View
224
Download
0
Category
Preview:
Citation preview
Piper Building Fiber Extension RFP
Clinton County Commissioners Page i
Clinton County Fiber Extension
Request for Proposal
Issued by:
Clinton County
Information Technology
232 East Main Street
Lock Haven, PA 17745
ATTN: Clinton County IT Staff
FiberRFP@ClintonCountyPA.com
August 3, 2017
Piper Building Fiber Extension RFP
Clinton County Commissioners Page ii
Piper Building Fiber Extension RFP
Clinton County Commissioners Page iii
Clinton County Fiber Extension
Request for Proposal
Issued by:
Clinton County
Clinton County STATEMENT OF INTENT
It is our goal to extend the private fiber communications network owned by Clinton County (hereinafter
“County”) from its current Garden Building Data Center, located on the second Floor of the Garden
Building, to the Piper Building recently purchased by the County. Most services provided at the current
location will be moved to the new facility and all data communications with other County offices will
need to be extended to this new location. Specific Objectives of the solution must include:
1. Single-Mode Fiber Optic Cabling.
a. 24 strands of single-mode fiber optic cabling will need to be strung along a utility
pole route between the Garden Building and the recently purchased Piper Building.
b. All cabling is to be terminated with rack mount fiber patch panels each equipped with
four 6-port LC single mode couplings.
2. All cabling will be tested and the results documented and provided to the County utilizing
both light meters and OTDRs. Both hard copy and electronic results will be provided to
the County.
We will select the vendor based on lowest responsible bid. COUNTY invites vendors to propose
hardware, installation and warranty necessary to fully meet all requirements and requests that are made in
this REQUEST FOR PROPOSAL.
Piper Building Fiber Extension RFP
Clinton County Commissioners Page iv
Contents SECTION 1: PROPOSAL INSTRUCTIONS ............................................................................................. 1
1.1 Proposal Process Instructions ............................................................................................. 1 1.2 Mandatory List of Proposal Contents ................................................................................. 3 1.3 Additional Instructions ....................................................................................................... 3 1.4 Evaluation and Award Process ........................................................................................... 3
SECTION 2: PROJECT OVERVIEW ........................................................................................................ 4 SECTION 3: INSTALLATION AND IMPLEMENTATION .................................................................... 7
3.1 VENDOR Requirements ..................................................................................................... 7 3.2 COUNTY Requirements ..................................................................................................... 7 3.3 General Implementation Requirements .............................................................................. 7
SECTION 4: WARRANTY AND SERVICE INFORMATION ................................................................ 8 4.1 General Maintenance Provisions ........................................................................................ 8 4.2 System Warranty ................................................................................................................. 8
SECTION 5: FINANCIAL ......................................................................................................................... 9. 5.1 Price Proposal Format ........................................................................................................ 9. 5.2 Price and Payment Schedule .............................................................................................. 9.
SECTION 6: CONTRACTUAL SPECIFICATIONS ............................................................................... 10 6.1 Definitions ........................................................................................................................ 10 6.2 Contract Period ................................................................................................................. 10 6.3 Termination ....................................................................................................................... 11 6.4 Amendments and Change Orders ..................................................................................... 11 6.5 Applicable Laws and Regulations .................................................................................... 11 6.6 Insurance ........................................................................................................................... 11 6.7 Independence .................................................................................................................... 12 6.8 Penalties for Non-Performance ......................................................................................... 12 6.9 Governance ....................................................................................................................... 12
SECTION 7: VENDOR INFORMATION ................................................................................................ 13 Appendix A 14 Appendix B 18 Appendix C 19 Appendix D 20
Piper Building Fiber Extension RFP
Clinton County Commissioners Page 1
SECTION 1: PROPOSAL INSTRUCTIONS
1.1 Proposal Process Instructions
1.1.1 Due Date Proposals are due by September 7, 2017 at 09:00 A.M.
1.1.2 Delivery of Proposals
Bid proposals shall be submitted in a sealed envelope clearly laberled “Piper Building
Fiber Project” addressed to:
Jann Meyers, Chief Clerk
County of Clinton
Garden Building, 3rd
Floor
232 East Main Street
Lock Haven, PA 17745
1.1.4 Important Dates
RFP Issue Date August 15, 2017
CLINTON COUNTY GOVERNMENT
Site Visits
To Be Determined based upon
Bidder Request
Final Question Date August 24, 2017
Proposals Due September 7, 2017
1.1.5 Proposer Questions If there is any new information or changes to this RFP that affect the scope of the project,
the County will notify vendors in writing via vendor provided email address.
