Loading...
HomeMy WebLinkAboutBID - 5869 FIRE ALARM AT CITY HALL WEST (7)City of Fort Collins Administrative Services Purchasing Division CITY OF FORT COLLINS INVITATION TO BID BID #5869 FIRE ALARM AT CITY HALL WEST BID OPENING: JULY 22, 2004, 3:OOP.M. (Our Clock) Sealed bids will be received and publicly opened at the office of the Director Of Purchasing and Risk Management, PO Box 580, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80522, at the time and date noted on the bid proposal and/or contract documents. If delivered, they are to be sent to 215 North Mason Street, 2"' Floor, Fort Collins, Colorado 80524. If mailed, the address is P.O. Box 580, Fort Collins, 80522-0580. Bids must be received at the Purchasing Office prior to 3:00p.m. (our clock), July 22, 2004. A copy of the Bid may be obtained as follows: Download the Bid from the Purchasing Webpage, Current Bids page, at: www.fcgov.com/purchasing. 2. Come by Purchasing at 215 North Mason St., 2nd floor, Fort Collins, and request a copy of the Bid. Special Instructions All bids must be properly signed by an authorized representative of the company with the legal capacity to bind the company to the agreement. Bids may be withdrawn up to the date and hour set for closing. Once bids have been accepted by the City and closing has occurred, failure to enter into contract or honor the purchase order will be cause for removal of supplier's name from the City of Fort Collins' bidders list for a period of twelve months from the date of the opening. The City may also pursue any remedies available at law or in equity. Bid prices must be held firm for a period of forty-five (45) days after bid openings. Submission of a bid is deemed as acceptance of all terms, conditions and specifications contained in the City's specifications initially provided to the bidder. Any proposed modification must be accepted in writing by the City prior to award of the bid. Only bids properly received by the Purchasing Office will be accepted. All bids should be clearly identified by the bid number and bid name contained in the bid proposal. No proposal will be accepted from, or any purchase order awarded, to any person, firm or corporation in default on any obligation to the City. Bids must be furnished exclusive of any federal excise tax, wherever applicable. Bidders must be properly licensed and secure necessary permits wherever applicable. 215 North Mason Street • 2nd Floor • P.O. Box 580 • Fort Collins, CO 80522-0580 • (970) 221-6775 • FAX (970) 221-6707 demonstrate acceptability. If the product is acceptable, the Engineer will approve it and issue an Addendum. No approval will be given where information submitted is inadequate or unclear. 2.6 GRAPHIC PANEL A. Provide a graphical panel with a screened image of each floor plan on a white polycarbonate background. Each device shall be indicated on the graphic. 2.7 DIALER A. Provide the fire alarm control panel with an integral supervised telephone dialer having a minimum of four channels. PART 3 - EXECUTION 3.1 PRELIMINARY EVALUATION A. Examine the premises and become fully familiar with existing conditions. B. Service Provider shall test for continuity and insulation resistance the existing pull station and detector conductors. 1. It is the intent to re -use these conductors. 3.2 CONSTRUCTION SERVICES A. The Service Provider shall be responsible to see that all components provided under this section are properly installed, all wires are properly terminated and that the system is ready to operate as intended. 3.3 FIELD ACCEPTANCE TESTS A. Upon completion, system shall be checked by a representative of the manufacturer for proper operation. The Service Provider shall warranty all new equipment to be free from mechanical and electrical defects for a period of one year. The warranty shall include all new wiring to be free of electrical or mechanical defects for a period of one year. B. Before fire alarm system is approved the system must be tested in the presence of a Poudre Fire Authority (PFA) representative. Contact PFA 48 hours in advance to schedule the test. Notify the Engineer of the testing schedule. 1. Trouble Test. a. Wiring - Break wire in system to demonstrate trouble alarm. This should be done on each separate circuit zones, horns, pull stations, detectors, etc. b. Power Source - Disconnect main power source to demonstrate trouble alarm. 2. Fire Test. a. Manual Pull Stations - Activate a pull station to demonstrate fire alarm mode. Verify that all speakers can be heard throughout protected area and that proper device is indicated on the fire control panel. Verify that all auxiliary IN equipment, such as ventilation shut -down, operates. Demonstrate reset procedure and return system to normal operation. b. Detectors - Activate one or more detectors at direction of PFA representative. After satisfactory alarm, reset the system and repeat as necessary. c. Auxiliary Power - Activate a pull station or detector with system on auxiliary power. After satisfactory operation, reset system and reconnect to primary power source. d. Central Station - Demonstrate that alarms are received by Central Station. 