24
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 ii) The period during which no bid may be withdrawn is changed from 120 to 90 days from the closing time for the receipt of sealed bids. 2.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%.

ADDENDUM NO. 2 - SRQ Airport T... · 2017. 9. 1. · RESPONSE: Photography and video is required per Section 01015. Contractor may perform work with their employees provided they

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: ADDENDUM NO. 2 - SRQ Airport T... · 2017. 9. 1. · RESPONSE: Photography and video is required per Section 01015. Contractor may perform work with their employees provided they

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%.

Page 2: ADDENDUM NO. 2 - SRQ Airport T... · 2017. 9. 1. · RESPONSE: Photography and video is required per Section 01015. Contractor may perform work with their employees provided they

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.

Page 3: ADDENDUM NO. 2 - SRQ Airport T... · 2017. 9. 1. · RESPONSE: Photography and video is required per Section 01015. Contractor may perform work with their employees provided they

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?

Page 4: ADDENDUM NO. 2 - SRQ Airport T... · 2017. 9. 1. · RESPONSE: Photography and video is required per Section 01015. Contractor may perform work with their employees provided they

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.

Page 5: ADDENDUM NO. 2 - SRQ Airport T... · 2017. 9. 1. · RESPONSE: Photography and video is required per Section 01015. Contractor may perform work with their employees provided they

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.

Page 6: ADDENDUM NO. 2 - SRQ Airport T... · 2017. 9. 1. · RESPONSE: Photography and video is required per Section 01015. Contractor may perform work with their employees provided they

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?

Page 7: ADDENDUM NO. 2 - SRQ Airport T... · 2017. 9. 1. · RESPONSE: Photography and video is required per Section 01015. Contractor may perform work with their employees provided they

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

Page 8: ADDENDUM NO. 2 - SRQ Airport T... · 2017. 9. 1. · RESPONSE: Photography and video is required per Section 01015. Contractor may perform work with their employees provided they

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?

Page 9: ADDENDUM NO. 2 - SRQ Airport T... · 2017. 9. 1. · RESPONSE: Photography and video is required per Section 01015. Contractor may perform work with their employees provided they

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

Page 10: ADDENDUM NO. 2 - SRQ Airport T... · 2017. 9. 1. · RESPONSE: Photography and video is required per Section 01015. Contractor may perform work with their employees provided they

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

Page 11: ADDENDUM NO. 2 - SRQ Airport T... · 2017. 9. 1. · RESPONSE: Photography and video is required per Section 01015. Contractor may perform work with their employees provided they

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

Page 12: ADDENDUM NO. 2 - SRQ Airport T... · 2017. 9. 1. · RESPONSE: Photography and video is required per Section 01015. Contractor may perform work with their employees provided they

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

Page 13: ADDENDUM NO. 2 - SRQ Airport T... · 2017. 9. 1. · RESPONSE: Photography and video is required per Section 01015. Contractor may perform work with their employees provided they

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)

AutoCAD SHX Text
NORTH
AutoCAD SHX Text
VICINITY MAP
AutoCAD SHX Text
SARASOTA MANATEE AIRPORT AUTHORITY
AutoCAD SHX Text
Jacksonville
AutoCAD SHX Text
Daytona
AutoCAD SHX Text
Gainesville
AutoCAD SHX Text
Palm Beach
AutoCAD SHX Text
Miami
AutoCAD SHX Text
Lauderdale
AutoCAD SHX Text
Titusville
AutoCAD SHX Text
Tampa
AutoCAD SHX Text
Key West
AutoCAD SHX Text
Fort Myers
AutoCAD SHX Text
Vero Beach
AutoCAD SHX Text
Pensacola
AutoCAD SHX Text
Tallahassee
AutoCAD SHX Text
APPROXIMATE SCALE IN MILES
AutoCAD SHX Text
0
AutoCAD SHX Text
50
AutoCAD SHX Text
100
AutoCAD SHX Text
150
AutoCAD SHX Text
Beach
AutoCAD SHX Text
NORTH
AutoCAD SHX Text
Orlando
AutoCAD SHX Text
West
AutoCAD SHX Text
Fort
AutoCAD SHX Text
737-300
AutoCAD SHX Text
JAMES N. GOODWIN, FL P.E. NO. 40995
AutoCAD SHX Text
LOCATION MAP
AutoCAD SHX Text
SARASOTA BRADENTON INTERNATIONAL
AutoCAD SHX Text
Description
AutoCAD SHX Text
Date
AutoCAD SHX Text
By
AutoCAD SHX Text
REVISIONS
AutoCAD SHX Text
No.
AutoCAD SHX Text
1
AutoCAD SHX Text
ADDENDUM#1
AutoCAD SHX Text
J.G
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
2
AutoCAD SHX Text
ADDENDUM#2
AutoCAD SHX Text
J.G
AutoCAD SHX Text
8/25/17
AutoCAD SHX Text
9/1/17
AutoCAD SHX Text
2
AutoCAD SHX Text
2
Page 14: ADDENDUM NO. 2 - SRQ Airport T... · 2017. 9. 1. · RESPONSE: Photography and video is required per Section 01015. Contractor may perform work with their employees provided they

