50
1 NIAGARA FRONTIER TRANSPORTATION AUTHORITY REQUEST FOR PROPOSAL FOR AIRPORT FRONT MOUNT SNOW BROOM NFTA RFP 4376 The following items are to be included with the proposal and made part of any agreement entered into pursuant to this RFP. SUBMIT 4 HARD COPIES OF PROPOSAL and 1 ELECTRONIC COPY (IN THE FORM OF A CD OR FLASH DRIVE). Cover Letter Description of products/services Firm, Management and Staff Qualifications References Itemized Cost Proposal Non-Collusive Proposal Certificate Disclosure of Prior Non-Responsibility Determinations Bidder’s/Proposer’s Affirmation and Certification Company and Contact Information Form Contractor Certification Form ST-220-TD (if over $100,000) Technical Specifications Copies of Certifications and Certificates References Requested Sample Tests and Reports Requested Calculations Warranty PROPONENTS MUST REGISTER AND DOWNLOAD THIS RFP FROM THE NFTA WEB SITE, WWW.NFTA.COM , IN ORDER TO BE NOTIFIED OF SUBSEQUENT AMENDMENTS. ONLY REGISTERED SUPPLIERS WILL RECEIVE NOTIFICATION OF NEW RFP’S AS THEY BECOME AVAILABLE. THE RFP NUMBER MUST BE REFERENCED ON ALL SUBMITTALS AND CORRESPONDENCE.

NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

1

NIAGARA FRONTIER TRANSPORTATION AUTHORITY

REQUEST FOR PROPOSAL

FOR

AIRPORT FRONT MOUNT SNOW BROOM

NFTA RFP 4376 The following items are to be included with the proposal and made part of any agreement entered into pursuant to this RFP. SUBMIT 4 HARD COPIES OF PROPOSAL and 1 ELECTRONIC COPY (IN THE FORM OF A CD OR FLASH DRIVE). Cover Letter Description of products/services Firm, Management and Staff Qualifications References Itemized Cost Proposal Non-Collusive Proposal Certificate Disclosure of Prior Non-Responsibility Determinations Bidder’s/Proposer’s Affirmation and Certification Company and Contact Information Form Contractor Certification Form ST-220-TD (if over $100,000) Technical Specifications Copies of Certifications and Certificates References Requested Sample Tests and Reports Requested Calculations Warranty

PROPONENTS MUST REGISTER AND DOWNLOAD THIS RFP FROM THE NFTA WEB SITE, WWW.NFTA.COM, IN ORDER TO BE NOTIFIED OF SUBSEQUENT AMENDMENTS. ONLY REGISTERED SUPPLIERS WILL RECEIVE NOTIFICATION OF

NEW RFP’S AS THEY BECOME AVAILABLE.

THE RFP NUMBER MUST BE REFERENCED ON ALL SUBMITTALS AND CORRESPONDENCE.

Page 2: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

2

NIAGARA FRONTIER TRANSPORTATION AUTHORITY

REQUEST FOR PROPOSAL NO. 4376 Proposals will be received by the undersigned until 11:00 a.m., on MARCH 31, 2014:

AIRPORT FRONT MOUNT SNOW BROOM

in accordance with the attached proposal documents. The Authority reserves the right to reject any or all proposals, or to waive any informality in the proposal. Proposals shall be submitted in a sealed envelope showing Proponent’s name and addressed to:

NIAGARA FRONTIER TRANSPORTATION AUTHORITY Department of Procurement - Fifth Floor

Attention: Cindy Judd 181 Ellicott Street

Buffalo, New York 14203 716-855-7206 phone, 716-855-6676 fax

email [email protected] www.nfta.com

MARK ON LOWER LEFT HAND CORNER OF ENVELOPE: RFP: 4376 DUE DATE: MARCH 31, 2014 AT 11:00 AM LOCAL TIME FOR: AIRPORT FRONT MOUNT SNOW BROOM NAME OF PROPONENT: PROPOSALS MUST BE RECEIVED AT 181 ELLICOTT STREET, 5TH FLOOR, PROCUREMENT DEPARTMENT, BEFORE THE TIME DESIGNATED FOR OPENING IN ORDER TO BE CONSIDERED. All correspondence, communications and/or contact with the NFTA in regard to any aspect of this proposal shall be with the Procurement Official designated above or her designated representative. Prospective proponents, or their representatives, shall not make contact with or communicate with any representatives of the NFTA, including employees and consultants, other than the designated Procurement Official, in regard to any aspect of this proposal.

Andrea Herald Procurement Manager

Page 3: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

3

RFP 4376 TECHNICAL SPECIFICATIONS

1. PURPOSE

It is the intent of this specification to provide the minimum acceptable criteria for the procurement and delivery to Niagara Falls, NY for one (1) new and unused hi-speed AIRPORT FRONT MOUNT SNOW BROOM.

2. BRAND NAME OR EQUAL

A Brand Name is used to identify the characteristics and level of quality that will satisfy NFTA’s requirements. Proposed ‘or equal’ units must be of the same quality and comply with the manufacturer’s requirements and specifications; physical, functional and /or performance characteristics. The proponent shall state the proposed manufacturers name and part number and provide documentation sufficient, in the NFTA’s judgment, to permit a determination as to whether the unit bid constitutes an ‘or equal’.

3. GENERAL REQUIREMENTS

The vehicle shall be all wheel drive and must be designed and manufactured for the specific purpose of snow removal, with a minimum 50,000 pound GVW rating, approximate wheel base of 164". The configuration shall be front mounted attachments, forward mounted cab design with near center steering, auxiliary power unit between operator cab and rear mounted carrier engine. The vehicle shall comply with all applicable FMCSR (nhtsa.gov) and FMVSS (fmvss.com) quality/safety standards, and requirements of the FAA Advisory Circular 150/5220-20 (faa.gov). All parts and components of this unit shall be engineered and classified as HEAVY DUTY, and shall be of the size, material, and strength to sustain the maximum load limits and severe operating conditions encountered in snow removal, while resulting in minimum wear and failure. The proponent shall provide all components necessary and incidental to the furnishing of the unit. All items of design and equipment not listed in these specifications, but involved in carrying out their intent, are required to be furnished by the proponent the same as if these items were specifically mentioned and described in these specifications. The snow removal vehicle will be used up to 40 MPH during snow removal operations on ramps, taxiways and runways. The design of this unit shall ensure positive tire-to-ground traction effort while brooming. The unit shall have a net clean width of 13.1 feet after the broom.

Page 4: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

4

The total GVW of all axles combined shall be 50,000 pounds minimum. The total engine horsepower on board shall be 810 hp minimum.

3.1 CHASSIS SPECIFICATIONS

3.1.1. TYPE AND SIZE

This chassis shall be all wheel drive and must be designed and manufactured specifically for snow removal operations, with a minimum 50,000 lb GVW rating, approximate wheel base of 164 inches. The configuration shall be front mounted attachments, forward mounted cab design with near center steering and rear mounted carrier engine. It shall be designed for one man operation, and have a fully enclosed, thermally and acoustically insulated cab, mounted center frame. The operator shall be positioned near center cab for visibility in high speed snow removal operations The front broom to front axle dimension shall be kept as close as possible. This cab location and the axle to broom dimension are necessary in order to have the operator as far forward as good engineering practices will permit, allowing greater visibility and maneuverability while clearing contaminants from runways and taxiways. 3.1.2. CHASSIS

The chassis shall be designed to permit easy and safe mounting and dismounting of the unit for operators and service personnel. Grab bars shall be installed as required for safe mounting and dismounting by personnel following OSHA standards (osha.gov) of 3-point contact during all mount and dismount activities. This shall include a minimum 1-inch diameter vertical grab bar behind each door that includes round tactile material for improved grip. The inside of each door shall include a minimum 1-foot grab handle positioned under the window. They shall be made of minimum 1-inch diameter material, round only (no sharp edges or corners) for safety. All sheet metal, cowling, steps and fenders shall be free of sharp edges and protrusions, and include ample supports and bracing to prevent distortion and cracking. All steps or walkways shall be raised lug or expanded metal type construction. The carrier engine access cover shall be a fiberglass tilting type with an air over hydraulic assist system installed on the vehicle, controlled from the rear bumper area. The hoist shall operate on system air pressure by means of push to operate controls. The hood lift shall include a minimum of two (2) hydraulic cylinders to avoid deformation of engine cover, one on left and one on right, mounted under the hood to avoid snow build up on exposed mechanisms. Lowering shall be accomplished by means of an orifice release to provide a slow and safe lowering of the hood. Two guides shall be mounted below the leading edge of the hood one left and one right, to self align hood as it lowers. Rollers or other appendages on the hood shall lower to the outside of these guides.

Page 5: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

5

3.1.3. FRAME

The frame shall be of Grade 8 bolted construction, with heat treated, 120,000 psi yield strength, single channel carbon manganese steel rails, connected by an adequate number of cross members to resist frame distortion from the lateral stress expected in this application. Minimum bar size shall be 12.375" X 3.875" X .375, with minimum 2,818,000 inch pound RBM per rail. The frame shall be 34 inches minimum width. There shall be two (2) tow hooks mounted on the rear of the vehicle. FRAME LINERS, WRAPPERS, FISHPLATING, AND BOLT-ON EXTENSIONS ARE NOT ACCEPTABLE.

A straight, full width rear bumper is required to protect the rear of the vehicle. Bumper shall be approximately 12 inch height to offer ample protection at rear of the vehicle. For maneuverability, the unit shall have an angle of departure of no less than 20 degrees.

Mud flaps shall be provided behind both axles and in front of rear axle to avoid snow and debris on truck.

3.1.4. ENGINE

The engine shall be of the four stroke 2007 EPA (epa.gov) compliant diesel type, six (6) cylinders, minimum 10 liter nominal displacement, developing a minimum of 335 horsepower at 2100 RPM, Caterpillar (cat.com) or approved equal, and shall be equipped with latest diesel electronic control and engine management system. The engine shall be provided with full flow, replaceable oil filters, heated fuel water separator, high idle and cruise control, engine manufacturer’s standard fuel filtration system, and emergency (power derate) system with light and buzzer, in event of high water temperature and/or low oil pressure. Automatic measured shot ether starting aid with thermostatic control shall be provided. The starter shall be Delco (ACDelco.com) or approved equal. The engine shall have a front engine PTO flange for mounting a front mounted hydraulic pump to be driven directly off the crankshaft. A coolant heater shall be a 1500-watt block type with receptacle. The electrical connection for the required on-board coolant heaters (both the carrier and broom engine) shall be mounted at the left rear of the vehicle.

A dry type two stage air cleaner is required with provisions for modification of air intake, offering both outside of hood and under hood air intake as required by seasonal and local conditions to assure that engine manufacturer’s intake air temperature limitations can be met. The chassis engine air intake filter canister (s) shall be located under the chassis engine hood on stand away brackets.

A stainless steel exhaust guard shall cover the vertical muffler to protect crew from burns.

Page 6: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

6

3.1.5. COOLING SYSTEM

The cooling system shall consist of a HEAVY DUTY radiator, horizontal flow for maximum cooling with the top & bottom tanks, and side members bolted together to form a rigid frame. The tanks shall be steel and the core shall be constructed of copper and brass. Sturdy steel support rods (minimum ½ inch diameter) between radiator and frame, complete with rubber vibration isolating pucks at frame end are required. There shall be at least one support bracket on left and right of radiator, providing stability for the cooling package. ALUMINUM RADIATORS ARE NOT ACCEPTABLE.

A transmission cooler shall be located integral to the radiator. A thermostatically controlled, air operated disconnect type suction fan shall be provided. Air flow shall be parallel type with charge air cooling system mounted above liquid coolant system. Radiator shroud is required to properly direct air flow through cooling system. A fan ring is also required, made of flexible rubber material and mounted to brackets attached to the engine itself. Normal operational engine movement shall carry both the fan and the flexible fan ring with it. The engine cooling system shall be filled with permanent type antifreeze protecting the system to -40 degrees F. Silicone radiator and heater hoses shall be provided.

