Fiber Optic Communications Network Construction

expired opportunity(Expired)
From: Wake Forest(Town)
2023-0005

Basic Details

started - 05 Oct, 2023 (6 months ago)

Start Date

05 Oct, 2023 (6 months ago)
due - 20 Oct, 2023 (6 months ago)

Due Date

20 Oct, 2023 (6 months ago)
Bid Notification

Type

Bid Notification
2023-0005

Identifier

2023-0005
Town of Wake Forest

Customer / Agency

Town of Wake Forest
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

REQUEST FOR PROPOSALS Fiber Optic Communications Network Construction RFP # 2023 - 0005 Sealed Proposals to be received until Friday, October 20, 2023 at 1:00pm Pre-Bid Conference Wednesday, October 4, 2023 at 2:00pm NOTICE TO BIDDERS Sealed proposals will be received until Friday, October 20, 2023 at 1:00pm by the Town of Wake Forest, North Carolina at which time they will be publicly opened and read aloud at the Wake Forest Town Hall Meeting Rooms A-B, 301 S. Brooks Street, Wake Forest, NC 27587 for the following: Request For Proposals # 2023-0005 Fiber Optic Communications Network Construction A pre-bid conference will be held on Wednesday, October 4, 2023 at 2:00pm at Wake Forest Town Hall, Conference Room 303, 301 S. Brooks Street, Wake Forest, NC 27587. All prospective bidders who did not attend the prior pre-bid conference are required to attend. Copies of the proposal documents may be obtained by clicking on the above project name and number. The Town of Wake Forest reserves
the right to reject any or all proposals and to make the award as deemed in the best interest of the Town of Wake Forest. Instruction to Bidders 1. Submittal All proposals must be submitted by Friday, October 20, 2023 at 1:00pm to the Town of Wake Forest, North Carolina where they will be publicly opened and read aloud at the Town of Wake Forest Town Hall Meeting Rooms A-B, 301 S. Brooks Street, Wake Forest, NC 27587. Any proposals that are submitted before that time and place should be submitted to Town of Wake Forest Purchasing Department, 234 Friendship Chapel Road, Wake Forest, NC 27587, Attention: Hollie Aldridge. All proposals must be submitted in a sealed envelope marked: RFP # 2023-0005 – Fiber Optic Communications Network Construction. 2. USE OF CONTRACT DOCUMENTS These Bidding Documents are to be used only for the purpose of understanding this bid and consideration toward submitting a proposal. They may not be used for any other purpose. 3. SPECIFICATIONS The Specifications are intended to describe the complete project including all materials, processes, equipment, etc. Bidders are expected to carefully examine the Contract Documents, visit the site of the proposed construction, and determine the availability of materials and method required, in order to become thoroughly familiar with the project, the requirements, and to include the cost thereof in the proposal. Bidders shall contact the Project Coordinator at least five (5) days prior to the bid date for clarification of any item not fully understood. 4. BIDDER’S QUALIFICATIONS For projects exceeding $30,000, consideration will be given only to Contractors who submit evidence that they are properly licensed as required by Chapter 87 of the North Carolina Licensed General Statutes to bid and perform the work described herein as the general contractor. In addition, the Owner may make such other investigations as he deems necessary to determine the ability of the Bidder to perform the work, and the Bidder shall furnish the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to consider as unqualified to do the work of general construction any Bidder who does not habitually perform with his own forces a minimum of ten percent (10%) of the work involved in construction of the improvements embraced in this contract. Awarded contractor shall be authorized to conduct business in the state of North Carolina as found by checking the Secretary of State records and/or Register of Deeds office, indicating proper registration and active status. This is a condition of executing the contract. 5. FAMILIARITY WITH LAWS It is assumed that the Bidders are familiar with local, state and federal laws, rules, ordinances, and regulations that may in any manner affect those engaged or employed in the work, or the materials or equipment used in or upon the work, or in any way affects the conduct of the work. No plea for misunderstanding or ignorance on the part of the Contractor will in any way serve to modify the provisions of this contract. The Contractor agrees that in carrying out this contract he will comply with all applicable Federal, state and local laws, specifically including, without limitation, the Occupational Safety and Health Act of 1970 and Section 1324A, the Immigration Reform and Control Act. 6. AMERICAN WITH DISABILITIES ACT (ADA) The Contractor shall comply with the provisions of the Americans with Disabilities Act (ADA) (www.ADA.gov) as amended from time to time and all rules and regulations promulgated thereunder. The contractor hereby agrees to indemnify the Owner from and against all claims, suits, damages, costs, losses and expenses in any manner arising out of or connected with the failure of the contractor, its subcontractors, agents, successors, assigns, officers or employees to comply with the provisions of the ADA or rules and regulations promulgated thereunder. 7. Minority Participation The Town of Wake Forest’s minority participation goal is 10% of the Proposal amount. 8. ADDENDA No oral interpretation will be made to any Bidder as to the meaning of the Proposal Documents. Questions and requests for such interpretation shall be sent in email form to Robert Pittard at rpittard@wakeforestnc.gov It shall be the Bidder’s responsibility to make inquiry as to any Addenda issued. All such Addenda shall become part of the Contract and all Bidders shall be bound by such Addenda. All addendums will be posted to the project on the Town of Wake Forest Website , under the Bids and Announcements Section (https://www.wakeforestnc.gov/finance/purchasing-warehouse/bids- announcements). It shall be the Bidder’s responsibility to check for addendums. The last date for Addendums to be posted will be Thursday, October 12, 2023 at 3:00pm. 9. UNBALANCED BIDS The Contractor shall not submit a bid containing any unbalanced bid prices. Any unit or lump sum bid price that does not reflect reasonable actual costs that the Contractor anticipates for the performance of the item(s) in question along with a reasonable proportional share of the Contractor’s anticipated profit, overhead cost, and other indirect costs is an unbalanced bid price. Any bid containing unbalanced bid prices may be deemed non-responsive and rejected. 10. COLLUSIVE AGREEMENTS Each bidder submitting a bid shall execute and attach the Non-Collusion Affidavit of Prime Bidder affidavit attesting that he has not entered into a collusive agreement with any other person, firm or corporation in regard to any bid submitted. 11. BID Bond 5% of proposal amount, if amount is $500K or above. 12. PERFORMANCE AND PAYMENT BOND 100% of proposal amount, if amount is $300K or above. 13. PREPARATION OF BID The Town’s bid forms must be used when provided – submit one original. Bidders shall label their bid proposal with business name, bid name and bid date, then seal their bid proposal inside an envelope. If mailing a bid proposal, provide a sealed envelope within the postal envelope. 14. ITEMS REQUIRED TO BE SUBMITTED WITH THE BID Failure to submit the following with the bid is considered a non-responsive bid and the bid will not be considered: http://www.ada.gov/ mailto:rpittard@wakeforestnc.gov https://www.wakeforestnc.gov/finance/purchasing-warehouse/bids-announcements https://www.wakeforestnc.gov/finance/purchasing-warehouse/bids-announcements Bid Form with bid price(s) written or typed Signatures on Forms and notarized where noted Non-Collusion Affidavit of Prime Bidder Addendums (if issued) Minority Participation forms E-589 CI Form ________ Coronavirus State and Local Fiscal Recovery Funds Addendum Title VI Appendment 15. RECEIPT AND OPENING OF BIDS Each Bid is to be submitted in a sealed envelope and plainly marked with the project name, bid number, and bid opening time. If mailed, the sealed envelope containing the Bid is to be enclosed in another envelope to avoid it being opened before the advertised time. Bids received prior to the advertised bid opening will be securely kept as sealed. Bids received after the advertised bid opening time will be returned to the Bidder unopened. 16. WITHDRAWAL OF BIDS Bids may be withdrawn by written request prior to or within seventy-two hours (72) after the opening of bids by contacting the bidding officer. To withdraw an opened bid, proof must be given of a mathematical error or omission as opposed to judgment or interpretation error. 17. MINIMUM NUMBER OF BIDS (FORMAL CONTRACTS ONLY) North Carolina General Statute 143-129 and 143-132 prohibits the awarding of a formal contract unless at least three (3) competitive bids are received from reputable and qualified contractors. Therefore, if fewer than three (3) such bids are received, they will not be opened but returned to the contractors; and the project may be re advertised. The Town’s formal limit is $500,000. 18. ALTERNATIVE BIDS No alternative bids will be considered unless alternative bids are specifically requested. 19. AWARD OF CONTRACT; REJECTION OF BIDS The Town reserves the right to hold bids for a period of sixty (60) days for the purpose of reviewing the bids and investigating the qualifications of the Bidders. The Town reserves the right to reject any or all bids, for any reason. The Town intends to award a contract to the lowest responsive, responsible bidder, complying with the conditions of the bidding documents. The Town reserves the right to award a contract that is deemed in its best interest. 20. BID PROTEST PROCEDURE Prospective bidders or suppliers who feel disadvantaged by the solicitation must submit a written protest within five (5) calendar days prior to the opening of proposals. Actual bidders or subcontractors who are aggrieved by the award of a contract must submit a written protest within five (5) days of the Town announcing its intent to award. The protest must be addressed to the Purchasing Manager, Town of Wake Forest, who will make the final determination after consulting with counsel. 21. EXECUTION OF AGREEMENT The successful Bidder is required to execute a Contract within ten days (10) days after notice of award. Failure to do so constitutes a default and the Owner may elect to award to the next lowest bidder or re- advertise the bid. 22. LIQUIDATED DAMAGES $250 per day past stated completion date. Liquidated damages may be rescinded only by the approval of the Town of Wake Forest in writing. 23. INSURANCE REQUIRMENTS A. Workers’ Compensation: Insurance covering all employees meeting Statutory limits in compliance with the applicable state and federal laws. The coverage must include employer’s liability with a minimumlimit of $1,000,000 for each accident. B. Commercial General Liability: Coverage shall have minimum limits of $1,000,000 per occurrence, general aggregate, products/completed operations aggregate, personal and advertising injury. This shall include premises and operations, independent contractors, products and completed operations, broad form property damage, XCU coverage and contractual liability. The coverage shall be written on an occurrence basis. This limit should apply on a per project or per location aggregate basis. The Town of Wake Forest shall be listed as an additional insured, under this coverage. C. Business Auto Liability: Coverage shall have a minimum limit of $500,000 per occurrence, combined single limit for bodily injury liability and property damage liability. This shall include owned vehicles, hired vehicles and non-owned vehicles. D. Umbrella/Excess Liability: At the option of the contractor, the limits of the primary general liability, auto liability and employers’ liability may be less than stipulated herein, with an excess policy providing the additional limits needed. This form of coverage must be approved by the municipality and will only be acceptable when both the primary and excess policies include the coverage and endorsements required herein. E. Professional Liability: Coverage shall have a minimum limit of $1,000,000 per occurrence, unless a higher limit is required by the Town. This coverage is only required for contracts that include professional services. F. Special Requirements 1. Current, valid insurance policies meeting the requirements herein identified shall be maintained to be considered an “eligible contractor”. Renewal certificates shall be sent to the Town 30 days prior to any expiration date. There shall also be a 30-day notification to the Town in the event of cancellation or modification of any stipulated insurance coverage. Certificates of insurance meeting the required insurance provisions shall be forwarded to the Town of Wake Forest. Wording on the certificate, which states that no liability shall be imposed upon the company for failure to provide such notice, is not acceptable. 