Loading...
HomeMy WebLinkAbout205-16 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 205-16 File Number: 2016-0526 BID NO. 16-62 AMERICAN FIRE TRAINING CENTERS, INC.: A RESOLUTION TO AWARD BID NO. 16-62 AND AUTHORIZE THE PURCHASE OF A MOBILE FIRE TRAINING SIMULATOR FROM AMERICAN FIRE TRAINING CENTERS, INC. OF LOCKPORT, ILLINOIS IN THE AMOUNT OF $609,000.00 PLUS APPLICABLE SALES TAXES FOR USE BY THE FIRE DEPARTMENT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid No. 16-62 and authorizes the purchase of a mobile fire training simulator from American Fire Training Centers, Inc. of Lockport, Illinois in the amount of $609,000.00 plus applicable sales taxes for use by the Fire Department. PASSED and APPROVED on 11/15/2016 Attest: Sondra E. Smith, City Ci "T1111s +, c1 ' \ FAYETTEvi!_!_; (- Page 1 Printed on 11/16/16 j City of Fayetteville, Arkansas 113 West Mountain Street Fayefteville, AR 72701 l . !.- (479) 575-8323 Text File File Number: 2016-0526 Agenda Date: 11/15/2016 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: C. 2 BID NO. 16-62 AMERICAN FIRE TRAINING CENTERS, INC.: A RESOLUTION TO AWARD BID NO. 16-62 AND AUTHORIZE THE PURCHASE OF A MOBILE FIRE TRAINING SIMULATOR FROM AMERICAN FIRE TRAINING CENTERS, INC. OF LOCKPORT, ILLINOIS IN THE AMOUNT OF $609,000.00 PLUS APPLICABLE SALES TAXES FOR USE BY THE FIRE DEPARTMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid No. 16-62 and authorizes the purchase of a mobile fire training simulator from American Fire Training Centers, Inc. of Lockport, Illinois in the amount of $609,000.00 plus applicable sales taxes for use by the Fire Department. City of Fayetteville, Arkansas Page 1 Printed on 11/16/2016 City of Fayetteville Staff Review Form 2016-0526 Legistar File ID 11/15/2016 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item / David Dayringer 10/28/2016 Fire Fire Department Submitted By Submitted Date Division / Department Action Recommendation: Approval of a resolution awarding Bid 16-62 for the purchase of a mobile fire training simulator unit from the vendor American Fire Training Systems in the amount of $609,000 plus associated sales tax for total of $668,377.50. Comments: The total amount of $668,377.50 will be paid for with 90% FEMA Grant Funds and 10% City Grant Match. The Federal funds that will be requested to pay the invoice will be $601,539 and the city match will be $66,838.50 for the total payment of $668,377.50. Budget Impact: 2230.900.8004-5801.00 Special Grants Account Number Fund 31603.1 Fire -FEMA Grant Training Simulator Project Number Project Title Budgeted Item? Yes Current Budget $ 701,897.00 Funds Obligated $ - Current Balance ! $ 701,897.00 Does item have a cost? Yes Item Cost $ 668,377.50 Budget Adjustment Attached? No Budget Adjustment Remaining Budget P $ 33,519.50 V20140710 Previous Ordinance or Resolution # Original Contract Number: Approval Date: Comments: The total amount of $668,377.50 will be paid for with 90% FEMA Grant Funds and 10% City Grant Match. The Federal funds that will be requested to pay the invoice will be $601,539 and the city match will be $66,838.50 for the total payment of $668,377.50. CITY OF FayT11le NSAS MEETING OF NOVEMBER 15, 2016 TO: Mayor Jordan and City Council FROM: David Dayringer, Fire Chief DATE: October 28, 2016 CITY COUNCIL AGENDA MEMO SUBJECT: Approval of a resolution awarding Bid 16-62 for the purchase of a mobile fire training simulator unit from the vendor American Fire Training Systems in the amount of $609,000 plus associated sales tax for total of $668,377.50. RECOMMENDATION: Approval of a resolution awarding Bid 16-62 for the purchase of a mobile fire training simulator unit from the vendor American Fire Training Systems in the amount of $609,000 plus associated sales tax for total of $668,377.50. BACKGROUND: The Department of Homeland Security (DHS) Federal Emergency Management Agency's (FEMA) Grant Programs Directorate implements and administers the Assistance to Firefighters (AFG) Grants. The purpose of the AFG Program is to enhance, through direct financial assistance, the health and safety of the public and firefighting personnel and to provide a continuum of support for emergency responders regarding fire, medical, and all -hazard events. This purchase of a Fire Mobile Training Simulator Unit utilizing 90% grant funds and the city's 10% match will provide firefighters live fire training as well as ventilation, forcible entry, standpipe, rappelling, confined space, and self-contained breathing apparatus (SCBA) skills. DISCUSSION: The approval of this resolution will allow for the purchase and installation of a fire mobile training simulator system. This mobile training unit will be utilized by the Fayetteville Fire Department and other surrounding County departments thereby improving firefighter health, safety, and ground tactics on technical rescue situations at fire scenes and positively impacting the skill level at emergency responses for a multi -county population. American Fire Training Systems bid was selected due to matching the specifications outlined by the City. The other vendor's lower bid was rejected due to not meeting the outlined specifications detailed in Bid #16-62. BUDGET/STAFF IMPACT: The funds for this purchase are budgeted and available in Project #31603.1, Fire-FEMA Grant Training Simulator. 90% of the total due will be paid utilizing FEMA grant funds with the 10% match paid from city funds. Attachments: Final Bid Tabulation Sheet and Purchasing Documents Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 CITY OF '�ttvt1e ARKANSAS Bid: 16-62 DATE: 10.27.2016 TIME: 3:00 PM CITY OF FAYETTEVILLE Bid 16-62, Mobile Fire Training Unit **Official Bid Tabulation** American Fire Training Systems Inc Fire Training Structures, LLC Item Description Each Extended Price Extended Price Mobile Fire Training Unit (Including but not 1 limited to all components, delivery, and assembly, 1 $609,000.00 $299,950.00 etc.) CERTIFIED: Submittal did not meet Specifications 'NOTICE: Bid award is contingent upon vendor meeting minimum specifications and formal authorization by City officials. A. Rennie, Purchasing Manager Date City of Fayetteville, Arkansas Purchasing Division — Room 306 OVI e 113 W. Mountain St. Fayetteville, AR 72701 ARKANSAS Phone: 479.575.8220 TDD (Telecommunication Device for the Deaf): 479.521.1316 INVITATION TO BID: Bid 16-62, Mobile Fire Training Unit DEADLINE: Tuesday, October 25, 2016 before 2:00:00 PM, Local Time DELIVERY LOCATION: Room 306 —113 W. Mountain, Fayetteville, AR 72701 PURCHASING AGENT: Les McGaugh, Imcgaugh@fayetteviHe-ar.gov DATE OF ISSUE AND ADVERTISEMENT: Tuesday, September 27, 2016 INVITATION TO BID Bid 16-62, Mobile Fire Training Unit No late bids will be accepted. Bids shall be submitted in sealed envelopes labeled with the name and address of the bidder. All bids shall be submitted in accordance with the attached City of Fayetteville specifications and bid documents attached hereto. Each bidder is required to fill in every blank and shall supply all information requested; failure to do so may be used as basis of rejection. The undersigned hereby offers to furnish & deliver the articles or services as specified, at the prices & terms stated herein, and in strict accordance with the specifications and general conditions of bidding, all of which are made a part of this offer. This offer is not subject to withdrawal unless upon mutual written agreement by the Proposer/Bidder and City Purchasing Manager. Name of Firm: / / 6 n.) /k//.t![i Contact Personal X e y , iZkTl- Title: ( 4 (:.,Phone: 63e-&57 3,5y Business Address: /520o /1/t I J '4yr City: L:Por State: Sign ature:i, Date City of Fayetteville, AR Bid 16-62, Mobile Fire Training Unit Page 1 of 18 Zip: D'7'9 —7/—/ City of Fayetteville Bid 16-62, Mobile Fire Training Unit Advertisement City of Fayetteville, Arkansas INVITATION TO BID Bid 16-62, Mobile Fire Training Unit The City is seeking bids from qualified vendors for the purchase, delivery, and assembly of a Class A training tower and Flashover Simulator with an approximate size of 5800 Square Feet for the entire structure. Questions should be addressed to Les McGaugh, Purchasing Agent at Imcgaugh@fayetteville-ar.gov or by calling (479) 575-8220. All sealed bids are due by Tuesday, October 25, 2016 before 2:00:00 PM, Local Time. All bids are due before the time stated. Late bids shall not be accepted. This is a federally funded project. Bidder and manufacturer shall be responsible for meeting and complying with all FEMA guidelines and shall be NFPA compliant. Bids will be opened and read aloud immediately following the stated deadline. Bid forms can be downloaded from the City's website at http:!/fayetteville-ar.gov/bids . All questions should be directed to Les McGaugh, (479)-575-8220, Imcgaugh@fayetteville-ar.gov. The City reserves the right to reject any and all bids_and to waive formalities deemed to be in the City's best interest. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. City of Fayetteville By: Les McGaugh, Purchasing Agent P: 479.575.8220 Imcgaugh@fayetteville-ar.gov TDD (Telecommunications Device for the Deaf): (479) 521-1316 Date of advertisement: 09/27/2016 City of Fayetteville, AR Bid 16-62, Mobile Fire Training Unit Page 2 of 18 City of Fayetteville Bid 16-62, Mobile Fire Training Unit Bid Form [item DESCRIPTION Estimated PRICE PER UNIT I TOTAL Quantity 00 Mobile Fire Training Unit (Including but not 1 limited to all components, delivery,and 1 x $ assembly, etc.) Bids shall be submitted on this bid form in its entirety AND accompanied by descriptive literature on the products being bid. The City intends on awarding this bid to a single vendor. In accordance with the Assistance to Firefighters Grant, the City will not make prepayments, progress payments, or any form of advance payment. THIS BID FORM CONTINUES ON THE NEXT PAGE. City of Fayetteville, AR Bid 16-62, Mobile Fire Training Unit Page 3 of 18 EXECUTION OF BID - Actual specification of any deficient item shall be noted on the bid sheet or separate attachment. If specifications of item bid differ from provided literature, deviation shall be documented and certified by the manufacturer as a regular production option. Upon signing this Bid, the bidder certifies that: 1. He/she has read and agrees to the requirements set forth in this proposal, including specifications, terms, standard conditions, and any pertinent information regarding the articles being bid on. 2. Unless otherwise noted and explained, the unit bid and listed meets or exceeds all of these requirements as specified by The City of Fayetteville. 3. The Bidder can and will comply with all specifications and requirements for delivery, documentation and support as specified herein. 4. I, as an officer of this organization, or per the attached letter of authorization, am duly authorized to certify the information provided herein is accurate and true. 5. Bidder shall comply with all State and Federal Equal Opportunity and Non -Discrimination requirements and conditions of employment in addition to all federal, state, and local laws. 6. Bidder shall disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any relationship with any City of Fayetteville employee. Response shall disclose if a known relationship exists between any principal or employee of your firm and any City of Fayetteville employee or elected City of Fayetteville official. If no relationship exists, this should also be stated in your response. Failure to disclose such a relationship may result in cancellation of a purchase and/or contract as a result of your response. V 1.) NO KNOWN RELATIONSHIP EXISTS 2.) RELATIONSHIP EXISTS (Please explain): 7. Bidder will perform the Work in compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration (OSHA) Part 1926 — Subpart P — Excavations. 8. As A bidder on this project, you are required to provide debarment/suspension certification indicating that you are in compliance with the below Federal Executive Order. Certification can be done by completing and signing this form. Federal Executive Order (E.O.) 12549 "Debarment and Suspension" requires that all bidders receiving individual awards, using federal funds, and all sub -recipients certify that the organization and its principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency from doing business with the Federal Government. b. Your signature below certifies that neither you nor your principal is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. City of Fayetteville, AR Bid 16-62, Mobile Fire Training Unit Page 4 of 18 Unsigned bids will be rejected. Items marked * are mandatory for consideration. *NAME OF FIRM: /? i'; L`2 r C; &/ /t E :.✓in/ S�/ S' i �fh S' „Lr r Purchase Order/Payments shall Iss eu d to this name *D/B/A or Corporation Name *BUSINESS ADDRESS: /52_2 D /✓e f t) *CITY: L.D C,k/eO,e T *STATE: .Z LOy'r7�/ *PHONE: ,&30' 87f�' sV ?3 FAX: 6 30 *E-MAIL: c'../�rw1'r /?-C ' r,r►r'. ti ' i S . ['_Cl *BY: (PRINTED NAME) / R1 r= j *AUTHORIZED SIGNATURE:- -- _ *TITLE: E &"R A An/ r *DUNS NUMBER: CAGE NUMBER: *TAX ID NUMBER: &— / 2 Z 2 9 iI Acknowledge Addendums: Addendum No, Dated: Z0 (Acknowledged by: Addendum No. 2 Dated:/6-/7-/6 Acknowledged by: +-- _A_. ', J ,� .,/'�J- �lI r>✓L '. // a. City of Fayetteville, AR Bid 16-62, Mobile Fire Training Unit Page 5 of 18 City of Fayetteville Bid 16-62, Mobile Fire Training unit General Terms & Conditions 1. SUBMISSION OF BID & BID EVALUATION: a_ Bids shall be reviewed following the stated deadline, as shown on the cover sheet of this document. b. Bidders shall submit bids based on documentation published by the Fayetteville Purchasing Division. c. Bids shall be enclosed in sealed envelopes or packages addressed to the City of Fayetteville, Purchasing Division, Room 306, 113 W. Mountain, Fayetteville, AR 72701. The name, address of the firm and Bid, RFP, or RFQ number shall be on the outside of the packaging as well as on any packages enclosed in shipping containers or boxes. d. The City will not be responsible for misdirected bids. Vendor should call the Purchasing Office at 479.575.8220 to ensure correct receipt of bidding documents prior to opening time and date listed on the bid form. e. Bidders must have experience in providing products and/or services of the same or similar nature. f. Bidder is advised that exceptions to any of the terms contained in this bid must be identified in its response to the bid. Failure to do so may lead the City to declare any such term non-negotiable. Proposer's desire to take exception to a non-negotiable term will not disqualify it from consideration for award. g. Local time is defined as the time in Fayetteville, Arkansas on the due date of the deadline. Bids shall be received before the time as shown by the atomic clock located in the Purchasing Division Office. h. Bids will be evaluated and awarded based on the best interest of the City of Fayetteville. The City reserves the right to award bids in their entirety, none, or by line item. 2. WRITTEN REQUESTS FOR INTERPRETATIONS OR CLARIFICATION: No oral interpretations will be made to any firms as to the meaning of specifications or any other contract documents. All questions pertaining to the terms and conditions or scope of work of this bid must be sent in writing via e-mail to the Purchasing Agent. Responses to questions may be handled as an addendum if the response would provide clarification to the requirements of the bid. All such addenda shall become part of the contract documents. The City will not be responsible for any other explanation or interpretation of the proposed bid made or given prior to the award of the contract. 