HomeMy WebLinkAbout10/15/2019 06J Aircraft Rescue and Fire Fighter Equipment for Yakima Air Terminal; Agreement with Oshkosh Airport Products, LLC. 1
't..an,gtntj ka
di E$A
4.
4.#k `a
aY
BUSINESS OF THE CITY COUNCIL
YAKIMA, WASHINGTON
AGENDA STATEMENT
Item No. 6.J.
For Meeting of: October 15, 2019
ITEM TITLE: Resolution authorizing the execution of an agreement with Oshkosh
Airport Products, LLC., to provide required Aircraft Rescue and
Fire Fighting Equipment for the Yakima Air Terminal-McAllister
Field
SUBMITTED BY: Robert K. Peterson,Airport Director, 509-575-6149
SUMMARY EXPLANATION:
The Yakima Air Terminal-McAllister Field, in conjunction with the Federal Aviation Administration
(FAA), have identified the need to replace the airport's primary Aircraft Rescue and Fire
Fighting apparatus in order to meet Federal safety standards. On August 19, 2019, the airport
publicly advertised the need for such equipment and received three bids from contractors. Upon
careful review of all bids, it was recommended the City enter into an agreement with Oshkosh
Airport Products, LLC in the amount of $760,898.11 to construct and deliver the required fire
apparatus.
Ninety percent of the funding for this project is provided by the FAA in the form of a grant and the
remaining ten percent through the airport's Passenger Facility Charge program.
This acquisition will not impact the City's 2020 general fund or reserves.
ITEM BUDGETED: Yes
STRATEGIC PRIORITY: Public Safety
APPROVED FOR /2/
SUBMITTAL: f � �-- - i},- �- Interim City Manager
STAFF RECOMMENDATION:
Adopt Resolution.
2
BOARD/COMMITTEE RECOMMENDATION:
ATTACHMENTS:
Description Upload Date Type
D Resolution 10/712019 Geer Memo
D Blank Agreement 942019 antral
D FAA Recommendation toA .ard gizzoie Backup Material
D FAA Bay American Czincurrence. 91212019 Backup Material
D Signed Bid Tab 10/4/2019 Backup Material
3
RESOLUTION NO. R-2019-
A RESOLUTION authorizing the execution of an agreement with Oshkosh Airport Products, LLC.,
to provide required Aircraft Rescue and Fire Fighting Equipment for the Yakima Air
Terminal-McAllister Field.
WHEREAS, the City owns and operates Yakima Air Terminal-McAllister Field in accordance with
applicable Federal, State and Local regulations; and
WHEREAS, in 2005, the Yakima Air Terminal-McAllister Field acquired an Aircraft Rescue and
Fire Fighting (ARFF) apparatus and it is recommended by the Federal Aviation Administration (FAA) to
replace the apparatus every 15 years due to the inability to obtain replacement parts as mechanical
issues arise; and
WHEREAS the Yakima Air Terminal-McAllister Field, in conjunction with the FAA, have identified
the need to replace the airport's primary ARFF apparatus in order to meet Federal safety standards; and
WHEREAS, the Yakima Air Terminal-McAllister Field advertised the need for replacing the
airport's primary ARFF apparatus under a competitive bidding process and received three bids that were
thoroughly evaluated; the airport has identified a lowest responsive and responsible bidder and has
provided a letter of recommendation to the FAA to award the bid; and
WHEREAS, upon receiving FAA approval to award the bid to the lowest responsive and
responsible bidder,the City of Yakima is now ready to enter into a contract with Oshkosh Airport Products,
LLC. that is attached hereto and incorporated herein by this reference to assemble and provide the
specialized ARFF apparatus the Air Terminal requires; and
WHEREAS, the City Council has determined that approval of said agreement will promote the
purposes of the Yakima Air Terminal-McAllister Field, will promote increased aviation safety as well as
provide for the general health, safety and welfare of the citizens and is therefore in the best interests of
residents of the City of Yakima; Now, Therefore
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA:
The City Manager is hereby authorized and directed to execute and administer the attached and
incorporated agreement with Oshkosh Airport Products, LLC., in an amount of seven hundred and sixty
thousand, eight hundred ninety-eight dollars and eleven cents ($760,898.11) to assemble and provide
the required ARFF Equipment for the Yakima Air Terminal-McAllister Field.
ADOPTED BY THE CITY COUNCIL this 15th day of October, 2019.
