20
1 Addendum Project: Pensacola GAF ADDENDUM 006 Pensacoal International Airport Pensacoal, Florida Date: April 8, 2020 AEP File No: Reference: Contract Drawing: See below Shop Drawing: Specification: See below Other: Subject: Addendum 006 The following changes shall be made to the Bid Documents, which bear the above title and project number and the cover page date March 3, 2020. CLARIFICATIONS: 1) Instructions to Bidders paragraph VII.B. states to use the Bid Schedule located on pages P-31 to P-34, but there are no Item No. or Description shown. Is there a list of items that are required to be listed on this form? Answer: Please see the Bid Form in this Addendum 2) P-32 does not show a break down for the Alternate 1. Can it be listed as a Lump Sum Item under the Civil Items? There is no other place to list the Alternate 1 price. Answer: Please show a lump sum for Additive Alternate 1 in the Bid From in this Addendum 3) Section 012200 Part 3 paragraph 3.1 states to see Contract Bid Form for the Schedule of Unit Prices. Is there a Schedule of Unit Prices? Answer: An updated Schedule of Quantities can be found on sheet C100 in Addendum 5. Also, please use the Bid Form in this Addendum 4) Section 012100 Allowances – Is there a Schedule of Allowances? Or, are there any allowances at all? Answer: There are no allowances included in this project 5) I am having trouble locating Div 32 within the spec. We are security contractor bidding the camera system, access control, gates and fencing. Any assistance would be appreciated. Answer: Division 32 specifications was included in Addendum 5. 6) Please confirm that the bid will consist of the Base Bid and Add Alternate #1 – Monument Sign (No other breakdowns will be required)? Answer: Please use the Bid From in this Addendum for project breakdown 7) Are there any electrical requirements for the Monument Sign? Answer: No 8) Drawing ES101– Please provide size requirements for the handholes shown on this drawing? Answer: A Type 6 handhole of 12x18x24 will be used for the lighting and generator conductors. The Utility handhole will be removed. Added key note 1 and 2. Added utility disconnect (reference E701 comment below). Drawing EL101– Please provide description for symbol SSA shown in room 104 AG LAB / DIS RM? Answer: The symbol in question is $vs, and is located on the legend. The symbol on the sheet will be rotated for legibility. 9) Drawing E701 – 400 Amp service Entrance Rated Disconnect is not shown on the drawings, please provide location? Answer: The disconnect will be located next to the utility transformer and will be shown on the site plan.

$GGHQGXP - GSI Construct

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: $GGHQGXP - GSI Construct

1

Addendum

Project: Pensacola GAF ADDENDUM 006 Pensacoal International Airport Pensacoal, Florida Date: April 8, 2020 AEP File No: Reference: Contract Drawing: See below Shop Drawing: Specification: See below Other: Subject: Addendum 006

The following changes shall be made to the Bid Documents, which bear the above title and project number and the cover page date March 3, 2020. CLARIFICATIONS:

1) Instructions to Bidders paragraph VII.B. states to use the Bid Schedule located on pages P-31 to P-34, but there are no Item No. or Description shown. Is there a list of items that are required to be listed on this form? Answer: Please see the Bid Form in this Addendum

2) P-32 does not show a break down for the Alternate 1. Can it be listed as a Lump Sum Item under the Civil Items? There is no other place to list the Alternate 1 price. Answer: Please show a lump sum for Additive Alternate 1 in the Bid From in this Addendum

3) Section 012200 Part 3 paragraph 3.1 states to see Contract Bid Form for the Schedule of Unit Prices. Is there a Schedule of Unit Prices? Answer: An updated Schedule of Quantities can be found on sheet C100 in Addendum 5. Also, please use the Bid Form in this Addendum

4) Section 012100 Allowances – Is there a Schedule of Allowances? Or, are there any allowances at all? Answer: There are no allowances included in this project

5) I am having trouble locating Div 32 within the spec. We are security contractor bidding the camera system, access control, gates and fencing. Any assistance would be appreciated. Answer: Division 32 specifications was included in Addendum 5.

6) Please confirm that the bid will consist of the Base Bid and Add Alternate #1 – Monument Sign (No other breakdowns will be required)? Answer: Please use the Bid From in this Addendum for project breakdown

7) Are there any electrical requirements for the Monument Sign? Answer: No

8) Drawing ES101– Please provide size requirements for the handholes shown on this drawing?

Answer: A Type 6 handhole of 12x18x24 will be used for the lighting and generator conductors. The Utility handhole will be removed.

Added key note 1 and 2.

Added utility disconnect (reference E701 comment below). Drawing EL101– Please provide description for symbol SSA shown in room 104 AG LAB / DIS RM? Answer: The symbol in question is $vs, and is located on the legend. The symbol on the sheet will be rotated for legibility.

9) Drawing E701 – 400 Amp service Entrance Rated Disconnect is not shown on the drawings, please provide location? Answer: The disconnect will be located next to the utility transformer and will be shown on the site plan.

Page 2: $GGHQGXP - GSI Construct

2

10) Drawing E701 – Should the feed from the pad mounted XFMR to the Service Entrance Rated Disconnect Switch be 400.S in lieu of 400.4 shown? Answer: Yes, corrected ATS and service-entrance disconnect feeders.

11) Drawing FA101 – Please provide location or the Fire Alarm Control Panel? Answer: Fire alarm control panel will be located in the Mechanical room. Added GAAP (reference FA101/FA701 comment below).

12) Drawing FA101 / FA701 – Will a Fire Alarm Annunciator Panel be required? Answer: PER CBP, a Graphic Annunciater Panel will be located in the Entrance Office Room 113.

CHANGES TO PROJECT MANUAL: Item 1. Table of Contents and Manual

1) Replace Bid Schedule with Bid Form 2) Add Substitution Request Form 3) Replace Invitation To Bid General Conditions

CHANGES TO DRAWINGS: Item 2. Drawings

1) Replace the following sheets:

E001

ES101 EL101 EP101

E601

E701

FA101 FA701

END OF ADDENDUM 006

Cc: Dan Flynn/Matt Coughlin/Andrea Levitt(PNS), File

Page 3: $GGHQGXP - GSI Construct

LIGHTING SYSTEM

POWER

FIRE ALARM SYSTEM

2

OS

LED SUSPENDED 1' x 4' LUMINAIRE.

SWITCH, SINGLE POLE. AMP 120/277 VOLT.

(E) INDICATES EXISTING TO REMAIN (TYP.)4'-0" TO

RECEPTACLE, DUPLEX, NEMA 5-20R. 18" UNO TO CENTERLINE.

RECEPTACLE, QUADRUPLEX, NEMA 5-20R.

SPECIAL PURPOSE RECEPTACLE. COORDINATE NEMA CONFIGURATION WITHEQUIPMENT.

JUNCTION BOX, 4" SQUARE MINIMUM, SEE PLANS FOR ADDITIONAL SIZES

JUNCTION BOX, 4" SQUARE MINIMUM, WALL MOUNTED.

DISCONNECT SWITCH, MOUNTED 6'-6" TO TOP OF OPERATING HANDLE, SIZE AS

INDICATED ON PLANS. 3 POLE, 30A RATED, 20A FUSED SHOWN, 30 A NF NEMA 1 UNO.

PANELBOARD, MOUNTED 6'-6" TO TOP OF OPERATING HANDLE, VOLTAGE AS INDICATED ON PANEL

SCHEDULE, DASHED LINE ASSOCIATED TO PANELBOARD INDICATES 3' WORKING CLEARANCE

WALL MOUNTED AND CEILING MOUNTED LED EXIT SIGN. SHADED AREA INDICATES

DIRECTION OF FACE. ARROW POINTS IN DIRECTION OF CHEVRON.

EXTERIOR WALL MOUNTED LUMINAIRE. HALF SHADED CENTER INDICATES EMERGENCY

1'-6" TO

AF AMP FUSE

AHU AIR HANDLING UNIT

C CONDUIT

CB CIRCUIT BREAKER

CKT CIRCUIT

GFCI GROUND FAULT CIRCUIT INTERRUPTER

GND GROUND

JB JUNCTION BOX

MB MAIN BREAKER

MLO MAIN LUGS ONLY

PNL PANEL

UNO UNLESS NOTED OTHERWISE

WP WEATHERPROOF

NL NIGHT LIGHT

MDF MAIN DISTRIBUTION FRAME

VFD VARIABLE FREQUENCY DRIVE

REF REFRIGERATOR

MNS MASS NOTIFICATION SYSTEM

MNT MOUNTED

LT LIGHT

CFL COMPACT FLUORESCENT

FACP FIRE ALARM CONTROL PANEL

FATC FIRE ALARM TERMINAL CABINET

SWITCH, OCCUPANCY SENSOR, 1000 SQ. FT. AND 180 DEGREE COVERAGE,4'-0" TO

ULTRASONIC AND INFRARED, MANUAL ON.

NIC NOT IN CONTRACT

OCCUPANCY SENSOR, CEILING MOUNTED, ULTRASONIC AND INFRARED, 2000 SF

COVERAGE, QUICK TO INSTALL CONNECTOROS

UTP UNSHIELDED TWISTED PAIR

SWBD SWITCHBOARD

OS OCCUPANCY SENSOR

SWITCH, DIMMER.4'-0" TO

PROJ SCRN PROJECTION SCREEN

RECEPT RECEPTACLE

FRAP FIRE ALARM REMOTE ANNUNCIATOR PANEL

GFGI GOVERNMENT FURNISHED GOVERNMENT INSTALLED

SEGB SERVICE ENTRANCE GROUND BAR

CH COUNTER HEIGHT

MOTOR STARTER, COMBINATION DISCONNECT. PROVIDE MOTOR OVERLOADS4'-0" TO

SIZED AS REQUIRED FOR THE MOTOR BEING SERVED, STARTER SHALL BE NEMA 1 UNO.

ATS AUTOMATIC TRANSFER SWITCH

SWITCH, TWO POLE. 20 AMP 120/277 VOLT.4'-0" TO

MOTOR RATED SWITCH. (MANUAL MOTOR STARTER).4'-0" TO

COORDINATE POLE AND AMPACITY OF MOTOR BEING CONTROLLED.

FIRE ALARM CONTROL PANEL.

DRY TYPE TRANSFORMER IN NEMA 1 ENCLOSURE, UNO.

LED WALL MOUNTED 1' x 4' LUMINAIRE.

INT INTERCOM

FIRE ALARM ANNUNCIATOR PANEL.

PA PUBLIC ADDRESS

LED 2' x 2' LUMINAIRE. SEE LUMINAIRE SCHEDULE FOR ADDITIONAL INFORMATION.

BALLAST/DRIVER. MOUNTED AT 9'-0" ABOVE GRADE, UNO.

RECEPTACLE, SIMPLEX, NEMA 5-20R. 8'-0" TO CENTERLINE, UNO.

AFF ABOVE FINISHED FLOOR

S

S

S

DS

MS

FACP

FAAP

DDC/BAS DIRECT DIGITAL CONTROL PANEL (HVAC)

UDS UTILITY DISTRIBUTION SYSTEM

SEE LUMINAIRE SCHEDULE FOR ADDITIONAL INFORMATION.

