23
DEPARTMENT OF FINANCE BUREAU OF PURCHASING CITY OF NEW ORLEANS MITCHELL J. LANDRIEU NORMAN S. FOSTER MAYOR DIRECTOR 1300 PERDIDO STREET | SUITE 4W07 |NEW ORLEANS, LOUISIANA | 70112 PHONE 504.658.1550 | FAX 504.658.1570 Date: September 19, 2016 ADDENDUM NUMBER FOUR (4) CNO RFP No.: 8910-02050 Request for Proposals for Design, Construction and Operation of Food & Beverage Concession Package PROPOSAL SUBMISSION DEADLINE IS: October 14, 2016 at 4:00 P.M. TO ALL PROSPECTIVE RESPONDENTS: A. GENERAL ANNOUNCEMENTS PLEASE BE ADVISED OF THE FOLLOWING ADDITIONS-DELETIONS-CHANGES WHICH SHALL BE CONSIDERED AS INCLUDED IN THE ORIGINAL SOLICITATION AND SHALL TAKE PRECEDENCE OVER ANY PART OF THE ORIGINAL SOLICITATION IN CONFLICT THEREWITH. B. ATTACHMENTS Attachment 1: City of New Orleans Living Wage Ordinance Attachment 2: Attachment "L" Non-Collusion Affidavit – revised Attachment 3: Design Criteria Conditions C. QUESTIONS Responses to questions are in BOLD Question 1: Tab 4 Section C on Page 19 requests a milestone design and construction schedule. What is the anticipated delivery date of the Premises to Proposer? Construction Notice to Proceed is currently scheduled for December 1, 2017 as stated in the RFP.

DEPARTMENT OF FINANCE BUREAU OF PURCHASING CITY OF …

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: DEPARTMENT OF FINANCE BUREAU OF PURCHASING CITY OF …

DEPARTMENT OF FINANCE BUREAU OF PURCHASING

CITY OF NEW ORLEANS MITCHELL J. LANDRIEU NORMAN S. FOSTER MAYOR DIRECTOR

1300 PERDIDO STREET | SUITE 4W07 |NEW ORLEANS, LOUISIANA | 70112

PHONE 504.658.1550 | FAX 504.658.1570

Date: September 19, 2016

ADDENDUM NUMBER FOUR (4)

CNO RFP No.: 8910-02050

Request for Proposals for

Design, Construction and Operation of Food & Beverage Concession Package

PROPOSAL SUBMISSION DEADLINE IS:

October 14, 2016 at 4:00 P.M.

TO ALL PROSPECTIVE RESPONDENTS:

A. GENERAL ANNOUNCEMENTS PLEASE BE ADVISED OF THE FOLLOWING ADDITIONS-DELETIONS-CHANGES WHICH SHALL BE CONSIDERED AS INCLUDED IN THE ORIGINAL SOLICITATION AND SHALL TAKE PRECEDENCE OVER ANY PART OF THE ORIGINAL SOLICITATION IN CONFLICT THEREWITH.

B. ATTACHMENTS

Attachment 1: City of New Orleans Living Wage Ordinance Attachment 2: Attachment "L" Non-Collusion Affidavit – revised Attachment 3: Design Criteria Conditions

C. QUESTIONS Responses to questions are in BOLD

Question 1: Tab 4 Section C on Page 19 requests a milestone design and construction

schedule. What is the anticipated delivery date of the Premises to Proposer? Construction Notice to Proceed is currently scheduled for December 1, 2017 as

stated in the RFP.

Page 2: DEPARTMENT OF FINANCE BUREAU OF PURCHASING CITY OF …

Request for Proposals Food & Beverage Concession Package CNO RFP # 8910-02050

Addendum #4 2

Question 2: Term commences the day that the North Terminal becomes operational.

A.) Does NOAB anticipate delivery of concession space sufficiently in advance of opening to allow for Proposers to build out the spaces? See Attachment “P” – Technical Overview of the RFP, North Terminal Construction Schedule. B.) If delivery of space to proposers is delayed by NOAB such that Proposer is unable to complete construction and open concurrently with the opening of the North Terminal, will NOAB extend the term on a day for day basis? The effective date of the term shall be the day the North Terminal opens for passenger operations. C.) Will commencement of rent and other charges also be delayed on a day for day basis due to delay in delivery of premises by NOAB? Rent will not begin until Date of Beneficial Occupancy which is anticipated to be the day the terminal opens to the public.

