IFB for Installation Contract for FTTP Services

expired opportunity(Expired)
From: South Hadley Electric Light Department(Other)
2024-F

Basic Details

started - 26 Mar, 2024 (1 month ago)

Start Date

26 Mar, 2024 (1 month ago)
due - 10 Apr, 2024 (18 days ago)

Due Date

10 Apr, 2024 (18 days ago)
Bid Notification

Type

Bid Notification
2024-F

Identifier

2024-F
South Hadley Electric Light Department

Customer / Agency

South Hadley Electric Light Department
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.

1 | P a g e INVITATION FOR BIDS - Bid # 2024-F South Hadley Electric Light Dept “SHELD” MLP Installation Contract for FTTP Services Sealed bids for furnishing Outdoor fiber drop installation from pole to home (Network Interface Device) and Inside installation of internet and voice services to each subscribing customer will be received at the SHELD main lobby of the South Hadley Electric Light Dept, 85 Main Street, South Hadley, MA 01075 until the time specified below at which time the bids will be publicly opened and read. Specifications and bid forms may be obtained at the Office of the South Hadley Electric Light Department MLP Monday through Friday between 9:00 am and 4:00 pm by appointment or email. The term of this contract will be for one (1) year, with an option for SHELD to renew the agreed upon contract items each year, not to exceed a total of (3) years. The bid package is also available on our website:
target="_blank">www.sheld.org, under “About” then “RFP and Specifications” or to have it emailed to you, please contact Kim at kmendoza@sheld.org . For any technical questions or concerns regarding the FTTP bid, please e-mail Bob Liswell at bliswell@sheld.org , no fax or electronic bids will be accepted. All bids must be clear and legible in order to be considered. Bids will be opened at the South Hadley Electric Light Department, on Wednesday, April 10, 2024 at 1:00 p.m. EST. Each bid must be accompanied by a bid security deposit consisting of a BID BOND, CASH, or CERTIFIED CHECK issued by a responsible bank or trust company in the amount of 5% of the bid price. A Mandatory Pre-Bid Conference and Site Visit will be held at the South Hadley Electric Light Department, 85 Main Street, South Hadley, MA on Wednesday, March 27, 2024, at 1:00 PM EST. Cutoff date for questions is Monday April 1, 2024. The contract may be extended up to one (1) additional year, not exceed a total of (3) years from upon mutual agreement and only at SHELD’s sole option and discretion. If such extension occurs, renewal of the Payment Bond will be required. It is estimated that the amount of work in the extension year would roughly reflect that of the original contract year. A labor and materials bond in an amount equal to 50% of the total amount of the contract price, with a surety company qualified to do business in the Commonwealth of Massachusetts, will be required. All bids for this project are subject to applicable public bidding laws of Massachusetts, including but not limited to G.L. c. 30, section 39M. Attention is directed to prevailing wage rates to be paid as determined by the Commissioner of Labor and Workforce Development and the weekly payroll record submittal requirements under the provisions of G. L. c. 149, section 26 through 27D inclusive. Selection of the contractor will be based upon bidder qualifications, including evidence of past performance in similar projects and bid price. The contract will be awarded to the bidder deemed, by the awarding authority, to be the lowest qualified, responsible, and eligible bidder. The bidder agrees that its bid shall be good and may not be withdrawn for a period of 60 days after the opening of the bids. The Bidder, by submitting a bid, agrees to execute the contract provided in the bid’s documents. South Hadley Electric Light Dept “SHELD” MLP, reserves the right to wave any informalities, to accept or reject, in whole or in part any or all bids, or take whatever other action may be deemed to be in the best interest of South Hadley Electric Light Department. Mr. Sean Fitzgerald, General Manager South Hadley Electric Light Department 85 Main Street, South Hadley MA 01075 http://www.sheld.org/ mailto:kmendoza@sheld.org mailto:bliswell@sheld.org 2 | P a g e POWERED BY INVITATION FOR BIDS - Bid # 2024-F Installation Contract for FTTP Services SOUTH HADLEY ELECTRIC LIGHT DEPT 85 Main Street, South Hadley MA 01075 3 | P a g e Table of Contents Item Page Summary of General Information and Instructions to Bidders 4 Contract Term 4 Bidders’ Representation 5 Bidders’ Qualification 5 Request for Interpretation 5 Preparation of Bids 6 Performance Bond & Labor & Materials or Payment Bond 7 Insurance 7 Taxes 7 Hourly Prices (Where Requested) 7 Indemnification 8 Submission of Bids 8 Withdrawal of Bids 10 Contract Award 10 Pre-Bid Conference 10 Scope of Services and Quality Requirements 11 Network Overview 11 Scope of Work Summary 11 Proposed Installation Process 11 Outdoor Installation 12 Indoor Installation 14 Pricing 15 Term of Contract 15 Materials Specifications 16 Testing and Documentation Requirements 16 Bid Pricing Sheets 17 Part-A Outdoor 18 Part-B Indoor 19 Certification of Prime/SubContractor for Consideration of Eligibility 20 Bidders’ Certification Requirement 21 Contractors’ Certification 22 Evidence of Insurance Coverage Form 23 Subcontractors’ Certification 25 Additional Bid Requirements 26 Requirements and Information 26 Application 27 Bidder Background Information 28 Certifications 46 Addendum A General Specifications and Standards 49 Underground Construction Specifications 49 Police Detail Addendum 60 Aerial to Underground Schematic 62 4 | P a g e SUMMARY GENERAL INFORMATION AND INSTRUCTIONS TO BIDDERS Bid #2024-F South Hadley Electric Light Dept Installation Contract for FTTP Services South Hadley Electric Light Department, a Massachusetts Municipal Lighting Plant is seeking bids from qualified contractors to install fiber optic drops to all premises that request service off their existing Gigabit Passive Optical Distribution Network. SHELD installed about 110 miles of fiber passing to about 7700 premises. It is anticipated that request service drops from the MLP distribution system will continue into 32 FSA. The service offered shall be 1Gbps symmetric GPON with Calix or customers 3rd party wireless Router, and/or phone service to any who request it. This bid includes 2 parts: Part A is for installing microduct pathway underground. The complete scope of work and contract requirements are described and detailed below and in the referenced material, the “Contract Documents.” Part B is for outdoor fiber drops “aerial and underground” installation from MST to home (Network Interface Device) NID and Inside equipment installation to each subscribing customer. The complete scope of work and contract requirements are described and detailed below and in the referenced material, the “Contract Documents.” The Contractor shall furnish all labor, services, materials, network equipment not supplied by SHELD, plant, machinery, apparatus, appliances, tools, supplies and other things necessary to do all work required for the completion of each item of the Work and the Project as herein specified. The Work/Project to be done and paid for, under any item, shall not be limited to the exact extent mentioned or described but shall include all incidental work necessary or customarily done for the completion of the Work or Project herein. Contract Award There will a primary contractor and a secondary contractor awarded for services under this IFB. Contract Term The contract will extend from the date of contract signing to the end of contract year, (approximately 5/1/2024 to 5/1/2025 or 12 months). The contract will be awarded as explained. The contract may be extended up to one (1) additional year, not to exceed a total of (3) years upon mutual agreement and only at SHELD’s sole option and discretion. If such extension occurs, renewal of the Payment Bond will be required. It is estimated that the amount of work in the extension year would roughly reflect that of the original contract year. 5 | P a g e Bidders’ Representation Each General Bidder (hereinafter called “Bidder”) by making a bid (hereinafter called “bid”) represents that: Prior to the submission of its proposal, each Bidder shall assume the responsibility for making a careful examination of and becoming fully acquainted with all Contract Documents. The failure or omission by any Bidder to receive or examine any form, instrument, contract or document, or to visit the site of the work to be performed, to acquaint the Bidder with conditions there existing, shall in no way relieve any Bidder from its obligations with respect to its proposal and any resultant contract. Bidder shall be required, at its own expense, to comply with all statutes, regulations, ordinances, and tests that may be applicable, and sign the Contract included with this IFB without modification. Bidders’ Qualification 1. You must comply with the attached policy statement on the Minority Business Enterprise Program. 2. You must comply with the payment of prevailing wage rates as set by the Massachusetts Department of Labor and Workforce Development. All bids are subject to prevailing wage and weekly reporting. Wage rates are subject to the minimum rates per MGL c. 149, sec 26 to 27h inclusive. These rates are included in the bid documents. 3. The Contractor shall provide worker’s compensation insurance as required by Massachusetts Labor Laws and all other insurances as required herein. Request for Interpretation 1. Bidder shall promptly notify SHELD of any ambiguity, inconsistency, or error which it believes it may discover upon examination of the Contract Documents, the local conditions or site. 2. Bidders requiring clarification or interpretation of the Contract Documents shall make an email request to SHELD before April 1, 2024 referencing the required section for clarification at the following address: Bliswell@sheld.org , please CC kmendoza@sheld.org SHELD will answer such requests if received by April 1, 2024. 3. Any interpretation, correction or change in the Contract Documents shall be made by an Addendum, which will become part of the Contract Documents. SHELD, the MLP, will not be held responsible for any oral instruction. 4. Addenda will be emailed by SHELD to every individual or firm on record as having requested a set of Contract Documents. 5. Failure of SHELD to send, or of any bidder to receive any such interpretation shall not relieve the bidder from any obligations under its bid as submitted and all addenda or interpretations shall become part of the Contract documents as if fully set forth herein. mailto:Bliswell@sheld.org mailto:kmendoza@sheld.org 6 | P a g e Preparation of Bids 1. Bids shall be submitted as described within the bid package. Bidders must submit four (4) copies of the complete bid package forms. 2. All blanks on the bid form attachments shall be filled in by typewriting or manually in ink. Failure to fill in information may be regarded as no response and be cause for rejection of the bid. 3. Where so indicated, by the makeup of the bid form, sums shall be expressed in both words and numbers. In case of discrepancy between the two, the written number amount shall govern. 4. No internalizations, alterations, or erasures shall be made on the forms. 