Date post: | 01-Nov-2018 |
Category: |
Documents |
Upload: | truongcong |
View: | 226 times |
Download: | 1 times |
CONTRACT DOCUMENTS AND
TECHNICAL SPECIFICATIONS
ACQUIRE AIRCRAFT RESCUE AND FIREFIGHTING TYPE III RAPID INTERVENTION VEHICLE
NORFOLK INTERNATIONAL AIRPORT NORFOLK, VIRGINIA
PREPARED by:
NORFOLK AIRPORT AUTHORITY
November 3, 2017
November 3, 2017 i Acquire ARFF RIV Norfolk International Airport
CONTRACT SPECIFICATIONS FOR
ARFF TYPE III RAPID INTERVENTION VEHICLE
AT
NORFOLK INTERNATIONAL AIRPORT NORFOLK, VIRGINIA
TABLE OF CONTENTS CONTRACT DOCUMENTS
Invitation for Bidders ITB 1 thru ITB 4 Federal Contract Provisions FCP 1 thru FCP 11 Bid Form BF 1 thru BF 14 Bid Bond BB 1 thru BB 2 Contract C 1 thru C 4 Performance Bond PB 1 thru PB 2 Warranty of Construction W 1 thru W 2 Certificate of Final Acceptance CFA1 Technical Specifications TS 1 thru TS 12
November 3, 2017 ii Acquire ARFF RIV Norfolk International Airport
PAGE INTENTIONALLY LEFT BLANK
November 3, 2017 ITB 1 OF 4 Acquire ARFF RIV Norfolk International Airport
INVITATION FOR BIDDERS AIRCRAFT RESCUE AND FIREFIGHTING (“ARFF”)
TYPE III RAPID INTERVENTION VEHICLE
I. PURPOSE OF REQUEST FOR BIDS The Norfolk Airport Authority (the “Authority”) invites bids from interested manufacturers specializing in the fabrication of a high quality, ARFF Type III Rapid Intervention Vehicle. The intent and purpose of this Request for Bids (hereafter “Request”) is to establish agreement(s) with qualified manufacturer to custom-build:
• One (1) ARFF Type III Rapid Intervention Vehicle The deadline for submission of bids is January 18, 2018 at 2:00 p.m. local time in Conference Room D at the Norfolk International Airport at which time the bids will be publicly opened and read aloud. An optional pre-bid meeting will be held December 6, 2017 at 1:30 p.m. in Conference Room A of the Norfolk International Airport, 2200 Norview Ave., Norfolk, VA 23518. It shall be understood that Documents referred to in this Request shall be carefully examined and read and are all hereby made a part of this Request.
II. SCOPE OF WORK The specifications provided describe the design requirements, features, and delivery of the ARFF Type III Rapid Intervention Vehicle to the Airport. The primary objective of these specifications is to obtain a new ARFF Type III Rapid Intervention Vehicle meeting or exceeding all specifications in accordance with Federal Aviation Administration’s Advisory Circular 150/5220-10E, dated 6/11/2011 and as appropriate and permitted, requirements of NFPA Pamphlet 414. Only the specified Aircraft Rescue and Firefighting equipment listed in these specifications shall be provided. Funding for the equipment will be through the Virginia Department of Aviation as well as airport sponsor funding. The design of the aircraft rescue and firefighting equipment must embody the latest approved automotive design practices. The workmanship must be of the highest quality in its respective field. Special consideration shall be given to the service access to areas needing periodic maintenance, ease of operation, and symmetrical proportions. The construction method employed will be in such a manner as to allow ready removal of any component for service or repair.
III. CHANGES IN CONTRACT The authority reserves the right to add or delete options from this contract, as required. The parties may agree in writing to modify the scope of the contract. An increase or decrease in the
November 3, 2017 ITB 2 OF 4 Acquire ARFF RIV Norfolk International Airport
price of the contract resulting from such modification(s) shall be agreed to by the parties as part of their written agreement to modify the scope of the contract. The Offeror shall comply with the notice upon receipt. The Offeror shall be compensated for any additional costs incurred as a result of such order and likewise, shall give the Authority a credit for any savings.
IV. BID SUBMISSION REQUIREMENTS
A. Deadline for Bid Submission – The deadline for submission of bids is as stated in Item I Purpose of Request for Bids. Any bid received by the Authority after the designated deadline for submission will be returned to sender unopened.
B. Bid Form - The included Bid Form shall be signed with the legal signature of the Offeror’s representative and enclosed in an opaque, sealed envelope and clearly marked on the outside of the envelope with the following information:
Offeror’s company name and address The designated bid opening date and time Bid Request 2018: ARFF Type III Rapid Intervention Vehicle Failure to clearly label sub mission as required may result in the bid being deemed unresponsive. Any additional information the Offeror wishes to include must be submitted within the same sealed bid envelope, separated from bid forms by means of a second opaque envelope with the bid form envelope.
Send Bid Submissions to the respective address via Professional Courier (i.e. FedEx, UPS, etc.), U.S. Mail or Hand Delivery to: Norfolk Airport Authority Attn: Mr. Steve Sterling Deputy Executive Director 2200 Norview Ave. Norfolk, Virginia 23518
Bids will be logged in with the Authority’s receptionist to reflect the date and time of receipt. Bids will not be accepted by facsimile, email or other electronic means.
November 3, 2017 ITB 3 OF 4 Acquire ARFF RIV Norfolk International Airport
C. Questions Regarding Request – Any questions about the scope of work or specifications contained in this Request for Bids, must be submitted in writing no later than 5:00 pm, December 11, 2017 to Steve Sterling, Deputy Executive Director, Norfolk Airport Authority email: [email protected]. Any revision made to this Request for Bids shall be in the form of an addendum and will be forwarded to all known recipients of this Invitation to Bid.
D. All Offeror Specifications which are exceptions to the Authority Specifications, must be noted and attached to the Bid Form on a separate sheet that is formatted in the similar format as the bid proposal form. Exceptions to the specifications may be accepted or rejected by the Authority in its sole discretion as to what is in the Authority’s best interest. Failure to provide notice of exceptions to the Authority Specifications may be cause for a non-responsive bid determination.
E. All numerical information submitted on the Bid Form must be typed or printed in ink. Erasures or other changes shall be explained and noted over the initials of the Offeror. Award shall be made to the lowest responsive and responsible Offeror for each of the equipment types offered. Offeror shall not be considered responsible if they have defaulted under the terms of any contract with the Authority in the past five (5) years, or if based upon review of completed projects, it is determined that the Offeror is not responsible as that term is used in the Virginia Public Procurement Act Section 11-37. If the apparent low Bidder is determined to be non-responsible or non-responsive, the Bidder shall be notified in writing as provided in the Virginia Public Procurement Act Section 11-65.
F. Bid Bond – Each bid must be accompanied by cashier’s check, certified check, or a bid bond in the amount of five percent of the bid, duly executed by the bidder as principal and having as surety thereon a surety company approved by the Owner, in the amount of five percent (5%) of the bid. Such checks or bid bonds will be returned to all except the two lowest bidders within ten (10) business days after the opening of the bids, and the remaining checks or bid bonds will be returned promptly after the Owner and the accepted bidder have executed the contract, or if no award has been made within 45 days after the date of the opening of bids, upon demand of the bidder at any time thereafter, so long as he/she has not been notified of the acceptance of his/her bid.
G. Performance and Payment Bond, Execution of Contract – Having satisfied all conditions of award as set forth elsewhere in these documents, the successful bidder shall, with the period specified above, furnish separate 100% performance and payment bonds conditioned that such person shall faithfully perform all the provisions of the contract and pay all the laborers, mechanics, and subcontractors and material vendors and all persons who shall supply such person or persons or subcontractors with supplies for the carrying on of such work. Such bonds shall bear the same date as or a date subsequent to, the date of the Contract.
November 3, 2017 ITB 4 OF 4 Acquire ARFF RIV Norfolk International Airport
H. Certification – Vendor shall execute certification contained within the bid forms, the certification that the components constituting the whole of the equipment being supplied comply with the applicable, performance, design or construction requirements of this specification, the Federal Aviation Administration Advisory Circular 150/5220-10E and the NFPA Pamphlet 414.
