Board of Public Utilities
of the
City of Springfield, Missouri
SpringNet Fiber Optic Network Expansion
Construction Management Partner
COMPETITIVE REQUEST FOR PROPOSAL
Step 1- Request For Qualifications
RFP #0000060830
August 2019
RFP 60830 (FO Expansion- Construction) Step 1: Request For Qualifications - Page 2 of 59
Board of Public Utilities
of the
City of Springfield, Missouri
INDEX
I. INVITATION TO PROVIDE QUALIFICATIONS ................................................. Page 3
II. REQUEST FOR QUALIFICATIONS DETAILS ..................................................... Page 6
III. RFQ QUESTIONS/REQUESTS FOR SUBMITTALS ............................................ Page 8
IV. PARTNER RESPONSIBILITIES AND PROJECT PARAMETERS .................... Page 12
V. DETAILED PROJECT SCOPE OF WORK .......................................................... Page 16
VI. TECHNICAL SPECIFICATIONS ......................................................................... Page 18
VII. APPENDICES ........................................................................................................ Page 31
• APPENDIX 1: Project Insurance Requirements ....................................... Page 32
• APPENDIX 2: Performance, Labor and Materials Bond Sample ............ Page 36
• APPENDIX 3: SpringNet Construction Standards ................................... Page 37
DIRECTORY OF TABLES
Table 1: Project Partner Areas of Responsibility ................................................................ Page 12
Table 2: Estimated Project Timeline .................................................................................... Page 18
DIRECTORY OF DIAGRAMS
Diagram 1: Project Roles and Responsibilities ................................................................... Page 13
Diagram 2: Fiber Hut Region Example ................................................................................ Page 14
*** END OF SECTION ***
RFP 60830 (FO Expansion- Construction) Step 1: Request For Qualifications - Page 3 of 59
I. INVITATION TO PROVIDE QUALIFICATIONS
A. Introduction
The Board of Public Utilities of the City of Springfield, Missouri, invites you to submit your interest,
qualifications and capabilities to provide services as a Construction Management Partner for CU’s
SpringNet Fiber Optic Network Expansion project. Contract Documents are available online as
instructed in RFP Section C (Supplemental Procurement Documents). Questions should be directed to:
Erica Sutton, CPPB Purchasing Department
Supervisor – Purchasing City Utilities of Springfield, Missouri
[P] (417) 831-8496 - AND - [P] (417) 831-8363
[F] (417 831-8377 [F] (417) 831-8377
[E] [email protected] [E] [email protected]
City Utilities of Springfield, Missouri is a municipal utility governed by the Board of Public Utilities.
City Utilities is engaged in the production and distribution of electricity, distribution of natural gas, the
treatment and distribution of water, provision of commercially available broadband services and the
provision of public transportation services for the City of Springfield, and the surrounding area. Since
City Utilities is an agency of a Missouri municipal corporation, the laws of the state of Missouri shall
apply and control any contract which is awarded. When the term “City Utilities of Springfield”, “City
Utilities” or “CU” is used in this document, it shall refer to the City of Springfield, Missouri, a
municipal corporation, operating its public utilities through the Board of Public Utilities.
CU reserves the right to waive informalities and to accept or reject any and all responses submitted.
The terms “bid”, “proposal” and “response” are synonymous when used in this document. The term
“Bidder” may also be referred to as “Proposer”, “Contractor” or “Seller”. “City Utilities of Springfield”
may also be referred to as “City Utilities”, “Owner”, “Buyer” or “CU”.
B. RFP Registration
City Utilities requests that firms interested in this RFP contact the Purchasing representative listed in
the previous section and register as a bidder. City Utilities will keep contact information in a log and
notify those that have registered when addenda are issued. Bidders are advised that addenda containing
additional information and instruction pertaining to this RFP may be issued at any time. It is the
bidder’s responsibility to verify, prior to the stated proposal opening date/time, as to whether addenda
have been issued.
C. Supplemental Procurement Documents
Procurement Documents for RFP 0000060830, including applicable addenda, can be viewed and
downloaded by navigating to the following Website and searching by bidding event number or name:
cityutilities.net/bids
or go to www.cityutilities.net and follow these links:
- For Business (top of page)
- Purchasing
- Bidding Opportunities
- Current Bidding Events & Awards Results
- All CU Bidding Opportunities
- 0000060830
You will have access to open, print and/or save pdf file(s).
RFP 60830 (FO Expansion- Construction) Step 1: Request For Qualifications - Page 4 of 59
D. Project Overview- Summary Scope of Work
Through its SpringNet division, City Utilities is expanding its existing fiber optic network by
approximately 1,100 miles. CU is seeking a qualified Construction Management Partner to perform
work associated with the installation and construction required for this expansion. The work includes,
but is not limited to, the installation of cable, conduit, underground strand, aerial strand, and associated
infrastructure within certain detailed portions of the City Utilities service area. A detailed scope of
work is provided in RFP Section V (Detailed Project Scope of Work).
E. Explanation of Procurement Method
The procurement method being utilized for this project is a two-step Request For Proposal (RFP). Step
1 is a Request For Qualifications (RFQ) which is being utilized to identify the most qualified contractors
based on the project’s unique requirements and constraints. This RFQ step is the initial inquiry
regarding qualifications and capabilities of a potential Construction Management Partner NOT a
solicitation for bids. Pricing is not requested at this stage and should not be submitted. Responses to
this RFQ will be evaluated based on the criteria provided in RFP Section II-B (Evaluation and Selection
Process) and those firms evaluated highest, as determined by City Utilities, will be designated as
“Prequalified” and invited to participate in Step 2 of the RFP process- Submission of Pricing. Step 2
will result in the ultimate determination of CU’s Construction Management Partner for this project
based on a review of total cost as submitted by the Prequalified Bidder in response to the Step 2 bid
form that will be provided.
F. Proposed Schedule of Events
RFP Step One Request for Qualifications (Prequalification Process)
August 13, 2019 Request For Qualifications released
August 27, 2019
Due Date for Request For Interpretation (Questions)
September 9, 2019 Due Date for Responses to Request For Qualifications
September 20, 2019
Designation of Pre-Qualified Contractors
RFP Step Two Submission of Pricing from Designated Prequalified Contractors
September 20, 2019 Request For Pricing (Bid Form) released
October 1 or 3, 2019 Pre-Proposal Conference (Mandatory)
October 25, 2019
Due Date for Responses to Request For Pricing (Bid Form)
November 1, 2019 Notice of Award issued
February 3, 2020 Anticipated commencement date of work
RFP 60830 (FO Expansion- Construction) Step 1: Request For Qualifications - Page 5 of 59
G. Due Date and Method for Responses
Responses to this Request for Qualifications (Step 1) are due by 5:00 PM (CST) – September 9, 2019.
Any response received after such date and time will be rejected.
FAX AND EMAIL RESPONSES ARE NOT ACCEPTABLE. All proposals must be received by CU
Purchasing by the opening date and time stated in this document. The method of submittal is at the sole
discretion and risk of the bidder. Preparation for any submittal method should be taken well enough in
advance of the posted opening date and time to allow for unexpected issues. City Utilities is not
responsible for submittal failures of any kind- electronic or otherwise. Bidders utilizing CU’s Electronic
Bid Attachment Tool (EBAT) should verify that any attachment meets the posted electronic file type and
size requirements. Bidders mailing proposals or having proposals delivered should allow sufficient time
to insure receipt by the due date and time specified. Mail, express mail and delivered responses should
be sealed in an opaque envelope or package.
ACCEPTABLE SUBMISSION METHODS IN RESPONSE TO THIS RFQ:
1) Electronic Bid Attachment Tool (EBAT)
Open to all participants - NO REGISTRATION OR LOGIN REQUIRED. Proposals submitted
via EBAT must be an approved electronic file type (PDF, DOC, XLS, TIF or ZIP) and have a
total attachment size that does not exceed 50-MB.
www.cityutilities.net/EBAT
OR GO TO www.cityutilities.net and click on the following links:
- For Business (at top of page)
- Purchasing
- Bidding Opportunities
- Electronic Bid Attachment Tool (EBAT)
2) Mail / Express Mail / Hand Deliver
City Utilities of Springfield, Missouri
Attn: Erica Sutton - Purchasing (Request For Proposal # 60830)
301 E. Central St. (65082-3834) [EXPRESS MAIL / HAND DELIVER OPTIONS]
PO Box 551 (65801-0551) [USPS MAIL OPTION]
Springfield, Missouri
*** END OF SECTION ***
RFP 60830 (FO Expansion- Construction) Step 1: Request For Qualifications - Page 6 of 59
II. REQUEST FOR QUALIFICATIONS DETAILS
A. Interpretation To Bidder
A prospective bidder who is in doubt as to the meaning of any part of the Contract Documents or any
addenda thereto, may submit a written request for interpretation. Such request shall be directed to the
CU Purchasing representative, and the CU Purchasing department general email address, as specified
in RFP Section I, A (Introduction).
Any such interpretation will be made by written addendum. City Utilities will not be responsible for
any explanation or interpretation of proposed documents other than by such an addendum. An oral
permission or interpretation has no legal force, authority, or effect. Any addenda must be
acknowledged in the official Response to RFQ and will become a part of the Contract
Documents. Failure to acknowledge in the Response to RFQ all addenda issued may constitute grounds
for rejection of that Response.
All requests for interpretations must be received by the Purchasing Department no later than the “Due
Date for Request For Interpretation (Questions)” provided in Section I, F (Proposed Schedule of
Events). Requests received after the posted due date will not be answered. Persons submitting a
request will be responsible for its prompt delivery.
B. Evaluation and Selection Process
The success of all partners involved with this project, as well as the overall impact to the community,
is of paramount importance to City Utilities. A committee will evaluate responses to this RFQ in order
to identify partner candidates that best exhibit the skills necessary to successfully complete this project.
Those firms that sufficiently satisfy the requirements, as determined by City Utilities, will be designated
as “Prequalified” and invited to participate in Step 2 of the RFP process. A Competitive Range of the
highest evaluated applicants may be developed, and City Utilities reserves the right to limit
participation in Step 2 of the RFP process to only those applicants which received the highest rankings.
