View
1
Download
0
Category
Preview:
Citation preview
ADDENDUM NO. 2 to
BIDDING/CONTRACT DOCUMENTS for
T-HANGAR REPLACEMENT at
SARASOTA BRADENTON INTERNATIONAL AIRPORT
BID 03-2017-THR TO: All Prospective Bidders DATE: September 1, 2017 DELIVERY: Posted on Demand Star This Addendum forms a part of the Contract Documents and modifies the original Bidding Documents as noted below. Acknowledge receipt of this Addendum in the space provided on Page A-2 of the Bid Forms. Failure to do so may subject a Bidder to disqualification. This Addendum consists of 9 pages plus attachments. I. PROJECT MANUAL
1. Notice to Bidders: i) The date bids are due is changed to 11:00 AM on Monday September 11, 2017.
ii) The period during which no bid may be withdrawn is changed from 120 to 90 days from the closing time for the receipt of sealed bids.
2. Bid Price Form
Replace the Bid Price Form with the attached revised version. A pay item has been added to Additive Bid No. 1 for the FPL Primary Power to buildings J-7 and J-8.
II. CONSTRUCTION PLANS
1. Cover Sheet: Replace the cover sheet with the attached revised version. The electrical drawing index has
been revised. 2. Sheet C8.1 – T-Hangar Floor Plans: Replace this drawing with the attached revised version. The fire wall
configuration and requirements have been revised.
3. Electrical Sheets: Replace Sheets E001, E003, E004, E005, ED101, E200, and E206 with the attached revised versions, delete Sheet E006, and add attached new Sheet E207. These revisions address bidder questions and power distribution systems to each of the buildings as coordinated with Florida Power and Light (FPL), including the necessary FPL items that will be constructed or otherwise coordinated by the Contractor.
III. QUESTIONS/RFI’S
1. Verify that the percentage of work to be performed by the contractor with its own organization is 15% as
stated on Page IB-1, Paragraph 3.2.1 since GP-80, Paragraph 80-01 specifies 40% and Page A-23 specifies 25%.
SRQ Addendum No. 2 T-Hangar Replacement Page 2 of 9
RESPONSE: The 15% stated on IB-1 is correct.
2. Confirm that liquidated damages will be assessed at $2,811.00 per calendar day as outlined by the FDOT Standard Specification for Road and Bridge Design, Section 8-10-2 as specified on Page IB-4, Paragraph 8.1, Section 01010, Paragraph 1.6(A)&(C), Page C-2, Paragraph 3.2 and Item 11(2) of the Pre-Bid Conference Agenda. RESPONSE: Liquidated damages shall be as prescribed in Addendum No. 1.
3. Confirm that in addition to liquidated damages the contractor will also pay the actual cost for any inspector, inspections, engineer services and the project representative’s time for work not completed within the specified contract time as outlined per Section 01010, Paragraph 1.6(C) and Page C-2, Paragraph 3.3. Provide the hourly or daily rates for the engineer and project representative’s additional time and any other reimbursable cost. RESPONSE: Liquidated damages include the costs of inspection and engineering costs. The contractor will not be required pay any additional cost for any inspector or project representative.
4. Since the contractor has no control over the building department’s permit process, will a separate Notice to Proceed “with Construction” be executed once a permit is issued for the start date so the time/duration of the project is as shown in Section 01010? RESPONSE: No, a separate Notice to proceed will not be issued once a building permit issued. It is anticipated a Notice to Proceed will be issued no later than 30 days after the date the contract is fully executed by SMAA. The contract time includes shop drawing preparation and permitting.
5. Verify that the Davis Bacon Act, along with Certified Payrolls is not applicable to this project. RESPONSE: Correct.
6. Clarify the number of days in which the contractor shall sign and return the contract, certificates of insurance
and the executed bond, since Page IB-3, Paragraph 6.3 and IB-7, Paragraph 18.1 specifies 15 days, whereas Pages A-2 and A-5 indicates 7 days. RESPONSE: The 15 days specified on pages IB-3 and IB-7 shall be changed to 7 days.
7. Clarify the forms to be submitted with the bid, since Pages A-9 and A-17 appear to be DBE forms to be used after construction starts. RESPONSE: It is correct that the forms on pages A-9 and A-17 are to be used after construction starts and do not need to be submitted with the bid.
8. Verify that the quantities shown on the Bid Price Forms, Pages A-4.1, A-4.2 and A-4.3 are accurate and are to be used in developing the unit price bid. Please note that on Page IB-8, Paragraph 19.2 and Item 12 of the Pre-Bid Conference Agenda. It is implied that these estimated quantities may not be accurate and no additional payment will be made regardless of the actual quantities required. RESPONSE:Payment will be made for actual quantities of work performed at the unit price in the bid. Paragraph 19.2 on page IB-8 and item 12 in the Pre-Bid Conference Agenda.
9. Confirm how the DBE participation will be calculated, since Page IB-6, Paragraph 16.3 states that the percentage will be based on the base bid, plus all additive bid items, although all alternates may not be accepted. In addition, verify that the DBE Intent to Perform form on Page A-11 should reflect the bid price, including all additive alternates even though they may not be accepted. RESPONSE: Form A-10 Value of DBE Subcontract; DBE subcontractor’s value of work should equal 10% or more of the base bid, plus all the additive bids. This is how the bid will be evaluated. If one or more of the additive bids are not selected the prime contractor may reduce his DBE % to correlate to 10% of the actual contracted dollar amount.
SRQ Addendum No. 2 T-Hangar Replacement Page 3 of 9
10. Verify that Standard FAA General Provisions Sections 110 and 120 as shown on Page GP-10-5, Paragraph
10.55 are not applicable, since they are not included in the Specifications or shown in the Table of Contents. RESPONSE: General Provisions Section GP-110 and GP-120 will not be included in this contract.
11. Provide specific insurance requirements including but not limited to general liability, auto liability, umbrella/excess coverage, “builder’s risk” type coverage, etc., since Page GP-70-4, Paragraph 70-11 does not provide adequate information. RESPONSE: Paragraph 70-11 on Page GP-70-4 has been replaced per Addendum No. 1, which contains specific insurance requirements.
12. Provide a separate line item description and quantity for de-mucking and de-watering for T-Hangar Building J-7 as noted in the Geo-technical Report, Boring B-8, since this specialized work is not included on the Bid Price Form, Page A-4.2 for Additive Bid #2. RESPONSE: A pay item for unsuitable excavation for removal and replacement of unsuitable subgrade material has been added to the bid per addendum no. 1. Dewatering shall be considered incidental to this work.
13. Confirm that the contractor is to include the cost for all material testing by an independent testing lab, although it is implied that the owner will also perform material testing, since this seems to be a duplication of effort and cost. RESPONSE: As specified in Section 01400, the Contractor is responsible for all testing requirements as part of his Quality Control Program and for any testing required by regulatory agencies. Cost for these services shall be included in the contract sum. The Owner will engage and pay for the services of an independent firm to perform Quality Assurance testing as verification of the Contractor’s Quality Control. If the results of the Owner’s Quality Assurances tests fail to comply with contract requirements, the Contractor will be responsible for the cost of re-tests until acceptable test results are achieved.
14. Confirm that a separate quality control organization and a full time on-site qualified program administrator, as well as a sufficient number of quality control technicians is required as outlined by Section GP-100, since this is unusual and will be very costly for this type of project. Is it acceptable that the contractor’s full time on-site superintendent assume the role of the quality control employee, although they may not have the qualifications as outlined in Paragraph 100-03(a)? RESPONSE: The quality control employee must have the qualifications outlined in paragraph 100-03(a), but this person will not need to onsite full-time or be an employee of the contractor.
15. Confirm that construction photography as outlined by Section 01015 is required, since this is unusual and will be very costly for this type of project. Is it acceptable that the contractor’s full time on-site superintendent assume the role of the competent photographer, although he is not a professional? Also, provide clarification as to the video tape recordings, negatives, number and size for prints of each photograph, etc. RESPONSE: Photography and video is required per Section 01015. Contractor may perform work with their employees provided they are competent in photography/video and can clearly dictate their observation points. Ðroject Photographs may be submitted as described in 01015, or contractor may provide them digitally on cd, thumbdrive, or other electronic means of delivery. If submitted digitally, photographs must clearly described location of each photograph.
16. Confirm that a separate full time on-site safety officer is required, as outlined by Section 01030, Paragraph 1.3(A)1 and Item 18(a) of the Pre-Bid Conference Agenda, since this is unusual and will be very costly for this type of project. Is it acceptable that the contractor’s full time on-site superintendent assume the role of the safety officer?
SRQ Addendum No. 2 T-Hangar Replacement Page 4 of 9
RESPONSE: The safety officer is required and the contractor’s full time on-site superintendent may assume this role.
17. Confirm that the contractor’s bid is to remain open for 120 days or 4 months from the bid date, since this is an unusually long period of time that may affect the availability of certain DBE and non-DBE subcontractors that would have remain on stand by awaiting an award. Also, the owner should establish an allowance or contingency for material cost escalation so the contractor is not forced to predict this cost to include in the bid. RESPONSE: The period the contractors bid is to remain open is reduced to 90 days. No contingency will be provide for escalation.
18. Confirm that the contractor is to place a 4” thick stone base over the entire staging area and access roads as specified in Section 01510, Paragraph 3.4(E). Confirm that a stone base is to be placed for the contractor’s haul route as shown on Sheets G2.1 and G3.1. RESPONSE: This requirement is waived.
19. Verify that the contractor is required to co-sign the manufacturer’s notarized certificates for the products outlined per Section 01300, Paragraph 1.3(I), since this is unusual and the contractor does not have the technical ability to certify the manufacturing process. RESPONSE: The contractor must sign off on shop drawings and manufacturer/supplier product data certifying the contractor’s review of submittal for compliance with contract Documents. Notarization is not required.
20. Provide as-built locations for all underground utilities including but not limited to electrical power, lighting, NAVAID(s), communication cables, etc., since Page GP-70-6, Paragraph 70-15 specifies that the approximate locations have been indicated on the Plans yet none are shown. This information is critically important, since the Contract Form Page C-4, Paragraph 6.3 shifts the responsibility and risk to the contractor for the accurate location of underground facilities. RESPONSE: The limits of known underground utilities within the limits of construction are shown. The attached record drawings E-1 and L-2 from the previous T-Hangar project are provided as supplementary information. The accuracy of these drawings cannot be guaranteed.
21. Specify the metal panel profile that is to be used for the T-Hangar exterior walls, interior partitions, hangar doors and roofs, since the Plans do not show this information and Section 13120, Paragraph 5.1 include three different standard panel profiles. RESPONSE: The building manufacturer may use their standard metal panel profile as an option to those listed in the specification.
22. Provide a list of approved manufacturers for the pre-engineered T-Hangars and hydraulic hangar doors. RESPONSE: There is not a list of pre-approved manufacturers.
23. Provide a design detail and UL specification for the interior 1 hour fire rated walls shown on Sheet C8.1. RESPONSE: The contractor and pre-engineered building manufacturer are responsible for the design of the design of the fire walls.
24. Confirm that a concrete curb at the interior partitions is not required. RESPONSE: Concrete curbs are not required. A metal runner, as detailed in the plans is required at interior partitions to prevent flow of liquids between hangar units.
SRQ Addendum No. 2 T-Hangar Replacement Page 5 of 9
25. Provide a paint specification for the exterior man doors. RESPONSE: Exterior finish for the man-doors shall be per the hangar door manufacturer’s standards and must come with a 20 year warranty.
26. Confirm that all exposed pre-engineered building components are to be factory primed only with no field painted finish. If painting is required provide specifications. RESPONSE: All exposed building components are to be factory primed with no field painted finish, except for any touch up that may be required. Finish is as specified in section 5.7 of specification section 13120. Exterior metal finish is to have a 20 year warranty.
27. Confirm that roof and wall insulation is not required. RESPONSE: Confirmed
28. Confirm that fire sprinklers and fire alarm system(s) are not required. RESPONSE: Confirmed
29. Provide a specification for the joint sealant, if required at the saw cut control joints in the slab on grade as shown on Sheet C9.1. RESPONSE: Joint sealant is not required for the sawcut control joints.
