specifications - srq airport... · 2017-03-07 · specifications for power distribution and loading...
TRANSCRIPT
SPECIFICATIONS
FOR
POWER DISTRIBUTION AND LOADING BRIDGE
REPLACEMENT
SARASOTA BRADENTON INTERNATIONAL AIRPORT
SARASOTA, FLORIDA
SMAA Project No. PWRDISTJBRG-0-2016
FAA AIP No. 3-12-0071-053-2017
ASE Project No. 116089SMASRQ
PREPARED FOR
SARASOTA MANATEE AIRPORT AUTHORITY
Issued for Bid March 6, 2017
Prepared by: AERO Systems Engineering, Inc. 2700 Delk Rd SE, Ste 100, Marietta, GA 30067
In collaboration with:
Table of Contents
TOC-1
SARASOTA BRADENTON INTERNATIONAL AIRPORT
POWER DISTRIBUTION AND LOADING
BRIDGE REPLACEMENT
Bid Number BID-01-2017-JBR
FAA AIP No. 3-12-0071-053-2017
AERO Systems Engineering Project No. 116089SMASRQ
TABLE OF CONTENTS
SECTION PAGE NUMBERS
Table of Contents............................................................................TOC-1 to TOC-2
Notice to Bidders ............................................................................N-1 to N-2
Instructions to Bidders....................................................................IB-1 to IB-2
BID FORMS
Bid Price and Signature Page .........................................................BF-1 to BF-2
Bid Items.........................................................................................BF-3 to BF-4
Performance of Work by Subcontractors .......................................BF-5 to BF-6
Bidder Qualification Questionnaire................................................BF-7 to BF-8
Public Entity Crime Statement .......................................................BF-9 to BF-10
Non-collusion Affidavit ..................................................................BF-11 to BF-12
References ......................................................................................BF-13-BF-14
Bid Bond.........................................................................................BF-15 to BF-16
DBE Form 1 - Schedule of Committed DBE Participation ............BF-17 to BF-18
DBE Form 2 - Intent to Perform as a DBE Subcontractor .............BF-19 to BF-20
DBE Form 3 - Demonstration of Good Faith Effort to
Obtain DBE Participation .........................................................BF-21 to BF-24
Certification of Buy American Compliance ...................................BA-25 to BA-26
CONTRACT FORMS
Contract Form.................................................................................C-1 to C-7
Performance Bond ..........................................................................PF-1 to PF-2
Payment Bond.................................................................................PB-1 to PB-2
Certificate of Secretary ...................................................................CS-1
Bidders List Form ...........................................................................BL-1
ERRATA SHEETS
Errata ..............................................................................................Errata-1 to Errata-14
GENERAL PROVISIONS
10 Definition of Terms ........................................................................10-1 to 10-6
20 Proposal Requirements and Conditions..........................................20-1 to 20-4
30 Award and Execution of Contract ..................................................30-1 to 30-2
Power Distribution and Loading Bridge Replacement Sarasota Bradenton International Airport
Notice to Bidders
Page N-1
40 Scope of Work ................................................................................40-1 to 40-4
50 Control of Work..............................................................................50-1 to 50-10
60 Control of Materials........................................................................60-1 to 60-4
70 Legal Regulations and Responsibility to Public .............................70-1 to 70-8 80
Execution and Progress ..................................................................80-1 to 80-8 90
Measurement and Payment.............................................................90-1 to 90-8
100 Contractor Quality Control Program ..............................................100-1 to 100-8
105 Mobilization....................................................................................105-1 to 105-2
110 Method of Estimating Percentage of Material
Within Specification Limits (PWL) ...............................................110-1 to 110-8
130 Compliance with Federal Laws and Regulations ...........................130-1 to 130-32
SPECIAL PROVISIONS
01030 Maintenance of Air Operations Traffic ..........................................01030-1 to 01030-6
01700 Contract Closeout ...........................................................................01700-1 to 01700-6
Contractor Warranty Form .............................................................01700-7 to 01700-8
Affidavit of Payment ......................................................................01700-9 to 01700-10
Affidavit of Release of Lien ...........................................................01700-11 to 01700-12
Final Waiver of Lien.......................................................................01700-13 to 01700-14
Consent of Surety for Final Payment .............................................01700-15 to 01700-16
DBE Participation Form .................................................................01700-17 to 01700-18
01781 Project Record Documents .............................................................01781-1 to 01781-4
TECHNICAL SPECIFICATIONS
118502 POU DX PCA Units………………………………………………118502-1 to 118502-16
118504 Passenger Boarding Bridge………………………………………..118504-1 to 118504-42
118600 Aircraft Ground Power Cable…………………………………......118600-1 to 118600-5
118601 Overbridge Device………………………………………………...118601-1 to 118601-3
118602 Solid State Frequency Converter………………………………….118602-1 to 118602-13
118604 Cable Hoists……………………………………………………….118604-1 to 118604-5
260500 Basic Electrical Requirements…………………………………….260500-1 to 260500-8
260519 Low-Voltage Electrical Power Conductors and Cables…………...260519-1 to 260519-4
260523 Control-Voltage Electrical Power Cables…………………………260523-1 to 260523-5
260526 Grounding and Bonding for Electrical Systems…………………...260526-1 to 260526-2
260529 Hangers and Supports for Electrical Systems……………………...260529-1 to 260529-4
260533 Raceways and Boxes for Electrical Systems………………………260533-1 to 260533-6
260553 Identification for Electrical Systems……………………………….260553-1 to 260553-6
260573 Overcurrent Protective Coordination Study………………………..260573-1 to 260573-7
260574 Overcurrent Protective Device Arc-Flash Study…………………...260574-1 to 260574-5
262413 Switchboards………………………………………………………..260413-1 to 260413-7
262416 Panelboards…………………………………………………………260416-1 to 260416-7
264313 Surge Protection for Low-Voltage Electrical Power Circuits………264313-1 to 264313-3
P-620 Runway and Taxiway Marking……………………………………..P-620-1 to P-620-5
Power Distribution and Loading Bridge Replacement Sarasota Bradenton International Airport
Notice to Bidders
Page N-2
NOTICE TO BIDDERS
The SARASOTA MANATEE AIRPORT AUTHORITY (SMAA) will receive sealed bids for the
construction of the POWER DISTRIBUTION AND LOADING BRIDGE REPLACEMENT project at
the Sarasota Bradenton International Airport, Sarasota, Florida, at the Dan McClure Auditorium, 1123
General Spaatz Boulevard, Sarasota, Florida, 34243, until 3:00 P.M. EDT, on April 11, 2017, at which
time the bids will be publicly opened and read aloud. Bids received after stated time will not be accepted.
The work may generally be described as follows:
The project’s general scope will be to replace 13 Passenger Boarding Bridges at the existing facility on
Concourse B. The project includes new point of use (POU) preconditioned air (PCA) units and 400Hz
ground power units (GPU), and upgrades and modifications to the existing facility's electrical distribution.
The project also includes modifications to all aircraft parking and airside ramp striping to include
modifications to the perimeter vehicle service road as necessary to accommodate the desired fleet mix at
the gates, and as allowable while maintaining adequate clearances from adjacent taxiways and meeting
ADA requirements.
The project shall be organized in a manner that considers normal airport tenant operations, minimizes
negative impacts on airport operations.
The contract time will be 392 calendar days from date of Notice to Proceed and within the prescribed
phasing described in the Project Manual and Construction and Safety Phasing Plan.
Questions regarding this bid shall be directed in writing to Elisa Traub, Project Coordinator, Engineering,
Planning & Facilities at: [email protected], or by Fax: (941) 359-5007. Requests received prior
to March 24, 2017 will be responded to and uploaded to Demand Star and SRQ’s website.
A Pre-Bid Conference is scheduled for 2:00 p.m., on March 16, 2017 in the Dan McClure Auditorium, at
the Engineering Building, Sarasota Bradenton International Airport, 1123 General Spaatz Boulevard,
Sarasota, Florida, 34243. All interested prime contractors are strongly urged to attend.
Bid security in the form of a bid bond equal to 5% of the total bid made payable to the Sarasota Manatee
Airport Authority is required. Contract security in the form of 100% Performance and Payment Bonds will
be required.
No bid may be withdrawn after closing time for the receipt of sealed bid for a period of one hundred
twenty (120) days. A Notice of Award for the Contract will be issued once a successful Bidder has been
determined and funding has been secured.
Certain mandatory federal requirements, as fully described in bid documents, apply to this solicitation and
will be made a part of any contract awarded. Bidders are encouraged to carefully review and familiarize
themselves with these federal requirements.
Bidding and Contract documents may be obtained from https://www.demandstar.com. Plans are also
available for limited viewing in the Engineering, Planning & Facilities office at Sarasota Bradenton
International Airport beginning March 6, 2017 upon advance notice. Please contact Rob Walker, CAD/GIS
System Operator on Ext. 4273 to coordinate.
Sarasota Manatee Airport Authority
Engineering, Planning & Facilities Department
Dan McClure Auditorium
1123 General Spaatz Blvd.
Sarasota, FL 34243
Power Distribution and Loading Bridge Replacement Sarasota Bradenton International Airport
Notice to Bidders
Page N-3
The award for this contract is contingent upon the availability of AIP, FAA, FDOT, and SMAA funding.
All Bidders must be licensed in accordance with Florida Laws.
Prime Contractor must be a licensed General Contractor in the State of Florida with insurance as required by
the bid documents and shall have completed a minimum of 2 jobs of similar scope, each with a minimum of
10 PBB's, and including experience with 400 Hz and PCA Systems, and building electrical infrastructure and
distribution upgrades, within the last 2 years. Submit project details with bid. Include location, description,
contract value, and Owner's current contact information, including address, phone and email.
Prime Contractor or their subcontractor must be certified by the PBB/PCA/400Hz Manufacturer(s) for
installation of their equipment, and shall be capable of and certified by the PBB/PCA/400Hz manufacturer(s)
to perform warranty services on the equipment at this location for the duration of the warranty period. Submit
manufacturer's certifications with bid.
Prime Contractor shall submit his qualifications on AIA Document A305, "Contractor's Qualification
Statement".
The Sarasota Manatee Airport Authority reserves the right to waive any informalities or irregularities in the
A305, “Contractor’s Qualification Statement,” and/or bids received and to reject any or all bids or to award
or refrain from awarding the contract for the work, whichever is deemed to be in the Owner’s best interests.
Instruction to Bidders
Page IB-1
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
INSTRUCTIONS FOR MAILING A SEALED
REQUEST FOR BID
IN RESPONSE TO A BID SOLICITATION
1. These instructions apply to all offers made to the Sarasota Manatee Airport Authority by prospective bidders
on behalf of Solicitations issued by the Authority. They shall include, but not be limited to, Invitations to Bid,
Requests for Bids, Requests for Quotes, and Requests for Qualifications. As such, the words "Bid" and
"Proposal" are used interchangeably in reference to all offers submitted by prospective vendors.
2. Each Bid returned to the Authority must have the following information clearly marked on the face of a sealed
opaque envelope:
A. Bidder's Name & Return Address
B. Bid Number
C. Opening Date of the Bid
D. Title of the Bid
3. The Bidder shall mail each Bid, and any applicable attachments in one envelope or box, properly signed and
completed. If Bids are submitted via air packets (i.e. UPS, Airborne, Fed-X, etc.), the Bid must be in a
sealed envelope within the packet with the bid number on the envelope or it may be considered non-
responsive or void.
4. Proposals being submitted at the same time for different Bid Solicitations, each distinct Bid shall be placed in
a separate envelope or box and each shall carry proper identification as outlined above.
5. The responsibility for obtaining, completing and submitting this Bid to the Authority on or before the stated
time and date will be solely and strictly the responsibility of the Bidder. The Authority will in no way be
responsible for delays caused by the United States mail delivery or caused by any other occurrence. Bids
received by the Authority after the time and date stipulated in the solicitation shall be considered non-
responsive and shall be returned unopened to the Bidder. The Authority shall decide when the specific time
has arrived after which bids will no longer be received.
6. Bids must be submitted to the address given below before the opening time and date specified on the Cover
Sheet to be eligible to participate in this bid.
Submit six (6) copies of the complete bid, in a sealed envelope (box) that is clearly marked on the outside
as:
SARASOTA BRADENTON INTERNATIONAL AIRPORT
POWER DISTRIBUTION AND LOADING
BRIDGE REPLACEMENT
Address Bid to:
Mr. Kent Bontrager, P.E., Vice President
Engineering, Planning & Facilities
Sarasota Manatee Airport Authority 6000
Airport Circle
Sarasota, Florida 34243
Instruction to Bidders
Page IB-2
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
LIST OF BID FORMS
This Section includes all of the forms required from the Bidder in order to submit a responsive and responsible
bid. The forms can be used directly from this Request for Bid or duplicated. The forms that comprise the Bid
are:
FORMS REQUIRED WITH SUBMITTAL:
Bid Price and Signature Page
Bid Back-Up Page
Work Performed by Subcontractors
Bidder Qualification Questionnaire
Public Entity Crime Statement
Non-collusion Affidavit
References
Bid Bond
DBE Form Set
Certificate of Buy American Compliance
FORMS REQUIRED AFTER AWARDED:
Contract Form or Agreement
Performance and Payment Bond
Certificate of Secretary
Bidders List Form
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
BID FORMS
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
[This page intentionally left blank]
Bid Forms
Page BF-1
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
BID FORMS
BID PRICE AND SIGNATURE PAGE
The Bidder shall be required to submit bids on the Base Bid to be considered.
1. TOTAL BASE BID: $
Dollars and Cents
Acknowledgment is hereby made of the following Addendum or Amendments (identified by number) received since
issuance of this bid.
THE UNDERSIGNED BIDDER CERTIFIES THAT THIS BID IS SUBMITTED IN ACCORDANCE WITH THE SPECIFICATIONS
AND CONDITIONS GOVERNING THIS BID, AND THAT THE BIDDER WILL ACCEPT ANY AWARDS MADE TO HIM/HER
AS A RESULT OF THIS BID.
BIDDER:
(Company Name)
BUSINESS:
(Mailing Address)
TELEPHONE NO.:
AUTHORIZED SIGNATURE:
(Signature) (Date)
TITLE:
FEDERAL ID NO. (as used on Return Form 941) OF BIDDER:
If none, Bidder's SOCIAL SECURITY NO.:
Bid Forms
Page BF-2
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
[This page intentionally left blank]
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
BID
SARASOTA BRADENTON INTERNATIONAL AIRPORT
POWER DISTRIBUTION AND LOADING
BRIDGE REPLACEMENT
Bid Number BID-01-2017-JBR
FAA AIP No. 3-12-0071-053-2017
AERO Systems Engineering Project No. 116089SMASRQ
Item No.
BID FORM
Unit Prices Extended
Estimated Item With Unit or Lump Sum Prices In Figures Total
Quantity Written In Words ---------------- ---------------
Dollar/Cent Dollar/Cent
Description Qty Unit Cost (Words) Unit Cost ($) Extension ($)
PBB with all ancillaries (Gate B1) 1
PBB with all ancillaries (Gate B2) 1
PBB with all ancillaries (Gate B3) 1
PBB with all ancillaries (Gate B4) 1
PBB with all ancillaries (Gate B5) 1
PBB with all ancillaries (Gate B6) 1
PBB with all ancillaries (Gate B7) 1
PBB with all ancillaries (Gate B8) 1
PBB with all ancillaries (Gate B9) 1
PBB with all ancillaries (Gate B10) 1
PBB with all ancillaries (Gate B11) 1
PBB with all ancillaries (Gate B12) 1
PBB with all ancillaries (Gate B14) 1
Walkway (Gate B1) 1
90KVA 400Hz GPU 8
180kVA 400Hz GPU 1
50 Ton PCA 12
120 Ton PCA 1
Bag Slides 8
Electrical Upgrades, Demolition & Construction
1 (lot)
Ramp Striping, Removal & Installation 1 (lot)
PBB Equipment Installation (including PCA, 400Hz, and all ancillaries)
1 (lot)
Ramp Lighting Upgrade 1 (lot)
Equipment Training 1 (lot)
Equipment Testing & Commissioning 1 (lot)
Freight 1 (lot)
Total Base Bid
Note: It is the intention of SMAA to purchase the passenger boarding bridges directly from the manufacturer per Article 9 of the Contract Form.
Bid Items Page BF-3
BASE BID
Bid Forms
Page BF-4
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
[This page intentionally left blank]
Bid Forms
Page BF-5
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
PERFORMANCE OF WORK BY SUBCONTRACTORS
The BIDDER hereby states that he proposes, if awarded the Contract, to use the following subcontractors on
this project: List below all proposed subcontractors and trade specialties and costs. (List only one subcontractor
for each item.) Write on back or provide additional pages of additional space is needed.
SUBCONTRACTORS INCLUDE:
NAME OF FIRM, ADDRESS &
PHONE NO.
CONTACT PERSON &
CONTACT INFORMATION TRADE SPECIALTY
COST OF
SUBCONTRACTOR
WORK
TOTAL:
Bid Forms
Page BF-6
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
[This page intentionally left blank]
Bid Forms
Page BF-7
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
BIDDER QUALIFICATION QUESTIONNAIRE
1. Name of Company:
2. Address:
3. Area Code & Phone Number:
4. Is your Company a Corporation , Partnership , or individually owned ?
If incorporated, in what state ?
5. Give names and titles of persons of authority in your organization. If partnership, list all partners.
______________________________________________________________________________________
______________________________________________________________________________________
6. What types of services do you provide other than ?
_______________________________________________________________________________________
7. How long has your organization been in business under your present name? years.
Former names, if any
How long under former names? years.
8. Affiliated companies: (If parent company, list subsidiaries and divisions. If subsidiary or division, name of
parent company, its principals and their addresses.)
_________________________________________________________________________________________
_________________________________________________________________________________________
9. What are your craft labor affiliations?
10. What surety companies have furnished bonds for you in the past?
11. What are your bond limits?
12. Are there any judgments, suits or claims pending against your firm? ______________________________ If
so, submit brief details on a separate sheet and attach.
13. Are there any liens for labor or material filed on any of your work? If
so, submit brief details on a separate sheet and attach.
14. Please furnish the following:
a. Copy of your last fiscal year financial statement (audited, if available). Please be advised Sarasota Manatee
Airport Authority is a government entity and therefore subject to the public record law defined in Chapter
119, F.S. Section 119.07(3)(m), F.S. provides an exemption for sealed Bids or Proposals received pursuant
to invitations to Bid or Requests for Proposals until such time as the agency provides notice of a decision or
intended decision or within 10 days after bid or proposal opening, whichever is earlier.
b. Any other information you would like considered, including bank and trade references.
Bid Forms
Page BF-8
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
[This page intentionally left blank]
Bid Forms
Page BF-9
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
SWORN STATEMENT UNDER SECTION 287.133(3)(a),
FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES
THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL
AUTHORIZED TO ADMINISTER OATHS.
1. This sworn statement is to SARASOTA MANATEE AIRPORT AUTHORITY
By
[print individual's name and title]
for (name of entity submitting sworn statement)
[print name of entity submitting sworn statement]
whose business address is
and (if applicable) its Federal Employer Identification Number (FEIN) is
(If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: )
2. I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of
any state or federal law by a person with respect to and directly related to the transaction of business with any public
entity or with an agency or political subdivision of any other state or with the United States, including, but not limited
to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision
of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering,
conspiracy, or material misrepresentation.
3. I understand that "convicted" or conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding
of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial
court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict,
non-jury trial, or entry of a plea of guilty or nolo contendere.
4. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means:
1. A predecessor or successor of a person convicted of a public entity crime; or
2. An entity under the control of any natural person who is active in the management of the entity and who has
been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners,
shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by
one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among
persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person
controls another person. A person who knowingly enters into a joint venture with a person who has been convicted
of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate.
5. I understand that a "person" as defined in Paragraph 287.133(1)(c), Florida Statutes, means any natural person or
entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract
and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which
otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers,
directors, executives, partners, shareholders, employees, members, and agents who are active in management of an
entity.
Bid Forms
Page BF-10
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
6. Based on information and belief, the statement which I have marked below is true in relation to the entity
submitting this sworn statement. [Indicate which statement applies.]
Neither the entity submitting this sworn statement, nor its officers, directors, executives, partners,
shareholders, employees, members, or agents who are active in management of the entity, nor any affiliate of the
entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners,
shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of the entity
has been charged with and convicted of a public entity crime subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners,
shareholders, employees, members or agents who are active in the management of the entity, or an affiliate of the
entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has
been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings
and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity
submitting this sworn statement on the convicted vendor list. [attach of copy of the final order]
I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE
PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY
AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT
IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO
ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION
287.017, FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION
CONTAINED IN THIS FORM.
[signature]
Sworn to and subscribed before me this day of , 2017.
Personally known
OR Produced identification Notary Public - State of
My commission expires
(Type of identification)
(Printed, typed or stamped
commissioned name of notary public)
Form PUR 7068 (REV. 06/11/92)
Bid Forms
Page BF-11
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
NON-COLLUSION AFFIDAVIT
STATE OF
COUNTY OF
, being first duly sworn, deposes and
says that [Name of Bidder Representative]
he/she is of
[Sole Owner, a Partner, President, Secretary, etc.] [Name of Business]
the party making the foregoing Proposal or Bid that such Bid is genuine and not collusive or sham; that said Bidder has
not colluded, conspired, connived, or agreed, directly or indirectly, with any Bidder or person, to put in a sham Bid, or that
such other person shall refrain from bidding, and has not in any manner, directly or indirectly sought by agreement or
collusion, or communication or conference, with any person, to fix the Bid Price of affiant or any other Bidder, or to fix
any overhead, profit or cost element of said Bid Price, or of that of any other Bidder, or to secure any advantage against
Owner any person interested in the proposed Bid; and that all statements in said Proposal or Bid are true; and further, that
such Bidder has not, directly or indirectly submitted this Bid, or the contents thereof, or divulged information or date
relative thereto to any association or to any member or agent thereof.
[Signature of Bidder Representative]
Sworn to and subscribed before me this day of , 2017.
Personally known Notary Public – State of:
OR Produced identification My commission expires:
[Type of Identification] [Printed, typed or stamped: Commissioned name of
Notary Public]
Bid Forms
Page BF-12
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
[This page intentionally left blank]
Bid Forms
Page BF-13
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
REFERENCES
State a minimum of 4 similar projects, preferably local to the Sarasota Manatee Airport Authority (SMAA) that
have been in existence for the past 24 months. These clients may be contacted for references.
1. Customer Name:
_________________________________________________________________________________________
Address:
_________________________________________________________________________________________
_________________________________________________________________________________________
Contact: ____________________________________________ Telephone:
Date of Contact: ________________________
2. Customer Name:
_________________________________________________________________________________________
Address:
_________________________________________________________________________________________
_________________________________________________________________________________________
Contact: ____________________________________________ Telephone:
Date of Contact: ________________________
3. Customer Name:
_________________________________________________________________________________________
Address:
_________________________________________________________________________________________
_________________________________________________________________________________________
Contact: ____________________________________________ Telephone:
Date of Contact: ________________________
Bid Forms
Page BF-14
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
4. Customer Name:
_________________________________________________________________________________________
Address:
_________________________________________________________________________________________
_________________________________________________________________________________________
Contact: ____________________________________________ Telephone:
Date of Contact: ________________________
5. Customer Name:
_________________________________________________________________________________________
Address:
_________________________________________________________________________________________
_________________________________________________________________________________________
Contact: ____________________________________________ Telephone:
Date of Contact: ________________________
Bid Forms
Page BF-15
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned
as Principal, and
as Surety, are hereby
held and firmly bound unto OWNER in the
penal sum of for The payment of which, well
and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors,
administrators, successors, and assigns.
Signed, this day of , 20 .
The conditions of the above obligation is such that whereas the Principal has submitted to Sarasota
Manatee Airport Authority certain BID, attached hereto and hereby made a part hereof to enter into
a Contract in writing for the Power Distribution and Loading Bridge Replacement at Sarasota
Bradenton International Airport.
NOW THEREFORE,
(a) If said Bid shall be rejected, or in the alternate,
(b) If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the
Form of Agreement attached hereto (properly completed in accordance with said Bid)
and for the payment of all persons performing labor or furnishing materials in connection
therewith, and shall in all other respects perform the agreement created by the acceptance
of said BID, then this obligation shall be void, otherwise the same shall remain in force
and effect; it being expressly understood and agreed that the liability of the Surety
for any and all claims hereunder shall, in no event, exceed the penal amount of this
obligation as herein stated.
The Surety, for value received, hereby stipulates and agrees that obligations of said Surety and
its Bonds shall be in no way impaired or affected by any extension of the time within which
the Owner may accept such BID; and said Surety does hereby waive notice of any such
extension.
Bid Forms
Page BF-16
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and
such of them as are corporations have caused their corporate seals to be hereto affixed and these
presents to be signed by their proper officers, the day and year first set forth above.
Principal
Surety
(L.S.)
By:
(SEAL)
(1) Date of Bond must be same date as Bid.
(2) Bond must be signed or countersigned by Surety's proper Florida Resident Agent. Date of
Power of Attorney shall be same date as date of Bond.
(3) If a Partnership, all partners shall execute Bond.
Bid Forms
Page BF-17
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
SARASOTA MANATEE AIRPORT
AUTHORITY SCHEDULE OF
COMMITTED DBE PARTICIPATION
PROJECT:
CONTRACT:
BIDDER:
TOTAL BID:
DBE CONTRACT GOAL: 5%
Name of DBE
Sub-Contractor
Address of DBE
Subcontractor
Type of Work
Subcontracted
Value of DBE
Subcontract
TOTAL DBE PARTICIPATION VALUE
TOTAL DBE PARTICIPATION AS A % OF BID
The undersigned will enter into a formal agreement with the DBE Subcontractors listed above to
perform the above described work conditioned upon the execution of a prime contract with the
Sarasota Manatee Airport Authority. The undersigned further confirms that they have reviewed
the Florida UCP Directory available at
http://www3b.dot.state.fl.us/EqualOpportunityOfficeBusinessDirectory/ and determined that
each subcontractor listed above was a Florida certified DBE as of the execution date shown
below.
Name of Bidding Firm
Authorized Signature and Date
Printed Name & Title of Authorized Signer
Bid Forms
Page BF-18
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
[This page intentionally left blank]
Bid Forms
Page BF-19
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
SARASOTA MANATEE AIRPORT AUTHORITY
INTENT TO PERFORM AS A DBE SUBCONTRACTOR
PROJECT:
CONTRACT:
PRIME CONTRACTOR:
The undersigned hereby certifies that their firm is prepared to act as a Subcontractor to the above
named Prime Contractor on the indicated project in the performance of the following described
work:
at a bid price of and agrees to enter into a contract with said Prime Contractor
if Prime Contractor is awarded the prime contract by the Sarasota Manatee Airport Authority.
The undersigned further confirms that their firm is a DBE certified by the Florida Unified
Certification Program and in good standing as of the execution date shown below.
Name of DBE Subcontracting Firm
Authorized Signature and Date
Printed Name & Title of Authorized Signer
Telephone Number
E-mail Address
Note to Bidder: This Form 2 is to be completed separately for each DBE firm listed on DBE Form
1.
Bid Forms
Page BF-20
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
[This page intentionally left blank]
Bid Forms
Page BF-21
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
SARASOTA MANATEE AIRPORT AUTHORITY
DEMONSTRATION OF GOOD FAITH EFFORTS TO OBTAIN DBE
PARTICIPATION
PROJECT:
CONTRACT:
PRIME CONTRACTOR:
In order for a bid submission to be considered responsive to this Request for Bids, Bidder must demonstrate Good
Faith Efforts to meet the DBE Contract Goal established by the Sarasota Manatee Airport Authority (SMAA) for
this contract. The Bidder can meet the DBE requirements of this Request for Bids in either of two ways:
1. The Bidder can meet the goal, documenting sufficient commitments for participation by DBE
subcontracting firms using DBE FORM 1.
2. If the Bidder is unable to meet the established DBE Contract Goal by obtaining sufficient
commitments from DBE subcontracting firms, the Bidder must fully document that sufficient Good Faith
Efforts were made to obtain those commitments.
If the Bidder intends to meet the DBE requirements of this Request for Bids using method 2. above, the
Bidder must complete Attachment A to this DBE FORM 3 and include with its bid submittal complete
documentation demonstrating that it took all necessary and reasonable actions to achieve DBE participation
sufficient to meet the DBE Contract Goal and that the scope, intensity, and appropriateness of the actions
taken could reasonably have been expected to have resulted in sufficient DBE participation.
As outlined in the SMAA’s DBE Program, the sufficiency of the efforts made by the Bidder will initially be
determined by SMAA’s DBE Liaison, with an opportunity for an appeal of a negative determination. The
evaluation of the Bidder’s efforts will consider the quality, quantity, and intensity of the different kinds of efforts
that the Bidder has made, as well as the performance of other bidders in meeting the DBE Contract Goal for this
contract. The efforts employed by the Bidder should be those that one could reasonably expect a Bidder to take if
the Bidder were actively and aggressively trying to obtain DBE participation sufficient to meet the DBE Contract
Goal.
The following is a list of some types of actions that a Bidder should consider taking to obtain DBE participation.
It is not intended to be a mandatory checklist, nor is it intended to be exclusive or exhaustive:
1. Soliciting through all reasonable and available means (e.g. attendance at pre-bid meetings, advertising,
written notices, telephone or email contact) the interest of all certified DBEs who have the capability to perform
the work of the contract. Bidder must solicit this interest within sufficient time to allow the DBEs to respond to
the solicitation. The Bidder must determine with certainty if the DBEs are interested by taking appropriate steps
to follow up initial solicitations.
This Form and the information that it requires to be submitted are only applicable if DBE FORM 1 does
NOT demonstrate that the Bidder has obtained DBE participation commitments from DBE subcontractors
sufficient to meet the established DBE Contract Goal.
Bid Forms
Page BF-22
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
2. Selecting appropriate portions of the work to be performed by DBEs in order to increase the likelihood
that the DBE goals will be achieved. This includes, where appropriate, breaking out contract work items into
economically feasible units to facilitate DBE participation, even when the prime contractor might otherwise
prefer to perform these work items with its own forces.
3. Providing interested DBEs with information about the plans, specifications, and requirements of the
contract in a timely manner to assist them in responding to a solicitation.
4. Negotiating in good faith with interested DBEs. It is the Bidder's responsibility to make a portion of the work
available to DBE subcontractors and suppliers and to select those portions of the work or material needs consistent
with the available DBE subcontractors and suppliers, so as to facilitate DBE participation. Evidence of such
negotiation includes the names, addresses, and telephone numbers of DBEs that were considered; a description of
the information provided regarding the plans and specifications for the work selected for subcontracting; and
evidence as to why agreements could not be reached for DBEs to perform the work. A Bidder using good business
judgment would consider a number of factors in negotiating with subcontractors, including DBE subcontractors,
and would take a firm's price and capabilities as well as contract goals into consideration. However, the fact that
there may be some additional costs involved in finding and using DBEs is not in itself sufficient reason for a
Bidder's failure to meet the DBE Contract Goal, as long as such costs are reasonable. Also, the ability or desire of a
Bidder to perform the work of a contract with its own organization does not relieve the Bidder of the responsibility
to make Good Faith Efforts. Bidders are not, however, required to accept higher quotes from DBEs if the price
difference is excessive or unreasonable.
5. Not rejecting DBEs as being unqualified without sound reasons based on a thorough investigation of their
capabilities. The subcontractor's standing within its industry, membership in specific groups, organizations, or
associations and political or social affiliations (for example union vs. non-union employee status) are not legitimate
causes for the rejection or non-solicitation of bids in the Bidder’s efforts to meet the DBE Contract Goal.
6. Making efforts to assist interested DBEs in obtaining bonding, lines of credit, or insurance as
required by the recipient or contractor.
7. Making efforts to assist interested DBEs in obtaining necessary equipment, supplies, materials, or related
assistance or services.
8. Effectively using the services of available minority/women community organizations; minority/women
contractors' groups; local, state, and Federal minority/women business assistance offices; and other
organizations as allowed on a case-by-case basis to provide assistance in the recruitment and placement of
DBEs.
Bid Forms
Page BF-23
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
SARASOTA MANATEE AIRPORT AUTHORITY
DEMONSTRATION OF GOOD FAITH EFFORTS TO OBTAIN DBE PARTICIPATION
ATTACHMENT A - CERTIFICATION
The intent of this certification is to assist in documenting the good faith efforts in which the Bidder engaged to
obtain DBE participation in those instances where the Bidder was unable to obtain commitments from DBE
subcontractors sufficient to meet the established DBE Contract Goal. The certification form itself should be
supplemented with supporting documentation evidencing the efforts described on the form as well as any other
efforts made which are not specifically described on the certification form.
Notifying DBE Firms of Contracting Opportunities
In the table below, indicate which firms received written (mail, email or courier) notification of work items to be
subcontracted. In the appropriate space also indicate when firms received subsequent telephone solicitations.
Please attach additional pages(s) so that all companies contacted are listed. Attach photocopies of all written
solicitations to DBE firms.
Name of DBE Contractor
Contacted
Date of Written
Notification
E-mail Address Telephone
Number
Date of Telephone
Notification
Identifying Subcontract Work Items
Which portions of the contract proposal, in terms of the nature of work, were selected to be subcontracted to
DBE firms? (Attach additional pages if necessary.)
Providing DBE’s With Assistance
Explain any efforts undertaken to provide DBE firms with information about project plans, specifications and
requirements of the contract. (Attach additional pages if necessary.)
Bid Forms
Page BF-24
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
Describe any efforts undertaken to assist interested DBE firms in obtaining bonding, lines of credit, or
insurance required for this contract. (Attach additional pages if necessary.)
Describe any other efforts initiated to provide special assistance to DBE firms interested in participating
in the project or other special services used in order to foster DBE participation. (Attach additional pages
if necessary.)
Negotiating with DBEs in
Good Faith Submit copies of all quotes received from DBEs and provide a brief explanation of why these DBE
project quotes were rejected. Submit copies of non-DBE quotes that were used instead of the rejected
DBE quotes.
I certify that I have utilized comprehensive “good faith” efforts to solicit and utilize DBE firms to meet
the DBE participation requirements of this contract proposal, as demonstrated by my responses above.
I further certify that the information given in this Certificate of Good Faith Efforts is true and correct to
the best of my knowledge and belief.
I understand that any willful falsification, fraudulent statement or misrepresentation will result in
appropriate sanctions, which may involve debarment and/or prosecution under applicable Federal laws.
Name of Bidding Firm
Authorized Signature and Date
Printed Name & Title of Authorized Signer
Bid Forms
Page BF-25
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
CERTIFICATE OF BUY AMERICAN COMPLIANCE
(Certificate Style A for use on projects involving vertical construction)
As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, and submit this certification
statement with their proposal. The bidder or offeror must indicate how they intend to comply with 49 USC §
50101 by selecting one of the following certification statements. These statements are mutually exclusive. Bidder
must select one or the other (i.e. not both) by inserting a checkmark ( ) or the letter “X”.
Bidder or offeror hereby certifies that it will comply with 49 USC. 50101 by:
a) Only installing steel and manufactured products produced in the United States; or
b) Installing manufactured products for which the FAA has issued a waiver as indicated by
inclusion on the current FAA Nationwide Buy American Waivers Issued listing; or
c) Installing products listed as an Excepted Article, Material or Supply in Federal Acquisition
Regulation Subpart 25.108.
By selecting this certification statement, the bidder or offeror agrees:
1. To provide to the Owner evidence that documents the source and origin of the steel and
manufactured product.
2. To faithfully comply with providing US domestic products.
3. To refrain from seeking a waiver request after establishment of the contract, unless
extenuating circumstances emerge that the FAA determines justified.
The bidder or offeror hereby certifies it cannot comply with the 100% Buy American Preferences of 49
USC § 50101(a) but may qualify for either a Type 3 or Type 4 waiver under 49 USC § 50101(b). By
selecting this certification statement, the apparent bidder or offeror with the apparent low bid agrees:
1. To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver request
and required documentation that support the type of waiver being requested.
2. That failure to submit the required documentation within the specified timeframe is cause for a
non-responsive determination that may result in rejection of the proposal.
3. To faithfully comply with providing US domestic products at or above the approved US
domestic content percentage as approved by the FAA.
4. To furnish US domestic product for any waiver request that the FAA rejects.
5. To refrain from seeking a waiver request after establishment of the contract, unless
extenuating circumstances emerge that the FAA determines justified.
Required Documentation
Type 3 Waiver - The cost of components and subcomponents produced in the United States is more that 60% of
the cost of all components and subcomponents of the “facility”. The required documentation for a type 3 waiver
is:
a) Listing of all manufactured products that are not comprised of 100% US domestic content (Excludes
products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by
Federal Acquisition Regulation Subpart 25.108; products of unknown origin must be considered as non-
domestic products in their entirety)
b) Cost of non-domestic components and subcomponents, excluding labor costs associated with final
assembly and installation at project location.
Bid Forms
Page BF-26
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
c) Percentage of non-domestic component and subcomponent cost as compared to total “facility” component
and subcomponent costs, excluding labor costs associated with final assembly and installation at project
location.
Type 4 Waiver – Total cost of project using US domestic source product exceeds the total project cost using non-
domestic product by 25%. The required documentation for a type 4 of waiver is:
a) Detailed cost information for total project using US domestic product
b) Detailed cost information for total project using non-domestic product
False Statements: Per 49 USC § 47126, this certification concerns a matter within the jurisdiction of the Federal
Aviation Administration and the making of a false, fictitious or fraudulent certification may render the maker
subject to prosecution under Title 18, United States Code.
Date Signature
Company Name Title
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
CONTRACT FORMS
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
[This page intentionally left blank]
Contract Form
C-1
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
CONTRACT FORM
THIS AGREEMENT is dated as of the day of in the year 2017 by and
between THE SARASOTA MANATEE AIRPORT AUTHORITY (hereinafter called OWNER) and
. (hereinafter called CONTRACTOR).
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree
as follows:
Article 1. WORK.
CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The
Work is generally described as follows:
The project’s general scope will be to replace 13 Passenger Boarding Bridges at the existing
facility on Concourse B. The project includes new point of use (POU) preconditioned air (PCA)
units and 400Hz ground power units (GPU), and upgrades and modifications to the existing
facility's electrical distribution. The project also includes modifications to all aircraft parking and
airside ramp striping to include modifications to the perimeter vehicle service road as necessary to
accommodate the desired fleet mix at the gates, and as allowable while maintaining adequate
clearances from adjacent taxiways and meeting ADA requirements.
This Contract shall include the Base Bid work shown in the Bid Schedule and as described in the
Construction Drawings, depending on the amount of funding available.
The Project, for which the Work under the Contract Documents may be the whole or only a part, is
generally described as follows: SARASOTA BRADENTON INTERNATIONAL AIRPORT
POWER DISTRIBUTION AND LOADING
BRIDGE REPLACEMENT
FAA AIP No. 3-12-0071-053-2017
Article 2. ENGINEER.
The Project has been designed by
AERO Systems Engineering
2700 Delk Road, Suite 100
Marietta, GA 30067
Contract Form
C-2
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
who is hereinafter called ENGINEER and who is to act as OWNER's representative, assume all
duties and responsibilities and have the rights and authority assigned to ENGINEER in the Contract
Documents in connection with completion of the Work in accordance with the Contract Documents.
Article 3. CONTRACT TIME.
3.1 The Work will be completed and ready for final payment in accordance with paragraph 50-15
of the General Provisions as follows:
Completion of Project: The entire project including procurement of materials shall be
completed within 392 consecutive calendar days from the date of Notice-To-Proceed.
3.2 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of
this Agreement and that OWNER will suffer financial loss if the Work is not completed
within the times specified in paragraph 3.1 above, plus any extensions thereof allowed in
accordance with Paragraph 80-07 of the General Provisions. They also recognize the delays,
expense and difficulties involved in proving in a legal or arbitration proceeding the actual
loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of
requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for
delay (but not as a penalty) CONTRACTOR shall pay OWNER the amount as stipulated in
Paragraph 80-08 of the General Provisions for each calendar day that expires after the time
specified in paragraph 3.1 for Completion and readiness for Substantial and Final
Completion.
3.3 CONTRACTOR understands and hereby expressly agrees that in addition to liquidated
damages specified in Article 3.2 above, to pay the OWNER the actual costs to OWNER for any inspector or inspectors necessarily employed by OWNER on the Work and the actual costs to OWNER for the ENGINEER's observation of construction and project representative services including all travel and subsistence expenses after the date specified for completion until the Work is completed and ready for final payment.
3.4.1 CONTRACTOR agrees that the sums to be paid the OWNER in accordance with Articles 3.2 and 3.3 above may be deducted from the sum due the CONTRACTOR for work performed.
Article 4. CONTRACT PRICE.
4.1 OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents, and in accordance with the unit bid prices submitted on ____________, 2017 which is the bid contract amount of $ .
Article 5. PAYMENT PROCEDURES.
CONTRACTOR shall submit Applications for Payment in accordance with General Provisions Section 90 and Florida Statute 218.735 but in no case shall submit Applications for Payment more than once per month. Applications for Payment will be processed by ENGINEER as provided in the General Provisions.
Contract Form
C-3
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
5.1 Progress Payments. OWNER will make progress payments on account of the Contract Price
on the basis of CONTRACTOR's Applications for Payment as recommended by ENGINEER,
in accordance with General Provisions Section 90 and Florida Statute 218.735 after receipt of
an application for payment that has been reviewed and approved by the Engineer. The last
Friday of every month that work is performed shall be the ending date for establishing the
quantity of units completed for submission in the application for payment.
5.1.1 Progress payments will be made in an amount equal to the percentage of work
complete as determined by CONTRACTOR and agreed upon by ENGINEER, less the
aggregate of payments previously made and less such amounts as ENGINEER shall
determine, or OWNER may withhold, in accordance with Florida Statute 218.735.
5.1.2 With each application for payment, the Contractor shall submit his DBE expenditures
for the month as well as a total-to-date. The expenditure report shall include the name,
date and amounts paid to each DBE subcontractor.
5.1.3 With each application for payment, the Contractor shall submit an updated CPM
schedule delineating activities completed and those remain to be completed.
Additionally, he needs to identify any logic changes made since submission of his first
(baseline) CPM schedule. Detailed Bar Chart, Network Diagram and Standard Report
for all activities are required and shall be submitted on both hard (paper) copies as well
as the electronically.
5.1.4 The Contractor is advised that the certified payroll for his organization as well as all
of his subcontractors must be current within 14 days of the requested Application for
Payment.
The Contractor shall submit a manual set(s) for each item of equipment installed as
part of the Contract work when submitting a pay request for payment of the item(s)
requiring manual set(s). The set(s) shall include operation, maintenance, and parts
manuals.
5.1.6 Contractor's failure to submit an acceptable DBE expenditure report, CPM schedule
update, parts/operational/maintenance manual set(s), or not meeting the requirements
for the certified payroll submission schedule, as outlined in 5.1.2, 5.1.3 and 5.1.4, and
5.1.5 above, will result in withholding of his progress payment by the Owner until
these requirements are satisfied.
5.2 Final Payment. Upon final completion and acceptance of the Work in accordance with
Section 50 of the General Provisions, OWNER shall pay the remainder of the Contract Price
as recommended by ENGINEER.
Contract Form
C-4
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
Article 6. CONTRACTOR'S REPRESENTATIONS.
In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following
representations:
6.1 CONTRACTOR has familiarized itself with the nature and extent of the Contract
Documents, Work, site, locality, and all local conditions and Laws and Regulations that in
any manner may affect cost, progress, performance or furnishing of the Work.
6.2 CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining
and carefully studying) all such examinations, investigations, explorations, tests, reports and
studies which pertain to the subsurface or physical conditions at or contiguous to the site or
otherwise may affect the cost, progress, performance or furnishing of the Work as
CONTRACTOR considers necessary for the performance or furnishing of the Work at the
Contract Price, within the Contract Time and in accordance with the other terms and
conditions of the Contract Documents, including the General Provisions and no additional
examinations, investigations, explorations, tests, reports, studies or similar information or
data are or will be required by CONTRACTOR for such purposes.
6.3 CONTRACTOR has reviewed and checked all information and data shown or indicated on
the Contract Documents with respect to existing Underground Facilities at or contiguous to
the site and assumes responsibility for the accurate location of said Underground Facilities.
No additional examinations, investigations, explorations, tests, reports, studies or similar
information or data in respect of said Underground Facilities are or will be required by
CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the
Contract Time and in accordance with the other terms and conditions of the Contract
Documents.
6.4 CONTRACTOR has correlated the results of all such observations, examinations,
investigations, explorations, tests, reports and studies with the terms and conditions of the
Contract Documents.
6.5 CONTRACTOR has given ENGINEER written notice of all conflicts, error or discrepancies
that he has discovered in the Contract Documents and the written resolution thereof by
ENGINEER is acceptable to CONTRACTOR.
Article 7. CONTRACT DOCUMENTS.
The Contract Documents which comprise the entire agreement between OWNER and
CONTRACTOR concerning the Work consist of the following:
7.1 This Agreement (pages C-1 to C-6, inclusive).
7.2 Certificate of Secretary (Page CS-1).
Contract Form
C-5
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
7.3 Performance, Payment and other Bonds, consisting of 4 pages (PB-1 thru PB-2, PF-1 thru
PF-2).
7.4 Certificate of Owner’s Attorney.
7.5 General Provisions as listed in the table of contents of the Project Manual.
7.6 Technical Specifications as listed in table of contents of the Project Manual.
7.7 Drawings, as listed, with each sheet bearing the following general title:
SARASOTA BRADENTON INTERNATIONAL AIRPORT POWER
DISTRIBUTION AND LOADING
BRIDGE REPLACEMENT
FAA AIP No. 3-12-0071-053-2017
7.8 Summary to Minutes of Pre-Bid Conference.
7.9 CONTRACTOR's Bid:
a. Bid Form (pages BF-1 thru BF-24, inclusive), Buy American Certification (pages
BA-25 thru BA-26)
7.10 The following which may be delivered or issued after the Effective Date of the Agreement
and are not attached hereto: All Written Amendments and other documents amending,
modifying, or supplementing the Contract Documents.
Article 8. MISCELLANEOUS.
8.1 Terms used in this Agreement which are defined in Section 10 of the General Provisions will
have the meanings indicated in the General Provisions.
8.2 No assignment by a party hereto of any rights under or interests in the Contract Documents
will be binding on another party hereto without the written consent of the party sought to be
bound; and specifically but without limitation monies that may become due and monies that
are due may not be assigned without such consent (except to the extent that the effect of this
restriction may be limited by law), and unless specifically stated to the contrary in any
written consent to an assignment no assignment will release or discharge the assignor from
any duty or responsibility under the Contract Documents.
8.3 OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal
representatives to the other party hereto, its partners, successors, assigns and legal
representatives in respect of all covenants, agreements and obligations contained in the
Contract Documents.
Contract Form
C-6
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
8.4 This Contract is intended by the parties as a first expression of their Contract and as a
complete and exclusive statement of its terms. No course of prior dealings between the
parties and no usage of trade shall be relevant or admissible to supplement, explain, or vary
any of the terms of this Contract. No other representations, understandings or contracts have
been made or relied upon in the making of this Contract other than those specifically set forth
herein.
8.5 VENUE AND JURISDICTION. If any party to this Agreement commences an action to
enforce this Agreement or any provision hereof, or other performance thereof, then the
prevailing party shall be entitled to an award by the Court of attorneys' fees and expert fees.
In the event either party files any legal proceeding arising out of this Agreement or other
performance thereof, the parties agree that either Sarasota or Manatee County shall be the
proper venue and the legal proceeding must be brought only in the Circuit Court in and for
Sarasota or Manatee County, Florida.
Article 9. OWNER DIRECT PURCHASE.
9.1 It is intended that OWNER shall avail itself of its governmental exemption from sales and
use taxes, by making “Owner Direct Purchase” (ODP) from the manufacturers of the
equipment and materials described in Article 1. Accordingly, OWNER hereby assigns to
the CONTACTOR limited authority to act as its agent in taking delivery of said equipment
and materials.
9.2 Each individual ODP shall be coordinated with the OWNER and shall be pre-approved by
OWNER using a form that provides:
Date:
RE: Authorization to Purchase __________________
To whom it may concern:
On behalf of the Sarasota Manatee Airport Authority, name of Contractor Project
Manager with name of Contractor is authorized as the Authority’s agent to purchase
list materials or equipment for Owner Direct Purchase from name of supplier for the
Sarasota Bradenton International Airport name of Project. This includes the
authority to: arrange transport to a specified site and unloading if required; inspect
the equipment or materials for damage, deficiencies and/or compliance with the
equipment or materials order; reject material/equipment that is damaged, deficient
and/or non-compliant with the equipment/material order; require purchase price
refund or replacement of damaged/deficient/non-compliant equipment or material;
or accept the material and authorize full payment for same to name of supplier .
Billing shall be made to SMAA Department and address and shall reference Purchase
Order _____________.
Please contact the undersigned if there are any questions.
Sincerely yours,
Sarasota Manatee Airport Authority.
Contract Form
C-7
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
9.3 In its capacity as limited agent for OWNER, CONTRACTOR shall be responsible for
verifying that the ordered material or equipment:
complies with the Contract requirements and is consistent with any shop drawing
comments received;
has the correct dimensions, capacities, quantities, accessories and/or similar for
incorporation into the work as intended by the contract documents;
is delivered in undamaged condition and is properly unloaded, stored or
incorporated directly into the work;
is delivered on time to the project so as not to delay project work
is rejected and returned for either replacement or no payment or full refund as
appropriate if the equipment or material supplied is not as ordered or is damaged or
otherwise deficient prior to acceptance by ______ as agent
is correctly invoiced to SMAA referencing the assigned SMAA purchase order
9.4 CONTRACTOR shall be fully responsible for the ODP equipment or material until
incorporated into and accepted as part of the Project Work by OWNER and the Engineer;
and shall be responsible for all costs associated with incorrect orders, delays, acceptance
of damaged/deficient/non-compliant equipment or materials, improper handling or storage
of delivered materials or equipment, or incorrect authorization for payment to equipment
or material supplier.
Article 10. OTHER PROVISIONS.
IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed five copies of this
Agreement. Two counterparts each have been delivered to OWNER, and one counterpart each has
been delivered to CONTRACTOR, ENGINEER, and FAA. All portions of the Contract Documents
have been signed or identified by OWNER and CONTRACTOR or by ENGINEER on their behalf.
This Agreement will be effective on .
OWNER CONTRACTOR
SARASOTA MANATEE AIRPORT Contractor Name
AUTHORITY
By: By: (Corporate Seal)
Attest: Attest:
Address for giving notices: Address for giving notices:
Approved by Attorney for Sarasota Manatee Airport Authority
As to Form and Legality
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
SARASOTA MANATEE AIRPORT AUTHORITY
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS: that ,
as Principal, hereinafter called Contractor, and _________________________________________________________
as Surety, hereinafter called Surety, are held and firmly bound unto the Sarasota Manatee Airport Authority as
obligee, hereinafter called Owner, in the amount of ($
) for the payment of which Contractor and Surety bind themselves, their heirs, executors,
administrators, successors, and assigns, jointly and severally, firmly by these presents.
WHEREAS, Contractor has by written agreement dated 2017, entered into a Contract with Owner for
Power Distribution and Loading Bridge Replacement for the Sarasota Bradenton International Airport,
Sarasota, Florida, in accordance with all of the Contract Documents consisting of the Plans and Specifications, and all
addenda or other revisions prepared by the Sarasota Manatee Airport Authority which Contract is by reference made a
part hereof and is hereinafter referred to as the Contract.
NOW, THEREFORE, the condition of the above obligation is such that if the said Contractor shall well and faithfully
perform the things agreed by him to be done and performed according to the terms of said Contract, and shall promptly
make payments to all persons supplying labor, material, and supplies used directly or indirectly by the said Contractor, or
subcontractors, in the prosecution of the work provided for in said Contract, we agreeing and assenting that this
undertaking shall be for the benefit of any subcontractor, material men, or laborer having a just claim, as well as for the
Obligee herein, then this obligation shall be void, otherwise, the same shall remain in full force and effect, it being
expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall in no event exceed
the amount of this obligation as herein stated.
The said Surety hereby stipulates and agrees that no modifications, omissions, or additions, in or to the terms of said
contract or on or to the plans and specifications therefor shall in any way affect the obligation of said Surety or its Bond.
The said Surety further stipulates and agrees that in the event of a default or deficiency on the part of the Contractor
amounting to a breach of the Contract, the Owner may, by giving notice by registered mail to Contractor and Surety,
require that such default or deficiencies be remedied within ten (10) days from the date of such notice. Failure so to
remedy or to take proper steps to remedy such defaults or deficiencies within said period shall be cause for the Owner to
require that Surety take over and prosecute the work under the Contract and to take over all obligations pertaining
thereto. In the event the work under the Contract is taken over by the Surety in a manner satisfactory to the Owner, the
Owner will pay to the Surety henceforth all amounts due and to become due under the Contract, including amendments,
less the balance of the Contract price previously paid to the Contractor and less liquidated damages, if assessed. The
Owner shall not be liable for any monies not due on the Contract and shall not be made a party to any dispute between
Contractor and Surety.
If the Surety does not take over the work in a satisfactory manner within ten (10) days after the notice of default or does
not proceed with completing the work in accordance with the Contract, the Owner shall have full power and authority,
without impairing the obligation of the Contract or the Contract Bond, to take over the completion of the work; to
appropriate or use any or all material and equipment that may be suitable; to enter into agreements and provisions
thereof; or to use such other methods as may be required for completion of the Contract. The Contractor and his Surety
shall be liable for all costs incurred by the Owner in completing the work and for all liquidated damages in conformity
with the terms of the Contract. If the sum of such liquidated damages and the expense so incurred by the Owner is less
than the sum which would have been payable under this Contract if it had been completed by the Contractor or his
Surety, the Contractor or his Surety shall be entitled to receive the difference; and if the sum of such expense and such
liquidated damages exceeds the sum which would have been payable under the Contract, the Contractor and his Surety
shall be liable and shall pay to the Owner the amount of such excess. Notice to the Contractor shall be deemed to have
been served when delivered to the man in charge of any office used by the Contractor, his representative at or near the
work, or by registered mail addressed to the Contractor at his last known place of business.
Performance Bond
Page PF-1
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
The said Surety further stipulates and agrees that this bond is also given and made as a guarantee insuring the Owner
against loss resulting from costs of repairing, replacing, or reconstructing any portion of the work performed or
equipment furnished under the Contract, because of failure to perform as specified or from being defective in any manner
whatsoever. This bond shall remain in full force and effect for a period of one year after the date of written
recommendation and of acceptance by the Owner.
The said Surety shall inform the Owner thirty (30) days prior to expiration of this bond, by giving notice by registered
mail.
Signed and sealed this day of , 2017.
Principal must indicate whether
corporation, partnership,
company or individual
Principal
The person signing shall, in his own
handwriting, sign the principals name, By
his own name, and his title. Where a
person signing for a corporation is other Title
than the President or Vice President, he
must, by affidavit as contained herein,
show his authority to bind the corporation.
(Contractor's corporate seal)
(Affix Surety's corporate seal)
Surety
By , 2017
Countersigned:
Florida Resident Agent
Florida License Number
(Attach "BOND AFFIDAVIT' on copy of form bound in these specifications)
END OF PERFORMANCE BOND
Performance Bond
Page PF-2
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
SARASOTA MANATEE AIRPORT AUTHORITY
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS: that , As Principal, hereinafter called Contractor, and __________________________________________________________ as Surety, hereinafter called
Surety, are held and firmly bound unto the Sarasota Manatee Airport Authority as obligee, hereinafter called
Owner, in the amount of $ for the payment of which
Contractor and Surety bond themselves, their heirs, executors, administrators, successors, and assigns, jointly and
severally, firmly by these presents.
WHEREAS, Contractor has by written agreement dated , 2017, entered into a Contract with Owner for
Power Distribution and Loading Bridge Replacement, for the Sarasota Bradenton International Airport,
Sarasota, Florida, in accordance with all of the Contract Documents consisting of the project plans and specifications,
and all addenda or other revisions prepared by the Sarasota Manatee Airport Authority, which Contract is be reference
made a part hereof and is hereinafter referred to as the Contract.
NOW, THEREFORE, the conditions of the above obligation is such that if the said Contractor shall well and faithfully
perform the things agreed by him to be done and performed according to the terms of said Contract, and shall promptly
make payments to all persons supplying labor, material, and supplies used directly or indirectly by the said Contractor, or
subcontractors, in the prosecution of the work provided for in said Contract, we agreeing and assenting that this
undertaking shall be for the benefit of any subcontractor, material supplier, or laborer having a just claim, as well as for
the obligee herein, then this obligation shall be void, otherwise, the same shall remain in full force and effect, it being
expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall in no event exceed
the amount of this obligation as herein stated.
The said Surety hereby stipulates and agrees that no modifications, omissions, or additions, in or to the terms of said
Contract or on or to the plans and specifications therefor shall in any way affect the obligation of said Surety or its Bond.
All provisions of this Bond Shall comply with F.S. 255.05.
The said Surety shall inform the Owner thirty (30) days prior to expiration of this bond, by giving notice by registered
mail.
Signed and sealed this day of 2017.
Principal must indicate whether
corporation, partnership, company
or individual
Principal
The person signing shall, in his
own handwriting, sign the By
principals name, his own
and his title. Where a person Title
signing for a corporation is
other than the President or Vice
President, he must, by affidavit
as contained herein, show his
authority to bind the corporation. (Contractor's corporate seal)
Payment Bond
Page PB-1
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
(Affix Surety's corporate seal)
Surety
By
, 2017
Countersigned:
Florida Resident Agent
Florida License Number
(Attach “BOND AFFIDAVIT” on copy of form bound in these specifications)
END OF PAYMENT BOND
Payment Bond
Page PB-2
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
CERTIFICATE OF SECRETARY
AS TO RESOLUTION ADOPTED BY BOARD OF DIRECTORS ON
, I, , hereby certify that I am
the duly authorized Secretary of , charged with keeping the
records and the seal of said Corporation, and that the following is a true and correct copy of a resolution
adopted at a meeting of the Board of Directors of the Corporation duly held on , which
resolution is now in full force and effect.
RESOLVED, that , (President, Vice President) of
, is hereby authorized to
execute contracts, performance bonds and labor and materials bonds on behalf of the Corporation.
WITNESS my hand as Secretary, and the seal of the Corporation this day of , 20 .
Secretary
Sworn to before me this day of , 20 .
Certificate of Secretary
Page CS-1
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
[This page intentionally left blank]
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
SARASOTA MANATEE AIRPORT
AUTHORITY BIDDERS LIST
COLLECTION FORM
PROJECT:
CONTRACT:
BIDDER:
Firm Name
Prime or
Sub
Bidder
(P) or (S)
Address, City, State, Zip
Phone
Primary Trade
Certified
UCP‐
DBE
(Y/N)
Gender
(M/F)
Annual Gross
Receipts
# of Years in
Business
Contract Forms Page BL-1
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
[This page intentionally left blank]
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
ERRATA SHEETS
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
[This page intentionally left blank]
Errata Sheets
Page Errata-1
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
ERRATA SHEETS
The following conditions amend or supplement the referenced General Provisions and the Mandatory
Federal Contract Provisions. All provisions which are not so amended or supplemented remain in full force
and effect.
SECTION 10 – DEFINITION OF TERMS
DELETE THE FOLLOWING DEFINITIONS AND REPLACE WITH THE FOLLOWING DEFINITIONS:
SP-10-13 Delete “10-13 Contract”; Replace With:
10-13 Contract. The written agreement between Owner and Contractor covering the Work to be
performed; other Contract Documents are attached to or referenced in the Contract and made a part
thereof as provided therein. The term “Agreement” can have the same meaning as “Contract”, but
ordinarily is used in reference to the signed Contract Form itself, as an individual document.
SP-10-44 Delete “10-44 Sponsor”; Replace With:
10-44 Sponsor. A public agency or a political subdivision of a State in whom rests the title to the airport
at which the construction under this contract is to be performed. Political subdivision refers to a
County, City, Village, Township, or any combination or authority thereof as provided by law for the
construction and operation of airports. The sponsor may also be referred to as the Owner in several
parts of the contract.
SP-10-49 Delete “10-49 Surety”; Replace With:
10-49 Surety. The corporate body which is bound with the CONTRACTOR and which engages to be
responsible for the CONTRACTOR and his acceptable performance of the work and his payment of all
debts pertaining to the work.
SP-10-52 Delete “10-52 Working Day”.
AFTER THE LAST DEFINITION OF SECTION 10, ADD THE FOLLOWING NEW DEFINITIONS:
SP-10-53 10-53 Advisory Circular. A document issued by the FAA containing informational material and
guidance. When referred to in the plans and specifications, advisory circulars shall have the same force as
supplemental specifications.
SP-10-54 10-54 Agreement. The document designated in the Instructions to Bidders as the Contract Form,
once it has been executed by both Contractor and Owner.
SP-10-55 10-55 General Provisions. Standard FAA conditions of the Contract adopted into this Contract
as Sections 10, 20, 30, 40, 50, 60, 70, 80, 90, 100, 105, 110, and 130.
SP-10-56 10-56 Mil Specification. The Military Specifications and Standards, and indices thereto,
prepared and issued by the Department of Defense. Military Specifications may be obtained from
Standardization Document Order Desk, 700 Robbins Avenue, Building 4D, Philadelphia, Pennsylvania
19111-5094, Telephone (215) 697-1187, Facsimile (215) 697-2978.
SP-10-57 10-57 Products. The materials, systems and equipment to be incorporated into the work.
Errata Sheets
Page Errata-2
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
SP-10-58 10-58 Project Manual. The bound documents comprising Bidding Requirements, Bid Forms,
Contract Forms, General Conditions, Supplementary Conditions, Specifications, Addenda and
modifications.
SP-10-59 10-59 Subcontractor. The prequalified (where required) individual, partnership or corporation,
or a combination thereof, undertaking the execution of a part of the work under the terms of the contract,
by virtue of an agreement with the Contractor approved by the Owner.
SP-10-60 10-60 Substantial Completion. The point at which the Work (or a specified part thereof) has
progressed to the point where, in the opinion of Engineer as evidenced by Engineer's definitive certificate
of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that
the Work (or a specified part) can be utilized practically and efficiently for the purposes for which it is
intended; or if there be no such certificate issued, when final payment is due in accordance with Section
90. The terms “substantially complete” and “substantially completed” as applied to any Work refer to
“Substantial Completion thereof.”
SECTION 40 – SCOPE OF WORK
ADD THE FOLLOWING SUBSECTIONS TO THE END OF SECTION 40 "SCOPE OF WORK":
SP-40-09 40-09 Access to the Work. Access to the work will be via the access routes shown on the plans
or as directed by the Engineer. The Contractor shall identify access routes with suitable signs, barricades
and similar equipment.
The entire access route and construction site shall be kept free and clean of all debris at all times and
maintained in good repair by the Contractor. All damage to the access route caused by the actions of the
Contractor or his agents shall be immediately repaired to the satisfaction of the Owner.
No additional payment will be made to the Contractor for complying with the requirements of this
subsection.
No other access to the work sites will be permitted without written approval by the Engineer. Contractor's
vehicles and equipment, including vehicles and equipment of subcontractors and others coming under the
Contractor's control, will not be permitted to traverse other airfield areas or pavements without written
approval of the Engineer.
Contractor's vehicles, equipment, and materials may be stored in the area designated on the Plans, or by the
Engineer. Upon completion of the work, the storage area shall be cleaned up and returned to its original
condition to the satisfaction of the Engineer. No special payment will be made for cleanup and restoration
of the storage area.
Space will be allotted by the Engineer for the use of employees of the Contractor and his subcontractor(s)
for the daily parking of their automobiles during the construction period unless otherwise specified on the
plans. Personal vehicles of employees and vehicles operated by vendors of goods or services will not be
permitted beyond the Contractor's parking area. Drivers of vehicles being operated beyond this area shall be
subject to loss of permission to enter the construction site.
Errata Sheets
Page Errata-3
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
SECTION 50 – CONTROL OF WORK
SP-50-16 Add the following paragraphs to the end of Subsection 50-16 “Claims for
Adjustment and Disputes”:
The following documentation and information must be presented in order for the Engineer to properly
evaluate such claim:
a. Definition of the basis of the claim, including a detailed identification of which materials and
what work is considered to represent a change to the original contract, an explanation of why the
work or material is different than what was called for by the original contract, and an identification
of the contract provisions and anything else which the Contract relied upon;
b. An explanation of how and why the work which is considered a change resulted in any additional
cost or performance time for the Contractor;
c. An identification of the categories of additional costs which were incurred, an estimate of the
dollar magnitude of each, and a statement of the impact this work will have on the construction
schedule, including the contract completion dates;
d. An indication of how the additional costs which is believed that were incurred can be, and are to
be, quantified;
e. Documentation of any actual additional costs and any actual impact to the construction schedule
due to this work;
f. Documentation of the cost of performing all similar “unchanged” work, to provide the Engineer
a basis for comparison;
g. All backup and other documentation which are believed to support or relate to the claim;
h. Documentation quantifying the amount of work which is believed to constitute this “changed”
work, and the time period and the areas where such work was performed.
The giving of a timely notice of a potential claim prior to undertaking the work which is the subject of
the claim, and the submittal of the above listed information for claim evaluation within ten days after
the work is completed, are conditions precedent to the making of the claim, to recovery thereon, and to
the bringing of a legal action for the resolution thereof.
SP-50-17 D e l e t e Subsection 50-17 “Cost Reduction Incentive” in its entirety.
ADD THE FOLLOWING SUBSECTIONS TO THE END OF SECTION 50 “CONTROL OF WORK”:
SP-50-18 50-18 Retest of Work. When the Owner performs sampling and tests of the work and the tests
show a failure to meet the requirements of the contract documents, the expense of retesting, after reworking
or substitution by the Contractor will be at the expense of the Contractor and such costs will be deducted
from the payments otherwise due to the Contractor.
SP-50-19 50-19 Correction of Work after Final Payment. Neither the final certificate nor payment, nor
any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or
workmanship and, unless otherwise specified, he shall remedy any defect due thereto and pay for any
damage to other work resulting therefrom, which shall appear within a period of one year from date of final
Errata Sheets
Page Errata-4
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
acceptance. Wherever the word “acceptance” occurs, it shall be understood to mean final acceptance.
The Owner shall give notice of observed defects with reasonable promptness. If the Contractor fails to
remedy any failure, defect, or damage within a reasonable time after the receipt of notice, the Owner shall
have the right to replace, repair, or otherwise remedy the failure, defect, or damage at the Contractor's
expense. With respect to all warranties, expressed or implied, from subcontractors, manufacturer, or
suppliers for work performed and materials furnished under this Contract, the Contractor shall:
a. Obtain all warranties that would be given in normal commercial practice;
b. Require all warranties to be executed, in writing, for the benefit of the Owner.
SP-50-20 50-20 Venue. This contract has been executed by, delivered to and accepted by the Owner in the
state where the Airport is located, and the provisions hereof shall be governed by the laws of that state. Any
disputes arising out of or related to this contract shall be resolved in accordance with said laws.
The parties agree that any action or legal proceeding arising out of or related to this contract shall be brought
in the state courts of the county in which the Airport lies, or in the federal court in the district where the
Airport is located; and the parties hereby consent to and waive any objection to jurisdiction or venue in said
courts.
SECTION 60 – CONTROL OF MATERIALS
SP-60-01 Delete the last paragraph of Subsection 60-01 beginning with “The following airport
lighting…” and insert the following:
Airport lighting equipment required for this contract is to be furnished by the Contractor in accordance
with the requirements of this subsection and in accordance with the electrical specifications.
SP-60-02 Add the following paragraph to the end of Subsection 60-02 “Samples, Tests, and Cited
Specifications”:
In the event that any tests show a failure to meet the requirements of the contract documents, the
expense of retesting, after substitution or modification by the Contractor, will be at the expense of the
Contractor and such costs will be deducted from the payments otherwise due to the Contractor. The
Contractor shall give sufficient notification of the placing of orders for materials to permit testing.
SP-60-05 D e l e t e Subsection 60-05 “Engineer’s Field Office” in its entirety.
SECTION 70 – LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC
SP-70-01 Add the following paragraph to the end of SUBSECTION 70-01 “Laws to be Observed”:
If the Contractor observes that the drawings and specifications are at variance with any laws, codes,
ordinances, and regulations, he shall promptly notify the Engineer in writing, and any necessary changes
shall be adjusted as provided in the contract for changes in the work. If the Contractor performs any
work contrary to such laws, codes, ordinances, and regulations, and without such notice to the Engineer,
he shall bear all costs arising therefrom.
Errata Sheets
Page Errata-5
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
SP-70-07 Add the following paragraphs to the end of Subsection 70-07 “Public Convenience and
Safety”:
The Contractor shall provide initial and continuing instructions to all supervisors, employees,
subcontractors, and suppliers to enable them to conduct their work in a manner that will provide the
maximum safety with the least hindrance to air and ground traffic, the general public, airport
employees, and to the workmen employed on the site.
All safety provisions specified by the plans and documents or received from the Engineer, and those
required by laws, codes and ordinances, shall be thoroughly disseminated and rigidly enforced.
SP-70-08 Add the following paragraph to the end of Subsection 70-08 “Barricades, Warning
Signs, and Hazard Markings”:
This work, including required materials and equipment, and labor, etc., shall be incidental to the various
items of work and all costs hereto are to be included in the various unit bid items, except as otherwise
provided for in the contract documents.
SP-70-09 Delete Subsection 70-09 “Use of Explosives” in its entirety and insert the following:
70-09 Use of Explosives. Explosives will not be permitted.
SP-70-10 Add the following paragraphs to the end of Subsection 70-10 “Protection and
Restoration of Property and Landscape.”
Work that is to remain in place which is damaged or defaced by reasons of work performed under this
contract, shall be restored at no additional cost to the Owner.
Items removed, indicated to be salvaged for Owner or reused in new work, which are damaged beyond
repair, shall be replaced with equal new materials under this contract at no additional cost to the Owner.
Existing pavement or other existing work not specified for removal which is temporarily removed,
damaged, exposed, or in any way disturbed or altered by work under this contract shall be repaired,
patched, or replaced to the complete satisfaction of the Engineer at no additional cost to the Owner.
Where it is necessary to cut, alter, remove, or temporarily remove and replace existing property or
equipment, the cost shall be included in the contract price for the item creating such work.
SP-70-11 Delete Subsection 70-11 “Responsibility for Damage Claims” in its entirety and insert
the following:
70-11 Responsibility for Damage Claims.
a. Insurance: Contractor shall purchase and maintain such comprehensive general liability,
comprehensive automobile liability and other insurance as is appropriate for the Work being
performed and furnished and as will provide protection from claims set forth below which may
arise out of or result from Contractor's performance and furnishing of the Work and Contractor's
other obligations under the Contract Documents, whether it is to be performed or furnished by
Contractor, by any Subcontractor, by anyone directly or indirectly employed by any of them to
perform or furnish any of the Work, or by anyone for whose acts any of them may be liable:
Errata Sheets
Page Errata-6
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
(1) Claims under workers' or workmen's compensation, disability benefits and other similar
employee benefit acts;
(2) Claims for damages because of bodily injury, occupational sickness or disease, or death of
Contractor's employees;
(3) Claims for damages because of bodily injury, sickness or disease, or death of any person
other than Contractor's employees;
(4) Claims for damages insured by personal injury liability coverage which are sustained
(a) by any person as a result of an offense directly or indirectly related to the employment of
such person by Contractor, or (b) by any other person for any other reason;
(5) Claims for damages because of injury to or destruction of tangible property wherever
located, including loss of use of resulting therefrom;
(6) Claims arising out of operation of Laws or Regulations for damages because of bodily
injury or death of any person or for damage to property; and
(7) Claims for damages because of bodily injury or death of any person or property damage
arising out of the ownership, maintenance or use of any motor vehicle.
The insurance required by this paragraph 70-11.a shall include the specific coverages and be written
for no less than the limits of liability and coverages specified in paragraph 70-11.c or required by
law, whichever is greater. The comprehensive general liability insurance shall include completed
operations insurance. All of the policies of insurance so required to be purchased and maintained
(or the certificates or other evidence thereof) shall contain a provision or endorsement that the
coverage afforded will not be canceled, materially changed or renewal refused until at least thirty
days prior written notice has been given to Owner and Engineer by certified mail. All such
insurance shall remain in effect until final payment and at all times thereafter when Contractor may
be correcting, removing or replacing defective Work in accordance with Subsection 50-19. In
addition, contractor shall maintain such completed operations insurance for at least two years after
final payment and furnish Owner with evidence of continuation of such insurance at final payment
and one year thereafter, with the exception of Owner's Protective Liability coverage.
b. Indemnification:
(1) The Contractor shall indemnify and hold harmless Owner and Engineer and their
consultants, agents and employees from and against all claims, damages, losses and expenses,
direct, indirect or consequential (including but not limited to fees and charges of engineers,
architects, attorneys and other professionals and court and arbitration costs), provided that any
such claim, damage, loss or expense (a) is attributable to bodily injury, sickness, disease or
death, or to injury to or destruction of tangible property (other than the Work itself) including
the loss of use resulting therefrom and
(b) is caused in whole or in part by any negligent act or omission of Contractor, any
Subcontractor, any person or organization directly or indirectly employed by any of them to
perform or furnish any of the Work or anyone for whose acts any of them may be liable,
regardless of whether or not it is caused by a party indemnified hereunder or arises by or is
Errata Sheets
Page Errata-7
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
imposed by Law or Regulations regardless of the negligence of any such party.
(2) In any and all claims against Owner or Engineer or any of their consultants, agents or
employees by any employee of Contractor, any Subcontractor, any person or organization
directly or indirectly employed by any of them to perform or furnish any of the Work or anyone
for whose acts any of them may be liable, the indemnification obligation under paragraph 70-
11.b(1) above shall not be limited in any way by any limitation on the amount or type of
damages, compensation or benefits payable by or for Contractor or any such Subcontractor or
other person or organization under workers' or workmen's compensation acts, disability benefit
acts or other employee benefit acts.
c. Coverages: The limits of liability for the insurance required by, Paragraph 70-11.a shall provide
coverage for not less than the following amounts or greater where required by law:
(1) Workers' Compensation, etc.:
(a) State: Statutory
(b) Applicable Federal Statutory
(e.g. Longshoreman's)
(c) Employer's Liability $1,000,000
(2) Comprehensive General Liability:
(a) Bodily Injury and Property Damage:
$1,000,000 Combined Single Limit (Per Occurrence)
(b) The Contractor's General Liability insurance shall provide coverage for the following:
(1) Premises - Operations, (2) Independent Contractors, (3) Products/Completed
Operations Hazard, (4) Underground Hazard, (5) Broad Form Property Damage, (6) Where
applicable, Explosion and Collapse Hazard, and (7) Personal Injury.
The Owner, its officials and staff; and The Engineer, its staff and consultants shall be
named as additional insureds by endorsement to the policy.
(3) Comprehensive Automobile Liability:
(a) Bodily Injury and Property Damage:
$1,000,000 Combined Single Limit (Per Occurrence)
(b) The Contractor's Comprehensive Automobile Liability Insurance shall provide
coverage for Bodily Injury and Property Damage per Occurrence for owned, hired and non-
owned vehicles.
(4) Builders Risk/Installation Floater:
(a) $5,000,000 minimum
(b) Prime Contractor and its lower tiered subcontractors shall maintain in force, at its own
expense, Builder's Risk/Installation Floater. This policy shall cover materials or items
which are or which will become the property of owner pursuant to the Contract
Errata Sheets
Page Errata-8
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
Documents. This policy will include coverage for materials, equipment, machinery
and any other Property in the Care, Custody and Control of Contractor or
subcontractors of any lower tier and for items at the work site or stored off-site with
the consent of owner on a full replacement cost basis. Transit coverage will also be
included in the coverage form for the full replacement cost value of the material,
equipment, machinery and any other Property in the Care, Custody and Control of
Contractor or subcontractors of any lower tier. The policy shall include coverage for
all External Events including flood, wind, earthquake / earth movement, Testing, as
well as, the insureds (Contractor and its lower tiered subcontractors) negligence.
(5) Care, Custody, and Control
(a) All sums that the Prime Contractor shall become legally obligated to pay as damages
because of damage to or destruction of Owner or Third Party Furnished, Contractor
Installed equipment or materials; caused by occurrence.
(6) Riggers Liability
(a) $1,000,000 minimum (Per Occurrence)
(b) Should Prime Contractor or its lower tier subcontractor’s work involve the moving,
lifting, lowering, rigging or hoisting of property or equipment, Prime Contractor shall
carry Rigger’s Liability insurance to insure against physical loss or damage to the
property. Owner will be named as loss payee. Prime Contractor shall obtain Boom Jig
overload coverage for any cranes or other equipment used in moving, lifting, lowering,
rigging or hoisting property or equipment on behalf of the Owner.
d. The Contractor shall obtain in the name of the Owner, Owner's Protective Liability Insurance
which will have the same limits of coverage for the same period as that required in paragraph 70-
11.c(2) above for the Contractor's general liability coverage, including liability for acts of
Subcontractors and Subordinate Contractors.
e. Contractor shall purchase and maintain such Protective and Contractual Bodily Injury Liability
Insurance and such Protective and Contractual Property Damage Liability Insurance as shall be
required by any public bodies or utility companies whose property, facilities, or right- of-way may
be affected by the Work to be done under this Contract.
f. Contractor will provide such additional information in respect of insurance provided by him as
the Owner may reasonably request. Failure by Owner to give any such notice of objection within
the time provided shall constitute an acceptance of such insurance purchased by Contractor as
complying with the Contract Documents.
g. Certificates in triplicate from the insurance carrier stating the limits of liability and expiration
date shall be filed with Owner before operations are begun. Certificates shall not merely name the
types of policy provided but shall specifically refer to this Contract and shall contain a separate
express statement of compliance with each of the requirements as set forth in this subsection. The
certificates shall, in addition to the information relative to the insurance required, contain the
following:
(1) Inception and expiration dates of insurance policy.
(2) Limits of liability provided (Public Liability and Property Damage).
Errata Sheets
Page Errata-9
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
(3) Coverage provided, including special hazards if required.
(4) Name of insurance company.
(5) Policy Number.
(6) Additional insureds’ interests covered.
(7) Statement that the Explosion, Collapse, and Underground exclusions do not apply.
(8) Certificate shall reflect self-insured retention applicable to any contract of insurance.
(9) Excess liability certified contracts must state underlying insurance requirements.
(10) Project number and nature of work.
No certificate will be accepted which exculpates the issuer or reduces any rights conferred on the
Owner by the above certificates, nor will they be accepted unless the certificates bear a live
signature of a direct representative of a company authorized to do business in the state where the
work is located.
No certificate will be accepted unless the person signing the certificate certifies, in a separate letter,
his exact relationship with the insurance carrier or carriers indicated in the certificate.
In addition to the required certificates, Contractor will file with the Owner prior to commencement
of the work original endorsements, or copies of any blanket endorsement in the Contractor’s GCL
policy, confirming the status of the Owner and Engineer, their agents and employees, as additional
insureds, both as to premises operations coverage and completed operations.
The Owner may, at his discretion, modify or waive any of the foregoing requirements.
No contract of insurance containing a “claims made” insuring agreement will be acceptable.
Errata Sheets
Page Errata-10
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
SP-70-15 Delete the second paragraph of Subsection 70-15 beginning with “To the extent that such
public…” and insert the following:
The Contractor shall coordinate with the Owner prior to construction to determine the extent that public
or private utility services, FAA, or NOAA facilities, or utility services of another governmental agency
are known to exist within the limits of the contract work so that such facilities can be protected by the
Contractor during construction.
SECTION 80 – EXECUTION AND PROGRESS
SP-80-05 Add the following paragraphs to the end of Subsection 80-05 “Character of Workers,
Methods, and Equipment”:
Any person employed by the Contractor or by a subcontractor who, in the opinion of the Engineer, does
not perform his work in a proper and skillful manner or is intemperate or disorderly shall, at the written
request of the Engineer, be removed forthwith by the Contractor or subcontractor employing such
person, and shall not be employed again in any portion of the work without the approval of the Engineer.
Should the Contractor fail to remove such person or persons or fail to furnish suitable and sufficient
personnel for the proper prosecution of the work, the Engineer may suspend the work by written notice
until compliance with such orders.
The failure to provide adequate labor and equipment may be considered cause for terminating the
contract.
SP-80-06 After the last paragraph of article 80-06 “Temporary Suspension of Work”, add the
following new sentences:
If the Contractor requests a suspension of the work in whole or part for such period or periods as he
may need, due to unsuitable weather or such other conditions as Contractor considers unfavorable for
the prosecution of the work, or if ordered by Owner or Engineer due to inclement weather or the failure
on the part of the Contractor to carry out orders given, or to perform any or all provisions of the
Contractor shall perform the following without additional compensations:
1. Suitably store all materials.
2. Implement measures to protect existing work from damage or deterioration.
3. Erect such temporary structures and barricades as Engineer may require to provide for traffic
on, to, or from the airport and air operations area.
4. Periodically inspect and maintain the work and temporary measures during the
suspension period. Repair any damage to the work during the suspension period.
5. Pay all costs of Owner associated with the suspension including but not limited to cost of
Engineer, inspection and Owner's testing laboratory to perform their contractual requirements with
respect to the project during the work suspension.
6. Maintain all insurance and bond coverages.
7. Perform such other work as required by the Contract Documents with respect to the
Errata Sheets
Page Errata-10
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
Project.
SP-80-07 Add the following paragraph to the end of Subsection 80-07 “Determination and Extension
of Contract Time”:
In all cases where the Contractor is delayed, obstructed, or hindered in the execution of the work, or
any part thereof, for any reason whatsoever, the Contractor shall not be entitled to claim or recover any
damages or additional payment from the Owner or Engineer. However, it is the intent of this Contract
that in all cases where the Contractor is substantially delayed, obstructed, or hindered in the execution
of the work through no fault of the Contractor and because of conditions beyond the Contractor's
control, the Engineer may recommend an extension on the contract time under Subsection 80-07 by
such amount as conditions, in the judgment of the Engineer, justify, and such extension of the contract
time shall be the exclusive remedy of the Contractor for delay, hindrance or obstruction occurring
through no fault of the Contractor and because of conditions beyond the Contractor's control.
There shall be no Contractor entitlement to any time extension for any delay, delay impacts or added
work, whatsoever, which are not to a controlling work item (critical path), and then only to the extent
that it is not possible to re-sequence the project schedule to mitigate that delay or additional work. For
any work added to the contract which is outside the scope of and not a modification to the original
contract scope of work, the contract completion time for the original scope of work shall not be
extended. The contractor may only negotiate for additional contract time to complete the added work.
SP-80-09 Delete the entire paragraph after subparagraph i, beginning with “Should the
Engineer…”, and replace with the following:
Should the Engineer consider the Contractor in default of the contract for any reason, the Engineer shall
advise the Owner that sufficient grounds exist to terminate the contractor. Upon such consultation, the
Owner shall, in consultation with the Engineer, refer to the provisions of the Contractor’s Performance
Bond and follow any mandatory procedures which might be set out therein as prerequisites to invoking
the performance obligations of the bond Surety.
If no such mandatory procedures are specified in the performance bond, the Engineer, with
authorization from the Owner, will write a letter to the Contractor, with a copy to the Surety, declaring
the Contractor in default, terminating the contract, and demanding performance of the obligations of
the Surety under the bond.
SP-80-10 Add the following paragraph to the end of Subsection 80-10 “Termination for
National Emergencies”:
The Engineer and the Owner shall be given full access to all books, cost records, correspondence and
papers of the Contractor relating to the contract in order to determine amounts to be paid the Contractor
due to any termination of the contract.
SP-80-11 D e l e t e Subsection 80-11 “Work Area, Storage Area and Sequence of Operations” in its
Errata Sheets
Page Errata-11
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
entirety and insert the following:
80-11 Work Area, Storage Area and Sequence of Operations. The Contractor shall obtain approval
from the Engineer prior to beginning any work in all areas of the airport. No operating runway, taxiway,
or air operations area (AOA) shall be crossed, entered, or obstructed while it is operational. The
Contractor shall plan and coordinate his or her work in such a manner as to ensure safety and a minimum
of hindrance to flight operations. All Contractor equipment and material stockpiles shall be stored
outside any Runway, Taxiway, or Taxilane Object Free Area. No equipment will be allowed to park
within the approach area of an active runway at any time. No equipment shall be within the Runway
Safety Area of an active runway at any time.
SECTION 90 – MEASUREMENT AND PAYMENT
SP-90-05 Delete Subsection 90-05 “Payment for Extra Work” in its entirety and insert the
following:
90-5 Payment for Extra and Force Account Work. Extra work, performed in accordance with
Subsection 40-04 EXTRA WORK, will be paid for at the contract prices or agreed prices specified in
the change order or supplemental agreement authorizing the extra work. When the change order or
supplemental agreement authorizing the extra work requires that it be done by force account, such force
account shall be measured and paid for as follows (THE FOLLOWING PAYMENT PROVISIONS
APPLY ONLY WHERE THE NATURE OF THE EXTRA WORK IS SUCH THAT IT CANNOT BE
MEASURED AND PAID FOR ACCORDING TO THE CONTRACT UNIT PRICES) :
a. Labor. For all labor (skilled and unskilled) and foremen in direct charge of a specific force
account item, the Contractor shall receive the rate of wage (or scale) for every hour that such labor
or foreman is actually engaged in the specified force account work. Such wage (or scale) shall be
agreed upon in writing before the beginning of the work.
