๐Ÿ›ฃ๏ธ

US-33 Smart Mobility Corridor โ€” Fiber Maintenance Contract

Successor RFP Structural Options ยท District 6 ยท Prepared for Board Review

Pre-Bid Confidential Inv. 513-23 Successor

Three structural options are presented for the successor fiber maintenance contract on the US-33 Smart Mobility Corridor. Each reflects a different balance of cost, quality control, ODOT operational burden, and risk. Pricing has been intentionally omitted to preserve bid integrity. The board is asked to select a preferred contract structure, which will then shape the successor RFP specifications.

The following changes are recommended regardless of which structural option the board selects. Each item identifies what the current contract (Inv. 513-23) requires and what the successor RFP should propose instead.

โš–๏ธ Liquidated Damages โ€” Per-Event Cap

The current contract assesses damages at $1,000/hour over the 4-hour restoration window and $200/day over the 14-day permanent repair window, with no ceiling on total liability per event. These uncapped amounts create significant open-ended financial exposure that contractors price into their monthly fee as a risk buffer. A per-event cap preserves accountability while producing more competitive bid pricing. Note: the current contract does contain two limited exceptions โ€” ODOT-caused delays (ยง25B) and force majeure conditions (ยง28) โ€” but both require ODOT approval and provide no dollar limit.

Current Contract (Inv. 513-23)

$1,000/hour over 4-hour restoration window; $200/day over 14-day permanent repair window. No per-event cap. Waiver requires written request and ODOT approval โ€” evaluated after the fact.

Proposed for Successor RFP

Hard cap per discrete outage event (suggested: $5,000/event total). Preserves the performance incentive without unlimited financial exposure. Pairs with tiered response windows and excusable delay provisions below.

โฑ๏ธ Response & Restoration Windows โ€” Tiered by Outage Severity

The current contract applies a single response standard to all outage events regardless of severity, damage scope, or site conditions. Replacing uniform windows with severity-based tiers more accurately reflects real-world conditions while maintaining accountability where it matters most.

Current Contract (Inv. 513-23)

Uniform standard for all events: 2-hour on-site response, 4-hour priority restoration, 14-day permanent repair. Single waiver process applied regardless of outage type or cause.

Proposed for Successor RFP

Three-tier response framework based on outage severity and complexity. Aggressive windows preserved for straightforward repairs; extended windows for complex damage scenarios. See proposed language below.

Tier Outage Type On-Site Response Temporary Restoration Permanent Repair
1 Standard Single circuit or splice-point accessible without excavation 2 hours 4 hours 14 days
2 Complex Multi-circuit outage or conduit damage requiring excavation, traffic control, or utility coordination 2 hours 8 hours 21 days
3 Catastrophic Major physical damage (vehicle strike, significant excavation hit, or full conduit section loss) 2 hours 12 hours 28 days
Important Condition โ€” All Tiers

"All response and restoration windows are contingent upon the Contractor having safe and unobstructed access to the damage site. Windows shall be tolled for any period during which site conditions, highway closures, active emergency operations, law enforcement restrictions, or other factors outside the Contractor's control prevent safe access or safe execution of work. The Contractor shall document and notify DriveOhio of any such condition within two (2) hours of identifying it."

Proposed RFP Language โ€” Tier Classification

"Upon arrival at the outage site, the Contractor shall assess the nature and scope of the disruption and notify DriveOhio in writing of the applicable tier classification within one (1) hour of on-site arrival. DriveOhio shall confirm or adjust the tier designation within two (2) hours of receipt. Liquidated damages, if assessed, shall be calculated based on the restoration window applicable to the confirmed tier."

๐Ÿ›‘ Excusable Delay โ€” Conditions That Pause the Liquidated Damages Clock

Even with tiered response windows, some outage scenarios involve conditions genuinely outside the contractor's control. The current contract addresses this only through a cumbersome pre-approval waiver process. The successor RFP should define specific conditions that automatically pause the LD clock, with notification required but approval not required to stop accrual.

Current Contract (Inv. 513-23)

Waiver of disincentives requires a written email request to the contract contact explaining the situation and receiving approval before the clock is paused. No defined list of qualifying conditions.

Proposed for Successor RFP

Defined list of excusable delay conditions that automatically toll the restoration clock upon written notification to DriveOhio. Approval not required to pause accrual โ€” only notification within a defined window.