30. Confirm and/or clarify General Note 8 on Sheet E003 which requires “component burden, protective coordination and arc flash study for each electrical system”. What is actually applicable and required for this project? RESPONSE: All items are applicable and are required by code (NPFA 70E).
31. Confirm Paragraph 3 under Warranty on Sheet E003 which requires the contractor to provide “24 hour technical assistance” and “standard business hours only is unacceptable”. Is this actually required for this project? RESPONSE: The 24-hour requirement does not apply to this project. Technical Assistance shall still be provided by the Contractor during standard business hours at a minimum.
32. Clarify the scope of work related to the electrical service to be included in each of the separate additive bid items as shown on Sheet E200. What electrical service work should be included for T-Hangar J-7 (Additive Bid #2) and T-Hangar J-8 (Additive Bid #3), since either bid item can be selected or rejected? RESPONSE: If either Hangar J-7, Hangar J-8, or both are awarded, then a transformer is required to be installed in the location shown on Sheet E200. This includes all materials, equipment, labor, and all other incidentals related to the installation of a complete service and must meet all the requirements of the Sarasota International Airport and FPL. This work is to be paid for separate from the lump sum T-hangar building pay items in Section 13120. A pay item for this work has been added to the bid schedule in Additive Bid No. 1. Additive Bid No. 1 will be awarded if either Additive Bid No. 2 or Additive Bid No. 3 are awarded. All electrical service items to be installed from the transformer to hangar building J-7 or J-8 shall be considered incidental to the lump sum cost for each respective building as shown in Additive Bid 2 and Additive Bid 3 bid schedules. To clarify, the work to provide electrical service to buildings J-4 and J-5 shall be considered incidental to the Base Bid items and shall include all materials, equipment, labor, and all other incidentals related to the installation of a complete service and must meet all the requirements of the Sarasota International Airport and FPL.
33. Clarify and provide corrections as necessary to the Phasing Notes on Sheet G3.1, since a majority of the notes
that refer to phases that “cannot be performed concurrently” seem incorrect. RESPONSE: Corrections to phasing notes were made in Addendum No. 1.
SRQ Addendum No. 2 T-Hangar Replacement Page 6 of 9
34. Confirm that the existing tenants will not be allowed to use the taxi ways when the striping and marking is in process as shown on Sheet C7.1. RESPONSE: Tenants will not be allowed to use the taxilanes when marking is in process. Coordination with tenants along the east side of Taxilane J-4 and the west side of Taxilane J-6 will need to occur to prevent conflict.
35. Confirm that the owner will accept a standard computer generated bar-chart schedule utilizing Microsoft Project. It should be noted that Section 01300, Paragraph 1.2(A) and Page C-3, Paragraph 5.1.3 references CPM and updated activity reports. RESPONSE: Confirmed
36. Verify that the one year warranty begins at substantial completion as specified in the Warranty Form per Section 01700, Page 6, since GP-90, Paragraph 90-10(b) states that the one year warranty begins from the date of final acceptance. RESPONSE: The one year warranty period is from the date of substantial completion.
37. Provide copies of all environmental reports, studies and surveys, if available, identifying any hazardous or contaminated material. Confirm that it is not the contractor’s responsibility to identify, test or abate hazardous or contaminated material. RESPONSE: There are no known environmental reports or studies regarding hazardous or contaminated material for the project site.
38. Provide a description and construction details for the pavement sections associated with the taxiways “F” and “H”, as well as the roadway into the site, since the contractor’s haul route crosses these areas. Also provide any geo-technical data and underground facility locations, if available, along the path of the haul route, since the contractor is required to protect and restore any damages. RESPONSE: Pavement cores in Taxiway “F” west of Taxiway “H” show a minimum pavement thickness of 5” of asphalt over 8 inches of limerock base. Record drawings of Taxiway “H” show a pavement thickness of 4 inches of asphalt over 6” of limerock base. Record drawings of taxilanes around the T-hangar buildings show 2 inches of asphalt over 4 inches of limerock base. Record drawings of the service road south of Taxiway “F” and east of Taxiway “H” show 2 inches of asphalt over 8” inches of limerock. Pavement data on the service roads north of the existing T-Hangars off of Clyde Jones Road are not available. See the response to question #20 regarding underground utilities.
39. Verify that “liner” panels are not required, although they are mentioned in Section 13120, Paragraph 5.2.1. RESPONSE: Confirmed.
40. Confirm that it is acceptable for the contractor to utilize separate suppliers for the T-Hangar components and the bi-fold hangar doors, since Section 13120, Paragraph 1.3 implies that these materials shall be provided by one supplier, covered by one warranty. RESPONSE: Confirmed, the supplier of the bi-fold doors does not have to be the supplier of T-hangar building. The hydraulic doors can come from a different supplier than the bi-fold doors.
41. Clarify the dollar amount to be shown on Page A-9 under the column heading “Value of DBE subcontract”, since Page IB-6, Paragraph 16.3 states that the DBE participation will be calculated based on the base bid, plus all additive alternates. RESPONSE: See response to Question/RFI #9.
42. Provide guidance as to the sealants, since Section 07900, Part Two specifies “Joint Sealants for Paving”, although none is shown on the Plans. Should paving sealant be installed where the taxi drive abuts the hangar slab on grade? Should paving sealant be installed where the taxi drive abuts the existing asphalt taxi lane?
SRQ Addendum No. 2 T-Hangar Replacement Page 7 of 9
RESPONSE: The only location this specification applies to is the sealant between the floor slab and the metal runner at the base of partition walls as specified on Sheet 8.3.
43. Although the details do not show an expansion joint between the 18” apron and the hangar slab on grade, should a ½” expansion joint be installed? Also, should joint sealant be installed in this location? RESPONSE: An expansion joint or joint sealed is not required at this location.
44. Since either Alternate #2 or #3 can be accepted, confirm each must include the same cost for the earth work, maintenance and restoration related to the haul route and staging area. Also confirm that each much include providing temporary barricades, warning signage and temporary utilities since this work will be required for either alternate. RESPONSE: There is a separate lump sum pay item for earthwork and mobilization for each of the additive bids in the bid price form.
45. Confirm that the existing tenants in Hangars J-3 and J-6 will only infrequently interfere with the contractor’s work and will not disrupt concrete placement of the slab on grade or the asphalt paving of the taxi drives. As mentioned at the pre-bid conference, the contractor should not expect daily interference from the existing tenants. RESPONSE: We can confirm that it is expected that interference from tenants will be infrequent although there may be daily occurences. Coordination with tenants will be required as outlined on the phasing plan on drawing G3.1 and the contractor may occasionally need to move equipment and personnel to provide access to these tenants.
46. In reference to Addendum #1, Part III Questions / RFI’s, Items #6 and #7, responds to inquiries regarding the Quality Control Program. Specification Section GP-100, Paragraph 100-03-a indicates a Program Administrator shall be a full time on-site employee of the contractor or consultant engaged by the contractor. Additionally, the end of the same paragraph (100-03-a) states the Program Administrator may supervise the Quality Control Program on more than one project provided that the person can be at the job site within two hours of being notified of a problem. Please clarify if the Program Administrator is to be onsite during the paving activities or if the Program Administrator is to be onsite during all construction work activities or if it is acceptable if the Program Administrator can be “on-call” and can travel to the project site within two hours. RESPONSE: It is acceptable for the Program Administrator to be “on-call” and can travel to the project site within 2 hours.
47. In reference to Addendum #1, Part III Questions / RFI’s, Item #16 responds to the question regarding the experience of the T-Hangar installer. Due to the small amount of T-Hangars that have been constructed in the State of Florida over the recent years, we ask that the requirement for the installer having five (5) years of experience erecting T-Hangars be revised to five (5) years experience erecting pre-engineered metal buildings. RESPONSE: After further consideration, the experience requirement for the installer is revised to require that the installer have 5 years experience in the erection of pre-engineering metal buildings, not T-hangar buildings.
48. The bidders were advised during the pre-bid conference on August 14, 2017, the Authority Having
Jurisdiction for the project is Manatee County. It was also noted during the meeting permit procurement time could be (+/-) four months. As the project has not been submitted for permit due to shop drawings with engineering not complete for review by Manatee County, we are concerned about the schedule commencing from Notice to Proceed (Reference Bid Form) and not permit issuance. Please note, subsequent to award there is procurement time to contract with a Pre-Engineered Metal Building Manufacturer/Subcontractor, prepare shop drawings and engineering and submit to the Engineer of Record and Authority Having
SRQ Addendum No. 2 T-Hangar Replacement Page 8 of 9
Jurisdiction for review. Also, to be considered is fabrication time for the material (building, doors, structure) once approved. We ask to please review the project schedule and advise if time shall commence from permit issuance in lieu of the Notice to Proceed. RESPONSE: We are not sure who stated the permit procurement time is 4 months but we do not believe this is accurate. We met with the Manatee County building department last week to review the bid documents and they advised it would take approximately 2 weeks to review permit drawings. Contract time will commence from the date of notice to proceed.
49. In order to provide more accurate and effective anchor bolt templating and placement for the individual interior column footings are epoxy anchor bolts an option? RESPONSE: Epoxy or mechanical anchor bolts are allowable, provided they meet all applicable building codes, are approved by Manatee County and drawings and calculations signed and sealed by a professional engineer licensed in the state of Florida of the anchor bolt design are submitted with a certification from the manufacturer that the anchor bolt installation meets the design uplift requirements. A pull test of the anchor bolts by the contractor in accordance with ASTM E488 (Standard Test Methods for Strength of Anchors in Concrete Elements) shall also be required. The contractor must conduct field testing at locations selected by the Engineer but at no fewer than 1 out of every 10 bolts. The Engineer must be notified and given opportunity to witness the testing. The Engineer may conduct additional random field tests if desired. Field tested anchors must develop 90 percent of the yield strength of the bar with less than 1/16 inch of slip and meet the engineer’s and manufacturer’s uplift requirements. All testing must be conducted using an unconfined tension testing device that has been properly calibrated within the last year or as needed.
50. Footprint required:
• J7( 8 unit NT 58-48 w/R58-51) = 58’x 321’ -4” • J8 (13 unit NT 58-48 w/R58-51) = 58’ x 441’-4”
Do you have the space required? RESPONSE: Per discussions with this prospective bidder, they are claiming they need to make the end units on Building J-7 and J-8 rectangular and increase the building length as shown above to maintain the required door widths. This configuration change is not acceptable. Other manufacturers have indicated they can meet the floor plan configurations shown in the plans.
51. A number of the T-hanger metal building suppliers with be providing some structural steel elements that are
factory coated with a metal primer only. Will these areas require field painting after erection? If so, please provide paint specifications and scope of work narrative? RESPONSE: Structural steel elements that are not an exterior finish surface do not require painting.
52. Sheet C9.2Foundation footing design sizes. This sheet is identified as a schematic drawing intended for
bidding purposes only. Sheet C1.1 notes “Foundation design shall be provided by the contractor’s engineer”. (Final foundation design will be required after specific metal building supplier is approved). However, without providing dimensions of footings and specific steel reinforcement requirements, the Owner will not receive “apples-to-apples” cost comparisons from the different concrete/foundation contractors. Please provide interior footing, thickened perimeter edge dimensions and steel reinforcing quantities for all bidders to equally price (or provide a foundation allowance amount to be included in the bid form). RESPONSE: The bidders will not be provided with a foundation design or quantities.
53. From the Project Manual, “Designation of Work by Subcontractors” page A-23 (43 of 509), a minimum of
25% is described. On page A-24, 15% is the minimum. Please clarify which percentage is to be performed by the Prime Contractor?
SRQ Addendum No. 2 T-Hangar Replacement Page 9 of 9
RESPONSE: The Prime Contractor is to perform a minimum of 15% of the work with his own direct hire forces.
54. The documents do not indicate provisions for a fire protection system. Please confirm we are not to includecosts for a fire protection system.?RESPONSE: A fire protection system is not required.
55. In reference to RFI #1, the Title Sheet for the drawings indicate that electrical sheets are to be issued,however, no revised electrical sheets were provided with Addendum #1. Please advise if additional drawingsheets will be issued..?RESPONSE: The changes to the Index of Sheets on the cover sheet in Addendum No. 1 was only tocorrect the index to match the actual drawings in the planset. There were no additional electricaldrawings in addendum #1.