3.4 TRAINING A. The Service Provider shall conduct a one -day (max. 4 hour) training session to instruct City personnel in the complete operation of the system. 1. The Service Provider shall provide instruction manuals and all other pertinent training materials for a class size of (4) four persons. B. The training session at a minimum shall cover the following: 1. An overview of all system components and how the system is configured and wired. 2. The programming of the operating system using either the front panel or computer programming. 3. System diagnostics. 4. Maintenance of all system logs and reports. IN SERVICES AGREEMENT THIS AGREEMENT made and entered into the day and year set forth below by and between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the "City" and "Service Provider". WITNESSETH: hereinafter referred to as In consideration of the mutual covenants and obligations herein expressed, it is agreed by and between the parties hereto as follows: 1. Scope of Services. The Service Provider agrees to provide services in accordance with the scope of services attached hereto as Exhibit "A", consisting of ( ) page[s], and incorporated herein by this reference. 2. The Work Schedule. [Optional] The services to be performed pursuant to this Agreement shall be performed in accordance with the Work Schedule attached hereto as Exhibit "B", consisting of ( ) page[s], and incorporated herein by this reference. 3. Time of Commencement and Completion of Services The services to be performed pursuant to this Agreement shall be initiated within ( ) days following execution of this Agreement. Services shall be completed no later than Time is of the essence. Any extensions of the time limit set forth above must be agreed upon in a writing signed by the parties. 4. Contract Period. [Option 1] This Agreement shall commence upon the date of execution shown on the signature page of this Agreement and shall continue in full force and effect for one (1) year, unless sooner terminated as herein provided. In addition, at the option of the City, the Agreement may be extended for an additional period of one (1) year at the rates provided with written notice to the Professional mailed no later than ninety (90) days prior to contract end. SA O6/2004 12 4. Contract Period. [Option 2] This Agreement shall commence 200_, and shall continue in full force and effect until 200_, unless sooner terminated as herein provided. In addition, at the option of the City, the Agreement may be extended for additional one year periods not to exceed _ (_) additional one year periods. Pricing changes shall be negotiated by and agreed to by both parties and may not exceed the Denver - Boulder CPI-U as published by the Colorado State Planning and Budget Office. Written notice of renewal shall be provided to the Service Provider and mailed no later than ninety (90) days prior to contract end. 5. Delay. If either party is prevented in whole or in part from performing its obligations by unforeseeable causes beyond its reasonable control and without its fault or negligence, then the party so prevented shall be excused from whatever performance is prevented by such cause. To the extent that the performance is actually prevented, the Service Provider must provide written notice to the City of such condition within fifteen (15) days from the onset of such condition. 6. Early Termination by City/Notice. Notwithstanding the time periods contained herein, the City may terminate this Agreement at any time without cause by providing written notice of termination to the Service Provider. Such notice shall be delivered at least fifteen (15) days prior to the termination date contained in said notice unless otherwise agreed in writing by the parties. All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the following addresses: City: Service Provider: SA 06/2004 13 In the event of early termination by the City, the Service Provider shall be paid for services rendered to the date of termination, subject only to the satisfactory performance of the Service Provider's obligations under this Agreement. Such payment shall be the Service Provider's sole right and remedy for such termination. 7. Contract Sum. The City shall pay the Service provider for the performance of this Contract, subject to additions and deletions provided herein, the sum of ($ ) [Option Cost Breakdown is attached Exhibit "C"] Dollars 8. City Representative. The City will designate, prior to commencement of the work, its representative who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the services provided under this agreement. All requests concerning this agreement shall be directed to the City Representative. 9. Independent Service provider. The services to be performed by Service Provider are those of an independent service provider and not of an employee of the City of Fort Collins. The City shall not be responsible for withholding any portion of Service Provider's compensation hereunder for the payment of FICA, Workmen's Compensation or other taxes or benefits or for any other purpose. 