5. If additional space is required, it shall be noted on the Bid Pricing Form (Proposal Form) and included as a supplement attached on the Bidder’s letterhead. This attachment shall become part of the Proposal Form. Bids shall state a firm price for all required materials, equipment, work and services specified in the Proposal, in accordance with the Bid Documents. SHELD specifically reserves the right to reject any Proposal not submitted on the Proposal Form provided and/or not complying with these this IFB. 6. In addition to the Proposal Form, each Bidder MUST submit the following: a. Bidders Certification Requirement (statement) b. Contractors Certification c. Subcontractors Information Certification d. Evidence of Insurance Form e. Affirmative Action Plan f. References from previous projects of the same size scope or larger g. Any deviation from these specifications must be noted with the bid. The bidder shall provide a written basis why the deviation should be considered as acceptable. i. Exception/Clarifications to Instructions ii. Exceptions/Clarification to Specification 7. All contractors’ employees working for SHELD on this contract must submit their current CORI Check and drug-free company programs that are in place. 7 | P a g e Bid Deposit and 50% Payment Bond 1. A 5% Bid Deposit in the form of a bank cashier’s check must accompany the bid submittal. 2. The successful bidder shall be required to furnish a 50% Payment Bond, from a Surety Company qualified to do business in the Commonwealth of Massachusetts, in the sum of fifty percent of the contract price and which must be paid for by the Contractor. 3. The bonds shall be executed by a surety company licensed by the Massachusetts State Division of Insurance, with South Hadley Electrical Light Department as the payee. The bond shall be filed with the General Manager within five (5) working days after receipt by the successful bidder of a copy of the fully executed Contract. (M.G.L. c.30, Section 39M). Insurance 1. Insurance coverage shall be required as defined in the Contract Documents. 2. A Certificate of Insurance naming South Hadley Electric Light Department as Additional Insured on Contractor’s Business, Automobile Liability and Commercial General Liability must accompany your executed contract, along with a “Waiver of Subrogation” endorsement in favor of SHELD. Taxes SHELD is tax exempt. A certificate of tax exemption will be provided after award to the successful bidder upon written request. Hourly Prices (Where Requested) 1. Each Bidder shall insert the pricing requested on the bid forms in the appropriate location. By submitting a Bid, the bidder agrees that all bidder’s overhead and profit are included and form a part of the bid price. 2. SHELD reserves the right to increase or decrease the amount of any class or portion of the work to any location in the contract, as may be deemed necessary or expedient by SHELD. 3. An increase or decrease in the quantity for any item shall not be regarded as cause for an increase or decrease in the price, or in the time allowed for the completion of the work, except as explicitly provided in the contract. Fiber Optic Splicing, Termination, & Testing Services Estimated quantities will be multiplied by the per unit pricing provided to determine the lowest overall bid for contract award. * Pricing provided in Additional Pricing below will be added to the overall cost to be considered in the award of a contract 8 | P a g e Indemnification The Contractor shall indemnify, defend, and hold harmless SHELD and its governing board, officers and employees from all claims, expenses and liability related to construction, use, occupancy, ownership, operation, maintenance or control of facilities related to services to be performed under this agreement, including without limitation all SHELD attorneys’ and experts’ fees and costs. Submission of Bids The following requirements apply to each filed bid. Bids not meeting all of the requirements for timeliness and security will be rejected; bids not meeting signature and addenda requirements will be rejected prior to review of bid amounts. 1. Four (4) copies of the General Bid shall be submitted in a sealed envelope to: BID # 2024-F FTTP SERVICES ATTN: South Hadley Electric Light Dept 85 Main Street South Hadley, MA 01075 2. Bids must be received no later than 1:00 PM (One O’clock) on April 10, 2024 EST. 3. Timely delivery of a bid shall be the full responsibility of the bidder. 4. Bid signatures will be checked. Bids received after the time specified above will not be accepted or considered. Any bidder may modify his bid by written communication at any time prior to the scheduled closing time for receipt of bids. No telephonic communication will be received by SHELD. Laws and Regulations: The bidder’s attention is directed to the fact that all applicable Federal and State laws, municipal bylaws, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout and each such law and regulation will be deemed to be included in the Contract the same as though written out in full. By signing the Bid, the Bidder agrees to execute the Contract with the Owner in the same form as submitted herein. Liquidated Damages for Failure to Enter into Contract: The successful bidder, upon his failure or refusal to execute and deliver the Contract and bonds required within 10 days after presentation thereof by SHELD, shall forfeit to SHELD, as liquidated damages for such failure or refusal, the security deposited with their bid, but the amount forfeited shall not exceed the difference between their bid price and the bid price of the next lowest qualified, responsible and eligible bidder. In case of death, disability, bona fide clerical or other similar unforeseen circumstances affecting the bidder, their bid deposit will be returned. Obligation of Bidder: At the time of the opening of bids, each bidder warrants they have inspected the site and to have read and to be thoroughly familiar with the Contract Documents (including all addenda). The failure or omission of any bidder to examine any form, instrument, or document shall in no way relieve any bidder from any obligation in respect of their bid. 9 | P a g e Information not Guaranteed: All information given in the Contract Documents relating to subsurface and other conditions, natural phenomena, existing pipes, conduits, and other structures is from the public sources at present available to the SHELD. All such information is furnished only for the information and convenience of bidders and is not guaranteed. It is agreed and understood that the owner does not warrant or guarantee that the subsurface or other conditions, natural phenomena, existing pipes, conduits, or other structures encounter during construction will be the same as those indicated in the Contract Documents. It is further agreed and understood that no bidder or Contractor shall use or be entitled to use any of the information made available to them or obtained in any examination made by them in any manner as a basis of or ground for any claim or demand against the SHELD arising from or by reason of any variance which may exist between information made available and the actual subsurface or other structures actually encountered during the installation work. Bid Security: Each bid and sub-bid must be accompanied by bid security in the form of a certified check, a bid bond, cash or a treasurer’s or cashier’s check, payable to the Owner, in the amount of Ten (10%) per cent of the value of the bid. Such security of general bidders will be returned to all except the three lowest qualified, responsible and eligible bidders within five days, Saturdays, Sundays, and legal holidays excluded, after the opening of bids, and the remaining securities will be returned promptly after the Owner and the accepted bidder have executed the Contract, or if no notice of intent to award has been presented to the selected contractor within 30 days, Saturdays, Sundays and holidays excluded, after the date of the opening of bids, upon demand of the bidder at any time thereafter. Right to Reject Bid: SHELD reserves the right to waive any informalities in bids and to reject any and all bids should SHELD deem it to be in the public interest to do so. SHELD may also reject bids which in its sole judgment are either incomplete, conditional, obscure or not responsive or which contain additions not called for, erasures not properly initialed, alterations or similar irregularities. Statutes Regulating Competitive Bidding: Any bid which does not comply with the provisions of G.L. c. 30, section 39M as amended, need not be accepted and SHELD may reject every such bid. Wage Rates: Prevailing Wage Rates as determined by the Commission of Department of Labor and Workforce Development under the provision of G. L. c. 149, section 26 to 27G inclusive, as amended, apply to this Contract. It is the responsibility of the bidder before bid opening to request any additional information on Prevailing Wage Rates for those tradespeople who may be employed for the proposed work under this contract. Contractor Records: The Contractor shall comply with the provisions of G.L. c. 30, section 39R concerning Contractor records. Insurance: The Contractor shall carry and continuously maintain until completion of the Contract, insurance as specified in the Contract and in such form as shall protect them performing work covered by this Contract, and SHELD and its employees, agents and officials from all claims and liability for damages for bodily injury, including accidental death and for property damage, which may arise from operations under this Contract. SHELD shall be named as an Additional Insured. Bidder covenants and agrees to hold SHELD and its employees, agents, and officials harmless from loss or damage due to claims for bodily injury or deal and/or property damage arising from, or in connection with, operations under this Contract, including without limitation all SHELD attorneys’ and experts’ fees and costs. 10 | P a g e Withdrawal of Bids 1. Any bid may be withdrawn prior to the time designated for the receipt of bids. 2. Withdrawn bids may be resubmitted up to the time designated for the receipt of bids. 3. Each bid submitted at the time designated for the receipt of bids shall be valid for a time period of sixty (60) days after the time for receipt of bids. Contract Award 1. The Contract will be awarded to the lowest qualified, responsive/responsible, and eligible bidder and a 2nd bidder will be notified as a secondary contactor to keep schedule of all scope of work in this contract. Work requested by SHELD must be started per SHELD scheduling needs and not the contractor’s schedule. 2. SHELD reserves the right to reject any or all bids, or to accept any bid that, in the sole opinion of SHELD, may be in the best interest of SHELD. 3. As used herein, the term “lowest qualified, responsive/responsible and eligible bidder” shall mean the Bidder whose bid is the lowest of those Bidders possessing the skill, ability, and integrity necessary to the faithful performance of the work and who shall certify that they are able to furnish labor that can work in harmony with all other elements of labor employed or to be employed in the work. 4. The lowest proposed “Total Bid Price” will be used to select the winning bid, but the actual final Contract Price will be determined by exactly how many services get requested and installed. The Bid Pricing Form is based on a 30% subscription rate. The actual final Contract Price will therefore be somewhat lower than the Contractor’s proposed Bid Price, but it will be based on the Contractor’s unit pricing to precisely determine the total amount to be paid for each portion of the contract. Pre-Bid Conference Mandatory Pre-Bid Conference will be held Wednesday, March 27, 2024, at 1:00 PM EST at the South Hadley Electric Light Dept, 85 Main Street, South Hadley MA 01075. 