49
Fire Alarm System Panel Replacement RFP The Term “Offer” Means Your “Bid” or “Proposal” or “Quotation” The Term “Offeror” Means “Vendor” or “Contractor” or “Bidder” or “Consultant” SUBMIT OFFER BY (Opening Date/Time): November 22, 2016 – no later than 2:00 p.m. NUMBER OF COPIES TO BE SUBMITTED: one (1) original, five (5) copies, and one (1) digital copy Offer must be submitted in a sealed package. Solicitation number and opening date must appear on package exterior. SUBMIT YOUR OFFER TO THE FOLLOWING ADDRESS: MAILING ADDRESS Rock Hill Schools 660 N. Anderson Road Rock Hill, SC 29730 See “Submitting Your Offeror” provision CONFERENCE TYPE: Pre-proposal Conference DATE & TIME: November 15, 2016 and 10:00am LOCATION: Facilities Training Room 2171 West Main Street Rock Hill, SC 29732 AMENDMENTS Any amendments will be posted at the following web address: http://www.rock-hill.k12.sc.us You must submit a signed copy of this form with your offer. By submitting a bid or proposal, you agree to be bound by the terms of the solicitation. You agree to hold your offer open for a minimum of one hundred twenty (120) calendar days after the opening date. NAME OF OFFEROR (Full legal name of business submitting the offer) OFFEROR'S TYPE OF ENTITY: (Check one) □ Sole Proprietorship □ Partnership □ Corporate entity (not tax-exempt) □ Tax exempt corporate entity □ Government entity (federal, state, or local) □ Other _________________________ (See “Signing your Offer” provision) AUTHORIZED SIGNATURE (Person signing must be authorized to submit binding offer to enter contract on behalf of Offeror named above.) TITLE (Business title of person signing above) PRINTED NAME(Printed name of person signing above) DATE SIGNED Instructions regarding Offeror's name: Any award issued will be issued to, and the contract will be formed with, the entity identified as the offeror above. An offer may be submitted by only one legal entity. The entity named as the offeror must be a single and distinct legal entity. Do not use the name of a branch office or a division of a larger entity if the branch or division is not a separate legal entity, i.e., a separate corporation, partnership, sole proprietorship, etc. STATE OF INCORPORATION (If offeror is a corporation, identify the State of Incorporation.) TAXPAYER IDENTIFICATION NO. (See “Taxpayer Identification Number” provision) COVER PAGE RHSD (March. 2008) Rock Hill Schools Request for Proposals Solicitation Number Date Issued Procurement Director Phone E-Mail Address 16-1716 October 28, 2016 Nicole Hatch, CPPO 803-981-1154 [email protected]

Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

  • Upload
    others

  • View
    4

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

Fire Alarm System Panel Replacement RFP

The Term “Offer” Means Your “Bid” or “Proposal” or “Quotation”

The Term “Offeror” Means “Vendor” or “Contractor” or “Bidder” or “Consultant”

SUBMIT OFFER BY (Opening Date/Time): November 22, 2016 – no later than 2:00 p.m.

NUMBER OF COPIES TO BE SUBMITTED: one (1) original, five (5) copies, and one (1) digital copy Offer must be submitted in a sealed package. Solicitation number and opening date must appear on package exterior.

SUBMIT YOUR OFFER TO THE FOLLOWING ADDRESS:

MAILING ADDRESS

Rock Hill Schools 660 N. Anderson Road

Rock Hill, SC 29730 See “Submitting Your Offeror” provision

CONFERENCE TYPE: Pre-proposal Conference DATE & TIME: November 15, 2016 and 10:00am

LOCATION: Facilities Training Room 2171 West Main Street Rock Hill, SC 29732

AMENDMENTS Any amendments will be posted at the following web address: http://www.rock-hill.k12.sc.us

You must submit a signed copy of this form with your offer. By submitting a bid or proposal, you agree to be bound by the terms of the solicitation. You agree to hold your offer open for a minimum of one hundred twenty (120) calendar days after the opening date. NAME OF OFFEROR (Full legal name of business submitting the offer)

OFFEROR'S TYPE OF ENTITY: (Check one)

□ Sole Proprietorship □ Partnership □ Corporate entity (not tax-exempt) □ Tax exempt corporate entity □ Government entity (federal, state, or local) □ Other _________________________ (See “Signing your Offer” provision)

AUTHORIZED SIGNATURE (Person signing must be authorized to submit binding offer to enter contract on behalf of Offeror named above.)

TITLE (Business title of person signing above)

PRINTED NAME(Printed name of person signing above)

DATE SIGNED

Instructions regarding Offeror's name: Any award issued will be issued to, and the contract will be formed with, the entity identified as the offeror above. An offer may be submitted by only one legal entity. The entity named as the offeror must be a single and distinct legal entity. Do not use the name of a branch office or a division of a larger entity if the branch or division is not a separate legal entity, i.e., a separate corporation, partnership, sole proprietorship, etc. STATE OF INCORPORATION (If offeror is a corporation, identify the State of Incorporation.)

TAXPAYER IDENTIFICATION NO. (See “Taxpayer Identification Number” provision)

COVER PAGE RHSD (March. 2008)

Rock Hill Schools

Request for Proposals

Solicitation Number Date Issued

Procurement Director

Phone E-Mail Address

16-1716 October 28, 2016

Nicole Hatch, CPPO 803-981-1154

[email protected]

Page 2: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

PAGE TWO

(Return Page Two with Your Offer)

HOME OFFICE ADDRESS (Address for offeror's home office / principal place of business)

NOTICE ADDRESS (Address to which all procurement and contract related notices should be sent.) (See "Notice" clause) Area Code

Number Extension

Facsimile

E-mail Address

PAYMENT ADDRESS (Address to which payments will be sent.) (See "Payment" clause)

ORDER ADDRESS (Address to which purchase orders will be sent) (See "Purchase Orders” and "Contract Documents" clauses)

□ Payment Address same as Home Office Address □ Payment Address same as Notice Address (check only one)

□ Order Address same as Home Office Address □ Order Address same as Notice Address (check only one)

ACKNOWLEDGMENT OF AMENDMENTS Offerors acknowledges receipt of amendments by indicating amendment number and its date of issue. Amendment No. Amendment

Issue Date Amendment No. Amendment

Issue Date Amendment No. Amendment

Issue Date Amendment No. Amendment

Issue Date

Minority Participation: Are you a SC Certified Minority Vendor - Yes □ No □ If yes, SC Certification # ________________ Are you a Non SC Certified Minority Vendor - Yes □ No □

16-1716 Fire Alarm System Panel Replacement RFP 2

Page 3: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

Table of Contents SECTION A: GENERAL BID INSTRUCTIONS AND CONDITIONS ........................................................ 4 SECTION B: INTRODUCTION AND PURPOSE OF REQUEST FOR PROPOSAL .................................... 12 SECTION C: SCOPE OF SERVICES ................................................................................................ 14 SECTION D: PROPOSAL FORMAT ................................................................................................. 44 SECTION E: EVALUATION CRITERIA ............................................................................................ 46 SECTION F: REFERENCES ............................................................................................................ 48 SECTION G: BID FORM ............................................................................................................... 49

16-1716 Fire Alarm System Panel Replacement RFP 3

Page 4: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

SECTION A: GENERAL BID INSTRUCTIONS AND CONDITIONS 1. INSTRUCTIONS TO BIDDERS:

A. Bids shall be publicly opened at 2:00 PM on the date stated in the RFP. Bid openings shall be conducted in a room designated by the Director of Procurement.

B. Sealed bids shall be enclosed in an envelope, and the “bid name and number” shall be clearly displayed on the lower left-hand corner of the envelope containing the bid. The name and address of the bidder shall also be displayed on the envelope. Bids that are mailed shall be addressed to the Director of Procurement, Rock Hill School District Three, 660 North Anderson Road, Rock Hill, SC 29730. Hand carried bids shall be delivered to the same address. C. Bids shall be submitted NO LATER THAN 2:00 PM in the place and manner as described in paragraph 1B above. Bids received after 2:00 PM shall be late bids. Late bids shall not be considered for award and will be returned to the vendor unopened, unless the delay was caused by improper handling by District employees. D. The District shall not accept responsibility for unidentified bids. E. In the event that a bid is unintentionally opened prior to the official time set for a bid opening, the employee opening such bid shall immediately sign the envelope and deliver it to the Director of Procurement. F. All prices shall be entered in ink or typewritten and shall remain firm for not less than 120 days from the bid date. Mistakes may be crossed out, corrections may be inserted adjacent, and shall be initialed in ink by the person signing the bid. G. The District shall not accept oral or FAX bids.

2. TAXES: South Carolina Sales Tax shall be shown as a separate entry on the bid total, if

applicable.

3. AMBIGUOUS BIDS: Bids, which are uncertain as to terms, delivery, quantity, or compliance to requirements/specifications, may be rejected or otherwise disregarded.

4. BIDDERS QUALIFICATIONS: Bids shall be considered only from bidders who are regularly

established in the business called for, and who in the judgment of the District, are financially responsible and able to show evidence of their reliability, ability (to render prompt and satisfactory service in the volume required by this solicitation), experience, equipment, facilities, and personnel directly employed or supervised.

5. ACKNOWLEDGEMENT OF AMENDMENTS:

A. Bidders shall acknowledge receipt of all amendments either by signing and returning one copy of the amendment or by acknowledging the change on the bid form.

B. It is the bidder’s responsibility to determine whether they have received any or all amendments.

16-1716 Fire Alarm System Panel Replacement RFP 4

Page 5: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

6. AFFIRMATIVE ACTION: The successful bidder shall take affirmative action in complying with

all Federal, State, and local requirements concerning fair treatment of all employees/applicants, without regard or discrimination by reasons of race, color, sex, religion, national origin, and physical handicap.

7. COMMUNICATION WITH PROSPECTIVE BIDDERS:

A. All communication concerning this RFP must be in writing to the Procurement Department. Email is the preferred method of communication.

B. Oral explanation or instructions provided prior to the award of a contract shall not be binding.

C. From the issue date of this Proposal until the completion of the selection process and the award notification is announced, vendors are not allowed to communicate with District employees and/or contracted agents related to this RFP for any reason except as authorized by the Procurement Department. Violation of this provision may result in rejection of the vendor’s response.

D. It is the vendor’s responsibility to check the District’s website procurement page for any addenda, responses to vendor questions, or other communications, which may be necessary during the solicitation process.

8. WITHDRAWAL OF BIDS: Any bidder may withdraw his bid prior to the closing time scheduled

for the receipt of bids. All requests to withdraw bids must be submitted in writing and must document the fact that the acceptance of the bid will cause the bidder substantial loss.

9. STATEMENT OF COMPLIANCE AND ASSURANCE:

A. Bidders, to be eligible for consideration, shall be required to certify in writing that the firm or agency represented complies with all applicable Federal and State laws and regulations.

B. Statement of Assurances and Compliance is provided to vendors in Section G.

10. ASSIGNMENT: No contract may be assigned, sublet, or transferred without the written

consent of the Director of Procurement.