ATTEST: Kathy Coffey, Mayor
Sonya Clear Tee, City Clerk
4
CITY OF YAKIMA
YAKIMA AIR TERMINAL
ARFF Truck Procurement,Class 4
AIP 3-53-0089-044-2019
NOTICE OF AWA
To: Dated:
PROJECT DESCRIPTION:
The OWNER has considered the Bid submitted by you for the above-described Work in response to its Invitation for Bid dated
and Information for Bidders.
You are hereby notified that your Base Bid has been accepted for items in the amount of
You are required by the Information for Bidders to fully execute the Agreement and furnish the required CONTRACTOR'S Performance
Bond, Payment Bond and Certificates of Insurance within fifteen (15) calendar days from the date of this Notice to you, which is by
If you fail to execute said Agreement and to furnish said Bonds within fifteen(15)calendar days from the date of this Notice,said OWNER
will be entitled to consider all your rights arising out of the OWNER'S acceptance of your Bid as abandoned and as a forfeiture of your Bid
Bond.The OWNER will be entitled to such other rights as may be granted by law.
You are required to return an acknowledged copy of this NOTICE OF AWARD to the OWNER.
Dated this day of ,20
OWNER
By:
Signature
'I
ACCEPTANCE OF NOTICE OF AWARD
Receipt of the NOTICE OF AWARD is hereby acknowledged by Contractors Name,this day of
20
CONTRACTOR
By;
Signature
Title:
70-19-005/Yakima A r Terrnmal
Page 1-30
5
CITY OFYA0MA
YAK|yNx AIR TERMINAL -
uK.FF Truck Procurement,Class 4
A(P]'53'0O89'O4420i9
CONT FORM
THIS AGREEMENT, made the day of _ _ , 20__ hy and between,
,
hereinafter called the"CONTBACTV8." and the` � �hereinafter called the"UYVNEB^.
WITNESSETH:That the CONTRACTOR and the OWNER,for the consideration hereinafter named,agree as follows:
.ARTICLE'l;SCOPE OF WORK:Thc CONTRACTOR shall furnish all labor,tools,materials,equipment and supplies required for the
� in accordance with the Contract Documents and specifications for AIP No. � � Tbc
approximate quantities of work are shown in the Rid Proposal bound in this document.
ARTICLE 2; TIME OF COMPLETION--~` The work to be pn,tonned under this Contract ohu|| be commenced on the date specified in
the Notice to Proceed and mh^|| be completed within (VVnrking/Cw|endu,C/nym.The CONTRACTOR agrees to pay, as liquidated
damages,the following sums:
for each consecutive(Working/Calendar)day thereafter,the equipment remains undelivered.The time for completion shall include the time
necessary m order and procure materials.
ARTICLE 3: THE CONTRACT SUM: The OWNER shall pay the CONTRACTOR for the performance o[the Contract,subject m
additions and deductions provided therein, in current funds an amount equal to the estimated total bid,including tax,ue provided inthe
Bid Schedule oy Items and Prices,usfollows: ^
ARTICLE 4: PAYMENTS:The OWNER will make payment on account m the CONTRACTOR ux provided therein,oofollows:
Within 10 calendar days after completing the required training as set forth by the specifications,the CONTRACTOR shall submit for
payment on invoice for the full contract amount.Payment will be made in f1ill within 30 calendar days of receipt of invoice,conditional
that the final certificate and final acceptance are issued oa set forth inARTICLE 5.
A 'S. -FINAL^=`- ACC Upon receipt of invoice, the ENGINEER will vo,ify fulfillment of the Contract to include
delivery of equipment, training, and data submittal. When verified by the ENGINEER that all terms and conditions have been (b||y
pr,0o,mnd, be oho|| promptly issue u fiou| certificotc, over his own oignutme, stating the work provided for in this contract has been
completed and is accepted by him under the terms and conditions hereof Final acceptance will be issued withiu]O calendar days hythe
OWNER after their acceptance v[said final certificate.
Before issuance of the final certificate,the CONTRACTOR shall submit evidence,satisfactory to the ENGINEER,that all payrolls,material
bills,taxes and other indebtedness connected with the work have been paid. Final release of Performance and Payment Bond shall be done
( after receipt nf releases from Washington State Labor and Industries,Employment Security and Department of Revenue.
