Charlotte Douglas International Airport’s Invitation to Bid for

advertisement
Date: May 29, 2015
Charlotte Douglas International Airport’s
Invitation to Bid
for
Concourse A: Passenger Boarding Bridges, A9, A11 & A13 – Parts &
Install
Schedule
DATE (All times are EST)
EVENT
(a) May 29, 2015
Issuance of Invitation to Bid (“ITB) by Charlotte
Douglas International Airport (“Airport”).
(b) June 5, 2015 by 1:00PM
Bid Submission/Opening
(c) June 22, 2015
City Council Business Meeting
(d) Dec 31, 2015
Date of Substantial Completion
Section 1: Instructions to Bidders
1.1
Review and Comply. The ITB consists of the following components:
Section1:
General instructions and special conditions that apply to this bid process
and procurement.
Section 2:
The forms that a Bidder is required to complete and return as its Bid
(called the “Bid Response Forms”)
Section 3:
A contract substantially similar to the final contract the successful Bidder
will be expected to sign, including Exhibit A, the details for the entire
scope of work falling under this ITB (the “Specifications”).
Each reference to this ITB includes all components listed above as well as any addenda
provided by the Airport. Please review each section carefully. Bidders will be held
accountable for having full knowledge of the contents of this ITB and for performing any
due diligence that may be necessary to submit a binding Bid.
1.2
Definitions.
(A) Airport shall mean Charlotte Douglas International Airport
(B) Bid shall mean the response to this ITB completed on the Bid Response Forms.
(C) Bid Response Forms shall mean the forms attached hereto in Section 2 and
submitted as the response to this ITB.
(D) Bidder shall mean an individual or entity submitting a Bid to this ITB.
ITB # 2015-05-001R
1
(E) Calendar Day shall mean every day on the calendar between Notice to Proceed and
Substantial Completion of all the work to be performed.
(F) City shall mean the City of Charlotte.
(G) Company shall mean the successful Bidder.
(H) Contract shall mean the terms and conditions under which the Company shall
provide the Work.
(I) Date of Substantial Completion shall mean the date certified by the City on which the
Project is complete to the extent it can be used for its intended purpose in
accordance with the requirements of the Contract.
(J) ITB shall mean Invitation to Bid.
(K) Notice To Proceed (NTP) shall mean the written notice to the Company to begin the
Work on a specified date.
(L) Performance Bond shall mean the approved form of security furnished by the
Company and his Surety as a guarantee that the Company will complete the Work in
accordance with the terms of the Contract.
(M) Procurement Manager shall mean the Airport employee identified in Section 1.7 and
who is responsible for the facilitation of this solicitation process.
(N) Project Manager shall mean the Airport or Company employee who is the point of
contact under this Contract.
(O) Specifications shall mean the scope and details of the Work that the Company will
provide under the Contract.
(P) Surety shall mean the corporation, partnership, or individual, other than the
Company, executing a Bid Payment, Performance or Guaranty Bonds that are
furnished to the City by the Company.
(Q) Work shall mean the actual products and/or services provided in compliance with the
Specifications and under this Contract.
1.3
ITB Not an Offer. This ITB does not constitute an offer by the Airport. No
recommendations or conclusions from this bid process shall constitute a right (property
or otherwise) under the Constitution of the United States or under the Constitution, case
law, or statutory law of North Carolina.
1.4
Binding Offer. Each Bid submitted in response to this ITB constitutes a firm offer that is
binding for ninety (90) days from the date of the Bid opening and must comply with all
terms, conditions and requirements stated in this ITB, except to the extent the Bidder
takes exception to such provisions in the manner required by Section 1.13.
1.5
Addendum. Any changes to the terms, conditions or requirements of this ITB will be
documented in written addendum issued by the Airport. These addenda will be posted
as detailed in Section 1.7. The receipt of each addendum must be acknowledged using
the space provided on Form 2 in Section 2. The Airport will not consider any Bid that
fails to acknowledge receipt of each issued addendum.
1.6
Pre-Bid Conference. None
ITB # 2015-05-001R
2
1.7
Questions. The Airport is committed to providing all prospective Bidders with accurate
and consistent information in order to ensure that no Bidder obtains an unfair
competitive advantage. To this end, from the date of this ITB until the time of the Bid
opening, no interpretation or clarification of the meaning of any part of this ITB will be
made orally to any prospective Bidder with the exception of questions answered at any
pre-bid conference. Requests for information or clarification of this ITB must be made in
writing and addressed to the Procurement Manager at the address, or email listed
below, with email being the preferred method of communication. Questions should
reference the ITB page and topic number. All Questions must be submitted by the dates
referenced in the schedule on the first page of this ITB.
Crystal Bailey
Charlotte Douglas International Airport - CLT Center
ITB # 2015-05-001R
5601 Wilkinson Boulevard
Charlotte, NC 28208
Email: cibailey@cltairport.com
The Airport will post answers to timely submitted questions posed by prospective
Bidders and other information concerning this ITB on the Airport’s Advertisements for
Bids and Proposals website, located at the address below. ITB information can be
accessed by searching the website for the ITB number listed on the first page of this ITB.
http://charmeck.org/city/charlotte/Airport/AboutCLT/Pages/AdsForBids.aspx
https://www.ips.state.nc.us/ips/OpenBidSearch.aspx
It is the responsibility of the prospective Bidder to check the website for any
addenda issued for this ITB. The Airport reserves the right to disqualify any
prospective Bidder who contacts an Airport employee, or agent concerning this ITB,
other than in accordance with this Section.
1.8
How to Prepare Bid Responses. All Bids shall be prepared as follows:
(A) Complete all forms provided in Section 2. All responses must be submitted solely
on these forms.
(B) Bid responses must be typewritten or completed in ink, signed by the Bidder or the
Bidder’s authorized representative. All erasures or corrections must be initialed and
dated by the authorized representative who signs the Bid forms on behalf of the
Bidder.
(C) Bids must be accompanied by accurate descriptions of the exact materials, supplies,
vehicles and/or equipment offered for purchase, including any detailed information as
requested in Exhibit A of the Contract, located in Section 3 of this ITB.
1.9
How to Submit Bid Responses. All Bidders shall:
(A) Submit their Bid in a sealed opaque envelope with the following information written
on the outside of the envelope”
(1) The Bidder’s company name;
(2) The ITB number as indicated on the first page of this ITB; and
(3) Identification of the Work for which the Bid is submitted as indicated on the first
page of the ITB
ITB # 2015-05-001R
3
(B) No Bidder shall submit more than one Bid unless multiple or alternative bids are
requested in Exhibit A of the Contract, located in Section 3 of this ITB. Any multiple
or alternative bids must be brought to the Airport’s attention either during the pre-bid
conference or submitted in writing at least five (5) days prior to the Bid opening.
(C) Mail or deliver one (1) unbound original Bid signed in ink by a company official
authorized to make a legal and binding offer and two (2) copies plus one (1)
electronic copy on a CD or Flash Drive in PDF or Word format to the address listed
below, by the date and time listed in the schedule on the first page of this ITB. Any
Bid not submitted per the requirements of this Section will be considered nonresponsive and will not be considered.
Mail or Deliver to:
Charlotte Douglas International Airport - CLT Center
5601 Wilkinson Boulevard
Charlotte, NC 28208
Attn: Crystal Bailey
1.10
Guarantor. If the Bidder is a subsidiary of another entity, the Airport requires that the
Bidder’s parent entity provide a guarantee of payment of all of the Bidder’s obligations
under the Contract. The Airport also may require from any Bidder a guaranty from
another entity, other than the parent, where applicable, if the Airport concludes that such
guaranty would be beneficial to protect the Airport’s interest. If a guarantor is required,
the Bidder must: (a) identify a guarantor that is acceptable to the Airport, (b) provide the
Airport with the same financial information about the guarantor that the Bidder is
required to provide about itself under this ITB; and (c) provide the Airport with a signed,
legally binding guaranty agreement from the approved guarantor that is acceptable to
the Airport in its sole discretion. Failure to comply with the foregoing shall be grounds
for rejection of the Bidder’s Bid.
1.11
Prompt Payment Discounts. Bidders are urged to compute all discounts into the price
offered. If a prompt payment discount is offered, it will not be considered in the award of
the Contract except as a factor to aid in resolving cases of identical prices.
1.12
Ownership and Public Record. All Bids and supplementary material provided as part
of this process will become property of the Airport upon submission. Bidders are
advised that all information included in the materials provided may become available to
the public under North Carolina’s Public Records Law except for information that falls
under one or more of the statutory exceptions set forth in Chapter 132 and 66-152 et
seq. of the North Carolina General Statutes. Bidders may only designate information
confidential that it, in good faith, considers a trade secret or confidential under North
Carolina public records and trade secret law. However, the City reserves the right to
review and make any final determination on if any material submitted is in fact protected
by an exception to North Carolina’s public record law. In submitting a Bid, each Bidder
agrees that the Airport may reveal any trade secrets or confidential information to Airport
staff, consultants or third parties assisting with this ITB and resulting Contract. Where
information is marked Trade Secret, Bidder agrees to indemnify and hold harmless the
City and each of its officers, employees and agents from all costs, damages and
expenses incurred in connection with refusing to disclose any material which Bidder has
designated as a trade secret or confidential.
ITB # 2015-05-001R
4
1.13
How to Submit an Exception. If the Bidder wants to take an exception to the
Specifications as stated in Exhibit A to the Contract included in Section 3 of this ITB,
the Bidder must clearly identify in Form 2 each of the following:
(A) the number and title of each section of the Specifications that the Bidder takes
exception to;
(B) the specific sentence within such section that the Bidder takes exception to; and
(C) any alternative provision proposed by the Bidder.
Bidders are reminded that a material variance from the terms of this ITB may result in
the Bid being rejected by the Airport.
1.14
How to Submit an Objection. When a Bidder has an objection to the terms and
conditions of this ITB or to the Contract as included in Section 3, the Bidder may submit
such objection by doing the following:
(A) When a pre-bid conference is scheduled, the Bidder should either present their
objection at that time (either verbally or in writing), or submit a written objection prior
to the scheduled pre-bid conference.
(B) When a pre-bid conference is not scheduled, Bidders must submit objections in
writing no later than the deadline to submit questions as stated in the scheduled on
the first page of this ITB.
(C) Except for objections raised at the pre-bid conference, all objections must be
directed to the Procurement Manager.
(D) Failure to object in the manner specified in this Section shall constitute a waiver of
any objections the Bidder may have to the terms and conditions or to anything that
occurred during this ITB process.
1.15
No Collusion or Conflict of Interest. By responding to this ITB, the Bidder shall be
deemed to have represented and warranted that the Bid is not made in connection with
any competing Bidder submitting a separate response to this ITB, and is in all respects
fair and without collusion.
1.16
Airport’s Rights and Options. Airport reserves the following rights, which may be
exercised at the sole discretion of the Aviation Director, or his designee:
(A) to supplement, amend, substitute or otherwise modify this ITB at any time;
(B) to cancel this ITB with or without the substitution of another ITB;
(C) to take any action affecting this ITB, the ITB process, or the Work or facilities subject
to this ITB that would be in the best interest of the Airport;
(D) to issue additional requests for information;
(E) to require one or more Bidders to supplement, clarify or provide additional
information in order for the Airport to evaluate the Bids submitted;
(F) to conduct investigations with respect to the qualifications and experience of each
Bidder;
(G) to change the Bid opening date or any other dates relevant to the ITB;
(H) to waive any defect or irregularity in any Bid received;
(I) to reject any or all Bids;
ITB # 2015-05-001R
5
(J) to request the successful Bidder to provide samples of each item requested under
this ITB prior to the award of the Contract. Samples will be retained by the Airport for
comparison with items delivered under the Contract.
(K) to award all, none, or any part of the items that is in the best interest of the Airport,
with one or more of the Bidders responding, which may be done with or without resolicitation; and
(L) to enter into any agreement deemed to be in the best interest of the Airport, with one
or more of the Bidders responding.
1.17
Equal Opportunity. The Airport has an equal opportunity purchasing policy that seeks
to ensure that all segments of the business community have access to supplying the
goods and services needed by Airport programs. The Airport provides equal opportunity
for all businesses and does not discriminate against any Bidders regardless of race,
color, religion, age, sex, national origin or disability.
1.18
Award Criteria. The Airport reserve the right to award a Contract to the lowest
responsive responsible Bidder taking into consideration vendor qualification and
experience, quality, delivery, workmanship, services, facility requirements, inventory
control and reporting. The Airport reserves the right to reject any Bid, without limitation,
on the basis of function, compatibility with user requirements, utility and cost.
1.19
Bids on All or Part. Unless otherwise specified by the Airport or by the Bidder, the
Airport reserves the right to make award on all or part of the items to be purchased or
the services needed. Bidders may restrict their bids to consideration in the aggregate by
so stating in the Bid. However, bids restricted to consideration in the aggregate must
also include a unit price on each item bid.
1.20
Multiple Contract Awards. The Airport reserves the right to award multiple contracts
for the Work required by this ITB if the Airport deems multiple contracts to be in its best
interest.
1.21
Anti-lobbying Provision. Maintaining the integrity of its ITB process is of paramount
importance to the Airport. To this end, each Bidder is asked to voluntarily refrain from
contacting any members of the City of Charlotte’s (“City") City Council until the award of
the Contract is presented for their approval.
1.22
Contract Award by City Council. As soon as practical after opening the Bids, the name
of the apparent successful Bidder will be submitted to the City Council for final approval
and award. Prior to the recommendation to the City Council, the successful Bidder must
provide to the Airport an executed Contract which will be substantially similar to the
contract in Section 3 of this ITB. Upon approval of the Contract by City Council, the
Airport will execute the documents and send a copy to the successful Bidder. In the
event that Council approval is not received within ninety (90) days after opening of the
Bids, the successful Bidder may request that it be released from the Bid.
1.23
Post Award Conference. A post-award conference may be scheduled as soon as
practical after the award of the Contract. The Company shall attend the conference
along with the Company’s prospective Project Manager and any anticipated major
subcontractors, and shall provide at such conference a written schedule for the delivery
of any Work for which no delivery dates have been specified in this ITB. The Company
shall provide at least two (2) local telephone numbers that may be used to contact the
Company’s authorized representative in the event of an emergency after normal
business hours.
ITB # 2015-05-001R
6
1.24
Notice to Proceed. The successful Bidder shall not commence work or make shipment
under this ITB until duly notified by receipt of the executed Contract from the Airport. If
the successful Bidder commences work or makes shipment prior to that time, such
action is taken at the Bidder’s risk, without any obligation of reimbursement by the
Airport.
1.25
Options and Accessories. The Airport may in its discretion purchase from the
successful Bidder options and accessories beyond what is called for in Exhibit A to the
Contract in Section 3 of this ITB, provided that such purchase does not create
unfairness so as to defeat the purpose of the bid statutes.
1.26
E-Verify. Where the total estimated value of the contract equals or exceeds
$100,000.00, each bid shall be accompanied by an E-Verify Certification in the form set
forth in Section 2 Form Seven. Bidder understands that E-Verify refers to the federal
E-Verify program operated by the U.S. Department of Homeland Security to verify the
work authorization of newly hired employees pursuant to federal law and in compliance
with the requirements of Article 2 of Chapter 64 of the North Carolina General Statutes.
Bidder is required by federal and state law to comply with the E-Verify program and
ensure compliance by any subcontractor hired by the Bidder to perform any portion of
the Work under this ITB.
ITB # 2015-05-001R
7
Section 2: Bid Response Forms
FORM ONE - BIDDER SUBMISSION FORM
BID # 2015-05-001R
Concourse A: Passenger Boarding Bridges, A9, A11 & A13 – Parts & Install
This Bid is submitted by:
Company Name: _________________________________________________
Representative (printed):____________________________________________
Address:
________________________________________________________
________________________________________________________
City/State/Zip: ________________________________________________________
Telephone:
________________________________________________________
(Area Code) Telephone Number
Facsimile:
________________________________________________________
(Area Code) Fax Number
E-Mail Address: ______________________________________________________
State of Incorporation: _________________________________________________
Business Type:
Corporation
Partnership
Sole Proprietorship
Joint Venture
Limited Liability Corporation
Other (Specify)
It is understood by the Bidder that the Airport reserves the right to reject any and all
Bids, to make awards on all items or on any items according to the best interest of the
Airport, to waive formalities, technicalities, to rescind and re-bid this ITB. Bids are valid
for ninety (90) calendar days from Bid opening.
______________________________________
Company Name
________________________
Date
_____________________________________
Authorized Signature
________________________
Please type or print name
ITB # 2015-05-001R
8
FORM TWO
ADDENDUM ACKNOWLEDGEMENT
BID # 2015-05-001R
Concourse A: Passenger Boarding Bridges, A9, A11 & A13 – Parts & Install
Bid Submission Check List: Confirm by placing a check mark in the space provided that as
the Bidder the information listed below has been reviewed and compiled with in the submission
of a response to this ITB.
(A)
_____ Addenda acknowledgement. Please contact the Aviation Procurement Manager
to verify the number of addenda issued via email at cibailey@cltairport.com.
Addenda Receipt: The following confirms receipt of any and all addenda issued
for this ITB:
(B)
Addendum #
Date Issued
___________
__________
___________
__________
___________
__________
_____ Bid document has been signed by authorized Bidder official.
(C)
_____ Bid package has been properly labeled per the instructions. (See Section 1.8)
(D)
_____ Bid Response Package Forms
1.
2.
3.
4.
5.
6.
7.
Bid Submission - Form One
Addenda Acknowledgement - Form Two
Exceptions Form – Form Three
Pricing - Form Four
Non-Discrimination Certification - Form Five
E-Verify Certification – Form Six (Contracts over $100,000)
CBI/DBE Forms – Form Seven
The signature below certifies the Bid response complies with the requirements of this ITB and
that the above items A through D have been verified as complete. The Bidder further
represents that it has read and can comply with all terms of the Contract, including without
limitation, the insurance requirements.
______________________________________
________________________
Company Name
_____________________________________
Date
________________________
Authorized Signature
Please type or print name
ITB # 2015-05-001R
9
FORM THREE
EXCEPTIONS FORM
BID # 2015-05-001R
Concourse A: Passenger Boarding Bridges, A9, A11 & A13 – Parts & Install
All Work requested in the ITB must be provided for the price(s) set forth in the Form 4, in strict
conformance with the terms, conditions and specifications set forth in the ITB (including any
addenda or amendments), subject only to the exceptions stated in the chart below. Exceptions
representing material changes to the ITB’s terms are grounds for rejection of the Bid. List any
exceptions taken to the ITB terms or the general specifications provided in Exhibit A in Section
3. For each exception, provide an explanation. If none, state “None”.
ITB Section Number
ITB Section Title
Exception and Proposed Change to ITB
The signature below certifies that: (a) the Bid complies with the requirements of this ITB; and (b)
that the Bidder takes no exception to the terms of the ITB other than those listed in the chart
contained in this Form.
______________________________________
________________________
Company Name
Date
_____________________________________
________________________
Authorized Signature
Please type or print name
ITB # 2015-05-001R
10
FORM FOUR
PRICING SHEET
BID # 2015-05-001R
Concourse A: Passenger Boarding Bridges, A9, A11 & A13 – Parts & Install
Instructions:
•
•
If your bid includes price increases over the term of the Contract, such increases must be
clearly designated below.
In case of error in extension of prices in the bid, the unit prices, where available, shall
govern.
The undersigned proposes to furnish the items listed in Attachment B, attached hereto, in strict
conformance to the Specifications and the ITB at the prices stated in the Bid.
The undersigned hereby certifies the Bidder has read the terms of this ITB and is authorized to
bind the firm to the information herein set forth. Further the Bidder certifies that in connection
with this procurement:
1. The prices in this bid have been arrived at independently, without consultation,
communication, or agreement, for the purpose of restricting competition, as to any matter
relating to such prices with any other Bidder or with any competitor; and
2. Unless otherwise required by law, the Bidder has not knowingly disclosed the prices that
have been quoted in this bid directly or indirectly to any other Bidder or to any competition
prior to the opening of the bid.
3. No attempt has been made or will be made by the Bidder to induce any other person or firm
to submit or not to submit a bid for the purpose of restricting competition.
______________________________________
________________________
Company Name
Date
_____________________________________
________________________
Authorized Signature
Please type or print name
ITB # 2015-05-001R
11
FORM FIVE
NON-DISCRIMINATION PROVISION
FOR ALL CITY CONTRACTS
BID #: 2015-05-001R
Concourse A: Passenger Boarding Bridges, A9, A11 & A13 – Parts & Install
The undersigned Bidder hereby certifies and agrees that the following information is correct:
1. In preparing the enclosed Bid, the Bidder has considered all bids submitted from qualified,
potential subcontractors and suppliers, and has not engaged in discrimination as defined in
Section 2 below.
2. For purposes of this section, discrimination means discrimination in the solicitation,
selection, or treatment of any subcontractor, vendor, supplier or commercial customer on the
basis of race, ethnicity, gender, age, religion, national origin, disability or any otherwise
unlawful form of discrimination. Without limiting the foregoing, discrimination also includes
retaliating against any person or other entity for reporting any incident of discrimination.
3. Without limiting any other remedies that the City may have for a false certification, it is
understood and agreed that, if this certification is false, such false certification will constitute
grounds for the City to reject the Bid submitted with this certification, and terminate any
contract awarded based on such Bid. It shall also constitute a violation of the City’s
Commercial Non-Discrimination Ordinance and shall subject the Bidder to any remedies
allowed there under, including possible disqualification from participating in City contracts or
solicitation processes for up to two years.
4. As a condition of contracting with the City, the Bidder agrees to promptly provide to the City
all information and documentation that may be requested by the City from time to time
regarding the solicitation and selection of suppliers and subcontractors in connection with
this solicitation process. Failure to maintain or failure to provide such information shall
constitute grounds for the City to reject the Bid and to any contract awarded on such Bid. It
shall also constitute a violation of the City’s Commercial Non-Discrimination Ordinance, and
shall subject the Bidder to any remedies that are allowed there under.
5. As part of its Bid, the Bidder shall provide to the City a list of all instances within the past ten
years where a complaint was filed or pending against Bidder in a legal or administrative
proceeding alleging that Bidder discriminated against its subcontractors, vendors, suppliers,
or commercial customers, and a description of the status or resolution of that complaint,
including any remedial action taken.
6. As a condition of submitting a Bid to the City, the Bidder agrees to comply with the City’s
Commercial Non-Discrimination Policy as described in Section 2, Article V of the Charlotte
City Code, and consents to be bound by the award of any arbitration conducted there under.
______________________________________
Company Name
________________________
Date
_____________________________________
Authorized Signature
________________________
Please type or print name
ITB # 2015-05-001R
12
FORM SIX
E-VERIFY CERTIFICATION
Bid #: 2015-05-001R
Concourse A: Passenger Boarding Bridges, A9, A11 & A13 – Parts & Install
This E-Verify Certification is provided to the City of Charlotte (the “City”) by the company signing
below (“Company”) as a prerequisite to the City considering Company for award of a City
contract equal to or exceeding $100,000(the “Contract”).
1. Company understands that:
a. E-Verify is the federal program operated by the United States Department of
Homeland Security and other federal agencies to enable employers to verify the
work authorization of employees pursuant to federal law, as modified from time to
time.
b.
Article 2 of Chapter 64 of the North Carolina General Statutes requires employers
that transact business in this state and employ 25 or more employees in this state to:
(i) verify the work authorization of employees who will be performing work in North
Carolina through E-Verify; and (ii) maintain records of such verification (the “E-Verify
Requirements”).
c. North Carolina General Statute 160A-20.1(b) prohibits the City from entering into
contracts unless the Company and all subcontractors comply with the E-Verify
Requirements.
2. As a condition of being considered for the Contract, Company certifies that:
a. If Company has 25 or more employees working in North Carolina (whether now or at
any time during the term of the Contract), Company will comply with the E-Verify
Requirements in verifying the work authorization of Company employees working in
North Carolina; and
b. Regardless of how many employees Company has working in North Carolina,
Company will take appropriate steps to ensure that each subcontractor performing
work on the Contract that has 25 or more employees working in North Carolina will
comply with the E-Verify Requirements.
3. Company acknowledges that the City will be relying on this Certification in entering into the
Contract, and that the City may incur expenses and damages if the City enters into the
Contract with Company and Company or any subcontractor fails to comply with the E-Verify
Requirements. Company agrees to indemnify and save the City harmless from and against
all losses, damages, costs, expenses (including reasonable attorney’s fees) obligations,
duties, fines and penalties (collectively “Losses”) arising directly or indirectly from violation of
the E-Verify Requirements by Company or any of its subcontractors, including without
limitation any Losses incurred as a result of the Contract being deemed void.
______________________________________
________________________
Company Name
Date
_____________________________________
________________________
Authorized Signature
Please type or print name
ITB # 2015-05-001R
13
Section 3: Contract
STATE OF NORTH CAROLINA
COUNTY OF MECKLENBURG
CONTRACT NO. __________
CONTRACT TO PROVIDE
[Insert Title of Work]
This Contract (the “Contract”) is entered into as of this [insert Date] (the “Effective Date”), by
and between [insert Company name], a [insert type of company] registered under the laws
of the State of [insert state] and doing business in North Carolina (the “Company”), and the
City of Charlotte, a municipal corporation of the State of North Carolina (the "City").
Statement of Background and Intent
A. The City is the owner and operator of the Charlotte Douglas International Airport
(“Airport”);
B. The City issued An Invitation to Bid dated [insert date] requesting bids from qualified
firms to provide the City with [insert product/service description] hereafter referred to
as the "Work". This Invitation to Bid, together with all attachments and any amendments,
is referred to herein as the “ITB";
C. The Company submitted a bid in response to ITB on [insert date]. This bid, together
with all attachments is referred to herein as the “Bid”; and
D. The Company wishes to provide the Work to the City in accordance with the terms and
conditions set forth herein.
NOW, THEREFORE, for good and valuable consideration, the receipt and sufficiency of which
are hereby acknowledged, and in further consideration of the covenants and conditions
contained in this Contract, the parties agree as follows:
AGREEMENT
1. INCORPORATION OF EXHIBITS. The following Exhibits are attached to the Contract and
incorporated into and made a part of this Contract by reference:
Exhibit A: Specifications
Exhibit B: Bid
Any conflict between language in an Exhibit and the Contract shall be resolved in favor of
the main body of this Contract. Each reference to [insert company name] in the Exhibits
shall be deemed to mean the Company.
2. DEFINITIONS. The following terms shall have the following meanings for purposes of this
Contract (including all Exhibits):
2.1.
Airport shall mean Charlotte Douglas International Airport
2.2.
Background Checks shall have the meaning set forth in Section 24 below.
2.3.
Change shall have the meaning set forth in Section 27.5 below.
2.4.
Bid shall mean the response to this ITB completed on the Bid Response Forms.
2.5.
City shall mean the City of Charlotte.
ITB # 2015-05-001R
14
2.6.
Company shall mean the successful Bidder.
2.7.
Contract shall mean the terms and conditions under which the Company shall
provide the Work.
2.8.
E-Verify Requirements shall have the meaning set forth in Section 27.19 below.
2.9.
Effective Date shall mean the date set forth in the first paragraph above.
2.10.
Exhibits shall mean the documents specified in Section 1 and attached and
incorporated into the Contract.
2.11.
ITB shall mean Invitation to Bid.
2.12.
Project Manager shall mean the Airport or Company employee who is the point of
contact under this Contract.
2.13.
Specifications shall mean the scope and details of the Work set forth in Exhibit A
that the Company will provide under the Contract.
2.14.
Work shall mean the actual products and/or services provided in compliance with the
Specifications and under this Contract.
3. TERM. The term of the Contract will be for [insert term] from the Effective Date [with an
option to renew for two (2) additional one-year terms]. The Contract may be extended
only by a written amendment to the Contract signed by both parties.
4. COMPENSATION. The Company shall provide the Work in accordance with the
Specifications set forth in Exhibit A to this Contract. The City shall pay the Company for the
Work delivered in compliance with the Specifications and at the prices set forth in Exhibit B.
The maximum amount of the Contract shall not exceed [insert dollar amount in words]
($[insert amount in numbers]) This amount constitutes the maximum fees and charges
payable by the Company in the aggregate under this Contract and will not be increased
except by a written amendment duly executed by both parties. The Company shall not be
entitled to charge the City any prices, fees or other amounts that are not listed in Exhibit B.
5. BILLING. Each invoice sent by the Company shall include all reports, information and data
required by this Contract (including the Exhibits) necessary to entitle the Company to the
requested payment and shall be provided by the Company to the City at the frequency set
forth in Exhibit A or where the exhibit is silent, invoices should be submitted monthly. The
Company shall send one (1) copy only of each invoice using one of the following options:
1. Option 1 – E-mail one copy of each invoice to cocap@charlottenc.gov. Company shall
not mail invoices that have been sent via e-mail.
2. Option 2 – Mail one copy of each invoice to:
City of Charlotte- Accounts Payable
P.O. Box 37979
Charlotte, NC 28237-37979
Attn: Aviation
The City is not tax exempt from sales tax. The Company shall include all applicable State
and County sales taxes on the invoice and not combined with the cost of the goods.
Payment of invoices shall be due within thirty (30) days after the City has received all of the
following: (a) an accurate, properly submitted invoice, (b) all reports due for the month
covered by the invoice; and (c) any other information reasonably requested by the City to
verify the charges contained in the invoice.
ITB # 2015-05-001R
15
6. GENERAL WARRANTIES. Company represents and warrants that:
6.1
It is a legal entity, validly existing and in good standing under the laws of the State of
[insert state], and is qualified to do business in North Carolina;
6.2
It has all the requisite corporate power and authority to execute, deliver and perform
its obligations under this Contract;
6.3
The execution, delivery, and performance of this Contract have been duly authorized
by Company;
6.4
No approval, authorization or consent of any governmental or regulatory authority is
required to be obtained or made by it in order for it to enter into and perform its
obligations under this Contract;
6.5
In connection with its obligations under this Contract, it shall comply with all
applicable federal, state and local laws and regulations and shall obtain and provide
to the City all applicable permits and licenses within ten (10) days of the Company
receiving notice of award and within twenty-four (24) hours of demand at any time
during the term; and
6.6
The Company shall not violate any agreement with any third party by entering into or
performing this Contract.
6.7
The Work shall comply with all requirements set forth in this Contract, including but
not limited to the attached Exhibits;
6.8
The Company guarantees the materials and workmanship on all materials and
services provided under the Contract and that it will fix any defects at its own
expense that are discovered during the guarantee period at the time designated by
and to the satisfaction of the Airport;
6.9
All work performed by the Company and/or its subcontractors pursuant to this
Contract shall meet industry accepted standards, and shall be performed in a
professional and workmanlike manner by staff with the necessary skills, experience
and knowledge; and
6.10
The Work provided by the Company under this Contract will not infringe or
misappropriate any patent, copyright, trademark or trade secret rights of any third
party.
7. INDEMNIFICATION. The Company shall indemnify, defend and hold harmless the City and
the City’s officers, agents and employees from and against any and all claims, losses,
damages, obligations, liabilities and expenses, including but not limited to attorneys' fees,
arising out of or resulting from Company’s performance, or allegations thereof, under this
Contract, except to the extent that the claims, losses, damages, obligations, liabilities and
expenses are caused by the sole negligence of the City, or the City’s officers, agents and
employees. Such liabilities shall include those arising from a violation of any federal, state
or local law, regulation or ordinance by the Company or any of its subcontractors (including
without limitation E-Verify or other immigration laws as applicable). Company shall
purchase insurance, as described in Section 8 of the Contract, which shall include coverage
for the contractual liability described herein. In any case in which Company provides a
defense to the City pursuant to this indemnity, the defense will be provided by attorneys
reasonably acceptable to the City. This provision shall survive the expiration or early
termination of the Contract.
8. INSURANCE. The Company shall provide and maintain at its expense during the term of
ITB # 2015-05-001R
16
this Contract the following program(s) of insurance covering its operations. Such insurance
shall be provided by insurer(s) satisfactory to the City as approved by the City's Risk
Management Division and evidence of such programs satisfactory to the City shall be
delivered to the City on or before the effective date of this Contract. Such evidence shall
specifically identify this Contract and shall contain the express condition that the City is to
be given written notice of at least ten (10) days in advance of any modification or
termination of any program of insurance.
8.1.
Automobile Liability. Evidence of current automobile insurance (attach copy of
automobile Policy declarations Page(s) in the case of Personal Auto) which show the
vehicle and coverage amounts as the appropriate one of the following:
8.1.1.
If the Company owns or leases commercial vehicles to provide goods under this
Contract, Automobile Liability must be provided at a limit of not less than
$1,000,000 per accident, combined single limit, each occurrence, for bodily injury
and property damage liability covering all owned, non-owned, and hired vehicle.
8.1.2.
If the Company does not own or lease any vehicles, but has employees using
their vehicles to perform a service under this Contract, Company must provide
Hired/non-owned Automobile Liability coverage at a limit of not less than
$1,000,000 per occurrence aggregate.
8.1.3.
If the Company does not own or lease any commercial vehicles to perform
services under this Contract, and has no employees using their vehicles to
perform services under this Contract, but uses his or her own personal vehicle to
perform services under this Contract, Personal Automobile Liability may be
provided at limits of not less than $100,000 each person, $300,000 each accident
and property damage liability of $50,000.
8.1.4.
If the Company is trucking fuel, the Automobile Liability coverage shall be
broadened to include pollution coverage on covered autos, and a copy of
endorsement CA 99 48 shall be provided to the City. Company must also supply
the City with evidence of motor carrier endorsement MCS-90 as required by the
Federal Motor Carrier Safety Administration’s Motor Carrier Act.
8.1.5.
However, if the Company has access to the AOA, all automobile liability
insurance limits shall increase to $5,000,000.00 per accident, combined single
limit, each occurrence.
8.2.
Commercial General Liability. Insurance with a limit not less than $1,000,000 per
occurrence/aggregate including coverage for bodily injury, property damage,
products and completed operations, personal/advertising injury liability and
contractual liability.
8.3.
Worker’s Compensation and Employers Liability. Insurance meeting the statutory
requirements of the State of North Carolina and any applicable Federal laws; and,
Employers’ Liability - $100,000 per accident limit, $500,000 disease per policy limit,
$100,000 disease each employee limit. If the Company does not employ more
than 2 full time employees, Company must attest this fact on company
letterhead and include such letter in this Contract.
9. OTHER INSURANCE REQUIREMENTS.
9.1.
“City of Charlotte, 600 East Fourth St. Charlotte, NC 28202” shall be named as an
additional insured under the commercial general liability insurance for operations or
services rendered under this Contract.
ITB # 2015-05-001R
17
9.2.
The Company shall not commence any work in connection with this Contract until it
has obtained all of the types of insurance set forth in this section and furnished the
City with proof of insurance coverage by certificates of insurance accompanying the
Contract.
9.3.
The Company shall not allow any subcontractor to commence work until all such
subcontractors have obtained the same insurance coverages as described above.
9.4.
All insurance policies shall be written by insurers qualified to do business in the State
of North Carolina. If any of the coverage conditions are met by a program of selfinsurance, the Company must submit evidence of the right to self-insure as provided
by the State of North Carolina.
9.5.
The Company insurance shall be primary of any self-funding and/or insurance
otherwise carried by the City for all loss or damages arising from the Company’s
operations under this Contract. The Company and each of its subcontractors shall
and does waive all rights of subrogation against the City and each of the
Indemnitees.
9.6.
The City shall be exempt from, and in no way liable for any sums of money that may
represent a deductible or self-insured retention in any insurance policy. The
payment of the deductible/retention shall be the sole responsibility of the Company
and/or subcontractor.
10. TERMINATION.
10.1.
TERMINATION WITHOUT CAUSE. The City may terminate this Contract at any
time without cause by giving thirty (30) days written notice to the Company.
10.2.
TERMINATION FOR DEFAULT BY EITHER PARTY. By giving written notice to the
other party, either party may terminate this Contract upon the occurrence of one or
more of the following events:
10.2.1.
The other party violates or fails to perform any covenant, provision,
obligation, term or condition contained in this Contract, provided that,
unless otherwise stated in this Contract, such failure or violation shall not
be cause for termination if both of the following conditions are satisfied: (i)
such default is reasonably susceptible to cure; and (ii) the other party cures
such default within thirty (30) days of receipt of written notice of default
from the non-defaulting party; or
10.2.2.
The other party attempts to assign, terminate or cancel this Contract
contrary to the terms hereof; or
10.2.3.
The other party ceases to do business as a going concern, makes an
assignment for the benefit of creditors, admits in writing its inability to pay
debts as they become due, files a petition in bankruptcy or has an
involuntary bankruptcy petition filed against it (except in connection with a
reorganization under which the business of such party is continued and
performance of all its obligations under this Contract shall continue), or if a
receiver, trustee or liquidator is appointed for it or any substantial part of
other party’s assets or properties.
10.2.4.
Any notice of default pursuant to this Section shall identify and state the
party’s intent to terminate this Contract if the default is not cured within the
specified period.
ITB # 2015-05-001R
18
10.3.
ADDITIONAL GROUNDS FOR DEFAULT TERMINATION BY THE CITY. By giving
written notice to the Company, the City may also terminate the Contract upon the
occurrence of one or more of the following events (which shall each constitute
grounds for termination without a cure period and without the occurrence of any of
the other events of default previously listed):
10.3.1. The Company makes or allows to be made any material written
misrepresentation or provides any materially misleading written information in
connection with the ITB, the Bid, or any covenant, agreement, obligation,
term or condition contained in this Contract; or
10.3.2. The Company takes or fails to take any action which constitutes grounds for
immediate termination under the terms of this Contract, including but not
limited to failure to obtain or maintain the insurance policies and
endorsements or failure to provide the proof of insurance as required by this
Contract.
10.3.3. The Company fails to meet delivery times or the Work does not comply with
the terms of this Contract as set forth in Exhibit A.
10.4.
NO EFFECT ON TAXES, FEES, CHARGES, OR REPORTS. Any termination of the
Contract shall not relieve the Company of the obligation to pay any fees, taxes or
other charges then due to the City, nor relieve the Company of the obligation to file
any daily, monthly, quarterly or annual reports covering the period to termination nor
relieve the Company from any claim for damages previously accrued or then
accruing against the Company.
10.5.
OBLIGATIONS UPON EXPIRATION OR TERMINATION. In the event this Contract
is terminated by the City for any reason prior to the end of the term, the Company
shall upon termination immediately discontinue all services in connection with this
Contract and promptly cancel all existing orders and subcontracts, which are
chargeable to this Contract. As soon as practicable after receipt of notice of
termination, the Company shall submit a statement to the City showing in detail the
Work performed under this Contract to the date of termination.
10.6.
NO SUSPENSION. In the event that the City disputes in good faith an allegation of
default by the Company, notwithstanding anything to the contrary in this Contract,
the Company agrees that it will not terminate this Contract or suspend or limit the
delivery of the Work or any warranties or repossess, disable or render unusable any
Software supplied by the Company, unless (i) the parties agree in writing, or (ii) an
order of a court of competent jurisdiction determines otherwise.
10.7.
AUTHORITY TO TERMINATE. The Aviation Director or his designee is authorized to
terminate this Contract on behalf of the City.
11. TRANSITION SERVICES UPON TERMINATION. Upon termination or expiration of this
Contract, the Company shall cooperate with the City to assist with the orderly transfer of the
Work, functions and operations provided by the Company hereunder to another provider or
to the City as determined by the City in its sole discretion.
12. REMEDIES.
12.1.
Right to Cover. If the Company fails to meet any completion date or resolution time
set forth in this Contract (including all Exhibits), the City may take any of the following
actions with or without termination this Contract, and in addition to and without
limiting any other remedies it may have:
ITB # 2015-05-001R
19
12.1.1. Employ such means as it may deem advisable and appropriate to perform
itself or obtain the Work from a third party until the matter is resolved and the
Company is again able to resume performance under this Contract; and
12.1.2. Deduct any and all expenses incurred by the City in obtaining or performing
the Work from any money then due or to become due to the Company and,
should the City’s cost of obtaining or performing the Work exceed the amount
due the Company, collect the amount due the City from the Company.
12.2.
Right to Withhold Payment. If the Company breaches any provision of this Contract,
the City shall have the right to withhold all payments due to the Company until such
breach has been fully cured.
12.3.
Setoff. Each party shall be entitled to setoff and may deduct from any amounts owed
to the other party under this Contract all damages and expenses incurred as a result
of the other party’s breach of this Contract.
12.4.
Other Remedies. Upon breach of this Contract, each party may seek all legal and
equitable remedies to which it is entitled. The remedies set forth herein shall be
deemed cumulative and not exclusive and may be exercised successively or
concurrently, in addition to any other available remedy. However, under no
circumstances shall the Airport be liable to the Company for damages arising from
delay, whether caused by the Airport or not.
13. RELATIONSHIP OF THE PARTIES. The relationship of the parties established by this
Contract is solely that of independent contractors, and nothing contained in this Contract
shall be construed to (i) give any party the power to direct or control the day-to-day activities
of the other; (ii) constitute such parties as partners, joint ventures, co-owners or otherwise
as participants in a joint or common undertaking; (iii) make either party an agent of the other
for any purpose whatsoever, or (iv) give either party the authority to act for, bind, or
otherwise create or assume any obligation on behalf of the other. Nothing herein shall be
deemed to eliminate any fiduciary duty on the part of the Company to the City that may arise
under law or under the terms of this Contract.
14. AUDIT. During the term of this Contract and for a period of one (1) year after termination of
this Contract, the City shall have the right to audit, either itself or through an independent
auditor, all books and records and facilities of the Company necessary to evaluate the
Company’s compliance with the terms and conditions of the Contract or the City’s payment
obligations. The City shall pay its own expenses, related to such audits, but shall not have
to pay any expenses or additional costs of the Company. However, if non-compliance is
found that would have cost the City in excess of $5,000 but for the audit, then the Company
shall be required to reimburse the City for the cost of the audit.
15. RECORDS. The Company shall be responsible for keeping a record that accurately states
the number of hours worked or quantity of goods provided by the Company in the process of
providing the Work under the terms of the Contract. The City shall have the right to audit
the Company’s invoices, expense reports and other documents relating to the Work
performed under the Contract, and shall not be required to pay for Work which did not occur
or which occurred in breach of the Contract. The Company shall make such documents
available for inspection and copying by the City in Charlotte, North Carolina between the
hours of 9:00 a.m. and 5:00 p.m., Monday through Friday, whenever requested by the City.
16. INSPECTION. The Airport reserves the right to inspect the equipment, plant or other
facilities of the Company to confirm that such conform with the requirements set forth in
Exhibit A and are adequate and suitable for proper and effective performance of this
ITB # 2015-05-001R
20
Contract. Such inspections shall be conducted during normal business hours and upon at
least three (3) days’ notice to the Company.
17. ACCEPTANCE OF THE WORK. The Work delivered under this Contract shall remain the
property of the Company until the Airport physically inspects, actually uses and accepts the
Work.
18. COMPANY PROJECT MANAGER. Where the ITB or the Contract requires the Company
to provide a Project Manager, their duties shall include, but are not limited to, the following:
18.1.
Coordination of Project schedules and the Company’s resource assignment based
upon the City’s requirements and schedule constraints;
18.2.
Acting as the Company’s point of contact for all aspects of the Contract
administration, including invoicing for the Work, and status reporting;
18.3.
Facilitation of review meetings and conferences between the City and the
Company’s executives when scheduled or requested by the City;
18.4.
Communications among and between the City and the Company’s staff;
18.5.
Promptly responding to the City’s Project Manager when consulted in writing or by email with respect to the Work deviations and necessary documentation;
18.6.
Identifying and providing the City with timely written notice of all issues that may
threaten the Company’s ability to provide the Work in a manner contemplated by the
Contract;
18.7.
Ensuring that adequate quality assurance procedures are in place through the
duration of the Contract term; and
18.8.
Meeting with other companies working on City projects that relate to this effort as
necessary to resolve problem and coordinate the provision of the Work.
19. DUTY OF THE COMPANY TO IDENTIFY AND REQUEST INFORMATION, PERSONNEL
AND FACILITIES. The Company shall identify and request in writing from the City in a
timely manner the following:
19.1.
All information reasonably required by the Company to perform each task comprising
the Work;
19.2.
The City’s personnel whose presence or assistance may reasonably be required by
the Company to perform each task comprising the Work; and
19.3.
Any other equipment, facility or resource reasonably required by the Company to
perform the Work.
Notwithstanding the foregoing, the Company shall not be entitled to request the City provide
information, personnel or facilities other than those which Exhibit A specifically requires the
City to provide, unless the City can do so at no significant cost. The Company shall not be
relieved of any failure to perform under this Contract by virtue of the City’s failure to provide
any information, personnel, equipment, facilities or resources that is not required under
Exhibit A or requested in writing. However, where the Company provides written notice and
the City fails to provide included information, personnel, facility or resources, the Company
shall notify the City in writing immediately in accordance with the notice provision of this
Contract. Failure to do so shall constitute a waiver by the Company for any claim or defense
it may otherwise have based on the City’s failure to provide such information, personnel,
facility or resource.
ITB # 2015-05-001R
21
20. NON-DISCRIMINATION. The City has adopted a Commercial Non-Discrimination Policy
that is described in Section 2, Article V of the Charlotte City Code, and is available for
review on the City’s website (the “Non-Discrimination Policy”). The Company agrees to
comply with the Non-Discrimination Policy, and consents to be bound by the award of any
arbitration conducted thereunder. As part of such compliance, the Company shall not
discriminate on the basis of race, gender, religion, national origin, ethnicity, age, or disability
in the solicitation, selection, hiring, or treatment of subcontractors, vendors, suppliers, or
commercial customers in connection with a City contract or contract solicitation process, nor
shall the Company retaliate against any person or entity for reporting instances of such
discrimination. The Company shall provide equal opportunity for subcontractors, vendors
and suppliers to participate in all of its subcontracting and supply opportunities on City
contracts, provided that nothing contained in this clause shall prohibit or limit otherwise
lawful efforts to remedy the effects of marketplace discrimination that has occurred or is
occurring in the marketplace. The Company understands and agrees that a violation of this
clause shall be considered a material breach of this Contract and may result in termination
of this Contract, disqualification of the Company from participating in City contracts or other
sanctions.
As a condition of entering into this Contract, the Company agrees to: (a) promptly provide to
the City all information and documentation that may be requested by the City from time to
time regarding the solicitation, selection, treatment and payment of subcontractors in
connection with this Contract; and (b) if requested, provide to the City within sixty days after
the request a truthful and complete list of the names of all subcontractors, vendors, and
suppliers that Company has used on City contracts in the past five years, including the total
dollar amount paid by Contractor on each subcontract or supply contract. The Company
further agrees to fully cooperate in any investigation conducted by the City pursuant to the
City’s Non-Discrimination Policy as set forth in Section 2, Article V of the City Code, to
provide any documents relevant to such investigation that are requested by the City, and to
be bound by the award of any arbitration conducted under such Policy. The Company
understands and agrees that violation of this clause shall be considered a material breach of
this Contract and may result in contract termination, disqualification of the Company from
participating in City contracts and other sanctions.
The Company further agrees to provide to the City from time to time on the City’s request,
payment affidavits detailing the amounts paid by Company to subcontractors and suppliers
in connection with this Contract within a certain period of time. Such affidavits shall be in
the format provided by the City.
21. COMPANY WILL NOT SELL or DISCLOSE DATA. The Company will treat as confidential
information all data provided by the City in connection with this Contract. City data
processed by the Company shall remain the exclusive property of the City. The Company
will not reproduce, copy, duplicate, disclose, or in any way treat the data supplied by the City
in any manner except that contemplated by this Contract.
22. WORK ON CITY’S PREMISES. The Company will ensure that its employees and agents
shall, whenever on the City’s premises, obey all instructions and directions issued by the
City’s Project Manager with respect to work on the City’s premises. The Company agrees
that its personnel and the personnel of its subcontractors will comply with all rules,
regulations and security procedures of the City when on the city’s premises.
23. NO LIENS. All products provided under this Contract shall be delivered and remain free
and clear of all liens and encumbrances.
24. BACKGROUND CHECKS. Prior to starting work under this Contract, the Company is
ITB # 2015-05-001R
22
required to conduct a background check on each Company employee assigned to work
under the Contract, and shall require its subcontractors (if any) to perform a background
check on each of their employees assigned to work under the Contract (collectively, the
“Background Checks”). Each Background Check must include: (a) the person’s criminal
conviction record from the states and counties where the person lives or has lived in the
past seven years; and (b) a reference check.
24.1.
The Company must follow all State and Federal laws when conducting Background
Checks, including but not limited to the Fair Credit Reporting Act requirements, and
shall requires its subcontractors to do the same.
24.2.
The Company shall notify the City of any information discovered in the Background
Checks that may be of potential concern for any reason.
24.3.
The City may conduct its own background checks on principals of the Company as
the City deems appropriate. By operation of the public records law, backgroundcheck conducted by the City are subject to public review upon request.
25. DRUG-FREE WORKPLACE. The City is a drug-free workplace employer. The Company
hereby certifies that it has or it will within thirty (30) days after execution of this Contract:
25.1.
Notify employees that the unlawful manufacture, distribution, dispensation,
possession, or use of controlled substance is prohibited in the workplace and
specifying actions that will be taken for violations of such prohibition;
25.2.
Establish a drug-free awareness program to inform employees about (i) the dangers
of drug abuse in the workplace, (ii) the Company’s policy of maintaining a drug-free
workplace, (iii) any available drug counseling, rehabilitation, and employee
assistance programs, and (iv) the penalties that may be imposed upon employees
for drug abuse violations;
25.3.
Notify each employee that as a condition of employment, the employee will (i) abide
by the terms of the prohibition outlines in (a) above, and (ii) notify the Company of
any criminal drug statute conviction for a violation occurring in the workplace not later
than five days after such conviction;
25.4.
Impose a sanction on, or requiring the satisfactory participation in a drug counseling,
rehabilitation or abuse program by an employee convicted of a drug crime;
25.5.
Make a good faith effort to continue to maintain a drug-free workplace for employees;
and
25.6.
Require any party to which it subcontracts any portion of the work under the contract
to comply with the provisions of this Section.
A false certification or the failure to comply with the above drug-free workplace requirements
during the performance of this Contract shall be ground for suspension, termination or
debarment.
ITB # 2015-05-001R
23
26. NOTICES. Any notice, consent or other communication required or contemplated by this
Contract shall be in writing, and shall be delivered in person, by U.S. mail, by overnight
courier, by electronic mail or by telefax to the intended recipient at the address set forth
below. Notice shall be effective upon the date of receipt by the intended recipient; provided
that any notice which is sent by telefax or electronic mail shall also be simultaneously sent
by mail deposited with the U.S. Postal Service or by overnight courier. Each party may
change its address for notification purposes by giving the other party written notice of the
new address and the date upon which it shall become effective.
