North Dakota Department of Transportation REQUEST FOR BID

 North Dakota Department of Transportation
REQUEST FOR BID
Bid Number: 110.7-15-068
Bid Opening Date & Time: 08/31/2015 02:00 PM
Items: Nine (9) Radio Tower Shelter Buildings,
Generators, Propane Tanks and Cell Tower
Buyer: Russ Buchholz
Bid Mailing Address: 608 East Boulevard Avenue
Telephone Number: 701-328-2561
City, State, Zip: Bismarck, ND 58505
Email: [email protected]
Contract Period: 10/1/2015 TO 06/30/2016
Date Prepared: 08/10/2015
Please submit your bid response on the attached forms in conformance with the instructions and specifications in the NDAC
04-12-01 - 04-12-16.
One copy of your bid response must be returned to the North Dakota Department of Transportation (NDDOT) prior to the
time and date specified for bid opening. Bid responses received after the time and day specified for bid opening will be
rejected. Mark envelope as instructed in "Mailing Instructions".
In consideration of the acceptance by the state of the offer made pursuant to the bid response, the vendor agrees and
promises to sell, furnish, and deliver to the state, at the time, places, and prices specified in the bid response, all goods,
merchandise, supplies, commodities, equipment, or other items contained in the bid response. The vendor shall fully perform
in accordance with the terms and conditions contained in the bid response including all specifications, rules, or regulations
mentioned therein, and shall comply with all applicable provisions of the NDAC 04-12-01 - 04-12-16 promulgated by the
State Purchasing Division; such manual being made a part of this invitation by reference. The Risk Management Appendix
and Appendices A and E of the Title VI Assurances, attached, are hereby incorporated into and made a part of this Request
for Bid.
Bids may be rejected if the following is not signed by OWNER, PARTNER, CORPORATE PRESIDENT, VICE PRESIDENT,
other AUTHORIZED CORPORATE OFFICER or a duly authorized representative. If signed by other authorized Corp. Officer
or representative, please attach a letter signed by the OWNER, PARTNER, CORP. PRES., or VICE PRES. indicating the
individual has authority to enter into a contract on behalf of the company (or a Power of Attorney).
By issuance of a purchase order, a contract is made and entered into by and between the North Dakota Department of
Transportation and:
Vendor Name
Mailing Address
Telephone Number
Fax Number
E-mail Address
_________________________________________
Name & Title (Type or Print)
_________________________________________________
Signature
To be signed by Owner; Partner; Corp. Pres., Vice
Pres., or other authorized Corp. Officer or bid may
be rejected. (if signed by other authorized Corp.
Officer, please attach copy of Power of Attorney or
other documentation showing authority to sign.)
__________________________________________________
Date
CLA 54214 (Div. 50) NORTH DAKOTA DEPARTMENT OF TRANSPORTATION
APPENDIX A OF THE TITLE VI ASSURANCES
During the performance of this contract, the Contractor, for itself, its assignees, and successors in interest
(hereinafter referred to as the Contractor) agrees as follows:
1. Compliance with Regulations: The Contractor (hereinafter includes consultants) will comply with the Acts
and the Regulations relative to Non-discrimination in Federally-assisted programs of the U.S. Department of
Transportation, the Federal Highway Administration, as they may be amended from time to time, which are
herein incorporated by reference and made a part of this contract.
2. Non-discrimination: The Contractor, with regard to the work performed by it during the contract, will not
discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors,
including procurements of materials and leases of equipment. The Contractor will not participate directly or
indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices
when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21.
3.
Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations,
either by competitive bidding, or negotiation made by the Contractor for work to be performed under a
subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or
supplier will be notified by the Contractor of the Contractor's obligations under this contract and the Acts and
the Regulations relative to Non-discrimination on the grounds of race, color, or national origin.
4.
Information and Reports: The C ontractor will provide all information and reports required by the Acts, the
Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts,
other sources of information, and its facilities as may be determined by the Recipient or the Federal Highway
Administration to be pertinent to ascertain compliance with such Acts, Regulations, and instructions. Where
any information required of a Contractor is in the exclusive possession of another who fails or refuses to
furnish the information, the Contractor will so certify to the Recipient or the Federal Highway Administration
as appropriate, and will set forth what efforts it has made to obtain the information.