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.

AutoCAD SHX Text
2
AutoCAD SHX Text
GROSS AREA - 24,399 SQUARE FEET
AutoCAD SHX Text
3
AutoCAD SHX Text
NORTH
AutoCAD SHX Text
32'-7"
AutoCAD SHX Text
10'-6"
AutoCAD SHX Text
34'-0"
AutoCAD SHX Text
17'-0"
AutoCAD SHX Text
17'-0"
AutoCAD SHX Text
1/15
AutoCAD SHX Text
2/16
AutoCAD SHX Text
3/17
AutoCAD SHX Text
4/18
AutoCAD SHX Text
5/19
AutoCAD SHX Text
6/20
AutoCAD SHX Text
7/21
AutoCAD SHX Text
8/22
AutoCAD SHX Text
9/23
AutoCAD SHX Text
10/24
AutoCAD SHX Text
11/25
AutoCAD SHX Text
12/26
AutoCAD SHX Text
13/27
AutoCAD SHX Text
14/28
AutoCAD SHX Text
453'-8"- WALL COLUMN OUT-TO-OUT
AutoCAD SHX Text
GROSS AREA - 15,425 SQUARE FEET
AutoCAD SHX Text
ONE HOUR WALL
AutoCAD SHX Text
SEE FLOOR PLAN DETAIL FOR BUILDINGS J-4 AND J-5 ON SHEET C8.2
AutoCAD SHX Text
420'-8"- WALL COLUMN OUT-TO-OUT
AutoCAD SHX Text
SEE FLOOR PLAN DETAIL FOR BUILDINGS J-7 ON SHEET C8.2
AutoCAD SHX Text
39
AutoCAD SHX Text
40
AutoCAD SHX Text
41
AutoCAD SHX Text
42
AutoCAD SHX Text
43
AutoCAD SHX Text
44
AutoCAD SHX Text
45
AutoCAD SHX Text
47
AutoCAD SHX Text
49
AutoCAD SHX Text
46
AutoCAD SHX Text
48
AutoCAD SHX Text
50
AutoCAD SHX Text
51
AutoCAD SHX Text
53
AutoCAD SHX Text
52
AutoCAD SHX Text
20'-0"
AutoCAD SHX Text
58'-0"
AutoCAD SHX Text
18'-0"
AutoCAD SHX Text
20'-0"
AutoCAD SHX Text
SEE FLOOR PLAN DETAIL FOR BUILDING J-7 ON SHEET C8.2
AutoCAD SHX Text
29
AutoCAD SHX Text
300'-8"- WALL COLUMN OUT-TO-OUT
AutoCAD SHX Text
GROSS AREA - 17,439 SQUARE FEET
AutoCAD SHX Text
20'-0"
AutoCAD SHX Text
30
AutoCAD SHX Text
31
AutoCAD SHX Text
32
AutoCAD SHX Text
33
AutoCAD SHX Text
34
AutoCAD SHX Text
35
AutoCAD SHX Text
36
AutoCAD SHX Text
37
AutoCAD SHX Text
38
AutoCAD SHX Text
58'-0"
AutoCAD SHX Text
18'-0"
AutoCAD SHX Text
20'-0"
AutoCAD SHX Text
54'-4"
AutoCAD SHX Text
24'-0"
AutoCAD SHX Text
54'-4"
AutoCAD SHX Text
24'-0"
AutoCAD SHX Text
13'-0" (TYP.)
AutoCAD SHX Text
26'-0"
AutoCAD SHX Text
26'-0"
AutoCAD SHX Text
26'-0"
AutoCAD SHX Text
14'-0" (TYP.)
AutoCAD SHX Text
26'-0"
AutoCAD SHX Text
14'-0" (TYP.)
AutoCAD SHX Text
1
AutoCAD SHX Text
NORTH
AutoCAD SHX Text
NORTH
AutoCAD SHX Text
WALL COLUMN OUT-TO-OUT
AutoCAD SHX Text
WALL COLUMN OUT-TO-OUT
AutoCAD SHX Text
WALL COLUMN OUT-TO-OUT
AutoCAD SHX Text
43'-1"
AutoCAD SHX Text
42'-4"
AutoCAD SHX Text
12'-0"
AutoCAD SHX Text
42'-4"
AutoCAD SHX Text
12'-0"
AutoCAD SHX Text
BI-FOLD DOOR (TYP.)
AutoCAD SHX Text
BI-FOLD DOOR (TYP.)
AutoCAD SHX Text
BI-FOLD DOOR (TYP.)
AutoCAD SHX Text
HYDRAULIC DOOR 51' X 16' CLEAR
AutoCAD SHX Text
HYDRAULIC DOOR 51' X 16' CLEAR
AutoCAD SHX Text
HYDRAULIC DOOR 51' X 16' CLEAR
AutoCAD SHX Text
HYDRAULIC DOOR 51' X 16' CLEAR
AutoCAD SHX Text
IN-SWING MAN-DOOR IN BI-FOLD DOOR (TYP.)
AutoCAD SHX Text
IN-SWING MAN-DOOR IN BI-FOLD DOOR (TYP.)
AutoCAD SHX Text
IN-SWING MAN-DOOR IN BI-FOLD DOOR (TYP.)
AutoCAD SHX Text
OUT-SWING MAN-DOOR IN HYDRAULIC DOOR (TYP.)
AutoCAD SHX Text
OUT-SWING MAN-DOOR IN HYDRAULIC DOOR (TYP.)
AutoCAD SHX Text
TWO HOUR WALL
AutoCAD SHX Text
1
AutoCAD SHX Text
Technician:
AutoCAD SHX Text
Checked by:
AutoCAD SHX Text
Designer:
AutoCAD SHX Text
FDOT Project No.:
AutoCAD SHX Text
Engineer of Record:
AutoCAD SHX Text
ICE Proj. No.:
AutoCAD SHX Text
Date:
AutoCAD SHX Text
Issue:
AutoCAD SHX Text
Sheet Number:
AutoCAD SHX Text
ADDENDUMA#2
AutoCAD SHX Text
1
AutoCAD SHX Text
8-24-17
AutoCAD SHX Text
J.G
Page 15: ADDENDUM NO. 2 - SRQ Airport T... · 2017. 9. 1. · RESPONSE: Photography and video is required per Section 01015. Contractor may perform work with their employees provided they