The making and acceptance of the payment shall constitute a waiver of all claims by the OWNER,other than those arising from unsettled
hen*, from faulty work appearing after final payment u, from requirements o[specifications, and nfall claims hy the CONTRACTOR,
except those previously make and still unsettled.
m'1v'no5/Yakima Air Terminal
6
CITY OF YAKIMA
YAKIMA AIR TERMINAL
ARFF Truck Procurement,Class 4
MP 3-53-0089-044-2019
CONT ' • CT FORM (CONT'D)
ARTICLE 6: THE CONT' • CT DOCUMENTS: The Invitation for Bid, Information for Bidders, Bid Proposal, and Technical
Specifications,together with this Agreement,form the Contract,and they are as fully a part thereof and hereof as if hereto attached or
herein repeated.
ARTICLE 7: FEDE • L CONTRACT CLAUSES:The CONTRACTOR agrees by signing this contract,to certify and comply with all
Federal regulations,clauses and certifications stipulated within these contract documents.
49 CFR Part 26 provides that each contract the OWNER enters into with a CONTRACTOR(and each subcontract the contractor signs with
a subcontractor)shall include the following assurance:
"The CONTRACTOR and its subcontractors shall not discriminate on the basis of race color,national origin,or sex in the performance
of this contract. The CONTRACTOR shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of
Department of Transportation(DOT)assisted contracts. Failure by the CONTRACTOR to carry out these requirements is a material
breach of this contract,which may result in the termination of this contract or such other remedy as the recipient deems appropriate"
IN WITNESS WHEREOF,the parties hereto have executed this Agreement the day and year first above written.
CONT CTOR OWNER
70-19-005/Yakima Air Terriunal
Page 1-32
7
CITY 0PYA0MA
Y&8JM&AIR TERMINAL
ARFF Truck Procurement,Class 4
a|P3'53'O089'O442O|9
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS:that
(Name ufCONTRACTOR)
(Address v/CONTRACTOR)
°hereinafter called
(ludividuui Partnership,o,Corporation)
Principal,and
(Name of Surety)
(Address oySurety)
hereinafter called Smrty, are held and finn|y bound unto the ~�~ hereinafter called the OWNER, in the penal sum of
Dollars($' ~�. in lawful money of the United States,for the payment of which sum well and truly to be made,we bind ourselves,
successors and assigns,jointly and severally,firmly by these presents,
THE CONDITION OF THIS 0BL/(}&Ti0N ix such that whereas,the principal entered into certain Agreement with the OWNER,
dated the day of 20 a copy of which is bound herein attached and made a part hereof for the construction of.
NOW,THEREFORE,i[the Principal shall well,truly and faithftilly perform its duties,all the undertaking,covenants,terms,conditions,
and agreements n[onid Agreement during the original term thereof,and any extensions thereof which may hv granted by the OWNER,
with o,without notice w the Surety and during the one(1)year guaranty period,and if he shall satisfy all claims and demands incurred
under such contract,and shall fully indemnify and save harmless the OWNER from all cnom and damages that it may suffer byreason
of failure to do so,and shall reimburse and repay the OWNER all outlay and expense that the OWNER may incur in making good any
default,this obligation shall bc void;otherwise tn remain infull force and effect.
PROVIDED rURT}{2R,that the said Surety,for value received hereby stipulates and agrees that nn change,extension nf time,alteration
nr addition to the terms of the Agreement or/o the Work mbo performed thereunder o,the 8pecifiuudunaaccompanying the same shall in
any way affect its obligation on this Bond,and it does hereby waive notice of any such change,extension of time,alteration or addition to
the terms o[the Contract o,/w the Work orm the Specifications.
^7o'0'oo5/Yakima Air
--Terminal
--
mo, /'a
8
CITY OF YAKIMA
YAKIMA AIR TERMINAL
ARFF Truck Procurement,Class 4
AIP 3-53-0089-044-2019
PE' 00 ANCE BOND(Continued)
PROVIDED FURTHER,that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary
hereunder,whose claim may be unsatisfied.
IN WITNESS WHEREOF, this instrument is executed in three(3) parts, each of which shall be deemed an original, this day of
,20 .
ATTEST:
Contractor
Principal (Principal)Secretary
By:
Signature
Street or P.O.Box (SEAL)
City,State and Zip Code Witness as to Principal
Street or P.O.Box
City,State and Zip Code
ATTEST:
Surety (Surety)Secretary
By:
Signature
Street or P.O.Box (SEAL)
City,State and Zip Code Witness as to Surety
Street or P.O.Box
City, State and Zip Code
NOTE:
1. Date of Payment Bond must not be prior to the date of the Agreement.(If the CONTRACTOR is a Partnership,all partners should
execute the Bond.)
