Brown County Clerk


[PDF]Brown County Clerk - Rackcdn.com10ba4283a7fbcc3461c6-31fb5188b09660555a4c2fcc1bea63d9.r13.cf1.rackcdn.com...

10 downloads 161 Views 3MB Size

LEGAL NOTICE Project #1846 Brown County is accepting bids for the installation of fiber optics on the east side of Green Bay, WI. Specifications are available on-line at: www.co.brown.wi.us, Departments > Purchasing > Open Projects > Project 1846 or call #920-448-4040. All vendors are responsible for addendums. No notification will be issued when addendums are posted to the Brown County and/or Onvia DemandStar websites. Bids are to be sent to the Brown County Clerk no later than 11:00 am local CST on May 29, 2014. Submit in a sealed envelope marked “Project #1846, Fiber Expansion East”. Bids will be opened immediately following in room 201 located in the Northern Building on the 2nd floor. Brown County reserves the right to accept or reject any or all bids and to waive any informality in bids. Late receipts, emails and facsimiles will not be accepted. Published by Authority of Technology Resources By Sandy Juno Brown County Clerk

RFB Page 1 of 85

Request for Bids (RFB) (Public Works over $25,000)

For BCCAN Fiber Expansion Project on East Side of Green Bay

Project # 1846

Posting Date: May 14, 2014

Response Deadline May 29, 2014 11:00 a.m. Local CST To: Brown County Clerk

RFB Page 2 of 85

Brown County Project #1846 BC Technology Services – BCCAN Fiber Expansion Project on East Side of Green Bay – Project BID 1.

General

It is the intent of Brown County to contract with a contractor/vendor, hereafter referred to as the “Contractor”, to furnish all materials that are not provided by Brown County, equipment and labor to install fiber optics on the east side of Green Bay, WI. All contractors are responsible for any addendums issued for this project. No notification will be sent when addendums are posted to the Brown County and/or Onvia DemandStar websites.

2.

Tentative Project Timeline

Please Note: These dates are for planning purposes. They represent the County’s desired timeline for implementing this project. Any revision to the Due Date for submission of bids will be made by addendum. All other dates may be adjusted without notice, as needs and circumstances dictate. RFB Posted RFB Legal Notice Advertised RFB Questions Due RFB Questions Answered & Posted RFB Responses Due from Contractors Admin Committee Recommended Approval County Board Final Approval Send out Thank You and Intent to Award Letter(s) by Complete Contract Signing by

May 14, 2014 May 14th and 19th, 2014 May 22, 2014 by 3:00 PM Local CST May 23, 2014 by 3:00 PM Local CST May 29, 2014 by 11:00 AM Local CST Date to be determined June 18, 2014 June 23 , 2014 June 30, 2014

Project is to be substantially completed by July 31, 2014.

3.

Pre-Bid and Site Inspection Meeting

There is no scheduled site visit.

4.

Selection Criteria

Selection based on qualified, responsible and responsive bidder with lowest price.

5.

BID Questions

All questions related to this RFB must be in writing and received by the Brown County Purchasing Department no later than 3:00 pm local CST, Thursday, May 22, 2014. Email questions to [email protected] . Clearly mark the email: “Questions for Project #1846”. Phone call and faxed questions will not be accepted If questions are received, answers to all written questions will be re-issued in the form of an addendum and entered on the Brown County Web site at www.co.brown.wi.us, Departments > Purchasing > Open Projects > Project 1846 and/or Onvia DemandStar website on Friday, May 22, 2014 no later than 3:00 pm local CST. It is the responsibility of all interested vendors to access the web site for this information. Calls for assistance with the website can be made to (920) 448-4040.

RFB Page 3 of 85

6.

BID Due Date:

All bids are due to the Brown County Clerk no later than 11:00 am local CST, Thursday, May 29, 2014. Submit in a sealed envelope clearly marked on the outside in the lower left hand corner as “Project #1846, Fiber Expansion East”. No bid may be faxed or emailed. No bid may be withdrawn for ninety (90) days. Pricing is to remain firm for ninety (90) days. NOTE: Bids must be stamped in by 11:00 am local CST per the atomic clock located in the County Clerk’s office. Bids not stamped by 11:00 am local CST will be rejected. Bidders are encouraged to verify the time on the atomic clock as this is the official time used for the receiving of all bids. Time discrepancies between wall clocks, watches, cell phones, etc. will not be honored. Delivery Address for Hand Delivery, USPS, UPS, DHL, Fed X, etc.: Brown County Clerk Project 1846 305 E. Walnut St. Room 120 Green Bay, WI 54301 Note: When mailing bids via a 3rd party delivery service the outside of the packaging MUST be clearly marked with the project number and description of the project. This ensures that the bid can be clearly applied to the appropriate project. It shall be the responsibility of the sender to ensure bids arrive by the required due date and time and any late submissions will be rejected.

7.

Scope of Work (See Attachment A)

Contractor must adhere to all specifications/drawings for this project.

8.

Method of Payment

One of two methods: (1) - For projects that are to be completed within 60 days: Payment is net 30 days from completion and approval of project. (2) - For all other projects: Partial payment may be made. The retainage shall be an amount equal to not more than 5% of the cost until 50% of the work has been completed. At 50% completion, no additional amounts shall be retained and partial payments shall be made in full to the contractor unless the architect or engineer certifies that the job is not proceeding satisfactorily. At 50% completion or any time thereafter when the progress of the work is not satisfactory, additional amounts may be retained but in no event shall the total retainage be more than 10% of the value of the work completed. Upon substantial completion of the work, an amount retained may be paid to the contractor. Payment terms: Payments may apply as noted in Wisconsin Statute 66.0135. Vendors are strongly encouraged to accept P-Card payments.

9.

Project Changes

Brown County reserves the right to make changes to this project. Any changes in the scope of work shall be mutually agreed upon by the Contractor and the County.

10.

Project Management

Vendor shall provide a Project Manager who will act as a single point of contact for Brown County.

RFB Page 4 of 85

11.

Permits and Locates

Contractor shall be responsible for securing all permits and underground utility locates.

12.

Guarantees and Warranties

Guarantees and warranties on workmanship and materials shall be stated in your bid.

13.

Other

A. All work shall conform to all applicable Industry, Federal, State and Local Laws, Codes, Ordinances, OSHA requirements and Standards. B. Site protection/cleanup: Contractor is responsible for the proper handling of materials to include discard of debris and keeping the work site clean. Any cutting of sidewalks or parking areas must be patched accordingly. Contractor is responsible for restoring any ground or landscaping disruption due to construction of this project. C. All Contractors performing work are required to have a Contractor’s License for the state for which the work is to be done. All Licenses for any contractors must be current on the day of bidding and throughout the length of the project. D. All Contractors must indicate in their bids if they intend to apply for any rebate incentives from Focus on Energy related to this project. E. Rejection of bids: Brown County reserves the right to accept or reject any or all bids and to waive any informality in bids. F. Contractors are responsible for all measurements. G. Taxes: Brown County and its departments are exempt from payment of all federal tax and Wisconsin state and local taxes on its purchases except Wisconsin excise taxes.

14.

Prevailing Wage Rates (See Attachment G)

Prevailing wage rates do apply to this project.

15.

BID and Performance/Payment Bonds

The Bidder shall include a bid bond in the amount of five percent (5%) of the bid. Bid bonds can be in the form of a bid bond, certified check or cashier’s check for projects from $50,000 to $100,000. Bid bonds for any projects over $100,000 shall be submitted as a bid bond only. The Bidder shall, upon notice of award, furnish within ten (10) days bonds covering the faithful performance of the contract and payment of all obligations arising thereunder. The amount of the bond shall be one hundred percent (100%) of the total contract sum. The cost of all bonds shall be included in the bid.

16.

State of Wisconsin Requirements

This contract shall be subject to the laws of the State of Wisconsin. In connection with the performance of work under this contract, the vendor agrees not to discriminate against any employee or applicant for employment because of age, race, religion, color, handicap, sex, physical condition, developmental disability as defined in s.51.01(5), Stats., sexual orientation as defined in s.111.32(13m), Wis Stats, or national origin.

RFB Page 5 of 85

17.

Contractor Verification Prior to Award

Contractor’s financial solvency may be verified through financial background checks via Dun & Bradstreet or other means (i.e. Wisconsin Circuit Court Access, UCC) prior to contract award. Brown County reserves the right to reject RFBs/RFQs/RFPs based on information obtained through these background checks if it’s deemed to be in the best interest of the County.

18.

Contract for Service (See Attachment F)

Contractors submitting bids must review the Standard Contract document. Sections that may be of concern must be identified and an explanation for the objection must be provided with bid submission. If no objections are raised it shall be expected that the contractor agrees to the terms and conditions as stated.

19.

Attachments

A. Specifications B. Bid Cost Sheet C. Addendum Sheet D. Appeals E. Insurance Requirements F. Standard Contract G. Prevailing Wage Rates Determination

RFB Page 6 of 85

Attachment A Specifications and Drawings Brown County Project # 1846 (Total of 23 pages follow this page)

RFB Page 7 of 85

Brown County Project #1846 BCCAN Fiber Expansion East Side Project Technical Specification SECTION T1 PROJECT GUIDELINES T1.01 Definitions Bidder – Any company or organization responding to this Bid Bidding Documents – All Project instructions, attachments, worksheets, drawings, and addendums Contract Documents – These Bidding Documents Contractor – Bidder to whom the project is awarded Owner – Brown County Prime-Contractor – Same as “Contractor” Project – Overall scope of work as outlined in the Bidding Documents Project Manager – Multimedia Communications & Engineering, Inc. representative directing the flow and nature of work being performed Respondent – Same as “Bidder” Subcontractor – Any Contractor working under direct control of the Prime Contractor Work – Tasks comprising the Project

T1.02 Description of Work This overall project entails a connection from the Green Bay Area Public School District Central Office located at 200 South Broadway, Green Bay, WI to the GBPASD Di Vinci Site located at 601 Doty St, Green Bay, WI then on to the existing BCCAN (Brown County Community Area Network) Fiber located at the intersection of Quincy St and Walnut St. There is approximately 4,172’ of new duct placement and 1,930’ of existing duct use in this build.

T1.03 Project Management All work will be performed under the guidance of the Owner’s Hired Engineering and Project Management Firm, Multimedia Communications & Engineering, Inc. (MC&E). The MC&E Project Manager will interface with the Contractor’s Foreman on a regular basis checking the progress and workmanship of the Prime Contractor and Subcontractors. The MC&E Project Manager will perform all Door-Hanging along the construction routes. The Contractor will not be required to door-hang any areas of construction.

T1.04 Construction Schedule The Contractor will be required to begin the work in earnest no later than DATE. The substantial completion date, i.e. all strands of fiber optic cable completely tested and operational, (with the exception of restoration or other tasks not vital to the operation of the fiber optic network) is DATE. The Owner will withhold 5% of each payment as security for payment after the completion of any restorations.

T1.05 Prevailing Wage This Project does fall under the guidelines set forth by the State of Wisconsin requiring Contractors to pay all employees working under this contract the State of Wisconsin Prevailing Wage for their specific trade as set forth in the attached Prevailing Wage Determination Letter. This Determination must be visibly posted at the project site for all employees to review.

T1.06 Performance and Payment Bond Upon execution of the Contract, the Contractor shall pay for and furnish to the Owner a Performance Bond and Payment Bond in the total amount of the Contract, which is in accordance with the specific provisions of Wisconsin law relating to such Bonds. Such Bonds shall be provided by a Surety licensed to do business in the State of Wisconsin.

RFB Page 8 of 85

T1.07 Equipment and Material Storage The Contractor will be required to store all equipment to include; vehicles, machines, tools, consumables and other work related materials off site during times when work is not being performed in the immediate vicinity.

T1.08 Hours of Work There are no restrictions on the hours of work for outside plant activities, however the Contractor must work with the Owner and Owner Representative to ensure that their installation does not interfere with day to day and emergency operations undertaken by the Owner. The Contractor must work with the Project Manager who will coordinate access to the Owner property when required.

T1.09 Project Foreman The Prime Contractor must assign one Foreman to the Project who will take instruction for all Prime and Subcontracted crews. This Foreman must be on site and act as the single point of contact for the MC&E Project Manager until the Project is completed.

T1.10 Warranty on Workmanship and Contractor Provided Materials The Contractor is required to provide the Owner with a minimum of 1-year warranty on all workmanship and Contractor-provided materials related to the installation of this Project. Warranty must begin on the date of acceptance and continue for one full year thereafter. Upon discovery of materials or workmanship that is inconsistent with the requirements of these Bidding Documents and subsequent agreements within the 1-year period, the Owner will notify the Contractor and expect to receive within 3 days, a response detailing the Contractor’s proposed remedy. The Owner will work with the Contractor to define a convenient time for the work to be performed. All costs associated with repairs or restoration of any failure or inconsistency identified within the 1-year period will be borne by the Contractor. Additional warranties on restoration and workmanship may be required by the Municipal Permitting Agencies. Such warranties are in addition to any warranty provided to the Owner.

T1.11 Encroachment, Excavation and Obstruction Permits The Contractor will be required to obtain any necessary excavation, obstruction and work in right of way permits from the City of Green Bay prior to construction. MC&E will assist with any drawings required by the City of Green Bay.

T1.12 Underground Utility Locating The Contractor must abide by WI State Statute 182.0175, which outlines the responsibility of the Contractor when excavating on or near underground facilities. The Contractor must have all underground utilities, private or otherwise located during the course of construction. The Contractor must notify Digger’s Hotline 3 days or more prior to commencement of any underground excavation. The Contractor may not perform work for the Owner under any Digger’s Hotline locate ticket other than their own.

T1.13 Soil Condition/Depth of Installation Clause The Contractor must inform the Project Manager immediately upon discovery of any underground conditions such as limestone or boulder fields that adversely affect their ability to drill or otherwise excavate through an area or at the specified depth to the extent where additional resources not included in their price are deemed necessary. The Project Manager and Contractor Foreman together will determine the need for additional resources and costs. If granted, approval for the additional expenses will be delivered in the form of a Change Order from the Owner prior to continuation in that area. Additional charges for placement of the duct at a depth deeper than 36” for the sake of avoiding utilities or other obstructions will typically not be granted.

RFB Page 9 of 85

T1.14 Worksite Safety The Contractor is responsible for the safety of all persons and property inside the construction zone. This entails deploying proper barricades, traffic control plans, and or flagmen to protect vehicles and pedestrians passing by or through the work zone, along with ensuring that equipment operators utilize ground spotters when necessary. Open ground must be properly barricaded at all times that the Contractor is not in the immediate vicinity of the open ground. Open ground areas that are to remain open overnight or over any extended period of time must be barricaded in a fashion that will make the open area easily detectable and avoidable by passersby. Potholes/core holes in the immediate vicinity of the work zone during working hours can be covered with a cone; however Type II barricades must be placed over any pothole left open overnight. Steel plates over street or sidewalk cores, or the temporary replacement of cores are the only acceptable means by which to cover the core hole when the Contractor is not physically on site performing work. All work areas, both interior and outdoor must remain clean and free of all rubbish and tools not in use at all times. At the end of each workday the Contractor must clean the worksite and secure all equipment and tools. Worksite safety procedures must follow and comply with the guidelines and requirements of all applicable Municipal and OSHA standards.

T1.15 Traffic Control Plan The Contractor must provide an approved Traffic Control Plan consistent with the guidelines set forth in the Wisconsin DOT Manual on Uniform Traffic Control for all construction being performed within various Municipal and DOT Right of Ways when requested.

T1.16 Excavations Excavations shall not remain open in excess of three calendar days unless specific permission is obtained from the Owner prior to the third day. In all streets, alleys, sidewalks or other public ways, whether improved or unimproved, all excavated material shall be removed and the excavation shall be completely backfilled with sand or gravel, unless permission is obtained from the Owner to use excavated material for backfill.

T1.17 Hard Surface Potholing The Contractor will be allowed to mechanically core through hard surface streets to locate existing utilities provided that the restoration of the core be performed per all municipal excavations permit requirements. Core holes must be backfilled using suitable materials compacted in lifts. Potholing is not allowed in sidewalks and ADA compliant or non-compliant pedestrian ramps. Any hard surface excavations within any sidewalk or ramp panels will result in the Contractor’s replacement of the entire panel, along with adjacent panels at the Contractor’s expense. At no time can the Contractor perform any excavation that undermines the adjacent in-tact surfaces, thereby making vertical mechanical compaction impossible and creating future potential for subsurface failure.

T1.18 Restoration Guidelines Restorations must follow the specific guidelines set forth by the municipality the work is performed in. The Owner will not be responsible for additional costs associated with the failure to identify all restoration guidelines in the Contractor’s initial Bid Response. The Contractor is advised to videotape each area of construction just prior to the work being performed to document all pre-existing conditions.

T1.19 Erosion Control Policy Any prolonged open excavations or standing debris piles may require erosion control practices such as sandbagging around the area or placing hay bales around the area. The Contractor must employ good housekeeping practices that will prevent the ingress of any excavated materials into the Municipal storm water system. This includes properly covering storm sewer inlets with DOT Filter Fabric (DOT Type FF, not felt or silt fence material) near areas where excavation and directional drilling operations occur.

RFB Page 10 of 85

DOT Type C Inlet protection standards apply (2x4 across back of inlet with DOT Filter Fabric over inlet held in place by inlet cover). Municipal Erosion Control Applications may be necessary for any areas where excavation beyond that of bore pits, utility locates, and handhole placement occurs. At no time can spoils or other debris be stored or piled in the street gutter.

