Loading...
HomeMy WebLinkAboutvu_IMPROVE TERMINAL BUILDNG-HVAC - 3-19-0094-054 (CARES)A.XOM Waterloo Regional Airport: Improve Terminal Building (Upgrade HVAC System Controls) FAA AIP 3-19-0094-054 (CARES DEV) WATERLOO REGIONAL AIRPORT Prepared For: City of Waterloo 715 Mulberry Street Waterloo, Iowa 50703 Prepared By: AECOM 500 SW 7th Street, Suite 301 Des Moines, Iowa 50309 AECOM 501 Sycamore Street, Suite 222 P.O. Box 1497 Waterloo, Iowa 50704-1497 January 25, 2023 CONTRACT DOCUMENTS AND SPECIFICATIONS FOR IMPROVE TERMINAL BUILDING (Upgrade HVAC System Controls) FAA AIP 3-19-0094-054 (CARES DEV) AT THE WATERLOO REGIONAL AIRPORT WATERLOO, IOWA Prepared For: City of Waterloo, Iowa Prepared By: AECOM January 24, 2023 \\,0 1111 f t1r,,,�� ,�Q 'r,v ESS <Q i,� = Q ``� ''�.,,, �n z GREGORY C !�= c3 -wF. DOLL =z= v _ _ 21498 ; r7 ,- /�/ /!!'p� IW �1iu P`\.\\��� I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the state of Iowa. January 24, 2023 7OLL License No. 21498 My license renewal date is December 31, 2024. Pages or sheets covered by this seal: Date Date Issued: TABLE OF CONTENTS Contents Page NOTICE TO BIDDERS NTB-1-7 NOTICE OF PUBLIC HEARING NPH-1-2 PROPOSAL FORM P-1-7 BID BOND P-8 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER P-9 NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR P-10 STATEMENT OF INTENT P-11 BIDDER'S INFORMATION SHEET P-12 SYNOPSIS OF EXPERIENCE RECORD P-13 UTILIZATION STATEMENT P-14 LETTER OF INTENT P-15 BUY AMERICA CERTIFICATION P-16-17 BUY AMERICA WAIVER REQUEST P-18-19 BUY AMERICA CONFORMANCE LISTING P-20 CONTRACT C-1-3 PERFORMANCE BOND C-4-6 PAYMENT BOND C-7-8 GENERAL PROVISIONS G-1-50 Section 10 - Definition of Terms G-1-8 Section 20 - Proposal Requirements and Conditions G-9-12 Section 30 - Award and Execution of Contract G-13-14 Section 40 - Scope of Work G-15-18 Section 50 - Control of Work G-19-26 Section 60 - Control of Materials G-27-30 Section 70 - Legal Regulations and Responsibility to Public G-31-36 Section 80 - Execution and Progress G-37-42 Section 90 - Measurement and Payment G-43-50 FAA AIP 3-19-0094-054 (CARES DEV) Improve Terminal Building - HVAC Table of Contents Waterloo Regional Airport - 60675091 PART 1 - LOCAL CONTRACT PROVISIONS - SPECIAL PROVISIONS SP-1-3 PART 2 - FEDERAL CONTRACT PROVISIONS FOR CONSTRUCTION AND EQUIPMENT PROJECTS 1 - 30 PART 4 - DEPARTMENT OF LABOR WAGE DETERMINATION 1-9 TECHNICAL SPECIFICATIONS DIVISION 23 - MECHANICAL Section 23 05 93 Testing, Adjusting and Balancing for HVAC 23 05 93-1 - 20 Section 23 07 19 HVAC Piping Insulation 23 07 19-1 - 13 Section 23 09 23 Direct Digital Control (DDC) System for HVAC 23 09 23-1 - 89 Section 23 09 23.11 Control Valves 23 0923.11-1 - 6 Section 23 09 23.12 Control Dampers 23 09 23.12-1 - 7 Section 23 09 23.14 Flow Instruments 23 09 23.14-1 - 17 Section 23 09 23.19 Moisture Instruments 23 09 23.19-1 - 8 Section 23 09 23.23 Pressure Instruments 23 09 23.23-1 - 17 Section 23 09 23.27 Temperature Instruments 23 09 23.27-1 - 15 Section 23 21 13 Hydronic Piping 23 21 13-1 - 7 Section 23 21 16 Hydronic Piping Special Ties 23 21 16-1 - 4 Section 23 21 23 Hydronic Pumps 23 21 23-1 - 4 DIVISION 26 - ELECTRICAL Section 26 05 19 Low -Voltage Electrical Power Conductors and Cables 26 05 19-1 - 3 Section 26 05 23 Control -Voltage Electrical Power Cables 26 05 23-1 - 7 Section 26 05 29 Hangers and Supports for Electrical Systems 26 05 29-1 - 5 Section 26 05 33 Raceways and Boxes for Electrical Systems 26 05 33-1 - 5 Section 26 05 53 Identification for Electrical Systems 26 05 53-1 - 4 PLANS - Bound in Specifications APPENDIX - Record Drawings for Bid Alternate FAA AIP 3-19-0094-054 (CARES DEV) Improve Terminal Building - HVAC Table of Contents Waterloo Regional Airport - 60675091 NOTICE TO BIDDERS For the Taking of Construction Bids for the IMPROVE TERMINAL BUILDING (Upgrade HVAC System Controls) FAA AIP 3-19-0094-054 (CARES DEV) AT THE WATERLOO REGIONAL AIRPORT In the City of Waterloo, Iowa RECEIVING OF BIDS Sealed proposals will be received by the City Clerk of the City of Waterloo, Iowa, at her office in the City Hall of the said City on the 2nd day of March, 2023, until 1:00 p.m. for the reconstruction of the Improve Terminal Building (Upgrade HVAC System Controls) - FAA AIP 3-19-0094-054 (CARES DEV) project, as described in detail in the plans and specifications now on file in the Office of the City Clerk. OPENING OF BIDS All proposals received will be opened in the Harold E. Getty Council Chambers at City Hall, in the City of Waterloo, Iowa, on the 2nd day of March, 2023, at 1:00 p.m., and the proposals will be acted upon at such later time and place as may then be fixed. MANDATORY PRE -BID MEETING The mandatory pre -bid meeting for this project will be held on February 15, 2023, at 3:00 p.m., in the Airport Terminal Building Conference Room. Bids received from companies that are not represented at this pre -bid meeting will not be read and will be returned unopened. PUBLIC HEARING Notice is hereby given that the Council of said City will conduct a public hearing on the proposed plans, specifications, form of contract, and estimate of cost for the construction of the above -described improvement project at 5:30 p.m. on March 6, 2023, said hearing to be held in the Harold E. Getty Council Chambers at City Hall in said City. SCOPE OF WORK The FAA 3-19-0094-054 (CARES DEV) Improve Terminal Building (Upgrade HVAC System Controls) project for the improvements at the Waterloo Regional Airport, Waterloo, Iowa, consists of the replacement of the existing Heating, Air Conditioning and Ventilation (HVAC) control system within the Waterloo Airport (ALO) terminal building. The existing HVAC Direct Digital Controls (DDC) is no longer compatible with current electronic controls. This project upgrades the existing HVAC DDC head -end equipment, replaces non-functioning portions of the HVAC control system, provides freeze protection for the Air Handling Unit's (AHU) hot water coils, and rebalances the system to ensure proper operation and control. This upgraded head -end equipment will be installed on a networked computer that will allow remote monitoring and control of the HVAC system. BEGINNING AND COMPLETION DATES The work under the proposed contract shall be commenced within ten (10) working days after receipt of "Notice to Proceed" and shall be completed according to the terms of the entire contract within one hundred -eighty (180) calendar days from the date established in the Notice to Proceed. Failure to complete within the allotted time will result in assessment of liquidated damages in the amount of $500.00 per calendar day for each day in excess of the authorized contract time. FAA AIP 3-19-0094-054 (CARES DEV) NTB-1 of 7 Improve Terminal Building - HVAC Notice to Bidders Waterloo Regional Airport - 60675091 METHOD OF PAYMENT TO CONTRACTOR The Contractor will be paid against bi-monthly estimates in cash on the basis of ninety-five percent (95%) of the work as it is completed, and materials delivered, and work approved. Final payment will be made thirty-one (31) days after completion of the work and acceptance by the Council. Before final payment is made, vouchers showing that all subcontractors and workmen and all persons furnishing materials have been fully paid for such materials and labor will be required unless the City is satisfied that material, men and laborers have been paid. The Contractor is hereby notified that if the City does not have cash on hand to pay monthly pay estimates, according to Chapter 384.57 of the Code of Iowa, payment may be made by anticipatory warrants issued bearing a rate of interest not exceeding that permitted by Chapter 74A, Code of Iowa. PLANS AND SPECIFICATIONS Complete digital Plans and Specifications are available at www.questcdn.com. You may download the digital documents free of charge from Questcdn by inputting Questcdn Project #8371598 on the website's Project Search page. Please contact Questcdn.com at 952-233-1632 or info@questcdn.com for assistance in free membership registration, downloading and working with this digital project information. Complete digital Plans and Specifications are also available at AECOM by calling 319-232-6531 or emailing David Hughes, Project Manager, at david.highes@aecom.com. Optional paper copies of the Plans and Specifications are available from AECOM, 501 Sycamore Street, Suite 222, Waterloo, Iowa, upon receipt of a $30.00 deposit (CHECK ONLY). Deposits are fully refundable if the plans and specifications are returned in usable condition (i.e., generally free of highlights, ink markings, tears, stickers, water stains and soiling) to the Waterloo AECOM office listed above by the end of the 14th consecutive day after the project has been awarded. No deposits will be refunded for any requests or plans received after the 14th consecutive day, which includes plans returned via mail service. Plan holders are responsible for ascertaining when the project has been awarded. If the plan holder is the prime contractor, or a subcontractor or supplier of the prime contractor that has been awarded the project, Plans and Specifications do not need to be returned to receive the deposit. The prime contractor must submit a list of his subcontractors and suppliers for the City and consulting engineer to verify eligibility for the refundable deposit. Please DO NOT obtain Bid Documents from any source other than Questcdn.com or through the AECOM Waterloo office as listed above. Obtaining documents through any other source could prevent Bidder from being included on the official AECOM Plan Holders List which, in turn, may cause the Bidder to not receive addenda or other time - sensitive / bid -critical documents. The City has the right to reject any bids that do not have current bidding documents included in the proposal. Upon award of project, the prime contractor, subcontractors and suppliers shall be supplied with the needed number of plans and specifications at no additional cost. CONTRACT AWARD A contract will be awarded to the qualified bidder submitting the lowest bid. The City reserves the right to reject any or all bids, re -advertise for new bids, and to waive informalities in the bids submitted that might be in the best interest of the City. Bids may be held by the City of Waterloo, Iowa, for a period not to exceed ninety (90) days from the day of the opening of bids for the purpose of reviewing the bids and investigating the qualifications of bidders, prior to awarding the contract. By virtue of statutory authority, a preference will be given to products and provisions grown and coal produced within the State of Iowa and preference will be given to local domestic labor in the construction of the improvements. FAA AIP 3-19-0094-054 (CARES DEV) NTB-2 of 7 Improve Terminal Building - HVAC Notice to Bidders Waterloo Regional Airport - 60675091 PROPOSALS SUBMITTED The bidder shall submit bids on the items listed in the proposal. The bidder shall clearly write or type the unit bid price and the bid item extension (Unit Price x Estimated Qty) in numerals on the blanks provided. Should there be any discrepancy between the unit bid price and extension, the City of Waterloo shall consider the unit bid price as being the valid unit bid price. The bidder has the option to submit a computer -generated spreadsheet in lieu of the portion of the Form of Bid or Proposal, which includes the Bid Item Number, Description, Unit, Estimated Quantity, Unit Bid Price, Total Bid Price and Total Bid. The computer -generated spreadsheet shall include all of the information listed in that portion of the Form of Bid or Proposal as well as bear the signature of the Prime Contractor submitting the bid. For the bidders who submit a computer -generated spreadsheet, the TOTAL BID (with alternates, if applicable) shall also be indicated in the space(s) provided on the Form of Bid or Proposal. BID SECURITY REQUIRED All bids must be accompanied in a separate envelope by a certified or cashier's check drawn on an Iowa bank, or a bank chartered under the laws of the United States, a certified share draft drawn on a credit union in Iowa or chartered under the laws of the United States, or bid bond, (on the form furnished by the City) payable to the City of Waterloo, Iowa, in the sum of not less than five percent (5%) of the bid submitted, which certified check, certified share draft or bid bond will be held as security that the Bidder will enter into a Contract for the construction of the work and will furnish the required bonds, and in case the successful Bidder shall fail or refuse to enter into the Contract and furnish the required bonds, his bid security may be retained by said City as agreed upon liquidated damages. If bid bond is used, it must be signed by both the Bidder and the surety or surety's agent. Signature of surety's agent must be supported by accompanying Power of Attorney. PERFORMANCE & PAYMENT BONDS The successful bidder will be required to furnish a "Performance Bond" and a "Payment Bond" within ten (10) days after forms are presented to him in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City Council and shall guarantee the faithful performance of the contract and the terms and conditions therein contained, and shall guarantee the prompt payment of all materials and labor and protect and save harmless the City from claims of any kind caused by the operations of the contractor. MAINTENANCE BOND Before the Contractor shall be entitled to receive final payment for work done under this contract, it shall execute and file a bond in the penal sum of not less than 100% of the total amount of the contract, same to be known as "Maintenance Bond," and which bond must be approved by the City Council, and which bond is in addition to the bond given by the Contractor to guarantee the completion of the work. CONTRACT COMPLIANCE PROGRAM / SUBCONTRACTING The program proposes numerical projections regarding utilization of Minority Business Enterprise (MBE) and Women Business Enterprise (WBE) as Subcontractors, vendors and suppliers in the performance of Contracts awarded by the City of Waterloo, Iowa. A goal of at least ten percent (10%) for MBE participation on all City funded construction projects that are estimated at $50,000.00 or more. A goal of at least two percent (2%) for WBE participation on all City funded construction projects that are estimated at $50,000.00 or more. Any project funded in part or in total with federal funds shall follow the respective agencies contract compliance program and goals. The Prime Contractor shall make "good -faith efforts" to meet the Contract Compliance MBE/WBE goals. The MBE/WBE subcontractors, suppliers or vendors must provide the Prime Contractor a reasonably competitive price for the service being rendered or the Contractor is not required to accept their bid. FAA AIP 3-19-0094-054 (CARES DEV) NTB-3 of 7 Improve Terminal Building - HVAC Notice to Bidders Waterloo Regional Airport - 60675091 LIQUIDATED DAMAGES Time is an essential element of this contract. It is important that the work be diligently pursued to completion. If the work is not completed within the specified contract period, plus authorized extensions, the contractor shall pay to the City Liquidated Damages in the amount of five hundred dollars ($500.00) per day, for each day, as further described herein, in excess of the authorized time. Days beyond the specified completion date for which Liquidated Damages will be charged will be working days that the contractor does, or could have worked, from Monday through Saturday. Sundays will be counted only if work is performed. Partial working days will be considered as a full working day. Days not chargeable for Liquidated Damages will include rain days, Sunday if no work is done, and legal holidays. Working days will cease to be charged when only punch list items remain to be completed. Punch list items do not include contract bid items or approved change/extra work orders. When the Contractor believes the project to be substantially completed, a written notice stating the same shall be submitted to the Engineer and a request made for a Punch List. If the work under the Contract extends beyond the normal construction season for such work the Contractor shall submit to the Engineer in writing a request that working days counted toward the project be suspended until work is resumed the following construction season. This amount is not construed as a penalty. These damages are for the cost to the City of providing the required additional inspection, engineering and contract administration. PRE -CONSTRUCTION CONFERENCE Before the work is commenced on this contract, a conference shall be held for the purpose of discussing the contract. The conference shall be attended by the prime contractor, subcontractors and City Officials. RESIDENT BIDDER/NON-RESIDENT BIDDER Attention of bidders is called to compliance with the provisions of the Resident Bidder/Non-Resident Bidder requirements. Each bidder submitting a bid shall execute and include with the bid a Resident Bidder Certification or a Non - Resident Bidder Certification in the form(s) herein provided. SALES TAX EXEMPTION CERTIFICATES Contractors and approved subcontractors will be provided a Sales Tax Exemption Certification to purchase building materials or supplies in the performance of construction contracts let by the City of Waterloo. SITE INSPECTION Bidders are expected to visit the locality of the work and to make their own estimate of the facilities needed and the difficulties attending the execution of the proposed Contract, including local conditions. TIME FOR RECEIVING BIDS Bids received prior to the time of opening will be securely kept, unopened. The officer whose duty it is to open them will decide when the specified time has arrived, and no bid received thereafter will be considered. No responsibility will attach to an officer for the premature opening of a bid not properly addressed and identified. Unless specifically authorized, telegraphic bids will not be considered, but modifications by telegraph of bids already submitted will be considered if received prior to the hour set for opening. FAA AIP 3-19-0094-054 (CARES DEV) NTB-4 of 7 Improve Terminal Building - HVAC Notice to Bidders Waterloo Regional Airport - 60675091 All proposals must be received at the address indicated herein above prior to the time and date specified for receipt of bids. Bids received after the specified time and date will be returned unopened. The City of Waterloo shall not be held responsible or accountable for delays in the delivery of any proposal by the U.S. Postal Service or other courier service. WITHDRAWAL OF BIDS Bids may be withdrawn on written or telegraphic request received from Bidders prior to the time fixed for opening. Negligence on the part of the Bidder in preparing the bid confers no right for the withdrawal of the bid after it has been opened. ERRORS IN BID Bidders or their authorized agents are expected to examine the Maps, Drawings, Specifications, Circulars, Schedule and all other instructions pertaining to the work, which will be open to their inspection. Failure to do so will be at the Bidder's own risk and he cannot secure relief on the plea of error in the bid. In case of error in the extension of prices, the unit price will govern. MINIMUM WAGE RATES If the wage determination of the Department of Labor incorporated in the advertised specifications does not include rates for classifications deemed appropriate by the bidder, the bidder is responsible for ascertaining the rates payable for such use in accomplishing the work. No inference concerning practice is to be drawn from their omission. Further, the omission does not, per se, establish any liability to the Government for increased labor costs resulting from the use of such classifications. EQUAL EMPLOYMENT OPPORTUNITY — EXECUTIVE ORDER 11246 AND 41 CFR PART 60 The Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth within the supplementary provisions. The successful Bidder shall 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, or national origin. GOALS FOR MINORITY AND FEMALE PARTICIPATION — EXECUTIVE ORDER 11246 AND 41 CFR PART 60 1. The Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth within the supplementary provisions. 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: Timetables: Goals for minority participation for each trade 4.7% 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 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. FAA AIP 3-19-0094-054 (CARES DEV) NTB-5 of 7 Improve Terminal Building - HVAC Notice to Bidders Waterloo Regional Airport - 60675091 CERTIFICATION OF NONSEGREGATED FACILITIES — 41 CFR PART 60 A certification of Nonsegregated Facilities must be submitted prior to the award of a federally assisted construction contract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. Contractors receiving federally assisted construction contract awards exceeding $10,000, which are not exempt from provisions of the Equal Opportunity Clause, will be required to provide for the forwarding of the notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. The penalty for making false statements in offers in prescribed is 18 U.S.C. 1001. DISADVANTAGED BUSINESS ENTERPRISE — 49 CFR PART 26 The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of this DOT -assisted contracts. In accordance with 49 CFR Part 26.45, the sponsor has established a contract goal of 0% participation for small business concerns owned and controlled by certified socially and economically disadvantaged enterprise (DBE). The bidder shall make and document good faith efforts, as defined in Appendix A of 49 CFR Part 26, to meet this established goal. DAVIS-BACON ACT, AS AMENDED — 29 CFR PART 5 The Contractor is required to comply with wage and labor provisions and to pay minimum wages in accordance with the current schedule of wage rates established by the United States Department of Labor. DEBARMENT, SUSPENSION, INELIGIBILITY, AND VOLUNTARY EXCLUSION — 49 CFR PART 29 The bidder certifies, by submission of a proposal or acceptance of a contract, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. Individuals or companies listed in the General Services Administration's "Excluded Parties Listing System" will not be considered for award of contract. FOREIGN TRADE RESTRICTION — 49 CFR PART 30 The Bidder and Bidder's subcontractors, by submission of an offer and/or executive of a contract, is required to certify that it: 1. 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 published by the Office of the United States Trade Representative (USTR); 2. 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 on said list, or is owned or controlled directly or indirectly by one of more citizens or nationals of a foreign country on said list; 3. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. BUY AMERICAN CERTIFICATE — AVIATION SAFETY AND CAPACITY ACT OF 1990 This contract is subject to the "Buy American Preferences" of the Aviation Safety and Capacity Act of 1990. Per Title 49 U.S.C. Section 50101, all steel and manufactured products installed under an AIP assisted project must be produce in the United States unless the Federal Aviation Administration has granted a formal waiver. As a condition of bid responsiveness, Bidders must complete and submit as part of their proposal the enclosed Buy American certification. Bidder must indicate whether it intends to meet Buy America preferences by only installing steel and manufactured products produced with the United State of America; or if it intends to seek a permissible waiver to the Buy America requirements. FAA AIP 3-19-0094-054 (CARES DEV) NTB-6 of 7 Improve Terminal Building - HVAC Notice to Bidders Waterloo Regional Airport - 60675091 MARKING AND MAILING BIDS Envelopes containing bids must be sealed and addressed to the City Clerk, 715 Mulberry Street, Waterloo, IA 50703; and marked in the upper left-hand comer as follows: Bid of (Name and Address of Contractor) for Improve Terminal Building (Upgrade HVAC System Controls), Waterloo, Iowa, FAA AIP 3-19-0094-054 (CARES DEV). Posted pursuant to the provisions of Chapter 26 of the City Code of Iowa. CITY OF WATERLOO, IOWA FAA AIP 3-19-0094-054 (CARES DEV) NTB-7 of 7 Improve Terminal Building - HVAC Notice to Bidders Waterloo Regional Airport - 60675091 This Page Left Blank Intentionally NOTICE OF PUBLIC HEARING On Proposed Plans, Specifications, Form of Contract, And Estimate of Cost For the IMPROVE TERMINAL BUILDING (Upgrade HVAC System Controls) FAA AIP 3-19-0094-054 (CARES DEV) At the Waterloo Regional Airport In the City of Waterloo, Iowa RECEIVING OF BIDS Sealed proposals will be received by the City Clerk of the City of Waterloo, Iowa, at her office in the City Hall of the said City on the 2nd day of March, 2023, until 1:00 p.m. for the reconstruction of Improve Terminal Building (Upgrade HVAC System Controls) - FAA AIP 3-19-0094-054 (CARES DEV), as described in detail in the plans and specifications now on file in the Office of the City Clerk. OPENING OF BIDS All proposals received will be opened in the Harold E. Getty Council Chambers at City Hall, in the City of Waterloo, Iowa, on the 2nd day of March, 2023, at 1:00 p.m., and the proposals will be acted upon at such later time and place as may then be fixed. MANDATORY PRE -BID MEETING The mandatory pre -bid meeting for this project will be held on February 15, 2023, at 3:00 p.m., in the Airport Terminal Building Conference Room. Bids received from companies that are not represented at this pre -bid meeting will not be read and will be returned unopened. PUBLIC HEARING Notice is hereby given that the Council of said City will conduct a public hearing on the proposed plans, specifications, form of contract, and estimate of cost for the construction of the above -described improvement project at 5:30 p.m. on the 6t' day of March, 2023, said hearing to be held in the Harold E. Getty Council Chambers in City Hall in said City. The proposed plans, specifications, form of contract, and estimate of cost for said improvements heretofore prepared by AECOM are now on file in the office of the City Clerk for public examination, and any person interested therein may file written objection thereto with the City Clerk before the date set for said hearing, or appear and make objection thereto with the City Clerk before the date set for said hearing, or appear and make objection thereto at the meeting above set forth. The NOTICE TO BIDDERS can be viewed at the following locations: 1) City of Waterloo website at https://cityofwaterlooiowa.com\ . 2) Plan rooms: Master Builders of Iowa 221 Park Street, PO Box 695 Des Moines, IA 50303 McGraw Hill Construction Dodge 3315 Central Ave. Hot Springs, AR 71913 Reed Construction Data 30 Technology Parkway South, Ste. 500 Norcross, GA 30092 FAA AIP 3-19-0094-054 (CARES DEV) NPH-1 Improve Terminal Building - HVAC Notice of Public Hearing Waterloo Regional Airport - 60675091 3) Plan Room Websites: Master Builders of Iowa website: www.mbionline.com Dodge Lead website: http://dodgeprojects.construction.com/ Reed Const. Data Lead website: http://www.cmdgroup.com/project-leads/ SCOPE OF WORK The FAA 3-19-0094-054 (CARES DEV) Improve Terminal Building (Upgrade HVAC System Controls) project for the improvements at the Waterloo Regional Airport, Waterloo, Iowa, consists of the replacement of the existing Heating, Air Conditioning and Ventilation (HVAC) control system within the Waterloo Airport (ALO) terminal building. The existing HVAC Direct Digital Controls (DDC) is no longer compatible with current electronic controls. This project upgrades the existing HVAC DDC head -end equipment, replaces non-functioning portions of the HVAC control system, provides freeze protection for the Air Handling Unit's (AHU) hot water coils, and rebalances the system to ensure proper operation and control. This upgraded head -end equipment will be installed on a networked computer that will allow remote monitoring and control of the HVAC system. Published pursuant to the provisions of Chapter 26 of the City Code of Iowa and upon order to the City Council of said Waterloo, Iowa, on the day of , 2023. CITY OF WATERLOO, IOWA BY: Kelley Felchle City Clerk FAA AIP 3-19-0094-054 (CARES DEV) NPH-2 Improve Terminal Building - HVAC Notice of Public Hearing Waterloo Regional Airport - 60675091 PROPOSAL FORM FOR IMPROVE TERMINAL BUILDING (Upgrade HVAC System Control) FAA AIP 3-19-0094-054 (CARES DEV) AT THE WATERLOO REGIONAL AIRPORT WATERLOO, IOWA Waterloo Regional Airport 2790 Livingston Lane Waterloo, IA 50703 Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the State of , a Partnership consisting of the following partners: , having familiarized (himself) (themselves) (itself) with the existing conditions on the project area affecting the cost of the work, and with all the contract documents listed in the Table of Contents and Addenda (if any), as prepared by the City Engineer of the City of Waterloo now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete this Improve Terminal Building (Upgrade HVAC System Controls) -- FAA AIP 3-19- 0094-054 (CARES DEV), all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: 2. The extent of the work involved is as follows. The FAA 3-19-0094-054 (CARES DEV) Improve Terminal Building (Upgrade HVAC System Controls) project which consists of the replacement of the existing Heating, Air Conditioning and Ventilation (HVAC) control system within the Waterloo Airport (ALO) terminal building. The existing HVAC Direct Digital Controls (DDC) is no longer compatible with current electronic controls. This project upgrades the existing HVAC DDC head -end equipment, replaces non-functioning portions of the HVAC control system, provides freeze protection for the Air Handling Unit's (AHU) hot water coils, and rebalances the system to ensure proper operation and control. This upgraded head -end equipment will be installed on a networked computer that will allow remote monitoring and control of the HVAC system. 3. The undersigned, in compliance with your Invitation for Bids dated , hereby proposes to do the work called for in said Contract and Specifications and shown on said Plans and Addendum Nos. and to furnish all materials, tools, labor and all appliances and appurtenances necessary for the said work at the following rates and prices: FAA AIP 3-19-0094-054 (CARES DEV) P-1 Improve Terminal Building - HVAC Proposal Form Waterloo Regional Airport - 60675091 ITEMIZED PROPOSAL WATERLOO REGIONAL AIRPORT WATERLOO, IOWA PROJECT: • IMPROVE TERMINAL BUILDING (Upgrade HVAC System Controls) FAA AIP PROJECT NO. 3-19-0094-054 (CARES DEV) ITEM NO. DESCRIPTION UNIT ESTIMATED QUANTITY UNIT BID PRICE TOTAL BID PRICE BASE BID 1 UPGRADE THE EXISTING HVAC DDC SYSTEM LS 1 $ $ 2 APPLY HVAC DDC MODES SCHEDULES TO SYSTEM LS 1 $ $ 3 RESET AHU OUTDOOR AIR DAMPERS LS 1 $ $ 4 ADD A PREHEAT COIL CIRCULATING PUMP TO AHU-1, AHU-2, AHU-3, AHU- E 1 and AHU-E2 EA 5 $ $ 5 ADD A SUPPLY AIR DIFFUSER TO ROOM 207 LS 1 $ $ 6 TAB HVAC SYSTEM LS 1 $ $ 7 RE -ZONE AND ADD VAV FOR TSA TRAINING ROOM LS 1 $ $ 8 REPLACE HVAC OUTDOOR SENSOR LS 1 $ $ 9 REPLACE PREHEAT COIL FOR AHU-El LS 1 $ $ TOTAL BASE BID $ BID ALTERNATE NO. 1 1 DUCT CLEANING LS 1 $ $ TOTAL ADD ALTERNATE BID $ TOTAL BASE BID + ADD ALTERNATE $ 4. It is the Airport's intention to evaluate bids reviewing both the Total. The Airport reserves the right to award the contract based on the Total Bid. 5. The undersigned understands that the above quantities of work to be done are approximate only and are intended principally to serve as a guide in evaluating the bids. All quantities are subject to increase or decrease and are to be performed at the unit prices stipulated herein. 6. It is understood that the schedule of minimum wage rates, as established by the Secretary of Labor and included in the Specifications, are to govern on this project, and the undersigned certifies that he has examined this schedule of wage rates and that the prices bid are based on such established wage rates. 7. The bidder shall make good faith efforts, as defined in Appendix A of 49 CFR Part 26, Regulations of the Office of the Secretary of Transportation, to subcontract zero (0%) percent of the dollar value of the prime contract to small business concerns owned and controlled by socially and economically disadvantaged individuals (DBE). Individuals who are rebuttably presumed to be socially and economically disadvantaged include women, Blacks, Hispanics, Native Americans, Asian -Pacific Americans, and Asian -Indian Americans. The apparent successful competitor will be required to submit information concerning the DBE's that will participate in the contract. The information will include the name and address of each DBE, a description of the work to be performed by each named firm, and the dollar value of the contract. If the bidder fails to achieve the contract goal stated herein, it will be required to provide documentation demonstrating that it made good faith efforts in attempting to do so. In the event that the apparent successful competitor for this solicitation FAA AIP 3-19-0094-054 (CARES DEV) P-2 Improve Terminal Building - HVAC Proposal Form Waterloo Regional Airport - 60675091 qualified as a DBE, the contract goal shall be deemed to have been met. A bid that fails to meet these requirements will be considered nonresponsive. 8. The undersigned certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The undersigned certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The undersigned agrees that a breach of this certification is a violation of the equal opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, or national origin, because of habit, local custom, or any other reason. The undersigned agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the equal opportunity clause, and that he will retain such certifications in his files. 9. The undersigned agrees, upon written notice of the acceptance of this bid, within ninety (90) days after the opening of the bids, that he will execute the Contract in accordance with the bid as accepted and give Contract (Performance and Payment) bond on attached forms within fifteen (15) days after the prescribed forms are presented for signature. 10. The undersigned understands, award of contract is contingent upon receipt of project funding from the Federal Aviation Administration. If funding is not received, bid bonds will be returned to all bidders and the project will be postponed. 11. The undersigned further agrees that if awarded the Contract, he will commence the work within ten (10) calendar days after the receipt of a "Notice to Proceed" and that he will substantially complete all work according to the terms of the entire contract within ninety (180) calendar days from the date established in the Notice to Proceed. An extension of time may be allowed when extra or additional work is ordered by the Engineer. 12. The undersigned agrees that within 30 days after award of this contract, the Contractor/Subcontractor shall file a compliance report (Standard Form 100) if s/he has not submitted a complete compliance report within 12 months proceeding the date of award. This report is required if the Contractor/Subcontractor meets all of the following conditions: a. Contractors/Subcontractors are not exempt based on 41 CFR 60-1,5. b. Has 50 or more employees. c. Is a prime contractor or first tier subcontractor. d. There is a contract, subcontract, or purchase order amounting to $50,000 or more. 13. To satisfy Clear Air and Water Pollution Control Requirements on all Construction Contracts and Subcontracts exceeding $100,000.00 Contractors and Subcontractors agree: a. That any facility to be used in the performance of the Contract or to benefit from the Contract is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities. b. To comply with all the requirements of Section 306 of the Clean Air Act (42 USC 1857(h)), and Section 508 of the Clean Water Act (33 USC 1368), Executive Order 11738, and Environmental Protection Regulations (40 CFR Part (15)). FAA AIP 3-19-0094-054 (CARES DEV) P-3 Improve Terminal Building - HVAC Proposal Form Waterloo Regional Airport - 60675091 c. That as a condition for award of a Contract he shall notify the awarding official of the receipt of any communication from EPA indicating that a facility to be utilized for performance of or benefit from the Contract is under consideration to be listed on the EPA List of Violating Facilities. d. To include or cause to be included in any Contract or Subcontract which exceeds $100,000.00 the aforementioned criteria and requirements. 14. The contractor, by submission of this offer and/or execution of a contract, certifies that it: a. is not owned or controlled by one or more citizens or nationals of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United States trade Representative (USTR). b. has not knowingly entered into any contract or subcontract for this project with a contractor that is a citizen or national of a foreign country on said list or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list. c. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. 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 a contractor or subcontractor who is unable to certify to the above. If the contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on the said list for use on the project, the Federal Aviation Administration may direct, through the sponsor, cancellation of the contract at no cost to the Government. Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The contractor may rely upon the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous. The contractor shall provide immediate written notice to the sponsor if the contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The subcontractor agrees to provide immediate written notice to the contractor, if at any time it learns that its certification was erroneous by reason of changed circumstances. This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct, through the sponsor, cancellation of the contract or subcontract for default at no cost to the Government. 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. 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. 15. The bidder/offeror certifies, by submission of this proposal or acceptance of this contract, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. It further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the bidder/offer/contractor or any lower tier participant is unable to certify this statement, it shall attach an explanation to this solicitation/proposal. FAA AIP 3-19-0094-054 (CARES DEV) P-4 Improve Terminal Building - HVAC Proposal Form Waterloo Regional Airport - 60675091 16. As evidence of good faith in submitting this Proposal, the undersigned encloses bid security in the amount of five (5) percent of the bid which, in case he refuses or fails to accept an award and to enter into a Contract and file the required bonds within the prescribed time, shall be forfeited to the Waterloo Regional Airport as liquidated damages. 17. 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). 18. 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). 19. The undersigned hereby declares that the only parties interested in this Proposal are named herein, that this Proposal is made without collusion with any other person, firm, or corporation, that no member of the Council, Waterloo Regional Airport or agent of the City of Waterloo, Iowa, is directly or indirectly financially interested in this bid. 20. In submitting this bid, it is understood that the right to reject any and all bids has been reserved and that this bid may not be withdrawn for a period of ninety (90) days from the opening thereof. 21. Contractor certifies that all employees employed by Contractor or any subcontractor working on behalf of the Contractor are in compliance with the Immigration Reform Control Act of 1986 (IRCA) and indemnifies the Owner and holds harmless Owner for any violations of IRCA as a result of the Contractor's employees or his subcontractor's employees working on behalf of the Contractor on the Owner's project. 22. The undersigned certifies, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds shall be paid, by or on behalf of the Contractor, 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 Congress in connection with the making of any Federal grant and the amendment or modification of any Federal grant. b. 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 grant, the Contractor shall complete and submit Standard Form-LLL, "Disclosure of Lobby Activities", in accordance with its instructions. c. The Undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients 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 $200,000 for each such failure. 23. BUY AMERICAN CERTIFICATE (Title 49 U.S.C. Chapter 501) As a condition of bid responsiveness, the bidder must how it intend to comply with the Buy American preferences established under Title 49 U.S.C. Section 50101. Bidder must complete the attached Buy American certification. If the bidder requests a permissible waiver to the Buy America requirements, the Bidder identified as with the successful bid must submit a formal waiver request and component cost calculation within the prescribed time identified on the Buy America certification. FAA AIP 3-19-0094-054 (CARES DEV) P-5 Improve Terminal Building - HVAC Proposal Form Waterloo Regional Airport - 60675091 24. Drug Free Workplace, Act of 1988. a. By submission of this offer, the offeror, if other than an individual, who is making an offer that equals or exceeds $25,000, certifies and agrees that with respect to all employees of the offeror to be employed under a contract resulting from this solicitation, it will --no later than 30 calendar days after contract award (unless a longer period is agreed to in writing, for contracts of 30 calendar days or more performance duration;) or as soon as possible for contracts of less than 30 calendar days performance duration, but in any case, by a date prior to when performance is expected to be completed-- (1) Publish a statement notifying such employees that the unlawful manufacturer, distribution, dispensing, possession, or use of a controlled substance is prohibited in the Contractor's workplace and specifying the actions that will be taken against employees for violations of such prohibition. (2) Establish an on -going drug -free awareness program to inform such employees about -- (a) The dangers of drug abuse in the workplace. (b) The Contractor's policy of maintaining a drug -free workplace. (c) Any available drug counseling, rehabilitation, and employee assistance programs; and (d) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace. Provide all employees engaged in performance of the contract with a copy of the statement required by subparagraph a. (1) of this provision. (4) Notify such employees in writing in the statement required by subparagraph a.(1) of this provision that, as a condition of continued employment on the contract resulting from this solicitation, the employee will -- (a) Abide by the terms of the statement; and (b) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than 5 calendar days after such conviction. Notify the Contracting Officer in writing within 10 calendar days after receiving notice under subdivision a. (4) (b) of this provision, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; and (6) Within 30 calendar days after receiving notice under subdivision a.(4)(b) of this provision of a conviction, take one of the following actions with respect to any employee who is convicted of a drug abuse violation occurring in the workplace. (a) Take appropriate personnel action against such employee, up to and including termination; or (b) Require such employee to satisfactorily participate in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, State, or local health, law enforcement, or other appropriate agency. (7) Make a good faith effort to maintain a drug -free workplace through implementation of subparagraphs a. (1) through a. (6) of this provision. b. By submission of its offer, the offeror, if an individual who is making an offer of any dollar value, certifies and agrees that other offeror will not engage in the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance in the performance of the contract resulting from this solicitation. (3) (5) c. Failure of the offeror to provide the certification required by paragraphs a. or b. of this provision, renders the offeror unqualified and ineligible for award. [See FAR 9.104-1(g) and 19.602-1a.(2)(a)]. d. In addition to other remedies available to the Government, the certification in paragraphs a. or b. of this provision concerns a matter within the jurisdiction of an agency of the United States 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. 25. Attachment to This Bid. The following documents are attached to and made a part of this Bid: FAA AIP 3-19-0094-054 (CARES DEV) P-6 Improve Terminal Building - HVAC Proposal Form Waterloo Regional Airport - 60675091 a. Bid Guaranty in the form of b. Non -Collusion Affidavit of Prime Bidder. c. Statement of Intent — Non -Discrimination and Equal Opportunity Statement. d. Buy American Certification Statement. e. Bidder's Information Sheet. f. Synopsis of Experience Record. (IDOT Certification may be substituted.) g. Completed DBE forms "Utilization Statement" and "Letter of Intent." 26. The Bidder shall indicate whether the bid is submitted by a/an: ❑ Individual, Sole Proprietorship ❑ Partnership ❑ Corporation ❑ Joint -venture: all parties must join -in and execute all documents ❑ Other Respectfully submitted, Bidder By Signature Title Address (Include Zip Code) Telephone No. FAA AIP 3-19-0094-054 (CARES DEV) P-7 Improve Terminal Building - HVAC Proposal Form Waterloo Regional Airport - 60675091 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we as Principal, and as Surety are held and firmly bound unto the Waterloo Regional Airport, 2790 Livingston Lane,Waterloo,Iowa, hereinafter call "Owner", in the penal sum of Dollars ($ ) lawful money of the United States, for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid, dated , 20 , for Improve Terminal Building (Upgrade HVAC System Controls) at the Waterloo Regional Airport, Waterloo, Iowa, FAA AIP 3-19-0094-054 (CARES DEV). 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 specified and shall furnish a bond for his faithful performance of said Contract, 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. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Principal fails to execute the Contract and provide the bond as provided in the Specifications or by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such bid or execute such Contract; and said Surety does hereby waive notice of any such extension. 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 this day of , A.D., 20. Witness Witness Principal By (Title) Surety By (Attorney -In -Fact) (Seal) FAA AIP 3-19-0094-054 (CARES DEV) P-8 Improve Terminal Building - HVAC Proposal Form Waterloo Regional Airport - 60675091 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of ) )ss County of ) , being first duly sworn, deposes and says that: (1) He is (Owner, Partner, Officer, Representative, or Agent) of , the Bidder that has submitted the attached Bid: (2) He is fully informed respecting the preparation and contents of the attached bid and of all pertinent circumstances respecting such bid. (3) Such bid is genuine and is not a collusive or sham bid. (4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham bid in connection with the Contract for which the attached bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the proposed Contract; and (5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) Title Subscribed and sworn to before me this day of , 20. Title My Commission Expires , 20_. FAA AIP 3-19-0094-054 (CARES DEV) P-9 Improve Terminal Building - HVAC Proposal Form Waterloo Regional Airport - 60675091 NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR (To Be Submitted After Bid But Prior to Award) State of ) )ss County of ) , being first duly sworn, deposes and says that: (1) He is (Owner, Partner, Officer, Representative, or Agent) of , the Bidder that has submitted the attached Bid: (2) He is fully informed respecting the preparation and contents of the attached bid and of all pertinent circumstances respecting such bid. (3) Such bid is genuine and is not a collusive or sham bid. (4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham bid in connection with the Contract for which the attached bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the proposed Contract; and (5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) Title Subscribed and sworn to before me this day of , 20_. Title My Commission Expires , 20_ FAA AIP 3-19-0094-054 (CARES DEV) P-10 Improve Terminal Building - HVAC Proposal Form Waterloo Regional Airport - 60675091 STATEMENT OF INTENT NONDISCRIMINATION AND EQUAL OPPORTUNITY STATEMENT The Contractor does hereby certify to the Waterloo Regional Airport, that no person shall, in any way, be favored or discriminated against because of his race, political or religious opinions and affiliations, national origins, sex, age, sexual orientation, gender identity, disability, color, creed, marital status, employee union or association membership or office herein. If selected as the successful bidder, this contractor hereby agrees to file either a nondiscrimination and equal opportunity statement and/or an Affirmative Action Program. Improvements to the Waterloo Regional Airport consisting of Improve Terminal Building (Upgrade HVAC System Controls) FAA AIP Project No. 3-19-0094-054 (CARES DEV) COMPANY EXECUTIVE OFFICER AFFIRMATIVE ACTION OFFICER ADDRESS OF THE AFFIRMATIVE ACTION OFFICER PHONE NUMBER FAA AIP 3-19-0094-054 (CARES DEV) P-11 Improve Terminal Building - HVAC Proposal Form Waterloo Regional Airport - 60675091 BIDDER'S INFORMATION SHEET A. BIDDER'S CAPACITY: (Check One) 1. Individual 0 2. Co -Partnership 0 3. Corporation 0 B. (IF ITEM 2 IS CHECKED, COMPLETE THE FOLLOWING) State of Names and Addresses of Partners 1. 2. 3. 4. 5. C. (IF ITEM 3 IS CHECKED, COMPLETE THE FOLLOWING) State of Incorporation Names and Addresses of Officers: President Secretary Treasurer FAA AIP 3-19-0094-054 (CARES DEV) P-12 Improve Terminal Building - HVAC Proposal Form Waterloo Regional Airport - 60675091 SYNOPSIS OF EXPERIENCE RECORD (This synopsis must accompany Proposal Form.) Name of Bidder Business Address Individual ( ) Partnership ( ) Corporation ( ) (Check One.) Construction successfully completed within past five years similar in size, scope, and difficulty of construction to the work bid upon. Name of Owner 1 2 3 4 5 Name of Location of Amount of Project Project Contract Number of Contract Days Actual Number of Days to Allowed for Above Projects Complete above Project 1 2 3 4 5 (Signed) Name of Company (By) (TITLE) Date FAA AIP 3-19-0094-054 (CARES DEV) P-13 Improve Terminal Building - HVAC Proposal Form Waterloo Regional Airport - 60675091 UTILIZATION STATEMENT Disadvantage Business Enterprise The undersigned bidder/offeror has satisfied the requirements of the bid specification in the following manner. (Please mark the appropriate box) ❑ The bidder/offeror is committed to a minimum of 0% DBE utilization on this contract. ❑ The bidder/offeror, while unable to meet the DBE goal of %, hereby commits to a minimum of % DBE utilization on this contract and also submits documentation, as an attachment demonstrating good faith efforts (GFE). The undersigned hereby further assures that the information included herein is true and correct, and that the DBE firm(s) listed herein have agreed to perform a commercially useful function in the work items noted for each firm. The undersigned further understands that no changes to this statement may be made without prior approval from the Civil Right Staff of the Federal Aviation Administration. Bidder's/Offeror's Firm Name Signature Date DBE UTILIZATION SUMMARY Contract Amount DBE Amount Contract Percentage DBE Prime Contractor $ x 1.00 = $ % DBE Subcontractor $ x 1.00 = $ % DBE Supplier $ x 0.60 = $ _ % DBE Manufacturer $ x 1.00 = $ % Total Amount DBE $ DBE Goal $ Note: If the total proposed DBE participation is less than the established DBE goal, Bidder must provide written documentation of the good faith efforts as required by 49 CFR Part 26. FAA AIP 3-19-0094-054 (CARES DEV) Proposal Form P-14 Improve Terminal Building - HVAC Waterloo Regional Airport - 60675091 LETTER OF INTENT Disadvantage Business Enterprise (This page shall be submitted for each DBE firm) Bidder/Offer Name: DBE Firm: DBE Contact Person: DBE Certifying Agency: Classification: Address: City: State: Zip: DBE Firm: Address: City: State: Zip: Name: Phone: ( ) Expiration Date: Each DBE Firm shall submit evidence (such as a photocopy) of their certification status. El Prime Contractor El Subcontractor El Joint Venture ❑ Manufacturer ❑ Supplier Work item(s) to be performed by DBE Description of Work Item Quantity Total The bidder/offeror is committed to utilizing the above -named DBE firm for the work described above. The estimated participation is as follows: DBE contract amount: $ Percent of total contract: AFFIRMATION: The above -named DBE firm affirms that it will perform the portion of the contract for the estimated dollar value as stated above. By: (Title) (Signature) Note: In the event the bidder/offeror does not receive award of the prime contract, any and all representations in this Letter of Intent and Affirmation shall be null and void. FAA AIP 3-19-0094-054 (CARES DEV) P-15 Improve Terminal Building - HVAC Proposal Form Waterloo Regional Airport - 60675091 BUY AMERICAN CERTIFICATION FORM FOR TOTAL FACILITY (Building projects such as Terminal, SRE, ARFF, etc.) 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". ❑ The 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 III or Type IV 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 may results 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 III 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 III 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. FAA AIP 3-19-0094-054 (CARES DEV) P-16 Improve Terminal Building - HVAC Proposal Form Waterloo Regional Airport - 60675091 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 IV 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 IV 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 FAA AIP 3-19-0094-054 (CARES DEV) P-17 Improve Terminal Building - HVAC Proposal Form Waterloo Regional Airport - 60675091 Buy America Waiver Request Title 49 U.S.C. Section 50101 (b) For Airfield Development Projects funded under the Airport Improvement Program (Revised 4/19/2010) Instructions for Permissible Waivers Section 50101(b)(1) Waiver: The bidder may not request a waiver based upon the best interests of the public. The FAA Office of Airports publishes such waivers at: http://www.faa.gov/airports/aip/procurement/federal_contract_provisions/media/buy_americanwaiver.xls Section 50101(b)(2) Waiver: The bidder may not request a waiver based upon insufficient supply of U.S. manufactured. The FAA Office of Airports publishes such waivers at: http://www.faa.gov/airports/aip/procurement/federal_contract_provisions/media/buy_americanwaiver.xls Section 50101(b)(3) Waiver: The bidder may request a waiver if 60% or more of the components are produced in the United States and final assembly occurs in the U.S. Bidder is hereby advised that the Owner's approval with the bidder's waiver request is contingent upon FAA approval. 1. "Equipment" in Section 50101 shall mean the following: a) Individual type "L" items (Airfield Lighting Equipment) as listed in FAA Advisory Circular 150/5345-53. b) Individual bid items as established within FAA Advisory Circular 150/5370-10. The bid item application may not be applied for the type "L" items listed in AC 150/5345-53. c) A waiver request may only address one specific equipment item. Submit separate requests for each equipment item for which a waiver. d) Items listed under the Nationwide Waiver do not require further review. Please refer to the following webpage: http://www.faa.gov/airports/aip/procurement/federal_contract_provisions/media/buy_american_waiver.xls 2. The bidder must base the U.S. percentage upon the value that results from completing a component cost calculation table similar to the attached format. Bidder shall avoid mere pro forma efforts to establish the waiver request percentage. The Bidder must submit the component cost calculation table as an attachment to the waiver request. 3. Components/subcomponents are the material and products composing the "equipment". 4. The fmal assembly of the AIP-funded "equipment" must be within the USA (Section 50101(b)(3)(B)). Final assembly is the substantial transformation of the components and subcomponents into the end product. 5. All steel used in the "Equipment" must be produced in the United States. 6. The Buy American requirements apply to all tier contractors and subcontractors. All contractors/subcontractors are required to provide appropriate documentation that indicates origin of manufacturer and percentage of domestic made product. 7. The bidder is hereby advised there is no implied or expressed guarantee that a requested waiver will be issued by the Federal Aviation Administration (FAA). Less than 60% USA component/subcomponent proposed for this facility CANNOT be waived. Products made with foreign steel are not eligible for a waiver. 8. North America Free Trade Act (NAFTA): Free Trade Agreements such as NAFTA do not apply to the AIP. Products and material made in Canada or Mexico must be considered as foreign made products. 9. Preparation of a Component Cost Calculation Table is not necessary for equipment listed on the FAA national listing: http://www.faa.gov/airports/aip/procurement/federal_contract_provisions/media/buy_american waiver.xls. Bidder however shall submit a listing of any equipment it proposes to install on the project that is included on the National Buy American conformance list. Instructions for Section 50101(b)(4) Waiver: 1. The bidder may request a waiver if application of Buy America preferences results in a 25% cost increase in the overall project. This waiver is rarely applicable. Consult the Owner before making this request. FAA AIP 3-19-0094-054 (CARES DEV) Proposal Form P-18 Improve Terminal Building - HVAC Waterloo Regional Airport - 60675091 Buy America Waiver Request Title 49 U.S.C. Section 50101 (b)(3) For Airfield Development Projects funded under the Airport Improvement Program COMPONENT COST CALCULATION TABLE (Type 3 Waiver) • In lieu of completing this table, bidder may prepare a spreadsheet that addresses the same information and calculations as presented herein. • Preparation of a Component Cost Calculation Table is not necessary for equipment listed on the FAA national listing: http://www.faa.gov/airports/aip/procurement/federal contractjrovisions/media/buy american waiver.xls. • The component breakout shall be along major components of the equipment. Submit separate calculation for each different equipment types. Do not combine the component cost calculations of different types of equipment. • For Airfield development projects, equipment is defined as the "L" items (Airfield Lighting Equipment) as listed in FAA Advisory Circular 150/5345-53 and the b) individual bid items as established within FAA Advisory Circular 150/5370-10. The individual bid item method may not be applied to the `L" type items. • An authorized person shall attest under signature and date that the submitted information is accurate and complete. Equipment Type: Component/Subcomponents Name of Manufacturer Country of Origin Cost of Foreign Manufactured Components/Subcomponents Cost of USA Manufactured Components/Subcomponents Sum of US Manufactured Component/Subcomponent Costs: Sum of all Equipment Components and Subcomponents: Percentage of Equipment Components Manufactured in the United States: Place of Final Assembly: Certification Signature Bidder hereby requests a waiver to Buy America preferences based upon Section 50101(b)(3) for the equipment identified above. The bidder certifies that of the cost of components and subcomponents comprising the equipment are produced in the United States and that final assembly occurs within the United States. I hereby certify the above information is accurate and complete. Bidder's Firm Name Date Signature FAA AIP 3-19-0094-054 (CARES DEV) AECOM Project #60675091 P-19 Improve terminal Building - HVAC Waterloo Regional Airport - 60675091 Buy America Conformance Listing Title 49 U.S.C. Section 50101 (b) For Airfield Development Projects funded under the Airport Improvement Program • Preparation of a Component Cost Calculation Table is not necessary for equipment listed on the FAA national listing: http://www.faa.gov/airports/aip/procurement/federal contract provisions/media/buy american waiver.xls • Bidder shall submit a listing of equipment it proposes to install on the project that is included on the current National Buy American conformance list. Equipment Type Name of Manufacturer Product Number Certification Signature: Bidder hereby certifies that the above listed equipment, which we propose for installation on the subject project, are on the current National Buy America Conformance list as established at: http://www.faa.gov/airports/aip/procurement/federal contractjrovisions/media/buy american waiver.xls I hereby certify the above information is accurate and complete. Bidder's Firm Name Date Signature FAA AIP 3-19-0094-054 (CARES DEV) P-20 Improve Terminal Building - HVAC AECOM Project #60675091 Waterloo Regional Airport - 60675091 CONTRACT FOR IMPROVE TERMINAL BUILDING (Upgrade HVAC System Controls) FAA AIP 3-19-0094-054 (CARES DEV) AT THE WATERLOO REGIONAL AIRPORT WATERLOO, IOWA THIS AGREEMENT, made and entered into this day of , 20_, by and between the Waterloo Regional Airport for the City of Waterloo, Black Hawk County, Iowa, hereinafter referred to as the "Owner" and (a corporation organized and existing under the laws of the State of ), (a partnership consisting of ) (an individual trading as ) of , in the State of , hereinafter referred to as the "Contractor." WITNESSETH: That the Contractor for and in consideration of ($ ), based on the unit bid prices payable as set forth in the Specifications constituting a part of this Contract, hereby agrees to construct in accordance with the Plans, Specifications and Special Provisions therefore, and in the location designated on the Plans, the various items of work awarded said Contractor on the day of , 20_, as follows, being numbered as shown in schedule of prices bid in the attached Proposal which is a part of this Contract. Said Specifications and Plans are hereby made a part of and the basis of this Agreement and a true copy of said Plans and Specifications is now with the Waterloo Regional Airport in the office of the Director of Aviation, Waterloo, Iowa, under date of , 20 . 1. That in consideration of the foregoing, the Owner hereby agrees to pay the Contractor promptly and according to the requirements of the Specifications, the amounts set forth, subject to the conditions as set forth in the Specifications. 2. That it is understood that the parties named herein are the only persons interested in this Contract and principals. 3. That the Contractor has examined the site of the proposed work, Plans, Specifications, Special Provisions and Contract Documents in order that he might become familiar with the character, quality, and quantity of the work to be performed, the materials to be furnished and the requirements of the Specifications, Special Provisions and Contract Documents. 4. It is hereby further agreed that any reference herein to the "Contract" shall include all "Contract Documents" for the Waterloo Regional Airport, FAA Project Nos. 3-19-0094-054 Improve Terminal Building (Upgrade HVAC System Controls) and said "Contract Documents" are hereby made a part of this agreement as fully as if set out at length herein, and that this contract is limited to the items in the proposal as signed by the "Contractor" and included in the "Contract Documents." 