+ All Categories
Home > Documents > Rural Broadband project

Rural Broadband project

Date post: 18-Dec-2021
Category:
Upload: others
View: 3 times
Download: 0 times
Share this document with a friend
17
RURAL BROADBAND PROJECT Communication Tower Assembly and Installation Mike Richard [email protected] To identify a proponent capable of being the general contractor to perform required tower assembly and site preparation.
Transcript

RURAL BROADBAND PROJECT Communication Tower Assembly and Installation

Mike Richard [email protected]

To identify a proponent capable of being the general contractor to perform required tower assembly and site preparation.

1. Invitation:

1.1. The Municipality of the County of Pictou (hereafter referred to as “the Municipality”), is inviting tenders for communication tower assembly & installation and site preparation including tower foundation.

2. Purpose:

2.1. To identify a proponent capable of being the general contractor to perform required tower assembly and site preparation.

3. Project Authority and Involvement:

3.1. This tender document is administered under the direction of the Municipality. The Municipality has requested that all inquiries pertaining to this tender shall be directed to:

Mike Richard, Telecom Consultant

Digital Ubiquity Capital

[email protected]

506-447-8585 (text/Voice)

3.2. Information obtained from sources other than the above, is not official and may be inaccurate.

3.3. Proponents are advised that if clarification is required for this Tender, then proponents are asked to communicate their requests with the individual listed above.

3.4. The Municipality reserves the right to make any or all questions and answers available to all other Proponents at its discretion.

3.5. The Municipality will respond to requests for clarification as soon as is reasonably possible. The Municipality will respond in writing or orally as deemed appropriate by the circumstances.

3.6. Only substantial and relevant inquires and the subsequent clarification will be distributed to all proponents.

3.7. No oral response or clarification will be binding on the Municipality.

4. Scope of Work

4.1. See Appendix A

5. Tender Submissions:

5.1. Proponents are encouraged to prepare and submit tender documents for consideration by the Municipality.

5.2. There will not be a public opening; however, submissions shall be opened as soon as practical after the closing date.

5.3. Tenders signed, executed and dated must be received no later than 4:00 pm (1600 hrs) on October 15, 2021 and delivered to:

Brian Cullen, Chief Administrative Officer Municipality of the County of Pictou Administration Building 46 Municipal Drive, Pictou Nova Scotia BOK 1HO

5.4. Tender closing times are local (Atlantic) time.

5.5. Tenders shall be enclosed in a sealed envelope, clearly identified with Proponent’s name, project name and the Municipality’s name on the outside.

5.6. Tenders received after the closing time will not be considered and will be returned unopened to the bidder.

5.7. Proponents shall submit one (1) original of the executed offer on the Form of Tender provided.

5.8. All tenders are to be signed by an authorized official able to commit the Proponent to the terms outlined in the tender call.

5.9. Tender submissions and any accompanying documentation submitted by the Proponent will become the property of the Municipality and will not be returned.

5.10. Tender submissions may include brochures or other documentation submitted that the Proponent feels is necessary to explain or enhance their tender.

6. Amendments to Tender Submissions:

6.1. Telegraphic/telex/facsimile/e-mail submissions shall not be considered.

6.2. Telegraphic/telex/facsimile/e-mail modifications to submissions already submitted shall be allowed, if received before the date and time fixed for the closing of submissions.

6.3. Amendments to tender submissions must be delivered to the following:

Brian Cullen, Chief Administrative Officer Municipality of the County of Pictou

PO Box 910, 46 Municipal Drive Pictou, Nova Scotia

BOK 1HO Facsimile: 902-485-6475

Email: [email protected]

6.4. Amendments will be accepted provided that the amendment only is shown and not the total tendered price.

6.5. The Municipality will not accept any liability for any claim, demand or other

actions for any reason should a facsimile or email transmission be interrupted, not received in its entirety, received after the stated closing time and date, received by any other facsimile unit or email address other than that stated herein, or for any other reasons.

