international® 7waz
Post on 04-Jan-2017
217 Views
Preview:
TRANSCRIPT
INTERNATIONAL® Vehicle Specifications 20157600 SFA 4X2 2010 (SA567)
Code Description
4619
4722
4773
4AZA
4EBS
4ETE
4EVL
4LAA
4LGA
4NDB
4SPM
5708
5CAl
5PTB
7BEP
7WAZ
8000
Notes : The following features should be considered when calculating Front GAWR: Front Axles; Front Suspension; Brake System; Brakes, Front Air Cam; Wheels; Tires.
TRAILER CONNECTIONS Four-Wheel, With Hand Control Valve and Tractor Protection Valve, for Straight Truck
DRAIN VALVE {Bendix DV-2} Automatic; With Heater; for Air Tank
Includes : DRAIN VALVE Mounted in Wet Tank
BRAKE SHOES, REAR Cast
Notes : Provides Rear Axle GAWR Up to 26,000-Lb.
AIR BRAKE ABS {Bendix AntiLock Brake System} Full Vehicle Wheel Control System (4-Channel)
AIR DRYER {Bendix AD-9} With Heater
Includes : AIR DRYER LOCATION Inside Left Rail, Back of Cab
BRAKE CHAMBERS, FRONT AXLE {Haldex} 24 Sqln
BRAKE CHAMBERS, REAR AXLE {Haldex GC3030LHDHO} 30/30 Spring Brake
Includes : BRAKE CHAMBERS, SPRING (2) Rear Parking; WITH TRUCK BRAKES: A1I4x2, 4x4; WITH TRACTOR BRAKES: All 4x2, 4x4; 6x4 & 6x6 with Rear Tandem Axles Less Than 46,OOO-lb. or GVWR Less Than 54,000-lb.
SLACK ADJUSTERS, FRONT {Haldex} Automatic
SLACK ADJUSTERS, REAR {Haldex} Automatic
BRAKES, REAR, AIR CAM S-Cam; 16.5" x 7.0"; Includes 30/30 Sq.ln. Long Stroke Brake Chamber and Spring Actuated Parking Brake
Notes : The following features should be considered when calculating Rear GAWR: Rear Axles; Rear Suspension; Brake System; Brakes, Rear Air Cam; Brake Shoes, Rear; Special Rating, GAWR; Wheels; Tires.
AIR COMPRESSOR {Bendix BA-921 Head Unload} 15.9 CFM Capacity, Single Cylinder
STEERING COLUMN Tilting
STEERING WHEEL 2-Spoke, 18" Diam., Black
STEERING GEAR (2) {Sheppard M-100/M-80} Dual Power
EXHAUST SYSTEM Switchback Horizontal Aftertreatment Device, Frame Mounted Right Side Under Cab; Includes Single Vertical Tail Pipe, Frame Mounted Right Side Back of Cab
Includes : EXHAUST HEIGHT 10' Exhaust Height - Based on Empty Chassis with Standard Components (+ or - 1" Height)
TAIL PIPE (1) Tumback Type, Non-Bright, for Single Exhaust
ELECTRICAL SYSTEM 12-Volt, Standard Equipment
April 04, 2014
List (US DOLLAR)
$317.00
$119.00
$770.00
$0.00
$450.00
$13.00
$0.00
$97.00
$97.00
$0.00
$0.00
$125.00
$0.00
$0.00
$0.00
$64.00
$0.00
9 Proposal: 6039-01
INTERNATIONAL® Vehicle Specifications 20157600 SFA 4X2 2010 (SA567)
Code Description
8518
8540
8GGN
8HAA
8MKL
8REA
8Rl2
8RMB
8THB
8THJ
8TMH
8VUJ
8VZR
8WCL
8WML
8WXG
Includes : DATA LINK CONNECTOR For Vehicle Programming and Diagnostics In Cab : FUSES, ELECTRICAL SAE Blade-Type : HAZARD SWITCH Push On/Push Off, Located on Top of Steering Column Cover : HEADLIGHT DIMMER SWITCH Integral with Turn Signal Lever : HEADLIGHTS (2) Sealed Beam, Round, with Chrome Plated Bezels : HORN, ELECTRIC Single : JUMP START STUD Located on Positive Terminal of Outermost Battery : PARKING LIGHT Integral with Front Turn Signal and Rear Tail Light : RUNNING LIGHT (2) Daytime, Included With Headlights : STARTER SWITCH Electric, Key Operated : STOP, TURN, TAIL & B/U LIGHTS Dual, Rear, Combination with Reflector : TURN SIGNAL SWITCH Self-Cancelling for Trucks, Manual Cancelling for Tractors, with Lane Change Feature : TURN SIGNALS, FRONT Includes Reflectors and Auxiliary Side Turn Signals, Solid State Flashers; Flush Mounted : WINDSHIELD WIPER SWITCH 2-Speed with Wash and Intermittent Feature (5 Pre-Set Delays), Integral with Turn Signal Lever : WINDSHIELD WIPERS Single Motor, Electric, Cowl Mounted : WIRING, CHASSIS Color Coded and Continuously Numbered
CIGAR LIGHTER Includes Ash Cup
HORN, ELECTRIC (2)
ALTERNATOR {Bosch LH160} Brush Type, 12 Volt 160 Amp. Capacity, Pad Mount
BODY BUILDER WIRING To Rear of Frame, With Stop, Tail, Turn, and Marker Lights Circuits, Ignition Controlled Auxiliary Feed and Ground, Less Trailer Socket
BATTERY SYSTEM {International} Maintenance-Free, (3) 12-Volt 1950CCA Total
2-WAY RADIO Wiring Effects; Wiring With 20 Amp Fuse Protection, Includes Ignition Wire With 5 Amp Fuse, Wire Ends Heat Shrink and 10' Coil Taped to Base Harness
BATTERY DISCONNECT SWITCH {Cole-Hersee 75920-06} 300 Amp; Locks with Padlock, Battery Box Mounted, Disconnects Cab Power, Does Not Disconnect Charging Circuits
RADIO AM/FM/CDIWB/ClocklBluetooth/USB Input/3MM Auxiliary Input, MP3, Apple Device Play & Control, Bluetooth for Phone & Music, with Multiple Speakers
BACK-UP ALARM Electric, 102 dBA
AUXILIARY HARNESS 3.0' for Auxiliary Front Head Lights and Turn Signals for Front Plow Applications
SWITCH, AUXILIARY Accessory Control; for Wiring in Roof, With Maximum of20 amp Load With Switches In Instrument Panel
BATTERY BOX Steel With Plastic Cover, 18" Wide, 2, 3, or 4 Battery Capacity, Mounted Right Side Back of Cab
SWITCH, BODY CIRCUITS, MID for Bodybuilder, 6 Momentary Switches in Instrument Panel; One Power Module with 6 Channels, 20 Amp Max. Per Channel, 80 Amp Max Output, Switches Control Power Module Through Multiplex Wiring, Mounted in Cab Behind Driver Seat
HORN, AIR Black, Single Trumpet, Air Solenoid Operated
HEADLIGHTS Long Life Halogen; for Two Light System
STARTING MOTOR {Mitsubishi Electric Automotive America 105P} 12-Volt, with Soft-Start
April 04, 2014
List (US DOLLAR)
$18.00
$20.00
$0.00
$159.00
$0.00
$163.00
$248.00
$763.00
$120.00
$158.00
$70.00
$101.00
$578.00
$94.00
$22.00
$0.00
10 Proposal: 6039-01
INTERNATIONAL'" Vehicle Specifications 20157600 SFA 4X2 2010 (SA567)
Code Description
8XAH
9585
9ANG
9HAN
9HBM
9HBN
9WAC
9WBK
10060
10761
11001
12850
12864
12BCP
12THT
12UBL
12UNB
12VAG
12WEG
Notes : This starter is designed to work reliably without the need for thermal overcrank protection and provides the same warranty coverage as starters with thermal overcrank protection.
CIRCUIT BREAKERS Manual-Reset (Main Panel) SAE Type III With Trip Indicators, Replaces All Fuses Except For 5-Amp Fuses
FENDER EXTENSIONS Rubber
HOOD, HATCH (01) for Servicing
INSULATION, UNDER HOOD for Sound Abatement
GRILLE Stationary, Chrome
INSULATION, SPLASH PANELS for Sound Abatement
BUG SCREEN Front End; Mounted Behind Grille
FRONT END Tilting, Fiberglass, With Three Piece Construction Includes Long Hood
PAINT SCHEMATIC, PT-1 Single Color, Design 100
Includes : PAINT SCHEMATIC ID LETTERS "GR"
PAINT TYPE Base CoatlClear Coat, 1-2 Tone
CLUTCH Omit Item (Clutch & Control)
PTO EFFECTS, ENGINE FRONT for N13 Engines, Less PTO Unit, Includes Adapter Plate on Engine Front Mounted
BLOCK HEATER, ENGINE {Phillips} 120 Voltl1500 Watt
Includes : BLOCK HEATER SOCKET Receptacle Type; Mounted below Drivers Door
ENGINE, DIESEL {Navistar N13} EPA 10, SCR, 390 HP @ 1700 RPM, 1450 Ib-ft Torque @ 1000 RPM, 2100 RPM Governed Speed, 390 Peak HP (Max)
FAN DRIVE {Horton Drivemaster} Direct Drive Type, Two Speed With Residual Torque Device for Disengaged Fan Speed
Includes : FAN Nylon
RADIATOR Aluminum; Welded, Front to Back CrossFlow System, 1593 Sqln, 1929 Sqln Dual CAC, 1548 Sqln 3 Core L TR
Includes : DEAERATION SYSTEM with Clear Fill/Surge Tank : HOSE CLAMPS, RADIATOR HOSES Gates Shrink Band Type; Thermoplastic Coolant Hose Clamps : RADIATOR HOSES Premium, Rubber
FEDERAL EMISSIONS EPA, OBD and GHG Certified for Calendar Year 2014; N13 Engines
AIR CLEANER Single Element, with Integral Snow Valve and In-Cab Control
Includes : GAUGE, AIR CLEANER RESTRICTION Air Cleaner Mounted
COLD STARTING EQUIPMENT Automatic; With Engine ECM Control
April 04, 2014
List (US DOLLAR)
$99.00
$0.00
$444.00
$167.00
$0.00
$76.00
$131.00
$0.00
$0.00
$0.00
$0.00
$257.00
$89.00
$669.00
$299.00
$0.00
$650.00
$157.00
$0.00
11 Proposal: 6039·01
I NTERNATIONAL® Vehicle Specifications April 04, 2014 20157600 SFA 4X2 2010 (SA567)
Code Description List (US DOLLAR)
12WfA FAN DRIVE SPECIAL EFFECTS Fan Cooling Ring with Fan Shroud Effects, Engine $0.00 Mounted
12WZB EMISSION COMPLIANCE Low NOx Idle Engine, Complies with California Clean Air $0.00 Regulations; Includes "Certified Clean Idle" Decal on Hood
13ATR TRANSMISSION, AUTOMATIC {Allison 4000_RDS_P} Sth Generation Controls; Close $21,400.00 Ratio, 6-Speed, With Double Overdrive; On/Off Hwy; Includes Oil Level Sensor, With PTO Provision, Less Retarder
13WAW OIL COOLER, AUTO TRANSMISSION {Modine} Water to Oil, for Allison or CEEMAT $667.00 Transmission
13WBL TRANSMISSION SHIFT CONTROL {Allison} Push-Button Type; for Allison 3000 & 4000 $0.00 Series Transmission
13WLM TRANSMISSION OIL Synthetic; 63 thru 76 Pints $40S.00
13WUC ALLISON SPARE INPUT/OUTPUTfor Rugged Duty Series (RDS); General Purpose Trucks, $0.00 Construction
13WYL SHIFT CONTROL PARAMETERS Allison Performance Programming in Primary and Allison $0.00 Economy Programming in Secondary
14ASD AXLE, REAR, SINGLE {Meritor RS-30-18S} Single Reduction, Standard Track, 30,000-lb $2,643.00 Capacity, T Wheel Ends, Driver Controlled Locking Differential. Gear Ratio: 5.86
14SAL
14WLC
15DYP
1SLKU
1SSJR
16030
16HBA
Includes : REAR AXLE DRAIN PLUG (1) Magnetic, For Single Rear Axle
Notes : When Specifying Axle Ratio, Check Performance Guidelines and TCAPE for Startability and Performance
SUSPENSION, RR, SPRING, SINGLE Vari-Rate; 31,000-lb Capacity, Includes 4S0C-lb Capacity Multileaf Auxiliary
AXLE, REAR, LUBE {EmGard 7SW-90} Synthetic Oil; 40 thru 49.99 Pints
DEF TANK 9.S U.S. Gal. 36.0L Capacity, Frame Mounted Outside Left Rail, Under Cab
FUEUWATER SEPARATOR {Racor} Fuel Pre-Filter and Filter Base, Includes Water-In-Fuel Sensor
FUEL TANK Top Draw; Non-Polished Aluminum, 26" Diam., 100 U.S. Gal., 378 L Capacity Mounted Left Side Under Cab
CAB Conventional
Includes : ARM REST (2) Molded Plastic; One Each Door : CLEARANCE/MARKER LIGHTS (5) Flush Mounted : COAT HOOK, CAB Located on Rear Wall, Centered Above Rear Window : CUP HOLDERS Two Cup Holders, Located in Lower Center of Instrument Panel : DOME LIGHT, CAB Rectangular, Door Activated and Push On-Off at Light Lens, Timed Theater Dimming, Integral to Console, Center Mounted : GLASS. ALL WINDOWS Tinted : GRAB HANDLE. CAB INTERIOR (1) "A" Pillar Mounted, Passenger Side : GRAB HANDLE, CAB INTERIOR (2) Front of "B" Pillar Mounted, One Each Side : INTERIOR SHEET METAL Upper Door (Above Window Ledge) Painted Exterior Color : STEP (4) Two Steps Per Door
GAUGE CLUSTER English With English Electronic Speedometer
$218.00
$137.00
$0.00
$0.00
$320.00
$0.00
$0.00
12 Proposal: 6039-01
INTERNATIONAL" Vehicle Specifications 20157600 SFA 4X2 2010 (SA567)
Code Description
16HGH
16HGL
16HHE
16HKT
16HLJ
16JNT
16LUM
16SDS
16WCS
16WJS
16WKY
16WRZ
Includes : GAUGE CLUSTER (6) Engine Oil Pressure (Electronic). Water Temperature (Electronic). Fuel (Electronic), Tachometer (Electronic), Voltmeter, Washer Fluid Level : ODOMETER DISPLAY, Miles, Trip Miles, Engine Hours, Trip Hours, Fault Code Readout : WARNING SYSTEM Low Fuel, Low Oil Pressure, High Engine Coolant Temp, and Low Battery Voltage (Visual and Audible)
GAUGE, OIL TEMP, ALLISON TRAN
GAUGE, OIL TEMP, REAR AXLE
GAUGE. AIR CLEANER RESTRICTION {Filter-Minder} With Black Bezel Mounted in Instrument Panel
IP CLUSTER DISPLAY On Board Diagnostics Display of Fault Codes in Gauge Cluster
GAUGE, DEF FLUID LEVEL
SEAT, DRIVER {National 2000} Air Suspension, High Back With Integral Headrest, Vinyl, Isolator, 1 Chamber Lumbar, With 2 Position Front Cushion Adjust, -3 to +14 Degree Angle Back Adjust
Includes : SEAT BELT 3-Point, Lap and Shoulder Belt Type
SEAT, PASSENGER {National} Non Suspension, High Back With Integral Headrest, Vinyl, With Fixed Back, With Under Seat Storage
MIRRORS (2) {Lang Mekra} Styled; Rectangular, 7.09" x 15.75" & Integral Convex Both Sides, 102" Inside Spacing, Breakaway Type, Heated Heads Thermostatic Controlled, Clearance Lights LED, Bright Heads and Brackets
HEATER {Blend-Air} with Defroster
Includes : HEATER HOSES Premium : HOSE CLAMPS. HEATER HOSE Mubea Constant Tension Clamps
INSTRUMENT PANEL Center Section, Flat Panel
HVAC FRESH AIR FILTER
CAB INTERIOR TRIM Premium
Includes : "A" PILLAR COVER Molded Plastic : CAB INTERIOR TRIM PANELS Cloth Covered Molded Plastic, Full Height; All Exposed Interior Sheet Metal is Covered Except for the Following: with a Two-Man Passenger Seat or with a Full Bench Seat the Back Panel is Completely Void of Covering : CAB SOUND INSULATION Includes Dash Insulator and Engine Cover Insulator, Premium Floormat, and Sound Dampening Patches : CAB, INTERIOR TRIM, CLOSEOUT Lower Dash Closeout Panel; Molded Plastic; Under Instrument Panel Driver Side : CONSOLE, OVERHEAD Molded Plastic; With Dual Storage Pockets with Retainer Nets, CB Radio Pocket, Speakers, and Reading Lights : COURTESY LIGHT (2) Mounted In Front Map Pocket Left and Right Side : DOOR TRIM PANELS with Cloth Insert on Bolster Driver and Passenger Doors : FLOOR COVERING Rubber, Black : GAUGE, TEMPERATURE, AMBIENT Includes Wiring and Sensor With Display Unit Mounted in Cluster : HEADLINER Soft Padded Cloth : INSTRUMENT PANEL TRIM Molded Plastic with Black Center Section
April 04, 2014
l.W (US DOLLAR)
$48.00
$51.00
$30.00
$0.00
$0.00
$0.00
$408.00
$506.00
$0.00
$0.00
$0.00
$304.00
13 Proposal: 6039-01
INTERNATIONAL® Vehicle Specifications 20157600 SFA 4X2 2010 (SA567)
Code Description
16WSK
27DMW
28DMW
7382158105
7772548103
: STORAGE POCKET, DOOR (2) Molded Plastic (Carpet Texture), Full-Length; Driver and Passenger Doors : SUN VISOR (3) Padded Vinyl: 2 Moveable (Front-to-Side) Primary Visors, Driver Side with Vanity Mirror and Toll Ticket Strap, plus 1 Auxiliary Visor (Front Only), Driver Side
CAB REAR SUSPENSION Air Bag Type
WHEELS, FRONT DISC; 22.5" Painted Steel, 5 Hand Hole, i0-Stud (285.75MM BC) Hub Piloted, Flanged Nut, Metric Mount, 9.00 DC Rims; With Steel Hubs.
Includes : PAINT IDENTITY, FRONT WHEELS White
Notes : Compatible Tire Sizes: 12R22.5, 295175R22.5, 295/80R22.5, 315/80R22.5
WHEELS, REAR DUAL DISC: 22.5" Painted Steel, 5 Hand Hole, 10 Stud (285.75MM BC) Hub Piloted, Flanged Nut, Metric Mount 9.00 DC Rims with Steel Hubs
Includes : PAINT IDENTITY, REAR WHEELS White
Notes : Compatible Tire Sizes: 12R22.5, 295175R22.5, 295/80R22.5, 315/80R22.5
(4) TIRE, REAR 12R22.5 G282 MSD (GOODYEAR) 481 rev/mile, load range H, 16 ply
(2) TIRE, FRONT 315/80R22.5 G287 MSA DURASEAL (GOODYEAR) 485 rev/mile, load range L, 20 ply
Total of Product Features
Total List Price Including Options:
April 04, 2014
List (US DOLLAR)
$0.00
$265.00
$559.00
$2,588.00
$1,878.00
$186,993.00
$186,993.00
14 Proposal: 6039-01
Customer: H. L. GAGE SALES, INC. Contact:
Address: P. O. BOX 5170
Cives Corporation, dba Viking Cives (USA) 14331 Mill Street Harrisville, NY 13648 Phone: (315) 543·2321 Fax: (315) 543·2366
www.vikingcives.com
121 WASHINGTON AVENUE AVE EXTN
ALBANY NY 12205
Phone: 518-456-8871 Fax: 518-456-0705
Attn: JIM HANS
QUANTITY DESCRIPTION
QUOTATION
Quote ID: 80021-A
Page 1of3
ONONDAGA 2013 Catalog
Quote Number: 80021-A Quote Date: 417/2014
Quote valid until: 6/30/2014
F ALBANY AIRPORT -
or: SINGLE AXLE Terms: Net 30 days
Salesperson: DAVE MCBURNIE FOB: Destination
HITCH FOR FACTORY MOUNTS - Hitches with mtg. bolts & nuts, pins (PIO) 1 SIOI00F - Custom Hitch Plow Mount-Power Tilt (incl. yoke)
1 SII010 - 4" x 10" DA Cylinder
1 S12200 - Pump Bracket, Chelsea PTO
1 S 130 10 - Push Center, 30-1/2"
1 S 14000 - Lift group
1 S 1500 I F - Hose Connecting Bracket wlfittings and disconnects (std.)
1 S 151 OOF - Quick Disconnects for Lift Cylinder
HYDRAULICS
1 S20100F - Pemlco P3000 Tandem Pump w/Cheisea PTO - cable shift (29 gpm) 1 S22000F - 35 Gallon Frame Mount Oil Reservoir
1 S22100F - Oil Filter Condition Indicator
2 S2211 0 - Hydraulic Oil Line Shut Off (1-114" Standard) (each)
1 S22116F - Low Oil Sensor (for frame tank)
1 S23120 - Three Spool Valve
1 S24120F - Cab Control, Three Handle Floor Mount-cable operated
1 S26030F - Hose Kit - Front Mount with tandem pump and power reverse
1 S25000F - FLOW CONTROL VALVE (2FFLl2) - includes mounting pedestal 1 S25016F - Controller Plumbed to Rear of Truck Chassis (includes Snap-Tite quick
disconnects, both halves)
REVERSIBLE PLOWS, HEA yy. DlJTY FULL TRIP 25 DEGREE REVERSIBLE MOLDBOARD
1 S52030 - Rl142FE Moldboard
1 S52110 - Steel Blade Option, 12" punching for 11' Moldboard 1 S52330 - Twin Cylinder (cushion valve) Power Reverse Pushframe (PRR)
1 S52370 - Trip Spring Arm for Straight Reversibles (pair)
1 S52410 - 30-1/2" push lug swivel
1 S52530 - Two Chain Lift
1 S52600 - 25 Degree Moldboard Shoes (pair)
1 S52610 - Curb Shoes (pair) (for straight moldboard only)
1 S52712 - Rubber Deflector Option 15" wide - for 11' Moldboard
QUANTITY 1
1
1
1
1
1
1
1
1
1 1
1
1
1
1
1
1
1
1
1 1
1
1
1
1
1
DESCRIPTION
Cives Corporation. dba Viking Cives (USA) 14331 Mill Street Harrisville. NY 13648 Phone: (315) 543-2321 Fax: (315) 543-2366
www.vikingcives.com
S52781 X - Backer Angle Support Option, 3/4" base angle for 11' Reversibles
S52785 - Plow Markers for reversible moldboards, flexible fluorescent orange, 28" high
ACCESSORIES
S70000F - Plow Lights (Truck Lite) (for use with reversible plows)
S70121 F - LED Lights Stoprrailrrurn - back of body (pair)
S70388F - LED Strobe Amber Flashing Lights - back of body (pair)
S70386F - LED Back Up Lights - back of body (pair)
S70154F - Viking Folding Ladder
S70338F - Shovel Holder for Dump Body
GALION CONVENTIONAL DUMP BODIES
ONI0664 - GALION 450U 10' Body, 30" sides, 40" ends
ONI077S - U850D DA Underbody Hoist (for 9 ft., 10 ft., or 11 ft. bodies) ONI079I - 23" x 84" x 10 gao bolt on (112) ONI0841 - 3-1/2" Basic Air Tailgate Kit- rear (for all bodies)
ONI0843 - Coal Door (for steel bodies only)
ONl1 189 - TARCO HIGHLANDER V-BOX SPREADER IO Gauge Type 304 Stainless Steel HL-HY2-IOSS 10 ft. ON11201 - Extended Idler Take-up Rods
ONl 1202 - Extended Grease Lines for front idler bearings
ON11212 - Tailgate Locking Bar - HR
GS71100F - ROLL-RITE 6400 Aluminum Tarp System, external mount 4-spring pivot set, 92" tarp spool GS71116 - ROLL-RITE 8316 Heavy Duty Asphalt Tarp. 16 ft.
S79000F - Factory Install - Front Mount S79100F - Factory Install- Plow Lights S79l50F - Factory Install- Dump valve section
S79170F - Factory Install- Flow Control (plumbed to rear of truck frame)
S79200F - Factory Install- Dump Body - Contractor Style
S7931 OF - Factory Install - Tarp System, electric
S79400F - Factory Install- Sander - V Box (dump body mounted.)
This Equipment Requires 86" Useable CA and Minimum 50" AF
Furnish Tailplates with Hitch
Plumb Dump Hoist as Dual Acting with Power Down
Cab Ught to be Supplied with Chassis Delivery to Region 1
QUOTATION
Quote ID: 80021-A
Page 2of3
ONONDAGA 2013 Catalog
Quote Total: $80,594.00
Discount: ($26,998.99)
Total Cost For $53,595.01 Equipment:
Charges 230
Total Due $53,825.01
40JLX
Viking
TOTAL CHASSIS OPTIONS TOTAL:
EQUIPMENT TOTAL:
WARRANTY AND LOCAL PURCHASES
Extended Service Contract 5 Year, 200,000 Miles, 7200 Hours, Includes Engine, Engine Electronic, Turbocharger, Water Pump and Fuel Injectors.
Roof Mounted Warning Lights, Airport Specifications
SUB TOTAL
$44,738.00
$53,825.01
2,400.00
529.00
2,929.00
LETTER, PURCHASE ORDER OR VOUCHER MUST BE MADE OUT TO:
NAVISTAR, INC. 399 Albany Shaker Road
Suite 202 Loudonville, NY 12211
PRICE PACKAGE
DISCOUNT ON OPTIONS
ADDITIONAL DISCOUNT
TOTAL DELIVERED PRICE
$ 179,339.56
$ 4,473.80
$ 11,547.45
$ 163,318.31
WB __ 1_6_9 __ CAICT ___ 8_6 __ AF __ 6.=....;3,-_ RATIO ____ _
PAINT COLOR _Y..:.-e::...;.l1:..;:..ow..:..:..--___ PAINT CODE# _4..:.-4.:..=2:...:.1 ________ _
NYS MUNICIPAL QUOTE FORM
ONONDAGA COUNTY
CONTRACT# 7823 --'--'--'-'-'----
DATE 4/8/14
Mu nicipality -...:A:.....:.:.::lb~a:.:...;n.Ly...:..:1 n:.,:.:t::.:.I.-=--A..:::ir:...cp:..;:o:.:...;rt:........... __ _ Telephone Fax Contact
(518) 242-2379 Address Administration Bldg. City Albany NY 12211 Chris Pasquini
Model 7600 Description 6X6 Plow List base price 6X4 $ 152,817.00
APPLICATION: MISSION:
FUEL ECONOMY: DIMENSION: ENGINE, DIESEL:
TRANSMISSION, AUTOMATIC:
CLUTCH: AXLE, FRONT NON-DRIVING: AXLE, REAR, TANDEM:
CAB: TIRE, FRONT: TIRE, REAR: SUSPENSION, REAR, TANDEM:
FRAME REINFORCEMENT:
PAINT:
----------Chassis Contract Price Factor Subtotal Chassis Contract Price
CONTRACT OPTIONS
Model Profile 20157600 SFA 6X4 2010 (SF567)
Front Plow No Spreader Requested GVWR: 66000. Calc. GVWR: 62000 Calc. Start / Grade Ability: 19.80% / 2.48% @ 55 MPH Calc. Geared Speed: 68.8 MPH 7.18 MPG @55 MPH Wheelbase: 240.00, CA: 156.50, Axle to Frame: 63.00
$ .55 %
84,049.35
{Navistar N13} EPA 10, SCR, 390 HP @ 1700 RPM, 1450 Ib-ftTorque@ 1000 RPM, 2100 RPM Governed Speed, 390 Peak HP (Max) {Allison 4000_RDS_P} 5th Generation Controls; Close Ratio, 5-Speed, Wrth Overdrive; On/Off Hwy; Includes Oil Level Sensor, With PTO Provision, Less Retarder Omit Item (Clutch & Control) {Meritor MFS-22-133A} Wide Track, I Beam Type, 22,000-lb Capacity {Meritor MT-40-14X-5DER-P} Single Reduction, 0.500"(12.7mm) Wall Housing Thickness, 40,000-lb Capacity R Wheel Ends, With Lube Pump, Driver Controlled Locking Differential in RearRear Axle Gear Ratio: 5.29 Conventional (2) 425/65R22.5 HTC1 (CONTINENTAL) 465 rev/mile, load range L, 20 ply (8) 11.R24.5 HDR2 (CONTINENTAL) 468 rev/mile, load range H, 16 ply {Hendrickson HMX-400-52} Walking Beam Type 52" Axle Spacing; 40,OOO-lb Capacity, With Rubber End Bushings, Transverse Torque Rods, Less Shock Absorbers Outer "c" Channel, Heat Treated Alloy Steel (120,000 PSI Yield); 10.813" x 3.892" x 0.312"; (274.6mm x 98.9mm x 8.0mm); 480.0" (12192mm) Maximum OAL Cab schematic 100GR
Location 1: 4421. School Bus Yellow (Std)
INTERNATIONAL'" Vehicle Specifications 20157600 SFA 6X4 2010 (SF567)
Code Description
SF56700 Base Chassis, Model 7600 SFA 6X4 2010 with 240.00 Wheelbase, 156.50 CA, and 63.00 Axle to Frame.