November 3, 2017 FCP 1 OF 11 Acquire ARFF RIV Norfolk International Airport
F E D E R A L C O N T R A C T P R O V I S I O N S
The contractor shall insert verbatim all applicable requirements of these contract provisions in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). The contractor shall incorporate applicable requirements of these contract provisions by reference for work done under any purchase orders, rental agreements and other agreements for supplies or services. The prime contractor is responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. Subject to the applicability criteria noted in the specific contractor provisions, these contract provisions apply to all work performed on the contract by the contractor’s own organization and with the assistance of workers under the contractor’s immediate supervision and to all work performed on the contract by piecework, station work, or by subcontract. A breach of any of the stipulations contained in these required contract provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension/debarment or any other action determined to be appropriate by the sponsor and AIP. A1 A C C E S S T O R E C O R D S A N D R E P O R T S Dollar Threshold: $0 The Contractor must maintain an acceptable cost accounting system. The Contractor agrees to provide the sponsor, the Federal Aviation Administration, and the Comptroller General of the United States or any of their duly authorized representatives, access to any books, documents, papers, and records of the contractor which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts and transcriptions. The Contractor agrees to maintain all books, records and reports required under this contract for a period of not less than three years after final payment is made and all pending matters are closed. A2 B R E A C H O F C O N T R A C T T E R M S Dollar Threshold: $150,000 Any violation or breach of terms of this contract on the part of the contractor or its subcontractors may result in the suspension or termination of this contract or such other action that may be necessary to enforce the rights of the parties of this agreement. Owner will provide Contractor written notice that describes the nature of the breach and corrective actions the Contractor must undertake in order to avoid termination of the contract. Owner reserves the right to withhold payments to Contractor until such time the Contractor corrects the breach or the Owner elects to terminate the contract. The Owner’s notice will identify a specific date by which the Contractor must correct the breach. Owner may proceed with termination of the contract if the Contractor fails to correct the breach by deadline indicated in the Owner’s notice.
November 3, 2017 FCP 2 OF 11 Acquire ARFF RIV Norfolk International Airport
The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder are in addition to, and not a limitation of, any duties, obligations, rights and remedies otherwise imposed or available by law. A3 C I V I L R I GH T S – GE N E R A L D o l l a r T h r e s h o l d : $ 0 The contractor agrees to comply with pertinent statutes, Executive Orders and such rules as are promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or disability be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision binds the contractor and subtier contractors from the bid solicitation period through the completion of the contract. This provision is in addition to that required of Title VI of the Civil Rights Act of 1964. A4 C I V I L R I GH T S – T I T L E V I A S S U R A N C E Dollar Threshold: $0
The Norfolk Airport Authority, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. A6.1 Compliance with Nondiscrimination Requirements 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 Title VI List of Pertinent Nondiscrimination Acts And Authorities, 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 Nondiscrimination Acts and Authorities, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR part 21.
November 3, 2017 FCP 3 OF 11 Acquire ARFF RIV Norfolk International Airport
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 Nondiscrimination Acts And Authorities on the grounds of race, color, or national origin.
4. Information and Reports: The contractor 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 sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such Nondiscrimination Acts And Authorities 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 sponsor or the Federal Aviation 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 Non-discrimination provisions of this contract, the sponsor will impose such contract sanctions as it or the Federal Aviation 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 sponsor or the Federal Aviation 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 sponsor to enter into any litigation to protect the interests of the sponsor. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States.
A6.2 Title VI List of Pertinent Nondiscrimination Acts and Authorities 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: • 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); • 49 CFR part 21 (Non-discrimination In Federally-Assisted Programs of The Department of
Transportation—Effectuation of Title VI of The Civil Rights Act of 1964);
November 3, 2017 FCP 4 OF 11 Acquire ARFF RIV Norfolk International Airport
• 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);
• 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 of 1990, 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 CFR 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 non-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).
A5 C L E A N A I R A N D W A T E R P O L L U T I O N C O N T R O L
Dollar Threshold: $150,000 Contractor agrees to comply with all applicable standards, orders, and regulations issued pursuant to the Clean Air Act (42 U.S.C. § 740-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. § 1251-1387). The Contractor agrees to report any violation to the Owner immediately upon discovery. The Owner assumes responsibility for notifying the Environmental Protection Agency (EPA) and the Federal Aviation Administration. Contractor must include this requirement in all subcontracts that exceeds $150,000.
November 3, 2017 FCP 5 OF 11 Acquire ARFF RIV Norfolk International Airport
A6 C E R T I F I C A T I O N O F O F F ER O R / B I D D E R R E G A R D I N G
D E B A R M E N T Dollar Threshold: $25,000 By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction.
CERTIFICATION OF LOWER TIER CONTRACTORS REGARDING DEBARMENT
The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a “covered transaction”, must verify each lower tier participant of a “covered transaction” under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by:
1. Checking the System for Award Management at website: http://www.sam.gov 2. Collecting a certification statement similar to the Certificate Regarding Debarment and
Suspension (Bidder or Offeror), above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract
If the FAA later determines that a lower tier participant failed to disclose to a higher tier participant that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedies, including suspension and debarment of the non-compliant participant. A7 D I S T R A C T E D D R I V I N G/ T E X T I N G W H E N D R I V I N G Dollar Threshold: $3,500 In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging While Driving" (10/1/2009) and DOT Order 3902.10 “Text Messaging While Driving” (12/30/2009), the FAA encourages recipients of Federal grant funds to adopt and enforce safety policies that decrease crashes by distracted drivers, including policies to ban text messaging while driving when performing work related to a grant or sub-grant. In support of this initiative, the Owner encourages the Contractor to promote policies and initiatives for its employees and other work personnel that decrease crashes by distracted drivers, including policies that ban text messaging while driving motor vehicles while performing work activities associated with the project. The Contractor must include the substance of this clause in all sub-tier contracts exceeding $3,500 and involve driving a motor vehicle in performance of work activities associated with the project.
November 3, 2017 FCP 6 OF 11 Acquire ARFF RIV Norfolk International Airport
A8 E N E R GY C O N S E R V A T I O N R E Q U I R E M E N T S Dollar Threshold: $0 Contractor and Subcontractor agree to comply with mandatory standards and policies relating to energy efficiency as contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. 6201et seq).
A9 F E D E R A L F A I R L A B O R S T A N D A R D S A C T ( F E D E R A L M I N I M U M
W A GE )
Dollar Threshold: $0 All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR part 201, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part time workers. The contractor has full responsibility to monitor compliance to the referenced statute or regulation. The contractor must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor – Wage and Hour Division
A10 L O B B Y I N G A N D I N F L U E N C I N G F E D E R A L E M P L O Y E E S
Dollar Threshold: $100,000 CERTIFICATION REGARDING LOBBYING
The bidder or offeror certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that:
(1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or Offeror, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions.
November 3, 2017 FCP 7 OF 11 Acquire ARFF RIV Norfolk International Airport
(3) The undersigned shall require that the language of this certification be included in the award
documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly.
This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. A11 O C C U P A T I O N A L S A F E T Y A N D H E A L T H A C T O F 1 9 7 0 Dollar Threshold: $0 All contracts and subcontracts that result from this solicitation incorporate by reference the requirements of 29 CFR Part 1910 with the same force and effect as if given in full text. Contractor must provide a work environment that is free from recognized hazards that may cause death or serious physical harm to the employee. The Contractor retains full responsibility to monitor its compliance and their subcontractor’s compliance with the applicable requirements of the Occupational Safety and Health Act of 1970 (20 CFR Part 1910). Contractor must address any claims or disputes that pertain to a referenced requirement directly with the U.S. Department of Labor – Occupational Safety and Health Administration. A12 P R O C U R E M E N T O F R E C O V E R E D M A T E R I A L S
Dollar Threshold: $10,000 Contractor and subcontractor agree to comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act, and the regulatory provisions of 40 CFR Part 247. In the performance of this contract and to the extent practicable, the Contractor and subcontractors are to use of products containing the highest percentage of recovered materials for items designated by the Environmental Protection Agency (EPA) under 40 CFR Part 247 whenever: a) The contract requires procurement of $10,000 or more of a designated item during the fiscal year; or, b) The contractor has procured $10,000 or more of a designated item using Federal funding during the
previous fiscal year.