56. Page G1.1 – SHEET INDEX shows a page C8.4, Is this a typo or is this page missing?RESPONSE: There is not a sheet C8.4 listed in the sheet index.
57. Are the interior walls partition walls to be sheeted on both sides?RESPONSE: No.
58. Are the roofs or walls to be insulated?RESPONSE: No.
59. We respectfully ask for a bid date extension of one (1) week to properly review and distribute the informationprovided in Addendum #1 and review/distribute the information in the anticipated Addendum #2.RESPONSE: The bid opening has been extended to 11:00 AM on Monday September 11, 2017.
ATTACHMENTS TO ADDENDUM NO. 2:
1. Revised Bid Price Form Pages A-4.1 to A-4.3, including excel spreadsheet.2. Revised Construction Plan Cover Sheet and Sheets C8.1, E001, E003, E004, E005 ED101, E200, and
E2063. New Construction Plan Sheet E207.4. Record drawings E-1 and L-2 from the SRQ T-Hangar Development Project Dated December 1996.
END OF ADDENDUM NO. 2
Item No. Spec. No. Item Description Quantity Unit Unit Price Amount
1 GP-105 Mobilization 1 LS
2 01720 Project Record Documents 1 LS
3 S-141-1 Port-a-Port Hangar Demolition 27 EACH
4 S-141-2 Full Depth Pavement Removal 6,510 SY
5 S-141-3 Remove Existing 18" RCP 180 LF
6 S-141-5 Remove Existing Storm Drain Inlet 1 EACH
7 S-141-7 Remove Existing Storage/Electrical Room 1 LS
8 S-141-8 Remove Existing Electrical Transformer 1 LS
9 S-141-9 Remove Existing Electrical Panel/Meter Assembly 1 LS
10 S-142 Pavement Marking Removal 176 SF
11 P-152-1 Excavation, Subgrade and Embankment 1 LS
12 P-152-2 Unsuitable Excavation 300 CY
13 P-160 6" Subgrade Stabilization 3,100 SY
14 P-211/P-219
4" Limerock or Optional Recycled Concrete Aggregate Base Course 2,900 SY
15 FDOT-334 Type SP-12.5 Asphalt Surface Course 310 TON
16 P-602 Bituminuous Prime Coat 675 GAL
17 P-620-1 Non-Reflective Pavement Marking 1,830 SF
18 P-620-2 Reflective Pavement Marking 900 SF
19 D-701-1 18 inch Class III RCP 50 LF
20 D-701-2 24 inch Class III RCP 110 LF
21 D-701-3 12 inch Type S CPP Stormdrain 510 LF
22 D-701-4 15 inch Type S CPP Stormdrain 755 LF
23 D-751-1 Type C Inlet 2 EACH
24 D-751-2 Standard Manhole 2 EACH
25 D-751-3 Manhole on Existing 36" RCP 1 EACH
26 D-751-412 inch Inline Drain with 4 inch Concrete Apron, 8 inch x 12 inch CPP Adapter, 8 inch CPP Riser Pipe, 8 inch x 12 inch CPP Reducer, and 90o CPP Elbow
3 EACH
27 D-751-512 inch Inline Drain with 4” Concrete Apron, 8 inch x 12 inch CPP Adapter, 8 inch CPP Riser Pipe, and 8 inch x12 inch or 8 inch x 15 inch Tee
12 EACH
28 T-904 Sodding 5,700 SY
29 13120-1 14 Unit T-Hangar Building J-4 with 42'x12' bi-fold doors 1 LS
30 13120-2 14 Unit T-Hangar Building J-5 with 42'x12' bi-fold doors 1 LS
31 13120-5 Knox-Box Model 3262 Security Key Box, Installed on Hangar Wall. 2 EACH
T-Hangar Replacement
BID PRICE FORM
BASE BID (T-Hangar Buildings J-4 & J-5 and Sitework)
Bidder's Organization:_______________________________________________ Addendum No. 2 A-4. 1
Item No. Spec. No. Item Description Quantity Unit Unit Price Amount
T-Hangar Replacement
BID PRICE FORM
32 Bid Allowance For Permit Fees 1 LS $30,000.00 $30,000.00
1 01000 Mobilization 1 LS
2 01720 Project Record Documents 1 LS
3 W-1000-1 8" PVC Fire Line 1,570 LF
4 W-1000-2 8" HDPE Fire Line Installed by Directional Bore 225 LF
5 W-1000-3 Fire Hydrant with Gate Valve Assembly 3 EACH
6 W-1000-4 Fire Line Backflow Preventer Assembly 1 EACH
7FPL Primary Power, including materials, equipment, labor and all other incidentals necessary to install a new electrical service and tranformer pad to buildings J-7 and J-8.
1 LS
1 01000 Mobilization 1 LS
2 01720 Project Record Documents 1 LS
3 S-141-7 Remove Existing 10" Inline Inlet and 8 LF of 12" Perforated CPP 1 LS
4 P-152-1 Excavation and Embankment 1 LS
5 P-160 Subgrade Stabilization 845 SY
6 P-211/P-219
4" Limerock or Optional Recycled Concrete Aggregate Base Course 770 SY
7 FDOT-334 Type SP-12.5 Asphalt Surface Course 80 TON
8 P-602 Bituminuous Prime Coat 180 GAL
9 P-620-1 Non-Reflective Pavement Marking 420 SF
10 P-620-2 Reflective Pavement Marking 210 SF
11 D-751-612" Inline Drain with 8 inch CPP Riser Pipe, 8 inch x 12 inch CPP Reducer, 12" - 90o CPP Elbow, 8 feet of 12” Type SP CPP with new filter material and impermeable membrane
1 EA
12 D-751-7
Remove Existing 10” Inline Inlet and 10”x8” Adapter and replace with New 12" Inline Drain with 8 inch x 12 inch Adapter and 6” Concrete Collar on existing 8 inch CPP Riser Pipe
6 EA
13 T-904 Sodding 2,000 SY
14 13120 -310 Unit T-Hangar Building J-7 with 48'x14' Bi-Fold Doors and Modified End Units with 51'x16' Single Panel Hydraulic Doors
1 LS
15 13120-5 Knox-Box Model 3262 Security Key Box, Installed on Hangar Wall. 1 EACH
16 Bid Allowance For Permit Fees 1 LS $15,000.00 $15,000.00
ADDITIVE BID No. 2 (T-Hangar Building J-7 and Sitework)
ADDITIVE BID No. 1 (8 Inch Fire Line and Fire Hydrants and Electrical Transformer for Bldgs J-7 & J-8)
Additive Bid No. 1 Total =
Base Bid Total=
Additive Bid No. 2 Total =
Bidder's Organization:_______________________________________________ Addendum No. 2 A-4. 2
Item No. Spec. No. Item Description Quantity Unit Unit Price Amount
T-Hangar Replacement
BID PRICE FORM
1 01000 Mobilization 1 LS
2 01720 Project Record Documents 1 LS
3 S-141-4 Remove Existing 12" CPP 25 LF
4 S-141-6 Remove Existing 10" Inline Inlet and 8 LF of 12" Perforated CPP 1 LS
5 P-152-1 Excavation and Embankment 1 LS
6 P-160 Subgrade Stabilization 1,280 SY
7 P-211/P-219
4" Limerock or Optional Recycled Concrete Aggregate Base Course 1,170 SY
8 FDOT-334 Type SP-12.5 Asphalt Surface Course 122 TON
9 P-602 Bituminuous Prime Coat 265 GAL
10 P-620-1 Non-Reflective Pavement Marking 630 SF
11 P-620-2 Reflective Pavement Marking 310 SF
12 D-751-7
Remove Existing 10” Inline Inlet and 10”x8” Adapter and replace with New 12" Inline Drain with 8 inch x 12 inch Adapter and 6” Concrete Collar on existing 8 inch CPP Riser Pipe.
17 EA
13 T-904 Sodding 2,450 SY
14 13120 -415 Unit T-Hangar Building J-8 with 48'x14' Bi-Fold Doors and Modified End Units with 51'x16' Clear Opening Single Panel Hydraulic Doors
1 LS
15 13120-5 Knox-Box Model 3262 Security Key Box, Installed on Exterior side of Hangar Wall. 1 EACH
16 Bid Allowance For Permit Fees 1 LS $15,000.00 $15,000.00
BID SCENARIO TOTALS:
Base Bid plus Additive Bid No. 1 plus Additive Bid No. 2 Total =
Base Bid plus Additive Bid No. 1 plus Additive Bid No. 3 Total =
Base Bid plus Additive Bid Nos. 1, 2 and 3 Total =
Base Bid plus Additive Bid No. 1 Total =
Base Bid Total =
Additive Bid No. 3 Total =
ADDITIVE BID No. 3 (T-Hangar Building J-8 and Sitework)
Bidder's Organization:_______________________________________________ Addendum No. 2 A-4. 3
FDOT FM PROJECT No.: 439540-1-94-01
CONSTRUCTION PLANS
FOR:
T-HANGAR REPLACEMENT
AT
PROJECT
LOCATION
0 0.80.4 mi0.2
N
.
T
a
m
i
a
m
i
T
r
a
i
l
TALLEVAST RD
UNIVERSITY PKWY
15
th
S
t E
.
PREPARED BY:
TAMPA, FL 33634
5550 W. IDLEWILD AVENUE, SUITE 102
(813) 330-2704
CERTIFICATE OF AUTHORIZATION NO.: 30862
BID DOCUMENTS
JULY 2017
SHEET INDEX
SHEET No. DESCRIPTION
G2.1
- -
G3.1
G4.1
C1.1-C1.4
C2.1
C3.1
G5.1
C8.1
C7.1-C7.2
PROJECT LAYOUT PLAN
COVER SHEET
PHASING PLAN
GENERAL NOTES
TYPICAL SECTIONS
T-HANGAR J-4 AND J-5 EXISTING CONDITIONS AND DEMOLITION PLAN
T-HANGAR J-4 AND J-5 SITE PLAN
STORMWATER POLLUTION PREVENTION PLAN
T-HANGAR FLOOR PLANS
C3.2 T-HANGAR J-7 AND J-8 SITE PLAN
T-HANGAR FLOOR PLAN DETAILS
T-HANGAR ELEVATIONS
SIGNATURE SHEET & SHEET INDEX
C8.2
E001
GENERAL NOTESE003
PANEL SCHEDULESE005
PROPOSED ELECTRICAL SITE PLANE200
HANGAR J-4 POWER PLANE201
HANGAR J-4 LIGHTING PLANE401
LIGHTNING PROTECTION DETAILSE505
EXISTING SITE AND DEMOLITIONED101
C4.1 TAXILANE J-5 PROFILE
MARKING PLAN AND DETAILS
C5.1-C5.4 DRAINAGE DETAILS
C8.3
FLOOR SLAB AND FOUNDATION DETAILSC9.2
ELECTRICAL NOTESE004
HANGAR EXCLUSION ZONE DETAILE205
C6.1-C6.3 WATER LINE DETAILS
T-HANGAR FOUNDATION PLANSC9.1
C2.2T-HANGAR J-7 AND J-8 EXISTING CONDITIONS AND DEMOLITION PLAN
HANGAR J-5 POWER PLANE202
HANGAR J-7 POWER PLANE203
HANGAR J-8 POWER PLANE204
HANGAR J-5 LIGHTING PLANE402
HANGAR J-7 LIGHTING PLANE403
HANGAR J-8 LIGHTING PLANE404
EXTERIOR LIGHTING DETAILSE405
HANGAR J-4 LIGHTNING PROTECTIONE501
HANGAR J-5 LIGHTNING PROTECTIONE502
HANGAR J-7 LIGHTNING PROTECTIONE503
HANGAR J-8 LIGHTNING PROTECTIONE504
G1.1 SIGNATURE SHEET
SITE PLANE002
ELECTRICAL DETAILS (SHEET 1 OF 2)E206
E207 ELECTRICAL DETAILS (SHEET 2 OF 2)
FLOOR PLAN BUILDINGS J-4 AND J-5 (14 UNITS EACH, 28 TOTAL)
FLOOR PLAN BUILDING J-7 (10 UNITS)
FLOOR PLAN BUILDING J-8 (15 UNITS)
File P
ath: Y:
\Saras
ota (S
RQ)\1
6-43 (
T-Han
gar R
eplac
emen
t Proj
ect)\2
. DES
IGN\
CADD
\(014
)_C8.1
-(T-H
ANGA
R FL
OOR
PLAN
S).dw
g D
ate: 8/
30/20
17 1:
20 PM
Drawing Name:
DateNo. Description By
REVISIONS
5550 WEST IDLEWILD AVE. SUITE 102
TAMPA, FLORIDA 33634 (813) 330-2701
CERTIFICATE OF AUTHORIZATION NO.: 30862
AUGUST 2017
Project Name:
T-HANGAR
REPLACEMENT
JAMES N. GOODWIN
FL P.E. NO. 40995
C8.1
T-HANGAR
FLOOR PLANS
THIS IS A SCHEMATIC DRAWING AND IS NOT
FOR CONSTRUCTION. IT IS FOR
INFORMATION ONLY FOR THE PURPOSE OF
BIDDING. THE CONTRACTOR IS TO PROVIDE
FINAL CONSTRUCTION DRAWINGS
INCLUDING FOUNDATIONS SIGNED AND
SEALED BY A PROFESSIONAL ENGINEER
REGISTERED IN THE STATE OF FLORIDA
CERTIFYING THE DESIGN MEETS
APPLICABLE WIND LOAD CODES AND ALL
OTHER APPLICABLE STATE AND LOCAL
BUILDING CODES AND REQUIREMENTS AND
IS RESPONSIBLE FOR OBTAINING ALL
REQUIRED BUILDING PERMITS.
