24-40-KB Generator and Automatic Transfer Switch Installation

From: Spotsylvania(County)
24-40-KB

Basic Details

started - 03 Apr, 2024 (29 days ago)

Start Date

03 Apr, 2024 (29 days ago)
due - 07 May, 2024 (in 4 days)

Due Date

07 May, 2024 (in 4 days)
Bid Notification

Type

Bid Notification
24-40-KB

Identifier

24-40-KB
Spotsylvania County

Customer / Agency

Spotsylvania County
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

IFB 24-40-KB | Page 1 of 24 COUNTY OF SPOTSYLVANIA INVITATION FOR BID (IFB) 24-40-KB FOR Merchant Square Generator and Automatic Transfer Switch Installation 4/15/2024 Attention Vendors - Starting July 1, 2024 Spotsylvania County will be going fully electronic for solicitation submission. Please be sure to register with eVA at www.eva.virginia.gov . If you need supplier training please visit https://eva.virginia.gov/supplier-training-materials.html NAME OF SOLICITING PUBLIC BODY COUNTY OF SPOTSYLVANIA, PROCUREMENT DIVISION P.O. BOX 215, 8800 COURTHOUSE ROAD, 2ND FLOOR ROOM 414 SPOTSYLVANIA, VA 22553 BID DUE DATE AND TIME: BIDS SHALL BE MAILED OR HAND DELIVERED TO: Sealed Bids will be received until 5/7/2024 at 2:00 PM for furnishing the services described herein. No late bids will be accepted. Please check
for updates prior to submitting a bid to ensure timely delivery to the Procurement Department and refer to Attachment A of this solicitation for information to bidders and specific bid drop off procedures. Spotsylvania County Procurement Division, P.O. Box 215, Spotsylvania, VA 22553 or hand delivered to 8800 Courthouse Road, 2nd Floor Room 414, Spotsylvania, VA 22553 PRE-BID CONFERENCE/ SITE VISIT: ☐Mandatory ☒Non-Mandatory Date: Tuesday, April 23, 2024 Time: 9:00 AM Address: 9019 Old Battlefield Boulevard Spotsylvania, VA 22553 PUBLIC BID-OPENING: Date: Tuesday, May 7, 2024 Time: 2:00 PM QUESTIONS DUE DATE AND TIME: Questions and Inquiries from Bidders must be received by the Spotsylvania County Procurement Division by Tuesday, April 30, 2024 at noon. Questions must be emailed to Katie Baird, Senior Procurement Officer, at KBaird@spotsylvania.va.us. The County is not responsible for verbal clarification of information provided by parties other than staff of the Procurement Division. All updates are posted on the Spotsylvania County website at https://www.spotsylvania.va.us/374/Solicitations and www.eva.virginia.gov. It is the responsibility of the Bidder to check for additional updates prior to submission of bid. http://www.eva.virginia.gov/ https://eva.virginia.gov/supplier-training-materials.html https://www.spotsylvania.va.us/374/Solicitations http://www.eva.virginia.gov/ IFB 24-40-KB | Page 2 of 24 TABLE OF CONTENTS I. PURPOSE ............................................................................................................................3 II. BASIS OF AWARD ............................................................................................................3 III. INSTRUCTIONS TO BIDDERS ........................................................................................3 IV. SCOPE OF WORK ..............................................................................................................7 V. CONTRACT PERFORMANCE .........................................................................................7 VI. TERMS AND CONDITIONS: (Effective March 4, 2019) ...............................................12 ATTACHMENTS A –INFORMATION TO BIDDERS B – BID FORMS C – VENDOR AUTHORIZATION FORM D – DRAWINGS IFB 24-40-KB | Page 3 of 24 I. PURPOSE The County of Spotsylvania, Virginia is seeking bids from qualified Contractors who will be responsible for unloading, setting into place and rendering operational the generator and the automatic transfer switch at the project site, into their permanent location. The Owner will furnish and deliver the specified generator and automatic transfer switch. II. BASIS OF AWARD The award of a contract resulting from this Invitation for Bid shall be based on the following criteria: PRICE - The bids will be evaluated and contract award will be made to the lowest responsive and responsible Bidder in accordance with the Spotsylvania County Procurement Policy. Contract award will be based on the Total Bid Price, as stated on Attachment B, Bid Form. In case of arithmetic errors, the unit price will govern. The County reserves the right to reject any and all bids in whole or in part and to waive any informalities prior to making an award. III. INSTRUCTIONS TO BIDDERS A. This competitive sealed bidding procurement shall be conducted in accordance with the Spotsylvania County Procurement Policy. The Procurement Policy is available at https://www.spotsylvania.va.us/377/Spotsylvania-County-Policies. B. Bids may be withdrawn at any time before the bid opening. A Bidder wishing to withdraw the bid after bid opening may do so in accordance with Spotsylvania Procurement Policy Section 2-24. C. Bids shall be made by utilizing, initialing and signing Attachment B, Bid Form. The Bid Form (all pages) of this IFB must be completed and returned for a Bidder to be considered responsive. Specifications incorporated into this Invitation to Bid shall be followed accordingly. D. The Response Statement of the Bid Form (Attachment B) shall be completed in a sufficient manner to allow for a detailed comparison of the IFB Specifications and the Bidder’s proposed construction work to ascertain adherence to the Specifications. The Bidder shall explain in the Response Statement any deviations from the Specifications. E. Questions must be e-mailed to Spotsylvania County. All responses to inquiries will be in writing in the form of an Addendum and will be posted on eVA, https://www.spotsylvania.va.us/DocumentCenter/View/579/Procurement-Policy-PDF https://www.spotsylvania.va.us/DocumentCenter/View/579/Procurement-Policy-PDF IFB 24-40-KB | Page 4 of 24 www.eva.virginia.gov and on the Procurement Division website at https://www.spotsylvania.va.us/374/Solicitations. Questions from Bidders must be received by the date and time stated on Page 1 of this Invitation for Bid. The County is not responsible for verbal clarification of information provided by parties other than Procurement Division staff. F. Bidders are responsible for familiarizing themselves with all of the requirements stated herein. G. All bids must be in a sealed envelope and clearly marked as follows: 1. It is the Bidder’s sole responsibility to have their bid received by the Spotsylvania County Procurement Division at the above address and by the above stated time and date. Please note that Federal Express and other overnight delivery services do not guarantee morning delivery to Spotsylvania, Virginia. Next day delivery usually arrives in mid-to-late afternoon. Also, please note that USPS deliveries require additional days from the post office to the Procurement Office. If you will be using one of these services for delivery of your bid, please take this information into consideration. H. Late Bids shall not be considered and will be returned to Bidder unopened if received by special carrier or not accepted if hand delivered by Bidder. The time of receipt shall be determined by the time clock stamp in the Procurement Division, Room 414. I. Inclement Weather: In the event that Spotsylvania County is closed during the scheduled times for bids to be received/bid opening or a pre-bid conference/site visits; those scheduled dates/times will occur on the next business day that Spotsylvania County is open at the appropriate times as stated in the IFB. Please contact the Procurement Officer as stated in the IFB for information pertaining to this procurement. [Business/Contractor Name] Sealed Bid Spotsylvania County IFB # 24-40-KB Merchant Square Generator and Automatic Transfer Switch Installation Bid Opening: [Insert Date and Time as stated on Page 1 of this IFB, or as revised in any Addendum issued.] DO NOT OPEN http://www.eva.virginia.gov/ https://www.spotsylvania.va.us/374/Solicitations IFB 24-40-KB | Page 5 of 24 J. Specifications incorporated into this Invitation to Bid shall be followed accordingly. Bids must be made by utilizing, signing, and submitting the respective Bid Forms. The Bid Form must include the total bid price, warranty details and exceptions to the specification (if any), to be considered responsive. The Bid Form in its entirety must be completed and returned for a Bidder to be considered responsive. K. All warranties shall commence from the date of Spotsylvania County’s acceptance of the completed work. The contractor warrants that, unless otherwise specified, all materials and equipment incorporated in the work under the contract shall be new, first class condition, and in accordance with the contract documents. The contractor further warrants that all workmanship shall be of the highest quality and in accordance with contract documents and shall be performed by persons qualified at their respective trades. Work not conforming to these warranties shall be considered defective. This warranty of materials and workmanship separate and independent from and in addition to any of the contractor’s other guarantees or obligations in this contract. L. The minimum warranty/maintenance period for the construction and related accessories shall be at least two years unless otherwise specified in the Specifications incorporated herein and made part of this IFB and shall start from the date of Spotsylvania County’s acceptance of the completed work. J. BID BOND: All bids shall be accompanied by a Bid Bond from a surety company selected by the Bidder, which is legally authorized to do business in Virginia in the amount of five percent (5%) of the amount of the bid if the bid price is in an amount of or over $100,000. If the bid price is less than $100,000 the County may ask for a bid bond after the opening of the IFB and performance and payment bonds before work commences. In lieu of a Bid Bond, a Bidder may furnish a certified check or cash escrow in the face amount required for the bond. Such bid guarantee shall be submitted with the understanding of the following: 1. It shall guarantee that the Bidder will not withdraw his bid during the period of 150 days following the opening of bids; if his bid is accepted, he will enter into a formal Contract with Spotsylvania County in accordance with the County Agreement or Purchase Order included as a part of the Contract Documents; and the Standard Performance Bond and the Standard Labor and Material Payment Bond shall be given. And further, in the event of the withdrawal of the said bid within said period, or failure to enter into said Contract and give said Bonds within ten (10) days after he has received Notice of Award, the Bidder shall be liable to the Spotsylvania County Board of Supervisors for the lesser of (i) the difference between the Bid for which the Bond was written and the next low Bid, or (ii) the face amount of the Bid Bond. This amount represents IFB 24-40-KB | Page 6 of 24 the damage to the Spotsylvania County Board of Supervisors on account of the default of the Bidder in any particular hereof. M. Bid price will include freight to the specified delivery location in Spotsylvania County, Virginia, and associated insurance. It shall be the responsibility of the contractor to make all arrangements for delivery, unloading, receiving and storing materials. The County will not assume any responsibility for receiving these shipments. Contractor shall check with owner and make necessary arrangements for security and storage. N. Failure to sign the bid may disqualify it. The person signing bid shall show title or authority to bind his firm in a Contract. O. Any quantities indicated in this IFB are for informational purposes only and are not guaranteed to be purchased. P. The prices quoted on the Bid Form shall be firm for 150 days. Prices shall be submitted in the unit of measurement specified on the Bid Form. No separate line item charges shall be permitted for either bidding or invoicing purposes on the items appearing on the Bid Form, which would include but are not limited to equipment rental, detention, demurrage, drop ship charges, local freight, or any other extraneous charges. Insertion of delivery costs, disclaimers, or limitations