Pine Telephone Company

Request for Proposal

Tower Site Fence construction

Posted 07/27/2011

Proposals are due by COB

08/10/2011

 

This RFP is for 32 separate sites.  A separate proposal for each set of 8 sites will be required a total of 4 proposals.  The Proposals are due by COB on July 10, 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.  Each proposal must be priced separately but discounts for combined proposals will be considered.

 

Install a 6 foot 9 gauge chain link fence around building and tower at cell sites. The fence will be installed on a 30ÕX 50Õ concrete slab.

 

The fence will require a four foot gate on one of the 50Õ sides located in front of the building door.

The fence will require two 5 foot gates creating a 10 foot opening, centered on a 30Õ end same as the building end.

 

Post spacing will be no greater than 8Õ.

 

Terminal post must be a minimum of 2 7/8Ó schedule 40.

 

Fence must be placed completely on the concrete slab and not be further than 6Ó from concrete slab edge.

 

Anchor bolts in concrete shall be no smaller than 3/8Ó. Larger is acceptable to achieve proper tensioning.

 

All post must be capped.

 

Top rail and bottom wire is required.

 

Each site will have an individual 773 contract and will be paid upon completion and inspection.

 

32 sites located in the Counties of McCurtain, Choctaw, Pushmataha, & Brian. 8 sites are ready for immediate construction and must be completed within 90 days. Others will be ready for construction within the next 6 months. Upon tower completion contractor will be notified that site is ready for construction and must be completed within 60 days of that date.

 

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 jwhiz@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.