Moved by Young seconded by Batemon. Voice -vote Ayes: Four. Motion carried. Courtney Violette, Magellan Advisors, provided an overview of the RFP. Page 3 Mr. Kurtenbach questioned if this also includes the buildings to house the equipment. Courtney Violette explained that it would be a separate bid. Mr. Van Fleet questioned if Magellan Advisors would be managing the project. Courtney Violette confirmed. Motion approving appointment of Eric Lage to the position of General Manager of Telecommunications, effective July 24, 2023, subj ct to the approval of an employment agreement. Moved by Kurtenbach seconded by Young. Voice -vote Ayes: Four. Motion carried. General update from consultants, city staff, and board member comments. Maggie Burger, Speer Financial, shared that there is communication from Mr. Nadel on how to go about setting rates. She explained that rates have to be set in order to go out and borrow money as any commitment is based on working capital. Keep in mind, that the rates you set, could be changed or adjusted prior to signing on your first customer. The goal would be to have the rates on your July 19 agenda. This will give us the ability to bring you a term sheet which we would want your approval of, and would make up the first lender packet that goes out. We would then potentially be able to award capital bonds at the August 2 meeting, which in turn provides fund availability at the end of August and correlates with the anticipated payroll date for your new hire. Mr. Van Fleet commented that it would be good to have an opportunity to look at what hours have been accruing with city staff to give a perspective on what amounts we are looking at. Kelley Felchle explained that a line has been created in payroll where city staff is recording telecom related matters, that will allow for billing. She stated that a report has not yet been run to show the numbers, but will bring that to the next meeting. Courtney Violette, Magellan Advisors, commented they are looking forward to digging in and wrapping up the contract, he will be working on the questions submitted and is looking forward to working with Eric. He stated he would be leaving the country on vacation on the 16th and will try to touch base with Eric before then. Steve Nadel commented that the first round of financing will be for taxable communication utility revenue, which means the board can expect to see a lot of paper coming their way. He is also looking forward to working with Eric and everyone is here to help answer any questions. Kelley Felchle commented that she continues to work on getting the employment agreement squared away with a meeting scheduled for this Friday. She plans to have that on the July 19 agenda. Randy Bennett commented that they are continuing to work on the various agreements and once Eric is on board there will be more discussions in that regard. With no further business before the board, it was moved by moved by Kurtenbach seconded by Young that the meeting be adjourned at 4:57 p.m. Voice -vote Ayes: Four. Motion carried. Kelley Felchle Board Secretary FORM OF CONTRACT FOR THE CONSTRUCTION OF FY 2023 CONSTRUCTION OF A FIBER -TO -THE -PREMISE FEEDER/DISTRIBUTION AND BACKBONE NETWORK PROJECT CITY OF WATERLOO, IOWA CONTRACT NO. 1088 This contract made and entered into this ( 3 day of To I, , 20 , by and between the City of Waterloo, Iowa, a Municipal Corporation, (hereinafter referred to as City), and ITG Communications, LLC of, Hendersonville , Tennessee (hereinafter referred to as Contractor), WITNESSETH: PAR. 1 Contractor agrees to build and construct the FY 2023 Construction of a Fiber -to -the -premise Feeder/Distribution and Backbone Network Project and furnish all necessary tools, equipment, materials, -and labor necessary to do all the work called for in the plans and specifications in a workmanship like manner and for the prices set forth in Contractor's proposal, which was accepted by the City, and which is understood and agreed to be a part of this contract. PAR. 2 The term "Contract' means and includes the following: A. Notice of Public Hearing B. Notice to Bidders C. Instructions to Bidders D. Proposal E. Bid Bond F. Contract G. Performance Bond H. Payment Bond I. Maintenance Bond J. General Specifications for Construction K. Construction Design Drawings L. Bill of Material and Labor M. Fiber Optic Network Design and Construction Specifications N. Notice to Proceed It is expressly understood and agreed that in addition to the documents listed above, the Contract includes any engineering data which may be furnished by the Contractor and approved by the City, together with such additional Drawings which may be furnished by the Engineer from time to time as are necessary to make clear and to define in greater detail the intent of the Plans and Specifications. That several parts of the Contract are complementary, and what is called for by any one shall be as binding as if called for by all. The intention of the Contract is to include the furnishing of all materials, labor, tools, equipment and supplies necessary for completion of the contract obligations. Materials or work described in words which so applied have a well-known technical or trade meaning shall be held to refer to such recognized standards. In the event of a conflict between any of the contract documents, the Contractor is to provide the greater quantity and/or better quality, unless otherwise directed in writing by the Engineer. PAR. 3 PAR. 4 PAR. 5 PAR. 6 PAR. 7 PAR. 8 PAR. 9 PAR. 10 PAR. 11 The Contractor agrees to furnish at its own cost and expense, all necessary materials and labor for said work and to construct said improvements in a thorough, substantial, and workmanlike manner, and in strict accordance with the requirements of this contract, and of the plans and specifications made a part hereof by reference, and to the satisfaction and approval of the City and its engineer. The Contractor agrees to perform said work and install said improvements on the terms set out in bid or proposal to the City which has been accepted by the City and which is by reference made a part of this contract. The Contractor agrees to commence said work within five (5) working days after receipt of "Notice to Proceed" and complete it on or before December 31, 2026 unless an extension of time is granted in writing by the Council of theCity. If the work is not completed within the specified contract period, plus authorized extensions, the Contractor shall pay to the City Liquidated Damages in the amount of one thousand dollars ($1,000.00) per day, for each day, as further described herein, in excess of the authorized time. Should the Contractor fail to complete said improvements in strict accordance with the terms and conditions of this contract, or the plans and specifications therefor promptly by the date herein specified, the City may pay such additional sums as it may be required to pay by reason of the failure of said contractor and deduct any and all such sums from any amount then due the Contractor. The Contractor agrees to comply with and obey all ordinances of the City of Waterloo, Iowa, relating to the obstruction of streets and alleys, keeping open passage ways for water, traffic, and protecting any excavations in any street or alley, and maintaining proper and sufficient barricades with lights and signals during all hours of darkness, to see that the backfilling is properly done, and agrees to keep the City whole and defend any and all suits that may be brought against the City by reason of any injuries that may be sustained by any person or property allegedly caused by the Contractor, or his agents, while work is done pursuant to this agreement. The Contractor agrees that in the event a law suit is brought against the City for damages allegedly sustained by reason of any act, omission or negligence of the Contractor or its agents, or on account of any injuries allegedly sustained by reason of any obstruction, hole, depression or barrier placed or dug by the defendant or its agents, in the doing of the work herein contracted for, that it will defend said suit and save the City harmless therein, and in case judgment is rendered against the City, the Contractor agrees to pay the same promptly. The Contractor agrees to carry public liability insurance in a solvent company in a sufficient amount to protect the City and those who use the streets of the City. The City shall have the right to appoint one or more construction reviewers who shall review the progress of the work in detail; also, to make any test or any material to be used in such work. No material shall be used in any work until the same has first been approved by the construction reviewer. Such construction -reviewer -shall have full authority -to -pass -judgment upon -all -materials -and upon the manner of doing the work, and their judgment on rejecting any materials, substance, or manner of work shall be final unless it is revoked or modified by the City Engineer. Any material, which has been rejected by the construction reviewer, shall be at once removed from the line of work and shall not be again taken thereon or placed with the material proposed to be used without the written consent of the City Engineer. The Contractor shall maintain no cause of action against the City on account of delays and prosecution of work, but if said work is delayed by the City, the Contractor shall have such extra time for completion of the job as was lost by reason of the delay caused by the City. PAR. 12 PAR. 13 PAR. 14 The Contractor agrees to pay punctually all just claims of labor, material, men, or subcontractors who shall perform labor or furnish materials entering into this improvement. It is agreed that the City need not pay the Contractor until all such claims are paid by the Contractor. It is agreed that the City shall not be liable for said labor, material, or men under thiscontract. The Contractor agrees to furnish the City, simultaneously with this contract, a bond on a form to be provided by the City in the amount provided by law as stated in the Notice to Bidders, which shall be for the benefit of the City, and any and all persons injured by the breach of any of the terms of this contract. Said bond shall be filed with the City Clerk and shall be subject to the approval of the City Council, and is by reference made a part ofthis contract. The Contractor agrees that should it abandon work under this contract or cease the