Loading...
Contract with Fire Alarm Systems and Security Inc. (2) avis'- 3062S-- IAMI BEACH CONTRACT THIS CONTRACT is by and between .the City of Miami Beach, Florida, a municipal corporation of the State of Florida, ("City"), and Fire Alarm Systems and Security Inc., 3901 Southwest 47 Avenue, Davie, FL. 33314("Contractor"). WITNESSETH, that Contractor and City, for the considerations hereinafter named, agree as follows: ARTICLE 1 SCOPE OF WORK Contractor hereby agrees to furnish all of the labor, materials, equipment, services and incidentals necessary to perform all of the Work described in the Contract Documents and related thereto for the following Bid Locations: ITB Price Form-,1 13th Street Parking Garage ITB Price Form- 2 42nd Street Parking Garage ITB Price Form- 3 7th Street Parking Garage ITB Price Form- 4 Fire Station #2 ITB Price Form- 5 Fire Station # 3 ITB Price Form- 7 Historic City Hall ITB Price Form- 8 Police Athletic League Building ITB Price Form- 9 Police HQ & Parking Garage ARTICLE 2 CONTRACT TIME 2.1 Contractor shall be instructed to commence the Work (on a per "Bid Location" basis) by written instructions in the form of a Notice to Proceed issued by the Contract Administrator. Two (2) Notices to Proceed will be issued for this Contract. Contractor. shall commence scheduling activities, permit applications and other preconstruction work within five (5) calendar daysafter the Project Initiation Date, which shall be the same as the date of the first Notice to Proceed. The first Notice to Proceed wiill not be issued until Contractor's submission to. City of all required documents (including but limited to: Payment and Performance Bonds, and Insurance Certificate) and after execution of the Contract by both parties. 2.1.1. The receipt of all necessary permits (on a per"Bid Location" basis) by Contractor and acceptance of the full progress schedule in accordance with technical specifications section, submittal schedule and schedule of values is a condition precedent to the issuance of a second Notice to Proceed to mobilize on the Project site and commence with physical construction of the Work. The Contractor shall submit all necessary documents required by this provision within twenty-one (21) calendar days of the issuance of the first Notice to Proceed. ITB 2018-240-ZD Furnish and Install Fire Alarm Systems— Page 1 Citywide (Individual Projects) 2.2 Time is of the essence throughout this Contract. This project shall be substantially completed in accordance with Appendix F of the ITB from the issuance of the second Notice to Proceed, and completed and ready for final payment in accordance with Article 5 within thirty (30) calendar days from the date certified by Consultant as the date of Substantial Completion. 2.3 Upon failure of Contractor to substantially complete the Contract within the specified period of time, plus approved time extensions, Contractor shall pay to City the sum of two hundred dollars ($200.00) for each calendar day after the time specified in Section 2.2 above, plus any approved time extensions, for Substantial Completion. After Substantial Completion should Contractor fail to complete the remaining work within the time specified in Section 2.2 above, plus approved time extensions thereof, for completion and readiness for final payment, Contractor shall pay to City the sum of two hundred dollars ($200.00) for each calendar day after the time specified in Section 2.2 above, plus any approved extensions, for completion and readiness for final payment. These amounts are not penalties but are liquidated damages to City for its inability to obtain full beneficial occupancy and/or use of the Project. Liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by City as a consequence of such delay, and both parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of Contractor to complete the Contract on time. The above-stated liquidated damages shall apply separately to each portion of the Project for which a time for completion is given. 2.4 City is authorized to deduct liquidated damages from monies due to Contractor for the Work under this Contract or as much thereof as City may, in its sole discretion, deem just and reasonable. 2.5 Contractor shall be responsible for reimbursing City, in addition to liquidated damages, for all costs incurred by Consultant in administering the construction of the Project beyond the completion date specified above, plus approved time extensions. Consultant construction administration costs shall be pursuant to the contract between City and Consultant, a copy of which is available upon request of the Contract Administrator. All such costs shall be deducted from the monies due Contractor for performance of Work under this Contract by means of unilateral credit change orders-issued by City as costs are incurred by Consultant and agreed to by City. ARTICLE'3 THE CONTRACT SUM [ ] This is a Unit Price Contract:* 3.1 City shall pay to Contractor the amounts determined for the total number of each of the units of work completed at the unit price stated in the schedule of prices bid. The number of units contained in this schedule is an estimate only, and final payment shall be made for the actual number of units incorporated in or made necessary by the Work covered by the Contract Documents. ITB 2018-240-ZD Furnish and Install Fire Alarm Systems- Page 2 Citywide (Individual Projects) 3.2 Payment shall be made at the unit prices applicable to each integral part of the Work. These prices shall be full compensation for all costs, including overhead and profit, associated with completion of all the Work in full conformity with the requirements as stated or shown, or both, in the Contract Documents. The cost of any item of work not covered by a definite Contract unit price shall be included in the Contract unit price or lump sum price to which the item is most applicable. [X] This is a Lump Sum Price Contract:* 3.1 City shall pay to Contractor for the performance of the Work described in the Contract Documents, the total price stated as awarded. 3.2 The Contract Price is $437,500.00. The Contract Price shall be full compensation for all labor, materials, equipment, costs, and expenses, including overhead and profit, associated with completion of all the Work accordance with the requirements of the Contract Documents, including all Work reasonably inferable therefrom, even if such item of Work is not specifically or expressly identified as part of a line item in the ITB Price Form. ARTICLE 4 PROGRESS PAYMENTS 4.1 Contractor may make Application for Payment for work completed during the Project (on a per "Bid Location" basis) at intervals of not more than once a month. Contractor's application shall show a complete breakdown of the Project components, the quantities completed and. the amount due, together with such supporting evidence as may be required by Consultant. Contractor shall include, but same shall not be limited to, with each Application for Payment, an updated progress schedule acceptable to Consultant as required by the.Contract Documents and a release of liens and consent of surety relative to the Work which is the subject of the Application for Payment. Following submission of an acceptable updated progress schedule and the other documents required herein a log with the Application for Payment, City shall make payment to Contractor after approval by Consultant of an Application for Payment, less retainage as herein provided for and/or withholding of any other amounts pursuant to the Contract Documents, within twenty-five (25) days in accordance with Section 218.735 of the Florida Statutes. 4.2 The City shall withhold from each progress payment made to Contractor retainage in the amount of ten percent (10%) of each such payment until fifty percent (50%) of the Work has been completed. The Work shall be considered 50% complete at the point at which the City has expended 50% of the approved Cost of the Work together with all costs associated with existing change orders or other additions or modifications to the construction services provided for in this Agreement. Thereafter, the Contract Administrator shall reduce to five percent (5%) the amount of retainage withheld from each subsequent progress payment made to the Contractor, until Substantial Completion as provided in ITB Section 0500, Sub-Section 43. Any reduction in retainage shall be in accordance with Section 255.078 of the Florida Statutes, as may be amended, and shall otherwise be at the sole discretion of the ITB 2018-240-ZD Furnish and Install Fire Alarm Systems— Page 3 Citywide (Individual Projects) Contract Administrator, after considering any recommendation of Consultant with respect thereto. Contractor shall have no entitlement to a release of, or reduction in, retainage, except as may be required herein or by Florida law. Any interest earned on retainage shall accrue to the benefit of City. All requests for retainage reduction shall be in writing in a stand-alone document, separate from monthly applications for payment. All requests for release of retainage shall be made in accordance with, and shall be subject to, the requirements of Section 255.078 of the Florida Statutes, as may be amended. Except as provided by law, the City shall have no obligation to release or disburse retainage until Substantial Completion of the Project. Upon receipt by the Contractor of a Certificate of Substantial Completion pursuant to ITB Section 0500, Sub- Section 43, fully executed by the City establishing the Date of Substantial Completion, and after completion of all items on the punch list and/or other incomplete work, the Contractor may submit a payment request for all remaining retainage. It shall be the City's sole determination as to whether any of the items have been completed. For items deemed not to have been completed, the City may withhold retainage up to one and one-half times the total cost to complete such items. Any interest earned on retainage shall accrue to the benefit of City. Cityz shall disburse the amounts withheld upon the City's acceptance of the completion of the items for which they were withheld. 4.3 City may'withhold, in whole or in part, payment to such extent as may be necessary to protect itself from loss on account of: 4.3.1 Defective work not remedied. 4.3.2 Claims filed or reasonable evidence indicating probable filing of claims by other parties against Contractor or City because of Contractor's performance. 4.3.3 Failure of Contractor to make payments properly to Subcontractors or for material or labor. 4.3.4 Damage to another contractor not remedied. 4.3.5 Liquidated damages and costs incurred by Consultant for extended construction administration. 4.3.6 Failure of Contractor to provide any and all documents required by the City. When the above grounds are removed or resolved satisfactory to the Contract Administrator, payment shall be made in•whole or in part. ARTICLE 5 ACCEPTANCE AND FINAL PAYMENT 5.1 Upon receipt of written notice from Contractor that the Work (on a per "Bid Location" basis) is ready for final inspection and acceptance, Consultant shall, within ten (10) calendar days, make an inspection thereof. If Consultant and Contract Administrator find the Work acceptable, the requisite documents have been submitted and the requirements of the Contract Documents fully satisfied, and all conditions of the permits and regulatory agencies have been met, a Final Certificate of Payment (ITB Attachment ITB 2018-240-ZD Furnish and Install Fire Alarm Systems— Page 4 Citywide (Individual Projects) D-6) shall be issued by Consultant, over its signature, stating that the requirements of the Contract Documents have been performed and the Work is ready for acceptance under the terms and conditions'thereof. 5.2 Before issuance of the Final Certificate for Payment, Contractor shall deliver to Consultant a complete release of all liens arising out of this Contract; a consent of surety to final payment; the final corrected as-built drawings; an affidavit certifying that all suppliersand subcontractors have been paid in full and that all other indebtedness connected with the Work has been paid; and the final bill of materials, if required, and invoice. 5.3 If, after the Work has been substantially completed, full completion thereof is materially delayed through no fault of Contractor, and Consultant so certifies, City shall, upon certificate of Consultant, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. 5.4 Final payment shall 6e made only after the City Manager or his designee has reviewed a written evaluation of the performance of Contractor prepared by the Contract Administrator, and approved the final payment. The acceptance of final payment shall constitute a waiver of all claims by Contractor, except those previously made in strict accordance with the provisions of the General Conditions and identified by Contractor as unsettled at the time of the application for final payment. ARTICLE 6— MISCELLANEOUS 6.1 The requirements of the Contract Documents, as such term is defined in the Invitation to Bid, are hereby incorporated by reference as if fully set forth herein. This Contract is part of, and incorporated in, the Contract Documents as defined herein. Accordingly, all of the documents incorporated by the Contract Documents shall govern this Project. 6.2 Where there is a conflict between any provision set forth within the Contract Documents and a more stringent provision elsewhere in the Contract Documents or under any law, regulation, statute or code requirement which is applicable to this Project, the more stringent provision shall prevail and govern the performance of the Work. 6.3 Public Entity Crimes Contractor acknowledges that the provisions of the Public Entity Crimes Act, Section 287.133, Florida Statutes, shall apply to this Contract, which statute provides, in pertinent part, that a person or affiliate who is a contractor, consultant or other provider, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not submit bids on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with the City, and may not transact any business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for category two purchases for a period of 36 months from the date of being placed on the ITB 2018-240-ZD Furnish and Install Fire Alarm Systems— Page 5 Citywide (Individual Projects) convicted vendor list. Violation of this section by Contractor shall result in cancellation of the City purchase and may result in Contractor debarment. 6.4 Independent Contractor Contractor is an independent contractor under this Contract. Services provided by Contractor pursuant to this Contract shall be subject to the supervision of Contractor. In providing 'such services, neither Contractor nor its agents shall act as officers, employees, or agents of the City. This Contract shall not constitute or make the parties a partnership or joint venture. 6.5 Third Party Beneficiaries Neither Contractor nor City intends to directly or substantially benefit a third party by this Contract. Therefore, the parties agree that there are no third party beneficiaries to this Contract and that no third party shall be entitled to assert a claim against either of them based upon this Contract. The parties expressly acknowledge that it is not their intent to create any rights or obligations in any third person or entity under this Contract. 6.6 Notices Whenever either party desires to give notice to the other, such notice must be in writing, sent by certified United States Mail, postage prepaid, return receipt requested, or by hand-delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified. The place for giving notice shall remain the same as set forth herein until changed in writing in the manner provided in this section. For the present, the parties designate the following: For City: Property Management Department 1833 Bay Road Miami Beach,FL. 33139 Attn: Adrian Morales, Director of Property Management With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor: Fire Alarm Systems and Security Inc. 3901 SW 47 Avenue, Suite 408 Davie, FL. 33314 Attn: Eric A. Neilinger/President ITB 2018-240-ZD Furnish and Install Fire Alarm Systems— Page 6 Citywide (Individual Projects) 6.7 Assignment and Performance Neither. this Contract nor any interest herein shall be assigned, transferred, or encumbered by either party. In addition, Contractor shall not subcontract any portion of the work required by this Contract except as authorized by Section 28 of the General Conditions. Contractor represents that all persons delivering the services required by this Contract have the knowledge and skills, either by training, experience, education, or a combination thereof, to adequately and competently perform the duties, obligations, and services set forth in the Scope of Work and to provide and perform such services to City's satisfaction for the agreed compensation. Contractor shall perform its duties, obligations, and services under this Contract in a skillful and respectable manner. The quality of Contractor's performance and all interim and final product(s) provided to or on behalf of City shall be comparable to the best local and national standards. 6.8 Materiality and Waiver of Breach City and Contractor agree that each requirement, duty, and obligation set forth in these Contract Documents is substantial and important to the formation of this Contract and, therefore, is a material term hereof. City's failure to enforce any provision of this Contract shall not be deemed a waiver of such provision or modification of this Contract. A waiver of any breach of a provision of this Contract shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Contract. 6.9 Severance In the event a portion of this Contract is found by a court of competent jurisdiction to be invalid, the remaining provisions shall continue to be effective unless City or Contractor elects to terminate this Contract. An election to terminate this Contract based upon this provision shall be made within seven (7) days after the finding by the court becomes final. 6.10 Applicable Law and Venue J This Contract shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. BY ENTERING INTO THIS CONTRACT, CONTRACTOR AND CITY HEREBY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF THE PROJECT. CONTRACTOR SHALL SPECIFICALLY BIND ALL SUBCONTRACTORS TO THE PROVISIONS OF THIS CONTRACT. ITB 2018-240-ZD Furnish and Install Fire Alarm Systems— Page 7 Citywide (Individual Projects) 6.11 Amendments No modification, amendment, or alteration in the terms or conditions contained herein shall be effective unless contained in a written document prepared with the same or similar formality as this Contract and executed by the City and Contractor. 6.12 Prior Agreements This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, and understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements or understandings concerning the subject matter of this Contract that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements, whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless set forth in writing in accordance with Section 6.11 above. 6.13 Public Records City of Miami Beach is a public agency subject to Chapter-119, Florida Statutes. As required by Chapter 119, Florida Statues, the Contractor and all sub-contractors for services shall comply with Florida's Public Records Law. Specifically, the contractor and sub-contractors shall: 6.13.1 Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service; 6.13.2 Provide the public with access to such public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed that provided in Chapter 119, Fla. Stat., or as otherwise provided by law; 6.13.3 Ensure that public records that are exempt or that are confidential and exempt from public record requirements are not disclosed except as authorized by law; and 6.13.4 Meet all requirements, for retaining public records and transfer to the City, at no cost, all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt. 6.13.5 The failure of Contractor to comply with the provisions set forth in this Article shall constitute a Default and Breach of this Contract and the county shall enforce the Default in accordance with the provisions set forth in the General Terms and Conditions, Article 16. ITB 2018-240-ZD Furnish and Install Fire Alarm Systems— Page 8 Citywide (Individual Projects) IN WITNESS WHEREOF, the parties have set their hands and seals the day and year first above written. ATTEST: THE CITY OF MIAMI BEACH, FLORIDA 24-24 ,11 • City erk �•�� lau W Mayor ATTEST: ,t� ,i„ • LARM SYSTEMS AND SECURITY p � `'�. _ INC.. INCORP�ORA-I EDS Si. / 4,-% a7/,e,jay,.— a-ture/Secreta e2_ ' / yl ; •. g ature/President e- - 1_ e)r , g 1-111 ,Cg_ Pr nt Name Print Name A1,57I Date ATTACHMENTS ATTACHMENT A- Resolution, Commission Item Summary, and Commission Memorandum ATTACHMENT B - Invitation to Bid ("ITB") ATTACHMENT C - Bidder's Response to the ITB ATTACHMENT D - Insurance APPENDIX D: Required Forms APPENDIX D-1: Form of Performance Bond APPENDIX D-2: Form of Payment Bond APPENDIX D-3: Certificate of Corporate Principal APPENDIX D-4: Performance and Payment Guaranty Form: Unconditional Letter of Credit APPENDIX D-5: Certificate of Substantial Completion APPENDIX D-6: Final Certificate of Payment APPENDIX D-7: Form of Final Receipt APPROVED AS TO FORM &LANGUAGE &FOR EXECUTION City Attorney f Date • ITB 2018-240-ZD Furnish and Install Fire Alarm Systems— Page 9 Citywide (Individual Projects) ATTACHMENT A RESOLUTION COMMISSION ITEMS AND COMMISSION MEMORANDUM Coversheet • Page 1 of 3 Resolutions-C7 H MIAMI B EAC H COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L.Morales,City Manager DATE: December 12,2018 SUBJECT:A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO INVITATION TO BID (ITB) NO. 2018-240-ZD TO FURNISH AND INSTALL FIRE ALARM SYSTEMS REPLACEMENTS, TO AWARD BID LOCATIONS 1, 2, 3, 4, 5, 7, 8, AND 9 TO FIRE ALARM SYSTEMS AND SECURITY, INC. AND BID LOCATION 6 TO METRO DADE SECURITY SYSTEM, ,INC, THE LOWEST RESPONSIVE RESPONSIBLE BIDDERS FOR EACH GROUP, RESPECTIVELY; AND AUTHORIZING THE CITY MANAGER TO EXECUTE AGREEMENTS WITH FIRE ALARM SYSTEMS AND SECURITY, INC. AND METRO DADE SECURITY SYSTEM, INC. FOR THE AWARDED ITEMS; AND AUTHORIZING THE ADMINISTRATION TO ESTABLISH A POOL OF PRE- QUALIFIED BIDDERS WITH FIRE ALARM SYSTEMS AND SECURITY, INC., METRO DADE SECURITY SYSTEM, INC.AND ELECTRONIC SECURITY& LOW VOLTAGE SOLUTIONS LLC FOR FUTURE FIRE ALARM SYSTEMS REPLACEMENT PROJECTS; AND FURTHER AUTHORIZING THE CITY MANAGER TO AWARD FUTURE FIRE ALARM SYSTEMS REPLACEMENT PROJECTS PURSUANT TO THE POOL OF PREQUALIFIED CONTRACTORS FOR PROJECTS WITH A NOT TO EXCEED PROJECT AMOUNT OF$200,000. RECOMMENDATION Adopt the Resolution. ANALYSIS Fire alarm systems are required by law and are an important part of assuring the safety of the residents, visitors and employees that utilize these facilities. Currently, the fire alarm systems at the following locations are in dire need of replacement: parking garages located on 13th Street, 42nd Street and 7th Street, the Fire Station No. 2 and 3, the Fleet/Sanitation building, the Historic City Hall, Police Athletic League (PAL) building, the Police Headquarter and adjacent parking garage. After years of construction of these buildings, significant retrofit activity is often required to maintain these buildings to current safety and efficiency standards. Of prime concern to the City are the life safety systems within these buildings which now require attention, and typically some degree of upgrade or replacement of the fire alarm system. Existing fire alarm systems may require replacement for several reasons, including: increased failure rates of system components; inability of manufacturers to provide replacement parts (particularly microprocessors and power supplies); failure of the system to meet owner/occupants current needs; and the lack of trained service personnel with adequate knowledge and understanding of older model fire alarm systems. Therefore, the City sought to establish contracts to furnish and install fire alarm systems in the aforementioned locations. Additionally, through this ITB, the City sought to establish a pool of pre-qualified contractors in an effort to expedite the replacement of fire alarm systems as the need arises. ITB PROCESS ITB No. 2018-240-ZD was issued on October 1, 2018 with a bid opening date of November 13, 2018. Six (6) addenda were issued. The Procurement Department issued bid notices to 218 companies utilizing www.publicpurchase.com website and 175 via email notification. Sixty-three (63) prospective bidders accessed the advertised solicitation. The notices resulted in the receipt of four (4) responses from: Fire Alarm Systems and Security Inc, Electronic Security & Low Voltage Solutions LLC, Metro Dade Security Systems, Inc. and ABAR Technology Group Corp. The bid submitted by ABAR Technology Group Corp fail to meet the requirements established in Section 400, entitled "Bid Submittal Requirements and Format." Said Section requires that proposers submit bids in an https://miamibeach.novusagenda.com/agendapublic/CoverSheet.aspx?Item... 12/26/2018 Coversheet Page 2 of 3 opaque, sealed envelope or container on or before the due date established for the receipt of bids. It also specifically states that bids received electronically, either through email or facsimile, are not acceptable and will be rejected.ABAR Technology Group Corp sent its bid via email and was therefore deemed nonresponsive. The ITB stated that the lowest responsive, responsible bidder meeting all terms, conditions, and specifications of the ITB will be recommended for award. In its due diligence, the Procurement and Property Management Departments verified that the lowest responsive bid submitted by Fire Alarm Systems and Security Inc. and Metro Dade Security Systems, Inc., met the requirements of the ITB, including licensure and bonding capacity. Accordingly, Fire Alarm Systems and Security Inc. has been deemed the lowest responsive and responsible bidder for the parking garages located on 13th Street, 42nd Street and 7th Street, the Fire Station No. 2 and 3, the Historic City Hall, Police Athletic League (PAL) building, the Police Headquarter and adjacent parking garage and met all terms, conditions, and specifications of the ITB. Further, Metro Dade Security Systems, Inc. was deemed the lowest responsive and responsible bidder for the Fleet/Sanitation building and met all terms, conditions, and specifications of the ITB. See Attachment A: Bid Tabulation. Below is a summary of the firms. Fire Alarm Systems and Security Inc. is certified as an Alarm System Contractor I through the State of Florida, Division of Business and Professional Regulations and has anactivestatus as a Florida corporation. Fire Alarm Systems and Security Inc. has previously contracted with the City of Miami Beach for fire alarm systems monitoring services via ITB 48-11/12 and again in ITB 2016-050-MT. Additionally, Fire Alarm Systems and Security Inc. has received satisfactory feedback from projects similar in scope. The evaluations included its experience and qualifications, ability to manage project costs, maintain project schedule and overall customer satisfaction. Metro Dade Security Systems, Inc. is certified as an Alarm System Contractor I through the State of Florida, Division of Business and Professional Regulations and has an active status as a Florida corporation. Metro Dade Security Systems, Inc. is also an awarded vendor for Miami Dade County Contract No. 6694-4/11-4 for services to fire alarm systems. Additionally, Metro Dade Security Systems, Inc. has received satisfactory feedback from projects similar in scope. The evaluations included its experience and qualifications, ability to manage project costs, maintain project schedule and overall customer satisfaction. For the prequalification pool portion of the ITB, the bids received from Fire Alarm Systems and Security Inc., Electronic Security & Low Voltage Solutions LLC and Metro Dade Security Systems, Inc. indicated that they wish to be pre-qualified to participate in future-pricing-competition on.an as needed basis. All three firms have • been deemed to be qualified per the ITB requirements. In the cases where the City needs to replace or repair a fire alarm system, the requesting department shall invite the three (3) pre-qualified bidders and request pricing for each project. It is recommended that the City Manager, in order to expedite these.fire alarm replacements, be authorized to award future projects to the lowest responsive contractor for projects with a project amount not to exceed $200,000. CONCLUSION After considering the bids received and the evaluation of staff, pursuant to ITB 2018-240-ZD, I recommend that the Mayor and City Commission of the City of Miami Beach, Florida, approve the Resolution, pursuant to Invitation to Bid (ITB) No. 2018-240-ZD to furnish and install fire alarm systems replacements, to award Bid Locations 1, 2, 3, 4, 5, 7, 8, and 9 to Fire Alarm Systems and Security, Inc. and Bid Location 6 to Metro Dade Security Systems, the lowest responsive responsible bidders for each group, respectively; and authorizing the City manager to execute agreements with Fire Alarm Systems And Security, Inc. and Metro Dade Security Systems, Inc. for the awarded items; and, further, to establish a pool of pre-qualified bidders for future fire alarm systems replacement projects; and delegating to the City Manager the authority to award future fire alarm systems replacement projects pursuant to the prequalified pool of contractors for projects with a not to exceed project amount of$200,000. I KEY INTENDED OUTCOMES SUPPORTED Build And Maintain Priority Infrastructure With Full Accountability FINANCIAL INFORMATION Expenditures will be based on previously approved funding. Legislative Tracking Property Management/Procurement https://miamibeach.novusagenda.com/agendapublic/CoverSheet.aspx?Item... 12/26/2018 Coversheet Page 3 of 3 ATTACHMENTS: Description ❑ Attachment A ❑ Resolution https://miamibeach.novusagenda.com/agendapublic/CoverSheet.aspx?Item... 12/26/2018 RESOLUTION NO. 2018-30625 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO INVITATION TO BID (ITB) NO. 2018-240-ZD TO FURNISH AND INSTALL FIRE ALARM SYSTEMS REPLACEMENTS, TO AWARD BID LOCATIONS 1, 2, 3, 4, 5, 7, 8,' AND 9 TO FIRE ALARM SYSTEMS AND SECURITY, INC. AND BID LOCATION 6 TO METRO DADE SECURITY SYSTEM, INC, THE LOWEST RESPONSIVE RESPONSIBLE BIDDERS FOR EACH GROUP, RESPECTIVELY; AND AUTHORIZING THE CITY MANAGER TO EXECUTE AGREEMENTS WITH FIRE ALARM SYSTEMS AND SECURITY, INC. AND METRO DADE SECURITY SYSTEM, INC. FOR THE AWARDED ITEMS; AND AUTHORIZING THE ADMINISTRATION TO ESTABLISH A POOL OF PRE-QUALIFIED BIDDERS WITH FIRE ALARM SYSTEMS AND SECURITY, INC., METRO DADE SECURITY SYSTEM, INC. AND ELECTRONIC SECURITY & LOW VOLTAGE SOLUTIONS LLC FOR FUTURE FIRE ALARM SYSTEMS REPLACEMENT PROJECTS; AND FURTHER AUTHORIZING THE CITY MANAGER TO AWARD FUTURE FIRE ALARM SYSTEMS REPLACEMENT PROJECTS PURSUANT TO THE POOL OF PREQUALIFIED CONTRACTORS FOR PROJECTS WITH A NOT TO EXCEED PROJECT AMOUNT OF $200,000. WHEREAS, the City currently owns and maintains the following facilities: the parking garages located on 13th Street, 42" Street and 7th Street, the Fire Station No. 2 and 3, the Fleet/Sanitation building, the Historic City Hall, Police Athletic League (PAL) building, the Police Headquarter and adjacent parking garage; and WHEREAS, the existing fire alarm systems at these facilities require replacement due to increased failure rates of system components, inability of manufacturers to provide replacement parts (particularly microprocessors and power supplies), failure of the system to meet owner/occupants current needs and the lack of trained service personnel with adequate knowledge and understanding of older model fire alarm systems; and WHEREAS, on October 1, 2018, the City issued ITB No. 2018-240-ZD to establish contracts to furnish and install fire alarm systems in these locations and establish a pool of pre- qualified bidders for future projects on an as needed basis; and WHEREAS, a voluntary pre-proposal meeting was held on October 15, 2018; and WHEREAS, on November 13, 2018, the City received a total of four(4) bids; and • ,WHEREAS, ABAR Technology Group Corp submitted its bid via email and was, therefore, deemed nonresponsive; and WHEREAS, the ITB stated that the lowest responsive, responsible bidder meeting all terms, conditions and specifications of the ITB will be recommended for award; and WHEREAS, Fire Alarm Systems and Security Inc. has been deemed the lowest responsive and responsible bidder for the parking garages located on 13th Street (Bid Location 1), 42' Street (Bid Location 2), and 7th Street (Bid Location 3), the Fire Station No. 2 (Bid Location 4) and 3 (Bid Location 5), the Historic City Hall (Bid Location 7), Police Athletic League (PAL) building (Bid Location 8), the Police Headquarter and adjacent parking garage (Bid • Location 9); and WHEREAS, Metro.Dade Security System, Inc. was deemed the lowest responsive and responsible bidder for the Fleet/Sanitation building (Bid Location 6); and • WHEREAS, on November 14, 2018, the Mayor and City Commission approved the recommendation of the Finance and City-Wide Projects Committee, pursuant to Resolution 2018-30605, to establish prequalified pools of contractors to expedite City projects; and WHEREAS, the ITB allowed for the establishment of a prequalified pool of contractors for future projects; and WHEREAS, Fire Alarm Systems and Security Inc., Electronic Security & Low Voltage Solutions LLC and Metro Dade Security ,Systems, Inc. submitted a bid to be considered for the pre-qualified contractors for future projects and have all been deemed to be qualified per the requirements of the ITB; and WHEREAS, in the cases where the City needs to expedite replacement or repair of a fire alarm system, given the life safety nature of these systems, the requesting department shall invite the three (3) pre-qualified contractors to submit pricing for the project; and WHEREAS, to expedite fire alarm replacement projects, it is beneficial to authorize the City Manager to award the above referenced future projects from the pool of prequalified contractors, for projects with a not to exceed amount of$200,000 each. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, hereby accept the recommendation of the City Manager, pursuant to Invitation to Bid (ITB) No. 2018-240-ZD to furnish and install fire alarm systems replacements, to award Bid Locations 1, 2, 3, 4, 5, 7, 8, and 9 to Fire Alarm Systems and Security, Inc. and Bid Location 6 to Metro Dade Security System, Inc., the lowest responsive responsible bidders for each group, respectively; and authorize the City Manager to execute agreements with Fire Alarm Systems And Security, Inc. and Metro Dade Security System, Inc. for the awarded items; and authorize the Administration to establish a pool of pre-qualified bidders with Fire Alarm Systems and Security, Inc., Metro Dade Security System, Inc. and Electronic Security & Low Voltage Solutions LLC for future fire alarm systems replacement projects; and further authorize the City Manager to award future fire alarm systems replacement projects pursuant to the prequalified pool of contractors for projects with a not to exceed project amount of$200,000. 11��� PASSED AND ADOPTED this 1?- day of A'Cev b5,018. Dan Gelber, mayor ATTE • Rafael . Granado, City Clerk, .00:A ........ T:\AGENDA\2018\12 December\Procurement\ITB(040-ZD _11-; arm systems ASO •• ITB-201A4BV15i nstall fire alarm systems-Citywide(individual projects)4c r INCORP ORATED: * : FORM& LANGUAGE r &FOR EXECUTION t 44pCr� 26 <" City Attorney 41/4 T-- Dote ATTACHMENT A: BID TABULATION ITB 2018-240-ZD TO FURNISH AND INSTALL FIRE ALARM SYSTEMS-CITYWIDE (INDIVIDUAL PROJECTS) Metro Dade Security Electronic Security&low Fire Alarm Systems and Project Locations Systems,Inc.' - Voltage Solutions LLC2 Security Inc.' ITB PRICE FORM-1 13th STREET PARKING GARAGE(60130) $47,134 $37,537 $25,5001 ITB PRICE FORM-2 42nd STREET PARKING GARAGE(69370) $112,246 $43,125 $31,000' ITB PRICE FORM-3 7th STREET PARKING GARAGE(69310) $141,030 $39,537 $22,000' ITB PRICE FORM-4 FIRE STATION if 2(60077) $78,730 N/B $65,000' ITB PRICE FORM-5 FIRE STATION It 3(67200) $49,900 N/B $40,000' ITB PRICE FORM-6 FLEET/SANITATION(69470) $12,0601 $38,844 $28,000 ITB PRICE FORM-7 HISTORIC CITY HALL(60618) $138,500 N/B $105,0001 ITB PRICE FORM-8 POLICE ATHLETIC LEAGUE BUILDING(61100) $80,900 N/B $25,0001 ITB PRICE FORM-9 POLICE HQ& PARKING GARAGE(68720) $167,000 N/B $124,0001 • 'Recommended for award 'Pre-Qualification pool ATTACHMENT B INVITATION TO BID (ITB) AND ADDENDUMS 1 MIAMI BEACH Procurement Department, 1755 Meridian Avenue,3'd Floor,Miami Beach,Florida 33139,www.miamibeachfl.gov,305-673-7490 ADDENDUM NO. 6 INVITATION TO BID NO. 2018-240-ZD FURNISH AND INSTALL FIRE ALARM SYSTEMS-,CITYWIDE(INDIVIDUAL PROJECTS) November 9, 2018 This Addendum to the above-referenced ITB is issued in response to questions from prospective bidders, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only(deletions are shown by strikethrough and additions are underlined). I. ITS DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m.. on Tuesday, November 13, 2018, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late bids will not be accepted. Bidders are cautioned to plan sufficient time to allow for traffic or other delays for which the Bidder is solely responsible. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado[c�miamibeachfl.gov Contact Telephone: Email: Kristy Bada 305-673-7000 ext. 6218 kristvbada anmiamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB1 submission. Potential bidders that have elected not to submit a response to the ITB are requested to complete and retur he "Notice to Prospective Bidders" questionnaire with the reason(s)for not submitting a proposal: no = y, flAt.Al De Pr cure Ll at Director i ADDENDUM NO.6 INVITATION TO BID(ITB)NO.2018-240-ZD /" FURNISH AND INSTALL FIRE ALARM SYSTEMS-CITYWIDE(INDIVIDUAL PROJECTS) MIAMIBEACH Procurement Department, 1755 Meridian Avenue, 3'd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov, 305-673-7490 ADDENDUM NO. 5 INVITATION TO BID NO. 2018-240-ZD FURNISH AND INSTALL FIRE ALARM SYSTEMS- CITYWIDE(INDIVIDUAL PROJECTS) November 1, 2018 This Addendum to the above-referenced ITB is issued in response to questions from prospective bidders, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. RESPONSES TO QUESTIONS RECEIVED: Q1. Are the timelines for completion provided on the ITB to run consecutive? Al. No. Q2. Please confirm what the actual addresses are for Fire Station No.2 and Fire Station No.3. ' � I A2. Fire Station No. 2: 2300 Pine Tree Drive, Miami Beach, FL 33139 Fire Station No. 3: 5300 Collins Avenue, Miami Beach, FL 33139 Q3. Are these alarms all existing system that are being replaced which include wiring? Or are we to use existing wiring? • A3. Yes, the fire alarms are existing and must remain in operation while the new alarm system is being installed. The Contractor shall provide a Phasing Plan to the City's Building Department and it must be approved in order to be able to use existing wiring. Q4.i Are we liable for the fire watch that need s to take place as a consideration on our end? If so, what will be the hours expected? A4. Yes, the Contractor is liable for the fire watch. Fire watch hours are to be coordinated with the City's project manager. Q5. For the Historic City Hall location, is there any asbestos or other material that we may need to worry about when at the site? A5. At this time it is unknown. If necessary, the City will procure testing services. 1 ADDENDUM NO.5 i INVITATION TO BID(ITB)NO.2018-240-ZD FURNISH AND INSTALL FIRE ALARM SYSTEMS-CITYWIDE(INDIVIDUAL PROJECTS) Q6. What are the working hours for all locations? Are there any that may be different? A6: Refer to the table below for working days and hours of all locations. *Times are subject to change in order to minimize disruption with the possibility of working hours to be outside of the normal time frame. ** Requires,escort by Property Management personnel at all times. -- _ _ . ..::,..Location(s) - . Days and Time 7th Street Parking Garage* Monday- Friday 7:30 am—5:00 pm • 13th Street Parking Garage* Monday- Friday 7:30 am—5:00 pm , 42nd Street Parking Garage* Monday- Friday 7:30 am—5:00 pm Fire Station No. 2* Monday- Friday 8:00 am—4:00 pm Fire Station No. 3* Monday- Friday 8:00 am—4:00 pm Fleet/Sanitation* Monday- Friday 7:30 am—5:00 pm Historic City Hall * Monday- Friday 8:00 am —4:00 pm • P.A.L. Building* Monday- Friday 7:30 am—5:00 pm Police Headquarters & Parking Monday- Friday 8:00 am—4:00 pm j Garage** Q7. Do all locations allow for work to be performed during regular working hours? A7. Refer to response A5 above. Q8. On the existing systems, the City has a company servicing these systems. Will those companies respond to any issues that may come up while work is being performed for the replacement of those systems since they will be parallel systems? A8. Yes. Q9. Once the new systems are installed, will the installing company assume maintenance of the system or is that a separate service that will be bid out? Or will you transfer into the same company currently contracted? A9. Once the new systems are installed a one,year warranty for parts and labor should go into effect. Once the one year warranty has expired then these locations should be maintained as part _of our current Fire Alarm Maintenance contract. • 2 1 ADDDNO.S INVITATIONENUM TO BID(ITB)NO.2018-240-ZD i FURNISH AND INSTALL FIRE ALARM SYSTEMS-CITYWIDE(INDIVIDUAL PROJECTS) Q10. Does the City want any specific manufacturer or common provider of these systems? (in the meeting list of mfg. available- please revisit such list was not provided in the ITB). A10. No. The requirement is that the systems are to be non-proprietary. Q11. As far as certifications or listings of the systems, does the City have any preference such as UL or BTL? All. UL certified as referenced in the plans. Q12. Will the inspector request such certifications at inspection time? Al2. UL Certification will be required for final inspection. Q13. As far as code requirements, since we are replacing the systems, as the Contractor we would need to bring the systems up to current code.-If we have questions pertaining to the design or plans available, how should it be addressed? A13. All questions pertaining to the design or plans are to be routed through the City's Property Management representative for that specific location. Q14. How is the permitting of all systems being handled? Who is responsible for paying for the permits? A14. The City will reimburse for all permits. Q15. Can you please clarify if payments be processed upon completion of the entire installation of the systems? A15. Yes, payment will be processed upon completion and final inspection has passed per site. Q16. Is a bid bond required for each project bid or one bid bond for all projects suffice? A16. Bid bonds are not a requirement of these projects. Q17. Also, is the surety letter required for each project bid or one surety letter for all projects bid? A17. One (1) surety letter is sufficient for all projects bid. If bidding on multiple projects, the bonding limit must exceed the aggregate amount for all projects bid. Q18. Does the City have a project schedule available? A18. No. Contractor shall provide an individual project schedule (gantt chart) per location awarded. Q19. Are there any projects that are considered a priority? A19. Yes. Priorities will be determined upon award to Contractors. 3 ADDENDUM NO.5 INVITATION TO BID(ITB)NO.2018-240-ZD FURNISH AND INSTALL FIRE ALARM SYSTEMS-CITYWIDE(INDIVIDUAL PROJECTS) Q20. With regards to Addendum # 1 and any future one's, where do we acknowledge receipt? A20. Refer to Appendix A, Attachment A-2 of the ITB. Q21. Will there be any Fire Watch required and if so who absorbs that cost? A21. Refer to response A4 above. Q22. Can existing wiring and conduit be left in place if not used? A22. Refer to response A3 above. Q23. Will there be progress billing based on the schedule of values (SOV)? A23. No. Q24. Will all projects be awarded simultaneously? A24. Yes, the City's intent is to award all individual projects at the same time. Refer to Section 0200, Instructions to Bidders, Sub-section 10. Method of Award of the ITB for further details. • Q25. If painting and or patching is required who will absorb that cost? A25. Contractor. Any costs associated with the furnishing and installation of each • system shall be included within the price forms provided for each respective project. Q26. Will a.performance bond be required for all projects or just project above a certain cost i.e 50k, 75k, 100k? A26. A performance and payment bond is required for each project. Q27. Will there be any on-site'visits available and if so how do we schedule? A27. Site visits were already conducted. Q28. Can exposed conduit be run as allowed by code? A28. Yes. It shall be weather/waterproof as required by code. Q29. Please acknowledge if any and all UL approved Fire Alarm panels and devices are permissible as long as they comply with specs? A29. Yes, refer to responses Al 0 and A11 above. Q30. Are these all new installations or takeovers of existing installations? A30. These are takeover of existing installations. • 11930,115. 4 ADDENDUM NO.5 INVITATION TO BID(ITB)NO.2018-240-ZD FURNISH AND INSTALL FIRE ALARM SYSTEMS-CITYWIDE(INDIVIDUAL PROJECTS) • Any questions regarding. this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado a(�miamibeachft.gov Contact: Telephone: Email: Zuleika Davidson 305-673-7000 ext. 6943 zuleikadavidsonna,miamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential bidders that have elected not to submit a response to the ITB are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s)for not submitting a proposal. e Al: -nis • Pr•curement Director • • • • • • • • • 5 . ADDENDUM NO.5 INVITATION TO BID(ITB)NO.2018-240-ZD FURNISH AND INSTALL FIRE ALARM SYSTEMS-CITYWIDE(INDIVIDUAL PROJECTS) MIAMIBEACH Procurement Department, 1755 Meridian Avenue, 3' Floor, Miami Beach, Florida• 33139, www.miamibeachfLgov, 305-673-7490 ADDENDUM NO.4 INVITATION TO BID NO. 2018-240-ZD FURNISH AND INSTALL FIRE ALARM SYSTEMS-CITYWIDE(INDIVIDUAL PROJECTS) October 30,2018 This Addendum to the above-referenced ITB is issued in response to questions from prospective bidders, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only(deletions are shown by strikethrough and additions are underlined). I. ITB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Monday, November 12, 2018, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late bids will not be accepted. Bidders are cautioned to plan sufficient time to allow for traffic or other delays for which the Bidder is solely responsible: '.,FOES[EUMINO•,ADDE1Vl1WWILVPROVIDE;.RE,SPQNSEa TO QUESTIONS RECEtVEEli'`.r.;` Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(c�miamibeachfl.gov Contact: Telephone: Email: Zuleika Davidson 305-673-7000 ext. 6943 zuleikadavidson@miamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential bidders that have elected not to submit a response to the ITB are requested to complete and retu e "Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. nc el , AI enis Pr curem Director i ADDENDUM NO.4 INVITATION TO BID(ITB)NO.2018-240-ZD FURNISH AND INSTALL FIRE ALARM SYSTEMS-CITYWIDE(INDIVIDUAL PROJECTS) MIAMIBEACH Procurement Department, 1755 Meridian Avenue, 3td Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov, 305-673-7490 ADDENDUM NO. 3 INVITATION TO BID NO. 2018-240-ZD FURNISH AND INSTALL FIRE ALARM SYSTEMS- CITYWIDE (INDIVIDUAL PROJECTS) October 25, 2018 This Addendum to the above-referenced ITB is issued in response to questions from prospective bidders, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only(deletions are shown by strikethrough and additions are underlined). • I. ITB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Monday, November 5, 2018, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue,23rd Floor Miami Beach, Florida 33139 Late bids will not be accepted. Bidders are cautioned to plan sufficient time to allow for traffic or • other delays for which the Bidder is solely responsible. • 1 IKOR MQII KG7 DDENDUIMIWMFIR:tOV1DI RESPgNSE`107QUE ONS,RECEIVED_,:k3 Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(amiamibeachfl.gov Contact: Telephone: Email: Zuleika Davidson. 305-673-7000 ext. 6943 zuleikadavidson(a�miamibeachfl.gov • Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential bidders that have elected not to submit a response to the ITB are requested to complete and • return the"Notice to Prospective Bidders" questionnaire with the reason(s)for not submitting a proposal. Sinc-r=y v , Alex deni Proc ent Director • 1 ' ADDENDUM NO.3 INVITATION TO BID(ITB)NO.2018-240-ZD L FURNISH AND INSTALL FIRE ALARM SYSTEMS-CITYWIDE(INDIVIDUAL PROJECTS) MIAMIBEACH Procurement Department, 1755 Meridian Avenue, 3`a Floor, Miami Beach, Florida 33139, ww'v.miamibeachfl.gov, 305-673-7490 ADDENDUM NO. 2 INVITATION Tp BID NO. 2018-240-ZD FURNISH AND INSTALL FIRE ALARM SYSTEMS- CITYWIDE(INDIVIDUAL PROJECTS) October 18, 2018 This Addendum to the above-referenced ITB is issued in response to questions from prospective bidders, or other clarifications and revisions issued by the City. Ther ITB is amended in the following particulars only(deletions are shown by strikethrough and additions are underlined). I. REVISION(S): A. The Invitation to Bid Summary has been updated as follows: Last Day for Receipt of Questions: October 4-2-19, 2018 AT 3:00 PM ET Bid Due Date & Time: October 22 29, 2018 AT 3:00 PM ET Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranadoAmiamibeachfl.gov Contact: Telephone: Email: Zuleika Davidson 305-673-7000 ext. 6943 zuleikadavidson(a miamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential bidders that have elected not to submit a response to the ITB are requested to complete and return the"Notice to Prospective Bidders'questionnaire with the reason(s)for not submitting a proposal. i -rely, lexD- Procu - ent Director 1 ADDENDUM NO.2 INVITATION TO BID(ITS)NO.2018-240-ZD FURNISH AND INSTALL FIRE ALARM SYSTEMS-CITYw1DE(INDIVIDUAL PROJECTS) MIAMI BEACH. Procurement Department, 1755 Meridian Avenue, 3'd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov, 305-67,3-7490 ADDENDUM NO. 1 INVITATION TO BID NO. 2018-240-ZD' FURNISH AND INSTALL FIRE ALARM SYSTEMS- CITYWIDE(INDIVIDUAL PROJECTS) October 8, 2018 This Addendum to the above-referenced ITB is issued in response to questions from prospective bidders, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only(deletions-are shown by strikethrough and additions are underlined). I. REVISION(S): A. The Pre-Bid meeting has been updated as follows: Pre-Bid Conference October 8 15, 2018 @ 10:00 AM ET Date, Time, & Location: Procurement Department ❑ Meeting is Mandatory(only if box is 3rd Floor; Conference Room checked) 1755 Meridian Avenue Miami Beach, FL 33139 Dial-in Instructions: • Dial the Telephone Number: 1-888-270-9936 • Enter the Meeting Number: 9415468 and then press the pound (#) key Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(a-miamibeachfl.aov Contact: Telephone: Email: Zuleika Davidson 305-673-7000 ext. 6943 zuleikadavidsonamiamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential bidders that have elected not to submit a response to the ITB are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. in r lex D s rocu ent Director • 1 ADDENDUM NO.1 • INVITATION TO BID(ITB)NO.2018-240-ZD FURNISH AND INSTALL FIRE ALARM SYSTEMS-CITYWIDE(INDIVIDUAL PROJECTS) INVITATION TO BID (ITB FURNISH AND INSTALL FIRE ALARM SYSTEMS- CITYWIDE (INDIVIDUAL PROJECTS) ITS No. 2018-240-ZD BID ISSUANCE DATE: OCTOBER 1, 2018 BID OPENING: OCTOBER 22, 2018 ISSUED BY: ZULEIKA DAVIDSON MIAMIBEACH Zuleika Davidson, Contracting Officer 1 PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor,Miami Beach, FL 33139 305.673.7000 x7490 I www.miamibeachfl.gov zuleikadavidson@miamibeachfl.gov NY BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 1 INVITATION TO BID SUMMARY MIAMI BEACH Bid Element Description Invitation to Bid No. 2018-240-ZD Refer to Appendix F for estimated construction budget for Estimated Construction Budget each project. ITB Title: FURNISH AND INSTALL FIRE ALARM SYSTEMS- CITYWIDE (INDIVIDUAL PROJECTS) (INDIVIDUAL PROJECTS) Basic Description of the Scope of Work: The City seeks Proposals from firms to furnish and install fire alarm systems throughout various City locations. Additionally, it is the intent of the City to pre-qualify Bidders who wish to participate in a pre-qualification pool to furnish and install fire alarm systems on as-needed basis for future pricing competition. Bid Issuance: October 1, 2018 Technical Drawings and Specifications 'are available for free download at: www.publicpurchase.com OR are available on CD for pick up for a fee of$20.00 at: Procurement Department Third Floor; 1755 Meridian Avenue Miami Beach, FL 33139 Pre-Bid Conference October 8, 2018 @ 10:00 AM ET Date, Time, & Location: Procurement Department ❑ Meeting is Mandatory(only if box is checked) 3rd Floor; Conference Room 1755 Meridian Avenue Miami Beach, FL 33139 Dial-in Instructions: • Dial the Telephone Number: 1-888-270-9936 • Enter the Meeting Number: 9415468 and then press the pound (#) key Site Visit There will not be a scheduled site visit; however, Date, Time, & Location: contractors are encouraged to visitthe site, at their convenience. Any bidder visiting the Police Department is ❑ Site Visit is Mandatory(only if box is checked) required to setup an appointment prior to visiting PD with the Property Management Project Manager since PD requires visitors to be escorted. Last Day for Receipt of Questions: October 12, 2018 AT 3:00 PM ET Bid Due Date &Time: October 22, 2018 AT 3:00 PM ET BID NO:2018-240-ZD CITYOF MIAMI BEACH MiAN\BEACH 2 Bid Opening Date and Time: Immediately following the above due time or as close as feasibly possible. Formal Bid Opening Location Procurement Department (respond to): Third Floor 1755 Meridian Avenue Miami Beach, FL 33139 Response Format: Per bid documents: 1. Sealed Opaque Envelope (Properly Addressed)As per Section 0400 Below Basic Bid Requirements: 1. Bid Guaranty of 5% Please reference Section 0300 for detailed information. ❑ is required at the time of bid submission (per each project whose sum exceeds $200,000.00) ® is NOT required for this project. 2. Performance and Payment bond equal to 100% of the total project: ® SHALL be required prior to contracting with the successful bidder. Alternative security instruments will be considered under City Code. (Per each project) ❑ SHALL NOT be required for this project. Prevailing Wage Rates & Local Workforce [' SHALL be applied. Program Requirements ® SHALL NOT be applied unless project cost exceeds Please refer to Section 0200 and Appendix C $1,000,000 for a covered project. for detailed information and required forms for bid submittal. Project Completion Timeframe: Refer to Appendix-F, for detailed project(s) completion timeframe. Liquidated Damages: $200.00 shall be assessed for each day after Substantial Completion that the Worlds not complete. Procurement Contact Information: Zuleika Davidson , Contracting Officer I Phone: 305.673.7000 ext. 7490 E-mail: zuleikadavidson miamibeachfl. ov CONE OF SILENCE: Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the "Cone of Silence." The Cone of Silence ordinance is available at http://library.municode.com/index.aspx?clientlD=13097&statel D=9&statename=Florida. Any communication or inquiry in reference to this solicitatioli with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communicationis limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado,•_miamibeachfl.gov. NOTIFICATIONS AND AMENDMENTS: Bid Notifications and Amendments are issued through the City's partnership with Public Purchase. To ensure receipt of all amendments to this bid, please make sure that your company is registered at: www.publicpurchase.com BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 3 TABLE OF CONTENTS SOLICITATION SECTIONS PAGE 0100 DEFINITIONS 5 0200 INSTRUCTIONS TO BIDDERS 8 0300 MINIMUM QUALIFICATIONS AND REQUIREMENTS 13 0400 BID SUBMITTAL REQUIREMENTS & FORMAT 14 0500 GENERAL TERMS AND CONDITIONS 17 APPENDICES: PAGE APPENDIX A PRICE FORM, BID TENDER FORM, & SUPPLEMENTS 51 APPENDIX B LIST OF PLANS AND SPECIFICATIONS 86 APPENDIX C REQUIRED FORMS FOR BID SUBMITTAL 88 APPENDIX D REQUIRED FORMS (POST-AWARD) 99 APPENDIX E SAMPLE CONTRACT 111 'APPENDIX F PROJECT DETAILS 120 APPENDIX G SPECIFICATIONS/PLANS 122 • BID NO:-2018-240-ZD CITYOF MIAMI BEACH M1AMIBEACH 4 0100 DEFINITIONS: 1. Definitions: Whenever the following terms or pronouns in place of them appear in the Project Manual, the intent and meaning shall be interpreted as follows: 1.1 Bid: shall refer to any offer(s) submitted in response to this ITB. The terms "Bid" and "Bid Submittal" are used interchangeably. 1.2 Bidder: Any individual, firm, or corporation submitting a bid for this Project, acting directly or through a duly authorized representative. 1.3 Change Order: A written document ordering a change in the Contract Price or Contract Time or a material change. 1.4 City: The City (or Owner) shall mean'the City of Miami Beach, a Florida municipal corporation, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida 33139, which is a party hereto and /or for which this Contract is to be performed. In all respects hereunder, City's performance is pursuant to City's position as the owner of a construction project. In the event City exercises its regulatory authority as a governmental body, the exercise of such regulatory authority and the enforcement of any rules, regulations, laws and ordinances shall be deemed to have occurred pursuant to City's regulatory authority as_a governmental body and shall not be attributable in any manner to City as a party to this,Contract. 1.5 City Commission: City Commission shall mean the governing and legislative body of the City. 1.6 City Manager: City Manager shall mean the Chief Administrative Officer of the City. 1.7 Consultant: shall refer to a Registered Architect and/or Licensed Professional Engineer that has been contractedby the City to provide professional services for this project. 1.8 Contract: The part or section of the Contract Documents addressing some of the rights and duties of the parties hereto, including but not limited to contract time and liquidated damages. 1.9 Contract Administrator: The City's Contract Administrator shall mean the individual appointed by the City Manager who shall be the City's authorized representative to coordinate, direct, and review on behalf of the City, all matters related to the Project. The City's Contract Administrator for the Project shall be the Capital Projects Coordinator. 