IOWA STATE UNIVERSITY REQUEST FOR QUOTE NUMBER 63362

FOR

TRANSMITTER AND ANTENNA FOR KICL

Purchasing Department 3616 Administrative Services Building Ames, 50011-3616

1

RFQ No. 63362

BID OVERVIEW

1. Introduction Iowa State University (ISU or University) is soliciting quotes from qualified companies for a new FM Broadcast Transmitter, Transmission Line and Antenna for the , station KICL located near Knoxville, Iowa.

ISU and Iowa Public Radio reserve the right to award the purchase of the transmitter group and the antenna group separately to the vendor or vendors with the most competitive bid or bids (taking all evaluation criteria into account).

Delivery of the antenna and transmitter components is expected by June 24, 2016.

Bidders should read all quote materials carefully and note the due date. All questions and comments in reference to this Request for Quote must be directed to:

Eric Johnson 3616 Administrative Services Building. Iowa State University Ames, IA 50011-3616 515-294-4701 [email protected]

2. Quote Evaluation The Evaluation Criteria utilized for this Request for Quote will be based upon but not limited to the following criteria:

 Overall cost to ISU (transmitter, line, antenna and hardware).  Meeting all the specifications/requirements of the RFQ.  Ability to meet project timeline (Delivered by June 24, 2016)  Ability to deliver transmitter, antenna and line to site.  Warranty offered.

3. Bid Response Quotes are to be submitted via email to [email protected] or by mail and labeled " KCIL Transmitter and Antenna ". Quotes must be received in the ISU Purchasing Department, 3616 Administrative Services Building, Ames, Iowa 50011-3616 by 3:00P.M. CST on May 16th, 2016. Any quotes received after the time specified for the receipt of quotes may not be considered and may be returned unopened.

Proposals, which are delivered personally, are to be brought to the Purchasing Department front desk located at the south entrance of the 1st Floor Administrative Services Building (ASB). The ASB building is located at the

2 southwest corner of the intersection of Stange Road and 13th Street. If submitting proposal by mail, one (1) original hard copy and one (1) electronic copy of the Quote are to be submitted to the ISU Purchasing Department in response to this RFP. The electronic copy can be submitted on a CD or thumb drive. No hard copy is required if submitting by email. Please submit the electronic version as one (1) file and not multiple files.

3

RFQ No. 63362

SECTION I

QUOTE INFORMATION AND INSTRUCTIONS

1.0 Definitions

The University The University is Iowa State University of Science and Technology (University or ISU).

Contractor The Contractor refers to the company or individual that is proposing or offering to contract for goods or services.

Contract The Contract is the contractual document that would be signed by the awarded Contractor and the University.

Quote Documents All documents issued or posted to the ISU website that pertain to this Request for Quote (RFQ). This could include original quote documents, addenda, exhibits, plans, etc. These may also be referred to as RFQ Documents.

1.1 Parties to the Contract Bidders must identify all parties who will be involved with performance of the contract. By submitting a Quote, the bidder warrants that all parties to the contract have received a copy of this RFQ and that the bidders’ response is acceptable to these parties.

1.2 Contractor Confirmation Each Contractor, by submitting a Quote acknowledges its representative has:

1.2.1 Read and completely understands the proposed Quote Documents. The Quote Documents shall consist of the Bid Overview, Quote Information and Instructions, Detailed Specifications, Terms and Conditions of the Contract, Quote Content, Bid Compliance Form, the Form of Bid, any subsequent Addenda issued by ISU, and all Attachments.

1.2.2 Based their Quote upon the requirements described in the proposed Contract Documents.

1.2.3 Caused the proposal to be signed by an authorized representative.

1.3 Receipt and Opening of Quotes

Quotes, which are delivered personally, are to be brought to the Purchasing Department front desk located at the south entrance of the 1st Floor Administrative Services Building

1.3.1 ISU reserves the right to accept or reject any or all Quotes and to waive any irregularities, technicalities, or informalities in Quotes if such waiver does not substantially change the offer or provide a competitive advantage to any Company. ISU reserves the right to request additional documents or Quote clarifications after the due date and time for Quote submission.