of liability, and the like which are not expressly allowed in this IFB will be cause for rejection of the bid. Q. Payment for the work included in this section will be in accordance with the unit prices, if applicable, as set forth in the bid for the quantity of worked performed. R. To perform public work in the Commonwealth of Virginia, the successful Bidder (Contractor) and any Subcontractor working for the Contractor shall hold a Contractor’s and Business License as required by state law and local ordinances. Bidders are required to be licensed Contractors in the Commonwealth of Virginia in compliance with Title 54.1 of the Virginia Code. The Bidder shall show evidence of compliance with these licensing requirements as a condition of the Bid being considered. The Bidder’s Virginia Contractor’s License Number shall be listed on the Bid Form of this Invitation for Bid. S. The successful Bidder (Contractor) shall have been engaged in generator installation for a length of time sufficient to establish his competence for providing the required management, work, and expertise. A list of 3 References for which the Contractor has provided similar work over the last 5 years similar in Scope to that which is described herein shall be provided with the Bid Package. Spotsylvania County cannot be listed as a reference. IFB 24-40-KB | Page 7 of 24 T. Any vendor transacting business with Spotsylvania County may be asked to provide proof of registration with the State Corporation Commission (SCC), as required by Sections 13.1 or Title 50 of the Code of Virginia. IV. SCOPE OF WORK The Merchants Square generator project objective includes adding an emergency standby generator to the electrical service of the existing Merchants Square office building. The contract services requested may be found within the drawings, notes, and specifications of Attachment D - Spotsylvania County Merchant Square Generator Installation – Permit Drawings, and includes but is not limited to the construction of a generator pad and enclosure, raceways and conductors, and hardscape improvements. The Contractor shall coordinate final electrical terminations with the Owner and Rappahannock Electric Cooperative. The Owner will furnish and deliver the specified generator and automatic transfer switch. The Owner will provide the initial filling of the generator fuel tank. The generator manufacturer will provide generator start-up and testing. The Contractor will be responsible for receiving and unloading the generator and automatic transfer switch, including crane and rigging services. The Contractor will be responsible for final equipment placement and final electrical connections and terminations. The Contractor will be responsible for coordinating the generator startup with the manufacturer’s representative. All bid documents are available on the County’s website at: https://www.spotsylvania.va.us/374/Solicitations. V. CONTRACT PERFORMANCE A. Performance, Payment Bonds Upon the award of a public construction Contract resulting from this IFB which exceeds $100,000 awarded to the successful Bidder(s) (Contractor(s), the Contractor shall furnish to Spotsylvania County Performance and Payment bonds. If a contract is under $100,000 the County may request the bonds in accordance with the Spotsylvania County Procurement Policy. The following bonds shall be furnished to Spotsylvania County: 1. Performance Bond. A Performance Bond in the penal sum of 100 percent of the dollar value of the contract conditioned upon the faithful performance of the Contract in strict conformity with the Plans, Specifications, and Terms and Conditions of the Contract. Said bond for the faithful performance of the Contract shall remain in existence for the duration of the Contract performance time period until final acceptance of the project by Spotsylvania County. https://www.spotsylvania.va.us/374/Solicitations IFB 24-40-KB | Page 8 of 24 2. Payment Bond in the sum of the Contract amount. Such bond shall be for the protection of Claimants who have and fulfill contracts to supply labor or materials to the Contractor to whom the Contract resulting from this IFB was awarded or to any Subcontractors, in the prosecution of the Work provided for in such Contract, and shall be conditioned upon the prompt payment for all such material furnished or labor supplied or performed in the prosecution of the Work. Labor or materials shall include public utility services and reasonable rentals of equipment, but only for periods when the equipment rented is actually used at the Work Site. 3. Each of the above bonds shall be executed by one or more surety companies, selected by the Contractor, which are legally authorized to do business in Virginia. Bonds shall be payable to Spotsylvania County. The Contractor shall present the Performance Bond and Payment Bond to the Spotsylvania County Procurement Division within 15 days after receipt of a fully executed Contract and prior to any Site Work. The Performance Bond shall remain in existence for the duration of the Contract performance time period, and the Payment Bond shall remain in existence for one year after final acceptance of the Work by Spotsylvania County. In lieu of payment or Performance Bonds, the Contractors may furnish a certified check or cash escrow in the face amount required for each of the bonds and which will be held for the statutory period as applicable for each bond. B. Delivery and Installation Address The Merchant Square Generator shall be performed in accordance with Project Drawings and as described in the Scope of Work indicated in Section IV. C. Notice to Proceed A written “Notice to Proceed” shall be issued by Spotsylvania County to the Contractor fixing the date on which the Contract time will commence to run and on which the Contractor shall be authorized to begin the Work. D. Pre-Construction Meeting Before commencement of construction services, a Contractor Representative shall confer with representatives of the Spotsylvania County Capital Construction Department and shall provide such planning, measurements, schedules etc., as are required to ensure that the planned construction activities meet the requirements of the County. At this meeting, Limits of Authority, changes, and general procedures shall be explained. IFB 24-40-KB | Page 9 of 24 E. Period of Contract Performance and Completion Date The Merchant Square Generator Construction Project shall reach substantial completion within 120 calendar days as measured from the date of the Notice to Proceed and final completion within 180 calendar days from notice to proceed. The Contractor, in submitting his bid, acknowledges that he has taken into consideration normal weather conditions. Normal weather does not mean statistically average weather, but rather means a range of weather patterns which might be anticipated based on weather data for the past ten (10) years, (i.e., conditions which are not extremely unusual). Normal weather conditions shall be determined from the public historical records available, including the U. S. Department of Commerce, Local Climatological Data Sheets, National Oceanic and Atmospheric Administration/Environmental Data and Information services, National Climatic Center and National Weather Service. The data sheets to be used shall be those for the locality closest to the site of the work. F. Liquidated Damages Should the contractor fail to complete the work and/or installation or any part thereof, in the time specified in the Contract Documents, the contractor shall reimburse Spotsylvania County for the additional expense and damage for each calendar day that substantial and final completion has not been achieved. The amount of such additional expense and damage incurred by reason of failure to achieve substantial completion is the per diem rate of $100.00. The amount of such additional expense and damage incurred by reason of failure to achieve final completion is the per diem rate of $50.00 . Such liquidated damages are in addition to any other ascertainable damage allowable by law, which Spotsylvania County sustains for the contractor’s breach of the contract. Spotsylvania County shall have the right to deduct liquidated damages or other such damages from any amount due, or that may become due the contractor, or the amount of such damages shall be due and collectable from the contractor or his surety. It is understood and agreed by the Contractor that any liquidated damages payable in accordance with this Agreement are not a penalty and that such sums are reasonable under the circumstances existing as of the date of execution and delivery of this Agreement. The Contractor further acknowledges and agrees that liquidated damages may be owed even though no default has occurred or been declared. G. Work Site Damages: Any damage to existing utilities, equipment or finished surfaces resulting from the performance of this contract shall be repaired to Spotsylvania County’s satisfaction at the contractor’s expense. IFB 24-40-KB | Page 10 of 24 H. Permits The Contractor shall be responsible for obtaining all permits as indicated in the Specifications detailed in the IFB, and Construction Drawings of this IFB. The Contractor must provide all contractors licensing information as detailed in Section V, Paragraph I below. I. Contractor and Sub-Contractor Licenses 1. Spotsylvania County requires a general contractor to provide copies of all its construction and business licenses to the County Code Compliance Department. 2. Upon award of a contract, and prior to work, the successful Bidder (contractor) shall be responsible for providing the County’s Code Compliance Department with the names of all contractors and sub-contractors involved with the project and copies of their Virginia Contractor’s Licenses, Virginia Tradesman Certificates and Spotsylvania County Business Licenses, where applicable. 3. In addition, the contractor shall complete a sub-contractor roster. This must be returned to the County Business License Office prior to final inspection of the completed work. J. Inspection 1. All material and workmanship shall be subject to inspection, examination, and test by the owner and its project inspector at any and all times during construction. The project inspector shall have authority to reject defective material and workmanship and require its correction. Rejected workmanship shall be satisfactorily corrected and rejected material shall be satisfactorily replaced with proper material without charge therefore, and the contractor shall promptly segregate and remove the rejected material from the premises. If the contractor fails to proceed at once with replacement of rejected material and/or the correction of defective workmanship, the owner may, by contract or otherwise, replace such material and/or correct such workmanship and charge the cost to the contractor, or may terminate the right of the contractor to proceed, the contractor and surety being liable for any damages. 2. Job-site inspections, tests conducted on site or tests of materials gathered on site, which the contract requires to be performed by independent testing entities, shall be contracted and paid for by the owner. Examples of such tests are the testing of cast in-place concrete, foundation materials, soil compaction, pile installations, IFB 24-40-KB | Page 11 of 24 caisson bearings, and steel framing connections. Although conducted by independent testing entities, the County will not contract and pay for tests or certifications of materials, manufactured products, or assemblies which the contract, codes, standards, etc. require to be tested and/or certified for compliance with industry standards such as Underwriters Laboratories, Factory Mutual, or ASTM. If there are any fees to be paid for such tests and certifications, they will be paid by the contractor. The contractor shall also pay for all inspections, tests, and certifications which the contract specifically requires him to perform or pay, together with any inspections and tests which he chooses to perform for his own quality control purposes. The contractor shall promptly furnish, without additional charge, all reasonable facilities, labor, and materials necessary and convenient for making such tests. Except as provided in (3) below, whenever such examination and testing finds defective materials, equipment, or workmanship, the contractor shall reimburse the owner for the cost of re- examination and retesting. 