MODIFICATION
Y -- Replace Air Handling Unit No. 2 and 3
- Notice Date
- 8/10/2022 9:27:50 AM
- Notice Type
- Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
- ZIP Code
- 33637
- Solicitation Number
- 36C24822R0103
- Response Due
- 9/12/2022 12:30:00 PM
- Archive Date
- 11/11/2022
- Point of Contact
- Adriana N Gamm, Contract Specialist
- E-Mail Address
-
Adriana.Gamm@va.gov
(Adriana.Gamm@va.gov)
- Awardee
- null
- Description
- Replace AHU 2 and AHU 3 Project No.: 573-18-602 and 573-18-603 Malcom Randall VA Medical Center Gainesville, FL GENERAL SCOPE: The Construction specifics and requirements are identified in the construction specifications and drawings set prepared by AKEA Design, Inc. DEFINITIONS: Contracting Officer (CO): The services to be performed under this contract are subject to the general supervision, direction, control, and approval of the CO. VA Project Manager (PM): The Contracting Officer Representative (COR) responsible for administering contracts under the immediate direction of the CO and the PM/COR at the construction site. When more than one PM/COR is assigned to a construction project one is designated as being in-charge and is called the Senior PM/COR . The PM/COR is responsible for protecting the Government s interest in the execution of the construction contract work. His duties include surveillance of all construction work to assure compliance with the contract documents, interpretation of the contract documents, approval of changed work, approval of all submittals, samples, shop drawings, etc. Contractor: This term, as used herein, refers to the Contractor under this contract. A/E: This term, as used herein, refers to the Architect-Engineer firm that is part of the design team (Government Consultant). RESPONSIBILITIES It is the Contractor s responsibility to complete the documents and construction in a manner consistent with the construction documents (drawings and specifications) within the required period of performance. No separate staging, office, or workshop area outside of the project limits will be provided. Access to the job site is permitted to drop off materials and project personnel. No long-term (more than necessary for drop-off/pick-up of personnel or materials). Contractor shall ensure that all subcontractors maintain their respective work areas and secure tools, materials, loose items, and other components to protect the condition of the workplace. Daily removal of debris, unused materials, and other refuse (trash) from the assigned work area is expected by the end of the workday. Parking is not guaranteed nor assigned to contractors, there are some areas available, but space is limited and subject to change. Contract workers should carpool to the greatest extent practicable. Prior to any mobilization and construction, the contractor shall request and have approved an Infection Control Construction Permit, a Construction Safety Certification, and an Interim Life Safety Measures Certification from the VA Medical Center. An ICRA (Infection Control Requirements) classification to be designated by the facility Infection Control team. For the purposes of this proposed project an ICRA Classification is assumed to be Type D, Class IV, or other. The Contractor shall be responsible for all materials delivered and work performed until completion and acceptance of the entire job. The Contractor shall comply with all applicable federal, state, and local requirements for protecting the safety of the contractor s employees, building occupants, and the environment. All applicable standards of the Occupational Safety and Health Administration (OSHA) shall be followed when working in accordance with this project. No process or materials shall be employed in such a manner that they will introduce additional hazards into the occupied space. Contractor shall keep the VA COR informed at all times of the status and progress of the project. All Vendor/contract personnel must report to the Police Service and identify themselves upon entering the VA facility. They shall all abide by Police Service rules and personal identification verification (PIV) regulations and carry the identification card throughout the entire period while providing the service. This include but not limited to any other screening protocols the VA implement in response to any emergency at all VA facilities. Project performance is to be developed in accordance with VA guides, standards, and requirements; local and federal codes; and other engineering standards and best practices as per A/E design work (detailed demolition drawings, all necessary civil, electrical, and plumbing and mechanical engineering specialties as well as detailed phasing and construction coordination drawings). The constructor will develop a well-organized, practicable and complete construction phasing for the proposed project in order that the normal hospital operations will not be interrupted nor disturbed except by previous and timely coordination with VAMC Center Director through the Project Manager/COR. COVID -19 Requirements: The selected contractor shall strictly follow the implemented hospital protocols to deal with the current COVID-19 situation as stated by the CDC, OSHA, VA authorities and Local Government. VHA Supplemental Contract Requirement for Combating COVID-19 (COVID-19 Safety Protocols is attached and applicable. See Attachment 06. The Contractor shall