4

1.3.2 Company's legally authorized representative (Officer of Company) shall sign the Quote. The official name, address, telephone, and fax number and e-mail addresses are to be stated on the bid form.

1.3.3 No responsibility will be attached to any person for premature opening of a Quote not properly identified.

1.3.4 The laws of the State of Iowa require the contents of all Quotes be placed in the public domain and be open to inspection by interested parties. Trade secrets or proprietary information that are recognized as such and are protected by law may be withheld, if clearly identified as such in the Quote. Quotes marked entirely confidential or proprietary may be rejected. Pricing information and other offers cannot be considered proprietary information.

Failure to list all proprietary sections of the submitted Quote in the space provided on the Form of Bid, shall relieve ISU personnel from any responsibility, should such information be viewed by the public, a competitor, or be in any way accidentally released.

1.3.5 All opened Quotes become the property of ISU and will not be returned to the offeror.

1.3.6 Prior to the date and time designated for receipt of, Quotes submitted early shall be withdrawn only by written notice to ISU. Such notice shall be received by ISU prior to the designated date and time for receipt of Quotes.

1.3.7 Withdrawn Quotes may be resubmitted up to the time designated for receipt of Quotes provided that they are then fully in conformance with these Quote Instructions and Conditions.

1.3.8 No Quote may be modified or withdrawn for a period of ninety (90) calendar days after the scheduled closing time for receipt of Quotes.

1.3.9 All erasures or corrections are to be initialed by the person(s) signing the Quote.

1.3.10 Failure to comply with the requirements of this RFQ or evidence of unfair bidding procedures may be cause for rejection of the Quote. Failure to supply information requested may also be cause for rejection of the RFQ as being non-responsive.

1.3.11 This Request for Quote does not commit ISU to make an award, nor will ISU pay any costs incurred in the preparation and submission of Quotes, costs incurred in making necessary studies for the preparation of Quotes, or any travel or personnel expenses associated with trips to ISU.

1.4 Addenda Any and all interpretations, corrections, revisions, and amendments shall be issued by the ISU Purchasing Department to all known holders of the Bid Documents in the form of written addenda. Except for addenda modifying the Quote due date or canceling the Request for Quote, such addenda shall be issued so as to be received at least five (5) days prior to the time set for receipt of Quotes. All addenda so issued shall become part of the Contract Documents and shall be acknowledged in the Form of Bid.

5

1.5 Exceptions to Contract Documents Contractor shall clearly state in the submitted Quote any exceptions to, or deviations from the Detailed Specifications (Section II), and any exceptions to the Quote Information and Instructions of this RFQ included in Section I and Terms and Conditions of the Contract described in Section III. Such exceptions or deviations will be considered in evaluating the Quotes. Any exceptions should be noted on Attachment A and returned with the submitted Quote. Companies are cautioned that exceptions taken to this RFQ may cause their Quote to be rejected at the sole discretion of ISU. Exceptions not stated on Attachment A will have no effect.

1.6 Qualification of Company ISU shall make such investigations as deemed necessary to determine the ability of Company to provide the expected goods or services. ISU reserves the right to reject any bid if the evidence submitted by, or investigation of, such Company fails to satisfy ISU, in its sole opinion, that said Company is properly qualified to carry out the obligations specified herein.

1.7 Vendor Registration Bidders must have a current vendor registration on file in order to receive an award resulting from an RFQ. Please visit the vendor registration website (shown below) for instructions on the vendor registration process.

http://www.purchasing.iastate.edu/vendors/process.html

1.8 Formation of Agreement ISU may accept a Quote as written by issuing a Contractual Agreement, prepared by ISU and signed by all parties; or ISU may enter into negotiations with one or more companies in an effort to reach a mutually satisfactory Contractual Agreement that will be executed by all parties and will be based on this request for Quote.

1.9 Iowa Preference Law

1.9.1 Preference shall be given to purchasing products produced within the State of Iowa, when they are of a quality reasonably suited to the purpose intended, and can be secured without additional cost over foreign products or products of other states, according to Code of Iowa §§73.1.