Question 3: Are there background CAD files that we can receive from base building? Refer to Attachment “P” – Technical Overview of the RFP. CAD drawings may

be available upon request of the required individual pages. Question 4: Are there backup structural CAD’s we can receive as well? Refer to Attachment “P” – Technical Overview of the RFP. CAD drawings may

be available upon request of the required individual pages. Question 5: Where are the grease trap tie in locations? Are grease traps located on the

tarmac or within the tenants’ space? Refer to Attachment “P” – Technical Overview of the RFP

Question 6: Power – can you please provide a “utility matrix” for each area/space? Can you indicate where power can be pulled from for each space (how far away from each space is the power)?

Refer to Attachment “C” – Tenant Design Criteria Manual and Attachment “P” – Technical Overview of the RFP; specifically the floor plans, Electrical Riser Diagram and the Electrical Panel Schedule.

Question 7: If new electrical service is required to be brought to this location, where is the

electrical closet? Refer to Attachment “P” – Technical Overview of the RFP, Electrical Plans

Page 3: DEPARTMENT OF FINANCE BUREAU OF PURCHASING CITY OF …

Request for Proposals Food & Beverage Concession Package CNO RFP # 8910-02050

Addendum #4 3

Is there available space in each panel to upsize? Refer to Attachment 3 of this Addendum, Design Criteria Conditions.

Question 8: Are there offices or network communication rooms below the proposed

locations? Refer to Attachment “P” – Technical Overview of the RFP, Architectural Plans.

If so, is plumbing allowed in the ceiling of these rooms?

No. Question 9: Section 9.2 of the Agreement states that “The Board will provide utility mains

and lines through the Airport Concessionaire at its sole cost shall tie into the utility mains and lines at the locations as specified by the Board”. Typically the spaces are delivered with utilities are brought to the locations?

Access to utilities will be delivered as provided in Section 9.2 of the Sample Lease and shown in Attachment “P” – Technical Overview.

Question 10: Since many of the concepts located in the middle of the concourses will require a

kitchen hood system for exhaust, how will this ensure that the terminal remains open and airy, if the exhaust ductwork is routed up through the ceiling?

Ductwork will vent through the ceiling and will be painted in the same neutral tone as the terminal to allow vents to blend into the surroundings to the greatest extent possible.

Question 11: Should prime concessionaires include in their proposals ACDBE and DBE certified

firms who have submitted renewal applications prior to the proposal due date but have not received updated certification letters?

Primes should include any and all partners or subtenants, whether ACDBE or not. ACDBEs can only be counted towards the goal if they are certified at the time of proposal submission. Once certified, an ACDBE and DBE firm remains certified until and unless their certification is removed through procedures afforded in the federal regulations.

Question 12: Please further explain how the ACDBE requirement will be measured for

discretionary goods and services. Different brands will vary as to the level of discretionary expenses. How should be this be explained and outlined in the proposal?

This should be addressed in the ACDBE form for Goods & Services by listing the anticipated discretionary spends and identifying the ACDBE who will be providing that product/service and the value of the product/service they will be providing. No other explanation is required.

Page 4: DEPARTMENT OF FINANCE BUREAU OF PURCHASING CITY OF …

Request for Proposals Food & Beverage Concession Package CNO RFP # 8910-02050

Addendum #4 4

Question 13: The Pre-Submittal Conference sign-in sheet form listed boxes where signees could indicate if they are a prime, sub, ACDBE and SLDBE. There were several firms marked as SLDBE only. In addition, the SLDBE issued certification letter states “This approval represents certification with: City of New Orleans, Sewerage & Water Board of New Orleans, Louis Armstrong New Orleans International Airport and Harrah’s New Orleans Casino & Hotel.” Will the SLDBE only firms be required to get an ACDBE certification letter from MSY in order to participate as an ACDBE firm?

The firms will have to be certified as ACDBEs for their participation to count towards the goal. Please contact the Airport DBE Office to complete this process.