prepare written minutes of each meeting with the Government concerning contractual, and construction matters. Copies of the minutes shall be furnished to the Contracting Officer and Project Manager within forty-eight (48) hours of each meeting for VA review. The Contractor shall prepare written records of phone conversations addressing major project issues and furnish a copy to the Contracting Officer and COR within five (5) calendar days of the phone call. Technical Information Library (TIL): VA design standards, VA master specifications, design manuals, and/or other publications are available at the following Internet address: www.cfm.va.gov/til/ . All projects associated with construction and temporary work shall conform to the latest VA specifications, VA Standards, energy conservation methods, EPA, OSHA, ADA, NFPA, NEC, ASHRAE, LIFE SAFETY CODE, IBC, local, Federal, and industry requirements and regulations. Any related supporting system, apparatus, material or work not mentioned, or any incidental accessories necessary to make the work complete in all respects and ready for operation even if not particularly specified, shall be furnished, delivered, and installed by the Contractor without additional cost to the Government. Contractor shall have comprehensive knowledge, experience, expertise, equipment, and personnel to complete this work. CONSTRUCTION PERIOD SUBMITTALS The contractor shall distribute one (1) electronic set of the submittal in pdf format attention to VA PM/COR with a copy to CO via e-mail. All materials and equipment submittals must be submitted and approved by the A/E, VA PM/COR, and CO prior to the start of construction. All submittals shall be as per the specifications. The contractor shall maintain an updated log of submittals as part of the weekly meeting minutes. Refer to the technical specification for specific details and procedures. Other submittals The contractor shall submit test results, certificates, manufacturer s instructions, manufacturer s field reports, etc. as required by the VA RFP specifications to PM/COR and CO in pdf format via e-mail correspondence. Project red drawings The contractor shall maintain a set of construction documents (field as-built drawings) to red actual construction changes during the entire construction process as required by the RFP specifications. The project red drawings will be available for review by the VA PM/COR at all times. Shop drawings and submittals A/E shall verify the Contractor s shop drawings, detail drawings, schedules, descriptive literature, and samples, testing labor-laboratory reports, field test data, and review materials for conformity with the RFP documents and specifications. The A/E shall recommend approval, disapproval, or other suitable disposition to the VA PM/COR. The VA PM/COR and CO will have final approval authority. The A/E shall evaluate the submittals with reference to any companion submittals that constitute a system. When necessary, the A/E shall request the Contractor to submit related components of a system before acting on a single component. The A/E may be required to hold joint reviews with the VA technical staff on complicated system submittals. PROJECT CLOSE-OUT The contractor shall comply with the requirements in the General Requirements , Section 010000, for submission of final RFP as built drawings, manuals and other documents as noted. Required as built drawings and specifications shall be submitted in the same format required for the construction documents. REPLACE AIR HANDLING UNIT (AHU) 2 SOW OVERVIEW Contractor shall completely prepare site for building operations, including demolition and removal of existing structures, and furnish labor and materials and perform work to Replace AHU2 at Malcom Randall VA Medical Center, Gainesville, FL as required by SOW, drawings, and specifications. The main scope of replacing AHU 2 entails that the occupants served by those spaces will remain without HVAC during construction time, depending on the phases. Additionally, the ceilings of the affected areas will be demolished to accommodate new distribution ductwork. During these phases determined by mechanical, there are rooms and staff that must remain operational during business hours and cannot relocate. Occupants that do not need to remain in place will be relocated. The areas affected include spaces in the Basement and First Floor level of the Building 1 area of the hospital, plus roof top unit replacement and modifications. For the non-relocating areas, construction must be scheduled during nights and weekends. Some spaces require nights only, as the spaces operate seven days a week. In these spaces, micro phasing will be required during construction with partial closures, while still allowing the space to continue functioning. The Canteen and Store are two spaces that work seven days a week. The period of performance for AHU 2 is 1095 calendar days from notice to proceed date. ROOF WORK The roof work is mostly mechanical replacement of units, with structural modifications to accommodate the changes. Patch and repair will be necessary, as well as protection from elements during construction. In addition, there will be penetration work according to installation of new AHU units at the roof where some mechanical risers will penetrate the roof on the second floor. (Refer to architectural sheet #A502 for more information about penetration