Communications that relate to any breach, default, termination, delay in performance,
prevention of performance, modification, extension, amendment, or waiver of any provision
of this Contract shall be sent to:
For The Company:
For The City:
Charlotte Douglas International Airport
Attn:
5601 Wilkinson Boulevard
Charlotte, NC 28208
Phone:
Fax:
E-mail:
With Copy To:
With Copy To:
Charlotte Douglas International Airport
Attn:
5601 Wilkinson Boulevard
Charlotte, NC 28208
Phone:
Fax:
E-mail:
All other notices shall be sent to the other party’s Project Manager at the most recent
address provided in writing by the other party.
ITB # 2015-05-001R
24
27. MISCELLANEOUS.
27.1.
Non-Exclusivity. The Company acknowledges that it is one of several providers of
the Work to the City and the City is not obligated to contract with the Company for
any particular project.
27.2.
Time is of the Essence. Time is of the essence in having the Company perform all
Work and deliver all items within the time frames provided by this Contract and
Exhibit A, including all completion dates, response times and resolution time.
Except as specifically stated in the Contract, there shall be no extensions of the
stated time frames. All references to days in this Contract (including the Exhibits)
shall refer to calendar days rather than business days, unless the Contract provides
otherwise for a specific situation.
27.3.
Entire Contract. This Contract including all Exhibits constitutes the entire agreement
between the parties with respect to the subject matter herein. There are no other
representations, understandings, or agreements between the parties with respect to
such subject matter. This Contract supersedes all prior agreements, negotiations,
representations and bids, written or oral.
27.4.
Amendment. No amendment or change to the Contract shall be valid unless in
writing and signed by both parties to the Contract.
27.5.
Service Changes and Change Orders. In the event changes to the Work (collectively
“Change”), become necessary or desirable to the parties, the parties shall follow the
procedures set forth in this Section. A Change shall be effective only when
documented by a written amendment to this Contract executed by both parties. The
amendment shall set forth in detail (i) the Change requested, including all
modifications of the duties of the parties; (ii) the reason for the proposed Change;
and (iii) a detailed analysis of the impact of the Change on the results of the Work
including the impact on all delivery dates and any associated price.
In the event either party desires a Change, the Project Manager for such party shall
submit to the other party’s Project Manager a written request for the Change. If the
receiving party does not accept the Change within ten (10) days, the receiving party
shall be deemed to have rejected the Change request. If the parties cannot reach an
agreement on a proposed Change, the Company shall nevertheless continue to
render performance under this Contract in accordance with its (unchanged) terms
and conditions.
Changes that involve or increase the amounts payable by the City require execution
by the Aviation Director or a designee depending on the amount. Some increases
may require execution by the City Manager or a designee or approval by Charlotte
City Council.
27.6.
Governing Law and Jurisdiction. North Carolina law shall govern the interpretation
and enforcement of this Contract, and any other matters relating to this Contract (all
without regard to North Carolina conflicts of law principles). All legal actions or other
proceedings relating to this Contract shall be brought in a state or federal court sitting
in Mecklenburg County, North Carolina. By execution of this Contract, the parties
submit to the jurisdiction of said courts and hereby irrevocably waive any and all
objections which they may have with respect to venue in any court sitting in
Mecklenburg County, North Carolina.
27.7.
Binding Nature and Assignment. This Contract shall bind the parties and their
ITB # 2015-05-001R
25
successors and permitted assigns. Neither party may assign this Contract without
the prior written consent of the other. Any assignment attempted without the written
consent of the other party shall be void. For purposes of this Section, a Change in
Control, as defined in Section 27.13 constitute an assignment.
27.8.
Survival of Provisions. Those Sections of the Contract and the Exhibits which by
their nature would reasonably be expected to continue after the termination or
natural expiration of the Contract shall survive the termination or natural expiration of
the Contract, including but not limited to all definitions and Sections 6.9, 6.10, 7,
10.5, 12, 14, 15 and 27.6.
27.9.
Severability. The invalidity of one or more of the phrases, sentences, clauses or
sections contained in this Contract shall not affect the validity of the remaining
portion of this Contract so long as the material purposes of this Contract can be
determined and effectuated. If any provision of this Contract is held to be
unenforceable, then both parties shall be relieved of all obligations arising under
such provision, but only to the extent that such provision is unenforceable, and this
Contract shall be deemed amended by modifying such provision to the extent
necessary to make it enforceable while preserving its intent.
27.10. No Publicity. No advertising, sales promotion or other materials of the Company or
its agents or representations may identify or reference this Contract or the City in any
manner without the prior written consent of the City. Notwithstanding the forgoing,
the parties agree that the Company may list the City as a reference in responses to
invitations to bid or requests for proposals, and may identify the City as a customer in
presentations to potential customers.
27.11. No Manufacturer or Dealer Advertisement. No manufacture or dealer shall advertise
on goods delivered to the Airport without prior approval by the Aviation Director, or
his designee.
27.12. Waiver. No delay or omission by either party to exercise any right or power it has
under this Contract shall impair or be construed as a waiver of such right or power.
A waiver by either party of any covenant or breach of this Contract shall not
constitute or operate as a waiver of any succeeding breach of that covenant or of
any other covenant. No waiver of any provision of this Contract shall be effective
unless in writing and signed by the party waiving the rights.
27.13. Change in Control. In the event of a change in “Control” of the Company (as defined
below), the City shall have the option of terminating this Contract by written notice
to the Company. The Company shall notify the City within ten days of the
occurrence of a change in control. As used in this Contract the term “Control” shall
mean the possession, direct or indirect, of either (i) the ownership of or ability to
direct the voting of, as the case may be fifty-one percent (51%) or more of the equity
interests, value or voting power in the Company or (ii) the power to direct or cause
the direction of the management and policies of the
Company whether through
the ownership of voting securities, by contract or otherwise.
27.14. Force Majeure. Neither party hereto shall be liable to the other for any failure, delay
or interpretation in the performance of any of the terms, covenants, or conditions of
this Contract due to causes beyond the control of that party including, but not limited
to, court order, shortages of materials, acts of God, act of the public enemy, acts of
superior governmental authority, weather conditions, floods, riots, rebellion, sabotage
or other circumstances for which such party is not responsible, which the party
ITB # 2015-05-001R
26
cannot reasonably circumvent or which are not in its power to control, for as long as
such cause continues. This Section does not include strikes, slow-downs, walkouts,
lockouts and individual disputes.
27.15. No Limitations on Disclosure. The Company agrees that the Airport shall be able to
disclose and distribute to any persons or entities, without restrictions, all Work and
samples provided under this Contract or the ITB. The Company specifically agrees
that the Airport can and will provide samples of the Work provided under this
Contract to the Company’s competitors in any future procurement process.
27.16. No Bribery. The Company certifies that neither it, any of its affiliates or
subcontractors, nor any employees of any of the forgoing has bribed or attempted to
bribe an officer or employee of the City in connection with this Contract.
27.17. Familiarity and Compliance with Laws and Ordinances. The Company agrees to
make itself aware of and comply with all local, state and federal ordinances, statutes,
laws, rules and regulations applicable to the Work. The Company further agrees that
it will at all times during the term of this Contract be in compliance with all applicable
federal, state and/or local laws regarding employment practices. Such laws will
include, but shall not be limited to workers’ compensation, the Fair Labor
Standards Act (FLSA), the Americans with Disabilities Act (ADA), the Family and
Medical Leave Act (FMLA) and all OSHA regulations applicable to the work.
27.18. Taxes. The Company shall pay all applicable federal, state and local taxes which
may be chargeable against the performance of the Work.
27.19. E-VERIFY. As a condition for payment under this Contract, Company shall (ii)
comply with the E-Verify requirements set forth in Article 2 of Chapter 64 of the North
Carolina General Statutes (the “E-Verify Requirements); and (ii) cause each
subcontractor under this Contract to comply with such E-Verify Requirements as
well. Company will indemnify and save harmless the City from all losses, damages,
costs, expenses (including reasonable attorneys’ fees), obligations, duties, fines,
penalties, interest changes and other liabilities (including settlement amounts)
incurred on account of any failure by Company or any subcontractor to comply with
the E-Verify Requirements. However, no such condition exists where total value of
the Contract is less than $100,000.
28. NON-APPROPRIATION OF FUNDS. If the City Council does not appropriate the funding
needed by the City to make payments under this Contract for a given fiscal year, the City will
not be obligated to pay amounts due beyond the end of the last fiscal year for which funds
were appropriated. In such event, the City will promptly notify the Company of the nonappropriation and this Contract will be terminated at the end of the last fiscal year for which
funds were appropriated. No act or omission by the City, which is attributable to nonappropriation of funds shall constitute a breach of or default under this Contract.
[Intentionally Left Blank]
ITB # 2015-05-001R
27
IN WITNESS WHEREOF, and in acknowledgment that the parties hereto have read and
understood each and every provision hereof, the parties have caused this Contract to be
executed on the date first written above.
(INSERT COMPANY NAME)
BY: _____________________________
SIGNATURE: ________________________
TITLE: _________________________
DATE: ________________________
CITY OF CHARLOTTE
BY: _____________________________
SIGNATURE: ________________________
TITLE: _________________________
DATE: ________________________
This instrument has been pre-audited in the manner required by Local Government
Budget and Fiscal Control Act.
CITY OF CHARLOTTE
FINANCE DEPARTMENT
BY:
_________________________________________________
(Signature)
TITLE: ________________________________________________
ITB # 2015-05-001R
28
EXHIBIT A: Specifications
Scope of Work: A detailed scope of work is provided in Attachment A – Specifications.
1. Contract Types: The Contract resulting from this ITB will be of the type indicated below:
_X__ Definite Quantity: The Contract will be a fixed-price contract that provides for
delivery of a specified quantity of products and any related services either at
specified times or when ordered.
Indefinite Quantity: The Contract will be a unit price contract for an indefinite
amount of products (and any related services) to be furnished at specified times,
or as ordered. In some cases, indefinite quantity contracts may state a minimum
quantity that the Airport is obligated to order but in others the Airport reserves the
right to purchase according to actual need and does not guarantee quantities.
The Airport may make available to Bidders information regarding the Airport’s
purchase history or projected estimates of the approximate quantity of products
that will be needed. Notwithstanding such information, each Bidder is required to
perform its own due diligence on which to base its bid. Inaccuracy of information
provided by the Airport will not give rise to any claim against the Airport, or entitle
any Bidder to rescind its Bid or the Company to terminate or amend the Contract.
2. Terms of Contract:
X Unit Price Contract: Contract awarded is for a unit price when product and
service needs are based upon indefinite quantities, and where orders will be
based on actual needs that may exceed or be less than projections. All
expenditures under a unit price contract are contingent upon appropriations
having been made by City Council.
____ One Time Purchase: Contract awarded is for a specific quantity purchased at
one time.
3. General Requirements: All equipment and component parts furnished shall be new, meet
all requirements of these Specifications and be in operating condition at time of delivery.
Bids submitted in response to this ITB must comply with all terms and conditions and
Specifications as listed. Refer to Attachment A with regards to documentation and
requirements for each scope of work by Section.
4. Warranty: All equipment and goods supplied under these Specifications shall be covered
by the manufacturer’s normal written guarantee and/or warranty (minimum of one year)
against defects in materials, workmanship and performance.
a. Two copies of the manufacturer’s written warranty shall be supplied with the
equipment.
b. It shall be the responsibility of the manufacturer to pay all shipping and crating costs
associated with warranty repairs.
c. Warranty repairs shall be performed by the Company at the customer’s site on
request.
d. The equipment warranty will become effective on the date of installation of the
equipment by the Airport, but shall not exceed 24 months after receipt by the Airport.
ITB # 2015-05-001R
29
5. Pricing. Bid shall be submitted as a fixed unit cost per Form 4 – Pricing Sheet and
submitted in the format provided in Attachment B – Product Pricing. No other charges
shall be allowed.
6. Placement of Orders. All orders will be placed by City designated personnel on an as
needed basis for the quantity required at the time during the term of the Contract. Orders will
be placed by means of a purchase order, or other approved authorization method.
7. Items under Contract. The Airport reserves the right to add or delete items to the Contract
if particular items should become discontinued or an upgraded item become available to the
industry market. Any new or replacement items added will be subject to bid statute
requirements. The Airport may also delete items in the Contract if items are no longer
needed.
8. Contract Time. For the requested Work under this Contract, time is of the essence. The
Company shall achieve substantial completion of the Work by December 31, 2015 from the
date of commencement stated in the written Notice to Proceed. Company acknowledges
that the time for completion of the Work is sufficient. The Company’s bid is deemed a
binding commitment to meet the delivery time stated above unless the Bid specifically takes
exception.
9. Delivery. All Work provided under this Contract must be delivered F.O.B. Destination within
the time frame specified in Section 8 above. Delivery and freight charges are to be included
in Bid pricing. Failure to comply with this requirement shall be cause to terminate this
Contract unless such failure is confined to infrequent and isolated instances, which do not
involve major purchases.
10. General Work Constraints. The Company shall note that the Airport is in operation 24
hours per day, 7 days per week. Because of this, the Company shall plan and execute all
activities, movement of materials, personnel and equipment, demolition and removal of
existing property, so as to not impede any operations of the Airport or public, such as the
movement of vehicles, foot traffic, aircraft or emergency vehicles. Airport operations take
precedence over all other activities.
a. Airport operations take precedence over all other operations when on the Airport
Operations Area (AOA). To assure the safe operation of aircraft, safety of passengers
and employees, the Company may be asked to work other than normal working hours to
minimize impact to daily operations. This shall be anticipated whenever construction
occurs on the AOA, unless construction fencing and barricades surround the project.
The Company shall take this into consideration, and no additional costs will be borne by
the City for this constraint.
b. Some work will be within the AOA and will take place adjacent to moving vehicles.
Company shall give way to all air traffic. All vehicles and equipment shall remain inside
the Company’s work area.
c. The Company shall be responsible for repairs to any paved or unpaved areas within the
AOA that are damaged by the Company’s construction operations.
d. The City reserves the right to suspend any or all Company construction for periods of time
as may be required for aircraft operations or weather emergencies.
e. All Work to be performed in the AOA must be accomplished under FAA, TSA and Airport
rules, regulations and restrictions.
ITB # 2015-05-001R
30
f.
Company shall be responsible for maintaining continuity of lighting on operational
runways, taxiways or aprons, even if this requires temporary wiring to be installed by the
Company as part of the Work.
g. No smoking is permitted on the AOA. No open flame without specific City approval will be
allowed on the Airport.
h. The Company is responsible for installing safety fencing to contain Company’s work
operations when on the AOA. A four-foot high, orange fabric fence will be acceptable for
this purpose. All temporary work areas within the AOA shall be properly barricaded and
weighted so as not to be moved about in a high wind. If barricades cross all or a portion
of apron, taxiway or runway, barricades shall be spaced at ten (10) foot centers and
have flashing yellow lights for nighttime visibility. Company is responsible for all other
necessary barricading to protect persons and property.
i.
The Company may be required to perform Work during nighttime hours, requiring
adequate lighting. The City prior to installation shall approve lights in an effort to prevent
impact to air traffic operations.
j.
Within a construction area, the Company shall make certain there is never any
accumulation of spoil or debris which might be moved outside the fenced area by wind
or jet blast from aircraft. The Company shall maintain the area in this condition on a
continuous basis and shall leave the entire work area clean at the end of each work shift.
k. Company’s work cranes will be allowed in the Company’s work area, only as approved
by the City. The Company shall comply with FAA Advisory Circular AC 70/7460-1 by
providing necessary crane information to the City in advance of crane arrival and
erection. The City will then submit Form 7460-1 for FAA approval.
l.
All trucks delivering, removing, or moving bulk materials about the Company’s work area
shall be fully covered to eliminate any material or dust blowing from the truck.
11. Product Specifications. Refer to Attachment A with regards to product specifications.
12. Quality. Unless the ITB specifically states otherwise for a particular item, all components
used to manufacture or construct any supplies, materials or equipment or goods provided
under this Contract shall be: (a) new; (b) the latest model; (c) of the best quality and highest
grade workmanship; and (d) in compliance will all applicable federal, state and local laws,
regulations and requirements. By “new,” the Airport means that the item has been recently
produced and has not been previously sold or used.
13. Documentation. The Company will provide, where applicable for all Work purchased under
this Contract, written or electronic documentation that is complete and accurate, and
sufficient to enable Airport employees with ordinary skills and experience to utilize such
Work for the purpose for which the Airport is acquiring them. Such documentation may take
the form of user manuals or online instruction. Refer to Attachments A, with regards to
specific documentation required for this Work.
14. Test Report. The Company shall provide such report(s) at their expense. The test report
shall be from manufacturer’s quality department and shall show all test results and full
compliance with this Contract. Refer to Attachment A with regards to test report
documentation for each scope of work by Section.
15. Training. The Company shall be responsible for initially training all necessary Airport
employees, as well as new or additional employees as needed on an on-going basis, on
using the Company’s products or systems necessary under this Contract, including without
limitation any online ordering or invoicing systems. The Company shall be responsible for
ITB # 2015-05-001R
31
providing documented step-by-step instructions to each of the Airport’s authorized users.
Refer to Attachment A for specific Training requirements.
16. Badging. The Company’s employees must apply and qualify for an airport security badge
prior to employment. The standards adopted by the Transportation Security Administration
for the issuance of these security badges are captured in Title 49 of the Code of Federal
Regulations, Part 1542.
17. Diversity Goal. The Airport has established a CBI goal of 0% for this Contract. For
information about the CBI program requirements, please see Form 7 in the Bid Response
Forms.
18. Subcontract. The Company shall not subcontract any of its obligations under this Contract
without the Airport’s prior written consent. In the event the Airport does consent in writing to
a subcontracting arrangement, Company shall be the prime Company and shall remain fully
responsible for performance of all obligations which it is required to perform under this
Contract. Any subcontract entered into by Company shall name the Airport as a third party
beneficiary.
19. Liquidated Damages. The Company acknowledges and agrees that the Airport may incur
costs if the Company fails to meet the certain requirements set forth in this Contract. The
Company further acknowledges and agrees that: (a) the Airport may be damaged by such
failures, including loss of goodwill and administrative costs; but that (b) the costs that the
Airport might reasonably be anticipated to accrue as a result of such failures are difficult to
ascertain due to their indefiniteness and uncertainty. Accordingly, the Company agrees to
pay liquidated damages at the rates set forth below. The parties agree that the liquidated
damages set forth below shall be the Airport’s exclusive remedy for loss of goodwill and
administrative costs attributable to a failure by the Company to meet certain requirements of
this Contract, but shall not be the remedy for the cost to cover or other direct damages.
Liquidated Damages are set in the amount of $500.00 per Calendar Day for each and every
day the time employed upon said work or delivery may exceed the time stipulated for such
performance and completion. The sum per calendar day is fixed in view of the difficulty of
estimating such damages that the City will suffer by reason of such default. The liquated
damages amount is not capped.
20. Environmental Preferable Purchasing.
The Airport promotes the practice of
environmentally preferably purchasing in acquiring products. Attributes that may be taken
into consideration as environmental criterion include the following: recycled content,
renewable resources, recyclability, packaging, biodegradability, reduced toxicity, energy and
water efficiency, low volatile organic compounds durability and take back options.
Environmental preferable purchasing includes products that have a lesser or reduced effect
on human health and the environment when compared with competing products that serve
the same purpose. This comparison may consider raw materials acquisition, production,
manufacturing, packaging, distribution, reuse, operation, maintenance or disposal of the
product. The Company is encouraged to supply products that contain environmentally
preferable attributes. Certification of environmental standards and other environmental
claims must be signed by a senior company official and provided to the Airport.
21. Contract Monitoring/Reporting. See Attachment A for project reporting requirements.
22. Performance Bond. Company shall provide City a performance bond equal to the total
value of the Contract as stated in Company’s Bid. A copy of such shall be furnished to the
City upon award of the contract by City Council.
ITB # 2015-05-001R
32
FORM SEVEN
CBI/DBE FORMS
Bid #: 2015-05-001R
Concourse A: Passenger Boarding Bridges, A9, A11 & A13 – Parts &
Install
ITB # 2015-05-001R
33
Charlotte Business Inclusion (CBI) Program
The subcontracting goal for this project is 0%.
The City highly encourages Bidders to exercise maximum efforts to include City of Charlotte’s Minority
or Small Business Enterprise (MSBE) firms in this project. A zero goal does not exempt the Bidder from
conducting solicitation and outreach efforts wherein subcontractors are customarily retained.
The City’s Charlotte Business INClusion (CBI) Policy is incorporated into and made a part of this
solicitation and the resulting contract (the “Contract”)
The Bidder should submit CBI Form 3 Subcontractor/Supplier Utilization Commitment Form) listing all
subcontractors and suppliers, if any (including SBEs and MBEs), that will be providing goods or services,
their respective scope of work/service to be performed, and the dollar values of each subcontract.
Copies of the CBI policy, all CBI Forms, and a full list of SBE and MBE vendors are available on-line
at: www.charlottebusinessinclusion.com
Please find below a list** of activities that the City has identified as potential MSBE subcontracting
opportunities. Bidders may identify additional or different opportunities.
** NOTE: This is a potential listing, not all inclusive. Bidders may identify additional or different
opportunities
Vendor List
Vendor_Name
ELECTRICAL
VMS#
Vendor_Code
RDS Electric & Construction
Co.
28071
African
American
Archie Nance
PO Box 16154, Charlotte,
NC 28297
E Moore Electric, LLC
28690
African
American
Eddie Moore
, PO Box 2774, Matthews, eddie@emoorellc.
NC 28106
com
(704) 668-1765
Besco Electric Corporation
Republic Electric Co., Inc.
Southern Image Electric
Company
RDS Electrical Contracting of
Charlotte, LLC
Hispanic /
V12770 Latino
Hispanic /
12544 Latino
Non-Minority
15088 Male
African
American
8238
COED Electrical Services, Inc.
Electrical System Specialists,
Inc.
22749
8974
African
American
Non-Minority
Male
Divine Electric Co. LLC
21138
Non-Minority
Male
Page Power Systems, Inc.
23118
BLEW Inc.
21312
Non-Minority
Female
Non-Minority
Male
Vector Electric Company
S9000
Non-Minority
Male
Benet Electrical
27478
Adverse Electrical
28718
R.D. Franklin Electric, Inc.
10606
African
American
African
American
Non-Minority
Male
Website
Primary
Primary_Contact_N Primary_Contact_Mailing Primary_Contact_ Primary_Conta Primary_Cont Commodity_ _Comm
ame
_Address
Email
ct_Phone
act_Fax
Code
odity
Certification_Types
www.bescoelect Linda Fricano,
rical.com
Controller
Martha Boyd
Ed Parker
David E. Smith
www.coedelectri
cal.com
Edward Bryant, Jr.
John Foster
Jesse R. Arambula
www.pagepowe
rsystems.com
Pamela Dills
Bryan Wagner
www.vectorelec
triccompany.co
m
Andy McClure
www.benetelect
rical.com
Marvin B. Tyler
Rudy Harris
Roger D. Franklin
anance.rdsec@gm
ail.com
(704) 451-5846 7043931078
MBE---05/30/2014 to
05/30/2017
91438 Electrical
TRUE
MBE---08/21/2014 to
08/21/2017
ed.parker@att.net (704) 987-0300
dsmith@dewelect
(704) 370ricllc.com
(704) 370-3700 0908
3325 Carolina AV, Suite C,
Charlotte, NC 28208
, P.O. Box 12274,
Charlotte, NC 28220-2274
ed.bryant@coedel
ectrical.com
(704) 395-4758
esso3jrf@bellsout
h.net
(704) 529-5782
(704) 3954778
(704) 5255691
91438 Electrical
91438 Electrical
8638 Castle Cliff DR,
Matthews, NC 28105-3059
2212 Union RD, PMB 520
Suite 700, Gastonia, NC
28054
8029 Maxwelton DR,
Huntersville, NC 28078
divineelectric@g
mail.com
(704) 405(704) 280-3495 5828
91438 Electrical
pam@pagepower
(866) 332systems.com
(704) 864-7390 3763
(704) 896(704) 661-7065 8748
91438 Electrical
91438 Electrical
4012 N Graham ST,
Charlotte, NC 28206
andym@vectorele
(704) 343ctriccompany.com (704) 334-9713 0899
91438 Electrical
3733 Manchester DR,
Charloltte`, NC 28217
108 Fritz DR, Grover, NC
28073
, P.O. Box 5045, Concord,
NC 28027
marvin.tyler@ben
(980) 236etelectrical.com (704) 591-7530 8658
adverse.rudy@ya
hoo.com
(980) 230-8505
(704) 782rdf@ctc.net
(704) 782-0919 0907
91438 Electrical
91438 Electrical
91438 Electrical
CLEANING
For a complete list of MSBEs visit
www.charlottebusinessinclusion.com
(704) 8921065
(704) 6439488
TRUE
91438 Electrical
91438 Electrical
91438 Electrical
91438 Electrical
7258 Imperial CT,
Charlotte, NC 28273
20920 Sierra Vista DR,
Cornelius, NC 28031
2806 N Graham ST,
Charlotte, NC 28206
l.fricano@bescoel
ectrical.com
(704) 892-4200
martha@republic
elect.com
(704) 643-0180
91438 Electrical
TRUE
MBE---10/11/2013 to
10/11/2016
MBE---10/31/2013 to
10/31/2016
SBE---03/16/2015 to
03/16/2018
SBE---04/16/2013 to
04/16/2016
SBE---07/18/2013 to
07/18/2016; MBE--10/15/2013 to
10/15/2016
SBE---07/20/2012 to
07/20/2015
TRUE
SBE---08/03/2012 to
08/03/2015
TRUE
TRUE
TRUE
TRUE
TRUE
TRUE
TRUE
TRUE
TRUE
TRUE
TRUE
SBE---08/29/2013 to
08/29/2016
SBE---10/01/2013 to
10/01/2016
SBE---10/26/2012 to
10/26/2015
SBE---11/05/2013 to
11/05/2016; MBE--03/17/2014 to
03/17/2017
SBE---11/07/2014 to
11/07/2017
SBE---12/09/2013 to
12/09/2016
Vendor List
25/27 Cleaning Services, LLC
23546
African
American
Travis Blackmon
, PO Box 16705, Charlotte, srvc2527cleaning
NC 28297
@live.com
(704) 999-0070
AAC Enterprise
18083
African
American
Donald Wimbush
1112 Piney Church RD,
Concord, NC 28025
dwimbush@winds
(704) 706tream.net
(704) 701-9637 9654
Abundant Cleaning
28729
African
American
Winston Lee
907 W First ST, Charlotte,
NC 287202
winstonlee256@g
mail.com
(502) 718-2912
AC Pro Cleaning &
Environmental Services, LLC
28733
African
American
www.acproclean
ing.com
Andre Caulton
7203 Holburn CT,
andre.caulton@at
(980) 272Charlotte, NC 28227-8767 t.net
(704) 891-0300 6290
Access Services, Inc.
9116
African
American
www.accessservicesinc.com Kevin Smith
6630 E WT Harris BV, Unit kevin@accessG, Charlotte, NC 28215
services.biz
All Things Professional
Cleaning, Inc
15592
African
American
www.allthingspr
ofessional.net
Erica Everett
2215 Big Pine DR,
Matthews, NC 28105
ATL & C Cleans, LLC
28189
African
American
www.atlccleans.
com
Cissy Agurs
113 Indain Trail RD, Suite atlccleans@gmail.
(866) 306160, Indain Trail, NC 28079 com
(704) 635-8480 2904
Bucket, Mop, and Broom
Cleaning Service LLC
26449
African
American
www.bucketmo
pandbroom.com Farrah Mosley
, PO Box 480600,
Charlotte, NC 28269
fmosley@bucket
mopandbroom.co
(877) 784m
(877) 784-0781 0781
Chem-Clean, Inc.
23190
Non-Minority
Male
www.chemclean
nc.gov
Joe B. Liles
, P.O. Box 36184,
Charlotte, NC 28236
joe@chemcleannc
(704) 375.com
(704) 375-7212 0315
Clean Bean
21561
African
American
Clarence Bynum
204 Butler PL, Fort Mill, SC clarencebynum@
(877) 52829715
att.net
(704) 605-4780 3506
Clean Room Services
10026
African
American
Michael Galloway
8500 Galena View DR,
Charlotte, NC 28269
(800) 649(704) 529-2928 5496
erica@allthingscle
(704) 841aning.com
(704) 345-3976 1078
magalloway10@h
otmail.com
(704) 363-0438
For a complete list of MSBEs visit
www.charlottebusinessinclusion.com
91039 Janitorial/Cus
todial
Services
91039 Janitorial/Cus
todial
Services
91039 Janitorial/Cus
todial
Services
91039 Janitorial/Cus
todial
Services
91039 Janitorial/Cus
todial
Services
91039 Janitorial/Cus
todial
Services
91039 Janitorial/Cus
todial
Services
91039 Janitorial/Cus
todial
Services
91039 Janitorial/Cus
todial
Services
91039 Janitorial/Cus
todial
Services
91039 Janitorial/Cus
todial
Services
TRUE
SBE---05/08/2014 to
05/08/2017; MBE--06/24/2014 to
06/24/2017
TRUE
MBE---09/10/2013 to
09/10/2016
TRUE
MBE---12/16/2014 to
12/16/2017
SBE---01/15/2015 to
01/15/2018; MBE--01/12/2015 to
01/12/2018
MBE---03/18/2014 to
03/18/2017; SBE--12/18/2014 to
12/18/2017
SBE---10/22/2012 to
10/22/2015; MBE--11/18/2013 to
11/18/2016
TRUE
SBE---06/30/2014 to
06/30/2017
TRUE
SBE---10/10/2014 to
10/10/2017
TRUE
TRUE
TRUE
TRUE
SBE---02/11/2013 to
02/11/2016
MBE---10/15/2013 to
10/15/2016; SBE--08/29/2014 to
08/29/2017
TRUE
SBE---11/19/2013 to
11/19/2016
TRUE
Vendor List
Devines Commercial &
Residential Kleening
13820
African
American
EcoClean of Charlotte
26315
African
American
Elite Touch Cleaning Services,
Inc.
28726
Hispanic /
Latino
Faith Cleaning Services. Inc.
19054
African
American
Family Health & Home of the
Carolinas
16182
African
American
Faulcon Enterprises, Inc.
28747
African
American
Favar Enterprises, Inc.
28263
African
American
Favored Cleaning Concepts
28641
African
American
Fredericks Cleaning Service
26781
African
American
Green's Commercial Cleaning,
Inc.
17478
African
American
www.gccpride.c
om
Hands On Janitorial
African
American
www.handsonja
nitorial.webs.co
m
26872
www.ecocleanc
harlotte.com
www.favarenter
prises.net
91039 Janitorial/Cus
todial
2158 Durand RD, Fort Mill, bdm2158@yahoo.
(704) 543com
Denise Mccaskill
SC 29715
(704) 652-1583 0731
Services
91039 Janitorial/Cus
todial
, P.O. Box 49214,
kbailey@ecoclean
Charlotte, NC 28227
Karen Bailey
charlotte.com
(704) 321-9498
Services
91039 Janitorial/Cus
todial
, PO Box 241982,
mario@elitetouch
Mario E. Mendigana Charlotte, NC 28224
cleaning.com
(704) 606-3509
Services
91039 Janitorial/Cus
todial
1533 Chelveston DR,
faith.homecare@y
ahoo.com
Annette Alexander Charlotte, NC 28208
(704) 493-9332
Services
91039 Janitorial/Cus
todial
11028 Alnwick CT,
mwillis2@carolina
(704) 595Anthony Willis
Charlotte, NC 28262-6442 .rr.com
(704) 315-1253 1869
Services
91039 Janitorial/Cus
todial
9132 Arbor Creek DR,
jwfqc777@aol.co
John W. Faulcon, Jr. Charlotte, NC 28269
m
(704) 232-6134
Services
91039 Janitorial/Cus
todial
favarministries@a
John Jennings
ol.com
(704) 712-4106 980-237-4247 Services
91039 Janitorial/Cus
todial
12417 Cedar Fall DR,
rmallard@carolina
(704) 948.rr.com
Reginald Mallard
Huntersville, NC 28078
(828) 308-1686 1767
Services
91039 Janitorial/Cus
todial
5685 Hammermill DR,
rfrederick002@ca
Tonya Frederick
Harrisburg, NC 28075
rolina.rr.com
(704) 712-2460
Services
91039 Janitorial/Cus
todial
, P. O. Box 3238, Wingate, bgreen@gccpride.
(704) 233Barry Green
NC 28174
com
(704) 233-1482 1487
Services
91039 Janitorial/Cus
todial
125 Park Fairfax DR,
lds8fcad@gmail.c
Lavera Sanders
Charlotte, NC 28208
om
(980) 226-3979
Services
For a complete list of MSBEs visit
www.charlottebusinessinclusion.com
TRUE
SBE---06/08/2012 to
06/08/2015
SBE---12/04/2012 to
12/04/2015; MBE--07/01/2014 to
07/01/2017
TRUE
SBE---12/08/2014 to
12/08/2017
TRUE
SBE---08/17/2012 to
08/17/2015
TRUE
SBE---02/26/2015 to
02/26/2018
TRUE
SBE---02/24/2015 to
02/24/2018
TRUE
MBE---05/30/2014 to
05/30/2017
TRUE
MBE---06/26/2014 to
06/26/2017
TRUE
TRUE
SBE---05/06/2013 to
05/06/2016
MBE---06/03/2014 to
06/03/2017; SBE--01/05/2015 to
01/05/2018
TRUE
SBE---05/30/2013 to
05/30/2016
TRUE
Vendor List
Hit the Spot Janitorial Services 28455
African
American
Demetrius
www.htsjs.com Thompson
8611 Concord Mills BV,
Concord, NC 28027
hitthespot5@yah
oo.com
(704) 649-6123
HJ Earthbound Cleaning
25241
African
American
www.hjearthbo
unds.com
Jovonnia McCray
11713 Carmel Lakes DR,
Charlotte, NC 28226
hjearthbounds@y
ahoo.com
(980) 272-6062
Integral Facility Services
28736
African
American
www.integralfac
ilityservices.com Michael Murray
301 E John ST, Ste 2464,
Matthews, NC 28104
mmurray@integra
lfacilityservices.co
(704) 625m
(704) 200-0047 3753
JAC Janitorial Services
25154
Hispanic /
Latino
www.jacjanitori
alservice.com
Jorge A. Castro
1101 Tyvola RD, Suite 205, Jorge@JacJanitori
(704) 780Charlotte, NC 28217-3470 alservice.com
(704) 401-7142 1694
JC Services Unlimited
8560
African
American
N/A
,,, -
brosabee@aol.co
(704) 525m
(704) 525-0987 0948
Just In Time Cleaning Services 23632
Hispanic /
Latino
Yanory Guaman
5936 Carriage Oaks DR,
Charlotte, NC 28262
justintimecl77@g
(704) 921mail.com
(704) 491-6084 2667
LJR Investments, LLC
28145
African
American
Loretta sharpe
7311 Preakness Stakes LN, lrenaudj@gmail.c
Charlotte, NC 28215
om
(704) 582-2030
Miriam Davis Cleaning, LLC
14665
African
American
Miriam C. Davis
2303 Coneflower DR,
miriamdaviscleani
(704) 597Charlotte, NC 28213-9283 ng@yahoo.com (704) 201-6111 1008
Mr. Clean Maintenance
Company
20679
African
American
NATE'S CLEANING SERVICES
8590
African
American
21571
African
American
Perfect Choice Cleaning
Service
www.mrcleanse Maurice (Michael)
rvices.com
Murray
N/A
perfectchoicecle
aningservice.co
m
Timothy Davis
1025 Butterburr DR,
Matthews, NC 28104
michaelmurray@
mrcleanservices.c
(704) 625om
(704) 200-0047 3753
,,, -
natefiortunato@
msn.com
(704) 362(704) 622-2914 1419
, P.O. Box 681264,
tim61056@yahoo
(704) 391Charlotte, NC 28216-0023 .com
(704) 904-7044 8183
For a complete list of MSBEs visit
www.charlottebusinessinclusion.com
91039 Janitorial/Cus
todial
Services
91039 Janitorial/Cus
todial
Services
91039 Janitorial/Cus
todial
Services
91039 Janitorial/Cus
todial
Services
91039 Janitorial/Cus
todial
Services
91039 Janitorial/Cus
todial
Services
91039 Janitorial/Cus
todial
Services
91039 Janitorial/Cus
todial
Services
91039 Janitorial/Cus
todial
Services
91039 Janitorial/Cus
todial
Services
91039 Janitorial/Cus
todial
Services
TRUE
SBE---05/20/2014 to
05/20/2017
TRUE
SBE---06/05/2012 to
06/05/2015
TRUE
SBE---03/18/2015 to
03/18/2018
SBE---05/18/2012 to
05/18/2015; MBE--03/19/2014 to
03/19/2017
TRUE
MBE---08/08/2013 to
08/08/2016
TRUE
SBE---03/26/2014 to
03/26/2017
TRUE
TRUE
SBE---02/25/2014 to
02/25/2017
SBE---01/28/2013 to
01/28/2016; MBE--03/17/2014 to
03/17/2017
MBE---10/23/2013 to
10/23/2016; SBE--04/26/2015 to
04/26/2018
TRUE
MBE---03/17/2014 to
03/17/2017
TRUE
SBE---01/11/2013 to
01/11/2016
TRUE
TRUE
Vendor List
Perfect Finish cleaning Service
Inc
26696
African
American
perfectfinishclea
ning.com
PMG, Inc.
14087
African
American
www.profession
alsmgmt.com
Premier Cleaning Services
28744
Non-Minority
Female
Reliable Dependable Gal Inc.
28755
African
American
Ross Signature Services, LLC
27800
African
American
Sparkle & Shine Cleaning Co.
28697
African
American
Squeaky Clean Janitorial
Service
8455
African
American
Squeaky Completely Clean
20677
African
American
Titan Commercial Services,
Inc.
African
V20865 American
TJETT SERVICES LLC
25765
African
American
TJF Cleaning Service
23764
African
American
www.rosssignat
urecleaning.net
www.scclean.ne
t
www.titancsi.com
91039 Janitorial/Cus
todial
pfcsinc1@yahoo.c
Kim Johnson
om
(704) 540-7260
Services
91039 Janitorial/Cus
todial
, PO Box 680871,
admin@professio
(704) 398Charlotte, NC 28216
Bonita P. Sloan
nalsmgmt.com
(704) 398-6676 6648
Services
91039 Janitorial/Cus
todial
Rebecca Lynn
, P.O. Box 327, Norwood, rlb60465@yahoo.
Brown
NC 28128
com
(980) 521-3042
Services
91039 reliable_dependa
Janitorial/Cus
todial
3626 Bullard ST, Charlotte, ble_gal@yahoo.co
Alfreda Jackson
NC 28208
m
(704) 430-0067
Services
91039 Janitorial/Cus
todial
ross.signatureserv
Shiree Ross-Page
ices@gmail.com (704) 779-1852 704-772-0773 Services
91039 Janitorial/Cus
todial
103 Ramble Lake LN, Apt. mgaither1@hotm
Mary A. Gaither
L, Charlotte, NC 28273
ail.com
(704) 281-3696
Services
91039 Janitorial/Cus
todial
8321 Hitchcock LN, #511, robertcj48@hotm
(704) 596Robert C. Johnson Charlotte, NC 28262
ail.com
(704) 904-1890 1141
Services
91039 Janitorial/Cus
todial
tbarnes6630@car
(704) 455James Barnes
olina.rr.com
(910) 797-4683 7680
Services
91039 Janitorial/Cus
todial
, P.O. Box 481083,
scjohn1@titan(704) 992Sylvester C. Johnson Charlotte, NC 28269
csi.com
(704) 615-9963 2727
Services
91039 Janitorial/Cus
todial
13618 WHITEBARK CT,
TJETTSERVICES13
(704) 910Teresa McBride
CHARLOTTE , NC 28262
@YAHOO.COM
(980) 721-5114 2644
Services
91039 Janitorial/Cus
todial
10011 Margie Ann DR, Apt. tjfcleaningservices
(704) 910E, Charlotte, NC 28213
Tracy McIntyre
@yahoo.com
(980) 339-9217 0071
Services
10100 Park Cedar DR,
Suite 162, Charlotte, NC
28210
For a complete list of MSBEs visit
www.charlottebusinessinclusion.com
TRUE
SBE---03/21/2013 to
03/21/2016
SBE---07/28/2014 to
07/28/2017; MBE--08/22/2014 to
08/22/2017
TRUE
SBE---03/25/2015 to
03/25/2018
TRUE
SBE---03/20/2015 to
03/20/2018
TRUE
TRUE
TRUE
MBE---09/25/2014 to
09/25/2017
MBE---09/17/2014 to
09/17/2017; SBE--02/04/2015 to
02/04/2018
TRUE
MBE---11/18/2013 to
11/18/2016
SBE---07/09/2012 to
07/09/2015; MBE--11/19/2013 to
11/19/2016
TRUE
MBE---05/30/2014 to
05/30/2017
TRUE
SBE---10/04/2012 to
10/04/2015
TRUE
SBE---05/29/2012 to
05/29/2015
TRUE
Vendor List
Top Pro Cleanners
26421
African
American
www.topproclea
ners.com
Tirrell Greene
, P.O. Box 480775,
Charlotte, NC 28269
Whistle Me Clean, LLC
28269
African
American
www.whistleme
clean.com
Tracy D. Brown
, PO Box 2325, Matthews , vbids@whistleme
NC 28106
clean.com
(980) 237-2695
Zion Nation, LLC
25743
African
American
Erica Wright
4321 Springhaven DR,
Charlotte, NC 28269
tgreene@topprocl
(704) 598eaners.com
(704) 241-6206 5832
ericawright@zion
nationllc.org
(704) 780-0373
For a complete list of MSBEs visit
www.charlottebusinessinclusion.com
91039 Janitorial/Cus
todial
Services
91039 Janitorial/Cus
todial
Services
91039 Janitorial/Cus
todial
Services
TRUE
SBE---01/08/2013 to
01/08/2016; MBE--09/18/2014 to
09/18/2017
TRUE
MBE---03/17/2014 to
03/17/2017
TRUE
SBE---09/25/2012 to
09/25/2015
CBI FORM 3: Subcontractor / Supplier Utilization Commitment (page 1 of 2)
This form MUST be submitted at the time of Bid Opening. Copy this CBI Form 3 as needed.
Failure to properly complete and submit Form 3 with the Bid constitutes grounds for rejection of the Bid.
v.3.19.15
Per Part B, Section 3.5 of the CBI Policy, the Subcontractor/Supplier Utilization Commitment (CBI Form 3), captures information regarding the
MSBEs and other subcontractors and suppliers that the Bidder intends to use on the Contract FOR ALL TIERS.
Bidder Name:
Project Name:
Project Number:
Established MSBE Goal:
xx%
List below all MSBEs (Non-Hauling Services) that you intend to use on this contract. NOTE: You will only receive credit for SBEs that are
currently certified with the City as of the Bid Opening Date. Furthermore, you will only receive credit for MBEs that are registered with the
City as of Bid Opening Date and who have an ethnic designation of African American, Hispanic, or Native American.
MSBE Vendor Name
(Non-Hauling Services)
Mark X for
each
Certification
SBE
Description of work / materials
NIGP Code
Total Projected
Utilization ($)
Vendor #
MBE
List below all MSBEs that you intend to use for hauling services on this contract and the Total Projected Utilization ($) for all hauling services for
the contract.
MSBE Vendor Name
(Non-Hauling Services)
Mark X for
each
Certification
SBE
Description of work / materials
NIGP Code
Total Projected
Utilization ($)
Vendor #
MBE
*NOTE: If the MSBE will be providing hauling services, the Prime will be required to contact and utilize each of the MSBE
haulers listed on this form on a rotating basis throughout the life of the project.
Total MSBE Utilization
$
Total Bid Amount (including Contingency and excluding Allowance Amount)
$
Percent MSBE Utilization* (Total MSBE Utilization divided by Total Bid Amount)
* The MSBE Utilization percentage stated MUST be rounded to (2) decimal places.
%
CBI FORM 3: Subcontractor / Supplier Utilization Commitment (page 2 of 2)
List below all non-MSBEs (subcontractors and suppliers) that you intend to use on this contract
Vendor Name
Description of work / materials
NIGP Code
Vendor #
Projected Utilization
(if known)
($)
Letters of Intent submitted upon notice from the City
Per Part B, Section 3.6 of the CBI Policy, within three (3) Business Days after receiving a request from the City (or
within such longer time as may be communicated by the City in writing), Bidders must submit a separate Letter of
Intent (CBI Form 4) for each MSBE listed on CBI Form 3 and for any additional MSBEs for which the Bidder seeks
credit under the last sentence of Part B, Section 3.5. Each Letter of Intent must be executed by both the MSBE and
the Bidder. The City shall not count proposed MSBE utilization for which it has not received a Letter of Intent by
this deadline. Per Part B, Section 3.3, a Regular Dealer as defined in the CBI Policy shall only count 60% of all
expenditures towards the established Subcontracting Goal(s). In addition, a Hauler, Broker, or Packager shall only
count fees or commissions charged by the established Subcontracting Goal(s). The Bidder is still obligated to pay
the MSBE the full amount listed on the Contract with the MSBE regardless of what percentage is actually counted
towards the established Subcontracting Goal(s).
Adding subcontractors or suppliers after submitting this form
Nothing in this certification shall be deemed to preclude you from entering into subcontracting arrangements after
submission of this form. However, per Part D of the CBI Policy, you must comply with the following:
•
•
•
•
You must maintain the level of MSBE participation proposed on this CBI Form 3 (and CBI Form 3A, if
applicable) throughout the duration of the Contract, except as specifically allowed in Part D.
If you need to terminate or replace a MSBE, you must comply with Part D, Section 5.
If the scope of work on the Contract increases, or if you elect to subcontract any portion of work not
identified on this form as being subcontracted, then you must comply with Part D, Section 6.
A Letter of Intent (CBI Form 4) must also be submitted for each MSBE you add subsequent to contract
award.
All Subcontractors and Suppliers must be registered with the City of Charlotte.
Pursuant to the City’s Vendor Registration Policy, each subcontractor or supplier (non-MSBEs and MSBEs) that you
use on this contract must be registered in the City’s vendor database. You will need to provide the vendor number
for each subcontractor or supplier used on this contract as a condition for receiving payment on this Contract.
Signature
Your signature below indicates that the undersigned firm certifies and agrees that:
(a) It has complied with all provisions of the CBI Policy; and,
(b) Failure to properly document such compliance in the manner and within the time periods established by the
CBI Policy shall constitute grounds for rejection of your bid.
Signature of Authorized
Official
Printed Name
Title
Submittal Date
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 1, 2015
SECTION 238121 - PRECONDITIONED AIR UNIT AND ACCESSORIES
PART 1 - GENERAL
1.1 SUMMARY
A. The City of Charlotte, Aviation Department, propose to replace the two (2) Passenger Boarding
Bridges (PBB’s) and associated equipment at existing gates A9 and A11 with new PBB’s and
associated equipment.
1. The existing gates A9 and A11 will become new gates A11 and A13, respectfully.
2. A new PBB and associated equipment will be supplied and installed at a new gate A9.
3. Project location is the A concourse at the Charlotte-Douglas International Airport (CLT).
B. The Contractor shall remove and scrap two (2) existing Pre-Conditioned Air Units (PCAir) and
their accessories from the existing Gates A9 and A11, as indicated in the Project Specifications.
C. The Contractor shall supply and install three (3) new PCAir’s on the new PBB’s that will be
supplied for gates A9, A11 and A13, including all PBB mounting brackets and PCAir accessories
to serve the aircraft mix indicated in the Project Specifications.
D. The PCAir shall be designed and manufactured as indicated in the Project Specifications,
including all structural, support, mechanical, electrical, and finish requirements to serve the
aircraft mix indicated in the Project Specifications.
E. The Contractor shall furnish all material, equipment, and labor for the complete installation of the
PCAir unit and all of its components on the PBB. In general, this shall include, but is not limited
to:
1. New PCAir units and all required accessories for a complete operating unit, including
pendant controls, aircraft temperature probes and PBB interlock.
2. Provide a supply air distribution system, comprised of spiral wound ductwork, mounting
straps, elbows, hardware, and flat flexible duct (hose) extension with aircraft mating nozzle,
required hose adaptors and hose storage basket reel(s).
3. Provide a PBB precool / preheat duct work, plenum and PBB interior grille shall be
coordinated with PBB manufacturer. PBB precool / preheat controls to be on PBB operator
console.
4. Aircraft heating / cooling controls shall be mounted at the PBB wheel bogie, left side (facing
aircraft).
5. Condensate system. Condensate shall be pumped from the PCAir unit to a connection at the
terminal building. Condensate shall be discharged directly onto the ramp.
6. Factory and On-site functional testing
PRE-CONDITIONED AIR UNIT AND ACCESSORIES
BID SET
238121 - 1
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 1, 2015
7. Training
8. Equipment O&M Manuals and required software w/ licenses
F. The Contractor shall provide the necessary information, product data, project management,
coordination and installation support for the design, manufacturing, supply and installation of the
PBB, which will also be supplied as part of this Project.
1. This shall also include the mechanical, electrical and control interfaces of the PCAir and its
accessories to the PBB.
G. The Owner has completed a proposed aircraft layout for the new Gates A9, A11 and A13 and is
recommending a nominal 60-ton PCAir to be supplied.
H. Aircraft Mix for this Project
1. Commuter – ERJ-135/145, CRJ-200/700/900
2. Narrow Body – MD80/90, EMB-175/195, B373-800, A319W/320W/321W, B757-200W
I.
Related Work Specified Elsewhere:
1. SECTION 263543 – 400Hz GROUND POWER UNIT AND ACCESSORIES
2. SECTION 347713 – PASSENGER BOARDING BRIDGES
1.2 REFERENCES
A. The PCAir shall be designed and manufactured to meet U.S. Codes and Regulations that have
been adopted by the Aircraft Preconditioned Air and Passenger Boarding Bridge industry.
1. Portions or all of certain recognized industry or association standards referred to herein as
being a requirement of these Specifications shall be considered as binding as though the
reproduced in full herein unless supplemented and/or modified by more stringent
requirements in this Specification.
2. Unless otherwise stated, the reference standard shall be the standard which is current as of the
date of issuance of these Specifications
B. Applicable Standards:
1. American Bearing Manufacturers Association (ABMA).
a. 9 - Load Rating and Fatigue Life for Ball Bearings.
b. 11 - Load Rating and Fatigue Life for Roller Bearings.
2. Air-Conditioning and Refrigeration Institute (ARI):
a. 410 - Standard for Forced-Circulation Air-Cooling and Air-Heating Coils.
b. 850 - Commercial and Industrial Filter Equipment.
3. American Society of Heating, Refrigerating and Air-Conditioning Engineers (ASHRAE):
PRE-CONDITIONED AIR UNIT AND ACCESSORIES
BID SET
238121 - 2
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 1, 2015
a. 15 - Safety Code for Mechanical Refrigeration.
b. 52 - Method of Testing Air-Cleaning Device Used in General Ventilation for Removing
Particulate Matter.