The list of EPA-designated items is available at www.epa.gov/epawaste/conserve/tools/cpg/products/. Section 6002(c) establishes exceptions to the preference for recovery of EPA-designated products if the contractor can demonstrate the item is: a) Not reasonably available within a timeframe providing for compliance with the contract performance
schedule;
November 3, 2017 FCP 8 OF 11 Acquire ARFF RIV Norfolk International Airport
b) Fails to meet reasonable contract performance requirements; or c) Is only available at an unreasonable price.
A13 T E R M I N A T I O N O F C O N T R A C T
Dollar Threshold: $10,000 A23.1 Termination for Convenience (Construction & Equipment Contracts) The Owner may terminate this contract in whole or in part at any time by providing written notice to the Contractor. Such action may be without cause and without prejudice to any other right or remedy of Owner. Upon receipt of a written notice of termination, except as explicitly directed by the Owner, the Contractor shall immediately proceed with the following obligations regardless of any delay in determining or adjusting amounts due under this clause: 1. Contractor must immediately discontinue work as specified in the written notice. 2. Terminate all subcontracts to the extent they relate to the work terminated under the notice. 3. Discontinue orders for materials and services except as directed by the written notice. 4. Deliver to the owner all fabricated and partially fabricated parts, completed and partially completed
work, supplies, equipment and materials acquired prior to termination of the work and as directed in the written notice.
5. Complete performance of the work not terminated by the notice. 6. Take action as directed by the owner to protect and preserve property and work related to this
contract that Owner will take possession.
Owner agrees to pay Contractor for: c) completed and acceptable work executed in accordance with the contract documents prior to the
effective date of termination; d) documented expenses sustained prior to the effective date of termination in performing work and
furnishing labor, materials, or equipment as required by the contract documents in connection with uncompleted work;
e) reasonable and substantiated claims, costs and damages incurred in settlement of terminated contracts with Subcontractors and Suppliers; and
f) reasonable and substantiated expenses to the contractor directly attributable to Owner’s termination action
Owner will not pay Contractor for loss of anticipated profits or revenue or other economic loss arising out of or resulting from the Owner’s termination action. The rights and remedies this clause provides are in addition to any other rights and remedies provided by law or under this contract.
23.2 Termination for Default (Equipment)
November 3, 2017 FCP 9 OF 11 Acquire ARFF RIV Norfolk International Airport
The Owner may, by written notice of default to the Contractor, terminate all or part of this Contract if the Contractor:
1. Fails to commence the Work under the Contract within the time specified in the Notice- to-Proceed; 2. Fails to make adequate progress as to endanger performance of this Contract in accordance with its terms; 3. Fails to make delivery of the equipment within the time specified in the Contract, including any Owner
approved extensions; 4. Fails to comply with material provisions of the Contract; 5. Submits certifications made under the Contract and as part of their proposal that include false or
fraudulent statements; 6. Becomes insolvent or declares bankruptcy;
If one or more of the stated events occur, the Owner will give notice in writing to the Contractor and Surety of its intent to terminate the contract for cause. At the Owner’s discretion, the notice may allow the Contractor and Surety an opportunity to cure the breach or default. If within [10] days of the receipt of notice, the Contractor or Surety fails to remedy the breach or default to the satisfaction of the Owner, the Owner has authority to acquire equipment by other procurement action. The Contractor will be liable to the Owner for any excess costs the Owner incurs for acquiring such similar equipment. Payment for completed equipment delivered to and accepted by the Owner shall be at the Contract price. The Owner may withhold from amounts otherwise due the Contractor for such completed equipment, such sum as the Owner determines to be necessary to protect the Owner against loss because of Contractor default. Owner will not terminate the Contractor's right to proceed with the Work under this clause if the delay in completing the work arises from unforeseeable causes beyond the control and without the fault or negligence of the Contractor. Examples of such acceptable causes include: acts of God, acts of the Owner, acts of another Contractor in the performance of a contract with the Owner, and severe weather events that substantially exceed normal conditions for the location. If, after termination of the Contractor's right to proceed, the Owner determines that the Contractor was not in default, or that the delay was excusable, the rights and obligations of the parties will be the same as if the Owner issued the termination for the convenience the Owner. The rights and remedies of the Owner in this clause are in addition to any other rights and remedies provided by law or under this contract. A14 T R A D E R E S T R I C T I O N C E R T I F I C A T I O N Dollar Threshold: $0
November 3, 2017 FCP 10 OF 11 Acquire ARFF RIV Norfolk International Airport
By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror –
a. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative (U.S.T.R.);
b. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the U.S.T.R; and
c. has not entered into any subcontract for any product to be used on the Federal on the project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the U.S.T.R.
This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to an Offeror or subcontractor:
(1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the U.S.T.R. or
(2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such U.S.T.R. list or
(3) who incorporates in the public works project any product of a foreign country on such U.S.T.R. list.
Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in in all lower tier subcontracts. The contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by U.S.T.R, unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous
November 3, 2017 FCP 11 OF 11 Acquire ARFF RIV Norfolk International Airport
certification, the Federal Aviation Administration may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA. A15 V E T E R A N ’ S P R E F E R E N C E Dollar Threshold: $0 In the employment of labor (excluding executive, administrative, and supervisory positions), the contractor and all sub-tier contractors must give preference to covered veterans as defined within Title 49 United States Code Section 47112. Covered veterans include Vietnam-era veterans, Persian Gulf veterans, Afghanistan-Iraq war veterans, disabled veterans, and small business concerns (as defined by 15 U.S.C. 632) owned and controlled by disabled veterans. This preference only applies when there are covered veterans readily available and qualified to perform the work to which the employment relates.
November 3, 2017 BF 1 OF 14 Acquire ARFF Type III RIV Norfolk International Airport
BID FORM
_______________________________ Name of Bidder
FOR
ACQUIRE ARFF TYPE III RAPID INTERVENTION VEHICLE (ARFF RIV)
AT
NORFOLK INTERNATIONAL AIRPORT
NORFOLK, VIRGINIA
SUBMITTED TO
NORFOLK AIRPORT AUTHORITY
In compliance with our Request for Bids, the undersigned hereby propose to furnish the materials and labor and to perform the work for the completion of items listed in the Schedule below in strict accordance with the Request for Bids, Federal Aviation Administration Contract Clauses, and Specifications and all other contract documents for the consideration of the prices quoted in the following schedule of bid items, and agrees, upon receipt of written notice of award, that it will execute a contract in accordance with the bid as accepted and give the required contract bonds with good and sufficient surety, within fifteen (15) calendar days after receipt of notice of formal award of contract and presentation of the prescribed forms. It is agreed that the undersigned has informed itself fully in regard to all conditions pertaining the work is to be done; that it has examined the specifications for the work and contractual documents thereto, and has read all the special provisions furnished prior to the opening of bids, and that it has satisfied itself relative to the work to be performed. It is agreed that the description under each item, being stated, implies although it does not mention, all incidentals and that the prices stated are intended to cover all such work, materials, and incidentals as constitute bidder’s obligations as described in the specifications, and any details not specifically mentioned, but evidently included in the contract shall be compensated for in the item which most logically includes it. It is understood that this proposal is submitted for the purpose of obtaining a FAA/NFPA certified TYPE III ARFF Fire Fighting Apparatus to serve as a Rapid Intervention Vehicle at the Norfolk International Airport. Award will be made based on low responsive bidder. Said work is described in the project contract documents which also include the place, date, and time of opening proposals.
November 3, 2017 BF 2 OF 14 Acquire ARFF Type III RIV Norfolk International Airport
It is understood that wages not less than the minimum rates or wages, as predetermined for this project by the Secretary of Labor, were used in the preparation of this proposal. It is understood that all workmanship and materials under all items of work are guaranteed for one year from the date of final acceptance. It is understood that the Owner reserves the right to accept or reject any or all bids and waive informalities. Enclosed is bid security as required, consisting of (cash, certified check, or bid bond) __________________ payable to the , in the amount of $__________. This amount equals 5 percent (5%) of the total amount bid submitted. It is understood that this project is funded by state and local monies and the Supplier shall be subject to all laws and regulations applicable to recipients of such funds.