details related to mechanical scope of work). CEILING WORK Areas of suspended acoustical ceiling tile will be demolished (as indicated in drawings sheet #AD101 and AD102) to add the new ductwork and other components required for the new HVAC equipment distribution. All existing lighting and other miscellaneous occurrences in these ceilings to be salvaged and re-installed in the new Acoustic Ceiling Tiles (ACT) if possible. As for incidents of radiant panel ceilings, these will be replaced with new acoustical ceiling tile, and new lighting must be provided as well since they cannot be reused in the new ceiling type. Other components to be reused if possible or replaced with similar items as needed. Existing ceiling heights are to be kept or relocated to ±8 -0 high unless a lower ceiling height already exists. Existing lower than ±8 -0 high ceilings will be kept at existing ceiling heights in the new acoustical ceiling tile replacement, but no lower than 7 -8 high. Existing occupied spaces that remain operational during construction will need to be planned closely with contractor s micro-phasing to meet all infection control requirements per space. Temporary heat detectors during construction are expected to monitor the construction area during any sprinkler s shut down construction time. CONSTRUCTION TIME AND SWING SPACE Swing space has been authorized to use the existing First Floor of Ambulatory Care Addition (ACA). (Refer to Sheet #G008 for more information regarding swing space proposed layout). The Inpatient Pharmacy, Musculoskeletal Reading Room, Pathology Lab, Radiology, Nuclear Medicine, Cytology Lab, Auditorium, Canteen Services, Retail Store, Staff Facility, and Nutrition & Food are to remain in operation and in place during construction. Night and weekend work, when possible, shall be planned for these spaces during construction. Note that Canteen and Store operate seven (7) days a week. Spaces expected to be relocated at this time include Pharmacy Administration, Cardiology, Healthcare Admin Service, Voluntary Service, Director s Office Suite, Orthopedic Specialty Clinic, Rehab Medicine and Chapel, Surgical Office, Scheduling Unit, and Rehab Medicine. (Refer to Sheet #G006 phasing plan for more information). Construction in Ambulatory Care Addition (ACA) will be minimal, with the majority of the architectural changes created by demountable wall partitions. The ceilings are to remain undisturbed and open atrium ceilings are to remain. Mechanical and other utilities are to be reutilized for these temporary spaces. ADDITIONAL ARCHITECTURAL SCOPE Other expected areas of scope include new vertical chase locations for new HVAC risers (Refer to Sheet #A401 for more information regarding shaft walls). These chases will be required to maintain continuous two-hour enclosure from floor to floor. (First floor slab penetration will include fire damper as shown in section detail sheet # A502). Basement penetration at ceiling will only require continuous two-hour ceiling enclosure to bottom of slab if riser does not reach the basement floor level, or other solutions through the two-hour rated floor per mechanical. Chase locations have been approved by the VA. The new chases affect ceilings and existing spaces; therefore, new fire rated walls and ceilings are designed to maintain continuity of rated envelope. These modifications affect the surrounding areas; see architectural drawings for extent of modifications. STRUCTURAL NARRATIVE Overview: The project involves the replacement of AC-2 at Malcom Randall VA Medical Center in Gainesville, Florida. Two (2) new AHUs will be required as part of the replacement of AC-2. AHU- 61 and AHU-62 will be located above the first-floor roof. Demolition: Based on the current scope structural demolition will be required for the following areas: Demolition of existing AHU frame near AHU-61. Partial demolition of roof slab for installation of roof penetrations. Existing conditions: Building 1 is a multi-story reinforced concrete framed building that was constructed circa 1964. The floor slabs are reinforced concrete two-way flat plate systems with a very limited number of interior or exterior concrete beams. There are drop caps located at the reinforced concrete columns. The columns are founded on reinforced concrete pile caps and concrete piles. New construction: AHU-61 and SHU-62 will be supported by new structural steel platforms. The platform floor will be constructed of galvanized steel bar grating supported by wide flange beams. The new wide flange beams will be supported by HSS posts which will be located on top of existing concrete columns. The lateral system for the platform will be comprised of vertical steel angle knee braces and horizontal steel angle bracing. New slab penetrations will be supported by a combination of new HSS tube steel beams, surface anchored steel plates and surface anchored steel channels. MECHANICAL NARRATIVE Air handling units: New air handling units AHU-61 and AHU-62 will replace AHU-2. AHU-61 and 62 will be located on the first-floor roof. Catwalks will be provided on both sides of the unit for maintenance access. Both units will include hot water preheat coils, chilled water-cooling coils, supply fan walls, filtration, return fan walls, and economizer sections. Three (3) pieces of existing HVAC equipment must be removed to make room for new AHU-61. Rental air conditioning