1570 TOW HOOK, FRONT (2) Frame Mounted
1 CBU FRAME RAilS Heat Treated Alloy Steel (120,000 PSI Yield); 10.125" x 3.580" x 0.312" (257.2mm x 90.9mm x 8.0mm); 480.0" (12192) Maximum OAL
1 GBP FRAME REINFORCEMENT Outer "C" Channel, Heat Treated Alloy Steel (120,000 PSI Yield); 10.813" x 3.892" x 0.312"; (274.6mm x 98.9mm x 8.0mm): 480.0" (12192mm) Maximum OAL
1 LLA BUMPER, FRONT Steel, Swept Back
1WDT
1WTX
2ATB
3AHL
4091
4193
Includes : BUMPER, FRONT Powder Coated Gray (Argent) Color
FRAME EXTENSION, FRONT Integral; 20" In Front of Grille, With Outer "C" Channel Reinforcement
WHEELBASE RANGE 199" (505cm) Through and Including 264" (670cm)
AXLE, FRONT NON-DRIVING {Meritor MFS-22-133A} Wide Track, I Beam Type, 22,000-Ib Capacity
Notes : The following features should be considered when calculating Front GAWR: Front Axles; Front Suspension; Brake System; Brakes, Front Air Cam; Wheels; Tires.
SUSPENSION, FRONT, SPRING Parabolic, Taper Leaf; 22,000-lb Capacity; With Rubber Auxiliary Springs, With Shock Absorbers
Includes : SPRING PINS Rubber Bushings, Maintenance-Free
Notes : The following features should be considered when calculating Front GAWR: Front Axles; Front Suspension; Brake System; Brakes, Front Air Cam; Wheels; Tires.
BRAKE SYSTEM, AIR Dual System for Straight Truck Applications
Includes : BRAKE LINES Color and Size Coded Nylon : DRAIN VALVE Twist-Type : DUST SHIELDS, FRONT BRAKE : DUST SHIELDS, REAR BRAKE : GAUGE, AIR PRESSURE (2) Air 1 and Air 2 Gauges; located in Instrument Cluster : PARKING BRAKE CONTROL Yellow Knob, Located on Instrument Panel : PARKING BRAKE VALVE For Truck : QUICK RELEASE VALVE Bendix On Rear Axle for Spring Brake Release: 1 for 4x2, 2 for 6x4 : SLACK ADJUSTERS, FRONT Automatic : SLACK ADJUSTERS, REAR Automatic : SPRING BRAKE MODULATOR VALVE R-7 for 4x2, SR-7 with relay valve for 6x4
Notes : Rear Axle is Limited to 46,000-lb GAWR with Code 04091 BRAKE SYSTEM, AIR and Standard Rear Air Cam Brakes Regardless of Axle ISuspension Ordered.
BRAKES, FRONT, AIR CAM 16.5" x 6", Includes 24 Sqln long Stroke Brake Chambers
Notes
April 08, 2014
List (US DOLLAR)
$152,817.00
$73.00
$0.00
$1,700.00
$0.00
$445.00
$637.00
$2,658.00
$658.00
$0.00
$0.00
9 Proposal: 6043-01
INTERNATIONAL'" Vehicle Specifications 20157600 SFA 6X4 2010 (SF567)
Code Description
4583
4AZA
4EBS
4ETE
4EVL
4NDB
4SPM
4WCC
4WCD
4WRP
5710
SCAl
SPUE
7BEP
7WAZ
8000
: The following features should be considered when calculating Front GAWR: Front Axles; Front Suspension; Brake System; Brakes, Front Air Cam; Wheels; Tires.
HAND CONTROL VALVE, AIR For Rear Chassis Brakes; With Pressure Reducing Valve.
Includes : HAND CONTROL VALVE, AIR Mounted on Steering Column
Notes : Not Intended to be Used for Locally Installed Trailer Connections
AIR BRAKE ABS {Bendix AntiLock Brake System} Full Vehicle Wheel Control System (4-Channel)
AIR DRYER {Bendix AD-9} With Heater
Includes : AIR DRYER LOCATION Inside Left Rail, Back of Cab
BRAKE CHAMBERS, FRONT AXLE {Haldex} 24 Sqln
BRAKE CHAMBERS, REAR AXLE {Haldex GC3030LHDHO} 30/30 Spring Brake
Includes : BRAKE CHAMBERS, SPRING (2) Rear Parking; WITH TRUCK BRAKES: All 4x2, 4x4; WITH TRACTOR BRAKES: All 4x2, 4x4; 6x4 & 6x6 with Rear Tandem Axles Less Than 46,000-lb. or GVWR Less Than 54,OOO-lb. : BRAKE CHAMBERS, SPRING (4) Rear Parking; WITH TRUCK BRAKES: All 6x4, 6x6; WITH TRACTOR BRAKES: 6x4 & 6x6 with Rear Tandem Axles 46,OOO-lb. or Greater or GVWR of 54,OOO-lb. or Greater
BRAKES, REAR, AIR CAM S-Cam; 16.5" x 7.0"; Includes 30/30 Sq. In. Long Stroke Brake Chamber and Spring Actuated Parking Brake
Notes : The following features should be considered when calculating Rear GAWR: Rear Axles; Rear Suspension; Brake System; Brakes, Rear Air Cam; Brake Shoes, Rear; Special Rating, GAWR; Wheels; Tires.
AIR COMPRESSOR {Bendix BA-921 Head Unload} 15.9 CFM Capacity, Single Cylinder
BRAKE PACKAGE, FRONT {Dana Spicer ES-165-6} Air, Cam Type, Extended Service; Size 16.5" x 6", Includes Automatic Slack Adjusters
BRAKE PACKAGE, REAR {Dana Spicer ES-165-7} Air, Cam Type, Extended Service; Size 16.5" x 7", Includes Automatic Slack Adjusters
DRAIN VALVE Automatic, With (3) Pull Chains, for Air Tanks
STEERING COLUMN Tilting and Telescoping
STEERING WHEEL 2-Spoke, 18" Diam., Black
STEERING GEAR (2) {Sheppard M-100/M-90} Dual Power
EXHAUST SYSTEM Switchback Horizontal Aftertreatment Device, Frame Mounted Right Side Under Cab; Includes Single Vertical Tail Pipe, Frame Mounted Right Side Back of Cab
Includes : EXHAUST HEIGHT 10' Exhaust Height - Based on Empty Chassis with Standard Components (+ or -1" Height)
TAIL PIPE (1) Turnback Type, Non-Bright, for Single Exhaust
ELECTRICAL SYSTEM 12-Volt, Standard Equipment
April 08, 2014
List (US DOLLAR)
$148.00
$0.00
$450.00
$13.00
$0.00
$0.00
$0.00
$347.00
$594.00
$44.00
$344.00
$0.00
$50.00
$0.00
$64.00
$0.00
10 Proposal: 6043-01
INTERNATIONAL"' Vehicle Specifications 20157600 SFA 6X4 2010 (SF567)
Code Description
8518
S540
SGGN
8HAB
8MKL
8REA
8RLZ
8RMB
STHB
8THJ
STMH
SVUJ
8VZR
8WML
SWVP
SWXG
Includes : DATA LINK CONNECTOR For Vehicle Programming and Diagnostics In Cab : FUSES, ELECTRICAL SAE Blade-Type : HAZARD SWITCH Push On/Push Off, Located on Top of Steering Column Cover : HEADLIGHT DIMMER SWITCH Integral with Turn Signal Lever : HEADLIGHTS (2) Sealed Beam, Round, with Chrome Plated Bezels : HORN, ELECTRIC Single : JUMP START STUD Located on Positive Terminal of Outermost Battery : PARKING LIGHT Integral with Front Turn Signal and Rear Tail Light : RUNNING LIGHT (2) Daytime, Included With Headlights : STARTER SWITCH Electric, Key Operated : STOP, TURN, TAIL & B/U LIGHTS Dual, Rear, Combination with Reflector : TURN SIGNAL SWITCH Self-Cancelling for Trucks, Manual Cancelling for Tractors, with Lane Change Feature : TURN SIGNALS, FRONT Includes Reflectors and Auxiliary Side Turn Signals, Solid State Flashers; Flush Mounted : WINDSHIELD WIPER SWITCH 2-Speed with Wash and Intermittent Feature (5 Pre-Set Delays), Integral with Turn Signal Lever : WINDSHIELD WIPERS Single Motor, Electric, Cowl Mounted : WIRING, CHASSIS Color Coded and Continuously Numbered
CIGAR LIGHTER Includes Ash Cup
HORN, ELECTRIC (2)
ALTERNATOR {Bosch LH160} Brush Type, 12 Volt 160 Amp. Capacity, Pad Mount
BODY BUILDER WIRING Back of Standard Cab at Left Frame or Under Extended or Crew Cab at Left Frame; Includes Sealed Connectors for Tail/Amber Turn/Markerl Backupl Accessory Power/Ground and Sealed Connector for StoplTurn
BATTERY SYSTEM {International} Maintenance-Free, (3) 12-Volt 1950CCA Total
2-WAY RADIO Wiring Effects; Wiring With 20 Amp Fuse Protection, Includes Ignition Wire With 5 Amp Fuse, Wire Ends Heat Shrink and 10' Coil Taped to Base Harness
BATTERY DISCONNECT SWITCH {Cole-Hersee 75920-06} 300 Amp; Locks with Padlock, Battery Box Mounted, Disconnects Cab Power, Does Not Disconnect Charging Circuits
RADIO AM/FM/CDIWB/Clock/Bluetooth/USB Inputl3MM Auxiliary Input, MP3, Apple Device Play & Control, Bluetooth for Phone & Music, with Multiple Speakers
BACK-UP ALARM Electric, 102 dBA
AUXILIARY HARNESS 3.0' for Auxiliary Front Head Lights and Turn Signals for Front Plow Applications
SWITCH, AUXILIARY Accessory Control; for Wiring in Roof, With Maximum of20 amp Load With Switches In Instrument Panel
BATTERY BOX Steel With Plastic Cover, is'' Wide, 2, 3, or 4 Battery Capacity, Mounted Right Side Back of Cab
SWITCH, BODY CIRCUITS, MID for Bodybuilder, 6 Momentary Switches in Instrument Panel; One Power Module with 6 Channels, 20 Amp Max. Per Channel, 80 Amp Max Output, Switches Control Power Module Through Multiplex Wiring, Mounted in Cab Behind Driver Seat
HEADLIGHTS Long Life Halogen; for Two Light System
HORN, AIR (2) Single Tone, Rectangular; Chrome
STARTING MOTOR {Mitsubishi Electric Automotive America 105P} 12-Volt, with Soft-Start
April 08, 2014
List (US DOLLAR)
$18.00
$20.00
$0.00
$85,00
$0.00
$163.00
$248.00
$763.00
$120.00
$158.00
$70.00
$101.00
$578.00
$22.00
$388.00
$0.00
11 Proposal: 6043-01
INTERNATIONAL'" Vehicle Specifications 20157600 SFA 6X4 2010 (SF567)
Code Description
8XAH
9585
9ANG
9HAN
9HBM
9HBN
9WAC
9WBK
10060
10761
11001
12850
12864
12BCP
12THT
12UBL
12UNB
12VAG
12WEG
Notes : This starter is designed to work reliably without the need for thermal overcrank protection and provides the same warranty coverage as starters with thermal overcrank protection.
CIRCUIT BREAKERS Manual-Reset (Main Panel) SAE Type III With Trip Indicators, Replaces All Fuses Except For 5-Amp Fuses
FENDER EXTENSIONS Rubber
HOOD, HATCH (01) for Servicing
INSULATION, UNDER HOOD for Sound Abatement
GRILLE Stationary, Chrome
INSULATION, SPLASH PANELS for Sound Abatement
BUG SCREEN Front End; Mounted Behind Grille
FRONT END Tilting, Fiberglass, With Three Piece Construction Includes Long Hood
PAINT SCHEMATIC. PT-1 Single Color, Design 100
Includes : PAINT SCHEMATIC 10 LETTERS "GR"
PAINT TYPE Base CoaVClear Coat, 1-2 Tone
CLUTCH Omit Item (Clutch & Control)
PTO EFFECTS, ENGINE FRONT for N13 Engines, Less PTa Unit, Includes Adapter Plate on Engine Front Mounted
BLOCK HEATER, ENGINE {Phillips} 120 VoIV1500 Watt
Includes : BLOCK HEATER SOCKET Receptacle Type; Mounted below Drivers Door
ENGINE, DIESEL {Navistar N13} EPA 10, SCR, 390 HP @ 1700 RPM, 1450 Ib-ft Torque @ 1000 RPM, 2100 RPM Governed Speed, 390 Peak HP (Max)
FAN DRIVE {Horton Drivemaster} Direct Drive Type, Two Speed With Residual Torque Device for Disengaged Fan Speed
Includes : FAN Nylon
RADIATOR Aluminum; Welded, Front to Back CrossFlow System, 1593 Sqln, 1929 Sqln Dual CAC, 1548 Sqln 3 Core L TR
Includes : DEAERATION SYSTEM with Clear Fill/Surge Tank : HOSE CLAMPS, RADIATOR HOSES Gates Shrink Band Type; Thermoplastic Coolant Hose Clamps : RADIATOR HOSES Premium, Rubber
FEDERAL EMISSIONS EPA, OBD and GHG Certified for Calendar Year 2014; N 13 Engines
AIR CLEANER Single Element, with Integral Snow Valve and In-Cab Control
Includes : GAUGE, AIR CLEANER RESTRICTION Air Cleaner Mounted
COLD STARTING EQUIPMENT Automatic; With Engine ECM Control
April 08, 2014
List (US DOLLAR)
$99.00
$0.00
$444.00
$167.00
$0.00
$76.00
$131.00
$0.00
$0.00
$0.00
$0.00
$257.00
$89.00
$669.00
$299.00
$0.00
$650.00
$157.00
$0.00
12 Proposal: 6043-01
I NTERNATIONAL® Vehicle Specifications April 08, 2014 20157600 SFA 6X4 2010 (SF567)
Code Description List (US DOLLAR)
12WTA FAN DRIVE SPECIAL EFFECTS Fan Cooling Ring with Fan Shroud Effects, Engine $0.00 Mounted
12WZB EMISSION COMPLIANCE Low NOx Idle Engine, Complies with California Clean Air $0.00 Regulations; Includes "Certified Clean Idle" Decal on Hood
13ATP TRANSMISSION, AUTOMATIC {Allison 4000_RDS_P} 5th Generation Controls; Close $21,400.00 Ratio, 5-Speed, With Overdrive; On/Off Hwy; Includes Oil Level Sensor, With PTO Provision, Less Retarder
13WAW OIL COOLER, AUTO TRANSMISSION {Modine} Water to Oil, for Allison or CEEMAT $667.00 Transmission
13WBL TRANSMISSION SHIFT CONTROL {Allison} Push-Button Type; for Allison 3000 & 4000 $0.00 Series Transmission
13WLM TRANSMISSION OIL Synthetic; 63 thru 76 Pints $405.00
13WUC ALLISON SPARE INPUT/OUTPUTforRugged Duty Series (RDS); General Purpose Trucks, $0.00 Construction
13WYL SHIFT CONTROL PARAMETERS Allison Performance Programming in Primary and Allison $0.00 Economy Programming in Secondary
14GVK AXLE, REAR, TANDEM {Meritor MT-40-14X-5DER-P} Single Reduction, 0.SOO"(12.7mm) $1,590.00 Wall Housing Thickness, 40,OOO-lb Capacity R Wheel Ends, With Lube Pump, Driver
14UMB
15DYP
15LKU
15SJR
16030
Controlled Locking Differential in Rear-Rear Axle. Gear Ratio: 5.29
Includes : POWER DIVIDER LOCK Electric over Air Operated, Cab Control with Indicator Light : REAR AXLE DRAIN PLUG (2) Magnetic, For Tandem Rear Axle
Notes : The following features should be considered when calculating Rear GAWR: Rear Axles; Rear Suspension; Brake System; Brakes, Rear Air Cam; Brake Shoes, Rear; Special Rating, GAWR; Wheels; Tires.
SUSPENSION, REAR, TANDEM {Hendrickson HMX-400-52} Walking Beam Type 52" Axle Spacing; 40,000-lb Capacity, With Rubber End Bushings, Transverse Torque Rods, Less Shock Absorbers
Includes : CROSS MEMBER, SUSPENSION Stamped Steel Double Dogbone
Notes : The following features should be considered when calculating Rear GAWR: Rear Axles; Rear Suspension; Brake System; Brakes, Rear Air Cam; Brake Shoes, Rear; Special Rating, GAWR; Wheels; Tires.
DEF TANK 9.5 U.S. Gal. 36.0L CapaCity, Frame Mounted Outside Left Rail, Under Cab
FUEUWATER SEPARATOR {Racor} Fuel Pre-Filter and Filter Base, Includes Water-In-Fuel Sensor
FUEL TANK Top Draw; Non-Polished Aluminum, 26" Diam., 100 U.S. Gal., 378 L Capacity Mounted Left Side Under Cab
CAB Conventional
Includes : ARM REST (2) Molded Plastic; One Each Door : CLEARANCE/MARKER LIGHTS (5) Flush Mounted : COAT HOOK, CAB Located on Rear Wall, Centered Above Rear Window
$0.00
$0.00
$0.00
$320.00
$0.00
13 Proposal: 6043-01
INTERNATIONAL® Vehicle Specifications 20157600 SFA 6X4 2010 (SF567)
Code Description
16HBA
16HGL
16HHE
16HKT
16HLJ
16JNT
16LUM
16SDS
16WCS
16WJS
16WKY
16WRZ
: CUP HOLDERS Two Cup Holders, Located in Lower Center of Instrument Panel : DOME LIGHT, CAB Rectangular, Door Activated and Push On-Off at Light Lens, Timed Theater Dimming, Integral to Console, Center Mounted : GLASS, ALL WINDOWS Tinted : GRAB HANDLE, CAB INTERIOR (1) "A" Pillar Mounted, Passenger Side : GRAB HANDLE, CAB INTERIOR (2) Front of "B" Pillar Mounted, One Each Side : INTERIOR SHEET METAL Upper Door (Above Window Ledge) Painted Exterior Color : STEP (4) Two Steps Per Door
GAUGE CLUSTER English With English Electronic Speedometer
Includes : GAUGE CLUSTER (6) Engine Oil Pressure (Electronic), Water Temperature (Electronic), Fuel (Electronic), Tachometer (Electronic), Voltmeter, Washer Fluid Level : ODOMETER DISPLAY, Miles, Trip Miles, Engine Hours, Trip Hours, Fault Code Readout : WARNING SYSTEM Low Fuel, Low Oil Pressure, High Engine Coolant Temp, and Low Battery Voltage (Visual and Audible)
GAUGE, OIL TEMP, REAR AXLE
GAUGE, AIR CLEANER RESTRICTION {Filter-Minder} With Black Bezel Mounted in Instrument Panel
IP CLUSTER DISPLAY On Board Diagnostics Display of Fault Codes in Gauge Cluster
GAUGE, DEF FLUID LEVEL
SEAT, DRIVER {National 2000} Air Suspension, High Back With Integral Headrest, Vinyl, Isolator, 1 Chamber Lumbar, With 2 Position Front Cushion Adjust, -3 to +14 Degree Angle 8ackAdjust
Includes : SEAT BELT 3-Point, Lap and Shoulder Belt Type
SEAT, PASSENGER {National} Non Suspension, High Back With Integral Headrest, Vinyl, With Fixed Back, With Under Seat Storage
MIRRORS (2) {Lang Mekra} Styled; Rectangular, 7.09" x 15.75" & Integral Convex Both Sides, 102" Inside SpaCing, Breakaway Type, Heated Heads Thermostatic Controlled, Clearance Lights LED, Bright Heads and Brackets
HEATER {Blend-Air} with Defroster
Includes : HEATER HOSES Premium : HOSE CLAMPS, HEATER HOSE Mubea Constant Tension Clamps
INSTRUMENT PANEL Center Section, Flat Panel
HVAC FRESH AIR FILTER
CAB INTERIOR TRIM Premium
Includes : "A" PILLAR COVER Molded Plastic : CAB INTERIOR TRIM PANELS Cloth Covered Molded Plastic, Full Height; All Exposed Interior Sheet Metal is Covered Except for the Following: with a Two-Man Passenger Seat or with a Full Bench Seat the Back Panel is Completely Void of Covering : CAB SOUND INSULATION Includes Dash Insulator and Engine Cover Insulator, Premium Floormat, and Sound Dampening Patches : CAB, INTERIOR TRIM, CLOSEOUT Lower Dash Closeout Panel; Molded Plastic; Under Instrument Panel Driver Side
April 08, 2014
List (US DOLLAR)
$0.00
$99.00
$30.00
$0.00
$0.00
$0.00
$408.00
$506.00
$0.00
$0.00
$0.00
$304.00
14 Proposal: 6043-01
INTERNATIONAL® Vehicle Specifications 20157600 SFA 6X4 2010 (SF567)
Code Description
16WSK
27DRB
28DMH
29PAR
29PAS
7384225423
7752665412
40JLX
: CONSOLE, OVERHEAD Molded Plastic; With Dual Storage Pockets with Retainer Nets, CB Radio Pocket, Speakers, and Reading Lights : COURTESY LIGHT (2) Mounted In Front Map Pocket Left and Right Side : DOOR TRIM PANELS with Cloth Insert on Bolster Driver and Passenger Doors : FLOOR COVERING Rubber, Black : GAUGE, TEMPERATURE, AMBIENT Includes Wiring and Sensor With Display Unit Mounted in Cluster : HEADLINER Soft Padded Cloth : INSTRUMENT PANEL TRIM Molded Plastic with Black Center Section : STORAGE POCKET, DOOR (2) Molded Plastic (Carpet Texture), Full-Length; Driver and Passenger Doors : SUN VISOR (3) Padded Vinyl: 2 Moveable (Front-to-Side) Primary Visors, Driver Side with Vanity Mirror and Toll Ticket Strap, plus 1 Auxiliary Visor (Front Only), Driver Side
CAB REAR SUSPENSION Air Bag Type
WHEELS, FRONT DISC; 22.5" Painted Steel, 10-Stud (285.75MM BC) Hub Piloted, Flanged Nut, Metric Mount, 12.25 DC Rims, 4.63 Offset, 5 Hand Hole, With Steel Hubs.
Includes : PAINT IDENTITY, FRONT WHEELS White
Notes : Compatible Tire Sizes: 385/65R22.5, 425/65R22.5
WHEELS, REAR DUAL DISC; 24.5" Painted Steel, 2-Hand Hole, 10-Stud (285.75MM BC) Hub Piloted, Flanged Nut, Metric Mount, 8.25 DC Rims; With Steel Hubs
Includes : PAINT IDENTITY, REAR WHEELS White
Notes : Compatible Tire Sizes: 11R24.5, 12R24.5, 275/80R24.5, 285/75R24.5
PAINT IDENTITY, FRONT WHEELS {Accuride} Disc Front Wheels; With Vendor Applied (PKWHT21) White Powder Coat Paint
PAINT IDENTITY, REAR WHEELS {Accuride} Disc Rear Wheels; With Vendor Applied (PKWHT21) White Powder Coat Paint
(8) TIRE, REAR 11R24.5 HDR2 (CONTINENTAL) 468 rev/mile, load range H, 16 ply
(2) TIRE, FRONT 425/65R22.5 HTC1 (CONTINENTAL) 465 rev/mile, load range L, 20 ply
Total of Product Features
Services Section:
SRV CONTRACT, EXT ENGINE {Navistar} To 60-Month/200,OOO Miles (320,000 km), 7200 Hours; Includes Engine, Engine Electronics, Turbocharger, Water Pump and Fuel Injectors, for MaxxForce 13 and Navistar N13 Engines with 450 Horsepower or LESS
Total of Service Features
Total List Price Including Options:
Viking Cives Quote # 80022, Plow Body misc equipment etc.
Total Body Allied:
April 08, 2014
List (US DOLLAR)
$0.00
$734.00
$72.00
$24.00
$90.00
$1,616.00
$266.00
$195,345.00
$2,400.00
$2,400.00
$197,745.00
$65,241.80
$65,241.80
15 Proposal: 6043-01
Customer: H. L. GAGE SALES, INC. Contact:
Cives Corporation, dba Viking Cives (USA) 14331 Mill Street Harrisville, NY 13648 Phone: (315) 543-2321 Fax: (315) 543-2366
www.vikingcives.com
QUOTATION
Quote ID: 80022-A
Page 10f3
ONONDAGA 2013 Catalog
Quote Number: 80022-A Quote Date: 41712014
Quote valid until: 6/30/2014 Address: P. O. BOX 5170 121 WASHINGTON AVENUE AVE EXTN
ALBANY NY 12205
Phone: 518-456-8871 Fax: 518-456-0705
Attn: JIM HANS
QUANTITY DESCRIPTION
HITCH FOR FACTORY MOUNTS - Hitches with mtg. bolts & nuts, pins (PIO)
1 S 101 OOF - Custom Hitch Plow Mount-Power Tilt (incl. yoke)
1 SIIOIO - 4" x 10" DA Cylinder
1 S12200 - Pump Bracket, Chelsea PTO 1 S 13803 - Viking Quick Lock (pin on) - 30-1/2"
1 S15001F - Hose Connecting Bracket w/fittings and disconnects (no restrictor) (std.)
1 S15100F - Quick Disconnects for Lift Cylinder
HYDRAULICS
1 S20122F - Parker P20 Single Pump w/Chelsea PTO - hot shift (28 gpm)
1 S22000F - 35 Gallon Frame Mount Oil Reservoir
1 S22100F - Oil Filter Condition Indicator 1 S22110 - Hydraulic Oil Line Shut Off (1-114" Standard) (each)
1 S22116F - Low Oil Sensor (for frame tank) 1 S23120 - Three Spool Valve
1 S24120F - Cab Control, Three Handle Floor Mount-cable operated
1 S26030F - Hose Kit - Front Mount with pump and power reverse
REVERSffiLE PLOWS, AIRPORT Reversible Airport Moldboard (no shoes or blade)
1 S57515 - R2051 P Reversible Airport Moldboard
1 S57555 - Steel Blade Option, 12" punching for 20' Moldboard 1 S57600 - Twin Cylinder (cushion valve) Power Reverse Pushframe (PRR) - 4 pin
point 1 S57630 - Brace Arm, Std. Pin Adjustable (pair)
1 S57650 - Dual Adj. Pneumatic Wheel Assembly (pair)
1 S57660 - Rubber Deflector Option for 20' Moldboard
1 S52416 - Viking Quick Lock (pin on) 30-112"
ACCESSORIES
1 S70000F - Plow Lights (Truck Lite) (for use with reversible plows) 1 S70121F - LED Lights StopfTailfTurn - back of body (pair)
1 S70386F - LED Back Up Lights - back of body (pair)
. TANDEM PLOW AND For. BODY EQUIPMENT
Terms: Net 30 days Salesperson: DAVE MCBURNIE
FOB: Destination
QUANTITY 1
1
1
1
1
1
1 1
1
1
1 1 1
1
1
DESCRIPTION
Cives Corporation, dba Viking Cives (USA) 14331 Mill Street Harrisville, NY 13648 Phone: (315) 543-2321 Fax: (315) 543-2366
www.vikingcives.com
S70388F - LED Strobe Amber Flashing Lights - back of body (pair)
S7030SF - Steel Sideboards! Slide in (set)
S70338F - Shovel Holder for Dump Body
ONII029 - BEAU-ROC DL 18 ft. Body, 48" sides, 60" door, CS-I70-6-4 cyl., 45T mtg. kit ONII055 - Sides upgraded to 54" Height
ONl1066 - 3-112" Air Cylinder Kit (815-6X-2AT)
ONI} 070 - Manual Side Opening Tailgate Kit (8I2-IX)
ONII073 - Coal Door Std - 13" high (SOl-IX)
GS71102F - ROLL-RITE 6400 Aluminum Tarp System, external mount S-spring pivot set, 92" tarp spool GS71119 - ROLL-RITE 8322 Heavy Duty Asphalt Tarp, 22 ft.(rnust use 5-spring system w/super duty motor)
FACTORY INSTALL
S79000F - Factory Install - Front Mount S79IOOF - Factory Install - Plow Lights S79150F - Factory Install- Dump valve section (per each section) S79200F - Factory Install- Dump Body - Contractor Style S79310F - Factory Install- Tarp System, electric
This Equipment Requires 154" Useable CT Minimum SO" AF
Furnish Tailplates with Hitch
Order body with 54" side height
Cab Light to be Supplied with Chassis Delivery to Region 1
Sander Controls Deleted April 7, 2014
The following 0 lions may be added:
QUANTITY DESCRIPTION
Customer must fill out the information below before the order can be processed ...
I A~.¢oo byl I PO,,:::
QUOTATION
Quote ID: 80022-A
Page 2of3
ONONDAGA 2013 Catalog
Quote Total: $92,874.00
Discount: ($27,862.20)
Total Cost For $65,011.80 Equipment:
Charges 230
Total Due $65,241.80
PRICE EACH AMOUNT
40JLX
Viking
MHC
TOTAL CHASSIS OPTIONS TOTAL:
EQUIPMENT TOTAL:
WARRANTY AND LOCAL PURCHASES
Extended Service Contract 5 Year, 200,000 Miles, 7200 Hours, Includes Engine, Engine Electronics, Turbocharger, Water Pump and Fuel Injectors.
