HomeMy WebLinkAboutvu_IMPROVE TERMINAL BUILDING - CCTV - FAA AIP 3-19-0094-054(CARES)A.XOM
Waterloo Regional Airport:
Improve Terminal Building
(Install Security System)
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
(Install Security System)
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
\\,o i l i i f i t ii/0 �
,Q 'r,v ESS <Q i,�
= Q ``� ''�.,,,
�n z GREGORY C !�= c3
-wF. DOLL =z=
v _
_ 21498 ; r7
,-
/�/ /!!'0 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 - CCTV
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 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
Section 27 11 00 Communications Equipment Room Fittings 27 11 00-1 - 4
Section 28 20 00 Video Surveillance 28 20 00-1 - 7
PLANS - Bound in Specifications
FAA AIP 3-19-0094-054 (CARES DEV) Improve Terminal Building - CCTV
Table of Contents Waterloo Regional Airport - 60675091
NOTICE TO BIDDERS
For the Taking of Construction Bids for the
IMPROVE TERMINAL BUILDING
(Install Security System)
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 (Install Security System) - 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.
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 in City
Hall in said City.
SCOPE OF WORK
The FAA 3-19-0094-054 (CARES DEV) Improve Terminal Building (Install Security System) project for the
improvements at the Waterloo Regional Airport, Waterloo, Iowa, consists of the installation of a Closed -Circuit
Television (CCTV) security camera system at and within the Waterloo Airport (ALO) terminal building.
The CCTV system will survey exterior entry points to the parking lots and drives, access gates, and the terminal's
building perimeter. The site cameras not mounted on the terminal building will transmit signals wirelessly. Interior
cameras will be strategically placed for viewing key entry and circulation areas of the terminal as well as ticket
counters, security check point, baggage claim, and car rental. The CCTV server will have the capability to store up
to 30 days of camera activity. This CCTV system will be interfaced with the City of Waterloo Police Department to
allow for remote monitoring and viewing of live or recorded video feeds from the airport.
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.
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
FAA AIP 3-19-0094-054 (CARES DEV)
NTB-1 of 7 Improve Terminal Building - CCTV
Notice to Bidders Waterloo Regional Airport - 60675091
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 #8371660 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.hughes@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.
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
FAA AIP 3-19-0094-054 (CARES DEV)
NTB-2 of 7 Improve Terminal Building - CCTV
Notice to Bidders Waterloo Regional Airport - 60675091
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 altemates, 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.
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
FAA AIP 3-19-0094-054 (CARES DEV)
NTB-3 of 7 Improve Terminal Building - CCTV
Notice to Bidders Waterloo Regional Airport - 60675091
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.
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.
FAA AIP 3-19-0094-054 (CARES DEV)
NTB-4 of 7 Improve Terminal Building - CCTV
Notice to Bidders Waterloo Regional Airport - 60675091
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
Goals for female participation in each trade
4.7%
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 - CCTV
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 - CCTV
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 corner as follows:
Bid of (Name and Address of Contractor) for Improve Terminal Building (Install Security System),
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 - CCTV
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
(Install Security System)
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
(Install Security System) - 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.
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 6' 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
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/
FAA AIP 3-19-0094-054 (CARES DEV)
NPH-1 Improve Terminal Building - CCTV
Notice of Public Hearing Waterloo Regional Airport - 60675091
SCOPE OF WORK
The FAA 3-19-0094-054 (CARES DEV) Improve Terminal Building (Install Security System) project for the
improvements at the Waterloo Regional Airport, Waterloo, Iowa, consists of the installation of a Closed -Circuit
Television (CCTV) security camera system at and within the Waterloo Airport (ALO) terminal building.
The CCTV system will survey exterior entry points to the parking lots and drives, access gates, and the terminal's
building perimeter. The site cameras not mounted on the terminal building will transmit signals wirelessly. Interior
cameras will be strategically placed for viewing key entry and circulation areas of the terminal as well as ticket
counters, security check point, baggage claim, and car rental. The CCTV server will have the capability to store up
to 30 days of camera activity. This CCTV system will be interfaced with the City of Waterloo Police Department to
allow for remote monitoring and viewing of live or recorded video feeds from the airport.
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 - CCTV
Notice of Public Hearing Waterloo Regional Airport - 60675091
PROPOSAL FORM
FOR
IMPROVE TERMINAL BUILDING
(Install Security System)
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 (Install Security System) -- 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 (Install Security System) project which
consists of the installation of a Closed -Circuit Television (CCTV) security camera system at and within the Waterloo
Airport (ALO) terminal building.
The CCTV system will survey exterior entry points to the parking lots and drives, access gates, and the terminal's
building perimeter. The site cameras not mounted on the terminal building will transmit signals wirelessly. Interior
cameras will be strategically placed for viewing key entry and circulation areas of the terminal as well as ticket
counters, security check point, baggage claim, and car rental. The CCTV server will have the capability to store up to
30 days of camera activity. This CCTV system will be interfaced with the City of Waterloo Police Department to
allow for remote monitoring and viewing of live or recorded video feeds from the airport.
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 - CCTV
Proposal Form Waterloo Regional Airport - 60675091
ITEMIZED PROPOSAL
WATERLOO REGIONAL AIRPORT
WATERLOO, IOWA
PROJECT: • IMPROVE TERMINAL BUILDING
(Install Security System)
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
INDOOR CCTV CAMERAS
EA
24
$
$
2
OUTDOOR 4 LENS CCTV CAMERAS
PLUS HARDWARE
EA
4
$
$
3
OUTDOOR BULLET CCTV CAMERAS
PLUS HARDWARE
EA
3
$
$
4
OUTDOOR 1 LENS CCTV CAMERA
PLUS HARDWARE
EA
1
$
$
5
POE SWITCHES
EA
2
$
$
6
EQUIPMENT RACK, UPS AND
GROUNDING
EA
1
$
$
7
CCTV SERVER AND LICENSES
LS
1
$
$
8
CAT 6 CABLE
LF
9000
$
$
9
ANTENNAS
EA
2
$
$
10
120 VOLT POWER CIRCUITS
EA
1
$
$
TOTAL BASE BID
$
BID ALTERNATE NO. 1
1
GATE CAMERAS
EA
4
$
$
2
120 VOLT POWER CIRCUITS
EA
4
$
$
TOTAL ADD ALTERNATE BID
$
TOTAL BASE BID + ADD ALTERNATE
$
4. 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.
5. 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.
6. The bidder shall make good faith efforts, as deemed 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
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.
FAA AIP 3-19-0094-054 (CARES DEV)
P-2 Improve Terminal Building - CCTV
Proposal Form Waterloo Regional Airport - 60675091
7. 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.
8. 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.
9. 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.
10. 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.
11. 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.
12. 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)).
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.
FAA AIP 3-19-0094-054 (CARES DEV)
P-3 Improve Terminal Building - CCTV
Proposal Form Waterloo Regional Airport - 60675091
d. To include or cause to be included in any Contract or Subcontract which exceeds $100,000.00 the
aforementioned criteria and requirements.
13. 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.
14. 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.
15. 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
FAA AIP 3-19-0094-054 (CARES DEV)
P-4 Improve Terminal Building - CCTV
Proposal Form Waterloo Regional Airport - 60675091
file the required bonds within the prescribed time, shall be forfeited to the Waterloo Regional Airport as
liquidated damages.
16. 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).
17. 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).
18. 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.
19. 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.
20. 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.
21. 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.
22. 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.
23. 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
FAA AIP 3-19-0094-054 (CARES DEV)
P-5 Improve Terminal Building - CCTV
Proposal Form Waterloo Regional Airport - 60675091
(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.
(3) 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.
(5) 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.
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.
24. Attachment to This Bid. The following documents are attached to and made a part of this Bid:
a. Bid Guaranty in the form of
b. Non -Collusion Affidavit of Prime Bidder.
c. Statement of Intent — Non -Discrimination and Equal Opportunity Statement.
FAA AIP 3-19-0094-054 (CARES DEV)
P-6 Improve Terminal Building - CCTV
Proposal Form Waterloo Regional Airport - 60675091
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."
25. 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 - CCTV
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 (Install Security System) 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 - CCTV
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 - CCTV
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 - CCTV
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
(Install Security System)
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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
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_american_waiver.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_american waiver.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 - CCTV
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 - CCTV
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 contractprovisions/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 contract_provisions/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 - CCTV
AECOM Project #60675091 Waterloo Regional Airport - 60675091
CONTRACT
FOR
IMPROVE TERMINAL BUILDING
(Install Security System)
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 (Install Security
System) 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 - CCTV
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 - CCTV
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 - CCTV
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 (Install Security System) project
which consists of the installation of a Closed -Circuit Television (CCTV) security camera system at and
within the Waterloo Airport (ALO) terminal building.
The CCTV system will survey exterior entry points to the parking lots and drives, access gates, and the
terminal's building perimeter. The site cameras not mounted on the terminal building will transmit signals
wirelessly. Interior cameras will be strategically placed for viewing key entry and circulation areas of the
terminal as well as ticket counters, security check point, baggage claim, and car rental. The CCTV server
will have the capability to store up to 30 days of camera activity. This CCTV system will be interfaced
with the City of Waterloo Police Department to allow for remote monitoring and viewing of live or
recorded video feeds from the airport.
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 - CCTV
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, (e) 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 - CCTV
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 - CCTV
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 (Install Security System) project,
which consists of the installation of a Closed -Circuit Television (CCTV) security camera system at and
within the Waterloo Airport (ALO) terminal building.
The CCTV system will survey exterior entry points to the parking lots and drives, access gates, and the
terminal's building perimeter. The site cameras not mounted on the terminal building will transmit signals
wirelessly. Interior cameras will be strategically placed for viewing key entry and circulation areas of the
terminal as well as ticket counters, security check point, baggage claim, and car rental. The CCTV server
will have the capability to store up to 30 days of camera activity. This CCTV system will be interfaced
with the City of Waterloo Police Department to allow for remote monitoring and viewing of live or
recorded video feeds from the airport.
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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
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.
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.
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
FAA AIP 3-19-0094-054 (CARES DEV)
G-9 Improve Terminal Building - CCTV
Part I - General Contract Provisions Waterloo Regional Airport - 60675091
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.
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.
FAA AIP 3-19-0094-054 (CARES DEV)
G-10 Improve Terminal Building - CCTV
Part I - General Contract Provisions Waterloo Regional Airport - 60675091
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.
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.
FAA AIP 3-19-0094-054 (CARES DEV)
G-11 Improve Terminal Building - CCTV
Part I - General Contract Provisions Waterloo Regional Airport - 60675091
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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
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 Department 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 - CCTV
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 - CCTV
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 twi ce 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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
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 - CCTV
Special Provisions Waterloo Regional Airport - 60675091
This Page Left Blank Intentionally
PART 2
FEDERAL CONTRACT PROVISIONS
FOR CONSTRUCTION AND
EQUIPMENT PROJECTS
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 26 05 19
LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Building wires and cables rated 600 V and less.
2. Connectors, splices, and terminations rated 600 V and less.
B. Related Requirements:
1. Section 260523 "Control -Voltage Electrical Power Cables" for control systems
communications cables and Classes 1, 2 and 3 control cables.
2. Section 271500 "Communications Horizontal Cabling" for cabling used for voice and
data circuits.
1.2 ACTION SUBMITTALS
A. Product Data: For each type of product.
1.3 INFORMATIONAL SUBMITTALS
A. Field quality -control reports.
PART 2 - PRODUCTS
2.1 CONDUCTORS AND CABLES
A. Copper Conductors: Comply with NEMA WC 70/ICEA S-95-658.
B. Conductor Insulation: Comply with NEMA WC 70/ICEA S-95-658 for Type THHN-2-
THWN-2 and Type SO.
2.2 CONNECTORS AND SPLICES
A. Description: Factory -fabricated connectors and splices of size, ampacity rating, material, type,
and class for application and service indicated.
FAA 3-19-0094-054 (CARES DEV)
26 05 19-1 Improve Terminal Building
Low -Voltage Electrical Power Conductors and Cables Waterloo Regional Airport - 60675091
2.3 SYSTEM DESCRIPTION
A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70,
by a qualified testing agency, and marked for intended location and application.
B. Comply with NFPA 70.
PART 3 - EXECUTION
3.1 CONDUCTOR MATERIAL APPLICATIONS
A. Branch Circuits: Copper. Solid for No. 10 AWG and smaller; stranded for No. 8 AWG and
larger.
3.2 CONDUCTOR INSULATION AND MULTICONDUCTOR CABLE APPLICATIONS AND
WIRING METHODS
A. Exposed Feeders: Type THHN-2-THWN-2, single conductors in raceway.
B. Feeders Concealed in Ceilings, Walls, Partitions, and Crawlspaces: Type THHN-2-THWN-2,
single conductors in raceway.
C. Exposed Branch Circuits, Including in Crawlspaces: Type THHN-2-THWN-2, single
conductors in raceway.
3.3 INSTALLATION OF CONDUCTORS AND CABLES
A. Conceal cables in finished walls, ceilings, and floors unless otherwise indicated.
B. Complete raceway installation between conductor and cable termination points according to
Section 260533 "Raceways and Boxes for Electrical Systems" prior to pulling conductors and
cables.