November 3, 2017 BF 3 OF 14 Acquire ARFF Type III RIV Norfolk International Airport
PROPOSAL FORM Date: ____________
FAA/NFPA certified TYPE III ARFF Fire Fighting Apparatus
ITEM NO.
QUANTITY
ITEM WITH UNIT PRICE
WRITTEN IN WORDS
UNIT PRICES IN FIGURES -----------------
DOLLARS CENTS
EXTENDED TOTAL
----------------- DOLLARS
CENTS
1 1
FAA/NFPA CERTIFIED TYPE III ARFF FIRE FIGHTING APPARATUS ____________________________________________________________________________________________________________________PER EACH
TOTAL FAA/NFPA CERTIFIED TYPE III ARFF FIRE FIGHTING APPARATUS BID AMOUNT $______________
CONTRACT TIME: 330 CALENDAR DAYS
November 3, 2017 BF 4 OF 14 Acquire ARFF Type III RIV Norfolk International Airport
INTENTIONALLY LEFT BLANK
November 3, 2017 BF 5 OF 14 Acquire ARFF Type III RIV Norfolk International Airport
CERTIFICATION OF OFFERER/BIDDER REGARDING DEBARMENT
By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction.
CERTIFICATION OF LOWER TIER CONTRACTORS REGARDING DEBARMENT
The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a “covered transaction”, must verify each lower tier participant of a “covered transaction” under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by:
1. Checking the System for Award Management at website: http://www.sam.gov 2. Collecting a certification statement similar to the Certificate Regarding Debarment and
Suspension (Bidder or Offeror), above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract
If the FAA later determines that a lower tier participant failed to disclose to a higher tier participant that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedies, including suspension and debarment of the non-compliant participant.
Date Signature
Company Name Title
November 3, 2017 BF 6 OF 14 Acquire ARFF Type III RIV Norfolk International Airport
INTENTIONALLY LEFT BLANK
November 3, 2017 BF 7 OF 14 Acquire ARFF Type III RIV Norfolk International Airport
CERTIFICATION REGARDING LOBBYING The bidder or offeror certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that:
(1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or Offeror, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions.
(3) The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly.
This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.
Date Signature
Company Name Title
November 3, 2017 BF 8 OF 14 Acquire ARFF Type III RIV Norfolk International Airport
INTENTIONALLY LEFT BLANK
November 3, 2017 BF 9 OF 14 Acquire ARFF Type III RIV Norfolk International Airport
TRADE RESTRICTION CERTIFICATION
By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror -
a. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative (U.S.T.R.);
b. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the U.S.T.R; and
c. has not entered into any subcontract for any product to be used on the Federal on the project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the U.S.T.R.
This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001.
The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances.
Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to an Offeror or subcontractor:
(1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the U.S.T.R. or
(2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such U.S.T.R. list or
(3) who incorporates in the public works project any product of a foreign country on such U.S.T.R. list;
Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.
November 3, 2017 BF 10 OF 14 Acquire ARFF Type III RIV Norfolk International Airport
The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in in all lower tier subcontracts. The contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by U.S.T.R, unless the Offeror has knowledge that the certification is erroneous.
This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA. Date Signature
Company Name Title
November 3, 2017 BF 11 OF 14 Acquire ARFF Type III RIV Norfolk International Airport
CERTIFICATION FAA AND NFPA REFERENCES
By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror:
a. Will construct all equipment in accordance with FAA AC 150/5220-10E Guide Specification for
Aircraft Rescue and Fire Fighting (ARFF) Vehicles
b. FAA AC 150/5210-5D Painting, Marking and Lighting of Vehicles Used on an Airport
c. Title 14 Code of Federal Regulations (CFR) Part 139, Certification of Airports
d. NFPA Pamphlet 414
e. All other referenced standards contained within the above referenced documents
Date Signature
Company Name Title
November 3, 2017 BF 12 OF 14 Acquire ARFF Type III RIV Norfolk International Airport
INTENTIONALLY LEFT BLANK
November 3, 2017 BF 13 OF 14 Acquire ARFF Type III RIV Norfolk International Airport
By signing the attached, the bidder certifies that a copy of the Contract Documents are in the Bidder’s possession, and that all work called for in the Contract Documents will be done in accordance with these Contract Documents. The Bidder also certifies that they will perform at least 51% of the work by value, and must submit, as part of the bid, a list of any sub-contractor doing work, the extent of work that will be performed and the dollar value of the work. NOTE: If Bidder is a corporation, write state of incorporation under signature. The undersigned hereby initialing and dating acknowledges the receipt of the following Addenda, if applicable, to the Contract Documents. Addendum No. 1: _________________________ (initial and date) Addendum No. 2: _________________________ (initial and date) Addendum No. 3: _________________________ (initial and date)
BIDDER'S REGISTRATION AND SIGNATURE Contractor: Address: Telephone________________________________________________________ Name of Officer___________________________________________________
Signature of Officer ________________________________________________ NOTE: If Bidder is a corporation, write state of incorporation under signature.
November 3, 2017 BF 14 OF 14 Acquire ARFF Type III RIV Norfolk International Airport
**END OF BID FORM**
INTENTIONALLY LEFT BLANK
BID BOND
November 3, 2017 BB 1 OF 2 Acquire ARFF Type III RIV Norfolk International Airport
KNOW ALL MEN BY THESE PRESENTS, THAT WE ____________________ _____________________________________________ as Principal, hereinafter called the Principal, and _______________________________ a corporation duly organized under the laws of the Commonwealth of Virginia as Surety, hereinafter called the Surety, are held and firmly bound unto the Norfolk Airport Authority as Obligee, hereinafter called the Obligee, in the sum of ____________________________________________________ Dollars ($________), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the principal has submitted a bid for ARFF Type III Rapid Intervention Vehicle. NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the principal to enter such Contract and give such bond or bonds, if the principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this _____ day of __________2018 (Principal) (Seal) (Title) (Witness) ____________________________________ (Surety) (Seal) (Title) (Witness)
BID BOND
November 3, 2017 BB 2 OF 2 Acquire ARFF Type III RIV Norfolk International Airport
INTENTIONALLY LEFT BLANK
CONTRACT
November 3, 2017 C 1 of 4 Acquire ARFF Type III RIV Norfolk International Airport
THIS AGREEMENT made and entered into this _____ day of , 2018, by and between
Norfolk Airport Authority (Party of the First Part, hereinafter called the Owner) and
_________________ (Party of the Second Part, hereinafter called the Contractor).
WITNESSETH: That the said Contractor has agreed and by these presents does agree with the said Owner, for the consideration herein mentioned in his/her proposal and under the penalty expressed in Bonds, hereto attached, to furnish all equipment, tools, material, skill and labor of every description necessary to carry out and complete in good, firm, substantial, and workmanlike manner, and delivered to Norfolk International Airport the work specified in strict conformity with the Specifications hereinafter set forth. The work covered by this Agreement includes all work shown on the plans and specifications and listed in the attached Bid Form, for the ARFF Type III Rapid Intervention Vehicle. The Contractor shall commence the work with adequate force and equipment on a date to be specified in a written order of the Owner and shall complete the work within two hundred forty (240) calendar days from and including said date. The Contractor shall fully guarantee his/her workmanship and materials furnished for a period of one year following the date of final acceptance of the work. The performance and payment bonds shall remain in full force for this one year period. As a condition of final acceptance, the Contractor shall have executed, and submit to the Owner, the “Warranty of Construction” form that has been attached to this contract document. The Owner shall pay and the Contractor shall receive the unit prices stipulated in the Contractor's Bid Form hereto attached as full compensation for everything furnished and done by the Contractor (Total___________________________________ $_____________________________), based on the quantities completed in an acceptable manner, which sum shall be paid in the manner and terms specified in the Contract Documents, but, before issuance of certificates of payments if the Contractor shall not have submitted evidence satisfactory to the Owner that all payrolls, materials, bills, and other indebtedness connected with the work have been paid, the Owner may withhold, in addition to the retained percentages such amount or amounts as may be necessary to pay just claims for labor and services rendered and materials in and about the work, and such amount or amounts withheld or retained may be applied by the Owner to the payment of such just claim. Items of work called out in specifications that are not specifically listed in the bid form shall be considered as incidental to a listed bid item(s), or to the project as a whole.
