HomeMy WebLinkAboutITG Communications, LLC"StALtU t31U"
ITG.Communications, LLC
FY 2023 CONSTRUCTION
OF A FIBER -TO -THE -
PREMISE
FEEDER/DISTRIBUTION
AND BACKBONE NETWORK
PROJECT
CONTRACT NO
KNOW ALL BY THESE PRESENTS:
That we, iTG Communloatlono, tic as Principal, and
Fidelity and Deposit Company of Maryland and Zurich Amerlcan Insurance Company., as Surety, are held and
firmly horrid unto City of waterloo, Iowa as
Obligee, (hereinafter referred to as "die Jurisdiction"), in the penal sum of
dollars ($ )1, or 5% percent of the
amount bid in lawfid money of the United States, for which payment said Principal and Surety bind
themselves, theirheirs, executors, administrators, successors, and assigns jointly arrd severally, firmly by these
presents,
'The condition ofthe above obligation is such that whereas the Principal has submitted to the Jurisdictat 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 FIBBR-TO-THE-PREMISE FEEDER/DISTRIBUTIONRND BACKBONE
NETWORK PROJECT, CONTRACTNO.1088
T1te improvement includes the construction oftlre necessary coutponents 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 -hone services. The system shall be a frilly 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 die City data center and network PoP's. 'These
Iocations will also house active electronics and sputters in support of the FI I r 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
loc�•tted at the headend oraltemate node site. Architechue is a star design forthe 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 fm• pm•tions of the backbone only
(Division 2 work). In the event of a grant awm•d, 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 Construclion of A Fiber•To-Tho-Premiso Faodor/Dlatrlbullon And Backbone
(CONT. BID BOND) Project Name Nelwoik Pra)aol, Cunhoot No, 1088
The Surety hereby stipulates and agrees drat 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.
hi the event many actions or proeeedirngs are initiated with respect to this Bond, the parties agree that the
venue thereof shall be Black Hawk County, State of Iowa. If legal action is required by the
Jurisdiction against the Surety or Principal to enforce the provisions of the bond or to collect the monetary
obligation incurring to the benefit of the Jurisdiction, the Surety or Principal agrees to pay the Jurisdiction all
damages, costs, and attomey fees incurred by enforcing any of die 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 Prbrcipal shall enter into a contmci
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 contrnet documents, with good and sufficient surety fur the faithful
performance of such contract, for the prompt payment of labor and material fimisbed in the prosecution
thereof, and for the maintenance of said improvements as may be required therein, then
thisobligation sballbecome null and void; otherwise, the Principal shall pay tothe Jurisdiction the full amoimt
of the bid bond, together with court costs, attorney's fees, and arty other exponse of recovery.
Signed and sealed this 12th day of June , 20 23 .
SURETY: PRINCIPAL:
Compmry Nanle
1299 Zudoh Wny, 81h Floor
COlripBny AddressScnamnburg, IL 60996-9056
City, State, Zip Code
(847) 605-6000
Conri><1ny Telephone Number
182 Molty YJaNDn Drive
Hendersonville, TN 37075
City, State, Zip Code
305 9789095
Telephone Number
NOTB: All signatures on this bid bond must be orignhal signatures in hik; copies, fueshmile, or elechnnic
signahires will not be accepted. 11iis bond must be sealed with the Surety's raised, embossing seal. 17ne
Certificate orPowerof Attorney accompanying this bond mustbe valid on its face and sealed with the Surety's
raised, embossing seal.
CALIFORNIA At L-PURPOSE ACKNOWLEDGMENT
CIVII CODE§1189
A notary public or other afficer 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.
into of California
county of Los Angeles )
On JUN. 9 22023 before me, D. Garcia, Notary Public
Date Here Insert Name and Title of the Officer
Personaliyappeared Simone Gerhard
Names) of Signers)
who proved to me on the basis of satisfactory ev(dence to be the persons) whose names) is/are subscribed to
the within Instrument and acknowledged to me that he/she/they executed the same in his/her/thelrauthorized
capacity(ies),and that byhis/her/theirsignature(s)ontheinstrumenttheperson(s), orthe entity upon behalf of
which the person(s) acted, executed the Instrument.