C. Use manufacturer -approved pulling compound or lubricant where necessary; compound used
must not deteriorate conductor or insulation. Do not exceed manufacturer's recommended
maximum pulling tensions and sidewall pressure values.
D. Use pulling means, including fish tape, cable, rope, and basket -weave wire/cable grips, that will
not damage cables or raceway.
E. Install exposed cables parallel and perpendicular to surfaces of exposed structural members, and
follow surface contours where possible.
F. Support cables according to Section 260529 "Hangers and Supports for Electrical Systems."
FAA 3-19-0094-054 (CARES DEV)
26 05 19-2 Improve Terminal Building
Low -Voltage Electrical Power Conductors and Cables Waterloo Regional Airport - 60675091
3.4 CONNECTIONS
A. Tighten electrical connectors and terminals according to manufacturer's published torque -
tightening values. If manufacturer's torque values are not indicated, use those specified in
UL 486A-486B.
B. Make splices, terminations, and taps that are compatible with conductor material and that
possess equivalent or better mechanical strength and insulation ratings than unspliced
conductors.
C. Wiring at Outlets: Install conductor at each outlet, with at least 6 inches (150 mm) of slack.
3.5 IDENTIFICATION
A. Identify and color -code conductors and cables according to Section 260553 "Identification for
Electrical Systems."
3.6 FIRESTOPPING
A. Apply firestopping to electrical penetrations of fire -rated floor and wall assemblies to restore
original fire -resistance rating of assembly.
3.7 FIELD QUALITY CONTROL
A. Perform the following tests and inspections:
1. After installing conductors and cables and before electrical circuitry has been energized,
test service entrance and feeder conductors for compliance with requirements.
2. Perform each visual and mechanical inspection and electrical test stated in NETA
Acceptance Testing Specification. Certify compliance with test parameters.
B. Test and Inspection Reports: Prepare a written report to record the following:
1. Procedures used.
2. Results that comply with requirements.
3. Results that do not comply with requirements and corrective action taken to achieve
compliance with requirements.
C. Cables will be considered defective if they do not pass tests and inspections.
END OF SECTION 26 05 19
FAA 3-19-0094-054 (CARES DEV)
26 05 19-3 Improve Terminal Building
Low -Voltage Electrical Power Conductors and Cables Waterloo Regional Airport - 60675091
This Page Left Blank Intentionally
SECTION 26 05 23
CONTROL -VOLTAGE ELECTRICAL POWER CABLES
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. UTP cabling.
2. RS-485 cabling.
3. Low -voltage control cabling.
4. Control -circuit conductors.
5. Identification products.
1.2 ACTION SUBMITTALS
A. Product Data: For each type of product.
1.3 INFORMATIONAL SUBMITTALS
A. Source quality -control reports.
B. Field quality -control reports.
PART 2 - PRODUCTS
2.1 SYSTEM DESCRIPTION
A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70,
by a qualified testing agency, and marked for intended location and application.
2.2 PERFORMANCE REQUIREMENTS
A. Flame Travel and Smoke Density in Plenums: As determined by testing identical products
according to NFPA 262 by a qualified testing agency. Identify products for installation in
plenums with appropriate markings of applicable testing agency.
1. Flame Travel Distance: 60 inches (1520 mm) or less.
2. Peak Optical Smoke Density: 0.5 or less.
3. Average Optical Smoke Density: 0.15 or less.
B. Flame Travel and Smoke Density for Riser Cables in Non -Plenum Building Spaces: As
determined by testing identical products according to UL 1666.
FAA 3-19-0094-054 (CARES DEV) Improve Terminal Building
Control -Voltage Electrical Power Cables 26 05 23-1 Waterloo Regional Airport - 60675091
C. Flame Travel and Smoke Density for Cables in Non -Riser Applications and Non -Plenum
Building Spaces: As determined by testing identical products according to UL 1685.
2.3 BACKBOARDS
A. Description: Plywood, fire -retardant treated, 3/4 by 48 by 96 inches (19 by 1220 by 2440 mm).
Comply with requirements for plywood backing panels in Section 061000 "Rough Carpentry."
B. Painting: Paint plywood on all sides and edges to match walls. Do not paint over the fire rating
certification stamp on the plywood. Comply with requirements in Section 099123 "Interior
Painting."
2.4 OPTICAL -FIBER CABLE
A. Manufacturers: Subject to compliance with requirements, available manufacturers offering
products that may be incorporated into the Work include, but are not limited to, the following:
1. Belden Inc.
2. CommScope, Inc.
3. Corning Incorporated.
4. Emerson Connectivity Solutions.
5. General Cable Technologies Corporation.
6. Mohawk; a division of Belden Inc.
7. Nexans; Berk-Tek Products.
8. Siemon Company (The).
9. Superior Essex Inc.
10. SYSTIMAX Solutions; a CommScope, Inc. brand.
11. 3M.
12. Tyco Electronics/AMP Netconnect; Tyco International Ltd.
B. Description: Multimode, 62.5/125-micrometer, 24-fiber, nonconductive, tight -buffer, optical -
fiber cable.
1. Comply with ICEA S-83-596 for mechanical properties.
2. Comply with TIA-568-C.3 for performance specifications.
3. Comply with TIA-492AAAA for detailed specifications.
4. Listed and labeled by an NRTL acceptable to authorities having jurisdiction as complying
with UL 444, UL 1651, and NFPA 70 for the following types:
a. Riser Rated, Nonconductive: Type OFNP or Type OFNR in listed riser or plenum
communications raceway.
5. Maximum Attenuation: 3.5 dB/km at 850 nm; 1.5 dB/km at 1300 nm.
6. Minimum Modal Bandwidth: 160 MHz -km at 850 nm; 500 MHz -km at 1300 nm.
C. Jacket:
1. Jacket Color: Orange for 62.5/125-micrometer cable.
2. Cable cordage jacket, fiber, unit, and group color shall be according to TIA-598-C.
FAA 3-19-0094-054 (CARES DEV) Improve Terminal Building
Control -Voltage Electrical Power Cables 26 05 23-2 Waterloo Regional Airport - 60675091
3. Imprinted with fiber count, fiber type, and aggregate length at regular intervals not to
exceed 40 inches (1000 mm).
2.5 UTP CABLE
A. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1. ADC.
2. Alpha Wire Company; a division of Belden Inc.
3. Belden Inc.
4. CommScope, Inc.
5. Draka Cableteq USA.
6. Genesis Cable Products; Honeywell International, Inc.
7. Mohawk; a division of Belden Inc.
8. Nexans; Berk-Tek Products.
9. Siemon Company (The).
10. Superior Essex Inc.
11. SYSTIMAX Solutions; a CommScope, Inc. brand.
12. 3M.
13. Tyco Electronics/AMP Netconnect; Tyco International Ltd.
B. Description: 100-ohm, four -pair UTP, 25-pair UTP covered with a thermoplastic jacket.
1. Comply with ICEA S-102-700 for mechanical properties of Category 6A cables.
2. Comply with TIA-568-C.1 for performance specifications.
3. Comply with TIA-568-C.2, Category 6A
4. Listed and labeled by an NRTL acceptable to authorities having jurisdiction as complying
with NEMA WC 66, NFPA 70 for the following types:
a. Communications, Plenum Rated: Type CMP complying with UL 1685.
b. Communications, General Purpose: Type CM, Type CMG, Type CMP,
Type CMR, or Type CMX in metallic conduit installed per NFPA 70.
2.6 UTP CABLE HARDWARE
A. Manufacturers: Subject to compliance with requirements, provide products by the following:
1. ADC.
2. American Technology Systems Industries, Inc.
3. Belden Inc.
4. Dynacom Inc.
5. Hubbell Incorporated.
6. Leviton Commercial Networks Division.
7. Molex Premise Networks; a division of Molex, Inc.
8. Panduit Corp.
9. Siemon Company (The).
10. Tyco Electronics/AMP Netconnect; Tyco International Ltd.
FAA 3-19-0094-054 (CARES DEV) Improve Terminal Building
Control -Voltage Electrical Power Cables 26 05 23-3 Waterloo Regional Airport - 60675091
B. General Requirements for Cable Connecting Hardware: Comply with TIA/EIA-568-C.2, IDC
type, with modules designed for punch -down caps or tools. Cables shall be terminated with
connecting hardware of same category or higher.
C. Patch Panel: Modular panels housing multiple -numbered jack units with IDC-type connectors
at each jack for permanent termination of pair groups of installed cables.
D. Jacks and Jack Assemblies: 100-ohm, balanced, twisted -pair connector; four -pair, eight -
position modular. Comply with TIA/EIA-568-C.1.
E. Patch Cords: Factory -made, four -pair cables in 36-inch (900-mm) lengths; terminated with
eight -position modular plug at each end.
1. Patch cords shall have bend -relief -compliant boots and color -coded icons to ensure
Category 6A performance. Patch cords shall have latch guards to protect against
snagging.
2. Patch cords shall have color -coded boots for circuit identification.
2.7 LOW -VOLTAGE CONTROL CABLE
A. Plenum -Rated, Paired Cable: NFPA 70, Type CMP.
1. One pair, twisted, No. 16 AWG, stranded (19)(29) tinned -copper conductors.
2. PVC insulation.
3. Unshielded.
4. PVC jacket.
5. Flame Resistance: Comply with NFPA 262.
2.8 CONTROL -CIRCUIT CONDUCTORS
A. Class 1 Control Circuits: Stranded copper, Type THHN-2-THWN-2, in raceway, complying
with UL 44.
B. Class 2 Control Circuits: Stranded copper, Type THHN-2-THWN-2, in raceway, complying
with UL 44.
C. Class 3 Remote -Control and Signal Circuits: Stranded copper, Type THHN-2-THWN-2, in
raceway, complying with UL 44.
2.9 SOURCE QUALITY CONTROL
A. Factory test UTP cables according to TIA-568-C.2.
B. Cable will be considered defective if it does not pass tests and inspections.
C. Prepare test and inspection reports.
FAA 3-19-0094-054 (CARES DEV) Improve Terminal Building
Control -Voltage Electrical Power Cables 26 05 23-4 Waterloo Regional Airport - 60675091
PART 3 - EXECUTION
3.1 EXAMINATION
A. Test cables on receipt at Project site.
1. Test each pair of UTP cable for open and short circuits.
3.2 INSTALLATION OF RACEWAYS AND BOXES
A. Comply with requirements in Section 260533 "Raceways and Boxes for Electrical Systems" for
raceway selection and installation requirements for boxes, conduits, and wireways as
supplemented or modified in this Section.
1. Outlet boxes shall be no smaller than 2 inches (50 mm) wide, 3 inches (75 mm) high, and
2-1/2 inches (64 mm) deep.
2. Flexible metal conduit shall not be used.
B. Comply with TIA-569-B for pull -box sizing and length of conduit and number of bends
between pull points.
C. Install manufactured conduit sweeps and long -radius elbows if possible.
3.3 INSTALLATION OF CONDUCTORS AND CABLES
A. Comply with NECA 1 and NFPA 70.
B. General Requirements for Cabling:
1. Comply with TIA-568-C Series of standards.
2. Comply with BICSI ITSIMM, Ch. 5, "Copper Structured Cabling Systems" and Ch. 6,
"Optical Fiber Structured Cabling Systems."
3. Terminate all conductors and optical fibers; no cable shall contain unterminated elements.
Make terminations only at indicated outlets, terminals, and patch panels.
4. Cables may not be spliced.
5. Secure and support cables at intervals not exceeding 30 inches (760 mm) and not more
than 6 inches (150 mm) from cabinets, boxes, fittings, outlets, racks, frames, and
terminals
6. Bundle, lace, and train conductors to terminal points without exceeding manufacturer's
limitations on bending radii, but not less than radii specified in BICSI ITSIMM, Ch. 5,
"Copper Structured Cabling Systems" and Ch. 6, "Optical Fiber Structured Cabling
Systems." Install lacing bars and distribution spools.
7. Do not install bruised, kinked, scored, deformed, or abraded cable. Do not splice cable
between termination, tap, or junction points. Remove and discard cable if damaged
during installation and replace it with new cable.
8. Cold -Weather Installation: Bring cable to room temperature before dereeling. Do not
use heat lamps for heating.
FAA 3-19-0094-054 (CARES DEV) Improve Terminal Building
Control -Voltage Electrical Power Cables 26 05 23-5 Waterloo Regional Airport - 60675091
9. Pulling Cable: Comply with BICSI ITSIMM, Ch. 5, "Copper Structured Cabling
Systems" and Ch. 6, "Optical Fiber Structured Cabling Systems." Monitor cable pull
tensions.
10. Support: Do not allow cables to lie on removable ceiling tiles.
11. Secure: Fasten securely in place with hardware specifically designed and installed so as
to not damage cables.
C. UTP Cable Installation:
1. Comply with TIA-568-C.2.
2. Install termination hardware as specified in Section 271500 "Communications Horizontal
Cabling" unless otherwise indicated.