3. Should it be considered necessary or advisable by the County at any time before final acceptance of the entire work to make an examination of any part of the work already completed, by removing or tearing out portions of the work, the contractor shall on request promptly furnish all necessary facilities, labor and material to expose the work to be tested to the extent required. If such work is found to be defective in any respect, due to the fault of the contractor or his subcontractors, he shall defray all the expenses of uncovering the work, of examination and testing, and of satisfactory reconstruction. If, however, such work is found to meet the requirements of the contract, the actual cost of the contractor’s labor and material necessarily involved in uncovering the work, the cost of examination and testing, and contractor’s cost of material and labor necessary for replacement shall be paid to the contractor and he shall, in addition, if completion of the work has been delayed thereby, be granted a suitable extension of time. 4. The contractor project inspector will recommend to the County that the work be suspended when in his judgment the drawings and specifications are not being followed. Any such suspension shall be continued only until the matter in question is resolved to the satisfaction of the owner. The cost of any such work stoppage shall be borne by the contractor unless it is later determined that no fault existed in the contractor’s work. 5. The Contractor’s Project Inspector has no authority to and shall not: a. Authorize deviations from the contract documents; b. Enter into the area of responsibility of the contractor’s superintendent; IFB 24-40-KB | Page 12 of 24 c. Issue directions relative to any aspect of construction means, methods, techniques, sequences or procedures, or in regard to safety precautions and programs in connection with the work; d. Authorize or suggest that the owner occupy the project, in whole or in part; e. Issue a certificate for payment. K. Contractor’s Title to Materials No materials or supplies for the work shall be purchased by the contractor or by any subcontractor subject to any security interest, installment or sales contract or any other agreement or lien by which an interest is retained by the seller or is given to a secured party. The contractor warrants that he has clear title to all materials and supplies which he uses in the work or for which he accepts payment in whole or in part. L. Pipeline Locations and Miss Utility The contractor shall be responsible for calling Miss Utility of Virginia at (800) 552- 7001 prior to digging at the work site. M. Modification of a Contract Change orders shall be reviewed by the project manager, Engineer, if required, and state agency, if required, for accuracy. Change orders will require signature of all parties and a detailed summary of the change in scope of work. Once review is complete change order will be submitted to the Procurement Division for review and a modification to the contract amount, if needed, will be prepared and approved by the Procurement Division Administrator. N. Retainage Retainage will be held in the amount of 5% of the contract price until final completion of project and is accepted by the County. Any payment made by the County to the Contractor shall be less a Five Percent (5%) retainage to assure faithful performance of the Work required under the Contract. All amounts retained under this provision shall be included in the Final Payment upon Final Completion. VI. TERMS AND CONDITIONS: (Effective March 4, 2019) A. Acceptance, Invoicing and Payment IFB 24-40-KB | Page 13 of 24 Spotsylvania County will make payment to the Contractor, Net 30 days or in accordance with discount terms, if offered, after receipt of an acceptable invoice for services or goods rendered resulting from this IFB. Pursuant to Virginia Code § 2.2-4354, (1950, as amended), the Contractor covenants and agrees to: 1. Within seven (7) days after receipt of any amounts paid to the Contractor under the Agreement, (i) pay any subcontractor for its proportionate share of the total payment received from the County attributable to the work under the Contract performed by such subcontractor, or (ii) notify the County and the subcontractor, in writing, of its intention to withheld all or part of the subcontractor’s payment and the reason therefore; 2. Provide its federal employer identification number or social security number, as applicable, before any payment is made to the Contractor under the Agreement; 3. Pay interest at the legal rate or such other rate as may be agreed to in writing by the subcontractor and the Contractor on all amounts owed by the Contractor that remain unpaid after seven (7) days following receipt by the Contractor of payment from the County for work performed by the subcontractor under the Agreement; and 4. Include in its contracts with any and all subcontractors the requirements of 1, 2, and 3 above. B. Attorney’s Fees In the event of any action brought by either party against the other to enforce any of the obligations hereunder or arising out of any dispute concerning the terms and conditions hereby created, each party shall pay their own attorney’s fees, costs and expenses, except in a case of default by the Contractor, the Contractor shall be responsible for any resulting additional purchase and administrative costs including, but not limited to fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs. C. Audit Contractor shall keep and require each of its Subcontractor, if any, to keep, at no additional cost to County, full and detailed accounts of costs chargeable to County, during the project, and for five (5) years following completion. County shall be IFB 24-40-KB | Page 14 of 24 afforded full access to accounts, records, and supporting documents for review, audit, copy (such copies will be the property of County), and verification of costs. Audit access to Contractor’s records in lump sum or unit price areas when applicable shall be sufficient to satisfy County that all quantities meet the payments to its subcontractor and suppliers, Contractor shall remit promptly to County the amount of any adjustment resulting from audit. D. Availability of Funds It is understood and agreed between the parties herein that the County shall be bound hereunder only to the extent of the funds available or which may hereafter become available for the purpose of this agreement. E. Binding Effect The terms, provisions, covenants and conditions contained in any resulting contract shall apply to, insure to the benefit of, and be binding upon the parties hereto and upon their respective heirs, legal representatives, successors, and permitted assigns except as otherwise expressly provided. F. Compliance of Law The Contractor providing materials and services to the County under any contract resulting from this IFB represents and warrants to the County that it is: 1. Conforming to the provisions of the Civil Rights Act of 1964, as amended, the Virginia Fair Employment Contracting Act of 1975, as amended, and the Virginia Human Rights Act, as amended, where applicable. 2. Not employing illegal alien workers or otherwise violating the provisions of the Immigration Reform and Control Act of 1986; and Virginia Code§ 2.2-4311.1. 3. Complying with federal, state and local laws and regulation applicable to the performance of the services procured; and 4. In full compliance with the Virginia Conflict of Interest Act. G. Contract Award Spotsylvania County reserves the right to accept or reject any and/or all bids, and to waive informalities. Spotsylvania County reserves the right to award any contract resulting from this IFB to the lowest priced responsive and responsible Bidder, resulting in a contract that is most advantageous and in the best interest of Spotsylvania County. Spotsylvania County shall be the sole judge of the bids and the resulting contract that best serves the public interest, and Spotsylvania County’s decision shall be final. IFB 24-40-KB | Page 15 of 24 Negotiation with the Lowest Bidder: Unless all bids are cancelled or rejected, the County reserves the right granted by Virginia Code § 2.2-4318 to negotiate with the lowest responsive, responsible Bidder to obtain a contract price within the funds available to the agency whenever such low bid exceeds the agency’s available funds. For the purpose of determining when such negotiations may take place, the term “available funds” shall mean those funds which were budgeted by the agency for this contract prior to the issuance of the written Invitation for Bids. Negotiations with the low Bidder may include both modifications of the bid price and the Scope of Work/Specifications to be performed. The agency shall initiate such negotiations by notice to the lowest responsive, responsible Bidder that its bid exceeds the available funds and that the agency wishes to negotiate a lower contract price. The times, places, and manner of negotiating shall be agreed to by the agency and the lowest responsive, responsible Bidder. H. Contract Changes No verbal agreement or conversation with any officer, agent or employee of Spotsylvania County either before or after execution of the contract resulting from this Invitation for Bid (IFB), IFB Addendum or follow-on negotiations, shall effect or modify any of the terms or obligations contained in the contract. No alterations to the terms and conditions of the contract shall be valid or binding upon Spotsylvania County unless made in writing and where Board approval is not required, by the county Administrator or his designee. Contract Extension. This contract may be extended during the term of the existing contract for services allowed to complete any work undertaken but not completed during the original term of the contract. I. Contract Documents The contract entered into by Spotsylvania County and the Contractor shall consist of this Invitation For Bid, the Specification, any Addendum issued, the signed Bid Forms submitted by the Contractor, Spotsylvania County’s Standard Form Agreement, Purchase Order and any approved change orders issued, all of which shall be referred to collectively as the Contract Documents. Additional documents which the parties agree to include as contract documents may be set forth in the final contract. J. Definitions: 1. Contractor. The successful Bidder who enters into a contract with Spotsylvania County to provide the goods or services as specified herein. IFB 24-40-KB | Page 16 of 24 2. County/Owner. Wherever the word "County or Owner" appears, it shall be understood to mean the Spotsylvania County Government. 3. Bidder. One who submits a competitively priced offer in response to an Invitation for Bids (IFB). 