1.9.2 Preference shall be given to purchasing from Iowa based businesses if the offers submitted are comparable in price to those submitted by other suppliers and meet the required specifications, according to the Code of Iowa §§73.1.

1.10 Confidentiality and Restrictions on Communications

Until the date of an award of this this RFQ, any responses and other related documents, including but not limited to, attachments, appendices, and exhibits, shall be marked and treated as CONFIDENTIAL, as provided for preliminary correspondence under State of Iowa law. Contractors should not communicate about the subject of the Request for Quote with any administrator, faculty, or staff of the University with the exception of the official representative for this RFP.

1.11 Conflict of Interest. Should Contractor be a State of Iowa official, a paid employee of the University or any other State of Iowa agency, a member of the General Assembly or a legislative employee, Contractor will be considered a “conflict of interest vendor.” In addition, should any 6 individual who is a paid employee of the University or State of Iowa Agency be a partner in Contractor’s firm or receive consulting payments, a conflict of interest exists. Whenever Contractor represents a conflict of interest or whenever there is a disclosure or indication of a conflict of interest, Contractor must have approval by the University prior to bidding on this RFP. Contact the University representative for this bid for further information. In addition, 2 CFR part 200.318 General Procurement Standards imposes additional requirements on federally funded projects. http://www.gpo.gov/fdsys/pkg/CFR-2014-title2-vol1/pdf/CFR-2014-title2-vol1-sec200-318.pdf318.

7

RFQ No. 63362 SECTION II DETAILED SPECIFICATIONS

2.1 Background

Iowa State University is soliciting quotes from qualified companies for a new FM Broadcast Transmitter, Transmission Line, and Antenna for the Iowa Public Radio, station KICL located near Knoxville, Iowa.

Delivery to the site is expected by June 24, 2016. Please deliver the equipment to:

WOI Radio Transmitter Tower 5418 Zumwald Station Road Ames, IA 50014

If company cannot meet the delivery requirement for any reason, company must inform ISU no fewer than 48 hours prior to delivery to re-schedule the delivery date and time.

Companies should provide itemized pricing for each of the listed components in Section 2.2 (A and B) as part of their bid. ISU reserves the right to award each of components A and B to the lowest bid or bids received for that item.

2.2 Primary Requirements:

ISU requirements for the proposed solution are as follows:

A. A new 5.5 KW FM stereo solid-state broadcast transmitter (no IBOC) that provides capability of the following specifications: 1. Solution will be tuned and tested on 96.3MHz and factory test data will be delivered to ISU with the solution. 2. Solution must provide same-brand exciter fitted to the transmitter with base band, discrete LR audio, SCA inputs and basic RDS generator. KICL is a repeater station using off air signals. 3. Solution will provide two Inovonics 632 shelf-mounted receivers that will hook to an existing Orban 8100A limiter provided by ISU. a. Limiter needs to be able to feed the exciter a base band signal at 100% modulation. b. State the exciter brand and model number. c. Exciter must be integral to the transmitter. 4. Provide documented remote connections on screw terminals. 5. Transmitter must provide automatic power fold back from higher VSWR indication and overload protection. 6. Provide two complete operation manuals for the transmitter.

8

7. If transmitter requires or recommends a power surge suppressor for the power input to the transmitter, suppressor should be included with the solution. 8. The transmitter shall be in one enclosed cabinet provided with the solution. 9. Transmitter must fit through 30 inch wide door opening. 10. Transmitter must run on 230V 2-pole single phase power. 11. Transmitter must have multiple amplifier modules running on separate power supplies that will keep the station on the air should a module fail. Company shall provide the number of PA and Power supply modules in the transmitter in bid documentation. 12. Transmitter and rack must stand up in 97 inches of ceiling height. 13. Solution must provide: a. One (1) spare PA amplifier b. One (1) spare power supply, c. One (1) RDS generator and one processor/limiter. d. Provide optional pricing for other recommended spare parts (Ex. Fuses, spare exciters, etc) 14. Solution will provide a second enclosed equipment rack of similar build and finish that fits next to the transmitter. a. Rack must have sides and top that allow for full enclosure of equipment. b. Rack must be supplied with 18-24 outlet power strip c. Rack must have movable back mounting rails. d. Rack must have tapped 10-32 rails. 15. Solution will provide a line section for the power meter. 16. Transmitter housing must provide input vent with filter(s) and blower output round vent opening for ducting hot air outside. 17. Transmitter must meet or exceed all FCC emission and performance requirements. 18. Transmitter output must be 50 ohms with 1-5/8 inch EIA female standard output connector. a. Transmitter output must be on the top of the rack. b. If output to the top of the rack is not possible, plumb the output so the output flange is above the cabinet top. 19. Solution will provide an Inovonics 531N FM modulation monitor.