6.6. The Municipality cannot guarantee the confidentiality of the information contained in the amendment.

7. Addenda:

7.1. The Municipality may issue addenda and/or clarification to the Tender document as necessary.

7.2. The Municipality, if any changes are made to the Tender document will notify all Proponents in writing by regular mail or email.

7.3. Proponents shall confirm that all addenda have been received.

7.4. The Municipality has the exclusive right to cancel this tender at any time and reissue it for any reason whatsoever without incurring any liability and no Proponent will have any claim against the Municipality as a consequence.

7.5. The Proponent shall notify the listed contact person for the Municipality not less than 2 working days before Tender Closing of omissions, errors or ambiguities found in the Tender Documents. If the Municipality considers that correction, explanation, or interpretation is necessary, a written addendum will be issued. All addenda will form part of Tender Documents.

8. Changes to Tender Wording:

8.1. Proponents will not change the wording of their tender after closing and no words, comments will be added to the general conditions or detailed specifications unless requested by the Municipality for clarification.

9. Proponent Expenses:

9.1. Proponents are solely responsible for their own expenses in preparing, delivering or presenting a tender and for subsequent negotiations with the Municipality, if any.

10. Validity of Bid Conditions:

10.1. The Terms and Conditions of the tender are to remain firm for 90 days from the closing date.

11. Withdrawal of Tender:

11.1. Tenders may be withdrawn on written request of the bidder any time before the time of opening.

12. Form of Tender (Included)

12.1. Each tender should include the name and title of one individual who may be contacted in the event further clarification is required.

12.2. Proponents shall submit taxes and show on Form of Tender

12.3. The Form of Tender must be completed properly to be considered.

12.4. Complete the Form of Tender provided in ink or by typewriter. Tender all items and fill in all blanks. Have correction initialed by person signing Tender.

12.5. Bids that are unsigned, improperly signed, conditional, illegal, obscure, contain arithmetical errors, erasures, alterations, or irregularities of any kind may, at the discretion of the Municipality, be rejected.

13. Acceptance of Tender:

13.1. The Municipality reserves the right to accept or reject any or all tenders, not necessarily accept the lowest cost tender, and not accept any tender that is not in its best interests.

13.2. The Municipality reserves the right to accept any tender in part thereof or waive and minor defect, irregularity, mistake, or insufficiency and accept any tenders or alternative tender, in whole or in part, which is deemed to be most favorable in the interest of the Municipality.

13.3. The determination of whether to remove any Tender submission from the evaluation process will be made in the absolute discretion of the Municipality.

13.4. The Proponent, by submitting a Tender, agrees that it will not claim damages more than the reasonable costs incurred by the Proponent in preparing its Tender for matters relating to the Award or in respect of the tendering process, and the Proponent, by submitting a Tender, waives any claim for loss of profits if no Award is made to the Proponent.

14. Safety Certification:

14.1. Submit with Tender, a copy of Proponent’s current and valid Letter of Good Standing issued jointly by the Construction Safety Association and the Provincial Department of Labour.

14.2. Submit with Tender, a copy of the Proponent’s valid Clearance Letter issued by Workers Compensation Board of Nova Scotia.

14.3. Out of Province companies shall submit, with their Tender, a current and valid Letter of Good Standing from their province of origin from a recognized Safety Association which utilizes an external audit element.

14.4. Out of Province companies may obtain a Letter of Good Standing from the Construction Safety Association upon submission of documentation verifying training and compliance with the OH&S Act and Regulations.

14.5. In any event, out of Province Proponents will have to satisfy the Construction Safety Association in respect to their safety status prior to being awarded a contract.

15. Award Criteria

15.1. Pricing: 80/100 Points

15.1.1. 80 Points shall be awarded to the lowest priced tender received. All tenders within five (5) percent of the lowest price shall be considered equal and awarded the same (80) points.

15.1.2. 60 Points shall be awarded to the next lowest tender received. All tenders within five (5) percent of this price shall be considered equal and awarded the same (60) points.

15.1.3. 40 Points shall be awarded to the next lowest tender received. All tenders within five (5) percent of this price shall be considered equal and awarded the same (40) points.

15.1.4. 20 Points shall be awarded to the next lowest tender received. All tenders within five (5) percent of this price shall be considered equal and awarded the same (20) points.