Question 14: For locations and proposed brands requiring cooking/frying tops, fryers, grills

etc. Is it possible or allowed for ventilation/exhaust to be run through the floor and outside the building since there is no opportunity to exhaust thru the roof as a result of the volume and of the airport design? If not, how does the airport anticipate handling any exhaust or ventilation or even cleanable grease traps potentially being needed by proposed food brands/venues?

Operators may vent thorough the floor if desired. The airport has not prohibited venting through the roof. All exhaust and grease traps are the responsibility of the concessionaire. See also Question 10.

Question 15: If a Proposer mails its proposal in sufficient time using overnight mail through

the U.S. Postal Service and the proposal is not received by the due date, how will this matter be handled given that the Proposer has proof of mailing with a projected delivery date which precedes the proposal due date?

The Airport and/or City are not responsible for delivery failures. Proposals must be received by the posted due date.

Question 16: Please provide responses to the following questions regarding the Proposer

Interview: - Where will the interview take place? - Will the location be on the ground level or on a floor level? - Will there be a kitchen available? - Will food demonstrations and/or tasting be expected? - How many members of the proposer's team will be allowed to attend? - How much time will be allowed for set-up? Interviews have not been scheduled at this time. Proposers who are short listed will be provided the information when notified of the interview.

Page 5: DEPARTMENT OF FINANCE BUREAU OF PURCHASING CITY OF …

Request for Proposals Food & Beverage Concession Package CNO RFP # 8910-02050

Addendum #4 5

Question 17: First, if I am in multiple bids and two of the companies I am in get chosen, can I

be in both of the winning packages? Second, if I cannot and am limited to one, how is it determined which package I would be in?

It is the desire to have as little duplication of concepts as possible. Should a subtenant be on two winning packages, the prime with the highest score will have priority in the choice of any duplicative concepts. See also Addendum 3, Question 29.

Question 18: The Draft Lease mentions a Living Wage – can you please provide key details on

the requirements of the Living Wage? Is there a wage offset for either “tips” or “benefits” provided to employees?

See Attachment 1. Question 19: What level of design in the DCM, ( 10%, 35%, 60% 95% or 100%) is required for

Item N. “Final Tenant Design Approval” due on August 17, 2017? The Airport is requesting final schematic designs that show the mass of any

ductwork and FF&E for approval by the Aviation Board on August 17, 2017. All design documents and construction documents will be due prior to issuance of a Notice to Proceed.

Question 20: What is the Airport’s commitment to design review turnaround time? The Airport plans on working closely with the concessionaire and their design

team regarding the design with continuous input and comments from staff and consultants. The Airport expects 45 days for any final plan review.

Question 21: Section C of the RFP, Tab 4, Item B says, “Include a materials listing and material

boards…”; however, Section A does not list material boards as one of the items Proposers must submit. Please confirm that Proposers do not need to submit physical material boards as part of the Proposal.

Material boards should be submitted as a print copy on 11x17 paper within the proposal. The Airport will require actual material boards from the short listed teams during the interview process. See also Addendum 3, Questions 8 & 21.

Question 22: The presentation at the pre-submittal conference indicates that Proposer should

"Show how Support Space is incorporated into design (limited to 15% of the space)". However, Section 5.1.1 of the draft sublease states: "Storage. Concessionaire may use up to twenty percent (20%) of the Leased Premises located in the North Terminal for storage of products necessary to provide the food and beverage services contemplated in this Agreement." Please explain?

Concessionaire may use up to twenty percent (20%) of the Leased Premises for storage.

Page 6: DEPARTMENT OF FINANCE BUREAU OF PURCHASING CITY OF …

Request for Proposals Food & Beverage Concession Package CNO RFP # 8910-02050

Addendum #4 6

Question 23: Attachment "L" Non-Collusion Affidavit does not show a signature line for the

affiant. Shouldn't the form be signed by the affiant and a notary? Revised form is Attachment 2 of this addendum. Question 24: Given that this is an unbuilt airport at the moment; can the NOAB make a copy

of the 3D model or any active electronic files available for our use on RFP proposal?

The 3D model may be made available to the successful proposers.