5. That in the event any surety upon any bond furnished in connection with this Contract becomes unacceptable to the Owner, or if any such surety shall fail to furnish reports as to his financial condition from time to time as requested by the Owner, the Contractor agrees to furnish promptly such additional security as may be required from time to time to protect the interests of the Owner or of persons supplying labor or materials in the prosecution of the work contemplated by the Contract. 6. That the Contractor shall not commence any work to be performed under this Contract until he has obtained from responsible insurance companies, all insurance required, as set forth in the General Provisions and that the Contractor shall maintain this insurance in full force and effect until the work to be performed under this Contract has been accepted by the Owner. 7. That the Contractor shall not start working on any alterations requiring a supplemental agreement until the agreement setting forth the adjusted price shall be executed by the Owner and the Contractor. FAA AIP #3-19-0094-054 (CARES DEV) C-1 Improve Terminal Building - HVAC Contract Waterloo Regional Airport - 60675091 8. That the Contractor, at all times, shall observe and comply with all federal, state, territory or possession and local laws, codes, ordinances and regulations in any manner affecting the conduct of the work, and the Contractor and his surety shall indemnify and save harmless the Owner and all his officers, Engineer, agents and servants against claims or liability arising from or based on the violation of any such law, ordinance, deregulation, order or decree, whether by himself or his employees. 9. That it is further understood and agreed by the parties to this Contract that the above work shall be commenced within 10 days after "Notice to Proceed" and shall be completed according to the terms of the entire contract within one hundred -eighty (180) calendar days from the date established in the Notice to Proceed. Failure to complete within the allotted time will result in assessment of liquidated damages in the amount of $500.00 per calendar day for each day in excess of the authorized contract time. 10. The Contractor and Owner understand and agree that time is of essence for completion of the Work and that the Owner will suffer additional expense and financial loss if said work is not completed within the authorized Contract Time. Furthermore, the Contractor and Owner recognize and understand the difficulty, delay, and expense in establishing the exact amount of actual financial loss and additional expense. Accordingly, in place of requiring such proof, the Contractor expressly agrees to pay the Owner as liquidated damages the non -penal sum of $500.00 per day for each calendar day required in excess of the authorized Contract Time for the overall contract. Furthermore, the Contractor understands and agrees that: a. the Owner has the right to deduct from any moneys due the Contractor, the amount of said liquidated damages. b. the Owner has the right to recover the amount of said liquidated damages from the Contractor, Surety, or both. 11. The Contractor understands and agrees that all certifications made by the Contractor within the Proposal shall apply under this Agreement as if fully rewritten herein. The Contractor further certifies the following: a. Certification of Eligibility (29 CFR Part 5.5) (1) By Entering into this contract, the Contractor certifies that neither 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); (2) 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); (3) The penalty for making false statements is prescribed in the U.S. Criminal Code 18 U.S.C. b. Certification of Non -Segregated Facilities (41 CFR Part 60-1.8) The federally assisted construction Contractor certifies that it does not maintain or provide, for its employees, any segregated facilities at any of its establishments and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The Bidder certifies that it will not maintain or provide, for its employees, segregated facilities at any of its establishments and that it will not permit its employees to perform their services at any location under its control where segregated facilities are maintained. The Bidder agrees that a breach of this certification is a violation of the Equal Opportunity Clause, which is to be incorporated in the contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms, and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated on the basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The Bidder agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that it will retain such certifications in its files. FAA AIP #3-19-0094-054 (CARES DEV) C-2 Improve Terminal Building - HVAC Contract Waterloo Regional Airport - 60675091 12. It is further understood that any action in court against the Contractor or sureties on his bond because of damage to property or individuals by said Contractor or his workmen, or because of the violation of any provisions of the Specifications, or on account of the failure of said Contractor to fully comply with these provisions, shall be brought in the District Court of the State of Iowa in and for Black Hawk County. 13. Second Party shall maintain all work done hereunder in good order for a period of 12 months from and after the date it is accepted by the Waterloo Regional Airport, City of Waterloo, Iowa, which maintenance shall be without expense to First Party or the abutting property. In the event of the failure or default of Second Party to remedy any or all defects appearing in said work within a period of 12 months from the date of its acceptance by said Board and after having been given ten (10) days' notice so to do by registered letter deposited in the United States Post Office in said City, addressed to said Contractor at the address herein given, then First Party may proceed to remedy such defects and the cost and expenses thereof may be recovered from said Second Party and the sureties on its bond by action brought in any court of competent jurisdiction, but such suit may be brought in the District Court of Black Hawk County, Iowa. IN WITNESS WHEREOF, the parties hereto have set their hands for the purpose herein expressed to this and three other instruments of like tenor, as of the day of , 20_. CITY OF WATERLOO By Mayor ATTEST: Secretary CONTRACTOR By Firm Name Signature Title Business Address Witness Witness FAA AIP #3-19-0094-054 (CARES DEV) C-3 Improve Terminal Building - HVAC Contract Waterloo Regional Airport - 60675091 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That we, , as PRINCIPAL, also referred to as CONTRACTOR, and , as SURETY, are held and firmly bound unto Waterloo Regional Airport, 2790 Livingston Lane, Waterloo, Iowa 50703 as OWNER, in the full sum of ($ ) for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. WHEREAS, the above -bound Principal has entered into a contract with the OWNER dated the day of _ 20, for improvements at the Waterloo Regional Airport, which includes: The FAA 3-19-0094-054 (CARES DEV) Improve Terminal Building (Upgrade HVAC System Controls) project which consists of the replacement of the existing Heating, Air Conditioning and Ventilation (HVAC) control system within the Waterloo Airport (ALO) terminal building. The existing HVAC Direct Digital Controls (DDC) is no longer compatible with current electronic controls. This project upgrades the existing HVAC DDC head -end equipment, replaces non-functioning portions of the HVAC control system, provides freeze protection for the Air Handling Unit's (AHU) hot water coils, and rebalances the system to ensure proper operation and control. This upgraded head -end equipment will be installed on a networked computer that will allow remote monitoring and control of the HVAC system. This work and all other incidentals shall be performed as shown on the Drawings and described in the Specifications. NOW, THEREFORE, the conditions of this obligation are such that if the above -bound PRINCIPAL shall faithfully and fully comply with the terms and conditions of said contract, including, but not limited to, any obligations created by way of warranties and/or guarantees for workmanship and materials which warranty and/or guarantee may extend for a period of time beyond completion of said contract, and such alternations or additions as may be made therein or in the plans and specifications, and shall indemnify and save the OWNER harmless against any claims for using any form of material, process, composition or anything which is patented, and likewise indemnify and save the OWNER harmless against all claims for damages by reason or any default or negligence, want of skill or care on the part of said PRINCIPAL or Agents in and about the performance of said contract, and shall comply with all laws pertaining to said work, and shall comply with and perform any and all warranties and/or guarantees provided for in said contact, then this obligation shall be void; otherwise of full force and effect. PROVIDED, further than upon either the default of the PRINCIPAL, or the failure of the said PRINCIPAL to promptly and efficiently prosecute said Work, in any respect, in accordance with the Contract Documents, the above bound SURETY shall either remedy the default of the PRINCIPAL or shall take charge of said Work and complete the Contract at his own expense, pursuant to its terms, receiving, however, any balance of the funds in the hands of said OWNER due under said contract. It shall be the duty of the SURETY to give an unequivocal notice in writing to the OWNER within ten (10) days after receipt of a declaration of default of the SURETY'S election either to remedy the default or defaults promptly or to perform the contract promptly, time being of the essence. In said notice of election, the SURETY shall indicate the date on which the remedy or performance will commence, and it shall be the duty of the SURETY to give prompt notice in writing to the OWNER immediately upon completion of (a) the remedy and/or correction of each default, (b) the remedy and/or correction of each item of condemned work, (c) the furnishings of each omitted item of work, and (d) the performance of the contract. The SURETY shall not asset solvency of its PRINCIPAL as justification for its failure to promptly remedy the default or defaults or perform the contract. In the event said PRINCIPAL shall fail or delay the prosecution and completion of said Work and said SURETY shall also fail to act promptly as hereinabove provided, then the OWNER shall cause ten (10) days notice of such failure to be given, both to said PRINCIPAL and SURETY, and at the expiration of said ten (10) days, if said PRINCIPAL or SURETY do not proceed promptly to execute said Contract, the OWNER shall have the authority to cause said Work to FAA AIP #3-19-0094-054 (CARES DEV) C-4 Improve Terminal Building - HVAC Contract Waterloo Regional Airport - 60675091 be done and when the same is completed and the cost thereof estimated, the said PRINCIPAL and SURETY shall and hereby agree to pay any excess in the cost of said Work above the agreed price to be paid under said Contract. Upon completion of said Contract pursuant to its terms, if any funds remain due on said Contract, the same shall be paid to said PRINCIPAL and SURETY. The said PRINCIPAL and SURETY further agree as part of this obligation to pay all such damages of any kind to person or property that may result from a failure in any respect to perform and complete said Contract including, but not limited to, all repair and replacement costs necessary to rectify construction error, architectural and engineering costs and fees, all (but not limited to) consultant fees, all testing and laboratory fees, and all legal fees and litigation costs incurred by the OWNER. The decision of the OWNER, upon any disputed question connected with the execution of said Contract, or any failure or delay in the prosecution of the Work by said PRINCIPAL or SURETY, shall be final and conclusive. The SURETY agrees that, other than as is provided in this bond, it may not demand of the OWNER the OWNER shall (a) perform any thing or act, (b) give any notice, (c) furnish any clerical assistance, (d) render any service, (3) furnish any papers or documents, or (f) take any other action of any nature or description which is not required of the OWNER to be done under the contract documents. IN WITNESS WHEREOF, the SURETY and PRINCIPAL have executed this instrument under their several seals this day of , 20 , the name and corporate seal of each corporate party being hereto affixed, and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. FAA AIP #3-19-0094-054 (CARES DEV) C-5 Improve Terminal Building - HVAC Contract Waterloo Regional Airport - 60675091 IN THE PRESENCE OF: Witness Witness PRINCIPAL: By: SURETY: By: NOTE: (a) Where the Performance Bond is executed by an attorney -in -fact, there shall be attached to each copy of the Bond a certified copy of Power of Attorney properly executed and dated. (b) Each copy of the Bond shall be countersigned by an authorized agent of the bonding company licensed to do business in the State of Iowa. The title of the person countersigning the Bond shall appear after his or her signature. (c) The seal of the bonding company shall be attached to each copy of the bond. (d) The Contractor's signature on the bond shall correspond with the signature in the contract. (e) The bond shall be accompanied by a corporate resolution (which may be combined with the corporate resolution granting the signing officer authority to execute contracts) granting the corporate officer who executes the Bond the authority to do so. (fl Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State of Iowa. FAA AIP #3-19-0094-054 (CARES DEV) C-6 Improve Terminal Building - HVAC Contract Waterloo Regional Airport - 60675091 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That we, , as PRINCIPAL, also referred to as CONTRACTOR, and , as SURETY, are held and firmly bound unto Waterloo Regional Airport, 2790 Livingston Lane, Waterloo, Iowa 50703 as OWNER, in the full sum of ($ ), for the use and protection of said OWNER and all subcontractors and all persons supplying labor, materials, machinery and equipment for the performance of the work provided for in the contract hereinafter referred to, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. WHEREAS, the above -bound Principal has entered into a contract with the OWNER dated the day of , 20, for improvements at the Waterloo Regional Airport, which includes: The FAA 3-19-0094-054 (CARES DEV) Improve Terminal Building (Upgrade HVAC System Controls) project, which consist of the replacement of the existing Heating, Air Conditioning and Ventilation (HVAC) control system within the Waterloo Airport (ALO) terminal building. The existing HVAC Direct Digital Controls (DDC) is no longer compatible with current electronic controls. This project upgrades the existing HVAC DDC head -end equipment, replaces non-functioning portions of the HVAC control system, provides freeze protection for the Air Handling Unit's (AHU) hot water coils, and rebalances the system to ensure proper operation and control. This upgraded head -end equipment will be installed on a networked computer that will allow remote monitoring and control of the HVAC system. This work and all other incidentals shall be performed as shown on the Drawings and described in the Specifications. NOW, THEREFORE, the condition of this obligation is such that if the above -bound PRINCIPAL shall promptly make payment to all claimants as hereinafter defined, for all labor and materials supplied in the prosecution of the work provided for in said Contract, then this obligation shall be void; otherwise, it shall remain in full force and effect, subject, however, to the following conditions: 1. The said SURETY to this bond, for value received, hereby stipulates and agrees that no change or changes, extension of time or extensions of time, alteration of alterations or addition or additions to the terms of the contract or to the work to be performed thereunder, or the specifications or drawings accompanying same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change or changes, extension of time or extensions of time, alteration or alterations or addition or additions to the terms of the contract or to the work or to the specifications or drawings. 2. A claimant is defined as any subcontractor and any person supplying labor, materials, machinery, or equipment in the prosecution of the work provided for in said contract. Signed and sealed this day of , 20. FAA AIP #3-19-0094-054 (CARES DEV) C-7 Improve Terminal Building - HVAC Contract Waterloo Regional Airport - 60675091 IN THE PRESENCE OF: Witness Witness PRINCIPAL: By: SURETY: By: NOTE: (a) Where the Payment Bond is executed by an attorney -in -fact, there shall be attached to each copy of the Bond a certified copy of Power of Attorney properly executed and dated. (b) Each copy of the Bond shall be countersigned by an authorized agent of the bonding company licensed to do business in the State of Iowa. The title of the person countersigning the Bond shall appear after his or her signature. (c) The seal of the bonding company shall be attached to each copy of the bond. (d) The Contractor's signature on the bond shall correspond with the signature in the contract. (e) The bond shall be accompanied by a corporate resolution (which may be combined with the corporate resolution granting the signing officer authority to execute contracts) granting the corporate officer who executes the Bond the authority to do so. Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State of Iowa. (f) FAA AIP #3-19-0094-054 (CARES DEV) C-8 Improve Terminal Building - HVAC Contract Waterloo Regional Airport - 60675091 GENERAL PROVISIONS Part 1— General Contract Provisions Section 10 Definition of Terms When 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 defined as follows: Paragraph Number Term Definition 10-01 AASHTO The American Association of State Highway and Transportation Officials. 10-02 Access Road The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public roadway. 10-03 Advertisement A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 10-04 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; airport buildings and facilities located in any of these areas, and a heliport. 10-05 Airport Improvement Program (AIP) A grant-in-aid program, administered by the Federal Aviation Administration (FAA). 10-06 Air Operations Area (AOA) 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. 10-07 Apron Area where aircraft are parked, unloaded or loaded, fueled and/or serviced. 10-08 ASTM International (ASTM) Formerly known as the American Society for Testing and Materials (ASTM). FAA AIP 3-19-0094-054 (CARES DEV) Part I - General Contract Provisions G-1 Improve Terminal Building - HVAC Waterloo Regional Airport - 60675091 Paragraph Number Term Definition 10-09 Award The Owner's notice to the successful bidder of the acceptance of the submitted bid. 10-10 Bidder Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated. 10-11 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. 10-12 Calendar Day Every day shown on the calendar. 10-13 Certificate of Analysis (COA) The COA is the manufacturer's Certificate of Compliance (COC) including all applicable test results required by the specifications. 10-14 Certificate of Compliance (COC) The manufacturer's certification stating that materials or assemblies furnished fully comply with the requirements of the contract. The certificate shall be signed by the manufacturer's authorized representative. 10-15 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 work within the scope of the contract and necessary to complete the project. 10-16 Contract A written agreement between the Owner and the Contractor that establishes the obligations of the parties including but not limited to performance of work, furnishing of labor, equipment and materials and the basis of payment. The awarded contract includes but may not be limited to: Advertisement, Contract form, Proposal, Performance bond, payment bond, General provisions, certifications and representations, Technical Specifications, Plans, Supplemental Provisions, standards incorporated by reference and issued addenda. 10-17 Contract Item (Pay Item) A specific unit of work for which a price is provided in the contract. 10-18 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 FAA AIP 3-19-0094-054 (CARES DEV) Part I - General Contract Provisions G-2 Improve Terminal Building - HVAC Waterloo Regional Airport - 60675091 Paragraph Number Term Definition calendar or working days, the contract shall be completed by that date. 10-19 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. 10-20 Contractors Quality Control (QC) Facilities The Contractor's QC facilities in accordance with the Contractor Quality Control Program (CQCP). 10-21 Contractor Quality Control Program (CQCP) Details the methods and procedures that will be taken to assure that all materials and completed construction required by the contract conform to contract plans, technical specifications and other requirements, whether manufactured by the Contractor, or procured from subcontractors or vendors. 10-22 Control Strip A demonstration by the Contractor that the materials, equipment, and construction processes results in a product meeting the requirements of the specification. 10-23 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. 10-24 Drainage System The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-25 Engineer The individual, partnership, firm, or corporation duly authorized by the Owner to be responsible for engineering, inspection, and/or observation of the contract work and acting directly or through an authorized representative. 10-26 Equipment All machinery, together with the necessary supplies for upkeep and maintenance; and all tools and apparatus necessary for the proper construction and acceptable completion of the work. 10-27 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 Owner's Engineer or Resident Project Representative (RPR) to be necessary to FAA AIP 3-19-0094-054 (CARES DEV) Part I - General Contract Provisions G-3 Improve Terminal Building - HVAC Waterloo Regional Airport - 60675091 Paragraph Number Term Definition complete the work within the intended scope of the contract as previously modified. 10-28 FAA The Federal Aviation Administration. When used to designate a person, FAA shall mean the Administrator or their duly authorized representative. 10-29 Federal Specifications The federal specifications and standards, commercial item descriptions, and supplements, amendments, and indices prepared and issued by the General Services Administration. 10-30 Force Account a. Contract Force Account - A method of payment that addresses extra work performed by the Contractor on a time and material basis. b. Owner Force Account - Work performed for the project by the Owner's employees. 10-31 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 and/or Resident Project Representative (RPR) 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 and/or RPR, 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. 10-32 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. 10-33 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. FAA AIP 3-19-0094-054 (CARES DEV) Part I - General Contract Provisions G-4 Improve Terminal Building - HVAC Waterloo Regional Airport - 60675091 Paragraph Number Term Definition 10-34 Materials Any substance specified for use in the construction of the contract work. 10-35 Modification of Standards (MOS) Any deviation from standard specifications applicable to material and construction methods in accordance with FAA Order 5300.1. 10-36 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. 10-37 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. The Owner for this project is the city of Waterloo, Iowa. 10-38 Passenger Facility Charge (PFC) Per 14 Code of Federal Regulations (CFR) Part 158 and 49 United States Code (USC) § 40117, a PFC is a charge imposed by a public agency on passengers enplaned at a commercial service airport it controls. 10-39 Pavement Structure The combined surface course, base course(s), and subbase course(s), if any, considered as a single unit. 10-40 Payment bond The approved form of security furnished by the Contractor and their own 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. 10-41 Performance bond The approved form of security furnished by the Contractor and their own surety as a guaranty that the Contractor will complete the work in accordance with the terms of the contract. 10-42 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. Plans may also be referred to as 'contract drawings.' 10-43 Project The agreed scope of work for accomplishing specific airport development with respect to a particular airport. FAA AIP 3-19-0094-054 (CARES DEV) Part I - General Contract Provisions G-5 Improve Terminal Building - HVAC Waterloo Regional Airport - 60675091 Paragraph Number Term Definition 10-44 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. 10-45 Proposal guaranty The security furnished with a proposal to guarantee that the bidder will enter into a contract if their own proposal is accepted by the Owner. 10-46 Quality Assurance (QA) Owner's responsibility to assure that construction work completed complies with specifications for payment. 10-47 Quality Control (QC) Contractor's responsibility to control material(s) and construction processes to complete construction in accordance with project specifications. 10-48 Quality Assurance (QA) Inspector An authorized representative of the Engineer and/or Resident Project Representative (RPR) assigned to make all necessary inspections, observations, tests, and/or observation of tests of the work performed or being performed, or of the materials furnished or being furnished by the Contractor. 10-49 Quality Assurance (QA) Laboratory The official quality assurance testing laboratories of the Owner or such other laboratories as may be designated by the Engineer or RPR. May also be referred to as Engineer's, Owner's, or QA Laboratory. 10-50 Resident Project Representative (RPR) The individual, partnership, firm, or corporation duly authorized by the Owner to be responsible for all necessary inspections, observations, tests, and/or observations of tests of the contract work performed or being performed, or of the materials furnished or being furnished by the Contractor, and acting directly or through an authorized representative. 10-51 Runway The area on the airport prepared for the landing and takeoff of aircraft. 10-52 Runway Safety Area (RSA) A defined surface surrounding the runway prepared or suitable for reducing the risk of damage to aircraft. See the construction safety and phasing plan (CSPP) for limits of the RSA. 10-53 Safety Plan Compliance Document (SPCD) Details how the Contractor will comply with the CSPP. FAA AIP 3-19-0094-054 (CARES DEV) Part I - General Contract Provisions G-6 Improve Terminal Building - HVAC Waterloo Regional Airport - 60675091 Paragraph Number Term Definition 10-54 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. 10-55 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. 10-56 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; navigational aids; buildings; vaults; and, other manmade features of the airport that may be encountered in the work and not otherwise classified herein. 10-57 Subgrade The soil that forms the pavement foundation. 10-58 Superintendent The Contractor's executive representative who is present on the work during progress, authorized to receive and fulfill instructions from the RPR, and who shall supervise and direct the construction. 10-59 Supplemental Agreement A written agreement between the Contractor and the Owner that establishes the basis of payment and contract time adjustment, if any, for the work affected by the supplemental agreement. A supplemental agreement is required if: (1) in scope work would increase or decrease the total amount of the awarded contract by more than 25%: (2) in scope work would increase or decrease the total of any major contract item by more than 25%; (3) work that is not within the scope of the originally awarded contract; or (4) adding or deleting of a major contract item. 10-60 Surety The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds that are furnished to the Owner by the Contractor. 10-61 Taxilane A taxiway designed for low speed movement of aircraft between aircraft parking areas and terminal areas. 10-62 Taxiway The portion of the air operations area of an airport that has been designated by competent airport authority for FAA AIP 3-19-0094-054 (CARES DEV) Part I - General Contract Provisions G-7 Improve Terminal Building - HVAC Waterloo Regional Airport - 60675091 Paragraph Number Term Definition movement of aircraft to and from the airport's runways, aircraft parking areas, and terminal areas. 10-63 Taxiway/Taxilane Safety Area (TSA) A defined surface alongside the taxiway prepared or suitable for reducing the risk of damage to an aircraft. See the construction safety and phasing plan (CSPP) for limits of the TSA. 10-64 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. 10-65 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. 10-66 Owner Defined terms None END OF SECTION 10 FAA AIP 3-19-0094-054 (CARES DEV) G-8 Improve Terminal Building - HVAC Part I - General Contract Provisions Waterloo Regional Airport - 60675091 Section 20 Proposal Requirements and Conditions 20-01 Advertisement (Notice to Bidders). Refer to Notice of Public Hearing/Notice to Bidders 20-02 Qualification of bidders. Each bidder shall submit evidence of competency and evidence of financial responsibility to perform the work to the Owner at the time of bid opening. Evidence of competency, unless otherwise specified, shall consist of statements covering the bidder's past experience on similar work, and a list of equipment and a list of key personnel that would be available for the work. Each bidder shall furnish the Owner satisfactory evidence of their financial responsibility. 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 their 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 they are prequalified with the State Highway Division and are on the current "bidder's list" of the state in which the proposed work is located. Evidence of State Highway Division prequalification may be submitted as evidence of financial responsibility in lieu of the certified statements or reports specified above. 20-03 Contents of proposal forms. The Owner's proposal forms state the location and description of the proposed construction; the place, date, and time of opening of the proposals; and the estimated quantities of the various items of work to be performed and materials to be furnished for which unit bid prices are asked. The proposal form states the time in which the work must be completed, and the amount of the proposal guaranty that must accompany the proposal. The Owner will accept only those Proposals properly executed on physical forms or electronic forms provided by the Owner. Bidder actions that may cause the Owner to deem a proposal irregular are given in paragraph 20-09 Irregular proposals. Mobilization is limited to10 percent of the total project cost. The mandatory prebid conference will be held on February 15, 2023, at 3:00 p.m., in the Airport Terminal Building Conference Room. 20-04 Issuance of proposal forms. The Owner reserves the right to refuse to issue a proposal form to a prospective bidder if the bidder is 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. FAA AIP 3-19-0094-054 (CARES DEV) G-9 Improve Terminal Building - HVAC Part I - General Contract Provisions Waterloo Regional Airport - 60675091 c. Documented record of Contractor default under previous contracts with the Owner. d. Documented record of unsatisfactory work on previous contracts with the Owner. 20-05 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 provided in the Section 40, paragraph 40-02, Alteration of Work and Quantities, without in any way invalidating the unit bid prices. 20-06 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 to the character, quality, and quantities of work to be performed, materials to be furnished, and 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 to the conditions to be encountered in performing the work and the requirements of the proposed contract, plans, and specifications. Boring logs and other records of subsurface investigations and tests are available for inspection of bidders. It is understood and agreed that such subsurface information, whether included in the plans, specifications, or otherwise made available to the bidder, was obtained and is intended for the Owner's design and estimating purposes only. Such information has been made available for the convenience of all bidders. It is further understood and agreed that each bidder is solely responsible for all assumptions, deductions, or conclusions which the bidder may make or obtain from their own examination of the boring logs and other records of subsurface investigations and tests that are furnished by the Owner. 20-07 Preparation of proposal. The bidder shall submit their proposal on the forms furnished by the Owner. All blank spaces in the proposal forms, unless explicitly stated otherwise, 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 which they propose 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 correctly sign the proposal in ink. If the proposal is made by an individual, their 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 where 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 their authority to do so and that the signature is binding upon the firm or corporation. 20-08 Responsive and responsible bidder. A responsive bid conforms to all significant terms and conditions contained in the Owner's invitation for bid. It is the Owner'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. FAA AIP 3-19-0094-054 (CARES DEV) G-10 Improve Terminal Building - HVAC Part I - General Contract Provisions Waterloo Regional Airport - 60675091 A responsible bidder has the ability to perform successfully under the terms and conditions of a proposed procurement, as defined in 2 CFR § 200.318(h). This includes such matters as Contractor integrity, compliance with public policy, record of past performance, and financial and technical resources. 20-09 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. 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. f. If the applicable Disadvantaged Business Enterprise information is incomplete. 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 bid bond, certified check, or other specified acceptable collateral, in the amount specified in the proposal form. Such bond, 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 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. FAA AIP 3-19-0094-054 (CARES DEV) G-11 Improve Terminal Building - HVAC Part I - General Contract Provisions Waterloo Regional Airport - 60675091 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 paragraph 20-04, Issuance of Proposal Forms, of this section. 20-15 Discrepancies and Omissions. A Bidder who discovers discrepancies or omissions with the project bid documents shall immediately notify the Owner's Engineer of the matter. A bidder that has doubt as to the true meaning of a project requirement may submit to the Owner's Engineer a written request for interpretation no later than 3 days prior to bid opening. Any interpretation of the project bid documents by the Owner's Engineer will be by written addendum issued by the Owner. The Owner will not consider any instructions, clarifications or interpretations of the bidding documents in any manner other than written addendum. END OF SECTION 20 FAA AIP 3-19-0094-054 (CARES DEV) G-12 Improve Terminal Building - HVAC Part I - General Contract Provisions Waterloo Regional Airport - 60675091 Section 30 Award and Execution of Contract 30-01 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 bid 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 Section 20, paragraph 20-09, Irregular Proposals. b. If the bidder is disqualified for any of the reasons specified Section 20, paragraph 20-14, Disqualification of Bidders. 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. 30-02 Award of contract. The award of a contract, if it is to be awarded, shall be made within ninety (90) calendar days of the date specified for publicly opening proposals, unless otherwise specified herein. If the Owner elects to proceed with an award of contract, the Owner will make award to the responsible bidder whose bid, conforming with all the material terms and conditions of the bid documents, is the lowest in price. 30-03 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 paragraph 30-07 Approval of Contract. 30-04 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 paragraph 30-01, Consideration of Proposals. 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 paragraph 30-05, Requirements of Contract Bonds. 30-05 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. 30-06 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 paragraph 30-05, Requirements of Contract Bonds, of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder. FAA AIP 3-19-0094-054 (CARES DEV) G-13 Improve Terminal Building - HVAC Part I - General Contract Provisions Waterloo Regional Airport - 60675091 30-07 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. 30-08 Failure to execute contract. Failure of the successful bidder to execute the contract and furnish an acceptable surety bond or bonds within the period specified in paragraph 30-06, 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 liquidated damages to the Owner. END OF SECTION 30 FAA AIP 3-19-0094-054 (CARES DEV) G-14 Improve Terminal Building - HVAC Part I - General Contract Provisions Waterloo Regional Airport - 60675091 Section 40 Scope of Work 40-01 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. 40-02 Alteration of work and quantities. The Owner reserves the right to make such changes in quantities and work as may be necessary or desirable to complete, in a satisfactory manner, the original intended work. Unless otherwise specified in the Contract, the Owner's Engineer or RPR shall be and is hereby authorized to make, in writing, such in -scope alterations in the work and variation of quantities as may be necessary to complete the work, provided such action does not represent a significant change in the character of the work. For purpose of this section, a significant change in character of work means: any change that is outside the current contract scope of work; any change (increase or decrease) in the total contract cost by more than 25%; or any change in the total cost of a major contract item by more than 25%. Work alterations and quantity variances that do not meet the definition of significant change in character of work shall not invalidate the contract nor release the surety. Contractor agrees to accept payment for such work alterations and quantity variances in accordance with Section 90, paragraph 90-03, Compensation for Altered Quantities. Should the value of altered work or quantity variance meet the criteria for significant change in character of work, such altered work and quantity variance shall be covered by a supplemental agreement. Supplemental agreements shall also require consent of the Contractor's surety and separate performance and payment bonds. 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. 40-03 Omitted items. The Owner, the Owner's Engineer or the RPR may provide written notice to the Contractor to omit from the work any contract item that does not meet the definition of major contract item. 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 Section 90, paragraph 90-04, Payment for Omitted Items. 40-04 Extra work. Should acceptable completion of the contract require the Contractor to perform an item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, Owner may issue a Change Order to cover the necessary extra work. Change orders for 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 RPR's opinion, is necessary for completion of the extra work. When determined by the RPR to be in the Owner's best interest, the RPR may order the Contractor to proceed with extra work as provided in Section 90, paragraph 90-05, Payment for Extra Work. Extra work that is necessary for acceptable completion of the project, but is not within the general scope of the work FAA AIP 3-19-0094-054 (CARES DEV) G-15 Improve Terminal Building - HVAC Part I - General Contract Provisions Waterloo Regional Airport - 60675091 covered by the original contract shall be covered by a supplemental agreement as defined in Section 10, paragraph 10-59, Supplemental Agreement. If extra work is essential to maintaining the project critical path, RPR may order the Contractor to commence the extra work under a Time and Material contract method. Once sufficient detail is available to establish the level of effort necessary for the extra work, the Owner shall initiate a change order or supplemental agreement to cover the extra work. 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. 40-05 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. The Contractor shall maintain traffic in the manner detailed in the Construction Safety and Phasing Plan (CSPP). 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 their own operations and the operations of all subcontractors as specified in Section 80, paragraph 80-04, Limitation of Operations. 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 Section 70, paragraph 70-15, Contractor's Responsibility for Utility Service and Facilities of Others. b. With respect to their 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 in accordance with the construction safety and phasing plan (CSPP) and the safety plan compliance document (SPCD). c. When the contract requires the maintenance of 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 the road, street, or highway open to all traffic and shall provide maintenance as may be required to accommodate traffic. The Contractor, at their expense, shall be responsible for the repair to equal or better than preconstruction conditions 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. Unless otherwise specified herein, the Contractor will not be required to furnish snow removal for such existing road, street, or highway. 40-06 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 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 Resident Project Representative (RPR) shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the RPR in accordance with the provisions of the contract. Except as provided in Section 40, paragraph 40-07, Rights in and Use of Materials Found in the Work, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or FAA AIP 3-19-0094-054 (CARES DEV) G-16 Improve Terminal Building - HVAC Part I - General Contract Provisions Waterloo Regional Airport - 60675091 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. 40-07 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 embankment, the Contractor may at their own option either: a. Use such material in another contract item, providing such use is approved by the RPR 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 RPR; 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 RPR's approval in advance of such use. Should the RPR 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 their 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 RPR 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 their own 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. 40-08 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 the property Owner. END OF SECTION 40 FAA AIP 3-19-0094-054 (CARES DEV) G-17 Improve Terminal Building - HVAC Part I - General Contract Provisions Waterloo Regional Airport - 60675091 PAGE LEFT BLANK INTENTIONALLY FAA AIP 3-19-0094-054 (CARES DEV) G-18 Improve Terminal Building - HVAC Part I - General Contract Provisions Waterloo Regional Airport - 60675091 Section 50 Control of Work 50-01 Authority of the Resident Project Representative (RPR). The RPR has final authority regarding the interpretation of project specification requirements. The RPR shall determine acceptability of the quality of materials furnished, method of performance of work performed, and the manner and rate of performance of the work. The RPR does not have the authority to accept work that does not conform to specification requirements. 50-02 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 RPR 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 their opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the Owner, the RPR will advise the Owner of their determination that the affected work be accepted and remain in place. The RPR 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. Changes in the contract price must be covered by contract change order or supplemental agreement as applicable. If the RPR 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 RPR's written orders. 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 RPR'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 RPR's opinion, such compliance is essential to provide an acceptable finished portion of the work. The term "reasonably close conformity" is also intended to provide the RPR with the authority, after consultation with the Sponsor and FAA, to use sound engineering judgment in their determinations to accept work that is not in strict conformity, but will provide a finished product equal to or better than that required by the requirements of the contract, plans and specifications. The RPR will not be responsible for the Contractor's means, methods, techniques, sequences, or procedures of construction or the safety precautions incident thereto. 50-03 Coordination of contract, plans, and specifications. The contract, plans, specifications, and all referenced standards cited are essential parts of the contract requirements. If electronic files are provided and used on the project and there is a conflict between the electronic files and hard copy plans, the hard copy plans shall govern. 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 FAA AIP 3-19-0094-054 (CARES DEV) G-19 Improve Terminal Building - HVAC Part I - General Contract Provisions Waterloo Regional Airport - 60675091 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 RPR for an interpretation and decision, and such decision shall be final. The Contractor shall not take advantage of any apparent error or omission on the plans or specifications. In the event the Contractor discovers any apparent error or discrepancy, Contractor shall immediately notify the Owner or the designated representative in writing requesting their written interpretation and decision. 50-04 List of Special Provisions. Part 1— Local Contract Provisions Part 2 — Federal Contract Provisions for Construction and Equipment Projects Construction Safety and Phasing Plan (CSPP) 50-05 Cooperation of Contractor. The Contractor shall be supplied with five hard copies or an electronic PDF of the plans and specifications. The Contractor shall have available on the construction site at all times one hardcopy each of the plans and specifications. Additional hard copies of plans and specifications may be obtained by the Contractor for the cost of reproduction. The Contractor shall give constant attention to the work to facilitate the progress thereof, and shall cooperate with the RPR and their 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 their 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 RPR or their authorized representative. 50-06 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 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 their own contract and shall protect and hold 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. The Contractor shall arrange their work and shall place and dispose of the materials being used to not interfere with the operations of the other Contractors within the limits of the same project. The Contractor shall join their work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others. 50-07 Construction layout and stakes. The Engineer/RPR shall establish necessary horizontal and vertical control. The establishment of Survey Control and/or reestablishment of survey control shall be by a State Licensed Land Surveyor. Contractor is responsible for preserving integrity of horizontal and vertical controls established by Engineer/RPR. In case of negligence on the part of the Contractor or their employees, resulting in the destruction of any horizontal and vertical control, the resulting costs will be deducted as a liquidated damage against the Contractor. FAA AIP 3-19-0094-054 (CARES DEV) G-20 Improve Terminal Building - HVAC Part I - General Contract Provisions Waterloo Regional Airport - 60675091 Prior to the start of construction, the Contractor will check all control points for horizontal and vertical accuracy and certify in writing to the RPR that the Contractor concurs with survey control established for the project. All lines, grades and measurements from control points necessary for the proper execution and control of the work on this project will be provided to the RPR. The Contractor is responsible to establish all layout required for the construction of the project. Copies of survey notes will be provided to the RPR for each area of construction and for each placement of material as specified to allow the RPR to make periodic checks for conformance with plan grades, alignments and grade tolerances required by the applicable material specifications. Surveys will be provided to the RPR prior to commencing work items that cover or disturb the survey staking. Survey(s) and notes shall be provided in the following format(s): Acrobat PDF.) Laser, GPS, String line, or other automatic control shall be checked with temporary control as necessary. 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. 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 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: FAA AIP 3-19-0094-054 (CARES DEV) G-21 Improve Terminal Building - HVAC Part I - General Contract Provisions Waterloo Regional Airport - 60675091 (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 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 (120m) 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 suspected of having been disturbed shall be checked and/or reset as directed by the Engineer without additional cost to the Owner.50-08 Authority and duties of Quality Assurance (QA) inspectors. QA inspectors shall be authorized to inspect all work done and all material furnished. Such QA inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. QA inspectors are not authorized to revoke, alter, or waive any provision of the contract. QA inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor. QA Inspectors are authorized to notify the Contractor or their 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 RPR for a decision. 50-09 Inspection of the work. All materials and each part or detail of the work shall be subject to inspection. The RPR 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 RPR 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. Provide advance written notice to the RPR of work the Contractor plans to perform each week and each day. Any work done or materials used without written notice and allowing opportunity for inspection by the RPR may be ordered removed and replaced at the Contractor's expense. 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 FAA AIP 3-19-0094-054 (CARES DEV) G-22 Improve Terminal Building - HVAC Part I - General Contract Provisions Waterloo Regional Airport - 60675091 determined acceptable by the RPR as provided in paragraph 50-02, Conformity with Plans and Specifications. 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 Section 70, paragraph 70-14, Contractor's Responsibility for Work. No removal work made under provision of this paragraph shall be done without lines and grades having been established by the RPR. Work done contrary to the instructions of the RPR, work done beyond the lines shown on the plans or as established by the RPR, 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 RPR made under the provisions of this subsection, the RPR will have authority to cause unacceptable work to be remedied or removed and replaced; and unauthorized work to be removed and recover the resulting costs as a liquidated damage against 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, at their own expense, shall be responsible for the repair to equal or better than preconstruction conditions of any damage caused by the Contractor's equipment and personnel. 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. 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 paragraph 50-12, Maintenance during Construction, the RPR 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 RPR'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 recovered as a liquidated damage against 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 RPR to make final inspection of that unit. If the RPR finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, the RPR may accept it as FAA AIP 3-19-0094-054 (CARES DEV) G-23 Improve Terminal Building - HVAC Part I - General Contract Provisions Waterloo Regional Airport - 60675091 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 RPR 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 RPR 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 RPR will notify the Contractor and the Contractor shall correct the unsatisfactory work. 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 RPR 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 RPR in writing of their 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 RPR 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 RPR 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 is based has been completed, the Contractor shall, within 10 calendar days, submit a written claim to the RPR 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. 50-17 Value Engineering Cost Proposal. The provisions of this paragraph 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 RPR, 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 value engineering cost 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 value engineering cost 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: FAA AIP 3-19-0094-054 (CARES DEV) G-24 Improve Terminal Building - HVAC Part I - General Contract Provisions Waterloo Regional Airport - 60675091 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 value engineering cost proposal not accepted by the RPR, within the period specified in the proposal. The provisions of this subsection shall not be construed to require the RPR to consider any value engineering cost 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 value engineering cost proposal has been issued. If a change order has not been issued by the date upon which the Contractor's value engineering cost proposal specifies that a decision should be made, or such other date as the Contractor may subsequently have requested in writing, such value engineering cost proposal shall be deemed rejected. The RPR shall be the sole judge of the acceptability of a value engineering cost 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 RPR may disregard the contract bid prices if, in the RPR'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 value engineering cost 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 value engineering cost proposal from amounts payable to the Contractor under the contract. If the Contractor's value engineering cost 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 paragraph. Such change order shall incorporate the changes in the plans and specifications which are necessary to permit the value engineering cost proposal or such part of it as has been accepted and shall include any conditions upon which the RPR's approval is based. The change order shall also set forth the estimated net savings FAA AIP 3-19-0094-054 (CARES DEV) G-25 Improve Terminal Building - HVAC Part I - General Contract Provisions Waterloo Regional Airport - 60675091 attributable to the value engineering cost 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 value engineering cost proposal and the performance of the work. Acceptance of the value engineering cost proposal and performance of the work shall not extend the time of completion of the contract unless specifically provided for in the contract change order. ] END OF SECTION 50 FAA AIP 3-19-0094-054 (CARES DEV) G-26 Improve Terminal Building - HVAC Part I - General Contract Provisions Waterloo Regional Airport - 60675091 Section 60 Control of Materials 60-01 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 documentation to the RPR as to the origin, composition, and manufacture of all materials to be used in the work. Documentation shall be furnished promptly after execution of the contract but, in all cases, prior to delivery of such materials. At the RPR's option, materials may be approved at the source of supply before delivery. 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 meets the requirements of the specifications; and is listed in AC 150/5345-53, Airport Lighting Equipment Certification Program and Addendum, that is in effect on the date of advertisement. 60-02 Samples, tests, and cited specifications. All materials used in the work shall be inspected, tested, and approved by the RPR before incorporation in the work unless otherwise designated. Any work in which untested materials are used without approval or written permission of the RPR 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 RPR, shall be removed at the Contractor's expense. Unless otherwise designated, quality assurance tests will be made by and at the expense of the Owner 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. 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. Unless otherwise designated, samples for quality assurance will be taken by a qualified representative of the RPR. 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 RPR. A copy of all Contractor QC test data shall be provided to the RPR 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 RPR showing all test data reports, plus an analysis of all results showing ranges, averages, and corrective action taken on all failing tests. The Contractor shall employ a Quality Control (QC) testing organization to perform all Contractor required QC tests in accordance with Item C-100 Contractor Quality Control Program (CQCP). 60-03 Certification of compliance/analysis (COC/COA). The RPR may permit the use, prior to sampling and testing, of certain materials or assemblies when accompanied by manufacturer's COC 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 FAA AIP 3-19-0094-054 (CARES DEV) G-27 Improve Terminal Building - HVAC Part I - General Contract Provisions Waterloo Regional Airport - 60675091 work must be accompanied by a certificate of compliance in which the lot is clearly identified. The COA is the manufacturer's COC and includes all applicable test results. 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 RPR. When a material or assembly is specified by "brand name or equal" and the Contractor elects to furnish the specified "or equal," 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. The RPR shall be the sole judge as to whether the proposed "or equal" is suitable for use in the work. The RPR reserves the right to refuse permission for use of materials or assemblies on the basis of certificates of compliance. 60-04 Plant inspection. The RPR or their 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 RPR conduct plant inspections, the following conditions shall exist: a. The RPR shall have the cooperation and assistance of the Contractor and the producer with whom the Contractor has contracted for materials. b. The RPR 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 RPR, the Contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Place office or working space in a convenient location 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 RPR shall have the right to reject only material which, when retested, does not meet the requirements of the contract, plans, or specifications. 60-05 Engineer/ Resident Project Representative (RPR) field office. An Engineer/RPR field office is not required. 60-06 Storage of materials. Materials shall be stored 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 RPR. 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 and/or CSPP, the storage of materials and the location of the Contractor's plant and parked equipment or vehicles shall be as directed by the RPR. 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 RPR a copy of the property Owner's permission. FAA AIP 3-19-0094-054 (CARES DEV) G-28 Improve Terminal Building - HVAC Part I - General Contract Provisions Waterloo Regional Airport - 60675091 All storage sites on private or airport property shall be restored to their original condition by the Contractor at their expense, except as otherwise agreed to (in writing) by the Owner or lessee of the property. 60-07 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 shall remove any rejected material or assembly from the site of the work, unless otherwise instructed by the RPR. 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 RPR has approved its use in the work. 60-08 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 FAA AIP 3-19-0094-054 (CARES DEV) G-29 Improve Terminal Building - HVAC Part I - General Contract Provisions Waterloo Regional Airport - 60675091 PAGE LEFT BLANK INTENTIONALLY FAA AIP 3-19-0094-054 (CARES DEV) G-30 Improve Terminal Building - HVAC Part I - General Contract Provisions Waterloo Regional Airport - 60675091 Section 70 Legal Regulations and Responsibility to Public 70-01 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 their 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. 70-02 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. 70-03 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. 70-04 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) must be shown on the plans and is indicated as follows: None Within Project Area. 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 RPR. 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 RPR, the Contractor shall make 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. 70-05 Federal Participation. The United States Government has agreed to reimburse the Owner for some portion of the contract costs. The contract work is subject to the inspection and approval of duly authorized representatives of the FAA Administrator. No requirement of this contract shall be construed as making the United States a party to the contract nor will any such requirement interfere, in any way, with the rights of either party to the contract. FAA AIP 3-19-0094-054 (CARES DEV) G-31 Improve Terminal Building - HVAC Part I - General Contract Provisions Waterloo Regional Airport - 60675091 70-06 Sanitary, health, and safety provisions. The Contractor's worksite and facilities shall comply with applicable federal, state, and local requirements for health, safety and sanitary provisions. 