1.10 Contract Documents: The official documents setting forth bidding information, requirements and contractual obligations for the project and includes the Contract, Invitation to Bid, Scope of Work, Instructions to Bidders, Supplements, Technical Specifications, Exhibits, Certificated, Closeout Forms, General Conditions, Supplementary Conditions, Plans, Drawings, Addenda, Award by the City Commission, Bonds, Notice of Award, Notices to Proceed, Purchase Order(s), Change Order(s), Field Order(s), Supplemental Instructions, and any additional documents the submission of which is required by the Project. BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 5 1.11 Contract Price: The original amount established in the Bid Submittal and award by the City, as may be amended by Change Order. 1.12 Contract Time: The original time between commencement and completion, including any milestone dates thereof, established in Article 2 of the Sample Contract(Appendix E, attached), as may be amended by Change Order. 1.13 Contractor: The person or entity with whom the City has contracted and who is responsible for the acceptable performance of the Work and for the payment of all legal debts pertaining to the Work. All references in the Contract Documents to third parties',under contract or control of Contractor shall be deemed to be a reference to Contractor. 1.14 Field Order: A written order which orders minor changes in the Work but which does not involve a change in the Contract Price or Contract Time. 1.15 Final Completion: The date certified by Consultant in the Final Certificate of Payment upon' which all conditions and requirements of any permits and regulatory agencies have been satisfied; any documents required by the Contract Documents have been received by Consultant; any other documents required to be provided by Contractor have been received by Consultant; and, to the best of Consultant's knowledge, information, and belief, the Work defined herein has been fully completed in accordance with the terms and conditions of the Contract Documents. 1.16 Materials: Materials incorporated in this Project, or used or consumed in the performance of the Work. 1.17 Notice(s) to Proceed: Written notice to Contractor authorizing the commencement of the activities identified in the notice or as described in the Contract Documents. 1.18 Owner's Contingency: The Owner's Contingency is to cover construction related cost which were not specifically foreseeable or quantified as of the date of Bid submittal, including but not limited to the following: correction of minor defects or omissions in the Work not caused by the Contractor's negligence; cost overruns due to the default of any subcontractor or supplier; minor changes caused by unforeseen or concealed site conditions; and minor changes in the Work not involving adjustment in the Contractor Price or extension of the completion date and not inconsistent with the approved final plans and specifications. The Owner's Contingency is to be used solely at the discretion of the City. Prior approval by the City shall be required for the use of Owner's Contingency. 1.19 Plans and/or Drawings: The official graphic representations of this Project which are a part of the Contract Documents. 1.20 Program Manager: Not applicable. 1.21 Project: The construction project described in the Contract Documents, including the Work described therein. 1.22 Project Initiation Date: The date upon which the Contract Time commences. 1.23 Resident Project Representative: Not applicable. BID NO:2018-240-ZD CITYOF MIAMI BEACH W AM1BEACH 6 1.24 Responsible Bidder: An offeror who has the capability in all respects to perform fully the contract requirements, and the integrity and reliability which will assure good faith performance. 1.25 Responsive Bidder: A person or entity who has submitted a bid which conforms in all material respects to a solicitation. A bid or proposal of a Responsive Bidder must bei submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements by the bid documents to be submitted at the time of bid opening. 1.26 Subcontractor: A person or entity having a direct contract with Contractor 2 including one who furnishes material worked to a special design according to the Contract Documents, but does not include one who merely furnishes Materials not so worked. 1.27 Substantial Completion: The date certified in writing by Consultant, and as fully determined by the Contract Administrator in his/her sole discretion the work, or a portion thereof, is at a level of completion in substantial compliance with the Contract Documents such that all conditions and requirements of permits and regulatory agencies have been satisfied and the Work,is sufficiently complete in accordance with the Contract Documents so the Project is available for beneficial occupancy by City. A Certificate of Occupancy or Certificate of Completion and/or other authorization from the City acceptable to Contract Administrator must be issued for Substantial Completion to be achieved; however, the issuance of a Certificate of Occupancy or Certificate of Completion or the date thereof are not to be determinative of the achievement or date of Substantial Completion. 1 1.28 Surety: The surety company or individual which is bound by the performance bond and payment bond with and for Contractor who is primarily liable, and which surety 'company : or individual, is responsible for Contractor's satisfactory performance of the work under the contract and for the payment of all debts pertaining thereto in accordance with Section 255.05, Florida Statutes. 1.29 Work: The construction and services required by the Contract Documents, whether completed or.partially completed, and includes all other labor, materials, equipment and services provided or to be provided by Contractor to fulfill 'Contractor's obligations. The Work may constitute the whole or a part of the Project. Balance of Page Intentionally Left Blank BID NO:2018-240-ZD CITYOF MIAMI BEACH /I BEACH 7 0200 INSTRUCTIONS TO BIDDERS: 1. General: The following instructions are given for the purpose of guiding Bidders in properly preparing their bids. Such instructions have equal force and weight with other portions of the Contract Documents and strict compliance is required with all the provisions contained in the instructions. Bidders shall note that various paragraphs within these bid documents have a box ( ❑ )which may be checked ( ). If the box is checked, the language is made a part of the bid documents and compliance therewith is required of the Bidder; if the box is not checked, the language is not made a part of the bid documents. 2. Background and Scope of Work: After years of construction of many of these buildings, significant retrofit activity is often required to maintain these buildings to current safety and efficiency standards. Of prime concern to the City, are the life safety systems within these buildings which now require attention, and typically some degree of upgrade or replacement of the fire alarm system. Existing fire alarm systems may require replacement for a number of reasons, including: increased failure rates of system components; inability of manufacturers to provide replacement parts (particularly microprocessors and power supplies); failure of the system to meet owner/occupants current needs; andthe lack of trained service personnel with adequate knowledge and understanding of older model fire alarm systems. Therefore, the City seeks to establish contracts for identified projects, detailed further in Appendix F herein, as well to pre-qualify Bidders who wish to participate in a pre-qualification pool to furnish and install fire alarm systems on as-needed basis for future pricing competition. All vendors which meet or exceed the criteria established in this solicitation shall be placed on a pre-qualification list that may be accessed by various City departments in order to obtain price quotations for said equipment. 3. Abbreviations and Symbols: The abbreviations used throughout the Contract Documents are defined hereinafter in the Technical Specifications. The symbols used in the Plans are defined therein. 4. Examination of Contract Documents and Site: It is the responsibility of each Bidder before submitting a Bid, to: 4.1 Examine the Contract Documents thoroughly. 4.2 Visit the site or structure to become familiar with conditions that may affect costs, progress, performance or furnishing of the Work. 4.3 Take into account federal, state and local (City and Miami-Dade County) laws, regulations, permits, and ordinances that may affect costs, progress, performance, furnishing of the Work, or award. 4.4 Study and carefully correlate Bidder's observations with the Contract Documents. 4.5 Notify the City of all conflicts, errors or discrepancies in the Contract Documents of which Bidder knows or reasonably should have known. The submission of a Bid shall constitute an incontrovertible representation by Bidder that Bidder has complied with the above requirements and that without exception, the Bid is premised upon performing and furnishing the Work required by the Contract Documents and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. BID NO:2018-240-ZD CITYOF MIAMI BEACH M1AMIBEACH 8 5. Location of Work: Refer to Appendix F. 6. Pre-Bid Interpretations: Only questions answered by written Addenda will be binding and may supersede terms noted in this ITB. Oral and other interpretations or clarifications will be without legal effect. All questions about the meaning or intent of the Contract Documents are to be directed to the City's Procurement Director in writing. Interpretations or clarifications considered necessary by the City's Procurement Director in response to such questions will be issued by City by means of Addenda mailed or delivered to all parties recorded by the City's Procurement Director as having received the Bidding Documents. Written questions should be received no less than ten (10) calendar days prior to the date of the opening of Bids. There shall be no obligation on the part of City or the City's Procurement Director to respond to • questions received less than ten (10) calendar days prior to bid opening. 7. Printed Form of Bid: All bids must be made upon the blank Bid/Tender Form included herein and must give the price in strict accordance with the instructions thereon. The bid must be signed and acknowledged by the Bidder in accordance with the directions on the bid form. 8. Prevailing Wage Rates & Local Workforce Participation: Chapter 31, Articles II and III, of the Code of City of Miami Beach requires that the rate of wages and fringe benefits, or cash equivalent, for all laborers, ,mechanics and apprentices employed by any contractor or subcontractor on the work covered by the contract, shall not be less than the prevailing rate of wages and fringe benefit payments or cash equivalence for similar skills or classifications of work, as established by the Federal Register lasf published by the United States Department of Labor prior to the date of issuance of this solicitation. Additionally, the contractor will make its best reasonable efforts to promote employment opportunities for Miami-Dade County residents by seeking to achieve a project goal of having thirty percent (30%) of all construction labor hours performed by Miami-Dade County residents. The contractor shall also make its best reasonable efforts to promote employment opportunities for Miami Beach residents. Refer to Appendix C for additional information and requirements of these programs. 9. Acceptance*or Rejection of Bids: The City reserves the right to reject any or all bids prior to award. Reasonable efforts will be made to either award the Contract or reject all bids within one-hundred twenty (120) calendar days after bid opening date. A Bidder may not withdraw its bid unilaterally,nor change the Contract Price before the expiration of one hundred and twenty (120) calendar days from the date of bid opening. A Bidder may withdraw its bid after the expiration of one hundred twenty (120) calendar days from the date of bid opening by delivering written notice of withdrawal to the Procurement Department prior to award of the Bid by the Mayor and City Commission. In the event, the actual lowest, responsive, responsible bid exceeds the available funding for this project, the City reserves the right to negotiate in an effort to reduce the scope and limits of the project to match available funding and/or reject all bids received. 10. Method of Award: The City Commission shall award the contract to the lowest and best bidder. The "lowest and best bidder" shall be defined as the lowest, responsive, and responsible bidder. In determining the lowest and best bidder, and in addition to price, Section 2-369 of the City Code provides that the City may consider the following: a. The ability, capacity and skill of the bidder to perform the Contract. b. Whether the bidder can perform the Contract within the time specified, without delay or interference. c. The character, integrity, reputation, judgment, experience and efficiency of the bidder. d. The quality of performance of previous contracts. BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 9 e. The previous and existing compliance by the bidder with laws and ordinances relating to the Contract. 11. Contract Price: The Contract Price is to include the furnishing of all labor, materials, equipment including tools, shoring, services, permit fees, applicable taxes, overhead and profit for the completion of the Work except as may be otherwise expressly provided in the Contract Documents. The cost of any item(s) of Work not covered by a specific Contract unit price or lump sum price shall be included in the Contract unit price or lump sum price to which the item(s) is most applicable: 12. Postponement of Date for Presenting and Opening Bids: The City reserves the right to postpone the date for receipt and opening of bids and will make a reasonable effort to give at least five (5) calendar days written notice of any such postponement to all prospective Bidders. 13. Protested Solicitation Award: Protests concerning the bid specifications, requirements, and/or terms; or protests after the bid opening date in accordance with City Code Section 2-371, which establishes procedures for protested bids and proposed awards. Protests not submitted in a timely manner pursuant to the requirements of City Code Section 2-371 shall be barred. 14.Veteran Business Enterprises: Pursuant to City of Miami Beach Ordinance No. 2011-3748, the City shall give a preference to a responsive and responsible bidder which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within five percent (5%) of the lowest and best bidder, by providing such bidder an opportunity of providing said goods or contractual services for the lowest responsive bid amount. Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more bidders which are a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise constitute the lowest bid pursuant to an ITB or oral or written request for quotation, and such bids are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the service- disabled veteran business enterprise. 15. Equal Benefits Ordinance: Bidders are advised that this Bid and any contract awarded pursuant to this procurement process shall be subject to the applicable provisions of Ordinance No. 2005-3494, entitled "Requirement for City Contractors to Provide Equal Benefits for Domestic Partners (the "Ordinance")." The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. Bidders shall complete and return, with their bid, the "Declaration: Non-discrimination in Contracts and Benefits" form contained herein. The City shall not enter into any contract unless the Bidder certifies that such firm does not discriminate in the provision of Benefits between employees with Domestic Partners and employees with spouses and/or between the Domestic Partners and spouses of such employees. Contractors may also comply with the Ordinance by providing an employee with the Cash Equivalent of such Benefit or Benefits, if the City Manager or his/her designee determines that the successful Bidder/Contractor shall complete and return the "Reasonable Measures Application" contained herein, and the Cash Equivalent proposed. It is important to note that a Bidder is considered in compliance if bidder provides benefits neither to employees' spouses nor to employees' Domestic Partners. Bidders will find Attachment A-6 in Appendix A of this Solicitation which consists of an FAQ Section and Required Forms for Bid Submittal. BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 10 16. City Manager's Review: After considering the staff recommendation for award, the City Manager shall exercise his due diligence and recommend to the Mayor and City Commission the bid that the City Manager deems to be in the best interest of the City. 17. City Commission Authority: The City Commission shall consider the City Manager's recommendation(s) and, may approve or reject the City Manager's recommendation(s). The City Commission may also reject all bids received. The selection or approval by the City Commission shall not constitute a binding contract between the City and the selected or approved bidder(s). A binding contract will exist upon the completion as determined by the Administration, the City Attorney's Office form approving the contract or contracts, and the Mayor and City Clerk or their respective designees signing the contract(s) after the selected or approved bidder(s) has (or have) done so. Only the executed contract(s) will be binding on the contracting parties. 18. CITY OF MIAMI BEACH LICENSES, PERMITS AND FEES: Each license, permit or fee a Contractor will have to pay the City before or during construction or the percentage method or unit method of all licenses, permits and fees'REQUIRED BY THE CITY AND PAYABLE TO THE CITY by virtue of this construction as part of the Contract is as' follows: The City of Miami Beach will require occupational'licenses for Contractors as well as sub-contractors. Licenses, permits and fees which may be required by Miami-Dade County, the State of Florida; or other governmental entities are not included in the above list, but are listed as attached (next page) and included as an allowance in'the bid. Occupational licenses from City of Miami Beach firms will be required to be submitted within fifteen (15) days of notification of intent to award. Occupational licenses will be required pursuant to Chapter 205.065 Florida Statutes. NOTE: a) If the Contractor is a State of Florida Certified Contractor the following will be required: 1) Copy of State Contractors Certification 2) Place of Business Occupational License 3) Liability and Property Damage Insurance Certificate made to City of Miami Beach 4) Workers compensation or the exemption b) If a Dade County Licensed Contractor: 1) Dade Certificate of Competency in the Discipline Licensed 2) Municipal Contractors Occupational License 3) Liability and Property damage Insurance Certificate made to City of Miami Beach 4) Workers Compensation or the exemption NOTE: PLEASE PROVIDE COPIES OF ALL YOUR LICENSES AND CORPORATE CERTIFICATES WITH YOUR BID.SUBMITTAL. BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 11 19. PERMITS: The CONTRACTOR shall obtain and pay for any permits that may be required for execution of the work. 1. Building Permit(City of Miami Beach) 2. DERM 3. FDOT The successful contractor shall be responsible for obtaining all the required permits from the different appropriate agencies if necessary to complete the project. Balance of Page Intentionally Left Blank • r BID NO:2018-240-ZD CITYOF MIAMI BEACH, 1v\l,AMIBEACH 12 0300 MINIMUM QUALIFICATIONS AND REQUIREMENTS The Minimum Eligibility Requirements for this solicitation are listed below. Bidders that fail to comply with minimum requirements shall be deemed non-responsive and shall not have its bid considered. 1. Licensing Requirements: Bidder shall be State Certified by the State of Florida as an Electrical Contractor (EC), an Alarm Systems Contractor (EF), or a Registered Alarm System Contractor (EY) per Florida Statue 489 part H. The bidder shall have any other licenses and/or certifications required in conjunction with this bid solicitation and able to provide proof thereof upon two (2) business days from request by the City. The qualified bidder shall hold all required certified licenses at the time of the bid and throughout the term of the project in order to provide the scope of work as set forth in the bid documents. 2. Bidder must have the capability to provide a performance and payment bond for the project. The City reserves the right to require performance and payment bonds from the successful bidder. Bidders shall submit a Letter from an A-rated Financial Class V Surety Company, indicating the company's bonding capacity, in the amount not less than one hundred percent of the total base bid amount. Balance of Page Intentionally Left Blank l BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMIBEACH 13 0400. BID SUBMITTAL REQUIREMENTS AND FORMAT One original Bid Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of bids. Additionally, two (2) bound copy and one (1) electronic format (CD or USB format) are to be submitted. The following information should be clearly marked on the face of the envelope or container in which the bid is submitted: Bid Number, Bid Title, Bidders Name, and Bidder Return Address. Bids received electronically, either through email or facsimile, are not acceptable and will be rejected. In case of any discrepancy between the original hardcopy proposal and the electronic copies, the original hard copy proposal will be the governing document. The City reserves the right to request any documentation omitted, with exception of the Bid Price Form (Attachment A-1) and Bid Bond (if applicable). Bid Submittals received with no Bid Price or Bid Bond (if applicable) shall be deemed non-responsive. Bidder must submit any other omitted documentation within two (2) business days upon request from the City, or the bid may be deemed non-responsive. Non-responsive bid `packages will receive no further consideration. BID SUBMISSION FORMAT: Bid packages must contain the following information and documents, each fully completed, signed, and notarized (as required) in the order dictated below. Bid packages which do not include all required documentation, or are not submitted in the required format, or do not have the appropriate signatures or notarizations on each document, may be deemed non-responsive. Tab A. IDENTIFICATION PAGE AND TABLE OF CONTENTS 1. Bidder shall provide a Cover Page including the following information: • Name of Bidder. • Address of submitting Bidder. • E-mail address for the appropriate contact person at the submitting company. • Phone number and facsimile number of submitting Bidder. • Federal Tax Identification Number for submitting Bidder. • • Declaration regarding company organization, whether as Corporation, Partnership, or other. (Note: if co venture, specify) • Signature of an officer or other individual of the submitting Bidder who has the authority to bind said Bidder. • Printed name of the authorized signing officer or other individual. • Title of the authorized signing officer. • Date of signature. 2. Table of Contents. Tab B. MINIMUM QUALIFICATIONS AND SUBMITTAL REQUIREMENTS 1. Bidders shall provide evidence indicating compliance with the minimum requirement(s) of this ITB, as further detailed in Section 0300 Minimum Requirements. 2. Appendix C- Required Forms for Bid Submittal (as applicable). BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 14 Tab C. FINANCIAL STATEMENTS 1. D&B Suppler.Evaluation Report. Upon the request of City Administration after a Bid has been submitted, the lowest and best Bidder shall pay D&B to send the Supplier Qualifier Report(SQR) to the prospective Bidder and the Department through electronic means. The cost of the preparation of the D&B report shall be the responsibility of the prospective Bidder. The prospective Bidder shall request the report from D8B at the following website: https://supplierportal.dnb.com/webapphvcs/stores/servlet/SupplierPortal?sto re l d=11696 BIDDERS SHOULD NOT INCLUDE SQR REPORTS WITH THEIR BID SUBMITTALS. Financial Capacity shall only be evaluated for the lowest and best bidder to determine the responsibility of that contractor. Bidders shall submit SQR Reports electronically directly to the Procurement Contact listed herein upon request. 2. In addition to the D&B information, the City may require that proposers submit financial statements,for each of their last two complete fiscal years within ten (10) calendar days, upon written request. Such statements should include, as a minimum, balance sheets (statements of financial position) and statements of profit and loss (statement of net income). When the submittal is from a co-venture, each Proposers involved in the co- venture must submit financial statements as indicated above. Tab D. PREVIOUS EXPERIENCE AND KEY PERSONNEL It is a requirement of the bid that the Bidder staff the project with competent individuals and qualified supervisory personnel. To that end, the Bidder shall provide the following information: 1. Bidder (Business Entity), shall demonstrate the Contractor Team's (i.e., General Contractor, sub-contractors, and key personnel) ability to execute the type of work described within the Contract Documents of this Invitation to Bid. 2. An organizational chart listing the proposed key personnel, their qualifications and their roles in the project, resumes which shall include educational background, work experience, employment history, and any other pertinent information. Where applicable, Bidder team members shall also submit current and valid certifications and/or licenses for their individual scope of supervision. At a minimum, the bidder shall include the following proposed project team members: • Construction Project Manager • Construction Superintendent • Site'Foreman and/or Estimator 3. A staffing plan that clearly illustrates the key elements of the proposed organizational structure. The staffing plan should indicate the availability of the personnel proposed to work on the Project. The staffing plan should also indicate the name of the individual who will serve as the primary contact with City. Bidder shall clearly detail the role of all ) .sub-contractors proposed for the Project. BID NO:2018-240-ZD CITYOF MIAMI BEACH l`v1.II 'AI BEACH 15 4. Previous Experience of Bidder: Bidder should have completed at least three (3) similar projects in scope demonstrating their experience in furnishing and installing fire alarm systems for commercial or governmental agencies within the past ten (10) years. Submittal Requirement: Submit at least three (3) similar projects in scope demonstrating bidders' or bidder's team member's experience in furnishing and installing fire alarm systems for commercial or governmental agencies. For the referenced projects that meet the qualification requirements, the Bidder should submit the following information: 1) Project name, 2) Brief Description of Project, 3) ' Date of Completion, 4) Contract amount, 5) Owner's Representative, 6) Owner's Representative Contact information to include: Name, Title, Telephone number, address, and e-mail address. Tab E. BID PRICE Bidders are required to submit their bid price using the Invitation to Bid Proposal Price Form found in Appendix A, Attachment A-1. FAILURE TO SUBMIT THE MOST RECENT BID PROPOSAL FORM (EITHER INCLUDED IN THE ORIGINAL ITB OR RELEASED VIA AN ADDENDUM MAY RESULT IN BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED. Balance of Page intentionally Left Blank • BID NO:2018-240-ZD CITYOF MIAMI BEACH MIN'AIBEACH 16 0500. GENERAL TERMS AND CONDITIONS: 1. Personnel Requirements: Superintendent must have at least five (5) years of experience in projects of similar design, scope, size and complexity. The Project Manager must have at least five (5) years of experience in projects of imilar design, scope, size and complexity. 2. Project Manual: 2.1. The Project Manual includes any general or special Contract conditions or specifications attached hereto. 2.2. The Project Manual, along with all documents that make up and constitute the Contract Documents, shall be followed in strict accordance as to work, performance, material, and dimensions except when Consultant may authorize, in writing, an exception. 2.3. Dimensions given.in figures are to hold preference over scaled measurements from the drawings; however, all discrepancies shall be resolved by Consultant. Contractor shall not proceed when in doubt as to any dimension or measurement, but shall seek clarification from Consultant. 2.4. Contractor shall be furnished three (3) copies, free of charge, of the Project Manual; two of which shall be preserved and always kept accessible to Consultant and Consultant's authorized representatives. Additional copies of the Project Manual may be obtained from City at the cost of reproduction. 3. Intention of City:, It is the intent of City to describe in the Contract Documents a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents and in accordance with all codes and regulations-governing construction of the Project. Any work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied by Contractor whether or not specifically called for. When words which have a well-known technical or trade meaning are used to describe work, materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals, or codes of any/technical society, organization or association, or to the laws or regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code or laws or regulations in effect at the time of opening of bids and Contractor shall comply therewith. City shall have no duties other than those duties and obligations expressly set forth within the Contract Documents. 4. .Preliminary Matters: 4.1. Within five (5) calendar days prior to the pre-construction meeting described in Section 4.2,-Contractor shall submit to Consultant for Consultant's review and acceptance: 4.1.1 A project "Base Line" schedule, one (1) copy on a CD and One (1) hard copy (activities 'arranged in "waterfall"), in the indicated form for Final review and approval: () Bar Chart () Modified CPM () CPM (X) Computerized CPM using Primavera P6 software or latest version. BID NO:2018-240-ZD CITYOF MIAMI BEACH M`AMIBEACH 17 (CPM shall be interpreted to be generally as outlined in the Association of General Contractors (AGC) publication, "The Use of CPM in Construction.") CONTRACTOR shall provide a preliminary man loaded, logic based "Base Line" Project schedule using "Early Start" and "Early Finish" dates for each activity. The Contractor shall include, in addition to normal work activity input, input that encompasses all submittal approvals, delivery durations for important materials and/or equipment, and Logic relationships of activities including physical and site restraints. This input shall be precedence based CPM scheduling using the most recent version of Primavera P6 software. The preliminary Base Line project schedule when submitted shall have attached a run of the programs generated error report that states no errors and be acceptable to CONSULTANT. Monthly, CONTRACTOR shall submit with each progress application an update of the Project Schedule with an error report stating no errors (that does not revise the base line schedule), showing the progress for the month. CONTRACTOR SHALL SUBMIT ONE HARD COPY AND ONE ELECTRONIC COPY (including a native version and a pdf). In addition to the Progress Schedule CONTRACTOR shall include 'a narrative report of the months' progress, an explanation of any delays and or additions/deletions to activities. It is strongly recommended that CONTRACTOR or the professional who performs scheduling have a vast knowledge in the use of Primavera P6, to develop and update the project schedule. CONTRACTOR agrees to attend weekly progress meetings and provide an updated (3) week look ahead schedule for review and discussion and monthly be prepared to discuss any: 1) Proposed changes to the Base Line schedule logic; 2) Explain and provide'a narrative for reasons why logic changes should be made; 3) Update to individual subcontractor activities; and 4) Integration of changes into the schedule. The Project Schedule shall be the basis of the CONTRACTOR'S work and shall be complied with in all respects. If CONTRACTOR'S Work becomes more than (30) days behind schedule CONTRACTOR shall be required to submit a "Make-Up" schedule to , CONTRACT ADMINISTRATOR for review and acceptance that demonstrates "Catch Up" within seven (7) days. CONTRACTOR shall provide, at CONTRACTOR'S cost, the necessary additional labor and or equipment necessary to make-up the lost time. Failure to provide a "Make-Up" schedule or vigorously follow the "Make-Up" schedule shall be reason to default CONTRACTOR. 4.1.2 Not Used. BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 18 4.1.3 A preliminary schedule of Shop Drawing submissions; and 4.1.4 In a lump sum contract or in a contract which includes lump sum bid items of Work, a preliminary schedule of values for all of the Work which may include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an'appropriate amount of overhead and profit applicable to each item of work which will be confirmed in writing by Contractor at the time of submission. Such prices shall be broken down to show labor, equipment, materials and overhead and profit. 4.1.5 After award but prior to the submission of the progress schedule, Consultant, Contract Administrator and Contractor shall meet with all utility owners and secure from them a schedule of utility relocation, provided, however, neither Consultant nor City shall be responsible for the nonperformance by the utility owners. 4.2. At a time specified by Consultant but before Contractor starts the work at the Project site, a conference,attended by Contractor, Consultant and others as deemed appropriate by Contract Administrator will be held to discuss the schedules to discuss procedures for handling Shop Drawings and other submittals and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work. 4.3. Within five (5) days from the Project Initiation Date set forth in the Notice to Proceed, a conference attended by Contractor,'Consultant and others, as appropriate, will be held Jo finalize the schedules submitted. Within ten (10) days after the Project Initiation Date set forth in Notice to Proceed, the.Contractor shall revise the original schedule submittal ' to address all review comments from the CPM review conference and resubmit for Consultant review. The finalized progress schedule will be accepted by Consultant only as providing an orderly progression of the Work to completion within the Contract Time, but such acceptance shall not constitute acceptance by City or Consultant of the means or methods of construction or of the sequencing or scheduling of the Work, and such acceptance will neither impose on Consultant or City responsibility for the progress or scheduling of the Work nor relieve Contractor from full responsibility therefore. The finalized schedule of Shop Drawing submissions must be acceptable to Consultant as providing a workable arrangement for processing the submissions. The finalized schedule of values must be acceptable to Consultant as to form and substance. 5. Performance Bond and Payment Bond: Within ten (10) calendar days of being notified of the award, Contractor shall furnish a Performance Bond and a Payment Bond containing all the provisions.of the Performance Bond and Payment Bond attached hereto in Appendix D. 5.1. Each Bond shall be in the amount of one hundred percent (100%) of the Contract Price guaranteeing to City the completion and performance of the work covered in such Contract as well as full payment of all suppliers, laborers, or subcontractors employed pursuant to this Project. Each Bond shall be with a surety company which is qualified pursuant to Article 6. BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 19 5.2. Each Bond shall continue in effect for one year after Final Completion and acceptance of the work with liability equal to one hundred percent (100%) of the Contract sum, or an additional bond shall be conditioned that Contractor will, upon notification by City, correct any defective or faulty work or materials which appear within one year after Final Completion of the Contract. 5.3. Pursuant to the requirements of Section 255.05(1)(a), Florida Statutes, as may be amended from time to time, Contractor shall ensure that the bond(s) referenced above shall be recorded in the public records of Miami-Dade County and provide City with evidence of such recording. 5.4. Alternate Form of Security: • In lieu of a Performance Bond and a Payment Bond, Contractor may furnish alternate forms of security which may be in the form of cash, money order, certified check, cashier's check or unconditional letter of credit in the form attached hereto in Appendix D. Such alternate forms of security shall be subject to the prior approval of City and for same purpose and shall be subject to the same conditions as those applicable above and shall be held by City for one year after completion and acceptance of the Work. 6. Qualification of Surety 6.1. Bid Bonds, Performance Bonds and Payment Bonds over Five Hundred Thousand Dollars ($500,000.00): 6.1.1. Each bond must be executed by a surety company of recognized standing, • authorized to do business in the State of Florida as'surety, having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for at least five (5) years. 6.1.2. The surety company shall hold a current certificate of authority as acceptable surety on federal bonds in accordance with United States Department of Treasury Circular 570, Current Revisions. If the amount of the Bond exceeds the underwriting limitation set forth in the circular, in order to qualify, the net retention of the surety company shall not exceed the underwriting limitation in the circular, and the excess risks must be protected by coinsurance, reinsurance, or other methods in accordance with Treasury Circular 297, revised September 1, 1978 (31 DFR Section 223.10, Section 223.111). Further, the surety company shall provide City with evidence satisfactory to City, that such excess risk has been protected in an acceptable manner. 6.1.3. The City will accept a surety bond from a company with a rating of B+ or better for bonds up to $2 million, provided, however, that if, any surety company appears on the watch list that is published quarterly by Intercom of the Office of the Florida Insurance Commissioner, the City shall review and either accept or reject the surety company based on the financial information available to the City. A surety company that is rejected by the City may be substituted by the Bidder or proposer with a surety company acceptable to the City, only if the bid amount does not increase. The following sets forth, in general, the acceptable parameters for bonds: BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 20 Policy- Financial holder's Size Amount of Bond Ratings Category 500,001 to 1,000,000 B+ Class I 1,000,001 to 2,000,000 B+ Class II 2,000,001 to 5,000,000 , A Class III ,5,000,001 to 10,000,000 A Class IV 10,000,001 to 25,000,000 A Class V 25,000,001 to 50,000,000 A Class VI 50,000,001 or more A Class VII 6.2. For projects of$500,000.00 or less, City may accept a Bid Bond, Performance Bond and Payment Bond from a surety company which has twice the minimum surplus and capital required by the Florida Insurance Code at the time the invitation to bid is issued, if the surety, company is otherwise in compliance with the provisions of the Florida Insurance Code, and if the surety company holds a currently valid certificate of authority issued by the United States Department of the Treasury under Section 9304 to 9308 of Title 31 of the United States Code, as may be amended from time to time. The Certificate and Affidavit so certifying should be submitted with the Bid Bond and also with the Performance Bond and Payment Bond. 6.3. More stringent requirements of any grantor agency are set forth within the Supplemental Conditions. If there are no more stringent requirements, the provisions of this section shall apply. 7. Indemnification 7.1 Contractor shall indemnify, defend, and hold harmless City, its officers, agents, directors, and employees, from liabilities, damages, losses,'and costs, including, but not limited to reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of Contractor and persons employed or utilized" by Contractor in the performance of this Agreement. Except as specifically provided herein, this Agreement does not require Contractor to indemnify City, its employees, officers, directors, or agents from any liability, damage, loss, claim, action, or proceeding. This indemnification provision shall survive the term of this Agreement. In the event that any action or proceeding is brought against City by reason of any such claim or demand, Contractor shall, upon written notice from City, resist and defend such action or proceeding by counsel satisfactory to City. 7.2 The indemnification provided above shall obligate Contractor to defend at its own expense to and through appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at City's option, any and all claims of liability and all suits and actions of every name and description covered by Section 7.1 above which may be brought against City whether performed by Contractor , or persons employed or utilized by Contractor. 8. Insurance Requirements: 8.1 The Bidder shall furnish to the Procurement Department, City of Miami Beach, 1755 Meridian Avenue, 3`d Floor, Miami, Florida 33139, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: BID NO:2018-240-ZD CITYOF MIAMI BEACH. AM MMIBEACH 21 I � A. Worker's Compensation Insurance as required by Florida, with Statutory limits and Employer's Liability Insurance with limit of no less than $1,000,000 per accident for bodily injury or disease. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, contractual liability, property damage, bodily injury and personal & advertising injury with limits no less than $2,000,000 per occurrence. C. Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $2,000,000 combined single limit per occurrence, for bodily injury and property damage. D. Builders Risk Insurance utilizing an "All Risk" coverage form, with limits equal to the completed value of the project and no coinsurance penalty. (City of Miami Beach shall be named as a Loss Payee on this policy, as its interest may appear. This policy shall remain in force until acceptance of the project by the City.) E. Umbrella Liability with limits no less than $10,000,000. The umbrella coverage must be as broad as the primary General Liability coverage. F. Contractors' Pollution Legal Liability (if project involves environmental hazards), with limits no less than $1,000,000 per occurrence or claim, and $2,000,000 policy aggregate. 8.2 Additional Insured Status The City of Miami Beach must be covered as an additional insured with respect to liability arising out of work or operations performed by or on behalf of the Consultant. 8.3 Waiver of Subrogation Contractor hereby grants to City of Miami Beach a waiver of any right to subrogation which any insurer of the Contractor-may acquire against the,City of Miami Beach by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the City of Miami Beach has received a waiver of subrogation endorsement from the insurer. Other Insurance Provisions 1. For any claims related to this project, the Contractor's coverage shall be primary insurance as respects the City of Miami Beach, its officials, officers, employees, and volunteers. Any insurance or self-insurance maintained by the City of Miami Beach shall be excess of the Contractor's insurance and shall not contribute with it. 2. Each policy required by this clause shall provide that coverage shall not be canceled, except with notice to the City of Miami Beach. 3. If any excavation work is included in the Contract, it is understood and agreed that Contractor's Liability policy shall not contain exclusion for XCU (Explosion, Collapse and Underground) coverage. If any coverage required is written on a claims-made form: BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 22 4. The retroactive date must be shown, and must be before the date of the contract or the beginning of contract work. 5. Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the contract of work. 6. If coverage is canceled or non-renewed, and not replaced with another claims- made policy form with a retroactive date prior to the contract effective date, the Contractor must purchase extended period coverage for a minimum of five (5) years after completion of the contract work. 7. A copy of the claims reporting requirements must be submitted to the City of Miami Beach Risk Management(or its designee)for review. 8. If the services involved lead-based paint or asbestos identification/remediation, the Contractors Pollution Liability shall not contain lead-based paint or asbestos exclusions. If the services involve mold identification/remediation, the Contractors Pollution Liability shall not contain a mold exclusion and the definition of"Pollution" shall include microbial matter including mold. 8.4 Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII, unless otherwise acceptable to the City of Miami Beach Risk Management Office. 8.5 Verification of Coverage Contractor shall provide the required insurance certificates, endorsements or applicable policy language effecting coverage required by this Section. All certificates of insurance and endorsements are to be received prior to any work commencing. However, failure to obtain the required coverage prior to the work beginning shall not waive the Contractor's obligation to provide them. The City of Miami Beach reserves the right to require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at any time. 8.6 Special Risks or Circumstances The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Certificate Holder: CITY OF MIAMI BEACH c/o PROCUREMENT DEPARTMENT 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FL 33139 Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. 9. Labor and Materials: 9.1. Unless otherwise provided herein, Contractor shall provide and pay for all materials, labor, water, tools, equipment, light, power, transportation and other facilities and services necessary for the proper execution and completion of the Work, whether temporary or permanent and.whether or not incorporated or to be incorporated in the Work. BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 23 9.2. Contractor shall at all times enforce strict discipline and good order among its employees and subcontractors at the Project site and shall not employ on the Project any unfit person or anyone not skilled in the work to which they are assigned. 10. Royalties and Patents: All fees, royalties, and claims for any invention, or pretended inventions, or patent of any article, material, arrangement, appliance, or method that may be used upon or in any manner be connected with the construction of-the Work or appurtenances, are hereby included in the prices stipulated in this Contract for said work. 11. Weather: Extensions to the Contract Time for delays caused by the effects of inclement weather shall be submitted as a request for a change in the Contract Time pursuant to Article 40. These time extensions are justified only when rains or other inclement weather conditions or related adverse soil conditions prevent 'Contractor from productively performing controlling items of work identified on the accepted schedule or updates resulting in: (1) Contractor being unable to work at least fifty percent (50%) of the normal workday on controlling items of work identified on the accepted schedule or updates due to adverse weather conditions; or (2) Contractor must make major repairs to the Work damaged by weather. Providing the damage was not attributable to a failure to perform or neglect by Contractor, and providing that Contractor was unable to work at least fifty percent (50%) of the normal workday on controlling items of work identified on the accepted schedule or updates. 12. Permits, Licenses and Impact Fees: 12.1. Except as otherwise provided within the Supplemental Conditions, all permits and licenses required by federal, state or local laws, rules and regulations necessary for the prosecution of the Work undertaken by Contractor pursuant to this Contract shall be secured and paid for by Contractor. It is Contractor's responsibility to have and maintain appropriate Certificate(s) of Competency, valid for the Work to be performed and valid for the jurisdiction in which the Work is to be performed for all persons working on the Project for whom a Certificate of Competency is required. 12.2. Impact fees levied by the City and/or. Miami-Dade County shall be paid by Contractor. Contractor shall be reimbursed only for the actual amount of the impact fee levied by the municipality as evidenced by an invoice or other acceptable documentation issued by the municipality. Reimbursement to Contractor in no event shall include profit or overhead of Contractor. 13. Resolution of Disputes: 13.1 To prevent all disputes and litigation, it is agreed by the parties hereto that Consultant shall decide all questions, claims, difficulties and disputes of whatever nature which may arise relative to the technical interpretation of the Contract BID NO:2018-240-ZD CITYOF MIAMI BEACH NIIAMI BEACH 24 Documents and fulfillment of this Contract as to the character, quality, amount and value of any work done and materials furnished, or proposed to be done or furnished under or, by reason of, the Contract Documents and Consultant's estimates and decisions upon all claims, questions, difficulties and disputes shall be final and;binding to the extent provided in Section 12.2. Any claim, question, difficulty or dispute which cannot be resolved by mutual agreement of City and Contractor shall be submitted to Consultant in writing within twenty-one (21) calendar days. Unless a different period of time is set forth herein, Consultant shall notify City and Contractor in writing of Consultant's decision within twenty- one (21) calendar days from the date of the submission of the claim, question, difficulty or dispute, unless Consultant requires additional time to gather information or allow the parties to provide additional information. All non- technical administrative disputes shall be determined by the Contract Administrator pursuant to the time periods provided herein. During the pendency of any dispute and after a determination thereof, Contractor, Consultant and City shall act in good faith to mitigate any potential damages including utilization of construction schedule changes and alternate means of construction. 13.2 In the event the determination of a dispute under this Article is unacceptable to either party hereto, the party objecting to the determination must notify the other party in writing within ten (10) days of receipt of the written determination. The notice must state the basis of the objection and must be accompanied by a statement that any Contract Price adjustment claimed is the entire adjustment to which the objecting party has reason to believe it is entitled to as a result of the determination. Within sixty. (60) days after Final Completion of the Work, the parties shall participate in mediation to address all objections to any determinations hereunder and to attempt to prevent litigation. The mediator shall be mutually agreed upon by the parties. Should any objection not be resolved in mediation, the parties retain all their legal rights and remedies provided under State law. A party objecting to a determination specifically waives all of its rights provided hereunder, including its rights and remedies under State law, if said party fails to comply in strict accordance with the requirements of this Article. 14. Inspection of Work: 14.1. Consultant and City shall at all times have access to the Work, and Contractor shall provide proper facilities for such access and for inspecting, measuring and testing. 14.1.1.Should the Contract Documents, Consultant's instructions, any laws, ordinances, or any public authority require any of the Work to be specially tested or approved, Contractor shall give Consultant timely notice of readiness of the Work for testing. If the testing or app`roval is to be made by an authority other than City, timely notice shall be given of the date fixed for such testing. Testing shall be made promptly, and, where practicable, at the source of supply. If any of the Work should be covered up without approval or consent of Consultant, it must, if required by Consultant, be uncovered for examination and properly restored at Contractor's expense. 14.1.2. Reexamination of any of the Work may be ordered by Consultant with prior written approval by the Contract Administrator, and if so ordered, the Work must be uncovered by Contractor. If such Work is found to be in accordance with the Contract Documents, City shall pay the cost of BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 25 reexamination and replacement by means of a Change Order. If such Work is not in accordance with the Contract Documents, Contractor shall pay such cost. 14.2. Inspectors shall have no authority to permit deviations from, or to relax any of the provisions of, the Contract Documents or to delay the Contract by failure to inspect the materials and work with reasonable promptness without the written permission or instruction of Consultant. 14.3. The payment of any compensation, whatever may be its character or form, or the giving of any gratuity or the granting of any favor by Contractor to any inspector, directly or indirectly, is strictly prohibited, and any such act on the part of Contractor will constitute a breach of this Contract. 15. Superintendence and Supervision: 15.1. The orders of City are to be given through Consultant, which instructions are to be strictly and promptly followed in every case. Contractor shall keep on the Project during , its progress, a full-time competent English speaking superintendent and any necessary assistants, all satisfactory to Consultant. The superintendent shall not be changed except with the written consent of Consultant, unless the superintendent proves to be unsatisfactory to Contractor and ceases to be in its employ. The superintendent shall represent Contractor and all directions given to the superintendent shall be as binding as if given to Contractor and will be confirmed in writing by Consultant upon the written request of Contractor. Contractor shall give efficient supervision to the Work, using its best skill and attention. 15.2. Daily, 'Contractor's superintendent shall record, at a minimum, the following information in a bound log: the day; date; weather conditions and how any weather condition affected progress of the Work; time of commencement of work for the day; the work being performed; materials, labor, personnel, equipment and subcontractors at the Project site; visitors to the Project site, including representatives of Consultant; regulatory representatives; any special or unusual conditions or Occurrences encountered; and the time of termination of work for the day. All information shall be recorded in the daily log in ink. The daily log shall be kept on the Project site and shall be available at all times for inspection and copying by City and Consultant. 15.3. The Contract Administrator, Contractor and Consultant shall meet at least weekly or as determined by the Contract Administrator, during the course of the Work to review and agree upon the work performed to date and to establish the controlling items of work for the next two weeks. The Consultant shall publish, keep, and distribute minutes and any comments thereto of each such meeting. 15.4. If Contractor, in the course of prosecuting the Work, finds any discrepancy between the Contract Documents and the physical conditions of the locality, or any errors, omissions, or discrepancies in the Project Manual, it shall be Contractor's duty to immediately inform Consultant, in writing, and Consultant will promptly review the same. Any work done after such discovery, until authorized, will be done at Contractor's sole risk. 15.5. Contractor shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH Contractor shall be solely responsible for the means, methods, techniques, sequences and procedures of construction. 16. Termination. 16.1. Termination for Convenience. In addition to other rights the City may have at law and pursuant to the Contract Documents with respect to cancellation and termination of the Agreement, the City may, in its sole discretion, terminate for the City's convenience the performance of Work under this Agreement, in whole or in part, at any time upon written notice to the Contractor. The City shall effectuate such Termination for Convenience by delivering to the Contractor a Notice of Termination for Convenience, specifying the-applicable scope and effective date of termination, which termination shall be deemed operative as of the effective date specified therein without any further written notices from the City required. Such Termination for Convenience shall not be deemed a breach of the Agreement, and may be issued by the City with or without cause. a. Upon receipt of such Notice of Termination for Convenience from the City, and except as otherwise directed by the City, the Contractor shall immediately proceed with the following obligations, regardless of any delay in determining or adjusting any amounts due under this Section 16.1: i. Stop the Work specified as terminated in the Notice of Termination for Convenience; ii. Promptly notify all Subcontractors of such termination, cancel all contracts and purchase orders to the extent they relate to the Work terminated to the fullest extent possible and take such other actions as arenecessary to minimize..demobilization and termination costs for • such cancellations; iii. Immediately deliver to the City all Project records, in their original/native electronic format (i.e. CAD, Word, Excel, etc.), any and all other unfinished documents, and any and all warranties and guaranties for Work, equipment or materials already installed or purchased; iv. If specifically directed by the City in writing, assign to the City all right, title and interest of Contractor under any contract, subcontract and/or purchase order, in which case the City shall have the right and obligation to settle or to pay any outstanding claims arising from said contracts, subcontracts or purchase orders; v. Place no further subcontracts or purchase orders for materials, services, or facilities, except as necessary to complete the portion of the Work not terminated (if any) under the Notice of Termination for Convenience; vi. As directed by the City, transfer title and deliver to the City (1) the fabricated and non-fabricated parts, Work in progress, completed Work, supplies and other material produced or required for the Work terminated; and (2) the completed or partially completed Project records that, if this Agreement had been completed, would be required to be furnished to the City; BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 27 vii. Settle all outstanding liabilities and termination settlement proposals from the termination of any subcontracts or purchase orders, with the prior approval or ratification to the extent required by the City(if any); viii. Take any action that may be necessary, or that the City may direct, for the protection and preservation of the Project Site, including life safety and any property related to this Agreement that is in the Contractor's possession and in which the City has or may acquire an interest; and ix. Complete performance of the Work not terminated (if any). b. Upon issuance of such Notice of Termination for Convenience, the Contractor shall only be entitled to payment for the Work satisfactorily performed up until the date of its receipt of such Notice of Termination for Convenience, but no later than the effective date specified therein. Payment , for the Work satisfactorily performed shall be determined by the City in good faith, in accordance with the percent completion of the Work, less all amounts previously paid to the Contractor in approved Applications for Payment, the reasonable costs of demobilization and reasonable costs, if any, for canceling contracts and purchase orders with Subcontractors to the extent such costs are not reasonably avoidable by the Contractor. Contractor shall submit, for the City's review and consideration, a final termination payment proposal with substantiating documentation, including an updated Schedule of Values, within 30 days of the effective date of termination, unless extended in writing by the City upon request. Such termination amount shall be mutually agreed upon by the City and the Contractor and absent such agreement, the City shall, no less than fifteen (15) days prior to making final payment, provide the Contractor with written notice of the amount the.City intends to pay to the Contractor. Such final payment so made to the Contractor shall be in full.and final settlement for Work performed under this Agreement, except to the extent the Contractor disputes such amount in a written notice delivered to and received by the City prior to the City's tendering such final payment. 