wayne county 911


[PDF]wayne county 911 - Rackcdn.comac1950af3ceefeabf780-5a080c52246e50dbf3394147fb757de2.r62.cf1.rackcdn.com/...

0 downloads 162 Views 194KB Size

ARTICLE 13

RADIO INTEROPERABILITY PROJECT PHASE II – ROSE TOWER BID – PACKAGE # 8

TOWER SPECIFICATIONS 0. Standards, Codes and Permits In all instances, offered and delivered goods shall be new, unused, in current production and meeting or exceeding, but not be limited to, the following applicable standards and codes: ADA - American with Disabilities Act ANSI - American National Standards Institute ASME - American Society of Mechanical Engineers ASTM - American Society for Testing & Materials EIA - Electronic Industry Association FCC - Federal Communications Commission IEEE - Institute of Electronic and Electrical Engineers NEC - National Electric Code NEMA - National Electrical Manufacturers Association NFPA - National Fire Protection Association NFPA 1221 – Standards for the Installation and Maintenance and Use of Emergency Services Communications Systems OSHA - Occupational Safety and Health Administration All facilities constructions, equipment and cabling installations shall comply with, but not be limited to, the following applicable codes: New York State Building, Mechanical and Electrical Codes Local Building, Mechanical and Electrical Codes Motorola – R56 Standards and Guidelines for Communications Sites The Contractor is responsible to obtain all required permits not otherwise indicated to be provided by Others in the contract documents. 1. Project Overview This project is a joint venture between the New York State Police and the County of Wayne to improve radio communications within the county. An existing one RADIO INTEROPERABILITY PROJECT PHASE II – ROSE TOWER BID – PACKAGE # 8 SP - 1

ARTICLE 13 hundred and forty foot (140’) guyed tower that is owned by the State of New York shall be dismantled and removed and replaced by a new two hundred foot (200’) self-supporting tower. All existing antennas as specified in Section 9c shall be removed from the existing tower and reinstalled on the new tower. 2. Site Preparation Site preparation, including grading and leveling, shall be the responsibility of the Contractor. The Contractor shall have the opportunity to work with the Project Superintendent or Project Manager, to ensure that the Contractor’s needs are met. Questions concerning the work to be completed by the Wayne County Highway Department should be asked at the Contractor’s Tour (site visit). Soil boring/coring and soils report are the responsibility of the Contractor. 3. Site Visit / Determination of Suitability All Contractors are responsible for becoming familiar with the site and the project. An authorized representative of each corporation submitting a bid will be provided with the opportunity to attend an optional site visit on Wednesday June 17th 2015 at 10:00 am at the tower location at 4410 Route 414, North Rose, NY 14516. Notification of intent to participate in the site visit is requested no later than June 15th 2015 as mentioned in the Instructions to Bidders. Failure of a Contractor to participate in the site visit will not relieve them of the responsibility to have familiarized themselves with the conditions at the site and those under which the work will be performed. It is also the responsibility of each Contractor to ensure that soil conditions are suitable for all work to be performed and that proposed foundation is suitable for the soil conditions. Contact the Project Superintendent or Project Manager, if you have questions concerning the Bidder’s Tour. 4. Steel Specifications The tower shall be a two hundred foot (200’) self-supporting triangular lattice-type tower of solid steel construction, with hot-dipped galvanized sections and components. Tower sections shall use solid rod construction, with angular support bracing. All tower members shall be gray in color. All bolts must be appropriately tightened to provide the necessary connection continuity. All steel and bolts are to be new materials, except as otherwise allowed and detailed herein. The following structural material standards shall apply: a. Tower Legs:

ASTM A500-C, Fy > 50 ksi

b. All Other Steel:

ASTM A36, Fy > 36 ksi

RADIO INTEROPERABILITY PROJECT PHASE II – ROSE TOWER BID – PACKAGE # 8 SP - 2

ARTICLE 13

c. Hardware:

ASTM A325 Hot Dipped galvanized bolts with Anco

d. Galvanizing:

ASTM A123

nuts

5. Tower Loading Design The tower shall be designed to conform to the requirements of ANSI/EIA/TIA-222G standard under conditions of 90 mph wind load with no ice and 40 mph wind load with 1” radial ice, with all antennas, mounting brackets, transmission line (cable) ladder and line as specified in Section 9 installed. 6. Bidder Drawing Requirements In the bid to be supplied, the Bidder shall include proposed plans for the tower detailing (at least) the following: a.

tower footprint (dimensioned)

b. antenna mounting hardware location and type c. step bolt location d. cable ladder location e. ice bridge location f. base dimensions and top dimensions Said drawings and information may be preliminary in nature. Upon execution of a contract and completion of soil testing, formal plans signed and sealed by New York State licensed architect or professional engineer will be required. 7. Tower Dimensions The overall structural height of the communications tower shall be 200 feet above the concrete foundation. Each of the three faces of the tower shall measure no greater than 23 feet at the base of the tower. Each of the three faces of the tower shall taper with ascending height. The face dimension at the highest point of the tower shall not be less than three feet. A safety climb cable (no safety harness) conforming to DBI/SALA is also to be included. 8. Tower Foundation RADIO INTEROPERABILITY PROJECT PHASE II – ROSE TOWER BID – PACKAGE # 8 SP - 3

Commented [EMD1]: Find out from Lance how small of a footprint a 200 foot tower will require. Also, ask about the face dimension at the highest point.

ARTICLE 13 The Contractor shall be responsible for construction of an appropriate concrete foundation for the tower including template and embedment plates and excavation as necessary. Any stone necessary for the foundation shall be furnished and transported by the Owner. 9. Antenna Mounting The Contractor shall be responsible for procurement of antenna mounting devices (as detailed below), mounting of the devices, procurement and mounting of the new antennas specified below as well as mounting of the existing antennas, and procurement and mounting of new coaxial cable to each antenna, with termination at the antenna. a. Antenna Mounting Hardware The Contractor shall supply and install 6’ gate booms, which shall be fixed to the tower legs, one for each antenna listed below. Each gate boom shall extend from each tower leg as specified at a later date. Unless specified otherwise, 2” pipe shall be used in construction of the gate booms. Gate booms shall be installed at the following heights: NEW ANTENNA #1 at 200’: CommScope ASP-685; mounted on east facing leg NEW ANTENNA #2 at 170’: CommScope ASP-685; mounted on east facing leg Additional extra gate booms shall be installed, to allow for antennas and line to be added in the future. Two such booms shall be added at the 200’ level, and two at the 170’ level such that each leg at both the 200’ and 170’ levels shall have gate booms installed. b. Coaxial Cable Contractors are to include new coaxial cable (transmission line) for each of the new antennas specified above as well as the five (5) existing antennas as mentioned immediately below in Paragraph c. The coaxial cable for all antennas specified herein shall be 7/8” diameter LDF foam, type AVA5-50FX manufactured by Andrew Corporation, or equivalent. Coaxial cable shall not be spliced, and shall be properly affixed to both the cable ladder and the ice bridge. The Contractor shall extend each coaxial cable at least four feet into the equipment building, as measured from the port entrance. The Contractor shall not be responsible for cable termination within the building, but shall be responsible for cable terminations at each antenna. c. Existing Antennas RADIO INTEROPERABILITY PROJECT PHASE II – ROSE TOWER BID – PACKAGE # 8 SP - 4

