Pine Telephone Company
Request for Proposal
Towers Site construction
Posted 05/01/2011
Proposals are due by COB
05/16/2011
This RFP is for 12
separate proposals. Each proposal will cover the tower erection and
installation of equipment at 2 different sites. Normally the two sites will be located
within 10 miles of each other. The
Proposals are due by COB on May 16, 2011.
Please submit by email all proposals to rfp@pine-net.com. Please use the English System of
measurement in all correspondence.
The contract which will be used is linked under Ò773 contractÓ on the www.pinetelephone.com home page. Some pairs may
require a separate 773 contract for each site. The towers being erected are
manufactured by World Tower. Tower
erection documents will be emailed upon request. Some towers will be erected before
antennas, RRU, cabling and microwaves will be available so please quote
installation of these items as an option. Please note the Tower Completion
Inspection form on the RFP page.
Installation of 195Õ self-support tower
per manufacturerÕs specification
Installation of waveguide ladder &
safety climb manufacturerÕs specification
Installation of 6 T-booms manufacturerÕs
specification
3
booms @ 190Õ
3
booms @ 180Õ
Installation
of Ice Bridge and trapeze kit Ice Bridge will be 10Õ or less and mounted on
concrete
Option 1 Antennas and RRUÕs
Includes securing, grounding and weather sealing
items. All items will be color
coded to owner specifications
Installation of 6
antennas with correct azimuth and down tilt
Installation of 3 RRU
& jumpers
Installation
& grounding of power cable and fiber into building. Both will
use ½Ó snap in
Option 2 Microwave
Includes securing, grounding and weather sealing
items. All items will be color
coded to owner specifications
Dish
installation- normally 4Õ or less
Install
& ground ½Ó IDF cable-no waveguide
Option 3 Microwave
Align
microwave dishes
Other proposal requirements:
i.
Terms
for breach. Proposals must provide for administrative, contract or legal
remedies for any breach or violation of the contract terms by the Vendor and
appropriate remedial action.
ii.
Termination
clause. Proposals must include a termination clause indicating the manner by
which termination will be effected and the basis for settlement. In addition, the clause will describe
the conditions under which the contract may be terminated by default and the
conditions under which the contract may be terminated for circumstances beyond
the control of the Vendor.
iii.
Access
to documents. Proposals must
include a provision permitting PTC, the Department of Commerce, the Comptroller
General of the US, or any of their duly authorized representatives to have
access to any books, documents, papers and records of the Vendors applicable to
the Project for the purpose of making audits, examinations, excerpts and
transcriptions.
iv.
Contract
Work Hours and Safety Standards Act (40 U.S.C. ¤¤ 327, 333). Proposals involving construction work or
work that includes the employment of mechanics or laborers must include a
provision for compliance with Sections 102 and 107 of the Contract Work Hours
and Safety Standards Act (40 U.S.C. 327, 333), as supplemented by Department of
Labor regulations (29 CFR Part5).
v.
Clean
Air Act (42 U.S.C. ¤ 7401 et seq.) and the Federal Water Pollution Act (33
U.S.C. ¤1251 et seq.). Proposals
must contain a provision agreeing to abide by the Clean Air Act and the Federal
Water Pollution Act.
vi.
Byrd
Anti-Lobbying Amendment (31 U.S.C. ¤ 1352). All Vendors must file the Byrd
Anti-Lobbying Amendment certification, certifying that the Vendor will not and
has not used Federal appropriated funds to pay any person or organization for
influencing or attempting to influence an officer or employee of any agency, a
member of congress, office or employee of Congress, or an employee of a member
of Congress in connection with obtaining any Federal contract, grant or any
other award covered by 31 U.S.C. ¤ 1352.
vii.
Equal
Employment Opportunity. Proposals must include a provision requiring compliance
with Executive Order (ÒE.O.Ó) 11246, ÒEqual Employment Opportunity,Ó as amended
by E.O. 11375, ÒAmending Executive Order 11246 Relating to Equal Employment
Opportunity,Ó and as supplemented by regulations at 41 CFR Part 60, ÒOffice of
Federal Contract Compliance Programs, Equal Employment Opportunity, Department
of Labor.Ó
viii.
Copeland
ÒAnti-KickbackÓ Act (18 U.S.C. ¤ 874 and 40 U.S.C. ¤ 276c). Proposals for
contracts greater than $2,000 in construction or repair must include compliance
with the Copeland ÒAnti-KickbackÓ Act.
ix.
Davis-Bacon
Act, as amended (40 U.S.C. ¤ 276a to 276a-7). Proposals for contracts greater
than $2,000 must include a provision for compliance with the Davis-Bacon Act,
including, specifically, payment of prevailing wage, weekly payroll
distribution and timely and accurately providing records to PTC to demonstrate
compliance.
x.
Debarment
and suspension (E.O.s 12549 and 12689): Proposals must include a statement
indicating that the Vendor is not listed in the General Services
AdministrationÕs List of Parties Excluded from Federal Procurement or
Non-procurement Programs in accordance with Executive Orders 125449 and 12689.
xi.
Signage: Proposals must include a statement that
all construction sites (if any) will display signage that features the ARRA
Primary emblem in a prominent location on site. The emblem must be displayed no less
than six (6) inches in diameter.
Please check site often for
updates. If planning to submit a
proposal please email rfp@pine-net.com and you will be emailed when the
site is updated. Please email all
questions or concerns to email address above. PTC reserves the right to modify, change
or cancel this RFP at any time. PTC
has the right to refuse all proposals.