70-07 Public convenience and safety. The Contractor shall control their operations and those of their 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 their own operations and those of their own subcontractors and all suppliers in accordance with Section 40, paragraph 40-05, Maintenance of Traffic, and shall limit such operations for the convenience and safety of the traveling public as specified in Section 80, paragraph 80-04, Limitation of Operations. The Contractor shall remove or control debris and rubbish resulting from its work operations at frequent intervals, and upon the order of the RPR. If the RPR determines the existence of Contractor debris in the work site represents a hazard to airport operations and the Contractor is unable to respond in a prompt and reasonable manner, the RPR reserves the right to assign the task of debris removal to a third party and recover the resulting costs as a liquidated damage against the Contractor. 70-08 Construction Safety and Phasing Plan (CSPP). The Contractor shall complete the work in accordance with the approved Construction Safety and Phasing Plan (CSPP) developed in accordance with AC 150/5370-2, Operational Safety on Airports During Construction. The CSPP is included in Appendix C of the project plans. 70-09 Use of explosives. The use of explosives is not permitted on this project. 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/RPR has witnessed or otherwise referenced their location and shall not move them until directed. 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 their 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. 70-11 Responsibility for damage claims. The Contractor shall indemnify and hold harmless the Engineer/RPR and the Owner and their officers, agents, 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 their own 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, their own 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 FAA AIP 3-19-0094-054 (CARES DEV) G-32 Improve Terminal Building - HVAC Part I - General Contract Provisions Waterloo Regional Airport - 60675091 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. If it is 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 must be specified below and indicated on the approved Construction Safety and Phasing Plan (CSPP) and the project plans. When so specified, the Contractor shall complete such portions of the work on or before the date specified or as otherwise specified. Upon completion of any portion of work listed above, such portion shall be accepted by the Owner in accordance with Section 50, paragraph 50-14, Partial Acceptance. No portion of the work may be opened by the Contractor until directed by the Owner in writing. Should it become necessary to open a portion of the work to traffic on a temporary or intermittent basis, such openings shall be made when, in the opinion of the RPR, 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 their expense. The Contractor shall make their 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. The Contractor must conform to safety standards contained AC 150/5370-2 and the approved CSPP. Contractor shall refer to the plans, specifications, and the approved CSPP to identify barricade requirements, temporary and/or permanent markings, airfield lighting, guidance signs and other safety requirements prior to opening up sections of work to traffic. 70-14 Contractor's responsibility for work. Until the RPR's final written acceptance of the entire completed work, excepting only those portions of the work accepted in accordance with Section 50, paragraph 50-14, Partial Acceptance, 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 their own 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 paragraph 70-04, Restoration of Surfaces Disturbed by Others, the Contractor shall cooperate with the owner of any FAA AIP 3-19-0094-054 (CARES DEV) G-33 Improve Terminal Building - HVAC Part I - General Contract Provisions Waterloo Regional Airport - 60675091 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. 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/or in the contract documents. 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 their plan of operations. Such notification shall be in writing addressed to "The Person to Contact" as provided in this paragraph and paragraph 70-04, Restoration of Surfaces Disturbed By Others. A copy of each notification shall be given to the RPR. 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 RPR. 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 RPR 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 RPR 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 their own surety. 70-15.1 FAA facilities and cable runs. The Contractor is hereby advised that the construction limits of the project 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: FAA AIP 3-19-0094-054 (CARES DEV) G-34 Improve Terminal Building - HVAC Part I - General Contract Provisions Waterloo Regional Airport - 60675091 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 airport directora 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, RPR, their 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 their surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill their 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. 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. FAA AIP 3-19-0094-054 (CARES DEV) G-35 Improve Terminal Building - HVAC Part I - General Contract Provisions Waterloo Regional Airport - 60675091 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, asphalts, 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 Depaitiuent of Interior. Should the Contractor encounter, during their 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 RPR. The RPR 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 Section 40, paragraph 40-04, Extra Work, and Section 90, paragraph 90-05, Payment for Extra Work. If appropriate, the contract change order or supplemental agreement shall include an extension of contract time in accordance with Section 80, paragraph 80-07, Determination and Extension of Contract Time. 70-21 Insurance Requirements. Refer to Special Provisions for insurance requirements. END OF SECTION 70 FAA AIP 3-19-0094-054 (CARES DEV) G-36 Improve Terminal Building - HVAC Part I - General Contract Provisions Waterloo Regional Airport - 60675091 Section 80 Execution and Progress 80-01 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 Resident Project Representative (RPR). The Contractor shall perform, with his organization, an amount of work equal to at least 10 percent of the total contract cost. Should the Contractor elect to assign their 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. The Contractor shall provide copies of all subcontracts to the RPR 14 days prior to being utilized on the project. As a minimum, the information shall include the following: • Subcontractor's legal company name. • Subcontractor's legal company address, including County name. • Principal contact person's name, telephone and fax number. • Complete narrative description, and dollar value of the work to be performed by the subcontractor. • Copies of required insurance certificates in accordance with the specifications. • Minority/ non -minority status. 80-02 Notice to proceed (NTP). The Owners notice to proceed will state the date on which contract time commences. The Contractor is expected to commence project operations within [10 days of the NTP date. The Contractor shall notify the RPR at least 24 hours in advance of the time contract operations begins. The Contractor shall not commence any actual operations prior to the date on which the notice to proceed is issued by the Owner. 80-03 Execution and progress. Unless otherwise specified, the Contractor shall submit their coordinated construction schedule showing all work activities for the RPR's review and acceptance at least 10 days prior to the start of work. The Contractor's progress schedule, once accepted by the RPR, will represent the Contractor's baseline plan to accomplish the project in accordance with the terms and conditions of the Contract. The RPR will compare actual Contractor progress against the baseline schedule to determine that status of the Contractor's performance. 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 RPR'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 RPR at least 24 hours in advance of resuming operations. FAA AIP 3-19-0094-054 (CARES DEV) G-37 Improve Terminal Building - HVAC Part I - General Contract Provisions Waterloo Regional Airport - 60675091 The Contractor shall not commence any actual construction prior to the date on which the NTP is issued by the Owner. The project 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. It shall include information on the sequence of work activities, milestone dates, and activity duration. The schedule shall show all work items identified in the project proposal for each work area and shall include the project start date and end date. 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. 80-04 Limitation of operations. The Contractor shall control their operations and the operations of their 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 their operations within an AOA of the airport, the work shall be coordinated with airport operations (through the RPR) at least 48 hours prior to commencement of such work. The Contractor shall not close an AOA until so authorized by the RPR and until the necessary temporary marking, signage and associated lighting is in place as provided in Section 70, paragraph 70-08, Construction Safety and Phasing Plan (CSPP). 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; and 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 satisfactory conditions are provided. The areas of the AOA identified in the Construction Safety Phasing Plan (CSPP) and as listed below, cannot be closed to operating aircraft to permit the Contractor's operations on a continuous basis and shall be as provided in the Safety and Operations and Phasing Plans in the project plans. The Contractor shall be required to conform to safety standards contained in AC 150/5370-2, Operational Safety on Airports During Construction and the approved CSPP. 80-04.1 Operational safety on airport during construction. All Contractors' operations shall be conducted in accordance with the approved project Construction Safety and Phasing Plan (CSPP) and the Safety Plan Compliance Document (SPCD) and the provisions set forth within the current version of AC 150/5370-2, Operational Safety on Airports During Construction. 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 SPCD 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 SPCD and that they implement and maintain all necessary measures. FAA AIP 3-19-0094-054 (CARES DEV) G-38 Improve Terminal Building - HVAC Part I - General Contract Provisions Waterloo Regional Airport - 60675091 No deviation or modifications may be made to the approved CSPP and SPCD unless approved in writing by the Owner. The necessary coordination actions to review Contractor proposed modifications to an approved CSPP or approved SPCD can require a significant amount of time. 80-05 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 RPR, does not perform his work in a proper and skillful manner or is intemperate or disorderly shall, at the written request of the RPR, be removed immediately by the Contractor or subcontractor employing such person, and shall not be employed again in any portion of the work without approval of the RPR. Should the Contractor fail to remove such person or persons, or fail to furnish suitable and sufficient personnel for the proper execution of the work, the RPR 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 not cause injury to previously completed work, adjacent property, or existing airport facilities due to 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 otherwise authorized by the RPR. 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 RPR 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 RPR 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 RPR 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 paragraph. 80-06 Temporary suspension of the work. The Owner shall have the authority to suspend the work wholly, or in part, for such period or periods the Owner may deem necessary, due to unsuitable weather, or other conditions considered unfavorable for the execution of the work, or for such time 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 FAA AIP 3-19-0094-054 (CARES DEV) G-39 Improve Terminal Building - HVAC Part I - General Contract Provisions Waterloo Regional Airport - 60675091 effective date of the written order to suspend work to the effective date of the written order to resume the work. Claims for such compensation shall be filed with the RPR within the time period stated in the RPR's order to resume work. The Contractor shall submit with their own claim information substantiating the amount shown on the claim. The RPR 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 or for any other delay provided for in the contract, plans, or specifications. If it becomes 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. 80-07 Determination and extension of contract time. The number of calendar days shall be stated in the proposal and contract and shall be known as the Contract Time. If the contract time requires extension for reasons beyond the Contractor's control, it shall be adjusted as follows: 80-07.1 Contract time based on calendar days. 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. 80-08 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 paragraph 80-07, Determination and Extension of Contract Time) the sum specified in the contract and proposal as liquidated damages (LD) will be deducted from any money due or to become due the Contractor or their own 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. The maximum construction time allowed for Schedules overall will be the sum of the time allowed for individual schedules but not more than 150 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. 80-09 Default and termination of contract. The Contractor shall be considered in default of their 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: FAA AIP 3-19-0094-054 (CARES DEV) G-40 Improve Terminal Building - HVAC Part I - General Contract Provisions Waterloo Regional Airport - 60675091 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 Owner consider the Contractor in default of the contract for any reason above, the Owner 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 RPR 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 RPR 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 RPR. Termination of the contract or a portion thereof shall neither relieve the Contractor of their responsibilities for the completed work nor shall it relieve their surety of its obligation for and concerning any just claim arising out of the work performed. FAA AIP 3-19-0094-054 (CARES DEV) G-41 Improve Terminal Building - HVAC Part I - General Contract Provisions Waterloo Regional Airport - 60675091 80-11 Work area, storage area and sequence of operations. The Contractor shall obtain approval from the RPR 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 work in accordance with the approved CSPP and SPCD. END OF SECTION 80 FAA AIP 3-19-0094-054 (CARES DEV) G-42 Improve Terminal Building - HVAC Part I - General Contract Provisions Waterloo Regional Airport - 60675091 Section 90 Measurement and Payment 90-01 Measurement of quantities. All work completed under the contract will be measured by the RPR, or their authorized representatives, using United States Customary Units of Measurement. 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 RPR. 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. 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. When requested by the Contractor and approved by the RPR in writing, material specified to be measured by the cubic yard (cubic meter) may be weighed, and such weights will be converted to cubic yards (cubic meters) for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the RPR and shall be agreed to by the Contractor before such method of measurement of pay quantities is used. Measurement and Payment Terms Term Description Excavation and In computing volumes of excavation, the average end area method will be used Embankment unless otherwise specified. Volume Measurement and The term "ton" will mean the short ton consisting of 2,000 pounds (907 km) Proportion by avoirdupois. All materials that are measured or proportioned by weights shall be Weight weighed on accurate, independently certified scales by competent, qualified personnel at locations designated by the RPR. 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 RPR directs, and each truck shall bear a plainly legible identification mark. FAA AIP 3-19-0094-054 (CARES DEV) Part I - General Contract Provisions G-43 Improve Terminal Building - HVAC Waterloo Regional Airport - 60675091 Term Description Measurement by Volume 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. Asphalt Material Asphalt 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. 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 asphalt material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. When asphalt materials are shipped by truck or transport, net certified weights by volume, subject to correction for loss or foaming, will be used for computing quantities. Cement Cement will be measured by the ton (kg) or hundredweight (km). Structure Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions. Timber 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. Plates and Sheets 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. Miscellaneous Items 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 Scales must be tested for accuracy and serviced before use. 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. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. Scales shall be accurate within 0.5% of the correct weight throughout the range of use. The Contractor shall have the scales checked under the observation of the RPR 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 0.1% of the nominal rated capacity of the FAA AIP 3-19-0094-054 (CARES DEV) Part I - General Contract Provisions G-44 Improve Terminal Building - HVAC Waterloo Regional Airport - 60675091 Term Description scale, but not less than one pound (454 grams). The use of spring balances will not be permitted. In the event inspection reveals the scales have been "overweighing" (indicating more than correct weight) they will be immediately adjusted. All materials received subsequent to the last previous correct weighting -accuracy test will be reduced by the percentage of error in excess of 0.5%. In the event inspection reveals the scales have been under -weighing (indicating less than correct weight), they shall be immediately adjusted. No additional payment to the Contractor will be allowed for materials previously weighed and recorded. Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and the RPR 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. 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. Rental Equipment 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 in connection with extra work will be measured as agreed in the change order or supplemental agreement authorizing such work as provided in paragraph 90-05 Payment for Extra Work. Pay Quantities 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 RPR. 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. 90-02 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 Section 70, paragraph 70-18, No Waiver of Legal Rights. 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. 90-03 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 FAA AIP 3-19-0094-054 (CARES DEV) G-45 Improve Terminal Building - HVAC Part I - General Contract Provisions Waterloo Regional Airport - 60675091 concerned, payment at the original contract price for the accepted quantities of work actually completed and accepted. No allowance, except as provided for in Section 40, paragraph 40-02, Alteration of Work and Quantities, 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 their own unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90-04 Payment for omitted items. As specified in Section 40, paragraph 40-03, Omitted Items, the RPR 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 RPR 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 RPR'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 RPR'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 RPR'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. 90-05 Payment for extra work. Extra work, performed in accordance with Section 40, paragraph 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. 90-06 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 RPR, 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 paragraph 90-07, Payment for Materials on Hand. No partial payment will be made when the amount due to the Contractor since the last estimate amounts to less than five hundred dollars. a. From the total of the amount determined to be payable on a partial payment, five (5) percent of such total amount will be deducted and retained by the Owner for protection of the Owner's interests. Unless otherwise instructed by the Owner, the amount retained by the Owner will be in effect until the final payment is made except as follows: (1) Contractor may request release of retainage on work that has been partially accepted by the Owner in accordance with Section 50-14. Contractor must provide a certified invoice to the RPR that supports the value of retainage held by the Owner for partially accepted work. (2) In lieu of retainage, the Contractor may exercise at its option the establishment of an escrow account per paragraph 90-08. b. 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. Contractor must provide the Owner evidence of prompt and full payment of retainage held by the prime Contractor to the subcontractor within 30 days after the subcontractor's work is satisfactorily FAA AIP 3-19-0094-054 (CARES DEV) G-46 Improve Terminal Building - HVAC Part I - General Contract Provisions Waterloo Regional Airport - 60675091 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. c. When at least 95% of the work has been completed to the satisfaction of the RPR, the RPR 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 RPR 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 paragraph 90-09, Acceptance and Final Payment. 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. 90-07 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 RPR at or on an approved site. b. The Contractor has furnished the RPR with acceptable evidence of the quantity and quality of such stored or stockpiled materials. c. The Contractor has furnished the RPR 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 stored or stockpiled. e. The Contractor has furnished the Owner evidence that the material stored or stockpiled is insured against loss by damage to or disappearance of such materials at any time prior to use in the work. 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 their 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. FAA AIP 3-19-0094-054 (CARES DEV) G-47 Improve Terminal Building - HVAC Part I - General Contract Provisions Waterloo Regional Airport - 60675091 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 paragraph. 90-08 Payment of withheld funds. At the Contractor's option, if an Owner withholds retainage in accordance with the methods described in paragraph 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. 90-09 Acceptance and final payment. When the contract work has been accepted in accordance with the requirements of Section 50, paragraph 50-15, Final Acceptance, the RPR will prepare the final estimate of the items of work actually performed. The Contractor shall approve the RPR's final estimate or advise the RPR 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 RPR 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 RPR's final estimate. If, after such 30-day period, a dispute still exists, the Contractor may approve the RPR'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 Section 50, paragraph 50-16, Claims for Adjustment and Disputes. After the Contractor has approved, or approved under protest, the RPR's final estimate, and after the RPR's receipt of the project closeout documentation required in paragraph 90-11, Contractor Final Project Documentation, 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. If the Contractor has filed a claim for additional compensation under the provisions of Section 50, paragraph 50-16, Claims for Adjustments and Disputes, or under the provisions of this paragraph, 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. Pursuant to Chapter 573 of the Code of Iowa, the Owner is required to retain, from all payments to the Contractor, 5 percent of the payment amount to be held for a period of not less than 30 days following final acceptance of the work. The amount so retained will be paid to the Contractor at the end of said 30- day period, provided that no claims or liens have been filed against said Contractor. In the event that, at the end of said 30-day period, claims are on file as herein provided, the Owner shall continue to retain from said unpaid funds a sum not less than double the total amount of all claims on file, or the full 5 percent retainage amount, whichever is less. FAA AIP 3-19-0094-054 (CARES DEV) G-48 Improve Terminal Building - HVAC Part I - General Contract Provisions Waterloo Regional Airport - 60675091 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, except as noted. 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. Light Emitting Diode emitting diode (LED) light fixtures with the exception of obstruction lighting, must be warranted by the manufacturer for a minimum of four (4) years after date of installation inclusive of all electronics. 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 the Contractor's failure to conform to contract requirements; or 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 seven (7) days after the discovery of any failure, defect, or damage. f. If the Contractor fails to remedy any failure, defect, or damage within 14 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. 90-11 Contractor Final Project Documentation. 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 RPR 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 Section 40, paragraph 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. FAA AIP 3-19-0094-054 (CARES DEV) G-49 Improve Terminal Building - HVAC Part I - General Contract Provisions Waterloo Regional Airport - 60675091 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(s). k. Security for Construction Warranty. 1. Equipment commissioning documentation submitted, if required. m. Lien waivers from Prime Contractor and all subcontractors. END OF SECTION 90 FAA AIP 3-19-0094-054 (CARES DEV) G-50 Improve Terminal Building - HVAC Part I - General Contract Provisions Waterloo Regional Airport - 60675091 PART 1 LOCAL CONTRACT PROVISIONS SPECIAL PROVISIONS PART I GENERAL 1.01 INSURANCE. 1. GENERAL. The Contractor shall purchase and maintain insurance to protect the Contractor and the Waterloo Regional Airport against all hazards enumerated herein throughout the duration of the Contract. All policies shall be in the amounts, form, and companies satisfactory to the Waterloo Regional Airport. Insurance coverage will be considered acceptable when certificates of insurance required herein state that thirty (30) days' written notice will be given to the Waterloo Regional Airport before the policy is cancelled or changed. All certificates of insurance shall be delivered to the Waterloo Regional Airport prior to the time that any operations under the Contract is awarded. All of said Contractor's certificates of insurance shall be written in an insurance company authorized to do business in the State of Iowa or if written in an insurance company not authorized to do business in the State of Iowa by an insurance company approved by the Waterloo Regional Airport. "Insurance", "insurance policy" or "insurance contract" when used in this code shall have the same meaning as "insurance policy" and "insurance contract" under Section 507B.2 of the Code of Iowa, provided, however, that when "insurance" as demonstrated by an "insurance policy" or "insurance contract" is required to be posted, presented or demonstrated to exist by any person or other entity by this code or by virtue of any Contract, bid request, specification, rule or other action or request of the Waterloo Regional Airport said "insurance policy" or "contract of insurance" shall provide coverage on an occurrence basis and not on a claims made basis and the person or other entity shall provide evidence of such coverage through an "insurance policy", "contract of insurance" or "certificate of insurance" which clearly discloses on its face coverage on an occurrence basis except as to insurance coverage required for asbestos removal which may be provided on a claims made basis when it is demonstrated to the satisfaction of the Waterloo Regional Airport that occurrence coverage is not reasonably available. 2. INSURANCE REQUIREMENTS. The Contractor shall purchase and maintain such insurance as will protect the Contractor from claims set forth below which may arise out of or result from the Contractor's operations under the Contract, whether such operations be by the Contractor or by any Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable: a. Claims under workers' compensation, disability benefit and other similar employee benefit acts; b. Claims for damages because of bodily injury, occupational sickness or disease, or death of the Contractor's employees; c. Claims for damages because of bodily injury, sickness or disease, or death of any person other than the Contractor's employees; d. Claims for damages insured by usual personal injury liability coverage which are sustained: (1) by any person as a result of an offense directly or indirectly related to the employment of such person by the Contractor, or (2) by any other person; e. Claims for damages, other than to the work itself, because of injury to or destruction of tangible property, including loss of use resulting therefrom; and f. 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. FAA AIP 3-19-0094-054 (CARES DEV) SP-1 Improve Terminal Building - HVAC Special Provisions Waterloo Regional Airport - 60675091 3. LIMITS OF LIABILITY. The insurance required by Section 2 shall be written for not less than any limits of liability specified herein, or required by law, whichever is greater: a. General Liability; $2,000,000 Combined (including products -completed single limit per operations; independent occurrence. contractors; underground, explosion & collapse hazards; and standard broad form liability endorsement) $2,000,000 Aggregate b. Automobile Liability; $1,000,000 Combined (including all owned, single limit non -owned and hired autos) c. Workers' Compensation d. Umbrella Liability; (applying directly in excess of above liability coverages) Statutory Benefits $100,000 Coverage B $2,000,000 Combined single limit $2,000,000 Aggregate 4. CONTRACTUAL LIABILITY INSURANCE. The insurance required by Section 2 shall include contractual liability insurance applicable to the Contractor's obligations as follows: a. To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the Waterloo Regional Airport, the City of Waterloo and AECOM, and their agents, officers, and employees from and against all claims, damages, losses, and expenses, including, but not limited to attorney's fees, arising out of, or resulting from the performance of the work, provided that any such claim, damage, loss or expense: (1) 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 (2) is caused in whole or in part by any negligent act or omission of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right or obligation of indemnity which would otherwise exist as to any party or person described in this Section 4. b. In any and all claims against the Waterloo Regional Airport, the City of Waterloo and AECOM, or any of their agents, officers or employees by any employee of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligation under this Section 4, shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any Subcontractor under workers' compensation acts, disability benefits acts or other employee benefit acts. c. The obligations of the Contractor under this Section 4, shall not extend to the liability of AECOM, their agents or employees, arising out of: (1) The preparation or approval of maps, drawings, opinions, reports, surveys, change orders, designs, or Specifications, or (2) The giving of or the failure to give directions or instructions by AECOM, their agents or employees providing such giving or failure to give is the primary cause of the injury or damage. 5. CONTRACTOR'S INSURANCE FOR OTHER LOSSES. For the consideration in this agreement heretofore stated, in addition to Contractor's other obligations, the Contractor assumes full responsibility for all loss or damage from any cause whatsoever to any tools owned by the mechanics, any tool machinery, equipment, or motor vehicles FAA AIP 3-19-0094-054 (CARES DEV) SP-2 Improve Terminal Building - HVAC Special Provisions Waterloo Regional Airport - 60675091 owned or rented by the Contractor, the Contractor's agents, Subcontractors material men or the Contractor's or their employees, as well as to shed or other temporary structures, scaffolding and stagings, protective fences, bridges and sidewalk hooks. The Contractor shall also assume responsibility for all loss or damage caused by, arising out of or incident to larceny, theft, or any cause whatsoever (except as hereinbefore provided) to the structure on which the work of this Contract, and any modifications alterations, enlargement thereto, is to be done, and to items and labor connected or to be used as a part of the permanent materials, and supplies necessary to the work. 6. NOTIFICATION IN EVENT OF LIABILITY OR DAMAGE. Upon the occurrence of any event, the liability for which is herein assumed, the Contractor agrees to forthwith notify the Waterloo Regional Airport in writing, such happening, which notice shall forthwith give the details as to the happening, the cause as far as can be ascertained, the estimate of loss or damage done, the names of witnesses, if any, and stating the amount of any claim. 1.02 CONSTRUCTION PROGRESS SCHEDULES. The construction progress schedule shall be prepared in accordance with the following: a) Contractor shall indicate hours of daily operations. b) No work shall be done on Sundays or legal holidays without written permission of Owner. However, emergency work may be done without prior permission. c) The schedule shall be in the form of a horizontal bar chart. 1. Provide separate horizontal bar for each trade, activity, or operation. 2. Horizontal Time Scale: Identify first workday of each week. 3. Scale and spacings to allow space for notations and future revisions. d) The format of the listing shall be in chronological order of the start of each item of work. e) Show dates for beginning and completion of each major element of construction. f) Show projected percentage of completion for each item as of first day of each month. 1.03 CONVICT LABOR. No convict labor may be employed under this contract. 1.04 WITHHOLDING: SPONSOR FROM CONTRACTOR. Whether or not payments or advances to the Waterloo Regional Airport are withheld or suspended by the FAA, the Waterloo Regional Airport may withhold or cause to be withheld from the contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics employed by the contractor or any subcontractor on the work the full amount of wages required by this contract. 1.05 NONPAYMENT OF WAGES. If the contractor or subcontractor fails to pay any laborer or mechanic employed or working on the site of the work any of the wages required by this contract, the Waterloo Regional Airport, after written notice to the contractor, shall take such action as may be necessary to cause the suspension of any further payment or advance of funds until the violations cease. 1.06 SUBCONTRACTS. The contractor shall insert in each of his subcontracts the provisions contained in paragraph 1.04 and also a clause requiring the subcontractors to include these provisions in any lower tier subcontracts which they may enter into, together with a clause requiring this insertion in any further subcontracts that may in turn be made. END OF SPECIAL PROVISIONS FAA AIP 3-19-0094-054 (CARES DEV) SP-3 Improve Terminal Building - HVAC Special Provisions Waterloo Regional Airport - 60675091 This Page Left Blank Intentionally SUPPLEMENTARY PROVISIONS PART A - FEDERAL CONTRACT PROVISIONS FOR CONSTRUCTION AND EQUIPMENT CONTRACTS APPLICATION OF REFERENCES ALL REFERENCES MADE HEREIN TO "CONTRACTOR", "BIDDER", AND "OFFEROR" SHALL PERTAIN TO THE PRIME CONTRACTOR. ALL REFERENCES MADE HEREIN TO "SUBCONTRACTOR" SHALL PERTAIN TO ANY AND ALL SUBCONTRACTORS UNDER CONTRACT WITH THE PRIME CONTRACTOR OR A SUBCONTRACTOR. ALL REFERENCES MADE HEREIN TO "CONSULTANT" SHALL PERTAIN TO ARCHITECT/ENGINEER (A/E) UNDER CONTRACT WITH THE SPONSOR. ALL REFERENCES MADE HEREIN TO "SUBCONSULTANT" SHALL PERTAIN TO ANY AND ALL SUBCONSULTANTS UNDER CONTRACT WITH THE A/E. ALL REFERENCES MADE HEREIN TO "SPONSOR" AND "OWNER" SHALL PERTAIN TO THE STATE, CITY, AIRPORT AUTHORITY OR OTHER PUBLIC ENTITY EXECUTING CONTRACTS WITH THE PRIME CONTRACTOR AND/OR THE A/E. PROVISIONS APPLICABLE TO ALL CONTRACTS ACCESS TO RECORDS AND REPORTS 3 BUY AMERICAN PREFERENCE 3 CIVIL RIGHTS — GENERAL 3 CIVIL RIGHTS — TITLE VI ASSURANCES 3 DISADVANTAGED BUSINESS ENTERPRISE 6 ENERGY CONSERVATION REQUIREMENTS 7 FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE) 7 OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 8 RIGHT TO INVENTIONS 8 SEISMIC SAFETY 8 TAX DELINQUENCY AND FELONY CONVICTIONS 8 TRADE RESTRICTION CERTIFICATION 9 VETERAN'S PREFERENCE 10 PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $2,000 COPELAND "ANTI -KICKBACK' ACT 11 DAVIS-BACON REQUIREMENTS 11 Page 1 of 30 Revised June 19, 2018 PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $3,500 DISTRACTED DRIVING 17 PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $10,000 AFFIRMATIVE ACTION REQUIREMENT 17 EQUAL EMPLOYMENT OPPORTUNITY (EEO) 18 PROCUREMENT OF RECOVERED MATERIALS 24 PROHIBITION OF SEGREGATED FACILITIES 24 TERMINATION OF CONTRACT 25 PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $25,000 DEBARMENT AND SUSPENSION 27 PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $100,000 CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS 27 LOBBYING AND INFLUENCING FEDERAL EMPLOYEES 28 PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $150,000 BREACH OF CONTRACT TERMS 29 CLEAN AIR AND WATER POLLUTION CONTROL 29 Page 2 of 30 Revised June 19, 2018 PROVISIONS APPLICABLE TO ALL CONTRACTS ACCESS TO RECORDS AND REPORTS Reference: 2 CFR § 200.333, 2 CFR § 200.336, and FAA Order 5100.38 The Contractor must maintain an acceptable cost accounting system. The Contractor agrees to provide the Owner, 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. BUYAMERICAN PREFERENCE Reference: 49 USC § 50101 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 AIP funded projects are produced in the United States, unless the Federal Aviation Administration (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. A Bidder or Offeror must complete and submit the Buy America certification included herein with their bid or offer. The Owner will reject as nonresponsive any bid or offer that does not include a completed Certificate of Buy American Compliance. CIVIL RIGHTS —GENERAL Reference: 49 USC § 47123 The Contractor agrees that it will comply with pertinent statutes, Executive Orders and such rules as are promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or disability be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision binds the Contractor and subcontractors 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. CIVIL RIGHTS — TITLE VI ASSURANCES Title VI Solicitation Notice The Sponsor, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders or offerers that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in Page 3 of 30 Revised June 19, 2018 response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. Compliance with Nondiscrimination Requirements During the performance of this contract, the Contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "Contractor") agrees as follows: 1. Compliance with Regulations: The Contractor (hereinafter includes Consultants) will comply with the Title VI List of Pertinent Nondiscrimination Acts and Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. 2. Non-discrimination: The Contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor will not participate directly or indirectly in the discrimination prohibited by the Nondiscrimination Acts and Authorities, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21. 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the Contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the Contractor of the Contractor's obligations under this contract and the Nondiscrimination Acts And Authorities on the grounds of race, color, or national origin. 4. Information and Reports: The Contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such Nondiscrimination Acts And Authorities and instructions. Where any information required of a Contractor is in the exclusive possession of another who fails or refuses to furnish the information, the Contractor will so certify to the Sponsor or the Federal Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of a Contractor's noncompliance with the 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 Page 4 of 30 Revised June 19, 2018 provisions including sanctions for noncompliance. Provided, that if the Contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the Contractor may request the Sponsor to enter into any litigation to protect the interests of the Sponsor. In addition, the Contractor may request the United States to enter into the litigation to protect the interests of the United States. Title VI List of Pertinent Nondiscrimination Acts and Authorities During the performance of this contract, the Contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "Contractor") agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); • 49 CFR Part 21 (Non-discrimination In Federally -Assisted Programs of The Department of Transportation —Effectuation of Title VI of The Civil Rights Act of 1964); • 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 U.S. 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; Page 5 of 30 Revised June 19, 2018 • 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). DISADVANTAGED BUSINESS ENTERPRISE Reference: 49 CFR Part 26 Solicitation Language (Project Goal) Information Submitted as a matter of bidder responsiveness: The Owner's award of this contract is conditioned upon Bidder or Offeror satisfying the good faith effort requirements of 49 CFR §26.53. As a condition of bid responsiveness, the Bidder or Offeror must submit the following information with their proposal on the forms provided herein: 1) The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate in the contract; 2) A description of the work that each DBE firm will perform; 3) The dollar amount of the participation of each DBE firm listed under (1) 4) Written statement from Bidder or Offeror that attests their commitment to use the DBE firm(s) listed under (1) to meet the Owner's project goal; 5) If Bidder or Offeror cannot meet the advertised project DBE goal; evidence of good faith efforts undertaken by the Bidder or Offeror as described in appendix A to 49 CFR Part 26. Information submitted as a matter of bidder responsibility: The Owner's award of this contract is conditioned upon Bidder or Offeror satisfying the good faith effort requirements of 49 CFR §26.53. The successful Bidder or Offeror must provide written confirmation of participation from each of the DBE firms the Bidder or Offeror lists in its commitment within five (5) days after bid opening. 1) The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate in the contract; 2) A description of the work that each DBE firm will perform; 3) The dollar amount of the participation of each DBE firm listed under (1) 4) Written statement from Bidder or Offeror that attests their commitment to use the DBE firm(s) listed under (1) to meet the Owner's project goal; and 5) If Bidder or Offeror cannot meet the advertised project DBE goal, evidence of good faith efforts undertaken by the Bidder or Offeror as described in appendix A to 49 CFR part 26. Page 6 of 30 Revised June 19, 2018 Race/Gender Neutral The requirements of 49 CFR Part 26 apply to this contract. It is the policy of the Owner to practice nondiscrimination based on race, color, sex or national origin in the award or performance of this contract. The Owner encourages participation by all firms qualifying under this solicitation regardless of business size or ownership. Contract Assurance (§ 26.13) The Contractor or subcontractor 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 U.S. Department of Transportation -assisted contracts. Failure by the 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 the Owner deems appropriate, which may include, but is not limited to: 1) Withholding monthly progress payments; 2) Assessing sanctions; 3) Liquidated damages; and/or 4) Disqualifying the Contractor from future bidding as non -responsible. Prompt Payment (§26.29) The Prime Contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than thirty (30) calendar days from the receipt of each payment the Prime Contractor receives from the Owner. The Prime Contractor agrees further to return retainage payments to each subcontractor within thirty (30) calendar days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the Owner. This clause applies to both DBE and non -DBE subcontractors. ENERGY CONSERVATION REQUIREMENTS Reference: 2 CFR § 200 Appendix II(H) Contractor and Subcontractor(s) agree to comply with mandatory standards and policies relating to energy efficiency as contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. 6201 et seq). FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE) Reference: 29 USC § 201, et seq. All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR Part 201, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part time workers. The Contractor has full responsibility to monitor compliance to the referenced statute or regulation. The Contractor must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor — Wage and Hour Division. Page 7 of 30 Revised June 19, 2018 OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 Reference: 20 CFR Part 1910 All contracts and subcontracts that result from this solicitation incorporate by reference the requirements of 29 CFR Part 1910 with the same force and effect as if given in full text. The employer must provide a work environment that is free from recognized hazards that may cause death or serious physical harm to the employee. The employer 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). The employe 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. RIGHT TO INVENTIONS Reference: 2 CFR § 200 Appendix II(F) and 37 CFR §401 Contracts or agreements that include the performance of experimental, developmental, or research work must provide for the rights of the Federal Government and the Owner in any resulting invention as established by 37 CFR Part 401, Rights to Inventions Made by Non-profit Organizations and Small Business Firms under Government Grants, Contracts, and Cooperative Agreements. This contract incorporates by reference the patent and inventions rights as specified within in the 37 CFR §401.14. Contractor must include this requirement in all sub -tier contracts involving experimental, developmental or research work. SEISMIC SAFETY Reference: 49 CFR Part 41 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 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. TAX DELINQUENCY AND FELONY CONVICTIONS Reference: Sections 415 and 416 of Title IV, Division L of the Consolidated Appropriations Act, 2014 (Pub. L. 113-76) and DOT Order 4200.6 The Contractor certifies: 1) It is not a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. A tax delinquency is any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. Page 8 of 30 Revised June 19, 2018 2) It is not a corporation that was convicted of a criminal violation under any Federal law within the preceding 24 months. A felony conviction is a conviction within the preceding twenty four (24) months of a felony criminal violation under any Federal law and includes conviction of an offense defined in a section of the U.S. code that specifically classifies the offense as a felony and conviction of an offense that is classified as a felony under 18 U.S.C. § 3559. The Contractor agrees to incorporate the above certification in all lower tier subcontracts. TRADE RESTRICTION CERTIFICATION Reference: 49 USC § 50104 and 49 CFR Part 30 By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror: 1) 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.); 2) 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 3) has not entered into any subcontract for any product to be used on the Federal project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the U.S.T.R. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to an Offeror or subcontractor: 1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the U.S.T.R. or 2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such U.S.T.R. list or 3) who incorporates in the public works project any product of a foreign country on such U.S.T.R. list; Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge Page 9 of 30 Revised June 19, 2018 and information of a Contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in in all lower tier subcontracts. The Contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by U.S.T.R, unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous 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 Federal Aviation Administration. VETERAN'S PREFERENCE Reference: 49 USC § 47112(c) 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. Page 10 of 30 Revised June 19, 2018 PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $2,000 COPELAND "ANTI -KICKBACK' ACT Reference: 2 CFR § 200 Appendix II(D) and 29 CFR Parts 3 and 5 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. DAVIS-BACON REQUIREMENTS Reference: 2 CFR § 200 Appendix II(D) and 29 CFR Part 5 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 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. (ii) (A) thru (D) (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 Page 11 of 30 Revised June 19, 2018 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 thirty (30) days of receipt and so advise the contracting officer or will notify the contracting officer within the thirty (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 thirty (30) days of receipt and so advise the contracting officer or will notify the contracting officer within the thirty (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 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 Page 12 of 30 Revised June 19, 2018 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 that 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 that show the costs anticipated or the actual costs incurred in providing such benefits. Contractors employing 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) thru (D) (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 https://www.dol.gov/whd/forms/wh347instr.htm or its successor site. The Prime Page 13 of 30 Revised June 19, 2018 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) 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) 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; 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. (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. (3) (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 Page 14 of 30 Revised June 19, 2018 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 nintey (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 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 Page 15 of 30 Revised June 19, 2018 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 that 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. S. 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. 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 Page 16 of 30 Revised June 19, 2018 (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. PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $3,500 DISTRACTED DRIVING Reference: Executive Order 13513 and DOT Order 3902.10 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 Federal Aviation Administration encourages recipients of Federal grant funds to adopt and enforce safety policies that decrease crashes by distracted drivers, including policies to ban text messaging while driving when performing work related to a grant or sub -grant. In support of this initiative, the Owner encourages the Contractor to promote policies and initiatives for its employees and other work personnel that decrease crashes by distracted drivers, including policies that ban text messaging while driving motor vehicles while performing work activities associated with the project. The Contractor must include the substance of this clause in all sub -tier contracts exceeding $3,500 and involve driving a motor vehicle in performance of work activities associated with the project. PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $10,000 AFFIRMATIVE ACTION REQUIREMENT Reference: 41 CFR Part 60-4 and Executive Order 11246 1. The Bidder's or Offeror's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. 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: Timetables: Goal: Goals for minority participation for each trade: 4.70% Goals for female participation in each trade: 6.9% Page 17 of 30 Revised June 19, 2018 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 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 ten (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: State County City Iowa Black Hawk Waterloo EQUAL EMPLOYMENT OPPORTUNITY (EEO) Reference: 2 CFR 200, Appendix II(C), 41 CFR § 60-1.4, 41 CFR § 60-4.3, and Executive Order 11246 Equal Opportunity Clause 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. Page 18 of 30 Revised June 19, 2018 (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 administering agency the Contractor may request the United States to enter into such litigation to protect the interests of the United States. Standard Federal Equal Employment Opportunity Construction 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: Page 19 of 30 Revised June 19, 2018 (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 7.a through 7.p 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 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 Page 20 of 30 Revised June 19, 2018 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 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, Page 21 of 30 Revised June 19, 2018 termination, or other employment decisions including specific review of these items with onsite supervisory personnel such as 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. I. 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. 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 (7.a through 7.p). 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 7.a through 7.p 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 Page 22 of 30 Revised June 19, 2018 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. 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). Page 23 of 30 Revised June 19, 2018 PROCUREMENT OF RECOVERED MATERIALS Reference: 2 CFR § 200.322, 40 CFR Part 247, and Solid Waste Disposal Act Contractor and subcontractor agree to comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act, and the regulatory provisions of 40 CFR Part 247. In the performance of this contract and to the extent practicable, the Contractor and subcontractors are to use products containing the highest percentage of recovered materials for items designated by the Environmental Protection Agency (EPA) under 40 CFR Part 247 whenever: a) The contract requires procurement of $10,000 or more of a designated item during the fiscal year; or, b) The Contractor has procured $10,000 or more of a designated item using Federal funding during the previous fiscal year. The list of EPA -designated items is available at: https://www.epa.gov/smm/comprehensive-procurement-guidelines-construction-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. PROHIBITION OF SEGREGATED FACILITIES Reference: 41 CFR § 60 (a) 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. (b) "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. (c) The Contractor shall include this clause in every subcontract and purchase order that is subject to the Equal Opportunity clause of this contract. Page 24 of 30 Revised June 19, 2018 TERMINATION OF CONTRACT Reference: 2 CFR § 200 Appendix II(B) and FAA Advisory Circular 150/5370-10, Section 80-09 Termination for Convenience (Construction & Equipment Contracts) The Owner may terminate this contract in whole or in part at any time by providing written notice to the Contractor. Such action may be without cause and without prejudice to any other right or remedy of Owner. Upon receipt of a written notice of termination, except as explicitly directed by the Owner, the Contractor shall immediately proceed with the following obligations regardless of any delay in determining or adjusting amounts due under this clause: 1. Contractor must immediately discontinue work as specified in the written notice. 2. Terminate all subcontracts to the extent they relate to the work terminated under the notice. 3. Discontinue orders for materials and services except as directed by the written notice. 4. Deliver to the Owner all fabricated and partially fabricated parts, completed and partially completed work, supplies, equipment and materials acquired prior to termination of the work and as directed in the written notice. 5. Complete performance of the work not terminated by the notice. 6. Take action as directed by the Owner to protect and preserve property and work related to this contract that Owner will take possession. Owner agrees to pay Contractor for: 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 (Construction) Section 80-09 of FAA Advisory Circular 150/5370-10 establishes conditions, rights and remedies associated with Owner termination of this contract due to default of the Contractor. Termination for Default (Equipment) The Owner may, by written notice of default to the Contractor, terminate all or part of this Contract if the Contractor: Page 25 of 30 Revised June 19, 2018 1. Fails to commence the Work under the Contract within the time specified in the Notice- to - Proceed; 2. Fails to make adequate progress as to endanger performance of this Contract in accordance with its terms; 3. Fails to make delivery of the equipment within the time specified in the Contract, including any Owner approved extensions; 4. Fails to comply with material provisions of the Contract; 5. Submits certifications made under the Contract and as part of their proposal that include false or fraudulent statements; or 6. Becomes insolvent or declares bankruptcy; If one or more of the stated events occur, the Owner will give notice in writing to the Contractor and Surety of its intent to terminate the contract for cause. At the Owner's discretion, the notice may allow the Contractor and Surety an opportunity to cure the breach or default. If within ten (10) days of the receipt of notice, the Contractor or Surety fails to remedy the breach or default to the satisfaction of the Owner, the Owner has authority to acquire equipment by other procurement action. The Contractor will be liable to the Owner for any excess costs the Owner incurs for acquiring such similar equipment. Payment for completed equipment delivered to and accepted by the Owner shall be at the Contract price. The Owner may withhold from amounts otherwise due the Contractor for such completed equipment, such sum as the Owner determines to be necessary to protect the Owner against loss because of Contractor default. Owner will not terminate the Contractor's right to proceed with the Work under this clause if the delay in completing the work arises from unforeseeable causes beyond the control and without the fault or negligence of the Contractor. Examples of such acceptable causes include: acts of God, acts of the Owner, acts of another Contractor in the performance of a contract with the Owner, and severe weather events that substantially exceed normal conditions for the location. If, after termination of the Contractor's right to proceed, the Owner determines that the Contractor was not in default, or that the delay was excusable, the rights and obligations of the parties will be the same as if the Owner issued the termination for the convenience the Owner. The rights and remedies of the Owner in this clause are in addition to any other rights and remedies provided by law or under this contract. Page 26 of 30 Revised June 19, 2018 PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $25,000 DEBARMENT AND SUSPENSION Reference: 2 CFR Part 180 (Subpart C), 2 CFR Part 1200, DOT Order 4200.5 Certification of Bidder/Offerer Regarding Debarment By submitting a bid/proposal under this solicitation, the Bidder or Offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. Certification of Lower Tier Contractors Regarding Debarment The successful Bidder, by administering each lower tier subcontract that exceeds $25,000 as a "covered transaction", must verify each lower tier participant of a "covered transaction" under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful Bidder will accomplish this by: 1. Checking the System for Award Management at website: https://www.sam.gov. 2. Collecting a certification statement similar to the Certificate Regarding Debarment and Suspension (Bidder or Offeror), above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract If the Federal Aviation Administration (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. PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $100,000 CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS Reference: 2 CFR § 200 Appendix II (E) 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 Page 27 of 30 Revised June 19, 2018 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 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. LOBBYING AND INFLUENCING FEDERAL EMPLOYEES Reference: 31 U.S.C. § 1352 — Byrd Anti -Lobbying Amendment, 2 CFR part 200, Appendix II(J), and 49 CFR part 20, Appendix A CERTIFICATION REGARDING LOBBYING The Bidder or Offeror certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: 1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or Offeror, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3) The undersigned shall require that the language of this certification be included in the award documents for all sub -awards at all tiers (including subcontracts, sub -grants, and contracts Page 28 of 30 Revised June 19, 2018 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. PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $150,000 BREACH OF CONTRACT TERMS Reference: 2 CFR § 200 Appendix II(A) 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. CLEAN AIR AND WATER POLLUTION CONTROL References: 2 CFR § 200 Appendix II(G) 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. The Contractor agrees to incorporate the above certification in all lower tier subcontracts that exceed $150,000. Page 29 of 30 Revised June 19, 2018 PAGE INTENTIONALLY LEFT BLANK Page 30 of 30 Revised June 19, 2018 PART 4 DEPARTMENT OF LABOR WAGE DETERMINATION "General Decision Number: IA20220062 09/02/2022 Superseded General Decision Number: IA20210062 State: Iowa Construction Type: Building County: Black Hawk County in Iowa. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories). Note: Contracts subject to the Davis -Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but do not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5. 1 (a) (2) - (60) . IIf the contract is entered linto on or after January 30, 12022, or the contract is (renewed or extended (e.g., Ian option is exercised) on for after January 30, 2022: 1 1 1 1 1 1 1 lIf the contract was awarded Ion or between January 1, 12015, and January 29, 2022, land the contract is not (renewed or extended on or 1•Executive Order 14026 1 generally applies to the 1 contract. l•The contractor must pay all covered workers at least $15.00 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 2022. 1•Executive Order 13658 1 generally applies to the 1 contract. l•The contractor must pay all 1 covered workers at least 1 latter January 30, 2022: I $11.25 per hour (or the I I applicable wage rate listed I I on this wage determination I I if it is higher) for all I I hours spent performing on I 1 that contract in 2022. 1 1 The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at https://www.dol.gov/agencies/whd/government-contracts. Modification Number Publication Date 0 01/07/2022 1 02/11/2022 2 02/18/2022 3 02/25/2022 4 04/22/2022 5 06/17/2022 6 07/08/2022 7 08/05/2022 8 09/02/2022 BOIL0083-009 01/01/2021 Rates Fringes BOILERMAKER $ 41.52 30.36 * BRIA0003-006 05/01/2022 Rates Fringes TILE SETTER $ 25.54 16.32 BRIA0003-026 05/01/2019 2 BLACK HAWK, BREMER, BUCHANAN, BUTLER, GRUNDY, HARDIN, MARSHALL AND TAMA COUNTIES Rates Fringes BRICKLAYER $ 27.01 14.25 ELECO288-002 05/30/2022 Rates Fringes ELECTRICIAN $ 32.39 13.87 ELEV0033-002 01/01/2022 Rates Fringes ELEVATOR MECHANIC $ 49.49 36.885+a+b FOOTNOTES: A. Employer contributes 8% of regular basic hourly rate as vacation pay credit for employees with more than 5 years of service, and 6% for employees with less than 5 years of service. B. PAID HOLIDAYS: New Year's Day; Memorial Day; Independence Day; Labor Day; Veteran's Day; Thanksgiving Day; Day after Thanksgiving; & Christmas Day. ENG10150-048 06/01/2020 Rates Fringes POWER EQUIPMENT OPERATOR Class 1(B) Backhoe/Excavator/Trackhoe; Trackhoe; Loader; Paver (All types); Roller. $35.50 34.75 Class 3 Bobcat/Skid Steer/Skid Loader$ $31.80 34.75 3 *IRON0089-002 05/01/2022 Rates Fringes IRONWORKER (Ornamental) $31.50 21.50 IRONWORKER (Structural) $31.50 21.50 IRON0111-002 07/01/2022 Rates Fringes IRONWORKER (Reinforcing) $35.00 29.31 LABO0309-010 05/01/2022 Rates Fringes LABORER (Pipelayer) $26.36 24.30 PAIN0447-001 05/01/2019 Rates Fringes PAINTER (Brush and Roller) $24.95 9.90 SFIA0669-002 01/01/2022 Rates Fringes SPRINKLER FITTER (Fire Sprinklers) $37.58 24.69 *SUTA2016-037 07/19/2016 Rates Fringes BRICKLAYER $24.90 9.60 CARPENTER $20.51 8.12 CEMENT MASON/CONCRETE FINISHER $20.74 4.16 INSULATOR: Mechanical (Duct, Pipe and Mechanical System Insulation) $23.28 8.91 4 LABORER: Common or General $14.68 **2.51 LABORER: Mason Tender - Brick $19.39 8.17 OPERATOR: Bulldozer $26.13 13.56 OPERATOR: Crane $24.15 8.10 OPERATOR: Forklift $22.96 7.49 PAINTER: Spray $19.76 9.05 PIPEFITTER, Includes HVAC Pipe Installation $20.95 9.00 PLUMBER $25.05 8.97 ROOFER $21.92 5.07 SHEET METAL WORKER, Includes HVAC Duct and Unit Installation .$22.95 9.66 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ** Workers in this classification may be entitled to a higher minimum wage under Executive Order 14026 ($15.00) or 13658 ($11.25). Please see the Note at the top of the wage determination for more information. 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 5 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 https://www.dol.gov/agencies/whd/government- contracts. 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 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. 6 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, 1000 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 each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. 7 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 National Office because National Office has 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 8 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 DECISIO" 9 TECHNICAL SPECIFICATIONS SECTION 23 05 93 TESTING, ADJUSTING, AND BALANCING FOR HVAC 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. Testing, Adjusting, and Balancing of Air Systems: a. Variable -air -volume systems. 2. Testing, Adjusting, and Balancing of Hydronic Piping Systems: a. Constant -flow hydronic systems. 3. Testing, adjusting, and balancing of equipment. 4. Testing, adjusting, and balancing of existing HVAC systems and equipment. 1.3 DEFINITIONS A. AABC: Associated Air Balance Council. B. NEBB: National Environmental Balancing Bureau. C. TAB: Testing, adjusting, and balancing. D. TABB: Testing, Adjusting, and Balancing Bureau. E. TAB Specialist: An independent entity meeting qualifications to perform TAB work. F. TDH: Total dynamic head. G. UFAD: Underfloor air distribution. 1.4 PREINSTALLATION MEETINGS A. TAB Conference: Conduct a TAB conference at Waterloo Air Terminal after approval of the TAB strategies and procedures plan, to develop a mutual understanding of the details. Provide a minimum of 14 days' advance notice of scheduled meeting time and location. 1. Minimum Agenda Items: a. The Contract Documents examination report. FAA 3-19-0094-054 (CARES DEV) 23 05 93-1 Improve Terminal Building Testing, Adjusting, and Balancing For HVAC Waterloo Regional Airport - 60675091 b. The TAB plan. c. Needs for coordination and cooperation of trades and subcontractors. d. Proposed procedures for documentation and communication flow. 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: Within 30 days of Contractor's Notice to Proceed, submit documentation that the TAB specialist and this Project's TAB team members meet the qualifications specified in "Quality Assurance" Article. B. Contract Documents Examination Report: Within 30 days of Contractor's Notice to Proceed, submit the Contract Documents review report, as specified in Part 3. C. Strategies and Procedures Plan: Within 30 days of Contractor's Notice to Proceed, submit TAB strategies and step-by-step procedures, as specified in "Preparation" Article. D. System Readiness Checklists: Within 30 days of Contractor's Notice to Proceed, submit system readiness checklists, as specified in "Preparation" Article. E. Examination Report: Submit a summary report of the examination review required in "Examination" Article. F. Certified TAB reports. G. Sample report forms. H. Instrument calibration reports, to include the following: 1. Instrument type and make. 2. Serial number. 3. Application. 4. Dates of use. 5. Dates of calibration. 1.6 QUALITY ASSURANCE A. TAB Specialists Qualifications, Certified by AABC: 1. TAB Field Supervisor: Employee of the TAB specialist and certified by AABC. 2. TAB Technician: Employee of the TAB specialist and certified by AABC. B. TAB Specialists Qualifications, Certified by NEBB or TABB: 1. TAB Field Supervisor: Employee of the TAB specialist and certified by NEBB or TABB. 2. TAB Technician: Employee of the TAB specialist and certified by NEBB or TABB. C. Instrumentation Type, Quantity, Accuracy, and Calibration: Comply with requirements in ASHRAE 111, Section 4, "Instrumentation." D. ASHRAE/IES 90.1 Compliance: Applicable requirements in ASHRAE/IES 90.1, Section 6.7.2.3 - "System Balancing." FAA 3-19-0094-054 (CARES DEV) 23 05 93-2 Improve Terminal Building Testing, Adjusting, and Balancing For HVAC Waterloo Regional Airport - 60675091 E. Code and AHJ Compliance: TAB is required to comply with governing codes and requirements of authorities having jurisdiction. 1.7 FIELD CONDITIONS A. Full Owner Occupancy: Owner will occupy the site and existing building during entire TAB period. Cooperate with Owner during TAB operations to minimize conflicts with Owner's operations. B. Partial Owner Occupancy: Owner may occupy completed areas of building before Substantial Completion. Cooperate with Owner during TAB operations to minimize conflicts with Owner's operations. PART 2- PRODUCTS (Not Applicable) PART 3 - EXECUTION 3.1 EXAMINATION A. Examine the Contract Documents to become familiar with Project requirements and to discover conditions in systems designs that may preclude proper TAB of systems and equipment. B. Examine installed systems for balancing devices, such as test ports, gauge cocks, thermometer wells, flow -control devices, balancing valves and fittings, and manual volume dampers. Verify that locations of these balancing devices are applicable for intended purpose and are accessible. C. Examine the approved submittals for HVAC systems and equipment. D. Examine design data, including HVAC system descriptions, statements of design assumptions for environmental conditions and systems output, and statements of philosophies and assumptions about HVAC system and equipment controls. E. Examine ceiling plenums and underfloor air plenums used for HVAC to verify that they are properly separated from adjacent areas and sealed. F. Examine equipment performance data, including fan and pump curves. 1. Relate performance data to Project conditions and requirements, including system effects that can create undesired or unpredicted conditions that cause reduced capacities in all or part of a system. 2. Calculate system -effect factors to reduce performance ratings of HVAC equipment when installed under conditions different from the conditions used to rate equipment performance. To calculate system effects for air systems, use tables and charts found in AMCA 201, "Fans and Systems," or in SMACNA's "HVAC Systems - Duct Design." Compare results with the design data and installed conditions. G. Examine system and equipment installations and verify that field quality -control testing, cleaning, and adjusting specified in individual Sections have been performed. H. Examine test reports specified in individual system and equipment Sections. FAA 3-19-0094-054 (CARES DEV) 23 05 93-3 Improve Terminal Building Testing, Adjusting, and Balancing For HVAC Waterloo Regional Airport - 60675091 I. Examine HVAC equipment and verify that bearings are greased, belts are aligned and tight, filters are clean, and equipment with functioning controls is ready for operation. J. Examine terminal units, such as variable -air -volume boxes, and verify that they are accessible, and their controls are connected and functioning. K. Examine temporary and permanent strainers. Verify that temporary strainer screens used during system cleaning and flushing have been removed and permanent strainer baskets are installed and clean. L. Examine control valves for proper installation for their intended function of isolating, throttling, diverting, or mixing fluid flows. M. Examine heat -transfer coils for correct piping connections and for clean and straight fins. N. Examine system pumps to ensure absence of entrained air in the suction piping. O. Examine operating safety interlocks and controls on HVAC equipment. P. Examine control dampers for proper installation for their intended function of isolating, throttling, diverting, or mixing air flows. Q. Report deficiencies discovered before and during performance of TAB procedures. Observe and record system reactions to changes in conditions. Record default set points if different from indicated values. 3.2 PREPARATION A. Prepare a TAB plan that includes the following: 1. Equipment and systems to be tested. 2. Strategies and step-by-step procedures for balancing the systems. 3. Instrumentation to be used. 4. Sample forms with specific identification for all equipment. B. Perform system -readiness checks of HVAC systems and equipment to verify system readiness for TAB work. Include, at a minimum, the following: 1. Airside: a. Verify that leakage and pressure tests on air distribution systems have been satisfactorily completed. b. Duct systems are complete with terminals installed. c. Volume, smoke, and fire dampers are open and functional. d. Clean filters are installed. e. Fans are operating, free of vibration, and rotating in correct direction. f. Variable -frequency controllers' startup is complete, and safeties are verified. g. Automatic temperature -control systems are operational. h. Ceilings are installed. i. Windows and doors are installed. j. Suitable access to balancing devices and equipment is provided. 2. Hydronics: a. Verify leakage and pressure tests on water distribution systems have been satisfactorily completed. FAA 3-19-0094-054 (CARES DEV) 23 05 93-4 Improve Terminal Building Testing, Adjusting, and Balancing For HVAC Waterloo Regional Airport - 60675091 b. Piping is complete with terminals installed. c. Water treatment is complete. d. Systems are flushed, filled, and air purged. e. Strainers are pulled and cleaned. f. Control valves are functioning in accordance with the sequence of operation. g. Shutoff and balance valves have been verified to be 100 percent open. h. Pumps are started and proper rotation is verified. i. Pump gauge connections are installed directly at pump inlet and outlet flanges or in discharge and suction pipe prior to valves or strainers. j. Variable -frequency controllers' startup is complete, and safeties are verified. k. Suitable access to balancing devices and equipment is provided. 3.3 GENERAL PROCEDURES FOR TESTING AND BALANCING A. Perform testing and balancing procedures on each system in accordance with the procedures contained in NEBB's "Procedural Standards for Testing, Adjusting, and Balancing of Environmental Systems" and in this Section. B. Cut insulation, ducts, pipes, and equipment casings for installation of test probes to the minimum extent necessary for TAB procedures. 1. After testing and balancing, patch probe holes in ducts with same material and thickness as used to construct ducts. 2. After testing and balancing, install test ports and duct access doors that comply with requirements in Section 233300 "Air Duct Accessories." 3. Where holes for probes are required in piping or hydronic equipment, install pressure and temperature test plugs to seal systems. 4. Install and join new insulation that matches removed materials. Restore insulation, coverings, vapor barrier, and finish in accordance with Section 230713 "Duct Insulation," Section 230716 "HVAC Equipment Insulation," and Section 230719 "HVAC Piping Insulation." C. Mark equipment and balancing devices, including damper -control positions, valve position indicators, fan -speed -control levers, and similar controls and devices, with paint or other suitable, permanent identification material to show final settings. D. Take and report testing and balancing measurements in inch -pound (IP) units. 3.4 TESTING, ADJUSTING, AND BALANCING OF HVAC EQUIPMENT A. Test, adjust, and balance HVAC equipment indicated on Drawings, including, but not limited to, the following: 1. Motors. 2. Pumps. 3. Fans and ventilators. 4. Terminal units. 5. Boilers. 6. Unit heaters. 7. Water chillers. 8. Air -handling units. 9. Coils. 10. Fan coil units. 11. Unit ventilators. FAA 3-19-0094-054 (CARES DEV) 23 05 93-5 Improve Terminal Building Testing, Adjusting, and Balancing For HVAC Waterloo Regional Airport - 60675091 3.5 GENERAL PROCEDURES FOR BALANCING AIR SYSTEMS A. Prepare test reports for both fans and outlets. Obtain manufacturer's outlet factors and recommended testing procedures. Crosscheck the summation of required outlet volumes with required fan volumes. B. Prepare schematic diagrams of systems' Record drawings duct layouts. C. For variable -air -volume systems, develop a plan to simulate diversity. D. Determine the best locations in main and branch ducts for accurate duct -airflow measurements. E. Check airflow patterns from the outdoor -air louvers and dampers and the return- and exhaust -air dampers through the supply -fan discharge and mixing dampers. F. Locate start -stop and disconnect switches, electrical interlocks, and motor starters. G. Verify that motor starters are equipped with properly sized thermal protection. H. Check dampers for proper position to achieve desired airflow path. I. Check for airflow blockages. J. Check condensate drains for proper connections and functioning. K. Check for proper sealing of air -handling -unit components. 3.6 PROCEDURES FOR VARIABLE -AIR -VOLUME SYSTEMS A. Adjust the variable -air -volume systems as follows: 1. Verify that the system static pressure sensor is located two-thirds of the distance down the duct from the fan discharge. 2. Verify that the system is under static pressure control. 3. Select the terminal unit that is most critical to the supply -fan airflow. Measure inlet static pressure and adjust system static pressure control set point so the entering static pressure for the critical terminal unit is not less than the sum of the terminal -unit manufacturer's recommended minimum inlet static pressure plus the static pressure needed to overcome terminal -unit discharge system losses. 4. Calibrate and balance each terminal unit for maximum and minimum design airflow as follows: a. Adjust controls so that terminal is calling for maximum airflow. Some controllers require starting with minimum airflow. Verify calibration procedure for specific project. b. Measure airflow and adjust calibration factor as required for design maximum airflow. Record calibration factor. c. When maximum airflow is correct, balance the air outlets downstream from terminal units. d. Adjust controls so that terminal is calling for minimum airflow. e. Measure airflow and adjust calibration factor as required for design minimum airflow. Record calibration factor. If no minimum calibration is available, note any deviation from design airflow. f. On constant volume terminals, in critical areas where room pressure is to be maintained, verify that the airflow remains constant over the full range of full cooling to full heating. Note any deviation from design airflow or room pressure. FAA 3-19-0094-054 (CARES DEV) 23 05 93-6 Improve Terminal Building Testing, Adjusting, and Balancing For HVAC Waterloo Regional Airport - 60675091 5. After terminals have been calibrated and balanced, test and adjust system for total airflow. Adjust fans to deliver total design airflows within the maximum allowable fan speed listed by fan manufacturer. a. Set outside -air, return -air, and relief -air dampers for proper position that simulates minimum outdoor -air conditions. b. Set terminals for maximum airflow. If system design includes diversity, adjust terminals for maximum and minimum airflow, so that connected total matches fan selection and simulates actual load in the building. c. Where duct conditions allow, measure airflow by main Pitot-tube traverse. If necessary, perform multiple Pitot-tube traverses close to the fan and prior to any outlets, to obtain total airflow. d. Where duct conditions are unsuitable for Pitot-tube traverse measurements, a coil traverse may be acceptable. 6. Measure fan static pressures as follows: a. Measure static pressure directly at the fan outlet or through the flexible connection. b. Measure static pressure directly at the fan inlet or through the flexible connection. c. Measure static pressure across each component that makes up the air -handling system. d. Report any artificial loading of filters at the time static pressures are measured. 7. Set final return and outside airflow to the fan while operating at maximum return airflow and minimum outdoor airflow. a. Balance the return -air ducts and inlets. b. Verify that terminal units are meeting design airflow under system maximum flow. 8. Re -measure the inlet static pressure at the most critical terminal unit and adjust the system static pressure set point to the most energy -efficient set point to maintain the optimum system static pressure. Record set point and give to controls Contractor. 9. Verify final system conditions as follows: a. Re -measure and confirm that minimum outdoor, return, and relief airflows are within design. Readjust to match design if necessary. b. Re -measure and confirm that total airflow is within design. c. Re -measure final fan operating data, speed, volts, amps, and static profile. d. Mark final settings. e. Test system in economizer mode. Verify proper operation and adjust if necessary. Measure and record all operating data. f. Verify tracking between supply and return fans. 3.7 GENERAL PROCEDURES FOR HYDRONIC SYSTEMS A. Prepare test reports for pumps, coils, and other equipment. Obtain approved submittals and manufacturer - recommended testing procedures. Crosscheck the summation of required coil and equipment flow rates with pump design flow rate. B. Prepare schematic diagrams of systems' Record drawings piping layouts. C. In addition to requirements in "Preparation" Article, prepare hydronic systems for testing and balancing as follows: 1. Check expansion tank for proper setting. FAA 3-19-0094-054 (CARES DEV) 23 05 93-7 Improve Terminal Building Testing, Adjusting, and Balancing For HVAC Waterloo Regional Airport - 60675091 2. Check highest vent for adequate pressure. 3. Check flow -control valves for proper position. 4. Locate start -stop and disconnect switches, electrical interlocks, and motor controllers. 5. Verify that motor controllers are equipped with properly sized thermal protection. 6. Check that air has been purged from the system. D. Measure and record upstream and downstream pressure of each piece of equipment. E. Measure and record upstream and downstream pressure of pressure -reducing valves. F. Check settings and operation of automatic temperature -control valves, self-contained control valves, and pressure -reducing valves. Record final settings. 1. Check settings and operation of each safety valve. Record settings. 3.8 PROCEDURES FOR CONSTANT -FLOW HYDRONIC SYSTEMS A. Adjust pumps to deliver total design flow. 1. Measure total water flow. a. Position valves for full flow through coils. b. Measure flow by main flow meter, if installed. c. If main flow meter is not installed, determine flow by pump TDH or known equipment pressure drop. 2. Measure pump TDH as follows: a. Measure discharge pressure directly at the pump outlet flange or in discharge pipe prior to any valves. b. Measure inlet pressure directly at the pump inlet flange or in suction pipe prior to any valves or strainers. c. Convert pressure to head and correct for differences in gauge heights. d. Verify pump impeller size by measuring the TDH with the discharge valve closed. Note the point on manufacturer's pump curve at zero flow and verify that the pump has the intended impeller size. e. With valves open, read pump TDH. Adjust pump discharge valve until design water flow is achieved. If excessive throttling is required to achieve desired flow, recommend pump impellers be trimmed to reduce excess throttling. 3. Monitor motor performance during procedures, and do not operate motor in an overloaded condition. B. Adjust flow -measuring devices installed in mains and branches to design water flows. 1. Measure flow in main and branch pipes. 2. Adjust main and branch balance valves for design flow. 3. Re -measure each main and branch after all have been adjusted. C. Adjust flow -measuring devices installed at terminals for each space to design water flows. 1. Measure flow at terminals 2. Adjust each terminal to design flow. 3. Re -measure each terminal after it is adjusted. FAA 3-19-0094-054 (CARES DEV) 23 05 93-8 Improve Terminal Building Testing, Adjusting, and Balancing For HVAC Waterloo Regional Airport - 60675091 4. Position control valves to bypass the coil and adjust the bypass valve to maintain design flow. 5. Perform temperature tests after flows have been balanced. D. For systems with pressure -independent valves at terminals: 1. Measure differential pressure and verify that it is within manufacturer's specified range. 2. Perform temperature tests after flows have been verified. E. For systems without pressure -independent valves or flow -measuring devices at terminals: 1. Measure and balance coils by either coil pressure drop or temperature method. 2. If balanced by coil pressure drop, perform temperature tests after flows have been verified. F. Verify final system conditions as follows: 1. Re -measure and confirm that total water flow is within design. 2. Re -measure final pumps' operating data, TDH, volts, amps, and static profile. 3. Mark final settings. G. Verify that memory stops have been set. 3.9 PROCEDURES FOR PRIMARY -SECONDARY HYDRONIC SYSTEMS A. Balance the primary circuit flow first. B. Balance the secondary circuits after the primary circuits are complete. C. Adjust pumps to deliver total design flow. 1. Measure total water flow. a. Position valves for full flow through coils. b. Measure flow by main flow meter, if installed. c. If main flow meter is not installed, determine flow by pump TDH or known equipment pressure drop. 2. Measure pump TDH as follows: a. Measure discharge pressure directly at the pump outlet flange or in discharge pipe prior to any valves. b. Measure inlet pressure directly at the pump inlet flange or in suction pipe prior to any valves or strainers. c. Convert pressure to head and correct for differences in gauge heights. d. Verify pump impeller size by measuring the TDH with the discharge valve closed. Note the point on manufacturer's pump curve at zero flow and verify that the pump has the intended impeller size. e. With valves open, read pump TDH. Adjust pump discharge valve or speed until design water flow is achieved. If excessive throttling is required to achieve desired flow, recommend pump impellers be trimmed to reduce excess throttling. 3. Monitor motor performance during procedures, and do not operate motor in an overloaded condition. D. Adjust flow -measuring devices installed in mains and branches to design water flows. FAA 3-19-0094-054 (CARES DEV) 23 05 93-9 Improve Terminal Building Testing, Adjusting, and Balancing For HVAC Waterloo Regional Airport - 60675091 1. Measure flow in main and branch pipes. 2. Adjust main and branch balance valves for design flow. 3. Re -measure each main and branch after all have been adjusted. E. Adjust flow -measuring devices installed at terminals for each space to design water flows. 1. Measure flow at terminals. 2. Adjust each terminal to design flow. 3. Re -measure each terminal after it is adjusted. 4. Position control valves to bypass the coil and adjust the bypass valve to maintain design flow. 5. Perform temperature tests after flows have been balanced. F. For systems with pressure -independent valves at terminals: 1. Measure differential pressure and verify that it is within manufacturer's specified range. 2. Perform temperature tests after flows have been verified. G. For systems without pressure -independent valves or flow -measuring devices at terminals- 1. Measure and balance coils by either coil pressure drop or temperature method. 2. If balanced by coil pressure drop, perform temperature tests after flows have been verified. H. Verify final system conditions as follows: 1. Re -measure and confirm that total water flow is within design. 2. Re -measure final pumps' operating data, TDH, volts, amps, speed, and static profile. 3. Mark final settings. I. Verify that memory stops have been set. 3.10 PROCEDURES FOR MOTORS A. Motors 1/2 HP and Larger: Test at final balanced conditions and record the following data: 1. Manufacturer's name, model number, and serial number. 2. Motor horsepower rating. 3. Motor rpm. 4. Phase and hertz. 5. Nameplate and measured voltage, each phase. 6. Nameplate and measured amperage, each phase. 7. Starter size and thermal -protection -element rating. 8. Service factor and frame size. B. Motors Driven by Variable -Frequency Controllers: Test manual bypass of controller to prove proper operation. 3.11 PROCEDURES FOR WATER CHILLERS A. Air -Cooled Chillers: Balance water flow through each evaporator to within specified tolerances of indicated flow, with all pumps operating. With only one chiller operating in a multiple -chiller installation, do not exceed the flow for the maximum tube velocity recommended by the chiller manufacturer. Measure and record the following data with each chiller operating at design conditions: FAA 3-19-0094-054 (CARES DEV) 23 05 93-10 Improve Terminal Building Testing, Adjusting, and Balancing For HVAC Waterloo Regional Airport - 60675091 1. Evaporator -water entering and leaving temperatures, pressure drop, and water flow. 2. Evaporator and condenser refrigerant temperatures and pressures, using instruments furnished by chiller manufacturer. 3. Power factor if factory -installed instrumentation is furnished for measuring kilowatts. 4. Kilowatt input if factory -installed instrumentation is furnished for measuring kilowatts. 5. Capacity: Calculate in tons of cooling. 6. Efficiency: Calculate operating efficiency for comparison to submitted equipment. 7. Verify condenser -fan rotation and record fan and motor data, including number of fans and entering- and leaving -air temperatures. 3.12 PROCEDURES FOR AIR-COOLED CONDENSING UNITS A. Verify proper rotation of fan(s). B. Measure and record entering- and leaving -air temperatures. C. Measure and record entering and leaving refrigerant pressures. D. Measure and record operating data of compressor(s), fan(s), and motors. 3.13 PROCEDURES FOR BOILERS A. Hydronic Boilers: 1. Measure and record entering- and leaving -water temperatures. 2. Measure and record water flow. 3. Measure and record pressure drop. 4. Measure and Record relief valve(s) pressure setting. 5. Capacity: Calculate in Btu/h (kW) of heating output. 6. Fuel Consumption: If boiler fuel supply is equipped with flow meter, measure and record consumption. 7. Efficiency: Calculate operating efficiency for comparison to submitted equipment. 8. Fan, motor, and motor controller operating data. 3.14 PROCEDURES FOR HEAT -TRANSFER COILS A. Measure, adjust, and record the following data for each hydronic coil: 1. Entering- and leaving -water temperature. 2. Water flow rate. 3. Water pressure drop. 4. Dry-bulb temperature of entering and leaving air. 5. Wet -bulb temperature of entering and leaving air for cooling coils. 6. Airflow. 7. Air pressure drop. B. Measure, adjust, and record the following data for each electric heating coil: 1. Nameplate data. 2. Airflow. 3. Entering- and leaving -air temperature at full load. 4. Air pressure drop. FAA 3-19-0094-054 (CARES DEV) 23 05 93-11 Improve Terminal Building Testing, Adjusting, and Balancing For HVAC Waterloo Regional Airport - 60675091 5. Voltage and amperage input of each phase at full load. 6. Calculated kilowatt at full load. 7. Fuse or circuit -breaker rating for overload protection. C. Measure, adjust, and record the following data for each steam coil: 1. Dry-bulb temperature of entering and leaving air. 2. Airflow. 3. Inlet steam pressure. D. Measure, adjust, and record the following data for each refrigerant coil: 1. Dry-bulb temperature of entering and leaving air. 2. Wet -bulb temperature of entering and leaving air. 3. Airflow. 4. Air pressure drop. 5. Entering and leaving refrigerant pressure and temperatures. 3.15 HVAC CONTROLS VERIFICATION A. In conjunction with system balancing, perform the following: 1. Verify HVAC control system is operating within the design limitations. 2. Confirm that the sequences of operation are in compliance with Contract Documents. 3. Verify that controllers are calibrated and function as intended. 4. Verify that controller set points are as indicated. 5. Verify the operation of lockout or interlock systems. 6. Verify the operation of valve and damper actuators. 7. Verify that controlled devices are properly installed and connected to correct controller. 8. Verify that controlled devices travel freely and are in position indicated by controller: open, closed, or modulating. 9. Verify location and installation of sensors to ensure that they sense only intended temperature, humidity, or pressure. B. Reporting: Include a summary of verifications performed, remaining deficiencies, and variations from indicated conditions. 3.16 PROCEDURES FOR TESTING, ADJUSTING, AND BALANCING EXISTING SYSTEMS A. Perform a preconstruction inspection of existing equipment that is to remain and be reused. 1. Measure and record the operating speed, airflow, and static pressure of each fan and equipment with fan(s). 2. Measure and record flows, temperatures, and pressures of each piece of equipment in each hydronic system. Compare the values to design or nameplate information, where information is available. 3. Measure motor voltage and amperage. Compare the values to motor nameplate information. 4. Check the refrigerant charge. 5. Check the condition of filters. 6. Check the condition of coils. 7. Check the operation of the drain pan and condensate -drain trap. 8. Check bearings and other lubricated parts for proper lubrication. FAA 3-19-0094-054 (CARES DEV) 23 05 93-12 Improve Terminal Building Testing, Adjusting, and Balancing For HVAC Waterloo Regional Airport - 60675091 9. Report on the operating condition of the equipment and the results of the measurements taken. Report deficiencies. B. TAB After Construction: Before performing testing and balancing of renovated existing systems, inspect existing equipment that is to remain and be reused to verify that existing equipment has been cleaned and refurbished in accordance with renovation scope indicated by Contract Documents. Verify the following: 1. New filters are installed. 2. Coils are clean and fins combed. 3. Drain pans are clean. 4. Fans are clean. 5. Bearings and other parts are properly lubricated. 6. Deficiencies noted in the preconstruction report are corrected. C. Perform testing and balancing of existing systems to the extent that existing systems are affected by the renovation work. 1. Compare the indicated airflow of the renovated work to the measured fan airflows and determine the new fan speed and the face velocity of filters and coils. 2. Verify that the indicated airflows of the renovated work result in filter and coil face velocities and fan speeds that are within the acceptable limits defined by equipment manufacturer. 3. If calculations increase or decrease the airflow rates and water flow rates by more than 5 percent, make equipment adjustments to achieve the calculated rates. If increase or decrease is 5 percent or less, equipment adjustments are not required. 4. Balance each air outlet. 3.17 TOLERANCES A. Set HVAC system's airflow rates and water flow rates within the following tolerances: 1. Supply, Return, and Exhaust Fans and Equipment with Fans: Plus or minus 10 percent. If design value is less than 100 cfm (47 L/s), within 10 cfm (4.7 L/s). 2. Air Outlets and Inlets: Plus or minus 10 percent. If design value is less than 100 cfm (47 L/s), within 10 cfm (4.7 L/s). 3. Heating -Water Flow Rate: Plus or minus 5 percent. If design value is less than 10 gpm (0.63 L/s), within 10 percent. 4. Chilled -Water Flow Rate: Plus or minus 5 percent. If design value is less than 10 gpm (0.63 L/s), within 10 percent. 5. Condenser -Water Flow Rate: Plus or minus 5 percent. B. Maintaining pressure relationships as designed shall have priority over the tolerances specified above. 3.18 PROGRESS REPORTING A. Initial Construction -Phase Report: Based on examination of the Contract Documents as specified in "Examination" Article, prepare a report on the adequacy of design for system -balancing devices. Recommend changes and additions to system -balancing devices, to facilitate proper performance measuring and balancing. Recommend changes and additions to HVAC systems and general construction to allow access for performance -measuring and -balancing devices. B. Status Reports: Prepare monthly progress reports to describe completed procedures, procedures in progress, and scheduled procedures. Include a list of deficiencies and problems found in systems being FAA 3-19-0094-054 (CARES DEV) 23 05 93-13 Improve Terminal Building Testing, Adjusting, and Balancing For HVAC Waterloo Regional Airport - 60675091 tested and balanced. Prepare a separate report for each system and each building floor for systems serving multiple floors. 3.19 FINAL REPORT A. General: Prepare a certified written report; tabulate and divide the report into separate sections for tested systems and balanced systems. 1. Include a certification sheet at the front of the report's binder, signed and sealed by the certified testing and balancing engineer. 2. Include a list of instruments used for procedures, along with proof of calibration. 3. Certify validity and accuracy of field data. B. Final Report Contents: In addition to certified field -report data, include the following: 1. Pump curves. 2. Fan curves. 3. Manufacturers' test data. 4. Field test reports prepared by system and equipment installers. 5. Other information relative to equipment performance; do not include Shop Drawings and Product Data. C. General Report Data: In addition to form titles and entries, include the following data: 1. Title page. 2. Name and address of the TAB specialist. 3. Project name. 4. Project location. 5. Architect's name and address. 6. Engineer's name and address. 7. Contractor's name and address. 8. Report date. 9. Signature of TAB supervisor who certifies the report. 10. Table of Contents with the total number of pages defined for each section of the report. Number each page in the report. 11. Summary of contents, including the following: a. Indicated versus final performance. b. Notable characteristics of systems. c. Description of system operation sequence if it varies from the Contract Documents. 12. Nomenclature sheets for each item of equipment. 13. Data for terminal units, including manufacturer's name, type, size, and fittings. 14. Notes to explain why certain final data in the body of reports vary from indicated values. 15. Test conditions for fans performance forms, including the following: a. Settings for outdoor-, return-, and exhaust -air dampers. b. Conditions of filters. c. Cooling coil, wet- and dry-bulb conditions. d. Heating coil, dry-bulb conditions. e. Face and bypass damper settings at coils. f. Fan drive settings, including settings and percentage of maximum pitch diameter. g. Settings for pressure controller(s). h. Other system operating conditions that affect performance. FAA 3-19-0094-054 (CARES DEV) 23 05 93-14 Improve Terminal Building Testing, Adjusting, and Balancing For HVAC Waterloo Regional Airport - 60675091 16. Test conditions for pump performance forms, including the following: a. Variable -frequency controller settings for variable -flow hydronic systems. b. Settings for pressure controller(s). c. Other system operating conditions that affect performance. D. System Diagrams: Include schematic layouts of air and hydronic distribution systems. Present each system with single -line diagram and include the following: 1. Quantities of outdoor, supply, return, and exhaust airflows. 2. Water and steam flow rates. 3. Duct, outlet, and inlet sizes. 4. Pipe and valve sizes and locations. 5. Terminal units. 6. Balancing stations. 7. Position of balancing devices. E. Air -Handling -Unit Test Reports: For air -handling units, include the following: 1. Unit Data: a. Unit identification. b. Location. c. Make and type. d. Model number and unit size. e. Manufacturer's serial number. f. Unit arrangement and class. g. Discharge arrangement. h. Sheave make, size in inches (mm), and bore. i. Center -to -center dimensions of sheave and amount of adjustments in inches (mm). j. Number, make, and size of belts. k. Number, type, and size of filters. 2. Motor Data: a. Motor make and frame type and size. b. Horsepower and speed. c. Volts, phase, and hertz. d. Full -load amperage and service factor. e. Sheave make, size in inches (mm), and bore. f. Center -to -center dimensions of sheave and amount of adjustments in inches (mm). 3. Test Data (Indicated and Actual Values): a. Total airflow rate in cfm (L/s). b. Total system static pressure in inches wg (Pa). c. Fan speed. d. Inlet and discharge static pressure in inches wg (Pa). e. For each filter bank, filter static -pressure differential in inches wg (Pa). f. Preheat -coil static -pressure differential in inches wg (Pa). g. Cooling -coil static -pressure differential in inches wg (Pa). h. Heating -coil static -pressure differential in inches wg (Pa). i. List for each internal component with pressure -drop, static -pressure differential in inches wg (Pa). j. Outdoor airflow in cfm (L/s). FAA 3-19-0094-054 (CARES DEV) 23 05 93-15 Improve Terminal Building Testing, Adjusting, and Balancing For HVAC Waterloo Regional Airport - 60675091 k. Return airflow in cfm (L/s). 1. Outdoor -air damper position. m. Return -air damper position. F. Apparatus -Coil Test Reports: 1. Coil Data: a. System identification. b. Location. c. Coil type. d. Number of rows. e. Fin spacing in fins per inch (mm) o.c. f. Make and model number. g. Face area in sq. ft. (sq. m). h. Tube size in NPS (DN). i. Tube and fin materials. j. Circuiting arrangement. 2. Test Data (Indicated and Actual Values): a. Airflow rate in cfm (L/s). b. Average face velocity in fpm (m/s). c. Air pressure drop in inches wg (Pa). d. Outdoor -air, wet- and dry-bulb temperatures in deg F (deg C). e. Return -air, wet- and dry-bulb temperatures in deg F (deg C). f. Entering -air, wet- and dry-bulb temperatures in deg F (deg C). g. Leaving -air, wet- and dry-bulb temperatures in deg F (deg C). h. Water flow rate in gpm (L/s). i. Water pressure differential in feet of head or psig (kPa). j. Entering -water temperature in deg F (deg C). k. Leaving -water temperature in deg F (deg C). 1. Refrigerant expansion valve and refrigerant types. m. Refrigerant suction pressure in psig (kPa). n. Refrigerant suction temperature in deg F (deg C). G. Gas- and Oil -Fired Heat Apparatus Test Reports: In addition to manufacturer's factory startup equipment reports, include the following: 1. Unit Data: a. System identification. b. Location. c. Make and type. d. Model number and unit size. e. Manufacturer's serial number. f. Fuel type in input data. g. Output capacity in Btu/h (kW). h. Ignition type. i. Burner -control types. j. Motor horsepower and speed. k. Motor volts, phase, and hertz. 1. Motor full -load amperage and service factor. m. Sheave make, size in inches (mm), and bore. n. Center -to -center dimensions of sheave and amount of adjustments in inches (mm). FAA 3-19-0094-054 (CARES DEV) 23 05 93-16 Improve Terminal Building Testing, Adjusting, and Balancing For HVAC Waterloo Regional Airport - 60675091 2. Test Data (Indicated and Actual Values): a. Total airflow rate in cfm (L/s). b. Entering -air temperature in deg F (deg C). c. Leaving -air temperature in deg F (deg C). d. Air temperature differential in deg F (deg C). e. Entering -air static pressure in inches wg (Pa). f. Leaving -air static pressure in inches wg (Pa). g. Air static -pressure differential in inches wg (Pa). h. Low -fire fuel input in Btu/h (kW). i. High -fire fuel input in Btu/h (kW). j. Manifold pressure in psig (kPa). k. High -temperature -limit setting in deg F (deg C). 1. Operating set point in Btu/h (kW). m. Motor voltage at each connection. n. Motor amperage for each phase. o. Heating value of fuel in Btu/h (kW). H. Electric -Coil Test Reports: For electric furnaces, duct coils, and electric coils installed in central -station air -handling units, include the following: 1. Unit Data: a. System identification. b. Location. c. Coil identification. d. Capacity in Btu/h (kW). e. Number of stages. f. Connected volts, phase, and hertz. g. Rated amperage. h. Airflow rate in cfm (L/s). i. Face area in sq. ft. (sq. m). j. Minimum face velocity in fpm (m/s). 2. Test Data (Indicated and Actual Values): a. Heat output in Btu/h (kW). b. Airflow rate in cfm (L/s). c. Air velocity in fpm (m/s). d. Entering -air temperature in deg F (deg C). e. Leaving -air temperature in deg F (deg C). f. Voltage at each connection. g. Amperage for each phase. I. Fan Test Reports: For supply, return, and exhaust fans, include the following: 1. Fan Data: a. System identification. b. Location. c. Make and type. d. Model number and size. e. Manufacturer's serial number. f. Arrangement and class. g. Sheave make, size in inches (mm), and bore. FAA 3-19-0094-054 (CARES DEV) 23 05 93-17 Improve Terminal Building Testing, Adjusting, and Balancing For HVAC Waterloo Regional Airport - 60675091 h. Center -to -center dimensions of sheave and amount of adjustments in inches (mm). 2. Motor Data: a. Motor make and frame type and size. b. Horsepower and speed. c. Volts, phase, and hertz. d. Full -load amperage and service factor. e. Sheave make, size in inches (mm), and bore. f. Center -to -center dimensions of sheave and amount of adjustments in inches (mm). g. Number, make, and size of belts. 3. Test Data (Indicated and Actual Values): a. Total airflow rate in cfm (L/s). b. Total system static pressure in inches wg (Pa). c. Fan speed. d. Discharge static pressure in inches wg (Pa). e. Suction static pressure in inches wg (Pa). J. Round, Flat -Oval, and Rectangular Duct Traverse Reports: Include a diagram with a grid representing the duct cross-section and record the following: 1. Report Data: a. System fan and air -handling -unit number. b. Location and zone. c. Traverse air temperature in deg F (deg C). d. Duct static pressure in inches wg (Pa). e. Duct size in inches (mm). f. Duct area in sq. ft. (sq. m). g. Indicated airflow rate in cfm (L/s). h. Indicated velocity in fpm (m/s). i. Actual airflow rate in cfm (L/s). j. Actual average velocity in fpm (m/s). k. Barometric pressure in psig (Pa). K. Air -Terminal -Device Reports: 1. Unit Data: a. System and air -handling unit identification. b. Location and zone. c. Apparatus used for test. d. Area served. e. Make. f. Number from system diagram. g. Type and model number. h. Size. i. Effective area in sq. ft. (sq. m). 2. Test Data (Indicated and Actual Values): a. Airflow rate in cfm (L/s). b. Air velocity in fpm (m/s). FAA 3-19-0094-054 (CARES DEV) 23 05 93-18 Improve Terminal Building Testing, Adjusting, and Balancing For HVAC Waterloo Regional Airport - 60675091 c. Preliminary airflow rate as needed in cfm (L/s). d. Preliminary velocity as needed in fpm (m/s). e. Final airflow rate in cfm (L/s). f. Final velocity in fpm (m/s). g. Space temperature in deg F (deg C). L. System -Coil Reports: For reheat coils and water coils of terminal units, include the following: 1. Unit Data: a. System and air -handling -unit identification. b. Location and zone. c. Room or riser served. d. Coil make and size. e. Flowmeter type. 2. Test Data (Indicated and Actual Values): a. Airflow rate in cfm (L/s). b. Entering -water temperature in deg F (deg C). c. Leaving -water temperature in deg F (deg C). d. Water pressure drop in feet of head or psig (kPa). e. Entering -air temperature in deg F (deg C). f. Leaving -air temperature in deg F (deg C). M. Pump Test Reports: Calculate impeller size by plotting the shutoff head on pump curves, and include the following: 1. Unit Data: a. Unit identification. b. Location. c. Service. d. Make and size. e. Model number and serial number. f. Water flow rate in gpm (L/s). g. Water pressure differential in feet of head or psig (kPa). h. Required net positive suction head in feet of head or psig (kPa). i. Pump speed. j. Impeller diameter in inches (mm). k. Motor make and frame size. 1. Motor horsepower and rpm. m. Voltage at each connection. n. Amperage for each phase. o. Full -load amperage and service factor. p. Seal type. 2. Test Data (Indicated and Actual Values): a. Static head in feet of head or psig (kPa). b. Pump shutoff pressure in feet of head or psig (kPa). c. Actual impeller size in inches (mm). d. Full -open flow rate in gpm (L/s). e. Full -open pressure in feet of head or psig (kPa). f. Final discharge pressure in feet of head or psig (kPa). FAA 3-19-0094-054 (CARES DEV) 23 05 93-19 Improve Terminal Building Testing, Adjusting, and Balancing For HVAC Waterloo Regional Airport - 60675091 g. Final suction pressure in feet of head or psig (kPa). h. Final total pressure in feet of head or psig (kPa). i. Final water flow rate in gpm (L/s). j. Voltage at each connection. k. Amperage for each phase. N. Instrument Calibration Reports: 1. Report Data: a. Instrument type and make. b. Serial number. c. Application. d. Dates of use. e. Dates of calibration. 3.20 VERIFICATION OF TAB REPORT A. The TAB specialist's test and balance engineer shall conduct the inspection in the presence of Construction Manager. B. Construction Manager shall randomly select measurements, documented in the final report, to be rechecked. Rechecking shall be limited to the lesser of either 10 percent of the total measurements recorded or the extent of measurements that can be accomplished in a normal 8-hour business day. C. If rechecks yield measurements that differ from the measurements documented in the final report by more than the tolerances allowed, the measurements shall be noted as "FAILED." D. If the number of "FAILED" measurements is greater than 10 percent of the total measurements checked during the final inspection, the TAB shall be considered incomplete and shall be rejected. E. If recheck measurements find the number of failed measurements noncompliant with requirements indicated, proceed as follows: 1. TAB specialists shall recheck all measurements and make adjustments. Revise the final report and balancing device settings to include all changes; resubmit the final report and request a second final inspection. All changes shall be tracked to show changes made to previous report. 2. If the second final inspection also fails, Owner may pursue others Contract options to complete TAB work. F. Prepare test and inspection reports. 3.21 ADDITIONAL TESTS A. Within 90 days of completing TAB, perform additional TAB to verify that balanced conditions are being maintained throughout and to correct unusual conditions. B. Seasonal Periods: If initial TAB procedures were not performed during near -peak summer and winter conditions, perform additional TAB during near -peak summer and winter conditions. END OF SECTION 23 05 93 FAA 3-19-0094-054 (CARES DEV) 23 05 93-20 Improve Terminal Building Testing, Adjusting, and Balancing For HVAC Waterloo Regional Airport - 60675091 SECTION 23 07 19 HVAC PIPING INSULATION PART 1 - GENERAL 1.1 SUMMARY A. Section includes insulation for HVAC piping systems. 1.2 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: Include plans, elevations, sections, details, and attachments to other work. 1. Detail application of protective shields, saddles, and inserts at hangers for each type of insulation and hanger. 2. Detail attachment and covering of heat tracing inside insulation. 3. Detail insulation application at pipe expansion joints for each type of insulation. 4. Detail insulation application at elbows, fittings, flanges, valves, and specialties for each type of insulation. 5. Detail removable insulation at piping specialties. 6. Detail application of field -applied jackets. 7. Detail application at linkages of control devices. C. Samples: For each type of insulation and jacket indicated. Identify each Sample, describing product and intended use. 1.3 INFORMATIONAL SUBMITTALS A. Qualification Data: For qualified Installer. B. Material test reports. C. Field quality -control reports. 1.4 QUALITY ASSURANCE A. Installer Qualifications: Skilled mechanics who have successfully completed an apprenticeship program or craft training program. 1.5 COORDINATION A. Coordinate clearance requirements with piping Installer for piping insulation application. Before preparing piping Shop Drawings, establish and maintain clearance requirements for installation of insulation and field -applied jackets and finishes and for space required for maintenance. FAA 3-19-0094-054 (CARES DEV) 23 07 19-1 Improve Terminal Building HVAC Piping Insulation Waterloo Regional Airport - 60675091 1.6 SCHEDULING A. Schedule insulation application after pressure testing systems and, where required, after installing and testing heat tracing. Insulation application may begin on segments that have satisfactory test results. PART 2- PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Surface -Burning Characteristics: For insulation and related materials, as determined by testing identical products in accordance with ASTM E84, by a testing agency acceptable to authorities having jurisdiction. Factory label insulation, jacket materials, adhesive, mastic, tapes, and cement material containers with appropriate markings of applicable testing agency. 1. All Insulation Installed Indoors: Flame -spread index of 25 or less, and smoke -developed index of 50 or less. 2.2 INSULATION MATERIALS A. Comply with requirements in "Piping Insulation Schedule, General," "Indoor Piping Insulation Schedule," "Outdoor, Aboveground Piping Insulation Schedule," and "Outdoor, Underground Piping Insulation Schedule" articles for where insulating materials shall be applied. B. Products shall not contain asbestos, lead, mercury, or mercury compounds. C. Products that come into contact with stainless steel shall have a leachable chloride content of less than 50 ppm when tested in accordance with ASTM C871. D. Insulation materials for use on austenitic stainless steel shall be qualified as acceptable in accordance with ASTM C795. E. Foam insulation materials shall not use CFC or HCFC blowing agents in the manufacturing process. F. Cellular Glass: Inorganic, incombustible, foamed or cellulated glass with annealed, rigid, hermetically sealed cells. Comply with ASTM C552. 1. Preformed Pipe Insulation without Jacket: Type II, Class 1, unfaced. 2. Preformed Pipe Insulation with Jacket: Type II, Class 2, with factory applied ASJ jacket. 3. Fabricated shapes in accordance with ASTM C450, ASTM C585, and ASTM C1639. 4. Factory -applied jacket requirements are specified in "Factory -Applied Jackets" Article. G. Flexible Elastomeric: Closed -cell or expanded -rubber materials; suitable for maximum use temperature between minus 70 deg F (minus 57 deg C) and 220 deg F (104 deg C). Comply with ASTM C534/C534M, Type I for tubular materials, Type II, for sheet materials. H. Glass -Fiber, Preformed Pipe: Glass fibers bonded with a thermosetting resin; suitable for maximum use temperature up to 850 deg F (454 deg C) in accordance with ASTM C411. Comply with ASTM C547. 1. Preformed Pipe Insulation: Type I, Grade A with factory applied ASJ. 2. Fabricated shapes in accordance with ASTM C450 and ASTM C585. 3. Factory -applied jacket requirements are specified in "Factory -Applied Jackets" Article. FAA 3-19-0094-054 (CARES DEV) 23 07 19-2 Improve Terminal Building HVAC Piping Insulation Waterloo Regional Airport - 60675091 I. Mineral Wool, Preformed Pipe: Mandrel -wound mineral wool fibers bonded with a thermosetting resin, unfaced; suitable for maximum use temperature up to 1200 deg F (650 deg C) in accordance with ASTM C447. Comply with ASTM C547. 1. Preformed Pipe Insulation: Type II, Grade A with factory applied ASJ. 2. Fabricated shapes in accordance with ASTM C450 and ASTM C585. 2.3 ADHESIVES A. Materials shall be compatible with insulation materials, jackets, and substrates and for bonding insulation to itself and to surfaces to be insulated unless otherwise indicated. B. Cellular -Glass Adhesive: Two -component, thermosetting urethane adhesive containing no flammable solvents, with a service temperature range of minus 100 to plus 200 deg F (minus 73 to plus 93 deg C). C. Flexible Elastomeric and Polyolefin Adhesive: Solvent -based adhesive. 1. Flame -spread index shall be 25 or less and smoke -developed index shall be 50 or less as tested in accordance with ASTM E84. 2. Wet Flash Point: Below 0 deg F (minus 18 deg C). 3. Service Temperature Range: 40 to 200 deg F (4 to plus 93 deg C). 4. Color: Black. D. Glass -Fiber and Mineral Wool Adhesive: Comply with MIL-A-3316C, Class 2, Grade A. E. ASJ Adhesive and FSK and PVDC Jacket Adhesive: Comply with MIL-A-3316C, Class 2, Grade A, for bonding insulation jacket lap seams and joints. F. PVC Jacket Adhesive: Compatible with PVC jacket. 2.4 Not all manufacturers comply with sustainability requirements. If sustainability is Project goal, consult manufacturers. MASTICS AND COATINGS A. Materials shall be compatible with insulation materials, jackets, and substrates. B. Vapor -Retarder Mastic, Water Based: Suitable for indoor use on below -ambient services. 1. Water -Vapor Permeance: Comply with ASTM E96/E96M or ASTM F1249. 2. Service Temperature Range: 0 to plus 180 deg F (Minus 18 to plus 82 deg C). 3. Comply with MIL-PRF-19565C, Type II, for permeance requirements. 4. Color: White. C. Breather Mastic: Water based; suitable for indoor and outdoor use on above -ambient services. 1. Water -Vapor Permeance: ASTM E96/E96M, greater than 1.0 perm (0.66 metric perm) at manufacturer's recommended dry film thickness. 2. Service Temperature Range: 0 to plus 180 deg F (Minus 18 to plus 82 deg C). 3. Color: White. FAA 3-19-0094-054 (CARES DEV) 23 07 19-3 Improve Terminal Building HVAC Piping Insulation Waterloo Regional Airport - 60675091 2.5 SEALANTS A. Materials shall be as recommended by the insulation manufacturer and shall be compatible with insulation materials, jackets, and substrates. B. Joint Sealants: 1. Permanently flexible, elastomeric sealant. a. Service Temperature Range: Minus 150 to plus 250 deg F (Minus 101 to plus 121 deg C). b. Color: White or gray. C. ASJ Flashing Sealants and PVDC and PVC Jacket Flashing Sealants: 1. Fire- and water-resistant, flexible, elastomeric sealant. 2. Service Temperature Range: Minus 40 to plus 250 deg F (Minus 40 to plus 121 deg C). 3. Color: White. 2.6 FIELD -APPLIED JACKETS A. Field -applied jackets shall comply with ASTM C1136, Type I, unless otherwise indicated. 2.7 TAPES A. ASJ Tape: White vapor -retarder tape matching factory -applied jacket with acrylic adhesive, complying with ASTM C1136. 1. Width: 3 inches (75 mm). 2. Thickness: 11.5 mils (0.29 mm). 3. Adhesion: 90 ounces force/inch (1.0 N/mm) in width. 4. Elongation: 2 percent. 5. Tensile Strength: 40 lbf/inch (7.2 N/mm) in width. 6. ASJ Tape Disks and Squares: Precut disks or squares of ASJ tape. PART 3 - EXECUTION 3.1 PREPARATION A. Clean and dry surfaces to receive insulation. Remove materials that will adversely affect insulation application. B. Clean and prepare surfaces to be insulated. Before insulating, apply a corrosion coating to insulated surfaces as follows: 1. Carbon Steel: Coat carbon steel operating at a service temperature of between 32 and 300 deg F (0 and 149 deg C) with an epoxy coating. Consult coating manufacturer for appropriate coating materials and application methods for operating temperature range. C. Coordinate insulation installation with the tradesman installing heat tracing. Comply with requirements for heat tracing that apply to insulation. FAA 3-19-0094-054 (CARES DEV) 23 07 19-4 Improve Terminal Building HVAC Piping Insulation Waterloo Regional Airport - 60675091 D. Mix insulating cements with clean potable water; if insulating cements are to be in contact with stainless steel surfaces, use demineralized water. 3.2 GENERAL INSTALLATION REQUIREMENTS A. Install insulation materials, accessories, and finishes with smooth, straight, and even surfaces; free of voids throughout the length of piping, including fittings, valves, and specialties. B. Install insulation materials, forms, vapor barriers or retarders, jackets, and of thicknesses required for each item of pipe system, as specified in insulation system schedules. C. Install accessories compatible with insulation materials and suitable for the service. Install accessories that do not corrode, compress, or otherwise damage insulation or jacket. D. Install insulation with longitudinal seams at top and bottom (12 o'clock and 6 o'clock positions) of horizontal runs. E. Install multiple layers of insulation with longitudinal and end seams staggered. F. Do not weld brackets, clips, or other attachment devices to piping, fittings, and specialties. G. Keep insulation materials dry during storage, application, and finishing Replace insulation materials that get wet during storage or in the installation process before being properly covered and sealed in accordance with the Contract Documents. H. Install insulation with tight longitudinal seams and end joints. Bond seams and joints with adhesive recommended by insulation material manufacturer. I. Install insulation with least number of joints practical. J. Where vapor barrier is indicated, seal joints, seams, and penetrations in insulation at hangers, supports, anchors, and other projections with vapor -barrier mastic. 1. Install insulation continuously through hangers and around anchor attachments. 2. For insulation application where vapor barriers are indicated, extend insulation on anchor legs from point of attachment to supported item to point of attachment to structure. Taper and seal ends attached to structure with vapor -barrier mastic. 3. Install insert materials and insulation to tightly join the insert. Seal insulation to insulation inserts with adhesive or sealing compound recommended by insulation material manufacturer. 4. Cover inserts with jacket material matching adjacent pipe insulation. Install shields over jacket, arranged to protect jacket from tear or puncture by hanger, support, and shield. K. Apply adhesives, mastics, and sealants at manufacturer's recommended coverage rate and wet and dry film thicknesses. L. Install insulation with factory -applied jackets as follows: 1. Draw jacket tight and smooth, but not to the extent of creating wrinkles or areas of compression in the insulation. 2. Cover circumferential joints with 3-inch- (75-mm-) wide strips, of same material as insulation jacket. Secure strips with adhesive and outward -clinching staples along both edges of strip, spaced 4 inches (100 mm) o.c. FAA 3-19-0094-054 (CARES DEV) 23 07 19-5 Improve Terminal Building HVAC Piping Insulation Waterloo Regional Airport - 60675091 3. Overlap jacket longitudinal seams at least 1-1/2 inches (38 mm). Install insulation with longitudinal seams at bottom of pipe. Clean and dry surface to receive self-sealing lap. Staple laps with outward -clinching staples along edge at 2 inches (50 mm) o.c. 4. For below -ambient services, apply vapor -barrier mastic over staples. 5. Cover joints and seams with tape, in accordance with insulation material manufacturer's written instructions, to maintain vapor seal. 6. Where vapor barriers are indicated, apply vapor -barrier mastic on seams and joints and at ends adjacent to pipe flanges and fittings. M. Cut insulation in a manner to avoid compressing insulation. N. Finish installation with systems at operating conditions. Repair joint separations and cracking due to thermal movement. O. Repair damaged insulation facings by applying same facing material over damaged areas. Extend patches at least 4 inches (100 mm) beyond damaged areas. Adhere, staple, and seal patches in similar fashion to butt joints. P. For above -ambient services, do not install insulation to the following: 1. Vibration -control devices. 2. Testing agency labels and stamps. 3. Nameplates and data plates. 3.3 PENETRATIONS A. Insulation Installation at Roof Penetrations: Install insulation continuously through roof penetrations. 1. Seal penetrations with flashing sealant. 2. For applications requiring only indoor insulation, terminate insulation above roof surface and seal with joint sealant. For applications requiring indoor and outdoor insulation, install insulation for outdoor applications tightly joined to indoor insulation ends. Seal joint with joint sealant. 3. Extend jacket of outdoor insulation outside roof flashing at least 2 inches (50 mm) below top of roof flashing. 4. Seal jacket to roof flashing with flashing sealant. B. Insulation Installation at Underground Exterior Wall Penetrations: Terminate insulation flush with sleeve seal. Seal terminations with flashing sealant. C. Insulation Installation at Aboveground Exterior Wall Penetrations: Install insulation continuously through wall penetrations. 1. Seal penetrations with flashing sealant. 