Pine
Telephone Company
Request for
Proposal
Portable
Cell Site Building
Posted
04/28/2011
Proposals
are due by COB
05/12/2011
This RFP is for 3 separate proposals. A separate proposal for each contract
will be required. The Proposals are
due by COB on May 12, 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 ÒStandard Purchase ContractÓ on the www.pinetelephone.com home page. Please contact us before the RFP
deadline for specific questions or to give a presentation on your product. Please supply product data sheets with
proposal.
These quantities listed below will be the
minimum number of units ordered.
Contract 1 10
units
Contract 2 29
units
Contract 3 22
units
Specifications
for Portable Cell Site Buildings
The
specifications below are approximates but any changes from specifications
should be minor and detailed in proposal. If you have questions about
potential changes please email them to jwhiz@pine-net.com.
All questions and answers will be posted on the RFP. So please check back often. Understand NO major modifications to the RFP will be
allowed. As an example, the
building will not need to be exactly 8Õ-6Ó by 12Õ-0Õ but it will need to be
very close and not exceed 8Õ-6Ó which would make it a wide load.
Please include
any available literature on your product.
Customer supplied
equipment: The equipment below will be supplied by customer but installed by
manufacture of the building
1.
AC breaker panel and breakers
2.
AC whole building surge protector
3.
Generator transfer switch
4.
24 port feed through
5.
Door handle and lock
6.
WS900E STANDARD WALL SLEEVES for air
conditioners
Size:
1. 8Õ-6Ó x 12Õ-0Ó exterior dimensions
2. One Lifting Eye located at each corner of
building attached to sides (no penetrations in roof) designed to lift building
+60%. Approximately 1500 lbs. of
Equipment will be installed in building before transportation to site.
Floor:
1. Framing will be metal joists at 16Ó o.c
to support a live load of 55 lbs. per square foot. Please detail how this will be achieved.
2. Flooring is ¾Ó tongue and groove
treated plywood (no OSB or wafer board).
3. Conduit penetrations through flooring cut and
located center of building next to 12Õ wall on same side as feed through(left
side of building when entering from door).. Cut out will run 4Ó along the wall and
4Ó out from the wall. Sealed with neoprene or other approved seal.
4. Perimeter framing sealed (no fork lift
openings).
Wall:
1. Framing is 14 ga. metal studs on
16Õ centers and receiver track.
Please detail wall framing for verification of ability to handle being
lifted by corner hooks.
2. Ext. Siding is 26 ga. Ribbed panels with
matching trim (color selected after contract). All trim cut true with water tight
joints and seams. Top, bottom,
corners, and all ends of siding have trim coverings.
3. Interior finish is ¾Ó BC plywood (no
OSB or wafer board).
4. One 3Õx7Õx1 ¾Ó 16 ga. Insulated Hollow
Metal Door and welded metal frame with welded stud anchors in frame. Door is located on one 8Õ-6Ó end and
shall swing freely and not rub jamb.
Door and jamb painted with matching color (2 coats min.) Hardware for the door and 4 ½Ó
US26D BB Hinges (3 reqd.) 36Ó x 5Ó
Aluminum Threshold and neoprene door sweep. Commercial nylon brush 45 degree bent
weather stripping.
5. Two ¾ ton AC units framed openings in
opposite end from door trimmed in matching color flashing that will provide
water tight structure after unit installation. Units supplied by others. A WS900E
STANDARD WALL SLEEVES
will be placed in the opening.
6. One 24 port feed thru panel located on upper
portion of one 12Õ wall on left side when facing inside the building from the
doorway. Feed through will be
furnished
7. Insulation is two component
high density closed-cell spray foam with a minimum 2Ó thickness (no cellulose,
fiberglass, etc.)
Roofing:
1. 18 ga. Galvanized ribbed metal roofing sloping
one direction away from door end.
Roof support will be metal joist on 16Ó centers.
2. 8Õ-0Ó ceiling height with ¾Ó BC plywood
(no OSB or wafer board).
3. Insulation is two component
high density closed-cell spray foam with a minimum 2Ó thickness (no cellulose,
fiberglass, etc.)
Electric:
1. All branch circuit wiring is installed per
code in MC Cable.
2. One 100 watt high pressure sodium fixture
supplied with Advance ballast and external mount photocell located next to
door.
3. Two 4Õ – 4 bulb t8 fluorescent wrap
fixtures supplied with Advance or Sylvania ballasts mounted on ceiling.
4. Two 20a 250v receptacles Nema
6-20 for air conditioning equipment located so that unit cords can reach.
5. One 30a 250v circuit and junction box placed
at customerÕs desired location.
6. Three – quad receptacles 20a 125v placed
at customers desired location. On
wall 4Õ high on walls
7. One 15a switch with 4 square cover for
interior lighting.
Delivery:
1. All buildings delivered to Pine Telephone
Warehouse in Broken Bow, OK and off loaded.
2. Any damage done to the building trim, doors,
roofing, etc. during unloading shall be replaced at no cost to the owner.
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 any or all proposals.