2. The Rate of premium of the Bond shall be stated together with the total amount of the premium charged.
3. The current power of attorney of the person who signs for any surety company shall be attached to the bond.
Bond Premium
70-19-005/Yakima Am Terminal
Page 1-34
y
CITY UfYAK|MA
YAKIMA AIR TERMINAL
ARFF Truck Procurement,Class 4
AlPJ'j3'0009'O44'20\9
PAY' ENT BOND
KNOW ALL MEN BY THESE PRESENTS:that
(Name ofCONTRACTOR)
(Address o[CONTRACTOR)
hereinafter called
({ndividuai Partnership,orCorporation)
Principal,and
(Name o[Surety)
(Address nfSurety)
hereinafter called Qo,cty, are held and O,mh/ bound unto the, _ hereinafter called the 0\mNGB, ix the penal sum of
0v||um($ in lawful money oythe United States, for the payment o[which sum well and truly to be made, vvn bind ourselves,
successors and assigns,jointly and severally,firmly hy these presents.
This bond is executed in pursuance of Chapter 39.08,Revised Code of Washington.
THE CONDITION OF THIS OBLIGATION is such that whereas,the principal entered into a certain Agreement with the OWNER,dated
the day of ~�~ � 120 ,u copy n[which ia bound herein and made u part hereof for the construction nt
NOW, THEREFORE, if the Principal shall
^promptly make payment==—~ V persons, 6nn°, Subcontractors, and corporations furnishing
materials for or performing iubn, in the pmocoudou of the Work provided for in such Agreement, and any authorized extension or
modification thereof,including all amounts due for materials,lubricants,oil,gasoline,repairs on machinery,equipment and tools,consumed
or used in connection with the construction of such u/n,k,and all insurance premiums unsaid VVnd,and for all labor performed in such
Work whether by Subcontractor or otherwise,then this obligation shall be void;otherwise to remain in full force and effect.
PROVIDED FURTHER,that the said Surety,for value received hereby stipulates and agrees that no change,extension oftime,alteration
o,addition tothe terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in
any way affect its obligation to this Bond,and it does hereby waive notice of any such change,extension of time,alteration or addition to
the terms o[the Contract o,»o the Work orm the 9pc6ficmiona.
PROVIDED FURTHER,that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary
' hereunder,whose claim may hmunsatisfied.
^7o'|v'un5/Yakima
—Air
--Terminal
ru«r /'»5
10
CITY OF YAKIMA
YAKIMA AIR TERMINAL
ARFF Truck Procurement,Class 4
AIP 3-53-0089-044-2019
PAYMENT BOND (Continued)
IN WITNESS WHEREOF,this instrument is executed in three(3)parts,each of which shall be deemed an original,this the day of
,20
ATTEST:
Contractor
Principal (Principal)Secretary
By:
Signature
Street or P.O.Box (SEAL)
City,State and Zip Code Witness as to Principal
Street or P.O.Box
City,State and Zip Code
ATTEST:
Surety (Surety)Secretary
By:
Signature
Street or P.O.Box (SEAL)
City,State and Zip Code Witness as to Surety
•
Street or P.O.Box
City, State and Zip Code
NOTES:
1. Date of Payment Bond must not be prior to the date of the Agreement.(If the CONTRACTOR is a Partnership,all partners should
execute the Bond.)