1.1.6 Proposal Costs Proposing vendors are responsible for all costs and expenses that they incur as a result of
responding to this RFP.
1.1.7 Communications During the period from receiving the RFP until a vendor is selected, you must direct all
communication concerning this RFP in writing to the County IT Staff at
FiberRFP@ClintonCountyPA.com. Any attempt to directly solicit any member of
Clinton County Government including the Commissioners and/or Staff will be
grounds for immediate bid dismissal.
Piper Building Fiber Extension RFP
Clinton County Commissioners Page 2
1.1.8 Proprietary Information RFP proposals will be held in confidence. They will not be revealed or discussed with
any other providers, except as required by law. RFP proposals will be shared with
purchasing decision-makers and other people (consultants, etc.) that are part of this
procurement process. All such parties will be required to keep the responses in
confidence. COUNTY has the right to use any or all of the ideas presented in a submitted
proposal.
Clinton County Commissioners Page 3
1.2 Mandatory List of Proposal Contents
So that the COUNTY can fairly evaluate all proposals, the COUNTY requires that proposing VENDORS
submit in a standard proposal format.
Failure to respond within the RFP format will be grounds for immediate bid rejection.
1.3 Additional Instructions
In addition to the required/requested responses, please include the following:
A. Operational Description. Submit a detailed description, in non-technical terms, of your
proposed system solution. Do not exceed three pages or include any price information.
B. References. Further in the RFP you will submit references of installations with systems and
subsystems similar to those proposed. Include the name, title, email address, telephone number
and address of a primary contact for each reference.
1.4 Evaluation and Award Process
1.4.1 Proposals will be objectively evaluated and awarded to the lowest responsible bid.
1.4.2 Oral presentations and/or written questions for further clarification may be required of proposing
vendors.
1.4.3 The COUNTY is interested in receiving your best offer from the outset, and would discourage
alternate bids or complex options to the base proposal.
1.4.4 Final selection of the successful VENDOR will be based upon overall acceptance of each of the
individual items listed in the Evaluation Criteria.
1.4.5 The COUNTY will notify the vendors not selected, in writing, when a final decision is made.
1.4.6 The COUNTY reserves the right to reject any and all proposals in its/their entirety or
individual subsystem sections of a preferred proposal and to waive any irregularity in the bids or in the
bidding process.
Clinton County Commissioners Page 4
SECTION 2: PROJECT OVERVIEW
The County Information Technology which is currently housed in the Garden Building (232 East Main Street, Lock
Haven, PA) is relocating to a new facility recently purchased by the Clinton County Commissioners. The new facility
formerly known as the Piper Building is located at 100 Mercer Drive, Lock Haven, PA. Therefore the existing private
fiber optic data network needs to be extended to this new facility.
In both buildings the fiber will need to extend from the first floor to the second floor data room. Therefor the outdoor
fiber will need to be fusion spliced to indoor armored cable then extended to each data room.
The extended fiber route will travel from the Garden Building at 232 East Main Street to the Piper Building facility via the
pole route illustrated in exhibit 2.1 and 2.2, and must adhere to all PPL and Verizon attachment requirements as
documented in Appendix A and Appendix B. Compliance with all PPL requirements as described in PPL publications 6-
01-140 and 6-01-145 is also required.
There is a segment of cable that must be in two inch SCH 40 PVC conduit and trenched from Verizon pole 214 through
property owned by Lighthouse Lock Haven LLC to PPL pole 08656/N352885. The County has already obtained Right-
of-Way for the required trenching.
All segments of the fiber network will need to be tested to ensure they meet the requirements of ANSI/EIA/TIA-526-7
standards with result documents provided in both hard copy and electronic formats to the County Information Technology
staff.
The mechanical and environmental specifications for outside plant optical fiber cable shall be in accordance with
ANSI/ICEA S-87-640.
Outside plant optical fiber cables shall be Corning ALTOS® Lite Loose Tube, Gel-Free, Single-
Jacket, Single-Armored Cables with FastAccess® Technology (Appendix C).