RECESSED DOWN LIGHT, SEE LUMINAIRE SCHEDULE FOR ADDITIONAL INFORMATION.

SEE LUMINAIRE SCHEDULE FOR ADDITIONAL INFORMATION

3SWITCH, THREE POLE. 20 AMP 120/277 VOLT.4'-0" TOS

4SWITCH, FOUR POLE. 20 AMP 120/277 VOLT.4'-0" TOS

ACP ACCESS CONTROL PANEL

KVA KILOVOLT AMPERE

V VOLT

Z IMPEDENCE

OH OVERHEAD

ABBREVIATIONS:

DHZ DAYLIGHT HARVESTING ZONE (SEE LIGHTING

PLANS AND LIGHTING CONTROL NARRATIVE)

4'-0" TO VARIABLE FREQUENCY DRIVEVFD

FLOOR MOUNTED RECEPTACLE, QUADRUPLEX, NEMA 5-20R.

LED 2' x 2' EMERGENCY LUMINAIRE. SEE LUMINAIRE SCHEDULE FOR ADDITIONAL INFORMATION.

SPD SURGE PROTECTIVE DEVICE

TYP TYPICAL

EPO EMERGENCY POWER OFF

FLOW SWITCHFS

GB GROUND BAR

J

J

ELECTRICAL CONNECTION POINTE

33020

FAAP FIRE ALARM ANNUNCIATOR PANEL

OSDSWITCH, OCCUPANCY SENSOR/DIMMER, WALL MOUNTED, ULTRASONIC AND INFRARED, 1000 SF4'-0" TO

AND 180 DEGREE COVERAGE, AUTOMATIC TO 50% LIGHT LEVEL WHEN OCCUPANCY IS SENSED, SWITCH

S

MANUAL ON FROM SWITCH TO 100%. SWITCH MANUAL OFF, INCLUDES MANUAL ADJUSTMENT OF LIGHT LEVELONE STEP BETWEEN 50% AND 70% OF FULL LEVEL, AUTOMATICALLY TURN OFF 15 MINUTES AFTER NO ACTIVITYIS DETECTED, UTILIZES 0-10 V FOR DIMMING CONTROL.

3OSD3-WAY SWITCH, OCCUPANCY SENSOR/DIMMER, THREE POLE. 20 AMP 120/277 VOLT.4'-0" TOS

SWITCH, VACANCY SENSOR, WALL MOUNTED, ULTRASONIC AND INFRARED, 1000 SF AND 180 4'-0" TO

DEGREE COVERAGE, AUTOMATIC TO 50% LIGHT LEVEL WHEN OCCUPANCY IS SENSED, SWITCH MANUAL ON

SVS

FROM SWITCH TO 100%. SWITCH MANUAL OFF, AUTOMATICALLY TURN OFF 15 MINUTES AFTER NO ACTIVITY

IS DETECTED, UTILIZES 0-10 V FOR DIMMING CONTROL.

SWITCH, VACANCY SENSOR/DIMMER, WALL MOUNTED, ULTRASONIC AND INFRARED, 1000 SF AND 180 4'-0" TO

DEGREE COVERAGE, AUTOMATIC TO 50% LIGHT LEVEL WHEN OCCUPANCY IS SENSED, SWITCH MANUAL ON

SVSD

FROM SWITCH TO 100%. SWITCH MANUAL OFF, INCLUDES MANUAL ADJUSTMENT OF LIGHT LEVEL ONE STEP

BETWEEN 50% TO 70% OF FULL LEVEL, AUTOMATICALLY TURN OFF 15 MINUTES AFTER NO ACTIVITY IS DETECTED,

UTILIZES 0-10 V FOR DIMMING CONTROL.

AND 180 DEGREE COVERAGE, AUTOMATIC TO 50% LIGHT LEVEL WHEN OCCUPANCY IS SENSED, SWITCH MANUAL ON FROM SWITCH TO 100%. SWITCH MANUAL OFF, INCLUDES MANUAL ADJUSTMENT OF LIGHT LEVELONE STEP BETWEEN 50% AND 70% OF FULL LEVEL, AUTOMATICALLY TURN OFF 15 MINUTES AFTER NO ACTIVITYIS DETECTED, UTILIZES 0-10 V FOR DIMMING CONTROL.

T

HIGH/LOW PRESSURE SWITCH (PRE-ACTION SYSTEM)PS

TAMPER SWITCHTS

FLUSH MOUNTED MANUAL FIRE ALARM PULL STATION,

48 INCH MOUNTING HEIGHTM

SEMI-FLUSH MOUNTED FIRE ALARM HORN STROBE DEVICE, MOUNT 80-96 INCH FROM

FLOOR TO BOTTOM OF LENS OR 6" BELOW CEILING, WHICHEVER IS LESS. 15 INDICATES CANDELA RATING. DEVICES NOT LABELED SHALL BE 75 CANDELAS

HORN, WEATHERPROOF, 90" MOUNTING HEIGHTWP

XX

SEMI-FLUSH FIRE ALARM VISUAL STROBE DEVICE, WALL MOUNT, 80-96 INCH FROM FLOOR

BOTTOM OF LENS OR 6" BELOW CEILING, WHICHEVER IS LESS. XX INDICATES CANDELA RATING. DEVICES NOT LABELED SHALL BE 75 CANDELAS.

FLUSH WALL MOUNTED DOOR HOLDING DEVICE - MOUNT 70 INCH AFF.

ADDRESSABLE CEILING MOUNTED SMOKE DETECTOR. FSD: FIRE SMOKE DAMPER, SD: SMOKE DAMPER

ADDRESSABLE DUCT MOUNTED SMOKE DETECTOR, MOUNTED IN A/C DUCT

D

ADDRESSABLE CEILING MOUNTED HEAT DETECTOR, COMBINATION FIXED TEMPERATURE/RATE OF RISE.

ADDRESSABLE CEILING MOUNTED HEAT DETECTOR, COMBINATION FIXED TEMPERATURE/RATE OF

RISE. PROGRAM FOR FIXED TEMPERATURE ONLY COVERAGE.AFT

NON-ADDRESSABLE CEILING MOUNTED HEAT DETECTOR, FIXED TEMPERATURE TYPE, RATED

FOR 200 DEGREESFT

NON-ADDRESSABLE CEILING MOUNTED HEAT DETECTOR, EXPLOSION PROOF.

X

EXHAUST FAN SHUT DOWN RELAY.R

GAS VALVE RESET SWITCH.G

GVGAS SOLENOID VALVE, NORMALLY-CLOSED, 24VDC

SURGE PROTECTIONSPD

15

C

15

C

15

CEILING MOUNTED FIRE ALARM HORN STROBE DEVICE. 15 INDICATES CANDELA RATING.

DEVICES NOT LABELED SHALL BE 75 CANDELAS

CEILING MOUNTED FIRE ALARM VISUAL STROBE DEVICE. 15 INDICATES CANDELA RATING.

DEVICES NOT LABELED SHALL BE 75 CANDELAS.

S

S

H

H

H

H

SINGLE LINE DIAGRAM SYMBOLS

PA

NE

L

25

GFI

POWER OR DISTRIBUTION TRANSFORMER

SINGLE SECTION PANELBOARD

(ADDITIONAL SECTIONS SHOWN, IF

LOAD BANK TAP BOX

REQUIRED)

MOTOR (NUMBER DENOTES HP)

TRANSFER SWITCH

WYE CONNECTION

EMERGENCY GENERATOR

SPD

DRAWOUT DEVICE

CIRCUIT BREAKER OR MOTOR CICUIT PROTECTOR

DISCONNECT SWITCH

SURGE ARRESTER

FUSED CUTOUT OR LOADBREAK FUSED SWITCH

FUSE

LA

SURGE PROTECTION DEVICE

GROUND FAULT TRIPPING MECHANISM WITH SENSING COIL

(PT) POTENTIAL TRANSFORMER

HORIZONTAL BUSDUCT (BUSWAY)

TC ELECTRONIC TIME CLOCK

FPC FUEL PUMP CONTROLLER

CGB COMMUNICATION GROUND BAR

PM POWER METER

EX EXISTING

OC AT COUNTER

LVLOW VOLTAGE SWITCH, CONNECTED TO OCCUPENCY SENSOR4'-0" TOS

GCTC GATE CONTROL TERMINATION CABINET

ELECTRICAL DUCT BANK (EDB)EDB

PHOTOCELL, DAYLIGHTING SENSORD

AFG ABOVE FINISHED GRADE

GENERATOR EMERGENCY SHUT OFF BUTTON. PROVIDE "BREAK GLASS" EMERGENCY

POWER OFF BUTTON IN RED NEMA 3R ENCLOSURE WITH HAMMER. MOUNT BUTTON NO

HIGHER THAN 78" ABOVE GROUND. PROVIDE PLACARD PER SPECIFICATIONS STATING "EMERGENCY POWER OFF".

GRAPHIC ALARM ANNUNCIATOR PANEL.GAAP

AIR TERMINAL ON ROOF

GROUD ROD

ROOF/DOWN CONDUCTOR

BARE COPPER COUNTERPOISE

EXOTHERMIC BOND

LIGHTNING PROTECTION LEGEND

SHEET NUMBER

BID DOCUMENTS

SHEET TITLE

PENSACOLA INTERNATIONAL

AIRPORT

PENSACOLA

GENERAL

AVIATION

FACILITY (GAF)

PROFESSIONAL SEAL

904-256-2500 Fax 904-256-2503

10748 Deerwood Park Blvd. SouthJacksonville, Florida 32256-0597

www.rsandh.com

FL Cert. Nos. AAC001886 * IB26000956

REVISIONS

DATE ISSUED:

REVIEWED BY:

DRAWN BY:

DESIGNED BY:

PROJECT NUMBER:

© 2020 RS&H, INC.

03/03/2020

Copyright © 2019. This drawing is an instrument of service and property of RS&H, Inc. Any use or reproduction without the expressed written consent of this corporation is prohibited. All rights reserved.

She

et S

ize:

AR

CH

E 2

2X34

201-0052-002

EB0005620 * LCC000210 * GB238

PENSACOLA, FLORIDA

NOT F

OR

CONSTR

UCTIO

N

4/8

/20

20 1

:57

:15

PM

BIM

36

0://P

NS

GA

F/2

01

00

520

01

_P

NS

_G

AF

_E

_R

19.r

vt

ELECTRICAL

GENERAL NOTES,

SYMBOLS AND

ABBREVIATIONS

E001

WM/RB

TSK

WM/RB

NO. DESCRIPTION DATE

1 ADDENDUM 6 4/8/20

1

Page 4: $GGHQGXP - GSI Construct

H

YD

PF

PF

EE

E

E

E

E

EE

LV

LA

E

E

E

E

E

ELEC RM

HH

SECURITY GATE

P1 P1

P1

P1

P1P1P1P1

UTILITY XFMR

GENERATOR

INCINERATOR

RP1 -31,33,35

GATE OPERATOR

RP1 -31,33,35

RP1 -39,41,43

GATE OPERATOR

GATE OPERATOR

BATTERY CHARGER

GCTC

RP1 - 46

LP1-12

LP1-12LP1-12LP1-12

LP1-12 LP1-12 LP1-12 LP1-12RP1 - 3

RP1 - 3

GFCI/WP

GFCI/WP

GFCI/WP

RP1 - 3

GF

CI/W

PR

P1 -

36

ED

B

EDBEDBEDB

ED

B

EDB EDB EDB

EDB

E503

1SIM

ED

B

EDB

WATER JACKET HEATER

GENERAL POWER

RP1-29

RP1-32

RP1-48

SERVICE ENTRANCE RATED 400A

SHEET NUMBER

BID DOCUMENTS

SHEET TITLE

PENSACOLA INTERNATIONAL

AIRPORT

PENSACOLA

GENERAL

AVIATION

FACILITY (GAF)

PROFESSIONAL SEAL

904-256-2500 Fax 904-256-2503

10748 Deerwood Park Blvd. SouthJacksonville, Florida 32256-0597

www.rsandh.com

FL Cert. Nos. AAC001886 * IB26000956

REVISIONS

DATE ISSUED:

REVIEWED BY:

DRAWN BY:

DESIGNED BY:

PROJECT NUMBER:

© 2020 RS&H, INC.