The Fan belt shall be serpentine type. The engine shall be equipped with an automatic belt tensioning device.

3.1.6. CHASSIS ENGINE COOLING SYSTEM CERTIFICATION

Certification and proof of chassis engine cooling tests are required in the proposal. Certification shall include a dated, signed letter from the engine manufacturer indicating approval of the installation as proposed. Certification shall prove suitable cooling capacity in ambient temperatures up to 110 degrees F when operated at maximum horsepower. Certification shall be for horsepower equal to or greater to the horsepower required within this specification.

3.1.7. FUEL SYSTEM

Twin fuel tanks shall have a minimum total capacity of 250 gallons. The tanks shall be constructed of heavy gauge steel and be properly fastened to the frame. A four inch diameter filler neck with chain connected cap and brass tank drain plugs shall be provided. Fuel tanks shall be interconnected, single side fuel fill, 30 GPM fill rate with shut-off valves at each end. A Racor (racor.com) or approved equal, heated fuel/water separator shall be installed in the supply line to the engine fuel injectors.

3.1.8. TRANSMISSION

The transmission shall be Allison Gen IV 4000 series (allisontransmission.com), or approved equal, four-speed automatic minimum, with a low gear ratio of 3.51:1, and shall be supplied with the appropriate torque converter for this

Page 7: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

7

application. Shifting shall be accomplished via a shift control within easy reach of the operator. A low transmission oil level sensor system shall be included in the electronic transmission. Touch pad control shall be located near driver, enabling operator to shift gears with left hand. A dedicated back up connection shall be provided between touch pad shifter and vehicle electronic system EXTERNAL TO THE J1939 DATA BUS CONNECTION (SAE.org) to allow operator to shift into gear during fault mode or if main J1939 data bus fails. This back up connection is essential for emergency egress from active runways.

3.1.9 TRANSFER CASE

The transfer case shall be a two-speed type with automatic locking/unlocking differential to control the torque between the front and rear axles. The hi-low range selection shall be electric over air actuated and operated from the cab and equipped with Smart Shift® (freightlinetrucks.com), or approved equal, to eliminate range shifting at excessive speeds. Switch shall be stage bump type, moving the shift from low to high or high to low. For vehicle and equipment protection, if the shift is not completed by the electric/air system within one minute, the system shall cease attempts at range shift and notify the operator of the failure by flashing light at the control switch. Operating range of the transfer case to be displayed on the main dash LCD screen. The transfer case shall have a torque transmission capacity exceeding the maximum torque developed by the engine and transmission, and shall be approved for the application and be manufactured by the chassis builder.

3.1.10 AXLES

The rear axle shall be of the drive/steer type full floating, torsion flow type with a single reduction spiral bevel gear design, minimum 23,000 pound GVW hub and brake rating, minimum 10" ground clearance, capable of withstanding the loads of the unit being bid. A driver controlled traction differential unit is required in the rear axle. The front axle shall be of the drive/steer type, and of the full floating, torsion flow type with a single reduction spiral bevel gear design, minimum 27,000 pound GVW hub and brake rating, minimum 10" ground clearance, capable of withstanding the loads of the unit being bid. A driver controlled traction differential unit is required in the front axle. For extended life, the steering-drive wheel ends shall be bolted to and removable from the center section of the axle housing. The drive joints shall be totally enclosed within a sealed ball and socket to protect the moving parts of the axle and steering joints from dirt and slush. The turnnion pins shall be supported by pre-loaded tapered roller bearings to insure long life and smooth steering at all cramp angles.

3.1.11 STEERING SYSTEM

Page 8: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

8

Front axle steering shall be Sheppard (rhsheppard.com) or approved equal, integral hydraulic power assist gear type. The steering gear shall be rated for heavy-duty service. For safety, there shall be a mechanical linkage maintained at all times between the steering wheel in the cab and the front axle to assure the ability to control the vehicle in the event of hydraulic or electrical system failure.

3.1.12. SPRINGS

The unit shall have alloy steel springs of the semi-elliptical type, with minimum 27,000 lb front and minimum 23,000 lb rear ratings. The front springs shall be so designed and engineered as to provide reserve carrying support. The spring hangers, pins and supports shall be heavy duty to give long life. The pins shall be of the grease type with substantial bronze bushings.

3.1.13. BRAKES

The service brakes shall be fully air actuated, drum and shoe type with a minimum 15.7 CFM air compressor and documented to conform to FMVSS 121 (nhtsa.dot.gov), S-cam type front and rear. The parking brakes shall be spring actuated, air released at the rear service brake air chambers with the air switch mounted within the cab and in easy reach of the operator. An electronic anti-lock brake system is required, 4S-4M (knorr-bremsecvs.com) or approved equal. The air system for this unit shall be equipped with frame mounted, heated Bendix AD-9 (bendixbrakes.com), or approved equal, air drier system. A quick disconnect coupler on the right side of the vehicle shall allow introduction of shop air into air system upstream of the air dryer for filling on board truck system with air. Remote cable drains shall be provided for each air tank. DISC BRAKES AND DRIVELINE BRAKES ARE NOT ACCEPTABLE.

3.1.14 WHEELS & TIRES

This unit shall be equipped with proper sized wheels and tires for the GVW rating of the unit being bid. Single wheels shall be furnished for the front and rear axles. The wheels shall be of the steel disc type with an 11-1/4" bolt circle. The tires shall be Michelin 395/85R20 XZL (Michelin.com) or approved equal. A spare tire shall be provided. If the vehicle is equipped with more than one configuration of wheel and tire combinations, a spare shall be provided for each configuration.

3.1.15 CAB

Page 9: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

9

This unit shall have a fully enclosed, thermally and acoustically insulated (83 db as measured 6" from the drivers ear at full engine RPM), aluminum and glass cab. Fiberglass components shall be used where shaping will assist in snow and air flow around the vehicle to avoid snow build up on the unit during operation. This shall include the roof and front cowling. A visor above the windshield outside the cab is required to shield from falling snow and to assist in shading the operator from sun glare. The operator shall be positioned slightly right of center. Minimum cab height shall be 132" as measured from the ground to the top of the cab.

3.1.16. ELECTRICAL & LIGHTING

Electrical system shall be multiplex technology for efficiency and maximization of control parameters. All lighting on this vehicle shall conform to FMVSS. All lighting shall be 12 volts, and shall include, but not be limited to, the following:

1. Two (2) fender mounted headlights w/ integral turn signals per FMVSS. 2. Tail, stop, clearance, back up alarm Preco 1040 (preco.com), or approved equal, with auto adjustment for noise level, and backup lights per FMVSS.

Whelen 800 (whelen.com) or approved equal, amber strobe beacon near or on cab roof and rear engine enclosure with switch for operator.

3. Cab dome light. 4. Variable intensity instrument lighting, push button control with ramp up

through approximately 16 steps. 5. Weatherproof wiring shall be SLX nomenclature type, insulated and

numbered, required circuit breakers for analog circuits shall be located in an easily accessible weatherproof electrical panel.

6. Two (2) headlights with high/low beam and integral turn signals mounted on a light bar near front outside corners of cab near leading edge. Light bar shall be vertical and made of round material to allow infinite positioning and aiming of auxiliary lighting as specified. Deutsch type (deutschecd.com) or approved equal, sealed connector required at each light bar to pass electrical connections through cab shell.

7. One (1) 12-volt, 160-amp minimum alternator with built-in regulator. 8. Two (2) HID lights on cab mount light bar with switch in cab. 9. Four (4) 12-volt maintenance free batteries with a total 3800 cold cranking amperes. Batteries to be installed in a separate frame mounted compartment with corrosion resistant interior. On board 110/12 volt trickle charger required, 1.5 amp minimum.

3.1.17. ON-BOARD DIAGNOSTICS AND ELECTRONIC CONTROL

SYSTEM

Functional control of vehicle shall be centered on an electronic control system utilizing J1939 data bus. Reliability and precision operation of the unit requires heavy reliance on solid state circuitry and components and minimized reliance on traditional multi-pin “physical switch” type relays. Electronic control systems

Page 10: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

10

shall include on board diagnostic assistance and other features to simplify the operation, troubleshooting, and repair of the chassis. Proprietary engine and Allison transmission data and troubleshooting readout not required.

3.1.17.1. ECU’s, VIMS, Power Modules and Direct Current Controllers

Electronic control modules shall be of the highest reliability and durability for use in mobile equipment. System shall comply with the following:

1. High amp manual resettable circuit breaker protection is required upstream from the electronic control modules.

2. Y’s from the data bus to the modules shall be physically labeled in the vehicle for ease of maintenance and troubleshooting.

3. Control boxes shall include a dual external LED tattletale, one LED displaying constant illumination indicating power supply, and one LED displaying a “heartbeat” indicating internal proper function.

4. A timer module shall serve to keep electronic modules live for 1 hour after last cycle of door switches indicating egress from vehicle. This unit shall maintain heartbeats and power indicators at modules and their function without the key switch on.

5. After 1 hour period without a change of status in door switches, unit shall automatically shut down completely.

6. Data bus terminal resistors shall be EXTERNAL to control modules for ease and economy of replacement. Terminal resistors within the control boxes shall NOT be used as part of the electronic system structure.

7. Certifications of testing and durability of electronic modules include: a. EMI-RFI (meeting mil-spec of 150 volts/meter b. Salt spray survival for 1,000 hours minimum (ASTM B117) c. Water immersion d. High temperature tested at 125% overload for 100 hours, minimum e. Vibration tested to 50 g’s

8. VIM shall be capable of 245 amp sustained output capacity to provide engineered margin of safety.

9. VIM shall be overload and reverse polarity protected with self diagnostic capabilities. 10. Field Effect Transistors (FETs) shall provide power output to electrical functions, acting as a solid state relay and circuit breaker in one. 11. FETs shall shut off automatically in the event of short to ground, cycling on and off to test itself for proper function to avoid damage while allowing search and repair of fault. 12. Individual FET ratings and over-current protection to be programmed to values of 1 to 15 amps depending on task assignment.

3.1.17.2. On Board Diagnostics Features and Performance

Page 11: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

11

Electronic control system shall include and enable diagnosis of chassis system and function by means of the LCD dash display. Engine and transmission diagnosis shall be accessible via accessible connect ports on vehicle, but need not be in the dash display. Engine and transmission diagnostics programs and equipment need not be provided with this vehicle. The system shall include the following at a minimum:

1. Message area on LCD to display error message to operator as any system function fails. Must be available during operation on operations screen. 2. Error message toggle if more than one failure is present. 3. Password registration with chassis OEM’s Service Department. 4. Memory retention of failures until cleared by maintenance personnel with password access. 5. Real time operational indicator of system function on diagnostics/maintenance screens.

