Pinnacle Tower Site Development

expired opportunity(Expired)
From: Steuben(County)
GC-22-016-P

Basic Details

started - 06 Jun, 2022 (23 months ago)

Start Date

06 Jun, 2022 (23 months ago)
due - 21 Jun, 2022 (22 months ago)

Due Date

21 Jun, 2022 (22 months ago)
Bid Notification

Type

Bid Notification
GC-22-016-P

Identifier

GC-22-016-P
Steuben County

Customer / Agency

Steuben County
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

[1] LEGAL NOTICE Notice is hereby given that the Public Safety & Corrections Committee of the Steuben County Legislature and the Director of the Steuben County Public Safety Department will receive sealed competitive proposals per specifications for Pinnacle Tower Site Development; document #GC-22-016-P. Requests for proposal forms, scope of services and general provisions are available at the Steuben County Purchasing Department, 3 E. Pulteney Square, Bath, N.Y. 14810. These documents are also available on the Steuben County website, www.steubencountyny.org. Interested parties assume all responsibility to acquire information and forms. To be considered, proposals must be submitted on Steuben County forms and delivered in a sealed opaque envelope. Proposals will be received at the Purchasing Department until 1:30 P.M. local time on Tuesday, June 21, 2022; at which time proposals will be opened and
acknowledged as received. Steuben County retains the right to reject any or all proposals and to withdraw this solicitation at any time. Dated: June 1, 2022 ___________________ Andrew G. Morse Director of Purchasing PURCHASING DEPARTMENT COUNTY OF STEUBEN 3 EAST PULTENEY SQUARE BATH, NEW YORK 14810-1510 (607) 664-2484 http://www.steubencountyny.org/ [2] Request for Competitive Sealed Proposals: Pinnacle Tower Site Development; document #GC-22-016-P 1. General Provisions: It is the intent of this request for proposals to obtain competitive pricing for developing site at Pinnacle for a emergency communications tower. 2. Project Manager: Tim Marshall, Director of Public Safety, 3 East Pulteney Square, Bath, N.Y. 14810. Telephone number: 607-664-2910. 3. Qualifications: Steuben County will be free to make any inquiry(ies) deemed necessary to ascertain the qualification(s) of the contractor and/or the accuracy of statements made by the contractor as to its qualification(s). 4. Contact Information and Requirements: Along with its response, the submitter of the RFP shall include the following information: name, address, telephone number and FAX number. 5. Proposal Cost; Budget Narrative and Justification: The price shall be an in toto price per the proposed scope of services/ deliverables. By in toto it is meant, the aggregate of all costs billable to Steuben County including but not limited to staffing, site/facilities, travel, freight, labor, materials and equipment. 6. Selection of a Contractor: Selection shall only be made from proposals submitted by qualified, responsive and responsible entities who sufficiently meet the terms, conditions and specifications stated herein. However, under all circumstances and all statements to the contrary not with- standing, that Steuben County reserves as its right, the right to determine the contractor in accordance with the best interest of Steuben County. Determination is not made at the opening. All submitted proposals are subject to final review and acceptance by the appropriate personnel or committee(s) of the Steuben County Legislature before a determination is made. Receipt of proposals by the County shall not be construed as authority to bind the County. [3] 7. References: Any response to this request for proposal shall contain as a minimum at least three (3) reference with contact names and phone numbers where the contractor has completed projects similar in nature in New York State. 8. Submission of Proposals: Those submitting proposals do so entirely at their expense. There is no express or implied obligation by Steuben County to reimburse any firm or individual for any costs incurred in preparing or submitting proposals, preparing or submitting additional information requested by the County, or for participating in any selection interviews. 9. Contract Award: Award of contract will be made following a review of the proposal by the Director of Public Safety and any additional County staff as deemed appropriate, and approval will be made by a designated committee. Contractor will be indemnifying and insuring for cloud based breaches not caused by the fault of Steuben County. 10. Method of Award: The award may be made to the most responsible contractor whose proposal is determined to be in the best interest of Steuben County and who is deemed the best fit to serve the Countys requirements based upon criteria stated under the Scope of this RFP, the evaluation of references, corporate qualifications and, if deemed necessary, an interview with the contractor and the designated committee. Price will not necessarily be the determining factor in the award of the contract. All proposals will be evaluated to determine if they meet the required format and are in compliance with all requirements of the Request for Proposals. Incomplete or non-responsive proposals may be rejected at the discretion of Steuben County. 11. Contract Term: The contract to do Pinnacle Tower Site Development, if an award is made, will be effective on the date the contract is signed by all required parties. Steuben County contemplates that the contract term will be from receipt of fully executed contract through satisfactory completion of project. 12. Cancellation of Contract: Steuben County reserves, as its right, the right to cancel the contract(s) resulting from an award of this solicitation at any time during the contract period, without penalty to Steuben County and without stated reason, by delivering a written ten (10) day notice of intent to the contractor(s) or its representative(s). Said [4] notification mailed to the contractor or its representative via the US Postal Service; First Class Mail shall be considered sufficient and delivered. 13. Assignability: The contractor shall not assign, transfer, convey, sub-contract, sublet or other- wise dispose of all or portions of the contract; and/or work to be performed as a result of the contract; or its right, title or interest therein, or its power to execute such contract, or its responsibility therein to any other person, company or corporation, without the prior written consent of the Commissioner of Finance and the Administration Committee. 14. Insurance: a) This document includes an information sheet entitled: STEUBEN COUNTY STANDARD INSURANCE REQUIREMENTS. These requirements establish the minimum insurance(s) which the contractor(s) shall have in effect prior to entering into a contract to do business with Steuben County. Said insurance(s) are required to remain in effect throughout the term of the contract(s). In the event that the contractors insurance lapses during the term of the contract, the County reserves, as its right, the right to cancel the contractors contract(s) and to purchase the contracted product(s)/service(s) on the open market; with any increase in cost(s) to Steuben County being charged to the contractor. Credit shall not be issued to the contractor where open market cost(s) to the County are less than the cost(s) contracted with the contractor. b) Steuben County shall be named as an additional insured in the contractors policy for all intents and purposes of contract(s) issued as a result of an award. The document number and title shall be referenced in the description/additional comments section of the certificate of insurance form. PLEASE NOTE: Additional insured and certificate holder must only read: Steuben County, 3 E. Pulteney Square, Bath, N.Y. 14810. c) Each contractor shall submit an original of its Certificate of Insurance (which indicates the contractors compliance with the above sections a) and b) to Steuben County Purchasing Department, 3 E. Pulteney Square, Bath, New York 14810. d) The Certificate of Insurance must be approved by the County Risk Manager prior to the contractors acting on and/or performing any of the obligations it incurred as a result of the award and/or contract. [5] e) Self-employed persons must carry Workers Compensation coverage as directed by the Steuben County Risk Manager. Contractor shall submit an original Certificate of NYS Workers Compensation Insurance Coverage form C-105.2, which indicates the contractors compliance, to be approved by the County Risk Manager prior to the contractors acting on and/or performing any of the obligations it incurred as a result of the award and/or contract. f) Workers Compensation Insurance Exemption: Contractors claiming to be exempt from the requirement to carry/provide Workers Compensation Insurance shall submit a fully executed CE-200 form; the form to be complete, notarized, and stamped as received by the New York State Workers Compensation Board. 15. Non-Collusive Bidding Clause and Certificate: a) Clause By submission of this bid, each contractor and each person signing on behalf of any contractor certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: 1) The prices in this bid have been arrived at independently without collusion, consultation, communication or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other contractor or with any competitor; 2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the contractor and will not knowingly be disclosed by the contractor prior to opening, directly or indirectly, to any other bidder or to any competitor; and 3) No attempt has been made or will be made by the contractor to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. b. The contractor shall submit a signed and dated Non-Collusive Bidding Certificate with its bid. Said certificate is mandated by Chapter 956 of the Laws of New York State, pursuant to Section 103-D of the General Municipal Law. Reference the NON-COLLUSIVE BIDDING CERTIFICATE form included in this bid document. 16. Hold Harmless Clause and Form: a) Clause The contractor agrees that it shall at all times save harmless the County of Steuben from all claims, damages or judgements or for the defense or payment thereof, based on any claim, action or cause of action [6] whatsoever, including any action for libel, slander, or personal injury, or any affiliated claims, by reason of any act or failure to properly act on the part of the contractor and in particular as may arise from the performance under this contract. In the event of an injury by the subcontractor or its employees, they shall cause notice to be served upon the County within twenty-four (24) hours of any such injury. b) The contractor shall submit a signed and dated Hold Harmless Clause form with its bid. Reference the HOLD HARMLESS CLAUSE form included in this bid document. 17. Iranian Energy Sector Divestment Certification: Contractor hereby represents that said contractor is in compliance with New York State General Municipal Law Section 103-g entitled Iranian Energy Sector Divestment. By submission of this proposal, each contractor and each person signing on behalf of any contractor certifies and in the case of a joint proposal, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of its knowledge and belief, that each contractor is not on the list created pursuant to NYS Finance Law Section 165-a(3)(b). The contractor shall submit a signed, notarized and dated Iranian Energy Sector Divestment Certification with its proposal. Said certificate is mandated by Section 103-g of the General Municipal Law. Reference the Iranian Energy Sector Divestment Certificate form included in this document. 