Roof Mounted Warning Lights, Airport Specifications
22,OOOIb Driving Front Axle FSDP1 0, 5.27 Ratio, Rear Sub Frame Level Rails, Headlights to Bumper, Double Reduction Planetary, 2 Speed Transfer Case MVG 1200 RN, (11,000 Ibs), HD Drivelines, Front Shock Adapters
SUB TOTAL
$41,878.00
$65,241.80
2,400.00
529.00
45,133.00
48,062.00
LETTER, PURCHASE ORDER OR VOUCHER MUST BE MADE OUT TO:
NAVISTAR, INC. 399 Albany Shaker Road
Suite 202 Loudonville, NY 12211
PRICE PACKAGE
DISCOUNT ON OPTIONS
ADDITIONAL DISCOUNT
TOTAL DELIVERED PRICE
WB 240 CAICT 156.50 AF 63 RATIO
$ 239,231.15
$ 6,281.70
$ 10,500.45
$ 222,449.00
--------- ---------- --------- ----------
PAINT COLOR Yellow PAINT CODE# 4421 ------------ ----------------------
Joanne M. Mahoney County Executive
BID REFERENCE: 7823
Date: May 23, 2013
County of Onondaga Executive Department
Division of Purchase John 1-1. Mulroy Civic Center, 13th floor
421 MontgomelY Street Syracuse, New York 13202-2989
(315) 435-3458 Fax (315) 435-3424
BID PROPOSAL
Sean Carroll Director
Sealed bids for furnishing Trucks (Heavy Duty Class 8) Cab-Chassis Type W/Dump Bodies, Snow Plows & Associated Options/Accessories will be received at the Office of the Purchasing Director, 421 Montgomery Street, Syracuse, NY 13202 until two (2) o'clock P.M. (local time) on June 7, 2013.
Specifications submitted on call. Onondaga County reserves the right to reject any or all bids.
No bid security is required.
No performance security is required.
Bidders must use the proposal form and envelope furnished by the Division of Purchase or an envelope that is clearly marked with your company name, the bid reference number and the date the bid is due when submitting their proposals. Envelopes must be sealed when submitted. Faxed bids are unacceptable.
Required for department: Onondaga County, City of Syracuse and any Municipalities authorized under General Municipal Laws of the State of New York.
Sean Carroll Director
Bid Ref. #7823, Page 2
SPECIAL CONDITIONS
Term: The duration of the resulting blanket price agreement shall be from June 24,2013 through June 23, 2018.
Contractors will notify the Division of Purchase in writing of the manufacturer's production build-out date. Such notification MUST be submitted immediately upon the contractor being notified by the manufacturer.
The resulting Contractor may supply the next model year (MY) vehicle if a build-out date has occurred for the item they are awarded. Prices will be held to discount from MSRP prices provided in bid. All specifications, terms and conditions of this bid remain in effect for the contract period. Ifno new MY has been awarded the Contractor may continue to supply the current model year vehicles until depletion of stock or manufacturer's production build-out.
Payment: Payment will be processed with purchase order and vendor invoice.
Delivery: Price shall include all customs duties and charges, all vehicle preparation and clean-up charges, New York State motor vehicle inspection, installation charges and all other incidentals normally included with providing and delivery ofa vehicle including the manufacturer's fees such as destination charges.
Price: Shall be net F.O.B. point of delivery for all municipalities and any location in Onondaga County. The DAS (Delivery Allowance Schedule) shall apply to all other Counties in New York State. Note: No separate, additional delivery charge will be allowed.
Award: Award will be by lowest bidder by manufacturer line for the Cab-Chassis. Bidders may bid multiple manufacturers/sources for the Dump bodies and Plows. Ifbidder offers more than one manufacturer for Dump Bodies and plows, all products must be offered at same discount.
The configuration for the Class 8 Trucks are as follows:
Bidders must include suppliers - Henderson, Viking, Tenco and Everest as part of their proposal.
Truck (Heavy), Cab Chassis, (Single Rear Axle), Set forward Front Axle:
Truck (Heavy), Cab Chassis ,( Single Rear Axle), Set Back Front Axle:
Truck (Heavy), Cab chassis, (Tandem Rear Axle), Set Forward Front Axle:
Truck (Heavy), Cab chassis, (Tandem Rear Axle), Set Back Front Axle:
Price Lists: The successful bidder shall furnish two (I) set of the applicable price lists for each vehicle. The vendor will be required to provide a discount from these price lists for options on each vehicle.
Regulations: The completed vehicle shall conform to all applicable federal, state and local laws in effect at the time of delivery.
Bid Ref. #7823, Page 3
SPECIAL CONDITIONS (Con't)
Service: Prior to delivery, the vehicle shall be completely serviced by the contractor in his own shop. Servicing shall include New York State inspection, engine tune-up, lubrication, wheel alignment, fi'ont wheel balancing and all other checks and adjustments required for full, proper servicing of a new vehicle.
Qualification of Bidder: Bids for the vehicle will be considered only from manufacturer's factory branch dealers, 01' manufacturer's fi'anchised dealers.
Delivery Condition: Vehicles must be delivered strictly in accordance with specifications. Delivery must be coordinated with the department and delivery shall be made during normal working holll's.
Guarantees by the Contraclor: The manufacturer's standard warranty shall be provided.
Manuals: One (I) copy oft ruck maintenance, parts and operational manuals plus parts lists (if available) shall be delivered to the purchasing agency with the trllck, including and nol limited to:
I. Driver's manual 2. Cab-chassis service repair manual including a complete parts list, lube chart and wiring, hydraulic and
ail' schematics. 3. Dump body, hoists, spreaders plows and hydraulic pump service. And repair manual including a
complete parts list.
References: Manufacturer and model numbers as stated in this specification are for reference pll1'poses only. Equipment bid shall be on an "OR EQUAL" basis evaluated by the County using the items referenced as a minimum base line for comparison.
Contact: Please refer any questions to Mr. James Corbett, Division of Purchase (315) 435- 3472.
Bid Ref. #7823, Page 4
MINIMUM SPECIFICATIONS
Scope: Provide Class 8 heavy duty cab-chassis truck(s) with GVWR of33,000 Ibs or more which may include installed optional body(s) plows and associated accessories for any Municipalities authorized under General Municipal Laws of the State of New York as specified below.
It is anticipated that there will be multiple awards to vendors based on vehicle manufacturer, enabling contract users to make purchases of various types of cab chassis, dump bodies, plows and related equipment using nationally published MSRP price list, less any discount equipment that is not listed
Bidder Note: Vendor shall provide a discount of 10% or better fi'om list for any other optional vehicle using nationally published MSRP price list, less any discount equipment that is not listed. A discount of30% or better from list price for dump bodies plows and related equipment.
Price and Delivery Allowances: Pricing will be FOB to any location in Onondaga County. The Delivery Allowance Schedule (DAS) will apply to all other Counties in New York State. The DAS will be as follows:
The Contractors will be required to delivery vehicles anywhere within New York State boundaries. Each contractor will be reimbursed for this delivery according to the following Delivery Allowance Schedule (DAS). The DAS shall indicate the maximum dollar amount that will be paid for delivery from the Contractor's point of business, to the delivery location. Municipalities may pick-up vehicle(s) at the Contractor or pre-delivery service dealer location with no delivery allowance charge applied.
The DAS will be used as follows: lfthe Contractor point of business is in Albany (Region 3) and the desired delivery point is in White Plains (Region 5) the delivery charge will be $160.00. This charge should be added to the invoice. Each contractor will only be concerned with their particular region (Le. if the contractor's point of business is in Region I, the only row that will be utilized is the first one).
Delivery to Region Region 1 2 3 4 5 6
I $160 $230 $380 $440 $520 $680 2 $230 $160 $230 $230 $290 $520 3 $380 $230 $160 $230 $230 $520 4 $440 $230 $230 $160 $440 $660 5 $520 $290 $230 $440 $160 $260 6 $680 $520 $520 $660 $260 $160
SEE REGION LISTING ON NEXT PAGE
Bid Ref. #7823, Page 5
MINIMUM SPECIFICATIONS (Con't)
Region 1 Region 2 Region 3 Region 4 Region 5 Region 6 Allegany Broome Albany Clinton Dutchess Bronx Cattaraugus Cayuga Columbia Essex Orange Kings Chautauqua Chenango Fulton Franklin Putnam Nassau Chemung Cortland Greene St. Lawrence Rockland New York Erie Delaware I-Iami Iton Sullivan Queens Genesee Herkimer Montgomery Ulster Richmond Livingston Jefferson Rensselaer Westchester Suffolk Monroe Lewis Saratoga New Jersey Niagara Madison Schenectady Ontario Oneida Schoharie Orleans Oswego Warren Schuyler Otsego Washington Seneca Tioga Stuben Tompkins Wayne Wyoming Yates ---
Lowel' Pricing: The County reserves the right to negotiate lower pricing with the awarded vendors in the event of a significant decrease in market price of any product listed.
Government Mandated Program Price Adjustment: An adjustment in price may be permitted if a government mandated program such as a new standard for emissions takes effect and suitable documentation is furnished.
Delivel": Delivery shall be expressed in the number of calendar days required to make delivery after receipt of a purchase order. Delivery shall be made in accordance with the instructions on the purchase order fi'om each Municipality and what is listed on the contract. The Contractor shall acknowledge receipt of the purchase order. If the ordering agency has not received acknowledgement within two (2) weeks, the contractor shall be contracted.
Deliven Certification: The Contractor shall secure a signed receipt tl'om the Ordering agency certifying to the delivery of the vehicle. In the event deficiencies are later noted and a properly signed receipt ifnot available, the Contractor wiIl be responsible.
Shipping Dates and DeJivel'Y Time
• Contractor shall provide written acknowledgement of orders within five (5) business days after receipt of order.
• Contractor shall provide ordering agency with anticipated shipping date of completed vehicle with written acknowledgment of order,
Bid Ref. #7823, Page 6
MINIMUM SPECIFICATIONS (Con't)
II Contractor shall furnish the agency with written acknowledgment of the shipping date at least two weeks prior to shipment.
II If the shipment will not be made within the delivery time, the Contractor will be required to notify the agency in writing at least two (2) weeks prior to the date of the original delivery. This notification must include the reasons for the delay and the latest date the vehicle will be shipped.
II All correspondence on shipping dates and delivery time shall be directed to the ordering agency's contact person.
Bidders to Supply:
II Reflectors: All reflectors shall have Lexan lenses and shall be permanently attached to the truck with mechanically, screw -type fasteners.
II Reflector Kit: shall consist of three (3) bi-directional, reflective triangles conforming to federal regulations. The kit shall be provided in a fully closed, metal or impact resistant plastic, reusable container.
II Fire Extinguisher: shall be 10-lb. capacity, dry chemical-type for Class A, B, and C fires and shall be mounted inside the cab.
II Back-up Alarm: Vehicle to be equipped with electric back-up alarm, Preco 250 (or equal).
Bid Ref. #7823, Page 7
PRICING PAGES
Furnish Trucks (Heavy Duty Class 8) Cab-Chassis Type W Dump Bodies, Snow Plows and Associated options/Accessories. Note: Vendor MUST provide a list of standard equipment and features offered.
Bidder Notes:
I. An Options List must be provided.
2. All vehicle models offered must be listed as well as all suppliers of plow and dump equipment and accessories.
A. Truck, (Heavy), Cab Chassis, (Single Rear Axle), Set forward Front Axle
Manufacturer/Model: -------------------------------- MSRP _____ _
Discount from MSRP: ---------------------Delivery (after receipt of order): ________________________ _
I. Options
Discount from list (10% or belter): ______________________ __ %
2. Dump bodies
Discount from MSRP (30% or better): ____________________ _
3. Plows and other Products:
Discount from MSRP (30% or better): ____________________ _
B. Truck, (Heavy), Cab Chassis, (Single Rear Axle), Set Back Front Axle:
Manufacturer/Model: --------------------------------MSRP _____ _
Discount from MSRP: ---------------------
Delivery (after receipt of order): ______________________ _
Bid Ref. #7823, Page 8
PRICING PAGES (Con't)
I. Options
Discount from list (10% or better): _____________ %
2. Dump bodies
Discount from MSRP (30% or better): __________ _
3. Plows and other Products:
Discount n'om MSRP (30% or better): __________ _
C. Truck, (l-Ieavy), Cab chassis, (Tandem Rear Axle), Set For\vard Front Axle:
Manufacturer/Model: _______________ _ MSRP _____ _
Discount from MSRP: -----------
Delivery (after receipt of order): ____________ _
I. Options
Discount from list (10% or better): _____________ %
2. Dump bodies
Discount from MSRP (30% or better):. _______ _
3. Plows and other Products:
Discount from MSRP (30% or better):, __________ _
D. Truck, (J-Ieavy), Cab chassis, (Tandem Rear Axle), Set Back Front Axle:
Manufacturer/Model: _______________ _ MSRP _____ _
Discount from MSRP:. __________ _
Delivery (after receipt of order): ____________ _
Bid Ref. #7823, Page 9
PRICING PAGES (Con't)
1. Options
Discount fi'ol11 Jist (10% or better): _____________ %
2. Dump bodies
Discount fi'0111 MSRP (30% or better): __________ _
3. Plows and other Products:
Discount (j'OITI MSRP (30% or better): __________ _
PROPOSAL AND SIGNATURE PAGE
Director of Purchasing Onondaga COllnty Division of Purchase 421 Montgomery St. Syracllse, NY 13202
Bid Ref. #7823, Page 10
[ agree to provide all the material and/or labor in accordance with the furnished specifications to the County of Onondaga and/or its political subdivisions. I have clearly identified variations from the published specifications where applicable.
I have received, read and agree to the terms and conditions as set forth in the Instructions to Bidders/General Conditions and any special terms or conditions as set forth in the special conditions or minimum specifications. I specifically read, understand and certify in accordance with section 16.2.1 (noncollusion certification required for public bids) and the Fair Employment reporting requirements (16.2.6). I am authorized by my company to make this commitment.
REFER TO PRICING PAGES
Addenda acknowledgment: I have received and considered the following addenda in submitting this bid:
No. _____ Dated: _____ _ No. Dated: _____ _ No. Dated: ------
Signature: ___________ _ Printed Name: ------------Title:
Firm Name: Contact person: Address:
Phone
Purchase Order Address (if different than above): Fax Number:
FederallD Number: ---------
E-Mail Address:
Note: Vendors MUST provide a W-9 Form with their bid. This form is attached at the end oflnstrllctions to Bidders/General Conditions.
This page Must be Signet/ and Returned or your bid will be declared Informal!
Instructions to Bidders/General Conditions
1. Submission of bids:
1.1 Bids are publicly opened and read at 2 p.m. in the office of the Onondaga County Division of Purchase, 421 Montgomery Street, Syracuse, NY 13202 on the day bids are scheduled to be received.
[.2 Bids must be date and time stamped by the Division of Purchase prior to the specified time of the opening. No late bids are accepted for any reason. Bidder assumes all responsibility for on-time delivery to the Division of Purchase.
[.3 Bidders must use the proposal form and envelope furnished by the Division of Purchase or an envelope that is clearly marked with your company name, the bid reference number and the date the bid is due when submitting their proposals. Envelopes must be sealed when submitted. Faxed bids are unacceptable.
1.4 Separate bid envelopes must be submitted for each bid reference number.
1.5 Bidders may submit bids on anyone 01' group of items, provided that the unit prices are shown as requested.
1.6 Equipment offered in response to this bid request must be standard, new, the latest model or a regular stock product, with parts available and that the equipment and parts are not currently scheduled to be discontinued. Further, the bidder will guarantee that no attachment or part has been applied contrary to manufacturer's recommendations.
1.7 Special conditions in the specifications shall take precedence over any instructions to bidders/general conditions.
2. Required submissions:
2. J Each bid must be signed by the bidder.
2.2 Bids by partnerships must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing.
2.3 Bids by corporations must be signed with the name of the corporation, followed by the signature and designation of the president, vice-president or person authorized to bind in the matter. A corporate resolution may be required to confirm authorization.
2.4 Bids by agents of a manufacturer must be accompanied by a certification the agent is authorized. if required.
2.5 Bid security, performance 01' other bonds when required shall be issued by a bonding company authorized to do business in New York State.
2.6 Bid security, when required, must be in the amount and form as stated in the legal advertisement, as a guarantee that if the bid is accepted a contract will be executed. Bid security deposits will be released when the \vritten intent to award is issued of all but the three lowest bidders. Bids lacking bid security, when required, will not be eligible for award.
2.7 Performance Security, when specified, must be in the amount and form as stated in the legal advertisement. Performance security is generally required only in public works, construction, installation and celtain term and service contracts. Performance security shall be of sufficient value to:
2.7.1 guarantee the contract for the faithful performance thereof;
2.7.2 guarantee all work and/or materials against all defects not due to ordinary wear and use for a period of one (1) year from date of the Municipality(ies) acceptance of the goods and/or services rendered and;
2.7.3 guarantee payment of any and all obligations arising as the result of the contract.
2.8 Labor and material bonds may be required in specific contracts to guarantee payment to workers and subcontractors.
2.9 When required, bidders shall fill out the material list and state clearly any variation from proposed products from that specified. Brand name and other information as necessary to be furnished on all items. Bidder should submit with bid any information, specifications, circulars, etc. that will explain or clarify the differences or compliance with the specifications.
3. Use of Brand names:
3.1 References in the specifications to a particular trade name, manufacturer's catalog or model number are made for descriptive purposes to guide the bidder in interpreting the type and quality of materials or supplies or nature of work desired. Such descriptions should not be construed as excluding bids on other types of materials and supplies or for performing the work in a manner other than specified, providing that the materials and supplies and manner of performing the work are offered are of equal quality to that specified and equally acceptable to the Municipality(ies) for its purposes. Exceptions must be clearly stated.
3.2 The Purchasing Director will determine equal products or services.
4. Pricing:
4.1 Prices must be stated in units of quantity specified. Prices submitted by bidders must be firm for 45 days from the date of the bid opening. Prices shall be in US funds only.
4.2 Prices bid shall be FOB prepaid to destination as designated. All charges for packing, crating, containers, etc. are included and being in strict accordance with specifications as shown. The price bid by the contractor shall be the price paid for all items to be furnished under this contract, irrespective of the time of shipment or delivery, unless otherwise provided.
4.3 Purchases by the Municipality(ies) are exempt from any Federal, state or city sales tax. Exemption certificates or proof of sales tax exemption will be provided upon request.
4.4 Where pricing is described in both words and numerals, the words will govern.
4.5 Cash or early payment discounts will not be considered in determining low bidder.
5. Withdrawal of bids and errors:
5.1 Bids may be withdrawn at any time prior to the bid opening by written request of the bidder.
5.2 Errors in math or omission may be grounds for withdrawal of the bid after the opening at the request of the bidder and at the discretion ofthe Purchasing Director upon written request. Such requests must be made as soon as the error is identified.
5.3 In case of error in extending the amount of the bid, the unit prices will govern.
6. Purchases by other governmental or authorized entities:
6.1 Purchases at prices qlloted that result in a contract or purchase order contract with Municipality(ies) may be made by the City ofSyracllse, each town and village, each school, fire and solid and water conservation district eligible to purchase from this contract for the term of the contract.
In addition, the Municipality(ies) allow(s) all municipal entities authorized under the General Municipal Laws of the State of New York to purchase goods and/or services under this contract from anywhere in the state at the discretion of the vendor.
6.2 Any minimum order requirements, delivery charges or other deviations from the prices offered to Municipality(ies) applicable to eligible organizations must be clearly stated in the bid. No such charges will be permitted ifnot contained in the original bid.
7. Interpretations:
7.1 It is understood and agreed that in questions of interpretation in the specifications, the Purchasing Director does expressly have the right to determine the meaning and shall control the decision and such decision shall be binding and final. Corrections to errors, or omissions in specifications, may be made by the Purchasing Director, when such corrections are necessary for the proper fulfillment of the intention of such specifications.
7.2 Interpretations and questions relating to bid requirements, specifications, drawings, etc. must be submitted in writing to the contact person identified in Special Conditions not later than 7 calendar days prior to the bid opening. No interpretation will be made to any bidder orally. Interpretations made will be by addendum, if required, and provided to all known prospective bidders. Bidders bear full responsibility for accepting interpretations that are not by addendum issued through the Purchasing Division. Failure of any bidder to receive any such addendum or interpretation shall not relieve any bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the contract documents. Failure to request an interpretation constitutes a waiver to later claim that ambiguities or misunderstandings caused a bidder to improperly submit its bid or to have inadvertently bid on certain items.
7.3 The Municipality(ies) reserve(s) the right to waive informalities in a bid if such waiver does not provide a competitive advantage to any bidder.
7.4 The bidder understands and agrees that no plea of ignorance relating to data, conditions, policies or requirements of the Municipality(ies) will be accepted as a reason for failure or default on the part of the bidder to fulfill in every respect all the requirements of the contract. Nor will such claim of ignorance be the basis for any claim for increased compensation.
8. Method of Award:
8.1 The Municipality(ies) reserve(s) the right to reject any and all bids at their discretion, at any time before award, or if it is in the best interest of the Municipality(ies) to do so. The Municipality(ies) reserve(s) the right to accept any item in the bid, and to award the bid in whole or in part to the lowest responsible bidder within 45 days, unless otherwise specified, including the right to increase or reduce quantities.
8.2 Bids will be evaluated by the Division of Purchase and the department requiring the goods or services. A notice of intent to award will be issued only by the Division of Purchase.
8.3 Protests of companies, products or services being offered ti'om competing bidders must be made as soon as possible, in writing, to the Division of Pmchase.
8.4 In the event a lower bid is being rejected for any reason, the bidder will have 48 hours to explain before an intent to award will be issued to another bidder.
9. Inspection, Samples and Testing:
9.1 Material offered shall be available for inspection before delivery at a point agreed upon between the bidder and the Purchasing Director.
9.2 Samples are required to be furnished by the bidder at the request of the Purchasing Director. Samples are to be furnished at no cost to the Municipality(ies). Samples will be returned only at the cost of the bidder. Some samples may be retained for the life of the contract to verify delivery is in compliance with specifications.
9.3 It is understood and agreed by the bidder that deliveries tested by the Municipality(ies) and found not to meet specifications as set fOlth, bidder will be billed for the test.
10. Delivery:
10.1 Material is required on or before the delivery date in the specifications. The successful bidder is responsible for delivery in good condition to the designated destination.
10.2 No items are to be shipped or delivered until receipt of an official purchase order fi'om the Municipality(ies) Division of Purchase or Onondaga County contract.
10.3 Guaranteed delivery date will be a consideration in making a contract award.
10.4 Failure to deliver as guaranteed may result in termination of the contract and also disqualify bidder from receiving contracts for at least two years. The Municipality(ies) will assume no liability for any expense or loss because of such termination.
10.5 All broken andlor damaged items received by the Municipality(ies) shall be replaced by the contractor, immediately, at his own cost and expense. The Municipality(ies) shall inspect all the items and notify the contractor of any damage as soon as it is discovered.
11. Notice to Proceed:
11.1 The successful bidder, when required, must return the signed contract, completed insurance certificate and performance security within fourteen (14) days from the date ofthe letter of intent to award.
11.2 No work shall begin, nor goods delivered until the contractor has in place the required insurance and security ancl receives a written notice to proceed, completed contract or purchase order as appropriate.
12. Hold Harmless:
12.1 The bidder, if awarded an order or contract, agrees to indemnify, defend and hold harmless the Municipality(ies), its officers, agents and employees /i'OIn and against any and all loss or expense that may arise by reason of liability for damage, injury or death, or for invasion of personal or property rights, of every name and nature, whether casual or continuing trespass or nuisance, and any other claim for damages arising at law and equity alleged to have been caused or sustained in whole or in part by or because of any omission of duty, negligence or wrongful act on the part of the bidder, its employees or agents.
13. Insurance:
13.1 The bidder or contractor will furnish the amount of insurance determined and specified by the Municipality(ies).
13.2 The contractor agrees to obtain and maintain general liability insurance including comprehensive form, premises/operations, products/completed operations, broad form contractual, independent contractors and personal injury, with minimum limits of not less than one million ($1,000,000) dollars combined single limit for bodily injury and property damage.
13.3 The contractor will obtain automobile liability insurance, including for owned, hired and nonowned vehicles with minimum limits of not less than one million dollars ($1,000,000) combined single limit for bodily injury and property damage.
13.4 When required, the contractor shall provide to the Municipality(ies) a certificate of insurance evidencing the insurance requirements specified on the attached sample certificate and shall name the Municipality(ies) as an additional insured. The celtificate shall contain a provision that the issuing company will notify the Director of Purchase by certified mail 30 days prior to any change in or cancellation of the policy.
13.5 The contractor further agrees to comply in all respects with all Federal, State and Municipality(ies) laws which pertain regarding services for municipal corporations including but not limited to Workers' Compensation and Employers' Liability insurance, hours of employment, wages and Human Rights.
14. Payments:
14.1 The Municipality(ies) will pay the bidder or contractor the amount of his bid upon the fhll and faithful performance of the contract, acceptance of materials and/or work by authorized municipal agent, and upon receipt of the vendor invoices from the receiving department.
14.2 Partial payments for delivered items or quantities of a bid may be made by the Municipality(ies) upon presentation of properly executed claim voucher or invoice, unless otherwise stated. The final payment will be made by the Municipality(ies) when the materials, supplies, equipment or services have been fully delivered or completed to the full satisfaction of the Municipality(ies) Division of Purchase and the receiving department.
14.3 Unless otherwise specified, the Municipality(ies) may in any contract involving construction work or labor retain up to five percent (S%) of the amount of the contract until final completion and acceptance of all work covered by the contract.
14.4 The contractor further agrees that the Municipality(ies) may withhold, out of any amounts due the contractor, sums sufficient to cover any unpaid claims by mechanics or laborers for work or labor performed under this contract; provided, that the notice in writing of such claims, signed by the claimants, shall have been previously filed.
14.S The said contractor further agrees that he shall not be entitled to demand or receive any payment except in the manner set forth in this contract.
15. Warranty:
IS.I Municipality(ies) requires a one-year warranty fi'om the date of acceptance to correct at no additional cost to the Municipality(ies) any failure or defect in material and workmanship, which appears in the equipment, goods or services supplied under this bid. Should manufacturer's, product's or bidder's warranty extend longer than Municipality(ies) one year requirement, the remaining term of the bidder's warranty will be in effect at the conclusion of the Municipality(ies) required warranty.
IS.2 Municipality(ies) doe es) not accept exceptions to implied warranties of suitability or merchantability. Municipality(ies) do(es) not accept limitations for recovery for incidental or consequential damages or on its legal remedies to secure such recovery.
16. Governing Laws and Regulations:
16.1 The bidder is required to comply with all applicable provisions of the laws of the Municipality(ies), the State of New York and the United States of America which affect municipalities and municipal contracts and in particular the state's Labor Law, General Municipal Law, Workmen's Compensation Law, the Lien Law, Personal Property Law, State Unemployment Insurance Law, Environmental Law and all State and Local Health laws, rules and regulations.
16.2 The bidder's special attention is called to those laws and requirements set forth below:
16.2.1 Section I03-d of the state's General Municipal Law requires the signing of a nOll-collusion certification, which reads:
"By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certified as to its own organization, under the penalty of pel jury, that to the best of knowledge and belief:
(I) The prices in this bid have been arrived at independently without collusion, consultation, communication or agreement for the purpose of restricting competition, as to any matter relating to sllch prices with any other bidder or with any competitor;
(2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder prior to opening, directly 01' indirectly, to any other bidder or to any competitor; and
(3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit 01' not to submit a bid for the purpose of restricting competition."
16.2.2 In making his bid, the bidder warrants that this bid is made without any connection with any person making another bid for the same contract and that the bid is in all respects fair, and withoLlt collusion or fraud; also that no member ofthe County Legislature or other officer of the Municipality(ies) or any person employed by the Municipality(ies) is directly or indirectly interested in said bid 01' in the supplies or work to which it relates or in any portion ofthe profits thereof.
16.2.3 The Toxic Waste Right to Know Law requires the bidder, supplier, manufacturer to provide to Municipality(ies) upon delivery any and all information required by law. Municipality(ies) reserve(s) the right to refuse shipments and payment when material safety data sheets (MSDS) are not supplied on delivery or request.
16.2.4 The Bidder will maintain Worker's Compensation during the life of this contract for the benefit of the bidder's employees as approved in Chapter 41 of the Laws of 1914 and all subsequent acts amending.
16.2.5 The provisions of Section 220 ofthe State's Labor Law are deemed a part of every proposal with the same force and effect as if set forth at length.
16.2.6 Fair Employment Clause: The Onondaga County Legislature (Res. 282-73) requires contractors to support the Municipality(ies) goals in equal employment opportunity. By signing this bid, the contractor agrees:
"That it will not discriminate and that it will take affirmative action to promote nondiscrimination in hiring, recruitment, training, promotion and wage practices and take procedUl'es to prevent reverse discrimination, and
"That sLlch affirmative action shall include but not limited to incorporation of appropriate equal opportunity language in all employment recruitment efforts, notifications to appropriate unions of the contractors' obligations hereunder, incorporation of affirmative action conditions in any subcontract, and
"That it will complete and submit the required HRC Form # I and other required equal employment reports to the I-Iuman Rights Commission of Syracuse, and Municipality(ies), and (when additional State and Federal mandates may apply)
"That it will on good faith consult with and cooperate with Fair Employment staff of the local Human Rights Commission in order to achieve compliance with any other applicable Equal Employment 0pp0l1unity Laws and Regulations.
Exemptions from local requirements only for employers with less than 25 employees; for nonconstruction contracts of less than $2,500 (unless vendor does more than $10,000 in business with the County in a year) and for construction contracts of less than $10,000.