Drawing Name:
DateNo. Description By
REVISIONS
5550 WEST IDLEWILD AVE. SUITE 102
TAMPA, FLORIDA 33634 (813) 330-2701
CERTIFICATE OF AUTHORIZATION NO.: 30862
Project Name:
AVCON, INC.
ENGINEERS & PLANNERS
5555 EAST MICHIGAN STREET. - ORLANDO, FL 32822
OFFICE: (407) 599-1122
CORPORATE CERTIFICATE OF AUTHORIZATION NUMBER: 5057
www.avconinc.com
AVCON PROJECT NO.2017.262.01
E001
SIGNATURE SHEET &
SHEET INDEX
July 24, 2017
MAG
MDB
S.S.
NONE
T-HANGAR
REPLACEMENT
v:\2
01
7\2
01
7.2
62
.0
1 - srq
_th
an
ga
rre
pl\2
01
7.2
62
.0
1-ca
dd
\1
72
62
01
E0
01
.d
wg
BID
D
OC
UM
EN
TS
THE ABOVE NAMED PROFESSIONAL ENGINEER SHALL BE RESPONSIBLE FOR THE
FOLLOWING SHEETS IN ACCORDANCE WITH RULE 61G15-23.004, F.A.C.
SHEET INDEX
Sheet Number Sheet Title
E001 SIGNATURE SHEET & SHEET INDEX
E002 SITE PLAN
E003 GENERAL NOTES
E004 ELECTRICAL NOTES
E005 PANEL SCHEDULES
ED101 EXISTING SITE AND DEMOLITION
E200 PROPOSED ELECTRICAL SITE PLAN
E201 HANGAR J-4 POWER PLAN
E202 HANGAR J-5 POWER PLAN
E203 HANGAR J-7 POWER PLAN
E204 HANGAR J-8 POWER PLAN
E205 HANGAR EXCLUSION ZONE DETAIL
E206
ELECTRICAL DETAILS (SHEET 1 OF 2)
E207
ELECTRICAL DETAILS (SHEET 2 OF 2)
E401 HANGAR J-4 LIGHTING PLAN
E402 HANGAR J-5 LIGHTING PLAN
E403 HANGAR J-7 LIGHTING PLAN
E404 HANGAR J-8 LIGHTING PLAN
E405 EXTERIOR LIGHTING DETAILS
E501 HANGAR J-4 LIGHTNING PROTECTION
E502 HANGAR J-5 LIGHTNING PROTECTION
E503 HANGAR J-7 LIGHTNING PROTECTION
E504 HANGAR J-8 LIGHTNING PROTECTION
E505 LIGHTNING PROTECTION DETAILS
ADDENDUM #2 09/01/2017 MDB1
1
GENERAL:
1. PROVIDE AND INSTALL ALL ELECTRICAL SYSTEMS AND ANY NECESSARY APPURTENANCES AS
PER NATIONAL ELECTRICAL CODE (NEC), FEDERAL, STATE AND LOCAL CODES WHETHER
SPECIFIED OR SHOWN IN THE CONTRACT DOCUMENTS OR NOT. THE CONTENT OF THESE
SPECIFICATIONS AND CONTRACT DOCUMENTS IN GENERAL ONLY REFERS TO WORK REQUIRED
ABOVE AND BEYOND THE REQUIREMENTS OF THE NEC AND APPLICABLE FEDERAL, STATE AND
LOCAL CODES. INCLUDE ALL AUXILLARIES AND ACCESSORIES FOR A COMPLETE AND PROPERLY
OPERATING SYSTEM, TO THE SATISFACTION OF THE ENGINEER.
2. REGULATORY REQUIREMENTS: WHERE THE REQUIREMENTS OF THE CONTRACT DOCUMENTS
EXCEED CODE REQUIREMENTS, COMPLY WITH THE CONTRACT DOCUMENTS. PERFORM ALL
WORK IN ACCORDANCE WITH THE LATEST EDITION OF THE NATIONAL ELECTRICAL CODE, NFPA
409 AND ALL OTHER APPLICABLE STANDARDS, CODES AND LAWS. THE EDITION OR YEAR-DATE
FOR ALL CODES AND STANDARDS SHALL BE THAT CURRENTLY ADOPTED AND ENFORCED BY
THE MUNICIPALITY OR OTHER LOCAL AUTHORITY HAVING JURISDICTION AS OF THE DATE OF
THE CONTRACT.
3. UNDERWRITERS LABORATORIES: ELECTRICAL MATERIALS AND DISTRIBUTION AND UTILIZATION
EQUIPMENT SHALL BE UL LISTED.
4. PRODUCT ORIGIN: ALL EQUIPMENT AND MATERIALS SHALL BE NEW, UNUSED,
NON-SECONDARY MARKET PRODUCTS. ANY MATERIAL THAT HAS BEEN SALVAGED AND RESOLD
BY NON-FACTORY AUTHORIZED DISTRIBUTION CHANNELS OR RECONDITIONED AND/OR
REPACKAGED WITHOUT FACTORY AUTHORIZATION IS NOT ACCEPTABLE.
5. GENERAL CONSTRUCTION: LOCATE AND SIZE ALL OPENINGS IN WORK OF OTHER TRADES
REQUIRED FOR INSTALLATION OF WORK OF THIS DIVISION IN SUFFICIENT TIME TO PREVENT
DELAY IN THEIR WORK. FURNISH AND LOCATE REQUIRED SLEEVES FOR CONDUIT AND FRAMES
FOR OTHER ITEMS. IF ADDITIONAL OPENINGS ARE REQUIRED TO BE CUT AND PATCHED DUE
TO FAILURE TO PROVIDE OR LOCATE SUCH SLEEVES, FRAMES, ETC. AT THE PROPER TIME,
THE EXPENSE OF SUCH CUTTING AND PATCHING SHALL BE THE RESPONSIBILITY OF THIS
CONTRACTOR, WHO SHALL OBTAIN PRIOR APPROVAL OF METHODS TO BE USED.
6. FINISHES: IT IS CONTRACTOR'S RESPONSIBILITY TO PROVIDE MATERIALS WITH TRIM WHICH
WILL FIT PROPERLY THE TYPES OF CEILING, WALL, OR FLOOR FINISHES ACTUALLY INSTALLED.
MODEL NUMBERS IN SPECIFICATIONS OR ON THE DRAWINGS ARE NOT INTENDED TO
DESIGNATE THE REQUIRED TRIM.
7. MAKE ALL CONNECTIONS AND PROVIDE ALL WIRING BETWEEN ELECTRICAL SERVICE AND
DISTRIBUTION EQUIPMENT AND ALL MOTORS, STARTERS, CONTROL DEVICES AND OTHER
UTILIZATION EQUIPMENT.
DRAWINGS:
1. THE DRAWINGS ARE SCHEMATIC IN NATURE, BUT SHOW THE VARIOUS COMPONENTS OF THE
SYSTEMS APPROXIMATELY TO SCALE AND ATTEMPT TO INDICATE HOW THEY ARE TO BE
INTEGRATED WITH OTHER PARTS OF THE BUILDING. DETERMINE EXACT LOCATIONS BY REVIEW
OF EQUIPMENT MANUFACTURER'S DATA, BY JOB SITE MEASUREMENTS, BY CHECKING THE
REQUIREMENTS OF OTHER TRADES, AND BY REVIEWING ALL CONTRACT DOCUMENTS. THE SIZE
OF ELECTRICAL EQUIPMENT INDICATED ON THE DRAWINGS MAY BE BASED ON THE DIMENSIONS
OF A PARTICULAR MANUFACTURER. WHILE OTHER LISTED MANUFACTURERS WILL BE
ACCEPTABLE, IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO DETERMINE IF THE
EQUIPMENT THAT CONTRACTOR PROPOSES TO FURNISH WILL FIT IN THE SPACE.
2. THE DRAWINGS ARE NOT INTENDED TO SHOW EXACT LOCATIONS OF CONDUIT AND WIRE,
OR TO INDICATE ALL WIRE TERMINATORS, CONNECTORS, CONDUIT FITTINGS, BOXES, OR
SUPPORTS, BUT RATHER TO INDICATE DISTRIBUTION, CIRCUITRY, AND CONTROL.
4. THE ELECTRICAL DRAWINGS ARE NECESSARILY DIAGRAMMATIC IN CHARACTER AND CANNOT
SHOW EVERY CONNECTION IN DETAIL OR CONDUIT IN ITS EXACT LOCATION. THESE DETAILS
ARE SUBJECT TO THE REQUIREMENTS OF ORDINANCES AND STRUCTURAL CONDITIONS. THE
CONTRACTOR SHALL CAREFULLY INVESTIGATE STRUCTURAL AND FINISH CONDITIONS AND SHALL
COORDINATE WITH THE ENGINEER IN ORDER TO AVOID INTERFERENCE BETWEEN THE VARIOUS
PHASES OF WORK. WORK SHALL BE INSTALLED TO AVOID ANY DAMAGE TO STRUCTURAL
MEMBERS. ALL EXPOSED WORK SHALL BE INSTALLED PARALLEL OR PERPENDICULAR TO THE
LINES OF THE BUILDING UNLESS OTHERWISE NOTED.
SUBMITTALS:
1. EQUIPMENT AND MATERIAL SUBMITTALS SHALL SHOW SUFFICIENT DATA TO INDICATE
COMPLETE COMPLIANCE WITH CONTRACT DOCUMENTS.
2. CATALOG DATA SHALL HAVE THE ITEM OR MODEL NUMBER TO BE PROVIDED CLEARLY
MARKED AND ALL ACCESSORIES INDICATED.
RACEWAY SYSTEMS:
1. UNDERWRITERS LABORATORIES (UL): PROVIDE RACEWAY AND FITTINGS THAT ARE LISTED
AND LABELED BY UL.
2. NATIONAL ELECTRICAL MANUFACTURERS ASSOCIATION (NEMA): PROVIDE RACEWAY AND
FITTINGS IN CONFORMANCE WITH NEMA STANDARDS.
3. NATIONAL FIRE PROTECTION ASSOCIATION (NFPA): PROVIDE ALL MATERIALS AND RACEWAY
ASSEMBLIES IN CONFORMANCE WITH THE LATEST EDITIONS OF NFPA 70, NATIONAL ELECTRICAL
CODE AND NFPA 490 - STANDARD ON AIRCRAFT HANGARS.