2. It shall be the responsibility of the contractor to ensure that all subcontractors comply with the same insurance requirements that he is required to meet. 3. The Town of Wake Forest shall be listed as certificate holder on the certificate of insurance. 24. Indemnification To the extent permitted by law, the Contractor agrees to defend, pay on behalf of, indemnify, and hold- harmless the Town of Wake Forest, its elected and appointed officials, employees, agents, and volunteers against any and all claims, demands, suits or losses, including all costs connected therewith, for any damages which may be asserted, claimed or recovered against or from the Town of Wake Forest, its elected or appointed officials, employees, agents, and volunteers by reason of personal injury, including bodily injury or death and/or property damage, including loss of use thereof resulting from the negligence of the Contractor. 25. MATERIALS The name of a certain brand, make, manufacturer or definite specification is to denote the quality standard of the article desired and not to restrict competitive bidding. It is set forth and conveyed to prospective bidders the general style, type, character and quality of the article desired. Bidders, however, may submit to the Project Coordinator evidence that proposed substitutions are fully up to standards specified and obtain his approval before placing orders. 26. ERRORS, OMISSIONS, AND DEVIATIONS The Contractor is responsible for all errors, omissions, and deviations from the Contract requirements. 27. OSHA COMPLIANCE PLAN/POLICY Contractor hereby acknowledges that it has reviewed and agrees to abide by all OSHA safety regulations and Town of Wake Forest safety regulations. Contractor may be required to submit a copy of the company’s current written OSHA Compliance Plan/Policy within 48 hours of request. If requested, no field work shall take place until the plan has been submitted and reviewed by the Town’s Safety Officer. 28. NON-COLLUSION and ANTI-DISCRIMINATION Bidder certifies that this proposal is made in good faith and without collusion or in connection with any other person bidding on the same work, nor will any official or employee of the Town of Wake Forest be admitted to share any part of this contract should an award be made to the undersigned. Bidder further certifies that in connection with the performance of this contract not to discriminate against any employee or applicant for employment because of race, creed, color, religion, national origin, gender, age, political affiliation or handicap. 29. TAXES FEDERAL: The Town of Wake Forest is exempt from and will not pay Federal Excise or Transportation taxes. STATE: Applicable North Carolina Sales and Use Taxes shall not be shown on bids, but shall be added to invoices as a separate item. The Town is not tax exempt. NORTH CAROLINA SALES TAX The Owner may apply for a refund of all sales and/or use taxes paid in North Carolina by the Contractor on purchases of items which are annexed to, affixed to, or in some manner become a part of any building or structure being erected, altered or repaired under Contract with the Owner; and these taxes shall not be included in the bid amounts or the Contract sum. The Contractor shall include and pay all other taxes imposed by governmental authorities, which are applicable to the work. The Contractor will be reimbursed for applicable sales and/or use taxes he has paid in North Carolina based on the following. The Contractor should apply for reimbursement by itemizing and completing a notarized sales and use tax report form and submitting it with each pay request. Failure to submit this form will result in the invoice not being paid. The contractor will be required to complete a sales and use tax report affidavit in order to receive the last payment of the project. A Sales Tax Affidavit must be completed and submitted for this project before final payment will be released. 30. PAYMENT N.C.G.S. 143-134.1 prohibits retainage on public projects that cost less than $100,000.00 in total. Prior to final payment, the Contractor will be required to submit any forms, warranties, etc. that the Owner requires. The payment of the final amount due the Contractor shall release the Owner from any and all claims or liabilities on account of the work performed and the materials furnished upon the work. The payment terms shall be Net 30 days. 31. ETHICS POLICY / CODE OF CONDUCT The Town of Wake Forest has established guidelines for ethical standards of conduct in that Town representatives should maintain high standards of personal integrity, truthfulness, honesty, and fairness in carrying out public duties; avoid any improprieties in their roles as public servants including the appearance of impropriety; and never use their position or power for improper gain. In establishing an ethics policy, the Town of Wake Forest desires to protect the public against decisions that are affected by undue influence, conflicts of interest, or any other violation of these policies as well as promote and strengthen the confidence of the public in their governing body. 32. E-VERIFY CONTRACTOR shall comply with the requirements of Article 2 of Chapter 64 of the NC General Statutes. Further, if CONTRACTOR utilizes a subcontractor, CONTRACTOR shall require the subcontractor to comply with the requirements of Article 2 of Chapter 64 of the NC General Statutes. 33. HUBSCO REPORTING All building construction and repair projects ($30,000 & Over) require a E-Verify. Contractor shall comply with the requirements of Article 2 of Chapter 64 of the NC General Statutes. Further, if Contractor utilizes a subcontractor, Contractor shall require the subcontractor to comply with the requirements of Article 2 of Chapter 64 of the NC General Statutes. If a minority participation report is required to be submitted to the State of NC Department of Administration HUB Office, any information that is requested from the contractor must be provided before the last invoice will be paid. 34. Iran Divestment Act. Contractor certifies that; (i) it is not identified on the Final Divestment List or any other list of prohibited investments created by the NC State Treasurer pursuant to N.C.G.S. 143-6A-4; (ii) it will not take any action causing it to appear on any such list during the term of this Purchase Order, and (iii) it will not utilize any subcontractor to provide goods or services hereunder that is identified on any list. 35. Divestment from Companies that Boycott Israel. Contractor represents, covenants, and certifies that it is not listed on the list of restricted companies developed and published by the North Carolina State Treasurer as required by N.C.G.S. 147-86.81. 36. Dispute Resolution Any construction related disputes resulting from this bid shall be resolved using the procedures set for by the State Building Commission pursuant to NCGS 143-128(g) 143-135.26(11). These procedures may be viewed at: https://files.nc.gov/ncdoa/documents/files/sbc_Dis_rules.pdf 37. Standard Terms and Conditions The Town of Wake Forest’s Standard Terms and Conditions listed at: https://www.wakeforestnc.gov/sites/default/files/uploads/residents/finance/8-26- 2_towf_standard_terms_and_conditions.pdf will govern all matters related to the goods and/or services provided by you or your company (the “Vendor”) to the Town of Wake Forest (the “Town”) under a Town purchase order. Additional Terms and Conditions stated on the face of a Town purchase order shall take precedence over any conflicting Standard Terms and Conditions stated. Any Terms and Conditions not stated, but incorporated by reference therein, shall be binding only if provided or signed by the Town and attached hereto. In the event that a binding written contract signed by both the Vendor and the Town exists, the Terms and Conditions of that contract shall supersede any conflicting Standard Terms and Conditions. 38. Project Contact The Contact for the Town of Wake Forest for this project will be Robert Pittard (rpittard@wakeforestnc.gov). Please contact Robert with any questions regarding this proposal. All questions will be answered at the time of submittal and will also be posted in an addendum at the addendum deadline. The deadline for questions will be Tuesday, October 10, 2023, 2:00pm. https://files.nc.gov/ncdoa/documents/files/sbc_Dis_rules.pdf https://www.wakeforestnc.gov/sites/default/files/uploads/residents/finance/8-26-%092_towf_standard_terms_and_conditions.pdf https://www.wakeforestnc.gov/sites/default/files/uploads/residents/finance/8-26-%092_towf_standard_terms_and_conditions.pdf mailto:rpittard@wakeforestnc.gov Request for Proposals TECHNICAL SPECIFICATIONS AND BID REQUIREMENTS Fiber Optic Communications Network Construction Invitation to Bid Fiber Optic Communications Network Construction TABLE OF CONTENTS 1 Introduction ........................................................................................................................ 1 2 Project Summary ............................................................................................................... 2 2.1 Network Design Overview........................................................................................... 2 2.2 Summary of Scope of Work ........................................................................................ 3 3 General Requirements of Construction Services ............................................................ 5 3.1 General Work Elements .............................................................................................. 5 3.2 Work Standards and Quality ....................................................................................... 5 3.3 Aerial Cable Installation .............................................................................................. 7 3.4 Underground Cable Installation .................................................................................12 3.5 Fiber Laterals and Inside Plant Construction .............................................................12 3.6 Fiber Testing .............................................................................................................14 3.7 Engineering Redlines ................................................... Error! Bookmark not defined. 3.8 Material Handling .......................................................................................................17 3.9 Safety Documentation and Training ...........................................................................17 3.10 Construction Safety and Health Standards ................................................................18 3.11 Traffic Control and Work Area Protections .................................................................18 3.12 Accident Reporting ....................................................................................................20 4 Construction Scope of Services ..................................................................................... 21 4.1 Underground Conduit and Cable Installation .............................................................21 4.2 Aerial Cable Installation .............................................................................................25 4.3 Fiber Splicing and Testing .........................................................................................26 4.4 Fiber Termination and Inside Plant Work ...................................................................27 5 Time and Material Rates .................................................................................................. 