03/03/2020

Copyright © 2019. This drawing is an instrument of service and property of RS&H, Inc. Any use or reproduction without the expressed written consent of this corporation is prohibited. All rights reserved.

She

et S

ize:

AR

CH

E 2

2X34

201-0052-002

EB0005620 * LCC000210 * GB238

PENSACOLA, FLORIDA

NOT F

OR

CONSTR

UCTIO

N

4/8

/20

20 1

:57

:19

PM

BIM

36

0://P

NS

GA

F/2

01

00

520

01

_P

NS

_G

AF

_E

_R

19.r

vt

SITE PLAN -

ELECTRICAL

ES101

WM/RB

TSK

WM/RB

SCALE: 1" = 10'-0"ES101

SITE PLAN - ELECTRICAL1

1. ALL PARKING LOT LIGHTING FIXTURES SHALL BE CONTROLLED VIA TIMECLOCK / PHOTOCELL.2. FOR ALL FEEDER SIZING REFER TO ONE LINE AND PANEL SCHEDULES.3. ALL UNDERGROUND CONDUIT SHALL BE COORDINATED WITH CIVIL.

GENERAL NOTES

NO. DESCRIPTION DATE

1 ADDENDUM 6 4/8/20

D

TN

PN

1

1

1. HANDHOLE SHALL BE TYPE 6 AND 12X18X24.2. REFER TO UTILITY REQUIREMENTS FOR METER PAN, CT, AND DISCONNECT.

COORDINATE EXACT LOCATION OF TRANSFORMER AND DISCONNECT WITH UTILITY IN THE FIELD.

KEY NOTES

1

2

Page 5: $GGHQGXP - GSI Construct

PF

vs

LV

LV

LV

VSD vs

vs

OS

vs

OSD

vs

LV L

V

LV

LV

LV LV

LVLV

OS

OS

OS OS

OS OS

OS

LV

OS

OS

OS

OS

OS

OS

LV

vs

OS

LOCKER ROOM

117

WOMEN'S RR

118

MEN'S RR

120

LOCKER ROOM

119

CORRIDOR

110

BREAK ROOM

121

GENERAL

OFFICE AREA

122

CORRIDOR

110

CONFERENCE

RM

116

GENERAL

STORAGE/ FILE

ROOM

115

ENTRANCE

OFFICE

113

PUBLIC LOBBY

114

ELECTRICAL

125

LAN/SLAN

112

MECHANICAL

ROOM

126

SUPERVISOR'S

OFFICE

123

LACTATION

ROOM

124

AG LAB/ DIS RM

104

CHASE

109

HOLD RM

108

JAN

102

UNISEX

101

PRE-PROCESSING

100

PROCESSING

AREA

103

ENTRY PORCH

659

B1 B1 B1 B1 B1 B1

B1 B1E B1 B1E B1 B1E

B1E B1 B1E B1 B1E B1

B1 B1 B1

B1E

B1

B1

B1E

B1E B1 B1

B2 B2

B2E B2

B1 B1

B1E B1

B2

B2 B2

B2E

B1

B1

B1E

B2E B1

B2

B1

B1E

B1E

B1

B1

B1E

B3EB3B3B3EB3

B1

B1

B1E

B3E

B3

B3

B3 B1

B3E

B3

B3E B3E

D1E

D1

D1E D1

D1E

D1

D1

D1D1

D1

C1C1 C1 C1

C1C1C1C1

C1 C1C1C1

G2 G2

S1

LP1 - 9 LP1 - 9

LP1 - 9 LP1 - 9 LP1 - 9

LP1 - 9

LP1 - 9 LP1 - 9 LP1 - 9 LP1 - 9

LP1 - 9

LP1 - 9

LP1 - 4 LP1 - 4 LP1 - 4

LP1 - 4LP1 - 4LP1 - 4LP1 - 9LP1 - 9

LP1 - 9 LP1 - 9 LP1 - 4 LP1 - 4 LP1 - 4 LP1 - 4

LP1 - 4LP1 - 4LP1 - 4LP1 - 4LP1 - 9LP1 - 9

LP1 - 9 LP1 - 9 LP1 - 4 LP1 - 4 LP1 - 4 LP1 - 4

LP1 - 5

LP1 - 5

LP1 - 5

LP1 - 5

LP1 - 5

LP1 - 5

LP1 - 5 LP1 - 5 LP1 - 5 LP1 - 5 LP1 - 5 LP1 - 5 LP1 - 5

LP1 - 2 LP1 - 2

LP1 - 2LP1 - 2

LP1 - 2 LP1 - 2

LP1 - 2LP1 - 2

LP1 - 2 LP1 - 2

LP1 - 2 LP1 - 2 LP1 - 2

LP1 - 2

LP1 - 8

LP1 - 8 LP1 - 8

LP1 - 8

LP1 - 2 LP1 - 8

LP1 - 8

LP1 - 8

LP1 - 8

LP1 - 7LP1 - 7

LP1 - 7 LP1 - 7LP1 - 7

LP1 - 7

LP1 - 7

LP1 - 7

LP1 - 7

LP1 - 7LP1 - 7

LP1 - 7

LP1 - 7

LP1 - 7

LP1 - 7

LP1 - 7 LP1 - 7

LP1 - 6 LP1 - 6 LP1 - 6 LP1 - 6 LP1 - 6 LP1 - 6 LP1 - 6 LP1 - 6 LP1 - 6 LP1 - 6

LP1 - 6LP1 - 6

C1E C1 C1E C1 C1E C1 C1E C1 C1E C1

C1C1E

SECURE

STORAGE

111

SEARCH ROOM

107

INTERVIEW

ROOM

106

SECURE

CORRIDOR

105

V1

V1E V1

V1

V1E

V1E

V1

LP1 - 3 LP1 - 3

LP1 - 3

LP1 - 3

LP1 - 3

LP1 - 3

LP1 - 3

LP1 - 9 LP1 - 9

S1

LP1 - 7

LP1 - 7

LP

1 -

3

LP

1 -

3

G2 G2E

G2ELP1 - 1

V1

V1E

LP1 - 3

LP1 - 3

LP1 - 3

V2E

V2

LP1 - 3

LP1 - 3

LP1 - 9LP1 - 9S2 S2

LP1 - 3

LP1 - 3

K

K

LP1 - 1K

LP1 - 5

LP

1 -

5

X1

X2

LP1 - 5X2

LP1 - 8

X2

LP

1 -

8

X1

LP1 - 4X1

LP1 - 8X1

LP1 - 3 LP1 - 3 LP1 - 3K K K

V1LP1 - 3

V1

V1

V1

V1E

V1E

LP

1 -

8

LP

1 -

8

LP

1 -

8

LP1 - 8

LP1 - 8

G1

G1G1

LP1 - 3LP1 - 3

LP1 - 3 LP1 - 3

X1

LP

1 -

7

X1LP1 - 7

X1LP1 - 9

X2

LP1 - 4

X1

LP1 - 8

LP1 - 5K

LP1 - 5K

LP1 - 5K

LP1 - 3

LP1 - 3K

K

B3

LP1 - 5

V1E

LP

1 -

8

1.5

01

05

02

2.3

3

3.6

04

06

A B C D E F

C1C1E

C1

LP1 - 19LP1 - 19LP1 - 19

X2LP1 - 5

G1E

B1

B1

B1E

LP

1 -

8

LP

1 -

8

LP

1 -

8

B1E

LP

1 -

9

LP1 - 4 LP1 - 4

B1 B1

C1LP1 - 6

LP1 - 19 LP1 - 19 LP1 - 19

C1 C1E C1

2

3

1 (TYP.)

1(TYP.)

8' 6" AFG (TYP.)

TC

X1

LP

1 -

3

SHEET NUMBER

BID DOCUMENTS

SHEET TITLE

PENSACOLA INTERNATIONAL

AIRPORT

PENSACOLA

GENERAL

AVIATION

FACILITY (GAF)

PROFESSIONAL SEAL

904-256-2500 Fax 904-256-2503

10748 Deerwood Park Blvd. SouthJacksonville, Florida 32256-0597

www.rsandh.com

FL Cert. Nos. AAC001886 * IB26000956

REVISIONS

DATE ISSUED:

REVIEWED BY:

DRAWN BY:

DESIGNED BY:

PROJECT NUMBER:

© 2020 RS&H, INC.

03/03/2020

Copyright © 2019. This drawing is an instrument of service and property of RS&H, Inc. Any use or reproduction without the expressed written consent of this corporation is prohibited. All rights reserved.

She

et S

ize:

AR

CH

E 2

2X34

201-0052-002

EB0005620 * LCC000210 * GB238

PENSACOLA, FLORIDA

NOT F

OR

CONSTR

UCTIO

N

4/8

/20

20 1

:57

:17

PM

BIM

36

0://P

NS

GA

F/2

01

00

520

01

_P

NS

_G

AF

_E

_R

19.r

vt

FIRST FLOOR -

LIGHTING PLAN

EL101

WM/RB

TSK

WM/RB

SCALE: = 1'-0"3/16"

0 4 8 124

SCALE: 3/16" = 1'-0"EL101

FIRST FLOOR - LIGHTING PLAN1

1. LIGHTING FIXTURES SHALL BE CONTROLLED VIA TIMECLOCK / PHOTOCELL.

2. LIGHT SWITCH CONTROLS SECURE CORRIDOR 105.

3. LIGHT SWITCH CONTROLS CORRIDOR 110.

KEY NOTES

1

(TYP.)