15.1.5. All other tenders received shall receive 0 Points for Pricing.

16. Previous Experience and References: 20/100 Points

16.1. Proponents are required list references or give examples of previous work which is comparable in nature and scale to this project. A minimum of three (3) references or examples of projects that are comparable to this job are required.

17. Acceptance of Tender Offer:

17.1. After acceptance by the Municipality, the successful Proponent will be issued a written award notice.

18. Debriefing:

18.1. The Municipality affords Proponents who are unsuccessful an opportunity to meet to be debriefed on their tender submission. Such a meeting will only occur should a Proponent request it.

PROJECT PRICING The Municipality of Pictou County (MOPC) is currently engaged in a rural high-speed Internet project that includes the installation of approximately 12 communication towers consisting of lattice and monopole styles. The Municipality of Pictou County is seeking a qualified General Contractor to perform the following work, this list may not be complete but represents the general overall activities to complete tower installations. Towers will be supplied by MOPC

• Project management including acquiring and managing subcontractors • site preparation, sites may vary from cleared to wooded • excavation and backfilling • aggregate supply and trucking • foundation form work and concrete supply • tower assembly • tower erection including crane services • driveway construction • security fencing supply and installation • underground conduit supply and installation • pavement reinstatement

Respondents are asked to provide their background on similar projects preparing sites for communication towers and erecting towers listing two (2) relative references. The successful bidder will be supplied with the site preparation specifications and assembly instructions for the towers and will be expected to follow all applicable building, CSA and safety codes. The successful bidder will be responsible for obtaining building permits for each tower site.

FORM OF TENDER Please provide pricing in Canadian dollars for the items below as indicated (not including HST). A combination of low price and experience on similar projects will determine the successful bidder.

Item Pricing Units Submission Price

Meals & accommodations Price per Man-day Rock excavation Price per square metre Soil excavation Price per Square

Metre

Site clearing and preparation Price Per Hour 30 MPa concrete in place Price per Square

metre

Class A granular in place Price per Square metre

Pit run fill in place Price per Square metre

18” culvert in place Unit Price 24”culvert in place Unit Price 36” culvert in place Unit Price Supply & installation of building pad (see lattice tower spec attached)

Unit Price

Project management rate Price Per Hour General labour rate/person X Price Per Hour Foreman labour rate X Price Per Hour Supply and installation 2” underground conduit

Price Per metre

Supply and installation 4” underground conduit

Price Per metre

Pavement reinstatement Price Per metre Supply and install 6’ security chain link fencing with 10’gate

Price Per metre

Lattice Tower assembly & Installation (see appendix B)

Unit Price

Name of Bidding Firm: ___________________________________________. Authorized Signature: ___________________________________________. Print Name: ___________________________________________ Address: ___________________________________________ ___________________________________________ Phone: ___________________________________________ Fax: ___________________________________________ Email: ___________________________________________

APPENDIX A

GENERAL REQUIREMENTS & HIGH LEVER STATEMENT OF WORK

1. Contractor shall provide, install, and maintain all necessary sedimentation control and erosion prevention

2. Contractor shall install, for future use, pull strings in all conduits provided and installed

3. Contractor shall provide and install appropriate termination at each end of all conduits.

4. High water levels may be encountered. Contractor shall include sufficient time in its proposed construction schedule to accommodate dewatering that may be required. Should high water levels be encountered during construction, Contractor shall consult with Owner and Engineer to agree on a construction plan for dewatering the site.

5. Based upon compaction test results, if native soils are deemed unsuitable for structural compaction requirements, Contractor shall provide all required structural fill in order to meet the project requirements.

6. In the event that the Contractor does not find the excavated materials suitable for grading of the project. Contractor may seek written approval from Owner to use imported fill.

7. Contractor shall use all efforts to make the best use of the native earth materials to accomplish excavation, backfilling and grading of the site. Contractor shall take care to schedule and execute the excavation, backfill and grading Work in a manner that manages the moisture content of otherwise‐suitable native earth material to be optimum for compaction, including protecting and preserving excavated soil for future use. Contractor shall not use imported fill unless Contractor demonstrates that native fill material is not suitable for use and Contractor has gained written authorization from the Owner to use imported fill.