CONTRACT
November 3, 2017 C 2 of 4 Acquire ARFF Type III RIV Norfolk International Airport
It is further mutually agreed between the parties hereto that if, at any time after the execution of this agreement and the surety bond hereto attached for its faithful performance, the first party shall deem the surety or sureties upon such bonds to be unsatisfactory, or if, for any reason, such bonds cease to be adequate to cover the performance of the work, the second party shall at its expense, within five days after the receipt of notice from the first party so to furnish an additional bond or bonds in such form and amount, and with surety or sureties as shall be satisfactory to the first party. In such event, no further payment to the second party shall be deemed to be due under this agreement until such new or additional security for the faithful performance of the work shall be furnished in a manner and form satisfactory to the first party. In the event that it should become necessary, any question or controversy regarding formation, construction, interpretation, validity, and enforcement of this Agreement, and the rights or obligations of the signatory parties hereto, shall be resolved only by lawfully instituted proceedings in the Circuit Court of the City of Norfolk, Virginia, and the substantive law of the Virginia or federal law, where applicable, shall govern resolution of any such question or controversy. In the event any provisions of this Agreement shall be held to be invalid or unenforceable, the remaining provisions shall be valid and binding upon the parties.
CONTRACT
November 3, 2017 C 3 of 4 Acquire ARFF Type III RIV Norfolk International Airport
IN WITNESS WHEREOF, the parties hereto have executed this Agreement in quadruplicate, the day of 2018. OWNER: Norfolk Airport Authority 2200 Norview Ave.
Norfolk, VA 23518 ATTEST:
Robert Bowen, AAE Executive Director CONTRACTOR: Contractor
Address
________________________________ ATTEST: Signature Name Title
CONTRACT
November 3, 2017 C 4 of 4 Acquire ARFF Type III RIV Norfolk International Airport
INTENTIONALLY LEFT BLANK
PERFORMANCE BOND
November 3, 2017 PB 1 of 2 Acquire ARFF Type III RIV Norfolk International Airport
KNOW ALL MEN BY THESE PRESENTS, that _________________________ as Principal,
hereinafter called Contractor, and _________________ a corporation duly organized under the
laws of the Commonwealth of Virginia, as Surety, hereinafter called Surety, are held and firmly
bound unto the Norfolk Airport Authority, as Obligee, hereinafter called Owner, in the amount
of ___________________________________________________________________________
Dollars ($ ), for the payment whereof Contractor and Surety bind themselves, their
heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these
presents.
WHEREAS, the Contractor has by written agreement dated ___________________ 2018, entered into a contract with Owner for manufacture, assembly, delivery and personnel training of ARFF Type III Rapid Intervention Vehicle and other associated items at the Norfolk International Airport in accordance with Specifications which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract, then his/her obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever the Contractor shall be, and declared by Owner to be in default under the Contract, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly:
(1) Complete the Contract in accordance with its terms and conditions, or
(2) Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible bidder, or, if the Owner elects, upon determination by the Owner and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and made available as work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the contract price", as used in this paragraph, shall mean the total amount payable by Owner to Supplier under the Contract and any amendments thereto, less the amount properly paid by Owner to Supplier.
PERFORMANCE BOND
November 3, 2017 PB 2 of 2 Acquire ARFF Type III RIV Norfolk International Airport
Any suit under this bond must be instituted before the expiration of two (2) years from the date on which final payment under the Contract falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, administrators or successors of the Owner. Signed and sealed this day of , 2018. Principal Surety Signature Signature Name Name Title Title Seal By: Seal By: Title Title
(SEAL) (SEAL)
WARRANTY
November 3, 2017 W 1 of 2 Acquire ARFF Type III RIV Norfolk International Airport
ARFF TYPE III RAPID INTERVENTION VEHICLE
AT
NORFOLK INTERNATIONAL AIRPORT NORFOLK, VIRGINIA
DATE OF FINAL ACCEPTANCE:
___________________________________________________________________________ (Contractor, Address) hereby guarantees that all equipment manufacture and assembled and delivered under the above Contract are in accordance with the contract specifications and authorized alterations and additions thereto, and that all of the work under the Contract is free from faulty materials and improper workmanship, and guaranteed against injury from proper and usual wear, and agreeing (and we do hereby so agree) that should any defect develop during the contract guarantee period, as hereinafter defined, due to improper materials, workmanship or arrangement, we will, upon written notice, replace or re-execute such defective work, together with any other work affected in making good such defects, at the convenience of, and without expense to the Owner. The Contractor further warrants that all manufacturers or other warranties on all materials and equipment furnished by Contractor shall run directly to or be specifically assigned to Owner. The Contractor warrants that the installation of any and all materials and equipment shall be in strict accordance with manufacturer’s requirements. In the event Owner seeks to enforce a claim based upon a manufacturer’s warranty and should such manufacturer then fail to honor its warranty based, in whole or in part, on a claim of defective installation, Owner shall be entitled to enforce said warranty against Contractor in accordance with the terms of said warranty, except that a claim of defective installation shall not be a defense to any such warranty claim by Owner against Contractor.
WARRANTY
November 3, 2017 W 2 of 2 Acquire ARFF Type III RIV Norfolk International Airport
The contract guarantee period shall be as follows: • 1 year Warranty from the Vehicle Chassis manufacturer • 1 year General Warranty from the Offeror • 5 year Warranty on the fire pump • 10 year Warranty on the vehicle body and structure
Warranty period shall begin upon final acceptance of the vehicle by the Authority, except in the cases of manufacturer’s or other required extended warranties that extend for periods greater than the warranty period stated above, whereby the contract guarantee period shall extend to match for the items that are so warrantied. The warranty for any work repaired or replaced during the guarantee period shall run for a period of three (3) years from the date of repair or replacement. ______________________________ Contractor Subscribed and sworn before me in the Commonwealth of Virginia, this ______day of ________, 2018. Notary Public My Commission Expires
November 3, 2017 CFA-1 of 2 Acquire ARFF Type III RIV Norfolk International Airport
CERTIFICATE OF FINAL ACCEPTANCE
ARFF TYPE III RAPID INTERVENTION VEHICLE
AT
NORFOLK INTERNATIONAL AIRPORT NORFOLK, VIRGINIA
Contract Date: Contract Amount: $ Final Cost: $ This Certificate of Final Acceptance applies to all Work under the Contract Documents and approved Change Orders for the ARFF Type III Rapid Intervention Vehicle project completed by ____________________________________________(Contractor) for Norfolk Airport Authority. The Work to which this Certificate applies has been inspected by authorized representatives of OWNER and CONTRACTOR, and that Work is hereby accepted as complete on _________________ (Date). The following documents and information are attached to and made a part of this Certificate: 1. Warranty of Construction This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR’s obligation to complete the Work in accordance with the Contract Documents. Accepted by CONTRACTOR By: Date: Accepted by OWNER By: Date:
November 3, 2017 CFA-1 of 2 Acquire ARFF Type III RIV Norfolk International Airport
INTENTIONALLY LEFT BLANK
NORFOLK INTERNATIONAL AIRPORT AUTHORITY
Type III ARFF Specifications
November 3, 2017 TS 1 OF 12 Acquire ARFF RIV Norfolk International Airport
NOTATIONS 1
Overall Length to be no more than 30' 2
Overall Height to be no more than 10' with the body being no higher than the cab lightbar 3
Full compliance to NFPA Pamphlet 414 and FAA Part 139 Regulations 4
Note: for these specifications RIGHT corresponds to the Officer's side of the vehicle 5
Note: for these specifications LEFT corresponds to the Driver's side of the vehicle 6
All final details for apparatus construction will be determined at the pre-construction conference 7
CHASSIS 8
2018 International 7500 (or equivalent) 4x4 crew cab chassis 9
No front bumper supplied by International 10