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

AutoCAD SHX Text
Technician:
AutoCAD SHX Text
Checked by:
AutoCAD SHX Text
Designer:
AutoCAD SHX Text
FDOT Project No.:
AutoCAD SHX Text
Engineer of Record:
AutoCAD SHX Text
ICE Proj. No.:
AutoCAD SHX Text
FAA A.I.P. Project No.:
AutoCAD SHX Text
Date:
AutoCAD SHX Text
Issue:
AutoCAD SHX Text
Sheet Number:
AutoCAD SHX Text
Scale:
Page 16: ADDENDUM NO. 2 - SRQ Airport T... · 2017. 9. 1. · RESPONSE: Photography and video is required per Section 01015. Contractor may perform work with their employees provided they

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

AutoCAD SHX Text
Technician:
AutoCAD SHX Text
Checked by:
AutoCAD SHX Text
Designer:
AutoCAD SHX Text
FDOT Project No.:
AutoCAD SHX Text
Engineer of Record:
AutoCAD SHX Text
ICE Proj. No.:
AutoCAD SHX Text
FAA A.I.P. Project No.:
AutoCAD SHX Text
Date:
AutoCAD SHX Text
Issue:
AutoCAD SHX Text
Sheet Number:
AutoCAD SHX Text
Scale:
Page 17: ADDENDUM NO. 2 - SRQ Airport T... · 2017. 9. 1. · RESPONSE: Photography and video is required per Section 01015. Contractor may perform work with their employees provided they