END ADDENDUM NUMBER FOUR (4)

Page 7: DEPARTMENT OF FINANCE BUREAU OF PURCHASING CITY OF …
Page 8: DEPARTMENT OF FINANCE BUREAU OF PURCHASING CITY OF …
Page 9: DEPARTMENT OF FINANCE BUREAU OF PURCHASING CITY OF …
Page 10: DEPARTMENT OF FINANCE BUREAU OF PURCHASING CITY OF …
Page 11: DEPARTMENT OF FINANCE BUREAU OF PURCHASING CITY OF …
Page 12: DEPARTMENT OF FINANCE BUREAU OF PURCHASING CITY OF …
Page 13: DEPARTMENT OF FINANCE BUREAU OF PURCHASING CITY OF …
Page 14: DEPARTMENT OF FINANCE BUREAU OF PURCHASING CITY OF …
Page 15: DEPARTMENT OF FINANCE BUREAU OF PURCHASING CITY OF …
Page 16: DEPARTMENT OF FINANCE BUREAU OF PURCHASING CITY OF …
Page 17: DEPARTMENT OF FINANCE BUREAU OF PURCHASING CITY OF …

New Orleans Aviation Board RFP For Food and Beverage Concession Package City of New Orleans Lease Solicitation #8910-02050 Attachments

ATTACHMENT “L”

NON-COLLUSION AFFIDAVIT (revised)

STATE OF

PARISH OF

, being first duly sworn, deposes and says that:

(1) He is Owner, Partner, Officer, Representative or Agent of the Bidder that has submitted the attached Bid;

(2) Such bid is genuine and is not a collusive or sham bid;

(3) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties of interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other bidder, firm or person to submit a collusive or sham bid in connection with the Contract for which the attached bid has been submitted or to refrain from bidding in connection with such contract, or has in any manner, directly or indirectly sought by agreement or collusion or communication or conference with any other bidder, or to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any advantage for the City of New Orleans/New Orleans Aviation Board of any person interested in the proposed contract; and

(4) The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant.

Signature of (Owner) (Partner) (Office) (Representative) or (Agent)

SWORN TO AND SUBSCRIBED, before me this , day of , 20 .

(Seal) NOTARY PUBLIC

My commission expires .

Page 18: DEPARTMENT OF FINANCE BUREAU OF PURCHASING CITY OF …

SECTION 3 - Design Criteria Conditons

New Orleans Aviation BoardAtkins Estudio

Page 19: DEPARTMENT OF FINANCE BUREAU OF PURCHASING CITY OF …

Design Criteria Conditions

MSY will review all open style retail concepts that accomplish either of the following:

1. Tower Zones that take advantage of the scale of the space and/or height of the space.

2. Concepts which do not utilize tower zones and/or signature zones but only utilize counter and/or display zones.

Page 20: DEPARTMENT OF FINANCE BUREAU OF PURCHASING CITY OF …

Retail Food & BeverageConcessions Design Criteria Manual DCC- key plans - 3

Design Criteria Key Plans

Design Criteria Condition: First Floor Terminal

DCC - 1

AGuyon
Typewritten Text
480V PROVISIONS INCLUDED IN CASE 208V PROVISIONS ARE NOT SUFFUCUENT, TENANT CAN PROVIDE OWN TRANSFORMER FOR ADDITIONAL LOADS.
AGuyon
Typewritten Text
*
AGuyon
Typewritten Text
ELEC 1070
AGuyon
Arrow
AGuyon
Typewritten Text
208V 480V DCC-1 30KVA 30KVA
Page 21: DEPARTMENT OF FINANCE BUREAU OF PURCHASING CITY OF …

Retail Food & Beverage

Design Criteria Key Plans

Concessions Design Criteria Manual DCC- key plans - 4

Design Criteria Condition: Second Floor Terminal

DCC - 7DCC - 7DCC - 8DCC - 8

DCC - 2DCC - 2

AGuyon
Typewritten Text
480V PROVISIONS INCLUDED IN CASE 208V PROVISIONS ARE NOT SUFFUCUENT, TENANT CAN PROVIDE OWN TRANSFORMER FOR ADDITIONAL LOADS.
AGuyon
Typewritten Text
*
AGuyon
Typewritten Text
AS MULTIPLE CONCESSIONS ARE FED FROM SAME TRANSFORMERS, LOADS CAN BE RELOCATED BETWEEN CONCESSIONS DEPENDING ON TENANT LOADS
AGuyon
Typewritten Text
**
AGuyon
Typewritten Text
ELEC 1470 ON FIRST LEVEL
AGuyon
Arrow
AGuyon
Typewritten Text
208V 480V DCC-2 (2410) 30KVA 30KVA DCC-7 (2416) 30KVA 30KVA DCC-8 (2415) 30KVA 30KVA
AGuyon
Typewritten Text
ELEC 1370 ON FIRST LEVEL
AGuyon
Arrow
AGuyon
Typewritten Text
208V 480V DCC-2 (2310) 30KVA 30KVA DCC-7 (2316) 50KVA 50KVA DCC-8 (2315) 50KVA 50KVA
Page 22: DEPARTMENT OF FINANCE BUREAU OF PURCHASING CITY OF …