Outside plant cables shall support a bend radius of 10 times the cable outside diameter when not subject to tensile load,
and 20 times the cable outside diameter when subject to tensile loading up to the cable’s rated limit.
No mechanical splices will be acceptable. All fiber splices must be fusion splices. There is also required CorningCCH
Pigtail Splice Cassette (Appendix D) in each building to reduce fiber loss and increase bandwidth potential.
The County already has 18 cable markers that were produced by Budco Cable. The contractor will be required to
purchase additional markers and then provide the County with any unused markers once the project is completed.
PPL has the Make Ready work scheduled to be completed in early September and we would like the fiber installation to
begin shortly thereafter.
This project does require Prevailing Wage.
Clinton County Commissioners Page 5
Exhibit 2.1 Fiber Route Section 1
Clinton County Commissioners Page 6
Exhibit 2.2 – Pole Route Section 2
Clinton County Commissioners Page 7
SECTION 3: INSTALLATION AND IMPLEMENTATION
3.1 VENDOR Requirements
3.1.1 Project Kick-off Meeting Introduce field operations staff. Review scope of work highlighting VENDOR and the County’s responsibilities. Discuss tentative timelines.
3.1.2 On-Site Installation
VENDOR moves equipment to the County’s premise.
VENDOR racks and stacks equipment into existing COUNTY provided data racks.
3.1.3 Testing and Cutover
Splicing, testing and cutover must be scheduled with the IT Department two days prior to any activity.
Fiber testing and certification will be performed immediately prior to cutover.
VENDOR will be onsite at cutover to ensure proper data connectivity.
3.2 COUNTY Requirements
3.2.1 The County must identify a site contact for VENDOR to work with, which will ensure access to the COUNTY
site and a safe environment to perform the work.
3.2.2 The County will provide the appropriate access to County facilities, including, where applicable, computer
equipment, facilities, and workspaces.
3.2.3 The County will ensure that all site preparation (for example, but not limited to, power, space, HVAC, abatement,
cables, and racks) will be in place and the site ready for equipment installation three (3) business days prior to the
beginning of the scheduled onsite installation.
3.3 General Implementation Requirements
3.3.1 Conduct of Work: All work will be conducted in a professional and orderly manner. The COUNTY staff
should be respected at all times. All interactions with the COUNTY staff will be professional and courteous and
all comments or discussions will relate to the installation project. Any and all requests made by the COUNTY
staff should be treated in a respectful manner but referred to the County Project Manager for approval prior to
commitment or implementation.
3.3.2 Use of Facilities: Vendor’s installation staff will be allowed reasonable use of restroom and break room facilities
when they are on our premises. The County Smoking and Parking Policies must be adhered to at all times. The
VENDOR’s employees/subcontractors should not be in sections of the facility except in connection with
necessary implementation tasks. The VENDOR shall state the required hours of access to the facility and shall
provide the COUNTY with the necessary Work Plan far enough in advance to allow the COUNTY time to
approve such requests. (Such requests will not be unreasonably denied by the COUNTY.)
3.3.3 Restoration of Premises: The COUNTY ’s premises must be restored to their original condition following
implementation of the VENDOR's systems.
3.3.3.1 This includes both restoring areas affected in the normal course of implementation, and repairing damage done
inadvertently.
3.3.3.2 VENDOR's project manager will be responsible for inspecting all areas before work starts and reporting any pre-
existing damage to the COUNTY Project Manager, and inspecting all work done and resulting conditions of the
COUNTY’s premises.
Clinton County Commissioners Page 8
3.3.4 Qualifications of Implementation Staff: As stated previously, the VENDOR's implementation staff must be
fully trained and certified by the manufacturer(s) of the system(s) proposed. Their training must be up-to-date for
the specific systems being installed. In addition, all key implementation staff must be experienced in similar prior
installations. The COUNTY will reserve the right to request disciplinary measures for installation staff who
exhibit conduct inappropriate in a professional office environment to the point of requesting their permanent
removal from all COUNTY facilities.
3.3.4.1 All employees of the successful VENDOR and subcontractors hired by the VENDOR will wear VENDOR
provided identification badges at all times when working at any facility of the COUNTY.
SECTION 4: WARRANTY AND SERVICE INFORMATION
4.1 General Maintenance Provisions
The following specifications are applicable to all maintenance and repair services supplied by VENDOR or
VENDOR's subcontractors, both under and outside of warranty.
4.1.1 The proposed systems must include a minimum of first year warranty as described. The VENDOR is required to
submit a comprehensive Service and Support Plan that provides a written summary of “how” the VENDOR will
support the systems being proposed in both the warranty period (beginning after acceptance) and the post
warranty period (years post warranty).
4.1.2 VENDOR will provide all equipment, software and other materials and expenses necessary to maintain the
system in good operating condition and in conformance with manufacturer's specifications during the warranty
period.
4.1.3 VENDOR warrants that all maintenance staff who will service the proposed system have been fully trained and
certified by manufacturer as qualified to service the proposed system.
4.1.4 State the city and specific address where the manufacturer approved complement of parts is kept for the regular
maintenance and repair of the proposed system.
4.1.5 If repair is required on-site, please state the maximum duration (in hours) for the VENDOR’s qualified technician
to arrive at the COUNTY's site, beginning at the point that the COUNTY calls VENDOR's service center with
notification that repair is needed for a major system failure, and the maximum duration (in hours) for the
VENDOR’s qualified technician to arrive at the COUNTY's site, beginning at the point that the COUNTY calls
VENDOR's service center with notification that repair is needed for a minor failure.
* Please clearly identify in your “Service and Support Plan” what conditions represent a minor failure and which
conditions represent a major failure.
4.1.6 VENDOR shall not be held responsible for damage to the system caused by abuse, negligence or theft by persons
other than VENDOR's employees or employees of VENDOR's subcontractors.
4.1.7 In the event that the VENDOR cannot fulfill all obligations as outlined in this warranty section of the RFP, the
COUNTY reserves the right to request and receive emergency or regular service from any authorized
manufacturer, distributor, support organization or certified technician. The VENDOR will be responsible for any
charges that are incurred by securing services from a third party. This option will be available during the warranty
period and at any time during the “Post Warranty” period where the COUNTY has a signed service contract of
any type with the VENDOR.
4.2 System Warranty
4.2.1 The entire system solution as provided in the VENDOR's RFP response must include a minimum first year
Clinton County Commissioners Page 9
warranty against any defects or damage, caused by manufacturer, VENDOR, or VENDOR's subcontractors, in the
system's equipment or software. The first year MUST include 7x24 hour coverage with a guaranteed response
time of 4 hours for a technician on site. A $500 credit will awarded to the COUNTY for every occurrence of the
VENDOR failing to respond timely to a Code #1 failure. The following are the definitions of service codes and
applicable response times:
Priority trouble Code #1 calls:
These calls must be responded to within a 4-hour time interval from receipt of call, 24 hours per day, 7 days
per week.
Priority #1 calls include: complete shutdown of system, 10% or more outage of trunks.
Priority trouble Code #2 calls:
These calls must be responded to within the next business day from receipt of call, 9 hours per day, 5 days per
week.
Priority #2 calls are all calls other than Priority #1 calls.
4.2.2 The minimum one year warranty will begin at the point that the system is officially accepted by the COUNTY
which acceptance shall be upon completion of a System Acceptance Test substantiating completion of all work
required by this RFP other than the continuing warranty obligation.
DEFINITION: “System Acceptance Test” is defined as an operational test and contractual verification of the
successful operation of all systems, subsystems and components provided as part of satisfying the requests in this
proposal. An official System Acceptance Test will be cooperatively developed with the participation of the
COUNTY and the successful VENDOR during the contract negotiation period and prior to the implementation
phase.
4.2.3 All repairs made under warranty will be at the sole expense of the VENDOR, including parts, labor, travel
expenses, meals, lodging and any other costs associated with repair.
SECTION 5: FINANCIAL
5.1 Price Proposal Format
Submit your price proposal as listed below and separately from the remainder of your proposal.
5.2 Price and Payment Schedule
The method of payment and payment terms/dates will be negotiated during the Contract Negotiation period.
5.3 Proposal Summary
5.3.1 Labor Costs: Utilizing Prevailing Wage rates provide documentation of labor costs.
5.3.2 Equipment - Initial - Purchase: The outright purchase price for all equipment you are proposing as part of the
entire system package, as described in this RFP and proposal.
5.3.3 Detailed Equipment List
Provide, by site, a component listing of all equipment provided.
5.3.4 Response Sheets: Use the format outlined below for all costs. The County understands the complexities of
pricing out the system and is NOT requiring individual line item pricing to ensure we get the best possible price
Clinton County Commissioners Page 10
with any bundles and or special configuration pricing that may be available.
Material Cost
(Materials that will become County property)
Labor Cost
Total Project Cost
Construction Duration (calendar days required from start of construction to project completion)
SECTION 6: CONTRACTUAL SPECIFICATIONS
6.1 Definitions
6.1.1 Contract: The entire contract between the COUNTY and the selected VENDOR, superseding any other verbal or
written agreements, will consist of:
6.1.1.1 This Request for Proposal
6.1.1.2 The selected VENDOR's proposal response
6.1.1.3 A document containing any additional terms negotiated before contract signing
6.1.1.4 A signature page
6.1.2 "Proposer", "VENDOR", and "Contractor" in this contract is the selected provider whose name and principal
address appear on the proposal and signature page.
6.2 Contract Period
6.2.1 This contract shall become effective immediately upon signing by both VENDOR and the COUNTY. First year
warranty period begins on date of the COUNTY’s acceptance of the System and the warranty will remain in effect
for a minimum of 12 consecutive months.
6.2.2 This contract shall terminate on the 1st anniversary date of the County’s acceptance of the System, unless
terminated earlier as specified in 6.3. However, guaranteed offerings of maintenance contract options, as outlined
in Section 6, will be available for review 60 days prior to expiration of current year maintenance contract and
selected maintenance contract option will be signed prior to expiration of warranty or current year contract. The
Clinton County Commissioners Page 11
availability of these maintenance contract offerings with same terms, conditions and expectations identified in
Section 6 will be guaranteed for 10 consecutive years.
6.3 Termination
6.3.1 This contract may be terminated at any time by mutual consent of the parties.
6.3.2 This contract may be terminated by the COUNTY upon written notice to contractor, deposited as certified mail at
least forty-five (45) days prior to the termination date. This written notice shall state the reasons for termination.
Contractor shall be allowed thirty (30) days from the date the written notice was mailed to remedy the conditions
outlined in the notice to the COUNTY's satisfaction.
6.3.3 In the event of termination, the COUNTY's liability for payments to contractor will be limited to making
payments up to the date on which the contract is terminated.
6.4 Amendments and Change Orders
6.4.1 This contract may be amended at any time by mutual written consent of the parties.
6.4.2 Any amendment or change order must be in writing and signed by authorized representatives of both VENDOR
and the COUNTY.
6.5 Applicable Laws and Regulations
67.5.1 VENDOR will be responsible for complying with all applicable state and local laws and ordinances in the
performance of this contract.
6.5.2 VENDOR shall comply with all applicable Federal Communications Commission and State Utility Board
regulations.
6.5.3 All systems provided by VENDOR will comply with all applicable federal, state and building, fire, safety and
electric codes and all relevant industry standards.
6.6 Insurance
6.6.1 The Vendor shall meet or exceed ALL insurance requirements and provide certification of insurance as
set forth below unless Vendor can demonstrate said insurance requirement is not applicable to Vendor: Workers Compensation Statutory
Employer’s Liability Statutory
Automobile Liability $1,000,000 combined single limit
Comprehensive General Liability with the following minimum coverage:
General Aggregate $2,000,000
Products-Comp/Ops aggregate $2,000,000
Personal & Advertising Injury $1,000,000
Each Occurrence $1,000,000
Fire Damage $50,000.00
Medical Expense (any one person) $5,000.00
Protective liability and all-risk insurance shall name the County of Clinton as additionally insured including ISO
endorsements CG 20 10 07 04 and CG 20 37 07 04.
Any additional insurance requirements of participating or cooperative parties will be included as subsequent
Attachments and shall require mandatory compliance.
6.6.2 VENDOR will be fully responsible for the complete system up to the date of acceptance of the system by the
COUNTY.
Clinton County Commissioners Page 12
6.7 Independence
6.7.1 The COUNTY and VENDOR acknowledge that neither is acting as an employee or agent of the other.
6.7.2 The COUNTY hereby authorizes successful VENDOR to act as an agent in obtaining necessary services in
accordance with this contract from any common carrier during the installation and cut-over period with the
COUNTY receiving written notification prior to any additions or changes to current common carrier provided
services. That authorization will expire at cut-over period and all interactions by the VENDOR in the name of the
COUNTY will be authorized in writing on a case by case basis.
6.8 Penalties for Non-Performance
6.8.1 The COUNTY's liability under this contract is limited to the amounts specified in the FINANCIAL sections of the
RFP and proposal.
6.8.3 Neither the COUNTY nor VENDOR will be held responsible for non-performance or delays caused by acts of
God, natural disaster, vandalism, war, or other conditions beyond control.
6.8.4 VENDOR must advise the COUNTY immediately and in writing of any event which occurs prior to system cut-
over that may delay the contract negotiated cut-over date.
6.9 Governance
This contract will be governed under the laws of the Commonwealth of Pennsylvania.
Clinton County Commissioners Page 13
SECTION 7: VENDOR INFORMATION
Name of Proposing Vendor:
Address:
City:
State:
Zip Code:
Serving office:
Installation Manager:
Operations Manager:
Project Manager:
Sales Manager:
Authorized Signature Attesting to the accuracy and validity of the RFP Response:
_______________________________________________ __________________________
Printed Name Title
________________________________________________ ____________
Signature Date
END OF RFP.
THANK YOU FOR YOUR INTEREST AND TIME IN SUBMISSION.
Clinton County Commissioners Page 14
Appendix A
Osmose®
Osmose Utilities Services Inc.
635 Hwy 74 S
Peachtree City, Ga 30269
Phone: (770) 632-6700 Fax: (678) 364-0844 Web: www.osmose.com
Customer Name Clinton County Customer Job Name Blue Building Expansion
PPL Application # 203840
WAM WR # 15056492
WAM WO # 58158394
PPL Region Susquehanna
PPL Area Lock Haven
Summary of Make Ready Work Required
PPL Pole # PPL Make-Ready Foreign Utility Make-Ready
08463N35347
PPL to replace 45/2 with 50/2 pole
Keystone Community Network to attach to new
pole at 22'0"
Comcast to attach to new pole at 21'0"
Verizon to attach to new pole at 20'0" 08474N35346 No PPL Make-Ready No Foreign Utility Make-Ready
08486N35345
No PPL Make-Ready
Keystone Community Network to lower 28" to
19'8"
Comcast to lower 29" to 18'8"
08492N35344 No PPL Make-Ready No Foreign Utility Make-Ready
08505N35342 No PPL Make-Ready No Foreign Utility Make-Ready
08518N35341 No PPL Make-Ready No Foreign Utility Make-Ready
08527N35340 No PPL Make-Ready No Foreign Utility Make-Ready
08536N35338 No PPL Make-Ready No Foreign Utility Make-Ready
08543N35338 No PPL Make-Ready No Foreign Utility Make-Ready
08557N35337 No PPL Make-Ready No Foreign Utility Make-Ready
08573N35335
No PPL Make-Ready
Verizon drop to lower 22" to 21'4"
Comcast to lower 12" to 20'10"
Verizon to lower 12" to 19'10"
Verizon drops to lower 12" to 19'4"
Verizon to lower 6" to 18'10"
08583N35334 No PPL Make-Ready No Foreign Utility Make-Ready
08589N35333 No PPL Make-Ready No Foreign Utility Make-Ready
08593N35332 No PPL Make-Ready No Foreign Utility Make-Ready
08606N35330
No PPL Make-Ready
Comcast to lower 13" to 22'0"
Verizon to lower 12" to 21'0"
Verizon drops to lower 6" to 20'6"
Verizon to lower 5" to 20'0"
08619N35329 PPL to replace 40/3 with 45/3 pole Comcast to attach to new pole at 21'2"
Verizon to attach to new pole at 20'2"
08630N35328
PPL to reframe primary to double buckarm spec 6-13-
34-XA
PPL to raise neutrals and secondary 19" to 26'11" ,
26'3" , and 25'9"
No Foreign Utility Make-Ready
08652N35285 No PPL Make-Ready No Foreign Utility Make-Ready
08656N35285 PPL to raise streetlight 9" to 22'2"
PPL to dress streetlight drip loop No Foreign Utility Make-Ready
08670N35283 No PPL Make-Ready Verizon drop to lower 9" to 17'11"
08682N35282 PPL to extend U-guard to 24'2"
PPL to dress secondary drip loops to 24'2" No Foreign Utility Make-Ready
08690N35281 PPL to raise streetlight 6" to 24'4" No Foreign Utility Make-Ready
08699N35279 No PPL Make-Ready No Foreign Utility Make-Ready
08710N35277 No PPL Make-Ready No Foreign Utility Make-Ready
08719N35277 No PPL Make-Ready No Foreign Utility Make-Ready
08734N35275 No PPL Make-Ready No Foreign Utility Make-Ready
Clinton County Commissioners Page 15
08747N35274
PPL to reframe primary to three phase vertical tap -
method 1 spec 6-13-34-I
PPL to raise secondaries 34" to 25'5" and 25'10"
No Foreign Utility Make-Ready
08760N35273 PPL to raise secondary 16" to 25'6"
PPL to raise streetlight 36" to 22'9" No Foreign Utility Make-Ready
Clinton County Commissioners Page 16
Osmose®
Osmose Utilities Services Inc.
635 Hwy 74 S
Peachtree City, Ga 30269
Phone: (770) 632-6700 Fax: (678) 364-0844 Web: www.osmose.com
Client Clinton County Date 3/2/2017
PPL WR Number 15056492
County, Municipality
Clinton County, Lock Haven City City Lock Haven, PA
Job Location Willards Alley / Marys Alley / E Bald Eagle St
CJN Blue Building Expansion Note: The position on the pole refers to the position of the
utility from top (1) to bottom PPL Pole #
Location
Utility
Position
on Pole
Current
Height
Adjustment to Final Height
08463N35347
Willards Alley
Keystone
Community
Network
1
20'2"
Keystone Community Network to
attach to new pole at
22'0"
Comcast
2
18'9"
Comcast to attach to new pole at 21'0"
Verizon
3
17'8"
Verizon to attach to new pole at 20'0"
08486N35345
Willards Alley
Keystone
Community
Network
1
22'0"
Keystone Community Network to
lower 28" to 19'8"
Comcast 2 21'1" Comcast to lower 29" to 18'8"
08573N35335 Willards Alley
Verizon drop 23'2" Verizon drop to lower 22" to 21'4" Comcast 1 21'10" Comcast to lower 12" to 20'10"
Verizon 2 20'10" Verizon to lower 12" to 19'10"
Verizon drop 20'4" Verizon drops to lower 12" to 19'4"
Verizon 3 19'4" Verizon to lower 6" to 18'10"
08606N35330 Willards Alley
Comcast 1 23'1" Comcast to lower 13" to 22'0" Verizon 2 22'0" Verizon to lower 12" to 21'0"
Verizon drop 21'0" Verizon drops to lower 6" to 20'6"
Verizon 3 20'5" Verizon to lower 5" to 20'0" 08619N35329
Willards
Alley
Comcast
1
20'10"
Comcast to attach to new pole at 21'2"
Verizon
2
19'8"
Verizon to attach to new pole at 20'2"
08670N35283 Marys Alley Verizon drop 18'8" Verizon drop to lower 9" to 17'11"
08777N35274 E Bald
Eagle St Comcast 1 17'11" Comcast to lower 12" to 16'11"
Verizon 2 16'11" Verizon to lower 14" to 15'9"
Verizon 3 16'1" Verizon to lower 16" to 14'9"
08811N35255 E Bald
Eagle St Comcast 1 19'11" Comcast to lower 26" to 17'9"
Verizon 2 18'10" Verizon to lower 25" to 16'9"
Verizon 3 17'9" Verizon to lower 24" to 15'9"
Clinton County Commissioners Page 17
08831N35254
E Bald
Eagle St
Comcast
1
22'7" / 22'0"
Comcast to lower 28" to 20'3" and 31"
to 19'5" Verizon 2 21'7" Verizon to lower 32" to 18'11"
Verizon 3 20'8" Verizon to lower 27" to 18'5"
Verizon 4 19'9" Verizon to lower 28" to 17'5"
Clinton County Commissioners Page 18
Appendix B
EXHIBIT B
4 VERIZON PENNSYLVANIA LLC POLES
LOCATION: CITY OF LOCK HAVEN ALONG NORTH HANNA STREET
BETWEEN WILLARDS ALY AND MARYS ALY
POLE NUMBERS:
POLE 74
POLE 75
POLE 213
POLE 214
Clinton County Commissioners Page 19
Appendix C
Clinton County Commissioners Page 20
Appendix D
Recommended