4. Informality. A minor defect of variation in a bid or proposal from the exact requirements of the Invitation to Bid, or the Request for Proposal, which does not affect the price, quality, quantity or delivery schedule for the goods, services or construction being procured. K. Drug-Free Workplace During the performance of this contract, the Contractor agrees to (i) provide a drug- free workplace for the Contractor’s employees; (ii) post in conspicuous places, available to employees and applicants for employment, a statement notifying employees that the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana is prohibited in the Contractor’s workplace and specifying the actions that will be taken against employees for violations of such prohibition; (iii) state in all solicitations or advertisements for employees placed by or on behalf of the contractor that the contractor maintains a drug-free workplace; and (iv) include the provisions of the foregoing clauses in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each subcontractor or vendor. For the purposes of this section, “drug-free workplace” means any site at which the performance of work is done in connection with this contract awarded to the Contractor, the employees of whom are prohibited from engaging in the unlawful manufacture, sale, distribution, dispensation, possession or use of any controlled substance or marijuana during the performance of the contract. L. Ethics in Public Contracting The Contractor hereby certifies that it has familiarized itself with Article 6 of Title 2.2 of the Virginia Public Procurement Act, Section 2.2-4367 through 2.2-4377, Virginia Code Annotated, and that all amounts received by it, pursuant to a Contract resulting from this IFB, are proper and in accordance herewith. By submitting a response to this solicitation, Bidder certifies that their bid is made without collusion or fraud that they have not offered or received any kickbacks or inducements from any other Bidder, supplier, manufacturer or subcontractor in connection with their bid, and that they have not conferred on any public employee having official responsibility for this procurement transaction any payment, loan, subscription, IFB 24-40-KB | Page 17 of 24 advance, deposit of money, services or anything of more than nominal value, present or promised, unless consideration of substantially equal or greater value was exchanged. M. Examination of Records The Contractor agrees that Spotsylvania County or any duly authorized representative shall have access to and the right to examine any and copy any directly pertinent books, documents, papers and records of the Contractor involving transactions related to any Contract resulting from this IFB. The period of access provided in this paragraph for records, books, documents, and papers and software which may be related to any arbitration, litigation, or the settlement of claims arising out of the performance of any subsequent contract or any subsequent Contracts with vendors shall continue until disposition of any appeals, arbitration, litigation, or claims. Contractors agrees to keep all records in accordance with the state and local retention laws including but not limited to Virginia Code § 55-525.27. N. Faith-Based Organizations Pursuant to Section 2.2-4343.1 of the Code of Virginia of 1950, in all invitations to bid, requests for proposals, contracts, and purchase orders, the County does not discriminate against faith-based organizations. “Faith-based Organization” means a religious organization that is or applies to be a contractor to provide goods or services for programs funded by the block grant provided pursuant to the Personal Responsibility and Work Opportunity Reconciliation Act of 1996, P.L. 104-193. If Contractor is a faith-based organization, then Contractor shall give to each individual who applies for or receives goods, services, or disbursements provided pursuant to this Agreement the following notice: NOTICE Pursuant to Section 2.2-4343.1 of the Code of Virginia of 1950, as an applicant for or recipient of goods, services, or disbursements provided pursuant to a contract between the County and a faith-based organization, you are hereby notified as follows: Neither the County’s selection of a charitable or faith-based provider of services nor the expenditure of funds under this contract is an endorsement of the provider’s charitable or religious character, practices, or expression. No provider of services may discriminate against you on the basis of religion, a religious belief, or your IFB 24-40-KB | Page 18 of 24 refusal to actively participate in a religious practice. If you object to a particular provider because of its religious character, you may request assignment to a different provider. If you believe that your rights have been violated, please discuss the complaint with your provider or notify the County Administrator. O. Federal-Aid Provisions When the U. S. government pays all or any portion of the cost of a project, the Contractor shall observe all federal laws, rules, and regulations made pursuant to such laws. The work shall be subject to inspection by the appropriate federal agency. Such inspection shall in no sense make the federal government a party of the contract and will in no way interfere with the rights of either party. Contractor shall require all subcontractors to observe all federal laws, rules, and regulations made pursuant to such laws. Reporting requirements that is part of the regulation shall be followed in accordance with the federal law, rules and/or regulation made pursuant to such laws. A Duns number will be provided by the Contractor and registration with the Central Contractor Registration (CCR) shall be followed according to the federal aid provisions. P. Force Majeure In any contract resulting from this IFB, neither party shall be liable hereunder by reason of any failure or delay in the performance of its obligations hereunder (except for the payment of money) on account of strikes, industry wide material shortages, riots, insurrection, fires, flood, storm, explosions, earthquakes, pandemic flu, acts of God, war, governmental action, and labor conditions. In the case of an industry wide material shortage the Contractors shall provide to the County within 24 hours of Contractor’s determination that there exists an industry wide material shortage, the following: 1) a written description of the specific material alleged to be in short supply; 2) a written list of all manufacturers, wholesalers, suppliers and/or retailers from which Contractor has attempted to obtain, and/or contracted to obtain, said material; 3) a written description detailing all actions taken by Contractor to obtain said materials; 4) a written statement, signed by an authorized representative of Contractor, that Contractor has used due diligence to secure said materials in the most expeditious manner; 5) a written time frame in which Contractor anticipates that it will obtain said materials and; 6) the County, or its authorized representative, concurs that there is an industry wide shortage of the specific material so identified by contractor. IFB 24-40-KB | Page 19 of 24 Q. Freedom of Information All information submitted to the County in response to this IFB will constitute public information and pursuant to the Virginia Freedom of Information Act will be available to the public for inspection upon request. Pursuant to Virginia Code § 2.2- 4342 and County Procurement Policy § 3-27, a Bidder may request an exception to disclosure for trade secrets or proprietary information as such is defined under Virginia Code § 59.1-336, part of the Uniform Trade Secrets Act. In order to claim this exemption, a Bidder must: (1) Submit a request in writing referencing their desire to invoke the protections of Virginia Code § 2.2-4342; (2) Specifically identify which data or materials they wish to have protected; and (3) Articulate the rationale for why protection is necessary for the particular data or materials, to the satisfaction of the County. Failure to meet these requirements will result in the data or materials being open for inspection in response to a valid inquiry under the Virginia Freedom of Information Act and serve to waive any right of the Bidder to assert a claim against the County for disclosure of trade secrets or proprietary information. R. Governing Law In any contract resulting from this IFB, the parties agree that this agreement is governed by and shall be interpreted in accordance with the Spotsylvania County Procurement Policy and the laws of the Commonwealth of Virginia, including the Spotsylvania County Procurement Policy, and that proper venue, in the event of litigation concerning this matter, shall be in the Circuit Court of Spotsylvania County, Virginia. The parties agree that any litigation involving this Agreement shall be brought only in such court. S. Grant Funds Provision When a project is funded in part or all by grant funds, the Contractor shall observe all rules and regulations according to the grant fund award documentation. Contractor has the responsibility to comply with all grant fund reporting requirements and any or all award documentation terms and conditions. T. Headings Headings in the IFB and any resulting contract are informational only and the substance of each numbered or lettered provision shall prevail in the event of any ambiguity or inconsistency between a heading and its content. U. IFB and Bid Clarification Spotsylvania County reserves the right to request clarification of information IFB 24-40-KB | Page 20 of 24 submitted and to request additional information of one or more Bidders. Each Bidder shall examine the IFB and shall judge all matters relating to the adequacy and accuracy of such IFB. Any inquiries, suggestions or requests concerning interpretation, clarification or additional information pertaining to the IFB shall be submitted in writing to the Spotsylvania County Procurement contact listed on the first page of this IFB. Spotsylvania County shall not be responsible for oral interpretations given by an employee, representative, agent, or others. The issuance of a written IFB Addendum issued by the Spotsylvania County Procurement Division is the only official method whereby interpretation, clarification, or additional information can be issued. V. Insurance During the performance of any contract resulting from this IFB, the Contractor shall have and keep current insurance whichever is greater in scope or amount as follows: 1) Worker’s Compensation Insurance in compliance with all states in which the Contractor does business, including coverage B Employer’s Liability in not less that the following amounts: a. Bodily Injury by accident, $100,000 for each accident; b. Bodily Injury by disease, $500,000 policy limit; c. Bodily Injury by disease, $100,000 for each employee; 2) General Liability Insurance in amount not less than $1,000,000 for any occurrence involving bodily injury, and not less than $1,000,000 for any occurrence involving property damage. This coverage shall include contractual liability, broad form property damage, independent contractors, and personal injury; 3) Automobile Liability Insurance in an amount not less than $1,000,000 combined single limit bodily injury and property damage. This coverage shall include liability for the use of hired and non-owned vehicle. The General Liability and Automobile Liability insurance policies specified herein shall name Spotsylvania County as additional insured with regard to work performed under any contract resulting from this IFB. The Contractor shall provide Spotsylvania County with copies of certificates of insurance coverage and proof of payment of all premiums. These certificates shall have provisions for notifying Spotsylvania County if there is any change in liability insurance. The insurance required shall have been issued by a company rated “A” as reported in the current edition of Best’s Key Rating Guide, published by Alfred M. Best Company, Inc. IFB 24-40-KB | Page 21 of 24 W. Interpretation Words of any gender used in a resulting contract shall be held and construed to include any other gender, and words in the singular number shall be held to include the plural, and vice versa, unless the context otherwise requires. X. Non-Collusion The party submitting the foregoing IFB hereby certifies that such IFB is genuine and not collusive or sham; that said Bidder has not colluded, conspired, connived or agreed, directly in indirectly, with any Bidder or person, to put in a sham bid or to refrain from bidding, and has not in any manner, directly or indirectly, sought by agreement or collusion, or communication or conference, with any person to fix the bid price or affiant or of any Bidder, or to fix any overhead, profit or cost element of said IFB price, or of that of any other Bidder, or to secure any advantage against the County or any person interested in the proposed contract; and that all statements in said IFB are true. Y. Non-Discrimination Any contract resulting from this IFB and every contract, sub-contract, or purchase order there under shall include the following provisions according to 2.2-4311Code of Virginia: During the performance of a contract, the Contractor agrees as follows: 1) The contractor will not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, or national origin, except where religion, sex or national origin is a bona fide occupational qualification reasonably necessary to the normal operation of the Contractor. The Contractor agrees to post in conspicuous places, available to employees and applicant for employment, notices setting forth non-discrimination clause. 