5.
Sanctions for Noncompliance: In the event of a contractor's noncompliance with the Nondiscrimination
provisions of this contract, the Recipient will impose such contract sanctions as it or the Federal Highway
Administration may determine to be appropriate, including, but not limited to:
a. withholding payments to the Contractor under the contract until the Contractor complies; and/or
b. cancelling, terminating, or suspending a contract, in whole or in part.
6. Incorporation of Provisions: The Contractor will include the provisions of paragraphs one through six in
every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts,
the Regulations and directives issued pursuant thereto. The Contractor will take action with respect to any
subcontract or procurement as the Recipient or the Federal Highway Administration may direct as a means of
enforcing such provisions including sanctions for noncompliance. Provided, that if the Contractor becomes
involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the
Contractor may request the Recipient to enter into any litigation to protect the interests of the Recipient. In
addition, the Contractor may request the United States to enter into the litigation to protect the interests of the
United States.
CLA 54214 (Div. 50) NORTH DAKOTA DEPARTMENT OF TRANSPORTATION
APPENDIX E OF THE TITLE VI ASSURANCES
During the performance of this contract, the contractor, for itself, its assignees, and successors in interest
(hereinafter referred to as the Contractor) agrees to comply with the following non-discrimination statutes and
authorities; including but not limited to:
Pertinent Non-Discrimination Authorities:
•
•
•
•
•
•
•
•
•
•
•
•
Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits
discrimination on the basis of race, color, national origin); and 49 CFR Part 21.
The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970,
(42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired
because of Federal or Federal-aid programs and projects);
Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of
sex);
Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits
discrimination on the basis of disability); and 49 CFR Part 27;
The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination
on the basis of age);
Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits
discrimination based on race, creed, color, national origin, or sex);
The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and
applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section
504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to
include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors,
whether such programs or activities are Federally funded or not);
Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of
disability in the operation of public entities, public and private transportation systems, places of public
accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as implemented by
Department of Transportation regulations at 49 C.P.R. parts 37 and 38;
The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits
discrimination on the basis of race, color, national origin, and sex);
Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and
Low-Income Populations, which ensures discrimination against minority populations by discouraging
programs, policies, and activities with disproportionately high and adverse human health or
environmental effects on minority and low-income populations;
Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and
resulting agency guidance, national origin discrimination includes discrimination because of limited English
proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP
persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100);
Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating
because of sex in education programs or activities (20 U.S.C. 1681 et seq).
CLA 54214 (Div. 50) REQUEST TO BID (RTB)
FOR CONSTRUCTION OF RADIO EQUIPMENT BUILDINGS WITH INTERNAL
GENERATOR AND PROPANE TANKS AND ONE TOWER
NORTH DAKOTA DEPARTMENT OF TRANSPORTATION
MISCELLANEOUS SITES ACROSS ND
BY
NDDOT DIRECTOR GRANT LEVI, P.E.
BIDS MUST BE DELIVERED OR MAILED TO: RUSS BUCHHOLZ, IT DIVISION
NORTH DAKOTA DEPARTMENT OF TRANSPORTATION
608 E. BOULEVARD AVENUE, BISMARCK ND 58505-0700
NO LATER THAN 2 P.M. ON MONDAY, AUGUST 31, 2015
FAXED OR EMAILED BIDS WILL NOT BE ACCEPTED FOR ADDITIONAL
INFORMATION CALL BOB STECKLER AT 701-328-6935
NDDOT RTB RADIO TOWER
1 of 32
SECTION ONE
PERFORMANCE SPECIFICATIONS
1.0 GENERAL
The intent of this solicitation is to secure bids for the North Dakota Department of
Transportation (NDDOT) radio shelter buildings with internal generator with self- support tower.
NDDOT is requesting bids for buildings with generator and tower located at various sites across
the State. See Appendices for list and locations of each building site. Bids should be submitted
for each individual site, the NDDOT reserves the right to award all sites, or any combination of
sites.
1.1 Definitions:


The term “Owner” means the North Dakota Department of Transportation.
The term “Contractor” means the Bidder awarded contract with Department of
Transportation for prescribed work.
1.2 Description:
Provide and install new prefabricated equipment shelters with internal standby generator
and provide and install a new propane tank and self- support tower at sites listed in
Appendix A. Projects include all concrete work, electrical to new shelters, all underground
including grounding work (ground halo around new shelters and tower), new ice bridge
installations, and new 1000 gallon propane tanks and tower.
1.3 Schedule:



Open bids Monday, August 31, 2015
State issues notice of Intent to Award contract approximately September 8, 2015
State issues a contract approximately September 22, 2015
1.4 Bid Package Requirements and Conditions:
At time of bid submission, furnish a set of plan drawings, indicating in detail all features of
building being bid. Structural design factors used shall be included with drawings. In the
case of prefabricated buildings and proprietary design, submit advertising literature
depicting structural system and preliminary floor plan.
Sealed Bids will be received by the Owner at the Transportation Building located on Capitol
Grounds in Bismarck, ND, no later than 2 p.m. on Monday, August 31, 2015 at which time
bids will be publicly opened and read. Any bid received after that time is deemed nonresponsive and will not be opened.
Bidder’s bond and a copy of the Bidder’s license or certificate of renewal shall be placed
together in a separate envelope, and this envelope shall be attached to the outside of the
NDDOT RTB RADIO TOWER
2 of 32
envelope containing the bid. Bids shall be sealed and endorsed “Sealed Bids for Radio
Communications Sites”. Late bids will be returned unopened.
Indicate manufacturer’s or contractor’s warranties available for all products or installations
being bid.
Include a list of equipment and/or materials to be used for the building/tower with bid.
Bidder shall also identify subcontractors intended to be used.
Owner is not responsible for errors, omissions or deviations from original material lists
discovered during construction of this facility.
No bids will be accepted by oral communications, telephone, electronic mail, telegraphic
transmission, or facsimile transmission.
1.5 Bid Guaranty:
Bids must be accompanied by a Bidder’s bond, in a sum equal to five percent of the full
amount of bid, executed by Bidder as principal and by a surety company authorized to do
business in the State of North Dakota or by either a certified check or a cashier’s check of
the Bidder on a solvent bank in the sum equal to five percent of bid. If within ten days after
notice of an award, successful Bidder fails to sign a contract with Owner, Principle and
Surety will forfeit to Owner the bidder’s bond accompanying bid on which there is a default.
If bidding multiple sites, bid bond must be high enough to cover total of all sites being bid.
All bonds, except those of Bidders submitting three lowest reasonable bids for each prime
contract, will be returned to bidders when the Owner has determined to whom the contract is
to be awarded. Bond of the Bidder submitting the lowest reasonable bid will be retained
until contract has been awarded and executed properly. Bond of Bidders submitting second
and third lowest reasonable bids will be returned after contract has been awarded and
executed.
1.6 Submittal:
As stated previously, include in original bid package, a set of layout drawings depicting
structural system and indicating in detail all features of building being bid. Initial drawings
DO NOT need to be stamped by a registered architect or engineer, they are for reference
only. In the case of prefabricated buildings and proprietary design, submit advertising
literature depicting structural system and preliminary floor plan.
Each tower site is considered a separate project. The Owner reserves the right to make
awards on a single site or a combination of sites.
Owner reserves the right to consider bids and options for buildings varying in minor respects
from any specific requirement herein, but judged to meet intent of this specification.
NDDOT RTB RADIO TOWER
3 of 32
Owner will evaluate each bid package and will make award decision based upon the lowest
reasonable bid or bidders. Owner reserves the right to waive minor irregularities and to reject
any or all bids.
1.7 Award and Execution of Contract:
Bidder’s Qualifications: Full name and address of business organization shall be stated and
parent company identified if a subsidiary. Bidder shall specify branch office or other
subordinate element which will perform, or assist in performing on any business
partnerships, and the state in which Bidder is incorporated or licensed to operate
Bid package of successful Bidder will be incorporated into project contract. Bid package
will become a part of subsequent contractual documents. Failure of Bidder to accept this
obligation may result in cancellation of any award. Any damages accruing to Owner, as a
result of Bidder’s failure to contract, may be recovered from Bidder.
Successful Bidder shall enter into a contract for performance of work proposed in this RTB.
Failure by successful Bidder to execute a contract and file a successful Contract Bond will
be considered cause for annulment of award and forfeiture of Bid Guaranty to Owner.
Award may be made to next lowest responsible bid, or work re-advertised.
Owner will accept total bids for all general and electrical construction. Bidder’s bid bond
must be large enough to cover all work being bid. Contract will be awarded to lowest
responsible bidder. Owner reserves the right to reject any or all bids. Bidder will be required
to provide a contract performance bond and a certificate of insurance as required in this
document.
All costs attributable to the preparation of a bid or any presentation required to supplement
or clarify the bid are borne by the Bidder.
All bids remain valid for a minimal period of 90 days subsequent from the closing date,
unless an extension is agreed to by both parties.
To be eligible for award of the project, Contractor shall meet all requirements of the bid and
present a structure that has shown successful performance in North Dakota.
Bidder shall be licensed to do business in State of North Dakota.
Amount of bid shall not exceed license limit.
Bidder shall describe general relevant corporate experiences in constructing buildings
similar to ones described in this RTB.
Failure to provide satisfactory performance data may result in cancellation of award. No bid
may be considered if it does not fully comply with requirements of North Dakota Century
NDDOT RTB RADIO TOWER
4 of 32
Code Section.
Upon execution of contract, successful bidder shall furnish a Contract Bond on the form
furnished by Owner in an amount equal to 100 percent of the contract, issued by a
responsible Surety, and approved by the NDDOT (Owner) Director. If Surety Bond is
voided or is no longer in force, Bidder shall obtain another Contract Bond of an amount
equal to original.
1.8 Related Work:
Site Inspection—All bidders are invited to inspect the sites. Questions regarding access and
inspections should be directed to Bob Steckler at (701) 328-6935 or [email protected].
Permits—All permits, licenses and fees will be obtained by Bidder(s) and must be included
in bid price.
Materials—Bidder shall provide new materials that have a proven track record, and shall be
responsible for all products, components, accessories and methods used in constructing
these buildings.
Minimum printed code standard requirements of the following organizations for material
quality, fabrication, and installation procedures shall be met or exceeded for applicable
methods employed in building construction. The latest published version of the following
code publications shall be referenced for design and construction of these sites.