3 DESCRIPTION OF SUPPLIES AND SERVICES: Any reference to a particular brand or manufacturer is done in an effort to establish an acceptable level of quality for this project. Brands or manufacturers that are included in bid that are of at least equal quality, size, design, and specification as to what has been specified, will be acceptable for consideration only if approved by the City of Fayetteville Purchasing Division. The City of Fayetteville reserves the right to accept or reject any requested equal. 4. RIGHTS OF CITY OF FAYETTEVILLE BID PROCESS: In addition to all other rights of the City of Fayetteville, under state law, the City specifically reserves the following: City of Fayetteville, AR Bid 16-62, Mobile Fire Training Unit Page 6 of 18 1=1—i a. The City of Fayetteville reserves the right to select the bid that it believes will serve the best interest of the City. b. The City of Fayetteville reserves the right to accept or reject any or all bids. c. The City of Fayetteville reserves the right to cancel the entire bid. d. The City of Fayetteville reserves the right to remedy or waive technical or immaterial errors in the invitation to bid or in bids submitted. e. The City of Fayetteville reserves the right to request any necessary clarifications, additional information, or data without changing the terms of the bid. 5. COSTS INCURRED BY BIDDERS: All expenses involved with the preparation and submission of bids to the City, or any work performed in connection therewith, shall be borne solely by the bidder(s). No payment will be made for any responses received, or for any other effort required of, or made by, the bidder(s) prior to contract commencement. 6. CONFLICT OF INTEREST: d. The bidder represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance or services required hereunder, as provided in City of Fayetteville Code Section 34.26 titled "Authority of City Employee to Contract with The City". All bidders shall promptly notify Les McGaugh, City Purchasing Agent, in writing, of all potential conflicts of interest for any prospective business association, interest, or other circumstance which may influence or appear to influence the bidder's judgment or quality of services being provided. Such written notification shall identify the prospective business association, interest or circumstance, the nature of which the bidder may undertake and request an opinion to the City as to whether the association, interest or circumstance would, in the opinion of the City, constitute a conflict of interest if entered into by the bidder. The City agrees to communicate with the bidder its opinion via e-mail or first-class mail within thirty days of receipt of notification. 7. WITHDRAWL OF PROPOSAL: A bid may be withdrawn prior to the time set for the bid submittal, based on a written request from an authorized representative of the firm; however, a bid shall not be withdrawn after the time set for the bid unless approved by the Purchasing Division. 8. LATE PROPOSAL OR MODIFICATIONS: Bid modifications received after the time set for the bid submittal shall not be considered. Modifications in writing received prior to the deadline will be accepted. The City will not be responsible for misdirected bids. Bidders should call the Purchasing Division at (479) 575-8220 to insure receipt of their submittal documents prior to opening time and date listed. 9. LOCAL, STATE, AND FEDERAL COMPLIANCE REQUIREMENTS: a. The laws of the State of Arkansas apply to any purchase made under this bid. Bidders shall comply with all local, state, and federal directives, orders and laws as applicable to this proposal and subsequent contract(s) including but not limited to Equal Employment Opportunity (EEO), Disadvantaged Business Enterprises (DBE), & OSHA as applicable to this contract. City of Fayetteville, AR Bid 16-62, Mobile Fire Training Unit Page 7 of 18 b. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. 10. PROVISION FOR OTHER AGENCIES: Unless otherwise stipulated by the bidder, the bidder agrees to make available to all Government agencies, departments, municipalities, and counties, the proposal prices submitted in accordance with said proposal terms and conditions therein, should any said governmental entity desire to buy under this proposal. Eligible Users shall mean all state of Arkansas agencies, the legislative and judicial branches, political subdivisions (counties, local district school boards, community colleges, municipalities, counties, or other public agencies or authorities), which may desire to purchase under the terms and conditions of the contract. 11. COLLUSION: The Proposer, by affixing his or her signature to this proposal, agrees to the following: "bidder certifies that his or her bid is made without previous understanding, agreement, or connection with any person, firm or corporation making a proposal for the same item(s) and/or services and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action." 12. RIGHT TO AUDIT, FOIA, ANDJURISDICITON: a. The City of Fayetteville reserves the privilege of auditing a vendors records as such records relate to purchases between the City and said vendor. Freedom of Information Act: City contracts and documents prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the (Bidder) will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19- 101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. c. Legal jurisdiction to resolve any disputes shall be in Washington County, Arkansas with Arkansas law applying to the case. 13. CITY INDEMNIFICATION: The successful bidder(s) agrees to indemnify the City and hold it harmless from and against all claims, liability, loss, damage or expense, including but not limited to counsel fees, arising from or by reason of any actual or claimed trademark, patent or copyright infringement or litigation based thereon, with respect to the goods or any part thereof covered by this order, and such obligation shall survive acceptance of the goods and payment thereof by the City. 14. VARIANCE FROM STANDARD TERMS & CONDITIONS: All standard terms and conditions stated in this request for bid apply to this contract except as specifically stated in the subsequent sections of this document, which take precedence, and should be fully understood by bidders prior to submitting a proposal on this requirement. City of Fayetteville, AR Bid 16-62, Mobile Fire Training Unit Page 8 of 18 15. ADA REQUIREMENT FOR PUBLIC NOTICES & TRANSLATION: Persons with disabilities requiring reasonable accommodation to participate in this proceeding/event, should call 479.521.1316 (telecommunications device for the deaf), not later than seven days prior to the deadline. Persons needing translation of this document shall contact the City of Fayetteville, Purchasing Division, immediately. 16. PROCUREMENT POLICY FOR RECYCLED MATERIALS: The City of Fayetteville wishes to encourage its bidders to use recycled products in fulfilling contractual obligations to the City and that such practices will serve as a model for other public entities and private sector companies. 17. PAYMENTS AND INVOICING: The bidder must specify in their bid the exact company name and address which must be the same as invoices submitted for payment as a result of award of this bid. Further, the successful bidder is responsible for immediately notifying the Purchasing Division of any company name change, which would cause invoicing to change from the name used at the time of the original bid. Payment will be made within thirty days of invoice received. The City of Fayetteville is very credit worthy and will not pay any interest, fees, or penalty for untimely payments. Payments can be processed through bidder's acceptance of Visa at no additional costs to the City for expedited payment processing. The City will not agree to any nonrefundable deposit or retainer that would remain property of the bidder even if the hourly work actually performed by the bidder would not justify such fee. 18. CANCELLATION: a. The City reserves the right to cancel this contract without cause by giving thirty (30) days prior notice to the Bidder in writing of the intention to cancel or with cause if at any time the Bidder fails to fulfill or abide by any of the terms or conditions specified. b. Failure of the bidder to comply with any of the provisions of the contract shall be considered a material breach of contract and shall be cause for immediate termination of the contract at the discretion of the City of Fayetteville. c. In addition to all other legal remedies available to the City of Fayetteville, the City reserves the right to cancel and obtain from another source, any items and/or services which have not been delivered within the period of time from the date of order as determined by the City of Fayetteville. d. In the event sufficient budgeted funds are not available for a new fiscal period, the City shall notify the vendor of such occurrence and contract shall terminate of the last day of the current fiscal period without penalty or expense to the City 19. ASSIGNMENT, SUBCONTRACTING, CORPORATE ACQUISITIONS AND/OR MERGERS: a. The Bidder shall perform this contract. No assignment of subcontracting shall be allowed without prior written consent of the City. If a bidder intends to subcontract a portion of this work, the bidder shall disclose such intent in the bid submitted as a result of this bid. b. In the event of a corporate acquisition and/or merger, the Bidder shall provide written notice to the City within thirty (30) calendar days of Bidder's notice of such action or upon the occurrence of said action, whichever occurs first. The right to terminate this contract, which shall not be unreasonably exercised by the City, shall include, but not be limited to, instances in which a corporate acquisition and/or merger City of Fayetteville, AR Bid 16-62, Mobile Fire Training Unit Page 9 of 18 represent a conflict of interest or are contrary to any local, state, or federal laws. Action by the City awarding a proposal to a firm that has disclosed its intent to assign or subcontract in its response to the bid, without exception shall constitute approval for purpose of this Agreement. 20. NON-EXCLUSIVE CONTRACT: Award of this bid shall impose no obligation on the City to utilize the vendor for all work of this type, which may develop during the contract period. This is not an exclusive contract. The City specifically reserves the right to concurrently contract with other companies for similar work if it deems such an action to be in the City's best interest. In the case of multiple -term contracts, this provision shall apply separately to each item. 21. LOBBYING: Lobbying of selection committee members, City of Fayetteville employees, or elected officials regarding request for proposals, request for qualifications, bids or contracts, during the pendency of bid protest, by the bidder/proposer/protestor or any member of the bidder's/proposer's/protestor's staff, and agent of the bidder/proposer/protestor, or any person employed by any legal entity affiliated with or representing an organization that is responding to the request for proposal, request for qualification, bid or contract, or has a pending bid protest is strictly prohibited either upon advertisement or on a date established by the City of Fayetteville and shall be prohibited until either an award is final or the protest is finally resolved by the City of Fayetteville; provided, however, nothing herein shall prohibit a prospective/bidder/proposer from contacting the Purchasing Division to address situations such as clarification and/or questions related to the procurement process. For purposes of this provision lobbying activities shall include but not be limited to, influencing or attempting to influence action or non -action in connection with any request for proposal, request for qualification, bid or contract through direct or indirect oral or written communication or an attempt to obtain goodwill of persons and/or entities specified in this provision. Such actions may cause any request for proposal, request for qualification, bid or contract to be rejected. 22. ADDITIONAL REQUIREMENTS: The City reserves the right to request additional services relating to this bid from the bidder. When approved by the City as an amendment to the contract and authorized in writing prior to work, the Bidder shall provide such additional requirements as may become necessary. 23. ADD OR DELETE LOCATIONS OR SERVICES: The City reserves the right to unilaterally add or delete locations and/or services, either collectively or individually, at the City's sole option, at any time after award has been made as may be deemed necessary or in the best interests of the City. In such case, the Bidder(s) will be required to provide services to this contract in accordance with the terms, conditions, and specifications. 24. INTEGRITY OF BID DOCUMENTS: Bidders shall use the original bid form(s) provided by the Purchasing Division and enter information only in the spaces where a response is requested. Bidders may use an attachment as an addendum to the bid form(s) if sufficient space is not available on the original form for the bidder to enter a complete response. Any modifications or alterations to the original documents by the bidder, whether intentional or otherwise, will constitute grounds for rejection of such response. Any such modifications or alterations a bidder wishes to propose shall be clearly stated in the bidder's response and presented in the form of an addendum to the original bid documents. 