I certify under PENALTY of PERJURY under the laws of the
CARCIA State of Celiforniathat the foregoing paragraph is true an
r D. d correct.
t COMM.1t2354770 a
Notary public •California �'
.g Los Angeles County ° WITNESS my hand and official se .
M Comm Expires A r. 18, 2025 c
Signature t
Signature of Notary Public
Ptace Notnry Seal Above
Though this section Is optional, completing this Arformation con deter niteratian of the document or
fraudulent reattachment of this form to an on Intended document.
Description of Attached Document
Title or Type of Document
Number of pages
Capacity(les) Claimed bySigner(s)
Signer's Name
Document Uate
Signers) OtfierThan Named Above
Corporate Officer—Title(s)
®Partner [ILimited ®General
Individual []Attorney in Fact
®Trustee ®Guardian orConservator
® Other
Signer's Name
Corporate Officer —Titles)
Partner 13Limited ®General
Individual 0 Attorney In Fact
Trustee GuardianorConservator
Other
Signer Is Representing Signer Is Representing
Signer Is Representing Signer Is Representing
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURtiFY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MBN BY TIiESE PRESENTS: That the ZURTCH 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, mid 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 pursumice 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 fall force and effect on the date hereof, do hereby nominate, constihne,
and appoint B. ALEMAN, Ethan SPECTOR, Timothy NOONAN, Janina MONROE, Adrian VALENZUELA, Jennifer OCHS, Aidat
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 mako,
execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any mid all bonds and undertakings, and Ore 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 duty 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, Marylond•, and die regularly elected officers of die FIDELITY AND DEPOSIT
COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons,
T7>e said Vice President does hereby certify that the extinct set foitli mi the reverse side hereof is a true copy of Artcle 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 histher 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, A.D. 2022.
rasuixy tasa p,rc
11111,
s �p7,eoRym � jjj eogy�Bg o peory 9
e AL } %EOM k Sy �SEAL�4
nim,no°•o , o,%rn",,, ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
By: Robert D. Mirrrny
Vice President
i7��Vrli � By., Down Dawn B. Brown
Secretory
State of Maryland
Cmmty of Baltinmre
On this 07th day ofFebnmry, A,D. 2022, beforethe subscriber,allotary Public oflheStote of Maryland, duly commissioned and qualified, Robert D.
Murray, Vice President and Dawn E. Drown, Secrehu•y of the Companies, to me personally Imovnr to Ise the individuals and o>iicers described in and who
executed tha preceding i�uhumonl, and acknmv(edged the execution ofswno, aid being by are duly sworn, deposeth and with, that he/she is the said officer of
the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Scats of said Companies, and that the said Corporate Seats and
lie signature as such officer were duty affixed and subscribed to the said instrument by the authority and direction of the said Corporations.
IN TPSTiMONY W}IEREO$ I have hereunto sal my hand and affixed ury Official Soal the day and year first above written.
Q1.
pn01. ; Constance A. Dum, Notary Public
'yioki 11slIXS r My Commission Expires: July 90 9,023
a'rornnr•
Aufiteuticity of this bunt can be confirmed at bondvalidatmtzm'ichna,com of 4I0-559-8790
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of Tennessee
ss:
County ofCoffee
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.
Sinn�rh //A
VP of Operations
Title �vI
Subscribed/and worn �T1 belPre me this day of / 20
My commission
STATE
0c
TENNESSEE
NOTARv
?URIC
/'�111111,%%�``
BIDDER STATUS FORM
o To be completed by all bidders PART A
Please answer "Yes" or "No" for each of the following:
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).
0 Yes ®No My company has an office to transact business in Iowa.
0 Yes (R)No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail.
Q Yes (2)NoMy company has been conducting business in Iowa for at least 3 years prior to the first request for
bids on this project.
0 Yes(E)No 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? Yes 0 No
3. If you answered "Yes" to question 2, identify each preference offered by your company's home
state or foreign country and the appropriate legal citation.
You may attach additional sheet(s) if needed.
o To be completed by all bidders PART D
I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my
failure to provide accurate and truthful information may be a reason to reject my bid.
Firm Name: Bryan Siebenberg
Rinnariiro nn+o 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.
0 Yes ONo My business is currently registered as a contractor with the Iowa Division of Labor.
Yes \, No My business is a sole proprietorship, and I am an Iowa resident for Iowa income tax purposes.
Yes XQNo 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.
OYes (DNo 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.
OYes �No 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.
0Yes Q No My business is a limited liability partnership which has filed a statement of qualification in this
state and the statement have not been canceled.
OYest'� No 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.
OYes � No 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.
Yes r1 No My business is a limited partnership or a limited liability limited partnership whose certificate of
Q
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.
0Yes X� No My business is a limited liability company whose certificate of organization is filed in Iowa and has
not filed a statement of termination.
QYeso No My business is a limited liability company whose certificate of organization is filed in a state other
than Iowa, has received a certificate of authority to transact business in Iowa and the certificate
has not been revoked or canceled.
309-6001 (09-15)
CITY OF
�J��TERLOO MBE/WBE BUSINESS ENTERPRISE PRE
-
commwyoroppomwy BID CONTACT INFORMATION FORM
Prime Contractor Name: ITG communications, iuc
ProleCt: FY 2023 Construction of a FTTP Feeder/Distribution Letting Date: 6/13/2025
NO MBE/WBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this
project, sign below. Attadf brief explanation as to why subcontracting was not feasible with this project. If
any MBE/WBE subconrrActfirs wjy be used, please use the bottom portion of this form.
Contractor Signature:/f/���
Title:yP of operations
Date: 6/13/2023
SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to
provide the information on this form showing ALL of your MBE/WBE subcontractor contacts made for your
bid submission.
This information is subject to verification. Any questions may be directed to Contract Compliance Office 319-
291- 4429.
You are required, in order for your bid to be considered responsive, to provide the information on this Form
showing your MBE/WBE Business Enterprise contacts made prior to your bid submission. This information is
subject to verifications and confirmation.
If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Rudy Jones, Contract
Compliance Officer, for assistance at (319) 291-4429.
In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding
the contract the City of Waterloo will make a determination as to whether or not the apparent successful low
bidder made good faith efforts to meet the goals.
TABLE OF INFORMATION SHOWING BIDDER'S PRE -
BID MBE/WBE BUSINESS ENTERPRISE
CONTACTS
Quotes Received Quotation used inbid
MBE/WBE
Subcontractors
Dates
Contacted
Yes/No
Dates
Contacted
Yes/No
Dollar Amount Proposed to
be Subcontracted
Carter Electric
4/10/23
No
4/24/23
NO
Culpepper Electric
4/10/23
No
DC Coproration
4/10/23
No
Type text he
re
Bryan Siebenberg
Form CCO-4 Rev. 06-20-02
MBE/WBE BUSINESS ENTERPRISE
PRE -BID CONTACT INFORMATION FORM
INSTRUCTIONS
Prime Contractor Responsibilities:
Prime Contractors bidding on City of Waterloo contract work are required to ensure that MBE/WBE
businesses are provided the opportunity to participate in the performance of contracts and subcontracts.
Prime contractors are required to assist MBE/WBE businesses in overcoming barriers to participation and
must make good faith efforts to secure bids from, and award subcontracts to, MBE/WBE businesses. For
all contract bids of $50,000 or more, the following is required to demonstrate good faith efforts in
accordance with this policy:
I, "MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM" submitted with the
primecontractor bid, properly completed and signed on Form CCO-4 (Rev. 06-20-02). Please note that
this document must include all subcontractor contacts, bids received, and awarded - not just those
related to disadvantaged business enterprise vendors.
2. A minimum of three (3) MBE/WBE business contacts must be made and documented, if there are at
least three (3) MBE/WBE businesses offering services in the areas to be subcontracted (see City of
Waterloo MBE/WBE Certified List). If less than three (3) are offering the services to be subcontracted, then
a contact is required for any that are listed as providing that service. If you have submitted a MBE/WBE
contact not on the City's MBE/WBE list, attach a copy of the certification from another government agency.
3. Contacts to each MBE/WBE businesses are required to be a minimum of seven (7) working days
prior to the date the prime contractor submits the bid to the City of Waterloo.
4. The following documentation must accompany the "MBEANBE 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" onwhythe MBE/WBEwas 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 w o r k .
e. Any other reason relied on by the Prime Contractor.
f.
The Contract Compliance Officer will determine the weight to be given to each item listed above
(supported by appropriate documentation) based on overall program goals.
Form CCO-4A Rev.07-OR-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 Taws 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 -PREMISE FEEDER/DISTRIBUTION AND BACKBONE NETWORK
PROJECT CONTRACT NO, 1088
Description
Total Cost
DIVISION
1 BASE
BID WORK- FTTP
$151100,874.07
DIVISION
1 BASE
BID TOTAL PRICE
$211244,963.93
DIVISION
based on
2 BASE
federal
BID WORK - Backbone (subject to removal
funding decision)
$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
BASE BID
TOTAL
TOTAL
(DIVISION 1 + DIVISION 2) + ALTERNATE C
(DIVISION 1 + DIVISION 2) + ALTERNATE D
$ 77,864,565.10
$77,864,565.10
1. It is understood that the quantities set forth are approximate only and subject to variation and that the
unit bid price for the work done shall govern in the actual payment to Contractor.
FORM OF BID CONRACT NO. 1088 Page 1 of 3
2. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa,
to reject any or all bids. The undersigned agrees to execute and deliver an agreement in the
prescribed form and furnish the required bond and certificate of the insurance within ten (10) days
after the agreement is presented to him for signature and start work within five (5) days after "Notice
to Proceed" is issued.
3. Security in the sum of Dollars
($ ) 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 MBEANBE 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
15. The bidder has attached all applicable forms.
16. This bid includes afiber-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-III iles 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 100A 5-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.
gy; Bryan Siebenberg VP of Operations
6/13/2023
(Name of Bidder) (Title) (Date)
Official Address:
(Including
Zip
Code):
154 Mollv Walton Dr
Hendersonville TN 37075
I.R.S. No,
FORM OF BID CONRACT NO. 1088 Page 3 of 3
ease na .r IM.,.,,, 1K %F«.
5w
na
wN.aM
.�rEw.a�Ma.-w>u.-m.�
w
„a a.,aroe-w.a eAmgrn¢rysvtaxx-xw
w�.a.. uw*,emu-vwm
,e e.axe .w+.r s m w,imm
s..srw+w<Naw-.ev
Sol
as
86
17
Is
41
..,.:,.<. <.,<a.,w<,www
sewe,p..an,..-yw
no
10
144
145
1. lWt ,e
777
1%
w
1 �$
10
ifil
�.„�n-� ,
In
A
10
174
172
la
MATERIALS
w rm
IT
A In
s
in
IT
A 2106
in
A its
TV
wIar��m
193
In
x. n
iw.a<.+wa-nun
,ro,vw„wa
AAA
Ww
eo-�wKun.xme.�c, ws,�xmnu�vnx.e�oo.m,n+•�n-vw
,u w� w,w..,n r. uo,,..,b wm.-,wa
2.xro y
w w
Mellon
Fiat
311 FOKE 197 76 to s 5
0
MENOMONEE 11�kl�
FW CAN 0 �e FODD41nei A oM -A FAI
FA
I Amo IF
I
I
a
FIND
Illicit Tfaq� SIDIF FlexieFF0112; -COPIDIND)FNIC FOSC �C B TFAY 24 NIT -4IA3
EA
1 1731
1
s
231
FGHN Sootil CoPSAft NI)X4UCC-S IFF511TAM -I[Ek)
A
1 40 73
a
%
an
Now: In c �t �Elomj
EA
a ADS
a
I
231
EA
a It'll
a
a
an
Built for C4041 4344640 �01
FA
$ Was
a
s
an
F� dod) A Depot - � F0SC4C0AnAi4j A 400W -5jok]
a Andii
ale
in
a Manom
a
236
0 !Nze NpAoe Too.
n
a I"I
ale
116
s &I'lut
s Well
not
51mok %MkO OFF Came Calloffe - CCWTNTMJC� -)JUL)
IA
a 1113
at
AS
4 Indian
5
an
IFFMC600 A cocowne —4m
FA
$ local
s -
a
2"
EA
a line
a -
5
EA
a 441.0
s
s
241
FLPCMTE W Dorms Doing (D)CY"t FAIR 514344641 libum) �Foq
I)k
a "IAG
a
242
clilruloopt �l DO Not (adDuAre - CI OF - CINCIPjachol 41 seloome �
EN
5 TFILD4
143
copmemaccla Mae Imoo coltsore -C%i%. m�IAI� not �e
DA
5 2 0 DO
$
24A
IA
s idlOO
a
245
s
2"
a
247
a
148
a
o4o
I
ISO
5
270
ponki FoUnS APPED CAJIFIETS
0- �, r Pc A, r I J (;It A - qFAl
EA
1 11 a*6 2 5
s
s
2il
I4CFPAIM;WqJFD4�p tlerDab�I-t[fAj
EA
s 5372 Ja
s
I
272
uNrC.:-wN1
EA
5 AWAa
143
a
s 71aW 41
271
432T PAJ ffttu� t 5 F DA S� Ile r Ca� �t & (ADEPIRI . IFINFLAt ItAinee I oQ1, WINADIP
IA
E F544al
5
1
a 42,7A4oSO
274
1 W w4I mo, �, E I FDA It To r ca� PAIL �w
u
a a7"47
I
a
2?S
2W Foot �-V�Cd FDA Sp Dot DID, � �FFJNI
1,k
I NN07%70
a
s
276
aloof Fet III Horl Sp W Ca:Fewtt -Ob(lo]
luk
a PAn.a
s
I
$
A78
Ek
a Z12I
s
I sino"
oil
3fw
EA
5 2"
s
a
Fail
24 Pool IN rr(lurlt peelet - alluenue - Dogtrot FAFzz �N
EA
I
in
7AInla
a
let
Ek
I Joan
$
192
live
Elk
a 751".
a
$
an
Not
a 1.016,111a
a
a
an
lok
a A711711
4
a 19.1�
a
an
I
$ 111141
in
s ZoL91112
a
2"
1
$ 92934
2
a URNIM
a
217
hWA�@-�fVM-C�242412S%02Q"al
1A
a 51151
Me
$
5
20
a
5
261
a
a
all
a
s
all
a
a
292
a
a
an
a
a
an
s
s
an
s
a
2116
a
$
297
s
a
an
Ek
I 192AA
8
1 IMIJAW!
a
an
HAD
s Illan
1
$ solull
a
all
I
$ not
a
a
a
V)
oAhlNNF laokmAt FolioC 00wFF lf� N� 0 ;k%moo III -5(FAJ
I
a an
a
a alall
a
AND!
IA
a 4021S
2
a I.I�
a
301
w
a
a
led
a
a
3105
5
a
eas
5
a
all
I
a
3101
a
a
301;
a
a
ale
a
�211$&Sokm �l�ea3cow
amoomyelm $ It��14 S 21,21FILIMIJAII
313
vmwsmwe�m
;T
s 113
late
a a5jI
&
314
a
a
315
5
a
316
a
%
317
a
$
319
s
$ -
319
a
$ &
320
a
s
321
a
s
322
a
an
a
46
47
LF
a ToFs
s
4o
Lk
a no
lo,306
5
s ellZIC)
51
EA
s 15000
SPILLCOPS
Alternate B: (n P Installed at J,• Missile and Pedestals
as
PIC,arvte<a..k<exn-.M
IT
s OW
PeE
.ova,.s InPloptions
oww..0
alternate c: (1)1' installed at12• xoo antl Vaults26
vK'rrLxutseb�r -.—
.sneu/+•sex.
md-
.x,o.n ..,�.<ux ,., �u,�<.,.,E,w ��a�.����.,.
tAlat u:m rmn.n.asao•mis.n..nd v.wssIJONA
IS
I5Sd,9)1
SO
In
60111
in
FT
s in
L
in
SIT
s Mill
IN
..ns,w. nmwn..o
rr-m