16.2.7 For construction projects that disturb more than one acre in total, construction contractors will be responsible for implementing storm water runoff control measures in accordance with the specifications. All construction projects disturbing more than one acre must control storm water runoff in full compliance with the SPDES general permit for storm water discharge from construction activity. The selected contractor will cel1ity their intent to comply with the Municipality(ies) storm water management program.
16.2.8 By submission of this bid, each bidder and each person signing on behalfofany bidder certified, and in the case of a joint bid each party thereto certifies as to its own organization, under penalty ofpeljury, that to the best oftheir knowledge and belief that each bidder is not on the list created pursuant of paragraph (b) of subdivision 3 of section 165-a of the state finance law"
In the absence of the list created pursuant to paragraph (b) of subdivision 3 of section 165-a of the state finance law each bidder and each person signing on behalf of any bidder certifies that to the best of their knowledge the vendor:
(a) Does not provide goods or services of twenty million dollars or more in the energy section of Iran, including a person that provides oil or liquefied natural gas tankers, or products lIsed to construct or maintain pipelines used to transport oil or liquefied natural gas, for the energy sector of Iran; AND
(b) Is not a financial institution that extends twenty million dollars or more in credit to another person, for forty-five days or more, if that person will use the credit to provide goods or services in the energy sector in Iran.
17. Assignment
17.1 The contractor is prohibited fi'om assigning, transferring, subletting or otherwise disposing of the contract awarded from this bid without the previous written consent of the Municipality(ies) Purchase Director or in any case where "Municipality" refers solely to the City of Syracuse or the Syracuse City School District, without the previous consent ofthe Mayor and the Common Council.
18. TerminationlDefaultlnon-performance:
18.1 In case of the default by the bidder or Contractor, the Municipality(ies) may procure the articles or services from other sources without notice and hold the bidder or contractor responsible for any excess cost.
18.2 The Municipality(ies) may terminate this agreement with cause upon notification in writing.
18.3 The Municipality(ies) further may terminate the contract without cause on 30 days notice in writing. Upon notice, the Contractor will cease all services in connection with performance ofthis agreement and shall proceed to cancel all existing contracts insofar as such contracts are chargeable to this agreement.
18.4 If the contractor is delayed in making delivery by strikes, lockouts, fire, unusual delay by common carriers control, then the time of delivery may be extended for a reasonable time, upon a written, documented request by the contractor, provided the Municipality(ies) may cancel said contract as to future deliveries at any time during such delay if the Municipality(ies) interest(s) are impaired by such delay.
18.5 But neither an extension of time for any reason, beyond that fixed herein for the performance of the contract, nor the doing and acceptance of any part of the work, or the supplies or materials called for by the contract, shall be deemed to be a waiver by the said Municipality(ies) of the right to abrogate this contract for abandonment or delay.
19. Unconstitutionality:
\9.\ The parties hereto expressly agree that if any provision, sentence, clause or part thereof in this contract or within any specifications or plans made a part hereof is held by proper authority to be unconstitutional, illegal or invalid, such findings shall neither affect nor impair such provisions, sentences or clauses which remain. Except for so much that is held to be unconstitutional, illegal or invalid this agreement shall remain in full force and effect.
20. Changes or Deviations:
20.1 This specification as well as any contract, plans, drawings, exhibits or schedule to which is attached and made apart of constitutes the entire agreement and understanding between the parties hereto and shall be binding upon each party as their successors. Any additions, changes or deviations to or from said specifications, contracts, plans, drawings, exhibits or schedule will invalidate the agreement between the parties in its entirety unless in every case such changes shall be previously agreed upon by the parties hereto in consideration of all applicable legislation.
21. Inconsistency:
21.1 The parties agree that any inconsistency between any documents which the Municipality(ies) is/are requested to execute by the vendor and specifications shall at all times be resolved in favor of said specifications as only terms consistent with said specifications shall be applicable.
22. Definitions:
Municipality(ies): Unless otherwise noted, Municipality(ies) means any and all participating entities with Onondaga County as the lead agency. If a specific municipality is identified that municipality alone is responsible for all terms and conditions.
Purchasing Director: On all County bids the Purchasing Director refers to the Onondaga COllnty Purchasing Director. On all City of Syracuse and Syracuse City School District bids, Purchasing Director is interchangeable with City of Syracuse Director of Management and Budget.
23. Living Wage:
If applicable under the terms ofthe City of Syracuse Living Wage Ordinance any vendor providing a service under this contract to the City of Syracllse or the Syracuse City School District will be responsible for complying with the City of Syracuse living wage statute while providing said service. The living wage statute and supporting documents can be found on the Onondaga County web site ongov.net/purchasing.
Form W .. g (Rev. January 2003) Department or Ihe Treasury 'nlemal Rovenu. SetvJc"
Request for Taxpayer Identification Number and Certification
Give form to the requester. Do not send to the IRS.
N Name Q)
~~--------~~--r-----------------------------------------------------~-------------------~ Business name, If from above t:: o
~ ~cc ~------------------------------------~-----------------------------r-----------------Q. 0 Indlvldualf 0 0 0 0 Exempt rrom backup Z;>'f.l Check appropriate box: Sole proprietor Corporallon Partnership Other" ...•• _. . .• . ••• •.•• withholding 62 .... .... Address (number. streel. and apt. or 5uile no.) .5 \9 D:'(; ~
Rcqueslcr's name and address (optional)
City. stale. and ZIP codo
~~ ______ ~~ __ ~ __ ~ __________________________ J-____________ ~ __________ _
List account number(s) here (optionaO
~
Enter your TIN In the appropriate box. For individuals. this is your social security number (SSN). . However, for a resident alien. sale proprietor, or disregarded entity. see the Part I instructions on page 3. For other entities. it is your employer Identlncation number (EIN). If you do not have a number. see How 10 get a TIN on page 3. or
Note: If the account is in more than one name. see /lw chart on page 4 for guidelines on whose number /0 enter,
rr~~~------------------------------~~~~~~~~
Under penalties of perjury. I certify that:
1. The number shown on this form Is my correct taxpayer identification number (or I am waiting for a number to be issued to me). and
2, I am not subject to backup withholding because: (a) I am exempt from backup withholding. or (b) I have not been notilied by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends. or (0) the IRS has notified me that I am no longer subject to backup withholding. and
3. I am a U.S. person (including a U.S. resident alien).
Certification Instructions. You must cross out item 2 above If you have been notified by the IRS that you are currentiy subject to backup withholding because you have failed to report all interest and dividends on your tax relUrn. For real estate transactions. Item 2 does not apply. For mortgage Interest paid. acquisition or abandonment of secured property. cancellation of debt. contributions to an individual retirement arrangement (IRA). and generally. payments other than interest and dividends. you are not required to sign the Certification. but you must provide your correct TIN. (See the instructions on page 4.)
Sign---I-O-Signature of . Here . u.s. person Jto
Purpose of Form A person who is required to file an-Information return with the IRS. must obtain your correct taxpayer identification number (TIN) to report. for example. income paid to you. real estate transactions. mortgage interest you paid. acquisition or abandonment of secured property. cancellation of debt. or contributions you made to an IRA.
U.S. person. Use Form W-g only if you are a U.S. person (including a resident alien). to provide your correct TIN to the person requesting It (the requester) and. when applicable. to:
1. Certify that the TIN you are giving is correct (or you are waiting for a number to be Issued).
2. Certify that you are not subject to backup withholding. or
3. Claim exemption from backup withholding If you are a U.S. exempt payee.
Note: If a requester gives you a (arm other than Form W-9 to request Yo[Jr TIN, you must use the requester's form if it is substantially similar to this Form W-9. . Foreign person. If you are a foreign person. use the appropriate Form W-8 (see Pub. 515, Withholding of Tax on Nonresident Aliens and Foreign Entities).
Date II>-
Nonresident alien who becomes a resident alien. Generally. only a nonresident a!ien individual may use the terms of a tax treaty to reduce or eliminate U.S. tax on certain types of income. However. most tax treaties contain a provision known as a "saving clause." Exceptions specified in the saving clause may permit an exemption from tax to continue for certain types of Income even after the reCipient has otherwise become a U.S. resident alien for tax purposes.
Ir you are a U.S. resident alien who is relying on an exception contained in the saving clause of a tax treaty to claim an exemption from U.S. tax on certain types of income, you must attach a statement lhat specifies the following five ilems:
1. The treaty country. Generally. this must be the same treaty under which you claimed exemption from tax as a nonresident alien.
2. The trealy article addressing the income. 3: The article number (or location) In the tax treaty that
contains the saving clause and its exceptions.
4. The type and amount of income that qualifies for the exemption from tax.
5. Sufficient facts to justify the exemption from tax under the terms of the treaty article.
Cat. No. 10231X Form W-9 (Rev. 1-2003)
AGENDA ITEM NO. 10.14
Enter into a Contract with Public Resources Advisory Group
AGENDA ITEM NO: 10.14 _ MEETING DATE: July 21, 2014
ALBANY COUNTY AIRPORT AUTHORITY
REQUEST FOR AUTHORIZATION
DEPARTMENT: Finance Contact Person: Bill O’Reilly, Chief Financial Officer PURPOSE OF REQUEST: Enter into a contract with Public Resources Advisory Group. CONTRACT AMOUNT:
Base Amount: Fees are based upon based upon services which vary with finance transaction opportunities.
BUDGET INFORMATION: Anticipated in Current Budget: Yes √ No NA FISCAL IMPACT - FUNDING (Dollars or Percentages) Federal State Airport √ NA JUSTIFICATION:
Recent changes in rules issued by the Securities Exchange Commission in respect to “Municipal Advisors” went into effect on July 1, 2014 and make it increasingly necessary for issuers of municipal securities to have a “Financial Advisory” (FA) firm of record. Also, the Authority does contemplate entering the financial markets in the near term to take advantage of refunding opportunities. Public Resources Advisory Group, Inc. (PRAG) was recently awarded a competitively issued contract for FA by the New York Local Government Assistance Corporation (LGAC) with a term ending January 31, 2019. The contract provides for defined staff rates, blended rates, and transaction caps. PRAG has been the Authority’s most recent FA and served on the last refunding bond issue in 2010. Their contract complies with provisions in New York State Law that are jointly applicable to the Authority and LGAC .
CHIEF EXECUTIVE OFFICER’S RECOMMENDATION: Recommend approval. FINAL AGREEMENT SUBJECT TO APPROVAL BY COUNSEL: YES √ NA _
BACK-UP MATERIAL: Please refer to the attached contract awarded by the New York Local Government Assistance Corporation.
AGENDA ITEM NO. 10.13
Lease – 55 Sicker Road (ACAA Building No. 216) with First Light Fiber
AGENDA ITEM NO: 10.13 MEETING DATE: July 21, 2014
ALBANY COUNTY AIRPORT AUTHORITY REQUEST FOR AUTHORIZATION
DEPARTMENT: Legal Deparlmelll
Coutact Person: Peler F. Sltllo, Gelleral Coullsel
PURPOSE OF REOUEST:
Lease: Lease: 55 Sicker Road (ACAA Bldg. No. 216) wil" Firsl Ligltt Fiber, [or a five-year Iwo-molll" lerm.
CONTRACT AMOUNT:
N/A
BUDGET IN FORMA TION:
Anticipated in Current Budget: Yes~ No __ NA __
FISCAL IMPACT - FUNDING (Dollars or Percentages)
Federal __ _ State ___ _ Airport __ _ NA_...!..J __
JUSTIFICATION:
Aulhorizalioll is reque~'letilo ellier illio afive-year two-molll" lease wil" Firsl Ligltt Fiber [o/' I"e premises 55 Sicker Ro(ul[or all £lllIIua/ relll 0[$55,800 ($6 per square foot plus fI1l11ualmailllellallce c"arge 0[$20,925 ($2.25 per square [001). T"e lolal is $76,725 per year. 55 Sicker Road Relllwill commellce 60 days [ollowillg lease commellcemelli. T"e relll al/{imaillie//allce charges s"all illcrease 3% per year.
T"e bui/dillg is 9,300 ± square[eelware"ouse al/{I office. T"e AUI"orily will make cerlaill fil-Up improvemellis specified ill Ille back-up material. Firsl Ligltt Fiber (formerly Tee" Valley Commullicatiolls) is afiber optic com pOlly.
CHIEF EXECUTIVE OFFICER'S RECOMMENDATION:
Recommelld approval.
FINAL AGREEMENT SUBJECT TO APPROVAL BY COUNSEL: YES..J NA __ _
BACK-UP MATERIAL: 1) Site Map; 2) Floor Plan; and 3) Improvements
Exhibit A-
55 Sicker Road
C.T. Male Associates, P.C. 1&I~[@iI Scale:
50 Contury Hill Orivo, latham, NY 12110 f7.\1nllriiil Number: 04.9437 Phone: 518-786-7400 Fax: 518·786-7299 ~~l!;!J AlA G IS
I p;~~;li~:~~i~'y~ Plane, NAD83, Easl, Feel
~----~
I •
.
I i II Ii ,
I
Jl
lI/ I " I ,," ,
~
U 1\. ", .,"."'. !
, ;G' t l ~ • :1\=
i
t
~'ij I !~~i I IV • , .~I
, • I
I , i J
I
, • t'
i
! ga
~~ I ~i
! • . ~ I ~
• ~~
Ii
IJi------------l------}-----JJ I , •
l; _____________ ll
I H I?
-l------~
I
l •
. ., ... --=
IMPROVEMENTS
a. Painting of the office areas, sales/display areas and bathrooms. Color to be selected by Tenant.
b. Replacement of the carpeting throughout the premises. Color to be selected by Tenant.
c. Replacement of all office/sales bathroom light fixtures with energy efficient light fixtures. Every efficient will be made to replace all exterior and warehouse lighting with energy efficient light fixtures as well. Ensure that all exterior light fixtures are in good working order.
d. Ensure all outlets throughout the property, including the exterior wall mounted outlets, are in working order.
e. Construct a break room in office adjacent to the Women's room. Replace carpet with vinyl composition tile ("VCT") and Rubber cove base. Install 6 linear feet of base cabinet and counter with a full-size stainless steel sink and faucet with sprayer and 6 linear feet of upper cabinet. Colors to be chosen by Tenant.
f. Ensure that all operable windows are in good working order and condition with screens.
g. Ensure all doors (both man and overhead) are in good working order and condition and are safe.
h. Ensure all fencing around the perimeter is in tact and secure and both gates are in good working condition.
I. Patch pavement and parking areas, as needed. Strip and install signage as required by code, including at least one handicap accessible parking spot and sign.
J. Ensure HV AC systems and thermostats are in good working order, balanced, calibrated and have new filters, as appropriate.
k. Ensure all bathroom fixtures are in good working order and no leaking.
I. Install a dock leveler on one (I) loading dock.
m. Warehouse will be turned over in broom-clean condition.
n. Exterior grass area will be turned-over in mowed/trimmed/edged condition.
AGENDA ITEM NO. 11
Authorization of Change Orders
AGENDA ITEM NO. 12
Authorization of Federal and State Grants
AGENDA ITEM NO. 12.1
Acceptance of Federal AIP Grant No. 3-36-0001-122-14;
State PIN 1A00.11 Security Enhancements
(Terminal Access Controls System);
AGENDA ITEM NO: 12.1 MEETING DATE: July 21, 2014
ALBANY COUNTY AIRPORT AUTHORITY
REQUEST FOR AUTHORIZATION DEPARTMENT: Planning and Engineering Contact Person: Stephen Iachetta, AICP, Airport Planner PURPOSE OF REQUEST: Federal/State Grant: Acceptance of Federal AIP Grant No. 3-36-0001-122-14; State PIN 1A00.11 Security Enhancements (Terminal Access Controls System;
CONTRACT AMOUNT: Grant Share Allocations: $ 438,728 Federal
$ 24,374 State $ 24,374 Authority $487,476 Total Project Cost
BUDGET INFORMATION: Anticipated in Current ALB Capital Plan: Yes √ No NA Funding Account No.: CPN 2150
FISCAL IMPACT - FUNDING (Dollars or Percentages) Federal 90% State 5% Airport 5% Term of Funding: 2014-2016 JUSTIFICATION:
Authorization is requested to accept Federal Airport Improvement Program grant number 3-36-0001-122-14 in the amount of $438,728 as the 90% Federal share allocation and $24,374 as the State PIN 1A00.11 and Authority 5% share respectively to establish funding totaling $487,476 for Security Enhancements: Terminal Access Control System. Acceptance of this AIP grant in aid will provide funding for ongoing compliance with Department of Homeland Defense-Transportation Security Administration and related FAA Advisory Circulars. On December 18, 2013, the FAA issued a National Environmental Policy Act compliance determination by Finding of No Significant Impact assuring conformance and the project represents a State Environmental Quality Review Act Type 2 action for which no potential adverse effect would result. Procurement authorizations for specified security equipment under the subject grant will be reviewed separately. Projected completion is anticipated in early 2015.
AGENDA ITEM NO: 12.1 MEETING DATE: July 21, 2014
CHIEF EXECUTIVE OFFICER’S RECOMMENDATION:
Recommend approval. FINAL AGREEMENT SUBJECT TO APPROVAL BY COUNSEL: YES √ NA PROCUREMENT DEPARTMENT APPROVAL:
Procurement complies with Authority Procurement Guidelines and Chief Financial Officer has approved. YES NA √
BACK-UP MATERIAL: Please refer to the attached.
",-' --,~
APPLICATION FOR ~. DATE SUBMITTED Applicant Identifier OMB Approval No 0348-0043
FEDERAL ASSISTANCE April 17, 2014 3-36-0001-_-14
1. "TYPE OF SUBMISSION 3. DATE RECEIVED BY STATE State Application Identifier
Application Preappiication PIN
o Construction o Construction 4. DATE RECEIVED BY AGENCY Federal Identifier
X Non-Construction o Non-Construction 3-36-0001-__ -14
5. APPLICANT INFORMATION Legal Name: Organizational Unit: DUNS 145701699
Albany County Airport Authority Albany County Airport Authority Address (give city, county, state and zip code): Name and telephone of the person to be contacted on matters involving
this application (give area code) Albany International Airport; Admin. Building 200 Stephen lachetta, Airport Planner Albany, New York 12211-1057 Tel. 518-242-2238
Fax 518-242-2641 email: iachetta@albanyairport.com
6. EMPLOYER IDENTIFICATION NUMBER (EIN): 7. "TYPE OF APPLICANT: (enter appropriate letter in box) ~
11 14 -11 17 16 19 17 17 A. State H. Independent School Dist.
8 B. County I. State Controlled Institution of Higher Learning 8. "TYPE OF APPLICATION C. Municipal J. Private University
D. Township K. Indian Tribe
o New 0 Continuation 0 Revision E. Interstate L. Individual
D D F. Intermunicipal M. Profit Organization
If Revision, enter appropriate letter(s) in box(es) G. Special District N. Other: Primary Public Airport - Authority
A. Increase Award B. Decrease Award C. Increase Duration D. Decrease Duration E. Other (specify): 9. NAME OF FEDERAL AGENCY:
USDOT Federal Aviation Administration
10. CATALOG OF FEDERAL DOMESTIC 12 0-' -11 1016
11. DESCRIPTIVE TITLE OF APPLICANT'S PROJECT: ASSISTANCE NO.
TITLE: AIRPORT IMPROVEMENT PROGRAM Airport Security Access Control Improvements-Equipment Procurement
12. AREA AFFECTED BY PROJECT (cities, counties, states, etc.):
County and City of Albany, and Town of Colonie 13. PROPOSED PROJECT 14. CONGRESSIONAL DISTRICTS OF:
Start Date Ending Date a.Applicant b. Project
8/2014 8/2015 New York 21st New York 21
st
15. ESTIMATED FUNDING: 16. IS APPLICATION SUBJECT TO REVIEW BY STATE EXECUTIVE ORDER 12372 PROCESS?
a. Federal 90% a. YES. THIS PREAPPLICATION/APPLICATION WAS MADE AVAILABLE TO THE 438,728 STATE EXECUTIVE ORDER 12372 PROCESS FOR REVIEW ON:
b. Applicant 5% 24,374 DATE
c. State 5% b.NO. 0 PROGRAM IS NOT COVERED BY E.O. 12372 24,374 d. Local
.00 0 OR PROGRAM HAS NOT BEEN SELECTED BY STATE FOR REVIEW
e. Other .00
f. Program Income .00
17. IS THE APPLICANT DELINQUENT ON ANY FEDERAL DEBT?
g. TOTAL 487,476 o Yes, If "Yes", attach an explanation X No
18. TO THE BEST OF MY KNOWLEDGE AND BELIEF, ALL DATA IN THIS APPLICATlON/pREAPPLlCATION ARE TRUE AND CORRECT, THE DOCUMENT HAS BEEN DULY AUTHORIZED BY THE GOVERNING BODY OF THE APPLICANT AND THE APPLICANT WILL COMPLY WITH THE ATTACHED ASSURANCES IF THE ASSISTANCE IS AWARDED a. Typed Name of Authorized Representative I b. Title c. Telephone John A. O'Donnell, P .E. Chief Executive Officer 518-242-2222
d. Signature of Authorized Representative
e':i;e7i~d ALtt.~ .. ~ Previous Et@ip(is Not Usable Standard Form 424 (REV 4-88)
Prescribed by OMB Circular A-102
u.s DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMB NO. 80-R0184
PART 111- BUDGET INFORMATION - CONSTRUCTION
SECTION A - GENERAL
1. Federal Domestic Assistance Catal<?g No ................... 2 0-106 AirQort ImQrovement Program
2. Functional or Other Breakout.. ...................................... 3-36-0001- -14 (pending Allocation)
3. Description of Project. ............................................. Security Access ControllmQrovements-EguiQment Procurement
SECTION B - CALCULATION OF FEDERAL GRANT .. . ......
Use for revisions Total Cost Classification Latest Approved Adjustment Amount
Amount + or (-) Required
1. Administration expense $0 $ $0 2. Preliminary expense: $0 $0 3. Land, structures, right-of-way $0· $0 4. Engineering Contract: $0 $0 5. Other Architectural engineering fees $0 $0 6. Project inspection fees $0 $0 7. Land development $0 $0 8. Relocation Expenses $0 $0 9. Relocation payments to Individuals and Businesses $0 $0 10. Demolition and removal $0 $0 11. Construction Contract: $0 $0 12. Equipment: NY State Contract #PT63302 Vendor 7143: $487,476 $487,476
13. Miscellaneous 14. Total (Lines 1 through 13) $487,476 $487,476 15. Estimated Income (if applicable)
16. Net Project Amount (Line 14 minus 15) $487,476 $487,476
17. Less: Ineligible Exclusions
18. Add: Contingencies
19. Total Project Amt. (Excluding Rehabilitation Grants) $487,476 $487,476
20. Federal Share requested of Line 19 $438,728 $438,728
21. Add Rehabilitation Grants Requested (100 Percent) 22. Total Federal grant requested (lines 20 & 21) $438,728 $438,728
23. Grantee share $24,374 $24,374
24. Other shares $24,374 $24,374 25. Total Project (Lines 22, 23 & 24) $487,476 $ $487,476 FAA Form 5100-100 (6-73) SUPERSEDES FAA FORM 5100-1- PAGES 1 THRU 7 Page 4
U.S DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMB NO. 80·R0184
SECTION C - EXCLUSIONS
Ineligible for Excluded From Classification Participation Contingency Provision
26 (1) (2) a. $ $ b. c. d. e. f. g. Totals $ $
SECTION D - PROPOSED METHOD OF FINANCING NON-FEDERAL SHARE
27. Grantee Share $24,374
a. Securities b. Mortgages
c. Appropriations (By Applicant) $24,374
d.Bonds
e. Tax Levies f. Non Cash g. Other (Explain)
h. TOTAL - Grantee share $24,374
28. Other Shares $24,374
a. State $24,374
b. Other c. Total other Shares $24,374
29. TOTAL $48,748
SECTION E - REMARKS
t' AK I IV t'KU(:;KAM NAKKA liVe (Attach - ~ee instructIons)
FAA Form 5100-100 (6-73) SUPERSEDES FAA FORM 5100-10 PAGES 1 THRU 7 Page 5
u.s. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION
AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION
PROJECT PLANS AND SPECIFICATIONS
Albany County Airport Authority (Sponsor)
Albany International Airport (Airport)
Description of Work:
Terminal Security Access Control
3-36-0001-122-14 (Project Number)
Title 49, United States Code, section 471 05(d}, authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AlP). AlP standards are generally described in FAA Advisory Circular (AC) 150/5100-6, Labor Requirements for the Airport Improvement Program, AC 150/5100-15, Civil Rights Requirements for the Airport Improvement Program, and AC 150/5100-16, Airport Improvement Program Grant Assurance One--General Federal Requirements. A list of current advisory circulars with specific standards for design or construction of airports as well as procurement/installation of equipment and facilities is referenced in standard airport sponsor Grant Assurance 34 contained in the grant agreement.
Except for the certified items below marked not applicable (N/A), the list includes major requirements for this aspect of project implementation, although it is not comprehensive, nor does it relieve the sponsor from fully complying with all applicable statutory and administrative standards.
Yes No N/A
1. The plans and specifications were (will be) prepared in accordance with applicable Federal standards and requirements, so no deviation or modification to standards set forth in the D D advisory circulars, or State standard, is necessary other than those previously approved by the FAA.
2. Specifications for the procurement of equipment are not (will not be) proprietary or written so as to restrict competition. At least D D two manufacturers can meet the specification.
3. The development included (to be included) in the plans is ~ D D depicted on the airport layout plan approved by the FAA.
4. Development that is ineligible for AlP funding has been (will be) ~ D D omitted from the plans and specifications.
5. The process control and acceptance tests required for the project by standards contained in Advisory Circular 150/5370-10 D D are (will be) included in the project specifications.
6. If a value engineering clause is incorporated into the contract, D D concurrence was (will be) obtained from the FAA.
7. The plans and specifications incorporate (will incorporate) applicable requirements and recommendations set forth in the D D ~ Federally approved environmental finding.
Page 1 of2 June 28, 2005
8. For construction activities within or near aircraft operational areas, the requirements contained in Advisory Circular 150/5370-2 have been (will be) discussed with the FAA as well as incorporated into the specifications, and a safety/phasing plan has FAA's concurrence, if required.
9. The project was (will be) physically completed without Federal participation in costs due to errors and omissions in the plans and specifications that were foreseeable at the time of project design.
Yes No
D
D
N/A
D
D
I certify, for the project identified herein, responses to the forgoing items are accurate as marked and have prepared documentation attached hereto for any item marked "no" that is correct and complete.
Albany County Airport Authority (Name of Sponsor)
_____ ~FL:::;..a;;...;..;-...;.;:)~ .. 4-..J/----. _____ ~il·) (Signature 0 S onsor's Designated Official Representative)
John A. O'Donnell (Typed Name of Sponsor's Designated Official Representative)
Chief Executive Officer
(Typed Title of Sponsor's Designated Official Representative)
(Date)
Page 20f2 June 28, 2005
U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION
AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION
EQUIPMENT/CONSTRUCTION CONTRACTS
Albany County Airport Authority (Sponsor)
Albany International Airport (Airport)
Description of Work:
Terminal Security Access Control
3-36-0001-122-14 (Project Number)
Title 49, United States Code (USC), section 471 05(d), authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AlP). General standards for equipment and construction contracts within Federal grant programs are described in Title 49, Code of Federal Regulations (CFR), Part 18.36. AlP standards are generally described in FAA Advisory Circular (AC) 150/5100-6, Labor Requirements for the Airport Improvement Program, AC 150/5100-15, Civil Rights Requirements for the Airport Improvement Program, and AC 150/5100-16, Airport Improvement Program Grant Assurance One--General Federal Requirements. Sponsors may use State and local procedures provided procurements conform to these Federal standards.
Except for the certified items below marked not applicable (N/A), the list includes major requirements for this aspect of project implementation, although it is not comprehensive, nor does it relieve the sponsor from fully complying with all applicable statutory and administrative standards.
Yes No N/A
1. A code or standard of conduct is (will be) in effect governing the performance of the sponsor's officers, employees, or agents in fZI 0 0 soliciting and awarding procurement contracts.
2. Qualified personnel are (will be) engaged to perform contract administration, engineering supervision, construction inspection, 0 0 and testing.
3. The procurement was (will be) publicly advertised using the 0 0 competitive sealed bid method of procurement.
4. The bid solicitation clearly and accurately describes (will describe):
a. The current Federal wage rate determination for all 0 0 construction projects, and
b. All other requirements of the equipment andlor services to be provided.
Page 1 of3 June 28, 2005
Yes No N/A
5. Concurrence was (will be) obtained from FAA prior to contract award under any of the following circumstances:
a. Only one qualified person/firm submits a responsive bid,
b. The contract is to be awarded to other than the lowest responsible bidder, D D
c. Life cycle costing is a factor in selecting the lowest responsive bidder, or
d. Proposed contract prices are more than 10 percent over the sponsor's cost estimate.
6. All contracts exceeding $100,000 require (will require) the following provisions:
a. A bid guarantee of 5 percent, a performance bond of 100 percent, and a payment bond of 100 percent;
b. Conditions specifying administrative, contractual, and legal remedies, including contract termination, for those instances D D in which contractors violate or breach contact terms; and
c. Compliance with applicable standards and requirements issued under Section 306 of the Clean Air Act (42 USC 1857(h», Section 508 of the Clean Water Act (33 USC 1368), and Executive Order 11738.