18. Prevention of Sexual Harassment: Contractor hereby represents that said contractor is in compliance with New York State Labor Law Section 201-g entitled Prevention of Sexual Harassment. Contractor offering to provide services pursuant to this contract, as a Consultant, joint venture consultant, subcontractor, attests that its performance of the services outlined in this contract has a written policy addressing sexual harassment prevention in the workplace and provides training, which meets the New York State Department of Labors model policy and training standards, to all employees on an annual basis. Furthermore, by submission of this Expression of Interest procurement document, each contractor and each person signing on behalf of any contractor certifies, and in the case of a joint submission each party thereto certifies its own organization, under penalty of perjury, that the submitter has and has implemented a written policy addressing sexual harassment prevention training [7] to all of its employees. Such policy shall at minimum meet the requirements of Section Two Hundred One g of the New York State Labor Law (NYS Labor Law 201-g). 19. Addendum/Addenda: a) If an addendum has been issued prior to the Countys receipt of proposals Steuben County shall attempt to notify potential contractors known to have received the proposal documents and whose contact information is on file with the County. Steuben County does not ensure the potential contractor receipt of addendum. It shall be the responsibility of each contractor, prior to submitting its proposal to contact the Director of Purchasing, 607- 664-2484 to determine if an addendum has been issued. b) Addendum shall be available for review and/or copy at the Steuben County Purchasing Department, Room #217, Steuben County Office Building, 3 E. Pulteney Square, Bath, N.Y. It will also be available on the county web site. c) It is a requirement that the contractor sign, date and include the addendum with its submission. 20. Submission of Proposals: a) The contractor shall submit three (3) sets of its RFP; including all required documents (e.g. signed clauses, statements, forms, bonds, insurance, manufacturers specifications, etc.) 1) One (1) set shall be stamped (or otherwise indicated) as being the ORIGINAL. 2) Other sets shall be stamped (or otherwise indicated) as being the DUPLICATE or COPY. 3) Information presented in the ORIGINAL set of the RFP submission shall prevail. b) The RFP shall be submitted in a sealed opaque envelope marked on the outside with: the contractors name and address and the designation: Sealed Proposal: Pinnacle Tower Site Development GC-22-016-P. c) The envelope shall be addressed to Andrew G. Morse, Director of Purchasing, Steuben County Office Building, 3 E. Pulteney Square, Bath, N.Y. 14810. Proposals shall be received at the Purchasing Department and will be acknowledged as received, at such time. [8] d) Facsimile transmitted proposals are not acceptable and shall be rejected. e) Security procedures are in effect at the Steuben County Office Building. Interested parties, especially respondents who intend to hand deliver bids and/or conduct business with the Steuben County Purchasing Department should allow sufficient time for any delay which may arise as a result of security procedures. To be considered delivered on time, a submission must be received at the Purchasing Department by the appointed hour. f) All proposals will become property of the County once the advertised date and time of the proposal opening has arrived. The County will have the right to disclose all or any part of a proposal to public inspection based on its determination of what disclosure will serve the public interest. Prospective offerors are further advised that, except for trade secrets and certain personnel information (both of which the County has reserved the right to disclose), all parts of proposals must be disclosed to those members of the general public making inquiry under the New York State Freedom of Information Law (NYS Public Officers Law, Article 6). Should an offeror wish to request exemption from public access to information contained in its proposal, the offeror must at the time of submission of its offer, specifically, identify in their submission the information and explain in detail why public access to the information would be harmful to the offeror. g) You must submit a separate RFP response for each different solution you are proposing. 21. Late Proposals: Contractor shall bear sole responsibility for the delivery of their proposal in a timely manner. Reliance upon the U.S. Postal Service or other carriers is at the contractors risk. Late proposals shall not be considered and shall be returned unopened. 22. Right of County to Seek Clarification, Accept or Reject Proposal(s), etc: a) Steuben County reserves as its right, the right to require clarification from contractors for the purpose of assuring a full understanding of the contractors responsiveness to the solicitation requirements. b) Steuben County reserves as its right; the right to accept or reject any and all proposals (or separable portions thereof), the right to waive irregularities and technicalities, and the right to request resubmission. 23. Civil Rights: The County of Steuben, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 and New York State Labor Law; Article 8 - Public Work, [9] Section 220e hereby notifies all contractors that it will affirmatively ensure that any contract awarded as a result of this proposal solicitation will be awarded without discrimination on the grounds of race, color, sex or natural origin. 24. Information to be Included in the Proposal: a) Title page: show the RFP subject, name of contractors firm, local address, telephone number, name of contact person and the date. b) Letter of transmittal: limit to one or two pages with the following: -Briefly state the contractors understanding of the work to be done. -Give the names of the persons who will be authorized to make representations for contractor, their titles, addresses and telephone numbers. -Give the firms federal taxpayers identification number. c) Contractor profile: State whether the firm is local, regional or national. Give the location of the office from which the work is to be done and the number of partners, managers, supervisors, seniors and other professional staff employed at that office. d) Summary of contractors qualifications in addition to minimum qualifications: identify partners, managers and supervisors who will work on the project. 25. Modification or Withdrawal of Proposals: a) A proposal may be modified or withdrawn by an appropriate document duly executed in the manner that a bid must be executed and delivered to the place where proposals are to be submitted at any time prior to the scheduled time for opening of proposals. b) No proposal may be modified, withdrawn or canceled for a period of one hundred twenty (120) days after the date of the proposal opening and all proposals shall be subject to acceptance by the County during this period. 26. Responsibilities for Work: The contractor assumes full responsibility for the acts and omissions of all his employees and all sub-contractors, their agents and employees and all other persons performing work under the contract. 27. Consideration of Proposal; Acceptance of Proposal (Award): a) The award of contract will be made by written notice of award signed by a duly authorized representative of the County and no other act of the [10] County shall constitute the acceptance of a bid. b) The acceptance of the proposal shall bind the successful contractor to execute a contract. 28. Execution of Contract/Certificate of Insurance: The contractor to whom the award is made shall assist and cooperate with the County as necessary in preparing the standard County agreement for execution. 29. Commencement of Work: Notwithstanding any delay in the preparation and execution of the agreement, the successful contractor shall be prepared, upon receipt of the notice of award, to commence work within a time period mutually acceptable to contractor and the County. 30. Supportive Specifications: The contractor shall be responsible for obtaining all permits required to fulfill this contract and shall comply with all laws, ordinances, rules and regulations of the jurisdictions in which the work is performed. 31. Sales Tax Exemption: The County is exempt from payment of sales and compensating use taxes of the State of New York and of cities and counties within the State of New York. 32. Protection from Claim Against Or Equal: In the event of any claim by an unsuccessful contractor concerning or relating to the issue of equal or better or or equal the successful contractor agrees to hold the County of Steuben free and harmless for any and all claims for loss or damage arising out of this transaction for any reason whatsoever. The County is to be free and harmless for any and all legal fees and court costs. 33. Evaluation Process: a) After determining that a proposal satisfies the mandatory requirements stated in the request for proposal, (see section-eligibility criteria) the comparative assessment of the relative benefits and deficiencies of the proposal in relationship to the published evaluation criteria shall be made by using subjective judgment. The award of a contract resulting from this RFP shall be based on the lowest and best proposal received in accordance with the evaluation criteria stated below. 1) Demonstration of successful similar projects, preferably in public sector environments. 2) Qualifications of individuals assigned to the project. 3) Demonstration of clear understanding of the requirements of the [11] project. 4) Ability to deliver a high quality service at a reasonable cost. 5) Proposal review criteria/application review process and scoring. b) After an initial screening process, a technical question and answer conference or interview may be conducted, if deemed necessary by the County, to clarify or verify the contractors proposal and to develop a comprehensive assessment of the proposal. c) Steuben County reserves the right to consider historic information and fact, whether gained from the contractors proposal, question and answer conference, references or any other source, in the evaluation process. d) It is the contractors responsibility to submit information related to the evaluation categories and that Steuben County is under no obligation to solicit such information if it is not included with the contractors proposal. 