2. The Rate of premium of the Bond shall be stated together with the total amount of the premium charged.
3. The current power of attorney of the person who signs for any surety company shall be attached to the bond.
Bond Premium $
70-19-005/Yakima Air Terminal
Page 1-36
11
CITY OF YAKIMA
YAKIMA AIR TERMINAL
ARFF Truck Procurement Class 4
AIP 3-53-0089-044-2019
NOTICE TO PROCEED
To: Date:
CONTRACTOR
You are hereby notified that the Contract Time for construction of the above Project will commence to run on the day of
20 .On that date,you are to start performing the Work and your other obligations under the Contract Documents.The date of Substantial
Completion shall be no later than Date
OWNER
By:
Signature
Name:
Title:
ACCEPTANCE OF NOTICE
Receipt of the above Notice to Proceed is hereby acknowledged by Contractors Name this
day of ,20
CONT' CTOR
By:
Signature
Name:
70-19-005/Yakima Air Terminal
Page 1-37
12
CITY OF YAKIMA
YAKIMA AIR TERMINAL
ARFF Truck Procurement,Class 4
AIP 3-53-0089-(44-2019
Certification Regarding
Debarment,Suspension,Ineligibility and Voluntary Exclusion
Lower Tier Covered Transactions
This certification is required by the regulations implementing Executive Order 12549,Debarment and Suspension,13 CFR
Part 145. The regulations were published as Part VII of the May 26,19:: Federal Register(pages 19160-19211). Copies of
the regulations may be obtained by contacting the person to which this proposal is submitted.
(BEFORE COMPLETING CERTIFICATION,READ INSTRUCTIONS ON REVERSE)
(1) The prospective lower tier participant certifies,by submission of this proposal,that neither it nor its principals
are presently debarred,suspended,proposed for disbarment,declared ineligible,or voluntarily excluded
from participation in this transaction by any Federal department or agency.
(2) Where the prospective lower her participant is unable to certify to any of the statements in this certification,
such prospective participant shall attach an explanation to this proposal.
Business Name
...........
Date By
Name ana Tr le ormitrienzed epresentative
Signature otAuthormed Representative
SBA Form 1624 (12,92)
70-19-005/Yakima Am Terminal
Page 1-38
13
CI FY OF YAKIMA
YAKIMA AIR TERMINAL
ARFF Truck Procurement,Class 4
AIP 3-53-0089-044-2019
-2
INSTRUCTIONS FOR CERTIFICATION
1. By signing and submitting this proposal,the prospective lower tier participant is providing the certification set out
telow.
2. The certification in this clause is a material representation of fact upon which reliance was placed when this
transaction was entered into. If is later determined that the prospective lower tier participant knowingly rendered an
erroneous certification,in addition to other remedies available to the Federal Government,the department or agency
with which this transaction originated may pursue available remedies,including suspension and/or debarment.
3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is
submitted if at any time the prospective bwer tier participant learns that its certification was erroneous when submitted
or has become erroneous by reason of changed circumstances
4. The terms"covered transaction,""debarred,""suspended,""ineligible,""lower tier covered transaction,"
"participant""person,""primary covered transaction,'''principal,""proposal,"and''voluntarily excluded,"as used in this
clause, have the meanings set out in the Definitions and Coverage sections of the rules implementing Executive Order
12549 You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those
regulations(13CFR Part 145).
5. The prospective lower tier participant agrees by submitting this proposal that should the proposed covered
transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is
debarred suspended,declared ineligible,or voluntarily excluded from participation in this covered transaction,unless
authorized by the department or agency with which this transaction originated.
6. The prospective lower tier participant further agrees by submitting this proposal that it will include the clause titled
"Certification Regarding Debarment Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Covered
Transactions,"without modification,in all lower tier covered transactions and in all solicitations for lower tier covered
transactions.
7 A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier
covered transaction that is not deas it knows that the certification is erroneous, A participant may decide the method
and frequency by which it determines the ineligibility of its principals Each participant may,but is not required to,check
the Nonprocurement List,
8, 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 clause. The knowledge and information of a participant is not
required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.
9 Except for transactions authorized under paragraph 5 of these instructions,if a participant in a covered transaction
knowingly enters into a lower tier covered transaction with a person who is suspended debarred,ineligible,or voluntarily
excluded from participation in this transaction,in addition to other remedies available to the Federal Government,the
department or agency with which this transaction originated may pursue available remedies,including suspension
and/or debarment
70-1 9-005/Yakima Air Terminal
Page 1-39
14
CITY OF YAKIMA
YAKIMA AIR TERMINAL
ARFF Truck Procurement,Class 4
ALP 3-53-0089-044-2019
N•N-T FFICKING CERTIFICATION
(TO BE SUBMITTED PRIOR TO NOTICE OF AWARD)
Trafficking in persons:
A. Provisions applicable to a recipient that is a private entity.
1. You as the recipient,your employees,subrecipients under this award,and subrecipients employees may not—
i. Engage in severe forms of trafficking in persons during the period of time that the award is in effect;
ii. Procure a commercial sex act during the period of time that the award is in effect;or
iii. Use forced labor in the performance of the award of subawards under the award.