7. All construction contracts contain (will contain) provisions for:
a. Compliance with the Copeland "Anti-Kick Back" Act, and
b. Preference given in the employment of labor (except in D D executive, administrative, and supervisory positions) to honorably discharged Vietnam era veterans and disabled veterans.
8. All construction contracts exceeding $2,000 contain (will contain) the following provisions:
a. Compliance with the Davis-Bacon Act based on the current D D Federal wage rate determination; and
b. Compliance with the Contract Work Hours and Safety Standards Act (40 USC 327-330), Sections 103 and 107.
9. All construction contracts exceeding $10,000 contain (will contain) appropriate clauses from 41 CFR Part 60 for
D D compliance with Executive Orders 11246 and 11375 on Equal Employment Opportunity.
10. All contracts and subcontracts contain (will contain) clauses required from Title VI of the Civil Rights Act and 49 CFR 23 and D D 49 CFR 26 for Disadvantaged Business Enterprises.
Page 20f3 June 28. 2005
11. Appropriate checks have been (will be) made to assure that contracts or subcontracts are not awarded to those individuals or firms suspended, debarred, or voluntarily excluded from doing business with any U.S. Department of Transportation (DOT) element and appearing on the DOT Unified List.
Yes No
D
N/A
D
I certify, for the project identified herein, responses to the forgoing items are accurate as marked and have prepared documentation attached hereto for any item marked "no" that is correct and complete.
Albany County Airport Authority (Name of Sponsor)
________ ~+--a~~-g~--O~-~-v-----------~~ (Signatu{i
John A. O'Donnell (Typed Name of Sponsor's Designated Offlcial Representative)
Chief Executive Officer (Typed Title of Sponsor's Designated Offlcial Representative)
(Date)
Page 3 of3 June 28. 2005
AGENDA ITEM NO. 12.2
Acceptance of Federal AIP Grant No. 3-36-0001-123-14;
DOT PIN No. 1A00.____ Improve Terminal Building:
Replace High-Speed Automated Doors (33-Units)
AGENDA ITEM NO: 12.2 MEETING DATE: July 21, 2014
ALBANY COUNTY AIRPORT AUTHORITY
REQUEST FOR AUTHORIZATION DEPARTMENT: Planning and Engineering Contact Person: Stephen Iachetta, AICP, Airport Planner PURPOSE OF REQUEST: Federal/State Grant: Acceptance of Federal AIP Grant No. 3-36-0001-123-14; DOT PIN No. 1A00.____ Improve Terminal Building: Replace High-Speed Automated Doors (33-Units)
CONTRACT AMOUNT: Grant Share Allocations: $ 583,929 Federal
$ 32,440 State $ 32,441 Authority $648,810 Total Project Cost
BUDGET INFORMATION: Anticipated in Current ALB Capital Plan: Yes √ No NA Funding Account No.: CPN 2150
FISCAL IMPACT - FUNDING (Dollars or Percentages) Federal 90% State 5% Airport 5% Term of Funding: 2014-2016 Grant No.: 3-36-0001-123-14; STATE PIN: 1A00. JUSTIFICATION:
Authorization is requested to accept Federal Airport Improvement Program grant number 3-36-0001-123-14 in the amount of $583,929 as the 90% Federal share allocation and $32,441 as the State PIN 1A00.__ and Authority 5% share respectively to establish funding totaling $648,810 for the Federal grant scope description: “Improve Terminal Building: Replace Terminal High-Speed Automated Doors (33-Units)”. Acceptance of this AIP grant in aid will provide funding for removal and replacement of fourteen curbside sliding aluminum passenger doors and nineteen direct drive coiling rubber baggage doors for the baggage handling areas. On December 18, 2013, the FAA issued a National Environmental Policy Act compliance determination by Finding of No Significant Impact and the project represents a State Environmental Quality Review Act Type 2 action for which no potential adverse effect would result.
AGENDA ITEM NO: 12.2 MEETING DATE: July 21, 2014
Procurement authorizations for competitively bid terminal doors replacement contracts 838-RD and 838-FD under the subject grant will be reviewed separately. Projected completion is anticipated in early 2015.
CHIEF EXECUTIVE OFFICER’S RECOMMENDATION:
Recommend approval. FINAL AGREEMENT SUBJECT TO APPROVAL BY COUNSEL: YES √ NA PROCUREMENT DEPARTMENT APPROVAL:
Procurement complies with Authority Procurement Guidelines and Chief Financial Officer has approved. YES NA √ BACK-UP MATERIAL: Please refer to the attached.
OMB Approval No 0348-0043
APPLICATION FOR t2. DATE SUBMITTED Applicant Identifier
FEDERAL ASSISTANCE June 11, 2014 3-36-0001-123-14
1. TYPE OF SUBMISSION 3. DATE RECEIVED BY STATE State Application Identifier
Application Preapp/ication PIN
X Construction o Construction 4. DATE RECEIVED BY AGENCY Federal Identifier
3-36-0001-123-14 o Non-Construction o Non-Construction
5. APPLICANT INFORMATION
Legal Name: Organizational Unit: DUNS 145701699
Albany County Airport Authority Albany County Airport Authority Address (give city, county, state and zip code): Name and telephone of the person to be contacted on matters involving
this application (give area code) Albany International Airport; Admin. Building 200 Stephen lachetta, Airport Planner Albany, New York 12211-1057 Tel. 518-242-2238
Fax 518-242-2641 email: iachetta@albanyairport.com
6. EMPLOYER IDENTIFICATION NUMBER (EIN): 7. TYPE OF APPLICANT: (enter appropriate letter in box) ~ 11 14 -11 17 16 1 9 17 17
A. State H. Independent School Dist. 8 B. County I. State Controlled Institution of Higher Learning
8. TYPE OF APPLICATION C. Municipal J. Private University D. Township K. Indian Tribe
o New 0 Continuation 0 Revision E. Interstate L. Individual
F. Intermunicipal M. Profit Organization If Revision, enter appropriate letter(s} in box(es) D D G. Special District N. Other: Primary Public Airport - Authority
A. Increase Award B. Decrease Award C. Increase Duration D. Decrease Duration E. Other (specify): 9. NAME OF FEDERAL AGENCY:
USDOT Federal Aviation Administration
10. CATALOG OF FEDERAL DOMESTIC 12 01-111016
11. DESCRIPTIVE TITLE OF APPLICANT'S PROJECT: ASSISTANCE NO.
TITLE: AIRPORT IMPROVEMENT PROGRAM Improve Terminal Building (Replace Terminal High-Speed Automated Doors) (33 Units)
12. AREA AFFECTED BY PROJECT (cities, counties, states, etc.):
County and City of Albany, and Town of Colonie 13. PROPOSED PROJECT 14. CONGRESSIONAL DISTRICTS OF:
Start Date Ending Date a. Applicant b. Project
8/2014 8/2015 New York 21st New York 21
st
15. ESTIMATED FUNDING: 16. IS APPLICATION SUBJECT TO REVIEW BY STATE EXECUTIVE ORDER 12372 PROCESS?
a. Federal 90% a. YES. THIS PREAPPLICATION/APPLICATION WAS MADE AVAILABLE TO THE 583,929 STATE EXECUTIVE ORDER 12372 PROCESS FOR REVIEW ON :
b. Applicant 5% 32,441 DATE
c. State 5% b. NO. 0 PROGRAM IS NOT COVERED BY E.O. 12372 32,440 d. Local 0 OR PROGRAM HAS NOT BEEN SELECTED BY STATE FOR REVIEW .00
e. Other .00
f. Program Income 17. IS THE APPLICANT DELINQUENT ON ANY FEDERAL DEBT? .00
g. TOTAL 648,810 o Yes, If "Yes", attach an explanation X No
18. TO THE BEST OF MY KNOWLEDGE AND BELIEF, ALL DATA IN THIS APPLICATION/PREAPPLICATION ARE TRUE AND CORRECT, THE DOCUMENT HAS BEEN DULY AUTHORIZED BY THE GOVERNING BODY OF THE APPLICANT AND THE APPLICANT WILL COMPLY WITH THE ATTACHED ASSURANCES IF THE ASSISTANCE IS AWARDED
a. Typed Name of Authorized Representative b. Title c. Telephone
John A. O'Donnell, P.E. Chief Executive Officer 518-242-2222
d. Signature of AuthoriAepresentative
rrL 0_ v0 .. ...,........r-e. Date Signed
7-1/-ltf Previous Editions Not lYs.aISle Standard Form 424 (REV 4-88)
Prescribed by OMB Circular A-102
U S'DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMS NO 80-R0184
PART 111- BUDGET INFORMATION - CONSTRUCTION
SECTION A - GENERAL
1. Federal Domestic Assistance Catalog No. 20-106 Airport Improvement Program
2. Functional or Other Breakout 3-36-0001-123-14 Improve Terminal Building {Replace Terminal Doors - 33- Units}
SECTION B -CALCULATION OF FEDERAL GRANT
Use only for revisions
Cost Classification Latest Approved Adjustment Amount + or (-)
1. Administration/Printing expense 0
2. Preliminary Expense (I FE-RON) Hennessey P.O. 750
3. Survey 0
4. Environmental/Permitting: 0
5. Architectural Design Contract S-838 Architecture+: 69,705
6. Construction inspection: S-838 Architecture+: 19,755
7. Construction Contract 838-RD; Allmark AS BID: 370,000
8. Construct Contract 838-FD; VMJR AS BID:: 188,600
9. Construction 0
10. Miscellaneous 0
11. Total (Lines 1 through 13) 0
12. Estimated Income (if applicable) 0
13. Net Project Amount (Line 14 minus 15) 0
14. Less Ineligible Costs: 0
15. Add: Contingencies 0
16. Total Project Amt. (Excluding Rehabilitation Grants) 648,810
17. Federal Share requested of Line 16 at 95%
18. Add Rehabilitation Grants Requested (100 Percent) 0
19. Total Federal grant requested (lines 20 & 21) 583,929
20. Grantee share - ACAA 32,441
21. Other shares - New York State Dept. of Transportation 32,440
22. Total Project (Lines 22,23 & 24) 648,810 FAA Form 5100-100 (6-73) SUPERSEDES FAA FORM 5100-1- PAGES 1 THRU7
Total Amount Required
0
750
0
0
69,705
19,755
370,000
188,600
0
0
0
0
0
0
0
648,810
0 583,929
32,441
32,440
648,810 Page 4
U.& DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMS NO 80-R0184
SECTION C - EXCLUSIONS
Classification Ineligible for Excluded From
Contingency Provision Participation (2)
26 (1)
a. $ $
b.
c.
d.
e.
f.
g. Totals $ $
SECTION D - PROPOSED METHOD OF FINANCING NON-FEDERAL SHARE
27. Grantee Share $ 32,441
a. Securities
b. Mortgages
c. Appropriations (By Applicant) $ 32,441
d. Bonds
e. Tax Levies
f. Non Cash
g. Other (Explain)
h. TOTAL - Grantee share $ 32,441
28. Other Shares $ 32,440
a. State $ 32,440
b. Other
c. Total Other Shares $ 32,440
29. TOTAL $64,881
SECTION E - REMARKS
FAA Form 5100-100 (6-73) SUPERSEDES FAA FORM 5100-10 PAGES 1 THRU 7
u.s. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION
AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION
EQUIPMENT/CONSTRUCTION CONTRACTS
Albany County Airport Authority (Sponsor)
Description of Work: Terminal Doors Replacement
Albany International Airport 3-36-0001-XX-14 (Airport) (Project Number)
Title 49, United States Code (USC), section 471 05(d), authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AlP). General standards for equipment and construction contracts within Federal grant programs are described in Title 49, Code of Federal Regulations (CFR), Part 18.36. AlP standards are generally described in FAA Advisory Circular (AC) 150/5100-6, Labor Requirements for the Airport Improvement Program, AC 150/5100-15, Civil. Rights Requirements for the Airport Improvement Program, and AC 150/5100-16, Airport Improvement Program Grant Assurance One--General Federal Requirements. Sponsors may use State and local procedures provided procurements conform to these Federal standards.
Except for the certified items below marked not applicable (N/A), the list includes major requirements for this aspect of project implementation, although it is not comprehensive, nor does it relieve the sponsor from fully complying with all applicable statutory and administrative standards.
Yes No N/A
1. A code or standard of conduct is (will be) in effect governing the performance of the sponsor's officers, employees, or agents in ~ 0 0 soliciting and awarding procurement contracts.
2. Qualified personnel are (will be) engaged to perform contract administration, engineering supervision, construction inspection, 0 0 and testing.
3. The procurement was (will be) publicly advertised using the 0 0 competitive sealed bid method of procurement.
4. The bid solicitation clearly and accurately describes (will describe):
a. The current Federal wage rate determination for all 0 0 construction projects, and
b. All other requirements of the equipment and/or services to be provided.
Page 1 of3 June 2B, 2005
Yes No N/A
5. Concurrence was (will be) obtained from FAA prior to contract award under any of the following circumstances:
a. Only one qualified person/firm submits a responsive bid,
b. The contract is to be awarded to other than the lowest responsible bidder, D D
c. Life cycle costing is a factor in selecting the lowest responsive bidder, or
d. Proposed contract prices are more than 10 percent over the sponsor's cost estimate.
6. All contracts exceeding $100,000 require (will require) the following provisions:
a. A bid guarantee of 5 percent, a performance bond of 100 percent, and a payment bond of 100 percent;
b. Conditions specifying administrative, contractual, and legal remedies, including contract termination, for those instances D D in which contractors violate or breach contact terms; and
c. Compliance with applicable standards and requirements issued under Section 306 of the Clean Air Act (42 USC 1857(h», Section 508 of the Clean Water Act (33 USC 1368), and Executive Order 11738.
7. All construction contracts contain (will contain) provisions for:
a. Compliance with the Copeland "Anti-Kick Back" Act, and
b. Preference given in the employment of labor (except in D D executive, administrative, and supervisory positions) to honorably discharged Vietnam era veterans and disabled veterans.
8. All construction contracts exceeding $2,000 contain (will contain) the following provisions:
a. Compliance with the Davis-Bacon Act based on the current D D Federal wage rate determination; and
b. Compliance with the Contract Work Hours and Safety Standards Act (40 USC 327-330), Sections 103 and 107.
9. All construction contracts exceeding $10,000 contain (will contain) appropriate clauses from 41 CFR Part 60 for
D D compliance with Executive Orders 11246 and 11375 on Equal Employment Opportunity.
10. All contracts and subcontracts contain (will contain) clauses required from Title VI of the Civil Rights Act and 49 CFR 23 and D D 49 CFR 26 for Disadvantaged Business Enterprises.
Page 20f3 June 2B, 2005
11. Appropriate checks have been (will be) made to assure that contracts or subcontracts are not awarded to those individuals or firms suspended, debarred, or voluntarily excluded from doing business with any U.S. Department of Transportation (DOT) element and appearing on the DOT Unified List.
Yes No
o
N/A
o
I certify, for the project identified herein, responses to the forgoing items are accurate as marked and have prepared documentation attached hereto for any item marked "no" that is correct and complete.
Albany County Airport Authority (Name of Sponsor)
A ~~ /L. t2. tfd.o .. ~ L.V
-------~'?"'f_~:::....::;...;..;~~;..;.;.;.=----------.....;,.) (Signatu f Sponsor's Designated Official Representative)
John A. O'Donnell (Typed Name of Sponsor's Designated Official Representative)
Chief Executive Officer (Typed Title of Sponsor's Designated Official Representative)
(Date)
Page 3 of3 June 28, 2005
u.s. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION
AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION
PROJECT PLANS AND SPECIFICATIONS
Albany County Airport Authority (Sponsor)
Description of Work:
Terminal Doors Replacement
Albany International Airport (Airport)
3-36-0001-XXX-14 (Project Number)
Title 49, United States Code, section 47105(d), authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AlP). AlP standards are generally described in FAA Advisory Circular (AC) 150/5100-6, Labor Requirements for the Airport Improvement Program, AC 150/5100-15, Civil Rights Requirements for the Airport Improvement Program, and AC 150/5100-16, Airport Improvement Program Grant Assurance One--General Federal Requirements. A list of current advisory circulars with specific standards for design or construction of airports as well as procurement/installation of equipment and facilities is referenced in standard airport sponsor Grant Assurance 34 contained in the grant agreement.
Except for the certified items below marked not applicable (N/A), the list includes major requirements for this aspect of project implementation, although it is not comprehensive, nor does it relieve the sponsor from fully complying with all applicable statutory and administrative standards.
Yes No N/A
1. The plans and specifications were (will be) prepared in accordance with applicable Federal standards and requirements, so no deviation or modification to standards set forth in the 0 0 advisory circulars, or State standard, is necessary other than those previously approved by the FAA.
2. Specifications for the procurement of equipment are not (will not be) proprietary or written so as to restrict competition. At least 0 0 two manufacturers can meet the specification.
3. The development included (to be included) in the plans is [gJ 0 0 depicted on the airport layout plan approved by the FAA.
4. Development that is ineligible for AlP funding has been (will be) [gJ 0 0 omitted from the plans and specifications.
5. The process control and acceptance tests required for the project by standards contained in Advisory Circular 150/5370-10 0 0 are (will be) included in the project specifications.
6. If a value engineering clause is incorporated into the contract, 0 0 concurrence was (will be) obtained from the FAA.
7. The plans and specifications incorporate (will incorporate) applicable requirements and recommendations set forth in the 0 0 Federally approved environmental finding.
Page 1 of2 June 28, 2005
8. For construction activities within or near aircraft operational areas, the requirements contained in Advisory Circular 150/5370-2 have been (will be) discussed with the FAA as well as incorporated into the specifications, and a safety/phasing plan has FAA's concurrence, if required.
9. The project was (will be) physically completed without Federal participation in costs due to errors and omissions in the plans and specifications that were foreseeable at the time of project design.
Yes No
D
D
N/A
D
D
I certify, for the project identified herein, responses to the forgoing items are accurate as marked and have prepared documentation attached hereto for any item marked "no" that is correct and complete.
Albany County Airport Authority (Name of Sponsor)
__________ ~~~~=n=~~--------~~~ John A. O'Donnell
(Typed Name of Sponsor's Designated Official Representative)
Chief Executive Officer (Typed Title of Sponsor's Designated Official Representative)
C-2L(-Il/ (Date)
Page 2 012 June 28, 2005
AGENDA ITEM NO. 12.3
Acceptance of Federal AIP Grant No. 3-36-0001-124-14;
State PIN 1A00.13 Acquire Snow Removal Equipment:
(Replace Two Snow/Sand Trucks and One Snow/Sand Loader;
Environmental Mitigation: Acquire One Glycol Recovery Truck)
AGENDA ITEM NO: 12.3 MEETING DATE: July 21, 2014
ALBANY COUNTY AIRPORT AUTHORITY
REQUEST FOR AUTHORIZATION DEPARTMENT: Planning and Engineering Contact Person: Stephen Iachetta, AICP, Airport Planner PURPOSE OF REQUEST: Federal/State Grant: Acceptance of Federal AIP Grant No. 3-36-0001-124-14; State PIN 1A00.13 Acquire Snow Removal Equipment: (Replace Two Snow/Sand Trucks and One Snow/Sand Loader; Environmental Mitigation: Acquire One Glycol Recovery Truck);
CONTRACT AMOUNT: Grant Share Allocations: $ 1,007,101 Federal
$ 55,950 State $ 55,950 Authority $1,119,001 Total Project Cost
BUDGET INFORMATION: Anticipated in Current ALB Capital Plan: Yes √ No NA Funding Account No.: CPN 2190
FISCAL IMPACT - FUNDING (Dollars or Percentages) Federal 90% State 5% Airport 5% Term of Funding: 2014-2016 JUSTIFICATION:
Authorization is requested to accept Federal Airport Improvement Program grant number 3-36-0001-124-14 in the amount of $1,007,101 as the 90% Federal share allocation and $55,950 as the State PIN 1A00.13 and Authority 5% share respectively to establish funding totaling $1,119,001 for the Federal grant scope description: “Acquire Snow Removal Equipment (Replace Two Snow/Sand Trucks and One Snow/Sand Loader) Environmental Mitigation (Acquire Glycol Recovery Truck) Acceptance of this AIP grant in aid will provide funding for replacement of four vehicles which are over fifteen years old to assure ongoing FAR Part 139 conformance, particularly during winter storm events. On December 20, 2013, the FAA issued a National Environmental Policy Act compliance determination by Finding of No Significant Impact. The project represents a State Environmental Quality Review Act Type 2 action for which no potential adverse effect would result. Procurement authorizations for replacement equipment under the subject grant will be reviewed separately. Projected completion is anticipated by September 2015.
AGENDA ITEM NO: 12.3 MEETING DATE: July 21, 2014
CHIEF EXECUTIVE OFFICER’S RECOMMENDATION:
Recommend approval. FINAL AGREEMENT SUBJECT TO APPROVAL BY COUNSEL: YES √ NA PROCUREMENT DEPARTMENT APPROVAL:
Procurement complies with Authority Procurement Guidelines and Chief Financial Officer has approved. YES NA √
BACK-UP MATERIAL: Please refer to the attached.
OMB Approval No 0348-0043
APPLICATION FOR ~. DATE SUBMITTED Applicant Identifier
FEDERAL ASSISTANCE July 10, 2014 3-36-0001-124-14
1. TYPE OF SUBMISSION 3. DATE RECEIVED BY STATE State Application Identifier
Application Preapplication PIN
o Construction o Construction 4. DATE RECEIVED BY AGENCY Federal Identifier
3-36-0001-124-14 X Non-Construction o Non-Construction
5. APPLICANT INFORMATION
Legal Name: Organizational Unit: DUNS 145701699
Albany County Airport Authority Albany County Airport Authority Address (give city, county, state and zip code): Name and telephone of the person to be contacted on matters involving
this application (give area code) Albany International Airport; Admin. Building 200 Stephen lachetta, Airport Planner Albany, New York 12211-1057 Tel. 518-242-2238
Fax 518-242-2641 email: iachetta@albanyairport.com
6. EMPLOYER IDENTIFICATION NUMBER (EIN): 7. TYPE OF APPLICANT: (enter appropriate letter in box) l!J 11 14 -11 17 1
6 1
9 17 17 A. State H. Independent School Dist.
8 B. County I. State Controlled Institution of Higher Learning 8. TYPE OF APPLICATION C. Municipal J. Private University
D. Township K. Indian Tribe
o New D Continuation 0 Revision E. Interstate L. Individual
If Revision, enter appropriate letter(s) in box(es) D D F. Intermunicipal M. Profit Organization G. Special District N. Other: Primary Public Airport - Authority
A. Increase Award B. Decrease Award C. Increase Duration D. Decrease Duration E. Other (specify): 9. NAME OF FEDERAL AGENCY:
USDOT Federal Aviation Administration
10. CATALOG OF FEDERAL DOMESTIC
12 01-111016 11. DESCRIPTIVE TITLE OF APPLICANT'S PROJECT:
ASSISTANCE NO.
TITLE: AIRPORT IMPROVEMENT PROGRAM Acquire Snow Removal Equipment (Acquire Replacement Snow Removal Equipment: Two Snow/Sand Trucks and One Snow/Sand Loader; Environmental Mitigation: Acquire One Glycol Recovery Truck
12. AREA AFFECTED BY PROJECT (cities, counties, states, etc.):
County and City of Albany, and Town of Colonie 13. PROPOSED PROJECT 14. CONGRESSIONAL DISTRICTS OF:
Start Date Ending Date a. Applicant b. Project
8/2013 8/2014 New York 21st New York 21
st
15. ESTIMATED FUNDING: 16. IS APPLICATION SUBJECT TO REVIEW BY STATE EXECUTIVE ORDER 12372 PROCESS?
a~ Federal 90% a. YES. THIS PREAPPLICATION/APPLICATION WAS MADE AVAILABLE TO THE 1,007101 STATE EXECUTIVE ORDER 12372 PROCESS FOR REVIEW ON:
b. Applicant 5% 55,950 DATE
c. State 5% b. NO. 0 PROGRAM IS NOT COVERED BY E.O. 12372 55,950
d. Local D OR PROGRAM HAS NOT BEEN SELECTED BY STATE FOR REVIEW .00
e. Other .00
f. Program Income 17. IS THE APPLICANT DELINQUENT ON ANY FEDERAL DEBT? .00
g. TOTAL 1,119,001 o Yes, If "Yes", attach an explanation X No
18. TO THE BEST OF MY KNOWLEDGE AND BELIEF, ALL DATA IN THIS APPLICATION/PREAPPLICATION ARE TRUE AND CORRECT, THE DOCUMENT HAS BEEN DULY
AUTHORIZED BY THE GOVERNING BODY OF THE APPLICANT AND THE APPLICANT WILL COMPLY WITH THE ATTACHED ASSURANCES IF THE ASSISTANCE IS AWARDED
a. Typed Name of Authorized Representative b. Title c. Telephone
John A. O'Donnell, P.E. Chief Executive Officer 518-242-2222
d. Signature of Aut~ed Representative e. Date Signed
/" lL _ a..- c/::)c»_~ 7-It -1.01l..{ Previous Editions ~sable Standard Form 424 REV 4-88 ( )
Prescribed by OMB Circular A-102
U.S DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMB NO. 80-R0184
PART 111- BUDGET INFORMATION - CONSTRUCTION
SECTION A - GENERAL
1. Federal Domestic Assistance Catalog No .... ... ... .. ... ... . 20-106 AirQort ImQrovement Program
2. Functional or Other Breakout.. ...... . .............. .. . ... ..... ... ... 3-36-0001-124-14
3. Description of Project. ... .. ... ... ... ... ....... .. ... ...... .. ..... ... Acquire Replacement Snow Removal Equipment I (Two Snow/Sand Trucks and One Snow/Sand Loader; Acquire One Glycol Recovery Truck)
SECTION B - CALCULATION OF FEDERAL GRANT
Used for revisions Total Cost Classification Latest Approved Adjustment Amount
Amount + or (-) Required
1. Administration, printing expense $0 $ $0
2. Preliminary expense: IFE (Hennessy Engineering) $0 $0
3. Land, structures, right-of-way $0 $0
4. Engineering Design: $0 $0 5. Other Architectural engineering fees $0 $0
6. Project inspection fees: $0 $0
7. Land development $0 $0
8. Equipment Procurement: M45 GRV replacem't(lnland-NFTA) $376,400 $376,400
9. Equipment Procurement: M54 Loader replacem't (Fed-DLA) $365,260 $365,260
10. Equipment Procurement: M62 Snow/Sand Truck (State) $219,885 $219,885
11 . Equipment Procurement: M64 Snow/Sand Truck (State) $157,456 $157,456
12. Equipment
13. Miscellaneous
14. Total (Lines 1 through 13) $1,119,001 $1,119,001
15. Estimated Income (if applicable)
16. Net Project Amount (Line 14 minus 15) $1,119,001 $1 ,119,001
17. Less: Ineligible Exclusions
18. Add: Contingencies
19. Total Project Amt. (Excluding Rehabilitation Grants) $1,119,001 $1,119,001
20. Federal Share requested of Line 19 $1,007,101 $1,007,101
21. Add Rehabilitation Grants Requested (100 Percent)
22. Total Federal grant requested (lines 20 & 21) $1,007,101 $1 ,007,101
23. Grantee share $55,950 $55,950
24. Other shares (State DOT) $55,950 $55,950
25. Total Project (Lines 22, 23 & 24) $1,119,001 $ $1,119,001 FAA Form 5100-100 (6-73) SUPERSEDES FAA FORM 5100-1- PAGES 1 THRU 7 $1,119,001 Page 4'
U.S DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMS NO. 80-R0184
SECTION C - EXCLUSIONS
Ineligible for Excluded From Classification Participation Contingency Provision
26 (1 ) (2) a. $ $ b. c. d. e. f. g. Totals $ $
SECTION D - PROPOSED METHOD OF FINANCING NON-FEDERAL SHARE
27. Grantee Share $55,950 a. Securities b. Mortgages
c. Appropriations (By Applicant) $55,950 d. Bonds e. Tax Levies
f. Non Cash g. Other (Explain)
h. TOTAL - Grantee share $55,950 28. Other Shares $55,950
a. State $55,950 b. Other $0 c. Total Other Shares $55,950
29. TOTAL $111,900
SECTION E - REMARKS
t"'AK I IV t"'KUliKAM NAKKA IIVt: (Attacn - ~ee instructions)
FAA Form 5100-100 (6-73) SUPERSEDES FAA FORM 5100-10 PAGES 1 THRU 7 Page 5
Est. Sale of
Cost of New Exisiting Sale Costs Est. Net Grant Eligible
Equipment Equipment (5%) Proceeds Amount Vehicle # Year
VacTruck M-45 1 19981 Truck Per RFP 379,900 Training Per RFP 3,500 Total 383,400 8,000 1,000 7,000 376,400
loader M-54 1 19841 loader Blade Total 379,068 14,535 727 13,808 365,260 *
Truck M-62 1 19911 Truck 6X4 222,449 2,930 366 2,564 219,885
Truck M-64 I 20001 Truck 4X2 163,318 6,700 838 5,863 157,456
Total $ 1,119,001
U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION
AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION
PROJECT PLANS AND SPECIFICATIONS
Albany County Airport Authority (Sponsor)
Albany International Airport (Airport)
Description of Work:
:3-36-0001-124-14
(Project Number)
Equipment Procurement: Replace Glycol Recovery Vehicle and Acquire Replacement Snow Removal Equipment (2-Snow/Sand Trucks; 1-Snow/Sand Loader)
Title 49, United States Code, section 47105(d), authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AlP). AlP standards are generally described in FAA Advisory Circular (AC) 150/5100-6, Labor Requirements for the Airport Improvement Program, AC 150/5100-15, Civil Rights Requirements for the Airport Improvement Program, and AC 150/5100-16, Airport Improvement Program Grant Assurance One--General Federal Requirements. A list of current advisory circulars with specific standards for design or construction of airports as well as procuremenUinstaliation of equipment and facilities is referenced in standard airport sponsor Grant Assurance 34 contained in the grant agreement.