B. Antenna and Transmission Line 1. Antenna must be tuned to 96.3MHz with feed line calculated in. a. Provide a 3 Bay ERI LPX-3E Rototiller Circular Polarized with Full Wave Spaced Elements. b. Provide female 50 ohm with 1-5/8 inch input connector with input rating of 9kW input power. 2. Solution will include three (3) ABR anti-rotation brackets for 60-inch tower face. 3. Solution will provide 270 feet of Commscope HJC-50A standard air 1-5/8th 50 ohm Heliax. 4. Solution will provide one (1) Commscope H7FB-110-S-SP 1-5/8 inch Air Heliax Connector. a. This should be drilled out for gas pass to the antenna. b. Connector should be factory installed, first off of spool. 5. Solution will provide one (1) loose Commscope H7FB-110-S-LB for Heliax gas block 9

connection for connection to the transmitter. 6. Solution will provide four (4) Commscope BN-918311 1-5/8 inch (inner connector) O ring and screw set. 7. Solution will provide ATTACH-AC3 factory air pass tight connection to mate with antenna on the outside end of the spool. Cap end to hold pressure. a. Seal the inside end of the spool. b. Pressurize it so it will hold air pressure until it arrives at the site. c. Have Schrader valve on first off end to allow checking for pressure. d. Failure to have air tight Heliax will result in the spool being returned to vendor for replacement at vendor’s expense. Verify in writing that your company will comply with this and include in Supplement 3. 8. Solution will include two (2) 24312A hoisting grips. 9. Solution will include two (2) HGK0001 hoisting grip hanger kit. 10. Solution will include four (4) 241088-4 grounding kits. 11. Solution will include nine (9) SSH-158 standard snap in hanger kits of ten (10) hangers each. 12. Solution will include one (1) SEC-1158 wall feed thru assembly. 13. Solution will include one (1) nitrogen regulator (0 – 30 pound range) and manifold. 14. Solution will provide one (1) ACX150-10SE rigid EIA flanged 1-5/8 in elbow.

2.3 Desirables

ISU desires the following items be provided as line items in the company bid. ISU reserves the right to request the delivery of these items with the solution at the cost provided.

A. Provide optional pricing for ERI 300-watt antenna heaters for the ERI LPX-3E antenna. 1. Include 1” rigid conduit in 20 foot sections with couplings. 2. Include one pull box at every 100 feet and one at the top and bottom. Pull boxes must covered with explosion proof box rating. 3. Include a pair of number 8 THNN wire to power the heaters and an automatic ice controller to turn the deicers on when needed. Provide this option with a separate quote.

2.4 Alternate Bids or Offers Any item(s) which deviate(s) from the specifications as stated in Section (II) may be offered as an alternate(s). Any such items must be clearly marked as "alternate". Iowa State University and/or its appointed designee will be the sole authority in determining whether an alternate item(s) will be considered as comparable to and/or compatible with the specifications of this bid request.

10

RFQ No. 63362

SECTION III

TERMS AND CONDITIONS OF THE CONTRACT

1. Assignment This Contract (including any future amendments incorporated into the Contract) may not be assigned, transferred, sold, or subcontracted by Contractor without the prior written consent of the University. Should Contractor be purchased (in whole or in part) by another organization or should Contractor wish to assign, transfer, or subcontract the Contract to another Contractor, the University shall have the right to terminate the Contract upon reasonable written notification, without penalty to the University.