NO. DESCRIPTION DATE

1 ADDENDUM 6 4/8/20

TN

PN

1

1

1

Page 6: $GGHQGXP - GSI Construct

PF

PF

E

E

E

E

E

E

E

E

E

E

E

E

E

E

EE

E

E

E

E

E

E

E

E

E

EE

E

E

E

E

E

E

EE

E

E

E E

E

LA

E

E

E E EE

E

E

EP101

2

EP101

3Sim

66" AFF

60" AFF

60" AFF

66" AFF

RP1 - 1

RP

1 -

1

GFCI

GFCI GFCIRP1 - 1 RP1 - 1

GFCI

GFCI

GFCIRP1 - 26

RP1 - 27

RP1 - 2

RP1 - 28

RP1 - 2

RP1 - 2

RP1 - 4

RP1 - 4

RP1 - 4

RP1 - 4

RP1 - 5R

P1 -

5

RP1 - 5

RP1 - 6

RP1 - 5

ERP - 9

ERP - 9

ERP - 9

ERP - 10

ERP - 9ERP - 9

ERP - 14

ERP - 13

RP1 - 8 RP1 - 8

RP1 - 8

RP1 - 8

RP1 - 8

RP1 - 34

RP1 - 34GFCI

RP1 - 7

RP1 - 11

RP1 - 11

RP1 - 11

RP1 - 11

RP1 - 11RP1 - 12

ERP - 7

RP1 - 12

ERP - 8

RP1 - 12

RP1 - 11

RP1 - 12

ERP - 11

ERP - 12

ERP - 15

VENDING

REFRIGERATOR

RP1 - 11

RP1 - 10

RP1 - 10

RP1 - 10

RP

1 -

7 RP1 - 7

RP1 - 7

ERP - 17

ERP - 17

LP1-14

VAV 1

LP1-14

VAV 2

VAV 5

LP1-21

LP1-21

VAV 6LP1-21

LP1-21VAV 7

LP1-10VAV 9LP1-21

VAV 10LP1-10VAV 11

LP1-10

LP1-11VAV 12

VAV 13LP1-11

LP1-11

VAV 15

VAV 14

LP1-11

LP1-11VAV 16

VAV 17LP1-10

VAV 18LP1-10

VAV 4LP1-10

RP1-21EF 1

EF 2RP1-21

RP1-19EF 3

EF 4RP1-19

RP

1-2

2

EF

6

EF 5LP1-13,15,17 PAC-1

RP1 - 12

OC

OC

36" OC

ERP - 16

ERP - 16

ERP - 16

ERP - 16

ERP - 16ERP - 16

ERP - 16

IN-USE WPGFCIRP1 - 30

MDP -8,10,12

RP1 - 1R

P1 -

1

HAND TOWEL DISP.

HA

ND

TO

WE

L D

ISP

.

REFRIGERATOR

RP1 - 5GFCI

RP1 - 34

RP1 - 34GFCI

SM

RP1-37

FUME HOOD LIGHT

INSINKERATOR

INSINKERATOR

LP1 -22,24,26

RP1 - 38

ERP - 22

VAV-3B

VAV-3ALP1 - 14

GFCI

RP1 - 40

TOILET

RP

1 -

42

RP

1 -

44

FLU

SH

VA

LVE

FLU

SH

VA

LVE

CU-1

RP1 -45,47

RP1 - 7RP1 - 12

MDP-2,4,6WATER HEATER

@ 66" RP1-2

1.5

01

05

02

2.3

3

3.6

04

06

A B C D E F

BREAKROOM

121

JAN

102

LACTATIONROOM

124

GENERALOFFICEAREA

122

SUPERVISOR'SOFFICE

123 AG LAB/ DISRM

104

INTERVIEWROOM

106

CHASE

109

HOLD RM

108

ENTRANCEOFFICE

113

LOCKERROOM

119

SEARCHROOM

107

MEN'S RR

120

PASSENGERWAITINGPORCH

690

ENTRYPORCH

659

UNISEX

101

PRE-PROCESSING

100

HVACEQUIPMENT

YARD

127

PROCESSINGAREA

103

LOCKERROOM

117

GENERALSTORAGE/FILE ROOM

115

PUBLICLOBBY

114

LAN/SLAN

112

ELECTRICAL

125

SECURESTORAGE

111

RP1 - 12

RP1 - 4

RP1 - 4

GFCI

RP1 - 5GFCI

GFCIRP1 - 16

GFCI

VAV-8

RP1 - 34

WATER FOUNTAIN

RP1 - 12

ERP - 9

RP1 - 9

RP1 - 9

RP

1 -

9

RP

1 -

9

RP1 - 14

RP1 - 14

RP1 - 14 RP1 - 14

RP1 - 13

RP1 - 13

RP1 - 13

RP1 - 13

RP1 - 15

RP1 - 15

RP1 - 15RP1 - 15

5

CONFERENCE

RM

116

5

5

SM

SM

30NF

IN-USE WP

RP1 - 16RP1 - 17

RP1 - 17

RP1 - 17

RP1 - 17 RP1 - 17

RP1 - 16

RP1 - 16

GFCIGFCI

GFCI

GFCI

GFCIGFCI

GFCI

GFCI

IN-USE WPIN-USE WP

IN-USE WP

IN-USE WP

IN-USE WPIN-USE WP

IN-USE WP

IN-USE WP

HOT WATER PUMP

RP1-18

SMRP1-11

ERP-26

FACP

T-LP1

MDP

RP1LP1

ELECTRICAL

125

ERP

RP1 - 20

ELECTRICAL GROUND BAR

05

D

ATS

LAN/SLAN

112

BATTERY CABINET

UPSRP1 - 23RP1 - 25

RP1 - 25

ERP - 2

ERP - 1

ERP - 6

ERP - 5

ERP - 3

ERP - 4

COMMUNICATIONS GROUND BAR

VERTICAL COMM LADDER

RP1 - 11

05

3.6

04

C

ER

P-1

8, 2

0 ERP-19, 21

ER

P-1

8, 2

0

ER

P-1

8, 2

0

ERP-19, 21

ERP-19, 21

ERP - 23

ERP - 24 ERP - 25

SHEET NUMBER

BID DOCUMENTS

SHEET TITLE

PENSACOLA INTERNATIONAL

AIRPORT

PENSACOLA

GENERAL

AVIATION

FACILITY (GAF)

PROFESSIONAL SEAL

904-256-2500 Fax 904-256-2503

10748 Deerwood Park Blvd. SouthJacksonville, Florida 32256-0597

www.rsandh.com

FL Cert. Nos. AAC001886 * IB26000956

REVISIONS

DATE ISSUED:

REVIEWED BY:

DRAWN BY:

DESIGNED BY:

PROJECT NUMBER:

© 2020 RS&H, INC.

03/03/2020

Copyright © 2019. This drawing is an instrument of service and property of RS&H, Inc. Any use or reproduction without the expressed written consent of this corporation is prohibited. All rights reserved.

She

et S

ize:

AR

CH

E 2

2X34

201-0052-002

EB0005620 * LCC000210 * GB238

PENSACOLA, FLORIDA

NOT F

OR

CONSTR

UCTIO

N

4/8

/20

20 1

:57

:19

PM

BIM

36

0://P

NS

GA

F/2

01

00

520

01

_P

NS

_G

AF

_E

_R

19.r

vt

FIRST FLOOR

PLAN - POWER

EP101

WM/RB

TSK

WM/RB

SCALE: 3/16" = 1'-0"EP101

FIRST FLOOR PLAN - POWER1SCALE: = 1'-0"

0 4 84

1/4"

1. PROVIDE CONNECTION TO INDOOR UNIT PER MANUFACTURER REQUIREMENTS.

2. PROVIDE RECEPTACLE FOR VIDEO MONITOR INSIDE DETENTION GRADE HOUSING.

3. PROVIDE IN-WALL RACEWAY FOR CONNECTION TO FURNITURE-RECEPTACLES COORDINATE WITH FURNITURE SUPPLIER.

4. 25% OF FURNITURE-SYSTEM-RECEPTACLES SHALL BE AUTOMATICALLY TURNED OFF BY OCCUPANCY SENSOR WITHIN 20 MINUTES OF ALL OCCUPANCTS LEAVING THE SPACE, OR BY TIME SCHEDULE. (ASHRAE 90.1 8.4.2)

5. 50% OF ALL RECEPTACLES SHALL BE AUTOMATICALLY TURNED OFF BY OCCUPANCY/VACANCY SENSOR WITHIN 20 MINUTES OF ALL OCCUPANCTS LEAVING THE SPACE, OR BY TIMESCHEDULE. (ASHRAE 90.1 8.4.2)

1

1

AC-1

KEY NOTES

SCALE: 1/4" = 1'-0"EP101

ENLARGED ELECTRIC ROOM2

SCALE: 1/4" = 1'-0"EP101

ENLARGED LAN / SLAN ROOM3

SCALE: = 1'-0"3/16"

0 4 8 124

2

3 3

NO. DESCRIPTION DATE

1 ADDENDUM 5 4/3/20

2 ADDENDUM 6 4/8/20

4 5

TN

PN

1

1

2

Page 7: $GGHQGXP - GSI Construct

SHEET NUMBER

BID DOCUMENTS

SHEET TITLE

PENSACOLA INTERNATIONAL

AIRPORT

PENSACOLA

GENERAL

AVIATION

FACILITY (GAF)

PROFESSIONAL SEAL

904-256-2500 Fax 904-256-2503

10748 Deerwood Park Blvd. SouthJacksonville, Florida 32256-0597

www.rsandh.com

FL Cert. Nos. AAC001886 * IB26000956

REVISIONS

DATE ISSUED:

REVIEWED BY:

DRAWN BY:

DESIGNED BY:

PROJECT NUMBER:

© 2020 RS&H, INC.

03/03/2020

Copyright © 2019. This drawing is an instrument of service and property of RS&H, Inc. Any use or reproduction without the expressed written consent of this corporation is prohibited. All rights reserved.

She

et S

ize:

AR

CH

E 2

2X34

201-0052-002

EB0005620 * LCC000210 * GB238

PENSACOLA, FLORIDA

NOT F

OR

CONSTR

UCTIO

N

4/8

/20

20 1

:57

:15

PM

BIM

36

0://P

NS

GA

F/2

01

00

520

01

_P

NS

_G

AF

_E

_R

19.r

vt

ELECTRICAL

PANEL

SCHEDULES

E601

WM/RB

TSK

WM/RB

1. ALL BRANCH CIRCUIT SIZES SHALL BE 2#12, 1#12 GND - 3/4"C UNO.2. SEE SINGLE LINE DIAGRAM FOR FEEDER SIZE.

Notes:

Receptacle 17280 VA 78.94% 13640 VA Total Est. Demand Current: 100 A

Other 313 VA 100.00% 313 VA Total Est. Demand Load: 83.2 kVA

Lighting 5252 VA 125.00% 6565 VA Total Conn. Current: 103 A

Equipment 62700 VA 100.00% 62700 VA Total Conn. Load: 85.5 kVA

Load Classification Connected Load (VA) Demand Factor Estimated Demand... Panel Totals