2. For applications requiring only indoor insulation, terminate insulation inside wall surface and seal with joint sealant. For applications requiring indoor and outdoor insulation, install insulation for outdoor applications tightly joined to indoor insulation ends. Seal joint with joint sealant. 3. Extend jacket of outdoor insulation outside wall flashing and overlap wall flashing at least 2 inches (50 mm). 4. Seal jacket to wall flashing with flashing sealant. D. Insulation Installation at Interior Wall and Partition Penetrations (That Are Not Fire Rated): Install insulation continuously through walls and partitions. FAA 3-19-0094-054 (CARES DEV) 23 07 19-6 Improve Terminal Building HVAC Piping Insulation Waterloo Regional Airport - 60675091 E. Insulation Installation at Fire -Rated Wall and Partition Penetrations: Install insulation continuously through penetrations of fire -rated walls and partitions. 1. Comply with requirements in Section 078413 "Penetration Firestopping" for firestopping and fire - resistive joint sealers. F. Insulation Installation at Floor Penetrations: 1. Pipe: Install insulation continuously through floor penetrations. 3.4 GENERAL PIPE INSULATION INSTALLATION A. Requirements in this article generally apply to all insulation materials, except where more specific requirements are specified in various pipe insulation material installation articles below. B. Insulation Installation on Fittings, Valves, Strainers, Flanges, Mechanical Couplings, and Unions: 1. Install insulation over fittings, valves, strainers, flanges, mechanical couplings, unions, and other specialties with continuous thermal and vapor -retarder integrity unless otherwise indicated. 2. Insulate pipe elbows using prefabricated fitting insulation or mitered or routed fittings made from same material and density as that of adjacent pipe insulation. Each piece shall be butted tightly against adjoining piece and bonded with adhesive. Fill joints, seams, voids, and irregular surfaces with insulating cement finished to a smooth, hard, and uniform contour that is uniform with adjoining pipe insulation. 3. Insulate tee fittings with prefabricated fitting insulation or sectional pipe insulation of same material and thickness as that used for adjacent pipe. Cut sectional pipe insulation to fit. Butt each section closely to the next and hold in place with tie wire. Bond pieces with adhesive. 4. Insulate valves using prefabricated fitting insulation or sectional pipe insulation of same material, density, and thickness as that used for adjacent pipe. Overlap adjoining pipe insulation by not less than 2 times the thickness of pipe insulation, or one pipe diameter, whichever is thicker. For valves, insulate up to and including the bonnets, valve stuffing -box studs, bolts, and nuts. Fill joints, seams, and irregular surfaces with insulating cement. 5. Insulate strainers using prefabricated fitting insulation or sectional pipe insulation of same material, density, and thickness as that used for adjacent pipe. Overlap adjoining pipe insulation by not less than 2 times the thickness of pipe insulation, or one pipe diameter, whichever is thicker. Fill joints, seams, and irregular surfaces with insulating cement. Insulate strainers, so strainer basket flange or plug can be easily removed and replaced without damaging the insulation and jacket. Provide a removable reusable insulation cover. For below -ambient services, provide a design that maintains vapor barrier. 6. Insulate flanges, mechanical couplings, and unions using a section of oversized preformed pipe insulation to fit. Overlap adjoining pipe insulation by not less than 2 times the thickness of pipe insulation, or one pipe diameter, whichever is thicker. Stencil or label the outside insulation jacket of each union with the word "union" matching size and color of pipe labels. 7. Cover segmented insulated surfaces with a layer of finishing cement and coat with a mastic. Install vapor -barrier mastic for below -ambient services and a breather mastic for above -ambient services. Reinforce the mastic with reinforcing mesh. Trowel the mastic to a smooth and well -shaped contour. 8. For services not specified to receive a field -applied jacket, except for flexible elastomeric and polyolefin, install fitted PVC cover over elbows, tees, strainers, valves, flanges, and unions. Terminate ends with PVC end caps. Tape PVC covers to adjoining insulation facing, using PVC tape. C. Insulate instrument connections for thermometers, pressure gages, pressure temperature taps, test connections, flow meters, sensors, switches, and transmitters on insulated pipes. Shape insulation at these FAA 3-19-0094-054 (CARES DEV) 23 07 19-7 Improve Terminal Building HVAC Piping Insulation Waterloo Regional Airport - 60675091 connections by tapering it to and around the connection with insulating cement and finish with finishing cement, mastic, and flashing sealant. D. Install removable insulation covers. Installation shall conform to the following: 1. Make removable flange and union insulation from sectional pipe insulation of same thickness as that on adjoining pipe. Install same insulation jacket as that of adjoining pipe insulation. 2. When flange and union covers are made from sectional pipe insulation, extend insulation from flanges or union at least 2 times the insulation thickness over adjacent pipe insulation on each side of flange or union. Secure flange cover in place with stainless steel or aluminum bands. Select band material compatible with insulation and jacket. 3. Construct removable valve insulation covers in same manner as for flanges, except divide the two- part section on the vertical center line of valve body. 4. When covers are made from block insulation, make two halves, each consisting of mitered blocks wired to stainless steel fabric. Secure this wire frame, with its attached insulation, to flanges with tie wire. Extend insulation at least 2 inches (50 mm) over adjacent pipe insulation on each side of valve. Fill space between flange or union cover and pipe insulation with insulating cement. Finish cover assembly with insulating cement applied in two coats. After first coat is dry, apply and trowel second coat to a smooth finish. 5. Unless a PVC jacket is indicated in field -applied jacket schedules, finish exposed surfaces with a metal jacket. 3.5 INSTALLATION OF CELLULAR -GLASS INSULATION A. Insulation Installation on Straight Pipes and Tubes: 1. Secure each layer of insulation to pipe with wire or bands and tighten bands without deforming insulation materials. 2. Where vapor barriers are indicated, seal longitudinal seams, end joints, and protrusions with vapor -barrier mastic and joint sealant. 3. For insulation with jackets on above -ambient services, secure laps with outward -clinched staples at 6 inches (150 mm) o.c. 4. For insulation with jackets on below -ambient services, do not staple longitudinal tabs. Instead, secure tabs with additional adhesive, as recommended by insulation material manufacturer, and seal with vapor -barrier mastic and flashing sealant. B. Insulation Installation on Pipe Flanges: 1. Install prefabricated pipe insulation to outer diameter of pipe flange. 2. Make width of insulation section same as overall width of flange and bolts, plus twice the thickness of pipe insulation. 3. Fill voids between inner circumference of flange insulation and outer circumference of adjacent straight pipe segments with cut sections of cellular -glass block insulation of same thickness as that of pipe insulation. Where voids are difficult to fill with block insulation, fill the voids with a fibrous insulation material suitable for the specific operating temperature. 4. Install jacket material with manufacturer's recommended adhesive, overlap seams at least 1 inch (25 mm), and seal joints with flashing sealant. C. Insulation Installation on Pipe Fittings and Elbows: 1. Install prefabricated sections of same material as that of straight segments of pipe insulation when available. Secure according to manufacturer's written instructions. 2. When preformed sections of insulation are not available, install mitered or routed sections of cellular -glass insulation. Secure insulation materials with wire or bands. FAA 3-19-0094-054 (CARES DEV) 23 07 19-8 Improve Terminal Building HVAC Piping Insulation Waterloo Regional Airport - 60675091 D. Insulation Installation on Valves and Pipe Specialties: 1. Install prefabricated sections of cellular -glass insulation to valve body. 2. Arrange insulation to permit access to packing and to allow valve operation without disturbing insulation. 3. Install insulation to flanges as specified for flange insulation application. 3.6 INSTALLATION OF FLEXIBLE ELASTOMERIC INSULATION A. Seal longitudinal seams and end joints with manufacturer's recommended adhesive to eliminate openings in insulation that allow passage of air to surface being insulated. B. Insulation Installation on Pipe Flanges: 1. Install pipe insulation to outer diameter of pipe flange. 2. Make width of insulation section same as overall width of flange and bolts, plus twice the thickness of pipe insulation. 3. Fill voids between inner circumference of flange insulation and outer circumference of adjacent straight pipe segments with cut sections of sheet insulation of same thickness as that of pipe insulation. 4. Secure insulation to flanges and seal seams with manufacturer's recommended adhesive to eliminate openings in insulation that allow passage of air to surface being insulated. C. Insulation Installation on Pipe Fittings and Elbows: 1. Install sections of pipe insulation and miter if required in accordance with manufacturer's written instructions. 2. Secure insulation materials and seal seams with manufacturer's recommended adhesive to eliminate openings in insulation that allow passage of air to surface being insulated. D. Insulation Installation on Valves and Pipe Specialties: 1. Install prefabricated valve covers manufactured of same material as that of pipe insulation when available. 2. When prefabricated valve covers are not available, install cut sections of pipe and sheet insulation to valve body. Arrange insulation to permit access to packing and to allow valve operation without disturbing insulation. 3. Install insulation to flanges as specified for flange insulation application. 4. Secure insulation to valves and specialties, and seal seams with manufacturer's recommended adhesive to eliminate openings in insulation that allow passage of air to surface being insulated. 3.7 INSTALLATION OF GLASS -FIBER AND MINERAL WOOL INSULATION A. Insulation Installation on Straight Pipes and Tubes: 1. Secure each layer of preformed pipe insulation to pipe with wire or bands and tighten bands without deforming insulation materials. 2. Where vapor barriers are indicated, seal longitudinal seams, end joints, and protrusions with vapor -barrier mastic and joint sealant. 3. For insulation with jackets on above -ambient surfaces, secure laps with outward -clinched staples at 6 inches (150 mm) o.c. FAA 3-19-0094-054 (CARES DEV) 23 07 19-9 Improve Terminal Building HVAC Piping Insulation Waterloo Regional Airport - 60675091 4. For insulation with jackets on below -ambient surfaces, do not staple longitudinal tabs. Instead, secure tabs with additional adhesive, as recommended by insulation material manufacturer, and seal with vapor -barrier mastic and flashing sealant. B. Insulation Installation on Pipe Flanges: 1. Install prefabricated pipe insulation to outer diameter of pipe flange. 2. Make width of insulation section same as overall width of flange and bolts, plus twice the thickness of pipe insulation. 3. Fill voids between inner circumference of flange insulation and outer circumference of adjacent straight pipe segments with glass -fiber or mineral -wool blanket insulation. 4. Install jacket material with manufacturer's recommended adhesive, overlap seams at least 1 inch (25 mm), and seal joints with flashing sealant. C. Insulation Installation on Pipe Fittings and Elbows: 1. Install prefabricated sections of same material as that of straight segments of pipe insulation when available. 2. When preformed insulation elbows and fittings are not available, install mitered sections of pipe insulation, to a thickness equal to adjoining pipe insulation. Secure insulation materials with wire or bands. D. Insulation Installation on Valves and Pipe Specialties: 1. Install prefabricated sections of same material as that of straight segments of pipe insulation when available. 2. When prefabricated sections are not available, install fabricated sections of pipe insulation to valve body. 3. Arrange insulation to permit access to packing and to allow valve operation without disturbing insulation. 4. Install insulation to flanges as specified for flange insulation application. 3.8 INSTALLATION OF POLYOLEFIN INSULATION A. Insulation Installation on Straight Pipes and Tubes: 1. Seal split -tube longitudinal seams and end joints with manufacturer's recommended adhesive to eliminate openings in insulation that allow passage of air to surface being insulated. B. Insulation Installation on Pipe Flanges: 1. Install pipe insulation to outer diameter of pipe flange. 2. Make width of insulation section same as overall width of flange and bolts, plus twice the thickness of pipe insulation. 3. Fill voids between inner circumference of flange insulation and outer circumference of adjacent straight pipe segments with cut sections of polyolefin sheet insulation of same thickness as that of pipe insulation. 4. Secure insulation to flanges and seal seams with manufacturer's recommended adhesive to eliminate openings in insulation that allow passage of air to surface being insulated. C. Insulation Installation on Pipe Fittings and Elbows: 1. Install mitered sections of polyolefin pipe insulation. FAA 3-19-0094-054 (CARES DEV) 23 07 19-10 Improve Terminal Building HVAC Piping Insulation Waterloo Regional Airport - 60675091 2. Secure insulation materials and seal seams with manufacturer's recommended adhesive to eliminate openings in insulation that allow passage of air to surface being insulated. D. Insulation Installation on Valves and Pipe Specialties: 1. Install cut sections of polyolefin pipe and sheet insulation to valve body. 2. Arrange insulation to permit access to packing and to allow valve operation without disturbing insulation. 3. Install insulation to flanges as specified for flange insulation application. 4. Secure insulation to valves and specialties, and seal seams with manufacturer's recommended adhesive to eliminate openings in insulation that allow passage of air to surface being insulated. 3.9 INSTALLATION OF FIELD -APPLIED JACKETS A. Where glass -cloth jackets are indicated, install directly over bare insulation or insulation with factory - applied jackets. 1. Draw jacket smooth and tight to surface with 2-inch (50-mm) overlap at seams and joints. 2. Embed glass cloth between two 0.062-inch- (1.6-mm-) thick coats of lagging adhesive. 3. Completely encapsulate insulation with coating, leaving no exposed insulation. B. Where FSK jackets are indicated, install as follows: 1. Draw jacket material smooth and tight. 2. Install lap or joint strips with same material as jacket. 3. Secure jacket to insulation with manufacturer's recommended adhesive. 4. Install jacket with 1-1/2-inch (38-mm) laps at longitudinal seams and 3-inch- (75-mm-) wide joint strips at end joints. 5. Seal openings, punctures, and breaks in vapor -retarder jackets and exposed insulation with vapor - barrier mastic. C. Where PVC jackets are indicated and for horizontal applications, install with 1-inch (25-mm) overlap at longitudinal seams and end joints. Seal with manufacturer's recommended adhesive. 1. Apply two continuous beads of adhesive to seams and joints, one bead under lap and the finish bead along seam and joint edge. D. Where metal jackets are indicated, install with 2-inch (50-mm) overlap at longitudinal seams and end joints. Overlap longitudinal seams arranged to shed water. Seal end joints with weatherproof sealant recommended by insulation manufacturer. Secure jacket with stainless steel bands 12 inches (300 mm) o.c. and at end joints. E. Where PVDC jackets are indicated, install as follows: 1. Apply three separate wraps of filament tape per insulation section to secure pipe insulation to pipe prior to installation of PVDC jacket. 2. Wrap pre -sized jackets around individual pipe insulation sections, with one end overlapping the previously installed sheet. Install pre -sized jacket with an approximate overlap at butt joint of 2 inches (50 mm) over the previous section. Adhere lap seal using adhesive or SSL, and then apply 1-1/4 circumferences of appropriate PVDC tape around overlapped butt joint. 3. Continuous jacket can be spiral wrapped around a length of pipe insulation. Apply adhesive or PVDC tape at overlapped spiral edge. When electing to use adhesives, refer to manufacturer's written instructions for application of adhesives along this spiral edge to maintain a permanent bond. FAA 3-19-0094-054 (CARES DEV) 23 07 19-11 Improve Terminal Building HVAC Piping Insulation Waterloo Regional Airport - 60675091 4. Jacket can be wrapped in cigarette fashion along length of roll for insulation systems with an outer circumference of 33-1/2 inches (850 mm) or less. The 33-1/2-inch- (850-mm-) circumference limit allows for 2-inch- (50-mm-) overlap seal. Using the length of roll allows for longer sections of jacket to be installed at one time. Use adhesive on the lap seal. Visually inspect lap seal for "fishmouthing," and use PVDC tape along lap seal to secure joint. 5. Repair holes or tears in PVDC jacket by placing PVDC tape over the hole or tear and wrapping a minimum of 1-1/4 circumferences to avoid damage to tape edges. 3.10 FINISHES A. Insulation with ASJ, Glass -Cloth, or Other Paintable Jacket Material: Paint jacket with paint system identified below and as specified in Section 099113 "Exterior Painting" and Section 099123 "Interior Painting." 1. Flat Acrylic Finish: Two finish coats over a primer that is compatible with jacket material and finish coat paint. Add fungicidal agent to render fabric mildew proof. a. Finish Coat Material: Interior, flat, latex -emulsion size. B. Flexible Elastomeric Thermal Insulation: After adhesive has fully cured, apply two coats of insulation manufacturer's recommended protective coating. C. Color: Final color as selected by Architect. Vary first and second coats to allow visual inspection of the completed Work. D. Do not field paint aluminum or stainless -steel jackets. 3.11 FIELD QUALITY CONTROL A. Owner will engage a qualified testing agency to perform tests and inspections. B. Engage a qualified testing agency to perform tests and inspections. C. Perform tests and inspections. D. All insulation applications will be considered defective if they do not pass tests and inspections. E. Prepare test and inspection reports. 3.12 PIPING INSULATION SCHEDULE, GENERAL A. Insulation conductivity and thickness per pipe size shall comply with schedules in this Section or with requirements of authorities having jurisdiction, whichever is more stringent. B. Acceptable preformed pipe and tubular insulation materials and thicknesses are identified for each piping system and pipe size range. If more than one material is listed for a piping system, selection from materials listed is Contractor's option. C. Items Not Insulated: Unless otherwise indicated, do not install insulation on the following: 1. Underground piping. 2. Chrome -plated pipes and fittings unless there is a potential for personnel injury. FAA 3-19-0094-054 (CARES DEV) 23 07 19-12 Improve Terminal Building HVAC Piping Insulation Waterloo Regional Airport - 60675091 3.13 INDOOR PIPING INSULATION SCHEDULE A. Heating -Hot -Water Supply and Return, 200 Deg F (93 Deg C) and Below: 1. NPS 12 (DN 300) and Smaller: Insulation shall be one of the following: a. Cellular Glass: 1-1/2 inches (38 mm) thick. b. Glass -Fiber, Preformed Pipe, Type I: 1 inch (25 mm) thick. c. Mineral Wool, Preformed Pipe, Type II: 1 inch (25 mm) thick. 2. NPS 14 (DN 350 and Larger: Insulation shall be one of the following: a. Cellular Glass: 2 inches (50 mm) thick. b. Glass -Fiber, Preformed Pipe Insulation, Type 1: 1-1/2 inches (38 mm) thick. c. Mineral Wool: 2 inches (50 mm) thick. END OF SECTION 23 07 19 FAA 3-19-0094-054 (CARES DEV) 23 07 19-13 Improve Terminal Building HVAC Piping Insulation Waterloo Regional Airport - 60675091 This Page Left Blank Intentionally SECTION 23 09 23 DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Direct digital control (DDC) system for HVAC. 1.2 DEFINITIONS A. Algorithm: A logical procedure for solving a recurrent mathematical problem. A prescribed set of well- defined rules or processes for solving a problem in a finite number of steps. B. Analog: A continuously varying signal value, such as current, flow, pressure, or temperature. C. BACnet Specific Definitions: 1. BACnet: Building Automation Control Network Protocol, ASHRAE 135. A communications pro- tocol allowing devices to communicate data and services over a network. 2. BACnet Interoperability Building Blocks (BIBBs): BIBB defines a small portion of BACnet func- tionality that is needed to perform a particular task. BIBBs are combined to build the BACnet functional requirements for a device. 3. BACnet/IP: Defines and allows using a reserved UDP socket to transmit BACnet messages over IP networks. A BACnet/IP network is a collection of one or more IP subnetworks that share the same BACnet network number. 4. BACnet Testing Laboratories (BTL): Organization responsible for testing products for compliance with ASHRAE 135, operated under direction of BACnet International. D. Binary: Two -state signal where a high signal level represents "ON" or "OPEN" condition and a low sig- nal level represents "OFF" or "CLOSED" condition. "Digital" is sometimes used interchangeably with "Binary" to indicate a two -state signal. E. Controller: Generic term for any standalone, microprocessor -based, digital controller residing on a net- work, used for local or global control. Three types of controllers are indicated: network controllers, pro- grammable application controllers, and application -specific controllers. F. Control System Integrator: An entity that assists in expansion of existing enterprise system and support of additional operator interfaces to I/O being added to existing enterprise system. G. COV: Changes of value. H. DDC System Provider: Authorized representative of, and trained by, DDC system manufacturer and re- sponsible for execution of DDC system Work indicated. Distributed Control: Processing of system data is decentralized, and control decisions are made at subsys- tem level. System operational programs and information are provided to remote subsystems and status is reported back. On loss of communication, subsystems to be capable of operating in a standalone mode us- ing the last best available data. J. E/P: Voltage to pneumatic. FAA 3-19-0094-054 (CARES DEV) 23 09 23-1 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 K. Gateway: Bidirectional protocol translator that connects control systems that use different communication protocols. L. HLC: Heavy load conditions. M. I/O: System through which information is received and transmitted. I/O refers to analog input (AI), binary input (BI), analog output (AO) and binary output (BO). Analog signals are continuous and represent con- trol influences such as flow, level, moisture, pressure, and temperature. Binary signals convert electronic signals to digital pulses (values) and generally represent two -position operating and alarm status. "Digi- tal," (DI) and (DO), is sometimes used interchangeably with "Binary," (BI) and (BO), respectively. N. I/P: Current to pneumatic. O. LAN: Local area network. P. LNS: LonWorks Network Services. Q. LON Specific Definitions: 1. FTT-10: Echelon Transmitter -Free Topology Transceiver. 2. LonMark International: Association comprising suppliers and installers of LonTalk products. As- sociation provides guidelines for implementing LonTalk protocol to ensure interoperability through a standard or consistent implementation. 3. LonTalk: An open standard protocol developed by Echelon Corporation that uses a "Neuron Chip" for communication. LonTalk is a register trademark of Echelon. 4. LonWorks: Network technology developed by Echelon. 5. Node: Device that communicates using CTA-709.1-D protocol and that is connected to a CTA- 709.1-D network. 6. Node Address: The logical address of a node on the network, consisting of a Domain number, Subnet number, and Node number. "Node number" portion of an address is a number assigned to device during installation, is unique within a subnet, and is not a factory -set unique Node ID. 7. Node ID: A unique 48-bit identifier assigned at factory to each CTA-709.1-D device. Sometimes called a "Neuron ID." 8. Program ID: An identifier (number) stored in a device (usually, EEPROM) that identifies node manufacturer, functionality of device (application and sequence), transceiver used, and intended device usage. 9. Standard Configuration Property Type (SCPT): Pronounced "skip -it." A standard format type maintained by LonMark for configuration properties. 10. Standard Network Variable Type (SNVT): Pronounced "snivet." A standard format type main- tained by LonMark used to define data information transmitted and received by individual nodes. "SNVT" is used in two ways. It is an acronym for "Standard Network Variable Type" and is often used to indicate a network variable itself (i.e., it can mean "a network variable of a standard net- work variable type"). 11. Subnet: Consists of a logical grouping of up to 127 nodes, where logical grouping is defined by node addressing. Each subnet is assigned a number, which is unique within a Domain See "Node Address." 12. TP/FT-10: Free Topology Twisted Pair network defined by CTA-709.3 and is most common me- dia type for a CTA-709.1-D control network. 13. TP/XF-1250: High-speed, 1.25 Mbps, twisted -pair, doubly terminated bus network defined by "LonMark Interoperability Guidelines" and typically used only to connect multiple TP/FT-10 net- works. 14. User -Defined Configuration Property Type (UCPT): Pronounced "u-keep-it." A Configuration Property format type that is defined by device manufacturer. 15. User -Defined Network Variable Type (UNVT): Network variable format defined by device manu- facturer. UNVTs create non-standard communications that other vendors' devices may not correct- ly interpret and may negatively impact system operation. UNVTs are not allowed. FAA 3-19-0094-054 (CARES DEV) 23 09 23-2 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 R. Low Voltage: As defined in NFPA 70 for circuits and equipment operating at less than 50 V or for re- mote -control, signaling power -limited circuits. S. Mobile Device: A data -enabled phone or tablet computer capable of connecting to a cellular data network and running a native control application or accessing a web interface. T. Modbus TCP/IP: An open protocol for exchange of process data. U. MS/TP: Master-slave/token-passing, ISO/IEC/IEEE 8802-3. Datalink protocol LAN option that uses twisted -pair wire for low -speed communication. V. MTBF: Mean time between failures. W. Network Controller: Digital controller, which supports a family of programmable application controllers and application -specific controllers, that communicates on peer -to -peer network for transmission of glob- al data. X. Network Repeater: Device that receives data packet from one network and rebroadcasts it to another net- work. No routing information is added to protocol. Y. Peer to Peer: Networking architecture that treats all network stations as equal partners. Z. POT: Portable operator's terminal. AA. RAM: Random access memory. BB. RF: Radio frequency. CC. Router: Device connecting two or more networks at network layer. DD. Server: Computer used to maintain system configuration, historical and programming database. EE. TCP/IP: Transport control protocol/Internet protocol. FF. UPS: Uninterruptible power supply. GG. USB: Universal Serial Bus. HH. User Datagram Protocol (UDP): This protocol assumes that the IP is used as the underlying protocol. II. VAV: Variable air volume. JJ. WLED: White light emitting diode. 1.3 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Waterloo Terminal. 1.4 ACTION SUBMITTALS A. Multiple Submissions: FAA 3-19-0094-054 (CARES DEV) 23 09 23-3 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 1. If multiple submissions are required to execute work within schedule, first submit a coordinated schedule clearly defining intent of multiple submissions. Include a proposed date of each submis- sion with a detailed description of submittal content to be included in each submission. 2. Clearly identify each submittal requirement indicated and in which submission the information will be provided. 3. Include an updated schedule in each subsequent submission with changes highlighted to easily track the changes made to previous submitted schedule. B. Product Data: 1. Construction details, material descriptions, dimensions of individual components and profiles, and finishes. 2. Operating characteristics, electrical characteristics, and furnished accessories indicating process operating range, accuracy over range, control signal over range, default control signal with loss of power, calibration data specific to each unique application, electrical power requirements, and lim- itations of ambient operating environment, including temperature and humidity. 3. Product description with complete technical data, performance curves, and product specification sheets. 4. Installation, operation, and maintenance instructions including factors effecting performance. 5. Bill of materials of indicating quantity, manufacturer, and extended model number for each unique product. a. Workstations. b. Printers. c. Servers. d. Gateways. e. Routers. f. Protocol analyzers. g. DDC controllers. h. Enclosures. i. Electrical power devices. j. UPS units. k. Accessories. 1. Instruments. m. Control damper actuators. n. Control valve actuators. 6. When manufacturer's product datasheets apply to a product series rather than a specific product model, clearly indicate and highlight only applicable information. 7. Each submitted piece of product literature to clearly cross reference specification and drawings that submittal is to cover. C. Software Submittal: 1. Cross-referenced listing of software to be loaded on each operator workstation, server, gateway, and DDC controller. 2. Description and technical data of all software provided and cross-referenced to products in which software will be installed. 3. Operating system software, operator interface and programming software, color graphic software, DDC controller software, maintenance management software, and third -party software. 4. Include a flow diagram and an outline of each subroutine that indicates each program variable name and units of measure. 5. Listing and description of each engineering equation used with reference source. 6. Listing and description of each constant used in engineering equations and a reference source to prove origin of each constant. 7. Description of operator interface to alphanumeric and graphic programming FAA 3-19-0094-054 (CARES DEV) 23 09 23-4 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 8. Description of each network communication protocol. 9. Description of system database, including all data included in database, database capacity, and limitations to expand database. 10. Description of each application program and device drivers to be generated, including specific in- formation on data acquisition and control strategies showing their relationship to system timing, speed, processing burden, and system throughout. 11. Controlled Systems: Instrumentation list with element name, type of device, manufacturer, model number, and product data. Include written description of sequence of operation including schemat- ic diagram. D. Shop Drawings: 1. General Requirements: a. Include cover drawing with Project name, location, Owner, Architect, Contractor, and issue date with each Shop Drawings submission. b. Include a drawing index sheet listing each drawing number and title that matches infor- mation in each title block. c. Drawings Size: 11" x 17". 2. Include plans, elevations, sections, and mounting details where applicable. 3. Include details of product assemblies. Indicate dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection. 4. Detail means of vibration isolation and show attachments to rotating equipment. 5. Plan Drawings indicating the following: a. Screened backgrounds of walls, structural grid lines, HVAC equipment, ductwork, and pip- ing. b. Room names and numbers with coordinated placement to avoid interference with control products indicated. c. Each desktop workstation network port, server, gateway, router, DDC controller, control panel instrument connecting to DDC controller, and damper and valve connecting to DDC controller, if included in Project. d. Exact placement of products in rooms, ducts, and piping to reflect proposed installed con- dition. e. Network communication cable and raceway routing. f. Proposed routing of wiring, cabling, conduit, and tubing; coordinated with building ser- vices for review before installation. 6. Schematic drawings for each controlled HVAC system indicating the following: a. I/O points labeled with point names shown. Indicate instrument range, normal operating set points, and alarm set points. Indicate fail position of each damper and valve, if included in Project. b. I/O listed in table format showing point name, type of device, manufacturer, model num- ber, and cross-reference to product data sheet number. c. A graphic showing location of control I/O in proper relationship to HVAC system. d. Wiring diagram with each I/O point having a unique identification and indicating labels for all wiring terminals. e. Unique identification of each I/O that to be consistently used between different drawings showing same point. f. Elementary wiring diagrams of controls for HVAC equipment motor circuits including in- terlocks, switches, relays, and interface to DDC controllers. g. Narrative sequence of operation. h. Graphic sequence of operation, showing all inputs and output logical blocks. FAA 3-19-0094-054 (CARES DEV) 23 09 23-5 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 7. Control panel drawings indicating the following: a. Panel dimensions, materials, size, and location of field cable, raceways, and tubing connec- tions. b. Interior subpanel layout, drawn to scale and showing all internal components, cabling and wiring raceways, nameplates, and allocated spare space. c. Front, rear, and side elevations and nameplate legend. d. Unique drawing for each panel. 8. DDC system network riser diagram indicating the following: a. Each device connected to network with unique identification for each. b. Interconnection of each different network in DDC system. c. For each network, indicate communication protocol, speed, and physical means of inter- connecting network devices, such as copper cable type, or optical fiber cable type. Indicate raceway type and size for each. d. Each network port for connection of an operator workstation or other type of operator inter- face with unique identification for each. 9. DDC system electrical power riser diagram indicating the following: a. Each point of connection to field power with requirements (volts/phase// hertz/amperes/connection type) listed for each. b. Each control power supply including, as applicable, transformers, power -line conditioners, transient voltage suppression and high filter noise units, DC power supplies, and UPS units with unique identification for each. c. Each product requiring power with requirements (volts/phase//hertz/amperes/ connection type) listed for each. d. Power wiring type and size, race type, and size for each. 10. Monitoring and control signal diagrams indicating the following: a. Control signal cable and wiring between controllers and I/O. b. Point-to-point schematic wiring diagrams for each product. c. Control signal tubing to sensors, switches, and transmitters. d. Process signal tubing to sensors, switches, and transmitters. 11. Color graphics indicating the following: a. Itemized list of color graphic displays to be provided. b. For each display screen to be provided, a true color copy showing layout of pictures, graphics, and data displayed. c. Intended operator access between related hierarchical display screens. E. System Description: 1. Full description of DDC system architecture, network configuration, operator interfaces and pe- ripherals, servers, controller types and applications, gateways, routers and other network devices, and power supplies. 2. Complete listing and description of each report, log and trend for format and timing, and events that initiate generation. 3. System and product operation under each potential failure condition including, but not limited to, the following: a. Loss of power. FAA 3-19-0094-054 (CARES DEV) 23 09 23-6 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 b. Loss of network communication signal. c. Loss of controller signals to inputs and outpoints. d. Operator workstation failure. c. Server failure. f. Gateway failure. g. Network failure. h. Controller failure. i. Instrument failure. j. Control damper and valve actuator failure. k. Fan and pump failure. 1. Chiller and boiler failure. 4. Complete bibliography of documentation and media to be delivered to Owner. 5. Description of testing plans and procedures. 6. Description of Owner training. F. Samples: 1. For each of the following exposed product(s), installed in finished space for approval of selection of aesthetic characteristics: a. Gas instruments specified in Section 230923.16 "Gas Instruments." b. Moisture instruments specified in Section 230923.19 "Moisture Instruments." c. Motion instruments specified in Section 230923.21 "Motion Instruments." d. Pressure instruments specified in Section 230923.23 "Pressure Instruments." e. Temperature instruments specified in Section 230923.27 "Temperature Instruments." G. Delegated Design Submittals: For DDC system products and installation indicated as being delegated. 1. Supporting documentation showing DDC system design complies with performance requirements indicated, including calculations and other documentation necessary to prove compliance. 2. Schedule and design calculations for control dampers and actuators. a. Flow at Project design and minimum flow conditions. b. Face velocity at Project design and minimum airflow conditions. c. Pressure drop across damper at Project design and minimum airflow conditions. d. AMCA 500-D damper installation arrangement used to calculate and schedule pressure drop, as applicable to installation. e. Maximum close -off pressure. f. Leakage airflow at maximum system pressure differential (fan close -off pressure). g. Torque required at worst case condition for sizing actuator. h. Actuator selection indicating torque provided. i. Actuator signal to control damper (on, close, or modulate). j. Actuator position on loss of power. k. Actuator position on loss of control signal. 3. Schedule and design calculations for control valves and actuators. a. Flow at Project design and minimum flow conditions. b. Pressure -differential drop across valve at Project design flow condition. c. Maximum system pressure -differential drop (pump close -off pressure) across valve at Pro- ject minimum flow condition. d. Design and minimum control valve coefficient with corresponding valve position. e. Maximum close -off pressure. f. Leakage flow at maximum system pressure differential. FAA 3-19-0094-054 (CARES DEV) 23 09 23-7 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 g. Torque required at worst case condition for sizing actuator. h. Actuator selection indicating torque provided. i. Actuator signal to control damper (on, close or modulate). j. Actuator position on loss of power. k. Actuator position on loss of control signal. 4. Schedule and design calculations for selecting flow instruments. a. Instrument flow range. b. Project design and minimum flow conditions with corresponding accuracy, control signal to transmitter, and output signal for remote control. c. Extreme points of extended flow range with corresponding accuracy, control signal to transmitter, and output signal for remote control. d. Pressure -differential loss across instrument at Project design flow conditions. e. Where flow sensors are mated with pressure transmitters, provide information for each in- strument separately and as an operating pair. 1.5 INFORMATIONAL SUBMITTALS A. Coordination Drawings: 1. Plan drawings, reflected ceiling plans, or Building Information Model (BIM), and corresponding product installation details, drawn to scale, showing the items described in this Section and coor- dinated with all building trades. B. Qualification Statements: 1. Systems Provider's Qualification Data: a. Resume of project manager assigned to Project. b. Resumes of application engineering staff assigned to Project. c. Resumes of installation and programming technicians assigned to Project. d. Resumes of service technicians assigned to Project. c. Brief description of past project including physical address, floor area, number of floors, building system cooling and heating capacity, and building's primary function. f. Description of past project DDC system, noting similarities to Project scope and complexi- ty indicated. g. Names of staff assigned to past project that will also be assigned to execute work of this Project. h. Owner contact information for past project including name, phone number, and email ad- dress. i. Contractor contact information for past project including name, phone number, and email address. j. Architect and Engineer contact information for past project including name, phone number, and email address. 2. Manufacturer's qualification data. 3. Testing agency's qualification data. C. Welding certificates. D. Product Certificates: 1. Data Communications Protocol Certificates: FAA 3-19-0094-054 (CARES DEV) 23 09 23-8 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 a. Certifying that each proposed DDC system component complies with ASHRAE 135. E. Test and Evaluation Reports: 1. Product Test Reports: For DDC system equipment and components, for tests performed by a qual- ified testing agency. 2. Preconstruction Test Reports: For each separate test performed. F. Source Quality -Control Reports: For DDC system equipment and components. G. Field Quality -Control Reports: For DDC system equipment and components. H. Sample warranty. 1.6 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For DDC system. 1. In addition to items specified in Section 017823 "Operation and Maintenance Data," include the following: a. Project Record Drawings of as -built versions of submittal Shop Drawings provided in elec- tronic PDF format. b. Testing and commissioning reports and checklists of completed final versions of reports, checklists, and trend logs. c. As -built versions of submittal Product Data. d. Names, addresses, email addresses, and 24-hour telephone numbers of Installer and service representatives for DDC system and products. e. Operator's manual with procedures for operating control systems including logging on and off, handling alarms, producing point reports, trending data, overriding computer control, and changing set points and variables. f. Programming manuals with description of programming language and syntax, of state- ments for algorithms and calculations used, of point database creation and modification, of program creation and modification, and of editor use. g. Engineering, installation, and maintenance manuals that explain how to do the following: 1) Design and install new points, panels, and other hardware. 2) Perform preventive maintenance and calibration. 3) Debug hardware problems. 4) Repair or replace hardware. h. Documentation of all programs created using custom programming language including set points, tuning parameters, and object database. i. Backup copy of graphic files, programs, and databases on electronic media. j. List of recommended spare parts with part numbers and suppliers. k. Complete original -issue documentation, installation, and maintenance information for fur- nished third -party hardware including computer equipment and sensors. 1. Complete original -issue copies of furnished software, including operating systems, custom programming language, operator workstation software, and graphics software. m. Licenses, guarantees, and warranty documents. n. Recommended preventive maintenance procedures for system components, including schedule of tasks such as inspection, cleaning, and calibration; time between tasks; and task descriptions. o. Owner training materials. FAA 3-19-0094-054 (CARES DEV) 23 09 23-9 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 1.7 MAINTENANCE MATERIAL SUBMITTALS A. Extra Stock Material: Furnish extra materials and parts to Owner that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. B. Include product manufacturers' recommended parts lists for proper product operation over four-year peri- od following warranty period. Parts list to be indicated for each year. C. Furnish parts, as indicated by manufacturer's recommended parts list, for product operation during one- year period following warranty period. 1.8 QUALITY ASSURANCE A. DDC System Manufacturer Qualifications: 1. Nationally recognized manufacturer of DDC systems and products. 2. DDC systems with similar requirements to those indicated for a continuous period of five years within time of bid. 3. DDC systems and products that have been successfully tested and in use on at least three past pro- jects. 4. Having complete published catalog literature, installation, operation, and maintenance manuals for all products intended for use. 5. Having full-time in-house employees for the following: a. Product research and development. b. Product and application engineering. c. Product manufacturing, testing, and quality control. d. Technical support for DDC system installation training, commissioning, and troubleshoot- ing of installations. e. Owner operator training. B. DDC System Provider Qualifications: 1. Authorized representative of, and trained by, DDC system manufacturer. 2. In -place facility located within 100 miles of Project. 3. Demonstrate past experience with installation of DDC system products being installed for period within five consecutive years before time of bid. 4. Demonstrate past experience on five projects of similar complexity, scope, and value. 5. Demonstrate past experience of each person assigned to Project. 6. Staffing resources of competent and experienced full-time employees that are assigned to execute work according to schedule. 7. Service and maintenance staff assigned to support Project during warranty period. 8. Product parts inventory to support ongoing DDC system operation for a period of not less than five years after Substantial Completion. 9. DDC system manufacturer's backing to take over execution of the Work if necessary to comply with requirements indicated. Include Project -specific written letter, signed by manufacturer's cor- porate officer, if requested. C. Testing Agency Qualifications: Member company of NETA. 1. Testing Agency's Field Supervisor: Certified by NETA to supervise on -site testing. 1.9 WARRANTY FAA 3-19-0094-054 (CARES DEV) 23 09 23-10 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 A. Special Warranty: Manufacturer and Installer agree to repair or replace products that fail in materials or workmanship within specified warranty period. 1. Adjust, repair, or replace failures at no additional cost or reduction in service to Owner. 2. Include updates or upgrades to software and firmware if necessary to resolve deficiencies. a. Install updates only after receiving Owner's written authorization. 3. Perform warranty service during normal business hours and commence within 16 hours of Own- er's warranty service request. 4. Warranty Period: Two year(s) from date of Substantial Completion. a. For Gateway: Two-year parts and labor warranty for each. PART 2- PRODUCTS 2.1 DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC A. Honeywell, Siemens, Johnson Controls, Trane, Schneider, Distech, Alerton, Reliable, Basepoint, or ap- proved equal. 2.2 DDC SYSTEM DESCRIPTION A. Microprocessor -based monitoring and control including analog/digital conversion and program logic. A control loop or subsystem in which digital and analog information is received and processed by a micro- processor, and digital control signals are generated based on control algorithms and transmitted to field devices to achieve a set of predefined conditions. 1. DDC system consisting of high-speed, peer -to -peer network of distributed DDC controllers, other network devices, operator interfaces, and software. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a quali- fied testing agency, and marked for intended location and application. 2.3 WEB ACCESS A. DDC system to be web based or web compatible. 1. Web -Based Access to DDC System: a. DDC system software based on server thin -client architecture, designed around open stand- ards of web technology. DDC system server accessed using a web browser over DDC sys- tem network, using Owner's LAN, and remotely over Internet through Owner's LAN. b. Intent of thin -client architecture is to provide operators complete access to DDC system via a web browser. No special software other than a web browser is required to access graphics, point displays, and trends; to configure trends, points, and controllers; and to edit programming. c. Password -protected web access. 2. Web -Compatible Access to DDC System: FAA 3-19-0094-054 (CARES DEV) 23 09 23-11 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 a. Workstation or server to perform overall system supervision and configuration, graphical user interface, management report generation, and alarm annunciation. b. DDC system to support web browser access to building data. Operator using a standard web browser is able to access control graphics and change adjustable set points. c. Password -protected web access. 2.4 PERFORMANCE REQUIREMENTS A. Delivery of Selected Control Devices: Deliver to equipment and systems manufacturers for factory instal- lation and to HVAC systems installers for field installation. B. Surface -Burning Characteristics: Products installed in ducts, equipment, and return -air paths complying with ASTM E84; testing by a qualified testing agency. Identify products with appropriate markings of applicable testing agency. 1. Flame -Spread Index: 25 or less. 2. Smoke -Developed Index: 50 or less. C. DDC System Speed: 1. Response Time of Connected I/O: a. Update AI point values connected to DDC system at least every five seconds for use by DDC controllers. Points used globally to also comply with this requirement. b. Update BI point values connected to DDC system at least every five seconds for use by DDC controllers. Points used globally to also comply with this requirement. c. AO points connected to DDC system to begin to respond to controller output commands within two second(s). Global commands to also comply with this requirement. d. BO point values connected to DDC system to respond to controller output commands with- in two second(s). Global commands to also comply with this requirement. 2. Display of Connected I/O: a. Update and display analog point COV connected to DDC system at least every 10 seconds for use by operator. b. Update and display binary point COV connected to DDC system at least every 10 seconds for use by operator. c. Update and display alarms of analog and digital points connected to DDC system within 15 seconds of activation or change of state. d. Update graphic display refresh within four seconds. e. Point change of values and alarms displayed from workstation to workstation when multi- ple operators are viewing from multiple workstations to not exceed graphic refresh rate in- dicated. D. Network Bandwidth: Design each network of DDC system to include spare bandwidth with DDC system operating under normal and heavy load conditions indicated. Calculate bandwidth usage and apply a safe- ty factor to ensure that requirement is satisfied when subjected to testing under worst case conditions. Minimum spare bandwidth as follows: 1. Level 1 Networks: 20. 2. Level 2 Networks: 20. 3. Level 3 Networks: 10. E. DDC System Data Storage: FAA 3-19-0094-054 (CARES DEV) 23 09 23-12 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 1. Include capability to archive not less than 24 consecutive months of historical data for all I/O points connected to system, including alarms, event histories, transaction logs, trends, and other information indicated. 2. Local Storage: a. Provide workstation with data storage indicated. F. DDC Data Access: 1. When logged into the system, operator able to also interact with any DDC controllers connected to DDC system as required for functional operation of DDC system. 2. Use for application configuration; for archiving, reporting, and trending of data; for operator transaction archiving and reporting; for network information management; for alarm annunciation; and for operator interface tasks and controls application management. G. Future Expandability: 1. DDC system size is expandable to an ultimate capacity of at least 1.25 times total I/O points indi- cated. 2. Design and install system networks to achieve ultimate capacity with only addition of DDC con- trollers, I/O, and associated wiring and cable. Design and install initial network infrastructure to support ultimate capacity without having to remove and replace portions of network installation. 3. Operator interfaces installed initially do not require hardware and software additions and revisions for system when operating at ultimate capacity. H. Input Point Values Displayed Accuracy: Meet following end -to -end overall system accuracy, including errors associated with meter, sensor, transmitter, lead wire or cable, and analog to digital conversion. 1. Energy: a. Thermal: Within 5 percent of reading. b. Electric Power: Within 1 percent of reading. c. Requirements indicated on Drawings for meters not supplied by utility. 2. Flow: a. Air: Within 5 percent of design flow rate. b. Air (Terminal Units): Within 10 percent of design flow rate. c. Fuel Oil: Within 2 percent of design flow rate. d. Natural Gas: Within 2 percent of design flow rate. c. Water: Within 2 percent of design flow rate. 3. Moisture (Relative Humidity): a. Air: Within 2 percent RH. b. Space: Within 2 percent RH. c. Outdoor: Within 2 percent RH. 4. Pressure: a. Air, Ducts and Equipment: 1 percent of instrument range. b. Space: Within 1 percent of instrument range. c. Water: Within 1 percent of instrument range. d. Steam: Within 1 percent of instrument range. 5. Speed: Within 5 percent of reading. FAA 3-19-0094-054 (CARES DEV) 23 09 23-13 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 6. Temperature, Dew Point: a. Air: Within 1 deg F (0.5 deg C). b. Space: Within 1 deg F (0.5 deg C). c. Outdoor: Within 3 deg F (1.5 deg C). 7. Temperature, Dry Bulb: a. Air: Within 1 deg F (0.5 deg C). b. Space: Within 1 deg F (0.5 deg C). c. Outdoor: Within 1 deg F (0.5 deg C). d. Chilled Water: Within 0.5 deg F (0.2 deg C). e. Heating Hot Water: Within 0.5 deg F (0.2 deg C). 8. Temperature, Wet Bulb: a. Air: Within 1 deg F (0.5 deg C). b. Space: Within 1 deg F (0.5 deg C). c. Outdoor: Within 2 deg F (1 deg C). I. Precision of I/O Reported Values: Values reported in database and displayed to have following precision: 1. Current: a. Milliamperes: Nearest 1/100th of a milliampere. b. Amperes: Nearest 1/l0th of an ampere up to 100 A; nearest ampere for 100 A and more. 2. Energy: a. Electric Power: 1) Rate (Watts): Nearest 1/l0th of a watt through 1000 W. 2) Rate (Kilowatts): Nearest 1/l0th of a kilowatt through 1000 kW; nearest kilowatt above 1000 kW. 3) Usage (Kilowatt -Hours): Nearest kilowatt through 10,000 kW; nearest 10 kW be- tween 10,000 and 100,000 kW; nearest 100 kW for above 100,000 kW. b. Natural Gas (Usage): Nearest 1/l0th of a unit (cubic feet, MCF, therm) up to 100 units; nearest unit for above 100 units (For MCM, nearest 1/l0th of an MCM up to 1000 MCM; nearest MCM for above 1000 MCM). c. Thermal, Rate: 1) Heating: For British thermal units per hour, nearest British thermal unit per hour up to 1000 Btu/h; nearest 10 Btu/h between 1000 and 10,000 Btu/h; nearest 100 Btu/h for above 10,000 Btu/h. For MBh, round to nearest MBh up to 1000 MBh; nearest 10 MBh between 1000 and 10,000 MBh; nearest 100 MBh above 10,000 MBh (For watts, nearest watt up to 1000 W; for kilowatts, round to nearest kilowatt up to 1000 kW; nearest 10 kW between 1000 and 10 000 kW; nearest 100 kW for above 10 000 kW). 2) Cooling: For tons, nearest ton up to 1000 tons; nearest 10 tons between 1000 and 10,000 tons; nearest 100 tons above 10,000 tons (For watts, nearest watt up to 1000 W; for kilowatts, round to nearest kilowatt up to 1000 kW; nearest 10 kW be- tween 1000 and 10 000 kW; nearest 100 kW for above 10 000 kW). d. Thermal, Usage: FAA 3-19-0094-054 (CARES DEV) 23 09 23-14 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 1) Heating: For British thermal unit, nearest British thermal unit up to 1000 Btu; near- est 10 Btu between 1000 and 10,000 Btu; nearest 100 Btu for above 10,000 Btu. For MBtu, round to nearest MBtu up to 1000 MBtu; nearest 10 MBtu between 1000 and 10,000 MBtu; nearest 100 MBtu above 10,000 MBtu (For watt-hours, nearest watt- hour up to 1000 Wh; for kilowatt-hours, round to nearest kilowatt-hour up to 1000 kWh; nearest 10 kWh between 1000 and 10 000 kWh; nearest 100 kWh for above 10 000 kWh). 2) Cooling: For ton -hours, nearest ton -hours up to 1000 ton -hours; nearest 10 ton - hours between 1000 and 10,000 ton -hours; nearest 100 tons above 10,000 tons (For watt-hours, nearest watt-hour up to 1000 Wh; for kilowatt-hours, round to nearest kilowatt-hour up to 1000 kWh; nearest 10 kWh between 1000 and 10 000 kWh; nearest 100 kWh for above 10 000 kWh). 3. Flow: a. Air: Nearest 1/l0th of a cubic feet per minute through 100 cfm; nearest cubic feet per mi- nute between 100 and 1000 cfm; nearest 10 cfm between 1000 and 10,000 cfm; nearest 100 cfm above 10,000 cfm (Nearest 1/l0th of a liter per second through 100 L/s; nearest liter per second between 100 and 1000 L/s; nearest 10 L/s between 1000 and 10 000 L/s; nearest 100 L/s above 10 000 L/s). b. Fuel Oil: Nearest 1/l0th of a gallon per minute through 100 gpm; nearest gallon per minute between 100 and 1000 gpm (Nearest 1/l0th of a liter per second through 100 L/s; nearest liter per second between 100 and 1000 L/s). c. Natural Gas: Nearest 1/l0th of a cubic feet per hour through 100 cfh; nearest cubic feet per hour between 100 and 1000 cfh; nearest 10 cfh between 1000 and 10,000 cfh; nearest 100 cfh above 10,000 cfh (Nearest 1/100th of a cubic meter per hour through 100 cmh; nearest 1/l0th cmh between 100 and 1000 cmh; nearest cubic meter per hour above 1000 cmh). d. Water: Nearest 1/l0th of a gallon per minute through 100 gpm; nearest gallon per minute between 100 and 1000 gpm; nearest 10 gpm between 1000 and 10,000 gpm; nearest 100 gpm above 10,000 gpm (Nearest 1/l0th of a liter per second through 100 L/s; nearest liter per second between 100 and 1000 L/s; nearest 10 L/s between 1000 and 10 000 L/s; nearest 100 L/s above 10 000 L/s). e. Steam: Nearest 1/l0th of a pound per hour through 100 lb/h; nearest pound per hour be- tween 100 and 1000 lb/h; nearest 10 lb/h above 1000 lb/h (Nearest 1/l0th of a liter per sec- ond through 100 L/s; nearest liter per second between 100 and 1000 L/s; nearest 10 L/s above 1000 L/s). 4. Moisture (Relative Humidity): a. Relative Humidity (Percentage): Nearest 1 percent. 5. Speed: a. Rotation (rpm): Nearest 1 rpm. b. Velocity: Nearest 1/l0th of feet per minute through 100 fpm; nearest feet per minute be- tween 100 and 1000 fpm; nearest 10 fpm above 1000 fpm (Nearest 1/100th of a meter per second through 10 m/s; nearest 1/l0th of a meter per second above 10 m/s). 6. Position, Dampers and Valves (Percentage Open): Nearest 1 percent. 7. Pressure: a. Air, Ducts and Equipment: Nearest 1/l0th of an inch water closet (Nearest pascal up to 1000 Pa; nearest 10 Pa above 1000 Pa). b. Space: Nearest 1/100th of an inch water closet (Nearest 1/l0th of a pascal). FAA 3-19-0094-054 (CARES DEV) 23 09 23-15 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 c. Water: Nearest 1/10 of a pound per square inch gauge through 100 psig; nearest pound per square inch gauge above 100 psig (Nearest kilopascal through 1000 kPa; nearest 10 kPa above 1000 kPa). 8. Temperature: a. Air, Ducts and Equipment: Nearest 1/l0th of a degree. b. Outdoor: Nearest degree. c. Space: Nearest 1/l0th of a degree. d. Chilled Water: Nearest 1/l0th of a degree. e. Heating Hot Water: Nearest degree. 9. Voltage: Nearest 1/10 V up to 100 V; nearest volt above 100 V. J. Control Stability: Control variables indicated within the following limits: 1. Flow: a. Air, Ducts and Equipment, except Terminal Units: Within 5 percent of design flow rate. b. Air, Terminal Units: Within 10 percent of design flow rate. c. Water: Within 2 percent of design flow rate. 2. Moisture (Relative Humidity): a. Air: Within 2 percent RH. b. Space: Within 2 percent RH. c. Outdoor: Within2 percent RH. 3. Pressure: a. Air, Ducts and Equipment: 1 percent of instrument range. b. Space: Within 1 percent of instrument range. c. Water: Within 1 percent of instrument range. d. Steam: Within 1 percent of instrument range. 4. Temperature, Dew Point: a. Air: Within 1 deg F (0.5 deg C). b. Space: Within 1 deg F (0.5 deg C). 5. Temperature, Dry Bulb: a. Air: Within 1 deg F (0.5 deg C). b. Space: Within 1 deg F (0.5 deg C). c. Chilled Water: Within 0.5 deg F (0.2 deg C). d. Heating Hot Water: Within 0.5 deg F (0.2 deg C). 6. Temperature, Wet Bulb: a. Air: Within 1 deg F (0.5 deg C). b. Space: Within 1 deg F (0.5 deg C. K. Environmental Conditions for Controllers, Gateways, and Routers: 1. Products to operate without performance degradation under ambient environmental temperature, pressure, and humidity conditions encountered for installed location. FAA 3-19-0094-054 (CARES DEV) 23 09 23-16 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 a. If product alone cannot comply with requirement, install product in a protective enclosure that is isolated and protected from conditions impacting performance. Enclosure to be in- ternally insulated, electrically heated, cooled, and ventilated as required by product and ap- plication. 2. Protect products with enclosures satisfying the following minimum requirements unless more stringent requirements are indicated. House products not available with integral enclosures com- plying with requirements indicated in protective secondary enclosures. Installed location dictates the following NEMA 250 enclosure requirements: a. Outdoors, Protected: Type 2. b. Outdoors, Unprotected: Type 4. c. Indoors, Heated with Filtered Ventilation: Type 1. d. Indoors, Heated with Non -Filtered Ventilation: Type 2. e. Indoors, Heated and Air -Conditioned: Type 1. f. Mechanical Equipment Rooms: 1) Chiller and Boiler Rooms: Type 12. 2) Air -Moving Equipment Rooms: Type 12. g. Localized Areas Exposed to Washdown: Type 4. h. Within Duct Systems and Air -Moving Equipment Not Exposed to Possible Condensation: Type 2. i. Within Duct Systems and Air -Moving Equipment Exposed to Possible Condensation: Type 4. j. Hazardous Locations: Explosion -proof rating for condition. L. Environmental Conditions for Instruments and Actuators: 1. Instruments and actuators to operate without performance degradation under the ambient envi- ronmental temperature, pressure, humidity, and vibration conditions specified and encountered for installed location. a. If instruments and actuators alone cannot comply with requirement, install instruments and actuators in protective enclosures that are isolated and protected from conditions impacting performance. Enclosure is internally insulated, electrically heated, and ventilated as re- quired by instrument and application. 