Except for the certified items below marked not applicable (N/A), the list includes major requirements for this aspect of project implementation, although it is not comprehensive, nor does it relieve the sponsor from fully complying with all applicable statutory and administrative standards.
1. The plans and specifications were (will be) prepared in accordance with applicable Federal standards and requirements, so no deviation or modification to standards set forth in the advisory circulars, or State standard, is necessary other than those previously approved by the FAA.
2. Specifications for the procurement of equipment are not (will not be) proprietary or written so as to restrict competition. At least two manufacturers can meet the specification.
3. The development included (to be included) in the plans is depicted on the airport layout plan approved by the FAA.
4. Development that is ineligible for AlP funding has been (will be) omitted from the plans and specifications.
5. The process control and acceptance tests required for the project by standards contained in Advisory Circular 150/5370-10 are (will be) included in the project specifications.
6. If a value engineering clause is incorporated into the contract, concurrence was (will be) obtained from the FAA.
7. The plans and specifications incorporate (will incorporate) applicable requirements and recommendations set forth in the Federally approved environmental finding.
Page 1012
Yes No N/A
D D
D D
D D
D D
D D
D D
D D
June 28, 2005
8. For construction activities within or near aircraft operational areas, the requirements contained in Advisory Circular 150/5370-2 have been (will be) discussed with the FAA as well as incorporated into the specifications, and a safety/phasing plan has FAA's concurrence, if required.
9. The project was (will be) physically completed without Federal participation in costs due to errors and omissions in the plans and specifications that were foreseeable at the time of project design.
Yes No
D
D
N/A
D
D
I certify, for the project identified herein, responses to the forgoing items are accurate as marked and have prepared documentation attached hereto for any item marked "no" that is correct and complete.
Albany County Airport Authority (Name of Sponsor)
(Signature f
John A. O'Donnell (Typed Name of Sponsor's Designated Official Representative)
Chief Executive Officer (Typed Title of Sponsor's Designated Official Representative)
(Date)
Page 2 012
J)
June 28. 2005
U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION
AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION
EQUIPMENT/CONSTRUCTION CONTRACTS
Albany International Airport 3-36-0001-124-14 Albany County Airport Authority (Sponsor) (Airport) (Project Number)
Description of Work:
Equipment Procurement: Replace Glycol Recovery Vehicle and Acquire Replacement Snow Removal Equipment (2-Snow/Sand Trucks; 1-Snow/Sand Loader)
Title 49, United States Code (USC), section 471 05(d), authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AlP). General standards for equipment and construction contracts within Federal grant programs are described in Title 49, Code of Federal Regulations (CFR), Part 18.36. AlP standards are generally described in FAA Advisory Circular (AC) 150/5100-6, Labor Requirements for the Airport Improvement Program, AC 150/5100-15, Civil Rights Requirements for the Airport Improvement Program, and AC 150/5100-16, Airport Improvement Program Grant Assurance One--General Federal Requirements. Sponsors may use State and local procedures provided procurements conform to these Federal standards.
Except for the certified items below marked not applicable (N/A), the list includes major requirements for this aspect of project implementation, although it is not comprehensive, nor does it relieve the sponsor from fully complying with all applicable statutory and administrative standards.
Yes No N/A
1. A code or standard of conduct is (will be) in effect governing the performance of the sponsor's officers, employees, or agents in IZ1 D D soliciting and awarding procurement contracts.
2. Qualified personnel are (will be) engaged to perform contract administration, engineering supervision, construction inspection, D D and testing.
3. The procurement was (will be) publicly advertised using the D D competitive sealed bid method of procurement.
4. The bid solicitation clearly and accurately describes (will describe):
a. The current Federal wage rate determination for all D D construction projects, and
b. All other requirements of the equipment and/or services to be provided.
Page 1013 June 28, 2005
Yes No N/A
5. Concurrence was (will be) obtained from FAA prior to contract award under any of the following circumstances:
a. Only one qualified person/firm submits a responsive bid,
b. The contract is to be awarded to other than the lowest responsible bidder, D D
c. Life cycle costing is a factor in selecting the lowest responsive bidder, or
d. Proposed contract prices are more than 10 percent over the sponsor's cost estimate.
6. All contracts exceeding $100,000 require (will require) the following provisions:
a. A bid guarantee of 5 percent, a performance bond of 100 percent, and a payment bond of 100 percent;
b. Conditions specifying administrative, contractual, and legal remedies, including contract termination, for those instances D D in which contractors violate or breach contact terms; and
c. Compliance with applicable standards and requirements issued under Section 306 of the Clean Air Act (42 USC 1857(h», Section 508 of the Clean Water Act (33 USC 1368), and Executive Order 11738.
7. All construction contracts contain (will contain) provisions for:
a. Compliance with the Copeland "Anti-Kick Back" Act, and
b. Preference given in the employment of labor (except in D D executive, administrative, and supervisory positions) to honorably discharged Vietnam era veterans and disabled veterans.
8. All construction contracts exceeding $2,000 contain (will contain) the following provisions:
a. Compliance with the Davis-Bacon Act based on the current D D Federal wage rate determination; and
b. Compliance with the Contract Work Hours and Safety Standards Act (40 USC 327-330), Sections 103 and 107.
9. All construction contracts exceeding $10,000 contain (will contain) appropriate clauses from 41 CFR Part 60 for
D D compliance with Executive Orders 11246 and 11375 on Equal Employment Opportunity.
10. All contracts and subcontracts contain (will contain) clauses required from Title VI of the Civil Rights Act and 49 CFR 23 and D D 49 CFR 26 for Disadvantaged Business Enterprises.
Page 2 013 June 28, 2005
11. Appropriate checks have been (will be) made to assure that contracts or subcontracts are not awarded to those individuals or firms suspended, debarred, or voluntarily excluded from doing business with any U.S. Department of Transportation (DOT) element and appearing on the DOT Unified List.
Yes No
D
N/A
D
I certify, for the project identified herein, responses to the forgoing items are accurate as marked and have prepared documentation attached hereto for any item marked "no" that is correct and complete.
Albany County Airport Authority (Name of Sponsor)
(Signature of
John A. O'Donnell (Typed Name of Sponsor's Designated Official Representative)
Chief Executive Officer (Typed Title of Sponsor's Designated Official Representative)
Page 3 013
Yl
June 28, 2005
AGENDA ITEM NO. 12.4
Acceptance of Federal AIP Grant No. 3-36-0001-125-14;
State PIN 1A00.__ Glycol Collection, Treatment and
Disposal System Improvements);
AGENDA ITEM NO: 12.4 MEETING DATE: July 21, 2014
ALBANY COUNTY AIRPORT AUTHORITY
REQUEST FOR AUTHORIZATION DEPARTMENT: Planning and Engineering Contact Person: Stephen Iachetta, AICP, Airport Planner PURPOSE OF REQUEST: Federal/State Grant: Acceptance of Federal AIP Grant No. 3-36-0001-125-14; State PIN 1A00.__ Glycol Collection, Treatment and Disposal System Improvements);
CONTRACT AMOUNT: Grant Share Allocations: $ 943,740 Federal
$ 52,430 State $ 52,430 Authority $1,048,600 Total Project Cost
BUDGET INFORMATION: Anticipated in Current ALB Capital Plan: Yes √ No NA Funding Account No.: CPN 2190
FISCAL IMPACT - FUNDING (Dollars or Percentages) Federal 90% State 5% Airport 5% Term of Funding: 2014-2016 JUSTIFICATION:
Authorization is requested to accept Federal Airport Improvement Program grant number 3-36-0001-125-14 in the amount of $943,740 as the 90% Federal share allocation and $52,430 as the State PIN 1A00.__ and Authority 5% share respectively to establish funding totaling $1,048,600 for the Federal grant scope description: “Glycol Collection System Improvements”. Acceptance of this AIP grant in aid will provide funding for decommissioning the 2.3 million gallon glycol lagoon with associated pump station and a 28’x42’ pre-engineered metal storage building. On April 30, 2012, the FAA issued a National Environmental Policy Act compliance determination by Finding of No Significant Impact and the project represents a State Environmental Quality Review Act Type 2 action for which no potential adverse effect would result. Procurement authorizations for competitively bid construction contracts 837-GC for General Construction and #837-E for electrical construction will be reviewed separately. Completion is anticipated by December 2015.
AGENDA ITEM NO: 12.4 MEETING DATE: July 21, 2014
CHIEF EXECUTIVE OFFICER’S RECOMMENDATION:
Recommend approval. FINAL AGREEMENT SUBJECT TO APPROVAL BY COUNSEL: YES √ NA PROCUREMENT DEPARTMENT APPROVAL:
Procurement complies with Authority Procurement Guidelines and Chief Financial Officer has approved. YES NA √
BACK-UP MATERIAL: Please refer to the attached.
OMB Approval No 0348-0043
APPLICATION FOR ~ . DATE SUBMITIED Applicant Identifier
FEDERAL ASSISTANCE July 11 , 2014 3-36-0001-1 _ -14
1. TYPE OF SUBMISSION 3. DATE RECEIVED BY STATE State Application Identifier 1AOO. +
Application Preapplication
X Construction o Construction 4. DATE RECEIVED BY AGENCY Federal Identifier
DUNS: 145701699 o Non-Construction o Non-Construction
5. APPLICANT INFORMATION Legal Name: Organizational Unit:
Albany County Airport Authority Albany County Airport Authority - Department of Planning & Engineering Address (give city, county, state and zip code): Name and telephone of the person to be contacted on matters involving
Albany County Airport Authority; Administration Building 2nd Floor; this application (give area code) Stephen lachetta, AICP; Airport Planner; (518) 242-2238; FAX 242-2641
Albany International Airport Email: siachetta@alban~airQort.com Albany, NY 12211-1057
6. EMPLOYER IDENTIFICATION NUMBER (EIN): 7. TYPE OF APPLICANT: (enter appropriate letter in box) ~ 11 14 -11 17 16 19 17 19
A. State H. Independent School Dis!. 8 B. County I. State Controlled Institution of Higher Learning
8. TYPE OF APPLICATION C. Municipal J. Private University D. Township K. Indian Tribe
X New V Continuation 0 Revision E. Interstate L. Individual
If Revision, enter appropriate letter(s) in box(es) D D F. Intermunicipal M. Profit Organization G. Special District N. Other (Specify): Public Airport Authority
A. Increase Award B. Decrease Award C. Increase Duration D. Decrease Duration E. Other (specify): 9. NAME OF FEDERAL AGENCY:
US Department of Transportation-Federal Aviation Admin.
10. CATALOG OF FEDERAL DOMESTIC 12 01-111016
11 . DESCRIPTIVE TITLE OF APPLICANT'S PROJECT: ASSISTANCE NO.
TITLE: AIRPORT IMPROVEMENT PROGRAM Glycol Collection, Treatment and Disposal System Improvements; Design and Construction;
13. PROPOSED PROJECT 14. CONGRESSIONAL DISTRICTS OF:
Start Date Ending Date a. Applicant b. Project
August 2014 August 2015 21 st 21 st
15. ESTIMATED FUNDING: 16. IS APPLICATION SUBJECT TO REVIEW BY STATE EXECUTIVE ORDER 12372 PROCESS?
a. Federal a. YES. THIS PREAPPLICATION/APPLICATION WAS MADE AVAILABLE TO THE 943,740 STATE EXECUTIVE ORDER 12372 PROCESS FOR REVIEW ON :
b. Applicant 52,430 DATE::~
c. State b. NO. 0 PROGRAM IS NOT COVERED BY E.O. 12372 52,430
d. Local V OR PROGRAM HAS NOT BEEN SELECTED BY STATE FOR REVIEW
e. Other
f. Program Income 17. IS THE APPLICANT DELINQUENT ON ANY FEDERAL DEBT?
g. TOTAL 1,048,600 o Yes, If "Yes", attach an explanation V No
18. TO THE BEST OF MY KNOWLEDGE AND BELIEF, ALL DATA IN THIS APPLICATION/PREAPPLICATION ARE TRUE AND CORRECT, THE DOCUMENT HAS BEEN DULY AUTHORIZED BY THE GOVERNING BODY OF THE APPLICANT AND THE APPLICANT WILL COMPLY WITH THE ATTACHED ASSURANCES IF THE ASSISTANCE IS AWARDED a. Typed Name of Authorized Representative b. Title c. Telephone
John A. O'Donnell, P.E. Chief Executive Officer (518) 242-2222
d. SignaturerJ;::iz; ~D0:eA b £Z e. Date Signed
, - /'-/-/ L/ Previous Edijlons Not Usable - Standard Form 424 (REV 4-88)
Prescribed by OMB Circular A-102 Authorized for Local Reproduction
U.S DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMS NO. 80-R0184
PART 111- BUDGET INFORMATION - CONSTRUCTION
SECTION A - GENERAL
1. Federal Domestic Assistance Catalog No ................ ... 20-106 Airport Improvement Program
2. Functional or Other Breakout. .. ... .. . ... ... .... . ... ... .. . .. . ... 3-36-0001- -14 (pending Allocation)
3. Description of Project. ....... . ..... . ..... . ..... . .... .......... . ... Airfield Glycol System Improvements -{Design and Construction}
SECTION B - CALCULATION OF FEDERAL GRANT
Used for revisions Total Cost Classification Latest Approved Adjustment Amount
Amount + or (-) Required 1. Administration expense $0 $ $0 2. Preliminary expense: IFE Hennessey Engineering $750 $750
3. Land, structures, right-of-way $0 $0 4. Engineering Design/Bid/CA Contract S-837 CHA: $86,000 $86,000 5. Other Architectural engineering fees $0 $0 6. Project inspection fees (part-time observation) $21,250 $21,250 7. Land development $0 $0 8. Relocation Expenses $0 $0 9. Relocation payments to Individuals and Businesses $0 $0 10. Construction K837-GC-VMJR- AS BID $842,000 $842,000 11 . Construction K 837-E Clune Elecrtic AS-BID $98,600 $98,600 12. Equipment $0 $0 13. Miscellaneous $0 $0 14. Total (Lines 1 through 13) $1,048,600 $1,048,600 15. Estimated Income (if applicable)
16. Net Project Amount (Line 14 minus 15) $1,048,600 $1,048,600 17. Less: Ineligible Exclusions
18. Add: Contingencies
19. Total Project Amt. (Excluding Rehabilitation Grants) $1,048,600 $1,048,600 20. Federal Share requested of Line 19 $943,740 $943,740 21. Add Rehabilitation Grants Requested (100 Percent) 22. Total Federal grant requested (lines 20 & 21) $943,740 $943,740 23. Grantee share $52,430 $52,430 24. Other shares $52,430 $52,430 25. Total Project (Lines 22, 23 & 24) $1,048,600 $ $1,048,600 FAA Form 5100-100 (6-73) SUPERSEDES FAA FORM 5100-1- PAGES 1 THRU 7 Page 4
US DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMS NO. 80-R0184
SECTION C - EXCLUSIONS
Ineligible for Excluded From Classification Participation Contingency Provision
26 (1 ) (2) a. $ $ b. c. d. e. f. g. Totals $ $
SECTION D - PROPOSED METHOD OF FINANCING NON-FEDERAL SHARE
27. Grantee Share $52,430
a. Securities b. Mortgages
c. Appropriations (By Applicant) $52,430
d. Bonds
e. Tax Levies
f. Non Cash g. Other (Explain) h. TOTAL - Grantee share $52,430
28. Other Shares $52,430
a. State $52,430
b. Other
c. Total Other Shares $52,430
29. TOTAL $104,860
SECTION E - REMARKS
I-'AK I IV I-'KUl:jKAM NAKKA IIVI: (Attacn - :see instructions)
FAA Form 5100-100 (6-73) SUPERSEDES FAA FORM 5100-10 PAGES 1 THRU 7 Page 5
c
L
U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION
AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION
EQUIPMENT/CONSTRUCTION CONTRACTS
Albany County Airport Authority (Sponsor)
Description of Work:
Albany International Airport (Airport)
Glycol Collection Treatment and Disposal System Improvements
3-36-0001-XX-14 (Project Number)
Title 49, United States Code (USC), section 471 05(d), authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AlP). General standards for equipment and construction contracts within Federal grant programs are described in Title 49, Code of Federal Regulations (CFR), Part 18.36. AlP standards are generally described in FAA Advisory Circular (AC) 150/5100-6, Labor Requirements for the Airport Improvement Program, AC 150/5100-15, Civil Rights Requirements for the Airport Improvement Program, and AC 150/5100-16, Airport Improvement Program Grant Assurance One--General Federal Requirements. Sponsors may use State and local procedures provided procurements conform to these Federal standards.
Except for the certified items below marked not applicable (N/A), the list includes major requirements for this aspect of project implementation, although it is not comprehensive, nor does it relieve the sponsor from fully complying with all applicable statutory and administrative standards.
Yes No N/A
1. A code or standard of conduct is (will be) in effect governing the performance of the sponsor's officers, employees, or agents in [gI D D soliciting and awarding procurement contracts.
2. Qualified personnel are (will be) engaged to perform contract administration, engineering supervision, construction inspection, D D and testing.
3. The procurement was (will be) publicly advertised using the D D competitive sealed bid method of procurement.
4. The bid solicitation clearly and accurately describes (will describe):
a. The current Federal wage rate determination for all D D construction projects, and
b. All other requirements of the equipment and/or services to be provided.
Page 1 of 3 June 28. 2005
Yes No N/A
( ' 5. Concurrence was (will be) obtained from FAA prior to contract award under any of the following circumstances:
a. Only one qualified person/firm submits a responsive bid,
b. The contract is to be awarded to other than the lowest responsible bidder, D D
c. Life cycle costing is a factor in selecting the lowest responsive bidder, or
d. Proposed contract prices are more than 10 percent over the sponsor's cost estimate.
6. All contracts exceeding $100,000 require (will require) the following provisions:
a. A bid guarantee of 5 percent, a performance bond of 100 percent, and a payment bond of 100 percent;
b. Conditions specifying administrative, contractual , and legal remedies, including contract termination, for those instances D D in which contractors violate or breach contact terms; and
c. Compliance with applicable standards and requirements issued under Section 306 of the Clean Air Act (42 USC
, 1857(h)), Section 508 of the Clean Water Act (33 USC 1368), and Executive Order 11738.
C 7. All construction contracts contain (will contain) provisions for:
a. Compliance with the Copeland "Anti-Kick Back" Act, and
b. Preference given in the employment of labor (except in executive, administrative, and supervisory positions) to
D D honorably discharged Vietnam era veterans and disabled veterans.
8. All construction contracts exceeding $2,000 contain (will contain) the following provisions:
a. Compliance with the Davis-Bacon Act based on the current D D Federal wage rate determination; and
b. Compliance with the Contract Work Hours and Safety Standards Act (40 USC 327-330), Sections 103 and 107.
9. All construction contracts exceeding $10,000 contain (will contain) appropriate clauses from 41 CFR Part 60 for
D D compliance with Executive Orders 11246 and 11375 on Equal Employment Opportunity.
10. All contracts and subcontracts contain (will contain) clauses required from Title VI of the Civil Rights Act and 49 CFR 23 and D D 49 CFR 26 for Disadvantaged Business Enterprises.
Page 2 013 June 28. 2005
c
L
11. Appropriate checks have been (will be) made to assure that contracts or subcontracts are not awarded to those individuals or firms suspended, debarred, or voluntarily excluded from doing business with any U.S. Department of Transportation (DOT) element and appearing on the DOT Unified List.
Yes No
o
N/A
o
I certify, for the project identified herein, responses to the forgoing items are accurate as marked and have prepared documentation attached hereto for any item marked "no" that is correct and complete.
Albany County Airport Authority (Name of Sponsor)
----------~~~~------~~~ (Signature of Sponso s
John A. O'Donnell (Typed Name of Sponsor's Designated Official Representative)
Chief Executive Officer (Typed Title of Sponsor's Designated Official Representative)
(Date)
Page 3 013 June 28, 2005
C
L
u.s. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION
AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION
PROJECT PLANS AND SPECIFICATIONS
Albany County Airport Authority (Sponsor)
Albany International Airport (Airport)
Description of Work:
Glycol Collection Treatment and Disposal System Improvements
3-36-0001-XXX-14 (Project Number)
Title 49, United States Code, section 47105(d), authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AlP). AlP standards are generally described in FAA Advisory Circular (AC) 150/5100-6, Labor Requirements for the Airport Improvement Program, AC 150/5100-15, Civil Rights Requirements for the Airport Improvement Program, and AC 150/5100-16, Airport Improvement Program Grant Assurance One--General Federal Requirements. A list of current advisory circulars with specific standards for design or construction of airports as well as procurement/installation of equipment and facilities is referenced in standard airport sponsor Grant Assurance 34 contained in the grant agreement.
Except for the certified items below marked not applicable (N/A), the list includes major requirements for this aspect of project implementation, although it is not comprehensive, nor does it relieve the sponsor from fully complying with all applicable statutory and administrative standards.
Yes No N/A
1. The plans and specifications were (will be) prepared in accordance with applicable Federal standards and requirements, so no deviation or modification to standards set forth in the D D advisory circulars, or State standard, is necessary other than those previously approved by the FAA.
2. Specifications for the procurement of equipment are not (will not be) proprietary or written so as to restrict competition. At least D D two manufacturers can meet the specification.
3. The development included (to be included) in the plans is ~ D D depicted on the airport layout plan approved by the FAA.
4. Development that is ineligible for AlP funding has been (will be) ~ D D omitted from the plans and specifications.
5. The process control and acceptance tests required for the project by standards contained in Advisory Circular 150/5370-10 D D are (will be) included in the project specifications.
6. If a value engineering clause is incorporated into the contract, D D concurrence was (will be) obtained from the FAA.
7. The plans and specifications incorporate (will incorporate) applicable requirements and recommendations set forth in the D D Federally approved environmental finding .
Page 1 of2 June 28. 2005
c
8. For construction activities within or near aircraft operational areas, the requirements contained in Advisory Circular 150/5370-2 have been (will be) discussed with the FAA as well as incorporated into the specifications, and a safety/phasing plan has FAA's concurrence, if required.
9. The project was (will be) physically completed without Federal participation in costs due to errors and omissions in the plans and specifications that were foreseeable at the time of project design.
Yes No
D
D
N/A
D
D
I certify, for the project identified herein, responses to the forgoing items are accurate as marked and have prepared documentation attached hereto for any item marked "no" that is correct and complete.
Albany County Airport Authority (Name of Sponsor)
(Signature of Spon or'.
John A. O'Donnell (Typed Name of Sponsor's Designated Official Representative)
Chief Executive Officer (Typed Title of Sponsor's Designated Official Representative)
(Date)
Page 2 012 June 28, 2005
AGENDA ITEM NO. 12.5
Acceptance of Federal AIP Grant No. 3-36-0001-126-
14 (Multi-Year); DOT PIN No. 1A00.____
Runway 01-19 Pavement and Centerline Lighting Rehabilitation;
AGENDA ITEM NO: 12.5 MEETING DATE: July 21, 2014
ALBANY COUNTY AIRPORT AUTHORITY
REQUEST FOR AUTHORIZATION DEPARTMENT: Planning and Engineering Contact Person: Stephen Iachetta, AICP, Airport Planner PURPOSE OF REQUEST: Federal/State Grant: Acceptance of Federal AIP Grant No. 3-36-0001-126-14 (Multi-Year); DOT PIN No. 1A00.____ Runway 01-19 Pavement and Centerline Lighting Rehabilitation;
CONTRACT AMOUNT: Grant Share Allocations: $ 4,247,774 Federal
$ 235,987 State $ 235,988 Authority $4,719,749 Total Project Cost
BUDGET INFORMATION: Anticipated in Current ALB Capital Plan: Yes √ No NA Funding Account No.: CPN 2114
FISCAL IMPACT - FUNDING (Dollars or Percentages) Federal 90% State 5% Airport 5% Term of Funding: 2014-2016
Grant No. 3-36-0001-126-14 (Multi-Year); DOT PIN No. 1A00.____ JUSTIFICATION:
Authorization is requested to accept Federal Airport Improvement Program grant number 3-36-0001-126-14 in the amount of $4,247,774 as the 90% Federal share allocation and $235,987 as the State PIN 1A00.__ and Authority 5% share respectively to establish funding totaling $4,719,749 for the Federal grant scope description: “Runway 01-19 Pavement and Centerline Lighting Rehabilitation; Design and Construction. Acceptance of this AIP grant in aid will provide funding for asphalt milling and resurfacing of the primary runway measuring 8,500’ x 150’. The project includes runway pavement grooving, markings and replacement of centerline lighting cable. On December 17, 2013, the FAA issued a National Environmental Policy Act compliance determination by Finding of No Significant Impact and the project represents a State Environmental Quality Review Act Type 2 action for which no potential adverse effect would result. Procurement authorizations for competitively bid construction contract 836-GC for General Construction will be reviewed separately. Completion is anticipated by December 2015.
AGENDA ITEM NO: 12.5 MEETING DATE: July 21, 2014
CHIEF EXECUTIVE OFFICER’S RECOMMENDATION:
Recommend approval. FINAL AGREEMENT SUBJECT TO APPROVAL BY COUNSEL: YES √ NA PROCUREMENT DEPARTMENT APPROVAL:
Procurement complies with Authority Procurement Guidelines and Chief Financial Officer has approved. YES NA √
BACK-UP MATERIAL: Please refer to the attached.
OMS Approval No 0348-0043
APPLICATION FOR 2. DATE SUBMITTED Applicant Identifier
FEDERAL ASSISTANCE July 10, 2014 (As-Bid) 3-36-0001-1 _-14
1. TYPE OF SUBMISSION 3. DATE RECEIVED BY STATE State Application Identifier
Application Preapplication 1AOO.O
X Construction o Construction 4. DATE RECEIVED BY AGENCY Federal Identifier
DUNS: 145701699 o Non-Construction o Non-Construction
5. APPLICANT INFORMATION Legal Name: Organizational Unit:
Albany County Airport Authority Albany County Airport Authority - Department of Planning & Engineering Address (give city, county, state and zip code): Name and telephone of the person to be contacted on matters involving
Albany County Airport Authority; Administration Building 2nd Floor; this application (give area code) Stephen lachetta, AICP; Airport Planner; (518) 242-2238; FAX 242-2641
Albany International Airport Email: siachetta@albanyairQort.com Albany, NY 12211-1057
6. EMPLOYER IDENTIFICATION NUMBER (EIN): 7. TYPE OF APPLICANT: (enter appropriate letter in box) ~
11 14 -11 17 16 1 9 17 1 9 A. State H. Independent School Dist.
8 B. County I. State Controlled Institution of Higher Learning 8. TYPE OF APPLICATION C. Municipal J. Private University
D. Township K. Indian Tribe
X New V Continuation 0 Revision E. Interstate L. Individual
If Revision, enter appropriate letter(s) in box(es) D D F. Intermunicipal M. Profit Organization G. Special District N. Other (Specify): Public Airport Authority
A. Increase Award B. Decrease Award C. Increase Duration D. Decrease Duration E. Other (specify): 9. NAME OF FEDERAL AGENCY:
US Department of Transportation-Federal Aviation Admin.