2. Amendments to the Contract This Contract shall not be changed, modified, altered, or amended in any respect without the mutual consent of the parties hereto, which consent shall be evidenced by a written amendment to the Contract executed by both parties.

3. Indemnification The Contractor shall indemnify and hold harmless the University and their agents and employees from and against all claims, damages, losses and expenses, including but not limited to attorneys’ fees, arising out of or resulting from (A) the material non-performance, non-compliance or breach with terms and obligations of this Contract or (B) any negligent or wrongful act or omission of the Contractor or its subcontractor, or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right or obligation of indemnity, which would otherwise exist as to any party or person.

The Contractor’s indemnification obligation shall not be limited in any way by any definition or boundary on the amount or type of damages, compensation or benefits payable by or for the Contractor or any subcontractor under workers’ compensation, disability benefits or other employee benefit acts.

4. Immunity from Liability The University, i t ’ s agents, successors, and assigns are immune from liability and suit for or from Contractor's activities.

5. Severability of the Contract In the event any one or more of the provisions contained in this Contract shall for any reason be held to be invalid, illegal or unenforceable in any respect, such invalidity, illegality, or unenforceability shall not affect any other provision of this Contract, but this Contract shall be construed as if such invalid or unenforceable provision had never been contained. Further, in the event 11

that any provision of this Contract shall be held to be unenforceable by virtue of its scope, but may be made enforceable by a limitation thereof, such provision shall be deemed to be amended to the minimum extent necessary to render it enforceable under the laws of the jurisdiction in which enforcement is sought.

6. Termination – Non-appropriation of Funds Notwithstanding any other provisions of this Contract, if funds anticipated for the continued fulfillment of this Contract are at any time not forthcoming or insufficient, either through the failure of the Iowa Legislature or the Federal government to provide funds or alteration of the program under which funds were provided, then the U n i v e r s i t y shall have the right to terminate the C o n t r a c t without penalty by giving written notice documenting lack of funding.

7. Laws Terms and provisions of this Contract shall be construed in accordance with the laws of the State of Iowa, and any and all litigation or actions commenced in connection with this Contract resulting shall be instituted in the appropriate court(s) of the State of Iowa.

8 Use of Name or Intellectual Property Contractor shall not use the name or any intellectual property identifying University, including, but not limited to, any University trademarks or logos, or the name of any employees of University in any publicity, advertisement or endorsement or as a business reference, without the expressed prior written consent of the University.

9. Force Majeure Subsequent to acceptance by the University, neither party shall be liable for damages due to: lightning, fire, explosion, pest damage, strikes or labor disputes of third parties, floods, acts of God, war, civil disturbances, acts of civil or military authorities or the public enemy, inability to secure raw materials, fuel or energy shortages, acts or omissions of communications carriers, unauthorized use of the products, or other causes beyond the party’s reasonable control whether or not similar to the foregoing.

10. Right to Retention The University may withhold from payment to Contractor, in such an amount or amounts as may be necessary to cover:

Payments that may be earned or due for justified third party claims associated with labor, services, equipment, or materials furnished and/or product or service not provided or not remedied/cured.

11. Failure to Enforce The University shall not be required to enforce any right or remedy

12

available under the Contract; however, if the University elects to waive a right or remedy under this Contract, the University shall not be precluded from asserting said right or remedy thereafter.

12. Access to Contractor Records/Audits Contractor shall retain all records and documents and shall provide unlimited access, at all reasonable times and upon reasonable notice, to all accounting records and supporting documentation relating to the goods and services furnished during the term of this Contract and for a period of s e v e n ( 7 ) years thereafter, unless required to retain for a longer period by state or federal statute. The University reserves the right to audit such records and employ the Auditor of the State of Iowa or any other auditor the University deem appropriate to perform an audit of Contractor records. Should such audit disclose incorrect billings or improprieties, the University reserves the right to charge Contractor for the cost of the audit and pursue appropriate reimbursement. Evidence of criminal intent will be turned over to the proper authority.