4. Canadian Standards Association (CSA):
a. C22.2.107.1 - General Use Power Supplies.
b. C22,2,236 – Heating and Cooling Equipment
5. International Air Transport Association (IATA) – Airport Handling Manual (AHM)
a. 973 & 974 – Air Conditioning and Heating
6. Institute of Electrical and Electronic Engineers (IEEE)
7. National Fire Protection Association (NFPA):
a. 70 - National Electrical Code.
b. 79 – Electrical Standard for Industrial Machinery
c. 90A - Standard for Installation of Air Conditioning and Ventilation Systems.
8. National Electrical Manufacturer's Association (NEMA):
a. MG1 - Motors and Generators.
9. Society of Automotive Engineers (SAE):
a. ARP 1801 - Measurement of Exterior Sound Level of Specialized Aircraft Ground
Support Equipment.
b. ARP 5374 - Method of Testing Preconditioned Air Equipment.
10. Underwriters Laboratories (UL):
a. 1012 - Power Units Other than Class 2.
b. 268A - Smoke Detectors for Duct Application.
c. 1995 – Heating and Cooling Equipment
11. Applicable state, county and local construction and electrical codes
1.3 DEFINITIONS
A. The City of Charlotte, Aviation Department is the Owner and contracting entity for this project.
B. The Owner shall appoint a Project Manager (Owner PM) as the Owner representative for this
Project.
1. All project correspondence, submittals, RFI’s, questions, etc. shall be directed to the Owner
PM.
2. The Owner shall notify the Contractor of the Owner PM’s contact information when the
contract is awarded.
C. The terms "preconditioned air unit”, or “PCAir” and specified components of these, whether
referred to in singular or plural form, apply to each unit provided for this Project.
D. PBB Tunnels "A," "B," and "C", if referred to, are referred to in the order from closest to the
PRE-CONDITIONED AIR UNIT AND ACCESSORIES
BID SET
238121 - 3
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 1, 2015
terminal to closest to the aircraft.
E. The terms "right" and "left" refer to directions looking down the PBB tunnels toward the aircraft.
F. The term “Contractor” shall refer to the PCAir manufacturer who is supplying the new PCAir
units including, design, manufacture, removal and scrap of existing PCAir units and installation
and commissioning of new PCAir units.
G. Any Specification language that is lined through shall not be considered requirements for
this Project.
1.4 SUBMITTALS
A. Shop Drawings: Submit complete and detailed shop drawings for review in accordance with the
requirements of this Specification.
1. Shop drawings shall show sufficient detail to indicate conformance to the requirements of this
Contract.
2. Manufacturer's assembly or fabrication details that do not provide additional information
needed to determine compliance with requirements are not acceptable and shall not be
submitted.
3. No fabrication and/or assembly of any of the PCAir components shall begin until the shop
drawings for such components have been reviewed and approved by the Owner PM.
4. Additional shop drawings shall be submitted as necessary to fully describe the PCAir to be
delivered and ensure proper interface with the external environment.
5. All drawings, sketches, details, and material shall be submitted in English language and in
Inch-Pound units, including dimensions, volumes, weights, and forces.
B. Contractor shall provide with their offer, all technical data and calculations to demonstrate that
the offered PCAir unit shall have the capability to provide cooling and heating performance at
the specified design day conditions for each of the largest NB and WB aircraft in the aircraft
mix.
1. Calculations shall identify the required volume, pressure and temperature of the air AT THE
AIRCRAFT connection to meet these cooling and heating requirements.
C. The Contractor shall not be relieved of responsibility for compliance to the requirements of the
Project Drawings and Specifications by the Owner’s approval of Shop or working drawings,
product data, samples or similar submittals. Deviations from the requirements of the Project
Drawings and Specifications shall not be approved unless:
1.
the Contractor has specifically informed the Owner in writing (which does not include
information in the submittal document or making notes on submittal documents) that such
deviation is included within the Contractor’s submittal, and;
PRE-CONDITIONED AIR UNIT AND ACCESSORIES
BID SET
238121 - 4
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 1, 2015
2. the Owner has given written approval of each such deviation by specific written response to
the Contractor.
D. If deviations from the Project Drawings and Specification requirements are included in approved
Shop Drawings or other submittals documents and they are NOT identified and approved per
paragraph C above, these deviations shall NOT be considered approved
E. PCAir Unit Data: Include manufacturer's technical product data, including rated capacities
clearly indicated, dimensions, required clearances, weights, furnished specialties and
accessories; and installation and start-up instructions. Also include the following:
1. Fan performance curves with system operating conditions indicated.
2. Motor ratings and electrical characteristics plus motor and fan accessories. Blower motor
manufacturer test results.
3. Factory test reports for specified tests.
4. Materials, gauges, and finishes.
5. Method of capacity control for refrigeration (i.e., cylinder unloading, hot-gas bypass) and
heating systems, defrost cycle, air volume control, and overload protection.
a. Include the number of tubes and fin spacing for coil selection.
6. Condensate pump and details of entire condensate collection and distribution back to terminal
building
F. Accessory Product Data: Submit manufacturer's technical data for each type of ductwork,
fitting, flexible connection, aircraft adaptor nozzle, and hose reel, including dimensions,
capacities, and materials of construction; and installation instructions.
G. Documentation of coordination with the PBB manufacturer indicating coordination efforts,
including mounting requirements, loads, power, communication, control, interlock, precool
control, and condensate coordination.
1. Owner PM shall approve of PCAir system connections drawings.
H. Shop Drawings:
1. Detail equipment assemblies and indicate dimensions, weights, loading, required
clearances, methods of field assembly, components, and locations and size of each field
connection.
2. Detail mounting and securing to passenger boarding bridges, including brackets.
3. PCAir unit data, accessory data and other submittals shall be in sufficient detail for
the Owner PM to verify that the PCAir unit and accessories being supplied meet the
requirements of this Specification.
I.
Wiring diagrams detailing wiring for power, signal, and control systems and differentiate
between portions of wiring that are factory-installed and portions to be field-installed.
PRE-CONDITIONED AIR UNIT AND ACCESSORIES
BID SET
238121 - 5
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 1, 2015
J. Submit detailed procedures for Factory Testing and Functional Site Testing methods for approval
prior to commencement of factory testing.
K. Training: Submit a detailed description including agenda and duration of training proposed.
L. Operation and Maintenance Manuals:
1. Supply, upon delivery of the first PCAir three (3) hard copies and (1) electronic copy of the
PCAir Operations and Maintenance (O&M) Manuals for the PCAir’s.
a. Each section of this electronic, soft copy of the O&M manual shall be directly accessible
via an index provided with the electronic O&M manual.
2. O&M Manuals shall not be generic in nature and shall reflect the exact construction of the
PCAir units furnished.
3. Non-applicable items and drawings shall not be included in the manuals.
4. Manuals may have descriptive type photographs.
5. Pages shall have reinforced edges.
6. Manuals shall be compact in size and bound.
7. O&M manuals shall contain the following information:
a. Description and operation of all systems and components.
b. Electrical drawings specific for each unit furnished. Provide two sets of bound, laminated
electrical drawings for each unit, to be placed inside an access door to the unit controls.
c. Maintenance instructions including troubleshooting/diagnostics guidelines.
d. PCAir PLC Control Documentation
e. Instructions for software access, programming upload and download and system
diagnostics.
f. Overhaul instructions.
g. List of parts and part numbers.
h. Illustrated parts list of all components.
i. Recommended spare parts list and sources.
j. Complete and detailed Preventive Maintenance Program for each type of PCAir
furnished under this Contract.
M. In addition to the manufacturer’s complete illustrated parts manual, provide a listing of the
manufacturer’s recommended stocking levels of critical repair parts to include the manufacturer’s
item description, part number, assemblies per unit, the recommended on-hand stocking level, and
a firm list price for a period of two (2) years from the date of Final Acceptance of the PCAir by
the Owner.
1. The total value of this recommended spare parts list shall be equal to the PCAir Spare Parts
Allowance in the Bid Documents.
N. Contractor will supply at Substantial Completion, one (1) laptop PC for the Project, loaded with
any and all software and the required interface cables so that the Owner’s maintenance personnel
can reload the PCAir’s control software and make any necessary adjustments, as allowed by the
PRE-CONDITIONED AIR UNIT AND ACCESSORIES
BID SET
238121 - 6
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 1, 2015
manufacturer, to the PCAir control software.
1. If any software licenses are required to use this laptop PC and software, the Contractor shall
supply any and all required licenses.
O. As-Built documentation shall be submitted to the Owner’s PM prior to Final Acceptance and
Contract Close Out.
1. As-Built documentation shall be submitted for any shop drawings, cut sheets, product data,
O&M Manuals, etc. where the information contained in such documentation has been
changed or modified from the originally submitted documentation.
1.5 QUALITY ASSURANCE
A. PCAir units shall be products of a single manufacturer.
B. PCAir Unit Manufacturer's Qualifications:
1. The PCAir Manufacturer shall be in the specific business to design and manufacture the
specially constructed PCAir required by this Specification.
2. The PCAir Manufacturer must have a minimum of ten (10) years’ experience in producing
the PCAir design proposed.
3. The PCAir design being proposed MUST have been in continuous use in the US commercial
aviation industry for a minimum of ten (10) years.
4. Specific design features included in this ten (10) year requirement shall be the:
a. Refrigeration circuit, system and component design, including the use of hot gas bypass
or other defrost technology
b. Heating system and components
c. Blower system design and components
d. Evaporator and condenser coil design and construction
e. PCAir electronic controls system.
C. Accessory Manufacturer's Qualifications:
1. Firms regularly engaged in manufacture of ductwork and equipment, of types and sizes
required, whose products have been in satisfactory use for not less than five (5) years.
2. Ductwork and accessories must have demonstrated successful operation with the submitted
and approved PCAir unit.
3. Refer to 2.2 Manufacturers for additional information.
D. ARI Compliance:
1. Coils shall comply with ARI 410
2. Air filter equipment shall comply with ARI 850.
PRE-CONDITIONED AIR UNIT AND ACCESSORIES
BID SET
238121 - 7
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 1, 2015
E. ASHRAE Compliance:
1. Air filters shall comply with ASHRAE Standard 52 for method of testing, and for
recording and calculating air flow rates.
2. Comply with ASHRAE recommendations pertaining to construction of ductwork.
F. NFPA Compliance: Comply with applicable portions of NFPA 70 and 79, for components
and installation of PCAir units.
G. NEMA Compliance:
1. Motors shall comply with NEMA standards.
2. Electrical accessories and components shall comply with NEMA or IEC standards.
H. Unless indicated otherwise, all electrical components for the GPU shall be new, undamaged and
meet the requirements of Underwriter's Laboratories, Inc. (UL).
1. Where UL requirements are not applicable, equipment and material shall be identified as such
by Contractor and approved by Owner before purchase and installation.
I.
Factory and On-Site functional testing shall be conducted as specified in Sections 3 and 4 of this
Specification and in SECTION 347713 – PASSENGER BOARDING BRIDGES.
J. Certifications
1. The PCAir shall be certified by a nationally recognized testing laboratory (NRTL) for
compliance to UL-1995 and CSA-C22.2 No. 236.
a. Evidence of such compliance shall be submitted to the Owner PM for review and
approval.
2. The PCAir shall also have an NRTL certification name plate affixed to the PCAir.
3. Components shall be certified by an NRTL for compliance with UL 1012 and CSA
C22.2.107.1-M91.
a. Provide documentation of certifications to the Owner PM for review and approval.
1.6 DELIVERY, STORAGE, AND HANDLING
A. Delivery: Deliver PCAir and Accessories with protective covering to prevent exposure of
interior to weather, dirt and water.
B. Factory and Field Storage.
1. Store PCAir units at the factory and on site during installation process, and protect equipment
and material against rust, debris, water and other damage, including the covering of all
openings.
PRE-CONDITIONED AIR UNIT AND ACCESSORIES
BID SET
238121 - 8
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 1, 2015
2. The Contractor shall have the flexibility to produce the PCAir units to facilitate their
production schedule if the production schedule does not match the requirements for the
PCAir units to be in CLT for installation.
3. The on-site installation schedule will be spread out over multiple weeks due to restrictions on
the number of gates that can be taken out of service at one time.
a. Therefore, the contractor shall make the necessary provisions to store the PCAir units and
accessories at the manufacturing location and deliver the PCAir units and accessories to
meet the on-site installation schedule.
4. The Contractor shall coordinate all deliveries with the Owner PM so that the PCAir units and
accessories are delivered to CLT to correspond to their scheduled installation.
a. It is the objective of the delivery and installation process to NOT have any PCAir units
stored on-site at CLT.
C. Lift and support PCAir units with the manufacturer's designated lifting brackets or supporting
points on the units frame and in accordance with the manufacturer’s installation instructions.
D. Deliver PCAir units as a factory-assembled unit to the extent allowable by shipping limitations.
E. Deliver and store flexible aircraft ducts (hose), aircraft adapter nozzles, baskets, and "across
the-bridge" devices to the jobsite in original unopened containers with labels informing about
manufacturer, product name, and other pertinent information.
F. The shipment, unloading and checking of equipment shall be coordinated with the Owner
PM.
1. Under no circumstances will the equipment be released for shipment or delivered to
jobsite without prior approval.
G. Examine all equipment and material delivered to the jobsite for concealed damage.
1. The Contractor shall be responsible for loss or damage until equipment is off loaded at
CLT. Report any damage to the Owner PM.
1.7 SEQUENCING AND SCHEDULING
A. Coordinate location of delivered equipment staging area, storage area and erection area with the
Owner PM.
B. Coordinate the removal and salvage or scrap of any existing PCAir’s, and associated accessories
with the Owner PM and the gate closure schedule.
C. Coordinate the installation of the new PCAir units with the installation of the new PBB’s.
D. Coordinate installation and connecti0ons of electrical power with Owner PM and contractor
performing the terminal work.
E. The Contractor shall only be allowed to have one gate out of service at a time.
PRE-CONDITIONED AIR UNIT AND ACCESSORIES
BID SET
238121 - 9
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 1, 2015
1. Substantial completion with ability of the tenant airline to utilize the equipment for normal
operations will be the point at which work can progress to the next gate.
2. Contractor shall fully coordinate the closure of any gate for construction with the Owner PM.
3. The Contractor shall begin work at the new gate A9 and then proceed to the new gate A11 or
A13, as directed by the Owner PM.
1.8 WARRANTY
A. The Contractor shall comply with the following Warranty requirements in addition to the
Warranty requirements as specified in Exhibit A of the Invitation to Bid.
B. Special Project Warranty: Provide special project warranty, signed by Contractor, PBB
Installation subcontractor and the PCAir Manufacturer, agreeing to replace, repair, or restore
defective materials and workmanship of any product, materials or work provide pursuant to this
Specification during a warranty period of 2 years from final acceptance of the Owner.
C. PCAir Manufacturer shall also provide directly to the Owner, a 5-year warranty from the date
of final acceptance of the Owner, to replace defective:
1. PLC and I/O Units if PCAir is PLC controlled
2. Direct Digital Controller (DDC) in PCAir unis is DDC controlled
3. Hand Held Controller
4. PCAir unit compressors, motors, and coils.
D. These warranties shall be in addition to, and not a limitation of, other rights the Owner may have
against the Contractor under the Contract Documents.
E. "Defective" is defined to include, but not be limited to, operation or control system failures,
performances below required minimums, excessive wear, unusual deterioration or aging of
materials or finishes, unsafe conditions, the need for excessive maintenance, abnormal noise or
vibration, and similar unusual, unexpected, and unsatisfactory conditions.
F. Warranty Claim Response time:
1. The manufacturer shall ship repair parts and send a qualified service technician (if required),
to the Owner within 24 hours of being notified of an equipment failure while under warranty.
2.
Parts shall be delivered at the applicable Owner facility within 48 hours from the time the
order was placed by the Owner.
3. If the manufacturer is unable to obtain the parts to restore the equipment to service, the
Owner reserves the right to obtain the replacement parts or service elsewhere and charge the
total cost to the manufacturer, including labor and administrative fees.
4. The manufacturer shall pay all Customs fees, taxes and freight for warranty parts during the
PRE-CONDITIONED AIR UNIT AND ACCESSORIES
BID SET
238121 - 10
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 1, 2015
warranty period.
1.9 MAINTENANCE
A. Furnish extra materials described below that match products installed and that are packaged with
protective covering for storage and identified with labels describing contents.
1. Filters: One set of filters for each PCAir unit
1.10 SUPPLY OF RECOMMENDED SPARE PARTS
A. The Owner shall determine which parts and the quantities of each part, the Contractor shall
supply from the Recommended Spare Parts List submitted per paragraph 1.4.M.
1. The Owner shall advise the Contractor of the selected PCAir Spare parts and quantities, equal
to the PCAir Spare Parts Allowance, within sixty (60) days of the Owner’s approval of the
PCAir Manufacturer’s Recommended Spare Parts list.
2. The Contractor shall deliver these spare parts to the Owner no later than the Substantial
Completion date of the Scope of Work at the first gate.
SPECIFICATION CONTINUED ON NEXT PAGE
PRE-CONDITIONED AIR UNIT AND ACCESSORIES
BID SET
238121 - 11
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 1, 2015
PART 2 - PRODUCTS
2.1 GENERAL
A. In this Specification, the term “or Owner approved equal” may be used to indicate that the
Contractor shall have the option of proposing an alternative to what has been specified. The
Contractor’s alternative must be equal to or exceed the performance, functionality and safety
requirements of the Specification.
2.2 MANUFACTURERS
A. Subject to compliance with requirements of this Specification, the Contractor shall make every
effort to supply materials that match the existing equipment in use at CLT so as to minimize
the spare parts requirements for the Owner’s Maintenance group. In addition, the Owner has
established a minimum standard of quality and reliability for certain parts and components that
are routinely purchased to maintain the Owner’s equipment. The list below reflects this
standard and is in support of the Owner’s spare parts objectives. The manufacturers on this list
shall not be perceived or construed as favored or preferred. This list shall, in no way, preclude
other manufacturers, provided that their equipment and components have been reviewed by the
Owner’s PM and determined to be of equivalent or similar quality, functionality, and
reliability. The Owner’s decision in this regard shall be final. The use of specific product
manufacturers or models on previous Owner’s projects does not constitute pre-approval on this
Project.
1. PCAir Units:
a. JBT AeroTech Jetway
b. Twist / Aero
2. Flexible and Spiral Wound Ductwork / Hose and Adaptors:
a. J&B Aviation Services, Inc.
3. Aircraft Adapter Nozzle:
a. J&B Aviation Services, Inc.
4. Preconditioned Air Hose Baskets:
a. J&B Aviation Services, Inc
b. Ameribridge Services, Inc.
2.3 MATERIALS
A. Where components are not otherwise indicated
1. Provide standard components published by manufacturer as included in standard preengineered Pre-Conditioned Air Unit and as required for a complete system.
2. All equipment and parts furnished shall be the manufacturer's latest listed and published stock
models, except as permitted or required by the Owner PM.
3. The equipment and parts shall meet all the applicable requirements of the specifications.
PRE-CONDITIONED AIR UNIT AND ACCESSORIES
BID SET
238121 - 12
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 1, 2015
B. Material Specifications:
Component
Structural Plate/Steel/Shapes
Structural Tube
Steel Pipe
Steel Sheet
Steel Plate
Bolts-Standard
Bolts-High Strength
Applicable Standard
ASTM-A36 or ASTM A572 Grade 50
ASTM-A500 Grade B
ASTM-A53 Grade b
ASTM-A570, ASTM A569 or ASTM A653
ASTM-A514, ASTM 517
ASTM A307
ASTM A325, SAE-J429 Grade 5 or 8, or
ASTM A490
Electrical and Electronic Components
NFPA 70, NFPA 79, UL listed
2.4 DIRECT EXPANSION PRECONDITIONED AIR UNITS
A. Design Conditions - The following conditions shall govern the design of the
preconditioned air system:
1. Design Day Ambient Conditions – Wet Bulb and Dry Bulb Design Day ambient conditions
shall be per ASHRE Fundamentals Handbook – 2001 for Charlotte-Douglas International
Airport, Charlotte, NC.
a. A 0.4% tolerance shall be added to the ASHRE conditions to further define Design Day
conditions.
2. Aircraft Cabin Design -Summer 75°F - Winter 72°F.
3. Each PCAir unit shall be sized for 80% passenger and crew load, 50% electrical load,
maximum solar load, design ambient temperatures, and 100% outside air for peak cooling
capacity.
4. Each PCAir unit shall be sized to use 100% outdoor air. Return air to the air handling unit
shall not be used.
5. The PCAir shall be designed to operate in an ambient environment of -20° F to +110° F at 0
to 100% relative humidity
B. Design Parameters:
1. The PCAir unit shall be mounted on the PBB, such that the operational characteristics of the
PBB are unrestricted, and the PBB’s structural integrity is uncompromised.
2. There shall be a single PCAir unit installed at the specified gates. The new PCAir units shall
have a single discharge hose for aircraft service and one additional discharge hose for PBB
precooling/preheating.
3. The PCAir supplied shall be a nominal 60 ton unit and shall meet the requirements of this
Specification.
a. If any requirements of this Specification are in conflict with the Manufacturer’s nominal
PRE-CONDITIONED AIR UNIT AND ACCESSORIES
BID SET
238121 - 13
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 1, 2015
60 ton PCAir unit, the Contractor shall identify these as such during the Bid Q&A period.
b. The Owner shall reserve the right to accept or deny these exceptions to these
Specifications.
4. The PCAir unit at each gate shall contain evaporator coils, evaporator blower, compressors,
condenser coils, condenser fans, electric heating coils, refrigeration and temperature controls,
safety controls, air filters, smoke detector, complete motor starting equipment (including
disconnect switch), condensate drain pan, and condensate discharge pump to provide the
required cooling, heating, or ventilation air to meet the requirements specified, and to provide
precooling/preheating to the PBB.
5. The PCAir unit(s) shall have the capacity required to sufficiently cool the aircraft in the
Aircraft Mix for the Project, considering temperature, pressure and volume of air to be
delivered to the aircraft.
5. The PCAir unit shall provide the required airflow and pressure and heating and cooling
capacity based on the type of aircraft (Commuter, NB) selected on the PCAir units pendant
control so as to deliver preconditioned air to the aircraft within the range of design parameters
and without exceeding airflow, pressure, or temperature limitations of the aircraft.
6. The PCAir units shall provide preconditioned air to the Commuter and Narrow Body aircraft
via one aircraft hose.
7. Cooling shall be provided for outdoor air temperatures of 55 F and above during the cooling
season.
8. Ventilation shall be provided for outdoor air temperatures between 45 F and 55 F.
9. The PCAir unit's electric strip heaters shall provide heating for outdoor air temperature of 45
F and below during the heating season.
10. The PCAir shall be designed to use one blower system.
a. The airflow shall be reduced with a motor driven outlet damper or VFD controlled
blower motor and shall adjust the airflow to meet the requirements for any of the
specified aircraft.
b. This outlet damper or VFD controlled motor shall also ensure that the airflow to the
aircraft shall never be of sufficient volume or pressure to damage the aircraft air
conditioning ductwork or systems.
c. The outlet damper shall be located on the supply air or discharge side of the system and
shall also restrict airflow with the initial activation of the pre-conditioned air unit to
prevent hose snap.
11. The PCAir unit design shall meet the following requirements for preconditioned air delivered
to the aircraft.
a. The static pressure and air flow at the inlet to the aircraft shall be greater than the
minimum and less than the maximum values allowed by the aircraft manufactures for all
aircraft as specified.
b. The static pressure, air flow and temperature at the inlet to the aircraft shall be sufficient
to meet the “Steady State” cooling and heating requirements, as defined by the Aircraft
manufacturers, at ambient Design Day conditions.
c. If the PCAir unit uses a “Hot Gas Bypass” or other means to defrost the compressors, the
PRE-CONDITIONED AIR UNIT AND ACCESSORIES
BID SET
238121 - 14
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 1, 2015
temperature of the air at the aircraft connection shall NOT exceed 50° F for more than
five (5) minutes.
d. In the cooling mode, the temperature of the preconditioned air at the aircraft shall not
exceed 40° F, when the units is operating normally and NOT in “Hot Gas Bypass” or
other defrost cycle.
e. The PCAir unit shall be designed and sized to use 100% outdoor air. Return air to the
PCAir unit shall not be used.
12. The Contractor shall supply with their offer, the calculations and technical data to confirm
that the offered PCAir units meet the requirements of 2.4.A and 2.4.B.10 above for the largest
aircraft in each of the Commuter and NB aircraft categories.
a. Specific data and requirements from the various aircraft manufactures shall be supplied to
support the Contractor’s calculations.
b. The Contractor shall supply the assumptions included in their calculations with respect to
the varying conditions that could occur with the hoses and other accessories between the
PCAir unit and the aircraft.
c. Calculations, with appropriate assumptions shall be supplied for delivery of
preconditioned air to the aircraft and not just at the unit.
13. The PCAir unit shall be designed with an “OVERNIGHT” capability to provide cooling or
heating, based on the ambient temperature, if the temperature probe is removed from the
aircraft and the aircraft door closed when the aircraft is parked overnight at the gate.
14. The PCAir design shall consist of multiple refrigeration systems, such as Pre-Cool, Primary
and Secondary.
a. This configuration should provide multiple stages of control for the discharge air
temperature, volume and pressure.
15. Control of the PCAir unit for delivery of conditioned air to the aircraft shall be by a remote
pendant control station mounted to plate, which shall be large enough to accommodate the
PCAir pendant control AND the 400Hz GPU / Cable hoist controls, attached to the wheel
bogie cross tube, left side of the PBB, facing the aircraft.
16. The PCAir unit shall utilize a temperature probe, which can be placed into the cabin of the
aircraft when the aircraft is docked to the PBB, to control the supply air temperature to the
aircraft.
a. The temperature probe shall be mounted on the exterior of the front PBB cab wall, below
the forward Operator vision window.
17. The PCAir unit shall have a PBB Pre-Cool / Pre-Heat function:
a. The PBB Pre-Cool / Pre-Heat function shall be controlled by a button on the PBB
Operator Console or HMI screen. This will allow the PCAir to be started, in Pre-cool /
Pre-Heat mode, from the PBB Operator Console of the PBB.
b. The temperature of the air, both heat and cool, delivered to the PBB shall be the same as
when the PCAir unit is in NB mode.
c. The PCAir unit control system shall have a PBB Pre-cool / Pre-Heat timer
(1) that is adjustable from the unit’s controller
(2) that shall be set to 90 minutes
(3) but be adjustable from 30 minutes to 120 minutes.
d. The PBB Pre-Cool / Pre-Heat function shall also be turned off if the PCAir unit is started
in Aircraft mode from the pendant control.
PRE-CONDITIONED AIR UNIT AND ACCESSORIES
BID SET
238121 - 15
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 1, 2015
18. The PCAir unit shall filter the intake ambient air with a cleanable, viscous impingement
corrosion resistant type filter.
19. The PCAir shall be designed so that the condenser fan(s) and motor(s), compressors and
blower fan and motor can be COMPLETELY removed and replaced without removing the
PCAir from the Passenger Boarding Bridge.
20. An interlock circuit shall be provided so the PBB motion is disabled if the PCAir unit is
operating.
a. If the PCAir unit is operating as a PBB Pre-cool function, this interlock circuit shall NOT
be activated.
21. The PCAir shall be designed so that the maximum dBA, as measured by SAE ARP 1801, is
91.
a. Certification or Test Results showing compliance to this dBA requirement shall be
submitted to the Owner PM for review and approval.
22. The PCAir units shall have a condensate collection and removal system and shall discharge
the condensate to the ramp at the PCAir location.
23. The PCAir unit shall have an Owner approved smoke detector installed downstream of the
electric strip heater.
a. There shall be a red indication light on the front (towards the PBB wheel bogie) of the
unit to indicate when smoke detector has been activated.
b. The indication light shall be labeled as Smoke Detector fault.
C. Unit Construction.
1. Manufacturer's standard casing construction, having corrosion protection coating, and
exterior finish.
a. Exterior casing surfaces shall have a baked enamel finish coat after assembly.
b. Color shall match the color of the PBB’s and shall be coordinated with Owner PM.
c. All sheet metal parts shall be prime coated prior to final assembly
2. Square tubing frame components shall have a ¼” hole drilled to allow condensate water to
escape.
3. Maintenance access doors or panels:
a. All panels and doors that must be opened to access the interior of the PCAir unit for
ANY maintenance or adjustments
(1) shall be hinged, lockable and equipped with a hold open mechanism
(2) shall be equipped with lift off pin type hinges to facilitate easy removal of the panel
or door.
(3) Tool operated locks are acceptable.
b. The access door to the PCAir’s main power and control panel shall be equipped with a
door interlock switch that trips the unit’s main shunt trip breaker when opened.
(1) The door interlock must be able to be by-passed for maintenance access to the unit.
4. An unused holes or penetrations in the exterior of the PCAir shall be plugged.
a. If the holes are threaded, SST bolts shall be used to plug the hole.
PRE-CONDITIONED AIR UNIT AND ACCESSORIES
BID SET
238121 - 16
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 1, 2015
5. Lifting points for crane straps and / or the location of fork lift forks shall be clearly labeled
on both sides of the PCAir unit or identified in any field installation drawings or O&M
manual.
6. Attached to the interior of the each of the PCAir access doors door shall be a:
a. Laminated drawings or drawings printed on adhesive polyester film, which provide an
elevation view of the interior compartment viewed from the access door and identifies
each component’s location, as well as the component’s description and manufacturer’s
part number.
b. Wiring schematic showing the all wires by wire number and termination point for
connections visible from the access door.
7. Mounting brackets used to attach the new PCAir to the PBB shall be painted with a 2-coat
corrosion resistant coating system.
a. Color shall match the existing color of the PBB’s and shall be coordinated with the
Owner PM.
b. Mounting method to the PBB must be a “bolt through” connection to the PBB rail.
8. The unit shall have a minimum of 1-inch-thick manufacturer's standard thermal insulation.
Insulation shall meet requirements of NFPA 90A.
9. The unit shall have knockouts for electrical and exterior condensate drain connection, and
lifting lugs.
D. Maintenance: The following items shall be fully removable and replaceable by removal of
access panels without removal of the PCAir unit from the bridge.
1. Compressors.
2. Blower/damper.
3. Air filters.
4. Controls.
E. Air Conditioning Components
1. Refrigerant Compressor:
a. The refrigerant compressors shall be hermetic scroll type, 2-pole motor, unidirectional
b. Compressor shall have an oil sight glass and oil charging valve.
c. Compressor shall have integral vibration isolators.
d. The PCAir unit shall have the required number of compressors and number of steps of
refrigeration capacity control to provide the cooling capacity required to cool the aircraft
per the specified design requirements.
e. Compressors shall use non ozone depleting refrigerant.
f. Compressors shall have expansion valves, filter dryers, sight glasses, compressor service
valves, liquid line service valves
g. A minimum of two refrigerant circuits for units having two or more compressors
h. Compressors shall have fan-cycling control for low ambient control to 35oF (2oC).
PRE-CONDITIONED AIR UNIT AND ACCESSORIES
BID SET
238121 - 17
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
i.
May 1, 2015
Compressors shall have a system to provide flexibility in the suction and discharge
connections to prevent leaks from compressor and PCAir unit vibration and movement.
System shall submitted to the Owner PM for review and approval.
2. Condenser and Evaporator Coils:
a. Coils shall be aluminum plate fins and seamless copper tube type or micro-channel all
aluminum type.
b. Fins have collars drawn, belled and firmly bonded to the tubes by means of mechanical
expansion of the tubes.
c. No soldering or tinning shall be used in the bonding process. Coils shall have a
galvanized steel casing.
d. Other coil designs shall be an Owner approved equal.
a. Coils shall be mounted in the coil casing with same end connections accessible for
service.
b. Coils shall be removable from the unit.
c. Coil section shall be completely insulated.
d. Coils shall be constructed and certified in accordance with ASHRAE 15 and ARI 410.
e. Provide expansion valve, solenoid valve, and distributor for each coil.
f. Coils shall be proof 400 psig and leak 250 psig tested with air pressure under water, then
cleaned, dehydrated, and sealed with a holding charge of nitrogen.
g. If refrigerant R410A is used, test pressures shall be adjusted for higher pressure system.
3. Filter-Drier:
a. A replaceable sealed type filter-drier shall be in the liquid line, to remove moisture and
contamination.
b. The filter shall be removable via a bolted access plate.
c. Valves shall be used to isolate the unit so that the filter can be replaced without impacting
the system
4. Sight Glass:
a. A combination moisture and liquid indicator shall be installed in the liquid line to
monitor the flow and moisture content of the refrigerant.
b. The sight glass color indicator is to be protected by a pad and screen and changes color
on the basis of relative moisture in the refrigerant.
5. Expansion Valve:
a. An expansion valve shall automatically meter the refrigerant flow to the evaporator coil
by sensing evaporating pressure and temperature of the vapor leaving the evaporator coil.
6. Evaporator Pressure Regulation:
a. Shall be required if the Proposed PCAir design is unable to prevent the coils from
dropping below freezing by reducing the number of compressors operating.
b. If Evaporator Pressure Regulation is required, it shall be located on the suction line and
shall regulate the evaporator suction pressure.
7. Pressure Switches:
a. If used, shall be located as appropriate according to sound engineering practices, the
switches shall be fully encapsulated, non-adjustable, SPST, direct mount controls for use
with non-corrosive refrigerants.
b. The switches shall be automatic or manual reset in open low or open high configurations.
c. These controls shall be fitted with a 1/4 inch SAE female flare fitting with an internal
PRE-CONDITIONED AIR UNIT AND ACCESSORIES
BID SET
238121 - 18
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 1, 2015
depressor for the Schroeder valves located in the piping to prevent refrigerant loss during
replacement.
d. If Pressure Switches are not used, a Pressure Sensing System, controlled by the units PLC
shall be utilized.
8. Gauge Ports:
a. Gauge ports shall be required for refrigeration circuit.
b. Pressure and temperature ports shall be required on the PCAir unit outlet plenum.
c. All gauge ports shall have caps secured by a chain or plastic strap.
9. Access (Schroeder) Valves:
a. 1/4 inch SAE male valves designed for flare connection shall be used as ports for
pressure switch connections and access to the system.
10. Refrigerant Tubing:
a. Tubing shall be bent and modular in design to reduce & eliminate the amount of silver
soldered fitting and prevent Freon leaks.
b. Neat and clean silver soldered joints are required for all tubing connections.
11. Tubing Supports:
a. All tubing shall be supported with rubber covered clamps
F. Blowers and Fans
1. Supply Air Blower:
a. Shall be squirrel cage type, direct drive, with forward curved or radial blades.
b. The blower shall be centrifugal type and sized for the specified variable volume airflow
requirements.
c. Horsepower shall be selected based on manufacturer's choice of equipment which affects
the external resistance of the system.
d. Contractor shall furnish the blower motor and unit size adequate for final total static
pressure and maximum brake horsepower requirements.
2. Fans:
a. Provide fans that are factory fabricated and assembled, factory tested, and factory
finished, with required capacities and characteristics.
b. Fans and Shafts: Statically and dynamically balanced and designed for continuous
operation at the maximum rated fan speed and motor horsepower.
c. Fan Shaft: Turned, ground, and polished steel designed to operate at no more than 70% of
the first critical speed at the top of the speed range of the fan's class.
d. Shaft Bearings: Provide bearings having a median life "Rating Life" (AFBMA L50) of
200,000, calculated in accordance with AFBMA 9 for ball bearings or AFBMA 11 for
roller bearings.
e. Evaporator Fans: Centrifugal, direct-drive blower, no belt drive; and permanently
lubricated motor bearings.
f. Condenser Fans: Propeller-type, direct-driven fans with either permanently sealed
bearings or bearings with a grease port, as per the motor manufacturer’s standard.
G. Motors:
1. General Requirements:
PRE-CONDITIONED AIR UNIT AND ACCESSORIES
BID SET
238121 - 19
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 1, 2015
a.
b.
c.
d.
e.
f.
Motors 1/2 HP and Larger: Polyphase.
Motors smaller than 1/2 HP: Single phase.
Frequency Rating: 60 Hz.
Voltage Rating: Determined by voltage of circuit to which motor is connected.
Service Factor: According to NEMA MG 1, unless otherwise indicated.
Capacity and Torque Characteristics: Rated for continuous duty and sufficient to start,
accelerate, and operate connected loads at designated speeds, in indicated environment,
with indicated operating sequence, and without exceeding nameplate ratings or
considering service factor.
g. Enclosure: Open drip proof, unless otherwise indicated.
2. Polyphase Motors:
a. Description: NEMA MG 1, medium induction motor.
(1) Design Characteristics: NEMA MG 1, Design B, unless otherwise indicated.
(2) Energy-Efficient Design.
(3) Stator: Copper windings. Multispeed motors have separate winding for each speed.
(4) Rotor: Squirrel cage.
(5) Bearings: Double-shielded, pre-lubricated ball bearings suitable for radial and thrust
loading.
(6) Temperature Rise: Per Motor Manufacturer’s standard.
(7) Insulation: Class F.
b. Motors Used with Reduced-Inrush Controllers: Match wiring connection requirements
for indicated controller, with required motor leads brought to motor terminal box to suit
control method.
c. Motors Used with Variable-Frequency Controllers: Ratings, characteristics, and features
coordinated with and approved by controller manufacturer.
(1) Critical vibration frequencies are not within operating range of controller output.
(2) Temperature Rise: Per Motor Manufacturer’s standard.
(3) Insulation: Class F.
(4) Thermal Protection: Where indicated, conform to NEMA MG 1 requirements for
thermally protected motors.
d. Rugged-Duty Motors: Motors shall be totally enclosed with 1.25 minimum service
factor, permanently lubricated bearings, integral condensate drains, and capped relief
vents.
(1) Windings shall be insulated with non-hygroscopic material.
(2) External finish shall be chemical-resistant paint over corrosion-resistant primer.
e. Source Quality Control: Motor manufacturer shall perform the following routine tests on
blower motors according to NEMA MG 1 and submit test results:
(1) Measurement of winding resistance.
(2) No-load readings of current and speed at rated voltage and frequency.
(3) Locked rotor current at rated frequency.
(4) High-potential test.
(5) Alignment.
3. Single-Phase Motors:
a. Type: As selected by manufacturer from one of the following, to suit starting torque and
other requirements of specific motor application.
(1) Permanent-split capacitor.
(2) Split-phase start, capacitor run.
(3) Capacitor start, capacitor run.
b. Shaded-Pole Motors: Do not use, unless motors are smaller than 1/20 hp.
PRE-CONDITIONED AIR UNIT AND ACCESSORIES
BID SET
238121 - 20
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 1, 2015
c. Thermal Protection: Where indicated or required, internal protection automatically opens
power supply circuit to motor when winding temperature exceeds a safe value calibrated
to temperature rating of motor insulation.
(1) Thermal protection device automatically resets when motor temperature returns to
normal range, unless otherwise indicated.
d. Bearings: Ball-bearing type for belt-connected motors and other motors with high radial
forces on motor shaft.
(1) Sealed, pre-lubricated sleeve bearings for other single-phase motors.
H. Solid-State, Variable Frequency Drive:
1. Provide solid-state speed adjustment with adjustable frequency and voltage output that shall
provide a constant volt per hertz excitation of a three-phase, squirrel-cage induction motor up
to 60 hertz.
a. The variable frequency drive shall be selected by the manufacturer based on the
maximum blower motor brake horsepower required.
b. The controller shall have a 50% overload rating for one minute. The controller shall have
a minimum efficiency of 95% at rated load.
c. The controller shall operate in an ambient temperature of -15°C to 40°C for elevations up
to 3,300 feet above sea level and within a humidity range of 0 to 95% noncondensing.
d. The variable torque controller starting current shall be limited to 150% of the full load
current.
2. The controller input shall be rated 460V (+10% to -10%), three-phase, and 60-hertz. The
converter shall utilize a three-phase, full-wave, diode-bridge. Provide a 6 or 12 pulse
unit.
3. The DC voltage shall be inverted with a pulse width modulated (PWM) transistor inverter
to an adjustable frequency output.
a. The output frequency stability to be +1.0% to -1.0% and the output voltage regulation
to be +2% to -2%.
4. The controller shall
a. maintain a minimum lagging power factor of 0.95 at any speed or load.
b. have input line filtering in compliance with IEEE 519
c. not generate harmonics of a magnitude that create power line disturbances
objectionable to the local utility.
I.
Electric Heaters:
1. General: Provide electric resistance open coil duct-type or finned tubular heaters to provide
heat to the supply air.
a. Provide either a SCR controller or a minimum of four steps of electric resistance open
coil capacity control shall be required in the heating mode.
2. Heating Elements: Open-wire type, 80% nickel, 20% chromium elements
a. uniformly distributed
b. supported in aluminized- or galvanized-steel frame
c. with vertical support brackets
d. insulated with ceramic bushings.
PRE-CONDITIONED AIR UNIT AND ACCESSORIES
BID SET
238121 - 21
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 1, 2015
3. Controls: Provide thermal cutouts, primary and secondary controls, contactors, circuit fusing,
airflow switch, and fused control transformer.
a. Include integral primary automatic and secondary manual reset thermal-protection
devices and airflow switches.
J. Safety Provisions And Components
1. Circuit Protection: The following systems and / or components will be protected against
short-circuit currents or grounds by means of properly selected circuit breakers:
a. Main Power
b. Blower motor
c. Fan motors
d. Compressor motors
e. Heater stages
f. Transformer primary winding (by fuse or circuit breaker)
g. Transformer secondary winding, 24 volt (by fuse or circuit breaker)
2. Overload Protection: Each motor shall be protected from damaging overload currents as
follows:
a. Compressor motors: With manual reset type and adjustable range relays.
b. Blower Motor: With relays of the manual reset type and adjustable setting range type.
c. Fan Motors: With relays of the manual reset type and adjustable setting range type.
e. Compressors hall have motor protection modules with monitoring warning and diagnostic
capabilities to include protective features of thermal overload, phase loss, phase reversal,
phase imbalance, ground fault, short circuit, over temperature (thermistor input), start
time monitoring, stall during start and multiple starts.
f. Compressor Short Cycling Protection: Each refrigerant compressor motor shall be
protected against short cycling (multiple starts and stops over a short period) by a runlimit timer or software.
(1) The timer or software shall provide a minimum 3-minute delay on re-energizing the
compressor motors after each stop.
3. Refrigerant Extreme Pressure Protection: high and low-pressure limit switches or a pressure
sensing system controlled by the units PLC shall protect all refrigeration systems.
4. Compressors shall have the following Safety Controls:
a. Low refrigerant pressure cutout, automatic or manual reset;
b. High refrigerant pressure cutout, automatic or manual reset;
c. Compressor motor overload protection, internal and external, manual reset;
5. Main Contractor: Heater contactors shall be controlled by a main contactor and thermal
overload contactors so that in the event the heater contactor fails to trip or becomes fused, the
thermal overloads will disconnect power to the heater elements.
6. The PCAir shall have:
a. a “bumper” on the bottom corners of the unit to protect against injuries to the head.
b. yellow and black safety tape shall be applied to the bottom circumference of the unit.
7. For any input power phase sensitivity, the PCAir shall monitor input power phases and display
an error message if input power has improper phasing.
PRE-CONDITIONED AIR UNIT AND ACCESSORIES
BID SET
238121 - 22
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 1, 2015
K. Temperature Control:
1. The PCAir unit shall utilize a temperature probe, which can be placed into the cabin of the
aircraft when the aircraft is docked to the PBB, to control the supply air temperature to the
aircraft.
2. In case of temperature probe failure, damage or removal, the PCAir unit will operate in an
automatic mode as follows:
a. Cooling shall be provided for outdoor air temperatures of 55 F and above during the
cooling season.
b. Ventilation shall be provided for outdoor air temperatures between 45 F and 55 F.
c. The PCAir unit's electric strip heaters shall provide heating for outdoor air temperature of
45 F and below during the heating season.
3. The PCAir unit shall be designed with an “OVERNIGHT” capability to provide cooling or
heating, based on the ambient temperature, if the temperature probe is removed from the
aircraft and the aircraft door closed when the aircraft is parked overnight at the gate.
a. Cooling shall be provided for outdoor air temperatures of 55 F and above during the
cooling season.
b. Ventilation shall be provided for outdoor air temperatures between 45 F and 55 F.
c. The PCAir unit's electric strip heaters shall provide heating for outdoor air temperature of
45 F and below during the heating season.
4. The output air temperature from the PCAir unit in the PBB Pre-cool / Pre-heat mode shall be
the same as the when the PCAir unit is running at full cool or full heat in Narrow Body (NB)
mode.
L. Electrical Service / Components / Workmanship
1. Unit shall require only a single feed 480/3/60 electrical connection. Provide transformers
as required to feed components and controls utilizing other voltages. The 60 ton nominal
PCAir units shall operate on 225 amps MAXIMUM.
2. All electrical equipment and components shall be manufactured in Inch-Pound units and
conform to recommendations and standards listed in the Quality Assurance Article.
3. If cable trays are used for the power and control cables to route cables beyond the cable
conveyance system towards the PCAir unit, the cable tray shall be aluminum or SST.
4. All power and control circuit cables from the cable conveyance system shall terminate
directly into terminal blocks in the PCAir disconnect at the PBB rotunda and the PCAir unit
mounted on the PBB. An intermediate junction box shall not be allowed.
5. All circuits shall be protected by circuit breakers, except low voltage control circuits of 10
amps 50Vdc / 50Vac OR LESS, which may be protected be either circuit breakers or fuses.
6. All circuits shall have suitable overload protection.
a. Each conductor shall be sized to have current carrying capacity as allowed by the
National Electric Code (NEC) equal to or greater than the capacity of the circuit breaker
provided for the circuit.
b. Circuit breakers shall be grouped in convenient locations and suitably marked for size
PRE-CONDITIONED AIR UNIT AND ACCESSORIES
BID SET
238121 - 23
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 1, 2015
and function.
c. Protection devices shall be sized to protect wiring, motors and other electrical
components from damage due to overload and prevent electrical or mechanical damage to
any associated PCAir components or ancillary equipment due to failure of any PCAir
component or ancillary equipment.
7. Connections between the PCAir unit and the Pendant Control, Temperature Probe and PBB
interlock shall be heavy duty Quick Disconnect type.
8. Quick Disconnect fittings must be MS standard receptacles and plugs and shall be UL or ETL
approved.
a. Quick Disconnect receptacles and plugs shall be labeled with a permanent type label to
indicate which receptacle goes with which plug.
9. Exterior toggle switches must comply with MIL-S-3950 and be rated for the loads which they
control.
10. Unit shall be equipped with main breaker, which shall be either:
a. shunt tripped with a maintenance by-pass switch.
(1) Shunt trip shall engage whenever the main power panel door is opened and the
breaker box door is opened / both ways: or,
b. integral to the main power panel door and must be manually switched off in order to open
the main power panel door.
11. If a separate disconnect is provided on the exterior of the unit:
a. Disconnect shall be stainless steel NEMA 3R or 4 enclosure with a re-settable breaker
and a lockable pull handle
b. Disconnect shall have a drain device for condensate.
15. Wiring and Terminal Blocks
a. All interior wiring, connections, terminal blocks, wire routings, use of cable trays /
conduit shall comply with the requirements of UL 1995.
(1) If any requirements of this Specification conflict with the requirements of UL 1995,
the requirements of UL 1995 shall take precedence.
b. Wires shall not be pulled tight in the PCAir unit or subjected to chafing or damage by
vibration of the PCAir or by the operation of the PBB.
c. Wires shall not droop or sag in their routing.
d. All wiring shall be brought to mounted terminal blocks.
(1) Terminal blocks shall NOT be allowed to hang free in air.
e. Wire splices of any type shall NOT be used.
f. Wiring shall be formed and restrained to give a neat appearance.
g. All wires, including spares, within junction boxes, control cabinets, disconnects, other
electrical enclosures shall be neatly secured and routed.
(1) Wire routing trays shall be used when space permits.
h. Grommets and suitable anti-chafe material shall be used where wires are required to pass
through structure or similar relief or opening which exposes the wire to possible chafing.
i. All wiring shall be identified using stamped labels or other Owner approved wire labels.
(1) Labels shall be visible and located within 1 in. of their termination point.
(2) Wires are to be numbered in a logical sequence
(3) All wire numbers are to be indicated on electrical schematics.
j. Spare wires shall be numbered and also labeled as “SPARE”.
PRE-CONDITIONED AIR UNIT AND ACCESSORIES
BID SET
238121 - 24
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 1, 2015
k. Spare wires shall be indicated on the electrical schematics.
l. Wires must meet the bend radius requirements of NEC.
(1) Ninety degree bends shall not be allowed.
m. Ferrules or insulated ring terminals shall be used on any fine stranded wire, depending on
the terminal block connection.
(1) Fork or Spade terminals shall ONLY be allowed to make connections to purchased
components that have ring terminals and are assembled into the PCAir. No other use
of fork or spade terminals shall be allowed.
(2) Direct connection of fine stranded wire to a terminal block shall NOT be allowed.
n. Terminal blocks shall be either:
(1) Finger proof or tamper proof design
(2) Stud or open style design with a protective cover supplied by the terminal block
manufacturer.
(3) Other terminal block designs shall not be accepted.
o. Terminal blocks must meet the applicable requirements of SAE J561, J858 and J928.
p. Wire ties SHALL NOT be used to secure and support any wiring.
q. NEC / UL approved clamps and methods must be used to secure and support wiring.
(1) Clamps used shall be specifically designed for the wiring being clamped (e.g. clamps
for flat pack cable are not the same as clamps for SO cable).
r. Wire ties shall only be used to keep wires together for appearance and routing to various
components.
16. Enclosures and Junction Boxes (except main power / control panel)
a. All enclosures and junction boxes shall be labeled with engraved placards.
(1) Placards shall contain the nomenclature used on the drawings or schematics for the
enclosure or junction box.
b. All enclosures and junction boxes, including pass through junction boxes shall:
(1) be weather tight, stainless steel (SST) enclosures of NEMA 3R or 4 rating.
(2) have a hinged, SST cover which shall be retained by SST latch(s) or SST selfretaining screws.
(3) shall have a weather gasket for the cover.
(4) shall have a drain device for condensate.
c. All enclosures and junction boxes containing power circuits shall have applicable
warning or symbol stickers as required by Code.
d. All components mounted in enclosures and junction boxes shall be mounted to a backing
plate supplied by the enclosure manufacturer
(1) Components shall be intended for use in the enclosure or junction box.
(2) Mounting directly to the enclosure or junction box wall shall NOT be allowed.
e. Conduits and wiring routed into enclosures, junction boxes and panels shall have
clamping fittings and the fitting threads shall have bushings installed
17. Main Power / Control Panel Enclosure shall:
a. be UL listed / approved.
b. be labeled with an engraved placard containing the nomenclature used on the drawings or
schematics for the enclosure.
c. Shall be constructed out of SST or steel with a corrosion resistant coating system.
d. be weather tight with a NEMA 3R or 4 rating.
e. have a hinged, SST or aluminum cover which shall be retained by SST latch(s) or SST
self-retaining screws.
f. have a weather gasket for the cover.
g. have a drain device for condensate.