prosecution thereof for a period of thirty (30) consecutive days without reasonable cause, and should it fail to proceed with said work within ten (10) days after a notice to continue or carry it on has been mailed to it at the address given herein by the City, or after such notice has been served on it, then the City may proceed to complete said work, using any material, tools, or machinery found along said line of work, doing the work either by contract or as it may elect, and the Contractor and the sureties on its bond shall be liable to the City for the costs and expenses so paid out. Said costs shall be retained by the City from any compensation due, or to become due the Contractor, and may be recovered by the City in an action upon Contractor's bond. PAR. 1,5 In consideration of the full compliance on the part of the Contractor with all the provisions, stipulations, and conditions hereof, or contained in the various instruments made a part of this contract by reference, and upon completion and acceptance of said work, the City agrees to pay to the Contractor, in the manner set out in the Notice to Bidders, the amount of money due the Contractor for work performed and accepted, at the unit prices set out in the Contractor's proposal, which has been accepted by the City. PAR. 16 The total amount of the contract, based on the Engineer's estimates of quantities and the Contractor's unit bid prices, and for which 100% surety bond is required is $ 77,864 565 10 PAR. 17 PAR. 18 PAR. 19 After the completion of said work, the Contractor agrees to remove all debris and clean-up said streets, and to save the City harmless from any damage allegedly resulting from a failure to clean up and remove the debris or put the street back in a proper condition for travel. This contract is not divisible, but in the event of a conflict between this contract and the various instruments incorporated by reference, this contract shall govern. Before the Contractor shall be entitled to receive final payment for work done under this contract, it shall execute and file a bond in the penal sum of not less than 100% of the total amount of the contract, same to be known as "Maintenance Bond," and which bond must be approved by the City Council, and which bond is in addition to the bond given by the Contractor to guarantee the completion of the work. PAR. 20 The Contractor shall maintain all work done hereunder in good order for the period of two (2) years from and after the date it is accepted by the Council of the City of Waterloo, Iowa. Said maintenance shall be made without expense to the City or the abutting property. In the event of -the failure or default of the Contractor-to-remedy-arny-or-all-defects- appearing -in- said -work within -a -period -of two_(2)_years_frorn_the.. date of its acceptance by said Council, and after having been given ten (10) days notice so to do by registered letter deposited in the United States Post Office in said town, addressed to said contractor at the address herein given, then the City may proceed to remedy such defects. The costs and expenses thereof to be recovered from the Contractor and the sureties on its maintenance bond by an action brought in any court of competentjurisdiction. PAR. 21 The Contractor shall give notice to said City by registered letter directed to the Mayor or City Clerk thereof not more than four (4) and not less than three (3) months prior to the expiration of the term during which the Contractor is required to maintain said improvements, in good repair by the terms of its Contract. The liability of the Contractor and of the sureties on its bond for maintenance of the said PAR. 22 improvements shall continue until three (3) months after such notice has been given to the City, and, in any event, until two (2) years after the acceptance of the work. The Contractor agrees that the City of Waterloo reserves the right to remove the Division 2 work from this Contract on or before August 1, 2023. Such removal will occur if the City accepts a federal award for the Division 2 work. The Contractor agrees that if the Division 2 work is removed from the Contract, that the final contract price shall be reduced by an amount equivalent to the bid price associated with the Division 2 work. No additional price adjustments to the Contractor or penalties to the City of Waterloo shall be allowed. CITY OF WATERLOO, IOWA Mayor City Clerk ITG Communication LLC Contractor BY: Title: G F O Approved by the City Council of the City of Waterloo, Iowa, this day of , 20 . ATTEST: , City Clerk Waterloo, Iowa "SbALhU I3IU" ITG ,Communications, LLC FY 2023 CONSTRUCTION OF A FIBER -TO -THE - PREMISE FEEDER/DISTRIBUTION AND BACKBONE NETWORK PROJECT CONTRACT NO 1088 t i le it 1 BID BONI) KNOW ALL BY THESE PRESENTS: That we, ITG Communications, LLC Fidelity end Deposit Company of Maryland and Zurich American Insurance Company firmly bound unto city of Waterloo, Iowa as Principal, and , as Surety, are held and , as Obligee, (hereinafter referred to as the Jurisdiction"), in the penal sum of dollars ($ ), or 5% percent of the amount bid in lawfid money of the United States, for which payment said Principal and Surety bind themselves, their heirs, executors, administrators, successors, and assigns jointly and severally, firmly by these presents. The condition of the above obligation is such that whereas the Principal has submitted to the Jurisdiction a certain proposal, in a separate envelope, and hereby made a part hereof, to enter into a contract in writing, for the following described improvements; CONSTRUCTION OF A FIBER -TO -THE -PREMISE FEEDER/DISTRIBUTION AND BACKBONE NETWORK PROJECT, CONTRACTNO.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 F 11 P deployment, Fiber routes to be built by contractor and operated by the City and the Waterloo Telecommunications Utility will be utilized to interconnect these FDHs in a fiber ring topology. Fiber routes are Laid out logically to economically connect each service area back to the local cabinet located at the headend or alternate node site, Architecture is a star design for the feeder network and a ring connecting network nodes. The Project will be located at various locations throughout the City. The City has active grant applications into federal funding agencies for portions of the backbone only (Division 2 work) In the event of a grant award, the City reserves the right to remove the Division 2 work from the Contract, with a reduction in fee to the Contractor equivalent to the bid price associated with the Division 2 work. The City anticipates that a decision regarding the Division 2 work will be made on or before August 1, 2023. FY 2023 Construction of A Fiber-To-Tho-premise Feeder/Dlatrlbullon And Backbone (CONT. BID BOND) Project Name Network Prided, Contreot 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 prove dings am 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 ofthis Bond. All rights, powers, and remedies of the Jurisdiction hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers and remedies given to the Jurisdiction, by law. The Jurisdiction may proceed against Surety for any amount guaranteed hereunder whether action is brought against Principal or whether Principal is joined in any such action or actions or not. NOW, THEREFORE, if said proposal by the Principal be accepted, and the Principal shall enter into a contract with Jurisdiction in accordance with the terms of such proposal, including the provision of insurance and of a bond as may be specified in the contract documents, with good and sufficient surety for the faithful performance of such contract, for the prompt payment of labor and material famished in the prosecution thereof, and for the maintenance of said improvements as may be required therein, then this obligation shall become null and void; otherwise, the Principal shall pay to the Jurisdiction the full amount of the bid bond, together with cont costs, attonney's fees, and any other expense of recovery. Signed and sealed this 12th day of June SURETY: Fidelity and-D Zurieh Ame posit Company of Maryland and n Insurance Company Surety Company ey-in-Fact/Officce �efher?r A dtedName ofAttorney-in-Fact/Officer Fidel ty end Deposit Company of Maryland and Zutloh Amerban Insurance Company Company Name 1299 Zurich Way, 61h Floor Company Address Schaumburg, IL 60196-1056 City, State, Zip Code (847) 605-6000 Company Telephone Number PRINCIPAL• , 20 23 . ITG Communications, LLC 152 Molly Wakon Ochre Address Hendersonville, TN 37075 City, State, Zip Code 305 978 9095 Telephone Ntunber NOTE: All signatures on this bid bond must be original signatures in ink; copies, facsimile, or electronic signatures will not be accepted. This bond must be sealed with the Surety's raised, embossing seal. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's raised, embossing seal. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE §1189 A notary public or other officer completing thls certificate verifies only the identity of the individual who signed the document to which thls certificate Is attached, and not the truthfulness, accuracy, or validity of that document. state of California County of Los Angeles On JUN 12 2023 before me D. Garcia, Notary Public Date Here Insert Name and Title of the Officer Personally appeared Simone Gerhard Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/thelrauthorized capacity(ies),andthatbyhis/her/theirsignature(s)ontheinstrumenttheperson(s), or the entity upon behalf of which the person(s) acted, executed the Instrument. D. GARCIA COMM. #2354770 z Notary Public • California o Los Angeles County Comm Expires A r. 18, 2025 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true an d correct. WITNESS my hand and official se Signature OPTIONAL Signature of Notary Public Though this section Is optional, completing this information con deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document Document Date Number of Pages Signer(s) Other Than Named Above Capacity(ies) Claimed by Signers) Signer's Name Signer's Name D Corporate Officer—Title(s) Partner 1 Limited ® General Individual jr] Attorney in Fact DI Guardian or Conservator Trustee L1 Other Signer Is Representing iw Corporate Officer—Title(s) El Partner _ Limited ®General Li Individual D Attorney In Fact Ei Trustee 0 Guardian o Conservator 0 Other Signer Is Representing ZURICII AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint B. ALEMAN, Ethan SPECTOR, Timothy NOONAN, Janina MONROE, Adrian VALENZUELA, Jennifer OCHS, Aidan SMOCK, Lisa CRAM, Simone GERHARD, Erin BROWN, Paul RODRIGUEZ, Emily NEWELL, D. GARCIA, KD WAPATO, Marina TAPIA, Edward C. SPECTOR, Ethan SPECTOR of Los Angeles, California, its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall he as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland,, and We regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Matyland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 07th day ofFebruary, A.D. 2022. �oS mm A 3afC ��' Sc'▪ `k/4P. "�!