Retail Food & Beverage

TC

TC TC

RETAILN.I.C.2601B

249 SF

RETAILN.I.C.2602B

249 SF

F&B N.I.C.2604B

250 SF

RETAILN.I.C2612

1,608 SF

F&B N.I.C.2615

665 SF STAIR 612609

249 SF

F&B N.I.C.2618

4,908 SF

F&B N.I.C.2603B

250 SF

RETAILN.I.C.

2606

3,164 SF

F&B N.I.C.2614

1,765 SF

F&B N.I.C.2613

2,118 SF

WOMEN2644A

1,084 SF

RR FAM2644B

77 SF

MEN2645A

995 SF

ELEVLOBBY

2651

225 SF

WOMEN2640A

913 SF

RR FAM2640B

67 SF

HOLD RMBC1

(NOAB)2621

2,165 SF

HOLD RMBC9 (WN)

2620

2,844 SF

HOLD RMBC8 (WN)

2616

2,847 SF

HOLD RMBC2 (WN)

2622

2,322 SF

VENDING,NEWSPAPER,

ATM2603

232 SF

SERVICEN.I.C2607

507 SF

SERVICEN.I.C2608

526 SF

RETAILN.I.C2602

909 SF

RR JAN2645B

96 SF

DEPARTINGVIP2604

988 SF

RR FAM2645

77 SF

HOLD RMBC7 (WN)

2623

2,209 SF

HOLD RMBC3

(NOAB)2628

2,748 SF

GATE B14 (AA)GATE B16 (AA)

GATE B3 (NOAB)

OUTBOUNDSEARCHROOM

2657

90 SF

HOLD RMBC6 (WN)

2626

2,680 SF GATE B6 (WN)

GATE B2 (WN)

GATE B8 (WN)

GATE B10 (NOAB - AS)

GATE B12 (AA)GATE B15 (AA)

GATE B11 (AA)

GATE B9 (WN)

GATE B7 (WN)

GATE B5 (WN)

GATE B1 (NOAB)

GATE B4 (WN)

HOLD RMBC4 (WN)

2624

2,792 SF

HOLD RMBC5 (WN)

2627

2,384 SF

WOMEN2644A

1,084 SF

MEN2642A

991 SF

WOMEN2643A

1,077 SF

MEN2641A

844 SF

117 SF

NURSING2653

DEPARTURELOUNGEB (HOLDROOMS)

2690

14,116 SF

F&B N.I.C.2703B

250 SF

F&B N.I.C.2704B

250 SF

RETAILN.I.C.2702B

250 SF

RETAILN.I.C.2701B

250 SF

F&B N.I.C.2711

2,068 SF

F&B N.I.C.2712

1,762 SF

F&B N.I.C.2713

665 SF

F&B N.I.C.2716

4,908 SF

RETAILN.I.C.

2707

3,164 SF

SERVICEN.I.C2717

498 SF

SERVICEN.I.C2715

514 SF

GATE C2 (DL)

GATE C4 (DL)

GATE C6 (DL)

GATE C8 (DL)

GATE C10 (DL)

GATE C12 (CITY/ ALLEGIANT AIR)

GATE C14 (CITY / SPIRIT)GATE C16 (CITY/ FRONTIER)

GATE C15 (UA)

GATE C11 (UA)

GATE C9 (UA)

GATE C7 (UA)

GATE C5 (UA)

GATE C3 (NOAB)

GATE C1 (JB)

HOLD RMCC1 (JB)

2721

2,317 SF

HOLD RMCC3

(NOAB)2723

3,706 SF

HOLD RMCC2 (DL)

2722

2,181 SF

HOLD RMCC5 (UA)