13. Code of Fair Practice Contractor shall not discriminate against any employee or applicant for employment because of race, creed, color, religion, national origin, age, sex, pregnancy, disability, genetic information, status as a U.S. veteran, service in the U.S. military, sexual orientation, gender identity, associational preferences, or any other classification that deprives the person of consideration as an individual. Contractor shall take affirmative action to ensure that applicants are employed and that the employees are treated during employment without regard to their race, c r e e d, color, religion, national origin, age, sex, pregnancy, disability, genetic information, status as a U.S. veteran, service in the military, sexual orientation, gender identity, associational preferences, or any other classification that deprives the person of consideration as an individual except where it relates to a bona fide occupational qualification. In performance of this Contract, Contractor shall comply with provisions stipulated in Executive Order 11246, or amended by executive order 11375.

In the event of Contractor's noncompliance with the above nondiscrimination clause of this C ontract or with any of the aforesaid or related regulations, this Contract may be canceled, terminated, or suspended in whole in part and Contractor may be declared ineligible for further agreements with the University. In addition, the University may take any actions or other sanctions a s may be imposed or remedies invoked as provided by the Code of Iowa.

14. Gratuities The laws of the State of Iowa provide that it is a criminal offense to offer, promise or give anything of value or benefit to a state employee with the intent to influence that employee’s acts, opinion, judgment, or exercise of discretion with respect to that employee’s duties. Evidence of violation of this statute will be turned over to the proper authority.

13

15. Termination If Contractor is adjudged bankrupt or makes a general assignment for the benefit of creditors or if a receiver is appointed on account of Contractor’s insolvency, then the University may, after giving Contractor written notice, terminate this Contract, without penalty to the University.

If the Contractor has failed to deliver goods or services, has delivered non-conforming goods or services or is otherwise in material breach of this Contract, the University shall provide a 10 calendar day right to cure notice (“Cure Notice”). The University may, within their sole discretion, accept or reject any or all proposed cure actions. If after such 10 calendar day notice the Contractor continues to be in default, the University may, within their sole discretion, terminate the Contract without any further obligation or penalty and procure substitute services from another source and charge the difference between the contracted price and the market price to the Contractor.

With the mutual agreement of both parties, the C o n t r a c t may be terminated on an agreed date prior to the end of the contract period without penalty to either party.

The University may terminate this Contract without penalty for any reason by giving a 30 calendar day notice.

16. Taxes The University are exempt from Federal Excise Taxes, and no payment w ill be made for any taxes levied on Contractor’s employees’ wages. The University is exempt from State and Local Sales and Use Taxes on the services. Tax Exemption Certificates will be furnished upon request. Contractor certifies it is either (a) registered with the Iowa Department of Revenue, collects, and remits Iowa sales and use taxes as required by the Code of Iowa Chapter 423; or

(b) not a “retailer” or a “retailer maintaining a place of business in this state” as those terms are defined in the Code of Iowa §§ 423.1(47) & (48). The Contractor also acknowledges that the U n i v e r s i t y may declare the Contract void if the above certification is false. The Contractor also understands that fraudulent certification may result in the University or its representative filing for damages for breach of contract.

17. Software Accessibility: Software solutions, when provided to the University as a part of this Contract, shall be compliant with Federal statute Section 508 standards and W3C.org Web Content Accessibility Guidelines (WCAG 2.0 Level AA) for accessibility for persons with disabilities for the minimum level of accessibility. Please review the links provided for 14

specifics related to these referred to standards and guidelines. WCAG guidelines www.w3.org/TR/WCAG20/ and Section 508 www.section508.gov/. The University reserves the right to request that the Contractor provide audit and/or test results that document the software’s compliance and the testing methodology utilized.

18. Subcontractors Contractor shall be responsible for the acts and performance of any subcontractor that Contractor may engage to fulfill any of its obligations set forth in the Contract. Contractor shall be responsible for payment to all subcontractors and Contractors.

(a) All services provided for Contractor by a subcontractor shall be pursuant to an appropriate agreement between Contractor and subcontractor. The Contract shall contain provisions that (1) preserve and protect the rights of the U n i v e r s i t y , and (2) require services be performed in accordance with the requirements of the Contract.