�a: By: Robert D. Murray Vice President iy�C(�Vrli By: Dawn E. Brown Secretory mmiii0,0. �ihu,ua nio••c`Q ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY 01 MARYLAND State of Maryland County of Baltimore On this 07th day ofFebruary, A.D. 2022, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D. Murray Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument aro the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. • IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. R¢ ryk.sP thr Constance A. Dam, Notary Public My Commission Expires: July 9,2023 Authenticity of this bond can be confirmed at bondvalidator.zudchna,com or 410-559-8790 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of Tennessee ) ss: County of Coffee Bryan Siebenberg , being first duly sworn, deposes and says that: 1. He is (Owner, Partner, Officer, Representative, or Agent) , of ITG , 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, representativ- _ owners, employees, or parties in interest, including this affiant. (Signed VP of Operations Title Subscribed and s orn be re me this 1 ?)f d ay of 16 2 nmisslon Explros 06-18-2024 My commission expires ``%%- ..%11►►►►// • •\-ANN N0 �, STATE ▪ r 0= .. M▪ O TENNESSEE NOTARY ; :U3LIC .. i1 • `. �Alf,•▪ ••.....•.-''VC. • -'/iiilit;' BIDDER STATUS FORM o To be completed by all bidders PART A Please answer "Yes' or "No' for each of the following: Q Yes Q Yes No Q Yes Q Yes ! No Q 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: o To be completed by non-resident bidders PART C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor force preferences or any other type of preference to bidders or laborers? 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. o To be completed by all bidders PART D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: Bryan Siebenberg Signature: Date: 6/13/2023 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 O Yes O Yes O Yes O Yes • Yes O Yes Q Yes Q Yes My business is currently registered as a contractor with the Iowa Division of Labor. My business is a sole proprietorship, and I am an Iowa resident for Iowa income tax purposes. My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. My business is a limited liability partnership which has filed a statement of qualification in this state and the statement have not been canceled. My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state and has not filed a statement of termination. My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. 309-6001 (09-15) CITY OF d,TERLQQIOWA MBE/WBE BUSINESS ENTERPRISE PRE - Community of Opportunity BID CONTACT INFORMATION FORM P rime Contractor Name: ITG Communications, LLC Project: FY 2023 Construction of a FTTP Feeder/Distribution Letting Date: 6/13/2023 N O MBE/WBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attae1.1 a brief explanation as to why subcontracting was not feasible with this project. If any MBE/WBE subcontr tors will be used, please use the bottom portion of this form. i9 Contractor Signature: Title: VP of Operations Date: 6/13/2023 S UBCONTRACTORS APPLICABLE. You are required, in order for your bid to be considered responsive, to provide the information on this form showing ALL of your MBE/WBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions may be directed to Contract Compliance Office 319- 291- 4429. You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBE/WBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation. If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Rudy Jones, Contract Compliance Officer, for assistance at (319) 291-4429. In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals. TABLE OF INFORMATION SHOWING BIDDER'S PRE - BID MBE/WBE BUSINESS ENTERPRISE CONTACTS Quotes IZeccivcd Quotation used in bid Subcontractors MBE/WBE Contacted Dates Yes/No Contacted Dates Yes/No Dollar Amount be Subcontracted Proposed to Carter Electric 4/10/23 No 4/24/23 NO Culpepper Electric 4/10/23 No DC Coproration 4/10/23 No I-ype text Bryan Siebenberg Form CCO-4 Rev. 06-20-02 i MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM INSTRUCTIONS Prime Contractor Responsibilities: Prime Contractors bidding on City of Waterloo contract work are required to ensure that MBE/WBE businesses are provided the opportunity to participate in the performance of contracts and subcontracts. Prime contractors are required to assist MBE/WBE businesses in overcoming barriers to participation and must make good faith efforts to secure bids from, and award subcontracts to, MBE/WBE businesses. For all contract bids of $50,000 or more, the following is required to demonstrate good faith efforts in accordance with this policy: 1. "MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM" submitted with the prime contractor bid, properly completed and signed on Form CCO-4 (Rev. 06-20-02). Please note that this document must include all subcontractor contacts, bids received, and awarded - not just those related to disadvantaged business enterprise vendors. 2. A minimum of three (3) MBE/WBE business contacts must be made and documented, if there are at least three (3) MBE/WBE businesses offering services in the areas to be subcontracted (see City of Waterloo MBE/WBE Certified List). If less than three (3) are offering the services to be subcontracted, then a contact is required for any that are listed as providing that service. If you have submitted a MBE/WBE contact not on the City's MBE/WBE list, attach a copy of the certification from another government agency. 3. Contacts to each MBE/WBE businesses are required to be a minimum of seven (7) working days prior to the date the pnme contractor submits the bid to the City of Waterloo. 4. The following documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM" for each MBE/WBE business contacted: a. A copy of the bid received from the MBE/WBE, OR b. If no bid was received, a copy of correspondence received from the MBE/WBE with a "no bid" response, OR c. If no response was received, a copy of the solicitation sent to the MBE/WBE with proof of mailing attached. 5. If any MBE/WBE business submitting bids are not selected for subcontract award, documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM" on why the MBE/WBE was not selected. These reasons could include: a. Not low bid. Copies of the competing bids may be required for verification. b. MBE/WBE did not bid, withdrew bid or was n o n -responsive. c. Documentation of other business -related reason for not selecting the MBE/WBE business for a subcontract. d. Prime contractor self performs work. e. Any other reason relied on by the Prime Contractor. f. The Contract Compliance Officer will determine the weight to be given to each item listed above (supported by appropriate documentation) based on overall program goals. Fenn CCO-4A Rev. 07-013-02 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 Tx a Partnership consisting of the following partners: Private Equity Majority Owned having familiarized (himself) (themselves) (itself) with the existing conditions on the project area affecting the cost of the work, and with all the contract documents listed in the Table of Contents and Addenda (if any), as prepared by Magellan Advisors for the City of Waterloo now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete this F.Y. 2023 CONSTRUCTION OF A FIBER -TO -THE -PREMISE FEEDER/DISTRIBUTION AND BACKBONE NETWORK PROJECT, Contract No. 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 $15,100,874.07 DIVISION 1 BASE BID TOTAL PRICE $21,244,963.93 DIVISION 2 BASE BID WORK - Backbone based on federal funding decision) (subject to removal $13,281,835.68 DIVISION 2 BASE BID TOTAL PRICE $16,448,982.14 BASE BID TOTAL (DIVISION 1 + DIVISION 2) $ 37,693,946.07 BASE BID TOTAL (DIVISION 1 + DIVISION 2)+ALTERNATE A $66,565,919.83 BASE BID TOTAL (DIVISION 1 + DIVISION 2) + ALTERNATE B $66,565,919.83 BASE BID TOTAL (DIVISION 1 + DIVISION 2) + ALTERNATE C 2) + ALTERNATE D $ 77,864,565.10 $77,864,565.1 O BASE BID TOTAL (DIVISION 1 + DIVISION 1. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. FORM OF BID CONRACT NO. 1088 Page 1 of 3 2. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. The undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature and start work within five (5) days after "Notice to Proceed" is issued. 3. Security in the sum of Dollars ($ ) in the form of 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. BY: Bryan Siebenberg VP of Operations 6/13/2023 (Name of Bidder) (Title) (Date) Official Address: (Including Zip Code): 154 Molly Walton Dr Hendersonville TN 37075 I.R.S. No. FORM OF BID CONRACT NO. 1088 Page 3 of 3 Base Bid Unto LASOR Al I re <erns includ rg zero qusatey should ha.e al 'Us t Cost' e').ry Unt Cost Un t COSt Division 2 B3 U-.ts Division 1 FTTH U'.ts Division 2 B3 Cost Division 1 Intl Cost 1 D rtct-?n3t Bore (1) 1', (2) 2', (3) 125'->I1.9 II S 2625 3E9 • S 1021125 S - 2 Drcctcvl B:re (')) 1',(2) 2', (3)125'->hEl LE S N25 12E3 <9 S 25.5950) S 53225 3 D recto -sal Bcre (1) 1', (0) 2', (3)125' -ILE) LF S 18 15 136394 • S 2.475551.10 S - 4 Drect-o-sal Bore (1) 1',(1)2',(3) 125'-sill) LF S 2o25 1.018 - S 20.614 50 S - 5 Drcct•cna' Bore(0) 1', (I) 2', (3) 125'->lti) LE S 11115 9.459 S 1711108E S - 6 D:atonal Bore (0)1', 1G) 2'. (3) 125' -WI IF S 15135 164.244 • S 2,603267.4) S - 7 D'atons, Bore (2) 1',(G) 2', (3) 125"->(1.F) LE S 2025 176 • S 3.55..4 C.) S - 8 D-rcctcna' Sore (0) 1%0)2',(0125'->(LFJ LE S 11.55 5.E-02 97.E09 S 669439) S 1.163,81755 9 Drectota' Bore (0) 1', (2) 2%(0) 125'->(15) LE S 1375 3.2E5 21,972 S 45.182.50 S 3)2.115 Cr) 10 Drcctcaa! Bore (0)1',(0) 2'.