Pine Telephone Company

Request for Proposal

Towers Site construction

Posted 04/22/2011

Proposals are due by COB

05/05/2011

 

This RFP is for 2 separate proposals.  A separate proposal for each pair of sites will be required.  The site pairings and Unique information for each site will be listed under site name further in the RFP.   The Proposals are due by COB on May 5, 2011.  Please submit by email all proposals to jwhiz@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 base design is at the end of this document.  Aerial photos of each site are listed on the RFPÕs aerial photo page.  Below, in each pair, is the site name.  A will be the amount of clearing and B the length of road this information is an estimate.  Please review aerial photos for clearing details.

 

Pair 1

                  Spencerville-

                                    A.  moderate

                                    B.  160Õ 

                  Hugo

                                    A. minimal

                                    B.  80Õ

Pair 2

                  Sawyer

                                    A.  moderate

                                    B.  80Õ

                  Clearcreek

                                    A. 1/3 acre

                                    B.  160Õ

Pair 3

                  Divide/271-144

                                    A.  minimal

                                    B.  20Õ

                  Snow

                                    A. minimal

                                    B. 600Õ

Pair 4

                  Finley

                                    A.  moderate

                                    B.  500Õ

                  cloudy

                                    A. minimal

                                    B.  60

Õ

 

 

                 

 

 

 

 

 

 

Site Work

1.     40Õ culvert at access off roads.  Size and location to be determined by owner.

2.     Gravel over culvert and gravel road to tower site.  Length and location of road and gravel depth to be determined by owner.  Road bed shall be compacted and stabilized so as to support the mobilization, concrete trucks, and crane.

3.     Excavation of site to allow drainage away from tower base and the road shall not impede this drainage, an additional culvert at contractorÕs expense may be required.

4.     Elevation for the tower base shall be determined by contractor so as to insure that the site has adequate drainage and the slopes around the tower base are all cut and/or filled and compacted and left at a 4/1 slope or flatter.  If there is any excess of material left it shall be removed at contractorÕs expense.  If there is not enough material after elevation is set, material shall be hauled in at the contractorÕs expense to have slopes as required.

5.     Notify owner/inspector of any rock found.  Measurements and quantities must be determined before rock excavation begins.  Any large solid chunks of rock must be broken down to a small enough size to allow using as backfill or hauled off and disposed of off-site, either situation is covered in the rock clause and thus to be done at contractorÕs expense.

6.     All slopes shall be left smooth and suitable for mowing.

7.     When required, clear all roadway and site area of any and all timber and stumps.  Any stump holes in roadway must be filled with suitable material and compacted.  Disposal of these will be determined by owner and done at the contractorÕs expense.

8.     Dispose of any and all debris from site as directed by owner.

9.     Site to be left free of any trash and waste material, and at contractorÕs own expense insure that no waste from this project is left on the surrounding properties or roadways.

10.  The contractor shall insure that all fences and/or gates to site that allow access be kept closed and in suitable working order as to continue to provide security and restraint of any livestock present.

 

 

Concrete 

1.     All work and placement of concrete shall be done according to the drawings.

2.     All rebar to have a minimum of 3Ó cover.

3.     Pilasters shall be vibrated or rodded to insure no honeycombs.

4.     Soil placed over the tower base and all areas under top slab shall be compacted.

5.     Concrete strength in tower base and pilasters as specified in drawing.

6.     The 5Ó slab shall have minimum 28-day compression strength of 3000 psi in accordance with ACI 318-05.

7.     The slab shall have 6x6x6x6 welded wire reinforcement that is held in place by chairs or concrete block.

8.     The slab shall have a slope of 0.1% in any direction to insure no ponding on concrete.  The slab at the building location shall be a smooth plane.

9.     Pilasters shall have dimensions as in the drawings and extend above the slab 3Ó to 6Ó.

 

Ground Field and Power

1.     Use Schedule 40 PVC Nonmetallic conduit sized as shown in drawings for all power, telephone, and ground wire conduit.

2.     Maintain a minimum clearance of 12Ó between power and any other conduit.

3.     All power and telephone conduit shall be the specified size and placed at a depth of 48Ó below finish grade with 36Ó long bend sweeps placed at each end with conduit.  Conduit shall extend 48Ó above finish grade outside the slab and be capped.  Conduit going into the building shall extend 8Ó above the slab.  Conduit at the tower legs shall extend 4Ó above the slab.

4.     Install 6 ground enhancers that are provided by owner in accordance with installation instructions from manufacturer.  They shall be placed at each corner and at center of each long side a distance of 5Õ from concrete edge.  Test wells shall be left protruding above surrounding soil 2Ó.

5.     Install 18 ground rods, provided by owner, of a length of 5Õ around the tower site with 3 rods between each ground enhancer.

6.     One 1Ó vertical conduit will penetrate the slab at a distance of 4Ó from the 2Ó power conduit, and this distance is running parallel with the side of the prefab building.  The contractor will drive one 5Õ ground rod through this chase and leave it protruding above slab 4Ó for electric ground connection at meter location (connection done by others).

7.     The four conduit coming into the building will have a 3/4Ó space between each of them and they shall be arranged in a line parallel with the inside wall.  They each shall be plumbed and vertical and allow addition of conduit later by electrical contractor.

8.     A copper wire, provided by owner, shall be looped around the tower slab a distance of 5Õ from edge with depth of 18Ó below finish grade.  All enhancers (see manufacturer instructions for depth) and rods shall be connected to this wire using CAD weld.  All shot, molds, and other equipment required to weld is supplied by contractor.  Excessive waste noted by inspector of copper wire will require replacement of waste at contractorÕs expense.

9.     All coated copper leads, provided by owner, going to the tower or into the building shall be attached to the surrounding copper wire using CAD weld.  All leads into the building shall extend 10Õ past the end of conduit.  All conduits to tower legs shall end with a sweep.  All tower legs shall have a minimum of one lead extending past the end of conduit 5Õ, and those with two leads shall have the additional lead extend 20Õ past end of conduit.

10.  No mechanical connections are permitted in the ground field.

 

Building

1.     Contractor shall provide equipment capable of handling, moving, and placing of prefab building provided by owner.  Placement as shown on drawing.  A hole shall be cut by contractor in the floor of the building to allow penetration of conduit into the building a length of 4Ó.  The hole shall be oversized a maximum of 1Ó in any direction for this feed thru.  After building is set a plug shall be cut to fit around and between conduits to fasten to the floor and sealed.  8Ó Concrete anchors shall penetrate the floor near the interior corners with exact location determined by the inspector.

 

Additional

1.     All drawings and manufacturer installation instructions shall be followed and referenced during construction.

2.     The rock clause is the only changeable payment item in this contract.  All other conditions are covered by the Lump Sum bid.

3.     Orientation of tower to be determined by owner and will change at every location.

4.     Length and location of road and power conduit determined at site showing and will change at every location.

 

 

 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.