ENCLOSURES:
1. PULL BOXES, JUNCTION BOXES, CABINETS AND WIREWAYS: PROVIDE PULL BOXES,
JUNCTION BOXES, WIREWAYS AND CABINETS WHEREVER NECESSARY FOR PROPER INSTALLATION
OF VARIOUS ELECTRICAL SYSTEMS ACCORDING TO THE NATIONAL ELECTRICAL CODE AND
WHERE INDICATED ON THE DRAWINGS.
2. MINIMUM SIZE: THAT SIZE SHOWN ON THE DRAWINGS, AS REQUIRED FOR THE SPECIFIC
FUNCTION, OR AS REQUIRED BY THE NATIONAL ELECTRICAL CODE, WHICHEVER IS LARGER.
CONSTRUCTION:
1. INDOORS IN DRY AREAS AND NOT BURIED IN SLAB: CODE GAGE STEEL - NEMA 1
CONSTRUCTION- SIDES FORMED AND WELDED, SCREW COVERS UNLESS INDICATED HINGED
COVER OR DOOR ON DRAWINGS. HINGED DOORS SHALL BE SIMILAR TO PANELBOARD DOORS
WITH SAME TYPE LOCKING DEVICE. KNOCKOUTS SHALL BE FACTORY MADE OR FORMED IN
FIELD WITH A CUTTING TOOL WHICH WILL PROVIDE A CLEAN SYMMETRICAL CUT HOLE. PULL
BOX FITTINGS MAY BE USED IN SINGLE CONDUIT STRAIGHT RUNS.
2. OUTDOORS OR INDOORS IN WET OR DAMP AREAS AND NOT BURIED IN SLAB: SAME AS
SPECIFIED ABOVE FOR INDOOR EXCEPT PROVIDE NEMA 3R UNLESS INDICATED OR SPECIFIED
TO BE NEMA 4X STAINLESS STEEL OR OTHER TYPE RATING.
1. OPERATIONS AND MAINTENANCE MANUAL SHALL BE COMPLETE AND ON PROJECT SITE AT TIME OF
INSTRUCTION. PROVIDE DETAILED INSTRUCTION TO OWNER FOR THE OPERATION AND MAINTENANCE OF
ALL MATERIALS, EQUIPMENTS AND SYSTEMS INSTALLED.
1. PROVIDE NAMEPLATES FOR ITEMS WHERE INDICATED ON THE DRAWINGS OR DESCRIBED IN THIS
SPECIFICATION.
2. EQUIPMENT: ALL ELECTRICAL DISTRIBUTION AND MOTOR CONTROL EQUIPMENT SHALL HAVE
NAMEPLATES WORDED AS DESCRIBED BELOW FOR EACH PIECE OF EQUIPMENT.
3. NAMEPLATE CONSTRUCTION: PHENOLIC NAMEPLATES, 3/4" MINIMUM HEIGHT LETTERS.
4. COLOR CODE FOR LETTERS ON BACKGROUND:
I. NORMAL POWER SYSTEM: WHITE LETTERS ON BLACK BACKGROUND.
II. EMERGENCY POWER SYSTEM: WHITE LETTERS ON RED BACKGROUND.
5. INSTALLATION: PERMANENTLY AFFIXED WITH STAINLESS STEEL SHEET METAL SCREWS. RIVETS OR
ADHESIVES ARE NOT ACCEPTABLE.
6. PROVIDE PHENOLIC PLATE DENOTING INFORMATION IN ACCORDANCE TO NEC ART. 110.16.
CONDUIT ROUTING:
1. RUN PARALLEL TO THE WALLS, CEILING OR STRUCTURAL MEMBERS, IN A MANNER TO PRESENT A
NEAT APPEARANCE. INSTALL CONDUIT TIGHT AGAINST ROOF STRUCTURES ABOVE.
2. MAKE ALL JOINTS AND CONNECTIONS IN A MANNER THAT WILL INSURE MECHANICAL STRENGTH AND
ELECTRICAL CONTINUITY. USE DOUBLE LOCKNUTS AND INSULATED BUSHINGS OR INSULATED SET SCREW
CONNECTORS FOR ALL CONDUIT CONNECTIONS TO BOXES.
3. PROVIDE AN INSULATED-THROAT METALLIC OR ALL-PLASTIC BUSHING ON ALL EMT, IMC AND RIGID
METALLIC RACEWAY STUBS AND TERMINATIONS IN PANELS, SWITCHBOARDS, CABINETS, PULL BOXES,
JUNCTION BOXES, GUTTERS AND OTHER ENCLOSURES.
4. PROVIDE FLOOR AND WALL PENETRATIONS WHERE REQUIRED TO ROUTE RACEWAY SYSTEMS. ALL
PENETRATIONS SHALL BE MADE IN A NEAT AND ORDERLY MANNER AND SHALL NOT DEGRADE THE
PERFORMANCE OF THE WALL OR FLOOR. MAINTAIN ENVIRONMENTAL AND FIRE RATING OF WALL, FLOOR
AND ROOF PENETRATIONS.
WIRING DEVICES:
1. PROVIDE A COMPLETE SYSTEM OF WIRING DEVICES PROPERLY WIRED, INCLUDING A SOLID
GROUNDING CONNECTION. ALL DEVICES SHALL BE INSTALLED IN OUTLET BOXES OF REQUIRED SIZE
AND VOLUME.
2. UNDERWRITERS LABORATORIES: PROVIDE WIRING DEVICES WHICH ARE LISTED AND LABELED BY UL.
WARRANTY:
1. THE CONTRACTOR SHALL PROVIDE A ONE YEAR PRODUCT WARRANTY.
2. CONTRACTOR SHALL IDENTIFY LOCAL FIELD SERVICE ORGANIZATION OR STATE THAT PRODUCT MUST
BE SHIPPED TO FACTORY FOR REPAIR.
3. CONTRACTOR SHALL PROVIDE 800 (OR OTHER TOLL-FREE PREFIX) TELEPHONE NUMBER AND
TECHNICAL ASSISTANCE.
GROUNDING:
1. PROVIDE PERMANENT AND SECURE SOLID GROUNDING SYSTEM FOR THE SYSTEM GROUND, RACEWAY
SYSTEMS, SHEATHS OF ARMORED CABLES, MECHANICAL EQUIPMENT ENCLOSURES, APPLIANCES,
ELECTRICAL EQUIPMENT ENCLOSURES, ALL METALLIC PIPING, NEUTRALS DERIVED THROUGH
TRANSFORMERS AND GENERATORS, WIRING DEVICE GROUNDING PINS, AND ALL OTHER SYSTEMS WHERE
GROUNDING IS REQUIRED.
2. ALL CONNECTION BONDS OF THE GROUNDING SYSTEMS WHICH OCCUR UNDERGROUND OR IN OTHER
SIMILAR INACCESSIBLE LOCATIONS SHALL BE MADE WITH BURNDY (800-346-4175;
WWW.FCICONNECT.COM) HYGROUND COMPRESSION GROUND SYSTEM OF COPPER LUGS INSTALLED WITH
HYDRAULIC COMPRESSION OR AN EXOTHERMIC FUSION WELD SIMILAR TO ERICO "CADWELD".
3. ALL GROUNDING ELECTRODE GROUND RODS SHALL BE RIGID STEEL CORE WITH MINIMUM 10 MIL
COATING OF COPPER, SIMILAR TO THOMAS & BETTS BLACKBURN BRAND. COPPER SHALL BE
ELECTROLYTICALLY APPLIED TO FORM METALLIC BOND WITH STEEL. ROD SHALL BE SECTIONAL, SIZE
30' X 3/4".
ELECTRICAL WIRING:
1. PROVIDE ALL CONDUCTORS FOR ALL ELECTRIC SERVICE ENTRANCE, FEEDERS, BRANCH CIRCUITS,
GROUNDING AND PROPER CONNECTIONS TO SERVE ALL BUILDING ELECTRICAL LOADS.
2. MAKE PROPER WIRING CONNECTIONS TO ALL ELECTRICAL EQUIPMENT AND DEVICES THAT REQUIRE
ELECTRICAL CONNECTION. ALL ELECTRICAL CIRCUITS AND CONNECTIONS, DISCONNECTS, AND STARTERS
SHALL BE IN ACCORDANCE WITH THIS SPECIFICATION AND WITH THE SPECIFIC EQUIPMENT
MANUFACTURER'S INSTRUCTIONS.
3. MINIMUM SIZE: AWG #12 EXCEPT CONTROL CIRCUITS OPERATING AT A MAXIMUM OF UP TO 120
VOLTS MAY BE #14. WHERE WIRE IS SIZED AT THE HOMERUN ONLY OR IF SCHEDULED, THEN THAT
SIZE HOLDS FOR THE ENTIRE CIRCUIT. WHERE WIRE IS NOT SIZED, AND CIRCUIT PROTECTIVE DEVICE
IS RATED AT 20 AMPS, PROVIDE AWG #12 WIRE. IF NOT SHOWN ON DRAWINGS, SIZE WIRE IN
ACCORDANCE WITH THE NATIONAL ELECTRICAL CODE BASED ON THE REQUIREMENTS OF THE LOAD
SERVED.
4. ALL WIRING SHALL BE THWN-2 COPPER. ALL WIRE SIZES AWG #10 AND SMALLER SHALL BE SOLID
AND ALL WIRE SIZES AWG #8 AND LARGER SHALL BE STRANDED.
5. GROUNDING CONDUCTORS: GROUNDING CONDUCTORS NO. 4 AWG AND LARGER SHALL HAVE GREEN
INSULATION OR HAVE BLACK INSULATION AND SHALL HAVE THE ENTIRE EXPOSED BLACK INSULATION
COVERED WITH GREEN TAPE AT EACH AND EVERY POINT WHERE THE CONDUCTOR IS ACCESSIBLE, OR
SHALL BE BARE.
6. INSULATION RESISTANCE OF ALL CONDUCTORS SHALL BE TESTED. EACH CONDUCTOR SHALL HAVE
ITS INSULATION RESISTANCE TESTED AFTER THE INSTALLATION IS COMPLETED AND ALL SPLICES, TAPS,
AND CONNECTIONS ARE MADE EXCEPT CONNECTION TO SOURCE AND POINT OF FINAL TERMINATION AT
DISTRIBUTION OR UTILIZATION EQUIPMENT.
7. INSULATION RESISTANCE OF CONDUCTORS THAT ARE TO OPERATE AT 600 VOLTS OR LESS SHALL
BE TESTED BY USING AVO BIDDLE (OR APPROVED EQUAL) MEGGER AT NOT LESS THAN 1000 VOLTS
DC. RESISTANCE SHALL BE MEASURED FROM CONDUCTOR TO CONDUIT (GROUND), CONDUCTOR TO
CONDUCTOR AND CONDUCTOR TO NEUTRAL. TESTING METHODOLOGY SHALL CONFORM TO
SHORT-TIME OR SPOT-READING PROCEDURAL RECOMMENDATIONS OF AVO BIDDLE INSTRUMENTS FOR
SPECIFIC MEGGER BEING USED. ACCEPTABLE INSULATION RESISTANCE OF CONDUCTORS RATED AT
600 VOLTS SHALL NOT BE LESS THAN FIFTY (50) MEGOHMS`.
8. CONDUCTORS THAT DO NOT EXCEED FIFTY(50) MEGOHMS RESISTANCE DURING THE SHORT-TIME
TEST ABOVE SHALL BE TESTED USING THE TIME-RESISTANCE METHOD (TWO-TIME METHOD).
CALCULATE THE DIELECTRIC ABSORPTION RATIO FROM THE TWO READINGS. TEST SHALL BE
PERFORMED TAKING 60 SECOND/30 SECOND READING RATIO FOR HANDCRANKED MEGGERS AND 10
MINUTES/1 MINUTE READING RATIO FOR POWER-OPERATED MEGGERS. RATIOS SHALL BE
ACCEPTABLE AND CONSIDERED AS PASSING IF RATIO FOR 60/30 TEST IS GREATER THAN 1.4 AND
RATIO FOR 10/1 TEST GREATER THAN 2.0.