11. SUBMISSION OF DATA: Each bidder, upon request, shall submit evidence of liability insurance, Workmen’s Compensation, and any other data released to this solicitation, to satisfy the requirements of the solicitation and the execution of a contract.

12. FAILURE TO SUBMIT A BID: Vendors not responding with a bid should not return this

solicitation. Instead, they should advise the District by letter or postcard whether they want to receive future consideration for similar requirements. Any vendor failing to respond to three consecutive bids for the same items may be removed from the applicable bid lists.

13. ACCIDENTS: The vendor shall hold the District harmless from any and all damages and

claims that may arise by reasons of any negligence on the part of the vendor, his agents, or

16-1716 Fire Alarm System Panel Replacement RFP 5

Page 6: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

employees in the performance of this contract; and, in case of any action brought against the District or any of its agents or employees, the vendor shall assume full responsibility for their defense. Upon his failure to do so on the proper notice, the District reserves the right to defend such motion and charge all costs to the vendor. The vendor shall take all precautions necessary to protect the public against injury.

14. BIDDER’S RESPONSIBILITY: Each bidder shall fully acquaint himself with the scope of

work required for the execution of the work specified by this bid. It is expected that this will sometimes require on-site observations. The failure of a bidder to acquaint himself with existing conditions shall in no way relieve the bidder of any obligations with respect to this bid or any resulting contract.

15. TERMINATION: Subject to the provisions below, this contract may be terminated by the

Director of Procurement, provided a thirty- (30) day advance written notice is given to the contractor.

Termination for convenience. In the event this contract is terminated or canceled upon request and for the convenience of the District, the District shall negotiate reasonable termination costs, if applicable.

Termination for Cause. Termination by the District for cause, default or negligence on the part of the contractor shall be excluded from the foregoing provision. Termination cost, if any, shall not apply. The thirty- (30) day advance notice requirement is waived and the default provisions of this bid shall apply

16. EXAMINATION OF RECORDS:

A. The Superintendent of Rock Hill School District Three, or his duly authorized representative(s), shall, until three (3) years after final payment under this contract, have access to and the right to examine any of the contractor’s directly pertinent books, documents, papers or other records involving transactions related to this contract.

B. The contractor agrees to include in first-tier subcontracts, under this contract, a clause to the

effect that the Superintendent of Rock Hill School District Three, or his duly authorized representative(s) shall, until three (3) years after final payment under the subcontract, have access to and the right to examine any of the subcontractor’s directly pertinent books, documents, papers, or other records involving transactions related to the subcontract.

17. COMPETITION: There are no federal or state laws that prohibit bidders from submitting a

bid lower than a price or bid given the United States Government. Bidders may bid lower than the US Government contract price without any liability, because the District is exempt from the provisions of the Robinson-Patman Act and other related laws.

18. SOUTH CAROLINA LAW CLAUSE: Upon award of a contract under this solicitation, the

person, partnership, association, or corporation to whom the award is made must comply with the laws of South Carolina, which requires such person or entity to be authorized/licensed to do business in this state. Notwithstanding the fact that applicable statutes may exempt or exclude the successful bidder from requirements that it be authorized/licensed to do business in this state. By submission of this signed bid, the bidder agrees to subject itself to the jurisdiction and process of the courts of the State of South Carolina, as to all matters and disputes arising or to arise

16-1716 Fire Alarm System Panel Replacement RFP 6

Page 7: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

under the contract and the performance thereof, including any questions as to the liability of taxes, licenses or fees levied by the state.

19. RIGHT TO PROTEST: Any actual or prospective bidder who is aggrieved in connection with the

solicitation or award may submit a protest to the Director of Procurement. The protest shall be submitted in writing within fifteen (15) days of the date of issuance of the Invitation for Bids or Request for Proposals, date of issuance of an amendment, or date of notification of an award is posted.

20. PROPRIETARY INFORMATION: Contractors shall visibly mark as “CONFIDENTIAL” each part of their Proposal which they consider proprietary information. Price may not be considered confidential proprietary information.

21. AWARDING POLICY: The District reserves the right to select and award on an individual item

basis, lot (group) basis or an “all or none” basis, whichever the District determines to be most advantageous. Therefore, individual prices per item must be indicated on the Proposal form. Contractors are encouraged to offer discounts for consideration of consolidated award. Furthermore, the District, in determining the lowest responsible Contractor on each of the items shall consider, in addition to the Proposal price, conformity to specifications, delivery, the District’s opinion relative to the quality of materials/services being offered, training, suitability and adaptability of the services required by this solicitation. The District reserves the right to reject or accept any or all proposals and to waive any informalities and/or irregularities thereof.

In the event that identical proposals are received on like items, the Director of Procurement shall

award proposals in accordance with the District’s Procurement Code.

22. STATEMENT OF COMPLIANCE AND ASSURANCES: By submitting a Proposal and signing the Proposal schedule, vendors are providing written assurance of non-collusion and understanding and acceptance of all general and special conditions stated in this contract. In addition, this signature certifies that the firm or agency represented in the Proposal submitted complies with all applicable federal and state laws and regulations.

23. MATERIALS REQUIRED: Materials required must be in conformity with the specifications and

shall be subject to inspection and approval after delivery, and shall comply in quality and type of material and method of manufacture with all applicable local or state laws pertaining thereto. The right is reserved to reject and return at the risk and expense of the vendor such portions of any shipment that may be defective or fail to comply with specifications and without validating the remainder of the order.

24. SAMPLES: Contractors may be requested to submit samples of all manufactured articles

required. Samples submitted by the successful Vendors shall remain in custody of the School District until all units purchased under the various contracts have been delivered and accepted. The District reserves the right to disassemble any unit and subject each unit to any test necessary to determine its strength of character without being responsible for damage to the unit caused thereby. When cuts, drawings, samples, catalog references of detailed descriptions are required to support quotations or items included in the Proposal, it is to be understood that whatever is submitted with the Proposal in compliance with that requirement, will represent what the Vendor

16-1716 Fire Alarm System Panel Replacement RFP 7

Page 8: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

actually is offering and not the specifications. Requested samples must be provided at the vendor’s expense.

25. “OR APPROVED EQUAL” CLAUSES: Certain processes, types of equipment or kinds of

materials are described in the specifications and on the drawings by means of trade names and catalog numbers. In each instance where this occurs, it is understood and inferred that such description is followed by the words “or approved equal”. Such method of description is intended merely as a means of establishing a standard of comparison. However, the District reserves the right to select the items which, in the judgment of the District, are best suited to the needs of the District, based on price, quality, service, availability and other relative factors. Vendors must indicate brand name, model, model number, size, type, weight, color, etc. of the item Proposal if not exactly the same as the item specified. Vendor’s stock number or catalog number is not sufficient to meet this requirement. If any Vendor desires to furnish an item different from what is specifically mentioned in the specifications, he/she shall submit with his Proposal the information, data, pictures, cuts, designs, etc., of the material he/she plans to furnish so as to enable the District to compare the material specified; and, such material will be given due consideration. The District reserves the right to insist upon and receive the items as specified, if submitted items do not meet the District’s standards for acceptance.

26. PATENTS: The vendor shall hold the District, its officers, agents, and employees harmless from

liability of any nature or kind whatsoever, on account of use by the publisher or author, manufacturer or agent, of any copyrighted or non-copyrighted composition, secret process, article or appliance furnished or used under this Proposal.

27. INSTALLATION: Where equipment is called for to be installed under this Proposal, it shall be

placed, leveled and accurately fastened into place by the vendor. He/she shall be responsible for obtaining dimensions and other such data which may be required to assure exact fit to work under another contract or as intended by the District. The vendor shall be responsible for providing an appropriate amount of lead-in for equipment requiring electrical, water or other basic service. The District will normally be responsible for bringing the appropriate service to the lead-in. The vendor shall completely remove from the premises all packaging, crating, and other litter due to his/her work. He/she shall also be responsible for the cost of repair of any damage to existing work which is caused by him/her during the installation of his/her equipment.

28. GUARANTEE: The vendor shall supply a guarantee for all workmanship for the equipment

he/she is furnishing for a period comparable to the standards in the industry. When defects or faulty materials are discovered during the guarantee period, the vendor shall, immediately, upon notification by the District, process at his/her own expense, to repair or replace the same.

29. SERVICE DATA MANUALS: The Contractor agrees to furnish two (2) copies of a manual,

handbook, or brochure containing operation and maintenance instructions (to include pictures, illustrations, schematics and complete repair/test guides as necessary). Where applicable, it shall include electrical data and connection diagrams for all utilities. The instructions shall also contain a complete list of all replaceable parts showing part numbers, nomenclature and quantity required.

30. PROPER INVOICE: Invoices submitted for payment for goods or services provided under this

contract shall contain, as a minimum, the following information:

16-1716 Fire Alarm System Panel Replacement RFP 8

Page 9: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

• Name of business concern • Contract number or other authorization for delivery of service or property • Complete description • Price and quantity of property or service actually delivered or executed • Shipping and payment terms • Name where applicable • Title, telephone number and complete mailing address of responsible official to whom payment

is to be sent; and other substantiating documentation of information as required by the contract

• All invoices shall be submitted via email to [email protected] with the Company name and purchase order# referenced in the subject line

31. TIME OF COMPLETION: Date of delivery shall be a consideration factor in the awarding

process. The Vendor shall include with his/her Proposal delivery dates for each item as requested, and shall furnish all items in accordance with the Proposal solicitation unless an extension was granted by the District in writing.

32. DEFAULT: In the event the successful contractor defaults on any part or all of his Proposal,

ROCK HILL SCHOOL DISTRICT THREE reserves the right to purchase any or all of the services in default in the open market and charge the defaulting contractor for the difference of the cost. Should such charge be assessed, no subsequent proposals of the defaulting contractor shall be considered unless assessed charge has been satisfied.

33. DRUG-FREE WORKPLACE: This contract is subject to the Drug Free Workplace Act if the

stated or estimated value is Fifty Thousand Dollars or more. The contractor shall comply with all terms and conditions of the Drug Free Workplace Act, S. C. CODE ANN. 44-107-10 et seq. (1976 as amended), if this contract is for a stated or estimated value of Fifty Thousand Dollars or more. By signing this Proposal, you are certifying that you will comply with the Drug Free Workplace Act.

34. POSTING OF AWARD: Notice of Award or Intent to Award will be filed in the Procurement

Department located at 660 N. Anderson Road, Rock Hill, SC, 29730, if the total value of the contract resulting from this solicitation is less than $50,000.00. An “Intent to Award” shall be issued and posted on the District’s procurement website should the total value of any contract resulting from this solicitation is $50,000.00 or greater.

35. NON-APPROPRIATIONS: Any contract entered into by ROCK HILL SCHOOL DISTRICT THREE

resulting from this Request shall be subject to cancellation without damages or further obligation when funds are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal period or appropriated period.

36. SUBMISSION OF DOCUMENTATION: Documentation contained on pages 1 and 2 and Section

“H” must be completed and submitted along with the bid. No award will be made without these sections being executed by the successful low bidder, do not return the entire solicitation.

37. SPECIFICATIONS: Any deviation from the specifications must be clearly pointed out on the bid

or attached as a separate sheet. Otherwise, the bidder will be held responsible for providing materials that are in strict compliance with the specifications. Deviations must be explained in detail. All materials shall be subject to inspection and approval after delivery. The District

16-1716 Fire Alarm System Panel Replacement RFP 9

Page 10: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

reserves the right to reject and return, at the risk and expense of the vendor, any portion of a shipment that is defective or fails to comply with specifications. The rejection of certain items will not invalidate the remaining order.

38. PACKAGING AND DELIVERY: All shipments shall be FOB: to the District location as cited on

the purchase order/contract. The purchase order/contract number shall be clearly stated on the shipping container. The parties agree hereto that delivery by the contractor to the common carrier does not constitute delivery to the District. Any claims for loss or damage shall be between the contractor and the carriers.

39. UNIT PRICES: A unit price will take precedence over an extended price. When discrepancies

exist between a unit price and an extended price, the unit price shall govern and be presumed to be the correct price.

40. ITEM SUBSTITUTION: No item substitutions will be allowed on purchase orders, awarded as a

result of this solicitation, without the written permission of the Director of Procurement.

41. IRAN DIVESTMENT ACT: (a) The Iran Divestment Act List is a list published by the Board pursuant to Section 11-57-310 that identifies persons engaged in investment activities in Iran. Currently the list is available at the following URL: http://procurement.sc.gov/PS/PS-iran-divestment.phtm (.) Section 11-57310 requires the government to provide a person ninety days written notice before he is included on the list. The following representation, which is required by Section 11-57-330A is a material inducement for the District to award a contract to you. (b) By signing your offer, you certify that, as of the date you sign, you are not on the then current version of the Iran Divestment Act List. (c) You must notify the Procurement Officer immediately if, at any time before posting of a final statement of award, you are added to the Iran Divestment Act List.

42. SUSPENSION AND DEBARMENT: By submitting a proposal (IFB/RFQ), the applicant certifies,

to the best of its knowledge and belief that the applicant and/or any of its principals, sub grantees, or subcontractors are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any state or federal agency; have not, within a three-year period preceding this application, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) contract or subcontract; violation of federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification, or destruction of records, making false statements, tax evasion, or receiving stolen property; and are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated above. Applicant has not, within a three –year period preceding this application, had one or more contracts terminated for default by any public (federal, state, or local) entity.

43. INDEMNITY: Contractor agrees to protect, defend, indemnify and hold Rock Hill Schools District

Three, its officers, employees and agents free and harmless from and against any and all losses, penalties, damages, settlements, costs, charges, professional fees or other expenses or liabilities of every kind and character arising out of or relating to any and all claims, liens, demands, obligations, actions, proceedings, or causes of action of every kind in connection with or arising

16-1716 Fire Alarm System Panel Replacement RFP 10

Page 11: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

out of this agreement and/or the performance hereof that are due, in whole or in part, to the negligence of the Contractor, its officers, employees, subcontractors or agents. Contractor further agrees to investigate, handle, respond to, provide defense for, and defend the same at its sole expense and agrees to bear all other costs and expenses related thereto.

44. INSURANCE REQUIREMENTS: Contractor shall maintain, throughout the performance of its

obligations under this contract, a policy or policies of Worker’s Compensation insurance with such limits as may be required by law, and a policy or policies of general liability insurance insuring against liability for injury to, and death of, persons and damage to, and destruction of, property arising out of or based upon any act or omission of the contractor or any of its subcontractors or their respective officers, directors, employees or agents. Such general liability insurance shall have limits sufficient to cover any loss or potential loss resulting from this contract.

The successful contractor shall provide a certificate of insurance within ten (10) days after

notification of award of the proposal. The insurance required shall be written for not less than totals listed below:

A. WORKERS’ COMPENSATION

Statutory limits covering all employees, including Employer’s Liability with limits of:

$500,000 Each Accident $500,000 Disease - Each Employee $500,000 Disease - Policy Limit

B. COMMERCIAL GENERAL LIABILITY

Covering all operations involved in this Agreement.

$2,000,000 General Aggregate $2,000,000 Products/Completed Operations Aggregate $1,000,000 Each Occurrence $ 5,000 Medical Payments

C. COMMERCIAL AUTOMOBILE LIABILITY

$1,000,000 Combined Single Limit - Any Auto

16-1716 Fire Alarm System Panel Replacement RFP 11

Page 12: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

SECTION B: INTRODUCTION AND PURPOSE OF REQUEST FOR PROPOSAL 1. INTRODUCTION

Rock Hill School District Three has approximately 17,800 students. It is the largest of four school districts in York County; 11th largest in South Carolina. Additional information about the District is available at www.rock-hill.k12.sc.us.

2. PURPOSE

Rock Hill School District (“RHSD”), located in the State of South Carolina, is now accepting Proposals for fire alarm system panel replacement at Rock Hill High School buildings A, B, D, E and Rock Hill District Stadium South. In addition to the two projects listed RHSD would like to contract will a vendor for any future new or replacement Fire Alarm System Panel. Additionally, this contractor would be contracted for all repairs to all Fire Alarm and Fire Sprinkler Systems. The requirements for submitting a Proposal are stated below in the Request for Proposal (the “RFP”). Please review them carefully. This RFP and its attachments must be read carefully and the instructions and requirements hereof taken into account by Proposers in preparing and submitting their proposals. Proposals must be submitted pursuant to all of the instructions and requirements of this RFP. The RHSD representative will conduct a pre-proposal conference at the Rock Hill High School on November 3, 2016 at 10:00 a.m. EST. RHSD will make available at this conference a detailed inspection of the fire systems. Proposers may be invited to make presentation of their proposals and to be interviewed by an Evaluation Committee appointed by RHSD regarding their experience, qualifications and the details and substance of their proposal. If a Proposer declines an invitation to appear for an interview, its proposal will not be given further consideration.

3. ADDITIONAL TERMS AND CONDITIONS RHSD assumes no responsibility for conclusions or interpretations derived from the information presented in this RFP, or otherwise distributed or made available during this selection process. In addition, RHSD will not be bound by or be responsible for any explanation, interpretation or conclusions of this RFP or any documents provided by RHSD other than those provided by RHSD through the issuance of addenda. In no event may a Proposer rely on any oral statement by RHSD or its agents, advisors or consultants, including the RHSD Representative. Should a Proposer find discrepancies or omissions in this RFP or any other documents provided by RHSD, the Proposer should immediately notify RHSD of such potential discrepancy in writing, and a written addendum may be issued if RHSD determines clarification necessary. Each Proposer requesting an interpretation will be responsible for delivering such requests to the RHSD Representative. A. RHSD reserves the following rights, which may be exercised at RHSD’s sole discretion:

1. To supplement, amend, substitute or otherwise modify this RFP at any time. 2. To cancel this RFP with or without the substitution of another RFP. 3. To take any action affecting this RFP, this RFP process, or the services or facilities subject

to this RFP (collectively, the “Scope of Work”) that would be in the best interests of RHSD. 4. To issue additional requests for information.

16-1716 Fire Alarm System Panel Replacement RFP 12

Page 13: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

5. To require one or more Proposers to supplement, clarify or provide additional information in order for RHSD to evaluate the Proposals submitted.

6. To conduct investigations with respect to the qualifications and experience of each Proposer.

7. To waive any defect or irregularity in any Proposal received. 8. To reject any or all Proposals. 9. To share the Proposals with RHSD employees other than the Evaluation Committee as

deemed necessary. 10. To award all, none, or any part of the Scope of Work that is in the best interest of RHSD. 11. To discuss and negotiate with selected Proposer, any terms and conditions in the Proposals

including but not limited to financial terms. 12. To enter into any agreement deemed by RHSD to be in the best interest of RHSD.

B. RHSD accepts no liability for the costs and expenses incurred by the Proposers in responding

to this RFP, in preparing responses for clarification, in attendance at interviews, participating in contract development sessions, or in meetings and presentations required for the contract approval process. Each Proposer that enters into the selection process shall prepare the required materials and submittals at its own expense and with the express understanding that the Proposer cannot make any claims whatsoever for reimbursement from RHSD for the costs and expenses associated with the procurement process.

C. The following terms are applicable to this RFP and the Proposer’s Proposal. 1. This RFP does not constitute an offer by RHSD. No binding contract, obligation to

negotiate, nor any other obligation shall be created on the part of RHSD unless RHSD and the Proposer execute the Definitive Agreements. No recommendations or conclusions from this RFP process concerning the Proposer shall constitute a right (property or otherwise) under the Constitution of the United States or under the Constitution, case law or statutory law of South Carolina.

2. The Proposer’s participation in this process might result in RHSD selecting the Proposer to engage in further discussions. The commencement of such discussions, however, does not signify a commitment by RHSD to execute the Definitive Agreements or to continue discussions. RHSD can terminate discussions at any time and for any reason.

3. Each Proposer shall make the following representations and warranty in its Proposal Cover Letter, the falsity of which might result in rejection of its Proposal: “The information contained in this Proposal or any part thereof, including its Exhibits, Schedules, and other documents and instruments delivered or to be delivered to RHSD, is true, accurate, and complete. This Proposal includes all information necessary to ensure that the statements therein do not in whole or in part mislead RHSD as to any material facts.”

4. Upon the date of RHSD approval of the Proposer selected by the Evaluation Committee for award hereunder, your Proposal will be considered a public record. After such date, members of the general public who submit public records requests will review the Proposal. In submitting a Proposal, each Proposer agrees that RHSD, upon the Proposal due date, may reveal materials contained in such response to all RHSD staff and RHSD officials involved in the selection process, and to any outside consultant or other third parties who

16-1716 Fire Alarm System Panel Replacement RFP 13

Page 14: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

serve on the Evaluation Committee or who are hired or appointed by RHSD to assist in the evaluation process.

5. The Definitive Agreements awarded as a result of this RFP shall be in full conformance with all statutory requirements of South Carolina and all statutory requirements of the Federal Government, to the extent applicable.

6. By responding to this RFP, the Proposer shall be deemed to have represented and warranted that the Proposal is not made in connection with any competing Proposer submitting a separate response to this RFP, and is in all respects fair and without collusion or fraud.

7. In submitting a response to this RFP, each Proposer certifies that neither it, any of its affiliates or subcontractors, nor any employees of any of the foregoing has bribed, or attempted to bribe, an officer or employee of RHSD in connection with the Proposal.

8. Other than exceptions that are stated in compliance with this Section, each Proposal shall be deemed to agree to comply with all terms, conditions, specifications, and requirements of this RFP including the Definitive Agreements attached to this RFP. An “exception” is defined as the Proposer’s inability or unwillingness to meet a term, condition, specification, or requirement in the manner specified in the RFP including the Definitive Agreements attached to this RFP. All exceptions taken must be identified and explained in writing in your Proposal and must specifically reference the relevant section(s) of this RFP. If the Proposer provides an alternate solution when taking an exception to a requirement, the benefits of this alternative solution and impact, if any, on any part of the remainder of the Proposer’s solution, must be described in detail.

9. Any Proposer believing that there is any ambiguity, inconsistency or error in this RFP shall promptly notify RHSD in writing of such apparent discrepancy. Failure to notify will constitute a waiver of claim for ambiguity, inconsistency or error.

10. Proposers or their authorized representatives are expected to fully inform themselves as to all conditions, requirements and specifications of this RFP before submitting Proposals. Failure to do so will be at the Proposer’s own risk.

SECTION C: SCOPE OF SERVICES

SECTION 13850 (28 31 00) NETWORKED FIRE ALARM & MASS NOTIFICATION SYSTEM

Specifier Notes: This section covers Gamewell-FCI E3 Series Expandable Emergency Evacuation Fire Alarm System. Consult Gamewell-FCI for assistance in editing this section for the specific application.

PART 1 GENERAL 1.1 SECTION INCLUDES A. Expandable emergency evacuation fire alarm system. 1.2 RELATED SECTIONS

16-1716 Fire Alarm System Panel Replacement RFP 14

Page 15: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

Specifier Notes: Edit the following list of related sections as required for the project. List other sections with work directly related to this section.

A. Section 13800 – Building Automation and Control.

B. Section 13900 (21 00 00) – Fire Suppression.

C. Section (27 15 00) – (Communications Horizontal Cabling).

1.3 REFERENCES

Specifier Notes: List standards referenced in this section, complete with designations and titles. This article does not require compliance with standards, but is merely a listing of those used.

A. Electrical Industries Association (EIA):

1. RS-232-D – Interface Between Data Terminal Equipment and Data Circuit-Terminating Equipment Employing Serial Binary Data Interchange

2. RS-485 – standard defining the electrical characteristics of drivers and receivers for use in balanced digital multipoint systems

B. National Fire Protection Association (NFPA):

1. NFPA 12 – Standard on Carbon Dioxide Extinguishing Systems. 2. NFPA 13 – Installation of Sprinkler Systems. 3. NFPA 15 – Standard for Water Spray Fixed Systems for Fire Protection. 4. NFPA 16 – Standard for the Installation of Foam-Water Sprinkler and Foam-Water Spray Systems. 5. NFPA 16A – Standard for the Installation of Closed Head Foam-Water Sprinkler Systems. 6. NFPA 17 – Dry Chemical Extinguishing Systems 7. NFPA 17A – Wet Chemical Extinguishing Systems 8. NFPA 70 – National Electrical Code (NEC). 9. NFPA 72 – National Fire Alarm Code. 10. NFPA 2001 – Clean Agent Extinguishing Systems 11. NFPA 90A – Standard for the Installation of Air Conditioning and Ventilating Systems. 12. NFPA 101 – Life Safety Code. 13. NFPA 750 – Standard on Water Mist Fire Protection Systems. 14. NFPA 5000 – Building Construction and Safety Code.

C. Underwriters Laboratories (UL):

1. UL 268 – Standard for Smoke Detectors for Fire Alarm Signaling Systems. 2. UL 864 – Standard for Control Units and Accessories for Fire Alarm Systems. 3. UL 1971 – Standard for Signaling Devices for the Hearing Impaired.

4. UL 2572 – Standard for Control and Communication Units for Mass Notification Systems. 1.4 SYSTEM DESCRIPTION

A. A new intelligent reporting, Style 7 networked, fully peer-to-peer, microprocessor-controlled fire detection and emergency voice alarm communication system shall be installed in accordance with the specifications and as indicated on the Drawings.

B. Each Signaling Line Circuit (SLC) and Notification Appliance Circuit (NAC): Limited to only 80 percent

of its total capacity during initial installation.

16-1716 Fire Alarm System Panel Replacement RFP 15

Page 16: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

C. Basic Performance: 1. Network Communications Circuit (NetSOLO) Serving Network Nodes: Wired using single twisted

non-shielded 2-conductor cable or connected using approved fiber optic cable between nodes in Class A configuration.

2. Signaling Line Circuits (SLC) Serving Addressable Devices: Wired Class A. 3. Initiation Device Circuits (IDC) Serving Non-addressable Devices Connected to Addressable

Monitor Modules: Wired Class A. 4. Notification Appliance Circuits (NAC) Serving Strobes, Horns and Speakers: Wired Class A. 5. On Class A Configurations: Single ground fault or open circuit on Signaling Line Circuit shall not

cause system malfunction, loss of operating power, or ability to report an alarm. 6. Alarm Signals Arriving at INCC COMMAND CENTER: Not be lost following primary power failure

until alarm signal is processed and recorded. 7. Transponders:

a. Operate in peer-to-peer fashion with other panels and transponders in system. b. Each transponder shall store copy of audio evacuation messages and tones. c. Systems that use centralized message storage and control at main fire alarm control panel

shall not be acceptable. 8. Network Node Communications, Audio Evacuation Channels and Fire Phone Communications:

a. Communicated between panels and transponders on single twisted pair of copper wires or fiber optic cables.

b. To enhance system survivability, ability to operate on loss of INCC Command Center, short or open of entire riser at INCC Command Center shall be demonstrated at time of system acceptance testing.

c. Systems that are not capable of providing true Class A performance for fire fighter’s phone communications shall not be acceptable.

9. Signaling Line Circuits (SLC): a. Reside in remote transponders with associated audio zones. b. SLC modules shall operate in peer-to-peer fashion with all other panels and transponders in

system. c. On loss of INCC Command Center, each transponder shall continue to communicate with

remainder of system, including all SLC functions and audio messages located in all transponders.

d. Systems that provide a “Degraded” mode of operation upon loss of INCC Command Center or short in riser shall not be acceptable.

10. Audio Amplifiers and Tone-Generating Equipment: Electrically supervised for normal and abnormal conditions.

11. Amplifiers: Located in transponder cabinets serving no more that 3 floors per transponder to enhance system survivability, reduce required riser wiring, simplify installation, and reduce power losses in length of speaker circuits.

12. Speaker NAC Circuits: Arranged such that there is a minimum of 1 speaker circuit per fire alarm zone.

13. Notification Appliance Circuits (NAC), Speaker Circuits, and Control Equipment: Arranged such that loss of any 1 speaker circuit will not cause loss of any other speaker circuit in system.

14. Speaker Circuits: a. Electrically supervised for open and short circuit conditions. b. If short circuit exists on speaker circuit, it shall not be possible to activate that circuit. c. Arranged for 25 or 70 VRMS and shall be power limited in accordance with NEC d. 20 percent spare capacity for future expansion or increased power output requirements.

15. Speaker Circuits and Control Equipment: a. Arranged such that loss of any 1 speaker circuit will not cause loss of any other speaker

circuit in system. b. Systems utilizing “bulk” audio configurations shall not be acceptable.

16. 2-Way Telephone Communication Circuits: 16-1716 Fire Alarm System Panel Replacement RFP 16

Page 17: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

a. Shall communicate digitally over the network between transponders. b. Supervised for open and short circuit conditions. c. Short circuit condition on 2-way telephone communications circuit shall result in trouble

condition and not result in call-in condition. 17. Voice Communication:

a. Connect telephone circuits to speaker circuits to allow voice communication over speaker circuit from telephone handset.

b. Capable of remote phone-to-phone conversations and party-line communications as required.

D. Basic System Functional Operation: When fire alarm condition is detected and reported by 1 of the

system alarm initiating devices, the functions shall immediately occur: 1. System Alarm LEDs: Flash. 2. Local Piezo-Electric Signal in Control Panel: Sound at a pulse rate. 3. 80-Character LCD Display: Indicate all information associated with fire alarm condition, including

type of alarm point and its location within protected premises. 4. Historical Log: Record information associated with fire alarm control panel condition, along with

time and date of occurrence. History Log shall have capacity for recording up to 4,100 events. 5. System output programs assigned via control-by-event equations to be activated by particular

point in alarm shall be executed, and the associated system outputs (alarm notification appliances and/or relays) shall be activated.

a. Close Fire Doors b. Shot down air handlers as required by code c. Notify the Central Station or Municipal Tie. 6. Strobes flash synchronized continuously.

7. Audio Portion of System: Sound alert tone followed by pre-recorded message determined by event and this scenario repeating or other message as approved by local authority until system is reset.

E. Fire Alarm System Functionality:

1. Provide complete, electrically supervised distributed, Class A networked analog/addressable fire alarm and control system, with analog initiating devices, integral multiple-channel voice evacuation, and fire fighter’s phone system.

2. Fire Alarm System: a. Consist of multiple-voice channels with no additional hardware required for total of 4

channels. b. Incorporate multiprocessor-based control panels, including model E3 Series modules

includes Intelligent Network INCC Command Center(s) (INCC), Intelligent Loop Interface (ILI-MB-E3 or ILI95-MB-E3), Intelligent Network Transponders (INX), communicating over peer-to-peer token ring network with standard capacity of up to 64 nodes expandable to 122.

3. Each ILI-MB-E3 or ILI95-MB-E3 Node: Incorporate 2 Signaling Line Circuits (SLC), with capacity to support in Velociti ® mode up to 159 analog addressable detectors and 159 addressable modules per ILI-MB-E3 SLC or support in Apollo mode up to 126 detectors and modules per ILI95-MB-E3 SLC.

4. Voice, Data, and Fire Fighter’s Phone Riser: Transmit over single pair of wires or fiber optic cable.

5. Each Intelligent Network Transponder: Capable of providing 16 distributed voice messages, fire fighter phones connections, SLC loop for audio control devices, and integral network interface.

6. Each Network Node: Incorporate Boolean control-by-event programming, including as a minimum AND, OR, NOT, and Timer functions.

7. Control Panels: Capability to accept firmware upgrades via connection with laptop computer, without requirement of replacing microchips.

16-1716 Fire Alarm System Panel Replacement RFP 17

Page 18: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

8. Network: a. Based on peer-to-peer token ring technology operating at 625 K baud, using Class A

configuration. b. Capability of using twisted-pair wiring, pair of fiber optic Multi-mode cable strands up to 200

microns or Single-mode optimized for 9/125 microns, or any combination, to maximize flexibility in system configuration.

9. Each Network Node: a. Capability of being programmed off-line using Windows-based software supplied by fire

alarm system manufacturer. Capability of being downloaded by connecting laptop computer into any other node in system. Systems that require system software to be downloaded to each transponder at each transponder location shall not be acceptable.

b. Capability of being grouped with any number of additional nodes to produce a “Region”, allowing that group of nodes to act as 1, while retaining peer-to-peer functionality. Systems utilizing “Master/Slave” configurations shall not be acceptable.

c. Capability of annunciating all events within its “Region” or annunciating all events from entire network, on front panel LCD or touchscreen display without additional equipment.

10. Each SLC Network Node: Capability of having integral DACT (Digital Alarm Communicator Transmitter) that can report events in either its region, or entire network to single central station monitoring account.

11. Each Control Panel: Capability of storing its entire program, and allow installer to activate only devices that are installed during construction, without further downloading of system.

12. Password Protection: Each system shall be provided with 4 levels of password protection with up to 16 passwords.

13. Have the capacity for multiple pre-recorded messages (at least sixteen (16), but more if required by local AHJ) and address a list of subjects.

• Fire evacuation and relocation • Intruder or hostile person sighted within or around the building grounds • Directions to occupants to take cover within building • Emergency weather conditions appropriate for local area • All Clear

1.5 SUBMITTALS

Specifier Notes: Edit the Submittals article as required for the project.

A. Comply with Section 01330 (01 33 00) – Submittal Procedures.

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

the Drawings.

C. 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. 4. Sequence of Operations: Use matrix or written text format, detailing activation of each type of

device and associated resulting activation of the following: a. Control panel.

16-1716 Fire Alarm System Panel Replacement RFP 18

Page 19: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

b. Annunciator panels. c. Notification appliances. d. Building fire safety functions, including elevator recall, elevator power shutdown, door lock

release, door holder release, HVAC unit shutdown, smoke evacuation system activation, and stair pressurization fan activation.

5. Bill of Material: Indicate for each component of system the following: a. Quantity. b. Model number. c. Description.

6. SLC Circuit Schedule: Detail address and associated description of each addressable device. Clearly provide information that indicates number of both active and spare addresses.

7. 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.

D. Shop Drawings:

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. Floor Plans:

a. Provide separate floor plan for each floor. b. If a floor plan must be split using match lines to fit on the page, provide match lines and

match line references that refer to sheet number that shows area on opposite side of match line.

c. Prepare using AutoCAD. d. Prepare to scale 1/8 inch = 1’-0”, unless otherwise required by the Architect or Engineer. e. Show equipment and device locations. f. Show wiring information in point-to-point format. g. Show conduit routing, if required by the AHJ.

3. 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, if applicable.

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

5. 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. Submit complete project record drawings within 14 calendar days after acceptance test. 2. Project record drawings shall be similar to shop drawings, but revised to reflect changes made

during construction. 16-1716 Fire Alarm System Panel Replacement RFP 19

Page 20: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

G. 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. 1.6 QUALITY ASSURANCE

A. Codes and Standards: 1. NFPA: System shall comply with the following NFPA codes and standards:

Specifier Notes: Edit the following list of NFPA codes and standards as required for the project.

a. NFPA 12. b. NFPA 13. c. NFPA 15. d. NFPA 16. e. NFPA 16A. f. NFPA 17 g. NFPA 17A h. NFPA 70. i. NFPA 72. j. NFPA 2001 k. NFPA 90A. l. NFPA 101. m. NFPA 750. n. NFPA 5000.

2. 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:

1. Provide services of approved Platinum Level 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.

E. Software Modifications: 1. Provide services of Platinum Level 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 on-

site.

16-1716 Fire Alarm System Panel Replacement RFP 20

Page 21: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

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

1.7 DELIVERY, STORAGE, AND HANDLING

A. Delivery: Deliver materials to site in manufacturer’s original, unopened containers and packaging, with labels clearly identifying product name and manufacturer.

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

C. Handling: Protect materials from damage during handling and installation.

1.8 COORDINATION

Specifier Notes: Edit the following sentence as required.

A. Coordinate the Work of this section with the Work of other sections, including sprinkler systems as

specified in Section __________, elevators as specified in Section __________, HVAC systems as specified in Section __________, and security/door locking systems as specified in Section ________ .

1.9 WARRANTY

A. Warranty Period for System Equipment: 1 year from date of final acceptance. PART 2 PRODUCTS 2.1 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. References to manufacturer's model numbers and other information is intended to establish minimum

standards of performance, function, and quality. Equivalent equipment from Gamewell may be substituted for the specified equipment, as long as minimum standards are met. No other manufacturers, other than Gamewell-FCI, FCI, and Gamewell will be considered for use on this project.

C. Substitute equipment proposed as equal to equipment specified shall meet or exceed requirements of

this section. For equipment other than Gamewell-FCI E3 Series Expandable Emergency Evacuation Fire Alarm System, provide proof that such substitute equipment equals or exceeds features, functions, performance, and quality of specified equipment. This proof shall be provided by submission of a copy of specification with each copy of the submittals that has had each paragraph marked as either compliant or non-compliant along with a letter from engineering manager or product manager at factory that certifies information presented as either compliant or non-compliant including a detailed explanation of each paragraph identified as non-compliant. In order to ensure that the Owner is provided with a system that incorporates required survivability features, this letter shall also specifically certify that the system is capable of complying with the test requirements of this section.

2.2 DISTRIBUTED NETWORKED FIRE ALARM SYSTEM

A. Distributed Networked Fire Alarm System: Gamewell-FCI E3 Series Expandable Emergency Evacuation Fire Alarm System.

16-1716 Fire Alarm System Panel Replacement RFP 21

Page 22: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

2.3 INTELLIGENT NETWORK INCC COMMAND CENTER HARDWARE

A. Intelligent Network INCC Command Center (INCC): Supply user interface, including LCD or touch-screen 1/4 VGA display Intelligent Loop Interface Modules (ILI-MB-E3/ILI95-MB-E3), manual switching, phone, and microphone inputs to the network. INCC shall consist of the following units and components: 1. System Cabinet (B-, C-, or D-Size Cabinet) with associated inner door. 2. Power Supply Module (PM-9) with batteries. 3. Intelligent Network Interface Voice Gateway (INI-VG). 4. 80-Character LCD Display (LCD-E3). 5. Intelligent Loop Main Board Interface (ILI-MB-E3 or ILI95-MB-E3). 6. Optional Intelligent Loop Supplemental Interface (ILI-S-E3 or ILI95-S-E3). 7. Optional DACT (DACT-E3). 8. Optional ARCNET Repeater (RPT-E3) with fiber-optic modules (FSL-E3 or FML-E3). 9. Optional 1/4 VGA touch-screen display (NGA). 10. Optional Auxiliary Switch Module (ASM-16).

11. Optional LED Driver Module (ANU-48) 12. Optional Microphone Assembly (INCC-MIC). 13. Optional Telephone Assembly (INCC-TEL).

14. Optional AM-50 Series amplifiers (AM-50, AM-50-70). 15. Optional Addressable Node Expander (ANX-SR, ANX-MR-FO, ANX-MR-UTP).

B. System Cabinet: 1. Surface or semi-flush mounted with texture finish. 2. Consist of back box, inner door, and door. 3. Available in at least 3 sizes to best fit project configuration. 4. Houses 1 or more PM-9 Power Supply Modules, INI-VG Intelligent Network Interface Voice

Gateway, 1 or more ILI-MB-E3/ILI95-MB-E3 assemblies, and other optional modules as specified. 5. Construction: Dead-front steel construction with inner door to conceal internal circuitry and

wiring. 6. Wiring Gutter Space: A minimum of 1-inch wiring gutter space behind mounting plate. 7. Wiring: Terminated on removable terminal blocks to allow field servicing of modules without

disrupting system wiring.

C. Power Supply Module (PM-9): Use latest technologies to provide system power, incorporates the following features: 1. Power-saving switching technology using no step-down transformers. 2. 9-amp continuous-rated output to supply up to all power necessary under normal and emergency

conditions for INCC Command Center Modules. 3. Integral battery charger with capacity to charge up to 55 amp-hour batteries while under full

load.

D. Batteries:

Specifier Notes: Include one of the following two sentences.

1. 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.

16-1716 Fire Alarm System Panel Replacement RFP 22

Page 23: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

2. Sufficient capacity to provide power for entire system upon loss of normal AC power for a period of 60 hours with 15 minutes of alarm signaling at end of this 60-hour period, as required by NFPA 72, Auxiliary Systems.

E. Intelligent Network Interface Voice Gateway INCC Command Center (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 control-

by-event (CBE) functions. System program shall not be lost upon failure of both primary and secondary power. Programming shall supporting Boolean logic including AND, OR, NOT, TIMING functions for maximum flexibility.

2. 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.

3. 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.

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

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

6. 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.

7. 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.

8. 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.

9. Remote INCC Command Center 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.

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.

12. Class A Network: All communication between control panels and transponders shall be through supervised Style 7 token passing network. In event of single short, open, or ground, all system communication shall operate as normal and report fault. This protection shall incorporate all data, voice, and fire fighter phone transmissions. Upon single short, open, or ground of either system data, live voice, pre-recorded channels, or phone risers, the function of each of these items shall continue to operate. “Degrade” functionality shall not be acceptable. This shall be demonstrated at system acceptance.

F. 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.

16-1716 Fire Alarm System Panel Replacement RFP 23

Page 24: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

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.

G. Intelligent Loop Interface (ILI-MB-E3/ILI95-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 stand-alone 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/ILI95-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/ILI95-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. 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.

16-1716 Fire Alarm System Panel Replacement RFP 24

Page 25: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

b. 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 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. Off-Premises Connection:

Specifier Notes: Include one of the following three paragraphs.

a. Fire Alarm System: Connect via leased telephone lines to central station or remote station. b. Fire Alarm System: Connect to local energy city master box. c. Fire Alarm System: Connect 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.

Specifier Notes: Include one of the following three paragraphs.

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. The Fire department shall be consulted as to the authorized central station companies serving the 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 or ILI95-MB-E3 and associated display shall provide option of being configured as network annunciator. Options for annunciation shall default

16-1716 Fire Alarm System Panel Replacement RFP 25

Page 26: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

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 or ILI95-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 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/ILI95-MB-E3 Loop Interface shall incorporate as a minimum the following diagnostic LED indicators: a. Power: Green. b. Alarm: Red. c. Supervisory: Yellow. d. General Trouble: Yellow. e. Ground Fault: Yellow. f. Transmit: Green. g. Receive: Green.

18. Auxiliary Power Outputs: Each ILI-MB-E3/ILI95-MB-E3 Loop Interface shall provide the following supply outputs: a. 24 VDC non-resettable, 1 amp. maximum, Class A power-limited. b. 24 VDC resettable, 1 amp. maximum, Class A 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 pre-programmed 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.

22. 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.

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 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.

b. 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.

16-1716 Fire Alarm System Panel Replacement RFP 26

Page 27: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

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.

29. Permitted zone types shall be general zone, releasing zone, and special zone. Each output point (control module, panel circuit module) can support a list of up to eight zones including general zone, logic zone, releasing zone, and trouble zone. It shall be possible for output points to be assigned to list general alarm. Non-Alarm or Supervisory points shall not activate the general alarm zone.

30. Multiple Agent Releasing Zones: The system shall support up to eight releasing zones to protect against eight independent hazards. Releasing zones shall provide up to three cross-zone and four abort options to satisfy any local jurisdiction requirements.

H. 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. An insertable label to identify function of each switch and LEDs combination. 5. 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.