(3) 125'-5(l.FJ LF S 18.15 13) • S 235950 S - 11 D7ectona! Bce(1) 1%(0) 2'14) 125' -siLE( IF S 2025 626 • S 12.676.50 S • 12 0 rectonal Bore (2) 1', (2) 2', (3)1 25- ->(LF1 LF S 28-50 26 - S 741.00 S • 13 D rest one Bore(0) 1',(4)2',(0) 125' -'(LFJ LE S 1315 26 2)7 S 471.50 S 5,350-55 14 0tect anal Bore (0) 1••6)2'. (2) 125' -4(153 LF S 13.75 94,929 26 5 1,305.273 75 S 357.50 15 Drectonae Bore (I) 1',(0)2',(2) 1-75"->(LF) LE S 1515 113503 151 S 1.105.441 E) S 23)335 16 D rectonal Bore(0) 1',(0)2t(I) 125-->(LE) LE S T1.95 323 • S 3.659 SS S - 17 D rect c-nlB:,•e (1) 1',(0)2',(0) 125'->(li) LF S 11.95 - 389253 S • S a651.57335 18 D. act Bore (0) 1%(3) 2', (0) 125'-sill) LF S 1555 - 3.650 S - S S3,4S6-SO 19 Drca onat Bore (1) 1%(1)2',(0)125'->[LF) LF S 13.75 • 103.676 S - S 1425.545 Cr) 20 D recton3e Bore (2) 1',(0)2', (0) 125' ->(LE) LF S 1175 - 129 f - S 1,773_75 21 Orectono? Bore (1) 1', (2)2', (0) 125' -VS) LP S 1585 • 4.742 S • S 75.1E0.70 22 0act onal B:re(2) 1',(1)2',(0) 125- ->[LF) LE 1 1585 - 59 S - S 935.15 23 Dact cvl Bore(1) 1',11)2',(2)125' -,[1.9 LP S 1915 9.837 S 179541.55 S - 24 0 rtctoast Bore (0)1'. (2) 2'. (2)125" ->(LE) LE S 18.15 3,553 - S 71,92845 S - 25 D'rcctcnat Bore (0) I'. (1)2'. (2)125'->(l9) LF S 1565 14,959 - 5 237.25365 S - 26 Vss 'e Bore (1) 1• cr '..t 3)' deep ->(LE) LF f 11.95 - S • S • 27 Psl(4)2' s4r IIcaa:t.ts in 8' cas ng-'(FT) FT S 22-50 S • S - 28 Bore 6'Cas-g(Steel)->(LF) IF S 62.W 100 • S 6.20000 S - 29 Bore 6'Cas-g(EC)-5[LF) LF S 3903 10) • S 3.50003 S - 30 Bore 8' Cas rg (Steel ->[LFJ LF S 710) 100 S 7300-0) S - 31 Bore 6'Cas-g(PeC)->RF) LE S 39 CO 2,632 1.034 S 102.64S00 S 40,3260) 32 Deep Bore -Water Cross-g ->ILFJ LE f 61.50 100 - 5 6.1500) S - 33 Instal h+•.'etan an Nen Con_u t ->(FT] FT S 025 1.733E45 376,707 S 434161.50 S 94.17675 34 Bore Rock AM-'er->RF) LE S 4875 - - S - S - 35 Tre.-.ch Rock Adier->(I.F) LE S 3225 - - 5 - S - 35 Instal a12A55G Ins•.'a:ed Tracer W.re ->(LE) LE S - 51853E 2165.434 S - S - 37 Instal 5/618' Copper Clad G'c .ni Rc•i ->(EAJ EA S 52.00 276 1,039 S 14352.0) S 54.02&W 33 Instal 35'DaV.CPAbni M3'ier Posts M' th Orange Dore Top ->IEAJ EA S 2500 676 6.181 S 16.50300 $ 154.52500 33 Instal 35' Oa FVC Ro'.nd Mari er Posts svth Ora-.ae Dare Top oath Test Stwm->(EA) EA S 6500 234 2.057 S 152100) S 1343550 4) Instal RE:0 Ba'/Peg h'3+ie's->[EA3 EA S SW - - f - S - 41 Instal RF:D Rope->[EF] LE S - - • 1 - S - 42 Proof Es.st•rg Ctnivt- any s•3e->(LF( LF S 13S S S - 43 Rod Es.•st g CP.'su t as Instal F1'l Tape -'(19 LE S 1.65 - • S S - 44 Renvo.e fist-g UD'e- it. coo MEN stt-i p._s r in street l g?.t coalc. is to rep'3ce%nth fter->(LF) LF S 135 - • S - S • 45 Insta'at on. Uniergro.,nd F.ter Cable • rcra rg Slack (2ct F.ter)->[LFJ LE S 1.1 S S - S - <5 Insea"at. a, Vaersiot.-d F.t•er Cat'e • r<s 4 n3 S'a:k (Rep.'s, loose Este F.ter) -sill) LF S 120 SS9.118 571,020 S 70594110 S C15224 W 47 Installs:Oa,Uelergrct-d F.ter Case- V.c.4 ngSlack (V <tof ter nr.lt to E'OAf in)->11F] 1F S 120 S - S - 49 lns+a"aSon, MST in Pe -festal -IRA] EA f 3500 - • S - S - 49 Insta'atoa. Pedestal ->(EA) EA S 69.00 S • S • 50 Insta'a:I n, Drop Va'-'L 12' X 12'->(EA) EA S 45.00 - • S - S ' 51 Installation, Small Vao'L 13' x 24' (Campos te) -ITEM EA S 150.0) S - S - 52 Irsta'ation, S'nal Va•t. 17' x 30'->(EA] EA $ 1E0-0) <4 16 S 7,920.CO S 2.88003 53 lastal :i±-c Vao't 24' x 35" ->IEAI EA f 24).0) 1,003 3353 $ 240.720 W S 813,/2000 54 Installs:ion, large Va't 3)' x <5' ->(EA) EA S 42010 137 14 S 57.54).0) S 5.E--E000 55 Insta"atOn. Extra large Vatet 45' x CO' ->(EA) EA S 54060 55 122 5 29.700.43 S 65,E50A) 56 Instal rVx<'44' Sp' t Concrete Ma'ho'e -'(EA) EA S 1,500.00 - S • S - 57 P.ernoe ani Replace Habho'e- ;nckri-g Cr rg SACcps a::o HH->(EA) EA S 775.03 - - S - S - 53 Prep and Poser Concrete Poi for POP Ste ->(EAJ EA S 8200.0) - - S S ' 59 Sancut. Ren:S.e a-d Replace Asphalt 6'Thck->IS;rFt) SgrFt S 2&E0 6060 13705 S 169.670.67 S 353.77733 CO SancLL P.c,rrv.e and Replace Concrete 6' Thck->(S3rEI] S, Ft S 32 0) 6.050 13.705 S 193.90933 S 43310267 61 Remove ab Replace Br<k Pacers ->(S, Et1 S;rFt S 28W S - $ - 62 Sancti. Re•,-'w.e ani Re plate Asphalt 6'Tuck->(Sgrft) SgrFt S 3000 6060 13,706 S 181,79060 S 411,193CO 63 SaACLL REm].e ani Replace Concrete 6' Its ck->(SgrFt) Sgrft S 31 W 6,060 13.705 S 199,969.00 S 45233)10 64 Sanc&L Remo.ea-4 Rep'3ce Asp'aat 10' Trick ->(Sq'Et) S'Ft S 31.00 6,060 13,706 S 187243.67 S 42415.533 65 Santo, P.e.ma.ea-4Replace Concrete 10' Thck->(Sqr Ft) Sarft S 34CO 6,0E0 13,705 S 206.02&67 S <65,01533 E6 - • S • S - 67 - S - S - .. - ' 1 si 4- .1111;, AERIAL3iRMIDAASN E4 las'vVos.0 Covre->[EA( EA S 11503 - S - S - 69 Boni St'a-.i/Gvy to pole grub + rn3:er:a's ->(EA3 EA S 1050 10 5 105A) S - 70 Instal Strand ->(FT) FT S 1.C') 4.0:•) - S 4. 00.CO S - 71 Instal Sncn Shoes -,(EA) EA S 1Oi.W - - S - S • 72 Instal Amu' Sack ->((A) EA S 1.45 <'J) - 5 S50A0 S • 73 Instal/ Lash Aeria! Cabe ->(FT) FT S 130 410) - S 6.0)0 W S - 74 Tree Tr.rnrg-vim FT S 225 40) - S 9)3.0 S - 75 Install Pc'e Rscrs->(fA) EA S 6003 8 S 45)0) f - 76 Insta I Donn erg 8 Anchors ->((A) EA S 12J co 8 - S %f.00) S - 77 Pee Transfer/Ma: e Rea.'y(Straght Tteolgh)->(EA) EA S <SW 2 - 5 9)A) S • 78 Pee Transfer/Male Re at/(Deai-e d)->((A) EA S <500 3 - 5 13500 S - 79 Pee Transfer/Mate Reai/(0.a,be Dealfrid) ->(EA) EA S 5500 3 - f 1650) S - (A - - S - S . 81 - 5 • S - 82 -• S - 5 - 83 - - S - S ' EA - - S - S ' 65 $ - S . E6 • - $ S . 87 - S 5 - E3 - - S S - 63 - - S - S - cis. II, •,1fs%.11.'..•4x-.:'Inn. S 'S-'S r S SPLICING 127 Instal NEN Sp' ce Case & Prep Gabe ->(EA( EA S 200 W 220 155 S 44,00) Cr) S 31p)) CO 128 P.e c er so' ce cIos'ae ->(EA) EA S 180 W - 5 - S - 123 6•01-41 Sp' ce Case 1Ma:er 3's -'(EA) EA S 15 0) - - S - S - 13) Sp' c'j FS,sces S'rg'e F.ter->(EA) EA S 25 CO 39.511 47.523 f 537,7750) S 1.0532C.) CO 131 Sp d3T Fus on, 5-.ge f ter P.gtal at panel -I(EA) EA S 25.CO - <5.744 S - S 1,143.50)0) 132 Sp'dng Vass Eaton, 12 F.ter P. Gtcn->(R 33043 R3>.AV f 135.00 - - S - S - 133 Tcstrg,OTDR.LI--D recto -sal. Pont( ricer Te st•-g->(EAJ EA S 1.03 4,416 42.528 S 4416 CO S 42.52&W 134 Test.rag, OTDR,B.-0rect.inal, Porter Lifter Tests-4 -ILA) EA S 125 1,152 3,216 S 144 re) S 4,0200) 135 Test rg e.•st -g ca`_'es B:-0 rccto,al -1EA1 EA S 125 • S • S - 136 Dcctrer4 (.•st^,g s;' dog -,[EA) EA S 020 • • S - S • 137 Reel test ^g-'(EA) EA S 375 S - S • 133 Prepcab( in GEO kc NAP -'(EA) EA S 500) • • S • S • 139 S - S • 10 S • S 141 - - S S • 142 - S - S 143 - - S - S 144 - - S - S - PAT4}1 PANELSIW0 awns 145 V•sta'I Outdoor Ponered Cab'net• S to rep as Concrete Pal ->[EA) EA S 7,82000 • - S • S - 145 instal Pal rrruntcd FOH Sp' tter Cat, net • Ste prep a-4 Prefab Va•.t ->(EA) EA S 3.700_00 • 134 S S 435.103 CO 147 Instal Pe'e rnct.n:ed FOH S;' ttcr Cab ',Et -'(EA] EA S 75003 • • S • S ' I48 Instal rack rra.ntel patch pa-.eI(Ivy Sme) a-,3 ta's->(EA) EA S 11503 1E3 • S 21,62003 S - 143 I44441 W41 r/ct -4 F ter Endcs•_re ->(EAJ EA S 750 CO 1 ES • S 141,0)0.CO S • 150 Instal 7ft Pack for patch pa -,es -' EAJ EA S 400.00 2 - S CO a) S - 151 S • S • 152 •- S - S • 153 S - S • 154 S - S - 155 - S - S - 155 - - S - S - 157 - S - S • 159 - S • S • 159 - S - S • 140 S S• GENERAL 161 Pul f ter tI csght._'d rg -(FT) FT S 2.15 36.0) - S 79,120 CO S - 162 Instal 2' E'ectnc Metal Tub rig (E MT) ->4S] LF S 732 1,84) S 13,4E-3EA S • 163 4' Cote Bere -'(EA] EA S 22503 353 • S 62.6:0 CO S • 164 2' D.- id rg R.ser wth 1.8- Up to 10'->(EA] EA S 112.0) 353 - S 41,216C0 S - 165 lostal Ne'na Entlos,re -)(EA) EA S 55 CD 359 - S 20.240 CO S - 1E6 - S - S - 167 S • S - IE9 S • S • I69 S • S • 170 . S S . 171 - . S - S - 172 - - S - S - 173 - S - S - 174 - - S - S - 175 - - S - S - C.l'.11_t 1=` ': I1rT.1 MATERIALS 176 2 CTFter Cabe ->(FT) FT S 0.19 - • S - S • 177 12 CT Fiber Cate • Amencan Male • Loose Tube al d e'ectric ->(FT] FT S 033 131187 S S 45,931.71 178 24 CT F.ter Cat'e-Ar4ncan Male • Loose Tt.te al d e'ectr,c ->(FT) FT S 0.4) 192,315 71.133 S 76.926_00 Si 28.45320 179 49 CT F.ter Cate -American Male • Loose Tute al d e'ectric -*VI) FT S 043 - 19.035 S - S 9.13540 1E0 55 CT F.t('Cate( -t-rer,can Mac'e- Loose Rite al d e'ectnc->(F1] FT S 081 97543 • S 791013 S - 181 144 CT F,t(r Cate-Arerkan Male - Loose Tute al d e'ectric ->(FT) FT S 1.16 20377 214,415 S 23.63732 S 245721.40 182 216 CT F.ter Cat•'e • Am( re.aiMale - Lcc.se Tate a'I d e'ectric->(FT) FT S 1.95 S • S - 183 2E3 CT F.ter Cat•'e -American Male- Loose Tut( al d e'ectr;c -'(FT) FT S 200) 271E-33 127,250 S 557.76600 S 254.S0000 184 12 CT 7/ CIO F.ter Cate • Commscope: 810Y05537D3 • B-012-tN-EF-M128'JIC0 -gin FT S 0.49 S • S • 185 24CTV00F.t44Cat'e• Commscope:810.•nei3.'D3. B-024.11e-£F-M12 Brit 40->(FT) FT $ 0.57 S • S • 1E6 48 CT M cro Fiber (atilt • Commsco;e:810)r.50t/D3 • B04S-tN-F-F123+J1C0->(FT] FT S 091 S S - 187 95 CT M cr0 F.ter Cate• Commscope:810YFrr)37D3- B.&%-L1-EF-L11234140 ->(ET) FT S 1.32 S S • 1E3 144 CT MaoF.ter Cabe• Ccntsco;c 8100091)4!D3-B-144-tt:-EF-V128414D->(FT) FT S 2.06 S • S - 189 2E3 CT 1/ ao F.t4r Cabe • Cc mmscope: 810))9727/03 • B-2634h-£F-V24%S/17T 2W ->(FTJ FT S 2.15 S - S - 19) 432 CT F.ter Cate - A ericai Male- Lcase Tute->(FT) FT S 2.70 - S - S - 191 6E4 CTF.ter Cate- America -Wade -Loot Tute->(FT) FT S 5.40 - S S - 192 Drop F.ter Care ->(FT) FT S 0.12 - - S - S - 193 - S • S - 194 - S - S - 155 - - S - S • 1 1KVCIE.. It IUTFI S /1/130'7.. Cr•• UNDERGROtlh9 156 1'HDPEPc1 Con.t.Ora:3e-SDR 11->(FT) FT S 039 262.576 2,055.1E) S 59,778E3 S 7E19E9.40 197 125' HD:E Rol Coo „t, Orange - SOR 11 -'(FT) FT S 0.48 1,417,459 501 S E'1315.12 S 24343 153 2' HOFE Po'I Coro; Ora -se - 5DR 11 -)(FT) FT S 1.00 59.E45 267.323 S 59.845 CV S 267.3210) 19) 4' HD; EPol Cc.c%;Ora:ge-5DR 11 -,(FT) FT S 1.18 - - S • S - 200 V crohct-'(FT) FT S 028 S • S - 201 2' PVC SCF,ed.'e 43 et I End ->(FTJ FT S 221 - S • S - 202 11Ce Ta;e-'(FT] FT S 004 1,733E46 376.707 S 69,54564 S 15.06523 203 *12 Milt So'd Thn top -sated Tracer lV re->(FTJ FT S 0.11 51&913 2,055.454 S 51C33E-9 S 226.101.04 204 S/4 ib' Cop -per Oal Grca41 Pc-1 -' (EA) EA S 1624 276 1,031 S 4.41224 S 16.87336 205 DropVaC.t, 12'x 12'-1EA) EA S 27634 - - S • S - 2C4 Snaal Va•,t, 17' x 30r- tiEWL31S5 • FCAI 73024T-0•006 (Or Ey4 Ya a ll) ->(EA] EA S 403.05 44 16 S 17,554 20 S 652353 207 SmaI Vaot, 13' x 24'-Compolte• HU3?ELL• DTI 3241EHDHD OM (Or eso•ra.ent)->(EA] EA S 337.52 S - S • 203 VY:124'x35'- NEri3ASS-'CA243424TL006 (Or eys.4a'ent)-5(EA) EA S 69976 1,003 3.3E3 S 701,85923 S 2,370.7E61-3 203 tale Va•.t, 37 x 45•-1.E113A55- FCA3)4924TL006 (Or a .. ra't-4)->(EA) EA S 1,0tS77 137 14 S 143.4)7.49 S 14,65473 210 E.trala•ge Vaut 45' x W' (Sp' t tld)- hEMV3.45.S• FCAY O35TN20H2VWO:0:J}3 (Or c''j ra'e t)->(EA) EA S 227043 55 122 S 124,87365 S 276.932.46 211 4'xa'x4'Precast esp. t'Nan`s_'e wth hare. Carer, a^•d Prl-g ->(EAJ FA S 8379.74 • S • S - 212 2' EMT Cc•n:•. t->(FT] FT S 530 S • S - 213 2' EMT LB ->(EA) EA S 2527 - S • S - 214 Flea):'e f.l->(CYJ CV S 24720 $ • S 215 Imported G'ro,'ar Bacif I .4(TN) TN S 135. 