Determining factors associated with the designation of “Prequalified” status are at the sole discretion
of City Utilities. City Utilities may consider any factor it deems relevant including, but not limited to:
• The ability of the potential partner to meet the requirements detailed in this RFQ document,
specifically responses to Section III, RFQ Questions/Requests for Submittals. • The expertise and availability of the potential partner’s leadership, support personnel, and
field personnel (including subcontractors) assigned to the project. • The applicable experience and history of successful projects of similar scope completed by
the potential partner. • The overall logic and stability of the proposed project plan including staffing levels and
efforts/time frame required for initial project ramp-up. • The reputation of a potential partner related to the overall determination of success of a
project from the perspective of:
o The communities it may be currently working in, or has previously worked in;
o Its history of fair treatment of, and prompt payment to, subcontractors and suppliers;
o Its overall financial stability required for business continuation.
Any response must comply with the requirements contained in the RFQ. Deviation from the
requirements will be evaluated but may, at the discretion of City Utilities, result in the rejection of the
response. City Utilities reserves the right to waive informalities and to accept or reject any or all
responses submitted. If City Utilities determines that a response has failed to meet an acceptable level
on any factor, whether or not that factor has been explicitly called out, then City Utilities may reject
that response. The evaluation and selection process for this RFP is based on competitive, negotiated
RFP 60830 (FO Expansion- Construction) Step 1: Request For Qualifications - Page 7 of 59
procurement procedures; therefore, detailed information pertaining to the procurement process
(including participants details, scoring tabulations, etc.) will not be available until the official Notice
of Award is issued.
C. Response Withdrawal
Responses to this RFQ may be withdrawn at any time prior to the stated response due date.
D. Errors in Proposals
Each bidder must carefully examine his proposal prior to submission. Failure to do so is at the bidder's
risk. He is responsible for any errors therein. Claim of oversight is not a basis for permitting withdrawal
of a proposal after opening. There shall be no erasures in any proposal. Any changes must be made by
striking the portion to be changed with the change noted above the deleted portion, followed by the
bidder's initials and date.
E. Proprietary Information
Pursuant to Section 610.021.15 R.S.Mo, City Utilities may close records that relate to scientific and
technological innovations in which the owner has a proprietary interest. If you plan to submit such
information with your response and wish to keep it confidential, please submit it in a separate envelope
and clearly mark it "CONFIDENTIAL AND PROPRIETARY SCIENTIFIC AND/OR
TECHNOLOGICAL INFORMATION." This information must not include prices, terms and
conditions, Bidder's qualifications, or any other information submitted in response to this Request for
Qualifications that is not exempted under Section 610.021.15. Any information that does not fall within
Section 610.021.15 or other exception to Missouri's Sunshine Law (Section 610.021 R.S.Mo., et seq.)
is a public record and will be disclosed upon request.
F. Standard Bidding Instructions, General Conditions and Construction Standards
Any order arising from this RFP will be subject to the following WHICH ARE INCORPORATED
HEREIN BY REFERENCE:
1) City Utilities of Springfield Missouri Standard Bidding Instructions (Rev 2-2018)
2) City Utilities of Springfield Missouri General Conditions (Rev 8-2016)
3) SpringNet Construction Standards
Document F1 (“Standard Bidding Instructions”) and Document F2 (“General Conditions”) are
available online at https://www.cityutilities.net/purchasing/general/ or upon request. Document F3
(“Construction Standards”) is included in RFP Section VII (Appendices), Appendix 3.
*** END OF SECTION ***
RFP 60830 (FO Expansion- Construction) Step 1: Request For Qualifications - Page 8 of 59
III. RFQ QUESTIONS / REQUESTS FOR SUBMITTALS
The submission of sufficient and detailed responses to the following questions and/or requests for submittals
is required to evaluate all potential Construction Management Partners for this project. Responses to these
questions and/or requests for submittals should be submitted in a clear form that corresponds to the numbering
format contained herein. Failure to provide this information as instructed may result in the rejection of the
response.
Questions are weighted based on project relevance and will be scored appropriately per the following
categories:
Weight Designation Category Weight Designation Category Description
x 1 Standard- general relevance that is non-project specific
x 2 Increased relevance in relation to successful project completion
x 3 Maximum relevance in relation to successful project completion
1. PROCUREMENT PROCESS
Confirm that the following are included with your response to RFP 60830, Step 1 (Request For
Qualifications):
a. Responses to all questions/requests as presented in RFP Section III (RFQ Questions / Requests
for Submittals)
2. GENERAL DETAILS
a. [Weight = x 1] How long has your firm been in business under its present name? List any
previous names along with details for name changes.
b. [Weight = x 2] How long has your firm been in business as a General Contractor in a construction
field pertinent for the specification of this project?
c. [Weight = x 3] Provide a listing of the five (5) MOST RECENT jobs/contracts completed by your
firm. Include owner contact information and details regarding the scope and size of the project
(miles of aerial and underground cable placement, etc.), and the percentage of work self-
performed.
d. [Weight = x 2] Provide a minimum of three (3) and maximum of ten (10) references from
jobs/contracts that your firm has completed as a General Contractor that you consider as
correlative experience for the project detailed in this RFP. Include reference contact information,
date of work, and sufficient details regarding the scope and size of the project in question.
e. [Weight = x 1] Provide details, experience and/or resumes for employees that will work on this
project (include training programs, certifications, etc. as applicable to this RFP).
f. [Weight = x 1] Provide complete details on any prior projects completed for City Utilities of
Springfield, Missouri.
g. [Weight = x 3] List and describe any occurrence involving your company where a call has been
made against a payment, performance and/or bid bond on a project.
h. [Weight = x 2] Has your firm ever failed to complete a project for any reason? If yes, provide
complete details.
RFP 60830 (FO Expansion- Construction) Step 1: Request For Qualifications - Page 9 of 59
i. [Weight = x 2] List any exceptions to Section II, F (Standard Bidding Instructions, General
Conditions and Construction Standards).
3. EXPERIENCE AND CAPABILITIES
a. [Weight = x 3] TIME IS OF THE ESSENCE REGARDING THE COMPLETION OF ALL
WORK ASSOCIATED WITH THIS CONTRACT. Bidder must provide specific details as to the
overall approach that will be utilized in order to satisfy the work requirements detailed RFP
Section VI (Technical Specifications), 1.1, a and b. Bidder should specifically address:
i. Introductory workforce levels and methods to introduce additional workforce as
necessary in order to satisfactorily stay on schedule.
ii. The number of crews (i.e. total workforce headcount by discipline) required to complete
work on schedule.
b. [Weight = x 3] Bidder must provide specific details as to how he/she will satisfy the requirements
detailed in RFP Section VI (Technical Specifications), 1.2.
c. [Weight = x 3] Provide comprehensive documentation and discussion regarding the start-up
(learning curve) period that you expect for this project. The start-up period is the length of
time where problems/miscommunications may be high compared to normal (steady state)
operations. Details should include the phases, expectations of required preparation/work, and
duration of start-up as derived from experiences of previous projects that your firm has
completed that were similar in scope to this RFP. Bidder is to identify common problems that
they have encountered during start-up and the measures taken for appropriate resolution.
d. [Weight = x 3] Provide details regarding the qualifications your company plans to use to select
the role of General Foreman on this contract.
e. [Weight = x 3] How many in-house supervisors do you plan to use for this project? What is your
in-house supervisor to crew ratio?
f. [Weight = x 3] Provide answers to the following questions regarding the number of the employees
within your company:
1. Number of in-house communications linemen?
2. Number of in-house fiber optic splicers?
3. Number of in-house underground crews?
4. Number of employees with a commercial driver's license?
5. Number of office/management personnel?
g. [Weight = x 3] Provide answers to the following questions regarding the number and description
of the equipment your company owns:
1. Number and functionality description of boring machines?
2. Number and functionality description of boring machines (rock capable)?
3. Number and functionality description of backhoes/excavators?
4. Number and functionality description of dump trucks?
5. Number and functionality description of skid steers?
6. Number and functionality description of bucket trucks?
7. Number and functionality description of vacuum machines?
8. Number and functionality description of hydraulic reel trailers/trucks?
h. [Weight = x 3] What percentage of this project do you plan on self-performing (e.g. not through
a subcontractor)? Provide a detailed listing of functions that will be sub-contracted.
RFP 60830 (FO Expansion- Construction) Step 1: Request For Qualifications - Page 10 of 59
i. [Weight = x 3] List all projects and the associated software where your company and your
subcontractors used digital (paperless) construction prints (e.g. Render Networks) to provide field
crews with the construction tasks and as-builts required to complete the project.
j. [Weight = x 1] Provide confirmation and commentary regarding your firm’s ability to comply
with the requirements of RFP Section V (Detailed Project Scope of Work), 2, g (Warehouse
and Service Yard).
k. Provide details regarding the Real Time Inventory Management System that will be utilized to
track the delivery (incoming and return surplus), storage, and use of material throughout the
project.
l. [Weight = x 3] Provide complete details regarding the inventory management software your
company will use to manage project material inventory.
4. FINANCIAL STRENGTH and RISK MANAGEMENT
a. [Weight = x 2] Provide a current list of projects, including total dollar value for each, that your
firm currently has under contract.
b. [Weight = x 1] Confirm whether your firm is able to meet the insurance requirements listed in
RFP Section VII (Appendices), Appendix 1 of this document. Provide commentary regarding
any coverage requirements you are unable to satisfy.
c. [Weight = x 1] In the event your firm is awarded a contract, provide details regarding the
anticipated surety company and insurance provider (name, address, contact information, name of
the agent, etc.) that will furnish bonds (bid, payment/performance) and insurance.
d. [Weight = x 3] A firm recognized as “Prequalified” from this RFP process must have adequate
financial strength as proof that it will be able to complete the project in question without
endangering its own existence and/or risking declaration of bankruptcy. Provide the name and
address of the bank(s) which can attest to the financial responsibility of your firm. Additionally,
a review by CU of the applicant’s two most recent annual financial statements (e.g. balance
sheet, income statement, cash flow statement, etc.) is required. Please indicate whether this
information is included with your RFQ response. If it is not included with your response, provide
details of how you plan to satisfy this requirement.
e. [Weight = x 1] A Performance and Payment Bond in the amount of twenty million dollars
($20,000,000.00) will be required as security for the faithful performance and payment of all of
the Construction Management Partner’s obligations related to this project. Please acknowledge
that you are able to meet this requirement and agree to utilize the format provided in RFP Section
VII (Appendices), Appendix 2.
f. [Weight = x 2] List all projects undertaken in the last five (5) years which have resulted in partial
or final settlement of the Contract by arbitration or litigation. Provide for each project:
i. Name of Client and Project
ii. Original Contract Amount
iii. Total Claims Arbitrated or Litigated
iv. Amount of Settlement Claims
RFP 60830 (FO Expansion- Construction) Step 1: Request For Qualifications - Page 11 of 59
5. SAFETY AND LOSS CONTROL
a. [Weight = x 1] List your firm’s Interstate Experience Modification Rate (EMR) for the past
three years. Use your intrastate EMR if not interstate rated. Attach a signed and dated letter
from your workers' compensation insurance carrier verifying your EMR.
b. [Weight = x 1] Provide your firm’s Standard Occupational Classification (SOC) number.
c. [Weight = x 1] Provide your organization's injury experience for the past three years using
OSHA No. 300 logs (As an alternative, you may submit copies of your logs). The following
items must be addressed:
i. Number of OSHA recordable cases.
ii. Number of lost workday cases.
iii. Number of lost workdays.
iv. Number of restricted workday cases.
v. Number of fatalities.
vi. Number of man-hours worked.
d. [Weight = x 1] Will a full-time or part-time safety professional be utilized on this contract? If
yes, provide details including the name and contact information for the safety professional.
e. [Weight = x 1] Does your organization conduct documented safety inspections? If yes, provide
details including the frequency of the safety inspections, who conducts the inspections, etc.
f. [Weight = x 1] From the three options below, Provide details regarding your organization’s
Written Safety Program:
i. Written Safety Program is currently on file with City Utilities (provide most recent
revision date)
ii. Written Safety Program is included with response to this RFP
iii. No Written Safety Program
6. DAMAGE PREVENTION
a. [Weight = x 1] Provide details regarding your organization’s Written Damage Prevention Plan:
i. Damage Prevention Plan is currently on file with City Utilities (provide the most recent
revision date
ii. Damage Prevention Plan is included with the response to this RFQ
iii. No Damage Prevention Plan
b. [Weight = x 1] Does your organization investigate damages, perform a root cause analysis, and
provide follow up training to operators?
c. [Weight = x 1] Do your firm’s excavation practices incorporate Common Ground Alliance Best
Practices (http://commongroundalliance.com/best-practices-guide)? If yes, provide details for
confirmation.
d. [Weight = x 1] Do your firm’s equipment operators perform a pre-excavation review of locate
marks and utilities in conflict?
e. [Weight = x 1] Has your firm had any claims for damages to underground facilities in the past
year? If yes, provide details.
*** END OF SECTION ***
RFP 60830 (FO Expansion- Construction) Step 1: Request For Qualifications - Page 12 of 59
IV. PARTNER RESPONSIBILITIES AND PROJECT PARAMETERS
A. Project Overview
This project consists of expanding CU’s existing fiber optic network by approximately 1,100 miles. In
order to fulfill the requirements of this expansion, City Utilities will utilize the following project partner
resources as described in the table below:
Table 1: Project Partner Areas of Responsibility
Project Partner Category / Name Areas of Responsibility
Design & Project Management Partner:
TBG Network Services
Provision of design, guidance and support services to City
Utilities/SpringNet regarding planning, deployment and
operations of CU’s fiber optic network infrastructure
expansion efforts. Responsibilities are as assigned by CU
and include: Development and maintenance of the project
schedule; Pre-construction reviews; Materials
Management plan design/review services; Development &
maintenance of the overall project design; Design,
preparation and troubleshooting for construction and
supply management services; Oversight of contractor
progress and development and maintenance of QA/QC
programs for design, construction and supply management
operations; Development & maintenance of project
construction schedules; Provision of guidance and support
for RFP development, proposal review and potential
partner evaluation; Development & guidance of a
materials management plan; Provision of construction and
materials management inspection services; General
oversight of work planning and progress efforts; Provision
of invoice auditing and validation services; Selection and
implementation of project specific software systems; etc.
Construction Management Partner:
TBD per RFP 0000060830
Provision and management of crews for the installation of
aerial and underground fiber and ancillary equipment to
facilitate the network expansion plan; Management of in-
market materials warehouse/yard including ensuring the
accuracy of deliveries from Supply Management Partner;
jobsite delivery of materials and return delivery of surplus;
etc.
Supply Management Partner
TBD per RFP 0000060831
Provision of a complete inventory control solution that
includes maintaining guaranteed sources of specified
project materials, housing and managing adequate levels
of inventory in a dedicated project supply solution
(physical and/or virtual warehouse/yard) in order to avoid
delays in construction, and performing forecasting and
planning services, based on data supplied by Owner, to
align material needs with specific project phases; etc.
RFP 60830 (FO Expansion- Construction) Step 1: Request For Qualifications - Page 13 of 59
TIME IS OF THE ESSENCE REGARDING THE COMPLETION OF ALL WORK
ASSOCIATED WITH THIS PROJECT. Based on the “Anticipated commencement date of work”
provided in RFP Section I-F (Proposed Schedule of Events), this project has a completion requirement
of approximately twenty-seven (27) months. It is expected that the Construction Management Partner
and Supply Management Partner will be able to communicate effectively with each other, the owner
(City Utilities-SpringNet) and CU’s Design & Management Partner, TBG Network Services. Any
eventual participating partner must prove that it has the ability to coordinate efforts appropriately in
order to meet individual project phase deadlines in addition to the overall project completion deadline
while maintaining specified quality and performance standards. The following workflow diagram and
associated numbered explanations are provided to highlight the roles and responsibilities of the project
partners:
Diagram 1: Project Roles and Responsibilities
1. City Utilities (SpringNet) assigns work for a particular Fiber Hut Region and/or requests and
receives an update from the Construction Management Partner regarding work-in-process that was
previously assigned.
2. City Utilities (SpringNet) communicates to the Supply Management Partner 1) current materials
requirements in the form of a Purchase Order Release for upcoming work; and/or, 2) an update of
construction work-in-process from the Construction Management Partner or plans for upcoming
construction work yet to be assigned to be utilized as intelligence data for material availability
planning and forecasting activities.
3. The Supply Management Partner processes a Purchase Order Release or current intelligence
provided by City Utilities (SpringNet) and works with its Master Supply and Distribution Network
to appropriately plan for or troubleshoot current and upcoming project materials needs.
RFP 60830 (FO Expansion- Construction) Step 1: Request For Qualifications - Page 14 of 59
4. The Dedicated Project Supply Solution (physical and/or virtual warehouse/yard) maintained by the
Supply Management Partner is updated with materials per forecasting/planning initiatives and
outgoing shipment activity (see Workflow Step 9 for details about damaged or incorrect materials).
5. Materials (as specified by PO release) are shipped to the local project yard managed by CU’s
Construction Management Partner. With the assistance of CU’s Design & Project Management
Partner, the Construction Management Partner inspects and validates incoming shipments and
prepares materials for delivery to the jobsite. Any incorrect or damaged materials are shipped back
to CU’s Supply Management Partner (see Workflow Step 8).
6. Verified materials are delivered to the corresponding jobsite by the Construction Management
Partner.
7. Materials not used on a specified job (Surplus) are delivered back to the local project yard to be
inventoried and used on future jobs.
8. Incorrect or damaged materials identified from inspection by the Construction Management Partner
are shipped back to the Supply Management Partner for correction.
9. Any damaged or incorrect materials identified upon initial inspection by the Supply Management
Partner, or like materials returned by the Construction Management Partner from the local project
yard, are documented by the Supply Management Partner and returned to the upstream supply and
distribution network for correction.
B. General Construction Approach and Breakdown of Work
In order to better understand the requirements associated with being a partner in this engagement,
certain project-specific key terms are identified and defined below and shown on the associated
diagram:
Diagram 2: Fiber Hut Region Example
RFP 60830 (FO Expansion- Construction) Step 1: Request For Qualifications - Page 15 of 59
1) Network Backbone- The primary fiber system strategically routed around and throughout the
entire service territory that connects Fiber Huts.
2) Fiber Hut- A stand-alone building that houses broadband components necessary to relay data
signals from a centralized source throughout the entirety of the fiber network. There are seven
(7) total Fiber Huts along the Network Backbone.
3) Project Route: A specifically designed path of Fiber Distribution Hubs (FDHs) that extends
from a Fiber Hut into targeted service areas. There are approximately 8 to 12 Project Routes
connected to each Fiber Hut.
4) Fiber Hut Region (FHR): The collection of Project Routes that connect to a specific Fiber Hut.
There are seven (7) FHRs within the service territory. Each FHR contains approximately 8 to
12 Project Routes with up to 12 FDH’s per Project Route.
5) Fiber Distribution Hub (FDH)—An enclosure that provides a connection point between fiber
optic cables in the outside plant segment of the network. There are approximately 295 FDHs
within the entire service territory.
6) Fiber Distribution Hub (FDH) Area- A defined section of the service territory reached by
Access Fiber from a Fiber Distribution Hub (FDH) to bring service directly to the premise
level. There are approximately 295 FDH Areas within the entire service territory.
7) Distribution Facility (DF)- The specific fiber cable that connects a Fiber Hut to a Fiber
Distribution Hub (FDH); or, one FDH to another FDH within the same Project Route.
8) Access Facility (AF)- The specific fiber cable that connects a Fiber Distribution Hub (FDH) to
a Network Access Point (NAP).
9) Network Access Point (NAP)- A splice enclosure where a technician splices the Access Facility
to the MST Tails.
10) Multiport Service Terminal (MST)- A case containing a fiber splitter and external terminal
ports for a technician to connect a fiber drop.
11) MST Tail- A fiber cable which connects a NAP to a MST.
*** END OF SECTION ***
RFP 60830 (FO Expansion- Construction) Step 1: Request For Qualifications - Page 16 of 59
V. DETAILED PROJECT SCOPE OF WORK
1. GENERAL WORK SUMMARY
This project consists of expanding CU’s existing Fiber Network by constructing a Network Backbone
between seven (7) Fiber Hut locations, and Distribution and Access Fiber infrastructure in seven (7)
different geographical areas (Fiber Hut Regions) located within and around the City of Springfield,
Missouri. Refer to RFP Section IV (Partnership and Project Parameters), B (General Construction
Approach and Breakdown of Work).
a) The defined (fiber) architecture for this project is primarily Gigabit Passive Optical Network
(GPON): an all passive network from a Fiber Hut to the Multiport Service Terminal (MST) with
unsplit and split fibers designed throughout.
b) CU, either with its internal resources or through a separate contract, will build the Network
Backbone and the laterals into each of the seven (7) Fiber Huts.
c) CU, either with its internal resources or through a separate contract, will provide and place the
Fiber Huts and prepare the referenced sites.
d) CU, either with its internal resources or through a separate contract, will perform make-ready
and tree trimming services.
2. CONSTRUCTION MANAGEMENT PARTNER (CMP) RESPONSIBILITIES
The awarded CMP will be responsible for the installation of aerial and underground fiber for the
Distribution and Access facilities in each of the seven (7) Fiber Hut Regions (FHR’s) within and around
CU’s Service Territory. The seven (7) FHR’s correspond to the seven (7) Fiber Hut locations and
service boundaries. The Distribution and Access Fiber for the total project is estimated to consist of
approximately 800 aerial miles and 300 underground miles, and will also include splices, cabinets,
multi-port service terminals, and other fiber equipment and hardware. Work for this project will be
scheduled on a per FHR basis- refer to Section VI (Technical Specifications), 1.1, a. The following
specific project details should be noted:
a) Drops from MST to Premise ARE NOT part of the work that will be performed by the CMP.
b) Installation will be within Public Right of Way and Easements.
c) 30% of Aerial routes are estimated to be in residential “backyard” Easements.
d) The awarded CMP will utilize a Digital Construction approach that aligns with CU’s selected
Digital Construction Management tool: Render Networks.
e) The CMP will receive and accept materials directly from CU’s Supply Management Partner
(SMP) for this project. The CMP is required to have a Real Time Inventory Management
System to track the delivery (incoming and return surplus), storage and use of material
throughout the project. After validating and accepting a shipment from the SMP, the CMP is
solely responsible for all materials.
i. If there is a loss of more than zero percent (0%) of FDHs, splitters, MSTs, MST tails,
splice enclosures, fiber pigtails, pedestals, vaults, or Hut racks, City Utilities will
deduct the value of the lost or damaged material greater than zero percent (0%) from
the next available CMP invoice.
ii. If there is a loss of more than five percent (5%) of fiber cable, strand, or hardware, City
Utilities will deduct the value of the lost or damaged material greater than five percent
(5%) from the next available CMP invoice.
RFP 60830 (FO Expansion- Construction) Step 1: Request For Qualifications - Page 17 of 59
iii. If there is a loss of more than ten percent (10%) of pipe, City Utilities will deduct the
value of the lost or damaged material greater than ten percent (10%) from the next
available CMP invoice.
f) With the assistance of CU’s Design and Project Management Partner, cycle counts on rotating
material types and complete inventory counts will be performed jointly by CU and the CMP.
Cycle counts will be performed every two (2) weeks; and, a complete inventory count of all
materials will be performed every three (3) months to six (6) months, depending on results of
cycle counts.
g) The CMP must secure a Warehouse and Service Yard within twenty (20) miles of the City
Utilities service area that is capable of appropriately supporting the management of Project
materials (a minimum of 15,000 square feet – combination of inside and outside fenced
enclosure). The Construction Management Partner must establish the yard and warehouse
within no more than forty-five (45) calendar days after the Notice of Award is issued as provided
in RFP Section I, F (Proposed Schedule of Events). The warehouse/yard must be able to receive
materials delivery no less than fourteen (14) calendar days before the “Anticipated
commencement date of work” as provided in RFP Section I, F (Proposed Schedule of Events).
For details on CU’s service territory, please refer to
https://www.cityutilities.net/corporate/aboutcu/.
h) Construction is designed to be completed in seven (7) FHRs over approximately twenty-seven
(27) months: such timeframe subject to pace and completion of all essential network elements.
i) The construction mileage detailed herein is derived from a Preliminary Network Design. Each
of the seven (7) FHRs will be designed by Project Route and constructed in sequence, prior to
moving from Fiber Hut Region 1 and beyond. The Construction Management Partner should
be prepared to begin work in the initial FHR by the proposed work start date (Anticipated
commencement date of work) provided in RFP Section I, F.
j) The CMP will provide daily project management, quality control, and field construction
supervision.
k) Services provided by the Construction Management Partner shall include full Back Office
Support. Back Office Support for this project includes:
i. Financial reporting and controls required for Purchase Order and Invoice management
utilizing the Render Networks platform.
ii. Planning, updating and transmission of “As-Built and Splicing” documentation.
iii. Materials management tracking services.
iv. General record maintenance, proof of regulatory compliance, project specific
accounting and IT functions, and any/all administrative services required to
successfully complete a project of this nature.
l) All the above is representative of the expected work, any changes to the estimated amounts shall
not result in changes to the unit costs provided by the Contractor.
*** END OF SECTION ***
RFP 60830 (FO Expansion- Construction) Step 1: Request For Qualifications - Page 18 of 59
VI. TECHNICAL SPECIFICATIONS
1. RESPONSE TIME
1.1 TIME IS OF THE ESSENCE REGARDING THE COMPLETION OF ALL WORK
ASSOCIATED WITH THIS CONTRACT. Contractor must have the ability to complete
work, including clean-up, as assigned within the parameters provided herein:
a) With the assistance of its Design & Project Management Partner, City Utilities will release
work to its Construction Management Partner (CMP, Contractor) in specified FHRs.
Estimates for work associated with the initial two (2) FHRs are shown in the table below.
All FHRs are to be completed at approximate eight (8) month intervals as shown with a total
project timeline of approximately twenty-seven (27) months. Work cannot begin for any
FHR until the date provided in the “Construction Start Date…” column. Work does not
have to start exactly on the “Construction Start Date”; however, this is the official date that
will be utilized to calculate Liquidated Damages- see RFP Section VI (Technical
Specifications), I, 1.1, c. The CMP may work in up to two (2) FHRs simultaneously. Refer
to the following table for the project timeline details:
Table 2: Estimated Project Timeline
FHR ID
Delivery Date
of FHR Work
Estimate
FHR Work Estimate
Construction Start
Date – Construction
Prints Delivery Date
FHR
Completion
Date
FHR 1 8/13/2019
33 FDHs, 110 miles of
aerial strand, 18 miles of
underground route, 400
NAPs, and 2,500 MSTs
2/3/2020 9/30/2020
FHR 2 8/13/2019
42 FDHs, 120 miles of
aerial strand, 56 miles of
underground route, 500
NAPs, and 4,000 MSTs
5/1/2020 12/27/2020
FHR 3 2/3/2020 TBD 8/10/2020 4/7/2021
FHR 4 5/11/2020 TBD 12/7/2020 8/4/2021
FHR 5 8/10/2020 TBD 3/8/2021 11/3/2021
FHR 6 11/5/2020 TBD 6/7/2021 2/2/2022
FHR 7 2/8/2021 TBD 9/8/2021 5/6/2022
b) Successful completion of an FHR is as defined by the Contract Documents and
determined by a City Utilities designated representative. Final completion will require all
clean-up to be completed in accordance with the RFP Section VI (Technical
Specifications), Division II (Technical Requirements). A formal written request on an
approved City Utilities form is required to obtain any exception to this rule. Requests
must be submitted, and approval granted, prior to the FHR due date in question.
Extensions will not be granted solely for weather days. Extensions may be granted on a
case-by-case basis for extenuating circumstances as approved by CU or a CU designated
representative. If an extension is granted, the Contractor shall increase the number of
crews in market to maintain adherence to the overall schedule.
RFP 60830 (FO Expansion- Construction) Step 1: Request For Qualifications - Page 19 of 59
c) In the event the contractor does not complete the work for any FHR per the “FHR
Completion Date” provided in RFP Section VI (Technical Specifications), I, 1.1, a, City
Utilities shall be entitled to damages as provided herein. It is agreed that actual damages
are difficult, if not impossible, to ascertain, and therefore, the sum agreed upon is not a
penalty, but rather a liquidated amount to eliminate the problem of proof. The parties
agree that City Utilities will sustain some actual damage on account of delay
notwithstanding the difficulty or impossibility of proving the amount and further agree
that the liquidated sum agreed upon bears a reasonable relation thereto and to the type of
work and size of the contract itself. The parties further agree that this is a Public Works
contract and that the Owner will be entitled to recover the liquidated amount upon proof
of contractor's failure to complete the work within the time limited in the contract without
any evidence as to the fact or amount of actual monetary damage.
The contractor shall pay to City Utilities the following liquidated damages for the
completion of any FHR at a date later than the “FHR Completion Date” specified in the
table in RFP Section VI (Technical Specifications), I, 1.1, a:
1) $5,000.00 per day for the first seven (7) calendar days past due
2) $10,000.00 per day for every day greater than seven (7) calendar days past due
These liquidated damages are additive in nature and will be deducted from the next
available invoice after the damages are determined.
d) City Utilities may issue an expedite request for completion of any FHR in writing. An
expedited request for completion of a FHR is defined as when work is required to be
completed sooner than the standard approximate eight (8) month requirement. The
prospective CMP will be allowed to assess a per day fee for these expedite requests. An
expedite request will never reduce the available calendar work days to less than one-
hundred fifty (150) in total. Failure of the Contractor to meet the due dates associated
with any expedited project will be subject to forfeiture of the daily expedite fee for each
day late and to liquidated damages as specified in RFP Section VI (Technical
Specifications), I, 1.1, c. Liquidated damages will be assessed based on the stated
expedited date requirement.
e) City Utilities reserves the right to adjust the schedule according to the expedite conditions
provided herein; or, move the “Construction Start Date…” and the “FHR Completion
Date” (as provided in RFP Table 2) for a particular FHR no later than ninety (90) days
prior to the originally provided “Construction Start Date…” for that particular FHR.
1.2 Contractor must provide an emergency contact. Contractor must mobilize and report to the
site of an emergency within three hours after being contacted by City Utilities. This is required
24 hours per day, 7 days per week. Emergency is defined as work required to repair customer
service or to make a situation safe for the public. Emergency work will be handled on a time
and material basis.
2. AUTHORIZATION FOR SERVICES
2.1 Authorization for services will be released on City Utilities’ forms and must be approved by
designated City Utilities personnel or City Utilities representative.
RFP 60830 (FO Expansion- Construction) Step 1: Request For Qualifications - Page 20 of 59
3. AGREEMENT REQUIREMENTS
3.1 All work must be performed to the satisfaction of City Utilities' Assigned Authorized Personnel.
3.2 Prior to the start of work, and as requested by City Utilities throughout the project, the Contractor
shall submit a list of all employees who may work under this agreement showing the employee
name and job classification.
3.3 If any classifications are changed, or if any employees are added or deleted, notification by
the Contractor to City Utilities is required within ten (10) calendar days or prior to new
employees beginning work.
3.4 Contractor must notify City Utilities of any actual or potential conflicts of interest it may have
in its dealings with its suppliers or subcontractors.
3.5 Contractor is required to conduct all construction services or activities in accordance with the
regulatory documents identified and/or referenced within this RFP in addition to being in
conformance with all federal, state, and local laws, regulations and ordinances for the
protection of the environment.
3.6 Contractor shall notify City Utilities Environmental Engineer of any hazardous waste that might
be considered the property of City Utilities before disposal. Any hazardous material owned by
the Contractor and used on City Utilities property must be removed on a daily basis.
3.7 Contractor must schedule a brief session with an employee of City Utilities’ Damage Prevention
Department for each crew working under this agreement to review expected Damage Prevention
best practices, locating requirements, and Missouri Statutory requirements.
4. PAYMENT
4.1 Invoices are subject to approval of City Utilities' using Department Authorized Personnel.
4.2 Invoices shall be submitted on a completed FDH Area basis. A completed FDH Area consists
of the completion of all work associated with an assigned FDH Area, as approved by City
Utilities, including the installation of all network elements, cleanup, and testing (refer to specific
details for each element in RFP Section VI (Technical Specifications), Division 2 (Technical
Requirements). The invoices shall contain the following information at a minimum:
a) Purchase Order number and FDH number.
b) All materials used for a particular FDH.
c) Identification as to whether the work for which City Utilities is being billed as
COMPLETE or NOT COMPLETE. If work is billed as “NOT COMPLETE”, a
percentage progress estimate should be provided.
4.3 Partial hours worked will be rounded to the nearest half hour as shown below:
00-14 Minutes - Rounded down to the nearest 1/2 hour (except for the first 1/2 hour on job site)
15-29 Minutes - Rounded up to the nearest 1/2 hour
30-44 Minutes - Rounded down to the nearest 1/2 hour
45-59 Minutes - Rounded up to the nearest 1/2 hour
Note: In the event that the Contractor's employee leaves the job site and returns at a later time
on the same day, the two different times spent on the job site will not be rounded individually
but rather the minutes should be summed and then rounded.
RFP 60830 (FO Expansion- Construction) Step 1: Request For Qualifications - Page 21 of 59
4.4 Hourly charges begin upon arrival at job site and end upon departure. Any exceptions must be
preapproved. The signature of a representative of City Utilities showing arrival and departure
times shall be obtained at manned locations.
4.5 City Utilities will only pay for estimating time that is spent on site. All office time that the
contractor spends estimating will not be paid for by City Utilities.
4.6 Any job-related work done in the shop must be preapproved.
4.7 Labor bid shall include standard vehicle and tools necessary to perform work.
4.8 City Utilities may deduct, at its option, full cost of damages incurred, including commodities
lost, as a result of Contractor’s work or the work of any Subcontractor.
5. UNIFORM/VEHICLE REQUIREMENTS
5.1 Vendor is required to provide and ensure that their employees use proper PPE (Personal
Protection Equipment) at all times.
5.2 CU expects all workers associated with the Contractor to be uniformed in a very identifiable way
and carry IDs identifying them as a CU approved contractor.
5.3 Vendor vehicles will be labeled with CU logos (permanent decals are preferred). CU will provide
a design for the logos. The Contractor is responsible for purchasing and supplying the decals to
their employees and their subcontractors.
5.4 CU prefers vendor to use vehicles that are of newer vintage and consistent in make, model and
color. Use of private vehicles for work is not permitted. Vehicles shall be kept clean, properly
maintained and have adequate insurance.
*** The remainder of this page is intentionally blank ***
RFP 60830 (FO Expansion- Construction) Step 1: Request For Qualifications - Page 22 of 59
DIVISION 2 - TECHNICAL REQUIREMENTS
1 SERVICES DESCRIPTIONS
1.1 General Requirements for all service descriptions.
1.1.1 Contactor must notify City Utilities representative of the next day’s work plan by close of business.
If changes are required, contractor must immediately notify City Utilities.
1.1.2 All Construction shall meet CU SpringNet’s standards- refer to RFP Section VII (Appendices),
Appendix 3. This includes the installation of appropriate locating facilities, e.g. trace wire and
warning tape. Contractor shall comply with the provisions of all applicable federal, state, county, and
local laws, ordinances, regulations, rules, codes, and orders.
1.1.3 Contractor shall make locate requests in accordance with Missouri Statute 3.19. Contractor shall
‘White Line’ proposed areas of excavation upon making the locate request. Contractor shall avoid
excessive renewal requests and report Incorrect or No-Response locates as appropriate.
1.1.4 Contractor shall be required to obtain any necessary permits, etc., from the controlling authority
before commencing work. Methods of street and highway crossings shall meet the approval of the
appropriate jurisdictional agencies. All above work required for these methods including obtaining
permits, locating facilities, planning, administrative and site work shall be included in unit price of
each construction or unit type. This includes all related fees (permits, inspection or other) required
by governing authority to perform work in the right-of-way.
1.1.5 Any changes to designed and assigned work must be approved by a City Utilities representative and
clearly documented on construction print to be returned to City Utilities as a formal as-built.
1.1.6 Contractor shall restore all disturbed surfaces, landscaping and any other area disruptions at the
expense of the contractor unless otherwise specified on construction drawing. Local property owners,
governing authorities and City Utilities representatives shall determine the definition of disturbed
surfaces.
1.1.7 Contractor shall restore standard surfaces as part of the unit cost for all construction types. See
restoration section for definition of standard surfaces. Excavation that requires disruption of surfaces,
other than standard, specified by construction drawings shall be covered under restoration section and
contractor will be compensated for this work by the cut/restore unit cost. If restoration is not
completed within 48-hours, City Utilities reserves the right to complete restoration and deduct the
cost of restoration from the contractor’s invoice.
1.1.8 Contractor shall supply all consumable materials and shall have them included in the unit cost for
each service type. However, water will be provided—where available—by City Utilities’ fire
hydrants. Contractor must request access to hydrants through the permit process.
1.1.9 Incidental materials supplied by City Utilities’ may only be picked-up from a CU storeroom between
the hours of 9 a.m. and 3 p.m. Time spent to pick-up and return unused materials from CU storeroom
or other location shall be included in the unit cost.
1.1.10 If Contractor damages a facility (private or public), contractor must immediately contact Missouri
One Call System (aka MOCS, 811) to report the incident and notify a City Utilities Damage
Prevention representative, as soon as possible, of the nature and location of the damage. If Contractor
damages a pipeline or natural gas facility, resulting in a release of hazardous liquid or gas, contractor
must immediately contact 911 and then 811, as required by Missouri statute.
RFP 60830 (FO Expansion- Construction) Step 1: Request For Qualifications - Page 23 of 59
1.1.11 Contractor shall record the footage markings for the “as-built”. For aerial construction, the
contractor must provide footage recordings at each pole, and beginning and end of loops, and the
end of a fiber tail. For underground construction, the contractor must provide footage recordings
at the end of each tail, and the beginning and end of each loop. For MSTs, the contractor must
provide footage recordings at the pole at each end of the MST tail and end of the tail entering the
NAP.
1.1.12 Contractor must provide accurate footage for each span. A span includes pole-to-pole, vault-to-vault,
or vault-to-pedestal.
1.1.13 Contractor must place door hangers provided by City Utilities on homes and businesses within a
work area 48-hours prior to commencing work.
1.1.14 Spoils may be dumped at a CU location to be determined or another authorized location.
1.2 Installation of conduit and underground cable
1.2.1 Installation of up to two conduits, pedestals, vaults, and marker poles shall be included in the unit
price for each excavation type.
1.2.2 Depth of excavation is 24”—State may require additional depth and contractor must adhere to the
State’s requirements.
1.2.3 Contract may substitute directional drilling with pneumatic missile or other method if approved by
a City Utilities representative.
1.2.4 Unit cost for each excavation type shall include all supplies and manpower required to place conduit
per this specification.
1.2.5 All underground shall be installed by directional bore—unless approved by City Utilities
representative.
1.2.6 Contractor shall maintain centerline of the excavation path in a straight line with minimum bends or
changes in direction. If obstructions are encountered during the excavation, a vertical upward
deflection of up to 6 inches and a vertical downward deflection of up to 24 inches shall be allowed,
provided there is no conflict with existing or proposed facilities. Greater deflections than specified
above shall constitute grounds for unacceptability and require re-excavating to the appropriate depth
at no additional cost to City Utilities. Removal or avoidance of obstructions is to be included in the
respective unit cost of each excavation.
1.2.7 Length of excavation for unit calculation purposes shall start and end at the point which construction
reaches design depth or as indicated on construction drawings.
1.2.8 Backfill materials shall be such as to not cause damage to the cable or the conduit (i.e. large rocks).
1.2.9 Contractor shall be required to work with private property owners where excavation is to occur to
locate private facilities. This shall be included in the unit cost of excavation type.
1.2.10 Contractor must have the ability to excavate within two feet (2’) or less of existing facilities, both
City Utilities and non-City Utilities, and all expenses related to the increased difficulty of this type of
construction shall be included in the unit cost. City Utilities expects the contractor to perform due
diligence to avoid damage to existing facilities.
1.2.11 All excavation shall be considered unclassified (i.e. all types of material).
RFP 60830 (FO Expansion- Construction) Step 1: Request For Qualifications - Page 24 of 59
1.2.12 Contractor shall remove all excess earth, rock and debris from the site within 24-hours unless
exception is granted by City Utilities representative. All excess earth, rock and debris shall not be
placed on private property, unless written permission is given by land owner and City Utilities
representative is notified, and shall be stored in right-of-way, easement or contractor’s equipment.
1.2.13 Diameter of tunnel excavation shall be large enough to allow the insertion of the pipe without damage
to the exterior of the pipe. Diameter shall be no more than 2 inches greater in diameter than the size
of the pipe or cable.
1.2.14 Width of trench excavation shall be large enough to allow the insertion of the pipe or cable without
damage to the exterior of the pipe or cable. Trench width shall be maintained to allow conduit to be
laid and jointed properly and backfill to be placed and compacted.
1.2.15 Contractor shall not backfill excavation until CU SpringNet representative gives approval to proceed
with backfill.
1.2.16 Compactors shall be used appropriately to avoid damage to the buried pipe or cable.
1.2.17 Micro-trenching unit cost shall include restoration of asphalt and concrete.
1.2.18 Plowing equipment used by the contractor shall be of appropriate size as not to damage cable/conduit.
Any damage to the conduit or cable is the responsibility of the contractor to replace. This includes
re-installation, clean up, and material costs.
1.2.19 Excavation shall be filled with suitable materials. All backfill shall be free from organic matter,
refuse, ashes, cinders, or other unsuitable materials, and shall not be frozen. Backfill of sidewalks,
parking lots, roadways, etc. shall be as required by the controlling authority.
1.2.20 Contractor shall use manufacturer recommended equipment for the proper installation of fiber.
This includes using a pulling grip and 600 lb. break-away swivel. Contractor will use cable string
block sheaves—of appropriate diameter (refer to RFP Section VII (Appendices), Appendix 3 )—to
guide. Any damage to facilities shall be replaced at contractor’s expense.
1.2.21 Contractor shall provide bore logs every 50’ with depth and distance from the back-of-curb or the
edge-of-pavement. Bore log must match print addressing with street names and cross streets.
1.2.22 Typically, at all vaults, 100’ of cable for mid-span loops and 50’ for reel end loops will be placed in
the vault which maintains at least the minimum bend radius of the cable unless additional fiber cable
is needed as determined by CU representative.
1.2.23 Contractor shall install marker poles—provided by City Utilities—in the State ROW and off-ROW
underground runs. These will be placed at every pull box and road crossing.
1.2.24 At all vaults and pedestals, contractor shall plug all vacant conduits with a duct plug and seal used
conduits with City Utilities approved duct seal.
1.2.25 Contractor shall use plywood and other methods to minimize damage to the work area. Contractor
shall repair all damages and restore work area to original condition.
1.2.26 Installation must be performed such that no cable is damaged. If damage to the cable does occur
during installation, the contractor must replace the damaged cable with acceptable material at the
contractor’s expense.
RFP 60830 (FO Expansion- Construction) Step 1: Request For Qualifications - Page 25 of 59
1.2.27 Facilities exposed to the environment due to construction shall be sealed against wind, water, insects,
etc.
1.2.28 A mule tape with incorporated locate wire shall be installed by the contractor in every conduit.
Contractor is to handle locate wire terminations as documented in RFP Section VII (Appendices),
Appendix 3.
1.2.29 Contractor shall install cable, trace wire (AWG #10) or a toneable mule tape and pull string in
existing conduits whether empty or occupied. This is included in the unit cost for installing cable
in conduit. Damage to existing cable and/or conduit during new installation will be the contractor’s
responsibility. The replacement of cable and/or conduit will be completed at contractor’s expense.
1.2.30 A unit cost adder (Bid Form ID: FOC-CICA) will be allowed when installing more than one cable
in a conduit.
1.2.31 City Utilities representative shall determine final form and location.
1.2.32 Prior to project completion and billing, contractor shall restore the premise to the original condition
as close as reasonable.
1.2.33 Cable installation units will be determined by the associated span lengths—for each install type—and
provided on the construction drawing. All deviations from these calculated lengths must be approved
by City Utilities representative. Individual coils of fiber for future use under 200’ will be included as
part of main span installation unit cost.
1.2.34 Contractor shall cross or parallel all structures at Contractor’s sole risk. Should any damage occur to
underground facilities, Contractor is liable for full repair costs and any associated lost commodity or
revenue.
1.3 Installation of aerial cable
1.3.1 The installation of anchors, down guys, ground verticals and rods, and guy guard shall be included in
the contractor’s unit cost for installing the strand. The contractor shall include in the unit cost of the
installation of the strand (Bid Form ID: FOC-S516; Line A1) all associated standards in the SpringNet
Construction Standards (FOA-STS, FOA-CTS, FOA-SDS, and FOA-DDS) and any permanent or
temporary supporting structures necessary for the installation of the strand or fiber including standoff
arms.
1.3.2 Contractor shall use manufacturer recommended equipment for the proper installation of strand
and fiber. This includes using a pulling grip and 600 lb. break-away swivel. Contractor shall use
cable string blocks sheaves—of appropriate diameter (refer to RFP Section VII (Appendices),
Appendix 3)—to guide cable and maintain clearance over roadway, driveways, and other facilities.
Any damage to facilities shall be replaced at contractor’s expense.
1.3.3 Contractor shall provide and use dynamometer to verify proper installation tension of the cable or the
strand. City Utility engineers will provide the design tensions. When contractor over-lashes
additional cable (Bid Form ID: FOA-OVER; Line A4), reclaiming a cable (Bid Form ID: FOA-
RECL; Line A8), and re-sagging existing fiber cable or strand (Bid Form ID: FOA-SAG; Line A5)
the contractor shall re-tension the strand to the tension provided by City Utilities engineering.
1.3.4 Contractor shall double lash all cables that are installed on a strand including over-lashing cable to
existing cable bundles.
1.3.5 Contractor’s unit cost to install fiber cable shall include all FOS-LPS (Bid Form Line A6) and a fiber
tag at every pole.
RFP 60830 (FO Expansion- Construction) Step 1: Request For Qualifications - Page 26 of 59
1.3.6 Any incidental tree trimming—trimming that requires no more than a pruning pole or hand pruners
(no saw)—shall be included in the contractor’s unit cost for the installation of strand or cable. Any
tree trimming requiring a saw shall be performed by a City Utilities approved contractor.
1.3.7 Pulling rope must be as long as the installation run.
1.3.8 Take up machine must be properly sized and have tension and speed controls.
1.3.9 Vertical clearances of fiber optic pole attachments from other facilities will be specified on
construction drawings. Contractor must notify City Utilities engineers if the field conditions have
changed to prevent the following arrangements: new fiber/strand facilities must maintain 6” from
existing City Utilities fiber, 12” from foreign communications cables, 30” from the electric neutral,
and 40” from all other electric conductors. Contractor must have working knowledge of the latest
version of the National Electric Safety Code (NESC).
1.3.10 Contractor must use material pre-approved for this project; or, obtain approval from a City Utilities
representative to use materials not previously approved by City Utilities.
1.3.11 Generally, contractor shall frame the new hardware for installing strand and cable on the same side
of the pole as the existing City Utilities facilities.
1.3.12 Contractor shall use the minimum size drill bit necessary to receive the bolts.
1.3.13 Strand splices shall be placed 18” away from the pole.
1.3.14 The ends of the bolts must not extend more than 1 ½” inches beyond the final nut.
1.3.15 Contractor shall double dead-end all highway and rail road crossings.
1.3.16 Contractor shall leave enough strand for continuity bonds at all poles which have down guys and at
dead-end poles.
1.3.17 Strand must be bonded to the existing vertical ground wire at every pole. If an existing vertical ground
wire does not exist, at least every 1000 feet, contractor shall install new ground rod and place vertical
wire and bond the strand to the new wire. If the vertical ground wire is broken, contract is to repair
as needed to maintain the above conditions. This work is included in the unit price to place strand.
1.3.18 Facilities transfers and rearrangements (Bid Form ID: FOA-TRANS; Line A14) shall include the
transfer of existing City Utilities facilities in the communication space (such as ADSS) and the
rearrangements of any telecommunication (both City Utilities and other communication companies)
facility to maintain necessary clearances.
1.3.19 Aerial facilities removal (Bid Form ID: FOA-REMV; Line A15) shall include the removal of all
strand, supporting hardware, cable, and system components. This unit cost also includes the delivery
of salvaged materials to a location designated by City Utilities.
1.3.20 Contractor may be required to relocate existing ADSS fiber cable using FOA-TRANS (Bid Form
Line A14) on a per pole basis. ADSS may also be lashed to a new strand. For situations where there
are less than two total cables in the new bundle, the contractor will receive FOA-TRANS (Bid Form
Line A14) on a per pole basis to move the existing ADSS and FOA-LCI (Bid Form Line A2) to lash
existing ADSS with new bundle. If there are more than two total cables in the new bundle, the
contractor will receive FOA-TRANS (Bid Form Line A14) (per pole) to move the ADSS, FOA-LCI
(Bid Form Line A2) to install the new cable and ADSS to new strand, and FOA-LCIA (Bid Form
Line A3) for each cable over two that is added to the bundle.
RFP 60830 (FO Expansion- Construction) Step 1: Request For Qualifications - Page 27 of 59
1.4 Installation of terminating equipment
1.4.1 Contractor shall include in FOS-MST all associated costs to install the MST head and tails—in
either an aerial or underground application—including pulling tail back to the ISC/NAP, lashing
tail to the strand, pulling tail with additional pull string and toneable mule tape, and the mounting
of the MST.
1.4.2 Contractor shall include in the unit cost of FOS-FDH the installation of the cabinet, grounding,
splice cases, fiber splicing, splitter, patch panel, pre-terminated cables, and jumpers. Splicing shall
include any pre-terminated cables, access fiber, MST tails, and reel-end splices as required.
1.5 Installation of support infrastructure
1.5.1 Utility pole risers shall be installed per appropriate City Utilities standard FOU-TR2S (Bid Form
Line C41), FOU-TR2P (Bid Form Line C42) and FOU-TR4P (Bid Form Line C42).
1.5.2 Pole face location shall be selected by the contractor to meet standard’s requirements and account for
the location of the existing facilities.
1.5.3 Riser construction and corresponding unit cost are to include appropriate joining of riser with vaults,
cable trench or conduit.
1.5.4 Vaults shall be installed per appropriate City Utilities standard FOU-TBM (Bid Form Line C44)
FOU-TBL (Bid Form Line C45) and FOU-TBS (Bid Form Line C43).
1.5.5 Prior to installation of all vaults and pedestals, a min. of 6” of crushed rock (#57) must be laid in
the bottom of the pit. Crushed rock shall extend 4” outside the rim of the vaults and pedestals base.
2.1 Splicing, Testing, Cleaning Fiber Cable
2.1.1 All splices shall be fusion spliced.
2.1.2 Contractor shall maintain an average of 0.2 dB loss per splice per ribbon. No single splice may
exceed 0.3 db. Contract installed connector mated pairs shall not exceed 0.5 dB loss.
2.1.3 Contractor shall include in the unit cost for FOS-T01 (Bid Form Line E59) a bi-directional OTDR
test and a power level test (OLTS) from the tenant end of the jumper at the Hut to the jumper at the
end of the jumper at the FDH. Contractor shall provide a report which presents the events with the
corresponding power loss and reflectance.
2.1.4 Contractor shall include in the unit cost for FOS-T02 (Bid Form Line E60) a unidirectional OTDR
test from the end of the jumper at the FDH to the MST. Contractor shall provide a report which
presents the events with the corresponding power loss and reflectance.
2.1.5 Contractor shall include in the unit cost for FOS-T03 (Bid Form Line E61) a power level test (OLTS)
from the tenant end of the jumper at the Hut to each port of the corresponding MST. Contractor shall
provide a report in electronic form presenting the results.
2.1.6 Prior to plugging in a fiber termination to a patch panel, splitter, MST, or other fiber landing position,
contractor shall clean the terminal end at least twice with a “cletop” or “one-click,” and inspect the
end with a scope which performs the appropriate standardized test. If the termination passes, the
contractor may plug it in. If it fails, the contractor must repeat the clean and scope process herein.
RFP 60830 (FO Expansion- Construction) Step 1: Request For Qualifications - Page 28 of 59
2.1.7 Contractor must clean all test equipment fiber ports, testing jumpers, launch and land reels, and any
other “bulk head” prior to seating a connector. Contractor will be responsible for any damaged
terminations.
2.1.8 Unit cost for fiber splicing shall be by the splice or the ribbon. The contractor shall include in the
unit cost for splicing ribbons or individual fibers all the necessary preparatory work to splice the fiber
cables per this contract’s specifications including the building and installation of the splice
enclosure—whether aerial or underground. Contractor shall follow the enclosure manufacturer’s
installation guidelines.
2.1.9 Contractor shall include cleaning, scoping, and connecting of all fiber terminations in the unit cost
for FOS-PIG (Bid Form Line E62). Contractor shall also include installation of the cable—according
to City Utilities guidelines—from rack to vault in the unit cost for FOS-PIG (Bid Form Line E62).
3.1 Restoration of surfaces and landscaping
3.1.1 Standard surfaces are those that can be repaired with topsoil, fertilizer, grass seed and straw, sod,
and excavated material as the backfill. These surfaces do not include concrete and asphalt.
3.1.2 All excavations shall be restored as closely as reasonable to the condition existing prior to
construction.
3.1.3 Topsoil shall be of a friable loamy character, free of sub-soil, stumps, refuse, and other foreign
material.
3.1.4 Sandy loam of low fertility, even though mixed with leaf mold, manure or other fertilizers will not be
acceptable.
3.1.5 Grass seed shall be clean, dry, and of a new crop. Seed shall comply with the standards of the Official
Seed Analysis of North America. Seed must be recommended for full sun exposure in Springfield,
Missouri. Seed must be free from Johnson grass, Canadian Thistle, or field bindweed seed.
3.1.6 Fertilizer shall be a mixture containing 13 pounds each of soluble nitrogen, phosphate, and potash per
100 pounds.
3.1.7 Plants, trees and shrubs shall be the same strain, size and dimensions as those removed and shall be
nursery grown.
3.1.8 Restoration of all surfaces must be complete prior to billing City Utilities for any part of the project.
3.1.9 Cut and restore unit cost shall cover expenses for up to 4” in depth. Additional depth adder (FOU-
CAD; Bid Form Line D51) shall be included for all depths beyond 4”.
3.1.10 Concrete cutting shall be performed in any method as to minimize the area required for
construction. Construction area shall be specified on construction drawing and will be the basis
for the unit cost. Cutting method must be approved by City Utilities engineering and the
appropriate governing authorities.
3.1.11 Area of concrete removed is to be replaced as close as reasonable to the original condition. CU
engineering and appropriate governing authorities must approve finished project.
3.1.12 Backfill must be consistent with original fill. This may include crushed rock or other supportive
subsurface. Backfill shall be included in the unit cost of cut and restore concrete surface.
RFP 60830 (FO Expansion- Construction) Step 1: Request For Qualifications - Page 29 of 59
3.1.13 Concrete driveways, parking lots, or other surfaces accessible to vehicle traffic shall be restored to
meet the codes, ordinances, laws or regulations of the governing authority.
3.1.14 Cut and restore unit cost shall cover all expenses regardless of the depth of the asphalt.
3.1.15 Asphalt cutting shall be performed in any method as to minimize the area required for construction.
Construction area shall be specified on construction drawing and will be the basis for the unit cost.
Cutting method must be approved by City Utilities engineering and the appropriate governing
authorities.
3.1.16 Area of asphalt removed is to be replaced as close as possible to the original condition. CU
engineering and the appropriate governing authorities must approve finished product.
3.1.17 Asphalt driveways, parking lots, or other surface accessible to vehicle traffic shall be restored to meet
the codes, ordinances, laws or regulations of the governing authority.
3.1.18 Sod shall be removed as to minimize the affected area.
3.1.19 Replacement sod shall be of same strain as original and of high quality.
3.1.20 Prior to removal of sodded surfaces on private property, contractor must receive permission from
property owner and City Utilities SpringNet or City Utilities representative.
3.1.21 Any landscaping removed or damaged by the contractor is to be replaced as close as reasonable to
the original condition at the expense of the contractor.
4.1 Hourly Equipment and Labor (Maintenance, Emergency, City Utilities Approved)
4.1.1 All equipment does not include an operator and shall only be charged for the time spent on the
job site.
4.1.2 Hourly labor rates shall include all necessary tools, material, transportation (i.e. truck or van), and
other items necessary to perform work for job classification.
4.1.3 All hourly work must be approved by City Utilities representative. This includes the make-up of
crews, number of supervisors, and the types of equipment to be used. Hourly work cannot be
combined with the unit costs provide herein and is not intended to be used for any work other than
maintenance or emergency. Hourly units will only be used for maintenance if none of the unit costs
are applicable.
5.1 Asbestos Cement Pipe Demolition and Disposal
5.1.1 Contractor is being made aware that work on asbestos cement (AC) pipe is governed by OSHA
regulations and that compliance with OSHA regulations is the sole responsibility of Contractor.
Work on AC pipe shall only be performed by OSHA trained personnel overseen by a “competent
person” as defined by OSHA. Contractor shall be or retain a Registered Asbestos Contractor with
the Missouri Department of Natural Resources. Additionally, all work shall be in accordance with
EPA’s National Emission Standards for Hazardous Air Pollutants (NESHAP), EPA’s
Governmental Employee Worker Protection Rule, and Missouri DNR’s Air Asbestos Rule.
5.1.2 Disposal: Contractor is responsible for ensuring all sections and pieces of AC pipe and materials
removed are properly packaged and disposed of at a licensed solid waste landfill approved by City
Utilities. If desired, City Utilities will provide guidance to the Contractor on the landfill’s waste
approval process. However, costs for disposal are borne by the Contractor, unless otherwise
RFP 60830 (FO Expansion- Construction) Step 1: Request For Qualifications - Page 30 of 59
indicated. Contractor will document disposal by providing to City Utilities the waste manifest(s)
signed and returned to the Contractor by the landfill representative.
5.1.3 Reporting: Contractor is responsible to report to City Utilities information necessary for reporting
compliance to Missouri Department of Natural Resources. Contractor shall supply the name of the
competent person who is performing any work on the pipe or any pipe removal, transport and
disposal. The contractor shall provide the name and location of the disposal facility.
*** END OF SECTION **
RFP 60830 (FO Expansion- Construction) Step 1: Request For Qualifications - Page 31 of 59
VII. APPENDICES
• APPENDIX 1: Project Insurance Requirements
• APPENDIX 2: Performance and Payment Bond Sample
• APPENDIX 3: SpringNet Construction Standards
*** The remainder of this page is intentionally blank ***
RFP 60830 (FO Expansion- Construction) Step 1: Request For Qualifications - Page 32 of 59
APPENDIX 1: Project Insurance Requirements
The insurance set forth below shall be obtained and in effect as of the construction commencement date.
The Contractor shall maintain the following types and minimum amounts of insurance during construction
and post construction:
a. WORKERS COMPENSATION – Contractor shall provide and maintain Workers Compensation
and Employers’ Liability insurance in compliance with State of Missouri law covering all
employees who perform work or any of the obligations assumed by the Contractor under this
agreement. Minimum limits and coverage shall be as follows:
i. Workers Compensation: Statutory coverage as required by state statutes
ii. Employers liability Insurance $1,000,000 Each accident
$1,000,000 Disease: Each Employee
$1,000,000 Disease: Policy Limit
b. COMMERCIAL GENERAL LIABILITY (CGL) – Contractor shall provide Commercial General
Liability insurance on an occurrence basis using ISO coverage form CG 00 01, or equivalent. The
Commercial General Liability insurance must include coverage for premises-operations,
independent contractors, products – completed operations, personal injury, contractual liability (as
applicable to the Contractor’s obligations under this Agreement [reference indemnity paragraph]),
and property damage under the products – completed operations hazard arising out of work
performed on Contractor’s behalf by a subcontractor. There shall be no endorsement or
modification of the CGL limiting the scope of coverage for liability arising from explosion,
collapse, or underground property damage. Coverage for suits brought by employees of
subcontractors must be included. If applicable, Contractor's policy shall be endorsed to delete any
restrictions for work performed within 50 feet of a railroad right-of-way. The Commercial General
Liability insurance shall be maintained throughout the duration of the Project and include
completed operations coverage for a ten (10) year period following substantial completion. The
minimum limits shall be as follows;
i. Bodily Injury/Property Damage Liability: $2,000,000 Each Occurrence
ii. Personal Injury and Advertising Injury Liability $2,000,000 Each Person/Organization
iii. General Aggregate Limit $4,000,000 Other than Prods/Compl Ops
iv. Products/Completed Operations $4,000,000 Aggregate
The General Aggregate limit is to be written on a "per project" basis using per project endorsement
Amendment – Aggregate Limits of Insurance (CG 25 03), or equivalent language.
The Owner and its affiliates and subsidiaries are to be added as additional insureds for the full
limits in the Contractor's policy with respect to this project using the ISO Additional Insured –
Owner endorsement (CG 20 10) for premises/operations and CG 20 37 for completed
operations, or substitute endorsements providing equivalent coverage. Coverage afforded to
these additional insureds will be primary and non-contributory with any other insurance or
self-insurance available to such additional insureds and will provide additional insured
coverage to the fullest extent permitted by applicable law. Verification of additional insured
status shall be furnished to Owner by mailing a copy of the endorsement along with the
Certificate of Insurance in accordance with the requirements in this section.
RFP 60830 (FO Expansion- Construction) Step 1: Request For Qualifications - Page 33 of 59
The policy shall provide for a waiver of subrogation in favor of the Owner and its affiliates and
subsidiaries.
Commercial General Liability insurance may be arranged under a single policy for the full limits
required, or by a combination of underlying policies with the balance provided by an Umbrella or
Excess Liability policy
c. COMMERCIAL AUTOMOBILE LIABILITY – Contractor must provide and maintain business
automobile liability insurance for all owned, non-owned and hired vehicles on ISO form CA 00 01,
or equivalent coverage form, with the following minimum limits:
Combined Single Limit $1,000,000 Each Accident
The automobile liability policy must be endorsed to include ISO endorsement CA 99 48, Pollution
Liability – Broadened Coverage for Covered Autos, or equivalent coverage. Alternatively, the
required Contractors Pollution Liability must include the pollution liability arising out of the
transportation, loading, or unloading of a covered auto.
d. ADDITIONAL REQUIREMENTS WHEN PROFESSIONAL EMPLOYER ORGANIZATION
(PEO), EMPLOYEE LEASING COMPANY, TEMPORARY STAFFING OR CASUAL LABOR
AGENCY IS USED – The following additional requirements apply when employees of the
Contractor are provided through a Professional Employer Organization (PEO), or other type of
employee leasing, temporary staffing, or casual labor company. The PEO or other type of labor
leasing or temporary staffing company shall provide a Certificate of Insurance evidencing
Commercial General Liability and Workers Compensation that includes (and Certificate will so
state):
1. Contractor as a named insured on the Workers Compensation/Employers Liability policy.
2. Owner and others as required by contract listed as alternate employers.
3. Waiver of subrogation favoring Owner and its affiliates and subsidiaries.
4. Under General Liability, Owner and its affiliates and subsidiaries (1) are added as
additional insureds on a primary and non-contributory basis and (2) have a waiver of all
rights of subrogation favoring them.
5. Provision that coverage will not be cancelled or non-renewed until 30 days prior written
notice (or 10 days prior written notice in case of nonpayment) has been provided to the
Owner by either the carrier or the Contractor.
e. UMBRELLA or EXCESS LIABILITY – Contractor must provide Umbrella or Excess Liability e
on an "occurrence" basis providing "following form" coverage for the General Liability,
Automobile Liability and Employers Liability outlined above. The minimum insurance limits
shall be:
Each Occurrence Limit $10,000,000
Aggregate Limit $10,000,000
Contractor shall confirm that Owner and its affiliates and subsidiaries are additional insureds on
the Umbrella or Excess Liability in a form equal or equivalent to the additional insured provisions
referenced in the underlying General Liability policy, and that the per project endorsement applies.
This insurance shall be maintained throughout the duration of the Project and include completed
operations coverage for a ten (10) year period following substantial completion.
RFP 60830 (FO Expansion- Construction) Step 1: Request For Qualifications - Page 34 of 59
f. BUILDERS RISK – Contractor shall purchase and shall maintain a Builder's Risk Policy for the
full cost of replacement at the time of loss, and subject policy shall terminate at substantial
completion. This insurance shall name the Owner and its affiliates and subsidiaries, Contractor,
and Subcontractors of every tier as insureds. This insurance shall cover all risks of physical loss
at the Project, including on and off site fabrication, installation, storage and staging areas, and
materials in transit, and shall insure at least against the perils of fire/wildfire, lightning,
explosion, windstorm, hail, smoke, aircraft and vehicles, riot and civil commotion, theft,
vandalism, malicious mischief, debris removal, flood, earth movement, water damage, wind
damage, testing, and collapse. The Contractor shall be responsible for any deductible amounts.
This policy shall provide for a waiver of subrogation in favor of the Owner and its affiliates and
subsidiaries, and Subcontractors of every tier. Owner shall be provided a copy of the complete
Builders Risk insurance policy upon request.
Contractor shall be responsible for providing insurance for all its property, tools and equipment
used on the project site or away from the project site.
g. PROFESSIONAL LIABILITY – Contractor shall purchase and maintain Contractor’s Professional
Liability insurance providing coverage for (1) claims arising out of errors and omissions in the
performance, nonperformance or failure to render professional services (including but not limited
to design, design assist, design/construction coordination, preconstruction services, technology
services, or engineering or testing responsibilities), (2) the assumption of liability contained in this
Agreement, and (3) rectification. The minimum limit of the professional liability coverage shall
be $5,000,000 per claim and aggregate and shall include a 10-year extended reporting period
following substantial completion of all work performed under this Agreement. Said insurance
policy will be structured such that, in addition to primary limits, it also sits excess of all professional
liability insurance carried by subconsultants to the Contractor. Flow down of these requirements
to subcontractor and subconsultant tiers does not relieve Contractor of its obligation to provide the
insurance outlined herein. The retroactive date must coincide with, or precede, the Contractor’s
commencement of Work under this Agreement, including any design or testing services.
h. POLLUTION LIABILITY – Contractor shall procure and maintain Contractors Pollution
Liability (CPL) insurance with limits of at least $5,000,000 per incident. The Contractors
Pollution Liability policy shall provide coverage for third party bodily injury, property damage,
clean-up costs and defense costs (including costs and expenses incurred in the investigation and
adjustment of claims for compensatory damages) which arise from the construction operations
performed by or on behalf of the Contractor.
Owner and its affiliates and subsidiaries shall be additional insureds on the CPL policy on a primary
and non-contributory basis. CPL policy shall include a separation of insureds provision
(“severability of interests”) so that claims between insureds are permitted, and a waiver of
subrogation favoring the Owner and its affiliates and subsidiaries.
The Contractor’s pollution liability coverage may be written on either an occurrence or claims
made form. If coverage is provided on a claims-made form, the retroactive date of such
coverage shall not be later than the commencement of the work, and Contractor agrees to
provide uninterrupted coverage from the retroactive date throughout the duration of this project.
Coverage must remain in place for at least ten (10) years after substantial completion of the
project. If coverage is on a claims made form, Contractor shall purchase an extended reporting
period that remains in effect for at least ten (10) years after substantial completion of the work.
i. CYBER LIABILITY: Contractor shall provide cyber liability insurance including coverage
for, but not be limited to, (1) lost net income and (2) damages and defense costs suffered by
others resulting from a failure of computer security. The minimum limits shall be $5,000,000
each claim and $5,000,000 aggregate.
RFP 60830 (FO Expansion- Construction) Step 1: Request For Qualifications - Page 35 of 59
j. CRIME COVERAGE: Contractor shall provide crime/fidelity coverage for acts including,
but not limited to (1) Contractor or subcontractor employee theft of money or property, (2)
computer fraud or fraudulent transfer instructions, (3) theft of Owner’s/customer’s money or
property, (4) forgery or alteration of financial instruments. The minimum limits shall be
$3,000,000 each incident.
k. AVIATION LIABILITY – If applicable, Contractor shall procure and maintain aviation
liability covering:
a. All unmanned aircraft (drones) used in connection with the project. Such aircraft
liability insurance shall provide coverage for bodily injury and property damage
caused by the operation, maintenance or use of such aircraft with minimum limits of
$1,000,000 Combined Single Limit.
Contractor shall require that the Owner and its affiliates and subsidiaries be named as
additional insureds on the aircraft liability policies. Coverage for the additional insureds will
be primary and non-contributory with any other insurance available to such additional
insureds. The Contractor’s aviation liability policies shall contain endorsements waiving all
rights of subrogation against all additional insureds.
General Insurance Requirements
All insurance required by this Agreement shall:
1. Flow down to subcontractors and suppliers of all tiers, and any flow down of these requirements
to such subcontractors and suppliers does not relieve Contractor of its obligation to provide the
insurance outlined herein. At Contractor’s discretion, minimum required limits for specific
lines of insurance listed in Section I may be modified for subcontractors as follows:
a. Umbrella or Excess Liability: $5,000,000
b. Contractors Pollution Liability: $1,000,000
2. Be purchased and maintained with a company or companies lawfully authorized to do
business in the state of Missouri and with a financial rating of at least A-VIII.
3. Be for the specified minimum limits of liability, or legally required limits, whichever are
greater.
4. Be endorsed to provide thirty (30) days prior written notice to the named insured of
cancellation or non-renewal. Owner will be notified by either the named insured, or their
carrier.
5. Contain a waiver of subrogation provision pursuant to which the insurer is prohibited
from obtaining subrogation or transfer rights with respect to any claim under such policies
against Owner and its affiliates and subsidiaries.
Proof of the required insurance, including additional insured endorsements, shall be made by
submission of certificates of insurance to Owner prior to commencement of a Project. The
Certificates shall be issued to the Contractor and Owner at the addresses set forth in this
Agreement.
*** END OF SECTION ***
RFP 60830 (FO Expansion- Construction) Step 1: Request For Qualifications - Page 36 of 59
APPENDIX 2: Performance, Labor and Materials Bond Sample
KNOW ALL MEN BY THESE PRESENTS: That , as principal and
__________________________________________________, as surety, are held and firmly bound to the
Board of Public Utilities of the City of Springfield, Missouri, hereinafter referred to as City Utilities, in the
sum of and no/100 U.S. DOLLARS ($ U.S.)
for the payment of which we, and each of us, hereby bind ourselves, our heirs, our executors, administrators,
successors and assigns firmly by these presents; the conditions of this bond are such that:
WHEREAS, the above-named principal did on the _____day of _________, ____, entered into a contract
with City Utilities of Springfield, Missouri for:
Specification Title
NOW, THEREFORE, if the above-named principal shall well and truly:
1. Keep and perform all of the contract on his, its or their part to be kept and performed, and faithfully
comply with all laws and regulations applicable thereto and complete the same within the time
stipulated therein or within a reasonable time if no time is stipulated; and,
2. Pay for any and all materials, incorporated, consumed or used in connection with the construction
of the work aforedescribed, and all insurance premiums both for compensation and for all other
kinds of insurance on said work above described, and for all labor performed in the work whether
by the principal or by subcontractor or otherwise and at the prevailing hourly rate of wages made
applicable to the work as specified by the contract (if prevailing hourly rate wages shall have been
so specified). This bond is issued under the terms of Section 107.170 R.S.Mo.
Then this obligation shall be void, otherwise it shall remain in full force and effect.
It is understood and agreed that this bond shall not be avoided because of changes in the plans or
specifications for the work, or because of extensions of time for the performance of work, and the surety
above-named hereby waives notice of and consents to any such changes or extensions of time.
The parties hereto agree that should any litigation arise out of this bond, the venue thereof shall be in the
Circuit Court of Greene County, Missouri, or the US District Court for the Western District of Missouri,
Southern Division.
IN WITNESS WHEREOF, we have hereto set our hands and seals this ___________ day of
__________________, 20_____, or have caused these presents to be executed by our authorized agent on
the same day and year.
Principal: ___________________________________
___________________________________
___________________________________
Surety: ___________________________________
___________________________________
*** END OF SECTION ***
RFP 60830 (FO Expansion- Construction) Step 1: Request For Qualifications - Page 37 of 59
APPENDIX 3: SpringNet Construction Standards