2. Protect instruments, actuators, and accessories with enclosures satisfying the following minimum requirements unless more stringent requirements are indicated. House instruments and actuators not available with integral enclosures complying with requirements indicated in protective sec- ondary enclosures. Installed location is to dictate the following NEMA 250 enclosure require- ments: a. Outdoors, Protected: Type 2. b. Outdoors, Unprotected: Type 4. c. Indoors, Heated with Filtered Ventilation: Type 1. d. Indoors, Heated with Non -Filtered Ventilation: Type 2. e. Indoors, Heated and Air-conditioned: Type 1. f. Mechanical Equipment Rooms: g. 1) Chiller and Boiler Rooms: Type 12. 2) Air -Moving Equipment Rooms: Type 12. Localized Areas Exposed to Washdown: Type 4. FAA 3-19-0094-054 (CARES DEV) 23 09 23-17 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 h. Within Duct Systems and Air -Moving Equipment Not Exposed to Possible Condensation: Type 2. i. Within Duct Systems and Air -Moving Equipment Exposed to Possible Condensation: Type 4. j. Hazardous Locations: Explosion -proof rating for condition. M. DDC System Reliability: 1. Design, install, and configure DDC controllers, gateways, routers, and workstation or server to yield a MTBF of at least 40,000 hours, based on a confidence level of at least 90 percent. MTBF value includes any failure for any reason to any part of products indicated. 2. If required to comply with MTBF indicated, include DDC system and product redundancy to maintain DCC system, and associated systems and equipment being controlled, operational, and under automatic control. 3. See Drawings for critical systems and equipment that require a higher degree of DDC system re- dundancy than MTBF indicated. N. Electric Power Quality: 1. Power -Line Surges: a. Protect DDC system products connected to ac power circuits from power -line surges to comply with requirements of IEEE C62.41.1 and IEEE C62.41.2. b. Do not use fuses for surge protection. c. Test protection in the normal mode and in the common mode, using the following two waveforms: 1) 10-by-1000-microsecond waveform with a peak voltage of 1500 V and a peak cur- rent of 60 A. 2) 8-by-20-microssecond waveform with a peak voltage of 1000 V and a peak current of 500 A. 2. Ground Fault: Protect products from ground fault by providing suitable grounding. Products to not fail due to ground fault condition. O. Backup Power Source: 1. Serve DDC system products that control HVAC systems and equipment served by a backup power source also from a backup power source. P. UPS: Q. 1. DDC system products powered by UPS units are to include the following: a. Servers. b. Gateways. c. DDC controllers, except application -specific controllers. d. Desktop workstations. Continuity of Operation after Electric Power Interruption: 1. Equipment and associated factory -installed controls, field -installed controls, electrical equipment, and power supply connected to building normal and backup power systems are to automatically return equipment and associated controls to operating state occurring immediately before loss of normal power, without need for manual intervention by operator when power is restored either FAA 3-19-0094-054 (CARES DEV) 23 09 23-18 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 through backup power source or through normal power if restored before backup power is brought online. 2.5 PANEL -MOUNTED, MANUAL OVERRIDE SWITCHES A. Manual Override of Control Dampers: 1. Include panel -mounted, two -position, selector switch for each automatic control damper being controlled by DDC controller. 2. Label each switch with damper designation served by switch. 3. Label switch positions to indicate either "Manual" or "Auto" control signal to damper. 4. With switch in "Auto" position, control signal to damper actuator with control loop output signal from DDC controller. 5. With switch in "Manual" position, control signal to damper actuator at panel with either an inte- gral or a separate switch to include local control. a. For Binary Control Dampers: Manual two -position switch with "Close" and "Open" switch positions indicated. With switch in "Close" position, close damper. With switch in "Open" position, open damper. b. For Analog Control Dampers: A gradual switch with "Close" and "Open" switch limits in- dicated. Operator switches knob to adjust damper to any position from close to open. 6. DDC controller to monitor and report position of each manual override selector switch. With switch placed in "manual" position, DDC controller to signal an override condition to alert opera- tor that damper is under manual, not automatic, control. 7. Configure manual override switches to allow operator to manually operate damper while at panel without DDC controller operational. 8. Terminal equipment including VAV units, fan -coil units, and unit heaters do not require manual override unless otherwise indicated by sequence of operation. B. Manual Override of Control Valves: 1. Include panel -mounted, two -position, selector switch for each automatic control valve being con- trolled by DDC controller. 2. Label each switch with valve designation served by switch. 3. Label switch positions to indicate either "Manual" or "Auto" control signal to valve. 4. With switch in "Auto" position, control signal to valve actuator with a control loop output signal from DDC controller. 5. With switch in "Manual" position, control signal to valve actuator at panel with either an integral or a separate switch to include local control. a. For Binary Control Valves: Manual two -position switch with "Close" and "Open" switch positions indicated. With switch in "Close" position, close valve. With switch in "Open" position, open valve. b. For Analog Control Valves: A gradual switch with "Open" and "Close" switch limits indi- cated. Operator rotates switch knob to adjust valve to any position from close to open. 6. DDC controller to monitor and report position of each manual override selector switch. With switch placed in "manual" position, DDC controller to signal an override condition to alert opera- tor that valve is under manual, not automatic, control. 7. Configure manual override switches to allow operator to manually operate valve while at panel without DDC controller operational. 8. Terminal equipment including VAV units, fan -coil units, and unit heaters do not require manual override unless otherwise indicated by sequence of operation. FAA 3-19-0094-054 (CARES DEV) 23 09 23-19 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 2.6 SYSTEM ARCHITECTURE A. System architecture consisting of no more than two or three levels of LANs. 1. Level 2 LAN: Connect network controllers and operator workstations. 2. Level 1 or Level 2 LAN: Connect Level 1 or Level 2 programmable application controllers to oth- er programmable application controllers and to network controllers. 3. Level 2 or Level 3 LAN: Connect Level 2 or Level 3 application -specific controllers to program- mable application controllers and to network controllers. B. Minimum Data Transfer and Communication Speed: 1. LAN Connecting Operator Workstations and Network Controllers: 100 Mbps. 2. LAN Connecting Programmable Application Controllers: 100 kbps. 3. LAN Connecting Application -Specific Controllers: 76,800 bps. C. Provide dedicated DDC system LANs that are not shared with other building systems and tenant data and communication networks. D. Provide modular system architecture with inherent ability to expand to not less than 1.25 times system size indicated with no impact to performance indicated. E. Configure architecture to eliminate need to remove and replace existing network equipment for system expansion. F. Make number of LANs and associated communication transparent to operator. Configure all I/O points residing on any LAN to be capable of global sharing between all system LANs. G. Design system to eliminate dependence on any single device for system alarm reporting and control exe- cution. Design each controller to operate independently by performing own control, alarm management, and historical data collection. H. Special Network Architecture Requirements: 1. Air -Handling Systems: For control applications of an air -handling system that consists of air - handling unit(s) and VAV terminal units, include a dedicated LAN of application -specific control- lers serving VAV terminal units connected directly to controller that is controlling air -handling - system air -handling unit(s). Basically, create DDC system LAN that aligns with air -handling sys- tem being controlled. 2.7 DDC SYSTEM OPERATOR INTERFACES A. Operator Means of System Access: Operator able to access entire DDC system through any of multiple means including, but not limited to, the following: 1. Desktop and portable workstation with hardwired connection through LAN port. 2. Portable operator terminal with hardwired connection through LAN port. 3. Portable operator workstation with wireless connection through LAN router. 4. Mobile device and application with secured wireless connection through LAN router or cellular data service. 5. Remote connection through web access. B. Make access to system, regardless of operator means used, transparent to operator. FAA 3-19-0094-054 (CARES DEV) 23 09 23-20 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 C. Desktop Workstations: 1. Connect desktop workstation(s) to DDC system Level 1 LAN through a communications port di- rectly on LAN or through a communications port on a DDC controller. 2. Able to communicate with any device located on any DDC system LAN. D. Portable Workstations: 1. Connect Owner -furnished portable workstation(s) to DDC system Level 1 LAN through a com- munications port directly on LAN or through a communications port on a DDC controller. 2. Able to communicate with any device located on any DDC system LAN. 3. Connect to DDC system Level 2 or Level 3 LAN through a communications port on an applica- tion -specific controller, or a room temperature sensor connected to an application -specific control- ler. 4. Connect to system through a wireless router connected to Level 1 LAN. 5. Connect to system through a cellular broadband data service. 6. Portable workstation able to communicate with any device connected to any system LAN regard- less of point of physical connection to system. 7. Monitor, program, schedule, adjust set points, and report capabilities of I/O connected anywhere in system. 8. Have dynamic graphic displays that are identical to desktop workstations. E. Mobile Device (Tablet and Smart Phone): 1. Connect Owner -furnished mobile devices to system through a wireless router connected to LAN and cellular data service. 2. Able to communicate with any DDC controller connected to DDC system using secure web ac- cess. F. Critical Alarm Reporting: 1. Send operator -selected critical alarms to notify operator of critical alarms that require immediate attention. 2. Send alarm notification to multiple recipients that are assigned for each alarm. 3. Notify recipients by any or all means, including email, text message, and prerecorded phone mes- sage to mobile and landline phone numbers. G. Simultaneous Operator Use: Capable of accommodating up to 20 simultaneous operators that are access- ing DDC system through any of operator interfaces indicated. 2.8 NETWORKS A. Acceptable networks for connecting workstations, mobile devices, and network controllers include the following: 1. ATA 878.1, ARCNET. 2. IP. 3. ISO/IEC/IEEE 8802-3, Ethernet. B. Acceptable networks for connecting programmable application controllers include the following: 1. ATA 878.1, ARCNET. 2. IP. 3. ISO/IEC/IEEE 8802-3, Ethernet. FAA 3-19-0094-054 (CARES DEV) 23 09 23-21 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 C. Acceptable networks for connecting application -specific controllers include the following: 1. ATA 878.1, ARCNET. 2. TIA 485-A. 3. IP. 4. ISO/IEC/IEEE 8802-3, Ethernet. 2.9 NETWORK COMMUNICATION PROTOCOL A. Use network communication protocol(s) that are open to Owner and available to other companies for use in making future modifications to DDC system. B. ASHRAE 135 Protocol: 1. Use ASHRAE 135 communication protocol as sole and native protocol used throughout entire DDC system. 2. DDC system to not require use of gateways except to integrate HVAC equipment and other build- ing systems and equipment; not required to use ASHRAE 135 communication protocol. 3. If used, gateways to connect to DDC system using ASHRAE 135 communication protocol and Project object properties and read/write services indicated by interoperability schedule. 4. Use operator workstations, controllers, and other network devices that are tested and listed by BTL. C. Industry Standard Protocols: 1. Use any one or a combination of the following industry standard protocols for network communi- cation while complying with other DDC system requirements indicated: a. ASHRAE 135. b. Modbus Application Protocol Specification V1.1b3. 2. Operator workstations and network controllers are to communicate through ASHRAE 135 proto- col. 3. Provide portions of DDC system networks using ASHRAE 135 communication protocol as an open implementation of network devices complying with ASHRAE 135. Use network devices that are tested and listed by BTL. 4. Provide portions of DDC system networks using Modbus Application Protocol Specifica- tion V1.1b3 communication protocol as an open implementation of network devices and technolo- gy complying with Modbus Application Protocol Specification V1.1b3. 5. Use gateways to connect networks and network devices with different protocols. 2.10 DESKTOP WORKSTATIONS A. Description: A tower or all -in -one computer designed for normal use at a single, semipermanent location. B. Performance Requirements: 1. May dictate equipment exceeding minimum requirements indicated. 2. ENERGY STAR compliant. C. Personal Computer: 1. Minimum Processor Speed: 2.8 GHz Intel Core i5 or equivalent. FAA 3-19-0094-054 (CARES DEV) 23 09 23-22 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 2. RAM: a. Capacity: 16GB. b. Speed and Type: 1333 MHz. 3. Hard Drive: a. Media: Solid state. b. Number of Hard Drives: One. c. Capacity: 250 GB. 4. Optical Read and Write Drive: a. Include with at least 2 MB of data buffer. b. Type: DVD Drive. c. Nominal Data Transfer Rates: 1) Reading: 24X. 2) Writing: 8X. d. Average access time of 150 ms or less. e. MTBF of at least 100,000 power -on hours. 5. Video Card: a. Resolution: 1920 by 1200 pixels. b. RAM: 1GB. 6. Network Interface Card: Include card with connection, as applicable. a. 10-100-1000 base TX Ethernet with RJ-45 connector port. D. Wireless Ethernet, 802.11 ac: 1. Optical Modem: Full duplex link for connection to optical fiber cable provided. 2. I/O Ports: a. Two USB 3.0 ports on front panel, six on back panel, and three internal on motherboard. b. One serial port. c. One parallel port. d. Two PS/2 ports. e. One RJ-45. f. One stereo line -in and headphone/line-out on back panel. g. One microphone and headphone connector on front panel. h. One IEEE 1394 on front and back panel with PCI-e card. i. One ESATA port on back panel. 3. Battery: Life of at least three years to maintain system clock/calendar and ROM, at a minimum. E. Keyboard: 1. 101 enhanced keyboard. 2. Full upper- and lowercase ASCII keyset, numeric keypad, dedicated cursor control keypad, and 12 programmable function keys. 3. Wireless operation within up to 72 inches (1800 mm) in front of workstation. FAA 3-19-0094-054 (CARES DEV) 23 09 23-23 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 F. Pointing Device: 1. Two- or three -button mouse. 2. Wireless operation within up to 72 inches (1800 mm) in front of workstation. G. Flat Panel Display Monitor: 1. Display: a. Color display with 17 inches diagonal viewable area. b. Digital input signal. c. Aspect Ratio: 16 to 9. d. Antiglare display. e. Dynamic Contrast Ratio: 50000 to 1. f. Brightness: 250 cd/sq. m. g. Tilt adjustable base. h. ENERGY STAR compliant. i. Resolution: 1920 by 1080 pixels at 60 Hz with pixel size of 0.277 mm or smaller. j. Number of Displays: One. H. Speakers: 1. Two, with individual controls for volume, bass and treble. 2. Signal to Noise Ratio: At least 65 dB. 3. Power: At least 4 W per speaker/channel. 4. Magnetic shielding to prevent distortion on the video monitor. I. I/O Cabling: Include applicable cabling to connect I/O devices. 2.11 PRINTERS A. Color Laser Printer: 1. HP or equivalent. 2. 1200 by 1200 dots per inch resolution black and white, 1200 by 1200 dots per inch resolution black and white and color. 3. First sheet printed within 10 seconds. 4. 42 page per minute rated print speed. 5. Print buffer with at least 512 MB of RAM. 6. Complies with ENERGY STAR requirements. 7. Capable of handling letter, tabloid, and legal -size paper. 8. One paper tray; one tray with 250 sheet capacity. 9. At least two -page toner/cartridge capacity. 2.12 SYSTEM SOFTWARE A. System Software Minimum Requirements: 1. Real-time multitasking and multiuser 64-bit operating system that allows concurrent multiple op- erator workstations operating and concurrent execution of multiple real-time programs and custom program development. 2. Operating system capable of operating DOS and Microsoft Windows applications. FAA 3-19-0094-054 (CARES DEV) 23 09 23-24 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 3. Database management software to manage all data on an integrated and non -redundant basis. Ad- ditions and deletions to database are to be without detriment to existing data. Include cross linkag- es so no data required by a program can be deleted by an operator until that data have been deleted from respective programs. 4. Network communications software to manage and control multiple network communications to provide exchange of global information and execution of global programs. 5. Operator interface software to include day-to-day operator transaction processing, alarm and re- port handling, operator privilege level and data segregation control, custom programming, and online data modification capability. 6. Scheduling software to schedule centrally based time and event, temporary, and exception day programs. B. Operator Interface Software: 1. Minimize operator training through use of English language prorating and English language point identification. 2. Minimize use of a typewriter -style keyboard through use of a pointing device similar to a mouse. 3. Make operator sign -off a manual operation or, if no keyboard or mouse activity takes place, an au- tomatic sign -off. 4. Make automatic sign -off period programmable from one to 60 minutes in one -minute increments on a per operator basis. 5. Record operator sign -on and sign -off activity and send to printer. 6. Security Access: a. Use password control for operator access to DDC system. b. Assign an alphanumeric password (field assignable) to each operator. c. Grant operators access to DDC system by entry of proper password. d. Use same operator password regardless of which computer or other operator interface means are used. e. Automatically update additions or changes made to passwords. f. Assign each operator an access level to restrict access to data and functions the operator is cable of performing. g. Provide software with at least five access levels. h. Assign each menu item an access level so that a one -for -one correspondence between oper- ator assigned access level(s) and menu item access level(s) is required to gain access to menu item. i. Display menu items to operator with those capable of access highlighted. Make menu and operator access level assignments online programmable and under password control. 7. Data Segregation: a. Include data segregation for control of specific data routed to a workstation, to an operator or to a specific output device, such as a printer. b. Include at least 32 segregation groups. c. Make segregation groups selectable such as "fire points," "fire points on second floor," "space temperature points," "HVAC points," and so on. d. Make points assignable to multiple segregation groups. Display and output of data to print- er or monitor is to occur where there is a match of operator or peripheral segregation group assignment and point segregations. e. Make alarms displayed and printed at each peripheral to which segregation allows, but only those operators assigned to peripheral and having proper authorization level will be al- lowed to acknowledge alarms. f. Assign operators and peripherals to multiple segregation groups and make all assignments online programmable and under password control. 8. Operators able to perform commands including, but not limited to, the following: FAA 3-19-0094-054 (CARES DEV) 23 09 23-25 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 a. Start or stop selected equipment. b. Adjust set points. c. Add, modify, and delete time programming d. Enable and disable process execution. e. Lock and unlock alarm reporting for each point. f. Enable and disable totalization for each point. g. Enable and disable trending for each point. h. Override control loop set points. i. Enter temporary override schedules. j. Define holiday schedules. k. Change time and date. I. Enter and modify analog alarm limits. m. Enter and modify analog warning limits. n. View limits. o. Enable and disable demand limiting. p. Enable and disable duty cycle. q. Display logic programming for each control sequence. 9. Reporting: a. Generated automatically and manually b. Sent to displays, printers and disc files. c. Types of Reporting: 1) General listing of points. 2) List points currently in alarm. 3) List of off-line points. 4) List points currently in override status. 5) List of disabled points. 6) List points currently locked out. 7) List of items defined in a "Follow -Up" file. 8) List weekly schedules. 9) List holiday programming 10) List of limits and deadbands. 10. Summaries: For specific points, for a logical point group, for an operator selected group(s), or for entire system without restriction due to hardware configuration. C. Graphic Interface Software: 1. Include a full interactive graphical selection means of accessing and displaying system data to op- erator. Include at least five levels with the penetration path operator assignable (for example, site, building, floor, air -handling unit, and supply temperature loop). Native language descriptors as- signed to menu items are to be operator defined and modifiable under password control. 2. Include a hierarchical -linked dynamic graphic operator interface for accessing and displaying sys- tem data and commanding and modifying equipment operation. Interface is to use a pointing de- vice with pull -down or penetrating menus, color, and animation to facilitate operator understand- ing of system. 3. Include at least 10 levels of graphic penetration with the hierarchy operator assignable. 4. Make descriptors for graphics, points, alarms, and such modifiable through operator's workstation under password control. 5. Make graphic displays online user definable and modifiable using the hardware and software pro- vided. 6. Make data displayed within a graphic assignable regardless of physical hardware address, com- munication, or point type. 7. Make graphics online programmable and under password control. FAA 3-19-0094-054 (CARES DEV) 23 09 23-26 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 8. Make points assignable to multiple graphics where necessary to facilitate operator understanding of system operation. 9. Graphics to also contain software points. 10. Penetration within a graphic hierarchy is to display each graphic name as graphics are selected to facilitate operator understanding. 11. Provide a back -trace feature to permit operator to move upward in the hierarchy using a pointing device. Back trace to show all previous penetration levels. Include operator with option of show- ing each graphic full -screen size with back trace as horizontal header or by showing a "stack" of graphics, each with a back trace. 12. Display operator accessed data on the monitor. 13. Provide operator with ability to select further penetration using pointing device to click on a site, building, floor, area, equipment, and so on. Display defined and linked graphic below that selec- tion. 14. Include operator with means to directly access graphics without going through penetration path. 15. Make dynamic data assignable to graphics. 16. Display points (physical and software) with dynamic data provided by DDC system with appro- priate text descriptors, status or value, and engineering unit. 17. Use color, rotation, or other highly visible means, to denote status and alarm states. Make colors variable for each class of points, as chosen by operator. 18. Provide dynamic points with operator adjustable update rates on a per point basis from one second to over a minute. 19. For operators with appropriate privilege, command points directly from display using pointing de- vice. a. For an analog command point such as set point, display current conditions and limits so operator can position new set point using pointing device. b. For a digital command point such as valve position, show valve in current state such as open or closed so operator could select alternative position using pointing device. c. Include a keyboard equivalent for those operators with that preference. 20. Give operator ability to split or resize viewing screen into quadrants to show one graphic on one quadrant of screen and other graphics or spreadsheet, bar chart, word processing, curve plot, and other information on other quadrants on screen. This feature allows real-time monitoring of one part of system while displaying other parts of system or data to better facilitate overall system op- eration. 21. Help Features: a. Online context -sensitive help utility to facilitate operator training and understanding. b. Bridge to further explanation of selected keywords and contain text and graphics to clarify system operation. 1) If help feature does not have ability to bridge on keywords for more information, provide a complete set of user manuals in an indexed word-processing program, which runs concurrently with operating system software. c. Available for Every Menu Item: 1) Index items for each system menu item. 22. Provide graphic generation software to allow operator ability to add, modify, or delete system graphic displays. a. Include libraries of symbols depicting HVAC symbols such as fans, coils, filters, dampers, valves pumps, and electrical symbols similar to those indicated. b. Use a pointing device in conjunction with a drawing program to allow operator to perform the following: FAA 3-19-0094-054 (CARES DEV) 23 09 23-27 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 1) Define background screens. 2) Define connecting lines and curves. 3) Locate, orient, and size descriptive text. 4) Define and display colors for all elements. 5) Establish correlation between symbols or text and associated system points or other displays. D. Project -Specific Graphics: Graphics documentation including, but not limited to, the following: 1. Site plan showing each building, and additional site elements, which are being controlled or moni- tored by DDC system. 2. Plan for each building floor, including interstitial floors, and each roof level of each building, showing the following: a. Room layouts with room identification and name. b. Locations and identification of all monitored and controlled HVAC equipment and other equipment being monitored and controlled by DDC system. c. Location and identification of each hardware point being controlled or monitored by DDC system. 3. Control schematic for each of following, including a graphic system schematic representa- tion, similar to that indicated on Drawings, with point identification, set point and dynamic value indication and sequence of operation. 4. Graphic display for each piece of equipment connected to DDC system through a data communi- cations link. Include dynamic indication of all points associated with equipment. 5. DDC system network riser diagram that shows schematic layout for entire system including all networks and all controllers, gateways operator workstations and other network devices. E. Customizing Software: 1. Software to modify and tailor DDC system to specific and unique requirements of equipment in- stalled, to programs implemented and to staffing and operational practices planned. 2. Online modification of DDC system configuration, program parameters, and database using menu selection and keyboard entry of data into preformatted display templates. 3. At a minimum, include the following modification capability: a. Operator Assignment: Designation of operator passwords, access levels, point segregation, and auto sign -off. b. Peripheral Assignment: Assignment of segregation groups and operators to consoles and printers, designation of backup workstations and printers, designation of workstation head- er points, and enabling and disabling of printout of operator changes. c. System Configuration and Diagnostics: Communications and peripheral port assignments, DDC controller assignments to network, DDC controller enable and disable, assignment of command trace to points, and application programs and initiation of diagnostics. d. System Text Addition and Change: English or native language descriptors for points, seg- regation groups and access levels and action messages for alarms, run time, and trouble condition. e. Time and Schedule Change: Time and date set, time and occupancy schedules, exception and holiday schedules, and daylight -savings time schedules. f. Point related change capability is to include the following: 1) System and point enable and disable. 2) Run-time enable and disable. 3) Assignment of points to segregation groups, calibration tables, lockout, and run time and to a fixed I/O value. 4) Assignment of alarm and warning limits. FAA 3-19-0094-054 (CARES DEV) 23 09 23-28 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 g. Application program change capability is to include the following: 1) Enable and disable of software programs. 2) Programming changes. 3) Assignment of comfort limits, global points, time and event initiators, time and event schedules and enable and disable time and event programs. 4. Provide software to allow operator ability to add points, or groups of points, to DDC system and to link them to energy optimization and management programs. Make additions and modifications online programmable using operator workstations, downloaded to other network devices and en- tered into their databases. After verification of point additions and associated program operation, upload and record database on hard drive and disc for archived record. 5. Include high-level language programming software capability for implementation of custom DDC programs. Include a compiler, linker, and up- and down -load capability. 6. Include a library of DDC algorithms, intrinsic control operators, arithmetic, logic, and relational operators for implementation of control sequences. Also include, at a minimum, the following: a. Proportional control (P). b. Proportional plus integral (PI). c. Proportional plus integral plus derivative (PID). d. Adaptive and intelligent self -learning control. 1) Algorithm monitors loop response to output corrections and adjust loop response characteristics in accordance with time constant changes imposed. 2) Algorithm operates in a continuous self -learning manner and retains in memory a stored record of system dynamics so that on system shut down and restart, learning process starts from where it left off. 7. Fully implemented intrinsic control operators including sequence, reversing, ratio, time delay, time of day, highest select AO, lowest select AO, analog controlled digital output, analog control AO, and digitally controlled AO. 8. Logic operators such as "And," "Or," "Not," and others that are part of a standard set available with a high-level language. 9. Arithmetic operators such as "Add," "Subtract," "Multiply," "Divide," and others that are part of a standard set available with a high-level language. 10. Relational operators such as "Equal to," "Not Equal to," "Less Than," "Greater Than," and others that are part of a standard set available with a high-level language. F. Alarm Handling Software: 1. Include alarm handling software to report all alarm conditions monitored and transmitted through DDC controllers, gateways and other network devices. 2. Include first in, first out handling of alarms in accordance with alarm priority ranking, with most critical alarms first, and with buffer storage in case of simultaneous and multiple alarms. 3. Make alarm handling active at all times to ensure that alarms are processed even if an operator is not currently signed on to DDC system. 4. Alarms display is to include the following: a. Indication of alarm condition such as "Abnormal Off," "Hi Alarm," and "Low Alarm." b. "Analog Value" or "Status" group and point identification with native language point de- scriptor such as "Space Temperature, Building 110, 2nd Floor, Room 212." c. Discrete per point alarm action message, such as "Call Maintenance Dept. Ext-5561." d. Include extended message capability to allow assignment and printing of extended action messages. Capability is to be operator programmable and assignable on a per point basis. FAA 3-19-0094-054 (CARES DEV) 23 09 23-29 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 5. Direct alarms to appropriate operator workstations, printers, and individual operators by privilege level and segregation assignments. 6. Send email alarm messages to designated operators. 7. Send email, page, text, and voice messages to designated operators for critical alarms. 8. Categorize and process alarms by class. a. Class 1: 1) Associated with fire, security, and other extremely critical equipment monitoring functions; have alarm, trouble, return to normal, and acknowledge conditions print- ed and displayed. 2) Unacknowledged alarms to be placed in unacknowledged alarm buffer. 3) All conditions make an audible alarm sound and require individual acknowledgment to silence audible sound. b. Class 2: 1) Critical, but not life -safety related, and processed same as Class 1 alarms, except do not require individual acknowledgment. 2) Acknowledgement may be through a multiple alarm acknowledgment. c. Class 3: 1) General alarms; printed, displayed, and placed in unacknowledged alarm buffer queues. 2) Configure so each new alarm received makes an audible alarm sound that are si- lenced by "acknowledging" alarm or by pressing a "silence" key. 3) Make acknowledgement of queued alarms either on an individual basis or through a multiple alarm acknowledgement. 4) Print alarms returning to normal condition without an audible alarm sound or re- quire acknowledgment. d. Class 4: 1) Routine maintenance or other types of warning alarms. 2) Alarms to be printed only, with no display, no audible sound and no acknowledg- ment required. 9. Include an unacknowledged alarm indicator on display to alert operator that there are unacknowl- edged alarms in system. Operator able to acknowledge alarms on an individual basis or through a multiple alarm acknowledge key, depending on alarm class. 10. To ensure that no alarm records are lost, make it possible to assign a backup printer to accept alarms in case of failure of primary printer. G. Reports and Logs: 1. Include reporting software package that allows operator to select, modify, or create reports using DDC system I/O point data available. 2. Setup each report so data content, format, interval, and date are operator definable. 3. Sample and store report data on DDC controller, within storage limits of DDC controller, and then uploaded to archive on workstation for historical reporting. 4. Make it possible for operators to obtain real-time logs of all I/O points by type or status, such as alarm, point lockout, or normal. 5. Store reports and logs on workstations hard drives in a format that is readily accessible by other standard software applications, including spreadsheets and word processing. FAA 3-19-0094-054 (CARES DEV) 23 09 23-30 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 6. Make reports and logs readily printable and set to be print either on operator command or at a spe- cific time each day. H. Standard Reports: Provide standard DDC system reports with operator ability to customize reports later. 1. All I/O: With current status and values. 2. Alarm: All current alarms, except those in alarm lockout. 3. Disabled I/O: All I/O points that are disabled. 4. Alarm Lockout I/O: All I/O points in alarm lockout, whether manual or automatic. 5. Alarm Lockout I/O in Alarm: All I/O in alarm lockout that are currently in alarm. 6. Logs: a. b. c. d. Alarm history. System messages. System events. Trends. I. Custom Reports: Operator able to easily define and prepare any system data into a daily, weekly, month- ly, annual, or other historical report. Reports to include a title with time and date stamp. J. Tenant Override Reports: Prepare Project -specific reports. 1. Daily report showing total time in hours that each tenant has requested after-hours HVAC. 2. Weekly report showing daily total time in hours that each tenant has requested after-hours HVAC. 3. Monthly report showing daily total time in hours that each tenant has requested after-hours HVAC. 4. Annual summary report that shows after-hours HVAC usage on a monthly basis. K. HVAC Equipment Reports: Prepare Project -specific reports. 1. Chiller Report: Daily report showing operating conditions of each chiller in accordance with ASHRAE 147 including, but not limited to, the following: a. b. c. d. e. f. g• h. i. J. k. 1. m. n. o. p• q• r. s. t. u. v. Chilled water entering temperature. Chilled water leaving temperature. Chilled -water flow rate. Chilled -water inlet and outlet pressures. Evaporator refrigerant pressure and temperature. Condenser refrigerant pressure and liquid temperature. Condenser -water entering temperature. Condenser -water leaving temperature. Condenser -water flow rate. Refrigerant levels. Oil pressure and temperature. Oil level. Compressor refrigerant discharge temperature. Compressor refrigerant suction temperature. Addition of refrigerant. Addition of oil. Vibration levels or observation that vibration is not excessive. Motor amperes per phase. Motor volts per phase. Refrigerant monitor level (PPM). Purge exhaust time or discharge count. Ambient temperature (dry bulb and wet bulb). FAA 3-19-0094-054 (CARES DEV) 23 09 23-31 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 w. Date and time logged. L. Utility Reports: Prepare Project -specific reports. 1. Electric Report: a. Include weekly report showing daily electrical consumption and peak electrical demand with time and date stamp for each meter. b. Include monthly report showing the daily electrical consumption and peak electrical de- mand with time and date stamp for each meter. c. Include annual report showing monthly electrical consumption and peak electrical demand with time and date stamp for each meter. d. For each weekly, monthly, and annual report, include sum total of submeters combined by load type, such as lighting, receptacles, and HVAC equipment showing daily electrical consumption and peak electrical demand. e. For each weekly, monthly, and annual report, include sum total of all submeters in building showing electrical consumption and peak electrical demand. 2. Natural Gas Report: a. Include weekly, monthly, and annual report showing daily natural gas consumption and peak natural gas demand with time and date stamp for each meter. b. For each weekly, monthly, and annual report, include sum total of submeters combined by load type, such as boilers and service water heaters showing daily natural gas consumption and peak natural gas demand. c. For each weekly, monthly, and annual report, include sum total of all submeters in building showing natural gas consumption and peak natural gas demand. 3. Service Water Report: a. Include weekly, monthly, and annual report showing daily service water consumption and peak service water demand with time and date stamp for each meter. b. For each weekly, monthly, and annual report, include sum total of submeters combined by load type, such as cooling tower makeup and irrigation showing daily service water con- sumption and peak service water demand. c. For each weekly, monthly. and annual report, include sum total of all submeters in building showing service water consumption and peak service water demand. M. Standard Trends: 1. Trend all I/O point present values, set points, and other parameters indicated for trending. 2. Associate trends into groups, and setup a trend report for each group. 3. Store trends within DDC controller and uploaded to hard drives automatically on reaching 75 per- cent of DDC controller buffer limit, or by operator request, or by archiving time schedule. 4. Preset trend intervals for each I/O point after review with Owner. 5. Make trend intervals operator selectable from 10 seconds up to 60 minutes. Make minimum num- ber of consecutive trend values stored at one time 100 per variable. 6. When drive storage memory is full, overwrite oldest data with most recent data. 7. Make archived and real-time trend data available for viewing numerically and graphically by op- erators. N. Custom Trends: Operator -definable custom trend log for any I/O point in DDC system. 1. Include each trend with interval, start time, and stop time. FAA 3-19-0094-054 (CARES DEV) 23 09 23-32 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 2. Sample and store data on DDC controller, within reaching 75 percent storage limits of DDC con- troller, and then uploaded to archive on workstation hard drives. 3. Make data retrievable for use in spreadsheets and standard database programs. O. Programming Software: 1. Include programming software to execute sequences of operation indicated. 2. Include programming routines in simple and easy to follow logic with detailed text comments de- scribing what the logic does and how it corresponds to sequence of operation. 3. Programming Software: As follows: a. Graphic Based: Use a library of function blocks made from preprogrammed code designed for DDC control systems. 1) Assemble function blocks with interconnection lines that represent to control se- quence in a flowchart. 2) Make programming tools viewable in real time to show present values and logical results of each function block. 4. Include means for detecting programming errors and testing software control strategies with a simulation tool before implementing in actual control. Simulation tool may be inherent with pro- gramming software or as a separate product. P. Database Management Software: 1. Where a separate SQL database is used for information storage, include database management software that separates database monitoring and managing functions by supporting multiple sepa- rate windows. 2. Secure database access using standard SQL authentication including ability to access data for use outside of DDC system applications. 3. Include database management function summarizing information on trend, alarm, event, and audit for the following database management actions: a. Backup. b. Purge. c. Restore. 4. Database management software supporting the following: a. Statistics: Display database server information and trend, alarm, event, and audit infor- mation on database. b. Maintenance: Include method of purging records from trend, alarm, event, and audit data- bases by supporting separate screens for creating a backup before purging, selecting data- base, and allowing for retention of a selected number of day's data. c. Backup: Include means to create a database backup file and select a storage location. d. Restore: Include a restricted means of restoring a database by requiring operator to have proper security level. 5. Information of current database activity, including the following: a. Ready. b. Purging record from a database. c. Action failed. d. Refreshing statistics. e. Restoring database. FAA 3-19-0094-054 (CARES DEV) 23 09 23-33 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 f. Shrinking a database. g. Backing up a database. h. Resetting Internet information services. i. Starting network device manager. j. Shutting down the network device manager. k. Action successful. 6. Database management software monitoring functions is to continuously read database information once operator has logged on. 7. Include operator notification through on -screen pop-up display and email message when database value has exceeded a warning or alarm limit. 8. Monitoring settings window with the following Sections: a. Allow operator to set and review scan intervals and start times. b. Email: Allow operator to create and review email and phone text messages to be delivered when a warning or an alarm is generated. c. Warning: Allow operator to define warning limit parameters, set reminder frequency, and link email message. d. Alarm: Allow operator to define alarm limit parameters, set reminder frequency, and link email message. e. Database Login: Protect system from unauthorized database manipulation by creating a read access and a write access for each of trend, alarm, event, and audit databases as well as operator proper security access to restore a database. 9. Monitoring settings taskbar with following informational icons: a. Normal: Indicates by color and size, or other easily identifiable means, that all databases are within their limits. b. Warning: Indicates by color and size, or other easily identifiable means, that one or more databases have exceeded their warning limit. c. Alarm: Indicates by color and size, or other easily identifiable means, that one or more da- tabases have exceeded their alarm limit. 2.13 ANALYTICS SOFTWARE A. Scope: Incorporate analytics software into DDC System: 1. Licensing, without Recurring Cost: No re -occurring cost for licensing and subscriptions. 2. Licensing: With or without re -occurring cost for licensing and subscriptions. a. For products with re -occurring costs, provide incremental costs broken down over a five- year operating period that begins at Substantial Completion. b. Setup service agreements direct to Owner. 3. Purpose: Analyze energy and operational data to identify faults and opportunities for improved performance and reduced energy use. 4. Verification: Verify that HVAC systems and associated sequence of operations are executing as specified or as described on Drawings, through the analysis of energy and operational data, identi- fication of faults showing where control sequences are not functioning as prescribed, and identifi- cation of opportunities for improved performance in the operation of systems. B. Use during Project Life: FAA 3-19-0094-054 (CARES DEV) 23 09 23-34 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 1. During Construction: Use for verification of performance during startup, commissioning, and final acceptance of DDC system. 2. During Warranty Period: Use for continuous operational tuning of DDC system and verification of operation and designed to identify warranty issues preemptively, thus reducing failures and poten- tial down time. 3. After Warranty Period: Use to diagnose ongoing operational degradation and for Owner to per- form continuous monitoring -based commissioning. C. Minimum Features and Capabilities: 1. Operating Systems: Current version of Windows -based operating systems. 2. Time Series Database: Database technology, designed for efficient storage and analysis of large volumes of time series data, using tagging to model and describe data; supports an open -source tagging standard. 3. Data Import: Ability to accept and normalize data from a variety of sources including SQL com- patible databases, CSV format files, XML format files or web services, and other EDI techniques. Once imported, software is to provide a unified data format to enable analytics algorithms to iden- tify patterns across different data sets. 4. Open Interfaces: Open, REST -based APIs to enable integration with third -party software applica- tions. Open APIs are to enable data to be entered/imported into database, exported from database, posting of analytic queries, and output of analytic results. APIs are to be fully documented and available as part of standard product. 5. Host: Local deployed on DDC system network. 6. Weather Data Service: Built-in worldwide weather service providing weather data including, but not limited to, the following: a. Current temperature. b. High temperature for the day. c. Low temperature for the day. d. Sunrise and sunset times. e. Relative humidity. f. Degree days (heating and cooling with adjustable balance point value). g. Seven-day forecast. h. Historical weather data extending back at least one year. 7. Email Notification: Automatic notification of detected issues via email including, but not limited to, the following: a. Immediate notification of detected issues. b. Daily digest or summary of detected issues. c. Ability to delineate which notifications are sent to which recipients down to the level of specifying individual issues sent to individual recipients. D. Hardware Requirements: 1. Host on a server in a virtual environment complying with Owner's security requirements. 2. Comply with standard software and hardware profiles required by Owner. E. Analytic Rules: 1. Custom Rule Development: Develop customized rules and algorithms tailored to operational needs and characteristics of individual facilities and needs of monitoring and verification project and fault -detection requirements of Project without depending on manufacturer for rule develop- ment. Provide tools for user development and full documentation. FAA 3-19-0094-054 (CARES DEV) 23 09 23-35 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 2. Standard Analytic Functions: Library of standard analytic functions is to use these standard analyt- ic functions as elements to build custom analytic rules for specific needs of individual facilities. 3. Existing library of not less than 200 standard analytic rules written for applications similar to those required for this Project. F. Reporting: 1. Standard Views of Analytic Results: Standard views to present analytic results, automatically gen- erated when issues are found by analytic rules including, but not limited to, the following: a. Rules violations across a portfolio of sites, rules violations per site, including time, date, and duration of all violations. b. Ability to assign cost relationships to rule logic to provide cost per violation. c. Standard filters to enable operator to easily look at rule violations by site, data, and viola- tion type for any selected date or date range. d. Automatic calculation and presentation of Key Performance Indicators (KPIs) and to define custom KPIs as needed. 2. Custom Views of Analytic Results: a. Any standard system view is to be able to be saved as a custom report including its config- uration criteria, e.g., time range, sites, rule violations, or other configuration options as ap- plicable to standard system view. b. Created by making queries against the database and saving the query as a saved report exe- cuted by single mouse click. c. Export: Support report views export into CSV, Excel, XML, and HTML format, accom- plished in a couple of mouse clicks. G. Energy -Specific Reporting and Information Presentation Tools: 1. Greenhouse Gas Analysis: Energy/carbon dioxide relationships; easily changed and added without involvement of software manufacturer. 2. Energy Baseline: Quantify and define energy consumption and demand baselines (including weather normalization metrics) and compare actual and forecasted energy demand and consump- tion against those baselines. 3. Benchmarking: Multisite benchmarking to compare energy consumption and demand profiles and baselines across all buildings within Owner's portfolio. 4. Forecasting: Forecast near -future loads by using historic trends and forecasted weather data. 5. Financial Analysis: Calculate costs based on energy consumption and demand and energy costs and associate costs with any faults discovered by any analytic function and perform model- or tar- iff -based calculations to determine costs. 6. Tracking of Key Performance Indicators: Definition and tracking of user -defined key performance indicators/operational metrics. Examples include energy demand and consumption normalized for area and weather, peak demand, and consumption shown with minimum and maximum ranges across any user -selectable period. 7. Correlation of Energy Use with Equipment Operation: Automatically present views showing cor- relation between energy demand and consumption and operation of loads associated with that us- age. Include the following: a. All submeters and virtual meters. b. Weather data as a selectable item. H. Implementation: FAA 3-19-0094-054 (CARES DEV) 23 09 23-36 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 1. Apply analytic rules to all HVAC systems and equipment monitored and controlled by DDC sys- tem. To extent available, use a subset of rules in existing rules library. 2. Implement rules to aid in determining proper operation of any HVAC system with a programmed sequence of operation. 3. Generate reports to aid in verification of proper operation during initial system startup and com- missioning to supplement (not replace) commissioning agent reports. 4. Prepare quarterly reports summarizing faults detected and KPIs, including recommended correc- tive action. I. Training: 1. Train Owner sufficiently to use software without need for external support. 2.14 MAINTENANCE MANAGEMENT SOFTWARE A. Scope: 1. Include complete and functional software -driven maintenance management system to perform scheduling of preventive maintenance and generation of work orders, for mechanical and electrical equipment and systems, and other equipment and systems indicated. 2. Automatically generate work orders from alarm conditions, run time, and calendar time. For each work order generated, list parts, tools, and craftspeople and define task to be performed. 3. Use work orders generated to schedule a repair or preventive maintenance routine. 4. Use work orders to track completion of work, parts used, and total cost of repair. 5. Include a database inventory tracking system to automatically update inventory database to show quantity of tools, repair parts, and expendables used for a work order. 6. Print work orders and preventive maintenance schedules. B. Additional Hardware Requirements: 1. Maintenance management software is to not require additional hardware. C. Integration: Integrate maintenance management software into DDC system. D. Software Requirements: 1. From main menu of maintenance management system, use selection of icons to penetrate to indi- vidual functions described below. 2. Work Orders: a. Automatically generate work orders initiated from alarm conditions, accumulated run time, or calendar time. Work orders generated are to specify a particular task to be accomplished including labor, material, and tools needed to accomplish work. b. Include at least two of the following types of work orders: 1) Corrective and Emergency Maintenance: Generate for a specific job or repair for emergency, breakdown, or scheduled work. 2) Preventive Maintenance: Use on a periodic basis to generate preventive mainte- nance work orders. c. Include the following functions: FAA 3-19-0094-054 (CARES DEV) 23 09 23-37 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 1) Work Order Tracking: Perform every function related to processing work orders in- cluding creating, approving and initiating work orders, checking their status history, and closing or reworking them when appropriate. 2) Work Requests: Report any problems that require corrective maintenance activity generated by dispatchers and those people designated to request work orders. 3) Quick Reporting: Report work done on an open work order or a small job. 4) Work Manager: Specify type of labor to be applied to a specific work order at spe- cific times. Include capability to dispatch one or more laborers to top -priority jobs on as -needed basis and to interrupt work in progress to reassign labor to higher pri- ority tasks. d. Reports: 1) Daily Maintenance Schedule by Supervisor: List a schedule of open work orders for a specified date by supervisor. 2) Equipment Cost Roll -up Report: Include a roll -up of equipment costs incurred since the date the report was last run. 3) Delinquent Work Order Report: List open work orders whose target completion date is earlier than the date the report is run. 4) Employee Job Assignments: List labor codes that have job assignments for speci- fied date. 5) Daily Work Order Assignment: List work orders that have labor assignments for specified date. 6) Estimated versus Actual Work Order Costs: List a cost summary of outstanding work orders. 7) Open Work Orders Report: List open work orders for locations and equipment. 3. Inventory: a. Include an inventory tracking system to keep track of stocked, non -stocked, and special - order items. b. Link inventory tracking to database and when items are consumed, as noted on a work or- der issued by system, and automatically update inventory of stocked items. c. Include the following functions: 1) Inventory Control: Enter, display, and update information on each inventory item. Allow viewing of master inventory records that are independent of storeroom loca- tions or item/location records. Include a screen that lists inventory transactions that move items in or out of inventory or from one storeroom location to another. Mini- mum information tracked is to include the following: a) Vendors supply items. b) Item balances, including the bin and lot level for each storeroom location. c) Alternative items. 2) Issues and Transfers: Issue stock directly from inventory, with or without a work order. When transfer of stock from one location to another location occurs, provide appropriate adjustments in stock balance record. Include a trace record of stock transfers from one storeroom to another. 3) Item Assembly Structures: Include modeling of equipment with inventory items and building of equipment and location hierarchies. 4) Metered Material Usage: a) Track usage by a piece of equipment. b) Record against a standing work order for a selected piece of equipment. FAA 3-19-0094-054 (CARES DEV) 23 09 23-38 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 c) Include a material usage transaction for each item of material used and pro- vide as an input to calculation for per unit material consumption report for a piece of equipment. d. Reports: 1) Inventory Analysis Report: List for a given storeroom location, inventory items analysis information that allows quick identification of which inventory items repre- sent greatest monetary investment for dollar value and rate of turnover. 2) Inventory Cycle Count Report: List for a specified storeroom, inventory items that are due to be cycle -counted, based on cycle -count frequency and last count date. 3) Economic Order Quantity Report: For a given storeroom location, display optimum economic ordering quantity for items in selected results set. 4) Inventory Pick Report: A pick list, by work order for items needed to be pulled from a designated storeroom's inventory for work orders having a target start date of specified date. 5) Suggested Order Report: List inventory items in selected results set that are due to be recorded, for a specified storeroom location, based on the following calculation: Suggest a reorder if current balance minus reserve quantity plus on -order quantity is less than reorder point. 6) Reorder Point Report: List selected set of items and optimum minimum level to have in stock based on demand, lead delivery time, and a reserve safety stock. 7) Inventory Valuation Report: Gives an accounting of cost of current inventory, for inventory records in a designated storeroom location. 8) Item Order Status: Lists items on order. 9) List of Expired Items: Lists expired lot items in a storeroom. Report is to include item number, description, expiration date, bin number, lot number, manufacturer lot number, and quantity of expired items in that lot and bin. 10) Item Availability at All Locations: Lists alternative storeroom locations for selected items. 11) Where Used Report: List equipment on which item is recorded as being used. 4. Equipment: a. Include equipment and location records; establish relationships between equipment, be- tween locations, and between equipment and locations; track maintenance costs; and enter and review meter readings. b. Include the following functions: 1) Equipment: Store equipment numbers and corresponding information including equipment class, location, vendor, up/down status, and maintenance costs for each piece of equipment. Include building of equipment assemblies. Provide equipment assemblies hierarchical ordering for arrangement of buildings, departments, equip- ment, and sub -assemblies. 2) Operating Locations: Facilitate creation of records for operating locations of equip- ment, and track equipment that is used in multiple locations. In addition, allow hier- archical organization of equipment operating in facility by means of grouping equipment locations into areas of responsibility. 3) Failure Codes: Develop and display failure hierarchies to acquire an accurate histo- ry of types of failures that affect equipment and operating locations. 4) Condition Monitoring: Display time -related or limit measurements recorded for a piece of equipment. Generate work orders from this screen and to take immediate action on problem conditions. c. Reports: FAA 3-19-0094-054 (CARES DEV) 23 09 23-39 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 1) Availability Statistic by Location: List equipment availability by location over a us- er -specified period. 2) Equipment Failure Summary: List total number of failures by problem code for a piece of equipment for specified period. 3) Detailed Equipment Failure Report by Equipment: List of failure reports for the cur- rent piece of equipment for specified period. 4) Equipment Hierarchy Report: List of equipment. 5) Equipment History Graphs: Include a graphical report in histogram format that dis- plays equipment breakdown history over a specified period. 6) Equipment Measurement Report: Tabular listing and description of each measure- ment point for a piece of equipment and history of measurements taken for that point. 7) Maintenance Cost by Equipment: List of transactions costs for elected equipment in the specified date range. 8) Failure Count by Equipment: Graphically report number of failures for each piece of equipment showing number of failures for each piece of equipment over a speci- fied period, occurrence of each problem code within set of failures, and failures by problem code. 9) Failure Analysis Graphs: Graphically report number of failures for each piece of equipment over a specified period, number of occurrences of each problem code within set of failures, and failures by problem code. 10) Failure Code Hierarchy Report: List of failure codes in each level of failure hierar- chy. 11) Location Failure Summary: A summary for each selected location of failures re- ported and any hierarchy level locations for specified period. 12) Failure Summary by Location: A summary of failures for selected location and their subordinate locations that are part of hierarchical system. 13) Detailed Failure Report by Location: List all failures for selected location and its subordinate locations that are part of hierarchical system. 14) Maintenance Cost by System: List of total costs reported in a given date range for locations in selected hierarchical system. 15) Location Hierarchy Report: Lists member locations of hierarchical system displayed in hierarchical fashion. 5. Purchasing: a. Include preparation and generation of purchase requisitions and purchase orders; to report receipt of both items and services, match invoices with purchase orders and receipts and define and convert foreign currencies. b. Include the following functions: 1) Purchase Requisition: Create and process purchase requisitions for items and ser- vices. 