34. As a result of this RFP, Steuben County intends to enter into contract with the selected contractor to provide the services described in the scope of services section. However, this intent does not commit the county to award a contract to any responding contractor. Steuben County and the Director of Public Safety reserve the right, with agreement by the applicant, to accept or reject in part or in its entirety any proposal received as a result of this RFP if it is in the best interest of the County to do so. 35. Questions: Contractors questions will be accepted until June 14, 2022 and shall be submitted in writing to Andrew G. Morse, Director of Purchasing, Steuben County Purchasing Department, 3 E. Pulteney Square, Bath, NY 14810. amorse@steubencountyny.gov. No questions will be accepted after this date. mailto:amorse@steubencountyny.gov [12] SCOPE OF WORK Table of Contents 1 Steuben Radio Tower Site Development and Build Specs 13 1.1 Contractor Scope of Work Requirements 13 1.1.1 High Level Scope of Work 13 1.1.2 General Requirements 14 1.1.3 Environmental Assessment 17 1.1.4 Project Schedule Requirements 18 1.1.5 Workmanship 18 1.1.6 Site Inspection and Acceptance 19 1.1.7 Site Engineering, Design and Preparation 20 1.1.8 Geotechnical Investigation and Report 23 1.1.9 General Site and Equipment Shelter Construction Requirements 24 1.1.10 Foundations / Concrete Work 28 1.1.11 Equipment Shelter Specifications 30 1.1.12 Wave Guides Bridges/Trays 35 1.1.13 Antenna Support Structure Requirements 35 1.1.14 Site Perimeter Fencing 39 1.1.15 AC Power Requirement 40 1.1.16 Automatic Transfer Switch (ATS) 41 1.1.17 Grounding and Lightning Protection Specifications 44 1.1.18 Remote Site DC Power Plants and Emergency Power Systems 45 1.1.19 Uninterrupted power supply (UPS) 46 1.1.20 Emergency Backup Generators 47 1.1.21 HVAC Units 48 1.1.22 Project and Final Documentation 49 [13] 1 Steuben Radio Tower Site Development and Build Specs 1.1 Contractor Scope of Work Requirements 1.1.1 High Level Scope of Work 1.1.1.1 Contractor shall provide a turnkey solution for environmental, planning, designing, developing, constructing, supplying and installing and commissioning to service a radio communications tower structure, equipment shelter, and associated site development as detailed in this RFP. 1.1.1.2 Site Location: Steuben County Emergency Services is planning the construction of a county owned and operated communications tower and accessory building needed to provide E-911 services within the county. The easement (approximately 100' x 100') will be located on New York State Office of Parks Recreation and Historic Preservation (NYSOPRHP) property adjacent to Ackerson Road in the Town of Addison. The communications tower will be approximately 190 tall with emergency services antennae and other communications equipment co-located with the county system. The communications tower and accessory building will be entirely contained within the easement provided by NYSOPRHP. 1.1.1.3 The project entails: 1.1.1.3.1 Environmental, Historic, Preservation work 1.1.1.3.2 Design, delivery and installation of a 190 self- supporting/lattice radio tower 1.1.1.3.3 Design, delivery and installation of a 12 x 16 x 10.5 telecom equipment shelter 1.1.1.3.4 Delivery and installation of backup power systems including DC battery plants, generator, and propane tank 1.1.1.3.5 Engineering, design, construction and programmatic services associated with delivering a turnkey solution including, but not limited to, A&E services, regulatory compliance services, site planning and surveying, concrete foundations, site fencing and other construction services. [14] 1.1.2 General Requirements 1.1.2.1 The Contractor shall be solely responsible in ensuring the delivered solution and its components comply with all local, State, and federal Environmental laws, codes, or statutes. 1.1.2.2 Contractor shall prepare all paperwork in obtaining regulatory design approvals and other licenses as required. 1.1.2.3 Contractor shall be solely responsible for all activities required to obtain FAA approvals including coordination, preparation and filing documentation. 1.1.2.4 Contractor shall be solely responsible for preparing all paperwork required for obtaining building, electrical, zoning and other permits required for the work in accordance with all federal and local codes outlined in this RFP. 1.1.2.5 Contractor shall allow at least ten (10) business days for the County representative or its designee to review, approve and furnish all Contractor-prepared forms. 1.1.2.6 Contractor shall be responsible for the delivery and, if necessary, secure storage of all Contractor provided equipment. 1.1.2.7 The Contractor shall, at its own expense, remedy damage caused by the Contractor to the real or personal property of the County. 1.1.2.8 Contractor shall be solely responsible for of all project management functions necessary to ensure the successful completion of the Contract. 1.1.2.9 The Contractor shall provide turnkey project management services during all Phases of the Project, and shall, at a minimum: 1.1.2.9.1 Develop and maintain a Project Plan and provide to County staff and other pertinent participants the schedule reports and updates. 1.1.2.9.2 Allocate project management staff and other key Contractor and subcontractor resources; 1.1.2.9.3 Conduct Project planning sessions with applicable County personnel and other contractor staff; [15] 1.1.2.9.4 Prepare status reports containing action points and associated responsibilities 1.1.2.9.5 Prepare and present high level monthly reports. The monthly reports will reflect the status of the project, identify risks and mitigation approach, and update the project plan including the spending plan. 1.1.2.9.6 Develop a risk mitigation plan and pro-actively, expeditiously and creatively resolve problems and issues that may occur during the course of the Project; 1.1.2.9.7 Provide a secure project management website with up-to- date project-related documents and schedules; the website shall provide groupware capability to accommodate all Project staff members, as determined by the County. 1.1.2.10 Contractor shall designate a Project Manager that is a full time employee of the Contractor that will serve as the primary point of contact. 1.1.2.11 Contractor shall designate a local Construction Manager responsible for daily oversight during the construction and development phase of the project. 1.1.2.12 The Project Manager shall have the power to make significant decisions relevant to the project. 1.1.2.13 The Project Manager will convene status meetings and submit status reports covering such items as progress of work being performed, milestones attained, resources expended, problems encountered, issue tracking and corrective action taken, until the time of Final Acceptance. 1.1.2.14 The frequency of status meetings may be reduced at the discretion of the County to accommodate different project phases. 1.1.2.15 Within 15 working days of NTP, Contractor shall submit an updated communications plan, risk mitigation and escalation plan, final project management approach and resource allocation structure to facilitate activities and the flow of information. 1.1.2.16 The Project Manager shall convene a project planning kick off session with County staff and all their key project personnel within 30 days of contract award and provide a project plan. The project plan shall include: [16] 1.1.2.16.1 A description of the finalized project management approach 1.1.2.16.2 A work statement that includes the project deliverables and project objectives 1.1.2.16.3 A work breakdown structure (WBS) to the level at which control shall be exercised 1.1.2.16.4 Performance measurement baselines pertaining to schedule and cost 1.1.2.16.5 Major milestones target dates, including at a minimum, milestones identified in the schedule requirements section 1.1.2.16.6 A list of key personnel resources and any other staff requirements 1.1.2.16.7 A risk management plan, including constraints and assumptions and planned responses to address projected risks. 1.1.2.16.8 Project communications plan, including periodic reporting requirements and milestone achievement determination. 1.1.2.16.9 A Change Order management plan. 1.1.2.16.10 Design Review Process 1.1.2.17 Contractor shall prepare agenda items for all meetings in advance indicating which members of Contractors and County staff will be required to participate, an updated and current written list of open issues and pending decisions with weekly updates in the form of status meetings with written meeting minutes. 1.1.2.18 Contractor must provide New York State Division of Homeland Security and Emergency Services LOCAL ASSISTANCE MWBE EQUAL EMPLOYMENT OPPORTUNITY STAFFING PLAN Form B - VENDOR / SUBCONTRACTOR Form (See Attachment A) 1.1.2.19 Contractor must provide copies of Certified Payroll. [17] 1.1.3 Environmental Assessment 1.1.3.1 NYSOPRHP is the designated Lead Agency for the Pinnacle Tower Site located off Ackerman Road in the Town of Addison for the purposes of construction of a new Communications Tower Site. Steuben County Office of Emergency Services (OES) is an involved agency and will participate in the project SEQR process. 1.1.3.2 Contractor will provide services of an environmental consulting/engineering firm to assist with the review of all SEQR and other pertinent documents, participate in public meetings, draft SEQR responses and other communications on behalf of SCEMO, and perform site visits as necessary. This scope of service is not all inclusive and may require other additional tasks. Contractor or Subcontractor should be familiar with New York State Environmental Quality Review Process and assist with completion of the NY Environmental Assessment Form. 1.1.3.3 Contractor will complete the Federal Homeland Security Environmental and Historic Preservation Screening Tool. (See Attachment B) 1.1.3.4 Contractor or Sub Contractor will complete Phase 1a/1b archaeological fieldwork (pedestrian survey and shovel testing), research, and long-form report. Contractor should include up to 10 shovel test pits. 1.1.3.5 Contractor will complete a NEPA Checklist as required by the FCC. The Checklist will be completed to generally answer the following questions outlined in Federal Communications Commission Rule Part 1.1307(a): 1.1307(a)(1) Is the facility located in an officially designated wilderness area? 1.1307(a)(2) Is the facility located in an officially designated wildlife preserve? 1.1307(a)(3) Will the facility affect listed threatened or endangered species or designated critical habitats or is the facility likely to jeopardize the continued existence of any proposed endangered or threatened species or likely to result in the destruction or adverse modification of proposed critical habitats? 1.1307(a)(4) Will the facility affect districts, sites, buildings, structures or objects significant in American history, architecture, archeology, engineering or culture, that are [18] listed, or eligible for listing, in the National Register of Historic Places? 1.1307(a)(5) Will the facility affect Indian religious sites? 1.1307(a)(6) Is the facility located in a floodplain? 1.1307(a)(7) Will construction of the facility involve a significant change in surface features, e.g. wetland fill, deforestation, or water diversion? 1.1.3.6 Contractor will complete FAA Compliance Slope Test (all raw land towers, tower extensions, collocations) and perform the TOWAIR Analysis / Airspace Analysis. 1.1.3.7 Contractor will prepare and submit the Clients Antenna Structure Registration (ASR) application using the FCCs online submittal system. 1.1.3.8 Contractor will draft and run a public notice in a local paper of record to notify the public of the FCCs environmental review process and opportunity to submit related comments. 1.1.4 Project Schedule Requirements 1.1.4.1 Contractor shall substantially complete construction of the site within 180 days from anticipated Notice to proceed of DD, DDDD or sooner. 1.1.4.2 Contract shall remain open for an additional 180 days after Final or miscellaneous construction items and general coordination of work being performed under other contracts. 1.1.4.3 Respondent shall submit its proposed schedule for the project identifying key project and construction milestones. 