Certification:
being (title)of
,hereby certify that the information as stated above is true and
complete to the best of my knowledge and belief and the above mentioned statement will be provided in writing to all
subcontractors hired for the above mentioned job.
Signature Date
Name and Title
Contractor
70-19-005/Yakima Air Terminal
Page 1-40
15
CITY OF YAKIMA
YAKIMA AIR TERMINAL
ARFF Truck Procurement,Class 4
AIP 3-53-0089-044-2019
LIEN AND CLAIMS RELEASE
(Contractor, Address) hereby
certifies that the work for the above project has been completed in accordance with the Contract Documents,and that all
previous progress payments received from the Owner on account of work performed under the Contract referred to has
been applied by the undersigned to discharge in full all obligations of the undersigned incurred in connection with the
•
work covered by prior requisitions for payment under said contract and that all materials and equipment covered by the
final requisition for payment are free and clear of all liens, claims, security interests and encumbrances. All persons,
firms,and partnerships who have furnished labor and or material to date on said project have been paid.
Contractor
Subscribed and sworn before me in the State(or Commonwealth)of this day
of 20
Notary Public
My Commission Expires
•
70-19-005/Yakima Air Terminal
Page 1-4 I
16
0
U.S. Department Northwest Mountain Region Seattle Airports District Office
of Transportation Colorado Idaho Montana Oregon 2200 S. 216th Street, Suite 1W-420
Federal Aviation Utah Washington Wyoming Des Moines, WA 98198
Administration
September 6, 2019
Mr. Robert K. Peterson
Airport Director
2406 West Washington Avenue, Suite B
Yakima, WA 98903
Yakima Air Terminal-McAllister Field
Yakima, Washington
Purchase Aircraft Rescue and Fire Fighting(ARFF) Vehicle
Airport Improvement Program (AIP)Project 3-53-0089-044-2019
Concurrence in Award
Dear Mr. Peterson:
I have reviewed your consultant's (JUB Engineers, Inc.)bid summary attached to your
recommendation to award Oshkosh Airport Products, LLC, in the amount of$760,898.11.
Furthermore, I accept your statement that the cost is reasonable based on the price/cost analysis
performed by you or your consultant. Please maintain a copy of your price/cost analysis for future
audit purposes.
As you are aware, FAA Reauthorization Act of 2018 (P.L. 115-254), hereafter referred to as "the
2018 Act,"was signed into law on October 5, 2018. It extended FAA's funding and authorities
through Fiscal Year 2023. The bill included numerous changes to statues and other authorizing
Acts governing the operations and administration of multiple programs under the Office of Airports
(ARP or Airports). ARP Reauthorization Program Guidance Letter(R-PGL) number 19-03,Airport
Types & Eligibility, should be published soon and will communicate the provision in the 2018 Act
that updates Buy American requirements. Please be advised the FAA must publish for public
comment a Notice of Buy American. Determination for Yakima Air Terminal's ARFF Vehicle.
After we post FAA's waiver determination on the website of the Department of Transportation we
will notify you. The public comment period is 10-days. A nonspecific list of comments that may
require further action by our office includes the following.
a) Comments that contain information that if known may have resulted in a rejected or
revoked waiver.
b) Comments that request a response from the FAA.
You are reminded that your Disadvantage Business Enterprise (DBE) Accomplishments reports are
due annually by on December 1 for the previous Fiscal Year. Details regarding the Federal
Aviation Administration (FAA) Airport DBE Program can be found at the address below:
http: ;'www.faa.gov/about/office org/headquarters offices acr/bus ent program'.
FAA regulations require the sponsor certify that adequate project supervision is arranged. Also, the
sponsor must ensure that equipment conforms to the approved specifications. Please provide me
with the following documents:
17
1. One copy of the executed contract.
2. A copy of the Notice to Proceed so we will be aware of the beginning project date. This
should be provided only after the sponsor determines that all necessary contracts, bonds,
certificates of insurance, etc., are satisfactory, so that a Notice to Proceed may be issued to
the contractor.
Before you issue the Notice to Proceed, the contractor's schedule and the overall project acceptance
requirements should be discussed. A final inspection of the equipment should be scheduled prior to
formal acceptance.
Federal participation is contingent upon equipment conforming to the approved specifications. To
accomplish this, your representative must be familiar with the specification requirements.