Section T2 UNDERGROUND CONSTRUCTION GUIDELINES T2.01 Duct Placement Guidelines The Contractor is responsible to provide all duct, handholes, locate posts, locate wire, and pull rope as part of their installation responsibilities. The HDPE Duct part number referenced in Section T7 – Contractor Provided Materials references a duct that includes a mule tape for cable installation. The Contractor will be required to provide all mule tape necessary for cable installations whether it be included with the duct at the time of purchase or provided and installed separately. All ducts will be placed on the routes identified in the attached CAD Plans. All ducts must maintain a minimum horizontal clearance zone of 18” when paralleling other underground utilities with the exception of water and sewer (storm and sanitary) mains where parallel runs must maintain 60” horizontal clearance. All underground ducts must be placed a minimum of 36” below finished grade wherever possible. Instances where the duct must be placed at a shallower or drastically deeper depth must be brought to the attention of the Project Manager prior to installation. The Owner’s Project Manager will be on site to coordinate actual placement. Routes will be marked with the use of paint and flags when necessary. The Contractor must not place duct along the route without first reviewing the individual areas with the Project Manager. This measure is designed to avoid instances where the new duct may encroach the restricted clearance zones of other utilities or extend outside the Right of Way. All exposed duct ends must be covered with a temporary plug or adequately sealed with duct tape to prevent the ingress of dirt, water, and debris prior to the installation of the cable, locate wire, and mule tape. All spare ducts must be sealed using properly sized duct plugs.

T2.02 Handhole Placement Guidelines The Contractor will be required to place new 24”x36”x36” pre-cast handholes (Quazite PG2436BB36 base with PG2436HH21 Extra Heavy Duty (ANSI Tier 22) 1 piece lid marked “Fiber Optics” and 36”x60”x36” pre-cast handholes (Quazite PG3660BB36 base with PG3660HH21 Extra Heavy Duty (ANSI Tier 22) 2 piece lid marked “Fiber Optics” along the route shown on the CAD plans. See the attached CAD drawings for placement location of the handholes. Manufacturer substitutions “or-equals” will not be allowed for the handholes and lids. The handholes must sit parallel with adjacent streets, buildings, or other structures and must be flush with all surrounding surfaces, and if installed on a slope or grade the handhole must follow the contour of the grade as much as possible. The installed handholes must sit atop a 12” bed of ¾” washed, crushed stone for drainage – pea gravel or other stone smaller than ¾” is not an acceptable base for drainage. All fill around the Handhole must be mechanically compacted in 12” layers to within 8” from the top to prevent settling. Inside each new handhole the Contractor will be required to install a single 5’ long by 1/2” diameter copper clad ground rod. The ground rod must not protrude more than 3” above the surface of the crushed stone bed. After ground rod installation, the Contractor must equip the top with a conductor clamp that will allow the Contractor to tie a #12 AWG UL TYPE USE 2/RHH/RHW-2 Outdoor rated PVC jacketed stranded copper locate wire to the end.

RFB Page 11 of 85

T2.03 Locate Post/Station Placement Guidelines The Contractor will be required to install flush mount locate stations or above grade locate posts adjacent to handholes identified on the CAD Drawings. The station and posts will be used to access the locate wires for future locating purposes. Above Grade Locate Posts will not be used as part of this project. Between the handhole and locate station or post the contractor must install a short length of 1-1/4” underground plowduct. This will facilitate the installation of the locate wires into the post from the handhole. At no time will a locate station or post be installed in a location where it impedes or can be damaged by the removal of the handhole lid. Detail Drawing of Handhole and Locate Station Installation

Locate Post Flush mount Locate Station GL

4' elevation

Handhole

12 " base 3/4 " stone 5' x ½” ground rod

T2.04 Fiber Optic Cable Installation Guidelines The Contractor can install the fiber optic cable by hand or with the use of pneumatic/hydraulic installation equipment. However the means of installation, the Contractor must take care to not exceed the cable’s maximum pulling tension (typically 600lbs). When using a mechanical tugger the contractor must have the ability to monitor the pulling tensions to ensure the maximum is not exceeded at any time during the installation. At each handhole the Contractor must store a minimum of 150 feet of cable slack (unless otherwise noted on the CAD Plans) neatly coiled and stored upright in the handhole and labeled at each end with a permanent label, identifying the Cable Owner and the Strand Count. Suitable labels for this purpose are Panduit #PST-FO. Following cable, locate wire, and mule tape installation all occupied ducts must be plugged using a split plug appropriately sized to accommodate the cable diameter – do not use foam, putty, or tape to permanently plug any duct. All spare ducts must only contain mule tape for future installations and be sealed using properly sized duct plugs.

T2.05 Locate Wire Installation Guidelines The Contractor will be required to install a #12 AWG UL TYPE USE 2/RHH/RHW-2 Outdoor rated PVC jacketstranded copper locate wire along all routes. This locate wire will be installed inside the plowduct with the fiber optic cable. Where the new locate wire enters the locate stations it must be secured to the device’s insulating lugs via a crimpon spade connector. The locate stations are equipped with multiple lugs. The outer lugs are for use with locate wires that run inside the plowduct in either direction from the locate post, while the center lug is used to route a #12 AWG UL TYPE USE 2/RHH/RHW-2 Outdoor rated PVC jacket- stranded copper ground wire through the base of the locate station to the ground rod located inside the adjacent handhole. The Contractor must tie the conductor to the ground rod using the attachment clamp, and to the locate post in the same fashion that is used for the locate wires.

RFB Page 12 of 85

T2.06 Mule Tape Installation Guidelines The Contractor will be required to install a single 1,800 lb mule tape within the plowduct with the locate wire and fiber optic cable and within the spare duct for future use.

Section T3 INTERIOR CONSTRUCTION GUIDELINES T3.01 Exterior to Interior Transition Where the underground plowducts extend to the exterior of a building, the contractor is required to transition below grade from each plowduct to a Galvanized Rigid Steel pipe that extends up the side of the exterior wall to an elevation shown on the accompanying Interior Drawings. At the below-grade transition point where the rigid pipe meets the plowduct, the Contractor must utilize a watertight fitting that is rated for underground use (ETCO Specialty Products “E-Loc” DEL-237 or equivalent). The Project Manager must approve the final location of building risers. At the top of the rigid pipe run, the contractor must core a 2” hole into the building and install a 12”x12”x6” NEMA 3R rated pull box over the hole and aligned so the building core is situated at the top of the pull box. The core into the building must be sleeved with EMT. Interior EMT extending to a termination room can extend through the core to satisfy this sleeve requirement, however instances where Interior EMT is not being placed the Contractor must sleeve the core with EMT and securely fasten the sleeve to the exterior pull box and inside the building. All sleeves/EMT ends must be equipped with collared fittings to avoid cable damage. Extending out of the bottom of the outdoor pull box, the Contractor must install a 1/2” Rigid Steel pipe down to an elevation of 4 feet from the ground. This pipe will house the locate wire that runs back to the nearest locate post or housing along the plowduct path. At the bottom of this 1/2” pipe the contractor must install a steel single gang outdoor outlet box with waterproof cover. A 12” coil of Locate wire must be housed inside the single-gang outlet box. All exterior pipes and boxes must be securely fastened to the building wall with anchors and fastening hardware suitable for a permanent installation into the materials comprising the wall.

T3.02 Interior EMT Installation Extending from the exterior pull box, the Contractor must install EMT conduit (size and quantity shown on Interior Drawings) to the building fiber optic termination point along the path shown on the accompanying Interior Drawings. The Contractor must seal around the conduit pack at all wall penetrations. The Contractor must take all necessary precautions to prevent activation of building alarms, such as fire or security. Conduits the enter rooms that are sealed for the sake of Halon release systems must be sealed to ensure that the room's integrity is maintained. Where the interior conduit passes through any non-concrete/block wall the Contractor must create a hole through the wall only large enough for the conduit to pass through, then seal around the conduit with ASTM E814 (UL 1479) approved fire stop materials. Prior to cutting or coring into or through any building structure that could be deemed as “building support structure” the Contractor must obtain permission from the Project Manager. At each end, and along the interior conduit path approximately every 10 feet, the Contractor must label the EMT with a warning label identifying the contents as a fiber optic cable. Suitable labels are Panduit’s #PCV-FOB. Along the interior EMT conduit path the contractor may be required to install 12”x12”x6” Type 1 pull boxes fitted with a screw cover for pulling assistance and a 24”x24”x8” Type 1 pull box fitted with a screw cover for cable storage. Pull Box location and size is detailed on each building’s Interior Piping Drawing. At every pull box (and building entry box) the contractor must use screw type fittings to attach the conduit to the box. Contractor may not use any pull box for a 90-degree turn. The interior conduits will to be bonded to a ground point at each building. The Project Manager will determine the ground points. Cable used to Bond the EMT to the Building Ground Electrode will be no smaller than a #6 AWG Stranded copper and must have a green jacket suitable for interior use.

RFB Page 13 of 85

T3.03 Interior Cable Installation At each site the cable will be installed through the new or existing EMT to the termination point. At each 24”x24”x8” storage box along the EMT routes the Contractor must store a 30’ expansion loop. Following the installation of the fiber optic cable through the exterior and interior EMT conduit, the Contractor must seal the conduit ends (where the EMT enters the outside pull box and where the EMT enters the termination room) with ASTM E814 (UL 1479) approved fire stop materials.

Section T4 CABLE SPLICING TERMINATION AND TESTING GUIDELINES T4.01 Cable Pre-Acceptance Testing Prior to release to the Contractor, the Owner will require the Contractor crews to perform “pre-acceptance testing” with an Optical Time Domain Reflectometer (OTDR) on each fiber optic cable. The pre-acceptance testing will verify the performance of the cable prior to it being released into the Contractor’s possession. Pre-acceptance testing must be performed on every cable strand at 1310nm and 1550nm only from the exposed end of the cable. Test results must be provided to and approved by the Project Manager prior to release of the cable to the Contractor for installation.

T4.02 Outdoor Fusion Splicing The Contractor will be required to Fusion Splice the fiber optic cables at each of the splice points identified on the CAD Plans. The Owner will provide all splice cases and trays while the Contactor must provide all splice sleeves and consumables.

T4.03 Indoor Fiber Termination All cable terminations will be performed by splicing factory terminated single strand fiber optic cable pigtails to the ends of the outdoor fiber optic cables. The Owner will provide all pigtail assemblies and cable termination and interior splicing panels while the Contactor must provide all splice sleeves and consumables. The Contractor will be required to install all Owner-provided Termination and Splice equipment as well as route all pre-terminated pigtails between devices.

T4.04 Fusion Splicing Equipment All cable strand splicing will be performed using a fusion splice machine that is capable of splicing within a 0.2dB loss tolerance and equipped with either live monitoring or a Local Injection Detection (LID) testing system, thus ensuring the splice quality while the splice is set up in the machine. All splices will be protected with appropriate fusion splice sleeves fitted with steel-reinforcing rod(s) (provided by the Contractor).

T4.05 Cable Testing Following the splicing and termination procedures the Contractor will be required to test each strand using an OTDR and Power Meter Light Source (PMLS) at 1310nm and 1550nm. Each strand terminated on both ends will be tested between the sites along the ring with both devices at both wavelengths. This totals 8 tests per strand. All OTDR tests must be performed using a launch cable that is at least 500 meters in length and with an event setting of equal to or less than 0.01db per event which will allow the inspector to review all splices or anomalies that register greater than 0.01 along the trace.

T4.06 OTDR Viewing Software Prior to the OTDR testing the Contractor must provide a copy of the OTDR viewing software that is capable of allowing a user to electronically review the test results. This does not have to be a license copy of the full operational software, viewing software will suffice.

RFB Page 14 of 85

T4.07 Test Documentation Following the OTDR testing the Contractor must provide the Owner with one electronic copy of each test performed. Prior to testing, the Contractor will be provided with the strand identification and labeling plan, the electronic copies of the test results must match the labeling scheme provided to the Contractor. Following the PMLS testing, the Contractor must provide the Owner with test results showing the total link loss between each site along with the average loss for each strand. The test results must be provided on any Windows® compatible electronic spreadsheet.

T4.08 Optical Loss Budget The Contractor will be provided with optical link budgets for each installed cable strand. Budget losses are calculated using the total link loss between sites, and then averaging the result of both directions using the parameters identified in Table 1 below. The test results provided to the Project Manager must confirm that 100% of all installed strands perform within the optical loss budget and within the specific tolerances for individual events identified in Table 1 below. Note that even though a link loss test may show a loss that is within the optical budget, any event shown by the OTDR report that exceeds its thresholds listed in Table 1 will result in a failed test result and must be remedied prior to system acceptance by the Owner. Instances where individual tolerances cannot be met must be reviewed with the Project Manager prior to completion. Table 1 Event Wavelength Threshold (dB) Coupler Loss 1310nm 0.4dB 1550nm 0.4dB Splice Loss 1310nm 0.2dB 1550nm 0.2dB Cable Attenuation 1310nm .35dB/Km 1550nm .25dB/Km

Section T5 CONSTRUCTION QUANTITIES T5.01 Use of Quantities Shown The following lists represent a high-level overview of the project tasks associated with each portion of the project and should not be solely relied on for bidding purposes. It is the Contractors responsibility to thoroughly review and calculate their own quantities and footages in order to complete this project as outlined in this document. The Bid amount must be adequate to fulfill the intent of the entire project.

T5.02 Construction Quantities The following lists represent a high-level overview of the project tasks associated with portion of work extending from the Green Bay Area Public School District Central Office located at 200 South Broadway, Green Bay, WI to the GBPASD Di Vinci Site located at 601 Doty St, Green Bay, WI then on to the existing BCCAN (Brown County Community Area Network) Fiber located at the intersection of Quincy St and Walnut St. 4,172’ – Place new 2” SDR 11 HDPE Duct 5 – Place new 24x36x36 handholes with accompanying Locate Station 2 – Place new 36x60x36 handholes with accompanying Locate Station 200’ – Place new 2” EMT Conduit along route within GBAPSD Central Office Site 4,172’ – Pull fiber optic cable with locate wire and mule tape through new 2” duct 743’– Pull single cable with mule tape through existing 3” duct with 3 existing cables 1,187’– Pull single cable with locate wire and mule tape through existing empty 2” duct (1,019’ under Fox River + 168’ into Di Vinci site) RFB Page 15 of 85

108 total pre-acceptance tests – Pre-acceptance test 96 strand cable reel and 12 strand pre-terminated cable assembly 12 total splices – Splice 12 strands of 96 count cable to 12 count cable at Splice Location #1-Di Vinci Site. 96 total terminations – Terminate all 96 strands of 96 count cable inside the GBPASD Central Office Location to County Provided 12 strand LC Pigtail Assemblies. 12 total tests – Test 12 strands between Central Office and Di Vinci Site using OTDR and OMLS at 1310 and 1550nm in both directions (AtoB and BtoA)

Section T6 OWNER PROVIDED MATERIALS T6.01 Owner Provided Material List The Owner will purchase and provide all of the following materials for this project. The Contractor will receive these materials as the project progresses and is not required to provide long term storage of any kind for the Owner Provided Materials: 1. All Fiber Optic Cables and Pigtail Assemblies 2. Inside Plant Termination and Fusion Splice Panels 3. Outdoor Splice Cases and Trays 4. All necessary Data Racks/Cabinets

Section T7 CONTRACTOR PROVIDED MATERIALS T7.01 Contractor Provided Material List The Contractor must purchase and provide all of the following materials for this project: 1. Underground Plowduct – 2” inside diameter first-run SDR-11 HDPE Orange smooth exterior/smooth interior with mule tape. Carlon A13C6N1JNNE (2”), or approved equivalent. 2. Flush-mount Handhole – Composite concrete fiberglass construction 24”x36”x36h” with 2 bolt extra heavy duty cover marked “Fiber Optics”. Quazite #PG2436BB36 Base / #PG2436HH21 (ANSI Tier 22) Cover (no substitutions or equivalents). 3. Flush-mount Handhole – Composite concrete fiberglass construction 36”x60”x36h” with 2 bolt extra heavy duty cover marked “Fiber Optics”. Quazite #PG3660BB36 Base / #PG3660HH21 (ANSI Tier 22) Cover (no substitutions or equivalents). 4. 1800 pound mule tape – Carlon TL38203 or approved equivalent manufacturer for both pulling initial cables and spare for future use. 5. Locate Wire – #12 AWG UL TYPE USE 2/RHH/RHW-2PVC outdoor rated PVC jacket- stranded copper. Nonmanufacturer specific. 6. Split Duct Plug – 2” outside diameter split plugs with interior port diameter sufficient for cable size. Carlon or approved equivalent. 7. Conduit to Rigid Coupler – Watertight smooth wall plowduct to rigid pipe coupling. (ETCO Specialty Products “E-Loc” DEL-237 or equivalent) 8. Ground Rod – 5’x1/2” copper clad ground rod. Non-manufacturer specific. 9. Flush Mount Locate Housing with cast iron housing and collar – Handley Industries 2” Cathodic test station Part Number T2IC5F1LQ, or equivalent. 10. Interior 2” EMT Piping with couplers and bushings. Non-manufacturer specific. 11. Exterior 2” Galvanized Rigid Steel Piping with Couplers and bushings 12. Exterior 1/2” Galvanized Rigid Steel Piping with Couplers and bushings 13. NEMA 3R Rated Pull Box – 12”x12”x6” screw cover Grey NEMA 3R pull box. Hoffman A12R126 or approved equivalent. RFB Page 16 of 85

14. Type 1 Pull box – 24”x24”x8” screw cover Grey pull box. Hoffman A24248 or approved equivalent. 15. Fusion Splice Sleeves – Clear heat shrink fusion splice sleeve with steel reinforcing rod. Non-manufacturer specific. 16. Fiber Optic Cable Labels – Yellow plastic labels for cable. Panduit #PST-FO. 17. Consumables and Installation hardware – Contractor required consumables for the installation of all the above items and Owner-provided items per these Bidding Documents.

T7.02 Contractor Completion Clause The Contractor is required to complete the installation with the material included in their Bid response.