PRE-CONDITIONED AIR UNIT AND ACCESSORIES
BID SET
238121 - 25
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 1, 2015
h. have applicable warning or symbol stickers as required by Code.
i. have clamping fittings for all conduits and wiring routed into the enclosure and the fitting
threads shall have bushings installed
M. Other PCAir System Components:
1. PCAir Pendant Control
a. Pendant control shall be mounted to plate, which shall be large enough to accommodate
the PCAir pendant control AND the 400Hz GPU / Cable hoist controls, attached to the
wheel bogie cross tube, left side of the PBB, facing the aircraft.
b. All voltages in the Pendant Control shall be low voltage – 28 volts maximum.
c. Wiring and Terminal Blocks.
(1) Wires shall not be pulled tight in the Pendant Control or subjected to chafing or
damage by vibration of the Pendant Control or by the operation of the PBB.
(2) Wires shall not droop or sag in their routing.
(3) All wiring shall be brought to mounted terminal blocks.
i) Terminal blocks shall NOT be allowed to hang free in air.
(4) Wire splices of any type shall NOT be used.
(5) Wiring shall be formed and restrained to give a neat appearance.
(6) All wires, including spares, within junction boxes, control cabinets, disconnects,
other electrical enclosures shall be neatly secured and routed.
i) Wire routing trays shall be used when space permits.
(7) Grommets and suitable anti-chafe material shall be used where wires are required to
pass through structure or similar relief or opening which exposes the wire to possible
chafing.
(8) All wiring shall be identified using stamped labels or other Owner approved wire
labels.
i) Labels shall be visible and located within 1 in. of their termination point.
ii) Wires are to be numbered in a logical sequence
iii) All wire numbers are to be indicated on electrical schematics.
(9) Spare wires shall be numbered and labeled as “SPARE”.
(10) Spare wires shall be indicated on the electrical schematics.
(11) Wires must meet the bend radius requirements of NEC.
i) Ninety degree bends shall not be allowed.
(12) Ferrules or insulated ring terminals shall be used on any fine stranded wire,
depending on the terminal block connection.
i) Fork or Spade terminals shall ONLY be allowed to make connections to
purchased components that have ring terminals and are assembled into the PBB.
No other use of fork or spade terminals shall be allowed.
ii) Direct connection of fine stranded wire to a terminal block shall NOT be
allowed.
(13) Terminal blocks shall be either:
i) Finger proof or tamper proof design
ii) Stud or open style design with a protective cover supplied by the terminal block
manufacturer.
iii) Other terminal block designs shall not be accepted.
(14) Terminal blocks must meet the applicable requirements of SAE J561, J858 and J928.
(15) Wire ties SHALL NOT be used to securing any wiring.
(16) NEC / UL approved clamps and methods must be used to secure and support wiring.
i) Clamps used shall be specifically designed for the wiring being clamped (e.g.
PRE-CONDITIONED AIR UNIT AND ACCESSORIES
BID SET
238121 - 26
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 1, 2015
clamps for flat pack cable are not the same as clamps for SO cable).
(17) Wire ties shall only be used to keep wires together for appearance and routing to
various components
d. Quick Disconnect fittings must be MS standard receptacles and plugs and shall be UL or
ETL approved.
(1) Quick Disconnect receptacles and plugs shall be labeled with a permanent type label
to indicate which receptacle goes with which plug.
e. Pendant control enclosures shall:
(1) be SST
(2) be NEMA 3R or 4 rated
(3) have a SST cover with piano style SST hinge and be retained by SST latch(s) or SST
self-retaining screws.
(4) have a drain device for condensate.
f. The pendant control station shall have a minimum of three (3) push buttons.
(1) One button each for Start, for Stop, and an E-Stop button.
(2) The Start button shall be illuminated “green” when the unit is on.
(3) The Stop button shall be illuminated “red” when a fault has occurred and shall reset
the unit when depressed.
(4) The E-Stop button shall be a raised, mushroom style E-Stop button.
g. The pendant control shall have a either:
(1) a switch to select between Narrow Body, Wide Body and OVERNIGHT modes.
(2) separate start buttons for Narrow Body, Wide Body and OVERNIGHT modes.
h. The pendant control shall have a switch to select the PCAir unit operation modes of heat,
cool or vent.
i. Each button on the Pendant control or indicator shall be labeled with an engraved,
weather resistant placard identifying the button or indicator function.
j. The Pendant Control shall also have an engraved placard identifying it as the PCAir
pendant control.
2. Temperature Probe
a. The temperature probe shall be mounted on the exterior of the front PBB cab wall, below
the forward Operator vision window, in the same location as the existing temperature
probe.
b. Temperature probe shall be a weather proof design with a NEMA 3R or 4 rating.
c. The mounting box for the temperature probe shall
(1) be SST and be a weather proof design with a NEMA 3R or 4 rating.
(2) have an enclosure cover that is SST, hinged, retained by SST latch(s) or SST selfretaining screws.
(3) have an enclosure cover that has a weather gasket.
d. The temperature probe should be mounted to the hinged cover.
e. The temperature probe shall utilize a “jack” type connection to an outlet on the PBB cab
wall.
f. A light shall be provided on the temperature probe outlet to notify the PBB operator that
the PCAir is operating in automatic mode due to the failure of the temperature probe.
3. PBB Pre-Cool /Pre-Heat
a. The PBB Pre-Cool / Pre-Heat function shall be controlled by a button on the PBB
Operator Console. This will allow the PCAir to be started, in Pre-Cool / Pre-Heat mode,
from the PBB Operator Console of the PBB.
b. Safety features will be provided so that the Pre-Cool / Pre-Heat mode can only be started
when the PBB is NOT in Auto Level and the PCAir is not already running.
PRE-CONDITIONED AIR UNIT AND ACCESSORIES
BID SET
238121 - 27
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 1, 2015
c. If a push button on the remote pendant control is depressed to start / stop or select a mode
for the PCAir unit, the PBB Pre-Cool / Pre-Heat function shall be stopped.
d. Coordinate design and installation of PBB Pre-Cool / Pre-Heat plenum, mounted in “C”
tunnel of PBB with PBB Manufacturer.
4. Input Air Filters.
a. Provide factory-fabricated, flat panel type cleanable (washable) air filters with holding
frames, with 2-inch-thick cleanable filtering media constructed of galvanized woven
and crimped steel screening, with 20-gauge galvanized steel frame.
b. Filters shall be cleanable with rated face velocity of 500 foot per minute, initial
resistance not greater than 0.10-inch water gauge.
c. Air filter equipment shall comply with ARI 850.
d. Air filters shall comply with ASHRAE Standard 52 for method of testing, and for
recording and calculating air flow rates.
5. Condensate Pump
a. A condensate pump and drain pan shall be provided for each PCAir unit and shall
discharge condensate:
(1) to the ramp via a condensate hose routed through the lift column scissor and
terminated 4-6” below the wheel bogie cross tube, left side.
(2) through a condensate hose in the PBB cable carrier to a condensate piping connection
at the terminal face.
b. The condensate pump shall be lightweight, self-priming, and capable of running dry.
c. Minimum pump rating and size shall be:
(1) 3 gpm, 40-foot head
(2) determined by the PCAir manufacturer and be capable of pumping the PCAir
condensate from the PCAir unit to the terminal building with the PBB at full
extension and servicing the smallest aircraft in the specified aircraft mix.
d. Position the drain pan under the coil section.
e. Drain pan shall be stainless steel with capability of complete drainage leaving no
standing water in pan, regardless of the slope of the PBB.
6. Smoke Detector
a. PCAir units shall include an equipment appropriate smoke detector, which shall be
approved by the Owner.
b. Smoke detectors shall be installed downstream of the electric strip heater but upstream
from the condenser coils.
c. Smoke detector shall be ionization type and listed by UL per UL 268A.
d. Smoke detector shall operate at air velocities from 300 to 4,000 feet per minute.
e. When smoke is sensed, the supply air blower shall shut down.
f. Visual indication of alarm and pilot shall be provided on the detector front and on the
front of the PCAir unit (facing the PBB wheel bogie).
(1) The exterior light shall be red and labeled as a smoke alarm fault.
g. A manual reset shall be located on the front of the device.
h. Smoke detector heads shall not require additional filters or screens which must be
maintained.
2.5 PCAir ACCESSORIES
A. All PCAir Accessories supplied shall meet the requirements of the aircraft mix identified in these
PRE-CONDITIONED AIR UNIT AND ACCESSORIES
BID SET
238121 - 28
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 1, 2015
Specifications.
B. Accessory Manufacturer: The Contractor shall procure and supply the following accessories.
Please refer to Attachment C for accessories currently purchased and stocked by the Owner.
1. Spiral wound hose – Aircraft
2. Spiral wound house – PBB Pre-cool
3. Side mounted PCAir hose basket.
4. Lay flat aircraft supply hose.
5. Elbow(s) to route aircraft spiral wound hose into the PBB left side hose basket.
6. Metal mounting straps, minimum 2 in. wide, for Aircraft and PBB Pre-cool spiral wound
hose
7. Supply Hose Reducer
8. Mini Milo Aircraft Adaptor
C. Spiral Wound Hose: Shall be supplied from the PCAir unit to the hose basket for aircraft supply
and from PCAir unit to PBB Pre-cool plenum on the right side of the PBB C tunnel.
D. Aircraft Supply Air Duct: The length of duct going from the PCAir to the aircraft shall be as
required to service the specified aircraft mix.
1. A separate hose duct section and hose cart shall be required to extend the primary hose duct
to service the MD-80/90 and CRJ-700/900 aircraft.
E. Hose Basket: A hose basket shall be provided for storage of the hose during non-use.
1. The hose basket shall be mounted on the PBB, move with the PBB, and hold the required
length of hose to service the specified aircraft mix.
2. The hose basket shall be mounted to the left side of the PBB so that it is easily accessible
when the PBB is serving RJ Aircraft.
3. The hose basket should be compact in design and shall not interfere with access to the GPU /
Cable Hoist / PCAir pendant controls.
4. The hose basket shall be easily detachable from the PBB to facilitate servicing the wheel
bogie.
5. The main aircraft supply hose storage area shall not exceed 24 in. interior width so that the
hose, when rolled up, will not fall over in the basket.
6. A separate, detachable hose cart shall be supplied for the additional hose section required for
the MD-80/90 and CRJ-700/900 aircraft. The detachable hose cart shall:
a. be a maximum of 24 in interior width.
PRE-CONDITIONED AIR UNIT AND ACCESSORIES
BID SET
238121 - 29
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 1, 2015
b. be fully captured in the hose basket when not in use
c. be easily deployed from the hose basket in order to service the MD80-90 and CRJ700/900 aircraft.
7. The main basket shall have a hinged, drop down, front door that will provide easy access for
the ramp personnel to load and unload the aircraft supply duct.
a. The drop down door shall be covered with expanded metal or grating to prevent ramp
personnel from stepping through it and must support the weight of ramp personnel if they
step on the drop down door.
8. The hose basket wheels shall have grease fittings in wheel axel and swivel bearing. The
wheel tread shall be designed with a tread to minimize wear.
9. The hose basket color shall be painted safety yellow.
F. Supply Hose Reducer: If required by the Contractor’s design, the PCAir shall be supplied with a
fabric duct that zips into one size duct and reduces it or expands it to another size duct.
G. Connectors: The Contractor shall supply the required aircraft connectors / hose reducers to
service the aircraft mix as identified in the Specifications.
SPECIFICATION CONTINUED ON NEXT PAGE
PRE-CONDITIONED AIR UNIT AND ACCESSORIES
BID SET
238121 - 30
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 1, 2015
PART 3 - EXECUTION
3.1 INSTALLATION
A. PCAir units shall be mounted underneath the PBB “C” tunnel, behind the bogie wheels.
1. Vibration isolation shall be provided so that the PCAir units shall not transmit vibration to the
passenger bridges.
2. Connections from the PCAir unit to the PCAir pendant control, PCAir temperature probe, and
PBB interlock circuits shall be run through rigid conduit to the entry points of the PBB
console or PBB cable scissor at the wheel bogie.
B. The Contractor shall supply the necessary drawings, instructions, manuals and all materials,
accessories, components, etc., required to fully assemble, commission and test the PCAir units
and accessories.
C. All such materials shall be packaged as an Installation “Kit” with clearly labeled and indexed
containers and materials within containers.
1. These Installation Kits shall be packaged and protected so that they may be stored in an
exterior uncovered environment for several months.
D. The PCAir manufacturer shall provide qualified manufacturer's technical representative / service
personnel during the PCAir installation, testing and commissioning process AT EACH GATE to
assure a proper installation, and to provide adequate and reliable field service support to correct
any and all equipment failures that may occur during the commissioning and testing and during
the initial operating period.
1. This representation shall be available at CLT for the first five (5) calendar days after the last
PCAir is installed and accepted as substantially complete by the Owner.
2. The manufacturer's field service representative shall monitor and ensure that the approved
Installation Subcontractor follows:
a. The manufacturer's field installation manual.
b. Compliance with all safety requirements.
c. Accurate and complete reports and records maintenance
d. Applicable requirements of the Project Specifications and Drawings
E. Refer to SECTION 347713 – PASSENGER BOARDING BRIDGES for additional installation
information, requirements and specifications
3.2 TRAINING
A. Contractor shall provide the Manufacturer’s standard Operations and Maintenance classes for the
PCAir units supplied on this Project.
1. Training shall utilize prepared texts, power point presentations and other instructional aids as
appropriate. Contractor shall supply whatever equipment is required to present training
materials.
PRE-CONDITIONED AIR UNIT AND ACCESSORIES
BID SET
238121 - 31
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 1, 2015
2. The Contractor shall conduct multiple Operations Training Classes during each group to
facilitate the scheduling of Owner and Tenant Airline personnel.
a. Operations training classes shall be a minimum of 4 hours and shall consist of both class
room and hands on training.
b. Operator training shall include, at a minimum, the proper demonstration as well as actual
use of correct PCAir operations to avoid damaging the equipment or aircraft or personal
injury, by improper use of the PCAir and its controls.
c. The Contractor shall provide two (2) classes, one (1) on first shift and one (1) on second
shift.
d. The anticipated class size shall be 10.
4. The Contractor shall conduct multiple Maintenance Training Classes during each group to
facilitate the scheduling of Owner and Owner maintenance contractor personnel.
a. Maintenance training classes shall be a minimum of 8 hours and shall consist of both
class room and hands on training.
b. Maintenance training shall include, at a minimum:
(1) proper demonstration of cut-away models of critical parts, full instruction of proper
maintenance and trouble shooting, and instructions on proper use of manuals.
(2) Instruction in proper use, operation, and daily maintenance of the PCAir.
(3) Emergency provisions, including emergency access and procedures to be followed at
time of failure in operation and other building emergencies.
(4) Normal procedures to be followed in checking for sources of operational failures or
malfunctions.
(5) Use of the hardware / software tools required to upload and download control
programs, trouble shoot the PCAir control software, perform equipment diagnostics
and review data flow.
(6) Requirements for a complete PCAir PM Maintenance program, including monthly,
quarterly, semiannual and annual checks.
(7) Warranty, technical support and parts ordering procedures.
c. The Contractor shall conduct two (2) classes, one (1) on first shift and one (1) on second
shift.
d. The anticipated class size shall be 5.
5. The Contractor shall video tape one complete Operations training session and one complete
Maintenance training session and provide these recordings to the Owner.
6. Training dates and times shall be coordinated with the Owner PM.
7. The Owner and tenant Airline shall assign their respective employees to be trained.
8. Contractor shall submit a Training Syllabus for all training classes to be conducted at CLT
within sixty (60) days of the Notice to Proceed.
a. Format and content of Contractor’s proposed Training classes shall be subject to approval
of the Owner.
9. The Contractor’s PCAir operator and maintenance training classes shall be conducted
concurrent with the PBB and GPU training classes.
10. The Contractor’s PCAir training program must meet the requirements of this Specification.
PRE-CONDITIONED AIR UNIT AND ACCESSORIES
BID SET
238121 - 32
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 1, 2015
PART 4 - CONTRACTOR FACTORY AND FIELD QUALITY CONTROL REQUIREMENTS
4.1 QUALITY ASSURANCE
A. For additional Quality Control requirements refer to Bid Documents.
B. The following describes the minimum inspection and testing required in the Contractor's Field
Quality Control Program for the work of this section.
1. THE IMPLEMENTATION OF A CONTRACTOR QUALITY CONTROL
PROGRAM DOES NOT RELIEVE THE CONTRACTOR FROM THE
RESPONSIBILITY TO PROVIDE WORK IN ACCORDANCE WITH THE
CONTRACT DOCUMENTS, APPLICABLE CODES, REGULATIONS, AND
GOVERNING AUTHORITIES.
2. The Contractor Quality Control Program shall include, but not be limited to, the elements
included herein.
a. These elements are provided only as a minimum starting point for the Contractor to use
to generate the complete Contractor's Quality Control Program.
4.2 FACTORY TESTING
A. Factory testing shall meet the following requirements.
1. The Contractor shall develop a comprehensive Factory Test Plan, identifying the specifics of
the tests to be carried out, and the acceptance criteria of such test, to ensure the PCAir units
comply with the requirements of the Specification and Contract Documents.
2. The Factory Test Plan shall be submitted to the Owner PM 60 days prior to the factory tests
being conducted.
3. At a minimum, the following tests shall be part of the PCAir Factor Test Procedure.
a. At specified cooling design day conditions, verify temperature, pressure and volume of
unit on all Cooling Mode settings, including Vent and Pre-cool.
b. At specified heating design day conditions, verify temperature, pressure and volume of
unit on all Heat Mode Settings.
c. The above 2 tests shall either:
(1) be conducted with the supplied PCAir unit fully contained within an environmentally
controlled test chamber that can create Design Day Conditions (both heating and
cooling) so that the unit can be tested and the test results can confirm that the PCAir
unit will produce an airflow at the required temperature, volume and pressure at
Design Day conditions: or,
(2) have been conducted previously on an identical PCAir unit being supplied for this
project within an environmentally controlled test chamber that did create Design Day
Conditions (both heating and cooling) so that the design of the unit being supplied
was tested and the test results from those tests confirm that the PCAir unit being
supplied will produce an airflow at the required temperature, volume and pressure at
Design Day conditions.
i) In order for this test method to be acceptable, the Manufacturer’s Director of
Engineering shall submit a Letter of Certification stating that the PCAir unit
PRE-CONDITIONED AIR UNIT AND ACCESSORIES
BID SET
238121 - 33
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 1, 2015
being supplied on this Project is an IDENTICAL design to the PCAir whose test
data is being proposed.
d. Verify all functions of Pendant Control
e. Verify noise level, per the requirements of:
(1) ARP 1801 - Measurement of Exterior Sound Level of Specialized Aircraft Ground
Support Equipment.
(2) ARP 5374 - Method of Testing Preconditioned Air Equipment.
4. Each PCAir supplied for the Project shall be tested per paragraph 3 above.
5. The results of the Factory Testing shall be supplied to the Owner PM prior to shipment.
a. The Owner will NOT approve shipment of the PCAir units without the Owner PM’s
review and approval of the Factory Test Results.
4.3 PRE-SHIPMENT INSPECTION BY THE OWNER
A. See SECTION 347713 – PASSENGER BOARDING BRIDGES for additional factory
inspection requirements, including requirements for Owner witness of factory testing and
inspection.
1. Three (3) weeks prior to shipment of any PCAir units, notify the Owner PM of the
specific date the factory testing will be conducted.
4.4 FIELD QUALITY CONTROL
A. Refer to SECTION 347713 – PASSENGER BOARDING BRIDGES for the requirements for
PCAir unit start up and testing.
END OF SECTION 238121
PRE-CONDITIONED AIR UNIT AND ACCESSORIES
BID SET
238121 - 34
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
SECTION 347713 - PASSENGER BOARDING BRIDGES
PART 1 - GENERAL
1.1 SUMMARY
A. The City of Charlotte, Aviation Department, propose to replace the two (2) Passenger Boarding
Bridges (PBB’s) and associated equipment at existing gates A9 and A11 with new PBB’s and associated equipment.
1. The existing gates A9 and A11 will become new gates A11 and A13, respectfully.
2. A new PBB and associated equipment will be supplied and installed at a new gate A9.
3. Project location is the A concourse at the Charlotte-Douglas International Airport (CLT).
B. The Contractor shall remove and scrap two (2) existing PBB’s and their accessories from existing
gates A9 and A11, as indicated in the Project Specifications.
C. The Contractor shall supply and install three (3) new PBB’s, PCAir’s and 400Hz GPU’s at the
new gates A9, A11 and A13, including all required mechanical, electrical and controls interfaces
for the PCAir Units, 400Hz GPU units and their accessories, to serve the aircraft mix indicated in
the Project Specifications.
D. The Contractor shall also supply an input power connection at the PBB rotunda for an Owner
supplied cart mounted 28Vdc Mobile GPU.
E. The Contractor shall provide the necessary information, product data, project management, coordination and installation support for the design, manufacturing, supply and installation of the
400Hz GPU and PCAir, which will also be supplied as part of this Project.
1. This shall also include the mechanical, electrical and control interfaces of the 400Hz GPU
and PCAir to the PBB.
F. If the PBB manufacturer is NOT that manufacturer of the 400Hz GPU or PCAir, the PBB manufacturer shall fully coordinate and be responsible for supplying the necessary mechanical, electrical and control connections on the PBB for the proper installation and functioning of the 400Hz
GPU, PCAir and their ancillary equipment.
G. The foundations at existing gates A9 and A11 (future gates A11 and A13) shall be reused for the
new PBB’s.
H. A new foundation, with a #7 anchor bolt pattern will be constructed for the new gate A9.
I.
Junction boxes for the equipment power feeders, telephone communications and interior PBB security camera system shall be installed by Others at the face of the terminal building below the
terminal door.
J. The scope of work for constructing the foundation at the new gate A9 and upgrading the terminal
building equipment power feeders, communication and security camera circuits will be a separate
contract and shall NOT be the responsibility of the Contractor.
PASSENGER BOARDING BRIDGES
BID SET
347713 - 1
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
K. This Specification also includes requirements for Fixed Walkways that may be supplied as part of
a Project.
L.
No Fixed Walkways are being supplied for this Project, so all references and requirements for
fixed walkways shall be ignored.
M. The Contractor shall provide the necessary PBB and Fixed Walkway foundation load reactions
and electrical supply requirements and such coordination as may be required by the Owner, Owner’s Design Consulting Engineer and General Contactor to design and construct the foundation
and terminal building electrical upgrades.
N. The Owner has completed a proposed aircraft layout for the new Gates A9, A11 and A13 and has
selected the appropriate PBB models to be supplied.
O. Aircraft Mix for this Project
1. Commuter – ERJ-135/145, CRJ-200/700/900
2. Narrow Body – MD80/90, EMB-175/195, B373-800, A319W/320W/321W, B757-200W
P. PBB Models (or equivalent to be supplied)
1. New Gate A9 –A3-60/119
2. New Gate A11 – A3-60/119
3. New Gate A13 – A3-60/119
NOTE – PBB’s shall be 3-tunnel. 2-tunnel PBB’s shall not be allowed.
Q. Related Work Specified Elsewhere:
1. SECTION 238121 - PRECONDITIONED AIR UNIT AND ACCESSORIES
2. SECTION 263543 - 400Hz GROUND POWER UNIT AND ACCESSORIES
1.2 REFERENCES
A. The PBB and Fixed Walkway shall be designed and manufactured to meet U.S. Codes and
Regulations that have been adopted by the Passenger Boarding Bridge industry.
1. Portions or all of certain recognized industry or association standards referred to herein as
being a requirement of these Specifications shall be considered as binding as though the
reproduced in full herein unless supplemented and/or modified by more stringent
requirements in this Specification.
2. Unless otherwise stated, the reference standard shall be the standard which is current as of the
date of issuance of these Specifications
PASSENGER BOARDING BRIDGES
BID SET
347713 - 2
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
B. Applicable Industry and Association Standards
1. Design:
a. Society of Automotive Engineers (SAE)
b. Aerospace Recommended Practice (ARP) 1247
c. FAA Advisory Circular AC-150/5210-5
d. Americans with Disabilities Act (ADA)
e. Occupational Safety and Health Administration (OSHA)
2. Structural:
a. American Institute of Steel Construction (AISC)
b. Specifications for the Design, Fabrication and Erection of Structural Steel for Buildings
c. American Welding Society (AWS) Standards.
3. Material:
a. Structural Plate/Steel/Shapes: ASTM-A36
b. Structural Tube: ASTM-A500
c. Steel Pipe: ASTM-A53
d. Steel Sheet: ASTM-A570
e. Steel Plate: ASTM-A514
f. Hinge Pins: ASTM-A311 Grades 1018 & 1144;
g. Bolts: High Strength SAE-J429 Grades 5 & 8 or ASTM-A325 & A440.
4. Mechanical: Mechanical components and designs shall conform to the relevant recommendations and standards established by
a. the Society of Automotive Engineers (SAE) and,
b. the American Society of Mechanical Engineers (ASME).
5. Electrical:
a. The PBB shall be listed by a Nationally Recognized Testing Laboratory (NRTL), such as
ETL, for conformance to applicable ANSI/UL codes.
b. The PBB and the Fixed Walkway and their components, materials and methods of construction and installation shall conform to the applicable requirements and recommendations of
(1) the National Electrical Manufacturers Association (NEMA)
(2) the National Electrical Code (NEC), NFPA-70 and NFPA 79
(3) latest issue and State, county and local construction and electrical codes including
any modifications to the NEC by the local authority having jurisdiction.
6. Paint: Surface preparation and painting shall conform to the guidelines and standards of the
Structural Steel Painting Council (SSPC).
7. Fire Protection:
a. The PBB design shall comply with NFPA 415, latest edition.
b. Select materials and components shall be tested per NFPA 415, latest edition.
c. Select materials shall comply with the material specifications of NFPA 415, latest edition.
1.3 DEFINITIONS
PASSENGER BOARDING BRIDGES
BID SET
347713 - 3
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
A. The City of Charlotte, Aviation Department is the Owner and contracting entity for this project.
B. The Owner shall appoint a Project Manager (Owner PM) as the Owner representative for this
Project. All project correspondence, submittals, RFI’s, questions, etc. shall be directed to the
Owner PM.
1. The Owner shall notify the Contractor of the Owner PM’s contact information when the
contract is awarded.
C. The terms "passenger boarding bridge” or “PBB” or “Fixed Walkway” or “Walkway” and specified components of these, whether referred to in singular or plural form, apply to each unit provided in this Contract.
D. PBB Tunnels "A," "B," and "C" are referred to in the order from closest to the terminal to closest
to the aircraft.
E. The terms "right" and "left" refer to directions looking down the PBB tunnels toward the aircraft.
F. The term “Contractor” shall refer to the PBB manufacturer who is supplying the new PBB’s, and
Fixed Walkways including, design, manufacture, removal and scrap of existing PBB’s and Fixed
Walkways and installation and commissioning of new PBB’s and Fixed Walkways.
G. Any Specification language that is lined through shall not be considered requirements for
this Project.
1.4 SUBMITTALS
A. Shop Drawings – General Requirements
1. Submit complete and detailed shop drawings for review in accordance with the requirements
of this Specification.
2. Shop drawings shall show sufficient detail to indicate conformance to the requirements of this
Contract.
3. Manufacturer's assembly or fabrication details that do not provide additional information
needed to determine compliance with requirements are not acceptable and shall not be submitted.
4. No fabrication and/or assembly of any of the PBB components shall begin until the shop
drawings for such components have been reviewed and approved by the Owner PM.
5. Additional shop drawings shall be submitted as necessary to fully describe the PBB and
Fixed Walkway to be delivered and ensure proper interface with the external environment.
6. All drawings, sketches, details, and material shall be submitted in English language and in
Inch-Pound units, including dimensions, volumes, weights, and forces.
PASSENGER BOARDING BRIDGES
BID SET
347713 - 4
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
7. Refer to Engineer-of-Record Qualifications in this Section for sealing Shop Drawings.
B. Shop drawings shall include but not be limited to the following:
1. An index prepared in sequential order listing all drawings, sketches, details, and material
submitted.
2. Product Data: Manufacturer's technical product data, including specifications. Include data
substantiating that materials comply with requirements.
3. Certifications
a. Provide evidence of compliance with NFPA 415 Chapter 6 design requirement.
(1) The PBB shall be certified by a NRTL for compliance to the applicable UL codes and
NFPA 415 2002.
(2) Evidence of such certification from the NRTL must be supplied with the Contractor’s
Proposal OR prior to Contract award.
b. Independent 3rd Party Labeling from an NRTL, such as UL or ETL, shall be affixed to
the name plate of the PBB prior to shipment, either by permission or by inspection of the
Independent 3rd Party NRTL.
(1) This labeling shall indicate compliance to the requirements of NFPA 415 2002 and
the applicable ANSI/UL codes.
4. Interior Finishes:
a. Interior finish schedule including interior wall and ceiling finishes.
(1) Include physical characteristics, such as durability, resistance to fading, flame resistance, and manufacturer's recommendations for maximum permissible moisture
content of substrates.
b. Wall material impact resistance test report.
c. Transition ramp details.
d. Wall finish attachment methods.
e. Light fixture details, ceiling materials, layout, and maintained illumination calculations at
floor using the actual interior finishes (use 10% reflectance for the floor surface).
f. PBB and fixed walkway section dimensions and general arrangement drawings.
g. Tunnel floor finish.
h. Cab and cab bubble floor finish.
i. Rotunda Floor finish.
j. Floor covering edging details, including lines of demarcation between covered and hard
surfaced floor at wall areas, and treatment at doors and thresholds.
k. Floor covering quantity.
l. Insulation.
m. Handrail details.
n. Bridge precooling/preheating grille.
o. Security camera locations.
5. Exterior Configuration:
a. General PBB layout.
b. Exterior elevations.
c. Graphics/signage details.
d. Paint finishes.
e. Flashing (building to PBB and fixed walkway).
f. Flashing (fixed walkway section to PBB).
PASSENGER BOARDING BRIDGES
BID SET
347713 - 5
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
g. Cab door seal.
h. Ramp service stairway.
i. Service/maintenance ladder, cage and cab roof handrails, roof fall protection cables and
connection points.
j. Baggage chute.
k. Gate sign.
l. Preconditioned Air Unit mounting location and mounting details
m. Preconditioned Air Unit hose reel or basket and PBB interface.
n. Ground Power Unit mounting location and mounting details.
o. Cable hoist mounting location and details.
6. Cab:
a. Operator's cone of visibility, including mirrors for viewing drive wheels and apron.
b. Control panel location and functional layout of Operator console faceplate and all switches and controls.
c. HMI Screen layout for all Operator controls.
d. View panels.
e. Safety devices, including proximity sensor product data.
f. Canopy closure fuselage seal interface detail for largest specified aircraft to be serviced.
g. Modifications necessary for proper connection with required aircraft types including auto-leveling devices.
h. Operating instructions placard.
7. Cab doors. Aesthetics and Safety Markings:
a. Color and finish, exterior.
b. Safety stripes.
c. Signage and plaques (interior).
8. Electrical, Mechanical, Structural:
a. Certifications of Compliance with all listed Design and Construction Standards.
b. Horizontal drive system and components
c. Vertical drive system and components, including hydraulic schematics if hydraulic vertical drive system is supplied. Also include outrigger system to be supplied, as well as the
proposed safety hoop system.
d. All electrical and mechanical components installed or attached to the exterior of the PBB.
e. Operator camera and monitor system and mounting details.
f. Interior Security Camera system, mounting details and schematics
g. Gate Sign
h. 28Vdc GPU Receptacle and Mounting Box
i. Electrical power and control schematic diagrams.
j. Electrical components, wire information, wire routings, use of conduit, terminations, terminal blocks.
k. Interface requirements for foundations and building supplied utilities. Provide exact location of electrical power and communications J-boxes.
l. Structural drawings including all pertinent calculations which shall be signed and sealed
by a professional engineer legally authorized to practice in the jurisdiction where the project is located.
m. The PBB manufacturer shall provide the Owner PM with actual foundation loading data
sheets for each type of PBB and Fixed Walkway provided based on load requirements
specified in the "Structural Design and Support Elements", Paragraph 2.5 of this Section.
Foundation loads shall include design forces and moments (in three directions) at the colPASSENGER BOARDING BRIDGES
BID SET
347713 - 6
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
umn base due to dead, live, wind and seismic loads. In addition, furnish bolting layout
with dimensions.
9. Drawings showing location, text and graphics of all Safety and Warning Labels, engraved labels and placards.
10. Installation drawings and procedures:
a. that will be provided to installation subcontractor for the removal, scrap or storage of
PBB’s, Fixed Walkways and ancillary equipment and the installation of the new PBB’s,
Fixed Walkways and ancillary equipment.
b. shall provide sufficient detail so that the installation subcontractor can successfully complete the removal, scrap or storage of the existing PBB’s, Fixed Walkways and ancillary
equipment and install the new PBB’s, Fixed Walkways and ancillary equipment.
11. Provide Owner PM with copies of all inspection/acceptance certificates and operating permits
as required by the Owner, City of Charlotte Code Enforcement and Mecklenburg County
Code Enforcement necessary to allow normal, unrestricted use of passenger boarding bridges
after completion of initial acceptance inspections.
C. The Contractor shall NOT be relieved of responsibility for compliance to the requirements of the
Project Drawings and Specifications by the Owner’s approval of Shop or working drawings,
product data, samples or similar submittals.
D. Deviations from the requirements of the Project Drawings and Specifications shall not be approved unless:
1.
the Contractor has specifically informed the Owner in writing (which does not include information in the submittal document or making notes on submittal documents) that such deviation is included within the Contractor’s submittal, and;
2. the Owner has given written approval of each such deviation by specific written response to
the Contractor.
E. If deviations from the Project Drawings and Specification requirements are included in approved
Shop Drawings or other submittals documents and they are NOT identified and approved per paragraph B above, these deviations shall NOT be considered approved
F. Operations and Maintenance manuals:
1. Supply, upon delivery of the first PBB three (3) hard copies and (1) electronic copy of the
PBB Operations and Maintenance (O&M) Manuals for the PBB’s.
a. Each section of this electronic, soft copy of the O&M manual shall be directly accessible
via an index provided with the electronic O&M manual.
2. O&M Manuals shall not be generic in nature and shall reflect the exact construction of the
PBB’s furnished.
3. Non-applicable items and drawings shall not be included in the manuals.
4. Manuals may have descriptive type photographs.
PASSENGER BOARDING BRIDGES
BID SET
347713 - 7
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
5. Pages shall have reinforced edges.
6. Manuals shall be compact in size and bound.
7. The technical manuals shall contain the following information:
a. Description and operation of all systems and components.
b. Electrical drawings specific for each bridge furnished. Provide one set of bound, laminated electrical drawings for each bridge, to be placed in the control console. Provide
one set in each technical manual.
c. Maintenance instructions including troubleshooting/diagnostics guidelines.
d. PBB Control Software Documentation
e. Instructions for software access, programming upload and download and system diagnostics
f. Overhaul instructions.
g. List of parts and part numbers.
h. Illustrated parts list of all components.
i. Recommended spare parts list and sources.
j. Complete and detailed Preventive Maintenance Program for each type of boarding bridge
furnished under this Contract.
G. In addition to the recommended spare parts list and sources, the Contactor shall submit the list of
the PBB Manufacturer’s recommended stocking levels of critical spare parts, including the manufacturer’s item description, part number, assemblies per unit, the recommended on-hand stocking
level and a firm list price for a period of two (2) years from the date of Final Acceptance of the
PBB by the Owner.
1. The total value of this Recommended Spare Parts List shall be equal to the value of the PBB
Spare Parts Allowance identified in the Project Bid Documents.
H. Project Schedule - Submit a detailed project schedule for the PBB, Fixed Walkway, PCAir and
GPU that includes the following, as a minimum:
1. Design and Shop Drawing Submittal and Review
2. Procurement
3. Detailed Manufacturing Schedule (include the major manufacturing processes)
4. Factory Testing and Inspection
5. Shipment
6. Gate by Gate Installation, commissioning and acceptance
I.
Installation: Submit detailed Installation Methods Statement
J. Submit detailed procedures for Factory Testing and Functional Site Testing methods for approval prior to commencement of factory testing.
K. Training: Submit a detailed description including agenda and duration of training proposed.
PASSENGER BOARDING BRIDGES
BID SET
347713 - 8
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
L. Test Reports: Submit all factory and field test reports to the Owner PM prior to the final inspection.
M. Contractor will supply at Substantial Completion, one (1) laptop PC for the Project, loaded with
any and all software and the required interface cables so that the Owner’s maintenance personnel
can reload the PBB’s control software and make any necessary adjustments, as allowed by the
manufacturer, to the PBB control software.
1. If any software licenses are required to use this laptop PC and software, the Contractor shall
supply any and all required licenses.
N. As-Built documentation shall be submitted to the Owner’s PM prior to Final Acceptance and
Contract Close Out.
1. As-Built documentation shall be submitted for any shop drawings, cut sheets, product data,
O&M Manuals, etc. where the information contained in such documentation has been
changed or modified from the originally submitted documentation.
1.5 QUALITY ASSURANCE
A. Manufacturer Qualifications:
1. The PBB and Fixed Walkway manufacturer shall be in the specific business to design and
manufacture the specially constructed PBB and Fixed Walkway required by this Specification.
2. The PBB Manufacturer must have a minimum of ten (10) years’ experience in producing the
PBB and Fixed Walkway design proposed.
3. The PBB and Fixed Walkway design being proposed MUST have been in continuous use for
a minimum of ten (10) years in the US market.
4. Specific design features included in this ten (10) year requirement shall be the PBB’s:
a. Tunnel and Fixed Walkway side wall structural panels
b. Tunnel roller system
c. Vertical drive system
d. Horizontal drive system
e. Electronic controls system.
f. PBB Tunnel Cable Conveyance System
B. Product Qualifications: The Owner has established certain key PBB product design features that
shall be supplied in order for the new PBB’s to be of consistent design, functionality, reliability
and maintainability with the Owner’s fleet of Apron Drive PBB’s.
1. Further definition of these required design features can be found in the details of the Specification.
C. Installation Subcontractor Qualifications: The Installation subcontractor used by the Contractor
to install the PBB’s, Fixed Walkways and the ancillary equipment and remove and scrap the existing PBB’s, Fixed Walkways and ancillary equipment shall have a minimum of ten (10) years of
PASSENGER BOARDING BRIDGES
BID SET
347713 - 9
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
experience installing PBB’s, PCAir and GPU’s.
1. The installation subcontractor shall be trained and certified by the PBB manufacturer as having the necessary experience, staff, and training to install the manufacturer's products per the
specified requirements.
2. See PART 3 – EXECUTION for additional Installation Subcontractor requirements.
D. Regulatory Requirements: The bridges shall be designed to conform to all applicable Federal,
State and Municipal Codes and regulations as applicable to the project site which are in effect at
the time of manufacture.
1. The PBB and Fixed Walkway must fully comply with the requirements of Chapter 6 of
NFPA 415 2002 Edition and applicable UL codes.
a. The major components of the PBB, identified below, MUST have passed the fire tested
per Chapter 6, Section 6.4 of NFPA 415 2002 Edition.
(1) 6.4.6 – Walls and Floors
(2) 6.4.7 – Flexible Closures
(3) 6.4.8 – Cab and Rotunda Curtain Slats
(4) 6.4.9 – Aircraft Bumper
(5) 6.4.10 – Miscellaneous Seals and Weather-stripping
b. PBB design shall comply with the design requirements of NFPA 415 2002, Chapter 6,
Sections 6.1 and 6.2.
c. The specific materials identified Chapter 6, Section 6.3 of NFPA 415 2002 shall comply
with the requirements of NFPA 415 2002, Chapter 6, Sections 6.3.
d. Independent 3rd Party Certification from an NRTL of compliance with the requirements
of NFPA 415 2002 (items 1.a, 1.b and 1.c above) and the applicable ANSI/UL codes
must be supplied with the Contractor’s Proposal.
e. In addition, independent 3rd Party Labeling from an NRTL, such as UL or ETL, shall be
affixed to the name plate of the PBB prior to shipment, either by permission or by inspection of the Independent 3rd Party NRTL.
(1) This labeling shall indicate compliance to the requirements of NFPA 415 2002 and
the applicable ANSI/UL codes.
f. All equipment control cabinets shall comply with UL 508A and shall be labeled as being
in compliance with UL 508A.
2. Structural Design and Construction Standards:
a. American Welding Society Standards.
(1) All welds shall be qualified weld procedures performed by qualified welders in accordance with AWS D.1.1.
(2) Submit welder qualifications and weld procedure qualifications.
(3) All welds shall exhibit adequate penetration and shall be clean and free of slag.
(4) Welds shall not be ground to improve appearance except as required for flush surfaces or where nonstructural parts are involved.
b. All sheared or sharp metal edges shall be deburred or broken. All exposed metal corners
shall have minimum radii in accordance with the appropriate material specification.
3. Mechanical and Hydraulic Specifications and Standards:
a. All mechanical components and designs shall conform to the recommendations and
standards established by the Society of Automotive Engineers, Joint Industrial Conference and the American Society of Mechanical Engineers.
PASSENGER BOARDING BRIDGES
BID SET
347713 - 10
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
b. All threaded fasteners shall incorporate suitable locking devices.
4. Electrical Specifications and Standards:
a. The PBB’s, Fixed Walkways and their components, materials and methods of construction and installation shall conform to the applicable requirements and recommendations
of the latest issue of:
(1) the National Electrical Manufacturers Association (NEMA),
(2) the National Electrical Code (NEC),
(3) NFPA-70,
(4) NFPA 79,
(5) State, county and local construction and electrical codes including any modifications
to the NEC by the local authority having jurisdiction.
b. All electrical components utilized shall be recognized by Underwriters Laboratories/ETL
in all cases where UL/ETL maintains a listing category for the devices installed.
E. Single Source Responsibility:
1. Obtain each product, material, pre-manufactured assembly, or component from one supplier/manufacturer for all passenger boarding bridges in this Specification.
2. Obtain color, texture, grade, finish, and type of material from a single source with resources to provide products of consistent quality in appearance and physical properties
without delaying progress of the Work.
F. Engineer-of-Record Qualifications:
1. Provide all equipment structural connection shop drawings and all structural calculations required by these Specifications signed and sealed by a professional engineer licensed to practice in the state or country, if foreign, of manufacture and experienced in providing engineering services of the kind indicated which has resulted in the successful design and installation
of passenger boarding bridge similar in material, design, and extent to that indicated for this
Project.
2. Provide all other structural, mechanical and electrical systems shop drawings signed and
sealed or otherwise certified by a professional engineer licensed to practice in the state or
country, if foreign, of manufacture
G. Contractor shall be fully responsible to ensure that the new PBB’s, rotundas, corridors and Fixed
Walkways supplied for this Project are designed and manufactured to conform to the existing
building face conditions, the existing PBB foundation conditions at the new gates A11 and A13
(old gates A9 and A11) and the new PBB foundation for new gate A9.
1. The Contractor SHALL NOT rely on Project Drawings or other information for their design
as the information on these drawings or elsewhere is for reference only.
2. The Contractor SHALL base their designs on the results of their own site survey information.
H. Contractor shall be fully responsible to ensure that the new PBB’s and Fixed Walkways’ electrical power and communications connections are designed to properly connect to the electrical
power feeders and communications terminated at the face of the terminal building.
PASSENGER BOARDING BRIDGES
BID SET
347713 - 11
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
1. The Contractor SHALL NOT rely on Project Drawings or other information for their design
as the information on these drawings or elsewhere is for reference only.
2. The Contractor SHALL base their designs on the results of their own site survey information.
1.6 DELIVERY, STORAGE, AND HANDLING
A. Delivery: Deliver PBB’s and Fixed Walkways with protective covering to prevent exposure of
interior to weather, dirt and water.
B. Factory and Field Storage:
1. Store PBB’s and Fixed Walkways at the factory and on site during installation process,
and protect interior from weather, dirt, water and construction debris.
2. The Contractor shall have the flexibility to produce the PBB’s and Fixed Walkways to facilitate their production schedule if the production schedule does not match the requirements for
the PBB’s and Fixed Walkways to be in CLT for installation.
3. The on-site installation schedule will be spread out over multiple weeks due to restrictions on
the number of gates that can be taken out of service at one time.
a. The Contractor shall make the necessary provisions to store the PBB’s and Fixed Walkways at the manufacturing location and deliver the PBB’s and Fixed Walkways to meet
the on-site installation schedule.
4. The Contractor shall coordinate all deliveries with the Owner PM so that the PBB’s, Fixed
Walkways and any ancillary equipment are delivered to CLT to correspond to their scheduled
installation.
a. It is the objective of the delivery and installation process to NOT have any PBB’s or
Fixed Walkways stored on-site at CLT.
C. Handling: Handling and lifting of the PBB’s and Fixed Walkways shall be in accordance with
the manufacturer's written rigging and installation instructions for unloading, transporting and
setting in final location.
D. Deliver PBB and Fixed Walkways as a factory-assembled unit to the extent allowable by shipping limitations.
E. Deliver and store all accessories, installation materials, bolt on components or other materials
required for the complete installation of the PBB and Fixed Walkways in original unopened
containers with labels informing about manufacturer, product name, and other pertinent information.
F. The shipment, unloading and checking of equipment shall be coordinated with the Owner
PM.
1. Under no circumstances will the equipment be released for shipment or delivered to
jobsite without prior approval.
G. Examine all equipment and material delivered to the jobsite for concealed damage.
PASSENGER BOARDING BRIDGES
BID SET
347713 - 12
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
1. The Contractor shall be responsible for loss or damage until equipment is off loaded at
CLT. Report any damage to the Owner PM.
1.7 SEQUENCING AND SCHEDULING
A. Coordinate location of delivered equipment staging area, storage area and erection area with the
Owner PM.
B. Coordinate the removal, scrap or salvage of the existing PBB’s and any existing Fixed Walkways,
PCAir’s, GPU’s and associated accessories with the Owner PM and the gate closure schedule.
C. Coordinate with the Owner PM, any required salvage of equipment or spare parts prior to removal of the equipment.
D. Coordinate the installation of the 400Hz GPU, PCAir units and bag slides with the PBB installation.
E. Coordinate installation and connections of electrical power, communications and security
cameras with Owner PM and contractor performing the terminal building work.
F. The Contractor shall only be allowed to have one gate out of service at a time.
1. Substantial completion with ability of the tenant airline to utilize the equipment for normal
operations will be the point at which work can progress to the next gate.
2. Contractor shall fully coordinate the closure of any gate for construction with the Owner PM.
3. The Contractor shall begin work at the new gate A9 and then proceed to the new gate A11 or
A13, as directed by the Owner PM.
1.8 WARRANTY
A. The Contractor shall comply with the following Warranty requirements in addition to the Warranty requirements as specified in Exhibit A of the Invitation to Bid.
B. Special Project Warranty: Provide special project warranty, signed by PBB Manufacturer, in
favor of the Owner, agreeing to replace, repair, or restore defective materials and workmanship
of any product, materials or work provide pursuant to this Specification during a warranty period of 2 years or other additional warranty period as Specified herein, from the date of final acceptance of the Owner.
C. PBB Manufacturer shall also provide, directly to the Owner, a 5-year warranty from the date of
final acceptance by the Owner, to replace defective:
1. Mechanical Components
a. motors and inverters
b. motors and gearboxes
c. horizontal drive motors
d. wheel bogie assembly
e. lift column assemblies
PASSENGER BOARDING BRIDGES
BID SET
347713 - 13
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
f.
g.
h.
i.
j.
k.
l.
May 29, 2015
Tunnel and Rotunda guide frame roller assemblies
Tunnel frame work and sheet metal in its entirety
Cab assembly, including rotating components, bearings and sheet metal enclosures
Rotunda assembly and sheet metal enclosures
cab and rotunda curtain assemblies to include motors, shafts, bearings, bushings, guides
canopy assembly
articulating cab floor assembly
2. Electrical Components
a. PBB and PBB Component Control Systems
b. all electrical harnesses, connector blocks, and components related to the electrical operating systems
c. PLC/computer systems and components
D. PBB Manufacturer shall also provide a 10-year warranty directly to the Owner against any exterior paint system failure.
E. These warranties shall be in addition to, and not a limitation of, other rights the Owner may
have against the Contractor under the Contract Documents.
F. "Defective" is defined to include, but not by way of limitation, operation or control system failures, performances below required minimums, excessive wear, unusual deterioration or aging of
materials or finishes, unsafe conditions, the need for excessive maintenance, abnormal noise or
vibration, and similar unusual, unexpected, and unsatisfactory conditions.
G. Warranty Claim Response time:
1. The manufacturer shall ship repair parts and send a qualified service technician (if required),
to the Owner within 24 hours of being notified of an equipment failure while under warranty
2. Parts shall be delivered at the applicable Owner facility within 48 hours from the time the order was placed by the Owner.
3. If the manufacturer is unable to obtain the parts to restore the equipment to service, the Owner reserves the right to obtain the replacement parts or service elsewhere and charge the total
cost to the manufacturer, including labor and administrative fees.
4. The manufacturer shall pay all Customs fees, taxes, and freight for warranty parts during the
warranty period.
1.9 MAINTENANCE
A. Furnish extra materials described below that match products installed and that are packaged with
protective covering for storage and identified with labels describing contents.
1. Provide the following materials for each PBB at installation:
a. Paint touch-up kit, full and unopened.
b. Aircraft closure (canopy) repair kit.
1.10
SUPPLY OF RECOMMENDED SPARE PARTS
PASSENGER BOARDING BRIDGES
BID SET
347713 - 14
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
A. The Owner shall determine which parts and the quantities of each part, the Contractor shall supply from the Recommended Spare Parts List submitted per paragraph 1.4.G.
1. The Owner shall advise the Contractor of the selected PBB Spare parts and quantities, equal
to the PBB Spare Parts Allowance, within sixty (60) days of the Owner’s approval of the
PBB Manufacturer’s Recommended Spare Parts list.
2. The Contractor shall deliver these spare parts to the Owner no later than the Substantial
Completion date of the Scope of Work at the first gate.
SPECIFICATION CONTINUED ON NEXT PAGE
PASSENGER BOARDING BRIDGES
BID SET
347713 - 15
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
PART 2 - PRODUCTS
2.1 GENERAL
A. In this Specification, the term “or Owner approved equal” may be used to indicate that the Contractor shall have the option of proposing an alternative to what has been specified. The Contractor’s alternative must be equal to or exceed the performance, functionality and safety requirements of the Specification.
2.2 MANUFACTURERS
A. Subject to compliance with requirements of this Specification, the Contractor shall make every
effort to supply materials that match the existing equipment in use at CLT so as to minimize the
spare parts requirements for the Owner’s Maintenance group. In addition, the Owner has established a minimum standard of quality and reliability for certain parts and components that are
routinely purchased to maintain the Owner’s equipment. The list below reflects this standard and
is in support of the Owner’s spare parts objectives. The manufacturers on this list shall not be
perceived or construed as favored or preferred. This list shall, in no way, preclude other manufacturers, provided that their equipment and components have been reviewed by the Owner’s PM
and determined to be of equivalent or similar quality, functionality, and reliability. The Owner’s
decision in this regard shall be final. The use of specific product manufacturers or models on
previous Owner’s projects does not constitute pre-approval on this Project.