1.1.5 Workmanship 1.1.5.1 Workmanship will be of a quality that meets or exceeds public safety expectations as stipulated in this solicitation and as per industry standards. The use of inferior practices or components whether knowingly or unknowingly by the Contractor may result in the rework or replacement, at the Contractor's expense. Determination of the adequacy or inadequacy of the work or the components will be made by the County. 1.1.5.2 The Contractors staff or subcontractor's staff(s) that violate project workmanship standards or safety rules, at the Countys sole discretion, shall be removed from the project. [19] 1.1.5.3 All services will be performed and all other work will be provided in a manner that will comply with all warranty provisions in the resultant Agreement. 1.1.5.4 All lead installation engineers and technicians will have appropriate training, licensing and sufficient experience installing components for public safety entities. 1.1.5.5 All installation staff with less than three years of installation experience will be supervised by a lead engineer or technician on site at all times. 1.1.5.6 Engineers and technicians assigned to perform installation work will have received appropriate training from the manufacturer of the components, and shall maintain appropriate certifications and licensing as may be required. 1.1.6 Site Inspection and Acceptance 1.1.6.1 Contractor shall design a detailed Site Inspection and Acceptance Plan to be executed in collaboration with County staff 1.1.6.2 The Site Inspection and Acceptance Plan shall be submitted to the County for review, feedback and approval. 1.1.6.3 Site inspection plan shall include County visits and approvals at key interim phases of construction including but not limited to the following. Contractor is required to coordinate with County staff to ensure their participation during these activities: 1.1.6.3.1 Foundation pours 1.1.6.3.2 Grounding system implementation and testing 1.1.6.3.3 Shelter installation 1.1.6.3.4 Tower installation 1.1.6.3.5 Generator commissioning and testing 1.1.6.4 A final walk-through shall be organized and coordinated by the Contractor upon substantial completion of the site construction. The County will be permitted to attend the final walk-through. 1.1.6.5 Final Acceptance is contingent on the completion of all stipulated activities in this solicitation. [20] 1.1.6.6 The Site Inspection and Acceptance Plan shall be submitted to the County for review, feedback and approval. 1.1.7 Site Engineering, Design and Preparation 1.1.7.1 The Contractor shall prepare all paperwork and be responsible for activities for compliance with Federal, State and local codes and regulations, including but not limited to, building and construction permits, electrical permits, environmental and historic preservation requirements, as prescribed in this RFP. 1.1.7.2 The Contractor may be required to provide FCC licensing support including providing any necessary supporting documentation to Steuben County Emergency Services. 1.1.7.3 The Contractor shall be solely responsible for coordinating project activity with and preparing all permit applications, including, but not limited to: Federal Aviation Administration (FAA), Federal Bureau of Land Management (BLM), United States Forest Service (USFS), National Park Service (NPS), New York State Office of Parks, Recreation and Historic Preservation, New York State Department of Environmental Conservation, local planning and zoning permits, construction permits and licenses in compliance with all, OSHA, federal, state, local codes and ordinances. 1.1.7.4 The Contractor shall prepare all specifications, plans, documents, and required forms and exhibits required to obtain the necessary approvals from each of the above entities. 1.1.7.5 The Contractor shall coordinate and perform the necessary tasks to prepare the NEPA compliance studies, and other environmental assessment reports such as disposal reports. 1.1.7.6 The Contractor shall provide all documentation including but not limited to site development and preparation specifications, shelter and tower schematic design drawings for approval by the applicable County departments. 1.1.7.7 The Contractor shall prepare a detailed site development, and construction plan detailing all necessary work and the methods that will be used to accomplish the work. 1.1.7.8 Construction plans, specifications, and documents will be wet- stamped and signed by Professional Engineer(s) (P.E.) of the appropriate engineering specialty and/or architect and licensed in the state of New York, as applicable. [21] 1.1.7.9 Contractor shall submit a detailed and comprehensive site-wide stamped engineering plans including, but not limited to, the following per the requirements in this solicitation: 1.1.7.9.1 Property Survey 1.1.7.9.2 Site layout 1.1.7.9.3 Foundation drawings 1.1.7.9.4 Tower structure 1.1.7.9.5 Equipment Shelter 1.1.7.9.6 Site grounding plan 1.1.7.9.7 Fencing plan 1.1.7.9.8 Drainage plan 1.1.7.9.9 Electrical plans 1.1.7.9.10 Final ground cover plan 1.1.7.9.11 Site wide conduit plan for electrical, transition lines, grounding, fiber, generator, propane, etc. 1.1.7.10 The Contractor and all its subcontractors shall be responsible for the design and specification of all construction work, which will be in strict compliance with the most current adopted version of all applicable codes, ordinances, and regulations as well as the latest national and industry standards recognized by the same, including, but not limited to: 1.1.7.10.1 American Society of Testing Materials (ASTM) 1.1.7.10.2 Underwriters Laboratories (UL) 1.1.7.10.3 National Electrical Code (NEC) 1.1.7.10.4 IEEE, TIA and Telcordia standards on grounding, bonding and lightning protection for sensitive electronic and telecommunications equipment. [22] 1.1.7.10.5 American Concrete Institute (ACI) 1.1.7.10.6 National Fire Protection Association (NFPA) 1.1.7.10.7 Telecommunication Industry Association, ANSI/TIA 222, Structural Standards for Antenna Supporting Structures and Antennas. 1.1.7.10.8 American Institute of Steel Construction Load Resistance Factor Design Manual, 1999, AISC 3rd Edition; 1.1.7.10.9 American Society of Testing Materials, ASTM (applicable sections as listed in this specification); 1.1.7.10.10 ANSI/NFPA 780-2004, Standard for the Installation of Lightning Protection Systems 1.1.7.10.11 American Welding Society (AWS) Structural Welding Code D1.1 latest revision; 1.1.7.10.12 Federal Aviation Administration, FAA Advisory Circular AC 70/7476, Obstruction Marking and Lighting, and all Advisory Circular referenced therein including specifications for obstruction lighting equipment (AC 150/5345-43F), including all changes; 1.1.7.10.13 Federal Communications Commission, FCC Rules and Regulations, Part 17, Subpart C. Specifications for Obstruction Marking and Lighting of Antenna Structures, Sections 17.21 through 17.58, and FCC Form 715, Obstruction Marking and Lighting Specifications for Antenna Structures; 1.1.7.10.14 All Local Building Codes, Rulings, Zoning, and Planning ordinances. 1.1.7.10.15 In the case where applicable standards or applicable codes, ordinances and regulations conflict, those that pose the most stringent requirements will prevail, as determined by the County. 1.1.7.11 Contractor shall be responsible for the coordination, provisioning, modifying and re-routing commercial electrical power and other utility services to meet the specifications prescribed here in and to support the Respondents design. [23] 1.1.7.12 Contractor shall be responsible for the delivery and secure storage of all equipment required for the project. 1.1.7.13 Contractor shall be responsible for the removal, transportation and disposal of all debris excavated land, etc. 1.1.7.14 The Contractor shall maintain site access roads in passable condition during the time periods project work is being performed at the site and will be responsible for obtaining road permits if necessary. 1.1.7.15 The Contractor shall perform all electrical work in compliance with industry recognized standards stipulated in this RFP. 1.1.8 Geotechnical Investigation and Report 1.1.8.1 As part of the Detailed Design Review Phase, the Contractor shall provide a comprehensive geotechnical investigation and prepare written reports (Geotechnical Report) for applicable sites requiring modifications or construction that warrants geo-technical surveys. The Geotechnical Report will include sufficient information for the Engineer of Record to create a suitable design for all site structures. Information provided will specifically include: 1.1.8.1.1 Geological map showing any geological and seismic hazards that may have an adverse impact on the performance of the antenna support structure and other facilities to be installed. 1.1.8.1.2 A description of procedures and methods used for the field exploration and laboratory testing phases of the work, including a bore log and laboratory test results; 1.1.8.1.2.1 The number and depth of borings and test pits will be determined by the Engineer of Record to meet the design and construction criteria and requirements of ANSI/TIA-222-H, and other applicable building codes. 1.1.8.1.3 A site plan showing borehole locations in relation to proposed new tower and/or shelter structures and existing structures on site; [24] 1.1.8.1.4 A description of the Site including surface and drainage features, topography and nearby faults, and a discussions on potential geologic-seismic hazards, including, but not limited to, fault surface rupture, seismic shaking and ground motion evaluation, liquefaction potential, seismically induced flooding, landslides, subsidence, and erosion; 1.1.8.1.5 Recommendations to mitigate potential adverse geological hazards; 1.1.8.1.6 Soil parameters, specifically including soil resistivity corrosion potential of the sub-soils; 1.1.8.1.7 Foundation design recommendations, specifically including corrosion protection recommendations for the foundations and any other underground facilities including conduits, pipelines, ground rod and ground conductors; 1.1.8.1.8 Grading requirements for these structures and any fill and cut slopes. If the proposed tower, shelter, building and/or any new structures are within the slope setback required per local jurisdiction(s), the Geotechnical Report will include geological cross-sections before an analysis of slope stability. 1.1.8.1.9 The geotechnical investigation subsurface exploration will include sampling and testing of soils (soil types, strata changes, Standard Penetration Tests etc.) and rocks (rock type, rock quality, rock quality designation, types of discontinuities, degree of weathering, etc.) to provide engineering parameters of soils and rock per ANSI/TIA-222- H and applicable building codes for geotechnical evaluation of and slope conditions and recommendation of foundations structural design. 1.1.8.1.10 Upon completion of the soil sampling, the Contractor shall backfill the borings with bentonite and cement mix and the surrounding ground surfaces will be patched and reinstated. 1.1.9 General Site and Equipment Shelter Construction Requirements 1.1.9.1 The Contractor shall provide comprehensive site planning, development, preparation and construction services to implement the equipment detailed in this RFP. [25] 1.1.9.2 The Contractor shall assume full responsibility for the specification of construction materials and equipment employed. 1.1.9.3 The Contractor shall make no claims against the County for damages to such materials and equipment except for that which is caused by the County, their employees or agents. 1.1.9.4 The Contractor shall be responsible for managing the storage of all materials purchased and shall receive all delivered items by suppliers at the job site or at a staging area to be furnished by the Contractor. 