10. Personal Services. It is understood that the City enters into the Agreement based on the special abilities of the Service Provider and that this Agreement shall be considered as an agreement for personal services. Accordingly, the Service Provider shall neither assign any responsibilities nor delegate any duties arising under the Agreement without the prior written consent of the City. 11. Acceptance Not Waiver. The City's approval or acceptance of, or payment for any of the services shall not be construed to operate as a waiver of any rights or benefits provided to the City under this Agreement or cause of action arising out of performance of this Agreement. SA 0612004 14 12. Warranty. (a) Service Provider warrants that all work performed hereunder shall be performed with the highest degree of competence and care in accordance with accepted standards for work of a similar nature. (b) Unless otherwise provided in the Agreement, all materials and equipment incorporated into any work shall be new and, where not specified, of the most suitable grade of their respective kinds for their intended use, and all workmanship shall be acceptable to City. (c) Service Provider warrants all equipment, materials, labor and other work, provided under this Agreement, except City -furnished materials, equipment and labor, against defects and nonconformances in design, materials and workmanship/workwomanship for a period beginning with the start of the work and ending twelve (12) months from and after final acceptance under the Agreement, regardless whether the same were furnished or performed by Service Provider or by any of its subcontractors of any tier. Upon receipt of written notice from City of any such defect or nonconformances, the affected item or part thereof shall be redesigned, repaired or replaced by Service Provider in a manner and at a time acceptable to City. 13. Default. Each and every term and condition hereof shall be deemed to be a material element of this Agreement. In the event either party should fail or refuse to perform according to the terms of this agreement, such party may be declared in default thereof. 14. Remedies. In the event a party has been declared in default, such defaulting party shall be allowed a period of ten (10) days within which to cure said default. In the event the default remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek damages; (b) treat the Agreement as continuing and require specific performance; or (c) avail himself of any other remedy at law or equity. If the non -defaulting party commences legal or equitable actions against the defaulting party, the defaulting party shall be liable to the non -defaulting party for the non -defaulting party's reasonable attorney fees and costs incurred because of the default. 15. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire agreement between the parties and shall be binding upon said parties, their officers, SA 06/2004 15 employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal representatives, successors and assigns of said parties. 16. Indemnity/Insurance. a. The Service Provider agrees to indemnify and save harmless the City, its officers, agents and employees against and from any and all actions, suits, claims, demands or liability of any character whatsoever brought or asserted for injuries to or death of any person or persons, or damages to property arising out of, result from or occurring in connection with the performance of any service hereunder. b. The Service Provider shall take all necessary precautions in performing the work hereunder to prevent injury to persons and property. c. Without limiting any of the Service Provider's obligations hereunder, the Service Provider shall provide and maintain insurance coverage naming the City as an additional insured under this Agreement of the type and with the limits specified within Exhibit consisting of (_) pages[s], attached hereto and incorporated herein by this reference. The Service Provider before commencing services hereunder, shall deliver to the City's Director of Purchasing and Risk Management, P. O. Box 580 Fort Collins, Colorado 80522 one copy of a certificate evidencing the insurance coverage required from an insurance company acceptable to the City. 17. Entire Agreement. This Agreement, along with all Exhibits and other documents incorporated herein, shall constitute the entire Agreement of the parties. Covenants or representations not contained in this Agreement shall not be binding on the parties. 