Copies of all test results/certifications should be available at the airport office for our review. Until
the grant is officially closed, Construction Progress and Inspection Reports, using FAA Form
5370-1 must be submitted on a quarterly basis.
Changes to the specifications should be made by change order or supplemental agreement.
Approval by the FAA should be obtained prior to performing the work to be eligible for
participation.
If you have questions please call me at(206) 231-4131.
Sincerely,
MARY 2oMAR lVAPGAdby
VARGAS''°572001190
70
9o00
9
Mary Vargas, SEA-633
Seattle ADO
18
0
U.S. Department Northwest Mountain Region Seattle Airports District Office
of Transportation Colorado Idaho Montana Oregon 2200 S. 216th Street, Suite 1W-420
Federal Aviation Utah Washington Wyoming Des Moines, WA 98198
Administration
September 6, 2019
Mr. Robert K. Peterson
Airport Director
2406 West Washington Avenue, Suite B
Yakima, WA 98903
Yakima Air Terminal-McAllister Field
Yakima, Washington
Purchase Aircraft Rescue and Fire Fighting(ARFF) Vehicle
Airport Improvement Program (AIP)Project 3-53-0089-044-2019
Concurrence in Award
Dear Mr. Peterson:
I have reviewed your consultant's (JUB Engineers, Inc.)bid summary attached to your
recommendation to award Oshkosh Airport Products, LLC, in the amount of$760,898.11.
Furthermore, I accept your statement that the cost is reasonable based on the price/cost analysis
performed by you or your consultant. Please maintain a copy of your price/cost analysis for future
audit purposes.
As you are aware, FAA Reauthorization Act of 2018 (P.L. 115-254), hereafter referred to as "the
2018 Act,"was signed into law on October 5, 2018. It extended FAA's funding and authorities
through Fiscal Year 2023. The bill included numerous changes to statues and other authorizing
Acts governing the operations and administration of multiple programs under the Office of Airports
(ARP or Airports). ARP Reauthorization Program Guidance Letter(R-PGL) number 19-03,Airport
Types & Eligibility, should be published soon and will communicate the provision in the 2018 Act
that updates Buy American requirements. Please be advised the FAA must publish for public
comment a Notice of Buy American. Determination for Yakima Air Terminal's ARFF Vehicle.
After we post FAA's waiver determination on the website of the Department of Transportation we
will notify you. The public comment period is 10-days. A nonspecific list of comments that may
require further action by our office includes the following.
a) Comments that contain information that if known may have resulted in a rejected or
revoked waiver.
b) Comments that request a response from the FAA.
You are reminded that your Disadvantage Business Enterprise (DBE) Accomplishments reports are
due annually by on December 1 for the previous Fiscal Year. Details regarding the Federal
Aviation Administration (FAA) Airport DBE Program can be found at the address below:
http: ;'www.faa.gov/about/office org/headquarters offices acr/bus ent program'.
FAA regulations require the sponsor certify that adequate project supervision is arranged. Also, the
sponsor must ensure that equipment conforms to the approved specifications. Please provide me
with the following documents:
19
1. One copy of the executed contract.
2. A copy of the Notice to Proceed so we will be aware of the beginning project date. This
should be provided only after the sponsor determines that all necessary contracts, bonds,
certificates of insurance, etc., are satisfactory, so that a Notice to Proceed may be issued to
the contractor.
Before you issue the Notice to Proceed, the contractor's schedule and the overall project acceptance
requirements should be discussed. A final inspection of the equipment should be scheduled prior to
formal acceptance.
Federal participation is contingent upon equipment conforming to the approved specifications. To
accomplish this, your representative must be familiar with the specification requirements.
Copies of all test results/certifications should be available at the airport office for our review. Until
the grant is officially closed, Construction Progress and Inspection Reports, using FAA Form
5370-1 must be submitted on a quarterly basis.
Changes to the specifications should be made by change order or supplemental agreement.
Approval by the FAA should be obtained prior to performing the work to be eligible for
participation.
If you have questions please call me at(206) 231-4131.
Sincerely,
MARY 2oMAR lVAPGAdby
VARGAS''°572001190
70
9o00
9
Mary Vargas, SEA-633
Seattle ADO
20
CITY OF YAKIMA
YAKIMA AIR TERMINAL
ARFF Truck Procurement,Class 4
AIP 3-53-0089-044-2019
NOTICE OF AWA ' i
,
, To: Oshkosh Airport Products,LLC Dated: September 26.2019
1515 County Road 0
Neenah,WI 54956
1
PROJECT DESCRIPTION:ARFF TRUCK PROCUREMENT CLASS 4 AIP 3-53-0089-044-2019
The OWNER has considered the Bid submitted by you for the above-described Work in response to its Invitation for
Bid dated August 19,2019, and Information for Bidders.