1.1.9.5 Contractor responsibilities shall include, but are not limited to, clearing, grading, drainage, erosion and sediment control, access road construction, design and construction of foundations for the radio equipment shelter, tower base or foundations, tower guy anchors, generator fuel tank pad, a sidewalk and ramp between the fence gate and the equipment shelter, installation of foliage control measures, and installation of steel gates across access roads. 1.1.9.6 Contractor shall be responsible for obtaining the necessary permits to transport hazardous materials. 1.1.9.7 Contractor shall perform all necessary land survey and staking to establish and verify the property boundary, right-of-ways, elevations, easements (e.g. for ingress/egress access) and topography for site development planning and site improvement design and construction. 1.1.9.7.1 Contractor shall supply a State of New York licensed land surveyor or civil engineer to establish horizontal and vertical control points, as well as establish property lines, encroachments, constraints and encumbrances, topographic survey mapping, and other required staking. 1.1.9.8 Concrete pads for shelter and generators shall be installed a minimum of 12-inches above the one hundred (100) year flood plain, but in no case will be less than six inches above finished grade. 1.1.9.9 Where existing surface cover (e.g. asphalt, concrete, gravel, etc.) is disturbed or removed for the installation of new facilities (e.g. antenna support structures, shelter, fuel tanks, etc.), the ground surfaces surrounding the new facilities shall be repaired, patched [26] and reinstated. 1.1.9.10 Adequate erosion controls, drainage, and drainage structures shall be provided to prevent water from accumulating in such a manner as to prohibit or restrict access to the Site or to cause damage to installed equipment both during and after site construction. 1.1.9.11 All graded slopes shall have a surface gradient of not less than a two (2) horizontal to one (1) vertical ratio unless required otherwise by local jurisdiction per codes. 1.1.9.12 Topsoil shall be stockpiled and redistributed to disturbed areas not receiving aggregate surfacing unless required otherwise by local jurisdiction per codes. 1.1.9.13 Contractor shall provide adequate means of protection for utilities during earthwork operation. 1.1.9.14 The Contractor shall be responsible for contacting the necessary company for locating all underground utilities. Damage to the existing utilities during excavation shall be repaired immediately by the Contractor at the Contractors expense. All utilities aboveground or underground that needs re-routing shall be done so at Contractors expense. The Contractor will include this information on all appropriate documentation provided to the County. 1.1.9.15 No buildings or other structures shall be located within the defined utility service or other right of ways. 1.1.9.16 Where necessary, the Contractor shall furnish and apply an aggregate surface course over the access road, fence area including one (1) foot outside the fence perimeter, guy anchor fencing, vehicular turn around, and parking area. 1.1.9.17 The Contractor shall furnish and apply woven fabric underlayment under all aggregate surfacing. The Contractor shall submit the specifications for the underlayment during Design Review. 1.1.9.18 Contractor shall perform finish grading after the work in the area is complete and just prior to placing gravel. Fill, if necessary, shall be brought to finished grades indicated and will be graded to drain water away from structures. 1.1.9.18.1 The Contractor shall provide suitable materials for fill and backfill. [27] 1.1.9.18.2 A minimum slope of 2% shall be provided for positive drainage away from proposed structures. Grading will provide an even, smooth surface free from cellulose materials, large rocks, and other deleterious materials. 1.1.9.19 Contractor shall install all sub-surface or below grade materials, particularly metallic pipes, rods and tubing, per design specifications suitable for the soil condition findings in the Geotechnical Investigation Report and shall protect said material against corrosion with means and methods as recommended in the Report. 1.1.9.19.1 For the purposes of the pricing proposal, Contractor shall assume normal soil conditions. 1.1.9.20 Contractor shall be responsible for removal and legal disposal of excavated and surplus material. 1.1.9.21 Drive way between the site (fence) entrance and shelter should be minimum of gravel/stone, but could be asphalt or concrete. 1.1.9.22 Signage - Contractor shall be responsible for furnishing, installing and posting all required warning and informational signs (including, but not limited to, FCC ASR number, a sign designating the telephone number to be dialed in an emergency, the international symbol of electrical shock hazard, No Trespassing and Maximum Permissible Exposure) in appropriate locations. 1.1.9.23 Contractor will provide some type of site security during construction. 1.1.9.24 Contractor shall protect all installed work (regardless of the installing Contractor) from damage during construction activities. 1.1.9.25 Contractor shall provide special protection as may be required for the security of the site during the construction period. 1.1.9.26 Contractor shall be responsible for keeping sites clean and free of debris throughout the project. Packing material, excess wire and other discarded material will be removed by the Contractor daily 1.1.9.27 Contractor shall be responsible for supplying its own dumpster or similar trash storage/ removal device where a substantial amount of construction debris is generated. 1.1.9.28 The outdoor areas of each site shall be clear of all scrap material, [28] packing and packaging material, etc., so as to be clean and orderly. 1.1.9.28.1 Failure to comply with these requirements will result in the owner contracting a separate party to have the inside and/or outside cleanup work performed, and the cost of the cleanup will be deducted from the amount paid to the Contractor. 1.1.9.29 Upon completion of all work, the entire job site areas shall be left clean and free of trash, debris, mud, dirt, dust, scrap materials, and excess materials. Floors in radio equipment shelters and rooms shall be mopped and polished and approved for acceptance by the County or other designated personnel. 1.1.10 Foundations / Concrete Work 1.1.10.1 All foundations including foundations for the tower, shelter, propane tank and generator shall be designed per the Geotechnical Report 1.1.10.2 The Contractor shall submit detailed foundation designs to the County and applicable departments with the appropriate jurisdiction. 1.1.10.3 The Contractor will submit stamped and signed as-built drawings and calculations, both hard copy and soft copy, and CAD drawing files. 1.1.10.4 The Contractor shall verify and establish first order survey points, and will establish lines, levels, grades, benchmarks, survey reference points, and measurements necessary for the accurate layout of the work. 1.1.10.5 Foundation construction shall include all related and incidental operations required to complete the excavating, filling and backfilling related to the construction of the foundations as specified herein. 1.1.10.6 All foundation and soil work shall conform to the recommendations of the geotechnical report and the final approved design. 1.1.10.7 The Contractor's Engineer of Record will provide a mix design for all concrete poured on-site. 1.1.10.8 The Contractor's Engineer of Record will provide reinforcing steel designs for all concrete structures. 1.1.10.9 All reinforcing steel shall be new deformed bars, conforming to ASTM A-615, Grade 60. [29] 1.1.10.10 Concrete shall be consolidated with the use of vibrators. 1.1.10.11 Concrete shall be provided from a certified and licensed batch plant. 1.1.10.12 If honeycombs are present after forms are removed the structure will be rejected. 1.1.10.13 Concrete delivery tickets shall specify the truck's time of departure from the batch plant and the drum rotation counter number, and copies shall be provided to County designees. 1.1.10.14 Contractor shall provide notification of the placement of concrete at the earliest possible opportunity but no less than twenty-four (24) hours prior. 1.1.10.15 County designees reserve the right to inspect the placement and condition of the steel reinforcing and to observe concrete placement. 1.1.10.16 Concrete shall be placed continuously to avoid cold joints. 1.1.10.16.1 Cold joints are not permitted. 1.1.10.17 Contractor shall employ a certified testing lab to test, certify and accept all project related concrete. 1.1.10.17.1 Concrete samples shall be tested for certification and appropriateness for the communications tower. 1.1.10.17.2 Test and certification documentation shall be provided to County designees 1.1.10.17.3 Testing documentation shall include, but is not limited to, time of placement, temperature, drum rotation, slump, and air entrainment. 1.1.10.17.4 Reinforcing steel shall similarly be certified 1.1.10.17.5 If the concrete samples fail the compressive test, the structure shall be rejected and the concrete shall be removed and replaced at the Contractors sole cost and responsibility. [30] 1.1.11 Equipment Shelter Specifications 1.1.11.1 Contractor shall furnish and install a 12 x 16 x 10.5 pre-cast concrete equipment shelter on concrete foundation per the specifications herein. 1.1.11.2 Shelters shall be warrantied and free of structural deterioration and failures for a period of not less than fifteen (15) years. 1.1.11.2.1 The Contractor will repair or replace equipment shelters that fail within the fifteen (15) year period from final acceptance at no cost to the County. 1.1.11.3 Pre-fabricated shelters shall be attached to the foundations in accordance with the shelter manufacturers specifications. 1.1.11.4 Contractor shall be responsible for obtaining the permits to transport pre-fabricated shelters to the site. 1.1.11.5 Contractor shall be responsible for securing zoning approval to facilitate site construction wherever appropriate. 1.1.11.6 Shelters shall include floor space and clearances required by codes and regulations for electrical equipment such as panel boards, automatic transfer switch, UPS, or DC power plants, wall-mount equipment (e.g. wall-mount air conditioning and emergency ventilation units, etc.), floor mount equipment (e.g., batteries), and work areas. 1.1.11.7 The building foundation shall be concrete slab, and installed in compliance with local building codes. 1.1.11.8 A concrete pad four (4) by four (4) feet by six (6) inches shall be furnished and installed at the entrance door to the shelter, with minimum rebar reinforcement as required by structural calculations and in conformance with applicable local codes. 1.1.11.9 Shelters floors will support a uniform floor load of at least two hundred (200) pounds per square foot and a concentrated load of at least three-hundred fifty (350) pounds. [31] 1.1.11.10 Roofs will withstand a minimum uplift of 100 pounds per square foot (psf). 1.1.11.11 Shelter exterior walls shall be reinforced concrete. 1.1.11.12 Shelter doors and frames shall be powder coated. 1.1.11.13 Shelters shall have an exterior mounted drip trough or awning to divert water from the entrance 1.1.11.14 Shelter doors shall be heavy gauge steel mounted in a matching full metal frame from the same manufacturer as the door itself 1.1.11.15 Shelter doors shall be keyed to Countys tower site master pattern provided to the County. 