3.1.18. QUALITY/SAFETY STANDARDS

Each proposal must include the vehicle (chassis) manufacturer's certification that the vehicle (chassis) meets or exceeds the following requirements based on documented test results. Documented test results shall be provided upon request. FMVSS 571-103 Windshield defrosting and defogging systems, in accordance with JI944, J198. FMVSS 571-121 Air brake systems. FMVSS 571-207 Seating systems. FMVSS 571-210 Seat belt assembly. 40 CFR CH.1 Pass by noise levels (in accordance with SAE J366). FMCSR 393.94 Vehicle interior noise levels. FMVSS 571-101 Controls and displays. FMVSS 571-108 Lamps, reflective devices and associated equipment. FMVSS 571-120 Tire selection and rims for motor vehicles other than passenger cars. FMVSS 571-206 Door locks and door retention components. FMVSS 271-209 Seat belt assemblies. FMCSR 393-65 Fuel systems and fuel tanks. FMCSR 205 Glazing for windows. FMCSR 302 Flammability of interior materials. 3.1.19. DYNAMOMETER

The unit is to be delivered with a chassis dynamometer test report verifying proper operation and power output of chassis engine and drive train. Dynamometer test shall require engine & chassis to be run for at least 20

Page 12: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

12

minutes and shall show run up to full power output with chassis mph to 45 mph minimum, and to at least 90% of maximum horsepower output. Test report must include truck serial number. A sample of chassis dynamometer testing is to be provided in the proposal. This sample shall verify that such testing is standard practice for the manufacturer. A special procedure to satisfy this requirement for this procurement only does not demonstrate the quality procedures and standards desired by the purchaser. 3.1.20. ALIGNMENT

The vehicle is to be delivered with a wheel alignment report verifying proper alignment and set up of all steering axles, both left and right side. Report shall show camber, caster and toe-in before and after adjustment against acceptable product limits. A sample of such alignment report is to be provided in the proposal. This sample shall verify that such testing is standard practice for the manufacturer. A special procedure to satisfy this requirement for this procurement only does not demonstrate the quality procedures and standards desired by the purchaser. 3.1.21. RUSTPROOFING AND CORROSION PROTECTION

The complete vehicle (moldings, fenders, doors, panel wells, underside of cab floor, etc.) shall be treated with Class 1 rustproof protection. 3.1.22. CHASSIS MANUFACTURER CERTIFICATION

The chassis manufacturer shall be ISO 9001 certified, or have a letter of ISO 9001 conformance. The chassis manufacturer may have an alternate quality control program to the ISO system but must show evidence of compliance.

3.2. BROOM SPECIFICATIONS

3.2.1 GENERAL

The broom head shall provide a swept path of 13 feet. It shall be 46 inches in diameter and be capable of producing 4820 Ft-Lbs of torque and 525 RPM, with an air blower system capable of producing 22,800 CFM at 450 MPH. The broom head and air blower shall be hydrostatic drive with infinitely variable speed hydraulic pumps and fixed displacement motors. The broom shall have the ability to remove snow, ice, slush, sand and other debris at rated speeds up to 40 MPH depending on conditions. To confirm this, the following must be supplied with the proposal.

1. The exact proposed broom and air blower drive power system components including engine, gearbox, and hydrostatic pumps and motors must have in field proven experience. No prototypes shall be allowed.

Page 13: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

13

2. Engineering hydraulic power calculations confirming the broom speed and available torque values must be supplied with the proposal. This includes sizes and specifications of all components from the engine to the broom shaft including specification sheets for the broom and air blower hydrostatic pumps and motors showing type, size, and manufacturer. Efficiency losses must also be accounted for. The calculations must be understandable, complete, logical, and in a mathematical order per the Society of Automotive Engineers (SAE.org) and the International Fluid Power Society (ifps.org) standard formulas and practices.

3.2.2 ENGINE ASSEMBLY

The engine used to power the broom head and air blower system shall be a six-cylinder Caterpillar C-13 (cat.com) or approved equal, turbocharged diesel engine rated a minimum 475 HP @ 2100 rpm, 12.5 liter displacement minimum. It shall be liquid-cooled, Tier III EPA emission certified (epa.gov), and equipped with electronic controls for fuel injection and engine management including an automatic shutdown system with manual override and an electrical connector for the engine diagnostic system.

The engine shall be provided with a full-flow replaceable oil filter and bypass filter, 12-volt starter, and an air intake with a three-stage air cleaner. 1. External turbine type pre-cleaner 2. Internal fixed vane centrifugal pre-cleaner 3. Primary dry element and safety element

The exhaust system with rain-cap shall be mounted on top of engine enclosure. The heavy-duty cooling radiator and heavy-duty charge air cooler shall also be mounted on top of the engine enclosure for space considerations. Antifreeze shall have protection to minus 35 degrees Fahrenheit with distilled water for anti-corrosion purposes and supplemental coolant additive for cavitation and corrosion protection. The cooling fan for the radiator and charged air cooler shall be hydraulically driven with automatic thermostat (high / low) control. The fuel supply shall be supplied by the chassis engine fuel supply. A Racor (racor.com) or approved equal, heated fuel water separator shall be dedicated to the auxiliary engine. Drain lines shall be provided for engine oil, radiator coolant and hydraulic oil. Application approval from engine manufacturer must be supplied with the proposal.

3.2.3 ENGINE ENCLOSURE

The fabricated sheet metal engine enclosure shall cover the entire auxiliary engine assembly as well as the air blower assembly. It shall be of weatherproof design and totally enclosed to eliminate snow ingestion. Airflow through the enclosure must be controlled. The engine enclosure shall be pressurized using the cooling fan for the radiator and charged air cooler. It shall have large removable doors on each side located for easy access to engine for servicing and repairs. The enclosure doors shall be equipped with

Page 14: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

14

flexible draw latches to hold them in place during operation, handles on the outside for easy removal by the operator, and an “L” shaped bracket on the inside, for easy temporary storage on the outboard handrail when removed for maintenance. The enclosure shall be provided with three lights, two on the right side and one on the left. 3.2.4 WALKWAYS

Walkway, constructed of open grating with reinforced cross members, shall extend the full length of the chassis on both sides, front to back allowing access to the entire engine compartment. Access steps to the walkways shall be provided on both sides near the middle of the chassis. A tubular handrail 40”(MIN MAX OR STANDARD) high shall extend the full length on both sides. Interruptions of walkways for the air blower chutes are unacceptable for safety and user-friendliness reasons. 3.2.5 BROOM HITCH

The broom hitch shall provide low friction, free flotation, shock absorbing, and weight transfer for the broom head. The low friction, free flotation is required so that it is independent of broom chassis for vibrations and bounce considerations and to accommodate surface irregularities. A parallel arm system with four horizontal pins shall be used. The two arms shall be box construction for torsional stiffness with 2-inch diameter pins on greaseable low friction bushings, DX pre-lubricated type (no metal on metal). To maximize vehicle traction effort, braking, steerability and overall handling of the broom chassis, the broom chassis shall carry approximately 65% of the broom weight by utilizing a weight transfer system. A pair of hydraulic cylinders shall support the parallel arms of the hitch. Pressure in the hydraulic cylinders provides the lift necessary to transfer approximately 65% of the broom weight to the chassis. A control valve the same weight transfer no adjusts the oil in and out of the cylinders to provide matter what the surface irregularities. The vertical stroke of the cylinders and thus the hitch shall be 12” minimum.

The pair of hydraulic cylinders shall also “free float and dampen” the parallel arms of the hitch to minimize broom bounce at high vehicle speeds. The broom hitch must have hydraulic cylinders to provide an active shock absorbing systems.

For visibility, vehicle dynamics, and broom bounce reasons, the maximum horizontal distance from the chassis front axle centerline to the broom centerline in the bulldoze position shall be 10’-10”.

Page 15: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

15

3.2.6 BROOM ANGLE

The broom head shall be capable of swinging 35 degrees maximum left or right, selectable from an operator’s joystick. Using a longer broom than specified to accommodate swept path for larger swing angles is unacceptable because of issues with storage and maneuverability. The swing shall be accomplished by means of dual swing arms with four (4) pivot points, that ensures the weight of the broom head remains approximately on the chassis centerline regardless of the position of the broom head. The broom pattern shall not vary more than 0.5 inches end to end for the whole width of the broom.

The bearing mechanism shall allow frictionless motion through the swing and shall be accomplished by utilizing four vertical parallel shafts at least 2.5 inches in diameter at each end of both swing arms. The swing arms themselves shall be made from formed steel plate and machined steel tubing with greaseable low friction bushings, DX pre-lubricated type (no metal on metal).

3.2.7 BROOM OSCILLATION

The broom oscillation shall provide true flotation left to right for the broom head so that it is independent of broom chassis to accommodate surface irregularities and thus minimize brush pattern variation during operation. It shall have at least 8 degrees (+4, -4) of free floating oscillation from left to right. The ability of the broom head to oscillate shall be provided by means of a spherical bearing assembly and low friction nylon pads.

3.2.8 BROOM ELEVATION AND BRUSH PATTERN ADJUSTMENT

The broom head lift shall be achieved utilizing two 4 inch diameter hydraulic lift cylinders, one on each end of the broom frame, controlled by the operator’s joystick. The lift cylinders shall be equipped with a counterbalance valve, which prevents the broom head from creeping down. The pivoting action shall have adequate stroke to achieve ground clearance during transport when not in use. A linkage attached to the broom lift cylinders shall also provide the brush pattern adjustment mechanism. The linkage shall activate a limit switch, which controls the cylinders’ valve limiting the down travel of the two lift cylinders. A thumbscrew shall adjust the linkage / limit switch relationship, thus allowing brush pattern adjustment. A toggle switch for remote broom lift control and pattern confirmation shall also be provided. A rubber latched, weatherproof control box housing the micro switch, linkage, thumbscrew and toggle switch shall be located behind the broom head allowing easy, repeatable pattern adjustment from a standing position. Returning to operator’s cab to confirm pattern adjustment is unacceptable. For safety reasons the operator cannot be positioned under or near the broom head to make the pattern adjustment. The

Page 16: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

16

brush pattern adjustment process shall be accomplished without the use of tools.

3.2.9 BROOM HEAD

The brush itself shall be 46 inches in diameter and 16 feet long comprised of two 8 foot sections. The broom head frame must sustain the loads imposed by the snow removal capacity of the unit. It shall be fabricated from 6.5 inch diameter steel tube in tube design with 0.44 inch walls and include provisions for grease between the mating surfaces. The hydrostatic broom drive shall be dual end drive. Power shall be supplied from two variable displacement hydrostatic pumps (Sauer-Danfoss 90 series type) (sauer-danfoss.com) or approved equal, mounted on the engine’s gearbox. The gearbox shall be a parallel shaft pump drive with precision gears, AGMA 10 rating and a dipstick for oil level measurement. Two high-speed hydrostatic motors (Sauer-Danfoss 90 series type) (sauer-danfoos.com) or approved equal, each connected to a planetary reduction gearbox shall be mounted within the inner diameter of the broom cores outer ends to minimize overall width. The motor gearbox connections shall utilize a static o-ring seal, wet spline type. No dynamic seal shall be used for reliability purposes. The motors shall not support the broom core loads and the planetary gear box shall be hydraulic oil bath lubricated (case flushing type). The entire broom head shall be vibration analyzed as a final inspection with report on vibration spectra (FFT plot). A sample of QA report with FFT plot shall be included in the proposal.

Speed of broom shall be infinitely variable from 0 to 525 RPM. The available torque at the broom shaft shall be 4820 ft-lbs at maximum hydraulic pressure of 5075 psi for maximum snow moving capabilities. Engineering hydraulic power calculations confirming these values must be provided with the proposal. Power shall be transmitted to the broom core from the gearboxes utilizing keyed tapered hubs to prevent any looseness in the connection for vibration concerns and high strength molded urethane drive cogs into replaceable hardened steel core drive sprockets of the core. Hardened steel pilot plates shall support the radial loads. A maximum 2 inch gap between broom core sections shall be obtained by using a center bearing assembly utilizing the same components as the drive ends. The center bearings shall be encased in a sealed housing and be provided with oil bath lubrication. Manual greasing of bearings is unacceptable. The left and right side core sections shall be connected to each other by a center shaft so the two sections rotate at the same speed, and that the power produced by each of the end drive assemblies is transmitted across the full length of the core assembly

Page 17: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

17

The broom end plates shall be steel fabricated using 0.38 inch thick welded steel plate construction with 14 inch diameter, 0.38 inch thick steel tube for mounting the broom drive gearboxes. The end plates shall be reinforced horizontally and vertically using, 2” x 6” structural rectangular tubing on the inside and 3” x 6.5” formed channel on the outside. The broom end plates shall be secured to broom frame with four 1 inch diameter grade 5 bolts.