ARTICLE 13 The Contractor shall be responsible for removing existing antennas from the tower to be dismantled and reinstalling said antennas on the new tower. New coaxial cable (transmission line) and gate booms shall be provided by the Contractor for each of the following existing antennas: EXISTING ANTENNA # 3 at 136’ (+/-); direction TBD EXISTING ANTENNA #4 at 105’ (+/-); direction TBD EXISTING ANTENNA #5 at 75’ (+/-); direction TBD EXISTING ANTENNA #6 at 55’ (+/-); direction TBD EXISTING ANTENNA #7 at 20’ (+/-); direction TBD 10. Tower Marking/Lighting Tower marking/lighting is to be provided in accordance with FAA Advisory circular 70/7460-1 K Change 2, Obstruction Marking and Lighting, a med-dual system – Chapters 4,8 (M-Dual), & 12. A dual red/white LED tower lighting system shall be provided by the Contractor. FAA applications and determination shall be the responsibility of the Owner. 11. Step Bolts At least two legs of the tower shall include step bolts, which shall extend from the base of the tower to the top. 12. Cable Ladder A cable ladder shall be used to affix the coaxial cable to the tower structure. The Contractor shall specify a cable ladder of at least two feet in width, with 12 cable capacity, and shall accommodate 7/8” cable, which shall run continuously from the ice bridge junction with the tower to the uppermost antennas on one face of the tower. 13. Ice Bridge A self-supporting ice bridge shall be constructed between the towers and the equipment buildings. The ice bridge shall be at least 2 feet wide, and capable of accommodating at least 12 coaxial cables 7/8” in diameter, and other combinations. All coaxial cables shall be attached to the ice bridge. 14. Grounding

RADIO INTEROPERABILITY PROJECT PHASE II – ROSE TOWER BID – PACKAGE # 8 SP - 5

ARTICLE 13 All grounding shall be per R56 standards. Solid, bare copper wire shall be buried a minimum of 30 inches below final grade, and at least 2 feet out from the concrete slab onto which the equipment building is positioned. The buried wire shall ring the tower and building slab, and shall be interconnected. Additionally, grounding for the tower structure, the ice bridge, and the equipment building shall be interconnected, and shall connect to the buried ground wire and tie to the ice bridge and fence. The equipment building shall have a halo style ring ground affixed to each of the four interior walls. Below grade interconnections shall be made using exothermic (cadweld) connections. A buried ground rod, with inspection tube, shall be installed. Grounding shall include lightning rod. Antenna line grounding kits shall be installed for each antenna on the tower, and at the tower base. 15. Site Fence The Contractor shall be responsible for the installation of a security fence, as described herein and as shown on Drawing ROS-1, encompassing the tower and building. The fence shall be constructed of galvanized wire mesh, with a top rail, barbed wire, corner posts, and line posts, as specified below: MESH: The galvanized wire mesh shall be not less than 6’ in height, and shall be attached to each line post, corner post, and the top rail. CORNER POSTS: Corner posts shall measure 3” in outside diameter, and shall be capped at each top. Each corner post shall extend at least 3’ beneath finished grade level, and shall be encased in concrete. LINE POSTS: Line posts shall measure 2.5”(+/-) in outside diameter, and shall be capped at each top. Each line post shall extend at least 3’ beneath finished grade level, and shall be encased in concrete. Line post spacing shall not exceed 12’ between posts. BARBED WIRE: Three “strands” of barbed wire shall extend above the top rail of the fence, angled outward, along the entire length of the fence, including the gate. The additional nominal height shall be 2’. GATE: RADIO INTEROPERABILITY PROJECT PHASE II – ROSE TOWER BID – PACKAGE # 8 SP - 6

ARTICLE 13

Double, hinged gates measuring at least twelve feet (total) in width shall be included. The same type of wire mesh construction used for the fence shall be included in the gates. 16. Stone Yard Geotextile fabric and stone shall be applied to the area inside the fence. Stone and fabric installation shall not be the responsibility of the Contractor. 17. Safety Signage The Contractor shall furnish and install all signage as required for OSHA, FCC and FAA regulations. All signs are to comply with ANSI Z535. All signs will be manufactured with materials such that they will have an outdoor lifespan in excess of 10 years. Signs located on the exterior of the fence shall be vandal resistant. 17. Warranty The towers shall include a warranty for a period of not less than two years beginning on the date of Substantial Completion. The warranty shall cover defects in materials or workmanship. Defective workmanship or materials shall be repaired or replaced as soon as possible at no cost to the Owner.