2702

2,475 SF

HOLD RMCC4 (DL)

2724

2,888 SF

HOLD RMCC7 (UA)

2727

2,431 SF

HOLD RMCC9 (UA)

2718

2,628 SF

HOLD RMCC8 (DL)

2714

2,621 SF

VENDING,NEWSPAPER,

ATM2739

239 SF

WOMEN2744A

1,077 SF

MEN2745A

997 SF

MEN2742A

985 SF

WOMEN2743A

1,082 SF

MEN2741A

845 SF

WOMEN2740A

909 SF

2,883 SF

HOLD RMCC6 (DL)

2745

RETAILN.I.C2710

1,608 SF

DEPARTURELOUNGEC (HOLDROOMS)

2790

14,064 SF

LEVEL 2 - CONCOURSE B Presentation LEVEL 2 - CONCOURSE C Presentation

Concessions Design Criteria Manual

Design Criteria Key Plans

DCC- key plans - 5

DCC - 7DCC - 8

DCC - 2

Design Criteria Condition: Second Floor Concourse

DCC - 11DCC - 11

DCC - 5DCC - 5

DCC - 10DCC - 10

DCC - 10DCC - 10

DCC - 10DCC - 10

DCC - 9DCC - 9

DCC - 9DCC - 9

DCC - 4DCC - 4

DCC - 3`DCC - 3

DCC - 3DCC - 3DCC - 6

AGuyon
Typewritten Text
ELECTRICAL CONCOURSE SUBSTATION 1670
AGuyon
Arrow
AGuyon
Typewritten Text
208V 480V DCC-6 (2602) 7.7KVA 30KVA DCC-3 (2601B) 7.7KVA 30KVA DCC-3 (2602B) 11.6KVA 30KVA DCC-4 (2612) 7.7KVA 30KVA DCC-9 (2603B) 7.7KVA 30KVA DCC-9 (2604B) 7.7KVA 30KVA DCC-10 (2613) 7.7KVA 30KVA DCC-10 (2614) 30KVA DCC-10 (2615) 30KVA DCC-5 (2606) 30KVA DCC-11 (2618) 30KVA 30KVA
AGuyon
Typewritten Text
ELECTRICAL CONCOURSE SUBSTATION 1712
AGuyon
Arrow
AGuyon
Typewritten Text
208V 480V DCC-3 (NEWSPAPER) 11.5KVA DCC-3 (2701B) 7.7KVA 30KVA DCC-3 (2702B) 7.7KVA 30KVA DCC-4 (2710) 30KVA 30KVA DCC-9 (2703B) 7.7KVA 30KVA DCC-9 (2704B) 7.7KVA 30KVA DCC-10 (2711) 30KVA 30KVA DCC-10 (2712) 30KVA 30KVA DCC-10 (2713) 30KVA 30KVA DCC-5 (2707) 30KVA 30KVA DCC-11 (2716) 30KVA 30KVA
AGuyon
Typewritten Text
480V PROVISIONS INCLUDED IN CASE 208V PROVISIONS ARE NOT SUFFUCUENT, TENANT CAN PROVIDE OWN TRANSFORMER FOR ADDITIONAL LOADS.
AGuyon
Typewritten Text
*
AGuyon
Typewritten Text
AS MULTIPLE CONCESSIONS ARE FED FROM SAME TRANSFORMERS, LOADS CAN BE RELOCATED BETWEEN CONCESSIONS DEPENDING ON TENANT LOADS
AGuyon
Typewritten Text
**
Page 23: DEPARTMENT OF FINANCE BUREAU OF PURCHASING CITY OF …

Retail Food & Beverage

Design Criteria Key Plans

Concessions Design Criteria Manual DCC- key plans - 6

Design Criteria Condition: Third Floor Terminal

DCC - 1

AGuyon
Typewritten Text
208V 480V DCC-1 (3017) 50KVA 50KVA
AGuyon
Typewritten Text
ELEC 3070
AGuyon
Arrow
AGuyon
Typewritten Text
480V PROVISIONS INCLUDED IN CASE 208V PROVISIONS ARE NOT SUFFUCUENT, TENANT CAN PROVIDE OWN TRANSFORMER FOR ADDITIONAL LOADS.
AGuyon
Typewritten Text
*