The Contractor shall receive the actual costs paid to, or in behalf of, workers by reason of
subsistence and travel allowances, health and welfare benefits, pension fund benefits or other
benefits, when such amounts are required by collective bargaining agreement or other employment
contract generally applicable to the classes of labor employed on the work.
An amount equal to 15 percent of the sum of the above items will also be paid to the Contractor.
b. Insurance and Taxes. For property damage, liability, and workmen’s compensation insurance
premiums, unemployment insurance contributions, and social security taxes on the force account
work the Contractor shall receive the actual cost, to which cost (sum) 5 percent will be added. The
Contractor shall furnish satisfactory evidence of the rate or rates paid for such insurance and taxes.
c. Materials. For materials accepted by the Engineer and then used, the Contractor shall receive
the actual cost of such material delivered on the work, including transportation charges paid by him
(exclusive of machinery rentals as hereinafter set forth), to which cost (sum) 15 percent will be
added.
d. Equipment. For any machinery or special equipment (other than small tools) including fuel
Errata Sheets
Page Errata-12
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
and lubricants, plus transportation costs, the use of which has been authorized by the Engineer, the
Contractor shall receive the rental rates agreed upon in writing before such work is begun for the
actual time that such equipment is committed to the work, to which rental sum 15 percent will be
added.
e. Miscellaneous. No additional allowance will be made for general superintendence, the use of
small tools, or other costs for which no specific allowance is herein provided.
f. Comparison of Record. The Contractor and the Engineer shall compare records of the cost of
force account work at the end of each day. Agreement shall be indicated by signature of the
Contractor and the Engineer or their duly authorized representatives.
g. Statement. No payment will be made for work performed on a force account basis until the
Contractor has furnished the Engineer with duplicate itemized statements of the cost of such force
account work detailed as follows:
(1) Name, classification, date, daily hours, total hours, rate and extension for each
laborer and foreman.
(2) Designation, dates, daily hours, total hours, rental rate, and extension for each unit of
machinery and equipment
(3) Quantities of materials.
(4) Transportation of materials.
(5) Cost of property damage, liability and workman's compensation insurance
premiums, unemployment insurance contributions, and social security tax.
Statements shall be accomplished and supported by a receipted invoice for all materials used and
transportation charges. However, if material used on the force account work are not specifically
purchased for such work but are taken from the Contractor's stock, then in lieu of the invoices the
Contractor shall furnish an affidavit certifying that such materials were taken from his/her stock,
that the quantity claimed was actually used, and that the price and transportation claimed represent
the actual cost to the Contractor.
The additional payment, based on the percentages specified above, shall constitute full
compensation for all items of expense not specifically provided for the force account work. The
total payment made as provided above shall constitute full compensation for such work.
SP-90-07 In Subsection 90-07 “Payment for Materials On Hand”, after paragraph e., insert the
following:
f. The value of the delivered material is to be used in one item of work exceeds $3,000 and is not
scheduled to be incorporated into the work within 60 days after delivery.
SP-90-11 In Subsection 90-11 “Project Closeout”, delete paragraph j. and insert the following:
j. Project Operation and Maintenance (O&M) Manual for each piece of equipment installed
during the project.
In Subsection 90-11 “Project Closeout”, after paragraph n., insert the following:
o. Fulfill all requirements of Section 01700, including completion and submission of all forms
Errata Sheets
Page Errata-13
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
attached thereto.
ADD THE FOLLOWING SUBSECTION TO THE END OF SECTION 90 “MEASUREMENT AND
PAYMENT”
SP-90-12 90-12 Liens. Neither the final payment nor any part of the retained percentage shall become due
until the Contractor delivers to the Owner: (a) an affidavit stating, if that be in fact, that all subcontractors
and suppliers have been paid in full, or if the fact be otherwise, showing the name of each subcontractor
and supplier who has not been paid in full and the amount due or to become due each for labor, service
or material furnished; (b) consent of surety, if any, to final payment; and (c) if required by Owner,
other data establishing payment for satisfaction of all obligations, such as receipt, releases, and waivers
of lien arising out of the Contract to the extent and in such form as designated by the Owner.
SECTION 100 – CONTRACTOR QUALITY CONTROL PROGRAM
No revisions to Section 100.
SECTION 105 – MOBILIZATION
SP-105-1 Delete Subsection 105-1 “Description” in its entirety and insert the following:
105-1 Description. This item shall consist of work and operations, but is not limited to, work and
operations necessary for the movement of personnel, equipment, material and supplies to and from the
project site for work on the project, all survey services necessary for the project, the establishment of
all temporary offices, buildings, fencing, staging areas, haul routes, utilities, and other facilities
necessary for the work on the project, performance bond, labor and materials bond, permits, insurance,
and project management efforts, except as provided in the contract as separate pay items.
END OF ERRATA SHEETS
Errata Sheets
Page Errata-14
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
[This page intentionally left blank]
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
GENERAL PROVISIONS
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
[This page intentionally left blank]
Definition of Terms
Page 10-1
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
PART 1 – GENERAL PROVISIONS
SECTION 10
DEFINITION OF TERMS
AC 150/5370-10G
7/21/2014
Whenever the following terms are used in these specifications, in the contract, or in any documents or other
instruments pertaining to construction where these specifications govern, the intent and meaning shall be
interpreted as follows:
10-1 AASHTO. The American Association of State Highway and Transportation Officials, the successor
association to AASHO.
10-2 Access road. The right-of-way, the roadway and all improvements constructed thereon connecting
the airport to a public highway.
10-3 Advertisement. A public announcement, as required by local law, inviting bids for work to be
performed and materials to be furnished.
10-4 Airport Improvement Program (AIP). A grant-in-aid program, administered by the Federal
Aviation Administration (FAA).
10-5 Air operations area (AOA). For the purpose of these specifications, the term air operations area
(AOA) shall mean any area of the airport used or intended to be used for the landing, takeoff, or surface
maneuvering of aircraft. An air operation area shall include such paved or unpaved areas that are used or
intended to be used for the unobstructed movement of aircraft in addition to its associated runway, taxiway,
or apron.
10-6 Airport. Airport means an area of land or water which is used or intended to be used for the landing
and takeoff of aircraft; an appurtenant area used or intended to be used for airport buildings or other airport
facilities or rights of way; and airport buildings and facilities located in any of these areas, and includes a
heliport.
10-7 ASTM International (ASTM). Formerly known as the American Society for Testing and Materials
(ASTM).
10-8 Award. The Owner’s notice to the successful bidder of the acceptance of the submitted bid.
10-9 Bidder. Any individual, partnership, firm, or corporation, acting directly or through a duly authorized
representative, who submits a proposal for the work contemplated.
10-10 Building area. An area on the airport to be used, considered, or intended to be used for airport
buildings or other airport facilities or rights-of-way together with all airport buildings and facilities located
thereon.
10-11 Calendar day. Every day shown on the calendar.
Definition of Terms
Page 10-2
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
10-12 Change order. A written order to the Contractor covering changes in the plans, specifications, or
proposal quantities and establishing the basis of payment and contract time adjustment, if any, for the work
affected by such changes. The work, covered by a change order, must be within the scope of the contract.
10-13 Contract. The written agreement covering the work to be performed. The awarded contract shall
include, but is not limited to: Advertisement, Contract Form, Proposal, Performance Bond, Payment Bond,
any required insurance certificates, Specifications, Plans, and any addenda issued to bidders. See SP-10-13
(00800)
10-14 Contract item (pay item). A specific unit of work for which a price is provided in the contract.
10-15 Contract time. The number of calendar days or working days, stated in the proposal, allowed for
completion of the contract, including authorized time extensions. If a calendar date of completion is stated
in the proposal, in lieu of a number of calendar or working days, the contract shall be completed by that
date.
10-16 Contractor. The individual, partnership, firm, or corporation primarily liable for the acceptable
performance of the work contracted and for the payment of all legal debts pertaining to the work who acts
directly or through lawful agents or employees to complete the contract work.
10-17 Contractor’s laboratory. The Contractor’s quality control organization in accordance with the
Contractor Quality Control Program.
10-18 Construction Safety and Phasing Plan (CSPP). The overall plan for safety and phasing of a
construction project developed by the airport operator, or developed by the airport operator’s consultant
and approved by the airport operator. It is included in the invitation for bids and becomes part of the project
specifications.
10-19 Drainage system. The system of pipes, ditches, and structures by which surface or subsurface waters
are collected and conducted from the airport area.
10-20 Engineer. The individual, partnership, firm, or corporation duly authorized by the Owner to be
responsible for engineering observation of the contract work and acting directly or through an authorized
representative.
10-21 Equipment. All machinery, together with the necessary supplies for upkeep and maintenance, and
also all tools and apparatus necessary for the proper construction and acceptable completion of the work.
10-22 Extra work. An item of work not provided for in the awarded contract as previously modified by
change order or supplemental agreement, but which is found by the Engineer to be necessary to complete
the work within the intended scope of the contract as previously modified.
10-23 FAA. The Federal Aviation Administration of the U.S. Department of Transportation. When used to
designate a person, FAA shall mean the Administrator or his or her duly authorized representative.
10-24 Federal specifications. The Federal Specifications and Standards, Commercial Item Descriptions,
and supplements, amendments, and indices thereto are prepared and issued by the General Services
Administration of the Federal Government.
Definition of Terms
Page 10-3
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
10-25 Force account. Force account work is planning, engineering, or construction work done by the
Sponsor’s employees.
10-26 Inspector. An authorized representative of the Engineer assigned to make all necessary observations
and/or observation of tests of the work performed or being performed, or of the materials furnished or being
furnished by the Contractor.
10-27 Intention of terms. Whenever, in these specifications or on the plans, the words “directed,”
“required,” “permitted,” “ordered,” “designated,” “prescribed,” or words of like import are used, it shall be
understood that the direction, requirement, permission, order, designation, or prescription of the Engineer
is intended; and similarly, the words “approved,” “acceptable,” “satisfactory,” or words of like import, shall
mean approved by, or acceptable to, or satisfactory to the Engineer, subject in each case to the final
determination of the Owner.
Any reference to a specific requirement of a numbered paragraph of the contract specifications or a cited
standard shall be interpreted to include all general requirements of the entire section, specification item, or
cited standard that may be pertinent to such specific reference.
10-28 Laboratory. The official testing laboratories of the Owner or such other laboratories as may be
designated by the Engineer. Also referred to as “Engineer’s Laboratory” or “quality assurance laboratory.”
10-29 Lighting. A system of fixtures providing or controlling the light sources used on or near the airport
or within the airport buildings. The field lighting includes all luminous signals, markers, floodlights, and
illuminating devices used on or near the airport or to aid in the operation of aircraft landing at, taking off
from, or taxiing on the airport surface.
10-30 Major and minor contract items. A major contract item shall be any item that is listed in the
proposal, the total cost of which is equal to or greater than 20% of the total amount of the award contract.
All other items shall be considered minor contract items.
10-31 Materials. Any substance specified for use in the construction of the contract work.
10-32 Notice to Proceed (NTP). A written notice to the Contractor to begin the actual contract work on a
previously agreed to date. If applicable, the Notice to Proceed shall state the date on which the contract time
begins.
10-33 Owner. The term “Owner” shall mean the party of the first part or the contracting agency signatory
to the contract. Where the term “Owner” is capitalized in this document, it shall mean airport Sponsor only.
10-34 Passenger Facility Charge (PFC). Per 14 CFR Part 158 and 49 USC § 40117, a PFC is a charge
imposed by a public agency on passengers enplaned at a commercial service airport it controls.”
10-35 Pavement. The combined surface course, base course, and subbase course, if any, considered as a
single unit.
10-36 Payment bond. The approved form of security furnished by the Contractor and his or her surety as
a guaranty that the Contractor will pay in full all bills and accounts for materials and labor used in the
construction of the work.
Definition of Terms
Page 10-4
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
10-37 Performance bond. The approved form of security furnished by the Contractor and his or her surety
as a guaranty that the Contractor will complete the work in accordance with the terms of the contract.
10-38 Plans. The official drawings or exact reproductions which show the location, character, dimensions
and details of the airport and the work to be done and which are to be considered as a part of the contract,
supplementary to the specifications.
10-39 Project. The agreed scope of work for accomplishing specific airport development with respect to a
particular airport.
10-40 Proposal. The written offer of the bidder (when submitted on the approved proposal form) to perform
the contemplated work and furnish the necessary materials in accordance with the provisions of the plans
and specifications.
10-41 Proposal guaranty. The security furnished with a proposal to guarantee that the bidder will enter
into a contract if his or her proposal is accepted by the Owner.
10-42 Runway. The area on the airport prepared for the landing and takeoff of aircraft.
10-43 Specifications. A part of the contract containing the written directions and requirements for
completing the contract work. Standards for specifying materials or testing which are cited in the contract
specifications by reference shall have the same force and effect as if included in the contract physically.
10-44 Sponsor. A Sponsor is defined in 49 USC § 47102(24) as a public agency that submits to the FAA
for an AIP grant; or a private Owner of a public-use airport that submits to the FAA an application for an
AIP grant for the airport. See SP-10-44 (00800)
10-45 Structures. Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls, cribbing;
storm and sanitary sewer lines; water lines; underdrains; electrical ducts, manholes, handholes, lighting
fixtures and bases; transformers; flexible and rigid pavements; navigational aids; buildings; vaults; and,
other manmade features of the airport that may be encountered in the work and not otherwise classified
herein.
10-46 Subgrade. The soil that forms the pavement foundation.
10-47 Superintendent. The Contractor’s executive representative who is present on the work during
progress, authorized to receive and fulfill instructions from the Engineer, and who shall supervise and direct
the construction.
10-48 Supplemental agreement. A written agreement between the Contractor and the Owner covering (1)
work that would increase or decrease the total amount of the awarded contract, or any major contract item,
by more than 25%, such increased or decreased work being within the scope of the originally awarded
contract; or (2) work that is not within the scope of the originally awarded contract.
10-49 Surety. The corporation, partnership, or individual, other than the Contractor, executing payment or
performance bonds that are furnished to the Owner by the Contractor. See SP-10-49 (00800)
Definition of Terms
Page 10-5
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
10-50 Taxiway. For the purpose of this document, the term taxiway means the portion of the air operations
area of an airport that has been designated by competent airport authority for movement of aircraft to and
from the airport’s runways, aircraft parking areas, and terminal areas.
10-51 Work. The furnishing of all labor, materials, tools, equipment, and incidentals necessary or
convenient to the Contractor’s performance of all duties and obligations imposed by the contract, plans,
and specifications.
10-52 Working day. A working day shall be any day other than a legal holiday, Saturday, or Sunday on
which the normal working forces of the Contractor may proceed with regular work for at least six (6) hours
toward completion of the contract. When work is suspended for causes beyond the Contractor’s control, it
will not be counted as a working day. Saturdays, Sundays and holidays on which the Contractor’s forces
engage in regular work will be considered as working days. See SP-10-52 (00800)
END OF SECTION
Definition of Terms
Page 10-6
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
[This page intentionally left blank]
Proposal Requirements and Conditions
Page 20-1
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
SECTION 20
PROPOSAL REQUIREMENTS AND CONDITIONS
AC 150/5370-10G
7/21/2014
20-1 Advertisement (Notice to Bidders). Refer to Notice to Bid.
20-2 Qualification of bidders. Each bidder shall furnish the Owner satisfactory evidence of his or her
competency to perform the proposed work. Such evidence of competency, unless otherwise specified, shall
consist of statements covering the bidder’s past experience on similar work, a list of equipment that would
be available for the work, and a list of key personnel that would be available. In addition, each bidder shall
furnish the Owner satisfactory evidence of his or her financial responsibility. Such evidence of financial
responsibility, unless otherwise specified, shall consist of a confidential statement or report of the bidder’s
financial resources and liabilities as of the last calendar year or the bidder’s last fiscal year. Such statements
or reports shall be certified by a public accountant. At the time of submitting such financial statements or
reports, the bidder shall further certify whether his or her financial responsibility is approximately the same
as stated or reported by the public accountant. If the bidder’s financial responsibility has changed, the bidder
shall qualify the public accountant’s statement or report to reflect the bidder’s true financial condition at
the time such qualified statement or report is submitted to the Owner.
Unless otherwise specified, a bidder may submit evidence that he or she is prequalified with the State
Highway Division and is on the current “bidder’s list” of the state in which the proposed work is located.
Such evidence of State Highway Division prequalification may be submitted as evidence of financial
responsibility in lieu of the certified statements or reports specified above.
Each bidder shall submit “evidence of competency” and “evidence of financial responsibility” to the Owner
at the time of bid opening.
20-3 Contents of proposal forms. The Owner shall furnish bidders with proposal forms. All papers bound
with or attached to the proposal forms are necessary parts and must not be detached.
The plans, specifications, and other documents designated in the proposal form shall be considered a part
of the proposal whether attached or not.
20-4 Issuance of proposal forms. The Owner reserves the right to refuse to issue a proposal form to a
prospective bidder should such bidder be in default for any of the following reasons:
a. Failure to comply with any prequalification regulations of the Owner, if such regulations are cited,
or otherwise included, in the proposal as a requirement for bidding.
b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force
with the Owner at the time the Owner issues the proposal to a prospective bidder.
c. Documented record of Contractor default under previous contracts with the Owner.
d. Documented record of unsatisfactory work on previous contracts with the Owner.
Proposal Requirements and Conditions
Page 20-2
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
20-5 Interpretation of estimated proposal quantities. An estimate of quantities of work to be done and
materials to be furnished under these specifications is given in the proposal. It is the result of careful
calculations and is believed to be correct. It is given only as a basis for comparison of proposals and the
award of the contract. The Owner does not expressly, or by implication, agree that the actual quantities
involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception
because of such estimates of quantities, or of the character, location, or other conditions pertaining to the
work. Payment to the Contractor will be made only for the actual quantities of work performed or materials
furnished in accordance with the plans and specifications. It is understood that the quantities may be
increased or decreased as hereinafter provided in the subsection 40-02 titled ALTERATION OF WORK
AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices.
20-6 Examination of plans, specifications, and site. The bidder is expected to carefully examine the site
of the proposed work, the proposal, plans, specifications, and contract forms. Bidders shall satisfy
themselves as to the character, quality, and quantities of work to be performed, materials to be furnished,
and as to the requirements of the proposed contract. The submission of a proposal shall be prima facie
evidence that the bidder has made such examination and is satisfied as to the conditions to be encountered
in performing the work and as to the requirements of the proposed contract, plans, and specifications.
20-7 Preparation of proposal. The bidder shall submit his or her proposal on the forms furnished by the
Owner. All blank spaces in the proposal forms must be correctly filled in where indicated for each and
every item for which a quantity is given. The bidder shall state the price (written in ink or typed) both in
words and numerals for which they propose to do for each pay item furnished in the proposal. In case of
conflict between words and numerals, the words, unless obviously incorrect, shall govern.
The bidder shall sign the proposal correctly and in ink. If the proposal is made by an individual, his or her
name and post office address must be shown. If made by a partnership, the name and post office address of
each member of the partnership must be shown. If made by a corporation, the person signing the proposal
shall give the name of the state under the laws of which the corporation was chartered and the name, titles,
and business address of the president, secretary, and the treasurer. Anyone signing a proposal as an agent
shall file evidence of his or her authority to do so and that the signature is binding upon the firm or
corporation.
20-8 Responsive and responsible bidder. A responsive bid conforms to all significant terms and
conditions contained in the Sponsor’s invitation for bid. It is the Sponsor’s responsibility to decide if the
exceptions taken by a bidder to the solicitation are material or not and the extent of deviation it is willing
to accept.
A responsible bidder has the ability to perform successfully under the terms and conditions of a proposed
procurement, as defined in 49 CFR § 18.36(b)(8). This includes such matters as Contractor integrity,
compliance with public policy, record of past performance, and financial and technical resources.
20-9 Irregular proposals. Proposals shall be considered irregular for the following reasons:
a. If the proposal is on a form other than that furnished by the Owner, or if the Owner’s form is altered,
or if any part of the proposal form is detached.
Proposal Requirements and Conditions
Page 20-3
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
b. If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind
that make the proposal incomplete, indefinite, or otherwise ambiguous.
c. If the proposal does not contain a unit price for each pay item listed in the proposal, except in the
case of authorized alternate pay items, for which the bidder is not required to furnish a unit price.
d. If the proposal contains unit prices that are obviously unbalanced.
e. If the proposal is not accompanied by the proposal guaranty specified by the Owner.
The Owner reserves the right to reject any irregular proposal and the right to waive technicalities if such
waiver is in the best interest of the Owner and conforms to local laws and ordinances pertaining to the
letting of construction contracts.
20-10 Bid guarantee. Each separate proposal shall be accompanied by a certified check, or other specified
acceptable collateral, in the amount specified in the proposal form. Such check, or collateral, shall be made
payable to the Owner.
20-11 Delivery of proposal. Each proposal submitted shall be placed in a sealed envelope plainly marked
with the project number, location of airport, and name and business address of the bidder on the outside.
When sent by mail, preferably registered, the sealed proposal, marked as indicated above, should be
enclosed in an additional envelope. No proposal will be considered unless received at the place specified in
the advertisement or as modified by Addendum before the time specified for opening all bids. Proposals
received after the bid opening time shall be returned to the bidder unopened.
20-12 Withdrawal or revision of proposals. A bidder may withdraw or revise (by withdrawal of one
proposal and submission of another) a proposal provided that the bidder’s request for withdrawal is received
by the Owner in writing or by fax or email before the time specified for opening bids. Revised proposals
must be received at the place specified in the advertisement before the time specified for opening all bids.
20-13 Public opening of proposals. Proposals shall be opened, and read, publicly at the time and place
specified in the advertisement. Bidders, their authorized agents, and other interested persons are invited to
attend. Proposals that have been withdrawn (by written or telegraphic request) or received after the time
specified for opening bids shall be returned to the bidder unopened.
20-14 Disqualification of bidders. A bidder shall be considered disqualified for any of the following
reasons:
a. Submitting more than one proposal from the same partnership, firm, or corporation under the same
or different name.
b. Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as
bidders for any future work of the Owner until any such participating bidder has been reinstated by the
Owner as a qualified bidder.
c. If the bidder is considered to be in “default” for any reason specified in the subsection 20-04 titled
ISSUANCE OF PROPOSAL FORMS of this section.
END OF SECTION 20
Proposal Requirements and Conditions
Page 20-4
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
[This page intentionally left blank]
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
SECTION 30
AWARD AND EXECUTION OF CONTRACT
AC 150/5370-10G
7/21/2014
30-1 Consideration of proposals. After the proposals are publicly opened and read, they will be compared
on the basis of the summation of the products obtained by multiplying the estimated quantities shown in
the proposal by the unit bid prices. If a bidder’s proposal contains a discrepancy between unit bid prices
written in words and unit bid prices written in numbers, the unit price written in words shall govern.
Until the award of a contract is made, the Owner reserves the right to reject a bidder’s proposal for any of
the following reasons:
a. If the proposal is irregular as specified in the subsection 20-09 titled IRREGULAR PROPOSALS of
Section 20.
b. If the bidder is disqualified for any of the reasons specified in the subsection 20-14 titled
DISQUALIFICATION OF BIDDERS of Section 20.
In addition, until the award of a contract is made, the Owner reserves the right to reject any or all proposals,
waive technicalities, if such waiver is in the best interest of the Owner and is in conformance with applicable
state and local laws or regulations pertaining to the letting of construction contracts; advertise for new
proposals; or proceed with the work otherwise. All such actions shall promote the Owner’s best interests.
30-2 Award of contract. The award of a contract, if it is to be awarded, shall be made within 120 calendar
days of the date specified for publicly opening proposals, unless otherwise specified herein.
Award of the contract shall be made by the Owner to the lowest, qualified bidder whose proposal conforms
to the cited requirements of the Owner.
30-3 Cancellation of award. The Owner reserves the right to cancel the award without liability to the
bidder, except return of proposal guaranty, at any time before a contract has been fully executed by all
parties and is approved by the Owner in accordance with the subsection 30-07 titled APPROVAL OF
CONTRACT of this section.
30-4 Return of proposal guaranty. All proposal guaranties, except those of the two lowest bidders, will
be returned immediately after the Owner has made a comparison of bids as specified in the subsection 30-
01 titled CONSIDERATION OF PROPOSALS of this section. Proposal guaranties of the two lowest
bidders will be retained by the Owner until such time as an award is made, at which time, the unsuccessful
bidder’s proposal guaranty will be returned. The successful bidder’s proposal guaranty will be returned as
soon as the Owner receives the contract bonds as specified in the subsection 30-05 titled REQUIREMENTS
OF CONTRACT BONDS of this section.
Award and Execution of Contract Page 30-1
Award and Execution of Contract
Page 30-2
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
30-5 Requirements of contract bonds. At the time of the execution of the contract, the successful bidder
shall furnish the Owner a surety bond or bonds that have been fully executed by the bidder and the surety
guaranteeing the performance of the work and the payment of all legal debts that may be incurred by reason
of the Contractor’s performance of the work. The surety and the form of the bond or bonds shall be
acceptable to the Owner. Unless otherwise specified in this subsection, the surety bond or bonds shall be in
a sum equal to the full amount of the contract.
30-6 Execution of contract. The successful bidder shall sign (execute) the necessary agreements for
entering into the contract and return the signed contract to the Owner, along with the fully executed surety
bond or bonds specified in the subsection 30-05 titled REQUIREMENTS OF CONTRACT BONDS of this
section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder.
30-7 Approval of contract. Upon receipt of the contract and contract bond or bonds that have been
executed by the successful bidder, the Owner shall complete the execution of the contract in accordance
with local laws or ordinances, and return the fully executed contract to the Contractor. Delivery of the fully
executed contract to the Contractor shall constitute the Owner’s approval to be bound by the successful
bidder’s proposal and the terms of the contract.
30-8 Failure to execute contract. Failure of the successful bidder to execute the contract and furnish an
acceptable surety bond or bonds within the 15 calendar day period specified in the subsection 30-06 titled
EXECUTION OF CONTRACT of this section shall be just cause for cancellation of the award and
forfeiture of the proposal guaranty, not as a penalty, but as liquidation of damages to the Owner.
END OF SECTION 30
Scope of Work
Page 40-1
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
SECTION 40
SCOPE OF WORK
AC 150/5370-10G
7/21/2014
40-1 Intent of contract. The intent of the contract is to provide for construction and completion, in every
detail, of the work described. It is further intended that the Contractor shall furnish all labor, materials,
equipment, tools, transportation, and supplies required to complete the work in accordance with the plans,
specifications, and terms of the contract.
40-2 Alteration of work and quantities. The Owner reserves and shall have the right to make such
alterations in the work as may be necessary or desirable to complete the work originally intended in an
acceptable manner. Unless otherwise specified herein, the Engineer shall be and is hereby authorized to
make such alterations in the work as may increase or decrease the originally awarded contract quantities,
provided that the aggregate of such alterations does not change the total contract cost or the total cost of
any major contract item by more than 25% (total cost being based on the unit prices and estimated quantities
in the awarded contract). Alterations that do not exceed the 25% limitation shall not invalidate the contract
nor release the surety, and the Contractor agrees to accept payment for such alterations as if the altered
work had been a part of the original contract. These alterations that are for work within the general scope
of the contract shall be covered by “Change Orders” issued by the Engineer. Change orders for altered work
shall include extensions of contract time where, in the Engineer’s opinion, such extensions are
commensurate with the amount and difficulty of added work.
Should the aggregate amount of altered work exceed the 25% limitation hereinbefore specified, such excess
altered work shall be covered by supplemental agreement. If the Owner and the Contractor are unable to
agree on a unit adjustment for any contract item that requires a supplemental agreement, the Owner reserves
the right to terminate the contract with respect to the item and make other arrangements for its completion.
Supplemental agreements shall be approved by the FAA and shall include all applicable Federal contract
provisions for procurement and contracting required under AIP. Supplemental agreements shall also require
consent of the Contractor’s surety and separate performance and payment bonds.
40-3 Omitted items. The Engineer may, in the Owner’s best interest, omit from the work any contract
item, except major contract items. Major contract items may be omitted by a supplemental agreement. Such
omission of contract items shall not invalidate any other contract provision or requirement.
Should a contract item be omitted or otherwise ordered to be non-performed, the Contractor shall be paid
for all work performed toward completion of such item prior to the date of the order to omit such item.
Payment for work performed shall be in accordance with the subsection 90-04 titled PAYMENT FOR
OMITTED ITEMS of Section 90.
40-4 Extra work. Should acceptable completion of the contract require the Contractor to perform an item
of work for which no basis of payment has been provided in the original contract or previously issued
change orders or supplemental agreements, the same shall be called “Extra Work.” Extra Work that is
Scope of Work
Page 40-2
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
within the general scope of the contract shall be covered by written change order. Change orders for such
Extra Work shall contain agreed unit prices for performing the change order work in accordance with the
requirements specified in the order, and shall contain any adjustment to the contract time that, in the
Engineer’s opinion, is necessary for completion of such Extra Work.
When determined by the Engineer to be in the Owner’s best interest, the Engineer may order the Contractor
to proceed with Extra Work as provided in the subsection 90-05 titled PAYMENT FOR EXTRA WORK
of Section 90. Extra Work that is necessary for acceptable completion of the project, but is not within the
general scope of the work covered by the original contract shall be covered by a Supplemental Agreement
as defined in the subsection 10-48 titled SUPPLEMENTAL AGREEMENT of Section 10.
Any claim for payment of Extra Work that is not covered by written agreement (change order or
supplemental agreement) shall be rejected by the Owner.
40-5 Maintenance of traffic. It is the explicit intention of the contract that the safety of aircraft, as well
as the Contractor’s equipment and personnel, is the most important consideration.
a. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement
of aircraft in the air operations areas (AOAs) of the airport with respect to his or her own operations and
the operations of all subcontractors as specified in the subsection 80-04 titled LIMITATION OF
OPERATIONS of Section 80. It is further understood and agreed that the Contractor shall provide for the
uninterrupted operation of visual and electronic signals (including power supplies thereto) used in the
guidance of aircraft while operating to, from, and upon the airport as specified in the subsection 70-15 titled
CONTRACTOR’S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in
Section 70.
b. With respect to his or her own operations and the operations of all subcontractors, the Contractor
shall provide marking, lighting, and other acceptable means of identifying personnel, equipment, vehicles,
storage areas, and any work area or condition that may be hazardous to the operation of aircraft, fire-rescue
equipment, or maintenance vehicles at the airport.
c. When the contract requires the maintenance of vehicular traffic on an existing road, street, or highway
during the Contractor’s performance of work that is otherwise provided for in the contract, plans, and
specifications, the Contractor shall keep such road, street, or highway open to all traffic and shall provide
such maintenance as may be required to accommodate traffic. The Contractor shall be responsible for the
repair of any damage caused by the Contractor’s equipment and personnel. The Contractor shall furnish,
erect, and maintain barricades, warning signs, flag person, and other traffic control devices in reasonable
conformity with the Manual on Uniform Traffic Control Devices (MUTCD) (http://mutcd.fhwa.dot.gov/),
unless otherwise specified. The Contractor shall also construct and maintain in a safe condition any
temporary connections necessary for ingress to and egress from abutting property or intersecting roads,
streets or highways.
40-6 Removal of existing structures. All existing structures encountered within the established lines,
grades, or grading sections shall be removed by the Contractor, unless such existing structures are otherwise
specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to
Scope of Work
Page 40-3
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
remain in place. The cost of removing such existing structures shall not be measured or paid for directly,
but shall be included in the various contract items.
Should the Contractor encounter an existing structure (above or below ground) in the work for which the
disposition is not indicated on the plans, the Engineer shall be notified prior to disturbing such structure.
The disposition of existing structures so encountered shall be immediately determined by the Engineer in
accordance with the provisions of the contract.
Except as provided in the subsection 40-07 titled RIGHTS IN AND USE OF MATERIALS FOUND IN
THE WORK of this section, it is intended that all existing materials or structures that may be encountered
(within the lines, grades, or grading sections established for completion of the work) shall be used in the
work as otherwise provided for in the contract and shall remain the property of the Owner when so used in
the work.
40-7 Rights in and use of materials found in the work. Should the Contractor encounter any material
such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines, grades,
or grading sections, the use of which is intended by the terms of the contract to be either embankment or
waste, the Contractor may at his or her option either:
a. Use such material in another contract item, providing such use is approved by the Engineer and is in
conformance with the contract specifications applicable to such use; or,
b. Remove such material from the site, upon written approval of the Engineer; or
c. Use such material for the Contractor’s own temporary construction on site; or,
d. Use such material as intended by the terms of the contract.
Should the Contractor wish to exercise option a., b., or c., the Contractor shall request the Engineer’s
approval in advance of such use.
Should the Engineer approve the Contractor’s request to exercise option a., b., or c., the Contractor shall be
paid for the excavation or removal of such material at the applicable contract price. The Contractor shall
replace, at his or her own expense, such removed or excavated material with an agreed equal volume of
material that is acceptable for use in constructing embankment, backfills, or otherwise to the extent that
such replacement material is needed to complete the contract work. The Contractor shall not be charged for
use of such material used in the work or removed from the site.
Should the Engineer approve the Contractor’s exercise of option a., the Contractor shall be paid, at the
applicable contract price, for furnishing and installing such material in accordance with requirements of the
contract item in which the material is used.
It is understood and agreed that the Contractor shall make no claim for delays by reason of his or her
exercise of option a., b., or c.
The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a structure
which is located outside the lines, grades, or grading sections established for the work, except where such
excavation or removal is provided for in the contract, plans, or specifications.
Scope of Work
Page 40-4
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
40-8 Final cleanup. Upon completion of the work and before acceptance and final payment will be made,
the Contractor shall remove from the site all machinery, equipment, surplus and discarded materials,
rubbish, temporary structures, and stumps or portions of trees. The Contractor shall cut all brush and woods
within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from
the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily,
unless the Contractor has obtained the written permission of such property Owner.
New paragraph. See SP-40-09(00800)
END OF SECTION 40
Control of Work
Page 50-1
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
SECTION 50
CONTROL OF WORK
AC 150/5370-10G
7/21/2014
50-1 Authority of the Engineer. The Engineer shall decide any and all questions which may arise as to
the quality and acceptability of materials furnished, work performed, and as to the manner of performance
and rate of progress of the work. The Engineer shall decide all questions that may arise as to the
interpretation of the specifications or plans relating to the work. The Engineer shall determine the amount
and quality of the several kinds of work performed and materials furnished which are to be paid for the
under contract.
The Engineer does not have the authority to accept pavements that do not conform to FAA specification
requirements.
50-2 Conformity with plans and specifications. All work and all materials furnished shall be in
reasonably close conformity with the lines, grades, grading sections, cross-sections, dimensions, material
requirements, and testing requirements that are specified (including specified tolerances) in the contract,
plans or specifications.
If the Engineer finds the materials furnished, work performed, or the finished product not within reasonably
close conformity with the plans and specifications but that the portion of the work affected will, in his or
her opinion, result in a finished product having a level of safety, economy, durability, and workmanship
acceptable to the Owner, the Engineer will advise the Owner of his or her determination that the affected
work be accepted and remain in place. In this event, the Engineer will document the determination and
recommend to the Owner a basis of acceptance that will provide for an adjustment in the contract price for
the affected portion of the work. The Engineer’s determination and recommended contract price
adjustments will be based on sound engineering judgment and such tests or retests of the affected work as
are, in the Engineer’s opinion, needed. Changes in the contract price shall be covered by contract change
order or supplemental agreement as applicable.
If the Engineer finds the materials furnished, work performed, or the finished product are not in reasonably
close conformity with the plans and specifications and have resulted in an unacceptable finished product,
the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense
of the Contractor in accordance with the Engineer’s written orders.
For the purpose of this subsection, the term “reasonably close conformity” shall not be construed as waiving
the Contractor’s responsibility to complete the work in accordance with the contract, plans, and
specifications. The term shall not be construed as waiving the Engineer’s responsibility to insist on strict
compliance with the requirements of the contract, plans, and specifications during the Contractor’s
execution of the work, when, in the Engineer’s opinion, such compliance is essential to provide an
acceptable finished portion of the work.
For the purpose of this subsection, the term “reasonably close conformity” is also intended to provide the
Engineer with the authority, after consultation with the FAA, to use sound engineering judgment in his or
Control of Work
Page 50-2
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
her determinations as to acceptance of work that is not in strict conformity, but will provide a finished
product equal to or better than that intended by the requirements of the contract, plans and specifications.
The Engineer will not be responsible for the Contractor’s means, methods, techniques, sequences, or
procedures of construction or the safety precautions incident thereto.
50-3 Coordination of contract, plans, and specifications. The contract, plans, specifications, and all
referenced standards cited are essential parts of the contract requirements. A requirement occurring in one
is as binding as though occurring in all. They are intended to be complementary and to describe and provide
for a complete work. In case of discrepancy, calculated dimensions will govern over scaled dimensions;
contract technical specifications shall govern over contract general provisions, plans, cited standards for
materials or testing, and cited advisory circulars (ACs); contract general provisions shall govern over plans,
cited standards for materials or testing, and cited ACs; plans shall govern over cited standards for materials
or testing and cited ACs. If any paragraphs contained in the Special Provisions conflict with General
Provisions or Technical Specifications, the Special Provisions shall govern.
From time to time, discrepancies within cited testing standards occur due to the timing of the change, edits,
and/or replacement of the standards. If the Contractor discovers any apparent discrepancy within standard
test methods, the Contractor shall immediately ask the Engineer for an interpretation and decision, and such
decision shall be final.
50-4 Cooperation of Contractor. The Contractor will be supplied with three one (31) copyies each of
the plans and specifications. The Contractor shall have available on the work at all times one copy each of
the plans and specifications. A pdf file of both the plans and specifications will be provided to the Contractor
for his use to reproduce additional copies of plans and specifications.
The Contractor shall give constant attention to the work to facilitate the progress thereof, and shall cooperate
with the Engineer and his or her inspectors and with other contractors in every way possible. The Contractor
shall have a competent superintendent on the work at all times who is fully authorized as his or her agent
on the work. The superintendent shall be capable of reading and thoroughly understanding the plans and
specifications and shall receive and fulfill instructions from the Engineer or his or her authorized
representative.
50-5 Cooperation between contractors. The Owner reserves the right to contract for and perform other
or additional work on or near the work covered by this contract.
When separate contracts are let within the limits of any one project, each Contractor shall conduct the work
so as not to interfere with or hinder the progress of completion of the work being performed by other
Contractors. Contractors working on the same project shall cooperate with each other as directed.
Each Contractor involved shall assume all liability, financial or otherwise, in connection with his or her
contract and shall protect and save harmless the Owner from any and all damages or claims that may arise
because of inconvenience, delays, or loss experienced because of the presence and operations of other
Contractors working within the limits of the same project.
Control of Work
Page 50-3
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
The Contractor shall arrange his or her work and shall place and dispose of the materials being used so as
not to interfere with the operations of the other Contractors within the limits of the same project. The
Contractor shall join his or her work with that of the others in an acceptable manner and shall perform it in
proper sequence to that of the others.
50-6 Construction layout and stakes. The Engineer shall establish horizontal and vertical control only.
The Contractor must establish all layout required for the construction of the work. Such stakes and markings
as the Engineer may set for either their own or the Contractor’s guidance shall be preserved by the
Contractor. In case of negligence on the part of the Contractor, or their employees, resulting in the
destruction of such stakes or markings, an amount equal to the cost of replacing the same may be deducted
from subsequent estimates due the Contractor at the discretion of the Engineer.
The Contractor will be required to furnish all lines, grades and measurements from the control points
necessary for the proper execution and control of the work contracted for under these specifications.
The Contractor must give copies of survey notes to the Engineer for each area of construction and for each
placement of material as specified to allow the Engineer to make periodic checks for conformance with
plan grades, alignments and grade tolerances required by the applicable material specifications. All surveys
must be provided to the Engineer prior to commencing work items that will cover or disturb the survey
staking as set by the Contractor’s surveyor. Survey(s) and notes shall be provided in the following format(s):
1. Hard Copy. The Contractor shall provide a hard copy of survey on minimum ANSI D (22”
x 34”) paper, signed and sealed by a Professional Surveyor registered in the State of Florida.
2. Electronic. The Contractor shall provide a list of the survey abbreviations used with a
description for each. The Contractor shall provide an electronic survey of the surveyed area
including all benchmarks, the content of which shall match the hard copy included in item 1
above. The Contractor shall provide the electronic version of the survey using one of the
following options:
a. Autodesk Civil 3D file containing intelligent COGO points, each with Northing, Easting,
Elevation, and Description. Non-intelligent objects representing survey points are NOT
acceptable, such as lines, arcs, circles, plain text, or other similarly unintelligent elements.
b. Comma delimited point file (.txt or .csv) containing Northing, Easting, Elevation, and
Description for each surveyed point.
In the case of error, on the part of the Contractor, their surveyor, employees or subcontractors, resulting in
established grades, alignment or grade tolerances that do not concur with those specified or shown on the
plans, the Contractor is solely responsible for correction, removal, replacement and all associated costs at
no additional cost to the Owner.
No direct payment will be made, unless otherwise specified in contract documents, for this labor, materials,
or other expenses. The cost shall be included in the price of the bid for the various items of the Contract.
Control of Work
Page 50-4
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
Construction Staking and Layout includes but is not limited to:
a. Clearing and Grubbing perimeter staking
b. Rough Grade slope stakes at 100-foot (30-m) stations
c. Drainage Swales slope stakes and flow line blue tops at 50-foot (15-m) stations
Subgrade blue tops at 25-foot (7.5-m) stations and 25-foot (7.5-m) offset distance (maximum) for the
following section locations:
a. Runway – minimum five (5) per station
b. Taxiways – minimum three (3) per station
c. Holding apron areas – minimum three (3) per station
d. Roadways – minimum three (3) per station
Base Course blue tops at 25-foot (7.5-m) stations and 25-foot (7.5-m) offset distance (maximum) for the
following section locations:
a. Runway – minimum five (5) per station
b. Taxiways – minimum three (3) per station
c. Holding apron areas – minimum three (3) per station
Pavement areas:
a. Edge of Pavement hubs and tacks (for stringline by Contractor) at 100-foot (30-m) stations.
b. Between Lifts at 25-foot (7.5-m) stations for the following section locations:
(1) Runways – each paving lane width
(2) Taxiways – each paving lane width
(3) Holding areas – each paving lane width
c. After finish paving operations at 50-foot (15-m) stations:
(1) All paved areas – Edge of each paving lane prior to next paving lot
d. Shoulder and safety area blue tops at 50-foot (15-m) stations and at all break points with maximum
of 50-foot (15-m) offsets.
e. Fence lines at 100-foot (30-m) stations minimum.
f. Electrical and Communications System locations, lines and grades including but not limited to duct
runs, connections, fixtures, signs, lights, Visual Approach Slope Indicators (VASIs), Precision Approach
Control of Work
Page 50-5
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
Path Indicators (PAPIs), Runway End Identifier Lighting (REIL), Wind Cones, Distance Markers (signs),
pull boxes and manholes.
g. Drain lines, cut stakes and alignment on 25-foot (7.5-m) stations, inlet and manholes.
h. Painting and Striping layout (pinned with 1.5 inch PK nails) marked for paint Contractor. (All nails
shall be removed after painting).
i. Laser, or other automatic control devices, shall be checked with temporary control point or grade hub
at a minimum of once per 400 feet (120 m) per pass (that is, paving lane).
The establishment of Survey Control and/or reestablishment of survey control shall be by a State Licensed
Land Surveyor.
Controls and stakes disturbed or suspect of having been disturbed shall be checked and/or reset as directed
by the Engineer without additional cost to the Owner.
50-7 Automatically controlled equipment. Whenever batching or mixing plant equipment is required to
be operated automatically under the contract and a breakdown or malfunction of the automatic controls
occurs, the equipment may be operated manually or by other methods for a period 48 hours following the
breakdown or malfunction, provided this method of operations will produce results which conform to all
other requirements of the contract.
50-8 Authority and duties of inspectors. Inspectors shall be authorized to inspect all work done and all
material furnished. Such inspection may extend to all or any part of the work and to the preparation,
fabrication, or manufacture of the materials to be used. Inspectors are not authorized to revoke, alter, or
waive any provision of the contract. Inspectors are not authorized to issue instructions contrary to the plans
and specifications or to act as foreman for the Contractor.
Inspectors are authorized to notify the Contractor or his or her representatives of any failure of the work or
materials to conform to the requirements of the contract, plans, or specifications and to reject such
nonconforming materials in question until such issues can be referred to the Engineer for a decision.
50-9 Inspection of the work. All materials and each part or detail of the work shall be subject to
inspection. The Engineer shall be allowed access to all parts of the work and shall be furnished with such
information and assistance by the Contractor as is required to make a complete and detailed inspection.
If the Engineer requests it, the Contractor, at any time before acceptance of the work, shall remove or
uncover such portions of the finished work as may be directed. After examination, the Contractor shall
restore said portions of the work to the standard required by the specifications. Should the work thus
exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or
making good of the parts removed will be paid for as extra work; but should the work so exposed or
examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making
good of the parts removed will be at the Contractor’s expense.
Control of Work
Page 50-6
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
Any work done or materials used without supervision or inspection by an authorized representative of the
Owner may be ordered removed and replaced at the Contractor’s expense unless the Owner’s representative
failed to inspect after having been given reasonable notice in writing that the work was to be performed.
Should the contract work include relocation, adjustment, or any other modification to existing facilities, not
the property of the (contract) Owner, authorized representatives of the Owners of such facilities shall have
the right to inspect such work. Such inspection shall in no sense make any facility owner a party to the
contract, and shall in no way interfere with the rights of the parties to this contract.
50-10 Removal of unacceptable and unauthorized work. All work that does not conform to the
requirements of the contract, plans, and specifications will be considered unacceptable, unless otherwise
determined acceptable by the Engineer as provided in the subsection 50-02 titled CONFORMITY WITH
PLANS AND SPECIFICATIONS of this section.
Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through
carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed
immediately and replaced in an acceptable manner in accordance with the provisions of the subsection 70-
14 titled CONTRACTOR’S RESPONSIBILITY FOR WORK of Section 70.
No removal work made under provision of this subsection shall be done without lines and grades having
been established by the Engineer. Work done contrary to the instructions of the Engineer, work done beyond
the lines shown on the plans or as established by the Engineer, except as herein specified, or any extra work
done without authority, will be considered as unauthorized and will not be paid for under the provisions of
the contract. Work so done may be ordered removed or replaced at the Contractor’s expense.
Upon failure on the part of the Contractor to comply with any order of the Engineer made under the
provisions of this subsection, the Engineer will have authority to cause unacceptable work to be remedied
or removed and replaced and unauthorized work to be removed and to deduct the costs incurred by the
Owner from any monies due or to become due the Contractor.
50-11 Load restrictions. The Contractor shall comply with all legal load restrictions in the hauling of
materials on public roads beyond the limits of the work. A special permit will not relieve the Contractor of
liability for damage that may result from the moving of material or equipment.
The operation of equipment of such weight or so loaded as to cause damage to structures or to any other
type of construction will not be permitted. Hauling of materials over the base course or surface course under
construction shall be limited as directed. No loads will be permitted on a concrete pavement, base, or
structure before the expiration of the curing period. The Contractor shall be responsible for all damage done
by his or her hauling equipment and shall correct such damage at his or her own expense.
50-12 Maintenance during construction. The Contractor shall maintain the work during construction and
until the work is accepted. Maintenance shall constitute continuous and effective work prosecuted day by
day, with adequate equipment and forces so that the work is maintained in satisfactory condition at all times.
In the case of a contract for the placing of a course upon a course or subgrade previously constructed, the
Contractor shall maintain the previous course or subgrade during all construction operations.
Control of Work
Page 50-7
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
All costs of maintenance work during construction and before the project is accepted shall be included in
the unit prices bid on the various contract items, and the Contractor will not be paid an additional amount
for such work.
50-13 Failure to maintain the work. Should the Contractor at any time fail to maintain the work as
provided in the subsection 50-12 titled MAINTENANCE DURING CONSTRUCTION of this section, the
Engineer shall immediately notify the Contractor of such noncompliance. Such notification shall specify a
reasonable time within which the Contractor shall be required to remedy such unsatisfactory maintenance
condition. The time specified will give due consideration to the exigency that exists.
Should the Contractor fail to respond to the Engineer’s notification, the Owner may suspend any work
necessary for the Owner to correct such unsatisfactory maintenance condition, depending on the exigency
that exists. Any maintenance cost incurred by the Owner, shall be deducted from monies due or to become
due the Contractor.
50-14 Partial acceptance. If at any time during the execution of the project the Contractor substantially
completes a usable unit or portion of the work, the occupancy of which will benefit the Owner, the
Contractor may request the Engineer to make final inspection of that unit. If the Engineer finds upon
inspection that the unit has been satisfactorily completed in compliance with the contract, the Engineer may
accept it as being complete, and the Contractor may be relieved of further responsibility for that unit. Such
partial acceptance and beneficial occupancy by the Owner shall not void or alter any provision of the
contract.
50-15 Final acceptance. Upon due notice from the Contractor of presumptive completion of the entire
project, the Engineer and Owner will make an inspection. If all construction provided for and contemplated
by the contract is found to be complete in accordance with the contract, plans, and specifications, such
inspection shall constitute the final inspection. The Engineer shall notify the Contractor in writing of final
acceptance as of the date of the final inspection.
If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the Engineer
will give the Contractor the necessary instructions for correction of same and the Contractor shall
immediately comply with and execute such instructions. Upon correction of the work, another inspection
will be made which shall constitute the final inspection, provided the work has been satisfactorily
completed. In such event, the Engineer will make the final acceptance and notify the Contractor in writing
of this acceptance as of the date of final inspection.
50-16 Claims for adjustment and disputes. If for any reason the Contractor deems that additional
compensation is due for work or materials not clearly provided for in the contract, plans, or specifications
or previously authorized as extra work, the Contractor shall notify the Engineer in writing of his or her
intention to claim such additional compensation before the Contractor begins the work on which the
Contractor bases the claim. If such notification is not given or the Engineer is not afforded proper
opportunity by the Contractor for keeping strict account of actual cost as required, then the Contractor
hereby agrees to waive any claim for such additional compensation. Such notice by the Contractor and the
fact that the Engineer has kept account of the cost of the work shall not in any way be construed as proving
or substantiating the validity of the claim. When the work on which the claim for additional compensation
Control of Work
Page 50-8
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
is based has been completed, the Contractor shall, within 10 calendar days, submit a written claim to the
Engineer who will present it to the Owner for consideration in accordance with local laws or ordinances.
Nothing in this subsection shall be construed as a waiver of the Contractor’s right to dispute final payment
based on differences in measurements or computations.
New paragraph. See SP-50-16 (00800)
50-17 Cost reduction incentive. The provisions of this subsection will apply only to contracts awarded to
the lowest bidder pursuant to competitive bidding.
On projects with original contract amounts in excess of $100,000, the Contractor may submit to the
Engineer, in writing, proposals for modifying the plans, specifications or other requirements of the contract
for the sole purpose of reducing the cost of construction. The cost reduction proposal shall not impair, in
any manner, the essential functions or characteristics of the project, including but not limited to service life,
economy of operation, ease of maintenance, desired appearance, design and safety standards. This provision
shall not apply unless the proposal submitted is specifically identified by the Contractor as being presented
for consideration as a value engineering proposal.
Not eligible for cost reduction proposals are changes in the basic design of a pavement type, runway and
taxiway lighting, visual aids, hydraulic capacity of drainage facilities, or changes in grade or alignment that
reduce the geometric standards of the project.
As a minimum, the following information shall be submitted by the Contractor with each proposal:
a. A description of both existing contract requirements for performing the work and the proposed
changes, with a discussion of the comparative advantages and disadvantages of each.
b. An itemization of the contract requirements that must be changed if the proposal is adopted.
c. A detailed estimate of the cost of performing the work under the existing contract and under the
proposed changes.
d. A statement of the time by which a change order adopting the proposal must be issued.
e. A statement of the effect adoption of the proposal will have on the time for completion of the contract.
f. The contract items of work affected by the proposed changes, including any quantity variation
attributable to them.
The Contractor may withdraw, in whole or in part, any cost reduction proposal not accepted by the Engineer,
within the period specified in the proposal. The provisions of this subsection shall not be construed to
require the Engineer to consider any cost reduction proposal that may be submitted.
The Contractor shall continue to perform the work in accordance with the requirements of the contract until
a change order incorporating the cost reduction proposal has been issued. If a change order has not been
issued by the date upon which the Contractor’s cost reduction proposal specifies that a decision should be
Control of Work
Page 50-9
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
made, or such other date as the Contractor may subsequently have requested in writing, such cost reduction
proposal shall be deemed rejected.
The Engineer shall be the sole judge of the acceptability of a cost reduction proposal and of the estimated
net savings from the adoption of all or any part of such proposal. In determining the estimated net savings,
the Engineer may disregard the contract bid prices if, in the Engineer’s judgment such prices do not
represent a fair measure of the value of the work to be performed or deleted.
The Owner may require the Contractor to share in the Owner’s costs of investigating a cost reduction
proposal submitted by the Contractor as a condition of considering such proposal. Where such a condition
is imposed, the Contractor shall acknowledge acceptance of it in writing. Such acceptance shall constitute
full authority for the Owner to deduct the cost of investigating a cost reduction proposal from amounts
payable to the Contractor under the contract.
If the Contractor’s cost reduction proposal is accepted in whole or in part, such acceptance will be by a
contract change order that shall specifically state that it is executed pursuant to this subsection. Such change
order shall incorporate the changes in the plans and specifications which are necessary to permit the cost
reduction proposal or such part of it as has been accepted and shall include any conditions upon which the
Engineer’s approval is based. The change order shall also set forth the estimated net savings attributable to
the cost reduction proposal. The net savings shall be determined as the difference in costs between the
original contract costs for the involved work items and the costs occurring as a result of the proposed
change. The change order shall also establish the net savings agreed upon and shall provide for adjustment
in the contract price that will divide the net savings equally between the Contractor and the Owner.
The Contractor’s 50% share of the net savings shall constitute full compensation to the Contractor for the
cost reduction proposal and the performance of the work.
Acceptance of the cost-reduction proposal and performance of the cost-reduction work shall not extend the
time of completion of the contract unless specifically provided for in the contract change order. See SP-
50-17 (00800)
New subsections. See SP-50-18 through SP-50-20.
END OF SECTION 50
Control of Work
Page 50-10
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
[This page intentionally left blank]
Control of Materials
Page 60-1
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
SECTION 60
CONTROL OF MATERIALS
AC 150/5370-10G
7/21/2014
60-1 Source of supply and quality requirements. The materials used in the work shall conform to the
requirements of the contract, plans, and specifications. Unless otherwise specified, such materials that are
manufactured or processed shall be new (as compared to used or reprocessed).
In order to expedite the inspection and testing of materials, the Contractor shall furnish complete statements
to the Engineer as to the origin, composition, and manufacture of all materials to be used in the work. Such
statements shall be furnished promptly after execution of the contract but, in all cases, prior to delivery of
such materials.
Steel products must be 100% U.S. domestic product Manufactured Products. Preference shall be given to
products that are 100% manufactured and assembled in the U.S. Manufactured products not meeting the
100% U.S. domestic preference may only be used on the project if the FAA has officially granted a
permissible waiver to Buy American Preferences. Submittals for all manufactured products must include
certification of compliance with Buy American requirements as established under 49 USC Section 50101.
Submittal must include sufficient information to confirm compliance or submittal will be returned with no
action.
At the Engineer’s option, materials may be approved at the source of supply before delivery is stated. If it
is found after trial that sources of supply for previously approved materials do not produce specified
products, the Contractor shall furnish materials from other sources.
The Contractor shall furnish airport lighting equipment that conforms to the requirements of cited materials
specifications. In addition, where an FAA specification for airport lighting equipment is cited in the plans
or specifications, the Contractor shall furnish such equipment that is:
a. Listed in advisory circular (AC) 150/5345-53, Airport Lighting Equipment Certification Program,
and Addendum that is in effect on the date of advertisement; and,
b. Produced by the manufacturer as listed in the Addendum cited above for the certified equipment part
number.
The following airport lighting equipment is required for this contract and is to be furnished by the Contractor
in accordance with the requirements of this subsection:
Replace paragraph. See SP-60-01 (00800).
60-2 Samples, tests, and cited specifications. Unless otherwise designated, all materials used in the work
shall be inspected, tested, and approved accepted by the Engineer before incorporation in the work. Any
work in which untested materials are used without approval acceptance or written permission of the
Engineer shall be performed at the Contractor’s risk. Materials found to be unacceptable and unauthorized
will not be paid for and, if directed by the Engineer, shall be removed at the Contractor’s expense.
Control of Materials
Page 60-2
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
Unless otherwise designated, quality assurance tests in accordance with the cited standard methods of
ASTM, American Association of State Highway and Transportation Officials (AASHTO), Federal
Specifications, Commercial Item Descriptions, and all other cited methods, which are current on the date
of advertisement for bids, will be made by and at the expense of the Engineer.
The testing organizations performing on-site quality assurance field tests shall have copies of all referenced
standards on the construction site for use by all technicians and other personnel, including the Contractor’s
representative at his or her request. Unless otherwise designated, samples for quality assurance will be taken
by a qualified representative of the Engineer. All materials being used are subject to inspection, test, or
rejection at any time prior to or during incorporation into the work. Copies of all tests will be furnished to
the Contractor’s representative at their request after review and approval of the Engineer.
The Contractor shall employ a testing organization to perform all Contractor required Quality Control tests.
The Contractor shall submit to the Engineer resumes on all testing organizations and individual persons
who will be performing the tests. The Engineer will determine if such persons are qualified. All the test
data shall be reported to the Engineer after the results are known. A legible, handwritten copy of all test
data shall be given to the Engineer daily, along with printed reports, in an approved format, on a weekly
basis. After completion of the project, and prior to final payment, the Contractor shall submit a final report
to the Engineer showing all test data reports, plus an analysis of all results showing ranges, averages, and
corrective action taken on all failing tests.
New paragraph. See SP-60-02 (00800)
60-3 Certification of compliance. The Engineer may permit the use, prior to sampling and testing, of
certain materials or assemblies when accompanied by manufacturer’s certificates of compliance stating that
such materials or assemblies fully comply with the requirements of the contract. The certificate shall be
signed by the manufacturer. Each lot of such materials or assemblies delivered to the work must be
accompanied by a certificate of compliance in which the lot is clearly identified.
Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any
time and if found not to be in conformity with contract requirements will be subject to rejection whether in
place or not.
The form and distribution of certificates of compliance shall be as approved by the Engineer.
When a material or assembly is specified by “brand name or equal” and the Contractor elects to furnish the
specified “brand name,” the Contractor shall be required to furnish the manufacturer’s certificate of
compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance
shall clearly identify each lot delivered and shall certify as to:
a. Conformance to the specified performance, testing, quality or dimensional requirements; and,
b. Suitability of the material or assembly for the use intended in the contract work.
Should the Contractor propose to furnish an “or equal” material or assembly, the Contractor shall furnish
the manufacturer’s certificates of compliance as hereinbefore described for the specified brand name
Control of Materials
Page 60-3
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
material or assembly. However, the Engineer shall be the sole judge as to whether the proposed “or equal”
is suitable for use in the work.
The Engineer reserves the right to refuse permission for use of materials or assemblies on the basis of
certificates of compliance.
60-4 Plant inspection. The Engineer or his or her authorized representative may inspect, at its source, any
specified material or assembly to be used in the work. Manufacturing plants may be inspected from time to
time for the purpose of determining compliance with specified manufacturing methods or materials to be
used in the work and to obtain samples required for acceptance of the material or assembly.
Should the Engineer conduct plant inspections, the following conditions shall exist:
a. The Engineer shall have the cooperation and assistance of the Contractor and the producer with
whom the Engineer has contracted for materials.
b. The Engineer shall have full entry at all reasonable times to such parts of the plant that concern the
manufacture or production of the materials being furnished.
c. If required by the Engineer, the Contractor shall arrange for adequate office or working space that
may be reasonably needed for conducting plant inspections. Office or working space should be conveniently
located with respect to the plant.
It is understood and agreed that the Owner shall have the right to retest any material that has been tested
and approved at the source of supply after it has been delivered to the site. The Engineer shall have the right
to reject only material which, when retested, does not meet the requirements of the contract, plans, or
specifications.
60-5 Engineer’s field office. An Engineer’s field office is not required. See SP-60-05 (00800).
60-6 Storage of materials. Materials shall be so stored as to assure the preservation of their quality and
fitness for the work. Stored materials, even though approved before storage, may again be inspected prior
to their use in the work. Stored materials shall be located to facilitate their prompt inspection. The
Contractor shall coordinate the storage of all materials with the Engineer. Materials to be stored on airport
property shall not create an obstruction to air navigation nor shall they interfere with the free and
unobstructed movement of aircraft. Unless otherwise shown on the plans, the storage of materials and the
location of the Contractor’s plant and parked equipment or vehicles shall be as directed by the Engineer.
Private property shall not be used for storage purposes without written permission of the Owner or lessee
of such property. The Contractor shall make all arrangements and bear all expenses for the storage of
materials on private property. Upon request, the Contractor shall furnish the Engineer a copy of the property
Owner’s permission.
All storage sites on private or airport property shall be restored to their original condition by the Contractor
at his or her entire expense, except as otherwise agreed to (in writing) by the Owner or lessee of the property.
60-7 Unacceptable materials. Any material or assembly that does not conform to the requirements of the
contract, plans, or specifications shall be considered unacceptable and shall be rejected. The Contractor
Control of Materials
Page 60-4
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
shall remove any rejected material or assembly from the site of the work, unless otherwise instructed by the
Engineer.
Rejected material or assembly, the defects of which have been corrected by the Contractor, shall not be
returned to the site of the work until such time as the Engineer has approved its use in the work.
60-8 Owner furnished materials. The Contractor shall furnish all materials required to complete the
work, except those specified, if any, to be furnished by the Owner. Owner-furnished materials shall be made
available to the Contractor at the location specified.
All costs of handling, transportation from the specified location to the site of work, storage, and installing
Owner-furnished materials shall be included in the unit price bid for the contract item in which such Owner-
furnished material is used.
After any Owner-furnished material has been delivered to the location specified, the Contractor shall be
responsible for any demurrage, damage, loss, or other deficiencies that may occur during the Contractor’s
handling, storage, or use of such Owner-furnished material. The Owner will deduct from any monies due
or to become due the Contractor any cost incurred by the Owner in making good such loss due to the
Contractor’s handling, storage, or use of Owner-furnished materials.
END OF SECTION 60
Legal Regulations and Responsibility to Public
Page 70-1
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
SECTION 70
LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC
AC 150/5370-10G
7/21/2014
70-1 Laws to be observed. The Contractor shall keep fully informed of all Federal and state laws, all
local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any
jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in
any way affect the conduct of the work. The Contractor shall at all times observe and comply with all such
laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify the Owner and all his or
her officers, agents, or servants against any claim or liability arising from or based on the violation of any
such law, ordinance, regulation, order, or decree, whether by the Contractor or the Contractor’s employees.
New paragraph. See SP-70-01 (00800).
70-2 Permits, licenses, and taxes. The Contractor shall procure all permits and licenses, pay all charges,
fees, and taxes, and give all notices necessary and incidental to the due and lawful execution of the work.
70-3 Patented devices, materials, and processes. If the Contractor is required or desires to use any
design, device, material, or process covered by letters of patent or copyright, the Contractor shall provide
for such use by suitable legal agreement with the Patentee or Owner. The Contractor and the surety shall
indemnify and hold harmless the Owner, any third party, or political subdivision from any and all claims
for infringement by reason of the use of any such patented design, device, material or process, or any
trademark or copyright, and shall indemnify the Owner for any costs, expenses, and damages which it may
be obliged to pay by reason of an infringement, at any time during the execution or after the completion of
the work.
70-4 Restoration of surfaces disturbed by others. The Owner reserves the right to authorize the
construction, reconstruction, or maintenance of any public or private utility service, FAA or National
Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another government
agency at any time during the progress of the work. To the extent that such construction, reconstruction, or
maintenance has been coordinated with the Owner, such authorized work (by others) is indicated on the
construction plans.
No restoration of work disturbed by others is anticipated.
Except as listed above, the Contractor shall not permit any individual, firm, or corporation to excavate or
otherwise disturb such utility services or facilities located within the limits of the work without the written
permission of the Engineer.
Should the Owner of public or private utility service, FAA, or NOAA facility, or a utility service of another
government agency be authorized to construct, reconstruct, or maintain such utility service or facility during
the progress of the work, the Contractor shall cooperate with such Owners by arranging and performing the
work in this contract to facilitate such construction, reconstruction or maintenance by others whether or not
such work by others is listed above. When ordered as extra work by the Engineer, the Contractor shall make
Legal Regulations and Responsibility to Public
Page 70-2
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided
for in the contract, plans, or specifications. It is understood and agreed that the Contractor shall not be
entitled to make any claim for damages due to such authorized work by others or for any delay to the work
resulting from such authorized work.
70-5 Federal aid participation. For Airport Improvement Program (AIP) contracts, the United States
Government has agreed to reimburse the Owner for some portion of the contract costs. Such reimbursement
is made from time to time upon the Owner’s request to the FAA. In consideration of the United States
Government’s (FAA’s) agreement with the Owner, the Owner has included provisions in this contract
pursuant to the requirements of Title 49 of the USC and the Rules and Regulations of the FAA that pertain
to the work.
As required by the USC, the contract work is subject to the inspection and approval of duly authorized
representatives of the FAA Administrator, and is further subject to those provisions of the rules and
regulations that are cited in the contract, plans, or specifications.
No requirement of the USC, the rules and regulations implementing the USC, or this contract shall be
construed as making the Federal Government a party to the contract nor will any such requirement interfere,
in any way, with the rights of either party to the contract.
70-6 Sanitary, health, and safety provisions. The Contractor shall provide and maintain in a neat,
sanitary condition such accommodations for the use of his or her employees as may be necessary to comply
with the requirements of the state and local Board of Health, or of other bodies or tribunals having
jurisdiction.
Attention is directed to Federal, state, and local laws, rules and regulations concerning construction safety
and health standards. The Contractor shall not require any worker to work in surroundings or under
conditions that are unsanitary, hazardous, or dangerous to his or her health or safety.
70-7 Public convenience and safety. The Contractor shall control his or her operations and those of his
or her subcontractors and all suppliers, to assure the least inconvenience to the traveling public. Under all
circumstances, safety shall be the most important consideration.
The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with
respect to his or her own operations and those of his or her subcontractors and all suppliers in accordance
with the subsection 40-05 titled MAINTENANCE OF TRAFFIC of Section 40 hereinbefore specified and
shall limit such operations for the convenience and safety of the traveling public as specified in the
subsection 80-04 titled LIMITATION OF OPERATIONS of Section 80 hereinafter.
New paragraph. See SP-70-07 (00800).
70-8 Barricades, warning signs, and hazard markings. The Contractor shall furnish, erect, and maintain
all barricades, warning signs, and markings for hazards necessary to protect the public and the work. When
used during periods of darkness, such barricades, warning signs, and hazard markings shall be suitably
illuminated. Unless otherwise specified, barricades, warning signs, and markings for hazards that are in the
air operations area (AOAs) shall be a maximum of 18 inches (0.5 m) high. Unless otherwise specified,
Legal Regulations and Responsibility to Public
Page 70-3
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
barricades shall be spaced not more than 4 feet (1.2 m) apart. Barricades, warning signs, and markings shall
be paid for under subsection 40-05.
For vehicular and pedestrian traffic, the Contractor shall furnish, erect, and maintain barricades, warning
signs, lights and other traffic control devices in reasonable conformity with the Manual on Uniform Traffic
Control Devices.
When the work requires closing an air operations area of the airport or portion of such area, the Contractor
shall furnish, erect, and maintain temporary markings and associated lighting conforming to the
requirements of advisory circular (AC) 150/5340-1, Standards for Airport Markings.
The Contractor shall furnish, erect, and maintain markings and associated lighting of open trenches,
excavations, temporary stock piles, and the Contractor’s parked construction equipment that may be
hazardous to the operation of emergency fire-rescue or maintenance vehicles on the airport in reasonable
conformance to AC 150/5370-2, Operational Safety on Airports During Construction.
The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable
conformance to AC 150/5370-2.
The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to
commencing work that requires such erection and shall maintain the barricades, warning signs, and
markings for hazards until their removal is directed by the Engineer.
Open-flame type lights shall not be permitted.
New paragraph. See SP-70-08 (00800).
70-9 Use of explosives. When the use of explosives is necessary for the execution of the work, the
Contractor shall exercise the utmost care not to endanger life or property, including new work. The
Contractor shall be responsible for all damage resulting from the use of explosives.
All explosives shall be stored in a secure manner in compliance with all laws and ordinances, and all such
storage places shall be clearly marked. Where no local laws or ordinances apply, storage shall be provided
satisfactory to the Engineer and, in general, not closer than 1,000 feet (300 m) from the work or from any
building, road, or other place of human occupancy.
The Contractor shall notify each property Owner and public utility company having structures or facilities
in proximity to the site of the work of his or her intention to use explosives. Such notice shall be given
sufficiently in advance to enable them to take such steps as they may deem necessary to protect their
property from injury.
The use of electrical blasting caps shall not be permitted on or within 1,000 feet (300 m) of the airport
property.
70-10 Protection and restoration of property and landscape. The Contractor shall be responsible for the
preservation of all public and private property, and shall protect carefully from disturbance or damage all
land monuments and property markers until the Engineer has witnessed or otherwise referenced their
location and shall not move them until directed.
Legal Regulations and Responsibility to Public
Page 70-4
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
The Contractor shall be responsible for all damage or injury to property of any character, during the
execution of the work, resulting from any act, omission, neglect, or misconduct in manner or method of
executing the work, or at any time due to defective work or materials, and said responsibility shall not be
released until the project has been completed and accepted.
When or where any direct or indirect damage or injury is done to public or private property by or on account
of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the non-
execution thereof by the Contractor, the Contractor shall restore, at his or her own expense, such property
to a condition similar or equal to that existing before such damage or injury was done, by repairing, or
otherwise restoring as may be directed, or the Contractor shall make good such damage or injury in an
acceptable manner.
New paragraph. See SP-70-10 (00800).
70-11 Responsibility for damage claims. The Contractor shall indemnify and save harmless the Engineer
and the Owner and their officers, and employees from all suits, actions, or claims, of any character, brought
because of any injuries or damage received or sustained by any person, persons, or property on account of
the operations of the Contractor; or on account of or in consequence of any neglect in safeguarding the
work; or through use of unacceptable materials in constructing the work; or because of any act or omission,
neglect, or misconduct of said Contractor; or because of any claims or amounts recovered from any
infringements of patent, trademark, or copyright; or from any claims or amounts arising or recovered under
the “Workmen’s Compensation Act,” or any other law, ordinance, order, or decree. Money due the
Contractor under and by virtue of his or her contract considered necessary by the Owner for such purpose
may be retained for the use of the Owner or, in case no money is due, his or her surety may be held until
such suits, actions, or claims for injuries or damages shall have been settled and suitable evidence to that
effect furnished to the Owner, except that money due the Contractor will not be withheld when the
Contractor produces satisfactory evidence that he or she is adequately protected by public liability and
property damage insurance.
70-12 Third party beneficiary clause. It is specifically agreed between the parties executing the contract
that it is not intended by any of the provisions of any part of the contract to create for the public or any
member thereof, a third party beneficiary or to authorize anyone not a party to the contract to maintain a
suit for personal injuries or property damage pursuant to the terms or provisions of the contract.
70-13 Opening sections of the work to traffic. Should it be necessary for the Contractor to complete
portions of the contract work for the beneficial occupancy of the Owner prior to completion of the entire
contract, such “phasing” of the work shall be specified herein and indicated on the plans. When so specified,
the Contractor shall complete such portions of the work on or before the date specified or as otherwise
specified. The Contractor shall make his or her own estimate of the difficulties involved in arranging the
work to permit such beneficial occupancy by the Owner as described in the Construction Safety and Phasing
Plan (CSPP).
Upon completion of any portion of the work listed above, such portion shall be accepted by the Owner in
accordance with the subsection 50-14 titled PARTIAL ACCEPTANCE of Section 50.
Legal Regulations and Responsibility to Public
Page 70-5
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
No portion of the work may be opened by the Contractor for public use until ordered by the Engineer in
writing. Should it become necessary to open a portion of the work to public traffic on a temporary or
intermittent basis, such openings shall be made when, in the opinion of the Engineer, such portion of the
work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are
considered to be inherent in the work and shall not constitute either acceptance of the portion of the work
so opened or a waiver of any provision of the contract. Any damage to the portion of the work so opened
that is not attributable to traffic which is permitted by the Owner shall be repaired by the Contractor at his
or her expense.
The Contractor shall make his or her own estimate of the inherent difficulties involved in completing the
work under the conditions herein described and shall not claim any added compensation by reason of delay
or increased cost due to opening a portion of the contract work.
Contractor shall be required to conform to safety standards contained AC 150/5370-2.
Contractor shall refer to the approved Construction Safety Phasing Plan (CSPP) to identify barricade
requirements and other safety requirements prior to opening up sections of work to traffic.
70-14 Contractor’s responsibility for work. Until the Engineer’s final written acceptance of the entire
completed work, excepting only those portions of the work accepted in accordance with the subsection 50-
14 titled PARTIAL ACCEPTANCE of Section 50, the Contractor shall have the charge and care thereof
and shall take every precaution against injury or damage to any part due to the action of the elements or
from any other cause, whether arising from the execution or from the non-execution of the work. The
Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work
occasioned by any of the above causes before final acceptance and shall bear the expense thereof except
damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence
of the Contractor, including but not restricted to acts of God such as earthquake, tidal wave, tornado,
hurricane or other cataclysmic phenomenon of nature, or acts of the public enemy or of government
authorities.
If the work is suspended for any cause whatever, the Contractor shall be responsible for the work and shall
take such precautions necessary to prevent damage to the work. The Contractor shall provide for normal
drainage and shall erect necessary temporary structures, signs, or other facilities at his or her expense.
During such period of suspension of work, the Contractor shall properly and continuously maintain in an
acceptable growing condition all living material in newly established planting, seeding, and sodding
furnished under the contract, and shall take adequate precautions to protect new tree growth and other
important vegetative growth against injury.
70-15 Contractor’s responsibility for utility service and facilities of others. As provided in the
subsection 70-04 titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section, the
Contractor shall cooperate with the Owner of any public or private utility service, FAA or NOAA, or a
utility service of another government agency that may be authorized by the Owner to construct, reconstruct
or maintain such utility services or facilities during the progress of the work. In addition, the Contractor
shall control their operations to prevent the unscheduled interruption of such utility services and facilities.
Legal Regulations and Responsibility to Public
Page 70-6
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of
another governmental agency are known to exist within the limits of the contract work, the approximate
locations have been indicated on the plans and the Owners are indicated as follows:
Replace paragraph. See SP-70-15 (00800).
It is understood and agreed that the Owner does not guarantee the accuracy or the completeness of the
location information relating to existing utility services, facilities, or structures that may be shown on the
plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the
Contractor of the responsibility to protect such existing features from damage or unscheduled interruption
of service.
It is further understood and agreed that the Contractor shall, upon execution of the contract, notify the
Owners of all utility services or other facilities of his or her plan of operations. Such notification shall be
in writing addressed to THE PERSON TO CONTACT as provided in this subsection and subsection 70-04
titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section. A copy of each
notification shall be given to the Engineer.
In addition to the general written notification provided, it shall be the responsibility of the Contractor to
keep such individual Owners advised of changes in their plan of operations that would affect such Owners.
Prior to beginning the work in the general vicinity of an existing utility service or facility, the Contractor
shall again notify each such Owner of their plan of operation. If, in the Contractor’s opinion, the Owner’s
assistance is needed to locate the utility service or facility or the presence of a representative of the Owner
is desirable to observe the work, such advice should be included in the notification. Such notification shall
be given by the most expeditious means to reach the utility owner’s PERSON TO CONTACT no later than
two normal business days prior to the Contractor’s commencement of operations in such general vicinity.
The Contractor shall furnish a written summary of the notification to the Engineer.
The Contractor’s failure to give the two days’ notice shall be cause for the Owner to suspend the
Contractor’s operations in the general vicinity of a utility service or facility.
Where the outside limits of an underground utility service have been located and staked on the ground, the
Contractor shall be required to use hand excavation methods within 3 feet (1 m) of such outside limits at
such points as may be required to ensure protection from damage due to the Contractor’s operations.
Should the Contractor damage or interrupt the operation of a utility service or facility by accident or
otherwise, the Contractor shall immediately notify the proper authority and the Engineer and shall take all
reasonable measures to prevent further damage or interruption of service. The Contractor, in such events,
shall cooperate with the utility service or facility owner and the Engineer continuously until such damage
has been repaired and service restored to the satisfaction of the utility or facility owner.
The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due
to their operations whether due to negligence or accident. The Owner reserves the right to deduct such costs
from any monies due or which may become due the Contractor, or his or her surety.
Legal Regulations and Responsibility to Public
Page 70-7
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
70-15.1 FAA facilities and cable runs. The Contractor is hereby advised that the construction limits of the
project may include existing facilities and buried cable runs that are owned, operated and maintained by the
FAA. The Contractor, during the execution of the project work, shall comply with the following:
a. The Contractor shall permit FAA maintenance personnel the right of access to the project work site
for purposes of inspecting and maintaining all existing FAA owned facilities.
b. The Contractor shall provide notice to the FAA Air Traffic Organization (ATO)/Technical
Operations/System Support Center (SSC) Point-of-Contact through the Director of Airport Development a
minimum of seven (7) calendar days prior to commencement of construction activities in order to permit
sufficient time to locate and mark existing buried cables and to schedule any required facility outages.
c. If execution of the project work requires a facility outage, the Contractor shall contact the FAA Point-
of-Contact a minimum of 72 hours prior to the time of the required outage.
d. Any damage to FAA cables, access roads, or FAA facilities during construction caused by the
Contractor’s equipment or personnel whether by negligence or accident will require the Contractor to repair
or replace the damaged cables, access road, or FAA facilities to FAA requirements. The Contractor shall
not bear the cost to repair damage to underground facilities or utilities improperly located by the FAA.
e. If the project work requires the cutting or splicing of FAA owned cables, the FAA Point-of-Contact
shall be contacted a minimum of 72 hours prior to the time the cable work commences. The FAA reserves
the right to have a FAA representative on site to observe the splicing of the cables as a condition of
acceptance. All cable splices are to be accomplished in accordance with FAA specifications and require
approval by the FAA Point-of-Contact as a condition of acceptance by the Owner. The Contractor is hereby
advised that FAA restricts the location of where splices may be installed. If a cable splice is required in a
location that is not permitted by FAA, the Contractor shall furnish and install a sufficient length of new
cable that eliminates the need for any splice.
70-16 Furnishing rights-of-way. The Owner will be responsible for furnishing all rights-of-way upon
which the work is to be constructed in advance of the Contractor’s operations.
70-17 Personal liability of public officials. In carrying out any of the contract provisions or in exercising
any power or authority granted by this contract, there shall be no liability upon the Engineer, his or her
authorized representatives, or any officials of the Owner either personally or as an official of the Owner. It
is understood that in such matters they act solely as agents and representatives of the Owner.
70-18 No waiver of legal rights. Upon completion of the work, the Owner will expeditiously make final
inspection and notify the Contractor of final acceptance. Such final acceptance, however, shall not preclude
or stop the Owner from correcting any measurement, estimate, or certificate made before or after completion
of the work, nor shall the Owner be precluded or stopped from recovering from the Contractor or his or her
surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill
his or her obligations under the contract. A waiver on the part of the Owner of any breach of any part of the
contract shall not be held to be a waiver of any other or subsequent breach.
Legal Regulations and Responsibility to Public
Page 70-8
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
The Contractor, without prejudice to the terms of the contract, shall be liable to the Owner for latent defects,
fraud, or such gross mistakes as may amount to fraud, or as regards the Owner’s rights under any warranty
or guaranty.
70-19 Environmental protection. The Contractor shall comply with all Federal, state, and local laws and
regulations controlling pollution of the environment. The Contractor shall take necessary precautions to
prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other
harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter.
70-20 Archaeological and historical findings. Unless otherwise specified in this subsection, the
Contractor is advised that the site of the work is not within any property, district, or site, and does not
contain any building, structure, or object listed in the current National Register of Historic Places published
by the United States Department of Interior.
Should the Contractor encounter, during his or her operations, any building, part of a building, structure, or
object that is incongruous with its surroundings, the Contractor shall immediately cease operations in that
location and notify the Engineer. The Engineer will immediately investigate the Contractor’s finding and
the Owner will direct the Contractor to either resume operations or to suspend operations as directed.
Should the Owner order suspension of the Contractor’s operations in order to protect an archaeological or
historical finding, or order the Contractor to perform extra work, such shall be covered by an appropriate
contract change order or supplemental agreement as provided in the subsection 40-04 titled EXTRA WORK
of Section 40 and the subsection 90-05 titled PAYMENT FOR EXTRA WORK of Section 90. If
appropriate, the contract change order or supplemental agreement shall include an extension of contract
time in accordance with the subsection 80-07 titled DETERMINATION AND EXTENSION OF
CONTRACT TIME of Section 80.
END OF SECTION 70
Execution and Progress
Page 80-1
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
SECTION 80
EXECUTION AND PROGRESS
AC 150/5370-10G
7/21/2014
80-1 Subletting of contract. The Owner will not recognize any subcontractor on the work. The Contractor
shall at all times when work is in progress be represented either in person, by a qualified superintendent, or
by other designated, qualified representative who is duly authorized to receive and execute orders of the
Engineer.
The Contractor shall provide copies of all subcontracts to the Engineer. The Contractor shall perform, with
his organization, an amount of work equal to at least 25 percent of the total contract cost.
Should the Contractor elect to assign his or her contract, said assignment shall be concurred in by the surety,
shall be presented for the consideration and approval of the Owner, and shall be consummated only on the
written approval of the Owner.
80-2 Notice to proceed. The notice to proceed shall state the date on which it is expected the Contractor
will begin the construction and from which date contract time will be charged. The Contractor shall begin
the work to be performed under the contract within 15 calendar days of the date set by the Engineer in the
written notice to proceed, but in any event, the Contractor shall notify the Engineer at least 24 hours in
advance of the time actual construction operations will begin. The Contractor shall not commence any
actual construction prior to the date on which the notice to proceed is issued by the Owner.
80-3 Execution and progress. Unless otherwise specified, the Contractor shall submit their progress
schedule for the Engineer’s approval within 10 days after the effective date of the notice to proceed. The
Contractor’s progress schedule, when approved by the Engineer, may be used to establish major
construction operations and to check on the progress of the work. The Contractor shall provide sufficient
materials, equipment, and labor to guarantee the completion of the project in accordance with the plans and
specifications within the time set forth in the proposal.
If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the Engineer’s
request, submit a revised schedule for completion of the work within the contract time and modify their
operations to provide such additional materials, equipment, and labor necessary to meet the revised
schedule. Should the execution of the work be discontinued for any reason, the Contractor shall notify the
Engineer at least 24 hours in advance of resuming operations.
The Contractor shall not commence any actual construction prior to the date on which the notice to proceed
is issued by the Owner.
80-4 Limitation of operations. The Contractor shall control his or her operations and the operations of
his or her subcontractors and all suppliers to provide for the free and unobstructed movement of aircraft in
the air operations areas (AOA) of the airport.
When the work requires the Contractor to conduct his or her operations within an AOA of the airport, the
work shall be coordinated with airport operations (through the Engineer) at least 48 hours prior to
Execution and Progress
Page 80-2
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
commencement of such work. The Contractor shall not close an AOA until so authorized by the Engineer
and until the necessary temporary marking and associated lighting is in place as provided in the subsection
70-08 titled BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS of Section 70.
When the contract work requires the Contractor to work within an AOA of the airport on an intermittent
basis (intermittent opening and closing of the AOA), the Contractor shall maintain constant
communications as specified; immediately obey all instructions to vacate the AOA; immediately obey all
instructions to resume work in such AOA. Failure to maintain the specified communications or to obey
instructions shall be cause for suspension of the Contractor’s operations in the AOA until the satisfactory
conditions are provided. The following AOA cannot be closed to operating aircraft to permit the
Contractor’s operations on a continuous basis and will therefore be closed to aircraft operations
intermittently as described in the Construction Safety and Phasing Plan (CSPP).
Contractor shall be required to conform to safety standards contained in AC 150/5370-2, Operational Safety
on Airports During Construction (Refer Construction Safety and Phasing Plan).
80-04.1 Operational safety on airport during construction. All Contractors’ operations shall be
conducted in accordance with the project Construction Safety and Phasing Plan (CSPP) and the provisions
set forth within the current version of AC 150/5370-2. The CSPP included within the contract documents
conveys minimum requirements for operational safety on the airport during construction activities. The
Contractor shall prepare and submit a Safety Plan Compliance Document that details how it proposes to
comply with the requirements presented within the CSPP.
The Contractor shall implement all necessary safety plan measures prior to commencement of any work
activity. The Contractor shall conduct routine checks to assure compliance with the safety plan measures.
The Contractor is responsible to the Owner for the conduct of all subcontractors it employs on the project.
The Contractor shall assure that all subcontractors are made aware of the requirements of the CSPP and
that they implement and maintain all necessary measures.
No deviation or modifications may be made to the approved CSPP unless approved in writing by the Owner
or Engineer.
80-5 Character of workers, methods, and equipment. The Contractor shall, at all times, employ
sufficient labor and equipment for prosecuting the work to full completion in the manner and time required
by the contract, plans, and specifications.
All workers shall have sufficient skill and experience to perform properly the work assigned to them.
Workers engaged in special work or skilled work shall have sufficient experience in such work and in the
operation of the equipment required to perform the work satisfactorily.