20" front bumper frame extension provided from International 11
Minimum 16,000 lb. front driving axle 12
Parabolic type minimum 16,000 lb. front springs with shock absorbers 13
16.5 x 6" font "cam" style air brakes 14
Minimum 26,000 lb. rear axle 15
Minimum 31,000 lb. rear springs with 4,500 lb. auxiliary springs 16
16.5 x 7.0 rear "cam" style air brakes 17
Front and rear automatic slack adjusters 18
Minimum 18.7 CFM air compressor 19
Air dryer with heater 20
Pull chain air tank drain valves 21
Tilt telescoping steering column 22
Power steering for rated axle capacity 23
Engine compression brake with on/off switch and three position selector switch 24
Horizontal exhaust with EPA after-treatment, exiting the vehicle on the right side 25
Control switch for manual regeneration and after-treatment inhibit operations 26
Cummins L9-450 HP (or equivalent) diesel engine with 1250 lb-ft torque 27
Direct drive two speed radiator cooling fan 28
Minimum 1228 Sq. In. Radiator with integral transmission cooler 29
Premium rubber coolant and heater hoses 30
Dual element air cleaner 31
NORFOLK INTERNATIONAL AIRPORT AUTHORITY
Type III ARFF Specifications
November 3, 2017 TS 2 OF 12 Acquire ARFF RIV Norfolk International Airport
Engine water cooler for use with Fire Truck applications 32
Extended life antifreeze to -40 degrees F freeze protection 33
120V heavy duty engine block heater connected to an on/off switch located in the cab 34
Allison 3000 (or equivalent) EVS fire service rated transmission with two (2) PTO ports 35
Transmission to have 5 speed gearing 36
Push button transmission control pad 37
Gearing to achieve when "delivered" a top speed of 72 MPH to comply with FAA regulations 38
Minimum two speed 10,000 lb-ft transfer case with PTO provision including synthetic fluid 39
Electric over air transfer case shift control system 40
Minimum 50 gallon fuel tank 41
Minimum 5 gallon DEF tank 42
12 volt fuel water separator with primer pump and sensor 43
Six (6) person crew cab with four (4) seating locations 44
Two (2) cab seating positions, bucket air ride high back seats with seat belts 45
Two (2) crew cab seating positions, bucket air ride high back seats with seat belts 46
Four (4) seat belt sensors with visual and audible warning systems 47
Cab and crew cab door entryway grab handles, total of four (4) 48
Cab interior safety grab handles 49
Two (2) heated, remote controlled side mirrors with integral convex mirrors, bright finished 50
Heated and cooled cab and crew cab 51
Air bag cab suspension 52
Minimum Premium level cab interior with rubber cab floor 53
Battery on/off control switch 54
All required cab dash switches, gauges, controls, etc. for proper vehicle operations 55
Minimum 325 amp. capacity alternator 56
Minimum three (3) 925 CCA batteries 57
Emergency broadcast communications system with four (4) speakers 58
NFPA Data Recorder with computer interface cable 59
International "Diamond Logic" (or equivalent) multiplex electrical control system 60
DOT required electric horn 61
Four (4) doors with electrically operated windows 62
NORFOLK INTERNATIONAL AIRPORT AUTHORITY
Type III ARFF Specifications
November 3, 2017 TS 3 OF 12 Acquire ARFF RIV Norfolk International Airport
A bright finished cab front sun visor bolted into place 63
Tilting front hood and fenders 64
Stationary front grill 65
NFPA engine intake ember separator protection 66
Single color bright white cab paint - Fire Service quality 67
Two (2) 22.5 x 9.0 front polished aluminum wheels 68
Two (2) 315/80R22.5 front radial tires, mud and snow tread 69
Four (4) 22.5 x 9.0 rear polished aluminum wheels 70
Four (4) 315/80R22.5 rear radial tires, cleated tread 71
MANUFACTURER CHASSIS MODIFICATIONS 72
A minimum 12" high bright finished wrap around bumper installed on the 20" frame extensions 73
An NFPA aluminum treadplate gravelshield installed between the bumper and the cab 74
Two (2) bright finished tow eyes to be extended through the front face of the bumper 75
A minimum 16,500 electric front bumper winch permanently installed behind the front bumper 76
Winch to have a minimum of 90' of nylon or equal synthetic cable with a clevis hook 77
Winch to have full frontal rollers and a minimum 12' pendent winch control cable 78
Winch to have a hinged NFPA compliant aluminum treadplate hinged cover with latch 79
The fuel tank and SCR emission tank shall be covered with NFPA compliant treadplate 80
The batteries shall be covered with NFPA compliant treadplate 81
The areas under the crew cab shall be covered with NFPA compliant treadplate with steps 82
Auxiliary cab access steps shall be bolted under each cab and crew cab door stepping area 83
A storage compartment shall be installed under the officer's side crew cab as large as possible 84
Storage compartment to have a hinged door, latch, and LED strip illumination light with switch 85
A custom fabricated cab control console shall be installed between the front cab seats 86
Exact console layout to be determined at the pre-construction conference 87
Three (3), two way radio antennas shall be mounted on the cab roof with coax cables 88
Protective stainless steel or other metal non rusting wheel hub and lug nut covers 89
LED step lights for all cab and crew cab stepping surfaces 90
Tire pressure monitoring devices for each front and rear tire, shipped loose 91
For personnel safety the rear window will be blacked out to eliminate hazardous light reflections 92
An interior cab storage compartment installed between the crew cab seating positions 93
NORFOLK INTERNATIONAL AIRPORT AUTHORITY
Type III ARFF Specifications
November 3, 2017 TS 4 OF 12 Acquire ARFF RIV Norfolk International Airport
Cab storage compartment to have a door and an LED illumination light with activation switch 94
ELECTRCIAL 95
A 120 volt onboard battery charger connected to a 120 volt automatic ejecting male receptacle 96
Male auto ejecting receptacle to have a minimum 20 amp rating 97
A battery charging status indicator will be provided to monitor battery charging 98
Seven (7) 120 volt power strips shall be installed, one (1) in each body compartment 99
120 volt power strips shall be connected into the 120 volt auto ejecting make receptacle 100
A 12 volt, positive and negative power stud shall be installed in the cab console 101
Seven (7) 12 volt power outlets shall be installed, one (1) in each body compartment 102
12 volt power outlet type and exact locations to be determined at the pre-construction meeting 103
Two (2) camera system one (1) at the rear for backing up, one (1) for showing the bumper turret 104
A minimum 7" color LCD monitor or other installed in the cab for two (2) camera capacity 105
A Helios model 625I (or equivalent) ARFF FLIR camera with color monitor 106
Two (2) 6" LED combination red/clear cab dome lights 107
Two (2) 6" LED combination red/clear crew cab dome lights 108
All four (4) dome lights to be activated by light head switches and by the cab/crew cab doors 109
Do not move LED warning light with audible alarm per NFPA 110
One (1) round USB port located adjacent to the driver's seating position 111
One (1) round USB port located adjacent to the officer's seating position 112
All required DOT, SAE, and NFPA chassis and body marker lights and reflector 113
License plate bracket with LED illumination light 114
Two (2) rear of body LED red combination stop/tail lights in chrome flange 115
Two (2) rear of body LED amber turn arrows in chrome flange 116
Two (2) rear of body LED clear back up lights in chrome flange 117
LED body step lights wherever necessary for stepping surfaces per NFPA 118
Two (2) LED lights above the pump dunnage area with control switch 119
Two (2) LED weatherproof strip lights installed in the hose bed with a control switch 120
Two (2) LED, minimum 7,000 lumen scene lights located on the officer's side of the body 121
Two (2) LED, minimum 7,000 lumen scene lights located on the driver's side of the body 122
Two (2) LED, minimum 7,000 lumen scene lights located on the rear of the body 123
Scene lights to be either Whelen Pioneer or Fire Research Spectra series (or equivalent) 124
NORFOLK INTERNATIONAL AIRPORT AUTHORITY
Type III ARFF Specifications
November 3, 2017 TS 5 OF 12 Acquire ARFF RIV Norfolk International Airport
Six (6) body scene light control switches, three (3) on the pump panel, and three (3) in the cab 125
The rear scene lights shall also activate when the transmission is placed into reverse 126
An LED stem mounted illumination light mounted on the front bumper turret. 127
Turret illumination light to be controlled by a switch in the cab and at the pump panel 128
Two (2) weatherproof strip type ground illumination lights installed under the front bumper 129
One (1) weatherproof strip type ground illumination light installed under the left side pump panel 130
One (1) weatherproof strip type ground illumination light under the right side compartments 131
Two (2) weatherproof strip type ground illumination lights installed under the rear body step 132
All ground lights to be controlled by engaging the parking brake 133
All ground lights to be controlled by a control switch located at the pump panel 134