1. PBB’s and Fixed Walkways:
a. JBT AeroTech.
b. ThyssenKrupp Airport Systems
2. Bag Slide
a. J&B or Owner approved equivalent
2.3 MATERIALS
A. Where components are not otherwise indicated
1. Provide standard components published by manufacturer as included in standard preengineered PBB and Fixed Walkway systems and as required for a complete system.
2. All equipment and parts furnished shall be the manufacturer's latest listed and published stock
models, except as permitted or required by the Owner PM.
3. The equipment and parts shall meet all the applicable requirements of the specifications.
B. Material Specifications:
Component
Structural Plate/Steel/Shapes
Structural Tube
Steel Pipe
PASSENGER BOARDING BRIDGES
BID SET
Applicable Standard
ASTM-A36 or ASTM A572 Grade 50
ASTM-A500 Grade B
ASTM-A53 Grade b
347713 - 16
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
Steel Sheet
Steel Plate
Hinge Pins
Bolts-Standard
Bolts-High Strength
Electrical and Electronic Components
May 29, 2015
ASTM-A570, ASTM A569 or ASTM A653
ASTM-A514, ASTM 517
ASTM-A311 Grades 1018 & 1144, or
ASTM A576 Grade 1045
ASTM A307
ASTM A325, SAE-J429 Grade 5 or 8, or
ASTM A490
NFPA 70, NFPA 79, UL listed
2.4 GENERAL REQUIREMENTS - PASSENGER BOARDING BRIDGE
A. Design: The PBB and Fixed Walkway shall meet the following general requirements.
1. The PBB’s shall be apron drive, telescoping three-tunnel design and shall be the PBB model numbers as defined in these Specifications.
2. The PBB’s, including telescoping tunnels, cab and canopy shall serve the aircraft mix as
defined in these Specifications.
3. The PBB and Fixed Walkway foundation locations with respect to the terminal wall and
terminal door shall be “As Constructed” and shall be verified by the Contractor to ensure
the new PBB’s and Fixed Walkways interface correctly with the foundation and terminal
building.
4. Fixed Walkways shall be of the same construction and interior finish as the PBB tunnels.
B. Operation Limits:
1. The PBB’s shall be capable of moving to any point on the terminal apron within the design
operation range to accommodate the indicated aircraft.
2. The PBB’s shall have simultaneous directional movements including extension-retraction,
lateral motion, vertical elevation, and cab rotation.
3. Each PBB shall have a minimum continuous operation range as indicated on the Drawings or
Specifications, measured from the center point of the rotunda to the center point of cab rotation.
4. The PBB shall meet the full continuous range of horizontal and vertical movement specified
throughout the full continuous range of cab rotation without requiring field modification to
meet the full range of movement.
C. Operating Environment:
1. The PBB shall operate satisfactorily in the Charlotte-Douglas International Airport operational and climatological environment, under ambient temperatures from -25°F to 125°F
with winds up to 60 mph on wet, ice-covered or snow-laden apron surfaces.
2. The entire PBB shall be weatherproof when extended while parked to the aircraft and in
PASSENGER BOARDING BRIDGES
BID SET
347713 - 17
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
the stowed position with the cab door closed.
D. Operating Instructions:
1. A weatherproof and water resistant placard outlining the PBB operating instructions shall
be displayed in a prominent location in the cab of each PBB in plain sight of the Operator.
2. A qualified graphics expert shall prepare the placard and the displayed instructions.
E. Safety Requirements:
1. The purpose of these specifications and standards is to describe the requirements, quantities, performance and maintenance properties of the PBB design and installation.
2. Safety to passengers, employees, other personnel, aircraft and equipment is of prime importance.
3. Nothing in these specifications shall relieve the manufacturer or Contractor of the responsibility for providing and installing a safe product.
4. All equipment shall be designed to be fail-safe and all controls that regulate PBB motions
(i.e., horizontal travel, vertical travel, and cab rotation) shall be of the dead-man type.
a. Dead-man type shall mean controls that require the operator to apply constant pressure to
be engaged.
b. Once the pressure is released the control is disengaged.
5. All operating mechanisms (i.e., horizontal and vertical drive, cab rotation) shall be designed
so the drive mechanism is locked when power fails or is shut off.
6. Positive mechanical stops shall be provided to prevent over-travel where any component
might become disengaged from its guiding or restraining component.
c. The positive stop shall be in addition to all limit switches provided to restrict over-travel
during normal operating conditions, including tunnel extension / retraction, drive wheel
steering motions and cab rotation.
d. Mechanical stops shall be identified and detailed on the shop drawings.
7. The operator's position in the control cab shall be designed to provide the operator adequate
visibility to position the boarding bridge with the cab weather door closed
8. Suitable enclosures, guard rails, and other restraint devices shall be provided to protect the
operator from being pitched out the open end of the cab in case of sudden stops or inadvertent
movements of the bridge when operated with the door open.
9. Fall protection shall be provided for technicians (2 of up to 300 lbs. ea.) working on the PBB
or Fixed Walkway roof consisting of:
a. Two (2) stainless steel tie-off cables on the roof of the Fixed Walkway and the PBB A
and B tunnel and the part of the C tunnel not covered by handrails
b. Roof hand rails on the C tunnel.
c. Handrails must extend a minimum of five (5) feet beyond the lift columns on the “B”
tunnel end.
d. Labeled tie of points on the PBB Rotunda and Cab roof
PASSENGER BOARDING BRIDGES
BID SET
347713 - 18
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
e. An OSHA compliant safety-caged roof access ladder from the service platform outside
the PBB service door.
f. The safety cables must have enough clearance above the roof and tie off points to allow
ease of attachment of the lanyard clip.
(1) All tie off cable brackets, hardware and fasteners shall be SST.
10. Safety Placards and Signage:
a. Safety signage shall be located in all areas and locations where there is exposure to hazards for maintenance/operational personnel and the public. Refer to OSHA, ANSI, NEC,
National Safety Council, local, federal and state codes for recommended location, size,
shape, design and verbiage required for safety signage, the verbiage of the sign shall be
appropriate for the particular location/warning.
b. The safety signs shall be clearly visible, firmly affixed and large enough for the content
to be visually distinguishable at a glance from a minimum of 6 feet away.
c. The following are, at a minimum, the safety placards, labels and signage that shall be
provided. The Contractor shall also provide whatever safety placards, label and signage
they have deemed necessary for the safety of the passengers, PBB operators, ramp personnel, maintenance personnel or any other persons using the PBB or near the PBB while
it is operating.
(1) Operator Instructions – Mounted by operator control console
(2) “NO EXIT - Authorized Personnel Only” – Mounted on interior of service door
(3) “WARNING – CRUSH HAZARD, KEEP FEET CLEAR” (with graphic) mounted each side of wheel bogie cross tube.
(4) “FORWARD” – Mounted on forward/aircraft side of the wheel bogie cross tube.
(5) “REVERSE” – Mounted on rear/terminal side of the wheel bogie cross tube.
(6) High Voltage and Electrical Warning Signs and graphics for all electrical cabinets,
panels and junction boxes, and as required by NEC and/or local codes
(7) Engraved labels on all equipment disconnects or disconnect cabinets and exterior
junction boxes.
(8) “DO NOT LOCK DOOR WHILE DOCKED TO AIRCRAFT” – On interior of
weather door.
(9) “CAUTION - UNEVEN SURFACES” (with graphic) above transition ramp(s).
(10) “CAUTION - UNEVEN SURFACES” – Cab exterior – right side- above ACF
Floor.
(11) “DO NOT TOUCH” on Auto-level wheel assemblies.
(12) Label all fall protection tie offs with appropriate warning placards
F. Maintenance Provisions:
1
Maintenance requirements shall present no special problems to personnel knowledgeable in
their respective fields of hydraulics, electrical power and controls, or general mechanical assembly.
2
Install PBB components with adequate access and appropriate fastener types to permit
change-out by one person.
a. If a component's weight requires mechanical assistance to lift, the component or assembly shall be provided with lift eyes, fork lift guides, or other means of providing a mechanical advantage.
b. Components shall be simple, rugged and easily accessible for routine maintenance, lubrication, exchange and adjustment.
c. Electrical cabinets, hydraulic cabinets and pumps shall be located so they are always ac-
PASSENGER BOARDING BRIDGES
BID SET
347713 - 19
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
cessible to maintenance personnel.
d. All interior electrical cabinets shall have a door-operated light for illuminating all interior
components.
3
Provide access panels, where required to gain access to equipment or maintenance areas, shall
be sized to allow necessary tools and equipment to be inserted to complete the work. The
panel shall be permanently attached to the structure by stainless steel hinges, and any fasteners required shall be stainless steel permanently affixed to the panel.
4
Provide all product specific tools required for routine maintenance.
5
Utilize standardized modular components that are readily available in the continental United
States to provide rapid corrective measures of malfunctioning critical components. Critical
bridge components shall be located to allow for ease of access and installation.
6
Exterior hardware and fasteners shall be stainless steel where specified.
7
The manufacturer shall maintain an adequate inventory of all proprietary or vendor fabricated
and modified parts for routine maintenance of the unit.
a. All stock shall be maintained, whether or not the unit is in current production, for a minimum of ten (10) years from date of final acceptance of the last unit installed.
8
All mechanical and electrical systems shall be protected from potential damage resulting
from climatic conditions, falling objects or collision with aircraft service equipment and other
moving vehicles.
9
All cable ties, fasteners, straps and other items subject to direct or indirect sunlight shall be
ultraviolet light rated.
G. Power and Communication Characteristics:
1. Incoming power for PBB, Fixed Walkway, PCAir, and GPU and the communication circuit
will be provided to the face of the terminal building in junction boxes provided by the Owner.
2. Provide PBB, PCAir and GPU disconnect cabinet or individual equipment disconnects on the
PBB rotunda column per the requirements of paragraph 2.7.A.1.
3. The Contractor shall be required to supply the necessary junction boxes, conduit, fittings,
properly sized THNN feeders and other required materials to connect the power feeds and
communication circuit terminated at the building face to the disconnects or disconnect cabinet and the communication junction box on the PBB rotunda.
4. If a Fixed Walkway is supplied, it shall be shipped with the necessary junction boxes, conduit
and fittings, properly sized THNN feeders and other required materials for the power feed
and communication circuit connections.
a. Equipment power feeders shall be one continuous run from the junction boxes at the terminal face to the SST disconnect cabinet or individual equipment disconnects at the PBB
rotunda.
b. No intermediate junction boxes under the Fixed Walkway shall be allowed.
5. There will be two (2) power circuits provided at the terminal face. One circuit for the PCAir
PASSENGER BOARDING BRIDGES
BID SET
347713 - 20
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
unit and one circuit, which will supply power to both the PBB and the GPU.
6. A section of flex conduit shall be utilized for each conduit connection from the PBB rotunda
or Fixed Walkway to the terminal building or PBB Rotunda to Fixed Walkway. Flexible
conduits SHALL NOT exceed three (3) feet in length.
7. Equipment power feeders from the terminal building to the SST Disconnect Cabinet or individual equipment disconnects at the PBB Rotunda, including those under the Fixed Walkway
AND from the SST Disconnect cabinet or individual equipment disconnects to the PBB power panel, PCAir and GPU SHALL NOT be parallel feeders.
8. The PBB shall operate on a 480-volt, 3-phase, 60-Hz, 60-Amp circuit, with ground.
9. The PBB shall have a telephone communication circuit with CAT5 or CAT6 cable from a location in the PBB cab to a junction box mounted at the terminal face.
10. The PBB shall have an interior security camera system that shall connect to the Owner’s security system at a junction box mounted at the terminal face.
11. Provide PBB cable conveyance system for the required PBB, PCAir and 400Hz GPU power,
control, communication and if required, PBB and PCAir fire alarm cables. Cable conveyance
system shall have been in use for a minimum of ten (10) years.
12. Rotunda Column Grounding: Provide a grounding stud on the rotunda base plate and make
required connection to grounding stud so that PBB and all ancillary equipment are properly
grounded.
H. Mechanical Characteristics:
1. Mechanical Design and Components:
a. Only standard components readily available in the continental United States, manufactured in Inch-Pound standard units and conforming to recommendations and standards
listed in the Quality Assurance Article shall be used.
b. All operating mechanical components shall be assembled and tested before the unit
leaves the manufacturer's plant. The Owner PM may witness testing.
2.5 PERFORMANCE REQUIREMENTS
A. Aircraft: Passenger boarding bridges shall be capable of servicing the first and, if applicable,
second forward door of all commercial aircraft specified in these Specifications and indicated
on the Project Drawings.
1. PBB’s shall meet the full continuous range of vertical travel required by the specified Aircraft Mix, measured from the apron to the cab spacer leveled edge with the cab fully rotated
counterclockwise, as installed, without requiring field modification.
2. PBB cab shall have the necessary cab floor, handrails and canopy features to service
the ERJ and CRJ aircraft specified as part of the Aircraft Mix.
B. Telescoping Tunnel Slope: Maximum slope shall be 8.33% (1:12) measured along the tunnel
PASSENGER BOARDING BRIDGES
BID SET
347713 - 21
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
floor (except at the transition ramps), for each aircraft type serviced.
C. Cab Rotation: The cab shall be designed to rotate a total of 125° (90°-95° counterclockwise and
30°-35° clockwise from center) at a maximum speed of 145° per minute in either direction.
D. Bridge Rotation: The rotunda shall permit the entire unit to rotate 175° (87.5° clockwise and
87.5° counterclockwise).
E. Drive Wheel Rotation: Steer angle shall be limited to the left and to the right by physical stops,
per the PBB manufacturer’s standard “steer past 90” limits. Steer speed shall be 23° per minute.
F. Vertical Lift Speed: 2.5 feet per minute (fpm) to 4 fpm as measured at the cab spacer.
G. Drive Speed: The drive system shall permit the unit to extend/retract and rotate to any point
within its operating envelope at a variable speed between 0 and 90 fpm.
H. Deceleration: The horizontal drive system shall include a decelerator device to reduce or eliminate shocks when approaching maximum extension or retraction, or when horizontal travel is
stopped or reversed suddenly, for protection of the equipment and passenger boarding bridge
operator.
2.6 STRUCTURAL DESIGN AND SUPPORT ELEMENTS
A. Loads: In addition to the dead loads and dynamic effects caused by movement, the entire
passenger boarding bridge shall support the following minimum loads, and those of all attachments to the bridge, unless the governing building code prescribes more severe requirements. These loads may be applied in total or in part, singularly or simultaneously. The design shall be based on the combination that imposes the most adverse loading.
1. Live Load PBB (Extended or Retracted) and Fixed Walkways: 40 lb./sq. ft.
2. Wind Load:
a. Retracted and Stowed: 25 lb./sq. ft., or an approximate wind velocity of 100 mph, 10
second duration.
b. Operational: 12.5 lb./sq. ft., or an approximate wind velocity of 60 mph.
3. Roof (Snow) Load: 30 psf and the ability to support two (2) 300 lb. persons at any location
on the roof.
4. Equipment Minimum Loads (Approximate):
a. Preconditioned Air Point-of-Use Unit: 7,000-10,000 lbs. Aft of the drive column.
b. Hose Reel or Basket and Hose: 350 lbs.
c. 400 Hz Power Unit: 2,750 lbs.
d. 400 Hz Cable Hoist: 600 lbs.
5. The structural design shall provide sufficient torsional rigidity to minimize sway when the
boarding bridge is brought to a gradual stop.
6. All mechanisms for actuating, guiding and restraining the boarding bridge and its components
PASSENGER BOARDING BRIDGES
BID SET
347713 - 22
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
shall be designed to minimize the noise, deflection, and vibration apparent to passengers. No
operating vibrations or loads shall be transmitted to the terminal building.
2.7 PASSENGER BOARDING BRIDGE AND NEW FIXED WALKWAY
A. Electrical and Control Systems
1. Equipment Disconnects
a. There shall be lockable, SST, NEMA rated disconnects mounted on the rotunda column
and accessible to maintenance technicians standing at ground level for the PBB, PCAir,
400Hz GPU and Owner supplied 28Vdc Mobile GPU.
b. The center of any disconnect handle or circuit breaker shutoff shall NOT be greater than
54 in. from ground level.
c. Conduits and SO Cord should not enter the disconnect cabinet or the individual disconnect through the top. Penetrations shall be through the bottom or sides.
d. If a single SST disconnect cabinet is supplied,
(1) Separate circuit breakers for the PBB, PCAir, 400Hz GPU, Owner Supplied 28Vdc
Mobile GPU, the PBB transformer and the various PBB 110/220 auxiliary, lighting
and control circuits shall be supplied.
(2) Input to the 60 amp 28Vdc Mobile GPU circuit breaker shall be from the output of
the 400Hz GPU circuit breaker. The 28Vdc Mobile GPU circuit breaker shall be
subject to the same requirements as the PBB, PCAir and 400Hz GPU circuit breakers.
(3) Output from the 28Vdc Mobile GPU circuit breaker shall be to a plug connection
mounted on the exterior of the SST disconnect cabinet.
i) The exterior connection shall be a 60 amp 4-poll, 3-wire angled receptacle and
mounting box.
ii) Receptacle shall be a Crouse Hinds 113A, Type 3R, Catalog # AR642 or Owner
approved equivalent.
iii) Contractor shall supply cut sheets for receptacle and mounting box for approval.
(4) A large laminated component layout graphic and wiring schematic shall be affixed to
the interior door of the cabinet, indicating name and function of each component.
(5) The electrical components and workmanship of the disconnect cabinet shall comply
with the items o, p, q in paragraph 2 – General Electrical Requirements below.
(6) The cabinet door shall be SST, hinged and gasketed.
(7) The cabinet shall have a means to allow condensate or water leakage to drain from
the cabinet.
(8) The cabinet door handle shall have a latching mechanism that engages at both the
top, side and bottom of the cabinet.
(9) Each equipment circuit breaker must be able to be “Lock / Tagged” out in accordance
with OSHA’s requirements for Equipment Lock Out / Tag Out requirements. The disconnect cabinet door shall be able to be completely closed and secured when one or
more circuit breakers or disconnects are “Locked / Tagged” out.
(10) Each equipment breaker shall be labeled with an engraved placard listing the component the breaker is supplying power to and the voltage and amps of the circuit.
e. If separate disconnects are supplied for the PBB, PCAir, 400Hz GPU and Owner supplied 28Vdc Mobile GPU:
(1) Disconnect enclosures shall be SST.
(2) Disconnects shall be located on a mounting plate attached to the rotunda support column.
PASSENGER BOARDING BRIDGES
BID SET
347713 - 23
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
(3) The mounting plate shall be painted to the same specifications as the rotunda column.
(4) Input to the 60 amp 28Vdc Mobile GPU disconnect shall be from the output of the
400Hz GPU circuit breaker. The 28Vdc Mobile GPU disconnect shall be subject to
the same requirements as the PBB, PCAir and 400Hz GPU disconnects.
(5) Output from the 28Vdc Mobile GPU disconnect shall be to a plug connection mounted on the exterior of the SST disconnect.
i) The exterior connection shall be a 60 amp 4-poll, 3-wire angled receptacle and
mounting box.
ii) Receptacle shall be a Crouse Hinds 113A, Type 3R, Catalog # AR642 or Owner
approved equivalent.
iii) Contractor shall supply cut sheets for receptacle and mounting box for approval.
(6) The various PBB 110/220 auxiliary, lighting control circuits shall be located in a separate lockable cabinet in the PBB Cab area.
(7) Each SST disconnect enclosure shall be labeled with an engraved placard listing the
component the disconnect is supplying power to and the voltage and amps of the circuit.
(8) Each equipment disconnect must be able to be “Lock / Tagged” out in accordance
with OSHA’s requirements for Equipment Lock Out / Tag Out requirements
2. General Electrical Requirements:
a. A four pair CAT6 or CAT5 cable, w/ phone outlet shall be located on the cab wall near
the control console for the installation of telephone or intercom equipment.
(1) This outlet shall have a SST cover plate.
(2) Contractor shall employ a qualified subcontractor to connect the PBB communications (telephone) circuit to the junction box at the terminal face.
b. Duplex GFI outlets (un-switched 110V, single phase, 20 amp) shall be located:
(1) on the lower portion of the drive column,
(2) in the Rotunda or A-Tunnel (near the terminal door),
(3) on the left side of the cab wall, near the telephone outlet
(4) All interior outlets shall have a SST cover plate.
(5) Exterior outlet shall be SST and weather proof.
c. Interior Lighting
(1) The placement of the interior light fixtures and the number (minimum of 2 ea.) of
LED tube lamps per fixture shall provide an average light intensity at floor level,
throughout the PBB of 20-foot-candles.
(2) The first “A” tunnel light shall be located within 24 in. of the rotunda end of the “A”
tunnel.
(3) The interior PBB tunnel and Fixed Walkway light fixtures shall be recessed.
(4) The interior rotunda and cab bubble light fixture(s) may be recessed or surface
mounted.
(5) Fixtures shall utilize a minimum of two (2), four (4) ft. 110V LED tube lamps or
LED Array lights.
i) No transformers or tube ballasts shall be allowed.
(6) Fixtures shall blend with the ceiling design
(7) Fixtures shall be oriented perpendicular to the center line of the tunnel.
(8) Fixture shall have black trim
(9) Fixture frame shall have be hinged or removable and shall have self-retaining screws
or latches.
(10) Prior to the PBB Tunnel light fixture being installed, the roof of the PBB tunnel shall
be painted per the requirements of 2.6.J.3.
(11) The lenses / diffusers of the tunnel, rotunda and cab bubble light fixtures shall be
PASSENGER BOARDING BRIDGES
BID SET
347713 - 24
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
captured in the fixture frame to prevent lens / diffusers or LED tubes from falling out.
(12) Three-way switches shall be located in the Rotunda, Corridor or Fixed Walkway
(right side near the terminal door) and on the wall or power panel near the service
door.
i) Shall control all of the interior tunnel, rotunda and cab bubble lights as well as
the exterior Cab light.
ii) Shall have SST cover plates.
(13) Interior Cab Bubble lights and / or any light over the Operator Console, shall be
switched on / off from the HMI screen.
d. Exterior Lighting
(1) Floodlights
i) Shall be controlled from the PBB Operator’s station.
ii) Two (2) on the underside of the cab, facing forward, to illuminate the apron area
around and under the PBB.
iii) One (1) at the lift columns to illuminate the PBB wheel area.
a) Located so that the illumination does not interfere with the camera focused
on the wheel bogie.
b) Shall be controlled from the PBB operator console
c) Shall also be illuminated whenever the horizontal drive system is activated,
regardless of the floodlight controls at the PBB operator console.
iv) Lamps for the exterior floodlights shall be Beacon FL-1/12NB25/5K/4X4/UNV/YK/BBT
v) The three exterior flood lights shall be mounted on the cover of a weather tight,
stainless steel (SST), NEMA 3R or 4 rated enclosure.
a) Cover shall SSST, hinged with SST latch(s) or SST self-retaining screws.
b) Cover shall have a weather gasket.
(2) Cab Light
i) Fixture shall be weather proof and surface mounted.
ii) Fixture shall be mounted outside the weather doors on the PBB Cab roof and
illuminate the cab-aircraft interface.
iii) Shall be controlled with the Tunnel light switch and shall be on when the Tunnel
lights are on.
iv) Shall also be controlled by a button on the HMI so the PBB operator can turn the
light off / on when docking to the aircraft.
(3) Service Door Light
i) Shall be an LED light
ii) Shall have a photo cell which will override the interior light switch.
iii) Shall be an ACUITY LITHONIA TWS LED 1 50K or Owner approved
equivalent.
iv) Shall be controlled by a switch located on the interior wall of the PBB, next to
the Service door and in the same switch box as the tunnel 3-way light switch.
v) Switch shall have a SST cover plate.
(4) An LED Amber flashing light shall be mounted at the left and right edge of the wheel
bogie cross tube
i) Shall be continuously on when the PBB is in OPERATE mode.
e. Emergency Lighting
(1) The PBB and Fixed Walkway will NOT be on a terminal building emergency power
circuit so the PBB lighting circuit shall have an in-line battery backup system.
(2) PBB and Fixed Walkway lighting circuit shall be energized for a minimum of fifteen
(15) minutes in the event power is lost to the PBB and Fixed Walkway.
(3) Fixed Walkway emergency lighting shall provide five (5) foot candles of light
PASSENGER BOARDING BRIDGES
BID SET
347713 - 25
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
throughout the walkway with a minimum of two light fixtures illuminated.
(4) PBB emergency lighting shall include one fixture at the:
i) Cab Bubble
ii) B–C Tunnel Transition Ramp
iii) A-B Tunnel Transition Ramp
iv) mid-tunnel in each PBB tunnel
v) Rotunda
f. Cable Conveyance System
(1) The cable conveyance system shall have been in use for a minimum of ten (10) years.
(2) The cable conveyance system shall not impede the normal PBB operation or personnel or equipment traffic around the PBB.
(3) The cable conveyance system shall include input power cables, each sized for the
specific requirements of the PBB, PCAir and 400Hz GPU supplied for this project
and any required control, communication, and other security, video or fire alarm system cables, as required.
(4) PBB, PCAir and 400Hz GPU power cables SHALL NOT be parallel feeders in the
cable conveyance system.
(5) Cables in the cable conveyance system shall be clamped or strapped to prevent sliding or slippage of the cables.
(6) All power and control cabling between the equipment disconnect(s) at the PBB rotunda and the PBB “C” tunnel shall be contained in an exterior cable conveyance system mounted under or on the sides of the “A” and “B” tunnels of the PBB.
i) All power and control cabling shall be of a “Flat Pak” design.
ii) System shall be accessible at all operational positions of the PBB for maintenance personnel to inspect the system or for replacement or addition of cables.
(7) All cabling contained in a cable conveyance system on the side of the PBB
i) Shall be either UV resistant or have a separate UV resistant covering.
ii) Shall be clamped to the carrier brackets with metal clamps and scuff protection.
(8) All power and control circuit cables from the cable conveyance system shall terminate directly into terminal blocks or the breaker lugs in the equipment disconnect(s)
at the PBB rotunda.
i) Intermediate junction boxes shall not be allowed.
(9) Strain relief shall be provided for all equipment power cables between the cable conveyance system and the equipment disconnect(s) mounted on the PBB Rotunda
g. Cable Trays and Conduit
(1) All cable trays used on the PBB shall be either galvanized, aluminum or SST.
(2) Cable trays shall be used to route the power and control cables beyond the cable conveyance system towards the cab end of the last PBB tunnel and their connection
point.
(3) When a Fixed Walkway or Extended Corridor is being supplied
i) All power and control circuit cables MUST be routed in rigid conduit under the
Walkway or Extended Corridor.
ii) Cable Trays ARE NOT allowed under the Fixed Walkway.
(4) No standard electrical, control or communication service SO Cord shall be permitted
on the exterior sides of the Fixed Walkway, Corridor, Rotund, PBB Tunnels, Cab
Bubble or Cab.
(5) All exterior conduits shall be rigid and shall be attached with rigid conduit clamps.
(6) Any conduit attached to the roof of the PBB Cab, Cab Bubble, Tunnels, Rotunda,
Corridor or Fixed Walkway, shall be secured with nelson stud fasteners.
i) Drilling or screwing into the roof is NOT allowed.
(7) Concealed wiring running within walls, ceilings, floors or other inaccessible areas of
PASSENGER BOARDING BRIDGES
BID SET
347713 - 26
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
h.
i.
j.
k.
l.
m.
n.
o.
p.
q.
May 29, 2015
the PBB and Fixed Walkway
i) Must be contained in conduit for the length of the run
ii) Must be terminated on a terminal strip in a junction box at each end of the
conduit.
Externally mounted electrical equipment panels or cabinets which contain electrical or
electronic components and controls (terminal blocks only are not included in this requirement), shall be equipped with a thermostatically controlled heater
Each circuit (e.g. lighting, receptacles, cab floor heat, ventilators, gate sign, etc.) shall be
protected by its own circuit breaker
(1) Low voltage control circuits of 10 amps 50Vdc / 50Vac OR LESS may be protected
be either circuit breakers or fuses.
All circuits shall have suitable overload protection.
(1) Each conductor shall be sized to have current carrying capacity as allowed by the
National Electric Code (NEC) equal to or greater than the capacity of the circuit
breaker provided for the circuit.
(2) Circuit breakers
i) Shall be grouped in convenient locations
ii) Shall be suitably marked for size and noun-name function.
(3) Protection devices shall be sized to protect wiring, motors and other electrical
components from damage due to overload and prevent electrical or mechanical
damage to any associated PBB components or ancillary equipment due to failure of
any PBB component or ancillary equipment.
Quick Disconnect fittings must be MS standard receptacles and plugs and shall be UL or
ETL approved.
(1) Quick Disconnect receptacles and plugs shall be labeled with a permanent type label
to indicate which receptacle goes with which plug.
Toggle switches must be of MIL-S-3950 quality of equivalent and rated for the loads
which they control.
Electrical interlocks shall be of a fail-safe design.
All motors and bearings shall be sealed, not requiring lubrication. Actuator mechanisms
shall have adequate allowance made for lubrication requirements.
Spark-producing electrical components must be located at least eighteen (18) inches
(0.457 m) above ground level.
All Power and Control Cabinets shall comply with UL 508A and must have a UL label
attached to the control cabinet door.
Enclosures and Junction Boxes
(1) All exterior enclosures and junction boxes shall be labeled with engraved placards.
i) Placards shall contain the nomenclature used on the drawings or schematics for
the enclosure or junction box.
(2) All exterior electrical components, including terminal blocks / terminal strips, shall
be housed in weather tight, stainless steel (SST) enclosures.
(3) All exterior enclosures and junction boxes, including pass through junction boxes,
shall:
i) be weather tight, stainless steel (SST) enclosures of NEMA 3R or 4 rating
ii) shall have a hinged, SST cover, which shall be retained by SST latch(s) or SST
self-retaining screws.
iii) shall have a weather gasket for the cover.
iv) shall have a drain device for condensate.
(4) All exterior electrical devices, including, but not limited to, lights, beacons, sensors,
temperature probes and switches shall be a weather proof design with a NEMA 3R or
4 rating.
PASSENGER BOARDING BRIDGES
BID SET
347713 - 27
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
i)
All mounting boxes for electrical devices shall be SST and be a weather proof
design with a NEMA 3R or 4 rating.
ii) The enclosure cover shall be hinged, SST and be retained by SST latch(s) or SST
self-retaining screws.
iii) The enclosure covers shall also have a weather gasket
iv) The enclosure shall have a drain device for condensate.
v) The device should be mounted to the hinged cover.
(5) All enclosures and junction boxes containing power circuits shall have applicable
warning or symbol stickers as required by Code.
(6) All components mounted in enclosures and junction boxes shall be mounted to a
backing plate supplied by the enclosure manufacturer
i) Components shall be intended for use in the enclosure or junction box.
ii) Mounting directly to the enclosure or junction box wall shall NOT be allowed.
(7) Conduits and wiring routed into enclosures, junction boxes or panels shall have
clamping fittings and the fitting threads shall have bushings installed.
r. Wiring and Terminal Blocks
(1) All wiring shall be brought to mounted terminal blocks.
i) Terminal blocks shall NOT be allowed to hang free in air.
(2) Wire splices of any type shall NOT be used.
(3) Wiring shall be formed and restrained to give a neat appearance.
(4) All wires, including spares, within junction boxes, control cabinets, disconnects,
other electrical enclosures shall be neatly secured and routed.
i) Wire routing trays shall be used when space permits.
(5) Grommets and suitable anti-chafe material shall be used where wires are required to
pass through structure or similar relief or opening which exposes the wire to possible
chafing.
(6) All wiring shall be identified using stamped labels or other Owner approved wire
labels.
i) Labels shall be visible and located within 1 in. of their termination point.
ii) Wires are to be numbered in a logical sequence
iii) All wire numbers are to be indicated on electrical schematics.
(7) Spare wires shall be numbered and also labeled as “SPARE”.
(8) Spare wires shall be indicated on the electrical schematics.
(9) Wires must meet the bend radius requirements of NEC.
i) Ninety degree bends shall not be allowed.
(10) Ferrules or insulated ring terminals shall be used on any fine stranded wire,
depending on the terminal block connection.
i) Fork or Spade terminals shall ONLY be allowed to make connections to
purchased components that have ring terminals and are assembled into the GPU.
No other use of fork or spade terminals shall be allowed.
ii) Direct connection of fine stranded wire to a terminal block shall NOT be
allowed.
(11) Terminal blocks shall be either:
i) Finger proof or tamper proof design
ii) Stud or open style design with a protective cover supplied by the terminal block
manufacturer.
iii) Other terminal block designs shall not be accepted.
(12) Terminal blocks must meet the applicable requirements of SAE J561, J858 and
J928.
(13) Wire ties SHALL NOT be used to secure and support any wiring.
(14) NEC / UL approved clamps and methods must be used to secure and support wiring.
PASSENGER BOARDING BRIDGES
BID SET
347713 - 28
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
i) Clamps used shall be specifically designed for the wiring being clamped (e.g.
clamps for flat pack cable are not the same as clamps for SO cable).
(15) Wire ties shall only be used to keep wires together for appearance and routing to
various components.
3. Control Systems
a. PBB shall be PLC controlled. The PLC shall provide built in diagnostics to assist with
trouble-shooting.
b. There shall be an HMI screen on the PBB operator console face plate for the display of
PBB status information, warning, error and maintenance messages, operation of certain
auxiliary equipment and input of certain PBB control and maintenance commands, as
specified herein.
c. All PBB motion controls shall be by momentary contact type (dead-man) controls.
d. There shall be electronic proximity sensors in the Cab floor area of the PBB indicating
the presence of the aircraft.
(1) Sensors shall be adjustable and shall NOT be mechanical or protrude past the aircraft
edge of the aircraft spacer.
(2) One set of sensors shall cause the PBB to enter a “slow down” mode approximately 3
feet from the aircraft fuselage.
i) The speed in “slow down mode” shall be half the normal operating speed.
(3) The second set of sensors shall be activated between 0 to 3 inches from the aircraft
fuselage and will stop all forward motion of the PBB.
d. The PBB can resume forward travel in the slowdown mode when the PBB spacer
bypass is activated by the Operator from the PBB Console HMI screen.
e. Movement away from the aircraft will not be restricted.
e. All infrared proximity sensors shall be Sensopart FT 88 series or Perrerl and Fuchs Series
28.
(1) Provide metallic shade over each sensor as required to prevent sensor blinding by
sunlight.
(2) Control system shall be programmed such that an inadvertent trip triggered by sunlight will not initiate slow down or stop.
f. The PBB shall be equipped with an automatic leveling system (auto-leveler), mounted on
the cab floor; interior, right side.
(1) The Auto level mechanism must be in full view of the PBB operator.
(2) It shall be protected with a guard to prevent accidental damage or activation from
passengers.
(3) A “DO NOT TOUCH” label shall be affixed to the cover protecting the Autolevel
wheel.
(4) The system shall utilize a deployed arm and allow the PBB to follow changes in the
aircraft elevation that occur during aircraft loading and unloading.
(5) The system shall function with equal reliability for all aircraft contours and door sill
heights.
g. The auto-leveler is engaged and the Auto Level arm is deployed when the Operator
Console Selector Switch is switched to the “AUTO” position.
(1) An Auto Level On message shall appear on the PBB Console HMI screen.
(2) When the Operator Console Selector Switch is moved from “AUTO” to
“OPERATE”, the Auto Level arm shall be retracted to its stowed position.
h. The auto-leveler circuit shall include a sustained travel timer
(1) The timer shall limit auto-level vertical travel to a maximum of six seconds.
(2) The timer shall be adjustable from 1.6 to 6 seconds.
i. An Auto-level fault condition shall occur if the operation exceeds the set time limit.
PASSENGER BOARDING BRIDGES
BID SET
347713 - 29
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
This fault condition shall cause:
(1) all vertical motion power to be disconnected
(2) a vertical travel brake to be engaged
(3) activation of an audible over-travel alarm located on the Operator Console Face Plate
or front panel of the Upper Console.
(4) a warning message to be displayed prominently on the PBB Console HMI screen.
DANGER
AUTO LEVEL FAILURE
RE-SET AUTO LEVEL
(5) activation of an audible auto-level over-travel alarm and an amber flashing light, both
of which will be mounted near the terminal door in the Corridor or Walkway above
the light switch.
(2) activation of an audible auto-level alarm, which produces a distinctly different sound
from other PBB alarms and a flashing red-light, located on the wheel bogie.
i) This alarm device shall have an engraved label – “AUTO LEVEL ALARM”.
j. If the auto level wheel does not make contact with an aircraft as it is deployed, the Auto
level fault shall be activated.
(1) If this fault condition occurs, the vertical drive function shall not drive the PBB up or
down for more than more than 1.5 seconds.
k. To prevent the PBB operator from accidentally turning off and disabling the auto level
system, the auto-level fault condition and all related audible alarms and warning messages shall be activated whenever the selector switch is moved from “AUTO” directly to the
“OFF” position.
l. Safety Shoe for Aircraft door:
(1) Provide a safety shoe (24 volt operated) as back-up feature to the Auto Level Wheel
leveling system.
(2) The safety shoe shall be served from electrical plug in receptacle with a self-retaining
weather cover (complying with this specification for plug in connectors) located in
the cab wall below the Operators window.
(3) If the devise is un-plugged and removed the normal operation of the PBB shall be unaffected.
(4) A storage holster for storing the device shall be located in the same wall area under
the Operators window.
(5) Wire used for the safety shall be spiral type spring S.O. cord
(6) System shall consist of a micro-tape switch, electronic circuit board, type device for
checking connecting cable to safety shoe, and an alarm with two automatic time settings.
(7) The safety shoe shall detect and automatically correct the differences between aircraft
door and PBB floor elevation, protecting the aircraft door from damages due to excessive lifting forces.
(8) In the event that the aircraft door comes in contact with the safety shoe, alarm and
“BRIDGE DOWN” relays shall be activated.
(9) The alarm relay shall remain activated until vertical drive is manually reset and Auto
Level is re-energized.
(10) The “BRIDGE DOWN” relay shall remain activated as long as alarm is activated but
not more than the time set on the first timer.
(11) The second timer shall add time of activation and shall allow the “BRIDGE DOWN”
relay to remain activated for a length of time pre-set on the second timer.
(12) Display on the HMI Screen shall be the type of display as in the Auto Level Warning
display that is made:
“ DANGER ”
AIRCRAFT DOOR IN CONTACT with CAB FLOOR
PASSENGER BOARDING BRIDGES
BID SET
347713 - 30
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
m. When the Operator Console Switch is in the “OPERATE” position:
(1) LED amber lights mounted under the cab shall be on and flashing
(2) Lights at each end of the wheel bogie cross tube, near the lift columns, shall be flashing.
(3) These lights will be off when the Operator Console Switch is in the “AUTO” position.
n. When PBB horizontal, vertical or steer motion is activated:
(1) An audible travel alarm bell mounted on the PBB wheel bogie cross tube shall sound
at 98 decibels, measured at 10 feet from the wheel bogie
i) The travel alarm bell shall be clearly labeled, with an engraved label –
“TRAVEL ALARM”.
(2) The amber lights mounted on the outer edges of the wheel column bogie will flash is
it is not already flashing.
(3) The flood light over the wheel bogie shall illuminate.
o. If the PBB manufacturer has any ramp level E-STOP buttons for horizontal travel safety:
(1) The E-STOP buttons shall be illuminated w/ 28V LED light.
(2) The E-STOP button shall be able to be activated by pressing or hitting the E-STOP
button with the palm of the hand.
(3) If a horizontal travel E-STOP is pressed
i) ONLY horizontal travel shall be disabled
ii) A large, flashing error message shall be displayed on the HMI identifying a
“RAMP E-STOP PRESSED” condition.
p. Mechanical or electrical interlocks shall be provided to prevent damage to control circuits
or PBB components by selecting opposite motions simultaneously.
q. When the PBB Operator selector switch is in the OFF or AUTO position, the following
PBB movement systems shall be inoperative:
(1) horizontal movement
(2) vertical movement
(3) cab rotation
(4) ACF floor operation
(5) CRJ/ERJ floor operation
(6) canopy operation
r. If the GPU cable hoist is deployed or if either of the PCAir or 400Hz GPU is operating,
the controls for all PBB horizontal movement shall be inoperative.
s. If the GPU cable hoist is deployed or if either of the PCAir or 400Hz GPU is operating,
AND the PBB Operator selector switch is moved to the “Operate” position, a warning
message shall be displayed on the HMI and an alarm on the Operator Console face plate
will sound.
t. If the PBB has an electro-mechanical vertical drive system,
(1) PBB shall be equipped with Lift Column sensors to detect a Lift Column “Rack”
fault.
(2) If a “Rack” fault occurs:
i) power shall be removed from the vertical lift columns
ii) a distinct, large warning message shall be displayed on the PBB Console HMI
screen.
u. When the canopy is deployed, the controls for all forward and reverse PBB horizontal
movement shall be inoperative.
v. The PBB shall have the following “soft” travel limits, which can be set and adjusted by
the Owner.
PASSENGER BOARDING BRIDGES
BID SET
347713 - 31
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
(1) PBB Swing – Left and Right
(2) Lift Column Vertical – Up and Down
(3) Slope Limits – Up and Down
(4) PBB Tunnel Extend / Retract
(5) Cab Rotate – Left and Right
w. When the PBB reaches a soft limit:
(1) an audible alarm shall sound on the Operator Control Console
(2) a distinct, large warning message shall be displayed on the PBB Console HMI screen.
(3) the PBB horizontal and vertical motion shall be stopped
(4) The operator shall be able to clear the soft limit by operating the PBB in the reverse
direction.
x. Mechanical “hard” limit system shall be provided for PBB for the following:
(1) Swing
(2) Lift Column Vertical Up / Down Travel Limits
(3) Tunnel Extend / Retract Travel Limits.
(4) Cab Rotate Travel Limits
y. If the swing or vertical up/down “hard” limits are reached
(1) all operational control power to the PBB shall be switched off so the PBB cannot be
moved or operated.
(2) a Keyed By-Pass Switch located inside the lockable Operator Control Station, must
be used to return power to the PBB so it can be brought back into safe operating limits and conditions.
A. Six (6) keys per PBB, for the keyed by-pass switch shall be provided to the Owner.
B. Operator Control Station
1. The Operator Control Station shall be located in the PBB Cab and shall provide the operator
with a control console and the service utilities required to accomplish PBB operation and
docking to the specified aircraft.
2. The Operator Control Station shall be forward facing and positioned so the operator has an
unrestricted full view of the aircraft door during maneuvering and docking operations.
3. The Operator Control Station area shall be protected from the outside environment by closable weather doors
a. Operation of the PBB shall be accomplished without opening the weather doors.
4. The Operator Control Station shall be housed in a NEMA-rated enclosure.
5. The Operator Control Station shall be located so as to provide minimum obstruction to passenger traffic and to minimize the possibility of passengers tampering with the PBB controls.
6. The Main Power Panel, Operator Control Cabinet and Upper Control Cabinet (if supplied)
shall have a front access panel that:
a. Is latched at the top and bottom or side to side.
(1) Each latch is lockable with a key.
(2) 12 ea. keys shall be provided to the Owner for each type of lock / latch
b. Utilize an interlock switch with by-pass capability.
c. May be hinged with a door hold open cylinder
d. May be removable with self-retaining screws.
PASSENGER BOARDING BRIDGES
BID SET
347713 - 32
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
7. The interior of all main power panels or control cabinets shall have an LED light
a. The light shall have a switch to be used by maintenance.
b. The light switch shall be easily accessible to maintenance personal standing at the PBB
operator console.
8. The interior of all main power panels or control cabinets shall have a thermostatic controlled
heater.
9. The Operator Control Console shall be located at the Operator Control Station.
10. The Operator Control Console face plate:
a. Shall be hinged to allow for working access to components.
b. Shall be equipped with hold open latch.
c. Shall have an interlock switch with by-pass capability.
d. Shall have a braided ground strap if any components on the face plate are 110V.
e. Shall have a wiring harness of sufficient length to allow the face plate to be removed and
turned over to facilitate repairs.
11. There shall be component layout graphic attached to the inside of the lower and upper console doors identifying each components noun nomenclature.
12. Laminate and bound PBB electrical and controls schematics shall be in a holder attached to
the lower console door.
13. PBB Operator Camera System.
a. The PBB Operator Camera System monitor shall be:
(1) LCD Color
(2) 10” or greater
(3) Four channel
(4) Split Screen
(5) mounted on an adjustable / swivel base
(6) located at operator eye level on the left side of the Operator Control Station, not in
the Operator Control Console face plate.
(7) equipped with a switch to toggle between images from cameras #1, 2, 3 or 4 OR display the image from all 4 cameras.
(8) not operated by any remote control device
(9) powered on and become automatically viewable when the PBB “Power On” button is
activated and shall remain in operation and viewable while power is on to the PBB.
b. LCD monitor shall display images from four (4) Color Cameras:
(1) #1 – Apron area to the front of PBB. Camera shall:
i) be mounted on the underside of the C Tunnel
ii) be centered on the C Tunnel
iii) be mounted towards the cab end of C tunnel, forward of the PCAir unit, before
the lift columns
iv) show the complete wheel bogie area.
(2) #2 – Apron area towards the PBB rotunda. Camera shall:
i) be mounted on the underside of the C Tunnel
ii) be mounted towards to rotunda, past the PCAir unit
iii) be centered on the C Tunnel
iv) show the area under the PBB towards the rotunda.
PASSENGER BOARDING BRIDGES
BID SET
347713 - 33
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
(3) #3 – Landing, service stair, apron around service stair. Camera shall
i) be mounted above the aircraft side of the service door
ii) be mounted on galvanized uni-strut, minimum 4 ft. long, bolted on the PBB Cab
roof using a stud bolt system.
iii) be able to be mounted at any position on the uni-strut.
iv) show the service platform, stairs and ramp area around the stairs.
(4) #4 – Apron area at the left side wheel bogie location of the PCAir and GPU pendant
controls. Camera shall:
i) be mounted on galvanized uni-strut, minimum 4 ft. long, bolted to the PBB Cab
or PBB C tunnel using a stud bolt system.
ii) be able to be mounted at any position on the uni-strut.
iii) be mounted far enough away from the PBB C Tunnel so that the PCAir / GPU
pendant control and PCAir hose basket area are clearly shown.
c. A remote function shall NOT be used to operate any of the monitor or camera system
functions.
14. PBB Interior Security Camera System
a. The Owner shall require the Contractor to supply a PBB Interior Security Camera system
that will connect to the Owner’s Terminal Security Camera System.
b. The Owner requires the following areas / views to be covered by the PBB Interior Security Camera System.
(1) Aircraft Door and Autolevel
(2) Operator Console – Operator and face plate so that Operator actions can be observed.
(3) The length of the PBB tunnels from the PBB cab to the PBB rotunda.
c. The Contractor shall determine the number and location of cameras required to meet the
requirements of “b” above.
d. A maximum of three (3) camera locations shall be allowed.
e. The Owner does require a specific model or style of camera, therefore the Contractor
shall submit one (1) or more alternatives for the Onwer’s PM review and approval.
f. The location and style of cameras shall be such that they are minimally observable by
passengers.
g. The PBB Interior Security Camera System shall be connected to the Terminal Security
Camera System at an Owner supplied junction box(s) at the terminal building face via
shielded CAT 6 POE cable.
h. Each camera must be able to be viewed independently by the Terminal Security Camera
System.
15. The Operator Control Console shall include, as a minimum, the following “dead man” controls located on the console faceplate.
a. A lever arm (“Joy” stick) that shall provide control over horizontal forward and reverse
movement of the PBB.
(1) The Joy stick shall, when moved progressively, allow PBB horizontal speed to increase proportionally to the position of the Joy stick.
(2) Any horizontal movement “delay”, “not ready”, “ready”, etc. indicators shall be:
i) mounted on the console face plate, directly above the “Joy” stick.
ii) shall have engraved labels identifying their meaning.
iii) illuminated with an LED bulb
(3) A large message, similar to the Auto Level Alarm message, shall display on the HMI
whenever the horizontal drive is not engaged but the operator has pressed the joy
stick.
i) This message should be explanatory as to why the PBB is not moving even
PASSENGER BOARDING BRIDGES
BID SET
347713 - 34
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
though the joy stick has been pressed.
b. Steer Left / Right push buttons for horizontal drive direction, with illuminated engraved
lens with LED bulb.
c. Vertical Up / Down push buttons for raising and lowering the cab end of the PBB, with
illuminated engraved lens with LED bulb.
d. Cab Rotate push buttons for cab rotation, left or right, with illuminated engraved lens
with LED bulb.
16. The Operator Control Console shall also have the following controls, indicators and devices.
a. PBB Power On / Off push button, with illuminated engraved lens with LED bulb.
b. A non-keyed three-position master Console Switch used to select “OFF”, “OPERATE”
or “AUTO” (automatic leveling).
(1) This master Console Switch shall be mounted on the Operator Control Console face
plate.
c. A keyed three-position master Console Switch used to select “OFF”, “OPERATE” or
“AUTO” (automatic leveling).
(1) This master Console Switch shall be mounted on the Operator Control Console face
plate.
(2) Twelve (12) Console Switch keys shall be provided.
d. An illuminated, mushroom type emergency stop button that shuts down all PBB movement when pressed. In addition,
(1) An alarm shall sound at the Operator Console
(2) A large, flashing warning message shall be displayed on the HMI that OPERATOR
CONSOLE E-STOP PRESSED.
e. A push button to ring the Travel Alarm Bell
(1) Shall be operational while the PBB is in “OPERATE” or “AUTO” mode.
f. Push buttons to extend and retract the canopy.
(1) One each for the left and right side of the canopy. Each side of the canopy shall be
able to be extended or retracted independently.
g. ACF Floor Auto / Manual button
h. ACF Floor Operate button
i. RJ Floor Operate buttons
j. Enunciator for alarms
i. If the PBB is equipped with them, horizontal motion indicators
17. The Operator Control Console shall include an HMI touch screen that a. Shall be a Schneider Electric Magelis Advanced 15” color touch panel, or Owner approved equal.
b. Shall be easily readable and suitable for the environment
c. Shall include the required shields or coatings so that the Operator can read the HMI
screen regardless of sun glare.
d. Shall display Operator Error or Warning Messages and PBB Status Conditions
(1) PBB Status Conditions shall include, but are not limited to:
i) POWER ON
ii) PBB ON or OPERATE
iii) AUTO LEVEL On
iv) Canopy Deployed
v) GPU Cable Hoist Deployed
vi) GPU ON
vii) PCAir ON
(2) Operator Error or Warning Messages shall include but are not limited to:
PASSENGER BOARDING BRIDGES
BID SET
347713 - 35
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
i) AUTO LEVEL Warning – minimum 1” x 3”
ii) Console E-STOP Warning – minimum 1” x 3”
iii) Ramp E-STOP Warning, different from Console E-STOP message – minimum
1”x 3”
iv) Column Fault Error – minimum 1” x 3”
v) PBB Motion “Soft Limit” Warnings
vi) PBB Motion “Hard Limit” Errors – minimum 1” x 3”
vii) Cab Rotate Warning
viii) Aircraft Spacer Warning
ix) A warning if Console Switch is moved to OPERATE and the PCAir or GPU are
running or the GPU Cable Hoist is displayed.
x) A warning if there is an input power phase error that impacts any power or control system of the PBB.