96 S - S - 216 35' 0 a PVC P.coni Mar: er Posts girth Oca-.ge Dore Top. 8 ft. in length ->(EA) FA S 1633 676 6.181 S 11,0330 Si 101935.73 217 35' D a PVC Pc teli Locate Posts wth Orange'Top Hat', 8 fL in length wth shorting straps ->(EA] EA S 3135 234 107 S 7,31270 S 6521385 218 RFID2a"/Peg Ma'Sers-'((A) EA S 3111 - - S • S - 219 RF:D Rope ->(FT) FT S 2.73 - • S - S - 220 6' SDR 11 ->(FTJ FT S 891 100 • S 891.0) S - 221 8'50R 11->(FT1 FT S 12.72 2.632 1,034 S 33,479C4 S 13.15243 222 6' Steel Cas rig ->(FT) FT S E0.10 100 - S 6,0100) S • 223 6'St4el CaSng-'(FT] FT S 85.76 200 • S 17,112.00 S - 226 Pod •S'•Chart( s Ird•BD03?1 EGT->IEA) EA S 134 70 - S - S - 225 Pel•ID' •Chiles 1n4•8003)S fGT->(FA] EA S 18521 - - S - S • 226 EA - - S - S - 227 EA - - 5 - S - 228 EA - - S - S • \:IkCS(. •..).'ATII' It tidal 229 FOSC 4508 Closure - Cor,rstcye: FO5C45185624.1.6)Y -'(EA) EA S 28202 - S • S 23) Sp' ce Tray for BGcl Closure (0112)• Co•nnito;c FOSC-ACC-B-TP.AY-24-81T -'(EA) EA S 1731 - S • S - 231 S'xk Basset for B Gel Closure • Commsco;e: FOSC-ACC-B BAS• ET -TAIL ->[EAJ EA S 40 73 - S - S - 232 FOSC 450( Closure ->(FA) EA S 3)5.46 - S - S - 233 Sr ce Tray for C-Gt1 CFsere (51.112) ->(EAJ EA S 19.12 • - S - S • 234 S'ack Basket for CLtl Closure->(EAJ EA S 3735 S • S - 235 FOSC 450 D Closure • Ccmnsccpt: FOSC4S105-6-72-I-D0v->(EA) EA 1 315 C6 220 155 S 73.93320 S 52,66930 236 D S•ze sc.' ce Tray- Comnsccge: FOSC-ACC4D-TRAY•72-KIT ->IEAJ EA 1 25 91 2N 155 S 5.7E020 S 4,01645 237 S'a k Basket for DGtl Closure • Com•nscept: FOSC-ACC-D-BAS•ET-TAIL -,(EA) EA 1 22.13 61 45 S 134).93 S 59565 23S FOSC ECO D Closure -'(EA) EA S 51022 - S • S - 233 60) 0 S'ae sp'ce Tray ->[EA] EA S 2293 - - S - S • 240 S'atk Bass et for COO DGtl Closure ->[EA] EA S 44.45 - S - S • 241 FLP COYOTE HD Done Closure (Loose tuft 576£E4 sp' ccs)->(EA) EA S 531.16 S S - 242 Comnscc re CSCICOMoo CM I,re•CSC1C0-CSC3-U5AIA18AC+•)->[EA) EA S 23S74 - S - S - 243 Connscope CSC150 VVO Closure -(SCIS0- CSC S-CSAIA1BAC0), can ;cote as aternate: OFOC-BEG• OFOC-85G1WK0;..-::-72 EA S 246 CO S • S - 244 Corenscc;e CSC20) V cro Closure ->(EA) FA S 2460) - S S • 245 - - S • S - 246 - - S S 247 - S • S • 243 • - S - S - 249 - S - S - 250 - - S - S 'tr,..•r. •: +Ils '1 err.: • a - -s sr PATOI PANLES AND CABPIfl1 270 O .t&c.c Pone r(d Ca`; net ->(EA) EA S 1135525 S - S - 271 144F Pai mo.rated FDH Sp' :ter Cab net ->(FA) EA S 537246 S - S - 272 2E2F Pad fr.,:unted FDH Sp' :ter Cab net -CLEARS.El0-R-D32-2ES-C1E-020>810F, V78(2P->(EA) EA S 5.E9129 - 129 S - S 732126.41 273 432F Psi mounted FDH Sp' tter Cab ret• CLEARF.ELD-R-FB2-432-C1E-03)>B 100F, V7&C2P a(EA) EA S 8.54932 - 5 S • S 42745E0 274 1 CSF Pc'e mounted FDH Sp' tttr Cab net ->(EA) EA S 4.7E2.47 - • S • S - 275 212F F\ce mounted FDH Sp' tttr Cab vtt -ILA) EA S 5.071.70 - • S • S - 276 432F Pose mounted FOH Sp' tter Cab net->IEA] EA S 7.854.12 • - S • S - 277 1x325p tter- CLEARF.E LO-KCi{M-'(EA) EA S 86546 - S S - 278 1>64 Sp' tter- CLEARS LO- t:COCAA->IFA] EA S 2.126.03 2E9 S - S 559.7(50) 279 12 port rack mount paAI->(EAJ EA S 22629 - - S - S - 2E0 24 port rack mount panel - CLEARF:ELD - G,43-024-CIF-822->IEAJ EA S 33934 113 - S 73.155-92 S - 281 43 port rack mci.nt panel ->(EA) EA 5 442.55 - S - S - 282 % port rack rro.rt p .eI->lrA] EA S 751.00 - • S - S - 283 144 Fort rack rr:.-4 panes ->(EA) EA S 1.056.05 - • S - S - 2E4 263 port rack r,..nt prRl- CtEARF:ELD • G11B3-2E 3-C1F422->(EA) EA S 4,78721 4 • S 19.14884 S - 265 Vial ?fount F.ter Encsosore• CLEARF.ELD• FOP-)V.B2.24-SCA-8->(EAJ EA S 11124 1E3 - S 20.913.12 S - 2E6 7h Pack for patch pax's•CLFARF:ELD•FVA-Al AE,FVAL12-S03.0i91C5.(2)FVA-EZA->LEAJ EA S 92934 2 - S 165S ES S - 287 T.EVA Enclosure• HOFFVAN• CSD2424125S. CP2424 ->[EA] EA S 51352 363 • S 1E3.97536 S - 2e3 - S - S - 2E3 S - S - 2-r) - S S - 291 - S S - 292 S - S - 233 S • S - 234 S • S . 2)5 - S • S 20 - • S • S - 2)7 5 • S - • :.ti••-!•.Il)%'.7(:-'.tlS!'.IFF' t ❑ rill _..... ,) S. 1,+..1•1 253 5-on S4:es- 22' Y•oN Yan -'(EA) EA S 192.73 8 • S 1,541.84 S - 221 UG':rd-3'U-gled in 1CFT sections->(POLEl POLE 5 10423 8 • S 833E4 S - 30) Anchors ->(EA) EA S 2865 8 • S 293E0 S - 3)1 GryV12ker•Ye"onp'asttco.tr for v.sb'ty of done guy ->(FA) EA S 366 8 • S 2023 S - 3)2 Neer 35•47 no:den po'e for tter atta?,nents ->[EA] EA S 592 25 2 - S 1.184 50 S • 3)3 - - S - S • 334 - S - S • 335 - S 5 . 3)5 - S - S ' 337 - S S . 333 - 5 S 339 - S • S • 310 S S ?IF =11.' iil F'>I WTI: .. ... - - MOM .3TR4413nASH- 311 Po'e Attachment Hvdna•e (Not needed if into. td in the labor price) ->IPOLEJ FOLE S 197.76 10 - S 1,977.E-0 S - 312 Lash'-g W re (Not needed if inducted in the labor price) ->(FT) FT S 005 4,0:0 S 2400) S • 313 EN Strad ->(FT) FT S 1.13 4,00 • S 4,520 0) S - 314 S • S . 315 S - S . 316 • - S S - 317 S - 5 - 318 - S - S . 319 - S - S . 320 S - S . 321 1 • S - 322 - 1 - S - 323 - S - S •!, +1 > i5••,. tr,....._Itk ='. runt , / /1/... . Base Bid Total Alternate A: (1)1" installed at 42" HDD and Pedestals Unts LABOR rat • Division 2 BB Base Bid Division I FTTH Base Bid $ 1844.942.14 S 21,244.963.93 FTTH Ccst ' LR40iBGRDtsito/ABOR 17 Orect onus Bore (1) 1',(5) 2', (0) 1.25- ->[LF) IF S 11.55 1.5E8,9)1 S • S 18.05.042.45 26 Vss 'e Bre(1) 1' condet 3)' deep->(LF) LF S 11.95 S - S - 46 hstS' t:en,UMe%round F.ter Cab'e - Inckd rig S'ack (Ptgu'a' Loose 'lute F.Ler)-->1LFI IF S 125 2065202 S - S 3.455.50250 47 Irsta'aSon, Unfc'grcund F.ter Cab'e- Incl.' rig Slack (V cro f ter rra.st to Non-1 in)->ILF) LF S 125 S • S - 49 testa'at'n, Pedista!-'((Al EA S 6800 12336 S S 833.8410) 51 rsta'atc.n. 5•k IVa'.'t. 13' x 24' (Cc•r.;.s te)->(EA) EA S 15000 S - S - 127 Install Neu Sp' ce Case & Prep Cate -'(EA) EA S 200 00 3.322 S • S 6FA.CO CO 133 Prep cat'e in PED for NAP --,(EA) EA S 5000 12336 S • S 616.6C003 Material EVER 177 12 CT F.t.er Ca_'t - American Maie • Loose Tt.te al d c'ectr.c ->(rT) FT S 0.33 713.037 S • S 235,318 71 178 24 CT F.ter Cab. • Ar,ercan Made • loose Ti,te all d e'ectr c -afFT) FT S 0.40 625.044 S • S 250.017.60 179 48 CT F.ter Cate • A cereal Plait • loose Tt.te a'I d electric -'(FT) FT S 0 A 470,545 S • S 229E61.60 140 95 CT F.ter Cate • American Maie - Loose Ti.te a'I d e'ectr,c ->(FT] FT S 011 321314 S - S 260.653.14 181 144 CT F.ter Cat't • Pere real Male • loose Ttte a'i d t'ectr6 ->(FT) FT S 1.16 453353 S - S 563649.48 182 216 CT Fiber Cat'e•Are real Made• Loose Tote a'I d electric -'(FT) FT S 195 S • S • 183 243 CI C.ter <a`t'e-Arne rican Male • loose Ate a'Id (tare -'(FT) FT S 2CO 145379 S • S 293753-00 184 12 CTNcro F.ter Cat 'e• Cerrnscope:81c.x453?03• B012.0:43-M128✓J14D->(f T) FT S 0.49 S • S - 165 24 CT It cro F.ter Cable -Ccr,nscope:8l0,y>s)/03. 8024 tt:-F-M1284140->(F T) FT S 057 S • S - 1E6 43 CT Moo F.tcr Care- Connscore: 81C•0931,D3. 84434U-EF-F 12a414D->(FT) FT $ 090 S - S - 187 54 CT N cm Pita Cat'4-Cornscopt:81C005)3/133- 8-04-tr-6i-14128.714D->(fT) FT S 132 S - S - 1EB 144 CTMcro F.ter Cat'e•Comnsa{t:81001334/D3-B-144-tU$F-M128•314D->(FT) FT S 206 S - S - 16) 243 CT 6• cro F .ter{at'a - Can r,sec;t:810:•Y3727/D3-B-2E3lU-F-V24\!17T 200 -,,(FT] FT S 2.15 S • S • UNDERGROUND 207 Sma1 Vai-l. 13' x 24'•Con;oste• tlU33ELI• 01132414H0HDC LVI(O: ere. vase nt)->[EA) EA S 43305 S - S • 224 Ped • 8' • Chants Ind • BD0304EGT ->)U) EA $ 134 70 11.735 S - S I,SE37E650 225 Pei • 10' • Chyle Ini • 600335 EGT-->(EA3 EA S 18531 552 S • S 1022)1.12 CLOSURES 229 FOSC 4508 Closure • C4mnscc t: FOSC4SG86-6-24.1,6Y/ -5 (EA) EA S 282.02 S • S ' 230 Sp ce Ira/ for B Gel Clost. re (SM12)- Comrsco;t: FOSC-ACC-B-TPAY-24-10- ->(EA] EA S 1731 S - S - 231 Slack Basket foe 8Gel Closure • Coeanscoc'e: FOSC-ACC-B-64S•ET-TALI ->(EA) EA S 4) 73 S - S - 235 FOSC 450 DClosureFOSC450-D66-721-01/->(EA) EA S 33606 3.178 S • S 1•C57,543.E3 - Connscc;e: 236 0 Sle sp' ce Tray - Cc-, nsa-;e: FOSC-ACC-D-TPAY-72.4iT •->(EA) EA S 25.91 3,178 S - S 62,341.53 237 Slack Bast el for DG41(1osore - (on sec;e: FOSC-ACC-D BAS•ET•TALL ->(u) EA S 2213 TOO S • S 17,7040) 242 CPnr4COciCSC10)6' cro Closure •C5C10)-CSC3USAIAISACCO->(EA) EA S 23374 S • S - 243 Cc•r,•nscofeCSC150A' cro Clost.re•CSC150-CSC 5CSA1418A07.3 can quote asSat na:e:OFDC-BEG•OFDC-BEG-S:uir>•t.t;-t:-72 EA S 24603 S • S • Option A Bid Alternate B: (1)1" Installed at 30" Missile and Pedestals Unte LABOR Un t Cost tint Cost 83 U-.ts FTTH Lints BB Option A S FTTH Option A S 2t871,973.76 83 Cost FTTH Cost UPIDERGROUMD LABOR 17 DrcctecaI Bore( I) 1',(0) 2',(0) 125' -'(LF) tF S 11.55 S - S - 26 N.ss't Bore(1) 1' conCat 31 deep->(LfI LF S 11.95 155,991 S - S I8,6C60424S 46 Insteaton. Unargreuni Fitt rCable • Inclui ns Slack (Regu'a• tc-Sse Tute F.ter)->RF) LF S 125 2765202 S - S 3.45450250 47 Insta''aton. U.'kieegrco'AF.ter Cable •Inc'ving Slack(N cro ftcr rn,st to t'^nn in)->RF) LF S 125 5 • S - 49 Insti'aton. Pedestal ->(EA) EA S 63 CO 12336 S • S 813E43 CO 51 r.sta''a5on.Sma'IVaui 13' x 24'(Cor{osle) ->(CA) EA S ISO 0) S - S - 5PL4of.'G 127 Instal Fen Sc' ce Case & Prep Cate ->[FA] EA S 200 00 3.322 S - S 6E4.400) 133 Prep cable in PED for KAP ->[EA) EA S 5000 12.336 S - S 616.V»CO Material PS ER 177 12 CT Feter Cabe-ArtLeanNaie • Loose Tute a'I d e'ectr,c->[FT] FT S 033 713,437 S S 235,31331 178 24 CT F,ter Cat't- An-ereal Maie • Loose Tute a'16 e'tare->[FT) FT S 0.43 625.044 S - S 250.017.60 179 49 CT F.ttr Cate -American Naie • Loose Tute all 6 e'ectr.c ->[FT] FT S 0.48 470,545 S - S 2254661.60 1E0 95 CT Faber Cate-Ar,Lr.can Slade • Loose Tute a'I dc'tctrc->[FT1 FT S 0.81 321,714 S - S 260,653.14 181 144 CT F.ttr Cate • American Maie- loose Tt.te a'1 d e'tctric->(FTl FT S 1.16 45),353 S • S 567,E4).43 182 216 CT F.ter Cabe - American Maze- loose Te.te al d e'ectrc->(FT1 FT S 1.95 S • S - 183 243 CT F.ter Case • American Maze • Loose Tt.te a'( d electric -IV T1 FT S 2 CO 145,379 S - S 290.75800 184 FT S 0.4) S - S - 12 CT N ao titer Cabe• Conrsco;e: 810v,>Sx3/D3• 8012-1KiF-11126V14D ->(FT) 165 24 CT Mao F.tu Cate- Ccnnscope:81Wr,ev)/D3- B0741K-5F-111264140->(FT) FT S 057 S - S • 1E6 49 CT A' cro F.ter Cat•'e•Cc•m-rscope:8t0:0->9WD3- 8-049-11:$F-F 1234314D->[FT1 FT S 093 S • S • 187 56 CT Nuo F.ter Cable -Conrnsco;e:81G:09303/D3-64iSLK-EF-11128 a140->(FT1 FT S 132 S - S • 1E9 144 CTA' cro Fiter Cate- Cormsco;e:810039)47D3-(3144-1tt-EF-14128+J140 ->(fT) FT S 2.06 S - S - 16) 2E3CT Mao Fite( Cat 'e-Cennsco;e:810}i)727,D3•B-2E9-1N-5.5.f 1424%917120->(FT) FT S 2.15 S - S - UNDERGROUND 207 Sni1VauC 13'x24'-Ccm;oste• HG33E1.1.