9. CONDUCTORS THAT DO NOT SATISFY TEST REQUIREMENTS IN (7.) OR (8.) ABOVE SHALL BE
REMOVED, REPLACED, AND TESTING REPEATED ON NEW CABLE AT NO ADDITIONAL COST TO THE
OWNER. ALL TESTS SHALL BE PERFORMED BY LICENSED ELECTRICIAN TRAINED IN THE USE OF
TEST INSTRUMENTS. CONTRACTOR SHALL FURNISH ALL INSTRUMENTS AND PERSONNEL REQUIRED
FOR TESTS, SHALL TABULATE READINGS OBSERVED AND SHALL FORWARD SIX (6) COPIES OF TEST
READINGS TO ENGINEER FOR REVIEW. REPORTS SHALL CLEARLY INDICATE ALL TEST FAILURES,
LOCATIONS, REMEDIES, AND RE-TEST RESULTS.
10. THESE TEST REPORTS SHALL IDENTIFY EACH CONDUCTOR TESTED, DATE, TIME, AND RESULT OF
TEST, WET AND DRY BULB TEMPERATURE, WEATHER CONDITIONS, RELATIVE HUMIDITY AND RANGE,
TEST VOLTAGE, AND SERIAL NUMBER OF THE MEGGER INSTRUMENT USED. IN ADDITION, PROVIDE
INSULATION RESISTANCE VALUES CORRECTED FOR TEMPERATURE. ANY CONDUCTOR OR SPLICE THAT
IS FOUND DEFECTIVE SHALL BE PROMPTLY REMOVED AND REPLACED, AND ADDITIONAL TEST SHALL
BE PERFORMED.
11. DISCONNECT SURGE PROTECTIVE DEVICES (SPD): HIGH POTENTIAL TESTING IS PROHIBITED
ACROSS ANY SPD, ALSO KNOW AS TRANSIENT VOLTAGE SURGE SUPPRESSORS (TVSS). DISCONNECT
SPD FROM ANY CONDUCTORS OR EQUIPMENT TO BE TESTED BY AC OR DC HIGH POTENTIAL TESTING
(HI-POT TESTING OR MEGGER TESTING). SPD ARE NOT DESIGNED FOR AND MAY NOT WITHSTAND
THE HIGH VOLTAGES APPLIED FOR THE DURATION OF HIGH POTENTIAL TESTING.
ELECTRICAL DISTRIBUTION EQUIPMENT:
1. PROVIDE ALL ELECTRICAL DISTRIBUTION AND MOTOR CONTROL EQUIPMENT AND ACCESSORIES
REQUIRED TO DISTRIBUTE ELECTRICAL POWER TO ALL MOTORS, OUTLETS AND SYSTEMS REQUIRING
POWER.
2. SINGLE MANUFACTURER: ALL EQUIPMENT OF EACH TYPE SHALL BE THE PRODUCT OF ONE
MANUFACTURER.
3. EQUIPMENT SHALL BE UL LISTED. SERVICE ENTRANCE EQUIPMENT SHALL BEAR UL SERVICE
ENTRANCE LABEL.
4. MANUFACTURES: GENERAL ELECTRIC COMPANY WWW.GE.COM ; SIEMENS ENERGY AND AUTOMATION;
SQUARE D COMPANY WWW.SQUARED.COM ; CUTLER-HAMMER, A DIVISION OF EATON CORPORATION
WWW.CUTLERHAMMER.COM.
5. EACH MOTOR SHALL BE PROVIDED WITH A CONTROLLER. PROVIDE A MANUAL MOTOR STARTER
SWITCH IN THE VICINITY OF THE MOTOR, WHICH CAN BE LOCKED IN THE OPEN POSITION DURING
MOTOR MAINTENANCE.
DISTRIBUTION PANELS:
1. GENERAL: CIRCUIT BREAKER TYPE SIMILAR TO CUTLER-HAMMER PRL1A KD (400A) AND ED
(225A) OR APPROVED EQUIVALENT.
2. HOUSING SHALL INCLUDE 4" MINIMUM GUTTER ON EACH SIDE OF PANELBOARD. PROVIDE A
LOCKING DOOR-OVER-DEVICES ON ALL PANELS.
3. PHASE, NEUTRAL AND GROUND BUSING: SILVER OR TIN PLATED 98 % CONDUCTIVITY COPPER.
INSTALL BUSING FULL HEIGHT THROUGHOUT PANEL TO BE AVAILABLE FOR INSTALLATION OF FUTURE
BREAKERS. WHEN "SPACE" IS INDICATED ON PANEL SCHEDULE WITH SPECIFIC FUTURE DEVICE
FRAME SIZES, ALSO INSTALL MOUNTING FINGERS OR OTHER BUSING AND HARDWARE NECESSARY TO
ATTACH FUTURE BREAKER. GROUNDING BUS: PROVIDE AN EQUIPMENT GROUNDING BUS BONDED TO
THE PANEL CABINET. WHERE NOTED PROVIDE ISOLATED GROUNDING BUS THAT IS INSULATED FROM
THE PANEL CAN. GROUND BUS SHALL HAVE A TERMINAL SCREW FOR EVERY BREAKER IN THE
PANEL. TERMINATION: PROVIDE PROPER INCOMING LINE LUGS. SIZE LUGS FOR WIRE THAT IS TO BE
INSTALLED.
4. PROVIDE A CIRCUIT BREAKER TO PROTECT EACH FEEDER AND/OR BRANCH CIRCUIT. BREAKERS
SHALL BE MOLDED CASE, BOLT IN TYPE, QUICK MAKE, QUICK BREAK, TRIP FREE, COMMON THERMAL
MAGNETIC TRIPS WITH AUTOMATIC TRIPPING INDICATED BY THE HANDLE AT THE CENTER POSITION.
5. DIRECTORY: COMPLETE AT END OF JOB, TYPEWRITTEN, CONTAINED IN A DIRECTORY FRAME ON
THE INSIDE OF THE PANEL DOOR. FRAME SHALL HAVE A PROTECTIVE PLASTIC SHIELD. LABEL ALL
CIRCUIT BREAKERS TO MATCH DIRECTORY.
6. NAMEPLATE:
I. IDENTIFY EACH DEVICE WITH NAMEPLATE SHOWING LOAD SERVED.
II. PROVIDE A MASTER NAMEPLATE ON FACE OF PANELS SIMILAR TO FOLLOWING,, WITH CORRECT
DATA SHOWN:
DISTRIBUTION PANEL 120/240 VOLTS, 1 PHASE, 3 WIRE, 60 HERTZ
PANEL NAME: POWER SOURCE:
MAIN BUS: AMPS. BRACED FOR: RMS SYM. AMPS:
DATE INSTALLED:
GENERAL NOTES:
NAME PLATES:
OWNER'S INSTRUCTION:
8. PROVIDE SHUNT CIRCUIT, COMPONENT BURDEN, PROTECTIVE COORDINATION, AND ARC
FLASH STUDY FOR EACH ELECTRICAL SYSTEM.
Drawing Name:
DateNo. Description By
REVISIONS
5550 WEST IDLEWILD AVE. SUITE 102
TAMPA, FLORIDA 33634 (813) 330-2701
CERTIFICATE OF AUTHORIZATION NO.: 30862
Project Name:
AVCON, INC.
ENGINEERS & PLANNERS
5555 EAST MICHIGAN STREET. - ORLANDO, FL 32822
OFFICE: (407) 599-1122
CORPORATE CERTIFICATE OF AUTHORIZATION NUMBER: 5057
www.avconinc.com
AVCON PROJECT NO.2017.262.01
v:\2
01
7\2
01
7.2
62
.0
1 - srq
_th
an
ga
rre
pl\2
01
7.2
62
.0
1-ca
dd
\1
72
62
01
E0
03
.d
wg
E003
GENERAL NOTES
July 24, 2017
MAG
MDB
S.S.
NONE
T-HANGAR
REPLACEMENT
BID
D
OC
UM
EN
TS
ADDENDUM #2 09/01/2017 MDB1
1
ELECTRICAL LEGEND:
LED INTERIOR WALL PACK.
LED AREA EXTERIOR LIGHT.
WALL OUTLET BOX AND SINGLE POLE SWITCH 48" MOUNTING HEIGHT (MINIMUM).
METER BASE
DUPLEX RECEPTACLE, GFCI - 20 AMP, 120 VOLT, 3 WIRE, 48" MOUNTING HEIGHT (MINIMUM)
FIRE SENSOR
#2 AWG BSD COPPER GROUNDING CONDUCTOR. 3' DEEP AND 3' OUTSIDE FOUNDATION.
INDICATES HOMERUN TO PANEL, NUMBER AT ARROW DESIGNATES CIRCUIT. NUMBER
OF TICK MARKS INDICATES NUMBER OF WIRES TO BE USED, SEE PANEL SCHEDULE
FOR SIZES. SHORT HASH MARK - UNGROUNDED CONDUCTOR, LONG HASH MARK -
GROUNDED CONDUCTOR. GROUNDING CONDUCTOR NOT SHOWN. ONE UNGROUNDED
CONDUCTOR AND ONE GROUNDED CONDUCTOR SHOWN.
A-XX
3/4" x 30' COPPER CLAD SECTIONAL STEEL GROUND ROD WITH EXOTHERMIC CONNECTION.
CONTRACTOR SHALL COORDINATE WITH FPL FOR CONNECTION OF SERVICE CONDUCTORS TO UTILITY
TRANSFORMER. SEE POWER RISER DIAGRAM ON SHEET E206 FOR THE SIZE OF THE CABLE AND CONDUITS.
1.
NOTES:
CONTRACTOR SHALL INSTALL METER BASE PER FPL REQUIREMENTS. SEE SHEET E004 FOR DETAILS.2.
PE
AIRCRAFT GROUNDING RECEPTACLE, CADWELD B165R OR APPROVED EQUIVALENT.
PHOTOELECTRIC CELL
EGRESS LIGHTING, LED FIXTURE OR APPROVED EQUIVALENT.
M
HANGAR DOOR MOTOR
MANUAL MOTOR STARTER, GE, 277V, 2 POLE, 1 PHASE, IN A NEMA 1 ENCLOSURE LOCKABLE AND
INDICATING LIGHT OR APPROVED EQUIVALENT.
HANGAR COLUMN LOCATION. (FINAL NUMBER AND LOCATION PER HANGAR MANUFACTURER DESIGN.)
EXOTHERMIC CONNECTION
EXIT FIXTURE W/STENCIL RED LETTERS. MCPHILBEN VA-4-R-SA OR APPROVED EQUIVALENT.
3. CLASSIFICATION OF LOCATIONS:
4. EACH RACEWAY SHALL CONTAIN A COPPER GROUNDING CONDUCTOR SIZED IN ACCORDANCE WITH NEC
ART. 250
5. CONTRACTOR SHALL COORDINATE WITH THE HANGAR MANUFACTURER FOR THE EXACT LOCATION OF THE
DOORS IN ORDER TO ASCERTAIN THE FINAL LOCATION OF DOOR MOTORS, EXIT LIGHTS, RECEPTACLES
AND ALL EQUIPMENTS.
6. MAINTAIN NEC SAFE WORKING CLEARANCES IN ACCORDANCE WITH NEC ART. 110.26.
7. REFER TO ARCHITECTURAL DRAWING FOR LOCATIONS OF FIRE WALLS. CONTRACTOR SHALL MAINTAIN
INTEGRITY OF ALL FIRE WALLS.
8. CONTRACTOR SHALL COORDINATE WITH THE HANGER MANUFACTURER FOR LOCATIONS AND NUMBER OF
LIGHTING FIXTURES.
GFCI
DUPLEX RECEPTACLE, GFCI W/ WEATHERPROOF COVER - 20 AMP, 120 VOLT, 3 WIRE, 48"
MOUNTING HEIGHT (MINIMUM)
GFCI-WP
A. BELOW FLOOR LEVEL: ANY PIT OR DEPRESSION BELOW THE LEVEL OF THE HANGAR FLOOR
SHALL BE CLASSIFIED AS A CLASS I, DIVISION I OR ZONE I LOCATION THAT SHALL EXTEND UP
TO SAID FLOOR LEVEL.