16.2. Event of Default. The following shall each be considered an item of Default. If, after delivery of written notice from the City to Contractor specifying such Default, the Contractor fails to promptly commence and thereafter complete the curing of such Default within a reasonable period of time, not to exceed thirty (30) days, after the delivery of such Notice of Default, it shall be deemed an Event of Default, which constitutes sufficient grounds for the City to terminate Contractor for cause: a. Failing to perform any portion of the Work in a manner consistent with the requirements of the Contract Documents or within the time required therein; or failing to use the Subcontractors, entities and personnel as identified and to the degree specified, in the Contract Documents, subject to substitutions approved by the City in accordance with this Agreement and the other Contract Documents; b. Failing, for reasons other than an Excusable Delay, to begin the Work required promptly following the issuance of a Notice to Proceed; c. Failing to perform the Work with sufficient manpower, workmen and equipment or with sufficient materials, with the effect of delaying the BID NO: 2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 28 prosecution of the Work in accordance with the Project Schedule and/or delaying completion of any of the Project within the specified time; d. Failing, for reasons other than an Excusable Delay, to timely complete the Project within the specified time; e. Failing and/or refusing to remove, repair and/or replace any portion of the Work as may be rejected as defective or nonconforming with the terms and conditions of the Contract Documents; f. Discontinuing the prosecution of the Work, except in the event of: 1) the issuance of a stop-work order by the City; or 2) the inability of the Contractor to prosecute the Work because of an event giving rise to an Excusable Delay as set forth in this Agreement for which Contractor(has provided written notice of same in accordance with the Contact Documents; g. Failing to provide sufficient evidence upon request that, in the City's sole opinion, demonstrates the Contractor's financial ability to complete the Project; h. An indictment is issued against the Contractor; i. Failing to-make payments to for materials or labor in accordance with the respective agreements; j. Persistently disregarding laws, ordinances, or rules, regulations or orders of a public authority having jurisdiction; k. Fraud, misrepresentation or material misstatement by Contractor in the course of obtaining this Agreement; I. Failing to comply in any material respect with any of the terms of this Agreement or the Contract Documents. In no event shall the time period for curing a Default constitute an extension of the Substantial Completion Date or a waiver of any of the City's rights or remedies hereunder for a Default which is not cured as aforesaid. 16.3. Termination of Agreement for Cause. a. The City may terminate the Contractor for cause upon the occurrence of an Event of Default as defined in Section 16.2, or for any other breach of the Agreement or other Contract Documents by the Contractor that the City, in its sole opinion, deems substantial and material, following written notice to the Contractor and the failure to timely and properly cure to the satisfaction of the City in the time period set forth in Section 16.2, or as otherwise specified in the Notice of Default. b. Upon the occurrence of an Event of Default, and without any prejudice to any other rights or remedies of the City, whether provided by this Agreement, the other Contract Documents or as otherwise provided at law or in equity, the City may issue a Notice of Termination for Cause to Contractor, copied to the Surety, rendering termination effective BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 29 immediately, and may take any of the following actions, subject to any prior rights of the Surety: i. Take possession of the Project site and of all materials, equipment, tools, construction equipment and machinery thereon owned by Contractor; ii. Accept assignments of subcontracts; iii. Direct Contractor, to transfer title and deliver to the City (1) the fabricated and non-fabricated parts, Work in progress, completed Work, supplies and other material produced or required for the Work terminated; and (2) the completed or partially completed Project recordst that, if this Agreement had been completed, would be required to be furnished to the City; and J iv. Finish the Work by whatever reasonable method the City may deem expedient. c. Upon the issuance of a Notice of Termination for Cause, the Contractor shall: i. Immediately deliver to the City all Project records, in their original/native electronic format (i.e. CAD, Word, Excel, etc.), any and all other unfinished or partially completed documents, and any and all warranties and guaranties for Work, equipment or materials already installed or purchased; ' ii. If specifically directed by the City in writing, assign to the City all right, title and interest of Contractor under any contract, subcontract and/or purchase order, in which case the City shall have the right and obligation to settle or to pay any outstanding claims arising from said contracts, subcontracts or purchase orders; iii. As directed by the City, transfer title and deliver to the City (1) the fabricated and non-fabricated parts, Work in progress, completed Work, supplies and other material produced or required for the Work terminated; and iv. Take any action that may be necessary, or that the City may direct, for the protection and preservation of the Project Site, including life safety and property related to this Agreement that is in the Contractor's possession and in which the City has or may acquire an interest. d. The rights and remedies of the City under Section 16 shall apply to all Defaults that are non-curable in nature, or that fail to be cured within the applicable cure period or are cured but in an untimely manner, and the City shall not be obligated to accept such late cure. BID NO: 2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 30 16.4. Recourse to Performance and Payment Bond; Other Remedies. a. Upon the occurrence of an Event of Default, and irrespective of whether the City has terminated the Contractor, the City may (i) make demand upon the Surety to perform its obligations under the Performance Bond and Payment Bond, including completion of the Work, without requiring any further'agreement (including, without limitation, not requiring any takeover agreement) or mandating termination of Contractor as a condition precedent to assuming the bond obligations; or (ii) in the alternative, the City may take over and complete the Work of the Project, or any portion thereof, by its own devices, by entering into a new contract or contracts for the completion of the Work, or using such other methods as in the City's sole opinion shall be required for the proper completion of the Work, including succeeding to the rights of the Contractor under all subcontracts as contemplated by Article 16. b. The City may also charge against the Performance and Payment Bond all fees and expenses for services incidental to ascertaining and collecting losses under the Performance and Payment Bond including, without limitation, accounting, engineering, and legal fees, together with any and all costs incurred in connection with renegotiation of the Agreement. 16.5., Costs`and Expenses. a. All damages, costs and expenses, including reasonable attorney's fees, incurred by the City as a result of an uncured Default or,a Default cured beyond the time limits stated herein (except to the extent the City has expressly consented, in writing, to the Contractor's late cure of such Default), together with the costs of completing the Work, shall be deducted from:any monies due or to become due to the Contractor under this Agreement, irrespective of whether the City ultimately terminates Contractor. b. Upon issuing a Notice of Termination for Cause, the City shall have no obligation to pay Contractor, and the Contractor shall not be entitled to receive, any money until such time as the Project has been completed and the costs to make repairs and/or complete the Project have been ascertained by the City. In case such cost and expense is greater than the sum which would have been due and payable to the Contractor under this Agreement for any portion of the Work satisfactorily performed, the Contractor and the Surety shall be jointly and severally liable and shall pay the difference to the City upon demand. 16.6. Termination If No Default or Erroneous Default. If, after a Notice of Termination for Cause is issued by the City, it is thereafter determined that the Contractor was not in default under the provisions of this Agreement, or that any delay hereunder was an Excusable Delay, the termination shall be converted to a Termination for Convenience and the rights and obligations of the parties shall be the same as if the notice of termination had been issued pursuant to the termination for convenience clause contained in Section 16.1. The Contractor shall have no further recourse of any nature for wrongful termination. BID NO: 2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 31 1 16.7. Remedies Not Exclusive. Except as otherwise provided in the Contract Documents, no remedy under the terms of this Agreement is intended to be exclusive of any other remedy, but each and every such remedy shall be cumulative and shall be in addition to any other remedies, existing now or hereafter, at law, in equity or by statute. No delay or omission to exercise any right or power accruing upon any Event of Default shall impair any such right or power nor shall it be construed to be a waiver of any Event of Default or acquiescence therein, and every such right and power may be exercised from time to time as often as may be deemed expedient. 16.8. Materiality and Non-Waiver of Breach. Each requirement, duty, and obligation in the Contract Documents is material. The City's failure to enforce any provision of this Agreement shall not be deemed a waiver of such provision or Amendment of this Agreement. A waiver shall not be effective unless it'is in writing and approved by the City. A waiver of any breach of a provision of this Agreement shall not be deemed a waiver of any subsequent breach and the failure of the City to exercise its rights and remedies under this Article 16 at any time shall not constitute a waiver of such rights and remedies. 17. Contractor Right to Terminate Contract or Stop Work: If the Project should be stopped under an order of any court or other public authority for a period of more than ninety (90) days due to no act or fault of Contractor or persons or entities within its control, or if the City should fail to pay the Contractor any material amount owing pursuant to an Approved Application for Payment in accordance with the Contract Documents and after receipt of all supporting documentation required pursuant Article 8, and if the City fails to make such payment within ninety (90) days after receipt of written notice from the Contractor identifying the Approved Application for Payment for which payment is outstanding, then, unless the City is withholding such payment • pursuant to any provision of this Agreement which entitles the City to so withhold such payment, the Contractor shall have the right upon the expiration of the aforesaid ninety (90) day period to stop its performance of the Work, provided that Contractor has sent a Notice to Cure to the City via certified mail, allowing for a 7 day cure period. In such event, Contractor may terminate this Agreement and recover from City payment for all Work executed and reasonable expense sustained (but excluding compensation for any item prohibited by any provisions of the Contract Documents). In the alternative to termination, Contractor shall not be obligated to recommence the Work until such time as the City shall have made payment to the Contractor in respect of such Approved Application for Payment, plus any actual and reasonable related demobilization and start-up costs evidenced by documentation reasonably satisfactory to the City. Except as set forth in this Section 16.8, no act, event, circumstance or omission shall excuse or relieve the Contractor from the full and faithful performance of its obligations hereunder and the completion of the Work as herein provided for. 18. Assignment: Neither party hereto shall assign the Contract or any subcontract in whole or in part without the written consent of the other, nor shall Contractor assign any monies due or to become due to it hereunder, without the previous written consent of the Mayor and City Commission. 1,9: Rights of Various Interests: BID NO:2018-240-ZD CITYOF MIAMI BEACH M!A1VIIBEACH 32 Whenever work being done by City's forces or by other contractors is contiguous to or within the limits of work covered by this Contract, the respective rights of the various interests involved shall be established by the Contract Administrator to secure the completion of the various portions of the work in general harmony. 20. Differing Site Conditions: In the event that during the course of the Work Contractor encounters subsurface or concealed conditions at the Project site which differ materially from those shown on the Contract Documents and from those ordinarily encountered and generally recognized as inherent in work of the character called for in the Contract Documents; or unknown physical conditions of the Project site, of an unusual nature, which differ materially from that ordinarily encountered and generally recognized as inherent in work of the character called for in the Contract Documents, Contractor , without disturbing the conditions and before performing any work affected by such conditions, shall, within twenty-four (24) hours of their discovery, notify City and Consultant in writing of the existence of the aforesaid conditions. Consultant and City shall, within two (2) business days after receipt of Contractor's written notice, investigate the site conditions identified by Contractor. If, in the sole opinion of Consultant, the conditions do materially so differ and cause an increase or decrease in Contractor's cost of, or the time required for, the performance of any part of the Work, whether or not charged as a result of the conditions, Consultant shall recommend an equitable adjustment to the Contract Price, or the Contract Time, or both. If City and Contractor cannot agree on an adjustment in the Contract Price or Contract Time, the adjustment shall be referred to Consultant for determination in accordance with the provisions of Article 13. . Should Consultant determine that the conditions of the Project site are not so materially different to justify a change in the terms of the Contract, Consultant shall so notify City and Contractor in writing, stating the reasons, and such determination shall be final and binding upon the parties hereto. No request by Contractor for an equitable adjustment to the Contract under this provision shall be allowed unless Contractor has given written notice in strict accordance with the provisions of this Article. No request for an equitable adjustment or change to the Contract Price or Contract Time for differing site conditions shall be allowed if made after the date certified by Consultant as the date of substantial completion. 21. Plans and Working Drawings: City, through Consultant, shall have the right to modify the details of the plans and specifications, to supplement the plans and specifications with additional plans, drawings or additional information as the Work proceeds, all of which shall be considered as part of the Project Manual. In case of disagreement between the written and graphic portions of the Project Manual, the written portion shall govern. 22. /Contractor to Check Plans, Specifications and Data: Contractor shall verify all dimensions, quantities and details shown on the plans, specifications or other data received from Consultant, and shall notify Consultant of all errors, omissions and discrepancies found therein within three (3) calendar days of discovery. Contractor will not be allowed to take advantage of any error, omission or discrepancy, as full instructions will be furnished by Consultant. Contractor shall not be liable for damages resulting from errors, omissions or discrepancies in the Contract BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 33 Documents unless Contractor recognized such error, omission or discrepancy and knowingly failed to report it to Consultant. 23. Contractor's Responsibility for Damages and Accidents: 23.1. Contractor shall accept full responsibility for the Work against all loss or damage of whatsoever nature sustained until final acceptance by City, and shall promptly repair any damage done from any cause whatsoever, except as provided in Article 29. 23.2. Contractor shall be responsible for all materials, equipment and supplies pertaining to the Project. In the event any such materials, equipment and supplies are lost, stolen, damaged or destroyed prior to final acceptance by City, Contractor shall replace same without cost to City, except as provided in Article 29. 24. Warranty: Contractor warrants to City that all materials and equipment furnished under this Contract will be new unless otherwise specified and that all of the Work will be of good quality, free from faults and defects and in conformance with the Contract Documents. All work not conforming to these requirements, including substitutions not properly approved and authorized, may be considered defective. If required by Consultant, Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. This warranty is not limited by the provisions of Article 26 herein. 25. Supplementary Drawings: • 25.1. When,'in the opinion of.Consultant, it becomes necessary to explain the Work to be done. more fully,. or to illustrate the Work further, or to show any changes which may be required, supplementary drawings, with specifications pertaining thereto, will be prepared by Consultant. 25.2. The supplementary drawings shall be binding upon Contractor with the same force as the Project Manual. Where such supplementary drawings require either less or more than the original quantities of work, appropriate adjustments shall be made by Change Order. 26. Defective Work: 26.1. Consultant shall have the authority to reject or disapprove work which Consultant finds to be defective. If required by Consultant, Contractor shall promptly either correct all defective work or remove such defective work and replace it with non- defective work. Contractor shall bear all direct, indirect and consequential costs of such removal or corrections including cost of testing laboratories and personnel. 26.2. Should Contractor fail or refuse to remove or correct any defective work or to make any necessary repairs in accordance with the requirements of the Contract Documents within the time indicated in writing by Consultant, City shall have the authority to cause the defective work to be removed or corrected, or make such repairs as may be necessary at Contractor's expense. Any expense incurred by City in making such removals, corrections or repairs, shall be paid for out of any monies due or which may become due to Contractor , or may be charged against • BID NO:2018-240-ZD CITYOF MIAMI BEACH 34 MIAMIBEACH • the Performance Bond. . In the event of failure. of Contractor to make all necessary repairs promptly and fully, City may declare Contractor in default. 26.3. If, within one (1) year after the date of substantial completion or such longer period of time as may be prescribed by the terms of any applicable special warranty required by the Contract Documents, or by any specific provision of the Contract Documents, any of the Work is found to be defective or not in accordance with the Contract Documents, Contractor , after receipt of written notice from City, shall promptly correct such defective or nonconforming Work within the time specified by City without cost to City, to do so. Nothing contained herein shall be construed to establish a period of limitation with respect to any other obligation which Contractor might have under the Contract Documents including but not limited to, Article 23 hereof and any claim regarding latent defects. 26.4. Failure to reject any defective work or material shall not in any way prevent later rejection when such defect is discovered, or obligate City to final acceptance. 27. Taxes Contractor shall pay all applicable sales, consumer, use and other taxes required by law. Contractor is responsible for reviewing the pertinent state statutes involving state taxes and complying with all requirements. 28. Subcontracts: 28.1. Contractor.shall not employ any subcontractor against whom City or Consultant may have a reasonable objection. Contractor shall not be required to employ any subcoritractor.against whom Contractor has a reasonable abjection. 28.2. Contractor shall be fully responsible for all acts and omissions of its subcontractors and of persons directly or indirectly employed by its subcontractors and of persons for whose acts any of them may be liable to the same extent that Contractor is responsible for the acts and omissions of persons directly employed by it. Nothing in the Contract Documents shall create any contractual relationship between any subcontractor and City or any obligation on the part of City to pay or to see the payment of any monies due any subcontractor. City or Consultant may furnish to any subcontractor evidence of amounts paid to Contractor on account of specific work performed. 28.3 Contractor agrees to bind specifically every subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of City. 28:4. Contractor shall perform the Work with its own organization, amounting to not less than 40% percent of the Contract Price. 29. Separate Contracts: 29.1. City reserves the right to let other contracts in connection with this Project. Contractor shall afford other persons reasonable opportunity for the introduction and storage of their materials and the execution of their work and shall properly connect and coordinate this Work with theirs. BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMIBEACH 35 29.2. If any part of Contractor's Work depends for proper execution or results upon the work of any other persons, Contractor shall inspect and promptly report to Consultant any defects in such work that render it unsuitable for such proper execution and results. Contractor's failure to so inspect and report shall constitute an acceptance of the other person's work as fit and proper for the reception of Contractor's Work, except as to defects which may develop in other contractor's work after the execution of Contractor's. 29.3. Contractor shall conduct its operations and take all reasonable steps to coordinate the prosecution of the Work so as to create no interference or impact on any other contractor on the site. Should such interference or impact occur, Contractor shall be liable to the affected contractor for the cost of such interference or impact. 29.4. To insure the proper execution of subsequent work, Contractor shall inspect the work already in place and shall at once report to Consultant any discrepancy between the executed work and the requirements of the Contract Documents. 30. Use of Completed Portions: 30.1. City shall have the right at its sole option to take possession of and use any completed or partially completed portions of the Project. Such possession and use shall not be deemed an acceptance of any of the Work not completedin accordance with the Contract Documents. If such possession'and use increases the cost of or delays the Work, Contractor shall be entitled to, reasonable extra compensation or reasonable extension of time or both, as ecommended by Consultant and approved by City. 30.2. In the event City takes possession pf any completed or partially completed portions of the Project, the following shall occur: 30.2.1. City shall give notice to Contractor in writing at least thirty (30) calendar days prior to City's intended occupancy of a designated area. 30.2.2. Contractor shall complete to the point of Substantial Completion the designated area and request inspection and issuance of a Certificate of Substantial Completion in the form attached hereto as 00925 from Consultant. 30.2.3. Upon Consultant's issuance of a Certificate of Substantial Completion, City will assume full responsibility for maintenance, utilities, subsequent damages of City and public, adjustment of insurance coverage's and start of warranty for the occupied area. 30.2.4. Contractor shall complete all items noted on the Certificate of Substantial Completion within the time specified by Consultant on the Certificate of Substantial Completion, as soon as possible and request final inspection and final acceptance of the portion of the Work occupied. Upon completion of final inspection and receipt of an application for final payment, Consultant shall issue a Final Certificate of Payment relative to the occupied area. 30.2.5. If City finds it necessary.to occupy or use a portion or portions of the Work prior to Substantial Completion thereof, such occupancy or use BID NO:2018-240-ZD CITYOF MIAMI BEACH MIA.MIBEACH 36 shall not commence prior to a time mutually agreed upon by City and Contractor and to which the insurance company or companies providing the property insurance have consented by endorsement to the policy or policies. Insurance on the unoccupied or unused portion or portions shall not be canceled or lapsed on account of such partial occupancy or use. Consent of Contractor and of the insurance company or companies to such occupancy or use shall not be unreasonably withheld. 31. Lands for Work: 31.1. City shall provide, as may be indicated in the Contract Documents, the lands upon which the Work is to be performed, rights-of-way and easements for access thereto and such other lands as are designated by City or the use of Contractor. 31.2. Contractor shall provide, at Contractor's own,expense and without liability to City, any.additional land and access thereto that may be required for temporary construction facilities, or for storage of materials. Contractor shall furnish to City copies of written permission obtained by Contractor from the owners of such facilities. 32. Legal Restrictions and Traffic Provisions: Contractor shall conform to and obey all applicable laws, regulations, or ordinances with regard to labor employed, hours of work and Contractor's general operations. Contractor shall conduct its operations so as not to close any thoroughfare, nor interfere in any way with traffic on railway, highways or water, without the prior written consent of the proper authorities. 33. Location and Damage to Existing Facilities, Equipment or Utilities: • 33.1. As far as possible, all existing utility lines in the Project area have been shown on the plans. However, City does not guarantee that all lines are shown, or that, the ones indicated are in their true location. It shall be the Contractor ES responsibility to identify and locate all underground and overhead utility lines or equipment affecting or affected by the Project. No additional payment will be made to the Contractor because of discrepancies in actual and plan location of utilities, and damages suffered as a result thereof. 33.2. , The Contractor shall notify each utility company involved at least ten (10) days prior to the start of construction to arrange for positive underground location, relocation or support of its utility where that utility may be in conflict with or endangered by the proposed construction. Relocation of water mains or other utilities for the convenience of the Contractor shall be paid by the Contractor. All charges by utility companies for temporary support of its utilities shall be paid for by the Contractor. All costs of permanent utility relocation to avoid conflict shall be the responsibility of the utility company involved. No additional payment will be made to the Contractor for utility relocations, whether or not said relocation is necessary to avoid conflict with other lines. 33.3. The Contractor shall schedule the work in such a manner that the work is not delayed by the"utility providers relocating or' supporting their utilities. The Contractor shall coordinate its activities with any and all public and private utility BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 37 providers occupying the right-of-way. No compensation will be paid to the Contractor for any loss of time or delay. 33.4. All overhead, surface or underground structures and utilities encountered are to be carefully protected from injury or displacement. All damage to such structures - is to be completely repaired within a'reasonable time; needless delay will not be tolerated. The City reserves the right to remedy such damage by ordering outside parties to make such repairs at the expense of the Contractor. All such repairs made by the Contractor are to be made to the satisfaction of the utility owner. All damaged utilities must be replaced or fully repaired. All repairs are to be inspected by the utility owner prior to backfilling. 34. Value Engineering: Contractor may request substitution of materials, articles, pieces of equipment or any changes that reduce the Contract Price by making such request to Consultant in writing after award of contract. Consultant will be the sole judge of acceptability, and no substitute will be ordered, installed, used or initiated without Consultant's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. However, any substitution accepted by Consultant shall not result in any increase in the Contract Price or Contract Time. By making a request for substitution, Contractor agrees to pay directly to Consultant all Consultant's fees and charges related to Consultant's review of the request for substitution, whether or not the request for substitution is accepted by Consultant. Any substitution submitted by Contractor must meet the form, fit, function and life cycle criteria of the item proposed to be replaced and there must be a net dollar savings including Consultant review fees and charges. If a substitution is approved, the net dollar savings shall be shared equally between Contractor and 'City and shall be processed as a deductive Change Order. City may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute approved after award of the Contract. 35. Continuing the Work: Contractor shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with City, including disputes or disagreements concerning a request for a Change Order, a request for a change in the Contract Price or Contract Time. The Work shall not be delayed or postponed pending resolution of any disputes or disagreements. 36. Changes in the Work or Terms of Contract Documents: 36.1. Without invalidating the Contract and without notice to any surety City reserves and shall have the right, from time to time to make such increases, decreases or other changes in the character or quantity of the Work as may be considered necessary or desirable tocomplete fully and acceptably the proposed construction in a satisfactory manner. Any extra or additional work within the scope of this Project must be accomplished by means of appropriate Field Orders and Supplemental Instructions or Change Orders. 36.2. Any changes to the terms of the Contract Documents must be contained in a written document, executed by the parties hereto, with the same formality and of equal dignity prior to the initiation of any work reflecting such change. This section shall not prohibit the issuance of Change Orders executed only by City as hereinafter provided. i BID NO:2018-240-ZD' CITYOF MIAMI BEACH MIAMI BEACH 38 \ c " 37. Field Orders and Supplemental Instructions: 37.1. The Contract Administrator, through Consultant, shall have the right to approve and issue Field Orders setting forth written interpretations of the intent of the Contract Documents and ordering minor changes in Work execution, providing the Field Order involves no change in the Contract Price or the Contract Time. 37.2. Consultant shall have the right to approve and issue Supplemental Instructions setting forth written orders, instructions, or interpretations concerning the Contract Documents or its performance, provided such Supplemental Instructions involve no change in the Contract Price or the Contract Time. 38. Change Orders: 38.1. Changes in the quantity or character of the Work within the scope of the Project which are not properly the subject of Field Orders or Supplemental Instructions, including all changes resulting in changes in the Contract Price, or the Contract Time, shall be authorized only by Change Orders approved in advance and issued in accordance with the provisions of the City. 38.2. All changes to construction contracts which exceed the Commission-approved contingency must be approved in advance in accordance with the value of the Change Order or the calculated value of the time extension. All Change Orders with a value of $50,000 or more shall be approved in advance by the Mayor and City Commission. All Change Orders with a value of less than $50,000 shall be approved in advanceby the City Manager or his designee. 38.3. In the event satisfactory adjustment cannot be reached for any item requiring a change in the Contract Price or Contract Time, and a Change Order has not been issued, City reserves the right at its sole option to either terminate the Contract as it applies to the items in question and make such arrangements as may be deemed necessary to complete the disputed work; or submit the matter in dispute to Consultant as set forth in Article 13 hereof. During the pendency of the dispute, and upon receipt of a Change Order approved by City, Contractor shall promptly proceed with the change in the Work involved and advise the Consultant and Contract Administrator in writing within seven (7) calendar days of Contractor's agreement or disagreement with the method, if any, provided in the Change Order for determining the proposed adjustment in the Contract Price or Contract Time. 38.4. On approval of any Contract change increasing the Contract Price, Contractor shall ensure that the performance bond and payment bond are increased so that each reflects the total Contract Price as increased. 38.5. , Under circumstances determined necessary by City, Change Orders may be issued unilaterally by City. 39. Value of Change Order Work: 39.1. The value of any work covered by a Change Order or of any claim for an increase or decrease in the Contract Price shall be determined in one of the following ways: BID NO:2018-240-ZD CITYOF MIAMI BEACH WWI 39 r 39.1.1. Where the work involved is covered by unit prices contained in the Contract Documents, by application of unit prices to the quantities of items involved. 39.1.2. By mutual acceptance of a lump sum which Contractor and City acknowledge contains a component for overhead and profit. 39.1.3. On the basis of the "cost of work," determined as provided in Sections 38.2 and 38.3, plus a Contractor's fee for overhead and profit which is determined as provided in Section 39.4. 39.2. The term "cost of work" means the sum of all direct costs necessarily incurred and paid by Contractor in the proper performance of the Work described in the Change Order. Except as otherwise may be agreed to in writing by City, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in Section 39.3. 39.2.1. Payroll costs for employees in the direct employ of Contractor in the _ performance of the work described in the Change Order under schedules of job classifications agreed upon by City and Contractor. Payroll costs for employees not employed full time on the work covered by the Change Order shall be apportioned on the basis of their time spent on the work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, workers'- or workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay application thereto. Such`.employees. shall include superintendents and foremen at the site. The expenses of performing the work after regular working hours, on Sunday or legal holidays, shall be included in the above to the extent authorized by City. 39.2.2. Cost of all materials and equipment furnished and incorporated in the work, including costs of transportation and storage thereof, and manufacturers' field services required in connection therewith. All cash discounts shall accrue to Contractor unless City deposits funds with Contractor with which to make payments, in which case the cash discounts shall accrue to City. All trade discounts, rebates and refunds,and all returns from sale of surplus materials and equipment shall accrue to City and Contractor shall make provisions so that they may be obtained. Rentals of all construction equipment and machinery and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City with the advice of Consultant and the costs of transportation, loading, unloading, installation, dismantling and removal thereof, all in accordance with the terms of said agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the work. 39.2.3. Payments made by Contractor to Subcontractors for work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from Subcontractors acceptable to Contractor and shall deliver such bids to City who will then determine, with the advice BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 40 • of Consultant, which bids will be accepted. If the Subcontract provides that the Subcontractor is to be paid on the basis of cost of , - the work plus a fee, the Subcontractor's cost of the work shall be determined in the same manner as Contractor 'S cost of the work. All Subcontractors shall be subject to the other provisions of the Contract Documents insofar as applicable. 39.2.4. Cost of special consultants, including, but not limited to, engineers, architects, testing laboratories, and surveyors employed for services specifically related to the performance of the work described in the Change Order. 39.2.5. Supplemental costs including the following: 39.2.5.1. The proportion of necessary transportation, travel and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the work except for local travel to and from the site of the work. 39.2.5.2. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workmen, which are consumed in the performance of the work, and cost less market value of such items used but not consumed which remains the property of Contractor . 39.2.5.3. Sales, use, or similar taxes related to the work, and for which Contractor is liable, imposed by any governmental authority. 39.2.5.4. Deposits lost for causes other than Contractor's negligence; royalty payments and fees for permits and licenses. 39.2.5.5. The cost of utilities, fuel and sanitary facilities at the site. 39.2.5.6. Receipted minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the work. 39.2.5.7. Cost of premiums for additional bonds and insurance required because of changes in the work. 39.3. The term "cost of the work" shall not include any of the following: 39.3.1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, lawyers, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks and other personnel employed by Contractor whether at the site or in its principal or a branch office for general administration of the work and not specifically included in the agreed- BID NO: 2018-240-ZD CITYOF MIAMI BEACH MIAMIBEACH 41 upon schedule of job classifications, all of which are to be considered administrative costs covered by Contractor's fee. 39.3.2. Expenses of Contractor's principal and branch offices other than Contractor's office at the site. 39.3.3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the work and charges against Contractor for delinquent payments. 39.3.4. Cost of premiums for all Bonds and for all insurance whether or not Contractor is required by the Contract Documents to purchase and maintain the same, except for additional bonds and insurance required because of changes in the work. 39.3.5. Costs due to the negligence or neglect of Contractor, any Subcontractors, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective work, disposal of materials or equipment wrongly supplied and making good any damage to property. 39.3.6. Other overhead or general expense costs of any kind and the cost of any item not specifically and expressly included in Section 38.2. 39.4. Contractor's fee allowed to Contractor for overhead and profit shall be determined as follows: 39.4.1.A mutually acceptable fixed fee or if none can be agreed upon, 39.4.2.A fee based on the following percentages of the various portions of the cost of the work: 39.4.2.1. For costs incurred under Sections 39.2.1 and 39.2.2, Contractor's fee shall not exceed ten percent(10%). 39.4.2.2. For costs incurred under Section 39.2.3, Contractor's fee shall not exceed seven and one half percent (7.5%); and if a subcontract is on the basis of cost of the work plus a fee, the maximum allowable to the Subcontractor as a fee for overhead and profit shall not exceed ten percent(10%); and 39.4.2.3. No fee shall be payable on the basis of costs itemized under Sections 39.2.4 and 39.2.5, (except Section 39.2.5.3), and Section 39.3. 39.5. The amount of credit to be allowed by Contractor to City for any such change which results in a net decrease in cost, will be the amount of the actual net decrease. When both additions and credits are involved in any one change, the combined overhead and profit shall be figured on the basis of the net increase, if any, however, Contractor shall not be entitled to claim lost profits for any Work not performed. BID NO:2018-240-ZD CITYOF MIAMI BEACH IMIN'AIBEACH 42 39.6. Whenever the cost of any work is to be determined pursuant to Sections 38.2 and 38.3, Contractor will submit in a form acceptable to Consultant an itemized cost breakdown together with the supporting data. 39.7. Where the quantity of any item of the Work that is covered by a unit price is increased or decreased by more than twenty percent (20%) from the quantity of such work indicated in the Contract Documents, an appropriate Change Order shall be issued to adjust the unit price, if warranted. 39.8. Whenever a change in the Work is to be based on mutual acceptance of a lump sum, whether the amount is an addition, credit or no change-in-cost, Contractor shall submit an initial cost estimate acceptable to Consultant and Contract Administrator. 39.8.1. Breakdown shall list the quantities and unit prices for materials, labor, equipment and other items of cost. 39.8.2. Whenever a change involves Contractor and one or more Subcontractors and the change IS an increase in the Contract Price, overhead and profit percentage for Contractor and each Subcontractor shall be itemized separately. 39.9. Each Change Order must state within the body of the Change Order whether it is based upon unit price, negotiated lump sum, or "cost of the work." 40. Notification and Claim for Change of Contract Time or Contract Price: 40.1. Any claim for a change in the Contract Time or Contract Price shall be made by written notice by Contractor tg.the Contract Administrator and to Consultant within five (5) calendar days of the commencement of the event giving rise to the claim and stating the general nature and cause of the claim. Thereafter, within twenty (20) calendar days of the termination of the event giving rise to the claim, written notice of the extent of the claim with supporting information and documentation shall be provided unless Consultant allows an additional period of time to ascertain more accurate data in support of the claim and such notice shall be accompanied by Contractor's written notarized statement that the adjustment claimed is the entire adjustment to which the Contractor has reason to believe it is entitled as a result of the occurrence of said event. All claims for changes in the Contract Time or Contract Price shall be determined by Consultant in accordance with Article 12 hereof, if City and Contractor cannot otherwise agree. IT IS EXPRESSLY AND SPECIFICALLY AGREED THAT ANY AND ALL CLAIMS FOR CHANGES TO THE CONTRACT TIME OR CONTRACT PRICE SHALL BE WAIVED IF NOT SUBMITTED IN STRICT ACCORDANCE WITH THE REQUIREMENTS OF THIS SECTION. 40.2. The Contract Time will be extended in an amount equal to time lost on critical Work items due to delays beyond the control of and through no fault or negligence of Contractor if a claim is made therefore as provided in Section 40.1. Such delays shall include, but not be limited to, acts or neglect by any separate contractor employed by City, fires, floods, labor disputes, epidemics, abnormal weather conditions or acts of God. 41. No Damages for Delay: BID NO: 2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 43 No claim for damages or any claim,other than for an extension of time, shall be made or asserted against City by reason of any delays except as provided herein. Contractor shall not be entitled to an increase in the Contract Price or payment or compensation of any kind from City for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference or hindrance be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable; provided, however, that this provision shall not preclude recovery of damages by Contractor for actual delays due solely to fraud, bad faith or active interference on the part of City or its Consultant. Otherwise, Contractor shall be entitled only to extensions of the Contract Time as the sole and exclusive remedy for such resulting delay, in accordance with and to the extent specifically provided above. 42. Excusable Delav; Compensable; Non-Compensable: 42.1 Excusable Delay. Delay which extends the completion of the Work and which is caused by circumstances beyond the control of Contractor or its subcontractors, suppliers or vendors is Excusable Delay. Contractor is entitled to a time extension of the Contract Time for each day the Work is delayed due to Excusable Delay. Contractor shall document its claim for any time extension as provided in Article 40 hereof. Failure of Contractor to comply with Article 40 hereof as to any particular event of delay shall be deemed conclusively to constitute a waiver, abandonment or relinquishment of any and all claims resulting from that particular event of delay. Excusable Delay may be compensable or non-compensable: (a) Compensable Excusable Delay. Excusable Delay is compensable when (i) the delay extends the Contract Time, (ii) is caused by circumstances beyond the control of the Contractor or its subcontractors, suppliers or vendors, and (iii) is caused solely by fraud, bad faith or active interference on the part of City or its agents. In no event shall Contractor be compensated for interim delays which do not extend the Contract Time. Contractor shall be entitled to direct and indirect costs for Compensable Excusable Delay. Direct costs recoverable by Contractor shall be limited to the actual additional costs allowed pursuant to Article 38 hereof. (b) Non-Compensable Excusable Delay. When Excusable Delay is (i) caused by circumstances beyond the control of Contractor, its subcontractors, suppliers and vendors, and is also caused by circumstances beyond the control of the City or Consultant, or (ii) is caused jointly or concurrently by Contractor or its subcontractors, suppliers or vendors and by the City or Consultant, then Contractor shall be entitled-only to a time extension and no further compensation for the delay. 43. Substantial Completion: When Contractor considers that the Work, or a portion thereof designated by City pursuant to Article 30_hereof, has reached Substantial Completion, Contractor shall so BID NO: 2018-240-ZD I T CITYOF MIAMI BEACH 44 MIAM!BEACH notify City and Consultant in writing. Consultant and City shall then promptly inspect the Work. When Consultant, on the basis of such an inspection, determines that the Work or designated portion thereof is substantially complete, it will then prepare a Certificate of Substantial Completion in the form attached hereto as Form 00925 which shall establish the Date of Substantial Completion; shall state the responsibilities of City and Contractor for security, maintenance, heat, utilities, damage to the Work, and insurance; and shall list all Work yet to be completed to satisfy the requirements of the Contract Documents for Final Completion. The failure to include any items of corrective work on such list does not alter the responsibility of Contractor to complete all of the Work in accordance with the Contract Documents. Warranties required by the Contract Documents shall commence on the date of Substantial Completion of the Work or designated portion thereof unless otherwise provided in the Certificate of Substantial Completion. The Certificate of Substantial Completion shall be submitted to City through the Contract Administrator and Contractor for their written acceptance of the responsibilities assigned to them in such Certificate. 44. No Interest: Any monies not paid by City when claimed to be due to Contractor under this Agreement, including, but not limited to, any and all claims for contract damages of any type, shall not be subject to interest including, but not limited to prejudgment interest. However, the provisions of City's prompt payment ordinance, as such relates to timeliness of payment, and the provisions of Section 218.74(4), Florida Statutes as such relates to the payment of interest, shall apply to valid and proper invoices. 45. Shop Drawings: 45.1. " Contractor shall submit Shop Drawings as required by the Technical Specifications: .The purpose of the Shop Drawings is to show the suitability, efficiehcy, technique of manufacture, installation requirements, details of the item and evidence of its compliance or noncompliance with the Contract Documents. 45.2. Within ten (10) calendar days after the Project Initiation Date specified in the Notice to Proceed, Contractor shall submit to Consultant a complete list of preliminary data on items for which Shop Drawings 'are to be submitted and shall identify the critical items. Approval of this list by Consultant shall in no way relieve Contractor from submitting complete Shop Drawings and providing materials, equipment, etc., fully in accordance with the Contract Documents. This procedure is required in order to expedite final approval of Shop Drawings. 45.3. After the approval of the list of items required in Section 45.2 above, Contractor shall promptly request Shop Drawings from the various manufacturers, fabricators, and suppliers. Contractor shall include all shop drawings and other submittals in its certification. 45.4. Contractor shall thoroughly review and check the Shop Drawings and each and every copy shall show this approval thereon. 45.5. If the Shop Drawings show or indicate departures from the Contract requirements, Contractor shall make specific mention thereof in its letter of transmittal. Failure to point out such departures shall not relieve Contractor from its responsibility to comply with the Contract Documents. BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMIBEACH 45 45.6. Consultant shall review and approve Shop Drawings within seven (7) calendar days from the date received, unless said Drawings are rejected by Consultant for material reasons. Consultant's approval of Shop Drawings will be general and shall not relieve Contractor ofresponsibility for the accuracy of such Drawings, nor for the proper fitting and construction of the work, nor for the furnishing of materials or work required by the Contract Documents and not indicated on the Drawings. No work called for by Shop Drawings shall be performed until the said Drawings have been approved by Consultant. Approval shall not relieve Contractor from responsibility for errors or omissions of any sort on the Shop Drawings. 45.7. No approval will be given to partial submittals of Shop Drawings for items which interconnect and/or are interdependent where necessary to properly evaluate the design. It is Contractor's responsibility to assemble the Shop Drawings for all such interconnecting and/or interdependent items, check them and then make one submittal.to Consultant along with its comments as to compliance, noncompliance, or features requiring special attention. 45.8. If catalog sheets or prints of manufacturers' standard drawings are submitted as Shop Drawings, any additional information or changes on such drawings shall be typewritten or lettered in ink. 45.9. Contractor shall submit the number of copies required by Consultant. Resubmissions of Shop Drawings shall be made in the same quantity until final approval is obtained. 45.10. Contractor shall keep one set of Shop Drawings marked with Consultant's approval at the job site at all times. 46. Field Layout of the Work and Record Drawings: 46.1. The entire responsibility for establishing and maintaining line and grade in the field lies with Contractor. Contractor shall, maintain an accurate and precise record of the location and elevation of all pipe lines, conduits, structures,. maintenance access structures, handholes, fittings and the like and shall prepare record or "as-built" drawings of the same which are sealed by a Professional Surveyor. Contractor shall deliver these records in good order to Consultant as the Work is completed. The cost of all such field layout and recording work is included in the prices bid for the appropriate items. All record drawings shall be made on reproducible paper and shall be delivered to Consultant prior to, and as a condition of, final payment. 46.2. Contractor shall maintain in a safe place at the Project site one record copy of all Drawings, Plans, Specifications, Addenda, written amendments, Change Orders, Field Orders and written interpretations and clarifications in good order and annotated to show all changes made during construction. These record documents together with all approved samples and a counterpart of all approved Shop Drawings shall be available at all times to Consultant for reference. Upon Final Completion of the Project and prior to Final Payment, these record documents, samples and Shop Drawings shall be delivered to the Contract Administrator. BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 46.3. Prior to, and as a condition precedent, to Final Payment, Contractor shall submit to City, Contractor's record drawings or as-built drawings acceptable to Consultant. 47. Safety and Protection: 47.1. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Project. Contractor shall take all necessary precautions for the safety of, and shall provide the necessaryprotection to prevent damage, injuryor loss to: 47.1.1. All employees on the work site and other persons who may be affectedrthereby; 47.1.2. All the work and all materials or equipment to be incorporated therein, whether in storage on or off the Project site; and 47.1.3. Other property at the Project site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for remo,val, relocation or replacement in the course of construction. 47.2. Contractor shall comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and utilities when prosecution of the work may affect them. All damage, injury or loss to any property referred to in Sections 47.1.2 and 47.1.3 above, caused directly or indirectly, in whole or in part, by Contractor , ny Subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall be remedied by Contractor . Contractor's duties and responsibilities for the safety and protection of the work shall continue until such time as all the Work is completed and Consultant has issued a notice to City and Contractor that the Work is acceptable except as otherwise provided in Article 29 hereof. 47.3. Contractor shall designate a responsible member of its organization at the Work site whose duty shall be the prevention of accidents.- This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to City. 48. © Final Bill of Materials: Contractor shall be required to submit to City and Consultant a final bill of materials with unit costs for each bid item for supply of materials in place. This shall be an itemized list of all materials with a unit cost for each material and the total shall agree with unit costs established for each Contract item. A Final Certificate for Payment cannot be issued by Consultant until Contractor submits the final bill of materials and Consultant verifies the accuracy of the units of Work. 49. Payment by City for Tests: . BID NO:2018-240-ZD CITYOF'MIAMI BEACH MIAMI BEACH 47 Except when otherwise specified in the Contract Documents, the expense of all tests requested by Consultant shall be borne by City and performed by a testing firm chosen by Consultant. For road construction projects the procedure for making tests required by Consultant will be in conformance with the most recent edition of the State of Florida, Department of Transportation Standard Specifications for Road and Bridge Construction. Ther, cost of any required test which Contractor fails shall be paid for by Contractor. 