29 6 Contractor-Supplied Material Specifications ................................................................. 32 6.1 Conduit ......................................................................................................................32 6.2 Handholes .................................................................................................................32 6.3 Aerial Construction Materials .....................................................................................34 6.4 Splice Enclosures ......................................................................................................35 6.5 Construction Hardware ..............................................................................................36 6.6 Fiber Termination Panels and Accessories ................................................................37 6.7 Inside Plant Construction Materials ............................................................................38 6.8 Fiber Optic Cable .......................................................................................................38 7 Technical and Price Proposals ....................................................................................... 40 7.1 Technical Proposal Document Requirements ............................................................40 7.2 Price Proposal Submission Instructions .....................................................................41 8 Evaluation of Proposals .................................................................................................. 42 Attachment 1: Existing / Proposed Routes and Splice Point Locations – Please click on separate link Attachment 2: Proposal Price Sheets Attachment 3: Contractor Qualifications Information Attachment 4: ARPA Contract Addendum Attachment 5: Title VI Appendment Fiber Optic Communications Network Construction P a g e | 1 1 Introduction In October of 2017, the Town of Wake Forest, North Carolina City Council granted their approval create a fiber network in the town with the primarily focus on upgrading communication infrastructure to all town owned facilities and park sites throughout the town. In August of 2021 the project concluded. The fiber design includes redundant paths to both the primary and secondary data centers to ensure the ability to architect a network that provides high availability and point-to-point connectivity between identified facilities to enhance data and voice communication needs. A “ring” of 432 strands of fiber currently encircles the downtown area and serves as the connection point for 16 “fingers” emanating from the ring to outlying locations. Each “finger” contains runs of 12 to 96 strands of fiber cabling. This advanced, long-lasting infrastructure will: 1) reduce the overall cost of meeting the town’s internal communications needs, while providing a mechanism to contain exposure to unknown, future cost increases for town services; 2) provide a more secure, more resilient infrastructure to support critical public safety services; 3) provide far greater functionality and capacity to enable advanced governmental services and maximize efficiencies across a wide range of governmental functions. The Town intends to contract with a qualified firm to support the construction/expansion of its fiber optic network. The Town is seeking a commercial partner that comprehends and supports the goals of this effort. The scope of this Request for Bids (RFB) is based on the preliminary output of a detailed design that is recently been completed. The awarded contractor will work with the Town’s IT Department to expand our fiber infrastructure and will aid the Town of Wake Forest in ensuring that ongoing technological advancements further, rather than impede, its continued prosperity. Fiber Optic Communications Network Construction P a g e | 2 2 Project Summary 2.1 Network Design Overview The project scope consists of approximately 2.2 route miles (11,583 feet) of new underground fiber construction, initially interconnecting a total of 3 Town facilities. The network consists of multiple backbone rings that emanate from Town Hall and extend over physically diverse paths to critical Town facilities. Additionally, a fiber connection will be constructed the Town’s Operations facility, which will serve as a secondary hub location for the network. Figure 1 provides a high-level map of the planned fiber optic network routes. Figure 1: High-Level Fiber Network Route Map Fiber Optic Communications Network Construction P a g e | 3 Table 1 provides a list of the Town facilities that will be connected by this phase of the network construction. Table 1: Fiber Network Site List Site Name Address Town Hall 301 Brooks St., Wake Forest, NC 27587 Operations (Public Works) 234 Friendship Chapel Rd., Wake Forest, NC 27587 Fire Station 2 9925 Ligon Mill Rd, Wake Forest, NC 27587 Fire Station 3 1412 Forestville Rd, Wake Forest, NC 27587 Fire Station 4 1505 Jenkins Rd, Wake Forest, NC 27587 2.2 Summary of Scope of Work The Contractor shall provide turnkey fiber construction and material supply services, primarily consisting of, but not limited to following tasks: • Initiation of utility of locate requests through the North Carolina One Call Center (NC811), and strict adherence to all North Carolina Underground Damage Prevention Statutes; • Sub-surface installation of conduit, primarily through the use of horizontal directional drilling, including in utility locating through test pitting, traffic control, and temporary paved surface restoration; • Installation of underground handholes/pull-boxes and ground rods, including permanent surface restoration; • Placement of fiber optic cable and/or tracer wire in conduit; • Installation of fiber splice enclosures and fiber splicing; • Placement and assembly of fiber termination panels and related hardware; • Indoor cable placement, including creating building penetrations, installation of innerduct and/or Electrical Metallic Tubing (EMT), and fiber termination; • Additional splicing will be required within the existing network to connect to both data centers. Fiber Optic Communications Network Construction P a g e | 4 • Optical performance testing of fiber optic strands; and • Provision and storage of all materials related to the above construction will be at Contractors office/location. Exceptions will be coordinated with Town Representative. The Contractor and its engineering consultants will provide all engineering work documents necessary for construction, and will supply or facilitate all Town, NC DOT, and environmental permitting required. The Town will not assess permitting fees to the Contractor for performance in accordance with the scope of this document. Any permitting costs to outside entities shall be borne by the Town, and if required to be paid by the Contractor, shall be charged to the Town at direct cost. The Contractor shall be required to perform permanent restoration of all surfaces, according to Town and NCDOT standards, for accidental damage or otherwise unnecessary surface disturbances caused by the Contractor. The Town shall be the sole determinant as to the reasonableness of surface disturbances caused by the Contractor. The contractor is responsible for the acquisition and diligent maintenance of all necessary permits issued by the North Carolina Department of Transportation (NCDOT). This encompasses the procurement and ongoing management of permits required for the successful execution of the project. The contractor must ensure that all permits are obtained in a timely manner and that they remain valid throughout the project's duration. The Contractor will provide regular progress reporting and will closely coordinate its construction schedule with the Town and its designated project management personnel. The Contractor shall provide a primary point of contact to the Town for the duration of the project and shall be expected to attend regular project status and management meetings. The Contractor shall provide daily progress reporting and forecasting of the construction locations for the following workday during active construction phases of the project and shall provide weekly reporting of key progress metrics to be defined by the Town. Fiber Optic Communications Network Construction P a g e | 5 3 General Requirements of Construction Services This section defines general requirements and terms applicable to all construction services provided by the Contractor. 3.1 General Work Elements The following elements apply to all work specified in this document unless a particular exception is noted in the specifications for the individual item. • Each item shall be installed in accordance with the design at locations as shown on the plans or as directed by the Town. • Backfill in trenches, around forms and vaults, or at any other place shall be completed thoroughly using a power tamper in lifts of not more than six inches as it is being placed unless otherwise directed in writing by the Town. Any paving material or fill removed for trenching shall be replaced in kind. • All holes and trenches shall be protected at the Contractor’s expense from accidental entry by vehicles and pedestrians using steel plates or other approved materials as required by the Town or NCDOT standards. Should the Contractor fail to provide adequate protection to the surroundings of a work site, or should the operations be carried out in such a way as to allow or cause damage to any roadway, street, sidewalk, the property of any utility, or other private or public property, work may be stopped until deficiencies are corrected. Should the repair not be undertaken, and should it be necessary for the Town to protect the area and/or make the repair, the cost shall be deducted from payment due the Contractor. • At the discretion of the Town, sod shall be removed either using an approved sod cutter and then replaced, or topsoil and seed shall be placed. Care shall be taken to minimize the disturbance, and the area shall be fully restored. • Concrete shall be finished to match any adjacent concrete. If no match is required, the surface area shall be broom finished and edged. • All fiber cable shall be transported by and unreeled from a cable trailer(s). The laying of reels on the ground and subsequent removal of fiber cable from this position is prohibited. 3.2 Work Standards and Quality Fiber Optic Communications Network Construction P a g e | 6 3.2.1 Applicable Standards The Contractor shall comply with all applicable State of North Carolina, National Electrical Code, National Electric Safety Code and BICSI standards. Construction methods and techniques used by the Contractor shall be in accordance with the recommended practices and procedures published by leading industry manufacturers and trade associations, including but not limited to the following: • Society of Cable Telecommunications Engineers (SCTE) Recommended Practices for Optical Fiber Construction and Testing; • ANSI/TIA/EIA Telecommunication Standards (latest editions) • BICSI Telecommunications Distribution Methods Manual (TDMM) • BICSI Outside Plant Design Reference Manual (OSPDRM) (Latest Edition) • North Carolina Occupational Safety and Health (NCOSH) Division; • Federal Occupational Safety and Health Administration (OSHA) regulations; and • NC Public Utilities Commission. The Contractors shall also follow all applicable local standards. The Contractors shall be aware of all standards and their application within North Carolina. Ignorance or lack of knowledge shall not be an excuse for improper work to occur. Any work constructed in violation of any applicable code shall be corrected and re-installed properly at the Contractor’s expense. A North Carolina Public Utilities License is required. 3.2.2 Unsatisfactory Operations Should it be necessary to halt the work because of incorrect or unsatisfactory operations under the terms of the awarded contract or because of failure to follow safety standards applicable hereto, the Contractors must take immediate steps to remedy the deficiencies. Should repair or correction of any safety defect or deficiency not be immediately undertaken, and should the Town be required to protect the site or make the repair or correction, the cost of such work shall be deducted from payment due the Contractor. 3.2.3 Inspection During any inspection including, but not limited to, the final inspection of each work site, should it be found that non-concealed work is substandard, the burden of proof that the concealed work is up to standard shall be the Contractor’s, who shall do such as is necessary, including exposing the concealed work, to clearly establish that the concealed work meets the specifications as outlined. Any and all items Fiber Optic Communications Network Construction P a g e | 7 such as, but not limited to, improperly set couplings and concrete or masonry work that is not up to specified standards shall be removed and replaced at the Contractor’s expense. 3.3 Aerial Cable Installation Aerial cable installation shall be performed using attachment hardware and methods approved by the cable manufacturer, and in accordance with NEC and pole owner-approved designs. 3.3.1 Messenger Strand Messenger strand installations shall adhere to the following specifications (Figure 2): • Unless otherwise specified by the engineering prints, all suspension clamps shall be installed with 3/8-inch hardware; • Stranded messenger wire (strand) shall be 10M (3/8 inches (.375 in diameter)) extra high strength (EHS), class C galvanized steel; • Straps and spacers shall be placed on each side of the suspension clamp at a distance of no more than 10 inches from the center of the attachment; • Attachments shall be bonded to a vertical ground at the first pole, last pole, and every tenth pole. A maximum of 1,320 feet between grounds shall be required; • All attachment heights of cable placement shall be recorded at time of attachment and provided as part of the construction redline documentations; • The minimum bend radius specified by the cable manufacturer shall be observed by the Contractor at all times when handling the fiber cable. Fiber Optic Communications Network Construction P a g e | 8 Figure 2: Typical Aerial Strand Placement 10" 12"12" 10" GRADE Suspension Clamp with 5/8" HardwareLashing wire clamp Grounding wire clamp #6 Copper grounding wire Wooden Utility Pole Fiber Optic Cable Lashing wire 10M Strand Strap and Spacer Grounding of Poles Required Every 1⁄4 Mile Lashing wire shall be placed to follow the lay of strand wire, wrapped around cable at intervals no greater than 8 inches. Unless otherwise specified, lashing wire shall be Type 316 Stainless Steel with a minimum diameter of .045-inch diameter, and shall have the highest rated corrosion resistance. Fiber Optic Communications Network Construction P a g e | 9 Figure 3: Typical Aerial Cable Lashing Details Typical Single Lash Detail 8" Maximum Lashing wire Typical Double Lash Detail 8" Maximum 10M Strand Fiber Optic Cable Lashing wire 10M Strand Fiber Optic Cable Typical OverLash Detail 8" Maximum New Lashing wire 10M Strand Existing Fiber Optic Cable New Fiber Optic Cable Existing Lashing Wire New installation of aerial attachments shall occur only after the Contractor is notified that any utility pole make-ready work required by the pole owner is complete, and that the Town has received attachment licenses from the pole owner(s). 3.3.2 Aerial Snowshoes Fiber cable storage loops shall be installed using suitable “snowshoe” hardware, consisting of no less than an additional 10 percent cable length compared to the physical route distance, or at locations prescribed by approved engineering drawings. Aerial snowshoes shall have the following baseline specifications: • Aluminum with polyester powder coat finish • 17.7” Outside Diameter • 31” Length Fiber Optic Communications Network Construction P a g e | 10 • Hubbell Opti-Loop FOS-3, or equivalent Cable shall be coiled with a bend radius no less than specified for storage by the cable manufacturer. Unless otherwise specified, there shall be a minimum of 100 feet of slack cable between the snowshoe racks or between the snowshoe and splice case. Slack cable shall be lashed separately from the initial span lashing. Snowshoe racks shall have a diameter that exceeds the manufacturer’s specification for the minimum bend radius of the cable placed in it (Figure 4). Figure 4: Typical Aerial “Snowshoe” Installation Strand, Lashing Wire, & Fiber Cable Clamp Snowshoe to strand Nylon Lashing Strap Clamp to secure lashing wire to strand between snowshoes Snowshoe Rack #1 with Attachment Hardware Incoming Fiber from Snowshoe Rack #2 or Splice Case Outgoing Fiber to Snowshoe Rack #2 or Splice Case TO RACK #2 OR SPLICE CASE Strand, Lashing Wire, & Fiber Cable Clamp Snowshoe to strand Nylon Lashing Strap Clamp to secure lashing wire to strand between snowshoes Snowshoe Rack #2 with Attachment Hardware Outgoing Fiber to Snowshoe Rack #1 Incoming Fiber from Snowshoe Rack #1 FROM RACK #1 Strand, Lashing Wire, & Fiber Cable Clamp Splice Case to strand Nylon Lashing Strap Clamp to secure lashing wire to strand between snowshoe and Splice Case Splice Case with Attachment Hardware Outgoing Fiber to Snowshoe Rack #1 Incoming Fiber from Snowshoe Rack #1 FROM RACK #1 OR Fiber Optic Communications Network Construction P a g e | 11 3.3.3 Transition Pole Risers Fiber cables shall be protected with non-metallic U-Type risers (i.e. “U-guards”) at all underground to aerial transition poles (Figure 5). The U-guard shall be Schedule 80 PVC, and shall meet or exceed NEMA TC-19. The U-guard shall be installed to overlap the manufactured conduit elbow or conduit sweep emerging from below ground by no less than 6 inches, and shall extend from the ground surface (leaving no gap) to a height on the pole of no less than 10 feet, including any bell boots or adapters at the pole base. The U-guard shall be properly attached to the utility pole per manufacturer instructions. Figure 5: Typical Transition Pole Riser Installation GRADE Conduit Elbow or Sweep shall extend above ground a minimum of 6 inches. Bell boot and conduit adapters shall be placed as required to ensure no gap is left between the U-guard and surface grade 2" SDR 11 HDPE conduit sweep (minimum 36" bend radius) 2" Schedule 80 PVC U- Guard pieces cut to proper lengths 2" SDR 11 HDPE conduit 36 " M in im um 10 ' M in im um Fiber Optic Communications Network Construction P a g e | 12 3.4 Underground Cable Installation Before construction, the Contractor shall provide notification to other Utilities and other parties using appropriate One-Call underground location and marking services. Pull-tapes with linear length markers and a minimum tensile strength of 1,100 pounds shall be installed in all installed conduit. Tracer wire for purposes of locating conduit shall be installed within all installed conduit. The minimum bend radius specified by the cable manufacturer shall be observed by the Contractor at all times when handling the fiber cable. Fiber cable storage loops shall be installed in handholes at locations prescribed by engineering drawings supplied by the Town, and cable shall be coiled with a bend radius no less than specified for storage by the cable manufacturer. New fiber installations to Town facilities that are served by underground service shall A minimum of 100 feet or 15 percent of the drop length, whichever is greater, shall be provided and stored as excess fiber at the termination location or point of facility entrance unless specified otherwise by engineering drawings supplied by the Town. Field markers or marking poles shall be installed along underground fiber routes after installation. 3.5 Fiber Laterals and Inside Plant Construction Fiber Laterals to Town facilities will typically consist of a 12-count single mode, indoor/outdoor and/or plenum-rated fiber optic cable installed within a 2-inch underground conduit unless otherwise noted by the Town. Underground service drops shall be placed in conduit from the nearest handhole according to town specs and shall enter the facility at the existing utility and/or telecommunications demarcation location. Where available, new fiber drop cable shall be placed in existing conduit. A 100 feet of fiber slack loops will be located at the termination point and 50 feet at the splice points. Refer to engineering design documents for additional specifications. Where existing conduit is not available, new wall penetrations shall be created according to the following specifications for aboveground penetrations (Figure 6): Fiber Optic Communications Network Construction P a g e | 13 Figure 6: Typical Building Entrance • Underground HDPE conduit shall be joined below grade to a Schedule 80 PVC, 90-degree elbow using a watertight HDPE/PVC transition coupler (ex. Carlon E-Loc). Note: a standard PVC coupler may be used with a suitable HDPE epoxy adhesive. • At the height of the building penetration, a weather resistant fiber optic rated 90 degree pull box or conduit outlet body with removable cover shall be placed for ease of pulling fiber and to maintain the minimum bend radius specified by the cable manufacturer. • Core drills must be at 90-degrees (plumb and square) to the wall. • A Schedule 80 PVC conduit sleeve shall be placed from the pull-box through the core drill, and must be sealed and waterproofed using hydraulic water-stop cement both on the inside and outside of the bore (Note: silicone caulk/sealant may be used to create a water tight seal between the pull-box and the wall when placed against vinyl or metal siding). The conduit sleeve shall extend beyond the interior wall surface by 1" to 2". Fiber Optic Communications Network Construction P a g e | 14 • Fire rated sealant is required for penetrations through all exterior and interior fire resistance- rated walls. All conduits shall be sealed per NEC 300.7. A modular seal product (i.e. GPT Link Seal) is suitable for sealing between the wall penetration and the conduit exterior. The conduit must be internally sealed around the cable using a suitable fire-rated foam sealant or duct plug. • Riser conduit shall be fastened to the exterior wall using galvanized steel, two-hole straps. At a minimum, one strap shall be placed within 12" above grade, and another within 12" below the pull-box. Strap spacing shall not exceed 5-feet. • Underground HDPE conduit shall be mechanically joined below grade to a Schedule 80 PVC Conduit using a watertight HDPE/PVC transition coupler (ex. Carlon E-Loc). Note: All HDPE couplers must be threaded or barbed. • Core drilling through concrete or masonry walls shall be at 90-degrees (plumb and square) to the wall. • A Schedule 80 PVC conduit sleeve shall be placed from the pull-box through the core drill, and must be sealed and waterproofed using hydraulic water-stop cement both on the inside and outside of the bore (Note: silicone caulk/sealant may be used to create a water tight seal between the pull-box and the wall when placed against vinyl or metal siding). The conduit sleeve shall extend beyond the interior wall surface by 1" to 2". • The conduit sleeve shall be internally sealed using foam sealant or a duct plug once the fiber optic cable is installed. All inside plant construction shall meet applicable federal, state, and local codes, laws and regulations, as well as use approved construction methods and meet aesthetic standards of the building owner. All fiber cables must be properly bonded and grounded upon building entrance, where applicable. All fibers entering and exiting facilities shall be spliced in rack-mounted or wall-mounted splice enclosures and fiber patch panels. Outdoor-rated cable shall not be run for a distance of more than 50 feet internal to the facility unless installed within Rigid Metallic Tubing (RMT). For runs less than 50 feet, plenum-rated HDPE innerduct shall be used to provide a cable path between the building entry point and termination panel. Refer to the Construction Plan details for each site (Attachment A). Each termination and patch panel will be labeled to identify the termination point of the fiber according to a naming schema to be approved by the Town. Fiber connectors shall be LC/UPC. 3.6 Fiber Testing The Contractor shall perform optical performance tests during construction to validate that installed cable is not damaged or defective, and that outdoor splices meet performance requirements. This testing will generally occur prior to termination of fiber strands and will require the use of bare fiber adapters for temporary connection. This testing must occur after cable is installed with all intermediate backbone splices and mid-sheath splices completed on any particular segment. This testing shall consist of bi- directional end-to-end OTDR testing for each fiber strand installed. Fiber Optic Communications Network Construction P a g e | 15 Additionally, final acceptance shall be contingent upon successful end-to-end testing of each terminated fiber strand will be tested end-to-end to validate the optical performance of the entire link, as well as to verify that fiber splicing has occurred according to supplied splice matrices. This testing will consist of bi- directional OTDR testing, as well as direct optical attenuation and continuity testing using a calibrated optical source and power meter. This testing shall occur only after fibers are terminated on both ends of a link, and all intermediate construction and/or splicing involving the re-entry of installed splice cases or handling of the fiber optic cable is completed for a particular segment under test. The Contractor shall provide the Town with electronic documentation of all test results. 3.6.1 Testing Criteria Testing shall be deemed successfully completed if: (1) maximum fiber losses meet manufacturer specifications, with an allowance for splices and connectors; (2) individual splice losses do not exceed 0.1 dB; and (3) maximum mated connector losses do not exceed manufacturer specifications. Testing will be performed by Contractor personnel and may be observed by designated representatives of the Town. The Town may request and/or perform additional testing to verify results prior to accepting test data. 3.6.2 OTDR Testing Procedure An OTDR shall be used to measure and document splice losses and connector losses. To correctly identify abnormalities at a short range, a 100-meter or longer launch cable shall be used between the OTDR and the fiber under test. Bi-directional traces shall be acquired for each fiber. If the connection of the launch cable to the patch panel requires optimization by the operator, sampling acquisition will commence upon completion of the optimization. Each fiber will be identified, and the results of the test for each fiber will be recorded as indicated below in the section “Test Data File Names.” The test will be repeated for each of the fibers linking a particular site. All tests will be made at 1310 nm and 1550 nm. Settings on the OTDR shall reflect the following: A. The Refractive Index shall be set for the actual fiber utilized (commonly-used Corning SMF-28 single mode fiber has a refractive index of 1.4677 at 1310 nm); B. Pulse width no greater than 100 ns (10m) for all fiber lengths; C. Scattering coefficient specified by the fiber manufacturer for each wavelength tested; D. A minimum of 10,000 sampling acquisitions (averages); E. Maximum range set to no more than 10 km for all fiber length less than 10 km; F. Maximum range set to no more than 25 km for fiber lengths greater than 10 km; and G. Event threshold: 0.05 dB. A uniform file-naming scheme for recorded data shall be used, complying with the following conventions or mutually agreed conventions by the Town and Contractor: xxx000yyy111 Fiber Optic Communications Network Construction P a g e | 16 *Where: • xxx = three-place alpha-numeric site designation or splice location (Sp1, Sp2, ec.) at which the OTDR is located (see table below) • 000 = three digit fiber port number (or fiber strand number for un-terminated fiber) • xxx = three-place alpha-numeric site designation or splice location (Sp1, Sp2, ec.) at the opposite end from where the OTDR is located (see table below) • 111 = three digit fiber port number (or fiber strand number for un-terminated fiber) Site Designation Site Name Address WTH Town Hall 301 Brooks St., Wake Forest, NC 27587 WOP Operations 234 Friendship Chapel Rd., Wake Forest, NC 27587 WFFD2 Fire Station 2 9925 Ligon Mill Rd, Wake Forest, NC 27587 WFFD3 Fire Station 3 1412 Forestville Rd, Wake Forest, NC 27587 WFFD4 Fire Station 4 1505 Jenkins Rd, Wake Forest, NC 27587 For example, WTH024JBS001.trc would be the OTDR trace captured from Town Hall connected to fiber port 24, which should provide connectivity to John B. Cole Substation port 1. The filename JBC001WTH024.trc would be for the OTDR trace captured on this same fiber in the opposite direction. Installed optical fiber OTDR test documentation shall include: A. Total fiber length; B. Individual fiber traces for complete fiber length; C. Losses of individual splices and connectors; D. Losses of other anomalies; E. Wavelength tested and measurement directions; F. Manufacturer, model and serial number of the test equipment; and G. Name and company of the technician performing the tests. All data collected at each location during the tests shall be recorded at the time of the tests using electronic means. Fiber Optic Communications Network Construction P a g e | 17 3.6.3 Optical Power Meter Test Procedure Optical power meter measurements shall be made at the same time as the OTDR tests to determine overall fiber loss and to ensure that fibers have appropriate end-to-end continuity (fibers not crossed). Power meter testing shall be performed at both 1310 nm and 1550 nm and shall report the relative loss of each fiber strand. 3.7 Material Handling 3.7.1 Materials Transport The Contractor shall be responsible for trans-shipping material between their yards and for maintaining the inventory of these items once received from suppliers on behalf of the Town. Materials or equipment shall be transported in a legal fashion and shall be protected from damage or loss. Lost or unaccounted material will be the responsibility of the Contractor and will be reimbursed to the Town. 3.7.2 Materials Damaged Any damage to or loss of any materials or equipment supplied by the Town to the Contractors, which occurs from handling or transport, or from any other source or way, shall be the sole responsibility of the Contractor and the value thereof shall be deducted from any payments due the Contractor. 3.7.3 Salvageable Materials The Contractor shall salvage all useful materials and reuse materials for other Town projects to the extent feasible at the Contractor’s discretion. 3.7.4 Materials Returned to the Town The Contractor shall return to the Town any Town-supplied materials and fiber optic cable greater than 300 feet. 3.8 Hours of Operation Unless otherwise approved by the Town, the Contractor shall perform all work between 8:00am and 5:00pm Monday-Friday. These Hours of Operation are superseded by any requirements listed in the applicable permits for a given area. 3.9 Safety Documentation and Training The Contractor shall comply with all the requirements set forth in Sections 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327330) as supplemented by Department of Labor regulations (29 CFR Part 5). The Contractor agrees to comply with all the requirements set forth in Sections 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327330) as supplemented by Department of Labor regulations (29 CFR Part 5). The Contractor shall maintain records of safety training classes held, and any safety certifications held by its employees and sub-contractors. http://www.vlex.us/codes/US-Code-Title-40/2300-1039%2C01.html http://www.vlex.us/codes/US-Code-Title-40/2300-1039%2C01.html Fiber Optic Communications Network Construction P a g e | 18 The Contractor, its employees, agents, and subcontractors must be trained on the Underground Damage Prevention statutes and best practices prior to excavating on the Town project. All Contractor crew members must carry a training verification card with the date of training and prime contractor/subcontractor crew name at all times. 3.10 Construction Safety and Health Standards The Contractor and any subcontractors shall not require any laborer or mechanic employed in performance of the contract to work under working conditions or in surroundings which are unsanitary, hazardous, or dangerous to the worker’s health or safety, as determined under construction safety and health standards (Title 29, Code of Federal Regulations, Part 1926, published in the Federal Register on December 16, 1972), as revised from time to time. The Contractors and any subcontractors shall comply with any and all NCOSH and OSHA regulations. 3.11 Traffic Control and Work Area Protections The Contractor shall provide all equipment necessary to protect the well-being of employees, motorists and all others who come in contact with construction areas. Such precautions include, but are not limited to, crash cushions, flashing arrow boards, lighted barricades, steel plates, and concrete barriers. The Contractor shall ensure that all required signage meets Federal, State and Local standards. The Contractor shall furnish, erect, maintain, relocate, and/or remove traffic control devices in accordance with the Contract Documents as well as the latest versions of the NCDOT “Standard Specifications for Roads and Structures, January 2018,” NCDOT “Roadway Standard Drawings Manual, January 2018,” MUTCD, NCDOT Supplement to the MUTCD, or as directed by the Town. All traffic control devices furnished by the Contractor shall remain the property of the Contractor, unless otherwise specified by the contract. Traffic control devices shall include, but are not limited to signs, drums, barricades, barriers, electronic variable message boards, cones, delineators, flashing arrow panels, temporary guardrails, temporary concrete median barriers, vehicle-mounted temporary impact attenuators, pavement markings, raised reflective pavement markers, NCDOT Certified flaggers, and pilot vehicles. 3.11.1 Traffic Control Materials Unless otherwise required, materials used in the fabrication and installation of construction traffic control devices shall be in accordance with the applicable provisions of the MUTCD. When traffic control devices are no longer required for traffic handling in the initial phase of construction requiring their use, they may be reused at various locations throughout the project provided the device is not defaced, is structurally sound, clean and otherwise conforms to the above requirements. All enclosed lens (Engineer's Grade) sheeting required for use on traffic control devices shall have an identification mark on the surface. This mark signifies that the sheeting meets the requirements of Federal Specification L-S-300C for Minimum Reflectivity 1 Sheeting and Tape. The identification mark shall not interfere with the function of the device but shall be visible both day and under illumination at Fiber Optic Communications Network Construction P a g e | 19 night without the use of special devices. No work on the project shall start until all the traffic control devices required for the particular work activity are inspected and approved by the Engineer. Traffic control devices which do not meet the requirements of this section shall not be used. If a device ceases to meet the requirements of this section during the project, it shall be promptly removed and replaced with a conforming device at no additional compensation. The Engineer shall have the authority to determine the acceptability of the traffic control devices. 3.11.2 Traffic Control Construction Methods Existing public streets or highways shall be kept open to traffic at all times by the Contractor unless permission to close these streets, or portions thereof, is granted by the Transportation Engineer. In addition to the Transportation Engineer, the Town of Wake Forest Transportation Engineer must be contacted BY THE CONTRACTOR A MINIMUM OF 72 HOURS before any streets are closed or partially closed. Wake Forest Engineering Staff may request that the Contractor make additional notifications to property owners. Lane and Road Closure requests can be made at https://www.cognitoforms.com/TownOfWakeForest3/LaneClosureDetourNotificationForm. Engineering Staff reserves the right to request changes to the traffic control, or removal of the lane closure all together in the event of a safety or traffic issue. Lane Closures will not be permitted from 6am – 9am or 4pm – 7pm Monday thru Friday, unless otherwise noted by the Transportation Engineer. Traffic control devices shall be installed at the inception of construction operations, and shall be properly maintained, relocated as necessary, cleaned, and operated during the time they are in use. They shall remain in place only as long as they are needed and shall be immediately removed thereafter. Where operations are performed in stages, only those devices that apply to the conditions present shall be left in place. The location, legends, sheeting, dimension, number of supports, and horizontal and vertical placement of warning signs, barricades, and other traffic control devices shall be as required by the plans or the MUTCD or as directed by the Engineer. The Contractor may submit for the Engineer's consideration a method for handling traffic other than as shown on the plans. The alternate traffic control plans shall not be used until they are approved in writing by the Engineer. During periods when not warranted, warning signs and other devices shall be removed from the work area, covered with specified material, or otherwise positioned so that they do not convey their message to the traveling public. If covered, the covering material shall be exterior plywood and shall cover the entire face of the sign panel. The covering material shall be installed in such a manner that the sign panel will not be defaced. Non-metal washers or other spacing devices shall be used to keep the plywood covering material from direct contact with the sign panel. Covering material shall be maintained in a neat manner during its use. Weeds, brush, trees, construction materials, equipment, etc. shall not be allowed to obscure any traffic control device in use. There will be no separate compensation for any trimming or cutting required for this purpose. https://www.cognitoforms.com/TownOfWakeForest3/LaneClosureDetourNotificationForm Fiber Optic Communications Network Construction P a g e | 20 Competent and properly trained flaggers, properly attired and equipped, shall be provided in accordance with MUTCD standards and when directed by the Engineer or Inspector or when the Contractor deems it necessary to safely handle traffic through the construction zone. All flaggers shall carry their Flagging Certification Card and present immediately upon request. Any flagger unable to present their Certification Card will be requested to be removed from the worksite immediately. The Contractor shall assume full responsibility for the continuous and expeditious maintenance of all construction warning signs, barricades, and other traffic control devices which in the opinion of the Engineer are damaged by traffic or other means or deteriorated beyond effectiveness. Conditions covered under maintenance shall include but not be limited to replacement due to loss of reflectivity; replacement of broken supports; plumbing of leaning signs; cleaning of dirty signs, barricades, and other devices; repair of defaced sheeting and legend; and replacement of stolen or vandalized items. All items used for traffic control shall be maintained in a satisfactory condition. Failure to maintain all traffic control devices in a satisfactory condition may be cause for suspension of construction operations until proper traffic control is re-established. The Contractor shall follow the construction procedure and maintenance of traffic as shown on the Traffic Control Plan, unless a more workable plan is agreed to by the Engineer prior to or during the execution of the work. The Contractor shall complete each construction phase in the sequence shown if phasing is specified. Work on the project shall not start until all the traffic control devices required for the particular work activity have been inspected and approved by the Engineer. The Contractor shall continuously review and maintain all traffic control measures to assure that adequate provisions have been made for the safety of the public and workers. The Contractor shall furnish a material certification for all new and used reflective sheeting. 3.12 Accident Reporting Any accident resulting in damage to property or causing personal injury within the limits of a work site shall be immediately reported to the appropriate police agency, other required agencies and the Town. The Contractor shall immediately contact the Utility Operator/Owner and the Town when damage to an underground facility is identified. If a Natural or Propane Gas line is damaged, the Contractor must call 911 prior to notifying the Utility Operator. The Contractor shall not backfill around the underground utility line until the Utility Operator has repaired the damage and has given clearance to backfill. The Town will not pay the Contractor for labor, vehicles, material, or equipment or any other cost associated with the repair to any at-fault damage. Failure to comply may result in a verbal warning, suspension of the crew, loss of work, and/or termination. Fiber Optic Communications Network Construction P a g e | 21 4 Construction Scope of Services The following sections define the scope and specific requirements for Construction Services Tasks to be provided on a per unit basis according to the proposal pricing sheets (Attachment 2-A). All work performed shall adhere to all applicable requirements of Section 3. Proposed pricing for each unit pricing item specified below shall include all basic mobilization, site preparation, work area protection, and standard traffic control necessary to perform the task safely and according to all applicable specifications in this document. Also, unit pricing shall be inclusive of any overhead, project oversight (foreman, project manager, etc.). Unless otherwise specified, the basis of pricing and payment shall be network route distance, not material length (cable, conduit, etc.), for linear unit measurements of tasks performed. 4.1 Underground Conduit and Cable Installation Item #A1: Installation of Ground Rod This item shall provide for installation of a grounding rod as well as a length of copper wire to bond to the item to be grounded. A minimum of 8 feet of the ground rods must be driven into undisturbed soil. The contractor shall supply up to 30 feet of copper grounding wire and shall cut the wire to the length as necessary. The grounding wire shall be properly bonded to the grounding rod. Materials include ground rod, 5/8” x 1-1/2” Galvanized Hex Bolts, 5/8” acorn type ground clamp, and 30 feet of copper grounding wire. Item #A2: Installation of Conduit This item consists of installing rolled duct (conduit or multi-way conduit), having a nominal diameter ranging up to 2-inches, with all necessary fittings. The Town has the right to reject any installation method proposed for a given work site. Unless otherwise specified by Town-supplied engineering drawings, conduit shall have a minimum cover of 36 inches as measured from the finished grade, and a minimum of 48 inches below the elevation of the adjacent edge of pavement, whichever is deeper. Conduit not terminated to a base or in a vault shall be terminated two feet beyond the edge of the finished grade otherwise directed by the Town. Conduit shall not extend more than three inches inside a vault or junction well. Splicing or joining of HDPE conduit is prohibited without prior approval from the Town. All conduit joints shall be sealed with the appropriate coupler and cement to ensure that the two conduit pieces bond to one another to form a solid waterproof link. For metallic conduit, install metallic bushings and bond conduits. On or inside a building, conduit shall be installed by drilling anchors into concrete, brick, stone, steel, or wood and mounting the conduit with the proper clamps or hangers. If bends are required during installation, they must be sweeping bends. The Town shall be consulted before any bends are installed to ensure that the proper arc is provided. Fiber Optic Communications Network Construction P a g e | 22 If not already pre-installed by the manufacturer, a polyester or polypropylene pulling rope or tape with a minimum rated strength of 1,100 pounds shall be installed in each conduit for future use. Except where armored cable with a metallic sheath or “locatable” conduit is installed immediately upon placement of the conduit, a 10-AWG copper tracer wire shall be installed in at least one conduit in each segment or conduit bank as part of this item. The tracer wire shall be pulled simultaneously with the installation of fiber optic cable in a continuous length. Where multiple pulls of fiber-optic cable are required and conduit is placed in the same trench or bore, only one tracer wire is required. Where multiple pulls of fiber-optic cable are required and conduits may separate into individual trenches, install a tracer wire in each conduit run. Provide waterproof butt splices where tracer wire is spliced. Splicing is allowed only in handholes, and must be bonded to the electrical ground rod in each handhole. For all conduits entering handhole boxes, seal spare conduits with approved duct plugs. Seal conduits containing fiber-optic communications cable with mechanical sealing devices. Item A2a: Installation using Directional Boring This item consists of horizontal directional drilling/boring and placing conduit. Directional boring is the required underground placement technique unless approved otherwise by the Town. The size of a bore shall not exceed the two-inch outside diameter of the conduit by more than one (1) inch. If it does, cement grout shall be pumped into the void. At all points where HDPE conduit will traverse under roadways, driveways, sidewalks, or Controlled Access Areas including entrance/exit ramps, conduit shall be placed a minimum depth of 4 feet or 8 times the back reamer’s diameter, whichever is deeper. Conduit shall be placed to maintain a clearance of one foot (12-inches) from drainage pipe less than 60-inches in diameter while maintaining all other required clearances. A depth of 15-feet below finished grade may be required when crossing an NCDOT-maintained controlled access highway, or as specified by approved permit drawings. The Contractor shall guarantee the drill rig operator and digital walkover locating system operator are factory-trained to operate the make and model of equipment provided and have a minimum of one year experience operating the make and model of drill rig. The Contractor shall provide a means of collecting and containing drilling fluid/slurry that returns to the surface such as a slurry pit, and shall provide measures to prevent drilling fluids from entering drainage ditches and storm sewer systems. The Contractor shall prevent drilling fluid/slurry from accumulating on or flowing onto pedestrian walkways, driveways, and streets. Immediately remove all drilling fluids/slurry that are accidentally spilled. The Contractor shall transport waste drilling fluid/slurry from site and dispose of in a method that complies with local, state and federal laws and regulations. The Contractor shall provide grounding for the drill rig in accordance with the manufacturer’s recommendations. Fiber Optic Communications Network Construction P a g e | 23 All excavated material shall be placed near the top of the working pit and disposed of properly. The Contractor shall backfill pits and trenches to facilitate drilling operations immediately after drilling is completed. During drilling operation, the Contractor shall locate the drill head every 10 feet along drill path and before traversing underground utilities or structures using a digital walkover locating system. The locating system must be capable of determining pitch, roll, heading, depth, and horizontal position of the drill head at any point. Upon completion of the conduit installation, the Contractor shall perform a mandrel test on the conduit system to ensure conduit has not been damaged using a non-metallic mandrel with a diameter or approximately 50% of the inside diameter of the conduit. If damage has occurred, replace the entire length of conduit and ensure that pull line is re-installed. Item A2b: Installation Under Existing Pavement - Open Cut This item consists of trenching/cutting in existing pavement and placing conduit in an open trench. All open cutting of roadways must first be approved by the Town. The conduit