units must be provided to serve these two (2) areas. AHU-14 serving Inpatient Pharmacy Suite A164. AHU-44 serving basement CT Scan Room A-019. Condensing unit serving CT Scan Equipment in Room A019 will be relocated. Chilled water piping will be extended up from the pipe basement. Piping connection points will be on the existing 8 chilled water pipes in the pipe basement serving AHU-2. A new packaged steam to hot water heat exchanger system will be provided on the same platform with AHU-61. This hot water system serves the AHU preheat coils and all VAV box reheat coils associated with these air handling units. Ductwork: Project will include new ductwork for most areas. Roof mounted ductwork will be specified as factory fabricated double wall with internal insulation. Field built double wall duct has proven to be poor construction and not waterproof. Interior ductwork will follow typical VA master specs. Existing Inpatient Pharmacy ductwork will remain in place to minimize downtime to weekends. Air terminal devices (VAV boxes): VAV boxes will be single duct with hot water reheat and DDC controls. Zoning will follow VA HVAC Design Manual. Exhaust fans: This project includes three (3) new general exhaust fans. Building Automation System (BAS): The BAS will be an addition and extension of the existing Siemens Building Technologies system. New controls will be provided for the AHUs and the new steam to hot water heat exchanger system. Room level controls will be provided new VAV boxes and hot water reheat terminals. The BAS will integrate with the Air Handler Manufacturer s flow monitoring systems and Variable Frequency Drives. All new air terminals, damper actuators, and control valve actuators will be 24V. All equipment and terminal unit controllers shall be networked to share information and execute overall system functions, but all controllers shall be capable of operating stand-alone. ELECTRICAL NARRATIVE (OVERVIEW) The project provides for the replacement of the existing AHU-2 system and its associated ductwork with new HVAC units, fans, horizontal return-supply-exhaust duct, and VAV units at Malcom Randall VAMC, in Gainesville, FL. The work shall be as prescribed in the Statement of Work (SOW), VA Electrical Design Manual (VAEDM, v12-2015), VA Telecommunication Design Guide (VADG-Telecomm, v2016), other applicable VAMC design guides, and applicable NFPA codes. Every effort shall be made to ensure the medical center experiences minimal downtime on the Essential and Normal branch circuits. The construction sequence shall be closely coordinated between the selected contractor and the VA. The project scope does not include replacing the existing ceiling-mounted electrical devices such as lighting fixtures (see exception below), nurse call indicators, exit fixtures, speakers, telemetry equipment, etc. The ceiling tiles in each renovated area will be demolished to allow demolition of existing ductwork and installation of new. New Acoustic Ceiling Tiles (ACT) will be provided after the new ductwork is installed. The existing electrical devices deemed to remain will be reinstalled in the new ceiling system, at or near the exact physical location as before construction. The project scope includes the temporary removal and subsequent reinstallation of the electrical items in the existing ceiling tile system and the above ceiling cavity found to obstruct demolition of the existing ductwork and installation of the new. REPLACE AIR HANDLING UNIT (AHU) 3 SOW OVERVIEW Contractor shall completely prepare site for building operations, including demolition and removal of existing structures, and furnish labor and materials and perform work for Replace AHU3, Malcom Randall VA Medical Center, Gainesville, FL as required by drawings and specifications. Period of Performance is 730 calendar days from the notice to proceed. The scope of the project encompasses the replacement of AHU-3 and their associated systems in response to a detailed Feasibility Study for the Replacement of Air Handling Units 2 and 3 by Applied Engineering Solutions dated March 16, 2016. Under the AHU-3 scope, complete ceiling demolition and replacement to allow for new horizontal mechanical distribution systems will occur in affected areas. This work will occur in phases, relocating a portion of each affected floor to temporary swing space on 3RD floor area 3D in the same building within the Gainesville VAMC. Suspended ceilings which are completely removed in an entire room will be replaced with 2 x 2 grid to allow more flexibility in placing lighting, HVAC components, and other ceiling-mounted devices. Areas that are partially removed shall be restored using new grid and tiles matching the existing system. To the greatest extent practical, existing lights, diffusers, returns, fire alarms, smoke detectors, Wi-Fi, cell phone antenna, mirrors, and other ceiling-mounted items will be salvaged and reinstalled. Acoustical ceiling tile products will be replaced with the same or similar products that are in place. Gypsum board surfaces shall receive latex paint. Existing finishes damaged during the work will be repaired as necessary including flooring, base, and wall surfaces. There are exceptions to the above due to existing field conditions. These include lower ceiling heights needed due to existing restrictive conditions in many areas. Existing sprinkler head and branch pipes on