18. Law/Severability. The laws of the State of Colorado shall govern the construction interpretation, execution and enforcement of this Agreement. In the event any provision of this Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, such holding shall not invalidate or render unenforceable any other provision of this Agreement. SA O6/2004 16 19. Special Provisions. [Optional] Special provisions or conditions relating to the services to be performed pursuant to this Agreement are set forth in Exhibit _, consisting of ( ) page[s], attached hereto and incorporated herein by this reference. CITY OF FORT COLLINS, COLORADO a municipal corporation By: James B. O'Neill II, CPPO, FNIGP Director of Purchasing and Risk Management Date: ATTEST: City Clerk APPROVED AS TO FORM: Assistant City Attorney [Insert Corporation's name] or [Insert Partnership name] or [Insert individual's name] Doing business as [insert name of business] By: PRINT NAME CORPORATE PRESIDENT OR VICE PRESIDENT Date: ATTEST: CORPORATE SECRETARY (Corporate Seal) SA O6/2004 17 EXHIBIT B INSURANCE REQUIREMENTS The Service Provider will provide, from insurance companies acceptable to the City, the insurance coverage designated hereinafter and pay all costs. Before commencing work under this bid, the Service Provider shall furnish the City with certificates of insurance showing the type, amount, class of operations covered, effective dates and date of expiration of policies, and containing substantially the following statement: "The insurance evidenced by this Certificate will not be cancelled or materially altered, except after ten (10) days written notice has been received by the City of Fort Collins." In case of the breach of any provision of the Insurance Requirements, the City, at its option, may take out and maintain, at the expense of the Service Provider, such insurance as the City may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the Service Provider under this Agreement. The City, its officers, agents and employees shall be named as additional insureds on the Service Provider's general liability and automobile liability insurance policies for any claims arising out of work performed under this Agreement. 2. Insurance coverages shall be as follows: A. Workers' Compensation & Employer's Liability. The Service Provider shall maintain during the life of this Agreement for all of the Service Provider's employees engaged in work performed under this agreement: 1. Workers' Compensation insurance with statutory limits as required by Colorado law 2. Employer's Liability insurance with limits of $100,000 per accident, $500,000 disease aggregate, and $100,000 disease each employee. B. Commercial General & Vehicle Liability. The Service Provider shall maintain during the life of this Agreement such commercial general liability and automobile liability insurance as will provide coverage for damage claims of personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from the performance of work under this Agreement. Coverage for property damage shall be on a "broad form" basis. The amount of insurance for each coverage, Commercial General and Vehicle, shall not be less than $500,000 combined single limits for bodily injury and property damage. In the event any work is performed by a subcontractor, the Service Provider shall be responsible for any liability directly or indirectly arising out of the work performed under this Agreement by a subcontractor, which liability is not covered by the subcontractor's insurance. John Stephen - Bid Solicitation #5869 Page 1 From: <info@fcgov.com> To: <JSTEPHEN@fcgov.com> Date: 7/1 /04 10:39AM Subject: Bid Solicitation #5869 Notification of Bid Solicitation from City of Fort Collins : Bid #5869 has been issued to your company. WORK INCLUDES INSTALLING A FIRE ALARM SYSTEM AT CITY HALL WEST INCLUDING ALL LABOR, MATERIALS, EQUIPMENT AND PERMITS. PLEASE COME TO CITY OF FORT COLLINS PURCHASING DEPARTMENT FOR A SET OF PLANS AT NO COST. Please respond by the date and time noted on that document. Click here to login to our vendor web site http://www.fcgov.com/purchasing CC: <info@fcgov.com> Bidders not responding to this bid will be removed from our automated vendor listing for the subject commodities. The City may elect where applicable, to award bids on an individual item/group basis or on a total bid basis, whichever is most beneficial to the City. The City reserves the right to accept or reject any and all bids, and to waive any irregularities or informalities. Sales prohibited/conflict of interest: no officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision -making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity, favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. Freight terms: unless otherwise noted, all freight is F.O.B. Destination, Freight Prepaid. All freight charges must be included in prices submitted on proposal. Discounts: any discounts allowed for prompt payment, etc., must be reflected in bid figures and not entered as separate pricing on the proposal form. Purchasing restrictions: your authorized signature of this bid assures your firm's compliance with the City's purchasing restrictions. A copy of the resolutions is available for review in the Purchasing Office or the City Clerk's Office. Request Resolution 91-121 for cement restrictions. Collusive or sham bids: any bid deemed to be collusive or a sham bid will be rejected and reported to authorities as such. Your authorized signature of this bid assures that such bid is genuine and is not a collusive or sham bid. Bid results: for information regarding results for individual bids send a self-addressed, self -stamped envelope and a bid