RADIO INTEROPERABILITY PROJECT PHASE II – ROSE TOWER BID – PACKAGE # 8 SP - 7

ARTICLE 13

RADIO INTEROPERABILLITYPROJECT PHASE II- ROSE TOWER BID – PACKAGE #8

BUILDING SPECIFICATIONS 0. Standards, Codes and Permits In all instances, offered and delivered goods shall be new, unused, in current production and meeting or exceeding, but not be limited to, the following applicable standards and codes: ADA - American with Disabilities Act ANSI - American National Standards Institute ASME - American Society of Mechanical Engineers ASTM - American Society for Testing & Materials EIA - Electronic Industry Association FCC - Federal Communications Commission IEEE - Institute of Electronic and Electrical Engineers Motorola – R56 Standards and Guidelines for Communications Sites NEC - National Electric Code NEMA - National Electrical Manufacturers Association NFPA - National Fire Protection Association NFPA 1221 – Standards for the Installation and Maintenance and Use of Emergency Services Communications Systems OSHA - Occupational Safety and Health Administration All facilities constructions, equipment and cabling installations shall comply with, but not be limited to, the following applicable codes: New York State Building, Mechanical and Electrical Codes Local Building, Mechanical and Electrical Codes The Contractor is responsible to obtain all required permits not otherwise indicated to be provided by Others in the contract documents.

1. General The Contractor shall be responsible for procurement and delivery, as described herein, of a precast concrete building for containment of transmitters and associated electronics (which are not part of this bid specification). The outside dimensions of the building shall measure 10’ by 20’ +/- 1 ’. The interior height (headroom) of the RADIO INTEROPERABILITY PROJECT PHASE II – ROSE TOWER BID – PACKAGE # 8 SP - 8

ARTICLE 13 building shall measure at least 7’ 6” from the floor to the ceiling (cable ladder not included). A tile floor shall be installed. 2. Foundation The Contractor shall be responsible for construction of a concrete foundation onto which the building shall be placed. Such foundation shall be constructed on stone, which shall be supplied by the Owner. A concrete footer of at least 1’ in width and 3’ in depth (total) shall be constructed, and is the responsibility of the Contractor. The concrete slab onto which the building is to be placed shall be not less than 6” in depth at all points. Not less than four steel plates will be bolted to both the building and the concrete foundation, and shall provide for secure anchoring of the building to the foundation. Foundation work and footers / slab may be subject to inspection and required approval by the New York State Division of Codes. 3. Access and Layout Interior access to the equipment building shall be possible through a single, steel door, located on the west end of the building, as shown in Drawing “ROS-1 Detail A” dated 11/4/14. The door shall be a minimum of 36” in width, and shall include an automatic closer and key / combination lock. 4. HVAC System The equipment building shall include one self-contained, thermostatically controlled HVAC unit, consisting of a 4 ton minimum air conditioner, and a single phase 5KW minimum heater, which shall be secured to the exterior of the building. It is preferred that the unit be attached to the “end” of the building opposite the entry door. Allowance (exterior wall space) shall be made for the addition of an identical second HVAC unit, which could be installed at a later date, but is not to be included in this bid. Thermostat shall be mounted at 5’-6” (+/-) o.c. above finished floor. 5. Electrical and Lighting The building shall be equipped with one (1) 200 amp single phase load center panel. The Contractor shall NOT supply a generator or transfer switch. The panel shall accept both 120 and 240 volt single phase operation. The panel shall be mounted on a plywood backer board, measuring 4’ by 8’. An exterior motion activated light shall be installed above the entry door. The exterior light shall also have an override switch located inside the building at 4’-0” o.c. above finished floor, next to a single switch for the interior lights. Interior lights shall be fluorescent, with not less than six 2-tube, or four 4-tube fixtures, evenly spaced and affixed to the ceiling. RADIO INTEROPERABILITY PROJECT PHASE II – ROSE TOWER BID – PACKAGE # 8 SP - 9