Total Amps: 109 A 104 A 98 A

Total Load: 30 kVA 28.5 kVA 27.1 kVA

41 42

39 40

37 38

35 36

33 34

31 32

29 30

27 28

25 1.4 kVA 26

23 1.4 kVA 24

21 1 20 A (E) VAV 2, 5 - 7, 9 2.5 kVA 1.4 kVA

(E) INSINKERATOR - RM 104 20 A 3

22

19 1 20 A (L) CANOPY ENTRANCE 0.3 kVA 18.1 kVA 20

17 0.3 kVA 18.5 kVA 18

15 0.3 kVA 18.5 kVA

T-LP1 (NOTE 2) 100 A 3

16

13

3 20 A (E) EF 5

0.3 kVA 8 kVA (E) VAV 1, 3 20 A 1 14

11 1 20 A (E) VAV 12 - 16 4 kVA 1.8 kVA (L) PARKING LOT LIGHTING 20 A 1 12

9 1 20 A (L) RM'S 103, 116 - 119 0.9 kVA 3.5 kVA (E) VAV 4, 8, 10, 11, 17, 18 20 A 1 10

7 1 20 A (L) RM'S 110 - 115 0.8 kVA 0.5 kVA (L) RM'S 100 - 105 20 A 1 8

5 1 20 A (L) RM 109 0.5 kVA 0.6 kVA (L) RM 659 20 A 1 6

3 1 20 A (L) RM'S 106-108, 111, 125 0.8 kVA 0.6 kVA (L) RM 103 20 A 1 4

1 1 20 A (L) RM'S 126 - 127 0.1 kVA 0.5 kVA (L) RM'S 120 - 124 20 A 1 2

CKT Poles Trip Circuit Description A B C Circuit Description Trip Poles CKT

Mounting: Surface Wires: 4 Mains Rating: 250 A

Supply From: MDP Phases: 3 Mains Type: MCB

Location: ELECTRICAL 125 Volts: 480/277 Wye A.I.C. Rating: 10000

PANEL: LP1

1. ALL BRANCH CIRCUIT SHALL BE 2#12 GND - 3/4"C UNO.2. 2 #10, 1 #10 GND - 3/4"C.

Notes:

Total Est. Demand Current: 143 A

Total Est. Demand Load: 51.3 kVA

Receptacle 17280 VA 78.94% 13640 VA Total Conn. Current: 153 A

Equipment 37700 VA 100.00% 37700 VA Total Conn. Load: 55 kVA

Load Classification Connected Load (VA) Demand Factor Estimated Demand... Panel Totals

Total Amps: 155 A 154 A 150 A

Total Load: 18.5 kVA 18.5 kVA 18.1 kVA

59 60

57 58

55 56

53 54

51 52

49 50

2.60... 0.30 kVA (E) GENERAL POWER FOR GENERATOR 20 A 1 48

45,472 30 A (E) CU-1 / AC - 1 (NOTE 2)

2.60 kVA 0.10 kVA (E) GCTC 20 A 1 46

2.10 kVA 0.50... (E) FLUSH VALVE WOMENS RR RM 120 20 A 1 44

2.10... 0.50 kVA (E) FLUSH VALVE MENS RR RM 120 20 A 1 42

39,41,43

3 20 A (E) GATE OPERATOR

2.10 kVA 0.50 kVA (R) TOILET - HOLD RM 108 20 A 1 40

37 1 20 A (E) FUME HOOD LIGHT - RM 104 0.50 kVA 1.70... (E) INSINKERATOR - RM 121 20 A 1 38

4.20... 0.18 kVA (R) GATE OPERATOR RECEPT. 20 A 1 36

4.20 kVA 1.54 kVA (R) EWC - RM 100 20 A 1 34

31,33,35

3 20 A (E) GATE OPERATOR - CBP PARKING

4.20 kVA 1.20... (E) WATER JACKET HEATER (GENERATOR) 20 A 1 32

29 1 20 A (E) GENERATOR BATTERY CHARGER 1.20... 0.18 kVA (R) PAC MAINT RECEPTACLE 20 A 1 30

27 1 20 A (R) BREAK RM - FRIDGE- RM 121 0.18 kVA 0.18 kVA (R) BREAK RM - MICROWAVE - RM 121 20 A 1 28

25 1 20 A (R) SLAN - RM 112 0.36 kVA 0.18... (R) BREAK RM - VENDING- RM 121 20 A 1 26

23 1 20 A (R) SLAN - RM 112 0.18... 0.18 kVA (R) SLAN - RM 112 20 A 1 24

21 1 20 A (E) EF 1,2 1.70 kVA 0.85 kVA (E) EF 6 20 A 1 22

19 1 20 A (E) EF 3,4 1.70 kVA 0.18... (R) ELECTRIC - RM 125 20 A 1 20

17 1 20 A (R) EXTERIOR GFCI 0.90... 0.85 kVA (E) HOT WATER PUMP 20 A 1 18

15 1 20 A (R) GENERAL OFFICE AREA 122 0.72 kVA 0.72 kVA (R) EXTERIOR GFCI 20 A 1 16

13 1 20 A (R) GENERAL OFFICE AREA 122 0.72 kVA 0.72... (R) GENERAL OFFICE AREA 122 20 A 1 14

11 1 20 A (R) ROOMS - 113, 114 1.80... 1.62 kVA (R) ROOMS 115, 116 20 A 1 12

9 1 30 A (R) GENERAL OFFICE AREA 122 0.72 kVA 0.54 kVA (R) SECURE STORAGE - RM 111 20 A 1 10

7 1 20 A (R) ROOMS - 106, 107 1.08 kVA 0.90... (R) ROOMS - 100, 101 20 A 1 8

5 1 20 A (R) ROOMS 104, 124 1.08... 0.18 kVA (R) FRIDGE - AG LAB/ DIS RM 104 20 A 1 6

3 1 20 A (R) EXTERIOR GATE 0.54 kVA 1.26 kVA (R) SUPERVISOR OFFICE - RM 123 20 A 1 4

1 1 20 A (R) LOCKEROOM / RR - RM 117-120 1.72 kVA 0.72... (R) BREAKROOM - RM 121 20 A 1 2

CKT Poles Trip Circuit Description A B C Circuit Description Trip Poles CKT

Mounting: Surface Wires: 4 Mains Rating: 225 A

Supply From: T-LP1 Phases: 3 Mains Type: MCB

Location: ELECTRICAL 125 Volts: 120/208 Wye A.I.C. Rating: 10000

PANEL: RP1

1. REFER TO THE SINGLE LINE DIAGRAM FOR FEEDER SIZE.2. BRANCH CIRCUIT SIZE SHALL BE 3#8, 1#12 GND - 3/4"C.3. BRANCH CIRCUIT SIZE SHALL BE 3#4, 1#8 GND - 1"C

Notes:

Receptacle 33480 VA 64.93% 21740 VA Total Est. Demand Current: 189 A

Other 313 VA 100.00% 313 VA Total Est. Demand Load: 157.4 kVA

Lighting 5252 VA 125.00% 6565 VA Total Conn. Current: 202 A

Equipment 128780 VA 100.00% 128780 VA Total Conn. Load: 167.8 kVA

Load Classification Connected Load (VA) Demand Factor Estimated Demand... Panel Totals

Total Amps: 213 A 205 A 200 A

Total Load: 58.9 kVA 56.6 kVA 55.4 kVA

41 42

39 40

37 38

35 36

33 34

31 32

29 30

27 28

25 26

23 24

21 22

19 20

17 18

15 16

13 14

11 6.6 kVA 16.7 kVA 12

9 6.4 kVA 16.7 kVA 10

7

3 60 A UPS (NOTE 1)

7.3 kVA 16.7 kVA

(E) PAC - 1 (NOTE 3) 80 A 3

8

5 27.1 kVA 5 kVA 6

3 28.5 kVA 5 kVA 4

1

3 250 A LP1 (NOTE 1)

30 kVA 5 kVA

(E) WATER HEATER (NOTE 2) 25 A 3

2

CKT Poles Trip Circuit Description A B C Circuit Description Trip Poles CKT

Mounting: Surface Wires: 4 Mains Rating: 400 A

Supply From: ATS Phases: 3 Mains Type: MCB

Location: ELECTRICAL 125 Volts: 480/277 Wye A.I.C. Rating: 65000

PANEL: MDP

Notes:

Total Est. Demand: 39 A

Total Conn.: 48 A

Total Est. Demand: 14180 VA

Receptacle 16200 VA 80.86% 13100 VA Total Conn. Load: 17280 VA

Equipment 1080 VA 100.00% 1080 VA

Load Classification Connected Load Demand Factor Estimated Demand Panel Totals

Legend:

Total Amps: 61 A 53 A 56 A

Total Load: 7260 VA 6390 VA 6630 VA

41 42

39 40

37 38

35 36

33 34

31 32

29 30

27 28

25 (R) LAN/SLAN 112 20 A 1 1200... 720 VA 1 20 A (E) FACP 26

23 (R) LAN/SLAN 112 20 A 1 1200... 1200... 1 20 A (R) LAN/SLAN 112 24

21 750 VA 180 VA 1 20 A (R) VIDEO MONITOR - DETENTION CORRIDOR 22

19(E) POWER SUPPLY - RM 112 20 A 2

750 VA 750 VA 20

17 (R) PROCESSING AREA - RM 103 20 A 1 360 VA 750 VA2 20 A (E) POWER SUPPLY - RM 112

18

15 (R) PROCESSING AREA - RM 103 20 A 1 360 VA 1260... 1 20 A (R) PRE PROCESSING AREA - RM 103 16

13 (R) PROCESSING AREA - RM 103 20 A 1 360 VA 360 VA 1 20 A (R) PROCESSING AREA - RM 103 14

11 (E) XRAY - RM 103 20 A 1 360 VA 360 VA 1 20 A (R) PROCESSING AREA - RM 103 12

9 (R) PROCESSING AREA - RM 103 20 A 1 1080... 360 VA 1 20 A (R) PROCESSING AREA - RM 103 10

7 (R) CONF. RM 116 20 A 1 360 VA 360 VA 1 20 A (R) CONF. RM 116 8

5 (R) LAN/SLAN 112 20 A 1 1200... 1200... 1 20 A (R) LAN/SLAN 112 6

3 (R) LAN/SLAN 112 20 A 1 1200... 1200... 1 20 A (R) LAN/SLAN 112 4

1 (R) LAN/SLAN 112 20 A 1 1200... 1200... 1 20 A (R) LAN/SLAN 112 2

CKT Circuit Description Trip Poles A B C Poles Trip Circuit Description CKT

Notes:

Enclosure: Type 1 MCB Rating: 225 A

Mounting: Surface Wires: 4 Mains Rating: 225 A

Supply From: UPS Phases: 3 Mains Type: MCB

Location: ELECTRICAL 125 Volts: 120/208 Wye A.I.C. Rating: 10000

Branch Panel: ERP

100

100

MLO

NO. DESCRIPTION DATE

1 ADDENDUM 6 4/8/20

1

1

1

1

1

1

1

1

1

Page 8: $GGHQGXP - GSI Construct

65 KAIC

1

MAIN DISTRIBUTION

480/277V SEC

UTILITY PAD

FEEDERFROM UTILITY

400AT400AF

STANDBY GENERATOR

250KW, 480/277V, 3Ø, 4W

NE

"ATS-E"

480/277V400A, 3P

3

250.4

"T-LP1"

480V PRIMARY120/208V3Ø, 4W, SEC

250.4

125 KWLOAD BANK

RP1208/120V

225AMCB

60 AT100 AF

LP1480/277V

250AMCB

250 AT300 AF

MAIN ELEC

MAINTENANCE

400.4

400.4

MTD XFMR

PANEL "MDP"400 AT400 AF

MAIN480/277V, 3Ø, 4W

Y

75KVA

(LSI)