50. - Project Sign: Any requirements for a project sign shall be paid by the Contractor as specified by City Guidelines'. 51. Hurricane Precautions: 51.1. During such periods of time as are designated by the United States Weather Bureau as being a hurricane warning or alert, the Contractor, at no cost to the City, shall take all precautions necessary to secure the Project site in response to all threatened storm events, regardless of whether the City or Consultant has given notice of same. 51.2. Compliance with any specific hurricane warning or alert precautions will not constitute additional work. 51.3. Additional work relating to hurricane warning or alert at the Project site will be addressed by a Change Order in accordance with Section 38, General Conditions. 51.4. Suspension of the Work caused by a threatened or actual storm event, regardless of whether the City has directed such suspension, will entitle the Contractor to additional Contract Time as noncompensable, excusable delay, and shall not give rise,to a claim for compensable delay. 51.5. Within ten (10) calendar days after the Project Initiation Date specified in the Notice to Proceed, Contractor shall submit to the Owner or Owner Representative a Hurricane Preparedness Plan. 52. Cleaning Up; City's Right to Clean Up: Contractor shall at all times keep the premises free from accumulation of waste materials or rubbish caused by its operations. At the completion of the Project, Contractor shall remove all its waste materials and rubbish from and about the Project as well as its tools, construction equipment, machinery and surplus materials. If Contractor fails to clean up during the prosecution of the Work or at the completion of the Work, City may do so and the cost thereof shall be charged to Contractor. If a dispute arises between Contractor and separate contractors as to their responsibility for cleaning up, City may clean up and charge the cost thereof to the contractors responsible therefore as Consultant shall determine to be just. 53. Removal of Equipment: In case of termination of this Contract before completion for any cause whatever, Contractor, if notified to do so by City, shall-promptly remove any part or all of Contractor's equipment and supplies from the property of City, failing which City shall have the right to remove such equipment and supplies at the expense of Contractor. BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 48 54. Nondiscrimination: In connection with the performance of the Services, the Contractor shall not exclude from participation in, deny the benefits of, or subject to discrimination anyone on the grounds of race, color, national origin, sex, age, disability, religion, income or family status. Additionally, Contractor shall comply fully with the City of Miami Beach Human Rights Ordinance, codified in Chapter 62 of the City Code, as may be amended from time to time, prohibiting discrimination in employment, housing, public accommodations, and public services on account of actual or perceived race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, age, disability, ancestry, height, weight, domestic partner status, labor organization membership, familial situation, or political affiliation. 55. Project Records: City shall have the right to inspect and copy, at City's expense, the books and records and accounts of Contractor which relate in any way to the Project, and.to any claim for additional compensation made by Contractor, and to conduct an audit of the financial and accounting records of Contractor which relate to. the Project and to any claim for additional compensation made by Contractor. Contractor shall retain and make available to City allsuch books and records and accounts, financial or otherwise, which relate to the Project and to any claim for a period of three (3) years following Final Completion of the Project. During the Project and the three (3) year period following Final Completion of the Project, Contractor shall provide City access to its books and records upon seventy-two (72) hours written notice. 56. Performance Evaluations: • An interim performance evaluation of the successful Contractor may be submitted by the Contract Administrator during construction of the Project. A final performance evaluation shall be submitted when the Request for Final Payment to the construction contractor is forwarded for approval. In either situation, the completed evaluation(s) shall be forwarded to the City's Procurement Director who shall provide a copy to the successful Contractor. Said evaluation(s) may be used by the City as a factor in considering the responsibility of the successful Contractor for future bids with the City. 57. Occupational Health and Safety: In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section ' 38F-41.03 of the Florida Administrative Code delivered as a result of this bid must be accompanied by a Material Safety Data Sheet (MSDS) which may be obtained from the manufacturer. The MSDS must include the following information: b. The chemical name and the common name of the toxic substance. c. The hazards or other risks in the use of the toxic substance, including: i. The potential for fire, explosion, corrosion, and reaction; ii. The known acute and chronic health effects of risks from exposure, including the medical conditions which are generally recognized as being aggravated by exposure to the toxic substance; and BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 49 iii. The primary routes of entry and symptoms of overexposure. d. The proper precautions, handling practices, necessary personal protective equipment, and other safety precautions in the use of or exposure to the toxic substances, including appropriate emergency treatment in case of overexposure. e. The emergency procedure for spills, fire, disposal, and first aid. f. A description in lay terms of the known specific potential health risks posed by the toxic substance intended to alert any person reading this information. g. The year and month, if available, that the information was compiled and the name, address, and emergency telephone number of the manufacturer responsible for preparing the information. 58. Environmental Regulations: The City reserves the right to consider a Bidder's history of citations and/or violations of environmental regulations in investigating a Bidder's responsibility, and further reserves the right to declare a Bidder not responsible if the history of violations warrant such determination in the opinion,of the City. Bidder shall submit with its Bid, a complete history of all citations and/or violations, notices and dispositions thereof. The no submission of any such documentation shall be deemed to be an affirmation by the Bidder that there are no citations or violations. Bidder shall notify the City immediately of notice of any citation or violation which Bidder may receive after the Bid opening date and during the time of performance of any contract awarded to it. 59. "Or Equal" Clause: Whenever a material, article or piece of equipment is identified in the Contract Documents including plans and specifications by reference to manufacturers' or vendors' names, trade names, catalog numbers, or otherwise, City, through Consultant, will have made its best efforts to name at least three (3) such references. Any such reference is intended merely to establish a standard; and, unless it is followed by the words "no substitution is permitted" because of form, fit, function and quality, any material, article, or equipment of other manufacturers and vendors which will perform or serve the requirements of the general design will be considered equally acceptable provided the materials, article or equipment so proposed is, in the sole opinion of Consultant, equal in substance, quality and function. ANY REQUESTS FOR SUBSTITUTION MUST BE MADE TO THE CITY'S PROCUREMENT DIRECTOR, WHO SHALL FORWARD SAME TO CONSULTANT. Balance of Page Intentionally Left Blank r BID NO: 2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 50 APPENDIX A Price Form, Bid Tender Form, & Supplements ATTACHMENT A-1: ITB Price Form & Unit Price Breakdown Form ATTACHMENT A-2: Bid Tender Form ATTACHMENT A-3: Supplement to Bid Tender Form: Contractor Qualification Statement ATTACHMENT A-4: Supplement to Bid Tender Form: Non-Collusion Certificate ATTACHMENT A-5: Supplement to Bid Tender Form: Drug Free Workplace Certification ATTACHMENT A-6: Supplement to Bid Tender Form: Equal Benefits Ordinance ATTACHMENT A-7: Supplement to Bid Tender Form: Trench Safety Act ATTACHMENT A-8: Supplement to Bid Tender Form: Recycled Content Information FAILURE TO SUBMIT THE MOST RECENT BID PROPOSAL FORM (EITHER INCLUDED IN -\THE ORIGINAL ITB OR RELEASED VIA AN ADDENDUM) MAY RESULT IN BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED. BID NO: 2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 51 A-1 City of Miami Beach ITB PRICE FORM- 1 13th STREET PARKING GARAGE (60130) The TOTAL BASE BID amount includes the all-inclusive total cost for the work specified in this bid,consisting of furnishing all materials,labor,equipment, shoring,supervision,mobilization,demobilization,overhead and profit,insurance,permits,and taxes to complete the work to the full intent as shown or indicated in the contract documents. Any or all alternates,if applicable,may be selected at the City's sole discretion and based on funding availability. BIDDER MUST SUBMIT THIS ITB PRICE FORM FULLY COMPLETED, INCLUDING SECTIONS 1 AND 2, AS PART OF THE BID RESPONSE. FAILURE TO DO SO SHALL DEEM THE BIDDER NONRESPONSIVE. In the event of arithmetical errors between the division totals and the total base bid,the Bidder agrees that the total base bid shall govern. In the event of a discrepancy between the numerical total base bid and the written total base bid,the written total base bid shall govern.In absence of totals submitted for any division cost,the City shall interpret as no bid for the division,which may disqualify bidder. Section 1—Bidders Price:. PROJECT TITLE: ITB 2018-240-ZD: FURNISH AND INSTALL FIRE,ALARM SYSTEMS-CITYWIDE (INDIVIDUAL PROJECTS) *Lump Sum Grand Total(Total Base Bid) $ • *PROJECT SHALL BE AWARDED TO THE LOWEST, RESPONSIVE, RESPONSIBLE BIDDER OFFERING THE LOWEST LUMP SUM GRAND TOTAL(TOTAL BASE BID) Section 2-Bidder's Affirmation: Company: Address Line 1: Address Line 2: Telephone: Email: Signature: Title/Printed Name: Date: FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND (IF APPLICABLE)WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE. BID NO: 2018-240-ZD CITYOF MIAMI BEACH /MIAMI BEACH 52 • A-1 City of Miami Beach ITB PRICE FORM- 2 42nd STREET PARKING GARAGE(69370) The TOTAL BASE BID amount includes the all-inclusive total cost for the work specified in this bid,consisting of furnishing all materials,labor,equipment, shoring,supervision,mobilization,demobilization,overhead and profit,insurance,permits,and taxes to complete the work to the full intent as shown or indicated in the contract documents. Any or all alternates,if applicable,may be selected at the City's sole discretion and based on funding availability. BIDDER MUST SUBMIT THIS ITB PRICE FORM FULLY COMPLETED, INCLUDING SECTIONS 1 AND 2, AS PART OF THE BID RESPONSE. FAILURE TO DO SO SHALL DEEM THE BIDDER NONRESPONSIVE. In the event of arithmetical errors between the division totals and the total base bid,the Bidder agrees that the total base bid shall govern. In the event of a discrepancy between the numerical total base bid and the written total base bid,the written total base bid shall govern.In absence of totals submitted for any division cost,the City shall interpret as no bid for the division,which may disqualify bidder. Section 1-Bidders Price: PROJECT TITLE: ITB 2018-240-ZD: FURNISH AND INSTALL FIRE ALARM SYSTEMS-.CITYWIDE (INDIVIDUAL PROJECTS) *Lump Sum Grand Total(Total Base Bid) $ *PROJECT SHALL BE AWARDED TO THE LOWEST, RESPONSIVE, RESPONSIBLE BIDDER OFFERING THE LOWEST LUMP SUM GRAND TOTAL(TOTAL BASE BID) Section 2 - Bidder's Affirmation: Company: Address5Line 1: Address Line 2: Telephone: Email: Signature: Title/Printed Name: Date: FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND(IF APPLICABLE)WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE. BID NO:2018-240-ZD CITYOF MIAMI BEACH 53 MIAMI BEACH A-1 City of Miami Beach. ITB PRICE FORM-3 7th STREET PARKING. GARAGE (6931.0 The TOTAL BASE BID amount includes the all-inclusive total cost for the work specified in this bid,consisting of furnishing all materials,labor,equipment, shoring,supervision,mobilization,demobilization,overhead and profit,insurance,permits,and taxes to complete the work to the full intent as shown or indicated in the contract documents.Any or alf alternates,if applicable,may be selected at the City's sole discretion and based on funding availability. BIDDER MUST SUBMIT THIS ITB PRICE FORM FULLY COMPLETED, INCLUDING SECTIONS 1 AND 2, AS PART OF THE BID RESPONSE. FAILURE TO DO SO SHALL DEEM THE BIDDER NONRESPONSIVE. In the event of arithmetical errors between the division totals and the total base bid,the Bidder agrees that the total base bid shall govern. In the event of a discrepancy between the numerical total base bid and the written total base bid,the written total base bid shall govern.In absence of totals submitted for any division cost,the City shall interpret as no bid for the division,which may disqualify bidder. Section 1—Bidders Price: PROJECT TITLE: ITB 2018-240-ZD:, FURNISH AND.INSTALL FIRE ALARM SYSTEMS-CITYWIDE (INDIVIDUAL PROJECTS). *Lump Sum Grand Total(Total Base Bid) $ *PROJECT SHALL BE AWARDED TO THE LOWEST, RESPONSIVE, RESPONSIBLE BIDDER OFFERING THE LOWEST LUMP SUM GRAND TOTAL(TOTAL BASE BID) Section 2- Bidder's Affirmation: Company: Address Line 1: Address Line 2: Telephone: Email: Signature: Title/Printed Name: Date: FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND(IF APPLICABLE)WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE. • BID NO: 2018-240-ZD CITYOF MIAMI BEACH MIAMIBEACH 54 A-1 City of Miami Beach ITB PRICE FORM-4 FIRE STATION#2 (60077) The TOTAL BASE BID amount includes the all-inclusive total cost for the work specified in this bid,consisting of furnishing all materials,labor,equipment, shoring,supervision,mobilization,demobilization,overhead and profit,insurance,permits,and taxes to complete the work to the full intent as shown or indicated in the contract documents.Any or all alternates,if applicable,may be selected at the City's sole discretion and based on funding availability. BIDDER MUST SUBMIT THIS ITB PRICE FORM FULLY COMPLETED, INCLUDING SECTIONS 1 AND 2, AS PART OF THE BID RESPONSE. FAILURE TO DO SO SHALL DEEM THE BIDDER NONRESPONSIVE. In the event of arithmetical errors between the division totals and the total base bid,the Bidder agrees that the total base bid shall govern. In the event of a discrepancy between the numerical total base bid and the written total base bid,the written total base bid shall govern.In absence of totals submitted for any division cost,the City shall interpret as no bid for the division,which may disqualify bidder. Section 1_Bidders Price: • PROJECT TITLE: ITB 2018-240-ZD: FURNISH AND INSTALL FIRE ALARM SYSTEMS-CITYWIDE (INDIVIDUAL PROJECTS) *Lump Sum Grand Total(Total Base Bid) $ • *PROJECT SHALL BE AWARDED TO THE LOWEST, RESPONSIVE, RESPONSIBLE BIDDER OFFERING THE LOWEST LUMP SUM GRAND TOTAL(TOTAL BASE BID) Section 2- Bidder's Affirmation: Company: Address Line 1: Address Line 2: - Telephone: Email: Signature: Title/Printed Name: Date: FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND (IF APPLICABLE)WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE. • BID NO:2018-240-ZD CITYOF MIAMI BEACH , MIAMI BEACH A-1 City of Miami Beach ITB PRICE FORM- 5 FIRE STATION # 3 (67200) The TOTAL BASE BID amount includes the all-inclusive total cost forrthe work specified in this bid,consisting of furnishing all materials,labor,equipment, shoring,supervision, mobilization,demobilization,overhead and profit,insurance,permits,and taxes to complete the work to the full intent as shown or indicated in the contract documents.Any or all alternates,if applicable,may be selected at the City's sole discretion and based on funding availability. BIDDER MUST SUBMIT THIS ITB PRICE FORM FULLY COMPLETED, INCLUDING SECTIONS 1 AND 2, AS PART OF THE BID RESPONSE. FAILURE TO DO SO SHALL DEEM THE BIDDER NONRESPONSIVE. In the event of arithmetical errors between the division totals and the total base bid,the Bidder agrees that the total base bid shall govern. In the event of a discrepancy between the numerical total base bid and the written total base bid,the written total base bid shall govern.In absence of totals submitted for any division cost,the City shall interpret as no bid for the division,which may disqualify bidder. Section 1—Bidders Price: • • PROJECT TITLE: ITB 2018-240-ZD: FURNISH AND INSTALL FIRE ALARM SYSTEMS-CITYWIDE (INDIVIDUAL PROJECTS) *Lump Sum Grand Total(Total Base Bid) $ *PROJECT SHALL BE AWARDED TO THE LOWEST, RESPONSIVE, RESPONSIBLE BIDDER OFFERING THE LOWEST LUMP SUM GRAND TOTAL(TOTAL BASE BID) Section 2- Bidder's Affirmation: Company: Address Line 1: Address Line 2: Telephone: Email: Signature: Title/Printed Name: Date: FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND (IF APPLICABLE)WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE. BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 56 A-1 City of Miami Beach ITB PRICE FORM-6 FLEET/SANITATION (69470) The TOTAL BASE BID amount includes the all-inclusive total cost for the work specified in this bid,consisting of furnishing all materials,labor,equipment, shoring,supervision,mobilization,demobilization,overhead and profit,insurance,permits,and taxes to complete the work to the full intent as shown or indicated in the contract documents.Any or all alternates,if applicable,may be selected at the City's sole discretion and based on funding availability. BIDDER MUST SUBMIT THIS ITB PRICE FORM FULLY COMPLETED, INCLUDING SECTIONS 1 AND 2, AS PART OF THE BID RESPONSE. FAILURE TO DO SO SHALL DEEM THE BIDDER NONRESPONSIVE. In the event of arithmetical errors between the division totals and the total base bid,the Bidder agrees that the total base bid shall govern. In the event of a discrepancy between the numerical total base bid and the written total base bid,the written total base bid shall govern.In absence of totals submitted for any division cost,the City shall interpret as no bid for the division,which may disqualify bidder. Section 1—Bidders Price;_ • PROJECT TITLE: ITB 2018-240-ZD: FURNISH AND INSTALL FIRE ALARM SYSTEMS-CITYWIDE (INDIVIDUAL PROJECTS) *Lump Sum Grand Total(Total Base Bid) $ *PROJECT SHALL BE AWARDED TO THE LOWEST, RESPONSIVE, RESPONSIBLE BIDDER OFFERING THE LOWEST LUMP SUM GRAND TOTAL(TOTAL BASE BID) Section 2- Bidder's Affirmation: Company: Address Line 1: Address.Line 2: • Telephone: Email: Signature: Title/Printed Name: Date: FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND (IF APPLICABLE)WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE. BID NO: 2018-240-ZD CITYOF MIAMI BEACH MIAMIBEACH 57 A-1 City of Miami Beach ITB PRICE FORM- 7 HISTORIC CITY HALL (60618) The TOTAL BASE BID amount includes the all-inclusive total cost for the work specified in this bid,consisting of furnishing all materials,labor,equipment, shoring,supervision,mobilization,demobilization,overhead and profit,insurance,permits,and taxes to complete the work to the full intent as shown or indicated in the contract documents.Any or all alternates,if applicable,may be selected at the City's sole discretion and based on funding availability. BIDDER MUST SUBMIT THIS ITB PRICE FORM FULLY COMPLETED, INCLUDING SECTIONS 1 AND 2, AS PART OF THE BID RESPONSE. FAILURE TO DO SO SHALL DEEM THE BIDDER NONRESPONSIVE. In the event of arithmetical errors between the division totals and the total base bid,the Bidder agrees that the total base bid shall govern. In the event of a discrepancy between the numerical total base bid and the written total base bid,the written total base bid shall govern.In absence of totals submitted for any division cost,the City shall interpret as no bid for the division,which may disqualify bidder. ' Section 1—Bidders Price: PROJECT TITLE: ITB 2018-240-ZD: FURNISH AND INSTALL FIRE ALARM SYSTEMS-CITYWIDE (INDIVIDUAL PROJECTS) • *Lump Sum Grand Total(Total Base Bid) $ • *PROJECT SHALL BE AWARDED TO THE LOWEST, RESPONSIVE, RESPONSIBLE BIDDER OFFERING THE LOWEST LUMP SUM GRAND TOTAL(TOTAL BASE BID) Section 2- Bidder's Affirmation: Company: Address Line 1: • Address Line 2: Telephone: Email: Signature: Title/Printed Name: Date: FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND (IF APPLICABLE)WITH BID' SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE. BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 58 A-1 City of Miami Beach ITB PRICE FORM- 8 POLICE ATHLETIC LEAGUE BUILDING (61100) The TOTAL BASE BID amount includes the all-inclusive total cost for the work specified in this bid,consisting of furnishing all materials,labor,equipment, • shoring,supervision,mobilization,demobilization,overhead and profit,insurance,permits,and taxes to complete the work to the full intent as shown or indicated in the contract documents.Any or all alternates,if applicable,may be selected at the City's sole discretion and based on funding availability. BIDDER MUST SUBMIT THIS ITB PRICE FORM FULLY COMPLETED, INCLUDING SECTIONS 1 AND 2, AS PART OF THE BID RESPONSE. FAILURE TO DO SO SHALL DEEM THE BIDDER NONRESPONSIVE. In the event of arithmetical errors between the division totals and the total base bid,the Bidder agrees that the total base bid shall govern. In the event of a discrepancy between the numerical total base bid and the written total base bid,the written total base bid shall govern.In absence of totals submitted for any division cost,the City shall interpret as no bid for the division,which may disqualify bidder. Section-1 —Bidders Price: PROJECT TITLE: ITB 2018-240-ZD: FURNISH AND.INSTALL FIRE ALARM SYSTEMS-CITYWIDE (INDIVIDUAL PROJECTS) • *Lump Sum Grand Total(Total Base Bid) $ *PROJECT SHALL BE AWARDED TO THE LOWEST, RESPONSIVE, RESPONSIBLE BIDDER OFFERING THE LOWEST LUMP SUM GRAND TOTAL(TOTAL BASE BID) Section 2- Bidder's Affirmation: Company: Address Line 1: Address.Line 2: Telephone: Email: Signature: Title/Printed Name: Date: FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND (IF APPLICABLE)WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE. BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 59 A-1 City of Miami Beach ITB PRICE FORM- 9 POLICE HQ & PARKING GARAGE (68720) The TOTAL BASE BID amount includes the all-inclusive total cost for the work specified in this bid,consisting of furnishing all materials,labor,equipment, shoring,supervision,mobilization,demobilization,overhead and profit,insurance,permits,and taxes to complete the work to the full intent as shown or indicated in the contract documents.Any or all alternates,if applicable,may be selected at the City's sole discretion and based on funding availability. BIDDER MUST SUBMIT THIS ITB PRICE FORM FULLY COMPLETED, INCLUDING SECTIONS 1 AND 2, AS PART OF THE BID RESPONSE. FAILURE TO DO SO SHALL DEEM THE BIDDER NONRESPONSIVE. In the event of arithmetical errors between the division totals and the total base bid,the Bidder agrees that the total base bid shall govern. In the event of a discrepancy between the numerical total base bid and the written total base bid,the written total base bid shall govern.In absence of totals submitted for any division cost,the City shall interpret as no bid for the division,which may disqualify bidder. Section 1—Bidders Price: PROJECT TITLE: ITB 2018-240-ZD:. FURNISH AND INSTALL FIRE ALARM SYSTEMS-CITYWIDE (INDIVIDUAL PROJECTS) *Lump Sum Grand Total(Total Base Bid) $ *PROJECT SHALL BE AWARDED TO THE LOWEST, RESPONSIVE, RESPONSIBLE BIDDER OFFERING THE LOWEST LUMP SUM GRAND TOTAL(TOTAL BASE BID) Section 2-Bidder's Affirmation: Company: Address Line 1: Address Line 2: Telephone: Email: Signature: Title/Printed Name: Date: FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND (IF APPLICABLE)WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE. BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 60 A-1 City of Miami Beach ITB PRICE FORM-10 PRE-QUALIFICATION REQUEST FORM Failure to submit ITB PRICE FORM-10,Prequalification Request Form,in its entirety and fully executed by the deadline established for the receipt of proposals will result in proposal being deemed non-responsive and being rejected:'a ; Bidder affirms that its prequalification request form below represents full accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other requirements stated herein,'and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Prequalification Request Form (ITB PRICE FORM-10)shall be completed mechanically or,if manually, in ink. Prequalification Request Form(ITB PRICE FO13M-10) completed in pencil shall be deemed non-responsive.All corrections on the Prequalification Request Form(ITB PRICE FORM- 10)shall be initialed. It is the intent of the City to pre-qualify Bidders who wish to participate in a pre-qualification pool to furnish and install fire alarm systems on as-needed basis for future pricing competition. All vendors which meet or exceed the criteria established in this solicitation shall be placed on a pre-qualification list that may be accessed by various City departments in order to obtain price quotations for said equi.ment. • YES NO We wishto be pre-qualified to participate in future pricing competition. • Bidder's Affirmation: Company: Address Line 1: Address Line 2: Telephone: Email: Signature: Title/Printed Name: Date: BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 61 A-2 BIDDER CERTIFICATION The undersigned, as Bidder, hereby declares that the only persons interested in this bid as principal are named herein and that no person other than herein mentioned has any interest in this bid or in the Contract to be entered into;that this bid is made without connection with any other person, firm, or parties making a bid; and that it is, in all respects, made fairly and in good faith without collusion or fraud. The Bidder further declares that it has examined the site of the Work and informed itself fully of all conditions pertaining to the place where the Work is to be done; that it has examined the Contract Documents and all addenda thereto furnished before the opening of the bids, as acknowledged below; and that it has satisfied itself about the Work to be performed; and all other required information with the bid; and,that this bid is submitted voluntarily and willingly. The Bidder agrees, if this bid is accepted, to contract with the City, a political subdivision of the State of Florida, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to construct and complete within the time limits specified the Work covered by the Contract Documents for the Project entitled: INVITATION TO BID (ITB) No.2018-240-ZD FURNISH AND INSTALL FIRE ALARM SYSTEMS-CITYWIDE(INDIVIDUAL PROJECTS) The Bidder also agrees to furnish the required Performance Bond and Payment Bond or alternative form of security, if permitted by the City, each for not less than the total bid price plus alternates, if any, provided in the ITB Price Form in Section 00408 and to furnish the required Certificate(s)of Insurance. In the event of arithmetical errors between the division totals and the total base bid in the ITB Price Form, the Bidder agrees that the total base bid shall govern. In the event of a discrepancy between the numerical total base bid and the written total base bid, the written total base bid shall govern. In absence of totals submitted for any division cost, the City shall interpret as no bid for the division,which may disqualify bidder. Acknowledgment is hereby made of the following addenda (identified by number) received since issuance of this Solicitation: /;flit i ( l rC'l A: d lrtllnt li'i ".. Amendment 1 Amendment 6 Amendment 2 Amendment 7 Amendment 3 Amendment 8 Amendment 4 Amendment 9 Amendment 5 Amendment 10 The Bidder shall acknowledge this bid by signing and completing the spaces provided below: Name of Bidder: ' Address Line 1: Address Line 2: Telephone Number: E-mail Address: Federal Tax ID No. Dun & Bradstreet No. Signature is Required:. Name of Authorized Representative: Signature of Authorized Representative: BID NO:2018-240-ZD CITYOF MIAMI BEACH Mi('J' Ct EAGH 62 A-3 SUPPLEMENT TO BID/TENDER FORM: CONTRACTOR QUALIFICATION STATEMENT THIS COMPLETED FORM SHOULD BE SUBMITTED WITH THE BID; HOWEVER, ANY ADDITIONAL INFORMATION NOT INCLUDED IN THE SUBMITTED FORM AS DETERMINED IN THE SOLE DISCRETION OF THE CITY, SHALL BE SUBMITTED WITHIN TWO (2) BUSINESS DAYS OF THE CITYS REQUEST. The undersigned authorized representative, of the Bidder certifies the truth and accuracy of all statements and the answers contained herein. 1. Please list all Licenses, Certifications, and/or Registrations your organization may possess. Please also indicate the number of years your organization has been in possession of these licenses, certifications, and/or registrations. License/Certification#/Registration# #Years 2. Attach a list of the Key Personnel, the intended role for this Project, and resumes for each individual. 3. What business are you in? 4. Please indicate the last project of similar scope and volume that your organization has completed and its completion date. • • 5. Have you ever failed to complete any work awarded to you? If so, where and why? 6. List owner names, addresses and telephone' numbers, and surety and project names, for all projects for which you have performed work, where your surety has intervened to assist in completion of the project,whether or not a claim was made. 7. References & Past Performance. Bidder shall submit at least three (3) references for whom the proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: Proposer shall submit a minimum of three (3) references, including the following information: 1) Firm Name, 2) Contact Individual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided. BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 63 A-3 8. Attach`a list including the following information concerning all contracts in progress as of the date of submission of this bid. (In case of co-venture, list the information for all co-venturers): a. Name of Project b. Owner and Point of Contact(Minimum of Phone Number& E-mail Address) c. Original Contract Value d. Current Contract Value e. Projected Date of Completion per Contract f: Percent(%) Completion to Date of Bid Submittal 9. Has a representative of the Bidder completely inspected the proposed project and does the Bidder have a complete plan for its performance? ❑ Yes ❑No 10. State the true, exact, correct and complete name of the partnership, corporation or trade name under which you do business and the address of the place of business. (If a corporation, state the name of the president and secretary. If a partnership, state the names of all partners. If a trade name, state the names of the individuals who do business under the trade name). Additional ' Sheets may be attached as necessary. A. The correct name of the Bidder is: B. The business is a: ❑ Sole Proprietorship ❑ Partnership ❑ Corporation C. The address of principal place of business is: D. The names of the corporate officers, or partners, or individuals doing business under a trade name, are as follows: BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 64 A-3 E. List all organizations which were predecessors to Bidder or in which the principals or officers of the Bidder were principals or officers. • F. List and describe all bankruptcy petitions (voluntary or involuntary) which have been filed by or against the Bidder, its parent or subsidiaries or predecessor organizations during the past five (5)years. Include in the description the disposition of each such petition. G. List and describe all successful Performance or Payment Bond claims made to your surety(ies) during, the last five (5) years. The list and descriptions should include claims against the bond of the Bidder and its predecessor organization(s). H. List all claims, arbitrations, administrative hearings and lawsuits brought by or against the Bidder or its predecessor organization(s) during the last five (5) years. The list shall include all case names; case, arbitration or hearing identification numbers; the name of the project over which the dispute arose; a description of the subject matter of the dispute; and the final outcome of the claim. . I. List and describe all criminal proceedings or hearings concerning business related offenses in which the Bidder, its principals or officers or predecessor organization(s) were defendants. BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 65 A-3 J. Has the Bidder, its principals, officers or predecessor organization(s) been debarred or suspended from bidding by any government during the last five (5) years? If yes, please provide details. K. Under what conditions''does the Bidder request Change Orders? L. Provide the names of all individuals or entities (including your sub-consultants) with a controlling financial interest and the percentage of ownership. The term "controlling financial interest" shall mean the ownership, directly or indirectly, of 10% or more of the outstanding capital stock_in any corporation or a direct or indirect interest of 10% or more in a firm. The term "firm" shall mean any corporation, partnership, business trust or any legal entity other than a natural person. M. Individuals or entities (including our sub-consultants) with a controlling financial interest: have have not contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. Please provide the name(s) and date(s) of said contributions and to whom said contribution was made. N. Has the Corporation, Officers of the Corporation, Principal Stockholders, Principals of the Partnership or Owner of Sole Proprietorship ever been indicted, debarred, disqualified or suspended from performing work for the Federal Government or any State or Local Government or subdivision or agency thereof? ❑Yes ❑No 0. Are any indictments, debarments, disqualifications, or suspensions referenced on the previous page current? ❑Yes No If the answer to either number N or 0 is yes;attach a written detailed explanation. BID NO:2018-240-ZD CITYOF MIAMI BEACH tv\IAMI BEACH 66 A-3 P. Is the business entity owned,by a certified service-disabled veteran, and or a-small business owned and controlled by veterans, as defined on Section 502 of the Veteran Benefit Health, and Information Technology Act of 2006, and cited in the Database of Veteran-owned Business? El Yes No Q. Non-Discrirnination. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a) of the City Code, including the blacklisting, divesting from, or otherwise refusing to deal with a person or entity when such action is based on race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital or familial status, age or disability. ' SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2- 375 of the City of Miami Beach City Code. R:-Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and. Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. S. Fair Chance Requirement. Pursuant to Section 2-376 of the City Code, the City shall not enter into any contract resulting from a competitive solicitation, unless the proposer certifies in writing that the business has adopted and employs written policies, practices, and standards that are consistent with the City's Fair Chance Ordinance, set forth in Article V of Chapter 62 of the City Code ("Fair Chance Ordinance"), and which, among other things, (i) prohibits City contractors, as an employer, from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position, and (iii) prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue Of executing this affidavit, Proposer certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement, in addition to any damages that may be available at law and in equity. BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 67 T. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Division with its proposal/response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer,,to c --_'.. ._ all applicable governmental rules and regulations including, among others, the A-3 interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade C SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt, as required in the ordinance, the City of Miami Beach Code of Ethics, available at www.miamibeachfl.gov/procurement/. U. Conflict Of Interest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member(spouse, parent, sibling, and child)who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. CONTRACTOR QUALIFICATION STATEMENT VALIDATION: The undersigned certifies that the information provided in this questionnaire is correct and accurate. Signature is Required: Name of Authorized Representative: Signature of Authorized Representative: BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 68 A-4 SUPPLEMENT TO BID/TENDER FORM: NON-COLLUSION CERTIFICATE THIS FORM MUST BE SUBMITTED PRIOR TO AWARD FOR BIDDER TO BE DEEMED RESPONSIBLE. Submitted this day of , 20_. The undersigned, as Bidder, declares that the only persons interested in this Bid are named herein; that no other person has any interest in this Bid or in the Contract to which this Bid pertains; that this Bid is made without connection or arrangement with any other person; and that this Bid is in every respect fair and made in good faith, without collusion or fraud. The Bidder agrees if this Bid is accepted, to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the Bidder and the City of Miami Beach, Florida, for the performance of all requirements to which the Bid pertains. The Bidder states that this Bid is based upon the documents identified by the following number: Bid No. 2018-125-ZD. SIGNATURE PRINTED NAME • TITLE (IF CORPORATION) BID NO:2018-240-ZD CITYOF MIAMI BEACH /)\JAMI BEACH 69 A-5 SUPPLEMENT TO BID/TENDER FORM: DRUG FREE WORKPLACE CERTIFICATION The undersigned Bidder hereby certified that it will provide a drug-free workplace program by: (1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition; (2) Establishing a continuing drug-free awareness program to inform its employees about: (i) The dangers of drug abuse in the workplace; (ii) The Bidder's policy of maintaining a drug-free workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (3) Giving all employees engaged in performance of the Contract a copy of the statement required by subparagraph (1); (4) Notifying all employees, in writing, of the statement required by subparagraph (1), that as a . condition of employment on a covered Contract, the employee shall: (i) Abide by the terms of the statement; and (ii) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than five (5) calendar days after such conviction; (5) Notifying the City in writing within ten (10) calendar days after receiving notice under subdivision (4) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; (6) Within thirty (30) calendar days after receiving notice under subparagraph (4) of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: (i) Taking appropriate personnel action against such employee, up to and including termination; or (ii) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and (7) Making a good faith effort to maintain a drug-free workplace program through implementation of subpa'ragraphs(1)through (6). BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 70 A-5 SUPPLEMENT TO BID/TENDER FORM: DRUG FREE WORKPLACE CERTIFICATION (Bidder Signature) (Print Vendor Name) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20 by as. (name of person whose signature is being notarized) (title) of (name of corporation/company) ( known to me to be the person described herein, or who produced as identification, and who did/did not take an oath. NOTARY PUBLIC: (Signature) (Print Name) My commission expires: BID NO:2018-240-ZD CITYOF MIAMI BEACH ' MIAMI BEACH 71 A-6 SUPPLEMENT TO BID TENDER FORM: EQUAL BENEFITS ORDINANCE SUMMARY The foregoing analysis provides a summary of the major points of the proposed Ordinance: 1) What is the intent of the Ordinance? The proposed Ordinance will require certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive bids, to provide "Equal Benefits" to their employees with. Domestic Partners, as they provide to employees with spouses. 2) How are "Equal Benefits" defined and what kind of "Benefits" does the Ordinance cover? "Equal Benefits" means that contractors doing business with the City who are covered by the Ordinance shall be required to provide the same type of benefits that they offer to employees and their spouses, to employees with Domestic Partners. The type of "Benefits" 'defined by the Ordinance and which may be offered by a contractor include: sick leave, bereavement leave, family medical leave, and health benefits. The "Benefits" defined in the Ordinance are the same type of benefits that the City provides to Domestic Partners of City employees, pursuant to Section 6240X of the City Code]. Notwithstanding the definition of "Benefits" in the Ordinance, to comply with the Ordinance a Contractor is not required to provide all the above-described benefits. Contractors are only required to offer the same type of Benefits they offer to their employees with spouses, to employees with Domestic Partners. Additionally, a Contractor.-who offers no benefits to employees or their spouses, would not be required to offer any benefits-to employees. with Domestic Partners (and would still be in • compliance with'the Ordinance)..] • 3) Who is considered a "Domestic Partner" under the Ordinance? A "Domestic Partner" shall mean any two (2) adults of the same or different sex who have registered as domestic partners with a government body pursuant to state or local law authorizing such registration, or with an internal registry maintained by the employer of at least one of the domestic partners. 4) What type of Contracts and/or which Contractors are,covered by the Ordinance? The Ordinance only applies to the following: • Competitively bid City contracts (bids, RFP's, RFQ's, RFLI's, etc.), • Contracts valued at over$100,000, • Contractors who maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks in either the current or the preceding calendar year, • Contractors covered by the Ordinance are only required to comply as to employees who: 1) either work within the City limits of the City of Miami Beach; or 2) the contractor's employees located in the United States, but outside of the City limits, only if those employees are directly performing work on the City contract(covered by the Ordinance). BID NO:2018-240-ZD CITYOF MIAMI BEACH 72 N1►AMI BEACH 5) In what cases does the Ordinance not apply? The provisions of the Ordinance do not apply where: o The City contract has been has been entered into prior to the effective date of the Ordinance (including renewal terms contained in such contracts); • The City contract is not competitively bid; A V �c • The City contract is valued at less than $100,000; o The contractor has less thanA 51 employees; o The contractor does not provide Benefits either to employees' spouses or to employees' Domestic Partners; • The contractor is a religious organization, association, society or any nonprofit charitable or educational institution or organization operated, supervised or controlled by or in conjunction with a religious organization, association or society; • The contractor is another government entity. The following City contracts are not covered by the Ordinance: • Contracts for sale or lease of City property; • Development Agreements; • Contracts/grants for CDBG, HOME, SHIP, and Surtax funds administered by the City's Office of Community Development; • Cultural Arts Council grants; • Contracts for professional NE, landscape NE, or survey and mapping services procured pursuant to Chapter 287.055, Florida Statutes ("The Consultants Competitive Negotiation Act"; o Contracts for the procurement of life, health, accident, hospitalization, legal expense, annuity insurance, or any and all other kinds of insurance for the officers and employees of the City and their dependents, from a group insurance plan. The Ordinance provides, upon written recommendation of the City Manager, that the City Commission may, by 5/7ths vote, waive application of the Ordinance for the following: o Emergency contracts; • Contracts where only one bid response is received; • Contracts where more than one bid response is received, but none of the bidders can comply with the requirements of the Ordinance. The City's ability to,_apply the Ordinance may also be preempted in instances where the Ordinance impacts health, retirement, or pension program which fall within the jurisdiction of the Employee Retirement Income Security Act (ERISA), and may under certain circumstances be held invalid under Federal preemption. 6), How is the Ordinance enforced by the City? • City contracts that are covered by the Ordinance shall notify potential bidders/proposers of the Ordinance and its requirements in the ITB documents; • At the time of entering into the contract with the City, the proposed City contractor shall certify to the City that it intends to provide Equal Benefits, along with the description of its employee benefits plan, which needs to be delivered to the Procurement Director prior to entering into the contract; BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 73 • The City has the ongoing right to investigate/audit contracts for compliance with the provisions of the Ordinance; • 'The contractor is required to post notice to its employees at its place of business that it provides Equal'Benefits. 7) Is there another way for a Contractor who does not provide Equal Benefits to comply with the Ordinance? If a contractor covered by the Ordinance has made a reasonable yet unsuccessful ` ' to provide Equal Benefits, it can still comply with the Ordinance by providin A'6 employee with the "Cash Equivalent" of the similar benefit(s) offered to the contras employees and their spouses. 8) What are the penalties for non compliance? Failure of a contractor to comply with the requirements of the Ordinance may result in the following: • Breach/default under the contract; • Termination of the contract; • Monies due under the contract may be retained by the City until compliance is achieved; o Debarment of contractors from City work, as prescribed by the City Code. Balance of Page Intentionally Left Blank BID NO:2018-240-ZD CITYOF MIAMI BEACH MIMAI BEACH 74 A-6 MIAMIBEACH DECLARATION: NONDISCRIMINATION IN CONTRACTS AND BENEFITS Section 1.Vendor Information Name of Company: Name of Company Contact Person: Phone Number: Fax Number: E-mail: Vendor Number(if known): Federal ID or Social Security Number: Approximate Number of Employees in the U.S.: (If 50 or less,skip to Section 4, date and sign) Are any of your employees covered by a collective bargaining agreement or union trust fund? Yes No Union name(s): f Section 2.Compliance Questions Question 1. Nondiscrimination-Protected Classes A. Does your company agree to not discriminate against your employees, applicants for employment, employees of the City, or members of the public'on the basis of the fact or perception of a person's membership in the categories listed below? Please note: a "YES" answer means your company agrees it will not discriminate; 'a "NO" answer means your company refuses to agree that it will not discriminate. Please answer yes or no to each category. ❑ Race _Yes_No ❑ Sex Yes No Li Color _Yes_No U Sexual Orientation Yes No ❑ Creed _Yes_No 0 Gender Identity(transgender status) _Yes_No ❑ Religion _Yes_No 0 Domestic partner status. _Yes_No ❑ National origin, _Yes_No ❑ Marital status Yes No ❑ Ancestry _Yes_No ❑ Disability _Yes_No ❑ Age _Yes_No ❑AIDS/HIV status Yes No ❑ Height _Yes_No 0 Weight _Yes_No B. Does your company agree to insert a similar nondiscrimination provision in any subcontract you enter into for the performance of a substantial portion of the contract you have with the City? Please note:you must answer this question,even if you do not intend to enter into any subcontracts. _Yes_No BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 75 A-6 Question 2.Nondiscrimination-Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over $100,000 whose contractors _ maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance, 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive bids, to provide "Equal Benefits" to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners* or to domestic partners of employees? YES NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides Firm Provides Firm does not for Employees for Employees Provide Benefit with Spouses with Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave If Proposer cannot offer`a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you maybe eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at: www.miamibeachfl.gov/procurement/ BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 76 A-6 Section 3.Required Documentation YOU MUST SUBMIT SUPPORTING DOCUMENTATION to verify each benefit marked in Question 2C. Without proper documentation, your company cannot be certified as complying with the City's Equal Benefits Requirement for Domestic Partner Ordinance. For example, to document medical insurance submit a statement from your insurance provider or a copy of the eligibility section of your plan document;to document leave programs,submit a copy of your company's employee handbook. If documentation for a particular benefit does not exist, attach an explanation. Have you submitted supporting documentation for each benefit offered? Yes No Section 4. Executing the Document I declare under penalty of perjury under the laws of the State of Florida that the foregoing is true and correct, and that I am authorized to bind this entity contractually. Executed this day of , in the year ,at• , Signature Mailing Address Name of Signatory City, State,Zip Code Title • BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 77 A-6 MIAMIBEACH REASONABLE MEASURES APPLICATION Declaration: Nondiscrimination in Contracts and Benefits Submit this form and supporting documentation to the City's Procurement Department ONLY IF you: A. Have taken all reasonable measures to end discrimination in benefits; B. Are unable to do so; and C. Intend to offer a cash equivalent to employees for whom equal benefits are not available. You must submit the following information with this form: 9 The names, contact persons and telephone numbers of benefits providers contacted for the purpose of acquiring nondiscriminatory benefits; 10 The dates on which such benefits providers were contacted; 11 Copies of any written response(s)you received from such benefits providers, and if written responses are unavailable, summaries of oral responses; and 12 Any other information you feel is relevant to documenting your inability to end discrimination in benefits, including, but not limited to, reference to federal or state laws which preclude the ending of discrimination in benefits. I declare (or certify) under penalty of perjury under the laws of the State of Florida that the foregoing is true and correct, and that I am authorized to bind this entity contractually. Name of Company(please print) Mailing Address of Company Signature City,State,Zip Name of Signatory(please print) Telephone Number Title Date BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMf BEACH 78 A-6 Definition of Terms A. Reasonable Measures The City of Miami Beach will determine whether a City Contractor has taken all reasonable measures provided by the City Contractor that demonstrates that it is not possible for the City Contractor to end discrimination in benefits. A.determination that it is not possible for the City Contractor to end discrimination in benefits shall be based upon a consideration of such factors as: 1. The number of benefits providers identified and contacted, in writing, by the City Contractor, and written documentation from these providers that they will not provide equal benefits; 2. The existence of benefits providers willing to offer equal benefits to the City Contractor; and 3. The existence of federal or state laws which preclude the City Contractor from ending discrimination in benefits. B. Cash Equivalent "Cash Equivalent" means the amount of money paid to an employee with a Domestic Partner(or spouse, if applicable) in lieu of providing Benefits to the employees''Domestic partner (or spouse, if applicable). The Cash Equivalent is equal to the employer's direct expense of providing Benefits to an employee for his or her spouse. Cash Equivalent. The cash equivalent of the following benefits apply: A. For bereavement leave, cash payment for the number of days that would be allowed as paid time off for death of a spouse. Cash payment would be in the form of wages of the domestic partner employee for the number of days allowed. B.- For health benefits, the cost to the Contractor of the Contractor's share of the single monthly premiums that are being paid for the domestic partner employee, to be paid on a regular basis while the domestic partner employee maintains the such insurance in force for himself or herself. C. For family medical leave, cash payments for the number of days that would be allowed as time off for an employee to care for a spouse that has a serious health condition. Cash payment would be in the form of wages of the domestic partner employee for the number of days allowed. BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 79 A-6 MIAMIBEACH SUBSTANTIAL COMPLIANCE AUTHORIZATION FORM Declaration: Nondiscrimination in-Contracts and Benefits This form, and supporting documentation, must be submitted to the Procurement Department by entities seeking to contract with the City of Miami Beach that wish to delay ending their discrimination in benefits pursuant to the Rules of Procedure, as set out below. Fill out all sections that apply. Attach additional sheets as necessary. A. Open Enrollment Ending discrimination in benefits may be delayed until the first effective date after the first open enrollment process following the date the contract with the City begins, provided that the City Contractor submits to the Procurement Department evidence that reasonable efforts are being undertaken to end discrimination in benefits. This delay may not exceed two years from the date the contract with the City is entered into, and only applies to benefits for which an open enrollment process is applicable. Date next benefits plan year begins: Date nondiscriminatory benefits will be available: Reason for Delay: Description of efforts being undertaken to end discrimination in benefits: r BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 80 A-6 B. Administrative Actions and Request for Extension Ending discrimination in benefits may be delayed to allow administrative steps to be taken to incorporate nondiscriminatory benefits into the City Contractor's infrastructure. The time allotted for these administrative steps shall apply only to those benefits for which administrative steps are necessary and may not exceed three months. An extension of this time may be granted at the discretion of the Procurement Director, upon the written request of the City Contractor. Administrative steps may include, but are not limited to, such actions as computer systems modifications, personnel policy revisions, and the development and distribution of employee communications. , Description of administrative steps and dates to be achieved: • If requesting extension beyond three months, please explain basis: C. Collective Bargaining Agreements (CBA) Ending discrimination in benefits may be delayed until the expiration of a City Contractor's Current collectivebargaining agreement(s)where all of the following conditions have been met: 1. The provision of benefits is governed by one or more collective bargaining agreement(s); 2. The 'City. Contractor takes all reasonable measures to end discrimination in benefits either by requesting that the Unions involved agree to reopen the agreements in order for the City Contractor to take whatever steps necessary to end discrimination in benefits or by ending discrimination in benefits without reopening the collective bargaining agreements; and 3. In the event that the City Contractor cannot end discrimination in benefits despite taking all reasonable measures to do so, the City Contractor provides a cash equivalent to eligible employees for whom benefits are not available. Unless otherwise authorized in writing by the Procurement Director, this cash equivalent payment must begin at the time the Unions refuse to allow the collective bargaining agreements to be reopened, or in any case no longer than three (3)months from the date the contract with the City is entered into. For a delay to be granted under this provision, written proof must be submitted with this form that: } • The benefits for which the delay is requested are governed by a collective bargaining agreement; • All reasonable measures have been taken to end discrimination in benefits (see Section C.2, above); and • A cash equivalent payment will be provided to eligible employees for whom benefits are not available. BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 81 A-6 I declare (or certify) under penalty of perjury under the laws of the State.of Florida that the foregoing is true and correct, and that I am authorized to bind this entity contractually. Name of Company(please print) Mailing Address of Company Signature City, State,Zip Name of Signatory(please print) Telephone Number Title Date BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAAA1 BEACH 82 A-7 SUPPLEMENT TO BID/TENDER FORM: TRENCH SAFETY ACT IF APPLICABLE, THIS FORM MUST BE SUBMITTED WITH BID FOR BID TO BE DEEMED RESPONSIVE. (SEE SECTION 00407) On October 1, 1990 House Bill 3181, known as the Trench Safety Act became law. This incorporates the Occupational Safety & Health Administration (OSHA) revised excavation safety standards, citation 29 CFR.S.1926.650, as Florida's own standards. The Bidder, by virtue of the signature below, affirms that the Bidder is aware of this Act, and will comply with all applicable trench safety standards. Such assurance shall be legally binding on all persons employed by the Bidder and subcontractors. The Bidder is also obligated to identify the anticipated method and cost of compliance with the applicable trench safety standards. BIDDER ACKNOWLEDGES THAT INCLUDED IN THE VARIOUS ITEMS OF THE BID AND IN THE TOTAL BID PRICE ARE COSTS FOR COMPLYING WITH THE FLORIDA TRENCH SAFETY ACT. THESE ITEMS ARE A BREAKOUT OF THE RESPECTIVE ITEMS INVOLVING TRENCHING AND WILL NOT BE PAID SEPARATELY. THEY ARE NOT TO BE CONFUSED WITH BID ITEMS IN THE SCHEDULE OF PRICES, NOR BE CONSIDERED ADDITIONAL WORK. The Bidder further identified the costs and methods summarized below: Quantity Unit Description Unit Price Price Extended Method Total $ Name of Bidder Authorized Signature of Bidder BID NO:2018-240-ZD CITYOF MIAMI BEACH 83 MlA;V118EACH A-7 CONSIDERATION FOR INDEMNIFICATION OF CITY Consideration for Indemnification of City $25.00 ❑ Cost for compliance to all Federal and State requirements of the Trench Safety Act* [NOTE: If the box above is checked, the Bidder must fill out the foregoing Trench Safety Act Form (Attachment A-7) in order to be considered responsive.] BID NO: 2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 84 A-8 RECYCLED CONTENT INFORMATION In support of the Florida Waste Management Law, Bidders are encouraged to supply with their bid, any information available regarding recycled material content in the products bid. The City is particularly interested in the type of recycled material used (such as paper, plastic, glass, metal, etc.); and the percentage of recycled material contained in the product. The City also requests information regarding any known or potential material content in the product that may be extracted and recycled after the product has served its intended purpose. m i •• • . BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 85 AppENDIX List of Plans and Specifications BID NO: 2018-240-ZD CITYOF MIAMI BEACH AVM p M BEACH 86 MIAMIBEACH B LIST OF PLANS & SPECIFICATIONS :/ CONTRACT DOCUMENTS CONTRACT DOCUMENTS Page Title/Description ITB 2018-240-ZD:FURNISH AND INSTALL FIRE ALARM SYSTEMS-CITYWIDE(INDIVIDUAL PROJECTS)FURNISH AND INSTALL:FIRE ALARM SYSTEMS-CITYWIDE(INDIVIDUAL PROJECTS)- Specifications Refer to Appendix G - ITB 2018-240-ZD:FURNISH AND INSTALL FIRE ALARM SYSTEMS-CITYWIDE(INDIVIDUAL PROJECTS)FURNISH AND INSTALL FIRE ALARM SYSTEMS-CITYWIDE(INDIVIDUAL PROJECTS)- DRAWINGS' Refer to Appendix G BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 87 APPENDIX C Required Forms for Bid Submittal (Note: Attachments below only apply if the adjacent box is checked) ❑ ATTACHMENT C-1: Prevailing Wage and Local Workforce Participation Program Requirements ❑ ATTACHMENT C-1A: Responsible Contractor Affidavit Form (PART A) ❑ ATTACHMENT C-1 B: Responsible Contractor Affidavit Form (PART B) ❑ ATTACHMENT C-2: Bid Guaranty Form; Unconditional Letter Of Credit ❑ ATTACHMENT C-3: Statement Of Compliance: Prevailing Wage Rate Ordinance ❑ ATTACHMENT C-4: Statement Of Compliance: Davis Bacon Wages BID NO: 2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 88 C-1 The Requirements of the Prevailing Wage and Local Workforce Participation Programs - shall apply to the award of this project. The purpose of this appendix is to summarize, for clarity, the requirements of the City's Prevailing Wage and Local Workforce Program Requirements. In the event of any omissions or conflicts,the requirements of the City Code, with respect to these programs, shall prevail. I. MINIMUM WAGES AND BENEFITS 1. Employee Compensation. The rate of wages and fringe benefits, or cash equivalent, for all laborers, mechanics and apprentices employed by the contractor or subcontractor on the work covered by the contract, shall be not less than the prevailing rate of wages and fringe benefit payments or cash equivalence for similar skills or classifications of work as established by the Federal Register last published by the United States Department of Labor prior to the date of issuance of this solicitation. (reference: Sec 31-27). 