2) The Contractor, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, will state that such contractor is an equal opportunity employer. 3) Notices, advertisements, and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting the requirement. The Contractor will include the provisions in the foregoing paragraphs a, b, and c in every contract, subcontract, or purchase order of over $10,000, so that the provisions will be binding upon each subcontractor or vendor associated with Spotsylvania County. IFB 24-40-KB | Page 22 of 24 Z. Partial Invalidity In the event any one or more of the provisions of a contract resulting from this IFB are found by a court of competent jurisdiction to be invalid or unenforceable, the remaining provisions of the contract shall remain in full force and effect. AA. Release and Ownership of Information Spotsylvania County shall make a good faith effort to identify and make available to the Contractor all non-confidential technical and administrative data in Spotsylvania County’s possession which Spotsylvania County may lawfully release including, but not limited to contract specifications, drawings, correspondence, and other information specified and required by the Contractor and relating to its work under this Contract. Spotsylvania County reserves its rights of ownership to all material given to the Contractor by Spotsylvania County and to all background information, documents, and computer software and documentation developed by the Contractor in performing any Contract resulting from this IFB. No reports, information or data given to or prepared by the Contractor under the resulting Contract shall be made available to any individual or organization by the Contractor without the prior written approval of Spotsylvania County, which approval Spotsylvania County shall be under no obligation to grant. As may be allowed by law, any information, ideas, or concepts that the County receives during the procurement process from any Bidder’s IFB response, any discussion or interview with the Bidder or as a result of any portion of the procurement process for the services described in this Invitation for Bid shall become the property of Spotsylvania County. Spotsylvania County may use this information for any purpose without compensation to the Bidder from whom the information was received. BB. Rights and Responsibilities of Contractor The Contractor shall indemnify, defend and hold harmless the County and its representatives from any and all claims, suits and actions for injury or damage sustained by any person or property from any act or omission by Contractor and/or its Contractors or employees, or anyone else for who Contractor is or may be responsible. This section shall survive the termination this agreement. The Contractor in any contract resulting from this IFB shall pay all royalties and license fees necessary for performance of the contract. The Contractor shall defend all suits or claims for infringement of any patent rights or any other proprietary rights IFB 24-40-KB | Page 23 of 24 arising from or related to performance of the resulting contract and shall save Spotsylvania County harmless from any and all loss, including reasonable attorneys' fees, on account thereof. CC. Subcontractor and Assignments The Contractor shall not sublet or assign or transfer any interest in this Contract or any portion thereof without the prior written consent of Spotsylvania County of which Spotsylvania County shall be under no obligation to grant. In seeking consent for any subcontract or assignment, the Contractor shall furnish all information required by Spotsylvania County to permit Spotsylvania County to ascertain the qualifications of the proposed Subcontractor to perform the work, and the Contractor shall submit a copy of the subcontract to Spotsylvania County for approval. The subcontractor shall incorporate by reference all provisions and conditions of the contract resulting from this solicitation. Spotsylvania County’s approval of a Subcontractor shall not relieve the Contractor of any of its responsibilities, duties or liabilities hereunder. The Contractor shall continue to be responsible to Spotsylvania County for performance of the Subcontractor and the Subcontractor, for all purposes, shall be deemed to be an agent or employee of the Contractor. Nothing in the Contract resulting from this RFP or any subcontract shall create any contractual relationship between any Subcontractor and Spotsylvania County. DD. Tax Exemption The County of Spotsylvania as a public body politic and corporate of the Commonwealth of Virginia, is exempt from any Federal excise tax and Virginia sales and use tax for purchases made by the County. EE. Termination Spotsylvania County shall have the right to terminate at Spotsylvania County’s convenience, with or without cause, any contract resulting from this IFB by specifying the date of termination in a written notice. In this event, the Contractor shall be entitled to just and equitable compensation for any authorized satisfactory work done or any items/materials accepted by Spotsylvania County. FF. Testing and Inspection Spotsylvania County reserves the right to conduct any test/inspection it may deem advisable to assure goods and services conform to the specifications prior to award. IFB 24-40-KB | Page 24 of 24 GG. Transportation and Packaging By submitting their bid, all Bidders certify and warrant that the price offered for FOB destination includes only the actual freight rate costs at the lowest and best rate and is based upon the actual weight of the goods to be shipped. Attachment A IFB 24-40-KB | Page 1 of 1 INFORMATION TO BIDDERS The Spotsylvania County Procurement Office located in the Marshall Center is closed to the public and open only on an appointment basis. Please note that bids will be received at the Spotsylvania County Snow Library side of the building at the Marshall Center, 8800 Courthouse Road, Spotsylvania, VA 22553. The Bidder has the sole responsibility to have their bid received by the Spotsylvania County Procurement Division at the address listed on the IFB and by the stated date and time as listed in the Information for Bid. If you hand deliver your bid, Bidders need to go to the Snow Library side of the Marshall Building, not the Snow Library and go to the two white double doors located beside the “Procurement Division” sign and call the Procurement Office (540-507-7503). Someone from the Procurement Office will come to the door to receive your bid. Bidders are encouraged to submit their bid early in order to ensure the bid is received on time. Please note that Federal Express and other overnight delivery services do not guarantee morning delivery to Spotsylvania, Virginia. Next day delivery usually arrives in mid-to-late afternoon. Also, please note that USPS deliveries require additional days from the post office to the Procurement Office. If you will be using one of these services for delivery of your bid, please take this information into consideration, you may also want to let the mail carrier know the Building is locked. Bidders are advised to call the Procurement Office to confirm if your bid was received. Late bids shall not be considered and will be returned to Bidders unopened if received by special carrier or not accepted if hand delivered by Bidders. The time of receipt shall be determined by the Procurement time clock stamp. In the event that Spotsylvania County is closed during the scheduled times for bid receipt, it will occur on the next business day that Spotsylvania County is open at the appropriate times as stated in the IFB. No exceptions will be made in this situation. Please contact the Procurement Officer as stated in the IFB for information pertaining to this procurement. Attachment B IFB 24-40-KB | Page 1 of 6 ATTACHMENT B - BID FORMS In compliance with this Invitation for Bid, Addenda and to all the Terms and Conditions imposed therein and hereby incorporated by reference, the authorized undersigned offers and agrees to furnish the goods/services at the price(s) indicated on the Bid Form, in accordance with this Signed Bid Form. The Signee of this Bid Form must be an authorized Officer of the Company. (Please include any documentation of authority. For example, resolution of the board of directors, articles of incorporation, etc.) Name and Address of Firm: ___________________________________________ Date: ___________________________________________ By: (Signature in Ink) ___________________________________________ Name: (Please Print) _________________________Zip Code: _________ Title: EIN:_______________________________________ E-mail: Phone: ( ) Fax: ( ) If Corporation or LLC, list State of Incorporation or Corporation: Contractor License Number: Commonwealth of Virginia State Corporation Commission Number: Unique Entity Identifier (UEI#) - D-U-N-S Number: The named party hereby submits a bid in response to this Spotsylvania County IFB to furnish construction services and materials as described in the Specification and bid form to this IFB. The entire Bid form, including Response Statement, license certifications, and any supplemental materials required to be provided by the bidder pursuant to the terms and conditions of the IFB, constitute the entire bid submission. The party hereby certifies that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly in directly, with any bidder or person, to put in a sham bid or to refrain from bidding, and has not in any manner, directly or indirectly, sought by agreement or collusion or communication or conference, with any person to fix the bid price or affiant or any bidder, or to fix any overhead, profit or cost element of said bid price, or of that of any other bidder, or to secure any advantage against Spotsylvania County or any person interested in the proposed contract. The party submitting the forgoing bid acknowledges the provisions, terms and conditions of this IFB including all attachments and addenda, and agrees to be bound by those provisions, terms and conditions. Further, the party certifies that all information submitted in response to this IFB is correct and true. Receipt of the following Addenda are acknowledged: Addendum No. dated Addendum No. dated Addendum No. dated Addendum No. dated Addendum No. dated Addendum No. dated (RETURN THIS FORM) Attachment B IFB 24-40-KB | Page 2 of 6 ATTACHMENT B - BID FORMS PRICING SCHEDULE Please provide your total base bid below for the Merchant Square Generator and Automatic Transfer Switch Installation. Total Bid Price: Sign below to confirm accuracy of Bid Form and conformity with provisions of IFB #24-40-KB. Name of Firm: Signature: (RETURN THIS FORM) Attachment B IFB 24-40-KB | Page 3 of 6 ATTACHMENT B - BID FORMS RESPONSE STATEMENT This Response Form is to be completed by the Bidder to more specifically describe and define the proposed services. Any deviations from the IFB specifications shall be stated on this form or attached to this form. 1. Item Description Merchant Square Generator and Automatic Transfer Switch Installation 2. Deviations from IFB Specifications Sign below to confirm accuracy of Bid Form and conformity with provisions of IFB #24-40-KB. Name of Firm: Signature: (RETURN THIS FORM) Attachment B IFB 24-40-KB | Page 4 of 6 ATTACHMENT B - BID FORMS SUBCONTRACTOR IDENTIFICATION SHEET Bidder proposes to use the following Subcontractors who will perform work on this project. Name of Firm, Address, and Contact Person By Subcontractor Work to be Performed by Subcontractor Value of work to be completed Sign below to confirm accuracy of Bid Form and conformity with provisions of IFB #24-40-KB. Name of Firm: Signature: (RETURN THIS FORM) Attachment B IFB 24-40-KB | Page 5 of 6 ATTACHMENT B - BID FORMS REFERENCES A list of 3 References for which the Contractor has provided similar work over the last 5 years similar in Scope to that which is described herein shall be provided with the Bid Package. Spotsylvania County cannot be listed as a reference. Please list references below: Company Name: Service Dates: From: To: Address: Point of Contact Name: Phone: (_________) Email: Addtl. Information: Company Name: Service Dates: From: To: Address: Point of Contact Name: Phone: (_________) Email: Addtl. Information: Company Name: Service Dates: From: To: Address: Point of Contact Name: Phone: (_________) Attachment B IFB 24-40-KB | Page 6 of 6 Email: Addtl. Information: Sign below to confirm accuracy of Bid Form and conformity with provisions of IFB #24-40-KB. Name of Firm: Signature: (RETURN THIS FORM) www.spotsylvania.va.us/vendor-form ageorge Rectangle ageorge Rectangle ageorge Rectangle ageorge Rectangle ageorge Rectangle ageorge Rectangle ageorge Rectangle ageorge Rectangle ageorge Rectangle ageorge Rectangle DN DN N EXISTING TO REMAIN STAMPED CONCRETE SIDEWALK PROVIDE 6' HIGH CHAIN LINK FENCE AROUND CONSTRUCTION AREA COMMUNITY DEVEL. DIRECTOR'S OFFICE 5 COMMUNITY DEVEL. DEPUTY DIRECTOR'S OFFICE 6 BREAK ROOM 7 MAIN ELEC. ROOM 8 EXISTING TO REMAIN CONCRETE CURB & GUTTER EXISTING TO REMAIN PARKING EXISTING TO REMAIN SITE LIGHT EXISTING TO REMAIN STORMWATER STRUCTURE EXISTING TO REMAIN ELECTRICAL TRANSFORMER EXISTING TO REMAIN STAMPED CONC. SIDEWALK EXISTING TO REMAIN CONCRETE CURB & GUTTER DEMO CURB AND GUTTER STARTING AT THE EXISTING CONTROL JOINT EXISTING WALL TO REMAIN EXISTING COMPONENT TO BE DEMOLISHED, SEE DEMOLITION PLAN KEY NOTES APPROXIMATE AREA OF EXISTING ASPHALT TO BE DEMOLISHED. COORDINATE EXTENT WITH NEW WORK EXISTING MULCH BED TO BE DEMOLISHED DEMOLITION LEGEND APPROXIMATE AREA OFEXISTING CONCRETE TO BE DEMOLISHED EXISTING ACT PANELS/ CEILING TO BE DEMOLISHED . COORDINATE EXTENT WITH NEW WORK AREAS OF BUILDING NOT IN SCOPE Sheet Title: Fax 703-691-3316Phone 703-691-3311 10521 Rosehaven Street, Suite 200 Fairfax, VA 22030 Issue Date: Drawn By: Checked By: Sheet Number: Project Number: Sheet No. in Set: Total No. Sheets: - DEMOLITION PLAN A0.00 Spotsylvania County - Merchant Square - Generator Installation - Permit Drawings 08/14/2023 SM KJC XXXXXX Spotsylvania County 1 9109 Old Battlefield Blvd, Spotsylvania Courthouse, VA 22553 1/8" = 1'-0"A0.00 DEMOLITION PLAN3 GENERAL NOTES - DEMOLITION D-1 ALL EXISTING, EXTERIOR & INTERIOR SURFACES TO REMAIN SHALL BE PROTECTED, PATCHED IF DAMAGED, AND CLEANED PRIOR TO APPLICATION OF NEW FINISHES, EQUIPMENT, ETC. D-2 SURFACES TO RECEIVE NEW FINISHES SHALL MATCH EXISTING ADJACENT MATERIALS, U.N.O. NEW FINISHES SHALL BE SMOOTH, LEVELED, AND FREE OF DEFECTS OR DAMAGES D-3 CONTRACTOR SHALL FIELD VERIFY, INVESTIGATE, AND MAKE THEMSELVES FAMILIAR WITH THE SITE’S ENDITIONS, ADJACENT UTILITIES, AND UNDERGROUND INFRASTRUCTURE PRIOR DEMOLITION AND CONSTRUCTION OF NEW WORK. CONTRACTOR SHALL INFORM THE OWNERS REPRESENTATIVE OF DEVIATIONS OR DISCREPANCIES BETWEEN THE EXISTING CONDITIONS AND DRAWINGS D-5 CONTRACTOR SHALL BE RESPONSIBLE FOR THE PROTECTION AND SAFETY OF SITE, AND SHALL PROVIDE NEEDED FENCING, SIGNAGE, AND MAINTAIN A CLEAN CONSTRUCTION SITE D-6 CONTRACTOR SHALL PROVIDE ALL NECESSARY DEMOLITION OF EXISTING WALLS, CEILING, PAVEMENT, TREES, VEGETATED AREAS TO REMAIN AS REQUIRED PATCH INTERIOR AND EXTERIOR WALLS TO MATCH EXISTING ADJACENT FINISHES D-7 CUT EXISTING WALKS, PAVEMENT, AND VEGETATED AREAS AS REQUIRED FOR NEW ENCLOSURE CONSTRUCTION. CONCRETE WALK REMOVAL SHALL BE EXTENDED TO THE NEAREST CONTROL JOINT BEYOND THE REMOVAL LIMITS INDICATED. D-8 WORK OCCURRING IN OFFICE SPACE SHALL BE COORDINATED DIRECTLY WITH THE OWNER, AT LEAST 7 DAYS IN ADVANCE. CONTRACTOR SHALL MINIMIZE THE TIME DURATION IN INTERIOR SPACES AND SHALL SEEK TO RESTORE INTERIOR SPACES TO EXISTING CONDITIONS IN MINIMAL TIME. COORDINATE WITH OWNER FOR WEEKEND AND/OR AFTER HOURS WORKING HOURS. D-9 NOT ALL FLOOR, WALL, AND ROOF PENETRATION DEMOLITION IS SHOWN ON ARCH DRAWINGS. PATCH AND REPAIR THE EXISTING WALLS, PAVEMENTS AND FLOORS TO REMAIN. ALL OPENINGS PROVIDED IN C.M.U. OR GYPSUM BOARD WALLS FOR PIPING, CONDUIT, RACEWAYS, TRAYS ETC. SHALL BE PROVIDED BY MEANS OF SAW CUTTING OR CORE DRILLING. PROVIDE DUST AND DEBRIS CONTROLS TO MINIMIZE IMPACT TO THE INDOOR AIR QUALITY . PLAN KEY NOTES - DEMOLITION (SPECIFIC NOTES ARE REFERENCED DIRECTLY ON PLAN WITH ) 1 REMOVE CONCRETE CURB AND GUTTER. COORDINATE EXTENTS WITH NEW WORK 2 SAW CUT CONCRETE SIDEWALK AND EXCAVATE TO REQUIRED DEPTH TO INSTALL UNDERGROUND CONDUIT 3 REMOVE EXISTING MULCH BED AND SUBGRADE. COORDINATE EXTENTS WITH NEW WORK 4 REMOVE EXISTING TREE(S) 5 CUT INTERIOR FLOOR SLAB AND EXCAVATE SUBGRADE AS REQUIRED FOR INSTALLATION OF CONDUIT. SALVAGE EXISTING CARPET FOR RE-INSTALLATION 6 CORE-DRILL EXTERIOR WALL BELOW GRADE FOR INSTALLATION OF CONDUIT 7 REMOVE EXISTING CEILING TILE, AND GRID SYSTEM AS REQUIRED FOR INSTALLATION OF NEW CONDUIT. SALVAGE TILE AND GRID FOR RE-INSTALLATION 8 DEMO PENETRATIONS THROUGH GYPSUM BOARD WALLS FOR INSTALLATION OF CONDUIT 9 REMOVE SIGN AND SIGN POST DURING CONSTRUCTION. SALVAGE AND STORE FOR RE-INSTALLATION AT END OF PROJECT 10 RELOCATED OFFICE FURNITURE, AND/OR SUPPLIES, AS REQUIRED FOR INSTALLATION OF NEW WORK. UPON COMPLETION OF WORK MOVE OFFICE FURNITURE BACK TO EXISTING LOCATIONS 11 REMOVE ASPHALT AS REQUIRED. COORDINATE EXTENTS WITH NEW WORK 1 2 3 4 5 6 MERCHANT SQUARE OFFICE BUILDING . ADDRESS : 9019 OLD BATTLEFIELD BLVD. SPOTSYLVANIA COURTHOUSE, VA 22553 FRONT ENTRANCE TO BUILDING STAFF ENTRANCE, MAINTAIN EGRESS AT ALL TIMES DURING CONSTRUCTION. CONTRACTOR WILL UTILIZE ENTRANCE FOR INTERIOR WORK 7 8 9 10 1 8 10 11 PROVIDE FLOOR PROTECTION ON INTERIOR OF BUILDING DURING INTERIOR WORK NO REVISION DATE DocuSign Envelope ID: 4CC59EB5-140B-4213-AC6E-B90E958CB1FE DN 5 A0.01 3 A0.01 4 A0 .0 1 1' - 4" 12 ' - 8 " 1' - 4" 7' - 8" 15 ' - 4 " EQ EQ SLOPE SLOPE 1' - 4" 22' - 0" 1' - 4" 6' - 4" 24' - 0" 11 ' - 0 " COMMUNITY DEVEL. DIRECTOR'S OFFICE 5 COMMUNITY DEVEL. DEPUTY DIRECTOR'S OFFICE 6 BREAK ROOM 7 MAIN ELEC. ROOM 8 2 A0.01 8" 1 2 3 4 6 7 8 10 11 12 13 14 15 CONDUITS TURN UP 4 4 4 1 1 5 6 SLOPE 6 9 (AS INDICATED BY HATCH) /SEE 7 A0.01 IRON GATE 5' - 4" 2' - 3" 17' - 5" 2' - 0" 400 KW GENERATOR W/ TANK 10 ' - 0 " 0.40 GA PRE-FINISHED ALUM. COPING FACE BRICK 10 ' - 0 " 0.40 GA PRE-FINISHED ALUM. STANDING SEAM COPING FACE BRICK EXISTING TO REMAIN CEILING. MODIFY CEILING AROUND CHASE EXISTING TO REMAIN EXTERIOR WALL EXISTING TO REMAIN FLOOR & CARPET EXISTING TO REMAIN SECOND FLOOR SLAB CHASE WALL: 5/8" PTD. GYP BD ON 3 5/8" MTL STUD @16" O.C. EXTEND CHASE 4" MIN ABOVE FINISHED CEILING INTERIOREXTERIOR ELECTRICAL CONDUIT FROM GENERATOR TO MAIN ELECTRICAL ROOM 8" CORE DRILL EXTERIOR WALL PENETRATION. GROUT AROUND PENETRATION ON BOTH SIDES WALL BASE TO MATCH EXISTING SHAPE AND FINISH PLENUM SPACE D IF FE R EN C E G R AD E LE VE L 4" STAMPED CONC. W/ WWF REINF. ON 6" COMPACTED #57 STONE, ON COMPACTED SUBGRADE, COORD. PROFILES OF PATECHED SIDEWALK W/ THE EXISTING SIDEWALK -/+ 2 '- 6" APPROXIMATE AREA OF SLAB/SUBGRADE EXCAVATION & REPLACEMENT RE-INSTALL CARPET OVER PATCHED SLAB ON GRADE FLOOR 4" CONC. W/ WWF REINF. ON 10 MIL VAPOR BARRIER, ON 6" COMPACTED #57 STONE, ON COMPACTED SUBGRADE M IN . 4" SUPPORT CONDUIT TO EXISTING STRUCTURE AS NOTED BY ELECTRICAL 10 ' - 0 " PATCH PAVING AROUND GENERATOR ENCLOSURE AS REQUIRED. MATCH PAVING PROFILE OF THE ADJACENT EXISTING TO REMAIN. 1/2" ISOLATION JOINT W/ SEALANT EQUIPMENT PAD: 12" CONCRETE #4 REBAR @ 12" O.C. BOTH WAYS, TOP & BOTTOM, ON 6" COMPACTED STONE BASE. #5@ 24" O.C. ALTERNATE DIRECTION OF HORIZONTAL LEG CONT. BOND BEAM 12" X 4'-0" CONCRETE FOUNDATION 16" CMU W/ GALV. HORIZ. REINF. @ 8" O.C. , GROUT CMU SOLID BELOW GRADE 5-#5 CONT. TOP AND BOTTOM #5 @ 24" O.C. 1/2" ISOLATION JOINT W/ SEALANT #5 @ 24" O.C. #5 @ 24"O.C., GROUT SOLID CORES DWLS TO MATCH VERTICAL BARS 8"CMU W/ GALV. HORIZ. REINF. @ 16" O.C., TYP. 3' - 0" J-BOLTS @ 24" O.C. PRESSURE TREATED 2X BLOCKING 0.40 GA PRE-FINISHED ALUM. STANDING SEAM COPINGCOPING CLIPS @ 16" O.C. EACH SIDE NON- SHRINK COMPRESSIBLE FILL, TYP. M IN . 1/ 2" EXISTING INTERIOR PARTITION STEEL WALL SLEEVE THROUGH WALL CONDUIT 2' - 6" 8' - 0" POST HINGE, TYP. 4" ROUND POST 1" IRON PICKET @ 3" O.C. TYP. M IN . 4" CONCRETE FOUNDATION ALL SURFACES SHALL BE PAINTED BLACK BASIS OF DESIGN : LONG FENCE, AMETCO; CITY ORNAMENTAL IRON INC, OR EQUIVALENT 4" 4" 4" M IN . 3" 6" HORIZ. BRACING, TYP. ENCLOSURE WALL PAVEMENT AS NOTED BY PLANS Sheet Title: Fax 703-691-3316Phone 703-691-3311 10521 Rosehaven Street, Suite 200 Fairfax, VA 22030 Issue Date: Drawn By: Checked By: Sheet Number: Project Number: Sheet No. in Set: Total No. Sheets: - NEW WORK PLAN A0.01 Spotsylvania County - Merchant Square - Generator Installation - Permit Drawings 08/14/2023 Author Checker XXXXXX Spotsylvania County 9109 Old Battlefield Blvd, Spotsylvania Courthouse, VA 22553 1/4" = 1'-0"A0.01 GENERATOR ENCLOSURE PLAN1 1/4" = 1'-0"A0.01 TYP. GENERATOR ENCLOSURE ELEV.3 1/4" = 1'-0"A0.01 TYP. GENERATOR ENCLOSURE ELEV.4 1/2" = 1'-0"A0.01 CHASE SECTION2 3/4" = 1'-0"A0.01 5 GENERATOR ENCLOSURE WALL SECTION PLAN KEY NOTES - NEW WORK (SPECIFIC NOTES ARE REFERENCED DIRECTLY ON PLAN WITH ) 1 PATCH PENETRATION THROUGH WALL PER DETAIL 6/A0.01 2 GYPSUM BOARD CHASE WALL - 3 5/8" METAL STUDS @ 16" O.C. MAX, 5/8" GYPSUM BOARD, FINISH AND PAINT (1 COAT PRIMER 2 FINISH COATS) ALIGN CHASE WALL TO EXISTING WALL 3 FLOOR PATCH, 4" CONCRETE W/ WWF MESH, ON 6" COMPACTED STONE BASE, COMPACT SUBBASE BELOW. RE-INSTALL CARPET 4 RE-INSTALL EXISTING CEILING GRID AND TILE 5 PATCH STAMPED CONCRETE SIDEWALK, 4" CONCRETE W/ WWF REINFORCING ON 6" COMPACTED STONE SUBBASE ON COMPACTED FILL. 6 CAST-IN-PLACE CONCRETE CURB AND GUTTER. MATCH PROFILE OF THE ADJACENT EXISTING TO REMAIN CURB AND GUTTER 7 CONCRETE PAVING: 6" CONCRETE W/ WWF REINF. ON 6" COMPACTED STONE SUB BASE ON COMPACTED SUBGRADE. SLOPE CONCRETE TO DRAIN TO PARKING LOT 8 LINE STRIPING TO EXTEND TO FIRST FULL EXISTING PARKING SPACE 9 CONCRETE PAVING INSIDE GENERATOR ENCLOSURE: 12" CONCRETE W/ #4 REBAR @ 12" O.C. BOTH WAYS TOP & BOTTOM,, ON 6" COMPACTED STONE ON COMPACTED EARTH. 10 EXISTING TO REMAIN SITE LIGHTING, RELOCATE IF REQUIRED TO MOVE FOR WALL FOUNDATION 11 EXISTING TO REMAIN STORM STRUCTURE 12 RE-INSTALL SIGNAGE 13 RE-ESTABLISH PLANTING BED. 4" TOP SOIL 3" DOUBLE SHREDDED HARDWOOD MULCH. INSTALL LEVEL TO TOP OF THE BACK OF THE CURB 14 PATCH ASPHALT PAVING TO MATCH ADJACENT EXISTING PAVING PROFILE 15 SECURITY GATE: BASIS OF DESIGN 1" = 1'-0"A0.01 CONDUIT / SLEEVE WALL PENETRATION6 1/2" = 1'-0"A0.01 SELF-SUPPORTING IRON GATE7 SPECIFICATIONS: 02 - DEMOLITION A. Provide dust mitigation practices when performing work on the interior of the building. B. Protect existing to remain surfaces. Coordinate with Owner's rep for temporary furniture relocation. C. Provide floor protection on interior of building from immediate work area to the exterior door. D. Saw Cutting, Core Drilling, Floor Demo and/or other activities indoors causing excessive noise shall be done beofre or after normal working hours. Coordinate with the Owner's representative 72 hours in advance of such work. E. Provide temporary 6ft high fencing around all exterior site work for the duration of construction. Fencing shall not impeded into the adjacent drivelanes. Any demolition of surfaces in the adjacent drivelanes will be required to be temporarily patched at the end of each working day. Provide traffic controls as required. 033000 - CAST-IN-PLACE CONCRETE A. Provide labor, materials, equipment and services necessary for and reasonably incidental to the completion of all cast-in-place concrete work shown or herein specified. The work includes all concrete poured in placed with the required reinforcement called for on the drawings, concrete forms and forming, concrete over metal decking, pads under mechanical and electrical equipment and special pads as shown and noted on drawings. Coordinate concrete work with other trades and ensure the insertion of all cast-in-place items at the proper time. B. 3,000 PSI Concrete C. Welded Wire Fabric: ASTM A1064, welded steel wire fabric. D. Reinforcing Bars: ASTM A615 615M, Grade 60 (Grade 420) Deformed E. Vapor Barrier: Seal to existing to remain vapor barrier. Polyethylene sheet 10 mil. F. Allow concrete to cure to 28 days prior to re-installing carpet. G. At sidewalk patch, re-create the stamped concrete of the existing sidewalk. 