RFB Page 17 of 85

Above Grade Entry

Floor Core

Joel Mikulsky - MC&E

(Rise Up 3') (Rise Up 10')

MC&E

Multimedia Communications & Engineering, Inc.

MDF

New 12"x 12" x 6" NEMA 3RBox

PO Box 11064 Green Bay, WI 54307 Ph. (920) 676-0494 Fax (920) 469-9770

New 24"x 24" x 8" Type I Storage Box

Drawn By:

New 12"x 12" x 6" Type I Entry Box

Scale: 1"=32'

Install 110' Total 2" EMT (Installed Above Drop Tile Ceiling In Between 1st and 2nd Floor)

Creation Date:

05-13-2014

GBAPSD INTERIOR

RFB Page 18 of 85

rd

St

1

St ar l Pe

wa

Bro adw ay St

Ch est nut St

Ho

GBAPSD Central Office

shi n

gto

nS

t

2

am

6

eS

t

Wa lnu tS t

nro

on

St

7

fer s

Mo

St

3

Jef

St

Ad

Bri dge

sS

t

Wa

Existing Duct

Qu inc

dis

yS

t

on

5

Ma

4

8

9 Stu a

rt S t

GBAPSD Di Vinci Site

11

BCCAN Handhole

10 Do ty S t

BROWN COUNTY

BCCAN FIBER EXPANSION EAST SIDE PROJECT #1846 5/13/2014 Multimedia Multimedia Communications Communications & & Engineering, Engineering, Inc. Inc. PO Box 11064 Green Bay, WI RFB Page 19 of 85 Ph. (920) 676-0494 Fax (920) 469-9770

Legend

Map Key

Drawn By: Dustin LaBlonde Title: CAD Operator

= New Duct Route -

-

-

=Existing Duct Route

Company: MC&E Phone: (920) 676-0494

-

-

OV

-

-

-

Email:[email protected]

Page Number:

Overview

ST RL PEA ST RL

4'

See Interior Diagram For Interior Piping Details

' to

Ha

ndh

ole

PE A

515

1-2 1-

2"H D

PE

SD R-1

6'

CH E ST

NU T

10 '

NEW INSTALL Hand Hole #: 1-1 Dimensions: 24"x36"x36"d Loop Footage: 150' Splice Case: No Locate Station: Station

4'

CN

RR

3'

1

GBAPSD Central Office

WA R

DS

T

8'

7'

BR OA D

WA

Y

8'

HO

696' to Handhole 3-1

SD

R-1 1

6'

DP E

4' 1-

2"H

NEW INSTALL Hand Hole #: 1-2 Dimensions: 24"x36"x36"d Loop Footage: 150' Splice Case: No Locate Station: Station

BROWN COUNTY

BCCAN FIBER EXPANSION EAST SIDE PROJECT #1846 5/13/2014 Multimedia Multimedia Communications Communications & & Engineering, Engineering, Inc. Inc. PO Box 11064 Green Bay, WI RFB Page 20 of 85 Ph. (920) 676-0494 Fax (920) 467-9770

Legend = New 2" Duct Install = = = = = = = = =

New Handhole New Locate Station Telco Cable TV Electric Gas Water Sanitary Sewer Storm Sewer

= Utility Pole = Fire Hydrant = Traffic Control Box = Telco Ped = Cable TV Ped = Electric Ped = Electric Transformer = Catch Basin / Inlet = Round Catch Basin / Inlet = Manhole = Handhole

Map Key = Utility Pole = Anchor = Strand = Overhead Guy = Public Right of Way = Street Light

Typical Install Depth is 36"

Drawn By: Dustin LaBlonde Title: CAD Operator

-

-

-

Company: MC&E Phone: (920) 676-0494

-

-

1

-

-

-

Email:[email protected]

Page Number:

1

1 DR -1 DP ES 2"H 1-

1 DR -1 2" H DP ES 14'

RR CN

BR O

AD WA

PEA

Y

RL

ST

6'

BROWN COUNTY

BCCAN FIBER EXPANSION EAST SIDE PROJECT #1846 5/13/2014 Multimedia Multimedia Communications Communications & & Engineering, Engineering, Inc. Inc. PO Box 11064 Green Bay, WI RFB Page 21 of 85 Ph. (920) 676-0494 Fax (920) 469-9770

Legend = New 2" Duct Install = = = = = = = = =

New Handhole New Locate Station Telco Cable TV Electric Gas Water Sanitary Sewer Storm Sewer

= Utility Pole = Fire Hydrant = Traffic Control Box = Telco Ped = Cable TV Ped = Electric Ped = Electric Transformer = Catch Basin / Inlet = Round Catch Basin / Inlet = Manhole = Handhole

Map Key = Utility Pole = Anchor = Strand = Overhead Guy = Public Right of Way = Street Light

Typical Install Depth is 36"

Drawn By: Dustin LaBlonde Title: CAD Operator

-

-

-

Company: MC&E Phone: (920) 676-0494

-

-

2

-

-

-

Email:[email protected]

Page Number:

2

SD R-1 1 DP E 2"H 13'

7'

EXISTING HANDHOLE Hand Hole #: 3-1 Dimensions: 24"x36"x36"d Loop Footage: 150' Splice Case: No Locate Station: Station

90' to Handhole 3-2 EXISTING 3"HDPE SDR-9 EXISTING HANDHOLE Hand Hole #: 3-2 Dimensions: 36"x60"x36"d Loop Footage: 150' Splice Case: No Locate Station: Station

EXI S Ha TING ndh 6 ole -2"H 5-1 DPE S

BR

IDG

ES

T

CN

PEA

RL

ST

RR

DR -9

R

to

IVE

19'

FO XR

1,0

BROWN COUNTY

BCCAN FIBER EXPANSION EAST SIDE PROJECT #1846 5/13/2014 Multimedia Multimedia Communications Communications & & Engineering, Engineering, Inc. Inc. PO Box 11064 Green Bay, WI RFB Page 22 of 85 Ph. (920) 676-0494 Fax (920) 469-9770

Legend = New 2" Duct Install = = = = = = = = =

New Handhole New Locate Station Telco Cable TV Electric Gas Water Sanitary Sewer Storm Sewer

= Utility Pole = Fire Hydrant = Traffic Control Box = Telco Ped = Cable TV Ped = Electric Ped = Electric Transformer = Catch Basin / Inlet = Round Catch Basin / Inlet = Manhole = Handhole

Map Key = Utility Pole = Anchor = Strand = Overhead Guy = Public Right of Way = Street Light

Typical Install Depth is 36"

Drawn By: Dustin LaBlonde Title: CAD Operator

-

-

-

Company: MC&E Phone: (920) 676-0494

-

-

3

-

-

-

Email:[email protected]

Page Number:

3

EXI

STI

NG

6-2

"HD

PE

SD R

FO

XR

IVE

R

-9

BROWN COUNTY

BCCAN FIBER EXPANSION EAST SIDE PROJECT #1846 5/13/2014 Multimedia Multimedia Communications Communications & & Engineering, Engineering, Inc. Inc. PO Box 11064 Green Bay, WI RFB Page 23 of 85 Ph. (920) 676-0494 Fax (920) 469-9770

Legend = New 2" Duct Install = = = = = = = = =

New Handhole New Locate Station Telco Cable TV Electric Gas Water Sanitary Sewer Storm Sewer

= Utility Pole = Fire Hydrant = Traffic Control Box = Telco Ped = Cable TV Ped = Electric Ped = Electric Transformer = Catch Basin / Inlet = Round Catch Basin / Inlet = Manhole = Handhole

Map Key = Utility Pole = Anchor = Strand = Overhead Guy = Public Right of Way = Street Light

Typical Install Depth is 36"

Drawn By: Dustin LaBlonde Title: CAD Operator

-

-

-

Company: MC&E Phone: (920) 676-0494

-

-

4

-

-

-

Email:[email protected]

Page Number:

4

T NS GT O

IVE R STI

NG

6-2

"HD PE

SD R-9

653 EXI ' to Ha STI NG ndhole SIN GLE 6-1 3"H DP

ES

DR1

1

SW

AS

HIN

FO XR EXI

STU AR

EXISTING HANDHOLE Hand Hole #: 5-1 Dimensions: 36"x60"x36"d Loop Footage: 150' Splice Case: No Locate Station: Station

BROWN COUNTY

BCCAN FIBER EXPANSION EAST SIDE PROJECT #1846 5/13/2014 Multimedia Multimedia Communications Communications & & Engineering, Engineering, Inc. Inc. PO Box 11064 Green Bay, WI RFB Page 24 of 85 Ph. (920) 676-0494 Fax (920) 469-9770

TS

Legend = New 2" Duct Install = = = = = = = = =

New Handhole New Locate Station Telco Cable TV Electric Gas Water Sanitary Sewer Storm Sewer

= Utility Pole = Fire Hydrant = Traffic Control Box = Telco Ped = Cable TV Ped = Electric Ped = Electric Transformer = Catch Basin / Inlet = Round Catch Basin / Inlet = Manhole = Handhole

Map Key = Utility Pole = Anchor = Strand = Overhead Guy = Public Right of Way = Street Light

Typical Install Depth is 36"

T

Drawn By: Dustin LaBlonde Title: CAD Operator

-

-

-

Company: MC&E Phone: (920) 676-0494

-

-

5

-

-

-

Email:[email protected]

Page Number:

5

ALL 853 '

to

Ha

ndh

1-

ole

NS T

EY

2"H

7-1 DPE SDR -

11

HIN GT O

R IVE FO XR

NEW INSTALL Hand Hole #: 6-1 Dimensions: 24"x36"x36"d Loop Footage: 150' Splice Case: No Locate Station: Station

PU

BL IC

WA

LK W

EX

IST

ING

7'

SIN

12

'

GL

E3

3'

"HD

PE

SD R-1

SW

1

AS

8'

AY

BROWN COUNTY

BCCAN FIBER EXPANSION EAST SIDE PROJECT #1846 5/13/2014 Multimedia Multimedia Communications Communications & & Engineering, Engineering, Inc. Inc. PO Box 11064 Green Bay, WI RFB Page 25 of 85 Ph. (920) 676-0494 Fax (920) 469-9770

Legend = New 2" Duct Install = = = = = = = = =

New Handhole New Locate Station Telco Cable TV Electric Gas Water Sanitary Sewer Storm Sewer

= Utility Pole = Fire Hydrant = Traffic Control Box = Telco Ped = Cable TV Ped = Electric Ped = Electric Transformer = Catch Basin / Inlet = Round Catch Basin / Inlet = Manhole = Handhole

Map Key = Utility Pole = Anchor = Strand = Overhead Guy = Public Right of Way = Street Light

Typical Install Depth is 36"

Drawn By: Dustin LaBlonde Title: CAD Operator

-

-

-

Company: MC&E Phone: (920) 676-0494

-

-

6

-

-

-

Email:[email protected]

Page Number:

6

T ON S

NA

VA

DA MS S

T

CA

LLE

Y

SW AS HI N GT

DO 9'

TY ST

7'

1,2 22' t

1-

hol

2"H

DP

e1

ES

0-1

DR -1

1

9'

3'

8'

oH and

10 '

7'

12

'

7'

NEW INSTALL Hand Hole #: 7-1 Dimensions: 24"x36"x36"d Loop Footage: 150' Splice Case: No Locate Station: Station

BROWN COUNTY

BCCAN FIBER EXPANSION EAST SIDE PROJECT #1846 5/13/2014 Multimedia Multimedia Communications Communications & & Engineering, Engineering, Inc. Inc. PO Box 11064 Green Bay, WI RFB Page 26 of 85 Ph. (920) 676-0494 Fax (920) 469-9770

Legend = New 2" Duct Install = = = = = = = = =

New Handhole New Locate Station Telco Cable TV Electric Gas Water Sanitary Sewer Storm Sewer

= Utility Pole = Fire Hydrant = Traffic Control Box = Telco Ped = Cable TV Ped = Electric Ped = Electric Transformer = Catch Basin / Inlet = Round Catch Basin / Inlet = Manhole = Handhole

Map Key = Utility Pole = Anchor = Strand = Overhead Guy = Public Right of Way = Street Light

Typical Install Depth is 36"

Drawn By: Dustin LaBlonde Title: CAD Operator

-

-

-

Company: MC&E Phone: (920) 676-0494

-

-

7

-

-

-

Email:[email protected]

Page Number:

7

9'

ST

3'

6'

3'

TY

4'

DO

1-

2"H

ES DR -11

SJ

EFF

ER

SO

NS

T

DP

BROWN COUNTY

BCCAN FIBER EXPANSION EAST SIDE PROJECT #1846 5/13/2014 Multimedia Multimedia Communications Communications & & Engineering, Engineering, Inc. Inc. PO Box 11064 Green Bay, WI RFB Page 27 of 85 Ph. (920) 676-0494 Fax (920) 469-9770

Legend = New 2" Duct Install = = = = = = = = =

New Handhole New Locate Station Telco Cable TV Electric Gas Water Sanitary Sewer Storm Sewer

= Utility Pole = Fire Hydrant = Traffic Control Box = Telco Ped = Cable TV Ped = Electric Ped = Electric Transformer = Catch Basin / Inlet = Round Catch Basin / Inlet = Manhole = Handhole

Map Key = Utility Pole = Anchor = Strand = Overhead Guy = Public Right of Way = Street Light

Typical Install Depth is 36"

Drawn By: Dustin LaBlonde Title: CAD Operator

-

-

-

Company: MC&E Phone: (920) 676-0494

-

-

8

-

-

-

Email:[email protected]

Page Number:

8

T NS

EA

V

NM AD ISO

6'

7'

7'

6'

NM

ALL

EY

ON RO

6' 3'

1-

SD R

-11

ST 7'

TY

2"H DP E

6'

DO

NEW INSTALL Hand Hole #: 9-2 Dimensions: 24"x36"x36"d Loop Footage: 150' Splice Case: No Locate Station: Station

NEW INSTALL Hand Hole #: 9-1 Dimensions: 36"x60"x36"d Loop Footage: 150' Splice Case: Yes - Splice #1 Locate Station: Station

1-

100' to Handhole 9-2 786' to Handhole 11-1

168

' TO

GBAPSD Di Vinci School

TER EXIST MIN ING ATI 2" D ON UCT RO TO T OM ERM

INA

2"H D

1-

TIO

PE S

DR

2"H

DP E

TERMINATION ROOM

NR

OO

M

-11

SD R

-11

BROWN COUNTY

BCCAN FIBER EXPANSION EAST SIDE PROJECT #1846 5/13/2014 Multimedia Multimedia Communications Communications & & Engineering, Engineering, Inc. Inc. PO Box 11064 Green Bay, WI RFB Page 28 of 85 Ph. (920) 676-0494 Fax (920) 469-9770

Legend = New 2" Duct Install = = = = = = = = =

New Handhole New Locate Station Telco Cable TV Electric Gas Water Sanitary Sewer Storm Sewer

= Utility Pole = Fire Hydrant = Traffic Control Box = Telco Ped = Cable TV Ped = Electric Ped = Electric Transformer = Catch Basin / Inlet = Round Catch Basin / Inlet = Manhole = Handhole

Map Key = Utility Pole = Anchor = Strand = Overhead Guy = Public Right of Way = Street Light

Typical Install Depth is 36"

Drawn By: Dustin LaBlonde Title: CAD Operator

-

-

-

Company: MC&E Phone: (920) 676-0494

-

-

9

-

-

-

Email:[email protected]

Page Number:

9

2"H D

PE

SD R-1 1

1-

2"H D

PE

YS T

1-

SD

R-1

UIN C ST

6'

SQ

TY

12'

DO

NM

ON RO

EA

V

1

BROWN COUNTY

BCCAN FIBER EXPANSION EAST SIDE PROJECT #1846 5/13/2014 Multimedia Multimedia Communications Communications & & Engineering, Engineering, Inc. Inc. PO Box 11064 Green Bay, WI RFB Page 29 of 85 Ph. (920) 676-0494 Fax (920) 469-9770

Legend = New 2" Duct Install = = = = = = = = =

New Handhole New Locate Station Telco Cable TV Electric Gas Water Sanitary Sewer Storm Sewer

= Utility Pole = Fire Hydrant = Traffic Control Box = Telco Ped = Cable TV Ped = Electric Ped = Electric Transformer = Catch Basin / Inlet = Round Catch Basin / Inlet = Manhole = Handhole

Map Key = Utility Pole = Anchor = Strand = Overhead Guy = Public Right of Way = Street Light

Typical Install Depth is 36"

Drawn By: Dustin LaBlonde Title: CAD Operator

-

-

-

Company: MC&E Phone: (920) 676-0494

-

-

10

-

-

-

Email:[email protected]

Page Number:

10

ALL EY

EXI

STI N

GS ING LE

3"H DP E

SD

R-1 1

T

ALN UT

ST

ALL

EY

1-

2"H

DP E

SQ UIN C

R-1 1

6'

SD

EW

YS

2'

SJ

AC

ALL

EY

KS ON

ST

NEW INSTALL Hand Hole #: 11-1 Dimensions: 36'x60"x36"d Loop Footage: 150' Splice Case: No Locate Station: Station

BROWN COUNTY

BCCAN FIBER EXPANSION EAST SIDE PROJECT #1846 5/13/2014 Multimedia Multimedia Communications Communications & & Engineering, Engineering, Inc. Inc. PO Box 11064 Green Bay, WI RFB Page 30 of 85 Ph. (920) 676-0494 Fax (920) 469-9770

Legend = New 2" Duct Install = = = = = = = = =

New Handhole New Locate Station Telco Cable TV Electric Gas Water Sanitary Sewer Storm Sewer

= Utility Pole = Fire Hydrant = Traffic Control Box = Telco Ped = Cable TV Ped = Electric Ped = Electric Transformer = Catch Basin / Inlet = Round Catch Basin / Inlet = Manhole = Handhole

Map Key = Utility Pole = Anchor = Strand = Overhead Guy = Public Right of Way = Street Light

Typical Install Depth is 36"

Drawn By: Dustin LaBlonde Title: CAD Operator

-

-

-

Company: MC&E Phone: (920) 676-0494

-

-

11

-

-

-

Email:[email protected]

Page Number:

11

Attachment B (Use of this form is required when submitting bid; do not submit copy of project details with your bid)

Bid Cost Sheet Brown County Project #1846 BASE BID:

Provide costs for all labor, materials and equipment to complete the project in strict accordance to the Specifications and/or Drawings. FOR THE SUM OF ________________________________________________________________________ Dollars ($_______________________________________________________________)

UNIT PRICING: The following information will be used to calculate changes to the project scope after bid award. Should the Contractor be asked to perform additional work under this Contract, or should changes be made to the design, newly negotiated prices will be calculated using these figures as a base. All materials provided under the Unit Pricing must be of the same manufacturer and part number as those used in the Base Bid. Underground Construction: Directional Bore single 2” HDPE duct (include duct)

$

Per foot

Add second 2” HDPE duct to existing single duct (include duct)

$

Per foot

Install 24x36x36 handhole with cover (include handhole and cover)

$

Each

Install 36x60x36 handhole with split cover (include handhole and cover)

$

Each

Install flush mount locate station and 5’x1/2” ground rod (include rod and station) $

Each

Pull single cable, locate wire, and mule tape through empty 2” duct (Include locate wire and mule tape)

$

Per foot

Outdoor Fusion Splice single fiber optic cable strand (include heat shrink sleeve

$

each

Indoor Fusion Splice single fiber optic cable strand (include heat shrink sleeve)

$

each

Bi Directional Test single strand with OTDR and PMLS and provide documentation $

each

Fiber Splicing and Testing:

RFB Page 31 of 85

Vendor Information: Company Name: Contact/Project Manager: Address: City

State

Phone: ________________ Fax: _________________ E-mail: Date: ________________________ Comments:

RFB Page 32 of 85

Zip

Attachment C (If Addendums exist for this project, please sign and date and send with your bid)

Addendum Acknowledgement Receipt Schedule Brown County Project #1846 The undersigned acknowledges receipt of the following addenda by checking the box(es) below: 1

2

3

4

5

6

Additional Addenda should be written here:

The undersigned agrees with the following statement: I have examined and carefully prepared the RFB/RFP/RFQ from the plans and specifications and have checked the same in detail before submitting the RFB/RFP/RFQ to Brown County. Attached is my list of subcontractors along with their respective trades-if applicable.