Air Conditioning and Refrigeration Institute (API).
American Institute of Steel Construction (AISC).
American Concrete Institute (ACI).
American Institute of Timber Construction (AITC).
American Iron and Steel Institute (AISI).
American Welding Society (AWS).
American Plywood Association (APA).
American Softwood Lumber Standard (ALSC).
American Society of Testing and Materials (ASTM).
International Building Code (IBC).
State and/or Local Building Codes.
Uniform Plumbing Code and State Plumbing Code.
National Electrical Code (NEC) and State Electrical Code.
State Fire Code.
International Mechanical Code (IMC) and State Boiler Rules.
Criteria—Furnish following as proof of conformity to design and performance criteria
requirements of this specification. Information below (under Notification of Intent to Award
Phase) shall be stamped with registration seal of a Professional Engineer (PE), licensed in
North Dakota and bearing signature of such PE.
NDDOT RTB RADIO TOWER
5 of 32
Submittal—As stated previously, at time of bid submission, furnish a set of plan drawings,
indicating in detail all features of building and tower being bid. Structural design factors used
shall be included with drawings. In the case of prefabricated buildings and proprietary
design, submit advertising literature depicting structural system and preliminary floor plan.
Indicate manufacturer’s or contractor’s warranties available for all products or installations
being bid.
At time of bid submit a list of equipment and/or materials to be used for this building. Bidder
shall identify subcontractors along with their material lists.
Owner is not responsible for errors, omissions or deviations from original material lists
discovered during construction of these facilities.
1.9 Notification of Intent to Award Phase:
The successful Bidder shall furnish the following within six weeks of notification of award
by Owner.
Complete design calculations for building.
For prefabricated structures—original working drawings, or copies of complete fabrication
and erection drawings, material lists, and detailed erection instructions.
Foundation work—detailed drawings for construction.
1.10 Construction Phase:
Bidder shall provide shop drawings of all major equipment being utilized in this project
prior to ordering the material. Shop drawings shall be submitted to IT Division for review.
Allow NDDOT two weeks to review. Electronic submittals of shop drawings are preferred.
Following construction, provide Operation and Maintenance Manuals including
manufacturer’s instructions, as-built drawings, warranty information and other operation
and/or maintenance information for all necessary equipment.
1.11 Proprietary Information:
If a Bidder does not desire proprietary information in the Bid to be disclosed, such Bidder is
required to identify all proprietary information in the Bid, which identification shall be
submitted concurrently with the Bid. If Bidder fails to identify proprietary information, they
agree, by submission of their bid, that those sections shall be deemed non-proprietary and
made available upon public request.
Bidders are advised that confidentiality of their Bids will be protected by the Owner only to
the extent specifically permitted by law. Bidders are advised to consider implications of
NDDOT RTB RADIO TOWER
6 of 32
extremely open status of records in Owner’s possession under North Dakota Open Records
Act (see North Dakota Century Code 44-04-18 and subsequent sections). Particularly note
implications after bid process has ceased and a contract or contracts have been awarded.
While there are provisions to protect proprietary information under the act where Bidders can
satisfy certain statutory standards, please note that a ruling on whether standards have been
met will be determined, not by the Owner, but by Attorney General or courts of the State of
North Dakota.
1.12 Inquiries:
All telephone, personal, and written communications regarding information concerning this
RTB shall be made to:
Bob Steckler, Telecommunications Manager
Information Technology Division, NDDOT
608 E. Boulevard Avenue
Bismarck, ND 58505-0700
Telephone: 701-328-6935
Fax: 701-328-0310
Email: [email protected]
Changes to the RTB will be issued by written addendum and mailed or faxed to parties
requesting RTB. Such addenda issued prior to bids received shall be considered part of the
RTB. Contractor shall be required to consider and acknowledge receipt of such in their bid
form.
1.13 Bidder’s Agent:
Bidder shall include name, address, and telephone number of person in Bidder’s
organization authorized to render binding decisions on contract matters.
1.14 Time of Completion:
All work must be completed by May 30, 2017.
Bidder will be responsible for coordinating construction activities of all trades throughout
the project. Bidder shall provide Owner a construction schedule at pre-construction meeting
which will be held prior to start of project.
1.15 Payment for Work:
Partial payment may be requested once each month at end of month. An amount of 10
percent of work completed up to a maximum of five percent of contract amount will be
retained until project is complete. Contractor must provide a detailed payment schedule.
Payment requests shall be made to:
NDDOT RTB RADIO TOWER
7 of 32
Bob Steckler, Telecommunications Manager
Information Technology Division, NDDOT
608 E. Boulevard Avenue
Bismarck, ND 58505-0700
Telephone: 701-328-6935
Fax: 701-328-0310
Email: [email protected]
1.16 Warranty:
Bidder will provide in bid package a minimum one-year warranty covering all materials and
workmanship. Bid package shall list building components, mechanical equipment, and
electrical equipment with warranties that exceed one year.
Bidder must coordinate all work efforts to adhere to all manufacturers’ guidelines so
warranties are not jeopardized.
1.17 Risk Management for Professional Services:
Risk management terms required by the Owner in the contract are included in the Appendix
D; see Risk Management Appendix, Service Contracts with Private Individuals, Companies,
Corporations, Etc.
1.18 Condition of Work:
Each Contractor must inform themselves of conditions relating to construction of project
and employment of labor thereon. Failure to do so will not relieve a successful Contractor of
obligation to furnish all material and labor necessary to carry out provisions of contract.
1.19 Contract Coordination:
Contractor shall provide coordination for all subcontractors and trades. All subcontractors
are required to comply with Contractor’s directions in order that project is completed
satisfactorily. Each Contractor must employ such methods or means as will not cause an
interruption or interference with work of any other contractor.
All costs incurred due to lack of coordination of work are the responsibility of Contractor
not following construction schedule. Contractor not following schedule or employing
methods or means that cause interruption of or interference with work of any other
contractor, shall pay all costs for extra work caused by delaying construction sequence.
NDDOT RTB RADIO TOWER
8 of 32
2.0 GENERAL
SECTION TWO
DESIGN AND CONSTRUCTION CRITERIA
Contractor shall keep fully informed with, and observe and comply with all Federal and State
laws; local laws and ordinances, including legal requirements governing safety, health,
sanitation, and performance of contract in general.
Questions and change order requests regarding construction of building will be approved by
the Owner’s IT Division. The Owner’s IT Division will provide construction inspection and
oversight.
2.1 Earthwork and site work:
Contractor will be responsible for all dirt work. Due to remote site locations and unique
access issues, it is highly recommend that interested Bidders visit each location before
bidding. Top of foundation slab elevation shall be set approximately 6 inches above adjacent
ground areas, verify with Owner prior to performing site grading.
Site shall be leveled and landscaped. Crushed rock shall be placed around new shelter, tower,
propane tank, and under Ice Bridge. Rock must be free of dirt, sand and debris. A
commercial woven geotextile separation fabric equivalent to US Fabric’s-US315 shall be
placed under all crushed rock areas. Limit of crushed rock/geotextile fabric is 12 feet around
building and propane tank and 6 feet on both sides of the entire length of Ice Bridge. Bidders
shall include all costs for crushed rock and geotextile fabric in bid.
2.2 Fencing:
Site specific, see appendix A.
2.3 Final cleanup, grading and site restoration:
Contractor will be responsible for cleanup of the site during and after construction is
complete. After final grading, Contractor shall perform site restoration including replacement
of topsoil and seeding of grass in all disturbed areas.
Contractor shall take reasonable precautions for safety of, and shall provide reasonable
protection to prevent damage, injury, or loss to:



Employees on project site and other persons who may be affected.
Materials and equipment, whether in storage on or off site, under care, custody or control
of Contractor or Contractor’s subcontractors.
Property at site or adjacent thereto, such as trees, shrubs, pavements, roadways,
structures, and utilities not designated for removal, relocation, or replacement in the
course of construction.
NDDOT RTB RADIO TOWER
9 of 32
SECTION THREE
BUILDING DESIGN CRITERIA
3.0 GENERAL REQUIREMENTS
3.1 Minimum Dimensional Requirements for Buildings:



Width:
Length:
Side Walls:
12 feet
32 feet
8 feet
3.2 Building Structural Requirements:
Provide a pre-engineered, self-supporting, pre-constructed, self-contained, steel or wood
framed building complete with floor and necessary foundations which are designed to
securely and permanently support roof and wall construction.
Building shall meet or exceed following minimum structural design criteria:



Live Loads:
Wind Load:
Roof Impact Load:
200 pounds per square foot (psf) floor and 150 psf roof.
150 miles per hour.
220-foot pound with no damage.
3.3 Concrete Foundation and Apron:
Concrete Specifications—concrete shall have a minimum compressive strength of 3500 PSI
at 28 days. Contractor will be responsible to collect samples, the Owner will perform testing
to make sure concrete meets these requirements. Any failing concrete shall be removed and
replaced at Contractor’s expense.
Concrete mix design shall be provided to Owner a minimum of one week before pouring
concrete. Concrete mix design can contain up to a maximum of 30 percent. Fly ash shall
meet chemical composition as specified in Section 820 of NDDOT’s Standard
Specifications for Road & Bridge Construction (NDDOT’s Std. Spec.). Concrete sample
must be collected and delivered to the Owner for testing.
Building foundation shall consist of a 6 inch thick concrete slab on grade with 24 inches
wide/ tapered, by 18 inches deep thickened edge. Edge of foundation shall extend 12 inches
outside perimeter of building. Reinforce thickened edges with two #5, grade 60 rebar around
perimeter. Center area use #4 grade 60 rebar, 24 inch O.C. both ways, throughout slab
portion.
Bidder is responsible to include all costs for providing a foundation based on the building
included in their bid. A detailed design drawing of the foundation must be submitted by
Bidder with building shop drawings. Attach building to foundation per manufactures
requirements.
NDDOT RTB RADIO TOWER
10 of 32
Include a 4 foot by 6 foot concrete apron outside exterior walk door. Top of foundation shall
be flush with the foundation slab. Concrete apron shall have a broom finish.
3.4 Building Requirements:
Buildings shall be 12 feet by 32 feet by 8 feet minimum with two separate rooms including
10-foot generator room. There shall be an interior wall separating generator room from
equipment room.
Building shall have finished interior and be completely wired and ready for radio
equipment installation. Exterior shall be natural stone aggregate materials with rodent
shield.
3.5 Minimum design requirements shall include:
Insulation, R 11 walls and R-19 roof.
Air infiltration into shelter shall be nonexistent when measured before installation of any
through-the-wall items, floor items, or roof items when exposed to winds of up to 50 MPH.
Walk-In Doors—there shall be one exterior walk-in door, 48 inches wide, steel door and
one interior 36 inch wide steel door. Exterior door and frame (thermally insulated) shall be
ANSI/SDI-100 Grade II Model 1 and the interior door and frame (non-rated) shall also be
ANSI/SDI-100 Grade II Model 1. Exterior door shall open to generator room.
Doors shall be equipped with a heavy duty mortise lock and automatic door closure.
Exterior door shall be equipped with weather stripping, sweep, threshold, and door stop.
Lever-type door handles shall be utilized at each door. Both doors shall have locks keyed to
the Owner’s master key system. Exterior door shall also have non-master key supplied.
Exterior door lock shall be dead bolt type. Provide two master keys and two non-master
keys for each building to Owner.
Doors shall be primed and painted to match trim color prior to installation. Any scratches
or scuffs resulting during installation shall be touched-up to restore door to original painted
finish.
Generator room shall be equipped with generator ventilation hood including screen and
wall exhaust feed through with interconnected louvers. Electric motor shall be used to open
and close all louvers.
HVAC system, two each wall mount units with controller in equipment room. HVAC (5
kw heater each and ac sized to cool to 75 degrees minimum on 100 degree day) controller
required to have working range from 35 degrees to 90 degrees. Identify if system provides
positive ventilation.
NDDOT RTB RADIO TOWER
11 of 32
3.6 Building Electrical Requirements:
Service to existing buildings shall be maintained and be independent after the meter from
new building. All electrical components installed after the meter shall be new. Allow Owner
to inspect all underground work prior to burial. Provide and properly install at a minimum the
following electrical equipment.

20 KW LP Vapor 120/240v liquid cooled standby generator. (Equivalent to Common’s
model GGMA)

10 Amp battery charger with temperature compensation option (equivalent to EnerGenius
Sens Model NRG22-10-RC)

225 Amp automatic transfer switch (equivalent to Common’s OTECB)

200 Amp electrical service with 200 amp panel and breakers. All exterior electrical lines
shall be underground from power pole/transformer to building. Work with electrical
utility company to insure adequate service is available at site. It is the intent of this bid
for power to be placed to the new shelters and be move in ready. All pole mounted AC
breakers and boxes after the meter must be new. This is the Contractor’s responsibility.

8 duplex outlets in equipment room.

6 separate J-boxes on ceiling with 2 separate circuits in each box. (12 total (20amp)
circuit breakers- 2 per J-box. This is to allow for hardwiring of station equipment.

4 duplex outlets in generator room.

1 quad outlet in generator room.

1 GFCI exterior outlet.

(8) 2 tube fluorescent light fixtures in equipment room (all fluorescent fixtures shall
utilize instant start electronic ballasts and use 5000k-T8 lamps).

(2) 2 tube fluorescent light fixtures in generator room.

1 exterior light fixture with on/off wall switch.

Ground system halo with master ground bar (internal), provisioned to meet R56 standard.

Ground connection system to halo for propane tank and Ice Bridge.

1 run of cable tray extending entire length of building.

Waveguide entry, 8 port, 4 inch diameter port designed to accept rubber boot.

5 each rubber boots to fit one run of 7/8 inch coaxial cable each.

Provide 3 kW electric wall mount heater in generator room with wall mount thermostat.
NDDOT RTB RADIO TOWER
12 of 32