Any person employed by the Contractor or by any subcontractor who violates any operational regulations
or operational safety requirements and, in the opinion of the Engineer, does not perform his work in a proper
and skillful manner or is intemperate or disorderly shall, at the written request of the Engineer, be removed
forthwith by the Contractor or subcontractor employing such person, and shall not be employed again in
any portion of the work without approval of the Engineer.
Execution and Progress
Page 80-3
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
Should the Contractor fail to remove such persons or person, or fail to furnish suitable and sufficient
personnel for the proper execution of the work, the Engineer may suspend the work by written notice until
compliance with such orders.
All equipment that is proposed to be used on the work shall be of sufficient size and in such mechanical
condition as to meet requirements of the work and to produce a satisfactory quality of work. Equipment
used on any portion of the work shall be such that no injury to previously completed work, adjacent
property, or existing airport facilities will result from its use.
When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed
in the contract, the Contractor is free to use any methods or equipment that will accomplish the work in
conformity with the requirements of the contract, plans, and specifications.
When the contract specifies the use of certain methods and equipment, such methods and equipment shall
be used unless others are authorized by the Engineer. If the Contractor desires to use a method or type of
equipment other than specified in the contract, the Contractor may request authority from the Engineer to
do so. The request shall be in writing and shall include a full description of the methods and equipment
proposed and of the reasons for desiring to make the change. If approval is given, it will be on the condition
that the Contractor will be fully responsible for producing work in conformity with contract requirements.
If, after trial use of the substituted methods or equipment, the Engineer determines that the work produced
does not meet contract requirements, the Contractor shall discontinue the use of the substitute method or
equipment and shall complete the remaining work with the specified methods and equipment. The
Contractor shall remove any deficient work and replace it with work of specified quality, or take such other
corrective action as the Engineer may direct. No change will be made in basis of payment for the contract
items involved nor in contract time as a result of authorizing a change in methods or equipment under this
subsection.
New paragraph. See SP-80-05 (00800).
80-6 Temporary suspension of the work. The Owner shall have the authority to suspend the work
wholly, or in part, for such period or periods as the Owner may deem necessary, due to unsuitable weather,
or such other conditions as are considered unfavorable for the execution of the work, or for such time as is
necessary due to the failure on the part of the Contractor to carry out orders given or perform any or all
provisions of the contract.
In the event that the Contractor is ordered by the Owner, in writing, to suspend work for some unforeseen
cause not otherwise provided for in the contract and over which the Contractor has no control, the
Contractor may be reimbursed for actual money expended on the work during the period of shutdown. No
allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective
date of the Engineer’s order to suspend work to the effective date of the Engineer’s order to resume the
work. Claims for such compensation shall be filed with the Engineer within the time period stated in the
Engineer’s order to resume work. The Contractor shall submit with his or her claim information
substantiating the amount shown on the claim. The Engineer will forward the Contractor’s claim to the
Owner for consideration in accordance with local laws or ordinances. No provision of this article shall be
construed as entitling the Contractor to compensation for delays due to inclement weather, for suspensions
made at the request of the Owner, or for any other delay provided for in the contract, plans, or specifications.
Execution and Progress
Page 80-4
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
If it should become necessary to suspend work for an indefinite period, the Contractor shall store all
materials in such manner that they will not become an obstruction nor become damaged in any way. The
Contractor shall take every precaution to prevent damage or deterioration of the work performed and
provide for normal drainage of the work. The Contractor shall erect temporary structures where necessary
to provide for traffic on, to, or from the airport.
New paragraph. See SP-80-06 (00800).
80-7 Determination and extension of contract time. The number of calendar or working days allowed
for completion of the work shall be stated in the proposal and contract and shall be known as the
CONTRACT TIME.
Should the contract time require extension for reasons beyond the Contractor’s control, it shall be adjusted
as follows:
a. CONTRACT TIME based on WORKING DAYS shall be calculated weekly by the Engineer. The
Engineer will furnish the Contractor a copy of his or her weekly statement of the number of working days
charged against the contract time during the week and the number of working days currently specified for
completion of the contract (the original contract time plus the number of working days, if any, that have
been included in approved CHANGE ORDERS or SUPPLEMENTAL AGREEMENTS covering EXTRA
WORK).
The Engineer shall base his or her weekly statement of contract time charged on the following
considerations:
(1) No time shall be charged for days on which the Contractor is unable to proceed with the principal
item of work under construction at the time for at least six (6) hours with the normal work force employed
on such principal item. Should the normal work force be on a double-shift, 12 hours shall be used. Should
the normal work force be on a triple-shift, 18 hours shall apply. Conditions beyond the Contractor’s control
such as strikes, lockouts, unusual delays in transportation, temporary suspension of the principal item of
work under construction or temporary suspension of the entire work which have been ordered by the Owner
for reasons not the fault of the Contractor, shall not be charged against the contract time.
(2) The Engineer will not make charges against the contract time prior to the effective date of the
notice to proceed.
(3) The Engineer will begin charges against the contract time on the first working day after the
effective date of the notice to proceed.
(4) The Engineer will not make charges against the contract time after the date of final acceptance as
defined in the subsection 50-15 titled FINAL ACCEPTANCE of Section 50.
(5) The Contractor will be allowed one (1) week in which to file a written protest setting forth his or
her objections to the Engineer’s weekly statement. If no objection is filed within such specified time, the
weekly statement shall be considered as acceptable to the Contractor.
The contract time (stated in the proposal) is based on the originally estimated quantities as described in the
subsection 20-05 titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES of Section 20.
Execution and Progress
Page 80-5
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
Should the satisfactory completion of the contract require performance of work in greater quantities than
those estimated in the proposal, the contract time shall be increased in the same proportion as the cost of
the actually completed quantities bears to the cost of the originally estimated quantities in the proposal.
Such increase in contract time shall not consider either the cost of work or the extension of contract time
that has been covered by change order or supplemental agreement and shall be made at the time of final
payment.
b. Contract Time based on calendar days shall consist of the number of calendar days stated in the
contract counting from the effective date of the notice to proceed and including all Saturdays, Sundays,
holidays, and non-work days. All calendar days elapsing between the effective dates of the Owner’s orders
to suspend and resume all work, due to causes not the fault of the Contractor, shall be excluded.
At the time of final payment, the contract time shall be increased in the same proportion as the cost
of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal.
Such increase in the contract time shall not consider either cost of work or the extension of contract time
that has been covered by a change order or supplemental agreement. Charges against the contract time will
cease as of the date of final acceptance.
c. When the contract time is a specified completion date, it shall be the date on which all contract work
shall be substantially complete.
If the Contractor finds it impossible for reasons beyond his or her control to complete the work within the
contract time as specified, or as extended in accordance with the provisions of this subsection, the
Contractor may, at any time prior to the expiration of the contract time as extended, make a written request
to the Owner for an extension of time setting forth the reasons which the Contractor believes will justify
the granting of his or her request. Requests for extension of time on calendar day projects, caused by
inclement weather, shall be supported with National Weather Bureau data showing the actual amount of
inclement weather exceeded what could normally be expected during the contract period. The Contractor’s
plea that insufficient time was specified is not a valid reason for extension of time. If the supporting
documentation justify the work was delayed because of conditions beyond the control and without the fault
of the Contractor, the Owner may extend the time for completion by a change order that adjusts the contract
time or completion date. The extended time for completion shall then be in full force and effect, the same
as though it were the original time for completion.
New paragraph. See SP-80-07 (00800).
80-8 Failure to complete on time. For each calendar day or working day, as specified in the contract, that
any work remains uncompleted after the contract time (including all extensions and adjustments as provided
in the subsection 80-07 titled DETERMINATION AND EXTENSION OF CONTRACT TIME of this
Section) the sum specified in the contract and proposal as liquidated damages will be deducted from any
money due or to become due the Contractor or his or her surety. Such deducted sums shall not be deducted
as a penalty but shall be considered as liquidation of a reasonable portion of damages including but not
limited to additional engineering services that will be incurred by the Owner should the Contractor fail to
complete the work in the time provided in their contract.
Execution and Progress
Page 80-6
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
LIQUIDATED DAMAGES COST ALLOWED CONSTRUCTION TIME
$4,217 per calendar day 392 calendar days
The maximum construction time allowed will be not more than 392 days. Permitting the Contractor to
continue and finish the work or any part of it after the time fixed for its completion, or after the date to
which the time for completion may have been extended, will in no way operate as a wavier on the part of
the Owner of any of its rights under the contract.
New paragraph. See SP-80-08 (00800).
80-9 Default and termination of contract. The Contractor shall be considered in default of his or her
contract and such default will be considered as cause for the Owner to terminate the contract for any of the
following reasons if the Contractor:
a. Fails to begin the work under the contract within the time specified in the Notice to Proceed, or
b. Fails to perform the work or fails to provide sufficient workers, equipment and/or materials to assure
completion of work in accordance with the terms of the contract, or
c. Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such
work as may be rejected as unacceptable and unsuitable, or
d. Discontinues the execution of the work, or
e. Fails to resume work which has been discontinued within a reasonable time after notice to do so, or
f. Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or
g. Allows any final judgment to stand against the Contractor unsatisfied for a period of 10 days, or
h. Makes an assignment for the benefit of creditors, or
i. For any other cause whatsoever, fails to carry on the work in an acceptable manner.
Should the Engineer consider the Contractor in default of the contract for any reason above, the Engineer
shall immediately give written notice to the Contractor and the Contractor’s surety as to the reasons for
considering the Contractor in default and the Owner’s intentions to terminate the contract.
Replace paragraph. See SP-80-09 (00800).
If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance
therewith, then the Owner will, upon written notification from the Engineer of the facts of such delay,
neglect, or default and the Contractor’s failure to comply with such notice, have full power and authority
without violating the contract, to take the execution of the work out of the hands of the Contractor. The
Owner may appropriate or use any or all materials and equipment that have been mobilized for use in the
work and are acceptable and may enter into an agreement for the completion of said contract according to
Execution and Progress
Page 80-7
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
the terms and provisions thereof, or use such other methods as in the opinion of the Engineer will be required
for the completion of said contract in an acceptable manner.
All costs and charges incurred by the Owner, together with the cost of completing the work under contract,
will be deducted from any monies due or which may become due the Contractor. If such expense exceeds
the sum which would have been payable under the contract, then the Contractor and the surety shall be
liable and shall pay to the Owner the amount of such excess.
80-10 Termination for national emergencies. The Owner shall terminate the contract or portion thereof
by written notice when the Contractor is prevented from proceeding with the construction contract as a
direct result of an Executive Order of the President with respect to the execution of war or in the interest of
national defense.
When the contract, or any portion thereof, is terminated before completion of all items of work in the
contract, payment will be made for the actual number of units or items of work completed at the contract
price or as mutually agreed for items of work partially completed or not started. No claims or loss of
anticipated profits shall be considered.
Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included
in the contract) and moving equipment and materials to and from the job will be considered, the intent being
that an equitable settlement will be made with the Contractor.
Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in
the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shown by
receipted bills and actual cost records at such points of delivery as may be designated by the Engineer.
Termination of the contract or a portion thereof shall neither relieve the Contractor of his or her
responsibilities for the completed work nor shall it relieve his or her surety of its obligation for and
concerning any just claim arising out of the work performed.
New paragraph. See SP-80-10 (00800).
80-11 Work area, storage area and sequence of operations. The Contractor shall obtain approval from
the Engineer prior to beginning any work in all areas of the airport. No operating runway, taxiway, or air
operations area (AOA) shall be crossed, entered, or obstructed while it is operational. The Contractor shall
plan and coordinate his or her work in such a manner as to ensure safety and a minimum of hindrance to
flight operations. All Contractor equipment and material stockpiles shall be stored a minimum of 400 feet
from the centerline of an active runway. No equipment will be allowed to park within the approach area of
an active runway at any time. No equipment shall be within 250 feet of an active runway at any time.
Replace subsection. See SP-80-11 (00800).
END OF SECTION 80
Execution and Progress
Page 80-8
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
[This page intentionally left blank]
Measurement and Payment
Page 90-1
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
SECTION 90
MEASUREMENT AND PAYMENT
AC 150/5370-10G
7/21/2014
90-1 Measurement of quantities. All work completed under the contract will be measured by the
Engineer, or his or her authorized representatives, using United States Customary Units of Measurement or
the International System of Units.
The method of measurement and computations to be used in determination of quantities of material
furnished and of work performed under the contract will be those methods generally recognized as
conforming to good engineering practice.
Unless otherwise specified, longitudinal measurements for area computations will be made horizontally,
and no deductions will be made for individual fixtures (or leave-outs) having an area of 9 square feet (0.8
square meters) or less. Unless otherwise specified, transverse measurements for area computations will be
the neat dimensions shown on the plans or ordered in writing by the Engineer.
Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions.
Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts,
conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation
upon which such items are placed.
In computing volumes of excavation the average end area method or other acceptable methods will be used.
The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate
pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of inch.
The term “ton” will mean the short ton consisting of 2,000 lb. (907 km) avoirdupois. All materials that are
measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified
personnel at locations designed by the Engineer. If material is shipped by rail, the car weight may be
accepted provided that only the actual weight of material is paid for. However, car weights will not be
acceptable for material to be passed through mixing plants. Trucks used to haul material being paid for by
weight shall be weighed empty daily at such times as the Engineer directs, and each truck shall bear a
plainly legible identification mark.
Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and
measured therein at the point of delivery. Vehicles for this purpose may be of any size or type acceptable
for the materials hauled, provided that the body is of such shape that the actual contents may be readily and
accurately determined. All vehicles shall be loaded to at least their water level capacity, and all loads shall
be leveled when the vehicles arrive at the point of delivery.
When requested by the Contractor and approved by the Engineer in writing, material specified to be
measured by the cubic yard (cubic meter) may be weighed, and such weights will be converted to cubic
Measurement and Payment
Page 90-2
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
yards (cubic meters) for payment purposes. Factors for conversion from weight measurement to volume
measurement will be determined by the Engineer and shall be agreed to by the Contractor before such
method of measurement of pay quantities is used.
Bituminous materials will be measured by the gallon (liter) or ton (kg). When measured by volume, such
volumes will be measured at 60°F (16°C) or will be corrected to the volume at 60°F (16°C) using ASTM
D1250 for asphalts or ASTM D633 for tars.
Net certified scale weights or weights based on certified volumes in the case of rail shipments will be used
as a basis of measurement, subject to correction when bituminous material has been lost from the car or the
distributor, wasted, or otherwise not incorporated in the work.
When bituminous materials are shipped by truck or transport, net certified weights by volume, subject to
correction for loss or foaming, may be used for computing quantities.
Cement will be measured by the ton (kg) or hundredweight (km).
Timber will be measured by the thousand feet board measure (MFBM) actually incorporated in the
structure. Measurement will be based on nominal widths and thicknesses and the extreme length of each
piece.
The term “lump sum” when used as an item of payment will mean complete payment for the work described
in the contract.
When a complete structure or structural unit (in effect, “lump sum” work) is specified as the unit of
measurement, the unit will be construed to include all necessary fittings and accessories.
Rental of equipment will be measured by time in hours of actual working time and necessary traveling time
of the equipment within the limits of the work. Special equipment ordered by the Engineer in connection
with force account work will be measured as agreed in the change order or supplemental agreement
authorizing such force account work as provided in the subsection 90-05 titled PAYMENT FOR EXTRA
WORK of this section.
When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit,
etc., and these items are identified by gauge, unit weight, section dimensions, etc., such identification will
be considered to be nominal weights or dimensions. Unless more stringently controlled by tolerances in
cited specifications, manufacturing tolerances established by the industries involved will be accepted.
Scales for weighing materials which are required to be proportioned or measured and paid for by weight
shall be furnished, erected, and maintained by the Contractor, or be certified permanently installed
commercial scales.
Scales shall be accurate within 1/2% of the correct weight throughout the range of use. The Contractor shall
have the scales checked under the observation of the inspector before beginning work and at such other
times as requested. The intervals shall be uniform in spacing throughout the graduated or marked length of
the beam or dial and shall not exceed one-tenth of 1% of the nominal rated capacity of the scale, but not
less than 1 pound (454 grams). The use of spring balances will not be permitted.
Measurement and Payment
Page 90-3
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and the inspector
can safely and conveniently view them.
Scale installations shall have available ten standard 50-pound (2.3 km) weights for testing the weighing
equipment or suitable weights and devices for other approved equipment.
Scales must be tested for accuracy and serviced before use at a new site. Platform scales shall be installed
and maintained with the platform level and rigid bulkheads at each end.
Scales “overweighing” (indicating more than correct weight) will not be permitted to operate, and all
materials received subsequent to the last previous correct weighting-accuracy test will be reduced by the
percentage of error in excess of one-half of 1%.
In the event inspection reveals the scales have been underweighing (indicating less than correct weight),
they shall be adjusted, and no additional payment to the Contractor will be allowed for materials previously
weighed and recorded.
All costs in connection with furnishing, installing, certifying, testing, and maintaining scales; for furnishing
check weights and scale house; and for all other items specified in this subsection, for the weighing of
materials for proportioning or payment, shall be included in the unit contract prices for the various items of
the project.
When the estimated quantities for a specific portion of the work are designated as the pay quantities in the
contract, they shall be the final quantities for which payment for such specific portion of the work will be
made, unless the dimensions of said portions of the work shown on the plans are revised by the Engineer.
If revised dimensions result in an increase or decrease in the quantities of such work, the final quantities
for payment will be revised in the amount represented by the authorized changes in the dimensions.
90-2 Scope of payment. The Contractor shall receive and accept compensation provided for in the
contract as full payment for furnishing all materials, for performing all work under the contract in a
complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising
out of the nature of the work or the execution thereof, subject to the provisions of the subsection 70-18
titled NO WAIVER OF LEGAL RIGHTS of Section 70.
When the “basis of payment” subsection of a technical specification requires that the contract price (price
bid) include compensation for certain work or material essential to the item, this same work or material will
not also be measured for payment under any other contract item which may appear elsewhere in the contract,
plans, or specifications.
90-3 Compensation for altered quantities. When the accepted quantities of work vary from the
quantities in the proposal, the Contractor shall accept as payment in full, so far as contract items are
concerned, payment at the original contract price for the accepted quantities of work actually completed
and accepted. No allowance, except as provided for in the subsection 40-02 titled ALTERATION OF
WORK AND QUANTITIES of Section 40 will be made for any increased expense, loss of expected
reimbursement, or loss of anticipated profits suffered or claimed by the Contractor which results directly
from such alterations or indirectly from his or her unbalanced allocation of overhead and profit among the
contract items, or from any other cause.
Measurement and Payment
Page 90-4
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
90-4 Payment for omitted items. As specified in the subsection 40-03 titled OMITTED ITEMS of
Section 40, the Engineer shall have the right to omit from the work (order nonperformance) any contract
item, except major contract items, in the best interest of the Owner.
Should the Engineer omit or order nonperformance of a contract item or portion of such item from the work,
the Contractor shall accept payment in full at the contract prices for any work actually completed and
acceptable prior to the Engineer’s order to omit or non-perform such contract item.
Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the Engineer’s
order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the
Owner.
In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual
costs incurred for the purpose of performing the omitted contract item prior to the date of the Engineer’s
order. Such additional costs incurred by the Contractor must be directly related to the deleted contract item
and shall be supported by certified statements by the Contractor as to the nature the amount of such costs.
90-5 Payment for extra work. Extra work, performed in accordance with the subsection 40-04 titled
EXTRA WORK of Section 40, will be paid for at the contract prices or agreed prices specified in the change
order or supplemental agreement authorizing the extra work.
Replace subsection. See SP-90-05 (00800).
90-6 Partial payments. Partial payments will be made to the Contractor at least once each month as the
work progresses. Said payments will be based upon estimates, prepared by the Engineer, of the value of the
work performed and materials complete and in place, in accordance with the contract, plans, and
specifications. Such partial payments may also include the delivered actual cost of those materials
stockpiled and stored in accordance with the subsection 90-07 titled PAYMENT FOR MATERIALS ON
HAND of this section. No partial payment will be made when the amount due to the Contractor since the
last estimate amounts to less than five hundred dollars.
The Contractor is required to pay all subcontractors for satisfactory performance of their contracts no later
than 30 days after the Contractor has received a partial payment. The Owner must ensure prompt and full
payment of retainage from the prime Contractor to the subcontractor within 30 days after the
subcontractor’s work is satisfactorily completed. A subcontractor’s work is satisfactorily completed when
all the tasks called for in the subcontract have been accomplished and documented as required by the Owner.
When the Owner has made an incremental acceptance of a portion of a prime contract, the work of a
subcontractor covered by that acceptance is deemed to be satisfactorily completed.
From the total of the amount determined to be payable on a partial payment, 10 percent of such total amount
will be deducted and retained by the Owner until the final payment is made, except as may be provided (at
the Contractor’s option) in the subsection 90-08 titled PAYMENT OF WITHHELD FUNDS of this section.
The 90 percent balance of the amount payable, less all previous payments, shall be certified for payment.
Should the Contractor exercise his or her option, as provided in the subsection 90-08 titled PAYMENT OF
WITHHELD FUNDS of this section, no such percent retainage shall be deducted.
Measurement and Payment
Page 90-5
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
When at least 95% of the work has been completed, the Engineer shall, at the Owner’s discretion and with
the consent of the surety, prepare estimates of both the contract value and the cost of the remaining work
to be done.
The Owner may retain an amount not less than twice the contract value or estimated cost, whichever is
greater, of the work remaining to be done. The remainder, less all previous payments and deductions, will
then be certified for payment to the Contractor.
It is understood and agreed that the Contractor shall not be entitled to demand or receive partial payment
based on quantities of work in excess of those provided in the proposal or covered by approved change
orders or supplemental agreements, except when such excess quantities have been determined by the
Engineer to be a part of the final quantity for the item of work in question.
No partial payment shall bind the Owner to the acceptance of any materials or work in place as to quality
or quantity. All partial payments are subject to correction at the time of final payment as provided in the
subsection 90-09 titled ACCEPTANCE AND FINAL PAYMENT of this section.
The Contractor shall deliver to the Owner a complete release of all claims for labor and material arising out
of this contract before the final payment is made. If any subcontractor or supplier fails to furnish such a
release in full, the Contractor may furnish a bond or other collateral satisfactory to the Owner to indemnify
the Owner against any potential lien or other such claim. The bond or collateral shall include all costs,
expenses, and attorney fees the Owner may be compelled to pay in discharging any such lien or claim.
90-7 Payment for materials on hand. Partial payments may be made to the extent of the delivered cost
of materials to be incorporated in the work, provided that such materials meet the requirements of the
contract, plans, and specifications and are delivered to acceptable sites on the airport property or at other
sites in the vicinity that are acceptable to the Owner. Such delivered costs of stored or stockpiled materials
may be included in the next partial payment after the following conditions are met:
a. The material has been stored or stockpiled in a manner acceptable to the Engineer at or on an
approved site.
b. The Contractor has furnished the Engineer with acceptable evidence of the quantity and quality of
such stored or stockpiled materials.
c. The Contractor has furnished the Engineer with satisfactory evidence that the material and
transportation costs have been paid.
d. The Contractor has furnished the Owner legal title (free of liens or encumbrances of any kind) to the
material so stored or stockpiled.
e. The Contractor has furnished the Owner evidence that the material so stored or stockpiled is insured
against loss by damage to or disappearance of such materials at any time prior to use in the work.
New paragraph. See SP-90-07 (00800).
Measurement and Payment
Page 90-6
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
It is understood and agreed that the transfer of title and the Owner’s payment for such stored or stockpiled
materials shall in no way relieve the Contractor of his or her responsibility for furnishing and placing such
materials in accordance with the requirements of the contract, plans, and specifications.
In no case will the amount of partial payments for materials on hand exceed the contract price for such
materials or the contract price for the contract item in which the material is intended to be used.
No partial payment will be made for stored or stockpiled living or perishable plant materials.
The Contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in
accordance with the provisions of this subsection.
90-8 Payment of withheld funds. At the Contractor’s option, if an Owner withholds retainage in
accordance with the methods described in subsection 90-06 PARTIAL PAYMENTS, the Contractor may
request that the Owner deposit the retainage into an escrow account. The Owner’s deposit of retainage into
an escrow account is subject to the following conditions:
a. The Contractor shall bear all expenses of establishing and maintaining an escrow account and escrow
agreement acceptable to the Owner.
b. The Contractor shall deposit to and maintain in such escrow only those securities or bank certificates
of deposit as are acceptable to the Owner and having a value not less than the retainage that would otherwise
be withheld from partial payment.
c. The Contractor shall enter into an escrow agreement satisfactory to the Owner.
d. The Contractor shall obtain the written consent of the surety to such agreement.
90-9 Acceptance and final payment. When the contract work has been accepted in accordance with the
requirements of the subsection 50-15 titled FINAL ACCEPTANCE of Section 50, the Engineer will prepare
the final estimate of the items of work actually performed. The Contractor shall approve the Engineer’s
final estimate or advise the Engineer of the Contractor’s objections to the final estimate which are based on
disputes in measurements or computations of the final quantities to be paid under the contract as amended
by change order or supplemental agreement. The Contractor and the Engineer shall resolve all disputes (if
any) in the measurement and computation of final quantities to be paid within 30 calendar days of the
Contractor’s receipt of the Engineer’s final estimate. If, after such 30-day period, a dispute still exists, the
Contractor may approve the Engineer’s estimate under protest of the quantities in dispute, and such disputed
quantities shall be considered by the Owner as a claim in accordance with the subsection 50-16 titled
CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50.
After the Contractor has approved, or approved under protest, the Engineer’s final estimate, and after the
Engineer’s receipt of the project closeout documentation required in subsection 90-11 Project Closeout,
final payment will be processed based on the entire sum, or the undisputed sum in case of approval under
protest, determined to be due the Contractor less all previous payments and all amounts to be deducted
under the provisions of the contract. All prior partial estimates and payments shall be subject to correction
in the final estimate and payment.
Measurement and Payment
Page 90-7
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
If the Contractor has filed a claim for additional compensation under the provisions of the subsection 50-
16 titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of this
subsection, such claims will be considered by the Owner in accordance with local laws or ordinances. Upon
final adjudication of such claims, any additional payment determined to be due the Contractor will be paid
pursuant to a supplemental final estimate.
90-10 Construction warranty.
a. In addition to any other warranties in this contract, the Contractor warrants that work performed
under this contract conforms to the contract requirements and is free of any defect in equipment, material,
workmanship, or design furnished, or performed by the Contractor or any subcontractor or supplier at any
tier.
b. This warranty shall continue for a period of one year from the date of final acceptance of the work.
If the Owner takes possession of any part of the work before final acceptance, this warranty shall continue
for a period of one year from the date the Owner takes possession. However, this will not relieve the
Contractor from corrective items required by the final acceptance of the project work.
c. The Contractor shall remedy at the Contractor’s expense any failure to conform, or any defect. In
addition, the Contractor shall remedy at the Contractor’s expense any damage to Owner real or personal
property, when that damage is the result of:
(1) The Contractor’s failure to conform to contract requirements; or
(2) Any defect of equipment, material, workmanship, or design furnished by the Contractor.
d. The Contractor shall restore any work damaged in fulfilling the terms and conditions of this clause.
The Contractor’s warranty with respect to work repaired or replaced will run for one year from the date of
repair or replacement.
e. The Owner will notify the Contractor, in writing, within 14 days after the discovery of any failure,
defect, or damage.
f. If the Contractor fails to remedy any failure, defect, or damage within 21 days after receipt of notice,
the Owner shall have the right to replace, repair, or otherwise remedy the failure, defect, or damage at the
Contractor’s expense.
g. With respect to all warranties, express or implied, from subcontractors, manufacturers, or suppliers
for work performed and materials furnished under this contract, the Contractor shall: (1) Obtain all
warranties that would be given in normal commercial practice; (2) Require all warranties to be executed, in
writing, for the benefit of the Owner, as directed by the Owner, and (3) Enforce all warranties for the benefit
of the Owner.
h. This warranty shall not limit the Owner’s rights with respect to latent defects, gross mistakes, or
fraud.
Measurement and Payment
Page 90-8
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
90-11 Project closeout. Approval of final payment to the Contractor is contingent upon completion and
submittal of the items listed below. The final payment will not be approved until the Engineer approves the
Contractor’s final submittal. The Contractor shall:
a. Provide two (2) copies of all manufacturers warranties specified for materials, equipment, and
installations.
b. Provide weekly payroll records (not previously received) from the general Contractor and all
subcontractors.
c. Complete final cleanup in accordance with subsection 40-08, FINAL CLEANUP.
d. Complete all punch list items identified during the Final Inspection.
e. Provide complete release of all claims for labor and material arising out of the Contract.
f. Provide a certified statement signed by the subcontractors, indicating actual amounts paid to the
Disadvantaged Business Enterprise (DBE) subcontractors and/or suppliers associated with the project.
g. When applicable per state requirements, return copies of sales tax completion forms.
h. Manufacturer's certifications for all items incorporated in the work.
i. All required record drawings, as-built drawings or as-constructed drawings.
j. Project Operation and Maintenance (O&M) Manual. Replace paragraph. See SP-90-07 (00800).
k. Security for Construction Warranty.
l. Equipment commissioning documentation submitted, if required.
m. Consent of Surety
n. Any test results required by the technical specifications or permit conditions
New paragraph. See SP-90-11 (00800).
New subsection. See SP-90-12 (00800).
END OF SECTION 90
Contractor Quality Control Program
Page 100-1
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
SECTION 100
CONTRACTOR QUALITY CONTROL PROGRAM
AC 150/5370-10G
7/21/2014
100-1 General. When the specification requires a Contractor Quality Control Program, the Contractor
shall establish, provide, and maintain an effective Quality Control Program that details the methods and
procedures that will be taken to assure that all materials and completed construction required by this contract
conform to contract plans, technical specifications and other requirements, whether manufactured by the
Contractor, or procured from subcontractors or vendors. Although guidelines are established and certain
minimum requirements are specified here and elsewhere in the contract technical specifications, the
Contractor shall assume full responsibility for accomplishing the stated purpose.
The intent of this section is to enable the Contractor to establish a necessary level of control that will:
a. Adequately provide for the production of acceptable quality materials.
b. Provide sufficient information to assure both the Contractor and the Engineer that the specification
requirements can be met.
c. Allow the Contractor as much latitude as possible to develop his or her own standard of control.
The Contractor shall be prepared to discuss and present, at the preconstruction conference, their
understanding of the quality control requirements. The Contractor shall not begin any construction or
production of materials to be incorporated into the completed work until the Quality Control Program has
been reviewed and accepted by the Engineer. No partial payment will be made for materials subject to
specific quality control requirements until the Quality Control Program has been reviewed.
The quality control requirements contained in this section and elsewhere in the contract technical
specifications are in addition to and separate from the acceptance testing requirements. Acceptance testing
requirements are the responsibility of the Engineer.
Paving projects over $500,000 shall have a Quality Control (QC)/Quality Assurance (QA) workshop with
the Engineer, Contractor, subcontractors, testing laboratories, and Owner’s representative at start of
construction. The workshop shall address QC and QA requirements of the project specifications. The
Contractor shall coordinate with the Airport and the Engineer on time and location of the QC/QA workshop.
100-2 Description of program.
a. General description. The Contractor shall establish a Quality Control Program to perform quality
control inspection and testing of all items of work required by the technical specifications, including those
performed by subcontractors. This Quality Control Program shall ensure conformance to applicable
specifications and plans with respect to materials, workmanship, construction, finish, and functional
performance. The Quality Control Program shall be effective for control of all construction work performed
under this Contract and shall specifically include surveillance and tests required by the technical
Contractor Quality Control Program
Page 100-2
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
specifications, in addition to other requirements of this section and any other activities deemed necessary
by the Contractor to establish an effective level of quality control.
b. Quality Control Program. The Contractor shall describe the Quality Control Program in a written
document that shall be reviewed and approved by the Engineer prior to the start of any production,
construction, or off-site fabrication. The written Quality Control Program shall be submitted to the Engineer
for review and approval at least 14 calendar days before the start of work. The Contractor’s Quality Control
Plan and Quality Control testing laboratory must be approved in writing by the Engineer prior to the Notice
to Proceed (NTP).
The Quality Control Program shall be organized to address, as a minimum, the following items:
a. Quality control organization
b. Project progress schedule
c. Submittals schedule
d. Inspection requirements
e. Quality control testing plan
f. Documentation of quality control activities
g. Requirements for corrective action when quality control and/or acceptance criteria are not met
The Contractor is encouraged to add any additional elements to the Quality Control Program that is deemed
necessary to adequately control all production and/or construction processes required by this contract.
100-3 Quality control organization. The Contractor Quality Control Program shall be implemented by
the establishment of a separate quality control organization. An organizational chart shall be developed to
show all quality control personnel and how these personnel integrate with other management/production
and construction functions and personnel.
The organizational chart shall identify all quality control staff by name and function, and shall indicate the
total staff required to implement all elements of the Quality Control Program, including inspection and
testing for each item of work. If necessary, different technicians can be used for specific inspection and
testing functions for different items of work. If an outside organization or independent testing laboratory is
used for implementation of all or part of the Quality Control Program, the personnel assigned shall be
subject to the qualification requirements of paragraph 100-03a and 100-03b. The organizational chart shall
indicate which personnel are Contractor employees and which are provided by an outside organization.
The quality control organization shall, as a minimum, consist of the following personnel:
a. Program Administrator. The Program Administrator shall be a full-time [on site] employee of the
Contractor, or a consultant engaged by the Contractor. The Program Administrator shall have a minimum
of five (5) years of experience in airport and/or highway construction and shall have had prior quality
control experience on a project of comparable size and scope as the contract.
Contractor Quality Control Program
Page 100-3
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
Additional qualifications for the Program Administrator shall include at least one of the following
requirements:
(1) Professional Engineer with one (1) year of airport paving experience.
(2) Engineer-in-training with two (2) years of airport paving experience.
(3) An individual with three (3) years of highway and/or airport paving experience, with a Bachelor
of Science Degree in Civil Engineering, Civil Engineering Technology or Construction.
(4) Construction materials technician certified at Level III by the National Institute for Certification
in Engineering Technologies (NICET).
(5) Highway materials technician certified at Level III by NICET.
(6) Highway construction technician certified at Level III by NICET.
(7) A NICET certified engineering technician in Civil Engineering Technology with five (5) years of
highway and/or airport paving experience.
The Program Administrator shall have full authority to institute any and all actions necessary for the
successful implementation of the Quality Control Program to ensure compliance with the contract plans
and technical specifications. The Program Administrator shall report directly to a responsible officer of the
construction firm. The Program Administrator may supervise the Quality Control Program on more than
one project provided that person can be at the job site within two (2) hours after being notified of a problem.
b. Quality control technicians. A sufficient number of quality control technicians necessary to
adequately implement the Quality Control Program shall be provided. These personnel shall be either
Engineers, engineering technicians, or experienced craftsman with qualifications in the appropriate field
equivalent to NICET Level II or higher construction materials technician or highway construction
technician and shall have a minimum of two (2) years of experience in their area of expertise.
The quality control technicians shall report directly to the Program Administrator and shall perform
the following functions:
(1) Inspection of all materials, construction, plant, and equipment for conformance to the technical
specifications, and as required by subsection 100-06.
(2) Performance of all quality control tests as required by the technical specifications and subsection
100-07.
(3) Performance of density tests for the Engineer when required by the technical specifications.
Certification at an equivalent level, by a state or nationally recognized organization will be acceptable
in lieu of NICET certification.
c. Staffing levels. The Contractor shall provide sufficient qualified quality control personnel to monitor
each work activity at all times. Where material is being produced in a plant for incorporation into the work,
separate plant and field technicians shall be provided at each plant and field placement location. The
Contractor Quality Control Program
Page 100-4
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
scheduling and coordinating of all inspection and testing must match the type and pace of work activity.
The Quality Control Program shall state where different technicians will be required for different work
elements.
100-4 Project progress schedule. The Contractor shall submit a coordinated construction schedule for
all work activities. The schedule shall be prepared as a network diagram in Critical Path Method (CPM),
Program Evaluation and Review Technique (PERT), or other format, or as otherwise specified in the
contract. As a minimum, it shall provide information on the sequence of work activities, milestone dates,
and activity duration.
The Contractor shall maintain the work schedule and provide an update and analysis of the progress
schedule on a twice monthly basis, or as otherwise specified in the contract. Submission of the work
schedule shall not relieve the Contractor of overall responsibility for scheduling, sequencing, and
coordinating all work to comply with the requirements of the contract.
100-5 Submittals schedule. The Contractor shall submit a detailed listing of all submittals (for example,
mix designs, material certifications) and shop drawings required by the technical specifications. The listing
can be developed in a spreadsheet format and shall include:
a. Specification item number
b. Item description
c. Description of submittal
d. Specification paragraph requiring submittal
e. Scheduled date of submittal
100-6 Inspection requirements. Quality control inspection functions shall be organized to provide
inspections for all definable features of work, as detailed below. All inspections shall be documented by
the Contractor as specified by subsection 100-07.
Inspections shall be performed daily to ensure continuing compliance with contract requirements until
completion of the particular feature of work. These shall include the following minimum requirements:
a. During plant operation for material production, quality control test results and periodic inspections
shall be used to ensure the quality of aggregates and other mix components, and to adjust and control mix
proportioning to meet the approved mix design and other requirements of the technical specifications. All
equipment used in proportioning and mixing shall be inspected to ensure its proper operating condition.
The Quality Control Program shall detail how these and other quality control functions will be
accomplished and used.
b. During field operations, quality control test results and periodic inspections shall be used to ensure
the quality of all materials and workmanship. All equipment used in placing, finishing, and compacting
shall be inspected to ensure its proper operating condition and to ensure that all such operations are in
conformance to the technical specifications and are within the plan dimensions, lines, grades, and tolerances
Contractor Quality Control Program
Page 100-5
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
specified. The Program shall document how these and other quality control functions will be accomplished
and used.
100-7 Quality control testing plan. As a part of the overall Quality Control Program, the Contractor shall
implement a quality control testing plan, as required by the technical specifications. The testing plan shall
include the minimum tests and test frequencies required by each technical specification Item, as well as any
additional quality control tests that the Contractor deems necessary to adequately control production and/or
construction processes.
The testing plan can be developed in a spreadsheet fashion and shall, as a minimum, include the following:
a. Specification item number (for example, P-401)
b. Item description (for example, Plant Mix Bituminous Pavements)
c. Test type (for example, gradation, grade, asphalt content)
d. Test standard (for example, ASTM or American Association of State Highway and Transportation
Officials (AASHTO) test number, as applicable)
e. Test frequency (for example, as required by technical specifications or minimum frequency when
requirements are not stated)
f. Responsibility (for example, plant technician)
g. Control requirements (for example, target, permissible deviations)
The testing plan shall contain a statistically-based procedure of random sampling for acquiring test samples
in accordance with ASTM D3665. The Engineer shall be provided the opportunity to witness quality control
sampling and testing.
All quality control test results shall be documented by the Contractor as required by subsection 100-08.
100-8 Documentation. The Contractor shall maintain current quality control records of all inspections
and tests performed. These records shall include factual evidence that the required inspections or tests have
been performed, including type and number of inspections or tests involved; results of inspections or tests;
nature of defects, deviations, causes for rejection, etc.; proposed remedial action; and corrective actions
taken.
These records must cover both conforming and defective or deficient features, and must include a statement
that all supplies and materials incorporated in the work are in full compliance with the terms of the contract.
Legible copies of these records shall be furnished to the Engineer daily. The records shall cover all work
placed subsequent to the previously furnished records and shall be verified and signed by the Contractor’s
Program Administrator.
Specific Contractor quality control records required for the contract shall include, but are not necessarily
limited to, the following records:
Contractor Quality Control Program
Page 100-6
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
a. Daily inspection reports. Each Contractor quality control technician shall maintain a daily log of
all inspections performed for both Contractor and subcontractor operations. These technician’s daily reports
shall provide factual evidence that continuous quality control inspections have been performed and shall,
as a minimum, include the following:
(1) Technical specification item number and description
(2) Compliance with approved submittals
(3) Proper storage of materials and equipment
(4) Proper operation of all equipment
(5) Adherence to plans and technical specifications
(6) Review of quality control tests
(7) Safety inspection.
The daily inspection reports shall identify inspections conducted, results of inspections, location and nature
of defects found, causes for rejection, and remedial or corrective actions taken or proposed.
The daily inspection reports shall be signed by the responsible quality control technician and the Program
Administrator. The Engineer shall be provided at least one copy of each daily inspection report on the work
day following the day of record.
b. Daily test reports. The Contractor shall be responsible for establishing a system that will record all
quality control test results. Daily test reports shall document the following information:
(1) Technical specification item number and description
(2) Test designation
(3) Location
(4) Date of test
(5) Control requirements
(6) Test results
(7) Causes for rejection
(8) Recommended remedial actions
(9) Retests
Test results from each day’s work period shall be submitted to the Engineer prior to the start of the next
day’s work period. When required by the technical specifications, the Contractor shall maintain statistical
Contractor Quality Control Program
Page 100-7
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
quality control charts. The daily test reports shall be signed by the responsible quality control technician
and the Program Administrator.
100-9 Corrective action requirements. The Quality Control Program shall indicate the appropriate action
to be taken when a process is deemed, or believed, to be out of control (out of tolerance) and detail what
action will be taken to bring the process into control. The requirements for corrective action shall include
both general requirements for operation of the Quality Control Program as a whole, and for individual items
of work contained in the technical specifications.
The Quality Control Program shall detail how the results of quality control inspections and tests will be
used for determining the need for corrective action and shall contain clear sets of rules to gauge when a
process is out of control and the type of correction to be taken to regain process control.
When applicable or required by the technical specifications, the Contractor shall establish and use statistical
quality control charts for individual quality control tests. The requirements for corrective action shall be
linked to the control charts.
100-10 Surveillance by the Engineer. All items of material and equipment shall be subject to surveillance
by the Engineer at the point of production, manufacture or shipment to determine if the Contractor,
producer, manufacturer or shipper maintains an adequate quality control system in conformance with the
requirements detailed here and the applicable technical specifications and plans. In addition, all items of
materials, equipment and work in place shall be subject to surveillance by the Engineer at the site for the
same purpose.
Surveillance by the Engineer does not relieve the Contractor of performing quality control inspections of
either on-site or off-site Contractor’s or subcontractor’s work.
100-11 Noncompliance.
a. The Engineer will notify the Contractor of any noncompliance with any of the foregoing
requirements. The Contractor shall, after receipt of such notice, immediately take corrective action. Any
notice, when delivered by the Engineer or his or her authorized representative to the Contractor or his or
her authorized representative at the site of the work, shall be considered sufficient notice.
b. In cases where quality control activities do not comply with either the Contractor Quality Control
Program or the contract provisions, or where the Contractor fails to properly operate and maintain an
effective Quality Control Program, as determined by the Engineer, the Engineer may:
(1) Order the Contractor to replace ineffective or unqualified quality control personnel or
subcontractors.
(2) Order the Contractor to stop operations until appropriate corrective actions are taken.
END OF SECTION 100
Contractor Quality Control Program
Page 100-8
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
[This page intentionally left blank]
Mobilization
Page 105-1
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
SECTION 105
MOBILIZATION
AC 150/5370-10G
7/21/2014
105-1 Description. This item shall consist of work and operations, but is not limited to, work and operations
necessary for the movement of personnel, equipment, material and supplies to and from the project site for
work on the project except as provided in the contract as separate pay items.
Replace Subsection. See SP-105-1 (00800).
105-1.1 Posted notices. Prior to commencement of construction activities the Contractor must post the
following documents in a prominent and accessible place where they may be easily viewed by all employees
of the prime Contractor and by all employees of subcontractors engaged by the prime Contractor: Equal
Employment Opportunity (EEO) Poster “Equal Employment Opportunity is the Law” in accordance with
the Office of Federal Contract Compliance Programs Executive Order 11246, as amended; Davis Bacon
Wage Poster (WH 1321) - DOL “Notice to All Employees” Poster; and Applicable Davis-Bacon Wage
Rate Determination. These notices must remain posted until final acceptance of the work by the Owner.
105-2 Basis of measurement and payment. Based upon the contract lump sum price for “Mobilization”
partial payments will be allowed as follows:
a. With first pay request, 50%.
b. When 25% or more of the original contract is earned, an additional 20%.
c. When 50% or more of the original contract is earned, an additional 20%.
d. After Final Inspection, Staging area clean-up and delivery of all Project Closeout materials as
required by 90-11, the final 10%.
Mobilization will be subject to the following limitations:
Total Original Contract Amount,
Including Mobilization
Maximum Lump Sum Bid Allowed for Mobilization
Item
More Than To and Including $ 0 $ 200,000 10 percent of total contract amount
$ 200,000 $1,000,000 $20,000 plus 7.5% of (total contract minus $200,000)
$1,000,000 More $80,000 plus 5% of (contract minus $1,000,000)
Payment will be made under:
Item GP-105-2.1 Mobilization -- per lump sum
END OF SECTION 105
Mobilization
Page 105-2
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
[This page intentionally left blank]
Method of Estimating Percentage of
Material Within Specification Limits (PWL) Page 110-1
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
SECTION 110
METHOD OF ESTIMATING PERCENTAGE OF MATERIAL
WITHIN SPECIFICATION LIMITS (PWL)
AC 150/5370-10G
7/21/2014
110-1 General. When the specifications provide for acceptance of material based on the method of
estimating percentage of material within specification limits (PWL), the PWL will be determined in
accordance with this section. All test results for a lot will be analyzed statistically to determine the total
estimated percent of the lot that is within specification limits. The PWL is computed using the sample
average (X) and sample standard deviation (Sn) of the specified number (n) of sublots for the lot and the
specification tolerance limits, L for lower and U for upper, for the particular acceptance parameter. From
these values, the respective Quality index, QL for Lower Quality Index and/or QU for Upper Quality Index,
is computed and the PWL for the lot for the specified n is determined from Table 1. All specification limits
specified in the technical sections shall be absolute values. Test results used in the calculations shall be to
the significant figure given in the test procedure.
There is some degree of uncertainty (risk) in the measurement for acceptance because only a small fraction
of production material (the population) is sampled and tested. This uncertainty exists because all portions
of the production material have the same probability to be randomly sampled. The Contractor’s risk is the
probability that material produced at the acceptable quality level is rejected or subjected to a pay adjustment.
The Owner’s risk is the probability that material produced at the rejectable quality level is accepted.
It is the intent of this section to inform the Contractor that, in order to consistently offset the Contractor’s
risk for material evaluated, production quality (using population average and population standard deviation)
must be maintained at the acceptable quality specified or higher. In all cases, it is the responsibility of the
Contractor to produce at quality levels that will meet the specified acceptance criteria when sampled and
tested at the frequencies specified.
110-2 Method for computing PWL. The computational sequence for computing PWL is as follows:
a. Divide the lot into n sublots in accordance with the acceptance requirements of the specification.
b. Locate the random sampling position within the sublot in accordance with the requirements of the
specification.
c. Make a measurement at each location, or take a test portion and make the measurement on the test
portion in accordance with the testing requirements of the specification.
d. Find the sample average (X) for all sublot values within the lot by using the following formula:
X = (x1 + x2 + x3 + . . .xn) / n
Where: X = Sample average of all sublot values within a lot
x1, x2 = Individual sublot values
Method of Estimating Percentage of
Material Within Specification Limits (PWL) Page 110-2
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
n
n = Number of sublots
e. Find the sample standard deviation (Sn) by use of the following formula:
Sn = [(d12 + d2
2 + d32 + . . .d 2)/(n-1)] 1/2
Where: Sn = Sample standard deviation of the number of sublot values in the set
d1, d2 = Deviations of the individual sublot values x1, x2, … from the average value X
that is: d1 = (x1 - X), d2 = (x2 - X) … dn = (xn - X)
n = Number of sublots
f. For single sided specification limits (that is, L only), compute the Lower Quality Index QL by use of
the following formula:
QL = (X - L) / Sn
Where: L = specification lower tolerance limit
Estimate the percentage of material within limits (PWL) by entering Table 1 with QL, using the
column appropriate to the total number (n) of measurements. If the value of QL falls between values shown
on the table, use the next higher value of PWL.
g. For double-sided specification limits (that is, L and U), compute the Quality Indexes QL and QU by
use of the following formulas:
QL = (X - L) / Sn
and
QU = (U - X) / Sn
Where: L and U = specification lower and upper tolerance limits
Estimate the percentage of material between the lower (L) and upper (U) tolerance limits (PWL)
by entering Table 1 separately with QL and QU, using the column appropriate to the total number (n) of
measurements, and determining the percent of material above PL and percent of material below PU for each
tolerance limit. If the values of QL fall between values shown on the table, use the next higher value of PL
or PU. Determine the PWL by use of the following formula:
PWL = (PU + PL) - 100
Where: PL = percent within lower specification limit
PU = percent within upper specification limit
Method of Estimating Percentage of
Material Within Specification Limits (PWL) Page 110-3
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
EXAMPLE OF PWL CALCULATION
Project: Example Project
Test Item: Item P-401, Lot A.
A. PWL Determination for Mat Density.
1. Density of four random cores taken from Lot A.
A-1 = 96.60
A-2 = 97.55
A-3 = 99.30
A-4 = 98.35
n = 4
2. Calculate average density for the lot.
X = (x1 + x2 + x3 + . . .xn) / n
X = (96.60 + 97.55 + 99.30 + 98.35) / 4
X = 97.95% density
3. Calculate the standard deviation for the lot.
Sn = [((96.60 - 97.95)2 + (97.55 - 97.95)2 +(99.30 -97.95)2 + (98.35 -97.95)2)) / (4 - 1)]1/2
Sn = [(1.82 + 0.16 + 1.82 + 0.16) / 3]1/2
Sn = 1.15
4. Calculate the Lower Quality Index QL for the lot. (L=96.3)
QL = (X -L) / Sn
QL = (97.95 - 96.30) / 1.15
QL = 1.4348
5. Determine PWL by entering Table 1 with QL= 1.44 and n= 4.
PWL = 98
Method of Estimating Percentage of
Material Within Specification Limits (PWL) Page 110-4
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
B. PWL Determination for Air Voids.
1. Air Voids of four random samples taken from Lot A.
A-1 = 5.00
A-2 = 3.74
A-3 = 2.30
A-4 = 3.25
2. Calculate the average air voids for the lot.
X = (x1 + x2 + x3 . . .n) / n
X = (5.00 + 3.74 + 2.30 + 3.25) / 4
X = 3.57%
3. Calculate the standard deviation Sn for the lot.
Sn = [((3.57 - 5.00)2 + (3.57 - 3.74)2 + (3.57 - 2.30)2 + (3.57 -3.25)2) / (4 - 1)]1/2
Sn = [(2.04 + 0.03 + 1.62 + 0.10) / 3]1/2
Sn = 1.12
4. Calculate the Lower Quality Index QL for the lot. (L= 2.0)
QL = (X - L) / Sn
QL = (3.57 - 2.00) / 1.12
QL = 1.3992
5. Determine PL by entering Table 1 with QL = 1.41 and n = 4.
PL = 97
6. Calculate the Upper Quality Index QU for the lot. (U= 5.0)
QU = (U - X) / Sn
QU = (5.00 - 3.57) / 1.12
QU = 1.2702
7. Determine PU by entering Table 1 with QU = 1.29 and n = 4.
PU = 93
8. Calculate Air Voids PWL
PWL = (PL + PU) - 100
PWL = (97 + 93) - 100 = 90
Method of Estimating Percentage of
Material Within Specification Limits (PWL) Page 110-5
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
EXAMPLE OF OUTLIER CALCULATION (REFERENCE ASTM E178)
Project: Example Project
Test Item: Item P-401, Lot A.
A. Outlier Determination for Mat Density.
1. Density of four random cores taken from Lot A arranged in descending order.
A-3 = 99.30
A-4 = 98.35
A-2 = 97.55
A-1 = 96.60
2. Use n=4 and upper 5% significance level of to find the critical value for test criterion = 1.463.
3. Use average density, standard deviation, and test criterion value to evaluate density measurements.
a. For measurements greater than the average:
If (measurement - average)/(standard deviation) is less than test criterion,
then the measurement is not considered an outlier
For A-3, check if (99.30 - 97.95) / 1.15 is greater than 1.463.
Since 1.174 is less than 1.463, the value is not an outlier.
b. For measurements less than the average:
If (average - measurement)/(standard deviation) is less than test criterion,
then the measurement is not considered an outlier.
For A-1, check if (97.95 - 96.60) / 1.15 is greater than 1.463.
Since 1.435 is less than 1.463, the value is not an outlier.
Note: In this example, a measurement would be considered an outlier if the density were:
Greater than (97.95 + 1.463 × 1.15) = 99.63%
OR
less than (97.95 - 1.463 × 1.15) = 96.27%.
Method of Estimating Percentage of
Material Within Specification Limits (PWL) Page 110-6
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
Table 1. Table for Estimating Percent of Lot Within Limits (PWL)
Percent Within
Limits (PL and PU)
Positive Values of Q (QL and QU)
n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10
99 1.1541 1.4700 1.6714 1.8008 1.8888 1.9520 1.9994 2.0362
98 1.1524 1.4400 1.6016 1.6982 1.7612 1.8053 1.8379 1.8630
97 1.1496 1.4100 1.5427 1.6181 1.6661 1.6993 1.7235 1.7420
96 1.1456 1.3800 1.4897 1.5497 1.5871 1.6127 1.6313 1.6454
95 1.1405 1.3500 1.4407 1.4887 1.5181 1.5381 1.5525 1.5635
94 1.1342 1.3200 1.3946 1.4329 1.4561 1.4717 1.4829 1.4914
93 1.1269 1.2900 1.3508 1.3810 1.3991 1.4112 1.4199 1.4265
92 1.1184 1.2600 1.3088 1.3323 1.3461 1.3554 1.3620 1.3670
91 1.1089 1.2300 1.2683 1.2860 1.2964 1.3032 1.3081 1.3118
90 1.0982 1.2000 1.2290 1.2419 1.2492 1.2541 1.2576 1.2602
89 1.0864 1.1700 1.1909 1.1995 1.2043 1.2075 1.2098 1.2115
88 1.0736 1.1400 1.1537 1.1587 1.1613 1.1630 1.1643 1.1653
87 1.0597 1.1100 1.1173 1.1192 1.1199 1.1204 1.1208 1.1212
86 1.0448 1.0800 1.0817 1.0808 1.0800 1.0794 1.0791 1.0789
85 1.0288 1.0500 1.0467 1.0435 1.0413 1.0399 1.0389 1.0382
84 1.0119 1.0200 1.0124 1.0071 1.0037 1.0015 1.0000 0.9990
83 0.9939 0.9900 0.9785 0.9715 0.9671 0.9643 0.9624 0.9610
82 0.9749 0.9600 0.9452 0.9367 0.9315 0.9281 0.9258 0.9241
81 0.9550 0.9300 0.9123 0.9025 0.8966 0.8928 0.8901 0.8882
80 0.9342 0.9000 0.8799 0.8690 0.8625 0.8583 0.8554 0.8533
79 0.9124 0.8700 0.8478 0.8360 0.8291 0.8245 0.8214 0.8192
78 0.8897 0.8400 0.8160 0.8036 0.7962 0.7915 0.7882 0.7858
77 0.8662 0.8100 0.7846 0.7716 0.7640 0.7590 0.7556 0.7531
76 0.8417 0.7800 0.7535 0.7401 0.7322 0.7271 0.7236 0.7211
75 0.8165 0.7500 0.7226 0.7089 0.7009 0.6958 0.6922 0.6896
74 0.7904 0.7200 0.6921 0.6781 0.6701 0.6649 0.6613 0.6587
73 0.7636 0.6900 0.6617 0.6477 0.6396 0.6344 0.6308 0.6282
72 0.7360 0.6600 0.6316 0.6176 0.6095 0.6044 0.6008 0.5982
71 0.7077 0.6300 0.6016 0.5878 0.5798 0.5747 0.5712 0.5686
70 0.6787 0.6000 0.5719 0.5582 0.5504 0.5454 0.5419 0.5394
69 0.6490 0.5700 0.5423 0.5290 0.5213 0.5164 0.5130 0.5105
68 0.6187 0.5400 0.5129 0.4999 0.4924 0.4877 0.4844 0.4820
67 0.5878 0.5100 0.4836 0.4710 0.4638 0.4592 0.4560 0.4537
66 0.5563 0.4800 0.4545 0.4424 0.4355 0.4310 0.4280 0.4257
65 0.5242 0.4500 0.4255 0.4139 0.4073 0.4030 0.4001 0.3980
64 0.4916 0.4200 0.3967 0.3856 0.3793 0.3753 0.3725 0.3705
63 0.4586 0.3900 0.3679 0.3575 0.3515 0.3477 0.3451 0.3432
62 0.4251 0.3600 0.3392 0.3295 0.3239 0.3203 0.3179 0.3161
61 0.3911 0.3300 0.3107 0.3016 0.2964 0.2931 0.2908 0.2892
60 0.3568 0.3000 0.2822 0.2738 0.2691 0.2660 0.2639 0.2624
59 0.3222 0.2700 0.2537 0.2461 0.2418 0.2391 0.2372 0.2358
58 0.2872 0.2400 0.2254 0.2186 0.2147 0.2122 0.2105 0.2093
57 0.2519 0.2100 0.1971 0.1911 0.1877 0.1855 0.1840 0.1829
56 0.2164 0.1800 0.1688 0.1636 0.1607 0.1588 0.1575 0.1566
55 0.1806 0.1500 0.1406 0.1363 0.1338 0.1322 0.1312 0.1304
54 0.1447 0.1200 0.1125 0.1090 0.1070 0.1057 0.1049 0.1042
53 0.1087 0.0900 0.0843 0.0817 0.0802 0.0793 0.0786 0.0781
52 0.0725 0.0600 0.0562 0.0544 0.0534 0.0528 0.0524 0.0521
51 0.0363 0.0300 0.0281 0.0272 0.0267 0.0264 0.0262 0.0260
50 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000
Method of Estimating Percentage of
Material Within Specification Limits (PWL) Page 110-7
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
Percent Within
Limits
(PL and PU)
Positive Values of Q (QL and QU)
n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10
Percent
Within Limits
(PL and PU)
Negative Values of Q (QL and QU)
n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10
49 -0.0363 -0.0300 -0.0281 -0.0272 -0.0267 -0.0264 -0.0262 -0.0260
48 -0.0725 -0.0600 -0.0562 -0.0544 -0.0534 -0.0528 -0.0524 -0.0521
47 -0.1087 -0.0900 -0.0843 -0.0817 -0.0802 -0.0793 -0.0786 -0.0781
46 -0.1447 -0.1200 -0.1125 -0.1090 -0.1070 -0.1057 -0.1049 -0.1042
45 -0.1806 -0.1500 -0.1406 -0.1363 -0.1338 -0.1322 -0.1312 -0.1304
44 -0.2164 -0.1800 -0.1688 -0.1636 -0.1607 -0.1588 -0.1575 -0.1566
43 -0.2519 -0.2100 -0.1971 -0.1911 -0.1877 -0.1855 -0.1840 -0.1829
42 -0.2872 -0.2400 -0.2254 -0.2186 -0.2147 -0.2122 -0.2105 -0.2093
41 -0.3222 -0.2700 -0.2537 -0.2461 -0.2418 -0.2391 -0.2372 -0.2358
40 -0.3568 -0.3000 -0.2822 -0.2738 -0.2691 -0.2660 -0.2639 -0.2624
39 -0.3911 -0.3300 -0.3107 -0.3016 -0.2964 -0.2931 -0.2908 -0.2892
38 -0.4251 -0.3600 -0.3392 -0.3295 -0.3239 -0.3203 -0.3179 -0.3161
37 -0.4586 -0.3900 -0.3679 -0.3575 -0.3515 -0.3477 -0.3451 -0.3432
36 -0.4916 -0.4200 -0.3967 -0.3856 -0.3793 -0.3753 -0.3725 -0.3705
35 -0.5242 -0.4500 -0.4255 -0.4139 -0.4073 -0.4030 -0.4001 -0.3980
34 -0.5563 -0.4800 -0.4545 -0.4424 -0.4355 -0.4310 -0.4280 -0.4257
33 -0.5878 -0.5100 -0.4836 -0.4710 -0.4638 -0.4592 -0.4560 -0.4537
32 -0.6187 -0.5400 -0.5129 -0.4999 -0.4924 -0.4877 -0.4844 -0.4820
31 -0.6490 -0.5700 -0.5423 -0.5290 -0.5213 -0.5164 -0.5130 -0.5105
30 -0.6787 -0.6000 -0.5719 -0.5582 -0.5504 -0.5454 -0.5419 -0.5394
29 -0.7077 -0.6300 -0.6016 -0.5878 -0.5798 -0.5747 -0.5712 -0.5686
28 -0.7360 -0.6600 -0.6316 -0.6176 -0.6095 -0.6044 -0.6008 -0.5982
27 -0.7636 -0.6900 -0.6617 -0.6477 -0.6396 -0.6344 -0.6308 -0.6282
26 -0.7904 -0.7200 -0.6921 -0.6781 -0.6701 -0.6649 -0.6613 -0.6587
25 -0.8165 -0.7500 -0.7226 -0.7089 -0.7009 -0.6958 -0.6922 -0.6896
24 -0.8417 -0.7800 -0.7535 -0.7401 -0.7322 -0.7271 -0.7236 -0.7211
23 -0.8662 -0.8100 -0.7846 -0.7716 -0.7640 -0.7590 -0.7556 -0.7531
22 -0.8897 -0.8400 -0.8160 -0.8036 -0.7962 -0.7915 -0.7882 -0.7858
21 -0.9124 -0.8700 -0.8478 -0.8360 -0.8291 -0.8245 -0.8214 -0.8192
20 -0.9342 -0.9000 -0.8799 -0.8690 -0.8625 -0.8583 -0.8554 -0.8533
19 -0.9550 -0.9300 -0.9123 -0.9025 -0.8966 -0.8928 -0.8901 -0.8882
18 -0.9749 -0.9600 -0.9452 -0.9367 -0.9315 -0.9281 -0.9258 -0.9241
17 -0.9939 -0.9900 -0.9785 -0.9715 -0.9671 -0.9643 -0.9624 -0.9610
16 -1.0119 -1.0200 -1.0124 -1.0071 -1.0037 -1.0015 -1.0000 -0.9990
15 -1.0288 -1.0500 -1.0467 -1.0435 -1.0413 -1.0399 -1.0389 -1.0382
14 -1.0448 -1.0800 -1.0817 -1.0808 -1.0800 -1.0794 -1.0791 -1.0789
13 -1.0597 -1.1100 -1.1173 -1.1192 -1.1199 -1.1204 -1.1208 -1.1212
12 -1.0736 -1.1400 -1.1537 -1.1587 -1.1613 -1.1630 -1.1643 -1.1653
11 -1.0864 -1.1700 -1.1909 -1.1995 -1.2043 -1.2075 -1.2098 -1.2115
10 -1.0982 -1.2000 -1.2290 -1.2419 -1.2492 -1.2541 -1.2576 -1.2602
9 -1.1089 -1.2300 -1.2683 -1.2860 -1.2964 -1.3032 -1.3081 -1.3118
8 -1.1184 -1.2600 -1.3088 -1.3323 -1.3461 -1.3554 -1.3620 -1.3670
7 -1.1269 -1.2900 -1.3508 -1.3810 -1.3991 -1.4112 -1.4199 -1.4265
6 -1.1342 -1.3200 -1.3946 -1.4329 -1.4561 -1.4717 -1.4829 -1.4914
5 -1.1405 -1.3500 -1.4407 -1.4887 -1.5181 -1.5381 -1.5525 -1.5635
4 -1.1456 -1.3800 -1.4897 -1.5497 -1.5871 -1.6127 -1.6313 -1.6454
3 -1.1496 -1.4100 -1.5427 -1.6181 -1.6661 -1.6993 -1.7235 -1.7420
2 -1.1524 -1.4400 -1.6016 -1.6982 -1.7612 -1.8053 -1.8379 -1.8630
1 -1.1541 -1.4700 -1.6714 -1.8008 -1.8888 -1.9520 -1.9994 -2.0362
END OF SECTION 110
Method of Estimating Percentage of
Material Within Specification Limits (PWL) Page 110-8
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
[This page intentionally left blank]
Compliance with Federal
Laws and Regulations Page 130-1
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
SECTION 130
COMPLIANCE WITH FEDERAL LAWS AND REGULATIONS
This contract will be partially funded with proceeds of a grant obtained by the Sarasota Manatee Airport
Authority (alternately referred to in this section as the “Sponsor” or the “Owner”) from the United States
of America acting through the Federal Aviation Administration, an agency of the United States
Department of Transportation. Accordingly, the Sponsor, the prime contractor (hereinafter, the
“Contractor”), and subcontractors at all tiers are obligated to comply with the provisions of this Section
130 in the performance of this contract.
The Contractor agrees to include each of these Section 130 provisions in applicable subcontracts and to
require each of its subcontractors to include these Section 130 provisions in any applicable lower-tier
subcontracts. The Contractor further agrees to provide a copy of all subcontracts to the Sponsor with the
understanding that the Sponsor will review said subcontracts for the inclusion of these Section 130
provisions where applicable.
Labor & Employment
Fair Labor Standards Act
This contract incorporates by reference the provisions of 29 CFR part 201, the Federal Fair Labor
Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum
wage, overtime pay, recordkeeping, and child labor standards for full and part time workers.
The Contractor has full responsibility to monitor compliance to the referenced statute or regulation. The
Contractor must address any claims or disputes that arise from this requirement directly with the U.S.
Department of Labor – Wage and Hour Division.
Davis Bacon Act
1. Minimum Wages
(i) All laborers and mechanics employed or working upon the site of the work will be paid
unconditionally and not less often than once a week, and without subsequent deduction or
rebate on any account (except such payroll deductions as are permitted by the Secretary of
Labor under the Copeland Act (29 CFR Part 3)), the full amount of wages and bona fide fringe
benefits (or cash equivalent thereof) due at time of payment computed at rates not less than
those contained in the wage determination of the Secretary of Labor which is attached hereto
and made a part hereof, regardless of any contractual relationship which may be alleged to exist
between the Contractor and such laborers and mechanics.
Contributions made or costs reasonably anticipated for bona fide fringe benefits under section
1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to
such laborers or mechanics, subject to the provisions of paragraph (1)(iv) of this section; also,
regular contributions made or costs incurred for more than a weekly period (but not less often
than quarterly) under plans, funds, or programs which cover the particular weekly period, are
deemed to be constructively made or incurred during such weekly period. Such laborers and
Compliance with Federal
Laws and Regulations Page 130-2
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination
for the classification of work actually performed, without regard to skill, except as provided in
29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification
may be compensated at the rate specified for each classification for the time actually worked
therein: Provided, that the employer's payroll records accurately set forth the time spent in each
classification in which work is performed. The wage determination (including any additional
classification and wage rates conformed under (1)(ii) of this section) and the Davis-Bacon
poster (WH-1321) shall be posted at all times by the Contractor and its subcontractors at the site
of the work in a prominent and accessible place where it can easily be seen by the workers. The
current Davis-Bacon wage rates for Manatee County, Florida are attached to the end of this
section.
(ii) (A) The contracting officer shall require that any class of laborers or mechanics, including
helpers, which is not listed in the wage determination and which is to be employed under the
contract shall be classified in conformance with the wage determination. The contracting officer
shall approve an additional classification and wage rate and fringe benefits therefore only when
the following criteria have been met:
(1) The work to be performed by the classification requested is not performed by a
classification in the wage determination; and
(2) The classification is utilized in the area by the construction industry; and
(3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable
relationship to the wage rates contained in the wage determination.
(B) If the Contractor and the laborers and mechanics to be employed in the classification (if
known), or their representatives, and the contracting officer agree on the classification and
wage rate (including the amount designated for fringe benefits where appropriate), a report
of the action taken shall be sent by the contracting officer to the Administrator of the Wage
and Hour Division, Employment Standards Administration, U.S. Department of Labor,
Washington, D.C. 20210. The Administrator, or an authorized representative, will approve,
modify, or disapprove every additional classification action within 30 days of receipt and so
advise the contracting officer or will notify the contracting officer within the 30-day period
that additional time is necessary.
(C) In the event the Contractor, the laborers or mechanics to be employed in the
classification or their representatives, and the contracting officer do not agree on the
proposed classification and wage rate (including the amount designated for fringe benefits
where appropriate), the contracting officer shall refer the questions, including the views of
all interested parties and the recommendation of the contracting officer, to the
Administrator for determination. The Administrator, or an authorized representative, will
issue a determination within 30 days of receipt and so advise the contracting officer or will
notify the contracting officer within the 30-day period that additional time is necessary.
(D) The wage rate (including fringe benefits where appropriate) determined pursuant to
subparagraphs (1)(ii) (B) or (C) of this paragraph, shall be paid to all workers performing
Compliance with Federal
Laws and Regulations Page 130-3
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
work in the classification under this contract from the first day on which work is performed
in the classification.
(iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or
mechanics includes a fringe benefit which is not expressed as an hourly rate, the Contractor
shall either pay the benefit as stated in the wage determination or shall pay another bona fide
fringe benefit or an hourly cash equivalent thereof.
(iv) If the Contractor does not make payments to a trustee or other third person, the Contractor
may consider as part of the wages of any laborer or mechanic the amount of any costs
reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided,
That the Secretary of Labor has found, upon the written request of the Contractor, that the
applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may
require the Contractor to set aside in a separate account assets for the meeting of obligations
under the plan or program.
2. Withholding.
The Federal Aviation Administration or the sponsor shall upon its own action or upon written
request of an authorized representative of the Department of Labor withhold or cause to be withheld
from the Contractor under this contract or any other Federal contract with the same prime
Contractor, or any other Federally-assisted contract subject to Davis-Bacon prevailing wage
requirements, which is held by the same prime Contractor, so much of the accrued payments or
advances as may be considered necessary to pay laborers and mechanics, including apprentices,
trainees, and helpers, employed by the Contractor or any subcontractor the full amount of wages
required by the contract. In the event of failure to pay any laborer or mechanic, including any
apprentice, trainee, or helper, employed or working on the site of work, all or part of the wages
required by the contract, the Federal Aviation Administration may, after written notice to the
Contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the
suspension of any further payment, advance, or guarantee of funds until such violations have
ceased.
3. Payrolls and basic records.
(i) Payrolls and basic records relating thereto shall be maintained by the Contractor during the
course of the work and preserved for a period of three years thereafter for all laborers and
mechanics working at the site of the work. Such records shall contain the name, address, and
social security number of each such worker, his or her correct classification, hourly rates of
wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or
cash equivalents thereof of the types described in 1(b)(2)(B) of the Davis-Bacon Act), daily and
weekly number of hours worked, deductions made and actual wages paid. Whenever the
Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or
mechanic include the amount of any costs reasonably anticipated in providing benefits under a
plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the Contractor shall
maintain records which show that the commitment to provide such benefits is enforceable, that
the plan or program is financially responsible, and that the plan or program has been
communicated in writing to the laborers or mechanics affected, and records which show the
costs anticipated or the actual costs incurred in providing such benefits. Contractors employing
Compliance with Federal
Laws and Regulations Page 130-4
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
apprentices or trainees under approved programs shall maintain written evidence of the
registration of apprenticeship programs and certification of trainee programs, the registration of
the apprentices and trainees, and the ratios and wage rates prescribed in the applicable
programs.
(ii) (A) The Contractor shall submit weekly for each week in which any contract work is
performed a copy of all payrolls to the Federal Aviation Administration if the agency is a
party to the contract, but if the agency is not such a party, the Contractor will submit the
payrolls to the applicant, sponsor, or owner, as the case may be, for transmission to the
Federal Aviation Administration. The payrolls submitted shall set out accurately and
completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i),
except that full social security numbers and home addresses shall not be included on weekly
transmittals. Instead the payrolls shall only need to include an individually identifying
number for each employee (e.g. , the last four digits of the employee's social security
number). The required weekly payroll information may be submitted in any form desired.
Optional Form WH–347 is available for this purpose from the Wage and Hour Division
Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The
prime Contractor is responsible for the submission of copies of payrolls by all
subcontractors. Contractors and subcontractors shall maintain the full social security
number and current address of each covered worker, and shall provide them upon request to
the Federal Aviation Administration if the agency is a party to the contract, but if the
agency is not such a party, the Contractor will submit them to the applicant, sponsor, or
owner, as the case may be, for transmission to the Federal Aviation Administration, the
Contractor, or the Wage and Hour Division of the Department of Labor for purposes of an
investigation or audit of compliance with prevailing wage requirements. It is not a violation
of this section for a prime Contractor to require a subcontractor to provide addresses and
social security numbers to the prime Contractor for its own records, without weekly
submission to the sponsoring government agency (or the applicant, sponsor, or owner).
(B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed
by the Contractor or subcontractor or his or her agent who pays or supervises the payment
of the persons employed under the contract and shall certify the following:
(1) That the payroll for the payroll period contains the information required to be
provided under 29 CFR § 5.5(a)(3)(ii), the appropriate information is being maintained
under 29 CFR § 5.5 (a)(3)(i) and that such information is correct and complete;
(2) That each laborer and mechanic (including each helper, apprentice and trainee)
employed on the contract during the payroll period has been paid the full weekly wages
earned, without rebate, either directly or indirectly, and that no deductions have been
made either directly or indirectly from the full wages earned, other than permissible
deductions as set forth in Regulations 29 CFR Part 3;
(3) That each laborer or mechanic has been paid not less than the applicable wage rates
and fringe benefits or cash equivalents for the classification of work performed, as
specified in the applicable wage determination incorporated into the contract.
Compliance with Federal
Laws and Regulations Page 130-5
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
(C) The weekly submission of a properly executed certification set forth on the reverse side
of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of
Compliance" required by paragraph (3)(ii)(B) of this section.
(D) The falsification of any of the above certifications may subject the Contractor or
subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section
231 of Title 31 of the United States Code.
(iii) The Contractor or subcontractor shall make the records required under paragraph (3)(i) of
this section available for inspection, copying or transcription by authorized representatives of
the sponsor, the Federal Aviation Administration or the Department of Labor, and shall permit
such representatives to interview employees during working hours on the job. If the Contractor
or subcontractor fails to submit the required records or to make them available, the Federal
agency may, after written notice to the Contractor, sponsor, applicant or owner, take such action
as may be necessary to cause the suspension of any further payment, advance, or guarantee of
funds. Furthermore, failure to submit the required records upon request or to make such records
available may be grounds for debarment action pursuant to 29 CFR 5.12.
4. Apprentices and Trainees.
(i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the
work they performed when they are employed pursuant to and individually registered in a bona
fide apprenticeship program registered with the U.S. Department of Labor, Employment and
Training Administration, Bureau of Apprenticeship and Training, or with a State
Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first
90 days of probationary employment as an apprentice in such an apprenticeship program, who
is not individually registered in the program, but who has been certified by the Bureau of
Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be
eligible for probationary employment as an apprentice. The allowable ratio of apprentices to
journeymen on the job site in any craft classification shall not be greater than the ratio permitted
to the Contractor as to the entire work force under the registered program. Any worker listed on
a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated
above, shall be paid not less than the applicable wage rate on the wage determination for the
classification of work actually performed. In addition, any apprentice performing work on the
job site in excess of the ratio permitted under the registered program shall be paid not less than
the applicable wage rate on the wage determination for the work actually performed. Where a
Contractor is performing construction on a project in a locality other than that in which its
program is registered, the ratios and wage rates (expressed in percentages of the journeyman's
hourly rate) specified in the Contractor's or subcontractor's registered program shall be
observed. Every apprentice must be paid at not less than the rate specified in the registered
program for the apprentice's level of progress, expressed as a percentage of the journeymen
hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe
benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship
program does not specify fringe benefits, apprentices must be paid the full amount of fringe
benefits listed on the wage determination for the applicable classification. If the Administrator
determines that a different practice prevails for the applicable apprentice classification, fringes
shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship
Compliance with Federal
Laws and Regulations Page 130-6
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval
of an apprenticeship program, the Contractor will no longer be permitted to utilize apprentices
at less than the applicable predetermined rate for the work performed until an acceptable
program is approved.
(ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less
than the predetermined rate for the work performed unless they are employed pursuant to and
individually registered in a program which has received prior approval, evidenced by formal
certification by the U.S. Department of Labor, Employment and Training Administration. The
ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan
approved by the Employment and Training Administration. Every trainee must be paid at not
less than the rate specified in the approved program for the trainee's level of progress, expressed
as a percentage of the journeyman hourly rate specified in the applicable wage determination.
Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program.
If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of
fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour
Division determines that there is an apprenticeship program associated with the corresponding
journeyman wage rate on the wage determination which provides for less than full fringe
benefits for apprentices. Any employee listed on the payroll at a trainee rate that is not
registered and participating in a training plan approved by the Employment and Training
Administration shall be paid not less than the applicable wage rate on the wage determination
for the classification of work actually performed. In addition, any trainee performing work on
the job site in excess of the ratio permitted under the registered program shall be paid not less
than the applicable wage rate on the wage determination for the work actually performed. In
the event the Employment and Training Administration withdraws approval of a training
program, the Contractor will no longer be permitted to utilize trainees at less than the applicable
predetermined rate for the work performed until an acceptable program is approved.
(iii) Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen
under this part shall be in conformity with the equal employment opportunity requirements of
Executive Order 11246, as amended, and 29 CFR Part 30.
5. Compliance with Copeland Act Requirements.
The Contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by
reference in this contract.
6. Subcontracts.
The Contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR
Part 5.5(a)(1) through (10) and such other clauses as the Federal Aviation Administration may by
appropriate instructions require, and also a clause requiring the subcontractors to include these
clauses in any lower tier subcontracts. The prime Contractor shall be responsible for the
compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR
Part 5.5.
Compliance with Federal
Laws and Regulations Page 130-7
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
7. Contract Termination: Debarment.
A breach of the contract clauses in paragraph 1 through 10 of this section may be grounds for
termination of the contract, and for debarment as a Contractor and a subcontractor as provided in 29
CFR 5.12.
8. Compliance With Davis-Bacon and Related Act Requirements.
All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR Parts 1, 3,
and 5 are herein incorporated by reference in this contract.
9. Disputes Concerning Labor Standards.
Disputes arising out of the labor standards provisions of this contract shall not be subject to the
general disputes clause of this contract. Such disputes shall be resolved in accordance with the
procedures of the Department of Labor set forth in 29 CFR Parts 5, 6 and 7. Disputes within the
meaning of this clause include disputes between the Contractor (or any of its subcontractors) and the
contracting agency, the U.S. Department of Labor, or the employees or their representatives.
10. Certification of Eligibility.
(i) By entering into this contract, the Contractor certifies that neither it (nor he or she) nor any
person or firm who has an interest in the Contractor's firm is a person or firm ineligible to be
awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR
5.12(a)(1).
(ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a
Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).
(iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C.
1001.
Compliance with Federal
Laws and Regulations Page 130-8
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
Equal Employment Opportunity
During the performance of this contract, the Contractor agrees as follows:
(1) The Contractor will not discriminate against any employee or applicant for employment because of
race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure that
applicants are employed, and that employees are treated during employment without regard to their race,
color, religion, sex, sexual orientation, gender identify or national origin. Such action shall include, but
not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or
recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and
selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places,
available to employees and applicants for employment, notices to be provided setting forth the
provisions of this nondiscrimination clause.
(2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of
the Contractor, state that all qualified applicants will receive considerations for employment without
regard to race, color, religion, sex, or national origin.
(3) The Contractor will send to each labor union or representative of workers with which he has a
collective bargaining agreement or other contract or understanding, a notice to be provided advising the
said labor union or workers' representatives of the Contractor's commitments under this section, and
shall post copies of the notice in conspicuous places available to employees and applicants for
employment.
(4) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965,
and of the rules, regulations, and relevant orders of the Secretary of Labor.
(5) The Contractor will furnish all information and reports required by Executive Order 11246 of
September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto,
and will permit access to his books, records, and accounts by the administering agency and the Secretary
of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders.
(6) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or
with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or
suspended in whole or in part and the Contractor may be declared ineligible for further Government
contracts or federally assisted construction contracts in accordance with procedures authorized in
Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies
invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of
the Secretary of Labor, or as otherwise provided by law.
(7) The Contractor will include the portion of the sentence immediately preceding paragraph (1) and the
provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by
rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order
11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or
vendor. The Contractor will take such action with respect to any subcontract or purchase order as the
administering agency may direct as a means of enforcing such provisions, including sanctions for
noncompliance: Provided, however, That in the event a Contractor becomes involved in, or is
threatened with, litigation with a subcontractor or vendor as a result of such direction by the
Compliance with Federal
Laws and Regulations Page 130-9
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
administering agency the Contractor may request the United States to enter into such litigation to protect
the interests of the United States.
Equal Employment Opportunity Contract Specifications
1. As used in these specifications:
a. "Covered area" means the geographical area described in the solicitation from which this
contract resulted;
b. "Director" means Director, Office of Federal Contract Compliance Programs (OFCCP), U.S.
Department of Labor, or any person to whom the Director delegates authority;
c. "Employer identification number" means the Federal social security number used on the
Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941;
d. "Minority" includes:
(1) Black (all) persons having origins in any of the Black African racial groups not of Hispanic
origin);
(2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American, or
other Spanish culture or origin regardless of race);
(3) Asian and Pacific Islander (all persons having origins in any of the original peoples of the
Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and
(4) American Indian or Alaskan native (all persons having origins in any of the original
peoples of North America and maintaining identifiable tribal affiliations through membership
and participation or community identification).
2. Whenever the Contractor, or any subcontractor at any tier, subcontracts a portion of the work
involving any construction trade, it shall physically include in each subcontract in excess of $10,000
the provisions of these specifications and the Notice which contains the applicable goals for
minority and female participation and which is set forth in the solicitations from which this contract
resulted.
3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by
the U.S. Department of Labor in the covered area either individually or through an association, its
affirmative action obligations on all work in the Plan area (including goals and timetables) shall be
in accordance with that Plan for those trades which have unions participating in the Plan.
Contractors shall be able to demonstrate their participation in and compliance with the provisions of
any such Hometown Plan. Each Contractor or subcontractor participating in an approved plan is
individually required to comply with its obligations under the EEO clause and to make a good faith
effort to achieve each goal under the Plan in each trade in which it has employees. The overall good
faith performance by other Contractors or subcontractors toward a goal in an approved Plan does
not excuse any covered Contractor's or subcontractor's failure to take good faith efforts to achieve
the Plan goals and timetables.
4. The Contractor shall implement the specific affirmative action standards provided in paragraphs
7a through 7p of these specifications. The goals set forth in the solicitation from which this contract
resulted are expressed as percentages of the total hours of employment and training of minority and
Compliance with Federal
Laws and Regulations Page 130-10
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
female utilization the Contractor should reasonably be able to achieve in each construction trade in
which it has employees in the covered area. Covered construction Contractors performing
construction work in a geographical area where they do not have a Federal or federally assisted
construction contract shall apply the minority and female goals established for the geographical area
where the work is being performed. Goals are published periodically in the Federal Register in
notice form, and such notices may be obtained from any Office of Federal Contract Compliance
Programs office or from Federal procurement contracting officers. The Contractor is expected to
make substantially uniform progress in meeting its goals in each craft during the period specified.
5. Neither the provisions of any collective bargaining agreement nor the failure by a union with
whom the Contractor has a collective bargaining agreement to refer either minorities or women
shall excuse the Contractor's obligations under these specifications, Executive Order 11246 or the
regulations promulgated pursuant thereto.
6. In order for the non-working training hours of apprentices and trainees to be counted in meeting
the goals, such apprentices and trainees shall be employed by the Contractor during the training
period and the Contractor shall have made a commitment to employ the apprentices and trainees at
the completion of their training, subject to the availability of employment opportunities. Trainees
shall be trained pursuant to training programs approved by the U.S. Department of Labor.
7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity.
The evaluation of the Contractor's compliance with these specifications shall be based upon its
effort to achieve maximum results from its actions. The Contractor shall document these efforts
fully and shall implement affirmative action steps at least as extensive as the following:
a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at
all sites, and in all facilities at which the Contractor's employees are assigned to work. The
Contractor, where possible, will assign two or more women to each construction project. The
Contractor shall specifically ensure that all foremen, superintendents, and other onsite
supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a
working environment, with specific attention to minority or female individuals working at such
sites or in such facilities.
b. Establish and maintain a current list of minority and female recruitment sources, provide
written notification to minority and female recruitment sources and to community organizations
when the Contractor or its unions have employment opportunities available, and maintain a
record of the organizations' responses.
c. Maintain a current file of the names, addresses, and telephone numbers of each minority and
female off-the-street applicant and minority or female referral from a union, a recruitment
source, or community organization and of what action was taken with respect to each such
individual. If such individual was sent to the union hiring hall for referral and was not referred
back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be
documented in the file with the reason therefore along with whatever additional actions the
Contractor may have taken.
d. Provide immediate written notification to the Director when the union or unions with which
the Contractor has a collective bargaining agreement has not referred to the Contractor a
Compliance with Federal
Laws and Regulations Page 130-11
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
minority person or female sent by the Contractor, or when the Contractor has other information
that the union referral process has impeded the Contractor's efforts to meet its obligations.
e. Develop on-the-job training opportunities and/or participate in training programs for the area
which expressly include minorities and women, including upgrading programs and
apprenticeship and trainee programs relevant to the Contractor's employment needs, especially
those programs funded or approved by the Department of Labor. The Contractor shall provide
notice of these programs to the sources compiled under 7b above.
f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and
training programs and requesting their cooperation in assisting the Contractor in meeting its EEO
obligations; by including it in any policy manual and collective bargaining agreement; by
publicizing it in the company newspaper, annual report, etc.; by specific review of the policy
with all management personnel and with all minority and female employees at least once a year;
and by posting the company EEO policy on bulletin boards accessible to all employees at each
location where construction work is performed.
g. Review, at least annually, the company's EEO policy and affirmative action obligations under
these specifications with all employees having any responsibility for hiring, assignment, layoff,
termination, or other employment decisions including specific review of these items with onsite
supervisory personnel such a superintendents, general foremen, etc., prior to the initiation of
construction work at any job site. A written record shall be made and maintained identifying the
time and place of these meetings, persons attending, subject matter discussed, and disposition of
the subject matter.
h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the
news media, specifically including minority and female news media, and providing written
notification to and discussing the Contractor's EEO policy with other Contractors and
subcontractors with whom the Contractor does or anticipates doing business.
i. Direct its recruitment efforts, both oral and written, to minority, female, and community
organizations, to schools with minority and female students; and to minority and female
recruitment and training organizations serving the Contractor's recruitment area and employment
needs. Not later than one month prior to the date for the acceptance of applications for
apprenticeship or other training by any recruitment source, the Contractor shall send written
notification to organizations, such as the above, describing the openings, screening procedures,
and tests to be used in the selection process.
j. Encourage present minority and female employees to recruit other minority persons and
women and, where reasonable, provide after school, summer, and vacation employment to
minority and female youth both on the site and in other areas of a Contractor's workforce.
k. Validate all tests and other selection requirements where there is an obligation to do so under
41 CFR Part 60-3.
l. Conduct, at least annually, an inventory and evaluation at least of all minority and female
personnel, for promotional opportunities and encourage these employees to seek or to prepare
for, through appropriate training, etc., such opportunities.