2) Purchase Orders: Create and process purchase orders for items and services from scratch or from purchase requisitions. Record receipts of items and services. 3) Invoices: Include functionality to match purchase orders with invoices and receipts. It is also possible to match a service receipt to an invoice. Project for entering of an invoice for bills that do not require purchase orders or receipts. 4) Currency Management: Define currencies and specify exchange rates. Include prep- aration of purchase requisitions and purchase orders in currency of vendor while tracking costs in systems base currency. c. Reports: 1) Invoice Approval Report: Include an approval form for entered invoices. FAA 3-19-0094-054 (CARES DEV) 23 09 23-40 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 2) Inventory Receipts Register: List purchase orders and inventory received for user - specified time frame. 3) Direct Purchase Back -Order Report: List of items ordered as a direct purchase not received by required delivery date. 4) Standard Purchase Order: A printing of primary purchase order with vendors ship- ping information, and items purchased. 5) Purchase Order Status Report: List of purchase orders whose status has changed during a certain period. 6) Standard Purchase Requisition: A printing of primary purchase requisition, includ- ing vendor name and shipping information. 6. Job Plans: a. Include creation of a detailed description of work to be performed by work order. Job plan is to contain operations, procedures and list of estimated material, labor, and tools required for work. 7. Labor: a. Store information on employees, contractors, and crafts and include the following func- tions: 1) Labor: Create, modify, and view employee records. Employee records are to contain pay rate, overtime worked, overtime refused, specials skills, and certifications. 2) Crafts: Create, modify, and view craftspeople records. 3) Labor Reporting: Report labor usage by employee or craft externally from work or- ders module. b. Reports: 1) Employee Attendance Analysis: List of planned attendance, actual attendance, and vacation and sick time in hours as a percentage of planned attendance for selected employees for specified period. 2) Labor Productivity Analysis: List of actual labor hours by labor report category showing each by percentage. 3) Labor Availability versus Commitments by Crafts: A graphical report that details available labor hours versus committed work order hours by craft and day. 8. Calendars: a. Establish calendar records indicating working time for equipment, location, craft, and labor records. 9. Resources: a. Include entry and retrieval of data associated with resources required to maintain facility and to include the following functions: 1) Companies: Establish and update data on vendors and other companies. 2) Tools: Create and maintain information on the tools used on jobs. Make information contained within this module available to job plans and work orders. 3) Service Contracts: Specify information on service contracts with vendors or manu- facturers. 10. Custom Applications: FAA 3-19-0094-054 (CARES DEV) 23 09 23-41 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 a. Include creation of customized database tables and application screens that supplement functions specified. 11. Setup: a. Include configuration of database, security, and setup applications. b. Perform the following functions: 1) Reports and Other Applications: Register reports and other applications for use within system. 2) Documents: Enter, track, and link information from Drawings to equipment and in- ventory items. 3) Chart of Accounts: Add or modify accounts; set up financial periods; enter invento- ry accounts, company accounts, and resource recovery accounts; and define tax codes and rates. 4) Signature Security: Establish each user's access rights to modules, applications, screens, and options. 5) Database Configuration: Customize database, including adjusting field lengths and modifying data types. 6) Application Setup: Change position of icons and menu items on the main menu screen. 7) Application Launching: Allow for connecting of third -party applications to data fields and push buttons. 12. Utilities: a. Include utilities module that allows system administrator to customize system and to main- tain database. b. Include the following functions: 1) Interactive SQL: Include access to database for database management functions of import/export and backup. 2) Edit Windows: Display a dialog box to customize an application. 3) Archive Data: Remove records from database and store them for future reference. E. Documentation: 1. Include complete documentation for system consisting of a User Manual and Systems Administra- tor Guide. 2. Describe how to use each application module and screen with step-by-step instructions detailing entry and retrieval of data for functions specified. 3. Include a step-by-step description of how each report is defined and retrieved. 4. Bind documentation and clearly title it indicating volume number and use. 2.15 OFFICE APPLICATION SOFTWARE A. Microsoft Office. B. Include current version of office application software at time of Substantial Completion. C. Office application software package to include multiple separate applications and use a common platform for all applications. 1. Database. FAA 3-19-0094-054 (CARES DEV) 23 09 23-42 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 2. Email. 3. Presentation. 4. Publishing. 5. Spreadsheet. 6. Word processing. 2.16 ASHRAE 135 GATEWAYS A. Include BACnet communication ports, whenever available as an equipment OEM standard option, for in- tegration via a single communication cable. BACnet-controlled plant equipment includes, but is not lim- ited to, boilers, chillers, and variable -speed drives. B. Include gateways to connect BACnet to legacy systems where indicated, existing non-BACnet devices, and existing non-BACnet DDC-controlled equipment. C. Include with each gateway an interoperability schedule showing each point or event on legacy side that BACnet "client" will read, and each parameter that BACnet network will write to. Describe this interop- erability of BACnet services, or BIBBs, defined in ASHRAE 135, Annex K. D. Gateway Minimum Requirements: 1. Read and view all readable object properties on non-BACnet network to BACnet network, and vice versa, where applicable. 2. Write to all writable object properties on non-BACnet network from BACnet network, and vice versa, where applicable. 3. Include single -pass (only one protocol to BACnet without intermediary protocols) translation from non-BACnet protocol to BACnet, and vice versa. 4. Comply with requirements of Data Sharing Read Property, Data Sharing Write Property, Device Management Dynamic Device Binding-B, and Device Management Communication Control BIBBs in accordance with ASHRAE 135. 5. Hardware, software, software licenses, and configuration tools for operator -to -gateway communi- cations. 6. Backup programming and parameters on CD media with ability to modify, download, backup, and restore gateway configuration. 2.17 DDC CONTROLLERS A. DDC system consisting of a combination of network controllers, programmable application controllers, and application -specific controllers to satisfy performance requirements indicated. B. DDC controllers to perform monitoring, control, energy optimization, and other requirements indicated. C. DDC controllers are to use a multitasking, multiuser, real-time digital control microprocessor with a dis- tributed network database and intelligence. D. Each DDC controller is capable of full and complete operation as a completely independent unit and as a part of DDC system wide distributed network. E. Environment Requirements: 1. Controller hardware suitable for anticipated ambient conditions. 2. Controllers located in conditioned space rated for operation at 32 to 120 deg F (0 to 50 deg C). 3. Controllers located outdoors rated for operation at 40 to 150 deg F (4 to 65 deg C). FAA 3-19-0094-054 (CARES DEV) 23 09 23-43 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 F. Power and Noise Immunity• 1. Operate controller at 90 to 110 percent of nominal voltage rating and perform an orderly shutdown below 80 percent of nominal voltage. 2. Protect against electrical noise of 5 to 120 Hz and from keyed radios with up to 5 W of power lo- cated within 36 inches (900 mm) of enclosure. G. DDC Controller Spare Processing Capacity: 1. Include spare processing memory for each controller. RAM, PROM, or EEPROM will implement requirements indicated with the following spare memory: a. Network Controllers: 50 percent. b. Programmable Application Controllers: Not less than 60 percent. c. Application -Specific Controllers: Not less than 70 percent. 2. Memory for DDC controller's operating system and database are to include the following: a. Monitoring and control. b. Energy management, operation, and optimization applications. c. Alarm management. d. Historical trend data of all connected I/O points. e. Maintenance applications. f. Operator interfaces. g. Monitoring of manual overrides. H. DDC Controller Spare I/O Point Capacity: Include spare I/O point capacity for each controller as follows: 1. Network Controllers: a. 10 percent of each AI, AO, BI, and BO point connected to controller. b. Minimum Spare I/O Points per Controller: 1) AIs: Two. 2) AOs: Two. 3) BIs: Three. 4) BOs: Three. 5) Option to provide universal I/O to meet spare requirements. 2. Programmable Application Controllers: a. 10 percent of each AI, AO, BI, and BO point connected to controller. b. Minimum Spare I/O Points per Controller: 1) AIs: Two. 2) AOs: Two. 3) BIs: Three. 4) BOs: Three. 5) Option to provide universal I/O to meet spare requirements. 3. Application -Specific Controllers: a. 10 percent of each AI, AO, BI, and BO point connected to controller. b. Minimum Spare I/O Points per Controller: FAA 3-19-0094-054 (CARES DEV) 23 09 23-44 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 1) AIs: One. 2) AOs: One. 3) BIs: Two. 4) BOs: Two. 5) Option to provide universal I/O to meet spare requirements. I. Maintenance and Support: Include the following features to facilitate maintenance and support: 1. Mount microprocessor components on circuit cards for ease of removal and replacement. 2. Means to quickly and easily disconnect controller from network. 3. Means to quickly and easily access connect to field test equipment. 4. Visual indication that controller electric power is on, of communication fault or trouble, and that controller is receiving and sending signals to network. J. I/O Point Interface: 1. Connect hardwired I/O points to network, programmable application, and application -specific con- trollers. 2. Protect I/O points so shorting of point to itself, to another point, or to ground will not damage con- troller. 3. Protect I/O points from voltage up to 24 V of any duration so that contact will not damage control- ler. 4. AIs: a. Include monitoring of low -voltage (0 to 10 V dc), current (4 to 20 mA) and resistance sig- nals from thermistor and RTD sensors. b. Compatible with, and field configurable to, sensor and transmitters installed. c. Perform analog -to -digital (A-to-D) conversion with a minimum resolution of 8 bits or bet- ter to comply with accuracy requirements indicated. d. Signal conditioning including transient rejection for each AI. e. Capable of being individually calibrated for zero and span. f. Incorporate common -mode noise rejection of at least 50 dB from 0 to 100 Hz for differen- tial inputs, and normal -mode noise rejection of at least 20 dB at 60 Hz from a source im- pedance of 10000 ohms. g. External conversion resistors are not permitted. 5. AOs: a. Perform analog -to -digital (A-to-D) conversion with a minimum resolution of 8 bits or bet- ter to comply with accuracy requirements indicated. b. Output signals range of 4 to 20 mA do or 0 to 10 V dc as required to include proper control of output device. c. Capable of being individually calibrated for zero and span. d. Drift is to be not greater than 0.4 percent of range per year. e. External conversion resistors are not permitted. 6. BIs: a. Accept contact closures and ignore transients of less than 5 ms duration. b. Isolate and protect against an applied steady-state voltage of up to 180 V ac peak. c. Include a wetting current of at least 12 mA to be compatible with commonly available con- trol devices and protected against effects of contact bounce and noise. d. Sense "dry contact" closure without external power (other than that provided by controller) being applied. FAA 3-19-0094-054 (CARES DEV) 23 09 23-45 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 e. Pulse accumulation input points complying with all requirements of BIs and accept up to 10 pulses per second for pulse accumulation. Include buffer to totalize pulses. Pulse accu- mulator is to accept rates of at least 20 pulses per second. Reset the totalized value to zero on operator's command. 7. BOs: a. Include relay contact closures or triac outputs for momentary and maintained operation of output devices. 1) Relay contact closures to have a minimum duration of 0.1 second and at least 180 V of isolation. 2) Include electromagnetic interference suppression on all output lines to limit transi- ents to non -damaging levels. 3) Minimum contact rating to be 1 A at 24 V ac. 4) Triac outputs to have at least 180 V of isolation and minimum contact rating of 1 A at 24 V ac. b. Include BOs with two -state operation or a pulsed low -voltage signal for pulse -width modu- lation control. c. BOs to be selectable for either normally open or normally closed operation. d. Include tristate outputs (two coordinated BOs) for control of three-point, floating -type elec- tronic actuators without feedback. e. Limit use of three-point floating devices to VAV terminal unit and unit heaters control ap- plications. Control algorithms to operate actuator to one end of its stroke once every 24 hours for verification of operator tracking. 2.18 NETWORK CONTROLLERS A. General: 1. Include adequate number of controllers to achieve performance indicated. 2. Provide one or more independent, standalone, microprocessor -based network controllers to man- age global strategies indicated. 3. Include enough memory to support its operating system, database, and programming requirements with spare memory indicated. 4. Share data between networked controllers and other network devices. 5. Operating system of controller to manage I/O communication signals to allow distributed control- lers to share real and virtual object information and allow for central monitoring and alarms. 6. Include network controllers with a real-time clock. 7. Controller to continually check status of its processor and memory circuits. If an abnormal opera- tion is detected, controller is to assume a predetermined failure mode and generate an alarm notifi- cation. 8. Make controllers fully programmable. B. Communication: 1. Network controllers communicate with other devices on DDC system Level 1 network. 2. Network controller to also perform routing if connected to network of programmable application controllers and application -specific controllers. C. Operator Interface: FAA 3-19-0094-054 (CARES DEV) 23 09 23-46 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 1. Equip controllers with a service communications port for connection for portable operator's work- station. 2. Local Keypad and Display: a. Equip controller with local keypad and digital display for interrogating and editing data. b. Use of keypad and display requires a security password. D. Serviceability: 1. Equip controller with diagnostic LEDs or other form of local visual indication of power, commu- nication, and processor. 2. Connect wiring and cable connections to field -removable, modular terminal strips or to a termina- tion card connected by a ribbon cable. 3. Maintain Basic Input Output System (BIOS) and programming information in event of power loss for at least 72 hours. 2.19 PROGRAMMABLE APPLICATION CONTROLLERS A. General: 1. Include adequate number of controllers to achieve performance indicated. 2. Provide enough memory to support its operating system, database, and programming requirements with spare memory indicated. 3. Share data between networked controllers and other network devices. 4. Include controller with operating system to manage I/O communication signals to allow distribut- ed controllers to share real and virtual object information and allow for central monitoring and alarms. 5. Include controllers that perform scheduling with a real-time clock. 6. Controller is to continually check status of its processor and memory circuits. If an abnormal op- eration is detected, controller assumes a predetermined failure mode and generates an alarm notifi- cation. 7. Fully programmable. B. Communication: 1. Programmable application controllers are to communicate with other devices on network. C. Operator Interface: 1. Equip controllers with a service communications port for connection for desktop operator's work- station. 2. Local Keypad and Display: a. Equip controller with local keypad and digital display for interrogating and editing data. b. Protect use of keypad and display by security password. D. Serviceability: 1. Equip controller with diagnostic LEDs or other form of local visual indication of power, commu- nication, and processor. 2. Connect wiring and cable connections to field -removable, modular terminal strips or to a termina- tion card connected by a ribbon cable. 3. Maintain BIOS and programming information in event of power loss for at least 72 hours. FAA 3-19-0094-054 (CARES DEV) 23 09 23-47 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 2.20 APPLICATION -SPECIFIC CONTROLLERS A. Description: Microprocessor -based controllers, which through hardware or firmware design are dedicated to control a specific piece of equipment or system. Controllers are not fully user -programmable but are configurable and customizable for operation of equipment they are designed to control. 1. Capable of standalone operation and continued control functions without being connected to net- work. 2. Share data between networked controllers and other network devices. B. Communication: Application -specific controllers are to communicate with other application -specific con- trollers and devices on network, and to programmable application controllers and network controllers. C. Operator Interface: Equip controllers with a service communications port for connection for portable op- erator's workstation. Connection is to extend to port on space temperature sensor that is connected to con- troller. D. Serviceability: 1. Equip controller with diagnostic LEDs or other form of local visual indication of power, commu- nication, and processor. 2. Connect wiring and cable connections to field -removable, modular terminal strips or to a termina- tion card connected by a ribbon cable. 3. Use nonvolatile memory and maintain all BIOS and programming information in event of power loss. 2.21 CONTROLLER SOFTWARE A. General: 1. Software applications are to reside and operate in controllers. Edit applications through operator workstations. 2. Identify I/O points by up to 30-character point name and up to 16 -character point descriptor. Use same names throughout, including at operator workstations. 3. Execute control functions within controllers using DDC algorithms. 4. Configure controllers to use stored default values to ensure fail-safe operation. Use default values when there is a failure of a connected input instrument or loss of communication of a global point value. B. Security: 1. Secure operator access using individual security passwords and usernames. 2. Passwords restrict operator to points, applications, and system functions as assigned by system manager. 3. Record operator log -on and log -off attempts. 4. Protect from unauthorized use by automatically logging off after last keystroke. Make the delay time operator definable. C. Scheduling: Include capability to schedule each point or group of points in system. Each schedule is to consist of the following: 1. Weekly Schedules: a. Include separate schedules for each day of week. FAA 3-19-0094-054 (CARES DEV) 23 09 23-48 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 b. Each schedule should include capability for start, stop, optimal start, optimal stop, and night economizer. c. Each schedule may consist of up to 10 events. d. When a group of objects are scheduled together, include capability to adjust start and stop times for each member. 2. Exception Schedules: a. Include ability for operator to designate any day of the year as an exception schedule. b. Exception schedules may be defined up to a year in advance. Once an exception schedule is executed, it will be discarded and replaced by regular schedule for that day of week. 3. Holiday Schedules: a. Include capability for operator to define up to 99 special or holiday schedules. b. Place schedules on scheduling calendar with ability to repeat each year. c. Operator able to define length of each holiday period. D. System Coordination: 1. Include standard application for proper coordination of equipment. 2. Include operator with a method of grouping together equipment based on function and location. 3. Include groups that may be for use in scheduling and other applications. E. Binary Alarms: 1. Set each binary point to alarm based on operator -specified state. 2. Include capability to automatically and manually disable alarming. F. Analog Alarms: 1. Provide each analog object with both high and low alarm limits. 2. Include capability to automatically and manually disable alarming. G. Alarm Reporting: 1. Include ability for operators to determine action to be taken in event of an alarm. 2. Route alarms to appropriate operator workstations based on time and other conditions. 3. Include ability for alarms to start programs, print, be logged in event logs, generate custom mes- sages, and display graphics. H. Remote Communication: 1. Include ability for system to notify operators by phone message, text message, and email in event of an alarm. I. Electric Power Demand Limiting: 1. Monitor building or other operator -defined electric power consumption from signals connected to electric power meter or from a watt transducer or current transformer. 2. Predict probable power demand such that action can be taken to prevent exceeding demand limit. When demand prediction exceeds demand limit, action will be taken to reduce loads in a prede- termined manner. When demand prediction indicates demand limit will not be exceeded, action will be taken to restore loads in a predetermined manner. 3. Accomplish demand reduction by the following means: FAA 3-19-0094-054 (CARES DEV) 23 09 23-49 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 a. Reset air -handling -unit supply temperature set points. b. Reset space temperature set points. c. De -energize equipment based on priority. 4. Base demand -limiting parameters, frequency of calculations, time intervals, and other relevant variables on the means by which electric power service provider computes demand charges. 5. Include demand -limiting prediction and control for any individual meter monitored by system or for total of any combination of meters. 6. Include means operator to make the following changes online: a. Addition and deletion of loads controlled. b. Changes in demand intervals. c. Changes in demand limit for meter(s). d. Maximum shutoff time for equipment. e. Minimum shutoff time for equipment. f. Select rotational or sequential shedding and restoring. g. Shed and restore priority. 7. Include the following information and reports, to be available on an hourly, daily, weekly, month- ly, and annual basis: a. Total electric consumption. b. Peak demand. c. Date and time of peak demand. d. Daily peak demand. J. Maintenance Management: Monitor equipment status and generate maintenance messages based on oper- ator -designated run-time, starts, and calendar date limits. K. Sequencing: Include application software based on sequences of operation indicated to properly sequence chillers, boilers, and other applicable HVAC equipment. L. Control Loops: 1. Support any of the following control loops, as applicable to control required: a. Two -position (on/off, open/close, slow/fast) control. b. Proportional control. c. Proportional plus integral (PI) control. d. Proportional plus integral plus derivative (PID) control. 1) Include PID algorithms with direct or reverse action and anti -windup. 2) Algorithm to calculate a time -varying analog value used to position an output or stage a series of outputs. 3) Make controlled variable, set point, and PID gains operator selectable. e. Adaptive (automatic tuning). M. Staggered Start: Prevent all controlled equipment from simultaneously restarting after a power outage. Make the order which equipment (or groups of equipment) is started, along with the time delay between starts, operator selectable. N. Energy Calculations: FAA 3-19-0094-054 (CARES DEV) 23 09 23-50 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 1. Include software to allow instantaneous power or flow rates to be accumulated and converted to energy usage data. 2. Include algorithm that calculates a sliding -window average (rolling average). Make algorithm flexible to allow window intervals to be operator specified (such as 15, 30, or 60 minutes). 3. Include algorithm that calculates a fixed -window average. Use a digital input signal to define start of window period (such as signal from utility meter) to synchronize fixed -window average with that used by utility. O. Anti -Short Cycling: 1. Protect BO points from short cycling. 2. Feature to allow minimum on -time and off -time to be selected. P. On and Off Control with Differential: 1. Include algorithm that allows BO to be cycled based on a controlled variable and set point. 2. Use direct- or reverse -acting algorithm and incorporate an adjustable differential. Q. Run -Time Totalization: 1. Include software to totalize run-times for all BI and BO points. 2. Assign a high run-time alarm, if required, by operator. 2.22 ENCLOSURES A. General: 1. House each controller and associated control accessories in single enclosures. Enclosure is to serve as central tie-in point for control devices such as switches, transmitters, transducers, power sup- plies, and transformers. 2. Do not house more than one controller in single enclosure. 3. Include enclosure door with key locking mechanism. Key locks alike for all enclosures and in- clude one pair of keys per enclosure. 4. Equip doors of enclosures housing controllers and components with analog or digital displays with windows to allow visual observation of displays without opening enclosure door. 5. Individual, wall -mounted, single -door enclosures maximum of 36 inches (900 mm) wide and 48 inches (1200 mm) high. 6. Individual, wall -mounted, double -door enclosures maximum of 60 inches (1500 mm) wide and 36 inches (900 mm) high. 7. Freestanding enclosures maximum of 48 inches (1200 mm) wide and 72 inches (1800 mm) high. 8. Include wall -mounted enclosures with brackets suitable for mounting enclosures to wall or free- standing support stand as indicated. 9. Supply each enclosure with complete set of as -built schematics, tubing, and wiring diagrams and product literature located in pocket on inside of door. For enclosures with windows, include pock- et on bottom of enclosure. B. Internal Arrangement: 1. Arrange internal layout of enclosure to group and protect electric, and electronic components as- sociated with controller, but not an integral part of controller. 2. Arrange layout to group similar products together. 3. Include a barrier between line -voltage and low -voltage electrical and electronic products. 4. Factory or shop install products, tubing, cabling, and wiring complying with requirements and standards indicated. FAA 3-19-0094-054 (CARES DEV) 23 09 23-51 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 5. Terminate field cable and wire using heavy-duty terminal blocks. 6. Include spare terminals, equal to not less than 10 percent of used terminals. 7. Include spade lugs for stranded cable and wire. 8. Install maximum of two wires on each side of terminal. 9. Include enclosure field electric power supply with toggle -type switch located at entrance inside enclosure to disconnect power. 10. Include enclosure with line -voltage nominal 20 A GFCI duplex receptacle for service and testing tools. Wire receptacle on hot side of enclosure disconnect switch and include with 5 A circuit breaker. 11. Mount products within enclosure on removable internal panel(s). 12. Include products mounted in enclosures with engraved, laminated phenolic nameplates (black let- ters on a white background). Nameplates are to have at least 1/4-inch- (6-mm-) high lettering. 13. Route tubing cable and wire located inside enclosure within a raceway with continuous removable cover. 14. Label each end of cable, wire, and tubing in enclosure following an approved identification system that extends from field I/O connection and all intermediate connections throughout length to con- troller connection. 15. Size enclosure internal panel to include at least 25 percent spare area on face of panel. C. Environmental Requirements: 1. Evaluate temperature and humidity requirements of each product to be installed within each enclo- sure. 2. Calculate enclosure internal operating temperature considering heat dissipation of all products in- stalled within enclosure and ambient effects (solar, conduction, and wind) on enclosure. 3. Where required by application, include temperature -controlled electrical heat to maintain inside of enclosure above minimum operating temperature of product with most stringent requirement. 4. Where required by application, include temperature -controlled ventilation fans with filtered lou- ver(s) to maintain inside of enclosure below maximum operating temperature of product with most stringent requirement. 5. Include temperature -controlled cooling within the enclosure for applications where ventilation fans cannot maintain inside temperature of enclosure below maximum operating temperature of product with most stringent requirement. 6. Where required by application, include humidity -controlled electric dehumidifier or cooling to maintain inside of enclosure below maximum relative humidity of product with most stringent re- quirement and to prevent surface condensation within enclosure. D. Wall -Mounted, NEMA 250, Type 1: 1. Hoffman or equal. 2. NRTL listed in accordance with UL 50 or UL 50E. 3. Construct enclosure of steel, not less than the following: a. Enclosure Size Less Than 24 Inches (600 mm): 0.053 inch (1.35 mm) thick. b. Enclosure Size 24 Inches (600 mm) and Larger: 0.067 inch (1.7 mm) thick. 4. Finish enclosure inside and out with polyester powder coating that is electrostatically applied and then baked to bond to substrate. a. Exterior Color: Manufacturer's standard. b. Interior Color: Manufacturer's standard. 5. Hinged door full size of front face of enclosure and supported using the following: a. Enclosures Sizes Less Than 36 Inches (900 mm) Tall: Multiple butt hinges. FAA 3-19-0094-054 (CARES DEV) 23 09 23-52 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 b. Enclosures Sizes 36 Inches (900 mm) Tall and Larger: Continuous piano hinges. 6. Removable internal panel with white or gray polyester powder coating that is electrostatically ap- plied and then baked to bond to substrate. a. Size Less Than 24 Inches (600 mm): Solid or perforated steel, 0.053 inch (1.35 mm) thick. b. Size 24 Inches (600 mm) and Larger: Solid aluminum, 0.10 inch (3 mm) or steel, 0.093 inch (2.36 mm) thick. 7. Internal panel mounting hardware, grounding hardware, and sealing washers. 8. Grounding stud on enclosure body. 9. Thermoplastic pocket on inside of door for record Drawings and Product Data. E. Wall -Mounted, NEMA 250, Types 4 and 12: 1. Hoffman or equal. 2. NRTL listed in accordance with UL 508A. 3. Seam and joints are continuously welded and ground smooth. 4. Where recessed enclosures are indicated, include enclosures with face flange for flush mounting. 5. Externally formed body flange around perimeter of enclosure face for continuous perimeter seam- less gasket door seal. 6. Single -door enclosure sizes up to 60 inches tall by 36 inches wide (1500 mm tall by 900 mm wide). 7. Double -door enclosure sizes up to 36 inches tall by 60 inches wide (900 mm tall by 1500 mm wide). 8. Construct enclosure of steel, not less than the following: a. Size Less Than 24 Inches (600 mm): 0.053 inch (1.35 mm) thick. b. Size 24 Inches (600 mm) and Larger: 0.067 inch (1.7 mm) thick. 9. Finish enclosure with polyester powder coating that is electrostatically applied and then baked to bond to substrate. a. Exterior Color: Manufacturer's standard. b. Interior Color: Manufacturer's standard. 10. Corner -formed door, full size of enclosure face, supported using multiple concealed hinges with easily removable hinge pins. a. Sizes through 24 Inches (600 mm) Tall: Two hinges. b. Sizes between 24 Inches (600 mm) through 48 Inches (1200 mm) Tall: Three hinges. c. Sizes Larger Than 48 Inches (1200 mm) Tall: Four hinges. 11. Double -door enclosures with overlapping door design to include unobstructed full -width access. a. Single -door enclosures 48 inches (1200 mm) and taller, and all double -door enclosures, with three-point (top, middle and bottom) latch system. 12. Removable internal panel with white or gray polyester powder coating that is electrostatically ap- plied and then baked to bond to substrate. a. Size Less Than 24 Inches (600 mm): Solid or perforated steel, 0.053 inch (1.35 mm) thick. b. Size 24 Inches (600 mm) and Larger: Solid aluminum, 0.10 inch (3 mm) or steel, 0.093 inch (2.36 mm) thick. FAA 3-19-0094-054 (CARES DEV) 23 09 23-53 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 13. Internal panel mounting studs with hardware, grounding hardware, and sealing washers. 14. Grounding stud on enclosure body. 15. Thermoplastic pocket on inside of door for record Drawings and Product Data. F. Freestanding, NEMA 250, Type 1: 1. Hoffman or equal. 2. NRTL listed in accordance with UL 508A. 3. Seams and joints are continuously welded and ground smooth. 4. Externally formed body flange around perimeter of enclosure face. 5. Single -door enclosure sizes up to 84 inches tall by 36 inches wide (2100 mm tall by 900 mm wide). 6. Double -door enclosure sizes up to 84 inches tall by 72 inches wide (2100 mm tall by 900 mm wide). 7. Construct enclosure of steel, not less than 0.067 inch (1.7 mm) thick. 8. Finish enclosure with polyester powder coating that is electrostatically applied and then baked to bond to substrate. a. Exterior Color: Manufacturer's standard. b. Interior Color: Manufacturer's standard. 9. Corner -formed flush door, full size of enclosure face, supported using four concealed hinges with easily removable hinge pins. 10. Double -door enclosures with overlapping door design to include unobstructed full -width access. 11. Doors with three-point (top, middle, and bottom) latch system with single heavy-duty handle and integral locking mechanism. 12. Removable back covers. 13. Removable solid steel internal panel, 0.093 inch (2.36 mm) thick, with white or gray polyester powder coating that is electrostatically applied and then baked to bond to substrate. 14. Internal panel mounting studs with hardware, grounding hardware, and sealing washers. 15. Grounding stud on enclosure body. 16. Thermoplastic pocket on inside of door for record Drawings and Product Data. 17. Nominal 4-inch- (100-mm-) tall integral lifting base, not less than 0.123 inch (3.12 mm) thick, with predrilled holes for attachment to mounting surface. 18. Equip each top end of enclosure with lifting tabs, not less than 0.172 inch (4.37 mm) thick, or not less than two lifting eyes. 19. Internal rack -mount shelves and angles, as required by application. G. Freestanding, NEMA 250, Types 4 and 12: 1. Hoffman or equal. 2. NRTL listed in accordance with UL 508A. 3. Seams and joints are continuously welded and ground smooth. 4. Externally formed body flange around perimeter of enclosure face. 5. Type 12 Enclosure Sizes: a. Single -door enclosure sizes up to 90 inches tall by 36 inches wide (2250 mm tall by 900 mm wide). b. Double -door enclosure sizes up to 90 inches tall by 72 inches wide (2250 mm tall by 900 mm wide). 6. Type 4 Enclosure Sizes: a. Single -door enclosure sizes up to 72 inches tall by 36 inches wide (1800 mm tall by 900 mm wide). FAA 3-19-0094-054 (CARES DEV) 23 09 23-54 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 b. Double -door enclosure sizes larger than 36 inches (900 mm) wide. 7. Construct enclosure of steel, not less than 0.093 inch (2.36 mm) thick. 8. Finish enclosure with polyester powder coating that is electrostatically applied and then baked to bond to substrate. a. Exterior Color: Manufacturer's standard. b. Interior Color: Manufacturer's standard. 9. Corner -formed door with continuous perimeter oil -resistant gasket supported using continuous pi- ano hinge full length of door. 10. Doors fitted with three-point (top, middle, and bottom) latch system with latching rod rollers and single, heavy-duty, oiltight handle with integral locking mechanism. 11. Removable solid steel internal panel, 0.093 inch (2.36 mm) thick, with white or gray polyester powder coating that is electrostatically applied and then baked to bond to substrate. 12. Internal panel mounting studs with hardware, grounding hardware, and sealing washers. 13. Grounding stud on enclosure body. 14. Thermoplastic pocket on inside of door for record Drawings and Product Data. 15. Equip top of enclosure with no fewer than two lifting eyes. 16. Internal rack -mount shelves and angles, as required by application. H. Accessories: 1. Electric Heater: a. Aluminum housing with brushed finish. b. Thermostatic control with adjustable set point from 0 to 100 deg F (minus 18 to 38 deg C). c. Capacity: 100, 200, 400, and 800 W, as required by application. d. Fan draws cool air from bottom of enclosure and passes air across thermostat and heating elements before being released into enclosure cavity. Heated air is discharged through the top of heater. 2. Ventilation Fans, Filtered Intake, and Exhaust Grilles: a. Number and size of fans, filters, and grilles, as required by application. b. Compact cooling fans engineered for 50,000 hours of continuous operation without lubrica- tion or service. c. Fans capable of being installed on any surface and in any position within enclosure for spot cooling or air circulation. d. Thermostatic control with adjustable set point from 32 to 140 deg F (0 to 60 deg C). e. Airflow Capacity at Zero Pressure: 1) 4-Inch (100-mm) Fan: 100 cfm (47 L/s). 2) 6-Inch (150-mm) Fan: 240 cfm (113 L/s). 3) 10-Inch (250-mm) Fan: 560 cfm (264 L/s). f. Maximum operating temperature of 158 deg F (70 deg C). g. 4-inch (100-mm) fan thermally protected and provided with permanently lubricated ball - bearings. h. 6- and 10-inch (150- and 250-mm) fans with ball -bearing construction and split capacitor motors thermally protected to avoid premature failure. i. Dynamically balanced impellers molded from polycarbonate material. j. Fan furnished with power cord and polarized plug for power connection. k. Fan brackets, finger guards, and mounting hardware provided with fans to complete instal- lation. FAA 3-19-0094-054 (CARES DEV) 23 09 23-55 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 1. Removable Intake and Exhaust Grilles: ABS plastic or stainless steel, of size to match fan size and suitable for NEMA 250, Types 1 and 12 enclosures. m. Filters for NEMA 250, Type 1 Enclosures: Washable foam or aluminum, of size to match intake grille. n. Filters for NEMA 250, Type 12 Enclosures: Disposable, of size to match intake grille. 3. Air Conditioner: a. Electric -powered, self-contained, air-conditioning unit specially designed for electrical en- closures to maintain temperature inside enclosure below ambient temperature outside en- closure. b. Thermostatic control with adjustable set point from 60 to 120 deg F (16 to 49 deg C). c. Enclosure side or top mounting with unit capacity, as required by application. d. Designed for closed -loop cooling with continuous operation in ambient environments up to 125 deg F (52 deg C). e. HFC refrigerant. f. Reusable and washable air filter. g. High-performance, industrial -grade, and high -efficiency fans. h. Furnished with power cord and polarized plug for power connection. i. Condensate management system with base pan side drain. j. Mounting hardware, gaskets, mounting template, and instruction manual furnished with unit. k. Outdoor units equipped with head pressure control for low ambient operation, compressor heater, coated condenser coil, and thermostat. 4. Thermoelectric Humidifier: a. ABS plastic enclosure. b. Capacity of 8 oz. (0.24 L) of water per 24 hours. c. Built-in drain captures moisture and plastic hose directs moisture to outside enclosure through a drain. d. Controlled to maintain enclosure relative humidity at adjustable set point. e. Unit power supply is internally wired to enclosure electrical power source. 5. Framed Fixed Window Kit for NEMA 250, Types 4, 4X, and 12 Enclosures: a. 0.25-inch- (6-mm-) thick, scratch -resistant acrylic or polycarbonate window mounted in a metal frame matching adjacent door material. b. Enclosure types, except NEMA 250 Type 1, to have continuous gasket material around pe- rimeter of window and frame to provide watertight seal. c. Window kit to be factory or shop installed before shipment to Project. 6. Frameless Fixed Window Kit for NEMA 250, Type 1 Enclosures: a. 0.125-inch- (3-mm-) thick, polycarbonate window mounted in enclosure door material. b. Window attached to door with screw fasteners and continuous strip of high -strength, dou- ble -sided tape around window perimeter. c. Window kit is factory or shop installed before shipment to Project. 7. Frame Fixed or Hinged Window Kit for NEMA 250, Types 1 and 12 Enclosures: a. 0.25-inch- (6-mm-) thick, scratch -resistant acrylic or polycarbonate window mounted in a metal frame matching adjacent door material. b. Enclosure types, except NEMA 250 Type 1, to have continuous gasket material around pe- rimeter of window and frame to provide watertight seal. FAA 3-19-0094-054 (CARES DEV) 23 09 23-56 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 c. Window kit to be factory or shop installed before shipment to Project. 8. Bar handle with keyed cylinder lock set. 2.23 RELAYS A. General -Purpose Relays: 1. IDEC, RIB or equivalent. 2. NRTL listed. 3. Heavy-duty, electromechanical type; rated for at least 10 A at 250 V ac and 60 Hz. 4. SPDT, DPDT, or three -pole double -throw, as required by control application. 5. Plug -in -style relay with 8-pin octal or multiblade plug for DPDT relays and 11-pin octal or multi - blade plug for three -pole double -throw relays. 6. Construct contacts of silver, silver alloy, or gold. 7. Enclose relay in a polycarbonate dust -tight cover. 8. Include LED indication and push -to -test button to test manual operation of relay without power on coil. 9. Performance: a. Mechanical Life: At least 10 million cycles. b. Electrical Life: At least 100,000 cycles at rated load. c. Pickup Time: 20 ms or less. d. Dropout Time: 20 ms or less. e. Pull -in Voltage: 85 percent of rated voltage. f. Dropout Voltage: 10 percent of nominal rated voltage. g. Power Consumption: 2 VA or less. h. Ambient Operating Temperatures: Minus 40 to 115 deg F (Minus 40 to 46 deg C). 10. Equip relays with coil transient suppression to limit transients to non -damaging levels. 11. Plug each relay into industry -standard, 35 mm DIN rail socket. Plug all relays located in control panels into sockets that are mounted on a DIN rail. 12. Include relay socket with screw terminals. Mold into socket the coincident screw terminal num- bers. B. Latching Relays: 1. IDEC. RIB or equivalent. 2. NRTL listed. 3. Continuous -duty type, rated for at least 10 A at 250 V ac and 60 Hz. 4. SPDT, DPDT, or three -pole double -throw, as required by control application. 5. Plug -in -style relay with either multi -pin or blade plug. 6. Construct contacts of silver, silver alloy, or gold. 7. Enclose relay in a polycarbonate dust -tight cover. 8. Performance: a. Mechanical Life: At least 10 million cycles. b. Electrical Life: At least 100,000 cycles at rated load. c. Pickup Time: 20 ms or less. d. Dropout Time: 20 ms or less. e. Pull -in Voltage: 85 percent of rated voltage. f. Dropout Voltage: 10 percent of nominal rated voltage. g. Power Consumption: 2 VA or less. h. Ambient Operating Temperatures: Minus 40 to 115 deg F (Minus 40 to 46 deg C). FAA 3-19-0094-054 (CARES DEV) 23 09 23-57 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 9. Equip relays with coil transient suppression to limit transients to non -damaging levels. 10. Plug each relay into industry -standard, 35 mm DIN rail socket. Plug all relays located in control panels into sockets that are mounted on a DIN rail. 11. Relay socket with screw terminals. Mold into socket the coincident screw terminal numbers. C. Current Sensing Relays: 1. Veris or equal. 2. NRTL listed. 3. Monitors ac current. 4. Independent adjustable controls for pickup and dropout current. 5. Energized when supply voltage is present, and current is above pickup setting. 6. De -energizes when monitored current is below dropout current. 7. Dropout current is adjustable from 50 to 95 percent of pickup current. 8. Visual indication of contact status. 9. Include current transformer, if required for application. 10. House current sensing relay and current transformer if required in its own enclosure. Use NEMA 250, Type 1 or Type 12 enclosure for indoors applications and NEMA 250, Type 4 for outdoor applications. D. Combination On -Off Status Sensor and On -Off Control Relays: 1. Veris or equal. 2. Description: a. On -off control and on -off status indication in a single device. b. LED status indication of activated relay and current trigger. c. Closed -Open -Auto override switch located on the load side of relay. 3. Performance: a. Ambient Temperature: Minus 30 to 140 deg F (Minus 34 to 60 deg C). b. Voltage Rating: Single-phase loads rated for 300 V ac. Three-phase loads rated for 600 V ac. 4. Status Indication: a. Current Sensor: Integral sensing for single-phase loads up to 20 A and external solid or split sensing ring for three-phase loads up to 150 A. b. Current Sensor Range: As required by application. c. Current Set Point: Adjustable. d. Current Sensor Output: 1) Solid-state, SPDT contact rated for 30 V ac and dc and for 0.4 A. 2) Solid-state, SPDT contact rated for 120 V ac and 1.0 A. 3) Analog, 0 to 5 or 10 V dc. 4) Analog, 4 to 20 mA, loop powered. 5. Relay: SPDT, continuous -duty coil; rated for 10-million mechanical cycles. 6. Enclosure: NEMA 250, Type 1 enclosure for indoor applications; NEMA 250, Type 4 enclosure for outdoor applications. FAA 3-19-0094-054 (CARES DEV) 23 09 23-58 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 2.24 ELECTRICAL POWER DEVICES A. Control Transformers: 1. Sizing Criteria: Size control transformers for total connected load, plus additional 25 percent of connected load for future spare capacity. 2. Transformer Minimum Capacity: 40 VA. 3. Protection: Provide transformers with both primary and secondary fuses. 4. Enclosure: House control transformers in NEMA 250 enclosures, type as indicated in "Perfor- mance Requirements" Article for application. B. DC Power Supplies: 1. Description: Linear or switched, regulated power supplies with ac input to dc output(s). a. Include both line and load regulation to ensure stable output. b. To protect both power supply and load, include power supply with an automatic current limiting circuit. 2. Features: a. Connection: Plug-in style suitable for mating with standard 8-pin octal socket. Include power supply with mating mounting socket. b. Housing: Enclose circuitry in a housing. c. Local Adjustment: Include screw adjustment on exterior of housing for dc voltage output. d. Mounting: DIN rail. e. Visual status indicator. 3. Performance: a. Input Voltage: Nominally 120 V ac, 60 Hz. b. Output Voltage: Nominally 24 V do with plus or minus 1 V do adjustment. c. Output Current: Minimum 100 mA. d. Load Regulation: Within 0.1 percent. e. Line Regulation: Within 0.05 percent. f. Stability: Within 0.1 percent of rated volts after warmup period. g. Ripple: 1 mV rms. 2.25 UNINTERRUPTABLE POWER SUPPLY (UPS) UNITS A. Furnish local UPS units, of type indicated, installed with DDC system. B. DIN Rail Mounted UPS: 1. Provide continuous, regulated output power without using batteries during brown -out, surge, and spike conditions. 2. Performance: a. Capacity: Load not to exceed 75 percent of rated capacity. b. Efficiency: Minimum 94 percent. c. Input Voltage: Single phase, 120 V ac, compatible with field power source. d. Load Power Factor Range (Crest Factor): 0.65 to 1.0. e. Output Voltage: 101 to 132 V ac, while input voltage varies between 89 and 152 V ac. f. On Battery Output Voltage: Sine wave. FAA 3-19-0094-054 (CARES DEV) 23 09 23-59 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 g. Inverter Overload Capacity: Minimum 150 percent for 30 seconds. h. Battery Backup: 15 minutes of operation at full load with battery power. i. Battery Recharge Time: Maximum of four hours to 90 percent capacity after full discharge. j. Transfer Time: 6 ms. k. Surge Voltage Withstand Capacity: IEEE C62.41.1 and IEEE C62.41.2, Categories A and B. 3. Automatic bypass operation during fault or overload conditions. 4. Integral line -interactive, power condition topology to eliminate all power contaminants 5. Include power switch and visual indication of power, battery, fault. 6. Include audible alarm of faults with silence feature. 7. Include dry contacts (digital output points) for low battery condition and battery -on (primary utili- ty power failure) and connect points to DDC system. 8. Batteries: Sealed; maintenance free; replacement without dropping load. 9. LCD display with operator interface. 10. Receptacles. Minimum 2, NEMA WD 1, NEMA WD 6 Configuration 5-15R or 5-20R recepta- cles. 11. Automatic bypass operation during fault or overload conditions. 12. Remote Alarms: Include dry contacts (digital output points) or serial communication interface for low battery condition and battery -on (primary utility power failure) and connect points to DDC system. 13. Batteries: Sealed; maintenance free. 14. Enclosures: Install tower models in enclosures rated for location. 2.26 PRESSURE INSTRUMENT SIGNAL AIR PIPING AND TUBING A. Products in this article are intended for use with the following: 1. Signal air between pressure instruments, such as sensors, switches, transmitters, controllers, and accessories. B. Copper Tubing: 1. Seamless phosphor deoxidized copper, drawn tempered, or soft annealed, with chemical and phys- ical properties in accordance with ASTM B75/B75M. 2. Performance, dimensions, weight, and tolerance in accordance with ASTM B280. 3. Diameter, as required by application, not less than nominal 1/4 inch (6 mm). 4. Wall thickness, as required by application, but not less than 0.030 inch (0.8 mm). 5. Copper Tubing Connectors and Fittings - Brass, Compression Type: a. Single or double ferrule design creating a constant tension between fitting body and fitting nut for leak -free seal. 6. Copper Tubing Connectors and Fittings - Copper, Solder -Joint Type: a. Copper Solder -Joint Fittings: Cast, ASME B16.18 or wrought, ASME B 16.22. C. Polyethylene Tubing: (Pressure Instrument Signal Air). 1. Fire-resistant, black virgin polyethylene in accordance with ASTM D1248, Type 1, Class C, and Grade 5. 2. Complying with stress crack test in accordance with ASTM D1693. 3. Diameter, as required by application, of not less than nominal 1/4 inch (6 mm). 4. Polyethylene Tubing Connectors and Fittings - Brass, Barb Fittings: FAA 3-19-0094-054 (CARES DEV) 23 09 23-60 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 a. Tapered and beaded hose barbs of push -on design; intended for low-pressure applications only. 5. Polyethylene Tubing Connectors and Fittings - Brass, Compression Type: a. Specially designed for jointing polyethylene tubing to provide leak -free seal without twist- ing or weakening polyethylene tubing. 2.27 PROCESS TUBING A. Products in this article are intended for signals to instruments connected to liquid and steam systems. B. Copper Tubing: 1. Seamless phosphor deoxidized copper, drawn tempered with chemical and physical properties in accordance with ASTM B75/B75M. 2. Performance, dimensions, weight, and tolerance in accordance with ASTM B280. 3. Diameter, as required by application, of not less than nominal 3/8 inch (10 mm). 4. Wall thickness, as required by application, but not less than 0.030 inch (0.8 mm). 5. Copper Tubing Connectors and Fittings (for Process Tubing) - Brass, Compression Type: a. Single or double ferrule design creating a constant tension between fitting body and fitting nut for leak -free seal. 6. Copper Tubing Connectors and Fittings (for Process Tubing) - Brass, Solder -Joint Type: a. Copper Solder -Joint Fittings: Cast, ASME B16.18 or wrought, ASME B16.22. C. Stainless Steel Tubing (for Process Tubing): 1. Seamless Type 316 stainless steel, Grade TP, cold drawn, annealed and pickled, and free from scale. 2. Chemical and physical properties in accordance with ASTM A269/A269M. 3. Diameter, as required by application, of not less than nominal 3/8 inch (10 mm). 4. Wall thickness, as required by application, but not less than 0.035 inch (0.9 mm). 5. Furnish stainless steel tubing in 20 ft. (6 m) straight random lengths. D. Stainless Steel Tubing Connectors and Fittings (for Process Tubing) - Stainless Steel, Compression Type: 1. Connectors and fittings constructed from Type 316 stainless steel, with collets, flareless type. 2. Single or double ferrule design creating a constant tension between fitting body and fitting nut for leak -free seal. 3. Connect instruments to tubing with connectors having compression connector on one end and IPS or NPT thread on other end. 2.28 CONTROL WIRE AND CABLE A. Wire: Single conductor control wiring above 24 V. 1. Wire Size: Minimum 18 AWG. 2. Conductors: 7/24 soft annealed copper strand with 2- to 2.5-inch (50- to 65-mm) lay. 3. Conductor Insulation: 600 V, Type THWN or Type THHN, and 90 deg C in accordance with UL 83. FAA 3-19-0094-054 (CARES DEV) 23 09 23-61 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 4. Conductor Insulation Colors: Black (hot), white (neutral), and green (ground). 5. Furnish on spools. B. Single, Twisted -Shielded, Instrumentation Cable above 24 V: 1. Wire Size: Minimum 18 AWG. 2. Conductors: Twisted, 7/24 soft annealed copper strand with a 2- to 2.5-inch (50- to 65-mm) lay. 3. Conductor Insulation: Type THHN/THWN or Type TFN rating. 4. Conductor Insulation Colors: a. Twisted Pair: Black and white. b. Twisted Triad: Black, red, and white. 5. Shielding: 100 percent type, 0.35/0.5-mil aluminum/Mylar tape, helically applied with 25 percent overlap, and aluminum side in with tinned copper drain wire. 6. Outer Jacket Insulation: 600 V, 90 deg C rating, and Type TC cable. 7. Furnish on spools. C. Single, Twisted -Shielded, Instrumentation Cable 24 V and Less: 1. Wire Size: Minimum 22 AWG. 2. Conductors: Twisted, 7/24 soft annealed copper stranding with a 2- to 2.5-inch (50- to 65-mm) lay. 3. Conductor Insulation: Nominal 15-mil thickness, constructed from flame-retardant PVC. 4. Conductor Insulation Colors: a. Twisted Pair: Black and white. b. Twisted Triad: Black, red, and white. 5. Shielding: 100 percent type, 1.35-mil aluminum/polymer tape, helically applied with 25 percent overlap, and aluminum side in with tinned copper drain wire. 6. Outer Jacket Insulation: 300 V, 105 deg C rating, and Type PLTC cable. 7. Furnish on spools. D. LAN and Communication Cable: Comply with DDC system manufacturer requirements ing installed. 1. Comply with following requirements for balanced twisted pair cable described in "Control -Voltage Electrical Power Cables." a. Plenum rated. b. Unique color that is different from other cables used on Project. 2.29 RACEWAYS for network be - Section 260523 A. Comply with requirements in Section 260533 "Raceways and Boxes for Electrical Systems". 2.30 ACCESSORIES A. Pneumatic Pressure Gauges: 1. Face Size: 1.5-inch- (38-mm-) diameter face for pressures up through 30 psig (207 kPa) and 2.5- inch- (65-mm-) diameter face for greater pressures. FAA 3-19-0094-054 (CARES DEV) 23 09 23-62 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 2. Face Markings: White dial face with black printing; 1 psig (6.9 kPa) increment for scale ranges through 30 psig (207 kPa) and 2 psig (13.8 kPa) increment for larger ranges. 3. Accuracy: Within 1 percent of full-scale range. 4. Applications: Include separate gauges for branch pressure and main pressure tubing. B. Pressure Electric Switches: 1. Description: Diaphragm -operated, snap -acting switch. 2. Performance: a. Rating: Resistance loads at 120 V ac. b. Set Point: Adjustable from 3 to 20 psig (21 to 138 kPa). c. Differential: Adjustable from 2 to 6 psig (14 to 41 kPa). 3. Body and Switch Housing: Metal. C. Control Damper Blade Limit Switches: 1. Application: Sense positive open and/or closed position of damper blades. 2. NEMA 250, Type 13, oiltight construction. Install in instrument enclosure where required for ad- ditional environmental protection. 3. Arrange for mounting application, and to prevent "over -center" operation. 2.31 IDENTIFICATION A. Instrument Air Pipe and Tubing: 1. Engraved tag bearing the following information: a. Service (Example): "Instrument Air." b. Pressure Range (Example): 0 to 30 psig (0 to 200 kPa). 2. Letter size minimum of 0.25 inch (6 mm) high. 3. Engraved phenolic consisting of three layers of rigid laminate. Top and bottom layers color -coded blue with contrasting white center exposed by engraving through outer layer. 4. Include tag with brass grommet, chain, and S-hook. B. Control Equipment, Instruments, and Control Devices: 1. Self-adhesive label bearing unique identification. a. Include instruments with unique identification identified by equipment being controlled or monitored, followed by point identification. 2. Letter size as follows: a. Servers: Minimum of 0.5 inch (13 mm) high. b. DDC Controllers: Minimum of 0.5 inch (13 mm) high. c. Gateways: Minimum of 0.5 inch (13 mm) high. d. Repeaters: Minimum of 0.5 inch (13 mm) high. e. Enclosures: Minimum of 0.5 inch (13 mm) high. f. Electrical Power Devices: Minimum of 0.25 inch (6 mm) high. g. UPS units: Minimum of 0.5 inch (13 mm) high. h. Accessories: Minimum of 0.25 inch (6 mm) high. FAA 3-19-0094-054 (CARES DEV) 23 09 23-63 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 i. Instruments: Minimum of 0.25 inch (6 mm) high. j. Control Damper and Valve Actuators: Minimum of 0.25 inch (6 mm) high. 3. Engraved phenolic consisting of three layers of rigid laminate. Top and bottom layers color -coded black with contrasting white center exposed by engraving through outer layer. 4. Fastened with drive pins. 5. Instruments, control devices, and actuators with Project -specific identification tags having unique identification numbers following requirements indicated and provided by original manufacturer do not require additional identification. C. Raceway and Boxes: 1. Comply with requirements for identification specified in Section 260553 "Identification for Elec- trical Systems." 2. Paint cover plates on junction boxes and conduit same color as tape banding for conduits. After painting, label cover plate "HVAC Controls". D. Equipment Warning Labels: 1. Self-adhesive label with pressure -sensitive adhesive back and peel -off protective jacket. 2. Lettering size at least 14-point type with white lettering on red background. 3. Warning label to read "CAUTION -Equipment operated under remote automatic control and may start or stop at any time without warning. Switch electric power disconnecting means to OFF posi- tion before servicing." 4. Lettering to be enclosed in a white line border. Edge of label is to extend at least 0.25 inch (6 mm) beyond white border. 2.32 SOURCE QUALITY CONTROL A. Product(s) and material(s) will be considered defective if they do not pass tests and inspections. B. Prepare test and inspection reports. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. 1. Verify compatibility with and suitability of substrates. B. Examine roughing -in for instruments installed in piping to verify actual locations of connections before installation. C. Examine roughing -in for instruments installed in duct systems to verify actual locations of connections before installation. D. Examine walls, floors, roofs, and ceilings for suitable conditions where product will be installed. E. Prepare written report, endorsed by Installer, listing conditions detrimental to performance of the Work. FAA 3-19-0094-054 (CARES DEV) 23 09 23-64 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 F. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 DDC SYSTEM INTERFACE WITH OTHER SYSTEMS AND EQUIPMENT A. Communication Interface to Equipment with Integral Controls: 1. DDC system has communication interface with equipment having integral controls and having communication interface for remote monitoring or control. B. Communication Interface to Other Building Systems: 1. DDC system communicates with systems having communication interface. 3.3 PREINSTALLATION INTEGRATION TESTING A. Perform the following pretesting of other systems and equipment integration with DDC system before field installation: 1. Test all communications in a controlled environment to ensure connectivity. 2. Load software and demonstrate functional compliance with each control sequence of operation in- dicated. 3. Using simulation, demonstrate compliance with sequences of operation and other requirements in- dicated including, but not limited to, the following: a. HVAC equipment controlled through DDC system, such as boilers, chillers, pumps, and air -handling units. b. Equipment faults and system recovery with fault annunciation. c. Analog and Boolean value alarming and annunciation. 4. Develop a method for testing interfaces before deployment. 5. Submit documentation supporting compliance upon request. 3.4 DDC SYSTEM INTERFACE WITH EXISTING SYSTEMS A. Interface with Existing Systems: 1. Interface DDC systems with existing systems to achieve integration indicated on the drawings. 3.5 CONTROL DEVICES (only as required) FOR INSTALLATION BY INSTALLERS A. Deliver selected control devices, specified in indicated HVAC instrumentation and control device Sec- tions, to identified equipment and systems manufacturers for factory installation and to identified install- ers for field installation. B. Deliver the following to duct fabricator and Installer for installation in ductwork. Include installation in- structions to Installer and supervise installation for compliance with requirements. 1. Control dampers actuators, which are specified in Section 230923.12 "Control Dampers." 2. Airflow sensors and switches, which are specified in Section 230923.14 "Flow Instruments." 3. Pressure sensors, which are specified in Section 230923.23 "Pressure Instruments." FAA 3-19-0094-054 (CARES DEV) 23 09 23-65 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 C. Deliver the following to plumbing and HVAC piping installers for installation in piping. Include installa- tion instructions to Installer and supervise installation for compliance with requirements. 1. Control valves, which are specified in Section 230923.11 "Control Valves." 2. Pipe -mounted flow meters, which are specified in Section 230923.14 "Flow Instruments." 3. Pipe -mounted sensors, switches, and transmitters. Flow meters are specified in Section 230923.14 "Flow Instruments." 