10. CATALOG OF FEDERAL DOMESTIC 12 01-111016
11. DESCRIPTIVE TITLE OF APPLICANT'S PROJECT: ASSISTANCE NO.
TITLE: AIRPORT IMPROVEMENT PROGRAM Runway 01-19 Pavement and Centerline Lighting Rehabilitation; Design and Construction (Multi-year)
13. PROPOSED PROJECT 14. CONGRESSIONAL DISTRICTS OF:
Start Date Ending Date a. Applicant b. Project
August 29, December 21 st 21 st
2014 2015 15. ESTIMATED FUNDING: 16. IS APPLICATION SUBJECT TO REVIEW BY STATE EXECUTIVE ORDER 12372 PROCESS?
a. Federal a. YES. THIS PREAPPLICATION/APPLICATION WAS MADE AVAILABLE TO THE STATE EXECUTIVE ORDER 12372 PROCESS FOR REVIEW ON:
b. Applicant 4,247,774 DATE::~
c. State b. NO. 0 PROGRAM IS NOT COVERED BY E.O. 12372 235,987 d. Local V OR PROGRAM HAS NOT BEEN SELECTED BY STATE FOR REVIEW 235,988 .. e. Other
f. Program Income 17. IS THE APPLICANT DELINQUENT ON ANY FEDERAL DEBT?
g. TOTAL 4,719,749 .. o Yes, If "Yes", attach an explanation V No
18. TO THE BEST OF MY KNOWLEDGE AND BELIEF, ALL DATA IN THIS APPLICATION/PREAPPLICATION ARE TRUE AND CORRECT, THE DOCUMENT HAS BEEN DULY AUTHORIZED BY THE GOVERNING BODY OF THE APPLICANT AND THE APPLICANT WILL COMPLY WITH THE ATTACHED ASSURANCES IF THE ASSISTANCE IS AWARDED a. Typed Name of Authorized Representative b. Title c. Telephone
John A. O'Donnell, P.E. Chief Executive Officer (518) 242-2222
d. Signature ~d Representative e. Date Signed
a _ 0::::>0>1 ~ 7-1f-!~ Previous Editiblls Not Usable Standard Form 424 REV 4-88 ( )
Prescribed by OMB Circular A-102
U.S DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMB NO. 80-R0184
PART 111- BUDGET INFORMATION - CONSTRUCTION
SECTION A - GENERAL
1. Federal Domestic Assistance Catalog No ................... 20-106 Airport Improvement Program
2. Functional or Other Breakout... ................................ 3-36-0001- -14 (Pending Allocation}
3. Description of Project. ............................................ Runway 01-19 Pavement & Centerline Lighting Rehabilitation- Design & Construction
SECTION B - CALCULATION OF FEDERAL GRANT
Use for revisions Total Cost Classification Latest Approved Adjustment Amount
Amount + or (-) Required
1. Administration expense $0 $ $0
2. Preliminary expense: IFE, Hennessy Engineering $750 $750
3. Land, structures, right-of-way $0 $0
4. Engineering Contract S836-Passero $286,300 $286,300
5. Other Architectural engineering fees $0 $0
6. Project inspection fees $276,368 $276,368
7. Land development $0 $0
8. Relocation Expenses $0 $0
9. Relocation payments to Individuals and Businesses $0 $0
10. Demolition and removal $0 $0
11. Construction Contract 836-GC Rifenberg AS-BID $4,156,331 $4,156,331
12. Equipment $0 $0
13. Miscellaneous $0 $0
14. Total (Lines 1 through 13) $4,719,749 $4,719,749
15. Estimated Income (if applicable)
16. Net Project Amount (Line 14 minus 15) $4,719,749 $4,719,749
17. Less: Ineligible Exclusions
18. Add: Contingencies
19. Total Project Amt. (Excluding Rehabilitation Grants) $4,719,749 $4,719,749
20. Federal Share requested of Line 19 $4,247,774 $4,247,774
21. Add Rehabilitation Grants Requested (100 Percent)
22. Total Federal grant requested (lines 20 & 21) $4,247,774 $4,247,774
23. Grantee share $235,987 $235,987
24. Other shares $235,988 $235,988
25. Total Project (Lines 22, 23 & 24) $4,719,749 $ $4,719,749 FAA Form 5100-100 (6-73) SUPERSEDES FAA FORM 5100-1- PAGES 1 THRU 7 Page 4
U.S DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMB NO. 80-R0184
SECTION C - EXCLUSIONS
Ineligible for Excluded From Classification Participation Contingency Provision
26 (1 ) (2) a. $ $ b. c. d. e. f. g. Totals $ $
SECTION D - PROPOSED METHOD OF FINANCING NON-FEDERAL SHARE
27. Grantee Share $232,988
a. Securities
b. Mortgages
c. Appropriations (By Applicant) $232,988
d. Bonds
e. Tax Levies
f. Non Cash
g. Other (Explain)
h. TOTAL - Grantee share $232,988
28. Other Shares $232,987
a. State $232,987
b. Other
c. Total Other Shares $232,987
29. TOTAL $465,975
SECTION E - REMARKS
t'AK I IV t'KU(:iKAM NAKKA I IV I:: (Attacn - :see instructions)
FAA Form 5100-100 (6-73) SUPERSEDES FAA FORM 5100-10 PAGES 1 THRU 7 Page 5
CONTRACT #836-GC Runway 01/19 Pavement and Centerline Lighting Rehabilitation
Company Name Kubricky Construction
Addendum #1 X
Lump Sum Bid $4,261,796.94
Bid Bond X
Board of Directors X
Non-Collusion X
Qualification Questionaire X
Acknowledgment X
Date: 7/9/2014 Prepared By: Kathryn Kane, Deputy Purchasing Agent Evaluated By: Bobbi Matthews, Purchasing Agent
Callanan Industries Rifenburg Construction
X X
$4,629,066.00 $4,156,331.00
X X
X X
X X
X X
X X
. JENNIFER A. MUNGER Notary Public, State of New York
No. 01 MU6246332 Qualified in Schenectady county.s
Commission Expires Aug. 08, 201-
U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION
AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION
PROJECT PLANS AND SPECIFICATIONS
Albany County Airport Authority (Sponsor)
Albany International Airport (Airport)
Description of Work:
3-36-0001-XXX-14 (Project Number)
Rehabilitate Runway 1-19 including in-pavement lighting and marking (8,500 x 150 I.f.)
Title 49, United States Code, section 471 05(d), authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AlP). AlP standards are generally described in FAA Advisory Circular (AC) 150/5100-6, Labor Requirements for the Airport Improvement Program, AC 150/5100-15, Civil Rights Requirements for the Airport Improvement Program, and AC 150/5100-16, Airport Improvement Program Grant Assurance One-General Federal Requirements. A list of current advisory circulars with specific standards for design or construction of airports as well as procurement/installation of equipment and facilities is referenced in standard airport sponsor Grant Assurance 34 contained in the grant agreement.
Except for the certified items below marked not applicable (N/A), the list includes major requirements for this aspect of project implementation, although it is not comprehensive, nor does it relieve the sponsor from fully complying with all applicable statutory and administrative standards.
1. The plans and specifications were (will be) prepared in accordance with applicable Federal standards and requirements, so no deviation or modification to standards set forth in the advisory circulars, or State standard, is necessary other than those previously approved by the FAA.
2. Specifications for the procurement of equipment are not (will not be) proprietary or written so as to restrict competition. At least two manufacturers can meet the specification.
3. The development included (to be included) in the plans is depicted on the airport layout plan approved by the FAA.
4. Development that is ineligible for AlP funding has been ~I-be-) omitted from the plans and specifications.
5. The process control and acceptance tests required for the project by standards contained in Advisory Circular 150/5370-10 are (wtIH5e) included in the project specifications.
6. If a value engineering clause is incorporated into the contract, concurrence was (will be) obtained from the FAA.
7. The plans and specifications incorporate (will incorporate) applicable requirements and recommendations set forth in the Federally approved environmental finding.
Page 1012
Yes
~
~
~
~
D
~
No N/A
D D
D D
D D
D D
D D
D ~
D D
June 26, 2005
8. For construction activities within or near aircraft operational areas, the requirements contained in Advisory Circular 150/5370-2 have been (will be) discussed with the FAA as well as incorporated into the specifications, and a safety/phasing plan has FAA's concurrence, if required.
9. The project was (will be) physically completed without Federal participation in costs due to errors and omissions in the plans and specifications that were foreseeable at the time of project design.
Yes No N/A
D D
D D
I certify, for the project identified herein, responses to the forgoing items are accurate as marked and have prepared documentation attached hereto for any item marked "no" that is correct and complete.
Albany County Airport Authority (Name of Sponsor)
John A. O'Donnell (Typed Name of Sponsor's Designated Official Representative)
Chief Executive Officer (Typed Title of Sponsor's Designated Official Representative)
0.-1/-14 (Date)
Page 2 012 June 28. 2005
U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION
AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION
EQUIPMENT/CONSTRUCTION CONTRACTS
Albany County Airport Authority (Sponsor)
Albany International Airport (Airport)
Description of Work:
3-36-0001-XX-14 (Project Number)
Rehabilitate Runway 1-19 including in-pavement lighting and marking (8,500 x 150 I.f.)
Title 49, United States Code (USC), section 47105(d), authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AlP). General standards for equipment and construction contracts within Federal grant programs are described in Title 49, Code of Federal Regulations (CFR), Part 18.36. AlP standards are generally described in FAA Advisory Circular (AC) 150/5100-6, Labor Requirements for the Airport Improvement Program, AC 150/5100-15, Civil Rights Requirements for the Airport Improvement Program, and AC 150/5100-16, Airport Improvement Program Grant Assurance One--General Federal Requirements. Sponsors may use State and local procedures provided procurements conform to these Federal standards.
Except for the certified items below marked not applicable (N/A), the list includes major requirements for this aspect of project implementation, although it is not comprehensive, nor does it relieve the sponsor from fully complying with all applicable statutory and administrative standards.
Yes No N/A
1. A code or standard of conduct is (wiH-6e) in effect governing the performance of the sponsor's officers, employees, or agents in ~ D D soliciting and awarding procurement contracts.
2. Qualified personnel are (wHI-be) engaged to perform contract administration, engineering supervision, construction inspection, ~ D D and testing.
3. The procurement was (will be) publicly advertised using the ~ D D competitive sealed bid method of procurement.
4. The bid solicitation clearly and accurately describes (will describe):
a. The current Federal wage rate determination for all D D construction projects, and
b. All other requirements of the equipment andlor services to be provided.
Page 1 of3 June 28, 2005
Yes No N/A
5. Concurrence was (will be) obtained from FAA prior to contract award under any of the following circumstances:
a. Only one qualified personlfirm submits a responsive bid,
b. The contract is to be awarded to other than the lowest responsible bidder, D D
c. Life cycle costing is a factor in selecting the lowest responsive bidder, or
d. Proposed contract prices are more than 10 percent over the sponsor's cost estimate.
6. All contracts exceeding $100,000 require (will require) the following provisions:
a. A bid guarantee of 5 percent, a performance bond of 100 percent, and a payment bond of 100 percent;
b. Conditions specifying administrative, contractual, and legal remedies, including contract termination, for those instances D D in which contractors violate or breach contact terms; and
c. Compliance with applicable standards and requirements issued under Section 306 of the Clean Air Act (42 USC 1857(h», Section 508 of the Clean Water Act (33 USC 1368), and Executive Order 11738.
7. All construction contracts contain (will contain) provisions for:
a. Compliance with the Copeland "Anti-Kick Back" Act, and
b. Preference given in the employment of labor (except in D D executive, administrative, and supervisory positions) to honorably discharged Vietnam era veterans and disabled veterans.
8. All construction contracts exceeding $2,000 contain (will contain) the following provisions:
a. Compliance with the Davis-Bacon Act based on the current D D Federal wage rate determination; and
b. Compliance with the Contract Work Hours and Safety Standards Act (40 USC 327-330), Sections 103 and 107.
9. All construction contracts exceeding $10,000 contain (will contain) appropriate clauses from 41 CFR Part 60 for
D D compliance with Executive Orders 11246 and 11375 on Equal Employment Opportunity.
10. All contracts and subcontracts contain (will contain) clauses required from Title VI of the Civil Rights Act and 49 CFR 23 and D D 49 CFR 26 for Disadvantaged Business Enterprises.
Page2of3 June 28, 2005
11. Appropriate checks have been (will be) made to assure that contracts or subcontracts are not awarded to those individuals or firms suspended, debarred, or voluntarily excluded from doing business with any U.S. Department of Transportation (DOT) element and appearing on the DOT Unified List.
Yes No
D
N/A
D
I certify, for the project identified herein, responses to the forgoing items are accurate as marked and have prepared documentation attached hereto for any item marked "no" that is correct and complete.
Albany County Airport Authority (Name of Sponsor)
(Signature of Spo so s Designated Official Representative)
John A. O'Donnell (Typed Name of Sponsors Designated Official Representative)
Chief Executive Officer (Typed Title of Sponsors Designated Official Representative)
~-I{-ILf (Date)
Page 3013 June 28. 2005
AGENDA ITEM NO. 12.6
Acceptance of Federal Highway Administration-Surface
Transportation Program/ State Department of Transportation
Grant in Aid for Compressed Natural Gas (CNG) Station Improvements;
and adoption of model resolution with Master Agreement provided by the NYS
Department of Transportation.
AGENDA ITEM NO: 12.6 MEETING DATE: July 21, 2014
ALBANY COUNTY AIRPORT AUTHORITY
REQUEST FOR AUTHORIZATION DEPARTMENT: Planning and Engineering Contact Person: Stephen Iachetta, AICP, Airport Planner PURPOSE OF REQUEST: Federal/State Grant: Acceptance of Federal Highway Administration-Surface Transportation Program/ State Department of Transportation Grant in Aid for Compressed Natural Gas (CNG)
Station Improvements; and adoption of model resolution with Master Agreement provided by the NYS Department of Transportation.
CONTRACT AMOUNT: Federal Share: $240,000 Airport Share $ 60,000 Total $300,000 BUDGET INFORMATION: Anticipated in Current ALB Capital Plan: Yes √ No NA Funding Account No.: CPN 2190
FISCAL IMPACT - FUNDING (Dollars or Percentages) Federal 80% State 0% Airport 20% Term of Funding: 2014-2016
State PIN 1759.76 JUSTIFICATION:
Authorization is recommended to accept a Federal Highway Administration Surface Transportation Program grant for CNG Station improvements awarded with 80% Federal and 20% airport funding shares respectively on the $300,000 project and approve the attached Master Agreement and Resolution. The project was competitively selected for funding based on the merits of the application under the Capital District Transportation Committee regional set-aside for alternative fuel projects. This grant will support design and construction of a station weather protective canopy and replacement upgrade of CNG dispenser, compressor and storage equipment which is fifteen years old in order to assure reliable service to the airport owned CNG dedicated fleet of passenger buses and trucks.
AGENDA ITEM NO: 12.6 MEETING DATE: July 21, 2014
CHIEF EXECUTIVE OFFICER’S RECOMMENDATION:
Recommend approval. FINAL AGREEMENT SUBJECT TO APPROVAL BY COUNSEL: YES √ NA PROCUREMENT DEPARTMENT APPROVAL:
Procurement complies with Authority Procurement Guidelines and Chief Financial Officer has approved. YES NA √
BACK-UP MATERIAL: Please refer to the attached.
STATE OF NEWYORK DEPARTMENT OF TRANSPORTATION· REGION ONE
50 WOLF ROAD - SUITE 1 s50
SAMZHOU REGIONAL DIRECTOR
July 7, 2014
John A. 0 'Donnell, P.E. Chief Executive Officer Albany County Airport Authority Administration Building, Suite 205 Albany International Airport Albany, New York 12212-1057
ALBANY, NEWYoRK 12232 www.nysdot.gov
RE: Master Agreement and Resolution for PIN 1759.76 D034760
JUL - 72014
JOAN McDONALD COMMISSIONER
CNG Station Improvements at 845Watervliet Shaker Road, Albany County
Dear Mr. O'Donnell,
Enclosed is the proposed agreement and resolution required for the above subject project. These documents need to be enacted by the Airport Legislature for work to be accomplished on the Design and Construction phases of the project.
(A) We have provided you with a single copy of the standardized Federal Local Agreement language, relevant Schedule A, and Schedule "B". Please keep these documents for your records.
(8) We have provided you with a single copy of a draft resolution. The Airport Authority should complete, enact and certify the resolution. You may redraft your own resolutions, but they must contain all the necessary clauses of the enclosed version. Please do not change the wording of the resolution in any way without checking with this office first. Remember the resolution must identify the source of the funding appropriation. Please return 3 (three) originals with the required certificates and raised seals. Also, as with the agreement, please keep an additional copy for your records as you will not get a copy of the resolution returned to you.
(C) We have provided you with 5 (five) copies of the necessary signature pages. Please return all 5 (five) copies with original signatures, dated and notarized to this office with the above original resolutions. You will get a single original of this page returned to you once the contract is executed by the necessary State officials.
If you have any questions concerning the procedures, please call me (518)485-7734 or Ann Sutkin (518) 485-0101.
Sincerely, (1J _ . / . ~A1 ~~h M Karen I. Hulihan, P.E.
Region One Regional Local Project Liaison Program Development and Management
Press Fl to see instructions in blank fields Federal Aid Local Project Agreement (02/14)
MUNICIPALITY/SPONSOR: Albany County Airport Authority PROJECT ID NUMBER: 175976 BIN:
CFDA NUMBER: 20.205 PHASE: PER SCHEDULES A
Federal aid Local Project Agreement
COMPTROLLER'S CONTRACT NO 0034760
This Agreement is by and between:
the New York State Department of Transportation ("NYSDOT"), having its principal office at 50 Wolf Road, Albany, NY 12232, on behalf of New York State ("State");
and
the Albany County Airport Authority (the "Municipality/Sponsor") acting by and through Chief Executive Officer
with its office at Albany County Airport Authority, Administration Building, Suite 205, Albany International Airport, Albany, NY 12212-1057.
This Agreement covers eligible costs incurred on or after 1 12014.
This Agreement identifies the party responsible for administration and establishes the method or provision for funding of applicable phases of a Federal aid project for the improvement of a street or highway, not on the State highway system, as such project and phases are more fully described by Schedule A annexed to this Agreement or one or more Supplemental Schedule(s) A to this Agreement as duly executed and approved by the parties hereto. The phases that are potentially the subject of this Agreement, as further enumerated below, are: Preliminary Engineering ("PE") and Right-of-Way Incidental ("ROW InCidentals") work; Right-of-Way Acquisition; Construction; and/or Construction Supervision and Inspection. The Federal aid project shall be identified for the purposes of this Agreement as CNG Station Improvements at 845Watervliet Shaker Road, Albany County (as more specifically described in such Schedule A, the "Project").
WIT N E SSE T H:
WHEREAS, the United States has provided for the apportionment of Federal aid funds to the State for the purpose of carrying out Federal aid highway projects pursuant to the appropriate sections of Title 23 U.S. Code as administered by the Federal Highway Administration ("FHWA"); and
WHEREAS, the New York State Highway Law authorizes the Commissioner of Transportation (hereinafter referred to as "Commissioner") to use Federal aid available under the Federal aid highway acts and provides for the consent to and approval by the Municipality/Sponsor of any project under the Federal aid highway program which is not on the State highway system before such Project is commenced; and
Press F1 to see instructions in blank fields Federal Aid Local Project Agreement (02/14)
MUNICIPALITY/SPONSOR: Albany County Airport Authority PROJECT ID NUMBER: 175976 BIN:
CFDA NUMBER: 20.205 PHASE: PER SCHEDULES A
WHEREAS, pursuant to Highway Law '10(34-a) and section 15 of Chapter 329 of the Laws of 1991 as amended by section 9 of Chapter 330 of the Laws of 1991, the State established the "Marchiselli" Program, that provides State aid for Federal aid highway projects not on the State highway system; and
WHEREAS, pursuant to Chapters 329, 330 and 331 of the Laws of New York of 1991, Highway Law §80-b and Public Authorities Law §380 funding of the "State share" of projects under the Marchiselli Program is provided from the proceeds of Local Highway and Bridge Service Contract Bonds issued by the New York State Thruway Authority ("Thruway Authority Bonds"); and
WHEREAS, the continuing legislative authorization for the funding of eligible costs of Federal aid Municipal/Sponsor streets and highway projects from the proceeds of Thruway Authority Bonds is pursuant to a chapter or chapters of the laws of New York State providing appropriations pursuant to Public Authorities Law §380(1); and
WHEREAS, project eligibility for Marchiselli Program funds is determined by NYSDOT; and
WHEREAS, pursuant to authorizations therefore, NYSDOT and the Municipality/Sponsor are desirous of progressing the Project under the Federal aid and, if applicable, Marchiselli-aid Programs; and
WHEREAS, The Legislative Body of the Municipality/Sponsor by Resolution No. adopted at meeting held on approved the Project, the Municipality/Sponsor's entry into this Agreement, has appropriated necessary funds in connection with any applicable Municipal/Sponsor Deposit identified in applicable Schedules A and has further authorized the of the Municipality/Sponsor to execute this Agreement and the applicable Schedule A on behalf of the Municipality/Sponsor and a copy of such Resolution is attached to and made a part of this Agreement (where New York City is the Municipality/Sponsor, such resolution is not required).
NOW, THEREFORE, the parties agree as follows:
1. Documents Forming this Agreement. The Agreement consists of the following:
• Agreement Form - this document titled "Federal aid Local Project Agreement"; • Schedule "A" - Description of Project Phase, Funding and Deposit Requirements; • Schedule "B" - Phases, SubphaselTasks, and Allocation of Responsibility • Appendix "A" - New York State Required Contract Provisions • Appendix "A-1"- Supplemental Title VI Provisions (Civil Rights Act) • Appendix "B" - U.S. Government Required Clauses (Only required for agreements with
federal funding) • Municipal/Sponsor Resolution(s) - duly adopted Municipal/Sponsor resolution authorizing
the appropriate Municipal/Sponsor official to execute this Agreement on behalf of the Municipality/Sponsor and appropriating the funding required therefore. (Where New York City is the Municipality/Sponsor, such resolution is not required).
2
Press Fl to see instructions in blank fields Federal Aid Local Project Agreement (02/14)
MUNICIPALITY/SPONSOR: Albany County Airport Authority PROJECT ID NUMBER: 175976 BIN:
CFDA NUMBER: 20.205 PHASE: PER SCHEDULES A
2. General Description of Work and Responsibility for Administration and Performance. Subject to the allocations of responsibility for administration and performance thereof as shown in Schedule B (attached), the work of the Project may consist generally of the categories of work marked and described in Schedule B for the scope and phase in effect according to Schedule A or one or more Supplemental Schedule(s) A as may hereafter be executed and approved by the parties hereto as required for a State contract, and any additions or deletions made thereto by NYSDOT subsequent to the development of such Schedule(s) A for the purposes of conforming to New York State or to Federal Highway Administration requirements.
The Municipality/Sponsor understands that funding is contingent upon the Municipality/Sponsor's compliance with the applicable requirements of the "Procedures for Locally Administered Federal aid Projects" (available through NYSDOT's web site at https:/Iwww.nysdot.gov/plafap, and as such may be amended from time to time.
3. Municipal/Sponsor Deposit. Where the work is performed by consultant or construction contract entered into with NYSDOT, or by NYSDOT forces, and unless the total non-Federal share of the Project phase is under $5,000, the Municipality/Sponsor shall deposit with the State Comptroller, prior to the award of NYSDOT's contract or NYSDOT's performance of work by its own forces, the full amount of the non-Federal share of the Project costs due in accordance with Schedule A.
4. Payment or Reimbursement of Costs. For work performed by NYSDOT, NYSDOT will directly apply Federal aid and the required Municipality/Sponsor Deposit for the non-Federally-aided portion, and, if applicable, shall request Thruway Authority funding of Marchiselli aid to the Municipality/Sponsor as described below. For work performed by or through the Municipality/Sponsor, NYSDOT will reimburse the Municipality/Sponsor with Federal aid and, if applicable, Marchiselli aid as described below. NYSDOT will make reimbursements periodically upon request and certification by the Sponsor. The frequency of billing must be in conformance with that stipulated in the NYSDOT Standard Specifications; Construction and Materials (section 109-06, Contract Payments). NYSDOT recommends that bills not be submitted more frequently than monthly for a typical project. In all cases, bills must be submitted at least once every six months.
4.1 Federal aid. NYSDOT will administer Federal funds for the benefit of the Municipality/Sponsor for the Federal share and will fund the applicable percentage deSignated in Schedule A of Federal aid participating costs incurred in connection with the work covered by this Agreement, subject to the limitations set forth on Schedule A. For work performed by or through the Municipality/Sponsor, NYSDOT will reimburse Federal aid-eligible expenditures in accordance with NYSDOT policy and procedures.
4.1.1 Participating Items. NYSDOT shall apply Federal funds only for that work and those items that are eligible for Federal participation under Title 23 of U.S. Code, as amended, that requires Federal aid eligible projects to be on the Federal aid Highway System ("FAHS"), except for bridge and safety projects that can be off the FAHS. Included among the Federal participating items are the actual cost of employee personal services, and leave and fringe benefit additives. Other participating costs include materials and supplies, equipment use charges or other Federal Participating costs directly identifiable with the eligible project.
3
Press Fl to see instructions in blank fields Federal Aid Local Project Agreement (02/14)
MUNICIPALITY/SPONSOR: Albany County Airport Authority PROJECT 10 NUMBER: 175976 BIN:
CFDA NUMBER: 20.205 PHASE: PER SCHEDULES A
4.2 Marchiselli Aid (if applicable). NYSDOT will request Thruway Authority reimbursement to the Municipality of the upset amount and designated percentage in Schedule A of the nonovermatched non-Federal share of Federal participating cost, (the "State share"), incurred in connection with the work covered by this Agreement, subject to the limitations set forth on Schedule A. Not all Federal aid-eligible participating costs are eligible for Marchiselli aid. Only "Eligible Project Costs" (as defined in Marchiselli Program instructions issued by NYSDOT) incurred after April 1, 1991 are reimbursable.
4.2.1 Marchiselli Eligible Project Costs. To be eligible for Marchiselli Aid, Project costs must: (a) be eligible for Federal participation as described under '4.1; (b) be for work which, when completed, has a certifiable service life of at least 10 years; and (c) be for a work type that relates directly and exclusively to a municipally-owned highway, bridge or highway-railroad crossing off the State Highway System.
4.3 In no event shall this Agreement create any obligation to the Municipality/Sponsor for funding or reimbursement of any amount in excess of:
(a) the amount stated in Schedule A for the Federal Share; or (b) the amount stated in Schedule A as the State (Marchiselli) share or the amount stated in the Comprehensive List, whichever is lower.
4.4 All items included by the Municipality/Sponsor in the record of costs shall be in conformity with accounting procedures acceptable to NYSDOT and the FHWA. Such items shall be subject to audit by the State, the federal government or their representatives.
4.5 If Project-related work is performed by NYSDOT, NYSDOT will be paid for the full costs thereof. To effect such payment, the reimbursement to the Municipality/Sponsor provided for in sections 4.1 and 4.2 above may be reduced by NYSDOT by the amounts thereof in excess of the Municipality/Sponsor Deposit available for such payment to NYSDOT.
5. Supplemental Agreements and Supplemental Schedule(s) A. Supplemental Agreements or Supplemental Schedule(s) A may be entered into by the parties, and must be executed and approved in the manner required for a State contract. A Supplemental Schedule A is defined as a Supplemental Agreement which revises only the Schedule A of a prior Agreement or Supplemental Agreement. In the event Project cost estimates increase over the amounts provided for in Schedule A, no additional reimbursement shall be due to the Municipality/Sponsor unless the parties enter into a Supplemental Agreement or Supplemental Schedule A for reimbursement of additional Eligible Project Costs.
6. State Recovery of Ineligible Reimbursements. NYSDOT shall be entitled to recover from the Municipality/Sponsor any monies paid to the Municipality/Sponsor pursuant to this Agreement which are subsequently determined to be ineligible for Federal aid or Marchiselli Aid hereunder.
4
Press Fl to see instructions in blank fields Federal Aid Local Project Agreement (02/14)
MUNICIPALITY/SPONSOR: Albany County Airport Authority PROJECT ID NUMBER: 175976 BIN:
CFDA NUMBER: 20.205 PHASE: PER SCHEDULES A
7. Loss of Federal Participation. In the event the Municipality/Sponsor withdraws its approval of the project, suspends or delays work on the Project or takes other action that results in the loss of Federal participation for the costs incurred pursuant to this Agreement, the Municipality/Sponsor shall refund to the State all reimbursements received from the State, and shall reimburse the State for 100% of all preliminary engineering and right-of-way incidental costs incurred by NYSDOT. The State may offset any other State or Federal aid due to the Municipality/Sponsor by such amount and apply such offset to satisfy such refund.
8. Municipal/Sponsor Liability.
8.1 If the Municipality/Sponsor performs work under this Agreement with its own forces, it shall be responsible for all damage to person or property arising from any act or negligence performed by or on behalf of the Municipality/Sponsor, its officers, agents, servants or employees, contractors, subcontractors or others in connection therewith. The Municipality/Sponsor specifically agrees that its agents or employees shall possess the experience, knowledge and character necessary to qualify them individually for the particular duties they perform.
8.2 The Municipality/Sponsor shall indemnify and save harmless the State for all damages and costs arising out of any claims, suits, actions, or proceedings resulting from the negligent performance of work by or on behalf of the Municipality/Sponsor its officers, agents, servants, employees, contractors, subcontractors or others under this Agreement. Negligent performance of service, within the meaning of this section, shall include, in addition to negligence founded upon tort, negligence based upon the Municipality/Sponsor's failure to meet professional standards and resulting in obvious or patent errors in the progression of its work.
8.3 The Municipality/Sponsor shall at all times during the Contract term remain responsible. The Municipality/Sponsor agrees, if requested by the Commissioner of Transportation or his or her designee, to present evidence of its continuing legal authority to do business in New York State, integrity, experience, ability, prior performance, and organizational and financial capacity.
8.4 The Commissioner of Transportation or his or her designee, in his or her sole discretion, reserves the right to suspend any or all activities under this Contract, at any time, when he or she discovers information that calls into question the responsibility of the Municipality/Sponsor. In the event of such suspension, the Municipality/Sponsor will be given written notice outlining the particulars of such suspension. Upon issuance of such notice, the Municipality/Sponsor must comply with the terms of the suspension order. Contract activity may resume at such time as the Commissioner of Transportation or his or her designee issues a written notice authorizing a resumption of performance under the Contract.
8.5 Upon written notice to the Municipality/Sponsor, and a reasonable opportunity to be heard with appropriate Department of Transportation officials or staff, the Contract may be terminated by the Commissioner of Transportation or his or her designee at the Municipality's/Sponsor's expense where the Municipality/Sponsor is determined by the Commissioner of Transportation or his or her designee to be non-responsible. In such event, the Commissioner of Transportation or his or her designee may complete the contractual requirements in any manner he or she may deem advisable and pursue available legal or equitable remedies for breach.