Printed Name: Signature: Date:

If this RFB/RFP/RFQ is assigned a project number all vendors are responsible to check for addendums, posted on our web site at www.co.brown.wi.us, for this project prior to the due date. No notification will be sent when addendums are posted unless there is an addendum within three business days of RFB/RFP/RFQ due date. All vendors receiving initial notification of project and those who register as downloading the project off our web site will be notified by Brown County of all addendums issued within 3 business days prior to due date. If RFB/RFP/RFQ has already been submitted, vendor is required to acknowledge receipt of addendum via fax or e-mail prior to due date. New RFB/RFP/RFQ must be submitted by vendor if addendum affects costs. Vendors that do not have Internet access are responsible for contacting our purchasing department at 920-448-4040 to ensure receipt of addendums issued. RFBs/RFPs/RFQs that do not acknowledge addendums may be rejected. All RFBs/RFPs/RFQs submitted will be sealed. Envelopes are to be clearly marked with required information. Sealed RFBs/RFPs/RFQs that are opened by mistake due to inadequate markings on the outside may be rejected and returned to the vendor.

RFB Page 33 of 85

Attachment D (This appeals attachment is for your information only, there is no need to sign or mail it back.)

Appeals Brown County Project #1846 To: Vendors RE: Brown County Appeals Process An appeal refers to a written request from a vendor for reconsideration of vendor selection on a RFB, RFP or RFQ. Appeals may be submitted for the following purchases: a) the item is a public work project bid under Section 55.52 (29) and 66.29 of the Wisconsin Statutes, or b) the item price is $5000 or more or the total order is $10,000 or more, and c) vendor selection was based on factual errors, or d) the lowest price vendor was not selected, or e) failure by the County or its agents to adhere to the County’s policies and procedures or other legal requirements. Appeals shall be submitted in writing and should specify the factual error or policy, procedure or other legal requirement which has been violated. Vendor appeals are to be submitted to the Internal Auditor within 72 hours of receipt of rejection letter. Appeals not containing the necessary information or not filed on a timely basis shall be rejected by the Internal Auditor. If the Internal Auditor determines that an appeal is valid, an appeals hearing shall be convened. A decision on all appeals will be rendered within 5 working days of the date upon which the request for appeal was received. All decisions of the Appeals Committee shall be final. Appeals Committee consists of three people: The Chairman of both the Executive and Administration Committees and the Internal Auditor. Submit to: Brown County Internal Auditor P.O. Box 23600 Green Bay, WI 54305-3600

RFB Page 34 of 85

Attachment E (Potential contractors are required to meet the following insurance requirements in order to be awarded a contract. There is no need to sign or mail it back.)

Insurance Requirements Brown County Project #1846 Hold Harmless Vendor hereby agrees to release, indemnify, defend and hold harmless Brown County, their officials, officers, employees and agents from and against all judgments, damages, penalties, losses, costs, claims, expenses, suits, demands, debts, actions and/or causes of action of any type or nature whatsoever, including actual and reasonable attorney fees, which may be sustained or to which they may be exposed, directly or indirectly, by reason of personal injury, death, property damage, or other liability, alleged or proven, resulting from or arising out of the performance under this agreement by vendor, its officers, officials, employees, agent or assigns. Brown County does not waive, and specifically reserves, it’s right to assert any and all affirmative defenses and limitations of liability as specifically set forth in Wisconsin Statutes, Chapter 893 and related statutes.

Insurance Requirements Vendor, Contractor, Tenant, Provider, Organization or other (will be referred as Outside Contractor) shall provide and maintain at its own expense during the term of their agreement, the following insurance policies covering its operations hereunder are minimum requirements. Such insurance shall be provided on a primary basis by insurer(s) financially solvent and authorized to conduct business in the State of Wisconsin. The Outside Contractor shall not commence work under this contract until all insurance required under this paragraph is obtained and such insurance has been approved by a County representative, nor shall any Outside Contractor allow subcontractors to commence work on their subcontract until all similar insurance requirements have been obtained and approved by a County representative. Notwithstanding any provisions of this section, and for purposes of this agreement, contractor acknowledges that its potential liability is not limited to the amounts of insurance coverage it maintains or to the limits required herein. (1)

Worker's Compensation Insurance and Employers Liability. State Statutory workers’ compensation Limits Employer Liability, $100,000 each accident.

(2)

Comprehensive General Liability (Occurrence Form). Products and Completed Operations Personal Injury and Advertising Liability Independent Contractors/Protective Limits of Insurance $1,000,000 per occurrence $1,000,000 aggregate

(3)

RFB Page 35 of 85

  

Business Automobile Liability. Business Automobile Liability covering all owned, hired, and non-owned vehicles. Limits of Insurance $1,000,000 per occurrence for bodily injury and property damage.

(4)

Excess/Umbrella Liability. Limit of Insurance

$1,000,000 per occurrence

Additional Insured The Outside Contractor agrees that all liability coverages policies other than professional liability shall name Brown County as additional insured’s with respects to: liability arising out of activities performed by or on behalf of the vendor/contractor: products and completed operations of vendor/contractor; premises owned, occupied or used by vendor; or automobiles owned, leased, hired or borrowed by vendor. The coverage shall contain no special limitations on the scope of protection to the County.

Adjustments to Insurance Coverage The limits of liability as set forth herein shall be periodically reviewed and adjustments made so as to provide insurance coverage in keeping with increases in the Consumer Price Index and what is deemed to be prudent and reasonable by the County or its representatives. In the event that the County determines that the limits need to be adjusted at some time after the initial term of the contract, the County shall give notice to the contractor in writing of the new limits and the Contractor shall make such adjustments to its insurance coverage within 60 day of such notice.

Subcontractor Subcontractors of the Outside Contractor shall also be in compliance with these requirements, including but not limited to, the submittal of a Certificate of Insurance that meet the same requirement outlined for the Outside Contractor.

Waiver of Subrogation Insurers shall waive all subrogation rights against Brown County on all policies required under this requirement.

Cancellation Notice Brown County will be given 30 days notice in advance of cancellation, non-renewal, or material change in coverage.

Proof of Insurance A valid Certificate of Insurance shall be issued to “Brown County” prior to commencement of work and meeting the requirements listed to avoid any interruption of normal business services and transactions. Certificates must bear the signature of the insurer’s authorized representative. The insurance certificate must be issued by companies licensed to do business in the State of Wisconsin or signed by an agent by the State of Wisconsin. The certificates of insurance shall include a provision prohibiting cancellation of said policies except upon 30 days prior written notice to the County. The certificates of insurance shall include reference to the contract name or RFP number in the description section of the certificate.

RFB Page 36 of 85

The certificate of insurance will be delivered to Brown County prior to the execution of the contract.

Brown County Department of Administration P.O. Box 23600 305 E. Walnut Street Green Bay, WI 54305-23600

Questions If any of the insurance requirements cannot be met, please contact the Brown County Risk Manager at (920) 448-6298 to explain what coverages you are unable to obtain on your policy. Please provide information on what contracts you are bidding on or currently hired to work on. Special considerations will be given if the required amounts cannot be met. This will only take place after an insurance waiver form is completed. *** Brown County shall be named as an additional insured with respects to liability coverage’s other than professional liability and will be given 30 days notice in advance of cancellation, non-renewal, or material change in coverage. A certificate of insurance evidencing such coverage’s shall be placed on file with the County prior to commencement of work under this contract. ***

RFB Page 37 of 85

Attachment F (This document is provided as a template to potential contractors as a requirement that this document is to be used to contract with the awarded contractor. There is no need to sign or mail it back at this time.)

Brown County Project #1846

BROWN COUNTY CONTRACT Service Description:

Install Fiber Optics for BCCAN Fiber Expansion on East Side of Green Bay

Time of Performance:

Substantial Completion by Date: July 31, 2014

Total Amount of Contract:

Maximum Compensation Not to Exceed: $

The parties to this CONTRACT are (hereinafter referred to as the “CONTRACTOR”), and Brown County of the State of Wisconsin (hereinafter referred to as the “COUNTY”). Performance, schedules and invoices will be approved by: Kevin Raye Work shall commence in accordance with the terms and conditions of this Contract after the CONTRACTOR has executed the Contract, and (a) Has been notified in writing to commence the Performance of Services, or (b) Has received from the COUNTY an original of the Contract that is complete and fully executed. In reliance on the CONTRACTOR’S representations as being capable, experienced and qualified to undertake and personally perform those services as are required in accomplishing the fulfillment of the obligations under the terms and conditions of this Contract, the COUNTY agrees to engage the CONTRACTOR as an independent contractor and not as an employee of the COUNTY to perform those services, all in accordance with the terms and conditions of this Contract. 1.

REQUIREMENTS: The CONTRACTOR is required to A.

Do, perform, and carry out in a satisfactory, timely, and proper manner the services delineated in this Contract.

B.

Comply with requirements listed with respect to reporting on progress of the services, additional approvals required, and other matters relating to the performance of the services.

C.

Comply with time schedules and payment terms.

RFB Page 38 of 85

2. SCOPE OF SERVICES: Reference RFB Project #1846 for project details and attachments. CONTRACTOR and its subcontractors agree to fulfill all obligations described in County’s RFB for Project #1846 and addenda #. The purchase order amount includes all services, deliverables, and reimbursable expenses. Additional reimbursable fees will not be accepted. 3. SPECIFIC CONDITIONS OF PAYMENT: Payment to be made after completion and acceptance of the project by Brown County. Payment will be made within thirty (30) days after receipt of a properly documented invoice according to the following Schedule, but only if completion is satisfactory: Payment Schedule Net 30 days from receipt of a properly completed invoice to be mailed or emailed directly to: Name of person: Kathy Philby Mailing address: 111 N. Jefferson St., Green Bay, WI 54301 Email address: [email protected] Phone: 920-448-4012 4.

5.

REPORTS: A.

The CONTRACTOR agrees to timely submission of reports as may be required by the COUNTY.

B.

All reports, studies, analyses, memoranda and related data and material developed during the performance of this Contract shall be submitted to and be the exclusive property of the COUNTY, which shall have the right to use them for any purpose without any further compensation to the CONTRACTOR. All of the documents and materials prepared or assembled by the CONTRACTOR under this Contract will not be made available to any individual, agency, public body or organization other than the COUNTY.

C.

The documents and materials prepared in whole or in part under this Contract shall not be made the subject of any report, book, writing or oral dissertation by the CONTRACTOR. If this Contract is terminated, all finished or unfinished documents or materials prepared under this Contract shall be immediately transmitted to the COUNTY upon termination.

TIME OF PERFORMANCE: The services to be performed under this Contract are to be undertaken and completed in such sequence as to assure expeditious completion in light of the purpose of this Contract, but in any event all of the services required hereunder shall be completed as indicated on Page 1 under “Time of Performance,” which is the termination date of this Contract. In addition to all other remedies available to the COUNTY, should the Contract not be completed as required, the CONTRACTOR shall continue to be obligated thereafter to fulfill CONTRACTOR’S responsibility to complete the services and to execute any necessary amendments to this CONTRACT.

RFB Page 39 of 85

6.

CONDITIONS OF PERFORMANCE AND COMPENSATION: A.

Performance – The CONTRACTOR agrees that its work shall be completed in a workmanlike manner and shall conform to such recognized high professional standards as are prevalent in this field of endeavor and like services in a similar locality.

B.

Place of Performance – The COUNTY shall determine the place or places where services shall be provided by the CONTRACTOR.

C.

Compensation – The COUNTY agrees to pay, subject to the contingencies herein, and the CONTRACTOR agrees to accept for the satisfactory performance of the services under this Contract, the maximum as indicated on Page 1 under “Total Amount of Contract,” inclusive of all expenses. In no event will the total compensation exceed the maximum amount indicated on Page 1. Compensation for services provided under this Contract is contingent upon the approval process set forth in Section 3. Specific conditions of payment shall be subject to Section 66.0135. Wisconsin Statutes as it applies to any late payments by the COUNTY, except as provided by Section 22 of this Contract.

D.

Taxes, Social Security and Government Reporting – Personal income tax payments, social security contributions and all other governmental reporting, taxes and contributions as a consequence of the CONTRACTOR receiving payment under this Contract shall be the sole responsibility of the CONTRACTOR.

E.

Subcontracting – The CONTRACTOR shall not subcontract for the performance of any of the services herein set forth without prior written approval obtained from the COUNTY. If any work or service is subcontracted, it shall be specified by written contract or agreement and shall be subject to and controlled by each provision of this Contract. The CONTRACTOR shall be as fully responsible to the COUNTY for the acts and omissions of its subcontractors and or persons either directly or indirectly employed by them, as it is for the acts and omissions of persons directly employed by CONTRACTOR.

7. INDEMNIFICATION AND DEFENSE OF SUITS: The CONTRACTOR hereby agrees to release, indemnify, defend and hold harmless Brown County, their officials, officers, employees and agents from and against all judgments, damages, penalties, losses, costs, claims, expenses, suits, demands, debts, actions, liabilities and/or causes of action of any type or nature whatsoever, including actual and reasonable attorney fees, which may be sustained or to which they may be exposed, directly or indirectly, by reason of personal injury, death, property damage, or other liability, alleged or proven, resulting from or arising out of the performance under this agreement by CONTRACTOR, its officers, officials, employees, agent or assigns. The COUNTY does not waive, and specifically reserves, it’s right to assert any and all affirmative defenses and limitations of liability as specifically set forth in Wisconsin Statutes, Chapter 893 and related statutes. 8. REGULATIONS: CONTRACTOR agrees to comply with all of the requirements of all federal, state and local laws related thereto.

RFB Page 40 of 85

9. SAFETY REQUIREMENTS: All material, equipment and supplies used or provided to the COUNTY must comply with all safety requirements as set forth by the federal, state and local laws, including but not limited to, Wisconsin Administration Code, Rules of the Industrial Commission on Safety and all applicable OSHA standards. 10. VENUE AND APPLICABLE LAW: Any lawsuits related to or arising out of disputes under this Contract shall be commenced and tried in the Circuit Court of Brown County, Wisconsin and the COUNTY and CONTRACTOR shall submit to the jurisdiction of the Circuit Court for such lawsuits. In all respects, this Contract and any disputes arising under it shall be governed by the laws of the State of Wisconsin. 11. TERMINATION OF CONTRACT FOR CAUSE: If through any cause, the CONTRACTOR shall fail to fulfill in a timely and proper manner its obligations under this Contract, or if the CONTRACTOR violates the covenants, agreements or stipulations of this Contract, the COUNTY shall have the right to terminate this Contract by giving written notice to the CONTRACTOR of such termination delivered pursuant to Section 24. The written notice shall be provided to the CONTRACTOR at least five (5) days before the effective date of such termination. COUNTY may allow the CONTRACTOR a reasonable amount of time to cure a breach of the terms of this Contract, if the breach is amenable to a cure. COUNTY shall not unreasonably withhold such permission. In such event, all finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs, reports or other materials related to the services prepared by the CONTRACTOR under this Contract shall, at the option of the COUNTY, become the property of the COUNTY. Notwithstanding the above, the CONTRACTOR shall not be relieved of liability to the COUNTY for damages sustained by the COUNTY by virtue of any breach of the Contract by the CONTRACTOR, and the COUNTY may withhold any payments to the CONTRACTOR for the purpose of set off until such time as the exact amount of damages due to the COUNTY from the CONTRACTOR shall be determined. This Contract may be terminated by either party for no reason by giving thirty (30) days written notice to the other party of said termination. 12. CHANGES: All changes that are mutually agreed upon by and between the COUNTY and the CONTRACTOR, including any increase or decrease in the amount of the CONTRACTOR’S compensation, shall be in writing and designated as written amendments to the Contract. 13. WAIVER: One or more waivers by any party of any term of the Contract will not be construed as a waiver of a subsequent breach of the same or any other term. The consent or approval given by any party with respect to any act by the other party requiring such consent or approval shall not be deemed to waive the need for further consent or approval of any subsequent act by such party. 14.