(3) All messages displayed shall have an appropriate LARGE text message informing the
Operator of the nature of the alarm or PBB status.
e. Shall provide non-movement PBB Controls on one screen, which shall include, but are
not limited to:
(1) On / Off for floodlights that illuminate the apron area under the aircraft and under the
cab.
(2) Spacer limit override, which will override the aircraft proximity sensor and all for final positioning of the PBB.
(3) PBB Pre Cool On / Off
(4) Ventilator On / Off
(5) Smoke Detector Reset
18. All Operator Control Console switches and/or push buttons shall have engraved labels.
a. Each function shall be spelled out (i.e. "Power On/Off", "Steer Right”, "UP").
19. A required layout of the Operator Console face plate and the various controls and indicators
is included in APPENDIX I of this Specification.
a. The manufacturer’s proposed Operator Console face plate layout with controls indicators
shall be submitted to the Owner for approval.
20. When the OFF/OPERATE/AUTO selector switch is moved from OFF to OPERATE, the
HMI screen should come on with an Intro / Logo screen.
a. This Intro / Logo screen should contain Owner logo and PBB Manufacturer graphics.
b. Layout of this screen shall be submitted to the Owner for approval.
c. No PBB functions shall be available from this Intro / Logo screen.
21. Once the PBB Power On button is pushed, the HMI function screen should come up so that
the Operator can perform functions from the HMI.
22. When the OFF/OPERATE/AUTO selector switch is moved from OPERATE to OFF, the
HMI screen should go off.
C. Vertical Drive
1. The PBB shall move vertically by means of two lift column assemblies. Each assembly shall
be capable of supporting the PBB under full design load, providing 100% redundancy.
2. The Contractor may supply either:
PASSENGER BOARDING BRIDGES
BID SET
347713 - 36
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
a. a hydraulic vertical drive system, or
b. an electromechanical vertical drive system.
3. If a hydraulic vertical drive system is supplied a. The lift cylinders shall be equipped with a safety systems to prevent the bridge from descending in the event of fluid loss or other hydraulic system failure,
b. Mechanical stops in the cylinders shall be provided to prevent over-travel of the lift column. The system shall not be damaged if the bridge is raised or lowered into the cylinder
stops.
c. The lift cylinders shall be removable for replacement without the requirement to modify,
cut or damage any PBB component.
d. The lift cylinders and the entire hydraulic system shall incorporate a bleeder valve to relieve any air entrapment in the system.
e. The hydraulic system shall include –
(1) A drain pan to prevent hydraulic fluid from dripping onto the ramp. Drain pan shall
be equipped with a drain valve in the bottom of the drain pan.
(2) Relief valves to prevent system over pressurization
(3) Replaceable Hydraulic Fluid / Water Separator Filter OR Replaceable Desiccant
Breather
(4) Pressure Gauge
(5) Temperature Gauge
(6) Fluid Level Gauge
(7) Tank and block heaters to keep hydraulic fluid warm in cold weather
f. Hydraulic lines that are routed through the cross tube of the wheel bogie shall be protected by a plate on both sides of the wheel bogie cross tube.
(1) The pendant control mounting plate may be used for this protection of the left side of
the wheel bogie cross tube.
4. If an electromechanical vertical drive system is supplied –
a. Each assembly shall be independent with individual drive systems.
b. All motors and bearings shall be sealed, not requiring lubrication.
c. Ball screws, bearings and couplings shall have adequate allowance made for lubrication
requirements and ball screw inspection.
d. Upper column mounting plate shall have a 1-1/2” diameter hold for inspection and lubrication of the ball screw assembly.
(1) This opening shall be plugged with a removable plastic threaded plug.
(2) Access to this hold shall be gained through the removable access cover for inspecting
and servicing the motor chain coupling.
e. A fault detector shall sense differential motion of the lift column assemblies. If a fault is
detected,
(1) electrical power shall be disconnected from the vertical drives and vertical drive
brakes shall be engaged.
(2) horizontal PBB motion and Cab Rotation shall be disabled.
(3) A fault message / alarm shall be displayed on the HMI screen.
f. Mechanical stops on the ball screws shall be provided to prevent over travel of the lift
columns.
5. The vertical travel speed shall be 2.5 to 3.6 feet per minute.
D. Horizontal Drive
PASSENGER BOARDING BRIDGES
BID SET
347713 - 37
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
1. The horizontal drive system shall:
a. permit the PBB to extent or retract and rotate to any point within the operational envelope
of the PBB
b. allow this horizontal movement at variable speeds from 0 to 90 feet per minute.
c. allow steering in a varying path while simultaneously extending and retracting the PBB
Tunnels.
d. shall also be capable allowing the PBB to move in a straight line when required.
2. Design and control of the horizontal drive system shall provide smooth starts and stops and
positive fail safe braking.
a. The brakes shall remain engaged with power removed from the PBB.
3. Horizontal drive shall be electro mechanical.
4. The horizontal drive shall be equipped with physical stops to prevent the PBB wheels from
rotating past 110° to the left and 105° to the right.
5. Tires shall be solid, with either an aircraft tire style tread (e.g. straight line) or a smooth tread
and shall be designed specifically for the proposed PBB model.
6. Grease fittings shall be provided to lubricate the wheel bearings if the wheel bearing is not
contained within an oil filled gear box.
7. Grease fittings shall be provided to lubricate the trunion pins of the wheel bogie assembly
unless a sealed trunion bearing system is provided.
8. The PBB horizontal drive system shall use an AC gear motor, with an integral brake and
drive system.
a. A variable frequency motor controller shall drive the AC motor.
9. The PLC shall provide a variable frequency signal to adjust speeds from 0 feet to 70 feet
(27.4 m) per minute.
a. The speed shall be proportional to the depression of the Joy stick.
10. An integral spring-applied electrically released brake shall be provided with the drive motor.
a. The brake shall lock the PBB in place when electrical power is disconnected.
b. The brake shall also lock when the joystick is in the neutral position.
11. The horizontal drive motor shall be equipped with a manual brake release to permit the PBB
to be towed in the event of power failure.
a. The brakes shall automatically reset if power is reapplied to the horizontal drive motor.
12. Tow lugs, permanently affixed, shall be provided on the lower wheel frame.
13. Provide positive FRONT – REAR identification for both the front and backsides of the wheel
bogie cross tube.
a. Such identification shall be clearly readable, via the camera system, by the PBB operator
while operating the PBB from the operator control console.
14. All drive chains, drive shafts or couplings shall be protected with guards.
a. Guards shall have a hinged access plate, with retaining latch, for servicing chains.
PASSENGER BOARDING BRIDGES
BID SET
347713 - 38
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
15. All motors and motor bearings shall be sealed, not requiring lubrication.
16. The horizontal drive system shall include a wheel guard system that fully encompasses both
wheels and will stop all horizontal motion of the PBB when the wheel guard system is
contacted by a person or obstruction on the ramp near the PBB wheels.
a. The design of the wheel guard system shall not cause injury or damage to the individual
or object contacted.
b. The wheel guard system shall be bolted to the lift column cross tube assembly or wheel
bogie and shall be easily un-bolted and removed for maintenance purposes.
c. Electrical connections for the wheel guard system shall be plug-in type connections. Any
and all electrical components shall comply with the requirements of this specification.
d. The safety hoop shall utilize contact pressure type pads / switches that shall run the full
perimeter or circumference of the wheel guard system.
e. If ANY part of the circumference of the wheel guard system is contacted:
(1) The PBB horizontal drive system shall be disabled.
(2) An audible alarm shall sound on the operator console
(3) A large warning message shall be displayed on the HIM screen stating –
DANGER Wheel Guard Contact / Obstruction DANGER
Horizontal Drive Movement STOPPED
Identify and Clear Obstruction Before Continuing any PBB Movement or Operation
f.
Once the wheel guard obstruction has been cleared “Resume Horizontal Drive” box and a
large message shall be displayed on the HMI stating:
Wheel Guard Contact / Obstruction CLEARED
Press “Resume Horizontal Drive”
To Continue Operation
g. The wheel guard system shall not interfere with the normal operation of the PBB or any
of the ancillary equipment attached to the PBB, including the PCAir hose basket or reel.
E. Rotunda
1. The rotunda assembly shall be designed as the self-supporting terminal end pivot for the
PBB’s vertical and horizontal motion.
2. The rotunda column height shall be determined by the PBB manufacturer as a result of their
site survey of the existing PBB foundations at the existing gates A9 and A11, new PBB foundations at the new gate A9 and their survey of either the terminal floor height or the existing
fixed walkway floor height.
3. ALL new Rotunda base plates shall have
a. a #7 bolt hole pattern for 2-1/4” anchor bolts
b. a grout installation hole.
c. a ground lug shall be provided on the rotunda base plate, near the rotunda column pipe so
the PBB can be grounded through the base plate to the foundation anchor bolts.
4. The rotunda shall be designed so that there are no physical connections to the Terminal
Building that could transmit loads or vibrations to the Terminal Building.
5. The rotunda shall include flap type seals to provide weather and bird intrusion protection
PASSENGER BOARDING BRIDGES
BID SET
347713 - 39
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
a. These flap seals shall be between the rotunda and the hinged telescoping tunnel section
AND at the connections of the Rotunda curtain to the exterior roof of the Rotunda structure.
b. These seals shall be both interior and exterior at the top, bottom, left and right sides, and
shall comply with NFPA 415 2002 Section 6.3.
c. Brush type seals are acceptable on the exterior between the rotunda curtain cover and the
rotunda curtain.
d. On the exterior, between the rotunda roof and the curtain, a large, flap top seal shall completely cover the gap between the curtain and rotunda roof.
6. The Rotunda shall have exterior hinged Rotunda Curtain covers.
a. Hinges shall be SST or galvanized
b. Hinges shall be piano type
c. Hinges shall running the full length of the cover.
d. SST or galvanized clips or latches shall be provided to secure the hinged covers.
7. The Rotunda Curtains shall have:
a. galvanized steel slats
b. two (2) rows of wire / glass vision windows in each slat of both curtains, centered from
top to bottom.
c. metal galvanized wind-lock and tabs on the curtain slats.
d. a stainless steel bottom dome sections that the curtains ride on when rolling-up or unrolling from the barrel
e. stainless steel chains if chains are used to connect the two (2) curtain barrels
8. The rotunda assembly shall swing through a range of 175o total; 87.5o clockwise and 87.5o
counterclockwise from the terminal door centerline.
9. The Rotunda roof shall have OSHA Compliant fall protections tie off points for harnesses
clevis to be attached to.
a. These attachment points shall be labeled or identified as tie off points and not lifting
point connections.
b. Labels or identification must be adjacent to the tie off point and visible through the full
operating range of the PBB.
c. All attachment brackets and hardware shall be SST.
10. The Rotunda roof shall be equipped with galvanized roof top handrails.
a. Handrails shall be OSHA 1910.23(c)(1) compliant.
b. Handrails shall be installed the full circumference of the Rotunda roof.
c. An OSHA compliant opening, protected by a swing gate shall be provided for access to
the A-Tunnel.
d. An OSHA compliant toe rail shall be supplied for the full perimeter and in all sections of
the handrail.
11. The rotunda shall utilize a columnar support and be capable of mounting to a foundation utilizing the existing foundation anchor bolt pattern.
a. The Contractor shall verify the anchor bolt pattern and distance from the face of the terminal building or walkway to the center of the existing anchor bolt pattern.
b. The Contractor shall be fully responsible to ensure the new PBB rotunda will install correctly using the existing or new PBB foundation anchor bolts
PASSENGER BOARDING BRIDGES
BID SET
347713 - 40
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
12. The rotunda bearing shall have a sufficient number of grease fittings, so that all sections of
the rotunda bearing can be lubricated, both on the upper and lower sides.
13. The rotunda floor shall:
a. remain stationary regardless of PBB movement.
b. remain level at all times.
14. Limits located on the rotunda assembly shall include PBB slope and PBB over-travel swing.
a. Slope limits shall be adjustable up to 8.33 percent (4.8°) for both up and down slopes.
This limit shall be adjustable to meet local operating conditions and requirements.
b. The over-travel swing limit system shall be shall be adjustable to meet local conditions.
When activated, the system shall disable PBB movement in the direction of fault, but allow the PBB to move in the opposite direction.
c. The over-travel swing limit system shall activate the warning alarm and the warning message display two (2) degrees prior to the activation of the PBB motion-disabling capability of the over-travel swing limit system.
15. Anchor Bolts:
a. If requested by the Owner, provide plywood or metal template of required spacing and
alignment of #7 bolt pattern to be used to align anchor bolts during construction of the
new PBB foundations at the new gate A9.
F. Rotunda Corridor or Fixed Walkway
1. Corridor:
a. The rotunda entry corridor shall be a fixed rectangular section attached to the rotunda to
provide the internal transition from the rotunda to the terminal door or fixed walkway
opening.
b. The design of the corridor shall allow the installation of interior sheet metal and exterior
flexible weather seals and a floor threshold between the corridor and the terminal building or fixed walkway without reliance on the terminal building or fixed walkway to provide any degree of structural support
c. The Corridor shall be painted with the same interior and exterior paint system as the PBB
rotunda.
d. The size of the Corridor shall be determined by the PBB manufacturer as a result of their
site survey to determine the distance from the center of the existing or new PBB foundation to the face of the terminal building, existing fixed walkway or new fixed walkway.
2. Fixed Walkway Design and Construction:
a. Length and slope shall be per the Project drawings or these Specifications.
b. Interior height shall be the same as a PBB “B” tunnel and width shall be the same as the
PBB “A” tunnel.
c. All structural loading requirements specified for the PBB shall also apply to the Fixed
Walkways.
d. All interior and exterior finishes specified for the PBB tunnels shall apply to the Fixed
Walkways. This includes floor covering, wall covering, paint finishes, ceiling, insulation
and lights
e. There shall be ADA compliant handrails, full length, on both sides of the Fixed Walkways.
f. Fall protection cables, as specified for the PBB “A” and “B” tunnels shall be supplied for
PASSENGER BOARDING BRIDGES
BID SET
347713 - 41
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
the entire length of the Fixed Walkway.
g. All electrical power, control and communication circuits required to route the same from
the PBB rotunda or the terminal building face shall be in conduit under the Fixed Walkway. Cable trays or wire racks are not acceptable.
h. The design of the rotunda corridor or new Fixed Walkway shall allow the installation of
flexible weather seals and a floor threshold to the face of the terminal building (where
there is no Fixed Walkway) or to the Fixed Walkway without reliance on the terminal or
fixed walkway to provide any degree of structural support.
3. Fixed Walkways shall be rectangular in cross section and constructed in the same manner as
the PBB tunnels.
a. Fixed Walkways shall be PBB “A” tunnel wide and PBB “B” tunnel high.
4. Sheet metal interior flashing shall be installed between the rotunda corridor or Fixed Walkway and the terminal building or between the rotunda corridor and the Fixed Walkway.
a. Sheet metal shall be galvanized or galvanealed.
b. Interior flashing shall only be attached to the terminal door frame and not the PBB rotunda corridor or Fixed Walkway at the terminal building or attached to the Fixed Walkway
and not the rotunda corridor if a Fixed Walkway is supplied.
c. Flashing shall be painted to match the interior paint of the PBB.
d. Felt backing shall be installed on flashing to protect the surfaces of the terminal building
or Fixed Walkway from damage caused by the movement of the flashing.
e. Flashing and threshold installation shall comply with the requirements of “PBB Interior
Flashing Specification”, which can be found in 347713 - APPENDIX II.
5. Exterior flashing shall be installed between the rotunda corridor or Fixed Walkway and the
terminal building or Fixed Walkway.
a. The flashing material shall meet the requirements of NFPA 415 2002, Section 6.3 and
6.4.10.
b. Flashing installation shall comply with the requirements of “PBB Exterior Flashing
Specification”, which can be found in 347713 - APPENDIX II.
6. The Fixed Walkway shall utilize one columnar support and one haunch support from the PBB
Rotunda Column.
7. The Fixed walkway shall have a lighted EXIT sign mounted on the ceiling at the terminal end
of the walkway.
G. PBB Tunnels
1. All tunnels shall be rectangular in cross section and constructed from corrugated or “C” type
steel panels
a. If the tunnels are constructed using a “C” type steel panel and the seams between the
panels are not fully welded
(1) The seams shall be sealed prior to painting.
(2) The roof and wall seams that are in the tunnel overlap sections and for 6 feet beyond
the overlap sections towards the rotunda end of the tunnel, shall be sealed with an automotive metal panel epoxy sealant.
(3) The material specification for this epoxy sealant must be submitted to the Owner for
approval prior to any PBB tunnels being assembled.
PASSENGER BOARDING BRIDGES
BID SET
347713 - 42
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
2. Minimum interior clear dimensions for the tunnel sections are as follows:
a. Minimum Floor Width
4’ – 6” (1372 mm)
b. Minimum Interior Height
6’ – 11” (2110mm)
3. A transition ramp shall accommodate the difference in elevation where telescoping tunnel
sections overlap.
a. The transition ramp(s) shall meet a slope of 1:20 when the PBB is level.
b. The transition ramp shall have a safety yellow strip running the full width of the ramp
nosing. The yellow strip must be durable and withstand the wear of passenger and roller
bag traffic.
c. The Transition ramp nosing shall be designed to provide a smooth, even, un-obstructed
walking surface area, from the tunnel floor to the ramp.
d. The transition ramp shall be hinged, with a SST “piano” style hinge or an integrated
“finger: system that allows for free movement of the ramp when the PBB is moved
vertically or horizontally.
e. The transition ramp shall be designed and installed so that the ramp does not mark or
wear the PBB tunnel carpet when the PBB is extended or retracted.
4. Tunnel end caps shall be painted to match the Owner selected interior paint color.
5. If the tunnels utilize interior rain gutters in the B and C tunnels, they shall be continuous aluminum extrusion, yellow rubber rain gutters or other Owner approved design.
a. If aluminum extrusion gutters are supplied:
(1) yellow / black safety tape shall be installed full length of the gutters
b. If yellow rubber rain gutters are supplied, the following installation requirements shall
apply.
(1) Both the tunnel metal floor surface as well as the rubber gutter material shall be
cleaned with Methyl Ethyl Ketone (MEK) and allowed to dry.
(2) 3M 1099 Adhesive or Owner approved equal shall be applied to both the tunnel metal floor and rubber gutter material.
(3) The rubber gutter shall be placed on the tunnel metal floor and rolled smooth to ensure an even coating of adhesive on both surfaces.
(4) The rubber gutter material shall then be removed to allow the adhesive to dry on both
surfaces.
(5) Once the adhesive is dry the rubber gutter material shall be placed back on the tunnel
metal floor and rolled smooth to ensure a proper bond.
6. The rain gutter diverters from A to B and B to C tunnel shall be free of obstructions that
prevent the free flow of water and debris
a. Diverters shall have a stainless steel cover that is removable, retained by screws, for
cleaning and to prevent passengers from stepping into the drain hole.
7. The Tunnels shall include exterior flap type seals to provide weather and fire protection
between the A tunnel and the Rotunda and B Tunnel and between the B Tunnel and the C
Tunnel.
a. Seals shall be installed on both ends of the A tunnel and the Cab end of the B Tunnel.
b. Seals shall prevent rain, show, wind, air or light infiltration from penetrating the interior
of the PBB rotunda or PBB tunnels.
c. Seals shall be installed on the sides, top and bottom of the tunnels
d. Seals shall be constructed of one (1) layer EPDM rubber and one (1) layer alpha fire
material.
PASSENGER BOARDING BRIDGES
BID SET
347713 - 43
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
e. Alpha fire material shall be exposed to the exterior.
8. When the PBB is in the positive slope condition, e.g. the Tunnels are raised above the level
position of the rotunda floor elevation, water shall not leak into the Rotunda area from the
exterior seals surrounding the entrance/connection of the A-Tunnel in to the Rotunda.
a. Metal water diverters shall be welded on the A-Tunnel roof to prevent rain water from
running back into the Rotunda.
b. Water diverters shall be welded on prior to the tunnel being prepped and painted.
9. The tunnels shall have interior fire seals, top rain gutter water diverter blocks, interior rain
water diverters and underside rubber splash diverters.
10. All seals, both interior and exterior, shall comply with NFPA 415 2002 Section 6.3
11. The tunnel ceilings shall be insulated the full width and length of the ceilings, including
above and beside the lighting fixtures.
a. If insulation cannot be installed above the lights, a corrosion resistance coating, in addition to any interior tunnel paint, shall be applied to the tunnel roof before the light fixture
is installed.
12. The PBB C Tunnel shall contain a PCAir pre-cool supply air plenum to deliver preconditioned air into the PBB in an efficient and unobtrusive manner.
a. Excessive air velocity or condensation into the PBB shall not be allowed.
b. The plenum shall be foam insulated to keep moisture from causing rust on the exterior or
interior metal surfaces of the plenum.
c. There shall be a means to allow condensate to drain from the bottom of the plenum.
d. The interior of the supply air plenum shall be covered with an aluminum vent / grill,
matching the interior finishes of the PBB.
e. The PCAir pre-cool plenum shall be placed as close as possible to the Cab Bubble end of
the C Tunnel on the right side.
f. It is understood that at PBB full retraction, the PCAir pre-cool plenum may be blocked by
the overlapping B Tunnel.
13. The A and B tunnels shall be equipped with OSHA compliant SST fall protection cables capable of supporting two (2) individuals, with each individual weighing up to 300 lbs.
a. There shall be 2 SST cables – one on either side of the PBB tunnel center line.
b. There shall be enough clearance between the SST cable and the PBB tunnel roof to allow
the fall protection harness’s clevis to slide easily along the cable.
c. The location of the SST fall protection cables shall be located far enough above the roof
of the PBB tunnels to prevent interference with any water diverters mounted on the tunnel roof.
d. The mounting brackets and ALL hardware, used to attach, or otherwise used by the SST
fall protection cables or system shall be SST.
e. Brackets shall not damage exterior tunnel weather seals or become damaged themselves
when PBB is fully retracted.
f. A 24 to 30 in. wide area of anti-skid material shall be incorporated into the PBB roof
paint system.
(1) This Anti-skid material shall be installed the full length of the SST fall protection cables, adjacent to the cables.
14. The C tunnel shall be equipped with galvanized roof top hand rails.
PASSENGER BOARDING BRIDGES
BID SET
347713 - 44
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
a. Handrails shall be OSHA 1910.23(c)(1) compliant and shall be installed from the PBB
Cab Bubble roof to the B tunnel end of the C tunnel.
b. An OSHA compliant opening, protected by a swing gate shall be provided for access to
the Cab Bubble roof and the B Tunnel.
c. Cab Bubble roof handrail section shall extend far enough forward so that the Cab Roof
bearing can be serviced from inside the handrail area.
d. An OSHA compliant toe rail shall be supplied for the full perimeter and in all sections of
the handrail.
(1) The toe rail section in the Cab Bubble area may have to be raised up to provide
clearance for the rotation of the cab support rods.
e. The top rail of the handrail shall be continuous past the lift columns.
15. Provide adjustable tunnel ice scrapers, installed on the tunnel ends, that ride on A and B tunnel rails. Must be adjustable for 0 to ¼ inches. Ice scrapers shall NOT be part of the tunnel
roller.
H. PBB Cab
1. The PBB Cab shall rotate 125°; 92.5° counter clockwise and 32.5° clockwise from the tunnel
centerline.
2. The PBB Cab shall rotate at a speed of 0° to 145°/min (2.41°/sec).
a. Limit switches or sensors and physical hard stops shall prevent over-rotation of the Cab.
b. Cab rotation shall be disabled when the PBB is in the Auto Level mode or the Canopy is
deployed.
c. Cab rotation shall be controlled by a Variable Frequency Drive (VFD).
d. Cab rotation drive chain shall be SST.
e. If the Idler chain sprocket bearings are not sealed, the sprocket bearings shall have a
grease fitting to lubricate the bearing and shaft.
3. An aircraft spacer shall be located at the aircraft end of the Cab floor
a. The spacer shall span the full width of the Cab floor.
b. The spacer material shall be an E.P.D.M or other suitable polymer and have passed the
fire test specifications of NFPA-415.
c. The spacer material must be sufficiently flexible and non-abrasive to prevent scratching
or other damage to the aircraft fuselage.
d. The aircraft spacer shall be yellow and the contact surface with the aircraft shall be flat
and the contact surface with the aircraft shall be a minimum of five (5) inches.
e. Yellow anti-skid material shall be installed on the area between the aircraft spacer and the
ribbed rubber cab floor.
4. Cab shall have an Adjustable Cab Floor (ACF), which shall:
a. be self-leveling regardless of PBB slope and cab orientation to the aircraft.
b. provide a surface that parallels the centerline of the aircraft fuselage such that passengers
transiting between the PBB and the aircraft step onto a level surface.
c. level automatically and shall also be adjustable by means of a manual operate override.
d. shall utilize a piano style hinge
(1) minimum 1-1/2 in x 1-1/2 in x 1/8 in
(2) continuous the full length of hinged area
(3) SST or coated for corrosion protection.
PASSENGER BOARDING BRIDGES
BID SET
347713 - 45
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
5. The exterior cab floor shall have a cab floor heat system
a. There shall be a manual control switch on the HMI and indicator light located on the
HMI.
b. Floor heat system shall be adjustable – thermostatically controlled
c. Floor heat circuit shall be protected with a GFIC breaker.
6. The area of the Cab where the Operator stands shall have windows for operator visibility.
a. The windows shall be located in front, left and right of the operator.
b. Glass in the front and right shall be safety glass.
c. Glass in the left shall be wire reinforced glass.
d. A tinting shall be applied to each window to minimize glare but shall not limit visibility.
7. Weather doors shall be provided adjacent to the console to seal and secure the interior when
the PBB is not in use.
a. These doors shall be swinging double doors that open inward and can be latched closed.
b. The latch mechanism shall be a SST sliding rod that latches the door closed to the door
frame.
(1) A foot operated door latch shall not be allowed.
(2) A door to door latch shall not be allowed.
c. The door shall also have a hold open mechanism mounted between the top of the cab
swing door and the door frame.
d. The clear width of the weather doors when open shall be a minimum of 43”.
e. The doors shall have full length window centered vertically (approximately 1 ft. down
from top and 1 ft. up from bottom) and horizontally in the door.
8. Provide a metal yellow cab safety chain installed forward of the cab weather doors with red
plastic sleeve.
9. The Cab Curtains shall have:
a. galvanized steel curtain slats.
b. two (2) wire glass vision windows per panel.
c. windows in the right cab curtain located 30” up from the floor.
d. windows in the left cab curtain located 30” down from the ceiling.
e. metal galvanized wind-lock and tabs on the curtain slats.
f. a stainless steel bottom dome sections that the curtains ride on when rolling-up or unrolling from the barrel
g. stainless steel chains if chains are used to connect the two (2) curtain barrels
10. The Cab shall include flap type seals to provide weather protection between the Cab structure
and the Cab Curtain.
a. The seals shall be both interior and exterior
b. The seals shall comply with NFPA 415 2002, Section 6.3.
c. Brush type seals are acceptable on the exterior.
d. Interior seals shall
(1) be EPDM Rubber
(2) run the full length of cab curtain – floor to ceiling,
(3) be folded over / doubled to make a flap
11. The Cab shall have exterior hinged Cab Curtain covers.
a. Hinges shall be SST or galvanized
b. Hinges shall be piano type
PASSENGER BOARDING BRIDGES
BID SET
347713 - 46
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
c. Hinges shall running the full length of the cover.
d. SST or galvanized clips or latches shall be provided to secure the hinged covers
12. The Cab shall be equipped with an adjustable type aircraft closure (canopy) to “seat” the Cab
against the aircraft fuselage and surround the opening between the Cab and the aircraft.
a. The aircraft closure must conform to the contours of the aircraft types specified and
provide a reasonably tight weather seal.
b. The aircraft closure shall be compliant with the specifications outlined in Chapter 6 of
NFPA 2002
c. The aircraft closure covering will not absorb water, shall be highly tear resistant, and
remains flexible from -31°F (-35°C) to 127°F (52.8°C).
d. The canopy frame structure shall be an A-300 structure.
e. If the canopy frame members would be exposed to the interior of the cab, an inner liner
shall cover the canopy frame members.
f. The aircraft closure color shall be gray.
g. The aircraft closure shall be a deployable and retractable bellows type canopy and when
deployed against the aircraft, the aircraft closure system shall be designed to maintain a
slight pressure and seal against the aircraft fuselage.
h. If the aircraft closure is mechanically actuated:
(1) The outer canopy assembly shall have 3 top support straps, located at the: Left side,
center and right side.
(2) These straps shall be part of the canopy material, sewn in and shall be fasten at one
end to the cab wall frame and the other end attached to the front canopy sea
(3) Pressure sensitive switches shall be incorporated into the closure mechanisms to
prevent excessive pressure on the aircraft.
(4) Covers (i.e. fiberglass) shall be installed to conceal the canopy mechanism and
switches. Covers shall:
i) be painted to match the PBB Cab wall
ii) have stainless or aluminum 1” straps for the attachment bolts to go thru to secure
the panel in place.
i. The canopy material contacting the aircraft shall be a soft material to prevent scratching
or damage to the aircraft skin.
j. The sections of the canopy material that contact the aircraft shall be segmented for easy
replacement.
k. The outer layer shall be a weather and UV resistant material with seams sealed to prevent
water from leaking into the inner layer of material.
l. All contact points of the canopy (canopy pads) shall be attached to the main canopy
structure using Velcro fasteners.
m. There shall be an A-300 type Canopy Hood Cover to protect the retracted canopy
material from being affected from heavy snow or rain.
(1) This cover may be a permanent part of the cab structure or may be a removable hood
cover for shipping and/or fabric replacement.
(2) This cover shall be painted the same color as the exterior of the PBB.
13. The PBB Cab shall incorporate the required features in the aircraft closure, auto level, Cab
bumper and Cab floor necessary for the PBB to dock to the ERJ 135/145 with the a swing
door and a CRJ 200/700/900 with fold down door, hand rails down.
a. If any parts of the Cab floor require actuation to dock to the ERJ or CRJ, such actuation
must be controlled at the Operator Control console.
b. The PBB Cab shall be equipped with moveable OSHA compliant hand rails to guide
passengers to the ERJ / CRJ aircraft door opening and prevent passengers from getting to
PASSENGER BOARDING BRIDGES
BID SET
347713 - 47
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
areas of the PBB Cab where there may be gaps between the aircraft and the Cab aircraft
spacer.
(1) Handrails shall be painted Safety Yellow.
14. The Cab roof bearing shall be able to be lubricated via a grease fitting.
a. The bearing bracket shall be designed to prevent the bearings from being pulled or
pushed out of the bracket.
15. The Cab bubble roof shall have OSHA compliant fall protections tie off points for harnesses
clevis to be attached to.
a. These attachment points shall be labeled or identified as tie off points and not lifting
point connections.
(1) Labels or identification must be adjacent to the tie off point and visible through the
full operating range of the PBB.
b. All attachment hardware, brackets and fasteners shall be SST.
16. All sections of square tubing, boxed sections, areas that can hold water or are used as structural support for the cab bubble and cab floor, shall have a 1/4” drain hole in the underside of
the tube.
I.
Service Door, Landing, Stairs
1. The service stairs shall face the terminal building and shall not interfere with any auxiliary
equipment mounted on the side of the PBB.
2. The PBB shall have a caged, OSHA compliant, roof access ladder, which shall be accessed
from the Service Stair Platform.
3. The roof access ladder, cage and roof handrails shall be hot-dipped galvanized.
a. They shall be free of any sharp edges or excess galvanizing material
b. Uneven or dull finished galvanized coating shall not be acceptable.
4. A service door, landing and stair leading to the apron area constitute the service access.
5. The service access shall be located on the right hand side of the cab end of the PBB.
6. The service access door shall be fully accessible, from both inside the PBB and from the service landing, in all possible extend / retract conditions of the PBB.
a. The transition from the service landing, through the service door to the PBB interior shall
be smooth and flat, free of any step or ledge between the PBB interior floor and the service landing.
b. A latch shall be provided to hold the service door open and shall be located on the service
platform railing a minimum of twenty four (24) in. above the service platform.
(1) The latch shall be bolted to the middle hand rail of the service platform.
(2) The latch shall be a McMaster-Carr 1407A5 latch or Owner approved equal.
c. The service door shall:
(1) be steel, hollow core
(2) have a 20” x 29” minimum wire glass window
i) The wire glass window shall be securely captured within the door so it will not
move or shift with PBB movement.
(3) meet or exceeds the 3/4 hour fire rating per ASTM E152
PASSENGER BOARDING BRIDGES
BID SET
347713 - 48
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
(4) be a minimum of 2’-6” wide, 2’-3” clear, and 6’-7” high.”
(5) be equipped with medium-duty commercial-type hardware and automatic door
closure.
(6) have heavy duty, stainless steel hinges / pins.
(7) open outward onto the landing.
(8) be equipped with Simplex Model EE-1011B 5-push button, double punch
combination lock, with Best Lock core and key override on the outside of the service
door.
(9) have a 30” stainless steel kick plate on both sides of the door.
d. The service door frame shall have 1/4” water drain holes at the bottom / underside of the
tubing frame to allow condensate water to drain out.
7. The service stair platform shall be constructed of hot-dipped galvanized steel, with a metal
Deckspan / Gripstrut walking surface and shall:
a. have a one piece galvanized modesty plate installed under the platform Deckspan / Gripstrut or the apron side of the landing frame.
(1) If the modesty plate is attached to the apron side of the landing frame, it shall be
bolted, not screwed, directly to the apron side of the landing frame and NOT be bolted to the Deckspan / Gripstrut.
b. be protected on the open sides by SST steel handrails and toe rails that are designed to
meet OSHA standards.
(1) The hand rail at the outer edge of the platform shall be equipped with a baggage
transfer opening, at the center railing area, to afford use of a baggage slide or
baggage transfer ramp operations.
(2) The opening shall be protected with a galvanized chain secured on one end and
detachable on the other end.
(3) The top hand rail section and bottom toe rail section of the opening must remain.
c. be equipped with an additional support arm bracket, (bolted) installed from the cab beam
to the main platform tube galvanized support bracket.
(1) This support is to add additional support to the platform for installation of baggage
slide system etc.
(2) This shall be a requirement even if the Project does not includes the supply of a bag
slide.
d. All sections of square tubing used as structural support for service platform and bag slide
shall have a 1/4” drain hole in the underside of the tube
8. The service stair shall be equipped with self-adjusting risers and tread, of a metal Deckspan /
Gripstrut, with a serrated edge for a gripping surface.
a. All steps shall have an equal rise. The tread width shall be 28” (711 mm) and the maximum tread rise is 9 1/2” (241 mm).
b. Treads shall remain level with the ramp regardless of the height of the PBB.
c. Length of the service stairs shall be determined by the Contractor and shall meet the inclination requirements of OSHA 1910. 24 when the PBB is in the highest position to service the specified aircraft mix.
d. The service stair shall be equipped with SST handrails on each side that comply with
OSHA standards for handrails located at stairs.
e. The entire service stair assembly shall be galvanized:
(1) with the exception of the service stair handrails, which shall be SST.
f. The service stair shall be accessible to ramp service personnel at all operational heights
and positions of the PBB.
PASSENGER BOARDING BRIDGES
BID SET
347713 - 49
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
g. Service Stair bolting bracket/tubes at the attachment points of the Service Stairs to the
Service Platform (i.e. 4 bolts) shall have 1/8” to 3/16” dia. holes drilled for provisions to
grease the attachment bolted connection.
h. The service stair wheels shall have grease fittings in wheel axel and swivel bearing. The
wheel tread shall be designed with a tread to minimize wear. The stair wheels shall be
designed to accommodate the additional weight of the Baggage Slide.
9. Contractor shall supply a gate check baggage slide mounted to the PBB landing and service
stairs.
a. Baggage slide shall be specified and approved by the Owner.
b. Baggage slide shall include the necessary additional supports
(1) under the service landing
(2) at the bottom of the service stairs for the extended wheel caster mounting bracket.
J. Architectural Requirements
1. Fixed Walkway: All the requirements listed below for the PBB tunnels, shall apply to the
new fixed Walkways
2. Ceiling:
a. The ceiling in the Rotunda, Tunnels, Cab Bubble and Cab shall be plank type ceiling
panel design or pre-painted, galvannealed 1 meter steel sheets painted per color approved
by the Owner.
b. If the painted steel sheet system is used, it must allow for compliance to the Rotunda,
Tunnel and Cab Bubble light fixture requirements in paragraph 2.6.A.2.c.
c. If a plank type ceiling system is supplied, the panels shall be approximately 8” wide with
a ¾ in space between panels.
(1) Planks shall perpendicular to the centerline and continuously from wall to wall.
(2) Planks shall be aluminum with a brushed aluminum finish.
(3) Planks located at the ends of light fixtures shall have a finish color that matches the
ceiling light fixture trim.
d. Aluminum corner molding shall be supplied between the ceiling and the wall panels.
(1) If this molding has a filler, the color shall match the color of the trim round the lights
and the trim in the wall panel hat sections.
e. Insulation:
(1) Plank type ceilings in the Tunnels, Rotunda, Cab Bubble and Cab
i) shall be insulated with 1 inch thick, black fabric faced fire resistant fiberglass insulation.
(2) Steel sheet ceilings in the Tunnels, Rotunda, Cab Bubble and Cab
i) shall be insulated with 1.5 inch fire resistant fiberglass insulation.
(3) Insulation shall be provide full coverage left to right side and shall fit tightly against
light fixtures
3. Paint specification
a. Interior – Exposed to passengers –
(1) Carbon steel surfaces shall be mechanically cleaned per requirements of SSPC and
paint manufactures requirements.
(2) Galvannealed steel surfaces shall be cleaned with solvent.
(3) Paint shall be a two (2) coat system with rust inhibiting epoxy primer and polyurethane top-coat.
(4) The Owner shall choose interior paint color from the standard colors available from
PASSENGER BOARDING BRIDGES
BID SET
347713 - 50
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
the PBB manufacturer.
b. Interior – Not exposed to passengers –
(1) Carbon steel surfaces shall be mechanically cleaned per requirements of SSPC and
paint manufactures requirements.
(2) Galvannealed steel surfaces shall be cleaned with solvent.
(3) Paint shall be one coat of rust inhibiting epoxy primer.
c. Interior – Tunnel roof area where tunnel light fixtures are installed.
(1) The entire area of the PBB tunnel roof area that comes in contact with the light fixture shall be primed with a rust inhibitor primer that will prevent the formation of
condensation.
d. Exterior –
(1) Carbon steel surfaces shall be mechanically cleaned per requirements of SSPC and
paint manufactures requirements.
(2) Galvannealed steel surfaces shall be cleaned with solvent. Paint shall be a three (3)
coat system:
(3) Primer
i) a rust inhibiting primer containing NO OSHA or EPA reportable heavy metals.
ii) The primer shall provide corrosion protection comparable to that of chromate
primers.
(4) Second Coat
i) Catalyzed Polyurethane comparable to Axon AG-4-W1 or PPG Vistar Series or
Owner approved equal.
ii) This coat should be tinted to contrast slightly with the finish coat to assist in
achieving a full coat on the final application.
iii) If a flexible latex mastic coating is applied to the roof, a second coat on the roof
shall not be required.
(5) Finish Coat
i) Catalyzed Polyurethane comparable to Axon AG-4-W1 or PPG Vistar Series or
Owner approved equal.
ii) The Owner shall choose exterior paint color from the standard colors available
from the PBB manufacturer.
e. Interior of the PBB Cab area (e.g outside the cab weather doors) shall be painted the
same color as the PBB interior color.
(1) This includes ALL surfaces in this area, including canopy actuator covers and other
components.
f. Metal parts bolted to the PBB or any other loose components.
(1) These loose parts shall be painted per the same exterior paint process specified in
Item “d” above
(2) Color shall match the exterior color of the PBB.
(3) Alternatively, these loose parts can be galvanized and painted with a matching finish
coat
(4) Alternatively, these loose parts can be blasted, cleaned, primed with a zinc primer
and powder coated.
4. Tunnel Wall Treatments
a. The interior tunnel wall treatment shall consist of floor to ceiling high rigid panels faced
with velvet finish laminated plastic panels by “Wilson Art” or Owner approved
equivalent.
b. The panels will be 1/2 in. thick fire retardant, high pressure laminated plastic.
c. The panels shall be a minimum of 3.5 ft. to a maximum of 5.5 ft. on center
d. The panels shall be supported by clear anodized aluminum trim with a black plastic
PASSENGER BOARDING BRIDGES
BID SET
347713 - 51
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
accent strip.
e. The design shall permit each panel to be removed individually.
f. The Owner shall choose the wall panel color from the standard colors available from the
PBB manufacturer.
g. The toe rail spacer used in the B and C tunnels between the bottom of the wall board and
the bottom roller rail shall
(1) have a 3/16 to ¼ in. gap between the toe rail spacer and the bottom roller
(2) have other suitable means for water to drain from behind the toe rail spacer. T
(3) be aluminum, SST or steel with a multi-coat rust preventative paint system.
5. Wall treatments in the pivoting sections (rotunda and cab) shall consist of galvanized, steelslat curtains.
a. The Rotunda and Cab Curtains shall have passed the fire test and meet the requirements
of NFPA 415 2002 6.2.9.
6. Flooring
a. Rotunda, Walkways and Tunnels –
(1) ¾” Marine Grade Plywood or Metal subfloor
(2) Wall to wall carpet or floor carpet tiles, as specified by the Owner.
(3) A radiused 4” wide diamond threshold plate shall be used between the circular rotunda floor and the floor to the PBB “A” tunnel
(4) No carpet pound down shall be required around the circumference of the rotunda
floor.
(5) If a diamond threshold plate is not used in the rotunda,
i) carpet pound down shall be installed around the circumference of the rotunda
floor.
(6) If there is a wide, hinged diamond threshold plate between rotunda floor and the A
tunnel floor,
i) carpet shall be installed on this plate, covering the full width of the plate as close
to the A tunnel wall as possible.
b. If a “C” pan metal sub floor is supplied,
(1) additional sheet metal floor panels shall be installed the full length and width of the
PBB Tunnels and Fixed Walkway floor prior to the carpet or carpet tiles being installed.
(2) The additional sheet metal floor panels shall be primed - both side - with a rust inhibiting primer.
(3) C pan metal floor panels shall be primed with a rust inhibiting primer prior to the
sheet metal floor panels being installed.
(4) Sheet metal floor panels shall be welded in place
c. Transition Ramps –
(1) 1-1/2 in Marine Grade Plywood or 10 gauge sheet steel subfloor
(2) Wall to wall carpet or carpet tiles as specified by the Owner
(3) Carpet or carpet tiles shall be extended from PBB tunnel over transition ramp hinge
in one piece to cover transition ramp.
d. Cab Bubble –
(1) 3/4” Marine Grade Plywood or Metal sub floor
(2) Any subfloor system used in the cab bubble shall have been tested or shall be certified to meet the burn test requirements of NFPA 415.
(3) Minimum 3/8 in. thick black ribbed rubber floor covering.
(4) A radiused 4” wide diamond threshold plate shall be used between the cab bubble
floor and cab floor
PASSENGER BOARDING BRIDGES
BID SET
347713 - 52
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
(5) No carpet pound down shall be required around the circumference of the cab bubble
floor.
e. Cab Exterior - Metal subfloor with minimum 3/8 in. thick black ribbed rubber floor covering
f. Carpet bars shall be attached with screws or rivets.
g. For marine grade plywood used as subfloor (1) Marine grade plywood shall be fiber glass resin impregnated.
(2) each wood piece shall be sealed a minimum of 3 in. from all edges with a fiberglass
marine resin.
(3) All plywood floor seams and fastener holes shall be filled and sanded smooth
(4) Seams in plywood sub floor shall be staggered and shall not run the full width of the
PBB Tunnel or Walkway.
(5) All seams shall be filled, blended and sanded smooth.
(6) Any screws used to attach subfloor that protrude through metal panels of Tunnels,
Walkways, Rotunda or Cab, shall be trimmed off and painted.
h. Contractor shall supply and factory install the specific carpet used by the Owner.
(1) Carpet Manufacturer - Tandus Flooring, US, LLC – Dalton, GA
(2) Item # 0257886731M
(3) Style – 02578 Abrasive Action
(4) Color – 86731 (Custom)
(5) Size – 6’ Wide Rolls
(6) If there is a “minimum buy” quantity that is greater than what is required for the project, the Contractor shall purchase the “minimum buy” quantity and ship any unused
carpet with the last PBB shipped for the Project.
(7) Predominant lines shall not run parallel to tunnel or walkway centerline.
7. Tunnel, Walkway, Corridor Handrails
a. Handrails shall meet the requirements of ADA Section 505.
b. SST or brushed aluminum handrails shall be provided the full length and on both sides of
the A Tunnel, Walkway and Extended Corridors.
c. SST or brushed aluminum handrails shall be provided at the A to B and B to C tunnel
transition ramps, both sides.
d. The handrails in the ramp area shall run the full length of the transition ramp.
e. Handrails shorter than the length of the floor transition ramp shall not be accepted.
f. Handrails shall be curved toward the walls, capped and tight against the wall to prevent
snagging by passenger clothing and luggage.
g. Handrails shall terminate within one (1) inch of the Tunnel or Walkway end cap.
h. Handrail mounting brackets shall be located –
(1) within six (6) inches of each end of the handrails
(2) in the center of each Tunnel or Walkway wallboard.
2.8 ACCESSORIES
A. Ventilator:
1. The PBB shall have a 3,000 CFM roof mounted ventilator mounted in the PBB Rotunda roof.
2. The ventilator shall have a seal between the rotunda ceiling panels and the ventilator intake so
air and other material from above the ceiling are not drawn into the ventilator.
3. The ventilator shall be designed and installed so that it does not limit the retraction of the
PASSENGER BOARDING BRIDGES
BID SET
347713 - 53
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
PBB.
4. The ventilator shall be equipped with a removable cover and a back draft damper assembly.
5. The ventilator shall be on when the PCAir Pre-cool function is operating.
6. If the PCAir Pre-cool function is NOT operating, the ventilator shall be thermostatically controlled
7. There shall also be a ventilator on/off control on the HMI at the PBB operator console.
8. The thermostat shall be located in the rotunda end of the A tunnel or Rotunda Corridor, left
hand side. Thermostat shall a. be fully adjustable.
b. be designed so that it is unaffected by the movement of the PBB.
c. have a clear Lexan lockable cover.
9. There shall be a smoke detector mounted in the interior PBB Cab Bubble near the roof in the
area of the PBB operator console.
10. The ventilator shall be linked to the smoke detector located in the PBB Cab Bubble
a. Shall automatically shut down in the event of a fire emergency as per the requirements of
NFPA 415 6.2.6.
11. Ventilator shall have a power disconnect switch in the fan housing.
B. A-Frame and Tow Bar:
1. The Contractor shall supply one (1) “A” frame and one (1) PBB / “A” frame tow bar for this
Project.
a. The “A” frame will be used for PBB maintenance activities, such as changing PBB tires.
b. The “A” frame shall have wheels for ease of transport.
c. The “A” frame shall have a tow bar bracket so that the tow bar can be attached to the “A”
frame.
d. The “A” frame shall have fort truck brackets so that the “A” frame can be transported
with a fork tuck.
e. The tow bar shall attach to the lugs on the PBB horizontal drive to tow the PBB in the
event of loss of power.
f. The “A” frame and tow bar shall be painted to match the PBB.
C. Gate Sign.
1. Supply new triangular lighted gate sign.
2. Each side shall be a minimum of 42 in. wide and a minimum 30 in. tall.
3. Location shall be on the right side of the rotating cab
4. Sign shall be mounted on a post:
a. bottom of the sign shall be a minimum of 2’ – 2” above the cab roof.
b. Post mounting bracket shall be welded, not bolted, to the PBB Cab frame.
PASSENGER BOARDING BRIDGES
BID SET
347713 - 54
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
c. Mounting Bracket shall be installed at the factory prior to blast and paint.
5. Lenses shall be 24” with white letters (Sherwin Williams G64WY8) on black background
(Sherwin Williams F63B51)
a. Character Font shall be Swis 721 Heavy Bt.
6. Gate sign frame shall
a. be galvanized, smooth, even finish.
b. Shall have water drain holes drilled in any square tubing frame members
D. Brackets for Equipment Mounting:
1. Provide factory installed mounting brackets for 400Hz GPU, GPU Cable Hoist(s) and
PCAir unit.
2. Coordinate bracket requirements with manufacturer of each unit.
3. Brackets for PCAir unit shall be bolted THROUGH the PBB roller rail and not just
clamped to the rail.
E. PCA Condensate Return:
1. The PCAir condensate shall be discharged directly to the ramp, so no condensate return system to the PBB rotunda or terminal building shall be required.
a. PCAir condensate line shall be routed from the PCAir unit, to the PBB lift columns,
through the cable scissor and terminated at the left side of the wheel bogie cross tube.
b. Sufficient “whip” shall be left so that the condensate line hangs down approximately 4-6
in. from cable scissor.
2. The PCAir condensate shall be pumped from the PCAir unit to a connection point at the face
of the terminal building.
a. The condensate hose shall be routed from the PCAir unit to and then through the PBB
cable carrier system back to the PBB rotunda.
b. At the PBB rotunda, the condensate hose shall be run from the cable carrier to the PBB
rotunda rigid frame.
c. There shall be enough slack in the PCAir condensate hose from the cable carrier to the
PBB rotunda rigid from to allow for full rotational movement of the PBB.
d. There shall then be a “whip” section of extra PCAir condensate hose that will be run from
the PBB rigid frame to a fixed piping connection at the face of the terminal building.
e. The condensate hose shall be supported between the PCAir rotunda and the face of the
terminal building by clamping to one of the power feeder or communication circuit conduits.
SPECIFICATION CONTINUED ON NEXT PAGE
PASSENGER BOARDING BRIDGES
BID SET
347713 - 55
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
PART 3 - EXECUTION
3.1 SITE EXAMINATION
A. Verification of Conditions:
1. The Contractor shall submit their proposed Site Survey process and forms it intends to use to
record pertinent site data within 30 days of the NTP.