All ground lights to be controlled by a control switch located in the cab 135
Two (2) LED, 4" x 6" rectangular fog/driving lights to be installed under the front bumper 136
One (1) 46" wide minimum LED front cab brow light with three (3) mode control modes 137
LED cab brow light to be activated by control switches in the cab and at the pump panel 138
Two (2) LED illumination lights installed in the pump compartment 139
Two (2) LED illumination lights installed in the engine compartment 140
Three (3) LED strip type lights installed in each body compartment, top, left and right sides 141
Compartment lights activated by an individual door switch 142
60" LED low profile cab light bar fully populated with red LED lights and two clear LED lights 143
Four (4) red LED minimum 7" x 9" warning lights, two (2) each side upper 144
Two (2) red LED minimum 7" x 9" warning lights on the upper portion of the body 145
Two (2) red LED minimum 4" x 6" warning lights on the front of the cab 146
Two (2) red LED minimum 4" x 6" warning lights on the sides of the front bumper extension 147
Two (2) red LED minimum 4" x 6" warning lights on the lower rear portion of the body 148
Two (2) red LED minimum 4" x 6" warning lights on the rear body fenders, one (1) each side 149
Minimum 46" long amber traffic arrow light at the rear of the body with control head in cab 150
Amber traffic arrow light recessed into the front face of the rear intermediate step 151
Minimum 107 db back up alarm connected into the transmission reverse circuit 152
Two (2) bright finished air horns recessed into the front bumper with two (2) cab control switches 153
A minimum 200 watt electronic siren with a dual tone pattern installed in the cab 154
Two (2) bright finished 100 watt speakers recessed into the front bumper 155
NORFOLK INTERNATIONAL AIRPORT AUTHORITY
Type III ARFF Specifications
November 3, 2017 TS 6 OF 12 Acquire ARFF RIV Norfolk International Airport
A minimum 5,000 watt, pure sign wave inverter will be installed as directed by the FD 156
The inverter will be connected into the vehicle 12 volt electrical system 157
A minimum eight (8) space breaker box will be installed in the L-1 body compartment 158
Breaker box to have six (6) 20 amp. breakers installed 159
Breaker box to be connected into the 5,000 watt inverter 160
PUMP, PLUMBING AND TANK 161
Darley LSP1500 (or equivalent) single stage 1500 GPM PTO driven pump 162 Muncie or Chelsea (or equivalent) hot shift PTO for pump utilization with control switch located in the cab 163 Pump shift indicator lights installed in the cab and at the pump panel 164
Electronic pump pressure governor with both electronic controls and a rotary control handle 165
A minimum 300 psi pump intake relief valve with user adjustable pressure control feature 166
A 12 volt "oil less" type pump primer connected into the pump 167
A secondary pump primer control located in the cab 168
A master pump drain valve 169
Individual bleeders and valves for all suction and discharge valves 170
A dunnage area provided above the pump in the center of the pump module and to the left side 171
A pump panel will be located on the left side of the vehicle and shall be approximately 42" long 172
No right side pump panel to be provided 173
The space where the right side pump panel would be will have a large storage compartment 174
This compartment will be noted as R-1 175
Two (2) dry chemical Nitrogen propellent bottles will be vertically stored in the R-1 compartment 176
Two (2) electrically DC operated Nitrogen bottle lift units with individual control switches 177
One (1) portable gas cylinder hand truck with a minimum 500 lb. capacity, shipped loose 178
One (1) 6" main pump suction intake on the left side pump panel 179
One (1) 6" intake valve installed behind the 6" main pump suction with a long handled cap 180
The intake valve to have a DC electrically operated valve with a manual override 181
One (1) 3" recess mounted auxiliary suction with 3" female swivel and a swing type handle 182
One (1) 4" tank to pump line with a 3" valve, electrically operated from the pump panel and cab 183
One (1) 2" tank refill line with a 2" valve controlled with a manual control handle 184
One (1) 2.5" discharge on the left pump panel with a manual control handle 185
One (1) 2.5" discharge on the rear of the body with a manual control handle 186
NORFOLK INTERNATIONAL AIRPORT AUTHORITY
Type III ARFF Specifications
November 3, 2017 TS 7 OF 12 Acquire ARFF RIV Norfolk International Airport
One (1) 4" rear discharge with a 4" ball valve and a handwheel control at the pump panel 187
Rear 4" discharge to have a 30 degree 4" Storz coupling adapter 188
Rear 4" discharge adapter to have 4" Storz x 2.5" NST reducing adapter with cap and chain 189
Two (2) 1.5" crosslays over the pump and replacement compartment full width on the right side 190
One (1) 2.5" crosslay over the pump and replacement compartment full width on the right side 191
Each crosslay to have a 90 degree, side to side swivel 192
An aluminum treadplate crosslay cover hinged forward, with black vinyl end flaps 193
All 2.5" discharges, the 4" discharge, the crosslays, reel, turret, etc. shall have 2.5" gauges 194
A 1" electric rewind aluminum dual agent reel installed in the rear body compartment 195
Reel to have an air control valve with a switch located next to the reel and at the pump panel 196
Reel to have two (2) 2.5" gauges one (1) for each line of the dual agent system 197
Reel to have 100' of 1" dual agent booster hose 198 Booster hose to have a Williams Hydro-Chem (or equivalent) dual agent nozzle and nozzle holder clip 199 An Akron 3463 Fire Fox (or equivalent) monitor installed on the front bumper with a rating of 500 GPM 200 The monitor will be electrically operated from the cab "joy stick" control unit 201
The monitor will have 3" plumbing and a 3" valve with valve controls located in the cab 202
An Akron 3463 (or equivalent) nozzle with an adjustable pattern with a flow of 350 to 500 gpm. 203 An Akron 3450 (or equivalent) dry chemical nozzle mounted parallel to the Akron 3463 water/foam nozzle 204 All suction and discharge piping will be stainless steel and high pressure hose where applicable 205
A Feecon AP-1.5 foam system (or equivalent) installed into the water pump discharge side 206
A 12 volt operated foam refill system installed to fill the onboard foam tank from the ground 207
The Fire Department will use and supply ANSULITE AFC-3MS 3% Military Spec. foam 208
Brushed finished minimum 12 gauge thickness stainless steel pump panel - left side only 209
Color coded labels, color coded gauges, color coded discharges and suctions 210
Weatherproof LED left side pump panel illumination light with a bright finished full width shield 211
UL pump test ports and half speed counter 212
Minimum 4" master suction and pressure gauges 213
Auxiliary engine cooler 214
Microphone box with lid and a speaker grill on the pump panel 215
An LED water tank level gauge located on the pump panel 216
A mini LED water tank level gauge located on the cab console 217
NORFOLK INTERNATIONAL AIRPORT AUTHORITY
Type III ARFF Specifications
November 3, 2017 TS 8 OF 12 Acquire ARFF RIV Norfolk International Airport
Large LED strip type water tank level gauges located on each side of the body - forward 218
An LED foam tank level gauge located on the pump panel 219
A mini LED foam tank level gauge located on the cab console 220
Large LED strip type water tank level gauges located on each side of the body - forward 221
A 500 gallon poly tank with an integral 60 gallon foam tank both having a lifetime warranty 222
A recessed 2.5" direct tank fill on the left side pump panel with control handle 223
A recessed 2.5" direct tank fill under the right side pump panel replacement compartment 224
A 500 lb. dry chemical system with Purple K or approved equal dry chemical included 225
A body access hatch to be installed in the top of the body for tank refilling of dry chemical 226
Two (2) high capacity Nitrogen propellent cylinders located as previously outlined 227
BODY 228
Body and frame to be custom manufactured and made from aluminum, steel, or stainless steel 229
Body to be 100" wide for maximum water/foam and body storage compartment capacity 230
A minimum of twelve (12) SCBA air bottle and extinguisher storage in the rear body fenders 231
Three (3) full height/full depth body compartments located on the left body side 232
Four (4) full height/split depth body compartments located on the right body side 233
One (1) body compartment located at the rear of the body above the rear step 234
Upper body storage compartments located on the right side of the hose bed area 235
Upper body compartments shall be full body length and have at least three (3) access doors 236
Upper body compartments to have gas cylinder type hold open type retainers 237
Upper body compartments to have LED strip lighting with door activated switches 238
Raised left side body panel to form the hose bed left side hose containment panel 239
All body compartments are to be as large and deep as possible for maximum storage space 240