Transtector-AC power surge suppression device.
Power entrance must be stubbed out to edge of landscaping to prevent disturbing
landscaping fabric and rock.
3.7 External Ground System (See Appendix C):
All grounding materials shall be provided by the contractor (10 each 10-foot copper ground
rods ¾ inches, Cad Welds, cable, ground bars, lugs etc.)
Buried Halo around shelter shall be #2AWG solid copper per R56 standards. Halo must be
buried at a minimum depth not less than 30 inches below grade. The shelter halo must be
attached to tower halo.
All ice bridge support poles shall be Cad welded to the Halo ground system.
One external ground bar, mounted below coaxial cable entrance port on shelter.
One external ground bar, mounted at base of tower.
Three runs of #2 solid copper shall be installed from the Halo, one to each ground bar.
**Note** Bar 1 inside shelter (usually provided by shelter manufacturer). Bar 2 outside
shelter below waveguide port. Bar 3 at base of tower.
One ground system access inspection well-PVC, must be provided.
All underground work shall be inspected by NDDOT before being covered.
All underground site connections will be made using the CAD Weld (exothermic weld)
process.
Four corners of building steel frame must be attached to external Halo with #2 AWG solid
copper wire.
HVAC units must be attached to external Halo system with #2 AWG solid copper wire.
3.8 Telephone:
All telephone connections shall be new from the telephone company pedestal to the new
shelter. Telephone service entrance must be stubbed out past landscaping to prevent fabric
and rock from being disturbed during telephone line installation. Telephone service to
existing shelter shall remain in service. Owner will coordinate disconnect to existing
building.
3.9 Wave guide bridge:
NDDOT RTB RADIO TOWER
13 of 32
Provide and install new 10 foot Ice Bridge (one section, sites with existing tower may
require more than one section of bridge, refer to site layouts). Bridge sections will be 2 feet
by 10 feet. Foundations for ice bridge poles must be 3 feet 6 inches deep and 12 inches in
diameter minimum, in undisturbed soil. Concrete footings shall extend 6 inch above grade.
3.10 Propane Tank:
Provide and install a new 1000 gallon propane tank. Anchor tank to foundation included in
bid. Connect tank to building with buried line, fill and test system after completion. Gas
line must be installed before rock is applied and landscaping is completed. Ground tank to
external Halo system using #2 AWG solid copper wire.
Provide a 6 inch concrete slab with #4 grade 60 rebar for placement of a 1000 gallon tank.
Place bollards at each corner and one in the center, total of six (6) bollards, to protect tank.
Bollards shall be 6 inch pipe bollards filled with concrete. These bollards shall extend 3
feet below grade and 4 feet above grade. Bollards shall be set in 18 inch diameter holes
filled with concrete from surface to a minimum 6 inches below bottom of pipe. Provide
and install yellow PVC covers.
3.11 Self-Supporting Tower (Hillsboro Site Only)
180 foot self-supporting tower. The tower will be triangular in design with a base width of
approximately 17 feet tapering to approximately 5 feet at the top. The tower will utilize
tubular steel for tower legs and angular steel for bracing.
The tower will be designed for a basic wind speed of 90 mph with 0 inches of radial ice,
and 60 mph with ½ inch of radial ice, in accordance with ANSI/TIA-222-G.
Structure Class 3.
Exposure Category C.
Topographic Category 1.
The tower will be designed to support the following equipment:
ANTENNA
MODEL
RANDOM
ELEVATION
NUMBER YES NO
(QTY)
1
2
(4) DB224
Decibel
Antennas
X
(2) 6’ Solid
Dishes
180’ At Base
160’
TX
LINE
AZIMUTH ANTENNA Mount
SIZE FREQUENCY
TO
MOUNT Provided
&
NORTH
(DESIGN) Yes No
TYPE
(4)
7/8”
(2)
EwV6
N/A
6GHz
X
NDDOT RTB RADIO TOWER
Unknown
Four (4) 3’
Sidearms
0’, 180’
Two (2) 41/2” O.D.
Leg-Type
Dish
Mounts
14 of 32
ITEM I
TOWER MATERIALS:
Materials to be provided include:
Complete tower steel and hardware
Anchor bolts and templates
Construction step bolts
Climbing step bolts
One (1) waveguide support ladder (to support all lines)
DBI safety cable kit with harness and leg brackets (200’)
P.E. certified tower profile and foundation drawings
Grounding materials
Final erection drawings
ITEM II
FOUNDATION INSTALLATION:
Contractor responsible for soil testing and foundation design based on
geotechnical report.
Install foundations per TIA-222-G.
ITEM III
TOWER ERECTION:
Offload tower materials from truck and inventory
Erect tower steel complete
Install climbing step bolts (one leg only)
Install one (1) waveguide support ladder
Install OBI safety cable kit with harness and leg brackets (200’)
Install three (3) Sidearm assemblies and one (1) stiff arm side mounting assembly
Install Ground Halo system
Ground Halo (contractor supplied); Install three (3) 10’ ground rods and connect
to each tower leg. Install a ground halo around tower 30” below grade using #2
solid copper wire and connect to each ground rod. ALL below grade connections
must be CAD-WELDED.
Install three (3) each DB224 antennas and three (3) runs of 7/8 inch coaxial cable
(owner supplied)
TOWER FREIGHT MUST BE INCLUDED IN THE BID.
Include in bid the following:
3 each
3 foot Sidearm and Tieback Kit for the 180 foot Elevation Installation
1 each
3 foot Stiff-arm with Tip Support-Mounting Assembly for the 140 foot
Elevation
Installation
OPTIONAL, PRICE AS SEPARATE LINE ITEM:
Tower Lighting: Dual – red beacon/medium intensity strobe system.
NDDOT RTB RADIO TOWER
15 of 32
BID FORM: In accordance with the provisions of the Invitation to Bid, the undersigned hereby
agrees to furnish all labor, equipment and materials per enclosed specifications for construction
of a Radio Buildings with Generator and tower.
1.
Blaisdell
$___________________________
2.
Bowman
$___________________________
3.
Hillsboro
$___________________________
4.
Merricourt
$___________________________
5.
Minot
$___________________________
6.
New Salem
$___________________________
7.
Raleigh
$___________________________
8.
Ryder
$___________________________
9.
Sentinel Butte
$___________________________
Receipt of the following addenda to the RTB, by date, is acknowledged:
________________________________
______________________________
________________________________
______________________________
SIGNED: ______________________________________
FULL NAME: ___________________________________
(Please Print)
TITLE: ________________________________________
FIRM NAME: ___________________________________
FIRM ADDRESS: _______________________________
FIRM PHONE NUMBER: _________________________
FIRM FAX NUMBER:____________________________
All of the above bids shall remain firm for 45 days from date set for opening of bids. Bids may be withdrawn at any time prior to
bid date. The signatory agrees that NDDOT has the right to reject any or all Bids for any reason.
NDDOT RTB RADIO TOWER
16 of 32
Appendix A: Other required site work performed by the contractor
Site 1: Blaisdell
 Existing Propane tank may need to be moved for construction, but must remain
connected to the old Shelter.
Site 2: Bowman (None)
Site 3: Hillsboro