radiant panel ceiling or any ceiling above 8 ft elevation will be replaced with new sprinkler head and flexible hose. All other ceiling mounted devices on radiant panels except for lights and sprinklers will be reused and reinstalled. In case the ceiling height is reduced, or the ceiling is shifted, those hard steel branch pipes are to be replaced with flexible hose as well. This will require Interim Life Safety Measure (ILSM) during construction. Fire sprinkler pipes will be drained, and the fire protection system will shut down temporarily. The remaining occupied area of the floor that is not within the construction phase will require two fire drills quarterly. Smoke detectors are to be removed temporarily from the construction area and provided with temporary heat detectors for fire detection. AIR HANDLING UNITS New air handling units AHU-59 and AHU-60 will replace AHU-3. AHU-60 will be located on the old cooling tower concrete platform which has the structural capacity to support the new equipment. No structural reinforcing of the platform is required however, steel beams will be placed under the AHU shipping splits to ensure alignment as each section is set in place. Catwalks will be provided on both sides of the unit for maintenance access. Existing AHUs on the platform must be demolished; thereby, creating the construction phasing plan described elsewhere in the SOW, drawings, and specifications. AHU-60 will serve all spaces currently fed by AHU-3 with the exception of 2nd floor Area C. New supply ductwork on the roof will be built and connected to the top of the existing duct shafts. Also, new supply and return duct branches will refeed the Psych Ward 5D area. AHU-60 will initially be required to operate with nearly 100% outdoor air (OA). When 4th and 5th floors are converted to return air in future projects, AHU-60 will gradually shift to roughly 30% OA and 70% Return Air. Steam preheats and chilled water coils are sized for 100% OA. AHU-60 will include return fans and an economizer cycle which can be used for one pass air during pandemics. AHU-59 will serve the 2nd floor Area C of the A-wing and will be located on an elevated steel platform on the adjacent roof. It will not include return fans, nor economizer cycle. The unit will be kept as small as possible to fit in the limited roof area north of the Doghouse which houses new AHU-4. Chilled water piping will be connected to the A-wing plant. AHU-4 Doghouse will be demolished in order to support the steel platform for AHU-59. Therefore, the scope of the project includes a few items for weatherproofing AHU-4. Scope includes connecting AHU-4 supply duct and demolition of old AC-1. After AC-1 is gone, the existing unused heat exchanger station will be hooked up to serve hot water to the 2nd floor. This skid mounted heat exchanger system will be treated as an Owner Furnished Contractor Installed (OFCI) piece of equipment. Future 4th and 5th floor VAV conversion projects will extend the hot water piping. DUCTWORK Project will include all new ductwork. No existing ductwork will be reused. Roof mounted ductwork will be specified as factory fabricated double wall with internal insulation. Field built double wall duct has proven to be poor construction and not waterproof. Interior ductwork will follow typical VA master specs. AIR TERMINAL DEVICES (VAV BOXES) VAV boxes will be single duct with hot water reheat and DDC controls. Zoning will follow VA HVAC Design Manual. EXHAUST FANS The 2nd floor conversion will include two (2) general exhaust fans mounted on the roof. BUILDING AUTOMATION SYSTEM (BAS) The Building Automation System (BAS) will be an addition and extension of the existing Siemens Building Technologies system. New controls will be provided for each new Air Handling Unit (AHU) as well as the new Heating Hot Water Packaged system. Additionally, room level controls will also be provided for the 2nd, 4th, and 5th floors where new hot water reheat terminals and new ductwork is being added. The BAS will integrate with the Air Handler Manufacturer s flow monitoring systems and Variable Frequency Drives. All new air terminals, damper actuators, and control valve actuators will be 24V. All equipment and terminal unit controllers shall be networked to share information and execute overall system functions, but all controllers shall be capable of operating stand-alone. SWING SPACE To support this multi-phase project, a Swing Space is to be allocated to temporarily hold the occupants of an area of the building while the renovation work is being developed. These occupants are relocated to this Swing Space so that their normal operations can continue with minimal disruption to the facility and its services. The existing 3rd floor Area 3D Warehouse (Former MICU area) has been selected as the swing space. In phase 4.1 and phase 4.2 of the project, the 2nd floor Area 2C occupants will be relocated to this swing space to support the 2nd floor HVAC renovation. In phase 5 of the project, the 5th floor Area 5D Psychiatric Ward occupants will be relocated to this swing space to support the work related to AHU-38 demolition and AHU-60 installation. The intent here is that these swing space areas (that are temporarily occupied) will include the supporting mechanical systems and operations to support the occupants and their related functions to the VA. The swing space will be occupied by the VA s end