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
© Copyright 2026 Paperzz