Complete tower site including shelter, generator, propane tank and cell support tower. Fence: 6 foot chain link w/ 3-barb wire outward facing with 4 foot walk-in pedestrian
gate. Include lockable gate latch. 40 feet by 40 feet.
Site 4: Merricourt
 Remove north fence and install new 190 foot 3 barb-wire fence with 6 inch pressure
treated wood posts for corners and the gate. Line posts can be steel T-posts. Fence must
be professionally installed. Supply and install two 8 foot tubular steel swing gates. See
diagram for fence size.
 Propane Tank must be moved during construction but must remain connected to the old
shelter.
Site 5: Minot
 Contractor will need to remove existing 16 foot by 30 foot building/concrete and dispose.
New building will be located in the same space. NDDOT will remove all radio equipment
from building and deliver temporary communications trailer on site. Contractor will
coordinate building removal with NDDOT.
 20 to 30 yards of fill dirt maybe required. Fill dirt available on site.
Site 6: New Salem
 Approximately 60 to 70 yards of fill dirt will be needed.
Site 7: Raleigh
 Remove south fence and install new 150 foot 3 bard wire fence with 6 inch pressure
treated wood posts for corners and gate. Steel T-posts maybe be used for line posts.
Fence must be professionally installed. Supply and install two 8 foot tubular steel swing
gates. See Diagram for fence size.
 Propane tank will need to be moved for construction, but must remain connected to old
shelter.
 Power pole will need to be relocated; work with local Electric Coop. Power must remain
connected to old shelter.
 Approximately 80 to 90 yards of fill dirt will be needed.
Site 8: Ryder
 Propane tank may need to be moved for construction, but must remain connected to old
shelter. Approximately 30 to 40 yards of fill dirt may be required.
NDDOT RTB RADIO TOWER
17 of 32
Site 9: Sentinel Butte
 Propane tank will need to be moved for construction, but must remain connected to old
shelter.
 Fill dirt is available on site if needed.
Notes:
No topsoil will be allowed under foundations or fill dirt. Contractor must supply NDDOT with
concrete mix report one week prior to pouring foundations.
Contractor will be responsible for all locates including underground secondary power lines and
propane gas lines.
NDDOT RTB RADIO TOWER
18 of 32
APPENDIX B: SITE DRAWINGS
Ground Halo
12'-0"
14'-0"
HVAC
HVAC
Generator Ro
om
Equipment Ro
om
300' Guyed
tower
3'-0"
32'-0"
34'-0"
Propane
Tank
Ice Bridge
2 ea. 2'x10'
2 ea. 2'x5'
Building - 12' x 32'
Building slab - 14' x 34'
Propane tank slab - 6' x 14'
Building Ground Rods – 10 ea. @ 10'
Ice Bridge – 2 ea. 2' x 10'
2 ea. 2' x 5'
Existin
g
16'x22
'
15'-0"
Inspection Port
N
Blaisdell
NDDOT RTB RADIO TOWER
19 of 32
Building - 12' x 32'
Building slab - 14' x 34'
Propane tank slab - 6' x 14'
Building Ground Rods – 10 ea. @ 10'
Ice Bridge – 4 ea. 2' x 10'
300' Guyed
tower
Tower
Ground Halo
Inspection
Port
5'-0"
Existing
16'x22'
Generator Room
12'-0"
14'-0"
HVAC
Equipment Room
6'-0"
HVAC
Ice Bridge
4 ea. 2'x10'
3 cut to fit
32'-0"
15'-0"
34'-0"
Propane
Tank
N
Building
Ground Halo
Bowman
NDDOT RTB RADIO TOWER
20 of 32
15'-0"
Propane
Tank
Inspection
Port
14'-0"
12'-0"
Equipment
Room
HVAC
Ice Bridge
1 ea. 2'x10'
32'-0"
34'-0"
Generator
Room
Ground
Halo
HVAC
4'-0"
Fence
Walk in gate
Building - 12' x 32'
Building slab - 14' x 34'
Propane tank slab - 6' x 14'
Ground Rods – 13 ea. @ 10'
Ice Bridge – 1 ea. 2' x 10'
Fence – 40' x 40'
180' Self
Support tower
N
Hillsboro
NDDOT RTB RADIO TOWER
21 of 32
Install new fence
with two 8 ft. steel
tubular swinging
cattle gates.
40 ft.
14'-0"
Inspection Port
12'-0"
Equipment Room
HVAC
Ground Halo
34'-0"
32'-0"
Remove
north fence
15'-0"
Propane
Tank
Generator Room
Gates across
existing road.
HVAC
12'-6"
Ice Bridge
2 ea. 2'x10'
100 ft.
Fence
These lengths are
approximate
3'-0"
Existing
16'x22'
Building - 12' x 32'
Building slab - 14' x 34'
Propane tank slab - 6' x 14'
Building Ground Rods – 10 ea. @ 10'
Ice Bridge – 2 ea. 2' x 10'
300' Guyed
tower
N
Merricourt
NDDOT RTB RADIO TOWER
110 ft.
22 of 32
Ice Bridge
2 ea. 2'x10'
Inspection
Port
300' Guyed
tower
Equipment Room
12'-0"
14'-0"
Propane
Tank
Generator Room
15'-0"
HVAC
32'-0"
HVAC
Existing
building to be
removed
34'-0"
Ground
Halo
Building - 12' x 32'
Building slab - 14' x 34'
Propane tank slab - 6' x 14'
Building Ground Rods – 10 ea. @ 10'
Ice Bridge – 2 ea. 2' x 10'
N
Minot
NDDOT RTB RADIO TOWER
23 of 32
Propan
e
Tank
15'-0"
Ice Bridge
3 ea. 2'x10'
34'-0"
Existing
16'x30'
12'-0"
14'-0"
32'-0"
Genera
11'-10"
tor Roo
m
Equipm
HVAC
ent Ro
om
HVAC
200' Guyed
tower
Inspection Port
Ground Halo
Building - 12' x 32'
Building slab - 14' x 34'
Propane tank slab - 6' x 14'
Building Ground Rods – 10 ea. @ 10'
Ice Bridge – 3 ea. 2' x 10'
N
New Salem
NDDOT RTB RADIO TOWER
24 of 32
200' Guyed
tower
Ice Bridge
2 ea. 2'x10'
11'-6
"
Ground Halo
C
HVA
Remove fence
C
nt R
HVA
ipme
Equ
32'-0
om
r Ro
erato
"
Gen
"
34'-0
"
oom
ane
Prop k
Tan
Building - 12' x 32'
Building slab - 14' x 34'
Propane tank slab - 6' x 14'
Building Ground Rods – 10 ea. @ 10'
Ice Bridge – 2 ea. 2' x 10'
15'-0
12'-0
Install new fence with two 8
ft. steel tubular swinging
cattle gates.
Gates across existing road.
"
"
14'-0
30 ft.
Inspection Port
NDDOT RTB RADIO TOWER
86 ft.
N
Raleigh
25 of 32
34'-0"
Ice Bridge
4 ea. 2'x10'
12'-0"
15'-0"
14'-0"
Propane
Tank
32'-0"
Generator Ro
om
Equipment Ro
om
HVAC
8'-9"
HVAC
3'-0"
Existing
16'x22'
Inspection Port
Building - 12' x 32'
Building slab - 14' x 34'
Propane tank slab - 6' x 14'
Building Ground Rods – 10 ea. @ 10'
Ice Bridge – 4 ea. 2' x 10'
300' Guyed
tower
Ground Halo
N
Ryder
NDDOT RTB RADIO TOWER
26 of 32
200' Guyed
tower
Ground Halo
12'-
0"
Ice Bridge
2 ea. 2'x10'
HVA
C
HVA
C
ent
Roo
m
Gen
erat
oom
12'0"
32'0"
34'0"
15'0"
Building - 12' x 32'
Building slab - 14' x 34'
Propane tank slab - 6' x 14'
Building Ground Rods – 10 ea. @ 10'
Ice Bridge – 2 ea. 2' x 10'
or R
0"
ipm
14'-
Equ
Pro
pa
Tan ne
k
Inspection Port
N
Sentinel Butte
NDDOT RTB RADIO TOWER
27 of 32
NDDOT RTB RADIO TOWER