1.1.11.16 A stainless steel lock guard shall be provided. 1.1.11.17 Shelter walls and doors shall be designed to be vandal and bullet proof. 1.1.11.18 Shelter exterior walls will be reinforced concrete. The shelter, including doors, will have a bullet resistance rating that complies with levels 1-4 of UL 752 ballistic standards. 1.1.11.19 Shelter exterior shall be fireproof. Exterior doors shall have a minimum two hour fire rating. 1.1.11.20 Shelters shall be appropriately insulated, dust-tight and water-tight. 1.1.11.21 AC power outlets shall be installed as per local codes, specifications listed HVAC Unit Section 1.1.21 and other applicable manufacturer requirements. 1.1.11.22 Labelling: Contractor shall employ a detailed and uniform labelling scheme to label all shelter equipment including, but not limited to, power and telephone lines, panels, and wave guides racks. 1.1.11.23 Shelter shall be furnished with a minimum of two (2) external vertical air conditioning unit as per the HVAC requirements herein. 1.1.11.24 An auxiliary exhaust fan system shall be installed including motorized louvers, thermostat, timer, and hood with permanent expanded metal dust filter and exhaust insect screen. [32] 1.1.11.25 Shelter shall be fitted with two twelve (12) port, five (5)-inch diameter, waveguide and transmission line entry ports. 1.1.11.25.1 Port holes shall be capped on both sides with removable caps or equivalent weather-tight seals pre the manufacturers design. 1.1.11.25.2 Rigid foam insulation shall be installed in the void space between plates. 1.1.11.25.3 The waveguide port location on the shelter will be provided prior to final orders 1.1.11.25.4 Port holes shall be designed for a one-hour fire rating 1.1.11.26 Shelters shall include overhead cable ladders as required to support all cables and transmission line 1.1.11.27 Shelters shall be provided with cable trays with a minimum with of 18 inches. The final runs and exact locations of the cable trays will be determined during the Design Phase. 1.1.11.28 Cable ladder shall be steel, ladder type with rungs spaced no more than 12 inches apart. 1.1.11.29 A minimum of 12 inches above the top of the cable tray and the ceiling shall be maintained. 1.1.11.30 All cable tray sections shall be electrically bonded together by an approved method and connected to the shelter ground system. 1.1.11.31 The cable tray system shall be grounded to the room single point ground position (MGB) only. 1.1.11.32 Shelters shall include appropriate handheld fire extinguisher(s) per code. The fire extinguisher certification will be current as of the time of the acceptance testing of the site. 1.1.11.33 Shelters shall include a cable termination panel (fire retardant plywood) mounted inside the equipment shelter. [33] 1.1.11.34 At a minimum, shelter shall include the following sensors: 1.1.11.34.1 A Hydrogen sensor if needed due to type of battery system 1.1.11.34.2 An interface to the camera activation alarm 1.1.11.34.3 A door intrusion detection sensor 1.1.11.34.3.1 Door intrusion sensors shall be equipped with a concealed Tech-On-Site switch to enable approved technicians to deactivate the intrusion alarm 1.1.11.34.4 High and low temperature monitoring sensors 1.1.11.34.5 Fire detection system 1.1.11.34.6 A humidity monitoring sensor 1.1.11.34.7 HVAC unit failure (2) 1.1.11.34.8 Rectifier alarm 1.1.11.34.9 ATS-emergency power 1.1.11.35 Alarms for all sensors shall be wired to the punch down block. Alarm outputs shall be closed during the normal condition and open during the alarm condition. 1.1.11.36 Equipment shelters shall be equipped with backup generator systems as per the specifications in this RFP. 1.1.11.37 Contractor shall furnish site premises with adequate interior and external lighting. 1.1.11.38 Interior Lights shall not introduce any interference to the radio systems. 1.1.11.39 Interior lighting shall be Light Emitting Diodes to provide an illumination level of 75 foot-candles at three (3) feet above finish floor level for a fully loaded building. 1.1.11.40 Contractor shall use energy efficient lighting systems. 1.1.11.41 All lighting shall be configured for motion activation or occupancy sensor with a programmable timer if required by code. At least one [34] light fixture shall be on manual light switch to provide lighting in the event of erroneous occupancy sensing. 1.1.11.42 Exterior lighting shall utilize non interfering LED on each face of the shelter secured in a weatherproof protective housing. 1.1.11.42.1 Consideration shall be given to sites located adjacent to residential area, and exterior light fixture will be able to downcast light. 1.1.11.43 The exterior light shall be controlled by an interior mounted switch and exterior mounted photocell with motion detector. 1.1.11.44 A battery-powered emergency lighting unit shall be installed above the door(s). 1.1.11.44.1 Emergency lighting batteries shall be maintenance free capable to operate all lamps for four hours of light. 1.1.11.45 Shelters must include four (4) 4 electrical conduits to nearest telecommunications easement. 1.1.11.46 Redundant External Power Plug: The shelter shall be supplied with a weatherproof outdoor electrical receptacle for connection of a temporary emergency generator for use if the permanent generator fails. The supplied receptacle shall be compatible with 200A, 120/240 Volt, 60 Hz, Single Phase cable connector. 1.1.11.47 Shelter shall be designed for 200 amp, 240/120 VAC, single phase with a minimum of forty two (42) circuits with a main breaker and all required circuit breakers. 1.1.11.48 The shelter shall be equipped with a minimum of six (6) wall mounted 20A duplex outlets and two (2) 120 Volt, 20 Amp individually circuited (one wall mounted, one ceiling mounted) duplex receptacles for plug-in equipment. 1.1.11.49 All breakers and outlets shall be properly identified and labeled. Labels shall be permanent, weather resistant and printed in Arial font. 1.1.11.50 In addition to any circuit breakers required to power equipment shelter components (HVAC, lights, receptacles etc.), the shelter shall be provided with the following spare circuit breakers: 1.1.11.51 Three (3) 2-pole 30A circuit breaker [35] 1.1.11.52 Eight (8) 1-pole 20A circuit breakers. 1.1.11.53 Shelter Ground System: 1.1.11.53.1 Shelter must meet the most recent Motorola R-56 grounding requirements. Interior halo shall be single point halo ground using #2 bare stranded copper conductor. 1.1.11.53.2 The shelter must contain inch x 4 inch x 2 feet long (minimum length) copper ground bus bars both inside and outside the shelter directly below the waveguide entry port. 1.1.11.53.3 The interior and exterior bus bars shall be of the integrated design per Motorola R56 Standards. 1.1.11.53.4 All metallic items in the shelter shall be grounded. 1.1.11.53.5 All grounds bussed from all metallic items shall be attached in the direction of the nearest end of the inside bus bar. 1.1.11.53.6 Snap-on covers shall be provided to protect and conceal the main exterior copper ground straps/ground wires. 1.1.11.53.7 These covers shall be of sufficient length to completely cover the ground straps/ground wires down to the finished grade. 1.1.12 Wave Guides Bridges/Trays 1.1.12.1 Contractor shall furnish and install a waveguide bridge between the tower and equipment shelter to support antenna transmission lines. 1.1.12.1.1 Waveguide bridges shall include ice shield material fabricated from galvanized bar grating or approved equivalent. 1.1.12.1.2 Components of the waveguide bridge shall be hot-dipped galvanized after fabrication. 1.1.12.1.3 Waveguide bridges will be grounded and bonded according to the requirements of Motorola R56, or equivalent. 1.1.13 Antenna Support Structure Requirements 1.1.13.1 Contractor shall furnish and install self-supporting (lattice) 190-ft antenna tower per all applicable federal, state and local codes and specifications within this solicitation, whichever is more stringent. 1.1.13.2 All proposed and provided antennas, antenna support structures and appurtenances, including their foundations, shall meet [36] requirements for Class III structures under the latest TIA-222 H Classification of Structures. 1.1.13.3 Contractor shall be responsible for the shipping, transport, delivery age of the structure components. 1.1.13.4 The Contractor shall submit for approval a profile view of the tower, containing structural details and engineering notes. Any documentation on the tower shall be supplied in a timely manner. 1.1.13.5 The Contractor shall prepare and submit for approval plans, specifications, scale drawings of the tower depicting its overall height, the number and height of sections, the horizontal spread of each section, antenna loading at specified heights and obstruction lighting details if needed. 1.1.13.6 Tower drawings shall be sealed by a Registered Professional Architect/Engineer (structural) licensed for practice in the State of New York. 1.1.13.7 Brackets and side arm kits shall be of the same material and construction standards as the tower. 1.1.13.8 Tower foundations shall be designed to meet the specifications of the proposed tower site and future loading and in accordance with local building regulations. 1.1.13.9 All foundation and soil work shall conform to the recommendations of the geotechnical report. 1.1.13.10 Contractor shall provide, no later than 15 days prior to the foundation excavations, at least three signed and sealed paper copies (and one electronic record) copies of all required tower structure and foundation design documentation to the appropriate departments. 1.1.13.11 All structural steel and hardware shall be hot-dipped galvanized steel after fabrication. All exposed surfaces of auxiliary equipment to the antenna support structure (including cable ladders, climbing ladders and antenna mounts and struts) will be galvanized to resist rust. [37] 1.1.13.12 The structure and its individual members shall be constructed so that there are no pockets, wells or traps in which moisture can condense or water collect. Tubular members will be sealed at the top of the structure, and weep holes will be provided where necessary 1.1.13.13 The antenna support structure shall be labeled, with a metal nameplate securely fastened near the base, indicating, as a minimum, the manufacturer's name, tower model and reference number, tower height, date of manufacture, and Antenna Structure Registration (ASR). 1.1.13.14 The Contractor shall be responsible for checking against FAA airport airspace obstruction criteria to determine if FAA notification is required. If FAA notification is required, the Contractor shall file with the FAA Form 7460-1 (Notice of Proposed Construction or Alteration) for airspace obstruction evaluation. 1.1.13.15 Contractor shall submit all other FAA applications and notifications including survey letters, notice to construct, completion of tower construction. 1.1.13.16 If required, the tower shall be lighted and/or marked in accordance with the applicable chapters of FAA Advisory Circular AC 70/7460- 1K, or latest revision, as required by the particular Aeronautical Study performed by the FAA for each tower. IF REQUIRED: 1.1.13.16.1 Contractor shall provide FAA approved obstruction lighting systems that are equal to or better than LED lighting system for energy efficiency, life cycle and mean time between failures. 1.1.13.16.2 The lighting systems shall include controller, lamps, lightning protection units, mounting hardware, service cords and/or conduit, conduit drain-breather system, wiring, and other material required for a complete installation. 