SPD

RM 125

400.S

400AT400AF

150.3

400.4

300KVA

2

SPARE

60 AT100 AF

UPS

480V PRIMARY120/208V3Ø, 4W, SEC

100.4

ERP208/120V

100AMCB

30KVA

60.4

M

SERVICE ENTRANCE

RATED

400/3/400/3R

400.S

RM 125

RM 125

RM 125

600V, 400A, 3PHNEMA 3R65 KAIC

65 KAIC

3/0 GND

3/0 GND

2

25 AT100 AF

WATER HEATMECHANICAL RM.480V, 3Ø

MARK CAPACITY SETS PHASE/WIRE

3/3

3/4

3/3

3/4

3/3

3/4

3/3

3/4

3/3

3/4

3/3

3/4

3/3

3/4

3/4

3/3

3/4

3/4

3/3

3/4

3/4

3/3

3/4

3/4

3/3

3/4

3/4

3/3

3/4

3/4

3/3

3/4

3/4

3/3

3/4

3/4

3/3

3/4

3/4

3/3

3/4

3/4

3/3

3/4

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

2

2

2

2

2

2

2

2

2

2

2

2

3

3

3

3

3

ELECTRICAL CONDUCTOR SCHEDULE

WIRE

30.3 30 AMP

30.4 30 AMP

40.3 40 AMP

40.4 40 AMP

50.3 50 AMP

50.4 50 AMP

60.3 60 AMP

60.4 60 AMP

70.3 70 AMP

70.4 70 AMP

80.3 80 AMP

80.4 80 AMP

100.3 100 AMP

100.4 100 AMP

100.S 100 AMP

150.3 150 AMP

150.4 150 AMP

150.S 150 AMP

225.3 225 AMP

225.4 225 AMP

225.S 225 AMP

250.3 250 AMP

250.4 250 AMP

250.S 250 AMP

300.3 300 AMP

300.4 300 AMP

300.S 300 AMP

400.3 400 AMP

400.4 400 AMP

400.S 400 AMP

500.3 500 AMP

500.4 500 AMP

500.S 500 AMP

600.3 600 AMP

600.4 600 AMP

600.S 600 AMP

800.3 800 AMP

800.4 800 AMP

800.S 800 AMP

1000.3 1000 AMP

1000.4 1000 AMP

1000.S 1000 AMP

1200.3 1200 AMP

1200.4 1200 AMP

(3) #10 CU

(4) #10 CU

(3) #6 CU

(4) #6 CU

(3) #6 CU

(4) #6 CU

(3) #4 CU

(4) #4 CU

(3) #4 CU

(4) #4 CU

(3) #2 CU

(4) #2 CU

(3) #1 CU

(4) #1 CU

(4) #1 CU

(3) #2/0 CU

(4) #2/0 CU

(4) #2/0 CU

(3) #4/0 CU

(4) #4/0 CU

(4) #4/0 CU

(3) #250KCMIL CU

(4) #250KCMIL CU

(4) #250KCMIL CU

(3) #350KCMIL CU

(4) #350KCMIL CU

(4) #350KCMIL CU

(3) #4/0 CU X 2

(4) #4/0 CU X 2

(4) #4/0 CU X 2

(3) #250KCMIL CU X 2

(4) #250KCMIL CU X 2

(4) #250KCMIL CU X 2

(3) #350KCMIL CU X 2

(4) #350KCMIL CU X 2

(4) #350KCMIL CU X 2

(3) #600KCMIL CU X 2

(4) #600KCMIL CU X 2

(4) #600KCMIL CU X 2

(3) #600KCMIL CU x 3

(4) #600KCMIL CU x 3

(4) #600KCMIL CU x 3

(3) #600KCMIL CU x 3

(4) #600KCMIL CU x 3

EQUIP GND

#10 CU

#10 CU

#10 CU

#10 CU

#10 CU

#10 CU

#10 CU

#10 CU

#8 CU

#8 CU

#8 CU

#8 CU

#8 CU

#8 CU

-

#6 CU

#6 CU

-

#6 CU

#6 CU

-

#6 CU

#6 CU

-

#4 CU

#4 CU

-

#4 CU X 2

#4 CU X 2

-

#2 CU X 2

#2 CU X 2

-

#1 CU X 2

#1 CU X 2

-

#1/0 CU X 2

#1/0 CU X 2-

#2/0 CU X 3

#2/0 CU X 3-

#3/0 CU X 3

#3/0 CU X 3

CONDUIT

3/4"

3/4"

1"

1"

1"

1"

1-1/2"

1-1/2"

1-1/2"

1-1/2"

1-1/2"

1-1/2"

2"

2"

2"

2"

2"

2"

3"

3"

3"

3"

3"

3"

3"

3"

3"

3"X 2

3"X 2

3"X 2

3"X 2

3"X 2

3"X 2

1200.S 1200 AMP

1600.3 1600 AMP

1600.4 1600 AMP

1600.S 1600 AMP

3

4

4

4

3/4

3/3

3/4

3/4

(4) #600KCMIL CU x 3

(3) #600KCMIL CU x 4

(4) #600KCMIL CU x 4

(4) #600KCMIL CU x 4

-

#4/0 CU X 4

#4/0 CU X 4-

3"X 2

3"X 2

3"X 2

3"X 2

3"X 2

3"X 2

4"X 3

4"X 3

4"X 3

4"X 3

4"X 3

4"X 3

4"X 4

4"X 4

4"X 4

SERVICE GROUNDING ELECTRODE CONDUCTORS (GEC)AMPS

100

150

200

250

400

500

600

800

1000

1200

1600

2000

3000

4000

5000

GEC SIZE

#6 CU

#6 CU

#2 CU

#2 CU

#1/0 CU

#1/0 CU

#3/0 CU

#3/0 CU

#3/0 CU

#3/0 CU

#3/0 CU

#3/0 CU

#3/0 CU

#3/0 CU

#3/0 CU

SHEET NUMBER

BID DOCUMENTS

SHEET TITLE

PENSACOLA INTERNATIONAL

AIRPORT

PENSACOLA

GENERAL

AVIATION

FACILITY (GAF)

PROFESSIONAL SEAL

904-256-2500 Fax 904-256-2503

10748 Deerwood Park Blvd. SouthJacksonville, Florida 32256-0597

www.rsandh.com

FL Cert. Nos. AAC001886 * IB26000956

REVISIONS

DATE ISSUED:

REVIEWED BY:

DRAWN BY:

DESIGNED BY:

PROJECT NUMBER:

© 2020 RS&H, INC.

03/03/2020

Copyright © 2019. This drawing is an instrument of service and property of RS&H, Inc. Any use or reproduction without the expressed written consent of this corporation is prohibited. All rights reserved.

She

et S

ize:

AR

CH

E 2

2X34

201-0052-002

EB0005620 * LCC000210 * GB238

PENSACOLA, FLORIDA

NOT F

OR

CONSTR

UCTIO

N

4/8

/20

20 1

:57

:16

PM

BIM

36

0://P

NS

GA

F/2

01

00

520

01

_P

NS

_G

AF

_E

_R

19.r

vt

ELECTRICAL ONE

LINE DIAGRAM

E701

WM/RB

TSK

WM/RB

SCALE: 12" = 1'-0"E701

PNS GAF - SINGLE LINE DIAGRAM1

NOTE: SCHEDULE IS A MASTER SCHEDULE. NOT ALL CONDUCTOR SIZES ARE USED IN THE SINGLE LINE DIAGRAM.

NOTE: SCHEDULE IS A MASTER SCHEDULE. NOT ALL CONDUCTOR SIZES ARE USED IN THE SINGLE LINE DIAGRAM.

NOT TO SCALE

NO. DESCRIPTION DATE

1 ADDENDUM 6 4/8/20

1

1

Page 9: $GGHQGXP - GSI Construct

PF

PF

M

M

M

M

M

M

MM

M

M

T402

1

2

WOMEN'S RR

118

MEN'S RR

120

LOCKER ROOM

117

LOCKER ROOM

119

CORRIDOR

110

BREAK ROOM

121

PROCESSING

AREA

103

ENTRY PORCH

659

PASSENGER

WAITING

PORCH

690

PRE-PROCESSING

100

UNISEX

101

JAN

102

SECURE

CORRIDOR

105

HOLD RM

108

CHASE

109AG LAB/ DIS RM

104

LACTATION

ROOM

124

SUPERVISOR'S

OFFICE

123

GENERAL

OFFICE AREA

122

CORRIDOR

110

MECHANICAL

ROOM

126INTERVIEW

ROOM

106

SEARCH ROOM

107SECURE

STORAGE

111LAN/SLAN

112

ELECTRICAL

125

PUBLIC LOBBY

114

ENTRANCE

OFFICE

113GENERAL

STORAGE/ FILE

ROOM

115

CONFERENCE

RM

116

CORRIDOR

110

15

15

15

15

30

30 15

15

15

30

C

15

C

15

C

15

C

15C

15

C

15

C

15

C

15

C

15

C

15

C

15

30

30

15

15

30

1.5

01

05

02

2.3

3

3.6

04

06

A

A

B

B

C D E F

FS

TS

FA

CP

GA

AP

S

SHEET NUMBER

BID DOCUMENTS

SHEET TITLE

PENSACOLA INTERNATIONAL

AIRPORT

PENSACOLA

GENERAL

AVIATION

FACILITY (GAF)

PROFESSIONAL SEAL

904-256-2500 Fax 904-256-2503

10748 Deerwood Park Blvd. SouthJacksonville, Florida 32256-0597

www.rsandh.com

FL Cert. Nos. AAC001886 * IB26000956

REVISIONS

DATE ISSUED:

REVIEWED BY:

DRAWN BY:

DESIGNED BY:

PROJECT NUMBER:

© 2020 RS&H, INC.

03/03/2020

Copyright © 2019. This drawing is an instrument of service and property of RS&H, Inc. Any use or reproduction without the expressed written consent of this corporation is prohibited. All rights reserved.

She

et S

ize:

AR

CH

E 2

2X34

201-0052-002

EB0005620 * LCC000210 * GB238

PENSACOLA, FLORIDA

NOT F

OR

CONSTR

UCTIO

N

4/8

/20

20 1

:57

:20

PM

BIM

36

0://P

NS

GA

F/2

01

00

520

01

_P

NS

_G

AF

_E

_R

19.r

vt

FIRST FLOOR

PLAN - FIRE

ALARM

FA101

WM/RB

TSK

WM/RB

SCALE: = 1'-0"

0 8 168

1/8"

SCALE: 1/8" = 1'-0"FA101

FIRST FLOOR PLAN - FIRE ALARM1

NO. DESCRIPTION DATE

1 ADDENDUM 6 4/8/20

TN

PN

1

1. CONTRACTOR SHALL COORDINATE FINAL LOCATION OF PANEL WITH FIRE PROTECTION ENGINEER, AIRPORT REPRESENTATIVE, AND LOCAL FIRE DEPARTMENT.