tally will be mailed to you. Bid results will be posted in our office 7 days after the bid opening. am B. O'Neill Il, CPPO, FNIGP ctor of Purchasing and Risk Management 2 BID PROPOSAL BID #5869 FIRE ALARM AT CITY HALL WEST BID OPENING: JULY 22, 2004, 3:OOp.m., (our clock) WE HEREBY ENTER OUR BID FOR THE CITY OF FORT COLLINS REQUIREMENTS FOR FIRE ALARM AT CITY HALL WEST PER THE BID INVITATION AND ANY REFERENCED SPECIFICATIONS AND DRAWINGS: The City Of Fort Collins is requesting bids for a fire alarm system for City Hall West located at 300 Laporte Ave, Ft Collins, CO per the attached specifications and drawings titled: FTC CITY HALL FIRE ALARM. Contractor must furnish all labor, materials , equipment and permits for a complete job. Work must be completed 45 days after notice to proceed or as directed by the City Project Manager. Awarded contractor must sign the attached Service Agreement and provide insurance per Exhibit "B". Any technical questions should be directed to Steve Seefeld, Project Manager, at 970-221- 6227. Any purchasing questions regarding this bid should be directed to John Stephen, CPPO, CPPB, Senior Buyer at (970) 221-6775. A pre -bid will be held at the site on July 12, 2004 at 10:00 a.m. and is highly recommended that all contractors attend. BID SCHEDULE Provide a fire alarm system for City Hall West per attached specifications and drawing for a complete job: LUMP SUM $ Firm Na Signature Printed Name Address_ Telephone #_ Fax # 3 SECTION 16721 FIRE DETECTION AND ALARM SYSTEM PART 1-GENERAL 1.1 DESCRIPTION A. This section covers the design, installation, testing and placing into service a new addressable fire alarm panel, enunciator panel, any new detection devices and miscellaneous materials to upgrade the fire alarm system as described herein and as indicated on the drawings. The Service Provider will secure all necessary permits for the work. Training the Owner's personnel in the operation and maintenance of the system shall be included. B. The fire detection and alarm system shall be comprised of the components necessary to meet the functional requirements as specified in the Operational Plan. (Section 1.4). C. The drawings indicate the layout and configuration of all initiating devices and notification devices. Some devices are existing, some are new. All existing devices are to remain, and must be compatible with a new addressable panel as supplied by the successful bidder. Existing devices shall be inspected, tested, and must operate successfully with the new addressable panel and associated new equipment. Any existing device found to be defective shall be replaced by the Contractor and paid for by the Owner. New notification devices are being added at some locations. These new devices are labeled as such on the drawings and are to be provided and installed by the Contractor. 1. Provide all accessories not itemized or indicated on the drawings as required for the complete and approved operation of the system. D. Definitions: The terms "Service Provider", "Contractor" and "Bidder" shall be synonymous in this specification. E. Definitions: The terms "City Project Representative' and "Engineer" shall be synonymous in this specification. 1.2 QUALITY ASSURANCE A. Equipment specified in this section shall be provided as a complete fire detection and alarm system by a single Service Provider. 1. The Service Provider shall be capable of providing local (within a 100 mile radius of Fort Collins, Colorado) factory trained servicemen. 2. The Service Provider shall maintain a local stock of replacement parts. B. The Service Provider shall represent a single manufacturer of fire alarm system components that has been regularly engaged in the production and labeling of fire 4 detection and alarm system components for a minimum five (5) years. Or as an option, two (2) years minimum qualifications, and can demonstrate to the Engineer that the Service Provider has the background and experience to complete the project successfully. 1. All system components shall be individually UL listed including: a. UL 167, Standard for Smoke Detectors, Combustion Products Type. b. UL 168, Standard for Smoke Detectors. 2. The fire detection and alarm system as a whole shall be UL listed and FM approved as an integrated system. C. The Service Provider shall be familiar with all related electrical and fire sprinkler systems associated with a fire detection and alarm system and shall assume complete responsibility for engineering the upgraded detection and alarm system with equipment supplied. 1. The Service Provider shall be responsible for installing all necessary system components. 2. The Service Provider shall be responsible for verifying the existing wiring to be reused for continuity, grounds, and insulation resistance. 3. The Service Provider shall be responsible for installing all new wiring and conduit runs as required and indicated on the drawings. 