Compliance with Federal
Laws and Regulations Page 130-12
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
m. Ensure that seniority practices, job classifications, work assignments, and other personnel
practices do not have a discriminatory effect by continually monitoring all personnel and
employment related activities to ensure that the EEO policy and the Contractor's obligations
under these specifications are being carried out.
n. Ensure that all facilities and company activities are non-segregated except that separate or
single user toilet and necessary changing facilities shall be provided to assure privacy between
the sexes.
o. Document and maintain a record of all solicitations of offers for subcontracts from minority
and female construction Contractors and suppliers, including circulation of solicitations to
minority and female Contractor associations and other business associations.
p. Conduct a review, at least annually, of all supervisor's adherence to and performance under the
Contractor's EEO policies and affirmative action obligations.
8. Contractors are encouraged to participate in voluntary associations, which assist in fulfilling one
or more of their affirmative action obligations (7a through 7p). The efforts of a Contractor
association, joint Contractor union, Contractor community, or other similar groups of which the
Contractor is a member and participant, may be asserted as fulfilling any one or more of its
obligations under 7a through 7p of these specifications provided that the Contractor actively
participates in the group, makes every effort to assure that the group has a positive impact on the
employment of minorities and women in the industry, ensures that the concrete benefits of the
program are reflected in the Contractor's minority and female workforce participation, makes a good
faith effort to meet its individual goals and timetables, and can provide access to documentation
which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to
comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be
a defense for the Contractor's noncompliance.
9. A single goal for minorities and a separate single goal for women have been established. The
Contractor, however, is required to provide equal employment opportunity and to take affirmative
action for all minority groups, both male and female, and all women, both minority and non-
minority. Consequently, if the particular group is employed in a substantially disparate manner (for
example, even though the Contractor has achieved its goals for women generally,) the Contractor
may be in violation of the Executive Order if a specific minority group of women is underutilized.
10. The Contractor shall not use the goals and timetables or affirmative action standards to
discriminate against any person because of race, color, religion, sex, or national origin.
11. The Contractor shall not enter into any subcontract with any person or firm debarred from
Government contracts pursuant to Executive Order 11246.
12. The Contractor shall carry out such sanctions and penalties for violation of these specifications
and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing
subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its
implementing regulations, by the Office of Federal Contract Compliance Programs. Any Contractor
who fails to carry out such sanctions and penalties shall be in violation of these specifications and
Executive Order 11246, as amended.
Compliance with Federal
Laws and Regulations Page 130-13
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific
affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these
specifications, so as to achieve maximum results from its efforts to ensure equal employment
opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the
implementing regulations, or these specifications, the Director shall proceed in accordance with 41
CFR 60-4.8.
14. The Contractor shall designate a responsible official to monitor all employment related activity
to ensure that the company EEO policy is being carried out, to submit reports relating to the
provisions hereof as may be required by the Government, and to keep records. Records shall at
least include for each employee, the name, address, telephone number, construction trade, union
affiliation if any, employee identification number when assigned, social security number, race, sex,
status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours
worked per week in the indicated trade, rate of pay, and locations at which the work was performed.
Records shall be maintained in an easily understandable and retrievable form; however, to the
degree that existing records satisfy this requirement, Contractors shall not be required to maintain
separate records.
15. Nothing herein provided shall be construed as a limitation upon the application of other laws
which establish different standards of compliance or upon the application of requirements for the
hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977
and the Community Development Block Grant Program).
Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity
1. The Offeror's or Bidder’s attention is called to the "Equal Employment Opportunity Clause" and the
"Equal Employment Opportunity Contract Specifications" set forth above.
2. The goals and timetables for minority and female participation, expressed in percentage terms for the
Contractor's aggregate workforce in each trade on all construction work in the covered area, are as
follows:
Goals for minority participation for each trade: 15.9%
Goals for female participation in each trade: 6.9%
These goals are applicable to all of the Contractor's construction work (whether or not it is Federal or
federally-assisted) performed in the covered area. If the Contractor performs construction work in a
geographical area located outside of the covered area, it shall apply the goals established for such
geographical area where the work is actually performed. With regard to this second area, the Contractor
also is subject to the goals for both its federally involved and non-federally involved construction.
The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be
based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations
required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours
of minority and female employment and training must be substantially uniform throughout the length of
the contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities
and women evenly on each of its projects. The transfer of minority or female employees or trainees
from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's
Compliance with Federal
Laws and Regulations Page 130-14
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4.
Compliance with the goals will be measured against the total work hours performed.
3. The Contractor shall provide written notification to the Director of the Office of Federal Contract
Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in
excess of $10,000 at any tier for construction work under the contract resulting from this solicitation.
The notification shall list the name, address, and telephone number of the subcontractor; employer
identification number of the subcontractor; estimated dollar amount of the subcontract; estimated
starting and completion dates of the subcontract; and the geographical area in which the subcontract is
to be performed.
4. As used in this notice and in the contract resulting from this solicitation, the "covered area" is
Bradenton, Manatee County, Florida and Sarasota, Sarasota County, Florida.
Copeland “Anti-Kickback” Act
Contractor must comply with the requirements of the Copeland “Anti-Kickback” Act (18 U.S.C. 874
and 40 U.S.C. 3145), as supplemented by Department of Labor regulation 29 CFR part 3. Contractor
and subcontractors are prohibited from inducing, by any means, any person employed on the project to
give up any part of the compensation to which the employee is entitled. The Contractor and each
Subcontractor must submit to the Owner, a weekly statement on the wages paid to each employee
performing on covered work during the prior week. Owner must report any violations of the Act to the
Federal Aviation Administration.
Contract Workhours and Safety Standards Act Requirements
1. Overtime Requirements.
No Contractor or subcontractor contracting for any part of the contract work which may require or
involve the employment of laborers or mechanics shall require or permit any such laborer or
mechanic, including watchmen and guards, in any workweek in which he or she is employed on
such work to work in excess of forty hours in such workweek unless such laborer or mechanic
receives compensation at a rate not less than one and one-half times the basic rate of pay for all
hours worked in excess of forty hours in such workweek.
2. Violation; Liability for Unpaid Wages; Liquidated Damages.
In the event of any violation of the clause set forth in paragraph (1) of this clause, the Contractor
and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such
Contractor and subcontractor shall be liable to the United States (in the case of work done under
contract for the District of Columbia or a territory, to such District or to such territory), for
liquidated damages. Such liquidated damages shall be computed with respect to each individual
laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth
in paragraph (1) of this clause, in the sum of $10 for each calendar day on which such individual
was required or permitted to work in excess of the standard workweek of forty hours without
payment of the overtime wages required by the clause set forth in paragraph (1) of this clause.
3. Withholding for Unpaid Wages and Liquidated Damages.
The Federal Aviation Administration (FAA) or the Owner shall upon its own action or upon written
request of an authorized representative of the Department of Labor withhold or cause to be
Compliance with Federal
Laws and Regulations Page 130-15
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
withheld, from any moneys payable on account of work performed by the Contractor or
subcontractor under any such contract or any other Federal contract with the same prime Contractor,
or any other Federally-assisted contract subject to the Contract Work Hours and Safety Standards
Act, which is held by the same prime Contractor, such sums as may be determined to be necessary
to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated
damages as provided in the clause set forth in paragraph 2 of this clause.
4. Subcontractors.
The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs
(1) through (4) and also a clause requiring the subcontractor to include these clauses in any lower
tier subcontracts. The prime Contractor shall be responsible for compliance by any subcontractor or
lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this clause.
5. Working Conditions
No Contractor or subcontractor may require any laborer or mechanic employed in the performance
of this contract or any subcontract to work in surroundings or under working conditions that are
unsanitary, hazardous, or dangerous to his health or safety as determined under construction safety
and health standard issued by the Department of Labor.
Occupational Safety and Health Act of 1970
This contract incorporates by reference the requirements of 29 CFR Part 1910 with the same force and
effect as if given in full text. Contractor must provide a work environment that is free from recognized
hazards that may cause death or serious physical harm to the employee. The Contractor retains full
responsibility to monitor its compliance and their subcontractor’s compliance with the applicable
requirements of the Occupational Safety and Health Act of 1970 (20 CFR Part 1910). Contractor must
address any claims or disputes that pertain to a referenced requirement directly with the U.S.
Department of Labor – Occupational Safety and Health Administration.
Veterans Preference
In the employment of labor (excluding executive, administrative, and supervisory positions), the
Contractor and all sub-tier contractors must give preference to covered veterans as defined within Title
49 United States Code Section 47112. Covered veterans include Vietnam-era veterans, Persian Gulf
veterans, Afghanistan-Iraq war veterans, disabled veterans, and small business concerns (as defined by
15 U.S.C. 632) owned and controlled by disabled veterans. This preference only applies when there are
covered veterans readily available and qualified to perform the work to which the employment relates.
Civil Rights / Nondiscrimination
General
The Contractor agrees to comply with pertinent statutes, Executive Orders and such rules as are
promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin, sex,
age, or disability be excluded from participating in any activity conducted with or benefiting from
Federal assistance.
Compliance with Federal
Laws and Regulations Page 130-16
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
This provision binds the Contractor and subtier contractors from the bid solicitation period through the
completion of the contract. This provision is in addition to that required of Title VI of the Civil Rights
Act of 1964.
Title VI of the Civil Rights Act of 1964
During the performance of this contract, the Contractor, for itself, its assignees, and successors in
interest (hereinafter referred to as the “Contractor”) agrees as follows:
1. Compliance with Regulations: The Contractor will comply with the following Title VI List of
Pertinent Nondiscrimination Acts And Authorities (the “Acts”), as they may be amended from
time to time, which are incorporated herein by reference and made a part of this contract:
Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252),
(prohibits discrimination on the basis of race, color, national origin);
49 CFR part 21 (Non-discrimination In Federally-Assisted Programs of The Department
of Transportation—Effectuation of Title VI of The Civil Rights Act of 1964);
The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970,
(42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property
has been acquired because of Federal or Federal-aid programs and projects);
Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended,
(prohibits discrimination on the basis of disability); and 49 CFR part 27;
The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits
discrimination on the basis of age);
Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as
amended, (prohibits discrimination based on race, creed, color, national origin, or sex);
The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage
and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act
of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of
the terms “programs or activities” to include all of the programs or activities of the
Federal-aid recipients, sub-recipients and Contractors, whether such programs or
activities are Federally funded or not);
Titles II and III of the Americans with Disabilities Act of 1990, which prohibit
discrimination on the basis of disability in the operation of public entities, public and
private transportation systems, places of public accommodation, and certain testing
entities (42 U.S.C. §§ 12131 – 12189) as implemented by Department of Transportation
regulations at 49 CFR parts 37 and 38;
The Federal Aviation Administration’s Non-discrimination statute (49 U.S.C. § 47123)
(prohibits discrimination on the basis of race, color, national origin, and sex);
Executive Order 12898, Federal Actions to Address Environmental Justice in Minority
Populations and Low-Income Populations, which ensures non-discrimination against
minority populations by discouraging programs, policies, and activities with
disproportionately high and adverse human health or environmental effects on minority
and low-income populations;
Compliance with Federal
Laws and Regulations Page 130-17
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
Executive Order 13166, Improving Access to Services for Persons with Limited English
Proficiency, and resulting agency guidance, national origin discrimination includes
discrimination because of limited English proficiency (LEP). To ensure compliance with
Title VI, you must take reasonable steps to ensure that LEP persons have meaningful
access to your programs (70 Fed. Reg. at 74087 to 74100);
Title IX of the Education Amendments of 1972, as amended, which prohibits you from
discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq).
2. Non-discrimination: The Contractor, with regard to the work performed by it during the
contract, will not discriminate on the grounds of race, color, or national origin in the selection and
retention of subcontractors, including procurements of materials and leases of equipment. The
Contractor will not participate directly or indirectly in the discrimination prohibited by the Acts,
including employment practices when the contract covers any activity, project, or program set
forth in Appendix B of 49 CFR part 21.
3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all
solicitations, either by competitive bidding, or negotiation made by the Contractor for work to be
performed under a subcontract, including procurements of materials, or leases of equipment, each
potential subcontractor or supplier will be notified by the Contractor of the Contractor’s
obligations under this contract and the Acts on the grounds of race, color, or national origin.
4. Information and Reports: The Contractor will provide all information and reports required by
the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its
books, records, accounts, other sources of information, and its facilities as may be determined by
the Sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with
such Nondiscrimination Acts And Authorities and instructions. Where any information required
of a Contractor is in the exclusive possession of another who fails or refuses to furnish the
information, the Contractor will so certify to the Sponsor or the Federal Aviation Administration,
as appropriate, and will set forth what efforts it has made to obtain the information.
5. Sanctions for Noncompliance: In the event of a Contractor’s noncompliance with the Non-
discrimination provisions of this contract, the Sponsor will impose such contract sanctions as it or
the Federal Aviation Administration may determine to be appropriate, including, but not limited
to:
a. Withholding payments to the Contractor under the contract until the Contractor complies;
and/or
b. Cancelling, terminating, or suspending a contract, in whole or in part.
6. Incorporation of Provisions: The Contractor will include the provisions of paragraphs one
through six in every subcontract, including procurements of materials and leases of equipment,
unless exempt by the Acts, the Regulations and directives issued pursuant thereto. The
Contractor will take action with respect to any subcontract or procurement as the sponsor or the
Federal Aviation Administration may direct as a means of enforcing such provisions including
sanctions for noncompliance. Provided, that if the Contractor becomes involved in, or is
Compliance with Federal
Laws and Regulations Page 130-18
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
threatened with litigation by a subcontractor, or supplier because of such direction, the Contractor
may request the Sponsor to enter into any litigation to protect the interests of the Sponsor. In
addition, the Contractor may request the United States to enter into the litigation to protect the
interests of the United States.
Title VI Solicitation Notice The Owner, in accordance with Title VI of the Civil Rights Act of 1964, (78 Stat. 252, 42 U.S.C. §§
2000d to 2000d-4) and Title 49, Code of Federal Regulations, U.S. Department of Transportation,
Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally-assisted programs of the U.S.
Department of Transportation issued pursuant to such Act, hereby notifies all bidders that the Owner will
affirmatively ensure that, in any contract entered into pursuant to this solicitation, disadvantaged business
enterprises will be afforded the full and fair opportunity to submit bids in response to this invitation and
will not be discriminated against on the basis of race, color, or national origin in consideration for an
award.
Prohibition of Segregated Facilities
1. The Contractor agrees that it does not and will not maintain or provide for its employees any
segregated facilities at any of its establishments, and that it does not and will not permit its
employees to perform their services at any location under its control where segregated facilities
are maintained. The Contractor agrees that a breach of this clause is a violation of the Equal
Opportunity Clause in this contract.
2. “Segregated facilities,” as used in this clause, means any waiting rooms, work areas, rest rooms
and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage
or dressing areas, parking lots, drinking fountains, recreation or entertainment areas,
transportation, and housing facilities provided for employees, that are segregated by explicit
directive or are in fact segregated on the basis of race, color, religion, sex, or national origin
because of written or oral policies or employee custom. The term does not include separate or
single-user rest rooms or necessary dressing or sleeping areas provided to assure privacy
between the sexes.
3. The Contractor shall include this clause in every subcontract and purchase order that is subject
to the Equal Opportunity clause of this contract.
Compliance with Federal
Laws and Regulations Page 130-19
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
Disadvantaged Business Enterprises
This contract is subject to compliance with 49 CFR Part 26 – Participation by Disadvantaged Business
Enterprises in Department of Transportation Financial Assistance Programs. Pursuant to this regulation
and the Owner’s duly adopted DBE Program, the Authority has established a DBE participation goal of
5% for this contract. Accordingly, all submittals in response to this solicitation shall demonstrate DBE
participation sufficient to meet the DBE contract goal or, thoroughly documented good faith efforts to
obtain that level of participation. DBE participation shall be documented using the DBE Form Set
included in Section 4 – Bid Forms.
Note that the fully completed DBE Form Set is required in order for a submittal to be considered
responsive to this solicitation. Submittals that do not include this information will not be considered for
award.
Failure of the Contractor to meet its obligations in compliance with this regulation, including the
attainment of any DBE contract goal identified in the contract solicitation, shall constitute a breach of
contract which may result in the termination of the contract or such other remedy as deemed appropriate
by Owner.
Contractor further provides the following specific assurances to Owner pursuant to this regulation:
1. Nondiscrimination - Contractor shall not discriminate on the basis of race, color, national origin,
or sex in the performance of this contract. The Contractor shall carry out applicable requirements
of 49 CFR part 26 in the award and administration of DOT-assisted contracts. Failure by Contractor
to carry out these requirements is a material breach of this contract, which may result in the
termination of this contract or such other remedy as Owner deems appropriate, which may include,
but is not limited to:
a) Withholding monthly progress payments;
b) Assessing sanctions;
c) Liquidated damages; and/or
d) Disqualifying the Contractor from future bidding as non-responsible
2. Prompt Payment - Contractor agrees to pay each subcontractor for satisfactory performance of its
contract no later than 10 days from the receipt of each payment the Subcontractor receives from
Owner. Contractor agrees further to return retainage payments to each subcontractor within 10 days
after the subcontractor’s work is satisfactorily completed. Any delay or postponement of payment
from the referenced timeframe may occur only for good cause following written approval of Owner.
3. Inclusion of Assurances in Subcontracts -Contractor shall include the above assurances of
Nondiscrimination and Prompt Payment in every subcontract of this contract and shall further
require that subcontractors include these assurances in all lower-tier contracts. Contractor shall
provide Owner with copies of all contracts with subcontractors which will be reviewed for
inclusion of the required assurances.
4. Bidders List Information -Contractor shall provide Owner the following information for all firms
bidding for subcontracting opportunities relating to this prime contract, regardless of whether or
not such bids were successful: Firm Name, Address, Phone #, Email Address, Trade, Gender of
Compliance with Federal
Laws and Regulations Page 130-20
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
Principal Owner, Annual Gross Receipts, and Number of Years in Business. Owner shall provide
a form to facilitate the reporting of this Bidders List Information.
5. DBE Expenditure Reports -Contractor shall submit a report of DBE expenditures with each
Application for Payment. The report shall include DBE expenditures for the Application Period
as well as Contract-to-Date. Owner shall provide a reporting form to facilitate this reporting
requirement.
Termination of Contract
Termination for Convenience - The Owner may terminate this contract in whole or in part at any time
by providing written notice to the Contractor. Such action may be without cause and without prejudice
to any other right or remedy of Owner. Upon receipt of a written notice of termination, except as
explicitly directed by the Owner, the Contractor shall immediately proceed with the following
obligations regardless of any delay in determining or adjusting amounts due under this clause:
1. Contractor must immediately discontinue work as specified in the written notice.
2. Terminate all subcontracts to the extent they relate to the work terminated under the notice.
3. Discontinue orders for materials and services except as directed by the written notice.
4. Deliver to the owner all fabricated and partially fabricated parts, completed and partially
completed work, supplies, equipment and materials acquired prior to termination of the work
and as directed in the written notice.
5. Complete performance of the work not terminated by the notice.
6. Take action as directed by the owner to protect and preserve property and work related to this
contract that Owner will take possession.
Owner agrees to pay Contractor for:
1. Completed and acceptable work executed in accordance with the contract documents prior to the
effective date of termination;
2. Documented expenses sustained prior to the effective date of termination in performing work and
furnishing labor, materials, or equipment as required by the contract documents in connection
with uncompleted work;
3. Reasonable and substantiated claims, costs and damages incurred in settlement of terminated
contracts with Subcontractors and Suppliers; and
4. Reasonable and substantiated expenses to the Contractor directly attributable to Owner’s
termination action
Owner will not pay Contractor for loss of anticipated profits or revenue or other economic loss arising
out of or resulting from the Owner’s termination action.
The rights and remedies this clause provides are in addition to any other rights and remedies provided
by law or under this contract.
Termination for Default - The Contractor shall be considered in default of his or her contract and such
default will be considered as cause for the Owner to terminate the contract for any of the following
reasons if the Contractor:
1. Fails to begin the work under the contract within the time specified in the Notice to Proceed, or
Compliance with Federal
Laws and Regulations Page 130-21
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
2. Fails to perform the work or fails to provide sufficient workers, equipment and/or materials to
assure completion of work in accordance with the terms of the contract, or
3. Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such
work as may be rejected as unacceptable and unsuitable, or
4. Discontinues the execution of the work, or
5. Fails to resume work which has been discontinued within a reasonable time after notice to do so,
or
6. Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or
7. Allows any final judgment to stand against the Contractor unsatisfied for a period of 10 days, or
8. Makes an assignment for the benefit of creditors, or
9. For any other cause whatsoever, fails to carry on the work in an acceptable manner.
Should the Engineer consider the Contractor in default of the contract for any reason above, the Engineer
shall immediately give written notice to the Contractor and the Contractor’s surety as to the reasons for
considering the Contractor in default and the Owner’s intentions to terminate the contract.
If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance
therewith, then the Owner will, upon written notification from the Engineer of the facts of such delay,
neglect, or default and the Contractor’s failure to comply with such notice, have full power and authority
without violating the contract, to take the execution of the work out of the hands of the Contractor. The
Owner may appropriate or use any or all materials and equipment that have been mobilized for use in the
work and are acceptable and may enter into an agreement for the completion of said contract according to
the terms and provisions thereof, or use such other methods as in the opinion of the Engineer will be
required for the completion of said contract in an acceptable manner.
All costs and charges incurred by the Owner, together with the cost of completing the work under
contract, will be deducted from any monies due or which may become due the Contractor. If such
expense exceeds the sum which would have been payable under the contract, then the Contractor and the
surety shall be liable and shall pay to the Owner the amount of such excess.
Miscellaneous
Access to Records and Reports
The Contractor must maintain an acceptable cost accounting system. The Contractor agrees to provide
the Sponsor, the Federal Aviation Administration, and the Comptroller General of the United States or
any of their duly authorized representatives, access to any books, documents, papers, and records of the
Contractor which are directly pertinent to the specific contract for the purpose of making audit,
examination, excerpts and transcriptions. The Contractor agrees to maintain all books, records and
reports required under this contract for a period of not less than three years after final payment is made
and all pending matters are closed.
Compliance with Federal
Laws and Regulations Page 130-22
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
Breach of Contract Terms
Any violation or breach of terms of this contract on the part of the Contractor or its subcontractors may
result in the suspension or termination of this contract or such other action that may be necessary to
enforce the rights of the parties of this agreement.
Owner will provide Contractor written notice that describes the nature of the breach and corrective
actions the Contractor must undertake in order to avoid termination of the contract. Owner reserves the
right to withhold payments to Contractor until such time the Contractor corrects the breach or the Owner
elects to terminate the contract. The Owner’s notice will identify a specific date by which the Contractor
must correct the breach. Owner may proceed with termination of the contract if the Contractor fails to
correct the breach by deadline indicated in the Owner’s notice.
The duties and obligations imposed by the Contract Documents and the rights and remedies available
thereunder are in addition to, and not a limitation of, any duties, obligations, rights and remedies
otherwise imposed or available by law.
Buy American
The Contractor agrees to comply with 49 USC § 50101, which provides that Federal funds may not be
obligated unless all steel and manufactured goods used in FAA-funded projects are produced in the
United States, unless the FAA has issued a waiver for the product; the product is listed as an Excepted
Article, Material Or Supply in Federal Acquisition Regulation subpart 25.108; or is included in the FAA
Nationwide Buy American Waivers Issued list.
Clean Air and Water Pollution Control
Contractor agrees to comply with all applicable standards, orders, and regulations issued pursuant to the
Clean Air Act (42 U.S.C. § 740-7671q) and the Federal Water Pollution Control Act as amended
(33 U.S.C. § 1251-1387). The Contractor agrees to report any violation to the Owner immediately upon
discovery. The Owner assumes responsibility for notifying the Environmental Protection Agency (EPA)
and the Federal Aviation Administration.
Contractor must include this requirement in all subcontracts that exceed $150,000.
Debarment and Suspension
By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its
principals are presently debarred or suspended by any Federal department or agency from participation
in this transaction.
The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a “covered
transaction”, must verify each lower tier participant of a “covered transaction” under the project is not
presently debarred or otherwise disqualified from participation in this federally assisted project. The
successful bidder will accomplish this by:
1. Checking the System for Award Management at website: http://www.sam.gov
2. Collecting a certification statement similar to the Certificate Regarding Debarment and
Suspension (Bidder or Offeror), above.
3. Inserting a clause or condition in the covered transaction with the lower tier contract
Compliance with Federal
Laws and Regulations Page 130-23
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
If the FAA later determines that a lower tier participant failed to disclose to a higher tier participant that
it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any
available remedies, including suspension and debarment of the non-compliant participant.
Energy Conservation
Contractor agrees to comply with mandatory standards and policies relating to energy efficiency as
contained in the state energy conservation plan issued in compliance with the Energy Policy and
Conservation Act (42 U.S.C. 6201et seq).
Lobbying Certification
The bidder or offeror certifies by signing and submitting this bid or proposal, to the best of his or her
knowledge and belief, that:
(1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or
Offeror, to any person for influencing or attempting to influence an officer or employee of an
agency, a Member of Congress, an officer or employee of Congress, or an employee of a
Member of Congress in connection with the awarding of any Federal contract, the making of
any Federal grant, the making of any Federal loan, the entering into of any cooperative
agreement, and the extension, continuation, renewal, amendment, or modification of any
Federal contract, grant, loan, or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be paid to any person
for influencing or attempting to influence an officer or employee of any agency, a Member of
Congress, an officer or employee of Congress, or an employee of a Member of Congress in
connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned
shall complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying,” in
accordance with its instructions.
(3) The successful bidder shall require that the language of this certification be included in the
award documents for all sub-awards at all tiers (including subcontracts, sub-grants, and
contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall
certify and disclose accordingly.
This certification is a material representation of fact upon which reliance was placed when this
transaction was made or entered into. Submission of this certification is a prerequisite for making or
entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file
the required certification shall be subject to a civil penalty of not less than $10,000 and not more than
$100,000 for each such failure.
Procurement of Recovered Materials
Contractor agrees to comply with Section 6002 of the Solid Waste Disposal Act, as amended by the
Resource Conservation and Recovery Act, and the regulatory provisions of 40 CFR Part 247. In the
performance of this contract and to the extent practicable, the Contractor and all subcontractors are to
use products containing the highest percentage of recovered materials for items designated by the
Environmental Protection Agency (EPA) under 40 CFR Part 247 whenever:
Compliance with Federal
Laws and Regulations Page 130-24
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
a) The contract requires procurement of $10,000 or more of a designated item during the fiscal year;
or,
5. The Contractor has procured $10,000 or more of a designated item using Federal funding during
the previous fiscal year.
The list of EPA-designated items is available at www.epa.gov/epawaste/conserve/tools/cpg/products/.
Section 6002(c) establishes exceptions to the preference for recovery of EPA-designated products if the
Contractor can demonstrate the item is:
a) Not reasonably available within a timeframe providing for compliance with the contract
performance schedule;
b) Fails to meet reasonable contract performance requirements; or
c) Is only available at an unreasonable price.
c) performs the work unsuitably or neglects or refuses to remove materials or to perform anew such
work as may be rejected as unacceptable and unsuitable, or
d) discontinues the execution of the work, or
e) fails to resume work which has been discontinued within a reasonable time after notice to do so,
or
f) becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or
g) allows any final judgment to stand against the Contractor unsatisfied for a period of 10 days, or
h) makes an assignment for the benefit of creditors, or
i) for any other cause whatsoever, fails to carry on the work in an acceptable manner.
Should the Engineer consider the Contractor in default of the contract for any reason above, the Engineer
shall immediately give written notice to the Contractor and the Contractor’s surety as to the reasons for
considering the Contractor in default and the Owner’s intentions to terminate the contract.
If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance
therewith, then the Owner will, upon written notification from the Engineer of the facts of such delay,
neglect, or default and the Contractor’s failure to comply with such notice, have full power and authority
without violating the contract, to take the execution of the work out of the hands of the Contractor. The
Owner may appropriate or use any or all materials and equipment that have been mobilized for use in the
work and are acceptable and may enter into an agreement for the completion of said contract according to
the terms and provisions thereof, or use such other methods as in the opinion of the Engineer will be
required for the completion of said contract in an acceptable manner.
All costs and charges incurred by the Owner, together with the cost of completing the work under
contract, will be deducted from any monies due or which may become due the Contractor. If such
expense exceeds the sum which would have been payable under the contract, then the Contractor and the
surety shall be liable and shall pay to the Owner the amount of such excess.
Seismic Safety
The Contractor agrees to ensure that all work performed under this contract, including work performed
by subcontractors, conforms to a building code standard that provides a level of seismic safety
substantially equivalent to standards established by the National Earthquake Hazards Reduction
Compliance with Federal
Laws and Regulations Page 130-25
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
Program (NEHRP). Local building codes that model their code after the current version of the
International Building Code (IBC) meet the NEHRP equivalency level for seismic safety.
Texting While Driving
In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging While
Driving" (10/1/2009) and DOT Order 3902.10 “Text Messaging While Driving” (12/30/2009), the FAA
encourages recipients of Federal grant funds to adopt and enforce safety policies that decrease crashes
by distracted drivers, including policies to ban text messaging while driving when performing work
related to a grant or sub-grant.
In support of this initiative, the Owner encourages the Contractor to promote policies and initiatives for
its employees and other work personnel that decrease crashes by distracted drivers, including policies
that ban text messaging while driving motor vehicles while performing work activities associated with
the project. The Contractor must include the substance of this clause in all sub-tier contracts exceeding
$3,500 which involve driving a motor vehicle in performance of work activities associated with the
project.
Trade Restriction Certification
By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant
contract, the Offeror -
a. is not owned or controlled by one or more citizens of a foreign country included in the list of
countries that discriminate against U.S. firms as published by the Office of the United States
Trade Representative (U.S.T.R.);
b. has not knowingly entered into any contract or subcontract for this project with a person that is
a citizen or national of a foreign country included on the list of countries that discriminate
against U.S. firms as published by the U.S.T.R; and
c. has not entered into any subcontract for any product to be used on the Federal on the project that
is produced in a foreign country included on the list of countries that discriminate against U.S.
firms published by the U.S.T.R.
This certification concerns a matter within the jurisdiction of an agency of the United States of America
and the making of a false, fictitious, or fraudulent certification may render the maker subject to
prosecution under Title 18, United States Code, Section 1001.
The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor
learns that its certification or that of a subcontractor was erroneous when submitted or has become
erroneous by reason of changed circumstances. The Contractor must require subcontractors provide
immediate written notice to the Contractor if at any time it learns that its certification was erroneous by
reason of changed circumstances.
Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with
49 CFR 30.17, no contract shall be awarded to an Offeror or subcontractor:
(1) who is owned or controlled by one or more citizens or nationals of a foreign country included on
the list of countries that discriminate against U.S. firms published by the U.S.T.R. or
(2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign
country on such U.S.T.R. list or
Compliance with Federal
Laws and Regulations Page 130-26
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
(3) who incorporates in the public works project any product of a foreign country on such U.S.T.R. list;
Nothing contained in the foregoing shall be construed to require establishment of a system of records in
order to render, in good faith, the certification required by this provision. The knowledge and
information of a Contractor is not required to exceed that which is normally possessed by a prudent
person in the ordinary course of business dealings.
The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this
provision for certification without modification in all lower tier subcontracts. The Contractor may rely
on the certification of a prospective subcontractor that it is not a firm from a foreign country included on
the list of countries that discriminate against U.S. firms as published by U.S.T.R, unless the Offeror has
knowledge that the certification is erroneous.
This certification is a material representation of fact upon which reliance was placed when making an
award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous
certification, the Federal Aviation Administration may direct through the Owner cancellation of the
contract or subcontract for default at no cost to the Owner or the FAA.
End of Section 130
Compliance with Federal
Laws and Regulations Page 130-27
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
General Decision Number: FL170165 01/06/2017 FL165
Superseded General Decision Number: FL20160165
State: Florida
Construction Type: Heavy
County: Manatee County in Florida.
HEAVY CONSTRUCTION PROJECTS (Including Sewer and Water Lines)
Note: Under Executive Order (EO) 13658, an hourly minimum wage
of $10.20 for calendar year 2017 applies to all contracts
subject to the Davis-Bacon Act for which the contract is awarded
(and any solicitation was issued) on or after January 1, 2015.
If this contract is covered by the EO, the contractor must pay
all workers in any classification listed on this wage
determination at least $10.20 per hour (or the applicable
wage rate listed on this wage determination, if it is higher)
for all hours spent performing on the contract in calendar
year 2017. The EO minimum wage rate will be adjusted annually.
Additional information on contractor requirements and worker
protections under the EO is available at
www.dol.gov/whd/govcontracts.
Modification Number Publication Date
0 01/06/2017
* ELEC0915-003 12/05/2016
Rates Fringes
ELECTRICIAN......................$ 27.46 37.2%
----------------------------------------------------------------
ENGI0925-008 06/01/2013
Rates Fringes
POWER EQUIPMENT OPERATOR:
Crawler Cranes; Truck
Cranes; Pile Driver
Cranes; Rough Terrain
Cranes; and Any Crane not
otherwise described below...$ 29.61 11.50
Hydraulic Cranes Rated 100
Tons or Above but Less
Than 250 Tons; and Lattice
Boom Cranes Less Than 150
Tons if not described below.$ 30.61 11.50
Lattice Boom Cranes Rated
at 150 Tons or Above;
Friction Cranes of Any
Size; Mobile Tower Cranes
or Luffing Boom Cranes of
Any Size; Electric Tower
Cranes; Hydraulic Cranes
Compliance with Federal
Laws and Regulations Page 130-28
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
Rated at 250 Tons or
Above; and Any Crane
Equipped with 300 Foot or
More of Any Boom
Combination.................$ 31.61 11.50
Oiler.......................$ 22.91 11.50
----------------------------------------------------------------
IRON0397-006 07/01/2016
Rates Fringes
IRONWORKER, STRUCTURAL...........$ 29.10 15.39
----------------------------------------------------------------
LABO0517-002 05/01/2014
Rates Fringes
LABORER: Grade Checker..........$ 18.35 6.45
----------------------------------------------------------------
PAIN0088-008 08/01/2014
Rates Fringes
PAINTER: Brush, Roller and
Spray............................$ 19.50 8.83
----------------------------------------------------------------
SUFL2009-161 06/24/2009
Rates Fringes
CARPENTER........................$ 14.95 2.92
CEMENT MASON/CONCRETE FINISHER...$ 14.77 3.50
LABORER: Common or General......$ 10.90 0.38
LABORER: Landscape..............$ 7.25 0.00
LABORER: Pipelayer..............$ 13.75 2.06
LABORER: Power Tool Operator
(Hand Held Drills/Saws,
Jackhammer and Power Saws
Only)............................$ 10.63 2.20
OPERATOR: Asphalt Paver.........$ 11.59 0.00
OPERATOR: Backhoe Loader
Combo............................$ 16.10 2.44
OPERATOR: Backhoe/Excavator.....$ 15.00 0.52
OPERATOR: Bulldozer.............$ 17.00 0.00
OPERATOR: Grader/Blade..........$ 16.00 2.84
OPERATOR: Loader................$ 14.75 0.00
Compliance with Federal
Laws and Regulations Page 130-29
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
OPERATOR: Mechanic..............$ 14.32 0.00
OPERATOR: Roller................$ 10.76 0.00
OPERATOR: Scraper...............$ 11.00 1.74
OPERATOR: Trackhoe..............$ 20.92 5.50
OPERATOR: Tractor...............$ 10.54 0.00
TRUCK DRIVER, Includes Dump
Truck............................$ 11.00 0.00
TRUCK DRIVER: Lowboy Truck......$ 12.73 0.00
TRUCK DRIVER: Off the Road
Truck............................$ 12.21 1.97
----------------------------------------------------------------
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
================================================================
Note: Executive Order (EO) 13706, Establishing Paid Sick Leave
for Federal Contractors applies to all contracts subject to the
Davis-Bacon Act for which the contract is awarded (and any
solicitation was issued) on or after January 1, 2017. If this
contract is covered by the EO, the contractor must provide
employees with 1 hour of paid sick leave for every 30 hours
they work, up to 56 hours of paid sick leave each year.
Employees must be permitted to use paid sick leave for their
own illness, injury or other health-related needs, including
preventive care; to assist a family member (or person who is
like family to the employee) who is ill, injured, or has other
health-related needs, including preventive care; or for reasons
resulting from, or to assist a family member (or person who is
like family to the employee) who is a victim of, domestic
violence, sexual assault, or stalking. Additional information
on contractor requirements and worker protections under the EO
is available at www.dol.gov/whd/govcontracts.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (ii)).
----------------------------------------------------------------
The body of each wage determination lists the classification
and wage rates that have been found to be prevailing for the
cited type(s) of construction in the area covered by the wage
determination. The classifications are listed in alphabetical
order of "identifiers" that indicate whether the particular
Compliance with Federal
Laws and Regulations Page 130-30
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
rate is a union rate (current union negotiated rate for local),
a survey rate (weighted average rate) or a union average rate
(weighted union average rate).
Union Rate Identifiers
A four letter classification abbreviation identifier enclosed
in dotted lines beginning with characters other than "SU" or
"UAVG" denotes that the union classification and rate were
prevailing for that classification in the survey. Example:
PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of
the union which prevailed in the survey for this
classification, which in this example would be Plumbers. 0198
indicates the local union number or district council number
where applicable, i.e., Plumbers Local 0198. The next number,
005 in the example, is an internal number used in processing
the wage determination. 07/01/2014 is the effective date of the
most current negotiated rate, which in this example is July 1,
2014.
Union prevailing wage rates are updated to reflect all rate
changes in the collective bargaining agreement (CBA) governing
this classification and rate.
Survey Rate Identifiers
Classifications listed under the "SU" identifier indicate that
no one rate prevailed for this classification in the survey and
the published rate is derived by computing a weighted average
rate based on all the rates reported in the survey for that
classification. As this weighted average rate includes all
rates reported in the survey, it may include both union and
non-union rates. Example: SULA2012-007 5/13/2014. SU indicates
the rates are survey rates based on a weighted average
calculation of rates and are not majority rates. LA indicates
the State of Louisiana. 2012 is the year of survey on which
these classifications and rates are based. The next number, 007
in the example, is an internal number used in producing the
wage determination. 5/13/2014 indicates the survey completion
date for the classifications and rates under that identifier.
Survey wage rates are not updated and remain in effect until a
new survey is conducted.
Union Average Rate Identifiers
Classification(s) listed under the UAVG identifier indicate
that no single majority rate prevailed for those
classifications; however, 100% of the data reported for the
classifications was union data. EXAMPLE: UAVG-OH-0010
08/29/2014. UAVG indicates that the rate is a weighted union
average rate. OH indicates the state. The next number, 0010 in
the example, is an internal number used in producing the wage
determination. 08/29/2014 indicates the survey completion date
for the classifications and rates under that identifier.
A UAVG rate will be updated once a year, usually in January of
Compliance with Federal
Laws and Regulations Page 130-31
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
each year, to reflect a weighted average of the current
negotiated/CBA rate of the union locals from which the rate is
based.
----------------------------------------------------------------
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
a wage determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis-Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2.)
and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
================================================================
END OF GENERAL DECISION
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
[This page intentionally left blank]
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
SPECIAL PROVISIONS
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
[This page intentionally left blank]
Maintenance of Air Operations Traffic
Page 1030-1
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
SECTION 01030
MAINTENANCE OF AIR OPERATIONS TRAFFIC
GENERAL
1030-1.1 Introduction: This project will include Contractor operations within or near active Air
Operations Areas (AOA). The Airport will conduct normal aircraft operations during the course of this
project, subject to certain restrictions called out in this section, elsewhere in the specifications, or in the
plans. Therefore, to provide for the security and safety of Airport users and the Contractor's forces, as
well as to minimize interruptions to aircraft operations, the Contractor shall limit his work within the
areas designated and conduct his operations as specified.
1030-1.2 The safety of the Airport patrons and personnel and of the Contractor’s personnel is paramount
throughout construction. The Contractor shall obtain, have knowledge of, and incorporate the following
safety provisions into the construction project:
A. Operational Safety on Airports During Construction – AC-150/5370-2, latest edition.
B. Airport Safety Self-Inspection – AC-150/5200-18, latest edition.
C. Painting, Marking, and Lighting of Vehicles Used on an Airport – AC 150/5210-5, latest edition.
D. Certification of Airports – FAR, PART 139.
E. Construction Safety and Phasing Plan
F. Safety Plan Compliance Document
1030-1.3 Any fines or assessments levied against the Sponsor as a result of unauthorized intrusions in
the AOA or other violations by the Contractor's personnel or those of his subcontractors will be passed
on to the Contractor. In addition, the Contractor will be subject to a fine of $1,000.00 per incident,
assessed by the Sponsor.
1030-1.4 Air Operations Area (AOA) Safety Requirements:
A. Barricades: Existing runways, taxiways and aprons outside the limits of construction shall be
separated from construction areas with barricades as shown on the plans.
B. Runway and Taxiway Closures: Only the Owner will make Closures of runways and taxiways.
The Owner shall contact the appropriate FAA Flight Service Station prior to issuing the Notice-to-
Proceed so that a Notice-to-Airmen (NOTAM) for runway or taxiway closure can be issued in
accordance with established criteria. Construction operations within the runway or taxiway safety
zone shall not begin until the Contractor receives clearance from the Owner and Engineer assuring
that the adjoining runway or taxiway has been closed.
C. Navigational Aid Equipment: The project will be phased to permit work outside of and around
certain FAA navigational aid (NAVAID) equipment such as approach light systems, localizer
antenna, glide slope antenna, RVR projectors, middle and inner markers, etc. The Contractor shall
notify the Engineer at least 7 days prior to disassembling or working around any
Maintenance of Air Operations Traffic
Page 1030-2
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
NAVAID equipment so that a NOTAM can be issued indicating that the affected NAVAID will be
impacted.
1030-1.5 Construction Safety Requirements:
A. General:
1. Safety Officer: The Contractor is required to employ a Safety Officer who will be the liaison
between the Contractor, the Engineer and the Owner in all safety related matters for the duration
of the project. The Safety Officer shall be on call 24 hours per day for emergency maintenance
of airport hazard lighting, barricades, and other safety features.
2. Protection of Utilities: The Contractor shall be responsible for field marking and protecting
all utilities within the construction limits.
3. Storage of Equipment, Vehicles, and Materials: All equipment, vehicles, and materials
must be stored in the designated storage or staging area or in areas acceptable to the Engineer.
4. Vehicular Markings: Contractor vehicles and equipment shall be marked with checkered
flags and lighted with flashing beacons to comply with requirements of FAA AC 150/5210-5,
latest edition, “Painting, Marking, and Lighting of Vehicles Used on an Airport”. All vehicles
and equipment shall display 3’ x 3’ flags, orange and white “checkerboard” pattern, with the
squares being 1’ x 1’ each. All vehicles and construction equipment working during the night
shall be equipped with an amber colored rotating beacon light.
5. Construction Methods Limitation:
a. No open flames or burning will be allowed on Airport property except as specifically
authorized by the Engineer in writing.
b. Stockpiled material shall be constrained in a manner to prevent displacement by jet blast,
prop blast, or wind, and shall be kept to a height that will not penetrate FAR Part 77
imaginary air space.
6. Safety and Accident Protection:
a. The Contractor shall comply with all applicable federal, state, and local laws, ordinances,
and regulations governing safety, health, and sanitation; shall provide barricades; and shall
take any other needed actions, on his own responsibility, that are reasonably necessary to
protect the life and health of employees on the job, the safety of airport users, the safety of
moving and parked aircraft, and other property during the performance of the work.
b. The Safety Officer's duties shall include accident prevention.
7. Navigational Aids: Airport navigational aid critical areas are shown on the drawings or will
be indicated by the Engineer. The Contractor shall not enter these areas without the Engineer's
approval.
8. FAA Advisory Circular: Except as otherwise specified, FAA AC 150/5370-2, latest edition,
and all its references shall be used in maintaining airport operational safety during construction.
The Contractor shall obtain a copy of this Advisory Circular from FAA.
Maintenance of Air Operations Traffic
Page 1030-3
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
B. Runway and Taxiway Safety Zones:
1. Limitations: When necessary to accomplish construction in areas adjacent to runways and
taxiways, the construction equipment, vehicles, and men are authorized to operate without
interruption within the project limits only, except within the following areas and as specified
otherwise:
a. Distance from runway centerline or runway end: Within Runway Safety Area
b. Distance from active taxiway centerline: Within Taxiway or Taxilane Object Free Area
c. Runway approach areas: Runway approach areas are restricted areas.
2. Request for Facility Closures: Construction activities on runways or taxiways or within the
above-restricted areas shall only be performed at times when the runway or taxiways are closed
to aircraft. The Contractor through the Engineer thereof must request closure of a runway or
taxiway or any portion in writing. This request must indicate the areas needed and a schedule of
operations and time(s) required for operations within the area, and must be submitted a minimum
of 72 hours in advance of the requested closure. The Owner reserves the right, however, to shift
any approved closure periods to alleviate aircraft congestion or when inclement weather
conditions dictate.
3. Equipment Operation Restrictions: Contractor may be permitted to operate trenching
machines and other equipment in the Runway and Taxiway Safety Zones provided all of the
following conditions are satisfied:
a. The operations have been approved by FAA ATC and Owner.
b. The equipment operator and/or crew foreman monitors the ATC ground frequency
continuously, using a two-way radio transceiver.
c. All equipment shall be cleared from the Runway or Taxiway Safety Zones during
aircraft operations (landings, take-offs, and taxiing).
d. All equipment within the Runway and Taxiway Safety Zones is manned and being used.
No unnecessary or parked equipment will be allowed within the Runway and Taxiway
Safety Zones.
e. All excavated trenches and holes shall be backfilled, tamped and leveled to match
existing grades before workmen leave the site at the end of each workday.
4. Stockpiles: Stockpiled materials shall not be permitted within the Runway or Taxiway Object
Free Areas.
5. Grading Requirements: All construction within a restricted area shall be performed in such
a manner that, at the end of the closure period, it will leave the safety area with no abrupt grade
changes or grades in excess of 5 percent, and with no trenches with depth or width greater than 3
inches.
Maintenance of Air Operations Traffic
Page 1030-4
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
C. Obstructions to Navigation:
1. Violation of Safety Zone Surfaces: Penetration of equipment, vehicles, materials, or men
into the safety zones and approach surfaces requires the preparation and distribution of Notices
to Airmen (NOTAM) in advance to the actual penetration.
2. Scheduling: When part of the work in this project is in violation of FAR Part 77, the
clearance distance requirements from runway and taxiway edges shall be incorporated into the
construction sequence schedule. At no time shall the construction limits of the area under
construction violate the safety zones without prior notification to and approval by the Engineer.
3. Coordination and Communication: Work within and adjacent to active AOAs shall be
coordinated with the Engineer prior to commencement of the activity. The construction
superintendent and the resident inspector, both of which shall be in constant radio contact with
ATC, shall accompany work crews in these areas.
1030-1.6 Safety Planning: The Contractor shall integrate and maintain requirements of airport
operational safety into each planning and work schedule. The Contractor's Safety Officer shall
continuously monitor all planning schedules and work underway for compliance to AC 150/5370-2,
Latest Edition; and shall maintain vigilance to detect areas needing attention due to oversight or altered
construction activities. Airport operational safety during construction will be on the agenda at the
preconstruction conference and each coordination and progress meeting.
1030-1.7 Security Requirements: The Contractor has the responsibility for maintaining control of the
access gates or any other entrance to the AOA. The Contractor may utilize a gate guard or install an
automatic operated gate controller with limited access with numeric keypad. The Contractor may be
required to erect temporary fencing to protect the AOA during construction. The Contractor's method of
maintaining security shall be set forth in his Security Plan and shall comply with the airport’s rules and
regulations concerning work in the airport restricted areas. There will be no separate measurement or
payment for gate guards or temporary fencing required maintaining the integrity of the AOA.
1030-1.8 Barricades: Contractor shall provide barricades along active taxiway pavement areas and
elsewhere as shown on the plans or directed by the Engineer while work is proceeding in the taxiway
and apron areas. Barricades shall be sited and relocated during the course of the work to clearly identify
areas closed to aircraft operations.
PRODUCTS
1030-2.1 Barricades:
Low Profile Barricades: Shall meet the requirements as shown on the plans.
Vehicle Barricades: Shall meet the requirements of Index 600 of the Florida Department of
Transportation Design Standards for the current version as of the bid date. Acceptable materials
include:
Maintenance of Air Operations Traffic
Page 1030-5
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
a. Plastic Drums
b. Type I Barricade
c. Type II Barricade
d. Type III Barricade
EXECUTION
1030-3.1 Limitation of Closures: Only the Owner will make Airfield pavement closures. The
Contractor shall request the closure through the Engineer from the Owner.
1030-3.2 Barricade Installation: Install barricades and closed runway markers in accordance with the
Contractor’s approved barricade plan. Anchor barricades as specified in the plans and specifications.
Maintain barricades until removal is directed by Engineer. Barricade batteries shall be checked daily to
insure adequate operation of the flashers during the night. Replace batteries as required. Upon removal of
barricades repair any damage to pavement or surrounding area caused by barricades.
END OF SECTION 01030
Maintenance of Air Operations Traffic
Page 1030-6
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
[This page intentionally left blank]
Contract Closeout
Page 01700-1
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
SECTION 01700 – CONTRACT CLOSEOUT
GENERAL
1700-1.1 Related Documents
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 1 Specification Sections, apply to this Section.
1700-1.2 Summary
A. This Section includes administrative and procedural requirements for contract closeout,
including, but not limited to, the following:
1. Inspection procedures.
2. Warranties.
3. Final cleaning.
1700-1.3 Substantial Completion
A. Preliminary Procedures: Before requesting inspection for determining date of Substantial
Completion, complete the following. List items below that are incomplete in request.
1. Prepare a list of items to be completed and corrected (punch list), the value of items on
the list, and reasons why the Work is not complete.
2. Advise Owner of pending insurance changeover requirements.
3. Submit specific warranties, workmanship bonds, maintenance service agreements, final
certifications, and similar documents.
4. Obtain and submit releases permitting Owner unrestricted use of the Work and access to
services and utilities. Include occupancy permits, operating certificates, and similar releases.
5. Deliver tools, spare parts, extra materials, and similar items to location designated by
Owner. Label with manufacturer's name and model number where applicable.
6. Make final changeover of permanent locks and deliver keys to Owner. Advise Owner's
personnel of changeover in security provisions.
7. Complete startup testing of systems.
8. Submit test/adjust/balance records.
9. Terminate and remove temporary facilities from Project site, along with mockups,
construction tools, and similar elements.
10. Submit changeover information related to Owner's occupancy, use, operation, and
maintenance.
11. Complete final cleaning requirements, including touchup painting.
Contract Closeout
Page 01700-2
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
12. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual
defects.
B. Inspection: Submit a written request for inspection for Substantial Completion. On receipt
of request, Engineer will either proceed with inspection or notify Contractor of unfulfilled
requirements. Engineer will prepare the Certificate of Substantial Completion after inspection or
will notify Contractor of items, either on Contractor's list or additional items identified by
Engineer, that must be completed or corrected before certificate will be issued.
1. Re-inspection: Request re-inspection when the Work identified in previous inspections
as incomplete is completed or corrected.
2. Results of completed inspection will form the basis of requirements for Final Completion.
1700-1.4 Final Completion
A. Preliminary Procedures: Before requesting final inspection for determining date of Final
Completion, complete the following:
1. Submit a final Application for Payment according to the payment procedures of the
Contract Documents.
2. Submit certified copy of Engineer's Substantial Completion inspection list of items to be
completed or corrected (punch list), endorsed and dated by Engineer. The certified copy of
the list shall state that each item has been completed or otherwise resolved for acceptance.
3. Submit evidence of final, continuing insurance coverage complying with insurance
requirements.
4. Instruct Owner's personnel in operation, adjustment, and maintenance of products,
equipment, and systems. Submit demonstration and training videotapes.
B. Inspection: Submit a written request for final inspection for acceptance. On receipt of
request, Engineer will either proceed with inspection or notify Contractor of unfulfilled
requirements. Engineer will prepare a final Certificate for Payment after inspection or will notify
Contractor of construction that must be completed or corrected before certificate will be issued.
1. Re-inspection: Should Engineer perform re-inspections due to failure of the work to
comply with the claims of status of completion made by the Contractor, the Owner will
compensate Engineer for such additional services. The Owner will deduct the amount of such
compensation from the final payment due the Contractor.
C. Contractor's Closeout Submittals to Engineer:
1. Evidence of compliance with requirements of governing authorities: Certificates of
Inspection.
2. Project Record Documents.
Contract Closeout
Page 01700-3
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
3. Warranties and Bonds.
4. As-built drawings.
5. Final Test Results.
6. All documents required by other government agencies.
7. Evidence of payment and release of liens: To requirements of General Provisions and
Supplementary Conditions.
8. Certificates of Insurance for products and completed operations.
9. Once the Engineer has determined the work is acceptable under the Contract Documents,
he will furnish the Contractor appropriate number of copies of the following forms, copies of
which are attached:
a. Contractor Warranty Form b. Affidavit of Payment c. Affidavit of Release of Liens d. Final Waiver of Lien e. Consent of Surety for Final Payment f. Final DBE Participation Report
1700-1.5 List of Incomplete Items (Punch List)
A. Preparation: Submit three (3) copies of Contractor’s list and one excel file. Include name and
identification of each space and area affected by construction operations for incomplete items
and items needing correction including, if necessary, areas disturbed by Contractor that are
outside the limits of construction.
1. Organize list of spaces in sequential order, starting with exterior areas first and
proceeding from lowest floor to highest floor.
2. Organize items applying to each space by major element, including categories for
ceiling, individual walls, floors, equipment, and building systems.
3. Include the following information at the top of each page:
a. Project name. b. Project identifying numbers. c. Date. d. Name of Engineer. e. Name of Contractor. f. Page number.
1700-1.6 Warranties
A. Submittal Time: Submit written warranties on request of Engineer for designated portions
of the Work where commencement of warranties other than date of Substantial Completion is
indicated.
B. Partial Occupancy: Submit properly executed warranties within 15 days of completion of
designated portions of the Work that are completed and occupied or used by Owner during
Contract Closeout
Page 01700-4
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
construction period by separate agreement with Contractor.
C. Organize warranty documents into an orderly sequence based on the table of contents of the
Project Manual.
1. Bind warranties and bonds in heavy-duty, 3-ring, vinyl-covered, loose-leaf binders,
thickness as necessary to accommodate contents, and sized to receive 8-1/2-by-11-inch
paper.
2. Provide heavy paper dividers with plastic-covered tabs for each separate warranty. Mark
tab to identify the product or installation. Provide a typed description of the product or
installation, including the name of the product and the name, address, and telephone number
of Installer.
3. Identify each binder on the front and spine with the typed or printed title
"WARRANTIES," Project name, and name of Contractor.
D. Provide additional copies of each warranty to include in operation and maintenance manuals.
PRODUCTS
1700-2.1 Materials
A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or
fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous
to health or property or that might damage finished surfaces.
EXECUTION
1700-3.1 Final Cleaning
A. General: Provide final cleaning. Conduct cleaning and waste-removal operations to comply
with local laws and ordinances and Federal and local environmental and antipollution
regulations.
B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each
surface or unit to condition expected in an average commercial building cleaning and
maintenance program. Comply with manufacturer's written instructions.
1. Complete the following cleaning operations before requesting inspection for certification
of Substantial Completion for entire Project or for a portion of Project:
a. Clean Project site, yard, and grounds, in areas disturbed by construction activities,
including landscape development areas, of rubbish, waste material, litter, and other
foreign substances.
b. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other
foreign deposits.
c. Remove tools, construction equipment, machinery, and surplus material from Project
site.
Contract Closeout
Page 01700-5
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
d. Clean exposed exterior and interior hard-surfaced finishes to a dirt-free condition,
free of stains, films, and similar foreign substances. Avoid disturbing natural weathering
of exterior surfaces. Restore reflective surfaces to their original condition.
e. Remove debris and surface dust from limited access spaces, including roofs, plenums,
shafts, trenches, equipment vaults, manholes, attics, and similar spaces.
f. Sweep concrete floors broom clean in unoccupied spaces.
g. Vacuum carpet and similar soft surfaces, removing debris and excess nap; shampoo
if visible soil or stains remain.
h. Clean transparent materials, including mirrors and glass in doors and windows.
Remove glazing compounds and other noticeable, vision-obscuring materials. Replace
chipped or broken glass and other damaged transparent materials. Polish mirrors and
glass, taking care not to scratch surfaces.
i. Remove labels that are not permanent.
j. Touch up and otherwise repair and restore marred, exposed finishes and surfaces.
Replace finishes and surfaces that cannot be satisfactorily repaired or restored or that
already show evidence of repair or restoration.
1) Do not paint over "UL" and similar labels, including mechanical and electrical
nameplates.
k. Wipe surfaces of mechanical and electrical equipment, elevator equipment, and
similar equipment. Remove excess lubrication, paint and mortar droppings, and other
foreign substances.
l. Replace parts subject to unusual operating conditions.
m. Replace disposable air filters and clean permanent air filters. Clean exposed surfaces
of diffusers, registers, and grills.
n. Clean light fixtures, lamps, globes, and reflectors to function with full efficiency.
Replace burned-out bulbs, and those noticeably dimmed by hours of use, and defective
and noisy starters in fluorescent and mercury vapor fixtures to comply with
requirements for new fixtures.
o. Leave Project clean and ready for occupancy.
C. Comply with safety standards for cleaning. Do not burn waste materials. Do not bury debris or
excess materials on Owner's property. Do not discharge volatile, harmful, or dangerous materials
into drainage systems. Remove waste materials from Project site and dispose of lawfully.
1700-3.2 Payment: No separate payment will be made under this section for work described or
specified herein.
END OF SECTION 01700
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
[This page intentionally left blank]
Contract Closeout
Page 01700-6
Contract Closeout
Page 01700-7
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
PROJECT:
LOCATION:
OWNER:
CONTRACTOR WARRANTY FORM
We , Contractor
(Company Name)
for the above referenced project, do hereby warrant that all labor and materials furnished and work
performed are in accordance with the Contract Documents and authorized modifications thereto, and will
be free from defect due to defective materials or workmanship for a period of one year, or longer as
specified, from Date of Substantial Completion. This warranty commences on
(Date of Substantial Completion Affixed by Engineer)
and expires on:
This warranty covers that portion of the
project described below:
Should any defect develop during the warranty period due to improper materials, workmanship or
arrangement, the defect shall, upon written notice by the Owner, be made good by the Undersigned at no
expense to the Owner. More specific warranty requirements as may be required by individual specification
sections will be honored.
Nothing in the above shall be deemed to apply to work, which has been abused or neglected by the Owner.
Date: For:
(Company Name)
By:
Title:
Contract Closeout
Page 01700-8
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
[This page intentionally left blank]
Contract Closeout
Page 01700-9
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
AFFIDAVIT OF PAYMENT
To All Whom It May Concern:
WHEREAS, the undersigned has been employed by to furnish
labor and materials for work, under a contract for the i m p r o v e m e n t
of property described as in the of
County of , State of of
which is the Owner.
NOW, THEREFORE, this day of , 20 ,
The undersigned, as the Contractor for the above-named Contract pursuant to the Conditions of the Contract
hereby certified that, except as listed below, he has paid in full or has otherwise satisfied all obligations for
all materials and equipment furnished, for all work, labor, and services performed, and for all known
indebtedness and claims against the Contractor for damages arising in any manner in connection with the
performance of the Contract referenced above for which the Owner or his property might in any way be
held responsible.
EXCEPTIONS: (If none, write "None". If required by the Owner, the Contractor shall furnish bond
satisfactory to the Owner for each exception.)
ATTACHMENTS:
1. Consent of Surety to Final Payment. (Whenever Surety is involved, Consent of Surety is
required.)
2. Contractor's Release or Waiver of Liens, conditional upon receipt of final payment.
3. Separate Releases or Waivers of Liens from Subcontractors and material and equipment
suppliers.
4. Contractor's Affidavit of Release of Liens.
(SEAL) CONTRACTOR (Name of sole ownership, corporation or partnership)
(Signature of Authorized Representative)
Title:
Contract Closeout
Page 01700-10
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
[This page intentionally left blank]
Contract Closeout
Page 01700-11
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
AFFIDAVIT OF RELEASE OF LIEN
To All Whom It May Concern:
WHEREAS, the undersigned has been employed by to
furnish labor and materials for work, under a contract
for the improvement of property described as
in the of
County of , State of of which
is the Owner.
NOW, THEREFORE, this day of , 20 ,
The undersigned, as the Contractor for the above-named Contract pursuant to the Conditions of
the Contract hereby certifies that to the best of his knowledge, information and belief, except as
listed below, the Releases or Waivers of Lien attached hereto include the Contractor, all
Subcontractors, all suppliers of materials and equipment, and all performers of Work, labor or
services, who have or may have liens against any property of the Owner arising in any manner
out of the performance of the Contract referenced above.
EXCEPTIONS: (If none, write "None". If required by the Owner, the Contractor shall furnish bond
satisfactory to the Owner for each exception.)
ATTACHMENTS:
1. Contractor's Release or Waiver of Liens, conditional upon receipt of final payment.
2. Separate Releases or Waivers of Liens from Subcontractors and material and equipment
suppliers.
(SEAL) CONTRACTOR (Name of sole ownership, corporation or Partnership)
(SEAL) (Signature of Authorized Representative)
(Affix Corporate Seal Here) TITLE:
Contract Closeout
Page 01700-12
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
[This page intentionally left blank]
Contract Closeout
Page 01700-13
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
FINAL WAIVER OF LIEN
To All Whom It May Concern:
Whereas, the undersigned has been employed by to furnish
labor and materials for work under a contract
for the improvement of property described as
in the (City-Village) of County of
, State of .
Of which is the Owner.
NOW, THEREFORE, this day of , 20
For and in consideration of the sum of Dollars paid
simultaneously herewith, the receipt whereof is hereby acknowledged by the undersigned, the
undersigned does hereby waive and release any lien rights to, or claim of lien with respect to and on said
above-described premises, and the improvements thereon, and on the monies or other
considerations due to become due from the owner, on account of labor, services, material, fixtures,
apparatus of machinery heretofore or which may hereafter be furnished by the undersigned to or for the
above-described premises by virtue of said contract.
(Name of sole ownership, corporation or partnership) (SEAL)
(Signature of Authorized Representative) (SEAL)
TITLE:
INSTRUCTIONS FOR FINAL WAIVER
(A) Person or firm with whom you agreed to furnish either labor, or services, or materials, or both .
(B) Fill in nature and extent of work; strike the word labor or the word materials if not in your
contract.
(C) If you have more than one contract on the same premises, describe the contract by number if
available, date and extent of work.
(D) Furnish an accurate enough description of the improvement and location of the premises so that it
can be distinguished from any other property.
(E) Amount shown should be the amount actually received and equal to total amount of contract as
adjusted
Contract Closeout
Page 01700-14
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
[This page intentionally left blank]
Contract Closeout
Page 01700-15
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
CONSENT OF SURETY FOR FINAL PAYMENT
Project Name
Location
Project No.
Contract No.
Type of Contract
Amount of Contract
In accordance with the provision of the above-named contact between the Owner and the Contractor, the
named surety:
on the Payment Bond of the following named Contractor:
hereby approves of final payment to the Contractor, and further agrees that said final payment to the
Contractor shall not relieve the Surety Company named herein of any of its obligations to the
following named Owner as set forth in said Surety company’s bond:
IN WITNESS WHEREOF, the Surety Company has hereunto set its hand seal this day of
20 .
(Name of Surety Company)
(Signature of Authorized Representative)
(Affix corporate
seal here)
TITLE
IF SIGNED BY ATTORNEY-IN-FACT POWER OF ATTORNEY MUST BE ATTACHED.
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
[This page intentionally left blank]
Contract Closeout
Page 01700-16
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
01700-7
DBE PARTICIPATION REPORT
REPORT NO.: DATE:
CONTRACT NO.: OWNER:
CONTRACTOR:
CONTRACT AMOUNT: % DBE IN BID: TOTAL DBE AMOUNT IN BID:
% WBE IN BID: TOTAL WBE AMOUNT IN BID:
CURRENT PERIOD FROM: TO:
DBE/WBE
SUBCONTRACTOR
DESCRIPTION
OF WORK
DBE WBE SUPP-
LIER
OWNER/
OPER.
SUB-
CONTR.
OTHER SUBCONTR. OR
AGREE. AMNT.
EARNINGS FOR
THIS PERIOD
EARNINGS
TO DATE
I HEREBY CERTIFY THAT THE ABOVE
TOTAL VALUE OF WORK PERFORMED
BY PRIME CONTRACTOR TO DATE:
STATEMENT IS TRUE AND CORRECT AND TOTAL DBE EARNINGS TO DATE:
SUPPORTING DOCUMENTATION IS ON FILE
AND IS AVAILABLE FOR INSPECTION TOTAL WBE EARNINGS TO DATE:
AT ANY TIME.
DBE % OF WORK PERFORMED TO DATE:
SIGNATURE & TITLE WBE % OF WORK PERFORMED TO DATE:
Contract Closeout
Page 01700-17
Contract Closeout
Page 01700-18
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
[This page intentionally left blank]
Project Record Documents
Page 01781-1
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
SECTION 01781 – PROJECT RECORD DOCUMENTS
GENERAL
1781-1.1 Summary
A. This Section includes administrative and procedural requirements for Project Record
Documents, including the following:
1. Record Drawings.
2. Record Product Data.
1781-1.2 Submittals
A. Record Drawings: Comply with the following:
1. Number of Copies: Submit one set of marked-up Record Prints.
B. Record Product Data: Submit one copy of each Product Data submittal.
1. Where Record Product Data is required as part of operation and maintenance manuals,
submit marked-up Product Data as an insert in the manual instead of submittal as Record Product
Data.
PRODUCTS
1781-2.1 Record Drawings
A. Record Prints: Maintain one set of black-line white prints of the Contract Drawings and
Shop Drawings.
1. Preparation: Mark Record Prints to show the actual installation where installation varies
from that shown originally. Require individual or entity who obtained record data, whether
individual or entity is Installer, subcontractor, or similar entity, to prepare the marked-up Record
Prints.
a. Give particular attention to information on concealed elements that would be
difficult to identify or measure and record later.
b. Accurately record information in an understandable drawing technique.
c. Record data as soon as possible after obtaining it. Record and check the markup
before enclosing concealed installations.
2. Content: Types of items requiring marking include, but are not limited to, the following:
a. Dimensional changes to Drawings.
b. Revisions to details shown on Drawings.
c. Depths of foundations below first floor.
d. Locations and depths of underground utilities.
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
e. Revisions to routing of piping and conduits.
f. Revisions to electrical circuitry.
g. Actual equipment locations.
h. Duct size and routing.
i. Locations of concealed internal utilities.
j. Changes made by Change Order or Construction Change Directive.
k. Changes made following Architect's written orders.
l. Details not on the original Contract Drawings.
m. Field records for variable and concealed conditions.
n. Record information on the Work that is shown only schematically.
3. Mark the Contract Drawings or Shop Drawings, whichever is most capable of showing actual
physical conditions, completely and accurately. If Shop Drawings are marked, show cross-
reference on the Contract Drawings.
4. Mark record sets with erasable, red-colored pencil. Use other colors to distinguish between
changes for different categories of the Work at the same location.
5. Mark important additional information that was either shown schematically or omitted from
original Drawings.
6. Note Construction Change Directive numbers, alternate numbers, Change Order numbers, and
similar identification, where applicable.
B. Format: Identify and date each Record Drawing; include the des ignat ion “PROJECT
RECORD DRAWING" in a prominent location.
1. Record Prints: Organize Record Prints and newly prepared Record Drawings into manageable
sets. Bind each set with durable paper cover sheets. Include identification on cover sheets. Scan
and provide pdf copies of all Record Drawings on a CD along with one paper copy of the Record
Drawings.
2. Identification: As follows:
a. Project name.
b. Date.
c. Designation "PROJECT RECORD DRAWINGS."
d. Name of Contractor.
3. Furnish one Record set of all shop drawings and approved sample for the Owner’s use. Box all
shop drawings and file by specification division and include the shop drawing log. Label boxes
with 1 of 5, 2 of 5, 3 of 5 etc.
Project Record Documents
Page 01781-2
Power Distribution and Loading Bridge Replacement
Sarasota Bradenton International Airport
1781-2.2 Record Product Data
A. Preparation: Mark Product Data to indicate the actual product installation where installation varies substantially
from that indicated in Product Data submittal.
1. Give particular attention to information on concealed products and installations that cannot be readily
identified and recorded later.
2. Include significant changes in the product delivered to Project site and changes in manufacturer's written
instructions for installation.
3. Note related Change Orders, Record Drawings, and Product Data where applicable.
1781-2.3 Miscellaneous Record Submittals
A. Assemble miscellaneous records required by other Specification Sections for miscellaneous record keeping and
submittal in connection with actual performance of the Work. Bind or file miscellaneous records and identify each, ready
for continued use and reference.
EXECUTION
1781-3.1 Recording and Maintenance
A. Recording: Maintain one copy of each submittal during the construction period for Project Record Document
purposes. Post changes and modifications to Project Record Documents as they occur; do not wait until the end of Project.
B. Maintenance of Record Documents and Samples: Store Record Documents and Samples in the field office apart
from the Contract Documents used for construction. Do not use Project Record Documents for construction purposes.
Maintain Record Documents in good order and in a clean, dry, legible condition, protected from deterioration and loss.
Provide access to Project Record Documents for Architect's reference during normal working hours.
END OF SECTION 01781
Sarasota Bradenton International Airport DX POU PCA UNITSPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118502 - 1
SECTION 118502 - DX POU PCA UNITS
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Direct Expansion, Point-of-Use Preconditioned Air Units
B. Work Includes: Designing, manufacturing, testing, furnishing, installing and commissioningDirect Expansion, Point-of-Use Preconditioned Air Units rated as indicated herein, withsingle output and dual output units, as indicated, to provide preconditioned air for coolingcommercial aircraft.
1.02 RELATED SECTIONS
A. Drawings, General Provisions of the Contract, including General and Special Conditions, aswell as General mechanical and electrical materials and methods of installation apply to workof this section.
B. Section 118504: Passenger Boarding Bridge.
1.03 DEFINITIONS
A. The terms "Direct Expansion (Dx), Point-of-Use (POU), Preconditioned Air Unit", "PCA Unit","Unit", and "PCA" as used within this specification, shall be construed to mean thecomponents, sub-components and sub-systems that constitute a complete, operable, andmaintainable Direct Expansion, Point-of-Use Preconditioned Air Unit, including all ancillaryequipment, such as air hoses, hose couplings, hose storage devices, etc.
B. PCA Unit Categories1. Class III: PCA units shall be single output units capable of serving the following
aircraft: ERJ, CRJ, MD 80/90, B-717, B-737/All, B-757/2/3, A319, A320, and A321.2. Class IV: PCA units shall be dual output units capable of serving the following aircraft:
All Class III aircraft as well as B-767/2/3/4, A-330/2/3. A-340/2/3 and B-777/2/3.
1.04 GENERAL REQUIREMENTS
A. The PCA unit and all components thereof shall be constructed in accordance with all codesand standards and local laws and regulations applicable to the design and construction ofthis type of equipment, which are generally accepted and used as good practice throughoutthe industry, including without limitation, NFPA, Underwriter's Laboratories, OSHA, SAEPublications, American National Standards, Military Standards, etc. The design of all partsand subassemblies shall be in accordance with good commercial practice and shall be theresponsibility of the manufacturer to assure safe, efficient and practical design in keepingwith requirements peculiar to this type system.
B. The Manufacturer shall be a qualified source, who has been regularly engaged in theengineering, manufacturing and installation of commercial aviation PCA equipment andcomponents for a minimum of five (5) years and with a minimum of five hundred (500) unitsinstalled.
C. Qualified manufacturers will have completed no less than ten (10) jobs of similar size andscope within the last five (5) years.
D. Manufacturers are required to satisfy all requirements of this specification. Should theManufacturer desire to deviate from any portion, either because the specification is in error,violation of any law or regulation, or is in need of modification to permit a more satisfactoryfunctional and economical design, they must submit a written request for such deviation. The Manufacturer shall not contract, purchase or cause to be delivered, equipment which
Sarasota Bradenton International Airport DX POU PCA UNITSPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118502 - 2
does not meet all requirements of this document as specified, without obtaining prior writtenapproval.
E. The Manufacturer shall be responsible for verifying installation locations and methods andshall notify the Engineer of any conflicts or code violations prior to manufacture of the PCAunits. Modifications to eliminate conflicts or code violations will be coordinated with andapproved by the Engineer. Modifications shall be made at no additional cost to the Owner.
F. The Manufacturer shall furnish and install all necessary equipment and incidentals to providea complete operable and maintainable unit.
G. Should alternate mounting configurations or physical attributes, other than those specifiedherein, or indicated on the project drawings, be proposed, manufacturers shall submitalternates for approval prior to bid date. Alternate mounting, configurations, or attributes shallbe provided at no additional cost to the Owner.
H. EMI/RFI: Unit shall be designed so as not to affect aircraft radio/navigation equipment. Itshall be applicable throughout the entire aircraft radio frequency range. Provisions shall bedesigned into the unit to protect it from voltage fluctuations which might result from theoperation of aircraft radio frequency equipment.
1.05 REFERENCES
A. The latest approved version or edition, by the authority having jurisdiction, of the followingcodes, references and standards shall apply. If the authority having jurisdiction has notapproved or adopted a particular code, reference, or standard, the latest published editionshall be applicable.1. FM P7825 - Approval Guide; Factory Mutual Research Corporation.2. NEMA MG 1 - Motors and Generators; National Electrical Manufacturers Association.3. NFPA 70 - National Electrical Code; National Fire Protection Association.4. NFPA - "Standard on Construction and Protection of Aircraft Loading Walkways No.
415".5. SSPC-Paint 15 - Steel Joist Shop Paint; Society for Protective Coatings (Part of Steel
Structures Painting Manual, Vol. Two).6. AFBMA - Anti-Friction Bearing Manufacturers Association.7. ARI - Air-Conditioning and Refrigeration Institute.
a. ARI Standard 410 - Standard for Forced-Circulation Air-Cooling and Air HeatingCoils.
b. ARI Standard 850 - Commercial and Industrial Filter Equipment.8. ASHRAE - American Society of Heating, Refrigerating and Air-Conditioning Engineers.
a. ASHRAE 52 - Method of Testing Air-Cleaning Device Used in GeneralVentilation for Removing Particulate Matter.
9. NEBB - National Environmental Balancing Bureau Agency10. ATA 101 - Air Transport Association of America - Specification for Ground Equipment
Technical Data, 1986.11. SAE - Society of Automotive Engineers.12. AISC - American Institute of Steel Construction Code.13. ASME - American Society of Mechanical Engineers.14. OSHA - Occupational Safety and Health Act.15. UL - Underwriters Laboratories.16. MS-33562 - Military Specification, Connection, Aircraft Ground Air Conditioning, 8",
latest edition.
Sarasota Bradenton International Airport DX POU PCA UNITSPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118502 - 3
17. ANSI/UL 1449 Standard for Surge Protective Devices18. IEEE Std 1100 Recommended Practice for Powering and Grounding Electronic
Equipment
1.06 SUBMITTALS
A. Bid-Submittals: The following submittals shall be included with bid.1. Alternate mounting configurations per 1.04.G.2. UL Certification per 1.07.E.3. Spare Parts List: Provide manufacturer's recommended spare parts list. Spare parts
list shall include Owner applicable pricing. Spare parts pricing shall remain valid fortwo (2) years from the date of final completion.
B. Pre-Manufacture Submittals: The following submittals shall be made as necessary to meetthe project schedule, and shall be submitted and approved prior to manufacturing the DxPOU PCA units.1. Product data for selected models including specialties, accessories, and the following:
a. Direct expansion (Dx) Point-Of-Use (POU) Preconditioned Air (PCA) unit airflowperformance curves with system operating conditions indicated; include: airflowvs static pressure and airflow vs blower horsepower.
b. Manufacturer shall submit performance data of the Dx POU units at the designconditions indicated in this Section. Performance data shall include, but not belimited to, air flow, static pressures, temperatures and humidity levels, at pointsof significance through the unit and at the aircraft inlet, refrigerant pressuresand temperatures at points of significance through the refrigeration circuits, andpower requirements of major components as well as entire unit.
c. Motor ratings and electrical characteristics including motor and fan accessories.d. Materials, gauges and finishes.e. Dampers, including housings, linkages, and operators.f. Air filter manufacturer's technical product data including dimensions, weights,
required clearances and access, flow capacity including initial and final pressuredrop at rated air flow, efficiency and test method, fire classification, andinstallation instructions.
g. Certification report of airflow test apparatus by an independent third party suchas the National Environmental Balancing Bureau (NEBB) or other approvedagency.
h. Dx POU unit air flow control, capacity control and defrost control.i. Flexible hoses, clamps, rigid ducts and mounting brackets.
2. Shop Drawings: Provide schematics and interconnection diagrams, indicate front andside views of enclosures with overall dimensions and weights shown; conduit/cableentrance locations and requirements; and nameplate legends. Differentiate betweenmanufacturer-installed wiring and field-installed connections. Include appurtenancessuch as hose baskets, ducts, pushbuttons, etcetera.
3. Installation Details: Provide complete installation details including, without limitation,installation details of all appurtenances. Show installed configuration as well as anypertinent details regarding interface to other equipment and systems, include electricalconnection service points.
C. Pre-Ship Submittals: The following shall be submitted and approved prior to shipping DxPOU units to the project site:1. Factory Test Reports: Indicate factory tests and results and inspection procedures.
Sarasota Bradenton International Airport DX POU PCA UNITSPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118502 - 4
D. Pre-Substantial Completion Submittals: The following submittals shall be submitted andapproved prior to 14 days before substantial completion, unless otherwise noted herein.1. Operation and Maintenance Manuals.2. Training Program: At least 60 days prior to substantial completion, a training program
summary, course syllabus, instructor qualifications, and copy of the training manualshall be submitted for review and approval.
3. Field Commissioning Report: Submit proposed field commissioning report forapproval. This approved form shall be utilized for the final field commissioning asspecified in Section 3.
E. Pre-Final Completion Submittals: The following submittals shall be submitted and approvedprior to 14 days before final completion.1. As-Built Drawings. Provide field edited redlined project drawings showing deviations
from design documents.2. Warranty: Submit manufacturer warranty and ensure that forms have been completed
in Owner's name and have been registered with the manufacturer.3. Field Commissioning Report: A completed field commissioning report for each
installed unit as specified herein. Utilize approved form.4. Training Rosters. Provide training roster with trainee names, dates and types of
training, as well as durations.5. Original software and documentation registered in the Owner's name.6. Hard copy and electronic version (compact disk or flash card) copies of all programs
and settings loaded into equipment provided hereunder.
1.07 QUALITY CONTROL
A. ARI Compliance: Air filter equipment shall comply with ARI 850.
B. ASHRAE Compliance: Air filters shall comply with ASHRAE Standard 52 for method oftesting and for recording and calculating air flow rates.
C. NFPA Compliance: Comply with applicable portions of NFPA 70 and NFPA 415 forcomponents and installed Dx POU Units.
D. NEMA Compliance: Motors, enclosures and electrical accessories shall comply with NEMAstandards and be so rated.
E. UL Compliance: Dx POU units shall be UL, or ETL listed and shall be labeled by a nationallyrecognized testing laboratories at the time of bid. Submit verification with bid submittals.
1.08 DELIVERY, STORAGE, AND PROTECTION
A. Lift and support Dx POU units with the manufacturer's designated lifting or supporting points.
B. Provide Dx POU units which do not require disassembly and reassembly because ofmovement into the final location and follow manufacturer's written instructions.
C. Deliver equipment as a factory-assembled Dx POU unit whenever practical for shippingpurposes with protective crating and covering.
D. Store equipment and material in suitable facilities until delivery, installation, and acceptance.
E. Coordinate the delivery acceptance of this equipment at the job site. Receive, offload, storeand protect this equipment until such time as it has been final accepted.
F. Installing contractor shall properly dispose of all waste including, but not limited to,packaging, crates, etcetera.
Sarasota Bradenton International Airport DX POU PCA UNITSPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118502 - 5
1.09 ROYALTIES AND LICENSE FEES
A. The Dx POU units manufacturer shall pay all royalties and license fees and shall defend allsuits or claims for whatever infringements of any prior, pending, or future patent rights andshall save the Owner and Engineer harmless from liability, expense, or loss on accountthereof, with respect to any processes, devices, methods, articles, inventions, or proceduresused by the manufacturer.
1.10 WARRANTY
A. Provide a full parts and labor warranty for the new units and ancillaries. Labor warranty shallbe performed by factory trained service technicians. Warranty shall run two (2) years fromthe Date of Beneficial Use. Date of Beneficial Use is defined as the date the system isturned over by the manufacturer, and accepted by the Owner, for normal operation. Allwarranty services shall be at the site of the installation. Provider shall be responsible for alltravel and sustenance expenses necessary for warranty services.
B. Shipping and handling charges for warranty parts are the responsibility of the Provider.
C. Warranty Services shall be commenced with on site representation, by qualified repairtechnicians, within 72 hours from the request of the Owner.
1.11 OPERATION AND MAINTENANCE MANUALS
A. Provide two (2) bound copies and three (3) electronic copies (CD or DVD) of the approved,comprehensive Operation and Maintenance Manual for each model PCA unit fourteen (14)days prior to Substantial Completion.
B. The content of the manuals shall be limited to information and data that specifically apply toproducts provided and shall include routine normal and special operating instructions andsequences. Also included shall be routine maintenance procedures and guides fortroubleshooting, disassembly and reassembly instructions, and recommended spare partslist including current prices and sources.
C. Wiring diagrams and schematics shall be incorporated into the manuals to clearly showfeatures such as controls, switches, instruments, points of connection, and indicators byname and location.
D. Operation and Maintenance Manuals: Include in ATA 101 format a general description,theory of operation and specification, schematics and wiring diagrams, start-up instructions,installation and maintenance procedures, parts list, recommended spare parts list,troubleshooting guides, controls and accessories information.1. Special Tools List: Provide a list of any special tools required to perform any field
performable maintenance tasks.2. Spare Parts List: Provide manufacturer's recommended spare parts list.
1.12 TRAINING
A. Manufacturer shall provide a complete training program for the Owner's operating,engineering, and maintenance personnel. Training shall include both classroom andhands-on instruction and be of sufficient duration to adequately train personnel to perform onsite routine, preventative, and remedial maintenance of the equipment, product or system. Unless noted otherwise, maintenance training shall consist of a minimum of one (1) sessionof four (4) hours classroom instruction and four (4) hours hands-on instruction for twelve (12)personnel, and operator's training shall consist of a minimum of four (4) sessions of one (1)hour duration each, hands-on instruction for six (6) personnel.1. Some operator's training sessions may necessitate night training, at the discretion of,
and without additional cost to, the Owner.
Sarasota Bradenton International Airport DX POU PCA UNITSPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118502 - 6
B. Operator training shall be completed no later than seven (7) days prior to beneficial use. Themanufacturer shall provide maintenance training within 30 days of beneficial use. At least 60days prior to substantial completion, a training program summary, course syllabus, instructorqualifications, and copy of the training manual shall be submitted for review and approval.
C. Training shall be conducted at the installation site property at the direction of the Owner.
D. Provide Owner a minimum of seven (7) days notice prior to conducting any training.
PART 2 PRODUCTS
2.01 MANUFACTURERS
A. Dx POU Unit:1. JBT AeroTech - Jetway Systems2. Hobart3. Cavotec - Inet4. Twist5. Substitutions: Per Product Substitution Requirements in Division 1.
2.02 BRANDING
A. The Owner, or Owner's tenant, reserves the right to provide branding on the exterior sides ofthe installed equipment and desires that this branding not be diminished by excessively largeor aesthetically displeasing branding of individual pieces of equipment. All manufacturersbranding, labeling, marking, etcetera, on their products shall be relatively small compared tothe overall size of the piece of equipment. The Owner reserves the right to require anynon-approved branding removed from finished products at no additional cost.
