ACQUIRE AIRCRAFT RESCUE AND FIREFIGHTING TYPE III RAPID INTERVENTION VEHICLE

Similar documents
2018 Procurement of Airport Rescue Fire Fighting (ARFF) Personal Protective Equipment (PPE) and Self-Contained Breathing Apparatus (SCBA)

ADDENDUM NO. 1 REQUEST FOR PROPOSALS FOR COMMUNITY PROGRAMS LEGAL SERVICES CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT CITY OF CHARLOTTE, NORTH CAROLINA

Exhibit C Federal Aviation Administration (FAA) Bidder Requirements

4. CARGO PREFERENCE REQUIREMENTS 46 U.S.C CFR

SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation)

Request for Qualifications: Continuing Services For Central Florida Regional Planning Council

Required Contract Provisions for Airport Improvement Program and for Obligated Sponsors

HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 1 TO SOFTWARE SUPPORT AGREEMENT TRITECH SOFTWARE SYSTEMS

U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

STANDARD PURCHASE ORDER TERMS AND CONDITIONS

DIVISION III FEDERAL CONTRACT PROVISIONS Solicitation RFQ Authority Project No. 927 DRAFT

APPENDIX D PAGE 1 of 9. A. ACCESS TO RECORDS AND REPORTS 49 U.S.C. 5325; 18 CFR (i); 49 CFR

SPECIAL PROVISIONS TABLE OF CONTENTS A. FEDERAL AVIATION ADMINISTRATION REQUIREMENTS

HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 1 TO SPACE RENTAL AGREEMENT TAMPA INTERNATIONAL AIRPORT BRITISH AIRWAYS PLC.

Barkley Regional Airport Authority, P.O. Box 1131, Paducah, KY Request for Qualifications. March 13, 2019

SOLICITATION FOR CONTINUING SERVICES CS PLUMBING SUPPLIES

Title VI/Nondiscrimination Technical Assistance Guide for Subrecipients

STATEMENT OF BIDDER'S QUALIFICATIONS

REQUEST FOR QUALIFICATIONS

CONSTRUCTION MANAGER AT RISK (CMAR) CONSTRUCTION SERVICES CONTRACT

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC

ENGINEERING SERVICES CONTRACT

Contract Attachment 2 Federal Required Assurances CERTIFICATION REGARDING ENVIRONMENTAL TOBACCO SMOKE

00710 Supplemental Conditions for FTA-funded projects TABLE OF CONTENTS

Title VI/ Nondiscrimination TECHNICAL ASSISTANCE GUIDE FOR SUBRECIPIENTS

Federal Certification Forms

APPENDIX C COOPERATION AGREEMENTS, REHABILITATION OF FEDERAL AND NON-FEDERAL FLOOD CONTROL WORKS

Request for Qualifications (RFQ) Air Cargo Facility Phase I

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

SCHEDULE A HUD / LMDC COMPLIANCE REQUIREMENTS

North Carolina Department of Health and Human Services Women's and Children's Health Nutrition Services Branch Special Nutrition Programs

The Engineer s opinion of probable construction cost for the Work is $760,000 to $840,000.

CONTRACT FOR PROFESSIONAL ENGINEERING SERVICE. Gerald R. Ford International Airport. Grand Rapids, MI 49512

CONSTRUCTION LESS THAN $100,000

REQUEST FOR Proposals CONSULTING SERVICES FOR TERMINAL AREA CONCEPT PLAN

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

GREATER ROANOKE TRANSIT COMPANY (GRTC) d/b/a VALLEY METRO 1108 Campbell Avenue, S.E. Roanoke, Virginia 24013

FLORIDA DEPARTMENT OF TRANSPORTATION. Scrutinized Vendor Form and Special Condition 17 language do not apply to this RFP.

BOROUGH OF POTTSTOWN POTTSTOWN AREA RAPID TRANSIT MONTGOMERY COUNTY PENNSYLVANIA

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS

This form will be made a part of any resultant purchase order or subcontract SECTION I

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS

High Point University s Office of Research Administration and Sponsored Programs Federal Purchasing Policy

PROFESSIONAL SERVICES AGREEMENT

PROPOSAL DEADLINE: NOVEMBER 26, 2018 by 12PM

APPLICABILTIY OF THIRD PARTY CONTRACT PROVISIONS (excluding micro-purchases, except Davis-Bacon requirements apply to contracts exceeding $2,000)

Request for Quotation For Lawn Care Treatment

SERVICE CONTRACT BETWEEN KIPP, Inc. AND <<Service Provider s Legal Name>>

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

Texas Department of Transportation AVIATION DIVISION CONSTRUCTION CONTRACT GENERAL PROVISIONS

ADDENDUM NO. ONE (1)

CERTIFICATIONS AND STATUTORY REQUIREMENTS For Capital Procurement Only Effective July 1, 2010

Pittsburgh, PA 15213

PROCUREMENT POLICES, PRACTICES AND REQUIREMENTS JULY 14, 2008

Texas Rising Star Assessor Services RFQ. Cover Sheet

Federal Transit Administration Contract Clauses

ATTACHMENT I - TELEDYNE BROWN

General Terms and Conditions Associated with FTA Contracts:

CITY OF VIRGINIA BEACH AGREEMENT BETWEEN OWNER AND ENGINEER THE CITY OF VIRGINIA BEACH DOES NOT DISCRIMINATE AGAINST FAITH- BASED ORGANIZATIONS.

Request for Proposals

SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT

CROW WING COUNTY BRAINERD, MINNESOTA

USAID GHSC PSM. Annex 2: Required Certifications

Invitation to Bid. DESCRIPTION OF WORK: New, Domestically Produced Turnout Frogs conforming to the attached Pan Am Railways specifications.

Article 6 Modification and Termination of Contracts for Supplies and Services

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

SAMPLE AGREEMENT FOR PROFESSIONAL ON-CALL SERVICES

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

General Contract Conditions for Small Construction/Development Contracts

INDEPENDENT CONTRACTOR AGREEMENT

FEDERAL REQUIREMENTS. The following access to records requirements apply to the Contract resulting from this RFB:

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

APPENDIX III. HUD s General Provisions for Contracts. HOUSING TRUST FUND CORPORATION STATE STREET, ALBANY NEW YORK January 2019

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

INVITATION TO BID (ITB)

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

Request for Proposal. RFP # Recreation T-Shirts

MANDATORY GENERAL TERMS AND CONDITIONS:

Section 7000 Procurement

DEPARTMENT OF VERMONT HEALTH ACCESS GENERAL PROVIDER AGREEMENT

Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN RENUMBER

HOUSING DEVELOPMENT DIVISION Request for Quotation (RFQ) for Rehabilitation Construction Contract

BELMONT HOUSING AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) ARCHITECTURAL/ENGINEERING SERVICES PROPOSALS WILL NOT BE OPENED AND READ PUBLICLY

Request for Proposal. RFP # Towing Services Inoperable Vehicles

INVITATION TO BID CAFETERIA TABLES CAFETERIA TABLES FOR BATE MIDDLE SCHOOL FOOD SERVICE DEPARTMENT. Notice Date: 12/13/18. Closing Date: 12/28/18

INVITATION FOR BID PROVISION OF SANITATION AND REFUSE COLLECTION SERVICES

REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A

Charlotte Douglas International Airport s Invitation to Bid for AIRCRAFT RESCUE AND FIREFIGHTING VEHICLE. Section 1: Instructions to Bidders

AGENDA SHAWNEE AIRPORT AUTHORITY October 6, 2014 AT 6:30 P.M. COMMISSION CHAMBERS AT CITY HALL SHAWNEE, OKLAHOMA

REQUEST FOR PROPOSAL RFP #14-03

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

CITY UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR PROCUREMENT CONTRACTS (as amended through June 23, 2016)

Transcription:

November 3, 2017 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

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 i

PAGE INTENTIONALLY LEFT BLANK November 3, 2017 ii

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 1 OF 4

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 2 OF 4

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: ssterling@norfolkairport.com. 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 3 OF 4

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 ITB 4 OF 4

F EDERAL C ONTRACT P ROVISIONS 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 ACCESS TO RECORDS AND REPORTS 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 BREACH OF CONTRACT TERMS 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 1 OF 11

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 CIVIL RIGHTS GENERAL Dollar Threshold: $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 CIVIL RIGHTS TITLE VI ASSURANCE 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 2 OF 11

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 Nondiscrimination 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 nondiscrimination 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 3 OF 11

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, subrecipients 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 CLEAN AIR AND WATER POLLUTION CONTROL 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 4 OF 11

A6 CERTIFICATION OF OFFEROR/BIDDER REGARDING DEBARMENT 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 DISTRACTED DRIVING/TEXTING WHEN DRIVING 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 5 OF 11

A8 ENERGY CONSERVATION REQUIREMENTS 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 FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE) 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 LOBBYING AND INFLUENCING FEDERAL EMPLOYEES 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 6 OF 11

(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 OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 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 PROCUREMENT OF RECOVERED MATERIALS 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 7 OF 11

b) Fails to meet reasonable contract performance requirements; or c) Is only available at an unreasonable price. A13 TERMINATION OF CONTRACT 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 8 OF 11

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 TRADE RESTRICTION CERTIFICATION Dollar Threshold: $0 November 3, 2017 FCP 9 OF 11

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 10 OF 11

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 VETERAN S PREFERENCE 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 FCP 11 OF 11

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 1 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 2 OF 14 Acquire ARFF Type III RIV Norfolk International Airport

PROPOSAL FORM Date: FAA/NFPA certified TYPE III ARFF Fire Fighting Apparatus ITEM NO. 1 QUANTITY 1 ITEM WITH UNIT PRICE WRITTEN IN WORDS FAA/NFPA CERTIFIED TYPE III ARFF FIRE FIGHTING APPARATUS PER EACH UNIT PRICES IN FIGURES ----------------- DOLLARS CENTS EXTENDED TOTAL ----------------- DOLLARS CENTS TOTAL FAA/NFPA CERTIFIED TYPE III ARFF FIRE FIGHTING APPARATUS BID AMOUNT $ CONTRACT TIME: 330 CALENDAR DAYS November 3, 2017 BF 3 OF 14 Acquire ARFF Type III RIV Norfolk International Airport

INTENTIONALLY LEFT BLANK November 3, 2017 BF 4 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 5 OF 14 Acquire ARFF Type III RIV Norfolk International Airport

INTENTIONALLY LEFT BLANK November 3, 2017 BF 6 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 7 OF 14 Acquire ARFF Type III RIV Norfolk International Airport

INTENTIONALLY LEFT BLANK November 3, 2017 BF 8 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 9 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 10 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 11 OF 14 Acquire ARFF Type III RIV Norfolk International Airport

INTENTIONALLY LEFT BLANK November 3, 2017 BF 12 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 13 OF 14 Acquire ARFF Type III RIV Norfolk International Airport

**END OF BID FORM** INTENTIONALLY LEFT BLANK November 3, 2017 BF 14 OF 14 Acquire ARFF Type III RIV Norfolk International Airport