B. AREAS NOT CUT OFF OR VENTILATED: THE ENTIRE AREA OF THE HANGAR, INCLUDING ANY
ADJACENT AND COMMUNICATING AREAS NOT SUITABLY CUT OFF FROM THE HANGAR, SHALL
BE CLASSIFIED AS A CLASS I, DIVISION 2 OR ZONE 2 LOCATION UP TO A LEVEL OF 18" ABOVE
THE FLOOR.
C. VICINITY OF THE AIRCRAFT: THE AREA WITHIN 5 FEET HORIZONTALLY FROM AIRCRAFT POWER
PLANTS OR AIRCRAFT FUEL TANKS SHALL BE CLASSIFIED AS A CLASS I, DIVISION 2 OR ZONE 2
LOCATION THAT SHALL EXTEND UPWARD FROM THE FLOOR TO A LEVEL OF 5' ABOVE THE
UPPER SURFACE OF WINGS AND OF ENGINE ENCLOSURES.
LED AREA EXTERIOR LIGHT.
T-3
INTERIOR (NEMA 1) DISTRIBUTION PANEL
SYMBOL MANUFACTURER CATALOG NUMBER LAMPS REMARKS
MAGNARAYWLED18WP
LED STRIP
MAGNARAYWLED48
192 LED USE POLE MOUNT ADAPTOR
MAGNARAY WLED48 192 LED WALL MOUNT
LIGHTING FIXTURE SCHEDULE
* OR APPROVED EQUIVALENT
FPL
UGE
DIRECTIONAL BORE
FPL PRIMARY CONDUIT - UNDERGROUND
CONDUIT - UNDERGROUND
FPL-OHE FPL OVERHEAD ELECTRIC
XXXXX XXXXX LED BATTERY BACK-UP
F
Drawing Name:
DateNo. Description By
REVISIONS
5550 WEST IDLEWILD AVE. SUITE 102
TAMPA, FLORIDA 33634 (813) 330-2701
CERTIFICATE OF AUTHORIZATION NO.: 30862
Project Name:
AVCON, INC.
ENGINEERS & PLANNERS
5555 EAST MICHIGAN STREET. - ORLANDO, FL 32822
OFFICE: (407) 599-1122
CORPORATE CERTIFICATE OF AUTHORIZATION NUMBER: 5057
www.avconinc.com
AVCON PROJECT NO.2017.262.01
\\A
VP
RO
JE
CT
S\P
ro
je
cts\O
rl_
Airp
orts_
06
07
09
\P
ro
je
cts\2
01
7\2
01
7.2
62
.0
1 - S
RQ
_T
Ha
ng
arR
ep
l\2
01
7.2
62
.0
1-ca
dd
\1
72
62
01
E0
03
.d
wg
NONE
E004
ELECTRICAL NOTES
July 24, 2017
MAG
MDB
S.S.
T-HANGAR
REPLACEMENT
BID
D
OC
UM
EN
TS
ADDENDUM #2 09/01/2017 MDB1
1
1
HOUSE PANEL SCHEDULE
NOTE:
PANELS SHALL BE COORDINATED WITH
BUILDINGS J-4, J-5, J-7, AND J-8.
HOUSE PANEL
SURFACE MTD.
TBD
120/240 VOLTS 1 PHASE
WIRE 200 AMP MAIN BREAKER
CIRCUIT BREAKER TYPE TBD
TENANT PANEL (TYPICAL)
SURFACE MTD.
TBD
120/240 VOLTS 1 PHASE
WIRE 60 AMP MAIN CIRCUIT
BREAKER
TENANT PANEL SCHEDULE
CIRCUIT BREAKER TYPE TBD
NOTE:
TYPICAL OF ALL HANGAR PANELS
SEVICE LOAD CALCULATIONS
Drawing Name:
DateNo. Description By
REVISIONS
5550 WEST IDLEWILD AVE. SUITE 102
TAMPA, FLORIDA 33634 (813) 330-2701
CERTIFICATE OF AUTHORIZATION NO.: 30862
Project Name:
AVCON, INC.
ENGINEERS & PLANNERS
5555 EAST MICHIGAN STREET. - ORLANDO, FL 32822
OFFICE: (407) 599-1122
CORPORATE CERTIFICATE OF AUTHORIZATION NUMBER: 5057
www.avconinc.com
AVCON PROJECT NO.2017.262.01
v:\2
01
7\2
01
7.2
62
.0
1 - srq
_th
an
ga
rre
pl\2
01
7.2
62
.0
1-ca
dd
\1
72
62
01
E0
03
.d
wg
NONE
E005
PANEL SCHEDULES
July 24, 2017
MAG
MDB
S.S.
T-HANGAR
REPLACEMENT
BID
D
OC
UM
EN
TS
ADDENDUM #2 09/01/2017 MDB1
1
1
EX
IS
TIN
G H
AN
GA
R J-1
EX
IS
TIN
G H
AN
GA
R J-2
EX
IS
TIN
G H
AN
GA
R J-3
EX
IS
TIN
G H
AN
GA
R J-6
PR
OP
OS
ED
H
AN
GA
R J-7
PR
OP
OS
ED
H
AN
GA
R J-8
EXISTING FPL XFMR
TO BE MOVED/REMOVED
EX
IS
TIN
G H
AN
GA
RS
T
O B
E D
EM
OLIS
HE
D
EX
IS
TIN
G H
AN
GA
RS
T
O B
E D
EM
OLIS
HE
D
Drawing Name:
DateNo. Description By
REVISIONS
5550 WEST IDLEWILD AVE. SUITE 102
TAMPA, FLORIDA 33634 (813) 330-2701
CERTIFICATE OF AUTHORIZATION NO.: 30862
Project Name:
AVCON, INC.
ENGINEERS & PLANNERS
5555 EAST MICHIGAN STREET. - ORLANDO, FL 32822
OFFICE: (407) 599-1122
CORPORATE CERTIFICATE OF AUTHORIZATION NUMBER: 5057
www.avconinc.com
AVCON PROJECT NO.2017.262.01
NONE
ED101
EXISTING SITE AND
DEMOLITION
July 24, 20170
MAG
MDB
S.S.
T-HANGAR
REPLACEMENT
N
W
E
S
\\A
VP
RO
JE
CT
S\P
ro
je
cts\O
rl_
Airp
orts_
06
07
09
\P
ro
je
cts\2
01
7\2
01
7.2
62
.0
1 - S
RQ
_T
Ha
ng
arR
ep
l\2
01
7.2
62
.0
1-ca
dd
\1
72
62
01
ED
10
1.d
wg
Know what'sbelow.
Callbefore you dig.
CALL 2 WORKING
DAYS BEFORE YOU DIG
IT'S THE LAW!
DIAL 811
SUNSHINE STATE ONE CALL OF FLORIDA, INC.
ADDENDUM #2 09/01/2017 MDB1
1
AL
TE
RN
AT
E H
AN
GA
R J-7
AL
TE
RN
AT
E H
AN
GA
R J-8
PR
OP
OS
ED
H
AN
GA
R J-5
PR
OP
OS
ED
H
AN
GA
R J-4
PROPOSED POWER
POLE AND TRANSFORMER
(BY FPL)
EXISTING FPL POLE AND TRANSFORMER
FP
LF
PL
FP
LF
PL
FP
LF
PL
FP
LF
PL
FP
LF
PL
FP
LF
PL
FP
LF
PL
FP
L
F
P
L
EXISTING FPL POWER POLE
F
P
L
-
O
H
E
F
P
L
-
O
H
E
F
P
L
-
O
H
E
F
P
L
-
O
H
E
F
P
L
-
O
H
E
F
P
L
-
O
H
E
EXISTING ATCT
UGE
TAXIWAY CENTERLINE
(SHOWN FOR REFERENCE ONLY)
100' FROM
CENTERLINE
(MINIMUM)
PROPOSED FPL TRANSFORMER AND PAD
SEE NOTE 3
SEE NOTE 5
(ALTERNATE 1)
EXISTING FPL POWER LINE
(OVERHEAD)
DIRECTIONAL BORE UNDER TAXIWAY
(ALTERNATE 1)
(TYPICAL)
DIRECTIONAL BORE
UNDER TAXIWAY
(ALTERNATE 1)
(TYPICAL)
PROPOSED DIRECTIONAL BORE
PROPOSED 2@ 2" PVC
SCHEDULE 40 CONDUIT
SEE NOTE 5
2" PVC SCHEDULE 40 CONDUIT
SEE NOTE 5
(ALTERNATE 1)
PROPOSED 1@ 3" PVC
SCHEDULE 40 CONDUIT
SEE NOTE 5
PROPOSED 4" PVC SCHEDULE 40 CONDUIT
(ALTERNATE 1)
3" PVC SCHEDULE 40 CONDUIT
(ALTERNATE 1)
PROPOSED FPL MANHOLE
SEE NOTE 5
(ALTERNATE 1)
EXISTING FPL TRANSFORMER
(FPL TO REMOVE AND INSTALL SPLICE BOX)
DIRECTIONAL BORE
UNDER DRIVEWAYS
(ALTERNATE 1)
(TYPICAL)
UGE UGE
PROPOSED
FPL HANDHOLE
UG
E
UGE UGE UGE UGE
Drawing Name:
DateNo. Description By
REVISIONS
5550 WEST IDLEWILD AVE. SUITE 102
TAMPA, FLORIDA 33634 (813) 330-2701
CERTIFICATE OF AUTHORIZATION NO.: 30862
Project Name:
AVCON, INC.
ENGINEERS & PLANNERS
5555 EAST MICHIGAN STREET. - ORLANDO, FL 32822
OFFICE: (407) 599-1122
CORPORATE CERTIFICATE OF AUTHORIZATION NUMBER: 5057
www.avconinc.com
AVCON PROJECT NO.2017.262.01
NONE
E200
PROPOSED ELECTRICAL
SITE PLAN
July 24, 2017
MAG
MDB
S.S.
T-HANGAR
REPLACEMENT
N
W
E
S
\\A
VP
RO
JE
CT
S\P
ro
je
cts\O
rl_
Airp
orts_
06
07
09
\P
ro
je
cts\2
01
7\2
01
7.2
62
.0
1 - S
RQ
_T
Ha
ng
arR
ep
l\2
01
7.2
62
.0
1-ca
dd
\1
72
62
01
E2
00
.d
wg
1. INSTALLATION OF NEW SERVICE LATERALS FROM NEW/EXISTING FPL POLE TO
EACH PROPOSED HANGAR SHALL BE BID ON THE FOLLOWING SCHEDULE.
IF HANGARS J-7 AND J-8 ARE BID TOGETHER, THEN ITEMS 'B' AND 'C' SHALL BE BID
AS ONLY ONE SERVICE FOR BOTH HANGARS.
2. UNDERGROUND CONDUITS AND BORES ARE SHOWN GRAPHICALLY.
CONTRACTOR SHALL MAKE A SURVEY OF ALL EXISTING CONDITIONS BEFORE
ANY EXCAVATION OR BORING OPERATIONS BEGIN. COORDINATE EXACT ROUTING
WITH FPL AND SARASOTA AIRPORT.
3. ALL PRIMARY SERVICE CONDUITS AND FITTINGS, TRANSFORMER, TRANSFORMER
PAD, AND HANDHOLES WILL BE SUPPLIED BY FPL. CONTRACTOR SHALL PICK UP
ALL FPL PROVIDED MATERIALS AT LOCATION DESIGNATED BY FPL. FPL TO
INSTALL ALL PRIMARY CONDUCTORS AND PAD MOUNTED TRANSFORMERS.
4. ALL SECONDARY CONDUITS, FITTINGS, ETC., SHALL BE SUPPLIED AND INSTALLED
BY THE CONTRACTOR. CONTRACTOR SHALL INSTALL SECONDARY CONDUCTORS
FROM PROPOSED TRANSFORMER HANDHOLE TO PROPOSED HANGAR SERVICES.
PROVIDE 5' OF CONDUCTOR ABOVE GROUND LEVEL, COIL AND PROTECT. FPL TO
TERMINATE ALL FINAL CONNECTIONS.
5. CONTRACTOR SHALL INSTALL ALL MANHOLES, DIRECTIONAL BORES, CONDUITS,
CONDUIT FITTINGS AND SWEEPS, TRANSFORMER PAD, AND ALL OTHER ITEMS
INCIDENTAL TO THE INSTALLATION OF A COMPLETE SERVICE. CONTRACTOR
SHALL INSTALL A 500 LB. RATED PULL STRING IN ALL EMPTY SERVICE RACEWAYS.