2. Notice Requirement. On the date on which any laborer or mechanic commences work on a construction contract to which this article applies, the contractor shall be required to post a notice in a prominent place at the work site stating the requirements of this article. (reference: Sec 31-29). 3. Certified Payrolls. With each payment application, Contractor shall submit a copy of all payrolls, including (at a minimum) the name and zip code for the covered employee, to the City accompanied by a signed "Statement of Compliance" indicating that the payrolls are correct and complete and that each laborer or mechanic has been paid not less than the proper prevailing wage rate for the work performed. Beginning, January 30, 2018, all payroll submittals shall be completed electronically via the City's electronic compliance portal, LCF Tracker. No payment application shall be deemed,accepted until such time as the Procurement Department has confirmed that a certified payroll for the applicable payment application has been accurately submitted in LCP Tracker. a. LCP Tracker Training.The Procurement Department offers ongoing training in LCP Tracker to all contractors.To schedule a training session, contact Alian Gonzalez at AlianGonzalez@MiamiBeachFL.gov or at 305-673-7490. BID NO: 2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 89 C-1 II. LOCAL WORKFORCE,PARTICIPATION GOALS 1. Responsible Contractor Affidavit. As a condition of being responsive to the requirements of the solicitation avid eligible to be considered for award, the bidder shall submit a Responsible Contractor Affidavit. The Responsible Contractor Affidavit (RCA).is comprised of two (2) forms — RCA-Part A and RCA-Part B. Both forms are required to be submitted with the bid or within 48 business hours of being notified by the Procurement Contracting Officer for the solicitation. Failure to submit the RCA shall result in the bid being disqualified and deemed non-responsive. a. Part A— Commitment to Promote Local Workforce Participation. The contractor, and each subcontractor, shall submit RCA-Part A affirming that it will make its best reasonable efforts to promote employment opportunities for Miami-Dade County residents by seeking to achieve a project goal of having thirty percent (30%) of all construction labor hours performed by Miami-Dade County residents. The contractor shall also affirm that it will make its best reasonable efforts to promote employment opportunities for Miami Beach residents.To download RCA-Part A affidavit, click here. b. Part B — Position / Employee Data. The contractor, and each sub-contractor shall submit RCA-Part B with the following sections completed: • Section 1 — Indicate the number of positions required to complete the contract work, the minimum qualification(s) for each position, the number of positions currently staffed, and the number of positions to be hired. • Section 2—For the positions indicated in Section 1, specify the name, address, and position-of each current employee of the contractor or subcontractor. To download RCA-Part B form, click here.~ 2. Workforce Performance Report. Before its final application for payment, the contractor shall submit its final Certified Payroll in LCP Tracker, which shall be'deemed its final Workforce Performance Report. If the project goal of thirty percent (30%) of all construction labor hours to be performed by Miami-Dade County residents is not met, the Contractor shall submit supporting documentation verifying reasonable efforts to promote employment opportunities for Miami Beach and Miami-Dade County residents. No final payment application may be approved without this information. BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 90 C-1 • III. PROCESS FLOW • The following graphic outlining the major steps of the Prevailing Wage and Local Workforce Participation programs is provided illustrative purposes only. 6.Contractor submits Workforce Performance Report prior to 1.Bidder submits a submittal of final bid or proposal. payment • application. • Ny, 2.With its bid or proposal,Bidder 5.Project submits Completed. Responsible Contractor Affidavit-Parts A and B. .11411‘ 4.Prior to submitting every payment application, 3.Project Awarded. Contractor submits Certified Payrolls in LCP Tracker. Balance of Page Intentionally Left Blank BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 91 C-1 A THIS FORM IS REQUIRED TO BE SUBMITTED WITH THE BID OR WITHIN 48 BUSINESS HOURS OF REQUEST. LOCAL WORKFORCE PARTICIPATION PROGRAM Responsible Contractor Affidavit Form Part A- Commitment to Promote Local Workforce Participation l In accordance with Article III,Section 31-40 of the Miami Beach Code,all contractors and subcontractors of any tier performing on a city contract valued in excess of$1,000,000 for(i)the construction,demolition,alteration and/or repair of city buildings or city public works projects, or (ii) a contract valued,in excess of $1,000,000 which provides for privately-funded construction, demolition, alteration and/or repair of buildings or improvements located on city-owned land,and which are subject to Section 31-40 of the Miami Beach Code shall comply with the requirements of the Local Workforce Participation Program. The undersigned Contractor affirms that, should it be awarded the contract pursuant to this solicitation, it shall comply with the following: i. The contractor will make its best reasonable efforts to promote employment opportunities for local Miami-Dade County residents and seek to achieve a project goal,of having thirty percent(30%)of all construction labor hours performed by Miami-Dade County residents. ii. The contractor will also make its best reasonable efforts to promote employment opportunities for Miami Beach residents. To verify workers' residency, contractor(s) shall provide the residence, address of each worker. Print Name of Affiant Print Title of Affiant Signature of Affiant • Name of Firm Date Address of Firm State Zip Code Notary Public Information Notary Public—State of County of Subscribed and sworn to (or affirmed)before me this day of, 20 by He or she is personally known to me ❑,or has produced identification 0 Type of identification produced Signature of Notary Public Serial Number Print or Stamp of Notary Public Expiration Date Notary Public Seal BID NO: 2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 92 THIS FORM IS REQUIRED TO BE SUBMITTED WITH THE BID OR WITHIN 48 BUSINESS HOURS OF REQUEST. LOCAL WORKFORCE PARTICIPATION PROGRAM Responsible Contractor Affidavit Form Part B — Positions/Employee Data SECTION 1—REQUIRED POSITIONS. Specify the total number of positions that will be used by the Contractor (and by all subcontractors) to perform all of the construction trades and labor work of the contract, broken down by trade and labor category, minimum qualifications for each category, and the number of persons to be utilized in each category. Name of Contractor/Subcontractor: • A B C D' Trade/Category Minimum Qualification(s) No.of Positions Required Na..of Positions Curr: ' for the Work. Staffed i ; s Total: SECTION 2—CURRENT EMPLOYEES. For those positions currently staffed by the contractor or subcontractor (Column D),identify each individual by name, address and trade category of all persons proposed to perform work under the contract currently on the contractor's or subcontractor's payroll who reside in Miami Beach and Miami-Dade County. Employee Name. V - Address . Trade/. I certify that the representations contained in this Construction Workforce Plan are to the best of my knowledge true and accurate. BID NO: 2018-240-ZD CITYOF MIAMI BEACH MIAMIBEACH 93 Signature of Affiant Print Name Print Title BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 94 C-2 MIAMIBEACH E BID GUARANTY FORM UNCONDITIONAL LETTER OF CREDIT Date of Issue Issuing Bank's No. Beneficiary: Applicant: City of Miami Beach Amount: 1700 Convention Center Drive in United States Funds Miami Beach, Florida 33139 Expiring: Date Bid/Contract Number We hereby authorize you to draw on (Bank, Issuer name) at by order of and for the account (branch address) of (contractor, applicant, customer) up to an aggregate amount, in United States Funds, of available by your drafts at sight, accompanied by: A signed statement from the City Manager of the City of Miami Beach, or his authorized representative, that the drawing is due to default in performance of obligations on the part of agreed upon by and (contractor, applicant, customer) between City of Miami Beach, Florida and (contractor, applicant, customer) pursuant to the Bid/Contract No. for (name of project)_ Drafts must be drawn and negotiated not later than (expiration date) Drafts must bear the clause: "Drawn under Letter of Credit No. of dated . (Bank name) This Letter of Credit sets forth in full terms of our undertaking, and such undertaking shall not in any way be modified,.amended, or amplified by reference to any documents, instrument, or agreement referred to herein or to which this Letter of Credit is referred or this Letter of Credit relates, and any such reference shall not be deemed to incorporate herein by reference any document, instrument, or agreement. BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 95 C-2 We hereby agree with the drawers, endorsers, and bona fide holders of all drafts drawn under and in compliance with the terms of this Letter of Credit that such drafts will be duly honored upon presentation to the drawee. The execution of the Contract and the submission of the required Performance and Payment Guaranty and Insurance Certificate by the shall be a release of all obligations. (contractor, applicant, customer) This Letter of Credit is subject to the "Uniform Customs and Practice for Documentary Credits," International Chamber of Commerce (1993 revision), Publication No. 500 and to the provisions of Florida law. If a conflict between the Uniform Customs and Practice for Documentary Credits and Florida law should arise, Florida law shall prevail. If a conflict between the law of another state or country and Florida la-+w should arise, Florida law shall prevail. Authorized Signature BID NO: 2018-240-ZD CITYOF MIAMI BEACH M1IAAAIBEACH 96 1 - ❑ STATEMENT OF COMPLIANCE: C-3 PREVAILING WAGE RATE ORDINANCE NO. 94-2960 No. Contract No. Project Title The undersigned CONTRACTOR hereby swears under penalty of perjury that, during the period covered by the application for payment to which this statement is attached, all mechanics, laborers, and apprentices, employed or working on the site of the Project, have been paid at wage rates, and that the wage rates of payments, contributions, or costs for fringe benefits have not been less than those required by City of Miami Beach Ordinance No. 94-2960 and the applicable conditions of the Contract. Dated , 20 (Contractor) By: • (Signature) By: (Print Name and Title) STATE OF ) ) SS- COUNTY OF ) The foregoing instrument was acknowledged before me this day of , 20 , by who is personally known to me or who has produced as identification and who did/did not take an oath. WITNESS my hand and official seal, this day of , 20_. (NOTARY SEAL) (Signature of person taking acknowledgment) (Name of officer taking acknowledgment) (typed, printed or stamped) (Title or rank) (Serial number, if any) My commission expires: BID NO:2018-240-ZD CITYOF MIAMI BEACH AAIAI'I\IBEACH 1 97 ❑ STATEMENT OF COMPLIANCE: C-4 DAVIS BACON ACT No. Contract No. Project Title The undersigned Contractor hereby swears under penalty of perjury that, during the period covered by the application for payment to which this statement is attached, all mechanics, laborers, and apprentices, employed or working on the site of the Project, have been paid at wage rates, and that the wage rates of payments, contributions, or costs for fringe benefits have not been less than those required by the Davis Bacon Act and the applicable conditions of the Contract. Dated , 20 Contractor By: (Signature), By: (Print Name and Title) STATE OF ) ) SS COUNTY OF ) The foregoing instrument. was acknowledged before me this day of 20_, by who is personally known to me or who has produced as identification and who did/did not take an oath. WITNESS my hand and official seal, this day of , 20_. (NOTARY SEAL) (Signature of person taking acknowledgment) (Name of officer taking acknowledgment) (typed, printed or stamped) (Title or rank) (Serial number, if any) My commission expires: • BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 98 AppENDix D Required Forms (Post-Award) ATTACHMENT D-1: Form of Performance Bond ATTACHMENT D-2: Form of Payment Bond ATTACHMENT D-3: Certificate of Corporate Principal ATTACHMENT D-4: Performance and Payment Guaranty Form: Unconditional Letter of Credit ATTACHMENT D-5: Certificate of Substantial Completion ATTACHMENT D-6: Final Certificate of Payment ATTACHMENT D-7: Form of Final Receipt BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 99 MIAMI BEACH D-1 FORM OF PERFORMANCE BOND BY THIS BOND, We , as Principal, hereinafter called Contractor, and , as Surety, are bound to the City of Miami Beach,. Florida, as Obligee, hereinafter called City, in the amount of Dollars ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract No.: , awarded the day of , 20 , with City which Contract Documents are by reference incorporated herein' and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract"; THE CONDITION OF THIS BOND is that if Contractor: 1. Performs the Contract between Contractor and City for construction of , the Contract being made a part of this Bond by reference, at the times and in the manner prescribed in the Contract; and 2. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including appellate proceedings, that City sustains as a result of default by Contractor under the Contract; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract; then THIS BOND IS VOID, OTHERWISE IT REMAINS IN FULL FORCE AND EFFECT. Whenever Contractor shall be, and declared by City to be, in default under the Contract, City having performed City obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 3.1. Complete the Project in accordance with the terms and conditions of the Contract Documents; or 3.2. Obtain a bid or bids for completing the Project in ;accordance with the terms and conditions of the Contract Documents, and upon determination by Surety of the lowest responsible Bidder, or, if City elects, upon determination by City and Surety jointly of the lowest responsible Bidder, arrange for a contract between such Bidder and City, and make available as work progresses (even though there should be a default or a succession of defaults under the Contract BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMIBEACH 100 D-1 FORM OF PERFORMANCE BOND (Continued) or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by City to Contractor under the Contract and any amendments thereto, less the amount properly paid by City to Contractor. No right of action shall accrue on this bond to or for the use of any person or corporation other than City named herein. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect Surety's obligation under this Bond. Signed and sealed this day of , 20 WITNESSES: (Name of Corporation) Secretary By: (Signature) (CORPORATE SEAL) (Print Name and Title) IN THE PRESENCE OF: INSURANCE COMPANY: By: Agent and Attorney-in-Fact Address: (Street) (City/State/Zip Code) Telephone No.: BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 101 D-2 FORM OF PAYMENT BOND BY THIS BOND, We , as Principal, hereinafter called Contractor , and , as Surety, are bound to the City of Miami Beach, Florida, as Obligee, hereinafter called City, in the amount of Dollars ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally. WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract No.: , awarded the day of , 20 , with City which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract"; THE CONDITION OF THIS BOND is that if Contractor: 1. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including , appellate proceedings, that City sustains because of default by Contractor under the Contract; and 2. Promptly makes payments to all claimants as defined by Florida Statute 255.05(1) for all labor, materials and supplies used directly or indirectly by Contractor in the performance of the Contract; THEN CONTRACTOR'S OBLIGATION SHALL BE VOID; OTHERWISE, IT SHALL REMAIN IN FULL FORCE AND EFFECT SUBJECT, HOWEVER, TO THE FOLLOWING CONDITIONS: 2.1. A claimant, except a laborer, who is not in privity with Contractor and who has not received payment for its labor, materials, or supplies shall, within forty-five (45) days after beginning to furnish labor, materials, or supplies for the prosecution of the work, furnish to Contractor a notice that he intends to look to the bond for protection. 2.2. A claimant who is not in privity with Contractor and who has not received payment for its labor, materials, or supplies shall, within ninety (90) days after performance of the labor or after complete delivery of the materials or supplies, deliver to Contractor and to the Surety, written notice of the performance of the labor or delivery of the materials or supplies and of the nonpayment. 2.3. ' No action for the labor, materials, or supplies may be instituted against Contractor or the Surety unless the notices stated under the preceding conditions (2.1) and (2.2) have been given. 2.4. Any action under this Bond must be instituted in accordance with the Notice and Time Limitations provisions prescribed in Section 255.05(2), Florida Statutes. BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 102 D-2 The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect the Surety's obligation under this Bond. Signed and sealed this day of , 20 . Contractor ATTEST: (Name of Corporation) By: (Secretary) (Signature) (Corporate Seal) (Print Name and Title) day of , 20 IN THE PRESENCE OF: INSURANCE COMPANY: By: Agent and Attorney-in-Fact Address: (Street) (City/State/Zip Code) Telephone No.: - • BID NO: 2018-240-ZD CITYOF MIAMI BEACH MIAMIBEACH 103 D-3 CERTIFICATE AS TO CORPORATE PRINCIPAL I, , certify that I am the Secretary of the corporation named as Principal in the foregoing Performance and Payment Bond (Performance Bond and Payment Bond); that , who signed the Bond(s) on behalf of the Principal, was then of said corporation; that I know his/her signature; and his/her signature thereto is genuine; and that said Bond(s) was (were) duly signed, sealed and attested to on behalf of said corporation by authority of its governing body. (SEAL) Secretary(on behalf of) Corporation STATE OF FLORIDA ) SS COUNTY OF MIAMI-DADE Before me, a Notary Public duly commissioned, qualified and acting personally, appeared to me well known, who being by me first duly sworn upon oath says that he/she has been-authorized to execute the foregoing Performance and Payment Bond (Performance Bond and Payment Bond) on behalf of Contractor named therein in favor of City. Subscribed and Sworn to before me this day of 20 . My commission expires: Notary Public, State of Florida at Large Bonded by BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 104 D-4 PERFORMANCE AND PAYMENT GUARANTY FORM UNCONDITIONAL LETTER OF CREDIT: Date of Issue Issuing Bank's No. Beneficiary: Applicant: City of Miami Beach Amount: 1700 Convention Center Drive in United States Funds Miami Beach, Florida 33139 Expiry: (Date) Bid/Contract Number We hereby authorize you to draw on (Bank, Issuer name) at by order (branch address) of and for the account of (contractor, applicant, customer) up to an aggregate amount, in United States Funds, of available by your drafts at sight, accompanied by: 1. A signed statement from the City Manager or his authorized designee, that the drawing is due to default in performance of certain obligations on the part (contractor, applicant, customer) agreed upon by and between the City of Miami Beach, Florida and (contractor), pursuant to the • (applicant, customer) Bid/Contract No. for (name of project) and Section 255.05, Florida Statutes. Drafts must be drawn and negotiated not later than (expiration date) Drafts must bear the clause: "Drawn under Letter of Credit No. (Number), of (Bank name) dated This Letter of Credit shall be renewed for successive periods of one (1) year each unless we provide the City of Miami Beach with written notice of our intent to terminate the credit herein extended, which notice must be provided at least thirty (30) days prior to the expiration date of the original term hereof or any renewed one (1) year term. Notification to the City that this Letter of Credit will expire prior to performance of the contractor's obligations will be deemed a default. This Letter of Credit sets forth in full the terms of our undertaking, and such undertaking shall not in any way be modified, or amplified by reference to any documents, instrument, or BID NO:2018-240-ZD CITYOF MIAMI BEACH 105 MIAMI BEACH D-4 agreement referred to herein or to which this Letter of Credit is referred or this Letter of Credit relates, and any such reference shall not be deemed to incorporate herein by reference any document, instrument, or agreement. , • We hereby agree with the drawers, endorsers, and bona fide holders of all drafts drawn under and in compliance with the terms of this credit that such drafts will be duly honored upon presentation to the drawee. Obligations under this Letter of Credit shall be released one (1) year after the Final Completion of the Project by the (contractor, applicant, customer) This Credit is subject to the "Uniform Customs and Practice for Documentary Credits," International Chamber of Commerce (1993 revision), Publication No. 500 and to the provisions of Florida law. If a conflict between the Uniform Customs and Practice for Documentary Credits and Florida law should arise, Florida law shall prevail. If a conflict between the law of another state or country and Florida law should arise, Florida law shall prevail. Authorized Signature BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 106 r . D-5 CERTIFICATE OF SUBSTANTIAL COMPLETION: PROJECT: Consultant: (name, address) BID/CONTRACT NUMBER: TO (City): Contractor : CONTRACT FOR: NOTICE TO PROCEED DATE: DATE OF ISSUANCE: PROJECT OR DESIGNATED PORTION SHALL INCLUDE: The .Work performed under this Contract has been reviewed and found to be substantially complete and all documents required to be submitted by Contractor under the Contract Documents have been received and accepted. The Date of Substantial Completion of the Project or portion thereof designated above is hereby established as which is also the date of commencement of applicable warranties required by the Contract Documents, except as stated below. DEFINITION OF DATE OF SUBSTANTIAL COMPLETION The Date of Substantial Completion of the Work or portion thereof designated by City is the date certified by Consultant when all conditions and requirements of permits and regulatory agencies have been satisfied and the Work, is sufficiently complete in accordance with the Contract Documents, so the Project is available for beneficial occupancy by City. A Certificate of Occupancy must be issued for Substantial Completion to be achieved, however, the issuance of a Certificate of Occupancy or the date thereof are not to be determinative of the achievement or date of Substantial Completion. , A list of items to be completed or corrected, prepared by Consultant and approved by City, is attached hereto. The failure to include any items on such list does not alter the responsibility of Contractor to complete all work in accordance with the Contract Documents. The date of commencement of warranties for items on the attached list will be the-date of final payment unless otherwise agreed in writing. ' BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 107 D-5 Consultant BY DATE In accordance with Section 2.2 of the Contract, Contractor will complete or correct the work on the list of items attached hereto within from the above Date of Substantial Completion. Consultant BY DATE City, through the Contract Administrator, accepts the Work or portion thereof designated by City as substantially complete and will assume full possession thereof at ' (time) on (date). City of Miami Beach, Florida By Contract Administrator Date The responsibilities of City and Contractor for security, maintenance, heat, utilities, damage to the work and insurance shall be as follows: BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMIBEACH 108 D-6 FINAL CERTIFICATE OF PAYMENT: PROJECT: Consultant: (name, address) BID/CONTRACT NUMBER: TO (City): Contractor: CONTRACT FOR: NOTICE TO PROCEED DATE: DATE OF ISSUANCE: All conditions or requirements of any permits or regulatory agencies have been satisfied. The documents required by Section 5.2 of the Contract, and the final bill of materials, if required, have been received and accepted. The Work required by the Contract Documents has been reviewed and the undersigned certifies that the Work, including minor corrective work, has been completed in accordance with the provision of • the Contract Documents and is accepted under the terms and conditions thereof. Consultant BY DATE City, through the Contract Administrator, accepts the work as fully complete and will assume full possession thereof at (time) (date) City of Miami Beach, Florida , • By Contract Administrator Date BID NO:2018-240-ZD CITYOF MIAMI BEACH . MIAMIBEACH 109 D-7 FORM OF FINAL RECEIPT: [The following form will be used to show receipt of final payment for this Contract.] FINAL RECEIPT FOR CONTRACT NO. Received this day of , 20 , from City of Miami Beach, Florida, the sum of Dollars ($ ) as full and final payment to Contractor for all work and materials for the Project described as: This sum includes full and final payment for all extra work and material and all incidentals. Contractor hereby indemnifies and releases City from all liens and claims whatsoever arising out of the Contract and Project. Contractor hereby certifies that all persons doing work upon or furnishing materials or supplies for the Project have been paid in full. In lieu of this certification regarding payment for work, materials and supplies, Contractor may submit a consent of surety to final payment in a form satisfactory to City. Contractor further certifies that all taxes imposed by Chapter 212, Florida Statutes (Sales and Use Tax Act), as amended, have been paid and discharged. [If incorporated sign below.] Contractor ATTEST: (Name of Corporation) By: (Secretary) (Signature) (Corporate Seal) (Print Name and Title) day of , 20 !If not incorporated sign below.] Contractor WITNESSES: (Name of Firm) By: (Signature) (Print Name and Title) day of , 20 . BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMIBEACH 110 APPENDIX E Sample Contract BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 111 MIAMIBEACH SAMPLE CONTRACT 'nn ." n Co f •c P, -f'1Ao o, - colgt Ri D sv eon e CONTRACT THIS CONTRACT is by and between the City of Miami Beach, Florida, a municipal corporation of the State of Florida,("City"), and , ("Contractor"). WITNESSETH, that Contractor and City, for the considerations'hereinafter named, agree as follows: ARTICLE 1 SCOPE OF WORK Contractor hereby agrees to furnish all of the labor, materials,, equipment services and incidentals necessary to perform all of the work described in the Contract Documents and related thereto for the Project. ARTICLE 2 CONTRACT TIME 2.1 Contractor shall be instructed to commence the Work by written instructions in the form of.a Standing Order issued by the City's Procurement Director and a Notice to Proceed issued by the Contract Administrator. Two (2) Notices to Proceed will be issued for this Contract. Contractor shall commence scheduling activities, permit applications and other preconstruction work within five (5) calendar days after the Project Initiation Date, which shall be the same as the date of the first Notice to Proceed. The first Notice to Proceed and Purchase Order will not be issued until Contractor's submission to City of all required documents (including but limited to: Payment and Performance Bonds, and Insurance Certificate) and after execution of the Contract by both parties. 2.1.1. The receipt of all necessary permits by Contractor and acceptance of the full progress schedule in accordance with technical specifications section, submittal schedule and schedule of values is a condition precedent to the issuance of a second Notice to Proceed to mobilize on the Project site and commence with physical construction of the work. The Contractor shall submit all necessary documents required by this provision within twenty-one (21) calendar days of the issuance of the first Notice to Proceed. 2.2 Time is of the essence throughout this Contract. This project shall be substantially completed within _ (_) calendar days from the issuance of the second Notice to Proceed, and completed and ready for final payment in accordance with Article 5 within (_) calendar days from the date certified by Consultant as the date of Substantial Completion. 2.3 Upon failure of Contractor to substantially complete the Contract within the specified period of time, plus approved time extensions, Contractor shall pay to City the sum of BID NO: 2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 112 dollars ($ ) for each calendar day after the time, specified in Section 2.2 above, plus any approved time extensions, for Substantial Completion. After Substantial Completion should Contractor fail to complete the remaining work within the time specified in Section 2.2 above, plus approved time extensions thereof, for completion and readiness for final payment, Contractor shall pay to City the sum of dollars ($ ) for each calendar day after the time specified in Section 2.2 above, plus any approved extensions, for completion and readiness for final payment. These amounts are not penalties but are liquidated damages to City for its inability to obtain full beneficial occupancy and/or use of the Project. Liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by City as a consequence of such delay, and both parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of Contractor to complete the Contract on time. The above-stated liquidated damages shall apply separately to each portion of the Project for which a time for completion is given. 2.4 City is authorized to deduct liquidated damages from monies due to Contractor for the Work under this Contract or as much thereof as City may, in its sole discretion, deem just and reasonable. 2.5 Contractor shall be responsible for reimbursing City, in addition to liquidated damages, for all costs incurred by Consultant in administering the construction of the Project beyond the completion date specified above, plus approved time extensions. Consultant construction administration costs shall be pursuant to the contract between City and • Consultant, a copy of which is available upon request of the Contract Administrator. All such costs shall be deducted from the monies due Contractor for performance of Work under this Contract by means of unilateral credit change orders issued by City as costs are incurred by Consultant and agreed to by City. ARTICLE 3 THE CONTRACT SUM [ ] This is a Unit Price Contract:* 3.1 City shall pay to Contractor the amounts determined for the total number of each of the units of work completed at the unit price stated in the schedule of prices bid. The number of units contained in this schedule is an estimate only, and final payment shall be made for the actual number of units incorporated in or made necessary by the Work covered by the Contract Documents. 3.2 Payment shall be made at the unit prices applicable to each integral part of the Work. These prices shall be full compensation for all costs, including overhead and profit, associated with completion of all the Work in full conformity with the requirements a's stated or shown, or both, in the Contract Documents. The cost of any item of work not covered by a definite Contract unit price shall be included in the Contract unit price or lump sum price to which the item is most applicable. [X] This is a Lump Sum Price Contract:* BID NO: 2018-240-ZD CITYOF MIAMI BEACH MIAAAIBEACH 113 3.1 City shall pay to Contractor for the performance of the Work described in the Contract Documents, the total price stated as awarded. 3.2 The Contract Price is $ , consisting of a base bid in the amount of $ and a separate line item in the amount of$ for the Owner's Contingency (to be used solely by the City at its sole discretion for the purposes described in the Contract Documents). The Contract Price, exclusive of the Owner's Contingency, shall be full compensation for all labor, materials, equipment, costs, and expenses, including overhead and profit, associated with completion of all the Work accordance with the requirements of the Contract Documents, including all Work reasonably inferable therefrom, even if such item of Work is not specifically or expressly identified as part of a line item in the ITB Price Form. *Note: Some projects include both unit prices and lump sums in which case both sections shall apply to the Work identified for each type of Contract. ARTICLE 4 PROGRESS PAYMENTS 4.1 Contractor may make Application for Payment for work completed during the Project at intervals of not more than once a month. Contractor's application shall show a complete breakdown of the Project components, the quantities completed and the amount due, together with such supporting evidence as may be required by Consultant. Contractor shall include, but same shall be limited to, at Consultant's discretion, with each Application for Payment, an updated progress schedule acceptable to Consultant as required by the Contract Documents and a release of liens and consent of surety relative to the work which is the subject of the Application. Following submission of an acceptable updated progress schedule and the other documents required herein a log with the Application for Payment, City shall make payment to Contractor after approval by Consultant of an Application for Payment, less retainage as herein provided for and/or withholding of any other amounts pursuant to the Contract Documents, within twenty-five (25) days in accordance with Section 218.735 of the Florida Statutes. '4.2 The City shall withhold from each progress payment made to Contractor retainage in the amount of ten percent (10%) of each such payment until fifty percent (50%) of the Work has been completed. The Work shall be considered 50% complete at the point at which the City has expended 50% of the approved Cost of the Work together with all costs associated with existing change orders or other additions or modifications to the construction services provided for in this Agreement. Thereafter, the Contract Administrator shall reduce to five percent (5%) the amount of retainage withheld from each subsequent progress payment made to the Contractor, until Substantial Completion as provided in ITB Section 0500, Sub-Section 43. Any reduction in retainage shall be in accordance with Section 255.078 of the Florida Statutes, as may be amended, and shall otherwise be at the sole discretion of the Contract Administrator, after considering any recommendation of Consultant with respect thereto. Contractor shall have no entitlement to a release of, or reduction in, retainage, except as may be required herein or by Florida law. Any interest earned on retainage shall accrue to the benefit of City. All requests for retainage reduction.shall be in writing in a stand-alone document, separate from monthly applications for payment. r BID NO: 2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 114 4.3 City may withhold, in whole or in part, payment to such extent as may be necessary to protect itself from loss on account of: 4.3.1 Defective work not remedied. 4.3.2 Claims filed or reasonable evidence indicating probable filing of claims by other parties against Contractor or City because of Contractor's performance. 4.3.3 Failure of Contractor to make payments properly to Subcontractors or for material or labor. 4.3.4 Damage to another contractor not remedied. 4.3.5 Liquidated damages and costs incurred by Consultant for extended construction administration. 4.3.6 Failure of Contractor to provide any and all documents required by the Contract Documents. When the above grounds are removed or resolved satisfactory to the Contract Administrator, payment shall be made in whole or in part. ARTICLE 5 J • ACCEPTANCE AND FINAL PAYMENT 5.1 Upon receipt of written notice from Contractor that the Work is ready for final inspection and acceptance, Consultant shall, within ten (10) calendar days, make an inspection thereof. If Consultant and Contract Administrator find the Work acceptable, the requisite documents have been submitted and the requirements of the Contract Documents fully satisfied, and all conditions of the permits and regulatory agencies have been met, a Final Certificate of Payment (Form 00926) shall be issued by Consultant, over its signature, stating that the requirements of the Contract Documents have been performed and the Work is ready for acceptance under the terms and conditions thereof. 5.2 Before issuance of the Final Certificate for Payment, Contractor shall deliver to Consultant a complete release of all liens arising out of this Contract, receipts in full in lieu thereof; an affidavit certifying that all suppliers and subcontractors have been paid in full and that all other indebtedness connected with the Work has been paid, and a consent of'the surety to final payment; the final corrected as-built drawings; and the final bill of materials, if required, and invoice. 5.3 If, after the Work has been substantially completed, full completion thereof is materially delayed through no fault of Contractor, and Consultant so certifies, City shall, upon certificate of Consultant, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. 5.4 Final payment shall be made only after the City Manager or his designee has reviewed a written evaluation of the performance of Contractor prepared by the Contract Administrator, and approved the final payment. The acceptance of final payment shall constitute a waiver of all claims by Contractor, except those previously made in strict BID NO: 2018-240-ZD CITYOF MIAMI BEACH MIAMIBEACH 115 accordance with the provisions of the General Conditions and identified by Contractor as unsettled at the time of the application for final payment. ARTICLE 6— MISCELLANEOUS 6.1 The requirements of the Contract Documents, as such term is'defined in the Invitation to Bid, are hereby incorporated by reference as if fully set forth herein. This Contract is part of, and incorporated in, the Contract Documents as defined herein. Accordingly, all of the documents incorporated by the Contract Documents shall govern this Project. 6.2 Where there is a conflict between any provision set forth within the Contract Documents and a more stringent provision elsewhere in the Contract Documents or under any law, regulation, statute or code requirement which is applicable to this Project, the more stringent state or federal provision shall prevail and govern the performance of the Work. 6.3 Public Entity Crimes In accordance with the Public Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who is a contractor, consultant or other provider, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not submit bids on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with the City, and may not transact any business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for category two purchases for a period of 36 months,from the date of being placed on the convicted vendor list. Violation of this section by Contractor shall result in cancellation of the City purchase and may result'in Contractor debarment. 6.4 Independent Contractor Contractor is an independent contractor under this Contract. Services provided by Contractor pursuant to this Contract shall be subject to the supervision of Contractor. In providing such services, neither Contractor nor its agents shall act as officers, employees, or agents of the City. This Contract shall not constitute or make the parties a partnership or joint venture. 6.5 Third Party Beneficiaries Neither Contractor nor City intends to directly or substantially benefit a third party by this Contract. Therefore, the parties agree that there are no third party beneficiaries to this Contract and that no third party shall be entitled to assert a claim against either of them based upon this Contract. The parties expressly acknowledge that it is not their intent to create any rights or obligations in any third person or entity under this Gontract. 6.6 Notices Whenever either party desires to give notice to the other, such notice must be in writing, sent by certified United States Mail, postage prepaid, return receipt requested, or by BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 116 hand-delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified. The place for giving notice shall remain the same as set forth herein until changed in writing in the manner provided in this section. For the present, the parties designate the following: For City: Attn: With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor: Attn: 6.7 Assignment and Performance Neither this contract nor any interest herein shall be assigned, transferred, or encumbered by either party. In addition, Contractor shall not subcontract any portion of the work required by this Contract except as authorized by Section 27 of the General Conditions. Contractor represents that all persons delivering the services required by this Contract have the knowledge and skills, either by training, experience, education, or a combination thereof, to adequately and competently perform the duties, obligations, and services set forth in the Scope of Work and to provide and perform such services to City's satisfaction for the agreed compensation. Contractor shall perform its duties, obligations, and services under this Contract in a skillful and respectable manner. The quality of Contractor's performance and all interim and final product(s) provided to or on behalf of City shall be comparable to the best local and national standards. 6.8 Materiality and Waiver of Breach City and Contractor agree that each requirement, duty, and obligation set forth in these Contract Documents is substantial and important to the formation of this Contract and, therefore, is a material term hereof. City's failure to enforce any provision of this Contract shall not be deemed a waiver of such provision or modification of this Contract. A waiver of any breach of a provision of this Contract shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Contract. BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 117 6.9 Severance In the event a portion of this Contract is found by a court of competent jurisdiction to be invalid, the remaining provisions shall continue to be effective unless City or Contractor elects to terminate this Contract. An election to terminate this Contract based upon this provision shall be made within seven (7) days after the finding by the court becomes final. 6.10 Applicable Law and Venue This Contract shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. By entering into this Contract, Contractor and City hereby expressly waive any rights either party may have to a trial by jury of any civil litigation related to, or arising out of the Project. Contractor shall specifically bind all subcontractors to the provisions of this Contract. 6.11 Amendments No modification, amendment, or alteration in the terms or conditions contained herein shall be effective unless contained in a written document prepared with the same or similar formality as this Contract and executed by the City and Contractor. 6.12 Prior Agreements This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, and understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements or understandings concerning the subject matter of this Contract that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements, whether oral or written._It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless set forth in writing in accordance with Section 6.11 above. BID NO:2018-240-ZD CITYOF.MI18 I BEACH � MIAMIBEACH IN WITNESS WHEREOF, the parties have set their hands and seals the day and year first above written. ATTEST: THE CITY OF MIAMI BEACH, FLORIDA City Clerk Mayor ATTEST: Signature/Secretary Signature/President Print Name Print Name Date ATTACHMENTS ATTACHMENT A- Resolution, Commission Item Summary, and Commission Memorandum ATTACHMENT B - Invitation to Bid ("ITB") ATTACHMENT C- Bidder's Response to the ITB • ATTACHMENT D - Insurance APPENDIX D: Required Forms, APPENDIX D-1: Form of Performance Bond APPENDIX D-2: Form of Payment Bond APPENDIX D-3: Certificate of Corporate Principal APPENDIX D-4: Performance and Payment Guaranty Form: Unconditional Letter of Credit,, APPENDIX D-5: Certificate of Substantial Completion APPENDIX D-6: Final Certificate of Payment APPENDIX D-7: Form of Final Receipt BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 119 APPE.NDIX F Project Details • • BID NO: 2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 120 Project# Project Name Estimated Construction Project Completion Budget Amount Timeframe in Days. Substantial Completion: 30 1 60130 13th St PARKING GARAGE-FIRE ALARM $38,000.00 Final Completion:45 Substantial Completion: 30 2 69370 42nd St PARKING GARAGE- FIRE ALARM SYSTEM $34,000.00 Final Completion:45 Substantial Completion: 30 3 69310 7th St PARKING GARAGE-FIRE ALARM SYSTEM $25,000.00 Final Completion:45 Substantial Completion: 30 4 60077 FIRE STATION#2-ALARM SYSTEM $84,700.00 Final Completion:40 Substantial Completion: 30 5 67200 FIRE STATION#3-FIRE ALARM UPGRADE $50,700.00 Final Completion:40 Substantial Completion: 30 6 69470 FLEET/SANITATION FIRE ALARM SYSTEM $39,000.00 Final Completion:45 7 60618 HISTORIC CITY HALL FIRE ALARM SYSTEM RENEWAL $139,000.00 Substantial Completion: 60 Final Completion:90 Substantial Completion: 30 8 61100 PAL BUILDING FIRE ALARM $87,000.00 Final Completion:45 9 68720 POLICE HQ&PARKING GARAGE- FIRE ALARM Substantial Completion: 60 REPLACEMENT $168,800.00 Final Completion:90 BID NO:2018-240-ZD CITYOF.MIAMI BEACH MIAMI BEACH 121 APPENDIX G Specifications/ Plans BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 122 13th STREET PARKING GARAGE (60130) SYMBOL LEGEND 1 ELECTRICAL GENERAL NOTES FIRE ALARM GENERAL NOTES FIRE ALARETECTIONSYSTEM A MIDLaaxaPIVTasut, .al aam/aMl®aaa.mM�a.MMO,aR. m11.nm MXT.ALEr.uwn°`�QN°.xm®N ae"'� .wuNoana.mmmm�xuev '. mot umaw WiOu®mmwLDUCIA. KIMIO mMvnno[wa `m¢uvna�ilBilE� 'WLor�m��ix'LARAM muw`Ia•mru�v _ "°E E5 OalGE ,DAL M,E ,ma,,�f�,a LIilaA0 •81.KO IM EwE.o....WmFL el.EWLIOM�Em0tan ENGINEERING asiwvaenoranLnrKadlal vrn.O "O°'amwirnRELFLO` i.wuwoomxoos�olamm FORARCHITECTUREi mI eE k�� lwrvnmowLm ucrL.nc �Nc11 TR..ML. WOW Ix Wrm _ MM...amMaMala...a.ov....aM.vvM SOW M`�MLLmaL MNmI RRl11e n MMa.p.aaaVALK Vat La. IONI.IaMMON..IMaLNLa.e..(P A.M. .LamMLLE1M.AM Q.aNLa;.aPl� »w..Ea.""°m'. v .22=4.19,5,... n . .M.1La.LEllaWaYa MaNM.Mm.alaW. e.La=nuML.G:Ear a a�=MICA Mal"° m.MaMLLM.MLT «w:M.a•I®aaaMY..Ina a 0= .AWEanoinu`�.o..6L...x....MT.a„..�. WIELIMILGM.. I E - 1`.1001/Mmp.ECTeRalemaYaq 'UM.aaCW.cViaCKKEIVMIIILWiSia.Tierat.alPaMall •4.PWe6l�Vrv.w..r_. E REMOTE V Al MW umpaTW sal1ON ' i tallialtn`i°NP,Wa.ala[n:naeEaYLa.aOMro M.LE10.a.fl.axYE1,NWtlliLNiOIEw ,.WtA.wamaLIP wiwl . 4. lam,orom-1,4varEcmoyO�a.aaAyOM,Clumea ad GU Ile Ma.,Ic _yanm_cx�..LppalarataLlaILmPia Wear s(,a LLQ IORIYA'.VORL.ImDIT..YI.DmnR MM alt Cana. 4engOPui fl,[uwn VIM Oa.MalM.1.PMtl MI.Laaall.Ia. •aintao.ExAEL.LR EiMaINS I0 n Wall 4864.11513 LIrdIanCIL 1•V EVL IOIE.IDE a�q nu api.®FOAMM I mal aioa.valaca\.wawane cam mem la.. LaL LLamm amm xu sat.(IMOLA L .RWIMWLCOM ALLIMINIUM MINYw...alaaRI uN. �,yp Da a y�4... KO, EIWMIMIOIY.PAiWMI ML.WI.MIYOG.aLN01II La EWIDWv+aa,a® © ca'aIMlMUM amu10101 asIaDOm. a 0.1MeI1IMaEtR aMeaaal.a o11a.L... awn .aa..a.c::.aLF aILMml.m.mWmRvwaa.aTom MOMM:vuv.IM®om.u.MaM.MNo1.vn aa.1.1.13agarial Lamm:..K1.WAAL N aWan aro .ME.Mal Lod L.FLcai IA`at.M° .,am aim Er R. ` .nwuaL�cwaw.W.maa.raImaammxwExw.e. tL 1°aP»a`�L"YB aawla.a...,.aua.. L"` ` ARCM GSKIJIIIILUCJ�G .YiM1}ALl Y yIMILTR.ame fillWW1. ` Yt 60:5M \IAlailaalltat LII Si Oam6LL�L.4111C U1M.I Zarta Maar.IONITY. aMmawxa.amio®Mla U.WIIIMwmaaiRQOM.AlIELIM0.6.TwYMWn OGxIM.mMLUM10MIMI f4aa, ISOTOWrtuW aC+A ROAM. .5..(111 M. a n�L°olmvcrmL i.ao.w�®n av�E.nn avinaM.xa.oaxaa.mlmavMao� DPI sTE Mal EPUE-mR x mxLEIm�m.sinammMmaam10°w.aa,Rall .®.r uawNVLOwmLTw.MEaw.M.ifPfiIMININGCOI L c'x"Oolapi.m a.vWa.O°amm.aan.•®wRnl® Almana.>maaa.miniaUt,aLwaaaaasLaT.aaa ffOFNro a NOiP1GA ELSE„®.a aawm.aaw.mwraxammas.M wa`saa.aL` allI��.`u.a ava'a.Iasae°1la MIME •a oc•m.lu.a W E,euamal®n..e® O KL vd',aa.L.aT a,.WLwar.rnxu.IdolLTaa.am.lec `.u�alrm.aao..a.aaowoMnomu.Lm.Lae.W !MOWED a.eA'ula�IONWalRw1MN.WaamWeNsaaMYa� s Emww.cE.,..Mw,1a IMMe.nuaAeLam IossM. .Axmal. _ •uamx.aaa..a®wme M.Loaee 0 L. W.aanMo•IAV.MMI.aMI•M mY.aai®.RMwllMei.®vIBE1Wi4Ea3aL �. �.amaEaao®R.,�.amamLWia 0 _ .rDI 0. Lalma.A.. ` . ,u aaaxL.mn..aaa.Ml ••a....Maxr.maa5lu.wW.i..a.unaR WM1t a MNroatMailLaammmMW.®a 2 a arta`.,a.E Lai wan MAJIarrat pi Tam,...Lama, w.Rw...Eaa®E.00140.> e.a 1 .val0,nam1111If rv"am:a1O1a"F,aI.W,man�.aem ? M ROOE,,EII1..0.1103 O wRuUMOTOM LL31.i1ia4a.Lv..u041. ilwn1. V.rarWawdM¢wuEw.wxWmmmalwa. � ricwammuuavrmw.Woe,rol.pa = ID �,^� e. R� RaF "°° OI a Ea.E.. LmLa R.m..«am.a Fa aka Min Ibli Mat.,RS.RAma.R.a..a•MGM NMla a wiiiEa•WsxavocwaunEu RWILLI PSO CO LT.1140(.GBLmaa.RulEmeua.a9 baa®w.m ?W �5 MOWaOMM MON tr aR.MaMall ���CIaMf.WLEaaY NAW N.WOGIaCLMMLMWIEMYY • • m�LvWmrt..Wanwua.®®u W.m,. 111 t•m .fal®aMwLaa.aaMaN ala n.agEaa ....VATaL.ax OoaWl�xOawuRianxaMx..wa.rxaawuaa 8 _ E T.A ro RatIroMMaFNWMM.eMIaPaRlIMAILWaala LL MMMLM.amaaAa.Ta ML.EmaMeaasoma MWaaataMMaaWaa0.14.1i�aMiE.N ..aW.M®vMnM.1 WILMER M EII¢.WMYI6W.mawMa.A.WGRW.IJall L.WallNaa a maGla.tl9.LWYTY.AIIIoILawi o. g 1E mau..law5wl Mo.Wuro.ImsaamMa.nnwmL..MIm ..oar R WaoLw•LLMaAu.M1WaL I' IIEsPRMaacRTAMPER a.TL„ alwWalalaal.Wa /.....1,141A42.044iLLIIMIL.31.11.1.11LO.L Li aM..aWaPM• II a° ala. , Wa a..."" Pa,,,a...;a.L�ma�FaWawa MAa.<lF aaaa�IImal..a PLallia CaaIaLlm.LLEae1a.Maw CO AaaOa.W,.OM.eaMaaM la a WTElaaM. aENAVmhRWE.aaMIIMaIIMIatOka E.W® My=Ana mairtal O.RWWW11M aEnFlRaaWLL..a.WmaWaaL.m la 01.1sEll We alal a)IEgI - MRY MEa6xtWmLLawMY. .LIIEAuamoaxwLECRWMaP'RWmum1.1.0.eB m /.11:0�Ynia •w OAmA .111.NVHMaWaaIaBIEO.WRIMLax.il[ilaYNa..la R M®..an.aaR\ai.Wvgamxan} • w LmNL F WSW.STICILMa.ELR1RMaaaMYaWLIMaa.a.. /LVRa..L.RMamaAaaaLW¢IWILEM.e.n.aA R pIEDLLO 1MNA. `Ep�u� lWatItItia IM.I MIJIt maLEamRa.a.lBWW ala Imam alacwawllWME.aMYoa Ya am.a IaYiBOlaaf01Oa1aILIaMOaIL0e11RYamMIBAMLW .o•ml.rwrrtmra P 00M1ala•EEOaaLaaa aW.•/OaYIMa MRLiB mLari1Dela aw...aaa.laa=11311W.9If1a W19a, RIErylamal.oWrl.81111 WLLR aLIOaII..nII RA.W� fa R MIK ifiLa011tallalIall FWOL aiU,Pa•SL lat MOW aI®L.WaVellat NO . �.wiM..aLefal a.alaIMO.Ma tNO M aeaFmmo* MMUM aM a,a.WwMaaa tannaO Mas,ONaLW. alaLLna�WNOILINIINaalalmamNMNWaAT ..MaOL gaga IIIIIela Mall Oma. M..am6RCaataOla MWRWCAMAR aIM®1.1aYd.OfEWV _aWIA110.E0.1 t.INMaWMataILOOY�.Mla:l LItfatakt LIta Galata aaNaiv4E late) ...a�L'W. R malasT]LL[.aM.xaa..m.O.,aIKTIKAlS6W1KEli TMI al Maa.�M•LTMMIIMalIS1�.a1Mi EMMll/aa.VOSLISEI Wart ....`•alts. 1"L.DEm1`intr.Mann;OA.a . REMODELING WORK NOTES mtieWMPrnaaM Pallana.LaWM.vx1M.Ala.TWL124.tnalla MUM • Me° a Moaro baa.A ILOMBIORLa.LMa.a.aP.Ma.L..WMa.Laxa MaaaPW.M,YM TMarta.MMmmM,aMl..al.M,aM..aaIwWa. .•.YLEmMe. Iaaaa,al.Ma PAaM.,.La.L.M.LM�IL, ®mL.®W.P.mAEM.Iam _ a1RvaNOMwa•Mul6aLO.lEa.aMMa�ALL Mm.ew AML .NMNaaaORAlWL11®ODECOMACf alMm�araaswu0a®aaavaavaMmRmMa NK M1W.BEIWEM®01. aLI.a.NOawLKMM MIL L003.111.3.163. E a.ll.14PE ▪ aa116 ae a. MwLMaa0MlaMwa,mMaevL. Bf XTIMLW %RTaOE M..LLILOWa.IOPM NINI a mw IDRIII.L ILLTI LL1M.Vill amawuaao¢ •.ma.LY..0a1OaaaaaO M(EF.DaamWMWaa11u¢MLLE .1 MY..EW9MI®,.RfaNOIpNORfYW'�IMa.LMOMMiIpanM aAT1s.0O.MWAMA.waMea.WaauaMmLVCIIM.1a m rta �1. a1.41.0MAMAT.OowMa M° °°" ^•"^� I ....a,.aM...M®EMl.M..Reaa.a.1IWIM R m ..WMEa.aa.aMaamMaEla LI�°° ®W,mWaL•aaaRaaRala.M.Ma.Aeaa a.RWE. 113,111,465.104.0011.17.41,12•11134.m..1101...1.3114001 •� ete '®" C�MaPOMWa.LgaLxttMLaOMM1aP1aM La9W. aaMLa.III.11WOISTnaAM.Waa.am IWMYIWIL W APvlm tW®,ma ▪aaaFM1®IM .LWallal aiA..a Orel _ _ L FWMJaI Lm'WN6WNs1M MEM MvaaflMY1MIMElL ala.{Mlfm.RMOW4laaN1/ E MOMa.P X0..10.1.1Lou.2�L�wwaEuMmevuR c ` pIMPLIKEIMESMIL aR a101Wm Maas CaLatate asp . itllleM10.IMPLAaMUM IMM.WnalelrwlMaLnauPlaax.raMllaa�wa .Lcovalw.AMmawMaMEnMLaRmLTUPaevMliWa. .aaasaa.rWv.naa�aaloa L• IOMIELP.Fl4aCNO.011aWalOMO 1.1FDL aMNaMiMI RPMaLEREM.Wnaalal A1AE - t� MLa10YQM.Ma..MC1aIL aa•MWaWLm'IeIWMIa®IOMD _ IIqq E Ia1Mn IVOIL S ILm.WM�QamaOroW IM.aMMa1MW1R•RMlmma.alYLYwOiL R MLI»aLL�.WalalaMllOaILKO MEMMORONa16MLLCma.L WOIML.EaTN.AaH.ETa aOeREmO ���.yam AamaOaMaRVL6WLMO�aav y f LL aPmamaTmvrx lM.aMBaaTwFiT•aIeMATv R WIWaRYIIa.EIGLAIaMagMSLW.NO®ma P i VO 1bzel Yo M P.E f.'.x liem•181096 I YI®mMIE1WQvdLa➢d.9a�IC MOM..al0.lO0L10LI41 LELL�Emaaaa1aWa1 L� EaFAR� �a �� ...1MWaaa�.aa..M.,LMIai a .. IL.......1103,441LIMILIAL0/11.ZIAILIMIIIIIMI4M4LIMIM. 1.2.1.411.113 04[11.9.1.14L1.11.....1•16.111711.711111.001.1.3101.1.11(B11.111314 CM �° te▪ I :a0k M.E.a.m1.MRM®aaalW al•aaWM. i1.:aRrM®aaA.MP3111.1"'".07=1.11,11•4.110.11314a . { �IP�IMM.a.,aa�,MaM.�aMaMaaeal.A. F�a 11,8.,1 E � •..o... .Sala • JLF CBR .Y 555 8 _ E ELECTRICAL LEGEND i MM.DaEUM RAL BETWEEN ABOVE ..msvecwicav.s.wal.avuc.. EC la,SIWI°.s lou at FOLLOW. o IN DEX AL NOTES AND i - E-001 I . . ' .. .. .. . • 1 IL( ikesossok as•NmmosesommItmotexceNdeummoSimmesEl. 1 1-scups 00°.PULL WipEEEPOPEOPUERENTERouPS.T.0.111.5Ame COPOUrplf YOU WV PE.JEEP TOGE1=00 SOX AS.,5,10=6,T= 0-5 rr,tA.,==.1,f--,1t,n;ordg:=.,-,.ztr,g..F;r,t."...,=====t,r,..1A.,f,:, 7,.t.,n‘.,-,==lc:::-„7,t,=•,1=T,==tyr,rt.t...,....-=,=.,„=,-:,,,;,..tt,,,:.„„„,,,,,„. ...",:-„..„--.------------....---------"-------".•---•-•"------- =,=,11..•.".rxtrz.,ttrontr===r,====r,===.7-.: TA.Emma..Amu.APO PLREPPISOPY SPINAL MOUT/.okIrcEs./LAM wurEiCATE.APPEPEEEES, .... .PU..1.orAptun fit.ApAipm 3.1f.11‘..prrEK A.tiri.E.......0.SEELL....07.511EPAPEPEO ruN A COYPU. - CouP.P.E.UPOCOPPER......PriPEPOPE.PAECE15.01.910.1EFARTPESESLCCE°. onPLAPEU 5.P LEP ULEP.0.11 HUI.°a poi SPE.PCP.Le millp...OA 0...0.epOuue SYSIEL COLY,LItZ,..=.,F. '',,,,V•r,s1,====`,T,,,":',4.:,',V.Z=nri.rAr,,=,TXT4itAttr‘,..TIE ERAPPE144....DIE 6.44.1.41.0OP LEPOTIDEPEPOSONLPF WO!OALIGE. CUIPINEE... 1...... n,,,,Seely. ENGINEERING UM FEET- • FOR ...Er 10.ufEE1 . FIRE ALARM SYSTEM ..-. =air... J 2 TEST RUMP kierni,..F1.9.11en UPEPOTE.PEPOPIE CRUMP.SPEC.PARE LSPECI.E.FORT...OTELEP.E.CIRCUT.TOP EPEE CAP BE.Twe..0,UPS.PLOED.PAESTEDOR SEQUENCE OF OPERATION MATRIX „Op............PLUPP.P.1 la PrIE.A... InECOmPOUPANU.ANEValul.APOINOPCTE...,====.C.11 Pt===.11=7PV:P.I'TE=ELTP:=E'PEXEC`Ir"...:EPPE""11°1===OTEZEITEpt WIr•OP.IIITME11 =`,1,,i1,==="'Ll',",=,`..11,:•=;=1,,,'""'"." 011/ill ill 09[00001° rEtt=LEOCABIE.ATI.31 TEE SPIPLOTOGEOLESONOVVOEFLOwArIlif KLPPPOPITER MEENCEPE.CPPIPCEPOJELE. PPE..Si PPEOBIPMPIYEENEWEIS. ,jCLOO.,00.OPP.,LIOO - ...POPE OLPO 3004.11.0116.17V10 sera Of°VALID OS.O.A.I.CO,P.L.1.LI.OPAPAPC.O.LALIPO.P.00P C01..PUM ww,nalfwGiums 64 uorinau . , a $$ ..I.00 11..5 A...02°....1111.LINAP.P..°ShALL BROW.Sta°01 AS P.PALUPP.01,1°E.G.P.I.C.1 POO E01,1...0J., /lilt I ii 4 1•727.37,ctp,‘ATELE1.0...WOE IMAPP.9 Al SLAS1 OM MI OI MOULT thiAnharlOKAVE.SUIAL1.1.1,0VIPNAI 11.II...OP MOP TO E T.USTAUPIPPM0i PM APAPAI.V...0.11..k. TAM,1.0.0ATS TNE TAW VOTERE TIMICATE0 CO T.IMM21.09 SUVA.WOOS ME EMT...VOX NE TOP Of ME COW.ea.MOVE TOE r•Tare.0=TEVONTIZOn=r41I.I.:=171Ntr^'''''!"'"'"''''''''''''