042000 - MASONRY A. Basis of Design for brick for Generator: Glen-Gery, Lawrenceville, Smooth Red, Modular. B. All masonry horizontal reinforcing shall be hot dipped galvanized C. Mortar color shall match mortar on the existing building. Mortar color is in the beige/tan color range. D. Protect faces of existing to remain and new work. Cover tops of walls so as to prevent any water penetration during construction. E. All mortar joints shall be 3/8" with concave tooling. F. All head joints facing the sky shall be cut back 3/8" and joinsts filled with sealant same color as mortar. G. Protect Bottom of walls at grade to prevent mud staining/splatter. Protection shall remain in place until landscaping is established. H.Clean all masonry per manufacturers instructions. 091100 - METAL STUD FRAMING A. Galvanized 25 GA metal studs B. Provide all associated accessories, bottom tracks, top tracks, screws, bracing. 092500 - GYPSUM BOARD A. 5/8" gypsum board B. Provide taped and finished 099000 - PAINTING A. Interior Paint 1. Provide low VOC Paint 2. 1coat primer 3. 2 finish coats to match existing wall paint B. Line Striping 1. White Water-based permanent traffic marking paint 323120 - STEEL GATES A. Self-supporting iron gate with drop pins on each leaf and a location for an owner provided pad lock. B. Basis of Design by Long Fence, Ametco, City Ornamental Iron, Inc or equivalant. C. All surfaces shall be factory painted black. NO REVISION DATE DocuSign Envelope ID: 4CC59EB5-140B-4213-AC6E-B90E958CB1FE GENERATOR BARE TINNED COPPER CONDUCTOR TO BUILDING GROUND SYSTEM. SIZE PER NEC 2011 TABLE 250.66 TEST WELL, SEE DETAIL BELOW BOND TO PAD REINFORCING BARS CONCRETE PAD, SIZE PER GENERATOR #2/0 BARE TINNED COPPER, 30" BELOW GRADE 3/4" x 10' LONG COPPER-CLAD GROUND ROD. (TYPICAL OF 2) GENERATOR GROUNDING DETAIL NOT TO SCALE SECTION, ELEVATION, OR DETAIL SYMBOL IDENTIFICATION KEY LETTER INDICATES SECTION. NUMBER INDICATES ELEVATION OR DETAIL. DRAWING NUMBER WHERE ELEVATION, SECTION, OR DETAIL IS TAKEN. INDICATES SIMILAR REFERENCED VIEW DRAWING NUMBER WHERE ELEVATION, SECTION, OR DETAIL IS DRAWN. Sim ELECTRICAL ABBREVIATIONS A - AMPS AC - AIR CONDITIONING ACS - ABOVE COUNTER SPLASHBACK ATS - AUTOMATIC TRANSFER SWITCH BRKR - BREAKER C - CONDUIT CLG - CEILING COMB - COMBINATION CRT - CIRCUIT CT - CURRENT TRANSFORMER CUH - CABINET UNIT HEATER CW - COLD WATER DDC - DIRECT DIGITAL CONTROLLER DH - DOOR HOLDER DISC - DISCONNECT SWITCH DP - DOUBLE POLE DS - DOOR SWITCH DT - DOUBLE THROW E - EXISTING EGC - EQUIPMENT GROUND CONDUCTOR EM - EMERGENCY EMT - ELECTRIC METALLIC TUBING ESC - ELECTRIC SEQUENCE CONTROLS EUH - ELECTRIC UNIT HEATER EWC - ELECTRIC WATER COOLER FA - FIRE ALARM FLA - FULL LOAD AMPS FP - FAN POWERED VARIABLE VOLUME BOXES GEC - GROUND ELECTRODE CONDUCTOR GEN - GENERATOR GF - GROUND FAULT INTERRUPT GRS - GALVANIZED RIGID STEEL CONDUIT HOA - HAND-OFF-AUTOMATIC HP - HORSEPOWER HW - HOT WATER HWCP - HOT WATER CIRCULATING PUMP HZ - HERTZ IBS - IN BASE OF SHELVES IMC - INTERMEDIATE METAL CONDUIT JB - JUNCTION BOX KVA - KILOVOLT-AMPS KW - KILOWATT MP - MOTOR PROTECTIVE SWITCH MS - MOTOR STARTER NF - NON-FUSIBLE PB - PUSH BUTTON PC - PHOTOCELL PNL - PANEL PAC - PACKAGED AIR CONDITIONING UNIT R - REMOVE REC - RECEPTACLE S/N - SOLID NEUTRAL S/O - SPACE ONLY SP - SINGLE POLE ST - SINGLE THROW SW - SWITCH TRANS - TRANSFORMER UH - UNIT HEATER V - VOLT VV - VARIABLE VOLUME W - WATTS WH - WALL HEATER WL - WHILE-IN-USE WP - WEATHERPROOF ø - PHASE 20 30 40 50 60 70 80 90 100 125 150 200 225 250 300 350 400 450 500 600 700 800 #12 #10 #8 #6 #4 #4 #3 #2 #1 #1/0 #1/0 #3/0 #4/0 #250 #350 #500 #500 #4/0 #250 #350 #500 #350 #12 #10 #8 #6 #4 #4 #3 #2 #1 #1/0 #1/0 #3/0 #4/0 #250 #350 #500 #500 #4/0 #250 #350 #500 #350 #12 #10 #10 #10 #10 #8 #8 #8 #8 #6 #6 #6 #4 #4 #4 #3 #3 #2 #2 #1 #1/0 #1/0 3/4" 3/4" 3/4" 1" 1-1/4" 1-1/4" 1-1/4" 1-1/2" 1-1/2" 2" 2" 2-1/2" 2-1/2" 3" 3-1/2" 4" 4" 2-1/2" 3" 3-1/2" 4" 3-1/2" 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 2 2 2 3 DEVICE RATING PHASE NEUT. EGC CONDUIT RUNS BRANCH CIRCUIT WIRE SIZE TABLE NOTES: 1. WIRE SIZING IS BASED ON 2017 NEC TABLES 250.66 AND 310.15(B)(16). 2. DEVICE RATING REPRESENTS THE MAXIMUM SIZE OVERCURRENT PROTECTION DEVICE FOR WHICH THE ASSOCIATED WIRE MAY BE UTILIZED. 3. ALL FEEDER AND BRANCH CIRCUITS ON THIS PROJECT SHALL CONTAIN NEUTRAL CONDUCTORS UNLESS SPECIFICALLY STATED, BY THE MANUFACTURER OF THE EQUIPMENT BEING SERVED, THAT ONE IS NOT REQUIRED. DEDICATED WORKING SPACE FOR EQUIPMENT TABLE "A" - WORKING CLEARANCE VOLTAGE TO GROUND, NOMINAL CONDITION 1 2 3 MIN. CLEAR DISTANCE (FT) 3 3 3 3.5 3 4 0-150 151-600 WHERE THE CONDITIONS ARE AS FOLLOWS: 1. EXPOSED LIVE PARTS ON ONE SIDE AND NO LIVE OR GROUNDED PARTS ON THE OTHER SIDE OF THE WORKING SPACE, OR EXPOSED LIVE PARTS ON BOTH SIDES EFFECTIVELY GUARDED BY SUITABLE WOOD OR OTHER INSULATING MATERIALS. INSULATED WIRE OR INSULATED BUSBARS OPERATING AT NOT OVER 300 VOLTS SHALL NOT BE CONSIDERED LIVE PARTS. 2. EXPOSED LIVE PARTS ON ONE SIDE AND GROUNDED PARTS ON THE OTHER SIDE. 3. EXPOSED LIVE PARTS ON BOTH SIDES OF THE WORK SPACE (NOT GUARDED AS PROVIDED IN CONDITION 1) WITH THE OPERATOR BETWEEN. 6 .5 " M IN NOTE: THIS INCLUDES BUT IS NOT LIMITED TO PANELBOARDS, SAFETY SWITCHES, MOTOR STARTERS, JUNCTION BOXES AND OTHER ELECTRIC EQUIPMENT. LIGHT FIXTURE PANELBOARD WALL SUSPENDED CEILING ALL ELECTRICAL EQUIPMENT NOTE: THIS FIGURE ILLUSTRATES THE WORKING SPACE IN FRONT OF ELECTRIC EQUIPMENT REQUIRED BY SECTION 110-26 (a) OF THE NATIONAL ELECTRIC CODE. LIGHT FIXTURE PANELBOARD WALL SUSPENDED CEILING STRUCTURAL CEILING DEDICATED SPACE CONTINUES THROUGH SUSPENDED CEILING TO 6' ABOVE TOP OF THE EQUIPMENT OR STRUCTURAL CEILING, WHICHEVER IS LOWER. NOTE: THIS FIGURE ILLUSTRATES THE ADDITIONAL, EXCLUSIVELY DEDICATED SPACE REQUIRED OVER AND UNDER PANELBOARDS FOR CABLES, RACEWAYS, ETC. TO AND FROM PANELBOARDS REQUIRED BY SECTION 110-26 (f) OF THE NATIONAL ELECTRICAL CODE. NO SCALE 6 '- 0 " 30" OR WIDTH OF EQUIPMENT IF EQUIPMENT IS WIDER THAN 30" DOES NOT HAVE TO BE CENTERED ON THE EQUIPMENT BUT AT LEAST EVEN WITH ONE EDGE. EQUIPMENT DOOR SHALL BE ABLE TO OPEN AT LEAST 90 DEGREES. STRUCTURAL CEILING EXCLUSIVELY DEDICATED SPACE EXCLUSIVELY DEDICATED SPACE SEE TABLE "A" THIS DISTANCE PANELBOARDS AND SWITCHBOARDS C O M M O N W E AL TH OF V I R G I N I A P RR O F E S S I ON A L E N G I N E E 5228 VALLEYPOINTE PKWY, SUITE 4 ROANOKE, VIRGINIA 24019 (540) 265-4444 D: C: E N G I N E E R I N G G R O U P Sheet Title: Fax 703-691-3316Phone 703-691-3311 10521 Rosehaven Street, Suite 200 Fairfax, VA 22030 Issue Date: Drawn By: Checked By: Sheet Number: Project Number: Sheet No. in Set: Total No. Sheets: 4 JML ROS21055 RANDALL O. SPENCER Lic No.029321 ELECTRICAL LEGEND, DETAILS AND NOTES E0.01 Generator Replacement Spotsylvania County - Generator Replacement 100% CD 07/26/2023 JML ROS 21055 Spotsylvania County 1 9109 Old Battlefield Blvd, Spotsylvania Courthouse, VA 22553 EXISTING SURGE PROTECTIVE DEVICESPD DEVICE TO BE REMOVED EXISTING LIGHTING CONTACTORLC S EXISTING LIGHT SWITCH POWER WIRE GROUNDING ELECTRODE CONDUCTOR (GEC) CONNECTED TO GROUND CONNECT TO EXISTING EPO EMERGENCY POWER OFF SWITCH FOR SHUNT TRIP ACTIVATION OF ASSOCIATED SHUNT TRIP BREAKER HEAVY-DUTY FUSIBLE DISCONNECT SWITCH, DISCONNECT SWITCH SHALL BE SIZED TO SUIT SERVING EQUIPMENT CIRCUIT BREAKER. PROVIDE FUSES PER MANUFACTURER'S RECOMMENDATIONS. PROVIDE NEMA-1 TYPE FOR INDOOR AND NEMA-3R FOR OUTDOOR UNLESS OTHERWISE NOTED. ELECTRICAL SYMBOLS DESCRIPTIONSYMBOL SYSTEM AFF TOP OF OUTLET UNLESS NOTED E X IS T /D E M O EXISTING ELECTRICAL BRANCH PANEL, SURFACE MOUNT EXISTING ELECTRICAL DISTRIBUTION PANEL, SURFACE OR FLOOR MOUNT EXISTING DRY TYPE TRANSFORMER 4'-0" WALL WALL FLOOR WALL OR FLOOR WALL 5'-0" N E W W O R K 1'-8" OR AS NOTED WL 125V, 3W, 20A, 2P DUPLEX TAMPER-PROOF GROUND FAULT RECEPTACLE, WALL WITH "WHILE-IN-USE" COVER NEMA 5-20R 4'-0" ELECTRICAL SHEET INDEX SHEET NUMBER SHEET NAME E0.01 ELECTRICAL LEGEND, DETAILS AND NOTES E0.02 ELECTRICAL SPECIFICATIONS ES1.01 ELECTRICAL SITE PLAN - NEW WORK ESD1.01 ELECTRICAL SITE PLAN - DEMOLITION WORK PANEL IS EXISTING TO REMAIN * INDICATES REPLACING SPARE WITH NEW CIRCUIT BREAKER NOTES: KAIC STANDS FOR 1000 AMPS INTERRUPTING CURRENT. LEGEND: TOTAL AMPS: 2 A 0 A 0 A TOTAL LOAD: 0.2 kVA 0.0 kVA 0.0 kVA 41 (EXIST) REC. CORRIDOR 20 A 1 0 0 1 20 A (EXIST) SPARE 42 39 (EXIST) GFI SPRINKLER 20 A 1 0 0 1 20 A (EXIST) SPARE 40 37 0 0 1 20 A (EXIST) SPARE 38 35 (EXIST) SPARE 50 A 2 0 0 1 20 A (EXIST) SPARE 36 33 (EXIST) ELEVATOR PUMP EXHAUST 20 A 1 0 0 1 20 A (EXIST) SPARE 34 31 (EXIST) SPARE 20 A 1 0 0.2 1 20 A * SHUNT TRIP PWR - GENERATOR 32 29 (EXIST) SPARE 20 A 1 0 0 1 20 A (EXIST) VERIZON TWIST PLUG 30 27 (EXIST) SPARE 20 A 1 0 0 1 20 A (EXIST) PLANTER PLUGS 28 25 (EXIST) WATER FOUNTAIN 20 A 1 0 0 1 20 A (EXIST) LTG. EXT. WALL SCONCES 26 23 (EXIST) REC. ROOF 20 A 1 0 0 1 20 A (EXIST) SPARE 24 21 (EXIST) QUAD. REC. ELEC. RM. 20 A 1 0 0 1 20 A (EXIST) ELEVATOR SHUNT TRIP 22 19 (EXIST) SPARE 20 A 1 0 0 1 20 A (EXIST) ELEVATOR SHUNT TRIP 20 17 (EXIST) F-4 20 A 1 0 0 1 20 A (EXIST) FIRE PANEL 18 15 (EXIST) ELEVATOR SUMP 20 A 1 0 0 1 20 A (EXIST) LTG. ELEVATOR CAB 16 13 (EXIST) ELEVATOR SUMP 20 A 1 0 0 1 20 A (EXIST) LTG. ELEVATOR CAB 14 11 (EXIST) F-3 20 A 1 0 0 1 20 A (EXIST) ELEVATOR PIT 12 9 (EXIST) FIRE ALARM CONTROL PANEL 20 A 1 0 0 1 20 A (EXIST) ELEVATOR PIT 10 7 0 0 8 5 (EXIST) SPLIT AC UNIT 20 A 2 0 0 2 20 A (EXIST) SPLIT AC UNIT ELEV. RM. 6 3 0 0 4 1 (EXIST) SPLIT AC UNIT 40 A 2 0 0 2 30 A (EXIST) WATER HEATER 2 CKT DESCRIPTION TRIP POLE PHASE A (kVA) PHASE B (kVA) PHASE C (kVA) POLE TRIP DESCRIPTION CKT ENCLOSURE: SURFACE PNL TYPE: NQ WIRE: 4 KAIC RATING: 22 SUPPLY FROM: LDP PHASE: 3 NEUTRAL RATING: 100 A LOCATION: MAIN ELEC. RM. 8 VOLTS: 120/208 Wye MAINS RATING: 100 A PANEL: LH POWER RISER NOTES: EXISTING RACEWAY AND CONDUCTORS TO REMAIN. 100A LOAD CENTER MOUNTED IN GENERATOR ENCLOSURE (BY OWNER). 4-#1 AND 1-#6 EGC IN 2" CONDUIT. 480V-3P-600A, 100% RATED LSIG BREAKER. 2(4-#350 AND 1-#2/0 EGC IN 3-1/2" CONDUIT). 4(4-#350 AND 1-#3/0 EGC IN 3-1/2" CONDUIT). 750KVA POWER CO. TRANSFORMER (EXIST) GRADE 400KW DIESEL GENERATOR DISC. GEN. 100A 600V TO PNL LH 1 1 5 1 33 4 2 3 4 5 GEN. REMOTE ANNUNCIATOR5'-0" GRA SCHEMATIC POWER RISER DIAGRAM MAIN ELECTRICAL RM. 8 CT CABINET (EXIST) POWER CO. METER (EXIST-INSIDE) PNL-HDP (EXIST) 1200A 480V ATS 225 KVA 480- 208/120 TRANS-T11200A 480V SPD PNL-LDP (EXIST) 800A 208V PNL- LH 100A 208V (EXIST) PNL- HH 225A 480V (EXIST) 1 6 6 1 1 1 1 (EXIST) BREAK RM. 7 OFFICE RM. 6 OFFICE RM. 5 PANEL IS EXISTING TO REMAIN * INDICATES REPLACING SPARE WITH NEW CIRCUIT BREAKER NOTES: KAIC STANDS FOR 1000 AMPS INTERRUPTING CURRENT. LEGEND: TOTAL AMPS: 8 A 7 A 7 A TOTAL LOAD: 1.0 kVA 0.8 kVA 0.8 kVA 21 0 0 42 20 0 0 41 19 VILLAGE INFO 20 A 3 0 0 3 20 A MUSEUM 40 18 0 0 39 17 0 0 38 16 FREEDOM CHURCH 20 A 3 0 0 3 20 A SPARE 37 15 0 0 36 14 0 0 35 13 SPARE 20 A 3 0 0.2 3 100 A PANEL LH 34 12 0 0 33 11 0 0 32 10 SPARE 20 A 3 0 0 3 20 A PANEL L6 31 9 0 0 30 8 0 0 29 7 SPARE 20 A 3 0 0 3 20 A SPARE 28 6 0 0 27 5 0 0 26 4 SPARE 20 A 3 0 0 3 20 A METERS 25 3 0 0.8 24 2 0 0.8 23 1 SPARE 20 A 3 0 0.8 3 100 A * GENERATOR AUXILIARY CIRCUITS, BATTERY CHARGER, BLOCK HEATER & RECEPTACLE 22 CKT CIRCUIT DESCRIPTION TRIP POLE PHASE A (kVA) PHASE B (kVA) PHASE C (kVA) POLE TRIP CIRCUIT DESCRIPTION CKT ENCLOSURE: SURFACE KAIC RATING: 35 PNL TYPE: I-LINE WIRES: 4 MCB RATING: 800 A SUPPLY FROM: T-1 PHASES: 3 NEUTRAL RATING: 800 A LOCATION: MAIN ELEC. RM. 8 VOLTS: 120/208 Wye MAINS RATING: 800 A PANEL: LDP 2 6 NO REVISION DATE 07.26.2023 C O M M O N W E AL TH OF V I R G I N I A P RR O F E S S I ON A L E N G I N E E 5228 VALLEYPOINTE PKWY, SUITE 4 ROANOKE, VIRGINIA 24019 (540) 265-4444 D: C: E N G I N E E R I N G G R O U P Sheet Title: Fax 703-691-3316Phone 703-691-3311 10521 Rosehaven Street, Suite 200 Fairfax, VA 22030 Issue Date: Drawn By: Checked By: Sheet Number: Project Number: Sheet No. in Set: Total No. Sheets: 4 JML ROS21055 RANDALL O. SPENCER Lic No.029321 ELECTRICAL SPECIFICATIONS E0.02 Generator Replacement Spotsylvania County - Generator Replacement 100% CD 07/26/2023 JML ROS 21055 Spotsylvania County 2 9109 Old Battlefield Blvd, Spotsylvania Courthouse, VA 22553 ELECTRICAL SPECIFICATIONS 26 32 13 - ENGINE GENERATORS (CON'T) 6. FIELD QUALITY CONTROL: A. TECHNICAL ASSISTANCE: ENGINE MANUFACTURER'S REPRESENTATIVE SHALL GENERALLY SUPERVISE INSTALLATION OF THIS EQUIPMENT WITH THE CONTRACTORS CONCERNED PROVIDING UP TO FIVE DAYS OF JOB SUPERVISION AT VARIOUS INTERVALS DURING