Proposed RFP Language โ€” Excusable Delay Conditions

"Liquidated damages shall not accrue, and restoration windows shall be tolled, during any period in which restoration progress is delayed due to conditions beyond the Contractor's reasonable control, including but not limited to: (a) active highway closure restrictions or traffic control requirements that prevent safe access to the damage site; (b) fault location complexity on routes requiring OTDR isolation across multiple segments where the precise damage location cannot be determined without exhaustive testing; (c) third-party utility conflicts requiring Ohio 811 coordination or emergency utility holds prior to excavation; (d) severe weather conditions rendering the work site unsafe per applicable OSHA standards; (e) material or equipment lead times for components not held in standard Contractor inventory when the required material is not available through normal local supply channels; (f) delays caused by ODOT, DriveOhio, or other approving authority response times when written approval is required prior to proceeding; or (g) active law enforcement, emergency response, or incident command operations restricting site access.

The Contractor shall provide written notice to DriveOhio of any excusable delay condition within two (2) hours of identifying the condition, describing the specific circumstance and its anticipated duration. The LD clock shall be tolled from the time the condition arose, as documented by the Contractor, provided notice is given within the required window. Upon resolution of the excusable delay condition, the Contractor shall notify DriveOhio in writing and restoration windows shall resume. Excusable delay conditions do not waive the Contractor's obligation to make all reasonable efforts to restore service as rapidly as conditions allow."

๐Ÿ›๏ธ TRC Building Maintenance โ€” Transfer to ODOT Facilities

HVAC, generators, UPS systems, fire suppression, and grounds maintenance are standard facilities management functions โ€” not fiber operations. Removing this scope simplifies the RFP, reduces cost, and places responsibility where the expertise already exists. Note: the current contract already establishes a 15% processing fee for propane costs, which serves as precedent for the cost-plus materials model proposed below.

Current Contract (Inv. 513-23)

Full TRC building and systems maintenance included in fiber contract at ~$4,750/month (~$57,000/year)

Proposed for Successor RFP

Remove from fiber contract entirely. Transfer to ODOT Facilities team. Estimated annual savings of ~$57,000 returned to ODOT.

๐Ÿ”ฉ Materials Pricing โ€” Pass-Through Model

Fixed unit prices for materials like fiber cable, conduit, and pull boxes expose both parties to market price risk over a multi-year contract. A pass-through model with a fixed markup ensures fair, market-accurate pricing regardless of when materials are purchased โ€” protecting ODOT when prices fall and protecting the contractor when they rise. This approach is consistent with the 15% propane processing fee already established in the current contract (Section 2.3).

Current Contract (Inv. 513-23)

Materials (fiber cable, conduit, pull boxes) billed at fixed unit prices established at contract award. Pricing can become misaligned with market conditions over a multi-year term.

Proposed for Successor RFP

Materials billed at actual invoiced cost plus a fixed markup of 15%, with supporting invoice required. Consistent with the cost-plus processing fee structure already present in the current contract.

๐Ÿ“ Scope of Work โ€” Explicit Definition

The current contract leaves significant gray area between what is included in the monthly fee and what is billable at T&M rates. Several services performed in practice โ€” including third-party contractor coordination, fiber allocation management, customer outage notifications, and relocation coordination โ€” are not explicitly defined in the current contract. This creates risk for both sides and an uneven playing field for prospective bidders.

Current Contract (Inv. 513-23)

Broad scope language with many maintenance activities performed in practice that are not explicitly defined as included or billable. Gray area creates bid risk and post-award disputes.

Proposed for Successor RFP

Two explicit categories defined in the RFP: services included in the monthly fee, and services billed at T&M or unit rates. See scope table in each option tab for the proposed breakdown.

๐Ÿ“ก Corridor Monitoring Frequency

Daily drive-outs along the full corridor represent a significant labor cost that may not be proportionate to actual risk levels on a 35-mile rural route. Weekly monitoring provides adequate coverage for most conditions, with a defined escalation trigger when construction activity is identified.

Current Contract (Inv. 513-23)

Daily monitoring of the full US-33 corridor and local routes for construction activity and potential fiber conflicts

Proposed for Successor RFP

Weekly corridor monitoring as the standard cadence, with escalation to daily monitoring for any corridor segment where active construction activity has been identified within 500 feet of the fiber asset

Option 01

Refined Partnership

Recommended

Single primary contractor with fully explicit scope and all proposed RFP improvements applied. Meaningful cost reduction without compromising asset quality or service continuity.

Option 02

Tiered Response

Consider Carefully

Primary contractor for routine work and first-call response, backed by a pre-qualified secondary pool for overflow. Lower retainer, but introduces workmanship and coordination risk.

Option 03

On-Demand

Not Recommended

No dedicated contractor. ODOT manages a vetted list and coordinates all response internally. Lowest retainer, but substantial ODOT staff burden and high risk on a complex asset.