•L'''''''•••c"'''''' 0 it,.1 1 I li I 17 . '.g....`";;M:=Telr.j,;.====....110,==76,.................,.....,............ L.PUAL STATION°LOCATE IA.00.01 STATION WM.SM...MAI..UMW STATIONS SO rm.•1.12 OPERSTW6 NATOLES AM I FEET . LospiErsitucoupou.°1bAll.W1114111.1).11111...1..11.. MOW ITIE fusoNED FLOMISIMONT STATIO.60 TTIM ARE LOCATED NO fAirlif..,114.'FEET TROUT.MIT DOOR MET 5.VE.NOPIMMTNIV.00 ..,..°....,.....Eq....,...EAT.,...E..A...2,014ACEAT SY..CAPACIN{.1.01..CATION AFFIAUCES,OPERCENT SPARE .raDiCAPpos•...El A.S., System Input ill/ I 1 II/ S/ANOMIE MIA...1MM..1M MI.MuGs. fIrfO=t="su'fot.v f oil PPZIIL.ENCY OPUGLILLYO.1 CCemuNICMIOn SEAT...,BE CAPABLE Of°PUPATE.ThE SWIM UNDER OPPESCEPT DUO MR A huNTOW OP a MAT.AND 11.1.1 WW1 SE CAPPOLP Of OPEPAIINO MP SYSTEM OWNS A fin LIR OMER OKA.. Eci0Val/Fte.'lliffeteT.C..=:=TANntitra=Tr'1.0v="Z=NT:OVICIff=r1C=C:N'EVI; 1 Manual Pod StelIon • • EU.P.PC.EWA EiPEPECE IS IMMITESKI 1.1....°C.NECIECAPEO. 2 Smoko Deleclor In Common Areas • 3 Smoke Detector In Elevlobby(other Man Deski Leven . •. • ' '5"'''''"'"'"'"'"'"r5• :rot:x=1:s==FrJr::::=07e=toc11.1.r=ri rit's otta"=*orolonirenrs=1 4..3.,,,,,,,,Detector In Deslenated Level Elev.Lobby • • =.tr=,..?..,L-•.:=.=::,-.,;=.=.==z,-,T,:r.2:,:-------- I...0.s IMAM T.CS..Su,...PE MAN IT MOMS SMOw TM CLIMOANSTALL TATXE SET.OASNO MmERTIWI o MI TOW AM ....mmp0000......o.. 5.SmOke 0,4.ctor•Elevator 10.1,A,,,,,,,,, •. • .... nl°e=c,,,"=,==N=I'.Z."=:',.=XV•,ltL:-,F.c'rZf=.===:,,,== - COMM.LtOOPLES:LOCATE CONTROL POOOLES,.0 PR...Pl..,p.m assir moo.dd exammooxv ord CONMOLUPO.READ.C01.6411,OSP 6 Smoke Detector In Elevator!lois.. •7 Neal['Moder in Common Arm. • - •. • • o. 2 PAPOPACLOHERS.1011APTPOLITICIAMCLAOSPICALIONLF IMIEW.1.5 E,,,,,,,,,E..Epup,, 8 Hoot 05001010 Eldram 0001000(0 Room • • •• 0 ITs..... 0__LI.O.M.DO1eCITOr In Elevalm...Tao • • • •• 0 PP it..910p.. . 10 Mau.smoke Detector • • 0 `'.';,1,."rj,t=frZ...'=f"'''' 11 Sprinkler Flow Switch •••• z Switch • • 2 13 FACP/Power Eleoslor power ac Mikire • . . - . 14 FAcP,IPow,,,a,,,,,,••10w1.11011, • L. .".!.311.014.1LALAPPOYSILPI "lal:TOT.1=111117:11;===r411LAA''''C'Ofir1=7,1TOUtttr1=1.0176.1.tTE 1441t11 P,E,,,,,,,,,,,,,,,,PIPI Trouble • . . ,.":1,..'"=,-,1,:=',2=2,%===,,===:,Totre=7,..Ve",1,7ore .=1111f=itttr=tr=gt1:=7,..===T",:=7:rt,,,,,,,,,,,,,•••TIE COO, 16 Open CI.. 17 circuit cm..Fault • • • • • 2 C tf ACMPIMME1.1. 18 Notification Appliance Ebert Circ. • • - Ts Id d`c2 o fi T AIR,.....00.Of TIE SEPPALST01.G SoKIIPPSYPISTATIONUALL•1A.ITAINED APETA1LEYSTEP BY SUP SUED."IP:ti.,== •PREPAPIPAPP TEEM°CMOUCE PREM..TE9i9 TO ENS.°MAT[MACES MO CIRCUITS NZE FUNCTIONING IPOPE0.1.,',Ens.11 WE1 11 Only if approved by the An See specifications. riVf=r2.4rirct=rem'aX=IrittIffrfaigi=txt:FnWciri'gruffInardle=U=SMISt 0 ST i A a eversocc,nctioxam, Tor=rto==MI-J=fa'sr:=smto.N'Age:iforkt•TO:'x'sdi.itITIrradLreill . •• .5 .4nrar=':,:r:.,........ ...”........ . • . Zn.r.,;:r..t.,FutfCROZPI UP.PLIPEPPPELSED.COM,P.O.ESSABLE PPE......M.1 SYSTEM COMM..]TO NTII.2 ME.1S AN EMSMO TM . Alm...1W ' 24•IoNamosTSITITIES. w • ME..0 START MO.MA.WNW.TO=U.N..WITH T....MOM STAT..1.1012.A MU CONNECTED . ., -------"----"----- TO "mv -=n-,2.1=zr.....-touv,-„,"4-,o=.14:'.2tr.1.--- - • T•ovr ova'Ammo swot MOTTO,. • .'17E'LL712.71r"7:r1.01Tt^:PTITT""=1/1"1TirITAMITACTIMERSOSIMMITLIAL. Ff.7F1•7:F'7.1:1":CiFsE"Fio'SUI:Ttrf I.:4LC 2 FEE'orti'‘AotT'M II7CEZEnol'rt4P1' .11/E,:t7AfXr..,===1::.,,:re.,gro,===411,==1,r,,Aff".,,,MIltf= .=r;,,Z",,====a VER,H.rt TESL T.SECOMART PON.mow Ts mo.s.of opsommo T....opal T. XrAttEntro=c7tAn=titf3rS AfAVD•T=Ift1==igAter5ET[Ir.''''''''''''''''"'"'"'''''' .gl==1,==.,„...,,,........,......,... . :la.„-..=-...,.....,-„.... • „ELECT,.PnoTAM Pm,. -voom To.sofm......01.NM OATA MEE W.M.EMEMO co poommoiso Imo ma...too.Toon MOM.Of ME • .1.=.11rITLPT:trns.n:=0 aloe=VITL:=CO g=TF=rfloiTEO:14FSM,0:ATVI.4.:ISEiEn'Ig :l'otn"'InTVOT'LAT:t.itLr''''Z''il'COISL'I""€'77EiLZIIA470=- 1=riOrA=122. - 1==.1=arGETPTC24E.I'CLIVITC=.71:ral.a7=ToloMcmolie.2.120.E.TASTE2.112 •msCom.1 In,....mom 1.[APPIL FOR Boom idolocTom DWI.1.13 TO mmIWE T.AroCom Of socTo N.D.PO ACIWIE MO sENsoo TESTWO Of MM.SENSORSI.I.SONDOCTEDUMOCANNTOSNONE. -WASIME ME 2MTAM[...PAT ME IMSTMNIOTE APKimice ox.co rommmommollan.MMOT. • Unshielded Fire Alamo Cables(NEC Typal Specification.: FPL FPLR 113...PO'WM . "-"•""" AWC Size PIO min FISMIN 1122 NM Conduclor Strording Solid Solid TXSO mr..,,"u7sita'-'-i,i•r"',tz:cruf=E-7,:dtipon.7.on:LUFtrrriZir,..,n,.1.,24,:liFi:Fit.t,,:FtSti7:-=,",,,:pors):L;:s:str.'arcitp=g787=1, No.el Cooductole Nom.Insulation Th.., 0016 0.01 emmos Tos aimmuse eou etimumm osmium,0 OOLPALO YKE SYVEY tOdDEOILP.O.O0Ple APO TM..COPOOKINO.O.,Opp.‘orpO, ...aot Ulla 0.02 0.015 mooem,,,,,,,,,r1,{FOR yit.J.NO AUDSLE MO 74.1...1........L.EXALANYCIA.MONSF12.01.011.41.1511111,TES =2:,Vr'''' IA"-- - - - - ,,.......... i :r.:4=s7=rei=dim."-reit=rs=To*.=cOI:=-xtvr=irsON..7:s=sr....C'Efi=4-7, mak Temp le Ode./ fil7 . rl. Conductor Material [OPP. C T 0ImPOT 1. O.V06 A TER-1.1.2.C.OPErkPLOP114.5{01,411/CIPCOOPISOL OP PALML01214 Al EAMPISEICAND WIIE.P10.17.0 MTH pliAPW.C.9.MOAN. Jacket Material PVC PVC PVC 1 :.iftxtentOtt.o.===.:tat=rx g.tua==rx=iTst===:"."‘""'' - FPI,Cos...NomPlenum Fire Alarm Cable RUT Voshinkted RS.Fire Moon Callo . S - - SE-PVC:SonuNigid POIOMMIT-Tioole do...lomat. • . iAM..°SPV.x.F.p[lieu.I 9&MIL BE COPPER NO la Al.SUE COHDPECTI Al A uPIAPPL/LELErPOKIERIELEPNCEE,CEICLE=1.41142.= . trutlr'nfEr.."',11.7=91,=====nrA7fi'PoZpl=ro!TC:snou.°CI pul.17.,OLIALOL Woe Excuono 10...E. Unshielded Fire Alarm Cables Color Code 0.NOMA.VOLIA01.POT.ovam0.011....0 AT IMMO MIX111.161.1.1..NO..M.SOW COP..NAIMOSuelmoiSTA.M.4 . Sao • I. I'"'"D"‘c.T".lilroll'',',..°:. I Tt: I Itot:' '.°I. ',01- i ,t.---------r-- ,r.:t.,..c7.-.1.-=9'"u'"'""F-u'"'It!E.f'trZln"'."r..."'r.''-°•tg ft,V=1.6.11 i .PraLS1.=°°7=01E3...Au°WHEEL°04 CUICI.Eula 54.:C°1.1=LE=ft,:rX PUPP..............,17..n..1Ezixt . SCL Address Naomi LOOP 16 2 lied Ned.Black 2.1VJc MAPNET 14 2 Blue Red Black . • . 'ef:'"I.Ar"-"'srEe'r'alariott='"'irre"'irkrop"'="'"'''Firl'o'..es=vosor'="'norsorsj=eione'e7csks:=4-='"""'"''' Aux 24Vdc AuMiary 10 2 Orange Red Black 1 ==.gri'rarstrfiLLice=srm=11=1=8."tr=acriancVArrictrotts7m=li SBus S.BUS: 00 05 22 2 Gray INMIue BI WIN 1 roce7==rxr.irt==ert=sFleAwmoussowdsorts . SLC CIRCUITS Si-AU.BE CLASS B. ,,,,:i-:',,00:,S?,.,%11-?0,,EEpral:i1:0.11",,FL..211)::,,,,.:7,1_1'FFIEii1":-."'" "-r-4.----' NIAC CIRCUITS SMALL BE CLASS B. NETWORK STYLE 7(Sq. • - 1 i .............arsse.eueon,....no H.ALVdd CONDOM.VIOLL M 1.11‘43.1.13 IN.1C6O1PO PP 10 MEI NIOVE POOSMED1.1.00.1 LEPEL - ,.....p1O, 618021 , i a d anemic.ILX..1.1, . LOOP OW 1 I.NEMO oF corauciou AT noalawysic.,9 OILMAN.LAMETS.......to F.Emal.ITZAtzeoco=.11x=1.:=LED,.....= 113-21-011 . CSB • ==krar.l.c.==s'T=d•rte.'dra::OnTrrsite=tr'''''''''''"*".."'".""' . 'sr*. " . NTS [ / a u.mouss mum Lexteutommil 1144.step...tomb 72===1=0111=17=":=1;=11K0:=0,2LLTIEt.oLiE1o:Sto=e 'R 0...... F., SPECIFICATIONS i . ,,,,,,,,,,,...........................,..............1..s....., ......n,....." . § AND SEQUENCE OF OPERATION - Ot 1 . , i g `''..."'.' _ E-002 i. .. . - • t.,,,.-....\,..9.4.9.9...ac.,,ln 49.Floe,\CAtt-141,91,,CLMAIAIVA E-104 a,tVAAtle 2:3.15..1:•,AAAA.• • 1 , . • r , 11 il i . ti i 1 tf h II e7, .y...1..., . i 5 • , 1 , ,,.'. '1 1.6,; 'le: ti,,....5 .4.: : stg • .• ?' SIt. 'E E', • E.E. a , 1 . ',.. . '',IC:1 • • El ti 1 ,t II -E* 7---------- e p.. ,' 't I •:-..,', .4 .t9 24.;(÷, ], 9, !E•. n n _.......4Jt__E4. • 1 ; !. • tt ,.. . L - :-_ ;—,7.• ,, •••• ' i ii, 0, Fii • I i . , ,,,, . \ —. ) i 0 .eril • ! II 11. . ., LI ,.. . il..._ , 1.• 1 i !I 33 1 n, I il 1, ! .. E • - • II ;; I i • ii : 1 ilC , , •: ,: [...:;'4!. ' ,. II,' tiC-• . ' tl o ...• u .: r .1 tt 0 ,//,, II. 0 R__ __ ___ _R_.. .1 ............__._ Xi h 1 t — .._... -- ..— .-../19— --_- -- —- -g9.-,, 5! t i in'n'j Ii il • el I, ; tt'•,.',; .:;;;.,: ,., 11 V . .:..' • .. I,k, ,i , 1 f': g ' •1!!' I !..,, : - " • V.'--- 4 t i it i g E ''--— ' '=-' t = i .. ___ g },... _ •- ,1 .T 3 •:•,:. ; . ..,....... ; 112 . i ,, ...,i n.;=-,-..„....0 • pf,'Y Pig E.z r,,,,b-, - .- 61.EgEn Eft ig, - 1 ... ,,....3,,..1 'c ' - '• ;. '' . , t • •,.:-,---- - - ii . ..::::.,„;,,,.}.0.- ...,A.„..%, ,./.. ,'i' Ii II: . i . g - I • • ...... :r' _L,..XIL.:::--',.., r , I, ,,I.'•s. P , ; _,I„.•SE____ '----1 .4's•-•_;•Lr•-•(';,,4 , r,,, E.E4,,,, I'le- .-111 ,...., '.e.:'• '' ' wI • • . -!• -----'479r ri7-1-Ft. -...q.,._.t -fi--....: 1,-- —1'--til- t ; 1 s•-:-), --e: iii ' ',-• ..,,,f4, • . t. . •1 r- --- : •,t -... ,.,a, , .. 1,.. t-.. -- 4. , ; - :, •,'sr•-•-....'..•--;: r'it' '' % '.I •;tit.. P __ .V___ . • : . i----,-1 -17.----, .4 t g hig -•,-iiii , g'Ii?'J4 -- _. ItA ..(uF•t .; ?: , . . t ,. ,)._.,...,,,..,....,. 1, ,..___Zr_ -) ? 'il • 1 r: I r,, , '%2 :9%7 :69,q .-- . . 4.-- _---_-i-_--C.__1._ niti!-': 7 7 -, s ig?. \„, g 4g7 16; 7:_.. _ 7_.,:=3 _3.2'i — _i ._\ igap _ ____ _.._ Ni,_2.it• _ tt,i,; ,./. ,nr.: , ... . . . — - '-'Sii-..,-.,-,,,,,,,-_--...,..,.:... ....,. .4, il .. , rim . ._ . . . . --- _ . . ic t'Y'i.1 100%PROGRESS SET . ' . 1 I I -0331 I FIF I I , e i • I l'' Ili'i" mmool -i 11 I m13TH STREET&COLLINS PARKING COMPLEX 19 [lipitic- c/ F il.liqra IIII 33 g; 1 . FIRE ALARM ' . K ' r... 1 1301Collins Avenue lAYI a leill 911arni0each.FL.33139 i WI Pg; t:VaS.az.\n:mio-Y5O a,a'W 777 Cr rim( 1:/4x'16 2:$2. Y•r.:f.. \ • • • g � . . ..- — e T C i '4D D ' O 0 Tl L,.a . • • K - e • • • 1005 POOCRESS SET ''z> - � d6 3 c �� 4 IfMen D i F 13TH STREET&COLLINS PARKING COMPLEX IT7 FIRE ALARM } a .ro: •j a 1301 Calins Avenue 84ua`y� Muml Beach,FL.33139 Oc� N9nn r,'•••�.. u\xmc-m\SIt .Oec 0 0Q n 4%5°w\w-LmW+°u\c;i-'^nr-a..N e,:`_/c!ZR x.33 SM),nr.:. • ,; bI- r D 2 _ O D o _ U _ © x - x g wwo _ e•-•g e a g -L 6'-_._-v=•.sae;. nn gi 100%PROGRESS SET 17> 9 A 9Aammoil 13TH STREET&COLLINS PARKING COMPLEX 1111k10:1771 ® E�n= • Ill s FIRE ALARM )111111i n� �. ; O B00liiu Avenue " �pR c Q ° n a M130[Goll Avenue 33139 tog QC= Y\..-....v0al0.V V,.Was,777 af.r.....,(3.1-441,\5...1\lante.1.PPati 2,2/022}.f277 M 1..r.a 17".=—..-_ _- -_,...-_-_,,--1 E U -- - i am in n 4 ` E ! P PoK xi0 o E 1 @ C G -- fR Rr----- a 6 6-N - ,__ =, r ...A—fes-- 10 • 1002 PROGRESS SET y oA} fT- 1 ' q A= I oDi a "s € fe .g 9 i s -q>c+ mmemej 5� 1 13TH STREET&COLLINS PARKING COMPLEX E® .i '— m z� SF g 2 Z FIRE ALARM 11 a§1y� .1 m 11.^' v 4 1miBea301 ire L 331 �ifp a^� L 0 . .0 a Mumi Beaty.FL 33139 Y 45 Qy� 4,n @ B 4 :es • • • • • • �...;� _.rq 01 ILII _ - ® liC ° I ENGINEERING • FOR ARCHITECTURE 1'1.. jp -------- _ - _ —_-_, II II ® Ma.,F1-3011.13 _qry G 015.5........01110.d° 6 Mk ' Cr-, 0 900190 70 .111711 x0.7741`1a0.1.. G 00 .au •imua1.71S6�v..vs.®umm...a.® �� rsar O.a rte,.��s..ua�wv O �vrimirwvovm011.1.ivai ' . vnvruma.em•auavvua.memmw®va.nnmavvn moiposiy ..r:+:::e G, �.,m m,.na"°wraiw°�ue"`im w.wu..�..r. •�m�o�,a,mv..ays,..®..amm.vvwa W. ®r r.•�a®r.: .011114141111.11/1.10.1.1.0001110......0313.01.111.150.010.116 ww vvwuw.an. _ _ rs. .1cram11.1v�vm.00uarcwiwrrrswvr vm .,.a�ruvw..vn.c.vu ▪ _�r•�� .W rro,r.""irwmvrn`,ru 1. ®7." rdr..°vm.m,"0puu°F. .°i'mi•w r.- = . � 'wwe.aam.�re��wr.. ,sga ug6.mr.n.a1wrav..0.1•Mi.aen• WOrmu.1.016a,vovr.aa ` r IL J ▪ 1r+ms.Wsem rb...y61013 ®te Cuaa.mr.mn[40•wamw® r = y � : ulna IOU wua.mmr.® UmB 01017®lmala .. reap - a ooMW. e� CONDUIT PENETRATION OF FIRE WALL 02 - CABLE PENETRATION OF FIRE WALL i rr. ` ®.� ..sa. ..Ba 03 • In .w, e.Mraa ammawm rM ZJ F c • rr...r.M•••1� J W U m r. .. p.r.wpti4naR 8E- ii :rr �.-parn.rr.orsa... ,a�..vrs.r•r•.m.r.�m ✓gmai�.o.�®�9 - W r.ry V't;1"":rm.�m N o !•-•' • auk 11111 la .v w H IN _ _ - .m au .a un Or .mrra.�rr..rrr.�.m U..� rn vv Pv...s vsprx,.a ,an ll'pl..pr..p.,�w._�_pw._�n'p, - rriisam wr�••w•rrwwarsp „!•. •nam„¢o a.,M41.--"' �"__ s , m soc`to u..urr I,rn P1I Pv 11 r..e.rs..r. .m .0 .w • ff...u I/ • a 075 an la. o 70.7 Pie �h'h m,nm p 'D.a xi • WALLIFLR-GONG-PIPE-2,3,4 HOUR 01 ...I...a .,•,,K6,,,.," ' , S.18 .os . 61 a .noma - ,ate.../715 d,-mx -5 �_a—�-I,.n_ 2 TWO IWO 9;201 203 204 k .xia,a uu W7.1 as ak ma 022 Q1 a.. �pu. 111 —; ,ihn ansa i (im'7-� ._._ p� �wi la 105 m a-4�— —u 112 IIIV-115 U s s.. • ��...�— m.n sups was'— m ,0 0e..mwn,ay Yonuel Vo' P.E ® ° {brim Isnna y61098 • • OEM0 MN a, I,u --_--- -_traVa-�, --� • FIRE ALARM RISER DIAGRAM - ..Scab ...nm 616021 • a CBB w ' • sNTS p RISER DIAGRAM FIRE DETAIL og m�ro E-200 42"d STREET PARKING GARAGE (69370) • 11[..(. SYMBOL LEGEND ELECTRICAL GENERAL NOTES FIRE ALARM GENERAL NOTES FIRE ALARM/DETECTION SYSTEM -STATUES axo.s,e3,sPxm6°an°6muNlml.E6 WERE sW,ms»„w1.rwc,w.uow.v.¢w,n,nm.wv„,a¢,¢m,¢¢,. CONTROL 6OEV14ES 6mCE:, :=am.66CI6..)°„x,¢xx.xmKTmwmweaa ww»ml ENGINEERING -vNB0`—cam- tuc¢mssss,x:wneasun ICKES sau°e n°me°fsaw 108�O0�CEEKOFA¢ew0im"'m FOR AECXITECTUU6 © an la 5252 131u6 ltob»»or. wcHu6wwwew twwswlN6x NOTE o m,lec.,,xxPP, , Suite 400 ® w - ¢�. x1.111/20.11ASTRING°aivlsm MTIGNO iEC D - v x6,m• Prrone,Mlarn]FL OS.I68.655J n oases°,,, , .2/MERE DOMES.WAX ePncl°4n1¢10.'ro41e [ rxlmtxa,t161 _ E6/ Oi266.fi666 arx-n,Yce»C00613 cam ®' E.v1�smNOEx.N�6KA6 OI tELLEASEOTIOt oSIR S AGE.T' ,uE1ma0P m abi ER l3mml6 e DR/Ty EWE TTORT3TERIEUTRAman.16 SACOIRETIRECoRDOECCRIETE11.16EORRETECOD.u.RIROCER/113.6. ® :wW l e°° 314 6m reinti EE rzµ s.E ;Er o° x,,E.„x 314 1311°r„w w T 1¢14�mwIN6,.N u,x¢°H,�e ¢ww TILT.¢Em¢rt... SO71 ET LEASTION23.501,102132 MLR TO'01,162A1113.4.12.6.6' n-I eut°iaOaM°e, 22.2.30 Ca w[6vusvwuvxmm°1126 U.S.. .at ,f Epp.MT TIBT Q 9610.021ECTOR S. EICELEIER161011.121/150.212.0045.11201ROLVENICCAltraSIMIATERIALSGE24.21LOO MOMSREGILATIOISTOM MEK IaurAISSa l¢Va[oas auTq ss. a u1mR.�RRETO a.n RRI.mEmu.cam,RCLrur0nrW • 0 r _ 3016¢`K.6L POO.E. 0ir7rf Ijnpcmo ruus9slxi+ic.gra,Tri0 n�MiR'nu'EIE0O MPMei x4e6 ,»1.rN„E666N.6„/x66CUTED 36.3, y . CRLEMTVERI Int.TIE.ROE MOATS Pi ERIN MEX.PETE RTalalootx.ERCE,.ET A. WP El 1 .HOt1312352(010 -�s eEE°¢sPE6¢x614 Lmuu6ucv.D.xn6aEss 0ss3600N,o,6a000 o xx°,»EL WIN=i* w 5ssm rs u 1u.,1°6C.1112.46•21.2011,12 - UTNE ralnwu,ous,aTEu azns srs6 EPSTIGCOTEDTRIMOICIATEPIA12016.1112CHNOTRECONCE.0 201. ALARM STSTETEETETTEERTREENUETATETETTE L.� DEFECTOR 1. 4¢3»61�t. 1 ERIPTATTOCOORORATE104.26.1e02,20111231665fOrIallaGIVIOCal. ,, �m�m¢,,6,e6 AM, 6.6 Kt a RACER..COTIOUCTORS60.6.32..10,ACCESSO.2ASSO.TIOSKETI ME CIRCUIT PETIE12,20. 1.4E AITIAT SCE ED 9Y)E( 611E032 50/CL,IVALL 6.111,11.,G, 6.Eaa°,E6xxEroE° TIMM.,N,e,R,R3o0003.026.21.5 xxen0 0,35x3 6x,°t.E6°Nsw.�66,6sx,6E IDE ORX.0 D6¢66E a la IM W CC x WED 0 DTI SPEPITEP.WALL MIMEO Rx16CO1461we02x„6 ,,(5) SPESITER.CE11.13613C.120 RI MONDE F.1012611.0-1111E av ,3°TS m ,w � aa,s,61E0H1EW61,.¢I0w.0°,asw oa 0, • ,® 6 Et ExI, ¢16.W»¢x�aP�saworaoN,o..�o13»s,"1¢ Y 00 wPpba N6°OF scuw,mennurs,raxmnE6,cxs.,caaaa d w.,� - - 66w.atxul6w RECCES °6 o,w.,...abxm»m,6.». Qa Ui 015 —_—_ W 35 •32 _ , a SGT.ITTEO wow sxx,EExT.wne.wcx3.xa,sr.,snexw,eswu6xn.cn W LL 8€ OWE SM..6e.mvswral - - ' .NF. xw/sssmm,x.,43n w.1x61<Ixll»1wu6wl,xxlwol 1».1+1..6 X E :. 1111E RESISTOR 8 fx•SEG3,.m�mMw.TECI21 x 1Em6x1''' T 6l,6w14e6,x W 1011 6 , 6omna w 0• 3calmN.wCl.rvs.3..01¢6..TTMEIEITn¢1 N ..... RETIREE TRORREITITIO1.001.614 TOT WAIT 26 PNOR uwr.ENWF TEM 10114143 Mt n° ,,u,xa.... r eE 6WC 0300150lusa 1mn414a .s,UT 100000, 6Ew.mc°6,16wmsctw36enexcE ,Er.°b6ruu PEu3xEx,°.6YICES E n ro3'I c°mC°w6'a, ,3¢wxaxn¢xiermuwrw,CN,6wewtm ¢ra¢e w 3PExx6 sacra En.¢»r,t666a.e6weE 6CamwxxT TS.COT.ElflIV,010=2411040116•01.13051.132.1.11MATEOTTITAIRT1922.21414.61E cou,n 1. jmla s.,1m.• xb CRT.CA1K MICR SO.021.656 Mvan6°ITx¢ETmm . MOTEETTERV L OF ° MallY .n ` E"°�t,s6 r 6, REMODELING WORK*NOTES ..3w,.6x,°xw,N.eEn°xm,x10nP61URm 3 1°a3mx11e112.`.20SOO"IN ” RT 1146 EIRE.6,2110.61.12 10120011123.2 03.522.118i11211.2311002 DOCERIENISSIVEL BE 2212.1162421/2110.ENOSITOU 02,2,31.MEL MERE X011.2 R6� , ax¢ TTI 3m MERCY.E m6 ?TOR1w :. w¢W, 113 a 6 .a3a w¢p14. I x11 tnma,6f,Rn alC„3 x�.E6,wLCIER!Pew.3xwxm6 16 6, iINaI 61 CATITTIALLIZUMMEERECARTECTORTIOTOCT i _. '.11.11UCTIVOgrVAZIIM=0===AUTETIVIIER 61 01.112.31O1.11RIERTLIANDIVIR.E.S./AMU TROY _ 3.6 w66,W 6, x 6 s6x11 m6 eNtx ¢x¢6aN.nxN En„° 6eal 134.1 ISICP LAT 14 sin .14x14 6 x3.11° 1EN> 3.1 — 61.MOO=atOITIENCEIRL RUM SPEOPLEVREICS °3T3,¢a6EPww»w°11 66ECOU.,,, �°W4.xx6.a .6W� m.x�. .12nETSERICR6 0.63461C112,501.2251312.2113110.6......1.6110,22.11013... 21. 6x"`E¢°N. `ol °°w..,IE.666amER.,°w,Ea91¢Pm° 1 ESSa TWO SITOP 02.111061.111ETO A w_PA ¢w TEL • mrta m¢asnrw�an',,,E RDY ¢..6»rtuvw6.mn,E x.66 E6,wcv.wrl6.vomewomwrt,E °W Waei xounua3,hl. I / raaamt.Ct6vxxe4Cnsc6umxsE,m.be6,6,1aOK.DETI TO TEEELECT TEE I¢Nxo li u 161 2 I 1223010 36 NET OR MIMEO 6.5.111E010 260,v121,1264lODAYSRETOR ^° r' • j • .. .msw.6.1ral ecraanm6sv,x.m vxvE. I 5,86002P2011EITIWILTEMIEROVAICRINEEIRE HAM 111E n,EE0 rtwNwso • xmwv......s 1.111-CNuv CO....Mr. LOLAYEIRIZ t 6.22PVWC616 Nb v,eseacm4 SUTURE Aro la'ewIb nsEC, TST poa,oao, 618022 I w.m 0311-0$ Dann. 22F ,y.wev. C00 BB I W rI w HIS I _ gg ELECTRICAL LEGEND S rasL BE FOLLOWED INDEGENEX NOTES AND W112122111.6 lsx36sc6vxxnee,wesx.swee oresxx3sPEc6tc.wons wxese s.w.lcse3e e.6exrc rnxe s If • ,• P..6xlL { E-001 Lw.. - _ T.a.mxwc:xcr 0,,,wmwERme,wws,[...s 1 LIIIC ® eMa LwMa„EOPwas„ a N ENGINEERING Aila 070111.114N IAN.,10 sAl.T APO IlLE.U.NLNI O.INE AMNON.nAvINGJLINISLRCTION(mu,MD 1110sEUEVICES.f..01 LSE°.vau m 11:1=" RETAINED TO T.OwNER,FOR pAINTENA.CE ARO ALPMO....P..wEx PERCENT SPAT.CAPACITY x EA.EwP.N1(ADDRESS DIRECTION NwrEa JOR AACNITMCTURR aux arowcM,MA. 757 Blue Lagoon Dr. ur 0.x 000 ""'"° 'a'""""` FIRE ALARM SYSTEM �• '' sw,e4Ro _ 011.M.FL 33126 _ ..,DRE Paw,M.xD,.L � r"CLET.'tE"'O SEQUENCE OF OPERATION MATRIX 'rib f P"narae6%sss Cour.. Tw,akwm,xEPArTSENFRE...Tea wu.DEPRNTERIVOw... t:.=:;."=====,==',.,;===',`,="°=='''...==en,rycoo....,xaPnaPl[xIPA,a,.>• ,.[ .. /41//116;/!./S7/1 P ycow::o�aeoliwis„<rt•"aa.eaeT a_1.41 OLINOTONTARaw4aarnw,.Ewas ,w a,.nrPz,-1_ ..T.Mum,.SR..4.0w rm SYSTEN AS INSTAN.E.D.P.CLuov.4 0.14I/ONS re.eom 1.PROJECT ra,.oCkt.CO C.TEES AND ORAwDas.ATLEASTUESETmA801.1iwMOPJL...SMuBEmwDEDATnErxeOF.ORM.TO „nSTA.LMaNOf saPAURNDEweEswuOEa*eMENrsoa j.mcrs .,,,,,,,,ND.,O nrws, wwwrura.rumw..mwcT nu...me.a.CAL Wyr. �F 5E`CJa F c'e� A �b'�W I'll S eA,Tro.,...N°w,r.CNIswA Eno.moue...ra rxma�e�.s W aaw n.x ,nw,�PU. 6i �a y , leis WW`s$ AO,.,O,xo,.,Un°. ....—..r— ,O..,,ltliarm,;74.T..rA,. ,xxe Sa,�rAxE,aOlg.°...xnx:ry s .nIRwraaATnera[x.E.l�gwr.,.r.ox System Input �r a� ed'7,1 ty Ilie UN▪ICELENT LOA0 FON A W.B.4124 I...AND TIEN M.1 BE..PAI.Of wwmC TIP.sysTEM DuaO A WEwmeE,.WENGER. oxauuEsbawvnEunNDsn ESEx .710 SS 1 Manual Pull Slalbn Cuua.ul so-Arw.0 06 .0.0.au..0.0..tcnu.... ToxrvATE VD.ET.u.nw w 5L wm,eoemrwEs Mail RE 2 Smoke Detector In Common ATeas }P_E.A..rvr .O.IE.ENTS BROWN Ca 3 Smoke Detector In Etev.Lobbv(other than Desle,Level) • 0 Smoke Deleclor In Deskmated Level Elev.Lobby • - mxvTr.za,Tn,oAwwoE ww.nOSAry rw.,E,a 1G'...r.:'¢nvxnwnEe aaowmec.,:trsT,r2=suwts ro.wsa=`,7.T.xw.w 5 Srtpke peleclor In Elevator Mach.Roam • • 6 Smoke Deleclor In Elevator Holds. • uAxit.nw.m4 wxaurrunxOAxruss„uriw.o„u,uuras Eau,are.DRE axarAnu.Ex,.,au vossie.E.Axo xo..cmuu,mxrc TE CONTROL LES NO Eunxz.,xw TxnEe rtE2,xm,.E OEncEz,,.E.APE Numxnuw.,,saa,acamim L. T 11(0p1 Detector le Common Areas W DE.ou.meo. ' B HCal°elector In Elevator Machinery Room • •• he Sh.e NAA. 9 Neal DCKCIOf In Elevator Holslway SmEx 2e STO,w.o _ 10 1,14.1 Smoke oeleClOr !• • ! •• CI F,OVTDE nRESTOPPIN4 FOR ROLES Al CONDUIT PENETENTIONS...FLOOR ELAM FI.RATED WALLS.PARTITIMS WITI1 FIRE RATED COORS. 11 Sprinkle,Flow Switch • • Q arREwea,eoww,wu r,e MARESTn CORROORwu.s.xnvea,u'AL SERVICE SRAFTsxACC.DAa.vmmOnmc �oRA zTIC.,w3 MOwR ARO EIRE .D PRACTICE. 12 Winkler Tamper SwIdh • • (.9 rxeo.voZ'iee Aasa,.eowNEa Cuss°°: PfOrona<NUEutumuw,Exxre. 13 fACPIPowrr Boaster cower ac falure • (9 o „m,.xcrnE xARN srz[uAin PlaCe 14;ACP/Power Booster law batten •• z cowed..70119eta ORDENcE,ANN.SY,BE MIA. 15 poser Booster'Double EMSTINLI EMMA.SYSTEM S.D..136 14.1.4.0 Sal,°PEW..DURING THE LVSTrlIoN LIP TRE ex.ADe ”' 16 Doan Chesil •• .E P.waDws[.skr AAP uwuu,zO To rve a T mm urn PAN a CONmman IN INF CIRCUIT BROAT•CPCIATEDAT DIE 1.1NEST POINT OF IRE CRCLIII OR./ 1T Chcull G(oond Fatal •• 1F A PARTIN STAR.Of.1.1 SYSTEM 1.41,L Be RECIUMED,EOM.STSTE.S.I.EMSTWO um Ir.IvEN OM...BE INTESsCONNECTE0 IN A -1.1,1E TESTS 9.1.....L.,..SE ,T.SSED sr AN .wm n.PESEA TWO PART Aro TEST RESAT RECORDED FOR USE At,IRE w,w. 10 NOII6Ca11en Aodlance Short Cho. •• Q Q 5 w 1.151.1.10.4 Of T.BMA,TO T.SLRERVISINGSTATICAN SMALL BE.104.0.ACETA.0 STEP.SIEF SC.OLAF.11.AND IX SPACEISNAN .PRELINENARy Emus c.a..'pREL.NAlly TEsTs To crys.c.A.T p.c.AND[p.n.s ARE ata ;A BE SuAtallrEpLO.M0',MM.,u.E.xs ay....,AC71.1.0.1.1.6E!IAEA RI 1.I.DIXECTICh r.scmou.nsr M Em...COOx TAP (')DNy ttapproved by the AHJ,Sae specifications. W oI ,Enb..OP,..AISTIe.ToxEuw..,./SErnnANDT.Iewrxs.wwsECTu.0°uv 1110. W LL �C .4MC MO DIOICATING DEVICE Ma ITV.. ✓ FypATEN mwvrt FAP..uw swxea ro EwwxENr war n ATTEsrD..NCE ar 0404000040 r°AZ CC • DLA eer..e,Lswmeen. .nM.••.. ENE wMw sn,.AewaD..a,DrEv.+v,we rya.•.-TIRE E. ."'° s„w,°auAtnarEe,rn,s Avpuan,wxTxE.N,O„ar_ _ CO CUPM.vav uzwzmrwn.w ITT 1,c mwsmas zf.:ART.Tenor....A DACE CONNECTED TO rye MITTTnEnxwE s.'wn„Av.sysTExTPsrs Z z a,,.mal.aAweA,ctP,.°,c[,tDet• OED a.a sr ExM.BE AD[a,P�,En AT 1.E • a latrIDL'ZI=Oril'I.T.n1/EACTURER'S O.*AWN. ' •OF TEM.INAl TNE MIEN LS OPERABLE ONDERIROM.E CONIATIONSAS SPECIE.. y,,_ELEcm,CPxRw.v,.n v, • ENTERED°R wdr x,°111E,ACP...CAP.REmaw Cf,.E scrlwAte an,us Nkomo.10111[011111111.1...11.E. xaw vleuvsuA.....mn,xm ANAL...Toe..Ow Few.Biwa.BE AmuIC Ar u, a All/,Ng}[AA, A. T us DIDDS ss .x A,ss Unshielded Fire Alarm Cables(NEC Type) SpeCBb.dmn.: FPL Pl N TC/C AWG BIS 1116 MW 1122 MIN N ee uAwe TOeunauATrw.r c.a..str.m• sda SOW 7%30 Noon I. V. .TN.. 0.016 0.05 l I it..sO.aw.asewwwAuwONANY, UM....=NAL wvICLsome.uuwemw„uuewAuwwrevAL Ts.a T.I.. • Sam G.G.NCable dn) 0.206 0.172 0.204 ?3.Sr3rL,Lo.,1t5 EC Cap ICC) w 00000Nay Temp lC doer.) F5 ;PLR 60 PR..VARINGINSINIED HA NEAT AND wOrtm.LIKENANKRAND INSTALLED PAPALLELNAIN CRAY VOW NIECES W.SEES AND BACAOF AMY 60 Ibsmtien kb,eDrul� ECer r roEa ATr .EIDPSSUEIv.TEAL., ocra.v,wMafia',wm e rnARE Mau.TED.l.usE wmn e s O.sxuxoewasww. Jack�lMmrW PVC( PVC FPVC 0.7.0•mmistu.....MAI I 11[1.1.°TART CIRCLET W...EACH...AI EA.R.N.ONO NNERT.INDICATEO.Ink.CRAW..ILRoUNAA I 0,dn...NanP@wm Rre Mann Cade ntE.auvEnmsaeoAE ZAu e.rtmAxEx,tru0uxrtonTxa,EwwxewvErvwmuuL,zemPLvn.Esaraeer¢s °AVD'n FPLR:Unsmmd Wsm We Wan,Cam I ,...uxuma SE.PVC:...Rigid PelmyrvkNaido _— f SRN/NO1 CREWE AiL.S.112.VOLTS.CIRCUITS OPCPAIP.OAT ANY OINER VOLTA.SKY.1.1401 NAVE A VCATAGE DROP EKCEDING,oPCRrurUnshleidetl Fire Alarm Cables Color code Oro,urntvasnswxEnnvu„O.wvu,xcAr,rvvAc,euwavwNeExa,.uraso,mwwEnRAMC suwnws.un°. • I ICOsWI.DerIrn TYP.I Size IND.of IJacked PaslL�egeLsoi t m l W Contl. Colar Color CalorI i bO OOYvet )6Jo96 ON 1.6UWACE OE CELLING......O.A.LAS.ELSNED ul CONCEALED SPACES.CABLE SPY°.OR TERLENATEDN E..1.BE I.u.in OSUMI... ' SCL Address.Meonet Loon RCA Red Slack n t Ns...E.00uieS F.run..DE.ES.ON utl/ZATION Er.APPNENT.WNERE INSTALLED ExPOSED.CAN.ES SHALL BE ADEMATELY SuPPORTE0 ANINSTAL LEO IN 5...A orAT TNAT U.A.M.1 PROTECTION AGAINST PR...ONAALE aNNI SE AEFORDED.W..T CARLESS.,.spsecvENrfAs,sxroIN ANTI ArenaEow.xERAT w, xoruau.w,ewus `Eo nrt'w.n OP"s FLOOR. 10 2 Blue R.laws Aa -20Vdc A0aMrvT 2 Oran. Red Blarx R Fire Phone ishbbedl tB 2 Omen R04 B I/ C Strobe-Hom 14 2 whte Red Black NOT vaO P Tr[wut OR ASSEru.E TO BE PO<TRArtD¢A FIRE ANTE°ACSE.E.w SBua S-BGS,00485 22 2 Gray WlBIue BIueAN ; SUCNA.SE FIRE RATED FFNETRATON Sr..SF USED. IOwren uunEO CaAEsx.armES ENNACIE NEEunAS MLR..Exuss°wvaEPs. SLC CIRCUITS SHALL BE CLASS B. 1S.LITED MAIO SMALL BE USED W..RECOIMLINIXO BY 17¢...MD...FOR CHF. :„ NAC CIRCUITS SHALL BE CLASS B. { 5e:xi mares 2oovas001050Pune.aa,s.Naew.0ew10505 ,000 2052rnwr. w04055 0000 uw D” NETWORK STYLET(FID). Itam.FYOSED AND*ALL SURFACE NOLNIED ME ALP.CONDIJC70.SPAM.SE N1SINIED TN EMI CONDUIT LIP TO 1{CET ABOVE IF111451101,0011 i 7,,C.G.00TOR w TERN,,axs. Pee”" 610022 ! "IfT wt A.Reaeuc az[PGnsar1 eemlux -r. 0 LMEnNO COLON COOL suwrt w.uo.C01.mro,Dus,PUEmrrnA ouna.nosArvOTOEvcsze • ...Bp 1JLF nwume awueowEO.aeFsxEAurrtMnmNEu.EroesLAnsv-rEO TonEPeE uwxus.sTEu • m H15 ,n,CPPN,A�`nD"TEsTscx,ro.kr.,.rrr x [,ED TE.'1,Z mRswNaEwrw.,cED 1:=TE.E�a=F,.,nzwAaa.w�w'a 0 SPECIFICATIONS AND SEQUENCE OF t OPERATION 3 87 Oe.e.s i E-002 i C.) 0 C! ° . C) 0 PflL5/H ® llif ENGINEERING • 15'_(y'• As'•-5 IJ8" 33'-5 1J? 1..3.-5 Li..a"_ 3S'..s T`$_ - .3.-- 1LE 27.-4 Air __.. FOR ARCHITECTURE 57 ewe LeOeee o.. Suite 400 17/1=12:2=3ar:�aee9 ..;uieBWin ,re....BSG 6....0"k 24'-B` . - t CO NG.WALAWAT . - w,w ED IF•w:.'..,.,..... SES[M1tlAGGE rLAa AAACtse e. ..w.::• _ _ _ :,I<,`_._ r — , •�_ .131 "ati>1 \ rel I -it �t / f lJ -ND/9'-6e @IMO GkU.t - / y: FOR PAINTED w GATE mini nuat.c _ iii r, NA6tPievakp. sure vo FOR PALN7 ,\ .liDIRECTIONAL ARI tg co, u►gsNa6FuaG. STALL L1ARKIRGS E 1; -�`'v !!P SEE DET Q ! '�'"� �'ySEE • 0" A •A / i �,w�+Fd (TYp.) -> o gg IA N' ary FicZFicZIt.L7E �, • t: Qf' a s(('I ..f _ , - __.._...__ _...� .4TE- &C&CZLe3R0. ''�._._. __ _{ r iirk../?. -. _ -.._._ _ ... SDrW31`:.J �', GtW 'gE■moi - V' l Oras.A-e, I 11 �t'•�v*: �. LL'N l"`'•' ,y, ; III Ii tt _ ZC: co e ...T .,..,- ?2fi "- rdir_ 1I� � y CT,,,,I PN.60-11-LL` . ,..,..... ,......- ,,,,... ' , ,fj, 4, ',1,1 Q LA i_ 151 PLATTORN SEE OWC. A_8 _ __ — 6' (/ I LIP FOA HANDICAP i----.;`"D f---->N ■ I r Mill 1l�' STALLtEARKINGS „+nil EXISTING a'-0" WIDE :,. ,., . '' SEE A•--) 4:--a r r--d PLATFORM TO 0r REMOVED f"-->G ,� � 1 � �'E--�` " a}�, 7l I ('''`�AND NEW CONCRETE ` --- E' I ._ .-. - J' ft 0.11 Mii lI : Jy JA, Ju;aas ® om. I -C-0- TAOrILV I SL++aF ACE 0 "�—Po N I t. t 1 \ — T+�..r m.... .jd5. t rrb $CE t-rA: �. ao�' 6.e0a c .t .- .. A9 03m-06 F. r - o,..,u: TLC My �-S al \/ ,' ° a„ ''FIRE ALARM GROUND FLOOR PLAN GROUND 111,1 0 ''''''.". a FLOOR PLAN 5 L- �E TOO y' !R. E d S[[ MK,. S-to 8 er.a.g E-101.1 a . i ENGINEERING _.—..._ 27-.4 1%$ .,..,ss..-..A...ux.._ . ..iI�S__.___.___- 33:—.3.Lr- ...._. .].L&_ 3I'.— 1/Q... ..7.� A v05 AB.aa`oc DUI:Q -n' .0u q 111.1.°FL 33126 A13 ..nnarged96 0 • 0 0 0 •mm.1b°n9ineoracwn 41) m M1110000016 . . i °E1 0 - - .--v-a• / - _ o �r—.'--7 • FOR PAINTED - -' - 'A ) 1 } DIRECTIONAL ARROWS ■ � +3.1416 aiw�w i a SEE DET ai.,..., , F-= .;UO- .We -BD Bmfp m 00,...\O.-kIntneetAEV.CiRiot E-.wa.c 12R/Xea zx:n w pwi..$ l • j _-�a 'I.I---1 ,-- ----1� ------ .a -- I- . Ii ` f:_ : }ri 1t i t jj��.1� t 11 f< 1. ... .. lt • t,• --�. .<bit �4gC.,•-rr•n 11,1 ! '(: 4 1 i° „, ' . L_7,_ I i it n i °rr \c pE —I e �i r*I III 1 �ii Iii it 1 n-q!1R ; - it t}7i s ;7,,i Z -,l '�• % h �3 ! li, 91 p n s'i Ii I IE r LG.'..�-w.....=,Gir: sG'" ler c r ,-2: 11 t i I(A m Z A • 0 1 100%PROGRESS SET g A e TGT i rr Rp t E g 14 d S C)m -v g �2t,,g.- m -os FE 42ND STREET PARKING GARAGE g m . nz • 1 5 A ri if FIRE ALARM igrPec-zen O 0.„ 02nd 331 Par F. FIMI Mlaml Beall,FL 301d0 R hN "' np f. Y gTA ' 'CO }n n 6 u F 3 u vl'.°ni J 1 im.( `" 0 l:.' ® 0C) ENGINEERING ''y.' 100.ARCHITACTUIC . at 1'-Z 5/Ap _ " s.a��' I' ml F138128 i Ine:]85.288 ' ac385.288.fi8B5 [B 104BBB15re.com 25'-n" sy-5 t/8" sr-5 VC 33'-3 1/R" 33' •S T/P1" „ ..e.�...____-.fiit'_.c�- 1�$-" 2?-_ �®� �,�. =wrc.a.n�ra..ar,.,�... BENT R1iPR UP T MOM E .nistc c f•4 BELOri TOO A3• Tor. W .t.. ---- - -*N 06 DOWN UP F- a LL �, i i N N<-----1 t p ---1 G <---4 f-....>G a W s I17 SPACES B 8'JS" WLL 'T''-1, rn WOMEN 02 I Z I. ripi —11 i , 1 tm - E Q i :1 m " 4 _ is —z;x ... ....••------, ----,..,...•-*. .I. '0.Frit... E it • " f " 19 SPACES Y 6'-6' _ y 5e w. ,,,k. EtI> �N Y kr O i 3 ':d _ c' w lk11Co lkenu I6A�36 r.75 ,� 1 1 _� • '� .1,15 ti 1 / I �. .-.. 1 I" mol t I h .... 818822 • f , r 1 I J B nc TLC I ` WRNPROCJF 11�i - 5 `,A. .___ N tNE SUS G£TRIL (YY'p• ,,� e FIRE ALARM m: 12CTA,.. o LEVEL-1 Z - 7 '•' +' /' '` FIRE ALARM LEVEL-1 FLOOR PLAN g FLOOR PLAN t III �1 ,'r.,, F. o.a M E-102.1 aVe4-7701V:6a90-1.13.aar.,777 Mk r..,\e.o-adW...\runmut(-+w..y rp/fe 0.03 w la,.... E--1i {. I E-1 ; Vi ' rl S X,. +V I a p o J qtI aI 731 f 1 ` i I I' r— tee = i Or s f , [ ' I . j f,1 i I f • l � �� 1 55 /I. m I, I = • t / I , I a ! II 1 { I Ovij ' h . ! I • LI 1 . , .... , , , , Kr• pD e' f :iir i ' 1'1\j' 3 ,.1 /ri tr . , • ,! I( _ ' I • ; ),_ : • I ,' ' ifs,/ ,I, ! . I •I , , j !no. Ir jr.." • I 9 I I r`1 • II L i ,< �� NI t'- ?•-t` i •• ' .3'-3" I , . I. 1B'-5".1.1.1.4.-iQ aq.-7- 20'-x" YS'—s' n ... . • I CS fTt t-) • h••V 8 MOMS fiat v `J . rami 71.1 Sill I. P FE g s. ,> EG Sed°e�: mn ITI -1 s I 42ND STREET PARKING GARAGE ......a,,,,., --E-,-,x�c� = pp $ g5 . i 3 �B FIRE ALARM ?<5 & m�8^m IIIIIIIIIII N 7 w NT I If Safi rim Street V$Nr 88°�Z • N 4°g6 1 T - • O O_ . . 0 O 0 . 0 0 �^ ,11'-7f1' ENGINEERING FOR nacnlrIcruac 5751=Lfprzon Or. .___ _.3D'—a' 3.x.5 1!n` 33'-5 lin,. 3s'5 lie" - '-3.3.......1.5—.1111:_________3' y._ , IaaILFL]]t]B !Tone:]05 1.3128] PIM-. 7 JO"• -.�7•—a Sir --- +µ "..t6. 0„z..com . VENT P!!L.UP .R-Y •]l ..,nu t0 IMO* TO ROOF ESOLLARE,SEE!PE.TAfL d I lel - I _1ITITiTI i L.y --- • -- - -- .-- _ .._.._ - . -rib SPACES -. - t, -6' a F- 1 r Y ( 11 SPACES 0 ®'-6' 0 F^j �� V a< s I I( - L"_ 3 r—roat ii. LL ct 8 CCW to- 0 0 re—4 / . \if f----" --..' ----- --- ----- __—_ _-______ _.____.. ''' mr ._____ 19 SPACES 0 B'--6" 1hE 'I-�„N I �. a.. a NH ( G i--->G 1; — — i - -- `n_— _ I _ __, YI SPACES.fi 6'-8` ._.,.. - i O !1 I S•—e. `, q ` • / w =License 6]03fi 1 0 _ I \1. 111111. g 1 y, •_ __ .. . _ _. . a ' TLC 3 ' ! • ° FIRE ALARM LEVEL-2 FLOOR PLAN s FIRE ALARM � __ ai1 4Y'1 YU IA'.14 is 1V!l LEVEL-2 g FLOOR PLAN 9 SCE M TOVIT E-103.1 u\ma-se.416e9+0e0.ew..m.m nog,\c+o-m\s.m.\Xw-mew.-w.a.c la$mIe 2 3 w 0..,e 4 L ..f:'---- -4- T 1 ' , I :i ,4 1: a: t a • f >> _7- ®+ t 11.g 1 iz.', ! 441 3 , . f I • iV i � • i 1 1 ' y I , n 1 o 1 I . 1 i 1 I . . i 1 1.:', I E. i lt dF111 . �'1 ' f Pa . I F 'Iam_ I ,.:> '• )i i , 4,1 r I y f I , w 1KT 24 t ! i I1 1 F i 1 I 6 i"�@c.11i _ {y i �" a'� • Y� t • `+ ! t i Z 1 a �z , ;j li i I i1 I • I •• I'I, , f 1 L , I . \\ :; -. + e • ; i i ) i , • H."rn I 1 • . • . • �- - 1B-1 !.L;_'?.c'-.117.''-_..101-27_...:._._ 2a'.-2' .. 25'-6'..-. - • 10016 0130011E66 HT �� o , 0 Q p f s I f d f rn T $ > x & • e f sBF'p""p� Ill c•-°' kr 42ND STREET PARKING GARAGE • '03�Fnt O ; ags € FIRE ALARM film ,g,�;655Am 400 hwsoml �h"Na °n70 ° CO . y£ m MUM Beach.R.3314D gg • .N b 7y i 1 ,1 5 "6' oin o c © o Q ® c) o [....( __4t1'— 7 5/8' ,F25'-0' 35'- 5 1/6' 35'-•5 1/8" 35'- 5 1/8" 35'- 5 1/8' 35'- 5 tie' 35'- 5 1/8' 3! ENGINEERING FORSARCHITECTUIE • VET PIPf /No- rJu..ARD 5 r TA/..q� ,4"'"iu400 O TO iDCA � 2 wwnm2c om 03 10300015 34.. Q -- r-�I� ^� I _ y • ,1 I W 1 0 _ __ _ _.p ,,._ _ - _ .- _v_. _._._ _ �_ _ _--._ _ .___ �� _.__ --: - '" 4 SPACES ® 8- • '1 C ...aye UP 1--->N Mel � F A §¢ • • ,w..G F--1 F--> G N 17 sP e• Z I ------ TarEa ja a 'd — _. _. - —_-... ..�_ LL m 3 �V✓ a W LL til H I cc 2 1 6 N ♦ ! y D .,'4 ± itt_... . 116 irr7" —II aETr. i/ I i :19 SPACES ® d'-6` i do 1 E►-y - 1---;�N 1 • Nom • 2 F. TO f' 10.3 r 0 1 _ � e,toa= IOA!i.". 03.03, ot�,aa I , TLC F __ �°L __ � -.. - __ 1 FIRE ALARM LEVEL-3 FLOOR PLAN �.!.p U l i FIRE ALARM "40V1[p /t o LEVEL-3 FLOOR PLAN I SEE DWG S-14 5 ...— a . E-104.1 ., 7) . C) 0 0 ' 0 . 0 0 0 411"- 7 pie- . 35.-. 5 1/8' 35'- 5 1/8" 35:- 5 1/8- 35'- 5.1/8. 35'- 5 1/8" 35'- 5 inf- 25'-0' ENGINEERING * — ----- FOR ARCHITECTURI . 5,57 Elba Leirroai Dr. Sthe 400 Warr*F1_33128 • 7172110622' vism...-einchriers.com ID MOOD re r - ...... ..---.- .9;3/t.'-..'••••••.-....--r:.: -..„..... . "--..-"*.'..'..""rie7-"---...- - . .......-.---..- '.. IP-. - .1*-- 0 ao , —... uw... I' . ,, • -• - •---- - -——•48 — .SPACES la 8.-6 f 1 —0 ., 1--=> A . <1-" .-->N i . . r, Jo < i--',.•G •-k.'-----1E 1; , ..„ . . e NH i".• -- 1 w t . .. ... _ ____. .. E A _.. ..... . .. ... ...... ... . — _ _ _ __ ._ _.— • L,,T• &.1 cc . • i • t. -. ‘. 54 – • 1 C i ---,---------5441' .e ita--,•.--,..., 24,, ,:•:litli . vgkr. %AR* --I-. — ---- . ...4 br. ,,_— . y _ E w ' ..... CD A.. 1 , , ,‘•4 1..i TOLL•ESQ.3 ILI Dwo 5-ts i ' .it‘c-moat t-17 1---> i---). -— • ;t' — 0 1..". • r; — a Mee. Nan F. '. . ,..... 14 SPAS ii 8'-il" E=> ____________I I io ":•1 -"°' .....7. .ft.t.51:-I _p - •. novm .......„.....m.„.. .,, .......-,.....;,,;„, ---....! • • / -- ------ __ . . . ..... -....._____ A I te. •.., . .. WM ma ,.,. -•- "-----. .. _ 8 . 2 A • i A ,1 .., Florida license ODDS 2. ....... . - — ...g - . ---. .. . - . . . . ...... . . . ....— -- _.- - . ... . - • •''"• •• - - ' •- • • •• .• / CD - -0-- 1 . (08022 1 . hi..o.. 1/341.00 .1 .- TLC . •64...."0, TLC '....` i •",:..•FIRE ALARM LEVEL-3 FLOOR PLAN - E .......,... FIRE ALARM LEVEL-3 4 FLOOR PLAN E 3.: .........,, 4 ,) E-104.2 a 5 • . — - . - • • • .. . _ ' -• .._ . -- . ...._. ...•_.... ......... _. . ...._..... ...____........ I IL. • -...._ ENGINEERING 242.-0- 33° 5 1/8- _ - 33°-5 v ia- 33.-5 'Ir A3-5 1/8" 33.-5 1/8- V.-4 3/8- ----- FOR ARCHITECTURE 33. ""'stIoLar— INIaml.F1-13120 wrest tic-I.:a com T.T7.21pren,r13P yE2.ry pipE up ' e3ch-LARL2 ME PETAILE3A or,.hot....T........c TO ROOF 0 ) . —. . - -. , . / _ -- • ant.___________T! 0 i• ..il 713 • 1 4 w ,.., < :::] UP FROM 3RD LEVEL - --,-..____200.. . . O .• 7 EMI,TO13R1) LEVEL ' i ; r=:t> z 2 t e' 31 d a Q•6 am -1 - 8 SPACES 0 0'-.- • • 4 . r If,ir •▪ §1 cc co ra fel-ce . t‘r ,.. • ' 1---—___ —.._ • ;f. C) I , .....-...... _____....--. ..— •„,.....zz,_,_,...x.,...rzz.:_t__;;;;,..=4_..-._.---,----, ------- -..-............=,_...:-..ok...--...-_____-_, h. . r ta . ,. ___ — It.; wi . - : il I • . L/f I . -\11 . 0 1. .• 1 I ItitT1 le .r.Acts, go 1r-6"'TYP. .1 --- i i I :1 - . — . I us ....Wily,21114.1 g A . , _ ----:-. •...,, T'0 Vii''' i• ir:-....L--.., tOGOVOlic Pil "A E .6• • ••• &IA..... t ric==a9.5 4 iv ' if.A.ALL...•".. i AAAA,A- ii :. •1,rt. MT i = - •— i 1 0 ill — 0- TO ' a". al es a•Ao MGR OA rasun I 41 ___ .. It . CE tty& i f-- -- - -- . . . A.m.. . ....... 0 IBM, :i OTT:d7 7 0341.Sc:I :re! NT..... TLC TLC I I - L . 'W:1 ..- FIRE ALARM ROOF FLOOR PLAN * t . ...... FIRE ALARM-' -- ' - - ---- .. . .. -___.......---...........................-----...„ .. • 1 ROOF I FLOOR PLAN E-105.1 _ . S1( ® 411'- 7 5/d" o ' \'+' C3 ENGINEERING FON ANCHITHCTUNC 2r-4 3/8" ' 33'-5 1/8" _ 3S'-5 1/§" 33'-5 1/8" 33•-5 1/8" 33-- 1 5)5)Blue a�or. `'' 18" �S'-0" -,,,, 'Mining' .:osacsing www.lk<nimeers.com ID/08.113 - ..; '''''Il ........................*.a ... ._;;;;,............._r 1„,___ \i, , . _.... ,.. c; ----1C‘.\ W ,, <,, _ _ _____ _ ... ..__ _ ._ ___ „ s,„.,E% . 8.-6" --------V LI cr 19 SPACES li 8.-8- f n°id a "i'-- , ;, - I i' P1;rvi &9 A. cc en a 3 - - -- ' - - ._. ._ I. 1. of 7 „... . ..._. _.... a, I • .__________.....____. _____ _ , Ou r 1'� L. N: , '1 71... ,.._.0. , . , 11,/ ,!I j:, ;ism'" �I I i . ON ICI ES N ....1 1 i! ._ it o I ' ION TO 3RD LEVEL I Cl - 1 _..L. UP :ou.3L:EL. i RD �1. -- "' a a-- 0 -+- -- -1 - ''` --- criatibuok Li.-..�'"' LOG J1A L Foe?LtiFd+iGf Tr, )4.7411 .. • `.� .. . I / A� � - s . ..+ g =la — — —. ._ - _. _ .__ ._._ . ._ . __ ri �c 013,E FIRE ALARM ROOF FLOOR PLAN • • • u-- nC - FIRE ALARM ROOF FLOOR PLAN F. fi » E-105.2 • S3.4..A.lm. io�i 0007113407.07/ ° A-- 111 L.( o R. a,o�m..m., 1.III070/24.22•20134211 • ENGINEERING O V . FOR ARCHITECTURE 5252 041b Dr. '1 44,1, 331.741.FL 331211 11,1i�tri13 �i:� i' o 10122, I ro,.s: ti� Q u1Y.,HE,.i.10R.IIWRWEAAiFDGYYW.L84WM,W WLLA52u0Y5NN10E[o6 7 44- PUCrOo rv. 2,.W.w.R�AED.4m,YR,�mSw,.4�.YPEE ODW4 �D� mPSwRWPPIIW 03.1RCTED OF 7.1412."10 NUE LI..CECR02024 0N0.30JMwA0 SERIES 1322141311471121322141311471121.3742 RFSSI REC1023. SEC102AA wuEORP.YtOOx DESIOIlSN MEmF1EgF5S1AI0E0EECI0RY. Q fae.FS,YNt.-oAVlCN1 W.'REOFC.rFS[F1IERFDN W0U4RWIWl51V 0YM:urvA4BOwDAroFO4Y ' C0111.14401.14.043022.711.237221F12070.1.1271.471.0314 A140 OF OE C013110 6 Sa POR120,Ihlm 1023 Of 4414.3214L 40,701BLW100o ILL 2040.40 1•13E3/43 SIRS W COPPER 000110702 I. 447...4.414030,70.4141103-1340 O 1106600.SUPPPORILLED.00M50E503110230000flar.3117212.C.131.0 30 02 42141F0 CENIFPOF SLID CANIYwIOM 0010514146E .m u3227 0444.4414.7.1.441.4.37Yurml A.114.1•04 m..'4ay.Jm.043,04.1 MI/0061000 14,FIOL•C7RRFl114A7104 BMW IMLLCI016200 N YA3m 0001 00020 0100100 0Pb%.S.UlOSS1vuFD RRYETMEnE 1APEltl1 m+uEtPvc,YLwF.ra 1mPYlladealms..m. O, YOT.1E 010066200610000000000010120223FT211,17.410421 SPACE 0FPEPVC000011 n0600010Fl 0a® - 2.100, n12.0 B,E;PYCD0UU,0P.DW 1. p431.443 be 4 l.1a. .`J00 2000Sm. .OmMAFm11V•DNY BEAD OF CNIIIT.AEDIO PFPDEIFROF CMOJ1A1115 EGRF55fo000E 13.3C NO.43 Y62I000 C14¢iM122O xI�C210SnPEWPVL 0S4011g0 00001 P0V4000:1. wmv..4�pNgmu0.a,1..7. IE05m.1C.LEY1Y00M50EP Of w.l"SSEEm1r.ME 710021.1.7 200 OF _ 4.11..41770.2.7.73477440.01.41 OEFYES10P SYS1Fu60ENt0ER!W W n01Cm3Y FRERAINGOF1E1A4.SSF1LYN1YPCxn VCw,1w0006000 CNYunW.04.01. CO3A1axa.w.lo.....4.Yaw..4.4 NSlAEIBLAS 40.70117E FOa01001.211EW.,r RAMO OF Ix.RRES,OF 5710.6 EWA..PFIBFROPTC UBL4WCNSW110.710 ADEL W rlECol0r.01,EIw24FUE R 7D of RE WALL Y.. la rna.ay.mw 43 B3Sui4 dew. YRIWWI 00674120AS,ANRAIFDBELOVR • D iLLYODORGN,Y mxua1d11a4.0344 413.0.4172'- 4421012222C3410.2141FAC03ONM.3.11201434.21.1F017. 3.112NOmnEUCVS.G1201WRV0VO0tu•INCXNIm¢SCFM .441.1 W p4...mu4leYl uupdn EDFRJN CFDo.oNDLEE M31220ne 111013 1WR0DPV 00Y2,IID17.32S,AOTYWF 10 ICMR2237..DNmA9tl170/41 _32SPAIXWRYAMSFA201 TMTNPVPSRYPf DE 1,417 SU Bg10 141400x0..1 .NLARSPACE 0243.NE 12410.x0.. wElE7m 540170..11AN5PACEwwPOxF11'SL101,2,APPROx 31'01l,ExPAPS,PIP • FauD.a4uua.104w4aaa.m.e. DwYN N 1FNO,RL025F2014411E1v.1.3.1.20.3.50EUMEA55ENLLY, 14.341400.00104.2.0034131104141141.74 I g10.02 Q ILLV000Rorv11.12214.CALLRWWI11.134.A NE IA Cv55FICA1101143Y10.,gtlOwV Z IC 5^ 1yl000..�W 060162 mDaD.ab.m00006op I 0.002 3024 302. 00714114E08FAOOFC10001I1RIYMPLIE0,O11E.NNP 512F31/431121227.2.010 111E 231303202,OEOFixE Y WRAP SWARMORY/FIRM 11E1.4 SURFACE W 40150E a REWAU.041.2.000020010 BE 30217013 d 41.3413,43144134032400144010 4470 1,1010 IORi 0 43101x4.VIER510ES0GUEGIlEBUtmIEOUE.VIExIFr,F05 Fmnw ME w�,.741342314.,..lauw.0.37404.14 W..lm. I:.lo to a Q 5 12 141010140 1022 D WVFOESCE1xErvaV S,NPWEV:HSOE04 MErv.LASSExBLY.SLL 3.77.4.4./110-7447414401.4 el 4.42 2 4.44040.1.4......1.. ".''''' CONDUIT PENETRATION OF FIRE WALL CABLE PENETRATION OF FIRE WALL • W a...lm4vo.lma,ael .u1..+. 6 No Scale la No Stale 02 03 0 lC muga..............m4.l4 0.0 0) • a. Db.Pem.1.P0am6300003ml.v0Wr.aw m.mv.vu4y 0my4RNueN10wVilN Nw�' 0 .,I4, m1av0 Z.42214.4.4741.2774.47414.4741.27710143404310374 a .Y- MA[ .m7waw. /En O 3.77 A. 4.14-..33,13.41.1 44.10 0.771210.PO. n0 .v- m IL MAA-m.,vml74/340 444414.• C. /001311,44 6 414440 014.2 03.4 D. 340444311a33s41424M M. POR WAR}_ F ....6....1.2.1...........I6c02 81.alp...11.2.0.01.....21.... ( ''.2� �•m Cm'��14 3 6220..02.00000m.1.1v..I..2.2620 /"1117 0602 co w�4 3 043 44 30 44 .....................0 .4.4•.71.170.0.4.3.414.4444,224•41414..3474741044.3.401403.19. 4®1 4®,Yp.43®,4®®.4 4[[��.w®® ®®0.114® a. .4Q.E1IYa.,amauaammlm., 111111Rlt 11011..841I1.1Et 11Em,ff,a..1 wA A aw0 12 0 la no 000000 q a.paa.r.am..RPbemN.l.4 ge Elml �-p @ p ¢®-�}-y,N.- NB0. .mai aura OW. •.4.adla..m.44..m.1.424a.4-. 11711 1-11/12 II IIELN�,21011.8, OI.m 41 .a .m u u n .34▪4 .r.n010.2 ow4.nto.. 2. ..a 4.13,439 .,aa Nm4.. . . .73,3,32,333, m p Y 0.11 140.v ..7.0/334 ea324.14.41 - .31E4P1.13.a.d 471.17.4.131471.17.4.1310.1. �1a1..aou44.8 ...a..... ,..1.126....I_ / _ R41 A11s Ns A A. 11Ln.1 mu _34.13.1.20.2. '124 I Qia 0w go.gm TO.1p71.2.../1,1-7,1-17,=3,-"r ^^••� 4.P^• P.••Fa. v. • 0,70411 340411 I ..mv 3034.14 __ e Ilan IOU h 4.4 .44 734.4.13 .30. li 0...1•.I 11 0 ll 11 1I 11 MO C}2.1 301 1.31.32 P13 44 0211 pdr aW Ilun N 11 a 11 ➢v lOb n6b ll�nddNGb�i6'a � �N ml aim-ml-O•a,.-�n mice _- [-0 . O V of. 4▪0 � I I.,D ID, ' .A74 1 2,.a,,,11 1 .-."' W.n2W..a4t aldemEwmaaaE1m.17..mm Ilvn Ilan NA EI..1.11..�ime,..g what..�Wl ha*INa --.per -- - --vv�. Wm w'P.m.GS. tl.o..�4 P.a....ta R u n N n , 1100 n8S II iOfo u0G 118'a 621 Im 162 1a m Im Faac ace.lEwSe ........a.. .14.-. 1 ma dr.a.22........•ona». , - Ilan ..,da.aa,.mr ". �m m m Nan • m goo No I L it0 WALLIFLR-CONC-PIPE-2,3,4 HOUR 01 nI 021 • - � ,G 0 o-o-mm. . m_m No Scale au .2 MS NIS sits•33 ma ms Nun 117 . 'n}O4L 8180221 1 soap. • II 0 17 • :0111 'ani ,:E1 i wLag FIF44 n4 ta. TLC _a 4411 s . as I[ m P` 0. MS ALARM q 110 EWA'. RISER AND DETAILS 0006+:0621 1222.. 0 -la.0 sot oo° I; moo,. FIRE ALARM RISER DIAGRAM _ E-200 No Scale C so. 7th STREET PARKING GARAGE (69310) • • SYMBOL LEGEND ELECTRICAL GENERAL NOTES FIRE ALARM GENERAL NOTES A 000.00 "'""`m"""'".""""'""`"°'"""° "m° "FIRE ALARM/DETECTION SYSTEM " Rw. 6D r 0.02.2010.1.0001.000 60•22.1.1.21.0 W.maw 60101202 PANEL AMOR DEVICES ENGINEERING 010.00.00.50.40.5.02.1610011026.10.0001000.rw 0.000.0.2000620.0010000.012.6.05.6202. SI.. 1222. MLA<002.01.00022.0.02000.61010.20122.1010 ELEM. .22 FOR ARCHITECTURE - ---- ----- fi)fi)BWwl.pooO Dr. FM 0 Ow¢w¢ur ,ucw.wsFa cvnnwcsuo v00 1E0 1 uv m..��.ormmvo aaMRn .0.2200160.0..001.2„.a.00"02.o IA A.A.010 Se.00 _ Mlal,FL 1]126 _ Plwne:]p5.268.fi5b ® .002.02 0000EWU 2510E 601/06.2 100.12 00021212 ..,,„....,....„2,,,,,...,.....2.,...........,,....0.„„ Foc 605.2666605 ® ". , .01.m60.62 2 00.6I"100,0 v. .01.001.0621.0000.6.0.005 m . 100101.11.1.0.0 0.02 01102 C.06011021.0.01.0 LA 0.02.60060.02600,w 00.600 20.06.0000.®0000,000606 o ®6.0015 I= 1.022 010.22001100 006.0 00 60 0,6.2002 ...,mEWw.nWn o.n.cr .Dmm . 4Mwua.5.yuw 5. ® 0.21.0 rv .a El " aaoa1Wmmi1¢Lrvu nwEo o RE66. 6/0.1111.0.00.00-106 . m , W 200006210022 ro1w* 1 025 . a ..T•MLotITIVAI, Src.""a M E2.a1.,E.w"� '''''", /02.0.000100026.0122201021.0.91.20.0.012101.002. .sI - 2.010010.1120162.122. 'c0'O °`OtsO002.06.0. LOO.,1141 w ISS.01....V WWI. .w:aOt;E° , . 2r..w,1.KA.0w11....2.0,..000000.220 00 0002022.00.6.2..A22.2.00.051.1.0100.ANAL a"p 0 `100 0c.c.., 000000001000 ..m as , 20120. 26602. 0001.1•00221061-2101.0.02.00030 04 um 00000,0002.006,00. g �°�a.v°�Eu� ..R2.mw.wm wa „.RE a. 0CA.160. R0.00 ..,a OF 0. �.P ....a , �. • Cal.00.10.02.20210.03.00000.00610.05•60.20.010011.0.1.0 . 1220.000002.1.00100.50100160.001115.01020.2.A.00-2 rfORLI41.1%801110601.4.3.PROVINAL16....1.1ECIA...6.1. /..rtECIOMEER6P10.011.51.6.6.61.0.0.1.12.01.01011068(664. .04.1{60:16611.4.1,60.O.OA 8661.666.1..41/./41.006.M01.4.001. , D,. PASSIVE 8.11118FLECTC/11 00 002.00000.6.11.6 FOS..02 6100.001.0.02006.02 0.5 901122 52.002.101.2200.21100.601,050.00.11.1100.0 NOXICA LIJ sr.. N.6.5.Re b0w00� �„ . 2, 0. : 00000101066."aa,R"maw00l.0 2E 0,..0,�.�03 . 6. ED 000 > 66..40 OM. .5) w.0. m0.w., .f„`6 . �..aw�5.21R I,b 2 6..ax. m a z2 1m ,..30 SPWSTR008.....10 MOUNTED V/OPICAVUZIIEUERDLESSII.16.8.1.1650:01.01.190.1RADES. N.g,m• E6,w �w°m��,�. w�. w"a r,.,mw1,.06.10.,.w.�.�. Y CC to 221001 0002.2.01212.011002 02.102.0620.0.020.20.42620000.0.20010.10.00.00. IX will__''°`1"'""� muss 3i. 062.100.,.. a w 5 ol.aR-ausc�Ecus - 002062.¢�u.na.0611..ro,.a,urwmle6118.1606.4 • U l''. Ft] 'I=„ .. ,.......1... 6 ..206a1.,.w1„w.n«a1.v,www.... F.SYRN/ILERFLOW 000011 03 0w[�,1.. m" w 2 . .. 26.6.W ..mSR«m°q 26wmwLER'AAm..ai .:00=1.016:1.00.0.620.1.260....0200.2.00„00.0. a 814.6106.01.03.414 PROJECT 34....6.6401.066/11.05.111111.6•161.011.9 00 a 16.61.463-0.1.118•064.13,00.101016/1/0 0(Onw 0000000(0(000000.85000 .51Rm"tm,xerm000.210.000. 00 ▪ 51. .12. 070rAat T0.2 wD 0100.0¢ m wD 11.¢.0020[.....1.02.25 ZIT=O. "/2066.2011.=0.1210:40.10.1:11.!'"'"''''' �°.>u ICCOMA�m¢M.anl,m m w.103000.296.02."x .oE1ti, .an o.a2119�:.ow°��„ REMODELING WORK NOTES 111.ALLEIT£A1.661.160.6.00/6.06...894433BEAEW.1.1.616.01.181EPORPOSE.ALL N.MESS 610....61.10..1111.4.16.60ELECTIRCAL 360,....11.111.04.81 /002,21A.0.12.10.00.0000.0.00.21062000,..00116 10,. M...>a.a.¢.2..6�Iwa..°�,mmm[°°n,nm,.M.w w • M , =&^wwl 7 .6, mw, w m, 6, 222 2.. 00.00.1 IA 2000.0420.00011202.01 LOWY.9.06.0120.0 MIN.. 01 0.2.61.0.2 I600120 10 0265 .m A.Fm... �E. x ww.w..ww 6526,". 0w ,m 06 ,M ° "6R.°661.0.006001100160219.10.21.�,,,,ggE°"w w'7.47=7��m ww.• ▪ 6222 - E.22112175227143 6 o615D."0 w.. u mw� wen"®m 0,.m .. 1 "....0.A a ...0......Dum.1611.nw.,w1...°a�ss1[ca., ,�0002.25.000 20.201.000.0.021.00O, . ° n-s[E,v.,. 0 ma[6 „,0,„c‘,../.,.3,,,,,,,,,,..........,....,,..3.000,, tfa.u.l5w:...t+,0o.u .m.,..,1u.r.0awmamca..nx 00 W66eno.Fl. i0...........nnmm�,6.6..6 6.6 .121001.0 Io0.0106.011260, `40.mA5816.�EOM... 61 It.license 661066 i w. 020020 n 9.. 6wwlw.0J.E..w01,61.1..1.m 1 0.WW2 21012320 ¢P6i, cM1''0gr5rzl.x.12120 . . 6.01.1.252260000200000.60.024.220.02.200.21210 fmm .nw0R2 , u... 2.0.0021IIlr.2.22°61UL(006410000.2112=141.102=200010. areu.nsir,a 1.212.00020.001620.0.0601.260sa.10a I.. elemo I • 0161. JLF 2...2.10. E m �...w _ le I .. .mesio A.Lu0vA0neewe.0 A6rne.2:uRAL.1.21052000 ml¢.rn26..r...0 ELECTRICAL LEGEND ,v2.E.m.ro¢eOULee2°uow2o GENERAL NOTES E •f I .�. E-001 - ENGINEERING ic?c;) O JJ , v o ARCHITECTURE ""SWt`06 Pv02625_ALIT. n NsNea s.com-0 _.� _ ____Lja0 6t6tl hr.Mw icLe••.....k ___,,,"0.—i 6P 1 _u2__ _..�$ !A•4' WB'— 1d9 ' fir 1�. ! 1 11 I 1 I qp 0 10 i 1) ED i t 1 i *41 (10 I ALLAY woi t I, • ` ((►�.,11111:{ _/ .:..`'-v a ; ^! ,rI11�1• ���ltw ..� _ •- - -i _ 4 ,.- li J .�/�7r 1 r 4 a V,,: r, I.MMIildii v: ltl�a- -.1. 1 M�Wi4ti 11eM'' r1, , 1};�.,�p6.,,6 c . 1;- : F tl c7k1`� {CI d I it '. ) l�:''1 4..�1f Iar.1 f,� ,7 1 .�1 0 I. 1~ �7 �16 :1tl KJ v1._..: I apt : — I -1 p o __ -j/rlI ,n 1.':,r-Tr 11Y.s1iV�\Y _ -.!! 6. H1 \ -_—�.�y\ .n QDA ill 1, �� �; y°1 ! 11H < -,,. r` ...nna...RA ' .. ® I . � ,.[Tr �1 a_¢ �Xffi 0„,...,,I, LL e]„L�« r Ila n 41 ,..ter, ' R I AAI' I �1 •0 ¢ os 9 66 (� *e.w 1 gr �. „� I I I i r m !I, _ g m�� Iii ,� I� 4 �� a ie117�e1 � l _ __I __»v} m ►,.a ,, t 1 a 1 ,1 1 1 . 1 I 1 , . .11 4i. ‘-°' tiwo ,. „.2,.„,_.2...f..; i!Niel., I I. 1�� II II t l� I I 7 i I I f �t �� 1 �i m L'."I L.4D f JEll I UrdT 11 UNIT I UNIT I UNIT I UNIT Jig UhR atilt - UN!� I I 1314 f a.... i 7•••.••esa�I• I 6'H II , 6UU , sa2 I 644 I' 650 6(d sen 1 G6e If—--.----t 6101 4 . I �l L_ m m m „, 0.. 0.... m _ 1, m .._....„,.. .. -- c.) wr i - i 1.44 , i , , 1 1 1 i 446. 1 1 ___. 2 I IN PSI' t il— - it e - Mk, ..t r 1 1" m-- —, -1-,_____A ','��'t1 p. - -- TACT _ - it � � � " P�� �r�v S -- ' ____ _ L....i - - .... _ I , � .LLL :�r�� od , _ 74•-_ .•r` I'" _ .: 7fL `' '. .. .'!tr. 1..... . i.1 ,{` rwna0Urc. f. CALLING 6YEmH via 1 ISA esn .lad ppg — s!seaR w Hyl — TEL....I :.. .. b '�" —b' �.. • : o -.m 03' 80.n,.�.s .»�6,m ii 1. 616020 i i ie 0ia1m TLC P •494.0.44 n� FIRE ALARM GROUND LEVEL PLAN g E .,0�n"•nr; C FIRE ALARM 5 GROUND FLOOR PLAN i E-101 uVw-ae.\..... •a.4ey m.0 rm\...-...".....V.......,-Ie.0,v/. ..7.:0:017 Y..+.. mm . le, Ito m c I • v arcs v f • I awe I ~ O -! !I. 0. .. . .4 �j It.. .. ti Y,_— . —-. :� 7... .. •'- - --- + --t-- -I 01 t .. . ..1 � ? •. � i . . . . . . . 1 • • • 7- ... .• .g." .I • • 1 1 I ,." ' , �:. . .1..•. . fir. rici • I •- • • -'• -__ -• • --_, . . ..—IF:mime.--- • •• • • --- • •. ; i 0 _-4 , ______ _ ___4__ ' I VI a1 V-- -, .-311__. .,,. . I ; ---,1 I ' -...moi. . . . - .-'. `". 1 �1L r 1 .,. . r Iv It ! inag ; !lab'. • i • • - . 11 A - - - r .ill rti i. - : 1' -- - I ink an NHS, co 1 ' 5.;:air-at•o•'••_2r1'•- • ..---477.•._ ' '•'••••••-•• ..1 '•-p...,g1•1•• ,:.--1-1 L 0 iovi z - ' — 0 , r' .3 e. .: lL iL i! __ .- .,_ _. - _4- 0 / ' 1- - '•\ 4' I E l00%MIOG EBB BET q pp ! A } Pr rift S C €�+ m NI E oy a x' a af g 1 blE w$z o ' MIAMI BEACH PARKING GARAGE b";,32Fri m rr m B 1 FIRE ALARM 1110:8 '/M ¢ ' ° ' - E 4B 210 Beeach FFLth 33139 VAmNm n'A rillks N i §.n. 0 oni$1 L.V.2.-49s448133.0-11304 D',gip ni 4.fa=1,cb \theath.LtralthaLl.E-19..th9 IMAM 2.3653 . k • ----. - - , 1 Ara &eh , .• . . • 1"--- 1 .... 1 -,—.V.Z._iiiima•iimia................---..21—awiTriw- ----71.— . I ®, ,II Peo-oArAmmi NT . I. . ______k;,_,_ :, ._ .,.. _ 4 it _-_,--=• : I ri '.- ' 1 1Z 1 1,,,s,,521.,..., !ii „-:-.... 1 ! • yawl: - ---1- 1 1 k........./, 1 tortN _li 0 t NI i !lc .• ' i 1 . ,. ,. i .....___ 0 . . 1 I . .• . ' 11.1 i , Aft A - „: g : 14 s t I ; i 5 11 I- 110 - 'I'—I- 7•.-r... - —1.-- 0 --lii\.- -7.-11---— Aill 1,1 A l % I _ A II. t , 0 I Ilit5 —if.II 11 61 1 ' I. . ..-'--'-' 6/1 ; 1 1 1 A M ...-.> .11 11 -* ; . , _ , I a !!..1 - s =- - - K i El -,:d.,..--. r-- -7— - 41 ta „ ft , 1 . . J tit_ 1 • wt, -......._) _ . 1 . 0 . . , • _it.:14 • < • 1 .1 DA. . rn i . 1- 1 i. . . 11 1 ' i si1". •. ,....1 •- I A1 • — , ., 0 . --,, 1E3 ° 'Filg - ll,.1k. i .% . u . lig 11 • I, . ..._: . - /14'', - i - 1 • • ' I 1 ' ' --- . .• Jitt - • AI .litsk • : i . • . . / . 1 1V ' • 1 I tel .. , . . • a . , • 1 , 1111= . • .11111, -__ 0 113 I ..A 1 I Allit 9 , ! v I _ ...MI.!! lir ... i ; I. ...... 1 Ili--.•-•-t. . /. 11m00.4 1;,.....: — i ____ _ av ., . . __,.. "..-' - .•, dly . , ... . ,. ... .,..._.. A.I.,i- • il gallifill'4,- '-'7f S''' ' ',, 1 t6•14, 4 1 : : 1 . -- anTi..„,,w,,....e.: ,A. . • __,__._ .,,..- _ ... MIKANI491111111111111.11 ..l_l_ts.:1;',-.:rt.,. -, ' ' -1,---1 -.• 0 i i 'Ia.,- -- •• . .-_7.-;i!"•71""''''. ".. i t i ! ! i L.L.....H. , ... i . I • ; ' • MOS P110611966 SE-1 f 1 1 ii P I I 4 f F I ',fa MIAMI BEACH PARKING GARAGE r.:4,4AEF:4; . m § E I i FIRE ALARM I2 = i' 210 Seventh Strwl ' 0 • 19,. - Miami Beath.FL.33139 1 rr 4,7 rilliN • (A) Z l'igg 1L( ENRGIHEERTMRG 5757 V ww6Wa Lagoon cO .. 6alto./ P. ]26665° ,...9Y � O \ \ { [e)0030013 ,1:1 . cf) . . _ I �� 1T.1 f�f I I I , 0 •rtTr ' II ' I I I I 0• I '" • , n.w.. � Aire• _ i- ilit . u .._r ,h _ i� II H 4 `t - -t llii `a -"Mill II, 41 1 - • 'b''; 0�, ,,y �i 1rn, . , ice; rr ., cc i. 400 II 1...._,L+,=.. ! - uavm � ril W LL it I I I I 1 I�'., ,1 - m Mrt., �� I I M, { I !, i I I I , I ' �'� ' I I ILI testi ,� ..'"7. � a ' .titer �o inimil . .P1� _ lin. "r40 lwn ,0;41.1 I► pt. _ _ — 'iili ii.+� riii k +moi llrl ` 4"', �� .. ,>••<_r' Qya�� \��` l (fir '" Ik' �_ - 0 Q..ry ao II I ,II1 �i- _ I f I 1 c —® I i II ! u10 I 4 Q I it �� _.._-- _..I _ . .'R.i.A.ST . TW,.- .. {7.0.1*-.—,, 17,.., i if --- rwme E vowel uoNrm a c. cow wt•.Iva Lim nor. 6J096 y I.t m6I - 7 e I . . JI ¢ -___....._._. _ .---__.__.— ...._.__ ......_.._.�-.._-.__ _.-...__.�, I I ...w w. ' 618020 s I e oe _.______.....__� 0135-08 w.e.: TLC FIRE ALARM 4TH LEVEL PLAN m .. ''•"° n._re. �,+a.e� 8FIRE ALARM 5 FOURTH FLOOR PLAN f i E-104 ... MIL( ----- _....__ _____....._........_____..___._..._ . ' ENGINEERING FOR ARCHITECTURE , • . 5757 Blue Lamm Dr. „,.. . ..,.. . 0 •,.... .5.0 ca 0 . Sulte 800 .. ...••• 511888.K.126 . . • .. 'F'fingrigr8P1P 0 0 •0''' .I.. 0 . , 01noars.cran 20/0050115 805.881 885.81.8.6.8.5•••.. \••-. ..., ...T.__ ..........__ __. _ _ _ ' wir T , . t_____i_______ , ,_ ____T_____ ( •1. —,-r---_____r__________A (111 ..., V.t• 1 .. 1 vl__. I ._____wi_____+___rtg____ i w•r_f____e_f_._ 1.4e.._____f___ ... c), _____,_ , , ,L... .. i , , , , , , . . _____,/ w .. . _._ . .....„, . ----7- 0 -k11-.--"1"1" ILIPMF0- l .. .4•00_....:..N11111mmiii .:'wiiisto4Commiw ......‹) iguir tihrrAllfiliv mihirt,WIIIIIiiiiiirl-likiiiiiisiiiiilkul* 'Kerattudmil -iiiiloAiiidliiiiiiLlimiliki.e.;.;fi.--• Lui '— - _ ; I !!TI IIIN ''' 4-1--P'. 1 •i .••'.*1 f r,1.r . • - irrs?....1 . 4f. IP' ''' . • ' . 11011 1 IIIMI.P.Ir i 0 t.3 51.1,1h i i fx.'n - '..L .4,:p ••• • z IF, r 4-L--- -ill . _ . _i_ _ ii I __ J__ 111..,1 .._ ' _. .. • .._.i.. illftrrnil i' 1 OMR I '— _ .; _ ,, ..t14 ii., -0 -c2,, ., gL`J Ai -I II 1 I . I . 1 6E El r . , . sits li,,, . - .. ra. I u.r ' 111•111111111 II I t im-.;i• I . -=...., 1 MI. ..c_r) 1 • 1 -- N 1 \ :.,*. 1 , I. • . 1 <MY . ,.: 4..pt: I '4 1 igErT") . 1 'I .11101.111WIN.M.4M1111110.11.4.411111 °AI-kilning.'8011111011MINNIMINIMPRIO 1 i mail= ilia's= envirliummiclaillill, li,,...1. ... en a Wr: amtim rinimomosimmht F 'i ... 4 1 V l Cr.1,:',1 • . "r.... 1 . I . I . , I II Ilk - I , , , , : k, , , • , il•— , . , –1 . 1 ! — ' 11. • , t • , , , • , , , . __. ______, ____,__._ ------ ______i_._.;_ -- ._____ 14., _ ,_ ‘. ........._._. _• 0 a liETIORMOIRI ,, ,1644i 6 t on 1—- - . -I . II ; . k 1 , rt...Htitp ,Am , cm...• dmm .71, i gritS, AMIN: Aim 1 L.r.i..71, Ammo „Ars, Aca ._.,, es ...1.17,..,A,...„,,...._ . „....._....,!„.......,,,,,,,,_ _ : ..-_____,,..., • __,,,,...„„„,„,,,,,,,„,„.........„ .. _ ..___.._ ,—_,„„.. .......,.. ..„.„,„„....„_.,.......„ - ..., , . , i . ,................., I 110 1 . - .....I ______. 618020........... 0_______ _ , _ ..._ _haa________ -.,_-. -- kr•••••81,. RC I _....- .,.. '',FIRE ALARM 5TH LEVEL PLAN • ...., 5 .......- I 11 'or..,,x•.', 4 FIRE ALARM g FIFTH FLOOR PLAN 4 I I i 1 --... 1 E-1 05- ,..., • . • L:VO*...a00.00-wacp,0.44,rn 4t ftes\C/4•416,,(4,••0\UMW.E-1041,12/G/2015 Y.53 n+ i 2 c, . . t--'E' eft.' . al" • • , I 111119, •117 ___ . , .• ; - 4 — I sr- - •-- ;i-i-aosioniii-ininnimiarkr-ailYN- 11417 - 1--re iiimmimrlif ----1— .-,,r-v...---- - ---1- -4,--i 0 ' . ' iffir P -- .......-r............ ' .• ; :0', • -.-Itii-,-„, , Ell : 1 51.„......=1 . 1 1. i L_____ I I - 1 i I, ., ,,,-;-.,,,-;,a-I , _• • 7 1 iiI6'.7.41g111 . -- I 0 n. i 0 1 Illt , • -t- 14 • 1 1 .. • , . . , . . r.._ _._i_ __0:iii.", _ __ i- --;-d , . . i f _II1_ . _ . .• . . i 1 IR)----+ I't w , 1)1 1, : I . „a , . _I • R ' 1 , in • ••-•,.. _.,__ 7....J. '---- - - -1 0 ; ilia ii 3 ____A NA ' 1 ' 1-1-11 , 1 , I .11',' i re - 1 i 4 Ili 1 ,, ., 4 1 • ; _ * : 3 1 Ii . I1 , • ; . : • , - - 'gm _ - 0 I • ih._ I . 1111 . • __, , , , , il LI 0 i•a ' . . K 6i, ' '''' 7 - 1 ..„ • A.- :,If ' i • tlIi •I ' ki ,L Ch i ., . • •-I • viz g i I 1 • a ! . •._.. _...„.:.,__1._ _ _ .13 _ _ ___1... . ,.,.._.. ,< ,. hp. • . ii_r- 1 .• , ,. • - ._ . - . 1, I/ ' ,,, .....„:f•:,z4,:i.e-,. , - 1 it I---- -1 ',! ' • EL i q 1; z 1, • I -'11 , 0 , t -o •-- , ,. . 1,---- .1 _ • 1 • ---F--- -.2• "..11% 'a.. . 1 i . ti . , 'I 1 • • 1 I - • = : . . 0 . I jiL iNdilINMINI ' I ; i • 1 ,a-H .,-- I i . ' , . . 1 • - ,7, :A-• • . .1 3 .. _ ..".;;77 - •-- ----- - 0 .• .• 1.• , . ' I a t . lit!' 1 i !- : ; , t.1 t :t: -.? 111 4- • .. 1., 4 A 1 1, 4I'' 1.51 • ...... ...,.....,.. IFferal.0 1_ ' 0 i 1 _____ —-- • -— - 1 '.-.-1,,..3:".T.4 _-_- -- ..1_ . 0 , -.• __ _.. ; 1;• I - 6 • ' i . 1 I I .t.-fil 4' ;..t...,„.-;„,.1i.... ,, r I i. t i , 1 _ , .4,.... ..w.-7,......4..........0.. •,.... . . ____,._ -4 f 0 -144(amsallt, —e•c--- i I ' ,) .4, . I t- -"AY, 411- , , 1 . , , . . ,• 0 ; 1 ; ...., ,...PROGRESS BET \ i /WI'S T511" iimimmill 7-' ! 5 af MIAMI BEACH PARKING GARAGE OM . M 03 FIRE ALARM .!.# i 73 , 210 Seventh Street Miami Beath.FL 33139 . i lei. Flg:: efillitaiN • cr) = 1 K ENGINEERING i FO0.ARCHITECTURE O --.- O ® _' ////�����` 1 6)5)BN.3.312 Dr. (�7 � � (D {. MIaM.IFL]3128 tll/00000. _T _ PM.re:308.258.8853 Far�30^:N 525a T 8.4+50 LC M55..w.a 50.50i I I I + I T-' i i— I _ our • I i ill - I I a RI 'I go X111l 1 I►.. rl'--�._.._.. : ..__... I —.._—. _._._ I__.1-_.___.._1__.,_____._I ___._1-_.41.-°:i-.° -"Al.SRI y-1- 1¢ Il'' I I I 1 I I Q LL 23 I II 4 co \ I I I. I I I I 1 li II I II ! �0 , '; 1 II 1. + I Bali. I I I !I !I a I .� I I 7-- !— h— _ I I I v a 1 •?,, I . a 1 1 I i I I I I. I I q A mw¢ �.. • ------ - ------- .-- -- - — - --- - — I -- ---.® R � UR! �p1A.. - - 11l W e —— - e.. 1 LLvvNYo¢rAx,.P L res.lienor 153095 1 lip I { L_. ...-....--.. . -- ....._______.....______________.._..____ .___.._____ _._ " _. .. -- ...____.. . .__......_• § - 5...n5150x0 5Lo t. 0131-08 R n0 i o...,0.: lir'.TLC FIRE ALARM ROOF LEVEL PLAN 51. rt FIRE ALARM ROOF PLAN . E-107 r ' 1 lk ENGINEERING FOR ARCHITECTURE 5757 BSbe Lagoon d. NI aM.�FL 33l. PFaae:30S16SS553 Fat 305390.fi693 ..a,.m l00000ts'" m .----,Ilan ''''.4'.1.?MI= .of 5.011 —•.I m ea 5.511 551 556 115 554 553 552 551 550 . rtatOM ! ,11. nt III.R..Y 10 m m W Q . Cr Q aa, ,.Ll .3 Dal (PT C7 r m fl.l ro© m f . 11 Ir 730—IthrrAW lun R. 1 t:. q -Q- �}- nun - Pb Qtral'203 90 401 .i01. 6 2 ,.anCO5.15430430•41. fax .aa„ . B • lam m rim 7 0 Oa 0-0 ® 629 n••• .. .4 ur , !nm m ® ° mm°° °, e. ® . , . . II 071 - 103 024.046 021 ODA 200 021 010 011 013 00 wIMr— MA • A r mud 55..Ida. l I PITT-FAO MAO ���� - • Ft Eot<nx 11631 `.4:=,."7:, flim° t./vm m w..a en t/,yw �.a UM Mee 5014 Mei. ..- 11:13a"atAitTirIttZleZa%z‘ FIRE ALARM RISER DIAGRAM 0..3M,a....ea..,w... r �� No Scab PM.. 014020 - .Wow Mi. TIL te ,r MS S. FIRE ALARM S RISER DIAGRAM E • E-200 0 • 50.143.GAA1a room 3114 1111111 QFRamq•1]a4Mica as1A33341 443.0 nW 1012.. 011/ L UM NM,N19w 101214E O LR ENGINEERING im 0 r e-1-- 0 FOR ARCHITECTURE _ CD • nn s�Ini i Dior. ' A lem1,FL 33120 IL P ..0. o.0 _� 4 PF�iv5J03G�8.6fie5J [0 Fn0033015 II 1 II II O v4Mrw nChvr<uwayL. 0012., 143. LULL MEMO-IIE I,PJ.OIIIGMFIPE�+AIEOGYPSwwxLLBpWO4n,9YVN1I5'B•mY 51wLeECONSrFpCiED 0 IML45.5FYLLr-TRI.zJ,01141109FW � EMTEDGAMAIWNlB0I1051w WALLASYl0.r5W11eE O OA55 F 112 MIEHINL5N2301.LLAMA 0750142021 TM 609MOML 04210'0121212SEWF.9YwL 0221µ114041 COMMOCinIO1161.10N1.9 Nn WM LIM.275014302111 IMMOLIALlLID MUM,5EAE5 OESpS LY RE I.2.ME RESISTANCE 02120704. SECIgnM WALL OIL PAR11710x CFSGMS N NELL ME RFSerMOE DLECIOPY. 0 CABLES.44124.0421CCM MI.OF GB1E5CENIEREDNOPCWA Cuf0115PIMP501.1 Y11 DNDIA' Y CO001-IOM 004011 SwL1ER5IBELEIFCMON 4EFALL,CIUMG.A tlMUF ONE COMMIS SIproR1E00•B011150E2 OF WNL ASYY3LY..CWWw10NOF TIE FOLIO.°IYPFSAM SPE50CGPER CONDUCTOR I. Doom.4.a2.0wm.wrommd.44(1.lsopq 0 20010 BE MOLT TSUPEVR0EO0n20 50EOW11LMULLED A5SEM121. IFA0F5tIOGN1Vx1pM GBLE9wYBE W.MMasa9m ao01cumer9Ma1 ELMIMM1 USFR .1.3010144 VP.44m,Y FILL MO m GMT MM.,LAMM MM.1109.240 ME LLCOSSIFIGIOM 214100 NOSV KCw SWGIECO•MIoiOPFOYERGB£S;CROSSLuixEO POYEMYLEIEIYLPEIOP Ma mamNWm m,O�Ia146.111aa W� - 0 IBINLE010 COMPLETELY FM AamMYACE BEIM rvPPF OR COMM AOGYPSw WALLSO N' VOLTAM/C1aOF®EIPrL1N5DAI0.5, F.43vroeopme.lomnahm,P..Sv muuw P.eS).amNa µ0421210A WIVCDWB0L0CNAl112120 402220004aM 01IDun AIIMFGNFSSFROtl IME wr iiC10.12 AM;GBLES:PY0 IIeIMpI0xA011AC.ET. .u.ul.nrsrAUSosrLNEiweAUYOneOmsm yfp1Op)ftGoo 114 mEeumOFMIwGO: Lw0P0.]ONv414InIethDn0RPOILRNO CONTROL CALMS:31K ORw2PFUAI1pLNrc OR MC 1.04£2 W ametdp toosOmm41.410ra.aynvo.avlman4nd 112 FMEV.5451M 15 DEPFHE5i7 DUX 211E MOFEY CRF M1N00F ME WNL ASVEi®Lrw5YN01n 21x121.31.2IVTi.1 MmMONCABLES,MCMULAi1W2.•OYLXE2 0 da ^m dsem4u-urine ISP6iNLFCASMIXYR W t1E FOLLOW.MILE ME IOM.PAVE OF ITEFMSTOP YM. 120GWERGOPm 082:RC4Nv16ELNro AMT. Q dm Mia m .2 aL m.1msM.0 2c2F0h 1PO4ME1ME 0L5t84F7M00.122001MMO aY FIRE M1EC OFMEMIL D MM.. ara m.W14Wm.Y.dqual r wmPGrt6p51N1£O,AS LAMMED BELOt a La meewm .P.-1m�,.mo,ILT. 10 FUYwoxuvmwr012OOPusmvFS11lIt1 EuaAcss 01o0NwNc«DI 21•11 hOdT 00518 ¢ ImFRL MM.FACE00002.50E4MRNL9U0tliosn 2ur1 N110MT4M 42112 LO01004nRP0 Yw WVImaY.m4..nrelO.lommb ,A AMI NM.CABLE MILLE VOL SIDE ORIVAMS&L BUM.IIMP STRIP 10102 RIP 111 BOUM Ur m 0Bm4.rmhm m.mr.Maeedmm.Wurt ME 1121 µ101M SPACE 210220112. IWan. YA1n51EFLwOEtEN00AmuM5PA0EMPROx L7N'SUGI7MIAPPRGYM OF 11EwI4PSIPM Z §� NUM 111. PROt802571104422121'dLLSIMFACEONEA[x5DE011EAS5E10LLY. N w-EnaMmL a Mm,-auls-tllmamYl12•214 Y Svlolmamti�WY.nrnly Pam.mWaNa4nmY. 210 MS 100.3 097Cl)i VOID ORGAN w7E..CHAR OR PURL BFMm011+E 44 tlµSP1G1104wRMrG-1211121.011 ¢ 141 maw Mal Aomaapebw,ulaz 1 1.0OP J IMI [MIWUWSEFM OFCALLKOR00 202IE010 DIE WPM 0202 00 MERE.MD0EIEEkPosEOEDGE OF ME "llll a.Amu lB-b�.mds�am AOewdvawulvpm:ml . VOA. MMS1PiPµPROx 21.211044 INE Will SURFACE ON EPLHSIOEG 2217114412µSEMBLY.CADRORPutivro BE FORCED • a W 341.1.14M441440.21 m.10441.011.0 Y bra • 12 vI 0410126 C FIEW1Ex510E5 OF INF 018E BIWxE30 2mEwo%o000.F05501E wINURIrM 2 4.14073•43.4.4112,4443•41444.4.411444J1022 OLT NOYFNESOF 2N7411µsiRPm EACH suEOMEwALLA55ELIBLr. U IL n L InmmMermm-momi. .m ILIML0100aIroMa CONDUIT PENETRATION OF FIRE WALLA 02 CABLE PENETRATION OF FIRE WALL w Mummer,le Mo stud lY.CAm 0030,0m.vx 03 m earav4mi,.w.wn�ilm.,,am-.dma ,�p= No Style 3 emm°`maw,mm.mA.mmPrdEmp,m.a2NP.0a4mmml Q .Lama mLam.14a smmmmmha,....OF0 .611.5.l,..m..w44mema4 oh.. aMpmoa-.m _ unl Av.nom..