I. 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.

J. 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.

K. Addressable Node Expander (ANX): 1. Addressable Node Expander shall provide interconnection between the Fire Alarm Control

Panel networks. 16-1716 Fire Alarm System Panel Replacement RFP 27

Page 28: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

2. ANX-MR-FO (Addressable Node Expander Multi-Ring with Fiber Optic connectors) and ANX-MR-UTP (Addressable Node Expander Multi-Ring with Fiber Optic and Twisted Pair connectors) shall expand the E3 Series network from 64 nodes to 122 nodes. ANX-SR (Addressable Node Expander Single Ring) will function in single 64 node systems.

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

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.

F. 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. 2.4 INTELLIGENT NETWORK TRANSPONDER (INX)

A. System shall be of multiprocessor design to allow maximum flexibility of capabilities and operation. INX shall receive, transmit, and regenerate voice, fire fighter phones, and data over single pair of wire or fiber optic cable.

B. INX shall provide full multi-channel distributed voice messaging, with integrated switching

amplification, and SLC and extended phone riser. INX shall communicate with network system in true peer-to-peer fashion operating at 625 K baud over any combination of fiber or wire media. INX shall consist of the following units and components.

C. System Cabinet: System cabinet shall be surface or semi-flush mounted with texture finish and shall

consist of 4 parts, back box, back plate, inner door, and outer door. System cabinet houses INI-VG, PM-9 power supply, up to 4 - AM50, microphone, and related circuitry.

D. 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 include the following features as a minimum: 1. Network interface operating at 625 K baud configurable with any combination of wire and/or fiber

topologies. Interface shall communicate with up to 122 total INCC, INX, and E3 and S3 control panels in peer-to-peer fashion.

2. Fire Fighter Phone Riser: INI-VG shall generate local phone riser for use with AOM-TEL phone modules for connection to fire fighter phone. INI-VG shall mix its local phone riser to network in true Style 7 fashion.

16-1716 Fire Alarm System Panel Replacement RFP 28

Page 29: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

3. 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.

4. RS-485: Provide capability to communicate with up to 16 ASM-16 modules, when used in INX mode up to 3,000 feet.

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

6. 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.

E. Power Supply Module (PM-9): PM-9 power supply shall supply all power necessary under normal and

emergency conditions. Power supply shall provide capacity to charge up to 55 amp-hour batteries while under full load. Technology used shall be of power-saving switching configuration, eliminating need of stepping transformer.

F. Audio Amplifier (AM-50): Include 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 back-

up if configured to do so in programming. 6. Status LEDs to indicate normal operation and trouble condition.

2.5 PRINTERS

A. 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. 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.

2.6 SUPPLEMENTAL NOTIFICATION APPLIANCE CIRCUIT (HPF24)

Specifier Notes: Specify Model HPF24S6, HPF24S8 or HPFF8, HPFF12 0r GFPS-6, GFPS-9

A. Supplemental Notification Appliance Circuit (HPF24) shall be Model [HPF24S6] [HPF24S8] offering [up

to 6.0 amps (4.0 amps continuous)] [8.0 amps (6.0 amps continuous)] of regulated 24-volt power. HPF24 shall include the following features: 1. Integral Charger: Charge up to 18.0 amp-hour batteries and support 60-hour standby. 2. 2 Input Triggers. Input trigger shall be Notification Appliance Circuit (from fire alarm control

panel) or relay.

16-1716 Fire Alarm System Panel Replacement RFP 29

Page 30: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

3. Surface-mount back box. 4. Ability to delay AC fail delay in accordance with applicable NFPA requirements. 5. Power limited circuitry in accordance with applicable UL standards. 6. Operates as sync follower or a sync generator.

B. Supplemental Notification Appliance Circuit (HPFF) shall be Model [HPFF8] [HPFF12] offering [up to 8.0 amps (8.0 amps continuous)] [12.0 amps (12 amps continuous)] of regulated 24-volt power. HPFF shall include the following features: 1. Integral Charger: Charge up to 18.0 amp-hour batteries and support 60-hour standby. 2. 2 Input Triggers. Input trigger shall be Notification Appliance Circuit (from fire alarm control

panel) or relay. 3. Surface-mount back box. 4. Ability to delay AC fail delay in accordance with applicable NFPA requirements. 5. Power limited circuitry in accordance with applicable UL standards. 6. Operates as sync follower or a sync generator.

C. Supplemental Notification Appliance Circuit (GFPS) shall be Model [GFPS-6] [GFPS-9] offering [up to 6.0 amps (6.0 amps continuous)] [9.0 amps (12.0 amps continuous)] of regulated 24-volt power. GFPS shall include the following features: 1. Integral Charger: Charge up to 35.0 amp-hour batteries and support 60-hour standby. 2. 2 Input Triggers. Input trigger shall be Notification Appliance Circuit (from fire alarm control

panel) or relay. 3. Surface-mount back box. 4. Ability to delay AC fail delay in accordance with applicable NFPA requirements. 5. Power limited circuitry in accordance with applicable UL standards. 6. Operates as sync follower or a sync generator

2.7 SYSTEM PERIPHERALS - Velociti

A. 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. 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. 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. 16-1716 Fire Alarm System Panel Replacement RFP 30

Page 31: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

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).

B. 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.

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. Intelligent Multi-Criteria Acclimating Detectors (MCS-ACCLIMATE2F):

1. Addressable device designed to monitor a minimum of photoelectric and thermal technologies in single-sensing device. Include ability to adapt to its environment by utilizing built-in microprocessor to determine its environment and choose appropriate sensing settings. Allow wide sensitivity window, with no less than 1 to 4 percent per foot obscuration. Utilize advanced electronics that react to slow smoldering fires and thermal properties within single sensing device.

2. Microprocessor: Capable of selecting appropriate sensitivity levels based on environment type it is in, such as office, manufacturing, or kitchen, and then have ability to automatically change setting as environment changes, as when walls are moved or as occupancy changes.

3. Intelligent multi-criteria detection device shall include ability to combine signal of thermal sensor with signal of photoelectric signal to react hastily in event of fire situation. Include inherent ability to distinguish between fire condition and false alarm condition by examining characteristics of thermal and smoke sensing chambers and comparing them to database of actual fire and deceptive phenomena.

G. Intelligent 4 Element Multi-Criteria Detectors (MCS-4-WARN):

1. The detector shall be comprised of four sensing elements, including a photoelectric (light-scattering) particulate sensor, an electrochemical carbon monoxide (CO) sensor, a daylight-filtered infrared sensor and solid state thermal sensor(s) rated at 135°F (57.2°C). The device shall be able to indicate distinct smoke and heat alarms.

16-1716 Fire Alarm System Panel Replacement RFP 31

Page 32: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

2. The intelligent multi-criteria detection device shall include the ability to combine the signal of the photoelectric signal with other sensing elements in an effort to react quickly in the event of a fire situation. It shall also include the inherent ability to distinguish between a fire condition and a nuisance alarm condition. The product design shall be capable of selecting the appropriate sensitivity levels based on the environment type chosen by user in which it is installed (office, manufacturing, kitchen etc.) and then have the ability to automatically change the setting as the environment changes.

3. The detector shall indicate CO trouble conditions including 6 months of sensor life remaining and sensor life has expired. The detector shall indicate a combined signal for any of the following: low chamber trouble, thermistor trouble, CO self test failure, IR self test failure, and freeze warning.

4. The detectors shall provide a test means whereby they will simulate an alarm condition and report that condition to the control panel. Such a test may be initiated at the detector itself (by activating a switch) or initiated remotely on command from the control panel. There are three test methods: functional magnet, smoke entry aerosol, or direct heat method.

H. Intelligent Fire/Carbon Monoxide Detectors (MCS-COF): 1. The detector shall be comprised of four sensing elements, including a photoelectric (light-

scattering) particulate sensor, an electrochemical CO sensor, a daylight-filtered infrared (IR) sensor and solid state thermal sensor(s) rated at 135°F (57.2°C). The device shall be able to indicate distinct smoke and heat alarms.

2. The advanced multi-criteria detection device shall include the ability to combine the signal of the photoelectric signal with other sensing elements in order to react quickly in the event of a fire situation. It shall also include the inherent ability to distinguish between a fire condition and a nuisance alarm condition. The detector shall be capable of selecting the appropriate sensitivity levels based on the environment type (office, manufacturing, kitchen, etc.) in which it is installed, and then have the ability to automatically change the setting as the environment changes.

3. The CO detector component shall be capable of a functional gas test using a canned test agent to test the functionality of the CO sensing cell.

4. The detector shall indicate CO trouble conditions, including six months of sensor life remaining and sensor life has expired. The detector shall indicate a combined signal for any of the following: low chamber trouble, thermistor trouble, CO self test failure, IR self test failure, and freeze warning.

I. Intelligent Laser Detectors (ASD-LS): Sensor device designed to use laser diode similar to the way

photoelectric sensor uses LEDs inside of sensing chamber. Detector design shall allow wide sensitivity window, with no less than 0.2 to 4 percent per foot obscuration. Detector shall be used as indicated in special application clean-room-type environments only.

J. Intelligent Aspiration Smoke Detector (AAD-8100):

1. The AAD-8100 shall offer Very Early Warning Smoke Detection, Early Warning Smoke Detection and Standard Smoke Detection settings.

2. It shall be tested and approved for coverage up to 8,000 sq. ft. 3. The ASD shall have dual source (blue LED and infra-red laser) optical smoke detection for a wide

range of fire detection with enhanced immunity to nuisance particulates. 4. The ASD shall operate in air flows from 0-4000 ft/min (0-1,219 m/min). 5. PipeIQ software shall provide pipe design, FAAST system configuration, and FAAST system

monitoring in a single software program. 6. The ASD shall allow 5 programmable alarm levels with time delays, including Alert, Action 1, Action 2, Fire 1, and Fire 2.

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.

16-1716 Fire Alarm System Panel Replacement RFP 32

Page 33: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

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.

L. 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.

M. 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.

N. 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.

O. 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. 4. 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.

P. 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.

16-1716 Fire Alarm System Panel Replacement RFP 33

Page 34: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

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

Q. Addressable Releasing Modules (TC810S1000) 1. Provide supervision and control operation releasing agent solenoids. 2. The module shall operate on a redundant protocol for added protection 3. The module shale be configurable for Style Z or Style Y (Class A or Class B) and support one 24

volt or two 12 volt solenoids.

R. 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.

S. 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.

T. 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.

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.

U. 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.

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

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

16-1716 Fire Alarm System Panel Replacement RFP 34

Page 35: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

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.

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. X. Isolator Modules (M500X):

1. 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.

2. 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.

Y. 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, moisture-

proof, trouble-free vent, and operate when rate of temperature rise exceeds 15 degrees F (9.4 degrees C) per minute.

4. Fixed-Temperature Element: Fusible-alloy retainer and actuator shaft. 5. Smooth Ceiling Rating: 2,500 square feet (762 m2).

16-1716 Fire Alarm System Panel Replacement RFP 35

Page 36: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

Z. 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.

AA. 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.

AB. 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. 2.7.1 SYSTEM PERIPHERALS – Apollo XP95

A. ILI95-MB-E3 and ILI95-S-E3 Addressable Devices – General: 1. Provide address-setting means using card inserts which are built into the base or module. 2. Use simple to install and maintain binary-type (numbered 1 to 64) address switches by using

breaking the tabs to set address. 3. Detectors: Analog and addressable. Connect to fire alarm control panel's Signaling Line Circuits. 4. Addressable Thermal and Smoke Detectors: Provide 1 status LED. The LED shall flash under

normal conditions, indicating detector is operational and in regular communication with control panel, and the LED shall be placed into steady illumination by control panel, indicating alarm condition has been detected. If required, flashing mode operation of detector LED can be programmed off via fire control panel program.

16-1716 Fire Alarm System Panel Replacement RFP 36

Page 37: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

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

B. Addressable Manual Stations (MS95-L): 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.

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 (XP95-T): Intelligent addressable devices rated at 194 degrees F (90 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 (XP95-P): 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 (XP95-I): 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. Intelligent Multi-Criteria Detectors (XP95-M):

1. Addressable device designed to monitor a minimum of photoelectric and thermal technologies in single-sensing device. Include ability to adapt to its environment by utilizing built-in microprocessor to determine its environment and choose appropriate sensing settings. Allow wide sensitivity window, with no less than 1 to 4 percent per foot obscuration. Utilize advanced electronics that react to slow smoldering fires and thermal properties within single sensing device.

2. Microprocessor: Capable of selecting appropriate sensitivity levels based on environment type it is in, such as office, manufacturing, or kitchen, and then have ability to automatically change setting as environment changes, as when walls are moved or as occupancy changes.

3. Intelligent multi-criteria detection device shall include ability to combine signal of thermal sensor with signal of photoelectric signal to react hastily in event of fire situation. Include inherent ability to distinguish between fire condition and false alarm condition by examining characteristics

16-1716 Fire Alarm System Panel Replacement RFP 37

Page 38: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

of thermal and smoke sensing chambers and comparing them to database of actual fire and deceptive phenomena.

G. Intelligent Duct Smoke Detectors (SL-DAA-P/SL-DAA-N): 1. In-Duct Smoke Detector Housing: Use on-board intelligent photoelectric or 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.

H. Addressable Dry Contact Monitor Modules (PID-95/PID-95P):

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 or plastic plate. 3. IDC Zone: Suitable for Style B operation.

I. Addressable Dry Contact Monitor Modules (CZI-95):

1. Provide to connect 1 supervised IDC zone of conventional 2-wire smoke detectors or 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 B, C, D or Style E operation. 4. LEDs: Flash under normal conditions, indicating monitor module is operational and in regular

communication with control panel.

J. Addressable Control Modules (SCE-95): 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.

3. Control Module NAC: Wire for Style Z or Style Y (Class A/B) with 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.

K. Addressable Relay Modules (RCE-95):

1. Available for HVAC control and other building functions. Relay shall have 1 Form C set of contacts and are rated for a minimum of 2.0 amps resistive. 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. The device shall provide positive feedback of the controlled equipment’s status annunciating upon activation.

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.

L. Addressable Building Control Modules (BCE-95):

1. Available for building functions that require three position (On/Off/Auto) control capability. Relay shall have 1 Form C set of contacts and are rated for a minimum of 2.0 amps resistive. Relay coil shall be magnetically latched to reduce wiring connection requirements and to ensure 100

16-1716 Fire Alarm System Panel Replacement RFP 38

Page 39: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

percent of all auxiliary relay or NACs shall be energized at same time on same pair of wires. The device shall provide positive feedback of the controlled equipment’s status annunciating upon activation.

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.

M. Isolator Modules (XP95-LI):

1. 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 20 devices shall be connected to 1 isolator module.

2. 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 unique base, eliminating addressable sensors from being installed incorrectly. 5. Single LED: Flash to indicate isolator is operational and illuminate steadily to indicate short-circuit

condition has been detected and isolated.

N. 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, moisture-

proof, trouble-free vent, and operate when rate of temperature rise exceeds 15 degrees F (9.4 degrees C) per minute.

4. Fixed-Temperature Element: Fusible-alloy retainer and actuator shaft. 5. Smooth Ceiling Rating: 2,500 square feet (762 m2).

O. 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.

P. 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.

16-1716 Fire Alarm System Panel Replacement RFP 39

Page 40: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

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.

Q. Sprinkler Waterflow Switches (provided and installed by the sprinkler contractor):

1. Integral, mechanical, non-coded, non-accumulative retard type. 2. Alarm transmission delay time conveniently adjustable from 0 to 60 seconds. Initial settings shall

be 30 to 45 seconds. 3. Single manufacturer and series. 4. Where possible, locate waterflow switches a minimum of 1 foot from fitting which changes

direction of flow and a minimum of 3 feet from valve. 5. Waterflow switches shall be provided and connected under this section but installed by the

mechanical contractor.

R. Sprinkler and Standpipe Valve Supervisory Switches (provided and installed by the sprinkler contractor): 1. Each sprinkler system water supply control valve riser, zone control valve, and standpipe system

riser control valve shall be equipped with supervisory switch. Standpipe hose valves, test valves, and drain valves shall not be equipped with supervisory switches.

2. PIV (Post Indicator Valve) or Main Gate Valves: Equip with supervisory switch. 3. Mount not to interfere with normal operation of valve and adjust to operate within 2 revolutions

toward closed position of valve control, or when stem has moved no more than one-fifth of distance from normal position.

4. Contain in weatherproof aluminum housing, which shall provide 3/4-inch (19-mm) conduit entrance and incorporate necessary facilities for attachment to valves.

5. Switch Housing Finish: Red baked enamel. 6. Entire Installed Assembly: Tamper proof and arranged to cause switch operation if housing cover

is removed or if unit is removed from mounting. 7. Valve supervisory switches shall be provided and connected under this section and installed by

mechanical contractor. 2.8 SYSTEM PERIPHERALS – E3 SERIES

A. Graphic Annunciator (Uses ANU-48 Serial Driver Board): 1. Communicate to fire alarm control panel via EIA-485 (multi-drop) 2-wire communications loop.

Up to 16 annunciator drivers, each configured up to 48 points, shall be connected per SLP panel locally, or up to 3,000 feet from the Control Panel.

2. ANU-48: Provide interface to approved UL-listed graphic-style LED annunciator and provide each of the features specified.

B. 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 auxiliary functions. 4. An insertable label to identify function of each switch and LEDs combination.

5. Provide capability to communicate with up to 16 ASM-16 modules locally, or up to 3,000 feet from the Control Panel.

C. LCD Display Annunciator: 16-1716 Fire Alarm System Panel Replacement RFP 40

Page 41: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

1. Furnish and install as indicated on the Drawings a remote serial annunciator, Model LCD-7100. Annunciator shall provide 80-character display, which shall duplicate all information on basic system display, including any network nodes its host panel is annunciating, with exception of menus. Contain the following function keys: a. Alarm Acknowledge. b. Trouble Acknowledge. c. Signal Silence. d. System Reset/Lamp Test. e. System Drill Test.

2. Key Lock: Enable switches only when placed in “ON” position, with exception of Trouble Acknowledge, which is used to silence local trouble audible sounder. Annunciator shall contain the following LEDs: a. Alarm. b. Supervisory. c. System Trouble. d. Power Fault. e. System Silenced.

3. Mount on standard 3-gang surface or flush electrical box. 4. Each ILI-MB-E3/ILI95-MB-E3: Accommodate up to 5 remote LCD-7100 annunciators which shall

be located up to 3,000 feet from control panel. D. NGA Network Graphic Annunciator

1 Main Menu a. Configure allows Auto-configuration of ILI-MB-E3/ILI-S-E3/ and ILI95-MB-E3/ILI95-S-E3

and NGA or ANX. b. Walk/Drill enables Walk Test and Fire Drill function. c. I/O Allows enable/disable input and output devices. d. Clock system real-time clock. e. View system configuration information f. NGA log displays, stores, prints and clears the 4100 event history log. g. Service provides Network Query functions.

h. (More spec items – Text messaging, custom logo, custom screensaver, max amount of text on screen at one time)

E. Portable Emergency Telephone Handset Jacks:

1. Flush mount on stainless steel plates as indicated on the Drawings. 2. Approved for emergency telephone system application. 3. Insertion of remote handset plug into jack shall send signal to fire INCC Command Center which

shall audibly and visually indicate on-line condition and sound a ring indication in handset. 4. 2-Way Emergency Telephone System: Support a minimum of five (5) handsets on line without

degradation of signal 5. Cabinet: Provide in fire control room to house 10 portable handsets.

F. Fixed Emergency Telephone Handsets:

1. Telephone Cabinets: a. Paint red and clearly label emergency telephone. b. Locate as indicated on the Drawings. c. Key same as INCC Command Center, INX Transponders, and manual stations.

2. Handset Cradle: Cam-operated microswitch connection such that lifting handset off cradle sends signal to fire INCC Command Center which shall audibly and visually indicate on-line (off-hook) condition. Open blade finder contacts shall not be acceptable.

16-1716 Fire Alarm System Panel Replacement RFP 41

Page 42: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

3. 2-Way Emergency Telephone System: Support a maximum of five 5 handsets on line (off hook) without degradation of signal.

G. Speakers:

1. Operate on 25 VRMS or 70.7 VRMS with field-selectable output taps from 0.5 to 2.0 watts. 2. Speakers in Corridors and Public Spaces: Produce nominal sound output of 84 dBA at 10 feet (3

m). 3. Frequency Response: Minimum of 400 Hz to 4,000 Hz. 4. Back of Each Speaker: Sealed to protect speaker cone from damage and dust.

H. Strobes:

1. Compliance: ADA and UL 1971. 2. Maximum Pulse Duration: 0.2 second. 3. Strobe Intensity: UL 1971. 4. Flash Rate: UL 1971. 5. Strobe Candela Rating: Determine by positioning selector switch on back of device.

I Speaker/Strobes:

1. Operate on 25 VRMS or with field-selectable output taps from 0.5 to 2.0 watt 2. Speakers in Corridors and Public Spaces: Produce nominal sound output of 84 dBA at 10 feet (3

m). 3. Frequency Response: Minimum of 400 Hz to 4,000 Hz. 4. Back of Each Speaker: Sealed to protect speaker cone from damage and dust. 5. Audibility: NFPA 72. 6. Maximum Pulse Duration: 0.2 second. 7. Strobe Intensity: UL 1971. 8. Flash Rate: UL 1971. 9. Strobe Candela Rating: Determine by positioning selector switch on back of device.

PART 3 EXECUTION 3.1 EXAMINATION

A. Examine areas and surfaces to receive fire alarm system. 1. Notify Architect of conditions that would adversely affect installation or subsequent use. 2. Do not begin installation until unacceptable conditions are corrected.

3.2 INSTALLATION

A. Install fire alarm system in accordance with NFPA 72, NFPA 70, state and local codes, manufacturer’s instructions, and as indicated on the Drawings.

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.

16-1716 Fire Alarm System Panel Replacement RFP 42

Page 43: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

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. 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.

C. 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.

3. Open signaling line circuits and notification appliance circuits in at least 2 locations to verify presence of supervision.

4. Completely disconnect INCC Command Center from rest of network, including Voice INCC Command Center. Activate initiating device from transponder. All speaker circuits activated from each transponder shall transmit the correct evacuation or alert message. These messages shall be same messages transmitted with INCC Command Center activated. Default tones or messages shall not be acceptable.

5. Completely disconnect INCC Command Center from rest of network. Activate initiating device. All control outputs supported by transponder SLC circuits shall operate under project programming mode. Default or degrade mode programming shall not be acceptable.

16-1716 Fire Alarm System Panel Replacement RFP 43

Page 44: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

6. Fire fighter phone riser shall be directly shorted between INCC Command Center and first transponder, followed by test of fire phones between INCC Command Center and farthest transponder. Phones shall operate in normal fashion.

7. All audio risers shall be directly shorted between INCC Command Center and first audio transponder, followed by activation of alarm initiating device. Correct pre-recorded messages shall transmit from all speakers, including evacuation and alert channels. Default or degrade messages shall not be acceptable.

8. When testing has been completed to satisfaction of both Contractor’s job foreman and representatives of manufacturer and Owner, a notarized letter co-signed by each attesting to satisfactory completion of said testing shall be forwarded to Owner and fire department.

9. Leave fire alarm system in proper working order and, without additional expense to Owner, replace defective materials and equipment provided within 1 year (365 days) from date of final acceptance by the owner.

3.4 DEMONSTRATION

A. Provide instruction as required for operating fire alarm system.

B. Provide hands-on demonstrations of operation of fire alarm system components and functions. SECTION D: PROPOSAL FORMAT The RFP submittal shall be in two sealed envelopes. One containing the technical specifications and the other containing the Bid Form with the cost proposal. The Section G Bid Form attached shall be submitted in the cost proposal.

The proposal shall include the following elements. The proposal shall be double-sided, no less than 12 point font, shall not be excessive in length. Unnecessary, elaborate brochures of other presentations beyond that sufficient to present a complete and effective proposal, is not desired. Elaborate artwork, expensive paper, bindings, visual and other presentations aids are not required. Well marked tabs shall be used to separate each section for easier review. The District encourages the use of recycled products, therefore, it is urged that proposals be submitted on paper made from or with recycled content and be printed on both sides. One (1) original, five (5) copies and one (1) digital copy of the proposal shall be submitted to Rock Hill School District, Purchasing Department, 660 North Anderson Road, Rock Hill SC 29730 It is the Consultant’s responsibility to provide all documentation required in the RFP and clearly identify and describe the services being offered in response to the Request for Proposals. Failure to provide the information requested in this Request for Proposal, or the inclusion of any conditional limitations, or misrepresentations, may adversely affect the evaluation of your submittal, or be cause for consideration as non-responsive to the RFP. Consultants are cautioned that organization of their Response, as well as thoroughness, is critical to the District’s evaluation process. The RFP forms must be completed legibly and in their entirety; and all required supplemental information must be furnished and presented in an organized, comprehensive and easy to follow manner.

1. COVER LETTER

16-1716 Fire Alarm System Panel Replacement RFP 44

Page 45: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

The cover letter shall include a brief statement of intent for the services offered to the District, and signatures of an authorized officer of the organization, who has legal authority in such transactions. Proposals with unsigned cover letters will be rejected. The cover letter must also provide the name, position and full content information for the individual designed as the Vendor’s contact for this proposal.

2. TABLE OF CONTENTS The table of contents shall identify the contents of the proposal in a format consistent with the proposal requirements and format set forth herein.

3. BACKGROUND AND EXPERIENCE The description shall show that the Vendor possesses demonstrated skills, experience and equipment in specific areas of the RFP. The section shall include: a) Vendor name, address, telephone, fax number, email addresses of authorized representatives.

Full-time and part-time staff, proposed Consultants, and sub-Consultants who will be assigned direct work on this project should be identified. Information is required which will show the composition of the task or work group, its specific qualifications, and recent relevant experience. Special mention shall be made of direct technical personnel, and approximate percentage of the total time each will be available for this project. The technical area, character and extent of participation by any sub-Consultant or Consultant activity must be indicated and the anticipated sources will be identified.

b) Resumes of staff and proposed Consultants are required which will indicate education, background, and recent relevant experience with the subject matter of the project. Current telephone numbers must be included.

c) Background screenings of employees and approval of the district for any employee with a criminal background shall be required for all vendors working on the premises.

d) Background of company and detail any project that relates specifically to this RFP. e) Describe the company’s experience in conducting this type of service. f) Satisfactory evidence of the Vendor’s financial resources. Detailed information validating the

financial stability of the Vendor including a description of the Vendor’s ability to secure (either by purchase or lease) the equipment necessary for the services listed in this RFP and a description of all financial or other liabilities in excess of $50,000 that may threaten the ability of the Vendor to perform all services required.

g) A description of all pending legal disputes including matters in litigation, mediation, arbitration, and/or at trial.

h) A list of all public sector clients to which the Vendor has provided similar services over the past three (3) years. Reference forms attached.

i) A copy of company’s W-9. 4. UNDERSTANDINGS OF PROJECT AND TECHNICAL APPROACH

a. Statement and discussion of the requirements as they are analyzed by the Consultant. b. Consultant’s proposed definitive Scope of Work with explanation of technical approaches

and a detailed outline of the proposed program for executing the requirements of the technical scope and achieving objectives of the project.

c. Preliminary layouts, sketches, diagrams, other graphic representations, calculations, curves, and other data as may be necessary for presentation, substantiation, justification or understanding of the proposed approaches and program.

16-1716 Fire Alarm System Panel Replacement RFP 45

Page 46: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

d. Consultant should demonstrate an awareness of difficulties in the completion of this undertaking, and a plan for overcoming them. Special attention should be given to methodology and schedule issues that will be encountered in such a project.

5. STATEMENT OF WORK/ ACTION PLAN

The preliminary work plan shall describe how the successful Vendor(s) will satisfy the District’s requirements once the District’s Governing Board has approved the contract (if applicable). The vendor shall present a description of the phases or segments into which the proposed program can logically be divided and performed, together with flow charts. The technical narrative should address separately each of the tasks described in the Request for Proposal and responses should be keyed to appropriate paragraph numbers. This section should also contain a discussion of any changes proposed by the Consultant which substantially differs from the project scope described in these Special Provisions. Timelines, milestones, meetings, District responsibilities and all other important information should be included in the section with clear detail.

6. ACKNOWLEDGEMENT OF ADDENDA

Vendor shall acknowledge all Addenda received. If there are no addenda or bulletins issued prior to the RFP due date, this form will not be required to be included in the proposal package.

7. RFP BID FORM Vendor shall return the RFP Bid Form, fully executed in accordance with the Instructions to Vendors. To more easily compare proposals with the cost of the District’s current service arrangement, the District is requiring that the Proposal contain an “all inclusive” format in which the costs of all of the related costs are incorporated into the rates charged for said services. Proposed costs must be inclusive of all services outlined in the RFP, including:

a) Cost to bill the District b) Insurance, workers’ compensation and all other business-related costs c) Labor costs d) Fuel costs e) Overhead costs f) Disposal costs

8. VALUE ADDED

Vendor may provide on a separate page any unique elements of your offer, not already specified or proposed that you believe will bring value to this contract.

SECTION E: EVALUATION CRITERIA A Selection Advisory Committee will be established to review and evaluate all proposals submitted in response to this RFP. The Committee shall conduct a preliminary evaluation of all proposals on the basis of the information provided with the proposal, and the evaluation criteria listed below. The District intends to select the Contractor that best fulfills the requirements and provides the best value to the District. The Proposals will be evaluated based on the following criteria, which are not necessarily in order of ranking or weighting:

16-1716 Fire Alarm System Panel Replacement RFP 46

Page 47: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

a) Cost – 40% b) Functional Requirements – 25% c) Experience/ qualifications – 25% d) Quality of proposal submission/ Oral Presentation – 10%

The District may request additional information from Vendor(s) to clarify any element of any Proposal. After all Proposals are received, the District may invite one or more Vendors to give a presentation, submit a video demonstration of their product or conduct an interview. The District reserves the right to make independent investigations as to the qualification of Vendor(s). Investigations may include contacting former and/or existing customers or site visits to existing operations.

16-1716 Fire Alarm System Panel Replacement RFP 47

Page 48: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

SECTION F: REFERENCES References are to be comparable to services described in the RFP Reference 1 Name Address City/ State Zip Contract Dates

Contact Title Phone No. Email Address

Description of work performed Contract Amount $ Reference 2 Name Address City/ State Zip Contract Dates

Contact Title Phone No. Email Address

Description of work performed Contract Amount $ Reference 3 Name Address City/ State Zip Contract Dates

Contact Title Phone No. Email Address

Description of work performed Contract Amount $

16-1716 Fire Alarm System Panel Replacement RFP 48

Page 49: Fire Alarm System Panel Replacement RFP...Nov 22, 2016  · 16-1716 Fire Alarm System Panel Replacement RFP 5 . employees in the performance of this contract; and, in case of any action

SECTION G: BID FORM Projected Number of

Days to Complete Projected Number of

Worker Hours Total Cost- Attach Itemi

Material List RHHS Fire Alarm System Rock Hill District Stadium South

Comments: Please indicate your hourly rates and response times for any additional services required by the School District. Indicate percentage mark-up on parts and percentage of discount off list price. List any trip, truck or additional charges if applicable. HOURS Price/Person/Hour: Daytime hours M-F List hours Hours $ Emergency hours M-F during M-F List hours Hours $ Weekend hours Saturday-Sunday List hours Hours $ Material Mark-up percentage on all parts Material Discount off List on all parts Response time for regular business service requests Hrs/Days Response time for Emergency service requests Hrs/Days List Any/All Additional Charges

BIDDER’S STATEMENT OF ASSURANCES AND COMPLIANCES

The Undersigned, as a responsive bidder, certifies that the General and Special Conditions of this bid have been read and understood. The bidder hereby provides assurance that the firm represented in this bid as indicated below:

1. Will comply with all requirements, stipulations, terms, and conditions as stated in the bid document; and 2. Currently complies with all applicable Federal and State Laws and Regulations relative to non-

discrimination in employment practices; and 3. Is not guilty of collusion with, other vendors possibly interested in this bid, in arriving at or determining

prices to be submitted; and 4. That such agent, as indicated below, is officially authorized to represent the firm in whose name the bid

is submitted. FIRM REPRESENTED AGENT

Name of Firm

Signature of Agent

Street Address

Printed Name

City & State

Title

Zip Code

Date

Phone Number

Cell Number

Email Address

Fax Number

16-1716 Fire Alarm System Panel Replacement RFP 49