4. Tank -mounted sensors, switches, and transmitters. Pressure sensors, switches, and transmitters are specified in Section 230923.23 "Pressure Instruments." 5. Liquid temperature sensors, switches, and transmitters are specified in Section 230923.27 "Tem- perature Instruments." 6. Pipe- and tank -mounted thermowells. Liquid thermowells are specified in Section 230923.27 "Temperature Instruments." 3.6 GENERAL INSTALLATION REQUIREMENTS A. Install products to satisfy more stringent of all requirements indicated. B. Install products level, plumb, parallel, and perpendicular with building construction. C. Support products, tubing, piping wiring, and raceways. Brace products to prevent lateral movement and sway or a break in attachment when subjected to 101b per linear foot force. D. If codes and referenced standards are more stringent than requirements indicated, comply with require- ments in codes and referenced standards. E. Fabricate openings and install sleeves in ceilings, floors, roof, and walls required by installation of prod- ucts. Before proceeding with drilling, punching, and cutting, check for concealed work to avoid damage. Patch, flash, grout, seal, and refinish openings to match adjacent condition. F. Firestop Penetrations Made in Fire -Rated Assemblies: Comply with requirements in Section 078413 "Penetration Firestopping." G. Seal penetrations made in acoustically rated assemblies. Comply with requirements in Section 079200 "Joint Sealants." H. Fastening Hardware: 1. Wrenches, pliers, and other tools that damage surfaces of rods, nuts, and other parts are prohibited for work of assembling and tightening fasteners. 2. Tighten bolts and nuts firmly and uniformly. Do not overstress threads by excessive force or by oversized wrenches. 3. Lubricate threads of bolts, nuts, and screws with graphite and oil before assembly. I. If product locations are not indicated, install products in locations that are accessible and that will permit service and maintenance from floor, equipment platforms, or catwalks without removal of permanently installed furniture and equipment. 3.7 INSTALLATION OF WORKSTATIONS A. Desktop Workstation Installation: 1. Install multiple -receptacle power strip with cord for use in connecting multiple workstation com- ponents to a single, duplex, electrical power receptacle. FAA 3-19-0094-054 (CARES DEV) 23 09 23-66 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 2. Install DDC system software on workstation(s) and verify that software functions properly. 3. Develop Project -specific graphics, trends, reports, logs, and historical database. 4. Power workstation through a dedicated UPS unit. Locate UPS adjacent to workstation. B. Portable Workstation Installation: 1. Install DDC system software on workstation(s) and verify that software functions properly. C. Color Graphics Application: 1. Use system schematics indicated on Drawings as starting point to create graphics. 2. Develop Project -specific library of symbols for representing system equipment and products. 3. Incorporate digital images of Project -completed installation into graphics where beneficial to en- hance effect. 4. Submit sketch of graphic layout with description of all text for each graphic for Owner's review before creating graphic using graphics software. 5. Seek Owner input in graphics development once using graphics software. 6. Make final editing on -site with Owner's review and feedback. 7. Refine graphics as necessary for Owner acceptance. 8. On receiving Owner acceptance, print a PDF file of each graphic and include with softcopy of DDC system operation and maintenance manual. 3.8 INSTALLATION OF PRINTERS A. Install printer adjacent to workstation. B. Install applicable printer software on workstations and verify that software functions properly. 3.9 INSTALLATION OF GATEWAYS A. Install gateways if required for DDC system communication interface requirements indicated. 1. Install gateway(s) required to suit indicated requirements. a. Integration of controller other than BACnet Protocol. B. Test gateways to verify that communication interface functions properly. 3.10 INSTALLATION OF ROUTERS A. Install routers if required for DDC system communication interface requirements indicated. 1. Install router(s) required to suit indicated requirements. B. Test routers to verify that communication interface functions properly. 3.11 INSTALLATION OF CONTROLLERS A. Install controllers in enclosures to comply with indicated requirements. B. Connect controllers to field power supply and to UPS units as specified. FAA 3-19-0094-054 (CARES DEV) 23 09 23-67 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 C. Install controllers with latest version of applicable software and configure to execute requirements indi- cated. D. Test and adjust controllers to verify operation of connected I/O to achieve performance indicated re- quirements while executing sequences of operation. E. Installation of Network Controllers: 1. DDC system provider and DDC system manufacturer to determine quantity and location of net- work controllers to satisfy requirements indicated. 2. Install controllers in a protected location that is easily accessible by operators. 3. Locate top of controller within 72 inches (1800 mm) of finished floor. F. Installation of Programmable Application Controllers: 1. DDC system provider and DDC system manufacturer to determine quantity and location of pro- grammable application controllers to satisfy requirements indicated. 2. Install controllers in a protected location that is easily accessible by operators. 3. Locate top of controller within 72 inches (1800 mm) of finished floor, except where dedicated controllers are installed at terminal units. G. Application -Specific Controllers: 1. DDC system provider and DDC system manufacturer to determine quantity and location of appli- cation -specific controllers to satisfy requirements indicated. 2. For controllers not mounted directly on equipment being controlled, install controllers in a loca- tion that is easily accessible by operators. 3.12 INSTALLATION OF WIRELESS ROUTERS FOR OPERATOR INTERFACE A. Install wireless routers to achieve optimum performance and best possible coverage. B. Mount wireless routers in a protected location that is within 60 inches (1500 mm) of floor and easily ac- cessible by operators. C. Connect wireless routers to field power supply and to UPS units if network controllers are powered through UPS units. D. Install wireless router with latest version of applicable software and configure wireless router with securi- ty and password protection. Create access password with not less than 12 characters consisting of letters and numbers and at least one special character. Document password in operations and maintenance man- uals for reference by operators. E. Test and adjust wireless routers for proper operation with all types (such as, laptops, smartphones, and tablets) of wireless devices intended for use by operators. 3.13 INSTALLATION OF ENCLOSURES A. Install the following items in enclosures, to comply with indicated requirements: 1. Gateways. 2. Routers. 3. Controllers. FAA 3-19-0094-054 (CARES DEV) 23 09 23-68 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 4. Electrical power devices. 5. UPS units. B. Attach wall -mounted enclosures to wall using the following types of steel struts: 1. For NEMA 250, Type 1 Enclosures: Use galvanized -steel strut and hardware. 2. For NEMA 250, Type 4 Enclosures and Enclosures Located Outdoors: Use stainless steel strut and hardware. 3. Install plastic caps on exposed cut edges of strut. C. Align top of adjacent enclosures. D. Install floor -mounted enclosures located in mechanical equipment rooms on concrete housekeeping pads. Attach enclosure legs using galvanized -steel anchors. E. Install continuous and fully accessible wireways to connect conduit, wire, and cable to multiple adjacent enclosures. Wireways used for application are to have protection equal to NEMA 250 rating of connected enclosures. 3.14 ELECTRIC POWER CONNECTIONS A. Connect electrical power to DDC system products requiring electrical power connections. B. Design of electrical power to products not indicated with electric power is delegated to DDC system pro- vider and installing trade to provide a fully functioning DDC system. Work is to comply with NFPA 70 and other requirements indicated. C. Comply with requirements in Section 260519 "Low -Voltage Electrical Power Conductors and Cables" for electrical power conductors and cables. D. Comply with requirements in Section 260533 "Raceways and Boxes for Electrical Systems" for electrical power raceways and boxes. 3.15 INSTALLATION OF IDENTIFICATION A. Identify system components, wiring, cabling, and terminals. Comply with requirements in Sec- tion 260553 "Identification for Electrical Systems" for identification products and installation. B. Install self-adhesive labels with unique identification on face for each of the following: 1. Server. 2. Gateway. 3. Router. 4. DDC controller. 5. Enclosure. 6. Electrical power device. 7. UPS unit. 8. Accessory. C. Install unique instrument identification for each instrument connected to DDC controller. D. Install unique identification for each control damper and valve actuator connected to DDC controller. FAA 3-19-0094-054 (CARES DEV) 23 09 23-69 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 E. Where product is installed above accessible tile ceiling, also install matching identification on face of ceiling grid located directly below. F. Where product is installed above an inaccessible ceiling, also install identification on face of access door directly below. G. Warning Labels and Signs: 1. Permanently attach to equipment that can be automatically started by DDC control system. 2. Locate where highly visible near power service entry points. 3.16 INSTALLATION OF NETWORKS A. Install balanced twisted pair cable when connecting between the following network devices located in same building: 1. Operator workstations. 2. Operator workstations and network controllers. 3. Network controllers. B. Install balanced twisted pair or copper cable (as required by equipment) when connecting between the following: 1. Gateways. 2. Gateways and network controllers or programmable application controllers. 3. Routers. 4. Routers and network controllers or programmable application controllers. 5. Network controllers and programmable application controllers. 6. Programmable application controllers. 7. Programmable application controllers and application -specific controllers. 8. Application -specific controllers. C. Install cable in continuous raceway. 1. Where indicated on Drawings, cable trays may be used for copper cable in lieu of conduit. 3.17 NETWORK NAMING AND NUMBERING A. Coordinate with Owner and provide unique naming and addressing for networks and devices. B. ASHRAE 135 Networks: 1. MAC Address: a. Assign and document a MAC address unique to its network for every network device. b. Ethernet Networks: Document MAC address assigned at its creation. c. MS/TP Networks: Assign from 00 to 64. 2. Network Numbering: a. Assign unique numbers to each new network. b. Provide ability for changing network number through device switches or operator interface. c. DDC system, with all possible connected LANs, can contain up to 65,534 unique networks. FAA 3-19-0094-054 (CARES DEV) 23 09 23-70 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 3. Device Object Identifier Property Number: a. Assign unique device object identifier property numbers or device instances for each de- vice network. b. Provide for future modification of device instance number by device switches or operator interface. c. LAN is to support up to 4,194,302 unique devices. 4. Device Object Name Property Text: a. Device object name property field to support 32 minimum printable characters. b. Assign unique device "Object Name" property names with plain -English descriptive names for each device. 1) Example 1: Device object name for device controlling heating water boiler plant at Building 1000 would be "Heating Water System Bldg. 1000." 2) Example 2: Device object name for VAV terminal unit controller could be "VAV Unit 102." 5. Object Name Property Text for Other Than Device Objects: a. Object name property field is to support 32 minimum printable characters. b. Assign object name properties with plain -English names descriptive of application. 1) Example 1: "Zone 1 Temperature." 2) Example 2 "Fan Start and Stop." 6. Object Identifier Property Number for Other Than Device Objects: a. Object identifier property numbers may be assigned at Installer's discretion but must be ap- proved by Owner in advance, be documented, and be unique for like object types within device. 3.18 INSTALLATION OF AIR SIGNAL PIPING AND TUBING A. Above -Grade Air Signal Piping and Tubing Installation: 1. Material Application: a. Install copper tubing, except as follows: 1) Tubing Exposed to View: Polyethylene tubing installed in raceways may be used in lieu of copper tubing. 2) Concealed Tubing: Polyethylene tubing may be used in lieu of copper tubing. b. Install copper tubing for sizes up through NTS 1 (DN 25) and install galvanized -steel pipe for larger sizes, except as follows: 1) Tubing Exposed to View: Polyethylene tubing installed in raceways may be used in lieu of copper tubing where exposed to view. 2) Concealed Tubing: Polyethylene tubing may be used in lieu of copper tubing. c. Install copper tubing for air signals to instruments including, but not limited to, the follow- ing: FAA 3-19-0094-054 (CARES DEV) 23 09 23-71 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 1) Sensors. 2) Switches. 3) Transmitters. d. Install drawn -temper copper tubing, except within 36 inches (900 mm) of device termina- tions tubing is to be annealed -tempered copper tubing. e. Install compression fittings to connect copper tubing to instruments, control devices, and accessories. f. Install compression fittings to connect polyethylene tubing to instruments, control devices, and accessories. 2. Routing: a. Do not expose tubing in finished spaces, such as spaces with ceilings; occupied spaces, of- fices, and conference rooms, unless expressly approved in writing by Architect. Tubing may be exposed in areas without ceilings. b. Where tubing is installed in finished occupied spaces, install the tubing in surface metal raceway with appropriate fittings only where not feasible to conceal in wall, above ceiling, or behind architectural enclosures or covers. c. Install piping and tubing plumb and parallel to and at right angles with building construc- tion. d. Install multiple runs of tubing or piping in equally spaced parallel lines. e. Install piping and tubing not to interfere with access to valves, equipment, duct, and equipment access doors, or obstruct personnel access and passageways of any kind. f. Coordinate with other trades before installation to prevent proposed piping and tubing from interfering with pipe, duct, terminal equipment, light fixtures, conduit, and cable tray space. If changes to Shop Drawings are necessary due to field coordination, document changes on Record Drawings. g. Install vibration loops in copper tubing when connecting to instruments and actuators that vibrate. 3. Support: a. Space supports in accordance with MSS SP-58, except support spacing not to exceed 60 inches (1500 mm). b. Support copper tubing with copper hangers, clips, and tube trays. c. Do not use tape for support or dielectric isolation. d. Install supports at each change in direction and at each branch take -off. e. Attached supports to building structure independent of work of other trades. Support from ducts, pipes, cable trays, and conduits is prohibited. f. Attached support from building structure with threaded rods, structural shapes, or channel strut. g. Install and brace supports to carry static load plus a safety margin, which will allow tubing to be serviced. h. Brace supports to prevent lateral movement. i. Paint steel support members that are not galvanized or zinc coated. j. Support polyethylene tubing same as copper tubing. 4. Do not attach piping and tubing to equipment that may be removed frequently for maintenance or that may impart vibration and expansion from temperature change. 5. Joining and Makeup: a. Where joining and mating dissimilar metals where galvanic action could occur, install die- lectric isolation. b. Install dirt leg with an isolation valve and threaded plug at each main air, connection to panel, pneumatic pilot positioner, and PRV station. FAA 3-19-0094-054 (CARES DEV) 23 09 23-72 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 c. Make threaded joints for connecting to instrument equipment with connectors with a com- pression tubing connector on one end and threaded connection on the other end. d. Make tubing bends with tube -bending tool. Hard -bends or wrinkled or flattened bends are unacceptable. e. Install tube fittings in accordance with manufacturer's written instructions. f. Do not make tubing connections to a fitting before completing makeup of the connection. g. Align tubing with fitting. Avoid springing tube into position; this may result in excessive stress on both tubing and fitting with possible resulting leaks. h. Do not install fittings close to a bend. A length of straight tubing, not deformed by bending, is required for proper connection. i. Check tubing for correct diameter and wall thickness. j. Cut tube ends square and deburr. Exercise care during cutting to keep tubing round. k. Thread pipe on a threading machine. Ream inner edges of pipe ends, and file and grind to remove burrs. 1. Wrap pipe threads with single wrap of PTFE tape. m. Protect piping and tubing from entrance of foreign matter. 6. Do not exceed 50 percent fill capacity where tubing is installed in conduit. Support conduit in ac- cordance with NFPA 70 unless otherwise indicated. B. Identify above -grade piping and tubing as follows: 1. Every 50 ft. (15 m) of straight run. 2. At least once for each branch within 36 inches (900 mm) of main tee. 3. At each change in direction. 4. Within 36 inches (900 mm) of each ceiling, floor, roof, and wall penetration. 5. Where exposed to and where concealed from view, including above ceiling plenums, shafts, and chases. 6. At each valve. 7. Mark each instrument tube connection with a number -coded identification. Each unique tube is to have same unique number at instrument connection and termination at opposite end of tube. 3.19 INSTALLATION OF PROCESS TUBING A. Install process tubing for signal to instruments in liquid and steam systems. Instruments include, but are not limited to, the following: 1. Meters. 2. Sensors. 3. Switches. 4. Transmitters. B. Support tubing in accordance with MSS SP-58, but at intervals no more than 60 inches (1500 mm) apart. C. Install minimum NPS 1/2 (DN 15) process tubing for industrial -grade sensors, transmitters, and switches. Install bushings where required. D. Make smooth tubing bends with a bending tool. Flattened or wrinkled bends are unacceptable. E. Support tubing independent of other trades. F. Route tubing parallel to and at right angles to building construction. G. Install tubing concealed in areas with ceilings. FAA 3-19-0094-054 (CARES DEV) 23 09 23-73 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 H. Install dirt leg with an isolation valve and threaded plug-in drain valve at each connection to a transmitter and switch. I. Insulate process piping and tubing connected to hot water and steam systems for personnel protection if surface temperature exceeds 120 deg F (49 deg C). Only insulate piping and tubing within maintenance personnel reach from floor, platform, or catwalk. J. Wrap pipe threads of fitting in process tubing with service temperatures below 350 deg F (177 deg C) with single wrap of PTFE tape. K. Coat pipe threads of fittings on process tubing in services with temperatures exceeding 350 deg F (177 deg C) with pipe compound before being made up to reduce possibility of galling. L. Do not make tubing connections to a fitting before completing makeup of connection. M. Check tubing for correct diameter and wall thickness. Cut the tube ends square and deburred. Exercise care during cutting to keep tubing round. N. Do not install fittings close to a bend. Straight length of tubing, not deformed by bending, is required for proper connection. O. Align tubing with fitting when installed. Avoid springing tube into position. P. Install tubing with extreme care to keep foreign matter out of system. Plug open tubing ends to keep out dust, dirt, and moisture. Q. Do not attach tubing to equipment that may be removed frequently for maintenance or may impart vibra- tion and expansion from temperature change. R. Identify above -grade process tubing as follows: 1. Every 50 ft. (15 m) of straight run. 2. At least once for each branch within 36 inches (900 mm) of main tee. 3. Near each change in direction. 4. Within 36 inches (900 mm) of each ceiling, floor, roof, and wall penetration. 5. Where exposed to and where concealed from view, including above ceiling plenums, shafts, and chases. 6. Near each isolation valve. 7. Mark each instrument tube connection with a number -coded identification. Each unique tube is to have same unique number at instrument connection and termination at opposite end of tube. S. Process Tubing Isolation Valves Installation: 1. Install valves full size of piping and tubing. 2. Install isolation valves at the following locations: a. Process connection. b. Inlet to each instrument including, sensors, transmitters, switches, gauges, and other control devices. 3. Locate valves to be readily accessible from floor. 4. Install needle valves for isolation and throttling applications. Option to install ball valves in lieu of needle valves for isolation only applications. FAA 3-19-0094-054 (CARES DEV) 23 09 23-74 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 3.20 INSTALLATION OF CONTROL WIRE, CABLE, AND RACEWAY A. Comply with NECA 1. B. Wire and Cable Installation: 1. Comply with installation requirements in Section 260523 "Control -Voltage Electrical Power Ca- bles." 2. Install cables with protective sheathing that is waterproof and capable of withstanding continuous temperatures of 90 deg C with no measurable effect on physical and electrical properties of cable. a. Provide shielding to prevent interference and distortion from adjacent cables and equip- ment. 3. Terminate wiring in a junction box. a. Clamp cable over jacket in a junction box. b. Individual conductors in the stripped section of cable is to be slack between the clamping point and terminal block. 4. Terminate field wiring and cable not directly connected to instruments and control devices having integral wiring terminals using terminal blocks. 5. Install signal transmission components in accordance with IEEE C2, REA Form 511a, NFPA 70, and as indicated. 6. Use shielded cable to transmitters. 7. Use shielded cable to temperature sensors. 8. Perform continuity and meager testing on wire and cable after installation. C. Conduit Installation: 1. Comply with Section 260533 "Raceways and Boxes for Electrical Systems" for control -voltage conductors. 3.21 FIELD QUALITY CONTROL A. Manufacturer's Field Service: Engage a factory -authorized service representative to test and inspect com- ponents, assemblies, and installations, including connections. B. Tests and Inspections: Perform the following tests and inspections: 1. Perform each visual and mechanical inspection and electrical test stated in NETA ATS. Certify compliance with test parameters. 2. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equip- ment. C. Testing of Air -Signal Tubing: 1. Test for leaks and obstructions. 2. Disconnect each pipe and tubing line before test is performed, and blowout dust, dirt, trash, con- densate, and other foreign materials with compressed air. Use commercially pure compressed air or nitrogen as distributed in gas cylinders. Use of compressed air from oil -free compressor with air dryer is an acceptable alternative for test. 3. After foreign matter is expelled and line is free from obstructions, plug far end of tubing run. FAA 3-19-0094-054 (CARES DEV) 23 09 23-75 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 4. Connect pressure source to near end of tubing run with needle valve between air supply and tubing run. 5. Connect pressure gauge accurate to within 0.5 percent of test between shutoff needle valve and tubing run under test. 6. For air signal tubing, apply test pressure of 1.5 times instrument operating pressure range. Record pressure in tubing run every 10 minutes for one hour. Allowable drop in pressure in one -hour pe- riod to not exceed 0.1 percent of test pressure. 3.22 DDC SYSTEM I/O CHECKOUT PROCEDURES A. Check installed products before continuity tests, leak tests, and calibration. B. Check instruments for proper location and accessibility. C. Check instruments for proper installation on direction of flow, elevation, orientation, insertion depth, or other applicable considerations that will impact performance. D. Check instrument tubing for proper isolation, fittings, slope, dirt legs, drains, material, and support. E. Control Damper Checkout: 1. Verify that control dampers are installed correctly for flow direction. 2. Verify that proper blade alignment, either parallel or opposed, has been provided. 3. Verify that damper frame attachment is properly secured and sealed. 4. Verify that damper actuator and linkage attachment are secure. 5. Verify that actuator wiring is complete, enclosed, and connected to correct power source. 6. Verify that damper blade travel is unobstructed. F. Control Valve Checkout: 1. Verify that control valves are installed correctly for flow direction. 2. Verify that valve body attachment is properly secured and sealed. 3. Verify that valve actuator and linkage attachment are secure. 4. Verify that actuator wiring is complete, enclosed, and connected to correct power source. 5. Verify that valve ball, disc, or plug travel is unobstructed. 6. After piping systems have been tested and put into service, but before insulating and balancing, in- spect each valve for leaks. Adjust or replace packing to stop leaks. Replace valve if leaks persist. G. Instrument Checkout: 1. Verify that instrument is correctly installed for location, orientation, direction, and operating clearances. 2. Verify that attachment is properly secured and sealed. 3. Verify that conduit connections are properly secured and sealed. 4. Verify that wiring is properly labeled with unique identification, correct type, and size and is se- curely attached to proper terminals. 5. Inspect instrument tag against approved submittal. 6. For instruments with tubing connections, verify that tubing attachment is secure and isolation valves have been provided. 7. For flow instruments, verify that recommended upstream and downstream distances have been maintained. 8. For temperature instruments, verify the following: a. Sensing element type and proper material. FAA 3-19-0094-054 (CARES DEV) 23 09 23-76 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 b. Length and insertion. 3.23 DDC SYSTEM I/O ADJUSTMENT, CALIBRATION, AND TESTING A. Calibrate each instrument installed that is not factory calibrated and provided with calibration documenta- tion. B. Provide written description of proposed field procedures and equipment for calibrating each type of in- strument. Submit procedures before calibration and adjustment. C. For each analog instrument, make three-point test of calibration for both linearity and accuracy. D. Equipment and procedures used for calibration to comply with instrument manufacturer's written instruc- tions. E. Provide diagnostic and test equipment for calibration and adjustment. 1. Use field testing and diagnostic instruments and equipment with an accuracy at least twice the in- strument accuracy of instrument to be calibrated. For example, test and calibrate an installed in- strument with accuracy of 1 percent using field testing and diagnostic instrument with accuracy of 0.5 percent or better. F. Calibrate each instrument in accordance with instruction manual supplied by instrument manufacturer. G. If after calibration the indicated performance cannot be achieved, replace out -of -tolerance instruments. H. Comply with field testing requirements and procedures indicated by ASHRAE's Guideline 11, "Field Testing of HVAC Controls Components," in the absence of specific requirements, and to supplement re- quirements indicated. I. Analog Signals: 1. Check analog voltage signals using a precision voltage meter at zero, 50, and 100 percent. 2. Check analog current signals using a precision current meter at zero, 50, and 100 percent. 3. Check resistance signals for temperature sensors at zero, 50, and 100 percent of operating span us- ing a precision -resistant source. J. Digital Signals: 1. Check digital signals using a jumper wire. 2. Check digital signals using an ohmmeter to test for contact making or breaking. K. Control Dampers: 1. Stroke and adjust control dampers following manufacturer's recommended procedure, from 100 percent open to 100 percent closed and back to 100 percent open. 2. Check and document open and close cycle times for applications with cycle time less than 30 sec- onds. 3. For control dampers equipped with positive position indication, check feedback signal at multiple positions to confirm proper position indication. FAA 3-19-0094-054 (CARES DEV) 23 09 23-77 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 L. Control Valves: 1. Stroke and adjust control valves following manufacturer's recommended procedure, from 100 per- cent open to 100 percent closed and back to 100 percent open. 2. Check and document open and close cycle times for applications with cycle time less than 30 sec- onds. 3. For control valves equipped with positive position indication, check feedback signal at multiple positions to confirm proper position indication. M. Meters: Check meters at zero, 50, and 100 percent of Project design values. N. Sensors: Check sensors at zero, 50, and 100 percent of Project design values. O. Switches: Calibrate switches to make or break contact at set points indicated. P. Transmitters: 1. Check and calibrate transmitters at zero, 50, and 100 percent of Project design values. 2. Calibrate resistance temperature transmitters at zero, 50, and 100 percent of span using a preci- sion -resistant source. 3.24 DDC SYSTEM CONTROLLER CHECKOUT A. Verify power supply. 1. Verify voltage, phase, and hertz. 2. Verify that protection from power surges is installed and functioning. 3. Verify that ground fault protection is installed. 4. If applicable, verify if connected to UPS unit. 5. If applicable, verify if connected to backup power source. 6. If applicable, verify that power conditioning units are installed. B. Verify that wire and cabling are properly secured to terminals and labeled with unique identification. C. Verify that spare I/O capacity is provided. 3.25 DDC CONTROLLER I/O CONTROL LOOP TESTS A. Testing: 1. Test every I/O point connected to DDC controller to verify that safety and operating control set points are as indicated and as required to operate controlled system safely and at optimum perfor- mance. 2. Test every I/O point throughout its full operating range. 3. Test every control loop to verify that operation is stable and accurate. 4. Adjust control loop proportional, integral, and derivative settings to achieve optimum performance while complying with performance requirements indicated. Document testing of each control loop's precision and stability via trend logs. 5. Test and adjust every control loop for proper operation according to sequence of operation. 6. Test software and hardware interlocks for proper operation. Correct deficiencies. 7. Operate each analog point at the following: a. Upper quarter of range. FAA 3-19-0094-054 (CARES DEV) 23 09 23-78 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 b. Lower quarter of range. c. At midpoint of range. 8. Exercise each binary point. 9. For every I/O point in DDC system, read and record each value at operator workstation, at DDC controller, and at field instrument simultaneously. Value displayed at operator workstation, at DDC controller, and at field instrument must match. 10. Prepare and submit report documenting results for each I/O point in DDC system and include in each I/O point a description of corrective measures and adjustments made to achieve desire re- sults. 3.26 DDC SYSTEM VALIDATION TESTS A. Perform validation tests before requesting final review of system. Before beginning testing, first submit Pretest Checklist and Test Plan. B. After review of Pretest Checklist and Test Plan, execute all tests and procedures indicated in plan. C. After testing is complete, submit completed Pretest Checklist. D. Pretest Checklist: Submit the following list with items checked off once verified: 1. Detailed explanation for any items that are not completed or verified. 2. Required mechanical installation work is successfully completed and HVAC equipment is work- ing correctly. 3. HVAC equipment motors operate below full -load amperage ratings. 4. Required DDC system components, wiring, and accessories are installed. 5. Installed DDC system architecture matches approved Drawings. 6. Control electric power circuits operate at proper voltage and are free from faults. 7. Required surge protection is installed. 8. DDC system network communications function properly, including uploading and downloading programming changes. 9. Using BACnet protocol analyzer, verify that communications are error free. 10. Each controller's programming is backed up. 11. Equipment, products, tubing, wiring cable, and conduits are properly labeled. 12. All I/O points are programmed into controllers. 13. Testing, adjusting, and balancing work affecting controls is complete. 14. Dampers and actuators zero and span adjustments are set properly. 15. Each control damper and actuator goes to failed position on loss of power and loss of signal. 16. Valves and actuators zero and span adjustments are set properly. 17. Each control valve and actuator goes to failed position on loss of power and loss of signal. 18. Meter, sensor, and transmitter readings are accurate and calibrated. 19. Control loops are tuned for smooth and stable operation. 20. View trend data where applicable. 21. Each controller works properly in standalone mode. 22. Safety controls and devices function properly. 23. Interfaces with fire -alarm system function properly. 24. Electrical interlocks function properly. 25. Operator workstations and other interfaces are delivered, all system and database software is in- stalled, and graphics are created. 26. Record Drawings are completed. FAA 3-19-0094-054 (CARES DEV) 23 09 23-79 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 E. Test Plan: 1. Prepare and submit validation Test Plan including test procedures for performance validation tests. 2. Address all specified functions of DDC system and sequences of operation in Test Plan. 3. Explain detailed actions and expected results to demonstrate compliance with requirements indi- cated. 4. Explain method for simulating necessary conditions of operation used to demonstrate perfor- mance. 5. Include Test Checklist to be used to check and initial that each test has been successfully complet- ed. 6. Submit Test Plan documentation 10 business days before start of tests. F. Validation Test: 1. Verify operating performance of each I/O point in DDC system. a. Verify analog I/O points at operating value. b. Make adjustments to out -of -tolerance I/O points. 1) Identify I/O points for future reference. 2) Simulate abnormal conditions to demonstrate proper function of safety devices. 3) Replace instruments and controllers that cannot maintain performance indicated af- ter adjustments. 2. Simulate conditions to demonstrate proper sequence of control. 3. Readjust settings to design values and observe ability of DDC system to establish desired condi- tions. 4. 24 hours after initial validation test, do as follows: a. Re -check I/O points that required corrections during initial test. b. Identify I/O points that still require additional correction and make corrections necessary to achieve desired results. 5. 24 Hours after second validation test, do as follows: a. Re -check I/O points that required corrections during second test. b. Continue validation testing until I/O point is normal on two consecutive tests. 6. Completely check out, calibrate, and test all connected hardware and software to ensure that DDC system performs according to requirements indicated. 7. After validation testing is complete, prepare and submit report indicating results of testing. For all I/O points that required correction, indicate how many validation re -tests it took to pass. Identify adjustments made for each test and indicate instruments that were replaced. G. DDC System Response Time Test: 1. Simulate HLC. a. Heavy load to be occurrence of 50 percent of total connected binary COV, one-half of which represents "alarm" condition, and 50 percent of total connected analog COV, one- half of which represents "alarm" condition, that are initiated simultaneously on a one-time basis. 2. Initiate 10 successive occurrences of HLC and measure response time to typical alarms and status changes. FAA 3-19-0094-054 (CARES DEV) 23 09 23-80 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 3. Measure with timer having at least 0.1-second resolution and 0.01 percent accuracy. 4. Purpose of test is to demonstrate DDC system, as follows: a. Reaction to COV and alarm conditions during HLC. b. Ability to update DDC system database during HLC. 5. Passing test is contingent on the following: a. Alarm reporting at printer beginning no more than two seconds after initiation (time zero) of HLC. b. All alarms, both binary and analog, are reported and printed; none are lost. c. Compliance with response times specified. 6. Prepare and submit report documenting HLC tested, and results of test including time stamp and print out of all alarms. H. DDC System Network Bandwidth Test: 1. Test network bandwidth usage on all DDC system networks to demonstrate bandwidth usage un- der DDC system normal operating conditions and under simulated HLC. 2. To pass, none of DDC system networks are to use more than 70 percent of available bandwidth under normal and HLC operation. 3.27 VERIFICATION OF DDC SYSTEM WIRELESS NETWORK A. DDC system Installer is to design wireless DDC system networks to comply with performance require- ments indicated. B. Verify wireless network performance through field testing and document results in a field test report. C. Testing and verification of all wireless devices to include, but not be limited to, the following: 1. Speed. 2. Online status. 3. Signal strength. 3.28 FINAL REVIEW A. Submit written request to Architect when DDC system is ready for final review. State the following: 1. DDC system has been thoroughly inspected for compliance with Contract Documents and found to be in full compliance. 2. DDC system has been calibrated, adjusted, and tested and found to comply with requirements of operational stability, accuracy, speed, and other performance requirements indicated. 3. DDC system monitoring and control of HVAC systems results in operation according to sequenc- es of operation indicated. 4. DDC system is complete and ready for final review. B. Upon receipt of written request for final review, Architect to start review within 20 business days and up- on completion issue field report(s) documenting observations and deficiencies. FAA 3-19-0094-054 (CARES DEV) 23 09 23-81 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 C. Take prompt action to remedy deficiencies indicated in reviewer's field report(s) and submit second writ- ten request after all deficiencies have been corrected. Repeat process until no deficiencies are reported. D. Prepare and submit closeout submittals when no deficiencies are reported. E. Part of DDC system final review to include demonstration to parties participating in final review. 1. Provide staff familiar with DDC system installed to demonstrate operation of DDC system during final review. 2. Provide testing equipment to demonstrate accuracy and other performance requirements of DDC system that is requested by reviewers during final review. 3. Demonstration to include, but not be limited to, the following: a. Accuracy and calibration of 10 I/O points randomly selected by reviewers. If review finds that some I/O points are not properly calibrated and not satisfying performance require- ments indicated, additional I/O points may be selected by reviewers until total I/O points being reviewed that satisfy requirements equals quantity indicated. b. HVAC equipment and system hardwired, and software safeties and life -safety functions are operating according to sequence of operation. Up to 10 I/O points to be randomly selected by reviewers. Additional I/O points may be selected by reviewers to discover problems with operation. c. Correct sequence of operation after electrical power interruption and resumption after elec- trical power is restored for randomly selected HVAC systems. d. Operation of randomly selected dampers and valves in normal -on, normal -off, and failed positions. e. Reporting of alarm conditions for randomly selected alarms, including different classes of alarms, to ensure that alarms are properly received by operators and operator workstations. f. Trends, summaries, logs, and reports set up for Project. g. For up to three HVAC systems randomly selected by reviewers, use graph trends to show that sequence of operation is executed in correct manner and that HVAC systems operate properly through complete sequence of operation including different modes of operations indicated. Show that control loops are stable and operating at set points and respond to changes in set point of 20 percent or more. h. Software's ability to communicate with controllers, operator workstations, and uploading and downloading of control programs. i. Software's ability to edit control programs offline. j. Data entry to show Project -specific customizing capability including parameter changes. k. Step through penetration tree, display all graphics, demonstrate dynamic update, and direct access to graphics. I. Execution of digital and analog commands in graphic mode. m. Spreadsheet and curve plot software and its integration with database. n. Online user guide and help functions. o. Multitasking by showing different operations occurring simultaneously on four quadrants of split screen. p. System speed of response compared to requirements indicated. q. For Each Controller: Applies to network and programmable application controllers. 1) Memory: Programmed data, parameters, trend, and alarm history collected during normal operation are not to be lost during power failure. 2) Operator Interface: Ability to connect directly to each type of digital controller with portable workstation and mobile device. Show that maintenance personnel interface tools perform as indicated in manufacturer's technical literature. 3) Standalone Ability: Demonstrate that controllers provide stable and reliable standalone operation using default values or other method for values normally read over network. 4) Electric Power: Ability to disconnect any controller safely from its power source. FAA 3-19-0094-054 (CARES DEV) 23 09 23-82 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 5) Wiring Labels: Match control drawings. 6) Network Communication: Ability to locate controller's location on network and communication architecture matches Shop Drawings. 7) Nameplates and Tags: Accurate and permanently attached to control panel doors, instrument, actuators, and devices. r. For Each Operator Workstation: 1) I/O points lists agree with naming conventions. 2) Graphics are complete. 3) UPS unit, if applicable, operates. s. Communications and Interoperability: Demonstrate proper interoperability of data sharing, alarm and event management, trending, scheduling, and device and network management. Requirements must be met even if only one manufacturer's equipment is installed. 1) Data Presentation: On each operator workstation, demonstrate graphic display capa- bilities. 2) Reading of Any Property: Demonstrate ability to read and display any used readable object property of any device on network. 3) Set -Point and Parameter Modifications: Show ability to modify set points and tun- ing parameters indicated. 4) Peer -to -Peer Data Exchange: Network devices are installed and configured to per- form without need for operator intervention to implement Project sequence of oper- ation and to share global data. 5) Alarm and Event Management: Alarms and events are installed and prioritized ac- cording to Owner. Demonstrate that time delays and other logic are set up to avoid nuisance tripping. Show that operators with sufficient privileges are permitted. 6) Schedule Lists: Schedules are configured for start and stop, mode change, occupant overrides, and night setback as defined in sequence of operations. 7) Schedule Display and Modification: Ability to display any schedule with start and stop times for calendar year. Show that all calendar entries and schedules are modi- fiable from any connected operator workstation by an operator with sufficient privi- lege. 8) Archival Storage of Data: Data archiving is handled by operator workstation and server and local trend archiving and display is accomplished. 9) Modification of Trend Log Object Parameters: Operator with sufficient privilege can change logged data points, sampling rate, and trend duration. 10) Device and Network Management: a) Display of network device status. b) Display of BACnet object information. c) Silencing devices transmitting erroneous data. d) Time synchronization. e) Remote device re -initialization. f) Backup and restore network device programming and master database(s). g) Configuration management of routers. 3.29 EXTENDED OPERATION TEST A. Operate DDC system for operating period of 2 consecutive calendar days following Substantial Comple- tion. Coordinate exact start date of testing with Owner. FAA 3-19-0094-054 (CARES DEV) 23 09 23-83 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 B. Provide operator familiar with DDC system installed to man an operator workstation during eight hours of each normal business day occurring during operating period. C. During operating period, DDC system to demonstrate correct operation and accuracy of monitored and controlled points as well as operation capabilities of sequences, logs, trends, reports, specialized control algorithms, diagnostics, and other software indicated. 1. Correct defects of hardware and software when they occur. D. Definition of Failures and Downtime during Operating Period: 1. Failed I/O point constituting downtime is I/O point failing to perform its intended function con- sistently and a point physically failed due to hardware and software. 2. Downtime is when any I/O point in DDC system is unable to fulfill its required function. 3. Calculate downtime as elapsed time between detected point failure as confirmed by operator, and time point is restored to service. 4. Maximum time interval allowed between DDC system detection of failure occurrence and opera- tor confirmation is to be 0.5 hours. 5. Log downtime in hours to nearest 0.1 hour. 6. Power outages do not count as downtime but do suspend test hours unless systems are provided with UPS and served through a backup power source. 7. Hardware or software failures caused by power outages do count as downtime. E. During operating period, log downtime and operational problems are encountered. 1. Identify source of problem. 2. Provide written description of corrective action taken. 3. Record duration of downtime. 4. Maintain log showing the following: a. Time of occurrence. b. Description of each occurrence and pertinent written comments for reviewer to understand scope and extent of occurrence. c. Downtime for each failed I/O point. d. Running total of downtime and total time of I/O point after each problem has been restored. 5. Make log available to Owner for review at any time. F. For DDC system to pass extended operation test, total downtime is limited to 1 percent of total point - hours during operating period. 1. If DDC system testing results fail to comply with minimum requirements of passing at end of op- erating period indicated, extend operating period one consecutive day at a time until DDC system passes requirement. G. Base evaluation of DDC system passing test on the following calculation: 1. Count downtime on point -hour basis where total number of DDC system point -hours is equal to total number of I/O points in DDC system multiplied by total number of hours during operating period. 2. One point -hour of downtime is one I/O point down for one hour. For example, three I/O points down for five hours is total of 15 point -hours of downtime. Four points down for one-half hour is two point -hours of downtime. 3. Example Calculation: Maximum allowable downtime for 30-day test for DDC system with 1000 total I/O points (combined analog and binary) and passing score of 1 percent downtime is comput- FAA 3-19-0094-054 (CARES DEV) 23 09 23-84 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 ed by 30 days x 24 h/day x 1000 points x 1 percent equals 7200 point -hours of maximum allowa- ble downtime. H. Prepare test and inspection reports. 3.30 ADJUSTING A. Occupancy Adjustments: When requested within 12 months from date of Substantial Completion, provide on -site assistance in adjusting system to suit actual occupied conditions. Provide up to two visits to Pro- ject during other -than -normal occupancy hours for this purpose. 3.31 MAINTENANCE SERVICE A. Beginning at Substantial Completion, verify that maintenance service includes three months' full mainte- nance by DDC system manufacturer's authorized service representative. Include monthly preventive maintenance, repair or replacement of worn or defective components, cleaning, calibration, and adjusting as required for proper operation. Use only manufacturer's authorized replacement parts and supplies. 3.32 SOFTWARE SERVICE AGREEMENT A. Technical Support: Beginning at Substantial Completion, verify that service agreement includes software support for one year(s). B. Upgrade Service: At Substantial Completion, update software to latest version. Install and program soft- ware upgrades that become available within one year(s) from date of Substantial Completion. Verify that upgrading software includes operating system and new or revised licenses for using software. 1. Upgrade Notice: No fewer than 30 days to allow Owner to schedule and access system and to up- grade computer equipment if necessary. 3.33 DEMONSTRATION A. system installed to train Owner's maintenance personnel to adjust, operate, and maintain DDC system. B. Extent of Training: 1. Base extent of training on scope and complexity of DDC system indicated and training require- ments indicated. Provide extent of training required to satisfy requirements indicated even if more than minimum training requirements are indicated. 2. Inform Owner of anticipated training requirements if more than minimum training requirements are indicated. 3. Minimum Training Requirements: a. Provide not less than five days of training total. b. Stagger training over multiple training classes to accommodate Owner's requirements. All training to occur before end of warranty period. C. Training Schedule: 1. Schedule training with Owner 20 business days before expected Substantial Completion. 2. Schedule training to provide Owner with at least 20 business days of notice in advance of training. FAA 3-19-0094-054 (CARES DEV) 23 09 23-85 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 3. Training to occur within normal business hours at mutually agreed on time. Unless otherwise agreed to, training to occur Monday through Friday, except on U.S. Federal holidays, with two morning sessions and two afternoon sessions. Each morning session and afternoon session to be split in half with 30-minute break between sessions. Morning and afternoon sessions to be separat- ed by 60-minute lunch period. Training, including breaks and excluding lunch period, are not to exceed eight hours per day. 4. Provide staggered training schedule as requested by Owner. D. Training Attendee List and Sign -in Sheet: 1. Request from Owner in advance of training a proposed attendee list with name, phone number, and email address. 2. Provide preprinted sign -in sheet for each training session with proposed attendees listed and no fewer than six blank spaces to add additional attendees. 3. Include preprinted sign -in sheet with training session number, date and time, instructor name, phone number, email address, and brief description of content to be covered during session. List attendees with columns for name, phone number, and email address and a column for attendee signature or initials. 4. Circulate sign -in sheet at beginning of each session and solicit attendees to sign or initial in appli- cable location. 5. At end of each training day, send Owner an email with attachment of scanned copy (PDF) of cir- culated sign -in sheet for each session. E. Training Attendee Headcount: 1. Plan in advance of training for five attendees. 2. Make allowance for Owner to add up to two attendee(s) at time of training. 3. Headcount may vary depending on training content covered in session. Attendee access may be restricted to some training content for purposes of maintaining system security. F. Training Attendee Prior Knowledge: For guidance in planning required training and instruction, assume attendees have the following: 1. High school and technical school education and degree. 2. Intermediate user knowledge of computers and office applications. 3. Intermediate knowledge of HVAC systems. 4. Intermediate knowledge of DDC systems. 5. Intermediate knowledge of DDC system and products installed. G. Attendee Training Manuals: 1. Provide each attendee with color hard copy of all training materials and visual presentations. 2. Organize hard -copy materials in three-ring binder with table of contents and individual divider tabs marked for each logical grouping of subject matter. Organize material to provide space for at- tendees to take handwritten notes within training manuals. 3. In addition to hard -copy materials included in training manual, provide each binder with a sleeve or pocket that includes DVD or flash drive with PDF copy of all hard -copy materials. H. Instructor Requirements: 1. One or multiple qualified instructors, as required, to provide training. 2. Use instructors who have provided not less than five years of instructional training on not less than five past projects with similar DDC system scope and complexity to DDC system installed. FAA 3-19-0094-054 (CARES DEV) 23 09 23-86 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 I. Organization of Training Sessions: 1. Organize training sessions into logical groupings of technical content and to reflect different levels of operators having access to system. Plan training sessions to accommodate the following three levels of operators: a. Daily operators. b. Advanced operators. c. System managers and administrators. 2. Plan and organize training sessions to group training content to protect DDC system security. Some attendees may be restricted to some training sessions to ensure DDC system security. J. Training Outline: 1. Submit training outline for Owner review at least 10 business day before scheduling training. 2. Include in outline a detailed agenda for each training day that is broken down into each of four training sessions that day, training objectives for each training session, and synopses for each les- son planned. K. On -Site Training: 1. Owner will provide conditioned classroom or workspace with ample desks or tables, chairs, pow- er, and data connectivity for instructor and each attendee. 2. Provide training materials, projector, and other audiovisual equipment used in training. 3. Provide as much of training located on -site as deemed feasible and practical by Owner. 4. Include on -site training with regular walk-through tours, as required, to observe each unique prod- uct type installed with hands-on review of operation, calibration, and service requirements. 5. Use operator workstation that is to be used with DDC system in the training. If operator work- stations are unavailable, provide temporary workstation to convey training content. L. Off -Site Training: 1. Provide conditioned training rooms and workspace with ample tables desks or tables, chairs, pow- er, and data connectivity for each attendee. 2. Provide capability to remotely access to Project DDC system for use in training. 3. Provide operator workstation for use by each attendee. M. Training Content for Daily Operators: 1. Basic operation of system. 2. Understanding DDC system architecture and configuration. 3. Understanding each unique product type installed including performance and service requirements for each. 4. Understanding operation of each system and equipment controlled by DDC system including se- quences of operation, each unique control algorithm, and each unique optimization routine. 5. Operating operator workstations, printers, and other peripherals. 6. Logging on and off system. 7. Accessing graphics, reports, and alarms. 8. Adjusting and changing set points and time schedules. 9. Recognizing DDC system malfunctions. 10. Understanding content of operation and maintenance manuals including control drawings. 11. Understanding physical location and placement of DDC controllers and I/O hardware. 12. Accessing data from DDC controllers. 13. Operating portable operator workstations. FAA 3-19-0094-054 (CARES DEV) 23 09 23-87 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 14. Review of DDC testing results to establish basic understanding of DDC system operating perfor- mance and HVAC system limitations as of Substantial Completion. 15. Running each specified report and log. 16. Displaying and demonstrating each data entry to show Project -specific customizing capability. Demonstrating parameter changes. 17. Stepping through graphics penetration tree, displaying all graphics, demonstrating dynamic updat- ing, and direct access to graphics. 18. Executing digital and analog commands in graphic mode. 19. Demonstrating control loop precision and stability via trend logs of I/O for not less than 10 per- cent of I/O installed. 20. Demonstrating DDC system performance through trend logs and command tracing. 21. Demonstrating scan, update, and alarm responsiveness. 22. Demonstrating spreadsheet and curve plot software, and its integration with database. 23. Demonstrating on-line user guide and help function and mail facility. 24. Demonstrating multitasking by showing dynamic curve plot, and graphic construction operating simultaneously via split screen. 25. Demonstrating the following for HVAC systems and equipment controlled by DDC system: a. Operation of HVAC equipment in normal -off, normal -on, and failed conditions while ob- serving individual equipment, dampers, and valves for correct position under each condi- tion. b. For HVAC equipment with factory -installed software, show that integration into DDC sys- tem is able to communicate with DDC controllers or gateways, as applicable. c. Using graphed trends, show that sequence of operation is executed in correct manner, and HVAC systems operate properly through complete sequence of operation including sea- sonal change, occupied and unoccupied modes, warm-up and cool -down cycles, and other modes of operation indicated. d. Hardware interlocks and safeties function properly and DDC system performs correct se- quence of operation after electrical power interruption and resumption after power is re- stored. e. Reporting of alarm conditions for each alarm, and confirm that alarms are received at as- signed locations, including operator workstations. f. Each control loop responds to set -point adjustment and stabilizes within time period indi- cated. g. Sharing of previously graphed trends of all control loops to demonstrate that each control loop is stable and set points are being maintained. N. Training Content for Advanced Operators: 1. Making and changing workstation graphics. 2. Creating, deleting, and modifying alarms including annunciation and routing. 3. Creating, deleting, and modifying point trend logs including graphing and printing on an ad -hoc basis and operator -defined time intervals. 4. Creating, deleting, and modifying reports. 5. Creating, deleting, and modifying points. 6. Creating, deleting, and modifying programming including ability to edit control programs offline. 7. Creating, deleting, and modifying system graphics and other types of displays. 8. Adding DDC controllers and other network communication devices such as gateways and routers. 9. Adding operator workstations. 10. Performing DDC system checkout and diagnostic procedures. 11. Performing DDC controllers' operation and maintenance procedures. 12. Performing operator workstation operation and maintenance procedures. 13. Configuring DDC system hardware including controllers, workstations, communication devices, and I/O points. 14. Maintaining, calibrating, troubleshooting, diagnosing, and repairing hardware. 15. Adjusting, calibrating, and replacing DDC system components. FAA 3-19-0094-054 (CARES DEV) 23 09 23-88 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 O. Training Content for System Managers and Administrators: 1. DDC system software maintenance and backups. 2. Uploading, downloading, and offline archiving of all DDC system software and databases. 3. Interface with Project -specific, third -party operator software. 4. Understanding password and security procedures. 5. Adding new operators and making modifications to existing operators. 6. Operator password assignments and modification. 7. Operator authority assignment and modification. 8. Workstation data segregation and modification. P. Video of Training Sessions: 1. Provide digital video and audio recording of each training session. Create separate recording file for each session. 2. Stamp each recording file with training session number, session name, and date. 3. Provide Owner with two copies of digital files on cloud and flash drives for later reference and for use in future training. 4. Owner retains right to make additional copies for intended training purposes without having to pay royalties. END OF SECTION 23 09 23 FAA 3-19-0094-054 (CARES DEV) 23 09 23-89 Improve Terminal Building Direct Digital Control (DDC) System for HVAC Waterloo Regional Airport - 60675091 This Page Left Blank Intentionally SECTION 23 09 23.11 CONTROL VALVES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Electric and electronic control valve actuators. B. Related Requirements: 1. Section 230923 "Direct Digital Control (DDC) System for HVAC" control equipment and software, relays, electrical power devices, uninterruptible power supply units, wire, and cable. 1.2 DEFINITIONS A. Cv: Valve coefficient. B. DDC: Direct digital control. C. EPT: Ethylene -propylene terpolymer rubber. D. HNBR: Hydrogenated nitrile butadiene rubber. E. NBR: Nitrile butadiene rubber. F. PEEK: Polyether Ether Ketone rubber. G. PTFE: Polytetrafluoroethylene. H. RMS: Root -mean -square value of alternating voltage, which is the square root of the mean value of the square of the voltage values during a complete cycle. I. RTFE: Glass -fiber -reinforced PTFE. J. TFM: A chemically modified PTFE. 1.3 ACTION SUBMITTALS A. Product Data: 1. Electric and electronic control valve actuators. B. Product Data Submittals: For each product. 1. Construction details, material descriptions, dimensions of individual components and profiles, and finishes. 2. Operating characteristics, electrical characteristics, and furnished accessories indicating process operating range, accuracy over range, control signal over range, default control signal with loss of FAA 3-19-0094-054 (CARES DEV) 23 09 23.11-1 Improve Terminal Building Control Valves Waterloo Regional Airport - 0675091