25. OTHER GENERAL CONDITIONS: City of Fayetteville, AR Bid 16-62, Mobile Fire Training Unit Page 10 of 18 a) Bidder is presumed to be familiar with all federal, state, and city laws, ordinances, and regulations which in any manner affect those engaged or employed in the Work, or the materials or equipment used, or that in any way affect the Work and shall in all respects comply with said laws, ordinances, and regulations. No claim of misunderstanding or ignorance on the part of Bidder or Proposer will in any way serve to modify the provisions of the contract. No representations shall be binding unless embodied in the contract. b) Prices shall include all labor, materials, overhead, profit, insurance, shipping, freight, etc., to cover the products and services presented. Sales tax is not to be included in the bid price. Applicable Arkansas sales tax laws will apply when necessary but will not be considered in award of this project. c) Each bidder should state the anticipated number of days from the date of receipt of an order for delivery of services to the City of Fayetteville. d) Bidders must provide the City with their bids signed by an employee having legal authority to submit bids on behalf of the bidder. The entire cost of preparing and providing responses shall be borne by the bidder. e) The City reserves the right to request any additional information it deems necessary from any or all bidders after the submission deadline. F) The request for bid is not to be construed as an offer, a contract, or a commitment of any kind; nor does it commit the city to pay for any costs incurred by bidder in preparation. It shall be clearly understood that any costs incurred by the Proposer in responding to this request for proposal is at the bidder's own risk and expense as a cost of doing business. The City of Fayetteville shall not be liable for reimbursement to the Proposer for any expense so incurred, regardless of whether or not the proposal is accepted. g) If products, components, or services other than those described in this bid document are proposed, the bidder must include complete descriptive literature for each. All requests for additional information must be received within five working days following the request. h) NOTE: Any uncertainties shall be brought to the attention to Les McGaugh immediately via telephone (479.575.8220) or e-mail (Imcgaugh@fayetteville-ar.gov ). It is the intent and goal of the City of Fayetteville Purchasing Division to provide documents providing a clear and accurate understanding of the scope of work to be completed and/or goods to be provided. We encourage all interested parties to ask questions to enable all bidders to be on equal bidding terms. i) Any inquiries or requests for explanation in regard to the City's requirements should be made promptly to Les McGaugh, City of Fayetteville, Purchasing Agent via e-mail (Imcgaugh@fayetteville-ar.gov) or telephone (479.575.8220). No oral interpretation or clarifications will be given as to the meaning of any part of this request for proposal. All questions, clarifications, and requests, together with answers, if any, will be provided to all firms via written addendum. Names of firms submitting any questions, clarifications, or requests will not be disclosed until after a contract is in place. j) Any information provided herein is intended to assist the bidder in the preparation of proposals necessary to properly respond to this bid. The bid is designed to provide qualified Proposers with sufficient basic information to submit proposals meeting minimum specifications and/or test requirements, but is not intended to limit a bid's content or to exclude any relevant or essential data. k) Bidders irrevocably consent that any legal action or proceeding against it under, arising out of or in any manner relating to this Contract shall be prevailed by Arkansas law. Proposer hereby expressly and irrevocably waives any City of Fayetteville, AR Bid 16-62, Mobile Fire Training Unit Page 11 of 18 claim or defense in any said action or proceeding based on any alleged lack of jurisdiction or improper venue or any similar basis. The successful bidder shall not assign the whole or any part of this Contract or any monies due or to become due hereunder without written consent of City of Fayetteville. In case the successful bidder assigns all or any part of any monies due or to become due under this Contract, the Instrument of assignment shall contain a clause substantially to the effect that is agreed that the right of the assignee in and to any monies due or to become due to the successful bidder shall be subject to prior liens of all persons, firms, and corporations for services rendered or materials supplied for the performance of the services called for in this contract. I) m) The successful bidder's attention is directed to the fact that all applicable Federal and State laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over the services shall apply to the contract throughout, and they will be deemed to be included in the contract as though written out in full herein. The successful bidder shall keep himself/herself fully informed of all laws, ordinances and regulations of the Federal, State, and municipal governments or authorities in any manner affecting those engaged or employed in providing these services or in any way affecting the conduct of the services and of all orders and decrees of bodies or tribunals having any jurisdiction or authority over same. If any discrepancy or inconsistency should be discovered in these Contract Documents or in the specifications herein referred to, in relation to any such law, ordinance, regulation, order or decree, s/he shall herewith report the same in writing to City of Fayetteville End of Section City of Fayetteville, AR Bid 16-62, Mobile Fire Training Unit Page 12 of 18 City of Fayetteville Bid 16-62, Mobile Fire Training Unit Technical Specifications: 1. GENERAL: 1.1 All unit(s) bid shall meet or exceed the minimum requirements or they will be deemed incomplete and will not be considered for bid award. 1.2 All specifications written are to minimums unless otherwise noted. 1.3 The City intends to order the estimated quantity presented in the bid form in a single order. 1.4 Pricing bid shall be inclusive of all items, shipping, warranty, delivery, and assembly. Bid pricing shall NOT include sales tax. Applicable taxes will apply upon invoicing but will not be considered for bid evaluation. 1.5 Mobile fire training unit shall be delivered to the City within 150 calendar days of City Council approval. This timeline shall also include approval by the city of vendor shop drawings. All orders shall be delivered to the address located in the City limits as further specified. 1.6 All bidders shall meet requirements listed in Appendix A: FEMA, U.S. Department of Homeland Security, Agreement Articles for Assistance to Firefighters Grant Program — Operations and Safety. 1.7 This bid and included specifications are not proprietary and have been specified in a manner to allow maximum competition for the needed equipment. SCOPE OF SERVICES 2.1 Bidder shall acquire materials and assemble offsite, to the extent possible, all the components of the structure so as to minimize time spent on site during installation 2.2 Bidder shall deliver and fully assemble a Mobile Fire Training Unit consisting of a Class A training tower and Flashover simulator with an approximate size of 5800 square feet for the entire structure. 2.3 City shall provide detailed location for the Mobile Fire Training Unit at time of award. Bidder shall provide detailed drawings for final approval by City 2.4 Bidder shall provide orientation, training on proper care, maintenance, warranty compliance, and use of structure within fourteen (14) calendar days of completion of assembly. This training shall be inclusive of a minimum 10 -hour Train the Trainers session for up to 12 persons. 3. STANDARDS COMPLIANCE: The structure specified herein shall be designed and assembled so as to comply with NFPA 1402 (current edition), Guide to Structure fire service training centers and applicable sections of NFPA 1001 (current edition), Standard for Professional Qualifications and NFPA 1500 City of Fayetteville, AR Bid 16-62, Mobile Fire Training Unit Page 13 of 18 (current edition), Standard for Fire Department Health and Safety. Furthermore, the Structure should be designed so as to allow for compliance with NFPA 1403 (current edition). 4. REQUIREMENTS: All bidders shall meet the following requirements and shall apply to all items bid. 4.1 All Materials shall be new and unused 4.2 All Windows and doors shall open to the outside 4.3 Structure shall allow for adequate drainage of water to the exterior 4.4 The flooring in all containers shall be constructed as to not pool water, ensuring proper drainage and drying of the units after training evolutions 4.5 All attachments hardware shall be either stainless steel, epoxied mild steel, or galvanized material 4.6 Structure shall be constructed in order to prevent water leaks 4.7 Structural corner posts shall be 8" x 8" and 0.375" minimum 4.8 Floor structural member shall be 5-3/4" channel x 0.125" with weather resistant coating. Burn room shall be 1/8" stainless diamond steel plate. All non -burn areas shall be 1/8"rhino lined (or equivalent) 4.9 Roof Structure shall be constructed of 14 gauge corrugated corten steel with galvanized 0.125" thick diamond plate steel deck surface in training areas. Fasteners shall be recessed and roof area shall provide live load capacity of 300 lbs/sq ft. 4.10 All staircase material shall be carrion resistant galvanized bar grating with a minimum 36" wide (inside) tread surface. Stair risers shall be a maximum of 7" high with a minimum tread depth of 11" All stairwell railings shall be OSHA compliant 4.11 Burn doors shall be constructed of 11 gauge stainless steel. They shall be a welded assembly with appropriate door lock mechanisms, door holdback, and a minimum of three (3) 3/8"steel hinges. Frames shall be constructed of 2" x 2" square tubing. Regular egress doors shall be constructed similarly but with mild epoxied steel. 4.12 Burn windows shall be constructed of 11 gauge stainless steel insulated to withstand elevated temps. Each window shall be hinged on one side with a minimum of two (2) 3/8" stainless steel hinges. Window size shall be 36" x 36". Frames to be constructed of 2" x 2" of corrosion resistant steel tubing. Regular windows shall be of similar construction with epoxied mild steel. 4.13 All open railings with a vertical distance in excess of 30" above grade shall have OSHA compliant railings. Each railing shall supply access in appropriate areas through approved openings. Railings shall be constructed of 1-1/2" x 1-1/2" x 11 gauge tubing. All exterior railings shall have a galvanized finish and safety toe kick around perimeter of any active roof area. 4.14 Structure shall be painted with a base color and one (1) "Access" color door and one (1) City of Fayetteville, AR Bid 16-62, Mobile Fire Training Unit Page 14 of 18 "Access" color window 4.15 Finish of exterior shall be painted with a 2 part high solid marine urethane -3 mil. 5. TOWER COMPONENTS: 5.1 Tower shall have the following components at minimum: A. Twelve (12) 40 foot high cube steel containers B. Five (5) 20' high cube steel containers C. One (1) new 10' upper chamber and one (1) new 20' lower chamberfor flash over D. Burn Room Dimensions (with moveable panels in each): a. 1st Floor: 20' x 24' b. 2 Floor: 16' x 20' c. 31d Floor: 8' x 20' E. Two (2) 20' x 8' Hi -Wall reconfigurable panel maze systems with reduced profile panel F. Wire entanglement prop G. Two-tier crawl maze with rafter simulator, drop floor prop, and adjustable reduced profile panel H. Drywall pike pole ceiling prop I. 8' x 12' open bay burn room with stove and range prop J. 2-3 pallet position high temp burn cart with deflection hood K. Mechanical vent hatch in each burn room L. Exterior FDC and gate valve on 1St 2nd, 3rd and 4th floor with PRD valve on 3rd and 4th floors M. One (1) sprinkler head connected off stand pipe system on first floor N. Three (3) Breach walls O. Denver Drill window P. One (1) vertical breach window and one (1) horizontal breach window Q. Five (5) story galvanized inner stairwell R. Five (5) exterior galvanized sets of stairs to each level; ground to 6th floor City of Fayetteville, AR Bid 16-62, Mobile Fire Training Unit Page 15 of 18 S. Wireless temperature monitoring system that records and alarms each burn room T. All rooftop active roof decks shall have OSHA approved railing and 4" toe kick U. All entry doors shall have hose flaps V. Twelve (12) regular windows W. Sixteen (16) regular egress doors X. Adjustable roof vent prop approximately 14' x 8' with 4' x 8' chop out Y. Two (2) 36" x 80" forced entry doors, Z. Three tier collapsible floor prop 8' x 8' x 20' AA. 30" x 30" floor and ceiling hatches from 1st floor to 5th Floor BB. Electrical outlet simulator/behind the wall fire prop CC. 40,000 CFM Smoke generator DD. Exhaust fans on 1st and 2'd floors EE. Two-tier crawl maze with reduced profile, rafter sim and drop floor plan FF. Non -Combustible furniture props shall consist of couch, loveseat, table and chair and fireplace GG. Two (2) 14' x 26' canopy overtop of sixth floor active roof deck HH.5000 pound OSHA approved rappel anchor on 6th floor roof deck II. Electrical throughout interior and all sides of exterior JJ. One (1) cantilever balcony and One (1) recessed balcony KK. Gas/liquid pipe leak simulator LL. Elevator door sim prop MM. Revolving door prop NN. 40' tall x 16' wide x 19' long dual shaft tower, One (1) with three (3) half landings at 2nd 3rd and 4th floors and One (1) with open shaft from roof to ground level shall also include 5000 pound OSHA Rappel anchor OO. Two (2) Bullex, or equal, digital fire attack panels PP. Basement bailout window with landing City of Fayetteville, AR Bid 16-62, Mobile Fire Training Unit Page 16 of 18 QQ. Vertical and horizontal confined space tubes consisting of 24", 30", 36", with 90 degree elbow and T's; Shall consist of minimum 40' of tube piping 6. SUBMITTALS: 6.1 Submittal Drawings: The mobile fire training unit Manufacturer shall design the prefabricated mobile fire training units and provide submittal drawings in accordance with the following minimum requirements. a. Schematic drawings and diagrams shall be submitted to the City for review after receipt of order. b. Submittal drawings shall be unique drawings for mobile fire training unit, prepared to illustrate the specific portion of work to be done. c. All relative design information such as member sizes, and general notes shall be clearly specified on the drawings. d. Drawings shall have cross referenced details and sheet numbers. e. All calculations and submittal drawings shall be sealed by a Professional Engineer licensed in the State of Arkansas and provided to the City. DELIVERY: Cost shall include delivery of the mobile fire training unit to the City of Fayetteville Fire Department's training grounds at Borick Drive, Fayetteville Arkansas, 72701. 7.1 Bidder shall provide the City with delivery notification and delivery date/time shall be coordinated and set. Once the delivery date and time is set it cannot be changed unless approved by the City AND bidder. If the mobile fire training unit is fabricated before the City is ready to receive it, then the vendor shall agree to store the fabricated mobile fire training unit at no cost to the City at their location until the City is ready for the mobile fire training unit to be shipped. Additional fuel charges shall be factored into the bid and cannot be changed due to possible shipping delays. a. Vendor shall provide an estimate of time to be spent assembling the unit. b. The method and sequence of erection shall be the responsibility of the vendor. c. The mobile fire training unit manufacturer shall provide written inspection and maintenance procedures to be followed by the City. 7.2 FOB Terms: Mobile fire training unit supplied under this specification shall remain the property of the Bidder until delivery to and accepted by the City of Fayetteville. Items shall be classified as FOB Destination, freight prepaid where the seller/bidder pays all freight charges, bears all freight charges, owns goods during transit and files any claims. 8. WARRANTY: 8.1 The manufacturer shall warranty entire structure to be free of design, material, and City of Fayetteville, AR Bid 16-62, Mobile Fire Training Unit Page 17 of 18 workmanship defects for a period of ten years from the date of acceptance. This warranty does not include decking, railing attachments, on any other items not part of the steel truss structure. The warranty shall not cover defects in the mobile fire training unit caused by abuse, misuse, overloading, accident, improper maintenance, alteration or any other cause not the result of defective materials or workmanship. This warranty shall be void unless City's records can be supplied which shall indicate compliance with the minimum guidelines specified in the inspection and maintenance procedures. Repair or replacements shall be the exclusive remedy for defects under this warranty. The mobile fire training unit manufacturer shall not be liable for any consequential or incidental damages for breach of any express or implied warranty on their structures. Bid pricing shall include expenses related to covered warranty items including but not limited to travel, labor, materials, shipping cost of materials, replacement parts etc. 9. OTHER PROVISIONS: 9.1 TENTATIVE TIM ELINE: a. Bid Deadline: October 25, 2016 b. City Council Meeting: November 15, 2016 c. City approval of vendor design: December 2, 2016 d. The City anticipates being prepared to accept delivery between the dates of March 15, 2017 and April 22, 2017. 9.2 The City of Fayetteville shall pay for the mobile fire training unit in full within thirty (30) calendar days of delivery, acceptance, proper installation and assembly of the mobile fire training unit. 9.3 Bidders shall have a minimum of three (3) years' experience supplying materials, products, and services requested in this bid. 9.4 Bidders are not required to provide drawings until an award has been issued. 9.5 Materials not specified but necessary for project completion shall conform to applicable ASTM, OSHA, or NFPA Standards City of Fayetteville, AR Bid 16-62, Mobile Fire Training Unit Page 18 of 18 v_ .' ar�1 Pac:kir r l7tll2 ll.: cr�rir es.frini > vr'r rr:rrFzi;^ln t/ti r r,rrrtfi;p;lit:. xtltrrrn/a Agree -,3c i A<t.cir>s U.S, Department of Homeland Security l 'as hinaton, J -C. 20472 AGREEMENT ARTICLES ASSISTANCE TO FIREFIGHTERS GRANT PROGRAM - Operations and Safety GRANTEE: City of Fayetteville Fire Department PROGRAM: Operations and Safety AGREEMENT NUMBER: EMW-2015-FO-04026 AMENDMENT NUMBER: TABLE OF CONTENTS Assurances, Administrative Requirements and Cost Article I Principles Article II Acknowledgement of Federal Funding from DHS Article Ill Activities Conducted Abroad Article IV Age Discrimination Act of 1975 Article V Americans with Disabilities Act of 1990 Best Practices for Collection and Use of Personally Article VI Identifiable Information (PII) Article VII Title VI of the Civil Rights Act of 1964 Article VIII Civil Right Act of 1968 Article IX Copyright Article X Debarment and Suspension Article XI Drug -Free Workplace Regulations Article XII Duplication of Benefits Article XIII Energy Policy and Conservation Act Article XIV Reporting Subawards and Executive Compensation Article XV False Claims Act and Program Fraud Civil Remedies Article XVI Federal Debt Status Article XVII Fly America Act of 1974 Article XVI II Hotel and Motel Safety Act of 1990 Limited English Proficiency (Civil Rights Act of 1964, Article XIX Title VI) i o12d 5/20/2010 9:0.1 .AM helps://cservices_feina gov/FcrnalireGranhilregLunl/sp/lire adinin a Article XX Lobbying Prohibitions Article XXI Non -supplanting Requirement Article XXII Patents and Intellectual Property Rights Article XXIII Procurement of Recovered Materials Article XXIV Contract Provisions for Non-federal Entity Contracts under Federal Awards Al ticle XXV SAFFCOM Article XXVI Terrorist Financing E.O. 13224 Article XXVII Title IX of the Education Amendments of 1972 (Equal Opportunity in Education Act) Article XXVII Trafficking Victims Protection Act of 2000 Article XXIX Rehabilitation Act of 1973 Article XXX USA Patriot Act of 2001 Article XXXI Use of DHS Seal, Logo and Flags Article XXXII Whistleblower Protection Act Article XXXII! DHS Specific Acknowledgements and Assurances Article XXXIV System of Award Management and Universal Identifier Requirements Article XXXV Animal Welfare Act of 1966 Article XXXVI Protection of Human Subjects Article XXXVI I Incorporation by Reference of Notice of Funding Opportunity Article XXXVIII Acceptance of Post Award Changes Article XXXIX Prior Approval for Modification of Approved Budget Article XL Disposition of Equipment Acquired Under the Federal Award Article XLI Environmental Planning and Historic Preservation Screen ng Assurances Adniinistrative Re uq irements and Cost Principles Recipients of DHS federal financial assistance must complete OMB Standard Form 424E Assurances — Non -Construction Programs. Certain assurance$ in this document may not be applicable to your program, and the awarding agency may require applicants to certify additional assurances. Please contact the program awarding office if you have any questions. The administrative requirements and cost principles that apply to DHS award recipients originate from: 2 C•F Pr20, Uniform Administrative Requirement, Cost Principles, and Audit Requirements for Federal Awards, as adopted by DHS at 2 C.F.R. Part 3002. Acknowledgement of Federal Funding from DHS All recipients must acknowledge their use of federal funding when issuing statements, press releases, requests for proposals, bid invitations, and other 1,ups://eer vices,lenn gov/FsavircGiantll3regrailt/.isp/1it.e_ndiniiu'a documents describing projects or programs funded in whole or in part with Federal funds. III Activities Conducted Abroad All recipients must ensure that project activities carried on outside the United States are coordinated as necessary with appropriate government authorities and that appropriate licenses, permits, or approvals are obtained. IV Age Discrimination Act of 1975 All recipients must comply with the requirements of the Age Discrimination Act of 1975 (42 U.S.C. § 6101 of sea.), which prohibits discrimination on the basis of age in any program or activity receiving Federal financial assistance. V Americans with Disabilities Act of 1990 All recipients must comply with the requirements of Titles I, II, and III of the Americans with Disabilities Act, which prohibits recipients from discriminating on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12.1.01-12213 . VI Best Practices for_Collection andUse of Personally Identifiable lnformatioiijjiI All recipients who collect P11 are required to have a publically-available privacy policy that describes what P11 they collect, how they use the P11, whether they share PII with third parties, and how individuals may have their P11 corrected where appropriate. Award recipients may also find as a useful resource the DHS Privacy -Impact Assessments: privacy Guidance and Privacy template respectively. VII. Title VI of the Civil Rights Act of 1964 All recipients must comply with the requirements of Title VI of the Civil Rights Act of 1964 (?I2_U_S.c_§ 2000d et sew.), which provides that no person in the United States will, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. Implementing regulations for the Act are found at 6 C.F.R, Part 21 and 44_C.F.R. Part 7. VIII Civil Rights Act of 1968 All recipients must comply with Title VIll of the Civil_ Bights Acl Qf 1968, which prohibits recipients from discriminating in the sale, rental, financing, and advertising of dwellings, or in the provision of services in connection therewith, on the basis of race, color, national origin, religion, disability, familial status, and sex (42 U.S.C. 3601 et seq.), as implemented by the Department of Housing and Urban Development at 24 C.F.R,JarL100. The prohibition on disability discrimination includes the requirement that new multifamily housing with four or more dwelling units—i.e., the public and common use areas and individual apartment units (all units in buildings with elevators and ground -floor units in buildings without elevators) —be designed and constructed with certain accessible features (see 24 Q.F.R.§ 100.201). IX. Copyright All recipients must affix the applicable copyright notices of 17 U.S.C. 401 or 402 hitps://esclvices.illna.cov/I'Cloar'IrcUIanb'tlIe9f3I't Isp)/hic—,idni ii a and an acknowledgement of Government sponsorship (including award number) to any work first produced under Federal financial assistance awards, unless the work includes any information that is otherwise controlled by the Government (e.g., classified information or other information subject to national security or export control laws or regulations). X Debarment and Suspension All recipients must comply with Executive Orders 12549 and 12689, which provide protection against waste, fraud and abuse by debarring or suspending those persons deemed irresponsible in their dealings with the Federal government. XI Drug -Free Workplace Regulations All recipients must comply with the Drug -Free Workplace Act of 1988 (41 U.S.C. 701 el sea.), which requires that all organizations receiving grants from any Federal agency agree to maintain a drug -free workplace. DHS has adopted the Act's implementing regulations at 2 C F.R Part 3001. XII. Duplication of Benefits Any cost allocable to a particular Federal award provided for in 2 C.F.R. Part 200. Subpart E may not be charged to other Federal awards to overcome fund deficiencies, to avoid restrictions imposed by Federal statutes, regulations, or terms and conditions of the Federal awards, or for other reasons. However, this prohibition would not preclude the non -Federal entity from shifting costs that are allowable under two or more Federal awards in accordance with existing Federal statutes, regulations, or the terms and conditions of the Federal awards. Xlll. Energy Policy and Conservation Ac All recipients must comply with the requirements of 42 U.S_C. § 6201 which contain policies relating to energy efficiency that are defined in the state energy conservation plan issues in compliance with this Act. XIV. Reporting Subawards and Executive Compensation a. Reporting of first tier subawards. 1. Applicability. Unless you are exempt as provided in paragraph d. of this award term, you must report each action that obligates $25,000 or more in Federal funds that does not include Recovery funds (as defined in section 1512(a)(2) of the American Recovery and Reinvestment Act of 2009, Pub. L. 111-5) for a subaward to an entity (see definitions in paragraph e. of this award term). 2. Where and when to report. i. You must report each obligating action described in paragraph a 1. of this award term to http://www.fsrs gov. Idtp://esei vices.fcnia.gov/FcrnaFireGranhJfiregraI1t1jp/firr_edmin/a,.. ii. For subaward information, report no later than the end of the month following the month in which the obligation was made. (For example, if the obligation was made on November 7, 2010, the obligation must be reported by no later than December 31, 2010.) 3, What to report. You must report the information about each obligating action that the submission instructions posted at http.//www.fsis.gov specify. b. Reporting Total Compensation of Recipient Executives. 1. Applicability and what to report. You must report total compensation for each of your five most highly compensated executives forthe preceding completed fiscal year, if— i. the total Federal funding authorized to date under this award is $25,000 or more; ii. in the preceding fiscal year, you received — (A) 80 percent or more of your annual gross revenues from Federal procurement contracts (and subcontracts) and Federal financial assistance subject to the Transparency Act, as defined at 2 CFR 170.320 (and subawards); and (B) $25,000,000 or more in annual gross revenues from Federal procurement contracts (and subcontracts) and Federal financial assistance subject to the Transparency Act, as defined at 2 CFR 170.320 (and subawards); and iii. The public does not have access to information about the compensation of the executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal l- evenue Code of 1986. (To determine if the public has access to the compensation information, see the U.S. Security and Exchange Commission total compensation filings at http.//www.sec.gov /answers/ex ec omp_ h t m. ) 2. Where and when to report. You must report executive total compensation described in paragraph b.1. of this award term: i. As part of your registration profile at https://vnvvw.sam.gov. ii. By the end of the month following the month in which this award is made, and annually thereafter c. Reporting of Total Compensation of Subrecipient Executives. 1. Applicability and what to report. Unless you are exempt as provided in https:!/eservices.fema.gov/Fema}ii eGi ant/firegi ant/jsp/lire_admirda... paragraph d. of this award term, for each first -tier subrecipient under this award, you shall report the names and total compensation of each of the subrecipient's five most highly compensated executives for the subrecipient's preceding completed fiscal year, if— i. in the subrecipient's preceding fiscal year, the subrecipient received — (A) 80 percent or more of its annual gross revenues from Federal procurement contracts (and subcontracts) and Federal financial assistance subject to the Transparency Act, as defined at 2 CFR 170.320 (and subawards); and (B) $25,000,000 or more in annual gross revenues from Federal procurement contracts (and subcontracts), and Federal financial assistance subject to the Transparency Act (and subawards); and ii. The public does not have access to information about the compensation of the executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. (To determine if the public has access to the compensation information, see the U.S. Security and Exchange Commission total compensation filings at http://www..sec.gov /answers/execomp.htm.) 2. Where and when to report. You must report subrecipient executive total compensation described in paragraph c.1. of this award term: I. To the recipient. ii. By the end of the month following the month during which you make the subaward. For example, if a subaward is obligated on any date during the month of October of a given year (i.e., between October 1 and 31), you must report any required compensation information of the subrecipient by November 30 of that year. d. Exemptions If, in the previous tax year, you had gross income, From all sources, under $300,000, you are exempt from the requirements to report: i. Subawards, and ii. The total compensation of the five most highly compensated executives of any subrecipient. e. Definitions. For purposes of this award term: 1. Entity means all of the following, as defined in 2 CFR part 25: i. A Governmental organization, which is a State, local government, or Indian tribe; ii. A foreign public entity; iii. A domestic or foreign nonprofit organization; iv. A domestic orforeign for-profit organization; v. A Federal agency, but only as a subrecipient under an award or subaward to a non -Federal entity. 2. Executive means officers, managing partners, or any other employees in management positions. 3. Subaward i. This term means a legal instrument to provide support for the performance of any portion of the substantive project or program for which you received this award and that you as the recipient award to an eligible subrecipient. ii. The term does not include your procurement of property and services needed to carry out the project or program (for further explanation, see Sec. _ .210 of the attachment to OMB Circular A-133, "Audits of States, Local Governments, and Non -Profit Organizations"). iii. A subaward may be provided through any legal agreement, including an agreement that you or a subrecipient considers a contract. 4. Subrecipient means an entity that: i. Receives a subaward from you (the recipient) under this award; and ii. Is accountable to you for the use of the Federal funds provided by the subaward. 5. Total compensation means the cash and noncash dollar value earned by the executive during the recipient's or subrecipient's preceding fiscal year and includes the following (for more information see 17 CFR 229.402(c)(2)): i. Salary and bonus. ii. Awards of stock, stock options, and stock appreciation rights Use the dollar amount recognized for financial statement reporting httpsa/escrviccs.Tema.goy/Femuf�irr.(iranUtiie.grauUi5plfire_�dmii�la ,, purposes with respect to the fiscal year in accordance with the Statement of Financial Accounting Standards No. 123 (Revised 2004) (FAS 123R), Shared Based Payments. iii. Earnings for services under non -equity incentive plans. This does not include group life, health, hospitalization or medical reimbursement plans that do not discriminate in favor of executives, and are available generally to all salaried employees. iv. Change in pension value. This is the change in present value of defined benefit and actuarial pension plans_ v. Above -market earnings on deferred compensation which is not tax -qualified. vi. Other compensation, if the aggregate value of all such other compensation (e.g. severance, termination payments, value of life insurance paid on behalf of the employee, perquisites or property) for the executive exceeds $10,000. XV. False Claims Act and Program Fraud Civil Remedies All recipients must comply with the requirements of 31 U.S.C._§3729 which set forth that no recipient of federal payments shall submit a false claim for payment. See also 38 U.S.C. q 3801-3812 which details the administrative remedies for false claims and statements made XVI. Federal Debt Status All recipients are required to be non -delinquent in their repayment of any Federal debt. Examples of relevant debt include delinquent payroll and other taxes, audit disallowances, and benefit overpayments. See OMB Circular A=129 and form SF -4248, item number 17 for additional information and guidance_ XVII. Fly America Act of 1974 All recipients must comply with Preference for U.S. Flag Air Carriers: (air carriers holding certificates under49 U.S.C. § 41102) for international air transportation of people and property to the extent that such service is available, in accordance with the International Air Transportation Fair Competitive Practices Act of 1974 (49 U_S.C. 40118) and the interpretative guidelines issued by the Comptroller General of the United States in the March 31, 1981, amendment to Comptroller General Decision B-138942. XVIII. Hotel and Motel Fire Safety Act of 1990 In accordance with Section 6 of the Hotel and Motel Fire Safety Act of 1990, 15 §2225x. all recipients must ensure that all conference, meeting, convention, or training space funded in whole or in part with Federal funds complies with the fire prevention and control guidelines of the Federal Fire Prevention and Control Act of 1974, as amended, 15 U.S.C. §2225. XIX. Limited English Proficiency !Civil RlnhtsAct of 1964, Title VIl 120/2016 9:CAM blips://eseivices fema.govlFcmaFireGranUlireginnVjsp/flre_admin/s, All recipients must comply with the Title Vi of the Civil Rights Act of 1964 (Title VI) prohibition against discrimination on the basis of national origin, which requires that recipients of federal financial assistance take reasonable steps to provide meaningful access to persons with limited English proficiency (LEP) to their programs and services. Providing meaningful access for persons with LEP may entail providing language assistance services, including oral interpretation and written translation. In order to facilitate compliance with Title VI, recipients are encouraged to consider the need for language services for LEP persons served or encountered in developing program budgets. Executive Order 13166, Improving Access to Services forPersons with Limited English Proficiency (August 11, 2000), requires federal agencies to issue guidance to recipients, assisting such organizations and entities in understanding their language access obligations. DHS published the required recipient guidance in April 2011, DHS Guidance to Federal Financial Assistance Recipients Regarding Title VI Prohibition Against National Origin Discern in ation Affecting Limited English Proficient Persons, 76 Fed, Reg. 21755-21766, (April 18, 2011). The Guidance provides helpful information such as how a recipient can determine the extent of its obligation to provide language services; selecting language services; and elements of an effective plan on language assistance for LEP persons. For additional assistance and information regarding language access obligations, please refer to the DHS Recipient Guidance htlps_//www_dhs govIguidance-published-help-deoarimenl_ supporled-orgsrtizations-provide-meaningful-access-people•liniiled and additional resources on http://www.lep.goy, XX. Lobbying Prohibitions All recipients must comply with 31 U.S.C. 61352, which provides that none of the funds provided under an award may be expended by the recipient to pay any person to influence, or attempt to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with any Federal action concerning the award or renewal. XXI. Non -supplanting Requirement All recipients who receive awards made under programs that prohibit supplanting by law must ensure that Federal funds do not replace (supplant) funds that have been budgeted for the same purpose through non -Federal sources. Where federal statues for a particular program prohibits supplanting, applicants or recipients may be required to demonstrate and document that a reduction in non -Federal resources occurred for reasons other than the receipt of expected receipt of Federal funds. XXII. Patents and Intellectual Property Rights Unless otherwise provided by law, recipients are subject to the f3ay h -Dole Ac. EEtii . L. No. 06-517, as amended, and codified in 35 _I,.�.C. 5 200 et seq. All recipients are subject to the specific requirements governing the development, reporting, and disposition of rights to inventions and patents resulting from financial assistance awards are in 37 C F.R. Part 401 and the standard patent rights clause in 37 C.F.R. § 401.14. XXIII. Procurement of Recovered Materials All recipients must comply with section 6002 of the SolidWaste Disposal AS, as hops:(/cservices.fcm8.gov/FeIearircGrafVliregianUisp/tit e_BdmiR/a, . amended by the Resource Conservation and Recovery Act, The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired by the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. XXIV. ContractProvisions for Non-federal Entity Contracts under Pectoral Awards a.Contracts for mare than the simplified acquisition Ihresl-iold set at $150,000. All recipients who have contracts exceeding the acquisition threshold currently set at $150,000, which is the inflation adjusted amount determined by Civilian Agency Acquisition Council and the Defense Acquisition Regulation Council as authorized by g1 U.S.C. §1908, must address administrative, contractual, or legal remedies in instance where contractors violate or breach contract terms and provide for such sanctions and penalties as appropriate. b.Contracts in excess of $10,000. All recipients that have contracts exceeding $10,000 must address termination for cause and for convenience by the no n -Federal entity including the manner by which it will be effected and the basis for settlement. XXV. SAFECOM All recipients who receive awards made under programs that provide emergency communication equipment and its related activities must comply with the SAFECOM Guidance for Emergency Communication Grants, including provisions on technical standards that ensure and enhance interoperable communications. XXVI. Terrorist Financing E.O. 13224 All recipients must comply with S. Executive order 13224 and U.S. law that prohibit transactions with, and the provisions of resources and support to, individuals and organizations associated with terrorism It is the legal responsibility of recipients to ensure compliance with the E.O. and laws. XXVII. Title IX of the Education Amend meats of 1972LEgug1 Opportunity In Education Act) All recipients must comply with the requirements of Title IX of the Education Amendments of 1972 (2QU_S.C. § 1G$1_ et ), which provides that no person in the United States will, on the basis of sex, hew Award Package Mips:/feserviccs.fenra.gnv/ FemaFireGrantitiregran1isp/Yirc adinin/a... sub -recipients, contractors, successors, transferees, and assignees acknowledge and agree —to comply with applicable provisions governing DHS access to records, accounts, documents, information, facilities, and staff. 1. Recipients must cooperate with any compliance review or complaint investigation conducted by DHS. 2. Recipients must give DHS access to and the right to examine and copy records, accounts, and other documents and sources of information related to the grant and permit access to facilities, personnel, and other individuals and information as may be necessary, as required by DHS regulations and other applicable laws or program guidance. 3. Recipients must submit timely, complete, and accurate reports to the appropriate DHS officials and maintain appropriate backup documentation to support the reports. 4. Recipients must comply with all other special reporting, data collection, and evaluation requirements, as prescribed by law or detailed in program guidance. 5. If, during the past three years, the recipient has been accused of discrimination on the grounds of race, color, national origin (including limited English proficiency), sex, age, disability, religion, or familial status, the recipient must provide a list of all such proceedings, pending or completed, including outcome and copies of settlement agreements to the DHS awarding office and the DHS Office of Civil Rights and Civil Liberties. 6. In the event any court or administrative agency makes a finding of discrimination on grounds of race, color, national origin (including limited English proficiency), sex, age, disability, religion, or familial status against the recipient, or the recipient settles a case or matter alleging such discrimination, recipients must forward a copy of the complaint and findings to the DHS Component and/or awarding office. The United States has the right to seek judicial enforcement of these obligations XXXIV. System of Award Management and Universal_ Identifier RequiiorI ±Its A. Requirement for System of Award Management Unless exempted from this requirement under 2 CFR 25.110, you as the recipient must maintain the currency of your information in the SAM until you submit the final financial report required under this award or receive the final payment, whichever is later This requires that you review and update the information at least annually after the initial registration, and more frequently if required by changes in your information or another award term. B. Requirement for unique entity Identifier American Fire Training Systems Inc. 15200 New Ave Lockport IL 60441 Training Packages and Compliancy American Fire Training Systems is proud to offer a variety of training packages and training towers to meet the needs of virtually any Fire Department in the United States. AFT understands the needs for firefighter training when new tools such as a burn facility, training tower or other are introduced into the department. AFTS starts with a basic training package and then customizes each session to maximize the amount of information being delivered by AFTS instructors. AFTS conforms and addresses the required NFPA 1402 and 1403 when designing and constructing facilities for fire service training centers. The main components that AFTS constructs accomplish general fire fighting training effectively, efficiently and safely and are presented in each mobile or structure designed by AFTS. Live Fire Basic training package begins with a classroom session that covers NFPA 1402,1403 and lays out a plan for your departments needs. Examples and templates of site safety plans, SOP's, rehab and hydration policies are included for department files to be built upon to fit their specific needs. Command and control procedures for Fixed burn and mobile fire facilities are covered to assist departments in utilizing their new facility to it's greatest potential. Following classroom time, department personnel are walked through proper procedures, safety considerations of the facility and taught the preferential methods of building fires for training in their new facility. Students are supervised while conducting and managing appropriate sized fires for their facility and taught about conditions that could cause safety problems for them during Live Fire evolutions. Also included in ALL Basic Fire and Non Fire training packages are a prop familiarization. Students are introduced to each prop that has been specified to their facility and shown basic techniques to enhance student teaching points. Instructors answer all questions about each facility and ensure that your departments new tool is up to AFT specifications. The Basic training package is designed as a 8-10 hour course dependent upon the number of students attending the Train the Trainer. Maximum amount of students is 15; however class size may be increased with proper notification and adjustment of fee schedule. AFT instructors will contact your designated representative and cover all aspects of the basic package prior to coming to your facility and ensure that your departments needs are being met. Additional custom training to meet your departments needs will also be taking into consideration prior to arrival to ensure customers are getting to most out of their facility. If departments desire specific additional training in areas beyond their facilities basic li • American fire Training Systems, Inc. o�= The first name In fire training facilities 15200 New Ave Lockport It 60441 630-251-3659 References References of some of the Fire Training Units we have built. You will find a contact persons phone number and e-mail address if available. If you have any other questions please give me a call @ 630-878-5493 Abeytas NM FD Chief Kelly Voris 505-259-6823 San Antonio NM FD Chief Fred Hollis 575-835-8461 Truth Or Consequences NM FD Chief Paul Tooley 575-740-1640 Sandoval NM FD Jess Lewis 505-934-0400 Denison Iowa Fire Dept Chief Cory Snowgreen 712-269-9372 Dayville CT FD Commissioner Kevin Ide 508-633-0512 Muskogee OK FD Chief Derek Tatum 918-684-6252 Chillicothe MO FD Darrell Wright 660-646-8196 Romcoville Fire Academy Bat Chief Jon Ibirham 815-530-7887 Lamar Tech Institute Beaumont TX Chief Robert Simonson 409-673-7111 Hennepin Tech College Eden Prairie MN Dean Mike Colestock 952-995-1334 US ARMY Fort Buchanan PR Brad Bowling 787-415-4875 US AIR FORCE Goodfellow TX James Carey 325-227-5529 R.J.Quinn Fire Training Academy Chicago, Illinois Chief Richard Edgeworth 1-312-735-2431 Huntley Fire Protection District Deputy Chief Ken Caudle 847-489-4778 Lebanon, IN Sgt Ted Caldwell 765-482-8886 Peotone, IL Chief Wm Schrieber 708-258-6884 Frankfort, IL Chief James Grady 815-469-1700 chiefgrady(a)frankfortfire.org Bay District MD VFD Chief Richard Sullivan 301-737-0654 City of Lafayette Fire Department Asst. Chief Richard Doyle 765-491-0320 Tecumseh, MI Asst. Chief Scott Long 517-605-5039(cell) Freeburg, IL Jeff Groh 618-550-8030 (cell) Greencastle, IN Jeff Mace 765-301-0280 (cell) Round Lake Fire Protection District, Illinois Northwest Lake County Facility Deputy Chief John Whitten 847-652-4904 (Cell) Townline Fire Department Lancaster, NY Chief Dave Szczudlik 716-683-0385 Madison Fire Department Madison, IL Asst. Chief Dave Klee 618-540-2100 (Cell) Warsaw Fire Department Warsaw, Indiana Chief Mike Rice 1-574-372-9552 Great Bend Fire Department Great Bend, Kansas Chief Mike Napolitano 1-620-793-4140 Marshfield Fire Department Marshfield, Wisconsin Chief Jim Schmidt 1-715-486-2090 Denison Iowa Fire Dept Denison IA. Chief Cory Snowgreen 712-269-9372 Marshalltown, Iowa Asst. Chief Steve Edwards 1-641-754-5751 MOBILE UNIT Southwest Community College Cheryl Blazek 641-782-1332 Chf Todd Jackson 641-782-5610 MOBILE UNIT Montague MA VFD Chief John Green 413-695-0323 MOBILE UNIT Blackland MS VFD Chf Ellis Long 662-416-2727 MOBILE UNIT Payson AZ FD Training Officer Jerome Lubetz 928-595-0394 MOBILE UNIT Somerton AZ FD Chf Paul DeAnda 928-261-7794 MOBILE UNIT Medway Ma FD Chf Chuck Waldron 508-533-3213 MOBILE UNIT Clay IND FD Chf Brian Kazmerzak 574-532-0462 MOBILE UNIT Torrington CT FD Capt Larry Hepburn 860-489-2257 MOBILE UNIT Collins MS FD Chf John Pope 601-467-5174 MOBILE UNIT Flint MI Township Chf Mike Burkely 810-577-7651 MOBILE UNIT Waynesville MO FPD Chf Doug Yurecko 573-774-5449 MOBILE UNIT ACORD CERTIFICATE OF LIABILITY INSURANCE DAT10 21/20 6 YY) TM ARODVCER I' ;..:a IB;5q F?r.as1 t FM (515 2T-7 rl3 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION A FAZIO INC. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 550 RUBY ST HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR P O BOX 1248 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. JOLIET IL 60434-1248 INSURERS AFFORDING COVERAGE NAIC 9 r,,.,D L;ta. CU9 #FDt5D5.'r0 INSURED AMERICAN FIRE TRAINING SYSTEMS, INC. 15200 S NEW AVE LOCKPORT IL 60441 COVERAGES INSURER A Landmark American Insurance Company INSURER B: Erie Insurance Exchange 26271 INSURER C. INSURER D. INSURER E 1 rE P Ol - INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED FTAMED ALIOVE FO( THEE POLICY PERIOD INDICATED. HDT.EITHSTAF!'DDINIEC AN" PLO VENT T CR COID IQ OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT !OIA'Fi1LLB THIS CERTIFICATE MAY BE ISSUED GR MAY ?c-R;P?N, IHE :U SORANCE AFFORDED B, THE POLICIES DESCRIBE[? HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONI.3ITIONS OF SUCH POLCET, ,..,.,E_3AT.L'..<.-5 SHO .; II;i:Y NAVE BEET, REDUCED PYPAID ^ EL :.4tAS -F �`�;. TYPE OF INSURANCE �OLIC"EFFECTIVE POLICY NWAEI =R - �L:LCY EXPIRATEO!J .. OUCY LIMITS DAYS iFA MfLf1+'1 1V.IRA-I I GENERAL LIABILITY LHA109503 02/04116 02/04)17 EACH OCCURRENCE = 1,000,000 X COFIMCRC'I;.L GENERAL LIAD!LITY - t7AA1Ac=Tp R5 TZD $ 100,000 CLAIMSMADE X OCCUR PRE77fSE$ IEn vccufvncv] 41ED EXP(AnronlEpWrsprr! $ 5,000 A PERSONAL EADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 O'EN'L.AGGF EGATE LIMIT APPLIES PER PILL} f'i 01 41C I$•COF."-PIOP AC(3 $ 2,000,000 X POLICY JECT LO'.^. AUTOMOBILE LIABILITY Q05-1030969 05/10/16 05/10/17 ANY AUTO COMBINED SINGLE LIMIT (Ea accidera) S 1,000,000 .ALL OWNED AUTOS HDDILY INJURY SCHEDULED. AUTOS P oFparscny B X HIRED AUTOS X ^ION BODILY INJURY -OWNED AUTOS (Par $C#dnnll PROPERTY DA7,IAGE $ IPSI acrSaRsNI GARAGE LIABILITY ANY AUTO AUTO ONLY - ES ACCIDENT '$ OTHER THAN EA ACC AUTO ONLY: AGO 5 EXCESS / UMBRELLA LIABILITY ' EACH OCCURRENCE S X OCCUR CLAIMS MADE AGGREGATE 5 A NO S DEDUCTIBLE - S RETENTION $ $ WORKERS COMPENSATION AND NCSTATiI OTC 'TCRY'Ld:UTO EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNER/EXECUTIVE EL EACHACCIDENT S OFFICER/MEMBER EXCLUDED? E{_ DISEASE -EA EMPLOYEE S If yes, describe under SPECIAL PROVISIONS below E L DISEASE -POLICY LIMIT S OTHER - DESCRIPTION OF OPERATIONSILOCATIONSNECLESIEXCLUSIONS ADDED BY EIJDORSEW%ENTI SPECIAL PROVISIONS FIRE DEPARTMENT TRAINING PROP MANUFACTURING, AND INSTALLATION. rcorl clrn rt un, ncn - -. - _______ • - --- l.I(IYV GL.L/i I IUN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS CITY OF FAYETTEVlLLE WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE 0 00 50 SHALL IMPOSE PJO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, 113 W. MOUNTAIN ST IT'S AGENTS OR REPRESENTATIVES FAYETTEVILLE, AR 72701 - Attention: 0, ' If -" Steve z`I ACORD 25 (2001/08) CerIIflcate # 17597 ©ACORD CORPORATION 1988 Form w-9 (floe August 2013) tk.-p3rtment of the Treasur/ Irterret Revenue Sen•ce Nana (r=s shot n on your x:Late tax Request for Taxpayer identification Number and Certification American Fire Trairin 5 sters_ $usiness ri:r'4lo s arife.-! nI,iy name. It dittertnt from above "µ v rn n a Ch':e<* appropnalr, box for federal tax das5irouttxx,. El Inchviduaf/sofe proprietor ❑ C Carporsiion I S C orparatian ❑ Partnership ❑ TrusUoslate ao 0 2 LimitedNtit tiay company. Enter the tarn CJaSsifi€ation IC=C czxporatron, s=S corporation, P=partrershipt 1 C a w -c c S u _i _ €: w: is ee ;!syirushnst► AdtJres5 (nurr# ef, street. and apt. orstnlo ao.) _ RQK;l5CSter am a 152€70 New Ave m j Ct}'.ZiY ccv;;; ___ . , Lockport 1160441 Iisl account nu n>twr{&l hwa tn'ormtif - - ---- I Taxpayer Identification Number (TIN) Enter your TiN in the appropriate box. The TIN provide of must match the name given an the Name' line to avoid backup withholding. For individuals, this is your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other entities, it is your employer identification number (EIN). if you do not have a number, see 1/ow to get a Ti/Ion page 3. Note. If the account is in more than one name, see the chart on page 4 for guidelines an whose number to enter- Give Form to the requester. Do not send to the IRS. Exeir!ptions Isle Insinnitlon st. Exempt part:, coxte (it any) _ Fue mglior. from FAT CA reporting code (it any) and address r ;)"!ill TTIJi TT1 -hIlL rturntwr 2 6 - 1 2 2 1 2 4 1 Certification I Under penalties of perury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me), and 2. I am not subject to backup withholding because: ia) I am exempt horn backup withholding, or (b) I have not been notified by the Internal Revenue Service (i S) that I art] subject to backup withholding as a result of a failure to repot'[ all interest or dividends. or (c) the IRS has notified me that i am no longer subject to backup withholding, end 3. lam a U S. citizen or other U.S. person (defined below), and 4_ The FATCA code(s) entered on this iorrn (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified try the IRS that you are currently subject to backup wilhholdiing because you have failed to report alt interest and dWonds on your tax return. For real estate transacilnns, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of Secured properly, cancellation of debt. contributions loan individual rolirement arrangement (IRA). anu generally, payments other than interest and dividends, you are flat required to sign the certification, but you must provide your correct TIN, See the instructions on flage 3. Sign Signature et , I ere U S lvwson r l/ 1 r . %) r ! / f.r .` I oat s / General Instructions Section, references a•s to the tnlernat flev,:aue Code urI ass otfrerw,se noted. Future developments. The SR.S has created 3 page on tfl5.pov for interntatror, about Farr Wti, al www,irz_gav/w9, lnfrxrnatioe about Any future itevefopnnents afle+-firry Form W-9 lsuch as iegsutation onaetecJ after we release ill v rl be pouted on that pa ftu- Purpose of Form it Iiir.:'-' ..... ii rtItnniP5t'elr(•ta,ni nail€ tile IRSmutt t, a,n tour , :,:, aher iTINt hr meteor:- to • e'titai=a/in. rmr:l'+iw plot in 110, t'. .. •.:t€rnrelo-t of Ii.Iteecirt csrd earl tutu twig nert'wuxt: Sryln:_:w.f. ,..,.: .'.' ..... .!.l'l:e n$7rtt ti• 1I'.:e reef tkr � i r url,:le.iir°'•iltxi 1r .Ytrar!}t4rar17t°r}i d.' r4(' r , ly, e'.rr. „iifi!! (' r •'tit. iSr' i'fitfl7lttrif"t yrsr lie an lfli� Ulie Form W-9 ordy at you are a U.S. pinion [including a rrsident aeen), to provide yiWr seated TiN to the person requesting it fthe rertuesterf arid, when aprdirsble, to: 1. Certify that the TIN you are giving as correct for you are waiting fox a number In he issued,, 2. Certify that you are not subject to backup wiirrliriidfrig, or 3- Claim evCrnplfoia Neon 6ar.Lgp v,qi=,,i rl:r;g ii yea :nn., 1).5k ,•v, -r= git tar/,.,. it applicable. you sire at'.•,) r."tdyairj ta,,it as;e U'S ie•ra,::, ,t:,lr ,y'ca site,, UJ,,aa• ik arty portnr.r^>hep irroon,n h., ii s 1/ S. lr,nh, ut Ilipin',.,,, rut :.115 ,51 55) the vrit₹rlxrkhng ire. o,'t foreign partner y,aae crf cflact�vely connected lnCome, end 4. Certify 12 al FATCA codeis) entc+r,xf on lh,s torrn €it anyi rndicatirnp t₹,at ynu are exempt from the FATCA reporting, is correct Note. It •ic.r sf.. a U.S. persev:=. tnri a requester gives rou a form other than, Earn; W-9 It, norm :t ,'i-,r TIFJ, yon„„n,::.t use the requester's faxrr, ,f it is suhst,intr3liy r.-rn,t3r to rr,r f--nni, W p). Deflation of a U.S. Person. For federal tax pturouses- you .?;e considered a U.S. #user, if yr u • An rndiv,doal who Is a U.S. citizen or U.S, resident alien, • A pnrttlersl,ip, cctrporatxx,, c:.xripany, or association created or organizer] of the United States or undrx the laws of the United Shies, + An estate loiter than a foreign estate), or • A doz,estic tru l has defined in Itequlatasrs s 'taan,'€Q', ?74)f-77 Special trios rem Partnership Parlor- ; „ . I,.. ....,, ICr, UAt,.gI, 5t.ite'::,iii gifrur.ilh nlc,l. r .cf Ii, r: • ,ar 1..7,541 w, -rny h:rrveyt ,!;ill ie s' .h.iriIS eifititti rw-t3 htr..-'or:.'„, mlhry ,ii,',+f:l Ri e:.3,^, q:, veh, - - , ' UN nde•:,aii! •, ...., t•.7 1 :f, r.-tfrnrrr:I ':!li,= tiii) far,. ,:'1. 101 15110 ta':c I,ar :a nn jl, '/ tri,e t;a.•.f er Yt 1.5-lu a ., , .. ,. lit,,tt:,;•:a.',that,.pa•tu.in,ipirinr;:h t,. ,. i Lfnatr'dt `la;r': , i,rrre,, . r, ., ,,.y tv ihv I'.,•, t .rnr! 1455•1)'. ',''a -'p 1 -55.'. hu. ',1 r. I <'I ; :l i , . !1 '41 'nI,. Cat. No 10221X Form W_9 fRev. 11-2013) Atnert*ca'ai Welding Society Certifies that We(�ing Inspector Tom Plank has complied with the requirements of 9LWS QC1, Standard forWS Certification of Welding Inspectors 07080491 CERTIFICATE NUMBER August 1 2013 EXPIRATION DATE C 1R, QUAUFICATION COMMITTEE CHAIR, CERTIFICATION COMMITTEE Welder List Identification for American Fire Training Systems Date of Test; Jan 3, 4, 2013- Using AWS D1.1 Structural Steel code 2012 List of Welders & welder ID 1) Stanislaw Mazur- ID- SM9136- 1) passed 1/8 c/s plate- 3G -4g positions using GMAW- 2) passed 3/8 c/s plate- in 3G/ & 4G positions- using GMAW process 2) Jose Guijosa- ID- JG0817-1) passed 1/8 c/s plate- 3G -4g positions using (JMAW- passed. - 2) passed 3/8 c/s plate- in 3(1/ & 4G positions- using GMAW process 3) Jose Moreno- ID- JM7912-1) passed 1/8 c/s plate- 3G -4g positions using GMAW- passed. - 2) passed 3/8 c/s plate- in 3G/ & 4G positions- using GMAW process 4) Alberto Martinez- ID AM7751-1) passed 1/8 c/s plate- 3G -4g positions using GMAW- passed. 2) - passed 3/8 c/s plate- in 3G/ & 4G positions- using GMAW process 5) Leonel Moreno- ID- LM9811-1) passed 1/8 c/s plate- 3G -4g positions using GMAW- passed. 2) - passed 3/8 c/s plate- in 3G/ & 4G positions- using GMAW process 6) Mateo Castillo- ID — MC8612- 1) passed 1/8 c/s plate- 3G -4g positions using GMAW- 2) passed 3/8 c/s plate- in 3G/ & 4(1 positions- using GMAW process 7) Abel Hernandez Cruz -ID — AC6599- 1) passed 1/8 c/s plate- 3G -4g positions using GMAW 2) passed 3/8 c/s plate- in 3G/ & 4G positions- using GMAW process All above welders met the AWS structural Steel Welding Qualification For GMAW/ Carbon steel- 1/8 plate & 3/8 plate. Torn Plank f? CWl 87080491 QC1 PXP.811120J13 Name i&}-" Stamp # Date �GtIJ ` Z��3 Equal Employment Opportunity Policy Statement rt,lrlertcali Fire Training Systems, inc. 15200 S_ New Ave. Lockport. IL. 60441 (630) 257-3659 (Date) '7 " % "Die employment policies and practices of American Fire Training Systems. Inc_ are to recruit and employ qualified job applicants without discrimination based on race, creed, color, age, sex, national origin or physical or mental handicap_ religion and sexual orientation and to treat all employees equally without discrimination because of race, creed, color, at, sex, national origin, physical or mental handicap, religion and sexual orientation. Such actions shall include, but not be limited to. the following: employment, upgrading, demotion or transfer: recruitment or recruitment advertising. layolror termination: rates of pay or other forms of compensation: and selection for training, including apprenticeship. American Fire Training Systems. Inc. emphasizes this policy to assure compliance to the Civil Rights Act of 1964. as amended_ Presidential Executive Orders Nos. 11246 and 11357. the Connecticut Fair Employment Practices Act, and City of Hartford Ordinances. "Chapter 1 Division 10" and all other laws which pertain to Equal Employment Opportunity. Amen can Fire Training Systems, Inc. recognizes that the effective application of this policy requires that certain positive steps be taken: and, it will, therefore, undertake a program of atTinitive action to make known its commitment in this regard_ American Fire Trainine Systems, Inc. will additionally assert its leadership within the community to achieve full employment and effective utilization of the capabilities and productivity of all persons without regard for race, creed, color, age. sex_ national origin or physical or mental handicap_ religion and sexual orientation. (Signature: and Title) ; _: Bid 16-62, Addendum 1 Date: Monday October 3, 2016 To: All Prospective Vendors From: Les McGaugh-479.575.8220—,r? j�?iat4r�t j°[lie;r.S7r;r RE: Bid 16-62, Mobile Fire Training Unit CITY OF a ettM1e Y ARKANSAS This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank of the Bid Form. BIDDERS SHOULD ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED LOCATION ON THE BID FORM. The following questions were asked by vendors. The City has responded to each question in this addendum, provided in a question/answer format as stated below. 1. Question: Which Manufacturer provided the original specs for the design being bid on? a. Answer: There were multiple manufacturer's specifications, as well as concepts from surrounding fire departments, that were researched in order to develop the bid specifications. Multiple manufacturers are eligible to bid based on the specifications in an effort to maximize competition and fairness to all. 2, Question: Some of the requirements appear to be very specific, do you have a preferred layout diagram for the complete training tower? a. Answer: The City does not have a preferred layout diagram. However, the City has provided a general concept referred to in the specifications which specifies one fire mobile simulator system all attached together composed of multiple burn rooms and props, towers from storage containers, and a flashover simulator, 3. Question: Is the Flashover unit to be independently mobile on wheels or just transportable like the rest of the training tower? a. Answer: The flashover simulator shall be attached and a part of the complete fire mobile training simulator system. 4. Question: Is the flashover unit to be attached to the main tower? a. Answer: The flashover simulator shall be attached and a part of the complete fire mobile training simulator system. 5. Question: Are Phoenix Fire Tiles an acceptable alternative as a thermal lining system for the Burn room areas? a. Answer: No. A thermal insulated protective blanket covered by 10 gauge 304 corrugated stainless steel is required on the walls and ceilings in all burn rooms. GIs Y � /� Fi S /D -f —// Bid 16-62, Addendum 2 Date: Monday, October 17, 2016 To: All Prospective Vendors From: Les McGaugh— 479.575.8220 — ++" xsu rafea . tte3 iRf RE: Bid 16-62, Mobile Fire Training Unit CITY OF a e'ttille Y ARKANSAS This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank of the Bid Form. BIDDERS SHOULD ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED LOCATION ON THE BID FORM. 1. The City will be providing a concrete slab foundation for the mobile fire training unit as specified in Sheets 8 and 10 attached. In the event a bidder or manufacturer believes this foundation is not adequate to support the mobile fire training unit, bidder shall notify the city prior to the bid deadline in writing. Bidders shall be responsible for assembling and installing mobile fire training unit in accordance with the manufacturer's recommendations including how the mobile fire training unit is or is not secured to the foundation. Bidder shall be responsible for insuring the mobile fire training unit is securely assembled and installed for the intended use of the mobile fire training unit. 2. The Mobile Fire Training Unit shall be classified as a Group U Occupancy. The structure shall be designed/engineered to meet the seismic and wind speed requirements of Fayetteville, Arkansas, as specified in the 2012 Edition of the Arkansas Fire Prevention Code, Vol. 2 (based on the 2012 Edition of the IBC). The snow load design requirement is 20 pounds per square foot as required by City of Fayetteville ordinance. 14L'KA/o�4= D III /o—/-7--/6 (--- 14 1YALWNOS 09103091100 NO 03Sro3931LWa3d 00 TIM313b0N091/19N3b1S-A1009-0910 Y -)r1muf -4L ORp Nld-d7 CY51y 839Vy 30439tlr Sl3MW f I 1N0N130010 0911V0M 46S+ $ 7Q1¢,3LFa&= WbVMNJIdAS 090±03990130 10 NI .24319011909042 S13MNV10 L �33330du39dQ 100 c000aaoj,co,a 1V wG3 ra+e Zww V1QQks Al X'tkLm ONO 1/0 HUM 03tl39003S T1VHSS0V1S d0000030NV SL3NL09'9004000 tl3909000±090±05003993.991 18Y0u;l N4L;01Y1h043N;,3& 0039 YQSA'S`F13tld>030 193P 0090095N.Y'FV r 0313NL9Q 39 TIVNq, i33J10N0. mHldC '✓3�3YrV 03004)0 d013N1'3tl11Va3dW31300093 H01HV010±31/0101 L &14019 S00q/O 3N$V141103339914 BY103LLy-_L1d43]N1 FA1113Y 93tc9rgi'.NOWN0uro ONINSINld 09500030/ N33M130 .auLY19Y8.t3 +IOLU/'�'04±31-V303 00000/NB AL9M00NpN33N .50000 ALtlON1l1V JIdIJ3dS W1L�1yN,Q1 Q13.yly}UJ7H L01CM Ql Sk #udS0tp03.03 j$d 50 050333 '9901130 ay^Sp y1*00Ituy 3N9900llON5 SmIIJ 300 AB1N3 A10099 �� �Q�La *Q ' 7 5013 1 11ON11M dSES3NOV3E13tlfI1tltl3a93181tl ONI0N39Stl Ntl 11191 03Nh0900ON IN 0i0NTL3l 300S9L in3k990IS tltleea Pry�jy y y -L'�0P++9V3 ONIHSNIS 99.140 033 91* 39000 ;V NO FtIn'iilOlRkA.4mky^AL yk N10A d.OY MOl3009043tl00903dW310090I0N39900 VN3HM093LW93d331ON111099011Vb3d0 Orv130JNO9 L 4901 CL.±YIb)d (.^NP3L3W9N09 (39) 999919901009900 1V031VNIWN'31301100113201r3W]1Nbpbl33 I Olf10HS SlfI?MVSIVNOLLN3ANOJE 0009.90119H0 ELNIOf 031V3SN3E G3151KC3C'11bL+93A3Y4W4J+tl}iuAi 30)9 9 30b3Ma'771. 1 bLw'iN yy �� 9,91 3111/931LjAVd 40 0±101 '031100 WN'0249099090 x51419190 { /0011fI0fAVS Q0+'ntlML17F 3tlN Z0ryly/yyb� �$-N�'j W 13tlJN A 391 �b 39llVH5 L :3lbbl f.WJ�l�i'i�J'fgj'iib9 30.L$Ytl]tlp im, 34149111@39; KtO3]V1r�%gIV .�:,1i Llf:y 11:S3ai19iy."iUQ Lb] 7J P3. .L CITY OF Bid 16-62, Addendum 3 ._ Thursday, I Date: u sday, October 20, 2016 Aaye fKANSAS To: All Prospective Vendors From: Les McGaugh — 479.575.8220 — r!»i?+.�o ft.rf�:fazre_trP,rritr�,r.�ca; RE: Bid 16-62, Mobile Fire Training Unit This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank of the Bid Form. BIDDERS SHOULD 5.1 Further Clarification for Section 5.1 of Technical Specifications: Line Item GG: Two metal canopies that will allow complete coverage of both towers on top of the active roof decks. Line Item NN: 1. (Tower 1) Quantity of 2 High cube shipping container 40' tall X 8' wide X 19' long dual shaft tower standing on end. This will make up 4 stories tall with 5 levels. One (1) with three (3) half landings at 2"d , 3rd, and 4th floors and One (1) with open shaft from roof to ground level shall also include 5000 pound OSHA Rappel anchor. 2. (Tower 2) Quantity of 5 High cube shipping containers stacked on top of each other 8' wide X 20' Long, This will make up 5 stories at 6 levels. I' /°-2 /1 Bid 16-62, Addendum 4 Date: Friday, October 21, 2016 To: All Prospective Vendors From: Les McGaugh —479.575.8220—!.n RE: Bid 16-62, Mobile Fire Training Unit CITY OF 'tt111c ARKANSAS This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank of the Bid Form. BIDDERS SHOULD ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED LOCATION ON THE BID FORM. A) The deadline for Bid 16-62 is hereby extended as part of this addendum. All bids shall be received by Thursday, October 27 2016 before 3:00:00 PM, local time to Favetteviile� AR. Late bids will not be accepted. Bidders shall acknowledge all addendums in the designated location on the bid form. a. Bids shall be received at: Fayetteville City Hall, 113 W. Mountain, Attn: Room 306 Purchasing, Fayetteville, AR 72701. B) The following questions and corresponding answers are made part of Bid 16-62: 1_ Question: (Referencing 4.7) Please explain the purpose and quantity of 8"-x 8" corner posts. a. Answer: 8" x 8" corner posts are part of the main construction feature of all international specified shipping containers. Manufacturer design will determine how many corner posts are necessary. 2. Question: (Referencing 4.9) Please explain fasteners recessed in the roof and also provide the number of locations of the platforms. What are the dimensions of the area covered by the platforms? Should all exposed container tops have working platforms, or just some? a. Answer: No fasteners shall be exposed above the roof deck more than 0.125". The number of locations of the platforms will be based on manufactures design. The dimensions of the area covered by the platform will also be based on manufacturer's design. All container tops with working platforms will be based on the manufactures design. 3. Question: (Referencing 4.1) Do the burn room doors need internal insulation or is the door sheeted on one side only? a. Answer: All interior & exterior burn room doors and windows shall be protected up to 2000 degrees Fahrenheit. Both sides of the doors and windows shall be covered with stainless steel 10 gauge 304. ,9c-1,,� Zt /a.- 2/- 29/ 4. Question: (Referencing 4.14) Structure shall be painted with a base color and one (1) "Access" color door and one (1) "Access" color window— Please explain. a. Answer: All windows and doors will be painted with an accent color of the City's choice to the winning manufacturer. 5. Question: (Referencing 4.15) Finish of exterior shall be painted with a 2 part high solid marine urethane -3 mil. — Please furnish color code. a. Answer: Color will be determined after bid is awarded. Color selected shall be from manufacturer's standard available colors. 6. Question: (Referencing 5.1, T) All rooftop active roof decks shall have OSHA approved railing and 4" toe kick — Please provide the locations and dimensions of roof decks. a. Answer: The locations and dimensions will be based on manufacturer's design. The manufacturer will determine the locations of the roof decks. 7. Question: (Referencing 5.1) X Adjustable roof vent prop approximately 14' x 8' with 4' x 8' chop out— Should the vent prop angle be adjustable? Does the vent prop need hydraulic or mechanical raising mechanism? a. Answer: The vent prop angle shall be adjustable. The vent prop raising mechanism is based on what the manufacturer can provide as standard. Both hydraulic and mechanical are acceptable. 8. Question: (Referencing 5.1) GG. Two (2) 14' x 26' canopy over top of sixth floor active roof deck — Is t h e requirement for steel canopies only, or is framework required as well? a. Answer: Both the framework and the canopies shall be steel. 9. Question: Please explain number of outlets and any other required electrical items. a. Answer. Bidder shall provide an adequate amount of lighting for the interior and exterior on all four sides; as well as the roof decks. The fire training unit shall also have an electrical panel located away from water runoff areas. 10. Are configuration drawings or sketches available customer? a. Answer: In order to maximize competition and allow multiple manufacturer's to compete for this bid no drawings or sketches are available. The City has provided design concepts required in the bid specifications. The training tower shall be designed by the manufacturer. 11. The bid is labeled Mobile, but the specification described a fixed unit. Is it fixed, but capable of being disassembled and relocated? a. Answer: Yes, it is a modular design that can be disassembled and relocated. 12. Question: Is the Owner handling all site preparation including grading and concrete pad or flat level surface and electrical service including main panel? a. Answer: Yes, the City will be providing a concrete slab foundation for the mobile fire training unit as specified. In the event a bidder or manufacturer believes this foundation is not adequate to support the mobile fire training unit, bidder shall notify the city prior to the deadline in writing. Please also refer to Addendum 2. The City will provide electrical power to the building location. 13. Question: is internal or external lighting required? 2 i .s a. Answer: Yes. Internal and external lighting is required to provide sufficient illumination to the tower. Minimum of (2) two electrical outlets per floor shall be provided. 14. Question: Addendum 3 modified the width of Tower 1 from 16' wide to 8' wide and thereby reducing the number of 40' high -cube containers needed to make Tower 1 from 4 to 2. Can you please clarify what effect (if any) this had on the total number of containers specified in 5.1 A and B (12 x40' and 5x20' containers). a. Answer: 5. TOWER COMPONENTS: i. 5.1 Tower shall have the following components at minimum: 1. Twelve (12) 40 foot high cube steel containers 2. Five (5) 20 foot high cube steel containers ii. For clarity, no changes on the number of high cube steel containers specified in 5.1A and 5.1B. Please refer to original specifications. The correction on Addendum 3, items 5.1 GG and NN will have no effect on the total number of high cube steel containers, This was a typo. 313 PROPOSAL FOR FIRE TRAINING FACILITY FAYETTEVILLE F.D. - FA YETTE VILLE, AR. PLAN NORTHEAST VIEW PLAN SOUTHWEST VIEW UNIT SPECIFICATIONS 13 -AD N.C. ISO CONTA/NE➢K R -SD N.C. ISO CONTAINERS I. FLASH-OVAN 72 UPPER GNAWER SP LOWER CHAMBER 1- EA'%P4➢URN RIIOM I-1PKXD➢URN AOOM 1 - PY%D IRAN ROOM P- XITSCSA PARELMAXR REDUCED PROFILEPANELS WIRE ENTANELEMENT➢ I - TWO TIER CRAWL MATE RAFTEHOIIL DROP FLOOR REDUCED PROFILE PANEL I - DRYWALL PIKE POLE PROP I - PXIE OPEN IAI➢URNAREA STOVE PROP WORE PROP 3-2 PALLET BUNU CARTS O- VENTRATCNED I-FDCA OAIMZPADS I - SPRINKLER READ 2 -OILIER WALLS I - DENVER DRILL WINDOW I - EDIT. 0001 CM WINDOW I. NORIZ DAFACH WINDOW I -S 11011 TNT. STAIR POWER I - I STORY ENT. STAIR TOWER 1. ATO MIEN II TRALDRRT7ERS NECELVEN -DATA WIRER 1E- SID- WINDOWS 11- III- DOORS W/NOSE FLAPS 1. IfXP ROOFPIICNERE. EXIT CHOP DUT 2- VOICED ENTAYDODRS 1- S TIER CRLIAPOOR FLOOR 4- SUXSD FLOORICELLIRO NAMES 1 -ELECT OULIET PENIND THE WALL FIRE PROP 1-41HOD CFMSMOSEREM K- PYIIAUST FANS (P50013 142) 1-CDUCO LOYESEIT,TAALEN CNMRD FIAEPIACEPIOPS E- IIDIFMF CONSUMER 2- RAPPEL ANCHORS DRODI OSHA APPROVED I-CANIILEVEAED BALCONY I-OSCE0ED BALCONY 7- £10 1540011 PIPE LEAKSIM. 1-REVOLVIII DOOR PROP I-d0%TPl/f TOWEN S HALF WdNRS I OPEN SNAPT A. DISTIL PINE ATTACK PUPA /-MSIIEN►SAIL-OUT WINDOW 3M, SP CIA WI MIES EO- ELI LIMO. 7EE TRANSITIONS ELECTRICAL • P IOEKMI3 WD HANDIRINLNR TNROURIIDUT TRMNIOB AREA tom, C- TOTAL �,/, FJ f7 J Ir., 1 i 20140342 02.7 Y IIFCP ETIIN O ELIf R AN kUrILR SOT Oil I!EDE^_. FRz ThE CONFIOG+TTL AND C01YRIGNII PROPI3SM 00 A ERC41 TOOL T)0241** 2/5/1172 AWj W1y7' PC Pw 1Y Ti.[ 5tRLTDOi CVIaIOENCE ETf TIi≤ RE?P'EIIT AHD 41/LIT IN" 1 NE DOPED LCAO D OR Ot5C;OLE0 CD AYY IMAO OAIPY, CA DIED FOP Alr/ OTHER PWVOCSE MTHO11T P5bfi MRIRE, CCk1:I FAOII •MEIDC* =PE TRN7fNO STSMUS CS PROPOSAL FOR FIRE TRAINING FACILITY FAYETTEVILLE F.D. - FA YETTE VILLE, AR. PLAN NORTHEAST VIEW PLAN SOUTHWEST VIEW UNIT SPECIFICATIONS 13-40 MC. ISO CONTAINERS A -Y1 N.C. ISO CONTAINERS I. PLASH -OVER IF UPPER CHAMBER YP LOWER CHAMBER 1 -➢1X21 BURN ROOM i- 18'X2? SURNROOM 1- 1X20 BURN ROOOM 2.21 SCOA PANEL MAZES REDUCED PROFILE PANELS WINE ERYANBLEMENTS 1- TWO TIER ERA WLMAZE RAFTER SDA. DROP FLOOR REDUCED PROFILE PANEL 1 -DRYWALL PIKE POLE PROP 1- EXIX OPEN BAY BURN AREA STOVE PROP RANGE PROP 3 -SPA LOITBURN CARTS 3- VENT HATCHES 1 - FOCI RATES, 2 PADS 1- SPRINKLER HEAD 3 -BREACH WALLS 1- DENVER DRILL WINDOW 1 - VERY. BREACH WINDOW I - MBRIZ BREACH WINDOW 1-S➢TORYINT. STAIR TOWER I-DSTORYEXY?°STAIR TOWER 1. RTD SYSTEM 10 TRANSMITTERS RECEIVER - DATA LOOKER 12 - SYO. WINDOWS 18. STD. DOORS WINDSE FLAPS 1 • I1XP ROOF PITCH JIM. ION' CHOP OUT 2- FORCED ENTRY00005 1 - a TIER COLLAPSED FLOOR 4.30X30 FLAOR/CEILIN➢ HATCHES 1 . ELECT. OUTLET BEHIND TRY WALL FIREPROP 1 .40,000 CPM SMOKE BER. 2 -EXHAUST FANS (PLDOBS IRS) I- COUCH, LOVESEAF TABLE A CHAIRS, FIREPLACE PROPS 2- ROOFTOP CONOPIES S- RAPPELANCHORS 5500W OSHA APPROVED 1- CANTILEVERED BALCONY I - RECESSED BALCONY 1- SAS ILISUIO PIPE LEAS' DIM. I - REVOLVING DOOR PROP I- 40XI 1X10 TOWER 3 HALF LANDINGS I OPEN SHAFT 2- DIGITAL FIREATTACXPROPS 1- BASMENrHAIL-OUT WINDOW I -24', 20, aD' CRAWL SUDES ➢D ELBOWS - TEE TRANSITIONS ELECTRICAL - 4TOE KICKSAND MANDRAILINS THROUGHOUT TNMNINB AREA TOTAL. 71if11t { THIS ORADOLC AND ANY U3'4R.UATH1N OR EESCRlPTIE MATER SETT OUT HEHEOO1. ARE THE EANY^+ET,IUA Mres CAP1W1rtAI PROPEFIY OF APUH A4 FIRE TRAIN//IT STSTEIS LMD 11051 0E HELD IN T3/E SttyE/E5T CO10'IDETJCE WI THE RECP1EHT AND FAUST HIDE RE CONIES. Lw.I0O OR OISi,'LO$FD 10 AH'/ 1/IRS 0AR'D OR USED F[K% ANY OTHER PURPOSE Yp1YeOUT PRIOR WTDTIEN CONSORT fROW NICER/TON FIRE IRA/HMS SVSTEIA'S ED UN AXI UN O EC IL Z WLy 411 o T e N i O O N OM 1 00 1 �. .. I r• ' .—....)' _ r.i GATE VALVE I STAND-ALONE GARAGE I <r VERT BREACH 2COR ,:�.,G� I WINDow _. ', REVOLVING DOOR-� _.. Jp3sV n: Ci m u wawa e� 1 r ..Ji z f .1ELL N SHs —�— — — I 0WErw�.sv p LEAKING GAS - y 6 t II PROP ' ppM�� '5.�,if7 s.. Jl .:'y ' I.: IJUO'< • d O N _�.i_.__ Ma r No ! af. rK'� }rt 0 C . p DINING ROOM { '� �wTn•v IT f z f1IJ]±iL ( i ROOM'. ti A q tt L LIVING ROOM R f C �..RN ,.• 3 SIA1. I WUI ROlOM ° i w 470 S0.FI, - - . - --- -- -- ry•. 1 a ti 'L Y y 'y: wl1 Y,de , / R TOWER .. .... ..... ......... VENT HATCH LEVER GPw ^ ° PRO '. SYWI LEGEND THIS S IPTIVE MATTER ANT INFORMATION H TIEN . -`- NEV; "-"""-- DESCRIPTIVE MATTER SET OUT HEREON. ARE _\/ THE CONFIDENTIAL AND COPYRIGHT RATS:10-17-16 \, -Q- IJGNTMdO ROOTERPROPES AND MUSY OF T BE HELD IN THEICAN FIRE BCM.S: STRICTEST CONFIDENCE BY THE RECIPIENT R NO,p743 -.... S *LER HEAD AND MUST NOT BE COPIED. LOANED OR p743 - �/ FIRST FLOUR PLAN DISCLOSED TO ANY THIRD PARTY, OR USED _ ��� FOR ANY OTHER PURPOSE WITHOUT PRIOR O1 PLAN NORTH _ WRITTEN CONSENT FROM AMERICAN FIRE TRAINING SYSTEMS. �• _ _._ _�_�—� o• c -- I; - — 1-2GATE VALVE fSTANCP-E JI "" I FALL , OPEN SHAFT fAHO1HG TOWER w L JG%AS IiALF wALL " ' MYNGC'il VFEV0 Pi A tq- p W FVM1 /Vl 4:ar. O O v � ftgih7 „ >w$ILIHCr� A 6N! Sl. --------� s wra. r�.acxs o CLASS A 1 a *$ r Ir . _ :i•j I_______________ - _______ -1------- _________________ ________ __________ } 3w6[. IEGEH7� 1+19 O-AYM%G Iwo /kW 'MrW IiItSX'! OR THE Co IK NISfEft Stl OUT f [:t4€LiM, iti. { PRQPSyStERTY ' Or iUST HE I[L II ThE7 Dpst AtF NEAT SljtcwF 0 VlT$i 8f HCv] IN ECI AND Wt T f OT eZNC£ E Or iNt %E!l OR r SECOND FLOOR PLAN APi9 *Sr Nor iY ice. L itz I _ nscLrasEa TO pry THIRD PAPnY, w usEo RAN NORTH - �' TEN cx]NSFUT W Alai _ . ..___ TRA7h.NG S74LF44S. P N0. P743 vac la. 02 _ .x. VM1MT_T ^= — __ OrK PL W Incy'. tiny ,,. Xv:A 1 ,ucw VI -Vi Yu CAtMLLYERED OPEN SHAFT $ALL'CRY TOWER �_S • N -� �•, � r ___ __ s.x,Ec rug. I � naEv;nG I � � .�-vrt.'r row Rra. 4 c. F Ru1DR ryl�y?i ROOM i!d hN Al r'A '` MAZE smrr cn-u r:ER L!I IL — ______\ .f OX LHATCH" 36X90 DOOR ,.—., her. •IcP I.{ '• Rav u x fsi .. li'LA ..RMFj P�fOMIDLLE I5r; 2C!)f, :4 0 ,. TIC4.—. C1 j - z TIER = 3 -TIER C LAPSIBLE ____ _ CRAWL FLOOR ------ i + MATE 36x36 SHO !NC 36%36 NAN:♦' WB'K 4≤ HATCH HATCH I vareM GEv -------PROP �- - -- __. __ -+a•—.__.-_v.A iP.CS 44' ACCESS r. - 44 ACCESS { • 1 Vie• -D. �/ u`L/ .�,� c i . r •3RD FLOOR DECK N• -ROOF PITCH TIM SYMBOL LEGEND >� Nl Q. ' UGHTUA; - ST' -4XLft1 HCnQ + ' THIRD FLOOR PLAN ALAN NORTH S TAll IIPI. (COIL YIU.OE WIDRd( N Nc THIS DRAWING AND ANY INFORMATION OR REy, DESCRIPTIVE MATTER SET OUT HEREON, ARE THE CONFIDENTIAL AND COPYRIGHT PROPERTY OF AMERICAN FIRE TRAINING I EA E 10 -17 - SYSTEMS AND MUST BE HELD IN THE I IM0WO - STRICTEST CONFIDENCE BY THE RECIPIENT II AND MUST NOT BE COPIED, LOANED OR 11 O P743 DISCLOSED TO ANY THIRD PARTY, OR USED N0. FOR ANY OTHER PURPOSE WITHOUT PRIOR WRITTEN CONSENT FROM AMERICAN FIRE TRAINING SYSTEMS. 03 VERT TUBE TO q`.!rtk 6TH FLOOR DECK -- T-"T��s ', OPEN SHAFT L__ CERlNGi _ LH H] - - / 4TH FLOOR DECK / '3RD FLOOR DECK N 5TMOOL LEW* t4.ti. - la1;1+TITM - SWREWHUN NERD .,.� • i.= I FOURTH FLOOR PLAN PLAN NORF l (OADC VALVE Yr/PING) 0 Oa In O W NO THIS DRAWING AND ANY INFORMATION OR DESCRIPTIVE MATTER SET OUT HEREON. ARE THE CONFIDENTIAL AND COPYRIGHT PROPERTY OF AMERICAN FIRE TRAINING SYSTEMS AND MUST BE HELD IN THE STRICTEST CONFIDENCE BY THE RECIPIENT AND MUST NOT BE COPIED, LOANED OR DISCLOSED TO ANY THIRD PARTY, OR USED FOR ANY OTHER PURPOSE WITHOUT PRIOR WRITTEN CONSENT FROM AMERICAN FIRE TRAINING SYSTEMS. T7 d s � 11 V � N .Wr,M�M V �V Z WWWT W � O W � V Q ^ ' PRD REV: "'ATE: 10-17-16 iLUl _ NO. P743 BC C. 04 1t L{GF3i4 ..........SYMOOL -1 = SF4EiNRLR h/kAC � J PLAN NORTII FIFTH FLOOR PLAN THIS DRAWING AND ANY INFORMATION OR DESCRIPTIVE MATTER SET OUT HEREON, ARE THE CONFIDENTIAL AND COPYRIGHT PROPERTY OF AMERICAN FIRE TRAINING SYSTEMS AND MUST BE HELD IN THE STRICTEST CONFIDENCE BY THE RECIPIENT AND MUST NOT BE COPIED, LOANED OR DISCLOSED TO ANY THIRD PARTY. OR USED FOR ANY OTHER PURPOSE WITHOUT PRIOR WRITTEN CONSENT FROM AMERICAN FIRE TRAINING SYSTEMS, 7 1051 ^llll SArr ani{ r ALt-ARflIlNp a I I oa i, o r__ DOS 50 1 F¢ORq - `GT,{ '.Oi7r'₹e _r,.,T ..-. AfO._ F1AG PIX.E I SAF£IY GAIf C7 ih LI. — 5 uy06 [EREN9 SPR+rtK4j& PLAN NORTH - _. - -I SIXTH FLOOR PLAN THIS DRAWING AND ANY INFORMATION OR DESCRIPTIVE MATTER SET OUT HEREON. ARE THE CONFIDENTIAL AND COPYRIGHT PROPERTY OF AMERICAN FIRE TRAINING SYSTEMS AND MUST BE HELD IN THE STRICTEST CONFIDENCE BY THE RECIPIENT AND MUST NOT BE COPIED, LOANED OR DISCLOSED TO ANY THIRD PARTY, OR USED FOR ANY OTHER PURPOSE WITHOUT PRIOR WRITTEN CONSENT FROM AMERICAN FIRE TRAINING SYSTEMS. 1061 PLAN NORTH ELEVATION Tn5 ORAWNC AND ANY MRORMATJ 134 OEECidPTM1 wTTEJF SEi OOT EEO ARC iFL tPks%OFJiluL ANwO COFhTl1C+iT MWER'Y or AVERCAN FRE TRNC SYST'EN5 AKO MOST SE MEW 1N THE STRtCTE51 CCNRENCE BY THE REGRET AND MEET NOT F{ gip, ICANEi3 OR OECWSCD TO ANY nwm PARS", CR LED FO9 my OTHER PAGPO".E tWHOVP P&ER A'WYTrRR ROOSENT FROM "CRrM FIRE TRA ANC SYSTEMS 0 PLAN SOUTH ELEVATION THIS DRAWING AND ANY INFORMATION OR DESCRIPTIVE MATTER SET OUT HEREON, ARE THE CONFIDENTIAL AND COPYRIGHT PROPERTY OF AMERICAN FIRE TRAINING SYSTEMS AND MUST BE HELD IN THE STRICTEST CONFIDENCE BY THE RECIPIENT AND MUST NOT BE COPIED, LOANED OR DISCLOSED TO ANY THIRD PARTY, OR USED FOR ANY OTHER PURPOSE WITHOUT PRIOR WRITTEN CONSENT FROM AMERICAN FIRE TRAINING SYSTEMS_ 08 PLAN WEST ELEVATION THIS DRAWING AND ANY INFORMATION OR DESCRIPTIVE MATTER SET OUT HEREON, ARE THE CONFIDENTIAL AND COPYRIGHT PROPERTY OF AMERICAN FIRE TRAINING SYSTEMS AND MUST BE HELD IN THE STRICTEST CONFIDENCE BY THE RECIPIENT AND MUST NOT BE COPIED, LOANED OR DISCLOSED TO ANY THIRD PARTY, OR USED FOR ANY OTHER PURPOSE WITHOUT PRIOR WRITTEN CONSENT FROM AMERICAN FIRE TRAINING SYSTEMS. PLAN EAST ELEVATION THIS DRAWING AND ANY INFORMATION OR DESCRIPTIVE MATTER SET OUT HEREON, ARE THE CONFIDENTIAL AND COPYRIGHT PROPERTY OF AMERICAN FIRE TRAINING SYSTEMS AND MUST BE HELD IN THE STRICTEST CONFIDENCE BY THE RECIPIENT AND MUST NOT BE COPIED, LOANED OR DISCLOSED TO ANY THIRD PARTY, OR USED FOR ANY OTHER PURPOSE WITHOUT PRIOR WRITTEN CONSENT FROM AMERICAN FIRE TRAINING SYSTEMS. 1101 A T_.D_ #4 TIES E L '.CE e{A'I..4, • -'iijjj - N£ ,ENR S EOTI O N_ B.-- B ' SCALE 4X Re iuNn note 1 'T" A}- * ------ __--_----.-.__-.---._ ®-1-L :i':it:ii Iii I2x12"XI/2" PLATE TO DE CENTERED AND FLUSH -� W/TOP OF CONCRETE / #6 REDAR (SEE DETAIL "6')'f irn.y:-.. ola in%PSsE3 $@'CTS' COHDHL1E P.sD- -PIERS - 26 TYP (SEE DETAIL A) RECOfv1UIEN0E.,.„rDHER. LAYOUT SC LE: SD IfemrefIOuanhity Trrle/Name, designation, malarial, dimension etc Article No /Reference De61Cned by necked by Approved by - dare FIN name OSIR Stale P7r ;5-t5 N5wOTED F RECOMMENDED PIER DESIGN ONLY LOCAL SOIL AND CODE REQUIREMENTSMAY REQUIRE CHANGE _ F A Y E T T E VIL L E A R IN DESIGN SEE LOCAL CODE 1-i F r S _ PIER LAYOUT Ediolan 5roeet ° I 6 McGaugh, Les From: jr@americanfiretrainingsystems.com Sent: Friday, October 28, 2016 2:56 PM To: McGaugh, Les Subject: Re: FW: Submittal Clarification Les as to the references below my response is as follows: #1 AFTS will except a formal purchase order from the city of Fayetteville in lieu of contract. #2 AFTS understands and agrees the city of Fayetteville will not sign the AFTS contract. #3 AFTS will and always provides drainage of water to the exterior in burn rooms and entrances to burn rooms at every burn level. #4 AFTS install's flush out hatches in addition to -floor drains so access water can be sweep out. #5 AFTS construction of all training towers are built to ensure that no rain water is to leak into the structure. #6 AFTS agrees to all terms in bid # 16-62 #7 AFTS understands that no deposits will be made. #8 AFTS will not charge any storage fees of completed units if buyers site is unfinished. #9 AFTS will comply with Arkansas seismic and wind requirements based on 2012 IBC edition #10 AFTS will have the training tower erected before April 15th 2017 Kerry A Fierke Jr. American Fire Training Systems Inc. 15200 New Ave Lockport IL 60441 630-257-3659 630-878-5493 On 10/28/2016 2:05 PM, McGaugh, Les wrote: Kerry, Per our phone conversation earlier today, the following items were agreed upon and clarified. Please respond in confirmation that American Fire Training Systems, Inc. agrees and acknowledges the following as discussed: American Fire Training Systems, Inc. agrees to accept a City signed Purchase Order in lieu of a contract. American Fire Training Systems, Inc. acknowledges the City will not sign the draft contract submitted with Bid 16-62 The Bid submitted by American Fire Training Systems, Inc. complies with items 4.3, 4.4. and 4.6 (Drainage Requirements) of Page 14 of Bid 16-62 American Fire Training Systems, Inc. agrees to all terms outlined in Bid 16-62. American Fire Training Systems, Inc. agrees and understands that no deposit or prepayment shall be made American Fire Training Systems, Inc. agrees that the City will pay no storage fees American Fire Training Systems, Inc. agrees the Mobile Fire Training Unit shall be designed/engineered to meet the seismic and wind speed requirements of the City of Fayetteville as specified in the 2012 Edition of the Arkansas Fire Prevention Code, Vol. 2 (Based on the 2012 Edition of the IBC?) Completion Time issued in the bid was within 150 days of City Council Approval. However, as discussed during our phone conversation, American Fire Training Systems, Inc. might be able to deliver earlier. This would likely work better for the City as well. The City intends per the bidding documents to accept delivery on or before Friday, April 21, 2017. Both the City and American Fire Training Systems, Inc. understands this is sooner than the original 150 days allowed in the bidding documents. American Fire Training Systems, Inc. agrees to provide delivery no later than Friday, April 21, 2017 Les McGaugh Purchasing Agent Purchasing Division 113 W. Mountain City of Fayetteville, Arkansas 72701 lmc aughgfayetteville-ar.gov T 479.575.8220 1 F 479.575.8257 Website I Facebook I Twitter I YouTube 2 Wtt'ille ARKAN3A3