6. EXISTING FPL TRANSFORMER LOCATED ON THE SOUTH END OF THE EXISTING
TEMPORARY HANGARS (PROPOSED HANGER J-5) SHALL BE REMOVED BY FPL. IF
ANY EXISTING CONDITIONS DICTATE THAT THE TRANSFORMER VAULT SHALL
REMAIN, THEN A TRAFFIC RATED COVER WILL BE PROVIDED AND INSTALLED BY
FPL. COORDINATE ALL ACTIVITIES WITH THE FPL POINT OF CONTACT.
7. THE CONTRACTOR IS RESPONSIBLE FOR COORDINATION OF ALL POWER
DISTRIBUTION WORK WITH FPL AND THE AIRPORT, INCLUDING ALL WORK
PERFORMED BY THE CONTRACTOR AND COORDINATION OF WORK TO BE
PERFORMED BY FPL. FPL POINT OF CONTACT IS:
SHAYNA WHITE
1253 12th AVE. E
PALMETTO, FLORIDA 34221
941-723-4424
8. THE CONTRACTOR SHALL CONFIRM FINAL LOCATIONS OF ALL ELECTRICAL
SERVICE ITEMS WITH FPL PRIOR TO CONSTRUCTION.
9. ALL SERVICE LATERAL WORK SHALL CONFORM WITH NFPA 70, FPL AND
SARASOTA AIRPORT STANDARDS.
NOTES:
BID
D
OC
UM
EN
TS
ADDENDUM #2 09/01/2017 MDB1
A. BASE BID INCLUDES THE SERVICE NEEDED FOR HANGARS J-4 AND J-5.
B. AN ALTERNATE BID INCLUDES THE SERVICE NEEDED FOR J-7.
C. AN ALTERNATE BID INCLUDES THE SERVICE NEEDED FOR J-8.
1
1
Know what'sbelow.
Callbefore you dig.
CALL 2 WORKING
DAYS BEFORE YOU DIG
IT'S THE LAW!
DIAL 811
SUNSHINE STATE ONE CALL OF FLORIDA, INC.
1
1
NOTES:
1. ALL WORK SHALL BE IN ACCORDANCE WITH NATIONAL ELECTRICAL CODE, NFPA 70, STANDARD ON AIRCRAFT HANGARS,
NFPA 409, LATEST EDITION, AND MEET ALL APPLICABLE FEDERAL, STATE AND LOCAL CODES. ALL CONDUCTORS SHALL
BE COPPER. BASIS OF DESIGN IS THWN-2 INSULATION. THE CONTRACTOR SHALL PROVIDE AN ELECTRICAL SINGLE LINE
DIAGRAM, WITH CONDUIT AND WIRING SIZES DENOTING AIC SERIES RATING OF ELECTRICAL EQUIPMENT.
2. ALL WIRING SHALL BE IN CONDUIT. USE PVC SCHEDULE 40 FOR BELOW GRADE APPLICATIONS NOT BELOW THE
HANGAR SLAB. USE EMT CONDUIT FOR INTERIOR SURFACE MOUNTED LOCATIONS ABOVE 42". USE RIGID GALVANIZED
STEEL CONDUIT FOR ALL WORK BELOW HANGAR SLAB, THROUGH SLAB, AND UP TO 42" ABOVE SLAB AND FOR 90°
STUBUPS FROM PVC.
3. MAIN SERVICE DISCONNECT SHALL BE A 400A, 120/240V 'SHUNT TRIP' TYPE (TYPICAL ALL HANGARS).
4. VERIFY AVAILABLE SHORT CIRCUIT CURRENT AVAILABILITY WITH ELECTRICAL UTILITY. PROVIDE ELECTRICAL
EQUIPMENT RATED TO CONFORM WITH NEC ART 110-9 AND 110-10.
5. ALL WORK, MATERIALS, ETC. SHOWN ON PLANS IS BY ELECTRICAL CONTRACTOR UNLESS NOTED OTHERWISE.
6. ALL INSTALLATIONS SHALL COMPLY WITH NEC ART. 513.3. IT IS RECOMMENDED THAT THE CONTRACTOR ROUTE THE
CONDUIT ALONG THE CEILING RATHER THAN UNDERGROUND. FLEXIBLE METAL CONDUIT SHALL USED FOR
CONNECTION TO OUTDOOR LIGHTS AND THE HANGAR DOOR MOTOR. IF CONDUITS ARE INSTALLED UNDER BUILDING
SLAB, CONDUIT SEAL-OFFS SHALL BE PROVIDED AND INSTALLED.
7. ELECTRICAL DESIGN IS IN ACCORDANCE WITH THE NATIONAL ELECTRICAL CODE, 2017 EDITION.WATER
PIPE
CONNECTION
BUILDING
STEEL
CONNECTION
GROUND ROD
TO UTILITY
MULTI-
METERBASE
FPL SUPPIED
XFMR
4/0 AWG COPPER
GROUND WIRE
MAIN
DISCONNECT
(SEE NOTE 3)
HOUSE PANEL
PHOTOCELL
LIGHTING
CONTACTOR
TO HANGAR PANELS
(TYPICAL)
3- 3/0AWG CU CONDUCTORS AND
1- #4 GROUND IN 2" CONDUIT
TWO 3" CONDUITS, EACH
CONTAINING 3- 3/0AWG CU
CONDUCTORS. POWER FEED FROM
FPL, 120/240V, SINGLE PHASE, 3
WIRE. LEAVE 5' SLACK IN AT FPL
SERVICE BOX FOR CONNECTION BY
FPL
3- #1AWG CU CONDUCTORS AND
1- #6 GROUND IN 1
1
2
" CONDUIT
(TYPICAL)
M
M M
MM
M M M
MM
M M
M M M M
CONTACTOR
PANEL
HOUSE
PANEL
SHUNT TRIP BUTTON
GROUND IN ACCORDANCE WITH NEC AND
LOCAL AUTHORITY HAVING JURISDICTION
PHOTOCELL
GROUND ROD, 3/4" COPPER CLAD, 10' LENGTH
#2 AWG BARE COPPER CABLE
BALL, 3/4" DIAMETER
AIRCRAFT GROUNDING RECEPTACLE
CADWELD #B165R
CONNECTOR
CADWELD GB/GT
DETAIL - STATIC ELECTRICITY GROUNDING
N.T.S.
3' TYPICAL
Drawing Name:
DateNo. Description By
REVISIONS
5550 WEST IDLEWILD AVE. SUITE 102
TAMPA, FLORIDA 33634 (813) 330-2701
CERTIFICATE OF AUTHORIZATION NO.: 30862
Project Name:
AVCON, INC.
ENGINEERS & PLANNERS
5555 EAST MICHIGAN STREET. - ORLANDO, FL 32822
OFFICE: (407) 599-1122
CORPORATE CERTIFICATE OF AUTHORIZATION NUMBER: 5057
www.avconinc.com
AVCON PROJECT NO.2017.262.01
v:\2
01
7\2
01
7.2
62
.0
1 - srq
_th
an
ga
rre
pl\2
01
7.2
62
.0
1-ca
dd
\1
72
62
01
E0
03
.d
wg
NONE
E206
ELECTRICAL DETAILS
(SHEET 1 OF 2)
July 24, 2017
MAG
MDB
S.S.
T-HANGAR
REPLACEMENT
DETAIL - SECTION 1 POWER
N.T.S.
BID
D
OC
UM
EN
TS
ONE-LINE DIAGRAM
ADDENDUM #2 09/01/2017 MDB1
1
1
MANHOLE SAWCUT
SECTION DETAIL A
PLAN VIEW
AIRCRAFT RATED MANHOLE
STRUCTURAL SLAB
TOP - PLAN VIEW
A
C
L
A
1 WAY 2'' DUCT DIRECT IN
TURFED AREAS
N.T.S.
48"
55"
3.5"6"
3" MAX
9"
9.5"
29"
19" PRIMARY10" SEC
FPL XFRM PAD NOTES:
1. REFERENCE I-62.0.0 OF THE DCS.
2. PAD M&S #162-248-004.
3. ALL CONDUITS TO EXTEND 3" MAXIMUM
ABOVE GROUND LEVEL.
4. ALL SECONDARY/CUSTOMER CONDUITS
MUST FIT WITHIN THE 10"X13" AREA
INDICATED.
5. ALL CONDUIT RELATED DIMENSIONS ARE TO
CENTER OF THE DUCT.
6. MAINTAIN 8' CLEARANCE FROM SIDES AND
BACK OF TRANSFORMER PAD.
7. INSTALL 2" SLEEVE FOR GROUND ROD, 48"
LONG.
8. CABLES REQUIRING CT METERING INSIDE
THE TRANSFORMER MUST BE PLACED
TOWARDS THE FORONT OPENING OF THE
TRANSFORMER PAD AND IN FRONT OF ANY
CABLES WHICH ARE NOT CT METERED
INSIDE THE TRANSFORMER. THIS IS TO
ADVOID CABLE TRAINING ISSUES.
FPL XFMR PAD DETAIL
N.T.S.
12" MINIMUM SEPERATION FROM FPL CONDUIT TO
FOREIGN UTILITY WITH WITH TAMPED EARTH
90 BEND
36" RADIUS
6"
RACEWAY INSTALLATION NOTES:
1. BACK-FILL WITHIN 4" OF THE CONDUIT TO BE FREE OF
MATERIAL THAT MAY CAUSE DAMAGE TO CONDUIT AND
WIRES.
2. AS BACK-FILLING TRENCH, BEGIN MACHINE COMPACTION
6" MINIMUM ABOVE CONDUIT.
3. ALL UNDERGROUND FPL CONDUITS ARE TO BE KEPT A
MINIMUM OF 12" FROM ALL FOREIGN UTILITIES.
4. INSTALL A CONTINUUOUS LENGTH OF PULL STRING IN ALL
EMPTY RACEWAYS.
5. AS REQUIRED, INSTALL A PULL/JUNCTION BOX WHERE
NEEDED.
6. BEFORE ANY EXCAVATIONS, CALL 'SUNSHINE STATE ONE
CALL OF FLORIDA' A MINIMUM 2 DAYS BEFORE ANY WORK
BEGINS.
7. COORDINATE ALL EXACT LOCATIONS WITH SARASOTA
INTERNATIONAL AIRPORT AND FPL.
8. IF REQUIRED, BENDS AT RISER POLE TO BE ENCASED IN
CONCRETE. FORM CONCRETE ADJACENT TO POLE AND AT
SURFACE.
PRIMARY CONDUIT DETAIL
(FPL TYPICAL)
N.T.S.
FPL 2" PVC
CONDUIT
36"
MINIMUM
COVER
3" MINIMUM
FINISH GRADE
SEE NOTE 8
Drawing Name:
DateNo. Description By
REVISIONS
5550 WEST IDLEWILD AVE. SUITE 102
TAMPA, FLORIDA 33634 (813) 330-2701
CERTIFICATE OF AUTHORIZATION NO.: 30862
Project Name:
AVCON, INC.
ENGINEERS & PLANNERS
5555 EAST MICHIGAN STREET. - ORLANDO, FL 32822
OFFICE: (407) 599-1122
CORPORATE CERTIFICATE OF AUTHORIZATION NUMBER: 5057
www.avconinc.com
AVCON PROJECT NO.2017.262.01
v:\2
01
7\2
01
7.2
62
.0
1 - srq
_th
an
ga
rre
pl\2
01
7.2
62
.0
1-ca
dd
\1
72
62
01
E2
07
.d
wg
E207
ELECTRICAL DETAILS
(SHEET 2 OF 2)
July 24, 2017
MAG
MDB
S.S.
NONE
T-HANGAR
REPLACEMENT
BID
D
OC
UM
EN
TS
ADDENDUM #2 09/01/2017 MDB1
Know what'sbelow.
Callbefore you dig.
CALL 2 WORKING DAYS
BEFORE YOU DIG
IT'S THE LAW!
DIAL 811
SUNSHINE STATE ONE CALL OF FLORIDA, INC.
Recommended