4. The Service Provider shall be responsible for making the final connections to, adjusting, testing, documenting and starting up the complete fire detection and alarm system. D. The Service Provider shall assign a factory trained technician to the project for the duration of the project to serve as the Service Provider's project manager. The technician shall be the point of contact for the City Representative (Engineer) during installation and will be responsible for being on -site at all times when construction activity is taking place. E. The Service Provider shall be responsible for providing the fire alarm control panel programming required to meet the operational plan. This responsibility shall also include the following: 1. Field testing of the program. 2. Providing program documentation including a printed version and an electronic version. 3. Training the Owner in the use and programming of the fire alarm control panel. a. The fire detection and alarm system shall be a non-proprietary system. Non- proprietary in that the programming language and all access codes to maintain or modify the system programming parameters are available to the Owner and any service agency the Owner may contract with for maintenance of the system once the system warranty has expired. F. The Service Provider shall be UL approved as a fire detection and alarm system installer. 1. The Service Provider shall be responsible for providing a UL listing of the completed installation and submitting such certification to the Engineer at the completion of the project. 5 G. The Service Provider shall be ultimately responsible for a complete and coordinated fire detection and alarm system, which shall perform the specified functions. The Service Provider shall coordinate work on this system such that all the following are completed. 1. All components provided under this section are properly installed according to the manufacturer's recommendations. 2. The proper type, size and number of fire alarm conductors are provided and installed. 3. Proper electrical power circuits are provided for all components. H. The Service Provider shall be familiar with all system requirements and be responsible for meeting the requirements of the local Authority Having Jurisdiction. 1. The authority having jurisdiction over the fire alarm system is the Poudre Fire Authority. a. Poudre Fire Authority contact: Joe Jaramillo. Acceptable Manufacturer's 1. Fire Control Instruments (FCI). 2. Notifier. 3. Edward Systems Technology. 4. Pyrotonics. 5. Prior approved Equal. Bidder shall submit written requests to the Engineer not later than ten (10) calendar days prior to the date for opening of the bids. Requests received after this time will not be considered. Requests shall clearly describe the product for which approval is sought, including all data necessary to demonstrate acceptability. If the product is acceptable, the Engineer will approve it and issue an Addendum. No approval will be given where information submitted is inadequate or unclear. 1.3 STANDARDS A. The system shall meet the application, installation, and performance requirements of the National Fire Alarm Code (NFPA 72). B. The system shall be installed to meet the requirements of the 1999 National Electrical Code. 1. The wiring and equipment shall meet the requirements of Article 760, Fire Alarm Systems. C. The system shall meet the requirements of the Americans with Disabilities Act, and, as delineated in The American National Standards Institute (ANSI), latest edition. 1.4 OPERATIONAL PLAN A. Activation of a general fire alarm will result in the activation of all visual notification devices and the playing of an audible textual alarm message. This message shall be preceded by an alert tone. The general fire alarm shall be activated by any of the following conditions: 1. Actuation of any manual pull station. 2. Actuation of the smoke detector adjacent to the fire alarm control panel. C 3. Actuation of the sprinkler control system water flow switch. B. A fire alarm system trouble condition will place the fire alarm control panel in the trouble status. This condition will be indicated on the fire alarm control panel. The fire alarm system trouble condition will be activated by any of the following conditions. 1. Actuation of a duct type smoke detector. (if applicable) 2. Actuation of the sprinkler system water tamper switch. 3. Failure of any initiating device. 4. Failure of any supervised notification appliance circuit. C. Actuation of a duct type smoke detector shall be interlocked with the detectors respective air handling unit motor control to stop all fans. D. Activation of a general fire alarm will result in the City alarm notification circuit being activated for alarm signal transmission to the City's approved alarm monitoring agency. E. The occurrence of a trouble condition with the fire alarm system will result in the City trouble notification circuit being activated for a trouble status signal transmission to the City's approved alarm monitoring agency. 1.5 SUBMITTALS A. Service Provider (Contractor) shall submit catalog cut -sheets of all system components supplied and receive the Engineer's notice of No Exceptions Taken prior to the supply of any equipment. 