5
Press Fl to see instructions in blank fields Federal Aid Local Project Agreement (02/14)
MUNICIPALITY/SPONSOR: Albany County Airport Authority PROJECT 10 NUMBER: 175976 BIN:
CFDA NUMBER: 20.205 PHASE: PER SCHEDULES A
9. Maintenance. The Municipality/Sponsor shall be responsible for the maintenance of the project at the sole cost and expense of the Municipality/Sponsor. If the Municipality/Sponsor intends to have the project maintained by another, any necessary maintenance agreement will be executed and submitted to NYSDOT before construction of the Project is begun. Upon its completion, the Municipality/Sponsor will operate and maintain the Project at no expense to NYSDOT; and during the useful life of the Project, the Municipality/Sponsor shall not discontinue operation and maintenance of the Project, nor dispose of the Project, unless it receives prior written approval to do so from NYSDOT.
9.1 The Municipality/Sponsor may request such approved disposition from NYSDOT where the Municipality/Sponsor either causes the purchaser or transferee to assume the Municipality/Sponsor's continuing obligations under this Agreement, or agrees immediately to reimburse NYSDOT for the pro-rata share of the funds received for the project, plus any direct costs incurred by NYSDOT, over the remaining useful life of the Project.
9.2 If a Municipality/Sponsor fails to obtain prior written approval from NYSDOT before discontinuing operation and maintenance of the Project or before disposing of the project, in addition to the costs provided, above in 9.1, Municipality/Sponsor shall be liable for liquidated damages for indirect costs incurred by NYSDOT in the amount of 5% of the total Federal and non-Federal funding provided through NYSDOT.
9.3 For NYSDOT-administered projects, NYSDOT is responsible for maintenance only during the NYSDOT administered construction phase. Upon completion of the construction phase, the Municipality/Sponsor's maintenance obligations start or resume.
10. Independent Contractor. The officers and employees of the Municipality/Sponsor, in accordance with the status of the Municipality/Sponsor as an independent contractor, covenant and agree that they will conduct themselves consistent with such status, that they will neither hold themselves out as, nor claim to be, an officer or employee of the State by reason hereof, and that they will not by reason hereof, make any claim, demand or application to or for any right or privilege applicable to an officer or employee of the State, including, but not limited to, Workers Compensation coverage, Unemployment Insurance benefits, Social Security or Retirement membership or credit.
11. Contract Executory; Required Federal Authorization. It is understood by and between the parties hereto that this Agreement shall be deemed executory only to the extent of the monies available to the State and no liability on account thereof shall be incurred by the State beyond monies available for the purposes hereof. No phase of work for the project shall be commenced unless and until NYSDOT receives authorization from the Federal government.
12. Assignment or Other Disposition of Agreement. The Municipality/Sponsor agrees not to assign, transfer, convey, sublet or otherwise dispose of this Agreement or any part thereof, or of its right, title or interest therein, or its power to execute such Agreement to any person, company or corporation without previous consent in writing of the Commissioner.
6
Press Fl to see instructions in blank fields Federal Aid Local Project Agreement (02/14)
MUNICIPALITY/SPONSOR: Albany County Airport Authority PROJECT 10 NUMBER: 175976 BIN:
CFDA NUMBER: 20.205 PHASE: PER SCHEDULES A
13. Term of Agreement. As to the Project and phase(s) described in the Schedule A executed herewith, the term of this Agreement shall begin on the date of this Agreement as first above written. This Agreement shall remain in effect so long as Federal aid and Marchiselli-aid funding authorizations are in effect and funds are made available pursuant to the laws controlling such authorizations and availabilities. However, if such authorizations or availabilities lapse and are not renewed, continued or reenacted, as to funds encumbered or available and to the extent of such encumbrances or availabilities, this Agreement shall remain in effect for the duration of such encumbrances or availabilities. Although the liquidity of encumbrances or the availability of funds may be affected by budgetary hiatuses, a Federal or State budgetary hiatus will not by itself be construed to cause a lapse in this Agreement provided any necessary Federal or State appropriations or other funding authorizations therefore are eventually enacted.
14. NYSDOT Obligations. NYSDOT's responsibilities and obligations are as specifically set forth in this contract, and neither NYSDOT nor any of its officers or employees shall be responsible or liable, nor shall the Municipality/Sponsor assert, make or join in any claim or demand against NYSDOT, its officers or employees, for any damages or other relief based on any alleged failure of NYSDOT, its officers or employees, to undertake or perform any act, or for undertaking or performing any act, which is not specifically required or prohibited by this Agreement. 15. Offset Rights. In addition to any and all set-off rights provided to the State in the attached and incorporated Appendix A, Standard Clauses for New York Contracts, NYSDOT shall be entitled to recover and offset from the Municipality/Sponsor any ineligible reimbursements and any direct or indirect costs to the State as to paragraph 6 above, as well as any direct or indirect costs incurred by the State for any breach of the term of this agreement, including, but not limited to, the useful life requirements in paragraph 9 above. At its sole discretion NYSDOT shall have the option to permanently withhold and offset such direct and indirect cost against any monies due to the Municipality/Sponsor from the State of New York for any other reason, from any other source, including but not limited to, any other Federal or State Local Project Funding, and/or any Consolidated Highway and Local Street Improvement Program (CHIPS) funds
16. Reporting Requirements. The Municipality/Sponsor agrees to comply with and submit to NYSDOT in a timely manner all applicable reports required under the provisions of this Agreement and the Procedures for Locally Administered Federal aid Projects manual and in accordance with current Federal and State laws, rules, and regulations.
17. Notice Requirements.
17.1 All notices permitted or required hereunder shall be in writing and shall be transmitted: (a) Via certified or registered United States mail, return receipt requested; (b) By facsimile transmission; (c) By personal delivery; (d) By expedited delivery service; or (e) Bye-mail.
7
Press Fl to see instructions in blank fields Federal Aid Local Project Agreement (02/14)
MUNICIPALITY/SPONSOR: Albany County Airport Authority PROJECT ID NUMBER: 175976 BIN:
CFDA NUMBER: 20.205 PHASE: PER SCHEDULES A
Such notices shall be address as follows or to such different addresses as the parties may from time-totime designate:
New York State Department of Transportation (NYSDOT) Name: K. Hulihan Title: RLPLr
Address: 50 Wolf Road, 1s50 Albany. New York 12232 Telephone Number: 518485-7734 Facsimile Number: 518457-4640 E-Mail Address: khulihan@dot.ny.gov
[Municipality/Sponsor] Albany County Airport Authority Name: John A. O'Donnell, P.E. Title: Chief Executive Officer, Address: Albany County Airport Authority. Administration Building, Suite 205, Albany. NY 12212 Telephone Number: 518-242-2238 Facsimile Number: E-Mail Address:
17.2 Any such notice shall be deemed to have been given either at the time of personal delivery or, in the case of expedited delivery service or certified or registered' United States Mail, as of the date of first attempted delivery at the address and in the manner provided herein, or in the case of facsimile transmission or email, upon receipt. The parties may, from time to time, specify any new or different address in the United States as their address for purpose of receiving notice under this Agreement by giving fifteen (15) days written notice to the other party sent in accordance herewith. The parties agree to mutually designate individuals as their respective representatives for the purposes of receiving notices under this Agreement. Additional individuals may be designated in writing by the parties for purposes of implementation and administration/billing, resolving issues and problems and/or for dispute resolution.
18. Electronic Contract Payments. Municipality/Sponsor shall provide complete and accurate supporting documentation of eligible local expenditures as required by this Agreement, NYSDOT and the State Comptroller. Following NYSDOT approval of such supporting documentation, payment for invoices submitted by the Municipality/Sponsor shall only be rendered electronically unless payment by paper check is expressly authorized by the Commissioner, in the Commissioner's sole discretion, due to extenuating circumstances. Such electronic payment shall be made in accordance with ordinary State procedures and practices. The contracting local Municipality/Sponsor shall comply with the State Comptroller's procedures for all Federal and applicable State Aid to authorize electronic payments. Authorization forms are available on the State Comptroller's website at www.osc.state.ny.us/epay/index.htm or by email at epunit@osc.state.ny.usa. When applicable to State Marchiselli and other State reimbursement by the NYS Thruway, registration forms and instructions can be found at the NYSDOT Electronic Payment Guidelines website.
8
Press Fl to see instructions in blank fields Federal Aid Local Project Agreement (02/14)
MUNICIPALITY/SPONSOR: Albany County Airport Authority PROJECT ID NUMBER: 175976 BIN:
CFDA NUMBER: 20.205 PHASE: PER SCHEDULES A
The Municipality/Sponsor herein acknowledges that it will not receive payment on any invoices submitted under this agreement if it does not comply with the applicable State Comptroller and/or NYS Thruway Authority's electronic payment procedures, except where the Commissioner has expressly authorized payment by paper check as set forth above.
19. Compliance with Legal Requirements. Municipality/Sponsor must comply with all applicable federal, state and local laws, rules and regulations, including but not limited to the following:
19.1 Title 49 of the Code of Federal Regulations Part 26 (49 CFR 26), Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs; Title 23 Code of Federal Regulations Part 230 (23 CFR 230), External Programs; and, Title 41 of the Code of Federal Regulations Part 60 Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor, including the requirements thereunder related to utilization goals for contracting opportunities for disadvantaged business enterprises (DBEs) and equal employment opportunity.
19.1.1 If the Municipality/Sponsor fails to monitor and administer contracts funded in whole or in part in accordance with Federal requirements, the Municipality/Sponsor will not be reimbursed for ineligible activities within the affected contracts. The Municipality/Sponsor must ensure that the prime contractor has a Disadvantaged Business Enterprise (DBE) Utilization Plan and complies with such plan. If, without prior written approval by NYSDOT, the Municipality/Sponsor's contractors and subcontractors fail to complete work for the project as proposed in the DBE Schedule of Utilization, NYSDOT at its discretion may (1) cancel, terminate or suspend this agreement or such portion of this agreement or (2) assess liquidated damages in an amount of up to 20% of the pro rata share of the Municipality/Sponsor's contracts and subcontracts funded in whole or in part by this agreement for which contract goals have been established.
19.2 New York State Environmental Law, Article 6, the State Smart Growth Public Infrastructure Policy Act, including providing true, timely and accurate information relating to the project to ensure compliance with the Act.
20. Compliance with Procedural Requirements. The Municipality/Sponsor understands that funding is contingent upon the Municipality/Sponsor's compliance with the applicable requirements of the Procedures for Locally Administered Federal aid Projects (PLAFAP) manual, which, as such, may be amended from time to time.
Locally administered Federal aid transportation projects must be constructed in accordance with the current version of NYSDOT Standard Specifications; Construction and Materials, including any and all modifications to the Standard Specifications issued by the Engineering Information Issuance System, and NYSDOT-approved Special Specifications for general use. (Cities with a population of 3 million or more may pursue approval of their own construction specifications and procedures on a project by project basis).
9
Press Fl to see instructions in blank fields Federal Aid Local Project Agreement (02/14)
MUNICIPALITY/SPONSOR: Albany County Airport Authority PROJECT ID NUMBER: 175976 BIN:
CFDA NUMBER: 20.205 PHASE: PER SCHEDULES A
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their duly authorized officials as of the date first above written.
MUNICIPALITY/SPONSOR: MUNICIPALITY/SPONSOR ATTORNEY:
By: _____________ _ By: ______________ _
Print Name: ___________ _ Print Name: ___________ _
Title: _____________ _
STATE OF NEW YORK ) )ss.:
COUNTY OF Albany )
On this day of , 20_ before me personally came _________________ to me known, who, being by me duly sworn did depose and say that he/she resides at ; that he/she is the _______________ of the Municipal/Sponsor Corporation described in and which executed the above instrument; (except New York City) that it was executed by order of the ____________ of said Municipal/Sponsor Corporation pursuant to a resolution which was duly adopted on and which a certified copy is attached and made a part hereof; and that he/she signed his name thereto by like order.
APPROVED FOR NYSDOT:
By: ___________ _ For Commissioner of Transportation
Agency Certification: In addition to the acceptance of this contract I also certify that original copies of this signature page will be attached to all other exact copies of this contract.
Date: ___________ _
Notary Public
APPROVED AS TO FORM: STATE OF NEW YORK ATTORNEY GENERAL
By: ______________ _
Assistant Attorney General
COMPTROLLER'S APPROVAL:
By: ______________ _
For the New York State Comptroller Pursuant to State Finance Law § 112
10
SAMPLE RESOLUTION BY MUNICIPALITY (Locally Administered Project)
RESOLUTION NUMBER:
A Resolution authorizing the implementation, and funding in the first instance 100% of the federal-aid and State "Marchiselli" Program-aid eligible costs, of a transportation federal-aid project, and appropriating funds therefore
WHEREAS, a Project eNG Station Improvements at 845Watervliet Shaker Road P.I.N. 175976 (the Project") i~ eligible for funding under Title 23 U.S. Code, as amended, that calls for the apportionment of the costs such program to be borne a the ratio of ~ % Federal funds and ~ % non-federal funds; and
WHEREAS, the Albany Airport Authority desires to advance the Project by making a commitment of 100% of the non-federal share of the costs of Design and Construction
NOW, THEREFORE, the Albany Airport Authority duly convened does hereby
RESOLVE, that the Albany Airport Authority hereby approves the above-subject project; and it is hereby further
RESOLVED, that the Albany Airport Authority hereby authorizes the to pay in the first instance 100% of the federal and non· federal share of the cost of Design and Constr. phases for the Project or portions thereof; and it is further
RESOLVED, that the sum of $ 300,000.00 has already been appropriated from the __________ anc made available to cover the cost of participation in the above phases of the Project; and it is further
RESOLVED, that in the event the full federal and non-federal share costs of the project exceeds the amount appropriated above, Albany Airport Authority shall convene as soon as possible to appropriate said excess amount immediately upon the notification by the New York State Department of Transportation thereof, and it is further
RESOLVED, that the Chief Executive Officer of the Albany Airport Authority be and is hereby authorized to execute all necessary Agreements, certifications or reimbursement requests for Federal Aid and/or Marchiselli Aid on behalf of the Albany Airport Authority with the New York State Department of Transportation in connection with the advancement or approval of the Project and providing for the administration of the Project and the municipality's first instance funding of project costs and permanent funding of the local share of federal-aid and state-aid eligible Project costs and all Project costs within appropriations therefore that are not so eligible, and it is further
RESOLVED, that a certified copy of this resolution be filed with the New York State Commissioner of Transportation by attaching it to any necessary Agreement in connection with the Project and it is further
RESOLVED, this Resolution shall take effect immediately
STATE OF NEW YORK } } ss.:
COUNTY OF ALBANY }
I, the undersigned,
DO HEREBY CERTIFY that I have compared the above copy of a resolution adopted , 20_ with the original record in this office and that the same is a correct transcript thereof and of the whole of said original record.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the official seal of said _________ _ This __ day of , 20_.
Clerk
Schedule A (12/13)
Press F1 to read instructions in blank fields Page 1 of 3 SCHEDULE A - Description of Project Phase, Funding and Deposit Requirements
NYSDOTI State-Local Agreement - Schedule A for PIN 1759 76 . OSC Municipal Contract #: Contract Start Date: 112014(mm/ddlyyyy) Contract End Date: 112024(mm/dd/yyyy)
0034760 D Check, if date changed from the last Schedule A
Purpose: ~ Original Standard Agreement D Supplemental Schedule A No.
Agreement ~ Locally Administered Municipality/Sponsor (Contract Payee): Albany County Airport Authority Type: Other Municipality/Sponsor (if applicable):
D State Administered List participating Municipality(ies) and the % of cost share for each and indicate by checkbox which Municipality this Schedule A applies.
D Municipality: % of Cost share D Municipality: % of Cost share D Municipality: % of Cost share
Authorized Project Phase(s) to which this Schedule applies: ~ PElDesign D ROW Incidentals D ROW Acquisition ~ Construction/CI/CS
Work Type: MISC I County (If different from Municipality): Albany County
Marchiselli Eligible 0 Yes ~ No (Check, if Project Description has hanged from last Schedule A): D Project Description: eNG Station Improvements at 845Watervliet Shaker Road, Albany County
Marchiselli Allocations Approved FOR All PHASES To compute Total Costs in the last row and column, right click in each field and select "Update Field. "
Check box to indicate Project Phase change from last State Fiscal Year(s) TOTAL
Schedule A PE/Design ROW (RI & RA) Construction/CIICS
D Cumulative total for all prior SFYs $ $ $ $ 0.00
D Current SFY 14/15 $ $ $ $ 0.00
Authorized Allocations to Date $0 $ 0.00 $ 0.00 $ 0.00
A. Summary of allocated MARCHISELLI Program Costs FOR ALL PHASES For each PIN Fiscal Share below, show current costs on the rows indicated as "Current. ". Show the old costs from the previous Schedule A on the row indicated as "Old." To compute Total Current Costs in the last row, right click in each field and select "Update Field."
LOCAL
"Current" Federal FEDERAL STATE LOCAL DEPOSIT PIN
"Old" entry Funding Total Costs Participating MARCHISELLI Matching AMOUNT Fiscal Share Share and (Required indicator Program Percentage Match Share
on Iy if State Administered)
Current $ $ $ $ $
Schedule A (12/13) Press F1 to read instructions in blank fields Page 2 of 3
NYSDOT/State-Local Agreement - Schedule A
B. Summary of Other (including Non-allocated MARCHISELLI) Participating Costs FOR ALL PHASES For each PIN Fiscal Share, show current costs on the rows indicated as "Current. ". Show the old costs from the previous Schedule A on the row indicated as "Old." To compute Total Current Costs in last row, right click in each field and select "Update Field."
Other 'Current'
PIN Fiscal or 'Old' Funding Source TOTAL Other FEDERAL Other STATE entry Shares indicator
1759.76.321 Current STP 80% $300,000.00 $240,000.00 $
I C. Total Local Deposit(s) Required for State Administered Projects:
D. Total Project Costs To compute Total Costs in the last column, right click in the field and select "Update Field."
Total FEDERAL Total STATE Total Other
Cost MARCHISELLI STATE Cost Cost
$240,000.00 $0.00 $
E. Point of Contact for Questions Regarding this Schedule A (Must be completed)
Total LOCAL Cost
$60,000.00
Name: Ann Sutkin Phone No: 518-485-0101
See Agreement (or Supplemental Agreement Cover) for required contract signatures.
Other LOCAL
$60,000.00
$
Total Costs (all sources)
$300,000.00
Schedule A (12/13)
Press F1 to read instructions in blank fields Page 3 of 3 NYSDOT/State-Local Agreement - Schedule A
Footnotes: (See LPB's website for link to sample footnotes)
• This Master agr. is for compressed natural gas fueling station at Albany Airport.
•
•
•
•
•
•
•
•
•
•
SCHEDULE B: Phases, Sub-phaselTasks, and Allocation of Responsibility
Instructions: Identify the responsibility for each applicable Sub-phase task by entering X in either the NYSDOT column to allocate the task to State labor forces or a State Contract, or in the Sponsor column indicating non-State labor forces or a locally administered contract.
A1. Preliminary Engineering ("PE") Phase
Phase/Sub-phase/Task Responsibility: NYSDOT Sponsor
1. Scoping: Prepare and distribute all required project reports, including an D [ZI Expanded Project Proposal (EPP) or Scoping Summary Memorandum (SSM), as appropriate.
2. Perform data collection and analysis for design, including traffic counts D and forecasts, accident data, Smart Growth checklist, land use and development analysis and forecasts.
3. Smart Growth Attestation (NYSDOT ONLY). D
4. Preliminary Design: Prepare and distribute Design Report/Design D Approval Document (DAD), including environmental analysis/assessments, and other reports required to demonstrate the completion of specific design sub-phases or tasks and/or to secure the approval/authorization to proceed.
5. Review and Circulate all project reports, plans, and other project data to D obtain the necessary review, approval, and/or other input and actions required of other NYSDOT units and external agencies.
6. Obtain aerial photography and photogrammetric mapping. D [ZI
7. Perform all surveys for mapping and design. D [ZI
8. Detailed Design: Perform all project design, including preparation of D [ZI plan sheets, cross-sections, profiles, detail sheets, specialty items, shop drawings, and other items required in accordance with the Highway Design Manual, including all Highway Design, including pavement evaluations, including taking and analyzing cores; design of Pavement mixes and applications procedures; preparation of bridge site data package, if necessary, and all Structural Design, including hydraulic analyses, if necessary, foundation design, and all design of highway appurtenances and systems [e.g., Signals, Intelligent Transportation System (ITS) facilities], and maintenance protection of traffic plans. Federal Railroad Administration (FRA) criteria will apply to rail work.
9. Perform landscape design (including erosion control). D [ZI
10. Design environmental mitigation, where appropriate, in connection with: D [ZI Noise readings, projections, air quality monitoring, emissions projections, hazardous waste, asbestos, determination of need of cultural resources survey.
Phase/Sub-phaselTask Responsibility: NYSDOT Sponsor
11. Prepare demolition contracts, utility relocation plans/contracts, and any D ~ other plans and/or contract documents required to advance, separate, any portions of the project which may be more appropriately progressed separately and independently.
12. Compile PS&E package, including all plans, proposals, specifications, D estimates, notes, special contract requirements, and any other contract documents necessary to advance the project to construction.
13. Conduct any required soils and other geological investigations. D ~
14. Obtain utility information, including identifying the locations and types of D ~ utilities within the project area, the ownership of these utilities, and prepare utility relocations plans and agreements, including completion of Form HC-140, titled Preliminary Utility Work Agreement.
15. Determine the need and apply for any required permits, including U.S. D Coast Guard, U.S. Army Corps of Engineers, Wetlands (including identification and delineation of wetlands), SPDES, NYSDOT Highway Work Permits, and any permits or other approvals required to comply with local laws, such as zoning ordinances, historic districts, tax assessment and special districts.
16. Prepare and execute any required agreements, including:
- Railroad force account
- Maintenance agreements for sidewalks, lighting, signals, betterments
- Betterment Agreements
- Utility Work Agreements for any necessary Utility Relocations of Privately owned Utilities
D
17. Provide overall supervision/oversight of design to assure conformity D with Federal and State design standards or conditions, including final approval of PS&E (Contract Bid Documents) by NYSDOT.
18. The American Recovery and Reinvestment Act (ARRA) projects require D additional extensive reporting. The Municipality/Sponsor must include in its construction contract the additional ARRA reporting requirements related to the weekly employment during Construction or as modified by the Federal Highway Administration (FHWA).
19. Pursuant to Title IX, Section 902 of the ARRA, the U.S. DOT D Comptroller General and his representatives are authorized to: 1) examine any records of the contractor, or any records of its subcontractors, that directly pertain to and involve transactions relating to the contract or subcontract, and 2) interview any officer or employee of the contractor or any of its subcontractors regarding such transactions.
A2. Right-of-Way (ROW) Incidentals
Phase/Sub-phaselTask Responsibility: NYSDOT Sponsor
Phase/Sub-phase/Task Responsibility: NYSDOT Sponsor
1. Prepare ARM or other mapping, showing preliminary taking lines. D D 2. ROW mapping and any necessary ROW relocation plans. D D 3. Obtain abstracts of title and certify those having an interest in ROW to D D
be acquired.
4. Secure Appraisals. D D 5. Perform Appraisal Review and establish an amount representing just D D
compensation.
6. Determination of exemption from public hearing that is otherwise D D required by the Eminent Domain Procedure Law, including de minimis determination, as may be applicable. If NYSDOT is responsible for acquiring the right-of-way, this determination may be performed by NYSDOT only if NYSDOT is responsible for the Preliminary Engineering Phase under Phase A1 of this Schedule B.
7. Conduct any public hearings and/or informational meetings as may be D D required by the Eminent Domain Procedures Law, including the provision of stenographic services, preparation and distribution of transcripts, and response to issues raised at such meetings.
8. The American Recovery and Reinvestment Act (ARRA) projects require D D additional extensive reporting. The Municipality/Sponsor must include in its construction contract the additional ARRA reporting requirements related to the weekly employment during Construction or as modified by the Federal Highway Administration (FHWA).
9. Pursuant to Title IX, Section 902 of the ARRA, the U.S. DOT D D Comptroller General and his representatives are authorized to: 1) examine any records of the contractor, or any records of its subcontractors, that directly pertain to and involve transactions relating to the contract or subcontract, and 2) interview any officer or employee of the contractor or any of its subcontractors regarding such transactions.
B. Right-of-Way (ROW) Acquisition
Phase/Sub-phaselTask Responsibility: NYSDOT Sponsor
1. Perform all Right-of-Way (ROW) Acquisition work, including D D negotiations with property owners, acquisition of properties and accompanying legal work, payments to and/or deposits on behalf of property owners; Prepare, publish, and pay for any required legal notices; and all other actions necessary to secure title to, possession of, and entry to required properties. If NYSDOT is to acquire property, including property described as an uneconomic remainder, on behalf of the Municipality/Sponsor, the Municipality/Sponsor agrees to accept and take title to any and all permanent property rights so acquired which form a part of the completed Project.
Phase/Sub-phaselTask Responsibility: NYSDOT Sponsor
2. Provide required relocation assistance, including payment of moving D D expenses, replacement supplements, mortgage interest differentials, closing costs, mortgage prepayment fees.
3. Conduct eminent domain proceedings, court and any other legal D D actions required to acquire properties.
4. Monitor all ROW Acquisition work and activities, including review and D D processing of payments of property owners.
5. Provide official certification that all right-of-way required for the D D construction has been acquired in compliance with applicable Federal, State or Local requirements and is available for use and/or making projections of when such property(ies) will be available if such properties are not in hand at the time of contract award.
6. Conduct any property management activities, including establishment D D and collecting rents, building maintenance and repairs, and any other activities necessary to sustain properties and/or tenants until the sites are vacated, demolished, or otherwise used for the construction project.
7. Subsequent to completion of the Project, conduct ongoing property D D management activities in a manner consistent with applicable Federal, State and Local requirements including, as applicable, the development of any ancillary uses, establishment and collection of rent, property maintenance and any other related activities.
8. The American Recovery and Reinvestment Act (ARRA) projects require D D additional extensive reporting. The Municipality/Sponsor must include in its construction contract the additional ARRA reporting requirements related to the weekly employment during Construction or as modified by the Federal Highway Administration (FHWA).
9. Pursuant to Title IX, Section 902 of the ARRA, the U.S. DOT D D Comptroller General and his representatives are authorized to: 1) examine any records of the contractor, or any records of its subcontractors, that directly pertain to and involve transactions relating to the contract or subcontract, and 2) interview any officer or employee of the contractor or any of its subcontractors regarding such transactions.
C. Construction, Construction Support (CIS) and Construction Inspection (C/I) Phase
Phase/Sub-phase/Task Responsibility: NYSDOT Sponsor
1. Advertise contract lettings and distribute contract documents to D [8J prospective bidders.
2. Conduct all contract lettings, including receipt, opening, and analysis of D [8J bids, evaluation/certification of bidders, notification of rejected bids/bidders, and awarding of the construction contract(s).
3. Receive and process bid deposits and verify any bidder's insurance and D bond coverage that may be required.
Phase/Sub-phase/Task Responsibility: NYSDOT Sponsor
4. Compile and submit Contract Award Documentation Package. D [gJ
5. Review/approve any proposed subcontractors, vendors, or suppliers. D [gJ
6. Conduct and control all construction activities in accordance with the D [gJ plans and proposal for the project. Maintain accurate, up-to-date project records and files, including all diaries and logs, to provide a detailed chronology of project construction activities. Procure or provide all materials, supplies and labor for the performance of the work on the project, and insure that the proper materials, equipment, human resources, methods and procedures are used.
7a. For non-NHS or non-State Highway System Projects: Test and accept D materials, including review and approval for any requests for substitutions.
7b. For NHS or State Highway System Projects: Inspection and approval of materials such as bituminous concrete, Portland cement concrete, D structural steel, concrete structural elements and/or their components to be used in a federal aid project will be performed by, and according to the requirements of NYSDOT. The Municipality/Sponsor shall make or require provision for such materials inspection in any contract or subcontract that includes materials that are subject to inspection and approval in accordance with the applicable NYSDOT design and construction standards associated with the federal aid project.
7c. For projects that fall under both 7a and 7b above, check boxes for each.
8. Design and/or re-design the project or any portion of the project that D may be required because of conditions encountered during construction.
9. Administer construction contract, including the review and approval of D all contactor requests for payment, orders-on-contract, force account work, extensions of time, exceptions to the plans and specifications, substitutions or equivalents, and special specifications.
10. The American Recovery and Reinvestment Act (ARRA) projects require D additional extensive reporting. The Municipality/Sponsor must include in its construction contract the additional ARRA reporting requirements related to the weekly employment during Construction or as modified by the Federal Highway Administration (FHWA).
11. Pursuant to Title IX, Section 902 of the ARRA, the U.S. DOT D Comptroller General and his representatives are authorized to: 1) examine any records of the contractor, or any records of its subcontractors, that directly pertain to and involve transactions relating to the contract or subcontract, and 2) interview any officer or employee of the contractor or any of its subcontractors regarding such transactions.
12. Review and approve all shop drawings, fabrication details, and other D details of structural work.
Phase/Sub-phaselTask Responsibility: NYSDOT Sponsor
13. Administer all construction contract claims, disputes or litigation. D ['gj
14. Perform final inspection of the complete work to determine and verify D ['gj final quantities, prices, and compliance with plans specifications, and such other construction engineering supervision and inspection work necessary to conform to Municipal, State and FHWA requirements, including the final acceptance of the project by NYSDOT.
15. Pursuant to Federal Regulation 49 CFR 18.42(e)(1) The awarding D agency and the Comptroller General of the United States, or any of their authorized representatives, shall have the right of access to any pertinent books, documents, papers, or other records of grantees and subgrantees which are pertinent to the grant, in order to make audits, examinations, excerpts, and transcripts.
Old Business
New Business
Executive Session
Attorney-Client Privilege Matters
top related