2. The Contractor shall be fully responsible to conduct a site survey to verify the site conditions,
which shall include, but are not be limited to:
a. Center of PBB anchor bolt pattern to the face of the terminal building or face of the
walkway.
b. PBB anchor bolt placement, size and projection, elevation and orientation to face of terminal building or walkway and centerline of the terminal door or walkway opening.
c. Condition and makeup of terminal building or walkway fascia and how interior and exterior flashing will be installed.
d. Any terminal building overhang that will impede installation of the new PBB rotunda.
e. Elevation of the terminal floor at the terminal door or the Fixed Walkway floor at opening to PBB rotunda.
f. Location and connection of electrical service for PBB / GPU and PCAir.
g. Location and connection of communication circuit for PBB.
h. Location and connection of PCAir condensate line.
3. The Contractor shall conduct such site survey and submit their report of the survey results,
within 10 days of the completion of the new foundation at the new gate A9 and the completion of the terminal building electrical upgrades at all three gates.
4. The Contactor shall notify the Owner PM of any discrepancies with Contract Documents,
passenger boarding bridge, or Fixed Walkway requirements
5. Contractor shall be fully responsible to ensure that the new PBB’s, rotunda corridors, and
Fixed Walkways supplied for this Project are designed and manufactured to conform to the
existing PBB foundation conditions at the existing gates A9 and A11, existing building face
conditions and new PBB foundation at the new gate A9.
a. The Contractor SHALL NOT rely on the Project Drawings for their design as the information on these drawings is for reference only.
b. The Contractor SHALL base their designs on the results of their own site survey information.
6. If any discrepancies are identified during the installation process that prevent the PBB and
any Fixed Walkway from being installed, any and all costs incurred by the Contractor or the
Owner to resolve such discrepancies shall be borne by the Contractor.
3.2 INSTALLATION
A. General Requirements
1. The installation activities for this project shall be planned and executed in a manner so as to
minimize the impact on existing airport operations.
PASSENGER BOARDING BRIDGES
BID SET
347713 - 56
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
2. Within ninety (90) days from the Notice to Proceed, the Contractor shall submit an Installation Methods Statement, which shall include, but not be limited to:
a. Site Safety Plan and Program
b. How Contractor / Subcontractor will ensure compliance to all relevant codes and regulations during installation activities. These shall include, but are not limited to
(1) FAA Regulations
(2) OSHA Regulations
(3) CLT Safety and Security Procedures
(4) State, County and Local Construction and Electrical Codes
(5) NEC
(6) NEMA
c. Detailed Installation Schedule and Phasing Plan. Below is a suggest phasing plan for the
installation activities. However, the Contractor shall provide a comprehensive installation schedule and phasing plan as part of their Installation Methods Statement.
(1) Site Survey – Existing conditions, PBB foundations, anchor bolt information and orientation, distances from center of foundation to terminal building or Fixed Walkway,
center line of foundation to centerline of terminal door or fixed walkway, height from
top of pier to terminal door or fixed walkway, electrical and communication supply at
the terminal building face, face of terminal building construction and any potential issues with flashing, any terminal building overhang and any other information contained in the PBB Manufacturer’s approved site survey form.
(2) Removal, salvage, or scrap of existing PBB any existing Fixed Walkway, PCAir,
GPU and other accessories.
(3) Install the new PBB, Fixed Walkway, PCAir, GPU and all associated equipment.
(4) Complete installation and testing and obtain Substantial Completion. Begin working
on Punch List Items.
(5) Conduct Operator training.
(6) Conduct Maintenance training.
(7) Complete Punch List Items and obtain Final Acceptance.
d. Description of equipment delivery and off-loading process to be used.
e. Description of how existing PBB and any existing Fixed Walkway, PCAir, GPU and other accessories will be removed, salvaged or scrapped.
f. Description of equipment installation procedures. There should be procedures for each
piece of equipment (e.g. PBB, Fixed Walkway, PCAir, GPU, etc.)
g. Description of equipment acceptance testing.
h. Description of how punch list items are identified, fixed, tracked and verified as complete.
i. Use of and compliance to Equipment Manufacturer’s Installation Manual and Procedures.
j. Use of barriers to segregate installation activities from other AOA activities.
k. Proposed Site Manager and his / her qualifications.
3. The Installation Methods Statement shall be based on the Equipment Manufacturer’s Installation Manual, which may be modified to include the specific requirements of this Project.
4. The purpose of this Methods Statement is to ensure the Contractor and their Subcontractor(s)
completely understand and have planned for ALL of the Installation requirements for this
Project.
5. The Contractor shall utilize a specialized PBB Installation Subcontractor, who has been approved and trained by the PBB manufacturer, to remove and scrap PBB’s, Fixed Walkways,
PCAir’s, GPU’s and associated accessories and install new PBB’s, Fixed Walkways,
PASSENGER BOARDING BRIDGES
BID SET
347713 - 57
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
PCAir’s, GPU’s and associated accessories.
a. Evidence of this approval and training shall be submitted with the Installation Methods
Statement.
b. The following PBB Installation Subcontractors are recommended.
(1) National Jetbridge Services
(2) AERO Bridgeworks
(3) Airport Technical Support
(4) Ameribridge
(5) Skycon, Inc.
c. However, the PBB manufacturer may have additional recommendations.
d. The PBB Installation Subcontractor SHALL be approved by the Owner
e. Only the approved PBB Installation Subcontractor shall perform the removal, salvage or
scrap of existing equipment, installation of new equipment, and the testing and commissioning scope of work.
6. The “demarcation” with respect to power and communications connections from the terminal
building to the new PBB, Fixed Walkway, PCAir and GPU shall be the junction boxes at the
face of the terminal building.
a. In other words, it shall be the responsibility of the PBB Installation Subcontractor to
make any and all connections from the PBB, Fixed Walkway, PCAir and GPU to the
electrical power, communication junction boxes and PCAir condensate line at the terminal building face.
b. This “demarcation” shall also apply to the removal and scrap of the PBB and any existing
Fixed Walkway, PCAir, GPU and associated accessories.
7. A full time Site Manager shall be utilized by the PBB Installation Subcontractor. He/she
shall:
a. be present at CLT for ALL project Installation Activities
b. directly supervise and control all work activities, employees, and other Subcontractors
and their employees.
c. have a minimum of 5-years’ experience as a Site Manager directly supervising PBB installations.
d. be an employee of the PBB manufacturer or the approved PBB installation Subcontractor.
8. The Contractor’s Site Manager shall conduct a weekly status meeting with the Owner and
any representative of any affected airlines.
a. Minutes of these meetings shall be distributed by the Site Manager to all attendees by the
end of the shift.
9. The Contractor’s Site Manager shall also function as the Contractor’s Site Safety Manager
and coordinate all safety related issues and activities with the Owner’s and airline’s Safety
Managers.
10. The Owner SHALL approve the Site Manager proposed by the Contractor and /or Subcontractor.
11. The PBB manufacturer shall provide qualified manufacturer's technical representative / service personnel during the PBB installation, testing and commissioning process AT EACH
GATE to assure a proper installation, and to provide adequate and reliable field service support to correct any and all equipment failures that may occur during the commissioning and
PASSENGER BOARDING BRIDGES
BID SET
347713 - 58
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
testing and during the initial operating period.
a. This representation shall be available at CLT for the first five (5) calendar days after the
last PBB is installed and accepted as substantially complete by the Owner.
b. The manufacturer's field service representative shall monitor and ensure that the approved PBB Installation Subcontractor follows:
(1) The manufacturer's field installation manual.
(2) Compliance with all safety requirements.
(3) Accurate and complete reports and records maintenance.
(4) Applicable requirements of the Project Specifications and Drawings
12. The Contractor and/or approved PBB Installation Subcontractor shall utilize, to the extent
feasible, local DBE Certified or WMBE firms to provide labor and services if qualified firms
are available.
13. The Contractor shall file a form 7460-1 Notice of Proposed Construction or Alteration with
the FAA office having authority over CLT within forty-five (45) days prior to any work
commencing at CLT.
14. The Contractor’s Site Manager and other representatives from the Contractor and/or Subcontractor shall be required to obtain badging at CLT. THE Owner WILL PROVIDE NO
ESCORTS.
15. CLT is a smoke free facility. The Contractor is required to ensure that all of its personnel and
subcontractors adhere to and abide with the smoking policy at CLT.
16. PBB Installation Subcontractor shall provide all tools, equipment, vehicles, consumables,
supplies required to complete the PBB, PCAir and GPU removal and scrap; and the new
PBB, Fixed Walkway, PCAir and GPU installation, testing and commissioning Scope of
Work.
B. Applicable Codes And Standards
1. CLT Security, Badging, AOA Access, Safety and Construction Policies and Procedures
2. State, County and Local Construction and Electrical Codes
3. DOT 49 CFR Part 1500 Series – Civil Aviation Security
4. DOT 14 CFR Part 157 - Notice of Construction, Alteration, Activation and Deactivation of
Airports
5. OSHA Regulations
6. NEC (National Electric Code), NFPA 70 and NFPA 79
7. NEMA (National Electrical Manufacturers Association
8. Local, County and State Building and Electrical Codes
C. Other Installation Requirements
PASSENGER BOARDING BRIDGES
BID SET
347713 - 59
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
1. The requirements listed herein are in addition to other Contractor or Site Installation Requirements that may be included in other applicable Specifications or Owner contractor requirements.
a. If there is any conflict between those requirements and the requirements listed below, the
other applicable Specifications and Owner contractor requirements shall take precedence.
2. The Contractor shall be responsible to complete all electrical connections from the circuit
breakers in the new PBB’s disconnect cabinet or the individual equipment disconnects to the
junction boxes located on the terminal building face.
a. Electrical wiring for these connections shall be enclosed in rigid conduit with one flexible
conduit section and shall be in compliance with NEC, NEMA and state, county and local
construction and electrical codes.
b. Flexible conduit is required to allow for movement of the PBB rotunda.
c. Flexible conduit shall NOT exceed 3 ft. in length.
3. The Contractor shall be responsible to complete all communication and security camera connections from their connections at the PBB rotunda to the junction boxes located on the terminal building face.
a. Cable for these connections shall be enclosed in rigid conduit with one flexible conduit
section and shall be in compliance with NEC, NEMA and state, county and local construction and electrical codes.
b. Flexible conduit is required to allow for movement of the PBB rotunda.
c. Flexible conduit shall NOT exceed 3 ft. in length.
4. If there is a ground wire provided at the PBB rotunda foundation, the Contractor shall also install a ground wire from the power grounding lug in the disconnect cabinet to the grounding
lug on the PBB rotunda base plate.
a. Ground wire shall be secured to the rotunda column.
5. Contractor shall make the required connections of the PCAir condensate hose to the condensate pipe at the building face.
6. Contractor shall use materials (wire, conduit, fittings, etc.) that fully comply with NEC and
ALL Local, County and State electrical code requirements and CLT Owner requirements.
7. Conduit shall be galvanized steel, either Intermediate Metallic Conduit (IMC) or Rigid Galvanized Steel Conduit (RGSC).
8. The PBB Installation Subcontractor shall test the power feeds in the junction boxes at the
terminal face and make sure they are correctly labeled with the Brown (L1), Orange (L2) and
Yellow (L3) markings.
a. If they are incorrectly labeled, the Contractor and PBB Installation Subcontractor shall
coordinate with the Owner to have the power feeds correctly labeled.
9. The PBB Installation Subcontractor shall also ensure that the PBB, PCAir and GPU power
cables coming to the equipment disconnects are correctly labeled as to phase.
10. The following shall apply to electrical materials supplied and electrical installation work performed for the PBB Installation scope of work.
a. Enclosures and Junction Boxes
(1) All exterior enclosures and junction boxes shall be labeled with engraved placards.
PASSENGER BOARDING BRIDGES
BID SET
347713 - 60
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
i)
Placards shall contain the nomenclature used on the drawings or schematics for
the enclosure or junction box.
(2) All exterior electrical components, including terminal blocks / terminal strips, shall
be housed in weather tight, stainless steel (SST) enclosures.
(3) All exterior enclosures and junction boxes, including pass through junction boxes
shall:
i) be a weather tight, stainless steel (SST) enclosures of NEMA 3R or 4 rating.
ii) have a hinged, SST cover, which shall be retained by SST latch(s) or SST selfretaining screws.
iii) have a weather gasket for the cover.
iv) have a drain device for condensate.
(4) All exterior electrical devices, including, but not limited to, lights, beacons, sensors,
temperature probes and switches shall be a weather proof design with a NEMA 3R or
4 rating.
i) All mounting boxes for electrical devices shall be SST and be a weather proof
design with a NEMA 3R or 4 rating.
ii) The enclosure cover shall be hinged, SST and be retained by SST latch(s) or SST
self-retaining screws.
iii) The enclosure cover shall also have a weather gasket
iv) The enclosure shall have a drain device for condensate.
v) The device should be mounted to the hinged cover.
(5) All enclosures and junction boxes containing power circuits shall have applicable
warning or symbol stickers as required by Code.
(6) All components mounted in enclosures and junction boxes shall be mounted to a
backing plate supplied by the enclosure manufacturer
i) Components shall be intended for use in the enclosure or junction box.
ii) Mounting directly to the enclosure or junction box wall shall NOT be allowed.
(7) Conduits and wiring routed into enclosures, junction boxes and panels shall have
clamping fittings and the fitting threads shall have bushings installed.
b. Wiring and Terminal Blocks
(1) All wiring shall be brought to mounted terminal blocks.
i) Terminal blocks shall NOT be allowed to hang free in air.
(2) Wire splices of any type shall NOT be used.
(3) Wiring shall be formed and restrained to give a neat appearance.
(4) All wires, including spares, within junction boxes, control cabinets, disconnects, other electrical enclosures shall be neatly secured and routed.
i) Wire routing trays shall be used when space permits.
(5) Grommets and suitable anti-chafe material shall be used where wires are required to
pass through structure or similar relief or opening which exposes the wire to possible
chafing.
(6) All wiring shall be identified using stamped labels or other Owner approved wire labels.
i) Labels shall be visible and located within 1 in. of their termination point.
ii) Wires are to be numbered in a logical sequence
iii) All wire numbers are to be indicated on electrical schematics.
(7) Spare wires shall be numbered and labeled as “SPARE”.
(8) Spare wires shall be indicated on the electrical schematics.
(9) Wires must meet the bend radius requirements of NEC.
i) Ninety degree bends shall not be allowed.
(10) Ferrules or insulated ring terminals shall be used on any fine stranded wire, depending on the terminal block connection.
PASSENGER BOARDING BRIDGES
BID SET
347713 - 61
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
i) Fork or Spade terminals shall ONLY be allowed to make connections to
purchased components that have ring terminals and are assembled into the PBB.
No other use of fork or spade terminals shall be allowed.
ii) Direct connection of fine stranded wire to a terminal block shall NOT be allowed.
(11) Terminal blocks shall be either:
i) Finger proof or tamper proof design
ii) Stud or open style design with a protective cover supplied by the terminal block
manufacturer.
iii) Other terminal block designs shall not be accepted.
(12) Terminal blocks must meet the applicable requirements of SAE J561, J858 and J928.
(13) Wire ties SHALL NOT be used to securing any wiring.
(14) NEC / UL approved clamps and methods must be used to secure and support wiring.
i) Clamps used shall be specifically designed for the wiring being clamped (e.g.
clamps for flat pack cable are not the same as clamps for SO cable).
(15) Wire ties shall only be used to keep wires together for appearance and routing to various components
c. Quick Disconnect fittings must be MS standard receptacles and plugs and shall be UL or
ETL approved.
(1) Quick Disconnect receptacles and plugs shall be labeled with a permanent type label
to indicate which receptacle goes with which plug.
11. Contractor shall be responsible to connect telephone cable and interior PBB security camera
cable from the PBB to the junction boxes on the terminal building.
a. Use of conduit and flexible conduit shall be the same as items 2 above.
12. Contractor shall be responsible to determine what Mechanical or Electrical Permits are required to complete ALL of the equipment installation activities.
a. Contractor shall then be responsible to obtain the required permits from the City of Charlotte Code Enforcement and Mecklenburg County Code Enforcement.
13. Contractor shall be responsible to collect and dispose of any waste materials, including any
hazardous wastes associated with paint touch up, lubricants, etc.
14. Contractor shall maintain the apron area in a clean and orderly manner during installation activities.
a. At the close of each shift, all tools and equipment shall be appropriately stored.
b. All waste materials shall be collected and disposed of.
c. All parts shall be collected and organized in an orderly fashion near the terminal building.
15. A spreader beam MUST be used when installing the PBB Rotunda on to the PBB foundation.
16. If the existing anchor bolt extension does not allow for the use of 2 new anchor bolt jam nuts,
the Contractor shall either use two (2) new anchor bolt ½ nuts OR shall tack weld the anchor
bolt nuts to the flat washer and the flat washer to the PBB rotunda base plate.
D. Substantial Completion, Punch Lists, Final Acceptance
1. Upon completion of Installation Scope of Work, including any required testing, the Owner
will accept the equipment as Substantially Complete.
PASSENGER BOARDING BRIDGES
BID SET
347713 - 62
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
2. In order to be Substantially Complete, the Equipment must be fully installed and operational
and be able to use by the Owner and airlines as intended.
3. The Owner’s representative and the Contractor’s Site Manager shall jointly develop a Punch
List of any outstanding work, defects or non-compliances.
a. At this time a Completion Date for the Punch List works shall be agreed to by the Owner’s representative and Contractor’s Site Manager.
4. The Contractor shall complete this Punch List work within the agreed upon completion date.
a. If the Punch List work is not complete by the agreed Completion Date, the Owner may
impose penalties as called for in the Contract Documents.
5. Upon the completion of the Punch List work, the Owner will issue a Final Acceptance as call
for in the Contract documents.
3.3 DEMOLITION AND SCRAP OF EXISTING EQUIPMENT
A. Salvage Of Certain Spare Parts
1. Prior to removing the existing PBB’s from old gates A9 and A11, the Contractor shall remove, salvage and turn over to the Owner, the existing PBB doglegs and GPU’s.
2. The Contractor shall salvage remove the doglegs, leaving the SO cable in the dogleg.
a. The dogleg mounting brackets shall be removed from the PBB and prepped for future use
by the Owner.
b. The mounting brackets shall be secured to the doglegs and the doglegs shall be turned
over to the Owner.
3. The existing GPU’s, output cables and pendant controls shall be removed from the PBB, secured on a pallet and turned over to the Owner.
B. Removal and Scrap of PBB
1. After the doglegs and GPU’s are removed, the Contractor shall remove the existing PBB’s at
old gates A9 and A11 and move to a scrap yard of the Contractor’s choosing.
2. The Contractor shall obtain Certificates of Scrap for each PBB.
a. The Certificates of scrap shall list the Serial Number and Description of the piece of
equipment scraped and shall be endorsed by the scrap yard and the Contractor.
C. Protection of Existing Rotunda Anchor Bolts
1. The Contractor shall take care NOT to damage the existing PBB anchor bolts when removing
the PBB rotunda at old gates A9 and A11.
a. The new PBB’s will be installed on the existing foundations using the existing anchor
bolts.
2. Contractor shall remove existing grout down to foundation pier cap, taking care not to damage the foundation anchor bolts.
PASSENGER BOARDING BRIDGES
BID SET
347713 - 63
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
3. Contractor shall clean, chase and protect with oil all anchor bolts.
4. If the existing anchor bolts do not have threads all the way down to the foundation pier cap
and additional threads are required to correctly install the new PBB rotunda on the leveling
nuts, the Contractor shall use a die to cut new threads, to match existing threads, down to the
foundation pier cap.
5. Contractor shall supply three (3) new anchor bolt nuts per anchor bolt and 2 flat washers per
anchor bolt and install these on the anchor bolts as soon as the anchor bolts are cleaned and
oiled.
6. The contractor shall install a temporary protection, consisting of a section of PVC pipe over
each anchor bolt / nuts to protect the anchor bolts from the time the old PBB is removed and
the new PBB is installed.
a. Top anchor nut shall be flush with the top of the PVC pipe.
3.4 TRAINING
A. Contractor shall provide the Manufacturer’s standard Operations and Maintenance classes for the
PBB’s supplied on this Project.
1. Training shall utilize prepared texts, power point presentations and other instructional aids as
appropriate. Contractor shall supply whatever equipment is required to present training materials.
2. The Contractor shall conduct multiple Operations Training Classes during each group to facilitate the scheduling of Owner and Tenant Airline personnel.
a. Operations training classes shall be a minimum of 4 hours and shall consist of both class
room and hands on training.
b. Operator training shall include, at a minimum:
(1) the proper demonstration as well as actual use of correct PBB operations to avoid
damaging the equipment or aircraft or personal injury, by improper use of the PBB
and its controls
(2) Controls available from the HMI
(3) Explanation of all warning and error messages and proper responses
(4) Use of auxiliary equipment (e.g. ventilator, flood lights)
c. The Contractor shall conduct two (2) classes, one (1) on first shift and one (1) on second
shift.
d. The anticipated class size shall be 10.
4. The Contractor shall conduct multiple Maintenance Training Classes during each group to facilitate the scheduling of Owner and Owner maintenance contractor personnel.
a. Maintenance training classes shall be a minimum of 8 hours and shall consist of both
class room and hands on training.
b. Maintenance training shall include, at a minimum:
(1) proper demonstration of cut-away models of critical parts, full instruction of proper
maintenance and trouble shooting, and instructions on proper use of manuals.
(2) Instruction in proper use, operation, and daily maintenance of the PBB.
(3) Emergency provisions, including emergency access and procedures to be followed at
time of failure in operation and other building emergencies.
PASSENGER BOARDING BRIDGES
BID SET
347713 - 64
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
(4) Normal procedures to be followed in checking for sources of operational failures or
malfunctions.
(5) Use of the hardware / software tools required to upload and download control programs, trouble shoot the PBB control software, perform equipment diagnostics and
review data flow.
(6) Requirements for a complete PBB PM maintenance program, including monthly,
quarterly, semiannual and annual checks.
(7) Warranty, technical support and parts ordering procedures.
c. The Contractor shall conduct two (2) classes, one (1) on first shift and one (1) on second
shift.
d. The anticipated class size shall be 5.
5. The Contractor shall video tape one complete Operations training session and one complete
Maintenance training session and provide these recordings to the Owner.
6. Training dates and times shall be coordinated with the Owner PM.
7. The Owner and tenant Airline shall assign their respective employees to be trained.
8. Contractor shall submit a Training Syllabus for all training classes to be conducted at CLT
within sixty (60) days of the Notice to Proceed.
a. Format and content of Contractor’s proposed Training classes shall be subject to approval
of the Owner.
9. The Contractor’s PBB operator and maintenance training classes shall be conducted concurrent with the GPU and PCAir training classes.
10. The Contractor’s PBB training program must meet the requirements of this Specification.
SPECIFICATION IS CONINTUED ON NEXT PAGE
PASSENGER BOARDING BRIDGES
BID SET
347713 - 65
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
PART 4 - CONTRACTOR QUALITY CONTROL REQUIREMENTS
4.1 Quality Assurance
A. For additional Quality Control requirements refer to the Bid Documents.
B. The following describes the minimum inspection and testing required in the Contractor's quality
Control Program for the work of this section.
1. THE IMPLEMENTATION OF A CONTRACTOR QUALITY CONTROL PROGRAM
DOES NOT RELIEVE THE CONTRACTOR FROM THE RESPONSIBILITY TO
PROVIDE WORK IN ACCORDANCE WITH THE CONTRACT DOCUMENTS,
APPLICABLE CODES, REGULATIONS, AND GOVERNING AUTHORITIES.
2. The Contractor Quality Control Program shall include, but not be limited to, the elements included herein.
a. These elements are provided only as a minimum starting point for the Contractor to use
to generate the complete Contractor's Quality Control Program.
4.2 General Requirements
A. The quality assurance requirements for this project shall focus on ensuring Contractor designs,
manufactures, delivers and installs the required equipment that fully complies with the requirements of this Specification.
B. The quality assurance requirements shall consist of:
1. The Contractor’s and Manufacturer’s Quality System – Consisting of the Contractor’s Quality Manual and Quality Procedures
2. The Contractor’s Quality Plan – The Quality Plan developed by the Contractor to ensure all
requirements of this Specification are met.
3. Contract Review and Design - The Specification Compliance Document, drawings, cut
sheets, calculations, third party certifications, test results, etc. submitted by the Contractor for
review and approval of the Owner.
4. PBB Manufacturer’s Material Receipt, In-Process Manufacturing and Final Inspections – All
receiving, in-process and final inspection documents and reports shall be submitted for review and approval of the Owner.
5. Factory Acceptance Testing – The PBB Manufacturer shall conduct Factory Acceptance
Testing to ensure all equipment meets the design requirements of this Specification. The
Contractor shall submit reports of such acceptance testing for review and approval of the
Owner.
6. Owner Inspection prior to Shipment – The Owner reserves the right to perform an in-factory
inspection of all equipment PRIOR to shipment.
a. This inspection shall review compliance to the Specifications and to ensure ALL equipment has passed Factory Acceptance Testing.
PASSENGER BOARDING BRIDGES
BID SET
347713 - 66
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
b. Witness of certain Factory Acceptance Testing shall also be part of this in-factory inspection.
c. Travel, lodging, per diem and other costs for the Owner’s representatives to conduct any
subsequent inspections required, should the equipment fail the initial inspection, shall be
the responsibility of the Contractor.
7. Contractor’s Installation In-Process and Punch List Completion Inspection – All Installation
In-Process and Punch List Completion inspection documents and reports shall be submitted
for review and approval of the Owner.
8. Owner In Process Installation Inspection – The Owner’s representative will perform an in
process inspection during the Installation process.
9. Functional Testing – As part of the installation process, the Contractor shall conduct Functional Testing to verify the equipment meets certain functional requirements of the Specification.
a. All test reports from such Functional Testing shall be submitted to the Owner for review
and approval.
10. Owner Final Inspection – The Owner’s representative will perform a final inspection after
Substantial Completion is achieved on all equipment.
a. At this time, a Final Punch List will be generated, identifying all non-conformances with
the Goods and Services
b. An agreed upon date between the Owner and the Contractor for the Contractor to remedy
all non-conformances will be established.
4.3 Contractor’s Quality Plan
A. The Contractor shall develop a Quality Plan that identifies the relevant inspection points and acceptance criteria that will be utilized by the Contractor to ensure all of the requirements of the
Specification are met.
B. The Quality Plan shall identify the inspection and review points during the contract review, design, manufacturing and installation where the Contractor will perform inspections or tests to ensure compliance to the Specifications.
C. The Quality Plan shall identify the scope of the inspections and tests and the specific acceptance
criteria that will be utilized by the Contractor for each inspection and test.
D. The Quality Plan shall also identify the test plan, procedures, methods, techniques, etc. that will
be utilized by the Contractor to conduct the required FACTORY ACCEPTANCE TESTING
AND ON-SITE FUNCTIONAL TESTING
E. The Contractor shall submit their Quality Plan to the Owner for approval within sixty (60) days of
the issuance of the Notice to Proceed.
4.4 Non-Conforming Goods
A. The Owner has the right to disapprove or reject Goods or Services that the Owner believes to be
PASSENGER BOARDING BRIDGES
BID SET
347713 - 67
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
non-conforming.
B. If the Owner elects to reject the Goods or Services in whole or in part, Owner’s notice to Contractor will describe in sufficient detail the non-conforming aspect of the Goods or Services.
1. If Goods or Services have been delivered to Owner, Contractor shall promptly, and within the
Contract Times, remove and replace or modify the rejected Goods or Services.
C. Contractor shall bear all costs, losses and damages attributable to the removal and replacement or
modification of the non-conforming Goods or Services.
D. Upon rejection of the Goods, Owner retains a security interest in the Goods and Services or to the
extent of any payments made and expenses incurred in their testing and inspection.
E. If the Owner elects to permit the Contractor to modify the Goods or Services to remove the nonconformance, Contractor shall promptly provide a schedule for such modifications and shall
make the Goods or Services conforming within a reasonable time.
F. Instead of requiring modification or removal and replacement of non-conforming Goods or Services discovered either before or after final payment, Owner may accept the non-conforming
Goods or Services.
1. Contractor shall bear all costs, losses, and damages attributable to Owner’s evaluation of and
determination to accept such non-conforming Goods or Services.
G. Contractor shall pay all claims, costs, losses, and damages, including but not limited to all fees
and charges for re-inspection, retesting and for any engineers, architects, attorneys and other professionals, and all court or arbitration or other dispute resolution costs arising out of or relating to
the non-conforming Goods or Services, including the modification or removal and replacement of
the non-conforming Goods or Services and the replacement of property of Owner and others destroyed by the modification or removal and replacement of the non-conforming Goods or Services, or the obtaining of conforming Goods or Services from others.
H. Contractor’s responsibility for correcting all non-conformities in the Goods and Services will extend for the Warranty Period as specified in the Contract Documents after the date of Final Acceptance of the Goods and Services, or for such longer period of time as may be prescribed by
Laws or Regulations or by the terms of any specific provisions of the Contract Documents.
I.
Neither payments made by Owner to Contractor prior to any tests or inspections, nor any tests or
inspections shall constitute acceptance of non-conforming Goods, or prejudice Owner’s rights
under the Contract.
4.5 INSPECTIONS
A. Factory Inspections
1. The Owner shall conduct one (1) or more Factory Inspection at the PBB, PCAir and 400Hz
GPU manufacturer’s facility and perform an inspection of the equipment and witness the
equipment testing as set forth in the Project Specifications and in the Contractor’s approved
Factory Test plan for each equipment type.
PASSENGER BOARDING BRIDGES
BID SET
347713 - 68
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
2. These Factory Inspections shall consists of an inspections at final assembly of each piece of
equipment and witness of equipment testing of each piece of equipment.
a. The Owner recognizes that the equipment will be produced in the manufacturer’s normal
production process and at any one time, there may be multiple pieces of equipment in
various stages of completion, which may require more than one Factory Inspection visit.
b. However, the Owner would prefer to make one Factory Inspection visit to inspect and
test ALL of the equipment at one time.
3. If the 400Hz GPU and PCAir are NOT manufactured by the PBB manufacturer, the Owner
reserves the right to perform inspections at the 400Hz GPU and PCAir manufacturer’s facility.
4. All factory testing and inspection requirements shall apply to the PBB, 400Hz GPU and
PCAir regardless of the manufacturer or manufacturing location.
5. Owner may send up to four (4) representatives to conduct these Factory Inspections.
6. The Contractor shall supply the Owner’s inspection representatives with instruments, tools
and equipment and all such assistance as they may find necessary to conduct inspections of
the equipment.
7. Contractor shall provide Owner with a detailed manufacturing schedule within 30 days of the
NTP so that the Owner can establish a plan and schedule for the required Factory Inspection
visits.
8. The Contractor shall supply 30-days written notice, prior to start of fabrication for the first
PBB, PCAir and 400Hz GPU and 15 days prior to the completion of assembly and readiness
for factory testing of the first PBB, PCAir and 400Hz GPU.
9. When the 30-day notice for the start of manufacturing is received by the Owner, the Owner
shall inform the Contractor of their plans for the factory inspection visits.
10. If, on the basis of the Factory inspections and testing, the equipment appears to be conforming, Owner will give Contractor prompt notice thereof.
11. If on the basis of the Factory inspection and testing, the equipment appears to be nonconforming, Owner will give Contractor prompt notice thereof and will advise Contractor of
the required remedies and if such remedies must be accomplished prior to shipment and if a
subsequent re-inspection by the Owner’s representatives will be required prior to shipment.
12. If subsequent factory inspections are required by the Owner due the non-conformance of any
equipment, as determined by the Owner, the Contractor shall arrange and pay for all travel,
lodging, local transportation and local meals for the Owner representatives (up to three (3)) to
attend any factory re-inspections and re-testing that may be required.
B. Inspection Upon Delivery
1. Contractor shall inspect all equipment upon delivery at CLT solely for purposes of identifying the equipment and general verification of quantities and observation of apparent condition
in order to ensure equipment is acceptable and suitable for installation at CLT.
PASSENGER BOARDING BRIDGES
BID SET
347713 - 69
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
a. Such inspection will not be construed as final or as receipt of any equipment that, as a result of subsequent inspections and tests, are determined to be non-conforming.
2. Within three (3) days of such receiving inspections, Contractor shall provide Owner with
written notice of Contractor’s determination regarding conformity of the equipment.
a. In the event Contractor does not provide such notice, it will be presumed that the equipment is suitable for installation.
C. Inspection During Installation Process
1. The Owner’s representative will conduct one or more inspections during the Installation process to review the Contractor’s compliance with the Specifications and the rectification of
any previously identified non-conformities.
a. The Contractor shall supply the Owner’s inspection representative with instruments and
all such assistance as they may find necessary.
2. The Owner reserves the right to conduct these Installation inspections, unannounced and at
any time during the Installation process.
3. If, on the basis of any inspections or testing, the PBB’s, 400Hz GPU’s or PCAir’s appear to
be non-conforming, the Owner will give Contractor prompt notice thereof will advise Contractor of the required remedies and the required completion date of such remedies.
D. Inspection At Substantial Completion
1. The Owner’s representative will conduct a Substantial Completion Inspections when the Contractor has completed the Installation of the PBB, PCAir and 400Hz GPU.
a. This Substantial Completion inspection will be on a Gate by Gate basis.
b. The Owner’s representative shall review all of the equipment to ensure they are installed
properly, that the Installation has been completely carried out and that all previously
identified non-conformities have been remedied.
c. During this Substantial Completion Inspection, the Contractor shall conduct, with the
Owner’s representative as a witness, the specified on-site functional testing of the PBB,
PCAir and 400Hz GPU.
d. The Owner’s representative will identify any Punch List items that must be remedied by
the Contractor during the Substantial Completion Inspection.
2. The Contractor shall provide seven (7) days written notice to the Owner of the proposed date
of Substantial Completion and on-site functional testing for each gate.
3. If the PBB, PCAir and 400Hz GPU are considered by the Owner to be Substantially Complete and useable for the intended purpose, the Contractor shall issue a Substantial Completion Certificate to the Owner.
a. This Substantial Completion Certificate must list all identified Punch List items, must indicate a due date for the completion of the Punch List items and must be approved by the
Owner.
4. If the Contractor does not receive a signed Substantial Completion Certificate on the required
date, as specified in the Contract Documents, the Owner may exercise delay penalties as
called out in the Contract Documents.
PASSENGER BOARDING BRIDGES
BID SET
347713 - 70
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
E. Inspection at Final Acceptance
1. Once the Contractor has remedied all of the Punch List items, the Owner shall be notified to
re-inspect the equipment and installation.
a. Upon such notification, the Owner’s representative shall re-inspect the equipment and installation to verify the Punch List items have been remedied.
2. If any of the Punch List items have not been remedied to the Owner’s satisfaction and subsequent inspections are required by the Owner’s representative, the Contractor shall bear any
and all costs, including labor, material, travel and per diem, incurred by the Owner to conduct
such repeat FINAL ACCEPTANCE inspections.
3. If the Contractor does not remedy the Punch List items by the date identified on the Substantial Completion form, the Owner may exercise delay penalties as called out in the Contract
Documents.
4. Once all Punch List items are remedied and accepted by the Owner, the Contractor shall issue
a Final Acceptance Certificate, indicating the model and serial number of the equipment and
the date the equipment has been accepted by the Owner.
a. This date will also be the start date of the Contractor’s Warranty Period for the equipment.
4.6 FACTORY ACCEPTANCE TESTING
A. Contractor’s PBB Factory Testing Plan
1. The Contractor shall develop a Factory Testing Plan, as part of its overall Quality Plan, which
identifies the specific testing to be done at the Contractor’s factory.
a. The Factory Tests must confirm, to the extent possible in Contractor’s factory that all features, functions and capabilities of the PBB, as defined in the Specification and Contract
Documents, are performing as intended.
b. The Factory Test Plan shall be submitted with the Contractor’s Quality Plan and approved by the Owner thirty (30) days prior to any Factory Tests being conducted.
2. It is the intent of the Owner that the Contractor shall develop a comprehensive Factory Test
Plan, identifying the specifics of the tests to be carried out, and the acceptance criteria of such
test, to ensure the PBB, PCAir and 400Hz GPU comply with the requirements of the Specification and Contract Documents.
3. The PBB Factory Test Plan, shall at a minimum, address the requirements in Paragraphs B
below, which shall constitute the Factory Tests to be witnessed by the Owner’s representative(s).
4. The minimum requirements of the PCAir and 400Hz GPU Factory Test Plans are included in
their respective Specification Sections.
B. Passenger Boarding Bridge
1. Tunnel Extend / Retract
PASSENGER BOARDING BRIDGES
BID SET
347713 - 71
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
2. All Cab operations
3. PLC and Control Systems
4. HMI Functions and displays
5. Auto-level over travel alarm
6. Activation of other alarms and beacons
7. Interior / Exterior Lights and Outlets
4.7 ON-SITE FUNCTIONAL TESTING
A. Contractor’s On-Site Testing Plan
1. The Contractor shall develop an On-Site Testing Plan, as part of its overall Quality Plan,
which identifies the specific testing to be done by the Contractor after the PBB, PCAir and
400Hz GPU are installed at CLT.
a. The On-Site Testing must confirm that all of the equipment function as intended, alone
and in conjunction with each other and provide the required features, functions and capabilities as defined in the Specification and Contract Documents.
b. The On-Site Test Plan shall be submitted with the Contractor’s Quality Plan and approved by the Owner thirty (30) days prior to any On-Site Tests being conducted.
2. It is the intent of the Owner that the Contractor shall develop a comprehensive On-Site Test
Plan, identifying the specifics of the tests to be carried out, and the acceptance criteria of such
test, to ensure the PBB, PCAir and 400Hz GPU comply with the requirements of the Specification and Contract Documents.
3. The items listed in Paragraphs B, C, D below shall be considered as a minimum required field
tests.
a. The Contractor has the responsibility to identify any additional tests and develop the OnSite Test Plan to ensure the PBB, PCAir and 400Hz GPU comply with the requirements
of the Specification and Contract Documents.
b. The Owner reserves the right to witness any or all On-Site Tests.
B. Passenger Boarding Bridge
1. PBB movements to the maximum limits – tunnel extension, left / right swing, vertical
2. HMI Functions and displays
3. Alarms for all limits
4. Full Cab Rotation
5. PBB will reach all parking positions and doorsill height at park positions. Must meet Owner’s Gate Layout.
PASSENGER BOARDING BRIDGES
BID SET
347713 - 72
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
6. Auto level over travel alarm
7. All other alarms and flashing beacons
8. Lift Column fault does not allow PBB to operate
9. All interior and exterior lights and outlets
10. All functions on the Operator’s Control Console
11. 400Hz GPU, Cable Hoist, PCAir and Canopy Interlocks function correctly
12. Camera System Function and View from All 4 Cameras.
13. Walkway, Tunnel and Transition Ramp Slope
C. PCAir
1. Contractor shall arrange and pay for a PCAir factory-authorized on-site representative for the
time required to assist and/or supervise the installation, start-up and testing of all new PCAir
gate equipment in accordance with the manufacturer's written instructions.
a. The on-site representative shall be the point of contract for interface with the manufacturer's home office engineering, manufacturing and other support staff as needed, and serve
as liaison with the Contractor, if applicable.
2. The service representative shall be called to the site only after the installation is complete and
the Owner has been notified at least five working days in advance.
3. Contractor shall submit a written notice containing the test schedule, test procedure and the
personnel who will be present at the test.
4. Before operating the system, perform these steps:
a. Check filters for cleanliness.
b. Prepare report test sheets for each PCAir unit. Obtain manufacturer's recommended procedures for testing.
c. Check fan rotation.
d. Connect air handling unit (via flexible ductwork) to Contractor-provided "test section."
5. Start-up and Testing
a. Each PCAir unit shall be tested for a minimum of two hours in each mode of operation.
All tests shall be witnessed by the Owner or their designee.
b. Contractor shall provide a field fabricated adjustable "test section" to simulate the pressure and flow restrictions of different aircraft.
c. The "test section" must be able to be attached to the 14-inch flexible PCAir duct via an
aircraft adapter nozzle.
d. The "test section" shall be mounted on feet for stability, and a volume damper shall be
located at the far end of the "test section" to adjust static pressure and airflow.
e. Also provide a port at the midpoint of the "test section" large enough to insert a pitot
tube.
f. All PCAir units shall be tested during start-up with this test section for airflow volumes,
gauge pressure and supply air temperature.
PASSENGER BOARDING BRIDGES
BID SET
347713 - 73
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
g. For Aircraft Cooling Operation:
(1) Measure and record the supply air temperature, flow rate, and gauge pressure at the
outlet of the aircraft connector.
(2) For gates servicing multiple sizes of aircraft, supply air recordings shall be made for
all Selector switch options.
h. For Aircraft Heating Operation:
(1) Measure and record the supply air temperature, flow rate, and gauge pressure at the
outlet of the aircraft connector.
(2) For gates servicing multiple sizes of aircraft, supply air recordings shall be made for
all selector switch options.
(3) Verify electric strip heat stage control.
i. For Bridge Precool and Preheat Operation:
(1) Measure supply airflow rate and temperature at the supply air grille.
(2) Verify correct damper position.
(3) Verify aircraft hose does not inflate when PCAir unit in Bridge Precool/Preheat operation even if not properly stored in basket.
j. For Safety Device:
(1) Perform a "canned smoke" test of the PCAir unit smoke detector to verify proper unit
shut down and visual alarm indication.
(2) Verify unit restarts after manual reset energized.
k. Record and Report Data:
(1) Record all data obtained during start-up and testing procedures as approved on the
sample report forms.
(2) Provide back-up calculations that verify the recorded values match expected unit operation at the outdoor conditions the tests were run at.
(3) Provide recommendations for correcting unsatisfactory mechanical performances
when system does not meet specified design criteria.
l. Correct all deficiencies resulting from tests.
m. In the event that equipment defects necessitate the rejection of the PCAir equipment, the
Owner's Project Representative shall have the right to operate the equipment without additional cost until such time as new equipment is provided to replace the rejected equipment.
(1) Replacement of the equipment shall be coordinated and scheduled with the Owner.
D. 400Hz GPU
1. Contractor shall arrange and pay for a GPU factory-authorized on-site representative for the
time required to assist and/or supervise the installation, start-up and testing of all new GPU
equipment in accordance with the manufacturer's written instructions.
a. The on-site representative shall be the point of contract for interface with the manufacturer's home office engineering, manufacturing and other support staff as needed, and serve
as liaison with the Contractor, if applicable.
2. The service representative shall be called to the site only after the installation is complete and
the Owner has been notified at least five working days in advance.
3. Contractor shall submit a written notice containing the test schedule, test procedure and the
personnel who will be present at the test.
4. Confirm the GPU functions properly when operated with Pendant Control and 400Hz Vac
output
PASSENGER BOARDING BRIDGES
BID SET
347713 - 74
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
5. Confirm Cable hoists operate properly with Pendant Control
6. Confirm that output cables reach connection points for all specified aircraft
7. Confirm that the PBB does not operate when GPU is running or hoist is deployed. Warning
light and alarm are activated.
8. The Contractor shall conduct both resistive AND reactive load bank testing the GPU outputs, simultaneously.
a. These load tests hall be carried out at various load levels, beginning at minimum loads
and increasing in several steps to maximum load.
b. A written test procedure for this load test shall be submitted and approved thirty (30)
days prior to the tests being conducted.
9. The results of the On-Site functional testing shall be provided to the Owner with the Final
Acceptance Certificate and Final Payment Application.
SPECIFICATION CONTINUED ON NEXT PAGE
PASSENGER BOARDING BRIDGES
BID SET
347713 - 75
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
APPENDIX I – PBB OPERATOR CONSOLE FACEPLATE LAYOUT
PASSENGER BOARDING BRIDGES
BID SET
347713 - 76
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
APPENDIX II – INTERIOR AND EXTERIOR FLASHING
PASSENGER BOARDING BRIDGES
BID SET
347713 - 77
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
PASSENGER BOARDING BRIDGES
BID SET
May 29, 2015
347713 - 78
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
PASSENGER BOARDING BRIDGES
BID SET
May 29, 2015
347713 - 79
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
PASSENGER BOARDING BRIDGES
BID SET
May 29, 2015
347713 - 80
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
PASSENGER BOARDING BRIDGES
BID SET
May 29, 2015
347713 - 81
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
PASSENGER BOARDING BRIDGES
BID SET
May 29, 2015
347713 - 82
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
PASSENGER BOARDING BRIDGES
BID SET
May 29, 2015
347713 - 83
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
END OF SECTION 347713
PASSENGER BOARDING BRIDGES
BID SET
347713 - 84
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
SECTION 263543 – 400Hz GROUND POWER UNIT AND ACCESSORIES
PART 1 - GENERAL
1.1 SUMMARY
A. The City of Charlotte, Aviation Department, propose to replace the two (2) Passenger Boarding
Bridges (PBB’s) and associated equipment at existing gates A9 and A11 with new PBB’s and
associated equipment.
1. The existing gates A9 and A11 will become new gates A11 and A13, respectfully.
2. A new PBB and associated equipment will be supplied and installed at a new gate A9.
3. Project location is the A concourse at the Charlotte-Douglas International Airport (CLT).
B. The Contractor shall remove and turn over to the Owner the two (2) existing 400Hz Ground
Power Units (GPU), their accessories and doglegs from Gates A9 and A11, as indicated in the
Project Specifications.
C. The Contractor shall supply and install three (3) new GPU’s on the new PBB’s that will be
supplied for gates A9, A11 and A13, including all PBB mounting brackets and GPU accessories
to serve the aircraft mix indicated in the Project Specifications.
D. The GPU shall be designed and manufactured as indicated in the Project Specifications, including
all structural, support, mechanical, electrical, and finish requirements to serve the aircraft mix
indicated in the Project Specifications.
E. As specified in this SECTION, provide the necessary management, supervision, labor,
materials, supplies and equipment to provide GPU’s and accessories.
1.
Supply new 90Kva 400Hz GPU units on the new Passenger Boarding Bridges also being
supplied for this Project.
2.
Supply new GPU accessories (e.g. cable hoists, output cables, pendant controls, mounting
brackets and hardware, etc.) for all Gates.
3.
Factory and On-site functional testing.
4.
Training
5.
Equipment O&M Manuals and required software w/ licenses.
F. The Contractor shall provide the necessary information, product data, project management,
coordination and installation support for the design, manufacturing, supply and installation of the
PBB, which will also be supplied as part of this Project.
1. This shall also include the mechanical, electrical and control interfaces of the GPU and its
accessories to the PBB.
G. The Owner has completed a proposed aircraft layout for the new Gates A9, A11 and A13 and is
400Hz GROUND POWER UNIT AND ACCESSORIES
BID SET
263543 - 1
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
recommending a 90Kva single output 400Hz Ground Power Unit be supplied.
H. Aircraft Mix for this Project
1. Commuter – ERJ-135/145, CRJ-200/700/900
2. Narrow Body – MD80/90, EMB-175/195, B373-800, A319W/320W/321W, B757-200W
I.
Related Work Specified Elsewhere.
1. SECTION 238121 - PRECONDITIONED AIR UNIT AND ACCESSORIES
2. SECTION 347713 - PASSENGER BOARDING BRIDGES
1.2 REFERENCES
A. The GPU shall be designed and manufactured to meet U.S. Codes and Regulations that have been
adopted by the Commercial Aircraft Ground Power and Passenger Boarding Bridge industry.
1. Portions or all of certain recognized industry or association standards referred to herein as
being a requirement of these Specifications shall be considered as binding as though the
reproduced in full herein unless supplemented and/or modified by more stringent
requirements in this Specification.
2. Unless otherwise stated, the reference standard shall be the standard which is current as of the
date of issuance of these Specifications
B. Applicable Standards:
1. International Electrotechnical Commission (IEC):
a. IEC 158-1 - Rating and Testing for Contactors.
2. Institute of Electrical and Electronics Engineers (IEEE):
a. IEEE C2 - National Electrical Safety Code (ANSI).
b. IEEE Std 519 - Harmonic Control in Electrical Power Systems.
c. IEEE Std 1100 - Powering and Grounding Electronic Equipment (IEEE Emerald Book).
d. IEEE Std 1159 - Monitoring Electric Power Quality.
e. IEEE C62.41 - Surge Voltages in Low-Voltage AC Power Circuits (ANSI).
3. U.S. Department of Defense (DOD):
a. MIL-STD-461 - Control of Electromagnetic Interference Characteristics of Subsystems
and Equipment.
b. MIL-STD-704 - Aircraft Electric Power Characteristics.
c. MIL-PRF-24021K - Electric Power Monitors, External Aircraft.
4. National Electrical Manufacturers Association (NEMA):
a. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum).
b. NEMA ST 20 - Dry-Type Transformers for General Applications.
5. National Fire Protection Association (NFPA):
400Hz GROUND POWER UNIT AND ACCESSORIES
BID SET
263543 - 2
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
a.
NFPA 70 - National Electrical Code.
b. NFPA 79 – Electrical Standards for Industrial Machinery
6. Underwriters Laboratories (UL):
a. UL 489 - Molded-Case Circuit Breakers, Molded-Case Switches, and Circuit-Breaker
Enclosures Ninth Edition.
b. UL 506 - Specialty Transformers Twelfth Edition.
c. UL 1012 - Safety Power Units Other Than Class 2 Sixth Edition.
d. UL 1449 - Transient Voltage Surge Suppressors Second Edition.
1.3 DEFINITIONS
A. The City of Charlotte, Aviation Department is the Owner and contracting entity for this project.
B. The Owner shall appoint a Project Manager (Owner PM) as the Owner representative for this
Project. All project correspondence, submittals, RFI’s, questions, etc. shall be directed to the
Owner PM.
1. The Owner shall notify the Contractor of the Owner PM’s contact information when the
contract is awarded.
C. The terms "400Hz ground power unit”, or “GPU” and specified components of these, whether
referred to in singular or plural form, apply to each unit provided for this Project.
D. PBB Tunnels "A," "B," and "C", if referred to, are referred to in the order from closest to the
terminal to closest to the aircraft.
E. The terms "right" and "left" refer to directions looking down the PBB tunnels toward the aircraft.
F. The term “Contractor” shall refer jointly to the GPU Manufacturer who is supplying the new
GPU units including, design, manufacture, removal and scrap of existing GPU units and
installation and commissioning of new GPU Units.
G. Any Specification language that is lined through shall not be considered requirements for
this Project.
1.4 SUBMITTALS
A. Shop Drawings: Submit complete and detailed shop drawings for review in accordance with the
requirements of this Specification.
1. Shop drawings shall show sufficient detail to indicate conformance to the requirements of this
Contract.
2. Manufacturer's assembly or fabrication details that do not provide additional information
needed to determine compliance with requirements are not acceptable and shall not be
submitted.
3. No fabrication and/or assembly of any of the GPU components shall begin until the shop
drawings for such components have been reviewed and approved by the Owner PM.
400Hz GROUND POWER UNIT AND ACCESSORIES
BID SET
263543 - 3
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
4. Additional shop drawings shall be submitted as necessary to fully describe the GPU to be
delivered and ensure proper interface with the external environment.
5. All drawings, sketches, details, and material shall be submitted in English language and in
Inch-Pound units, including dimensions, volumes, weights, and forces.