2.03 SCHEDULES
A. Provide quantities and types of equipment as detailed on the project drawings.
2.04 GENERAL DESCRIPTION
A. The manufacturer shall provide a new, compact, light-weight, low-noise and insulated DxPOU unit that can be mounted under the Passenger Boarding Bridge (PBB), such that theoperational characteristics of the bridge are unrestricted and the bridge's structural integrity isuncompromised. It is the Engineer's intent to have the Dx POU units mounted under the "C"tunnel, at the aircraft end of the PBB.1. The Dx POU unit manufacturer shall ensure the unit and the unit's mounting methods
are structurally sound and that they do not affect the structural integrity of thepassenger boarding bridge. The Dx unit shall not cause deflections of the passengerboarding bridge tunnel sections or rails. The Dx POU unit shall not affect the dynamicoperation of the passenger boarding bridge. All steel, rails, brackets, bolts, reinforcing,etcetera shall be provided and installed with the proper ratings for the finished system.
B. The Dx POU units shall have a minimum of two (2) distinct assemblies:1. A control assembly which contains the low voltage logic and control circuits.2. A blower/coil unit containing a blower, inlet butterfly damper, cooling coils,
compressors, condenser coil, condenser fans, filters, complete motor startingequipment, outlet plenum and condensate drain pan to provide the required cooled orheated air to maintain the aircraft cabin temperature specified.
C. Each Dx POU unit shall be primed and painted to match the color of the passenger boardingbridge on which it is installed.
Sarasota Bradenton International Airport DX POU PCA UNITSPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118502 - 7
D. Each Dx POU unit shall operate properly to serve the full range of aircraft which park at itsrespective gate position. It shall be the manufacturer's responsibility to review the aircraftparking plans and verify that the units supplied will meet this requirement. Unit sizingindicated in the contract documents shall be considered the minimum sizing of unitssupplied.
E. Unit external static pressure shall be defined as the gauge pressure measured at the outletof the Dx POU unit. The Dx POU units manufacturer shall submit the gauge pressure the DxPOU unit can produce at the outlet of the hose and at the aircraft connection through 75' of14" hose.
F. The maximum sound level for the Dx POU units at maximum cooling/heating shall notexceed 85 dBA at a distance of 15' from the unit (external) and 65 dBA inside the bridge(internal).
G. The Dx POU unit components shall operate satisfactorily under ambient temperatureconditions of -20° to 140° F (-29° to 60° C) including static soak up to 48 hours within thisrange with or without wind of 50 MPH. All components shall be designed or selected for longservice life under such conditions
H. The Dx POU units shall not produce or induce objectionable vibrations into the bridgestructure. Vibration levels induced by the units and/or its components shall not be injurious tothe units or the bridge structure or be harmful or annoying to passengers and employees. The manufacturer shall provide any and all necessary vibration insulation devices required tomeet this requirement. The blower wheel and shaft assembly shall be direct coupled to themotor, and shall receive a two (2) plane dynamic balance at maximum RPM and themaximum allowable vibration velocity shall not exceed 0.1 inch/second or 0.5 MILdisplacement.
I. The Dx POU units shall be designed so as not to affect aircraft radio/navigation equipment. It shall be applicable throughout the entire aircraft radio frequency range. Provisions shall bedesigned into the Dx POU unit to protect it from voltage fluctuations which might result fromthe operation of aircraft radio frequency equipment.
J. Where the Dx POU unit components are assembled within a unitized enclosure, provideaccess doors of the hinged and insulated type. Locate as required for proper access to thefollowing:1. Blower/dampers.2. Filters.3. Coils.4. Compressors.5. Motors.6. Variable Frequency Drives (VFD).7. Smoke Detectors.8. Any other item requiring maintenance access at the discretion of the Engineer.9. Alternate removable door panels will be allowable.
K. The Dx POU units shall be supplied with any and all necessary ducts, transition hoses andbrackets required to route the discharge air from the Dx units to a point above and then tothe hose storage device. Such installation methods shall ensure that air flow equipment isnot restricted or interfered with during any and all PBB operations.
L. The minimum reliability design requirement for the Dx POU units shall be to operate betweenpreventative maintenance periods of a minimum of 840 operating hours or 12 weeks,whichever comes first.
Sarasota Bradenton International Airport DX POU PCA UNITSPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118502 - 8
M. The Dx POU units shall provide for PBB pre-cooling. The Dx POU units shall be furnishedwith a dual output damper hose assembly, and connecting 10" diameter flexible duct to froma PBB directed supply air branch. The Dx POU unit control system shall provide pre-coolingupon demand of a manual selector installed in the PBB cab console. PBB pre cooling shallbe initiated manually and terminated manually or automatically by depressing the aircraftservicing start button, or after a one hour time delay which shall initiate countdown anytimePBB pre-cool/heat is activated.1. Section 118504 provides PBB precool plenum, interior grills and controls.
N. The Dx POU unit design shall be based on the use of self-contained refrigeration systemsand an electrical heater combined successively by the supply air passage and operationallyby a common control system.1. Primary and secondary systems shall form the basic unit.2. Primary and/or secondary systems within the basic two-system arrangement may be
divided into multiple refrigeration sub-systems for severe capacity requirementscaused by extreme design ambient conditions and/or air flow parameters.
2.05 PERFORMANCE REQUIREMENTS
A. COOLING:1. The Dx POU units shall be designed to automatically maintain a 75°F cabin
temperature in all aircraft within its specified class, based on the following designconditions.a. Design ambient temperatures: 92°F/83°F Dry Bulb/Wet Bulb.b. Passenger Load: Full (100%), for the largest aircraft in its classification,
including full crew.c. Full solar load (bright sunshine).d. Aircraft electrical load: 75,000 BTU/h.e. One aircraft door open (typically either L1 or L2).
2. Additional Minimum Design Requirements/Parameters:a. Class III DX POU Units: Shall be capable of providing a minimum of 240 lb/min
of 35°F air at 22" of static pressure at the end of a single 14" diameter 75' longinsulated air hose connected to an 8" diameter aircraft connector. Minimumnominal machine rating shall be 50 Tons.
b. Class IV DX POU Units: Shall be capable of providing a minimum of 550 lb/minof 35°F air at 35" of static pressure at the end of dual 14" diameter 75' longinsulated air hoses connected to 8" diameter aircraft connectors. Minimumnominal machine rating shall be 120 Tons.
c. The Dx POU units shall be capable of operating at an increased air flow rate (upto 15% above the nominal value) with coincident decrease in static pressure. An operation at these conditions on design day will be allowed to raise thesupply air temperature by up to 5°F.
3. All temperatures, air flow rates, and static pressures denoted in this section must besimultaneously achieved.
2.06 ELECTRICAL REQUIREMENTS
A. All Dx POU units shall be constructed in accordance with standard electrical manufacturingprocesses, and shall comply with all applicable Federal, State, and Local laws, codes andordinances.
B. Input Voltage Rating: 480V, 3 phase, 60 hertz.
Sarasota Bradenton International Airport DX POU PCA UNITSPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118502 - 9
C. The Dx POU units shall be provided with a built-in, main circuit breaker of suitable size thatprovides an electrical disconnecting means for the Dx POU unit and protection from shortcircuits. This circuit breaker shall be lockable in the OFF position for maintenance purposes.1. All primary disconnecting means shall be suitably rated to be capable of withstanding
and interrupting fault currents available at the input.
D. Wiring, Motors and Electrical Components1. All wiring shall be permanently identified. Wrap around adhesive style wire markers
will not be permitted. Numbers are to be located one inch from the end of eachtermination point. If the wires are to be stamped, they must be numbered the fulllength with indelible ink, with the numbers no more than four inches apart, and thenumber shall be visible at all terminating points. Wires are to be numbered in a logicalsequence. Manufacturer shall indicate all wire numbers on electrical drawings.
2. All circuits shall have suitable overload protection. Each conductor shall be sized tohave current carrying capacity as allowed by the National Electrical Code (NEC) equalto or greater than the capacity of the circuit breaker provided in its circuit. Circuitbreakers shall be grouped in convenient locations and suitably marked for size andfunction. Logical grouping of circuits is anticipated. Protection devices shall be sizedto protect wiring and motors from damage due to overload and prevent electrical ormechanical damage to associated PCA unit components in the event of failure of oneof the components. Each electric motor shall have a suitable magnetic starterproviding over-current and under-voltage protection, and each motor circuit shall beseparately protected by fuses or circuit breakers. Optional and add on componentsshall be considered in sizing and in the number of conductors provided. Spare wiresshall be provided as necessary.
3. All wiring shall be terminated on terminal blocks and/or suitable connectors. Thewiring shall be formed and restrained to give a neat appearance. Common wiringsplices shall not be used. Connections shall be made using terminal strips and stakedlugs or by patent connectors.
4. Grommets and suitable anti-chafe material shall be used where wires are required topass through structure or other similar relief or opening which exposes the wire topossible chafing. All wiring shall be in conduit (preferably automotive split loom) orspot-tied and shall be routed away from possible pinch points. Wiring shall beadequately supported to protect it from damage due to ice and snow buildup, bumping,kinking, and flexing.
5. All meter panels and any components containing printed circuit boards or solid stateelectronics shall be shock mounted.
6. Electrical interlocks shall be fail-safe design.7. Electrical devices including switches, relays, wiring, and terminals when located in an
area exposed to weather, shall be of weatherproof design or protected byweatherproof enclosures.
8. Weatherproof schematics shall be installed on the interior of the controller door.Schematics shall include all wiring and devices and shall include all wire numbers.Schematic shall be impervious to grease, water, ice, or other elements that they maybe exposed to in an aviation maintenance environment on an active apron with thedoors open.
9. All exterior conductors/cables shall be in conduit. Exposed cables will only be allowedwhere required due to flexibility needs and then will be limited to a maximum of 48".
E. Ampacity1. Each POU PCA Dx unit shall operate satisfactorily, at full load, with the following
electrical circuits provided. Each unit's minimum circuit ampacity, calculated in
Sarasota Bradenton International Airport DX POU PCA UNITSPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118502 - 10
accordance with the NEC, shall not exceed the ampacity of the circuits provided. Circuits to be provided are:a. Class III: FLA 130A, MCA 140A, MOP 175A.b. Class IV: FLA 315A, MCA 340A, MOP 400A.
F. Transient Voltage and Surge Suppression1. Unit shall be equipped with a ANSI/UL 1449 compliant TVSS protective device, in
accordance with directives of the IEEE STD 1100, latest edition.
2.07 COMPONENTS AND OPERATION
A. Compressor(s):1. Compressor(s) shall be serviceable, single-speed, hermetic sealed scroll compressors
with integral vibration isolators and crankcase heaters which de-energize duringcompressor operation. Safety controls shall include a low/high refrigerant pressurecutout with manual reset, a compressor motor overload with manual reset, anadjustable low-ambient lockout, and low oil pressure cutout with manual reset.
2. High efficiency shall be achieved through the use of complete enclosed compressionchamber design.
3. Vibration isolator/absorber with a wire mesh-covered metallic bellows shall be installedin the suction and discharge line to isolate/absorb the compressor vibrations.
4. A 2-pole compressor motor shall be designed as an integral part of the compressorassembly. It shall drive the compressor scroll or screw. Industrial Grade epoxy shalllock the motor windings in place and resist corrosion of insulation by refrigerant andoil.
B. Casing:1. Manufacturer's standard casing construction, having corrosion protection coating, and
exterior finish. Where the Dx POU unit is provided as a unitized enclosureconstruction, casings shall have removable panels or access doors for inspection andaccess to internal parts, a minimum of 1" thick thermal insulation, knockouts forelectrical and exterior condensate drain connection, and lifting lugs.
C. Blower:1. Provide blower that is factory fabricated and assembled, factory tested and factory
finished, with required capacities and characteristics. The blower shall be centrifugaltype and sized for the appropriate constant volume airflow requirements in accordancewith the selected size of the Dx POU unit. The blower motor shall be selected suchthat the fan brake horsepower does not exceed the maximum supplied by the motorover the design operating range of the Dx POU unit.
2. Blower and Shafts: Statically and dynamically balanced and designed for continuousoperation at the maximum rated fan speed and motor horsepower. Vibration shall notbe more than 0.1 inches/second or 0.5 MIL displacement. Blower shaft to be turned,ground, and polished steel designed to operate at no more than 70% of the first criticalspeed at the top of the speed range of the fan's class.
3. Shaft Bearings: Provide bearings having a median life "Rating Life" (AFBMA L50) of200,000 calculated in accordance with AFBMA 9 for ball bearings or AFBMA 11 forroller bearings.
4. Blower: Centrifugal, direct-drive fans; and permanently lubricated motor bearingswhere bearings are not accessible for greasing.
5. A 2-pole, drip-proof blower motor shall be directly connected to the blower impeller. Motor shall be of NEMA Design B, Class F insulation, 1.15 S.F.
D. Condenser Fan:
Sarasota Bradenton International Airport DX POU PCA UNITSPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118502 - 11
1. An axial type multi-blade fan shall be utilized for condenser air flow. Fan blades shallbe constructed from spark and corrosion proof material. Each Dx POU unit shallutilize two (2) identical motor/fan assemblies.
2. A 4-pole, totally enclosed fan-cooled fan motor shall be directly connected to the fanpropeller. Motor shall be NEMA Design B, Class F insulation, 1.15 S.F.
E. Factory Finish:1. Exterior Sheet Metal Parts: Prime coating prior to final assembly. Final color to match
the PBB.2. Interior Surfaces: All air flow surfaces shall be stainless steel or aluminum.
Manufacturer's standard finish is acceptable on all other interior surfaces.
F. Coils:1. Aluminum plate fins and seamless copper tube. Fins shall have collars drawn, belled,
and firmly bonded to the tubes by means of mechanical or hydraulic-expansion of thetubes. No soldering or tinning shall be used in the bonding process. Coils shall havea galvanized steel casing and shall be easily removable for maintenance.a. Alternate aluminum coil casings will be allowable.
2. Coils shall be constructed and tested in general accordance with ASHRAE 15 and ARI410.
3. Coils shall be proof tested to 450 psig and leak tested to 250 psig with air pressureunder water, cleaned, dehydrated, and sealed with a holding charge of nitrogen untilserviced with refrigerant.
4. Each compressor coil section shall have an expansion valve, a solenoid valve, and adistributor.
G. Airflow Control:1. Airflow control shall be via a VFD driven blower motor to control the air flow capacity of
the blower. The VFD shall automatically adjust the air flow during aircraft cooling tothe requirements of the aircraft selected on the remote control station.
H. Air Flow Ducting:1. All ducting, plenum transitions, and other air flow components shall be made from
either aluminum or stainless steel.2. Plenum and air flow ductwork shall be properly insulated with polyurethane foam
insulation so as to prevent the forming of condensation on ductwork surfaces and asnecessary to minimize impacts to unit performance.
I. Inlet Air Filters:1. Inlet air filters shall be factory fabricated by a company regularly engaged and
specialized in filter manufacturing. Filters shall be disposable and rated for theapplication for which they are being used. The air filters shall meet the followingminimum requirements.a. The Dx POU units shall utilize standard size, commercially available, disposable
air filters. Filter media shall be made from polyurethane foam and open cellstructure providing high arrestance and dust-holding capacity. Foam materialshall have a flame-resistant additive making it self-extinguishing.
b. Face velocity shall be no greater than 500 feet per minute with an initialresistance of 0.3" water gauge, final resistance of 0.5" water gauge, and anaverage resistance of 80%.
Sarasota Bradenton International Airport DX POU PCA UNITSPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118502 - 12
c. The filter section shall be furnished with a differential pressure sensormeasuring across all filters to activate a "dirty filter" alarm. The PCA unit shallbe equipped with a visual indicator for notification of alarm.
J. Refrigerant:1. Acceptable refrigerants:
a. R-407Cb. R-410A
K. Refrigerant Filter-Dryer:1. A sealed type filter-dryer shall be installed in the liquid line to remove moisture and
contamination from the refrigerant. The filter-dryer shall be soldered in place topreclude leakage. Location and installation method shall not inhibit or preclude fieldreplacement of the filter-dryer unit. Filter-dryer shall contain a 100-mesh screen andmolded blend of desiccant for acid and water removal.
L. Refrigerant Sight Glass:1. A combination moisture and liquid indicator shall be designed and installed in the liquid
line to monitor the flow and moisture content of the refrigerant. The indicator shallhave a large crystal clear glass for viewing refrigerant and shall be protected by a padand screen and shall change color on the basis of moisture content of the refrigerant.
M. Expansion Valve:1. A thermostatic expansion valve shall automatically meter the refrigerant flow to the
evaporator coil by sensing the evaporating pressure and temperature of the vaporleaving the evaporator. The valve shall regulate the rate of liquid refrigerant flow intothe evaporator coil in exact proportion to the rate of evaporation of the liquid refrigerantby maintaining the pre-adjusted superheat. This shall optimize the evaporatorefficiency and prevent the return of the liquid refrigerant to the compressor. The valveshall also contain an external equalizer to compensate for the pressure drop in theevaporator coil.
N. Controls:1. Controllers shall be PLC based and shall monitor all phases of operation of the PCA
Dx Unit. The controller shall be based on a 32 bit microprocessor and utilize flashmemory technology to store operation parameter information. Operation parameters ofcontroller shall not be affected by loss of 60 Hz power to controller. PCA manufacturershall provide with their bid a detailed description of the controller, type of graphics andsoftware, sequence of operation, types and number of control points, and limitations ofthe control system they intend to provide and install.a. The practice of sharing the passenger boarding bridge controller, either directly,
or through remote I/O racks will not be permitted. Each Dx POU PCA unit shallhave a dedicated and separate controller.
2. Portable Laptop Computer:a. The portable laptop computer shall be provided under Section 118504.b. The PCA manufacturer shall configure the portable laptop computer for Local
access to each PCA Dx unit controller.c. Manufacturer shall equip the Portable laptop computer with all hardware and
software required to support local communications, troubleshooting andprogramming to/of the PCA Dx Unit's controller. This access shall be passwordprotected and shall be fully capable of controlling or modifying PCA Dx unit'scurrent database or control program. All Software shall be licensed andregistered in the Owner's name.
Sarasota Bradenton International Airport DX POU PCA UNITSPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118502 - 13
3. Control system shall be low voltage (12 & 24 VAC). Control transformer shall beprovided and sized to adequately serve all connected loads.
4. Contactors shall be full voltage non-reversing type and designed to meet internationalstandards including UL and IEC. Contactors shall be AC operated with 120V 50/60 Hzholding coil and functionally assigned for ON-OFF control.
5. Thermostats shall be utilized in the system to maintain the required temperatureparameters of the supply air.
O. Monitoring:1. The PBB, 400 Hz and PCA systems shall communicate with and be monitored by the
Owner's BMS system - Johnson Controls. Provide networking of PBB, PCA and 400Hzunits, and provide any and all PBB mounted cabling, translators, etcetera for acomplete monitorable system. Final tie in at building face to be provided by Owner.Test and certify bridge conductors, terminations translators, etcetera as ready forOwner's use.
P. Remote Control Station:1. The control station shall be housed in a NEMA 4X stainless steel enclosure, and shall
operate on 24 volts or less and shall be located on the bridge lift column (aircraft sideof the bridge), so as to be accessible from ground level. Coordinate this position withall other installed equipment and ancillaries so as to prevent interferences. The stationshall be configured as indicated on the design drawings. Modifications to thisconfiguration must be submitted and approved.
2. The control station shall have a fault-indicator lamp as follows.a. Flash: non-critical fault, Dx POU unit still operational.b. Steady: critical fault, Dx POU unit prevented from operating.
3. The control station shall have a selector switch to choose the aircraft the Dx POU Unitis to serve. This selector switch shall be as shown on the drawings and shall belabeled with the abbreviations of the class of aircraft as follows:a. Class III:
1) RJ (Regional Jets)2) NB (Narrow Body Aircraft)
b. Class IV:1) RJ (Regional Jets)2) NB (Narrow Body Aircraft)3) WB (Wide Body Aircraft)4) WBx2 (Wide Body Dual Output Mode)
Q. Cabin Temperature Controller:1. Cabin Temperature control shall have a user variable controller installed in lieu of the
traditional sensor. The controller should have a metallic knob. The controller faceshould contain a rotated set of tick marks with the labels of "Cooler" and "Warmer" onthe extreme ends. The tick marks and labels should be engraved or etched in thecontroller faceplate. The design should be completed in a manner that simulates theelectrical value of the targeted Cabin temperature setpoint when the knob is in thecenter of the scale.
R. Condensate Drains:1. Condensate shall automatically drain to the ramp surface.
S. PCA Air Hose:
Sarasota Bradenton International Airport DX POU PCA UNITSPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118502 - 14
1. Each Dx POU unit shall be provided with single or dual, as specified, length asindicated on drawings, of 14" diameter insulated hose and one 14" to 8" reducerterminating with an aircraft coupling. Complete hose assembly and connectors shallconform to MS-33562. This requirement shall apply to each output of dual hose units.a. Hose lengths specified, or indicated on drawings, are a minimum length only.
Provide and install sufficient hose lengths to reach all aircraft capable of beingserviced at the gates as indicated on the aircraft parking plans.
2. Air delivery hose shall be of the lightweight insulated type, maximum thermalconductance of 1.28 BTU/hr/ft/°F, pressure rated for 50" water maximum. Hose shallbe 14" diameter flat type. Hose is to be supplied in sections of no more than 25' inlength, connected with Velcro seals (zippers not allowed), with a 14" to 8" diameterreducing adaptor on the end section. Approved Manufactures are:a. J&B Aviation (SuperHose)b. Estexc. Cavotec - Inetd. Twiste. Substitutions: Per Product Substitution Requirements in Division 1.
3. All ducts, hose support sleeves and mounting hardware shall be provided and installedin accordance with the contract drawings and shall be painted to match the color of thenewly installed passenger boarding bridge.
T. Hose Basket:1. The hose storage basket shall be manufactured and installed in accordance with the
Project Drawings, suitably modified only to accommodate differences in bridgeconfiguration. The basket shall be fabricated from a minimum of 1-1/2" steel tubing. The basket shall be equipped with four (4) swivel casters permitting movement withthe bridge and shall be designed with an "open" bottom allowing rain, snow, trash, etc.to pass through.
2. The hose storage basket shall be installed at an approved location at the front or sideof the wheel bogey (as necessary based on aircraft serviced) of each bridge, and shallbe of sufficient size to easily store the required quantity and length of hose. Basketshall be swivel mounted so as to allow the basket to accommodate sloping rampsurfaces while maintaining all swivel casters in contact with the ramp surface. Hosestorage basket and Dx POU unit shall be installed such that they do not interfere withthe PBB operation for the full range of aircraft served. PCA hoses must be fullyaccessible when PBB is lowered to its lowest position as determined by the mix ofaircraft served. Excess hose shall deposit into hose basket as PBB is lowered from araised position. Hose storage basket shall be constructed of metal, primed, andpainted safety yellow.
U. Safety Provisions:1. All corners of the unit's lower rim shall be equipped with corner bumpers.2. The electric circuitry of the Dx POU units shall be protected against short-circuit
currents or grounds by means of circuit breakers.3. Each motor shall have separate overload protection.4. The refrigeration system shall be protected against operation at abnormal refrigerant
pressures by high and low pressure limit switches.5. The refrigerant compressor motors shall be protected against short-cycling. A timer
shall be installed in the motor control circuit to provide an appropriate delay onre-energizing after each stop.
6. Smoke Detector:
Sarasota Bradenton International Airport DX POU PCA UNITSPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118502 - 15
a. Each Dx POU unit shall be equipped with a factory installed and tested smokedetector.
b. The smoke detector shall be of the ionization type and shall be mounted at eachDx POU unit discharge plenum. The smoke detector shall interface with the DxPOU unit control circuitry. When sufficient smoke is sensed, the entire Dx POUunit shall shut down. A manual switch shall be utilized to reset the smokedetector.
c. A fault of the smoke detector itself shall also cause the entire unit to shut downand alarm.
2.08 PBB INTERLOCKS
A. Unit shall interlock with the PBB to prevent PBB horizontal operation while PCA unit isoperating and serving the aircraft. PBB pre-cool will not prevent PBB operations. Coordinatewith the Apron Drive Passenger Boarding Bridge Specification Section. This shall apply to allunits as well as all PBB's. Appropriate messages shall be displayed at the PBB operator'sconsole to indicate unit's run status is preventing PBB operations.
2.09 CONFIGURATION
A. The manufacturer shall provide a new, compact, light-weight, low-noise, and insulated DxPOU unit that can be mounted under the Passenger Boarding Bridge (PBB), such that theoperational characteristics of the bridge are unrestricted and the bridge's structural integrity isuncompromised. It is the Engineer's intent to have the Dx POU units mounted under the "C"tunnel, at the aircraft end of the PBB.
B. Manufacturer shall install units as necessary to prevent damage to the units whilesimultaneously allowing full passenger boarding bridge operational movement so as toservice all aircraft as indicated.1. Passenger boarding bridge electrical and mechanical limits may be adjusted if
necessary to achieve this requirement. Adjustments shall not interfere with requiredbridge operations.
C. Maximum Dimensions and Weights: (LxWxH, weight)1. Class III: (120", 90", 45", 4000 lbs)
a. (120", 90", 45", 6500 lbs)2. Class IV: (212", 88", 62", 8300 lbs)
a. (212", 88", 62", 8300 lbs)
2.10 FACTORY TESTING
A. The manufacturer shall test every Dx POU unit to assure compliance with the specifications. Submit certification test sheets. The Owner shall be notified fourteen (14) days prior to thedate of such tests. The Owner reserves the right to witness tests and request additionaltests if necessary to demonstrate compliance with the specifications.
B. Factory mass flow tests shall be conducted for each size of Dx POU units at design ambientconditions with a test apparatus whose resulting calculated mass flow has been certified bythe NEBB or other approved Agency. The submittal for the Dx POU units shall include theagency certification report of the test apparatus, sealed and authenticated by the agency.
C. Should factory tests fail to indicate compliance with specifications, all costs associated withre-testing, including costs associated with the Owner's witness services, will be theresponsibility of the manufacturer.
Sarasota Bradenton International Airport DX POU PCA UNITSPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118502 - 16
PART 3 EXECUTION
3.01 INSTALLATION
A. Installation services shall be provided by an installing contracting company that has aminimum of five (5) years documented experience of successful installations on projects ofsimilar size and scope.
B. Install in accordance with manufacturer's instructions and project documents.
C. Equipment installation personnel shall meet all local security and safety requirements.
D. The Dx POU unit or its associated routing of hoses, air ducts, etc., shall not hinder or restrictthe boarding bridge from operating within its full designed operating range.
E. Arrange installation of Dx POU units to provide adequate clearance for service andmaintenance.
F. The Dx POU units shall be properly aligned, adjusted, and lubricated before final acceptance.
G. Verify proper communications with central monitoring station and that plant graphics areupdating correctly.
H. Complete all punchlist items.
3.02 EXAMINATION
A. Verify/perform the following items or tasks.1. Air inlets or exhaust louvers are not obstructed2. Check to be sure that there are no tools or loose objects in the unit.3. Make a final check of the security of the power connections.4. Re-install any covers removed during installation.5. Full passenger boarding bridge and related equipment operational non-interference
test.
3.03 INTERFACE WITH OTHER WORK
A. Installation of unit shall be coordinated with other trades associated with the project.
3.04 CLEANING
A. Clean unit from all construction dust and debris prior to start-up.
B. Touch up scratched or marred surfaces to match original finish.
C. Protect the installed unit from subsequent construction operations.
3.05 STARTING EQUIPMENT AND SYSTEMS
A. Submit complete approved field commissioning report. Report shall include, but shall not belimited to, smoke test, communications test as applicable, cooling and heating test, aircraftmodel selector response.
B. Demonstrate complete functional operation of equipment to the satisfaction of the Owner.
END OF SECTION
Sarasota Bradenton International Airport PASSENGER BOARDING BRIDGEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118504 - 1
SECTION 118504 - PASSENGER BOARDING BRIDGE
PART 1 GENERAL
1.01 SECTION INCLUDES
A. This specification sets forth the description, technical and performance specifications forapron drive type passenger boarding bridges (PBB).1. This specification is intended to include both two and three tunnel type passenger
boarding bridges, of corrugated or truss style construction, and all lengths thereof, aswell as any fixed section of tunnel used as a walkway to the apron drive bridge;however, only truss style (smooth sided) 3- tunnel bridges will be allowed on thisproject.
2. The aircraft parking requirements for each PBB are available upon request.
1.02 RELATED SECTIONS
A. Drawings, General Provisions of the Contract, including General and Special Conditions, aswell as General mechanical and electrical materials and methods of installation apply to workof this section.
B. Section 118502 - Dx Point of Use Preconditioned Air Unit.
C. Section 118600 - Aircraft Ground Power Cable.
D. Section 118602 - Solid State Frequency Converter.
E. Section 118604 - Cable Hoists.
1.03 REFERENCES
A. The bridge shall conform to all applicable federal, state, and municipal codes and regulationsthat apply to the installation site. The design of all parts and subassemblies shall be inaccordance with good commercial practices to assure safe, efficient, and practical designs inkeeping with standards that have been adopted by the passenger loading bridge industry.Applicable documents include, but are not limited to, the following. The latest approvedversion or edition, by the authority having jurisdiction, of the following codes, references andstandards shall apply. If the authority having jurisdiction has not approved or adopted aparticular code, reference, or standard, the latest published edition shall be applicable.1. American Institute of Steel Construction (AISC)2. Society of Automotive Engineers (SAE) Standards3. American Society of Mechanical Engineers (ASME) Standards4. National Fire Protection Association (NFPA-415)5. Life Safety Code (NFPA-101)6. American's with Disabilities Act (ADA)7. Steel Structures Painting Council (SSPC)8. National Electrical Code (NEC)9. National Electrical Manufacturers Association (NEMA) Standards10. Occupational Safety and Health Administration (OSHA)11. American Welding Society (AWS) Standards12. American Society for Testing and Materials (ASTM)13. American Insurance Association (AIA)14. Structural Steel ASTM-A3615. Hollow Structural Sections (HSS) ASTM-500
Sarasota Bradenton International Airport PASSENGER BOARDING BRIDGEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118504 - 2
16. Wide Flange Sections ASTM-A99217. Steel Pipe ASTM-A5318. Steel Sheet ASTM-A57019. T-1 Steel ASTM-A514 and A51720. Hinge Pins ASTM-A 311 Grade 1018 and Grade 114421. Bolts—Standard ASTM-A30722. Bolts—High Strength SAE-J429 Grade 5 and 823. ANSI/UL 1449 Standard for Surge Protective Devices24. IEEE Std 1100 Recommended Practice for Powering and Grounding Electronic
Equipment
1.04 GENERAL REQUIREMENTS
A. The term “Passenger Boarding Bridge”, "Passenger Loading Bridge", "Boarding Bridge"“Loading Bridge”, "bridge", "PLB", and “PBB” as used within this specification and throughoutthe contract documents is understood to mean the components, subcomponents andsubsystems that constitute a complete, operable, and maintainable Passenger BoardingBridge and as referred to herein, are synonymous.
B. The terms, “Seller”, “Contractor”, "Provider" and “Manufacturer” as referred to herein, aresynonymous. The term Owner, shall include the Owner, or his authorized representative.
C. Applicable contract and terminal building drawings will be made available upon writtenrequest.
D. The PBB and all components thereof shall be constructed in accordance with all codes andstandards and local laws and regulations applicable to the design and construction of thistype of equipment, which are generally accepted and used as good practice throughout theindustry, including without limitation, NFPA, Underwriter's Laboratories, OSHA, SAEPublications, American National Standards, Military Standards, etc. The design of all partsand subassemblies shall be in accordance with good commercial practice and shall be theresponsibility of the manufacturer to assure safe, efficient and practical design in keepingwith requirements peculiar to this type system.
E. It is the design intent that all GSE equipment specified within this project, is to be provided,delivered, installed, and commissioned by one Contractor. This includes Passenger BoardingBridges, Preconditioned Air, 400 Hz, and related ancillaries. This Contractor will beresponsible for providing complete passenger boarding bridges that are factory prepared, inevery sense, including, but not limited to electrically, structurally, and mechanically toaccommodate the installation of preconditioned air and 400 Hz equipment as specified, onthe PBB's. This is to include all brackets, electrical, hoses, communications, etcetera asrequired.1. The Contractor shall coordinate with the 400 Hz, PCA, and other equipment for the
provisions for, or installation of, all necessary infrastructure prior to final factorypainting of the passenger loading bridge. The intent is to eliminate sitewelding/painting after final factory painting.
F. The manufacturer shall be a qualified source, who has been regularly engaged in theengineering, manufacturing and installation of commercial aviation PBB equipment andcomponents for a minimum of five (5) years and with a minimum of one hundred (100) unitsinstalled.
G. Qualified manufacturers and installers will have completed no less than five (5) jobs of similarsize and scope within the last five (5) years.
Sarasota Bradenton International Airport PASSENGER BOARDING BRIDGEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118504 - 3
H. The manufacturer shall have proven technical capabilities and adequate manufacturingfacilities together with sufficient financial depth and stability to permit prompt and satisfactoryexecution of the contract.
I. Manufacturers are required to satisfy all requirements of this specification. Should theManufacturer desire to deviate from any portion, either because the specification is in error,violation of any law or regulation, or is in need of modification to permit a more satisfactoryfunctional and economical design, they must submit a written request for such deviation. The Manufacturer shall not contract, purchase or cause to be delivered, equipment whichdoes not meet all requirements of this document as specified, without obtaining prior writtenapproval.
J. The Manufacturer shall be responsible for verifying installation locations and methods andshall notify the Engineer of any conflicts or code violations prior to manufacture of the PBBunits. Verifications shall include field verifications of terminal building heights, appurtenancesand finishes, including terminal doors; electrical, mechanical, special systems, andcommunications interfaces; as well as PBB and walkway foundation locations, rotations,elevations and bolt details. Modifications to eliminate conflicts or code violations will becoordinated with and approved by the Engineer. Modifications shall be made at no additionalcost to the Owner.
K. The Manufacturer shall furnish and install all necessary equipment to provide a complete,operable and maintainable unit.
L. Should alternate mounting configurations or physical attributes, other than those specifiedherein, or indicated on the project drawings, be proposed, manufacturers shall submitalternates for approval prior to bid date. Alternate mounting, configurations, or attributes shallbe provided at no additional cost to the Owner.
M. EMI/RFI: Unit shall be designed so as not to affect aircraft radio/navigation equipment. Itshall be applicable throughout the entire aircraft radio frequency range. Provisions shall bedesigned into the unit to protect it from voltage fluctuations which might result from theoperation of aircraft radio frequency equipment.
N. The equipment and its accessories shall be designed and constructed with reliability ofoperation a primary consideration. The minimum reliability design requirement is that theequipment be designed to operate between periodic preventative maintenance periods of300 operating hours or six weeks, whichever occurs first. The above interval does not applyto components in those cases where the component manufacturer recommends morefrequent maintenance intervals.
1.05 SUBMITTALS
A. Drawings, sketches, details, and materials shall be submitted in the English language, withUnited States Units, including dimensions, volumes, weights, and forces. The use of themetric or SI units is not acceptable.
B. Bid-Submittals: The following submittals shall be included with bid.1. Alternate configurations per 1.04.L.2. NFPA 415 certificates and manufacturer's compliance statement per 1.12.C.9.3. Spare Parts List: Provide manufacturer's recommended spare parts list. Spare parts
list shall include Owner applicable pricing. Spare parts pricing shall remain valid fortwo (2) years from the date of final completion.
4. Proposed PBB models with manufacturer's standard cut sheets for proposed models.5. Foundation loads for each passenger boarding bridge model proposed.6. UL/ETL Certification per 1.06.C.
Sarasota Bradenton International Airport PASSENGER BOARDING BRIDGEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118504 - 4
C. Pre-Manufacture Submittals: The following submittals shall be made as necessary to meetthe project schedule, and shall be submitted to and approved prior to manufacturing the PBBunits.1. The manufacturer shall submit shop drawings, technical specifications, and descriptive
product data for review and approval. An index prepared in chronological order listingdrawings, sketches, details, and material submitted shall be provided.
2. Product data for selected models including specialties, accessories, and the following:a. Critical design items related to the human factors including operation and
maintenance shall be addressed with Shop Drawing and shall include, but notbe limited to:1) General:
(a) General Arrangement drawings to include dimensions(b) General Erections drawings to include dimensions
2) Interior Finishes:(a) Interior scheme of each type(b) Transition details(c) Wall finish attachment(d) Light fixture details and layout(e) Joint details(f) Interior Finishes(g) Carpet edging details, including, lines of demarcation between
carpeted and hard surfaced floor at wall areas and treatment atdoors and thresholds
3) Exterior Configurations:(a) General bridge layout(b) Exterior sketch of each type(c) Graphics(d) Paint finishes(e) Handrails(f) Flashing (terminal to passenger loading bridge)(g) Flashing (terminal to fixed walkway)(h) Flashing (fixed walkway to passenger loading bridge)(i) Flashing (bridge segments)(j) Cab door seal(k) Ramp Service Stairway(l) Illuminated gate signs including fonts and font sizes.
4) Cab:(a) Operator's cone of visibility(b) Control panel location and functional layout with labeling.(c) View panels(d) Interface with aircraft(e) Designs necessary for appropriate mating with required aircraft
types (including auto-leveling devices)
Sarasota Bradenton International Airport PASSENGER BOARDING BRIDGEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118504 - 5
(f) Operator protection while bridge is in motion with weather dooropen
(g) Operator instruction placard(h) Copies of all graphic screen shots in color, including indication of
different colors for those items that change colors to indicatechanging states of equipment or systems.
5) Safety Markings:(a) All safety decals and stencils
b. PBB operational envelopes dimensioned.c. Motor ratings and electrical characteristics including motor and fan accessories.d. Materials, gauges and finishes, including paints, wallboards, floor coverings,
etcetera.e. Engineering Certification:
1) Manufacturer shall submit Engineering Certification stating that the PBBand all components thereof are constructed in accordance with thisspecification, as well as all codes and standards and local laws andregulations applicable to the design and construction of passengerboarding bridges, including without limitation, NFPA, Underwriter'sLaboratories, and OSHA.
2) Structural shop drawings shall be submitted and shall be stamped by aregistered State of Florida Structural Engineer certifying structuralintegrity of the passenger boarding bridge system including all welds,fasteners and appurtenances for the intended use.
f. Shop Drawings: Provide schematics and interconnection diagrams, indicatefront and side views of PBB with overall dimensions and weights shown;conduit/cable entrance locations and requirements; and nameplate legends. Differentiate between manufacturer-installed wiring and field-installedconnections.
3. Installation Details: Provide complete installation details including, without limitation,installation details of all appurtenances. Show installed configuration as well as anypertinent details regarding interface to other equipment and systems, include electricalconnection service points.
D. Pre-Ship Submittals: The following shall be submitted for approval prior to shipping PBB unitsto the project site:1. Factory Test Reports: Indicate factory tests and results and inspection procedures.
E. Pre-Substantial Completion Submittals: The following submittals shall be submitted andapproved prior to 14 days before substantial completion, unless otherwise noted herein.1. Operation and Maintenance Manuals.2. Training Program: At least 60 days prior to substantial completion, a training program
summary, course syllabus, instructor qualifications, and copy of the training manualshall be submitted for review and approval.
3. Field Commissioning Report: Submit proposed field commissioning report forapproval. This approved form shall be utilized for the final field commissioning asspecified in Section 3.
F. Installation Submittals: The following submittals shall be submitted and approved duringinstallation if necessary per these specifications.1. Welding Certifications per PBB Mechanical Erection and Lifting section of this
specification.
Sarasota Bradenton International Airport PASSENGER BOARDING BRIDGEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118504 - 6
G. Pre-Final Completion Submittals: The following submittals shall be submitted and approvedprior to 14 days before final completion.1. As-Built Drawings. Provide field edited redlined project drawings showing deviations
from design documents.2. Warranty: Submit manufacturer warranty and ensure that forms have been completed
in Owner's name and have been registered with the manufacturer.3. Field Commissioning Report: A completed field commissioning report as specified
herein. Utilize approved form.4. Training Rosters. Provide training roster with trainee names, dates and types of
training, as well as durations.5. All original software packages and documentation, registered in the Owner's name.6. Hard copies as well as electronic (compact disk of flash card) copies of all final
programs loaded into all machinery under this contract.
1.06 QUALITY CONTROL
A. NFPA Compliance: Comply with applicable portions of NFPA 70 and NFPA 415 forcomponents and completed and installed products.
B. NEMA Compliance: Motors, enclosures and electrical accessories shall comply with NEMAstandards and be so rated.
C. UL Compliance: PBB shall be UL, or ETL listed and shall be labeled by a nationallyrecognized testing laboratory at the time of bid. Submit verification with bid submittals.
1.07 DELIVERY, STORAGE, AND PROTECTION
A. Lift and support PBB's with the manufacturer's designated lifting or supporting points.
B. Deliver equipment as factory-assembled unit, or sub-units whenever practical for shippingpurposes with protective covering.
C. Store equipment and material in suitable facilities until delivery, installation, and finalacceptance.
D. Coordinate the delivery acceptance of this equipment at the job site. Receive, offload, storeand protect this equipment until such time as it has been installed and final accepted by theOwner.
E. Properly dispose of all waste, including, but not limited to, packaging, crates, etcetera.
1.08 ROYALTIES AND LICENSE FEES
A. The PBB manufacturer shall pay all royalties and license fees and shall defend all suits orclaims for whatever infringements of any prior, pending, or future patent rights and shall savethe Owner and Engineer harmless from liability, expense, or loss on account thereof, withrespect to any processes, devices, methods, articles, inventions, or procedures used by themanufacturer.
1.09 WARRANTY
A. Provide a full parts and labor warranty for the new units and ancillaries. Labor warranty shallbe performed by factory trained service technicians. Warranty shall run two (2) years fromthe Date of Beneficial Use. Date of Beneficial Use is defined as the date the system isturned over by the manufacturer, and accepted by the Owner for normal operation, or thedate that the facility/Gate is placed into commercial operation, whichever occurs later. Allwarranty services shall be at the site of the installation. Provider shall be responsible for alltravel and sustenance expenses necessary for warranty services.
Sarasota Bradenton International Airport PASSENGER BOARDING BRIDGEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118504 - 7
B. Shipping and handling charges for warranty parts are the responsibility of the Provider.
C. Warranty Services shall be commenced with on site representation, by qualified repairtechnicians, within 72 hours from the request of the Owner.
1.10 OPERATION AND MAINTENANCE MANUALS
A. Provide two (2) bound copies, and three (3) electronic copies (CD or DVD) of the approved,comprehensive Operation and Maintenance Manual for each model PBB supplied fourteen(14) days prior to Substantial Completion.
B. The manuals shall fully describe each product, system, or subsystem numbered logically andseparated into sections and contained in rigid plastic binders with identification inserted inclear plastic pockets on front and spine of each binder. Manuals shall be assembled inaccordance with ATA 101
C. The content of the manuals shall be limited to information and data that specifically apply toproducts provided and shall include, at minimum, a general description, theory of operation,routine normal and special operating instructions and sequences. Also included shall beroutine maintenance procedures and guides for troubleshooting, disassembly andreassembly instructions, and recommended spare parts list including current prices andsources.
D. Wiring diagrams and schematics shall be incorporated into the manuals to clearly showfeatures such as controls, switches, instruments, and indicators by name and location.
E. Interconnection with other systems shall clearly be indicated, including 400Hz equipment,Preconditioned Air equipment, and ancillaries.
F. Special Tools List: Provide a list of any special tools required to perform any fieldperformable maintenance tasks.
G. Spare Parts List: Provide manufacturer's recommended spare parts list.
H. Lubricants list: Provide manufacturer's recommended lubrication product list. Base on asingle lubricant manufacturer.
1.11 TRAINING
A. Manufacturer shall provide a complete training program for the Owner's operating,engineering, and maintenance personnel. Training shall include both classroom andhands-on instruction and be of sufficient duration to adequately train personnel to perform onsite routine, preventative, and remedial maintenance of the equipment, product or system. Unless noted otherwise, maintenance training shall consist of a minimum of one (1) trainingsession of eight (8) hours classroom instruction and eight (8) hours hands-on instruction fortwelve (12) personnel, and operator's training shall consist of a minimum of four (4) classesat two (2) hours duration each hands-on instruction for six (6) personnel.1. Operator's training may require some night hour training classes at the Owner's
discretion without additional cost to the Owner.2. The maintenance training course will fulfill the technical information requirements of
the Owner's maintenance instructors, engineers and mechanics. This course, withnumber of classes as specified shall emphasize the following:a. Orientation providing overview of system/subsystem concept, configuration, and
operation.b. Familiarization with and use of electrical schematics, control programs and
functional block diagrams.c. Operations theory and interfaces.
Sarasota Bradenton International Airport PASSENGER BOARDING BRIDGEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118504 - 8
d. Instruction in basic theoretical and practical understanding of equipmentappearance, layout, and functions.
e. Safety precautions.f. Use of standard and special tools and test equipment.g. Adjustment, calibration, and use of related test equipment.h. Detailed preventative maintenance activities.i. Troubleshooting, diagnostics, and testing.j. Equipment assembling/disassembling.k. Repair and parts replacement.l. Failure and recovery procedures.m. Cabling and/or interface connectors.n. Operation and Maintenance Manuals, and related reference publications
familiarization.o. Procedures, practices, documentation and materials required for system
maintenance.p. Towing and Jack Stand operations.
B. Operator training shall be completed no later than seven (7) days prior to beneficial use. Themanufacturer shall provide maintenance training within 30 days of beneficial use. At least 60days prior to substantial completion, a training program summary, course syllabus, instructorqualifications, and copy of the training manual shall be submitted for review and approval.
C. Training shall be conducted prior to final acceptance of respective equipment, products, andsystems and shall be given at the installation site property at the direction of the Owner.
D. Provide Owner a minimum of seven (7) days notice prior to conducting any training.
1.12 SYSTEM DESCRIPTION
A. General1. The aircraft passenger loading bridge covered by these specifications shall be
designed to extend from the terminal departure lounge doorway to the aircraftboarding door so that passengers can walk between the two, completely protectedfrom inclement weather, aircraft engine blast, and blown dust. The bridge shall providea simple, convenient, safe, and controlled method for passenger boarding. Thecomplete assembly shall be weatherproof, both when sealed to the aircraft and whenparked with the cab weather door closed. Particular attention shall be given to thesafety of the passengers.
2. The bridge shall consist of the following components:a. Fixed Walkway (if specified, or indicated on the project drawings)b. Rotunda Entry Corridorc. Rotundad. Telescoping Tunnels (2 or 3 as specified)e. Vertical and Horizontal Drive Column Assemblyf. Rotating Aircraft Cab with Operator Control Consoleg. Automatic Leveling Deviceh. Service Door, Landing and Service Stairi. Canopy Closure to Aircraftj. Electrical Distribution Systems and Components
Sarasota Bradenton International Airport PASSENGER BOARDING BRIDGEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118504 - 9
B. Application1. The apron drive loading bridge must be capable of reaching all passenger doors of
specified aircraft parking positions as indicated on the project drawings. The bridgecab shall have sufficient flexibility to enable it to mate with the aircraft passengerloading door when the aircraft is parked at the gate. The bridge shall have sufficientvertical travel to accommodate all aircraft specified on the aircraft parking layoutdrawings. The bridge shall have additional extended travel beyond the outer mostaircraft operational requirement and additional retract travel from the closest aircraftoperational requirement or PBB stow box as indicated on the project drawings.a. Submit manufacturer's proposed PBB models with standard cut sheets with bid.
C. Safety Provisions1. The bridge shall be designed to achieve the maximum safety of aircraft passengers,
crew, operators, and maintenance personnel. The bridge shall conform to all currentfederal, state, and local Occupational Health and Safety Codes, along with standardsdeveloped and adopted by the passenger loading bridge industry.
2. All elements of the bridge shall be designed to be fail-safe in operation.3. Operating controls and maintenance features shall be designed so that errors in the
operation and maintenance of the bridge cannot cause structural damage to any of itselements.
4. All operating mechanisms shall be designed so that the drive mechanism is lockedwhen power fails or is turned off. Electrical-Mechanical lift columns shall be equippedwith a fault detector to sense differential motion of the ball screw assemblies. Thedetector shall disconnect electrical power from the vertical drive motors if a fault isdetected.
5. Positive mechanical stops shall be provided to prevent hazardous over-travel whereany component might become disengaged from its guiding or restraining component.
6. The operator's position in the cab shall be arranged to permit the operator to operatethe loading bridge with the cab weather door closed.
7. Transition ramps shall have floor coverings as indicated in the finishes section withyellow chamfered edges and be equipped with brushed aluminum handrails on bothsides.
8. Sheared or sharp metal edges must be deburred or broken and all exposed metalcorners are to be rounded. All critical fasteners are to incorporate suitable lockingdevices.
9. The loading bridge shall conform to the requirements of the National Fire ProtectionAssociation (NFPA) "Standards of Construction and Protection of Aircraft BoardingWalkways," NFPA-415, latest edition.a. Submit certificates of compliance for its bridges including any assemblies or
appurtenances affected, with NFPA 415, most recent edition, from a NationallyRecognized Testing Laboratory (NRTL) located in the United States.
b. Provide written certification that the total PBB, including any design changes, isin compliance with NFPA 415, most recent edition.
10. The innermost or "A" tunnels, as well as the interiors of any fixed walkway section, andall interior ramps, to include brushed aluminum handrails on both sides. 1-1/2" O.D.with returns on ends.
11. Provide emergency lighting with 90-minute battery back-up complete withself-contained charger and automatic on-off control. Emergency lighting may beincorporated into normal lighting fixtures. Emergency lighting shall meet the minimumlighting level requirements of NFPA 101 - Life Safety Codes.
Sarasota Bradenton International Airport PASSENGER BOARDING BRIDGEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118504 - 10
12. The PBB shall comply with all applicable Life Safety Codes in effect at the time ofmanufacture.
D. Personnel Safety1. A high resolution color video camera (CCTV) shall be installed beneath the PBB in
such a manner as to allow the PBB operator to view at a control console mounted highresolution 7" monitor, the wheel bogey and service stair areas during PBB operation.a. Install and adjust as necessary to prevent blocking the operator's view by items
such as PCA units, hoses, etcetera.b. Monitor shall be a stand alone monitor and shall not be incorporated into the
HMI operator's screen.2. A round rear view mirror shall be provided on both sides of the cab to allow the
operator full view of the horizontal drive wheels (wheel bogie) during operation.Provide additional mirrors as necessary such that operator has full view of wheel bogieand service stairs during bridge operations.a. Mirror frames and brackets shall be galvanized.
3. The operator’s position in the control cab shall be designed so as to permit theoperator to position the loading bridge with the outer door open or closed. Suitableenclosures, guard rails, etc. shall be provided to protect the operators from beingpitched out the open end of the cab in case of sudden stops or inadvertent movementsof the bridge when operated with the outer door open.
4. Where required, heat shields or guards shall be installed to protect personneloperating the equipment or performing routine periodic maintenance on it againstaccidental contact with exposed parts which are subject to high operatingtemperatures.
5. The loading bridge shall be provided with a caged, OSHA approved roof access ladderaccessed from the service stair platform. All items to be galvanized steel.
6. OSHA approved handrails will be installed atop 1/2 the outer most tunnel section toprovide fall protection to personnel working on drive motors, etc. All remaining tunnelsection(s), as well as any fixed walkway installed, shall be equipped with full lengthOSHA compliant fall protection. Handrails, ladders, cages, brackets, etcetera shall begalvanized steel.
7. OSHA and NFPA approved emergency lighting shall be provided as a means of safeexit in the event of a power interruption. They shall provide sufficient illuminationthroughout the PBB as specified herein.
8. Suitable OSHA compliant guards shall be provided for all sprockets, gears, chains,fans, belts, and other moving parts located where operating or maintenance personnelmay make accidental contact with them. Warning decals shall be added whereapplicable.
9. Exposure of operating and maintenance personnel to electric shock hazards shall beminimized by provision of suitable interlocks, grounding means or protective devices.
10. Guards or enclosures shall be provided for all exposed portions of electricalequipment.
11. Elevating devices shall be protected from uncontrolled movement or actuation in theevent of a power source failure of any type.
12. Electrically operated lifting devices shall be equipped with brakes to lock the system inthe event of power failure or malfunction.
13. All pinch and shear points, sharp edges and protruding objects must be eliminatedwherever possible and practical. If elimination is not possible, adequate guardingmust be achieved to prevent injury and/or damage exposure.
Sarasota Bradenton International Airport PASSENGER BOARDING BRIDGEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118504 - 11
14. All stairs, ladders, scaffolds, platforms, and handrails shall comply with all applicableOSHA requirements.
15. PBB design shall eliminate wherever possible all tripping hazards. Possible trippinghazards such as transition ramps (nosings), gutters, etc. shall be identified. Transitionramps shall be identified by using a durable, one-inch, yellow (OSHA Alert Yellow) trimband at the beginning of such ramp or hazard. Interior rain gutters shall be paintedwith alternating yellow/black safety striping the entire length. Other methods of stripingmay be acceptable, but shall be submitted for approval prior to installation.
16. All carpeting shall have edge strips to prevent fraying.17. Wheel bogey safety hoop systems shall be provided. Design shall provide for minimal
ground clearance and should be adequately rugged to prevent false alarms. Shouldthe PBB drive into a fixed object or other object, it shall activate a safety circuit andshut down the PBB horizontal drive system. Suitable warning messages shall bedisplayed at the operator's console.
E. Equipment Safety1. Sharp edges, projections and hinged devices with hazardous characteristics shall be
avoided in the design and construction of the loading bridge. Suitable edge detailingshall be provided where necessary.
2. When in operate mode, all equipment shall be designed to be fail safe and bridgemotion controls (i.e. horizontal and vertical travel, cab rotation) shall require theoperator to apply constant pressure to remain engaged (dead-man).
3. All operating mechanisms, i.e. horizontal and vertical drive, cab rotation, etc. shall bedesigned so that the drive mechanism is locked when power fails or is shut “off”.
4. Positive mechanical stops shall be provided to prevent dangerous over travel whenany component might become disengaged from its guiding or restraining component.
5. Externally mounted cab mirror(s), both sides, shall be provided for viewing the apronarea from the operator’s position. Provide additional mirrors as necessary such thatthe operator can fully view the wheel bogey area and service stairs during operation.a. Mirror frames and brackets shall be galvanized.
F. Noise and Vibration1. The maximum average sound level and loading bridge vibration limits shall comply
with the requirements of S.A.E. ARP 1247, current revision.
G. Technical and Performance Requirements1. The boarding bridge shall be designed to accommodate all imposed loads collectively.
In the worst operating configuration, structural margins of safety as recommended byAISC specifications for the design and erection of steel structures shall be maintained.
2. In determining the design factor of safety, weld efficiencies as designated by theAmerican Welding Society or applicable design codes shall be used.
3. Joint efficiencies shall be included in determination of the factor for boltedconnections.
4. All lifting devices shall be designed to AISC standards, (except wire rope) with aminimum factor of safety of 5 based on ultimate strength.
5. The unit shall be designed with sufficient structural rigidity so that deflections due toload, wind, and motions of working parts do not create interferences, causemalfunctioning of the equipment, or present any safety hazards to personnel, aircraft,or the unit itself.
Sarasota Bradenton International Airport PASSENGER BOARDING BRIDGEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118504 - 12
6. In the case of standard component or component assemblies used by the end productmanufacturer, certification of the application by the component manufacturer willconstitute structural acceptability of such components.
7. Shoulder bolts, bearings, or bushings shall be used when attaching parts that haverelative rotary or linear motion.
8. The wheels used on the equipment shall be of a type and size which will not damageor cause undue wear to the surface over which they will normally operate. The tiresmust be capable of supporting the design load of the passenger boarding bridge, roofload, snow load, and all ancillary equipment. The tires must be capable, under deadload and/or roof load, including snow loads, of operating satisfactorily withoutoperational degradation.
9. All mechanisms for actuating, restraining, and guiding the bridge and its componentsshall be designed so that no noise, sway, or sense of insecurity will be apparent to thepassengers. No operating vibration or loads are to be transmitted to the terminalbuilding.
10. The passenger boarding bridge(s) submitted shall be designed not to exceed 1 in 12(8.33%) tunnel slope when servicing any aircraft in the fleet mix designated for thegate where the PBB is to be located; however, the PBB shall be capable of achieving aminimum of 12% slope without causing damage to the PBB or ancillary equipment,including PCA or 400 Hz equipment, for maintenance or irregular operation activities.
11. The bridge floor structure shall be designed to accommodate a dynamic load of 40pounds per square foot over the total floor area.
12. The roof shall accommodate snow loads of 25 pounds per square foot over the totalroof area, or as otherwise required by code, whichever is greater.
13. The bridge, when in use at any extended length, shall accommodate, whilemaintaining operability, a wind load of 12.5 pounds per square foot and a wind velocityof 60 M.P.H. from any direction without loss of stability or control.
14. In conditions of sustained wind loads greater than 60 M.P.H., the bridge will bestowed. At wind loads above 60 M.P.H., the bridge, when retracted to the stowedposition, shall accommodate a wind load of 25 pounds per square foot and a windvelocity of 90 M.P.H., from any direction.
15. The bridge shall be able to accommodate the added loads of 400 HZ ground powerand preconditioned air equipment, including appurtenances, including dynamicoperational loads presented by the PBB and these additional equipment items. Theseloads may be applied in total or in part, singularly or simultaneously. The design shallbe based on the combination, which imposes the most adverse loading.
16. The bridge when maintained in accordance with the manufacturer's O&M manual byAirport maintenance personnel trained by the manufacturer as indicated herein, shallprovide a useful service life of 20 years minimum.
H. Environmental Considerations1. The bridge shall function satisfactorily and in accordance with these specifications
under ambient temperatures from -40 degrees F to 125 degrees F with winds up to 60miles per hour on wet, iced, or snow laden apron surfaces.
2. The entire bridge is to be weatherproof.3. Equipment and controls that are exposed to the weather are to be of a weatherproof
type or housed in weatherproof boxes.4. PBB shall be equipped with external tunnel roller ice scrapers to remove ice from the
tracks prior to contact with the rollers.5. Externally mounted electrical panels and/or cabinets shall be equipped with space
heaters to control condensation as indicated herein.
Sarasota Bradenton International Airport PASSENGER BOARDING BRIDGEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118504 - 13
6. Electro-mechanical drive systems shall have suitable protective coverings overmotors, chains, sprockets, actuator arms, linear actuator arms, etcetera, to bothprotect operating personnel and passengers, as well as to protect the systemsthemselves from exposure to weather elements or traffic abuse.
7. The structure shall be designed to resist the accumulation of debris or water in lowpoints and/or pockets in the structure. Dimpled drain holes or suitable covers will beprovided where necessary. Drain holes shall be located so as to drain collectionpoints with the bridge in any normal attitude. Scupper drains from the internal guttersshall carry moisture clear of the structure and shall be sized to eliminate blockage. Welding and drilling operations after application of prime coats shall be prohibited.
8. Where access holes have been created to gain access to components of the PBB, orwhere pockets otherwise exist, that could trap or accumulate debris, such pocket oropening shall be suitably covered with screw attached covers.
9. All parts shall be resistant to, or protected from corrosion caused by contaminatedturbine fuel or moisture blown or splashed from the ground. Provisions shall be madeto resist electrolytic corrosion where conditions tend to cause this corrosion. Fasteners shall be of corrosion resistant material or plated to prevent corrosion.
10. All edges of marine grade plywood are to be sealed with an approved APA sealer priorto installation.
11. All panels containing VFD inverters shall be equipped with space heaters asnecessary for optimum VFD operations.
I. Service and Access1. The design shall stress simplicity, ruggedness and ease of maintenance. All systems
shall be designed to operate with a minimum of routine maintenance using long lifecomponents sealed or self-lubricating mechanisms, etc.
2. Equipment components and systems requiring frequent inspection or maintenanceshall be readily accessible. Suitable access doors or removable enclosures shall beapproved for this purpose.
3. Access doors, covers, and protective guards shall be designed for quick removal oropening.
4. Access panels shall be hinged, pinned, etc. to prevent loss from the unit. Largepanels of over 4 feet, in both height and width, which are normally removed only forheavy maintenance, i.e. major component overhaul or removal, may be designed tobe removed from the equipment when hinging or pinning is not practical.
5. Hinges shall be located on the forward edge of all vertically hung doors and on thelower edge of all horizontally hinged doors. Where possible, at least 8 inches ofclearance above the ground shall exist when any door is open.
6. All hinge doors shall be provided with devices to secure them either in the open orclosed position such that they will not be blown by jet blast or ambient winds.
7. Stops or bumpers shall be installed so that the doors, when open, do not mark orscratch the paint work.
8. Major assemblies and components shall be capable of being disconnected andremoved from the equipment without the necessity for extensive disassembly of othercomponents. A design goal shall be that any major component should be able to beremoved and reinstalled in a period not to exceed eight man-hours. Allcomponents/assemblies exceeding 80 lb. for two person-handling or 30 lb. for singleperson handling, require mechanical assistance and shall be provided with lift eyes,forklift guides, etc.
9. Fastener heads and nuts shall be provided with adequate clearance for wrenches ordrivers.
Sarasota Bradenton International Airport PASSENGER BOARDING BRIDGEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118504 - 14
10. The design of the unit shall be such that only ordinary common hand tools and testequipment are required in routine maintenance operations and special toolrequirements for overhaul/heavy repair work is kept at a minimum.
11. The equipment compartment shall be designed so as to provide easy access to thecontrols, relays, valves and other components within the enclosure. Provisions shallbe made for ready adjustment, servicing, or replacement of these and othercomponents frequently replaced or serviced.
12. Maintenance service points and access covers shall be located and positioned in sucha manner that a minimum time and effort are required during servicing operations. There shall be no interference to the servicing or draining of lubricants to or from anyassembly or component by frame members or other obstructions.
13. Any special tools or test equipment designed solely to service, overhaul or testperformance of the loading bridge shall be identified in writing and submitted asspecified.
14. Pressure lubrication fittings shall be provided at all points where heavy loads, closetolerance, relative rotary or linear motion of parts occurs. Where access to fittings aredifficult, a lubrication panel should be utilized.
15. Components shall be protected from mechanical, electrical, and corrosion damageand malfunctions due to rain, snow, ice, sand, grit, deicing fluids, and othercontaminants.
16. All chains and belt drives shall have provisions for adjustment, and once adjusted, apositive means of retaining this adjustment, as well as OSHA compliant covers orguards.
J. Materials, Parts and Processes1. Only standard components of highest commercial quality, commercially available and
conforming to recommendations of standards established by the Society ofAutomotive Engineers (SAE) and the American Society of Mechanical Engineers(ASME) will be used.
2. All material and components assembled or fabricated into the equipment are to benew, unused, of high quality, of current production and free from defects orimperfections which might affect the appearance or serviceability of the finishedproduct.
3. All parts and materials needed to fabricate, assemble, and finish the equipment shallbe furnished by the manufacturer unless otherwise specified.
4. All bolted, screwed, and threaded fastenings shall incorporate adequate lockingdevices. Safety wire shall be incorporated in critical applications.
5. Weldments requiring alignment with assemblies, interchangeability, fit, and flatnessshall be fabricated with fixtures capable of maintaining dimensions in the finished partwithin design tolerance.
6. Specified sections and weld design and application shall be such that heat distortion ofplates and members is minimized in the final weldment.
7. All intersecting steel planes, e.g. side to top, side to bottom, of exterior steel sectionsof the passenger boarding bridge shall be 100% welded. Caulk shall not be used toprovide weather seals.
8. Components must be installed per the manufacturer’s recommendations. Modificationof the component which could affect its performance must be approved in writing fromthe manufacturer of the component. Any modified component should be identified assuch to the Owner for purposes of interchangeability.
Sarasota Bradenton International Airport PASSENGER BOARDING BRIDGEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118504 - 15
9. All components shall be chosen to be within their manufacturer’s published ratingsunder the most severe conditions of operation. This shall include, but not be limited tothe following:a. Mechanical Components: Speed, torque, force, environment, lubrication
means, and expected service life of chains, belts, sheaves, sprockets, shafts,bearings, gears, etc.
b. Electrical Components: Voltage, current, load characteristics, and duty cycle ofelectrical components.
c. Others: For components proprietary to the manufacturer, design shall conformto established industry practices.
10. Fastener heads shall not be located on rub or wear surfaces unless recessed belowthe surface.
K. Maintainability1. The bridge shall be designed to emphasize simplicity, ruggedness, and ease of
maintenance. There shall be no special tools required for routine maintenance.2. Attention shall be given to the design of each component and assembly to minimize
the number of routine maintenance items on the bridge.3. Components shall be selected and assemblies shall be designed to facilitate
troubleshooting and to minimize repair or replacement time.4. Access panels enclosing areas requiring maintenance shall be large enough to permit
accomplishment of the task required.5. Where practical, components shall be built in subassemblies for ease of replacement
and shall be designed to be installed or removed by one person.6. Where the weight of a component requires mechanical assistance, the component
shall be provided with lifting eyes or other suitable hoisting arrangement.7. Drawings, sketches, details, and all materials/equipment shall be submitted and
provided in the English language and systems of measure, including, withoutlimitation, dimensions, volumes, weights, threads, forces, fasteners, devices, panels,labels, signs, notices. communications etcetera. The use of metric or SI units is notacceptable.
8. All parts having the same manufacturer’s part number shall be directly and completelyinterchangeable with each other with respect to installation and performance.
9. All components and assemblies incorporated into the loading bridge shall be designedand manufactured to dimensional tolerances which will permit future interchangeabilityand facilitate replacement of parts.
10. The individual parts and components of each unit shall be of the same originalmanufacture and part number. Minor component parts need not comply with theabove, provided interchangeability and safety are not compromised.
L. Workmanship1. High standards of workmanship and methods shall be employed in the manufacture of
the passenger boarding bridge. Particular attention shall be given to metal finishes toassure freedom from blemishes, defects, burrs and sharp edges. Quality of welding,painting, riveting and alignment of parts shall be maintained.
2. All welds shall be of adequate length, area and strength to sustain the design load. Welds shall be reasonably uniform in appearance and cross section, and shall be freeof cracks, inclusion, porosity, cavities, and other physical and metallurgical defects. Welds shall not be ground in order to improve appearance except as required for flushsurfaces or non-structural parts. All welding performed in the fabrication, assembly
Sarasota Bradenton International Airport PASSENGER BOARDING BRIDGEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118504 - 16
and/or mounting of the passenger boarding bridge shall be accomplished by anappropriately licensed certified welder.
3. Assembly screws, bolts, studs, and other threaded fasteners shall becorrosion-resistant material or plated to prevent corrosion. All fasteners shall be tightand shall retain tension in service.
4. All wires and lines subject to chafing shall be provided with some means of protection. Acceptable anti-chafing devices include grommets, flexible sleeves or jackets, andother approved materials.
M. Identification and Markings1. All instruments, relays, circuit boards, pumps, motors, controls, etc. and instructions
shall be suitably identified with permanent, non-fading placards, or pictographsimpervious to the effects of weather, oil, cleaning solvents, aircraft hydraulic fluids, fueland other effects of normal operation for the life of the equipment without deterioration,fading, or loosening.
2. Placards shall be in sharp color contrast in large enough letters to be easily read fromthe operator’s position indicating the function, direction and/or identification.
3. A metal nameplate shall be riveted to the equipment specifying manufacturer’s nameand/or trademark, manufacturer’s part or model number, manufacturer’s serialnumber, date of manufacture, and equipment’s rating.
4. Circuit breakers shall be labeled as to the circuit that they feed.
N. Fixed Walkway1. Where indicated on the aircraft parking layout, fixed walkways are to be installed
between the rotunda entry corridor and the terminal building exit. Construction of thefixed walkway shall be substantially identical to that of the bridge tunnels, and shallmeet the same applicable specifications.
2. The fixed walkway shall be designed, furnished, and installed so as not to impose anyload on the terminal building.
3. The contractor must provide all required supports and haunches for final support ofnew walkway.
4. Coordinate base plate with existing field conditions. Field verify details prior tomanufacture.
5. Field verify all dimensions prior to manufacture.6. The minimum inside height of the fixed walkway shall be 7 feet, 6 inches and the
minimum inside width shall be 5 feet, 7 inches.7. Walkway design shall meet the same design requirements as the apron drive
passenger loading bridges.8. Walkways shall be equipped with handrails, both sides, to match "A" tunnel rails.9. Exterior and interior construction and finish to match PBB tunnels.10. One 120V convenience receptacle, GFCI style, should be installed for every 25' of
walkway, with a minimum of one being installed on any walkway over 10'.
O. Rotunda Corridor1. The minimum inside height of the corridor shall be 7 feet, 6 inches and the minimum
inside width shall be 4 feet, 4 inches.2. A polished aluminum diamond plate threshold plate with a non-slip surface shall bridge
the gap between the terminal building and the adjacent fixed walkway or between theterminal building and the rotunda corridor.
3. Interior and exterior flashing shall be installed between the terminal building and theadjacent fixed walkway or between the terminal building and the rotunda corridor to
Sarasota Bradenton International Airport PASSENGER BOARDING BRIDGEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118504 - 17
effect a weather-tight connection. Interior flashing shall be stainless steel or paintedmetal to match bridge interior color. Exterior flashing shall be NFPA-415 compliantweather resistant fabric.
4. The design of the rotunda and connecting corridor shall accommodate a terminal doorsized 4'-0" x 6'-10" or as otherwise may be existing.
5. Provide extended corridors where indicated on project documents.
P. Rotunda1. The rotunda is to be supported on an independent support column. It shall allow the
telescoping tunnels to swing through an arc of 175 degrees (87.5 degrees clockwiseand 87.5 degrees counterclockwise).
2. The rotunda support column shall not be anchored or secured to the terminal building,nor shall it transmit any live or dead loads or vibrations to the terminal building.
3. Coordinate base plate with details as indicated on the construction documents. Fieldverify prior to manufacture.
4. Field verify column dimensions prior to manufacture.5. The rotunda shall be equipped with adjustable limit switches (to be set at time of
installation) to control the swing angles of the bridge tunnels. If the limit switch isactivated by the bridge, the bridge shall be prevented from traveling further, but will notbe prevented from driving off of the limit in the opposite direction.
6. The opening between the rotunda and the hinged telescoping tunnels shall have acomplete weatherproof seal.
7. The side coiling curtain barrel assemblies shall be covered to protect them from theweather. These covers shall be hinged to allow easy access to curtain assemblies.Hinges shall be full length stainless steel.
8. The rotunda floor shall remain level regardless of the movements of the bridgetunnels.
9. The rotunda shall include positive bird nesting prevention features.10. Weather seals shall be provided at curtains to prevent wind blown dust, rain or snow
from entering bridge interior.11. Curtains, seals and covers shall provide complete protection from the exterior
elements. There shall be no visible gaps or daylight apparent through the rotunda.12. Threshold plates shall have chamfered edges to reduce tripping hazards.
Q. Telescoping Tunnels1. The telescoping tunnels shall be rectangular in cross section and hinged for vertical
motion at the rotunda.a. The telescoping tunnels shall permit servicing of all commercial jet aircraft as
required by the aircraft parking layout such that the slope of the tunnels doesnot exceed 1 in 12 (8.33%), with the exception of the transition ramps.
b. The minimum inside width of the tunnels shall be 4 feet, 10 inches and theminimum inside height shall be 6 feet 11 inches.
c. Flexible seals are to be used between the tunnel sections to provide aweather-tight seal preventing entry of blowing dust, rain, or snow.
d. Where the telescoping sections overlap, ramps shall be provided toaccommodate the difference in elevation. The ramps shall have yellowchamfered edges and handrails on both sides. Ramps shall have floorcoverings as indicated in the finishes section.
Sarasota Bradenton International Airport PASSENGER BOARDING BRIDGEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118504 - 18
e. All tunnels shall have flat roofs to prevent the collection of water. Corrugatedroofs will not be approved. Flat roofs should be designed to facilitate positivewater drainage.
f. Provide NFPA-415 fire rated glass view panels where indicated on the PBBdrawings.
R. Drive Column1. The drive column assembly shall provide the force to swing, extend or retract, and
raise or lower the bridge. This assembly shall be electro-mechanical.2. The motors and mechanisms for vertical, horizontal, and radial motion shall be integral
parts of the drive and lift column assembly and operate in a smooth and quiet manner.3. The assembly shall be designed to permit simultaneous vertical travel, horizontal
travel, and steering to permit expeditious movement to the aircraft.4. The vertical lift speed as measured at the cab bumper shall be 2.5 - 3.6 FPM nominal.5. The drive system shall permit the unit to be extended/retracted and rotated to any
point within its operating envelope and shall permit these movements at variablespeeds between 0 and 90 FPM. Maximum speed shall be limited to 85-90 FPM.Control of the drive system shall be such as to provide smooth starts and stops andpositive fail safe braking. The brakes shall remain effective with power removed fromthe unit.
6. Axles, wheels and tires shall be operated within their respective manufacturer'srecommendations. Tire footprint loads shall be limited to 200 P.S.I.
7. Wheel/Tire assemblies shall be solid rubber tire tread on forged steel wheels asmanufactured by Trelleborg or approved equal. Drive assembly shall operatesatisfactorily as specified in the construction documents on wet, iced, or snow ladenramp surfaces.
8. Provide a 2" wide reference stripe on each inner column tube indicating upper andlower travel limits.
9. The assembly shall be electro-mechanical driven and the following requirements shallbe met as applicable:a. Vertical Drive—Hydraulic
1) The lift mechanism shall consist of two (2) extra capacity hydraulic rams.Each assembly shall be independent of the other and capable ofsupporting the bridge under full design load. An adjustable rate pump andcylinder system shall provide the necessary lift speed measured at theaircraft cab bumper.
2) The lift cylinders shall be equipped with internally mounted velocity fusesthat prevent the bridge from descending in the event of fluid loss or othersystem failure. The hydraulic circuit shall be designed so that the bridgecan be lowered manually in case of a power failure.
3) Mechanical stops in the cylinders shall be provided to prevent over-travelof the lift column. The system shall not be damaged if the bridge is raisedor lowered into the cylinder stops.
b. Hydraulic - Design1) The hydraulic fluid shall be fire resistant, have low toxicity, and have
biodegradable properties.2) The hydraulic fluid shall allow satisfactory operation of the drive column
under ambient temperatures of -40°F to 140°F with winds up to 60 milesper hour and meet the requirements of MIL-H-5606, latest edition. The
Sarasota Bradenton International Airport PASSENGER BOARDING BRIDGEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118504 - 19
hydraulic reservoir (tank) shall have the capability of being electricallyheated during severe weather conditions.
3) The system should have shutoff valves installed to facilitate changing ofcomponents such as filters, pump, and hoses without draining thesystem.
4) The hydraulic fluid desired will be specified by the controllingspecification. A nameplate stating the type of hydraulic fluid used and thetotal tank capacity shall be installed adjacent to the reservoir filler neck. The hydraulic fluid shall be manufactured by Pennzoil Products.
5) The preferred maximum pressure required by an operation is 2000 psi orless.
6) Maximum allowable flow velocity (Ft/Sec) through any hose, tube or pipeshall be determined from the following table:(a) Suction: 04(b) Pressure - Continuous Duty: 15(c) Pressure - Intermittent (up to 50% Duty): 25(d) Pressure - Infrequent (up to 20% Duty): 40
7) In cases where pressure drop due to tube and hose length becomesexcessive with the flow specified above, such tubes and hoses shall bemade of a larger diameter to reduce the pressure drop.
8) Hydraulic components shall be protected from flaws in excess ofmanufacture’s published ratings.
9) The hydraulic fluid reservoir shall have a minimum reserve of 25% ofdisplaced hydraulic fluid, making the capacity equal to 1.25 times the totalmaximum displaced volume of the hydraulic components including thatcontained in the hydraulic lines, accumulators, and cylinders. Thereservoir design is to include the following:(a) Weatherproof breather with 10 micron filtering, having air flow
capacity adequate to maintain essentially atmospheric pressure inthe reservoir under maximum flow conditions.
(b) A magnetic drain plug is to be incorporated in a sump located atthe return end of the tank. The tank should be arranged such thatthe sump and drain are at the lowest point.
(c) Full range fluid level indicator with adequate protection frombreakage and located in an easily observable area.
(d) A strainer type filler neck with attached cap is required.(e) The tank outlet to the pump and the major return port are to be
located at opposite ends of the tank and one inch (25.4 mm) abovethe tank bottom. Any pump case, seal leakage, or other gravitydrains are to be returned to the top of the tank with the actualdischarge below that level at which oil should be added to the tankto prevent aeration.
(f) An access opening to allow full access to interior for cleaning. Access cover is to be gasketed and fastened leak tight.
(g) Reservoir to be thoroughly cleaned and protected fromcontamination during assembly of the unit. Material andconstruction to conform to commercial quality and adequatelyprotected against corrosion. Coated tanks are unacceptable.Items such as strainers, check valves, relief valves, filters, or anyother item requiring periodic inspection or repair shall not be
Sarasota Bradenton International Airport PASSENGER BOARDING BRIDGEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118504 - 20
located inside the tank, but outside where they can be servicedeasily.
10) The hydraulic system should include a “high” and “low” side hydraulicfilter, spin-on design, with a minimum 10 micron filtering capacity. A lowpressure filter canister of micron size to be determined by pumpmanufacturer shall be located between the tank and pump system. Easyaccessibility to the clean out port shall be provided.
11) Pumps are to be chosen so that their capacity will meet peak demandswithin manufacturers’ capacity ratings of flow, pressure, and RPM. Where system reliability and/or pump manufacturers’ specificationsrequire it, a boost pump and low pressure filter with a differential pressureindication will be provided.
12) The system pump(s) and components are to be protected by a reliefvalve(s) which have a capacity equal to or greater than pump capacity. Relief valve(s) shall dump directly to tank.
13) The hydraulic fluid temperature during continuous operation shall notexceed 150°F (66°C) on a 115°F (46°C) day and in no case shall exceedthe hydraulic system components manufacturers’ recommendations.
14) Dynamic pressure surges, spikes, and fluctuations shall be minimizedwith use of accumulators if necessary. Pre-charge information tags shallbe attached adjacent to charge fitting.
15) The material for all hydraulic lines shall be specified. Flexible lines shallbe made of hydraulic fluid resistant material. The lines shall be protectedand supported from chafing and binding. Hydraulic lines shall be routedso that, where possible, structural members will provide protection. Linesshall be supported so that fittings, tubing and hoses are separated fromengine exhaust systems, and are not subject to damage from heat,external loads, and vibration. If necessary, heat barriers or shields shallbe installed. Lines shall be protected from kinking and abrasion.
16) All hydraulic fittings will be in accordance with SAE J514. If flared, the37° (0.646 rad) flare with “B” nut and sleeve is to be used. Flared copperseats are not to be applied to fittings for sealing purposes.
17) All pipe threads are to be joined with a suitable pipe sealant.18) Hydraulic systems are to incorporate such devices as hydraulic fuses,
pilot check valves, holding valves, accumulators where necessary, andinterlock systems to eliminate uncontrolled action of mechanisms (i.e.,the fall of the bridge, etc.) in the event of energy failure. Manualactuation of systems shall be provided to return systems to a safecondition should energy failure occur.
19) Test port locations shall be provided at points in the hydraulic systemrequiring access for pressure adjustments and troubleshooting. Eachport shall be plugged with a 1/4 in. NPT plug.
20) The hydraulic tank filler and breather and lines shall be located awayfrom heat sources to prevent oil from splashing onto hot surfaces in theevent of overflow, leak or component failure.
21) Hydraulic hoses shall conform to the quality of the SAE 100R1 through100R7, per SAE Standard J517, as applicable.
22) All components which are capped when received from suppliers shallhave the protective caps left in place until connection is made to eachport.
Sarasota Bradenton International Airport PASSENGER BOARDING BRIDGEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118504 - 21
23) When charging the hydraulic system with oil, the manufacturer shall takesteps to ensure that the oil is free from contamination. The supplycontainer shall be protected from water and dirt contamination duringstorage. All transfer containers and fittings shall be thoroughly cleanedand dried prior to use to prevent contamination from dirt, water, and otherfluids.
24) The manufacturer shall operate all segments of the hydraulic system fora period of one hour to thoroughly circulate the hydraulic fluid, remove thehydraulic filter element, examine for contaminants, and replace with anew element. This shall be repeated until the used filter shows noevidence of contaminants. In the case of dead end lines to actuators,provisions for bleeding shall be made and measures shall be taken toensure that fluid not normally being re-circulated shall be made to do soduring the cleansing period to ensure that all fluid, lines, and componentsare clean.
25) Pressure vessels such as air receivers shall comply with all applicablerequirements of the ASME Unfired Pressure Vessel Code, Section VIII. Such equipment shall bear an ASME “U” Code Label and certification.
26) Manufacturers shall furnish sufficient details of their proposed hydraulicsystem to allow an engineering evaluation.
c. Horizontal Drive—Electro-Mechanical1) An electrical mechanical drive system shall provide extend, retract,
swing, and steer capabilities at variable speeds up to 90 feet per minute.This two-wheeled system shall operate on solid tires. Both wheels shallbe independently driven by AC gear motors with solid state siliconcontrolled rectifier (SCR) controls. The entire system shall be containedwithin the bridge and require only AC power.
2) A dynamic braking system shall allow the bridge to come to a smooth,controlled stop. Spring actuated brakes shall be located on each drivemotor and lock the bridge in place whenever electrical power is cut off bymoving the control lever to the neutral position or when there is a powerfailure.
3) The horizontal drive motors shall be equipped with brake releases.Connection lugs shall be provided to allow the bridge to be towed in theevent of power failures.
d. PBB's shall provide for "conventional steering" as well as "point & go" steering.The PBB shall be shipped selected to conventional steering, but mode shall beselectable through a password protected maintenance screen. PBB shall stay inlast mode selected unless changed by authorized personnel.
S. Aircraft Cab with Operator's Station1. The aircraft cab with operator's station shall be designed to rotate a minimum of 125
degrees, a minimum of 92.5 degrees counterclockwise and 32.5 degrees clockwise onbridges with right-side service stairs and a minimum of 92.5 degrees clockwise and32.5 degrees counterclockwise on bridges with left-side service stairs from the tunnelcenterline to facilitate alignment with multiple aircraft parking configurations. Therotation speed shall be between 2 and 2.5 degrees per second. The cab shall beenclosed to provide maximum security and protection from the outside environmentthroughout the docking and passenger loading operation.a. All cab rotate motors shall be provided with VFD inverter drives suitably rated
for the connected load.1) Provides smooth start/stop functions.
Sarasota Bradenton International Airport PASSENGER BOARDING BRIDGEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118504 - 22
2. Cab rotation pin assemblies shall be provided with accessible lubrication points andshall be included in the PBB preventative maintenance program.
3. The operator's station shall be located on the left-hand side of the cab and shall beprotected from the outside environment as well as passenger interference. It shallconsist of a forward facing control console positioned behind a safety glass window.This window shall be of sufficient size to allow the operator to operate the bridge withfull view of the aircraft contact area during normal operation, including the auto-leveler,without opening the weather door.
4. The cab shall have sufficient windows to allow the operator to view the ramp areaduring operation. Also, a round rear view mirror shall be provided on both sides of thecab to allow the operator full view of the horizontal drive wheels (wheel bogie) duringoperation. Provide additional mirrors as necessary such that operator has full view ofwheel bogie and service stairs during bridge operations.a. Mirror frames and brackets shall be galvanized.
5. The cab side coiling curtain slats shall be equipped with upper and lower safety glassview panels to allow the operator maximum visibility of the aircraft and ramp duringoperation.
6. A closed circuit television system shall be provided complete with a 7" color highresolution monitor housed in or near the control console. The camera shall be focusedon the drive bogie and service stair so that the operator has an unobstructed viewwhen servicing all aircraft. This monitor shall not be incorporated into the HMIoperator's screen.
7. The side coiling curtain barrel assemblies shall be covered to protect them from theweather. Covers shall be hinged to allow easy access to curtain assemblies. Hingesshall be full length stainless steel.
8. Weather seals shall be provided at curtains to prevent wind blown dust, rain or snowfrom entering bridge interior.
9. Curtains, seals and covers shall provide complete protection from the exteriorelements. There shall be no visible gaps or daylight apparent through the cab exceptat windows and clear curtain slats.
10. The cab shall have weather proof doors to protect the interior of the bridge when it isnot in operation. These doors shall be located to the right of the operator's station andhave the capability of being locked. These doors shall be double swinging weatherdoors. The opening shall have a clear width of 44 inches and a minimum clear heightof 7 feet 6 inches, and shall be equipped with 1/2 door height wire reinforced safetyglass windows to enhance visibility.a. Door to incorporate suitable stops to hold open when opened and closed when
closed.b. Door to be lockable from inside the cab bubble area (non-keyed locking
mechanism).c. Doors shall utilize a commercial grade door closer such that a minimum of effort
is required to open or close the doors.d. Doors shall be fitted with three non corrosive hinges per door.e. Doors shall be anodized aluminum "store front" finish.
11. The aircraft end of the cab floor shall be equipped with a full width aircraft spacer(bumper). The spacer shall be of a material that will retain its flexibility during constantusage regardless of the temperature and must be non-abrasive to prevent scratchingor other damage to the aircraft fuselage. The spacer shall provide safe and securehuman support when stepped upon. The color of the bumper shall be safety yellow.Appropriate designed and fabricated cut-outs shall be provided to accommodate all
Sarasota Bradenton International Airport PASSENGER BOARDING BRIDGEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118504 - 23
design aircraft devices, including without limitation, the door of the A300, MD80 andB737 series aircraft pitot tubes without violating NFPA 415, current edition,requirements. The PBB spacer material shall comply with NFPA 415, current edition,requirements.