shall be installed by cutting a slot in the pavement with a masonry saw. The contractor shall be responsible for the removal of all cut pavement and the replacement and correction of any damaged pavement once the conduit(s) are installed. The Contractor shall install HDPE conduit for all underground runs, unless otherwise specified by engineering drawings for special conditions (i.e. where conduits cross beneath railroad tracks). If more than one conduit is required between the same points, install conduit in one common trench. Install non-detectable marker tape. Remove all rock and debris from backfill material. Remove excess material from site and compact area according to NCDOT Standard Specifications Article 300-7. Backfill with excavated material and compact to 95% of original density. Backfill trench at locations along the trench path where non-movable objects, such as rocks and boulders, cannot be avoided. The purpose of the backfill is to provide a gradual change in elevation of the trench, so that excessive bending and stress will not be transferred to conduits once underground conduit system is installed. After installation of conduits and upon completion of tamping and backfilling, perform a mandrel test on each conduit to ensure no conduit has been damaged. Furnish a non-metallic mandrel having a diameter of approximately 50% of the inside diameter of the conduit in which it is to be pulled through. If damage has occurred, replace the entire length of conduit. Ensure pull line is re-installed. The Contractor shall be responsible for performing temporary patching of affected pavement immediately upon installation of conduit. Item A2c: Installation in Unpaved Right-of-Way – Open Trench Fiber Optic Communications Network Construction P a g e | 24 This item consists of trenching/cutting in unpaved right-of-way and placing conduit in an open trench. When trenching is used, the opening shall be filled halfway with the cover material and tamped down firmly before filling in the remainder of the opening to 12 inches below grade. A fiber optic warning tape shall be installed, and the remainder of the fill shall be added, tamping down the top layer. All fiber shall be marked in the ground with a bright orange (preferably “ULCC” orange) or yellow warning tape at least 3 inches wide. The tape shall have integrated metallic mesh or cable to allow for easy detection. The marking tape shall be buried directly above the conduit run at a depth of approximately 12 inches below existing grade. The tape shall read “WARNING - OPTICAL CABLE” or other wording approved by the Town that conveys the same message. The Contractor shall rake smooth the top 1 1⁄2 inches, and seed with same type of grass as surrounding area. Finish unpaved areas flush with surrounding natural ground. Item #A3: Installation of Additional Conduit This item consists of installing one or more additional conduits at the same time as the initial installation of a single conduit (Item 2). Additional conduits may be stacked one on top of the other, side by side, or in a matrix. The orientation shall be at the contractor’s discretion, but conduits shall not twist around one another or be allowed to deviate from straight-line paths, except in the case of bend installations. Conduits installed at the same time in the same trench or slot shall remain oriented the same in relation to one another throughout the conduit run. Additional conduits installed using directional boring shall be limited to a total of three conduits of the same size. Item A3a: Installation of Additional Conduit – Directional Bore Item A3b: Installation of Additional Conduit – Open Cut Item A3c: Installation of Additional Conduit – Open Trench Item #A4: Installation of Vaults/Handholes/Flowerpots This item consists of constructing and installing conduit vaults, handholes, or flowerpots. The conduit vault shall conform to the dimensions shown in the system design. Several conduits may extend into the vault. The vaults will have a minimum 30” depth below surface that may be obtained by stacking vaults. All vault lids must be appropriate for the required loading. The base of the vault shall have gravel to a depth of one inch or as specified by the Town to promote drainage of water. All conduit ends shall be sealed to minimize water ingress. Item #A4a: Installation of Type 1 Handhole – Tier 15, 17′′(18′′) x 30′′ x 30′′ Item #A4b: Installation of Type 2 Handhole – Tier 15, 24′′ x 36′′ x 36′′ Item #A4c: Installation of Type 3 Handhole – Tier 22, 24′′ x 36′′ x 36′′ Item #A4d: Installation of Type 4 Handhole – Tier 22, 30′′x 48′′ x 48′′ Fiber Optic Communications Network Construction P a g e | 25 Item #A5: Cable Installation in Conduit This item consists of installing fiber optic cable in existing or newly installed conduits that may or may not contain an existing communications cable or cable(s). A strain limiter/release element that will part if the strain exceeds 300 pounds for 12-count fiber and 600 pounds for larger cables shall be used for outdoor fiber optic cable between the pulling grip and the pulling medium. Any and all cable(s) pulled into any conduit without the use of an acceptable pulling grip, kellems or equivalent, or without the use of a strain limiter/release element, or by using methods which may result in pulling forces in excess of strain release material set forth herein or prescribed by industry standards are unacceptable. Any and all cable(s) installed in violation of allowed methodology shall be removed and replaced with new cable(s) using correct methods at no cost to the Town. This item also includes installation of slack cable, either with or without a splice, in slack-loops within underground vaults. Slack footage will be priced on a per foot basis as part of this item. 4.2 Aerial Cable Installation Item #A6 Installation of Messenger Strand This item consists of supplying and installing a stranded steel messenger wire attachment along a utility pole line, including all required attachment hardware, in accordance with the requirements in Section 3.3.1. The suspension strand shall be 10M (3/8 inches (.375 in diameter)) Extra High Strength (EHS), class C galvanized steel meeting or exceeding ASTM A-475 or A-363. This item shall include the supply and installation of all required down guys, overhead pole-to-pole guys, and anchors specified in the Town-approved engineering documents and utility pole owner permits. All attachments, guy wires, and anchors shall be installed according to all applicable electrical and safety codes. Item #A7: Cable Installation on Messenger Strand This item consists of installing fiber optic cable on messenger wire (also referred to as suspension strand) and overlashing fiber optic cable where existing cables are present. The lashing wire shall start and terminate on each span between poles. Lashing wire shall be placed to follow the lay of strand wire, wrapped around cable at intervals no greater than 8 inches. The end points shall be installed so that the lashing wire remains tensioned. At mid-span splices, the lashing wire shall terminate on each side of the splice. This item also includes installation of fiber slack cable in aerial snowshoes in accordance with the requirements in Section 3.3.2. Slack loops shall be installed in each snowshoe at locations specified by Town-approved engineering drawings, observing the minimum bend radius specified by the cable manufacturer at all times. Slack footage will be priced on a per foot basis as part of this item, however installation of Aerial Snowshoes will be priced per each, according to Bid item Fiber Optic Communications Network Construction P a g e | 26 Item #A8: Installation of Aerial Snowshoes (Pair) This item consists of installing aerial snowshoes in accordance with the requirements in Section 3.3.2. Slack loops shall be installed in each snowshoe at locations specified by Town-approved engineering drawings, observing the minimum bend radius specified by the cable manufacturer at all times. Item #A9: Installation of Transition Pole Risers This item consists of installing a single 2” diameter pole riser, including all required fasteners, in accordance with the requirements in Section 3.3.3. This item does not include placement of fiber optic cable(s) within the riser, which shall be invoiced on a linear foot basis according to Item #A5. The U-guard shall be installed to overlap the manufactured conduit elbow or conduit sweep emerging from below ground by no less than 6 inches, and shall extend from the ground surface (leaving no gap) to a height on the pole of no less than 10 feet, including any bell boots or adapters at the pole base. The U-guard shall be properly attached to the utility pole per manufacturer instructions. 4.3 Fiber Splicing and Testing Item #A10: Installation of New or Re-entry of Existing Splice Enclosure This item consists of the physical preparation and installation of a non-encapsulated, gasket-sealed splice enclosure, but does not include the actual strand splicing. For new installation, the item includes the equipment setup, preparation of cable ends for splicing, and installing the splice enclosure in an underground pull box or vault for one or more cables containing up to 432 fiber strands. For an existing splice enclosure, this item consists of reentering an existing non-encapsulated, gasket- sealed splice enclosure to make additional splices, installing a new gasket, and resealing the enclosure after the splice work has been completed. Splice enclosure installation shall be in accordance with applicable standards and manufacturer instructions. Item #A11: Installation of Mid-sheath Splice Enclosure (Ring Cut) This item consists of the physical preparation and installation of a non-encapsulated, gasket-sealed splice enclosure for a mid-sheath splice, but does not include the actual strand splicing. This item allows access to one or more fibers for splicing without cutting the entire cable. It consists of cutting away a section of cable jacketing to expose the buffer tubes, cutting or splitting open a buffer tube (depending on whether or not there are active fibers in that tube), preparing the designated fibers for splicing, and installing a splice enclosure to house the exposed section of cable. It typically will be performed on the Town’s backbone fiber to facilitate splicing to a new or existing lateral fiber cable. Care shall be taken not to cut any fibers that are in active use, and may require use of an active fiber identifier to verify strands not in-use before cutting strands. The work may include pulling fiber cable Fiber Optic Communications Network Construction P a g e | 27 slack from adjacent handholes, and includes installing the splice enclosure in an underground pull box or vault for one or more cables containing up to 432 fiber strands. Item #A12a: Splicing of Fiber (per Strand) This item consists of splicing two ends of single-mode fiber, placing the fused fiber in a splice tray, and placing the tray in a splice enclosure, wall-mounted housings, or rack-mounted housings. All fiber shall be fusion-spliced. Splices shall have an optical attenuation of no more than 0.1 dB at 1550 nm and 1310 nm. Item #A12b: Splicing of Fiber (per Ribbon) This item consists of splicing two ends of ribbon fiber, consisting of 12 to 24 strands, placing the fused fiber ribbon in a splice tray, and placing the tray in a splice enclosure. Splices shall have an optical attenuation of no more than 0.1 dB at 1550 nm and 1310 nm. Item #A13a: OTDR Testing of Un-terminated Cable This item consists of bi-directional OTDR testing of an un-terminated, installed fiber optic cable, requiring the use of bare fiber adapters. Pricing shall be provided on a per strand basis for lateral cables ranging from 12-count to 432-count. All fiber strands shall be tested using an OTDR at 1310 nm and 1550 nm, and documented according to the specifications in Section Error! Reference source not found.. Item #A13b: Final Acceptance testing of Terminated cable This item consists of bi-directional OTDR and power meter testing installed fiber optic cable, terminated on both ends. Pricing shall be provided on a per strand basis for all connected Town locations. All fiber strands shall be tested at 1310 nm and 1550 nm, and documented according to the specifications in Section Error! Reference source not found.. 