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

AutoCAD SHX Text
Technician:
AutoCAD SHX Text
Checked by:
AutoCAD SHX Text
Designer:
AutoCAD SHX Text
FDOT Project No.:
AutoCAD SHX Text
Engineer of Record:
AutoCAD SHX Text
ICE Proj. No.:
AutoCAD SHX Text
FAA A.I.P. Project No.:
AutoCAD SHX Text
Date:
AutoCAD SHX Text
Issue:
AutoCAD SHX Text
Sheet Number:
AutoCAD SHX Text
Scale:
Page 18: ADDENDUM NO. 2 - SRQ Airport T... · 2017. 9. 1. · RESPONSE: Photography and video is required per Section 01015. Contractor may perform work with their employees provided they

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

AutoCAD SHX Text
DESIGNATION
AutoCAD SHX Text
CKT. NO.
AutoCAD SHX Text
CIRCUIT
AutoCAD SHX Text
CIRCUIT BREAKER
AutoCAD SHX Text
KVA
AutoCAD SHX Text
WIRE
AutoCAD SHX Text
GND
AutoCAD SHX Text
COND
AutoCAD SHX Text
POLE
AutoCAD SHX Text
TRIP
AutoCAD SHX Text
1
AutoCAD SHX Text
3
AutoCAD SHX Text
5
AutoCAD SHX Text
7
AutoCAD SHX Text
9
AutoCAD SHX Text
11
AutoCAD SHX Text
13
AutoCAD SHX Text
15
AutoCAD SHX Text
17
AutoCAD SHX Text
19
AutoCAD SHX Text
21
AutoCAD SHX Text
TOTAL KVA
AutoCAD SHX Text
KVA
AutoCAD SHX Text
TRIP
AutoCAD SHX Text
CIRCUIT BREAKER
AutoCAD SHX Text
CIRCUIT
AutoCAD SHX Text
WIRE
AutoCAD SHX Text
GND
AutoCAD SHX Text
CKT. NO.
AutoCAD SHX Text
22
AutoCAD SHX Text
20
AutoCAD SHX Text
18
AutoCAD SHX Text
16
AutoCAD SHX Text
12
AutoCAD SHX Text
14
AutoCAD SHX Text
4
AutoCAD SHX Text
10
AutoCAD SHX Text
8
AutoCAD SHX Text
6
AutoCAD SHX Text
2
AutoCAD SHX Text
0.6
AutoCAD SHX Text
COND
AutoCAD SHX Text
POLE
AutoCAD SHX Text
1
AutoCAD SHX Text
20
AutoCAD SHX Text
SERVICE RECEPTACLE
AutoCAD SHX Text
SHUNT TRIP
AutoCAD SHX Text
20
AutoCAD SHX Text
1
AutoCAD SHX Text
10
AutoCAD SHX Text
10
AutoCAD SHX Text
3/4
AutoCAD SHX Text
10
AutoCAD SHX Text
10
AutoCAD SHX Text
1
AutoCAD SHX Text
SPACE
AutoCAD SHX Text
MAINTENANCE LIGHTING
AutoCAD SHX Text
10
AutoCAD SHX Text
10
AutoCAD SHX Text
3/4
AutoCAD SHX Text
0
AutoCAD SHX Text
0.2
AutoCAD SHX Text
0
AutoCAD SHX Text
0
AutoCAD SHX Text
0
AutoCAD SHX Text
0
AutoCAD SHX Text
0
AutoCAD SHX Text
0
AutoCAD SHX Text
0
AutoCAD SHX Text
0
AutoCAD SHX Text
0
AutoCAD SHX Text
SERVICE RECEPTACLE
AutoCAD SHX Text
EXTERIOR LIGHTING
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
20
AutoCAD SHX Text
20
AutoCAD SHX Text
-
AutoCAD SHX Text
10
AutoCAD SHX Text
10
AutoCAD SHX Text
10
AutoCAD SHX Text
10
AutoCAD SHX Text
3/4
AutoCAD SHX Text
3/4
AutoCAD SHX Text
-
AutoCAD SHX Text
0.2
AutoCAD SHX Text
0.2
AutoCAD SHX Text
0
AutoCAD SHX Text
0
AutoCAD SHX Text
0
AutoCAD SHX Text
0
AutoCAD SHX Text
0
AutoCAD SHX Text
0
AutoCAD SHX Text
0
AutoCAD SHX Text
0
AutoCAD SHX Text
0
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
DESIGNATION
AutoCAD SHX Text
SPACE
AutoCAD SHX Text
0
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
SPACE
AutoCAD SHX Text
0
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
SPACE
AutoCAD SHX Text
0
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
SPACE
AutoCAD SHX Text
0
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
SPACE
AutoCAD SHX Text
0
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
SPACE
AutoCAD SHX Text
0
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
SPACE
AutoCAD SHX Text
0
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