THE JOB. B. INITIAL START-UP AND CHECKOUT: THE ENGINE-GENERATOR MANUFACTURER'S REPRESENTATIVE SHALL PROVIDE A QUALIFIED ELECTRICAL AND DIESEL MECHANIC TO ASSIST THE CONTRACTOR IN INITIAL CHECKOUT OF THE UNIT ON THE JOB AFTER COMPLETION OF INSTALLATION. THE MANUFACTURER'S REPRESENTATIVE SHALL BE RESPONSIBLE FOR MAKING ANY ADJUSTMENTS THAT MAY BE REQUIRED ON THE ENGINE AND GENERATOR FOR PROPER PERFORMANCE. THE MANUFACTURER'S REPRESENTATIVE SHALL ALSO INSTRUCT THE OWNER'S REPRESENTATIVE IN THE PROPER OPERATION AND CARE OF THIS EQUIPMENT. C. THE ELECTRICAL CONTRACTOR SHALL PROVIDE A REPRESENTATIVE TO COORDINATE WITH THE LOCAL FACTORY-TRAINED SERVICE TECHNICIAN TO PERFORM START-UP AND LOAD TESTS UPON COMPLETION OF INSTALLATION. PRIOR TO ACCEPTANCE OF THE INSTALLATION, EQUIPMENT SHALL BE TESTED TO SHOW IT IS FREE OF ANY DEFECTS AND WILL START AUTOMATICALLY AND BE SUBJECTED TO A FULL LOAD TEST AT THE JOB SITE. TEST SHALL BE FOR A MINIMUM OF FOUR (4) HOURS AND SHALL BE WITNESSED BY THE OWNER'S REPRESENTATIVE. PROVIDE CERTIFIED TEST RECORD. TESTS ARE TO INCLUDE THE FOLLOWING: a. CONTRACTOR SHALL PROVIDE FUEL FOR THE BELLY TANK. PRIOR TO SUBSTANTIAL COMPLETION THE BELLY TANK SHALL BE FILLED TO 90% OR GREATER CAPACITY. CONTRACTOR SHALL BE RESPONSIBLE FOR ANY FUEL USED DURING INSTALLATION AND TESTING. b. FULL LOAD TEST SHALL BE PERFORMED BY THE GENERATOR SET SUPPLIER'S SERVICE TECHNICIAN UTILIZING BOTH RESISTIVE LOAD BANKS. FACTORY LOAD TEST REPORTS WILL BE REQUIRED TO BE SUBMITTED PRIOR TO FIELD TEST SHOWING THE GENERATOR WAS TESTED AT THE FACTORY AT 0.8 PF USING RESISTIVE AND REACTIVE LOADBANKS. STRIP CHART RECORDINGS OF BOTH VOLTAGE AND FREQUENCY SHALL BE MADE CONTINUOUSLY DURING THE FOUR-HOUR TEST TO DEMONSTRATE VOLTAGE AND FREQUENCY STABILITY. MEASUREMENTS OF VOLTAGE, AMPERAGE, JACKET WATER TEMPERATURE, OIL PRESSURE, FUEL PRESSURE, EXHAUST TEMPERATURE, AND AMBIENT TEMPERATURE SHALL BE RECORDED AT 15 MINUTE INTERVALS DURING THIS TEST. ALL DATA SHALL BE RECORDED ON STANDARD FIELD TEST FORMS WHICH SHALL BE SIGNED BY THE SUPPLIER'S TECHNICIAN AND BY THE OWNER'S REPRESENTATIVE. CERTIFIED COPIES OF FIELD TEST REPORT SHALL BE FURNISHED FOR THE OWNER'S RECORDS. THE CONTRACTOR SHALL MAKE ALL NECESSARY HOOK-UPS TO ACCOMPLISH FIELD TESTS. c. CHECK FUEL, LUBRICATING OIL, AND ANTIFREEZE TO CONFORMITY TO THE MANUFACTURER'S RECOMMENDATIONS UNDER ENVIRONMENTAL CONDITIONS PRESENT. AT THE COMPLETION OF TESTING AND ACCEPTANCE OF THIS SYSTEM, DIVISION 26 SHALL PROVIDE A FULL TANK OF FUEL. d. TEST PRIOR TO CRANKING ENGINE FOR PROPER OPERATION, ACCESSORIES THAT NORMALLY FUNCTION WHILE THE SET IS IN A STANDBY MODE. ACCESSORIES INCLUDE: ENGINE HEATERS, BATTERY HEATER AND CHARGER, AND REMOTE ANNUNCIATORS. e. CHECK, DURING START-UP TEST MODE, FOR EXHAUST LEAKS, COOLING AIR FLOW, MOVEMENT DURING STARTING AND STOPPING, VIBRATION DURING RUNNING, NORMAL AND EMERGENCY LINE-TO-LINE VOLTAGE AND PHASE ROTATION. f. AFTER LOAD BANK TESTING, RECONNECT GENERATOR SET TO AUTOMATIC TRANSFER SWITCHES. UTILIZING AVAILABLE BUILDING LOAD, TEST, BY MEANS OF SIMULATED POWER OUTAGE, AUTOMATIC START-UP BY REMOTE-AUTOMATIC STARTING, TRANSFER OF LOAD, AND AUTOMATIC SHUT-DOWN. PRIOR TO THIS TEST ADJUST, FOR PROPER SYSTEM COORDINATION, TRANSFER SWITCH TIMERS. MONITOR THROUGHOUT THE TEST THE ENGINE TEMPERATURE, OIL PRESSURE, BATTERY CHARGE LEVEL, GENERATOR VOLTAGE, AMPERES AND FREQUENCY. g. TRAIN OWNER'S BUILDING PERSONNEL TO PROCEDURES FOR STARTING-UP, TESTING AND OPERATING EMERGENCY GENERATOR SET. IN ADDITION, TRAIN OWNER'S PERSONNEL IN PERIODIC MAINTENANCE OF BATTERIES. SEE SECTION 26 05 00 FOR REQUIRED TIME NEEDED FOR TRAINING. 26 36 00 - TRANSFER SWITCHES 1. THE AUTOMATIC TRANSFER SWITCH (ATS) WITH BYPASS SHALL BE MANUFACTURED BY AUTOMATIC SWITCH COMPANY (ASCO). ATS IS OWNER FURNISHED. ELECTRICAL CONTRACTOR TO COORDINATE ATS PLACEMENT AND INSTALLATION WITH OWNER. SIZE AND RATINGS ARE AS INDICATED ON THE DRAWINGS. THE OWNER WILL BE STORING THE ATS IN THE IMMEDIATE COURTHOUSE AREA AND WILL BE RESPONSIBLE FOR THE INITIAL DELIVERY/ UNLOADING OF THE EQUIPMENT AND SECURELY STORING. THE CONTRACTOR SHALL BE RESPONSIBLE FOR RELOCATING THE OWNER FURNISHED ATS AND ASSOCIATED COMPONENTS FROM THE OWNER’S STORAGE AREA TO THE FINAL LOCATION. 2. THE AUTOMATIC TRANSFER SWITCH SHALL PROVIDE COMPLETE AUTOMATIC OPERATION TO START THE ENGINE GENERATOR UPON NORMAL POWER FAILURE TO THE TRANSFER SWITCH AND TRANSFER THE LOAD AUTOMATIC- ALLY TO THE GENERATOR BUS IN TEN (10) SECONDS OR LESS, ALL IN ACCORDANCE WITH THE LATEST EDITIONS OF NFPA 70, 99 AND 110. 3. THE AUTOMATIC SWITCH SHALL CONSIST OF A POWER TRANSFER MODULE AND A CONTROL MODULE, INTERCONNECTED TO PROVIDE A COMPLETE SYSTEM IN A SINGLE NEMA-1 ENCLOSURE. A. POWER TRANSFER MODULE: a. ALL MAIN CONTACTS SHALL BE OF SILVER COMPOSITION. THEY SHALL BE PROTECTED BY ARCING CONTACTS IN SIZES 600 AMPERES AND OVER. THEY SHALL BE OF THE BLOW-ON CONFIGURATION AND OF SEGMENTED CONSTRUCTION IN RATINGS 600 AMPERES AND OVER. THE OPERATING TRANSFER TIME IN EITHER DIRECTION SHALL NOT EXCEED ONE-SIXTH (1/6) OF A SECOND. b. INSPECTION OF ALL CONTACTS (MOVABLE AND STATIONARY) SHALL BE POSSIBLE FROM THE FRONT OF THE SWITCH WITHOUT DISASSEMBLY OF OPERATING LINKAGES AND WITHOUT DISCONNECTION OF POWER CONDUCTORS. A MANUAL OPERATING HANDLE SHALL BE PROVIDED FOR MAINTENANCE PURPOSES. THE HANDLE SHALL PERMIT THE OPERATOR TO STOP THE CONTACTS AT ANY POINT THROUGHOUT THE ENTIRE TRAVEL TO PROPERLY INSPECT AND SERVICE THE CONTACTS WHEN REQUIRED. c. AUTOMATIC TRANSFER SWITCHES UTILIZING COMPONENTS OF MOLDED-CASE CIRCUIT BREAKERS, CONTACTORS, OR PARTS THEREOF WHICH HAVE NOT BEEN INTENDED FOR CONTINUOUS DUTY OR REPETITIVE LOAD TRANSFER SWITCHING ARE NOT ACCEPTABLE. AUTOMATIC TRANSFER SWITCHES SHALL BE LISTED FOR EMERGENCY SERVICE AS A COMPLETE FACTORY ASSEMBLED AND TESTED APPARATUS, IN ACCORDANCE WITH REQUIREMENTS OF NFPA-110. d. THE AUTOMATIC TRANSFER SWITCH SHALL BE RATED TO WITHSTAND THE RMS SYMMETRICAL SHORT CIRCUIT CURRENT AVAILABLE AT THE AUTOMATIC TRANSFER SWITCH TERMINALS WITH THE TYPE OF OVER-CURRENT PROTECTION, VOLTAGE AND X/R RATIO AS SHOWN ON THE PLANS. B. CONTROL MODULE: THE CONTROL MODULE SHALL BE SUPPLIED WITH A PROTECTIVE COVER AND BE MOUNTED SEPARATELY FROM THE TRANSFER SWITCH FOR EASE OF MAINTENANCE. THE INTERCONNECTING WIRING HARNESS SHALL INCLUDE A DISCONNECT PLUG TO DISCONNECT ALL WIRES INCLUDING BOTH SOURCES OF CONTROL POWER FOR ROUTINE MAINTENANCE. SENSING AND CONTROL LOGIC SHALL BE SOLID-STATE AND MOUNTED ON PLUG-IN PRINTED CIRCUIT BOARDS. PRINTED CIRCUIT BOARDS SHALL BE KEYED TO PREVENT INCORRECT INSTALLATION. INTERFACING RELAYS SHALL BE INDUSTRIAL CONTROL GRADE PLUG-IN TYPE WITH DUST COVERS. 4. OPERATION: A. FOUR POLE SWITCHES SHALL BE USED FOR THREE PHASE SEPARATELY DERIVED A.C. SERVICE WITH SWITCHED NEUTRAL. NEUTRAL CONDUCTOR TERMINAL LUGS SHALL BE PROVIDED AS REQUIRED FOR THE POWER SYSTEM UNLESS SWITCH IS ON A 480 VOLT SYSTEM WHICH REQUIRES AN OVERLAPPING SWITCHED NEUTRAL. B. THE AUTOMATIC TRANSFER SWITCH CONTROL PANEL FOR THREE PHASE SHALL UTILIZE SOLID-STATE SENSING ON NORMAL AND EMERGENCY FOR AUTOMATIC, POSITIVE OPERATION. THE FOLLOWING SHALL BE PROVIDED: a. FOR THREE PHASE SWITCHES ALL PHASES OF THE NORMAL SHALL BE MONITORED LINE-TO-LINE. CLOSE DIFFERENTIAL VOLTAGE SENSING SHALL BE PROVIDED ON ALL PHASES. THE PICKUP VOLTAGE SHALL BE ADJUSTABLE FROM 85% TO 100% OF NOMINAL AND THE DROPOUT VOLTAGE SHALL BE ADJUSTABLE FROM 75% TO 98% OF THE PICKUP VALUE. THE TRANSFER TO EMERGENCY WILL BE INITIATED UPON REDUCTION OF NORMAL SOURCE TO 85% OF NOMINAL VOLTAGE AND RETRANSFER TO NORMAL SHALL OCCUR WHEN NORMAL SOURCE RESTORES TO 90% OF NOMINAL. b. A TIME DELAY TO OVERRIDE MOMENTARY NORMAL SOURCE OUTAGES TO DELAY ALL TRANSFER SWITCH AND ENGINE STARTING SIGNALS. THE TIME DELAY SHALL BE FIELD ADJUSTABLE FROM 0.5 TO 6 SECONDS AND FACTORY SET AT 1 SECOND. c. A TIME DELAY ON RETRANSFER TO NORMAL SOURCE. THE TIME DELAY SHALL BE AUTOMATICALLY BYPASSED IF THE EMERGENCY SOURCE FAILS AND NORMAL SOURCE IS AVAILABLE. THE TIME DELAY SHALL BE FIELD ADJUSTABLE FROM 0 TO 30 MINUTES AND FACTORY SET AT 30 MINUTES. d. AN UNLOADED RUNNING TIME DELAY FOR EMERGENCY GENERATOR COOL-DOWN. THE TIME DELAY SHALL BE FIELD ADJUSTABLE FROM 0 TO 5 MINUTES AND FACTORY SET AT 5 MINUTES. e. A TIME DELAY ON TRANSFER TO EMERGENCY. INITIALLY SET AT ZERO BUT FIELD ADJUSTABLE UP TO 1 MINUTE FOR CONTROLLED TIMING OF LOAD TRANSFER TO EMERGENCY, WHERE INDICATED. f. INDEPENDENT SINGLE PHASE VOLTAGE AND FREQUENCY SENSING OF THE EMERGENCY SOURCE. THE PICKUP VOLTAGE SHALL BE ADJUSTABLE FROM 85% TO 100% OF NOMINAL. PICKUP FREQUENCY SHALL BE ADJUSTABLE FROM 90% TO 100% OF NOMINAL. TRANSFER TO EMERGENCY UPON NORMAL SOURCE FAILURE WHEN EMERGENCY SOURCE VOLTAGE IS 90% OR MORE OF NOMINAL AND FREQUENCY IS 95% OR MORE OF NOMINAL. g. A CONTACT THAT CLOSES WHEN NORMAL SOURCE FAILS FOR INITIATING ENGINE STARTING, RATED 10 AMPS, 32 VDC. CONTACTS TO BE GOLD PLATED FOR LOW VOLTAGE SERVICE. h. A CONTACT THAT OPENS WHEN NORMAL SOURCE FAILS FOR INITIATING ENGINE STARTING, RATED 10 AMPS, 32 VDC. CONTACTS TO BE GOLD PLATED FOR LOW VOLTAGE SERVICE. i. GREEN SIGNAL LIGHT TO INDICATE WHEN THE AUTOMATIC TRANSFER SWITCH IS CONNECTED TO THE NORMAL SOURCE. A RED SIGNAL LIGHT TO INDICATE WHEN THE AUTOMATIC TRANSFER SWITCH IS CONNECTED TO THE EMERGENCY SOURCE. j. ONE AUXILIARY CONTACT THAT IS CLOSED WHEN AUTOMATIC TRANSFER SWITCH IS CONNECTED TO NORMAL AND ONE AUXILIARY CONTACT THAT IS CLOSED WHEN AUTOMATIC TRANSFER SWITCH IS CONNECTED TO EMERGENCY. RATED 10 AMPS, 480 VOLTS, 60 HZ AC. k. A TEST SWITCH TO MOMENTARILY STIMULATE NORMAL SOURCE FAILURE. l. ENGINE GENERATOR EXERCISING TIMER TO SELECT LOAD OR NO-LOAD OPERATION WITH A RESERVE POWER FOR CARRYOVER. C. INSTALLATION: a. INSTALL ALL THIS EQUIPMENT STRICTLY IN ACCORDANCE WITH THE MANUFACTURER'S INSTRUCTIONS AND ROUGHING-IN DRAWINGS. b. THE ELECTRICAL CONTRACTOR SHALL PROVIDE A REPRESENTATIVE TO COORDINATE WITH THE AUTOMATIC TRANSFER SWITCH MANUFACTURER'S REPRESENTATIVE FOR THE FOLLOWING: • IN INITIAL CHECKOUT OF THE UNIT ON THE JOB AFTER COMPLETION OF INSTALLATION. • MAKING ANY ADJUSTMENTS THAT MAY BE REQUIRED ON THE TRANSFER SWITCH FOR PROPER PERFORMANCE. • INSTRUCTING THE OWNER'S REPRESENTATIVE IN THE PROPER OPERATION AND CARE OF THIS EQUIPMENT. c. CONTRACTOR SHALL REFER TO DRAWINGS TO DETERMINE SPECIAL LUG REQUIREMENTS. D. TESTING: a. CERTIFIED LABORATORY TEST DATA ON A SWITCH OF THE SAME DESIGN AND RATING SHALL BE PROVIDED TO CONFIRM THE FOLLOWING SWITCHING ABILITIES: • OVERLOAD AND ENDURANCE AT 480 VOLTS AC PER TABLES 21.2, 23.1 AND 23.2 OF UL 1008 WHEN ENCLOSED ACCORDING TO PARAGRAPH 1.6. • TEMPERATURE RISE TESTS AFTER THE OVERLOAD AND ENDURANCE TESTS TO CONFIRM THE ABILITY OF THE TRANSFER SWITCHES TO CARRY THEIR RATED CURRENT WITHIN THE ALLOWABLE TEMPERATURE LIMITS OF THE INSULATION IN CONTACT WITH CURRENT-CARRYING PARTS. • NO WELDING OF CONTACTS. TRANSFER SWITCH MUST BE OPERABLE TO ALTERNATE SOURCE AFTER THE WITHSTAND CURRENT TESTS. • DIELECTRIC TESTS AT 1960 VOLTS, RMS, MINIMUM AFTER THE WITHSTAND CURRENT TEST. b. ALL PRODUCTION UNITS SHOULD BE SUBJECTED TO THE FOLLOWING FACTORY TESTS: • THE COMPLETE AUTOMATIC TRANSFER SWITCH SHALL BE TESTED AS TO ENSURE PROPER OPERATION OF THE INDIVIDUAL COMPONENTS AND CORRECT OVERALL SEQUENCE OF OPERATION AND TO ENSURE THAT THE OPERATING TRANSFER TIME, VOLTAGE, FREQUENCY AND TIME DELAY SETTINGS ARE IN COMPLIANCE WITH THE SPECIFICATION REQUIREMENTS. • THE SWITCH SHALL BE SUBJECTED TO A DIELECTRIC STRENGTH TEST PER NEMA STANDARD ICS 1-109.21. • THE CONTROL PANEL SHALL MEET OR EXCEED THE VOLTAGE SURGE WITHSTAND CAPABILITY IN ACCORDANCE WITH IEEE STANDARD 472-1974 (ANSI C37.90A-1974) AND THE IMPULSE WITHSTAND VOLTAGE TEST IN ACCORDANCE WITH THE PROPOSED NEMA STANDARD ICS-109. 26 05 73 - OVERCURRENT PROTECTIVE DE

9104 Courthouse Road Spotsylvania, VA 22553Location

Address: 9104 Courthouse Road Spotsylvania, VA 22553

Country : United StatesState : Virginia

You may also like

DEGETAU FOB REPAIR AUTOMATIC TRANSFER SWITCH

Due: 31 May, 2024 (in 28 days)Agency: PUBLIC BUILDINGS SERVICE

24-40-KB Generator and Automatic Transfer Switch Installation

Due: 07 May, 2024 (in 4 days)Agency: Spotsylvania County

AUTOMATIC TRANSFER SWITCH MAINTENANCE AGREEMENTS

Due: 30 Jun, 2026 (in about 2 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.