8. Contractor shall remove all tree stumps in the affected construction area and dispose of them at an authorized dump site.

9. Contractor shall not burn debris and slashes on site. 10. Contractor shall not leave on site any debris and slash material removed during

construction. Contractor shall dispose of removed material at an approved and suitable location.

11. Contractor shall ensure site compound is free of vegetation upon site completion. 12. During construction, Contractor shall maintain all access roads to the site and

upon completion of construction must leave roads in the pre‐ construction condition or better.

13. Contractor shall create and include in the site closeout package video record of the pre‐construction and post construction condition of the entire length of the site access road.

14. Contractor shall provide all necessary materials, equipment, and labor required to repair any damage to the road that occurs because of construction activities, snow removal for site access, equipment transport, or materials delivery for the Project Sites.

15. Road improvements may be necessary for construction activities. Any road improvements for or because of construction activities or proper access to the site are to be pre-approved by the Owner and constructed by the Contractor at the quoted rate.

16. Contractor shall obtain pre‐approval from the municipality and the property owner (if applicable) for any and all proposed road improvements.

17. Inspections required for this section are soils density. Soils density is performed by Owner’s Inspector and The Contractor shall notify the inspector 48 hours in advance. All fill material is required to be compacted in accordance with the Plans. Only structural fill (foundation sub grade, vehicle and crane areas) required special inspection.

18. Contractor shall coordinate with the Owner’s inspector for all concrete, soils density, proctor, and steel inspections. Proctor samples shall be collected for all proposed fill material (native and imported). The minimum required inspections include concrete, steel, soils density, grounding, erosion control, and periodic inspections.

19. Contractor shall inspect, and document with photos, all installed equipment and structures for damages and quality immediately upon final construction/installation or assembly and include all such photos in the Contractors daily construction progress report.

20. Trench backfill and fill areas below foundations and structural areas require the fill to be tested in 6” lifts. Contractor shall coordinate with the Owner’s inspector for these tests. If test are not performed the Contractor shall excavate and refill the area with the tester on site at the Contractor’s expense.

SITE‐SPECIFIC WORK

1. Contractor shall excavate the tower foundation per the Plans and dispose of all spoils at an approved disposal location.

2. Contractor shall provide and construct a new geo‐fabric and rock compound. 3. Contractor shall restore all areas disturbed by construction activities, including

structural, fill, rock and geo‐fabric as needed the compound from the existing access road to/through the compound.

4. Contractor shall provide a minimum of 10 days notification to MOPC prior to commencing ground disturbance.

5. Contractor shall provide approved structural and non‐structural fill. FOUNDATIONS AND EQUIPMENT SUPPORT GENERAL REQUIREMENTS

1. Contractor shall provide and construct foundations as depicted on Tower Construction Drawings.

2. Contractor shall cure foundations before use or equipment or structure installation.

3. The Contractor shall coordinate all inspections with the Inspector 48 hours prior to need. Inspection (provided by Owner) and Owner inspections a required for all reinforced concrete requiring strength greater than 2500 psi. Concrete inspection required includes both reinforcing steel and concrete.

4. The Owner’s inspector will provide up to eight (8) compression cylinders, five (5) of which will be tested (broken) on the following schedule 7, 14, two at 28 days, and hold/56 days. The remaining three (3) cylinders are at the contractor’s discretion for the test (break) days.

SITE‐SPECIFIC WORK

1. Contractor shall provide and construct the tower foundation per the Plans 2. All required field modifications to steel must be properly treated with cold

galvanizing compound. 3. Contractor shall assemble and erect the owner‐provided and associated

components per the Plans and the Manufacturer’s Assembly instructions. 4. Contractor shall ensure that all fasteners in the tower are properly installed and

tightened. 5. The contractor shall install a security fence surrounding the tower site (insert

dimensions) with a lockable 10’ gate.

APPENDIX B Lattice Tower Specification


Recommended