The unbolted end plates shall slide outward to allow easy access for core and bristle replacement. The slide mechanism shall be 4.5 inch round telescoping tube in tube design. A second 2 inch square tube shall slide on a plastic slide providing additional support and allowing repeatable location of brush centerline alignment during broom core remove and replace operations. 3.2.10 BROOM CORES

The two core sections must be a split core design for easy handling and efficient (tight) wafer stacking and sustain the loads imposed by the snow removal capacity of the unit. They shall be tubular steel construction with four drive bats, equally spaced around a tube to center each brush wafer. The drive sprockets shall be replaceable hardened steel. Each core shall be individually dynamically balanced to acceptable values at rated RPM. The brush on the cores shall be full width and designed for runway operation and shall be field replaceable with maximum ease without the use of special tools. The wafers shall be all wire confirming to Mil Spec F-83002. The bristles shall be fastened in a radial wafer fashion to a steel ring. Wire bristles shall be fastened to the steel ring with wire. The bristles shall have a mean diameter of 0.018 inches, galvanized, with a carbon content of 0.81 to 0.86 percent and a 10 pounds total wafer weight minimum. All wafers shall be a within 50 oz-in static balance and marked at the heavy location.

3.2.11 BROOM CASTERS

There shall be two single tire caster assemblies. Since a weight transfer broom hitch shall be utilized, the chassis carries approximately 65% of the broom weight. The broom casters shall carry the remaining weight of the broom head. With the reduction in weight and tires, fewer tires shall be required and tire maintenance reduced. Each caster assembly shall be free to rotate 360 degrees. The radial pneumatic tires shall be 180/70R8 16 ply. Spring-loaded adjustable automotive type disk brake shall be supplied per caster to prevent caster shimmy at all sweeping speeds. The caster assembly shall be non suspension type allowing the brush to follow the ground contours as close as possible. The broom head caster support shall be mounted to the main broom frame by means of welded brackets constructed of 0.5 inch steel plate, minimum. The steel caster assembly shall be attached to the broom head

Page 18: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

18

caster support by means of four bolts for serviceability. The caster axle shall be supported by the caster mounting body constructed of 0.63 inch plate.

3.2.12 BROOM HOOD

The broom hood shall shield the top half of the brush completely and fabricated from heavy-duty 10-guage sheet steel securely bolted to the broom frame. It shall be non-clog design to prevent ice buildup during freezing slush removal operations at rated speeds. It shall provide the necessary quick access to the brush for replacement of bristles and for inspection. There shall be an adjustable and replaceable stripper bar across the front of the broom to prevent snow carryover. The stripper bar shall be near tangential to the broom outside diameter.

A smooth curved scoop hood shall be incorporated across the full length of the broom. The stripper bar shall be attached to this scoop hood. It shall be connected to but move independent of the stationary hood. A snow deflector shall be mounted on the front of the scoop. Two hydraulic cylinders spaced appropriately along the length of the deflector shall adjust the angle of the defector with respect to the scoop. The deflector angle shall be controlled and adjusted from the operator's cab. The result is a smooth, efficient, and controlled flow of the snow leaving the bristle. The stripper bar, the scoop hood, and the deflector structure shall have no abruption to a smooth flow at any broom / bristle diameter or at any deflector angle.

The adjustment to bristle diameter wear shall be performed using two mechanical acme thread jacks, one each end of the scoop and broom frame. The adjustment shall position the stripper bar to the bristle diameter.

This scoop design is required for efficient stripping of the snow off the bristles to prevent carryover, especially with the high performance snow moving capacity specifications of the proposal. No substitutes are allowed.

3.2.13 FORCED AIR BLOWER

The forced air blower shall be dual centrifugal impeller type with dual inlets and dual outlets. It shall be mounted between the chassis engine and the broom engine. It shall produce 22,800 CFM total at 450-mph velocity air out both sides at the same time. Both nozzles shall blow in same direction at any given time. Deflectors at the nozzle ends shall direct the flow to one side or the other. The nozzle deflector’s control shall be hydraulic and interlocked with the broom head angle to blow in the direction of broom casting thus controlled by the operator’s joystick. The nozzle deflectors change direction as the broom swings. A separate control shall allow the nozzle deflector’s direction opposite of the broom angle by choice. An additional control shall permit blowing without

Page 19: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

19

broom operation. The velocity and CFM at each nozzle shall be certified by an independent test facility and supplied with the proposal.

The air ducts shall rise within the width of the tires of the chassis for transport and storage. There shall be 12 inches of ground clearance, minimum when raised. For safety reasons and clean design, the ductwork shall be routed underneath the platforms on each side of the vehicle. The centrifugal impellers shall be independently driven via hydrostatic motors Sauer-Danfoss 40 series type (sauer-danfoss.com) or approved equal. The two motors, one for each impeller, shall be mounted directly to the impeller shaft utilizing an oil immersed spline drive coupling. Each impeller shall have two oil bath lubricated bearings such that the motors do not support the impeller weight. Power to the motors shall be supplied from a variable displacement hydrostatic pump Sauer-Danfoss 90 series type or approved equal, mounted on the engine’s gearbox allowing infinite control of blower speed from 0 to 100%.

Both impeller / shaft assemblies shall be dynamically balanced at the rated RPM. All controls for the air blower shall be remotely operated from within the cab. 3.2.14 HYDRAULIC SYSTEM

All hoses for all systems shall be properly sized and strength to work with the pressure and volume of oil required. All hydraulic positioning functions (broom head lift, broom head swing, deflector, and air nozzle lift) shall be equipped with a hydraulic position locking system. A counterbalance valve shall be used for the broom lift and a pilot operated check valve for the other functions. All hydraulic functions of the broom shall be electric over hydraulic valving. Connectors to the solenoids shall be interlocking type to provide a secure connection, that can withstand normal pressure washing procedures. Piloted operated check valves shall be installed for the broom swing left and right, deflector up and down, air ducts up and down, and air nozzles left and right. Fluid and components shall be design for temperature to –20 degrees F ambient cold start. The hydraulic fluid reservoir shall be 50-gallon minimum. Shut off valves for all filters below tank fluid level shall be installed to allow filter changes without loss of oil. Proper filtering shall be done on both the high pressure and low pressure circuits and shall conform to SAE J931. There shall be a 5-micron absolute rating on the hydrostatic pumps’ filters and placed in the charge pressure lines. One spare spin on canister shall be provided for each of these charge pressure filters. There shall be a clogged filter indicator light on the cab control panel indicating filter replacement. The hydraulic oil cooler shall be mounted on top of the engine enclosure for space considerations in the engine enclosure and shall be separate from the

Page 20: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

20

engine radiator to ensure adequate airflow. The dedicated fan for the hydraulic oil cooler shall be hydraulically driven with automatic thermostat (high/low) control for correct temperature under all conditions, winter and summer. It shall be controlled by a thermostatic switch to avoid excessively cold oil operation and designed such that thermostatic failure results in the cooling fan being engaged. A pressure relief shall allow cold hydraulic oil to bypass the cooler for shorter warm up times. A hydrostatic oil temp gauge and warning light for low hydrostatic oil level shall also be supplied.

3.2.15 CONTROLS AND INSTRUMENTATION

All controls shall be electric (not hydraulic) type. All instruments and controls shall be labeled in a manner to remain legible for the life of the unit and shall be illuminated. All wiring shall be either harness, cable, split loomed, or shrink-wrapped. All wiring shall be color-coded, wire numbered matching drawing schematics and terminal strip, and labeled every 3 inches to identify its use. The gauge wire and processes shall be in accordance with common wiring practices, SXL insulation type. The operator’s control in the chassis cab shall have a Monitor, Diagnostic and Control (MDC) station for the broom. It shall use a 7 inch minimum color liquid crystal display screen and use CAN (Controller Area Network) serial bus system technology. As stated the MDC station must incorporate diagnostics which displays what is wrong with a particular system. All systems for the broom and broom engine must be part of the diagnostics. All functions and displays must be in easy reach of the operator and integrated into the chassis instrumentation. The control in the chassis cab shall have all the necessary functions to operate the broom and air blower and shall have the following:

1. System on / off: 1.5 inch diameter e-stop type push button (twist for on, push for off). 2. Multifunction CAN controlled joystick for broom head lift/lower and left/ right swing. It shall also incorporate the snow shed hood lift / stow, deflector angle and the joystick control: broom only, air blower duct only, or both.

3. The broom swing, lift and blower nozzle shall be microprocessor controlled (no relays) and have automatic one touch for cycle complete control. This allows the operator to have hands free operation during cycle movement. Moving the joystick in the opposite direction can reverse the cycle. A switch shall allow the operator to use the automatic control or disengage the system. 4. MDC monitor display: Five mechanical sealed pushbuttons Broom engine main operating screen

Page 21: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

21

Engine, broom and air blower speed control and display Oil pressure with visual and audible warning alarms Coolant temperature with visual and audible warning alarms Hydraulic oil temperature with visual and audible warning alarms Engine tachometer Voltmeter and warning indicators Air filter restriction warning and alarm Alarms for engine diagnostics and visual warning indicators and displayed faults Mode selector: auto / manual Status display for:

o Broom / air duct coordination o Weight transfer system

Menu selection screen: specific MDC function screens are accessed through this screen

Video screen Enables a video system to be manually turned on and off

Lighting screen Daytime / nighttime display screen brightness selection

Joystick / touch pad screen: this screen mimics the features of the joystick and touch pad

Joystick lift up / down Joystick swing left / right Deflector up / down Mode auto / manual Broom on / off Blower on / off Snowshed hood up / down Vibrator on

Engine hydraulics screen: this screen is used for systems monitoring Engine, broom and air blower speed control and display Per cent engine power Engine hour meter Inlet air temperature Broom hydrostatic pressure

Settings screen Joystick control: broom only, blower duct only, or both Air blower nozzle direction: coordinate / opposite broom swing Weight transfer with audible alarm when in the off position Core life hours Maintenance hours Broom hydrostatic pressure

Automatic broom pattern control o Pattern increase / decrease

Page 22: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

22

o Broom height position Engine diagnostics screen

Display active faults Active fault codes

Output diagnostics: this screen is for display only and shows the controller output diagnostics.

Individual system output test function Output diagnostics last 100 fault history

Setup screen: this screen allows authorized personnel to change the vital settings without the use of a notebook computer and is password protected.

4) Separate back light touch pad for: Deflector up / down Mode auto / manual Broom on / off Air Blower on / off Snowshed

o Hood lift o Hood stow

Vibrator

Controls located in the broom engine enclosure shall include a single circuit breaker with master battery disconnect Additional Items Required:

Plug in (weatherproof) engine block heater, 1500 watt, 120 V Broom speed tachometer with broom hydrostatic pressure gage,

both in cab. A complete set of replacement caster wheels, tires, bearings and axle

assemblies. Snow Shed Hood. A hydraulic pivot tilt is required to remove snow that

has deposited on top during sweeping operations. A snow shed hood shall be in addition to the standard hood. The skeletal steel framework construction shall have a black polyethylene cover bolted in place. Positive prevention is required of any operator error damage to bristles or other components, tilt operation is required while the broom is rotating without stopping, tilt rotate forward shall be in excess of 100 degrees. Positive stowed position shall be against poly supports. The snow shed hood shall cover the entire length of the broom hood without interruptions for the most efficient snow removing capabilities. When in the automatic control mode, the hood shall lift and lower with one touch of the control switch.

Broom head vibrator: Attached to the broom head shall be a dump truck body vibrator to shake snow and ice accumulation off the broom head, 12

Page 23: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

23

volt “Cougar” type or equivalent, with 3000 pounds thrust impact force minimum. The vibrator shall be cab controlled with on / off rocker style switch.

Automatic broom pattern control: In addition to the manual system brush

pattern adjustment, there shall be automatic broom pattern control with adjustment from cab. There shall be a three-position momentary toggle switch in the cab. Toggle forward increases the pattern in predetermined increments. Toggle back and the pattern is decreased in predetermined increments. (These broom pattern adjustments shall be achieved in the cab while moving and without raising the broom head). The center position is the run position. There shall be an additional three-position pattern control switch at the broom head for control from outside. When the switch is in the run position, a time based system shall be used to readjust the broom pattern by counting the time in the broom down position. When the preset time is reached, the broom head will index down a preset amount. At that time the timer is reset and restarts counting. Time running in the up mode is not counted. Manually adjusting the pattern from the cab or broom head will reset the timer.

4. ITEMS REQUIRED UPON DELIVERY

4.1 One additional spare set of broom cores without bristles.

4.2 Technical Publications

The successful proponent shall furnish two (2) sets (one hardcopy and one electronic on CD) of the following publications in accordance with standard commercial practices applicable to the vehicle furnished under the contract. Each set shall be composed of one copy each: Operations manual Supplied equipment manual Parts manual - shall identify every part on the unit, including

schematics for electrical and hydraulic systems. (All parts not of original fabrication by the vehicle manufacturer shall be listed by original manufacturer’s name and part number).

Maintenance service manual (specifications and procedures shall ensure that routine maintenance service can be performed by non-specialist service personnel).

Detailed trouble shooting information Internet access to Parts manual

4.3 Training Video - One (1) copy of an operators training video, if available.

Page 24: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

24

4.4 Certificate of Origin - Certificate of origin shall accompany the vehicle when delivery is made. 4.5 Keys - Two (2) sets of keys shall accompany the vehicle.

5. PAINT

The complete vehicle shall be painted with one (1) coat of metal primer and two (2) coats of FAA approved Chrome Yellow acrylic urethane. The entire broom head shall be low gloss black to reduce glare for the operator and to aid in melting ice and snow

6. TRAINING

6.1. OPERATOR/MECHANICS TRAINING

The successful proponent shall provide eight (8) hours of operator training and eight (8) hours of mechanics service training after delivery on site at NFTA. The trainer shall be a qualified factory service representative qualified to train personnel to operate and maintain the vehicle.

6.2. MAINTENANCE TRAINING

Maintenance training shall be provided for two individuals at the manufacturer’s facility. The successful proponent shall provide a minimum of five days training to address the operation, diagnosis and repair of the major systems to include the air system, hydraulic system, and chassis electronic systems as they relate to vehicle maintenance activities. The proposal price shall include the cost for NFTA Employee's travel expense for airfare, tuition, books, meals, lodging and rental car.

6.3. ELECTRONICS MAINTENANCE TRAINING

Maintenance training shall be provided for two individuals at the manufacturer's facility. The successful proponent shall provide a minimum of four days training to address to enable service personnel to troubleshoot, diagnose and repair vehicle electronic systems. This course will enable the student to understand the theory of operation of the vehicle engine, transmission, braking, all-wheel steering, ABS, and electronic system as they relate to maintenance of the chassis electronic system. In addition, the students will learn the proper diagnosis, repair of the above systems to include Caterpillar, Cummins, Detroit, Allison, Wabco ABS, and Truck Electronics Systems. This course shall offer extensive schematic use and troubleshooting exercises. The proposal price shall include the cost for airfare, tuition, books, meals, lodging and rental car.

7. WARRANTY

Page 25: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

25

The successful proponent shall warrant the equipment for one (1) year after commencement of actual operation of the equipment for specified capacities and performance, and to be free from all defects in design, material and workmanship. All labor, transportation costs and defective parts shall be reimbursed and/or replaced at no cost to NFTA.

8. QUALIFICATIONS AND EXPERIENCE

The Niagara Falls International Airport (NFIA) Field Department uses the Airport Front Mount Snow Broom unit to maintain the airfield during large and small snow events. It will be a central and critical element in the fleet required to accomplish the airport’s snow removal plan. Experience building both the chassis and broom of the nature specified, a track record of recently manufacturing similar equipment, and record for servicing machines comparable to this specification is mandatory. The proponent shall have exhibited a consecutive history of financial stability. Proponents shall submit references, with location and contact information, from at least 3 airports that have taken delivery of similar chassis and broom equipment in the last two years. (The manufacture and delivery of prototype equipment will not be considered.) A most recently audited financial statement and/or annual report shall be included with the proposal. Quality Control ISO 9001 Certification for the chassis is preferred, but not required. If the chassis manufacturer is not ISO 9001 certified, please include a copy of the manufacturer’s quality control program or comparable certification.

9. COMPONENT SOURCING

The complete unit and all components be newly manufactured and unused. NFTA reserves the right to compare serial numbers of engines, transmissions, transfer cases and axles with the current production records of the component manufacturers. Any component found to be used, or not currently produced, will be rejected. The successful proponent will replace the component in question with an appropriate and acceptable new replacement at his own expense.

10. SERVICE SUPPORT

The successful proponent shall be actively engaged in the snow fighting equipment business and maintain an established service center and parts depot capable of satisfying the warranty service requirements and parts requirements of the vehicles specified. The proponent must have 24-hour service accessibility. The service center shall have a staff of factory trained service technicians well

Page 26: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

26

versed in all aspects of service for all the major components of the proposed equipment. The service center shall be certified by the equipment manufacturer and shall be able to provide all types of equipment repairs. Proponents shall provide complete details of their ability to service the equipment proposed. The service center shall be available for inspection by NFTA designated representatives prior to award.

11. PARTS

The successful proponent shall maintain spare parts support of any equipment that may be purchased as a result of this solicitation for a period of not less than five (5) years from the date of delivery.

All parts used must be standard, in-stock parts, that are continually in inventory and available for delivery within 48 hour period. Service personnel shall be available on a 24 hour basis.

12. DELIVERY

The vehicle shall be delivered to the Niagara Falls International Airport, located at:

2035 Niagara Falls Boulevard Niagara Falls, NY 14304

13. OPTIONAL EQUIPMENT

As an option, the successful proponent shall provide and install two (2) radio systems in the vehicle. One radio is needed to communicate with the air traffic control tower and the other to communicate with the other NFTA vehicles.

13.1 Radio Equipment Requirements

13.1.1. Radio 1: The vehicle is to be equipped with an ICOM IC A110 VHF Air Band Transceiver (www.icomamerica.com) or approved equal for contact to the Air Control Tower:

GENERAL Frequency range 118.000 - 136.975 MHz Channel spacing 8.33/25 kHz auto selection (according to version) or 25 kHz only Mode 6K00A3E (AM) No. of memory Ch. 20 Antenna connector SO-239 (50Ω) Power supply requirement 13.75 V DC or 27.5 V DC (negative ground) Automatic selection Current drain (at 13.75 V DC)

Page 27: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

27

Transmitting 5.0A max. Receiving 4.0A (at AF

max.) 0.5A (at stand-

by) Operating temperature range -30°C to +60°C;

-22°F to +140°F Frequency stability ±5 ppm (-30°C to +60°C)

Dimensions 150(W) × 50(H) × 180(D) mm (projections not incl.) 529/32(W) × 131/32(H) × 73/32(D) in

Weight (approx.) 1.5 kg; 3 lb 5 oz TRANSMITTER

Output power 36 W typ. pep (9 W typ. for CW) Modulation limiting 70 - 100% (IC-A110) Modulation compression Linear 85%

Max. 95% AF harmonic distortion Less than 10% (at max. mod.) Hum and Noise ratio More than 40 dB

Spurious emissions Less than -16

dBm Adjacent Ch. power* Less than 60 dB (25 kHz)

Less than 50 dB (8.33 kHz) Microphone connector 8-pin modulator (600Ω)

RECEIVER Receiving system Double conversion superheterodyne Intermediate freq. 1st 38.85 MHz

2nd 450 kHz Sensitivity (pd) Less than 1 µV (at 6 dB S/N) Squelch sensitivity Less than 0.3 µV (pd; at threshold) Selectivity More than ±8 kHz (at -6 dB)

25 kHz Ch. Spacing Less than ±17 kHz (at -40 dB) 8.33 kHz Ch. Spacing Less than ±25

kHz (at -60 dB) More than ±2.778 kHz (at -6 dB) Less than ±7.37 kHz (at -60 dB) Spurious response More than 74

dBµ

Page 28: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

28

Intermodulation rejection ratio* More than 64 dB BIocking/desensitization* More than 70 dB Cross modulation rejection* More than 70 dB Audio output power (at 13.75 V; 10% dist.; 60% mod.)

Internal speaker 1.5 W typical w/8Ω load External Speaker More than 10.0 W w/8Ω load Headset (side tone) More than 0.1 W w/500Ω load

AF output impedance EXT SP 8Ω Headset (side tone) 500Ω

13.1.2 Radio 2: The vehicle is to be equipped with a Harris M5300 Mobile 800 MHZ (www.harris.com) or approved equal to stay in contact with other NFIA vehicles:

Transmitter Frequency Range: 806-825,851-870 MHz Receiver Frequency Range : 851-870 MHz Feature Encryption Bytes: 01 B5 0B E7 49 83 C4 E2 E5 B2 B5 1D 3B 7F 5F 7A Software Revisions: BURNAPP : MBAPP R9.02 BOOTAPP: BOOTAPP12 MCU: 2.15.0 ECP: R12C02 PERSONALITY: M38UTA Feature Options: PL3D: Public Address Operation PL7E: Limited Feature Expansion PL3K: Conv Mode Dual Priority Scan PL1T: 128 EDACS SYS/GRP PL5U: 255 EDACS Systems PL1Z: EDACS Emergency Operation PL3C: Type 99 Encode and Decode PL3E: Conv Mode Emer Operation PL3P:

(300) Channel Conventional

PL3N: EDACS Group Scan Operation PL5R: 12.5 KHZ CH Spacing (4800 BAUD) PL7Z: 512 EDACS SYS/GRP

14. PRICING Shipping and delivery charges shall be included in the proposed price. The cost

Page 29: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

29

of training shall be itemized as a separate line item. The brand name and model number must be included. Use the following Itemized Cost Proposal to submit the costs. For optional equipment, shipping and delivery charges shall be included in the itemized proposal for each of the radios. The cost of the installation for the radios shall be itemized as a separate line item in the proposal. The brand name and model number shall be included with the cost proposal. The NFTA reserves the right to purchase the Snow Broom Unit without the radios.

Page 30: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

30

NFTA RFP NO. 4376 ITEMIZED PROPOSAL

AIRPORT FRONT MOUNT SNOW BROOM

NAME OF PROPONENT:_____________________________________________________ ITEM# QUANTITY DESCRIPTION BRAND /

MODEL NO. UNIT AMT

TOTAL AMT

1. 1 Airport Front Mount Dedicated Snow Broom

2. Training TOTAL AMOUNT $_______________ Optional Radio 1 ITEM# QUANTITY DESCRIPTION BRAND /

MODEL NO. UNIT AMT

TOTAL AMT

1. 1 ICOM IC A110 VHF Air Band Transceiver

2. 1 Installation TOTAL AMOUNT $_______________ Optional Radio 2 ITEM# QUANTITY DESCRIPTION BRAND /

MODEL NO. UNIT AMT

TOTAL AMT

1. 1 Harris M5300 Mobile 800 MHz

2. 1 Installation TOTAL AMOUNT $_______________ ____________________________________________________________LUMP SUM GRAND TOTAL AMOUNT BID WRITTEN IN WORDS Lead Time:___________________

Page 31: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

31

List any deviations/ minor points of variances below that the proponent would like NFTA to consider. ITEM DEVIATION / VARIANCES

1.

2.

3.

4.

5.

Page 32: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

32

RFP 4376

NIAGARA FRONTIER TRANSPORTATION AUTHORITY INSURANCE SPECIFICATIONS

The Contractor agrees to procure and maintain at its expense during the term of the Agreement insurance of the kinds and in the amounts hereafter required, with insurance companies authorized to do business in New York State, covering all operations under this Agreement whether performed by it or its sub-contractors. The policies shall provide for a 30-day notice to the Authority prior to termination, cancellation or change.

Prior to the execution of the Agreement, the Contractor shall supply the Authority by delivering to the Manager of Procurement, 181 Ellicott St., Buffalo, NY 14203, a certificate(s) of insurance providing evidence of insurance coverage for the Contractor for the following coverage:

Commercial General Liability Insurance including coverage for property damage, bodily injury, personal injury, advertising injury, product liability, completed operations and contractual liability with a single limit of at least $3,000,000 per occurrence. The certificate shall name the Authority as an additional insured.

The Authority and the Contractor agree to waive all rights against each other for damages to the extent covered by the insurance, except for such rights they may have to the proceeds of such insurance held by the Authority as trustee. The Contractor shall require similar reciprocal waivers by all sub-contractors and sub-sub-contractors. This policy shall recognize such waivers of recovery by an appropriate Waiver of Subrogation Clause Endorsement, excluding any subrogation rights granted under New York Law to the contrary notwithstanding. Above needed insurance coverage will be provided on a primary and non-contributory basis.

Copies of any required policies shall be provided to the Authority upon request.

Page 33: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

33

PROPOSAL EVALUATION An NFTA Selection Team will evaluate proposals. The team will select the proponent whose proposal is most advantageous to the NFTA, considering the evaluation criteria. Selection Procedure

1. The selection team will evaluate and score all proposals received. 2. Proposals not meeting minimum requirements and those that are not

responsive, will not be given further consideration. 3. Proposals in the competitive range will be determined. These proponents may

be asked to present their proposal to the selection team. 4. When presentations, discussions and negotiations are concluded, NFTA may

request revised proposals and /or best and final offers from responsible proponents in the competitive range.

5. Proposals will be re-evaluated and scored. The selection team will recommend that the proponent with the highest overall score be awarded the contract. The recommendation must be approved by the NFTA Board of Commissioners prior to the execution of a contract.

NOTE: NFTA reserves the right to make the award based upon the initial proposals submitted, without presentations or discussions. Evaluation Criteria (Listed in order of importance) Technical Criteria 50%

Compliance with technical specifications, quality control Design and operating system proposed

Cost 30% Qualifications and Experience 20%

Demonstrated ability in the industry, financial stability References Past Performance Warranty/delivery

Page 34: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

34

PROPOSAL INSTRUCTIONS

1. INTRODUCTION This Request for Proposal ("RFP") invites proposals for AIRPORT FRONT MOUNT SNOW BROOM as set forth herein. These services may be modified during contract negotiations between the Proponent and the NFTA. The Proponent is encouraged to use its previous knowledge and experience to develop a proposal to meet the NFTA’s needs and a time schedule for completion within the constraints set forth in the project description and technical requirements. This RFP does not commit the NFTA to negotiate a contract, nor does it obligate the NFTA to pay for any costs incurred in preparation and submission of proposals or costs incurred prior to entering into a formal agreement. Proposals will be accepted until 11:00 am, MARCH 31, 2014 at the Office of the Manager, Procurement, Fifth Floor, Metropolitan Transportation Center, 181 Ellicott Street, Buffalo, New York 14203. Proposals should be submitted in an opaque, sealed envelope. Proposals received after the date and time specified above shall be considered late proposals and, therefore, shall not be opened nor considered for award. The RFP number must be referenced on all submittals and correspondence. 2. PROPONENT QUALIFICATIONS To be considered qualified, the Proponent must demonstrate in its proposal that it has the background, experience, and the technical and management resources required to organize and conduct the services outlined in this RFP. The Proponent shall furnish information documenting its ability to provide and perform all work related to its implementation and ongoing effectiveness of the project, in a timetable acceptable by the NFTA. The NFTA reserves the right to investigate the qualifications of firms under consideration to confirm any part of the information furnished by the Proponent. Anything less than satisfactory performance on a prior NFTA contract may lead to the NFTA concluding that the Proponent is not qualified. 2.1 Joint Venture: Proposals submitted by a joint venture shall not be considered unless the contractual responsibilities of the parties to the joint venture are clearly and specifically identified. 2.2 Validity Period: The proposal shall be considered valid for the period of time it takes to negotiate a contract with the successful Proponent. This may involve a period of up to 90 days following submittal. If a proposal is not valid for this time period, notification of the valid time period must be made in the letter of transmittal.

Page 35: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

35

2.3 Disclosure of Proposal Data: Access to the NFTA’s records is governed by Article 6 of the Public Officers Law of the State of New York (“Freedom of Information Law”). Except as otherwise required by the Freedom of Information Law, the NFTA will exempt from disclosure records submitted in the proposal which are trade secrets or are maintained for the regulation of commercial enterprise which if disclosed would cause substantial injury to the competitive position of the subject enterprise. Any such records that an Offeror believes should be exempted from disclosure shall be specifically identified and marked as such. Blanket-type identification by designating whole pages or sections as records exempt from disclosure will not assure confidentiality. The specific records must be clearly identified and an explanation submitted as to why they should be exempt. Proposal Forms shall not be designated to be proprietary. The NFTA will disregard any proprietary markings on any Proposal Form. Upon a request for records from a third party regarding any records submitted with this proposal for which an exemption was sought the NFTA will notify in writing the party involved. The party involved must respond within 10 (ten) business days with a written statement of the necessity for the continuation of such exemption. 2.4 Agreement: The Proponent awarded the contract will be required to execute an Agreement in a form acceptable to the Authority. 3. RFP AMENDMENTS/QUESTIONS This RFP represents a written statement on the part of the NFTA explaining the requirements, terms, and conditions for submissions of proposals. The RFP covers this material as comprehensively and completely as it can at this time and thus contains all representations of the NFTA with respect to this matter. Any information or understandings, verbal or written, which are not contained within this RFP, or in later written addenda to this RFP, if issued, will be excluded from consideration in evaluating proposals. Any questions, objections or requests for revisions which Proponents may have should be submitted in writing to Cindy Judd via e-mail and received no later than MARCH 17, 2014. If questions submitted to the NFTA make issuance of addenda to this RFP necessary, such addenda will be distributed to all prospective Proponents. However, it is the responsibility of the Proponent to determine whether addenda have been issued and to acknowledge their receipt in its proposal. 4. PROPOSAL PROTEST PROCEDURES 4.1 Pre-Submittal Opening Protests: If a Proponent can demonstrate that the Contract Documents issued by the NFTA are unduly exclusionary and restrictive or that federal, state or local laws or regulations have been violated during the course of the procurement, then the Proponent may seek a review by the Executive Director or his appointed representative, at 181 Ellicott Street, Buffalo, New York 14203. Protests shall be clearly identified as Protests and submitted in writing as early as possible but no later

Page 36: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

36

than five (5) business days before the date specified for proposal submittal. Within four (4) business days after receipt of a pre-submittal protest, the Executive Director shall make one of the determinations listed in paragraph 4.4 4.2 Post-Submittal Protests: A protest to the acceptance or rejection of any or of all proposals for a contract, or to the award thereof, or to any such action proposed or intended by the NFTA, must be received in writing by the Executive Director no later than five (5) business days after the protesting party first learned, or reasonably ought to have learned, of the action or the proposed or intended action to which he/she protests. 4.3 Decision-Makers: In the event the protester alleges that the Executive Director or the representative appointed by the Executive Director to serve as Decision-Maker for the particular protest, engaged in improper conduct during the subject procurement, the General Counsel shall serve as the Decision-Maker. In the event it has been alleged that the General Counsel has engaged in improper conduct during the subject procurement, either the Executive Director or the Chief Financial Officer shall serve as the Decision-Maker. 4.4 Rulings on Protests: Within four (4) business days, the Executive Director shall render one of the following determinations:

(a) Protest is overruled. (b) Protest is substantiated. Executive Director shall issue instructions to remedy

issues relating to the protest. (c) Procurement activity is suspended until written notification by the Executive

Director. The determination shall be in writing and shall provide at a minimum a general response to each material issue raised in the protest. All documents submitted by the Protester and/or Authority Staff and reviewed by the Decision-Maker in the reaching of a determination shall form and be retained by the Authority as the formal record of the dispute resolution process. The issuance of the foregoing determination is the NFTA's final decision of the dispute. All interested parties shall be notified of any protests that are filed. The NFTA shall refrain from awarding a contract within five (5) business days of the date of a decision rendered by the Executive Director regarding a protest, unless the NFTA determines that:

(a) The items to be procured are urgently required. (b) Delivery or performance will be unduly delayed by failure to make a prompt

award. (c) Failure to make a prompt award will otherwise cause undue harm to the NFTA,

state government or the federal government. 4.5 Protester’s Appeal to Federal or State Agencies: In the event that the NFTA fails to have written protest procedures or fails to abide by the protest procedures set forth

Page 37: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

37

above, and federal or state funds are participating in the procurement, then the protester may seek a review by the appropriate funding agency. Protesters shall file such a protest in accordance with the requirements set forth below, not later than five (5) business days after a final decision is rendered under the NFTA's protest procedure. In instances where the protester alleges that the NFTA failed to make a final determination on the protest, protesters shall file a protest with the appropriate agency not later than five (5) business days after the protester knew or should have known of the NFTA's failure to render a final determination on the protest. 5. PROPOSAL The Proponent shall submit 4 hard copies of their proposal and 1 electronic copies. 5.1 Format: The proposal must be in compliance with the format described herein. The proposal shall be prepared on 8-1/2" x 11" paper bound on the long side. All pages are to be sequentially numbered. Unnecessarily elaborate proposals are not desired. Proposals should be concise, particularly with respect to past experience on other projects and the resumes of key personnel. Related experience is essential. Be specific on past and current assignments. Define the firm's involvement and responsibilities in each project. Electronic Copy: The electronic copies of the proposal must be included with the hard copies of the proposal. The electronic copies may be submitted in the form of a CD or flash drive. An emailed copy of the electronic version will not be accepted. The Proponent's technical proposal shall be prepared using the following format to facilitate evaluation. If a Proponent fails to provide the information requested in one or more sections, the proposal may be considered non-responsive. 5.2 Content: The proposal shall contain the following items:

Cover Letter Project Implementation Project Organization Key Personnel Related Projects Background Experience Cost Proposal Proposal forms completed as appropriate with supplemental data.

5.2.1 Cover Letter: The proposal shall be submitted with a cover letter summarizing key points in the proposal. Any introductory remarks may also be placed in the cover letter. Provide a contact name, address, phone number and email address. The cover letter should not exceed three pages in length. 5.2.2 Project Implementation: The Proponent shall describe its plans to provide the requested services. This section should include a narrative description of the proposed

Page 38: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

38

methodology to accomplish the required tasks, as well as any innovations used on similar projects which may be applicable to the project. 5.2.3 Project Organization: This section of the proposal should be used to provide information on the Proponent’s organization and staffing of the project. It should briefly describe the Proponent’s personnel and pertinent qualifications. 5.2.4 Key Personnel: A list of key personnel for this project must be submitted with the proposal. 5.2.5 Related Projects: A list of other contracts entered into by your firm that are similar to this project should be provided. Each should include the degree of involvement by your firm. 5.2.6 Background Experience: This section should contain a brief history of your firm, names of principals, concise description of the types of work accomplished, indication of current staff size and location and other relevant background information. This section should also contain information demonstrating that your firm has a good working relationship with its clients, including a list of references (include contact names, addresses, phone numbers) copies of letters of commendation and a discussion of how problems arising during the course of project are addressed. Indicate if your firm has ever defaulted on a contract; describe the circumstances and outcome. 5.2.7 Project Cost Proposal: Submit an itemized cost proposed. 5.2.8 Proposal Forms: All forms requiring Proponent responses must be completed and submitted with the proposal. 6. EXECUTORY CLAUSE The Contractor specifically agrees that this contract shall be deemed executory only to the extent of monies available and no liability shall be incurred by the NFTA beyond the monies available for this contract. 7. PERMITS AND COMPLIANCE WITH LAWS The NFTA, in the construction, installation and operation of transportation facilities, is not required to obtain licenses or permits from any municipal or political subdivision of the State of New York. The Contractor, therefore, will not be required to obtain licenses or permits from any county, city, town or village agency or department. The Contractor shall, however, secure and pay for all permits, fees and licenses necessary to comply with applicable federal or state laws. Except as provided above, the Contractor shall comply with all federal, state, county and municipal laws, codes and regulations in connection with the prosecution of the work.

Page 39: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

39

The Contractor shall protect, indemnify and hold harmless the NFTA and all of their officers, agents and employees against any and all claims and liabilities arising from or based on the violation of any such requirement or law whether by the Contractor, its employees, agents or subcontractors. 8. DISADVANTAGED BUSINESS ENTERPRISE POLICY STATEMENT In accordance with the requirements of 49 CFR, Part 26, dated March 4, 1999 entitled, “Participation by Disadvantaged Business Enterprises in Department of Transportation Programs,” the Niagara Frontier Transportation Authority (NFTA), is committed to the development and implementation of an effective Disadvantaged Business Enterprise (DBE) Program. The NFTA has received Federal financial assistance from the Department of Transportation, and as a condition of receiving this assistance, the NFTA has signed an assurance that it will comply with 49 CFR Part 26. It is the policy of the NFTA to ensure that DBEs, as defined in Part 26, have an equal opportunity to receive and participate in DOT-assisted contracts. It is also the policy of the NFTA: 1. To ensure nondiscrimination in the award and administration of DOT-assisted

contracts; 2. To create a level playing field on which DBEs can compete fairly for DOT assisted

contracts; 3. To ensure that the DBE Program is narrowly tailored in accordance with applicable

law; 4. To ensure that only firms that fully meet 49 CFR, Part 26 eligibility standards are

permitted to participate as DBEs; 5. To help remove barriers to the participation of DBEs in DOT-assisted contracts; and 6. To assist the development of firms that can compete successfully in the market

place outside the DBE program. The Director of Equal Opportunity/Diversity Development has been delegated as the DBE Liaison Officer. In that capacity, the Director of Equal Opportunity/Diversity Development is responsible for implementing all aspects of the DBE Program. Implementation of the DBE program is accorded the same priority as compliance with all other legal obligations incurred by the NFTA in its financial assistance agreements with the Department of Transportation. The NFTA has disseminated this policy statement to the Board of Commissioners and all the components of our organization. We have distributed this statement to DBE and non-DBE business communities that perform work for the NFTA on DOT-assisted contracts by inclusion in bid specifications, Requests for Qualifications and Requests for Proposals.

Page 40: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

40

9. NEW YORK STATE SUBCONTRACTORS AND SUPPLIERS It is the policy of New York State to maximize opportunities for the participation of New York State business enterprises, including minority and women-owned business enterprises as bidders, subcontractors and suppliers on its procurement contracts. Information on the availability of New York State subcontractors and suppliers is available from Empire State Development, Procurement Assistance Unit, Phone: (518) 292-5220, or email to [email protected]. A directory of certified minority and women-owned business enterprises is available from Empire State Development, Minority and Women's Business Development, 30 South Pearl St., Albany, NY 12245, Phone: (518) 292-5250, Fax: (518) 292-5803. Bidders located in foreign countries are hereby notified that New York State may seek to obtain and assign or otherwise transfer offset credits created by this procurement contract to third parties located in New York State. The successful contractor shall agree to cooperate with the State in efforts to get foreign countries to recognize offset credits created by the procurement contract. The Omnibus Procurement Act requires that by signing this bid proposal, contractors certify that whenever the total bid amount is greater than $1 million: 1. The successful contractor shall document efforts to encourage the participation of

New York State Business Enterprises as suppliers and subcontractors on this project, and has retained the documentation of these efforts to be provided upon request to the State.

2. Documented efforts by a successful contractor shall consist of and be limited to

showing that such contractor has:

a. Solicited bids, in a timely and adequate manner, from New York State business enterprises including certified minority and women-owned businesses, or

b. Contracted the Empire State Development to obtain listings of New York State business enterprises, or

c. Placed notices for subcontractors and suppliers in newspapers, journals and other trade publications distributed in New York State, or

d. Participated in bidder outreach conferences. e. If the Contractor determines that New York State business enterprises are not

available to participate on the contract as subcontractors or suppliers, the Contractor shall provide a statement indicating the method by which such determination was made.

f. If the Contractor does not intend to use subcontractors on the contract, the Contractor shall provide a statement verifying such intent.

3. The Contractor has complied with the Federal Equal Opportunity Act of 1972 (P.L.

92-261) as amended;

Page 41: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

41

4. The Contractor agrees to make reasonable efforts to provide notification to New

York State residents of employment opportunities on this project through listing any such positions with the Community Services Division of the New York State Department of Labor, or providing such notification in such manner as is consistent with existing collective bargaining contracts or agreements. The Contractor agrees to document these efforts and to provide said documentation to the State upon request.

10. SUSPENSION AND DEBARMENT This Article applies to contracts for amounts in excess of $25,000.00.

The Contractor certifies by execution of this Agreement that neither the Contractor nor its principals or affiliates are excluded or disqualified as defined at 49 CFR Part 29.

The Contractor also agrees to include these requirements in each subcontract exceeding $25,000.00.

11. NEW YORK STATE BUY AMERICA PROVISIONS All purchase contracts for supplies, material or equipment involving an estimated expenditure in excess of fifty thousand dollars shall require with respect to materials, supplies and equipment made of, fabricated from, or containing steel components, that such steel components be produced or made in whole or substantial part in the United States, its territories or possessions. The provisions of this paragraph shall not apply to motor vehicles and automobile equipment assembled in Canada in conformity with the United States - Canadian trade agreements known as the "Automotive Products Trade Act of 1965," or any amendments thereto. 12. IRANIAN ENERGY SECTOR DIVESTMENT By signing this Agreement, each person and each person signing on behalf of any other party certifies, and in the case of a joint bid or partnership each party thereto certifies as to its own organization, under penalty of perjury, that to the best of its knowledge and belief that each person is not on the list crated pursuant to paragraph (b) of subdivision 3 of section 165-a of the State Finance Law.

Page 42: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

42

NON-COLLUSIVE PROPOSAL CERTIFICATION By submission of this proposal, each Proponent and each person signing on behalf of any Proponent certifies, and in the case of a joint proposal each party thereto certifies as to his or her own organization, under penalty of perjury, that to the best of his or her knowledge and belief:

a) The prices in this proposal have been arrived at independently, without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other Proponent or with any competitor;

b) Unless otherwise required by law, the prices which have been quoted in this proposal have not been knowingly disclosed by the Proponent and will not knowingly be disclosed by the Proponent prior to opening, directly or indirectly, to any other Proponent or to any competitor, and

c) No attempt has been made or will be made by the Proponent to induce any other person, partnership or corporation to submit or not to submit a proposal for the purpose of restricting competition.

The undersigned submits the following proposal, which is in complete conformity with the intent of the proposal documents. The proponent agrees that should it be awarded a contract on the basis of this proposal through the issuance of a contract or purchase order from the Niagara Frontier Transportation Authority, it will provide the materials, supplies, equipment or services in strict compliance with the contract documents for the compensation stipulated herein. The proponent agrees that its proposal shall remain effective for a period of 90 days from the formal bid opening date. Proponents with the submission of this proposal certify that they are not on the Comptroller General’s List of Ineligible Contractors.

SUBMITTAL OF PROPOSAL

___________________________________ Proponent ____________________________________ Name ____________________________________ Signature ____________________________________ Title ____________________________________ Date

Page 43: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

43

New York State Finance Law Sections 139-j and 139-k (“Lobbying Law”) – Disclosure Statement General Information All procurements by the Niagara Frontier Transportation Authority or Niagara Frontier Transit Metro System, Inc. (collectively, “NFTA/Metro”) in excess of $15,000 annually, are subject to New York State’s State Finance Law Sections 139-j and 139-k, (“Lobbying Law”). Pursuant to the Lobbying Law, all “contacts” (defined as oral, written or electronic communications with NFTA/Metro intended to influence NFTA/Metro’s conduct or decision regarding a procurement) during a procurement must be made with one or more designated Point(s) of Contact only. Exceptions to this rule include written questions during the bid/proposal process, communications with regard to protests, contract negotiations and RFP conference participation. Nothing in the lobbying Law inhibits any rights to make an appeal, protest or complaint under existing administrative or judicial procedures. Violations of the policy regarding permissible contacts must be reported to the NFTA/Metro Ethics Officer and investigated accordingly. The first violation may result in a determination of non-responsibility and ineligibility for award to the violator and its subsidiaries, affiliates and related entities. The penalty for a second violation within four (4) years is ineligibility for bidding/proposing on a procurement and/or ineligibility from being awarded any contract for a period of four (4) years. The NFTA/Metro will notify the New York State Office of General Services (“OGS”) of any determinations of non-responsibility or debarments due to violations of the Lobbying Law. Violations found to be “knowing and willful” must be reported to the NFTA/Metro Executive Director and OGS. Moreover, the statutes require the NFTA/Metro to obtain certain affirmations and certifications from bidders and proposers. This Disclosure Statement contains the forms with which to comply, together with additional information and instructions. ____________________________________________________________________________ Instructions New York State Finance Law 139-k(2) obligates the NFTA/Metro to obtain specific information regarding prior non-responsibility determinations. In accordance with New York State Finance Law 139-k, an offerer must be asked to disclose whether there has been a finding of non-responsibility made within the previous four (4) years by any governmental entity due to: (a) a violation of New York State Finance Law 139-j or (b) the intentional provision of false or incomplete information to a governmental entity. As part of its responsibility determination, New York State Finance Law 139-k (3) mandates consideration of whether an offerer fails to timely disclose accurate or complete information regarding the above non-responsibility determination. In accordance with law, no procurement contract shall be awarded to any offerer that fails to timely disclose accurate or complete information under this section, unless the factual elements of the limited waiver provision can be satisfied on the written record.

Page 44: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

44

Disclosure of Prior Non-responsibility Determinations Name of Bidder/ Proposer: ____________________________________________________________ Address: ____________________________________________________________ ____________________________________________________________ Name/Title of Person Submitting Form: ____________________________________________________________ Has any governmental entity1 made a finding of non-responsibility regarding the

Bidder/Proposer in the previous four years? ___Yes ___No If yes: Was the basis for the finding of the Bidders/Proposer’s non-responsibility due to a violation of State Finance Law 139-j? ___Yes ___No Was the basis for the finding of Bidder’s Proposer’s non-responsibility due to the intentional provision of false or incomplete information to a governmental entity? ___Yes ___No If yes, please provide details regarding the finding or non-responsibility below: Governmental Entity: _______________________________________________ Year of Finding of Non-responsibility:__________________________________ Basis of Finding of Non-responsibility: _____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ (Add additional pages as necessary) Has any governmental entity terminated a procurement contract with the Bidder/Proposer due to the intentional provision of false or incomplete information? ___Yes ___No ________________________________________________________________

1 A “governmental entity” is (1) any department, board, bureau, commission, division, office, council, committee or officer of New York State, whether permanent or temporary; (2) each house of the New York State Legislature; (3) the unified court system (4) any public authority, public benefit corporation or commission created by or existing pursuant to the public authorities law; (5) any public authority or public benefit corporation, at least one of whose members is appointed by the governor or who serves as member by virtue of holding a civil office of the state; (6) a municipal agency, as that term is defined in paragraph (ii) of subdivision(s) of section one-c of the Legislative Law; or (7) a subsidiary or affiliate of such a public authority. (SFL 139-j, paragraph 1.a.)

Page 45: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

45

Bidder’s/Proposer’s Affirmation and Certification By signing below, the Bidder/Proposer: a) Affirms that the Bidder/Proposer understands and agrees to comply with the policy regarding permissible contacts in accordance with New York State Finance Law Sections 139-j and 139-k. b) Certifies that all information provided to the NFTA/Metro with respect to New York State Finance Law 139-j and 139-k is complete, true and accurate. By: __________________________________________Date:__________ (Signature of Person Certifying) Print Name and Title:_________________________________________Title:__________ Bidder/Proposer or Contractor/Consultant (Full Legal Name):__________ ____________________________________________________________ Address of Bidder/Proposer or Contractor/Consultant:________________ ____________________________________________________________ ___________________________________________________________ Business Telephone Number:____________________________________

NFTA/Metro’s Right To Terminate The NFTA/Metro reserves the right to terminate a Contract in the event it is

found that the certification filed by the Bidder/Proposer, in accordance with New York State Finance Law 139-k, was intentionally false or intentionally incomplete. Upon such finding, the NFTA/Metro may exercise its termination right by providing written notification to the Bidder/Proposer in accordance with the written notification terms of the Contract.

Page 46: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

46

COMPANY AND CONTACT INFORMATION FORM

Fill in Company and Point of Contact Information and include with the proposal.

Firm Name:

Federal ID No.:

Contact Person:

Mailing Address:

Authorized Signature:

Title:

Date:

Telephone/Fax No.:

Email address:

Page 47: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

Need help?

Telephone assistance

Sales Tax Information Center: (518) 485-2889

To order forms and publications: (518) 457-5431

Text Telephone (TTY) Hotline (for persons with hearing and speech disabilities using a TTY): (518) 485-5082

accessible to persons with disabilities. If you have questions about special accommodations for persons with disabilities, call the information center.

Persons with disabilities: In compliance with the Americans with Disabilities Act, we will ensure that our lobbies, offices, meeting rooms, and other facilities are

Visit our Web site at www.tax.ny.gov• get information and manage your taxes online• check for new online services and features

New York State Department of Taxation and Finance

Contractor Certification (Pursuant to Section 5-a of the Tax Law, as amended, effective April 26, 2006)

ST-220-TD(12/11)

Contractor name

Contractor’s principal place of business City State ZIP code

Contractor’s mailing address (if different than above)

Contractor’s federal employer identification number (EIN) Contractor’s sales tax ID number (if different from contractor’s EIN) Contractor’s telephone number

( )

Covered agency or state agency Contract number or description Estimated contract value over the full term of contract (but not including renewals) $ Covered agency address Covered agency telephone number

For information, consult Publication 223, Questions and Answers Concerning Tax Law Section 5-a (see Need help? below).

General information

Section 5-a of the Tax Law, as amended, effective April 26, 2006, requires certain contractors awarded certain state contracts valued at more than $100,000 to certify to the Tax Department that they are registered to collect New York State and local sales and compensating use taxes, if they made sales delivered by any means to locations within New York State of tangible personal property or taxable services having a cumulative value in excess of $300,000, measured over a specified period. In addition, contractors must certify to the Tax Department that each affiliate and subcontractor exceeding such sales threshold during a specified period is registered to collect New York State and local sales and compensating use taxes. Contractors must also file a Form ST-220-CA, certifying to the procuring state entity that they filed Form ST-220-TD with the Tax Department and that the information contained on Form ST-220-TD is correct and complete as of the date they file Form ST-220-CA.

All sections must be completed including all fields on the top of this page, all sections on page 2, Schedule A on page 3, if applicable, and Individual, Corporation, Partnership, or LLC Acknowledgement on page 4. If you do not complete these areas, the form will be returned to you for completion.

For more detailed information regarding this form and section 5-a of the Tax Law, see Publication 223, Questions and Answers Concerning Tax Law Section 5-a, (as amended, effective April 26, 2006). See Need help? for more information on how to obtain this publication.

Note: Form ST-220-TD must be signed by a person authorized to make the certification on behalf of the contractor, and the acknowledgement on page 4 of this form must be completed before a notary public.

Mail completed form to: NYS TAX DEPARTMENT DATA ENTRY SECTION W A HARRIMAN CAMPUS ALBANY NY 12227

Privacy notification

The Commissioner of Taxation and Finance may collect and maintain personal information pursuant to the New York State Tax Law, including but not limited to, sections 5-a, 171, 171-a, 287, 308, 429, 475, 505, 697, 1096, 1142, and 1415 of that Law; and may require disclosure of social security numbers pursuant to 42 USC 405(c)(2)(C)(i).

This information will be used to determine and administer tax liabilities and, when authorized by law, for certain tax offset and exchange of tax information programs as well as for any other lawful purpose.

Information concerning quarterly wages paid to employees is provided to certain state agencies for purposes of fraud prevention, support enforcement, evaluation of the effectiveness of certain employment and training programs and other purposes authorized by law.

Failure to provide the required information may subject you to civil or criminal penalties, or both, under the Tax Law.

This information is maintained by the Manager of Document Management, NYS Tax Department, W A Harriman Campus, Albany NY 12227; telephone (518) 457-5181.

Page 48: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

Page 2 of 4 ST-220-TD (12/11)

Section 2 — Affiliate registration status

G The contractor does not have any affiliates.

G To the best of the contractor’s knowledge, the contractor has one or more affiliates having made sales delivered by any means to locations within New York State of tangible personal property or taxable services having a cumulative value in excess of $300,000 during the four sales tax quarters which immediately precede the sales tax quarter in which this certification is made, and each affiliate exceeding the $300,000 cumulative sales threshold during such quarters is registered to collect New York State and local sales and compensating use taxes with the Commissioner of Taxation and Finance pursuant to sections 1134 and 1253 of the Tax Law. The contractor has listed each affiliate exceeding the $300,000 cumulative sales threshold during such quarters on Schedule A of this certification.

G To the best of the contractor’s knowledge, the contractor has one or more affiliates, and each affiliate has not made sales delivered by any means to locations within New York State of tangible personal property or taxable services having a cumulative value in excess of $300,000 during the four sales tax quarters which immediately precede the sales tax quarter in which this certification is made.

Section 3 — Subcontractor registration status

G The contractor does not have any subcontractors.

G To the best of the contractor’s knowledge, the contractor has one or more subcontractors having made sales delivered by any means to locations within New York State of tangible personal property or taxable services having a cumulative value in excess of $300,000 during the four sales tax quarters which immediately precede the sales tax quarter in which this certification is made, and each subcontractor exceeding the $300,000 cumulative sales threshold during such quarters is registered to collect New York State and local sales and compensating use taxes with the Commissioner of Taxation and Finance pursuant to sections 1134 and 1253 of the Tax Law. The contractor has listed each subcontractor exceeding the $300,000 cumulative sales threshold during such quarters on Schedule A of this certification.

G To the best of the contractor’s knowledge, the contractor has one or more subcontractors, and each subcontractor has not made sales delivered by any means to locations within New York State of tangible personal property or taxable services having a cumulative value in excess of $300,000 during the four sales tax quarters which immediately precede the sales tax quarter in which this certification is made.

Sworn to this day of , 20

(sign before a notary public) (title)

Section 1 — Contractor registration status

G The contractor has made sales delivered by any means to locations within New York State of tangible personal property or taxable services having a cumulative value in excess of $300,000 during the four sales tax quarters which immediately precede the sales tax quarter in which this certification is made. The contractor is registered to collect New York State and local sales and compensating use taxes with the Commissioner of Taxation and Finance pursuant to sections 1134 and 1253 of the Tax Law, and is listed on Schedule A of this certification.

G The contractor has not made sales delivered by any means to locations within New York State of tangible personal property or taxable services having a cumulative value in excess of $300,000 during the four sales tax quarters which immediately precede the sales tax quarter in which this certification is made.

I, , hereby affirm, under penalty of perjury, that I am (name) (title)

of the above-named contractor, and that I am authorized to make this certification on behalf of such contractor.

Complete Sections 1, 2, and 3 below. Make only one entry in each section.

Page 49: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

ST-220-TD (12/11) Page 3 of 4

ARelationship to

Contractor

BName

CAddress

DFederal ID Number

ESales Tax ID Number

FRegistration

in progress

Column A – Enter C in column A if the contractor; A if an affiliate of the contractor; or S if a subcontractor.

Column B – Name - If the entity is a corporation or limited liability company, enter the exact legal name as registered with the NY Department of State, if applicable. If the entity is a partnership or sole proprietor, enter the name of the partnership and each partner’s given name, or the given name(s) of the owner(s), as applicable. If the entity has a different DBA (doing business as) name, enter that name as well.

Column C – Address - Enter the street address of the entity’s principal place of business. Do not enter a PO box.

Column D – ID number - Enter the federal employer identification number (EIN) assigned to the entity. If the entity is an individual, enter the social security number of that person.

Column E – Sales tax ID number - Enter only if different from federal EIN in column D.

Column F – If applicable, enter an X if the entity has submitted Form DTF-17 to the Tax Department but has not received its certificate of authority as of the date of this certification.

Schedule A — Listing of each entity (contractor, affiliate, or subcontractor) exceeding $300,000 cumulative sales thresholdList the contractor, or affiliate, or subcontractor in Schedule A only if such entity exceeded the $300,000 cumulative sales threshold during the specified sales tax quarters. See directions below. For more information, see Publication 223.

Page 50: NIAGARA FRONTIER TRANSPORTATION AUTHORITYbids.nfta.com/docs/RFP 4376 AIRPORT FRONT MOUNT... · AIRPORT FRONT MOUNT SNOW BROOM. 2. BRAND NAME OR EQUAL A Brand Name is used to identify

Page 4 of 4 ST-220-TD (12/11)

Individual, Corporation, Partnership, or LLC Acknowledgment

STATE OF : SS.:COUNTY OF

On the day of in the year 20 , before me personally appeared ,

known to me to be the person who executed the foregoing instrument, who, being duly sworn by me did depose and say that

he resides at ,

Town of ,

County of ,

State of ; and further that:

[Mark an X in the appropriate box and complete the accompanying statement.]

G (If an individual): _he executed the foregoing instrument in his/her name and on his/her own behalf.

G (If a corporation): _he is the

of , the corporation described in said instrument; that, by authority of the Board of Directors of said corporation, _he is authorized to execute the foregoing instrument on behalf of the corporation for purposes set forth therein; and that, pursuant to that authority, _he executed the foregoing instrument in the name of and on behalf of said corporation as the act and deed of said corporation.

G (If a partnership): _he is a

of , the partnership described in said instrument; that, by the terms of said partnership, _he is authorized to execute the foregoing instrument on behalf of the partnership for purposes set forth therein; and that, pursuant to that authority, _he executed the foregoing instrument in the name of and on behalf of said partnership as the act and deed of said partnership.

G (If a limited liability company): _he is a duly authorized member of LLC, the limited liability company described in said instrument; that _he is authorized to execute the foregoing instrument

on behalf of the limited liability company for purposes set forth therein; and that, pursuant to that authority, _he executed the foregoing instrument in the name of and on behalf of said limited liability company as the act and deed of said limited liability company.

Notary Public

Registration No.