1.1.13.16.3 The lighting systems shall be controlled by a solid state control unit and power supply and be backed up by the backup power system for other equipment. 1.1.13.16.4 The lighting systems controllers which will activate the lights at dusk (or other cloud darkened condition) and extinguish [38] the lights at sunrise. If a dual lighting system is required at any site, the controller shall automatically switch from red lights at sunrise to strobe lights, and back to red lights when the sky darkens. 1.1.13.16.5 The lighting system will provide separate automatic alarm relays (Form C dry contact) for control unit failure. Alarms shall be integrated per this RFP. 1.1.13.16.6 During construction of an antenna support structure, the required FAA obstruction lighting fixtures shall be installed and operational at each required level as each such level is exceeded in height during construction. 1.1.13.17 The towers shall be designed to support the following antenna systems and appurtenances: 1.1.13.17.1 A minimum of (4) VHF 150-164 MHZ with feed line 1.1.13.17.2 One (1) parabolic Microwave Dish with feed line 1.1.13.17.3 Frequency Timing System (GPS) with feedline 1.1.13.18 The structures shall be designed for horizontal wind pressures induced by 120 MPH basic wind speed with all appurtenances installed. Wind loading shall be calculated per EIA-222H (latest version). 1.1.13.19 The structures shall be designed per EIA-222H (latest version) to withstand additional horizontal wind pressures and dead loading produced by the accumulation of .75 thickness of radial ice. 1.1.13.20 Structures shall be designed to meet twist, sway and displacement specifications for all loading conditions as recommended by EIA- 222H (latest version) for the antennas specified. 1.1.13.21 The design of the tower shall take into account dead and live loads induced by the structure itself and all appurtenances, and all stress applied to the tower and its appurtenances by wind forces. The minimum safety factors listed on EIA-222H (latest version) shall apply under the most severe combination of dead load plus live loading. 1.1.13.22 Contractor shall provide a structural analysis report for the antenna support structure that includes elevation drawing and profile of the antenna support structure, computations, stress diagrams and other pertinent data so that calculations for individual structural [39] members can be readily interpreted. 1.1.13.23 Towers will be provided with a climbing ladder and a climbing safety device that meets the design requirements of the American National Standards Institute (ANSI) standard A 14.3 Safety Code for Fixed Ladders, OSHA, and local regulations. 1.1.13.23.1 The climbing ladder shall be attached to tower legs in a manner that would not interfere with the installation or maintenance of antennas, or installation of additional transmission lines on the cable ladder. Similarly, the placement of cable ladder structures shall not interfere with the climbing facility. 1.1.13.23.2 The climbing area on the tower shall be constructed of horizontal members with a maximum 18 spacing and will be a minimum of 5/8 material and comply with applicable standards, specifications, and codes. 1.1.13.23.3 The climbing ladder shall be equipped with a lockable anti- climbing device. 1.1.13.24 See section 1.2.12 for Waveguide bridge 1.1.13.25 The tower shall be furnished with two cable ladders for coaxial cables with horizontal braces spaced no more than three feet (3) apart and shall accept a minimum of nine (9) runs of coax/waveguide each. 1.1.13.26 Cable ladders will be installed on the tower next to the designated climbing leg, which is closest to the equipment shelter from the bottom to the ultimate height of the tower and parallel to the angle of the leg. 1.1.13.27 An external ground bus bar shall be installed at the bottom of the tower and near the junction of the wave guide bridge. 1.1.14 Site Perimeter Fencing 1.1.14.1 The Contractor shall furnish and install new perimeter security fence to enclose the Countys easement inclusive of the radio tower, equipment shelter, generator, fuel tank and any other associated equipment. 1.1.14.2 The Contractor's Engineer of Record shall create plans and specifications for new fencing that meets applicable codes and [40] regulations and specifications in this document. 1.1.14.3 All fence work shall be performed in a professional manner to enhance the appearance of the installation, to prevent entrance of persons and animals and to protect the facility. 1.1.14.3.1 Only nominal clearance shall remain between fence and the sites top ground cover 1.1.14.4 The perimeter fencing system shall include all hardware, posts, rails, unions, security mesh panels, infill panels, double-swing or slide gate, and other accessories necessary for a complete installation. 1.1.14.4.1 The gate shall be braced to prevent drooping and deformation. 1.1.14.5 The perimeter fence shall have a top and a bottom rail, and be a minimum of seven (7) feet tall and include barbed wire on top. 1.1.14.6 Fencing material shall be completely hot-dipped galvanized steel. 1.1.14.7 Fencing posts shall: 1.1.14.7.1 Be evenly spaced at no greater than 10 foot intervals 1.1.14.7.2 Consist of end, corner, pull and gateposts that are braced with the same material as the top and bottom rail 1.1.14.8 Fence and gate connecting devices will be made of non-corrosive materials and installed to prevent loosening due to vibration. 1.1.14.9 Fencing shall be connected to the site grounding system at regular intervals are required by the R56 standard. 1.1.15 AC Power Requirement 1.1.15.1 Contractor shall provide all electrical work for power installation on the equipment side of the utility meter. 1.1.15.2 Electrical systems shall be configured as 120/240-volt, 50/60 Hz, single phase. 1.1.15.3 Power feeds to shelters shall be buried and shall enter the building through conduit and an elbow as described in the equipment shelter specification. [41] 1.1.15.4 If applicable, Transient Voltage Suppression Systems (TVSS) shall be provided to protect the AC main panel and sub panels. TVSS devices will be integral to the main panel and to each sub-panel. 1.1.15.5 Circuits that power electronic communications devices shall be fed from separate panels from the circuits that power building infrastructure (examples: HVAC and other inductive loads, lighting, etc.). 1.1.15.6 Contractor shall be responsible for provisioning, modifying and re- routing commercial electrical power and coordinating easement with utility services to meet the specifications prescribed here in and to support the Respondents design. 1.1.15.7 The number of individual circuits each delivering 20 amps shall be determined at design. 1.1.15.8 Electrical panels shall be permanently labeled with panel identifier according to the Electrical as-built drawing and panel schedule. 1.1.15.9 Electrical panels shall be permanently labeled with circuit identification. 1.1.15.10 Electrical outlets will be permanently labeled showing panel ID and circuit number to enable cross-reference to the electrical panel schedule. 1.1.15.11 Equipment shelter power systems shall be standardized and designed to support the use of emergency portable generator systems. 1.1.15.12 Contractor shall provide logical one line drawings for the sites electrical system during the design phase which shall later be updated prior to final documentation submission. 1.1.15.13 Temporary utilities as may be required by the Contractor shall be coordinated, implemented and paid for by the Contractor. 1.1.16 Automatic Transfer Switch (ATS) 1.1.16.1 Contractor shall supply and install an automatic transfer switch, which provides switching of the equipment shelter electrical load between commercial power and generator power. 1.1.16.2 ATS shall be completely factory assembled and shall contain electronic controls designed for surge voltage isolation, with voltage sensors on all phases of input power sources. 1.1.16.3 Permanently attached manual control handles shall also be installed on the ATS. [42] 1.1.16.4 ATS shall be implemented with a by-pass isolation configuration for inspection and testing purposes. 1.1.16.4.1 ATS shall support quick-make and quick-break contact mechanisms shall be provided for manual transfer under load. 1.1.16.5 The ATS shall be installed in a key locking, UL listed, NEMA cabinet and mounted within the equipment shelter. 1.1.16.6 ATS and accessories shall be U.L. listed and labeled, tested per U.L. Standard 1008 and CSA Approved. 1.1.16.7 ATS shall be fully wired and integrated with the engine generator sets in accordance with local electrical and fire codes. 1.1.16.8 Switching contacts shall be meet or exceed U.L. Standard 1008 standards and comply with local NEC codes, as applicable. 1.1.16.9 Contractor shall integrate switching contacts with the existing generator sets. 1.1.16.10 ATS shall have a comprehensive control and monitoring system for integration into the Countys network/alarm management system. 1.1.16.11 Form C contacts shall be provided in each position for alarm reporting purposes. These contacts shall be connected to the alarm system for reporting transfer status. 1.1.16.12 ATS shall be rated for continuous operation in ambient temperature ranges of -40 to +50 degrees Celsius. 1.1.16.13 ATS shall be rated to carry 100% of the rated current in the enclosure. 1.1.16.14 ATS control shall be solid state and designed for a high level of immunity to power line surges and transients. 1.1.16.15 Controls shall have optically isolated logic inputs, and isolation transformers for AC inputs. Relays shall be installed on all outputs. [43] 1.1.16.16 Solid-state under voltage sensors shall simultaneously monitor all phases of the standby power source and the commercial utility power source. 1.1.16.16.1 Pick up and drop out voltage settings shall be adjustable. 1.1.16.16.2 Voltage sensors shall allow for adjustment to sense partial loss of voltage on any phase. 1.1.16.17 Controls shall be provided with solid-state over-voltage sensors, adjustable from 100-130% of nominal input voltage to monitor the source. An adjustable time delay shall be provided. 1.1.16.18 Automatic controls shall signal the engine-generator to start upon signal from normal source sensors. A time delay start, variable from at least 0 to 5 seconds, shall be provided to avoid nuisance startups. 1.1.16.19 ATS shall transfer when the emergency source reaches the set point voltage and frequency. A time delay shall be provided for transfer, which is variable from 0 to 120 seconds. 1.1.16.20 The switch shall retransfer the load to commercial power after time delay retransfer. This time delay shall be variable (adjustable) from 0 to 30 minutes to avoid short engine run times. The retransfer time delay shall be immediately bypassed if the emergency generator fails. 1.1.16.21 A control shall automatically signal the engine generator to stop after a time delay, which shall be adjustable from at least 0 to 10 minutes, the time starting on return to commercial power. 1.1.16.22 Power for transfer operation shall be from the source to which the load is being transferred. 1.1.16.23 A key operated selector switch shall be provided for the following functions: 1.1.16.23.1 Testto simulate commercial power loss to allow testing of the generator set with or without transfer of the load. 1.1.16.23.2 Normalleaves the switch in its normal operating position [44] 1.1.16.23.3 Retransfera momentary position, which will provide an override of the retransfer time delay and cause immediate return to the commercial power source (if available). 