11 | P a g e SCOPE OF SERVICES AND QUALITY REQUIREMENTS Network Overview When this contract commences, the fiber feeder network will be substantially complete. Approximately 75% of feeder fiber will be terminated in SHELD’s COs that will be currently under construction at the College Street and Old Lyman Street locations. The centralized split GPON will utilize 1 x 32 splitters that will be installed in a FDC as needed. Approximately 12 strands of a fiber feeder tube will be terminated in a pole-mounted Fiber Distribution Hub (FDC) located in each Fiberhood / Node coverage area. Scope of Work Summary 1. The Contractor shall be responsible for installing a fiber service connection (“Drop”) to each subscriber address, with one end connecting to an MST and other end terminating at NID. 2. Contractor shall be responsible for installing a Network Interface Device (NID), an ONT and a Wi-Fi Router along with the interconnecting patch cables and cords as described herein. 3. SHELD Fiberspring project prides itself providing a very high level of service also referred to the term of “White Glove Service”. 4. SHELD shall have the right to review all installations performed by the contractor. If substandard, poor-quality installations are being performed or were performed that will affect the network performance or the customer experience. SHELD shall require this work to be corrected at the contractor’s cost. Proposed Installation Process Fiberspring / SHELD has been soliciting subscribers since May of 2019. The following section describes some of the process of contractor installations steps and customer contact requirements. Service Orders will be issued to the designated contractor’s technician’s tablets (supplied by contractor), via their mobile connection, to access the Fiberspring / SHELD Sprymobile web porthole to receive, in the field and onsite, SHELD Sprypoint Service Work Orders with specific information such as: I. Subscriber Name II. Subscriber Contact details III. Subscriber Address IV. Signed permission to: enter property, and ultimately to install cable and attach NID to premises. V. Some General Information about the service: all aerial, underground, new conduit dig, existing conduit, etc. VI. Contractor will be responsible for uploading to SHELD field photos and make-ready documents to SHELD of all installed equipment and pathway. 12 | P a g e OUTDOOR INSTALLATION WORK SUMMARY AND PROCESS 1. Connect the drop-fiber cable into the MST designated for that service location. Aerial drop fiber shall be securely fastened and supported on the strand and pole. 2. The Aerial Drop Fiber shall maintain a minimum 12 ft clearance above any driveways and a minimum 11.5 ft anywhere else. 3. The Aerial Drop Fiber shall be over lashed once in those sections of its pathway that include a support strand which will have been provided by others. (Refer to the SHELD Fiber Distribution Maps for locations of MST’s and poles). 4. At side of house, the Aerial Drop Fiber shall be securely supported by a hardware attachment approved by manufacturer for aerial fiber applications. 5. Install NID, to be mounted at the approved location on the outside of the premises. NID shall be mounted on premises neatly and securely per manufacturer’s recommendations, or 36” on center above grade. Secure vertical drop cable neatly between building attachment and the NID. 6. Extend drop fiber from MST, via aerial and or underground duct, and fusion splice an SC APC connector to be plugged into the NID. If pre-connectorized fiber drop cable is proposed, install the excess drop cable neatly and securely into a device designed for the purpose and test. 7. Multi-family units get one drop with multiple fibers and one connector for each apartment. 8. All products shall be installed in strict conformance with their manufacturer’s installation instructions and requirement in the Massachusetts National Electrical Code. 9. At the MST end, the Aerial Drop Fiber shall be securely fastened and supported on the pole or messenger / support strand. 10. The Aerial Drop Fiber shall maintain a minimum 12 ft clearance above any driveways and a minimum 11.5 ft anywhere else. 11. The Aerial Drop Fiber shall be overlashed once in those sections of its pathway that include a support strand which will have been provided by others. Often the MST is a few poles away along the roadway. (Refer to the SHELD Fiber Distribution Maps for precise locations of all MST’s and utility & service poles). 12. At house location, the Aerial Drop Fiber shall be securely supported by a hardware attachment to house designed for the task. 13. The Drop Fiber shall be securely and neatly fastened between attachment point and the NID. 14. NID shall be mounted on premises neatly and securely, as per manufacturer’s or SHELD recommendations, or 36” on center above grade. 15. Refer to Diagram “AERIAL to UNDERGROUND SCHEMATIC” 16. Specifications for underground fiber drop cable placement are in Addendum A. 17. For underground fiber drop cables, provide an As-Built site map showing where exactly the duct has been buried, diagramed with precise reference distances to reference points such as permanent structures. All new microduct must be toneable from the MST hand hole to NID. 18. Any direct entry penetrations must be approved by SHELD. Refer to Diagram “AERIAL to UNDERGROUND SCHEMATIC” Exception: a. Exception- In a small number of homes where the existing phone or spare conduit terminates in basement, install NID inside of basement. b. In limited locations, the MST is mounted in a pedestal, hand hole and not on pole. SHELD shall have the right to review installations with the contractor. If substandard, poor-quality installations are being performed that will affect the customer experience or network performance. SHELD shall require this work to be corrected at the contractor’s cost or will credit SHELD for such charges. SHELD / Fiberspring prides its success on “White Glove Service”. 13 | P a g e For Outdoor Installations (curb to NID) with no consultation indicated, the Contractor can proceed with installation. “No Consultation” situations will be: All aerial installations where the homeowner has given permission for the installation. All underground installations utilizing a spare, existing conduit where the homeowner has given permission for the installation. All underground installations utilizing an existing conduit that is currently occupied by telephone cables (rod and rope). For all other Outdoor Installations (curb to NID), requiring underground construction, Contractor shall contact subscriber and arrange site visit to inspect each service, and request location, with the homeowner present. This applies for any situation where the homeowner has requested a consult, or any new conduit installation is to happen. 1. In consultation with Homeowner, for each request, the Contractor calls “dig safe” and inspects for septic, sprinkler and other conditions for all new toneable conduit / microduct work. 2. Submit estimate to SHELD’s Telecom Manager (TM) for approval. TRENCHING REQUIREMENTS In addition to requirements shown in Addendum A, Contractor shall be responsible for: • Dig Safe mark-out • Review Trenching Plan with the Subscriber • Asking Subscriber about the locations of septic field, known buried power lines, satellite dish cabling, irrigation and watering systems, drainpipes, etc. • Taking photos of all trenching work, both open and completed and submit all photos to SHELD. SHELD reserves the right to review installations with contractor if substandard, poor-quality installations are being performed that will affect the customer experience or network performance. SHELD reserves the right to have this work corrected at the contractor’s cost or will credit SHELD for such charges. OUTDOOR INSTALLATION PAYMENT PROCESS SHELD shall be billed for all outdoor installation work, labor and material not supplied by SHELD. In order to minimize the cost to SHELD, if premises that have underground utilities can be served by an aerial fiber service drop, that shall be the installation method to be proposed. If the Subscriber wants to upgrade the aerial drop service plan to an underground service, subscriber must negotiate and pay the Contractor for the additional cost. If the subscriber requests upgrades to the lowest-cost option for installation, such as a request to go around a prized flower bed or other landscaping feature, those additional cost must be noted on the work order as “Subscriber costs.” 14 | P a g e INDOOR INSTALLATION After the fiber installation has been completed to the NID, on a premise, the Contractor will contact the Subscriber (homeowner) to make an appointment for the indoor installation. Coordinate installs and light up with SHELD helpdesk . Coordination is critical if customer has contracted for a POTS phone service so coordination of porting over phone number can happen on installation day. INDOOR INSTALLATION WORK SUMMARY AND PROCESS i. The NID shall be connected by fiber jumper to an indoor ONT (see materials list below for specifications on all Contractor provided materials not supplied by SHELD). ii. The ONT shall be connected by a Cat6 jumper to an indoor Router/Wireless AP device. iii. Standard install includes 75 ft. basement (or ground floor) installation from NID. Customer must provide power outlet within 4 ft. of the ONT and router and accessible (drop) ceiling in basement or unfinished. If a power circuit needs to be extended so that ONT and Router have dedicated receptacles (if none is conveniently available), the customer will be responsible for arranging for an electrician. Do not plug into switched outlet! iv. Contractor shall evaluate each installation and provide a work order to the homeowner on installation day for approval and signing. If work is required (or requested by the homeowner) above the Standard Installation, the additional Subscriber Costs should be clearly noted on the work order so that the customer can approve payment prior to work beginning. The Contractor will bill the homeowner directly for any work performed above the Standard Indoor Installation. v. Test, verify, and document performance as specified in Contract Requirements. Upload clear pictures as specified into Sprymobile. All site and customer documentation must be entered into SHELD’s Sprymobile work order database, via contractors iPads or tablets, in the field after the speed test is performed. SHELD technical service Netegrity can also be called for any provisioning items 24/7. ADDITIONAL REQUIREMENTS i. Provide “CORI checks” for all contractor employees for the safety of our residents prior to work starting. ii. All Covid-19 restrictions set by SHELD, local, or state departments must be followed. iii. No Smoking, on SHELD and Subscriber / Customers property, at all times. iv. All crews must sign in and out each day when reporting to work at Fiberspring field offices. v. Must comply with SHELD daily installation document for installers. vi. All installations shall be neat, tidy, secure, and readily serviceable, with professional workmanship and comply with utility industry “best practices”. vii. Installation must comply with all applicable or relevant Local, State and NEC Codes and Contract Requirements. viii. All building penetrations shall be sealed with weather tight materials designed for the purpose. Any damage to premises shall be professionally patched and repaired by contractor. ix. Cables shall be installed neatly and securely, with adequate support and fastened every 3’ (minimum) with clips expressly designed and rated for the purpose. x. In locations where the installed fiber cable might be subject to physical disturbance or damage, install cable in innerduct or conduit to provide mechanical protection. xi. After the service installation is complete, perform all specified testing and documentation (see requirements below), show the subscriber that the Wi-Fi works by connecting an owner electronic device to the Internet and SHELD Fiberspring APP – simply by opening any web server application performing a speed test on owner device and a signing into owners streaming video device. APP must be done on customers mobile device. In some cases, technician will need to work with customers’ 3rd party routers. 