20
AutoCAD SHX Text
3/4
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
SPACE
AutoCAD SHX Text
SPACE
AutoCAD SHX Text
SPACE
AutoCAD SHX Text
SPACE
AutoCAD SHX Text
SPACE
AutoCAD SHX Text
SPACE
AutoCAD SHX Text
SPACE
AutoCAD SHX Text
SPACE
AutoCAD SHX Text
SPACE
AutoCAD SHX Text
23
AutoCAD SHX Text
24
AutoCAD SHX Text
SPACE
AutoCAD SHX Text
0
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
0
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
SPACE
AutoCAD SHX Text
DESIGNATION
AutoCAD SHX Text
CKT. NO.
AutoCAD SHX Text
CIRCUIT
AutoCAD SHX Text
CIRCUIT BREAKER
AutoCAD SHX Text
KVA
AutoCAD SHX Text
WIRE
AutoCAD SHX Text
GND
AutoCAD SHX Text
COND
AutoCAD SHX Text
POLE
AutoCAD SHX Text
TRIP
AutoCAD SHX Text
1
AutoCAD SHX Text
3
AutoCAD SHX Text
5
AutoCAD SHX Text
7
AutoCAD SHX Text
9
AutoCAD SHX Text
11
AutoCAD SHX Text
TOTAL KVA
AutoCAD SHX Text
KVA
AutoCAD SHX Text
TRIP
AutoCAD SHX Text
CIRCUIT BREAKER
AutoCAD SHX Text
CIRCUIT
AutoCAD SHX Text
WIRE
AutoCAD SHX Text
GND
AutoCAD SHX Text
CKT. NO.
AutoCAD SHX Text
12
AutoCAD SHX Text
4
AutoCAD SHX Text
10
AutoCAD SHX Text
8
AutoCAD SHX Text
6
AutoCAD SHX Text
2
AutoCAD SHX Text
5.6
AutoCAD SHX Text
COND
AutoCAD SHX Text
POLE
AutoCAD SHX Text
1
AutoCAD SHX Text
20
AutoCAD SHX Text
HANGAR LIGHTING
AutoCAD SHX Text
10
AutoCAD SHX Text
10
AutoCAD SHX Text
3/4
AutoCAD SHX Text
0.4
AutoCAD SHX Text
10
AutoCAD SHX Text
10
AutoCAD SHX Text
3/4
AutoCAD SHX Text
OVERHEAD DOOR OPENER
AutoCAD SHX Text
0
AutoCAD SHX Text
0
AutoCAD SHX Text
0
AutoCAD SHX Text
4.8
AutoCAD SHX Text
HANGAR RECEPTACLE
AutoCAD SHX Text
2
AutoCAD SHX Text
3/4
AutoCAD SHX Text
0.36
AutoCAD SHX Text
0
AutoCAD SHX Text
0
AutoCAD SHX Text
0
AutoCAD SHX Text
0
AutoCAD SHX Text
0
AutoCAD SHX Text
30
AutoCAD SHX Text
DESIGNATION
AutoCAD SHX Text
SPACE
AutoCAD SHX Text
SPACE
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
SPACE
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
SPARE
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
SPARE
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
SPARE
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
SPARE
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
SPARE
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
10
AutoCAD SHX Text
10
AutoCAD SHX Text
1
AutoCAD SHX Text
20
AutoCAD SHX Text
J-4
AutoCAD SHX Text
J-7
AutoCAD SHX Text
J-5
AutoCAD SHX Text
J-8
AutoCAD SHX Text
HANGAR
AutoCAD SHX Text
TENANT LOADS
AutoCAD SHX Text
HOUSE LOAD
AutoCAD SHX Text
TOTAL LOAD
AutoCAD SHX Text
75.6kW
AutoCAD SHX Text
67.2kW
AutoCAD SHX Text
75.6kW
AutoCAD SHX Text
91.8kW
AutoCAD SHX Text
0.6kW
AutoCAD SHX Text
76.2kW
AutoCAD SHX Text
67.7kW
AutoCAD SHX Text
76.2kW
AutoCAD SHX Text
92.5kW
AutoCAD SHX Text
0.6kW
AutoCAD SHX Text
0.5kW
AutoCAD SHX Text
0.7kW
AutoCAD SHX Text
Technician:
AutoCAD SHX Text
Checked by:
AutoCAD SHX Text
Designer:
AutoCAD SHX Text
FDOT Project No.:
AutoCAD SHX Text
Engineer of Record:
AutoCAD SHX Text
ICE Proj. No.:
AutoCAD SHX Text
FAA A.I.P. Project No.:
AutoCAD SHX Text
Date:
AutoCAD SHX Text
Issue:
AutoCAD SHX Text
Sheet Number:
AutoCAD SHX Text
Scale:
Page 19: ADDENDUM NO. 2 - SRQ Airport T... · 2017. 9. 1. · RESPONSE: Photography and video is required per Section 01015. Contractor may perform work with their employees provided they

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

AutoCAD SHX Text
DUCT
AutoCAD SHX Text
DUCT
AutoCAD SHX Text
DUCT
AutoCAD SHX Text
STOP
AutoCAD SHX Text
STOP
AutoCAD SHX Text
STOP
AutoCAD SHX Text
STOP
AutoCAD SHX Text
STOP
AutoCAD SHX Text
STOP
AutoCAD SHX Text
STOP
AutoCAD SHX Text
STOP
AutoCAD SHX Text
STOP
AutoCAD SHX Text
STOP
AutoCAD SHX Text
Technician:
AutoCAD SHX Text
Checked by:
AutoCAD SHX Text
Designer:
AutoCAD SHX Text
FDOT Project No.:
AutoCAD SHX Text
Engineer of Record:
AutoCAD SHX Text
ICE Proj. No.:
AutoCAD SHX Text
FAA A.I.P. Project No.:
AutoCAD SHX Text
Date:
AutoCAD SHX Text
Issue:
AutoCAD SHX Text
Sheet Number:
AutoCAD SHX Text
Scale:
Page 20: ADDENDUM NO. 2 - SRQ Airport T... · 2017. 9. 1. · RESPONSE: Photography and video is required per Section 01015. Contractor may perform work with their employees provided they

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

AutoCAD SHX Text
STOP
AutoCAD SHX Text
STOP
AutoCAD SHX Text
STOP
AutoCAD SHX Text
STOP
AutoCAD SHX Text
STOP
AutoCAD SHX Text
STOP
AutoCAD SHX Text
STOP
AutoCAD SHX Text
STOP
AutoCAD SHX Text
STOP
AutoCAD SHX Text
Technician:
AutoCAD SHX Text
Checked by:
AutoCAD SHX Text
Designer:
AutoCAD SHX Text
FDOT Project No.:
AutoCAD SHX Text
Engineer of Record:
AutoCAD SHX Text
ICE Proj. No.:
AutoCAD SHX Text
FAA A.I.P. Project No.:
AutoCAD SHX Text
Date:
AutoCAD SHX Text
Issue:
AutoCAD SHX Text
Sheet Number:
AutoCAD SHX Text
Scale:
Page 21: ADDENDUM NO. 2 - SRQ Airport T... · 2017. 9. 1. · RESPONSE: Photography and video is required per Section 01015. Contractor may perform work with their employees provided they

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

AutoCAD SHX Text
M
AutoCAD SHX Text
M
AutoCAD SHX Text
M
AutoCAD SHX Text
M
AutoCAD SHX Text
M
AutoCAD SHX Text
M
AutoCAD SHX Text
M
AutoCAD SHX Text
M
AutoCAD SHX Text
M
AutoCAD SHX Text
M
AutoCAD SHX Text
M
AutoCAD SHX Text
M
AutoCAD SHX Text
M
AutoCAD SHX Text
M
AutoCAD SHX Text
M
AutoCAD SHX Text
M
AutoCAD SHX Text
M
AutoCAD SHX Text
M
AutoCAD SHX Text
M
AutoCAD SHX Text
M
AutoCAD SHX Text
Technician:
AutoCAD SHX Text
Checked by:
AutoCAD SHX Text
Designer:
AutoCAD SHX Text
FDOT Project No.:
AutoCAD SHX Text
Engineer of Record:
AutoCAD SHX Text
ICE Proj. No.:
AutoCAD SHX Text
FAA A.I.P. Project No.:
AutoCAD SHX Text
Date:
AutoCAD SHX Text
Issue:
AutoCAD SHX Text
Sheet Number:
AutoCAD SHX Text
Scale:
Page 22: ADDENDUM NO. 2 - SRQ Airport T... · 2017. 9. 1. · RESPONSE: Photography and video is required per Section 01015. Contractor may perform work with their employees provided they

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.

AutoCAD SHX Text
N.T.S.
AutoCAD SHX Text
SAW CUT AND REMOVE COVER AND TOP OR EXTEND BOX AS REQUIRED TO BRING STRUCTURE TO PROPER ELEVATION.
AutoCAD SHX Text
FINISHED GRADE
AutoCAD SHX Text
CUT SHIPLAP JOINT TO MATCH NEW SLAB AND COVER.
AutoCAD SHX Text
PULLING EYE
AutoCAD SHX Text
N.T.S.
AutoCAD SHX Text
HINGED EDGE
AutoCAD SHX Text
SAFETY EQUIPMENT DANGER SIGN
AutoCAD SHX Text
DUCT BANK
AutoCAD SHX Text
SOD
AutoCAD SHX Text
SOD
AutoCAD SHX Text
DUCT BANK
AutoCAD SHX Text
NEENAH FOUNDRY SQUARE FRAME AND LID WITH SPRING ASSIST AND HOLD DOWN LATCH WITH 36" x 36" CLEAR OPENING. # R-3498-R2S OR EQUIVALENT.
AutoCAD SHX Text
2 - #5, TOP AND BOTTOM, TYP.
AutoCAD SHX Text
NEW TOP SLAB, SEE SECTIONS FOR ADDITIONAL REQUIREMENTS.
AutoCAD SHX Text
2" DIA. BRASS ID MARKER SEE "WIRING DETAILS" SHEET FOR DETAILS. INSTALL WHEN STRUCTURAL SLAB IS CAST.
AutoCAD SHX Text
FINISHED GRADE
AutoCAD SHX Text
6" WIDE DETECTABLE TAPE SEE L-110.
AutoCAD SHX Text
6, AWG BSDS COUNTERPOISE WIRE
AutoCAD SHX Text
COMPACTED BACKFILL-95% OR MORE OF MODIFIED PROCTOR DENSITY
AutoCAD SHX Text
BACKFILL WITH NATIVE SOILS
AutoCAD SHX Text
SCHEDULE 40 PVC, TYP.
AutoCAD SHX Text
SODDING TO BE INCIDENTAL TO CONDUIT INSTALLATION
AutoCAD SHX Text
Technician:
AutoCAD SHX Text
Checked by:
AutoCAD SHX Text
Designer:
AutoCAD SHX Text
FDOT Project No.:
AutoCAD SHX Text
Engineer of Record:
AutoCAD SHX Text
ICE Proj. No.:
AutoCAD SHX Text
FAA A.I.P. Project No.:
AutoCAD SHX Text
Date:
AutoCAD SHX Text
Issue:
AutoCAD SHX Text
Sheet Number:
AutoCAD SHX Text
Scale:
Page 23: ADDENDUM NO. 2 - SRQ Airport T... · 2017. 9. 1. · RESPONSE: Photography and video is required per Section 01015. Contractor may perform work with their employees provided they
Page 24: ADDENDUM NO. 2 - SRQ Airport T... · 2017. 9. 1. · RESPONSE: Photography and video is required per Section 01015. Contractor may perform work with their employees provided they