28 of 32
Tower Site External Grounding
Appendix C
11/14/2013
Tower Ground Bar.
Mounted on tower
below Drip Loops.
#2 AWG CU Green Insulated
Ground. Exothermic Weld.
Multiple Ice Bridge Sections
must be bonded together
using #2 AWG Green Insulated
& Exothermic Weld.
HVAC
#2 AWG solid
from Tower GND
Bar to GND Ring
HVAC
#2 AWG
solid from
Exterior
GND Bar to
GND Ring
Propane
Tank
#2 AWG solid from
HVAC chassis to
Groung Ring (2 typ)
#2 AWG solid
from Interior
GND Bar to
GND Ring
All exterior ground conductors
#2 AWG solid routed to
Ground Ring thru ¾” Flex
Conduit. Flex Conduit extend
from Ground Point to at least
6" below grade. All above
grade conduit opennings
sealed with silicone.
#2 AWG solid
attached to tower leg
with ground lug.
Other end to ground
ring. (Typ 3 legs)
#2 AWG solid from
corner of shelter base
to Groung Ring (4 typ)
Exothermic Weld
Connection (typ)
10' Copper clad steel Ground Rod
connected to Ground Ring w/
Exothermic weld (typ)
3 rods around
tower TOWER
NDDOT
RTB RADIO
8 rods around shelter
External
Ground Ring
30" below
Grade (min.)
around Shelter
Shelter Groung Ring
and Tower Ground
Rings connected
together.
Exothermic Weld.
External
Ground Ring
30" below
29Grade
of 32 (min.)
around Tower
Power meter and 200 amp
disconnect mounted on
power pole
Commercial Power
Entrance
Telco Entrance
Propane Tank
1000 gal.
Gass Line Conduit (2" gray PVC)
from Gas Regulator to Propane
Tank slab
NDDOT RTB RADIO TOWER
Gas Line /
Regulator
Commercial power and Telco conduits
(2" gray PVC) brought out to the edge
of the landscape fabric/rock on the
same side of the shelter and marked.
30 of 32
Fence
Inspection Port
Plastic Test Well
Cover
30" Typ
Test Loop #2 AWG
solid
6"
Finish Grade
Exothermic Weld
10' - 0"
Ground Ring
3"
2"
#2 AWG solid from
fence to GND Ring
(4 locations)
10' Copper Clad
Steel Ground Rod
NDDOT RTB RADIO TOWER
31 of 32
Appendix D
Risk Management Appendix
Service Contracts with Private Individuals, Companies, Corporations, Etc.:
Contractor agrees to defend, indemnify, and hold harmless the state of North Dakota, its agencies, officers and
employees (State), from and against claims based on the vicarious liability of the State or its agents, but not
against claims based on the State’s contributory negligence, comparative and/or contributory negligence or fault,
sole negligence, or intentional misconduct. The legal defense provided by Contractor to the State under this
provision must be free of any conflicts of interest, even if retention of separate legal counsel for the State is
necessary. Contractor also agrees to defend, indemnify, and hold the State harmless for all costs, expenses and
attorneys' fees incurred if the State prevails in an action against Contractor in establishing and litigating the
indemnification coverage provided herein. This obligation shall continue after the termination of this agreement.
Contractor shall secure and keep in force during the term of this agreement, from insurance companies,
government self-insurance pools or government self-retention funds authorized to do business in North Dakota,
the following insurance coverages:
1) Commercial general liability and automobile liability insurance – minimum limits of liability required are
$250,000 per person and $1,000,000 per occurrence.
2) Workers compensation insurance meeting all statutory limits.
3) The State of North Dakota, its agencies, officers, and employees (State) shall be endorsed as an additional
insured on the commercial general liability and automobile liability policies.
4) Said endorsements shall contain a “Waiver of Subrogation” in favor of the state of North Dakota.
5) The policies and endorsements may not be canceled or modified without thirty (30) days prior written notice
to the undersigned State representative.
Contractor shall furnish a certificate of insurance evidencing the requirements in 1, 3, and 4, above to the
undersigned State representative prior to commencement of this agreement.
The State reserves the right to obtain complete, certified copies of all required insurance documents, policies, or
endorsements at any time. Any attorney who represents the State under this contract must first qualify as and be
appointed by the North Dakota Attorney General as a Special Assistant Attorney General as required under
N.D.C.C. Section 54-12-08.
When a portion of a Contract is sublet, the Contractor shall obtain insurance protection (as outlined above) to
provide liability coverage to protect the Contractor and the State as a result of work undertaken by the
Subcontractor. In addition, the Contractor shall ensure that any and all parties performing work under the Contract
are covered by public liability insurance as outlined above. All Subcontractors performing work under the Contract
are required to maintain the same scope of insurance required of the Contractor. The Contractor shall be held
responsible for ensuring compliance with those requirements by all Subcontractors.
Contractor’s insurance coverage shall be primary (i.e., pay first) as respects any insurance, self-insurance or selfretention maintained by the State. Any insurance, self-insurance or self-retention maintained by the State shall
be excess of the Contractor’s insurance and shall not contribute with it. The insolvency or bankruptcy of the
insured Contractor shall not release the insurer from payment under the policy, even when such insolvency or
bankruptcy prevents the insured Contractor from meeting the retention limit under the policy. Any deductible
amount or other obligations under the policy(ies) shall be the sole responsibility of the Contractor. This insurance
may be in a policy or policies of insurance, primary and excess, including the so-called umbrella or catastrophe
form and be placed with insurers rated “A-” or better by A.M. Best Company, Inc. The State will be indemnified,
saved, and held harmless to the full extent of any coverage actually secured by the Contractor in excess of the
minimum requirements set forth above.
RM Consulted 2007
Revised 5-09