15 | P a g e xii. Test and verify the subscriber phone service, if new, or after number porting. Contractors must provide information of ongoing projects using Corning connectivity, CommScope fiber splice closures, Gpon meters and history of using and installing Calix ONT and Wi-Fi routers. Contractor’s qualified technical field personnel must be issued a contractor cell phone and an iPad, tablet or laptop for completing all work order tickets prior to leaving customer’s site. Testing speeds and troubleshooting network equipment can be done on external devices. All contractor vehicles must have Fiberspring Authorized Contractor signs on them when working for SHELD. The contractor must provide, on a bi-weekly basis, a list of all installed homes and send an invoice to SHELD for the standard installation fee unit cost. Contractor must send an individual bill to the homeowner for any costs above the standard installation. SHELD will input pre-installations site surveys into the Sprymobile work order system to ensure the highest level and quality for contractors’ installations. Work Week Normal work week will be forty hours. The work week may include any combinations of hours with the most common being: 4 - 10-hour days or 5 - 8-hour days, Normal working hours may be scheduled on any day of the week, Sunday – Saturday. Weekend hours may be required for coordinated ONT installation access with subscribers. Contractor must supply SHELD with advance coordination for all weekend scheduling. Pricing Bid must be filled out COMPLETELY. All fields, including without limitation, Hourly Pricing, Unit Pricing, Lump Sum, etc. must be complete. All titles listed must be used in proposal and in billing once the bid is awarded. All response sheets must not be altered, only forms supplied by or on behalf of the MLP will be accepted and evaluated with the bid proposal. Term of Contract The term of this contract will be for one (1) year, with an option for SHELD the MLP to renew the agreed upon contract items, each year not to exceed a total of (3) years. In SHELD sole discretion. SHELD reserves the right to review installations with contractor if substandard, poor-quality installations are being performed that will affect the customer experience or network performance. SHELD reserves the right to have this work corrected at the contractor’s cost or will credit SHELD for such charges. 16 | P a g e MATERIALS SPECIFICATIONS All Materials not provided by SHELD, and provided by the Contractor, must receive prior written approval from SHELD. Aerial Drop Fiber shall be a design type such as Corning OptiSheath, OH FLAT DROP CABLE, ROC Drop Cable, in suitable lengths to minimize slack storage, for proposals of pre-connectorized drop cable (one end) that include field splicing of SC-APC connector at a Corning FTH-76S-A020F NID. The Underground Duct shall be a SINGLE TONEABLE MICRODUCT from 27/20mm down to a 14/10mm. Underground Drop Fiber installed in duct shall be a toneable DROP CABLE from Corning and must be submitted for prior written approval. Contractor must plan and install suitable lengths to minimize slack storage. SHELD only gets charged actual footage of the installed FO drop cable or FO service cable. The NID shall be Corning 2-Fiber Indoor/Outdoor NID or equivalent, subject to approval. Proposals that specify drop cable pre-terminated on both ends will be considered and must include a proposed NID and plan for excess slack. The SC APC Fiber Connector shall meet IEC 61754-4, TIA 604-3-B and FOCIS-3 standards From NID to ONT install SC/APC to SC/APC SM ruggedized pre-connectorized optical jumper in an appropriate length up to 50 ft for the Basic Install. The Cat 6 jumper cable from ONT to Wi-Fi Router shall be field tested and manufacture by Belden or prior written approval by SHELD. TESTING AND DOCUMENTATION REQUIREMENTS For fiber drop cable, with field-prepared fusion-spliced connector, splice loss result to be provided to Owner, and shall be less than 0.00dB and no greater than 0.03db. Light source power meter test with active GPON port: After connecting fiber drop to MST, utilize wavelength selective power meter to record downstream optical 1490nm and 1550nm signal levels at input to NID, using EXFO PON PPC-350, or similar equipment. Repair or replace any components that do not pass tests. All results and premise / customers information must be documented and submitted with the Sprymobile work order, in format approved by SHELD and Owner and ISP. All work must conform to all applicable city, state, local, NESC, NEC codes and ordinances and SHELD Contract Requirements. SHELD reserves the right to review installations with contractor if substandard, poor-quality installations are being performed that will affect the customer experience or network performance. SHELD reserves the right to have this work corrected at the contractor’s cost or will credit SHELD for such charges. 17 | P a g e BID PRICING SHEETS Bidders must submit Four (4) copies of theses complete bid package forms 18 | P a g e Fiberspring PART A: Outdoor Installation (MST to NID) Clean / Scope / Connect the drop-fiberoptic cable into MST designated for that service location. Install exterior NID device and drop wire attachment hardware, onsite of dwelling at location near existing telco/coax facilities entrance. Extend drop fiber from MST, via aerial and or underground duct to fusion splice an SM, SC APC connector to be tested then plugged into SHELD supplied NID. All other materials not supplied by SHELD will be supplied by vendor. The Vendor will be responsible for all Dig Safe duties including premise repairs and restoration of customers well water systems connections, gas piping / plumbing, sewage / sewer / waist system, sprinkler / irrigation systems, dog alarms, satellite systems cables or any systems that need to be identified below grade with homeowner prior to installations described below. ITEM Aerial Installations (Estimated Linear Passings Footage AE 213,000') Est Qty Unit Unit Cost 1 Unit base rate per premise - 1 drop cable up to 150' ( 800 subscribers x 150'= 63,000' drop feet) 600 Passing 2 Additional footage per 150' (based off of 50% of passings being over 150’) 1 Each Note that the % of aerial and underground will change based off of more participation in of the 16 FSA Locations out of 32 FSA ITEM Underground Installations (Estimated Linear Footage UG 40,003') Est Qty Unit Unit Cost 3 Machine Plow of HDPW micro duct - 18" to 24" depth 5K Feet 4 Machine Plow of HDPW micro duct - 12" depth 5K Feet 5 Machine or Hand Trench (6" to 12") of HDPW micro duct – Ledge – Owners Property 1K Feet 6 Machine Bore under roadway or driveway, pull HDPE micro duct - 12" to 18" depth 1K 7 Machine Bore under roadway or driveway, pull HDPE micro duct - 18" to 24" depth 1K 8 Rod / Rope existing conduit / Pull in FO drop cable (existing live phone drop wire) 3K Feet 9 Removal / Re-installation of copper phone / coax cable with new FO drop cable 3K Feet 10 Existing Underground Conduit (empty spare / unoccupied conduit) 100 Feet 11 Rod / Rope existing conduit / Pull in FO drop cable (existing empty conduit) 100 Feet 12 Remove and replace asphalt SF 13 Remove and replace concrete sidewalk / driveway SF OSP Instructions / Notes: Bids must be submitted with line-item pricing for installations of FTTP service drops for all items, and all subject to the contract bid requirements. Item 1 - Service Drop Fixed Fee Aerial - Shall encompass all labor, equipment, and material (that is not supplied by SHELD) in the cost that are fixed relative to FO cable pathway length, including aerial placement of cable, slack loops, NID installation, splicing, connectorization, cable terminations, aerial fiber drop cable, and mobilization. This fixed fee shall cover the complete outside installation and testing for premises up to 150 feet cable length from MST to NID and that does not require any new trenching or micro ducting or sharing of existing conduit, Duplex housing units shall use a 2- fiber cable drop counted as 1.5 units. Item 2 - Aerial Path Installation (beyond 150') - Shall encompass all labor, equipment material (that is not supplied by SHELD) charges for installation of FO service drop cable along any aerial segments of the path between a NID and an optical fiber termination port, measured on a per linear foot basis per premise. Items 3,4,5,6, - New Underground Installation (Micro duct) - Shall encompass all Labor, equipment material (that is not supplied by SHELD) charges for installations of service drop cable along any underground segment of the path between a NID and an OF terminal port requiring new micro duct / conduit placement, underground drop cable, including pull tape and tracer wire installation required. Item 7,8,9,10,11 - Existing Underground Installation (existing / spare) - shall encompass all labor, equipment material (that is not supplied by SHELD) charges for installation of service drop cable along any underground segment of the path between a NID and an FO terminal placed in existing conduit, to include any rodding, roping, pull tape installations, underground drop cable, and tracer wire installation required. 19 | P a g e Labor / Equipment Rates Rate Reg / Hr. Rate OT / Hr. Sun /Holiday Hr. Telecommunications Foreman $ $ $ Telecommunications Technician w/ bucket - Installer $ $ $ Telecommunications Technician w / 2 Line Crew $ $ $ Telecommunications Apprentice $ $ $ JW Electrician $ $ $ Apprentice Electrician $ $ $ Ground Crew Member /Cable Man $ $ $ Installation Service Van $ Bucket Truck Splicing Lab $ Bucket Truck AE Cable Placement $ Underground Service vehicle $ Reel Trailer $ Pickup Truck $ Fiberspring PART B: Indoor Installation (NID to Router) Qty Unit Unit Cost SHELD MLP will provide the NID, ONT AND ROUTER (Some subscribers may use their existing routers per request). Standard Installation includes up to 75ft, of FO basement cabling from NID and up 75ft of Cat-6 to the customers first floor location following Massachusetts electrical requirements, NEC and NFPA of inside wiring and town the of South Hadley Building Department requirements when performing any and all work. Customer must provide power outlet within 4ft of ONT and Router. Basement or crawlspace must be unfinished and or have accessible drop ceiling in place. Additional work such as Installation of a RJ45 outlet, extending CAT6 and router to 2nd floor, etc. Would need to be quoted to customer/subscriber, accepted and signed by homeowner and billed directly to homeowner by Installation contractor. Coordinate Installation schedule and activate ONT with Fiberspring/SHELD provisioning host or ISP. Especially important if customer has a contracted for POTS phone service so coordinate of porting over phone number can happen the same day and time of the requested installation. 