KEY NOTES

1

1

1

Page 10: $GGHQGXP - GSI Construct

FACP

FIR

E

TELBK-BRD

3/4" C

F.O. CONNECTION

DACT

FSTS

GAAP

SYSTEM INPUTS

PULL STATIONS

AHU DUCT SMOKE DETECTOR

TAMPER SWITCH ACTUATED

FLOW SWITCH ACTUATED

ANY NOTIFICATION CIRCUIT OR DEVICE MALFUNCTION

ANY INITIATION CIRCUIT OR DEVICE MALFUNCTION

AC

TUA

TE

FIR

E A

LAR

M N

OT

IFIC

ATI

ON

AC

TUA

TE

PA

NE

L A

RLA

M

AC

TUA

TE

SU

PE

RV

ISO

RY

ALA

RM

AC

TUA

TE

PA

NE

L T

RO

UB

LE A

LAR

M

SH

UT

DO

WN

AH

U

TR

AN

SM

IT P

AN

EL

SIL

EN

T A

LAR

M T

O C

EN

TR

AL

ST

ATI

ON

TR

AN

SM

IT S

UP

ER

VIS

OR

Y A

LAR

M T

O C

EN

TR

AL

ST

ATI

ON

TR

AN

SM

IT P

AN

EL

TRO

UB

LE A

LAR

M T

O C

EN

TR

AL

ST

AT

ION

TR

AN

SM

IT P

AN

EL

ALA

RM

TO

CE

NT

RA

L S

TA

TIO

N

TR

AN

SM

IT D

EV

ICE

STA

TUS

TO

CE

NT

RA

L S

TA

TIO

N

X X X X

X X X X

X X X

X X X X

X X X

X X X

SHEET NUMBER

BID DOCUMENTS

SHEET TITLE

PENSACOLA INTERNATIONAL

AIRPORT

PENSACOLA

GENERAL

AVIATION

FACILITY (GAF)

PROFESSIONAL SEAL

904-256-2500 Fax 904-256-2503

10748 Deerwood Park Blvd. SouthJacksonville, Florida 32256-0597

www.rsandh.com

FL Cert. Nos. AAC001886 * IB26000956

REVISIONS

DATE ISSUED:

REVIEWED BY:

DRAWN BY:

DESIGNED BY:

PROJECT NUMBER:

© 2020 RS&H, INC.

03/03/2020

Copyright © 2019. This drawing is an instrument of service and property of RS&H, Inc. Any use or reproduction without the expressed written consent of this corporation is prohibited. All rights reserved.

She

et S

ize:

AR

CH

E 2

2X34

201-0052-002

EB0005620 * LCC000210 * GB238

PENSACOLA, FLORIDA

NOT F

OR

CONSTR

UCTIO

N

4/8

/20

20 1

:57

:20

PM

BIM

36

0://P

NS

GA

F/2

01

00

520

01

_P

NS

_G

AF

_E

_R

19.r

vt

FIRE ALARM

RISER DIAGRAM

FA701

WM/RB

TSK

WM/RB

SCALE: 1" = 1'-0"FA701

FIRE ALARM ONE LINE DIAGRAM1SCALE: 1" = 1'-0"FA701

FIRE ALARM OPERATION SEQUENCE2

NO. DESCRIPTION DATE

1 ADDENDUM 6 4/8/20

1

Page 11: $GGHQGXP - GSI Construct

PENSACOLA INTERNATIONAL AIRPORT 20100052.002 GENERAL AVIATION FACILITY Addendum 6 April 6, 2020

Project

Pensacola GAF

Pensacola International Airport, Pensacola, FL

SUBSTITUTION REQUEST (During the Bidding Phase)

Substitution Request Number:

From:

To: RS&H

Attn: Marjorie Weibe-Reed

Date:

A/E Project Number: 2010052-002

Re: Contract For:

Specification Title: Description:

Section: Page: Article/Paragraph:

Proposed Substitution: Manufacturer:

Address: Phone: Trade Name: Model No.:

Attached data includes product description, specifications, drawings, photographs, and performance and test data adequate for evaluation of the request; applicable portions of the data are clearly identified.

Attached data also includes a description of changes to the Contract Documents that the proposed substitution will require for its proper installation.

The Undersigned certifies: Proposed substitution has been fully investigated and determined to be equal or superior in all respects to specified product. Same warranty will be furnished for proposed substitution as for specified product. Same maintenance service and source of replacement parts, as applicable, is available. Proposed substitution will have no adverse effect on other trades and will not affect or delay progress schedule. Proposed substitution does not affect dimensions and functional clearances. Proposed substitution will not have a cost impact on the project. Payment will be made for changes to building design, including A/E design, detailing, and construction costs caused by the

substitution.

Submitted by: Signed by: Firm:

Address:*

Telephone:*

Signature required .

A/E’s REVIEW AND ACTION

Substitution approved - Make submittals in accordance with Specification Section 01330. Substitution approved as noted - Make submittals in accordance with Specification Section 01330. Substitution rejected - Use specified materials. Substitution Request received too late - Use specified materials.

Signed by: Date:

Supporting Data Attached: Drawings Product Data Samples Tests Reports

(GAF)

Page 12: $GGHQGXP - GSI Construct

CITY OF PENSACOLA, FLORIDA P-31 BID FORM PENSACOLA INTERNATIONAL AIRPORT APRIL 2020 GENERAL AVIATION FACILITY (GAF) ADDENDUM 06

THE CITY OF PENSACOLA, FLORIDA

PENSACOLA INTERNATIONAL AIRPORT

BID FORM Project Name: Southwest RON Apron

AIP Project No: PENDING RS&H Project No: 201-0052-003

ITEM NO. WORK ITEM DESCRIPTION ESTIMATED

LINE

ITEM

QTY UNIT AMOUNT

SITEWORK

BUILDING

TOTAL ESTIMATED

CONSTRUCTION COST

ADDITIVE ALTERNATE 1

ESTIMATED GRAND TOTAL

201-0052-002

General Aviation FaciltiyPENSACOLA GAF

Page 13: $GGHQGXP - GSI Construct

CITY OF PENSACOLA, FLORIDA P-33 BID FORM PENSACOLA INTERNATIONAL AIRPORT APRIL 2020 GENERAL AVIATION FACILITY (GAF) ADDENDUM 06

ACREAGE

ITEM NO. WORK ITEM DESCRIPTION ESTIMATED

LINE

ITEM 5

QTY UNIT

UNIT

PRICE AMOUNT

COST PER

AC

1 SITE PREP

2 UILITIES

3 PARKING / CURBS / STRIPING /

SIGNAGE

4 STORMWATER MANAGEMENT

5 WALKS/ BOLLARDS / FLAGPOLES

6 SITE SECURITY & LIGHTING

7 LANDSCAPE & IRRIGATION

8 FENCING & GATES

9 EQUIPMENT (GENERATOR &

INCINERATOR)

SUB-TOTAL

10 PERMITS

11 BUILDERS RISK

12 GENERAL LIABILITY

13 CONTRACTOR PROFIT FEE 10%

14 TOTAL ESTIMATED SITEWORK

COST

SITEWORK

Page 14: $GGHQGXP - GSI Construct

CITY OF PENSACOLA, FLORIDA P-32 BID FORM PENSACOLA INTERNATIONAL AIRPORT APRIL 2020 GENERAL AVIATION FACILITY (GAF) ADDENDUM 06

SQUARE

FOOT

ITEM NO. WORK ITEM DESCRIPTION ESTIMATED

LINE

ITEM 6,292

QTY UNIT UNIT PRICE AMOUNT

COST

PER SF

1 GENERAL CONDITIONS

Overhead, Field Supervision, Trailers, etc

2 SUBSTRUCTURE

Foundations

Slab on Grade

3 SHELL

Exterior Closure

Roofing

Entry Canopy

4 INTERIORS

Interior Construction - Doors, Partitions,

Sound Batts, Glazing

Interior Finishes

Specialties - Furniture, Equipment,

Signage, Casework

5 PLUMBING

General Plumbing - Restrooms, Break

Room, Ag Lab

6 FIRE PROTECTION

Wet Pipe System

7 HEATING, VENTILATING, AIR

CONDITIONING

Units with Standard Distribution

8 ELECTRICAL/LIGHTING

Electrical, Lighting, Fire Alarm, Security

SUB-TOTAL

9 PERMITS

10 BUILDERS RISK

11 GENERAL LIABILITY

12 CONTRACTOR PROFIT FEE 10%

13 TOTAL ESTIMATED BUILDING COST

BUILDING

Page 15: $GGHQGXP - GSI Construct

CITY OF PENSACOLA, FLORIDA P-34 BID FORM PENSACOLA INTERNATIONAL AIRPORT APRIL 2020 GENERAL AVIATION FACILITY (GAF) ADDENDUM 06

ITEM NO. WORK ITEM DESCRIPTION ESTIMATED

LINE

ITEM

QTY UNIT UNIT PRICE AMOUNT

LUMP

SUM

1 ADDITIVE ALTERNATE 1 -

MONUMENT SIGN

SUB-TOTAL

2 PERMITS

3 BUILDERS RISK

4 GENERAL LIABILITY

5 CONTRACTOR PROFIT FEE 10%

6 TOTAL ESTIMATED ADDITIVE

ALTERNATE COST

ADDITIVE ALTERNATE

Page 16: $GGHQGXP - GSI Construct

CITY OF PENSACOLA, FLORIDA P-35 BID FORM PENSACOLA INTERNATIONAL AIRPORT APRIL 2020 GENERAL AVIATION FACILITY (GAF) ADDENDUM 06

FOR ALL WORK REQUIRED IN ACCORDANCE WITH THE CONSTRUCTION DRAWINGS

SPECIFICATIONS AND OTHER CONTRACT DOCUMENTS, INCLUDING ALL COSTS RELATED

TO THE WORK, AND ANY REQUIRED PERMITS, TAXES, BONDS AND INSURANCE, THE

UNDERSIGNED SUMBITS A TOTAL BID AMOUNT OF:

TOTAL AMOUNT OF BASE BID (IN WORDS) _____________________________________ dollars and _____________cents

TOTAL BASE BID AMOUNT $_____________________________________________ TOTAL AMOUNT OF ADDITIVE ALTERNATE 1 BID (IN WORDS) _____________________________________ dollars and _____________cents TOTAL ADDITIVE ALTERNATE 1 AMOUNT $________________________________________ It is understood the quantities of work to be done at unit prices are approximate and are intended for bidding purposes only. Amounts are to be shown in both words and figures. In case of discrepancy the amount shown in words shall govern. Contract award will be based on the lowest qualified bid for base bid or base bid and alternate bid, depending on availability of funds. Bidders understand the Owner/Agent reserves the right to reject any irregular proposal and the right to waive technicalities if such waiver is in the best interest of the Owner/Agent and conforms to State and local laws and ordinances pertaining to the letting of construction contracts. The bidder agrees this bid shall be honored and may not be withdrawn for a period of 90 days after the schedule closing time for receiving bids. The bidder represents that it has examined the site of the Work and informed itself fully in regard to all conditions pertaining to the place where the work is to be done; that it has examined the plans and specifications for the work and other Contract Documents relative thereto and has read all of the Addenda furnished prior to the opening of the Bids, as acknowledged below; and that it has otherwise fully informed itself regarding the nature, extent, scope and details of the Work to be performed. If provided with a Notice of Intent to Award the Contract by the Owner, the bidder shall execute and deliver to the Owner all of the documents required by the Contract Documents, including but not limited to, the Addendum to the Agreement and the Performance and Payment Bonds in the form contained in the Contract Documents, furnish the required evidence of the specified insurance coverages, furnish all necessary permits, license, materials, equipment, machinery, maintenance, tools, apparatus, means of transportation and labor necessary to complete the Work.