• DT13241Er<DHD•:ll./(Or c.un 4-4)-4EA] EA S 4G305 S - S - 224 Pei - 6' - Cha'e s lni • B0033:-EGT -a(EA) EA S 134 70 11,795 S - S 1,5E37E6 0 225 Pei - 10'- Char:es hi- 80035-EGT•->l&A) EA S 15531 552 S - S 1022)1.12 CLOSURES 22) FOSC 450 BCIosure-Ccnracope: F05C45.) 866-24.1-Bin ->(EA] EA S 18202 S - S - 230 Sp' ce Tray for B->el Closure (SM12) • (onrscope: f050ACC-8-TRAY•24-!OT ->(EA) EA S 1731 S S - 231 5'xk Basket for Et -Gel Closure • Conmsco;t: FOSC•ACC•B BAS•ET•TALL ->(EA) EA S 40.73 S - S - 235 FOSC 450 D Closure - Cor ns:0;e: F05C45005-6•72•1 D f ->[EA) EA S 315 05 3.178 S - S 11.47,95343 236 D S•4e sp'ce Tray- Corcnsccye: FOSC-ACC-O-TPAY•72FiT->(EA) EA S 25.91 3.178 S - S 82,341.53 237 Vatic Basket for 0G41 Closure - CGrnscc e: FOSC-ACC-0BAS•ET•TALL->(EA) EA 5 22.13 CO 5 - 3 173C4 CO 242 Co -was -cope CSCIO)NooC'os•-re- CSC10)-(SC3-05A141E44C')->(EA) EA S 239.74 S - 5 - 243 Cornscopt C5C150 rf(lo Closure•CSC150•CSCS-054141Ea.00. can gccte as a'terna:e: OFDC-BEG-OFOC•BEG::`:G}`:';1.72 EA S 246.00 S • S - Option a Bid Alternate C: (1) 1" installed at 42" HDD and Vaults 88 Option 8 $ FTTH Option B S 28.871.973.76 lints LABOR tint Cost Un t Cost 83Uois FTTH Ur, is 03 Cost FTTH Co UNDERGROUND U.BOR 17 DrecteouI Bore(1) 1',(0) 2', (0)125' ->RFJ LF S 11.95 1,556,9)1 S - S 18•E05.042.45 26 M.ss'e gore (1)1"conds. t 30'deep-sail LF S 11.95 S • S • 46 Insta"a:on, Underground F.ter Cate-Inct,i-sg Slack (P.esusa, Loose Tute F.ter)->[LF) LF S 125 S - S - 47 Irsta"ation, Uniergrce.niF.ter Cate• Inecd-g5'.ak (V crof ter crust to t'ann rn)-->RF) LF S 125 3,346.453 S S 4,183.10375 49 testa"atom, Pedestal ->(EA) EA S 69.00 S - S • 51 Ins!a'atc1, Smal Van. r, 13' x 24' (Cc ryoste)-'(EA) EA $ 150.00 12325 S - S 1.843750.0) SPLIONG 127 Install Nett Spice Case & Prep (aVe•->(EAJ EA S 20000 15.526 S - S 3.105.2030) 133 Prepcat.'e in FED fcrNAP ->(EA) EA S 500) - S - S • Material BEER 177 12 CT F.ttr Cate- Anne real Made • loose Tute a'I d e'ettric->(FT) FT 5 033 S - S • 178 24 CT F.ttr Cate-Arer:can Maie • Loose T. to a'I d electric ->[FT) FT S 0.40 S - S 179 49 CT F.ter Cable -Arcroan Made- Loose Ate al d electric -WTI FT S 0.49 S - S • 1E0 56 CT F.ttr Cab'e-Arencan Made • Loose The al d electric ->(FT] FT S 081 S - S • 181 144 CT F.ter Cate -American Male • Loose Tute a'1 d e'tct'.c •->(Fi) FT S 1.16 S S - 182 216 CT F.ter Cate -American Made • loose Tt.te a'1 d e'ectrc ->(FT) FT S 1.95 S - S - 183 2E-3 CT F,ter Cate -American Made - Loose Tile a'I d e'4ctric->(FT) FT S 200 S - S 184 12 CT N cro F.ter Cate• Canrscope:810.v>4>?A73-B-012-1t:-EF-M12B414D -'(FT) FT S 049 849.515 S - S 415362 44 165 24 CT 1.'cro F.ter Cat'e• Connscoft:SICC.)r399/D3 • B-024-Lf.Ef-1t12art 140->(FT) FT S 057 762,354 S - S 434.541.78 1E6 49 CT M vo liter Cate-Connscope: 8l0049)1/D3. El048 U4<F-F128a14D->(FT) FT S 090 611,118 S - S 550.0620 187 Si CT PeaoF.ter Cat'e•Corrnsco;e:SICti)9)37D3- BCr 1U-EF-M128.0140 -'(FT) FT S 132 331,927 S • S 50.143E4 1E9 144 a M cro F.ter Cable-Connscc;e:81G-,)9))/D3. 8-144 IN-IF-4412804D->(FTJ FT S 2.C4 572.076 S - S 1,178,47654 1E) 2E3 CT F,'cro F.ter Cat'e-Cc-•-.sce;€:610003727/03-B-2E31):-E:-1'24S917T202-'(FT) FT S 2.15 173,472 1 • S "34.S14 P) U's'DD 207 Sms'1 Vail. 13-x24'• Composte- HU33ELE- DT13241EHDHDCLW (Or eau va'e-.t)->LEAJ EA S 40305 72325 S • S 5,02321625 224 Pei -8'- Chivies lni-B00334-EGT->(EAJ EA 1 13470 - 1 • S - 125 Pad •10'- Cn3'tes Ili - BDO3i-EGT -'(EA) EA $ 1E531 - S - S - aostuRF.1 _ 223 FOSC 450 B Closure - Cc.a nude: FOSC450666.241.61V-4EAJ EA S 28202 3.1n 5 - S 6;6.25936 230 Sp'ce Tray for El -Gel Clowre(SM12)•Co-nnuope:fOSC•ACC•B•TPAY•24KR->(EA) EA S 1731 3,178 S - S 55.011.18 231 Slack Basket for 8-Gel Closure • Cornmscope: FOSc.ACC•8-BASXET•TALL ->(EA) EA S 4773 Er) S - S 32,364 O) 235 FOSC450DClosure •Commscopc FOSe450-06.6-72.1.00V->(EA) EA S 33606 S S - 236 0 Sae space Tray• Con mscopc fOSGACC•D•TRAY.724OT ->(EA) EA S 2591 S • S • 237 Sack Basket for DGel Closure • Commscopc FOSC•ACC•D-BAS*ET-TALI -,(EA) FA $ 22.13 S • S ' 242 Commscope CSC100 Neap Closure •CSC100-CSC3y5AlAlBM® ->(FA) FA 5 23374 10.073 S S 23E3,11622 243 CommuopeCX150 Mao Clow. -CX1S0-CXSC5A1A1BM00, cal Goose as aterna:e: OFOC-BEG- CKOGBEGI'.\.'004YY-72 EA S 24600 2345 S • S 576.87000 Option C Bid Alternate D: (1) 1" Installed at 30" Missile and Vaults lint* LABOR Ui t Cos! U-, t Cost 83 Un tt FTTH U . tS BB Option C $ FTFH Option C S 40.170.619.03 63 Cost F TIN Cost UNDERGROUND LABOR 17 D rectiortal Bore(1) 1', (0)2', (0) 1.25'->(lF) IF S L1.95 S - S , 26 M.ss'e Bcae (1)1' condut 3)' deep->(lF) IF S 11.55 1,555.5)1 S - S 18606042.45 46 Ensta"aton, Un_€'groca4 F.bcf CaYe - I -ad ngStack (P.eguar Loose Tote F.ber)->(LF) lF $ 125 S - 5 - 47 Msta at on, Underground Fiber Cable -sick-4 r$ Vick (1." cro f to most be tram" in) ->(lf] IF S 125 3.345.453 1 - S 4.183.103.75 49 Insta"attn. Pedestal -,(EA) fA S ES 0) S • S • 51 Ins!a'at en. Smal Veit. 13' x 24'(Cc -.,as te)->(EA) fA S 15000 12325 S S 1,6C9,7500) SPISCN)G 127 Instal New Sp'.ce Case & Prep Cable ->(EA) FA S 240 O) 15.526 S • S 3,1052i0 CO 133 Prep cab'e in PEO for NIP ->(EA) EA S 5)0) - S • S - ':3.(n31 177 12 Cr F.ter Cate-A-rencai Ma'e- tense Ttte al d e'ectr4 -5(FT) FT S 633 S - S - 178 24CTF.ter Cable -Arerica,Ma:e- lone Tote a'Ede'ectric->(FT) FT S 0.40 S • S - 179 43 CT Fiber Cable• At rka'1Made• Loose Tube alde'ectric->(FT) FT 5 0.43 S - S • 1E0 96CT Fiber Cable -America's Made• Loose Tote al de -teethe FT 5 081 S • S - 181 144 CTF,ber Cabse • American Made• loose Tube alde'ectric->(FT) FT 5 1.16 S - S - 182 216 CT Fiber Cabe - America" Made • loose Tube al d e'ectric -> jFT] FT 5 1.95 S • S - 183 2E3 CT Fiber Cabe - American Male • Loose Tube al d e'Ktrz ->(Ffl F T 5 240 S - S - 184 12 CT M ao Fste Cabe - Comnsscope 810704392/D9 - B-0t 2-lN-EF-M12BK/14D -TT) FT 5 0.49 843535 S - 5 415.782.64 185 24 CT Mao Fiber CaYe - Comrrdcope 810709599/D3 - 8-0244N-U-M128i/140 ->(FT) FT S 057 762.354 S - S 434,541.78 1E6 43 CT Moo Fiber Ca}e-Commscope:810003991/OB-B-048{N-85412BOt4D->(FTJ FT S 0.90 611,11E S • S 550,00620 187 56 CT Mao Fiber Cable - Commscopc 81000990310E - BL96-tN-BF4412ar/140 --,(FT) F T S 132 331,927 S S 501,14344 1E 3 144 CT Mao F.ter Cat 'e- Ccrrnuope:810Yr)3)4D3. 8-144-4/4-EF-M1284140-2(FT) FT s 2C5 572,076 S - S 1,178.47656 1E9 1E9 CT4 uo F.t4r Ca`-'e-Co-nnsccqe:8lC'Yi272LD3-B-2E9-tI:-EF-:'24::Y17T200-'VT) FT S 2.15 170.472 S • S 365.51430 UNDERGROUND 207 SmaIVaot.13'x24'-Comp:4te- HU33E16- OT13241EHDHD({W(OF etiu .ca'em)->(EA) EA 5 4:3G5 12.325 S - S 5.029.21625 224 Ped•E' - Cha'cs bpi • 6D0374-EGT -4E4) EA 5 1 34 70 - S S - 225 Pod •10"•Cha•:es lnd- BD0305-EGT->(EA] EA S 1 65 31 S - S - aDSUaES -`) 223 FOX 450 B Closure • Camnscope: FOSC450.B6b24.1-67V ->(EA) FA S 222.02 3.173 S - S 59525955 230 Spice Tray for 8-Gel Closure (SM12)•Cor..rscope.FOX•ACC-B•1RAY•24-KR->(EA) EA S 1731 3,17a S - S 55.011.18 231 Sack Basket for a -Gel Closure - Commscope: FOSGACC•B-SAS■ET•TALL ->(EAj EA S 40.73 E0) S - S 32.534 G) 235 COW 45000bswe- Commune: FOX450.066-72.1AW->(EA) EA S 335.06 S - S - 236 0 Sore spate Tray - Commscopc FOX-ACC-D-TRAY•72•KIT->(EA) EA S 2591 S - S - 237 $'ack Ballet for DGet Closure - Com- oope: FOSCACC-D-6AMET•TALL -,(EA) EA S 22.13 S - S - 242 Ccennscope CX100 Wad Closure-CSC100-CSC3435AIAIBA000->(EA) EA S 233.74 10.D)3 S - S 23/5,11622 243 Commscope CSC1 50 Hato Closure • C5C150 - CSCS-05A1A18A000, can quote as arserna e:Of DC-8SG • OFOC-BEG-WCO-,\N 4.72 EA S 24500 2 345 S - S 576870.0) Option D BId Base Ater nate A: (1)1" insta"ed at 42' HDO a 4 Peetsta's Aternate B: (1)1instant-3 at 30' M-ss'e as Pc-lesta's Menu:. C: (1) I' instced at 42' HDD a d Vatits Aternate 0-.(1) 1' snsta'ed at 30' M-ss't a-4 Vafts BB MN BB(OpNon BB Option 0 S FTTH Option D S 40,170,619.03 MN don Total S 16.445.532.14 S 21244.963.93 NA NA NA S - S 28471,973.76 S 16443,532.14 S 50,116.937.69 S 66,565,919.83 S - S 28371,973.76 S 16.444.532.14 S 50,116,937.69 S 66,565,919.63 S - S 40,170.61943 S 16443,932.14 S 61415,532.56 S 77./64,565.10 S - S 44170.619.03 S 16,44932.14 S 61.415.532.96 $ 77.464$65.10 To the City of Waterloo GPRS is an industry leading utility contractor with a combined 36 years of experience in the telecommunications industry. We have successfully complete large volume project including FTTH and Power distribution projects. We have exceptionally experienced crew in any terrain or environment. We completed a 213-mile of rural grant project in Syracuse, NY in 2020. We were able to work all through the winter and had very seldom days that we could not work due to road conditions. We ONLY do work with BTR/ITG and are not for hire by any other Company. We are currently working 22 projects across the United States and have over 187 in house employees. We have been brought in a large project where rock has been an issue and large river crossing where other contractors were unsuccessful. GPRS prices ourselves with top off of the line workmanship, providing quality work while maintaining a safe and positive work environment. With GPRS safety is ALWAYS first. Gerald Beiland is our Director of safety. We conduct weekly's safety meeting to ensure all crews are being given a constant reminder to put safety first every week and that no one is too important to put someone's safety at jeopardy. Gerald was Safety director at Bellsouth for 18 years before joining our team. GPRS is currently working on projects with BTR/ITG in FL, AL, MS, SC, TN, KY, VA, OH, MN and WI. GPRS specializes in large volume projects. in the past 7 years we have not missed a single due date on a project. We will be mobilizing the following equipment 2 (20x22 Vermeer directional bore machines) 1 (40x55 Vermeer directional bore machines) 2 (JT20 Ditch witch directional bore machines) 4 (missile crews) Heating mats (for winter work to thaw the frost) 5 (Yanmar vio55 mini excavator) 4 (fiber splicers) All of our equipment is new well -maintained equipment. Our equipment is all 2019 or newer. Please let me know if I can provide any additional information Yes we do have a company website but it's still under construction. We do have an Instagram page with serval photos of our equipment. USERNAME: G PRS_UTI LITY_CONTRACTOR Thanks. Trevor Green President GRPS, LLC C- 678-276-5955 0- 678-761-9912 1111 Cassville Rd Cartersville, GA 30120 Revised February 2003 CONTRACTOR'S OR SUBCONTRACTOR'S AFFIRMATIVE ACTION PROGRAM Check box that applies to party completing program: ( x ) General Contractor ( ) Subcontractor I. Section A to be completed by GENERAL CONTRACTORS only: A. Name of Company ITG Communications, LLC Address of Company 152 Molly Walton Dr Zip Hendersonville TN 37075 Telephone Number ( 629 )279-1277 Federal ID Number (if no Federal ID Number, Owner/President's Social Security Number) 46-4108185 Name of Equal Employment Officer Name of Project Fiber to the Premise Feeder/Distribution and Backbone Network Project Project Contract Number 1088 Estimated Construction Work Dates 8/23 / 12/26 Start Finish Section B to be completed by SUBCONTRACTORS only: B. Name of General or Prime Contractor ITG Communications, LLC Name of Subcontractor Ground Penetrating Radar Services, LLC Subcontractor's Address 4281 Roush RD unit D Zip Lynchburg, OH 45133 Subcontractor's Telephone Number 678) 276-5955 Subcontractor's Federal ID Number (if no Federal ID Number Owner/President's Social Security Number) 84-4626509 Name of Equal Employment Officer Tara Butler AFFIRMATIVE ACTION PROGRAM Page 1 of 8 A. Remainder of program to be completed by party completing program, either Prime or Subcontractor. 