(b) Contractor is specifically advised that any person, firm, or other party to whom it is proposed to award a subcontract under this Contract must be acceptable to the University. Any subcontractor(s) must have been identified in the Contractor’s proposal in response to the University’ RFP or be approved in writing by the University prior to the subcontractor(s) starting work relating to the Contract.

19. Targeted Small Business The University is committed to the development of Targeted Small Businesses, a State of Iowa program. If subcontracting is necessary, the Contractor will make every effort to use Targeted Small Businesses in the performance of this Contract. A report will be required at the completion of the Contract indicating the extent of Targeted Small Businesses participation.

20. Contractor’s Responsibility Contractor shall obtain all necessary permits, licenses and other government approvals necessary to perform its obligations pursuant to this Contract, and comply with all applicable laws, ordinances, rules, regulations, and lawful orders of any g o v e r n m e n t authority.

21. Responsibility for Those Performing the Work.

a. Contractor shall be responsible for the acts and omissions of all Contractor's employees and all subcontractors, their agents and employees, and all other persons under contract with Contractor, while performing the duties and responsibilities associated with this Contract.

b. Contractor shall at all times enforce strict discipline and good order among 15

Contractor's employees and shall not employ any unfit person or anyone not skilled in the task assigned.

c. Incompetent or incorrigible employees shall be dismissed from the project by Contractor, when so determined by the U n i v e r s i t y . Dismissed individuals shall be prohibited from being employed or utilized by Contractor as part of the services Contractor provides to the University without the written consent of the University.

22. Insurance and Related Requirements

The Contractor shall obtain and maintain the minimum insurance coverages set forth below. By requiring such minimum insurance, ISU shall not be deemed or construed to have assessed the risk that may be applicable to the Contractor arising from Contractor’s business operation. The Contractor shall assess its own risk and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Agreement by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types.

Minimum insurance coverages and requirements are as follows:

Commercial General Liability General Aggregate $2,000,000 Each Occurrence Limit $1,000,000

Automobile $1,000,000 combined single limit each accident to include owned, non-owned, hired, or rented vehicles.

Umbrella Liability $1,000,000 each occurrence/$1,000,000 aggregate providing excess liability over the General Liability, Auto Liability and Employers Liability.

Worker’s Compensation and Employer’s Liability  Statutory Limits of $100,000/$500,000/$100,000

 Worker’s Compensation Policy shall include a Waiver of Subrogation in favor of Iowa State University; Board of Regents, State of Iowa; and the State of Iowa. Endorsement form WC 00 03 13 shall be attached to the Certification of Insurance if waiver language is not stated on the actual certificate.

 Workers Compensation coverage is required for all personnel working under this agreement for Iowa State University. All of the contractor’s employees, partners,

16

members, officers and sole proprietors must be included.

Additional Requirements  The company(ies) providing coverage must be at least A- Class VII rated by A.M. Best Company.

 The State of Iowa; the Board of Regents, State of Iowa; and Iowa State University must be named as additional insureds for General Liability and Excess Liability. All legal entities referenced above must be individually listed on the certificate as an additional insured for liability coverage. Additional insured status shall be on a primary and non-contributory basis.

 The Policy shall name Iowa State University; the Board of Regents, State of Iowa; and, the State of Iowa as additional insureds with respect to all operations and related work and shall provide that such insurance applies separately to each insured against whom claim is made or suit is brought. The additional insureds shall be added under CG 20 10 (7-04) endorsement or older edition dates and attached to the certificate of insurance.

 Iowa State University requires occurrence coverage. The certificates should be marked “occurrence.” If there is no box marked “occurrence,” we require the notation “occurrence form” in the Special Conditions box.

 Contractor must maintain insurance coverage throughout the term of the work. Failure to maintain insurance coverage throughout the term shall be considered a breach of contract..

 All policies must be written on a primary basis, non-contributory with any other insurance and/or any self-insured funds of Iowa State University; State of Iowa; and Board of Regents, State of Iowa.

 Contractor shall require all of its Subcontractors and their respective Sub- subcontractors to carry insurance coverage that meets these same insurance requirements or insure the activities of Subcontractors in the Contractor’s own policy.