4.4 Fiber Termination and Inside Plant Work Item #A14: Installation of Lateral Termination Panel This item consists of the installation of a wall-mounted or rack-mounted fiber termination panel, typically for fiber strand counts of 12. This item includes any required assembly of the termination housing/frame, mounting the housing/frame (including mounting a plywood backboard where required), installation of splice trays, installation of connector modules and pigtails, installation of cable management hardware, and proper labeling of fiber ports. Item #A15: New Building Entry This item consists of the installation of a new building penetrations and indoor cable pathways for a lateral fiber cables as specified in Section 3.5. Item #A16: Installation of Indoor/Plenum Innerduct This item consists of installing one or more innerduct along a path between the building entry point of the outdoor conduit and the fiber termination location internal to the building. The innerduct path may Fiber Optic Communications Network Construction P a g e | 28 consist of placement in an existing conduit or affixed to ceiling or wall structure. If a pull rope is not already pre-installed in the conduit in which innerduct will be placed, this item shall include the installation of any pull rope or mule tape required for installation of the innerduct. The Contractor shall rod existing conduit to ensure that it is free of any obstructions before installing a pull rope or innerduct. If a pull rope is not already pre-installed in the innerduct, the Contractor shall place a pull rope or mule tape in each innerduct. Item #A17: Installation of EMT This item consists of installing Electrical Metallic Tubing (EMT) along a path between the building entry point of the outdoor conduit and the fiber termination location internal to the building. The path may consist of placement in a drop ceiling or affixed to ceiling or wall structure. This item shall include the installation of any pull rope or mule tape required for installation of fiber optic cable. Building penetrations shall be properly sealed to prevent water seepage. Appropriate fire-stop sealant materials shall be used wherever the EMT must penetrate fire-rated walls or floor assemblies. Fiber Optic Communications Network Construction P a g e | 29 5 Time and Material Rates The following items are intended for any work completed on a time and material basis outside the scope of the items in Section 4. Pricing shall be provided on a per unit basis in the proposal pricing sheets (Attachment 2-B). All work performed shall adhere to all applicable requirements of Section 3. All time and material billing must be pre-approved by the Town. Item #B1: Foreman This item shall consist of providing a Foreman for a construction or installation crew at any location, as directed by the Town. The payment for the item shall be made at the contract unit price per hour bid for “Foreman,” which price and payment shall constitute full compensation for wages, transportation to and from the work site, Contractor’s allowable administrative costs and markup, and necessary incidentals. Item #B2: Technician This item shall consist of providing a Technician for an installation crew at any location, as directed by the Town. The payment for the item shall be made at the contract unit price per hour bid for “Technician,” which price and payment shall constitute full compensation for wages, transportation to and from the work site, Contractor’s allowable administrative costs and markup, and necessary incidentals. Item #B3: Assistant This item shall consist of providing a Helper or Assistant for a cable or splice installation crew at any location, as directed by the Town. The payment for the item shall be made at the contract unit price per hour bid for “Assistant,” which price and payment shall constitute full compensation for wages, transportation to and from the work site, Contractor’s allowable administrative costs and markup, and necessary incidentals. Item #B4: Laborer This item shall consist of providing a Laborer for a construction crew at any location, as directed by the Town. The payment for the item shall be made at the contract unit price per hour bid for “Laborer,” which price and payment shall constitute full compensation for wages, transportation to and from the work site, Contractor’s allowable administrative costs and markup, and necessary incidentals. Item #B5: Air Compressor This item shall consist of providing an Air Compressor with a minimum CFM rating of 150. The use and payment of this item at any location shall be subject to the approval of the Town. Item #B6: Generator This item shall consist of providing a Generator with a minimum capacity of 6,500 watts. This item consists of providing a Generator. This category includes a gasoline, hydraulic or other powered unit capable of providing 110/220 volts of electricity. This item includes transporting the unit to and from the work site as well as monitoring the unit for continuous operation. Fiber Optic Communications Network Construction P a g e | 30 Item #B7: Bucket Truck - Short (Reach Up To 40 Feet) This item shall consist of providing a short Bucket Truck. The truck must be capable of lifting two persons with tools and equipment to a height of up to 40 feet. The use and payment of this item at any location shall be subject to approval of the Town. Item #B8: Large Vehicle This item shall consist of providing a large vehicle with tools. This category applies to all large vehicles required for outside plant construction activity. This category includes all tools (shovels, rakes, pick-axes, etc.), required for the type of construction work to be performed. Examples of a Large Vehicle include a tandem axle dump or flatbed truck, material handler truck, rear-end loader, roll back truck, tractor trailer, large bucket truck, etc. Item #B9: Medium Vehicle This item shall consist of providing a medium vehicle with tools. This category applies to all medium vehicles required for outside plant construction activity. This category includes all tools (shovels, rakes, pick- axes, etc.) required for the type of construction work to be performed. Examples of a Medium Vehicle include a utility truck, chip disposal truck, single axle dump or flatbed truck, stake-body utility truck, etc. Item #B10: Small Vehicle This item shall consist of providing a small vehicle with tools. This category applies to all small vehicles required for outside plant construction activity. This category includes all tools (shovels, rakes, pick-axes, etc.) required for the type of construction work to be performed. Examples of a Small Vehicle include a pick-up truck, four- wheel drive vehicle, van, farm tractor, etc. Item #B11: Large Equipment This item consists of providing large equipment with a trailer. This category applies to all large equipment required for outside plant construction activity. This category includes all equipment required for the type of construction work to be performed. Examples of Large Equipment include a bull-dozer, trac-hoe, back-hoe with greater than 40' reach, directional drill, crash truck, large bucket, vacuum truck, vibratory plow 36", etc. Item #B12: Medium Equipment This item consists of providing medium equipment with a trailer. This category applies to all medium equipment required for outside plant construction activity. This category includes all equipment required for the type of construction work to be performed. Examples of Medium Equipment include a back- hoe with 14' reach, front end loader small, roller, cable plow, vibratory plow 24", etc. Item #B13: Small Equipment This item consists of providing small equipment with a trailer: This category applies to all small equipment required for outside plant construction activity. This category includes all equipment required for the type of construction work to be performed. Examples of Small Equipment include a ditch witch, walk behind plow, generator trailer, light tower, arrow board, compressor, bush hog, bobcat, vibratory plow 18", chipper, rotary hammer, tamp, core driller, etc. Fiber Optic Communications Network Construction P a g e | 31 Item #B14: Light Plant This item consists of providing a light plant that will provide enough illumination to meet the job’s requirements. This category includes gasoline, diesel, propane, natural gas, solar, etc. powered units. This includes transporting the unit to and from the work site as well as monitoring the unit for continuous operation. Item #B15: Crash Cushion This item consists of providing a Department of Transportation approved portable cushion, which is attached to and moved by a truck. The Town will not be responsible for replacement or repair of crash cushions in cases of accidents involving purpose of use. Item #B16: Flashing Arrow Board This item consists of providing a Department of Transportation approved traffic arrow capable of sequential or flashing lighted signals to control traffic flow. This category shall include all gasoline, propane, or other fuels used to power the equipment. Item #B17: Lighted Barricade This item consists of providing Department of Transportation approved barricades Type I with 8-inch diameter flashing amber lights. Item #B18: Steel Plate This item consists of providing Department of Transportation approved steel plates and will be invoiced as each plate per day (continuous 24 hour period), and includes any pins or patch required to safely set the plate. The category includes placement and maintenance of the plate. Item #B19: Concrete Barriers This item consists of providing concrete barriers (Jersey walls) used for work area protection. This category includes set-up, movement, removal and maintenance of concrete barriers. Item #B20: Water Pump This item consists of providing an electric, gasoline, or hydraulic operated pump capable of discharging at least 200 GPM (gallons per minute). Pump must be designed to operate in manhole environments where debris may be present in the liquid being pumped. Item #B21: Intermediate “Soft” Rock Adder This item consists of directional boring when a standard directional bore and standard bore head or reamer are not capable of finding a path through rock without the use of a rock drilling head or reamer. The determination of the use of the Intermediate Rock Adder will be left to the discretion of the Town The Intermediate Rock Adder is in addition to the unit cost for Item #A2a: Installation Using Directional Boring. Item #B22: Solid Rock Adder This item consists of directional boring when a standard directional bore and rock drilling bore head or reamer are not capable of finding a path through rock without the use more specialized rock drilling equipment. The determination of the use of the Solid Rock Adder will be left to the discretion of the Town. The Solid Rock Adder is in addition to the unit cost for Item #A2a: Installation Using Directional Boring. Fiber Optic Communications Network Construction P a g e | 32 6 Contractor-Supplied Material Specifications All necessary material for construction of the Town’s portion of fiber optic network shall be supplied by the Contractor. Pricing shall be provided on a per unit basis in the proposal pricing sheets (Attachment 2-C). Prices are to include all shipping costs. Bidders are to review the Project specifications carefully to determine if any miscellaneous materials not specified in this Section will be necessary to complete the defined project scope, and to include all necessary materials in the proposal. The selected contractor is to store and issue all material for construction,

Town of Wake Forest, NC 301 S. Brooks St. Wake Forest, NC 27587Location

Address: Town of Wake Forest, NC 301 S. Brooks St. Wake Forest, NC 27587

Country : United StatesState : North Carolina

You may also like

wiring cabling fiber communications infrastructure

Due: 30 Jun, 2026 (in about 2 years)Agency: Purchasing Division

Fiber Support & Maintenance for Joint Communication Network

Due: 17 May, 2024 (in 17 days)Agency: City of Cedar Rapids

Fiber Optic Communications Installation and Testing Services

Due: 07 May, 2024 (in 8 days)Agency: AAKEN CORPORATION

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.