ARTICLE 13

A minimum of eight quad outlets shall be installed inside the building, evenly spaced throughout the building mounted at 1’-6” o.c. above finished floor. These outlets shall be clearly marked with the corresponding circuit number. #6 insulated green stranded wire shall be used for bonding of equipment to interior HALO, bonding jumper at all cable rack junctions and cable rack bonding to interior HALO (minimum of 4 locations). All bonding shall be done with a minimum of two hole compression lugs. #2 insulated green stranded wire shall be used for grounding of the interior. All low voltage wiring is to be #18 solid AWG. All conduit shall be EMT with compression type connectors and all conductors shall be stranded THHN copper. All electrical boxes shall be made of galvanized steel. Star washers are to be used on both sides of all bolted connections. All electrical work is to be performed using methods and materials as per NEC and all current applicable code requirements. 6. Cable rack Assembly Three cable racks of a minimum of 12” in width each shall be anchored to the ceiling of the equipment building, running lengthwise with one interconnecting widthwise section roughly in the middle of the building terminating at the ports, achieving an “H” shape overall. 7. Coaxial Cable Access The building shall be supplied with a minimum of 12 access ports, which shall be located in the side wall of the building. The access ports shall be capable of passing coaxial cable of at least 1-5/8” in diameter. The Contractor shall seal around each coaxial cable passing through the access ports. Unused ports shall be temporarily sealed. 8. Grounding Grounding requirements for the equipment building are as mentioned in the Tower Specification. Additionally, a grounding plate shall be affixed to the interior of the building, below the coaxial cable access ports. Line grounding kits, to be supplied by others, shall connect to the grounding plate. RADIO INTEROPERABILITY PROJECT PHASE II – ROSE TOWER BID – PACKAGE # 8 SP - 10

ARTICLE 13 9. Transportation / Offloading The Contractor shall be responsible for transportation of the shelter from its point of manufacture, to the Tower Sites. Offloading, using a crane or other necessary equipment, shall also be the responsibility of the Contractor. 10. Miscellaneous work to be performed by others under a separate bid package: A. B.

C.

Install new 500 gallon liquid propane tank and associated piping and accessories to serve emergency generator. Furnish and install new 45KW emergency generator and 15KVA uninterruptable power supply and associated wiring and accessories. Install new electrical service main from existing on-site utility pole to new shelter, transfer switch – trenching, sand bed, backfill and compaction by County Highway. Terminations from transfer switch to generator and to new service panel in building by local Utility.

11. Installation Documentation The Contractor shall supply necessary sealed drawings for both the tower and equipment shelter. Cabling, conduit and terminal plans – Outlet circuitry shall be identified as to circuit number and layout within the shelter. Equipment List - Upon completion of installation and a condition for acceptance, the Contractor shall provide the County an updated “as-built” equipment list showing: location, model number, description, and serial number. Cable and Conduit Terminals - The Contractor shall provide accurate and current records, including necessary drawings, for cable and conduit runs, pair assignments and terminal locations. All cables shall have permanent identification markings to indicate cable origination and destination. Coaxial cable identification (tag, label, etc.) shall be accomplished in a manner that will allow visual cable identification after complete installation. The cable identification shall be uniform and consistent throughout the system. Wherever possible, the above documentation shall also be provided in electronic format acceptable to Owner.

RADIO INTEROPERABILITY PROJECT PHASE II – ROSE TOWER BID – PACKAGE # 8 SP - 11

ARTICLE 13

RADIO INTEROPERABILLITY PROJECT PHASE II- ROSE TOWER BID- PACKAGE #8 EXISTING TOWER REMOVAL 1. Tower Location One (1) communications tower is to be dismantled and removed as part of this project. The tower is located on site, at the location of the new tower to be constructed. Existing transmitters, communications shelter, and fence at the site will be removed by the Contractor, or other personnel. Access to the towers is possible without difficulty. 2. Tower Description The tower to be removed is as described: a. Guyed Tower The tower is a 140’ guyed tower. The tower model is unknown. 3. Dismantling and Removal The Contractor shall be responsible for removal and disposal of all tower sections, tower and anchor foundations, guy cables, mounting arms, and coaxial cable currently installed. The coaxial cables shall be loose at the base at the time of dismantling. The Owner shall be responsible for disconnection of all cables from the transmitter stations. The anticipated scrap value of equipment to be dismantled associated with the Project shall be considered in the development of the bid price by each bidder.

RADIO INTEROPERABILITY PROJECT PHASE II – ROSE TOWER BID – PACKAGE # 8 SP - 12