600 Premises Cutover existing phone wiring to ONT RJ-11 port and test for dial tone, number confirmation and subscriber’s connection to existing equipment 150 Phone Line Labor per hour (beyond standard installation above, as requested by homeowner) Technician Hourly The above numbers assume a 3 year% subscriber rate likely for 800 locations Not that in the premise report exact distances are not given for the "Standard Drops" of less than 250ft of either aerial or underground. The report simply assumes 50'-150' for each of them so footages estimates are conservative on the high side due to this assumption. Some installations are "combine drops" where the drop might include both underground and aerial installation on the same premise. Unit quantities specified in the Bid Form are based on a total best estimate, to allow contractor to gauge the approximate scope of total work involved. ALL contractors’ employees working for SHELD on this project must have a MA CORI background check done by employer and submit background check paperwork to bliswell@sheld.org 48hrs for approval for employee to begin work/installations or entering a subscriber / customer location. (Must Submit a copy of program with this Bid) ALL contractors’ employees working for SHELD on this project must have a Cori Check, COVID-19 and drug free company program in place, electronic copy of an active program paperwork must be sent to bliswell@sheld.org 48hrs for approval for employee to begin work/installations or entering a subscriber / customer location. (Must Submit a copy of programs with this Bid) ALL contractors’ employees working for SHELD on this project must have an employee record of drivers licenses, trade license and certification programs in place, electronic copy of program paperwork must be sent to bliswell@sheld.org 48hrs for approval for employee to begin work/installations or entering a subscriber /customer location. (Must Submit a copy of this program with this Bid) mailto:bliswell@sheld.org mailto:bliswell@sheld.org mailto:bliswell@sheld.org 20 | P a g e CERTIFICATION OF PRIME/SUB CONTRACTOR FOR CONSIDERATION OF ELIGIBILITY REQUIRED TO BE RETURNED WITH YOUR BID Please submit four (4) copies of the complete bid package forms 21 | P a g e Bidders’ Certification Requirement The bidder hereby certifies and warrants that it shall comply with the minority manpower ratio and specific action steps contained in the Supplemental EEO Anti-Discrimination & Affirmative Action Plan attached hereto, including compliance with the minority contractor compliance specified in Section V of said Supplement. The contractor receiving the award of the contract shall be required to obtain from each of its subcontractors and submit to the contracting or administering agency prior to the performance of any work under said subcontract, regardless of tier, that it will comply with all the minority manpower ratio and specific affirmative action steps contained in the Appendix EEO. TAX CERTIFICATION – MASS. G.L.C. 62 C s. 49A I certify under the penalties of perjury that I have filed all state tax returns and paid all state taxes required under law. Print- Name of person signing bid Signature Company Title Street Address City, State, Zip code 22 | P a g e Contractor’s Certification A contractor will be not eligible for award of a contract unless such contractor has submitted the following certification, which is deemed a part of the resulting contract: CONTRACTORS’ CERTIFICATION certifies that: Contractor Contractor tends to use the following listed construction trades in the work under the contract FTTP ☐Fiber Optic Splicing ☐FTTP Installation of Fiber Optic Cable ☐FTTP Hardware and Strand Pole Line ☐FTTP Construction Underground ☐FTTP Conduit Construction ☐Fiber Optic Cable Pulling or Blown in Conduit ☐Fiber Optic Cable Testing and Certification ☐Electrical Contractor – Licensed in Massachusetts ; and Will comply with all minority manpower ratio and specific affirmative action steps contained herein; and Will obtain from contractors and subcontractors and submit to SHELD prior to the award of any subcontract certification required by these bid documents. (Signature and title of authorized representative of contractor) (Date) In order to ensure that the said contractor’s and subcontractor’s certification becomes a part of all contracts under the prime contract, no signature shall be affixed until an authorized representative of SHELD has determined, in writing, that the said certification has been incorporated in such contract, regardless of tier. Any contract executed without such written approval shall be void. 23 | P a g e Evidence of Insurance Coverage Form C E R T I F I C A T E O F I N S U R A N C E Contractor’s Name: RE: Address: Bid Title: Bid Date: Signature: Tel. No.: The South Hadley Electric Light Dept “SHELD” requires contractors with whom it does business to provide SHELD with a certificate of insurance evidencing their insurance coverages. Please send a copy of this form to your insurance broker/agent or insurance company. The following certificate MUST COMPLY with our insurance requirements, which are as follows: Prior to the start of the Work, the Contractor shall procure and maintain in force Workers Compensation Insurance, Employers’ Liability Insurance, Business Automobile Liability Insurance, Commercial General Liability Insurance (CGL), and Builder’s Risk insurance. The CGL policy shall include coverage for liability arising from premises, operations, independent contractors, products- completed operations, personal injury and advertising injury, contractual liability, and broad form property damage. All insurance policies shall also name SHELD as an Additional Insured on a primary basis for liability arising out of the Work; and include a Waiver of Subrogation Endorsement in favor of SHELD Upon execution of the Agreement, the Contractor shall provide the Owner with certificates of the insurance coverage required for all of the coverage herein specified. The Contractor’s Employers’ Liability, Business Automobile Liability, and Commercial General Liability policies, as required in this Subparagraph 10.3.1, shall be written with at least the following limits of liability, on an occurrence and primary, non- contributory, basis. Employers’ Liability Insurance a. $2,000,000 Bodily Injury by Accident Each Accident b. $2,000,000 Bodily Injury by Disease Policy Limit c. $2,000,000 Bodily Injury by Disease Each Employee Business Automobile Liability Insurance d. $2,000,000 Each Accident Commercial General Liability Insurance e. $2,000,000 Each Occurrence f. $5,000,000 General Aggregate g. $5,000,000 Products / Completed Operations Aggregate h. $2,000,000 Personal and Advertising Injury Limit Builder’s Risk Ins i. $2,000,000 Each Occurrence 24 | P a g e The comprehensive general liability insurance must also specify that its coverage will be primary to the South Hadley Electric Light Dept “SHELD” for claims arising out of our contractual relationships. The South Hadley Electric Light Dept “SHELD” MUST be named as additional insured on all insurance policies. The certificate must evidence any dedicatees (other than auto physical damage deductibles) or self- insurance retentions that apply to all required insurance coverages. The insurance companies underwriting all required coverages must maintain a Best’s Rating of at least A-: Class V. The cancellation clause of the certificate of insurance must read as follows: “Should any of the above, described policies be cancelled, not renewed, change materially in amount of coverage or changed in insuring form, the issuing company will give 30 days prior written notice. A COPY OF YOUR CERTIFICATE OF INSURANCE ATTACHED TO THIS FORM MUST ACCOMPANY YOUR BID RESPONSE. 25 | P a g e Subcontractor’s Certification A contractor will be not eligible for award of a contract unless such contractor has submitted the following certification, which is deemed a part of the resulting contract: SUBCONTRACTORS’ CERTIFICATION certifies that: Contractor Contractor tends to use the following listed construction trades in the work under the contract FTTP ☐Fiber Optic Splicing ☐FTTP Installation of Fiber Optic Cable ☐FTTP Hardware and Strand Pole Line ☐FTTP Underground Construction ☐FTTP Conduit Construction ☐Fiber Optic Cable Pulling or Blown in Conduit ☐Fiber Optic Cable Testing and Certification ☐Electrical Contractor – Licensed in Massachusetts ; and Will comply with the minority manpower ratio and specific affirmative action steps contained herein; and Will obtain from each of its subcontractors and submit to SHELD prior to the award of any subcontract certification required by these bid conditions. All subcontractors working for SHELD on this project must submit a copy of their current MA Electrical Licenses, CORI check and drug-free company programs that are in place with this contract. (Signature and title of authorized representative of contractor) (Date) In order to ensure that the said subcontractor’s certification becomes a part of all subcontracts under the prime contract, no signature shall be affixed until an authorized representative of SHELD has determined, in writing, that the said certification has been incorporated in such contract, regardless of tier. Any subcontract executed without such written approval shall be void. 26 | P a g e Additional Bid Requirements Evidence of Insurance Coverage Form - Subcontractor C E R T I F I C A T E O F I N S U R A N C E Contractor’s Name: RE: The South Hadley Electric Light Dept “SHELD” requires contractors with whom it does business to provide the MLP with a certificate of insurance evidencing their insurance coverages and requirements as indicated on page 23 and in this document. Requirements and Information 1. Introduction Consideration of Eligibility as a Prime/Sub Contractor is required for projects put out to bid by the MLP South Hadley Electric Light Dept “SHELD.” This application is only to be completed by bidders that wish to be considered as eligible prime/sub-contractors. An Application for Eligibility is not required for: Ordinary (non-filed) sub-bids Requirements for Consideration 1. Bidder must demonstrate proven positive experience of at least 10 years in the category of work for which consideration is sought under the described bid information. 2. Bidder must provide proof of OSHA Approved Line Clearance Training. 3. Bidder must have an established bonding capacity record with minimum single and aggregate project limits in excess of $5,000,000 with a surety that is licensed to do business in the Commonwealth of Massachusetts and is on the most recent list of approved sureties issued by Commonwealth of Massachusetts and the United States Department of the Treasury. 4. Bidder must be able to demonstrate its ability, through its Owner, Supervision, workforce, and equipment, to satisfactorily and professionally complete the work under this specification with regard to safety, productivity, quality, and customer service. 27 | P a g e Application In filling out this bid application, be sure to answer all questions and include all required information. Failure to answer any question or comply with any directive contained in these forms shall result in denial of certification. Please submit four (4) copies of the complete bid package forms Check next to each item and ensure that the following are included: Application for Consideration (Section II). Copy of Current State Office of Minority and Women Business Assistance (SOMWBA) Certificate, if applicable (Section II (A)(4). Most recent Massachusetts Corporation Annual Report or Massachusetts Foreign Corporation Annual Report if an out of state firm (Section II (A)(8)) or LLC Annual Report if an LLC (Section II (A)(8)), and, for new applicants, please include Articles of Organization or Massachusetts Foreign Corporation Certificate if an out of state firm (Section II (A)(8)) or Certificate of Organization if a Limited Liability Company (LLC) (Section II (A)(8)). Resumes of all Principal and Supervisory Personnel (Section II (B)). Applicable licenses and certifications for any personnel anticipated to be used for the duration of this contract. Original letter from Bonding Agent or Surety Company addressed to the South Hadley Electric Light Dept “SHELD” confirming single project and aggregate limits in excess of $1,000,000, and the name of the surety (Section II (D)(1)). Most Recent Year Ending CPA-Reviewed or Audited Financial Statement (Section II (D)(2)). Workers Compensation Insurance Binder or Policy and verification of your firm’s Experience Modification Rating (EMR) (Section II (D)(4)), if applicable. DO NOT SUBMIT BINDERS OR INCLUDE SUPERFLUOUS MATERIALS 28 | P a g e Bidder Background Information Category Sheet Company Name: Address: Telephone: Fax: E-Mail Address: Submitted by: Date: Check all categories of work from the list below for which you have had recent documented experience. Categories of Work: ☐Fiber Optic Splicing ☐Installation of Fiber Optic Cable ☐Hardware and Strand Pole Line ☐Underground Construction ☐Conduit Construction ☐Fiber Optic Cable Pulling or Blown in Conduit ☐Fiber Optic Cable Testing and Certification ☐Electrical Contractor – Licensed in Massachusetts Date received: 29 | P a g e Historical Data/Organization 1. Indicate the exact name by which your firm is known: 2. How many years has your firm been in business under its present business name? 3. Indicate all other names by which your firm has been known and the length of time known by each name: 4. Is your firm currently certified by the state office of minority and women business assistance (SOMWBA) as an MBE, WBE, or MWBE? yes no If yes, please provide a copy of your firm’s current SOMWBA certificate. 5. My firm is a: (check one) Corporation Limited Liability Company Sole Proprietorship Partnership Business Trust If a corporation or LLC, list or enclose the following: 6. State of Incorporation: 7. Date of Incorporation: 8. Enclose your firm’s most recent Massachusetts Corporation Annual Report or Massachusetts Foreign Corporation Annual Report if an out of state firm or LLC Annual Report if a Limited Liability Company (LLC). For new applicants, please include Articles of Organization or Massachusetts Foreign Corporation Certificate if an out of state firm or Certificate of Organization if an LLC. If a sole proprietorship, partnership, or business trust list or enclose the following: 9. Name of proprietor, principal partners, or principal officers: 10. State in which organized: 11. Date business was initiated/organized: 12. Type of partnership (e.g., 50/50, etc.): 13. If a sole proprietorship, include a copy of business certificate as filed with town clerk of town where business is located. 14. If a partnership, include a copy of business certificate as filed with the town clerk of the city or town where partnership is located. Also, attach a copy of the partnership’s articles of information or partnership agreement. 15. If a business trust, include a copy of declaration of business as filed with the secretary of the Commonwealth. 30 | P a g e Personnel Enclose resumes of all officers, partners, principal individuals, and other key personnel in your firm. Information must include: i. educational background ii. construction experience along with trade licenses and certifications (attach copies) iii. number of years with this firm iv. names of all other firms in which the individual now has or has in the past had a financial interest or decision-making responsibility. v. licenses held - individual and corporate (attach copies) Organizational Experience 1. List all trades in which your firm customarily engages with its own employees: 2. What percentage of work does your firm customarily perform with its own employees? Bonding, Financial Data, and Workers’ Compensation 1. Attach an original letter from your bonding agent addressed to The South Hadley Electric Light Dept “SHELD”, confirming single and aggregate limits and providing name of Surety Company. The single and aggregate limits must be in excess of $1,000,000. Please note: the surety company must be licensed to issue bonding in the Commonwealth of Massachusetts by the Division of Insurance and must be on the most recent list of approved sureties issued by the United States Department of the Treasury. 2. Attach the most recent, complete year-ending reviewed or audited statement of financial condition prepared by a certified public accountant (CPA), including balance sheet, income statement, statement of cash flows, notes, and the most recent CPA- prepared mid-year financial statement. Year-ending CPA-compiled statements are not acceptable; however, mid-year statements may be CPA-compiled. Applicants that have parent companies, affiliates, or subsidiaries must provide a stand-alone financial statement that pertains solely to the applicant; in such cases if no CPA-reviewed or CPA- audited financial statement is available, the applicant may provide an in-house generated report, provided it includes a balance sheet, statement of income, and reviewed or audited statement of the parent company. 3. State the highest dollar volume of all construction work you have completed during any twelve-month period within the past five years $ . During what twelve-month period was this work completed? . Attach a CPA-prepared document confirming this information. Note: in lieu of this information, you may use your CPA-prepared financial statement as confirmation. 4. Attach a copy of your firm’s Workers Compensation Insurance policy or binder and it must indicate your firm’s Experience Modification Rating (EMR). Highest Value Projects Experience Indicate the two highest value single similar contracts completed by your firm within the past five years including start and end dates, names, addresses, and telephone numbers of references, owners, designers, and general contractors (or their representatives). When listing requested Categories of Work, refer to categories from this Section of this application. If a contract included more than one Category of Work for which your firm seeks eligibility, and the work was performed by your firm’s own employees, please provide dollar breakdowns attributable to each category of work separately. Attach additional sheets, if necessary. 31 | P a g e HIGHEST SINGLE PROJECT: Project Title: Enter all appropriate category(s) of work from page 5 that applies and include a breakdown of each category: Category 1) $ Category 2) $ Category 3) $ Total Contract Amount $ Project Location: (City & State) Start / End Dates: / Owner: Site Contact: Site Contact Number: Address: Email: Construction PM, GC or Engineer: Contact: Contact Number: Address: Email: SECOND SINGLE PROJECT: Project Title: Enter all appropriate category(s) of work from page 5 that applies and include a breakdown of each category: Category 1) $ Category 2) $ Category 3) $ Total Contract Amount $ Project Location: (City & State) Start / End Dates: / Owner: Site Contact: Site Contact Number: Address: Email: Construction PM, GC or Engineer: Contact: Contact Number: Address: Email: 32 | P a g e Projects in Progress List all similar contracts your firm has in process on this date that have a value of at least $25,000. Do not list projects with contract values of less than $25,000. If your firm has more than ten (10) projects in process on this date, please restrict your list to the ten oldest contracts still in process. Information on randomly selected projects is not acceptable. Answer all questions. When listing requested Categories of Work, list all relevant categories of work which your firm performed with its own employees for each project. With respect to single contracts involving multiple categories of work, provide a dollar breakdown attributable to each category listed. Attach additional sheets, if necessary. 1) PROJECT TITLE: Project Title: Enter all appropriate category(s) of work from page 5 that applies and include a breakdown of each category: Category 1) $ Category 2) $ Category 3) $ Total Contract Amount $ Project Location: (City & State) Start / End Dates: / Owner: Site Contact: Site Contact Number: Address: Email: Construction PM, GC or Engineer: Contact: Contact Number: Address: Email: 2) PROJECT TITLE: Project Title: Enter all appropriate category(s) of work from page 5 that applies and include a breakdown of each category: Category 1) $ Category 2) $ Category 3) $ Total Contract Amount $ Project Location: (City & State) Start / End Dates: / Owner: Site Contact: Site Contact Number: Address: Email: Construction PM, GC or Engineer: Contact: Contact Number: Address: Email: 33 | P a g e 3) PROJECT TITLE: Project Title: Enter all appropriate category(s) of work from page 5 that applies and include a breakdown of each category: Category 1) $ Category 2) $ Category 3) $ Total Contract Amount $ Project Location: (City & State) Start / End Dates: / Owner: Site Contact: Site Contact Number: Address: Email: Construction PM, GC or Engineer: Contact: Contact Number: Address: Email: 4) PROJECT TITLE: Project Title: Enter all appropriate category(s) of work from page 5 that applies and include a breakdown of each category: Category 1) $ Category 2) $ Category 3) $ Total Contract Amount $ Project Location: (City & State) Start / End Dates: / Owner: Site Contact: Site Contact Number: Address: Email: Construction PM, GC or Engineer: Contact: Contact Number: Address: Email: 34 | P a g e 5) PROJECT TITLE: Project Title: Enter all appropriate category(s) of work from page 5 that applies and include a breakdown of each category: Category 1) $ Category 2) $ Category 3) $ Total Contract Amount $ Project Location: (City & State) Start / End Dates: / Owner: Site Contact: Site Contact Number: Address: Email: Construction PM, GC or Engineer: Contact: Contact Number: Address: Email: 6) PROJECT TITLE: Project Title: Enter all appropriate category(s) of work from page 5 that applies and include a breakdown of each category: Category 1) $ Category 2) $ Category 3) $ Total Contract Amount $ Project Location: (City & State) Start / End Dates: / Owner: Site Contact: Site Contact Number: Address: Email: Construction PM, GC or Engineer: Contact: Contact Number: Address: Email: 35 | P a g e 7) PROJECT TITLE: Project Title: Enter all appropriate category(s) of work from page 5 that applies and include a breakdown of each category: Category 1) $ Category 2) $ Category 3) $ Total Contract Amount $ Project Location: (City & State) Start / End Dates: / Owner: Site Contact: Site Contact Number: Address: Email: Construction PM, GC or Engineer: Contact: Contact Number: Address: Email: 8) PROJECT TITLE: Project Title: Enter all appropriate category(s) of work from page 5 that applies and include a breakdown of each category: Category 1) $ Category 2) $ Category 3) $ Total Contract Amount $ Project Location: (City & State) Start / End Dates: / Owner: Site Contact: Site Contact Number: Address: Email: Construction PM, GC or Engineer: Contact: Contact Number: Address: Email: 36 | P a g e 9) PROJECT TITLE: Project Title: Enter all appropriate category(s) of work from page 5 that applies and include a breakdown of each category: Category 1) $ Category 2) $ Category 3) $ Total Contract Amount $ Project Location: (City & State) Start / End Dates: / Owner: Site Contact: Site Contact Number: Address: Email: Construction PM, GC or Engineer: Contact: Contact Number: Address: Email: 10) PROJECT TITLE: Project Title: Enter all appropriate category(s) of work from page 5 that applies and include a breakdown of each category: Category 1) $ Category 2) $ Category 3) $ Total Contract Amount $ Project Location: (City & State) Start / End Dates: / Owner: Site Contact: Site Contact Number: Address: Email: Construction PM, GC or Engineer: Contact: Contact Number: Address: Email: 37 | P a g e Completed Projects List all similar construction projects having a value of at least at least $25,000, which your firm has completed within the past five years, or the ten most recent projects completed within the past five years that were at least $25,000. Do not list projects with contract values less than $25,000. Information on randomly selected projects is not acceptable. Note: when listing requested Categories of Work, list all relevant categories of work that your firm performed with its own employees for each project. With respect to single contracts involving multiple categories of work, provide a dollar breakdown attributable to each category listed. Attach additional sheets, if necessary. 1) PROJECT TITLE: Project Title: Enter all appropriate category(s) of work from page 5 that applies and include a breakdown of each category: Category 1) $ Category 2) $ Category 3) $ Total Contract Amount $ Project Location: (City & State) Start / End Dates: / Owner: Site Contact: Site Contact Number: Address: Email: Construction PM, GC or Engineer: Contact: Contact Number: Address: Email: 2) PROJECT TITLE: Project Title: Enter all appropriate category(s) of work from page 5 that applies and include a breakdown of each category: Category 1) $ Category 2) $ Category 3) $ Total Contract Amount $ Project Location: (City & State) Start / End Dates: / Owner: Site Contact: Site Contact Number: Address: Email: Construction PM, GC or Engineer: Contact: Contact Number: Address: Email: 38 | P a g e 3) PROJECT TITLE: Project Title: Enter all appropriate category(s) of work from page 5 that applies and include a breakdown of each category: Category 1) $ Category 2) $ Category 3) $ Total Contract Amount $ Project Location: (City & State) Start / End Dates: / Owner: Site Contact: Site Contact Number: Address: Email: Construction PM, GC or Engineer: Contact: Contact Number: Address: Email: 4) PROJECT TITLE: Project Title: Enter all appropriate category(s) of work from page 5 that applies and include a breakdown of each category: Category 1) $ Category 2) $ Category 3) $ Total Contract Amount $ Project Location: (City & State) Start / End Dates: / Owner: Site Contact: Site Contact Number: Address: Email: Construction PM, GC or Engineer: Contact: Contact Number: Address: Email: 39 | P a g e 5) PROJECT TITLE: Project Title: Enter all appropriate category(s) of work from page 5 that applies and include a breakdown of each category: Category 1) $ Category 2) $ Category 3) $ Total Contract Amount $ Project Location: (City & State) Start / End Dates: / Owner: Site Contact: Site Contact Number: Address: Email: Construction PM, GC or Engineer: Contact: Contact Number: Address: Email: 6) PROJECT TITLE: Project Title: Enter all appropriate category(s) of work from page 5 that applies and include a breakdown of each category: Category 1) $ Category 2) $ Category 3) $ Total Contract Amount $ Project Location: (City & State) Start / End Dates: / Owner: Site Contact: Site Contact Number: Address: Email: Construction PM, GC or Engineer: Contact: Contact Number: Address: Email: 40 | P a g e 7) PROJECT TITLE: Project Title: Enter all appropriate category(s) of work from page 5 that applies and include a breakdown of each category: Category 1) $ Category 2) $ Category 3) $ Total Contract Amount $ Project Location: (City & State) Start / End Dates: / Owner: Site Contact: Site Contact Number: Address: Email: Construction PM, GC or Engineer: Contact: Contact Number: Address: Email: 8) PROJECT TITLE: Project Title: Enter all appropriate category(s) of work from page 5 that applies and include a breakdown of each category: Category 1) $ Category 2) $ Category 3) $ Total Contract Amount $ Project Location: (City & State) Start / End Dates: / Owner: Site Contact: Site Contact Number: Address: Email: Construction PM, GC or Engineer: Contact: Contact Number: Address: Email: 41 | P a g e 9) PROJECT TITLE: Project Title: Enter all appropriate category(s) of work from page 5 that applies and include a breakdown of each category: Category 1) $ Category 2) $ Category 3) $ Total Contract Amount $ Project Location: (City & State) Start / End Dates: / Owner: Site Contact: Site Contact Number: Address: Email: Construction PM, GC or Engineer: Contact: Contact Number: Address: Email: 10) PROJECT TITLE: Project Title: Enter all appropriate category(s) of work from page 5 that applies and include a breakdown of each category: Category 1) $ Category 2) $ Category 3) $ Total Contract Amount $ Project Location: (City & State) Start / End Dates: / Owner: Site Contact: Site Contact Number: Address: Email: Construction PM, GC or Engineer: Contact: Contact Number: Address: Email: 42 | P a g e Regarding the information you supplied in sections prior: Is your firm or any individual who owns, manages or controls your firm affiliated with any owner, designer or general contractor named in the above experience sections either through a business or family relationship? (Check one) yes no Are any of the contact persons named in the above experience sections affiliated with your firm or any individual who owns, manages or controls your company, either through a business or family relationship? (Check one) yes no If you have answered yes to either question, please explain. Attach additional sheets, if necessary. 43 | P a g e General Performance Answer the following questions by using your cursor to click YES or NO. Information is to cover the past five years prior to the date of submission of this application. If you answer YES to any question, on a separate page provide a complete explanation. Include all details [project name(s) and location(s), names of all parties involved, relevant dates, etc.]. YES NO 1. Has your firm been terminated on any contract prior to completing a project or has any officer, partner or principal of your firm been an officer, partner or principal of another firm that was terminated or failed to complete a project? 2. Has your firm failed or refused either to perform or complete any of its work under any contract prior to substantial completion? 3. Has your firm failed or refused to complete any punch list work under any contract? 4. Has your firm filed for bankruptcy, or has any officer, principal or individual with a financial interest in your current firm been an officer, principal or individual with a financial interest in another firm that filed for bankruptcy? 5. Has your surety taken over or been asked to complete any of your work under any contract? 6. Has a payment or performance bond been invoked against your current firm, or has any officer, principal or individual with a financial interest in your current firm been an officer, principal or individual with a financial interest in another firm that had a payment or performance bond invoked? 7. Has your surety made payment to a materials supplier or other party under your payment bond on any contract? 8. Has any subcontractor filed a demand for direct payment with an awarding authority for a public project on any of your contracts? 9. Have any of your subcontractors or suppliers filed litigation or enforced a mechanic’s lien against any property in connection with work performed or materials supplied under any of your contracts? 10. Have there been any deaths of an employee or others occurring in connection with any of your projects? 11. Has any employee or other person suffered an injury in connection with any of your projects resulting in their inability to return to work for a period in excess of one year? 44 | P a g e Legal or Administrative Proceedings; Compliance with Laws Please answer the following questions. Information is to cover all judicial and administrative proceedings arising prior to the date of submission of this application. The term “administrative proceeding” as used in this application for certificate of eligibility includes (i) any action taken or proceeding brought by a governmental agency, department or officer to enforce any law, regulation, code, legal, or contractual requirement, except for those brought in state or federal courts, or (ii) any action taken by a governmental agency, department or officer imposing penalties, fines or other sanctions for failure to comply with any such legal or contractual requirement. If you answer yes to any question, on a separate page provide a complete explanation of each proceeding or action and any judgment, decision, fine or other sanction or result. Include all details (name of court or administrative agency, title of case or proceeding, case number, date action was commenced, date judgment or decision was entered, fines or penalties imposed, etc.). YES NO 1. Are there any judicial proceedings (other than criminal proceedings) pending or that have been concluded adversely against your firm or a principal or officer or anyone with a financial interest in your firm relating to the procurement or performance of any construction contract, including but not limited to actions to obtain payment brought by subcontractors, suppliers or others? 2. Have any criminal proceedings been brought or have there been any convictions against or plea agreements involving your firm or a principal or officer or anyone with a financial interest in your firm. 3. Have any judicial or administrative proceedings been brought or concluded adversely or settlement agreements entered against your firm or a principal or officer or anyone with a financial interest in your firm relating to a violation of state or federal procurement laws arising out of the submission of bids or proposals? 4. Have any judicial or administrative proceedings been brought or concluded adversely or settlement agreements entered against your firm or a principal or officer or anyone with a financial interest in your firm relating to a violation of state or federal laws regulating campaign contributions? 5. Have any judicial or administrative proceedings been brought or concluded adversely or settlement agreements entered against your firm or a principal or officer or anyone with a financial interest in your firm relating to a violation of chapter 268A of the Massachusetts General Laws? 6. Have any judicial or administrative proceedings been brought or concluded adversely or settlement agreements entered against your firm or a principal or officer or anyone with a financial interest in your firm relating to a violation of any state or federal law regulating prevailing wages? 