 All policies and endorsements may not be non-renewed, cancelled or materially changed or altered unless thirty (30) days’ advance written notice via certified mail is provided to Iowa State University, Purchasing Department.

17

RFQ No. 63362

SECTION IV

QUOTE CONTENT

4.1 Form of Bid Form of Bid, pages 19-20, completed and signed by your Company’s authorized representative.

4.2 Exceptions Any exceptions to the Terms and Conditions or specifications to this RFQ must be noted on Attachment A.

4.3 Company Profile Bidder should provide a brief profile listing company history, business composition (proprietorship, partnership or incorporation), the state under which your business is organized, and any other pertinent information that can be used to evaluate the Quote. Include as Supplement 1 of your RFQ response.

4.4 References Provide a list of at least four (4) references, for which you’ve provided similar broadcast equipment. Include Institution/Company Name, contact name and phone number. Include as Supplement 2 of your RFQ response.

4.5 Specifications Include a complete and detailed listing of all components used in Section II. Include as Supplement 3 of your RFQ response.

4.6 Pricing Include per unit pricing for transmitter and antenna groups listed in paragraph 2.1. Clearly indicate freight, if additional. Include as Supplement 4 of your RFQ response.

4.7 System Support Describe the general company ongoing and support policy. Include information on the hours of support and ISU’s contact methods (phone, email, web). Include as Supplement 5 of your RFQ response.

4.8 Warranty ISU desires a minimum four (4) year warranty to be included with the proposed solution. Provide information explaining the warranty and warranty length included with the equipment contained within the proposed solution. Include information on Company’s warranty policy. How will ISU and Iowa Public Radio work with Company to determine failed components? Include as Supplement 6 of your RFQ response.

18

RFQ No. 63362

SECTION V

FORM OF BID

5.1 Company has provided all parties involved with a copy of the RFQ?

Yes No

5.2 Company can meet the specifications as outlined in Section II-A of this RFQ?

Yes No Note: If No, please list exceptions on Attachment A

5.3 Company can meet the specifications as outlined in Section II-B?

Yes No Note: If No please list exceptions on Attachment A

5.4 Company agrees, if awarded a contract as a result of this RFQ, to all Terms and Conditions of the Contract contained in Section II.

Yes No _____ Note: If No, please list exceptions on Attachment A.

5.5 Company agrees to have solution delivered to ISU as outlined in Section 2.1 on June 24th, 2016?

Yes____ No____ Note: If No, please list exceptions on Attachment A.

5.6 Proprietary Information Please list all information or sections that you consider proprietary. Note that pricing and financial arrangements cannot be considered as proprietary information.

The sections of this Quote listed below represent trade secrets or proprietary information.

Section Page No. Section Page No.

5.7 Payment Terms

19

5.8 Vendor Information

Legal Business Name:

Federal I.D. Number:

Official Address:

Firm's State or Foreign Country of Residence

Sales contact

Telephone Number

Fax Number

Email

Authorized Signature

Typewritten or Printed Signature Date

20

RFQ No. 63362

BID COMPLIANCE FORM

Please note: Your Quote will be considered incomplete unless the following are included with your offer. Indicate compliance by placing a check mark in the space provided: All Documents should be included IN THE ORDER PROVIDED BELOW.

Compliance

[ ] Form of Bid (page12) completed and signed by your company's authorized official. [ ] Attachment A Exceptions [ ] Supplement 1 Company Profile [ ] Supplement 2 References [ ] Supplement 3 Specifications [ ] Supplement 4 Pricing for each group I [ ] Supplement 5 System Support Time [ ] Supplement 6 Warranty [ ] Supplement 7 Component Details

21

RFQ No. 63362

ATTACHMENT A

EXCEPTIONS

Please list any and all exceptions to this RFQ in this section. Include page number, section and reason for exception: (Make additional pages if necessary)

Please check one of the following:

[ ] We have no exceptions to this RFQ [ ] We have the following exceptions to this RFQ

Page Number Section Exception

1.

2.

3.

4.

5.

6.

7.

8.

9.

10.

11.

12.

13.

14.

22