1. The Owners and/or Principals of your company: Name Address Position Ethnic Sex Origin ITG Splitter, L.P. 2400 E Commercial Blvd Suite 322 Fort Lauderdale, FL 33308 Managmaent Holding, LLC 2400 E Commercial Blvd Suite 322 Fort Lauderdale, FL 33308 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 II. EMPLOYER'S POLICY (Please read carefully.) 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. ITG Communications, 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. ITG Communications, LLC recognizes that the effective application of a policy of (Name of Company) merit employment involves more than just a policy statement, and ITG Communications, LLC (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. B. C. ITG Communications, LLC improve (Name of Company) our Affirmative Action Program: will undertake the following six (6) steps to 1. Minority Recruitment and Employment; 2. Local Recruitment and Employment; 3. Disabled Veteran and Vietnam Era Veteran Recruitment and Employment; 4. Handicapped Recruitment and Employment; 5. Female Recruitment and Employment; and 6. Training, Upgrading and Promotional Opportunities. ITG Communications, 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. ITG Communications, 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. E. All sources of employment used shall be aware that we are an Equal Employment Opportunity Employer. Labor organizations representing our employees will be notified of our Equal Employment Opportunity Policy and Affirmative Action Program. F. Training, upgrading, promotion and transfer activities at all levels will be monitored to ensure that full consideration has been given to qualified minority, female, and local group employees. G. ITG Communications, 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. ITG Communications, 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. Carter Electric 2. Culpepper Electric As a result of the above efforts, we have involved minority, female, and local contractors and/or suppliers in the following areas of subcontracting: (if none, write "NONE") 1. None 2. J. ITG Communications, 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. L. ITG Communications, 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. ITG Communications, 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: 6 for Women: 3 0/0 % Goals *Your affirmative action goals should be between 1 % and 10% or more for minorities and 1 % and 5% or more for women. AFFIRMATIVE ACTION PROGRAM Page 4 of 8 INDICATE: Please be advised that the goals or targets are purely your estimation of how many women and minorities your company can reasonably expect to hire in 2023. Note, that none of the goals are rigid or inflexible. They are targets that your company calculates as reasonably attainable. This will help the City in its monitoring procedures as required by City of Waterloo Resolution No. 1984- 142(4). CONTRACTOR'S TOTAL WORK FORCE (WATERLOO) DISABLED VETERAN: DV VIETNAM ERA VETERAN: VV HANDICAPPED: H AFFIRMATIVE ACTION PROGRAM Page 5 of 8 We hereby certify that we are in compliance with all City and Federal Affirmative Action Regulations and agree to accept all liability for failure to comply. Respectfully submitted, By: Kevin Killets (Jul 14, 2023 11:57 CDT) Company Executive Jul 14, 2023 Date By: V Equal Employment Opportunity Officer Jul 14, 2023 Date City of Waterloo Affirmative Action Officer Approved Disapproved Reason: By: Date: AFFIRMATIVE ACTION PROGRAM Page 6 of 8 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 agree asfollows: 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) ( propriate Official) Bryan Siebenberg VP of Operations (Title) 7/12/23 (Date) SURETY BOND NO. 9434265 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND KNOW ALL BY THESE PRESENTS: That we. ITG Communications, LLC , as Principal (hereinafter the "Contractor" or "Principal" and Fidelity and Deposit Company of Maryland & Zurich American Insurance Company as Surety are held and firmly bound unto City of waterloo, Iowa , as Obligee (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of Seventy -Seven Million Eight Hundred Sixty-FourThousand Five Hundred Sixty -Five and 10/100s dollars ($ $77,864,565.10 ), lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, legal representatives and assigns, jointly or severally, firmly by these presents. The conditions of the above obligations are such that whereas said Contractor entered into a contract with the Jurisdiction, bearing date the day of , , hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: CONSTRUCTION OF A FIBER -TO -THE -PREMISE FEEDER/DISTRIBUTION AND BACKBONE NETWORK PROJECT, CONTRACT NO. 1088 The improvement includes the construction of the necessary components to create the high-speed FTTP XGS-PON communications Network (the Project) within the City's defined Service Area and prepare it to deliver backbone and fiber -to -the -home services. The system shall be a fully operational high-speed communications network supporting Internet protocol technology and allowing users access to and from the Internet The Project requires the construction of a Fiber to the Premise feeder/distribution and a backbone network which will support XGS-PON technologies to be utilized to deliver best -effort and guaranteed services to its customers within the City Service Area. The design identifies the placement of FDH's located at the City data center and network PoP's. These locations will also house active electronics and splitters in support of the FTTP deployment. Fiber routes to be built by contractor and operated by the City and the Waterloo Telecommunications Utility will be utilized to interconnect these FDHs in a fiber ring topology. Fiber routes are laid out logically to economically connect each service area back to the local cabinet located at the headend or alternate node site. Architecture is a star design for the feeder network and a ring connecting network nodes. The Project will be located at various locations throughout the City. The City has active grant applications into federal funding agencies for portions of the backbone only (Division 2 work). In the event of a grant award, the City reserves the right to remove the Division 2 work from this 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. (CON'T — PERFORMANCE, PAYMENT, AND MAINTENANCE BOND) and to faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and workmanlike manner, and in accordance with the Contract Documents. Provided, however, that two years after the date of acceptance as complete of the work under the above referenced Contract, the maintenance portion of this Bond shall continue in force. It is expressly understood and agreed by the Contractor and Surety in this bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to -wit: PERFORMANCE: The Contractor shall well and faithfully observe, perform, fulfill, and abide by each and every covenant, condition, and part of said Contract and Contract Documents, by reference made a part hereof, for the above referenced improvements, and shall indemnify and save harmless the Jurisdiction from all outlay and expense incurred by the Jurisdiction by reason of the Contractor's default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. 2. PAYMENT: The Contractor and the Surety on this Bond hereby agreed to pay all just claims submitted by persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract price the Jurisdiction is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from all work except new paving to be performed under the Contract within the period of two year (s) from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; and B. To remedy any and all defects that may develop in or result from new paving work to be performed under the Contract within the period of two year (s) from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; C. To keep all work in continuous good repair; and D. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. E. Maintenance bond requirements shall not apply to the following: work that is not permanently incorporated into the project, pavement markings, seeding, sodding, and plant material and planting. (CON'T— PERFORMANCE, PAYMENT, AND MAINTENANCE BOND) 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time to the Contractor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract Documents, which thereby increases the total contract price and the penal sum of this bond, provided that all such changes do not, in the aggregate, involve an increase of more than 20% of the total contract price, and that this bond shall then be released as to such excess increase; and C. To consent without notice that this Bond shall remain in full force and effect until the Contract is completed, whether completed within the specified contract period, within an extension thereof, or within a period of time after the contract period has elapsed and the liquidated damage penalty is being charged against the Contractor. D. That no provision of this Bond or of any other contract shall be valid that limits to less that five years after the acceptance of the work under the Contract the right to sue on this Bond. E. That as used herein, the phrase "all outlay and expense" is not to be limited in any way, but shall include the actual and reasonable costs and expenses incurred by the Jurisdiction including interest, benefits, and overhead where applicable. Accordingly, "all outlay and expense" would include but not be limited to all contract or employee expense, all equipment usage or rental, materials, testing, outside experts, attorneys fees (including overhead expenses of the Jurisdiction's staff attorneys), and all costs and expenses of litigation as they are incurred by the Jurisdiction. It is intended the Contractor and Surety will defend and indemnify the Jurisdiction on all claims made against the Jurisdiction on account of Contractor's failure to perform as required in the Contract and Contract Documents, that all agreements and promises set forth in the Contract and Contract Documents, in approved change orders, and in this Bond will be fulfilled, and that the Jurisdiction will be fully indemnified so that it will be put into the position it would have been in had the Contract been performed in the first instance as required. In the event the Jurisdiction incurs any "outlay and expense" in defending itself against any claim as to which the Contractor or Surety should have provided the defense, or in the enforcement of the promises given by the Contractor in the Contract, Contract Documents, or approved change orders, or in the enforcement of the promises given by the Contractor and Surety in this Bond, the Contractor and Surety agree that they will make the Jurisdiction whole for all such outlay and expense, provided that the Surety's obligation under this bond shall not exceed 125% of the penal sum of this bond. (CON'T — PERFORMANCE, PAYMENT AND MAINTENANCE BOND) In the event that any actions or proceedings are initiated regarding 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 to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Contractor and the Surety agree, jointly, and severally, to pay the Jurisdiction all outlay and expense incurred therefor by the Jurisdiction. All rights, powers, and remedies of the Jurisdiction hereunder shall be cumulative and not altemative 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 the Contractor or whether Contractor is joined in any such action(s) or not. NOW THEREFORE, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the Principal, as set forth and provided in the Contract, in the Contract Documents, and in this Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. When a word, term, or phrase is used in this Bond, it shall be interpreted or construed first as defined in this Bond, the Contract, or the Contract Documents; second, if not defined in the Bond, Contract, or Contract Documents, it shall be interpreted or construed as defined in applicable provisions of the Iowa Code; third, if not defined in the Iowa Code, it shall be interpreted or construed according to its generally accepted meaning in the construction industry; and fourth, if it has no generally accepted meaning in the construction industry, it shall be interpreted or construed according to its common or customary usage. Failure to specify or particularize shall not exclude terms or provisions not mentioned and shall not limit liability hereunder. The Contract and Contract Documents are hereby made a part of this Bond. (CON' T — PERFORMANCE, PAYMENT, AND MAINTENANCE BOND) Project No. 1088 Signed and Sealed this 14th day of July, 2023. PRINCIPAL: SURETY: Fidelity and Deposit Company of Maryland & ITG Communications, LLC Zurich American Insurance Company Contractor By By Signature T Sinature Attomey-in-Fact Officer Surety Company KD Wapato, Attorney -In -Fact Title Printed Name of Attorney-irrF3ct Officer FORM APPROVED BY: NOTE: Lockton Insurance Brokers LLC Company Name 777 S. Figueroa Street, Suite 5200, Attomey for Jurisdiction Company Address Los Angeles, CA 90017 City, State, Zip Code 213 689 0500 Company Telephone Number 1. All signatures on this performance, payment, and maintenance bond must be original signatures in ink; copies, facsimile, or electronic signatures will not be accepted. 2. This bond must be sealed with the Surety's raised, embossing seal. 3. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's raised, embossing seal. 4. The name and signature of the Surety's Attorney-in-Fact/Officer entered on this bond must be exactly as listed on the Certificate or Power of Attorney accompanying this bond. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On JUL. 1 4 2023 before me, D. Garcia, Notary Public, personally appeared KD Wap o w o proved to me on the basis of satisfactory evidence to be the person{-} whose names- is/aye subscribed to the within instrument and acknowledgment to me that 14e/she/tF ey executed the same in la+s/her/ authorized capacity(+es), and that by ia+s/her/th-e+r signature{-s-} on the instrument the person-s}, or the entity upon behalf of which the persons} acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. Signature D. Garcia, Notary Public ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint B. ALEMAN, Ethan SPECTOR, Timothy NOONAN, Janina MONROE, Adriana VALENZUELA, Jennifer OCHS, Aidan SMOCK, Lisa CRAIL, Simone GERHARD, Erin BROWN, Paul RODRIGUEZ, Emily NEWELL, D. GARCIA, KD WAPATO, Marina TAPIA, Edward C. SPECTOR, Ethan SPECTOR of Los Angeles, California, its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the HDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 07th day of February, lA"I.D. 2022. ` ,1,tN11(ilrr,rrr YeY�; �rj,�u+8ii QQoit; *. , PO =4r to "SEAL is ;,°SEAL" _0 4ntA" ', ` Slt Corn F!. °SEAL' b- r�M1'L4914'1. � ��� g96 41 " r�+nrr �s '` A1'IEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D. Murray Vice President cool.4 GYM By: Dawn E. Brown Secretary State of Maryland County of Baltimore On this 07th day of February, A.D. 2022, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D. Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. 1N TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. ti.; t.:�t ..3,• 1. 3 ' u: / �c7iv— :� .�1,0a .;,. ;tip - Constairce A. Dunn, Notary Public +,, ��:hiii Iks• -MY Coiruvission Expires: July 9, 2023 — . Authenticitfroi EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the I0th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. this IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, day of JUL 14 202- —. m9 Pol6u&L By: Mary Jean Pethick Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 Ph: 800-626-4577 Z. If your jurisdiction allows3 electrouiare;arting ofsurety claims, please subrnit to: reportsfclaims@,zurichna.cotrr '- Authenticity"off bond,can be confirmed at bondvalidator.zurichna.com or 410-559-8790 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. (Signe.ri) gbh Title Subscribed and sworn to before me this Title day of , 20. My commission expires RESOLUTION NO. 2023-016 RESOLUTION ESTABLISHING UTILITY RATES FOR WATERLOO FIBER INTERNET. WHEREAS, after analysis of expenses for the proper operation of Waterloo Fiber Internet, rate schedules have been duly considered. NOW, THEREFORE, BE IT RESOLVED, that the Waterloo Telecommunications Utility Board of Trustees of Waterloo Fiber Internet adopts the following rates for internet, cable, and telephone service and related charges, effective on all bills processed on and after November 1, 2023. Residential Services I-100x 100MB (LifeLine) I-300x300MB I-1x1GB I-10x 10GB IT-100x 100MB+Basic TV (LifeLine) IT-300x300MB/Enhanced TV IT-1 x 1 G/Enhanced TV IT-10x10G/Enhanced TV IV-100x 100MB+Phone LOCAL ONLY IV-300x300MB+phone TV-1 x 1 GB+Phone+LD IV-10x 10GB+phone ITV-100x 100MB+phone LOCAL+Basic TV ITV-300x300MB+Phone+Enhanced TV ITV-1 x 1 GB+phone+LD+Enhanced TV ITV-10x 10GB+Phone+LD+Enhanced TV $0.00 M-Managed Services X-Premium Chans(15% TV=8% of tot subs) Z-Local Retransmission Fee MDU Services I-100x 100MB (LifeLine) I-300x300MB I-1x1GB I-10x10GB IT-100x100MB+Basic TV (LifeLine) IT-300x300MB/Enhanced TV IT-1 x 1 G/Enhanced TV IT-10x10G/Enhanced TV IV-100x100MB+Phone LOCAL ONLY IV-300x300MB+Phone TV-1 x 1 GB+Phone+LD Current Rate Non - TV Portion Cost TV Adj Internet+Phone Adj $29.95 $49.95 $69.95 $109.95 $67.95 $143.95 $163.95 $203.95 $49.95 $69.95 $89.95 $129.95 $86.95 $165.00 $179.95 $223.95 $0.00 $9.95 $11.00 $14.00a $29.95 $49.95 $69.95 $109.95 $67.95 $143.95 $163.95 $203.95 $49.95 $69.95 $95.95 $29.95 $49.95 $69.95 $109.95 $29.95 $49.95 $69.95 $109.95 $49.95 $69.95 $89.95 $129.95 $48.95 $71.00 $85.95 $129.95 $0.00 $9.95 $0.00 $0.00 TV Portion Cost $0.00 $0.00 $0.00 $0.00 $38.00 $94.00 $94.00 $94.00 $0.00 $0.00 $0.00 $0.00 $38.00 $94.00 $94.00 $94.00 $0.00 $0.00 $11.00 $14.00 $29.95 - $0.00 $49.95 $0.00 $69.95 $109.95 $29.95 $49.95 $69.95 $109.95 $49.95 $69.95 $95.95 $0.00 $0.00 $38.00 $94.00 $94.00 $94.00 $0.00 $0.00 $0.00 Resolution 2023-016 Page 2 IV-10x 10GB+Phone ITV-100x 100MB+Phone LOCAL+Basic TV ITV-300x300MB+Phone+Enhanced TV ITV-1 x 1 GB+Phone+LD+Enhanced TV ITV-10x 10GB+phone+LD+Enhanced TV $0.00 M-Managed Services X-Premium Chans(15% TV=5% of tot subs) Z-Local Retransmission Fee Business Services $135.95 $135.95 $0.00 J $86.95 . $165.00 $177.95 I. $217.95 r $0.00 $9.95 $11.00 $14.00 $48.95 $71.00 $83.95 $123.95 $0.00 $9.95 $0.00 $0.00 $38.00 $94.00 $94.00 $94.00 $0.00 $0.00 $11.00 $14.00 I-300x300MB SMB I-1x1GB SMB I-10x10GB SMB I-300MBx300MB Enterprise I-1x1GB Enterprise I-10x10GB Enterprise V-Bus Phone (avg 3 lines; standalone) Anchor & Dedicated Services $109.95 $109.95 $0.00 $249.95. $249.95 $0.00 $289.95 $289.95 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 . $0.00 $0.00 $150.00 $150.00 $0.00 I-1x1GB Enterprise $450.00 $450.00 1 $0.00 I-10x10GB Enterprise $900.00 $900.00 1 $0.00 Installation & Activation Residential Internet Only Residential Internet+phone Residential Internet+TV Residential Internet+phone+TV MDU Internet Only MDU Internet+Phone MDU Internet+TV MDU Internet+Phone+TV Business Internet Only Business Phone (Add'1; $25/line) Business Internet+TV Anchor Internet Only Anchor Phone (Add'1; $25/line) Anchor Internet+TV Equipment Rental Set Top (assume 1.5/TV sub) CPE Rental (N/A) Phone Rental (N/A) 1 1 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $200.00 $75.00 $300.00 $0.00 $350.00 $250.00 $700.00 $9.00 $2.00 $4.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $200.00 $75.00 $300.00 $0.00 $350.00 $250.00 $700.00 $9.00 $2.00 $4.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Resolution 2023-016 Page 3 PASSED AND ADOPTED this 19th day of July 2023. Andrew Van Fleet, Board Chair ATTEST: Kelley Felchle, Board Secretary SEAL