(o 1v1v)v0N1r 10 0.0:00v voNty • 02dd 1‘a2200 2.2maA 1e.1444.14004.. 1.e.u2 Wm F.• mYg1144, .043.0100W11ha.MI MWuax . moms••inn B'dtlmwb)..p4•ww+a)m.mi¢ 0 No...0.1.1.00mvevolea.memm4Pw.M4WRF4, P.NaOma.m14.042104 Lm F4Yen4nhpav0o 0.4 as a pm..us001.4mavldvl 60 a1004P • uelso al Warn ton woos 09.1 a OoA.2 M..m®aM 244001041lY.1301u1 M..a410m44 IL OIL m1110122.0t-00k-opal113 0E2 matrap. len 4003,01344.03/.14 4111026410.64416 2Mrsa b I.WdL1vm.ka irmmMoI W.Wnm.lmhh• 4NMmeaNao.tams.Dv Ono ocronpxmvde .0000 hmoh VV.v20, 4J a 41.101.12.11 f¢mal 10401.ryda4p 4RA 14 1041211.0 crud d 4ormael.4,0.S1.4000.111y.abmh w Ou. mww. 44. A1v4Vo841 Om..000 ac�rm dm pueva.o vwn44aL9am aY. 411.214 rmi¢10 Pima 1 909.6.2 ,ugh. 2113 702 6 1-32 03 a 11 toe 51.11 0.12 p ma t aec 1.2.2 sty 4-10 5¢a Ise 161 3.1 Wnua umG0124.Pt. I0 1LYP11m14mm0o2uv14l0¢rma2M4WsPa fbtlo'Funsv 24121541 01 mt-H14444doaaSaualraMre,mOrn 4410 m OM AM Eamaa1ua4.202a 0102112220126621&4O.61042.11412.404.W m Mama 7442 vl.444664044.4.E40•. '4 42 v.0d0.1.1.0 wmm WALLIFLR-CONC-PIPE-2,3,4 HOUR 01. ""° No Scale Inas m.. e1eDZ0 0,444104 TLC Mom 24• TLC e Ix MS oFIRE ALARM DETAILS i E-300 e FIRE STATION # 2 (60077), , ea City of Miami Beach . Fire Station #2 Fire Alarm System Replacement Specifications April 4, 2018 ENGINEERING FOR ARCHITECTURE 5757 Blue Lagoon Dr. Maimi, FL 33126 • CITY OF MIAMI BEACH Fire Station#2 5303 Collins Ave. Miami Beach, FL 33139 TABLE OF CONTENTS 1 260010 Basic Electrical Requirements 2 260533 Raceways and Boxes for Electrical Systems 3 264313 Transient-Voltage Suppression for Low-Voltage Electrical Circuits 4 283100-1 Fire Detection and Alarm System. End of Table of Contents. Project No. 618017 Table of Content Fire Alarm System Specifications CITY OF MIAMI BEACH Fire Station#2 2300 Pinetree Drive. Miami Beach, FL 33139 SECTION 260010—BASIC ELECTRICAL REQUIREMENTS PART 1 - GENERAL 1.01 GENERAL A. Basic Requirements:The Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification sections, apply to work of this section. B. General Provisions: Provide all labor, materials,equipment, and incidentals required to make ready for use complete electrical systems as specified herein and shown on,the drawings. C. Provide and Install:The word"provide"where used on the Drawings or in the Specifications shall mean "furnish, install, mount,connect,test, complete,and make ready for operation". The word "install"where used on the Drawings or in the Specifications shall mean "mount, connect,test, complete, and make ready for operation". Perform work required by,and in accordance with, r the Contract Documents. D. Installation: Provide and place in satisfactory condition, ready for proper operation, raceways, wires, cables, and other material needed for all complete electrical systems required by the Contract Documents. Additional raceways and wiring shall be provided.to.complete the installation of the specific equipment provided. Include auxiliaries and accessories for complete and properly operating systems. Provide electrical systems and accessories to comply with the NEC,state and local codes and ordinances. It is the intent of these Specifications that the electrical systems be suitable in every way for the use intended. Material and work which is incidental to the work of this Contract shall be provided at no additional cost to the Contract. 1.02 SCOPE OF WORK A. General: Provide labor, materials, permits, inspections and re-inspection fees,tools, equipment, transportation, insurance,temporary protection,temporary power and lighting,supervision and incidental items essential for proper installation and operation of the Electrical systems indicated in the Contract Documents. Provide materials not specifically mentioned or indicated but which are usually provided or are essential for proper installation and operation of the Electrical systems indicated in the contract documents. B. Notices:Give notices,file Plans,pay fees, and obtain permits and approvals from authorities having jurisdiction. Include all fees in the Bid Price. 1.03 INTERPRETATION OF DRAWINGS Project No. 618024 SECTION 260010 BASIC ELECTRICAL REQUIREMENTS CITY OF MIAMI BEACH Fire Station#2 2300 Pinetree Drive. Miami Beach, FL 33139 -A. General:The Drawings are diagrammatic and are not intended to show exact locations of raceway runs,outlet boxes,junction boxes,pull boxes,etc. The locations of equipment, appliances,fixtures, raceways,outlets, boxes and similar devices shown on the drawings are approximate only. Exact locations shall be determined and coordinated in the field. The right is reserved to change,without additional cost,the location of any outlet within the same room or general area before it is permanently installed. Obtain all information relevant to the placing of electrical work and in case of interference with other work, proceed as directed by the Engineer. B. Discrepancies: Notify the Engineer of any discrepancies found during construction of the project. The Engineer will provide written instructions as to how to proceed with that portion of work. If a conflict exists between the Contract Documents and an applicable code or standard,the most stringent requirement shall apply. C. Wiring: Fire alarm wiring shall be run in a separate Raceway. Unless otherwise accepted by the Engineer, Raceway shall not be installed exposed. All necessary fittings,supports, and boxes shall be provided for a complete raceway installation. D. Layout: Circuit layouts are not intended to show the number of fittings,or other installation details. Connections to equipment shall be made as required, and in accordance with the ' accepted shop and manufacturer's setting drawings. E. Coordination:Coordinate final equipment locations with drawings or other disciplines. Layout before installation so.that all trades may install equipment in available space. Provide coordination as required for installation in a neat and workmanlike manner. 1.04 EQUIPMENT SIZE AND HANDLING A. Coordination: Investigate each space in the structure through which equipment must pass to reach itsfinal location. If necessary,ship the equipment in sections of specific sizes to permit the passing through the necessary areas within the structure. B. Handling: Equipment shall be kept upright at all times. When equipment has to be tilted for ease of passage through restricted areas during transportation,the manufacturer shall be required to brace the equipment suitably,to insure that the tilting does not impair the functional integrity of the equipment. 1.05 RECORD DRAWINGS A. Production:The Contractor shall provide two(3)sets of black or blue line on white drawings to maintain and submit record "As-Built Documents". Label each sheet of the Record Document set with "Project Record Documents"with company name of the installing contractor in stamped or printed letters. One set shall be maintained at the site and at all times be accurate, clear, and complete. These drawings shall be available at all times to the Engineer's field representatives. Project No. 618024 SECTION 260010 BASIC ELECTRICAL REQUIREMENTS } CITY OF MIAMI BEACH Fire Station#2 2300 Pinetree Drive. Miami Beach, FL 33139 B. Recording: Record information concurrent with construction progress. Make entries within 24 hours upon receipt of information. The"As-Built" drawings shall accurately reflect installed electrical work specified or shown on the Contract Documents. C. Completion:At the completion of the Work,transfer changes with a colored pencil onto the second set and submit to the Engineer. The"As-Built" drawings shall be made available to the Engineer to make the substantial completion punch list. D. .Final: Upon Contractor's completion of the Engineer's final punch list,transfer all"As-Built" conditions and all requirements by the,Engineer to a reproducible set of drawings and CAD files. Submit drawings and CAD disks for review and acceptance. The Contractor shall provide updated disks which include final As-Built conditions. 1.06 CODES, FEES,AND STANDARDS A. Application:The codes,standards and practices listed herein generally apply to the entire project and specification sections. Other codes, standards or practices that are more specific will be referenced within a particular specification. B. Requirements:All materials and types of construction covered in the specifications will be required to meet or exceed applicable standards of manufacturer,testing, performance, and installation according to therequirements of UL,ANSI, NEMA, IEEE,and NEC referenced documents where indicated and the manufacturer's recommended practices. Requirements indicated on`the contract documents that exceed but are not contrary to governing codes shall be followed. C. Compliance and Certification:The installation shall comply with the governing state and local codes or ordinances. The completed electrical installation shall be inspected and certified by applicable agencies that it is in compliance with codes. D. Applicability:The codes and standards and practices listed herein, and their respective dates are furnished as the minimum latest requirements. 1. State of Florida. 2. Miami-Dade County. 3. City of Miami Beach. E. State Code: Florida Administrative Code F. Building Code: Florida Building Code (2017 w/addendums). 1. Code of Miami-Dade County(Chapter 8) Project No. 618024 SECTION 260010 BASIC ELECTRICAL REQUIREMENTS CITY OF MIAMI BEACH Fire Station 14.2- 2300 Pinetree Drive. Miami Beach, FL 33139 G. Labels: Materials and equipment shall benew and free of defects, and shall be U.L. listed, bear the U.L. label or be labeled or listed with an approved, nationally recognized Electrical Testing Agency. Where no labeling or listing service is available or desired for certain types of equipment,test data shall be submitted to validate that equipment meets or exceeds available standards. H. NFPA: National Fire Protection Association (NFPA)Standards NFPA-70 National Electrical Code NFPA-72 National Fire Alarm Code 1.07 INVESTIGATION OF SITE A. General: Before commencing work,verify existing conditions at the premises including, but not limited to, existing structural frame, existing openings;existing wall and partition locations, existing mechanical and electrical work, equipment type, and examine adjoining work on which work is in anyway dependent. B. Responsibility: No waiver of responsibility for defective and inadequate work or additional cost as a result of existing conditions which should have been verified shall be considered unless notice of same has been filed by the Contractor and agreed to in writing by the Engineer before the bid date. C. Special Considerations:Special attention is called to the fact that there will be piping,fixtures or other items in the existing building which must be removed or relocated in order to perform the alteration work. Include removal and relocation required for completion of the alterations and the new construction. All existing wiring that is to remain in renovated areas shall be made code compliant.'` D. Power Outage:Special attention is called to the fact that work involved is in connection with existing buildings which shall remain in operation while work is being performed. Work must be done in accordance with the priority schedule. Schedule work for a minimum outage to Owner. Request written permission and-receive written acceptance from the Owner no later than 72 hours in advance of power and communication shut-downs. Perform work required at other than standard working hours where outages cannot be accepted by Owner during regular working hours. Protect existing buildings and equipment during construction. 1.08 SUPERVISION OF THE WORK Project No. 618024 SECTION 260010 BASIC ELECTRICAL REQUIREMENTS CITY OF MIAMI BEACH Fire Station#2 2300 Pinetree Drive. Miami Beach, FL 33139 A. Supervision: Provide one field superintendent who has had a minimum of four(4)years previous successful experience on projects of comparable sizes,type and complexity. The Superintendent shall be present at all times when work is being performed. At least one member of the Electrical Contracting Firm shall,hold a State Master Certificate of Competency. 1.09 COORDINATION A. General: Compare drawings and specifications with those of other trades and report any discrepancies between them to the Engineer. Obtain from the Engineer written instructions to make the necessary changes in any of the affected work. Work shall be installed in cooperation with other Trades installing interrelated work. Before installation,Trades shall make proper provisions to avoid interferences in a manner approved by the Engineer. B. Obtain set of Contract Documents from Owner's Authorized Representative or Contractor for all areas of work noted above and include all electrical work in bid whether included in Division 26 and 28 Contract Documents or not. C. Secure approved shop drawings from all required disciplines and verify final electrical characteristics before roughing power feeds to any equipment. When electrical data on approved shop drawings differs from that shown or called for in Construction Documents, make adjustments to the wiring, disconnects, and branch circuit protection to match that required for the equipment installed. i D. Damage from interference caused by inadequate coordination shall be corrected at no additional cost to the Owner. E. Adjustments: Locations of raceway and equipment shall be adjusted to accommodate the work with interferences anticipated and encountered. Determine the exact routing and location of systems prior to fabrication or installation. F. Modifications:Offsets and changes of direction in raceway systems shall be made to maintain proper headroom and pitch of sloping lines whether or not indicated on the drawings. Provide elbows, boxes,etc., as required to allow offsets and changes to suit job conditions. G. Replacement:Work shall be installed in'a way to permit removal (without damage to other parts) of other system components provided under this Contract requiring periodic replacement or maintenance. Raceway shall be arranged in a manner to clear the openings of swinging overhead access doors as well as ceiling tiles. H. Layout:The Contract Drawings are diagrammatic only intending to show general runs and locations of raceway and equipment,and not necessarily showing required offsets, details and accessories and equipment to be connected. Work shall be accurately laid out with other Trades to avoid conflicts,and to obtain a neat and workmanlike installation,which will afford maximum accessibility for operation, maintenance and headroom. Project No. 618024 SECTION 260010 BASIC ELECTRICAL REQUIREMENTS CITY OF MIAMII,BEACH Fire Station#2 2300 Pinetree Drive. Miami Beach, FL 33139 I. Drawing Conflicts: Where drawing details, plans or specification requirements are in conflict and where sizes of the same item run are shown to be different within the contract documents,the most stringent requirement shall be included in the Contract. Systems and equipment called for in the specification or as shown on the drawings shall be provided as if it was required by both the drawings and specifications. Prior to ordering or installation of any portion of work,which appears to be in conflict,such work shall be brought to Engineer's attention for direction as to what is to be,provided. J. It is the responsibility of this Contractor to coordinate the exact required location of fire alarm devices and panels with Owner's Authorized Representative and Designer(and receive their approval) prior to rough-in. Locations indicated in Contract Documents are only approximate locations. K. Working Clearances: Minimum working clearances about electrical equipment shall be as referenced in the applicable edition NEC Article 110, and shall include equipment installed in ceiling spaces. 1.10 DEMOLITION A. General: Relocate existing equipment and reroute existing raceways in areas being renovated as required to facilitate the installation of the new systems..The.Owner shall require continuous operation of the existing systems,while demolition, relocation work or new tie-ins are performed. B. Coordination: Prior to any deactivation, relocation or demolition work, arrange a conference with the Engineer and the Owner's representative in the field to inspect each of the items to be deactivated, removed or relocated. Care shall be taken to protect equipment designated as being relocated and reused or equipment remaining in operation and integrated with the new systems. C. Provisions: Deactivation, relocation, and temporary tie-ins shall be provided by the Contractor. Demolition, removal and the legal disposal of demolished materials shall be provided by the Contractor. D. Phasing:The Contractor shall perform work in phases. Phases shall be determined by the Contractor according to his capabilities,shall be indicated in the fire alarm shop drawings,and approved by AHJ,Owner and Engineer. E. Substitutions: Alternate manufacturers listed will be considered under the following conditions: 1. Written approval of the Owner to consider alternate manufacturer. Project No. 618024 SECTION 260010 BASIC ELECTRICAL REQUIREMENTS CITY OF MIAMI BEACH Fire Station#2 2300 Pinetree Drive. Miami Beach, FL 33139 2. Ability of alternate manufacturer to meet the requirements of the Construction Documents. 3. Alternate equipment manufacturer shall an "open" not a "proprietary fire alarm system" 4. Alternate equipment selection shall provide shop drawings signed and sealed by a Florida Licensed Professional Engineer indicating full compliance with the original TLC design and scope of work. PART 2 - PRODUCTS 2.01 MATERIALS A. Specified Method:Where several brand names, make or manufacturers are listed as acceptable each shall be regarded as equally acceptable, based on the design selection but each must meet all specification requirements. Where a manufacturer's model number is listed,this model shall set the standard of quality and performance required. Where no brand name is specified,the source and quality shall be subject to Engineer's review and acceptance. Where manufacturers are listed, one of the listed manufacturers shall be submitted for acceptance. No substitutions are permitted. B. Certification:When a product is specified to be in accordance with a trade association or government standard requested by the Engineer, Contractor shall provide a certificate that the product complies with the referenced standard. Upon request of Engineer,Contractor shall submit supporting test data to substantiate compliance. C. Basis of Bid: Each bidder represents that his bid is basedupon the manufacturer's, materials,and equipment described in the Contract Documents( D. Space Requirements: Equipment or optional equipment shall conform to established space requirements within the project. Equipment which does not meet space requirements,shall be replaced at no additional expense to the Contract. Modifications of related systems shall be made at no additional expense to the Contract. Submit modifications to the Engineer for acceptance. 2.02 . SHOP DRAWINGS A. General:Shop drawings shall be submitted for the fire alarm system as specified in NFPA 72. Submittals section shall include individual specification of every device. One copy shall be submitted to the Engineer.Shop drawings shall be approved by AHJ. B. Responsibility: It is the Contractors responsibility to provide material in accordance with the plans and specifications. Material not provided in accordance with the plans and specifications shall be removed and replaced at the Contractors expense. Project,No. 618024 SECTION 260010 BASIC ELECTRICAL REQUIREMENTS CITY OF MIAMI BEACH Fire Station#2 2300 Pinetree Drive. Miami Beach, FL 33139 C. Official Record:The shop drawing submittal shall become the official record of the materials to be installed. If materials are installed which do not correspond to the record submittal they shall be removed from the project without any additional cost or delays in construction completion. D. Information:The shop drawing record submittal shall include the following information to the extent applicable to the particular item; 1. Manufacturer's name and product designation or catalog number. 2. Standards or specifications of ANSI,ASTM, ICEA, IEEE, ISA, NEMA, NFPA;OSHA, UL,or other organizations, including the type,size, or other designation. 3. Dimensioned plan,sections, and elevations showing means for mounting, raceway connections, and grounding, and showing layout of components. 4. Materials and finish specifications, including paints. 5. List of components including manufacturer's names and catalog numbers. 6. Internal wiring diagram indicating connections to components and the terminals for external connections. 7. Manufacturer's instructions and recommendations for installation, operation, and maintenance. 8. Manufacturer's recommended list of spare parts. E. Preparation: Prior to submittal,shop drawings shall be checked for accuracy and contract requirements. Shop drawings shall bear the date checked and shall be accompanied by.a statement that the shop drawings have been examined for conformity to Specifications and Drawings. This statement shall also list discrepancies with the Specifications and Drawings. Shop drawings not so checked and noted shall be returned to Contractor unreviewed. F. Basis of Review:Approval is only for general conformance with the design concept of the project and general compliance with the information-given in the contract documents. Contractor is responsible for quantities, dimensions,fabrication processes, and construction techniques. G. Responsibility:The responsibility that dimensions are confirmed and correlated with proper coordination of other trades shall be included as part of the Contract Documents. The responsibility and the necessity of providing materials and workmanship required by the Specifications and Drawings which may not be indicated on the shop drawings shall be included as part of the Contract Documents. The Contractor is responsible for any delays in job progress occurring directly or indirectly from late submissions or re-submissions of shop drawings, product data,or samples. H. ,Ordering Equipment: No material shall be ordered or shop work started until the Engineer has officially received the shop drawings record submittal and has formally released the Contractor for submittal requirements.' Project No. 618024 SECTION 260010 BASIC ELECTRICAL REQUIREMENTS CITY OF MIAMI BEACH Fire Station#2 2300 Pinetree Drive. Miami Beach, FL 33139 I. Brochure Requirements:Submit Technical Information Brochures at the start of construction or no later than 30 days after Award of the Contract. Each brochure shall consist of an adequately sized, hardcover, 3-ring binder for 8-1/2"X 11"sheets. Provide correct designation on outside cover and on end of brochure. When one binder is not enough to adequately catalog all data,an additional binder shall be submitted. J. Contractor's Review: Review the brochures before submitting to the Engineer. No request for payment shall be considered until the brochure has been reviewed,stamped and submitted for review. K. Title Drawings:Title drawings to include identification of project and names of Engineer, Contractors, and/or supplier,data, number sequentially and indicate in general; 1. Fabrication and Erection dimensions. 2. Arrangements and sectional views. 3. Necessary details, including complete information for making connections with other work. 4. Kinds of materials and finishes. 5. Descriptive names of equipment. 6. Modifications and options to standard equipment required by the contract. 7. Leave blank area,size approximately 4 by 2-1/2 inches, near title block(for Engineer's stamp imprint). 8. In order to facilitate review of shop drawings,they shall be noted, indicating by cross- reference the contract drawings, notes, and specification paragraph numbers where items occur in the contract documents. 9. See specific sections of specifications for further requirements. L. Technical Data:Submit technical data verifying that the item submitted complies with the requirements of the specifications. Technical data shall include manufacturer's name and model number,dimensions, weights, electrical characteristics, and clearances required. Indicate optional equipment and changes from the standard item as called for in the specifications. Provide drawings, or diagrams,dimensioned and in correct scale,covering equipment,showing arrangement of components and overall coordination. M. Same Manufacturer: In general, control panels, booster panels, initiation devices and notification devices,etec. shall be supplied and manufactured by the same manufacturer. 2.03 EQUIPMENT, MATERIALS,AND SUPPORTS A. General: Each item of equipment or material shall be manufactured by a company regularly engaged in the manufacturer of the type and size of equipment,shall be suitable for the environment in which it is to be installed,shall be approved for its purpose, environment, and application, and shall bear the UL label. Project No. 618024 SECTION 260010 BASIC ELECTRICAL REQUIREMENTS i CITY OF MIAMI BEACH Fire Station#2 2300 Pinetree Drive. Miami Beach, FL 33139 B. Installation Requirements: Each item of equipment or material shall be installed in accordance with instructions and recommendations of the manufacturer, however,the methods shall not be less stringent than specified herein. C. Required Accessories: Provide all devices and materials,such as expansion bolts,foundation bolts,screws, channels, angles,and other attaching means, required to fasten enclosures, raceways, and other equipment and materials to be mounted on structures which are existing or new. D. Protection: Electrical equipment shall at all times during construction be adequately protected against mechanical injury or damage by the elements. Equipment shall be stored in dry permanent shelters. If apparatus has been damaged,such damage shall be repaired at no additional cost or time extension to the Contract. If apparatus has been subject to possible injury, it shall be thoroughly cleaned,dried out and put through tests as directed by the Manufacturer and Engineer, or shall be replaced, if directed by the Engineer, at no additional cost to the Contract. 2.04 IDENTIFICATION OF EQUIPMENT A. General: Electrical items shall be identified as specified in the Contract Documents. Such identification shall be in addition to the manufacturer's nameplates and shall serve to identify the item's function and the equipment or system,which it serves or controls. Refer to Identification Section of the specifications for additional information. 2.05 SURFACE MOUNTED EQUIPMENT A. General:Surface mounted fixtures,outlets, cabinets, panels, etc.shall have a factory-applied finish or shall be painted as accepted by Engineer. Raceways and fittings, where allowed to be installed surface mounted,shall be painted to match the finish on which it was installed. Paint shall be in accordance with other applicable sections of these specifications. 2.06 CUTTING AND PATCHING A. Core Drilling:The Contractor shall be responsible for core drilling as required for work under this section, but in no case shall the Contractor cut into or weld onto any structural element of the project without the written approval of the Engineer. B. Cutting and Patching:Cutting, rough patching and finish patching shall be provided as specified in the contract documents. Cutting and patching shall be performed in a neat and workmanlike manner. Upon completion,the patched area shall match adjacent surfaces. Project No. 618024 SECTION 260010 BASIC ELECTRICAL REQUIREMENTS CITY OF MIAMI BEACH 'Fire Station#2 2300 Pinetree Drive. Miami Beach, FL 33139 C. Openings and Sleeves: Locate openings required for work performed under this section. Provide sleeves, guards or other accepted methods to allow passage of items installed under this section. D. Roof Penetration: Provide roofer with pitch pans,fittings, etc., required for electrical items which penetrate the roof. Roof penetrations are to be waterproofed in such a manner that roofing guarantees are fully in force. Roof penetrations shall be coordinated with other Trades to ensure that roof warranty is not invalidated. 2.07 SLEEVES AND FORMS FOR OPENINGS A. Sleeves: Provide sleeves for Raceways penetrating floors,walls, partitions, etc. Locate necessary slots for electrical work and form before concrete is poured. Watertight sleeves shall be line seal type WS. Fire rated partition sleeves shall be mild steel. Sleeves shall be Schedule 40 PVC or galvanized rigid steel unless specifically noted otherwise. Size shall be one standard diameter larger than pipe being installed or of a larger diameter to below 1/4" minimum clearance. B. Forms: Provide boxed out forms for Raceway penetrations only where allowed by the Engineer. Fill opening after Raceway installation, with equivalent material. 2.08 OPERATING AND MAINTENANCE INSTRUCTIONS A. General:Thoroughly instruct the Owner's Representative,to the complete satisfaction of the Owner and Engineer, in the proper operation of all systems and equipment provided. The Contractor-shall make all arrangements,via the.Engineer,as to whom the instructions are to be given in the operation of the systems and the period of'time in which they are to be given. The Engineer shall be completely satisfied that the Owner's Representative has been thoroughly and completely instructed in the proper operation of all systems and equipment before final payment is made. If the Engineer determines that complete and thorough instructions have not been given by the Contractor to the Owner's Representative,then the Contractorshall be directed by the Engineer to provide whatever instructions are necessary until the intent of this paragraph of the Specification has been complied with. B. Information Requirements: Information shall indicate possible problems with equipment and suggested corrective action. The manuals shall be indexed for each type of equipment. Each section shall be clearly divided from the other sections. A sub index for each section shall also,be provided. C. Instructions:The instructions shall contain information deemed necessary by the Engineer and include but not limited to the following: 1. Introduction: a. Explanation of Manual and its use. b. Summary description of the Fire Alarm Systems. c. Purpose of systems. Project No. 618024 SECTION 260010 BASIC ELECTRICAL REQUIREMENTS 1 CITY OF MIAMI BEACH Fire Station#2 2300 Pinetree Drive. Miami Beach, FL 33139 2. System: a. Detailed description of all systems. b. Illustrations,schematics, block diagrams, catalog cuts and other exhibits. 3. Operations: a. Complete detailed,step by step,sequential description of all phases of operation for all portions of the systems, including start up,shutdown and balancing. Include posted instruction charts. 4. Maintenance: a. Parts list and part numbers. b. Maintenance and replacement charts and the Manufacturer's recommendations for preventive maintenance. c. Trouble shooting charts for systems and components. d. Instructions for testing each type of part. e. Recommended list of on-hand spare parts. f. Complete calibration instructions for all parts and entire systems. g. General and miscellaneous maintenance notes. 5. Manufacturer's Literature: a. Complete listing for all parts. b. Names, addresses and telephone numbers. ( c. Care and operation. d. All pertinent brochures, illustrations, drawings,cuts, bulletins,technical data, certified performance charts and other literature with the model actually furnished to be clearly and conspicuously identified. e. Internal wiring diagrams and Engineering data sheets for all items and/or equipment furnished under each Contract. f. Guarantee and warranty data. 2.09 EXISTING CONDITIONS A. Support: Existing Raceway and cables within the area of renovation shall be provided with proper supports as specified for new work in other sections of this specification. B. Installation: Existing electrical which is designated for reworking or requires relocation, repair or adjustment shall conform to applicable codes and shall be treated as new work complying to all sections of this specification. C. Violations: Where existing conditions are discovered which are not in compliance with the codes and standards,the Contractor shall submit proper documentation to the Engineer for clarification and corrective work direction. Existing conditions shall not remain which will create a disapproval of the renovated area. Project No. 618024 SECTION 260010 BASIC ELECTRICAL REQUIREMENTS CITY OF MIAMI BEACH • Fire Station#2 - 2300 Pinetree Drive. Miami Beach, FL 33139 D. Patching:Existing Raceway and cable penetrations shall be properly fire treated per code and specification requirements. The Contractor shall thoroughly inspect existing locations and include the cost of patching and repair in his proposed construction cost. PART 3 - EXECUTION 3.01 WORKMANSHIP A. General: The installation of materials and equipment shall be performed in a neat, workmanlike and timely manner by an adequate number of craftsmen knowledgeable of the requirements of the Contract Documents. They shall be skilled in the methods and craftsmanship needed to produce a quality level of workmanship. Personnel who install materials and equipment shall be qualified by training and experience to perform their assigned-tasks. B. Acceptable Workmanship:Acceptable workmanship is characterized by first-quality appearance and function, conforming to applicable standards of building system construction, and exhibiting a high degree of quality and proficiency which is judged by the Engineer as equivalent or better than that ordinarily produced by qualified industry tradesmen. C. Performance: Personnel shall not be used in the performance of the installation of material and equipment who, in the opinion of the Engineer, are deemed to be careless or unqualified to perform the assigned tasks. Material and equipment installations not in compliance with-the Contract Documents, or installed with substandard workmanship and not acceptable to the Engineer,shall be removed and reinstalled by qualified craftsmen, at no change in the contract price. 3.02 PROTECTION AND CLEAN UP A. Protection and Restoration:Suitably protect equipment provided under this Division during construction. Restore damaged surfaces and items to"like new" condition before a request for substantial completion inspection. B. Handling: Materials shall be properly protected and Raceway openings shall be temporarily closed by the Contractor to prevent obstruction and damage. Post notice prohibiting the use of systems provided under this Contract, prior to completion of work and acceptance of systems by the Owner's representative. The Contractor shall take precautions to protect his materials from damage and theft. - C. Safeguards:The Contractor shall furnish, place and maintain proper safety guards for the prevention of accidents that might be caused by the workmanship, materials, equipment or systems provided under this contract. D. Cleanup: Keep the job site free from debris and rubbish. Remove debris and rubbish from the site and leave premises in clean condition on a daily basis. Project No. 618024 SECTION 260010 BASIC ELECTRICAL REQUIREMENTS CITY OF MIAMI BEACH Fire Station#2 2300 Pinetree Drive. Miami Beach, FL 33139 3.03 SYSTEMS GUARANTEE A. General: Provide a one-year guarantee. This guarantee shall,be by the Contractor to the Owner for any defective workmanship or material,which has been provided under this Contract at no cost to the Owner for a period of one year from the date of substantial completion of the System. The guarantee shall include lamps,for ninety days after date of Substantial Completion of the System. Explain the provisions of guarantee to the Owner at the "Demonstration of Completed System". 3.04 FINAL OBSERVATION A. General: Work shall be completed, and forms and other information shall be submitted for acceptance one week prior to the request for final observation of the installation. 3.05 SPECIAL CONSIDERATIONS A. Comply with special requirements imposed at site by Owner. This may include badging of . employees, prohibition of smoking, special working hours, or special working conditions. END OF SECTION Project No. 618024 SECTION 260010 BASIC ELECTRICAL REQUIREMENTS CITY OF MIAMI BEACH Fire Station#2 2300 Pinetree Drive. Miami Beach, FL 33139 SECTION 260533-RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections,apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Metal conduits,tubing, and fittings. 2. Nonmetal conduits,tubing, and fittings. 3. Metal wireways and auxiliary gutters. ' 4. Nonmetal wireways and auxiliary gutters. 5. Surface raceways. 6. Boxes, enclosures, and cabinets. 1.3 ACTION SUBMITTALS A. Product Data: For weatherproof listed devices only,and cabinets. PART 2-PRODUCTS 2.1 METAL CONDUITS,TUBING,AND FITTINGS A. Listing and Labeling: Metal conduits, tubing, and fittings shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. B. GRC: Comply with ANSI C80.1 and UL 6. C. EMT:Comply with ANSI C80.3 and UL 797. D. LFMC: Flexible steel conduit with PVC jacket and complying with UL 360. E. Fittings for Metal Conduit:Comply with NEMA FB 1 and UL 514B. Project No. 618024 SECTION 260534 RACEWAYS&BOXES FOR FAS CITY OF MIAMI BEACH Fire Station#2 2300 Pinetree Drive. Miami Beach, FL 33139 1. Fittings for EMT: a. Material:Steel. b. Type: compression. 2. Expansion Fittings: PVC or steel to match conduit type, complying with UL 651, rated for environmental conditions where installed, and including flexible external bonding jumper. 3. Coating for Fittings for PVC-Coated Conduit: Minimum thickness of 0.040 inch, with overlapping sleeves protecting threaded joints. F. Joint Compound for IMC, GRC, or ARC:Approved, as defined in NFPA 70, by authorities having jurisdiction for use-in conduit assemblies, and compounded for use to lubricate and protect threaded conduit joints from corrosion and to enhance their conductivity. 2.2 NONMETALLIC CONDUITS,TUBING,AND FITTINGS A. Listing and Labeling: Nonmetallic conduits, tubing, and fittings shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. B." ENT: Comply with NEMA TC 13 and UL 1653. C. RNC:Type EPC-40-PVC,complying with NEMA TC 2 and UL 651 unless otherwise indicated. D. LFNC:Comply with UL 1660. E. HDPE:Comply with UL 615A and B F.,,- Fittings for ENT and RNC: Comply with NEMA TC 3; match to conduit or tubing type and material. G. Fittings for LFNC:Comply with UL 514B. H. Solvents and Adhesives:As recommended by conduit manufacturer. 2.3 METAL WIREWAYS AND AUXILIARY GUTTERS A. Description: Sheet metal, complying with UL 870 and NEMA 250, Type 1 or Type 3R unless otherwise indicated, and sized according to NFPA 70. 1. Metal wireways installed outdoors shall be listed and labeled as defined in NFPA 70, by a,qualified testing agency,and marked for intended location and application. 2. .NEMA 250 Type 3R. SECTION 260534 Project No. 618024 RACEWAYS & BOXES FOR FAS CITY OF MIAMI BEACH Fire Station#2 2300 Pinetree Drive. Miami Beach, FL 33139 B. Fittings and Accessories: Include covers, couplings, offsets, elbows, expansion joints, adapters, hold-down straps, end caps, and other fittings to match and mate with wireways as required for complete system. C. Finish:Manufacturer's standard enamel finish. 2.4 BOXES, ENCLOSURES,AND CABINETS A. General Requirements for Boxes, Enclosures, and Cabinets: Boxes, enclosures;and cabinets installed in wet locations shall be listed for use in wet locations. B. Sheet Metal Outlet and Device Boxes:Comply with NEMA OS 1 and UL 514A. C. Cast-Metal Outlet and Device Boxes: Comply with NEMA FB 1, ferrous alloy or aluminum, Type FD,with gasketed cover. D. Nonmetallic Outlet and Device Boxes:Comply with NEMA OS 2 and UL 514C. E. Small Sheet Metal Pull and Junction Boxes: NEMA OS 1. F. Gangable boxes are allowed. G. Cabinets: • 1. NEMA 250, Type 1 or Type 3R galvanized-steel box with removable interior panel and removable front,finished inside and out with'manufacturer's standard enamel. 2. Hinged door in front cover with flush latch and concealed hinge. 3. Key latch td match panelboards. 4. Metal barriers to separate wiring of different systems and voltage. 5. Accessory feet where required for freestanding equipment. • 6. Nonmetallic cabinets shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. PART 3-EXECUTION 3.1 RACEWAY APPLICATION A. Outdoors:Apply raceway products as specified below unless otherwise indicated: 1. Exposed Conduit:GRC 2. Concealed Conduit,Aboveground: GRC or IMC. 3. Underground Conduit: RNC,Type EPC-40-PVC,Type EPC-80-PVC, direct buried HDPE. Project No. 618024 SECTION 260534 RACEWAYS&BOXES FOR FAS CITY OF MIAMI BEACH Fire Station#2 _ 2300 Pinetree Drive. Miami Beach, FL 33139 4. Connection to Vibrating Equipment (Including Electric Solenoid, or Motor-Driven Equipment): LFMC. 5. Boxes and Enclosures,Aboveground: NEMA 250,Type 3R or Type 4. B. Indoors:Apply raceway products as specified below unless otherwise indicated: 1. Exposed no exposed to physical damage EMT. 2. Connection to Vibrating Equipment (Including Electric Solenoid, or Motor-Driven Equipment): FMC,except use LFMC in damp or wet locations. 3. Damp or,Wet Locations:GRC. C. Raceway Fittings:Compatible with raceways and suitable for use and location. D. Do not install aluminum conduits, boxes,or fittings in contact with concrete or earth. E. Install surface raceways only where indicated on Drawings. F. Do not install nonmetallic conduit where ambient temperature exceeds 120 deg F. 3.2 INSTALLATION A. Comply with NECA 1 and NECA 101 for installation requirements except where requirements on Drawings or in this article are stricter. Comply with NFPA 70 limitations for types of raceways,allowed in specific occupancies and number of floors. B. Keep raceways at least 6 inches away from parallel runs of flues and steam or hot-water pipes. Install horizontal raceway runs above water and steam piping. • C. Complete raceway installation before starting conductor installation. D. Comply with requirements in Section 260529 "Hangers and Supports for Electrical Systems"for hangers and supports. E. Arrange stub-ups so curved portions of bends are not visible above finished slab. F. Install no more than the equivalent of three 90-degree bends in any conduit run except for control(wiring conduits, for which fewer bends are allowed. Support within 12 inches of changes in direction. G. Conceal conduit and EMT within finished walls, ceilings, and floors unless otherwise indicated. Install conduits parallel or perpendicular to building lines. H. Support conduit within 12 inches of enclosures to which attached. I. Stub-ups to Above Recessed Ceilings: Project No. 618024 SECTION 260534 RACEWAYS & BOXES FOR FAS CITY OF MIAMI BEACH Fire Station#2 2300 Pinetree Drive. Miami Beach, FL 33139 1. Use EMT, IMC,or RMC for raceways. 2. Use a conduit bushing or insulated fitting to terminate stub-ups not terminated in hubs or in an enclosure. J. Threaded Conduit Joints, Exposed to Wet, Damp, Corrosive, or Outdoor Conditions: Apply listed compound to threads of raceway and fittings before making up joints. Follow compound manufacturer's written instructions. K. Raceway Terminations at Locations Subject to Moisture or Vibration: Use insulating bushings to protect conductors including conductors smaller than No.4 AWG. L. Terminate threaded conduits into threaded hubs or with locknuts on inside and outside of boxes or cabinets.Install bushings on conduits up to 1-1/4-inch trade size and insulated throat metal bushings on 1-1/2-inch trade size and larger conduits terminated with locknuts. Install insulated throat metal grounding bushings on service conduits. M. Install raceways square to the enclosure and terminate at enclosures with locknuts. Install • locknuts hand tight plus 1/4 turn more. N. Do not rely on locknuts to penetrate nonconductive coatings on enclosures. Remove coatings in the locknut.area prior to assembling conduit to enclosure to assure a continuous ground path. O. Cut conduit perpendicular to the length. For conduits 2-inch trade size and larger, use roll cutter or a guide to make cut straight and perpendicular to the length. P. Install pull wires in empty raceways. Use polypropylene or monofilament plastic line with not less than 200-Ib tensile strength. Leave at least 12 inches of slack at each end of pull wire. Cap underground raceways designated as spare above grade alongside raceways in use. Q. Surface Raceways: 1. Install surface raceway with a minimum 2-inch radius control at bend points. 2. Secure surface raceway with screws or other anchor-type devices at intervals not exceeding 48 inches and with no less than two supports per straight raceway section. Support surface raceway according to manufacturer's written instructions. Tape and glue are not acceptable support methods. R. Install raceway sealing fittings at accessible locations according to NFPA 70 and fill them with listed sealing compound. For concealed raceways, install each fitting in a flush steel box with a blank cover plate having a finish similar to that of adjacent plates or surfaces. Install raceway sealing fittings according to NFPA 70. S. Install devices to seal raceway interiors at accessible locations. Locate seals so no fittings or boxes are between the seal and the following changes of environments. Seal the interior of all raceways at the following points: Project No. 618024 SECTION 260534 RACEWAYS& BOXES FOR FAS CITY OF MIAMI BEACH Fire Station#2 2300 Pinetree Drive. Miami Beach;FL 33139 1. Where conduits pass from warm to cold locations, such as boundaries of refrigerated spaces. 2. Where an underground service raceway enters a building or structure. 3. Where otherwise required'by NFPA 70. T. Comply with 'manufacturer's written instructions for solvent welding RNC and fittings. U. Expansion-Joint Fittings: 1. Install in each run of aboveground RNC that islocated where environmental temperature change may exceed 30 deg,,F and that has straight-run length that exceeds 25 feet . Install in each run of aboveground RMC and EMT conduit that is located where environmental temperature change may exceed 100 deg F and that has straight-run length that exceeds 100 feet. 2. Install type and quantity of fittings that accommodate temperature change listed for each of the following locations: a. Outdoor Locations Not Exposed to Direct Sunlight: 125 deg F temperature change. b. Outdoor Locations Exposed to Direct Sunlight: 155 deg F temperature change. c. Indoor Spaces Connected with Outdoors without Physical Separation: 125 deg F temperature change. • 3. Install fitting(s)that provide expansion and contraction for at least 0.00041 inch per foot of length of straight run per deg F of temperature change for PVC conduits. Install fitting(s) that provide expansion and contraction for at least 0.000078 inch per foot of length of straight run per deg F)of temperature change for metal conduits. 4. Install expansion fittings at all locations where conduits cross building or structure expansion joints. 5. Install each expansion-joint fitting with.position, mounting, and piston setting selected according to manufacturer's written instructions for conditions at specific location at time of installation. Install conduit supports to allow for expansion movement. V. Mount boxes at heights indicated on Drawings. If mounting heights of boxes are not, individually indicated,give priority to ADA requirements. Install boxes with height measured to center of box unless otherwise indicated. � W. Recessed Boxes in Masonry Walls: Saw-cut opening for box in center of cell of masonry block, and install box flush with surface of wall. Prepare block surfaces to provide a flat surface for a raintight connection between box and cover plate or supported equipment and box. X. Horizontally separate boxes mounted on opposite sides of walls so they are not in the same vertical channel. Y. Locate boxes so that cover or plate will not span different building finishes. Project No. 618024 SECTION 260534 RACEWAYS& BOXES FOR FAS CITY OF MIAMI BEACH Fire Station#2 2300 Pinetree Drive. Miami Beach, FL 33139 Z. Support boxes of three gangs or more from more than one side by spanning two framing members or mounting on brackets specifically designed for the purpose. AA. Fasten junction and pull boxes to or support from building structure. Do not support boxes by conduits. BB. Set metal floor boxes level and flush with finished floor surface. CC. Set nonmetallic floor boxes level.Trim after installation to fit flush with finished floor surface. 3.3 SLEEVE AND SLEEVE-SEAL INSTALLATION FOR ELECTRICAL PENETRATIONS A. Install sleeves and sleeve seals at penetrations of exterior floor and wall assemblies. Comply with requirements in Section 260544 "Sleeves and Sleeve Seals for Electrical Raceways and Cabling." 3.4 FIRESTOPPING A. Install firestopping at penetrations. of fire-rated floor and wall assemblies. Comply with requirements in Section 078413 "Penetration Firestopping." 3.5 PROTECTION A. Protect coatings,finishes, and cabinets from damage and deterioration. 1. Repair damage to galvanized finishes with zinc-rich paint recommended .by manufacturer. 2. - Repair damage to PVC coatings or paint finishes with matching touchup coating recommended by manufacturer. END OF SECTION 260533 Project No. 618024 SECTION 260534 RACEWAYS & BOXES FOR FAS CITY OF MIAMI BEACH Fire Station#2 2300 Pinetree Drive. Miami Beach, FL 33139 SECTION 264313 - TRANSIENT-VOLTAGE SUPPRESSION FOR LOW-VOLTAGE ELECTRICAL POWER CIRCUITS PART1-GENERAL 1.1 SUMMARY A. Section includes field-mounted TVSS for low-voltage (120 to 600 V) control and signaling equipment and systems. 1.2 ACTION SUBMITTALS A. Product Data: For each type of product indicated. Include rated capacities, operating weights, electrical characteristics,furnished specialties,and accessories. 1.3 INFORMATIONAL SUBMITTALS A. Field quality-control reports. B. Warranties: Sample of special warranties. 1.4 CLOSEOUT SUBMITTALS A. Operation and maintenance data. 1.5 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a testing agency,and marked for intended location and application. B. Comply with IEEE C62.41.2 and test devices according to IEEE C62.45. C. Comply with NEMA LS 1. D. Comply with UL 1283 and UL 1449. E. Comply with NFPA 70. Project No. 618024 SECTION 264313 TRASIENT-VOLTAGE SUPPRESSION FOR LOW VOLTAGE ELECTRICAL SYSTEMS CITY OF MIAMI BEACH Fire Station#2 2300 Pinetree Drive. Miami Beach, FL 33139 1.6 WARRANTY - A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of surge suppressors that fail in materials or workmanship within specified warranty period. 1. Warranty Period: Two years from date of Substantial Completion. PART 2-PRODUCTS 2.1 SERVICE ENTRANCE SUPPRESSORS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following available manufacturers offering products that may be incorporated into the Work include, but are not limited to,the following: B. Basis-of-Design Product: Subject to compliance with requirements, provide product indicated on Drawings or comparable product by one of the following: 1. Advanced Protection Technologies Inc. (APT). 2. Atlantic Scientific. 3. Eaton Electrical Inc.;Cutler-Hammer Business Unit. 4. DITEK Surge Protection. 5. Intermatic, Inc. 6. _Northern Technologies, Inc.; a division of Emerson Network Power. 7. Siemens Energy&Automation, Inc. C. Surge Protection Devices: 1. Non-modular. 2. LED indicator lights for power and protection status. 3. Comply with UL 1449. 4. Rated at 20-kA interrupting capacity. 5. Fabrication using bolted compression lugs for internal wiring. 6. Redundant suppression circuits. 7. Arrangement with copper bus bars and for bolted connections to phase buses, neutral bus, and ground bus. 8. Arrangement with wire connections to phase buses, neutral bus, and ground bus. 9. LED indicator lights for power and protection status. D. Peak Single-Impulse Surge Current Rating: 20 kA per phase. E. Minimum single impulse current ratings, using 8-by-20-mic.sec waveform described in IEEE C62.41.2 Project No. 618024 SECTION 264313 TRASIENT-VOLTAGE SUPPRESSION FOR LOW VOLTAGE ELECTRICAL SYSTEMS CITY OF MIAMI BEACH Fire Station#2 2300Pinetree Drive. Miami Beach, FL 33139 1. Line to Ground: 10,000 A. 2. Neutral to Ground: 6,000 A. F. Protection modes and UL 497B SVR for balanced circuits with max 70V circuits shall be as follows: 1. Line to Line: <70 V. G. Minimum single impulse current ratings, using 8-by-20-mic.sec waveform described in IEEE C62.41.2: 1. Line to Line: 20,000 A. 2. Line to Ground: 10,000 A. 2.2 ENCLOSURES A. ' Indoor Enclosures: NEMA 250 Type 1. B. Outdoor Enclosures: NEMA 250 Type 3R. PART 3-EXECUTION 3.1 INSTALLATION A. Install TVSS devices at every pair of conductors going out of the building, with ground lead bonded to ground system. 3.2 FIELD QUALITY CONTROL A.' Perform tests and inspections. 1. Manufacturer's Field Service: Engage a factory-authorized service representative to inspect components, assemblies, and equipment installations, including connections, and to assist in testing. B. Tests and Inspections: 1. Perform each visual and mechanical inspection and electrical test stated in NETA ATS, "Surge Arresters, Low-Voltage Surge Protection Devices" Section. Certify compliance with test parameters. 2. After installing TVSS devices but before electrical circuitry has been energized, test for compliance with requirements. 3. Coniplete startup checks according to manufacturer's written instructions. Project No. 618024 SECTION 264313 TRASIENT-VOLTAGE SUPPRESSION FOR LOW VOLTAGE ELECTRICAL SYSTEMS CITY OF MIAMI BEACH Fire Station#2 2300 Pinetree Drive. Miami Beach, FL 33139 C. TVSS device will be considered defective if it does not pass tests and inspections. D. Prepare test and inspection reports. 3.3 STARTUP SERVICE A. Do not energize or connect the fire alarm system to. their sources until TVSS devices are installed and connected. B. Do not perform insulation resistance tests of the distribution wiring equipment with the TVSS installed. Disconnect before conducting insulation resistance tests, and reconnect immediately after the testing is over. 3.4 DEMONSTRATION A. Owner's maintenance personnel to maintain TVSS devices. END OF SECTION 264313 Project No. 618024 SECTION 264313 TRASIENT-VOLTAGE SUPPRESSION FOR LOW VOLTAGE ELECTRICAL SYSTEMS CITY OF MIAMI BEACH Fire Station#3 2300 Pinetree Drive. Miami Beach, FL 33139 SECTION 283100-1 FIRE DETECTION AND ALARM SYSTEM PART 1 GENERAL 1.1 SUMMARY A. Section Includes: Complete, operable, tested and certified, addressable, electrically supervised fire detection alarm system including necessary controls and accessories. B. Related Sections: 1. 260001—Basic Electrical Requirements. 2. 260533-Raceways and Boxes for Electrical Systems. 3. 16131-Outlet, Pull,and Junction Boxes. 4. 16721—Transient Voltage Surge Suppression. 1.2 REFERENCES A. Florida Building Code(FBC). B. Department of Insurance, Division of State Fire Marshall (SFM), Uniform Fire Safety Rules and Standards, Chapter 4A-48, Fire Alarm Systems, latest edition. C. National Fire Protection Association,,Inc. (NFPA): 1. NFPA 70 National Electrical Code(NEC). 2. NFPA 72 National Fire Alarm and Signaling Code. 3. NFPA 90A Standards for the Installation of Air-conditioning and Ventilating Systems. 4. NFPA 92 Standards for Smoke Control Systems. 5. NFPA 101 Life Safety Code. D. American National Standard Institute, Inc. (ANSI).: A117.1 Building and Facilities — Providing Accessibility and Usability for Physically Handicapped People, as reference in FBC - ADAAG, Americans with Disabilities Act Accessibility Guidelines E. Underwriters Laboratories (UL) latest edition, or other Nationally Recognized Testing Laboratory(NRTL) approved by OSHA. 1. UL 38 Standards for Manual Signaling Boxes for Use with Fire-Protective Signaling systems. Project No. 618024 SECTION 283100-1 FIRE DETECTION ALARM SYSTEM CITY OF MIAMI BEACH Fire Station#3 2300 Pinetree Drive. Miami Beach, FL 33139 2. UL 228 Door Closers-Holders,With or Without, Integral Smoke Detectors. 3. UL 268 Standards for Smoke Detectors for Fire Protective Signaling Systems. 4. UL 268A Smoke detectors for Duct Application. 5. UL 346 Water Flow Indicators for Fire Protective Signaling Systems. 6. UL 464 Audible Signal Appliances. 7. UL 497B Protectors for Data Communication and Fire Alarm Circuits. 8. UL 521 Heat Detectors for Fire Protective Signaling Systems. 9. UL 864 Control Units for Fire Protective Signaling Systems. 10. UL 1424 Cables for Power Limited Fire Protective Signaling Circuits. 11. UL 1481 Power Supplies for Fire Protective Signaling Systems: 12. UL 1635 Digital Alarm Communication Systems Units. 13. UL 1971 Signaling Devices for the Hearing Impaired. 1.3 SYSTEM DESCRIPTION A. Provide and Install an addressable fire alarm system to meet the requirements of NFPA 72 and NFPA 101, NFPA 70(NEC), accessibility codes, FBC,and UL. 1.4 PRE-CONSTRUCTION MEETING FOR EXISTING BUILDINGS A. Before starting the work, the General Contractor shall attend an on-site meeting scheduled by the City of Miami Beach Project Manager,with the A/E,and electrical contractor to evaluate the following: 1. Intended modifications. 2. Maintenance of existing system, as required. 3.Safety concerns. 4.Timelines. 1.5 SUBMITTALS A. Before starting the work, the manufacturer's authorized representative shall submit a signed document committing the manufacturer to provide the City of Miami Beach or its authorized maintenance contractor with all the special tools, hardware, software, any proprietary items or products, and instruction or training programs necessary to test, service, and maintain the system installed under this contract, as well as any other system of the same manufacturer and model containing similar features. Project No. 618024 SECTION 283100-1 FIRE DETECTION ALARM SYSTEM CITY OF MIAMI BEACH Fire Station#3 2300 Pinetree Drive. Miami Beach, FL 33139 B. Before starting the work, submit shop drawings (installation documentation) and product data of all equipment. Shop drawings shall be as per NFPA 72 Chapter 7.4 and shall include but not limited to the following: 1. Name of protected premises, owner, and occupant. Location/address of protected premises. Name and license of the installer or contractor, date of issue and any revision dates. 2. Dimensioned outline drawings and technical data sheets for all equipment. 3. Floor plan layout showing location of all devices and control equipment 4. Riser diagrams indicating wiring and conduits. Wiring diagram shall include but not be limited to all connections and numbering for each terminal, wire color-coding at. each device and terminal cabinets. Since the wiring diagram will be used as part of the "As Built Drawings", no "typical"wiring diagrams will be allowed. 5. Functional description of the complete fire alarm system and subsystem. Sequence of Operation in either and input/output matrix or narrative form. 6. Indicate cabinet elevations with each item on the face of the cabinet identified. 7. Battery calculations;Voltage Drop calculations for notification appliance circuits. , , 8. Fuel shut-off system. 