users only during the construction period. As the renovation are completed, the occupants will be relocated back to their newly renovated areas to continue their functions. The VA as Authority Having Jurisdiction (AHJ) has permitted the design team to deviate from the VA design standards for healthcare facilities by allowing the design team to continue the use of the existing mechanical system that is currently serving the 3D warehouse space with additional supplemental HVAC systems provided as required to satisfy the thermal demands of these temporary occupants. HVAC Existing AHU-8 and AHU-9 that currently serve the 3D space are 100% outside air type with chilled water as the primary cooling source and refrigerant-based cooling (DX coil) as the secondary source. These two AHUs will remain operational and be utilized to serve the ventilation demands of the swing space. Three existing exhaust fans near the western exterior wall will remain operational to serve the general exhaust removal needs and space relative pressurization for the swing space. The eastern and southern portions of the 3D Warehouse are currently fed by AHU-3 and E-1, which will remain operational for the same functions. The Swing Space design does NOT include: Full compliance with VA HVAC Design Manual. Room-by-room air balance. The Swing Space design does include: Assume as-built drawings as baseline of the existing HVAC system. New supplemental cooling systems with refrigerant and condensate piping. Indoor wall mounted or ceiling cassette DX fan coil units will be installed as needed to meet the increased cooling demand in certain spaces. For the selection of evaporator locations, emphasis is made on rooms that have medical equipment with a high heat output or any area with a high number of occupants. Reuse of the existing AHU to utilize the available cooling capacity from the existing system and meet the minimum outdoor air change per hour requirement in 3D swing space. Re-use existing duct and piping distribution. ELECTRICAL This project provides for the replacement of the existing AHU-3 system and its associated ductwork with new HVAC units, fans, horizontal return-supply-exhaust duct, and VAV units at Malcom Randall VAMC, in Gainesville, FL. All work shall be as prescribed in the Statement of Work (SOW), VA Electrical Design Manual (VAEDM, v12-2015), VA Telecommunication Design Guide (VADG-Telecomm, v2016), other applicable VAMC design guides, and all applicable NFPA codes. Every effort shall be made to ensure the medical center experiences minimal downtime on all essential and normal branch circuits. The construction sequence shall be closely coordinated between the selected contractor and the VA. Project scope does not include replacing existing ceiling-mounted electrical devices such as lighting fixtures (see exception below), nurse call indicators, exit fixtures, speakers, telemetry equipment, etc. All ceiling tiles in each renovated area will be demolished to allow demolition of existing ductwork and installation of new. After installing the new ductwork, new ACT will be provided. All existing electrical devices will be reinstalled in the new ceiling system, at or near the same physical location as before construction. Project scope includes the temporary removal and subsequent reinstallation of all electrical items in the existing ceiling tile system and the above ceiling cavity found to obstruct demolition of the existing ductwork and installation of the new. BRANCH CIRCUITRY AND FEEDERS All conductors shall be copper; aluminum conductors are not allowed. Per local preference on previous projects, stranded conductors are permitted for all conductor sizes. Also, per local preference, all conductor sizes shall use solid-colored insulation to identify phase (colored tape alone is not allowed). Branch circuits shall extend from the designated panelboard to supply end utilization equipment/devices. Branch circuit conductors shall be sized for a voltage drop of not larger than 3%. Shared neutrals are not allowed. Feeders will be provided overhead in conduit. Feeder conductors shall be continuous (non-spliced) from source to load unless receiving prior approval from the VA electric shop. Raceway installed at the building interior shall be EMT with compression fittings. Interior branch circuits shall be concealed in walls or above the ceiling. Raceway in non-conditioned spaces shall be Intermediate Metal Conduit (IMC) or Rigid Metal Conduit (RMC), not Electrical Metallic Tubing (EMT). Raceway subject to physical damage shall be RMC. GENERAL RECEPTACLES All 120V receptacles shall be 20A devices with NEMA 5-20R configuration unless noted otherwise on the drawings. GFI receptacles shall be provided as indicated on the plans. Receptacles in un-conditioned areas shall be GFI-type with weatherproof covers. Receptacle body and wall plate colors shall be ivory for normal power and red for critical power. DEMOLITION Electrical demolition shall include removing all existing lighting fixtures located in the radiant heating ceiling tiles at various locations on the 2nd floor. Existing circuitry and switching will be reused for the new lighting fixtures. Remove electrical devices, fixt...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5f7d7fa32bdf40509394fe0501b10271/view)
- Record
- SN06420689-F 20220812/220810230113 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |