city of bristol bristol, connecticut department of public


[PDF]city of bristol bristol, connecticut department of public...

1 downloads 117 Views 3MB Size

CITY OF BRISTOL BRISTOL, CONNECTICUT DEPARTMENT OF PUBLIC WORKS DIVISION OF ENGINEERING

CITY OF BRISTOL BRISTOL, CONNECTICUT

Specifications For Contract 2C15-057 Replacement of Fire Alarm Systems at South Side Elementary School

Proposal Submitted by:

_____________________________ _____________________________ _____________________________

Date submitted:

_____________________________

Date issued: Date Due:

December 29, 2014 January 22, 2015

INDEX TO CONTRACT DOCUMENTS STANDARD BIDDING DOCUMENTS

Number of Pages

001100 PUBLIC NOTICE 002100 INSTRUCTIONS TO BIDDERS 004200 BID PROPOSAL

1 page 9 pages 7 pages

005201 CONTRACT FORM

5 pages

007201 GENERAL PROVISIONS 007203 BUILDING DEPARTMENT PERMIT FEES

7 pages 2 pages

01 10 00 PROJECT SUMMARY 28 31 00 FIRE DETECTION AND ALARM

6 pages 26 pages

ATTACHMENTS: 01 Fire Alarm System Device Counts 02 Existing Conditions Photographs 03 As Built Plans

1 page 5 pages 3 pages

INVITATION TO BID 2C15-057 Replacement of Fire Alarm Systems At South Side Elementary School The City of Bristol is seeking bids for the replacement of its fire alarm systems and devices at South Side Elementary School. Plans and specifications are available at no charge when downloaded from the City website, via the web address noted below. Printed bid documents may be obtained from the Purchasing Department after 12:00 noon on December 29, 2014 for a non-refundable payment of $25.00 per set (plus shipping where applicable) via check made payable to the City of Bristol, at the following address: City of Bristol Purchasing Department 111 North Main Street Bristol CT 06010 between the hours of 8:30 am and 5:00 pm Monday through Friday. No new sets of plans or specifications will be issued three working days prior to the date set for bid opening. A mandatory prebid meeting will be held at 4:00 pm on January 13, 2015 at South Side Elementary School, 21 Tuttle Road, Bristol, CT. Bids received from firms not in attendance at such meeting will not be considered for award. Bids will be accepted until January 22, 2015 at 2:00 pm, at which time bids will be opened and read. Bids received after the opening date and time will not be considered for award. The City reserves the right to waive any informalities in the bid, to reject any or all bids, and to accept the bid that in its judgment is in its best interest. Each bid shall be in a sealed envelope addressed to the City of Bristol Purchasing Department, identified as "Bid 2C15-057 Replacement of Fire Alarm Systems at South Side Elementary School". The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, gender, or national origin. Roger D. Rousseau Purchasing Agent Tel (860) 584-6195 Fax (860) 584-6171 http://www.bristolct.gov/bids

001100-1

INSTRUCTIONS TO BIDDERS CITY OF BRISTOL, CONNECTICUT 06010 CONTRACT 2C15-057 Air Conditioning System for Computer Room The following instructions and specifications shall be observed by all Bidders: 1.

Time and Place of Bid Opening Bids will be opened at 2:00 pm on January 22, 2015 at the Purchasing Office, 111 North Main Street, Bristol, Connecticut; 06010. Any bid received after the date and time of the bid opening shall not be considered.

2.

Pre-Bid Meeting A mandatory prebid meeting will be held at 4:00 pm on January 13, 2015 at South Side Elementary School, located at 21 Tuttle Road, Bristol, CT. Bids received from firms not in attendance at such meeting will not be considered for award.

3.

Availability of Bid Documents The prospective bidder must register his name and address when securing the plans and specifications. Plans and Specifications may be secured in person at the Purchasing Office, 111 North Main Street, Bristol, Connecticut; 06010 during regular office hours - 8:30 am to 5:00 pm, Monday through Friday or online at the web address noted in Article 5 of this section. Distribution of plans and specifications is limited to one set per bidder. Bidders may request shipment of bid documents, at the bidder’s sole expense.

4.

Fee for Bid Documents Plans and specifications are available at no charge when downloaded from the City website. Printed bid documents may be obtained from the Purchasing Department located at 111 North Main Street, Bristol, CT 06010, after 12:00 noon on December 29, 2014 for a non-refundable payment of $25.00 per set, plus shipping where applicable. No new print sets of plans or specifications will be issued three working days prior to the date set for bid opening.

5.

Bid Addenda If additional information or change shall present itself, the Purchasing Department will send such change in a written addendum not later than three days prior to the date fixed for the opening of bids to the address given by the Contractor at the time of securing the Proposal document. Failure of any bidder to receive any such addendum shall not relieve it of the obligations under its bid as submitted. All addenda so issued shall become a part of the Contract Documents. Certification of receipt of addenda shall be made by the bidder on the Proposal. 002100-1

Notice of any addendum issued shall be provided (1) by first class mail and/or (2) by fax transmission; notice of said addendum are additionally posted upon release at the following website: http://www.bristolct.gov/bids Bidders are requested to acknowledge receipt of any addendum to ensure proper notification of changes to the published specifications. The City does not assume responsibility for any bidder that does not receive any addendum. 6.

Bid Bond Requirements A Bid Bond is not required for submission of a bid for this project.

7.

8.

Bid Instructions (a)

Bids must be enclosed in a sealed envelope, addressed to the City of Bristol and clearly identified with the contract number and name as shown on the face of these bid documents.

(b)

Bids must be made on the attached forms with complete information as requested on the bid forms; bids submitted on other than the forms included within this document will not be considered.

Examination of Site Conditions Bidders must satisfy themselves by personal examination of the site and location of the proposed work as to the actual conditions and requirements of the work and inform themselves fully of the conditions relating to the construction and labor under which the work will be performed. No claim because of the lack of knowledge by the Contractor regarding the site, the proposed work, or content of the specifications and drawings will be allowed. The bidder may call the Engineer for an appointment to inspect the work site with him. No appointments for inspection will be made the day of or the day prior to the bid opening. At the date fixed for opening of Bids, it will be presumed that each Bidder has made an examination of the location and site of work to be done under this Contract and has satisfied himself as to the actual conditions and requirements.

9.

Prevailing Wage Rates This project is not considered to be subject to prevailing wage rates.

10.

Sales and Use Tax Bidders are reminded that the Connecticut State Sales and Use Tax, and associated Federal taxes are not applicable under this contract, and therefore these taxes are not to be included in the bid price(s). 002100-2

Under terms of Regulation 16, referring to Contractors and Subcontractors, issued by the State Tax Commission in administration of the State Sales and Use Tax, the Contractor may purchase materials and supplies to be consumed in the performance of the Contract without payment of the tax and shall not include in his bid nor charge any sales or use tax thereon. 11.

Definitions The word "City" as used throughout these documents shall refer to the Board of Education for the City of Bristol, Connecticut. The phrase "Mayor" as used throughout these documents shall mean the Mayor of the City of Bristol. The word "Director" as used throughout these documents refers to the Buildings and Grounds Supervisor for the Bristol Board of Education. The word "Engineer" as used throughout these documents refers to Loureiro Engineering of Plainville, CT. The word "Bidder" as used throughout these documents refers to the party or parties submitting a bid to perform the work to be done or materials to be furnished under the Contract; the legal representatives of such party or parties. The word "Contractor" as used throughout these documents refers to the party or parties contracting to perform the work to be done or materials to be furnished under the Contract; the legal representatives of such party or parties.

12.

Project Location The work described in these specifications are to be performed at South Side Elementary School, 21 Tuttle Road, Bristol, CT.

13.

Intent The Intent of these specifications is to obtain a Contractor that will furnish all labor, supervision, tools, materials, and equipment necessary to replace the fire alarm system as contained within these specifications.

14.

Work Schedule The Contractor will be required to coordinate work with the City operations at this site. The Contractor shall call the Chief Building Official at (860) 584-6215 prior to the start of any work associated with this Contract. 002100-3

No work will be performed, Saturdays, Sundays, or legal holidays except in case of emergency and only to the extent necessary to make the work safe. The normal work day shall be considered as an eight (8) hour period commencing after 3:30 pm, Monday through Friday. Special clearance will be required for work outside these times. The successful Bidder/Contractor shall begin work within three (3) calendar days after the contract signing. The beginning of work shall be considered submission of a construction schedule and construction submittals for the prefabricated steel building schematics for approval. By joint agreement between the Engineer and the Contractor, a later date may be set for beginning work, for building production by the factory or if such delay is caused beyond the control of the Contractor or the City. Delay of submittals by the Contractor will not be sufficient to extend the Contract date. All work under the Contract is to be completed within ninety (90) calendar days from the date of the issuance of the Purchase Order. Liquidated damages of Two Hundred ($200.00) Dollars shall be paid by the Contractor to the City for each and every calendar day after the completion date hereinbefore specified. All or a portion of the liquidated damages may be abated for cause by agreement between the City and the Contractor. Liquidated damages will be deducted from monies due the Contractor before final payment. 15.

Evaluation of Prices Submitted Bids will be compared on the basis of the estimated quantities times unit or lump sum prices stated in the Proposal. In the event of a discrepancy between prices written in words and figures; the prices written in words shall govern. It is the intent of the City of Bristol to make award to the lowest responsible qualified bidder (reference C.G.S. 4a-59). In the event of a discrepancy between (1) the Total Amount of the bids as recorded on the bid form by the bidder and (2) the Total Amount of lump sum line items and/or unit prices as recorded on the bid form by the bidder extended by designated quantities and tabulated by the Purchasing Agent, the latter shall prevail.

16.

Engineer Estimate of Work The Engineer's estimate of work and material by which the bids will be compared, are as shown in the Proposal and are solely for the purpose of comparing proposals received and are approximate only and are not guaranteed. The parts of the work have been divided into items in order to allow the bidder to bid for the different portions of the work in accordance with his estimate of their cost; so that in event of an increase or decrease of the quantities of any item of work, the actual quantity executed may be paid for at the price bid for that particular item of work.

002100-4

17.

Contractor Qualifications Bidders, if requested, must be able to present satisfactory evidence that they are capable and fully prepared with necessary capital, personnel, materials and equipment to do the work to be contracted for under this Proposal. The three lowest bidders may be required to complete information on their qualifications as outlined in an additional set of forms, identified as “Construction Qualification Application”, available for inspection within the Purchasing Department. Such application shall be submitted in its entirety within three (3) working days of receipt of written request by the City of Bristol. Any such application is not required to be submitted at the time of bid opening. Please note that financial information submitted with such application may remain confidential, if provided in a separate envelope clearly marked “Confidential”.

18.

Certificate of Good Standing Any corporation whose Proposal is being considered for acceptance by the City may be required, if requested, to provide a "Certificate of Good Standing" from the Secretary of the State's Office for Connecticut.

19.

Acceptance/Rejection of Bids The City of Bristol may reject bids which are incomplete, conditional, obscure, contain additions not called for, erasures not properly initialed, or which contain alterations or irregularities of any kind. The City may rightfully waive informalities. The Purchasing Agent reserves the right to reject any or all bids; or the bids for any one or more commodities; or contractual services included in any or all bids; and/or to waive any informality in bids; and unless otherwise specified, to buy any part or the whole from one or more bidders when it is to the City's best interest to do so. The City also reserves the right to reject any or all bids, or to accept any bid whether the lowest or not, should the City deem it for their best interest to do so. Determination of the best interests of the City shall include consideration of active or pending civil litigation between the City and any firm (or its subcontractor or supplier) submitting a bid to the City.

20.

Local Bidding Preference In the event that a local business submits a bid to the City of Bristol that is within 4% of the lowest compliant bidder and is considered to be in compliance with requirements set forth in the bid, the local business shall be allowed the opportunity to accept the award of the bid as the lowest compliant bidder, at the amount of the lower bid. Such practice shall apply to all City bids for all City departments, with the following exceptions: 1. Contracts exceeding $1,000,000.00 2. Professional services, awarded on subjective and objective criteria in addition to cost. 3. Contracts using state, federal, or other funds that have governing regulations 002100-5

4. 21.

disallowing such practice. Contracts awarded on behalf of the Bristol Water Department as a separate enterprise fund.

Withdrawal of Bid Submitted Any bid may be withdrawn prior to the designated closing time for receiving bids. Bids may be withdrawn 90 days after the bid opening, if no award has been made. If the City does not award a contract within ninety (90) days after the opening of bids, all bid proposals will be null and void except on mutual agreement of the City and the lowest qualified bidder, this time may be extended.

22.

Failure to Submit Bid Failure to return a bid may result in the company's name being removed from the Bid List. "No Bids" and responsive bids will result in Bid List retention.

23.

Contract Execution The person or persons whose Proposal is accepted will be required to furnish all insurance certificates in amounts as hereinafter specified, within three (3) days from the date of notice of the award; said person or persons will also be required to furnish all performance and payment bonds within three (3) days from request by the City, and at least three (3) days prior to the signing of the Contract. The person or persons whose Proposal is accepted will be required to execute a contract, in substantially the form annexed, as scheduled by the Office of the Mayor. Once the contract is executed via formal contract signing at South Side Elementary School, the Contractor will be issued a City Purchase Order for the contract. Contracts valued at less than $50,000.00 may be executed directly via the issuance of a purchase order, at the discretion of the City.

24.

Inclusion of Contract Provisions The bidders' attention is directed to the form of this agreement, which includes as a part of it in addition to the Instructions to Bidders, Bid Proposal, General Provisions, Special Provisions, Specifications, Measurement and Payment, Contract Drawings and Standard Detail Drawings.

25.

Provision of Contract Related Documents Bonds and Insurance Certificates shall be submitted to the Purchasing Agent. In case of failure or refusal on the part of the bidder to enter into a contract or to furnish the required bonds and/or required insurance certificates, within the set time periods, the bidder shall forfeit to the City of Bristol such part of the bid bond as shall be equal to the difference between the total bid of the 002100-6

defaulting bidder, and the total bid of the person or persons with whom the contract is finally executed. 26.

Acceptance of Alternate Materials or Methods When alternate bids are asked for, the City at time of the awarding or prior to signing of the Contract, through its Engineer, will select which type of material or construction will be used.

27.

Indemnification The Contractor, in contracting for goods, services, materials, labor and the like with the City of Bristol and its respective officers, agents and servants, does hereby agree that the Contractor will indemnify and save harmless the City of Bristol, its respective officers, agents and servants from and against any and all claims, damages, losses, litigation expenses, counsel fees and compensation arising out of any injuries (including death) sustained by, or alleged to have been sustained by, the servants, employees or agents of the City of Bristol, or of the Contractor or of any participant or spectator, and from injuries (including death) sustained by, or alleged to have been sustained by, the public or any persons on or near the site, or on any other person or damage to property, real or personal, including property of the City of Bristol and their respective officers, agents and servants, caused in whole or in part by the acts or omission of the Contractor or any participant or spectator or anyone directly or indirectly employed or working for the bidder while engaged in the activity in the City of Bristol.

28.

Equal Opportunity - Affirmative Action The successful contractor shall comply in all aspects with the Equal Employment Opportunity Act as well as the provisions of Title VI of the Civil Rights Act of 1964 and all amendments thereto.. Each Contractor with 15 or more employees shall be required to have an Affirmative Action Plan which declares that the contractor does not discriminate on the basis of race, color, religion, sex, national origin or age and which specifies goals and target dates to assure the implementation of equal employment. Each contractor with fewer than 15 employees shall be required to have a written equal opportunity policy statement declaring that it does not discriminate on the basis of race, color, religion, sex, national origin or age. Findings of noncompliance with applicable State and Federal equal opportunity laws and regulations could be sufficient reason for revocation or cancellation of this contract. The contract is subject to contract compliance requirements mandated by Sections 4a-60 and 4a-60a of the State of Connecticut General Statutes. Included within these specifications is an Employment Information Form. Firms with 15 or more employees are required to complete the form and return as part of their bid submission.

29.

Contractor's and Subcontractor's Insurance The awarded Contractor shall provide a certificate of insurance naming the City of Bristol as an "additional insured" in the minimum amounts as specified herein. Said insurance shall be provided 002100-7

at the sole expense of the Contractor with an insurance company which is licensed to do business in the State of Connecticut. a. General liability - $1,000,000 (combined single limit) bodily injury/property damage coverage per occurrence and $2,000,000 aggregate coverage. b. Auto liability - $1,000,000 (combined single limit). Property damage and bodily injury coverage. In addition to the above, the awarded contractor shall provide a certificate of insurance in the minimum amounts as specified herein. Said insurance shall be provided at the sole expense of the Contractor with an insurance company which is licensed to do business in the State of Connecticut. c. Owners & Contractors Protective Insurance policy to be provided in the name of the City of Bristol, with no deductible payable by the City, with the same limits required for the General Liability Insurance. A copy of the declaration page must be included with the certificate of insurance. d. Worker's Compensation as required by Connecticut Law. The City of Bristol reserves the right to modify and/or change the insurance requirements. All individual modifications to the insurance limits require prior approval of the Comptroller's Office of the City of Bristol. Certificates of coverage on motorized equipment, cars and trucks, including non-ownership and hired vehicles shall also be filed. Any subcontractor shall be likewise covered and shall furnish certificates of coverage acceptable to the City before starting work. All certificates of coverage shall be filed in triplicate. All policies and/or certificates shall have a ten (10) day written notice to the City of Bristol of expiration or cancellation. 30.

Bond Requirements Neither a Performance Bond nor a Labor and Materials (“Payment”) Bond are required for work on this project.

31.

Permits The Contractor shall at its own expense take out and possess all necessary permits if required and licenses required by law and necessary for the prosecution of the work under this Contract; including the posting of all bonds and payment of all fees and charges incidental to the due and lawful prosecution of the work covered by the Contract.

002100-8

32.

Safety All work done and equipment used shall comply with all pertinent O.S.H.A., Federal, State, Municipal, and Local regulations, laws, ordinances and Regulations affecting those employed and any affecting the conduct of the work. Not later than thirty (30) days after the date a contract is awarded, the awarded contractor shall furnish proof to the Labor Commissioner that all employees performing manual labor on or in such public project, pursuant to such contract, have completed a course of at least ten (10) hours in duration in construction safety and health approved by the federal Occupational Safety and Health Administration, or in the case of telecommunications employees, have completed at least ten (10) hours of training in accordance with 29 CFR 1910.268.

33.

Personnel Requirements All work under the contract shall be performed by competent and proficient tradesman employed by the Contractor and under his supervision. Helpers and Apprentices may be used, but only under direct supervision of the job Foreman.

34.

Prevailing Wage Rates If designated as subject to prevailing wage rates in Item 9 of this section, the contractor shall pay its workers in accordance with the wage rates included with this specification.

35.

Subcontractors The Contractor shall not sublet any portion of the work without written permission. In no case may it sublet more than 49% of the monetary value of the Contract. The major units of work of the Contract shall be performed by the Contractor. If the Contractor sublets any part of the work, this does not believe it or the bonding company of liabilities and obligations to the City. There is no contractual relationship between any subcontractor and the City. The Engineer deals only with the Contractor; subcontractors are recognized as employees only. In the event that subcontractors are used toward completion of this project, the bidder shall provide sufficient information to demonstrate that not more than 49% of the work is sublet. For the purposes of demonstration, the cost of equipment and the cost associated with fire alarm connections shall be separated from self-performed and/or subcontracted work efforts, and will not be considered in determination of percentages of work performed. The Contractor must not assign or dispose of his Contract in any way without the written consent of the Engineer in conjunction with that of the Mayor. Disposal must be for a cause only.

002100-9

BID PROPOSAL CITY OF BRISTOL, CONNECTICUT 06010 CONTRACT 2C15-057 Air Conditioning System for Computer Room At South Side Elementary School

Purchasing Office 111 North Main Street Bristol, Ct. 06010 TO THE CITY OF BRISTOL: The undersigned hereby declares that no Person or persons other than members of his own organization are interested in this Proposal or in the contract proposed to be taken; that it is made without any connection with any other person or persons making a proposal for the same work and is in all respects fair and without collusion or fraud; that no person acting for or employed by the City of Bristol is directly or indirectly interested therein, or in the supplies or works to which it relates or will receive any part of the profit or any commission therefrom in any manner which is unethical or contrary to the best interests of the City of Bristol. It is understood that the City, its agents and employees, are not to be, in any manner, held responsible for the accuracy of, or bound by any estimates relative to the work; all such estimates are to be considered solely for the purpose of filling out and comparing the several proposals. The undersigned further declares that he has examined the site of the work, the general information, the plans and specifications and the form of contract, and will contract to provide all necessary tools, apparatus, freight, cartage and expense, and to do all the work and furnish all materials necessary to construct the proposed work in the manner and upon the conditions specified and the terms which follow herein. The undersigned also agrees to furnish satisfactory performance and payment bonds with surety and to execute and deliver within 15 days after the notice of award, a formal contract with the City of Bristol for the fulfillment of this Proposal; and it is agreed, in case of failure or neglect on the part of the undersigned to do so, the City may determine the contract abandoned and declare the Proposal and acceptance null and void. The City may, at its option, declare the bid bond forfeited. No bid may be withdrawn for a period of 90 days after the opening of the bids. The undersigned agrees to construct complete in place, including all labor, materials and equipment, "Contract 2C15-057 Replacement of Fire Alarm Systems at South Side Elementary School " according to the attached specifications and plans for the unit prices and/or lump sum prices hereinafter listed, times the actual quantities of the completed work as computed by the Engineer.

004200-1

The undersigned declares that the bidder is: (a) A CORPORATION organized under the laws of the State of ________________________________________ having its principal office at _______________________________________________________ _________________________________________________________________ _________________________________________________________________ The principal officers, with their respective titles and addresses, are as follows: Name Title Address _________________________________________________________________ _________________________________________________________________ _________________________________________________________________ _________________________________________________________________ (b)

A PARTNERSHIP consisting of the following individuals with their addresses:

Name Address _________________________________________________________________ _________________________________________________________________ _________________________________________________________________ _________________________________________________________________ (c)

AN INDIVIDUAL by the name of _______________________________ and doing business as ______________________________________

004200-2

BID PROPOSAL In accordance with the attached specifications entitled "Contract 2C15-057 Replacement of Fire Alarm Systems at South Side Elementary School "; the undersigned agrees to perform construction as follows costs: Replacement of Fire Alarm System and Devices at South Side School, in accordance with the specifications set forth herein, At the lump sum price of $_________________________ The TOTAL AMOUNT of this Bid, based upon the estimated quantities listed above for as computed by the Bidder is: __________________________________________________________________ ______________________________________________________ DOLLARS and __________________________________CENTS. $________________________

004200-3

The undersigned is familiar with the conditions surrounding this call for bid and is aware that the City reserves the right to reject any and all bids or to accept any bids whether lowest or not if deemed for the best interest of the City, and is submitting this bid without collusion with any other person, individual or corporate. ______________________________ Witness

________________________________ Signature

______________________________ Printed Name

________________________________ Printed Name

______________________________ Date

________________________________ Title

__________________________________________________________________ Company/Name of Firm _______________________________ Company Telephone Number

________________________________ Company Fax Number

______________________________ Business Address

________________________________ Mailing Address

______________________________ City/Town State

________________________________ City/Town State

Dated at __________________________,_________________________ this ________________________ day of ____________________________, 2015 ADDENDA RECEIVED Number ____________

Date _____________

____________

_____________

____________

_____________

004200-4

REFERENCES FOR SIMILAR WORK COMPANY NAME/ADDRESS/PHONE NUMBER 1.

REPRESENTATIVE

_________________________________ _______________________ _________________________________

2.

_________________________________ _______________________ _________________________________

3.

_________________________________ _______________________ _________________________________

LICENSES COMPANY NAME/ADDRESS/PHONE NUMBER 1.

REPRESENTATIVE

_________________________________ _______________________ _________________________________

2.

_________________________________ _______________________ _________________________________

3.

_________________________________ _______________________ _________________________________

PROPOSED SUBCONTRACTORS COMPANY/INDIVIDUAL NAME/ADDRESS/PHONE

LICENSE NUMBER

1. __________________________________

______________

__________________________________ 2. __________________________________

______________

__________________________________ 3. __________________________________

______________

__________________________________

004200-5

CONTRACTOR SITE VERIFICATION FORM Contract 2C15-057 Replacement of Fire Alarm Systems at South Side Elementary School AN INDIVIDUAL by the name of _______________________________ and representing ____________________________________________ (Company Name) hereby attest that I have field walked the site for the above referenced project and am familiar with the existing conditions.

_________________________ By: ________________________ date

signature _________________________ title

004200-6

CITY OF BRISTOL, CONNECTICUT NON-COLLUSION CERTIFICATION The undersigned certifies under penalty of false statement that this proposal or contract has been made, submitted and executed in good faith and without collusion or fraud with any other person, and without any agreement designed to limit independent bidding or competition. As used in this certification, the word "person" shall mean any natural person, business, partnership, corporation, union, committee, club or other organization, entity or group of individuals. I further certify that I have not provided or directed to be provided gifts, meals, or gratuities, as defined in Sec. 2-129(b) of the Bristol Code of Ordinances to any official or employee of the City of Bristol responsible for awarding or administering this bid or contract.

Please complete and sign Legal Name of Bidder:

____________________________________

Business Address:

____________________________________ ____________________________________ ____________________________________

Name of Authorized Agent

Signature:

_______________

Title:

_________________

Phone: _______________

Fax:

_________________

__________________________

004200-7

Date: _________________

CONSTRUCTION CONTRACT THIS AGREEMENT, made and concluded by and between the City of Bristol, a Municipal Corporation organized and existing under the laws of the State of Connecticut, acting herein by its Mayor, duly authorized, hereinafter designated the "City", party of the first part and <> (being the party named in the attached copy of the Proposal), hereinafter designated the "Contractor", party of the second part. WITNESSETH, that said Contractor has agreed, and by these presents does for its, their, or its heirs, executors, administrators, successors, and assigns covenant, promise and agree to and with the said City for the consideration hereinafter mentioned and contained, and under the penalty expressed in Bonds hereunto annexed, that said Contractor shall and will, at his, its, or their own proper charge, costs and expense do and perform all the work and furnish all materials and labor necessary or proper, and build in good, firm and in substantial manner, with appurtenances of every kind complete in accordance with this Contract and the specifications which are a part hereof, and in accordance with such further plans and directions as have been made or may be made from time to time the work referred to as "2CXX-xxx Work Description" in the amount of ________________________________________________ ( ). All to be in accordance with the terms of the Proposal for said work submitted to the City of Bristol on <> and accepted by said City on <> and made a part of this Contract. The Instructions to Bidders, the Bid Proposal, General Provisions, the Specifications, together with Special Provisions, Addenda and the Bonds and any and all additions which may be inserted or attached to any or all of the sections listed above, together with the drawings named in the Instructions to Bidders are made a part of this Contract. The general features of said work are shown in the drawings referred to above which are made a part of this Contract. The Engineer shall furnish the Contractor with additional plans as may be necessary to show the details of construction, which are to be considered as illustrating the requirements and specifications set forth in this Contract and are to be followed by the Contractor in carrying out the work done hereunder. All work is to be performed under the direction and inspection of the City Engineer who shall interpret the intent and methods described in the plans and specifications. 005201-1

The Contractor agrees to indemnify, defend, and save harmless, the City of Bristol, as well as its officers, agents, and employees from any and all claims and losses accruing or resulting from the performance of this Contract, and from any and all claims and losses accruing or resulting to any person, firm or Corporation who may be injured or damaged by the Contractor in the performance of this Contract. IN WITNESS WHEREOF, the parties hereto have hereunto set their hands and seals this_________ day of _________, 20_____. The City of Bristol, Connecticut

Signed in the presence of: ________________________________

By:

________________________ Mayor

________________________________

<>

Signed in the presence of: ________________________________

By:

________________________________

________________________ ________________________ <>

This Contract was approved by vote of the City Council of Bristol, Connecticut on the _____________ day of ________ 20 ___. __________________________________ City Clerk Approved as to Form Office of Corporation Counsel

Approved as to Technical Content Department of Public Works

By ___________________________

By

__________________20_____

_______________________ ________________20_____

Approved as to Appropriations Board of Finance, City of Bristol, Connecticut By ______________________________________ _____________________________ 20_____

005201-2

STATE OF CONNECTICUT) ) COUNTY OF HARTFORD )

SS.

BRISTOL

On this the _____ day of ____________________, before me, the undersigned officer, personally appeared Arthur J. Ward, who acknowledged himself to be the Mayor of the City of Bristol, a municipal corporation, and that he, as such Mayor, being authorized so to do, executed the foregoing instrument for the purposes therein contained, by signing the name of the corporation by himself as Mayor.

___________________________________ Commissioner of the Superior Court Notary Public My Commission Expires:

STATE OF CONNECTICUT) ) COUNTY OF HARTFORD )

SS.

BRISTOL

On this the _________ day of ________________, 20___ before me, the undersigned officer, personally appeared ________________________, who acknowledged himself to be the ______________________________, of ___________________________________________________ and further (full corporate name) acknowledged that said Corporation is incorporated in the State of _______________________, and is now in good standing, and that he being authorized so to do, executed the foregoing instrument for the purposes therein contained. ___________________________________ Commissioner of the Superior Court Notary Public My Commission Expires:

005201-3 (a)

STATE OF CONNECTICUT) ) COUNTY OF HARTFORD )

SS.

BRISTOL

On this the _____ day of ____________________, before me, the undersigned officer, personally appeared Arthur J. Ward, who acknowledged himself to be the Mayor of the City of Bristol, a municipal corporation, and that he, as such Mayor, being authorized so to do, executed the foregoing instrument for the purposes therein contained, by signing the name of the corporation by himself as Mayor.

___________________________________ Commissioner of the Superior Court Notary Public My Commission Expires: STATE OF CONNECTICUT) ) COUNTY OF HARTFORD )

SS.

BRISTOL

On this the _________ day of ________________, 20___ before me, the undersigned officer, personally appeared ________________________, who acknowledged herself to be the owner of ______________________ ______________, executed the foregoing instrument for the purposes therein contained and as her free act and deed.

___________________________________ Commissioner of the Superior Court Notary Public My Commission Expires:

005201-3 (b)

STATE OF CONNECTICUT) ) COUNTY OF HARTFORD )

SS.

BRISTOL

On this the _____ day of ____________________, before me, the undersigned officer, personally appeared Arthur J. Ward, who acknowledged himself to be the Mayor of the City of Bristol, a municipal corporation, and that he, as such Mayor, being authorized so to do, executed the foregoing instrument for the purposes therein contained, by signing the name of the corporation by himself as Mayor.

___________________________________ Commissioner of the Superior Court Notary Public My Commission Expires: STATE OF CONNECTICUT) ) COUNTY OF HARTFORD )

SS.

BRISTOL

On this the _________ day of ________________, 20___ before me, the undersigned officer, personally appeared ________________________, who acknowledged himself to be the ______________________________, of __________________________________________, a limited liability (full company name) company, and further acknowledged that said company, and that he, as such, ______________________________, being authorized so to (title) do, executed the foregoing instrument for the purposes therein contained, by signing the name of the limited liability company as himself as ______________________________. (title) ___________________________________ Commissioner of the Superior Court Notary Public My Commission Expires:

005201-3 (c)

MINUTES OF SPECIAL MEETING OF THE BOARD OF DIRECTORS At a Special Meeting of the Board of Directors of _______________ _________________________________________________________________ held at the office of ___________________________________________ (name) _________________________________________________________________ (address) (City) (State) on________________________________________________________,20_____ (day) (date) the following business was transacted: It was duly voted that ________________________________ (name) _____________________________, is hereby authorized on (title) behalf of the Corporation to execute the Contract entitled Contract 2CXX-xxx Work Description

between ______________________________________________ and the City of Bristol. The said ____________________________ is hereby authorized (name) sign this Contract and all other documents on behalf of the Corporation necessary to effectuate said Contract. Any and all actions in said capacity shall be binding on the Corporation and its assets.

There being no further business, the meeting was adjourned. ________________________________________ Secretary

005201-4

to

WAIVER OF NOTICE OF SPECIAL MEETING OF THE BOARD OF DIRECTORS

The undersigned, being all of the Board of Directors of _________ _________________________________________________________________ hereby waive written notice of a Special Meeting of the Board of Directors to be held at the Office of ___________________________ _________________________________________________________________ on ______________________________, 20_____, at ________ a.m./p.m.

___________________________________ ___________________________________ ___________________________________ ___________________________________ ___________________________________

005201-5

007201 GENERAL PROVISIONS FOR BUILDINGS CONSTRUCTION 1.

DISCREPANCIES, ERRORS AND OMISSIONS: The specifications are intended to be explanatory of each other, but should any discrepancy appear or any misunderstanding arise as to the import of anything contained in either, the interpretation and decision of the Engineer shall be final and binding on both parties to the Contract. Each section shall be a complete job and work implied shall be done as if specified or shown on the plans or required for a complete job under the respective work and shall be done by the Contractor without extra charge.

2.

SUBMITTALS: The Contractor shall submit details or written statements of methods for the various units of the work as required by the Engineer, all of which shall be subject to the approval of the Engineer.

3.

CONTRACTOR RESPONSIBLE FOR ENTIRE WORK UNTIL ACCEPTED: The Contractor shall have charge of and be responsible for the entire work until its final completion and acceptance, and any imperfect or unfaithful work or defective materials that may be discovered at any time before the final completion and acceptance of the work or work injured or destroyed by the elements or the public, shall be corrected immediately on the requirement of the Engineer. The City will provide sufficient personnel for the inspection of the work. The Engineer shall at all times have access to the work whenever it is in preparation or progress, and the Contractor shall provide proper facilities for such access and for inspection. The presence of an inspector shall not relieve the Contractor of responsibility because of failure due to poor materials or workmanship and if the work is obviously constructed in error.

4.

WORK AND MATERIALS TO BE OF BEST QUALITY: All work done and materials furnished shall be new and of the best quality customarily used in or furnished for installations of this type. All materials shall be used in conformance with the manufacturer's recommendations. The absence of requirements or details in the specifications or drawings which are usually included in first-class work of this kind shall not excuse the Contractor for their omission in his work. The Contractor shall promptly remove from the premises all materials condemned by the Engineer as failing to meet Contract requirements, whether incorporated in the work or not, and the Contractor shall promptly replace and re-execute his own work in accordance

007201-1

with the Contract and without expense to the City, and shall bear the expense of making good all work by other contractors destroyed or damaged by such removal or replacement. If the Contractor does not remove such condemned work and materials as promptly as possible after written notice, the Engineer may remove them and store the materials at the expense of the Contractor. 5.

DEFECTIVE WORK: The inspection of the work shall not relieve the Contractor of any of his obligations to fulfill his Contract as herein specified, and any defective work shall be made good, and any unsuitable materials shall be rejected, notwithstanding that such work and materials have been previously overlooked by the Engineer and accepted or estimated for payment. This shall cover any material furnished by the City which shall be damaged or rendered defective by handling or improper installation by the Contractor, his agents or employees and shall be made good and replaced at the Contractor's own expense. If the Engineer deems it inexpedient to correct work that has been damaged or that was not done in accordance with the Contract, an equitable deduction from the Contract price shall be made there for.

6.

WORKERS, SUPERVISION, AND MAINTENANCE: The Contractor shall employ only competent, faithful, skilled, and proficient tradespeople to do the work required of them, and whenever the Engineer shall inform him that any man on the work is in his opinion incompetent or unfaithful, he shall discharge him from the work and shall not again employ him for work under this Contract. The Contractor shall at all times enforce strict discipline and good order among his employees. Helpers and Apprentices may be used, but only under direct supervision of the Job Foreman. The Contractor shall keep a competent superintendent on the Project whenever work is being done, who shall receive orders in the Contractor's absence and shall obey them as if received by him personally. Any Contractor whose place of business is located outside the City must make arrangements satisfactory to the Engineer for emergency repair work or protection that may be necessary during periods of shutdown of the work. If this is not done, the Engineer will make arrangements and any cost will be deducted from monies due the Contractor.

7.

COMPLIANCE WITH LAW: The Contractor shall keep himself informed of all existing laws, State, Federal, Municipal Ordinances and Regulations affecting those employed and any affecting the conduct of the 007201-2

work and shall protect and indemnify the City of Bristol, its officers and agents against any claim or liability arising from or based upon violation of any such law, ordinance, regulation, order of decree, whether by himself or his employees. All work performed and equipment used shall comply with all pertinent OSHA, Federal, State and Local Regulations. 8.

OBLIGATION AND LIABILITY OF CONTRACTOR: The Contractor shall do all the work and furnish all the materials, tools and appliances unless otherwise specified and everything necessary or proper for performing and completing the work and within the time specified herein. He shall complete the work to the satisfaction of the Engineer and at the prices in the Proposal or as agreed under extra work. The Contractor shall take all responsibility for work done under this Contract, for protection of work, for injuries to employees, for injuries to the public and damage to property and utilities on or about the work and the responsibility of anyone hired by him directly or indirectly. The Contractor shall assume the defense of all claims of whatsoever character against the Contractor, the City, and shall indemnify, save harmless and insure the City, its officers or agents against all claims arising from the work under this Contract.

9.

SUBLETTING OR ASSIGNMENT: The Contractor shall not sublet any portion of the work without written permission. In no case may he sublet more than 49% of the monetary value of the Contract. The major units of work of the Contract shall be performed by the Contractor. If the Contractor sublets any part of the work, this does not relieve him or the bonding company of liabilities and obligations to the City. There is no contractual relationship between any subcontractor and the City. The Engineer deals only with the Contractor; subcontractors are recognized as employees only. For the purposes of this section, costs attributable directly to equipment purchase costs shall neither be attributable to general contractor nor subcontractor.

10.

WORK AREA: The Contractor shall take all proper precautions to protect from injury or unnecessary interference, and provide proper means of access to abutting property where the existing access is cut off by the Contractor. The Contractor shall take all proper precautions to protect persons from injury or unnecessary inconvenience and leave an unobstructed way along the public and private places for travelers, vehicles, and access to hydrants.

007201-3

The Contractor shall make arrangements with the adjacent property owners for such trespass as he may reasonably anticipate in the performance of the work. All such arrangements shall be reported, in writing, to the Engineer. The Contractor shall continuously maintain adequate protection of all work from damage, and shall take all reasonable precautions to protect the Town from injury or loss arising in connection with the Contract. The Contractor shall adequately protect adjacent private and public property as provided by law and the Contract Documents. The Contractor shall make good any damage, injury, or loss of work and to the property of the City resulting from lack of reasonable protective precautions. The Contractor shall conduct his work so as to minimize damage to existing improvements designated to remain. Except where specifically stated otherwise in the specifications, drawings, or as directed by the Engineer, it will be the responsibility of the Contractor to restore to their original condition, as near as practical, all improvements on public or private property. During the work, the Contractor shall not deposit material in such a manner so as to block or interfere with normal activities within the area. The Contractor shall erect adequate barricades as required to protect pedestrians from the work area. During the progress of the work, during any shutdown, and until final acceptance of the work; the Contractor shall maintain all areas within its control. Should the Contractor fail to perform such work upon order of the Engineer within a reasonable time, the Engineer will make arrangements to have the necessary work done and the cost of said work deducted from monies due the Contractor. The Contractor shall make arrangements for disposal of surplus materials. The cost of disposal, landfill permits, associated dumping fees, shall be considered included in the total bid amount. The job site shall be left in a clean condition meeting the full satisfaction of the Engineer. 11.

EXTRA WORK: The Owner, without invalidating the contract documents, may order extra work or make changes by altering, adding to or deducting from the work, the contract price being adjusted accordingly. All such work shall be executed under the conditions of the original contract except that any claim of extension of time caused thereby shall be adjusted at the time of ordering the change.

007201-4

No extra work or change shall be performed unless in pursuance of a written order from the Owner/Engineer, with the agreed price prior to the commencement of the work, and no claim for an addition to the contract price shall be valid unless so ordered. Any increase shall be paid for according to work actually done and at the prices established for such or like work in the Contract or, in case no such price is established, then at actual reasonable cost as determined by the Engineer and the Contractor, as Lump Sum or Unit Prices as mutually agreed to before starting work or at actual cost plus as agreed to. For work done under "Cost Plus", the compensation shall be as follows: Monies actually paid for labor and foreman as required and as shown on the payroll plus 15% to cover insurance, taxes, social security, etc. (b) Actual cost for material used on job. (c) Power operated equipment as set forth in the equipment schedule applying to like jobs. If equipment rental rates are agreed to, no percentage shall be added to these amounts. (a)

Full payment shall be the sum of the above items which apply plus 15% for overhead and profit. Any extra work by a subcontractor will be computed as above specified, with 10% for overhead and profit for the General Contractor. 12.

PROGRESS AND FORFEITURE OF CONTRACT: If at any time the Engineer shall be of the opinion that the said work is unnecessarily delayed, and will not be finished in the prescribed time, or that the Contractor is willfully violating any of the conditions of the Contract, or is executing the same in bad faith, he shall notify the Contractor, in writing, to that effect. If the Contractor does not, within five (5) days thereafter, take such measures as will in the judgment of the Engineer insure the satisfactory completion of the work, the Engineer may then, in writing, notify the Contractor to discontinue all the work under the Contract. The Contractor shall immediately respect said notice and stop work and cease to have any rights to possession of the ground and shall not remove any portion of the plant or any materials after receiving such notice. The Engineer shall notify the Contract Surety, in writing, of his action and the reason(s) for such action. The Engineer shall report his actions to the City together with the reason(s) for such actions. The City shall take such action as it deems necessary to complete the work under the Contract to the City's satisfaction. The City may rescind its notice to the Contractor to discontinue work and order the Contractor to complete the Contract within such terms as it may specify or the City may inform the Contract Surety of its (Contract Surety's) responsibility to complete the work as specified under the terms of the Contract. Surety shall elect to complete the work or have the City complete it. If the City completes the 007201-5

work, it shall thereupon have the power to direct the Engineer to place such and so many persons as he may deem advisable by contract, or otherwise, to work at and complete the work herein described and to use such materials as he may find upon the line of said work, or to procure other materials for the completion of the same and to charge the expense, whether of labor or materials, or otherwise. to the Contract and the expense so charged shall be deducted and paid by the City out of such monies as may be then due or may at any time thereafter become due to the Contractor under and by virtue of the Contract or any part thereof; and in case such expense is less than the sum which would have been payable under the Contract if the same had been completed by the Contractor, said Surety shall be entitled to receive the difference. In case such expense is greater, the Contract Surety shall pay the amount of such excess due to the City. 13.

DELAY IN TIME OF COMPLETION, NO CLAIM FOR DAMAGES: The City may reasonably delay the beginning of the work or any part thereof, if necessary because of weather conditions. The Contractor shall have no claim for damages on account of said reasonable delay, but if a time clause is carried in the Contract, so much additional time shall be allowed as the Engineer computes such delay has influenced the completion by the Contractor. The Engineer shall certify such additional time in writing. In case the Contractor shall suffer damage from loss of time, where the same is caused by or under the direction of the City, the condition of the weather, or by any circumstances so unusual that they could not be foreseen previous to or avoided during the construction of the work (all of which shall be determined by the Engineer who shall certify the same in writing); the time during which work was so suspended shall be excluded and the time of completion extended by a corresponding number of days. Neither an extension of time for any reason beyond the date fixed for the completion of the work, nor the acceptance of any part of the work comprised in these specifications subsequent to the said date, shall be deemed to be a waiver by the said Contractor of the right to abrogate the Contract for abandonment or delay in the manner herein provided.

14.

STORAGE OF MATERIALS AND EQUIPMENT: The Contractor shall make arrangements to store his material, vehicles, equipment, etc. During the prosecution of the work, the Contractor shall not store material, equipment, vehicles, etc. within any area in such a manner so as to block or interfere with the flow of any other work.

15.

GUARANTEES: The Contractor shall guarantee all his work to be free from defects due to workmanship or material used for a period of one (1) year from the final completion of all work on the 007201-6

Contract. Said one (1) year period shall begin on the date of payment of the semi-final estimate by the City. Should the Contractor, during the guarantee period upon notification by the Engineer in writing within five (5) days, fail to begin making necessary repairs to the satisfaction of the Engineer, action may be taken by the Engineer to have the repairs made either by using the City's own men and equipment, by force account or cost plus method, or by contract between the City and a contractor selected by the City. The cost shall be taken from monies due the Contractor. Any cost exceeding that held shall be paid by the Contractor or the City may call upon the bond Surety to pay said extra cost. 16.

CONTRACTOR, HIS INSURANCE CARRIER AND BOND SURETY, LIABLE FOR CLAIMS OR DAMAGES: It shall be the duty of the Contractor and his Insurance Carrier and Bond Surety to indemnify and save harmless the City from all suits or actions of any name or description, brought against them or the City for or on account of any injuries or damages received or sustained by any party or parties by or from the Contractor, his agents or employees in the construction of the work, or in consequence of any negligence in guarding the same or any improper materials used in its construction or by or on account of any act or omission of the Contractor, his agents or employees.

17.

SUBSTANTIAL COMPLETION: The date of Substantial Completion of the Work or designated portion thereof is the Date certified by the Architect/Engineer when construction is sufficiently complete, in accordance with the Contract Documents, so the Owner can occupy or utilize the Work or designated portion for the use for which it is intended.

18.

RELEASE OF BONDS: The Performance Bond and Labor and Material Payment Bond shall not be released until final payment and final acceptance of the entire work is made as a guarantee against claims and suits that may be entered against the City for actions or negligence of the Contractor in the performance of the work. With the exception of the final payment, five percent (5%) of all payments shall be retained to guarantee the repairs that may be ordered by the Engineer for defective materials or workmanship during the one (1) year maintenance period. The City reserves the right to retain in excess of the 5% should it deem additional guarantee necessary for legal claims against the City resulting from actions under this Contract.

007201-7

City of Bristol, Connecticut Building Department Fees

as Listed in the Code of Ordinances for the City of Bristol Sec. 5-19. - Fees. (a) Generally. No permit to begin work for new construction, alteration, removal, demolition or other building operation shall be issued until the fees prescribed in this section shall have been paid to the building official or other authorized municipal agency, nor shall an amendment to a permit necessitating an additional fee because of an increase in the estimated cost of the work involved be approved until the additional fee shall have been paid. A late fee of $100.00 will be assessed if applicable. (b) Special fees. The payment of the fee for the construction, repair, alteration, removal or demolition and for all work done in conjunction with or concurrent with work contemplated by a building permit shall not relieve the applicant or holder of the permit from the payment of other fees that are described further in this section or by ordinance in regards to plumbing permits, heating permits, electrical permits, sewer excavation or street opening permits, erection of signs and display structures, marquees or other appurtenant structures, certificates of use and occupancy or other privileges or requirements, both within and without the jurisdiction of the department of building inspection. All of the following fee charges to include State of Connecticut Education fee amount. (c) Square foot area. For the determination of any permit fee based on square foot area, such area shall be computed taking the extreme measurements from outside walls and including garages, breezeways and the like. (d) Right of inspector to ask subcontractors for actual cost. It will be the right of the inspector to ask for an affidavit as to the actual cost of the job and the subcontractor shall be responsible for additional permit fees for the difference between the estimated and actual costs. (e) Reserved. (f) Fees for new construction. The fee for a building permit for all new construction excluding all subcontracts such as plumbing, heating, electrical, etc. on residential building, shall be at the rate of forty cents ($0.40) per square foot of area. On commercial or industrial building, said fee shall be at the rate of fifty cents ($0.50) per square foot of area. Area will be computed by taking the ground floor times the number of stories. The fee for accessory buildings, garages, open breezeways, greenhouses, rigid frame or steel skeletal buildings for truck, heavy equipment or all-purpose storage, shall be at the rate of twenty cents ($0.20) per square foot of area. The minimum permit fee shall be twenty two dollars ($22.00). There will be no maximum fee. No fee will be waived. Permits are required for all swimming pools, for which the minimum permit fee shall be twenty two dollars ($22.00).

Building Permit Fees effective July 2013

Page 1 of 2

(g) Fees for subcontractor permits. Fees for permits for licenses issued by the state occupational licensing boards will be based on the estimated costs of the proposed work as follows: (1) Estimated cost up to $1,000.00

$22.00 permit fee

(2) For each additional $1,000.00 of estimated cost or fraction thereof, add

$15.00 to permit fee

(h) Alteration and moving of buildings. The fee for a building permit for alterations to building or structures, or to move a building or structure from one lot to another or to a new location shall be based on the estimated cost of foundation and all work necessary to place the building or structure in its completed condition at its new location as follows: (1) Estimated cost up to $1,000.00

$22.00 permit fee

(2) For each additional $1,000.00 of estimated cost or fraction thereof, add

$15.00 to permit fee

(i) Demolition. The fee for a permit for demolition of a building shall be based on estimated cost in accordance with the schedule (g) of this section. (j) Signs. Fees for signs for which a permit is required by the state building code shall be based on estimated cost in accordance with the schedule in subsection (g) of this section. (k) Certificates of occupancy. The fee for a certificate of occupancy of a building shall be: (1) Certificates of occupancy: Residential

$17.00

Commercial, industrial

$27.00

Temporary

$75.00

(2) Reinspection

$35.00 for first, second and third reinspections

(3) Reinspection fee

$50.00 after third inspection

(l) Zoning permit fee

$17.00

(m) Fences. The fee for fences erected on any property in Bristol shall be based upon estimated cost in accordance with the schedule (g) of this section plus the zoning permit fee.

Sec. 5-20. - Suspensions and revocations. Any permit may be revoked or suspended by the building inspector for violation of the state building code or for failure to comply with lawful orders pursuant to such code, this chapter or amendments thereto issued by duly constituted authority.

Building Permit Fees effective July 2013

Page 2 of 2

PROJECT SUMMARY 1. Introduction

The City of Bristol is seeking to have performed an exact one for one replacement of a FCI 7200 Series Fire Alarm system (FA), fire public address system and FA devices installed in 1995, with a new Gamewell/FCI E- Series fire alarm system, Fire public address system and all new replacement devices. The contractor’s bid will encompass, to the best of their ability, retaining and reusing existing device wiring with exceptions at South Side School, 21 Tuttle Rd., Bristol, CT. The City is seeking professional services necessary to provide said system replacement, and provide any necessary construction installation efforts necessary for a successful implementation.

2. Site Considerations

The Bristol South Side School occupies approximately 65,000 square feet of a building that provides elementary school operations, requiring a fire alarm system and fire public address system, which is considered to be critical to the school’s operational life safety program. It is expected that the new Fire Alarm systems and devices will be installed during non-critical periods such as during school vacation; off hours or weekend installation may be required. Installation pricing should be itemized and detailed for installation during a vacation period when the school is primarily unoccupied. Also provide unit pricing for installation, for those separate periods of off hours or weekends as separated add alternate pricing. It is further expected that as part of this project, the removal and proper disposal of all existing Fire Alarm Systems equipment and devices will be by the contractor. It is not anticipated that any hazardous materials will be discovered. A field inspection for the identification, discovery, presence, handling, removal or disposal of, or exposure of persons to, hazardous materials in any form at the project site will be conducted prior to installation. The contractor will only notify the owner or owner’s representative for a determination. The costs associated with any deficiencies, modifications/redesign and or repairs required because of unforeseen conditions uncovered during construction, shall be the responsibility of the owner.

01 10 00 Project Summary Page 1 of 4

3. Basic Sequence of Work For the Fire Alarm retrofit, the process: 7200 series to E Series           

Remove and secure lock out of all electric power Disconnect the existing field wiring Remove the 7200 Series internals Mount the new E3 Series internals Mount the new E3 Series inner door Mount the new E3 Series inner door electronic components Reconnect the field wiring Change all field devices to new devices (one for one) Be sure to program the panel in CLIP Mode when programming Activate the electric power to the whole system and program as required. Test the system to verify all functionality.



Remove and secure lock out of all electric power for fire alarm and audio voice evacuation system Remove the audio voice evacuation panel internals from the existing location. Manufacturer recommended audio amplifier and audio riser/communications, wire #16 unshielded twisted pair not in conduit from the existing location in the central office to run outs looped to each speaker device in the cafetorium and gym. Purpose is to separate the new audio voice address amplifier cable to all the area of use from the FA wiring to the strobes of the strobe speaker units in the cafetorium and gym. Install new audio voice evacuation head end and amplifier equipment in the existing central office voice address panel. Reconnect the existing field device wiring to all the audio voice address panels in the central office location. Activate the electric power to the whole system including the audio voice address system for use. Test the systems to verify all functionality.

Next: Remove audio voice evacuation panel and replace audio voice evacuation panel to the existing location

      

Then: Remove and replace remote annunciator at front entrance      

Remove and secure lock out of all electric power to remote annunciator by front entrance Remove the old remote annunciator Install new, manufacturer recommended, twisted pair cable wiring from the fire alarm panel in the central office to the remote annunciator location at the front entrance. Reuse the two existing power wires Install the new annunciator, fabricate cover modifications. Activate the electric power to the whole Test the systems to verify all functionality.

01 10 00 Project Summary Page 2 of 4

4. Bill of Materials

Reminder: Contractor must verify quantity of equipment and devices prior to bid. All equipment must be Gamewell/FCI by Honeywell. Manufacturer has recommended new wiring from central office FA audio voice evacuation panel to new audio voice amplifier panel and from central office FA panel to the remote annunciator panel located at the front entrance.

4.01

E3 Series Broadband system

ILI-MB-E3 LCD-E3 PM-9 DACT-E3 4.02

INCC Intelligent Network Command Center

INI-VGC-UTP ASM-16 4.03

Velociti addressable double action pull station, for use with the Gamewell-FCI analog addressable control panels only.

Velociti Series - Addressable Photoelectric Smoke Sensor

ASD-PL2F ASD-PL2FR B210LP RA100Z DNR 4.07

Voice Gateway for unshielded twisted pair wire only INX 50 Watt amplifier 70.7 Watts RMS output

Non-Coded Fire Alarm Stations MS-7 Series

MS-7AF

4.06

Paging Microphone Module Command Center Blank Faceplate

INZ Intelligent Network Transponder

INX-VGX-UTP AM-50-70 4.05

Commend Center Gateway for unshielded twisted-pair wire only Programmable Switch Module

Accessories

INCC_MIC INCC-BP 4.04

Intelligent Loop Interface-Main Board LCD Keypad Display Power supply Digital Alarm Communicator Transmitter

Smoke sensor Smoke sensor for system remote testing Flanged mounting base Remote LED Annunciator Duct smoke housing

Velociti Series - Addressable Thermal Sensor

ATD-L2F

Thermal sensor 01 10 00 Project Summary Page 3 of 4

4.08

Velociti Series - Addressable Monitor Module

AMM-4F 4.09

Velociti Series - Addressable Output Relay Control Module

AOM-2RF 4.10

Wall mount, white, speaker/strobe Wall mount backbox , red SpectrAlert Advance Selectable Output Notification Appliances

P2R SRK 4.12

2 Wire horn/strobe – red Strobe, standard – red NAC Expander/ Power Supply

HPFF12 HPP31076 4.13

Addressable Output Relay Control Module

SpectrAlert Advance Outdoor Notification Appliances

SPSRK MWBB 4.11

Addressable Monitor Module

12A Fire rated power supply Class A (Style Z) NAC Adaptor

7200 Retrofit Kits FCI 7200 to E3 Series

7200-C-Retrofit E3-INCC-DPLATE KDU-RETROFIT RAN-7100

FCI 7200 CAB-C Retrofit to E3 Series Mounting Plate for E3-INCC-D KDU remote annunciator retrofit plate Remote annunciator

01 10 00 Project Summary Page 4 of 4

Section 13850 (28 31 00)

SECTION 13850 (28 31 00) - FIRE DETECTION AND ALARM PART 1 1.1 A. 1.2

GENERAL SECTION INCLUDES Fire Alarm and Emergency Voice Evacuation System. REFERENCES

A.

Electrical Industries Association (EIA):  RS-232-D – Interface Between Data Terminal Equipment and Data Circuit-Terminating Equipment Employing Serial Binary Data Interchange  RS-485 – standard defining the electrical characteristics of drivers and receivers for use in balanced digital multipoint systems

B.

National Fire Protection Association (NFPA):  NFPA 12 – Standard on Carbon Dioxide Extinguishing Systems.  NFPA 13 – Installation of Sprinkler Systems.  NFPA 15 – Standard for Water Spray Fixed Systems for Fire Protection.  NFPA 16 – Standard for the Installation of Foam-Water Sprinkler and Foam-Water Spray Systems.  NFPA 16A – Standard for the Installation of Closed Head Foam-Water Sprinkler Systems.  NFPA 70 – National Electrical Code (NEC).  NFPA 72 – National Fire Alarm Code.  NFPA 90A – Standard for the Installation of Air Conditioning and Ventilating Systems.  NFPA 101 – Life Safety Code.  NFPA 750 – Standard on Water Mist Fire Protection Systems.  NFPA 5000 – Building Construction and Safety Code.

C.

Underwriters Laboratories (UL):  UL 268 – Standard for Smoke Detectors for Fire Alarm Signaling Systems.  UL 864 – Standard for Control Units and Accessories for Fire Alarm Systems.  UL 1971 – Standard for Signaling Devices for the Hearing Impaired.  UL 2572 – Standard for Control and Communication Units For Mass Notification Systems.

1.3

SYSTEM SCOPE OF WORK

A.

A new Gamewell-FCI E3 Series intelligent reporting, microprocessor-controlled Fire Alarm and Emergency Voice Evacuation System, herein referred to as “New FA System”, and all new Analog/Addressable System Peripheral Devices shall be installed at Southside School, 22 Tuttle Rd., Bristol, CT in accordance with these specifications, manufacturer’s recommendations and all applicable National and Local Codes.

B.

The New FA System shall replace the facility existing obsolete FCI 7200 Series Fire Alarm and FireVac III Voice Systems, herein referred as “Old System”, and its addressable peripherals devices.

E3 Series Fire Alarm System

Page 1 of 26

Section 13850 (28 31 00)

C.

The New FA System shall have, at minimum, all operational functionality of the Old System.

D.

All existing field wiring shall remain in place and shall be reconnected to the New FA System except where noted in these specifications or where installation does not comply with the New FA System Manufacturer’s recommendations and applicable National and Local Codes.

E.

All existing Notification Appliance Circuits devices and wiring shall remain in place and be reconnected to the New FA System.

F.

The New FA System shall have at minimum: 1. An Intelligent Network Command Center (INCC) in the facility Main Office, installed in the same location as the Old System head-end. The INCC shall be comprised but not limited to the following components: - All required cabinets and mounting hardware - ILI-MB-E3 Intelligent Loop Interface Main Board - LCD-E3 LCD Display & Control Keypad - PM-9 system power supply - DACT-E3 alarm communicator - INI-VG Intelligent Network Interface Voice Gateway - AM-50-70 50Watt amplifier, 70V RMS - ASM-16 programmable switches - INCC-MIC paging microphone - HPFF12 12A NAC Expander power supply w/HPP31076 Calss A adaptor 2. A Remote Annunciator installed at Front Entrance in the same location as the Old System remote annunciator. The Remote annunciator shall be comprised but not limited to the following components: - All required cabinets and mounting hardware - LCD-E3 LCD Display & Control Keypad 3. Analog/Addressable Peripheral Devices of type and install location to match and replace the Old System devices. - MS-7AF Addressable Double Action Pull Station - ATD-L2F Thermal Detector - ASD-PL2F Addressable Photoelectric Smoke Detector - ASD-PL2FR Addressable Photoelectric Smoke Detector w Relay - B210LP Detector Flanged Mounting Base - DNR Duct Smoke Housing w/appropriate sample tube - AMM-2F/2IF/4F Addressable Monitor Modules - AOM-2RF/2SF Addressable Output Control Module

G.

Contractor must survey/verify site conditions and Old FA System device and circuit loading prior to bid and provide adequate quantities of equipment components for the New FA System.

H.

Each Signaling Line Circuit (SLC) and Notification Appliance Circuit (NAC) shall be sized to only 80 percent of its total capacity during initial installation.

E3 Series Fire Alarm System

Page 2 of 26

Section 13850 (28 31 00)

I.

Brief sequence of required work: 1. Install new Fire Alarm and Voice Evacuation Control Panels in Main Office: - Remove and secure lock out of all electric power. - Disconnect the existing field wiring. - Remove the existing 7200 Series & Voice evacuation internals. - Verify existing Voice Evacuation Audio circuits wiring installation at Control Panel and install new wiring if existing does not comply with Manufacturer’s Recommendations or applicable National or Local Codes. - Mount the new E3 Series internals. - Mount the new E3 Series inner door. - Mount the new E3 Series inner door electronic components. - Reconnect the field wiring. 2. Install new Remote Annunciator at Front Entrance: - Remove and secure lock out of all electric power to remote annunciator by front entrance. - Remove the old remote annunciator - Install new manufacturer recommended wiring from the fire alarm panel in the central office to the remote annunciator location at the front entrance - Install the new annunciator. 3. Install new Peripheral Devices throughout the facility: - Replace all existing field devices new devices (one for one). 4. Other Work: - Program System and Test in accordance to NFPA72 and/or AHJ. - Provide Submittals & Record Documents as specified herein.

1.4

SUBMITTALS AND RECORD DOCUMENTS

A.

Include sufficient information, clearly presented, to determine compliance with the specifications and the Drawings.

B.

Equipment Submittals: 1.

Cover Page: Indicate the following: a. Project name and address. b. Engineered systems distributor’s name and other contact information. c. Installing contractor’s name and other contact information. d. Date of equipment submittals. Indicate on revised submittals the original submittal date and revised submittal date.

2.

Table of Contents: Lists each section of equipment submittal.

3.

Scope of Work Narrative: Detail indented scope of work.

E3 Series Fire Alarm System

Page 3 of 26

Section 13850 (28 31 00)

4.

5. 6.

D.

Bill of Material: Indicate for each component of system the following: a. Quantity. b. Model number. c. Description. SLC Circuit Schedule: Detail address and associated description of each addressable device. Clearly provide information that indicates number of both active and spare addresses. Battery Calculations: Show load of each of, and total of, components of system along with standby and alarm times that calculations are based on. Show calculated spare capacity and size of intended battery.

Shop Drawings: 1.

Title Block: Provide on each sheet and include, at a minimum, the following: a. Project name. b. Project address. c. Sheet name. d. Sheet number. e. Scale of drawing. f. Date of drawing. g. Revision dates.

2.

Control Panel: Provide sheet that details exterior and interior views of control panel and clearly shows associated wiring information.

3.

Annunciator Panels: Provide sheet that details exterior and interior views of annunciator panels and clearly shows associated wiring information.

E.

Certification: Submit with equipment submittals and shop drawings, letter of certification from major equipment manufacturer, indicating proposed engineered system distributor is an authorized representative of major equipment manufacturer.

F.

Project Record Drawings: 1. 2.

G.

Submit complete project record drawings within 14 calendar days after acceptance test. Project record drawings shall be similar to shop drawings, but revised to reflect changes made during construction.

Operation and Maintenance Manuals: 1.

Submit complete operation and maintenance manuals within 14 calendar days after acceptance test.

2.

Operation and maintenance manuals shall be similar to equipment submittals, but revised to reflect changes made during construction.

3.

Include factory’s standard installation and operating instructions.

E3 Series Fire Alarm System

Page 4 of 26

Section 13850 (28 31 00)

1.5 A.

QUALITY ASSURANCE Codes and Standards: 1.

NFPA: System shall comply with the following NFPA codes and standards: a. b. c. d. e. f. g. h. i. j. k.

2.

NFPA 12. NFPA 13. NFPA 15. NFPA 16. NFPA 16A. NFPA 70. NFPA 72. NFPA 90A. NFPA 101. NFPA 750. NFPA 5000.

ADA: System shall conform to American with Disabilities Act (ADA).

B.

To ensure reliability and complete compatibility, all items of fire alarm system, including control panels, power supplies, initiating devices, and notification appliances, shall be listed by Underwriters Laboratories Inc. (UL) and shall bear “UL” label.

C.

Fire Alarm Control Panel Equipment: UL-listed under UL 864 Ninth Edition and UL 2572.

D.

Equipment, Programming, and Installation Supervision:

E.

1.

Provide services of engineered systems distributor of Gamewell-FCI for equipment, programming, and installation supervision.

2.

Provide proof of factory training within 14 calendar days of award of the Contract.

Software Modifications: 1.

Provide services of Gamewell-FCI factory-trained and authorized technician to perform system software modifications, upgrades, or changes.

2.

Provide use of all hardware, software, programming tools, and documentation necessary to modify fire alarm system software on-site.

3.

Modification includes addition and deletion of devices, circuits, zones, and changes to system operation and custom label changes for devices or zones.

4.

System structure and software shall place no limit on type or extent of software modifications onsite.

E3 Series Fire Alarm System

Page 5 of 26

Section 13850 (28 31 00)

5. 1.6

Modification of software shall not require power-down of system or loss of system fire protection while modifications are being made.

DELIVERY, STORAGE, AND HANDLING

A.

Storage: Store materials in clean, dry area indoors in accordance with manufacturer’s instructions.

B.

Handling: Protect materials from damage during handling and installation.

1.8 A. 1.9 A.

COORDINATION Coordinate the Work of this section with sprinkler systems, elevators, HVAC systems and security/door locking systems contractors as required. WARRANTY Warranty Period for System Equipment: 1 year from date of final acceptance.

E3 Series Fire Alarm System

Page 6 of 26

Section 13850 (28 31 00)

PART 2 2.1

PRODUCTS MANUFACTURER

A.

Gamewell-FCI, Honeywell Fire Systems, 12 Clintonville Road, Northford, Connecticut 06472. Phone (203) 484-7161. Fax (203) 484-7118. Website: www.gamewell-fci.com.

B.

No other manufacturers, other than Gamewell-FCI, FCI, and Gamewell will be considered for use on this project.

2.2 A. 2.3 A.

FIRE ALARM AND EMERGENCY VOICE EVACUATION SYSTEM Shall be manufactured by Gamewell-FCI, E3 Series Expandable Emergency Evacuation Fire Alarm System. INTELLIGENT NETWORK COMMAND CENTER (INCC) HARDWARE Intelligent Network Command Center (INCC): Supply user interface, including LCD or touch-screen 1/4 VGA display, Intelligent Loop Interface Modules (ILI-MB-E3), manual switching (ASM-16), phone and/or microphone inputs, off-premises notification (DACT-E3). INCC shall consist of the following units and components: 1. System Cabinet (B-, C-, or D-Size Cabinet) with associated inner door and/or E3 Series Retrofit Kit. 2. Power Supply Module (PM-9) with batteries. 3. Intelligent Loop Main Board Interface (ILI-MB-E3 or ILI95-MB-E3). 4. 80-Character LCD Display (LCD-E3). 5. Digital Alarm Communicator (DACT-E3). 6. Auxiliary Switch Module (ASM-16). 7. Intelligent Network Interface Voice Gateway (INI-VG). 8. Microphone Assembly (INCC-MIC). 9. AM-50 Series amplifiers (AM-50, AM-50-70). 10. Notification Appliance Circuit Power Supply (HPFF12) Optional components: 1. Optional Intelligent Loop Supplemental Interface (ILI-S-E3 or ILI95-S-E3). 2. Optional ARCNET Repeater (RPT-E3) with fiber optic modules (FSL-E3 or FML-E3). 3. Optional 1/4 VGA touch-screen display (NGA). 4. Optional LED Driver Module (ANU-48)

B.

System Cabinet & E3 Series Retrofit Kit: 1. 2. 3. 4. 5.

Cabinets shall have a back box, surface or semi-flush mounted with texture finish. Cabinets and Retrofit Kits include inner door and front door. Available in multiple sizes to best fit project configuration. Houses 1 or more PM-9 Power Supply Modules, INI-VG Intelligent Network Interface Voice Gateway, 1 or more ILI-MB-E3 assemblies, and other optional modules as specified. Construction: Dead-front steel construction with inner door to conceal internal circuitry and wiring.

E3 Series Fire Alarm System

Page 7 of 26

Section 13850 (28 31 00)

6. 7. C.

Power Supply Module (PM-9): Use latest technologies to provide system power, incorporates the following features: 1. 2. 3.

D.

Power-saving switching technology using no step-down transformers. 9-amp continuous-rated output to supply up to all power necessary under normal and emergency conditions for INCC Command Center Modules. Integral battery charger with capacity to charge up to 55 amp-hour batteries while under full load.

Batteries: 1.

E.

Wiring Gutter Space: A minimum of 1-inch wiring gutter space behind mounting plate. Wiring: Terminated on removable terminal blocks to allow field servicing of modules without disrupting system wiring.

Sufficient capacity to provide power for entire system upon loss of normal AC power for a period of 24 hours with 15 minutes of alarm signaling at end of this 24-hour period, as required by NFPA 72, Local Systems.

LCD Display Module (LCD-E3): 1.

LCD Display: 80-character RS-485 based textual annunciator with capability of being mounted locally or remotely. Provides audible and visual annunciation of all alarms and trouble signals. Provide dedicated LEDs for: a. AC Power On: Green. b. Alarm: Red. c. Supervisory: Yellow. d. System Trouble: Yellow. e. Power Fault: Yellow. f. Ground Fault: Yellow. g. System Silenced: Yellow.

2.

80-Character Alphanumeric Display: Provide status of all analog/addressable sensors, monitor and control modules. Display shall be liquid crystal type (LCD), clearly visible in dark and under all light conditions.

3.

Panel shall contain 4 functional keys: a. Alarm Acknowledge. b. Trouble Acknowledge. c. Signal Silence. d. System Reset/Lamp Test.

4.

Panel shall contain 3 configuration buttons: a. Menu/Back. b. Back Space/Edit. c. OK/Enter.

5.

Panel shall have 12-key telephone-style keypad to permit selection of functions.

E3 Series Fire Alarm System

Page 8 of 26

Section 13850 (28 31 00)

F.

Intelligent Loop Interface (ILI-MB-E3): System shall be of multiprocessor design to allow maximum flexibility of capabilities and operation. Intelligent Loop Interface shall be capable of mounting in standalone enclosure or integrated with Intelligent Network INCC Command Center (INCC) as specified. 1.

Field Programmable: System shall be capable of being programmed by Field Configuration Program (FCP), allowing programming to be downloaded via portable computer from any node on network.

2.

RS-232C Serial Output: Supervised RS-232C serial port shall be provided to operate remote printers and/or video terminals, accept downloaded program from portable computer, or provide 80-column readout of all alarms, troubles, location descriptions, time, and date. Communication shall be standard ASCII code operating from 1,200 to 115,200 baud rate.

3.

RS-485 Serial Output: Each ILI-MB-E3 shall incorporate RS-485 bus via ribbon harness for connection of modules inside same cabinet, and via 4-wire quick connector for connection of modules up to 3,000 feet from cabinet. RS-485 bus shall support up to 16 ASM-16 auxiliary switch modules, 6 LCD-E3 main annunciators, and 5 LCD-7100 annunciators.

4.

Peer-to-Peer Panel Configuration: All Loop Interface Modules shall incorporate own programming, log functions, Central Processor Unit, and control-by-event (CBE) programming. If any loop becomes disabled, each remaining loop driver shall continue to communicate with remainder of network and maintain normal operation. “Degrade” configurations under these conditions shall not be acceptable.

5.

Control-by-Event (CBE) Program: ILI-MB-E3 shall be capable of programming using Boolean logic including AND, OR, NOT, TIMING, COUNT, SCHEDULE functions to provide complete programming flexibility.

6.

Alarm Verification: Smoke detector alarm verification shall be standard option while allowing other devices such as manual stations and sprinkler flow to create immediate alarm. This feature shall be selectable for smoke sensors that are installed in environments prone to nuisance or unwanted alarms.

7.

Alarm Signals: All alarm signals shall be automatically latched or “locked in” at control panel until operated device is returned to normal and control panel is manually reset. When used for sprinkler flow, “SIGNAL SILENCE” switch may be bypassed, if required by AHJ.

8.

Electrically Supervised: a. b.

Each SLC and NAC circuit shall be electrically supervised for opens, shorts, and ground faults. Occurrence of fault shall activate system trouble circuitry, but shall not interfere with proper operation of other circuits. Yellow “SYSTEM TROUBLE” LEDs shall light and system audible sounder shall steadily sound when trouble is detected in system. Failure of power, open or short circuits on SLC or NAC circuits, disarrangement in system wiring, failure of microprocessor or any identification module, or system ground faults shall activate this trouble circuit. Trouble signal shall be acknowledged by operating “TROUBLE ACKNOWLEDGE” switch. This shall silence sounder. If subsequent trouble conditions occur, trouble circuitry shall resound. During alarm, all

E3 Series Fire Alarm System

Page 9 of 26

Section 13850 (28 31 00)

trouble signals shall be suppressed with exception of lighting yellow “SYSTEM TROUBLE” LEDs. 9.

Drift Compensation – Analog Smoke Sensors: System software shall automatically adjust each analog smoke sensor approximately once each week for changes in sensitivity due to effects of component aging or environment, including dust. Each sensor shall maintain its actual sensitivity under adverse conditions to respond to alarm conditions while ignoring factors which generally contribute to nuisance alarms. System trouble circuitry shall activate, display “DIRTY DETECTOR” and “VERY DIRTY DETECTOR” indications and identify individual unit that requires maintenance.

10.

Analog Smoke Sensor Test: System software shall automatically test each analog smoke sensor a minimum of 3 times daily. Test shall be recognized functional test of each photocell (analog photoelectric sensors) and ionization chamber (analog ionization sensors) as required annually by NFPA 72. Failure of sensor shall activate system trouble circuitry, display “Test Failed” indication, and identify individual device that failed.

11.

Fire Alarm System Off-Premises Connection shall be via Digital Alarm Communicator Transmitter (DACT) and telephone lines to central station or remote station. Panel shall contain disconnect switch to allow testing of system without notifying fire department.

12.

Remote Station Option: Fire department shall be consulted regarding authorized remote station serving municipality. Fire alarm system shall transmit alarm, supervisory, and trouble signals with alarm having priority over supervisory and trouble signals. Required phone lines shall be provided and installed between incoming telephone service and fire alarm system by Owner’s telephone contractor under separate contract. Owner will be responsible for phone company costs.

13.

Local Energy City Master Box Option: Fire alarm system shall be connected to local energy city master box. City master box shall be coded and timed in accordance with requirements of fire department. Box shall be surface or flush mounted and located as specified by building engineer and fire department.

14.

Central Station Option: Fire alarm control panel shall provide integral Digital Alarm Communicator Transmitter (DACT) for signaling to central station. DACT shall contain “Dialer-Runaway” feature preventing unnecessary transmissions as result of intermittent faults in system and shall be Carrier Access Code (CAC) compliant, accepting up to 20-digit central station telephone numbers. Fire department shall be consulted as to authorized central station companies serving municipality. Fire alarm system shall transmit both alarm and trouble signals, with alarm having priority over trouble signal. Contractor shall be responsible for all installation charges and Owner will be responsible for line lease charges.

15.

Network Annunciator Option: Each ILI-MB-E3 and associated display shall provide option of being configured as network annunciator. Options for annunciation shall default as regional annunciator with capability of selecting global annunciation to provide system-wide protection and Acknowledge, Silence, and Reset capabilities.

16.

Redundant History Log: Each ILI-MB-E3 shall contain full 4100 event history log supporting local and network functions. If a main processor or network node is lost the entire log shall be accessible at any other Loop Interface board. This shall be demonstrated by removing power from

E3 Series Fire Alarm System

Page 10 of 26

Section 13850 (28 31 00)

INCC Command Center followed by extraction of history log from any loop driver location, including INCC Command Center or Transponder. 17.

LEDs Indicator and Outputs: Each ILI-MB-E3 Loop Interface shall incorporate as a minimum the following diagnostic LED indicators: a. b. c. d. e. f. g.

18.

Power: Green. Alarm: Red. Supervisory: Yellow. General Trouble: Yellow. Ground Fault: Yellow. Transmit: Green. Receive: Green.

Auxiliary Power Outputs: Each ILI-MB-E3 Loop Interface shall provide the following supply outputs: a. b.

24 VDC non-resettable, 1 amp. maximum, power limited. 24 VDC resettable, 1 amp. maximum, power limited.

19.

Microprocessor: Loop interface shall incorporate 32-bit RISC processor. Isolated “watchdog” circuit shall monitor microprocessor and upon failure shall activate system trouble circuits on display. Microprocessor shall access system program for all control-by-event (CBE) functions. System program shall not be lost upon failure of both primary and secondary power. Programming shall support Boolean logic including AND, OR, NOT, TIME DELAY functions for maximum flexibility.

20.

Auto Programming: System shall provide for all SLC devices on any SLC loop to be preprogrammed into system. Upon activation of auto programming, only devices that are present shall activate. This allows for system to be commissioned in phases without need of additional downloads.

21.

Environmental Drift Compensation: System shall provide for setting Environmental Drift Compensation by device. When detector accumulates dust in chamber and reaches unacceptable level but yet still below allowed limit, control panel shall indicate maintenance alert warning. When detector accumulates dust in chamber above allowed limit, control panel shall indicate maintenance urgent warning. NON-FIRE Alarm Module Reporting: Non-reporting type ID shall be available for use for energy management or other non-fire situations. NON-FIRE point operation shall not affect control panel operation nor shall it display message at panel LDC. Activation of NON-FIRE point shall activate control by event logic, but shall not cause indication on control panel.

22.

23.

1-Man Walk Test: a.

System shall provide both basic and advanced walk test for testing entire fire alarm system. Basic walk test shall allow single operator to run audible tests on panel. All logic equation automation shall be suspended during test and while annunciators can be enabled for test, all shall default to disabled state. During advanced walk test, field-supplied output point

E3 Series Fire Alarm System

Page 11 of 26

Section 13850 (28 31 00)

b.

G.

programming shall react to input stimuli, such as CBE and logic equations. When points are activated in advanced test mode, each initiating event shall latch input. Advanced test shall be audible and shall be used for pull station verification, magnet activated tests on input devices, input and output device, and wiring operation/verification. Test feature is intended to provide for certain random spot testing of system and is not intended to comply with requirements of testing fire alarm systems in accordance with NFPA 72, as it is impossible to test all functions and verify items such as annunciation with only 1 person.

24.

Signaling Line Circuits: Each ILI-MB-E3 module shall provide communication with analog/addressable (initiation/control) devices via 2 signaling line circuits. Each signaling line circuit shall be capable of being wired Class B, Style 4 or Class A, Style 6. Circuits shall be capable of operating in NFPA Style 7 configuration when equipped with isolator modules between each module type device and isolator sensor bases. Each circuit shall communicate with a maximum of 159 analog sensors and 159 addressable monitor/control devices. Unique 40-character identifier shall be available for each device. Devices shall be of the Velocity series with capability to poll 10 devices at a time with a maximum polling time of 2 seconds when both SLCs are fully loaded.

25.

Notification Appliance Circuits: 2 independent NAC circuits shall be provided on ILI-MB, polarized and rated at 2 amperes DC per circuit, individually over current protected and supervised for opens, grounds, and short circuits. They shall be capable of being wired Class B, Style Y or Class A, Style Z.

26.

Alarm Dry Contacts: Provide alarm dry contacts (Form C) rated 2 amps at 30 VDC (resistive) and transfer whenever system alarm occurs.

27.

Supervisory Dry Contacts: Provide supervisory dry contacts (Form C) rated 2 amps at 30 VDC (resistive) and transfer whenever system supervisory condition occurs.

28.

Trouble Dry Contacts: Provide trouble dry contacts (Form C) rated 2 amps at 30 VDC (resistive) and transfer whenever system trouble occurs.

Auxiliary Switch Module (ASM-16): 1.

Each ASM-16 has 16 programmable push-button switches.

2.

Each push-button switch has 3 associated status LEDs (red, yellow, and green), configurable to indicate any combination of functions.

3.

Flexible switch configurations to allow flexible set-up of phone, speaker, and auxiliary function circuits.

4. 5.

An insertable label to identify function of each switch and LEDs combination. Provide capability to communicate with up to 16 ASM-16 modules locally, up to 3,000 feet from INCC Command Center.

6.

Specialty modules that only perform 1 task such as speaker, phone, or auxiliary shall not be acceptable.

E3 Series Fire Alarm System

Page 12 of 26

Section 13850 (28 31 00)

H.

Intelligent Network Interface Voice Gateway (INI-VG): INI-VG shall be a multi-function board interchangeable in both INCC and INX. Functions of board shall have the following features as a minimum: 1.

Microprocessor shall monitor all system events and perform all system programs, for all controlby-event (CBE) functions. System program shall not be lost upon failure of both primary and secondary power.

2.

Advanced Processing: INI-VG shall incorporate latest in digital signaling processing technology with supporting Boolean logic including AND, OR, NOT, TIMING, COUNT, SCHEDULE functions.

3.

Signal Processing: INCC shall use advanced Digital Signal Processing (DSP) technology to allow maximum flexibility of digital audio and control capabilities and operation. Signals to and from INCC shall be transmitted over single pair of twisted unshielded wire or fiber optic pair.

4.

Voice Generation: INI-VG shall incorporate all processing to allow for 16 distinct pre-recorded messages used in priority fashion with message 1 as highest priority. Total length for 1 to 16 messages shall be up to 3 minutes.

5.

Field Programmable: INCC shall be capable of being fully programmed or modified by Field Configuration Program (FCP), to be downloaded via portable computer from any node in system.

6.

Control-by-Event Programming (CBE): INCC shall be capable of programming using Boolean logic including AND, OR, NOT, COUNT, TIMING, and SCHEDULE functions to provide complete programming flexibility.

7.

Microphone Input: On-board and allow for addition of local microphone when used as INCC Command Center, including speaker circuit control.

8.

Fire Fighter Phone Riser: INI-VG shall generate local phone riser for use with AOM-TEL phone modules for connection to fire fighter phone stations and/or for connection of local phone when used as INCC Command Center, including phone circuits. INI-VG shall mix its local phone riser to network in true Class A fashion. Systems not capable of true Class A communications for fire fighter’s phone risers shall not be acceptable.

9.

Remote INCC Options: System shall have capability of adding remote INCC Command Centers or re-locating INCC Command Centers utilizing only single pair of twisted unshielded wire or fiber optic pair for all functions.

10.

RS-485 Serial Output: System shall incorporate RS-485 bus via ribbon harness for connection of modules inside same cabinet, and via 4-wire quick connector for connection of modules up to 3,000 feet from cabinet. Provide capability to communicate with up to 16 ASM-16 modules, when used in INX mode up to 3,000 feet.

11.

Riser Wiring: All data, voice, and fire fighter phone riser shall transmit over single pair of twisted unshielded wire or fiber optic pair for all functions configured in Class A format. Any short or open in data, voice, or phone sections shall not affect transmission over remainder of network.

E3 Series Fire Alarm System

Page 13 of 26

Section 13850 (28 31 00)

I.

J.

K.

L.

12.

Network Interface: Operate at 625 K baud configurable with any combination of wire and/or fiber topologies. Interface shall communicate with up to122 nodes in peer-to-peer fashion.

13.

Signaling Line Circuit (SLC): INI-VG shall generate local SLC to communicate with and control up to 16 AOM-TEL modules and 32 AOM-2S or AOM-MUX circuits for fire phone interfacing and additional split-speaker circuits.

Audio Amplifier (AM-50) includes as a minimum, the following features: 1.

50-watt switching audio amplifier: a. AM-50-25 amplifier produces 25VRMS at 50 watts digital audio output. b. AM-50-70.7 amplifier produces 70VRMS at 50 watts digital audio output.

2.

2 individually addressable speaker circuits, each with capability of handling part or all of 50-watt supplied power.

3.

Power shall be 24 VDC supplied via terminal block from local PM-9 power supply.

4.

Ability to select from 1 of 16 pre-programmed messages in INI-VG, and paging from locally or from INCC Command Center.

5.

Back-up amplification configurable so 1 AM-50 can perform back-up or 3, or perform 1-to-1 backup if configured to do so in programming.

6.

Status LEDs to indicate normal operation and trouble condition.

Telephone Assembly: Include the following items: 1.

Mounting cabinet which occupies 2 module locations on inner door of INCC.

2.

Standard phone operating on piezo effect with integral 6-foot cord.

3.

Interconnect cable for connection of phone to Command Center.

Microphone Assembly: Include the following items: 1.

Mounting cabinet which occupies 1 module location on inner door of INCC.

2.

Interconnect cable for connection of microphone to INI-VG.

3.

1 noise canceling microphone with push-to-talk button.

Network Repeater Module (RPT-E3): 1.

Intelligent Network Interface shall provide interconnection and protection of remote INCC Command Centers and Transponders. Repeater shall regenerate and condition token passing, 625

E3 Series Fire Alarm System

Page 14 of 26

Section 13850 (28 31 00)

K baud signal between units. Repeater shall be available in wire, or wire/fiber configurations as determined by field conditions.

M.

N.

2.

Interface shall have jumper to allow selection of ground detection of wiring when used in wire mode. Interface shall have integral LEDs to display current status of board.

3.

Fiber configurations shall use: a. Multi-Mode ST-type connectors with a maximum attenuation of 8db with 62.5/125 micron cable. b. Single-Mode LC-style connector with a maximum attenuation of 30db with 9/125 micron cable.

Network Graphic Annunciator (NGA): Network able, 1/4 VGA, touch-screen annunciator with the following characteristics: 1.

Custom Graphics: Panel shall permit uploading of custom bit-mapped graphic to display screen. Graphic shall display when all systems are normal.

2.

Intuitive Functions: In alarm or trouble condition, annunciator shall display only information pertaining to event, including control switches. a. Trouble Condition: Display shall indicate cause of trouble. Only controls available to operator shall be Acknowledge and Reset functions. b. Alarm Condition: Display shall indicate cause of alarm. Only controls available to operator shall be Acknowledge, Silence, and Reset functions.

The NAC expander power supply (HPFF12): Complies with UL® Standard 864 9th Edition, Four (4) Class 2 power-limited, supervised notification application circuits (NACs) capable of supplying +24VDC at 3.0 amp maximum each NAC output circuits may be configured as any of the following: - Four Class B (Style Y). - Two Class A (Style Z). - Two Class B & one Class A - Four Class A (requires the HPP31076 Class A adapter). Four field-programmable operational modes: - Pass-through - Sync generator - Temporal generator - Pass-through Filtered Temporal coding and sync protocols compatible with the following notification appliance brands: - System Sensor - Amseco - Faraday - Cooper-Wheelock - Gentex Protocol pass-through for synchronizing large systems, two fully independent supervised input/output control circuits, redundant activation operation for survivability, supports FACP's Selectable Silence ability, 2.0 amp auxiliary continuously supplied output, Eight status LEDs, Supervised AC input, battery voltage, auxiliary output, charger, and earth ground faults.

E3 Series Fire Alarm System

Page 15 of 26

Section 13850 (28 31 00)

Specification:  Primary Input Power: 120VAC, 60Hz, 5.4A; 240VAC, 50Hz, 3.2A on units with E suffix  Secondary Power: 24 volt operation: two (2), 7-24 AH batteries  Battery Charging Capacity Up to 26 AH batteries  HPFF12 Cabinet: Holds up to two 18AH batteries  HPFF12CM: Holds up to two 12AH batteries  Total Output Current: 12.0A max.  Standby Current: 0.075 A  Auxiliary Power Output: 2.0A under all conditions  NAC Output Ratings: 24VDC fully regulated 3.0A max per circuit (12.0A total)  End-of-Line Resistor Range: 1.9K to 25k ohm, ½ watt.  Common Trouble: 2.0A at 30VDC  Relay Fail Relay: 2.0A at 30VDC  Input Control Circuits: Compatible with 12 and 24 VDC control panel NACs  Input Control Current (alarm): 5.68 mA @ 12VDC, 12.28 mA @ 24 VDC  Temperature Rating: 32°F to 120°F (0°C to 49°C)  Relative Humidity: 10% to 93% non-condensing  Cabinet Dimensions:  HPFF12 Cabinet: 16.65" W x 19.0" H x 5.2" D (42.29 W x 48.26 H x 13.23 D cm)  CAB-4 Cabinet: 24" W x 45.9" H x 5.15" D (60.96 W x 116.52 H x 13.1 D cm) 2.4 A.

2.5 A.

PRINTERS Printers: Automatic type, printing code, time, date, location, category, and condition. 1. Provide hard-copy printout of all changes in status of system and time-stamp such printouts with current time-of-day and date. Printer is optional and by owner. 2. Standard carriage with 80 characters per line. 3. Use standard pin-feed paper. 4. Enclose in separate enclosure suitable for placement on desktop or table. 5. Communicate with control using interface complying with EIA-232-D. 6. Power: 120 VAC at 60 Hz. SYSTEM PERIPHERALS Addressable Devices – General: 1.

Provide address-setting means using rotary-decimal switches.

2.

Use simple to install and maintain decade-type (numbered 0 to 15) address switches by using standard screwdriver to rotate 2 dials on device to set address. Devices which use binary address set via dipswitch packages, handheld device programmer, or other special tools for setting device address shall not be acceptable.

3.

Detectors: Analog and addressable. Connect to fire alarm control panel's Signaling Line Circuits.

E3 Series Fire Alarm System

Page 16 of 26

Section 13850 (28 31 00)

4.

Addressable Thermal and Smoke Detectors: Provide 2 status LEDs. Both LEDs shall flash under normal conditions, indicating detector is operational and in regular communication with control panel, and both LEDs shall be placed into steady illumination by control panel, indicating alarm condition has been detected. If required, flashing mode operation of detector LEDs can be programmed off via fire control panel program.

5.

Fire Alarm Control Panel: Permit detector sensitivity adjustment through field programming of system. Sensitivity can be automatically adjusted by panel on time-of-day basis.

6.

Using software in INCC Command Center, detectors shall automatically compensate for dust accumulation and other slow environmental changes that may affect their performance. Detectors shall be listed by UL as meeting calibrated sensitivity test requirements of NFPA 72, Chapter 7.

7.

Detectors shall be ceiling-mounted and shall include separate twist-lock base with tamper-proof feature.

8.

B.

Following bases and auxiliary functions shall be available: a. Standard base with remote LED output. b. Sounder base rated at 85 dBA minimum. c. Intelligent Addressable Sounder base rated at 75 dBA minimum. d. Form-C relay base rated 30 VDC, 2.0 A. e. Isolator base.

9.

Detectors shall provide test means whereby they will simulate alarm condition and report that condition to control panel. Such test shall be initiated at detector itself by activating magnetic switch or initiated remotely on command from control panel.

10.

Detectors shall store internal identifying type code that control panel shall use to identify type of device (ION, PHOTO, THERMAL).

Addressable Manual Stations (MS-7AF): 1.

Manual Fire Alarm Stations: Non-code, non-break glass type, equipped with key lock so they may be tested without operating handle.

2.

Operated Station: Visually apparent, as operated, at a minimum distance of 100 feet (30.5 m) from front or side.

3.

Stations shall be designed so after actual activation, they cannot be restored to normal except by key reset.

4.

Manual stations shall be constructed of Lexan with clearly visible operating instructions provided on cover. The word FIRE shall appear on front of stations in raised letters, 1.75 inches (44 mm) or larger.

E3 Series Fire Alarm System

Page 17 of 26

Section 13850 (28 31 00)

5.

Addressable manual stations shall, on command from control panel, send data to panel representing state of manual switch and addressable communication module status.

C.

Intelligent Thermal Detectors (ATD-RL2F): Intelligent addressable devices rated at 135 degrees F (58 degrees C) and have rate-of-rise element rated at 15 degrees F (9.4 degrees C) per minute. Connect via 2 wires to fire alarm control panel signaling line circuit.

D.

Intelligent Photoelectric Smoke Detectors (ASD-PL2F): Use photoelectric (light-scattering) principal to measure smoke density and shall, on command from control panel, send data to panel representing analog level of smoke density.

E.

Intelligent Ionization Smoke Detectors (ASD-IL2F): Use dual-chamber ionization principal to measure products of combustion and shall, on command from control panel, send data to panel representing analog level of products of combustion.

F.

N/A

G.

N/A

H.

N/A

I.

N/A

J.

N/A

K.

Intelligent Duct Smoke Detector Base (DNR, DNRW): 1.

In-Duct Smoke Detector Housing: Use ASD-PL2F intelligent photoelectric detector, ASD-PL2FR intelligent remote test photoelectric detector or ASD-IL2F intelligent ionization detector, which provides continuous analog monitoring and alarm verification from panel.

2.

When sufficient smoke is sensed, alarm signal is initiated, and appropriate action taken to shut down or change over air handling systems to help prevent rapid distribution of toxic smoke and fire gases throughout areas served by duct system.

3.

Duct Smoke Detectors Mounted Above Ceiling or Otherwise Obstructed from Normal View: Provide with remote alarm indicator.

4.

Each Detector: Install in either supply side or return side duct in accordance with local mechanical code.

E3 Series Fire Alarm System

Page 18 of 26

Section 13850 (28 31 00)

L.

M.

N.

O.

Addressable Dry Contact Monitor Modules (AMM-2F): 1.

Provide to connect 1 supervised IDC zone of conventional alarm initiating devices (any N.O. dry contact device) to 1 of the fire alarm control panel SLCs.

2.

Mount in standard deep electrical box.

3.

IDC Zone: Suitable for Style B operation.

Addressable Dry Contact Monitor Modules (AMM-4F): 1.

Provide to connect 1 supervised IDC zone of conventional alarm initiating devices (any N.O. dry contact device) to 1 of the fire alarm control panel SLCs.

2.

Mount in 4-inch (102-mm) square, 2-1/8-inch (54-mm) deep electrical box.

3.

IDC Zone: Suitable for Style D or Style B operation.

4.

LEDs: Flash under normal conditions, indicating monitor module is operational and in regular communication with control panel.

Addressable Dry Contact Monitor Modules (AMM-2IF): 1.

Provide to connect 2 supervised IDC zones of conventional alarm initiating devices (any N.O. dry contact device) to 1 of the fire alarm control panel SLCs.

2.

Mount in 4-inch (101.6-mm) square, 2-1/8-inch (54-mm) deep electrical box.

3.

IDC Zones: Suitable for Style B operation.

4.

LEDs: Flash under normal conditions, indicating monitor module is operational and in regular communication with control panel.

Addressable Two Input and Two Output Modules (AMM-2RIF): 1.

Provide two isolated sets of Form-C contacts, which operate as a single pole double throw switch. The module shall allow the control panel to switch these contacts on command. The module shall not provide supervision for the notification appliance circuit (NAC). Module shall have both normally open and normally closed connections available for field wiring. Two input modules shall connect two supervised initiating device circuit (IDC) or zone of conventional alarm initiating devices (any normally open dry contact device) to the fire alarm control panel signaling line circuit (SLC) Loop.

2.

Mount in 4-inch (101.6-mm) square, 2-1/8-inch (54-mm) deep electrical box.

3.

IDC Zones: Suitable for Style B operation.

E3 Series Fire Alarm System

Page 19 of 26

Section 13850 (28 31 00)

4.

P.

Q.

R.

S.

LEDs: Four LEDs that are controlled by the panel to indicate status of each input and output. Coded signals, transmitted from the panel, can cause the LED to blink, latch on, or latch off. Flash under normal conditions, indicating monitor module is operational and in regular communication with control panel.

Addressable Dry Contact Monitor Modules (MMI-10F): 1.

Provide to connect 10 supervised Style B IDC zones or 5 supervised Style D IDC zones of conventional alarm initiating devices (any N.O. dry contact device) to 1 of the fire alarm control panel SLCs.

2.

Mount in factory-supplied MBB-2 or MBB-6 enclosure.

3.

LEDs: Flash under normal conditions, indicating monitor module is operational and in regular communication with control panel.

Addressable 2-Wire Detector Monitor Modules (AMM-4SF): 1.

Provided to connect 1 supervised IDC zone of conventional 2-wire smoke detectors or alarm initiating devices (any N.O. dry contact device).

2.

Mount in 4-inch (101.6-mm) square, 2-1/8-inch (54-mm) deep electrical box or to optional surface-mounted back box.

3.

IDC Zone: Wired for Class A or B (Style D or Style B) operation.

4.

LEDs: Flash under normal conditions, indicating monitor module is operational and in regular communication with control panel.

2-Wire Detector Monitor Modules (MMI-6SF): 1.

Provided to connect 6 supervised Class B IDC zones of conventional 2-wire smoke detectors or alarm initiating devices (any N.O. dry contact device).

2.

Mount in factory-supplied MBB-2 or MBB-6 enclosure.

3.

LEDs: Flash under normal conditions, indicating monitor module is operational and in regular communication with control panel.

Addressable Control Modules (AOM-2SF): 1.

Provide to supervise and control operation of 1 conventional NAC of compatible, 24-VDC powered, polarized audio/visual notification appliances or UL-listed polarized relays for fan shutdown and other auxiliary control functions.

2.

Mount in standard 4-inch (101.6-mm) square, 2-1/8-inch (54-mm) deep electrical box or to surface-mounted back box.

E3 Series Fire Alarm System

Page 20 of 26

Section 13850 (28 31 00)

T.

3.

Control Module NAC: Wire for Style Z or Style Y (Class A/B) with up to 1 amp of inductive signal or 2 amps of resistive signal operation. Relay coil shall be magnetically latched to reduce wiring connection requirements and to ensure 100 percent of all auxiliary relay or NACs shall be energized at same time on same pair of wires.

4.

Audio/Visual Power: Provide by separate supervised power circuit from main fire alarm control panel or from supervised, UL-listed remote power supply.

Addressable Control Modules (MMO-6SF): 1.

Provide to supervise and control operation of 1 conventional NAC of compatible, 24-VDC powered, polarized audio/visual notification appliances or UL-listed polarized relays for fan shutdown and other auxiliary control functions.

2.

Mount in factory-supplied MBB-2 or MBB-6 enclosure.

3.

LEDs: Flash under normal conditions, indicating monitor module is operational and in regular communication with control panel.

4.

Control module NAC: Wire for Style Z or Style Y (Class A/B) with up to 1 amp of inductive signal or 2 amps of resistive signal operation. Relay coil shall be magnetically latched to reduce wiring connection requirements and to ensure 100 percent of all auxiliary relay or NACs shall be energized at same time on same pair of wires. Audio/Visual Power: Provide by separate supervised power circuit from main fire alarm control panel or from supervised, UL-listed remote power supply.

5. U.

Addressable Relay Modules (AOM-2RF): 1.

Provide two isolated sets of Form-C contacts, which operate as a double pole double throw switch. The module shall allow the control panel to switch these contacts on command. The module shall not provide supervision for the notification appliance circuit (NAC). Module shall have both normally open and normally closed connections available for field wiring.

2.

Available for HVAC control and other building functions. Relay shall have 2 Form C sets of contacts that operate in tandem and are rated for a minimum of 2.0 amps resistive or 1.0 amps inductive. Relay coil shall be magnetically latched to reduce wiring connection requirements and to ensure 100 percent of all auxiliary relay or NACs shall be energized at same time on same pair of wires.

3.

Mount in standard 4-inch (101.6-mm) square, 2-1/8-inch (54-mm) deep electrical box or to surface-mounted back box.

4.

LEDs: Flash under normal conditions, indicating monitor module is operational and in regular communication with control panel.

E3 Series Fire Alarm System

Page 21 of 26

Section 13850 (28 31 00)

V.

W.

Addressable Relay Modules (MMO-6RF): 1.

Provide six isolated sets of Form-C contacts, which operate as a double-pole double-throw switch. The module shall allow the control panel to switch these contacts on command. The module shall not provide supervision for the notification appliance circuit (NAC). Module shall have both normally open and normally closed connections available for field wiring.

2.

Available for HVAC control and other building functions. Relay shall be Form C and rated for a minimum of 2.0 amps resistive or 1.0 amps inductive. Relay coil shall be magnetically latched to reduce wiring connection requirements and to ensure 100 percent of all auxiliary relay or NACs shall be energized at same time on same pair of wires.

3.

Mount in factory-supplied MBB-2 or MBB-6 enclosure.

4.

LEDs: Flash under normal conditions, indicating monitor module is operational and in regular communication with control panel.

Isolator Modules (M500X): 1.

2.

X.

Provide to automatically isolate wire-to-wire short circuits on SLC Class A or Class B branch. Isolator module shall limit number of modules or detectors that may be rendered inoperative by short-circuit fault on SLC loop segment or branch. At least 1 isolator module shall be provided for each floor or protected zone of building. No more than 25 devices shall be connected to 1 isolator module. If wire-to-wire short occurs, isolator module shall automatically open-circuit (disconnect) SLC. When short-circuit condition is corrected, isolator module shall automatically reconnect isolated section.

3.

Does not require address-setting, and its operations shall be totally automatic. Not necessary to replace or reset isolator module after normal operation.

4.

Mount in standard 4-inch (101.6-mm) deep electrical box or in surface-mounted back box.

5.

Single LED: Flash to indicate isolator is operational and illuminate steadily to indicate short-circuit condition has been detected and isolated.

Conventional Heat Detectors: 1.

Combination rate-of-rise and fixed temperature rated at 135 degrees F (57.2 degrees C) for areas where ambient temperatures does not exceed 100 degrees F (37.7 degrees C), and 200 degrees F (93.3 degrees C) for areas where temperature does not exceed 150 degrees F (65.5 degrees C).

2.

Low profile, ceiling-mount type with positive indication of activation.

3.

Rate-of-Rise Element: Air chamber, flexible metal diaphragm, and factory-calibrated, moistureproof, trouble-free vent, and operate when rate of temperature rise exceeds 15 degrees F (9.4 degrees C) per minute.

E3 Series Fire Alarm System

Page 22 of 26

Section 13850 (28 31 00)

Y.

Z.

4.

Fixed-Temperature Element: Fusible-alloy retainer and actuator shaft.

5.

Smooth Ceiling Rating: 2,500 square feet (762 m2).

Conventional Photoelectric Area Smoke Detectors: 1.

24-VDC, 2-wire, ceiling-mounted, light-scattering type using LEDs light source.

2.

Each Detector: Remote LEDs output and built-in test switch.

3.

Provide on twist-lock base.

4.

Perform calibrated sensitivity and performance test on detector without need for generation of smoke. Test method shall test all detector circuits.

5.

Visual Indication of Alarm: Provide by dual-latching LEDs on detector, seen from ground level over 360 degrees. LEDs shall flash every 10 seconds, indicating power is applied to detector.

6.

Detector shall not go into alarm or trouble when exposed to air velocities of up to 3,000 feet (914.4 m) per minute.

7.

Detector Screen and Cover Assembly: Easily removable for field cleaning of detector chamber.

8.

Field-Wire Connections: Made to base through use of clamping plate and screw.

Conventional Ionization-Type Smoke Detectors: 1.

2-wire, 24-VDC type using dual uni-polar chamber.

2.

Each Detector: Remote LEDs output and built-in test switch.

3.

Provide on twist-lock base.

4.

Perform calibration sensitivity and performance test on detector without need for generation of smoke.

5.

Visual Indication of Alarm: Provide by dual-latching LEDs over 360 degrees, on detector, seen from ground level. LEDs shall flash every 10 seconds, indicating power is applied to detector.

6.

Detector shall not alarm or trouble when exposed to air velocities of up to 1,200 feet (365.76 m) per minute.

7.

Detector Screen and Cover Assembly: Easily removable for field cleaning of detector chamber.

8.

Field-Wire Connections: Made to base through use of clamping plate and screw.

E3 Series Fire Alarm System

Page 23 of 26

Section 13850 (28 31 00)

AA.

Addressable Projected Beam Detectors (ABD-2F, ABD-RT2F): 1.

Single-ended, reflective design.

2.

Six user-selectable sensitivity levels.

3.

Operates in range from 16 feet to 328 feet.

4.

Temperature Range of Device: Minus 22 degrees F to 131 degrees F.

5.

Beam Detector: Automatic gain control to compensate for gradual signal deterioration from dirt accumulation on lenses.

6.

UL Listed.

7.

Ability to be tested using calibrated test filters or magnet-activated remote test station.

8.

Entire Installed Assembly: Tamper proof and arranged to cause switch operation if housing cover is removed or if unit is removed from mounting.

9.

Valve supervisory switches shall be provided and connected under this section and installed by mechanical contractor.

E3 Series Fire Alarm System

Page 24 of 26

Section 13850 (28 31 00)

PART 3 EXECUTION 3.1 A.

3.2

EXAMINATION Examine areas and surfaces to receive fire alarm system. 1.

Notify Project Engineer of conditions that would adversely affect installation or subsequent use.

2.

Do not begin installation until unacceptable conditions are corrected.

INSTALLATION

A.

Install fire alarm system in accordance with NFPA 72, NFPA 70, state and local codes, manufacturer’s instructions.

B.

Conceal conduit, junction boxes, and conduit supports and hangers in finished areas. Conceal or expose conduit, junction boxes, and conduit supports and hangers in unfinished areas.

C.

Do not install smoke detectors before system programming and test period. If construction is ongoing during this period, take measures to protect smoke detectors from contamination and physical damage.

D.

Flush-mount fire detection and alarm system devices, control panels, and remote annunciators in finished areas. Flush-mount or surface-mount fire detection and alarm system devices, control panels, and remote annunciators in unfinished areas.

E.

Ensure manual stations are suitable for surface mounting or semi-flush mounting as indicated on the Drawings. Install not less than 42 inches, nor more than 48 inches, above finished floor measured to operating handle.

3.3

FIELD QUALITY CONTROL

A.

Manufacturer’s Field Services: Provide service of competent, factory-trained technician authorized by manufacturer to technically supervise and participate during pre-testing and acceptance testing of system.

B.

Testing: 1.

Conduct complete visual inspection of control panel connections and test wiring for short circuits, ground faults, continuity, and insulation before energizing cables and wires.

2.

Close each sprinkler system control valve and verify proper supervisory alarm at INCC Command Center.

3.

Verify activation of flow switches.

4.

Open initiating device circuits and verify that trouble signal actuates.

5.

Open signaling line circuits and verify that trouble signal actuates.

E3 Series Fire Alarm System

Page 25 of 26

Section 13850 (28 31 00)

C.

3.4

6.

Open and short notification appliance circuits and verify that trouble signal actuates.

7.

Ground initiating device circuits and verify response of trouble signals.

8.

Ground signaling line circuits and verify response of trouble signals.

9.

Ground notification appliance circuits and verify response of trouble signals.

10.

Check alert tone and prerecorded voice message to alarm notification devices.

11.

Check installation, supervision, and operation of intelligent smoke detectors.

12.

Introduce on system each of the alarm conditions that system is required to detect. Verify proper receipt and proper processing of signal at INCC Command Center and correct activation of control points.

13.

Consult manufacturer’s manual to determine proper testing procedures when system is equipped with optional features. This is intended to address such items as verifying controls performed by individually addressed or grouped devices, sensitivity monitoring, verification functionality, and similar.

Acceptance Testing: 1.

Before installation shall be considered completed and acceptable by AHJ, a complete test using as a minimum, the following scenarios shall be performed and witnessed by representative approved by Engineer. Monitoring company and/or fire department shall be notified before final test in accordance with local requirements.

2.

Contractor’s job foreman, in presence of representative of manufacturer, representative of Owner, and fire department shall operate every installed device to verify proper operation and correct annunciation at control panel.

DEMONSTRATION

A.

Provide instruction as required for operating fire alarm system to owner and owner representatives.

B.

Provide hands-on demonstrations of operation of fire alarm system components and functions . to owner and owner representatives. END OF SECTION

E3 Series Fire Alarm System

Page 26 of 26

City of Bristol, Connecticut Bristol Board of Education Project 2C15-057 Attachment 01 Fire Alarm System Device Counts (1 page)

South Side School

Location

AAA

Monitoring entity

FCI 7200 w/voice

Control unit

Style 4

Circuit Style

2 loops

Number of circuits

21

0

51

12

Page 1 of 1

23

manual Ion Photo Duct Heat alarm boxes detectors detectors detectors detectors

Water flow switches

City of Bristol, Connecticut

Supervisory switches

Other

21 Class B

Horns

42 Class B

Strobes

Speakers

Horns and lights

2

4

Signaling appliance line circuits circuits

2C15-057 Attachment 01 dated Dec 29, 2014

City of Bristol, Connecticut Bristol Board of Education Project 2C15-057 Attachment 02 Existing Conditions Photographs (5 pages)

City of Bristol, Connecticut Bristol Board of Education Project 2C15-057 Attachment 03 As Built Plans (3 pages)