12. The outer most end of the cab shall be equipped with an adjustable floor. The floorshall be actuated and independently adjustable to adapt to the slope of the aircraftdoor sills. It shall be designed to level automatically and be equipped with manualoverride control. The floor shall be capable of providing a level surface adjacent to theaircraft door sill for passenger loading bridge slopes from -12% to +12%. No portion ofthe cab floor shall exceed 8.33% slope in the direction of the expected passengertraffic. All actuators and the like, exposed to passenger view shall have removablepainted metal covers installed. Paint shall match PBB color.
13. The floor shall be double hinged and shall provide a smooth transition between thelevel floor and the tunnel section. This transition floor shall provide a smooth platformsloped approximately in the direction of passenger traffic flow. There shall be noraised surfaces that may introduce a tripping hazard to the passengers. Adjacentsurfaces shall be the same level regardless of the position of the cab floor or thepassenger loading bridge.
14. Passenger Boarding Bridge Identification Signs shall be supplied by the manufacturerfor each bridge identified in the construction documents. These three sided illuminatedtriangular signs are mounted to the top of the jetbridge end cab and are visible fromany angle by the pilots as they approach the gate area. The gate number isapproximately 2'-5" high with a readable distance of 600 feet or more. Thealuminum-fabricated structure will be painted to match the color of the passengerboarding bridge, and will have 1/4" thick acrylic sign faces with surface sprayed color.The letters will be masked during the spraying process and, when removed, thetranslucent acrylic will be revealed. Approximate size of the sign faces will be4'-5&1/2". This sign will require out-door weatherproof detailing.a. Coordinate sign face colors and fonts with the Owner.
1) Submit details and obtain written approval before proceeding.b. Gate signs shall be activated by an adjustable photoeye. Power shall be
distributed from a circuit breaker located within the electrical control cabinet.Accessible switches that could be inadvertently turned off will not be allowed.
15. Vinyl Gate No. decals shall be installed on the terminal side of all PBB wheel bogies.16. Operator's station shall be equipped with an operators platform for the operator to
stand on while rotating the cab. This prevents the operator from having to walk whilealso attempting to operate the bridge.
17. Control console doors/lid shall be interlocked to drop main power in the event they areopened. These limit switch interlocks shall be defeatable by maintenance staff.
18. Control console doors/lid shall have hold open devices.19. PBB Pre-Cool Plenum: Provide a minimum 60"Hx12"WX12"D dual wall insulated PBB
precool/heat plenum in the end of C-Tunnel (or outermost tunnel). Provide and installa brushed aluminum diffuser on the interior of the PBB. Utilize a 10" inlet port, or asnecessary to coordinate with PCA equipment which it will be utilized with. Coordinatewith the PCA manufacturer. Locate such that plenum is not blocked when the PBB isin the stowed position as shown on the contract documents.a. Provide control console located pre-cool controls.
20. Subfloors in the cab area of the PBB, including the porch area outside the doubledoors shall be provided with aluminum sub-floors. Plywood is not allowed.
T. Controls and Indicators
Sarasota Bradenton International Airport PASSENGER BOARDING BRIDGEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118504 - 24
1. Controlsa. The operator's control console shall be designed to allow accurate operation by
personnel possessing no special skills and trained by the manufacturer ormanufacturer-certified trainers, in accordance with the manufacturer's operationmanual.
b. A placard outlining the bridge operating instructions shall be displayed in aprominent location in the cab of each bridge so as to be easily visible to theOperator while operating the bridge.
c. All motor controls shall be motion oriented. For example, in raise and lowerfunctions, the "raise" push-button will be located above the "lower" push-button,etc.
d. All controls necessary for the operation and control of the loading bridge are tobe located on the control console and grouped on control console faceplate infunctional groups and labeled as to its function. The following controls shall belocated on the control console:
e. Graphical User Interfaces (GUI), also referred to herein as an HMI (HumanMachine Interfaces), shall be 15" high resolution color.1) Access to controls shall be by entering an access code utilizing the HMI
interfaced to the PLC. Coordinate access codes with Owner.2) A "Power On" push-to-start button.3) An illuminated "Emergency Stop" push button. E-stop shall not interrupt
power to PBB lighting circuits; it shall, however, activate the Auto-levelalarms and illuminate in the event that it is depressed while auto leveler isin "Auto".
4) A four quad "Joy Stick" shall control forward, reverse and steeringfunctions. The steering rate shall produce smooth and reasonablesteering, speed, acceleration, and deceleration. The speed of travel shallbe proportional to the movement of the joy stick.
5) Two individual push-buttons marked "Raise" and "Lower" for controllingthe vertical travel of the bridge.
6) Two individual push-buttons marked "Rotate Left" and "Rotate Right" forrotating the cab.
7) Push-button(s) to control the adjustment of the left and right side of thebellows-type aircraft closure.
8) A switch to control the floodlights that illuminate the ramp area under theaircraft and drive column undercarriage.
9) A switch to control the light in the cab.10) A switch to change the adjustable cab floor operation from automatic or
manual.11) A push-button switch to control the adjustable cab floor while in the
manual mode.12) PBB pre-cool start and stop pushbuttons.13) Prepositioning: The PBB will be equipped with a PBB Preposition
pushbutton.(a) End user will be required to enter their aircraft fleet mix and to fit
test aircraft and program the preposition.(b) Operator can select Preposition mode, select aircraft, verify ramp
is clear, and then press and hold the preposition buttton. While thepreposition button is depressed, the PBB will drive to the
Sarasota Bradenton International Airport PASSENGER BOARDING BRIDGEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118504 - 25
pre-programmed position. At any time during the Prepositionoperation, should the operator release the preposition swith, thePBB will immediately come to a stop.
(c) Aircraft proximity sensors shall stop PBB prepositioning if the PBBapproaches aircraft to a user adjustable limit.
f. Control requirements shall include a Human Machine Interface (HMI) touchscreen.1) All control and display schemes shall be submitted for approval. See
submittals section.2. Indicators. The following indicators shall be labeled to indicate function and shall be
located on the control panel.a. A cab floor height indicator shall show when the cab floor elevation is at the
proper height (theoretically correct) for each aircraft to be serviced. Indicationshall bee capable of displaying in units of feet and inches. Display shall be inthe units of feet and inches.
b. A PBB extension/retraction length shall be displayed which shall show thecurrent operational length of the PBB measured from the centerline of therotunda to the outermost face of the aircraft spacer (bumper). Indication shallbee capable of displaying in units of feet and inches.
c. A wheel position indicator shall show the orientation of the wheels along with thetrue tunnel centerline, regardless of the cab's rotational position.
d. An amber light to indicate that the auto level function is energized andoperating.
e. An auto level malfunction shall be indicated with a red light and shall beaccompanied by an audible warning.
f. A swing limit reached shall be indicated with a red light and shall beaccompanied by an audible warning.
g. An amber light shall indicate when the aircraft canopy closure is in the downposition (aircraft closure must be retracted before the bridge can be moved).Green shall indicate up, red shall indicate canopy down and the key selectorswitch to ON.
h. A red light shall indicate a lift column malfunction has occurred.i. A light shall indicate if the adjustable cab floor is in the automatic or manual
mode.j. A red light shall indicate when the 400 Hz aircraft cable is deployed.k. An green light shall indicate when the 400 Hz unit or PCA units are operating,
red shall indicate faults, amber shall indicate standby.l. Any operator correctable condition that prevents the PBB from operating with
the Key switch in the ON position should be displayed in an approved manner.m. Any condition that causes an audible alarm shall be displayed.n. Display requirements shall be met with a Human Machine Interface (HMI) touch
screen.1) All control and display schemes shall be submitted for approval. See
submittals section.
U. Aircraft Canopy1. The outermost end of the cab is to be equipped with an accordion-type bellows
closure. Both sides of the closure shall be independently adjustable to provide aweather-tight seal against the most critical aircraft contours. When fitted against the
Sarasota Bradenton International Airport PASSENGER BOARDING BRIDGEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118504 - 26
aircraft fuselage, the closure shall enclose both the open aircraft door and doorway.Pressure sensitive limit switches shall be incorporated into each side of the closureactuator mechanisms, as necessary, to prevent excessive pressure on the skin of theaircraft. The aircraft contact point of the closure shall be a soft material to preventscratching or damage of any kind. The closure is to be non-abrasive, highly tearresistant, and weather resistant as well as able to remain elastic and flexible inextreme cold and hot climates and meet the requirements of NFPA-415, latest edition.
2. To maximize UV protection and increase service life, the assembly shall be two ply,the outer ply will be a rugged, polyester fabric while the inner ply will be a NFPA 415compliant material.
3. The material for the outer ply shall meet the following minimum requirements: FIBER-Polyester, DENIER-1000, COUNT-18 x18, TEAR (LBS/IN)-242/213, TENSILE(LBS/IN)-439/441.
4. The material for the inner ply shall meet the following minimum requirements:FIBER-Fiberglass-Satin Weave, DENIER-, COUNT-, TEAR (LBS/IN)-50/45, TENSILE(LBS/IN)-300/275.
5. A minimum two (2) inch thick cushion pad shall be provided at the point of contactbetween the canopy and the aircraft fuselage to prevent damage to the aircraft skinand cabin or cockpit windows. Canopy supports in the leading edge of the canopyshall be padded to prevent contact with the aircraft. This padding shall be firmlyattached in such a manner to prevent its slipping, turning, twisting, or distortion fromnormal usage. It shall be possible to replace the padding in sections without removalof the entire canopy.
6. The closure must be capable of mating with all aircraft from BAE-146/RJ-85 throughB757, B767, B777, B747 and Airbus aircraft compatible. This shall be a minimumrequirement. Additionally, the manufacturer shall review the aircraft parking planningdrawings and shall ensure that all canopies shall mate properly to all indicated aircraft,irrespective of gate position.
7. The closure when in its retracted position shall be protected by a hood or other deviceto prevent water and/or debris from laying in the folds of the closure material when thebridge is not in use.
8. Any exposed arms, struts, etcetera should be covered.
V. Auto Leveler1. PBB's shall be equipped with an automatic leveling device which permits the bridge to
automatically respond to changes, including small changes, in aircraft door sill heightthus maintaining a constant relationship between the floor of the aircraft and the floorof the PBB. It shall not exert stress on the fuselage skin. The leveling device actuatingmechanism or rotary sensor which contacts the aircraft shall be located on the rightside of the cab in full view of the operator. If the actuating mechanism or sensor islocated in the cab interior or other area normally exposed to passenger traffic, it shallbe located in a remote area not typically occupied by the passengers, and it shall beadequately protected and shrouded to preclude passenger interference. "DANGER -DO NOT TOUCH" shall be printed in 1/2" red letters on the device or shroud to advisepassengers to stay clear. It shall function reliably on each specified aircraft regardlessof door location, fuselage contour, and aircraft door sill height. The auto-leveler shallbe engaged when the PBB is in the "AUTO" mode.
2. In the event of an auto leveler failure, an alarm shall sound and an "Auto Leveler"Warning light shall flash, at the console to alert the operator. The console alarm shallbe a different alarm with a distinct sound so as to distinguish it from other PBB alarms.The audible alarm shall be of sufficient volume to be heard throughout the interior ofthe PBB.
Sarasota Bradenton International Airport PASSENGER BOARDING BRIDGEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118504 - 27
3. Since the aircraft and PBB are exposed to various wind conditions and jet blast duringthe servicing period, the auto-leveler actuating mechanism shall be capable ofactivating within the full range of its horizontal and lateral clearance.
4. The control circuitry shall include an adjustable solid state timer which shall limit theauto-leveler's continuous response in either direction. The timer shall be adjustablefrom 1.6 to 16 seconds, and shall be preset to 2 seconds, and have a minimumrotation of one revolution and allow a range of adjustment of at least six inches up ordown from a neutral position. The circuitry shall include both audible and visual alarmsat the operator's console, and a bell or horn in the general ramp area, which shallproduce a distinctively different sound from the other alarms on the unit, when thetimer interrupts the response to the system. When the timer circuit de-activates theauto-leveler, the vertical lift system shall automatically be de-energized and locked inposition, a vertical brake system shall automatically engage, and the audible andvisual alarms at both the operator's console and ramp area shall be activated.
5. The auto-leveler actuating mechanism and sensor shall be durable and operatereliably even in the most adverse weather and ramp environment. It shall also beprotected against accidental damage.
6. A remote audible alarm shall be located at the exterior wheel bogey and at therotunda or fixed walkway, at the building interface to alert in the event of an autoleveler fault. This will be in addition to the console located audible alarm.
W. RJ Cab Floor1. The passenger boarding bridge shall be capable of docking to the Canadair Regional
Jet (CRJ), and the Embraer Regional Jet (ERJ), as well as the standard narrow/widebody aircraft mix.
2. The interface between the CRJ aircraft and boarding bridge shall be a smoothtransition. The top of the cab floor and the top of the CRJ aircraft step/sill shall beflush. The boarding bridge floor shall not lay atop the CRJ aircraft step/sill, but rathershall abut the aircraft walking surface. The apron drive cab floor shall be anelectro-mechanical floor and shall be designed to negotiate the sensors on ERJ andCRJ jet aircraft.
3. The operation of the floor shall be electro-mechanical.4. The bridge cab floor shall not have any steps, ledges, gaps, or surface protrusions
when docked to the specified aircraft. These may present tripping hazards at thebridge to aircraft interface and are not permitted. There shall exist no tripping hazardgaps by design. The use of hand ramps to cover gaps will not be permitted.
5. Bumper must be continuous in all applications. If slots or gaps are utilized toaccommodate regional jet handrails, these shall be repositioned so as to be eliminatedwhen servicing narrow body aircraft. The floor shall be designed to eliminate anytripping hazard or shall be equipped with appropriate guards.
6. The bridge cab floor shall be designed to provide positive protection to the CRJ door. The cab floor section that interfaces with the CRJ door shall be free to tip/rotate/moveupward so as to prevent damage to the CRJ aircraft door in case of misdock orauto-leveling failure.
7. The canopy closure of the boarding bridge shall form a weather seal around the doorof the aircraft specified and shall be constructed so as to clear all aircraft antennas,pitot tubes, etc. The canopy shall be designed to keep all heated probes out of thecontact of passengers.
8. Handrails shall be provided to direct and support passengers as they enter/exit theregional jet aircraft. The handrails shall be able to support 400lbs lateral or verticalloading. The handrails shall keep the passengers away from any heated probes onthe regional jet aircraft. The handrails shall be affixed to the bridge and shall be easy
Sarasota Bradenton International Airport PASSENGER BOARDING BRIDGEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118504 - 28
to deploy. The handrails shall provide a full barrier system to keep passengers fromexiting off of the front of the bridge at any time after the boarding bridge has beendocked, and shall meet all applicable OSHA and ADA requirements.
9. The regional aircraft cab floor shall be controlled from the bridge console. The floorshall extend and retract to accommodate the regional jet aircraft steps and sensors.
10. The cab floor shall be equipped with appropriate sensors to safeguard the aircraft,including, but not limited to slow down sensors for forward motion and cab rotate,sensor strips to prevent damage to stairs, handrails, moveable handrails, etcetera.
11. Floor design shall be capable of completing a docking process safely in a maximum of1 minute for the typical operator.
X. Safety Shoe1. A safety shoe shall be required as a precaution to prevent aircraft damage in the event
of a failure of the auto-leveler. The safety shoe shall be designed such that theoperator places the shoe on the floor of the cab under the aircraft door. In the eventthe aircraft lowers and the aircraft door makes contact with the safety shoe, theauto-level alarm shall activate, if it is not already, and the PBB shall automaticallylower until such time as the door is no longer in contact with the safety shoe.Subsequent contact with the shoe shall have similar results.
Y. Slow and Stop Proximity Sensors1. The manufacturer shall equip each PBB with a proximity switch system, or
comparable, to prevent the bridge bumper from hitting the aircraft, causing damage. At2' to 10' (adjustable) from the aircraft, slow-down circuitry shall be initiated, slowingforward movement to half speed. As the bridge continues to approach the aircraft,stop proximity senors shall activate, no part of the bumper will be permitted to comewithin 0" to 2" (adjustable) of the aircraft. Appropriate forward motion and cab rotationin the direction of the aircraft will be locked out to prevent the bridge from contactingthe aircraft. Movement away from the aircraft will be unrestricted.
Z. Service Door, Landing, and Stair1. A ramp service door, landing, and service stair shall be provided at the aircraft end of
the bridge for apron access by authorized personnel. The door, landing, and stair shallbe positioned on the right-hand side of the cab bubble unless otherwise indicated.
2. The service door shall be a minimum of 2 feet, 6 inches wide by 6 feet, 8 inches high,half wire-glass hollow core, steel door, with a 45-minute fire rating. The door shallopen outward on the landing and be equipped with a heavy duty door closure. Thedoor shall include a 30-inch stainless steel kick plate to cover the lower inside portionof the door along with weather stripping on the jambs and header and a verticallyadjustable bottom weatherstrip. The door shall be equipped with a heavy duty keylesslockset conforming to to 49 CFR 1542.207(b) security requirements. The lock shall bea Unican 1000-1 lockset. Locks to be equipped with pushbutton security entrance fromoutside to inside and with rotary knobs inside and outside. The locksets on all bridgesshall match and shall have key override functions.
3. The service stairs shall have equally spaced, self-adjusting risers with open meshnon-skid type treads. All steps have equal rise with a minimum tread width of 28inches, and a minimum depth of 9-1/2 inches. The bottom of the service stair shall besupported by casters with rubber tired cast iron wheels to roll on the apron. Both sidesof the stairs shall be equipped with tubular steel handrails of proper height to meetapplicable codes. Entire assembly, including, but not limited to, rails, treads,framework, landing, modesty shields, brackets and hardware shall be constructed ofgalvanized steel.
4. The service landing shall be made of an open mesh, non-skid grating and becompletely surrounded by tubular steel handrails of the proper height to meet
Sarasota Bradenton International Airport PASSENGER BOARDING BRIDGEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118504 - 29
applicable codes. The landing shall be level with the cab floor and shall be illuminatedby an LED (100 watt equivalent) photocell actuated light, with interior bypass.
5. A visual modesty shield shall be provided beneath the service stair landing. Designshall prevent the accumulation of rain or snow.
6. Service platform handrails shall incorporate industry standard "catering gate" handrailmodifications. Catering gates shall utilize stainless steel chains, snap hooks andhardware.
AA. Baggage Slides1. Existing baggage slides shall be removed and reinstalled on new PBB's at Gates B3,
B4, B5, B6 & B12.2. New baggage slides will be provided for new PBB's at Gates B1, B2, B7, B8, B9, B10,
B11 & B14. Provide and install new baggage slides as follows:a. Nova Slide baggage slides .b. 316SS.c. P&W Machine @ pwmachine.com.
AB. Electrical System and Components1. The passenger boarding bridge shall be capable of operating on an emergency power
backed up source of 3-phase, 3-wire, 480/277 Volt, 60 Amps service terminating in a panel on the terminal wall adjacent to the rotunda column of the bridge, which shall beprovided by others. This power shall remain separate from non-critical load powersuch as PCA and 400 Hz loads. A thermal magnetic trip circuit breaker paneldisconnect for the motor, lighting, and control circuits shall be mounted on the rotundasupport column.a. The PBB main circuit breaker shall remove all power from all bridge circuits
(exclusive of PCA & 400 Hz systems).2. This panel shall also house thermal magnetic trip circuit breakers for the addition of
the preconditioned air and 400 Hz equipment as applicable and as indicated on theproject drawings.a. Panel shall be NEMA 4X rated 316 stainless steel disconnect panel.b. All circuit breakers shall be lockable in the "OFF" position.c. All primary disconnecting means shall be suitably rated to be capable of
withstanding and interrupting fault currents available at the input.3. All standard lighting, duplex receptacles, operator controls, and fractional HP motors
shall operate on 120 volt, single phase, 60 Hz power. The transformer and separatecircuit breakers for lighting and control power shall be mounted in the power controlpanel.a. All circuit breakers shall be lockable in the "OFF" position.b. All circuits and systems shall be protected by circuit breakers. Fuses will not be
allowed.4. Disconnect panel shall either be equipped with exterior handles, or shall be guarded
such that all circuit breakers can be operated by an operator without having access toenergized components.
5. All electrical components, which are exposed to the weather, shall be of aweatherproof type or housed in weather-tight NEMA 3R enclosures, except for mainpower disconnect(s), which shall be a NEMA 4X stainless steel enclosure. Wheredictated by the environment, electrical enclosures shall be equipped with heaters tocontrol condensation.
Sarasota Bradenton International Airport PASSENGER BOARDING BRIDGEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118504 - 30
6. All electrical equipment and methods of installation shall conform to the requirementsand recommendations of the American Insurance Association (AIA), the NationalElectrical Manufactures Association (NEMA), and the National Electrical Code (NEC).
7. All electrical components utilized shall be recognized by Underwriters Laboratories(UL) or an approved equal testing laboratory.
8. Wiring and installation shall be in accordance with National Electric Code andapplicable local electrical codes.
9. Both ends of each conductor shall be color coded or identified. Particular attentionshall be given to separating circuits of different voltages, emergency lighting, andtelephone lines.
10. Five (5) dedicated unswitched, 120 volt, 1 phase, 60 Hz, 15 Amp three-conductorduplex receptacles shall be provided; one located near the operator's console, one inthe Rotunda, one weatherproof outlet at the rotunda located disconnect panel, oneweatherproof outlet at the wheel undercarriage near one of the lift columns, and oneweatherproof outlet at the cab end of the roof. These outlets shall be GFCI protected.a. Exterior outlets shall be equipped with extra heavy duty, metallic, while in use -
wet cover assemblies such as Red Dot Model CKMUV or equivalent.11. Control console lid, wiring harness should be of sufficient length to allow the panel to
be pulled out and turned over, facilitating repairs.12. All wiring shall be brought to terminal blocks and/or suitable connectors. The wiring
shall be formed and restrained to give a neat appearance. Wire splices shall not beused. Connections shall be made using terminal strips and staked lugs or by patentconnectors.
13. Grommets and suitable anti-chafe material shall be used where wires are required topass through structure or other similar relief or opening which exposes the wire topossible chafing. All wiring shall be in conduit (preferably automotive split loom) orspot-tied and shall routed away from possible pinch points. Wiring shall be adequatelysupported to protect it from damage due to ice and snow buildup, bumping, kinking,and flexing.
14. Quick disconnect fittings, where required, shall be UL or ETL approved.15. All light bulbs shall be heavy-duty LED type.16. All receptacles and light switch cover plates to be stainless steel, ANSI No. 4 finish.17. Electrical interlocks shall be fail-safe design.18. Electrical devices including lights, switches, relays, wiring, and terminals when located
in an area exposed to weather, shall be of weatherproof design or protected byweatherproof enclosures. All exterior located limits switches, potentiometers, or otherelectrical devices, shall be protected by suitable covers to prevent the accumulation ofsnow or ice from preventing switch action or causing false switch action, as well as toprotect the devices from physical damage.
19. Electrical conductors or cables exposed to weather shall be suitably rated and ULapproved.
20. Flexible cables/conduits shall not exceed 48" except where relational motion isrequired. All cables and conduits shall be adequately supported.
21. Cable carrier systems that expose cables to sunlight, shall require all cables installedwithin this system to be rated for UV exposure.
22. The bridge shall contain appropriate telephone communications equipment. Theprovisions shall include a flush mounted "J" box containing two (2) 12-pair CAT-6communication cable near the operator's position, include faceplate and RJ45terminations. The communication cables shall extend across the PBB. Provide andinstall terminations at the cab and building face end of cable.
Sarasota Bradenton International Airport PASSENGER BOARDING BRIDGEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118504 - 31
a. At gates B2, B4, B6 & B10, PBB shall accommodate two (2) phones in the cab.Provide for additional boxes, cabling, etcetera.
b. Accommodate existing building supplied systems.c. Telephone cabling shall be extended to the wheel bogey and shall terminate in
a junction box for the potential future installation of wheel bogey telephones.d. Remove, reinstall and reuse existing telephones. Phones are VOIP.e. Assist Owner in testing phone to ensure bridge phones operate correctly.
23. The bridge shall be designed with safety as the first priority; at a minimum, thefollowing control features, interlocks, and warning devices shall be included in thebridge:a. With the PBB in the "Off" mode, all controls shall be inoperative.b. Spring-loaded wheel brake(s) shall be automatically set whenever controls for
horizontal travel are not actuated by the operator. The drive system shall haveprovisions to manually release the brakes to permit towing of the unit in theevent of a power failure.
c. The vertical lift column safety stops are to be automatically engaged whenevercontrols for vertical travel are not actuated by the operator.
d. With the PBB in the "Auto-Level" mode, all manual motion controls shall beinoperative. In this mode, vertical travel shall be regulated by the automaticleveling system.
e. With the PBB in the "Operate" mode, the Auto-Leveler shall be retracted andbecome inoperative.
f. The control circuits shall be designed and wired so that it is impossible to selectopposite motions simultaneously, e.g., extend and retract or raise and lowertravel.
g. Two limit switches, one to slow the bridge to half speed and one to halt forwardor reverse travel of the bridge when the tunnel extension or retraction limitshave been reached.
h. Limit switches shall prevent movement of the bridge beyond specified Rotundaoperating parameters as specified in these Specifications.
i. A 6-inch diameter alarm bell located under the aircraft cab shall soundcontinuously whenever the bridge is in drive mode of operation.
j. An amber colored rotating beacon located under the aircraft cab shall illuminatewhen the selector switch on the operators' console is in the "Operate" position.
k. Adjustable slope limit switches shall be added to prevent movement of thebridge in a way that can damage the loading bridge or any auxiliary equipmentthat is mounted on the bridge.
l. Vertical travel limit switches shall be provided to prevent travel of the vertical liftcolumns into the mechanical stops.
m. Horizontal travel limit switches shall be provided to prevent travel of the tunnelsinto the mechanical stops.
n. Cab rotation limit switches shall prevent over rotation (left or right) of the cabinto mechanical stops.
o. Preconditioned air and 400 Hz operating interlocks shall prevent horizontalbridge motion while these units are operating or the 400 Hz aircraft cable is notin the stowed position. Suitable warning indicators shall be provided for each ofthese conditions.
Sarasota Bradenton International Airport PASSENGER BOARDING BRIDGEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118504 - 32
p. Drive forward and cab rotate controls shall be locked out when canopy is downon the aircraft.
q. Forward or reverse “drive” controls are locked out by their respective extend orretract switches.
r. The bridge shall be fitted with slope vertical limiting switches which shall lockout appropriate vertical and drive functions if operated beyond 10.0% (or asrequired by airline specifications) slope limits.
s. Adjustable switches shall be provided to limit the swing or rotation of the bridgeto prevent contact with the terminal building or other fixed obstruction. Thissystem will stop drive motions in the direction of contact and the system shallincorporate suitable warning lights and buzzers on/or inside the operator’spanel.
24. The following interior and exterior LED lights shall be provided:a. Interior lighting shall include the lighting in the cab/bubble and rotunda areas.
The level of illumination shall be 200 lux at the finished floor level with theweather door closed.
b. Tunnel lighting shall be provided by recessed LED panel fixtures with diffusers.The fixtures shall be 4 feet long and shall be positioned parallel to the tunnelcenterline on a maximum of 8-foot centers or less as required to meet specifiedlighting levels. The lights shall be controlled by two 3-way switches. One shallbe located in the control cab and one in the rotunda corridor adjacent to theterminal door. The level of illumination within the tunnels shall be uniform at 200lux at the finished floor level.
c. Rotunda and bubble area lighting shall be provided in a similar manner, shallmeet the same lighting level requirements and shall be controlled from thesame tunnel switches.
d. The operator's console shall be provided additional lighting via recessed LEDlight fixtures which shall be controlled via a switch on the operator's console.Provide a minimum of 645 lux at the console faceplate.
e. PBB electrical control cabinets shall be equipped with interior LED light fixturesas necessary to eliminate the controls for maintenance purposes, control viamanual switch interior to cabinet.
f. Two exterior LED floodlights shall be provided under the tunnel to illuminate theapron area ahead of the bridge. An additional LED floodlight shall be provided toilluminate the area around the drive column.
g. A sealed exterior type LED fixture shall illuminate the cab area forward of theoverhead roll-up door. Level of illumination shall be 200 lux at the finished floorlevel with the weather door closed.
h. A weatherproof exterior fixture with a 100 watt LED equivalent lamp shall beinstalled over the service door to illuminate the service stairs and landing. Itshall be controlled by an external photocell with interior overide switch.1) Service door landing light shall be automatically controlled via an external
photocell. This shall be able to be bypassed with an interior locatedphotocell override switch.
i. Provide emergency lighting with 90 minutes battery backup complete withself-contained charger and automatic on-off control. Emergency lighting shall beincorporated into the normal lighting fixtures, and shall meet illuminationrequirements of NFPA-101 life safety codes. Wall mounted battery units are notacceptable.
Sarasota Bradenton International Airport PASSENGER BOARDING BRIDGEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118504 - 33
j. All PBB lighting, lamps, bulbs, indicator lamps, etcetera shall be LED typewithout ballasts.
25. Transient Voltage and Surge Suppressiona. Unit shall be equipped with a ANSI/UL 1449 compliant TVSS protective device,
in accordance with directives of the IEEE STD 1100, latest edition.
AC. Finishes and Materials1. The exterior and interior designs shall be aesthetically pleasing and in keeping with
contemporary trends. Where necessary to meet this requirement, and when not inconflict with maintainability standards, enclosures should be utilized to cover unsightlyappurtenances.
2. All Interior and exterior systems shall be fitted and trimmed as necessary to present aneat and clean finished product.
3. All finishes shall meet NFPA requirements.4. Interior
a. All interior surfaces of the structure shall be cleaned in accordance withSSPC-SP3 or sand/grit-blasted in accordance with SSPC-SP6, as appropriate,and shall be coated with a rust inhibiting primer applied to a minimum 4 mil totaldry thickness over the average measured blast profile. Exposed interiorsurfaces shall be coated with an additional 2 mils of polyurethane finish coat.1) Color: Match wall boards.
b. Interior wall treatment shall consist of floor to ceiling 4-foot-wide laminatedphenolic plastic panels, with aluminum trim and recessed black accent strips.Paint all exposed interior metal surfaces to match interior wall panels, exceptbrushed aluminum or bright finish work. Walls shall be fully insulated to includefiberglass fire resistant insulation achieving a minimum R value of 9.5.1) Color and finish: TBD.
c. Ceiling shall be an 8-inch-wide aluminum plank-type ceiling with a 1/2-inch fireresistant insulation blanket on top with an exposed, black backing- minimumcombined R Value of 7.5. Planks shall run complete from bridge wall to wall.1) Finish: Brushed Aluminum.2) Alternate galvannealed ceiling panels will be allowed to the extent
remaining applicable specifications are adhered to.d. The PBB's shall be carpeted with heavy commercial non-skid carpeting, or
rubber as indicated. Flooring to be supplied and installed by bridgemanufacturer in the factory.1) Tandus2) Abrasive Action II3) Color: Charcoal
(a) Owner will deliver to PBB manufacturer 700 LF of 6' wide roll goodpreviously purchased. Utilize this and provide whatever additionalmaterials are required. Due to lot differences do not comingleprovided carpet with purchased carpet.
(b) Provide and install all other materials necessary, e.g. adhesives,retaining strips, etcetera.
4) Heavy Duty 1/4" ribbed rubber flooring to be installed in the cab areas(Interior/Exterior) of the PBB as well as on interior ramps.
e. Sub-floors shall be constructed of 3/4" fire retardant marine plywood which shallbe securely fastened with fasteners suitable for this purpose. Insure adjoining
Sarasota Bradenton International Airport PASSENGER BOARDING BRIDGEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118504 - 34
sheets are supported and fastened to a common member to provide smootheven joints. Any remaining uneveness will be removed with filler. The sub-floorfasteners will not protrude through the exterior tunnel siding.1) Alternate galvanealed panel subfloors shall be allowable to the extent
remaining applicable specifications are adhered to.2) Cab floors (Interior/Exterior) shall be aluminum.
5. Paint - Ultimate 3-Coat Coastal Paint Systema. Cab/Interior Exposed Surfaces:
1) Surface Preparation Process:(a) De-burr and remove all weld splatter. Grind excessive / rough
welds smooth, and round sharp edges and corners.(b) Remove contaminants, oil, grease, dirt, etc. from the surface in
accordance with SSPC-SP 1 (Solvent Cleaning) and appropriateSSPC commentaries.
(c) Dry abrasive blast clean cab surfaces with garnet grit (orequivalent) in accordance with SSPC-SP 6 or better to obtain anangular 1-3 mils profile. If steel is not new or is corroded, blast toSSPC-SP 10 standard.
(d) Thoroughly clean with dry high pressure clean air to remove dustand grit. Mask all necessary areas before priming.
2) Prime Operation Process:(a) Apply one coat of Organic Zinc Epoxy Primer to the surfaces at a
dry film thickness of 3-5 mils per manufacturers' instructions in theProduct Data Sheet. Follow all manufacturers’ handlingapplication and curing instructions.
(b) Apply one coat of High Build Epoxy Primer at a dry film thicknessof 6-10 mils to the surfaces per manufacturers' instructions in theProduct Data sheet. Follow all manufacture’s handling applicationand curing instructions.
3) Finish Coat Operation Process:(a) Apply one coat of High Solids, two components, Aliphatic Acrylic
Polyurethane finish paint to a dry film thickness of minimum 2 milsto the surfaces per manufacturers' instructions in the Product Datasheet. Follow all manufacture’s handling application and curinginstructions.
b. Tunnel Interior (Unexposed):1) Surface Preparation Process:
(a) Remove contaminants, oil, grease, dirt, etc. from the surfaces inaccordance with SSPC-SP 1 (Solvent Cleaning) and appropriateSSPC commentaries.
(b) Mechanical clean in accordance with SSPC-SP 3 to remove loosescale and contaminants from the surfaces where required.
(c) Thoroughly clean with dry high pressure clean air to remove dustand grit. Mask all necessary areas before priming.
2) Prime Operation Process:(a) Apply one coat of Alkyd Metal Primer containing active corrosion
inhibitors (lead and chromate free) at a dry film thickness of 1.3 -2.5 mils per manufacturers’ instructions in the Product Data Sheet.Follow all handling and curing instructions.
Sarasota Bradenton International Airport PASSENGER BOARDING BRIDGEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118504 - 35
c. Exteriors (All Except Galvannealed Cladding):1) Surface Preparation Process:
(a) De-burr and remove all weld splatter. Grind excessive / roughwelds smooth, and round sharp edges and corners.
(b) Remove contaminants, oil, grease, dirt, etc. from the surface inaccordance with SSPC-SP 1 (Solvent Cleaning) and appropriateSSPC commentaries.
(c) Dry abrasive blast clean exterior surfaces with garnet grit (orequivalent) in accordance with SSPC-SP 6 or better to obtain anangular 1-3 mils profile. If steel in not new or is corroded, blast toSSPC-SP 10 standard.
(d) Thoroughly clean with dry high pressure clean air to remove dustand grit. Mask all necessary areas before priming. The blastcleaned surfaces must be primed soon enough to preventcorrosion from occurring on the profile.
2) Prime Operation Process:(a) Apply one coat of Organic Zinc Epoxy Primer to the surfaces at a
dry film thickness of 3-5 mils per manufacturers' instructions in theProduct Data Sheet. Follow all manufacturers’ handlingapplication and curing instructions.
(b) Apply one coat of High Build Epoxy Primer at a dry film thicknessof 6-10 mils to the surfaces per manufacturers' instructions in theProduct Data sheet. Follow all manufacture’s handling applicationand curing instructions.
3) Finish Coat Operation Process:(a) Apply one coat of High Solids, two components, Aliphatic Acrylic
Polyurethane finish paint to a dry film thickness of minimum 2 milsto the surfaces per manufacturers' instructions in the Product Datasheet. Follow all manufacture’s handling application, and curinginstructions.(1) Total Minimum Required Dry Film (TDF) for Exterior is 11
Mils.d. Exterior Galvannealed Cladding:
1) Surface Preparation Process:(a) Thoroughly clean with dry high pressure clean air to remove dust
and grit.(b) Remove contaminants, oil, grease, dirt, etc. from the surfaces in
accordance with SSPC-SP 1 (Solvent Cleaning) and appropriateSSPC commentaries.
2) Prime Operation Process:(a) Apply one coat of High Build Epoxy Primer at a dry film thickness
of 6-10 mils to the surfaces per manufacturers' instructions in theProduct Data sheet. Follow all manufacture’s handling applicationand curing instructions.
3) Finish Coat Operation Process:(a) Apply one coat of High Solids, two components, Aliphatic Acrylic
Polyurethane finish paint to a dry film thickness of minimum 2 milsto the surfaces per manufacturers' instructions in the Product Data
Sarasota Bradenton International Airport PASSENGER BOARDING BRIDGEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118504 - 36
sheet. Follow all manufacture’s handling application and curinginstructions.
e. Painting Notes:1) All Except as noted below:
(a) Imron, Heavy Duty - Arctic White.2) Rotunda Column, Inner Lift Columns, Walkway Support Column, Haunch
Support and Wheel Bogey:(a) Imron, Heavy Duty - Haze Gray #1047.
3) All colors to be submitted for approval.4) All tapped and machined holes must be masked before blast, prime and
paint.5) Perform body work and/or caulk areas after Epoxy Priming.6) Before Top Coating, Epoxy Primer shall be lightly sanded.7) Galvannealed, Galvanized, Aluminum, and Stainless Steel parts do not
require blasting.8) Galvannealed, Galvanized, and Aluminum sheets must be Etched, Epoxy
Primed (6-10 mils) and Top Coated with 2 mils of Polyurethane.
1.13 CONTROL
A. The PBB control shall be provided with a programmable logic controller which shall monitorall phases of operation of the PBB. The controller shall be based on a 32 bit microprocessorand utilize flash memory technology to store operation parameter information. Operationparameters of controller shall not be affected by loss of 60 Hz power to controller. PBBmanufacturer shall provide with their bid a detailed description of the controller, type ofgraphics and software, sequence of operation, types and number of control points, andlimitations of the control system they intend to provide and install.1. The practice of sharing the passenger boarding bridge controller, either directly, or
through remote I/O racks with the PCA unit controller will not be permitted. Each PBBshall have a dedicated and separate controller.
B. Portable Laptop Computer:1. The PBB manufacturer shall provide and configure each portable laptop computer for
Local access to each PBB unit controller and each PCA Dx and AHU unit specified.2. The PBB manufacturer shall configure each portable laptop computer for Local access
to each PBB unit controller, and shall provide all software and interconnection cablesrequired to support local communications, troubleshooting and programming to/of thePBB controller. This access shall be password protected and shall be fully capable ofcontrolling or modifying PBB unit's current database or control program. All Softwareshall be licensed and registered in the Owner's name.a. Dell Latitude 14" Latitudeb. Processor: i7.c. Memory: 16GBd. Screen: 14" HD Color, High Brightness with Camera and Microphone.e. Hard Drive: 256GB SSDf. Battery: 6-cell Lithium ion battery (65Whr) and AC pack.g. Mouse: Built in Pointing Device/Touch Pad.h. External Ports: (2) USB 3.0, (2) USB 2.0, HDMI, VGA, (2) RS232, (2) RJ45
Gigabit EtThernet.
Sarasota Bradenton International Airport PASSENGER BOARDING BRIDGEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118504 - 37
i. DVD+/- RW.j. Operating System: Microsoft (R) Windows, latest Professional Edition.k. Wireless LAN: 802.11 compliant.l. Bluetooth.m. Graphics Media Accelerator.
3. Portable laptop computer shall include all hardware and software required to supportlocal communications, troubleshooting and programming to/of the PBB controller andPCA Dx Unit's and AHU controller. This access shall be password protected and unitshall be delivered fully capable of controlling or modifying PBB and PCA Dx/AHU unit'scurrent database or control program. All Software shall be licensed and registered inthe Owner's name.a. Coordinate with PCA manufacturers.
4. Warranty as specified in this Section for the PBB and all items specified thereunder.
1.14 MONITORING
A. The PBB, 400 Hz and PCA systems shall communicate with and be monitored by theOwner's BMS system - Johnson Controls. Provide networking of PBB, PCA and 400Hz units,and provide any and all PBB mounted cabling, translators, etcetera for a completemonitorable system. Final tie in at building face to be provided by Owner. Test and certifybridge conductors, terminations translators, etcetera as ready for Owner's use.
1.15 HURRICANE TIE DOWNS
A. Each PBB shall be equipped with hurricane tie down provisions. Tie downs shall be quicklyand easily installed without damaging the PBB or marring any finishes.
B. Include all straps, hooks and binders necessary for a complete tie down system. (Rampanchors are existing).
C. Include a hasp lockable storage box to be installed on the PBB under the C-tunnel or cabarea of the PBB to store all tie down components.1. Storage container shall be fully enclosed so as to protect the contents from the
elements.2. Storage container shall be constructed of aluminum or stainless steel and shall be
outdoor and coastal weather rated.3. The Owner shall provide padlocks for the storage boxes.
1.16 RELATED EQUIPMENT PREPARATION
A. PBB shall be shipped prepared to field install the following equipment as scheduled:1. Preconditioned Air Unit.2. 400Hz GPU with integral 28VDC power supply.3. Cable Hoists.4. Equip PBB with power circuit breakers, across the PBB power cables, control
conductors, interlocks, etcetera for complete preparation for the added equipment.
PART 2 PRODUCTS
2.01 MANUFACTURERS
A. JBT AEROTech - FMC Jetway
B. Thyssen Krupp Airport Systems
Sarasota Bradenton International Airport PASSENGER BOARDING BRIDGEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118504 - 38
C. Substitutions: Per Product Substitution Requirements in Division 1.
2.02 BRANDING
A. The Owner, or Owner's tenant, reserves the right to provide branding on the exterior sides ofthe installed equipment and desires that this branding not be diminished by excessively largeor aesthetically displeasing branding of individual pieces of equipment. All manufacturersbranding, labeling, marking, etcetera, on their products shall be relatively small compared tothe overall size of the piece of equipment. The Owner reserves the right to require anynon-approved branding removed from finished products at no additional cost.
2.03 FACTORY TESTING
A. The manufacturer shall test one of each model (not size) of every PBB to assure compliancewith the specifications. Certification test sheets shall be submitted. The Owner shall benotified fourteen (14) days prior to the date of such tests. The Owner reserves the right towitness tests and request additional tests if necessary to demonstrate compliance with thespecifications.
B. Should factory tests fail to indicate compliance with specifications, all costs associated withre-testing, including costs associated with Owner's witness services, will be the responsibilityof the manufacturer.
2.04 PRODUCT SUPPORT
A. Spare Parts1. The manufacturer shall maintain an adequate inventory of all proprietary or vendor
fabricated or modified parts, especially the long lead time items, for routinemaintenance of the unit. All stock shall be maintained, whether or not the unit is incurrent production, for a minimum of ten (10) years from the date of the last unitmanufactured.
B. Field Support Services1. The manufacturer shall provide supervisory and service personnel, certified by the
manufacturer, during the installation of the boarding bridge to assure properinstallation.
2. The manufacturer shall provide the Owner with all appropriate Service Bulletins forbridges supplied for a minimum of twenty years from the date of final acceptance.
3. The manufacture shall provide one (1) tow bar compatible with PBB lugs and existingairport tug equipment to allow manually towing of the bridge when it is out of service.Two bar shall be primed and painted safety yellow.
4. The manufacture shall provide one "A" frame jacking stand mechanically suitable forand structurally adequate to support the PBB for maintenance services such as wheelbogey repairs. Jacking stand shall incorporate heavy duty rubber tread wheels to allowtowing the stand by existing airport equipment. Each wheel shall be steel with rubberor pneumatic tread and shall be rated for a minimum of 10,000 pounds and shall besuitable for towing at a minimum of 10 M.P.H. Wheels shall be spring loaded such thatwhen the PBB load is placed on the stand, the wheels automatically retract allowingthe frame to contact the ramp surface, when the load is removed, the wheels willextend and allow the jack stand to be towed. Jacking stands shall be primed andpainted safety yellow.
Sarasota Bradenton International Airport PASSENGER BOARDING BRIDGEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118504 - 39
PART 3 EXECUTION
3.01 GENERAL
A. This specification shall act as a supplement to the Manufacturer's standard installationprocedures only, and in no way shall it be construed so as to limit the installing contractorfrom providing a complete and operable installation, in accordance with all generallyaccepted good passenger boarding bridge installation practices, as well as themanufacturer's written installation procedures. Any reference to the installing contractor orcontractor herein shall be construed to mean that entity installing this equipment in the field.
B. Installations shall be performed in strict compliance with the Manufacturer's writtenInstallation Procedures.1. Manufacturer shall submit a copy of their Installation Procedures for approval, prior to
installation.
C. Remove and re-install any previously installed terminal door security/control devices requiredfor PBB remova/installation.1. These services shall be subcontracted to the local Owner approved Security System
Contractor. Assist as necessary and pay for all services.
3.02 PASSENGER BOARDING BRIDGE INSTALLATION
A. Any and all damage sustained by the new PBB caused by equipment used for the lifting,transportation, movement, staging, or otherwise, of the new PBB, assemblies, orcomponents shall be the responsibility of the contractor.
B. PBB Mechanical Erection and Lifting1. Use of Heavy Equipment
a. The use of crane(s), fork lifts, and/or other heavy equipment throughout theproject shall be detailed in advance with and approved by appropriate AviationAuthority offices. Equipment used shall not exceeded maximum allowableairfield heights.
b. Heavy equipment capacity and operator experience shall be adequate to ensuresafe and efficient lifting of the PBB systems, assemblies, and/or components.
c. Damage to the terminal building, apron, foundations, and/or PBB shall be thecomplete responsibility of the installing contractor.
d. Paint damage to PBBs and related assemblies shall be minimized, and whereoccurring, shall be repaired in accordance with the "Exterior Finishes" section ofthis section.
e. Heavy equipment operator's shall be fully trained and certified to operateequipment in their control.
2. Rigginga. Original Manufacturer designed PBB lifting lugs shall be utilized for rigging and
handling of PBB systems, assemblies, and/or components. Where lifting lugsare not present, approved straps, cradles, chains, couplings, cables, and/orfixtures shall be utilized.
b. Where applicable, lifting tools shall be of the proper strength rating and shallhave current certifications.
3. Tunnel/Drive System Assembly Installationa. The assembly of PBB vertical and horizontal drive assemblies shall be
accomplished using safe and approved practices. All assembly shall be
Sarasota Bradenton International Airport PASSENGER BOARDING BRIDGEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118504 - 40
accomplished using new installation bolts/fasteners in accordance withmanufacturer's specifications in the originally designed quantities.
b. Any structural modifications necessary to allow the correct use of fastenersshall be accomplished in a safe and professional manner. All welds, wherenecessary shall be complete, continuous, and in compliance with AWSstandards, and shall be performed by certified welders. Contractor's performingwelding operations shall submit copies of the welder's certifications.
c. PBB structural support integrity shall not be compromised.d. The complete tunnel assembly shall be pinned to the fixed rotunda assembly
using manufacturer supplied hinge pins.e. If hinge pins, hinge pin plates, and/or associated welds show any damage, they
are to be replaced.f. Ensure that the hinge pins are properly greased and installed without causing
any damage or deformation to the pins.
C. Electrical Requirements1. Miscellaneous Electrical Requirements
a. All field terminated wiring, interior and exterior, shall be checked for damageand improper or unsafe installation. Damaged wires and cables shall bereplaced. All replacement wiring and components shall be UL approved andshall be selected and/or sized in accordance with NEC based upon the intendeduse.
b. Wiring shall be color coded in accordance with existing wiring andManufacturer's specifications and shall be easily traced.
c. Wiring shall be neatly routed in secured harnesses and shall be labeled.d. All electrical enclosures shall be UL approved, and NEMA rated.e. The installing contractor shall be responsible for all PBB related electrical
inter-connects, component/assembly wiring, and PBB electro-mechanicalsystem functions, unless specifically identified otherwise.
f. All exterior or otherwise exposed conductors/cables shall be installed withinconduit unless required for flexibility to be a flexible cable and then exposedcables shall be limited to 48", unless mechanical requirements dictateotherwise.
g. All electrical devices/conduits shall be properly secured. Beam clamps will notbe allowed.
2. Main Power Electrical Disconnect Assemblya. All cables/conductors shall be neatly color coded and marked.b. All original manufacturer rating and labels shall remain intact and unmarred.c. All enclosures shall be securely fastened to the stand using approved
Manufacturer provided fasteners.d. All PBB power cables shall be verified to be in new condition. Damaged cables
shall be replaced with OEM cables provided by the Manufacturer.e. All cables shall be safely routed between PBB junction boxes, utility carrier and
the main PBB disconnect. All cables shall be secured to PBBs in accordancewith Manufacturer's instructions.
f. All power cables, wiring, and utilities installed the across the exterior "A" and"B" tunnels shall be installed in the utility carrier.
Sarasota Bradenton International Airport PASSENGER BOARDING BRIDGEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118504 - 41
g. All power cables, wiring and utilities installed across the exterior of of theoutermost tunnel, shall be contained in conduit and shall be installed on theunderside of the bridge.
h. Conduits shall be attached to the PBBs using secure clamps or shall utilizebolted or welded mounting brackets.
i. All wire/cable terminations shall end neatly in PBB mounted junction boxes.
3.03 PASSENGER BOARDING BRIDGE SETUP
A. PBB Mechanical Setup1. Limit Switches
a. All mechanical stops, limit switch mounting brackets, mechanical limit switch"trip tabs", and associated fasteners shall be inspected, repaired, secured,and/or replaced, as applicable, prior to final operational testing of PBB electricalsystems. Limit switch mounting brackets shall be structurally sound andstraightened, if necessary, to ensure proper alignment of limit switches. Whereadjustable or sliding stops are utilized, slide tracks shall be securely attached toPBB structures and lock bolts, adjustment threads, etc. shall be fully functional.
2. PBB Lubricationa. Ensure that all grease fittings are functional and that grease points have been
properly purged of old grease material and foreign material by displacing oldmaterial with new material.
b. Perform all other OEM recommended lubrication of moveable areas throughoutthe PBBs. Only OEM approved lubricants shall be utilized. Chains containing oldgrease and/or foreign debris shall be fully degreased and re-lubricated. Allresidual grease and oil displaced or drained onto the PBBs shall be thoroughlycleaned. Lubrication shall include, but shall not necessarily limited to, thefollowing:1) Rotunda thrust bearing.2) Wheel bogey thrust bearing.3) Lift column screws.4) Cab rotational guide chain.
3. Door Locks and Keysa. Set proper stations code, as defined by stations personnel for service stair door.b. Turn over all keys to stations personnel.
B. PBB Electrical System Setup1. All wiring and electrical connections shall be safely completed in accordance with
national, state, and local electrical code by qualified electricians.2. Tunnel interconnects and primary electrical system wiring (480Volt) shall be checked
and maintained as per the original manufacturer's design.3. PBB electrical setup procedures shall be accomplished by the Contractor in
accordance with Manufacturer's installation instructions and any pertinent servicebulletins.
4. Limit Switchesa. PBB electrical limit settings shall be set to conform to the structural design limits
of the PBBs and in accordance with aircraft parking requirements.b. Rotunda limit switches (swing limits) shall be adjusted to prevent the PBBs from
being capable of swinging into Ground Support Equipment (GSE) staging areas,the terminal building, or adjacent PBBs.
Sarasota Bradenton International Airport PASSENGER BOARDING BRIDGEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118504 - 42
c. Rotunda mounted slope limits shall be set to prevent operational PBB slopesfrom exceeding 10.0 percent.
d. Tunnel travel limits ("full extend/retract" and "slow down") shall be set to safelymeet each gate's operating requirements.
e. Oversteer limits for the wheel bogie assembly shall ensure that oversteerconditions cannot be encountered.
f. Ensure that the column travel limits and/or height indicator assembly is installedand functional so as to prevent damage to the vertical drive column assembly.Ensure that height indicator functions/limits are calibrated.
g. Ensure that the cab rotation limits are functional and that the cab cannot exceedsafe rotations
5. Electrical System Inspectiona. Test the auto-level system for proper operation prior to PBB use. Verify
auto-level travel response time and time-out relay function. Ensure that the limitswitch is in good working order.
b. Ensure proper function of the canopy deployment system. Verify proper unitoperation to ensure that excess canopy pressure on the aircraft will not occur.Ensure that canopy deployment speed is consistent on both sides and that nobinding occurs.
c. Perform a comprehensive operational inspection of all 480-Volt drive systems toensure proper operation and condition.
d. Ensure that all lighting circuits and lights are functioning as designed. Bulbs andballasts shall be checked and replaced if non-operational. All bulbs should bethe same style.
e. Ensure that all other electrical systems, including all travel alarms, operationbell, indicator lights, and warning beacons or strobes are functioning properly.
3.04 INSPECTIONS
A. Manufacturing Representative1. Manufacturer's representative shall be on site, as necessary, during the installation of
the equipment, as required to ensure the equipment is properly installed in accordancewith the Project Specifications.
2. Manufacturer's representative shall be present during preliminary equipmentinstallation inspection.
3. Manufacturer and/or contractor shall diligently pursue the completion of all punch listitems.
4. Manufacturer shall notify the Owner when the equipment installation is consideredready for a final inspection.
5. Manufacturer's representative shall be present during final inspection.
B. The Owner will not accept the boarding bridge until it has been inspected to verify that theinstallation, function and quality of the PBB meet The Owner's standards. Any deficienciesand/or violations shall be immediately corrected by the Manufacturer at no additional cost tothe Owner and shall be re-inspected.
C. The Manufacturer shall be responsible for providing all necessary test, measuring andrecording devices required to demonstrate the boarding bridge's compliance with thisspecification.
3.05 INSTALLATION
A. Install in accordance with manufacturer's instructions.
Sarasota Bradenton International Airport PASSENGER BOARDING BRIDGEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118504 - 43
3.06 INTERFACE WITH OTHER WORK
A. The Contractor shall cooperate and coordinate his work with the 400 Hz, PCA, and relatedequipment installations including ancillaries.
B. The Contractor shall coordinate with the 400 Hz, PCA, and related equipment for theprovisions for or installation of all necessary infrastructure prior to final factory painting of thepassenger boarding bridge. The intent is to eliminate site welding/painting after final factorypainting.
C. Installation of units shall be coordinated with other trades and activities associated with theproject and site.
D. Remove and reinstall phones. PBB installer shall provide building phone service terminationsand shall verify proper operation.
3.07 EXAMINATION
A. Verify/perform the following items or tasks.1. Verify all cables and conductors are properly terminated.2. Check to be sure that there are no tools or loose objects in the unit.3. Make a final check of the security of the power connections.4. Re-install any covers removed during installation.5. Perform full passenger boarding bridge and related equipment operational
non-interference test.
3.08 CLEANING
A. Clean unit from all construction dust and debris prior to start-up.
B. Touch up scratched or marred surfaces to match original finish.
C. Protect the installed unit from subsequent construction operations.
D. Wash exterior of bridge.
E. Clean all windows, wallboards, windows and interior surfaces.
3.09 STARTING EQUIPMENT AND SYSTEMS
A. Complete approved field commissioning report, including, but not limited to the following:1. Verification that the bridge swings to the right and left, and that the swing limits
switches function as required.2. Verification the bridge “raises” and “lowers”, and that the vertical limit switches function
as required.3. Verification that the rack limit switches function as required (if present).4. Verification that the vertical drive brakes function as required (if present).5. Verification that the bridge “extends” and “retracts”, and that the extend and retract
limit switches function as required.6. Verification that the cab rotates, and that the cab rotation limit switches function as
required.7. Verification that wheel alignment matches the gauge.8. Verification that the canopy extends and retracts as required and that the canopy
interlocks function as required.9. Ensure that the bridge “autoleveler” functions, and it alarms after it times out.
Sarasota Bradenton International Airport PASSENGER BOARDING BRIDGEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118504 - 44
10. Ensure that the “floor leveling” works as required.11. Verification that the bridge “slow down” and “bumper proximity switches” function as
required.12. Ensure all lights, outlets, fans and other accessories function as required.13. Ensure that all alarms, interlocks, emergency lighting and other safety features
functions as required.14. Ensure that the door locks work.15. PBB OEM Lubrication.16. Building interlock systems for PCA and SSFC units.17. All other items listed on the approved Field Commissioning Report.
B. Demonstrate complete functional operation of equipment to the satisfaction of the Owner.
END OF SECTION
Sarasota Bradenton International Airport AIRCRAFT GROUND POWER CABLEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 01.20.17Copyright AERO Systems Engineering 2017 118600 - 1
SECTION 118600 - AIRCRAFT GROUND POWER CABLE
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Work Includes: Designing, manufacturing, testing, furnishing, installing and commissioning 400 Hz and 28.5 VDC aircraft ground power cables.
1.02 RELATED SECTIONS
A. Drawings, General Provisions of the Contract, including General and Special Conditions, aswell as General electrical materials and methods of installation apply to work of this section.
B. Section 118602: Solid State Frequency Converter.
C. Section 118504: Passenger Boarding Bridge.
D. Section 118604: Cable Hoists.
1.03 REFERENCES
A. The latest approved version or edition, by the authority having jurisdiction, of the followingcodes, references and standards shall apply. If the authority having jurisdiction has notapproved or adopted a particular code, reference, or standard, the latest published editionshall be applicable.1. NFPA 70 - National Electrical Code; National Fire Protection Association.2. MIL-C-79743. MIL-C-57564. MS25488
1.04 SUBMITTALS
A. Product Data: Provide manufacturer's catalog cut sheets.
B. Warranty: Submit manufacturer warranty and ensure that forms have been completed inOwner's name and registered with manufacturer.
C. Spare Parts List: Provide manufacturer's recommended spare parts list. Spare parts list shallinclude Owner applicable pricing. Spare parts pricing shall remain valid for two (2) years fromthe date of final completion.
D. Special Tools List: Provide a list of any special tools required to perform any fieldperformable maintenance tasks.
E. UL certification per 1.06.B.
1.05 OPERATION AND MAINTENANCE MANUALS
A. Provide two (2) bound copies, and three (3) electronic copies (CD or DVD) of the approved,Operation and Maintenance manuals fourteen (14) days prior to Substantial Completion.
B. The manuals shall fully describe each product, system, or subsystem numbered logically andseparated into sections and contained in rigid plastic binders with identification inserted inclear plastic pockets on front and spine of each binder. Manuals shall be assembled inaccordance with ATA 101
C. The content of the manuals shall be limited to information and data that specifically apply toproducts provided and shall include, at minimum, a general description, theory of operation,routine normal and special operating instructions and sequences. Also included shall beroutine maintenance procedures and guides for troubleshooting, disassembly and
Sarasota Bradenton International Airport AIRCRAFT GROUND POWER CABLEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 01.20.17Copyright AERO Systems Engineering 2017 118600 - 2
reassembly instructions, and recommended spare parts list including current prices andsources.
D. Wiring diagrams and schematics shall be incorporated into the manuals to clearly showfeatures such as controls, switches, instruments, and indicators by name and location.
E. Special Tools List: Provide a list of any special tools required to perform any fieldperformable maintenance tasks.
F. Spare Parts List: Provide manufacturer's recommended spare parts list.
1.06 QUALITY CONTROL
A. Manufacturer Qualifications: Company specializing in manufacturing products specified inthis section, with not less than three years of documented experience.
B. UL Compliance: Cables shall be UL or ETL approved by a nationally recognized testinglaboratory at the time of bid. Submit verification with bid submittals.
1.07 DELIVERY, STORAGE, AND PROTECTION
A. Provide units which do not require disassembly and reassembly because of movement intothe final location and follow manufacturer's written instructions.
B. Deliver equipment as a factory-assembled cable with protective crating and covering.
C. Store equipment and material in suitable facilities until delivery, installation, and acceptanceby the Owner.
D. Coordinate the delivery acceptance of this equipment at the job site. Receive, offload, storeand protect this equipment until such time as it has been installed and accepted by theOwner.
E. Properly dispose of all waste, including, but not limited to, packaging, crates, etcetera.
1.08 WARRANTY
A. Manufacturer shall provide a complete one (1) year warranty on all aircraft ground powercables. Said warranty shall commence on the date of beneficial use. This warranty shall notbe required to cover normal wear and tear or abuse by the end users, but shall cover factorydefects and failures.
B. Shipping and handling charges for warranty parts are the responsibility of the provider.
C. Warranty Services shall be commenced with on site representation, by qualified repairtechnicians, within 72 hours from the request of the Owner.
PART 2 PRODUCTS
2.01 GENERAL REQUIREMENTS
A. 400 Hertz Cable With Aircraft Power Plug1. Physical Characteristics:
a. Configuration: Single Jacketed configuration cable.b. Bend Radius Minimum: 10.0" (25.4 cm).c. Diameter: 1.65" (4.19 cm).d. Length: As indicated on the drawings (minimum).e. Weight Per Foot: 2 lbs. (0.9 KG).
2. Environmental Characteristics:a. Temperature Range: -67° F to +130° (-55° C to +55° C).
Sarasota Bradenton International Airport AIRCRAFT GROUND POWER CABLEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 01.20.17Copyright AERO Systems Engineering 2017 118600 - 3
b. Storage Temp Range: -67° F to +150° F (-55° C to +65° C).c. Humidity: 0 to 100%.d. Bundling: Single Jacketed.
3. Electrical Characteristics:a. Voltage Rating: 600 VAC maximum.b. Ampacity: 260 amperes.c. Frequency: 400 Hertz.d. Voltage Drop: 3.0 Volts. Measured at 90 kVA, 0.8 power factor on 65 ft. cables.e. Voltage Unbalance: 0.20 Volts. Measured at 90kVA, 0.8 power factor on 65 ft.
cables.4. Removable Plug Section:
a. Assembly shall include one (1) female connector to mate with the male aircraftconnector.
b. Easily changed or replaced in the field with bolted connections.c. Molded tapered strain relief at plug/cable interface.
5. Control Pushbuttons:a. 400Hz aircraft cable heads shall be equipped with waterproof pushbutton
controls in the cable head.1) SSFC "ON".2) SSFC "OFF".3) Cable Hoist "DOWN".4) Cable Hoist "UP".
b. Pushbuttons shall operate in parallel with the pushbuttons at the wheel bogey.c. Pushbuttons shall be easily replaceable in the field.
6. Components:a. Power Conductors: 6 - #4 AWG Class M stranding.b. Neutral Conductor: 1 - #1 AWG Class M stranding.c. Control Conductor: 18 - #18 AWG Class M stranding.d. Outer Jacket: Pressure extruded rayon-reinforced black neoprene 0.17:
(0.43cm) nominal wall.
B. 28 VDC Aircraft Ground Power Cable With Plug Section1. Cable shall be manufactured in accordance with MIL-C-5756 D.2. Connectors shall be manufactured in accordance with MS25488.3. Assembly shall be manufactured in accordance with MIL-C-7974D4. Cable Power Conductors:
a. #4/0 AWG5. Plug Section:
a. The oval plug section shall be of the three pin type.6. Cable Terminal:
a. Suitable for 3/8" studs.7. Length: As indicated on the drawings (minimum).
Sarasota Bradenton International Airport AIRCRAFT GROUND POWER CABLEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 01.20.17Copyright AERO Systems Engineering 2017 118600 - 4
2.02 MANUFACTURER
A. JBT AeroTech.
B. J&B Aviation.
C. MCM Engineering
D. U.S. Airmotive.
E. Cavotec - Inet
F. Substitutions: Per Product Substitution Requirements in Division 1.
2.03 MARKINGS
A. Cables shall be marked in accordance with Articles 310-11 and 400-6 (NEC) which states allconductors and cables shall be marked to indicate the following information:1. Maximum rated voltage for which the conductor was listed.2. Type of rating on insulation.3. The manufacturer's name, trademark, or other distinctive marking by which the
organization responsible for the product can be readily identified.4. The AWG size or circular-mil area.
PART 3 EXECUTION
3.01 INSTALLATION
A. Installation services shall be provided by an installing contracting company that has aminimum of three (3) years documented experience of successful installations on projects ofsimilar size and scope.
B. Install in accordance with manufacturer's instructions.
C. The units shall not hinder or restrict the boarding bridge from operating within its full designedoperating range.
D. Arrange installation of cables to provide adequate clearance for service and maintenance.
E. The cables shall be properly aligned and adjusted before final acceptance.
F. Commission equipment. Provide complete functional testing to the satisfaction of the Owner.Complete all punchlist items.
G. Wire mesh strain reliefs shall be utilized at termination locations.
3.02 INTERFACE WITH OTHER WORK
A. Cable shall be sufficiently stored after installation and during other construction activities toprevent cable from lying on the ramp where it is susceptible to damage by constructiontraffic.
B. The cable or its associated installation hardware shall not hinder or restrict the PBB fromoperating within its full designed operating range. Ensure aircraft cables are installed in sucha manner as to prevent damage to any components throughout the full range of PBB motion.
3.03 FIELD QUALITY CONTROL
A. Test for electrical continuity and short circuits.
Sarasota Bradenton International Airport AIRCRAFT GROUND POWER CABLEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 01.20.17Copyright AERO Systems Engineering 2017 118600 - 5
3.04 STARTING EQUIPMENT
A. Demonstrate proper operation of equipment to Owner.
END OF SECTION
Sarasota Bradenton International Airport OVERBRIDGE DEVICEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 01.20.17Copyright AERO Systems Engineering 2017 118601 - 1
SECTION 118601 - OVERBRIDGE DEVICE
PART 1 GENERAL
1.01 SECTION INCLUDES
A. This Section of the Specifications covers the furnishing and installing of tubular frame highprofile overbridge type raceway assemblies to facilitate the routing of 400 Hz, 60 Hz and/orcontrol/communications services from the terminal to the point of use, which of necessity,traverse Passenger Loading Bridges (PLB's).
B. Tubular frame high profile overbridge type raceway assembly mounted to Passenger LoadingBridges (PLB's).1. Devices may be referred to as "doglegs" or "pantagraphs".
1.02 RELATED SECTIONS
A. Drawings, General Provisions of the Contract, including General and Special Conditions, aswell as General electrical materials and methods of installation apply to work of this section.
1.03 REFERENCES
A. NFPA 70 - National Electrical Code; National Fire Protection Association; 2011.
1.04 SUBMITTALS
A. Product Data for required units based on specific Passenger Loading Bridge conditions.
B. Installation, fastening details.
C. Detailed assembly drawings including weights and structural data.
1.05 QUALITY ASSURANCE
A. Manufacturer Qualifications: Company specializing in manufacturing products specified inthis section, with not less than three years of documented experience.
1.06 DELIVERY, STORAGE, AND PROTECTION
A. Provide units which do not require disassembly and reassembly because of movement intothe final location and follow manufacturer's written instructions.
B. Deliver equipment as a factory-assembled device with protective crating and covering.
C. Store equipment and material in suitable facilities until delivery, installation, and acceptanceby the Owner.
D. Coordinate the delivery acceptance of this equipment at the job site. Receive, offload, storeand protect this equipment until such time as it has been installed and accepted by theOwner.
E. Properly dispose of all waste, including, but not limited to, packaging, crates, etcetera.
1.07 ENVIRONMENTAL REQUIREMENTS
A. Maintain full motion of passenger loading bridge during and after installation of overbridgedevice.
1.08 WARRANTY
A. Warranty shall be the same as warranty requirements indicated in Section 118504.
Sarasota Bradenton International Airport OVERBRIDGE DEVICEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 01.20.17Copyright AERO Systems Engineering 2017 118601 - 2
PART 2 PRODUCTS
2.01 DESCRIPTION
A. Overbridge device assembly shall be designed so that it connects and utilizes the side ofeither a two or three tunnel apron drive Passenger Loading Bridge as its sole means ofattachment.
B. It shall be supplied as a prefabricated structure consisting of a system of hinged jointsinterconnected by aluminum tubular mast assemblies that permit it to extend and retractsynchronously with the Passenger Loading Bridge and at the same time contain and protectthe flexible power cable(s) along with auxiliary and control cables as called for elsewhere inthe documents.
C. The overbridge device assemblies to the bridge, supports, and structure shall bemechanically designed to withstand the same dynamic operational requirements as thePassenger Loading Bridge, i.e., withstand wind loads of up to 110 MPH/ASCE 7-88 ExposureC, Factor 1.1, without impeding or restricting bridge motion and speed of operation inambient temperatures from -20 to +122 degrees Fahrenheit.
D. Provide and install standoff tubing devices as necessary if additional space is needed.
E. All tubes shall have adequate anti-chaffe provisions included to prevent unnecessary chaffingof cables.
2.02 SCOPE OF WORK
A. As part of the construction, furnish and install Overbridge device assemblies as required toprovide the means by which power, control and signaling wiring is extended from junctionboxes mounted on the exterior of the Terminal/Gate position and the various units mountedalong the length of the Passenger Loading Bridge subject to extension and retraction.
2.03 MANUFACTURERS
A. JBT AeroTech
B. Ameribridge
C. Substitutions: Not permitted.
2.04 MATERIALS
A. Tubes: Aluminum.
B. Brackets: Steel.
2.05 FACTORY FINISHING
A. The overbridge device assembly shall be factory primed and finished with industrial gradeenamel, electrostatically applied, and shall match finish of passenger loading bridge.
PART 3 EXECUTION
3.01 INSTALLATION
A. Install in accordance with manufacturer's instructions.
B. The location of the welded overbridge device assemblies' attachments on the bridge tunnelsand the degree of corrosion protection of the welded attachment points on the side of thebridge shall be coordinated with the Passenger Loading Bridge manufacturer, otherequipment items and existing conditions.
Sarasota Bradenton International Airport OVERBRIDGE DEVICEPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 01.20.17Copyright AERO Systems Engineering 2017 118601 - 3
3.02 STARTING EQUIPMENT
A. Demonstrate proper operation of equipment to Owner 's designated representative.
3.03 ADJUSTING
A. Adjust overbridge device for smooth operation with full motion of passenger loading bridge.
END OF SECTION
Sarasota Bradenton International Airport SOLID STATE FREQUENCY CONVERTERPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118602 - 1
SECTION 118602 - SOLID STATE FREQUENCY CONVERTER
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Solid State Frequency Converter (SSFC).
B. Work Includes: Designing, manufacturing, testing, furnishing, installing and commissioning60 Hz to 400 Hz pulse width modulated (PWM) frequency converters rated at a continuouscapacity of 90 kVA single output, to provide 400 Hz power designed to conform toMIL-STD-704F standard for aircraft ground power systems.1. Some units will additionally be required to provide 28.5 VDC power designed to
conform to ISO 6858, non-concurrently.
1.02 RELATED SECTIONS
A. Drawings, General Provisions of the Contract, including General and Special Conditions, aswell as General electrical materials and methods of installation apply to work of this section.
B. Section 118504 - Passenger Boarding Bridge.
C. Section 118600 - Aircraft Ground Power Cable.
D. Section 118604 - Cable Hoists.
1.03 REFERENCES
A. The standards and codes applicable to only a portion of the work specified in this section arereferenced in the relevant parts or clauses. Standards and codes which are generallyapplicable to the work of this section, are listed below. The latest approved version oredition, by the authority having jurisdiction, of the following codes, references and standardsshall apply. If the authority having jurisdiction has not approved or adopted a particular code,reference, or standard, the latest published edition shall be applicable.
B. MIL-STD-704F Aircraft Electrical Power Characteristics.
C. MIL-STD-461D Electromagnetic Emission and Susceptibility Requirements for the Control ofElectromagnetic Interference.
D. NFPA 70 National Electrical Code (NEC).
E. ANSI C2 National Electrical Safety Code.
F. Institute of Electrical and Electronic Construction Managers (IEEE) 127 and 519.
G. ARP-5015 SAE 400 Hertz Ground Power Performance.
H. DFS-400 (EURO-STANDARD 400 Hz).
I. Canadian Standards Association (CSA).
J. ICS 6-78 (NEMA) Enclosures for Industrial Control Devices and Systems.
K. ST 20 (NEMA) Dry Type Transformers for General Applications.
L. ICS-1 General Standards for Industrial Control and Systems.
M. ANSI C84.1-1977 Voltage Ratings for Electrical Power Systems and Equipment.
N. ATA-101 Rev. 4 Ground Equipment Technical Data.
O. ISO-1540 Aerospace Characteristics of Aircraft Electrical Systems.
P. ISO-6858 Aircraft Ground Support Electrical Supplies.
Sarasota Bradenton International Airport SOLID STATE FREQUENCY CONVERTERPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118602 - 2
Q. IEC 201-1 Electrical Equipment of Industrial Machines.
R. MIL-S-19500 Semiconductor Devices.
S. MIL-STD-461C Electromagnetic Interference Characteristics, Requirements for Equipment.
T. MIL-STD-462 Electromagnetic Interference Characteristics, Measurement of.
U. IEC 146 Semiconductor converters.
V. ARP-1940 Solid State Frequency Converters.
W. MIL-W-16878D Wire, Electrical Insulated, General Specification for.
X. UL 489-1980 Circuit Breakers, Molded Case and Circuit Breaker Enclosures.
Y. NEMA National Electrical Manufacturer's Association.
Z. ANSI/UL 1449 Standard for Surge Protective Devices.
AA. IEEE Std 1100 Recommended Practice for Powering and Grounding Electronic Equipment.
1.04 GENERAL
A. The SSFC and all components thereof shall be constructed in accordance with all codes andstandards and local laws and regulations applicable to the design and construction of thistype of equipment, which are generally accepted and used as good practice throughout theindustry, including without limitation, NFPA, Underwriter's Laboratories, OSHA, SAEPublications, American National Standards, Military Standards, etc. The design of all partsand subassemblies shall be in accordance with good commercial practice and shall be theresponsibility of the manufacturer to assure safe, efficient and practical design in keepingwith requirements peculiar to this type system.
B. The Manufacturer shall be a qualified source, who has been regularly engaged in theConstruction Managing, manufacturing and installation of commercial aviation power supplyequipment and components for a minimum of five (5) years and with a minimum of fivehundred (500) units installed.
C. Qualified manufacturers will have completed no less than ten (10) jobs of similar size andscope within the last five (5) years.
D. Manufacturers are required to satisfy all requirements of this specification. Should theManufacturer desire to deviate from any portion, either because the specification is in error,violation of any law or regulation, or is in need of modification to permit a more satisfactoryfunctional and economical design, they must submit a written request for such deviation. The Manufacturer shall not contract, purchase or cause to be delivered, equipment whichdoes not meet all requirements of this document as specified, without obtaining prior writtenapproval.
E. The Manufacturer shall be responsible for verifying installation locations and methods andshall notify the Engineer of any conflicts or code violations prior to manufacture of the SSFC. Modifications to eliminate conflicts or code violations will be coordinated with and approvedby the Engineer. Modifications shall be made at no additional cost to the Owner.
F. The Manufacturer shall furnish and install all necessary equipment to provide a completeoperable and maintainable unit.
G. Should alternate mounting configurations or physical attributes, other than those specifiedherein or indicated on the project drawings, be proposed, manufacturers shall submitalternates to the Engineer for approval prior to bid date. Alternate mounting, configurations,or attributes shall be provided at no additional cost to the Owner.
Sarasota Bradenton International Airport SOLID STATE FREQUENCY CONVERTERPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118602 - 3
H. Schedule: See contract drawings for locations/types of SSFC's.
I. EMI/RFI: Unit shall be designed so as not to affect aircraft radio/navigation equipment. Itshall be applicable throughout the entire aircraft radio frequency range. Provisions shall bedesigned into the unit to protect it from voltage fluctuations which might result from theoperation of aircraft radio frequency equipment.
1.05 SUBMITTALS
A. Bid-Submittals: The following submittals shall be included with bid.1. Alternate mounting configurations per 1.04.G.2. UL Certification per 1.06.A.3. Spare Parts List: Provide manufacturer's recommended spare parts list. Spare parts
list shall include Owner applicable pricing. Spare parts pricing shall remain valid fortwo (2) years from the date of final completion.
B. Pre-Manufacture Submittals: The following submittals shall be made as necessary to meetthe project schedule, and shall be submitted for approval prior to manufacturing the SSFCunits.1. Product Data and Specifications: Provide manufacturer's data and specifications
indicating, as a minimum, input/output voltages and amperages, power rating, physicalcharacteristics, short circuit ratings, dimensions, and enclosure details.
2. Shop Drawings: Provide schematics and interconnection diagrams, indicate front andside views of enclosures with overall dimensions and weights shown; conduit entrancelocations and requirements; and nameplate legends. Differentiate betweenmanufacturer-installed wiring and field-installed connections.
3. Installation Details: Provide complete installation details including, without limitation,installation details of all appurtenances. Show installed configuration as well as anypertinent details regarding interface to other equipment and systems, include electricalconnection service points.
C. Pre-Ship Submittals: The following shall be submitted and approved prior to shipping SSFCunits to the project site:1. Factory Test Reports: Indicate factory tests and results and inspection procedures.
D. Pre-Substantial Completion Submittals: The following submittals shall be submitted andapproved prior to 14 days before substantial completion, unless otherwise noted herein.1. Operation and Maintenance Manuals.2. Training Program: At least 60 days prior to substantial completion, a training program
summary, course syllabus, instructor qualifications, and copy of the training manualshall be submitted for review and approval.
3. Field Commissioning Report: Submit proposed field commissioning report forapproval. This approved form shall be utilized for the final field commissioning asspecified in Section 3.
E. Pre-Final Completion Submittals: The following submittals shall be submitted and approvedprior to 14 days before final completion.1. As-Built Drawings. Provide field edited redlined project drawings showing deviations
from design documents.2. Warranty: Submit manufacturer warranty and ensure that forms have been completed
in Owner's name and have been registered with the manufacturer.3. Field Commissioning Report: A completed field commissioning report for each
installed unit as specified herein. Utilize approved form.
Sarasota Bradenton International Airport SOLID STATE FREQUENCY CONVERTERPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118602 - 4
4. Training Rosters. Provide training roster with trainee names, dates and types oftraining, as well as durations.
5. Original software and documentation registered in the Owner's name.6. Hardcopy and electronic version (compact disk) copies of all programs and settings
loaded into any equipment provided hereunder.
1.06 QUALITY CONTROL
A. UL Certification: UL or ETL approved by a nationally recognized testing laboratory. Submitcertification with bid.
1.07 DELIVERY, STORAGE, AND HANDLING
A. Store in a clean, dry space. Maintain factory wrapping or provide an additional heavy canvasor heavy plastic cover to protect units from dirt, water, construction debris, and traffic.
B. Handle in accordance with manufacturer's written instructions. Handle carefully to avoiddamage to components, enclosure, and finish.
C. Provide units which do not require disassembly and reassembly because of movement intothe final location and follow manufacturer's written instructions.
D. Deliver equipment as a factory-assembled unit with protective crating and covering.
E. Store equipment and material in suitable facilities until delivery, installation, and finalacceptance by the Owner.
F. Coordinate delivery acceptance of this equipment at the job site. Offload, store and protectequipment until such time as it has been installed and accepted by the Owner.
G. Installing contractor shall properly dispose of all waste, including, but not limited to,packaging, crates, etcetera.
1.08 WARRANTY
A. Provide a full parts and labor warranty for the new units. Labor warranty shall be performedby factory trained service technicians. Warranty shall run two (2) year from the Date ofBeneficial Use. Date of Beneficial Use is defined as the date the system is turned over bythe manufacturer, and accepted by the Owner for normal operation. All warranty servicesshall be at the site of the installation. Provider shall be responsible for all travel andsustenance expenses necessary for warranty services.
B. Shipping and Handling charges for warranty parts shall be the responsibility of the provider.
C. Warranty Services shall be commenced with on site representation, by qualified repairtechnicians, within 72 hours from the request of the Owner.
1.09 OPERATION AND MAINTENANCE MANUALS
A. Provide two (2) bound copies and three (3) electronic copies (CD or DVD) for each modelSSFC of the approved, comprehensive Operation and Maintenance Manual 14 days prior toSubstantial Completion.
B. The manuals shall fully describe each product, system, or subsystem numbered logically andseparated into sections and contained in rigid plastic binders with identification inserted inclear plastic pockets on front and spine of each binder. Manuals shall be assembled inaccordance with ATA 101
C. The content of the manuals shall be limited to information and data that specifically apply toproducts provided and shall include a general description, theory of operation, routine normaland special operating instructions and sequences. Also included shall be routine
Sarasota Bradenton International Airport SOLID STATE FREQUENCY CONVERTERPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118602 - 5
maintenance procedures and guides for troubleshooting, disassembly and reassemblyinstructions, and recommended spare parts list consisting of current prices and sources.
D. Wiring diagrams and schematics shall be incorporated into the manuals to clearly showfeatures such as controls, switches, instruments, and indicators by name and location.
E. Special Tools List: Provide a list of any special tools required to perform any fieldperformable maintenance tasks.
F. Spare Parts List: Provide manufacturer's recommended spare parts list.
1.10 TRAINING
A. Manufacturer shall provide a complete training program for the Owner's operating,engineering, and maintenance personnel. Training shall include both classroom andhands-on instruction and be of sufficient duration to adequately train personnel to perform onsite routine, preventative, and remedial maintenance of the equipment, product or system. Unless noted otherwise, maintenance training shall consist of a minimum of one (1) sessionseach consisting of four (4) hours classroom instruction and four (4) hours hands-oninstruction for twelve (12) personnel, and operator's training shall consist of a minimum offour (4) sessions of two (2) hours duration each hands-on instruction for four (4) personnel.1. Operator's training may require some night training at the sole discretion of and
without additional cost to the Owner.
B. Operator training shall be completed no later than seven (7) days prior beneficial use. Themanufacturer shall provide maintenance training within 30 days of beneficial use. At least 60days prior to substantial completion, a training program summary course syllabus, instructorqualifications, and copy of the training manual should be forwarded for review and approval.
C. Training shall be conducted at the installation site property at the direction of the Owner.
D. Provide Owner a minimum of seven (7) days notice prior to conducting any training.
PART 2 PRODUCTS
2.01 MANUFACTURER
A. JBT AEROTech (Jetway)
B. Hobart
C. FCX
D. Cavotec - Inet
E. Substitutions: Per Product Substitution Requirements in Division 1.
2.02 BRANDING
A. The Owner, or Owner's tenant, reserves the right to provide branding on the exterior sides ofthe installed equipment and desires that this branding not be diminished by excessively largeor aesthetically displeasing branding of individual pieces of equipment. All manufacturersbranding, labeling, marking, etcetera, on their products shall be relatively small compared tothe overall size of the piece of equipment. The Owner reserves the right to require anynon-approved branding removed from finished products at no additional cost.
2.03 INPUT
A. Input Voltage Rating: 480 Volts (nominal), +/-10%, 3-phase, 3-wire plus ground.
B. Frequency: 60 Hertz, +/- 5%.
C. Full Load Amperage:
Sarasota Bradenton International Airport SOLID STATE FREQUENCY CONVERTERPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118602 - 6
1. Single Output, 90 KVA Model: 100 amps, maximum.2. Dual Output, 180 KVA Model: 200 amps, maximum.
D. Input Power Factor: Unit shall be rated at a minimum of 0.95 power factor at 480 volts andloads of 25% or greater.
E. Phase Rotation: Any/or, with automatic phase lock for ABC (CBA) input phase rotation orprotection and indication for out of phase condition
F. Inrush Current: Shall not exceed 100% of the input current required when unit is operating atrated load output.
G. Line Current Balance: From 10% to rated load, the input line current shall not differ by morethan 5% from the arithmetic average current in the three (3) input lines.
H. Harmonic Distortion of Input Current Wave Form: 10 percent THD maximum over loadrating of unit.
I. Transient Voltage and Surge Suppression1. Unit shall be equipped with a ANSI/UL 1449 compliant TVSS protective device, in
accordance with directives of the IEEE STD 1100, latest edition.
2.04 OUTPUT
A. 400 Hz1. Single Output Rating: 90 KVA continuous at 0.8 power factor, lagging.2. Dual Output Rating: 180 KVA continuous at 0.8 power factor, lagging.3. Output Voltage: 118/204 Volts RMS, adjustable over a minimum range of +/- 10%,
3-phase, wye, 4-wire, grounded neutral in accordance with the international aircraftelectrical power requirements.
4. Phase Voltage Displacement: The phase angle between each of the three outputphases will be 120 degrees +/- 1.5 degrees under all rated balanced loads. The phaseangle displacement with an maximum unbalanced load of 15% shall be 120 +/- 4.0degrees.
5. Frequency: 400 Hertz +/- 0.1% and shall not be affected by load.6. With the SSFC operating at a constant load, a change in ambient temperature up to
55 degrees C in an eight (8) hour period, or as the SSFC stabilizes from cold conditionat any load, shall not cause the voltage to change by more than 1% of its rated values.
7. Voltage Waveform Discontinuities: There shall be no evident discontinuities, spikes,or notches in the waveform when viewed on a high frequency oscilloscope.
8. Harmonic Distortion: Output voltage waveform shall not exceed 3% (THD) whenmeasured line-to-line and line-to neutral from no load to and including full rated load. Any single harmonic shall not exceed 2% of the fundamental at steady state voltage.
9. Efficiency: Shall be not less than 90% at any load. No load losses shall not exceed0.5% of rated load.
10. Voltage Recovery: When initially operating at rated input frequency and rated voltage,and following any sudden change in load of up to 100% of rated load, the transientoutput voltage shall not deviate beyond the limits of MIL-STD-704F.
11. Voltage Phase Balance: The maximum phase voltage imbalance shall not exceed3.0V rms, with any applied load from no load up to converter's overload rating.Maximum imbalanced loads shall be limited to within the limitations set forth inMIL-STD-704F, Figure 1.
12. Voltage Modulation: Shall not exceed 0.5% at any steady state condition from no loadup to and including 100% of the unit's rated KVA.
Sarasota Bradenton International Airport SOLID STATE FREQUENCY CONVERTERPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118602 - 7
13. Voltage Regulation: Shall not exceed 1% of rated voltage from no load to rated loadand from rated load to no load. This regulation shall be maintained with the input linevoltage variations of +/- 10%.
14. Voltage Trim Adjustment: The output voltage trim adjustment shall be +/- 15% ofnominal output span.
15. Overload Capacity: Shall be capable of supplying overloads of up to 115% of ratedload continuously, for up to 150% of rated load for five (5) minutes, and for up to 200%of rated load for 10 seconds while maintaining the output voltage within the regulationband.
16. Line Drop Compensation: Shall be 0 to 5% of voltage span and shall be adjustable.17. Crest Factor: Shall be 1.414, +/- 0.5%.18. Frequency Modulation: <+/- 0.10% of the period of output voltage wave, unaffected by
load.19. DC content shall not exceed 100 millivolts, under any load condition.
B. 28.5 VDC1. Output Voltage: 28.5 VDC2. Voltage Drift: With the unit operating at a constant load, a change in ambient
temperature up to 55 degrees C in an eight hour period, or as the unit stabilizes from acold condition at any load, the output voltage shall not change more than 1% of theoriginal value.
3. Voltage Regulation: In accordance with ISO 6858.4. Voltage Modulation: In accordance with ISO 6858.5. Current:
a. 0-450 A continuous.b. Max 2000A for aircraft starting currents.
2.05 PROTECTION
A. Input Protection1. Phase Loss: The SSFC shall detect the loss of any phase and prevent unit from
starting or shall shut down if already running.2. Phase Rotation: The SSFC shall incorporate automatic phase lock circuits, or shall
detect incorrect phase rotation and prevent unit from starting.3. High / Low Input Voltage.4. Input Circuit Breaker: An internal circuit breaker of suitable size shall provide
protection from short circuits and allow maintenance personnel the capability ofcompletely removing power from the unit for maintenance purposes. Input circuitbreaker shall be lockable in the off position.a. All primary disconnecting means shall be suitable rated to be capable of
withstanding and interrupting fault currents available at the input.5. Control Circuit Transformers: Shall have fused primaries and secondaries, suitably
marked, for protection of all control and indicating devices.
B. Output Protection1. Over/Under Voltage Protection: The SSFC shall detect if over/under voltage exceeds
the voltage-time characteristics of MIL-STD-704F, or ISO 6858, and immediately shutdown.
2. Overload/Short Circuit:
Sarasota Bradenton International Airport SOLID STATE FREQUENCY CONVERTERPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118602 - 8
a. The unit shall be isolated from the aircraft load by overload/short circuitprotection specifically rated for 400 Hz or DC operation as applicable. The unitshall be capable of detecting overloads in excess of 200% of its rated capacityand shut down within 100msec
b. The unit shall be capable of withstanding a bolted phase to ground, boltedphase to phase, or a three phase bolted fault at the output terminals withoutcausing damage to the unit.
3. No Break Power Transfer: Unit shall be designed to provide continuous, trip freeoperation of aircraft designed for No Break Power Transfer operations during groundservicing at the gate.
2.06 CONTROLS
A. Remote Control Station:1. The control station shall be housed in a NEMA 4X stainless steel enclosure, and shall
operate on 24 volts or less and shall be located on the bridge lift column (aircraft sideof the bridge), so as to be accessible from ground level. Coordinate this position withall other installed equipment and ancillaries so as to prevent interferences. The stationshall be configured as indicated on the design drawings. Modifications to thisconfiguration must be approved by the Engineer.a. Alternate epoxy powder coated steel enclosures will be allowed.
2. The control station shall flash the green light during a fault condition.
B. Voltage Adjustment Device: A device shall be provided within the unit's enclosure to adjustthe output voltage of the unit by +/- 15% while viewing the voltmeter.
C. Aircraft Interlocks: The unit output shall incorporate interlock circuitry which shallinstantaneously isolate the converter output in the absence of a 28 VDC feedback signalindicating the aircraft cable is attached to an aircraft.
D. Aircraft Interlock Bypass: A selector shall be provided inside the unit to remove 28 Volt DCinterlock from internal circuitry and deliver output power without the presence of the 28VDCfeedback signal. An interlock circuit bypass indicator shall be provided.
E. Line Drop Compensation: A means shall be provided to adjust the automatic line dropcompensation for an aircraft cable of length from 0 to 100 feet.
F. Alarm Reset: A reset pushbutton shall be provided to reset all indicators from cleared alarmsignals.
G. Diagnostic System: The unit shall be equipped with a complete diagnostic system includingalarm messaging indicator. The diagnostic system shall permit testing of all critical circuitsduring normal operation.
2.07 MONITORING
A. The PBB, 400 Hz and PCA systems shall communicate with and be monitored by theOwner's BMS system - Johnson Controls. Provide networking of PBB, PCA and 400Hz units,and provide any and all PBB mounted cabling, translators, etcetera for a completemonitorable system. Final tie in at building face to be provided by Owner. Test and certifybridge conductors, terminations translators, etcetera as ready for Owner's use.
2.08 PBB INTERLOCKS
A. Unit shall interlock with the PBB to prevent PBB horizontal operation while SSFC unit isoperating. Coordinate with the Apron Drive Passenger Boarding Bridge Specification Section.Appropriate messages shall be displayed at the PBB operator's console to indicate unit's runstatus is preventing PBB operations.
Sarasota Bradenton International Airport SOLID STATE FREQUENCY CONVERTERPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118602 - 9
2.09 METERS AND INDICATORS
A. Voltmeter (Digital): The voltmeter shall be capable of displaying, on a single display, inputand output voltages, line-to-line and line-to-neutral. The voltmeter shall be calibrated for 400Hz and shall have an accuracy of +/-2% full scale.1. This meter may also be used to display line-to-line DC output voltages, or a separate
meter may be provided as necessary.
B. Ammeter (Digital): The ammeter shall be capable of displaying, on a single display, theoutput current for each phase. The ammeter shall be calibrated for 400 Hz and shall have anaccuracy of +/-2% full scale.1. This meter may also be used to display DC output currents, or a separate meter may
be provided as necessary.
C. Frequency Meter (Digital): The frequency meter shall be capable of displaying, on a singledisplay, the output frequency for the unit. The frequency meter shall be calibrated for 400 Hzand shall have an accuracy of +/-2% full scale.
D. Status Indicators: Three (3) indicating lights, visible from the designated front of the unit,shall be provided to indicate the following conditions:1. Power On2. Unit Fault3. Converter On4. Interlock Bypass On5. Input Phase Loss or Incorrect Rotation6. Interlock Feedback Loss
E. Lamp Test. A lamp test push-button when depressed shall test all door mounted lightindicators and digital display segments.
F. Elapsed Time Meter: A non-resettable hour meter shall be provided to register total hoursequipment is providing a 400 Hz output. Meter shall register to 99,999 hours.
G. System Indicators: LEDs shall provide indication that all primary circuits and components areoperating correctly.
H. Alarm messaging Indicator: A multi line alpha-numeric readout shall be provided to indicatean internal fault. Fault code shall remain displayed until the unit is reset, and shallautomatically be re-displayed upon restoration of power should a power outage occur afterunit faults and prior to re-setting of fault. The multi line display can be utilized to provide otherindications specified, with exception of the Status Indicators.
I. Unit shall be equipped with a battery backup sustainable memory function with ten yearperformance during absence of input power. Memory shall catalog, date stamp and store thelast 200 power deliveries and or faults.
2.10 PHYSICAL CHARACTERISTICS
A. Design and Construction1. The unit shall be designed as a modular assembly containing a solid state, 400 Hz
frequency converter and 28.5 VDC power supply (as scheduled) and all accessoriesneeded to form an operating power supply. Accessibility to all components, modules,and sub-assemblies, shall be maintained.
2. The unit shall be designed and constructed so that parts will not work loose in service.It shall be design to withstand the strains, jars, vibration and other conditions incidentto shipping, storage, installation and service.
Sarasota Bradenton International Airport SOLID STATE FREQUENCY CONVERTERPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118602 - 10
3. The converter and inverter sections of the unit shall be grouped for easy inspection orreplacement. Each individual module shall be arranged for removal withoutdisassembly of the unit. Control logic printed circuit cards shall be arranged forinsertion in a standard card rack with vibration resistant latching mechanisms.
4. The phase modules shall be cooled by a long life fan(s) and the air flow shall befiltered and separated from the internal electronic components to provide a separatephysically sealed, environmentally clean electronic sub-section. Cooling of the powertransformers shall be convection.
5. The power transformers shall be mounted in separate compartments from the internalelectric components.
6. The unit shall be equipped with approved weather tight fittings for all wiring that passthrough the weather tight compartments to prevent the entrance of moisture and dustinto isolated electronic compartments.
7. All major components and sub-assemblies shall be marked or labeled with anidentification number or letter code, or both, on or near the device. The code shall bereadily visible when examining the unit.
8. All wiring terminals shall result in a permanent, secure bond between the wire andterminal. All circuits which continue to field-wired components shall terminate atsuitably identified and easily accessible terminal boards.
9. Control panel wiring shall be extra flexible, standard type conforming toMIL-W-16878D, or equal. Installation shall be color-coded to requirement of NEMAICS-1. All wiring shall have ample service loops, shall be formed into neatappearance, and shall be laced tightly. All wiring shall be permanently marked with anindelible process such as wire stamping, slip-on type markers or other approvedmethods. Wrap around adhesive markers shall NOT be acceptable. Wire markersshall be within 1" of all terminations and shall be readily visible. Wiring bundles shallbe adequately supported and installed in the control cabinet in a neat workmanlikemanner.
10. Workmanship: The unit, including all parts and accessories shall be fabricated andfinished in a workmanlike manner. Particular attention shall be given to freedom fromdefects, burrs, sharp edges, quality of soldering, welding, brazing, painting, wiring,riveting, alignment or parts and tightness of assembly screws, bolts, etc.
11. Weatherproof schematics shall be installed on the interior of the controller door.Schematics shall include all wiring and devices and shall include all wire numbers.Schematic shall be impervious to grease, water, ice, or other elements that they maybe exposed to in an aviation maintenance environment on an active apron with thedoors open.
12. External conductors/cables shall be in conduit. Flexible cables outside of the unit willonly be allowed where maximum flexibility is required and only in lengths of 48" orless.
B. Cabinet1. The cabinet enclosure shall be designed to be suitable for the intended environmental
conditions. The components and sub-assemblies shall be mounted in a suitableNEMA 3R, or IEC IP 54 enclosure.
2. Access doors and covers shall be provided for easy access to all component parts.3. The control panel shall be mounted within the NEMA 3R enclosure with provisions
included for attaching remote controls.a. Alternate designs which house the control panel in the remote controller
housing will be allowed.4. The unit shall be designed for lifting and transporting by forklift.
Sarasota Bradenton International Airport SOLID STATE FREQUENCY CONVERTERPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118602 - 11
5. Door interlock switches shall be provided to shut down the unit, suitable warning labelsor covers shall be provided where internal voltages decay slowly after shutdown
6. Factory fabricated mounting brackets shall be utilized for installation of the unit underthe PBB. Design of these brackets shall be such so as to prevent any welding orcutting of the bridge components to facilitate installation. Brackets shall be universal innature so as to allow for installation on industry standard, commercially available passenger boarding bridges.
C. Finishes1. Case components and final assembly shall be painted and suitably protected from
oxidation and corrosion to a color matching the passenger boarding bridge on which itis installed.
D. Maintainability and Repair1. The unit shall have a minimum life expectancy of 20 years and a mean time between
failures of 24,000 hours, while operating within the specifications herein at any load upto, and including, rated load.
2. The mean-time-to-repair shall be no greater than 30 minutes at the module level.3. Replaceable module accessibility shall be consistent with mean-time-to-repair.4. Test points shall be built into the equipment to permit rapid isolation of defective
assemblies, modules, and piece parts, and facilitate alignment, calibration and test.5. The unit design shall be such that no less than 99% of all faults are correctable at the
user level using recommended spare parts.
2.11 ENVIRONMENTAL CONDITIONS
A. The unit shall successfully operate under the following conditions:1. Ambient Temperature Range: -40 degrees F to 131 degrees F.2. Relative Humidity: 10% to 100% non-condensing.3. Wind: Up to 80 mph with gusts to 125 mph.4. Altitude: Up to 7000 feet above mean sea level without derating.5. Audible Noise: Shall not exceed 70 dBA at a height of 60 inches and a distance of 78
inches.
2.12 FACTORY TESTS
A. The Manufacturer shall test every unit to assure compliance with the Specifications. Datedand signed certification test sheets shall be submitted as indicated in the Submittals sectionof this specification. The Owner shall be notified 14 days prior to the date of such tests. TheOwner reserves the right to witness tests and request additional tests that show compliancewith the Specifications. Tests shall include, but not be limited to, the following:1. Operational Checkout:
a. Unit shall undergo a high potential test of 2000V for two (2) minutes on the inputof the unit to detect wiring errors. Additional checks shall include overtempalarm, under voltage alarm, hour meter, and fans.
2. No Load Losses:a. Operate at no load and nominal input voltage. Measure and record input
voltage, output voltage, input current, output frequency, and input power factor.3. Load Test:
a. Operate unit at 50%, and 100% loads. Measure and record output voltage,output frequency, output current, output voltage and input current THD.
Sarasota Bradenton International Airport SOLID STATE FREQUENCY CONVERTERPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118602 - 12
4. Burn-In:a. Before delivery, operate each unit for a minimum of 24 continuous hours.
B. Should factory tests fail to indicate compliance with specifications, all costs associated withre-testing, including costs associated with Owner's witness services, will be the responsibilityof the manufacturer.
PART 3 EXECUTION
3.01 CABINET MOUNTING
A. SSFC shall be mounted as indicated in approved submittal drawings.
3.02 ELECTROMAGNETIC COMPATIBILITY
A. Grounding:1. Install grounding conductors as directed by manufacturer and in accordance with the
NEC requirements for separately derived systems.
B. The chassis and enclosure shall be continuously welded for maximum shielding.
3.03 EXAMINATION
A. Verify/perform the following items or tasks.1. Air inlets or exhaust louvers are not obstructed2. Check to be sure that there are no tools or loose objects in the unit.3. Make a final check of the security of the power connections.4. Re-install any covers removed during installation.
3.04 INSTALLATION
A. Install in accordance with manufacturer's instructions.
B. The units shall not hinder or restrict the passenger boarding bridge or ancillary equipmentfrom operating within its full designed operating range.
C. Arrange installation of cables to provide adequate clearance for service and maintenance.
D. The unit and cables shall be properly aligned and adjusted before final acceptance.
E. Wire mesh strain reliefs shall be utilized at aircraft cable termination points.
3.05 INTERFACE WITH OTHER WORK
A. Installation of unit shall be coordinated with other trades associated with project.
3.06 FIELD QUALITY CONTROL
A. Inspect for loose connections, proper grounding connections, and latching of circuit boards incard rack.
3.07 STARTING EQUIPMENT
A. Adjust for proper operation within manufacturer's published tolerances.
B. Field Tests1. The start up personnel shall test every unit to assure compliance with the
Specifications. The Owner shall be notified 14 days prior to the date of such tests. Dated and signed Field Commissioning Reports shall be submitted within 14 days ofperformance of tests. The Owner reserves the right to witness tests and request
Sarasota Bradenton International Airport SOLID STATE FREQUENCY CONVERTERPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 02.23.17Copyright AERO Systems Engineering 2017 118602 - 13
additional tests that show compliance with the Specifications. Tests shall include, butnot be limited to, the following:a. Operational Checkout:
1) Local and remote pushbuttons shall be checked for operation.2) Correct phase rotation shall be verified by unit's status indicator.3) E&F circuit interlock and bypass operation shall be verified by unit's
status indicators.4) Lamp Test shall be verified by unit's status indicators.
b. No Load:1) Operate at no load and nominal input voltage. Measure and record input
voltage, output voltage(s), and output frequency at aircraft cable plugs.c. Load Test:
1) Operate 400 Hz unit output at 50%, and 100% loads. Measure andrecord output voltage at aircraft cable plugs for each load interval.
2) Operate 28.5 VDC unit output at 50%, and 100% loads. Measure andrecord output voltage at aircraft cable plugs for each load interval.
d. Provide complete functional testing to the satisfaction of the Owner.
C. Complete all punchlist items.
3.08 ADJUSTING
A. Adjust line drop compensation to operate with length of aircraft cable installed. Proper testequipment shall be utilized to verify adjustment of line drop compensation circuit.
B. Operational Voltages:1. 400 Hz:
a. No Load Voltage: 116.0 - 117.0 Volts.b. Full Load Voltage: 115.0 - 116.5 Volts.
2. 28.5 VDC:a. No Load Voltage: 28.0 - 28.5 VDC.b. Full Load Voltage: 26.0 - 28.5 VDC.
3.09 CLEANING
A. Clean unit from all construction dust and debris prior to start-up.
B. Touch up scratched or marred surfaces to match original finish.
C. Protect the installed unit from subsequent construction operations.
END OF SECTION
Sarasota Bradenton International Airport CABLE HOISTSPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 01.20.17Copyright AERO Systems Engineering 2017 118604 - 1
SECTION 118604 - CABLE HOISTS
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Work Includes: Designing, manufacturing, testing, furnishing, installing and commissioningcable hoists.
1.02 RELATED SECTIONS
A. Drawings, General Provisions of the Contract, including General and Special Conditions, aswell as General electrical materials and methods of installation apply to work of this section.
B. Section 118604 - Aircraft Ground Power Cable.
C. Section 118504: Apron Drive Passenger Boarding Bridge.
1.03 REFERENCES
A. The latest approved version or edition, by the authority having jurisdiction, of the followingcodes, references and standards shall apply. If the authority having jurisdiction has notapproved or adopted a particular code, reference, or standard, the latest published editionshall be applicable.1. NEMA MG 1 - Motors and Generators; National Electrical Manufacturers Association.2. NFPA 70 - National Electrical Code; National Fire Protection Association.
1.04 SUBMITTALS
A. Product Data: Provide wiring diagrams detailing power connections, control, safety andprotective device considerations and arrangement for travel limit (up and down) of cablehoist.
B. Shop Drawings: Indicate mounting location of cable hoist for each passenger loading bridgeusing a fixed reference point.
C. Maintenance Data: Data for components, including motor, gear trane, cable sheave, controland limit devices.
D. Warranty: Submit manufacturer warranty and ensure that forms have been completed inOwner's name and registered with manufacturer.
E. Spare Parts List: Provide manufacturer's recommended spare parts list. Spare Parts Listshall include Owner's applicable pricing. Spare part pricing shall remain valid for two (2)years from date of final completion.
F. Special Tools List: Provide a list of any special tools required to perform any fieldperformable maintenance tasks.
G. UL Compliance certificates as required by 1.05.D.
1.05 QUALITY CONTROL
A. Supply, install and commission all cable hoists.
B. Manufacturer Qualifications: Company specializing in manufacturing products specified inthis section, with not less than three years of documented experience.
C. Installer Qualifications: Company specializing in performing the work of this section withminimum 5 years of documented experience.
D. UL Compliance: Cable hoist units shall be UL, or ETL approved by a nationally recognizedtesting laboratory at time of bid. Submit certifications with bid.
Sarasota Bradenton International Airport CABLE HOISTSPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 01.20.17Copyright AERO Systems Engineering 2017 118604 - 2
1.06 OPERATION AND MAINTENANCE MANUALS
A. Provide two (2) bound copies, and three (3) electronic copies (CD or DVD) of the Operationand Maintenance Manual for each model cable hoist supplied fourteen (14) days prior toSubstantial Completion.
B. The manuals shall fully describe each product, system, or subsystem numbered logically andseparated into sections and contained in rigid plastic binders with identification inserted inclear plastic pockets on front and spine of each binder. Manuals shall be assembled inaccordance with ATA 101
C. The content of the manuals shall be limited to information and data that specifically apply toproducts provided and shall include, at minimum, a general description, theory of operation,routine normal and special operating instructions and sequences. Also included shall beroutine maintenance procedures and guides for troubleshooting, disassembly andreassembly instructions, and recommended spare parts list including current prices andsources.
D. Wiring diagrams and schematics shall be incorporated into the manuals to clearly showfeatures such as controls, switches, instruments, and indicators by name and location.
E. Special Tools List: Provide a list of any special tools required to perform any fieldperformable maintenance tasks.
F. Spare Parts List: Provide manufacturer's recommended spare parts list.
1.07 DELIVERY, STORAGE, AND PROTECTION
A. Lift and support cable hoist units with the manufacturer's designated lifting or supportingpoints.
B. Provide cable hoist units which do not require disassembly and reassembly because ofmovement into the final location and follow manufacturer's written instructions.
C. Deliver equipment as a factory-assembled unit whenever practical for shipping purposes withprotective crating and covering.
D. Store equipment and material in suitable facilities until delivery, installation, and acceptanceby the Owner.
E. Coordinate the delivery acceptance of this equipment at the job site, receive, offload, storeand protect this equipment until such time as it has been installed and accepted by theOwner.
F. Properly dispose of all waste including, but not limited to, packaging, crates, etcetera.
1.08 WARRANTY
A. Provide a full parts and labor warranty for the new hoists. Labor warranty shall be performedby factory trained service technicians. Warranty shall run one (1) year from the Date ofBeneficial Use. Date of Beneficial Use is defined as the date the system is turned over bythe manufacturer, and accepted by the Owner for normal operation. All warranty servicesshall be at the site of the installation. Provider shall be responsible for all travel andsustenance expenses necessary for warranty services.
B. Shipping and handling charges for warranty parts are the responsibility of the provider.
C. Warranty Services shall be commenced with on site representation, by qualified repairtechnicians, within 72 hours from the request of the Owner.
Sarasota Bradenton International Airport CABLE HOISTSPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 01.20.17Copyright AERO Systems Engineering 2017 118604 - 3
1.09 OPERATION AND MAINTENANCE MANUALS
A. Provide seven (7) copies of the approved, comprehensive Operation and MaintenanceManual 14 days prior to Final Acceptance date.
B. The manuals shall fully describe each product, system, or subsystem numbered logically andseparated into sections and contained in rigid plastic binders with identification inserted inclear plastic pockets on front and spine of each binder. Manuals shall be assembled inaccordance with ATA 101.
C. The content of the manuals shall be limited to information and data that specifically apply toproducts provided and shall include routine normal and special operating instructions andsequences. Also included shall be routine maintenance procedures and guides fortroubleshooting, disassembly and reassembly instructions, and recommended spare partslist consisting of current prices and sources.
D. Wiring diagrams and schematics shall be incorporated into the manuals to clearly showfeatures such as controls, switches, instruments, and indicators by name and location.
1.10 TRAINING
A. Cable hoists should require minimal training. Provide operator's training at the time of, and tocoincide with each session of the 400 Hz or PBB training.
PART 2 PRODUCTS
2.01 MANUFACTURERS
A. JBT AEROTech - Jetway.
B. Cavotec - Inet
C. Hobart
D. MCM
E. Substitutions: Per Product Substitution Requirements in Division 1.
2.02 BRANDING
A. The Owner, or Owner's tenant, reserves the right to provide branding on the exterior sides ofthe installed equipment and desires that this branding not be diminished by excessively largeor aesthetically displeasing branding of individual pieces of equipment. All manufacturersbranding, labeling, marking, etcetera, on their products shall be relatively small compared tothe overall size of the piece of equipment. The Owner reserves the right to require anynon-approved branding removed from finished products at no additional cost.
2.03 DESCRIPTION
A. A cable hoist shall be included for the "off-the-ramp" storage of the aircraft ground powercable. The use of under cab "Cable Retrievers" is not permitted.
B. The cable hoist shall be mounted on top of the outermost tunnel on the aircraft side of thePLB, or alternately on top of the bridge cab, or in a location approved by the Engineer. Themounting position or method shall not inhibit bridge movement in any way.
C. The cable hoist shall store the entire aircraft ground power cable (including the plug) off theapron at the side of the passenger boarding bridge tunnel (or cab), by means of saddlesattached to the end of a stainless steel flexible cable which is wrapped on drum(s) mountedon the shaft of a gear reduction motor drive. When the aircraft ground power cable hasbeen lowered to a usable position, the operator may unsnap the rings releasing the aircraftground power cable so that it may be fully deployed and plugged into the aircraft. Conversely
Sarasota Bradenton International Airport CABLE HOISTSPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 01.20.17Copyright AERO Systems Engineering 2017 118604 - 4
when the aircraft ground power cable is unplugged from the aircraft, it may be pulled back tothe snap rings and hoisted from the apron.
2.04 COMPONENTS
A. Each cable hoist shall consist of the following components:1. Motor: 1/2 horsepower (minimum), rated at 480V, three phase, 60 Hz, and shall be
fully capable of raising and lowering the aircraft cable as specified.2. Gear Reducer: NEMA rated Class D.3. Cable Drum: Shall be capable of housing entire length of cable used to raise and
lower aircraft power cable.4. Protective Steel Housing.5. Cable: The cable system shall consist of a 5/32 " diameter wire rope tested in excess
of 350 lbs. The cable shall be of adequate length to fully raise and lower the aircraftground power cable.
6. Limit Switches:a. Cable Down: An independent cable down limit switch shall prevent the wire
cable from unfurling completely when pressing "down" pushbutton to loweraircraft power cable.
b. Cable Up: An independent cable up limit switch shall deenergize the cable hoistdrive motor, thereby setting the brake, when the cable is completely retrievedfrom the ramp and in its upmost position.
c. PBB Interlock: An independent switch shall provide an interlock to thepassenger boarding bridge. This limit switch shall be interlocked with the PBBcontrol circuitry to prevent horizontal movement only, of the PBB, while thecable is deployed. This contractor shall install this interlock. (Vertical operationshall not be affected, including auto level circuits.)
2.05 ACCESSORIES
A. The following equipment shall be provided with each cable hoist:1. Mounting saddles2. Racks3. Cantilevers4. Mounting kits for proper installation as shown on the Drawings.5. Industrial grade snap hooks.
B. Hardware shall be factory finish painted as specified in this section.
2.06 CONTROLS
A. RAISE/LOWER controls shall be externally provided. The control station shall be integratedwith the 400 Hz control station and shall be housed in a NEMA 4X stainless steel enclosure,and shall operate on 24 volts or less and shall be located on the bridge lift column (aircraftside of the bridge), so as to be accessible from ground level. Coordinate this position with allother installed equipment and ancillaries so as to prevent interferences. The station shall beconfigured as indicated on the design drawings.
B. Coordinate with pushbutton controls provided in 400Hz aircraft cable head. See Section118600.
2.07 INTERLOCKS
A. Unit shall interlock with the PBB to prevent PBB horizontal operation while cable hoist is inthe deployed state. Coordinate with requirements of Section 118604.
Sarasota Bradenton International Airport CABLE HOISTSPower Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 01.20.17Copyright AERO Systems Engineering 2017 118604 - 5
B. Unit shall interlock with the PBB to illuminate a "400 Hertz Aircraft Cable Deployed" warninglight on the PBB console when the cable hoist is in the deployed state. Coordinate withrequirements of Section 118604.
2.08 FACTORY FINISHING
A. Factory primed and finished with industrial grade enamel, electrostatically, or powder coat,applied, and shall match the color of the new passenger boarding bridge.
PART 3 EXECUTION
3.01 EXAMINATION
A. Verify that cable hoist is installed in manufacturer's recommended location on the passengerboarding bridge.
3.02 INSTALLATION
A. Installation services shall be provided by an installing contracting company that has aminimum of three (3) years documented experience of successful installations on projects ofsimilar size and scope.
B. Install in accordance with manufacturer's instructions.
3.03 STARTING EQUIPMENT
A. Adjust for proper operation within manufacturer's published tolerances.
B. Demonstrate proper operation of equipment to Owner 's designated representative.
3.04 ADJUSTING
A. Adjust mounting saddles on aircraft power cable to adequately raise cables off the rampwhen not in use and with passenger boarding bridge in its fully lowered position.
B. Ensure aircraft cables are installed in such a manner as to prevent damage to anycomponents throughout the full range of PBB motion.
END OF SECTION
Sarasota Bradenton International Airport BASIC ELECTRICAL REQUIREMENTS
Power Distribution and Loading Bridge Replacement Project
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17
Copyright AERO Systems Engineering 2017 260500 - 1
SECTION 260500 - BASIC ELECTRICAL REQUIREMENTS
PART 1 - GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contractual Conditions and other Division 1 Specification sections apply to this section.
1.02 WORK INCLUDED
A. This section includes Basic Electrical Requirements specifically applicable to Division 26 specification.
B. Provide and install all equipment, labor, material and accessories, and mounting hardware for a complete and operating system as described within these Division 26.
C. Furnish, perform, or provide all labor including planning, purchasing, transporting, storing, installing, testing, cutting and patching, trenching, excavating, backfilling, coordination, field verification, installation safety, supplies, and materials necessary for the installation of complete electrical systems (as described or implied by these specifications and the applicable drawings) in strict accordance with safety standards and applicable codes, which may not be repeated in these specifications, but are expected to be common knowledge of qualified Bidder.
D. All work shall comply with all applicable codes as a minimum and with the additional requirements called for in these Contract Documents.
E. Only trained and licensed personnel shall perform work. No Work shall be performed which violates applicable Codes, even if called for in the Contract Documents.
F. Coordinate and verify power and telephone company service requirements prior to installation and material procurement.
G. Coordinate all Work with the Owner (SMAA) prior to performing any work on this project.
H. Make connections to all items in the Work which require electric power. Connections will include wire, conduit, circuit protection, disconnects, and accessories. Securing of roughing-in drawings and connection information for equipment involved is included under this division. See other divisions for specifications for electrically operated equipment.
I. Secure and pay for all permits, fees, licenses, and inspections required to perform Division 26 and 28 work.
J. Provide temporary electrical service, power, and lighting for construction. Refer to Division 1 for requirements.
1.03 DEFINITIONS
A. Provide: Furnish, install, and connect complete.
B. Review of shop drawings: A service by the Engineer to reduce the possibility of materials being ordered which do not comply with Contract Documents. The Engineer’s review shall not relieve the Contractor of responsibility for dimensions or compliance with the contract documents. When an error is not detected, this does not grant the Contractor permission to proceed in error.
C. Wiring: Wire and cable, installed in raceway with boxes, fittings, connectors, supports, accessories, overcurrent protection, and disconnects per applicable codes.
D. Work: Materials completely installed.
E. Connect: Provide all wiring and connections required for a properly operating system.
Sarasota Bradenton International Airport BASIC ELECTRICAL REQUIREMENTS
Power Distribution and Loading Bridge Replacement Project
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17
Copyright AERO Systems Engineering 2017 260500 - 2
1.04 WORK SEQUENCE
A. Install Work in stages or phases to accommodate Owner/Engineer and construction manager.
1.05 DESCRIPTION
A. Install Work in locations shown or described in the Contract Documents, unless prevented by Project conditions.
B. Install all equipment so that all Code and Manufacturer recommended working and servicing clearances are maintained. Properly arrange and install all equipment within designated spaces. If a departure from the Contract Documents is necessary, submit to the Engineer for approval, detailed drawings of the proposed changes with written reasons for the changes. No change shall be implemented without approval as permitted by the General Conditions.
C. The Contractor shall verify finish dimensions at the project site in preference to using dimensions noted on Contract Documents.
1.06 INVESTIGATION OF SITE
A. Investigate the site and existing conditions thoroughly before bidding.
B. During the course of his site visit, the electrical bidder shall become familiar with all aspects of the proposed work and existing field conditions of the work. No compensation or reimbursement for additional expenses for failure investigate the existing facilities will be authorized. This shall include rerouting around existing obstructions.
C. Submission of a proposal will be construed as evidence that such examination has been made and later claims for labor, equipment or materials required because of difficulties encountered will not be recognized.
D. Existing conditions and utilities indicated are taken from existing construction documents, surveys, and field investigations. Unforeseen conditions probably exist and existing conditions shown on drawings may differ from the actual existing installation with the result being that new work may not be field located exactly as shown on the drawings.
1.07 CONTRACT DOCUMENTS SITE
A. The drawings are diagrammatic and are not intended to include every detail of construction, materials, methods, and equipment. They indicate the result to be achieved by an assemblage of various systems. Coordinate equipment locations with Civil, Architectural, Structural, HVAC, and Plumbing. Layout equipment before installation so that all trades may install equipment in spaces available. Coordinate installation in a neat and workmanlike manner.
B. Should conflicts exist between the Drawings and Specifications, the Contractor shall ask for clarification prior to doing and conflicting work.
C. Wiring arrangements for equipment shown on the drawings are intended to be diagrammatic and do not show all required conductors and functional connections. All such items incidental to a complete and operating system shall be provided.
D. Submit specific shop drawings which indicate the fabrication, assembly, installation, and erection of particular systems’ components. Drawings that are part of the Contract Documents shall not be considered a substitute for required shop drawings, field installation drawings, code requirements, or applicable standards.
E. Locations indicated for outlets, switches, and equipment are approximate and shall be coordinated with the Contract Documents. Where instructions or notes are insufficient to locate the item, notify the Engineer.
Sarasota Bradenton International Airport BASIC ELECTRICAL REQUIREMENTS
Power Distribution and Loading Bridge Replacement Project
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17
Copyright AERO Systems Engineering 2017 260500 - 3
1.08 MATERIALS AND EQUIPMENT
A. Unless otherwise noted, all material shall be new and U.L. listed or labeled. In lieu of UL listing or labeling, a statement or data demonstrating compliance with contract documents from a nationally recognized testing agency shall be submitted for approval.
B. Where Contract Documents list design selection or manufacturer, type, this model shall set the standard of quality and performance required. Where no brand name is specified, the source and quality shall be subject to the Engineer’s review and approval. Where Contract Documents list approved substitutions, these items shall comply with Division 1 requirements for substitutions.
C. When a product is specified to be in accordance with a trade association or government standard and at the request of the Engineer the Contractor shall furnish a certificate that the product complies with the referenced standard and supporting test data to substantiate compliance.
D. Where multiple items of the same equipment or materials are required, they shall be the product of the same Manufacturer.
E. Prior to placing equipment orders, verify the physical size of specified equipment to fit spaces allotted on the drawings and with NEC working clearances.
F. Electrical equipment shall be protected from the weather, during shipment, storage, and construction per manufacturer's recommendations. Should any apparatus be subjected to possible damage by water, it shall be thoroughly dried and put through a dielectric test, at the expense of the Contractor, to ascertain the suitability of the apparatus, or it shall be replaced without additional cost to the Owner.
G. Inspect all electrical equipment and materials prior to installation. Damaged equipment and materials shall not be installed or placed in service. Replace or repair and test damaged equipment in compliance with industry standards at no additional cost to the Owner. Equipment required for the test shall be provided by the Contractor.
H. Material and equipment shall be provided complete and shall function up to the specified capacity/function. Should any material or equipment as a part or as a whole fail to meet performance requirements, replacements shall be made to bring performance up to specified requirements. Damages to finish by such replacements, alterations, or repairs shall be restored to prior conditions, at no additional cost to the Owner.
I. Where tamperproof screws are specified or required, Phillips head or Allen head devices shall not be accepted. For each type used, provide the Owner with three tools. The Owner will designate the specific hardware design to correspond with existing devices elsewhere in the building, to limit special tool requirements.
1.09 SUPERVISION OF THE WORK
A. Reference the General Conditions for additional requirements.
B. A qualified and experienced electrical superintendent shall be in charge of the work in progress at all times. If, in the judgment of the Owner, the electrical superintendent is not performing his duties satisfactorily, the Contractor shall immediately replace him upon receipt of a letter of request from the Owner. Once a satisfactory electrical superintendent has been assigned to the work, he shall not be withdrawn by the Contractor without the written consent of the Owner.
C. Provide field superintendent who has had a minimum of four (4) years previous successful experience on projects of comparable sizes and complexity. Superintendent shall be present at all times that work under this Division is being installed or affected. All work performed by a non-licensed Journeyman shall be under the direct supervision (in the presence of) of a Licensed Journeyman as specified herein. Increase the quantity of licensed Journeymen as required for supervision of all areas where direct contact is not possible. Project Superintendent and supervising Journeyman shall have passed a proctored H.H. Block Journeyman Exam with 75% grade or better and shall be a licensed Journeyman within the State of Florida. A resume of the Project superintendent's experience shall be submitted to the Owner before starting work. At
Sarasota Bradenton International Airport BASIC ELECTRICAL REQUIREMENTS
Power Distribution and Loading Bridge Replacement Project
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17
Copyright AERO Systems Engineering 2017 260500 - 4
least one member of the electrical contracting firm shall hold a State Master Certificate of Competency. Each Journeyman shall have possession of licensing documentation at all times during work. Display to the Owner when requested.
D. Superintendent shall be employed by a State Registered (Type "E.R." License) or State certified (Type "E.C." License) electrical contractor.
1.10 COORDINATION
A. Provide all required coordination and supervision where work connects to or is affected by work of others, and comply with all requirements affecting this Division. Work required under other divisions, specifications or drawings to be performed by this Division shall be coordinated with the Contractor and such work performed at no additional cost to the Owner including but not limited to electrical work required for:
1. Division 11 of the Specifications
B. Installation studies shall be made to coordinate the electrical work with other trades. Work shall be preplanned. Unresolved conflicts shall be referred to the Department prior to installation of the equipment.
C. Coordination drawings shall be prepared prior to the start of work. Drawings shall show the actual physical dimension required for the installation to assure proper integration of equipment with building systems and NEC required clearances. Location of conduit racking, etc., shall be provided. Coordination drawings shall be provided for all areas. Comply with the requirements of Division 1.
D. Secure approved shop drawings from all required disciplines and verify final electrical characteristics before roughing power feeds to any equipment. When electrical data on approved shop drawings differs from that shown or called for in Construction Documents, make adjustments to the wiring, disconnects, and branch circuit protection to match that required for the equipment installed.
E. Damage from interference caused by inadequate coordination shall be corrected at no additional cost to the Department.
F. Coordinate the exact location of floor outlets, floor ducts, floor stub-ups, etc. with the Owner/Architect and Engineer (and receive their approval) prior to rough-in. Locations indicated in Contract Documents are only approximate locations.
G. The Contract Documents describe specific sizes of switches, breakers, fuses, conduits, conductors, motor starters and other items of wiring equipment. These sizes are based on specific items of power consuming equipment (heaters, lights, motors for fans, compressors, pumps, etc.). Coordinate the requirements of each load with each load's respective circuitry shown and with each load's requirements as noted on its nameplate data and manufacturer's published electrical criteria. Adjust circuit breaker, fuse, conduit, and conductor sizes to meet the actual requirements of the equipment being provided and installed and change from single point to multiple points of connection (or vice versa) to meet equipment requirements. Changes shall be made at no additional cost to the Owner.
1.11 PROVISION FOR OPENINGS
A. Locate openings required for work. Provide sleeves, guards or other approved methods to allow passage of items installed.
B. Coordinate with roofing Contractor on installation of electrical items which penetrate the roof. Roof penetrations shall be installed so as to not void roof warranty.
C. Where work pierces waterproofing, it shall maintain the integrity of the waterproofing. Coordinate roofing materials which pierce roof for compatibility with membrane or other roof types with Contractor.
Sarasota Bradenton International Airport BASIC ELECTRICAL REQUIREMENTS
Power Distribution and Loading Bridge Replacement Project
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17
Copyright AERO Systems Engineering 2017 260500 - 5
1.12 CONCRETE PADS
A. Furnish and install reinforced concrete housekeeping pads for transformers, switchgear, generators, motor control centers, and other free-standing equipment installed within the building. Unless otherwise noted, pads shall be four (4) inches high and shall exceed dimensions of equipment being set on them, including future sections, by six (6) inches each side, except when equipment if flush against a wall where the side against the wall shall be flush with the equipment. Pads shall be reinforced with W1.4 x 1.4 6 x 6 welded wire mesh. Chamfer top edges 1/2". Trowel all surfaces smooth. Provide 4000 psi concrete.
1.13 SURFACE MOUNTED EQUIPMENT
A. Surface mounted fixtures, outlets, cabinets, conduit, panels, etc. shall have finish or shall be painted as directed by designer. Paint shall be in accordance with applicable sections and/or divisions of these specifications.
1.14 CUTTING AND PATCHING
A. Reference Division 1 - General Requirements.
1. Provide cutting and patching necessary for the installation of Division 26 and 28 work.
2. Cutting of work in place shall be cut, drilled, patched and refinished to match specified finish.
3. Backfill new grades to match adjacent undisturbed surface.
4. Schedule work to place Division 26 work to avoid as much cutting and patching as practical.
1.15 TRENCHING AND BACKFILLING
A. All trenching, backfilling and compaction requirements shall be in accordance with other sections of these specifications.
B. Trench excavation in excess of 5 feet deep shall comply with OSHA Standard 29 C.F.R.s. 1926. 650 Subpart P.
1.16 DELIVERY, HANDLING, PROTECTION OF MATERIALS, AND STORAGE
A. Ship, deliver, and store products in the manufacturer’s protective packing to prevent damaging.
B. Handle equipment carefully to prevent damage to components, breakage and denting or scoring of surfaces and finishes.
C. Store all equipment and products in clean, dry spaces. Protect all equipment from dirt, fumes, water, chemicals, construction debris and physical damage. Any equipment exposed directly to moisture will not be acceptable and shall be replaced.
D. Replace damaged products and equipment. Repair and repaint marred and damaged finishes to original factory finish as directed by manufacturer and as herein specified.
E. Keep all conduit and other openings protected against entry of foreign matter.
1.17 INSTALLATION
A. Erect equipment to minimize interference and delays with the execution of the Work.
B. Take care in erection and installation of equipment and materials to avoid marring finishes or surfaces. Any damage shall be repaired or replaced as determined by the Owner/Engineer at no additional cost to the Owner.
C. Equipment requiring electrical service shall not be energized or placed in service until the Owner/Engineer is notified and is present or have waived their right to be present. Where equipment to be placed in service involves service or connection from another Contractor, notify the Owner/Engineer in writing as appropriate when the equipment will be ready.
Sarasota Bradenton International Airport BASIC ELECTRICAL REQUIREMENTS
Power Distribution and Loading Bridge Replacement Project
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17
Copyright AERO Systems Engineering 2017 260500 - 6
D. Equipment supports shall be secured and supported from structural members unless written approval is granted by the Engineer.
E. Plywood material shall not be used as a backboard for mounting panel boards, disconnects, motor starters, and dry type transformers. Provide "cast in place" type inserts or install expansion type anchor bolts. Electrical equipment shall not be mounted directly to dry wall for support without additional channels as anchors. Channels shall be anchored to the floor and structure above. Panelboards and terminal cabinets shall be provided with structural framing located within drywall partitions.
F. Inserts, pipe sleeves, supports, and anchorage of electrical equipment shall be provided. Where items are to be set or embedded in concrete or masonry, the items shall be furnished and layout made for setting or embedment thereof so as to cause no delay.
1.18 PRODUCT SUBSTITUTIONS
A. The Contract for construction shall be based upon products and standards established in the Contract Documents.
1. Product substitutions shall only be considered if:
a. Substituted product meets the design intent and quality of the specified project.
b. All requirements of Division 1 are met and the substitution is approved by the Engineer.
2. Approval of substitutions is at the Engineer’s sole discretion. If substitutions are rejected by the Engineer, the Contractor shall submit specified products.
1.19 AS-BUILT DOCUMENTS
A. As-Built Documents: As-built Documents include Drawings, Shop Drawings, Specifications, Addenda, Change Orders, and other modifications permitted by the General Conditions.
B. Comply with all requirements of Division 1.
C. Verify aspects of redlined as-builts for accuracy. As-Built Documents shall show all components including but not limited to:
1. All raceways 1-1/4" and above and grouped raceway racking as installed, including dimensions from fixed building lines such as column lines.
2. All site underground raceways and duct banks indicating burial depths and distances from fixed building lines or global tracking coordinates.
3. Underground pull boxes and manholes including elevations. Detail manhole and pull boxes, conduit terminations (butterfly layout) including conduit sizes, designated systems and cabling description.
4. General conduit routing from device to device. (Exact routing is not required for raceways 1” and smaller.)
5. The first junction box within each homerun, regardless of size shall be shown in the installed location.
6. All junction boxes and pull boxes located above non-accessible ceilings shall be shown in exact location. All junction boxes 6”X6” and larger shall be shown in exact location.
7. Any combining of circuits (which is only allowed by specific permission) or change in homerun outlet box shall be indicated.
8. Any circuit number changes.
9. All conductors and cables, conductors and cable sizes, raceway sizes, etc. not shown on contract documents and any changes from the documents.
10. Any switchboard, panelboard, motor control center, relay panel, or dimming control panel schedule changes, including load changes.
Sarasota Bradenton International Airport BASIC ELECTRICAL REQUIREMENTS
Power Distribution and Loading Bridge Replacement Project
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17
Copyright AERO Systems Engineering 2017 260500 - 7
11. All access panels.
12. All existing conditions.
13. Exact quantity of conductors and cables shall be shown for all raceway systems.
14. All devices, wall outlet boxes, and control components.
15. All wireway and cable tray systems.
16. Exact location of all driven grounding electrodes including burial depths and dimensions from fixed building lines. Location of all grounding system busbars.
17. Riser diagrams exactly as installed.
18. Switchboard, panelboards, motor control center, motor control devices, terminal cabinets, equipment racks, relays, disconnects and switches and surge protection devices.
19. Change the equipment schedules (i.e. symbol legends, light fixture schedule, etc) to agree with items actually furnished.
20. Change plan notes to agree with items actually furnished, actual installation methods, etc. respectfully.
21. Cross-out all items, circuitry, devices, etc. not applicable.
D. As-Built red line information shall not compromise the clarity of the Contract Documents and Shop Drawings. Major components such as grouped raceway assemblies, cable tray systems, larger conduits, duct banks, racking, elevations, dimensions, etc. shall be shown on a clean architectural base plan(s) separate from the Contract Electrical Documents, as required to clearly delineate work. Obtain electronic base plan file from the Owner.
1.20 SYSTEMS WARRANTY
A. Reference the General Conditions.
B. Warranty shall be by the Contractor to the Owner and shall cover for a period of one year from the date of the Substantial Completion. Warranty shall not include light bulbs in service after one month from date of substantial completion of the System.
1. Explain the provisions of warranty to the Owner at the "Demonstration of Completed System" meeting to be scheduled with the Owner upon project completion.
C. Where items of equipment or materials carry a manufacturer's warranty for any period in excess of twelve (12) months, then the manufacturer's warranty shall apply for that particular piece of equipment or material.
D. Where extended Guarantees are called for herein, furnish three copies to be inserted in Operation and Maintenance Manuals.
E. All preventative maintenance and normal service will be performed by the Owner maintenance personnel after final acceptance of the work which shall not alter the Contractor's warranty.
1.21 WASTE MATERIALS DISPOSAL
A. Include in base bid the transport and disposal or recycling of all waste materials generated by this project in accordance with all rules, regulations and guidelines applicable. Comply fully with Florida Statute 403.7186 regarding mercury containing devices and lamps. Lamps, ballasts and other materials shall be transported and disposed of in accordance with all DEP and EPA guidelines applicable at time of disposal. Provide the Owner with written certification of approved disposal.
1.22 PROHIBITION OF ASBESTOS AND PCB
A. Prior to the Final Review field visit the Contractor shall certify in writing that the equipment and materials installed in this Project under this Division 26 and 28 contain no asbestos or PCB. Additionally, all manufacturers shall provide a statement with their submittal that indicates that their
Sarasota Bradenton International Airport BASIC ELECTRICAL REQUIREMENTS
Power Distribution and Loading Bridge Replacement Project
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17
Copyright AERO Systems Engineering 2017 260500 - 8
product contains no asbestos or PCB. This statement shall be signed by a duly authorized agent of the manufacturer.
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION (Not Used)
END OF SECTION
Sarasota Bradenton International Airport LOW-VOLTAGE ELECTRICAL POWER Power Distribution and Loading Bridge Replacement Project CONDUCTORS AND CABLES
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 260519 - 1
SECTION 260519 - LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES
PART 1 - GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.
1.02 SUMMARY
A. Section Includes:
1. Copper building wire rated 600 V or less.
2. Connectors, splices, and terminations rated 600 V and less.
B. Related Requirements:
1. Section 260523 "Control-Voltage Electrical Power Cables" for data circuits and for control systems communications cables and Classes 1, 2, and 3 control cables.
1.03 DEFINITIONS
A. RoHS: Restriction of Hazardous Substances.
B. VFC: Variable-frequency controller.
C. Product Schedule: Indicate type, use, location, and termination locations.
1.04 INFORMATIONAL SUBMITTALS
A. Field quality-control reports.
PART 2 - PRODUCTS
2.01 COPPER BUILDING WIRE
A. Description: Flexible, insulated and uninsulated, drawn copper current-carrying conductor with an overall insulation layer or jacket, or both, rated 600 V or less.
B. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1. General Cable Technologies Corporation.
2. Okonite Company (The).
3. Southwire Company.
C. Standards:
1. Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and use.
2. RoHS compliant.
3. Conductor and Cable Marking: Comply with wire and cable marking according to UL's "Wire and Cable Marking and Application Guide."
D. Conductors: Copper, complying with ASTM B 3 for bare annealed copper and with ASTM B 8 for stranded conductors.
E. Conductor Insulation:
Sarasota Bradenton International Airport LOW-VOLTAGE ELECTRICAL POWER Power Distribution and Loading Bridge Replacement Project CONDUCTORS AND CABLES
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 260519 - 2
1. Type THHN and Type THWN-2: Comply with UL 83.
2. Type XHHW-2: Comply with UL 44.
2.02 CONNECTORS AND SPLICES
A. Description: Factory-fabricated connectors and splices of size, ampacity rating, material, type, and class for application and service indicated; listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and use.
B. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1. 3M Electrical Products.
2. Ideal Industries, Inc.
3. Thomas & Betts Corporation; A Member of the ABB Group.
PART 3 - EXECUTION
3.01 CONDUCTOR MATERIAL APPLICATIONS
A. Feeders: Copper; solid for No. 10 AWG and smaller; stranded for No. 8 AWG and larger.
B. Branch Circuits: Copper. Solid for No. 10 AWG and smaller; stranded for No. 8 AWG and larger.
C. VFC Output Circuits Cable: Extra-flexible stranded for all sizes.
D. Power-Limited Fire Alarm and Control: Solid for No. 12 AWG and smaller.
3.02 CONDUCTOR INSULATION AND MULTICONDUCTOR CABLE APPLICATIONS AND WIRING METHODS
A. Service Entrance: Type THHN/THWN-2, single conductors in raceway.
B. Feeders: Type THHN/THWN-2, single conductors in raceway.
C. Special Purpose Feeder - Feeders operating at 400Hz: Type XHHW-2, twisted single conductors in Aluminum raceway.
D. Exposed Branch Circuits, Including in Crawlspaces: Type THHN/THWN-2, single conductors in raceway.
E. Branch Circuits Concealed in Ceilings, Walls, and Partitions: Type THHN/THWN-2, single conductors in raceway
F. Branch Circuits Concealed in Concrete, below Slabs-on-Grade, and Underground: Type THHN/THWN-2, single conductors in raceway
G. Cord Drops and Portable Appliance Connections: Type SO, hard service cord with stainless-steel, wire-mesh, strain relief device at terminations to suit application.
H. VFC Output Circuits Type XHHW-2, single conductors in raceway or Type TC-ER cable with dual tape shield.
3.03 INSTALLATION OF CONDUCTORS AND CABLES
A. Conceal cables in finished walls, ceilings, and floors unless otherwise indicated.
B. Complete raceway installation between conductor and cable termination points according to Section 260533 "Raceways and Boxes for Electrical Systems" prior to pulling conductors and cables.
Sarasota Bradenton International Airport LOW-VOLTAGE ELECTRICAL POWER Power Distribution and Loading Bridge Replacement Project CONDUCTORS AND CABLES
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 260519 - 3
C. Use manufacturer-approved pulling compound or lubricant where necessary; compound used must not deteriorate conductor or insulation. Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values.
D. Use pulling means, including fish tape, cable, rope, and basket-weave wire/cable grips, that will not damage cables or raceway.
E. Install exposed cables parallel and perpendicular to surfaces of exposed structural members, and follow surface contours where possible.
F. Support cables according to Section 260529 "Hangers and Supports for Electrical Systems."
3.04 CONNECTIONS
A. Tighten electrical connectors and terminals according to manufacturer's published torque-tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A-486B.
B. Make splices, terminations, and taps that are compatible with conductor material and that possess equivalent or better mechanical strength and insulation ratings than unspliced conductors.
C. Wiring at Outlets: Install conductor at each outlet, with at least 6 inches of slack.
3.05 IDENTIFICATION
A. Identify and color-code conductors and cables according to Section 260553 "Identification for Electrical Systems."
B. Identify each spare conductor at each end with identity number and location of other end of conductor, and identify as spare conductor.
3.06 FIRESTOPPING
A. Apply firestopping to electrical penetrations of fire-rated floor and wall assemblies to restore original fire-resistance rating of assembly using UL listed products per UL firestopping details.
3.07 FIELD QUALITY CONTROL
A. Perform tests and inspections.
1. After installing conductors and cables and before electrical circuitry has been energized, test service entrance and feeder conductors for compliance with requirements.
2. Perform each of the following visual and electrical tests:
a. Inspect exposed sections of conductor and cable for physical damage and correct connection according to the single-line diagram.
b. Test bolted connections using the following:
1) Calibrated torque wrench.
c. Inspect compression-applied connectors for correct cable match and indentation.
d. Inspect for correct identification.
e. Inspect cable jacket and condition.
f. Insulation-resistance test on each conductor for ground and adjacent conductors. Apply a potential of 500-V dc for 300-V rated cable and 1000-V dc for 600-V rated cable for a one-minute duration.
g. Continuity test on each conductor and cable.
h. Uniform resistance of parallel conductors.
B. Cables will be considered defective if they do not pass tests and inspections.
Sarasota Bradenton International Airport LOW-VOLTAGE ELECTRICAL POWER Power Distribution and Loading Bridge Replacement Project CONDUCTORS AND CABLES
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 260519 - 4
C. Prepare test and inspection reports to record the following:
1. Procedures used.
2. Results that comply with requirements.
3. Results that do not comply with requirements, and corrective action taken to achieve compliance with requirements.
END OF SECTION 260519
Sarasota Bradenton International Airport CONTROL-VOLTAGE ELECTRICAL Power Distribution and Loading Bridge Replacement Project POWER CABLES
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 260523 - 1
SECTION 260523 – COMMUNICATIONS AND CONTROL-VOLTAGE ELECTRICAL POWER/ DATA CABLES
PART 1 - GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.
1.02 SUMMARY
A. Section Includes:
1. Category 6 twisted pair cable.
2. Twisted pair cabling hardware.
3. Low-voltage control cabling.
4. Control-circuit conductors.
5. Identification products.
1.03 DEFINITIONS
A. EMI: Electromagnetic interference.
B. Low Voltage: As defined in NFPA 70 for circuits and equipment operating at less than 50 V or for remote-control and signaling power-limited circuits.
C. Plenum: A space forming part of the air distribution system to which one or more air ducts are connected. An air duct is a passageway, other than a plenum, for transporting air to or from heating, ventilating, or air-conditioning equipment.
D. RCDD: Registered Communications Distribution Designer.
1.04 INFORMATIONAL SUBMITTALS
A. Source quality-control reports.
B. Field quality-control reports.
PART 2 - PRODUCTS
2.01 PERFORMANCE REQUIREMENTS
A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.
B. Flame Travel and Smoke Density in Plenums: As determined by testing identical products according to NFPA 262, by a qualified testing agency. Identify products for installation in plenums with appropriate markings of applicable testing agency.
1. Flame Travel Distance: 60 inches or less.
2. Peak Optical Smoke Density: 0.5 or less.
3. Average Optical Smoke Density: 0.15 or less.
C. Flame Travel and Smoke Density for Riser Cables in Non-Plenum Building Spaces: As determined by testing identical products according to UL 1666.
Sarasota Bradenton International Airport CONTROL-VOLTAGE ELECTRICAL Power Distribution and Loading Bridge Replacement Project POWER CABLES
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 260523 - 2
D. Flame Travel and Smoke Density for Cables in Non-Riser Applications and Non-Plenum Building Spaces: As determined by testing identical products according to UL 1685.
E. RoHS compliant.
2.02 CATEGORY 6 TWISTED PAIR CABLE
A. Description: Four-pair, balanced-twisted pair cable, with internal spline, certified to meet transmission characteristics of Category 6 cable at frequencies up to 250MHz.
B. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1. 3M.
2. Belden CDT Networking Division/NORDX.
3. General Cable; General Cable Corporation.
C. Standard: Comply with NEMA WC 66/ICEA S-116-732 and TIA-568-C.2 for Category 6 cables.
D. Conductors: 100-ohm, 23 AWG solid copper.
E. Shielding/Screening: Shielded twisted pairs (FTP).
F. Cable Rating: Plenum.
G. Jacket: Blue thermoplastic.
2.03 TWISTED PAIR CABLE HARDWARE
A. Description: Hardware designed to connect, splice, and terminate twisted pair copper
B. General Requirements for Twisted Pair Cable Hardware:
1. Comply with the performance requirements of Category 6.
2. Comply with TIA-568-C.2, IDC type, with modules designed for punch-down caps or tools.
3. Cables shall be terminated with connecting hardware of same category or higher.
C. Source Limitations: Obtain twisted pair cable hardware from single source from single manufacturer.
D. Connecting Blocks: 110-style IDC for Category 6. Provide blocks for the number of cables terminated on the block, plus 50 percent spare, integral with connector bodies, including plugs and jacks where indicated.
E. Legend:
1. Machine printed, in the field, using adhesive-tape label.
2.04 CONTROL-CIRCUIT CONDUCTORS
A. Manufacturers: Subject to compliance with requirements, provide products by the following:
1. General Cable; General Cable Corporation.
B. Class 1 Control Circuits: Stranded copper, Type THHN/THWN-2, complying with UL 83 in raceway.
Sarasota Bradenton International Airport CONTROL-VOLTAGE ELECTRICAL Power Distribution and Loading Bridge Replacement Project POWER CABLES
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 260523 - 3
C. Class 2 Control Circuits: Stranded copper, Type THHN/THWN-2, complying with UL 83 in raceway.
D. Class 3 Remote-Control and Signal Circuits: Stranded copper, Type THHN/THWN-2, complying with UL 83 in raceway.
2.05 SOURCE QUALITY CONTROL
A. Factory test twisted pair cables according to TIA-568-C.2.
B. Cable will be considered defective if it does not pass tests and inspections.
C. Prepare test and inspection reports.
PART 3 - EXECUTION
3.01 EXAMINATION
A. Test cables on receipt at Project site.
1. Test each pair of twisted pair cable for open and short circuits.
3.02 INSTALLATION OF RACEWAYS AND BOXES
A. Comply with requirements in Section 260533 "Raceways and Boxes for Electrical Systems" for raceway selection and installation requirements for boxes, conduits, and wireways as supplemented or modified in this Section.
B. Comply with TIA-569-D for pull-box sizing and length of conduit and number of bends between pull points.
C. Install manufactured conduit sweeps and long-radius elbows if possible.
D. Raceway Installation in Equipment Rooms:
3.03 INSTALLATION OF CONDUCTORS AND CABLES
A. Comply with NECA 1.
B. General Requirements for Cabling:
1. Comply with TIA-568-C Series of standards.
2. Comply with BICSI ITSIMM, Ch. 5, "Copper Structured Cabling Systems."
3. Terminate all conductors; no cable shall contain unterminated elements. Make terminations only at indicated outlets, terminals, and cross-connect and patch panels.
4. Cables may not be spliced.
5. Secure and support cables at intervals not exceeding 30 inches and not more than 6 inches from cabinets, boxes, fittings, outlets, racks, frames, and terminals.
6. Bundle, lace, and train conductors to terminal points without exceeding manufacturer's limitations on bending radii, but not less than radii specified in BICSI ITSIMM, Ch. 5, "Copper Structured Cabling Systems." Install lacing bars and distribution spools.
7. Do not install bruised, kinked, scored, deformed, or abraded cable. Do not splice cable between termination, tap, or junction points. Remove and discard cable if damaged during installation and replace it with new cable.
8. Cold-Weather Installation: Bring cable to room temperature before dereeling. Do not use heat lamps for heating.
9. Pulling Cable: Comply with BICSI ITSIMM, Ch. 5, "Copper Structured Cabling Systems." Monitor cable pull tensions.
10. Support: Do not allow cables to lie on removable ceiling tiles.
Sarasota Bradenton International Airport CONTROL-VOLTAGE ELECTRICAL Power Distribution and Loading Bridge Replacement Project POWER CABLES
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 260523 - 4
11. Secure: Fasten securely in place with hardware specifically designed and installed so as to not damage cables.
C. Twisted Pair Cable Installation:
1. Comply with TIA-568-C.2.
2. Install termination hardware.
3. Do not untwist UTP cables more than 1/2 inch at the point of termination to maintain cable geometry.
D. Installation of Communication and Control-Circuit Conductors:
1. Install wiring in raceways. Comply with requirements specified in Section 260533 "Raceways and Boxes for Electrical Systems."
E. Separation from EMI Sources:
1. Comply with BICSI TDMM and TIA-569-D recommendations for separating unshielded copper voice and data communications cable from potential EMI sources including electrical power lines and equipment.
2. Separation between communications cables in grounded metallic raceways and unshielded power lines or electrical equipment shall be as follows:
a. Electrical Equipment or Circuit Rating Less Than 2 kVA: A minimum of 2-1/2 inches.
b. Electrical Equipment or Circuit Rating between 2 and 5 kVA: A minimum of 6 inches.
c. Electrical Equipment or Circuit Rating More Than 5 kVA: A minimum of 12 inches.
3. Separation between communications cables in grounded metallic raceways and power lines and electrical equipment located in grounded metallic conduits or enclosures shall be as follows:
a. Electrical Equipment or Circuit Rating Less Than 2 kVA: No requirement.
b. Electrical Equipment or Circuit Rating between 2 and 5 kVA: A minimum of 3 inches.
c. Electrical Equipment or Circuit Rating More Than 5 kVA: A minimum of 6 inches.
4. Separation between Communications Cables and Electrical Motors and Transformers, 5 kVA or 5 HP and Larger: A minimum of 48 inches.
5. Separation between Communications Cables and Fluorescent Fixtures: A minimum of 5 inches.
3.04 REMOVAL OF CONDUCTORS AND CABLES
A. Remove abandoned conductors and cables. Abandoned conductors and cables are those installed that are not terminated at equipment and are not identified with a tag for future use.
3.05 CONTROL-CIRCUIT CONDUCTORS
A. Minimum Conductor Sizes:
1. Class 1 remote-control and signal circuits; No 14 AWG.
2. Class 2 low-energy, remote-control, and signal circuits; No. 16 AWG.
3. Class 3 low-energy, remote-control, alarm, and signal circuits; No 12 AWG.
3.06 FIRESTOPPING
A. Comply with TIA-569-D, Annex A, "Firestopping."
B. Comply with BICSI TDMM, "Firestopping" Chapter.
Sarasota Bradenton International Airport CONTROL-VOLTAGE ELECTRICAL Power Distribution and Loading Bridge Replacement Project POWER CABLES
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 260523 - 5
3.07 GROUNDING
A. For data communication wiring, comply with TIA-607-B and with BICSI TDMM, "Bonding and Grounding (Earthing)" Chapter.
B. For low-voltage control wiring and cabling, comply with requirements in Section 260526 "Grounding and Bonding for Electrical Systems."
3.08 IDENTIFICATION
A. Comply with requirements for identification specified in Section 260553 "Identification for Electrical Systems."
B. Identify data and communications system components, wiring, and cabling according to TIA-606-B; label printers shall use label stocks, laminating adhesives, and inks complying with UL 969.
3.09 FIELD QUALITY CONTROL
A. Perform tests and inspections.
B. Tests and Inspections:
1. Visually inspect cable jacket materials for UL or third-party certification markings. Inspect cabling terminations to confirm color-coding for pin assignments, and inspect cabling connections to confirm compliance with TIA-568-C.1.
2. Visually inspect cable placement, cable termination, grounding and bonding, equipment and patch cords, and labeling of all components.
3. Test cabling for direct-current loop resistance, shorts, opens, intermittent faults, and polarity between conductors. Test operation of shorting bars in connection blocks. Test cables after termination, but not after cross-connection.
a. Test instruments shall meet or exceed applicable requirements in TIA-568-C.2. Perform tests with a tester that complies with performance requirements in its "Test Instruments (Normative)" Annex, complying with measurement accuracy specified in its "Measurement Accuracy (Informative)" Annex. Use only test cords and adapters that are qualified by test equipment manufacturer for channel or link test configuration.
C. Document data for each measurement. Print data for submittals in a summary report that is formatted using Table 10.1 in BICSI TDMM as a guide, or transfer the data from the instrument to the computer, save as text files, print, and submit.
D. End-to-end cabling will be considered defective if it does not pass tests and inspections.
E. Prepare test and inspection reports.
END OF SECTION 260523
Sarasota Bradenton International Airport GROUNDING AND BONDING FOR Power Distribution and Loading Bridge Replacement Project ELECTRICAL SYSTEMS
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 260526 - 1
SECTION 260526 - GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS
PART 1 - GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.
1.02 SUMMARY
A. Section includes grounding and bonding systems and equipment.
1.03 ACTION SUBMITTALS
A. Product Data: For each type of product indicated.
1.04 INFORMATIONAL SUBMITTALS
A. Field quality-control reports.
PART 2 - PRODUCTS
2.01 SYSTEM DESCRIPTION
A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.
B. Comply with UL 467 for grounding and bonding materials and equipment.
2.02 MANUFACTURERS
A. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1. Burndy; Part of Hubbell Electrical Systems.
2. ILSCO.
3. Thomas & Betts Corporation; A Member of the ABB Group.
2.03 CONDUCTORS
A. Insulated Conductors: Copper wire or cable insulated for 600 V unless otherwise required by applicable Code or authorities having jurisdiction.
B. Bare Copper Conductors:
1. Solid Conductors: ASTM B 3.
2. Stranded Conductors: ASTM B 8.
3. Tinned Conductors: ASTM B 33.
2.04 CONNECTORS
A. Listed and labeled by an NRTL acceptable to authorities having jurisdiction for applications in which used and for specific types, sizes, and combinations of conductors and other items connected.
B. Welded Connectors: Exothermic-welding kits of types recommended by kit manufacturer for materials being joined and installation conditions.
Sarasota Bradenton International Airport GROUNDING AND BONDING FOR Power Distribution and Loading Bridge Replacement Project ELECTRICAL SYSTEMS
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 260526 - 2
C. Bus-Bar Connectors: Mechanical type, cast silicon bronze, solderless compression type wire terminals, and long-barrel, two-bolt connection to ground bus bar.
D. Beam Clamps: Mechanical type, terminal, ground wire access from four directions, with dual, tin-plated or silicon bronze bolts.
E. Cable-to-Cable Connectors: Compression type, copper or copper alloy.
F. Conduit Hubs: Mechanical type, terminal with threaded hub.
G. Ground Rod Clamps: Mechanical type, copper or copper alloy, terminal with hex head bolt.
H. Lay-in Lug Connector: Mechanical type, copper rated for direct burial terminal with set screw.
I. Service Post Connectors: Mechanical type, bronze alloy terminal, in short- and long-stud lengths, capable of single and double conductor connections.
J. Straps: Solid copper, cast-bronze clamp or copper lugs. Rated for 600 A.
K. U-Bolt Clamps: Mechanical type, copper or copper alloy, terminal listed for direct burial.
PART 3 - EXECUTION
3.01 APPLICATIONS
A. Conductors: Install solid conductor for No. 10 AWG and smaller, and stranded conductors for No. 8 AWG and larger unless otherwise indicated.
B. Conductor Terminations and Connections:
1. Pipe and Equipment Grounding Conductor Terminations: Bolted connectors.
3.02 EQUIPMENT GROUNDING
A. Install insulated equipment grounding conductors with all feeders and branch circuits.
3.03 FIELD QUALITY CONTROL
A. Perform inspections.
B. Inspections:
1. After installing grounding system but before permanent electrical circuits have been energized, inspect for compliance with requirements.
2. Inspect physical and mechanical condition. Verify tightness of accessible, bolted, electrical connections with a calibrated torque wrench according to manufacturer's written instructions.
C. Prepare inspection reports.
END OF SECTION 260526
Sarasota Bradenton International Airport HANGERS AND SUPPORTS FOR Power Distribution and Loading Bridge Replacement Project ELECTRICAL SYSTEMS
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 260529 - 1
SECTION 260529 - HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section Includes:
1. Steel slotted support systems.
2. Conduit and cable support devices.
3. Mounting, anchoring, and attachment components, including mechanical expansion anchors, concrete inserts, clamps, through bolts, toggle bolts, and hanger rods.
4. Fabricated metal equipment support assemblies.
1.3 ACTION SUBMITTALS
A. Product Data: For each type of product.
1. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for the following:
a. Slotted support systems, hardware, and accessories.
b. Clamps.
c. Hangers.
d. Sockets.
e. Eye nuts.
f. Fasteners.
g. Anchors.
h. Saddles.
i. Brackets.
B. Shop Drawings: Signed and sealed by a qualified professional engineer. For fabrication and installation details for electrical hangers and support systems.
1. Hangers. Include product data for components.
2. Slotted support systems.
3. Equipment supports.
PART 2 - PRODUCTS
2.1 PERFORMANCE REQUIREMENTS
2.2 SUPPORT, ANCHORAGE, AND ATTACHMENT COMPONENTS
A. Steel Slotted Support Systems: Preformed steel channels and angles with minimum 13/32-inch-diameter holes at a maximum of 8 inches o.c. in at least one surface.
1. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
Sarasota Bradenton International Airport HANGERS AND SUPPORTS FOR Power Distribution and Loading Bridge Replacement Project ELECTRICAL SYSTEMS
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 260529 - 2
a. B-line, an Eaton business.
b. Thomas & Betts Corporation; A Member of the ABB Group.
c. Unistrut; Part of Atkore International.
2. Standard: Comply with MFMA-4 factory-fabricated components for field assembly.
3. Material for Channel, Fittings, and Accessories: Galvanized steel.
4. Channel Width: Selected for applicable load criteria.
5. Metallic Coatings: Hot-dip galvanized after fabrication and applied according to MFMA-4.
B. Conduit and Cable Support Devices: Steel and malleable-iron Stainless-steel hangers, clamps, and associated fittings, designed for types and sizes of raceway or cable to be supported.
C. Support for Conductors in Vertical Conduit: Factory-fabricated assembly consisting of threaded body and insulating wedging plug or plugs for nonarmored electrical conductors or cables in riser conduits. Plugs shall have number, size, and shape of conductor gripping pieces as required to suit individual conductors or cables supported. Body shall be made of malleable iron.
D. Structural Steel for Fabricated Supports and Restraints: ASTM A 36/A 36M steel plates, shapes, and bars; galvanized.
E. Mounting, Anchoring, and Attachment Components: Items for fastening electrical items or their supports to building surfaces include the following:
1. Powder-Actuated Fasteners: Are not acceptable for use on this project.
2. Mechanical-Expansion Anchors: Insert-wedge-type, stainless steel, for use in hardened portland cement concrete, with tension, shear, and pullout capacities appropriate for supported loads and building materials where used.
a. Manufacturers: Subject to compliance with requirements, provide products by one
of the following:
1) B-line, an Eaton business.
2) Hilti, Inc.
3. Concrete Inserts: Steel or malleable-iron, slotted support system units are similar to MSS Type 18 units and comply with MFMA-4 or MSS SP-58.
4. Clamps for Attachment to Steel Structural Elements: MSS SP-58 units are suitable for attached structural element.
5. Through Bolts: Structural type, hex head, and high strength. Comply with ASTM A 325.
6. Toggle Bolts: Stainless-steel springhead type.
7. Hanger Rods: Threaded steel.
PART 3 - EXECUTION
3.1 APPLICATION
A. Comply with the following standards for application and installation requirements of hangers and supports, except where requirements on Drawings or in this Section are stricter:
1. NECA 1.
2. NECA 101
3. NECA 102.
B. Comply with requirements for raceways and boxes specified in Section 260533 "Raceways and Boxes for Electrical Systems."
Sarasota Bradenton International Airport HANGERS AND SUPPORTS FOR Power Distribution and Loading Bridge Replacement Project ELECTRICAL SYSTEMS
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 260529 - 3
C. Maximum Support Spacing and Minimum Hanger Rod Size for Raceways: Space supports for EMT, IMC, and RMC as scheduled in NECA 1, where its Table 1 lists maximum spacings that are less than those stated in NFPA 70. Minimum rod size shall be 3/8 inch in diameter.
D. Multiple Raceways or Cables: Install trapeze-type supports fabricated with steel slotted support system, sized so capacity can be increased by at least 25 percent in future without exceeding specified design load limits.
1. Secure raceways and cables to these supports with two-bolt conduit clamps.
3.2 SUPPORT INSTALLATION
A. Comply with NECA 1 and NECA 101 for installation requirements except as specified in this article.
B. Strength of Support Assemblies: Where not indicated, select sizes of components so strength will be adequate to carry present and future static loads within specified loading limits. Minimum static design load used for strength determination shall be weight of supported components plus 200 lb.
C. Mounting and Anchorage of Surface-Mounted Equipment and Components: Anchor and fasten electrical items and their supports to building structural elements by the following methods unless otherwise indicated by code:
1. To Wood: Fasten with lag screws or through bolts.
2. To New Concrete: Bolt to concrete inserts.
3. To Masonry: Approved toggle-type bolts on hollow masonry units and expansion anchor fasteners on solid masonry units.
4. To Existing Concrete: Expansion anchor fasteners.
5. To Steel: Beam clamps (MSS SP-58, Type 19, 21, 23, 25, or 27), complying with MSS SP-69.
6. To Light Steel: Sheet metal screws.
7. Items Mounted on Hollow Walls and Nonstructural Building Surfaces: Mount cabinets, panelboards, disconnect switches, control enclosures, pull and junction boxes, transformers, and other devices on slotted-channel racks attached to substrate.
D. Drill holes for expansion anchors in concrete at locations and to depths that avoid the need for reinforcing bars.
3.3 CONCRETE BASES
A. Construct concrete bases of dimensions indicated, but not less than 4 inches larger in both directions than supported unit, and so anchors will be a minimum of 10 bolt diameters from edge of the base.
B. Use 4,000 psi, 28-day compressive-strength concrete.
C. Anchor equipment to concrete base as follows:
1. Place and secure anchorage devices. Use supported equipment manufacturer's setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded.
2. Install anchor bolts to elevations required for proper attachment to supported equipment.
3. Install anchor bolts according to anchor-bolt manufacturer's written instructions.
3.4 PAINTING
A. Touchup: Clean field welds and abraded areas of shop paint. Paint exposed areas immediately after erecting hangers and supports. Use same materials as used for shop painting. Comply with SSPC-PA 1 requirements for touching up field-painted surfaces.
Sarasota Bradenton International Airport HANGERS AND SUPPORTS FOR Power Distribution and Loading Bridge Replacement Project ELECTRICAL SYSTEMS
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 260529 - 4
1. Apply paint by brush or spray to provide minimum dry film thickness of 2.0 mils.
B. Galvanized Surfaces: Clean welds, bolted connections, and abraded areas and apply galvanizing-repair paint to comply with ASTM A 780.
END OF SECTION 260529
Sarasota Bradenton International Airport RACEWAYS AND BOXES FOR ELECTRICAL Power Distribution and Loading Bridge Replacement Project SYSTEMS
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 260533 - 1
SECTION 260533 - RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
PART 1 - GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.
1.02 SUMMARY
A. Section Includes:
1. Metal conduits, tubing, and fittings.
2. Nonmetal conduits, tubing, and fittings.
3. Metal wireways and auxiliary gutters.
4. Surface raceways.
5. Boxes, enclosures, and cabinets.
1.03 DEFINITIONS
A. ARC: Aluminum rigid conduit.
B. GRC: Galvanized rigid steel conduit.
1.04 ACTION SUBMITTALS
A. Product Data: For surface raceways, wireways and fittings, floor boxes, hinged-cover enclosures, and cabinets.
B. Shop Drawings: For custom enclosures and cabinets. Include plans, elevations, sections, and attachment details.
PART 2 - PRODUCTS
2.01 METAL CONDUITS, TUBING, AND FITTINGS
A. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1. Allied Tube & Conduit; a part of Atkore International.
2. O-Z/Gedney; a brand of Emerson Industrial Automation.
3. Thomas & Betts Corporation; A Member of the ABB Group.
4. Wheatland Tube Company.
B. Listing and Labeling: Metal conduits, tubing, and fittings shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.
C. GRC: Comply with ANSI C80.1 and UL 6.
D. ARC: Comply with ANSI C80.5 and UL 6A.
Sarasota Bradenton International Airport RACEWAYS AND BOXES FOR ELECTRICAL Power Distribution and Loading Bridge Replacement Project SYSTEMS
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 260533 - 2
E. EMT: Comply with ANSI C80.3 and UL 797.
F. FMC: Comply with UL 1; zinc-coated steel.
G. LFMC: Flexible steel conduit with PVC jacket and complying with UL 360.
H. Fittings for Metal Conduit: Comply with NEMA FB 1 and UL 514B.
1. Fittings for EMT:
a. Material: Steel.
b. Type: compression.
2. Expansion Fittings: PVC or steel to match conduit type, complying with UL 651, rated for environmental conditions where installed, and including flexible external bonding jumper.
I. Joint Compound for, GRC, or ARC: Approved, as defined in NFPA 70, by authorities having jurisdiction for use in conduit assemblies, and compounded for use to lubricate and protect threaded conduit joints from corrosion and to enhance their conductivity.
2.02 NONMETALLIC CONDUITS AND FITTINGS
A. Manufacturers: Subject to compliance with requirements, provide products by the following:
1. Thomas & Betts Corporation; A Member of the ABB Group.
B. Listing and Labeling: Nonmetallic conduits, tubing, and fittings shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.
C. RNC: Type EPC-40-PVC, complying with NEMA TC 2 and UL 651 unless otherwise indicated.
D. LFNC: Comply with UL 1660.
E. Rigid HDPE: Comply with UL 651A.
F. Fittings for LFNC: Comply with UL 514B.
G. Solvents and Adhesives: As recommended by conduit manufacturer.
2.03 METAL WIREWAYS AND AUXILIARY GUTTERS
A. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1. Hoffman; a brand of Pentair Equipment Protection.
2. Square D.
B. Description: Sheet metal, complying with UL 870 and NEMA 250, (Type 1 Interior dry locations) Type 4X 316 stainless steel (exterior or damp/wet locations) unless otherwise indicated, and sized according to NFPA 70.
1. Metal wireways installed outdoors shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.
C. Fittings and Accessories: Include covers, couplings, offsets, elbows, expansion joints, adapters, hold-down straps, end caps, and other fittings to match and mate with wireways as required for complete system.
Sarasota Bradenton International Airport RACEWAYS AND BOXES FOR ELECTRICAL Power Distribution and Loading Bridge Replacement Project SYSTEMS
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 260533 - 3
D. Wireway Covers: Hinged type Flanged-and-gasketed type unless otherwise indicated.
E. Finish: Manufacturer's standard enamel finish.
2.04 BOXES, ENCLOSURES, AND CABINETS
A. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1. Adalet.
2. Crouse-Hinds, an Eaton business.
3. Hoffman; a brand of Pentair Equipment Protection.
4. O-Z/Gedney; a brand of Emerson Industrial Automation.
5. Thomas & Betts Corporation; A Member of the ABB Group.
6. Wiremold / Legrand.
B. General Requirements for Boxes, Enclosures, and Cabinets: Boxes, enclosures, and cabinets installed in wet locations shall be listed for use in wet locations.
C. Sheet Metal Outlet and Device Boxes: Comply with NEMA OS 1 and UL 514A.
D. Cast-Metal Outlet and Device Boxes: Comply with NEMA FB 1, galvanized ferrous alloy, Type FD, with gasketed cover.
E. Nonmetallic Outlet and Device Boxes: Comply with NEMA OS 2 and UL 514C.
F. Small Sheet Metal Pull and Junction Boxes: NEMA OS 1.
G. Cast-Metal Access, Pull, and Junction Boxes: Comply with NEMA FB 1 and UL 1773, galvanized, cast iron with gasketed cover.
H. Box extensions used to accommodate new building finishes shall be of same material as recessed box.
I. Gangable boxes are prohibited.
J. Hinged-Cover Enclosures: Comply with UL 50 and NEMA 250. Type 4X with continuous-hinge cover with flush latch unless otherwise indicated.
1. Metal Enclosures: 316 Stainless Steel.
K. Cabinets:
1. NEMA 250, Type 4X 316 stainless steel galvanized-steel box with removable interior panel and removable front, finished inside and out with manufacturer's standard enamel.
2. Hinged door in front cover with flush latch and concealed hinge.
3. Key latch to match panelboards.
4. Metal barriers to separate wiring of different systems and voltage.
5. Accessory feet where required for freestanding equipment.
6. Nonmetallic cabinets shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.
Sarasota Bradenton International Airport RACEWAYS AND BOXES FOR ELECTRICAL Power Distribution and Loading Bridge Replacement Project SYSTEMS
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 260533 - 4
PART 3 - EXECUTION
3.01 RACEWAY APPLICATION
A. Outdoors: Apply raceway products as specified below unless otherwise indicated:
1. Exposed Conduit: GRC.
2. Underground Conduit: RNC, Type EPC-40-PVC, direct buried.
3. Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic, Electric Solenoid, or Motor-Driven Equipment): LFMC.
4. Boxes and Enclosures, Aboveground: NEMA 250, Type 4X 316 Stainless Steel.
B. Indoors: Apply raceway products as specified below unless otherwise indicated:
1. Exposed, Not Subject to Physical Damage: EMT.
2. Concealed in Ceilings and Interior Walls and Partitions: EMT.
3. Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic, Electric Solenoid, or Motor-Driven Equipment): FMC, except use LFMC in damp or wet locations.
4. Damp or Wet Locations: GRC.
5. Boxes and Enclosures: NEMA 250, Type 1, except use NEMA 250, Type 4 stainless steel in damp or wet locations.
C. Minimum Raceway Size: 3/4-inch trade size.
D. Raceway Fittings: Compatible with raceways and suitable for use and location.
1. Rigid Steel Conduit: Use threaded rigid steel conduit fittings unless otherwise indicated. Comply with NEMA FB 2.10.
2. EMT: Use compression, steel fittings. Comply with NEMA FB 2.10.
3. Flexible Conduit: Use only fittings listed for use with flexible conduit. Comply with NEMA FB 2.20.
E. Install aluminum nonferrous conduit or tubing for circuits operating above 60 Hz. Where aluminum raceways are installed for such circuits and pass through concrete, install in nonmetallic sleeve.
F. Do not install aluminum conduits, boxes, or fittings in contact with concrete or earth.
3.02 INSTALLATION
A. Comply with NECA 1 and NECA 101 for installation requirements except where requirements on Drawings or in this article are stricter. Comply with NECA 102 for aluminum conduits. Comply with NFPA 70 limitations for types of raceways allowed in specific occupancies and number of floors.
B. Keep raceways at least 6 inches away from parallel runs of flues and steam or hot-water pipes. Install horizontal raceway runs above water and steam piping.
C. Complete raceway installation before starting conductor installation.
D. Comply with requirements in Section 260529 "Hangers and Supports for Electrical Systems" for hangers and supports.
E. Arrange stub-ups so curved portions of bends are not visible above finished slab.
Sarasota Bradenton International Airport RACEWAYS AND BOXES FOR ELECTRICAL Power Distribution and Loading Bridge Replacement Project SYSTEMS
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 260533 - 5
F. Install no more than the equivalent of three 90-degree bends in any conduit run except for control wiring conduits, for which fewer bends are allowed. Support within 12 inches of changes in direction.
G. Conceal conduit and EMT within finished walls, ceilings, and floors unless otherwise indicated. Install conduits parallel or perpendicular to building lines.
H. Support conduit within 12 inches of enclosures to which attached.
I. Threaded Conduit Joints, Exposed to Wet, Damp, Corrosive, or Outdoor Conditions: Apply listed compound to threads of raceway and fittings before making up joints. Follow compound manufacturer's written instructions.
J. Terminate threaded conduits into threaded hubs or with locknuts on inside and outside of boxes or cabinets. Install bushings on conduits up to 1-1/4-inch trade size and insulated throat metal bushings on 1-1/2-inch trade size and larger conduits terminated with locknuts. Install insulated throat metal grounding bushings on service conduits.
K. Install raceways square to the enclosure and terminate at enclosures with locknuts. Install locknuts hand tight plus 1/4 turn more.
L. Cut conduit perpendicular to the length. For conduits 2-inch trade size and larger, use roll cutter or a guide to make cut straight and perpendicular to the length.
M. Install pull wires in empty raceways. Use polypropylene or monofilament plastic line with not less than 200-lb tensile strength. Leave at least 12 inches of slack at each end of pull wire. Cap underground raceways designated as spare above grade alongside raceways in use.
N. Comply with manufacturer's written instructions for solvent welding RNC and fittings.
O. Expansion-Joint Fittings:
1. Install expansion fittings at all locations where conduits cross building or structure expansion joints.
2. Install each expansion-joint fitting with position, mounting, and piston setting selected according to manufacturer's written instructions for conditions at specific location at time of installation. Install conduit supports to allow for expansion movement.
P. Flexible Conduit Connections: Comply with NEMA RV 3. Use a maximum of 72 inches of flexible conduit for equipment subject to vibration, noise transmission, or movement; and for transformers and motors.
1. Use LFMC in damp or wet locations subject to severe physical damage.
Q. Mount boxes at heights indicated on Drawings. If mounting heights of boxes are not individually indicated, give priority to ADA requirements. Install boxes with height measured to center of box unless otherwise indicated.
R. Recessed Boxes in Masonry Walls: Saw-cut opening for box in center of cell of masonry block, and install box flush with surface of wall. Prepare block surfaces to provide a flat surface for a raintight connection between box and cover plate or supported equipment and box.
S. Horizontally separate boxes mounted on opposite sides of walls so they are not in the same vertical channel.
T. Locate boxes so that cover or plate will not span different building finishes.
U. Support boxes of three gangs or more from more than one side by spanning two framing members or mounting on brackets specifically designed for the purpose.
V. Fasten junction and pull boxes to or support from building structure. Do not support boxes by conduits.
Sarasota Bradenton International Airport RACEWAYS AND BOXES FOR ELECTRICAL Power Distribution and Loading Bridge Replacement Project SYSTEMS
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 260533 - 6
3.03 INSTALLATION OF UNDERGROUND CONDUIT
3.04 FIRESTOPPING
A. Install firestopping per U.L details at penetrations of fire-rated floor and wall assemblies.
3.05 PROTECTION
A. Protect coatings, finishes, and cabinets from damage and deterioration.
1. Repair damage to galvanized finishes with zinc-rich paint recommended by manufacturer.
END OF SECTION 260533
Sarasota Bradenton International Airport IDENTIFICATION FOR ELECTRICAL SYSTEMS Power Distribution and Loading Bridge Replacement Project
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 260553 - 1
SECTION 260553 - IDENTIFICATION FOR ELECTRICAL SYSTEMS
PART 1 - GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.
1.02 SUMMARY
A. Section Includes:
1. Color and legend requirements for, conductors, and warning labels and signs.
2. Labels.
3. Bands and tubes.
4. Tapes and stencils.
5. Tags.
6. Signs.
7. Cable ties.
8. Paint for identification.
9. Fasteners for labels and signs.
1.03 ACTION SUBMITTALS
A. Product Data: For each type of product.
1. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for electrical identification products.
B. Identification Schedule: For each piece of electrical equipment and electrical system components to be an index of nomenclature for electrical equipment and system components used in identification signs and labels. Use same designations indicated on Drawings.
C. Delegated-Design Submittal: For arc-flash hazard study.
PART 2 - PRODUCTS
2.01 PERFORMANCE REQUIREMENTS
A. Comply with NFPA 70.
B. Comply with 29 CFR 1910.144 and 29 CFR 1910.145.
C. Comply with ANSI Z535.4 for safety signs and labels.
D. Comply with NFPA 70E requirements for arc-flash warning labels.
2.02 COLOR AND LEGEND REQUIREMENTS
A. Color-Coding for Phase- and Voltage-Level Identification, 600 V or Less: Use colors listed below for service feeder and branch-circuit conductors.
1. Color shall be factory applied or field applied for sizes larger than No. 8 AWG if authorities having jurisdiction permit.
2. Colors for 208/120-V Circuits:
a. Phase A: Black.
b. Phase B: Red.
Sarasota Bradenton International Airport IDENTIFICATION FOR ELECTRICAL SYSTEMS Power Distribution and Loading Bridge Replacement Project
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 260553 - 2
c. Phase C: Blue.
3. Colors for 240-V Circuits:
a. Phase A: Black.
b. Phase B: Red.
4. Colors for 480/277-V Circuits:
a. Phase A: Brown.
b. Phase B: Orange.
c. Phase C: Yellow.
5. Color for Neutral: gray.
6. Color for Equipment Grounds: Bare copper Green.
B. Warning Label Colors:
1. Identify system voltage with black letters on an orange background.
C. Warning labels and signs shall include, but are not limited to, the following legends:
1. Multiple Power Source Warning: "DANGER - ELECTRICAL SHOCK HAZARD - EQUIPMENT HAS MULTIPLE POWER SOURCES."
2. Workspace Clearance Warning: "WARNING - OSHA REGULATION - AREA IN FRONT OF ELECTRICAL EQUIPMENT MUST BE KEPT CLEAR FOR 36 INCHES" (DIMENSION PER NEC).
2.03 LABELS
A. Self-Adhesive Labels: Vinyl, thermal, transfer-printed, 3-mil-thick, multicolor, weather- and UV-resistant, pressure-sensitive adhesive labels, configured for intended use and location.
1. Minimum Nominal Size:
a. 1-1/2 by 6 inchesfor raceway and conductors.
b. 3-1/2 by 5 inchesfor equipment.
c. As required by authorities having jurisdiction.
2.04 TAPES AND STENCILS
A. Self-Adhesive Vinyl Tape: Colored, heavy duty, waterproof, fade resistant; not less than 3 mils thick by 1 to 2 inches wide; compounded for outdoor use.
B. Floor Marking Tape: 2-inch-wide, 5-mil pressure-sensitive vinyl tape, with yellow and black stripes and clear vinyl overlay.
2.05 SIGNS
A. Laminated Acrylic or Melamine Plastic Signs:
1. Engraved legend.
2. Thickness:
a. For signs up to 20 sq. in., minimum 1/16 inch.
b. For signs larger than 20 sq. in., 1/8 inch thick.
c. Engraved legend with black letters on white face.
d. Punched or drilled for mechanical fasteners with 1/4-inch grommets in corners for mounting.
2.06 CABLE TIES
A. General-Purpose Cable Ties: Fungus inert, self-extinguishing, one piece, self-locking, and Type 6/6 nylon.
Sarasota Bradenton International Airport IDENTIFICATION FOR ELECTRICAL SYSTEMS Power Distribution and Loading Bridge Replacement Project
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 260553 - 3
1. Minimum Width: 3/16 inch.
2. Tensile Strength at 73 Deg F according to ASTM D 638: 12,000 psi.
3. Temperature Range: Minus 40 to plus 185 deg F.
4. Color: Black, except where used for color-coding.
B. UV-Stabilized Cable Ties: Fungus inert, designed for continuous exposure to exterior sunlight, self-extinguishing, one piece, self-locking, and Type 6/6 nylon.
1. Minimum Width: 3/16 inch.
2. Tensile Strength at 73 Deg F according to ASTM D 638: 12,000 psi.
3. Temperature Range: Minus 40 to plus 185 deg F.
4. Color: Black.
C. Plenum-Rated Cable Ties: Self-extinguishing, UV stabilized, one piece, and self-locking.
1. Minimum Width: 3/16 inch.
2. Tensile Strength at 73 Deg F according to ASTM D 638: 7000 psi.
3. UL 94 Flame Rating: 94V-0.
4. Temperature Range: Minus 50 to plus 284 deg F.
5. Color: Black.
2.07 MISCELLANEOUS IDENTIFICATION PRODUCTS
A. Paint: Comply with requirements in painting Sections for paint materials and application requirements. Retain paint system applicable for surface material and location (exterior or interior).
B. Fasteners for Labels and Signs: Self-tapping, stainless-steel screws or stainless-steel machine screws with nuts and flat and lock washers.
PART 3 - EXECUTION
3.01 PREPARATION
A. Self-Adhesive Identification Products: Before applying electrical identification products, clean substrates of substances that could impair bond, using materials and methods recommended by manufacturer of identification product.
3.02 INSTALLATION
A. Verify and coordinate identification names, abbreviations, colors, and other features with requirements in other Sections requiring identification applications, Drawings, Shop Drawings, manufacturer's wiring diagrams, and operation and maintenance manual. Use consistent designations throughout Project.
B. Install identifying devices before installing acoustical ceilings and similar concealment.
C. Verify identity of each item before installing identification products.
D. Coordinate identification with Project Drawings, manufacturer's wiring diagrams, and operation and maintenance manual.
E. Apply identification devices to surfaces that require finish after completing finish work.
F. Install signs with approved legend to facilitate proper identification, operation, and maintenance of electrical systems and connected items.
Sarasota Bradenton International Airport IDENTIFICATION FOR ELECTRICAL SYSTEMS Power Distribution and Loading Bridge Replacement Project
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 260553 - 4
G. Elevated Components: Increase sizes of labels, signs, and letters to those appropriate for viewing from the floor.
H. Accessible Fittings for Raceways: Identify the covers of each junction and pull box of the following systems with the wiring system legend and system voltage. System legends shall be as follows:
1. "EMERGENCY POWER."
2. "POWER."
I. Self-Adhesive Wraparound Labels: Secure tight to surface at a location with high visibility and accessibility.
J. Self-Adhesive Labels:
1. On each item, install unique designation label that is consistent with wiring diagrams, schedules, and operation and maintenance manual.
2. Unless otherwise indicated, provide a single line of text with 1/2-inch-high letters on 1-1/2-inch-high label; where two lines of text are required, use labels 2 inches high.
K. Marker Tapes: Secure tight to surface at a location with high visibility and accessibility.
L. Self-Adhesive Vinyl Tape: Secure tight to surface at a location with high visibility and accessibility.
1. Field-Applied, Color-Coding Conductor Tape: Apply in half-lapped turns for a minimum distance of 6 inches where splices or taps are made. Apply last two turns of tape with no tension to prevent possible unwinding.
M. Floor Marking Tape: Apply stripes to finished surfaces following manufacturer's written instructions.
N. Laminated Acrylic or Melamine Plastic Signs:
1. Attach signs that are not self-adhesive type with mechanical fasteners appropriate to the location and substrate.
2. Unless otherwise indicated, provide a single line of text with 1/2-inch-high letters on 1-1/2-inch-high sign; where two lines of text are required, use labels 2 inches high.
O. Cable Ties: General purpose, for attaching tags, except as listed below:
1. Outdoors: UV-stabilized nylon.
2. In Spaces Handling Environmental Air: Plenum rated.
3.03 IDENTIFICATION SCHEDULE
A. Install identification materials and devices at locations for most convenient viewing without interference with operation and maintenance of equipment. Install access doors or panels to provide view of identifying devices.
B. Identify conductors, cables, and terminals in enclosures and at junctions, terminals, pull points, and locations of high visibility. Identify by system and circuit designation.
C. Accessible Fittings for Raceways and Cables within Buildings: Identify the covers of each junction and pull box of the following systems with self-adhesive labels containing the wiring system legend and system voltage. System legends shall be as follows:
1. "EMERGENCY POWER."
2. "POWER."
3. "UPS."
D. Power-Circuit Conductor Identification, 600 V or Less: For conductors in vaults, pull and junction boxes, manholes, and handholes, use self-adhesive vinyl tape to identify the phase.
Sarasota Bradenton International Airport IDENTIFICATION FOR ELECTRICAL SYSTEMS Power Distribution and Loading Bridge Replacement Project
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 260553 - 5
1. Locate identification at changes in direction, at penetrations of walls and floors, at 50-foot maximum intervals in straight runs, and at 25-foot maximum intervals in congested areas.
E. Control-Circuit Conductor Identification: For conductors and cables in pull and junction boxes, manholes, and handholes, use self-adhesive labels with the conductor or cable designation, origin, and destination.
F. Control-Circuit Conductor Termination Identification: For identification at terminations, provide self-adhesive labels with the conductor designation.
G. Conductors to Be Extended in the Future: Attach write-on tags to conductors and list source.
H. Auxiliary Electrical Systems Conductor Identification: Self-adhesive vinyl tape that is uniform and consistent with system used by manufacturer for factory-installed connections.
1. Identify conductors, cables, and terminals in enclosures and at junctions, terminals, and pull points. Identify by system and circuit designation.
I. Workspace Indication: Apply floor marking tape to finished surfaces. Show working clearances in the direction of access to live parts. Workspace shall comply with NFPA 70 and 29 CFR 1926.403 unless otherwise indicated. Do not install at flush-mounted panelboards and similar equipment in finished spaces.
J. Instructional Signs: Self-adhesive labels, including the color code for grounded and ungrounded conductors.
K. Warning Labels for Indoor Cabinets, Boxes, and Enclosures for Power and Lighting: Self-adhesive labels.
1. Apply to exterior of door, cover, or other access.
2. For equipment with multiple power or control sources, apply to door or cover of equipment, including, but not limited to, the following:
a. Power-transfer switches.
b. Controls with external control power connections.
L. Arc Flash Warning Labeling: Self-adhesive labels.
M. Operating Instruction Signs: Laminated acrylic or melamine plastic signs.
N. Emergency Operating Instruction Signs: Laminated acrylic or melamine plastic signs with white legend on a red background with minimum 3/8-inch-high letters for emergency instructions at equipment used for power transfer load shedding.
O. Equipment Identification Labels:
1. Indoor Equipment: Laminated acrylic or melamine plastic sign.
2. Outdoor Equipment: Laminated acrylic or melamine sign.
3. Equipment to Be Labeled:
a. Panelboards: Typewritten directory of circuits in the location provided by panelboard manufacturer. Panelboard identification shall be in the form of a engraved, laminated acrylic or melamine label.
b. Enclosures and electrical cabinets.
c. Access doors and panels for concealed electrical items.
d. Switchgear.
e. Switchboards.
f. Transformers: Label that includes tag designation indicated on Drawings for the transformer, feeder, and panelboards or equipment supplied by the secondary.
Sarasota Bradenton International Airport IDENTIFICATION FOR ELECTRICAL SYSTEMS Power Distribution and Loading Bridge Replacement Project
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 260553 - 6
g. Substations.
h. Emergency system boxes and enclosures.
i. Motor-control centers.
j. Enclosed switches.
k. Enclosed circuit breakers.
l. Enclosed controllers.
m. Variable-speed controllers.
n. Push-button stations.
o. Power-transfer equipment.
p. Contactors.
q. Remote-controlled switches, dimmer modules, and control devices.
r. Battery-inverter units.
s. Battery racks.
t. Power-generating units.
u. Monitoring and control equipment.
v. UPS equipment.
END OF SECTION 260553
Sarasota Bradenton International Airport OVERCURRENT PROTECTIVE DEVICE Power Distribution and Loading Bridge Replacement Project COORDINATION STUDY
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 260573 - 1
SECTION 260573 - OVERCURRENT PROTECTIVE DEVICE COORDINATION STUDY
PART 1 - GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.
1.02 SUMMARY
A. Section includes computer-based, overcurrent protective device coordination studies to determine overcurrent protective devices and to determine overcurrent protective device settings for selective tripping.
1.
1.03 DEFINITIONS
A. Existing to Remain: Existing items of construction that are not to be removed and that are not otherwise indicated to be removed, removed and salvaged, or removed and reinstalled.
B. One-Line Diagram: A diagram which shows, by means of single lines and graphic symbols, the course of an electric circuit or system of circuits and the component devices or parts used therein.
C. Protective Device: A device that senses when an abnormal current flow exists and then removes the affected portion from the system.
D. SCCR: Short-circuit current rating.
E. Service: The conductors and equipment for delivering electric energy from the serving utility to the wiring system of the premises served.
1.04 ACTION SUBMITTALS
A. Action Submittals: Submit the following after the approval of system protective devices submittals.
1. Coordination-study input data, including completed computer program input data sheets.
2. Study and equipment evaluation reports.
3. Overcurrent protective device coordination study report; signed, dated, and sealed by a qualified professional engineer.
a. Submit study report for action prior to receiving final approval of the distribution equipment submittals. If formal completion of studies will cause delay in equipment manufacturing, obtain approval from Engineer for preliminary submittal of sufficient study data to ensure that the selection of devices and associated characteristics is satisfactory.
1.05 INFORMATIONAL SUBMITTALS
A. Product Certificates: For overcurrent protective device coordination study software, certifying compliance with IEEE 399.
1.06 CLOSEOUT SUBMITTALS
A. Operation and Maintenance Data: For the overcurrent protective devices to include in emergency, operation, and maintenance manuals.
Sarasota Bradenton International Airport OVERCURRENT PROTECTIVE DEVICE Power Distribution and Loading Bridge Replacement Project COORDINATION STUDY
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 260573 - 2
1. In addition to items specified in Section 017823 "Operation and Maintenance Data," include the following:
a. The following parts from the Protective Device Coordination Study Report:
1) One-line diagram.
2) Protective device coordination study.
3) Time-current coordination curves.
b. Power system data.
1.07 QUALITY ASSURANCE
A. Studies shall use computer programs that are distributed nationally and are in wide use. Software algorithms shall comply with requirements of standards and guides specified in this Section. Manual calculations are unacceptable.
PART 2 - PRODUCTS
2.01 COMPUTER SOFTWARE DEVELOPERS
A. Comply with IEEE 242 and IEEE 399.
B. Analytical features of device coordination study computer software program shall have the capability to calculate "mandatory," "very desirable," and "desirable" features as listed in IEEE 399.
C. Computer software program shall be capable of plotting and diagramming time-current-characteristic curves as part of its output. Computer software program shall report device settings and ratings of all overcurrent protective devices and shall demonstrate selective coordination by computer-generated, time-current coordination plots.
1. Optional Features:
a. Arcing faults.
b. Simultaneous faults.
c. Explicit negative sequence.
d. Mutual coupling in zero sequence.
2.02 PROTECTIVE DEVICE COORDINATION STUDY REPORT CONTENTS
A. Executive summary.
B. Study descriptions, purpose, basis and scope. Include case descriptions, definition of terms and guide for interpretation of the computer printout.
C. One-line diagram, showing the following:
1. Protective device designations and ampere ratings.
2. Cable size and lengths.
3. Transformer kilovolt ampere (kVA) and voltage ratings.
4. Motor and generator designations and kVA ratings.
5. Switchgear, switchboard, motor-control center, and panelboard designations.
D. Study Input Data: As described in "Power System Data" Article.
E. Short-Circuit Study Output:
F. Protective Device Coordination Study:
1. Report recommended settings of protective devices, ready to be applied in the field. Use manufacturer's data sheets for recording the recommended setting of overcurrent protective devices when available.
Sarasota Bradenton International Airport OVERCURRENT PROTECTIVE DEVICE Power Distribution and Loading Bridge Replacement Project COORDINATION STUDY
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 260573 - 3
a. Phase and Ground Relays:
1) Device tag.
2) Relay current transformer ratio and tap, time dial, and instantaneous pickup value.
3) Recommendations on improved relaying systems, if applicable.
b. Circuit Breakers:
1) Adjustable pickups and time delays (long time, short time, ground).
2) Adjustable time-current characteristic.
3) Adjustable instantaneous pickup.
4) Recommendations on improved trip systems, if applicable.
c. Fuses: Show current rating, voltage, and class.
G. Time-Current Coordination Curves: Determine settings of overcurrent protective devices to achieve selective coordination. Graphically illustrate that adequate time separation exists between devices installed in series, including power utility company's upstream devices. Prepare separate sets of curves for the switching schemes and for emergency periods where the power source is local generation. Show the following information:
1. Device tag and title, one-line diagram with legend identifying the portion of the system covered.
2. Terminate device characteristic curves at a point reflecting maximum symmetrical or asymmetrical fault current to which the device is exposed.
3. Identify the device associated with each curve by manufacturer type, function, and, if applicable, tap, time delay, and instantaneous settings recommended.
4. Plot the following listed characteristic curves, as applicable:
a. Power utility's overcurrent protective device.
b. Medium-voltage equipment overcurrent relays.
c. Medium- and low-voltage fuses including manufacturer's minimum melt, total clearing, tolerance, and damage bands.
d. Low-voltage equipment circuit-breaker trip devices, including manufacturer's tolerance bands.
e. Transformer full-load current, magnetizing inrush current, and ANSI through-fault protection curves.
f. Cables and conductors damage curves.
g. Ground-fault protective devices.
h. Motor-starting characteristics and motor damage points.
i. Generator short-circuit decrement curve and generator damage point.
j. The largest feeder circuit breaker in each motor-control center and panelboard.
5. Series rating on equipment allows the application of two series interrupting devices for a condition where the available fault current is greater than the interrupting rating of the downstream equipment. Both devices share in the interruption of the fault and selectivity is sacrificed at high fault levels. Maintain selectivity for tripping currents caused by overloads.
6. Provide adequate time margins between device characteristics such that selective operation is achieved.
7. Comments and recommendations for system improvements.
Sarasota Bradenton International Airport OVERCURRENT PROTECTIVE DEVICE Power Distribution and Loading Bridge Replacement Project COORDINATION STUDY
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 260573 - 4
PART 3 - EXECUTION
3.01 EXAMINATION
A. Examine Project overcurrent protective device submittals for compliance with electrical distribution system coordination requirements and other conditions affecting performance. Devices to be coordinated are indicated on Drawings.
1. Proceed with coordination study only after relevant equipment submittals have been assembled. Overcurrent protective devices that have not been submitted and approved prior to coordination study may not be used in study.
3.02 PROTECTIVE DEVICE COORDINATION STUDY
A. Comply with IEEE 242 for calculating short-circuit currents and determining coordination time intervals.
B. Comply with IEEE 399 for general study procedures.
C. The study shall be based on the device characteristics supplied by device manufacturer.
D. The extent of the electrical power system to be studied is indicated on Drawings.
E. Begin analysis at the service, extending down to the system overcurrent protective devices as follows:
1. To normal system low-voltage load buses where fault current is 10 kA or less.
2. Exclude equipment rated 240-V ac or less when supplied by a single transformer rated less than 125 kVA.
F. Study electrical distribution system from normal and alternate power sources throughout electrical distribution system for Project. Study all cases of system-switching configurations and alternate operations that could result in maximum fault conditions.
G. Transformer Primary Overcurrent Protective Devices:
1. Device shall not operate in response to the following:
a. Inrush current when first energized.
b. Self-cooled, full-load current or forced-air-cooled, full-load current, whichever is specified for that transformer.
c. Permissible transformer overloads according to IEEE C57.96 if required by unusual loading or emergency conditions.
2. Device settings shall protect transformers according to IEEE C57.12.00, for fault currents.
H. Motor Protection:
1. Select protection for low-voltage motors according to IEEE 242 and NFPA 70.
2. Select protection for motors served at voltages more than 600 V according to IEEE 620.
I. Conductor Protection: Protect cables against damage from fault currents according to ICEA P-32-382, ICEA P-45-482, and protection recommendations in IEEE 242. Demonstrate that equipment withstands the maximum short-circuit current for a time equivalent to the tripping time of the primary relay protection or total clearing time of the fuse. To determine temperatures that damage insulation, use curves from cable manufacturers or from listed standards indicating conductor size and short-circuit current.
J. Generator Protection: Select protection according to manufacturer's written recommendations and to IEEE 242.
K. The calculations shall include the ac fault-current decay from induction motors, synchronous motors, and asynchronous generators and shall apply to low- and medium-voltage, three-phase ac systems. The calculations shall also account for the fault-current dc decrement, to address the asymmetrical requirements of the interrupting equipment.
Sarasota Bradenton International Airport OVERCURRENT PROTECTIVE DEVICE Power Distribution and Loading Bridge Replacement Project COORDINATION STUDY
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 260573 - 5
1. For grounded systems, provide a bolted line-to-ground fault-current study for areas as defined for the three-phase bolted fault short-circuit study.
L. Calculate short-circuit momentary and interrupting duties for a three-phase bolted fault and single line-to-ground fault at each of the following:
1. Electric utility's supply termination point.
2. Switchgear.
3. Unit substation primary and secondary terminals.
4. Low-voltage switchgear.
5. Motor-control centers.
6. Standby generators and automatic transfer switches.
7. Branch circuit panelboards.
M. Protective Device Evaluation:
1. Evaluate equipment and protective devices and compare to short-circuit ratings.
2. Adequacy of switchgear, motor-control centers, and panelboard bus bars to withstand short-circuit stresses.
3.03 LOAD-FLOW AND VOLTAGE-DROP STUDY
A. Perform a load-flow and voltage-drop study to determine the steady-state loading profile of the system. Analyze power system performance two times as follows:
1. Determine load-flow and voltage drop based on full-load currents obtained in "Power System Data" Article.
2. Determine load-flow and voltage drop based on 80 percent of the design capacity of the load buses.
3. Prepare the load-flow and voltage-drop analysis and report to show power system components that are overloaded, or might become overloaded; show bus voltages that are less than as prescribed by NFPA 70.
3.04 MOTOR-STARTING STUDY
A. Perform a motor-starting study to analyze the transient effect of the system's voltage profile during motor starting. Calculate significant motor-starting voltage profiles and analyze the effects of the motor starting on the power system stability.
3.05 POWER SYSTEM DATA
A. Obtain all data necessary for the conduct of the overcurrent protective device study.
1. Verify completeness of data supplied in the one-line diagram on Drawings. Call discrepancies to the attention of Architect.
2. For new equipment, use characteristics submitted under the provisions of action submittals and information submittals for this Project.
3. For existing equipment, whether or not relocated obtain required electrical distribution system data by field investigation and surveys, conducted by qualified technicians and engineers. The qualifications of technicians and engineers shall be qualified as defined by NFPA 70E.
B. Gather and tabulate the following input data to support coordination study. The list below is a guide. Comply with recommendations in IEEE 551 for the amount of detail required to be acquired in the field. Field data gathering shall be under the direct supervision and control of the engineer in charge of performing the study.
1. Product Data for overcurrent protective devices specified in other Sections and involved in overcurrent protective device coordination studies. Use equipment designation tags
Sarasota Bradenton International Airport OVERCURRENT PROTECTIVE DEVICE Power Distribution and Loading Bridge Replacement Project COORDINATION STUDY
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 260573 - 6
that are consistent with electrical distribution system diagrams, overcurrent protective device submittals, input and output data, and recommended device settings.
2. Electrical power utility impedance at the service.
3. Power sources and ties.
4. Short-circuit current at each system bus, three phase and line-to-ground.
5. Full-load current of all loads.
6. Voltage level at each bus.
7. For transformers, include kVA, primary and secondary voltages, connection type, impedance, X/R ratio, taps measured in percent, and phase shift.
8. For reactors, provide manufacturer and model designation, voltage rating, and impedance.
9. For circuit breakers and fuses, provide manufacturer and model designation. List type of breaker, type of trip and available range of settings, SCCR, current rating, and breaker settings.
10. Generator short-circuit current contribution data, including short-circuit reactance, rated kVA, rated voltage, and X/R ratio.
11. For relays, provide manufacturer and model designation, current transformer ratios, potential transformer ratios, and relay settings.
12. Maximum demands from service meters.
13. Busway manufacturer and model designation, current rating, impedance, lengths, and conductor material.
14. Motor horsepower and NEMA MG 1 code letter designation.
15. Low-voltage cable sizes, lengths, number, conductor material, and conduit material (magnetic or nonmagnetic).
16. Medium-voltage cable sizes, lengths, conductor material, and cable construction and metallic shield performance parameters.
17. Data sheets to supplement electrical distribution system diagram, cross-referenced with tag numbers on diagram, showing the following:
a. Special load considerations, including starting inrush currents and frequent starting and stopping.
b. Transformer characteristics, including primary protective device, magnetic inrush current, and overload capability.
c. Motor full-load current, locked rotor current, service factor, starting time, type of start, and thermal-damage curve.
d. Generator thermal-damage curve.
e. Ratings, types, and settings of utility company's overcurrent protective devices.
f. Special overcurrent protective device settings or types stipulated by utility company.
g. Time-current-characteristic curves of devices indicated to be coordinated.
h. Manufacturer, frame size, interrupting rating in amperes rms symmetrical, ampere or current sensor rating, long-time adjustment range, short-time adjustment range, and instantaneous adjustment range for circuit breakers.
i. Manufacturer and type, ampere-tap adjustment range, time-delay adjustment range, instantaneous attachment adjustment range, and current transformer ratio for overcurrent relays.
j. Panelboards, switchboards, motor-control center ampacity, and SCCR in amperes rms symmetrical.
Sarasota Bradenton International Airport OVERCURRENT PROTECTIVE DEVICE Power Distribution and Loading Bridge Replacement Project COORDINATION STUDY
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 260573 - 7
k. Identify series-rated interrupting devices for a condition where the available fault current is greater than the interrupting rating of the downstream equipment. Obtain device data details to allow verification that series application of these devices complies with NFPA 70 and UL 489 requirements.
3.06 FIELD ADJUSTING
A. Adjust relay and protective device settings according to the recommended settings provided by the coordination study. Make minor modifications to equipment as required to accomplish compliance with short-circuit and protective device coordination studies.
END OF SECTION 260573
Sarasota Bradenton International Airport OVERCURRENT PROTECTIVE DEVICE ARC- Power Distribution and Loading Bridge Replacement Project FLASH STUDY
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 260574 - 1
SECTION 260574 - OVERCURRENT PROTECTIVE DEVICE ARC-FLASH STUDY
PART 1 - GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.
1.02 SUMMARY
A. Section includes a computer-based, arc-flash study to determine the arc-flash hazard distance and the incident energy to which personnel could be exposed during work on or near electrical equipment.
1.03 DEFINITIONS
A. Existing to Remain: Existing items of construction that are not to be removed and that are not otherwise indicated to be removed, removed and salvaged, or removed and reinstalled.
B. One-Line Diagram: A diagram which shows, by means of single lines and graphic symbols, the course of an electric circuit or system of circuits and the component devices or parts used therein.
C. Protective Device: A device that senses when an abnormal current flow exists and then removes the affected portion from the system.
D. SCCR: Short-circuit current rating.
E. Service: The conductors and equipment for delivering electric energy from the serving utility to the wiring system of the premises served.
1.04 ACTION SUBMITTALS
A. Product Data: For computer software program to be used for studies.
B. Study Submittals: Submit the following submittals after the approval of system protective devices submittals.
1. Arc-flash study input data, including completed computer program input data sheets.
2. Arc-flash study report; signed, dated, and sealed by a qualified professional engineer.
a. Submit study report for action prior to receiving final approval of the distribution equipment submittals. If formal completion of studies will cause delay in equipment manufacturing, obtain approval from Architect for preliminary submittal of sufficient study data to ensure that the selection of devices and associated characteristics is satisfactory.
1.05 INFORMATIONAL SUBMITTALS
A. Product Certificates: For arc-flash hazard analysis software, certifying compliance with IEEE 1584 and NFPA 70E.
1.06 CLOSEOUT SUBMITTALS
A. Operation and Maintenance Data:
1. Maintenance procedures according to requirements in NFPA 70E shall be provided in the equipment manuals.
Sarasota Bradenton International Airport OVERCURRENT PROTECTIVE DEVICE ARC- Power Distribution and Loading Bridge Replacement Project FLASH STUDY
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 260574 - 2
2. Operation and Maintenance Procedures: In addition to items specified in Section 017823 "Operation and Maintenance Data," provide maintenance procedures for use by Owner's personnel that comply with requirements in NFPA 70E.
1.07 QUALITY ASSURANCE
A. Studies shall use computer programs that are distributed nationally and are in wide use. Software algorithms shall comply with requirements of standards and guides specified in this Section. Manual calculations are unacceptable.
B. Arc-Flash Study Specialist Qualifications: Professional engineer in charge of performing the study, analyzing the arc flash, and documenting recommendations. All elements of the study shall be performed under the direct supervision and control of this professional engineer.
PART 2 - PRODUCTS
A. Comply with IEEE 1584 and NFPA 70E.
B. Analytical features of device coordination study computer software program shall have the capability to calculate "mandatory," "very desirable," and "desirable" features as listed in IEEE 399.
2.02 ARC-FLASH STUDY REPORT CONTENT
A. Executive summary.
B. Study descriptions, purpose, basis and scope.
C. One-line diagram, showing the following:
1. Protective device designations and ampere ratings.
2. Cable size and lengths.
3. Transformer kilovolt ampere (kVA) and voltage ratings.
4. Motor and generator designations and kVA ratings.
5. Switchgear, switchboard, motor-control center and panelboard designations.
D. Study Input Data: As described in "Power System Data" Article.
E. Short-Circuit Study shall be provided to the extent required to perform the OCP arc-flash study.
F. Protective Device Coordination Study Report Contents: As specified in "Protective Device Coordination Study Report Contents" Article in Section 260573 "Overcurrent Protective Device Coordination Study."
G. Arc-Flash Study Output:
1. Interrupting Duty Report: Three-phase and unbalanced fault calculations, showing the following for each overcurrent device location:
a. Voltage.
b. Calculated symmetrical fault-current magnitude and angle.
c. Fault-point X/R ratio.
d. No AC Decrement (NACD) ratio.
e. Equivalent impedance.
f. Multiplying factors for 2-, 3-, 5-, and 8-cycle circuit breakers rated on a symmetrical basis.
g. Multiplying factors for 2-, 3-, 5-, and 8-cycle circuit breakers rated on a total basis.
H. Incident Energy and Flash Protection Boundary Calculations:
1. Arcing fault magnitude.
Sarasota Bradenton International Airport OVERCURRENT PROTECTIVE DEVICE ARC- Power Distribution and Loading Bridge Replacement Project FLASH STUDY
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 260574 - 3
2. Protective device clearing time.
3. Duration of arc.
4. Arc-flash boundary.
5. Working distance.
6. Incident energy.
7. Hazard risk category.
8. Recommendations for arc-flash energy reduction.
I. Fault study input data, case descriptions, and fault-current calculations including a definition of terms and guide for interpretation of the computer printout.
2.03 ARC-FLASH WARNING LABELS
A. Comply with requirements in Section 260553 "Identification for Electrical Systems" for self-adhesive equipment labels. Produce a 3.5-by-5-inch self-adhesive equipment label for each work location included in the analysis.
B. The label shall have an orange header with the wording, "WARNING, ARC-FLASH HAZARD," and shall include the following information taken directly from the arc-flash hazard analysis:
1. Location designation.
2. Nominal voltage.
3. Flash protection boundary.
4. Hazard risk category.
5. Incident energy.
6. Working distance.
7. Engineering report number, revision number, and issue date.
C. Labels shall be machine printed, with no field-applied markings.
PART 3 - EXECUTION
3.01 EXAMINATION
A. Examine Project overcurrent protective device submittals. Proceed with arc-flash study only after relevant equipment submittals have been assembled. Overcurrent protective devices that have not been submitted and approved prior to arc-flash study may not be used in study.
3.02 ARC-FLASH HAZARD ANALYSIS
A. Comply with NFPA 70E and its Annex D for hazard analysis study.
B. Preparatory Studies:
1. Short-Circuit Study shall be performed to the extent required to complete the OCP arc-flash study.
2. Protective Device Coordination Study Report Contents: As specified in "Protective Device Coordination Study Report Contents" Article in Section 260573 "Overcurrent Protective Device Coordination Study."
C. Calculate maximum and minimum contributions of fault-current size.
1. The minimum calculation shall assume that the utility contribution is at a minimum and shall assume no motor load.
2. The maximum calculation shall assume a maximum contribution from the utility and shall assume motors to be operating under full-load conditions.
Sarasota Bradenton International Airport OVERCURRENT PROTECTIVE DEVICE ARC- Power Distribution and Loading Bridge Replacement Project FLASH STUDY
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 260574 - 4
D. Calculate the arc-flash protection boundary and incident energy at locations in the electrical distribution system where personnel could perform work on energized parts.
E. Include medium- and low-voltage equipment locations, except equipment rated 240-V ac or less fed from transformers less than 125 kVA.
F. Safe working distances shall be specified for calculated fault locations based on the calculated arc-flash boundary, considering incident energy of 1.2 cal/sq.cm.
G. Incident energy calculations shall consider the accumulation of energy over time when performing arc-flash calculations on buses with multiple sources. Iterative calculations shall take into account the changing current contributions, as the sources are interrupted or decremented with time. Fault contribution from motors and generators shall be decremented as follows:
1. Fault contribution from induction motors should not be considered beyond three to five cycles.
2. Fault contribution from synchronous motors and generators should be decayed to match the actual decrement of each as closely as possible (e.g., contributions from permanent magnet generators will typically decay from 10 per unit to three per unit after 10 cycles).
H. Arc-flash computation shall include both line and load side of a circuit breaker as follows:
1. When the circuit breaker is in a separate enclosure.
2. When the line terminals of the circuit breaker are separate from the work location.
I. Base arc-flash calculations on actual overcurrent protective device clearing time. Cap maximum clearing time at two seconds based on IEEE 1584, Section B.1.2.
3.03 POWER SYSTEM DATA
A. Obtain all data necessary for the conduct of the arc-flash hazard analysis.
1. Verify completeness of data supplied on the one-line diagram on Drawings and under "Preparatory Studies" Paragraph in "Arc-Flash Hazard Analysis" Article. Call discrepancies to the attention of eNGINEER.
2. For new equipment, use characteristics submitted under the provisions of action submittals and information submittals for this Project.
3. For existing equipment, whether or not relocated, obtain required electrical distribution system data by field investigation and surveys, conducted by qualified technicians and engineers.
B. Electrical Survey Data: Gather and tabulate the following input data to support study. Comply with recommendations in IEEE 1584 and NFPA 70E as to the amount of detail that is required to be acquired in the field. Field data gathering shall be under the direct supervision and control of the engineer in charge of performing the study, and shall be by the engineer or its representative who holds NETA ETT Level III certification or NICET Electrical Power Testing Level III certification.
1. Product Data for overcurrent protective devices specified in other Sections and involved in overcurrent protective device coordination studies. Use equipment designation tags that are consistent with electrical distribution system diagrams, overcurrent protective device submittals, input and output data, and recommended device settings.
2. Obtain electrical power utility impedance at the service.
3. Power sources and ties.
4. Short-circuit current at each system bus, three phase and line-to-ground.
5. Full-load current of all loads.
6. Voltage level at each bus.
Sarasota Bradenton International Airport OVERCURRENT PROTECTIVE DEVICE ARC- Power Distribution and Loading Bridge Replacement Project FLASH STUDY
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 260574 - 5
7. For transformers, include kVA, primary and secondary voltages, connection type, impedance, X/R ratio, taps measured in per cent, and phase shift.
8. For reactors, provide manufacturer and model designation, voltage rating and impedance.
9. For circuit breakers and fuses, provide manufacturer and model designation. List type of breaker, type of trip and available range of settings, SCCR, current rating, and breaker settings.
10. Generator short-circuit current contribution data, including short-circuit reactance, rated kVA, rated voltage, and X/R ratio.
11. For relays, provide manufacturer and model designation, current transformer ratios, potential transformer ratios, and relay settings.
12. Busway manufacturer and model designation, current rating, impedance, lengths, and conductor material.
13. Motor horsepower and NEMA MG 1 code letter designation.
14. Low-voltage cable sizes, lengths, number, conductor material and conduit material (magnetic or nonmagnetic).
15. Medium-voltage cable sizes, lengths, conductor material, and cable construction and metallic shield performance parameters.
3.04 LABELING
A. Apply one arc-flash label for 600-V ac, 480-V ac, and applicable 208-V ac panelboards and disconnects and for each of the following locations:
1. Motor-control center.
2. Low-voltage switchboard.
3. Switchgear.
4. Medium-voltage switch.
5. Control panel.
3.05 APPLICATION OF WARNING LABELS
A. Install the arc-fault warning labels under the direct supervision and control of the Arc-Flash Study Specialist.
3.06 DEMONSTRATION
A. Engage the Arc-Flash Study Specialist to train Owner's maintenance personnel in the potential arc-flash hazards associated with working on energized equipment and the significance of the arc-flash warning labels.
END OF SECTION 260574
Sarasota Bradenton International Airport SWITCHBOARDS Power Distribution and Loading Bridge Replacement Project
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 262413 - 1
SECTION 262413 - SWITCHBOARDS
PART 1 - GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.
1.02 SUMMARY
A. Section Includes:
1. Service and distribution switchboards rated 600 V and less.
2. Disconnecting and overcurrent protective devices.
3. Instrumentation.
4. Control power.
5. Accessory components and features.
6. Identification.
1.03 RELATED SECTIONS
A. Section 260574 "Overcurrent Protective Device Arc-Flash Study" for arc-flash study and arc-flash label requirements.
1.04 ACTION SUBMITTALS
A. Product Data: For each switchboard, overcurrent protective device, surge protection device, ground-fault protector, accessory, and component.
1. Include dimensions and manufacturers' technical data on features, performance, electrical characteristics, ratings, accessories, and finishes.
B. Shop Drawings: For each switchboard and related equipment.
1. Include dimensioned plans, elevations, sections, and details, including required clearances and service space around equipment. Show tabulations of installed devices, equipment features, and ratings.
2. Detail enclosure types for types other than NEMA 250, Type 1.
3. Detail bus configuration, current, and voltage ratings.
4. Detail short-circuit current rating of switchboards and overcurrent protective devices.
5. Detail features, characteristics, ratings, and factory settings of individual overcurrent protective devices and auxiliary components.
6. Include schematic and wiring diagrams for power, signal, and control wiring.
C. Delegated Design Submittal:
1. For arc-flash hazard study.
2. For arc-flash labels.
D. Field Quality-Control Reports:
1. Test procedures used.
2. Test results that comply with requirements.
3. Results of failed tests and corrective action taken to achieve test results that comply with requirements.
Sarasota Bradenton International Airport SWITCHBOARDS Power Distribution and Loading Bridge Replacement Project
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 262413 - 2
1.05 CLOSEOUT SUBMITTALS
A. Operation and Maintenance Data: For switchboards and components to include in emergency, operation, and maintenance manuals.
1. Operation and Maintenance Data, include the following:
a. Routine maintenance requirements for switchboards and all installed components.
b. Manufacturer's written instructions for testing and adjusting overcurrent protective devices.
1.06 MAINTENANCE MATERIAL SUBMITTALS
A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents.
1. Potential Transformer Fuses: Equal to 10 percent of quantity installed for each size and type but no fewer than two of each size and type.
2. Control-Power Fuses: Equal to 10 percent of quantity installed for each size and type, but no fewer than two of each size and type.
1.07 QUALITY ASSURANCE
A. Installer Qualifications: An employer of workers qualified as defined in NEMA PB 2.1 and trained in electrical safety as required by NFPA 70E.
1.08 DELIVERY, STORAGE, AND HANDLING
A. Deliver switchboards in sections or lengths that can be moved past obstructions in delivery path.
B. Handle and prepare switchboards for installation according to NEMA PB 2.1.
1.09 FIELD CONDITIONS
A. Interruption of Existing Electric Service: Do not interrupt electric service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary electric service according to requirements indicated:
1. Notify Owner no fewer than seven days in advance of proposed interruption of electric service.
2. Indicate method of providing temporary electric service.
3. Do not proceed with interruption of electric service without Owner's written permission.
4. Comply with NFPA 70E.
1.10 COORDINATION
A. Coordinate layout and installation of switchboards and components with other construction that penetrates walls or is supported by them, including electrical and other types of equipment, raceways, piping, encumbrances to workspace clearance requirements, and adjacent surfaces. Maintain required workspace clearances and required clearances for equipment access doors and panels.
B. Coordinate sizes and locations of concrete bases with actual equipment provided. Cast anchor-bolt inserts into bases. Concrete, reinforcement, and formwork requirements are specified with concrete.
1.11 WARRANTY
A. Manufacturer's Warranty: Manufacturer agrees to repair or replace switchboard enclosures, buswork, overcurrent protective devices, accessories, and factory installed interconnection wiring that fail in materials or workmanship within specified warranty period.
1. Warranty Period: One years from date of Substantial Completion.
Sarasota Bradenton International Airport SWITCHBOARDS Power Distribution and Loading Bridge Replacement Project
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 262413 - 3
PART 2 - PRODUCTS
2.01 PERFORMANCE REQUIREMENTS
2.02 SWITCHBOARDS
A. Manufacturers: Subject to compliance with requirements, provide products by the following:
1. Square D; by Schneider Electric.
B. Source Limitations: Obtain switchboards, overcurrent protective devices, components, and accessories from single source from single manufacturer.
C. Product Selection for Restricted Space: Drawings indicate maximum dimensions for switchboards including clearances between switchboards and adjacent surfaces and other items. Comply with indicated maximum dimensions.
D. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.
E. Comply with NEMA PB 2.
F. Comply with NFPA 70.
G. Comply with UL 891.
H. Front-Connected, Front-Accessible Switchboards:
1. Main Devices: Fixed, individually mounted.
2. Branch Devices: Panel mounted.
3. Sections front and rear aligned.
I. Indoor Enclosures: Steel, NEMA 250, Type 1.
J. Enclosure Finish for Indoor Units: Factory-applied finish in manufacturer's standard gray finish over a rust-inhibiting primer on treated metal surface.
K. Service Entrance Rating: Switchboards intended for use as service entrance equipment shall contain from one to six service disconnecting means with overcurrent protection, a neutral bus with disconnecting link, a grounding electrode conductor terminal, and a main bonding jumper.
L. Hinged Front Panels: Allow access to circuit breaker, metering, accessory, and blank compartments.
M. Buses and Connections: Three phase, four wire unless otherwise indicated.
1. Provide phase bus arrangement A, B, C from front to back, top to bottom, and left to right when viewed from the front of the switchboard.
2. Phase- and Neutral-Bus Material: Hard-drawn copper of 98 percent conductivity, silver-plated.
3. Load Terminals: Insulated, rigidly braced, runback bus extensions, of same material as through buses, equipped with mechanical connectors for outgoing circuit conductors. Provide load terminals for future circuit-breaker positions at full-ampere rating of circuit-breaker position.
4. Ground Bus: Minimum-size required by UL 891, hard-drawn copper of 98 percent conductivity, equipped with mechanical connectors for feeder and branch-circuit ground conductors.
5. Main-Phase Buses and Equipment-Ground Buses: Uniform capacity for entire length of switchboard's main and distribution sections. Provide for future extensions from both ends.
Sarasota Bradenton International Airport SWITCHBOARDS Power Distribution and Loading Bridge Replacement Project
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 262413 - 4
6. Disconnect Links:
a. Isolate neutral bus from incoming neutral conductors.
b. Bond neutral bus to equipment-ground bus for switchboards utilized as service equipment or separately derived systems.
7. Neutral Buses: 50 percent of the ampacity of phase buses unless otherwise indicated, equipped with mechanical connectors for outgoing circuit neutral cables. Brace bus extensions for busway feeder neutral bus.
N. Future Devices: Equip compartments with mounting brackets, supports, bus connections, and appurtenances at full rating of circuit-breaker compartment.
2.03 DISCONNECTING AND OVERCURRENT PROTECTIVE DEVICES
A. Molded-Case Circuit Breaker (MCCB): Comply with UL 489, with interrupting capacity to meet available fault currents.
1. Electronic trip circuit breakers with rms sensing; field-replaceable rating plug or field-replicable electronic trip; and the following field-adjustable settings:
a. Instantaneous trip.
b. Long- and short-time pickup levels.
c. Long and short time adjustments.
2. MCCB Features and Accessories:
a. Standard frame sizes, trip ratings, and number of poles.
b. Lugs: Mechanical style, suitable for number, size, trip ratings, and conductor material.
c. Undervoltage Trip: Set to operate at 35 to 75 percent of rated voltage without intentional time delay.
2.04 INSTRUMENTATION
A. Multifunction Digital-Metering Monitor: Microprocessor-based unit suitable for three- or four-wire systems and with the following features:
1. Switch-selectable digital display of the following values with maximum accuracy tolerances as indicated:
a. Phase Currents, Each Phase: Plus or minus 0.5 percent.
b. Phase-to-Phase Voltages, Three Phase: Plus or minus 0.5 percent.
c. Phase-to-Neutral Voltages, Three Phase: Plus or minus 0.5 percent.
d. Megawatts: Plus or minus 1 percent.
e. Megavars: Plus or minus 1 percent.
f. Power Factor: Plus or minus 1 percent.
g. Frequency: Plus or minus 0.1 percent.
h. Accumulated Energy, Megawatt Hours: Plus or minus 1 percent; accumulated values unaffected by power outages up to 72 hours.
i. Megawatt Demand: Plus or minus 1 percent; demand interval programmable from five to 60 minutes.
j. Contact devices to operate remote impulse-totalizing demand meter.
2. Mounting: Display and control unit flush or semiflush mounted in instrument compartment door.
Sarasota Bradenton International Airport SWITCHBOARDS Power Distribution and Loading Bridge Replacement Project
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 262413 - 5
2.05 CONTROL POWER
A. Control Circuits: 120-V ac, supplied through secondary disconnecting devices from control-power transformer.
B. Control Circuits: 120-V ac, supplied from remote branch circuit.
C. Electrically Interlocked Main and Tie Circuit Breakers: Two control-power transformers in separate compartments, with interlocking relays, connected to the primary side of each control-power transformer at the line side of the associated main circuit breaker. 120-V secondaries connected through automatic transfer relays to ensure a fail-safe automatic transfer scheme.
D. Control-Power Fuses: Primary and secondary fuses for current-limiting and overload protection of transformer and fuses for protection of control circuits.
E. Control Wiring: Factory installed, with bundling, lacing, and protection included. Provide flexible conductors for No. 8 AWG and smaller, for conductors across hinges, and for conductors for interconnections between shipping units.
2.06 ACCESSORY COMPONENTS AND FEATURES
A. Portable Test Set: For testing functions of solid-state trip devices without removing from switchboard. Include relay and meter test plugs suitable for testing switchboard meters and switchboard class relays.
2.07 IDENTIFICATION
A. Service Equipment Label: NRTL labeled for use as service equipment for switchboards with one or more service disconnecting and overcurrent protective devices.
PART 3 - EXECUTION
3.01 EXAMINATION
A. Receive, inspect, handle, and store switchboards according to NEMA PB 2.1.
1. Lift or move panelboards with spreader bars and manufacturer-supplied lifting straps following manufacturer's instructions.
2. Use rollers, slings, or other manufacturer-approved methods if lifting straps are not furnished.
3. Protect from moisture, dust, dirt, and debris during storage and installation.
4. Install temporary heating during storage per manufacturer's instructions.
B. Examine switchboards before installation. Reject switchboards that are moisture damaged or physically damaged.
C. Examine elements and surfaces to receive switchboards for compliance with installation tolerances and other conditions affecting performance of the Work or that affect the performance of the equipment.
D. Proceed with installation only after unsatisfactory conditions have been corrected.
3.02 INSTALLATION
A. Install switchboards and accessories according to NEMA PB 2.1.
B. Equipment Mounting: Install switchboards on concrete base, 4-inch nominal thickness.
1. Install conduits entering underneath the switchboard, entering under the vertical section where the conductors will terminate. Install with couplings flush with the concrete base. Extend 2 inches above concrete base after switchboard is anchored in place.
2. Install dowel rods to connect concrete base to concrete floor. Unless otherwise indicated, install dowel rods on 18-inch centers around the full perimeter of concrete base.
Sarasota Bradenton International Airport SWITCHBOARDS Power Distribution and Loading Bridge Replacement Project
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 262413 - 6
3. For supported equipment, install epoxy-coated anchor bolts that extend through concrete base and anchor into structural concrete floor.
4. Place and secure anchorage devices. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded.
5. Install anchor bolts to elevations required for proper attachment to switchboards.
6. Anchor switchboard to building structure at the top of the switchboard.
C. Temporary Lifting Provisions: Remove temporary lifting eyes, channels, straps and brackets, and temporary blocking of moving parts from switchboard units and components.
D. Install filler plates in unused spaces of panel-mounted sections.
E. Install overcurrent protective devices, surge protection devices, and instrumentation.
1. Set field-adjustable switches and circuit-breaker trip ranges.
F. Install spare-fuse cabinet.
G. Comply with NECA 1.
3.03 CONNECTIONS
A. Bond conduits entering underneath the switchboard to the equipment ground bus with a bonding conductor sized per NFPA 70.
B. Support and secure conductors within the switchboard according to NFPA 70.
C. Extend insulated equipment grounding cable to busway ground connection and support cable at intervals in vertical run.
3.04 IDENTIFICATION
A. Identify field-installed conductors, interconnecting wiring, and components; provide warning signs complying with requirements for identification specified in Section 260553 "Identification for Electrical Systems."
B. Switchboard Nameplates: Label each switchboard compartment with a nameplate complying with requirements for identification specified in Section 260553 "Identification for Electrical Systems."
C. Device Nameplates: Label each disconnecting and overcurrent protective device and each meter and control device mounted in compartment doors with a nameplate complying with requirements for identification specified in Section 260553 "Identification for Electrical Systems."
3.05 FIELD QUALITY CONTROL
A. Perform the following tests and inspections:
1. Acceptance Testing:
a. Test insulation resistance for each switchboard bus, component, connecting supply, feeder, and control circuit. Open control and metering circuits within the switchboard, and remove neutral connection to surge protection and other electronic devices prior to insulation test. Reconnect after test.
b. Test continuity of each circuit.
2. Test ground-fault protection of equipment for service equipment per NFPA 70.
3. Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification. Certify compliance with test parameters.
4. Correct malfunctioning units on-site where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest.
Sarasota Bradenton International Airport SWITCHBOARDS Power Distribution and Loading Bridge Replacement Project
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 262413 - 7
5. Test and adjust controls, and safeties. Replace damaged and malfunctioning controls and equipment.
B. Switchboard will be considered defective if it does not pass tests and inspections.
C. Prepare test and inspection reports, including a certified report that identifies switchboards included and that describes results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action.
3.06 ADJUSTING
A. Adjust moving parts and operable components to function smoothly, and lubricate as recommended by manufacturer.
B. Set field-adjustable circuit-breaker trip ranges as specified in Section 260573 "Overcurrent Protective Device Coordination Study."
3.07 DEMONSTRATION
A. Train Owner's maintenance personnel to adjust, operate, and maintain switchboards, overcurrent protective devices, instrumentation, and accessories.
END OF SECTION 262413
Sarasota Bradenton International Airport PANELBOARDS Power Distribution and Loading Bridge Replacement Project
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 262416 - 1
SECTION 262416 - PANELBOARDS
PART 1 - GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.
1.02 SUMMARY
A. Section Includes:
1. Distribution panelboards.
1.03 DEFINITIONS
A. ATS: Acceptance testing specification.
B. GFCI: Ground-fault circuit interrupter.
C. GFEP: Ground-fault equipment protection.
D. HID: High-intensity discharge.
E. MCCB: Molded-case circuit breaker.
F. SPD: Surge protective device.
G. VPR: Voltage protection rating.
1.04 ACTION SUBMITTALS
A. Product Data: For each type of panelboard.
1. Include materials, switching and overcurrent protective devices, SPDs, accessories, and components indicated.
2. Include dimensions and manufacturers' technical data on features, performance, electrical characteristics, ratings, and finishes.
B. Shop Drawings: For each panelboard and related equipment.
1. Include dimensioned plans, elevations, sections, and details.
2. Show tabulations of installed devices with nameplates, conductor termination sizes, equipment features, and ratings.
3. Detail enclosure types including mounting and anchorage, environmental protection, knockouts, corner treatments, covers and doors, gaskets, hinges, and locks.
4. Detail bus configuration, current, and voltage ratings.
5. Short-circuit current rating of panelboards and overcurrent protective devices.
6. Detail features, characteristics, ratings, and factory settings of individual overcurrent protective devices and auxiliary components.
1.05 INFORMATIONAL SUBMITTALS
A. Panelboard Schedules: For installation in panelboards.
1.06 CLOSEOUT SUBMITTALS
A. Operation and Maintenance Data: For panelboards and components to include in emergency, operation, and maintenance manuals. In addition to items specified in Section 017823 "Operation and Maintenance Data," include the following:
Sarasota Bradenton International Airport PANELBOARDS Power Distribution and Loading Bridge Replacement Project
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 262416 - 2
1. Manufacturer's written instructions for testing and adjusting overcurrent protective devices.
2. Time-current curves, including selectable ranges for each type of overcurrent protective device that allows adjustments.
1.07 MAINTENANCE MATERIAL SUBMITTALS
A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents.
1. Keys: Two spares for each type of panelboard cabinet lock.
1.08 QUALITY ASSURANCE
A. Manufacturer Qualifications: ISO 9001 or 9002 certified.
1.09 DELIVERY, STORAGE, AND HANDLING
A. Remove loose packing and flammable materials from inside panelboards.
B. Handle and prepare panelboards for installation according to NEMA PB 1.
1.10 FIELD CONDITIONS
A. Environmental Limitations:
1. Do not deliver or install panelboards until spaces are enclosed and weathertight, wet work in spaces is complete and dry, work above panelboards is complete, and temporary HVAC system is operating and maintaining ambient temperature and humidity conditions at occupancy levels during the remainder of the construction period.
2. Rate equipment for continuous operation under the following conditions unless otherwise indicated:
a. Ambient Temperature: Not exceeding 23 deg F to plus 104 deg F.
b. Altitude: Not exceeding 6600 feet.
B. Interruption of Existing Electric Service: Do not interrupt electric service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary electric service according to requirements indicated:
1. Notify Owner no fewer than seven days in advance of proposed interruption of electric service.
2. Do not proceed with interruption of electric service without Owner's written permission.
3. Comply with NFPA 70E.
1.11 WARRANTY
A. Manufacturer's Warranty: Manufacturer agrees to repair or replace panelboards that fail in materials or workmanship within specified warranty period.
1. Panelboard Warranty Period: 12 months from date of Substantial Completion.
PART 2 - PRODUCTS
2.01 PANELBOARDS
A. Product Selection for Restricted Space: Drawings indicate maximum dimensions for panelboards including clearances between panelboards and adjacent surfaces and other items. Comply with indicated maximum dimensions.
B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.
C. Comply with NEMA PB 1.
Sarasota Bradenton International Airport PANELBOARDS Power Distribution and Loading Bridge Replacement Project
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 262416 - 3
D. Comply with NFPA 70.
E. Enclosures: Surface-mounted, dead-front cabinets.
1. Rated for environmental conditions at installed location.
a. Indoor Dry and Clean Locations: NEMA 250, Type 1.
b. Outdoor Locations: NEMA 250, Type 4X, 316 stainless steel.
2. Height: 84 inches maximum.
3. Front: Secured to box with concealed trim clamps. For surface-mounted fronts, match box dimensions; for flush-mounted fronts, overlap box. Trims shall cover all live parts and shall have no exposed hardware.
4. Hinged Front Cover: Entire front trim hinged to box and with standard door within hinged trim cover. Trims shall cover all live parts and shall have no exposed hardware.
5. Exterior enclosures shall have heavy duty locking keyed handle.
F. Incoming Mains:
1. Location: Top.
G. Phase, Neutral, and Ground Buses:
1. Material: Hard-drawn copper, 98 percent conductivity.
a. Plating shall run entire length of bus.
b. Bus shall be fully rated the entire length.
2. Interiors shall be factory assembled into a unit. Replacing switching and protective devices shall not disturb adjacent units or require removing the main bus connectors.
3. Equipment Ground Bus: Adequate for feeder and branch-circuit equipment grounding conductors; bonded to box.
4. Full-Sized Neutral: Equipped with full-capacity bonding strap for service entrance applications. Mount electrically isolated from enclosure. Do not mount neutral bus in gutter.
H. Conductor Connectors: Suitable for use with conductor material and sizes.
1. Material: Hard-drawn copper, 98 percent conductivity.
2. Terminations shall allow use of 75 deg C rated conductors without derating.
3. Size: Lugs suitable for indicated conductor sizes, with additional gutter space, if required, for larger conductors.
4. Main and Neutral Lugs: Mechanical type, with a lug on the neutral bar for each pole in the panelboard.
5. Ground Lugs and Bus-Configured Terminators: Mechanical type, with a lug on the bar for each pole in the panelboard.
6. Feed-Through Lugs: Mechanical type, suitable for use with conductor material. Locate at opposite end of bus from incoming lugs or main device.
7. Subfeed (Double) Lugs: Mechanical type suitable for use with conductor material. Locate at same end of bus as incoming lugs or main device.
I. Future Devices: Panelboards or load centers shall have mounting brackets, bus connections, filler plates, and necessary appurtenances required for future installation of devices.
J. Panelboard Short-Circuit Current Rating: Fully rated to interrupt symmetrical short-circuit current available at terminals. Assembly listed by an NRTL for 100 percent interrupting capacity.
Sarasota Bradenton International Airport PANELBOARDS Power Distribution and Loading Bridge Replacement Project
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 262416 - 4
1. Panelboards and overcurrent protective devices rated 240 V or less shall have short-circuit ratings as shown on Drawings, but not less than 10,000 A rms symmetrical.
2. Panelboards and overcurrent protective devices rated above 240 V and less than 600 V shall have short-circuit ratings as shown on Drawings, but not less than 14,000 A rms symmetrical.
K. Manufacturers: Subject to compliance with requirements, provide products by the following:
1. Square D; by Schneider Electric.
L. Panelboards: NEMA PB 1, distribution type.
M. Doors: Secured with vault-type latch with tumbler lock; keyed alike.
1. For doors more than 36 inches high, provide two latches, keyed alike.
N. Branch Overcurrent Protective Devices for Circuit-Breaker Frame Sizes 125 A and Smaller: .
O. Branch Overcurrent Protective Devices for Circuit-Breaker Frame Sizes Larger Than 125 A: Bolt-on circuit breakers.
2.02 DISCONNECTING AND OVERCURRENT PROTECTIVE DEVICES
A. MCCB: Comply with UL 489, with interrupting capacity to meet available fault currents.
1. Electronic Trip Circuit Breakers:
a. RMS sensing.
b. Field-replaceable rating plug or electronic trip.
c. Digital display of settings, trip targets, and indicated metering displays.
d. Multi-button keypad to access programmable functions and monitored data.
e. Ten-event, trip-history log. Each trip event shall be recorded with type, phase, and magnitude of fault that caused the trip.
f. Integral test jack for connection to portable test set or laptop computer.
g. Field-Adjustable Settings:
1) Instantaneous trip.
2) Long- and short-time pickup levels.
3) Long and short time adjustments.
2. MCCB Features and Accessories:
a. Standard frame sizes, trip ratings, and number of poles.
b. Breaker handle indicates tripped status.
c. UL listed for reverse connection without restrictive line or load ratings.
d. Lugs: Mechanical style, suitable for number, size, trip ratings, and conductor materials.
e. Undervoltage Trip: Set to operate at 35 to 75 percent of rated voltage without intentional time delay.
f. Handle Padlocking Device: Fixed attachment, for locking circuit-breaker handle in on off on or off position.
g. Handle Clamp: Loose attachment, for holding circuit-breaker handle in on position.
2.03 INSTRUMENTATION
A. Multifunction Digital-Metering Monitor: Microprocessor-based unit suitable for three- or four-wire systems and with the following features:
Sarasota Bradenton International Airport PANELBOARDS Power Distribution and Loading Bridge Replacement Project
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 262416 - 5
1. Switch-selectable digital display of the following values with maximum accuracy tolerances as indicated:
a. Phase Currents, Each Phase: Plus or minus 0.5 percent.
b. Phase-to-Phase Voltages, Three Phase: Plus or minus 0.5 percent.
c. Phase-to-Neutral Voltages, Three Phase: Plus or minus 0.5 percent.
d. Megawatts: Plus or minus 1 percent.
e. Megavars: Plus or minus 1 percent.
f. Power Factor: Plus or minus 1 percent.
g. Frequency: Plus or minus 0.1 percent.
h. Accumulated Energy, Megawatt Hours: Plus or minus 1 percent; accumulated values unaffected by power outages up to 72 hours.
i. Megawatt Demand: Plus or minus 1 percent; demand interval programmable from five to 60 minutes.
j. Contact devices to operate remote impulse-totalizing demand meter.
2. Mounting: Display and control unit flush or semiflush mounted in instrument compartment door.
2.04 CONTROL POWER
A. Control Circuits: 120-V ac, supplied through secondary disconnecting devices from control-power transformer.
B. Electrically Interlocked Main and Tie Circuit Breakers: Two control-power transformers in separate compartments, with interlocking relays, connected to the primary side of each control-power transformer at the line side of the associated main circuit breaker. 120-V secondaries connected through automatic transfer relays to ensure a fail-safe automatic transfer scheme.
C. Control-Power Fuses: Primary and secondary fuses for current-limiting and overload protection of transformer and fuses for protection of control circuits.
D. Control Wiring: Factory installed, with bundling, lacing, and protection included. Provide flexible conductors for No. 8 AWG and smaller, for conductors across hinges, and for conductors for interconnections between shipping units.
2.05 IDENTIFICATION
A. Panelboard Label: Manufacturer's name and trademark, voltage, amperage, number of phases, and number of poles shall be located on the interior of the panelboard door.
B. Breaker Labels: Faceplate shall list current rating, UL and IEC certification standards, and AIC rating.
C. Circuit Directory: Computer-generated circuit directory mounted inside panelboard door with transparent plastic protective cover.
1. Circuit directory shall identify specific purpose with detail sufficient to distinguish it from all other circuits.
2.06 ACCESSORY COMPONENTS AND FEATURES
A. Accessory Set: Include tools and miscellaneous items required for overcurrent protective device test, inspection, maintenance, and operation.
Sarasota Bradenton International Airport PANELBOARDS Power Distribution and Loading Bridge Replacement Project
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 262416 - 6
B. Portable Test Set: For testing functions of solid-state trip devices without removing from panelboard. Include relay and meter test plugs suitable for testing panelboard meters and switchboard class relays.
PART 3 - EXECUTION
3.01 EXAMINATION
A. Verify actual conditions with field measurements prior to ordering panelboards to verify that equipment fits in allocated space in, and comply with, minimum required clearances specified in NFPA 70.
B. Receive, inspect, handle, and store panelboards according to NEMA PB 1.1.
C. Examine panelboards before installation. Reject panelboards that are damaged, rusted, or have been subjected to water saturation.
D. Examine elements and surfaces to receive panelboards for compliance with installation tolerances and other conditions affecting performance of the Work.
E. Proceed with installation only after unsatisfactory conditions have been corrected.
3.02 INSTALLATION
A. Coordinate layout and installation of panelboards and components with other construction that penetrates walls or is supported by them, including electrical and other types of equipment, raceways, piping, encumbrances to workspace clearance requirements, and adjacent surfaces. Maintain required workspace clearances and required clearances for equipment access doors and panels.
B. Comply with NECA 1.
C. Install panelboards and accessories according to NEMA PB 1.1.
D. Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and brackets and temporary blocking of moving parts from panelboards.
E. Mount top of trim 90 inches above finished floor unless otherwise indicated.
F. Mount panelboard cabinet plumb and rigid without distortion of box.
G. Mount surface-mounted panelboards to steel slotted supports 1 1/4 inch in depth. Orient steel slotted supports vertically.
H. Install overcurrent protective devices and controllers not already factory installed.
1. Set field-adjustable, circuit-breaker trip ranges.
2. Tighten bolted connections and circuit breaker connections using calibrated torque wrench or torque screwdriver per manufacturer's written instructions.
I. Make grounding connections and bond neutral for services and separately derived systems to ground. Make connections to grounding electrodes, separate grounds for isolated ground bars, and connections to separate ground bars.
J. Install filler plates in unused spaces.
K. Arrange conductors in gutters into groups and bundle and wrap with wire ties after completing load balancing.
L. Mount spare fuse cabinet in accessible location.
Sarasota Bradenton International Airport PANELBOARDS Power Distribution and Loading Bridge Replacement Project
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 262416 - 7
3.03 IDENTIFICATION
A. Identify field-installed conductors, interconnecting wiring, and components; install warning signs complying with requirements in Section 260553 "Identification for Electrical Systems."
B. Create a directory to indicate installed circuit loads; incorporate Owner's final room designations. Obtain approval before installing. Handwritten directories are not acceptable. Install directory inside panelboard door.
C. Panelboard Nameplates: Label each panelboard with a nameplate complying with requirements for identification specified in Section 260553 "Identification for Electrical Systems."
D. Device Nameplates: Label each branch circuit device in power panelboards with a nameplate complying with requirements for identification specified in Section 260553 "Identification for Electrical Systems."
E. Install warning signs complying with requirements in Section 260553 "Identification for Electrical Systems" identifying source of remote circuit.
3.04 FIELD QUALITY CONTROL
A. Perform tests and inspections.
B. Acceptance Testing Preparation:
1. Test continuity of each circuit.
C. Tests and Inspections:
1. Perform each visual and mechanical inspection. Correct malfunctioning units on-site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest.
D. Panelboards will be considered defective if they do not pass tests and inspections.
E. Prepare test and inspection reports, including a certified report that identifies panelboards included and that describes scanning results, with comparisons of the two scans. Include notation of deficiencies detected, remedial action taken, and observations after remedial action.
3.05 ADJUSTING
A. Adjust moving parts and operable components to function smoothly, and lubricate as recommended by manufacturer.
B. Set field-adjustable circuit-breaker trip ranges as indicated as specified in Section 260573 "Overcurrent Protective Device Coordination Study."
3.06 PROTECTION
A. Temporary Heating: Prior to energizing panelboards, apply temporary heat to maintain temperature according to manufacturer's written instructions.
END OF SECTION 262416
Sarasota Bradenton International Airport SURGE PROTECTION FOR LOW-VOLTAGE Power Distribution and Loading Bridge Replacement Project ELECTRICAL POWER CIRCUITS
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 264313 - 1
SECTION 264313 - SURGE PROTECTION FOR LOW-VOLTAGE ELECTRICAL POWER CIRCUITS
PART 1 - GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.
1.02 SUMMARY
A. Section includes field-mounted SPDs for low-voltage (120 to 600 V) power distribution and control equipment.
B. Related Requirements:
1. Section 262413 "Switchboards" for factory-installed SPDs.
2. Section 262416 "Panelboards" for factory-installed SPDs.
1.03 DEFINITIONS
A. Inominal: Nominal discharge current.
B. MCOV: Maximum continuous operating voltage.
C. Mode(s), also Modes of Protection: The pair of electrical connections where the VPR applies.
D. MOV: Metal-oxide varistor; an electronic component with a significant non-ohmic current-voltage characteristic.
E. OCPD: Overcurrent protective device.
F. SCCR: Short-circuit current rating.
G. SPD: Surge protective device.
H. VPR: Voltage protection rating.
1.04 ACTION SUBMITTALS
A. Product Data: For each type of product.
1. Include rated capacities, operating characteristics, electrical characteristics, and furnished specialties and accessories.
2. Copy of UL Category Code VZCA certification, as a minimum, listing the tested values for VPRs, Inominal ratings, MCOVs, type designations, OCPD requirements, model numbers, system voltages, and modes of protection.
1.05 INFORMATIONAL SUBMITTALS
A. Field quality-control reports.
B. Sample Warranty: For manufacturer's special warranty.
1.06 CLOSEOUT SUBMITTALS
A. Maintenance Data: For SPDs to include in maintenance manuals.
Sarasota Bradenton International Airport SURGE PROTECTION FOR LOW-VOLTAGE Power Distribution and Loading Bridge Replacement Project ELECTRICAL POWER CIRCUITS
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 264313 - 2
1.07 WARRANTY
A. Manufacturer's Warranty: Manufacturer agrees to replace or replace SPDs that fail in materials or workmanship within specified warranty period.
1. Warranty Period: Five years from date of Substantial Completion.
PART 2 - PRODUCTS
2.01 GENERAL SPD REQUIREMENTS
A. SPD with Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.
B. Comply with NFPA 70.
C. Comply with UL 1449.
D. MCOV of the SPD shall be the nominal system voltage.
2.02 PANEL SUPPRESSORS
A. Manufacturers: Subject to compliance with requirements, provide products by the following:
1. Advanced Protection Technologies Inc. (APT).
B. SPDs: Comply with UL 1449, Type 2.
1. Include LED indicator lights for power and protection status.
2. Internal thermal protection that disconnects the SPD before damaging internal suppressor components.
C. Peak Surge Current Rating: The minimum single-pulse surge current withstand rating per phase shall not be less than 100 kA. The peak surge current rating shall be the arithmetic sum of the ratings of the individual MOVs in a given mode.
D. Comply with UL 1283.
E. Protection modes and UL 1449 VPR for grounded wye circuits with 480Y/277 V 208Y/120 V, three-phase, four-wire circuits shall not exceed the following:
1. Line to Neutral: [1200 V for 480Y/277 V] [700 V for 208Y/120 V].
2. Line to Ground: [1200 V for 480Y/277 V] [700 V for 208Y/120 V].
3. Neutral to Ground: [1200 V for 480Y/277 V] [700 V for 208Y/120 V].
4. Line to Line: [2000 V for 480Y/277 V] [1200 V for 208Y/120 V]
F. SCCR: Equal or exceed 100 kA.
G. Inominal Rating: 20 kA.
2.03 ENCLOSURES
A. Indoor Enclosures: NEMA 250, Type 1.
B. Outdoor Enclosures: NEMA 250, Type 4X, 316 Stainless steel.
2.04 CONDUCTORS AND CABLES
A. Power Wiring: Same size as SPD leads, complying with Section 260519 "Low-Voltage Electrical Power Conductors and Cables."
Sarasota Bradenton International Airport SURGE PROTECTION FOR LOW-VOLTAGE Power Distribution and Loading Bridge Replacement Project ELECTRICAL POWER CIRCUITS
ASE NO. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 264313 - 3
PART 3 - EXECUTION
3.01 INSTALLATION
A. Comply with NECA 1.
B. Install an OCPD or disconnect as required to comply with the UL listing of the SPD. In the panelboard or switchboard.
C. Install SPDs with conductors between suppressor and points of attachment as short and straight as possible, and adjust circuit-breaker positions to achieve shortest and straightest leads. Do not splice and extend SPD leads unless specifically permitted by manufacturer. Do not exceed manufacturer's recommended lead length. Do not bond neutral and ground.
D. Use crimped connectors and splices only. Wire nuts are unacceptable.
E. Wiring:
1. Power Wiring: Comply with wiring methods in Section 260519 "Low-Voltage Electrical Power Conductors and Cables."
2. Controls: Comply with wiring methods in Section 260519 "Low-Voltage Electrical Power Conductors and Cables."
3.02 FIELD QUALITY CONTROL
A. Perform the following tests and inspections with the assistance of a factory-authorized service representative.
1. Compare equipment nameplate data for compliance with Drawings and Specifications.
2. Inspect anchorage, alignment, grounding, and clearances.
3. Verify that electrical wiring installation complies with manufacturer's written installation requirements.
B. An SPD will be considered defective if it does not pass tests and inspections.
C. Prepare test and inspection reports.
3.03 STARTUP SERVICE
A. Complete startup checks according to manufacturer's written instructions.
B. Do not perform insulation-resistance tests of the distribution wiring equipment with SPDs installed. Disconnect SPDs before conducting insulation-resistance tests, and reconnect them immediately after the testing is over.
C. Energize SPDs after power system has been energized, stabilized, and tested.
END OF SECTION 264313
Sarasota Bradenton International Airport RUNWAY AND TAXIWAY MARKING Power Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 118999 - 1
SECTION P-620 - Runway and Taxiway Marking
DESCRIPTION
620-1.1 This item shall consist of the preparation and painting of numbers, markings, and stripes on the surface of runways, taxiways, and aprons, in accordance with these specifications and at the locations shown on the plans, or as directed by the Engineer. The terms “paint” and “marking material” as well as “painting” and “application of markings” are interchangeable throughout this specification.
MATERIALS
620-2.1 Materials acceptance. The Contractor shall furnish manufacturer’s certified test reports for materials shipped to the project. The certified test reports shall include a statement that the materials meet the specification requirements. The reports can be used for material acceptance or the Engineer may perform verification testing. The reports shall not be interpreted as a basis for payment. The Contractor shall notify the Engineer upon arrival of a shipment of materials to the site. All material shall arrive in sealed containers 55 gallons or smaller for inspection by the Engineer. Material shall not be loaded into the equipment until inspected by the Engineer.
620-2.2 Marking materials. Paint shall be waterborne Type 1 in accordance with the requirements of paragraph 620-2.2.a. Paint shall be furnished in accordance with Federal Standard No. 595.
Fed Std. No 595 Color Number
White 37925 Red 31136 Yellow 33538 or 33655 Black 37038 Pink 1 part 31136 to 2 parts 37925 Green 34108
Waterborne black paint should be used to outline a border at least 6 inch (150 mm) wide around markings on all light colored pavements.
a. Waterborne. Paint shall meet the requirements of Federal Specification TT-P-1952F, Type I. The non-volatile portion of the vehicle for all paint types shall be composed of a 100% acrylic polymer as determined by infrared spectral analysis
620-2.3 Reflective media. Glass beads shall meet the requirements for TT-B-1325D, Type I. Glass beads shall be treated with all compatible coupling agents recommended by the manufacturers of the paint and reflective media to ensure adhesion and embedment.
CONSTRUCTION METHODS
620-3.1 Weather limitations. The painting shall be performed only when the surface is dry and when the surface temperature is at least 45°F (7°C) and rising and the pavement surface temperature is at least 5°F (2.7°C) above the dew point or meets the manufacturer’s recommendations. Markings shall not be
Sarasota Bradenton International Airport RUNWAY AND TAXIWAY MARKING Power Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 P-620 - 2
applied when the pavement temperature is greater than 130°F(55°C). Markings shall not be applied when the wind speed exceeds 10 mph unless windscreens are used to shroud the material guns.
620-3.2 Equipment. Equipment shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, a bead dispensing machine, and such auxiliary hand-painting equipment as may be necessary to satisfactorily complete the job.
The mechanical marker shall be an atomizing spray-type or airless-type marking machine suitable for application of traffic paint. It shall produce an even and uniform film thickness at the required coverage and shall apply markings of uniform cross-sections and clear-cut edges without running or spattering and without over spray.
620-3.3 Preparation of surface. Immediately before application of the paint, the surface shall be dry and free from dirt, grease, oil, laitance, or other foreign material that would reduce the bond between the paint and the pavement. The area to be painted shall be cleaned by waterblasting or by other approved methods as required to remove all contaminants minimizing damage to the pavement surface. Use of any chemicals or impact abrasives during surface preparation shall be approved in advance by the Engineer. After the cleaning operations, sweeping, blowing, or rinsing with pressurized water shall be performed to ensure the surface is clean and free of grit or other debris left from the cleaning process.
Paint shall not be applied to Portland cement concrete pavement until the areas to be painted are clean of curing material. Sandblasting or high-pressure water shall be used to remove curing materials.
At least 24 hours prior to remarking existing markings, loose existing markings must be removed such that 100% of the loose existing markings are removed. After removal, the surface shall be cleaned of all residue or debris either with sweeping or blowing with compressed air or both.
Prior to the application of any markings, the Contractor shall certify in writing that the surface has been prepared in accordance with the paint manufacturer’s requirements, that the application equipment is appropriate for the type of marking paint and that environmental conditions are appropriate for the material being applied. This certification along with a copy of the paint manufacturer’s surface preparation and application requirements must be submitted and approved by the Engineer prior to the initial application of markings.
620-3.4 Layout of markings. The proposed markings shall be laid out in advance of the paint application. The locations of markings to receive glass beads shall be shown on the plans.
620-3.5 Application. Paint shall be applied at the locations and to the dimensions and spacing shown on the plans. Paint shall not be applied until the layout and condition of the surface has been approved by the Engineer. The edges of the markings shall not vary from a straight line more than 1/2 inch (12 mm) in 50 feet (15 m), and marking dimensions and spacings shall be within the following tolerances:
Dimension and Spacing Tolerance
36 inch (910 mm) or less ±1/2 inch (12 mm)
greater than 36 inch to 6 feet (910 mm to 1.85 m)
±1 inch (25 mm)
greater than 6 feet to 60 feet (1.85 m to 18.3 m) ±2 inch (50 mm)
greater than 60 feet (18.3 m) ±3 inch (76 mm)
The paint shall be mixed in accordance with the manufacturer’s instructions and applied to the pavement with a marking machine at the rate shown in Table 1. The addition of thinner will not be permitted. A period of 48 hours shall elapse between placement of a bituminous surface course or seal coat and application of the paint.
Sarasota Bradenton International Airport RUNWAY AND TAXIWAY MARKING Power Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 P-620 - 3
Prior to the initial application of markings, the Contractor shall certify in writing that the surface has been prepared in accordance with the paint manufacturer’s requirements, that the application equipment is appropriate for the marking paint and that environmental conditions are appropriate for the material being applied. This certification along with a copy of the paint manufactures application and surface preparation requirements must be submitted to the Engineer prior to the initial application of markings.
620-3.6 Test strip. Prior to the full application of airfield markings, the Contractor shall produce a test strip in the presence of the Engineer. The test strip shall include the application of a minimum of 5 gallons (4 liters) of paint and application of 50 lbs (22.7 kg) of Type III glass beads. The test strip shall be used to establish thickness/darkness standard for all markings. The test strip shall cover no more than the maximum area prescribed in Table 1 (e.g., for 5 gallons (19 liters) of waterborne paint shall cover no more than 575 square feet (53.4 m2).
Table 1. Application Rates For Paint And Glass Beads (See Note regarding Red and Pink Paint)
Paint Type
Paint
Square feet per gallon, ft2/gal
(Sq m per liter, m2/l)
Glass Beads, Type I, Gradation A
Pounds per gallon of paint-lb/gal
(Km per liter of paint-kg/l)
Glass Beads, Type III
Pounds per gallon of paint-lb/gal
(Km per liter of paint-kg/l)
Glass Beads, Type IV
Pounds per gallon of paint-lb/gal
(Km per liter of paint-kg/l)
Waterborne
Type I or II
115 ft2/gal max (2.8 m2/l)
7 lb/gal min (0.85 kg/l)
* *
Note: The glass bead application rate for Red and Pink paint shall be reduced by 2 lb/gal (0.24 kg/l) for Type I beads. Type III beads shall not be applied to Red or Pink paint.
Glass beads shall be distributed upon the marked areas at the locations shown on the plans to receive glass beads immediately after application of the paint. A dispenser shall be furnished that is properly designed for attachment to the marking machine and suitable for dispensing glass beads. Glass beads shall be applied at the rate shown in Table 1. Glass beads shall not be applied to black paint or green paint. Glass beads shall adhere to the cured paint or all marking operations shall cease until corrections are made. Different bead types shall not be mixed. Regular monitoring of glass bead embedment should be performed.
All emptied containers shall be returned to the paint storage area for checking by the Engineer. The containers shall not be removed from the airport or destroyed until authorized by the Engineer.
620-3.7 Application--preformed thermoplastic airport pavement markings.
a. Asphalt and Portland cement. To ensure minimum single-pass application time and optimum bond in the marking/substrate interface, the materials must be applied using a variable speed self-propelled mobile heater with an effective heating width of no less than 16 feet (5 m) and a free span between supporting wheels of no less than 18 feet (5.5 m). The heater must emit thermal radiation to the marking material in such a manner that the difference in temperature of 2 inches (50 mm) wide linear segments in the direction of heater travel must be within 5% of the overall average temperature of the heated thermoplastic material as it exits the heater. The material must be able to be applied at ambient and pavement temperatures down to 35°F (2°C) without any preheating of the pavement to a specific temperature. The material must be able to be applied without the use of a thermometer. The pavement shall be clean, dry, and free of debris. A non-volatile organic content (non-VOC) sealer with a maximum applied viscosity of 250 centiPoise must be applied to the pavement shortly before the markings are applied. The supplier must enclose application instructions with each box/package.
Sarasota Bradenton International Airport RUNWAY AND TAXIWAY MARKING Power Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 P-620 - 4
620-3.8 Protection and cleanup. After application of the markings, all markings shall be protected from damage until dry. All surfaces shall be protected from excess moisture and/or rain and from disfiguration by spatter, splashes, spillage, or drippings. The Contractor shall remove from the work area all debris, waste, loose or unadhered reflective media, and by-products generated by the surface preparation and application operations to the satisfaction of the Engineer. The Contractor shall dispose of these wastes in strict compliance with all applicable state, local, and Federal environmental statutes and regulations.
METHOD OF MEASUREMENT
620-4.1 The quantity of runway and taxiway markings to be paid for shall be one complete item in place performed in accordance with the specifications and accepted by the Engineer.
BASIS OF PAYMENT
620-5.1 Payment shall be made at the respective lump sum price for runway and taxiway painting, and lump sum for reflective media. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item.
TESTING REQUIREMENTS
ASTM C371 Standard Test Method for Wire-Cloth Sieve Analysis of Nonplastic Ceramic Powders
ASTM D92 Standard Test Method for Flash and Fire Points by Cleveland Open Cup Tester
ASTM D711 Standard Test Method for No-Pick-Up Time of Traffic Paint
ASTM D968 Standard Test Methods for Abrasion Resistance of Organic Coatings by Falling Abrasive
ASTM D1652 Standard Test Method for Epoxy Content of Epoxy Resins
ASTM D2074 Standard Test Method for Total, Primary, Secondary, and Tertiary Amine Values of Fatty Amines by Alternative Indicator Method
ASTM D2240 Standard Test Method for Rubber Property - Durometer Hardness
ASTM D7585 Standard Practice for Evaluating Retroreflective Pavement Markings Using Portable Hand-Operated Instruments
ASTM E1710 Standard Test Method for Measurement of Retroreflective Pavement Marking Materials with CEN-Prescribed Geometry Using a Portable Retroreflectometer
ASTM E2302 Standard Test Method for Measurement of the Luminance Coefficient Under Diffuse Illumination of Pavement Marking Materials Using a Portable Reflectometer
ASTM G154 Standard Practice for Operating Fluorescent Ultraviolet (UV) Lamp Apparatus for Exposure of Nonmetallic Materials
Sarasota Bradenton International Airport RUNWAY AND TAXIWAY MARKING Power Distribution and Loading Bridge Replacement Project
ASE Project No. 116089SMASRQ Issued for 100%: 01.20.17 Copyright AERO Systems Engineering 2017 P-620 - 5
MATERIAL REQUIREMENTS
ASTM D476 Standard Classification for Dry Pigmentary Titanium Dioxide Products
40 CFR Part 60, Appendix A-7, Method 24 Determination of volatile matter content, water content, density, volume solids, and weight solids of surface coatings
29 CFR Part 1910.1200 Hazard Communication
FED SPEC TT-B-1325D Beads (Glass Spheres) Retro-Reflective
American Association of State Highway and Transportation Officials (AASHTO) M247 Standard Specification for Glass Beads Used in Pavement Markings
FED SPEC TT-P-1952F Paint, Traffic and Airfield Marking, Waterborne
Commercial Item Description A-A-2886B Paint, Traffic, Solvent Based
FED STD 595 Colors used in Government Procurement
AC 150/5340-1 Standards for Airport Markings
END OF SECTION P-620