1. Annotate product and product features clearly. B. Submit drawings of the fire alarm system layout and wiring. Drawings shall be prepared using AutoCAD Version 14 (or later edition) and shall include the following. 1. A system one -line riser diagram showing each device with device address indicated and a wire code to define home runs from the fire alarm panel. 2. Device location plan showing the location of each device. (Existing plan view drawing to be provided by the City). 3. Full scale drawing showing the fire alarm system graphic. 4. Fire alarm control panel interior elevation. 5. Wiring diagrams, point to point for all device types. C. Submit battery power calculations for the fire alarm control panel and peripheral devices. 1. Include 20% safety factor to total for final amp -hour selection for system. D. Submit panel current totals and incremental voltage drop calculations. E. Submit a table indicating all device address assignments. F. Submit a printed version of the pre-recorded alarm message. 7 G. Submit the resume of the assigned Project Technician (project manager) and documentation pertaining to his UL training and certification. H. Following system acceptance, furnish to the Engineer an as -built fire alarm installation drawing indicating any new box locations and/or conduit routing. (AutoCADD version 14 or later). I. Submit five (5) copies of all submittal information to the Engineer for review and receive his acceptance prior to the furnishing of any equipment. PART 2 — PRODUCTS NOTE: The specifications for 2.2 Manual Pull Station, 2.3 Audio -Visual Alarm, and 2_4 Smoke Detector apply if any additional devices are required by Authorities Having Jurisdiction either at permit application or final inspection. Owner shall pay for any new devices (not so designated in the original bid documents) that may be required by AHJ's. 2.1 FIRE ALARM CONTROL PANEL A. Provide an analog addressable point defined fire alarm control panel. 1. Individual identification and supervision of initiating devices and control points shall be required. 2. Supervision and operation of the notification appliance circuits shall be required. 3. Panel shall be equipped with a fully supervised amplifier providing multiple tone signals with pre-recorded messages. B. Keyboard display unit shall be provided with an alpha numeric liquid crystal display and a 12-key keypad for user access. 1. Display unit shall be an 80 character alpha numeric liquid crystal display to indicate system event log stored events, status of analog devices and control points, and diagnostic fault code messages. a. LED's located on the display shall provide front panel indication of the following conditions. 1) Alarm (System is in alarm). 2) Supervisory (Device in the system is Off -Normal). 3) System Trouble (Trouble condition exists in system). 4) System silence (Notification appliances silenced). C. Characteristics. 1. Inherently power limited per UL 864. 2. Non volatile data storage. 3. Field programmable. 4. Battery charger with 8 ampere -hour standby batteries. 5. Surface mounting trim. 6. Central station alarm output connections with disconnect. 7. Integral microphone for voice instructions. 2.2 MANUAL PULL STATION A. Provide addressable type manual pull stations. 8 B. Characteristics. 1. Double action with break rod feature. (Break rod will not be required to maintain the station in its normal position.) 2. Recessed back box/flush mount bezel. 3. The station shall require a special key to open housing to reset or to test (same key for all system components). 4. Constructed of high impact, flame retardant plastic. 5. Compliant with provisions of the ADA. 2.3 AUDIO-VISUAL ALARM A. Provide addressable type combination audio-visual alarms. 1. Speaker and strobe. B. Characteristics. 1. Polarized for use on supervised DC circuits. 2. Strobe light (Xenon strobe). 3. Speaker shall provide high quality sound with minimum distortion. Speaker shall have 4 power taps. 2.4 SMOKE DETECTOR A. Provide addressable type smoke detectors and accessories. B. Ionization Smoke Detector. 1. Characteristics. a. I.O. Microcurie AM-241 radioactive. b. Two wire operation. c. LED pulsating power on indicator. d. RFI shielding. C. Air duct Smoke Detector. 1. Characteristics. a. UL listed specifically for use in air handling system. b. Pick up tubes extending the width of the ducts. c. Remote key test switch and indicating light. d. Photoelectric operation. 2.5 ELECTROMAGNETIC DOOR RELEASES A. Provide electromagnetic door release where indicated on drawings as "new device". 1. Provide and install electromagnetic door releases, designed to hold fire and smoke barrier doors until released by an adjacent smoke detector, to doors indicated as "new electromagnetic device' indicated on the drawings. 2. Approved Manufacturers: a. Rixson — model 998 dual voltage b. Prior approved equal. Bidder shall submit written requests to the Engineer not later than ten (10) calendar days prior to the date for opening of the bids. Requests received after this time will not be considered. Requests shall clearly describe the product for which approval is sought, including all data necessary to 0