PERSONNEL: A.

B.

RFB Page 41 of 85

The CONTRACTOR represents that it has or will secure, at its own expense, all personnel required in performing the services under this Contract. Such personnel shall not be employees of or have a contractual relationship with the COUNTY. All of the services required hereunder will be performed by the CONTRACTOR or under its supervision and all personnel engaged in the

work shall be fully qualified and shall be authorized or permitted under state and local law to perform such services. 15. ASSIGNMENT: The CONTRACTOR shall not assign or transfer this Contract and shall not transfer any interest in it without the prior written consent of the COUNTY. Claims for money due or to become due to the CONTRACTOR from the COUNTY under this Contract may be assigned to a bank, trust company or other financial institution without COUNTY approval; however, notices of any such assignment or transfer shall be furnished promptly to the COUNTY. 16.

RECORDS: A.

Establishment and Maintenance of Records – Records shall be maintained by the CONTRACTOR with respect to all matters covered by this Contract. The records shall be maintained for a period of three (3) years after receipt of final payment under this Contract, except as otherwise authorized or required by law. CONTRACTOR will notify COUNTY prior to destroying document(s) and offer the right of refusal.

B.

Documentation of Cost – All costs shall be supported by properly executed payrolls, time records, invoices, contracts or vouchers, or other official documentation evidencing in proper detail the nature and propriety of other accounting documents pertaining in whole or in part to this Contract and shall be clearly identified and readily accessible, and shall be retained in accordance with the laws of the State of Wisconsin.

17. AUDITS AND INSPECTIONS: In the event that the COUNTY deems it necessary to conduct an audit or inspection, CONTRACTOR shall, during normal business hours, furnish or make available at a time designated by the COUNTY and in the form required by the COUNTY, information, records and reports regarding powers, duties, activities, organization, property, financial transactions, method of operation, or any and all other records, reports or information in CONTRACTOR’S custody or control pertinent to this Contract. CONTRACTOR shall provide the COUNTY inspectors or auditors access to all property, equipment and facilities in CONTRACTOR’S custody or control related to the services provided or purchased under this Contract. CONTRACTOR shall be expected to provide, at CONTRACTOR’S expense, reasonable time by CONTRACTOR’S personnel as may be required for the COUNTY inspectors or auditors to perform the inspection or audit. Any information provided to the auditors, which is deemed confidential by federal, state or local laws shall be held as confidential and not disclosed to the public. 18.

NON-DISCLOSURE: A.

Acknowledgment of Confidential Relationship – CONTRACTOR hereby acknowledges and agrees that any Confidential Information disclosed to it by Brown County is for the limited purpose of providing services and CONTRACTOR will maintain the Confidential Information in confidence, and a confidential relationship will arise between CONTRACTOR and Brown County by reason of such submission and/or disclosure.

B.

Use and Disclosure of Confidential Information. CONTRACTOR agrees neither to copy, sell, transfer, publish, disclose, display or otherwise use for

RFB Page 42 of 85

its own benefit, nor to disclose to third parties, any Confidential Information whether from observation, from any materials submitted or from disclosures by Brown County hereunder. CONTRACTOR further agrees neither to make nor retain any copies of nor directly or indirectly use any process or other proprietary information disclosed to it or any process deceptively similar thereto without Brown County’s prior written approval, which Brown County may withhold in its sole discretion. In no event shall either party use Confidential Information in a way, which violates state or federal laws. CONTRACTOR shall instruct its employees, agents and contractors of their obligations under this Agreement and instruct them to use the same care and discretion with respect to the Confidential Information and to not circumvent any security procedures or devices with respect to Confidential Information. The parties agree that the implementation of this signed Agreement will suffice for this purpose. C. Title remains with Brown County. All innovations, inventions, devices, processes and/or formulas developed by CONTRACTOR for Brown County shall be deemed to be the sole property of Brown County. CONTRACTOR agrees to disclose in writing to Brown County any and all formulas, ingredient specifications and descriptions, processing methods, items, ideas or concepts which are directly related to work performed by CONTRACTOR on behalf of Brown County which constitute innovations or inventions developed by CONTRACTOR either solely or jointly in connection with work performed by CONTRACTOR at the request of any under assignment by Brown County. CONTRACTOR also agrees to assign to Brown County any and all interest it may have in such inventions or innovations, which are specified in relation to the product named. D. Indemnification by CONTRACTOR. CONTRACTOR agrees to take precautions to avoid wrongful disclosures or use of Confidential Information and will indemnify Brown County and hold Brown County harmless from all losses, expenses or liability arising from or in connection with such unauthorized use or disclosure. In addition, CONTRACTOR acknowledges that in the event of a breach or threatened breach of this Agreement, irreparable damage will immediately occur to Brown County and CONTRACTOR will indemnify Brown County from all losses, liabilities and expenses incurred by Brown County as a result thereof. 19.

CONFLICT OF INTEREST: A.

Interest in Contract – No officer, employee or agent of the COUNTY who exercises any functions or responsibilities in connection with the carrying out of any services or requirements to which this Contract pertains, shall have any personal interest, direct or indirect in this Contract.

B.

Interest of Other Local Public Officials – No member of the governing body of the COUNTY, who exercises any functions of responsibilities in the review or approval of the carrying out of this Contract, shall have any personal interest, direct or indirect, in this Contract.

C.

Interest of Contractor and Employees – If CONTRACTOR is aware or becomes aware that any person described in Sections 20, A. or B. has any personal financial interest, direct or indirect, in this Contract; CONTRACTOR

RFB Page 43 of 85

shall immediately disclose such knowledge to the COUNTY. The CONTRACTOR further covenants that it presently has no interest and shall not acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of its services hereunder. The CONTRACTOR further covenants that in the performance of this Contract no person having any conflicting interest shall be employed. 20.

DISCRIMINATION PROHIBITED: A. CONTRACTOR shall not discriminate against any individual on the basis of age, race, creed, color, disability, marital status, sex, national origin, ancestry, membership in the National Guard, state defense force or any reserve component of the military forces of the United States or this state. CONTRACTOR may refuse to employ individuals based on conviction and arrest records only as allowed by Sec. 111.335, Wis. Stats. B. The CONTRACTOR will cause the foregoing provisions to be inserted into all subcontracts, if any, for any work covered by this Contract so that such provision will be binding upon each subcontractor, provided that the foregoing provisions shall not apply to contracts or subcontracts for standard commercial supplies or raw materials.

21.

INSURANCE: A.

The CONTRACTOR shall be solely responsible to meet CONTRACTOR’S insurance needs as required by the COUNTY during the terms of this Contract or any extension thereof.

B.

The Certificate(s) of Insurance along with endorsements shall be issued by a company or companies authorized to do business in the State of Wisconsin and shall be satisfactory to the COUNTY. Such insurance should be primary. CONTRACTOR shall furnish the COUNTY with a certificate of insurance along with two endorsements, one naming Brown County, its boards, commissions, agencies, officers, employees and representatives as additional insured and one endorsement providing the COUNTY with thirty (30) days advance written notice of any change, cancellation or non-renewal during the term of the Contract. Upon request, CONTRACTOR shall provide COUNTY with certified copies of the required insurance policies.

C.

The CONTRACTOR shall require all subcontractors to be bound by the same insurance requirements as CONTRACTOR, and shall no allow subcontractors, if any, to commence work until the aforementioned documents, where applicable, have been obtained from the subcontractor(s) and approved by the COUNTY. No payments or disbursements under the Contract shall be made if such proof has not been furnished. Failure to submit an insurance certificate, as required, can make the Contract void at the COUNTY’S discretion.

D.

22.

FORCE MAJEURE: A.

RFB Page 44 of 85

If the performance of any part of this Contract is delayed or rendered impossible by reason of natural disaster, flood, fire, riot, explosion, war or actions or decrees of governmental bodies, notice shall be given as soon as practicable to the other party indicating the nature of such conditions and the

extent of delay and shall do everything possible to resume performance. If the period of nonperformance exceeds twenty-one (21) days from the receipt of notice of the Force Majeure Event, this Contract may be terminated by giving written notice. B.

23.

If the ability of the COUNTY to compensate the CONTRACTOR is delayed by reason of natural disaster, flood, fire, riot, explosion, war or actions or decrees of governmental bodies, the COUNTY shall immediately give notice to the CONTRACTOR of the nature of such conditions and the expected date that compensation will be made. Section 66.0135 Wisconsin Statutes shall not apply to any late payment by COUNTY due to circumstances under this paragraph.

OTHER PROVISIONS: A. Publicity Releases – CONTRACTOR agrees not to refer to award of this Contract in commercial advertising in such a manner that states or implies that the products or services provided are endorsed or preferred by Brown County. B. Independent Contractor – CONTRACTOR agrees that it is working in the capacity of an Independent Contractor with respect to the services provided. Nothing in this Contract shall be considered to create the relationship of employer and employee, of third party beneficiary, of principal or agent, of limited or general partners or of joint venture between the parties. C. Appropriation of Funds – This Contract is contingent upon annual authorization of funding by the COUNTY governing body. In the event funding is not approved or terminated, the COUNTY may terminate this contract by providing forty-five (45) days written notice to CONTRACTOR.

24. NOTICES: Any and all notices and demands shall be in writing delivered in person or by first class mail, registered or certified, postage paid, return receipt requested and addressed to the appropriate party as follows: CONTRACTOR at: Per signature block And to the COUNTY at: Brown County Purchasing 305 E. Walnut Street, 5TH Floor PO Box 23600 Green Bay, WI 54305-3600 All other correspondence shall be addressed as above, but may be sent by “Regular Mail” and deemed delivered upon receipt by the addressee. The above addresses may be changed at any time by the party giving notice in writing to the other party in a manner provided above. 25. AMENDMENTS: This Contract is the entire agreement between the undersigned parties and shall only be modified, changed or amended in writing and signed by duly authorized representatives of each party, which amendment expressly states that it is the intention of the parties to amend this Contract.

RFB Page 45 of 85

26. SEVERABILITY: The provisions of this Contract are severable and if any provision is found to be invalid, unenforceable, or void by a court of competent jurisdiction, the remainder of the Contract shall remain in full force and effect and shall not be affected, impaired or invalidated unless the effect of holding the provision invalid, unenforceable or void defeats the entire purpose of the Contract. 27. CONSTRUCTION: All parties have contributed to the drafting of this Contract. In the event of a controversy, dispute or contest over the meaning, interpretation, validity or enforcement of this document or any of its terms or conditions, there shall be no inferences, presumption or conclusion drawn whatsoever against any party by virtue of that party having drafted the document or any portion thereof. 28. SIGNATURE AUTHORITY: The persons signing this Contract warrant that they have been authorized to enter into this Contract by and on behalf of their respective parties and that they have full and complete authority to bind their respective parties by executing this Contract.

RFB Page 46 of 85

Brown County Project #1846

BROWN COUNTY PURCHASING Dale C. DeNamur, Buyer Signature: Date:

CONTRACTOR

(To be signed by the person authorized to legally bind your firm to this contract.) VENDOR NAME & ADDRESS Vendor Name: Address: City / State:

BROWN COUNTY TECHNOLOGY RESOURCES August Neverman, Director

Zip Code: Phone: Email:

Signature: Website: Date: Printed Name: BROWN COUNTY EXECUTIVE

Signature:

(Required)

Troy Streckenbach, County Executive Title: Signature: Date:

RFB Page 47 of 85

Date: Distribution: Original - Purchasing Copy – Contractor(s) Copy – Responsible Department(s)

Attachment G Applicable Prevailing Wage Rates as Determined by Wisconsin Department of Workforce Development (This document is provided as is, there is no need to sign or mail it back at this time.)

Brown County Project #1846 (Total of 37 pages follow this page)

RFB Page 48 of 85

State of Wisconsin Department of Workforce Development Equal Rights Division

DEPARTMENTAL ORDER

ISSUE DATE: 5/9/2014 PROJECT: BROWN COUNTY PROJECT #1846 BCCAN FIBER EXPANSION - EAST SIDE GREEN BAY CITY, BROWN COUNTY, WI Determination No. 201401405 [Owner Project No. 1846]

PROJECT OWNER: DALE C DENAMUR, BUYER BROWN COUNTY 305 E. WALNUT ST, 5TH FLOOR GREEN BAY, WI 54301

REQUESTER: TOM MINEAU, PROJECT MANAGER MULTIMEDIA COMMUNICATIONS & ENGINEERING, INC. PO BOX 11064 GREEN BAY, WI 54307

ADDITIONAL CONTACT: NOTE: The Requester must provide a copy of this Project Determination and enclosures to the Project Owner and Additional Contact.

The department received an application for prevailing wage rate determination for the above-captioned project. The department conducted a survey to determine the prevailing wage rate for the trade(s) or occupation(s) needed to complete the project. The survey’s findings appear in the attached project determination. If you believe that the wage rate for any trade or occupation does not accurately reflect the prevailing wage rate in the city, village or town where the project is located, you may ask the department to conduct an administrative review of such wage rate. You must submit this request in writing within 30 days from the date indicated above. Additionally, your request must include wage rate information from at least three similar projects in the city, village or town where the proposed project is located and on which some work has been performed by the contested trade(s) during the current survey period and was previously considered by the department in issuing the attached determination. See DWD 290.10 of the Wisconsin Administrative Code and either s. 66.0903(3)(br), Stats., or s. 103.49(3)(c), Stats., for a complete explanation of the administrative review process. Enclosures

It is hereby ordered that the prevailing wage rates set forth in the attached project determination shall only be applicable to the above referenced project. This order is a FINAL ORDER of the department unless a timely request for an administrative review is filed with the department. ISSUED BY: Equal Rights Division Labor Standards Bureau Construction Wage Standards Section P.O. Box 8928, Madison, WI 53708-8928 (608)266-6861 Web Site: http://dwd.wisconsin.gov/er/

RFB(R. Page 49 of 85 ERD-16866 06/2013)

PREVAILING WAGE RATE DETERMINATION Issued by the State of Wisconsin Department of Workforce Development Pursuant to s. 66.0903, Wis. Stats. Issued On: 5/9/2014 DETERMINATION NUMBER:

201401405

EXPIRATION DATE:

Prime Contracts MUST Be Awarded or Negotiated On Or Before 12/31/2014. If NOT, You MUST Reapply.

PROJECT NAME:

BROWN COUNTY PROJECT #1846 BCCAN FIBER EXPANSION - EAST SIDE PROJECT NO: 1846

PROJECT LOCATION:

GREEN BAY CITY, BROWN COUNTY, WI

CONTRACTING AGENCY:

BROWN COUNTY

CLASSIFICATION:

Contractors are responsible for correctly classifying their workers. Either call the Department of Workforce Development (DWD) with trade or classification questions or consult DWD’s Dictionary of Occupational Classifications & Work Descriptions on the DWD website at: dwd.wisconsin.gov/er/prevailing_wage_rate/Dictionary/dictionary_main.htm.

OVERTIME:

Time and one-half must be paid for all hours worked: - over 10 hours per day on prevailing wage projects - over 40 hours per calendar week - Saturday and Sunday - on all of the following holidays: January 1; the last Monday in May; July 4; the 1st Monday in September; the 4th Thursday in November; December 25; - The day before if January 1, July 4 or December 25 falls on a Saturday; - The day following if January 1, July 4 or December 25 falls on a Sunday. Apply the time and one-half overtime calculation to whichever is higher between the Hourly Basic Rate listed on this project determination or the employee's regular hourly rate of pay. Add any applicable Premium or DOT Premium to the Hourly Basic Rate before calculating overtime. A DOT Premium (discussed below) may supersede this time and one-half requirement.

FUTURE INCREASE: When a specific trade or occupation requires a future increase, you MUST add the full hourly increase to the "TOTAL" on the effective date(s) indicated for the specific trade or occupation. PREMIUM PAY:

If indicated for a specific trade or occupation, the full amount of such pay MUST be added to the "HOURLY BASIC RATE OF PAY" indicated for such trade or occupation, whevenever such pay is applicable.

DOT PREMIUM:

This premium only applies to highway and bridge projects owned by the Wisconsin Department of Transportation and to the project type heading "Airport Pavement or State Highway Construction." DO NOT apply the premium calculation under any other project type on this determination.

APPRENTICES:

Pay apprentices a percentage of the applicable journeyperson's hourly basic rate of pay and hourly fringe benefit contributions specified in this determination. Obtain the appropriate percentage from each apprentice’s contract or indenture.

SUBJOURNEY:

Subjourney wage rates may be available for some of the trades or occupations indicated below with the exception of laborers, truck drivers and heavy equipment operators. Any employer interested in using a subjourney classification on this project MUST complete Form ERD-10880 and request the applicable wage rate from the Department of Workforce Development PRIOR to using the subjourney worker on this project.

RFB Page 50 of 85

Determination No. 201401405

Page 2 of 19

This document MUST BE POSTED by the CONTRACTING AGENCY in at least one conspicuous and easily accessible place on the site of the project . A local governmental unit may post this document at the place normally used to post public notices if there is no common site on the project. This document MUST remain posted during the entire time any worker is employed on the project and MUST be physically incorporated into the specifications and all contracts and subcontracts. If you have any questions, please write to the Equal Rights Division, Labor Standards Bureau, P.O. Box 8928, Madison, Wisconsin 53708 or call (608) 266-6861.

The following statutory provisions apply to local governmental unit projects of public works and are set forth below pursuant to the requirements of s. 66.0903(8), Stats. s. 66.0903 (1) (f) & s. 103.49 (1) (c) "PREVAILING HOURS OF LABOR" for any trade or occupation in any area means 10 hours per day and 40 hours per week and may not include any hours worked on a Saturday or Sunday or on any of the following holidays: 1. January 1. 2. The last Monday in May. 3. July 4. 4. The first Monday in September. 5. The 4th Thursday in November. 6. December 25. 7. The day before if January 1, July 4 or December 25 falls on a Saturday. 8. The day following if January 1, July 4 or December 25 falls on a Sunday. s. 66.0903 (10) RECORDS; INSPECTION; ENFORCEMENT. (a) Each contractor, subcontractor, or contractor's or subcontractor's agent performing work on a project of public works that is subject to this section shall keep full and accurate records clearly indicating the name and trade or occupation of every person performing the work described in sub. (4) and an accurate record of the number of hours worked by each of those persons and the actual wages paid for the hours worked. s. 66.0903 (11) LIABILITY AND PENALTIES. (a) 1. Any contractor, subcontractor, or contractor's or subcontractor's agent who fails to pay the prevailing wage rate determined by the department under sub. (3) or who pays less than 1.5 times the hourly basic rate of pay for all hours worked in excess of the prevailing hours of labor is liable to any affected employee in the amount of his or her unpaid wages or his or her unpaid overtime compensation and in an additional amount as liquidated damages as provided under subd. 2., 3., whichever is applicable. 2. If the department determines upon inspection under sub. (10) (b) or (c) that a contractor, subcontractor, or contractor's or subcontractor's agent has failed to pay the prevailing wage rate determined by the department under sub. (3) or has paid less than 1.5 times the hourly basic rate of pay for all hours worked in excess of the prevailing hours of labor, the department shall order the contractor to pay to any affected employee the amount of his or her unpaid wages or his or her unpaid overtime compensation and an additional amount equal to 100 percent of the amount of those unpaid wages or that unpaid overtime compensation as liquidated damages within a period specified by the department in the order. 3. In addition to or in lieu of recovering the liability specified in subd. 1. as provided in subd. 2., any employee for and in behalf of that employee and other employees similarly situated may commence an action to recover that liability in any court of competent jurisdiction. If the court finds that a contractor, subcontractor, or contractor's or subcontractor's agent has failed to pay the prevailing wage rate determined by the department under sub. (3) or has paid less than 1.5 times the hourly basic rate of pay for all hours worked in excess of the prevailing hours of labor, the court shall order the contractor, subcontractor, or agent to pay to any affected employee the amount of his or her unpaid wages or his or her unpaid overtime compensation and an additional amount equal to 100 percent of the amount of those unpaid wages or that unpaid overtime compensation as liquidated damages. 5. No employee may be a party plaintiff to an action under subd. 3. unless the employee consents in writing to become a party and the consent is filed in the court in which the action is brought. Notwithstanding s. 814.04 (1), the court shall, in addition to any judgment awarded to the plaintiff, allow reasonable attorney fees and costs to be paid by the defendant.

RFB Page 51 of 85

Determination No. 201401405

Page 3 of 19 BUILDING OR HEAVY CONSTRUCTION

Includes sheltered enclosures with walk-in access for the purpose of housing persons, employees, machinery, equipment or supplies and non-sheltered work such as canals, dams, dikes, reservoirs, storage tanks, etc. A sheltered enclosure need not be "habitable" in order to be considered a building. The installation of machinery and/or equipment, both above and below grade level, does not change a project's character as a building. On-site grading, utility work and landscaping are included within this definition. Residential buildings of four (4) stories or less, agricultural buildings, parking lots and driveways are NOT included within this definition.

SKILLED TRADES Fringe Benefits Must Be Paid On All Hours Worked

HOURLY BASIC RATE OF PAY $

HOURLY FRINGE BENEFITS $

TOTAL $

CODE

TRADE OR OCCUPATION

101

Acoustic Ceiling Tile Installer

30.48

15.90

46.38

102

Boilermaker Future Increase(s): Add $1.50/hr on 1/01/2015; Add $1.50/hr. on 01/01/2016

32.05

28.04

60.09

103

Bricklayer, Blocklayer or Stonemason Premium Increase(s): DOT PREMIUM: Pay two times the hourly basic rate on Sunday, New Year’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day & Christmas Day.

30.85

17.62

48.47

104

Cabinet Installer

30.48

15.90

46.38

105

Carpenter

30.48

15.90

46.38

106

Carpet Layer or Soft Floor Coverer

30.48

15.90

46.38

107

Cement Finisher

30.85

17.62

48.47

108

Drywall Taper or Finisher

30.00

11.52

41.52

109

Electrician Premium Increase(s): DOT PREMIUM: Pay two times the hourly basic rate on Sunday, New Year’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day & Christmas Day.

28.50

17.53

46.03

110

Elevator Constructor

48.56

25.35

73.91

111

Fence Erector

16.00

3.33

19.33

112

Fire Sprinkler Fitter

36.07

18.73

54.80

113

Glazier

26.90

14.91

41.81

114

Heat or Frost Insulator

33.68

23.55

57.23

115

Insulator (Batt or Blown)

15.00

9.50

24.50

RFB Page 52 of 85

Determination No. 201401405 Fringe Benefits Must Be Paid On All Hours Worked

Page 4 of 19 HOURLY BASIC RATE OF PAY $

HOURLY FRINGE BENEFITS $

TOTAL $

CODE

TRADE OR OCCUPATION

116

Ironworker Future Increase(s): Add $1.10/hr on 6/1/2014: Add $1.15/hr on 6/1/2015. Premium Increase(s): DOT PREMIUM: Pay two times the hourly basic rate on Sunday, New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day & Christmas Day.

28.72

23.47

52.19

117

Lather

30.48

15.90

46.38

118

Line Constructor (Electrical)

38.25

16.38

54.63

119

Marble Finisher

26.89

17.85

44.74

120

Marble Mason

30.77

16.92

47.69

121

Metal Building Erector

24.00

0.22

24.22

122

Millwright

32.11

15.95

48.06

123

Overhead Door Installer

20.95

4.94

25.89

124

Painter

22.37

11.47

33.84

125

Pavement Marking Operator

30.00

0.00

30.00

126

Piledriver

30.98

15.90

46.88

127

Pipeline Fuser or Welder (Gas or Utility)

30.79

19.74

50.53

129

Plasterer

30.85

17.62

48.47

130

Plumber

33.26

16.28

49.54

132

Refrigeration Mechanic

33.26

16.28

49.54

133

Roofer or Waterproofer

19.50

5.75

25.25

134

Sheet Metal Worker

29.35

20.77

50.12

135

Steamfitter

33.26

16.28

49.54

137

Teledata Technician or Installer Premium Increase(s): DOT PREMIUM: Pay two times the hourly basic rate on Sunday, New Year’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day & Christmas Day.

22.25

12.24

34.49

138

Temperature Control Installer

33.26

16.28

49.54

139

Terrazzo Finisher

26.89

17.85

44.74

140

Terrazzo Mechanic

30.20

18.42

48.62

141

Tile Finisher

23.85

17.18

41.03

142

Tile Setter

30.85

17.62

48.47

143

Tuckpointer, Caulker or Cleaner

30.77

5.56

36.33

RFB Page 53 of 85

Determination No. 201401405

Page 5 of 19

Fringe Benefits Must Be Paid On All Hours Worked

HOURLY BASIC RATE OF PAY $

HOURLY FRINGE BENEFITS $

TOTAL $

CODE

TRADE OR OCCUPATION

144

Underwater Diver (Except on Great Lakes)

34.48

15.90

50.38

146

Well Driller or Pump Installer

25.32

15.65

40.97

147

Siding Installer

25.92

18.04

43.96

150

Heavy Equipment Operator - ELECTRICAL LINE CONSTRUCTION ONLY

29.16

14.34

43.50

151

Light Equipment Operator -ELECTRICAL LINE CONSTRUCTION ONLY

30.60

14.86

45.46

152

Heavy Truck Driver - ELECTRICAL LINE CONSTRUCTION ONLY

26.78

13.63

40.41

153

Light Truck Driver - ELECTRICAL LINE CONSTRUCTION ONLY

24.86

12.97

37.83

154

Groundman - ELECTRICAL LINE CONSTRUCTION ONLY

21.75

12.70

34.45

HOURLY FRINGE BENEFITS $

TOTAL $

TRUCK DRIVERS Fringe Benefits Must Be Paid On All Hours Worked

HOURLY BASIC RATE OF PAY $

CODE

TRADE OR OCCUPATION

201

Single Axle or Two Axle

23.16

21.85

45.01

203

Three or More Axle

14.10

8.13

22.23

204

Articulated, Euclid, Dumptor, Off Road Material Hauler

32.89

18.96

51.85

205

Pavement Marking Vehicle

14.10

8.13

22.23

207

Truck Mechanic

14.10

8.13

22.23

HOURLY FRINGE BENEFITS $

TOTAL $

LABORERS Fringe Benefits Must Be Paid On All Hours Worked

HOURLY BASIC RATE OF PAY $

CODE

TRADE OR OCCUPATION

301

General Laborer Premium Increase(s): Add $1.00/hr for certified welder and pipelayer; Add $.25/hr for mason tender

23.48

14.61

38.09

302

Asbestos Abatement Worker

17.00

0.00

17.00

303

Landscaper

17.00

4.05

21.05

310

Gas or Utility Pipeline Laborer (Other Than Sewer and Water)

19.86

13.63

33.49

311

Fiber Optic Laborer (Outside, Other Than Concrete Encased)

16.00

5.87

21.87

314

Railroad Track Laborer

23.46

13.88

37.34

315

Final Construction Clean-Up Worker

28.31

16.62

44.93

RFB Page 54 of 85

Determination No. 201401405

Page 6 of 19 HEAVY EQUIPMENT OPERATORS SITE PREPARATION, UTILITY OR LANDSCAPING WORK ONLY

Fringe Benefits Must Be Paid On All Hours Worked

HOURLY BASIC RATE OF PAY $

HOURLY FRINGE BENEFITS $

TOTAL $

CODE

TRADE OR OCCUPATION

501

Air Track, Rotary or Percussion Drilling Machine &/or Hammers, Blaster; Asphalt Milling Machine; Boring Machine (Directional, Horizontal or Vertical); Backhoe (Track Type) Having a Mfgr's Rated Capacity of 130,000 Lbs. or Over; Backhoe (Track Type) Having a Mfgr's Rated Capacity of Under 130,000 Lbs., Backhoe (Mini, 15,000 Lbs. & Under); Bulldozer or Endloader (Over 40 hp); Compactor (Self-Propelled 85 Ft Total Drum Width & Over, or Tractor Mounted, Towed & Light Equipment); Concrete Batch Plant, Batch Hopper; Concrete Breaker (Large, Auto, Vibratory/Sonic, Manual or Remote); Crane, Shovel, Dragline, Clamshells; Forklift (Machinery Moving or Steel Erection, 25 Ft & Over); Gradall (Cruz-Aire Type); Grader or Motor Patrol; Master Mechanic; Mechanic or Welder; Robotic Tool Carrier (With or Without Attachments); Scraper (Self Propelled or Tractor Drawn) 5 cu yds or More Capacity; Tractor or Truck Mounted Hydraulic Backhoe; Tractor or Truck Mounted Hydraulic Crane (10 Tons or Under); Tractor (Scraper, Dozer, Pusher, Loader); Trencher (Wheel Type or Chain Type Having Over 8 Inch Bucket).

32.89

18.96

51.85

502

Backfiller; Broom or Sweeper; Bulldozer or Endloader (Under 40 hp); Environmental Burner; Forestry Equipment, Timbco, Tree Shear, Tub Grinder, Processor; Jeep Digger; Screed (Milling Machine); Skid Rig; Straddle Carrier or Travel Lift; Stump Chipper; Trencher (Wheel Type or Chain Type Having 8 Inch Bucket & Under).

32.89

18.96

51.85

503

Air Compressor (&/or 400 CFM or Over); Augers (Vertical & Horizontal); Compactor (Self-Propelled 84 Ft Total Drum Width & Under, or Tractor Mounted, Towed & Light Equipment); Crusher, Screening or Wash Plant; Farm or Industrial Type Tractor; Forklift; Generator (&/or 150 KW or Over); Greaser; High Pressure Utility Locating Machine (Daylighting Machine); Mulcher; Oiler; Post Hole Digger or Driver; Pump (3 Inch or Over) or Well Points; Refrigeration Plant or Freeze Machine; Rock, Stone Breaker; Skid Steer Loader (With or Without Attachments); Vibratory Hammer or Extractor, Power Pack.

32.89

18.96

51.85

504

Work Performed on the Great Lakes Including Diver; Wet Tender or Hydraulic Dredge Engineer.

38.80

20.17

58.97

505

Work Performed on the Great Lakes Including Crane or Backhoe Operator; Assistant Hydraulic Dredge Engineer; Hydraulic Dredge Leverman or Diver's Tender; Mechanic or Welder; 70 Ton & Over Tug Operator. Premium Increase(s): Add $.50/hr for Friction Crane, Lattice Boom or Crane Certification (CCO).

41.65

21.71

63.36

506

Work Performed on the Great Lakes Including Deck Equipment Operator or Machineryman (Maintains Cranes Over 50 Tons or Backhoes 115,000 Lbs. or More); Tug, Launch or Loader, Dozer or Like Equipment When Operated on a Barge, Breakwater Wall, Slip, Dock or Scow, Deck Machinery.

37.10

21.57

58.67

RFB Page 55 of 85

Determination No. 201401405 507

Work Performed on the Great Lakes Including Deck Equipment Operator, Machineryman or Fireman (Operates 4 Units or More or Maintains Cranes 50 Tons or Under or Backhoes 115,000 Lbs. or Under); Deck Hand, Deck Engineer or Assistant Tug Operator; Off Road Trucks - Great Lakes ONLY.

Page 7 of 19 34.50

20.04

54.54

HOURLY FRINGE BENEFITS $

TOTAL $

HEAVY EQUIPMENT OPERATORS EXCLUDING SITE PREPARATION, UTILITY, PAVING LANDSCAPING WORK Fringe Benefits Must Be Paid On All Hours Worked

HOURLY BASIC RATE OF PAY $

CODE

TRADE OR OCCUPATION

508

Boring Machine (Directional); Crane, Tower Crane, Pedestal Tower or Derrick, With or Without Attachments, With a Lifting Capacity of Over 100 Tons, Self-Erecting Tower Crane With a Lifting Capacity of Over 4,000 Lbs., Crane With Boom Dollies; Crane, Tower Crane, Pedestal Tower or Derrick, With Boom, Leads &/or Jib Lengths Measuring 176 Ft or Over; Master Mechanic. Premium Increase(s): Add $.50/hr for >200 Ton / Add $1/hr at 300 Ton / Add $1.50/hr at 400 Ton / Add $2/hr at 500 Ton & Over.

35.62

18.96

54.58

509

Backhoe (Track Type) Having a Mfgr's Rated Capacity of 130,000 Lbs. or Over; Boring Machine (Horizontal or Vertical); Caisson Rig; Crane, Tower Crane, Portable Tower, Pedestal Tower or Derrick, With or Without Attachments, With a Lifting Capacity of 100 Tons or Under, Self-Erecting Tower Crane With A Lifting Capacity Of 4,000 Lbs. & Under; Crane, Tower Crane, Portable Tower, Pedestal Tower or Derrick, With Boom, Leads &/or Jib Lengths Measuring 175 Ft or Under; Pile Driver; Versi Lifts, Tri-Lifts & Gantrys (20,000 Lbs. & Over). Premium Increase(s): Add $.25/hr for all >45 Ton lifting capacity cranes

34.62

18.96

53.58

510

Backhoe (Track Type) Having a Mfgr.'s Rated Capacity of Under 130,000 Lbs., Backhoe (Mini, 15,000 Lbs. & Under); Concrete Bump Cutter, Grinder, Planing or Grooving Machine; Concrete Laser/Screed; Concrete Paver (Slipform); Concrete Pump (Over 46 Meter), Concrete Conveyor (Rotec or Bidwell Type); Concrete Slipform Placer Curb & Gutter Machine; Concrete Spreader & Distributor; Dredge (NOT Performing Work on the Great Lakes); Forklift (Machinery Moving or Steel Erection, 25 Ft & Over); Gradall (Cruz-Aire Type); Hydro-Blaster (10,000 PSI or Over); Milling Machine; Skid Rig; Traveling Crane (Bridge Type).

33.42

18.96

52.38

RFB Page 56 of 85

Determination No. 201401405 Fringe Benefits Must Be Paid On All Hours Worked

Page 8 of 19 HOURLY BASIC RATE OF PAY $

HOURLY FRINGE BENEFITS $

TOTAL $

CODE

TRADE OR OCCUPATION

511

Air, Track, Rotary or Percussion Drilling Machine &/or Hammers, Blaster; Bulldozer or Endloader (Over 40 hp); Compactor (Self-Propelled 85 Ft Total Drum Width & Over, or Tractor Mounted, Towed & Light Equipment); Concrete Pump (46 Meter & Under), Concrete Conveyor (Rotec or Bidwell Type); Crane (Carry Deck, Mini) or Truck Mounted Hydraulic Crane (10 Tons or Under); Environmental Burner; Gantrys (Under 20,000 Lbs.); Grader or Motor Patrol; High Pressure Utility Locating Machine (Daylighting Machine); Manhoist; Material or Stack Hoist; Mechanic or Welder; Railroad Track Rail Leveling Machine, Tie Placer, Extractor, Tamper, Stone Leveler or Rehabilitation Equipment; Roller (Over 5 Ton); Scraper (Self Propelled or Tractor Drawn) 5 cu yd or More Capacity; Screed (Milling Machine); Sideboom; Straddle Carrier or Travel Lift; Tining or Curing Machine; Tractor (Scraper, Dozer, Pusher, Loader); Tractor or Truck Mounted Hydraulic Backhoe; Tractor or Truck Mounted Hydraulic Crane (10 Tons or Under); Trencher (Wheel Type or Chain Type Having Over 8-Inch Bucket).

32.89

18.96

51.85

512

Backfiller; Broom or Sweeper; Bulldozer or Endloader (Under 40 hp); Compactor (Self-Propelled 84 Ft Total Drum Width & Under, or Tractor Mounted, Towed & Light Equipment); Concrete Batch Plant, Batch Hopper; Concrete Breaker (Large, Auto, Vibratory/Sonic, Manual or Remote); Concrete Conveyor System; Concrete Finishing Machine (Road Type); Fireman (Pile Driver & Derrick NOT Performing Work on the Great Lakes); Grout Pump; Hoist (Tugger, Automatic); Industrial Locomotives; Jeep Digger; Lift Slab Machine; Mulcher; Roller (Rubber Tire, 5 Ton or Under); Screw or Gypsum Pumps; Stabilizing or Concrete Mixer (Self-Propelled or 14S or Over); Stump Chipper; Trencher (Wheel Type or Chain Type Having 8-Inch Bucket & Under); Winches & A-Frames.

30.82

18.96

49.78

513

Air Compressor (&/or 400 CFM or Over); Air, Electric or Hydraulic Jacking System; Augers (Vertical & Horizontal); Boatmen (NOT Performing Work on the Great Lakes); Boiler (Temporary Heat); Crusher, Screening or Wash Plant; Elevator; Farm or Industrial Type Tractor; Fireman (Asphalt Plant NOT Performing Work on the Great Lakes); Forklift; Generator (&/or 150 KW or Over); Greaser; Heaters (Mechanical); Loading Machine (Conveyor); Oiler; Post Hole Digger or Driver; Prestress Machine; Pump (3 Inch or Over) or Well Points; Refrigeration Plant or Freeze Machine; Robotic Tool Carrier (With or Without Attachments); Rock, Stone Breaker; Skid Steer Loader (With or Without Attachments); Vibratory Hammer or Extractor, Power Pack.

30.19

18.96

49.15

514

Gas or Utility Pipeline, Except Sewer & Water (Primary Equipment).

36.34

21.14

57.48

515

Gas or Utility Pipeline, Except Sewer & Water (Secondary Equipment). Future Increase(s): Add $1.60/hr on 06/01/2014; Add $1.65/hr on 06/01/2015.

32.32

18.55

50.87

516

Fiber Optic Cable Equipment Future Increase(s): Add $1.75/hr on 02/01/2014.

27.89

17.20

45.09

RFB Page 57 of 85

Determination No. 201401405

Page 9 of 19 SEWER, WATER OR TUNNEL CONSTRUCTION

Includes those projects that primarily involve public sewer or water distribution, transmission or collection systems and related tunnel work (excluding buildings).

SKILLED TRADES Fringe Benefits Must Be Paid On All Hours Worked

HOURLY BASIC RATE OF PAY $

HOURLY FRINGE BENEFITS $

TOTAL $

CODE

TRADE OR OCCUPATION

103

Bricklayer, Blocklayer or Stonemason Premium Increase(s): DOT PREMIUM: Pay two times the hourly basic rate on Sunday, New Year’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day & Christmas Day.

35.10

18.40

53.50

105

Carpenter Future Increase(s): Add $1.25/hr on 6/2/2014. Premium Increase(s): DOT PREMIUM: Pay two times the hourly basic rate on Sunday, New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day & Christmas Day.

33.68

19.81

53.49

107

Cement Finisher Future Increase(s): Add $1.87 on 6/1/14; Add $1.87 on 6/1/15; Add $1.75 on 6/1/16. Premium Increase(s): DOT PREMIUMS: 1) Pay two times the hourly basic rate on Sunday, New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day & Christmas Day. 2) Add $1.40/hr when the Wisconsin Department of Transportation or responsible governing agency requires that work be performed at night under artificial illumination with traffic control and the work is completed after sunset and before sunrise.

33.51

16.13

49.64

109

Electrician Premium Increase(s): DOT PREMIUM: Pay two times the hourly basic rate on Sunday, New Year’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day & Christmas Day.

32.82

22.61

55.43

111

Fence Erector

16.00

3.33

19.33

116

Ironworker

31.25

19.46

50.71

118

Line Constructor (Electrical)

38.25

16.38

54.63

125

Pavement Marking Operator

15.50

0.84

16.34

126

Piledriver

30.98

15.90

46.88

130

Plumber

33.75

14.07

47.82

135

Steamfitter

32.59

16.10

48.69

137

Teledata Technician or Installer

21.89

11.85

33.74

RFB Page 58 of 85

Determination No. 201401405

Page 10 of 19

Fringe Benefits Must Be Paid On All Hours Worked

HOURLY BASIC RATE OF PAY $

HOURLY FRINGE BENEFITS $

TOTAL $

CODE

TRADE OR OCCUPATION

143

Tuckpointer, Caulker or Cleaner

30.77

5.56

36.33

144

Underwater Diver (Except on Great Lakes)

38.80

20.17

58.97

146

Well Driller or Pump Installer

25.32

15.65

40.97

150

Heavy Equipment Operator - ELECTRICAL LINE CONSTRUCTION ONLY

29.16

14.34

43.50

151

Light Equipment Operator -ELECTRICAL LINE CONSTRUCTION ONLY

30.60

14.86

45.46

152

Heavy Truck Driver - ELECTRICAL LINE CONSTRUCTION ONLY

26.78

13.63

40.41

153

Light Truck Driver - ELECTRICAL LINE CONSTRUCTION ONLY

24.86

12.97

37.83

154

Groundman - ELECTRICAL LINE CONSTRUCTION ONLY

21.75

12.70

34.45

HOURLY FRINGE BENEFITS $

TOTAL $

TRUCK DRIVERS Fringe Benefits Must Be Paid On All Hours Worked

HOURLY BASIC RATE OF PAY $

CODE

TRADE OR OCCUPATION

201

Single Axle or Two Axle

30.00

15.00

45.00

203

Three or More Axle

15.50

0.84

16.34

204

Articulated, Euclid, Dumptor, Off Road Material Hauler

32.89

18.96

51.85

205

Pavement Marking Vehicle

15.50

0.84

16.34

207

Truck Mechanic

15.50

0.84

16.34

HOURLY FRINGE BENEFITS $

TOTAL $

LABORERS Fringe Benefits Must Be Paid On All Hours Worked

HOURLY BASIC RATE OF PAY $

CODE

TRADE OR OCCUPATION

301

General Laborer Premium Increase(s): Add $.20 for blaster, bracer, manhole builder, caulker, bottomman and power tool; Add $.55 for pipelayer; Add $1.00 for 0-15 lbs. compressed air; Add $2.00 for 15-30 lbs. compressed air; Add $3.00 for over 30 lbs. compressed air.

25.35

14.62

39.97

303

Landscaper

25.28

13.89

39.17

304

Flagperson or Traffic Control Person

17.41

10.10

27.51

311

Fiber Optic Laborer (Outside, Other Than Concrete Encased)

16.00

5.87

21.87

314

Railroad Track Laborer

23.46

13.88

37.34

RFB Page 59 of 85

Determination No. 201401405

Page 11 of 19 HEAVY EQUIPMENT OPERATORS SEWER, WATER OR TUNNEL WORK

Fringe Benefits Must Be Paid On All Hours Worked

HOURLY BASIC RATE OF PAY $

HOURLY FRINGE BENEFITS $

TOTAL $

CODE

TRADE OR OCCUPATION

521

Backhoe (Track Type) Having a Mfgr.'s Rated Capacity of 130,000 Lbs. or Over; Caisson Rig; Crane, Tower Crane, Pedestal Tower or Derrick, With Boom, Leads &/or Jib Lengths Measuring 176 Ft or Over; Crane, Tower Crane, Pedestal Tower or Derrick, With or Without Attachments, With a Lifting Capacity of Over 100 Tons, Self-Erecting Tower Crane With a Lifting Capacity Of Over 4,000 Lbs., Crane With Boom Dollies; Master Mechanic; Pile Driver. Future Increase(s): Add $1.05/hr on 6/2/2014; Add $1.55/hr on 6/1/2015. Premium Increase(s): Add $.25/hr for operating tower crane.

36.84

19.45

56.29

522

Backhoe (Track Type) Having a Mfgr.'s Rated Capacity of Under 130,000 Lbs., Backhoe (Mini, 15,000 Lbs. & Under); Boring Machine (Directional); Concrete Bump Cutter, Grinder, Planing or Grooving Machine; Concrete Laser/Screed; Concrete Paver (Slipform); Concrete Pump (Over 46 Meter), Concrete Conveyor (Rotec or Bidwell Type); Concrete Spreader & Distributor; Crane, Tower Crane, Portable Tower, Pedestal Tower or Derrick, With Boom, Leads &/or Jib Lengths Measuring 175 Ft or Under; Crane, Tower Crane, Portable Tower, Pedestal Tower or Derrick, With or Without Attachments, With a Lifting Capacity of 100 Tons or Under, Self-Erecting Tower Crane With a Lifting Capacity of 4,000 Lbs. & Under; Dredge (NOT Performing Work on the Great Lakes); Milling Machine; Skid Rig; Telehandler; Traveling Crane (Bridge Type).

33.42

18.96

52.38

523

Air Track, Rotary or Percussion Drilling Machine &/or Hammers, Blaster; Boring Machine (Horizontal or Vertical); Bulldozer or Endloader (Over 40 hp); Crane (Carry Deck, Mini) or Truck Mounted Hydraulic Crane (10 Tons or Under); Concrete Pump (46 Meter & Under), Concrete Conveyor (Rotec or Bidwell Type); Concrete Slipform Placer Curb & Gutter Machine; Gradall (Cruz-Aire Type); Grader or Motor Patrol; Hydro-Blaster (10,000 PSI or Over); Manhoist; Material or Stack Hoist; Mechanic or Welder; Roller (Over 5 Ton); Scraper (Self Propelled or Tractor Drawn) 5 cu yd or More Capacity; Screed (Milling Machine); Sideboom; Straddle Carrier or Travel Lift; Tractor (Scraper, Dozer, Pusher, Loader); Tractor or Truck Mounted Hydraulic Backhoe; Tractor or Truck Mounted Hydraulic Crane (10 Tons or Under); Trencher (Wheel Type or Chain Type Having Over 8-Inch Bucket).

32.89

18.96

51.85

RFB Page 60 of 85

Determination No. 201401405 Fringe Benefits Must Be Paid On All Hours Worked

Page 12 of 19 HOURLY BASIC RATE OF PAY $

HOURLY FRINGE BENEFITS $

TOTAL $

CODE

TRADE OR OCCUPATION

524

Backfiller; Broom or Sweeper; Bulldozer or Endloader (Under 40 hp); Compactor (Self-Propelled 85 Ft Total Drum Width & Over, or Tractor Mounted, Towed & Light Equipment); Concrete Batch Plant, Batch Hopper; Concrete Breaker (Large, Auto, Vibratory/Sonic, Manual or Remote); Concrete Conveyor System; Concrete Finishing Machine (Road Type); Environmental Burner; Fireman (Pile Driver & Derrick NOT Performing Work on the Great Lakes); Forestry Equipment, Timbco, Tree Shear, Tub Grinder, Processor; Hoist (Tugger, Automatic); Grout Pump; Jeep Digger; Lift Slab Machine; Mulcher; Power Subgrader; Pump (3 Inch or Over) or Well Points; Robotic Tool Carrier (With or Without Attachments); Roller (Rubber Tire, 5 Ton or Under); Screw or Gypsum Pumps; Stabilizing or Concrete Mixer (Self-Propelled or 14S or Over); Stump Chipper; Tining or Curing Machine; Trencher (Wheel Type or Chain Type Having 8-Inch Bucket & Under); Winches & A-Frames. Future Increase(s): Add $1.05/hr on 6/2/2014; Add $1.55/hr on 6/1/2015. Premium Increase(s): Add $.25/hr for operating tower crane.

35.11

19.45

54.56

525

Air Compressor (&/or 400 CFM or Over); Air, Electric or Hydraulic Jacking System; Augers (Vertical & Horizontal); Compactor (Self-Propelled 84 Ft Total Drum Width & Under, or Tractor Mounted, Towed & Light Equipment); Crusher, Screening or Wash Plant; Farm or Industrial Type Tractor; Fireman (Asphalt Plant NOT Performing Work on the Great Lakes); Generator (&/or 150 KW or Over); Heaters (Mechanical); High Pressure Utility Locating Machine (Daylighting Machine); Loading Machine (Conveyor); Post Hole Digger or Driver; Refrigeration Plant or Freeze Machine; Rock, Stone Breaker; Skid Steer Loader (With or Without Attachments); Vibratory Hammer or Extractor, Power Pack.

30.19

20.94

51.13

526

Boiler (Temporary Heat); Forklift; Greaser; Oiler.

29.69

18.46

48.15

527

Work Performed on the Great Lakes Including Diver; Wet Tender or Hydraulic Dredge Engineer.

38.80

20.17

58.97

528

Work Performed on the Great Lakes Including 70 Ton & Over Tug Operator; Assistant Hydraulic Dredge Engineer; Crane or Backhoe Operator; Hydraulic Dredge Leverman or Diver's Tender; Mechanic or Welder.

38.80

20.17

58.97

529

Work Performed on the Great Lakes Including Deck Equipment Operator or Machineryman (Maintains Cranes Over 50 Tons or Backhoes 115,000 Lbs. or More); Tug, Launch or Loader, Dozer or Like Equipment When Operated on a Barge, Breakwater Wall, Slip, Dock or Scow, Deck Machinery.

34.50

20.04

54.54

530

Work Performed on the Great Lakes Including Deck Equipment Operator; Machineryman or Fireman (Operates 4 Units or More or Maintains Cranes 50 Tons or Under or Backhoes 115,000 Lbs. or Under), Deck Hand, Deck Engineer or Assistant Tug Operator; Off Road Trucks - Great Lakes ONLY.

34.50

20.04

54.54

RFB Page 61 of 85

Determination No. 201401405

Page 13 of 19

LOCAL STREET OR MISCELLANEOUS PAVING CONSTRUCTION Includes roads, streets, alleys, trails, bridges, paths, racetracks, parking lots and driveways (except residential or agricultural), public sidewalks or other similar projects (excluding projects awarded by the Wisconsin Department of Transportation).

SKILLED TRADES Fringe Benefits Must Be Paid On All Hours Worked

HOURLY BASIC RATE OF PAY $

HOURLY FRINGE BENEFITS $

TOTAL $

CODE

TRADE OR OCCUPATION

103

Bricklayer, Blocklayer or Stonemason

30.77

16.92

47.69

105

Carpenter

30.48

16.00

46.48

107

Cement Finisher Future Increase(s): Add $1.87 on 6/1/14; Add $1.87 on 6/1/15;Add $1.75 on 6/1/16. Premium Increase(s): DOT PREMIUMS: 1) Pay two times the hourly basic rate on Sunday, New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day & Christmas Day. 2) Add $1.40/hr when the Wisconsin Department of Transportation or responsible governing agency requires that work be performed at night under artificial illumination with traffic control and the work is completed after sunset and before sunrise.

32.65

17.32

49.97

109

Electrician

31.27

22.81

54.08

111

Fence Erector

16.00

3.33

19.33

116

Ironworker

28.23

22.97

51.20

118

Line Constructor (Electrical)

38.25

16.38

54.63

124

Painter

22.37

11.47

33.84

125

Pavement Marking Operator

30.00

0.00

30.00

126

Piledriver

30.98

15.90

46.88

133

Roofer or Waterproofer

19.50

5.75

25.25

137

Teledata Technician or Installer

21.89

11.85

33.74

143

Tuckpointer, Caulker or Cleaner

30.77

5.56

36.33

144

Underwater Diver (Except on Great Lakes)

38.80

20.17

58.97

150

Heavy Equipment Operator - ELECTRICAL LINE CONSTRUCTION ONLY

34.43

15.24

49.67

151

Light Equipment Operator -ELECTRICAL LINE CONSTRUCTION ONLY

30.60

14.86

45.46

152

Heavy Truck Driver - ELECTRICAL LINE CONSTRUCTION ONLY

26.78

13.63

40.41

153

Light Truck Driver - ELECTRICAL LINE CONSTRUCTION ONLY

24.86

12.97

37.83

RFB Page 62 of 85

Determination No. 201401405 154

Page 14 of 19

Groundman - ELECTRICAL LINE CONSTRUCTION ONLY

21.75

12.70

34.45

HOURLY FRINGE BENEFITS $

TOTAL $

TRUCK DRIVERS Fringe Benefits Must Be Paid On All Hours Worked

HOURLY BASIC RATE OF PAY $

CODE

TRADE OR OCCUPATION

201

Single Axle or Two Axle

30.00

15.00

45.00

203

Three or More Axle Future Increase(s): Add $1.30/hr on 6/1/2014. Premium Increase(s): DOT PREMIUM: Pay two times the hourly basic rate on Sunday, New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day & Christmas Day.