45 | P a g e Legal or Administrative Proceedings; Compliance with Laws (continued) YES NO 7. Have any judicial or administrative proceedings been brought or concluded adversely or settlement agreements entered against your firm or a principal or officer or anyone with a financial interest in your firm relating to a violation of any state or federal law regulating hours of labor, unemployment compensation, minimum wages, overtime pay, equal pay, child labor or worker’s compensation? 8. Have any judicial or administrative proceedings been brought or concluded adversely or settlement agreements entered against your firm or a principal or officer or anyone with a financial interest in your firm relating to a violation of any state or federal law prohibiting discrimination in employment? 9. Have any judicial or administrative proceedings been brought or concluded adversely or settlement agreements entered against your firm or a principal or officer or anyone with a financial interest in your firm relating to a claim of repeated or aggravated violation of any state or federal law regulating labor relations or occupational health or safety? 10. Have any proceedings been brought by any municipal, state or federal agency to debar or suspend your firm or any principal or officer or anyone with a financial interest in your firm from public contracting? 11. Has your firm been denied certification, been decertified or debarred for any reason by any municipal, state or federal agency? 12. Has your firm been fined by OSHA or any municipal or federal agency for violations of any laws or regulations related to occupational health or safety? Note: this information may be obtained from OSHA’s Web Site at www.osha.gov 13. Has your firm been sanctioned for failure to achieve DBE/MBE/WBE goals, workforce goals, or failure to file certified payrolls on any public projects? http://www.osha.gov/ 46 | P a g e Certification (notarization required) The undersigned hereby certifies: (Print name) That I am an owner or principal of , (Company name) and that all answers and all statements contained in the attached application for certificate of eligibility are true and correct. Providing false or misleading information or failure to provide all required information will be grounds for denial, decertification and/or debarment. I attest to the accuracy of all information contained in this application and verify that the information submitted is in fact accurate and true, under oath. Signed and Sworn under the Pains and Penalties of Perjury. Dated at This day of , 20 . By (signature): Print name: Title or position: ************************************************************************* ss. . (country) (state) Before me, , personally, appeared and (notary public) known to me to be , based (name of officer) on satisfactory evidence which was a driver’s license and acknowledged that they are authorized to execute the foregoing and that its execution is their free act and deed and the free act and deed of the company. My commission expires: (notary public signature) (print name) 47 | P a g e Attachment A (1) Certificate as to Corporate Bidder; (2) Certificate as to Payment of State Taxes; (3) Certificate of Non-collusion; and (4) Certificate of Fair labor practices (1) CERTIFICATE AS TO CORPORATE BIDDER I, certify that I am the of the corporation named as Bidder in the Bid included herein, that , who signed said Bid on behalf of the Bidder was then of said corporation, that I know their signature, that their signature thereon is genuine, and that said Bid was duly signed, sealed and executed for and on behalf of said corporation by authority of its governing body. (Corporate Seal) (Secretary-Clerk) Dated: (2) CERTIFICATE AS TO PAYMENT OF STATE TAXES Pursuant to M.G.L. Ch. 62C, sec. 49A, I certify under the penalties of perjury that I have filed all state tax returns and paid all state taxes required under law. Social Security Number or Signature of Individual Federal Identification Number By: Corporate Officer (if applicable) Corporate Name (3) CERTIFICATE OF NON-COLLUSION The undersigned certifies under penalties of perjury that this bid or proposal has been made and submitted in good faith and without collusion or fraud with any other person. As used in this certification, the word "person" shall mean any natural person, business, partnership, corporation, union, committee, club, or other organization, entity, or group of individuals. (Name of person signing bid or proposal) (Name of Business) 48 | P a g e (4) CERTIFICATE OF FAIR LABOR PRACTICES The undersigned certifies under penalties of perjury that in accordance with Section 504 of the (Federal) Rehabilitation Act of 1973 and 31 Code of Federal Regulations, Part 51, their company does not discriminate on its employment, procurement and marketing activities on the basis of race, creed, color national origin, sex, handicap or age. (Name of person signing bid or proposal) (Name of Business) 49 | P a g e Addendum A GENERAL SPECIFICATIONS AND STANDARDS GENERAL REQUIREMENTS 1.1 PERMITS - Contractor shall obtain and track the status of all permits needed to construct the project. The Contractor shall work closely with the OWNER to determine the necessary Right of Entry and permits. 1.2 PROJECT MANAGER - for the Contractor shall be required to meet with each agency, along with representatives from the OWNER, and collect any necessary information from the agencies for design and permit submittal. These meetings will commence no later than two weeks after the "Notice to Proceed" is given to the Contractor. 1.3 REDLINE DRAWINGS - Contractor shall provide As-Built drawings in Portable Document Format (PDF) as well as 11x17 paper copies to SHELD. The Contractor shall update actual construction progress as applicable on redline drawings during construction. Such drawings shall be available to SHELD for review throughout the project. UNDERGROUND CONSTRUCTION SPECIFICATIONS 2.1 MATERIALS AND EQUIPMENT All materials and equipment not supplied by SHEID shall be new and shall be applied, installed, connected, erected, utilized, cleaned and conditioned in accordance with SHELD specifications and the specific standards specified in the following sections. All conduits and cable shall be plugged or capped during the construction process and upon completion to prevent any intrusion of silt, water, or foreign substances into the infrastructure. Contractor shall abide by the following acceptable practices to complete the installation. 2.2 PLOWING (preferred) 2.2.1 Plowing innerduct includes the hauling of innerduct from storage area to work location and any handling required to properly install (via direct burying) the innerduct in the ground to a minimum depth of 12 inches (12- 18” typical). This Work includes coordination with Dig Safe and utility owners in locating their facilities prior to the installation of the innerduct. 2.2.2 The plowing equipment shall be subject to the prior written approval of SHELD and respective Authorities of having jurisdiction over roadway and railroad right-of-way. 2.2.3 The equipment and construction methods used by the Contractor shall be such as to cause minimum displacement of the soil. The slot made in the soil by the cable plows shall be closed immediately by tamper or by other professional means. 2.2.4 Damage to banks, ditches, and roads caused by the equipment shall be immediately repaired and restored to original condition to the satisfaction of SHELD and the Jurisdictional Authorities. 50 | P a g e 2.2.5 Where cable is buried near the edge of pavements, the Contractor shall take particular care to avoid damaging the pavement. If such damage does occur, repairs shall be made immediately to restore to original condition to meet the requirements of SHELD and the Jurisdictional Authorities and at minimum within 10 business days thereafter. 2.2.6 The Contractor shall promptly repair any damage to fences, lawns, shrubbery, drives, sprinklers and all other noted customer systems mentioned in this document and any other property damaged during construction must be restored to original condition within 10 days thereafter. 2.2.7 The start pits, finish pits, and pits at points of intersections will be excavated in advance of plowing. Utility crossings will be exposed prior to start of plowing operations. The Contractor shall exercise care in the use of trenching equipment and shovels in joining slots and/or trenches to other slots/trenches to be certain that the cable is not damaged. 2.3 GRASS/SOD TRENCH INSTALLATION 2.3.1 Where plowing is unfeasible, Contractor shall excavate as required (i.e., machine trench, hand dig, etc.) to install ducts as indicated in the Contract Drawings as applicable to allow a minimum of twelve inches (12") (typ.12”-16”) of cover to top of conduit below finished grade, or as specified on the Contract Drawings and/or permits. The installation shall be complete with removal and disposal of excavated materials or materials not suitable for backfill and the installation of the conduit. 2.3.2 Restoration shall include the placement of select fill or clean backfill compacted. Clean backfill is defined as existing native soil containing material that is free of debris and contains no cobbles greater than one-half inch (1/2") in diameter. The Work may also include shoring, bracing, road bore connections, and all other operations necessary to complete the installation. 2.3.3 Trenches shall be kept as straight as practical. The bottom of the trench shall be smooth and free from any sharp edges. The trench shall be kept clear of debris and loose rock. All changes in trench grade shall be less than one foot (1') per ten feet (10'). 2.3.4 In applications where HDPE ducts are installed, Contractor shall install the ducts to prevent excessive waving of the ducts within the trench. Contractor shall tension the ducts to prevent waving in the trench prior to backfilling. Conduits shall be installed in such a manner as to keep conduit configuration consistent. Conduits shall be bound along the trench line every ten feet (10') to maintain this configuration and minimize spiraling. 2.3.5 Fiber Optic warning tape shall be installed 10 inches (10") above buried facilities in open trench construction. 2.3.6 Contractor shall have the full responsibility to ensure tie-ins and duct couplings be made to ensure elevations remain as straight as possible and that the duct and conduit joints provide an airtight seal. Contractor shall furnish duct couplers to achieve this requirement. 2.3.7 All trench sections must be closed at the end of each working day. Contractor shall restore the surface conditions to original or better conditions or as required by the Jurisdictional Authorities.

85 Main Street, South Hadley, MA 01075Location

Address: 85 Main Street, South Hadley, MA 01075

Country : United StatesState : Massachusetts

You may also like

TWO QPCR SYSTEMS

Due: 03 May, 2024 (in 5 days)Agency: AGRICULTURAL RESEARCH SERVICE

ABB INSTALLATION SERVICES OF EXISTING HARDWARE

Due: 31 Jan, 2025 (in 9 months)Agency: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION

Please Sign In to see more like these.

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