Hose bed to hold 500' of 5", 500' of 3", 200' of 2.5" and 200' of 1.75" hose 241
Hose bed to be between raised left body side panel and the right side upper body compartments 242
Hose bed flooring to be aluminum or other smooth surface material, easily removable 243
Three (3) .25" minimum or equal fully adjustable hose bed partitions with oval rear hand holds 244
An aluminum treadplate NFPA combination "sliding and lift up" hose bed cover with lift cylinders 245
Hose bed cover to be manually operated with required rear hold down latches 246
The hose bed cover will support a minimum of two (2) FD personnel standing or walking 247
An aluminum treadplate access door(s) over the water/foam fill towers for ease of access 248
NORFOLK INTERNATIONAL AIRPORT AUTHORITY
Type III ARFF Specifications
November 3, 2017 TS 9 OF 12 Acquire ARFF RIV Norfolk International Airport
Two (2) black vinyl hose bed cover flaps with quarter turn fasteners and bungee cords 249
All body side compartment doors to be the hinged type 250
Body side compartment doors to be manufactured from the same material as the body 251
All body side doors to have full compartment box pans for maximum door strength 252
All body side "secondary" doors to have independent upper and lower latches or similar 253
All body side doors to have stainless steel hinges and stainless steel "D" ring fire handles 254
Gas cylinder type door retainers will be affixed to the upper portions of each body side door 255
Nylon or other pull straps will be affixed on the lower portion of the horizontally hinged door pans 256
The rear body compartment will have a roll up type door, brushed or natural finish 257
The rear body compartment door will have a removable door roll drip protector 258
All compartments will have sweep out floors 259
All compartment floors will be reinforced for intended equipment loads 260
All compartments will have protected compartment vents 261
Access panels will be provided in each body compartment to access components where needed 262
Bright finished body scuff panels will be installed on the rear body corners 263
A brushed stainless panel will be installed on the left body compartment facing the pump panel 264
Sacrificial body rub rails will be installed below each side body compartment 265
A running board hose recess will be installed in the pump panel step 266
The running board hose recess will hold 50' of 3" hose 267
The running board hose recess will have a raised aluminum NFPA treadplate hinged cover 268
Seven (7) pull out steps will be installed one (1) under each body compartment 269
The pull out steps will be custom manufactured to the exact size required for each compartment 270
Rear body NFPA grab handles at the rear of the body as needed 271
NFPA folding steps with LED illumination lights located on the left side body front face 272
NFPA folding steps with LED illumination lights located on the left side body rear face 273
NFPA folding steps with LED illumination lights located on the right side body rear face 274
Polished stainless steel or equal rear fenderettes installed on the rear fenders 275
2" Class III winch receivers located on the rear and left and right sides 276
12 volt electrical power will be provided for each receiver outlet 277
A pintle hook mounting plate with a bolt on removable hitch will be shipped loose 278
A 2-5/16 hitch ball will be installed on the hitch 279
NORFOLK INTERNATIONAL AIRPORT AUTHORITY
Type III ARFF Specifications
November 3, 2017 TS 10 OF 12 Acquire ARFF RIV Norfolk International Airport
A seven pin trailer connection will be installed on the vehicle along with a four pin adapter 280
A $7,500.00 shelving allowance to be included with any unused portions credited to the FD 281
The sales representative will mount all the Fire Department supplied equipment at the FD 282
The sales representative will provide new equipment holders and brackets as needed 283
One (1) aluminum electric rewind air hose reel to be installed in the upper body compartment 284
Air reel to have 100' of minimum 3/8" air hose installed on the reel 285
Air Reel to have a captive roller system and a control switch easily accessible 286
Air reel to be connected into the chassis air system 287
Air reel to have three (3) accessory air tanks installed between the frame rails 288
A 20 foot, two section extension ladder will be provided, Duo-Safety brand (or equivalent) 289
A Little Giant model 22 (or equivalent) utility combination ladder will be provided 290
The ladders will be stored no more than 5' off the ground on "beam" for non-strain usage 291
Ladder storage will be in a fully enclosed ladder compartment with a hinged rear access door 292
The ladder compartment will be between the water tank and the right side body compartments 293
The ladder compartment will have Nylon (or equivalent) bottom slide tracks for each ladder 294
Three (3) aluminum pike pole storage tubes will be located in the ladder storage compartment 295
One (1) 6', one (1) 8', and one 10' fiberglass handled pike poles will be supplied 296
One (1) pint of touch up paint for each color 297
One (1) bag/box of assorted body hardware 298
Six (6) LED 12v rechargeable hand lights, with charger bases installed as directed by the FD 299
Two (2) folding wheel chocks sized for the apparatus tire size 300
PAINT 301
The lower portion of the cab will be painted yellow to match existing apparatus 302
A black pin stripe will be installed between the white and yellow cab colors 303
The apparatus body shall be painted yellow to match existing apparatus 304
The body compartments will be coated with a nationally approved truck bed liner product 305
Color to be light gray for maximum light dispersion 306
The SCBA storage areas will be coated with a nationally approved truck bed liner product 307
Color to be dark gray 308
The pump house and plumbing will be painted black 309
The body undercarriage shall be rust proofed with an approved rustproofing agent 310
NORFOLK INTERNATIONAL AIRPORT AUTHORITY
Type III ARFF Specifications
November 3, 2017 TS 11 OF 12 Acquire ARFF RIV Norfolk International Airport
LETTERING AND STRIPING 311
Reflective lettering to be applied on the cab doors 312
Reflective lettering to be applied on the crew cab doors 313
Reflective lettering to be applied to the front cab grill area 314
Reflective lettering to be applied to the body side panels 315
Reflective vehicle numbers to be installed on the rear body roll up door 316
Large reflective vehicle numbers to be installed on the chassis crew cab roof 317
Fire Department supplied seals to be provided with manufacturer installation 318
A minimum 4" white reflective stripe to be applied to at least 60% of the vehicle per NFPA 319
Rear body chevron reflective striping to be applied to at least 50% of the rear body surface 320
The rear body chevron material will be "diamond grade" thickness or equal 321
BIDDER RESPONSIBILITIES 322
The bidder will state and include all warranties included with their proposal 323
The bidder will state their local service center and that service center capabilities 324
The bidder will include with their written proposal a 24"x36" line drawing of the proposed vehicle 325
The bidder will include separately the cost of two (2) trips to the manufacturer's facilities 326
The trips will be for a pre-construction meeting and for a final vehicle inspection 327
The trips will be for a maximum of two (2) Fire Department personnel and the sales rep. 328
The bidder will provide five (5) complete bid packages in three ring binders properly divided 329
One (1) binder will be labeled "original" and contain all original proposal documents 330
The bidder will have a pricing page clearly stating the proposal price 331
The bidder will state on the price page the length of the price guarantee 332
A 5% Bid Bond will accompany the bidder's proposal 333
A 100% Performance Bond will be provided after the contract has be accepted 334
The bidder will state a delivery time in calendar days from the date of contract acceptance 335
The bidder will provide weekly production pictures of the vehicle during construction 336
The bidder will provide a hose load analysis for the specified hose load requirement 337
The bidder will provide a weight certificate with the completed vehicle 338
The bidder will provide a minimum of three (3) days of vehicle training at the FD's location 339
The bidder will show proof that they are authorized to conduct business in Virginia 340
The bidder will provide "as built" vehicle wiring schematics 341
NORFOLK INTERNATIONAL AIRPORT AUTHORITY
Type III ARFF Specifications
November 3, 2017 TS 12 OF 12 Acquire ARFF RIV Norfolk International Airport
The bidder will provide "as built" plumbing, foam, dry chemical schematics 342
The bidder will provide two (2) CD or equal instruction and related systems manuals 343
CLARIFICATIONS OR EXCEPTIONS 344
Any clarifications or exceptions to these specifications will be included in the proposal binder 345
Clarifications or exceptions will be listed by section header and line item number 346
Complete explanations will be given for any clarifications or exception taken 347