24.52

17.77

42.29

204

Articulated, Euclid, Dumptor, Off Road Material Hauler

32.89

18.96

51.85

205

Pavement Marking Vehicle

23.31

17.13

40.44

206

Shadow or Pilot Vehicle

30.00

15.00

45.00

207

Truck Mechanic

23.31

17.13

40.44

HOURLY FRINGE BENEFITS $

TOTAL $

14.63

43.67

LABORERS Fringe Benefits Must Be Paid On All Hours Worked CODE

TRADE OR OCCUPATION

301

General Laborer Future Increase(s): Add $1.60/hr on 6/1/2014. Premium Increase(s): Add $.10/hr for topman, air tool operator, vibrator or tamper operator (mechanical hand operated), chain saw operator and demolition burning torch laborer; Add $.15/hr for bituminous worker (raker and luteman), formsetter (curb, sidewalk and pavement) and strike off man; Add $.20/hr for blaster and powderman; Add $.25/hr for bottomman; Add $.35/hr for line and grade specialist; Add $.45/hr for pipelayer. DOT PREMIUMS: 1) Pay two times the hourly basic rate on Sunday, New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day & Christmas Day. 2) Add $1.25/hr for work on projects involving temporary traffic control setup, for lane and shoulder closures, when work under artificial illumination conditions is necessary as required by the project provisions (including prep time prior to and/or cleanup after such time period).

RFB Page 63 of 85

HOURLY BASIC RATE OF PAY $ 29.04

Determination No. 201401405

Page 15 of 19

Fringe Benefits Must Be Paid On All Hours Worked

HOURLY BASIC RATE OF PAY $

HOURLY FRINGE BENEFITS $

TOTAL $

CODE

TRADE OR OCCUPATION

303

Landscaper Future Increase(s): Add $1.60/hr on 6/1/14. Premium Increase(s): DOT PREMIUMS: 1) Pay two times the hourly basic rate on Sunday, New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day & Christmas Day. 2) Add $1.25/hr for work on projects involving temporary traffic control setup, for lane and shoulder closures, when work under artificial illumination conditions is necessary as required by the project provisions (including prep time prior to and/or cleanup after such time period).

29.04

14.63

43.67

304

Flagperson or Traffic Control Person

17.41

10.10

27.51

311

Fiber Optic Laborer (Outside, Other Than Concrete Encased)

16.00

5.87

21.87

314

Railroad Track Laborer

23.46

13.88

37.34

HOURLY FRINGE BENEFITS $

TOTAL $

20.40

57.12

HEAVY EQUIPMENT OPERATORS CONCRETE PAVEMENT OR BRIDGE WORK Fringe Benefits Must Be Paid On All Hours Worked CODE

TRADE OR OCCUPATION

541

Crane, Tower Crane, Pedestal Tower or Derrick, With or Without Attachments, With a Lifting Capacity of Over 100 Tons, Self-Erecting Tower Crane With a Lifting Capacity Of Over 4,000 Lbs., Crane With Boom Dollies; Crane, Tower Crane, Pedestal Tower or Derrick, With Boom, Leads &/or Jib Lengths Measuring 176 Ft or Over; Master Mechanic. Future Increase(s): Add $1.75/hr on 6/1/2014); Add $1.25/hr on 6/1/2015); Add $1.30/hr on 6/1/2016); Add $1.25/hr on 6/1/2017. Premium Increase(s): DOT PREMIUMS: 1) Pay two times the hourly basic rate on Sunday, New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day & Christmas Day. 2) Add $1.50/hr night work premium. See DOT'S website for details about the applicability of this night work premium at: http://www.dot.wi.gov/busine ss/civilrights/laborwages/pwc.htm.

RFB Page 64 of 85

HOURLY BASIC RATE OF PAY $ 36.72

Determination No. 201401405 Fringe Benefits Must Be Paid On All Hours Worked

Page 16 of 19 HOURLY BASIC RATE OF PAY $

HOURLY FRINGE BENEFITS $

TOTAL $

CODE

TRADE OR OCCUPATION

542

Backhoe (Track Type) Having a Mfgr.'s Rated Capacity of 130,000 Lbs. or Over; Caisson Rig; Crane, Tower Crane, Portable Tower, Pedestal Tower or Derrick, With or Without Attachments, With a Lifting Capacity of 100 Tons or Under, Self-Erecting Tower Crane With a Lifting Capacity of 4,000 Lbs. & Under; Crane, Tower Crane Portable Tower, Pedestal Tower or Derrick, With Boom, Leads &/or Jib Lengths Measuring 175 Ft or Under; Dredge (NOT Performing Work on the Great Lakes); Licensed Boat Pilot (NOT Performing Work on the Great Lakes); Pile Driver. Future Increase(s): Add $1.75/hr on 6/1/2014); Add $1.25/hr on 6/1/2015); Add $1.30/hr on 6/1/2016); Add $1.25/hr on 6/1/2017. Premium Increase(s): DOT PREMIUMS: 1) Pay two times the hourly basic rate on Sunday, New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day & Christmas Day. 2) Add $1.50/hr night work premium. See DOT'S website for details about the applicability of this night work premium at: http://www.dot.wi.gov/busine ss/civilrights/laborwages/pwc.htm.

36.22

20.40

56.62

543

Air Track, Rotary or Percussion Drilling Machine &/or Hammers, Blaster; Automatic Subgrader (Concrete); Backhoe (Track Type) Having a Mfgr.'s Rated Capacity of Under 130,000 Lbs., Backhoe (Mini, 15,000 Lbs. & Under); Boring Machine (Directional, Horizontal or Vertical); Bridge (Bidwell) Paver; Bulldozer or Endloader; Concrete Batch Plant, Batch Hopper; Concrete Breaker (Large, Auto, Vibratory/Sonic, Manual or Remote); Concrete Bump Cutter, Grinder, Planing or Grooving Machine; Concrete Conveyor System; Concrete Laser/Screed; Concrete Paver (Slipform); Concrete Pump, Concrete Conveyor (Rotec or Bidwell Type); Concrete Slipform Placer Curb & Gutter Machine; Concrete Spreader & Distributor; Crane (Carry Deck, Mini) or Truck Mounted Hydraulic Crane (10 Tons or Under); Crane With a Lifting Capacity of 25 Tons or Under; Forestry Equipment, Timbco, Tree Shear, Tub Grinder, Processor; Gradall (Cruz-Aire Type); Grader or Motor Patrol; Grout Pump; Hydro-Blaster (10,000 PSI or Over); Loading Machine (Conveyor); Manhoist; Material or Stack Hoist; Mechanic or Welder; Milling Machine; Post Hole Digger or Driver; Scraper (Self Propelled or Tractor Drawn) 5 cu yds or More Capacity; Shoulder Widener; Sideboom; Skid Rig; Stabilizing or Concrete Mixer (Self-Propelled or 14S or Over); Straddle Carrier or Travel Lift; Tractor (Scraper, Dozer, Pusher, Loader); Tractor or Truck Mounted Hydraulic Backhoe; Trencher (Wheel Type or Chain Type); Tube Finisher; Tugger (NOT Performing Work on the Great Lakes); Winches & A-Frames. Future Increase(s): Add $1.75/hr on 6/1/2014); Add $1.25/hr on 6/1/2015); Add $1.30/hr on 6/1/2016); Add $1.25/hr on 6/1/2017. Premium Increase(s): DOT PREMIUMS: 1) Pay two times the hourly basic rate on Sunday, New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day & Christmas Day. 2) Add $1.50/hr night work premium. See DOT'S website for details about the applicability of this night work premium at: http://www.dot.wi.gov/busine ss/civilrights/laborwages/pwc.htm.

35.72

20.40

56.12

RFB Page 65 of 85

Determination No. 201401405 Fringe Benefits Must Be Paid On All Hours Worked

Page 17 of 19 HOURLY BASIC RATE OF PAY $

HOURLY FRINGE BENEFITS $

TOTAL $

CODE

TRADE OR OCCUPATION

544

Backfiller; Belting, Burlap, Texturing Machine; Broom or Sweeper; Compactor (Self-Propelled or Tractor Mounted, Towed & Light Equipment); Concrete Finishing Machine (Road Type); Environmental Burner; Farm or Industrial Type Tractor; Fireman (Pile Driver & Derrick NOT Performing Work on the Great Lakes); Forklift; Greaser; Jeep Digger; Joint Sawer (Multiple Blade); Launch (NOT Performing Work on the Great Lakes); Lift Slab Machine; Mechanical Float; Mulcher; Power Subgrader; Robotic Tool Carrier (WIth or Without Attachments); Self Propelled Chip Spreader; Shouldering Machine; Skid Steer Loader (With or Without Attachments); Telehandler; Tining or Curing Machine. Future Increase(s): Add $1.75/hr on 6/1/2014); Add $1.25/hr on 6/1/2015); Add $1.30/hr on 6/1/2016); Add $1.25/hr on 6/1/2017. Premium Increase(s): DOT PREMIUMS: 1) Pay two times the hourly basic rate on Sunday, New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day & Christmas Day. 2) Add $1.50/hr night work premium. See DOT'S website for details about the applicability of this night work premium at: http://www.dot.wi.gov/busine ss/civilrights/laborwages/pwc.htm.

35.46

20.40

55.86

545

Air Compressor (&/or 400 CFM or Over); Air, Electric or Hydraulic Jacking System; Automatic Belt Conveyor & Surge Bin; Boiler (Temporary Heat); Concrete Proportioning Plant; Crusher, Screening or Wash Plant; Generator (&/or 150 KW or Over); Heaters (Mechanical); High Pressure Utility Locating Machine (Daylighting Machine); Mudjack; Oiler; Prestress Machine; Pug Mill; Pump (3 Inch or Over) or Well Points; Rock, Stone Breaker; Screed (Milling Machine); Stump Chipper; Tank Car Heaters; Vibratory Hammer or Extractor, Power Pack.

32.39

18.46

50.85

546

Fiber Optic Cable Equipment.

26.69

16.65

43.34

547

Work Performed on the Great Lakes Including Diver; Wet Tender or Hydraulic Dredge Engineer.

38.80

20.17

58.97

548

Work Performed on the Great Lakes Including 70 Ton & Over Tug Operator; Assistant Hydraulic Dredge Engineer; Crane or Backhoe Operator; Hydraulic Dredge Leverman or Diver's Tender; Mechanic or Welder.

38.80

20.17

58.97

549

Work Performed on the Great Lakes Including Deck Equipment Operator or Machineryman (Maintains Cranes Over 50 Tons or Backhoes 115,000 Lbs. or more); Tug, Launch or Loader, Dozer or Like Equipment When Operated on a Barge, Breakwater Wall, Slip, Dock or Scow, Deck Machinery.

34.50

20.04

54.54

550

Work Performed on the Great Lakes Including Deck Equipment Operator; Machineryman or Fireman (Operates 4 Units or More or Maintains Cranes 50 Tons or Under or Backhoes 115,000 Lbs. or Under); Deck Hand, Deck Engineer or Assistant Tug Operator; Off Road Trucks - Great Lakes ONLY.

34.50

20.04

54.54

RFB Page 66 of 85

Determination No. 201401405

Page 18 of 19 HEAVY EQUIPMENT OPERATORS ASPHALT PAVEMENT OR OTHER WORK

Fringe Benefits Must Be Paid On All Hours Worked

HOURLY BASIC RATE OF PAY $

HOURLY FRINGE BENEFITS $

TOTAL $

CODE

TRADE OR OCCUPATION

551

Crane, Tower Crane, Pedestal Tower or Derrick, With or Without Attachments, With a Lifting Capacity of Over 100 Tons, Self Erecting Tower Crane With a Lifting Capacity of Over 4,000 Lbs., Crane With Boom Dollies; Crane, Tower Crane, Pedestal Tower or Derrick, With Boom, Leads and/or Jib Lengths Measuring 176 Ft or Over; Master Mechanic.

35.12

18.46

53.58

552

Backhoe (Track Type) Having a Mfgr.'s Rated Capacity of 130,000 Lbs. or Over; Caisson Rig; Crane, Tower Crane, Portable Tower, Pedestal Tower or Derrick, With or Without Attachments, With a Lifting Capacity of 100 Tons or Under, Self-Erecting Tower Crane With a Lifting Capacity Of 4,000 Lbs. & Under; Crane, Tower Crane, Portable Tower, Pedestal Tower or Derrick, With Boom, Leads &/or Jib Lengths Measuring 175 Ft or Under; Dredge (NOT Performing Work on the Great Lakes); Licensed Boat Pilot (NOT Performing Work on the Great Lakes); Pile Driver. Future Increase(s): Add $1.75/hr on 6/1/2014); Add $1.25/hr on 6/1/2015); Add $1.30/hr on 6/1/2016); Add $1.25/hr on 6/1/2017. Premium Increase(s): DOT PREMIUMS: 1) Pay two times the hourly basic rate on Sunday, New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day & Christmas Day. 2) Add $1.50/hr night work premium. See DOT'S website for details about the applicability of this night work premium at: http://www.dot.wi.gov/busine ss/civilrights/laborwages/pwc.htm.

36.22

20.40

56.62

553

Air, Track, Rotary or Percussion Drilling Machine &/or Hammers, Blaster; Asphalt Heater, Planer & Scarifier; Asphalt Milling Machine; Asphalt Screed; Backhoe (Track Type) Having a Mfgr.'s Rated Capacity of Under 130,000 Lbs., Backhoe (Mini, 15,000 Lbs. & Under); Bituminous (Asphalt) Plant & Paver, Screed; Boring Machine (Directional, Horizontal or Vertical); Bulldozer or Endloader; Concrete Breaker (Large, Auto, Vibratory/Sonic, Manual or Remote); Concrete Conveyor System; Concrete Laser/Screed; Concrete Slipform Placer Curb & Gutter Machine; Crane (Carry Deck, Mini) or Truck Mounted Hydraulic Crane (10 Tons or Under); Crane With a Lifting Capacity of 25 Tons or Under; Forestry Equipment, Timbco, Tree Shear, Tub Grinder, Processor; Gradall (Cruz-Aire Type); Grader or Motor Patrol; Hydro-Blaster (10,000 PSI or Over); Loading Machine (Conveyor); Manhoist; Material or Stack Hoist; Mechanic or Welder; Milling Machine; Post Hole Digger or Driver; Railroad Track Rail Leveling Machine, Tie Placer, Extractor, Tamper, Stone Leveler or Rehabilitation Equipment; Roller (Over 5 Ton); Scraper (Self Propelled or Tractor Drawn) 5 cu yds or More Capacity; Shoulder Widener; Sideboom; Skid Rig; Stabilizing or Concrete Mixer (Self-Propelled or 14S or Over); Tractor (Scraper, Dozer, Pusher, Loader); Tractor or Truck Mounted Hydraulic Backhoe; Trencher (Wheel Type or Chain Type); Tube Finisher; Tugger (NOT Performing Work on the Great Lakes); Winches & A-Frames.

34.22

15.39

49.61

RFB Page 67 of 85

Determination No. 201401405 Fringe Benefits Must Be Paid On All Hours Worked

Page 19 of 19 HOURLY BASIC RATE OF PAY $

HOURLY FRINGE BENEFITS $

TOTAL $

CODE

TRADE OR OCCUPATION

554

Backfiller; Broom or Sweeper; Compactor (Self-Propelled or Tractor Mounted, Towed & Light Equipment); Concrete Finishing Machine (Road Type); Environmental Burner; Farm or Industrial Type Tractor; Fireman (Asphalt Plant, Pile Driver & Derrick NOT Performing Work on the Great Lakes); Forklift; Greaser; Hoist (Tugger, Automatic); Jeep Digger; Joint Sawer (Multiple Blade); Launch (NOT Performing Work on the Great Lakes); Lift Slab Machine; Mechanical Float; Mulcher; Power Subgrader; Robotic Tool Carrier (With or Without Attachments); Roller (Rubber Tire, 5 Ton or Under); Self-Propelled Chip Spreader; Shouldering Machine; Skid Steer Loader (With or Without Attachments); Telehandler. Future Increase(s): Add $1.75/hr on 6/1/2014; Add $1.25/hr on 6/1/2015; Add $1.30/hr on 6/1/2016; Add $1.25/hr on 6/1/2017.

28.65

19.20

47.85

555

Air Compressor (&/or 400 CFM or Over); Air, Electric or Hydraulic Jacking System; Augers (Vertical & Horizontal); Automatic Belt Conveyor & Surge Bin; Boiler (Temporary Heat); Crusher, Screening or Wash Plant; Generator (&/or 150 KW or Over); Heaters (Mechanical); High Pressure Utility Locating Machine (Daylighting Machine); Mudjack; Oiler; Prestress Machine; Pug Mill; Pump (3 Inch or Over) or Well Points; Rock, Stone Breaker; Screed (Milling Machine); Stump Chipper; Tank Car Heaters; Vibratory Hammer or Extractor, Power Pack. Future Increase(s): Add $1.75/hr on 6/1/2014); Add $1.25/hr on 6/1/2015); Add $1.30/hr on 6/1/2016); Add $1.25/hr on 6/1/2017. Premium Increase(s): DOT PREMIUMS: 1) Pay two times the hourly basic rate on Sunday, New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day & Christmas Day. 2) Add $1.50/hr night work premium. See DOT'S website for details about the applicability of this night work premium at: http://www.dot.wi.gov/busine ss/civilrights/laborwages/pwc.htm.

35.17

20.40

55.57

556

Fiber Optic Cable Equipment.

26.69

16.65

43.34

*************************************************************** END OF RATES ***************************************************************

RFB Page 68 of 85

RFB Page 69 of 85

RFB Page 70 of 85

RFB Page 71 of 85

RFB Page 72 of 85

RFB Page 73 of 85

RFB Page 74 of 85

RFB Page 75 of 85

RFB Page 76 of 85

RFB Page 77 of 85

RFB Page 78 of 85

RFB Page 79 of 85

RFB Page 80 of 85

RFB Page 81 of 85

RFB Page 82 of 85

RFB Page 83 of 85

RFB Page 84 of 85

RFB Page 85 of 85