B. The Contractor shall not be relieved of responsibility for compliance to the requirements of the
Project Drawings and Specifications by the Owner’s approval of Shop or working drawings,
product data, samples or similar submittals. Deviations from the requirements of the Project
Drawings and Specifications shall not be approved unless:
1.
the Contractor has specifically informed the Owner in writing (which does not include
information in the submittal document or making notes on submittal documents) that such
deviation is included within the Contractor’s submittal, and;
2. the Owner has given written approval of each such deviation by specific written response to
the Contractor.
C. If deviations from the Project Drawings and Specification requirements are included in approved
Shop Drawings or other submittals documents and they are NOT identified and approved per
paragraph B above, these deviations shall NOT be considered approved
D. Submittals shall include, but not limited to, the following:
1. Shop Drawings:
a. 90Kva 400Hz Ground Power Unit
b. Cable Hoists
c. Pendant Controls
d. Mounting details for Ground Power Unit and Cable Hoists
2. Furnish scaled drawings of enclosure outline including front, top, side views, and overall
dimensions.
a. Provide external power and control wiring and cable connections.
b. Provide single line, schematic, and wiring diagrams.
c. Drawings shall include details of input and output circuit breakers, contactors, rectifiers,
surge protectors, and control devices.
d. Drawings shall include conduit entry and exit locations.
3. Product Data:
a. Output cables.
4. Submit detailed procedures for Factory Testing and Functional Site Testing methods for
approval prior to commencement of factory testing.
5. Test Reports:
a. Performance tests. Provide in accordance with the requirements set forth in paragraph
entitled "Quality Assurance".
(1) Certify tests were conducted on each GPU in accordance with the paragraph entitled
“Factory Testing” and "Field Quality Control"
(2) Certify GPU satisfactorily operated within specified limits.
400Hz GROUND POWER UNIT AND ACCESSORIES
BID SET
263543 - 4
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
(3) Report shall include copies of the test procedures and test data and results.
6. Certificates:
a. Qualifications of manufacturer.
b. Authorization to Mark for UL.
7. Documentation of coordination with the PBB manufacturer indicating coordination efforts,
including mounting requirements, loads, power, communication, control, interlock, precool
control, and condensate coordination.
a. Owner PM shall approve of GPU system connections drawings.
8. Training: Submit a detailed description including agenda and duration of training proposed.
9. Operation and Maintenance Manuals:
a. Supply, upon delivery of the first GPU, three (3) hard copies and one (1) electronic copy
of the GPU Operations and Maintenance (O&M) Manuals for the GPU’s.
(1) Each section of this electronic O&M manual shall be directly accessible via an index
provided with the electronic O&M manual.
b. O&M Manuals shall not be generic in nature and shall reflect the exact construction of
the GPU unit’s furnished.
c. Non-applicable items and drawings shall not be included in the manuals.
d. Manuals may have descriptive type photographs.
e. Pages shall have reinforced edges.
f. Manuals shall be compact in size and bound.
g. O&M manuals shall contain the following information:
(1) Description and operation of all systems and components.
(2) Electrical drawings specific for each unit furnished. Provide two sets of bound,
laminated electrical drawings for each unit, to be placed inside an access door to the
unit controls.
(3) Maintenance instructions including troubleshooting/diagnostics guidelines.
(4) GPU Control Software Documentation
(5) Instructions for software access, programming upload and download and system
diagnostics.
(6) Overhaul instructions.
(7) List of parts and part numbers.
(8) Illustrated parts list of all components.
(9) Recommended spare parts list and sources.
(10) Complete and detailed Preventive Maintenance Program for each type of GPU
furnished under this Contract.
10. In addition to the manufacturer’s complete illustrated parts manual, provide a listing of the
manufacturer’s recommended stocking levels of critical repair parts to include the
manufacturer’s item description, part number, assemblies per unit, the recommended on-hand
stocking level, and a firm list price for a period of two (2) years from the date of Final
Acceptance of the GPU by the Owner.
a. The total value of this recommended spare parts list shall be equal to the GPU Spare Parts
Allowance in the Bid Documents.
11. Contractor will supply at Substantial Completion, one (1) laptop PC for the Project, loaded
with any and all software and the required interface cables so that the Owner’s maintenance
personnel can reload the GPU’s control software and make any necessary adjustments, as
400Hz GROUND POWER UNIT AND ACCESSORIES
BID SET
263543 - 5
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
allowed by the manufacturer, to the GPU control software.
a. If any software licenses are required to use this software, the Contractor shall supply any
and all required licenses. Contractor shall also supply the specifications for a laptop that
would be required to access and use the software.
12. As-Built documentation shall be submitted to the Owner’s PM prior to Final Acceptance and
Contract Close Out.
a. As-Built documentation shall be submitted for any shop drawings, cut sheets, product
data, O&M Manuals, etc. where the information contained in such documentation has
been changed or modified from the originally submitted documentation.
1.5 QUALITY ASSURANCE
A. GPU’s shall be products of a single manufacturer.
B. GPU Unit Manufacturer’s Qualifications:
1. The GPU manufacturer shall be in the specific business to design and manufacture the
specially constructed GPU required by this Specification.
2. The GPU Manufacturer must have a minimum of ten (10) years’ experience in producing the
GPU design proposed.
3. The GPU design being proposed MUST have been in continuous use in the US commercial
aviation industry for a minimum of ten (10) years.
4. Specific design features included in this ten (10) year requirement shall be the
a. technology for converting AC input power to 400Hz aircraft power
b. electronic systems and components used in the power conversion technology.
5. Experience in manufacturing motor generator sets does not qualify as equivalent.
6. Experience in manufacturing portable power units on wheels for temporary power does not
qualify.
C. Accessory Manufacturer's Qualifications:
1. Firms regularly engaged in manufacture of GPU output cables and Cable Hoists whose
products have been in satisfactory use for not less than five (5) years.
2. GPU output cables and Cable Hoists must have demonstrated successful operation with the
submitted and approved GPU unit.
3. Refer to 2.2 Manufacturers for additional information.
D. Routine Factory Test Plan and Procedures:
1. Provide detailed description of tests procedures, including test equipment and setups, to be
used to ensure the GPU meets the performance specification and explain the test methods
to be used.
400Hz GROUND POWER UNIT AND ACCESSORIES
BID SET
263543 - 6
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
E. Special Factory Test Plan and Procedures:
1. Provide detailed description of tests procedures, including test equipment and setups, used to
ensure the GPU meets the performance specification and explain the test methods used.
F. Field Test Plan and Procedures:
1. Provide detailed description and dates and times scheduled for performance of tests, and
detailed description of test procedures, including test equipment and setups, used to ensure
the GPU meets the performance specification and explain the test methods to be used.
G. Test Reports:
1. Certify Factory and Field tests on each GPU in accordance with the requirements set forth
in the submitted and approved test plans. Provide detailed test reports of all test results.
H. Factory and On-Site function testing shall be conducted as specified in Sections 3 and 4 of this
Specification and in SECTION 347713 – PASSENGER BOARDING BRIDGES.
I.
NFPA Compliance: Comply with applicable portions of NFPA 70 and 79, for components
and installation of GPU units.
J. NEMA Compliance: Electrical accessories and components shall comply with NEMA or IEC
standards.
K. Unless indicated otherwise, all electrical components for the GPU shall be new, undamaged and
meet the requirements of Underwriter's Laboratories, Inc. (UL).
1. Where UL requirements are not applicable, equipment and material shall be identified as such
by Contractor and approved by Owner before purchase and installation.
L. Certifications
1. The GPU shall be certified by a nationally recognized testing laboratory (NRTL) for
compliance to Power Units Other than Class 2 –UL1012, latest edition and General Use
Power Supplies – CAN/CSA C22.2 No. 107.1.95, latest edition.
a. Evidence of such compliance shall be submitted to the Owner PM for review and
approval.
2. The GPU shall also have an NRTL certification name plate affixed to the GPU.
3. Components shall be certified by an NRTL for compliance with UL 1012 and CSA
C22.2.107.1-M91.
a. Provide documentation of certifications to the Owner PM for review and approval.
1.6 DELIVERY, STORAGE, AND HANDLING
A. Delivery: Deliver GPU and Accessories with protective covering to prevent exposure of interior
to weather, dirt and water.
400Hz GROUND POWER UNIT AND ACCESSORIES
BID SET
263543 - 7
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
B. Factory and Field Storage.
1. Store GPU units at the factory and on site during installation process, and protect equipment
and material against rust, debris, water and other damage, including the covering of all
openings.
2. The Contractor shall have the flexibility to produce the GPU units to facilitate their
production schedule if the production schedule does not match the requirements for the GPU
units to be in CLT for installation.
3. The on-site installation schedule will be spread out over approximately two (2) years due to
restrictions on the number of gates that can be taken out of service at one time.
a. Therefore, the contractor shall make the necessary provisions to store the GPU units and
accessories at the manufacturing location and deliver the GPU units and accessories to
meet the on-site installation schedule.
4. The Contractor shall coordinate all deliveries with the Owner PM so that the GPU units and
accessories are delivered to CLT to correspond to their scheduled installation.
a. It is the objective of the delivery and installation process to NOT have any GPU units
stored on-site at CLT.
C. Lift and support GPU’s with the manufacturer's designated lifting brackets or supporting points
on the units frame.
D. Deliver GPU’s as a factory-assembled unit to the extent allowable by shipping limitations.
E. Deliver and store GPU accessories, cable hoists, and "across the-bridge" devices to the jobsite in
original unopened containers with labels informing about manufacturer, product name, and other
pertinent information.
F. The shipment, unloading and checking of equipment shall be coordinated with the Owner PM.
1. Under no circumstances will the equipment be released for shipment or delivered to jobsite
without prior approval.
G. Examine all equipment and material delivered to the jobsite for concealed damage.
1. The Contractor shall be responsible for loss or damage until equipment is off loaded at CLT.
Report any damage to the Owner PM.
H. Protect all equipment and material so that it may be stored at job site prior to installation and
start-up.
1. Include the coverings of all openings, protection against rust and other damage.
1.7 SEQUENCING AND SCHEDULING
A. Coordinate location of delivered equipment staging area, storage area and erection area with the
Owner PM.
400Hz GROUND POWER UNIT AND ACCESSORIES
BID SET
263543 - 8
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
B. Coordinate the removal and salvage or scrap of any existing GPU’s, and associated accessories
with the Owner PM and the gate closure schedule.
C. Coordinate the installation of the new GPU units with the installation of the new PBB’s.
D. Coordinate installation and connecti0ons of electrical power with Owner PM and contractor
performing the terminal work.
E. The Contractor shall only be allowed to have one gate out of service at a time.
1. Substantial completion with ability of the tenant airline to utilize the equipment for normal
operations will be the point at which work can progress to the next gate.
2. Contractor shall fully coordinate the closure of any gate for construction with the Owner PM.
3. The Contractor shall begin work at the new gate A9 and then proceed to the new gate A11 or
A13, as directed by the Owner PM.
1.8 WARRANTY
A. The Contractor shall comply with the following Warranty requirements in addition to the
Warranty requirements as specified in Exhibit A of the Invitation to Bid.
B. Special Project Warranty: Provide special project warranty, signed by Contractor, PBB
Installation subcontractor and the GPU Manufacturer, agreeing to replace, repair, or restore
defective materials and workmanship of any product, materials or work provide pursuant to
this Specification during a warranty period of 2 years from final acceptance of the Owner.
C. GPU Manufacturer shall also provide directly to the Owner, a 5-year warranty form the date of
final acceptance by the Owner, to replace defective:
1. GPU bus capacitors.
2. GPU Transformers
D. This warranty shall be in addition to, and not a limitation of, other rights the Owner may have
against the Contractor under the Contract Documents.
E. "Defective" is defined to include, but not by way of limitation, operation or control system
failures, performances below required minimums, excessive wear, unusual deterioration or
aging of materials or finishes, unsafe conditions, the need for excessive maintenance,
abnormal noise or vibration and similar unusual, unexpected and unsatisfactory conditions.
F. Warranty Claim Response Time:
a. The manufacturer shall ship repair parts and send a qualified service technician (if requested),
to the Owner within 24 hours of being notified of an equipment failure while under warranty
b. Parts shall be deliver at the applicable Owner facility within 48 hours from the time the order
400Hz GROUND POWER UNIT AND ACCESSORIES
BID SET
263543 - 9
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
was placed by the Owner.
c. If the manufacturer is unable to obtain the parts to restore the equipment to service, the
Owner reserves the right to obtain the replacement parts or service elsewhere and charge the
total cost to the manufacturer, including labor and administrative fees.
d. The manufacturer shall pay all Customs fees, taxes and freight for warranty parts during the
warranty period.
G. In the event of a significant, complex, or catastrophic failure of an integrated component of the
GPU and at the Owner’s request,
a. the manufacturer will provide freight and logistics to ship a failed ground power unit
back to the manufacturer for factory testing and repairs while the unit is still under
warranty and to return the repaired and tested component back to the Owner for
installation.
b. Alternately, the GPU manufacture can opt to provide a qualified technician at CLT to
trouble shoot and repair such significant, complex or catastrophic failure
1.9 MAINTENANCE
A. Additions to Operation and Maintenance Manuals: Include the following in the actual
GPU provided.
1. A "one-line diagram" from service entrance to 400 Hz utilization panel or point.
2. A weatherproof, tear resistant plastic data sheet with operating instructions for each unit
including startup and shutdown procedures.
1.10 SUPPLY OF RECOMMENDED SPARE PARTS
A. The Owner shall determine which parts and the quantities of each part, the Contractor shall
supply from the Recommended Spare Parts List submitted per paragraph 1.4.D.9.
1. The Owner shall advise the Contractor of the selected GPU Spare parts and quantities, equal
to the GPU Spare Parts Allowance, within sixty (60) days of the Owner’s approval of the
GPU Manufacturer’s Recommended Spare Parts list.
2. The Contractor shall deliver these spare parts to the Owner no later than the Substantial
Completion date of the Scope of Work at the first gate.
400Hz GROUND POWER UNIT AND ACCESSORIES
BID SET
263543 - 10
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
PART 2 - PRODUCTS
2.1 GENERAL
A. In this Specification, the term “or Owner approved equal” may be used to indicate that the
Contractor shall have the option of proposing an alternative to what has been specified. The
Contractor’s alternative must be equal to or exceed the performance, functionality and safety
requirements of the Specification.
2.2 MANUFACTURERS
A. Subject to compliance with requirements of this Specification, the Contractor shall make
every effort to supply materials that match the existing equipment in use at CLT so as to
minimize the spare parts requirements for the Owner’s Maintenance group. In addition,
the Owner has established a minimum standard of quality and reliability for certain parts
and components that are routinely purchased to maintain the Owner’s equipment. The
list below reflects this standard and is in support of the Owner’s spare parts objectives.
The manufacturers on this list shall not be perceived or construed as favored or preferred.
This list shall, in no way, preclude other manufacturers, provided that their equipment
and components have been reviewed by the Owner’s PM and determined to be of
equivalent or similar quality, functionality, and reliability. The Owner’s decision in this
regard shall be final. The use of specific product manufacturers or models on previous
Owner’s projects does not constitute pre-approval on this Project.
1. Ground Power Units:
a. JBT Aerotech Jetway.
b. ITW GSE – Hobart – ADV unit only
2. GPU Output Cables
a. J&B Aviation
3. Cable Hoist
a. JBT Aerotech Jetway.
b. Ameribridge Services
2.3 MATERIALS
A. Where components are not otherwise indicated
1. Provide standard components published by manufacturer as included in standard preengineered Ground Power Unit and as required for a complete system.
2. All equipment and parts furnished shall be the manufacturer's latest listed and published stock
models, except as permitted or required by the Owner PM.
3. The equipment and parts shall meet all the applicable requirements of the specifications.
B. Material Specifications:
400Hz GROUND POWER UNIT AND ACCESSORIES
BID SET
263543 - 11
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
Component
Structural Plate/Steel/Shapes
Structural Tube
Steel Pipe
Steel Sheet
Steel Plate
Bolts-Standard
Bolts-High Strength
Applicable Standard
ASTM-A36 or ASTM A572 Grade 50
ASTM-A500 Grade B
ASTM-A53 Grade b
ASTM-A570, ASTM A569 or ASTM A653
ASTM-A514, ASTM 517
ASTM A307
ASTM A325, SAE-J429 Grade 5 or 8, or
ASTM A490
Electrical and Electronic Components
NFPA 70, NFPA 79, UL listed
2.4 400Hz GROUND POWER UNIT
A. Input Power
1. Input Voltage: The GPU shall operate with input voltages not varying more than plus 10% or
minus 15% of nominal voltage rating.
2. Input Frequency: The GPU shall operate on 50/60 Hz input power frequencies.
3. Input Current Requirements at Rated Load: The nominal input current at rated load shall be
480 Vac and a maximum of 125 amps.
4. Input Inrush Current: On start up the GPU shall withstand inrush current of up to 100% of
that input current required when the GPU is operating at rated load output.
5. Input Power Factor: The GPU shall operate with an input power factor to .95 or greater at
loads of 25% to 100% of the nominal rated load for the unit.
6. Input Phase Rotation: The GPU shall be input phase rotation independent, allowing the GPU
to be connected to the incoming power without regard for phase rotation.
7. Input Harmonic Distortion: shall be a maximum of 10% at full rated load and a maximum of
13% at 50% load.
8. Efficiency: The overall efficiency of the GPU shall not be less than 91% at 50% or greater
load.
9. Input Power Break: The GPU shall be capable of supplying uninterrupted power to the
aircraft during a micro break on the input power.
10. Input Circuit Breaker: The GPU will contain an internally mounted circuit breaker on the
input power line(s) to allow the input power to be removed in the case of a fault or for
maintenance.
11. Input Power Disconnect: A separate GPU circuit breaker shall be incorporated into the PBB
disconnect cabinet or shall be in a separate GPU disconnect mounted at the PBB rotunda.
Power shall be supplied from this disconnect to the GPU via separate cabling integrated with
400Hz GROUND POWER UNIT AND ACCESSORIES
BID SET
263543 - 12
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
the PBB cable conveyance system.
12. Unit Disconnect Breaker:
a. The GPU shall be equipped with either (1) a fixed mounted shunt trip breaker, or (2) a
switch; that:
(1) shuts off power to the output cables
(2) shuts down the SCR’
(3) discharges lethal power from the DC Bus
i) going from 650 vdc to 50 vdc in ≤ 4 seconds and
ii) totally discharged in 15 to 20 seconds.
(4) This breaker or switch shall also serve as a door or panel interlock which will activate
when the main panel door is opened.
b. A bypass door interlock switch shall be provided to allow testing and repair of the unit
with the doors opened.
B. Output Power – 400Hz AC
1. The GPU shall have a self-balancing feature for the output power.
2. Output Voltage: Shall be adjustable by plus or minus 10% of 115 Volts.
3. Output Voltage Drift: The output voltage shall not change by more than 1% of its originally
set value with the unit operating at a constant load, a change in ambient temperature up to 55
degrees C in an eight hour period or as the unit stabilized from a cold condition at any load.
4. Output Voltage Regulation: Voltage regulation shall not exceed ± 1% from no load to full
load and from rated load to no load with ± 10% input voltage.
a. Output voltage shall recover to the steady state condition less than 50 ms after any load
change up to 100%.
b. The voltage shall not exceed the limits of MIL-STD-704E during transient recovery.
5. Output Voltage Distortion (Total Harmonic Distortion): Total harmonic distortion on the
output voltage waveform shall not exceed 3% (line to line/line to neutral) with any rated load
up to 100% load.
a. Any single harmonic will not exceed 2%.
6. Output Voltage DC Content: The DC voltage at the output terminals will not exceed 0.1
volts under any rated load conditions.
7. Output Voltage Modulation: The modulation of the voltage waveform shall not exceed 0.5%
RMS, rated load conditions.
8. Output Voltage Balance: The maximum output voltage deviation of any of the three output
phases will not exceed 2% from the average of the three output phase voltages under
balanced load conditions.
a. Voltage unbalance shall not exceed 3 volts, with 10% unbalanced load on 1 phase and
shall meet MIL-STD-704E, figure 1 and ARP1940, 3.1.5.10.
9. Output Frequency Regulation: Shall be 400 Hz plus or minus 0.1% at any rated load
condition.
400Hz GROUND POWER UNIT AND ACCESSORIES
BID SET
263543 - 13
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
10. Output Frequency Modulation: Shall be less than ± 0.25% of the period of output voltage
wave.
11. Output Phase Displacement: The phase angle between each of the three output phases will be
120 degrees plus or minus 1.5 degrees under all rated, balanced load conditions.
a. The phase angle displacement with an unbalanced load of 15% the unit’s rated current
shall be 120 degrees plus or minus 4 degrees.
12. Output Current: 90Kva (260 amps) at .8 power factor load continuous and simultaneous on
both output cables.
13. Bus Capacitors: Bus capacitors shall be either polypropylene or electrolytic.
14. No Break Power Transfer: The GPU must be capable of continuous operation during a
switch from the Aircraft APU to the GPU.
15. Line Drop Compensation: The GPU shall have a built-in automatic line drop compensation,
which shall be adjustable from 1% to 8% of rated voltage at rated load.
16. Power Factor: The GPU will be capable of operating with an output power factor of 0.0 to
1.0.
C. Overload
1. Overload Capacity: The GPU shall be capable of supplying overloads of up to 125% for 10
minutes, 150% for 3 seconds and 200% for 1 second.
2. Short Circuit Capability: The GPU shall withstand an output short and the short shall be
cleared by internal solid-state circuitry.
D. Fault Systems
1. The GPU will be capable of monitoring the following items and shutting down in the event
they are out of tolerance. The faults listed below will be displayed or indicated.
a. Input power phase rotation
b. Input voltage 10% higher than nominal rating
c. Input voltage 15% less than nominal rating
d. Output voltage less than 100 Vac per MIL-STD-704E
e. Output voltage greater than 125 Vac per MIL-STD-704E
f. Output overload
g. No 28vdc returned on EF wires
h. DC bus faults
i. Over temperature of heat sink
j. Output frequency fault
2. The GPU shall be capable of performing a “self-check” of the output power quality before
allowing power to be supplied to the aircraft.
E. Indicators
1. The GPU shall display operating information of the GPU using:
400Hz GROUND POWER UNIT AND ACCESSORIES
BID SET
263543 - 14
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
a. an LCD or
b. LED or
c. via downloading to the Owner’s laptop PC via an RS232 port.
(1) If the use of an RS232 port interface is required, the Contractor shall supply the
necessary cables and software to connect to the laptop of the Owner’s maintenance
contractor to the GPU, retrieve and display the required data.
d. Information displayed shall include, but not limited to:
(1) Input voltage – each phase and average
(2) Input current – 3 phase average
(3) Output voltage – each phase and average
(4) Output current – each phase and average
(5) Output Kva (total) or Vdc (total)
(6) Output frequency
(7) Event History.
(8) Unit Settings
2. Front panel lights will indicate the following:
a. Fault occurred
b. Input voltage applied to unit
c. 28Vdc bypass switch in bypass position
d. Output voltage present, unit is connected to aircraft and operating
e. 28Vdc EF voltage missing
F. Switches And Controls
1. The GPU and Cable Hoist shall be controlled by a single Pendant Control mounted near the
wheel bogie of the PBB.
a. The Pendant Control shall NOT be mounted on any part of the PBB that elevates or in a
location that which would pose a safety hazard to ramp personnel using the pendant
control.
b. Pendant control for the GPU / Cable Hoist shall be mounted on a plate attached to the
wheel bogie cross tube and the plate shall be painted per the same process and exterior
color as the PBB.
2. All voltages in the Pendant Control shall be low voltage – 28 volts maximum.
3. The Pendant Control shall comply with the following electrical wiring requirements.
a. Wires shall not be pulled tight in the Pendant Control or subjected to chafing or damage
by vibration of the Pendant Control or by the operation of the PBB.
b. Wires shall not droop or sag in their routing.
c. All wiring shall be brought to mounted terminal blocks.
(1) Terminal blocks shall NOT be allowed to hang free in air.
d. Wire splices of any type shall NOT be used.
e. Wiring shall be formed and restrained to give a neat appearance.
f. All wires, including spares, within junction boxes, control cabinets, disconnects, other
electrical enclosures shall be neatly secured and routed.
(1) Wire routing trays shall be used when space permits.
g. Grommets and suitable anti-chafe material shall be used where wires are required to pass
through structure or similar relief or opening which exposes the wire to possible chafing.
h. All wiring shall be identified using stamped labels or other Owner approved wire labels.
(1) Labels shall be visible and located within 1 in. of their termination point.
400Hz GROUND POWER UNIT AND ACCESSORIES
BID SET
263543 - 15
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
i.
j.
k.
l.
m.
n.
o.
p.
q.
May 29, 2015
(2) Wires are to be numbered in a logical sequence
(3) All wire numbers are to be indicated on electrical schematics.
Spare wires shall be numbered and also labeled as “SPARE”.
Spare wires shall be indicated on the electrical schematics.
Wires must meet the bend radius requirements of NEC.
(1) Ninety degree bends shall not be allowed.
Ferrules or insulated ring terminals shall be used on any fine stranded wire, depending on
the terminal block connection.
(1) Fork or Spade terminals shall ONLY be allowed to make connections to purchased
components that have ring terminals and are assembled into the PCAir. No other use
of fork or spade terminals shall be allowed.
(2) Direct connection of fine stranded wire to a terminal block shall NOT be allowed.
Terminal blocks shall be either:
(1) Finger proof or tamper proof design
(2) Stud or open style design with a protective cover supplied by the terminal block
manufacturer.
(3) Other terminal block designs shall not be accepted.
Terminal blocks must meet the applicable requirements of SAE J561, J858 and J928.
Wire ties SHALL NOT be used to secure and support any wiring.
NEC / UL approved clamps and methods must be used to secure and support wiring.
(1) Clamps used shall be specifically designed for the wiring being clamped (e.g. clamps
for flat pack cable are not the same as clamps for SO cable).
Wire ties shall only be used to keep wires together for appearance and routing to various
components.
4. Pendant control enclosures shall;
a. be SST
b. be NEMA 3R or 4 rated
c. have a SST cover with piano style SST hinge and be retained by SST latch(s) or SST
self-retaining screws.
d. shall have a drain device for condensate
5. The Pendant Control shall have push buttons and indicators for the 400Hz GPU and Cable
Hoist functions.
a. The push buttons and indicators shall be oriented from top to bottom in the pendant
control in the order listed below.
(1) Up push button – for retracting the Cable Hoist
(2) Down push button - for extending the Cable Hoist
(3) Green LED indicating light, with clear lens, which indicates the unit is connected to
aircraft and operating.
(4) Start push button – for starting the unit
(5) Stop push button – for stopping / resetting the unit.
b. Each button on the Pendant control or indicator shall be labeled with an engraved,
weather resistant placard identifying the button or indicator function.
6. The Pendant Control shall also have an engraved placard identifying it as the 400Hz GPU and
Cable Hoist pendant control.
7. The following controls and indicators shall be located on the outside of the GPU unit:
a. Start / Stop / Reset push buttons for 400Hz output.
b. 400Hz operate light – green LED lamp with clear lens
400Hz GROUND POWER UNIT AND ACCESSORIES
BID SET
263543 - 16
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
c.
d.
e.
f.
May 29, 2015
28Vdc Bypass switch and flashing indicator light.
Red Fault Light
Error message displays
LCD contrast, if LCD screen is supplied
8. The following controls and indicators shall be located on the inside of the GPU unit:
a. Line drop compensation adjustment
b. Voltage adjustment ( ± 10%)
c. Hour meter (99,999 hours)
G. External Interface
1. Connections between the GPU and the Pendant Control and GPU interlock shall be heavy
duty Quick Disconnect type.
2. Quick Disconnect fittings must be MS standard receptacles and plugs and shall be UL or ETL
approved.
a. Quick Disconnect receptacles and plugs shall be labeled with a permanent type label to
indicate which receptacle goes with which plug.
3. Internally mounted terminal blocks shall be used for connecting the GPU output cable and
any control functions from the GPU output cable, pendant control or PBB interlock.
a. All connection points shall be clearly labeled as to the function that will connect to them
from the GPU output cable, pendant control and PBB interlock.
b. The terminal blocks for the GPU output cables shall be “stud” type.
4. Any “knockout” penetrations that are required in the case of the GPU for the input power
cable, output cable(s) or control cables shall be done in the factory, by the GPU
manufacturer.
5. The GPU shall be mounted under the PBB Cab Bubble or PBB C-Tunnel as close to the PBB
Cab Bubble as possible.
6. The GPU shall have yellow and black safety tape applied to the bottom circumference of the
GPU.
H. Physical Characteristics
1. Weight: The GPU shall weigh no more than 2,000 pounds
2. Cabinet Dimensions: The GPU shall be mountable either under the Cab of the PBB or on the
side of the PBB
3. Cabinet Material: The cabinet will be constructed from painted anodized aluminum.
4. Weather Rating: The GPU’s cabinet / enclosure shall be rated as NEMA 3R or IEC IP54.
5. Acoustical Noise: The GPU shall not emit more than 70 dBA at 1.5 meter height and 1.0
meter distant.
6. Temperature Rating: The GPU shall be capable of operating temperature of -40 to +50°C.
400Hz GROUND POWER UNIT AND ACCESSORIES
BID SET
263543 - 17
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
I.
May 29, 2015
OUTPUT CABLES
1. Contractor shall provide one (1) 400Hz output cable, with connectors, of sufficient length to
service the required Aircraft mix.
a. The Contractor shall be responsible to determine mounting location of the GPU on the
PBB and the length of the GPU Output Cables in order to service the required aircraft
mix.
2. GPU output cable shall be supported at the entrance to the GPU by wire type strain reliefs
3. 90KVa 400Hz output cable shall be solid.
4. The 400Hz cable head nose end shall be “detachable” for ease of maintenance and
replacement and shall be equipped with thermal overload protection.
5. The 400Hz cable head shall have replaceable buttons for 400Hz function of the GPU On / Off
and Cable Hoist Up / Down.
6. The 400Hz output cable wires shall be labeled on the unit connection end with the phase and
function of the wire.
7. Please see attachment to the bid documents for the J&B reference number for the output cable
currently purchased and stocked by the Owner. The Owner would prefer the Contractor
supply this output cable. If not supplied, Contractor shall submit an alternate for approval.
J. Other Design Requirements
1. The GPU shall be sectional in design.
a. Transformer section shall be isolated and separate from the front and back sections of the
unit.
b. There shall be a drain device for condensate in the front and back sections of the unit.
2. Vertical cooling towers or heat sink shall be utilized to cool sensitive internal electronic
components.
3. Cooling Fans shall cool the cooling tower or heat sinks.
a. Any fans that circulate air into the interior of the GPU must utilize input air that is
filtered.
b. The filters shall be easily accessible and removable for cleaning. The filters shall be a
washable mesh type.
4. Interior of the unit shall be sealed so that contaminates brought into the unit by cooling fans
will not enter the control sections of the unit.
5. The GPU shall be designed so that the all maintenance, including removal and installation of
all components can be accomplished without removing the GPU from the Passenger
Boarding Bridge.
6. GPU shall be interlocked with the PBB to prevent horizontal movement of the PBB if the
GPU unit is powered on.
400Hz GROUND POWER UNIT AND ACCESSORIES
BID SET
263543 - 18
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
7. Control Boards.
a. All control boards must be mounted in a card rack OR a board specific location.
b. All connection to the boards shall be accomplished by plug in connectors
c. Each connector set must be labeled, along with all of its wire connections, to eliminate
misconnections.
8. Wiring and Terminal Blocks
a. Wires shall not be pulled tight in the GPU or subjected to chafing or damage by vibration
of the GPU or by the operation of the PBB.
b. Wires shall not droop or sag in their routing.
c. All wiring shall be brought to mounted terminal blocks.
(1) Terminal blocks shall NOT be allowed to hang free in air.
d. Wire splices of any type shall NOT be used.
e. Wiring shall be formed and restrained to give a neat appearance.
f. All wires, including spares, within junction boxes, control cabinets, disconnects, other
electrical enclosures shall be neatly secured and routed.
(1) Wire routing trays shall be used when space permits.
g. Grommets and suitable anti-chafe material shall be used where wires are required to pass
through structure or similar relief or opening which exposes the wire to possible chafing.
h. All wiring shall be identified using stamped labels or other Owner approved wire labels.
(1) Labels shall be visible and located within 1 in. of their termination point.
(2) Wires are to be numbered in a logical sequence
(3) All wire numbers are to be indicated on electrical schematics.
r. Spare wires shall be numbered and also labeled as “SPARE”.
s. Spare wires shall be indicated on the electrical schematics.
t. Wires must meet the bend radius requirements of NEC.
(1) Ninety degree bends shall not be allowed.
u. Ferrules or insulated ring terminals shall be used on any fine stranded wire, depending on
the terminal block connection.
(1) Fork or Spade terminals shall ONLY be allowed to make connections to purchased
components that have ring terminals and are assembled into the PCAir. No other use
of fork or spade terminals shall be allowed.
(2) Direct connection of fine stranded wire to a terminal block shall NOT be allowed.
v. Terminal blocks shall be either:
(1) Finger proof or tamper proof design
(2) Stud or open style design with a protective cover supplied by the terminal block
manufacturer.
(3) Other terminal block designs shall not be accepted.
w. Terminal blocks must meet the applicable requirements of SAE J561, J858 and J928.
x. Wire ties SHALL NOT be used to secure and support any wiring.
y. NEC / UL approved clamps and methods must be used to secure and support wiring.
(1) Clamps used shall be specifically designed for the wiring being clamped (e.g. clamps
for flat pack cable are not the same as clamps for SO cable).
z. Wire ties shall only be used to keep wires together for appearance and routing to various
components.
9. The front and rear door of GPU shall be hinged to allow for maintenance and equipped with a
door interlock switch that trips the unit’s main shunt trip breaker when opened.
a. The door interlock must be able to be by-passed for maintenance access to the unit.
400Hz GROUND POWER UNIT AND ACCESSORIES
BID SET
263543 - 19
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
10. The front and rear door of GPU shall be lockable to prevent unauthorized access into the unit.
There shall be two lockable latches on each door, on either side of the door.
11. The GPU shall be able to provide the required signal to the PBB and provide a suitable
connection for the interlock wiring.
12. Attached to the interior of the GPU’s front door shall be a:
a. laminated drawing which provides an elevation view of the front internal compartment of
the GPU and identifies each component’s location, as well as the component description
and manufacture’s part number.
b. wiring schematic showing the all wires by wire number and termination point for
connections visible from the front of the unit.
13. Attached to the interior of the GPU’s rear door shall be a:
a. laminated drawing which provides an elevation view of the rear internal compartment of
the GPU and identifies each component’s location, as well as the component description
and manufacture’s part number.
b. wiring schematic showing the all wires by wire number and termination point for
connections visible from the rear of the unit.
14. Drawings and schematics for #12 and #13 above shall be laminated or be printed on weather
proof material.
15. If the GPU’s front and / or rear doors are equipped with electrical controls or components, the
doors shall be equipped with grounding straps.
a. Grounding straps used on the GPU shall be braided.
b. Wire type straps shall not be allowed.
16. An unused holes or penetrations in the exterior of the GPU shall be plugged. If the holes are
threaded, SST bolts shall be used to plug the hole.
17. The GPU shall have an exterior paint system that provides superior corrosion protection.
a. Exterior casing surfaces, doors, and panels shall be primed and have a baked
polyurethane enamel or powder finish coat.
b. Color shall match the color selected by the Owner for the PBB and PCAir.
18. Mounting brackets used to attach the GPU to the PBB shall be painted per the exterior paint
process specified in SECTION 347713 – PASSENGER BOARDING BRIDGES. The color
shall match the PBB color.
K. Certifications
1. The GPU shall be certified by a NRTL for compliance to UL-1012 and CSA-C22.2 No.
107.1-01. Evidence of such certification must be supplied with the Contractor’s Proposal.
2. The GPU shall also have an NRTL certification name plate affixed to the GPU.
2.5 CABLE HOISTS
A. Mechanical Design
400Hz GROUND POWER UNIT AND ACCESSORIES
BID SET
263543 - 20
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
1. Contractor shall supply one (1) PBB C Tunnel mounted cable hoist for the 400 Hz output
cable.
2. Cable hoist shall be interlocked with the PBB to prevent horizontal movement of the PBB if
the Cables Hoist is lowered.
3. The cable hoist shall be mounted on the left side of the PBB. .
4. Three (3) “banana” clips shall be supplied with each cable hoist to stow the GPU output
cable.
5. Cable hoist and mounting brackets shall be painted with the same exterior paint process and
color as the PBB.
6. Cable hoist shall have an aluminum perforated bottom cover that prevents birds from gaining
access to the interior of the hoist box.
a. Perforated metal shall be 10 ga. with holes less than 0.50 in.
b. Long sides of cover shall be bent up 90° so cover can be retained inside the hoist box by
perimeter screws.
7. Cable hoist shall be equipped with anti-rewind switch
B. Electrical Design
1. All control voltages in the cable hoist shall be low voltage - 28 volts maximum.
2. Wiring and Terminal Blocks
a. Wires shall not be pulled tight in the Cable Hoist or subjected to chafing or damage by
vibration of the Cable Hoist or by the operation of the PBB.
b. Wires shall not droop or sag in their routing.
c. All wiring shall be brought to mounted terminal blocks.
(1) Terminal blocks shall NOT be allowed to hang free in air.
d. Wire splices of any type shall NOT be used.
e. Wiring shall be formed and restrained to give a neat appearance.
f. All wires, including spares, within junction boxes, control cabinets, disconnects, other
electrical enclosures shall be neatly secured and routed.
(1) Wire routing trays shall be used when space permits.
g. Grommets and suitable anti-chafe material shall be used where wires are required to pass
through structure or similar relief or opening which exposes the wire to possible chafing.
h. All wiring shall be identified using stamped labels or other Owner approved wire labels.
(1) Labels shall be visible and located within 1 in. of their termination point.
(2) Wires are to be numbered in a logical sequence
(3) All wire numbers are to be indicated on electrical schematics.
i. Spare wires shall be numbered and also labeled as “SPARE”.
j. Spare wires shall be indicated on the electrical schematics.
k. Wires must meet the bend radius requirements of NEC.
(1) Ninety degree bends shall not be allowed.
l. Ferrules or insulated ring terminals shall be used on any fine stranded wire, depending on
the terminal block connection.
(1) Fork or Spade terminals shall ONLY be allowed to make connections to purchased
400Hz GROUND POWER UNIT AND ACCESSORIES
BID SET
263543 - 21
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
m.
n.
o.
p.
q.
May 29, 2015
components that have ring terminals and are assembled into the PCAir. No other use
of fork or spade terminals shall be allowed.
(2) Direct connection of fine stranded wire to a terminal block shall NOT be allowed.
Terminal blocks shall be either:
(1) Finger proof or tamper proof design
(2) Stud or open style design with a protective cover supplied by the terminal block
manufacturer.
(3) Other terminal block designs shall not be accepted.
Terminal blocks must meet the applicable requirements of SAE J561, J858 and J928.
Wire ties SHALL NOT be used to secure and support any wiring.
NEC / UL approved clamps and methods must be used to secure and support wiring.
(1) Clamps used shall be specifically designed for the wiring being clamped (e.g. clamps
for flat pack cable are not the same as clamps for SO cable).
Wire ties shall only be used to keep wires together for appearance and routing to various
components.
3. Quick Disconnect fittings must be MS standard receptacles and plugs and shall be UL or ETL
approved.
a. Quick Disconnect receptacles and plugs shall be labeled with a permanent type label to
indicate which receptacle goes with which plug.
4. The Cable Hoist shall be UL listed or otherwise certified by the 3rd party Nationally
Recognized Testing Laboratory (NRTL), such as ETL, for compliance to the applicable UL
codes.
a. A name plate with the UL listing or other listing shall be affixed to the unit.
SPECIFICATION SECTION CONTINUED ON NEXT PAGE
400Hz GROUND POWER UNIT AND ACCESSORIES
BID SET
263543 - 22
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
PART 3 - EXECUTION
3.1 INSTALLATION
A. GPU shall be mounted underneath the PBB Cab Bubble.
1. Connections from the GPU to the GPU pendant control and PBB interlock circuits shall be
run through rigid conduit to the entry points of the PBB console or PBB cable scissor at the
wheel bogie.
B. The Contractor shall supply the necessary drawings, instructions, manuals and all materials,
accessories, components, etc., required to fully assemble, commission and test the GPU’s and
accessories.
C. All such materials shall be packaged as an Installation “Kit” with clearly labeled and indexed
containers and materials within containers.
1. These Installation Kits shall be packaged and protected so that they may be stored in an
exterior uncovered environment for several months.
D. The GPU manufacturer shall provide qualified manufacturer's technical representative / service
personnel during the GPU installation, testing and commissioning process AT EACH GATE to
assure a proper installation, and to provide adequate and reliable field service support to correct
any and all equipment failures that may occur during the commissioning and testing and during
the initial operating period.
1. This representation shall be available at CLT for the first five (5) calendar days after the last
GPU is installed and accepted as substantially compete by the Owner.
2. The manufacturer's field service representative shall monitor and ensure that the approved
PBB Installation Subcontractor follows:
a. The manufacturer's field installation manual.
b. Compliance with all safety requirements.
c. Accurate and complete reports and records maintenance
d. Applicable requirements of the Project Specifications and Drawings
E. Refer to SECTION 347713 – PASSENGER BOARDING BRIDGES for additional installation
information, requirements and specifications
3.2 TRAINING
A. Contractor shall provide the Manufacturer’s standard Operations and Maintenance classes for the
GPU’s supplied on this Project.
1. Training shall utilize prepared texts, power point presentations and other instructional aids as
appropriate. Contractor shall supply whatever equipment is required to present training
materials.
2. The Contractor shall conduct multiple Operations Training Classes during each group to
400Hz GROUND POWER UNIT AND ACCESSORIES
BID SET
263543 - 23
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
facilitate the scheduling of Owner and Tenant Airline personnel.
a. Operations training classes shall be a minimum of 4 hours and shall consist of both class
room and hands on training.
b. Operator training shall include, at a minimum, the proper demonstration as well as actual
use of correct GPU operations to avoid damaging the equipment or aircraft or personal
injury, by improper use of the GPU and its controls.
c. The Contractor shall provide two (2) classes, one (1) on first shift and one (1) on second
shift.
d. The anticipated class size shall be 10.
4. The Contractor shall conduct multiple Maintenance Training Classes during each group to
facilitate the scheduling of Owner and Owner maintenance contractor personnel.
a. Maintenance training classes shall be a minimum of 8 hours and shall consist of both
class room and hands on training.
b. Maintenance training shall include, at a minimum:
(1) proper demonstration of cut-away models of critical parts, full instruction of proper
maintenance and trouble shooting, and instructions on proper use of manuals.
(2) Instruction in proper use, operation, and daily maintenance of the GPU.
(3) Emergency provisions, including emergency access and procedures to be followed at
time of failure in operation and other building emergencies.
(4) Normal procedures to be followed in checking for sources of operational failures or
malfunctions.
(5) Use of the hardware / software tools required to upload and download control
programs, trouble shoot the GPU control software, perform equipment diagnostics
and review data flow.
(6) Requirements for a complete GPU PM Maintenance program, including monthly,
quarterly, semiannual and annual checks.
(7) Warranty, technical support and parts ordering procedures.
c. The Contractor shall provide two (2) classes, one (1) on first shift and one (1) on second
shift.
d. The anticipated class size shall be 5.
5. The Contractor shall video tape one complete Operations training session and one complete
Maintenance training session and provide these recordings to the Owner.
6. Training dates and times shall be coordinated with the Owner PM.
7. The Owner and tenant Airline shall assign their respective employees to be trained.
8. Contractor shall submit a Training Syllabus for all training classes to be conducted at CLT
within sixty (60) days of the Notice to Proceed.
a. Format and content of Contractor’s proposed Training classes shall be subject to approval
of the Owner.
9. The Contractor’s GPU operator and maintenance training classes shall be conducted
concurrent with the PBB and PCAir training classes.
10. The Contractor’s GPU training program must meet the requirements of this Specification.
400Hz GROUND POWER UNIT AND ACCESSORIES
BID SET
263543 - 24
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
May 29, 2015
PART 4 - CONTRACTOR FACTORY AND FIELD QUALITY CONTROL REQUIREMENTS
4.1 QUALITY ASSURANCE
A. For additional Quality Control requirements refer to Bid Documents.
B. The following describes the minimum inspection and testing required in the Contractor's quality
Control Program for the work of this section.
1. THE IMPLEMENTATION OF A CONTRACTOR QUALITY CONTROL
PROGRAM DOES NOT RELIEVE THE CONTRACTOR FROM THE
RESONSIBILITY TO PROVIDE WORK IN ACCORDANCE WITH THE
CONTRACT DOCUMENTS, APPLICABLE CODES, REGULATIONS, AND
GOVERNING AUTHORITIES.
2. The Contractor Quality Control Program shall include, but not be limited to, the elements
included herein.
a. These elements are provided only as a minimum starting point for the Contractor to use
to generate the complete Contractor's Quality Control Program.
4.2 FACTORY TESTING
A. Factory testing shall meet the following requirements.
1. The Contractor shall develop a comprehensive Factory Test Plan, identifying the specifics of
the tests to be carried out, and the acceptance criteria of such test, to ensure the GPU’s
comply with the requirements of the Specification and Contract Documents.
2. The Factory Test Plan shall be submitted to the Owner PM 60 days prior to the factory tests
being conducted.
3. Routine Factory Tests: Test every GPU to assure compliance with the specifications as
follows:
a. Load Bank Test: Test for one hour at 50% kW and one hour at approximately 100% kW
capacity. Monitor voltage, frequency, and current at 15-minute intervals during testing.
b. Efficiency Test: Test efficiency for 25, 50, 75, 90 and 100% loading.
c. Burn-in test: Before delivery, operate each GPU for a minimum of 16 hours.
4. Special Factory Test: Test one 90kVA GPU to assure compliance with the specifications as
follows:
a. Harmonic Distortion: Provide test results of input harmonic currents and voltages.
(1) The test data shall include total harmonic distortion and amplitudes of individual
harmonics in graphic representation for no load, 25, 50, 75, and 100% load factors.
b. No Load Losses: Operate at no load and nominal input voltage.
(1) Measure and record input voltage, output voltage, and output frequency.
c. Voltage balance (output).
d. Voltage balance (input).
e. Transient voltage dip and response at 0.8 pf (output).
f. Frequency regulation (output).
g. Overload.
h. Each safety operating device.
400Hz GROUND POWER UNIT AND ACCESSORIES
BID SET
263543 - 25
CHARLOTTE-DOUGLAS INTERNATIONAL AIRPORT
A CONCOURSE PASSENGER BOARDING BRIDGE REPLACEMENT
i.
j.
May 29, 2015
Line drop compensation circuit.
Input current harmonics.
5. Each GPU supplied for the Project shall be tested per paragraphs 3 and 4 above.
6. The results of the Factory Testing shall be supplied to the Owner PM prior to shipment.
a. The Owner will NOT approve shipment of the GPU’s without the Owner PM’s review
and approval of the Factory Test Results.
4.3 PRE-SHIPMENT INSPECTION BY THE OWNER
A. See SECTION 347713 – PASSENGER BOARDING BRIDGES for factory inspection
requirements.
1. Three (3) weeks prior to shipment of any GPU units, notify the Owner PM of the
specific date the factory testing will be conducted
4.4 FIELD QUALITY CONTROL
A. Refer to SECTION 347713 – PASSENGER BOARDING BRIDGES for the requirements for
GPU start up and testing.
END OF SECTION 263543
400Hz GROUND POWER UNIT AND ACCESSORIES
BID SET
263543 - 26
Attachment B
Three (3) Passenger Boarding Bridges
Equipment / Service
PBB Engineering and Design
Project Management / Administrative / Training / Other Services
Qty 3 – A3-60/119 PBB
PBB Freight
Equipment Installation – PBB
Insurance, bonds, fees
Sales Tax
Supply of PBB Spare Parts (Allowance)
Total Price (numeric value)
Total PBB Price (written out)
Three (3) 400Hz 90Kva Ground Power Units
Equipment / Service
GPU Engineering and Design
Project Management / Administrative / Training / Other Services
Qty 3 – New GPU and specified accessories.
GPU Freight
Equipment Installation – GPU
Insurance, bonds, fees
Sales Tax
Supply of GPU Spare Parts (Allowance)
Total Price (numeric value)
Total GPU Price (written out)
Three (3) Pre-Conditioned Air Units
Equipment / Service
PCAir Engineering and Design
Project Management / Administrative / Training / Other Services
Qty 3 – New PCAir and specified accessories.
PCAir Freight
Equipment Installation – PCAir
Insurance, bonds, fees
Sales Tax
Supply of PCAir Spare Parts (Allowance)
Total Price (numeric value)
Total PCAir Price (written out)
Salvage, Removal and Disposal of existing equipment
Total Bid Price (numeric value)
Total Bid Price (written out)
Price
$
25,000.00
Price
$
15,000.00
Price
$
15,000.00
ATTACHMENT B-1 – STATE/COUNTY SALES/USE TAX STATEMENT
PROJECT:
CONTRACTOR/
SUBCONTRACTOR:
PERIOD COVERED:
Invoice
No.
Invoice
Date
PAGE:
Vendor’s Name
Subtotal (Page 1)
VMS #
Amount
Before
Taxes
NC
Tax
of
Total
Invoice
Amount
County
Tax
$
$
$
$
$
$
$
$
Plus total cost of material withdrawn from our
warehouse stock
Grand Total
I certify that the above listed vendors were paid sales tax upon purchases of building material during
the period covered by the construction estimate, and the property upon which such taxes were paid
with or will be used in the performance of this contract. No tax on purchases of tangible personal
property purchased by such contractors for use in performing the contract which does not annex to,
affix to, or in some manner become a part of the project, building, structure or repairs included in the
above list.
Signed: __________________________________________Date: __________________________
Rev. 11.11.13
Page 1 of 1
County
Paid
ATTACHMENT C
EXISTING EQUIPMENT
EXISTING EQUIPMENT
PCAir Hose – J & B Aviation/Hobart
Milo (composite) - #JB729
14”x 8” Tapered Cone – #JZ1410-01
25’ x 14” Flat ribbed hose - #JZ1410-25
10’ x 14” Flat ribbed hose - #JZ1410-10
20’ Hard spiral hose - #JZ1442-20
GPU Cable – J & B Aviation/Hobart
60’ Single sheath cable w/ controls in the head – ON/OFF – UP/DOWN,
scuff guard w/ yellow replaceable nose section - #JB9516-60SG
Carpet specs.
Tandus Flooring US, LLC – Dalton, GA
Item Number – 0257886731M
02578 – Abrasive Action
86731 – Custom Color
6’ Wide rolls
Gate Sign Specs.
Material 1/4" Clear Polycarbonate
Character Font to be Swis 721 Heavy Bt.
Condense Characters to fit Character Envelope.
Lens Sign Gate 2 foot high
Black (Sherwin Williams F63B51) Background
White (Sherwin Williams G64WY8) Characters
Charlotte Douglas International Airport - ITB Number: 2015-05-001
Download