Option 1 โ€” Refined PartnershipOption 2 โ€” Tiered ResponseOption 3 โ€” On-Demand
Emergency Response
Dedicated 24/7/365 availabilityโœ“ Single contractorโ—‘ Primary + backup poolโœ— No guarantee
Consistent workmanship on repairsโœ“ Yes โ€” one teamโ—‘ Primary only; backup variableโœ— Variable by responder
Response time accountabilityโœ“ Tiered windows + LD capโ—‘ Primary tiered; backup TBDโœ— Difficult to enforce
Routine Maintenance
Corridor monitoringโœ“ Contractor (weekly)โœ“ Primary contractor (weekly)โœ— ODOT managed
Third-party contractor coordinationโœ“ Contractorโœ“ Primary contractorโœ— ODOT managed
Fiber allocation & records mgmtโœ“ Contractorโœ“ Primary contractorโœ— ODOT managed
Customer outage notificationsโœ“ Contractorโœ“ Primary contractorโœ— ODOT managed
Contract Structure
TRC building maintenanceTransfers to ODOT FacilitiesTransfers to ODOT FacilitiesTransfers to ODOT Facilities
Liquidated damagesTiered windows + per-event capTiered for primary; TBD backupDifficult to structure
Materials pricingCost + 15% markupCost + 15% markupCost + 15% markup
Scope definitionFully explicitPartially explicitT&M only
ODOT staff burdenLowModerateHigh
Asset quality riskLowModerateHigh
Option 01

Refined Partnership

A single primary contractor retains full responsibility for the fiber asset with a clearly defined scope of work, all proposed contract improvements applied, and TRC building maintenance transferred to ODOT facilities. This is the recommended path โ€” meaningful cost reduction without compromising asset quality or service continuity.

RecommendedLowest RiskHighest Quality
TRC Building Savings
~$57K
Per year ยท transferred to ODOT Facilities
LD Structure
Tiered + Capped
Per-event cap + excusable delay provisions
Materials Pricing
Cost +15%
Pass-through โ€” market-accurate throughout contract term
Proposed Scope โ€” Included in Monthly Fee
In current contract Current practice, not explicit
๐Ÿ“ก
Weekly corridor monitoring In current contract
Proposed change from daily to weekly. Escalation to daily when active construction is identified within 500 feet of the fiber asset.
๐Ÿ”ง
Routine fiber & conduit maintenance In current contract
Pull box inspections, pathway proofing, splice documentation, fiber marker maintenance
๐Ÿšจ
Emergency response (24/7/365) In current contract
On-site response and restoration per revised tiered response windows. Excusable delay provisions apply.
๐Ÿ—๏ธ
Third-party contractor coordination Current practice, not explicit
Identify and deconflict construction activity near the fiber asset โ€” currently performed but not explicitly defined in contract
๐Ÿ“‹
Fiber allocation & records management Current practice, not explicit
Active/dark strand tracking, splice diagrams, ODOT platform updates within 3 days of any change
๐Ÿ“ฃ
Customer outage notifications Current practice, not explicit
All scheduled and unscheduled outage communications to affected parties
โšก
Relocation & conflict project coordination Current practice, not explicit
Managed in coordination with DriveOhio and local entities
๐Ÿ“Š
Monthly activity reports In current contract
Summary of all maintenance activities submitted monthly
Risk Profile
Asset Quality RiskVery Low
ODOT Staff BurdenLow
Emergency Response RiskLow
Contract Cost vs. CurrentModerate reduction
Proposed Scope โ€” Billable at T&M or Unit Rate
๐Ÿ”ด
Emergency fiber restoration (labor) In current contract
Emergency labor and equipment rates per Appendix C schedule
โœ‚๏ธ
New splicing connections In current contract
DriveOhio-approved connections quoted to requesting entity; billed per labor/equipment rates
๐Ÿ“ฆ
Materials (fiber cable, conduit, pull boxes) In current contract
Proposed change: billed at actual invoiced cost + 15% markup. Replaces fixed unit prices.
๐Ÿšง
Significant relocation project management Current practice, not explicit
Efforts beyond routine coordination; scope confirmed with DriveOhio in advance
Strengths
  • Single point of accountability for a complex, critical asset
  • Consistent workmanship โ€” one team with full system knowledge
  • TRC building savings are immediate and clearly defined
  • Tiered LD structure and excusable delay provisions reduce risk premium in bids without eliminating accountability
  • Pass-through materials pricing is fair and market-accurate throughout the contract
  • Explicit scope protects ODOT from underbidding and post-award disputes
  • Lowest ODOT administrative burden of any option
Considerations
  • Monthly fee still reflects 24/7 on-call availability
  • Cost reduction may appear more modest than Options 2 or 3 on paper
  • ODOT Facilities team absorbs TRC building responsibilities
  • Single contractor dependency โ€” performance tied to one vendor
โ˜…

Recommendation

Option 1 is the recommended structure for the successor RFP. It delivers real cost reduction through targeted changes โ€” not by diluting the service model โ€” and produces a well-defined, competitive bid process that protects the integrity of a critical public infrastructure asset serving both public and private sector customers.

Option 02

Tiered Response Model

A primary contractor handles all routine maintenance and serves as first responder for emergencies. A pre-qualified pool of 2โ€“4 secondary contractors is established as backup overflow capacity. The primary retainer is reduced because the primary is no longer solely responsible for every possible emergency scenario.

Consider CarefullyModerate Risk
Responsibility Structure
๐Ÿฅ‡
Primary Contractor
All routine maintenance, first-call emergency response, documentation, and customer coordination โ€” same scope as Option 1
๐Ÿฅˆ
Secondary Contractor Pool (2โ€“4 vendors)
Pre-qualified backup responders activated when primary cannot meet the response window. ODOT maintains and approves the list.
๐Ÿ›๏ธ
ODOT Facilities
TRC building maintenance โ€” same as Option 1
โš™๏ธ
ODOT Program Staff
Must manage secondary contractor activation, quality oversight, and documentation review whenever backup is used
Risk Profile
Asset Quality RiskModerate
ODOT Staff BurdenModerate
Emergency Response RiskModerate
Contract Cost vs. CurrentMeaningful reduction
How Secondary Activation Works
1
Outage occurs โ€” primary notified
Primary has a defined confirmation window to commit to response
2
Primary cannot respond in time
ODOT or primary contacts secondary pool; first available is dispatched
3
Secondary performs repair
Billed at pre-agreed T&M rates; primary reviews and documents the work
Strengths
  • Lower primary retainer than Option 1
  • Maintains a primary point of accountability
  • Provides genuine emergency overflow capacity
  • All proposed contract improvements still apply
  • TRC building savings still realized
Considerations
  • Secondary contractors lack system-specific knowledge of a well-organized asset
  • Workmanship inconsistency in splice cases and pull boxes creates long-term risk
  • ODOT must manage secondary activation and quality oversight
  • LD and excusable delay structure difficult to apply consistently across primary and backup
  • Increased administrative complexity vs. Option 1
  • Remediation costs from poor secondary work may offset retainer savings
Key Workmanship Concern

The US-33 fiber system is a well-organized, carefully documented asset. Secondary contractors entering splice cases and pull boxes without full system knowledge introduce risk of incorrect splicing, documentation gaps, and latent damage that may not surface until a future outage. The long-term cost of remediation can significantly exceed any savings on the primary retainer over the life of the contract.

Option 03

On-Demand Model

No dedicated primary contractor. ODOT maintains a vetted list of qualified fiber contractors and coordinates all outage response internally. The contract shifts from a retainer-based model to pure time-and-material billing. Lowest contract retainer, but significantly higher ODOT operational burden and risk exposure on a complex, critical infrastructure asset.

Not RecommendedHighest RiskLowest Retainer
Who Does What Under This Model
๐Ÿ›๏ธ
ODOT Program Staff โ€” Absorbs All Coordination
Monitors corridor, manages contractor list, coordinates outage response, handles all customer notifications, tracks all fiber documentation and allocation
๐Ÿ“‹
ODOT Must Staff or Separately Contract
Relocation coordination, third-party deconfliction, and fiber record management โ€” all currently handled by the maintenance contractor
๐Ÿ”ง
On-Demand Contractors (as needed)
Called per outage or maintenance need. Billed T&M at agreed rates. No availability guarantee. No assumed system familiarity.
๐Ÿ›๏ธ
ODOT Facilities
TRC building โ€” same as all options
Risk Profile
Asset Quality RiskHigh
ODOT Staff BurdenVery High
Emergency Response RiskHigh
Contract Retainer CostLowest
Note on True Total Cost

The apparent savings in retainer cost must be weighed against ODOT's internal staffing costs to absorb coordination responsibilities, uncontrolled T&M billing during emergencies, and long-term asset degradation from inconsistent workmanship. For a 35-mile, 432-strand fiber system with active public and private sector service obligations, this model introduces risk that is difficult to quantify but very costly to remediate.

Strengths
  • Lowest contract retainer of any option
  • No single-contractor dependency
  • Maximum flexibility โ€” ODOT controls all vendor decisions
  • TRC building savings still realized
Considerations
  • No guaranteed emergency response time or availability
  • ODOT must absorb all coordination functions currently performed by the contractor
  • Inconsistent workmanship risk on a complex, well-organized asset
  • Tiered LD and excusable delay provisions are very difficult to enforce without a primary contractor
  • Customer SLA obligations become ODOT's direct responsibility
  • True total cost likely exceeds current contract when ODOT staff time is factored in
  • Not appropriate for infrastructure of this complexity and criticality