Page 17: $GGHQGXP - GSI Construct

CITY OF PENSACOLA, FLORIDA P-36 BID FORM PENSACOLA INTERNATIONAL AIRPORT APRIL 2020 GENERAL AVIATION FACILITY (GAF) ADDENDUM 06

Dated and signed at ____________, ____________, this______ day of ___________, 2020

______________________________ (Name of Bidder)

______________________________

(Authorized Signature)

______________________________ (Title)

______________________________

(Mailing Address)

______________________________ (City, State, Zip)

Page 18: $GGHQGXP - GSI Construct

THE CITY OF PENSACOLA, FLORIDA INVITATION TO BID

GENERAL CONDITIONS To ensure acceptance, all bidders submitting bids to the City of Pensacola shall be governed by the following conditions, attached specifications, and bid form(s) unless otherwise specified. Bids not submitted on the bid form(s) provided shall be rejected, and bids not complying with these conditions will be subject to rejection. 1. Approved Equivalents or Equals: Any manufacturer's names, trade names, brand names, model numbers, etc.

listed in the specifications are for information only and not intended to limit competition. The Bidder may offer any brand for which he is an authorized representative, which meets or exceeds the specifications as written. If the bid is based on an "approved equivalent or equal" item(s) or service(s), supportive information in the form of the manufacturer's printed literature or brochures, sketches, diagrams, and/or complete specifications must accompany the bid. The bidder must explain in detail the reasons why the proposed equivalent or equal will meet specifications and not be considered an exception thereto. The City of Pensacola reserves the right to determine acceptance of proposed equivalent or equal item(s) or service(s). A Substitution Request Form is required to be completed by the bidder when making a substitution request.

2. Award of Bids: Recommendations for award of bids are made to the Mayor or City Council based on the lowest

and best responsible bidder meeting all conditions and requirements of the specifications. 3. Bid Bond: The particular item(s) or service(s) outlined within the attached specifications require(s) that a

certified check, cashier's check, or insurance company’s executed original bond made payable to the City of Pensacola in the amount of 5% of the amount bid accompany your bid. To ensure its prompt return, please include the company's name and return address on the face of your good faith check or draft. Checks or drafts accepted as good faith deposits will be retained within the City's Finance Department until award and execution of contract is complete, or until a purchase order is issued to the successful bidder. Any bidder withdrawing his bid after the bid opening forfeits the right of return of his good faith deposit.

4. Bid Withdrawal: No bid may be withdrawn after closing time for receipt of bids for a period of sixty (60) days

thereafter. The contract award shall be legally binding at the time of award by Mayor or City Council. 5. Delivery: Bid quotations shall include all freight costs to Pensacola, Florida to a point(s) specified herein or

specified at the time the purchase order is placed. No title to the item(s) or service(s) ordered nor any risk of loss shall be passed to the City of Pensacola until after receipt of delivery has been acknowledged by an authorized representative of the City of Pensacola.

6. Discounts: Terms offering a discount for prompt payment will be considered in determining the low bid. The

discount period shall begin whenever (1) the conditions of the specifications have been fully met and the product or service judged acceptable to the City of Pensacola or (2) a correct invoice and other required documents have been received, whichever is later. Discounts offered for a period of less than thirty (30) days will not be considered in determining low bid.

7. Exceptions to Specifications: During the drafting of written specifications, a sincere effort is made to describe

products and services best suited to the needs of the City; however, in order that consideration be given in evaluating bids, any exceptions to or deviations from the specifications as written must be noted and fully explained. The Mayor is the final authority in determining the acceptability of any exceptions to specifications.

8. Governing Law: The laws of the State of Florida shall be the laws applied in the resolution of any action, claim or

other proceeding arising out of this contract. 9. Identical Tie Bids: In the event that two or more bids are identical in price, preference shall be given to business

with Drug-Free Work Place Programs. A Drug-Free Work Place Certificate is enclosed. 10. Intent of Specifications: It is the intent of the specifications attached hereto to set forth and describe a certain

Page 19: $GGHQGXP - GSI Construct

item(s) or service(s) to be purchased by the City of Pensacola including all materials, equipment, machinery, tools, apparatus, and means of transportation (including freight costs) necessary to provide the item(s) or service(s).

11. Interpretations: All questions concerning the specifications or conditions shall be directed in writing to the

Purchasing Office, or as instructed on the Invitation to Bid Page, at least ten (10) days prior to the bid submittal deadline. Inquiries must reference the bid item(s) or service(s) and the date of the bid submittal deadline. Interpretations will be made in the form of an addendum placed on the City’s website. The City shall not be responsible for any other explanation or interpretation.

12. Legal Requirements: All applicable provisions of Federal, State, County, and local laws including all ordinances,

rules, and regulations shall govern the development, submittal and evaluation of all bids received in response to these specifications, and shall govern any and all claims between person(s) submitting a bid response hereto and the City of Pensacola, by and through its officers, employees and authorized representatives. A lack of knowledge by the bidder concerning any of the aforementioned shall not constitute a cognizable defense against the legal effect thereof. The Bidder agrees that it will not discriminate on the basis of race, creed, color, national origin, sex, age or disability.

13. Licenses, Registration and Certificates: Each bidder shall possess at the time of submitting its bid all licenses,

registrations and certificates necessary to engage in the business of contracting (or special contracting if the work to be performed necessitates a particular type of specialty contractor) in the City of Pensacola. Bidder must also possess all licenses, registrations and certificates necessary to comply with federal, state and local laws and regulations, including active registration with the Florida Department of State, Division of Corporations (www.sunbiz.org).

14. Mistakes: Bidders are expected to examine the conditions, scope of work, proposal prices, extensions, and all

instructions pertaining to the item(s) or service(s) involved. Failure to do so will be at the bidder’s risk. Unit prices bid will govern in award.

15. Payment of Invoices: The City of Pensacola issues checks for payment of invoices on the 10th of each month. The

signed receiving copy of the purchase order and a correct invoice must have been received by Accounts Payable Activity prior to the 4th of the month. Item(s) or service(s)s received on or after the 4th will be processed in the following month. All invoices are payable by the City under the terms of Florida Prompt Payment Act, Florida Statute §218.70. All purchases are subject to availability of funds in the City’s budget.

16. Permits and Taxes: The bidder shall procure all permits, pay all charges, fees, and taxes, and give all notices

necessary and incidental to the due and lawful prosecution of the work. Bidders who use public roads of the City of Pensacola, Florida for transport of goods of any kind which said goods were transported from a point without the City of Pensacola, Florida to a point within the City of Pensacola shall obtain a “Use of Streets” permit for a fee not in excess of the license paid for by local licensees engaged in the same business.

17. Pre-Bid Meetings: If a bid requires a mandatory pre-bid meeting, any representative of a firm wishing to submit a

bid must sign in with the name of the bidding firm. 18. Prohibited Conduct by Bidders: Upon the publication of any solicitation for sealed bids, requests for proposals,

requests for qualifications, or other solicitation of interest or invitation to negotiate by any authorized representative of the City of Pensacola, any party interested in submitting a bid, proposal, or other response reflecting an interest in participating in the purchasing or contracting process shall be prohibited from engaging in any communication pertaining to formal solicitations with the Mayor, any member of Pensacola City Council or any member of a selection/evaluation committee for RFPs/RFQs, whether directly or indirectly or through any representative or agent, whether in person, by mail, by facsimile, by telephone, by electronic communications device, or by any other means of communication, until such time as the City has completed all action with respect to the solicitation.

19. Protests: Protests of the plans, specifications, and other requirements of bids and requests for proposals must be

received in writing by the Purchasing Office at least ten (10) business days prior to the scheduled bid submittal deadline. A detailed explanation of the reason for the protest must be included. Protests of the intended award of bid

Page 20: $GGHQGXP - GSI Construct

or contract must be in writing and received in the Purchasing Office within five (5) business days of the notice of intent to award. A detailed explanation of the protest must be included.

20. Public Entity Crimes: By submitting a proposal each proposer is confirming that the company has not been placed on

the convicted vendors list as described in Florida Statute §287.133 (2) (a). 21. Public Records: Any material submitted in response to this Invitation to Bid will become a public document

pursuant to Florida Statute §119.07. This includes material which the responding bidder might consider to be confidential or a trade secret. Any claim of confidentiality is waived upon submission, effective after opening the bid pursuant to Florida Statute §119.07.

22. Public Records Law: The Parties shall each comply with Florida Public Records laws. The Parties hereby

contractually agree that each Party shall allow public access to all documents, papers, letters, or other public records as defined in Chapter 119, Florida Statutes, made or received by either Party in conjunction with this agreement, or related thereto, unless a statutory exemption from disclosure exists. Notwithstanding any provision to the contrary, it is expressly agreed that Contractor’s failure to comply with this provision, within seven (7) days of notice from the City, shall constitute an immediate and material breach of contract for which the City may, in the City’s sole discretion, unilaterally terminate this agreement without prejudice to any right or remedy.

23. Rejection of Bids: The City of Pensacola reserves the right to accept or reject any or all bids, to award bids on a

split-order basis by item or service number, to waive any minor bid irregularities, technicalities, or informalities, and to re-advertise for bids when deemed in the best interest of the City of Pensacola.

24. Sealed Bids: The specifications and all executed bid forms must be submitted in a sealed envelope. All bids must be

signed by an authorized representative of the bidder. In the event more than one bid submittal deadline is scheduled for the same date and time, do not include bids concerning different sets of specifications within the same envelope. The face of the sealed envelope shall be plainly marked identifying the bidder, the item(s) or service(s) bid and the bid number. It shall be the sole responsibility of the bidder to assure receipt of bid at the Purchasing Office prior to the published time for the bid submittal deadline. No bid will be accepted after closing time for receipt of bids, nor will any offers by telephone, fax, internet or email be accepted.

25. Tax: The City of Pensacola is exempt from all State and local sales tax. 26. Termination for Convenience: A contract may be terminated in whole or in part by the City at any time and for

any reason in accordance with this clause whenever the City shall determine that such termination is in the best interest of the City. Any such termination shall be effected by the delivery to the contractor at least thirty (30) business days before the effective date of a Notice of Termination specifying the extent to which performance shall be terminated and the date upon which termination becomes effective. An equitable adjustment in the contract price shall be made for the completed service, but no amount shall be allowed for anticipated profit on unperformed services.

27. Unauthorized Aliens: The City of Pensacola shall consider the employment by any contracted vendor of

unauthorized aliens a violation of Section 274A of the Immigration and Nationality Act. Such violation shall be cause for unilateral termination of this contract.

28. Venue: Venue for any claim, action or proceeding arising out of this contract shall be Escambia County, Florida.

ANY AND ALL SPECIAL CONDITIONS AND SPECIFICATIONS ATTACHED HERETO WHICH VARY FROM THESE GENERAL CONDITIONS SHALL HAVE PRECEDENCE.