3. Do not untwist UTP cables more than 1/2 inch (12 mm) at the point of termination to
maintain cable geometry.
D. Open -Cable Installation:
1. Install cabling with horizontal and vertical cable guides in telecommunications spaces
with terminating hardware and interconnection equipment.
2. Suspend copper cable not in a wireway or pathway a minimum of 8 inches (200 mm)
above ceilings by cable supports not more than 30 inches (760 mm) apart.
3. Cable shall not be run through or on structural members or in contact with pipes, ducts, or
other potentially damaging items. Do not run cables between structural members and
corrugated panels.
E. Separation from EMI Sources:
1. Comply with BICSI TDMM and TIA-569-B recommendations for separating unshielded
copper voice and data communications cable from potential EMI sources including
electrical power lines and equipment.
3.4 CONTROL -CIRCUIT CONDUCTORS
A. Minimum Conductor Sizes:
1. Class 1 remote -control and signal circuits; No 14 AWG.
2. Class 2 low -energy, remote -control, and signal circuits; No. 16 AWG.
3. Class 3 low -energy, remote -control, alarm, and signal circuits; No 12 AWG.
3.5 FIRESTOPPING
A. Comply with requirements in Section 078413 "Penetration Firestopping."
B. Comply with TIA-569-B, Annex A, "Firestopping."
C. Comply with BICSI TDMM, "Firestopping" Chapter.
FAA 3-19-0094-054 (CARES DEV) Improve Terminal Building
Control -Voltage Electrical Power Cables 26 05 23-6 Waterloo Regional Airport - 60675091
3.6 GROUNDING
A. For data communication wiring, comply with ANSI-J-STD-607-A and with BICSI TDMM,
"Bonding and Grounding (Earthing)" Chapter.
B. For low -voltage control wiring and cabling, comply with requirements in Section 260526
"Grounding and Bonding for Electrical Systems."
3.7 IDENTIFICATION
A. Comply with requirements for identification specified in Section 260553 "Identification for
Electrical Systems."
B. Identify data and communications system components, wiring, and cabling according to TIA-
606-A; label printers shall use label stocks, laminating adhesives, and inks complying with
UL 969.
3.8 FIELD QUALITY CONTROL
A. Perform the following tests and inspections:
1. Visually inspect UTP and optical -fiber cable jacket materials for UL or third -party
certification markings. Inspect cabling terminations to confirm color -coding for pin
assignments and inspect cabling connections to confirm compliance with TIA-568-C.1.
2. Visually inspect cable placement, cable termination, grounding and bonding, equipment
and patch cords, and labeling of all components.
3. Test UTP cabling for direct -current loop resistance, shorts, opens, intermittent faults, and
polarity between conductors. Test operation of shorting bars in connection blocks. Test
cables after termination but not after cross -connection.
a. Test instruments shall meet or exceed applicable requirements in TIA-568-C.2.
Perform tests with a tester that complies with performance requirements in "Test
Instruments (Normative)" Annex, complying with measurement accuracy specified
in "Measurement Accuracy (Informative)" Annex. Use only test cords and
adapters that are qualified by test equipment manufacturer for channel or link test
configuration.
B. Document data for each measurement. Print data for submittals in a summary report that is
formatted using Table 10.1 in BICSI TDMM as a guide or transfer the data from the instrument
to the computer, save as text files, print, and submit.
C. End -to -end cabling will be considered defective if it does not pass tests and inspections.
D. Prepare test and inspection reports.
END OF SECTION 26 05 23
FAA 3-19-0094-054 (CARES DEV) Improve Terminal Building
Control -Voltage Electrical Power Cables 26 05 23-7 Waterloo Regional Airport - 60675091
This Page Left Blank Intentionally
SECTION 26 05 29
HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS
PART 1 - GENERAL
1.1 SUMMARY
A. Section includes:
1. Hangers and supports for electrical equipment and systems.
1.2 PERFORMANCE REQUIREMENTS
A. Delegated Design: Design supports for multiple raceways, including comprehensive
engineering analysis by a qualified professional engineer, using performance requirements and
design criteria indicated.
B. Design supports for multiple raceways capable of supporting combined weight of supported
systems and its contents.
C. Design equipment supports capable of supporting combined operating weight of supported
equipment and connected systems and components.
D. Rated Strength: Adequate in tension, shear, and pullout force to resist maximum loads
calculated or imposed for this Project, with a minimum structural safety factor of five times the
applied force.
1.3 ACTION SUBMITTALS
A. Product Data: For steel slotted support systems.
B. Shop Drawings: Show fabrication and installation details and include calculations for the
following:
1. Trapeze hangers. Include Product Data for components.
2. Steel slotted channel systems. Include Product Data for components.
3. Equipment supports.
1.4 INFORMATIONAL SUBMITTALS
A. Welding certificates.
1.5 QUALITY ASSURANCE
A. Welding: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural
Welding Code - Steel."
FAA 3-19-0094-054 (CARES DEV)
26 05 29-1 Improve Terminal Building
Hangers and Supports for Electrical Systems Waterloo Regional Airport - 60675091
B. Comply with NFPA 70.
PART 2 - PRODUCTS
2.1 SUPPORT, ANCHORAGE, AND ATTACHMENT COMPONENTS
A. Steel Slotted Support Systems: Comply with MFMA-4, factory -fabricated components for field
assembly.
1. Available Manufacturers: Subject to compliance with requirements, manufacturers
offering products that may be incorporated into the Work include, but are not limited to,
the following:
a. Allied Tube & Conduit.
b. Cooper B-Line, Inc.; a division of Cooper Industries.
c. ERICO International Corporation.
d. GS Metals Corp.
e. Thomas & Betts Corporation.
f. Unistrut; Tyco International, Ltd.
g. Wesanco, Inc.
2. Metallic Coatings: Hot -dip galvanized after fabrication and applied according to
MFMA-4.
3. Nonmetallic Coatings: Manufacturer's standard PVC, polyurethane, or polyester coating
applied according to MFMA-4.
4. Painted Coatings: Manufacturer's standard painted coating applied according to MFMA-
4.
5. Channel Dimensions: Selected for applicable load criteria.
B. Raceway and Cable Supports: As described in NECA 1 and NECA 101.
C. Conduit and Cable Support Devices: Steel hangers, clamps, and associated fittings, designed
for types and sizes of raceway or cable to be supported.
D. Support for Conductors in Vertical Conduit: Factory -fabricated assembly consisting of
threaded body and insulating wedging plug or plugs for non -armored electrical conductors or
cables in riser conduits. Plugs shall have number, size, and shape of conductor gripping pieces
as required to suit individual conductors or cables supported. Body shall be malleable iron.
E. Structural Steel for Fabricated Supports and Restraints: ASTM A 36/A 36M, steel plates,
shapes, and bars; black and galvanized.
F. Mounting, Anchoring, and Attachment Components: Items for fastening electrical items or
their supports to building surfaces include the following:
1. Powder -Actuated Fasteners: Threaded -steel stud, for use in hardened Portland cement
concrete, steel, or wood, with tension, shear, and pullout capacities appropriate for
supported loads and building materials where used.
FAA 3-19-0094-054 (CARES DEV)
26 05 29-2 Improve Terminal Building
Hangers and Supports for Electrical Systems Waterloo Regional Airport - 60675091
a. Available Manufacturers: Subject to compliance with requirements, manufacturers
offering products that may be incorporated into the Work include, but are not
limited to, the following:
1) Hilti Inc.
2) ITW Ramset/Red Head; a division of Illinois Tool Works, Inc.
3) MKT Fastening, LLC.
4) Simpson Strong -Tie Co., Inc.; Masterset Fastening Systems Unit.
2. Mechanical -Expansion Anchors: Insert -wedge -type, zinc -coated steel, for use in
hardened Portland cement concrete with tension, shear, and pullout capacities appropriate
for supported loads and building materials in which used.
a. Available Manufacturers: Subject to compliance with requirements, manufacturers
offering products that may be incorporated into the Work include, but are not
limited to, the following:
1) Cooper B-Line, Inc.; a division of Cooper Industries.
2) Empire Tool and Manufacturing Co., Inc.
3) Hilti Inc.
4) ITW Ramset/Red Head; a division of Illinois Tool Works, Inc.
5) MKT Fastening, LLC.
3. Concrete Inserts: Steel or malleable -iron, slotted support system units similar to MSS
Type 18; complying with MFMA-4 or MSS SP-58.
4. Clamps for Attachment to Steel Structural Elements: MSS SP-58, type suitable for
attached structural element.
5. Through Bolts: Structural type, hex head, and high strength. Comply with
ASTM A 325.
6. Toggle Bolts: All -steel springhead type.
7. Hanger Rods: Threaded steel.
2.2 FABRICATED METAL EQUIPMENT SUPPORT ASSEMBLIES
A. Description: Welded or bolted, structural -steel shapes, shop or field fabricated to fit dimensions
of supported equipment.
B. Materials: Comply with requirements in Section 055000 "Metal Fabrications" for steel shapes
and plates.
PART 3 - EXECUTION
3.1 APPLICATION
A. Comply with NECA 1 and NECA 101 for application of hangers and supports for electrical
equipment and systems except if requirements in this Section are stricter.
FAA 3-19-0094-054 (CARES DEV)
26 05 29-3 Improve Terminal Building
Hangers and Supports for Electrical Systems Waterloo Regional Airport - 60675091
B. Maximum Support Spacing and Minimum Hanger Rod Size for Raceway: Space supports for
EMT, IMC, and RMC as required by NFPA 70. Minimum rod size shall be 1/4 inch (6 mm) in
diameter.
C. Multiple Raceways or Cables: Install trapeze -type supports fabricated with steel slotted support
system, sized so capacity can be increased by at least 25 percent in future without exceeding
specified design load limits.
1. Secure raceways and cables to these supports with single -bolt conduit clamps.
D. Spring -steel clamps designed for supporting single conduits without bolts may be used for 1-
1/2-inch (38-mm) and smaller raceways serving branch circuits and communication systems
above suspended ceilings and for fastening raceways to trapeze supports.
3.2 SUPPORT INSTALLATION
A. Comply with NECA 1 and NECA 101 for installation requirements except as specified in this
Article.
B. Raceway Support Methods: In addition to methods described in NECA 1, EMT, IMC, and
RMC may be supported by openings through structure members, as permitted in NFPA 70.
C. Strength of Support Assemblies: Where not indicated, select sizes of components so strength
will be adequate to carry present and future static loads within specified loading limits.
Minimum static design load used for strength determination shall be weight of supported
components plus 2001b (90 kg).
D. Mounting and Anchorage of Surface -Mounted Equipment and Components: Anchor and fasten
electrical items and their supports to building structural elements by the following methods
unless otherwise indicated by code:
1. To Wood: Fasten with lag screws or through bolts.
2. To New Concrete: Bolt to concrete inserts.
3. To Masonry: Approved toggle -type bolts on hollow masonry units and expansion anchor
fasteners on solid masonry units.
4. To Existing Concrete: Expansion anchor fasteners.
5. Instead of expansion anchors, powder -actuated driven threaded studs provided with lock
washers and nuts may be used in existing standard -weight concrete 4 inches (100 mm)
thick or greater. Do not use for anchorage to lightweight -aggregate concrete or for slabs
less than 4 inches (100 mm) thick.
6. To Steel: Beam clamps (MSS Type 19, 21, 23, 25, or 27) complying with MSS SP-69
Spring -tension clamps.
7. To Light Steel: Sheet metal screws.
8. Items Mounted on Hollow Walls and Nonstructural Building Surfaces: Mount cabinets,
panelboards, disconnect switches, control enclosures, pull and junction boxes,
transformers, and other devices on slotted -channel racks attached to substrate.
E. Drill holes for expansion anchors in concrete at locations and to depths that avoid reinforcing
bars.
FAA 3-19-0094-054 (CARES DEV)
26 05 29-4 Improve Terminal Building
Hangers and Supports for Electrical Systems Waterloo Regional Airport - 60675091
3.3 INSTALLATION OF FABRICATED METAL SUPPORTS
A. Comply with installation requirements in Section 055000 "Metal Fabrications" for site -
fabricated metal supports.
B. Cut, fit, and place miscellaneous metal supports accurately in location, alignment, and elevation
to support and anchor electrical materials and equipment.
C. Field Welding: Comply with AWS D1.1/D1.1M.
3.4 PAINTING
A. Touchup: Comply with requirements in Section 099123 "Interior Painting" for cleaning and
touchup painting of field welds, bolted connections, and abraded areas of shop paint on
miscellaneous metal.
B. Galvanized Surfaces: Clean welds, bolted connections, and abraded areas and apply
galvanizing -repair paint to comply with ASTM A 780.
END OF SECTION 26 05 29
FAA 3-19-0094-054 (CARES DEV)
26 05 29-5 Improve Terminal Building
Hangers and Supports for Electrical Systems Waterloo Regional Airport - 60675091
This Page Left Blank Intentionally
SECTION 26 05 33
RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Metal conduits, tubing, and fittings.
2. Boxes, enclosures, and cabinets.
1.2 ACTION SUBMITTALS
A. Product Data: For surface raceways, wireways and fittings, hinged -cover enclosures, and
cabinets.
B. Shop Drawings: For custom enclosures and cabinets. Include plans, elevations, sections, and
attachment details.
PART 2 - PRODUCTS
2.1 METAL CONDUITS, TUBING, AND FITTINGS
A. Listing and Labeling: Metal conduits, tubing, and fittings shall be listed and labeled as defined
in NFPA 70, by a qualified testing agency, and marked for intended location and application.
B. GRC: Comply with ANSI C80.1 and UL 6.
C. IMC: Comply with ANSI C80.6 and UL 1242.
D. PVC -Coated Steel Conduit: PVC -coated rigid steel conduit and IMC.
1. Comply with NEMA RN 1.
2. Coating Thickness: 0.040 inch (1 mm), minimum.
E. EMT: Comply with ANSI C80.3 and UL 797.
F. FMC: Comply with UL 1; zinc -coated steel.
G. LFMC: Flexible steel conduit with PVC jacket and complying with UL 360.
H. Fittings for Metal Conduit: Comply with NEMA FB 1 and UL 514B.
1. Fittings for EMT:
a. Material: Steel.
FAA 3-19-0094-054 (CARES DEV)
26 05 33-1 Improve Terminal Building
Raceways and Boxes for Electrical Systems Waterloo Regional Airport - 60675091
b. Type: compression.
2. Expansion Fittings: PVC or steel to match conduit type, complying with UL 651, rated
for environmental conditions where installed, and including flexible external bonding
jumper.
3. Coating for Fittings for PVC -Coated Conduit: Minimum thickness of 0.040 inch (1 mm),
with overlapping sleeves protecting threaded joints.
I. Joint Compound for IMC, GRC: Approved, as defined in NFPA 70, by authorities having
jurisdiction for use in conduit assemblies, and compounded for use to lubricate and protect
threaded conduit joints from corrosion and to enhance their conductivity.
2.2 BOXES, ENCLOSURES, AND CABINETS
A. General Requirements for Boxes, Enclosures, and Cabinets: Boxes, enclosures, and cabinets
installed in wet locations shall be listed for use in wet locations.
B. Sheet Metal Outlet and Device Boxes: Comply with NEMA OS 1 and UL 514A.
C. Cast -Metal Outlet and Device Boxes: Comply with NEMA FB 1, ferrous alloy, Type FD, with
gasketed cover.
D. Small Sheet Metal Pull and Junction Boxes: NEMA OS 1.
E. Cast -Metal Access, Pull, and Junction Boxes: Comply with NEMA FB 1 and UL 1773,
galvanized, cast iron with gasketed cover.
F. Box extensions used to accommodate new building finishes shall be of same material as
recessed box.
G. Device Box Dimensions: 4 inches square by 2-1/8 inches deep (100 mm square by 60 mm
deep).
H. Gangable boxes are allowed.
I. Hinged -Cover Enclosures: Comply with UL 50 and NEMA 250, Type 1, Type 3R, Type 4 and
Type 12 with continuous -hinge cover with flush latch unless otherwise indicated.
1. Metal Enclosures: Steel, finished inside and out with manufacturer's standard enamel.
2. Interior Panels: Steel; all sides finished with manufacturer's standard enamel.
J. Cabinets:
1. NEMA 250, Type 1, Type 3R, Type 4 and Type 12 galvanized -steel box with removable
interior panel and removable front, finished inside and out with manufacturer's standard
enamel.
2. Hinged door in front cover with flush latch and concealed hinge.
3. Key latch to match panelboards.
4. Metal barriers to separate wiring of different systems and voltage.
5. Accessory feet where required for freestanding equipment.
FAA 3-19-0094-054 (CARES DEV)
26 05 33-2 Improve Terminal Building
Raceways and Boxes for Electrical Systems Waterloo Regional Airport - 60675091
PART 3 - EXECUTION
3.1 RACEWAY APPLICATION
A. Outdoors: Apply raceway products as specified below unless otherwise indicated:
1. Exposed Conduit: GRC or IMC.
2. Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic,
Electric Solenoid, or Motor -Driven Equipment): LFMC.
3. Boxes and Enclosures, Aboveground: NEMA 250, Type 3R.
B. Indoors:
1. Exposed, Not Subject to Physical Damage: EMT.
2. Concealed in Ceilings and Interior Walls and Partitions: EMT.
3. Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic,
Electric Solenoid, or Motor -Driven Equipment): FMC, except use LFMC in damp or wet
locations.
4. Damp or Wet Locations: GRC or IMC.
5. Boxes and Enclosures: NEMA 250, Type 1 in dry areas, NEMA 4 in Damp or Wet areas.
C. Minimum Raceway Size: 1/2-inch (16-mm) trade size.
D. Raceway Fittings: Compatible with raceways and suitable for use and location.
1. Rigid and Intermediate Steel and Aluminum Conduit: Use threaded rigid steel conduit
fittings for GRC and IMC unless otherwise indicated. Comply with NEMA FB 2.10.
2. PVC Externally Coated, Rigid Steel Conduits: Use only fittings listed for use with this
type of conduit. Patch and seal all joints, nicks, and scrapes in PVC coating after
installing conduits and fittings. Use sealant recommended by fitting manufacturer and
apply in thickness and number of coats recommended by manufacturer.
3. EMT: Use compression, steel fittings. Comply with NEMA FB 2.10.
4. Flexible Conduit: Use only fittings listed for use with flexible conduit. Comply with
NEMA FB 2.20.
E. Do not install aluminum conduits, boxes, or fittings.
F. Conceal conduit as much as possible within walls and above ceilings.
3.2 INSTALLATION
A. Comply with NECA 1 and NECA 101 for installation requirements except where requirements
on Drawings or in this article are stricter. Comply with NECA 102 for aluminum conduits.
Comply with NFPA 70 limitations for types of raceways allowed in specific occupancies and
number of floors.
B. Keep raceways at least 6 inches (150 mm) away from parallel runs of flues and steam or hot-
water pipes. Install horizontal raceway runs above water and steam piping.
FAA 3-19-0094-054 (CARES DEV)
26 05 33-3 Improve Terminal Building
Raceways and Boxes for Electrical Systems Waterloo Regional Airport - 60675091
C. Comply with requirements in Section 260529 "Hangers and Supports for Electrical Systems"
for hangers and supports.
D. Arrange stub -ups so curved portions of bends are not visible above finished slab.
E. Install no more than the equivalent of three 90-degree bends in any conduit run except for
control wiring conduits, for which fewer bends are allowed. Support within 12 inches (300
mm) of changes in direction.
F. Conceal conduit and EMT within finished walls, ceilings, and floors unless otherwise indicated.
Install conduits parallel or perpendicular to building lines.
G. Support conduit within 12 inches (300 mm) of enclosures to which attached.
H. Stub -ups to Above Recessed Ceilings:
1. Use EMT, IMC, or RMC for raceways.
2. Use a conduit bushing or insulated fitting to terminate stub -ups not terminated in hubs or
in an enclosure.
I. Threaded Conduit Joints, Exposed to Wet, Damp, Corrosive, or Outdoor Conditions: Apply
listed compound to threads of raceway and fittings before making up joints. Follow compound
manufacturer's written instructions.
J. Coat field -cut threads on PVC -coated raceway with a corrosion -preventing conductive
compound prior to assembly.
K. Raceway Terminations at Locations Subject to Moisture or Vibration: Use insulating bushings
to protect conductors including conductors smaller than No. 4 AWG.
L. Terminate threaded conduits into threaded hubs or with locknuts on inside and outside of boxes
or cabinets. Install bushings on conduits up to 1-1/4-inch (35-mm) trade size and insulated
throat metal bushings on 1-1/2-inch (41-mm) trade size and larger conduits terminated with
locknuts. Install insulated throat metal grounding bushings on service conduits.
M. Install devices to seal raceway interiors at accessible locations. Locate seals so no fittings or
boxes are between the seal and the following changes of environments. Seal the interior of all
raceways at the following points:
1. Where conduits pass from warm to cold locations, such as boundaries of refrigerated
spaces.
2. Where an underground service raceway enters a building or structure.
3. Where otherwise required by NFPA 70.
N. Flexible Conduit Connections: Comply with NEMA RV 3. Use a maximum of 72 inches
(1830 mm) of flexible conduit for recessed and semi -recessed luminaires, equipment subject to
vibration, noise transmission, or movement; and for transformers and motors.
1. Use LFMC in damp or wet locations subject to severe physical damage.
2. Use LFMC in damp or wet locations not subject to severe physical damage.
FAA 3-19-0094-054 (CARES DEV)
26 05 33-4 Improve Terminal Building
Raceways and Boxes for Electrical Systems Waterloo Regional Airport - 60675091
O. Locate boxes so that cover or plate will not span different building finishes.
P. Support boxes of three gangs or more from more than one side by spanning two framing
members or mounting on brackets specifically designed for the purpose.
Q.
Fasten junction and pull boxes to or support from building structure. Do not support boxes by
conduits.
3.3 FIRESTOPPING
A. Install firestopping at penetrations of fire -rated wall assemblies.
3.4 PROTECTION
A. Protect coatings, finishes, and cabinets from damage and deterioration.
1. Repair damage to galvanized finishes with zinc -rich paint recommended by
manufacturer.
2. Repair damage to PVC coatings or paint finishes with matching touchup coating
recommended by manufacturer.
END OF SECTION 26 05 33
FAA 3-19-0094-054 (CARES DEV)
26 05 33-5 Improve Terminal Building
Raceways and Boxes for Electrical Systems Waterloo Regional Airport - 60675091
This Page Left Blank Intentionally
SECTION 26 05 53
IDENTIFICATION FOR ELECTRICAL SYSTEMS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Identification for raceways.
2. Identification of power and control cables.
3. Identification for conductors.
4. Equipment identification labels.
5. Miscellaneous identification products.
1.2 ACTION SUBMITTALS
A. Product Data: For each electrical identification product indicated.
1.3 QUALITY ASSURANCE
A. Comply with ANSI A13.1.
B. Comply with NFPA 70.
C. Comply with 29 CFR 1910.144 and 29 CFR 1910.145.
D. Comply with ANSI Z535.4 for safety signs and labels.
E. Adhesive -attached labeling materials, including label stocks, laminating adhesives, and inks
used by label printers, shall comply with UL 969.
PART 2 - PRODUCTS
2.1 POWER AND CONTROL CABLE IDENTIFICATION MATERIALS
A. Comply with ANSI A13.1 for minimum size of letters for legend and for minimum length of
color field for each raceway and cable size.
B. Self -Adhesive Vinyl Labels: Preprinted, flexible label laminated with a clear, weather- and
chemical -resistant coating and matching wraparound adhesive tape for securing ends of legend
label.
C. Write -On Tags: Polyester tag, 0.010 inch (0.25 mm) thick, with corrosion -resistant grommet
and cable tie for attachment to conductor or cable.
FAA 3-19-0094-054 (CARES DEV)
26 05 53-1 Improve Terminal Building
Identification for Electrical Systems Waterloo Regional Airport - 60675091
1. Marker for Tags: Permanent, waterproof, black ink marker recommended by tag
manufacturer.
2. Marker for Tags: Machine -printed, permanent, waterproof, black ink marker
recommended by printer manufacturer.
2.2 CONDUCTOR IDENTIFICATION MATERIALS
A. Color -Coding Conductor Tape: Colored, self-adhesive vinyl tape not less than 3 mils (0.08
mm) thick by 1 to 2 inches (25 to 50 mm) wide.
B. Marker Tapes: Vinyl or vinyl -cloth, self-adhesive wraparound type, with circuit identification
legend machine printed by thermal transfer or equivalent process.
2.3 FLOOR MARKING TAPE
A. 2-inch- (50-mm-) wide, 5-mil (0.125-mm) pressure -sensitive vinyl tape, with black and white
stripes and clear vinyl overlay.
2.4 WARNING LABELS AND SIGNS
A. Comply with NFPA 70 and 29 CFR 1910.145.
B. Metal -Backed, Butyrate Warning Signs:
1. Weather -resistant, nonfading, preprinted, cellulose -acetate butyrate signs with 0.0396-
inch (1-mm) galvanized -steel backing; and with colors, legend, and size required for
application.
2. 1/4-inch (6.4-mm) grommets in corners for mounting.
3. Nominal size, 10 by 14 inches (250 by 360 mm).
C. Warning label and sign shall include, but are not limited to, the following legends:
1. Multiple Power Source Warning: "DANGER - ELECTRICAL SHOCK HAZARD -
EQUIPMENT HAS MULTIPLE POWER SOURCES."
2. Workspace Clearance Warning: "WARNING - OSHA REGULATION - AREA IN
FRONT OF ELECTRICAL EQUIPMENT MUST BE KEPT CLEAR FOR 36 INCHES
(915 MM)."
2.5 INSTRUCTION SIGNS
A. Engraved, laminated acrylic or melamine plastic, minimum 1/16 inch (1.6 mm) thick for signs
up to 20 sq. inches (129 sq. cm) and 1/8 inch (3.2 mm) thick for larger sizes.
1. Engraved legend with black letters on white face.
2. Punched or drilled for mechanical fasteners.
3. Framed with mitered acrylic molding and arranged for attachment at applicable
equipment.
FAA 3-19-0094-054 (CARES DEV)
26 05 53-2 Improve Terminal Building
Identification for Electrical Systems Waterloo Regional Airport - 60675091
B. Adhesive Film Label: Machine printed, in black, by thermal transfer or equivalent process.
Minimum letter height shall be 3/8 inch (10 mm).
C. Adhesive Film Label with Clear Protective Overlay: Machine printed, in black, by thermal
transfer or equivalent process. Minimum letter height shall be 3/8 inch (10 mm). Overlay shall
provide a weatherproof and UV -resistant seal for label.
2.6 EQUIPMENT IDENTIFICATION LABELS
A. Adhesive Film Label with Clear Protective Overlay: Machine printed, in black, by thermal
transfer or equivalent process. Minimum letter height shall be 3/8 inch (10 mm). Overlay shall
provide a weatherproof and UV -resistant seal for label.
B. Self -Adhesive, Engraved, Laminated Acrylic or Melamine Label: Adhesive backed, with white
letters on a dark -gray background. Minimum letter height shall be 3/8 inch (10 mm).
C. Stenciled Legend: In nonfading, waterproof, black ink or paint. Minimum letter height shall be
1 inch (25 mm).
PART 3 - EXECUTION
3.1 INSTALLATION
A. Location: Install identification materials and devices at locations for most convenient viewing
without interference with operation and maintenance of equipment.
B. Apply identification devices to surfaces that require finish after completing finish work.
C. Self -Adhesive Identification Products: Clean surfaces before application, using materials and
methods recommended by manufacturer of identification device.
D. Attach signs and plastic labels that are not self-adhesive type with mechanical fasteners
appropriate to the location and substrate.
E. Painted Identification: Comply with requirements in painting Sections for surface preparation
and paint application.
3.2 IDENTIFICATION SCHEDULE
A. Accessible Raceways and Cables within Buildings: Identify the covers of each junction and
pull box of the following systems with self-adhesive vinyl labels with the wiring system legend
and system voltage.
B. Power -Circuit Conductor Identification, 600 V or Less: For conductors in vaults, pull and
junction boxes, manholes, and handholes, use color -coding conductor tape to identify the phase.
1. Color -Coding for Phase and Voltage Level Identification, 600 V or Less: Use colors of
branch circuit conductors to match existing color scheme.
FAA 3-19-0094-054 (CARES DEV)
26 05 53-3 Improve Terminal Building
Identification for Electrical Systems Waterloo Regional Airport - 60675091
a. Field -Applied, Color -Coding Conductor Tape: Apply in half -lapped turns for a
minimum distance of 6 inches (150 mm) from terminal points and in boxes where
splices or taps are made. Apply last two turns of tape with no tension to prevent
possible unwinding. Locate bands to avoid obscuring factory cable markings.
C. Auxiliary Electrical Systems Conductor Identification: Identify field -installed alarm, control,
and signal connections.
1. Identify conductors, cables, and terminals in enclosures and at junctions, terminals, and
pull points. Identify by system and circuit designation.
2. Use system of marker tape designations that is uniform and consistent with system used
by manufacturer for factory -installed connections.
3. Provide unique Cat 6a cable jacket color for the provided camera network. Coordinate
color with facility manager prior to ordering (yellow preferred if not already used).
D. Workspace Indication: Install floor marking tape to show working clearances in the direction of
access to live parts. Workspace shall be as required by NFPA 70 and 29 CFR 1926.403 unless
otherwise indicated. Do not install at flush -mounted panelboards and similar equipment in
finished spaces.
E. Warning Labels for Indoor Cabinets, Boxes, and Enclosures for Power and Lighting: Self-
adhesive warning labels.
1. Comply with 29 CFR 1910.145.
2. Identify system voltage with black letters on an orange background.
3. Apply to exterior of door, cover, or other access.
4. For equipment with multiple power or control sources, apply to door or cover of
equipment including, but not limited to, the following:
a. Controls with external control power connections.
F. Operating Instruction Signs: Install instruction signs to facilitate proper operation and
maintenance of electrical systems and items to which they connect. Install instruction signs
with approved legend where instructions are needed for system or equipment operation.
G. Equipment Identification Labels: On each unit of equipment, install unique designation label
that is consistent with wiring diagrams, schedules, and the Operation and Maintenance Manual.
Apply labels to disconnect switches and protection equipment, central or master units, control
panels, control stations, terminal cabinets, and racks of each system. Systems include power,
lighting, control, communication, signal, monitoring, and alarm systems unless equipment is
provided with its own identification.
END OF SECTION 26 05 53
FAA 3-19-0094-054 (CARES DEV)
26 05 53-4 Improve Terminal Building
Identification for Electrical Systems Waterloo Regional Airport - 60675091
SECTION 27 11 00
COMMUNICATIONS EQUIPMENT ROOM FITTINGS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Telecommunications mounting elements.
2. Telecommunications equipment racks and cabinets.
3. Grounding.
1.2 ACTION SUBMITTALS
A. Product Data: For each type of product.
B. Shop Drawings: For communications equipment room fittings. Include plans, elevations,
sections, details, and attachments to other work.
1. Detail equipment assemblies and indicate dimensions, weights, loads, required
clearances, method of field assembly, components, and location and size of each field
connection.
2. Equipment Racks and Cabinets: Include workspace requirements and access for cable
connections.
3. Grounding: Indicate location of grounding bus bar and its mounting detail showing
standoff insulators and wall mounting brackets.
1.3 INFORMATIONAL SUBMITTALS
A. Qualification Data: For Installer, qualified layout technician, installation supervisor, and field
inspector.
PART 2 - PRODUCTS
2.1 EQUIPMENT FRAMES
A. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1. ADC.
2. Belden Inc.
3. Cooper B-Line.
4. Emerson Network Power Connectivity Solutions.
5. Hubbell Premise Wiring.
6. Leviton Commercial Networks Division.
FAA 3-19-0094-054 (CARES DEV)
27 11 00-1 Improve Terminal Building
Communications Equipement Room Fittings Waterloo Regional Airport - 60675091
7. Middle Atlantic Products, Inc.
8. Ortronics, Inc.
9. Panduit Corp.
10. Siemon Co. (The).
11. Tyco Electronics Corporation; AMP Products.
B. General Frame Requirements:
1. Distribution Frames: Freestanding and wall -mounting, modular -steel units designed for
telecommunications terminal support and coordinated with dimensions of units to be
supported.
2. Module Dimension: Width compatible with EL& 310-D standard, 19-inch (480-mm)
panel mounting.
3. Finish: Manufacturer's standard, baked -polyester powder coat.
C. Cable Management for Equipment Frames:
1. Metal, with integral wire retaining fingers.
2. Baked -polyester powder coat finish.
3. Vertical cable management panels shall have front and rear channels, with covers.
4. Provide horizontal crossover cable manager at the top of each relay rack, with a
minimum height of two rack units each.
2.2 POWER STRIPS
A. Power Strips: Comply with UL 1363.
1. Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for
intended location and application.
2. Rack mounting.
3. Six, 20-A, 120-V ac, NEMA WD 6, Configuration 5-20R receptacles.
4. LED indicator lights for power and protection status.
5. LED indicator lights for reverse polarity and open outlet ground.
6. Circuit Breaker and Thermal Fusing: When protection is lost, circuit opens and cannot
be reset.
7. Cord connected with 15-foot (4.5-m) line cord.
8. Rocker -type on/off switch illuminated when in on position.
9. Peak Single -Impulse Surge Current Rating: 33 kA per phase.
10. Protection modes shall be line to neutral, line to ground, and neutral to ground. UL 1449
clamping voltage for all three modes shall be not more than 330 V.
2.3 GROUNDING
A. Telecommunications Main Bus Bar:
1. Connectors: Mechanical type, cast silicon bronze, solderless compression -type wire
terminals, and long -barrel, two -bolt connection to ground bus bar.
2. Ground Bus Bar: Copper, minimum 1/4 inch thick by 4 inches wide (6 mm thick by 100
mm wide) with 9/32-inch (7.14-mm) holes spaced 1-1/8 inches (28 mm) apart.
FAA 3-19-0094-054 (CARES DEV)
27 11 00-2 Improve Terminal Building
Communications Equipement Room Fittings Waterloo Regional Airport - 60675091
3. Stand -Off Insulators: Comply with UL 891 for use in switchboards, 600 V. Lexan or
PVC, impulse tested at 5000 V.
B. Comply with J-STD-607-A.
2.4 LABELING
A. Comply with TIA/EIA-606-A and UL 969 for a system of labeling materials, including label
stocks, laminating adhesives, and inks used by label printers.
PART 3 - EXECUTION
3.1 INSTALLATION
A. Comply with NECA 1.
B. Comply with BICSI TDMM for layout and installation of communications equipment rooms.
C. Bundle, lace, and train conductors and cables to terminal points without exceeding
manufacturer's limitations on bending radii. Insta11 lacing bars and distribution spools.
D. Coordinate layout and installation of communications equipment with Owner's
telecommunications and LAN equipment and service suppliers. Coordinate service entrance
arrangement with local exchange carrier.
1. Meet jointly with telecommunications and LAN equipment suppliers, local exchange
carrier representatives, and Owner to exchange information and agree on details of
equipment arrangements and installation interfaces.
2. Record agreements reached in meetings and distribute them to other participants.
3. Adjust arrangements and locations of distribution frames, cross -connects, and patch
panels in equipment rooms to accommodate and optimize arrangement and space
requirements of telephone switch and LAN equipment.
4. Adjust arrangements and locations of equipment with distribution frames, cross -connects,
and patch panels of cabling systems of other communications, electronic safety and
security, and related systems that share space in the equipment room.
E. Coordinate location of power raceways and receptacles with locations of communications
equipment requiring electrical power to operate.
3.2 FIRESTOPPING
A. Comply with TIA-569-B, Annex A, "Firestopping."
B. Comply with BICSI TDMM, "Firestopping Systems" Article.
FAA 3-19-0094-054 (CARES DEV)
27 11 00-3 Improve Terminal Building
Communications Equipement Room Fittings Waterloo Regional Airport - 60675091
3.3 GROUNDING
A. Install grounding according to BICSI TDMM, "Grounding, Bonding, and Electrical Protection"
Chapter.
B. Comply with J-STD-607-A.
C. Locate grounding bus bar to minimize the length of bonding conductors. Fasten to wall
allowing at least 2-inch (50-mm) clearance behind the grounding bus bar. Connect grounding
bus bar with a minimum No. 4 AWG grounding electrode conductor from grounding bus bar to
suitable electrical building ground.
D. Bond metallic equipment to the grounding bus bar, using not smaller than No. 6 AWG
equipment grounding conductor.
1. Bond the shield of shielded cable to the grounding bus bar in communications rooms and
spaces.
3.4 IDENTIFICATION
A. Identify system components, wiring, and cabling complying with TIA/EIA-606-A. Comply
with requirements in Division 26 Section "Identification for Electrical Systems."
B. Comply with requirements in Division 09 Section "Interior Painting" for painting backboards.
For fire-resistant plywood, do not paint over manufacturer's label.
C. Paint and label colors for equipment identification shall comply with TIA/EIA-606-A for
Class 2 level of administration including optional identification requirements of this standard.
D. Labels shall be preprinted or computer -printed type.
END OF SECTION 27 11 00
FAA 3-19-0094-054 (CARES DEV)
27 11 00-4 Improve Terminal Building
Communications Equipement Room Fittings Waterloo Regional Airport - 60675091
SECTION 28 20 00
VIDEO SURVEILLANCE
PART 1 - GENERAL
1.1 SUMMARY
A. Section includes a video surveillance system consisting of cameras, digital video recorder, data
transmission wiring, and a control station with its associated equipment.
B. Related Requirements:
1. Section 281300 "Access Control System Software and Database Management" to
integrate access control system interface and control.
2. Section 283100 "Intrusion Detection" to integrate video surveillance used for intrusion
detection.
3. Section 283121 "Area and Perimeter Intrusion Detection" to integrate video surveillance
used for intrusion detection.
4. Section 285121 "Detention Monitoring and Control Systems" to integrate video
surveillance with detention monitoring interface and control.
1.2 ACTION SUBMITTALS
A. Product Data: For each type of product indicated. Include dimensions and data on features,
performance, electrical characteristics, ratings, and finishes.
B. Shop Drawings: For video surveillance. Include plans, elevations, sections, details, and
attachments to other work.
1. Detail equipment assemblies and indicate dimensions, weights, loads, required
clearances, method of field assembly, components, and location and size of each field
connection.
2. Functional Block Diagram: Show single -line interconnections between components for
signal transmission and control. Show cable types and sizes.
3. Dimensioned plan and elevations of equipment racks, control panels, and consoles. Show
access and workspace requirements.
4. UPS: Sizing calculations.
5. Wiring Diagrams: For power, signal, and control wiring.
C. Design Data: Include equipment list consisting of every piece of equipment by model number,
manufacturer, serial number, location, and date of original installation.
1.3 CLOSEOUT SUBMITTALS
A. Operation and maintenance data.
B. Salient Camera Licensing certificates.
FAA 3-19-0094-054 (CARES DEV)
28 20 00-1 Improve Terminal Building
Video Surveillance Waterloo Regional Airport - 60675091
C. Salient License 5-year support information.
1.4 PROJECT CONDITIONS
A. Environmental Conditions: Capable of withstanding the following environmental conditions
without mechanical or electrical damage or degradation of operating capability:
1. Control Station: Rated for continuous operation in ambient temperatures of 60 to 85
deg F (16 to 29 deg C) and a relative humidity of 20 to 80 percent, noncondensing.
2. Interior, Uncontrolled Environment: System components installed in non- interior
environments shall be rated for continuous operation in ambient temperatures of 0 to 122
deg F (minus 18 to plus 50 deg C) dry bulb and 20 to 90 percent relative humidity,
noncondensing. Use NEMA 250, NEMA 1 enclosures.
3. Exterior Environment: System components installed in locations exposed to weather shall
be rated for continuous operation in ambient temperatures of minus 30 to plus 122 deg F
(minus 34 to plus 50 deg C) dry bulb and 20 to 90 percent relative humidity, condensing.
Rate for continuous operation when exposed to rain as specified in NEMA 250, winds up
to 85 mph (137 km/h) and snow cover up to 24 inches (610 mm) thick. Use NEMA 250,
Type 4X enclosures.
4. Security Environment: Camera housing for use in high -risk areas where surveillance
equipment may be subject to physical violence.
1.5 WARRANTY & LICENSING
A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or
replace components of cameras, equipment related to camera operation, and control -station
equipment that fail in materials or workmanship within specified warranty period.
1. Warranty Period: Cameras: 2 years from date of Substantial Completion.
2. Warranty Period: Video Server: 5 years from date of Substantial Completion.
B. Licensing: provide 5-year Salient licensing for the system, including all cameras, along with
licensing support for the same period.
PART 2 - PRODUCTS
2.1 SYSTEM REQUIREMENTS
A. Video -signal format shall comply with NTSC standard, composite interlaced video. Composite
video -signal termination shall be 75 ohms.
B. Surge Protection: Protect components from voltage surges entering through power,
communication, signal, control, or sensing leads. Include surge protection for external wiring of
each conductor's entry connection to components.
1. Minimum Protection for Power Connections 120 V and more.
FAA 3-19-0094-054 (CARES DEV)
28 20 00-2 Improve Terminal Building
Video Surveillance Waterloo Regional Airport - 60675091
2. Minimum Protection for Communication, Signal, Control, and Low -Voltage Power
Connections as recommended by manufacturer for type of line being protected.
2.2 PERFORMANCE REQUIREMENTS
A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70,
by a qualified testing agency, and marked for intended location and application.
1. IEC/EN/UL 60950-1, or current equivalent.
2. IEC/EN/UL 62368-1, or current equivalent.
3. IEC/EN/UL 60950-22, or current equivalent.
B. Comply with NECA 1.
C. Comply with NFPA 70.
2.3 STANDARD CAMERAS
A. Basis of Design: Axis Communications. Reference camera schedule on drawings for camera
specifics. Prior approvals for substitutions are required prior to bidding. Acceptable
substitutions will be in writing.
B. Mine Dome Color Camera (4 MP):
1. Wide Dynamic Range (WDR) — light correction
2. Object Analytics — detection and classification of objects in view.
3. Vandal -resistant
4. Sensitivity: Camera shall deliver 1-V peak -to -peak video signal at the minimum specified
light level. Illumination for the test shall be with lamps rated at approximately 2200-K
color temperature, and with camera AGC off.
5. Automatically removable infrared -cut filter.
6. White Balance: Auto -tracing white balance, with manually settable fixed balance option.
7. Motion Detector: Built-in digital.
C. Multidirectional Dome Color Camera (15 MP):
1. 360-degree coverage utilizing four (4) varifocal lenses.
2. IR illumination and WDR.
3. Individual lens remote adjustability (pan, tilt, roll, and twist).
4. Undistorted views in all directions.
5. Sensitivity: Camera shall deliver 1-V peak -to -peak video signal at the minimum specified
light level. Illumination for the test shall be with lamps rated at approximately 2200-K
color temperature, and with camera AGC off.
6. Automatically removable infrared -cut filter.
7. White Balance: Auto -tracing white balance, with manually settable fixed balance option.
8. Motion Detector: Built-in digital.
9. Camera domes listed for the environment installed.
FAA 3-19-0094-054 (CARES DEV)
28 20 00-3 Improve Terminal Building
Video Surveillance Waterloo Regional Airport - 60675091
2.4 POWER SUPPLIES
A. Low -voltage power supplies matched for voltage and current requirements of cameras and
accessories, and of type as recommended by manufacturer of camera and lens.
1. Enclosure: NEMA 250, Type 4X.
2.5 CAMERA -SUPPORTING EQUIPMENT
A. Basis of Design: Axis Communications. All camera supporting equipment shall be compatible
with specific cameras proposed. Prior approvals for substitutions are required prior to bidding.
Acceptable substitutions will be in writing.
B. Minimum Load Rating: Rated for load in excess of the total weight supported times a minimum
safety factor of two.
C. Mounting Brackets for Fixed Cameras: Type matched to items supported and mounting
conditions. Include manual pan -and -tilt adjustment.
D. Protective Housings for Fixed and Movable Cameras: Aluminum and plastic casing with
polycarbonate hard -coated dome, sunshield enclosures with internal camera mounting and
connecting provisions that are matched to camera/lens combination and mounting and installing
arrangement of camera to be housed.
1. Alignment Provisions: Camera mounting shall provide for field aiming of camera and
permit removal and reinstallation of camera lens without disturbing camera alignment.
2. Built-in, thermostat -activated heater units. Units shall be automatically controlled so the
environmental limits of the camera equipment are not exceeded.
3. Sun shield shall not interfere with normal airflow around the housing.
4. Mounting bracket and hardware for wall or ceiling mounting of the housing. Bracket
shall be of same material as the housing; mounting hardware shall be stainless steel.
5. Finish: Housing and mounting bracket shall be factory finished using manufacturer's
standard finishing process suitable for the environment.
2.6 IP VIDEO SYSTEMS
The video server shall be the PowerPlus (PU5760T5B) as supplied by:
Salient Systems Corporation
10801 N. MoPac Expy. Building 3,
Suite 700
Austin, TX 78759
A. Description:
1. System shall provide high -quality delivery and processing of IP-based video, audio, and
control data using standard Ethernet -based networks.
2. System shall have seamless integration of all video surveillance and control functions.
FAA 3-19-0094-054 (CARES DEV)
28 20 00-4 Improve Terminal Building
Video Surveillance Waterloo Regional Airport - 60675091
3. Graphical user interface software shall manage all IP-based video matrix switching and
camera control functions, two-way audio communication, alarm monitoring and control,
and recording and archive/retrieval management. IP system shall also be capable of
integrating into larger system environments.
4. System design shall include all necessary compression software for high-performance,
dual -stream, MPEG-2/MPEG-4 video. Unit shall provide connections for all video
cameras, camera PTZ control data, bidirectional audio, discreet sensor inputs, and control
system outputs.
5. All camera signals shall be compressed, encoded, and delivered onto the network for
processing and control by the IP video -management software.
6. Camera system units shall be ruggedly built and designed for extreme adverse
environments, complying with NEMA Type environmental standards.
7. Encoder/decoder combinations shall place video, audio, and data network stream that can
be managed from multiple workstations on the user's LAN or WAN.
8. All system interconnect cables, workstation PCs, and network intermediate devices shall
be provided for full performance of specified system.
2.7 CONTROL STATIONS
A. Description: Heavy-duty, wall -mounted, modular, metal furniture units arranged to house
electronic equipment. Coordinate component arrangement and wiring with components and
wiring of other systems.
B. Equipment Mounting: Standard 19-inch (483-mm) rack complying with CEA 310-E.
C. Power Continuity for Control Station: Batteries in power supplies of central -station control units
and individual system components shall maintain continuous system operation during outages
of both normal and backup ac system supply.
1. Batteries: Rechargeable, valve -regulated, recombinant, sealed, lead -acid type with
nominal 10-year life expectancy. Capacity adequate to operate portions of system served
including audible trouble signal devices for up to four hours and audible and visual alarm
devices under alarm conditions for an additional 10 minutes.
2. Battery Charger: Solid-state, fully automatic, variable -charging -rate type. Charger shall
recharge fully discharged battery within 24 hours.
D. Annunciation: Indicate change in system condition and switching of system or component to
backup power.
PART 3 - EXECUTION
3.1 WIRING
A. Comply with requirements in Section 260523 "Control -Voltage Electrical Power Cables."
B. Wiring Method: Install cables in accordance with EIA/TIA standards.
1. Raceways are not required in accessible indoor ceiling spaces and attics.
FAA 3-19-0094-054 (CARES DEV)
28 20 00-5 Improve Terminal Building
Video Surveillance Waterloo Regional Airport - 60675091
2. Raceways are not required in hollow gypsum board partitions.
3. Expose raceways and wiring in unfinished spaces.
C. Wiring within Enclosures: Bundle, lace, and train conductors to terminal points with no excess
and without exceeding manufacturer's limitations on bending radii. Provide and use lacing bars
and distribution spools.
D. Splices, Taps, and Terminations: For power and control wiring, use numbered terminal strips in
junction, pull, and outlet boxes; terminal cabinets; and equipment enclosures. Tighten electrical
connectors and terminals according to manufacturer's published torque -tightening values. If
manufacturer's torque values are not indicated, use those specified in UL 486A-486B.
E. Grounding: Provide independent -signal circuit grounding recommended in writing by
manufacturer.
3.2 VIDEO SURVEILLANCE SYSTEM INSTALLATION
A. Install cameras with 84-inch- (2134-mm-) minimum clear space below cameras and their
mountings. Change type of mounting to achieve required clearance.
B. Set pan -and -tilt unit stops to suit final camera position and to obtain the field of view required
for camera. Connect all controls and alarms and adjust.
C. Avoid ground loops by making ground connections only at the control station.
1. For 12- and 24-V do cameras, connect the coaxial cable shields only at the monitor end.
D. Identify system components, wiring, cabling, and terminals according to Section 260553
"Identification for Electrical Systems."
3.3 FIELD QUALITY CONTROL
A. Perform tests and inspections.
1. Manufacturer's Field Service: Engage a factory -authorized service representative to
inspect components, assemblies, and equipment installations, including connections, and
to assist in testing.
B. Tests and Inspections:
1. Inspection: Verify that units and controls are properly installed, connected, and labeled,
and that interconnecting wires and terminals are identified.
2. Pretesting: Align and adjust system and pretest components, wiring, and functions to
verify that they comply with specified requirements. Conduct tests at varying lighting
levels, including day and night scenes as applicable. Prepare video -surveillance
equipment for acceptance and operational testing as follows:
a. Verify operation of auto -iris lenses.
FAA 3-19-0094-054 (CARES DEV)
28 20 00-6 Improve Terminal Building
Video Surveillance Waterloo Regional Airport - 60675091
b. Set back -focus of fixed focal length lenses. At focus set to infinity, simulate
nighttime lighting conditions by using a dark glass filter of a density that produces
a clear image. Adjust until image is in focus with and without the filter.
c. Set back -focus of zoom lenses. At focus set to infinity, simulate nighttime lighting
conditions by using a dark glass filter of a density that produces a clear image.
Additionally, set zoom to full wide angle and aim camera at an object 50 to 75 feet
(17 to 23 m) away. Adjust until image is in focus from full wide angle to full
telephoto, with the filter in place.
d. Set and name all preset positions; consult Owner's personnel.
e. Set sensitivity of motion detection.
f. Connect and verify responses to alarms.
g. Verify operation of control -station equipment.
3. Test Schedule: Schedule tests after pretesting has been successfully completed and
system has been in normal functional operation for at least 14 days. Provide a minimum
of 10 days' notice of test schedule.
C. Video surveillance system will be considered defective if it does not pass tests and inspections.
D. Prepare test and inspection reports.
3.4 DEMONSTRATION
A. Train Owner's maintenance personnel to adjust, operate, and maintain video -surveillance
equipment.
END OF SECTION 28 20 00
FAA 3-19-0094-054 (CARES DEV)
28 20 00-7 Improve Terminal Building
Video Surveillance Waterloo Regional Airport - 60675091
This Page Left Blank Intentionally
PLAN SHEETS
c)
x
CN
N
0
z
O
L
a)
0
L
0
C)
O
a)
N
0
L
C
a)
Project Management Initials:
O
U
0
E
a
0
J)
U
w
J
w
J
w
0
0
w
0)
07
0
0
Q
0
0
0
CY
U
N
0
Cl_ 8
0
-
c
CO N
N
0 a
N N
CO N
N N
U
E
EL m
J ▪ it
IMPROVEMENTS TO
THE WATERLOO REGIONAL AIRPORT
SHEET INDEX
SHEET NUMBER
SHEET NAME
G-001
COVER
E-100
SITE PLAN CAMERA LOCATIONS
E-102
MAIN FLOOR CAMERA LOCATIONS
E-103
SECOND FLOOR CAMERA LOCATIONS
r
LOCATION MAP
BLACKHAWK COUNTY, IOWA
AECOM
501 SYCAMORE STREET, SUITE 222
WATERLOO, IOWA 50703
(319)232-6531
(319)232-0271 (FAX)
AECOM
500 S.W. 7TH STREET, SUITE 301
DES MOINES, IOWA 50309-4506
(515)323-7910
(515)244-4803 (FAX)
OWNER/SPONSER: CITY OF WATERLOO, IA
IMPROVE TERMINAL BUILDING
(INSTALL SECURITY SYSTEM)
FAA AI P # 3-19-0094-054
7ri!"11.-
■ .
'7
VICINITY MAP
NOT TO SCALE
DUNKERTON ROAD
AGNER ROAD
PROJECT LOCATION
WATERLOO
REGIONAL AIRPORT
GCD 123 NOV 2022
w
0
2
U
0
0
z
0
REVISIONS
ISSUED FOR BID
0
z
a)
U
a)
0)
a3
0)
a)
a]
a)
E
O
0)
T
a)
U
0
O
O
03
T
0
0
0
•
a3
a)
U
O
0
0
(0
0
0
w
T
0
a)
a) �
0]
0
0) 'a' 0)
a)a)
U Q
X x
a) a)
U U
.2
Q0
Q
>,0
a
•
L (n
O
a) a)
O O
co
0
c
03
a)
0
0)
0
0
0)
c
03
O
a)
0
a)
0
0
c
ca
.7)
0
0
0
0
C
V)
0
a)
U
U
0)
0
0
w
a)
O
0
(o
E
0
0
03
0
U
U
2
0
0
w
O
a)
0
a)
L
0
0
0
4)
0
0
a)
a)
0
0
0)
0
03
0)
0
1-
0)
w
0
r-
U
a
0
FFA AIP # 3-19-0094-054
z i
o W o
ii
_�„,
m}Q
Q
z >- <
H z
cc2
Lil
LLJW
O JO
O
'
0-
C
C 1—
^
Z Q
ce
w
O
U
DATE
11/04/22
PROJECT NO.
60675091
FILE NAME
SHEET NO.
DRAWING NO.
1 of 4
G-001
ItPrinted on °�o Post -Consumer
Recycled Content Paper
LEGEND:
GENERAL NOTES:
PROJECT NOTES:
ANSI D 22"x34"
Approved: DBH
Checked: GCD
Designer: DD
Project Management Initials:
Last Plotted: 1/23/2023 1:34:46 PM
Filename: C:\Users\desmidtd\Documents\-ACM-R20-Waterloo Airport BAS REMODEL-ELEC_debra.desmidt@aecom.com.rvt
SECURITY CAMERA
HOME RUN
MOTOR
MOTOR RATED SWITCH
12'-0" ABOVE
FINISHED GRADE
#26
12'-0" ABOVE #27
FINISHED GRADE
#30
III
10'-0" ABOVE
FINISHED GRADE
1
#36
#37
A. CONTRACTOR SHALL PROVIDE ALL EQUIPMENT,
CONNECTIONS, TESTING, AND ANY OTHER
APPURTENANCES OF THE CAMERA SYSTEM REQUIRED TO
ENSURE A COMPLETE AND OPERATIONAL SYSTEM AT THE
COMPLETION OF THE PROJECT.
B. CONTRACTOR SHALL SEAL ANY/ALL PENETRATIONS TO
BUILDINGS AND POLES TO ENSURE WATERPROOFING IS
MAINTAINED.
C. CONTRACTOR SHALL PROVIDE ETHERNET/POE SURGE
PROTECTION FOR EACH EXTERIOR CAMERA MOUNTED TO
THE EXTERIOR OF THE TERMINAL BUILDING. SURGE
PROTECTION SHALL BE LOCATED WITHIN 6'-0" OF THE
ENTRY POINT AND PLACE IN AN ACCESSIBLE LOCATION
FOR MAINTENANCE.
D. EACH CAMERA HAS A UNIQUE NUMBER ASSOCIATED.
REFERENCE THE CAMERA SCHEDULE ON SHEET E-103
FOR CAMERA SPECIFICS.
12'-0" ABOVE
FINISHED GRADE
2
#25
8
9'-0" ABOVE
FINISHED GRADE
12'-0" ABOVE
FINISHED GRADE
SITE PLAN CAMERA LOCATIONS
E-100
SCALE ROUGHLY 1" = 100'-0"
KEYED NOTES: (rx
1. CAMERA SHALL BE MOUNTED TO THE EXISTING LIGHT
POLE AT 14'-0" ABOVE GRADE. CONTRACTOR SHALL TAP
THE EXISTING LIGHTING CIRCUIT, PROVIDE A FUSED TAP
FOR A STEP-DOWN TRANSFORMER WITH A 120 VOLT
SECONDARY TO POWER THE CAMERA TRANSCEIVER.
CONTRACTOR SHALL VERIFY THAT THE LIGHTING CIRCUIT
IS ENERGIZED CONTINUOUSLY TO ENSURE POWER IS
AVAILABLE FOR THE CAMERA DURING DAYLIGHT HOURS.
TYPICAL.
2. PROVIDE A LOW -PROFILE POLE OF ADEQUATE HEIGHT TO
GET A LINE OF SITE TO COUNTY'S DIRECTIONAL ANTENNA
ARRAY. CONTRACTOR SHALL SECURE 2 1/2" POLE TO
TERMINAL ROOF AND BOND THE POLE TO THE EXISTING
LIGHTNING PROTECTION SYSTEM. THIS POLE WILL
MOUNT ONE (1) WIRELESS OMNI DIRECTIONAL ANTENNA
AND ONE (1) OMNI ANTENNA AS LISTED UNDER THE
ADDITIONAL EQUIPMENT (ITEMS B. AND E.) OF THE
CAMERA SCHEDULE. CONTRACTOR SHALL PROVIDE A
SHIELDED, CATEGORY 6 CABLE FROM THIS LOCATION TO
THE EQUIPMENT RACK LOCATION INDICATED ON SHEET
E-102. GROUND THE CABLE SHIELD TO THE
TELECOMMUNICATIONS GROUND BAR.
WATERLOO FIRE AND
RESCUE STATION 7
A. ALL ELECTRICAL WORK SHALL BE INSTALLED IN STRICT
COMPLIANCE WITH ALL APPLICABLE LOCAL, STATE, AND
FEDERAL CODES, PARTICULARLY THE NATIONAL
ELECTRICAL CODE (NEC) - NFPA 70.
B. INFORMATION SHOWN ON THESE DRAWINGS HAVE BEEN
OBTAINED FROM FIELD NOTES. THE ELECTRICAL
CONTRACTOR SHALL VISIT THE SITE PRIOR TO BIDS AND
FIELD VERIFY ITEMS SHOWN. ANY DISCREPANCIES
BETWEEN THIS DRAWING AND ACTUAL FIELD CONDITIONS
SHALL BE BROUGHT TO THE ATTENTION OF THE
ENGINEER/CONTRACTOR PRIOR TO BIDS.
C. COOPERATE WITH OTHER TRADES FOR PROPER
INSTALLATION OF ITEMS OF EQUIPMENT. CONSULT THE
DRAWINGS OF OTHER TRADES OR CRAFTS TO AVOID
CONFLICTS WITH EQUIPMENT, ETC. CONFLICTS SHALL BE
RESOLVED PRIOR TO ROUGH -IN.
D. LEAVE THE SITE CLEAN AND READY FOR OCCUPANCY,
REMOVE DIRT, DEBRIS, EMPTY CARTONS, TOOLS,
CONDUIT, WIRE SCRAPS, MISCELLANEOUS SPARE
EQUIPMENT, AND MATERIALS USED IN THE DIVISION OF
THE WORK DURING CONSTRUCTION. COMPONENTS
SHALL BE FREE OF DUST, GRIT AND FOREIGN MATERIALS,
LEFT AS NEW BEFORE FINAL ACCEPTANCE OF WORK.
VACUUM CONSTRUCTION DUST FROM PANELBOARDS AND
JUNCTION BOXES.
E. RACEWAY SYSTEMS SHALL BE RUN HORIZONTALLY
ALONG THE WALLS OR NEAR STRUCTURAL PLATFORMS,
WITH VERTICAL DROPS NEAR CORNERS, UNLESS NOTED
OTHERWISE.
F. CONTRACTOR SHALL FIELD VERIFY ALL CONDITIONS
PRIOR TO BID AND SHALL BE RESPONSIBLE TO
DETERMINE ROUTING AND QUANTITIES AS REQUIRED TO
MAINTAIN CLEARANCE FOR RACEWAY COVER REMOVAL
AND PROVIDE ALL OFFSETS, ETC. TO AVOID EXISTING
CONDUITS AND DEVICES.
#31
1
#32
G. THE ELECTRICAL CONTRACTOR SHALL MAINTAIN
EXISTING CIRCUIT CONTINUITY ON ALL REMAINING LINE
AND LOW -VOLTAGE SYSTEMS, TEMPORARILY OR
PERMANENTLY DUE TO CONSTRUCTION PHASING.
H. NEUTRAL SHARING IS NOT PERMITTED.
I. VOLTAGE DROP SHALL NOT EXCEED 5%. FEEDERS
SHOULD BE WITHIN 2% AND BRANCH CIRCUITS WITHIN 3%.
CONTRACTOR SHALL PROVIDE CALCULATIONS UPON
REQUEST.
J. ALL CONDUCTORS SHALL BE COPPER, #12 A.W.G
STRANDED, THHN, MINIMUM.
K. INSTALL A MAXIMUM OF THREE CIRCUITS PER RACEWAY.
L. INSTALL AN INSULATED GROUND WITHIN EACH
RACEWAY. GROUND EACH RACEWAY AT EACH BOX.
M. MAINTAIN CIRCUIT CONTINUITY OF ALL ADJACENT AREAS
TO RENOVATION / NEW CONSTRUCTION. ORIGINAL
DESIGN INTENT SHALL BE MAINTAINED THROUGHOUT
THESE AREAS.
N. THE USE OF TANDEM BREAKERS IS NOT PERMITTED.
O. FIELD LABEL ALL DISCONNECTS, STARTERS, PANELS,
DATA CABLES, FIBER OPTIC CABLES, DATA JACKS, LIGHT
SWITCHES, AND RECEPTACLES WITH PERMANENT LABELS
INDICATING UNIQUE IDENTIFICATION MARKINGS THAT
WILL CLEARLY DEFINE EQUIPMENT SERVED AND ITS
SOURCE.
P. WHERE CONDUITS ENTER A CONDITIONED SPACE FROM
A NON -CONDITIONED SPACE, CONDUIT SEALS MUST BE
INSTALLED AND CONDUIT DRAINS MUST BE INSTALLED AT
RACEWAY LOW POINTS.
SCALED DOCUMENTS
FULL-SIZED DOCUMENTS ARE SCALED FOR
ANSI D (22" X 34") SHEET SIZE. WHEN PRINTED
ON TABLOID (11" X 17"), DRAWING SCALE IS
ASSUMED TO BE HALF THE SCALE SHOWN.
w
0
2
U
z
0
REVISIONS
O
z
ui
0
ui a)
a)
U 0
o N
co co
C • a)
a)
E
2 0
a) • .S
E m
C�
a) o
> (L)
o -0
a)
• m
• E
o
as as
� E
a-oiQ
.5 c
a) EL
N U
O
• wa)• ._
U
V) a)
O 0
C u)
a0 O
2 C
Q o0
w;
Q
>
_a C
0 • 0
• C
• (1)
u3) L
n§
a) • a)
U
x
a) a)
ui <n
• O
0- 0
� • Q
o
0_ O1
2-a
L (n
O
a
Es
w
co
o
O • 2
c c
0
co
O • >
C�
Ci3a
(,)
O
0
uJ
Q n3
N
o .m-
u) a)
ca)
- co
a)
• 0
O 0
C�
L
a)
.0 o
c
0-
- a)
C U
�� l9
-0 • 0
u) 0
�w
Q
z
Lt
0
V)
w
0
a
0
Ezn
co
0 0
OU
a 0
ao
U <
FFA AIP # 3-19-0094-054
SITE PLAN CAMERA LOCATIONS
DATE
11/04/22
PROJECT NO.
60675091
FILE NAME
SHEET NO.
DRAWING NO.
2 of 4
E-100
ifik Printed on rlyo Post -Consumer
VW Recycled Content Paper
c)
x
N
N
0
t1)
z
O
L
a)
0
a
C)
O
a)
a)
O
.N
O
L
m
a)
0
Project Management Initials:
0
U
0
a)
ns
-a
i7
lu
0
U
w
J
w
J
w
0
0
w
0)
m
0
_
a0
0
0
0
CY
U
0
d 8
0
(.0 0
c,-D
co cn
(.1O -0
N N
co a)
N N
0
a)
— E
EL co
J it
lit Printed on °�o Post -Consumer
W. Recycled Content Paper
J
1
BAGGAGE
MAKEUP
126
RR —I
127
OFFICE 1
125
EXT.
STORAGE
131
GENERAL NOTES:
A. CONTRACTOR SHALL PROVIDE ALL EQUIPMENT,
CONNECTIONS, TESTING, AND ANY OTHER
APPURTENANCES OF THE CAMERA SYSTEM REQUIRED TO
ENSURE A COMPLETE AND OPERATIONAL SYSTEM AT THE
COMPLETION OF THE PROJECT.
B. CONTRACTOR SHALL SEAL ANY/ALL PENETRATIONS TO
BUILDINGS AND POLES TO ENSURE WATERPROOFING IS
MAINTAINED.
C. CONTRACTOR SHALL PROVIDE ETHERNET/POE SURGE
PROTECTION FOR EACH EXTERIOR CAMERA MOUNTED TO
THE EXTERIOR OF THE TERMINAL BUILDING. SURGE
PROTECTION SHALL BE LOCATED WITHIN 6'-0" OF THE
ENTRY POINT AND PLACE IN AN ACCESSIBLE LOCATION
FOR MAINTENANCE.
D. EACH CAMERA HAS A UNIQUE NUMBER ASSOCIATED.
REFERENCE THE CAMERA SCHEDULE ON SHEET E-103
FOR CAMERA SPECIFICS. EACH CAMERA SHALL HAVE A
CATEGORY 6 CABLE ROUTED FROM THE CAMERA TO THE
POE NETWORK SWITCH WITHIN THE EQUIPMENT RACK
INDICATED. THE POE CABLES SHALL BE CONCEALED
ABOVE THE ACCESSIBLE CEILING. CABLE SHALL BE
SUPPORTED AT INTERVALS NOT EXCEEDING 5'-0"
BETWEEN SUPPORTS AND SHALL NOT BE SUPPORTED BY
THE ACCESSIBLE CEILING.
KEYED NOTES: (X >)
1. PROVIDE A CHATSWORTH 12419-X36 CUBE -IT WALL -
MOUNT CABINET WITH 40972-001 FAN AND FILTER KIT, OR
APPROVED EQUAL. PROVIDE (1) APC SMART UPS 2200VA
RM 2U LCD 120V WITHIN THE CUBIT CABINET. PROVIDE A
DEDICATED 20 AMP, 120 VOLT CIRCUIT TO THIS CABINET
FROM THE NEAREST 120 VOLT PANELBOARD. PROVIDE A
TELECOMMUNICATIONS GROUND BAR (TGB). PROVIDE A
2/0 COPPER CABLE FROM THIS TGB TO THE BUILDING'S
GROUNDING ELECTRODE SYSTEM. GROUND CABINET
AND SHIELDED CATEGORY 6 CABLES TO THIS GROUND
BAR IN ACCORDANCE WITH EIA/TIA RECOMMENDATIONS.
H
EXIT CORR.
132
STOR. 2
STOR.1
124
121
/
OFFICE 2
120
CABINET A
STAIR
107
OFFICE 3
118
NWA AEA
123
BELTLINE B
115
TSA SUPER.
UNDEVEOPED OFFICE
114
STAIR
113
VEST.
#17
112 —m
STOR.
r
TSA
BREAKROOM
ATO 3
141
#21
#20
#18
VENDING
ARCADE
134
STAIR
133
BOARDING
CORR. W
142
#4
JAN.
HALL
111
110
109
BUSINESS
CENTER
108
STAIR
106
a
EL. n
104
#11
WAIT.
103
�-L
#14
HOLDING
AREA
136
#6
#5
CONCOURSE
135
0 0 0 0 0 0
q#10
#1
VEST.
101
J1
WOMEN
169
R.R.
168
MEN
167
rJ
'JAN
STAIR
166
170
MAIN FLOOR CAMERA LOCATIONS
E-102
Scale: 3/32" = 1'-0"
n
n
BAR
165
MEETING A
163
J
#13
1,
RESTAURANT
158
BOARDING
CORR. E
143
SECURITY
OFFICE
141
rr
138
s
R.R.
139
STOR.
140
0 0
0
STAIR
162
TRASH
161
1
s
OBSERVATION
#3
❑ #7
tj
KITCHEN
159
c7#24
HERTZ /
OFFICE A
156 / 157
AVIS /
OFFICE B
154 / 155
K#22
RENTAL C /
OFFICE C
152 / 153
1-4
144
WAITING
148
RECEIVING
168
#2
VEST.
149
K
BAGGAGE
CLAIM
146
L.
L.
STAIR
147
0 2' 4' 6' 8'
16'
SCALED DOCUMENTS
FULL-SIZED DOCUMENTS ARE SCALED FOR
ANSI D (22" X 34") SHEET SIZE. WHEN PRINTED
ON TABLOID (11" X 17"), DRAWING SCALE IS
ASSUMED TO BE HALF THE SCALE SHOWN.
32'
SCALE: 3/32" = 1'-0"
1
AREA A
KEYPLAN
NTS
AREA B
r
w
0
2
U
z
0
REVISIONS
0
z
0
0
U
m m
0)0)
c o
E
E
2 O
a)
c
a)
a)
Q
a)
a)
O
0
a)
O
z
ce
0
w
0
0_
FFA AIP # 3-19-0094-054
MAIN FLOOR CAMERA LOCATIONS
DATE
11/04/22
PROJECT NO.
60675091
FILE NAME
SHEET NO.
DRAWING NO.
3 of 4
E-102
c)
x
CN
N
0
z
O
L
a)
>
0
a
t)
O
a)
a)
N
O
m
a)
Project Management Initials:
Last Plotted: 1/23/2023 1:34:46 PM
Filename: C:\Users\desmidtd\Documents\-ACM-R20-Waterloo Airport BAS REMODEL-ELEC_debra.desmidt@aecom.com.rvt
BID ALTERNATE A-1
BID ALTERNATE A-1 SHALL BE AN ADDITIVE ALTERNATE TO
THE BASE BID. THIS ALTERNATE IS ASSOCIATED WITH
CAMERAS 29, 30, 31 AND 32 INDICATED ON SHEET E100.
THIS ADD ALTERNATE IS INTENDED TO INCLUDE, BUT NOT
NECESSARILY BE LIMITED TO, CAMERAS, MOUNTING
HARDWARE, ENCLOSURES, POWER CONNECTIONS,
CABINETS AND RADIOS. COMPLETE BID FORM LINE ITEM
FOR THESE CAMERAS.
STAIR
113
CAMERA
POE
WATTAGE
RECORDING
ADD-ONS
(PER CAMERA)
IDENTIFICATION
MODEL
PART #
QUANTITY
LOCATION
MOUNTING
HEIGHT
1 THRU 14
M3086-V
02374-001
23
INDOOR
ACCESSIBLE
CEILING
10'-0"
4.5 WATT
CONTINUOUS
15 THRU 24
M3086-V
02374-001
23
INDOOR
ACCESSIBLE
CEILING
10'-0"
4.5 WATT
MOTION
25 THRU 27
P3719-PLE
01500-001
3
OUTDOOR
WALL
12'-0"
14 WATTS
CONTINUOUS
3,6,7
28
P3719-PLE
01500-001
1
OUTDOOR
WALL
10'-0"
14 WATTS
CONTINUOUS
BID ALTERNATE
29 THRU 32
P3719-PLE
01500-001
4
OUTDOOR
POLE
14'-0"
120 VOLT
MOTION
1,5,7,C,D,F
33
NOT USED
34
P1467-LE
02344-001
1
OUTDOOR
WALL
9'-0"
15.4 WATTS
MOTION
35
Q1786-LE
01162-001
1
OUTDOOR
WALL
14'-0"
15.4 WATTS
CONTINUOUS
36 AND 37
Q1786-LE
01162-001
2
OUTDOOR
POLE
14'-0"
120 VOLT
CONTINUOUS
2,4,A,C,D,F *1
ACCESSORIES
PART #
1
30 W MIDSPAN
02172-004
2
T8120 MIDSPAN 15W 1-PORT
5026-204
3
T91A64 CORNER BRACKET
5017-641
4
T91 B47 POLE MOUNT 100-410 MM
01164-001
5
T91B67 POLE MOUNT 65-165 MM
01473-001
6
T91D61 WALL MOUNT 1.5" NPS
5504-821
7
T94NO1D PENDANT KIT
01513-001
ADDITIONAL EQUIPMENT
MANUFACTURER
PART #
A
5 PORT SWITCH
UBIQUITI NETWORKS
USW-FLEX-MINI
B
OMNI ANTENNA
UBIQUITI NETWORKS
AMO-5G13
C
SURVEILLANCE CABINET
AXIS
T98A15-VE
D
SURVEILLANCE CABINET POLE MOUNT
AXIS
T91B57
E
WIRELESS OMNI DIRECTIONAL
UBIQUITI NETWORKS
RP-5AC-GEN2
F
WIRELESS RADIO
UBIQUITI NETWORKS
NBE-5AC-GEN2
*1 C,E,F: ONLY QUANTITY OF ONE (1) EACH REQUIRED FOR BOTH CAMERAS.
BASIS OF DESIGN: AXIS PRODUCTS, UNLESS OTHERWISE NOTED.
J
FAA OFFICE
208
TSA DIR.
OFFICE
207
TSA
TRAINING
1
FAA OFFICE
211
FAA OFFICE
212
Y
OFFICE
206
HALL
210
WOMEN
AJ N.��
214
I�MEN
213
215
OFFICE
205
\1!RECEP.
STAIR
WORK
ROOM
204
ELEV.
104
203
ci°#16
WAIT
201
MEETING
216
SECOND FLOOR CAMERA LOCATIONS
E-103
Scale: 3/32" = 1'-0"
GENERAL NOTES:
A. CONTRACTOR SHALL PROVIDE ALL EQUIPMENT,
CONNECTIONS, TESTING, AND ANY OTHER
APPURTENANCES OF THE CAMERA SYSTEM REQUIRED TO
ENSURE A COMPLETE AND OPERATIONAL SYSTEM AT THE
COMPLETION OF THE PROJECT.
B. CONTRACTOR SHALL SEAL ANY/ALL PENETRATIONS TO
BUILDINGS AND POLES TO ENSURE WATERPROOFING IS
MAINTAINED.
C. CONTRACTOR SHALL PROVIDE ETHERNET/POE SURGE
PROTECTION FOR EACH EXTERIOR CAMERA MOUNTED TO
THE EXTERIOR OF THE TERMINAL BUILDING. SURGE
PROTECTION SHALL BE LOCATED WITHIN 6'-0" OF THE
ENTRY POINT AND PLACE IN AN ACCESSIBLE LOCATION
FOR MAINTENANCE.
D. EACH CAMERA HAS A UNIQUE NUMBER ASSOCIATED.
REFERENCE THE CAMERA SCHEDULE ON SHEET E-103
FOR CAMERA SPECIFICS. EACH CAMERA SHALL HAVE A
CATEGORY 6 CABLE ROUTED FROM THE CAMERA TO THE
POE NETWORK SWITCH WITHIN THE EQUIPMENT RACK
INDICATED. THE POE CABLES SHALL BE CONCEALED
ABOVE THE ACCESSIBLE CEILING. CABLE SHALL BE
SUPPORTED AT INTERVALS NOT EXCEEDING 5'-0"
BETWEEN SUPPORTS AND SHALL NOT BE SUPPORTED BY
THE ACCESSIBLE CEILING.
SCALED DOCUMENTS
FULL-SIZED DOCUMENTS ARE SCALED FOR
ANSI D (22" X 34") SHEET SIZE. WHEN PRINTED
ON TABLOID (11" X 17"), DRAWING SCALE IS
ASSUMED TO BE HALF THE SCALE SHOWN.
0 2' 4' 6' 8'
16'
32'
SCALE: 3/32" = 1'-0"
SECOND FLOOR
KEYPLAN
NTS
w
0
2
U
z
0
REVISIONS
0
z
vi
C
a)
0)
0
a)
a)
0
E
0
0
0)
>
a)
'5
0
>
0
0
0
a)
U
U
0
C
2
0
0
w
a)
c
U 7 a )
a) a)
U Q
X
a) a)
v; 0
a)'2
O
Q-
> 0
_E
L (n
o
0 0
QE
a)
is
m
• L
co
o - • 2
0�
co
E
0>
0a)
n30
a) .o
o 13
0
w
Q
• 0
0 •E
te• a)
- c5
Q-c
m 0
0
c
1)'.-
.00
• 0- -
• U
0 U
�� l9
-0O
O U
�Q
z
0
co
w
0
U
a
0
FFA AIP # 3-19-0094-054
0
z i
J W O
5 ~rya-
m } Q
HZ
N CwLil
W
O JO
O
1�
2
Z
SECOND FLOOR CAMERA LOCATIONS
DATE
11/04/22
PROJECT NO.
60675091
FILE NAME
SHEET NO.
DRAWING NO.
4 of 4
E-103
aft Printed on rlyo Post -Consumer
VHF Recycled Content Paper