You are hereby notified that your Base Bid has been accepted for items in the amount of
Seven Hundred Sixty Thousand,Eight Hundred Ninety-Eight Dollars and Eleven Cents($760,898.11)
You are required by the Information for Bidders to fully execute the Agreement and furnish the required
CONTRACTOR'S Performance Bond, Payment Bond and Certificates of Insurance within fifteen (15) calendar days
from the date of this Notice to you,which is by October 14,2019.
If you fail to execute said Agreement and to furnish said Bonds within fifteen(15)calendar days from the date of this
Notice, said OWNER will be entitled to consider all your rights arising out of the OWNERS acceptance of your Bid as
abandoned and as a forfeiture of your Bid Bond,The OWNER will be entitled to such other rights as may be granted by
law.
You are required to return an acknowledged copy of this NOTICE OF AWARD to the OWNER.
Dated this Oday of September,2 1-9,
c1TY CONTRACT
ti 1 RESOLUTION NO.
\ s /
By: , ...., ,' ....,' -")
Signature ' 1.
Title:7 VIk i ITYLa ,
ACCEPTANCE OF NOTICE OF AWARD
Receipt of the NOTICE OF AWARD is hereby acknowledged by Oshkosh Airport Products,LLC,this day of
September,2019
CONT' , CTOR
By:
Signature
Title;
70-19-005/Yakima Air Terminal
Page 1-30
Yakima Air Terminal-AIP 3-53-0089-044-2019-Aircraft Rescue and Fire Fighting(ARFF)Equipment Procurement
Bid Opening-August 19,2019 11:00 am
lilbbER NAME. Engineer's ' Oshkosh Airport Products Rosenbauer Minnesota,LLC — E-One,Inc.
ADDRESS: Estimate 1515 County Road 0 5181 260h Street/PO Box 549 1601 SW 37th Ave.
NeenabhWI 54956 I Wvomina.MN 55092 Ocala..FL 84174
ITEM - ITEM EST. UNIT TOTAL UNIT TOTAL UNIT TOTAL, UNIT TOTAL
NO. DESCRIPTION QUAt. UNIT PRICE PRICE PRICE PRICE PRICE PRICE PRICE PRICE
SP-1 ,CLASS 4 AIRCRAFT RESCUE ARO FIRE F GHTlt (ARF'l VEHICLE ,,... ...
1 ,ARFF Vehicle 1 LS '$650.-009,00 $650,.000.Q $70303.00 $703,233.00, $721.140.00, $721,140.00 $765,634.00, $76 a,634,00=
8.2%Sales Tax 51300,000 $57,665.106 $59,133.480, $62,781.' :r
TV pch dule 1: $703.300.00 $760.898,111 $780.273.48 i S828415.94
Addenda SignedNIA x x x.....
Proposal Signed NIA x x x
aid Bond/Certified Check NIA
C porateicompanOualifis on WA x x x..
,...,,Bur Moto CeliScate NIA x rer.in uded x
Non-TralFickina Cedification N/A x x
Trade Restriction Call ica an ,. .NIA ...... x x x
Tax Oelinmr _.. _ N/A ,...�, x Cling OFx
CITY ENGINEERS REPORT KIM
COMPETITIVE BIDS WERE OPENED ON 8/19/2019 YAKIMA AIR TERMINAL ARFF PROCUREMENT Al?3-53-0089-44-2019 '
ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE.
I RECOMMEND THE CONTRACT BE AWARDED TO:Oshkosh Airport
Products,Inc.
,
-1—":eirtil.",!./s,
. 1S:ilk
- '£ .4
yt1AI A� I3 MAL? 8Y GI M R
r
efe8//9
w
Project Engineer Date CITY MANAGE i Date
i %4 -,
SHEET 1 OF 1
N
>,00r.,,,.oo.aa...,o.-.:....,..,n,ot,n,o_nnc v,i.;..,,AOPP rIxL..nlrev+I iri nnaninnka-02-10 RIfTAR-YI(M AIPdd ARFF Fouinment