1.1.16.24 ATS shall be equipped with a programmable exerciser clock which allows setting the day, time and duration of a generator set exercise/test period. Tests under load or with no load shall be selectable. 1.1.17 Grounding and Lightning Protection Specifications 1.1.17.1 Contractor shall design and install a site-wide grounding (halo) system. 1.1.17.2 Contractor shall during the Detailed Design Review provide a comprehensive site grounding plan including, but not limited to, grounding system manufacturer and components, outdoor indoor grounding ring and rod layouts, installation details (e.g., bonding, welding and attachment details, embedment depth of all components installed below grade, trenches, etc.), resistivity measurement and calculations. 1.1.17.3 Contractor shall employ the most recent versions of Motorola R56 Site Installation, Grounding, and Lightning Protection or equivalent throughout the system for all aspects of the site modifications, construction and installations, interior and exterior. 1.1.17.4 The grounding system shall be designed to have a single point internal ground system installed to provide the greatest possible protection against lightning strikes and possible power faults. 1.1.17.4.1 If soil conditions do not allow ground rods to be placed, an equivalent supplemental system, as approved by the customer, may be used. 1.1.17.5 Grounding resistance for the grounding system shall be 5 ohms or as required by the telecommunications equipment manufacturer(s), whichever is least. 1.1.17.6 Grounding rods employed shall be commensurate with the R56 standards and the manufacturers recommended specifications for grounding. [45] 1.1.17.7 All connections to equipment room or shelter internal perimeter grounds shall be made as straight as possible with a minimum number of bends. The minimum bending radius of any ground wire shall be one foot. 1.1.17.8 The ground rings shall be supplemented with copper clad steel ground rods at regular intervals including but not limited to, antenna support structures, equipment shelters, shelter equipment, cable trays, racks, AC power and Telco lines. 1.1.17.9 Protective coating shall be removed to expose bare material prior to grounding painted racks. 1.1.17.10 Surge protection devices shall be provided for AC/DC power systems. Surge protection devices shall be selected based on the specific application and shall be installed in accordance with the manufacturers instructions 1.1.17.11 Contractor shall coordinate key grounding system implementation activities such as trenching and exothermic welding for County staff inspection. 1.1.18 Remote Site DC Power Plants and Emergency Power Systems 1.1.18.1 Contractor shall furnish -48 V DC power battery plant and power boards including chargers, rectifiers, low voltage disconnects, alarm panels, breaker distribution panels, inverters and DC-DC or DC-AC converters as necessary to provide power for the County telecoms infrastructure: Motorola to Provide Power Requirements. and other Contractor-provided DC powered equipment 1.1.18.2 DC power plants shall be sized to support the County telecom infrastructure and other Contractor-provided DC powered equipment for a minimum of four (4) hours at maximum rated power, 100 % duty cycle. 1.1.18.3 DC power plants shall be sized to support 30% of additional electrical load of all equipment in the shelter. 1.1.18.4 Batteries shall be valve-regulated lead-acid (VRLA) batteries rated for a design-life of 5-10 years by the manufacturer. 1.1.18.5 An automatic low voltage disconnect device shall be provided to protect the battery plants from discharge-related damage. [46] 1.1.18.6 DC power plants shall be designed for N + 1 redundancy. 1.1.18.7 All battery power systems shall be capable of hot swapping of modules. 1.1.18.8 Each cabinet or rack shall include redundant, metered DC/DC power converters sufficient to sustain the continuous operation of equipment. 1.1.18.9 20-25 separate DC-power circuit breakers shall be provided based upon design. 1.1.18.10 Auxiliary site loads essential to proper system operation shall be interconnected to an inverter-protected AC power source. 1.1.18.11 Equipment shelter power systems shall be standardized and designed to support the use of emergency portable generator systems. 1.1.19 Uninterrupted power supply (UPS) 1.1.19.1 UPS systems, if required at remote site facilities, shall be sized to support equipment for four (4) hours at 100% system load. 1.1.19.1.1 UPS systems shall be sized to support 20% of additional electrical load of all equipment in the shelter 1.1.19.1.2 All UPS and associated battery power systems shall be capable of hot swapping of modules. 1.1.19.1.3 A maintenance bypass switch shall be provided, and UPS units shall also be wired with bypass switches, which allow the unit to be taken fully out of service allowing commercial power to be fed to the load. 1.1.19.1.4 UPS systems shall have a comprehensive alarm monitoring capability for integration into the Countys alarm management and monitoring system. 1.1.19.1.5 UPS system shall include indicator lights for the status of all DC, AC and battery electrical attributes. 1.1.19.1.6 Contractor shall provide plans and specifications to install and test a complete and operable UPS system. [47] 1.1.19.1.7 Contractor shall provide initial start-up service and shall conduct acceptance testing at each site at which a UPS is installed. 1.1.19.1.8 The UPS system shall consist of free standing racks consisting of a rectified section, inverter section, batteries, solid state transfer switch, isolation transformer, bypass switch and input and output over current protective devices. 1.1.19.1.9 The capacity of the solid state rectifier section shall be sufficient to maintain the battery in a fully-charged condition and continuously supply the required load through the inverter while floating the battery. 1.1.19.1.10 Rectifiers shall be modular and support N + 1 configuration. 1.1.19.1.11 All battery power systems shall be capable of hot swapping of modules. 1.1.19.1.12 The UPS components shall provide sufficient voltage capability and current-carrying capacity to support reasonable margin for handling over-currents and minor voltage variations. 1.1.20 Emergency Backup Generators 1.1.20.1 Contractor shall install a 22 kW propane powered generator complete with all accessories and equipment needed for the proper operation of the unit. These shall include, but not be limited to, starting batteries, battery racks, battery chargers, battery cables, cooling systems, residential grade exhaust silencers with exhaust pipes and rain caps, automatic load transfer controls, electrical surge protection, automatic frequency regulators, vibration isolators, fuel lines, fuel regulators, fuel filter/water separators, fuel storage tanks, conduits, junction boxes, wiring, instrument panels, remote alarm panels mounted inside equipment buildings, mounting bases, and fuel leakage detectors. 1.1.20.2 Generator shall be mounted externally placed on a concrete foundation. 1.1.20.2.1 Sound attenuating (70 dB@23 feet at 100% load). 1.1.20.2.2 Door panels shall be lockable and provide adequate access to components requiring maintenance. Door panels shall be [48] removable by one person without tools. 1.1.20.2.3 Instruments and controls shall be mounted within enclosure. 1.1.20.3 Generator shall be capable of bypass-isolation operation. 1.1.20.4 Generator shall meet all applicable regulations, zoning requirements and noise ordinance on noise level. 1.1.20.5 Generator shall be equipped with a remote start function supported as a contact relay or an IP-compliant mechanism. 1.1.20.6 Generator shall have a complete set of diagnostic parameters and functions, including but not limited to, failure to start, high engine temperature, coolant temperature, generator in operation, and fuel status and leakage. 1.1.20.7 Contractor will coordinate with County vendor to deliver a 250- gallon propane tank located adjacent to the generator or as close as permitted by code and regulation. 1.1.20.7.1 Tank shall be mounted on an appropriately pad as per local ordinances and other specifications contained within this solicitation. 1.1.20.8 Fuel tanks shall comply with NFPA 30 and meet or exceed UL 142 and UL 2085 and local building and fire codes and requirements. 1.1.20.9 Wherever a fuel tank is exposed to potential vehicular damage due to proximity to alleys, driveways, parking areas or roads, suitable protection (e.g., bollards) shall be provided. 1.1.20.10 Contractor shall supply the fuel and fill new fuel tank prior to Final Acceptance. 1.1.21 HVAC Units 1.1.21.1 Contractor provided shelters shall be furnished with new wall- mounted, efficient, state-of-the-art HVAC systems with the capability of maintaining interior temperature between 55F and 75F and relative humidity of 50 % to 70%. 1.1.21.2 Preference shall be given to solutions fulfilling higher Seasonal Energy Efficiency Ratio (SEER) ratings. 1.1.21.3 Respondent shall provide a brief overview of its proposed HVAC solution in its response [49] 1.1.21.4 HVAC systems shall be sized to support 2,000 cubic ft. plus 30 % for a minimum of eight (8) hours at maximum rated power, 100 % duty cycle. 1.1.21.5 The HVAC system shall be fully redundant. 1.1.21.6 The HVAC controls shall utilize a lead-lag controller to allow alternate operation of the units. 1.1.21.7 The HVAC systems shall be backed up by the generators. 1.1.21.8 The HVAC system shall be capable of remote set point adjustments (e.g., temperature adjustments, unit on/off, etc.). 1.1.21.9 HVAC controls and sensors shall be wall mounted and not be impacted by the output from the HVAC system to avoid erroneous temperature control. 1.1.21.10 An auxiliary exhaust fan system shall be installed including motorized louvers, thermostat, timer, and hood. 1.1.21.10.1 Ports shall be sealed (e.g. actuated louvers) so that air cannot enter or escape when the system is not activated. 1.1.21.11 All openings shall be covered with permanent expanded metal dust filters and exhaust mesh screens to avoid intrusion by dust, insects or rodents. 1.1.22 Project and Final Documentation 1.1.22.1 Contractor shall provide and maintain throughout the duration of the project, a detailed repository of project documentation including but not limited to: 1.1.22.1.1 Regulatory compliance filing and approvals (e.g., FCC, FAA, NEPA, NYS DEC, etc.) 1.1.22.1.2 Design and as-built drawings of all systems and hardware 1.1.22.1.3 Wet-stamped engineering document 1.1.22.1.4 Civil and A&E design documents 1.1.22.1.5 Equipment specification sheets, manuals and maintenance documentation [50] 1.1.22.1.6 System commissioning and acceptance testing documents 1.1.22.1.7 Inspection Plan and results 1.1.22.1.8 Concrete quality assurance documents 1.1.22.1.9 Detailed bill of material listing all equipment manufacturer and models 1.1.22.2 Contractor shall, prior to Project Acceptance, update, organize and furnish all project documentation in a manner that is acceptance to the County.

3 East Pulteney Square, Bath, New York 14810Location

Address: 3 East Pulteney Square, Bath, New York 14810

Country : United StatesState : New York

You may also like

Design and Site Development

Due: 08 Jun, 2024 (in 1 month)Agency: Port of Everett

Design and Site Development

Due: 08 Jun, 2024 (in 1 month)Agency: Port of Everett

CDBG Water/Sewer

Due: 01 Jul, 2024 (in 2 months)Agency: CDBG

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.