9. Device identifications for the entire project. Equipment technical data sheets. 10. Sample inspection and test forms. 11. Electrical wiring diagram of kitchen suppression system interface, magnetic door holders, HVAC controls tie to the FAS and remote test stations; mounting, backing, etc. Shop drawings shall be drawn to 1/8"= 1'-0"scale,on sheets of uniform size,with a plan of each floor. C.Tests and Submittals: 1. Before certification,test the system per NFPA 72 requirement. 2. Submit to the City of Miami Beach Project Manager a signed "Record of Completion" per NFPA 72 at least 5 working days before the final inspection by the Building Department. All signatures shall be notarized and contractor's license number provided. D.Substantial Completion Submittal Requirements: 1. Provide 3 complete sets of Operating and Maintenance (O&M) manuals, literature, and information concerning equipment indexed and bound in accepted loose-leaf binders. 2. Furnish 1 set of Contractor mark-up drawings to the A/E indicating accurate plan layout, conduit runs, and wiring diagrams as actually installed. Typical wiring diagrams are not allowed. r Project No. 618024 SECTION 283100-1 FIRE DETECTION ALARM SYSTEM CITY OF MIAMI BEACH Fire Station#3 2300 Pinetree Drive. Miami Beach, FL 33139 Prior to submittal, the Contractor's mark-up drawings shall be updated daily and shall be made available,at all times for review by the City of Miami Beach Project Manager and the A/E. 3. Provide 3 sets of record drawings for the complete system. Show connections, numbering system of every device including wiring and cabling identification, raceways, and junction and terminal cabinets. 4. Fire Alarm Log Book: According to SFM Chapter 4A-48 provide fire alarm system required decal at the panel and system log book with Record of Completion at the facility on site. 5. Provide 3 original notarized NFPA 72 Certificate of Completion (certification) according to ' NFPA 72 and as specified herein. Part 2 shall be completed and notarized. 6. Provide,the City of Miami Beach a duplicate copy of the system software program stored at the panel, including pass codes necessary to provide maintenance and programming,of the system. 7. Name, address, and telephone numbers of local supplier and local factory trained Technical Representative (TR). Provide 3 copies of TR's certificate verifying factory training on the submitted system. 8. Five(5) Keys and/or wrenches necessary to reset manual fire,stations. 1.6 QUALITY ASSURANCE A. The equipment manufacturer shall have a local branch office or authorized distributor staffed with factory trained, full-time employees capable of performing installation, testing, inspection, repair, and maintenance services for the life of the fire alarm system. B. Furnish wiring diagrams and wire runs for the raceway system installed by the licensed electrical contractor, under Division 16. C. Installer Qualifications: 1. The contractor installing the fire detection alarm system shall be licensed by the State of Florida Department of Business and Professional Regulation under Section 489, Part II of the Florida Statue as an EC-Unlimited electrical contractor or an EF-Alarm\contractor I.The installing contractor shall possess a valid occupational license, and a current certificate of insurance. 2. The installing contractor shall ensure that a qualified representative of the fire alarm system manufacturer monitors and coordinates the installation, is present at the final test, and instruct the City of Miami Beach as to the use of the system. 3. Provide a minimum of 1 Electrical Master, Electrical Journeyman, Master Specialty or - Journeyman Specialty in the fire alarm trade for every 3 apprentices performing the installation of the fire alarm system. Project No. 618024 SECTION 283100-1 FIRE DETECTION ALARM SYSTEM CITY OF MIAMI BEACH Fire Station#3 2300 Pinetree Drive. - Miami Beach, FL 33139 D. Fire Detection Alarm System: 1. Listed and labeled by Underwriters Laboratories (UL) or other Nationally Recognized Testing Laboratory(NRTL)approved by OSHA. 2. Listed and labeled for commercial use. Residential devices are not allowed. E. Components, Parts, and Assemblies shall be listed for compatibility by the fire alarm system manufacturer. 1.7 WARRANTY A. Fire alarm system, including but not limited to fire alarm panels, fire alarm components, raceways, wiring, etc., shall be warranted in writing by the system manufacturer, against defects in labor and materials for 1 year after Substantial Completion. B. Provide 5 notarized original copies of the warranty certificate signed by the authorized manufacturer's representative giving detail of the warranty being provided, and listing components that are included and not included in the warranty. C. Warranty service shall be performed by a certified factory trained and approved fire alarm technician of the equipment manufacturer's representative or distributer. 1.The Contractor,within the warranty period,shall respond to routine warranty service requests by completing repairs within 24 hours of service request by the City of Miami Beach. 2. The Contractor, within the warranty period, shall respond to emergency warranty service requests with the arrival of service technician at affected site within 8 hours of notification of emergency. Repairs shall be expedited to bring system online as soon as possible. Emergencies include, but are not limited to,the following: a.Total system failure. ; b. Inability to acknowledge,silence,or reset audible or panel troubles. c. Failure of air-conditioning to reset after an alarm. d. Failure of any gas system to reset after an alarm. e. Failure of alarm system to communicate with the supervisory central station d. Loss of battery power. e. Damage caused to system due to transients and power surges. f. Complete zone or loop failure. g. Fire at a facility. Project No. 618024 SECTION 283100-1 FIRE DETECTION ALARM SYSTEM CITY OF MIAMI BEACH Fire Station#3 2300 Pinetree Drive. Miami Beach, FL 33139 If problem is not correctable within specified time frames,the Contractor shall provide in writing and expected completion date to the City of Miami Beach. D. Inspections at End of Warranty: 1. Prior to the end of the 1-year warranty period, the City of Miami Beach Project Manager, and representatives from the Contractor and the fire alarm installer,shall meet at the site to address any pending warranty items to the satisfaction of the City of Miami Beach. The City of Miami Beach will decide if the warranty items cited during tha course of the warranty period have been completed to the satisfaction of the City of Miami Beach 2. Prior to the one year warranty expiration date, the Contractor and the fire alarm system supplier, under the current project Contract, shall perform the first one-year fire alarm system re-certification in accordance with NFPA-72. 3. The fire alarm system supplier shall provide the City of Miami Beach with a three (3) year Maintenance Contract for the City of Miami Beach consideration and acceptance. 4. Required inspections shall be warranted by the Contractor for 1 year following acceptance. The warranty shall include parts, labor, prompt field service, pickup, and delivery. 5. Required inspections according to State Fire Marshall Rule 4A-48 and NFPA 72 will be performed by Miami Beach Maintenance. Deficiencies will be forwarded to City of Miami Beach Project Manager for corrections by the warranty provider. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Fire Detection Alarm System: 1. Silent Knight(by Honeywell). 2. Fire.Lite(by Honeywell). 3. Notifier(by Honerywell). Selected Fire Alarm System shallbe an open-non proprietary Fire Alarm System to allow the owner to select the fire alarm contractor which will be in charge of the maintenance of the system. All base and specific software shall be open source and provided to the owner together with all ID codes and passwords. Selected Fire Alarm System shall have enough capacity to cover the entire building using only the 80% of its capacity. B. Fuel Shut-Off System: Project No. 618024 SECTION 2831004 FIRE DETECTION ALARM SYSTEM CITY OF MIAMI BEACH Fire Station#3 2300 Pinetree Drive. Miami Beach, FL 33139 1. Kitchen gas supplies shall be shut off by activation of the kitchen hood fire suppression system. The kitchen hood fire suppression system shall activate an alarm at the fire alarm system control panel upon activation. C. Fire Alarm Cables for Wet and Damp Locations: Cable shall be listed by a NRTL for use in wet locations.Aquaseal by West Penn or accepted equivalent. D. UL Protective Covers: safety Technology International (STI), Waterford, MI as follows or accepted equivalent 2.2 COMPONENTS A. System Description 1. Provide a single stand-alone or a multiple panel network type system for the entire facility. The system shall be a 24-Volts Direct Current (VDC), fully analog addressable using multiple Signaling Line Circuits (SLC) Style 4 (Class B) and multiple Style Y(Class B) Notification Appliance Circuits (NAC),wired in dedicated conduits,electrically supervised and power limited. 2. Interfacing between fire alarm detection systems shall be accomplished with the UL listed equipment for that purpose. Systems shall function in unison and be controllable from the master panel location. B. Fire Alarm System Control Panel: 1.The fire alarm system shall consist of: a. A UL 864 listed intelligent microprocessor based main control panel. b. UL listed annunciator panel(s). c. UL fire listed printer, printer stand, paper feed tray and paper catch tray. d. Automatic detection devices. e. Manual stations. f. Notification appliance devices wired according to the schedule on the Drawings. g. Fire sprinkler tamper supervisory switches and water flow switches. h. Monitoring modules and control modules 2. Equipment shall allow a one-person walk-through test of either the complete system or each individual SLC while maintaining full functionality of SLC not being tested. If no test activity occurs-for a specified period, as determined by the manufacturer,the system shall automatically return to the normal operating mode. Project No. 618024 SECTION 283100-1 FIRE DETECTION ALARM SYSTEM CITY OF MIAMI BEACH Fire Station#3 2300 Pinetree Drive. Miami Beach, FL 33139 3. System shall be capable of being programmed in the field, by a laptop computer. Store programmed information in non-volatile memory. System programming shall be password protected by fire alarm system manufacturer and include full upload and download capability. 4.At a minimum,the panel shall have behind a lockable door,the following switches: • a.Audible silence. b.Trouble silence. c. Supervisory silence. d. Panel reset. 5. System shall have a real time history log stored in non-volatile memory and capable of containing a minimum of 400 events. 6. The input AC power to the fire alarm control panel shall be from a dedicated branch circuit of the facility emergency backup system. AC breaker shall be marked "WARNING-AC POWER TO FIRE ALARM DETECTION SYSTEM-DO NOT TURN OFF OR DISCONNECT'. 7. Provide 1 dry form C relay contact for central monitoring for each of the following: a. System alarm. b.System trouble. c.Sprinkler supervisory. 8. Provide battery backup capable of operating the fire alarm system under maximum normal load for 24 hours and then operating in the alarm mode for 5 minutes after loss of input power. 9. Remote NAC power supplies shall be ADAAG compliant, NRTL fire listed with battery backup and an addressable interface module for NAC location at the main panel. The primary 120 volt power shall be in compliance with NFPA 72 Chapter 1. 10.System shall have the ability to silence all horns and horn/strobes during an alarm. C. Fire Alarm System Devices: 1. The intelligent manual fire station shall be non-coded, single action, and operate on any SLC. The intelligent manual fire station shall be individually annunciated on the control panel. a. Intelligent Manual Fire Station: UL 38 listed. b. Manual Stations: Mount semi-flush where possible. c. If it is not possible to mount a semi-flush station,the supplier shall provide the proper manufacturer's surface mounted box. d. Protect each manual pull station with a UL listed transparent protective cover. Project No. 618024 SECTION 283100-1 FIRE DETECTION ALARM SYSTEM CITY OF MIAMI BEACH Fire Station#3 2300 Pinetree Drive. Miami Beach, FL 33139 2. Detection devices shall contain an integral alarm LED. Detectors shall be individually identifiable from the control panel and shall comply with the following: a. Smoke detector shall be UL 268 listed. • b.Thermal detector shall be UL 521 listed. c. Detector sensitivity shall be individually adjustable from the control panel. It shall also be possible to accurately measure each detector's sensitivity from the control panel. 3. The intelligent monitoring module shall incorporate a custom microprocessor based integrated circuit, supervised and uniquely identifiable by the control panel. The intelligent interface module shall be used to uniquely identify water flow switches, tamper switches, and • OS&Y valves. 4. The air duct detector shall operate on a cross-sectional air sampling principal to overcome stratification and the skin effect. The air duct detector shall consist of a standard intelligent/analog ionization detector mounted in an air duct sampling assembly and sampling tube that protrudes across the duct of the ventilating system. The air duct detector shall retain the features of the (intelligent/analog) ionization detector, and be installed in the ventilating duct as indicated in the devices if both are required. a. Intelligent/analog air duct detector shall be UL 268A listed. B b. When used for air handling control, the relay within the base of the duct detector shall be capable of operating from general alarm. 5. Horns shall be polarized 24VDC type with capability of alarm.The audio alarm shall remain on until the system is silenced. a. UL464listed. • b. Operate using a distinctive three-pulse temporal pattern per NFPA 72 during alarm condition. c. Locate horns at heights according to NFPA 72 and ADAAG. d. Provide horns of the same type and sound throughout the facility. 6. Horn/Strobes shall be polarized 24VDC type and meeting ADAAG requirements. The audio and visual portion shall be used for alarm and shall remain on until the system is silenced. a. Horn/Strobes: UL 464 and UL 1971 listed respectively. b. Horns: Operate using a distinctive three-pulse temporal pattern per NFPA 72 during alarm condition. Project No. 618024 SECTION 283100-1 FIRE DETECTION ALARM SYSTEM CITY OF MIAMI BEACH Fire Station#3 2300 Pinetree Drive. Miami Beach, FL 33139 c. Provide horns of the same type and sound throughout the facility. d. Locate horns/strobes at heights according to NFPA 72 and ADAAG. 7. Strobes shall be polarized 24VDC type meeting ADAAG requirements. The strobes shall remain on during any alarm condition until the system is silenced. a. Strobes: UL 1971 listed. b. Install at heights according to NFPA 72 c. Protect each strobe with a UL listed transparent protective cover. 8. Protective Covers: Provide and install NRTL listed clear polycarbonate protective covers for all pull stations except those located within administrative services staff offices. Provide spacers as required for surface mounted units. By Safety Technology International, Waterford, MI or M- DCPS accepted equivalent. a. For flush mounted pull stations: 1)STI 1200 for indoor locations. 2)STI 1250 for outdoor locations (weather resistant). b. For surface mounted pull stations: 1)STI 1230 for indoor locations. 2)STI 3150 for outdoor locations(weather resistant). c. Fasteners for covers shall be tamperproof. 9. Door Holders: 24VDC powered. a. Door holders shall be UL 228 listed. D. FIRE ALARM ANNUNCIATOR PANEL 1.The Fire Alarm System Annunciator shall be of an LCD or graphic LED type and display the exact origin of the alarmed device with a custom user defined message. Locate as shown on the Drawings. The annunciator shall duplicate the information available at the fire alarm control panel. Project No. 618024 SECTION 283100-1 FIRE DETECTION ALARM SYSTEM CITY OF MIAMI BEACH Fire Station#3 2300 Pinetree Drive. Miami Beach, FL 33139 Fire Alarm Cables: 1. Wiring shall be power limited and meet the intent of NFPA 70, article 760.The systems shall be wired Style 4(Class B)and Style Y(Class B). a. Wiring shall be UL 1424 listed for indoor installations. b. Fire Alarm Cables for Wet and Damp Locations: Cables shall be suitable for use in raceways and in wet locations,comply with NEC 70,articles 725 and 760. 2. Circuits: a. Notification Appliance Circuits: 1) Cable shall be4 conductor non-shielded cable manufactured according to UL 1424 and NEC 70, articles 725 and 760 type Fire Power Limited (FPL) or as directed by fire alarm system manufacturer. 2) Single conductor, FPL wire type, manufactured according to UL 1424 and NEC 70, articles 725 and 760. 3)AWG of Conductors: per NFPA 70(NEC) article 760. 4) Number of Conductors in cable: Four. 5)Conductor Insulation:0.010 tri-rated semi-rigid PVC rated for 105C. 6) Cable Jacket:0.015 PVC. 7) Nominal Cable Diameter:0.225 inches. 8)Applicable UL Designation:Type FPL,75C. 9) Meet the low capacitance requirements for the manufacture of the fire alarm system being installed. b.Signaling Line Circuits and Initiating Circuits: 1) Cable description: 2-conductor shielded or non-shielded cable according to manufacturer's requirements and UL 1424 and NEC, articles 725 and 760 - type fire power limited or as directed by fire alarm system manufacturer. 2)AWG of Conductors: per NFPA 70(NEC)article 760. 3) Number of Conductors:Two. 4)Conductor Insulation:0.020 PVC rated for 105C. 5) Cable Shield: Overall aluminum backed polyester tape shield, aluminum facing outward,and 100 percent shield coverage. 6) Cable Drain: 20 AWG stranded tinned copper. Project No. 618024 SECTION 283100-1 FIRE DETECTION ALARM SYSTEM CITY OF MIAMI BEACH Fire Station#3 2300 Pinetree Drive. Miami Beach, FL 33139 7) Cable Jacket:0.015 PVC. 8) Nominal Cable Diameter:0.225 inches. 9)Applicable UL Designation:Type FPL,7SC. 10) Meet the manufacturer's low capacitance requirements for the fire alarm system being installed. F.Transient voltage surge protection: 1. Provide lightning protection and transient voltage and surge suppression for the input AC power and all load side circuits. a. Lightning protection and transient voltage and surge suppression for load side circuits shall be UL 4976 listed. b. Furnish lightning/surge protection integral with panel. Provide additional surge protection at 120 VAC disconnect breaker. c. Furnish and install additional transient suppression Isolated Loop Circuit Protector devices (ILCP) on fire alarm wiring,.•(including'shield), extending beyond the main building by either aerial, underground, or other methods (walkways, bridges, or other aboveground connectors). The ILCP shall be located as close as practicable to the point the circuits leave or enter the building containing the fire alarm control panel. 2.3 SEQUENCE OF OPERATION A. Sequence of Operation/Alarm Activation: 1. The system shall function as follows, when an initiating device such as an area or duct detector, manual station,or water flow switch, is activated: a. Sound required audible in accordance with NFPA 72 and activate devices and strobes throughout the school. • b. Automatically notify a third party via a digital alarm communicator transmitter (DACT), integral in the fire alarm control panel or individually mounted. c. Display individual detector or zone number on alphanumeric display with user defined , message. d. Light an indicating LED on the device initiating the alarm. Smoke detectors and monitor modules only. Project No. 618024 SECTION 283100-1 FIRE DETECTION ALARM SYSTEM 1 CITY OF MIAMI BEACH Fire Station#3 2300 Pinetree Drive. Miami Beach, FL 33139 e. Shut down.the HVAC system and operate selected dampers. f. Interface of the elevator(s)shall be per FBC g. Close all magnetically held fire doors. h. There shall be no limit, other than maximum system capacity, as to the number of intelligent/analog devices that may be in alarm simultaneously. 2. When an alarm has been acknowledged and silenced, the audible devices shall silence but the strobes shall remain on. a. The blockacknowledge feature of addressable system is not allowed and shall be disabled except for system start-up and maintenance. 3. After the alarm has been investigated and reset, it shall be possible to press the recall button in the control panel to emit a steady sound throughout the facility as a recall signal. a. It shall not be possible to activate the recall before the alarm signal is reset. b. The recall button shall be used as a signal to reoccupy the building after a fire and not be for any other purpose. 4. Kitchen Hood or Ansul Fire Suppression System: a. Activation of a kitchen hood or an Ansulfire suppression system shall cause a signal to be transmitted instantaneously to both the fire alarm system (control/annunciator panel) and fuel shut-off system to accomplish the following: 1) The kitchen hood exhaust fan shall continue to operate, unless required to be shut down by the pre-fab engineered hood system manufacturer. EXCEPTION: The fire suppression system for an NFPA 96 exhaust hood for commercial cooking appliances in the kitchen are not required to be activated by the facilities fire alarm system; however, when the hood's automatic fire extinguishing systems are activated, kitchen ventilation and heating systems shall shut down, fuel valves shall close, electrical appliances shall de-energize, and the facility's fire alarm shall activate. 2) The Ansul fire protection system shall activate the facility fire alarm and detection system, however activation of a general alarm of the facility fire alarm system shall not activate (dump) the Ansul fire protection system. 5. Fire Alarm System Special Requirements: , a. To allow monitoring of signals through the telephone lines to a third party, provide the fire alarm panel with 3 form C(open,common,close) auxiliary contacts to close/open on: 1)System alarm. Project No. 618024 SECTION 283100-1 FIRE DETECTION ALARM SYSTEM CITY OF MIAMI BEACH) Fire Station#3 2300 Pinetree Drive. Miami Beach, FL 33139 2)System trouble. 1 J 3)Sprinkler supervisory. b. Provide a dual line Digital Alarm Communicator Transmitter (DACT) UL 1635 listed meeting NFPA 72 and power limited to monitor the signals described in this section. DACT can be internal or external to the FACP. c. Program the DACT to dial a third party number as instructed by the City of Miami Beach Project Manager and transmit information to a FBI CP-220 receiver. d. Connect fire alarm DACT to the 2 separate telephone lines as per NFPA 72'requirements, provided by M-DCPS adjacent to the DACT. e. Upon activation of its inputs,the DACT shall not sound an audible alert tone. 2.4 FLOW SWITCHES AND TAMPER SWITCHES(provided by Division 15) A. Flow switches and tamper switches serving the fire protection sprinkler system shall be provided with their own independent addressable module. PART 3 EXECUTION 3.1 INSTALLATION A. Mount control and annunciator panels with sufficient clearance for observation and testing of the display. Panel controls to comply with ADA and Florida Accessibility Code for Building Construction. Provide decal with telephone contact number for warranty work at the inside face of the panel door. B. Clearly mark fire alarm junction boxes for easy identification.Wiring shall be in conduit. Use flexible metal raceways for devices mounted in suspend ceiling panels. Conduit, mounting boxes, junction boxes, and panels shall be securely hung and fastened with appropriate fittings to insure positive grounding throughout the system. C. No wiring other than that directly associated with fire alarm detection, alarm, or auxiliary fire , protection functions shall be allowed in fire alarm dedicated conduits. 1. Avoid wiring splices to the extent possible and, if needed, splices shall be made only in junction boxes and`clearly identified on As-Built drawings. 2.Transposing or changing color coding of wires is not allowed. 3. Conductors in conduit containing more than 1 wire shall be labeled on each end with "E-Z markers" or accepted equivalent. Project No. 618024 SECTION 283100-1 FIRE DETECTION ALARM SYSTEM CITY OF MIAMI BEACH Fire Station#3 2300 Pinetree Drive. Miami Beach, FL 33139 4. Conductors in cabinets shall be carefully formed and harnessed so that each drop off directly opposite to its terminal. 5. Cabinet terminals shall be numbered and coded. 6. Provide clearly labeled controls,function switches,etc.,on equipment panels. 7. In junction or pull boxes with splices, provide: a. Minimum dimension of junction or pull boxes according to NEC Articles 370-18a.1.a. and 370-18a.2,the conductor size notwithstanding. b.Terminal strips. 8. Color Codes: a. Color codes shall be consistent throughout the facility's fire alarm system. Each circuit type must use different colors. D. Fire Alarm Conductors Splicing: 1. Splicing of fire alarm initiation & notification circuit conductors shall only be allowed for connection of fire alarm devices or inside wall or ceiling mounted terminal cabinets on terminal strips. All circuit conductors shall have wire markers with corresponding typewritten wiring scheduleinside enclosure. Fire alarm circuit initiation & notification conductors shall not be spliced underground. 2.All circuit conductors shall have wire markers with corresponding typewritten wiring schedule inside enclosure. E. Check and test wiring to ensure grounds, opens or shorts are not present. F. Manual pull stations shall be installed with a protective cover,41-0" AFF, at locations indicated on the Drawings. G.Audible Alarms shall be mounted on walls in compliance with FBC chapter 11 and ADA. Dimensional tolerances apply. Use combination horn/strobe. H.Visual Alarms and Combination Horn/Strobes: Mount on walls in compliance with FBC chapter 11 and ADA. Dimensional tolerances apply. Project No. 618024 SECTION 283100-1 FIRE DETECTION ALARM SYSTEM CITY OF MIAMI BEACH • Fire Station#3 2300 Pinetree Drive. Miami Beach, FL 33139 3.2 TERMINAL CABINETS AND BACKING BOARDS A. Fire Alarm Terminal Cabinets: 1. Above ceiling boxes: Minimum 24 inches x 24 inches x 6 inches with a hinged cover, red stenciled "FIRE ALARM' on cover. 2. Isolate and identify separately the terminals for: - a. Data Loop b. 24 volt power. c. NAC, Horns d. NAC,Strobes. 3. Provide terminal box at or near the control panel whether or not shown on the drawings. 4. Enter control panel with only those wires to terminal at panel. 3.3 SITE INVESTIGATION A. Contractor shall apprise himself fully regarding equipment peculiarities and limitations of space available for installation of materials under contract. Include all necessary contingencies for the above in base bid. . B. Do all cutting, sleeving, excavating and backfilling necessary for installation of equipment and patching thereafter. 3.4 CLEANING UP A. Contractor responsible for making arrangements for removal of cartons, boxes, paper, scrap wire, conduit, etc. off the site. 3.5 EXISTING BUILDINGS A. When an existing fire alarm is replaced with a new fire alarm system, all existing fire alarm components that are not required for the operation of the new fire alarm system shall be removed after the Record of Completion for the new fire alarm system is accepted. Removal shall include but not be limited to, fire alarm panel(s), sub-panels, power supplies, annunciators, initiating devices, related exposed conduits and all wiring. Project No. 618024 SECTION 283100-1 FIRE DETECTION ALARM SYSTEM CITY OF MIAMI BEACH Fire Station#3 2300 Pinetree Drive. Miami Beach, FL 33139 B. The existing fire alarm system and its components including wiring and devices shall not be removed until the new fire alarm system has been inspected, tested, certified and approved by the Fire Department. 3.6 DEMONSTRATION A. Manufacturer's Training:. 1. Upon completion of the fire alarm system, the contractor shall provide training System operation training for the City of Miami Beach staff as determined by Project Manager. Training shall be a minimum of 2 classes, at 2 hours minimum for each class. a. Provide each trainee, an operator's manual incorporating a quick reference operating instructions sheet. END OF SECTION Project No. 618024 SECTION 283100-1 FIRE DETECTION ALARM SYSTEM SYMBOL LEGEND ELECTRICAL GENERAL NOTES FIRE ALARM GENERAL NOTES 1L( A FIREALARETECTIONSYSTEM RWILLI... NWMMw.maaTIETEmz r.mi..nr.nmEDR400:<�,.re,mr6..WTOMME - n9a`ae1w ]AmNW 0mannem�r imnE.oeuaawr marW nw®rwarosas®xmiro�re6 0`���„�ru.®,un.Ia.mi CONTR_ M DEVICES Lrr0•1IIIM` 9m;AEDN®MID OA ED�ULT.a X. v Pa„"�®a�.n...110XImrmrYEE ENGINEERING Cxm�ImOWVT6mIrL�r.m.r.ROmflTWMu.T.M `X.Dx.E MIR pm/am sox.gm. f.ME REARM CORIROL PANEL .R 0100 MOcs.mmaum1xnomrrx.Mwramro _xnmWmiWII.ETmmcmaoo..nrmrmm.rioren AWE /M 00�„.././rrwo,�,r,e��m� P01 ARCHITECTURE POWER REMOTE nuwovrrorvEiwwrun.n Mm•ma0LEm6MmM•YFa• ��nmmEOaaMIOAva .p."00.00,000.0.,../.........L0.0.0...../.00..c.0,.. e)BhMI�m14. 1 WmeWMETTAWYMVIMVIWMIm3m9YLLM H REmoTEminumanToR • 1YYY WYIMAmWrIVYYNmGGrt•MmxlmMMnrxelYCl® WLLY.a.WOi9nnuY.m.i6iG9m® NImO RS11)H .r '1 w.w aMLLE mvanrervvu.aWwawvnww6.oMim 11£ramcmur.wurY+incrM.....w�mnmmmmmt P.,o,6. •IMIWliFW¢YAW W IaANNMQo0WfYIKLM1:WA 101.EAF86m vwwTum eYWIYpy KUM 1IIEEYPrsATa..AWNmmawM WNELM E]n81.1.W 1° ., ..r®.rxonW..m.moy ma vMwero.w.wramwn6ru e.6amuEnrma£mrc.. wE.uwmvaNmlmxxrummmrmTzaYow6az XPRiuMli Wrerwrr.vwxmeMrumnru c ®1 DIOM! Lon ID . m®nwAETav rarMamwnmEcmmFwnmErarA r.%+W°vs�"irW.xo.""'.�cW°`vrNnni1MV4w,�awma.Mnw6mex.mmm •an.m ILETr�...r.. D . ST IN/AM wocnTDE STATION ..Ma�nmA MGMa6Fx.a,PDnwDLLaloGMo6xm IIAo1T..eY1mW .n..m.e.6.r.Mina xa"• .AlEa.aM1mLE . ranmaGMaMILENamM LICOMMAImAT swRECCOSURRNEMIL;ao a 6r.rna""a aaim ` w�6arn.� ••WaRIMMIrluww•ur .a PIM1'004Tnw �WnmWmwx.A. STOa IrxrlaMMmuYM mWnu`�:`o.n.TA Iw..mmRoMOWLID �r,..mam.r.Yw.ruarumx mx�wnr�.or:�.a lOrELLAI QOM= GmM.M•mwEAMaMr /1� 0 Ixw0r.;■.�aaxauWc1..00/0034 0/XF aam no wlTa�i.xo. i0O0 amC.Lsmar..�LucLnzFa _X- E. ome..a.IPG11COMNaTECTnaWlrrYm pN.mxTmumr MYx aW.iraia.mTgpr.bxETmc Lan.. TO®r..T..r W.n.6rn cit- C00.G.NEEDIIIIIENT/t01,4111.03, mw W rMI.EamlONLER A a , �N��y.p. TICTEOOTNeugawm.Eamel 1�� rFLOLLMAANY W .Dn Da. M mo LL��6aaarl.EY .mmEMInratar: "TRDOTROM RIB Boma W M.KILP.B,M M E AIMM6ICarTX 6AT1Y®uAwmwwW6Tam MOAB TM DC MM..EMMA 1/.1.la 0/0/110 Pm EaCXED WALE ili Rem DT rt..AO . ,KiKLmFwMNnILWfx.PMa.veWPG9aWxc IINXI ERAP. .wa1E.�.aemanVICIMIMPE.WALL _rrrvaaMWIYIfAIDNn®ImrelMPe e .ueu 1SKTOEOWYOAYW.Wy Det a Ba maTr9a11�WlemlevGN/II.C4Na.mllYlLaeMWlfa _ D.IEAMD.®mMaTaMYFIATMY.Y.IMWaw.ImMENTIWETE•TE fmmw MTt0LIESWICK CO M%WWI x 5.1.1 E.MmE0a1MNDmNCEmearMmlCWva LLAMA .IdD EFIEC1w DETECTOR 14 meaTmEel�mmTmwmrnNlLLnWvlWmnw - MmmmOLOI 6.1.uFm.Tva IrTaAramrapyo Poow.umla.rA.rWYA.eeTaTa.ulErxmw vi recmWa.roaeAalvaarm.,®nai6la.xwE«r.®xiuL Mil A YORKROTECTOBfAHaTMOWxWnY6rva.v49x6IIW1[>mW �wm66CE(EAmrO IHa�EumMCIYaM0EVI0E•MOVIoaNm I.a;mT•EMGOaOWmFamIIaTM000 �� w1YY e�W11MaE]NR.EM\fAMYl.A9AAfWI1mx1.eW WQ gT.lWl..mlaxr iO.rETk eYAOI11URSM91VI•aMEYYAA4UaW PnmmvUnAYa mwmNOM OMT=EM WPWm..v.00 W MPAE9PVI IWIp EARTIVCINENNITIOADEOVMa.IevYY:1IKEImaElaeY010Ei0 a WWOIAWEe.EnC flaTI.C.S O. tta STROBE N YEW COMM FBIRrom FNOxaae uracOn uc rr¢OYEO YE P3YNm0ux0e0MTY man toramm0e0o rAl wA.m a uOw�WEE M DR MOP I m J> IMAM, PD MUD EAOIVFIDVIT. rawain E.DI RORK FWEVINIOTn1atnIIEE•MWeaIO.Fa TIL EmA.A ®Iaatm�Emam aw.n�awimaxoarT00ar1@ WALL w Oa0v0M�Wmu6NOMO.oeP(m1W0. r m�mAfOirfFuv.4m�pnaY�Y.K[R a+eWom EaWVUM • a6�a r O mro.palr•E Y ETNA WfQ X0411D.10MOX PwOeaafwlYmculs0le/1.4ID 1o•TuaaM✓wawuemwrmrWaaT.Emeov N Iu .Yf E. E04u00xIFRLi�Y1XfRT00aFL60�IfIgi jM 6 R. I® macAMEEivaEow C!U.n AL Mr.amra.nYm.rr®xwuramrvmawLLr Z Q WPM NOM/STROBE. wDF rvrc.InweEu Rvpo6 MUMIMERAMwI0 � a rr r sum a DM axe Ew.®m.Tv O �5 E Ymw¢TNEmpmaMEaaV0110.100.101.1%/.00111.10.1.1%MNmIA..i C®AEaOTOII5QI Q wasnemasavoROmIEmErrertna I a aONMEsaama a a WANE IEm91yPLLWEI •. MOOOIavMmOaVI.iAIOApYPIm.FAL - wuYYmr ' TiSYMBOL DEVICE TR1W➢®16IaM6MBE0A1maE0.NAT®PPEEOIIteIC OsnoTaaoAM.uEOWxmumW.maM1IDEa0.lE Ill i E a IAma.mrmEmEaWWrma0n0oAMa0NOmTREDA5 n XL COOCQOBOMETIBUITEE ZIT RR CLIM•MR MAX Mild DR ainial ammo.KM..DM=MX WW1 ROL 009 amOI000VIYMMLLYOPPL•m.iaYnorELLIALLMILLAMILnlicAlarsinzativan II Wim-amnr¢u0Y�mNNr IaeEm MImLL mlaLLlR.awn,OOW➢MTIaOiW Wmm •• O110/01.POECTIISEWSOIRMAa a YLPENNYAIartMwEE00.OWMaQAOWmMOMOrmINN00. Ammo.• •n rVEIORINE90,.a� I.;NELRA6Im..FTxuTO Bum//0.1.1000.1170.0011CO20.000.110/4/0A ITS011. A aro uXi nTmMrEE1RNTraON 11001301K Rd rA WwlYa.sAr myoma RQOrIEFA.CfI®EORWr0M10:arnaaWEi®IMITY[WfYE]NA T60Ly OZDA MNX;aWIm.IDR, mro�imA TOm010.aunMmtlwrOrnIIe naa0osiolRnMPAaE IriDLMPIpCLLYFLLIWII YnM ....pg..LLAe..mar•DVIM0,MN0 Rmvm I1T.GMY 00•vfiTm Ti CAacFmgreni.0MIfftm�OG tLOMPLI0iLICWT 1Y peamwmlaTaq WEDIEM LL W100 .0:11�LEE®NO rA M vM COCLOTEXHOIORPMM.EdEE1WM.gncEW0uM0,0100E r -034110]/XICT WmCW�MiI .mEELECTIOIOC MTmEK=DA En. Ir TM aIIMOW 6tiEEWCILOLLCTOMIEpnE{xe.A 43.1 LOWEMiYTWImm®PMMCKI QWWI.POIOMIOAmmfa REMODELING WORK NOTES 6M,a 001.10YEroN.wmwAOwrY..Ynae nEcamPrrEmm.muMamwP6ucmwXOWE • 6r10L0AEAONOWM•m.ranMmOIAImWMYMAPa16M 30050L0Y.TIOIgrOMNaPKnPAMMOVIEPWECOnEY. YMOIrmMI10TYar•NSW 6NOMOIOm.YpW EMIE.LMammO.AEMPO.ID11.0.0m0.1.OmY%.0901 MWERGPIfiatMOa'i1.60MXTN0.RVSreT01aECIYRnW mE0.91.01I a Mm.1POdr1®MM aavac 16M.0aOTITEYWIMO arm 14,1 AVM 1' YmrHW'.Old mIWELLl10TYWa16SOWETE.01PEaEE1EP6GYli _ WmWAnnrLrmara VIE n II MOOOLMAIrCYrxaa ®faMwEm Nme.ATM®W YMM00¢EYEO00TWaM0303. YOm0rMammruDmmMYmwlOMtmnmm NMRIM II BO1EO[ 0r1n04 ATOOMLLrM•LVIHHmIll MEL 11,HEMYYmaTanMMLLYVYn9xaMITM[W1N0WmW1M YIOGOFaYxYmAnYeduT ..MMOMrmx.ra..mrw QMR6aO.M0 I®oIDBF01NV11ElaO 1. w Tafmnm0p004V n.0�men�OvuMn m .FE PLIATI NNTWDG m.mI6M{MMM1auxL, vOVXEEKLMOOy 0E®1.11KRITSAM0101000/ET aTOE PALM FYFIefEOaYEEONOPipsTtwSK r.amEOm®IepnM Beam 0 EWgY•IIRMEEreMAmaMaMWO.0 OYM.ra E VI.'A.CImDYm•mn6TPXY.mNEMTIMIl EmaImNAN..rIOY.pn.ME w D.p WOOL WMWBA.VILE MMm0IL4mFEELNIMICIL 1 u EMMAOCYw®rmrlMME n..YnexLYNmPwnrxls III Y RMLMIOXRWemalmWTNAOWYIITWNWam00ElaMOIDI • uuu PalasTrTT0M60EwOFMaRmlm.rPAmaana SUM.LLLMruInDlPu001G.nMmAIArm0E6M u ILAWNEMYO.rmwrrNILLPM IDEEMaAPI POOMLEY stdOrt...Lama °O°' �°'m' . nGc m. MMM.rM Flxam•MWIEOWLEmMMIa•IAM.a0WOA1mM aa61NYm�T®PMMOeTIaaWaaupav; I KAw IaIERaMa11ILTIMMYI1111r.LLaraWpmeKC IX mm.Ora000 ETIwmIYTAmui. m.EWO. MWKaVI6MT _ 1 X1763 AYOmM YAFumITaMU PELLWIMP&=MAW MT .D.vElmelraealmceamvor. r iBlOY1cAMMrIM¢AYrmla Op WTI i n ° OUEMMxwwrmxrE.mplm naTLAMA] ma®EO®IOau>a®EqCm� aurapPlaValla • .W.®Mm®OwmwrcwwILI naara11tLOOM MEL EI .aaaa•Ma1mFa••6MTMNNLLmmA rMaT. KAwmmlWEamDAmewwA av0 ®• LKLIM EMNaACraMn61ATA.a �'mMMam.uRa0LOMILL IPMILItmn mm•MNIMWTUOEMEEan10mEINL mW°"" _r. .na oM�aNMmMATnTesoPe•MOMwEY.Ca.®mM1awPaa tTf.Tv,wpEPTaaEOEYmmceaTE101oA9l6mlSTmm01 A0.1BfNONavuerive0e.'.m9r0ma.r. M M MriO3.001 tiEwY111190LE.01in® XL wu LLULOW w.nwnrraMTM NMOIDL amwlnllaE mywawMowovMlloeD.Nmra 00.Ina ew�rm mwmwml.ILL a_. I. a MELT m4E 1TPIME/aMOullariEMTrPM061Ir WA31ftTMAnv ITMaAeMImYIgaC.LEgLa 1VIm16M xvul P.0 Y ilLCIRlOammMFa'1mn00IAIMMI.EaLEl6amm0ranavuE EWJT Ek iEwS i MOTO.WORM.xovuewTTIPWMaaEM0P011 a 114.1101114.5.70.4.100.1.00‘400010/110.11XnWALL= 1mm"EufwIC.ILl nICu.EN'onnwaawaMEL'. f . r'ON .WMMnIMICKOLIIILMNIMINO j ONENCaIALI:1rrIWMYIaEOW.i IOnLEON.®nrEmXAeIpIDeMMMORaTW WM..LIM. rN.MrWdOeEACONIA LIIM.MMYpM.mrLLIM.Ort. RI Om.0.011.1 Im VI M F01000 P W.I IB OCK 1.OMNy1.11.4110 W..4110A11...FAMlA'.OmMALP91 M. I - LAmr 11F F ni OLEmELITILI ar 1AMORNItILIMOL ARrCIXIM LL _ • ILLmOmROF MOOIE00ELEawMM/¢aMOOPRMMELID1rY Pin°' 81801] I M. 03-31-08 h E °`w,m NTS To eC ELECTRICAL LEGEND I WRE THEME IMA DISCREPANCY •ETWEENABOVE GENERAL NOTES ARO SPEDIFC.ATnp>wEFAS APPuuWE,SPDIFSAnme rNLBE F0.0.0 - II ND NOTES AND HE X 1 N 1 E-001 . - • - - ye.ownw erkaecormam.krok ponsken.0.6 • . ,,.....y, '1.1=1Ce'll"4..ronT.C'=',:e'VerrgY.C11:Vrttrrio======kry.pr=r'"'"..-' CY-57"cisi''nESEirre.'S;6:43a19'iiFFIronslarcElsiriri=C2'"'IFE.'"ril=s1TEF,4t 1L( 1..Wf 1.of.aol Sy SI Ea ymEllEACEXINAL SIA1..,/tviCE kElk YAW SKI..AS S...0 el fa eAff at iLE Or"..EIL:AHL"'ItTriEST"7C'ry?1'"*071'1ES:Tj0.'‘'''''''Sta:ir 1:177'1="''''futu:SI'rri'tLa.CM"rOJL'ITLrftE""Cnr=.'CEFiti.T'ir76.1.'"1". z CU Uncnrinc,nag.. 7 Wen. rforifral...ES enxiCaix‘v voinA...10...ESANY YSINIAIOnfifiGEIT. 1...ERA1f.Saw..Cui..13A1 rafELKI.IIIEEE[Culloy FON.,s7IGAII.....NC LI fiRCTI..UN.4 • ...-- FiraFiE45,ESEEcr-72:41-17M.:S'ESEE.,..rliFia",',i'i'ASSI-17,4. FIRE ALARM SYSTEM .......eoo :artLave.r. itth SYSIEU Slimi.rECELYE tallinli.RACEWAYS,VW.sox..new.GUM.Ora.PP 1.1044.0110XES.COME.ECEIFIEENEAumr AnD SEQUENCE OF OPERATION MATRIX Phan. v;..r”'Ll,o7...;'1...v''',Ik''',,•"4..u7,o1...,'.'ef,,,,ktu....="uTC:=7L'of=s11=12.?:='Lr=.jf:'m'(urr=== L7c.Ft171-6:::i7r.7:4.ELFSEESSZ:ruE.5(EreE=1="="Itt'l c:1114's=.: 306236.01laid entt.b.enalnema.esen ;2„tw,,,,Itt:Lvf,t,=,:,,,,%.11,..,...nt.Z.-H,,,,,,r2.7.F:c140:L=.1"4:;:cL:r4:7:r.rat,.,.ttO;t1,otia7;c:,..ott:ji.t:e1417121,1), 50 iocerO13 e.,,„a,“..,r,,,,,orr.r.a,....,,,„„,,,,,or. •rrins me beyeervirmersm. sew,.cwrecor weecorp....markskaowyerray...4.20.1111.0. d i b I - ........... ......... MC HET 1 f V 1.0E,OJI SVIIEMIAQ ,,„„,„ 10,LourEEI 'Erytitt=g2[1,101.1======.0.1.=11=1?-.0'f"LANCArt==igl,== ItrOVE=7;r1EffSTEC:Irenk=rgi.T1=17===rEf tf:ZInn'''''rcAtELTIT • 1.0Eni.Or JevwES AM 1.4...4011.Iiii 41.10.041.3 SOY.1..0101 nit SESILY AS IXSIAILLIA W.,.OLVIA11.5 1.ROM 110111 1.Px0fEC1 0.1fAutinium11020A11.•12101/1AreS.IWISISIE,6111ELOESWyEISP.ECOmIE.E0FORIY..un.YKOltelmiA.KISI EYJ Affil Al 1 alossanS Ani0 Effl e ii unAlh le...ti MO lif.....00.1S 1.UmnInEfS,A1"AEI 0.sEr 0,Asymi atAnnuifIsfAnYCSYmEuEemovuEuAl inE Ma...nt10.110 SESCEPILIE11, "'"'"'""''''"' iLfc:44.=.Arr..,tialgf=10...No sluoaft0nrAT InEn.,ffsliTEFITELEetf.SEAcAmaPIACLE. System Input lit 1 Il 1.0.11flif Krefolf.u.CutAf.l. "Z.Tp.!ff."' , 2 Smoke De..in Common Ames • `.::=.7fg:=V:LT=t1=:::=,,...,,......, 3 Sm.°Detector in Elev t obby lolher than Dek,0 I eve') • • =nyte*.'Mf•.r'''Z.Vilt-V.t.===dertnretrrktm"g...sc...or orre.ma me mar...nu4Kkbr :ffrEFrAL:krity.7:c.orklc1FLTars119:iFfikrkleir:e.:ck::::OTroVu=nr017;;Aw=c1=1:slir=r1C.T.=. 4 Prmake Deter.in Desianated I eve,Fr.I ob. • • 5 Smoke Del..'In Elevalor Mach Room • • • EGAu 1.Aleafm.E.Of y Mug Ax0 luoi snyf.T.CAPME4.Of Oftmly0 1.Srsieu Sulfa A pt.,On OinEli L.PIC.E.fC011/1110,41.A "...Yob SuuluILSAI Elfzusof COEN,.0E00. 6 Smoke D01001,77 in Elevator 1112.61.v • • • ,k.m..mm.ekeyrwakere ......u7naTer7r:icrEFrit., =1==s"'co'ce"lete=se yrn.75.4=1:hrklan'ol=v4"-'nreeckt= 7.71•at Del...C.:mon.. 8 kteet Deter.in Flevelor Ple.inew Roam • • • •• =:-.=,:vz,..r.,=t m..,....:;:r..,r,..t=r4....,:m2r.T....:.:2.7,:.-------TE'''U'''''T"' 9 Heat D../M Revalo/linismak • • •• =r0.-•..,zottc=-411t.trz.zzzt-ra=,..=,..--.-=,:,==7:.-..-.?=;:.-:, :S.!...,:i•FrriSol=itrelC1=7 run=:rccIttrrsTo=rals7c=o VrM'ettl6==c'rrarrig.t IQ ln-duci Smoke De.. 11 Sprinkler Flow 5.1. • •• 1.10.4f1ACIUM04.1.041YOMICAARCEASSE 1.110.101,AMEXma ,Spoelder 1.9111PE,SY,. 0 0 , 1 6,A...A1I1S '''="r"EkALuTirri':'S2 fr USEIrElf CIE 41:LCI4:1''relc1"::.°..^:iiI2E3:477tral'SPE EkcPr'sFr" r7yEr 13 2 ACP/Power Book......re I um.„..ennwevowsocrosown.cecem. ractIrldersvourykaa' ' 14 FACP/Power Bookie/low bath. ' 15 power Prosier Mrnrrhle ci" :==r,").t:===))) rill.14C=1.C.1E 00.1,01.1.100.8 NO Min.'Mx TIMES FEET P101.111.0EEECSS THEY ARE CON1R011,10.FlkEME C011.11 uSE • 16 On.Circuit .- - le 11,121cation Aookance Shod rirrua 2 g 1 • .7 2 irearneen, , .Fire Suppression Systems Rel.se • •• • • . == or,.it approved by be APJ.See spear.... $Ili 2 i' EffsiEm.f.ALY0.10•31[1.1Simi.a fyylAMIEFEsavOrmfulcom.0,..“lm insmaA11.10.11.nEwFMALAM.51111 Fa 2 it. ___..,........,..,_,...,_,...___._._..„...,....._,_____ "..-". _ .L EalkallEU IP MY RE4EICE,LSEV.Ink Am EL.CM AM AC1.014 YME M IMEN1N hal 1.3weelir,..,:lITLESELE&WEI Etrems,..0=la. •MO.1111ESTS,MI.WYE.IMSKEN EISTALLES,MO 1+10.1101..0 ANY COMIECTIONS10 PPM..DEVICES,WI.C.stvil M EICOGE11 5 " :=lialt=n1=farCZET13=1==.17:.=,.CodEnil 4"11=XfaftE=c,.'' IES1L0 10.11nS..n.ATKEN KESISIA.1..Gk..,Axa.Su...CONSES-10.1.5 min auu voL1S.1E0..411.Elam.YE IESIES Al A ...Era of Ewv0occonTfc..s valliyalvOLFE FultoirESLLAIIONSIaaim lEs,E0 A1 A 01ww.EA 01 Ey a.. El. -LOOP KEY/SIM/Si 1ES IS....AEU.Afir4E031.ME...ME 0/LA.cercua Wiln 4.PAK Of CONLEXIOES 01 1.CIECun • .''''''''''''"" -r.,-,1:r.cramt==ortt=r,;...,..1111.PART Awl FES,RESE11.1 RELosesto fox ME Al 1.Fem. m1[81011.ALANYMENORGiya ArLsoly....Ef. um.SE:tEl.E.:14.1..A C01.1:41E.SUP.ME.O.COS.,ADOKESSASEE FIRE AIME.EVOILY COW 0.1.10 Nf PAR 111E.5 Ax EXIST... -PELL....IESILEO,C...P.1.10.A.RY TESTS 10 EXS11.111A1 DEVICES YES MOOTS..imcs...N4 01.1ce.t.V.1.18 4.1.ia,E1 Ild NZOLIIKLAIENT5 Of FAXAC.P11.111LE010.1.151.51.1L818,flriliPIRELNINUrf IIESIVIC 8 COMPUTE.ellOrIDEA LERFACiAl1r. ,, F,Eff:Fc%Ilrflt:Eii,'A'E:7frFA:fl V:01==tren,rfr.V=E'ElatV.4,ffrAn:.:=1.11=1210'12. i f.0Vikv0...1A0E.A1•05,./ME+1101EC1. -rtEcuoLs,/4.r citu.u.nsoccuants.vo nFalStx.THE A.ofr.. =.tr,Lr=:==ct/T2=17:f.,Zf,f2t",,Z1Zgre;',===Trart..V.r,T=2 Pr-um.m gmrru IMM E.1 E.2 cynEsArof cuflavElons,Eno.scrivE As COLE,PuCalf.S...alau.lave safEEPRGIECIUriCyCalSySIALLESAI SAW..? . IES1 YIESVSTSE.ALCOMAX.Cf VilifiTnEffROCESEYE901.1111MOSEMPOETE.T..9111.01ESISAREAS101.1.0. . '''' •Ve./1.•1141111EC.1.11..1113,1111E NO.M.A.SSETIELEON Frif rEAPEJFACTERENSOYIENri.E. ,f•tlfCiElsolimuumfov, .•Xlitffi=riryTocr.7./4========1=11..-off,=== •rtOvolt.wk..eOffEft.01411.144,f nOldi A 0E0.1E0'M.G.Zu ArarenECKsull nisEmEr104111.EAsilfEOAC SEnvIEE 10 illiEBJEONO. -t.,-,-;.r,=.7...=zta..,.....,..E....„.....,..,....--.,.....v.--- Unshielded Bre Alarm Cables(NEC Type) ',.r.'r'==r=uzs.•,ou.ukLo..a•rr(ntoer.ru.uoco,rmcto';.ccrkkxro(0 r.:,.,r7r.,mr...Aro..,r.r. •DE rump.liur 1.syslEulsofEfailLEErtfuER rioasEECOniffryns As sfEcif.12, -WSW.,n...1 may0 SpedfiCelorlIg FPL FPLR R5.4115 PLTCICY FX:'ti7r14;a7•E'. 7511A7:704.1'7EaLi'41'ilLF:X.FiFif:ACE:171EIER'i''':u7a7...T:51EFremr451 ::;3;"..:.; :=A=74=1.:Tiltrot"gi ow.FLEs 1.4.msx gr.ERED.FROWINaniatl too Pa,...CP to.Ca,KLCOrcei oF me Canductor Stn.. sold Sold' 0000 No.el Condos.. ,..L..m .1.....5JEL v0LEAGE REAflyCS F.CfaCulls ioE1,44.1,1A1VOLIASE.OriSNOIEE4SSrvE, Y0111.Irani..itEck on) 0.016 0.01 .nyCON.C1 I.vEitalcAl....Iv.1.Y.10.OCTECT.S Datefo IES1S 10 id ruffian.Amon of.0AS.S0E0 Fo Amnia.T. Jacket 11. 0.02 0.0. IE.4/A111,1 ...'"';',E71==40,%rit t=trItr'""EIXTC=1101.1Af Ecycuf. Nom 0.0.of Cable Itol 0206 0.172 0.284 NOm.CdP 1C-0 17.5 m. ,ere o. Priatmek ''''."'"'".:•"":".r...fultvtio=1::::=L'OCZkt=rnt.:=Lf.j2.=ri:== NEC Type FPL FPLN GI '17•2•17:5'tat..:4=eoncx la.1 luit tirsi....No.Lvteli or im tuLt.o.o enw.N.,Kn.. • Max Temp IC degree) 6D 75 00 Insulation Ateterial PP 5E.PVC ROPE • JaCkel Material PVC PVC PVC ..<E•SfSIE1E11L0WWQ. . . • mu.Excas...-1.,OnCALferlul COnSoLIOKS aMEIA..1,11,YEAIEU,SrEGEIE040111.EIMEINILKfulfitOriour•EMEOS.ZE.C•41.1.1.100.1.0. FPL:LInshlelded Non.Peourn Fire Alarrn Celale• FM:Unkhrelded Prker No Alern Carole ..E.Y0110eMOA YALE SE COmECIL.0 10 luieurvALIA.O.SIAM YESIIIIEMYM In ACCO.ANCE VC n ere Mann 0.4.CV 1.SYSILIE LW. SE.PVC,SeroRiod PdPriMrNuM. - 1 - ”YAM.... Uniblelded Fire Alarm Cables Calor Code., i ::,=======EZFUVvi="41ET=T141=1:t9°,1==1::Ar•Ztt.= 1 M. I C'''''''''' 1100511 500 Am.uttia t SCI Addmks Mannet 1000 16 Red Red 81. i ''4'i'l'-'•''''''frZ''tnr.L'="'Cr'w,'''..."'L";:''cr°''''''.2Scl'^A'1.7=2•Feraukk''''.'".".:.'1:te%=.7::c.'.:•:7:1,9Z''"eit'elti'.9%"'''='.:'°:7kt'rt' 24Vdc PAPPFT 19 Blue HP. B1Q. NU 12AXCSCEILICOrmxnAvri0SuAlAftEMAATIOni Aux 24Vdc Auxiliary 14 Oranne Ped En. i ALL mar.Feu ut.unc mils Of 1/E.Nil at.,nOlOCAlf.,..40 COluauE.11011CYCJIIS COM FM...4.0.1 srs,..4 voLL St CLASS,.AS ...En Lyn Ea kin,A......,VAECinfAnIS Ana 1.CALLE SiEfai a,uSEE1 1.wIne.PEI A asCullS SfaffEUE EalYIEu.far.saAr eft Efroscu by Horn dWBleck ov eaL sunlAr.,of 00.1.1.4,140 SISEWALLS 014 IES.0 YE CLYCIALE0 SYALES GB.SADELE OK rErmealf.SIM,.METE el LES11. • E01111 . F.Phone(shiel.. 18 NAC St • SBus S.BUS.125465 14 22 ereSn Red 191. hite Ped Gray INIBlue Blual21 taUar.S.E.E.OSEMS.VIM YAM.DEVICES,0,4 in•Erall.OW•441.1 Wu..LMIA11k0 LE00...1.3.C.6ELES Sivia.M A.0.41E,aa40,01:13 An =t=.:Itr::=:zt mtt=2.,•=.;:trottn-z,t1= -------"-- . SLC CIRCUITS SMALL BE CLASS . I :==utTcriu=a1===MT:rrke."cot"fstatecre'sr;ZZarrsr:t.rmrocX"scr .'it NAC CIRCUITS SHALL BE CLASS . NETWORK STYLE 7(PIO). i ========isrremmorumoransurs . 1 ,..,,,,r(rcer,...,,,ro a.rre(.......ora.ra,,sear........rr.s s•rsre urer.sr...um..or, rf".ULTErifff:.===lsT•0=179=====f1C11112CIZ'ol'I''' . fYIYME Nam.. 618017 1 . G3-31-011 m.Lamosao ANS wAla somAct YourflEll I.mum.CONWC106.61••••M...LEO N.1C0y0af af 10 r FEET EWA Fran.FLO. PITS yy comm..nekerreo. i9mekamk co.'-crce.c=r=orlii.irtr.:.SIF:rekr:=21kre:yrtry=tyVat'et=rry= i SPECIFICATIONS 1 AND SEQUENCE OF OPERATION I . i i g ...... E-002 • 1 • - ,, • - . . 1A1018-4:80v1.204mae 2,+8.9 m w.Ir...a-.,\a.wV1re' .!-.ua...arvitne ezaa w h1•M • aiE ti' t , Ke 1` tolEsk*'if e der i -m� �e / `j%G� —kt- ii " ' \ / /28 ..1 e -L�aEE �.i. Ea ,L - / I I r ,J - 1; !il Er Eur E,( '� E,_.',4-,-.7-, �_ - : , I� j, • 3 ac e �_�at `� L �.—J j'll 6 FL-r7 -111 �y `\, ree :eT tett— ~,i i 'AeEl Ee.i tti G7 1 - --m� a 1 r :I\ t0 , e @ raj . \ I� w t �_e �' - '—i —7; '"iLft X11 C fit- e _\t� - {� e iF�e @ t O _Jri iaEa_ix �j�`�}�=e 5_.�°'jll'�llI�i'- 1tp... -';w.' t ���, i ;7 • • O I i ill t d • li i ' I I i Z p I ?'. i 1 7et 3�i ii ii i 11 LI I l - -_ —_----- _ i �-- L �'=tegF tr�ti=_-- -- _ E . / l• :-7 r 2: . :,\ V i 100%PROmOr UT 5 [ mmaj 9 I -.i ;I f i ¢ g n_a .�."D a ,� P r i t try q. a mm i 6/ s- i id JY'Ai y r--"O, FIRE STATION NO.2 fileir2.= ITl o FIRE ALARM f4 sra a 1 2300 PINETREE DRIVE a, t�wT O W IX Miami Beach,Fl �, yE einilli r Co 1A2011- Wfofo+ra ww m w.no.\ewO' 1AUL7?1 x aw.aa.f ex/wema za8S ro y4.-mor I",. /7,* ' / J ' ,�.,f. ., -- ' rr' \ c?-f) tlfq?,k' l''''A,T5 YU., '`;., 5 fig✓ +moi I CC �'r / l D ' ii------i) 49!, ie niv.4 _� I — I� 111_ ted i N rn Z �iI is — m e-c-tlB I I. li I � ,� _ z----1-,---- G "i r el ems, l v _ �, y kf@�r� ii, i,l,l-.,1111,it -1:291.P'1°'. -- t n �iJn„r ,l'il I. r 1 / is ;r 1 I; \; I' ./.' l-- /, il ., m._.._.... ..... ,._-_..�....,�._.m.,�,.,,_._._\\ ii. 11 \ .: ,,/ , 1.11 \ ., 1, ,_____________ 1 III / , 1 11 , , 1 _, Lk,: ,i I in 1 ,0i 3. • •dam° v, it } >'.-- :_f I foo{MOM Qi rz } om B - # o $[ r` m�s 9sfl o� E FIRE STATION NO.2 R, F nZ m q FIRE ALARM {� .1;F=A € a w 1 2900 PINETREE DRIVE O ' N _ r' Muml Beach,Fl 1 RgE t', g aZ r an 1 Illinc ENGINEERING fOt ARCHITICTUR 5761 Rho Lap..Dr. Bulb 400 MIOOY.FL 39120 Plat:9C16 2.8653 www Fea o0.5 2611.080G ®en .61M 211)=1..r.b {...._I^1�LN_...�_ II 1 cell / . i I.__ ,i.., I.1,,., //r i It. 1 I row1{1_.,�_ rmi..I ,.�. T.ra i a W G'.I,: 1 '''''''m I r. J 'c: .YYS LL sII� 90 +'-' � A '/ i,! 1n�. om C °m` 9F1 I II \. i � v. nl a I 5 EAU 6 w6.iltiANCE f ) \ S /� rL _l .� �,' — 1n0.. v.c / Fbim t"ms 161W6 g 4'FIRE ALARM THIRD FLOOR PLAN A /enc IN., F...... 616017 ue.o... 0}31-08 i 1 w Ir M9 FIRE ALARM THIRD FLOOR I g — E-102 LVOIS-ditebIl08.402.ar.m w,R ' -. t..vVvcmw.c-lo. ,uinm,e Paan w Fa.n.. , / / 3g .. ,D IiII, I! , I- i � A 3 A II; t O I 1 11 • oCI i' ,o 1tY.'- t_Y.... �.___,�.�._. 1— 111 ri :ii • ', ,ifiR- 1i III 'ii it 8 1 ii li ii ii I! 1 i I! I1 ftv; wax memo UT p ; onI1 I E i C xi 1,1 o'm $¢g a FIRE STATION NO.2 6® -I _= • M M s FIRE ALARM fI lir aM . 1 l' MO PINETREE DRIVE a FFF;3 m - O u _ Miami Reach,Fl tM •ez L4 13 2 r GGG i61 • — 1[f ° c—EXIT coral t. QP O 11 11 I L / I� Fin ..; • l "Bhw LgmiD.. ... ° .. lm,� 717''',.... MIUM�mFL•yOA�lY1]B • '• °m // — 109 .4.e� woomearoinvem=en Di mom 0000.21 I 0017 _ Oa ZZP::= o.ulrm,.m ..............\-1.0.0.0212 m. nmawormm CONDUIT PENETRATION OF FIRE WALL 03 MOUNTING HEIGHTS 01 0=5:2==.1=2:22====.— ,® W L gIIII. q,—yWawILL 6 00l°• V . Fs n,a -12-71-71 SVM' =rr • ^ '-V . .r WALLIFLR-CONC•PIPE•2,3,4 HOUR 04 CABLE PENETRATION OF FIRE WAll au au w >n a a m SG a m al n.. w.... LL 02 w m w aim lima Dna Ia0. b,ID a a ID ID a ID ID a DI ID 9 m a m ID m a ID 2 Imw rm Fy ...,.-9 NIIna .17 all nlmaasaaaaa1'� 11 4tIa1Tt1at/.01. ti m D, {NI 1.310120Nom,.. 194I F,Ela " �Nr.L... I ' „lin —aaa w a tsar Li-- 11° 'um,so rce mco ly , amar, - OMIT 0.3103 AMY "a m NTS pRISER DIAGRAM AND FIRE DETAILS FIRE ALARM RISER DIAGRAM a E-200 s FIRE STATION # 3 (67200) City of Miami Beach Fire Station #3 Fire Alarm System Replacement Specifications April 4, 2018 1 L.( ENGINEERING FOR ARCHITECTURE 5757 Blue Lagoon Dr. Maimi, FL 33126 CITY OF MIAMI BEACH Fire Station#3 5303 Collins Ave. Miami Beach, FL 33139 TABLE OF CONTENTS 1 260010 Basic Electrical Requirements 2 260533 Raceways and Boxes for Electrical Systems 3 264313 Transient-Voltage Suppression for Low-Voltage Electrical Circuits 4 283100-1 Fire Detection and Alarm System. End of Table of Contents. Project No. 618017 Table of Content Fire Alarm System Specifications CITY OF MIAMI BEACH • Fire Station#3 5303 Collins Ave. Miami Beach, FL 33139 SECTION 260010—BASIC ELECTRICAL REQUIREMENTS PART 1 - GENERAL 1.01 GENERAL A. Basic Requirements:The Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification sections,apply to work of this section. B. General Provisions: Provide all labor, materials, equipment,and incidentals required to make ready for use complete electrical systems as specified herein and shown on the drawings. C. Provide and Install:The word "provide"where used on the Drawings or in the Specifications shall mean "furnish, install, mount,connect,test,complete, and make ready for operation". The word "install"where used on the Drawings or in the Specifications shall mean "mount, connect,test, complete, and make ready for operation". Perform work required by, and in accordance with, the Contract Documents.' D. Installation:Provide and place in satisfactory condition, ready for proper operation,raceways, wires, cables,andother material needed for all complete electrical systems required by the Contract Documents..Additional raceways and wiring shall be provided to complete the installation of the specific equipment provided. Include auxiliaries and accessories for complete and properly operating systems. Provide electrical systems and accessories to comply with the NEC,state and local codes and ordinances. It is the intent of these Specifications that the electrical systems be suitable in every way for the use intended. Material and work which is incidental to the work of this Contract shall be provided at no additional cost to the Contract. 1.02 SCOPE OF WORK A. General: Provide labor, materials, permits, inspections and re-inspection fees,tools, equipment, transportation, insurance,temporary protection,temporary power and lighting,supervision and incidental items essential for proper installation and operation of the Electrical systems indicated in the Contract Documents. Provide materials not specifically mentioned or indicated but which are usually provided or are essential for proper installation and operation of the Electrical systems indicated in the contract documents. B. Notices:Give notices,file Plans, pay fees, and obtain permits and approvals from authorities having jurisdiction. Include all fees in the Bid Price. 1.03 INTERPRETATION OF DRAWINGS Project No. 618017 SECTION 260010 BASIC ELECTRICAL REQUIREMENTS CITY OF.MIAMI BEACH Fire Station#3 5303 Collins Ave. Miami Beach, FL 33139 A. General:The Drawings are diagrammatic and are not intended to show exact locations of • raceway runs, outlet boxes,junction boxes, pull boxes, etc. The locations of equipment, appliances,fixtures, raceways,outlets, boxes and similar devices shown on the drawings are approximate only. Exact locations shall be determined and coordinated in the field. The right is reserved to change,without additional cost,the location of any outlet within the same room or general area before it is permanently installed. Obtain all information relevant to the placing of electrical work and in case of interference with other work, proceed as directed by the Engineer. B. Discrepancies: Notify the Engineer of any discrepancies found during construction of the project. The Engineer will provide written instructions as to how to proceed with that portion of work. If a conflict exists between the Contract Documents and an applicable code or standard,the most stringent requirement shall apply. C. Wiring:Fire alarm wiring shall be run in a separate Raceway. Unless otherwise accepted by the Engineer, Raceway shall not be installed exposed. All necessary fittings,supports, and boxes shall be provided for a complete raceway installation. D. Layout: Circuit layouts are not intended to show the number of fittings,or other installation details. Connections to equipment shall be made as required,and in accordance with the accepted shop and manufacturer's setting drawings. E. Coordination: Coordinate final equipment locations with drawings or other disciplines. Layout before installation so that all trades may install equipment in available space. Provide coordination as required for.installation in a neat and workmanlike manner. 1.04 EQUIPMENT SIZE AND HANDLING A. Coordination: Investigate each space in the structure through which equipment must pass to reach its final location. If necessary,ship the equipment in sections of specific sizes to permit the passing through the necessary areas within the structure. B. Handling: Equipment shall be kept upright at all times. When equipment has to be tilted for ease of passage through restricted areas during transportation,the manufacturer shall be required to brace the equipment suitably,to insure that the tilting does not impair the functional integrity of the equipment. 1.05 RECORD DRAWINGS A. Production:The Contractor shall provide two (3)sets of black or blue line on white drawings to maintain and submit record "As-Built Documents". Label each sheet of the Record Document set with "Project Record Documents"with company name of the installing contractor in stamped or printed letters. One set shall be maintained at the site and at all times be accurate, clear, and complete. These drawings shall be available at all times to the Engineer's field representatives. Project No. 618017 SECTION 260010 BASIC ELECTRICAL REQUIREMENTS CITY OF MIAMI BEACH Fire Station#3 5303 Collins Ave. Miami Beach, FL 33139 B. Recording: Record information concurrent with construction progress. Make entries within 24 hours upon receipt of information. The"As-Built"drawings shall accurately reflect installed electrical work specified or shown on the Contract Documents. C. Completion:At the completion of the Work,transfer changes with a colored pencil onto the second set and submit to the Engineer. The"As-Built" drawings shall be made available to the Engineer to make the substantial completion punch list. D. Final: Upon Contractor's completion of the Engineer's final punch list,transfer all"As-Built" conditions and all requirements by the Engineer to a reproducible set of drawings and CAD files. Submit drawings and CAD disks for review and acceptance. The Contractor shall provide updated disks which include final As-Built conditions. 1.06 CODES, FEES,AND STANDARDS A. Application:The codes,standards and practices listed herein generally apply to the entire project and specification sections. Other codes, standards or practices that are more specific will be referenced within a particular specification. B. Requirements:All materials and types of construction covered in the specifications will be required to meet or exceed applicable standards of manufacturer,testing, performance, and installation according to the requirements of UL,ANSI, NEMA, IEEE, and NEC referenced documents where indicated and the manufacturer's recommended practices. Requirements indicated on the contract documents that exceed but are not contrary to governing codes shall be followed. C. Compliance and Certification:The installation shall comply with the governing state and local codes or ordinances. The completed electrical installation shall be inspected and certified by applicable agencies that it is in compliance with codes. D. Applicability:The codes and standards and practices listed herein, and their respective dates are furnished as the minimum latest requirements. 1. State of Florida. 2. Miami-Dade County. 3. City of Miami Beach. E. State Code: Florida Administrative Code F. Building Code: Florida Building Code (2017 w/addendums). 1. Code of Miami-Dade County(Chapter 8) Project No. 618017 SECTION 260010 BASIC ELECTRICAL REQUIREMENTS CITY OF MIAMI BEACH Fire Station#3 5303 Collins Ave. • Miami Beach, FL 33139 G. Labels: Materials and equipment shall be new and free of defects, and shall be U.L. listed, bear the U.L. label or be labeled or listed with an approved, nationally recognized Electrical Testing Agency. Where no labeling or listing service is available or desired for certain types of equipment,test data shall be submitted to validate that equipment meets or exceeds available standards. H. NFPA: National Fire Protection Association (NFPA)Standards NFPA-70 National Electrical Code NFPA-72 National Fire Alarm Code 1.07 INVESTIGATION OF SITE A. General: Before commencing work,verify existing conditions at the premises including, but not limited to, existing structural frame, existing openings; existing wall and partition locations, existing mechanical and electrical work, equipment type, and examine adjoining work on which work is in anyway dependent. B. Responsibility: No waiver of responsibility for defective and inadequate work or additional cost as a result of existing conditions which should have been verified shall be considered unless notice of same has been filed by the Contractor and agreed to in writing by the Engineer before the bid date. C. Special Considerations:Special attention is called to the fact that there will beP�P� gi in ,fixtures or other items in the existing'building which must be removed or relocated in order to perform the alteration work. Include removal and relocation required for completion of the alterations and the new construction. All existing wiring that is to remain in renovated areas shall be made code compliant. D. Power Outage:Special attention is called to the fact that work involved is in connection with existing buildings which shall remain in operation while work is being performed. Work must be done in accordance with the priority schedule. Schedule work for a minimum outage to Owner. Request written permission and receive written acceptance from the Owner no later than 72 hours in advance of power and communication shut-downs. Perform work required at other than standard working hours where outages cannot be accepted by Owner during regular working hours. Protect existing buildings and equipment during construction. 1.08 SUPERVISION OF THE WORK Project No. 618017 SECTION 260010 BASIC ELECTRICAL REQUIREMENTS CITY OF MIAMI BEACH Fire Station#3 5303 Collins Ave. Miami Beach, FL 33139 A. Supervision: Provide one field superintendent who has had a minimum of four(4)years previous successful experience on projects of comparable sizes,type and complexity. The Superintendent shall be present at all times when work is being performed. At least one member of the Electrical Contracting Firm shall hold a State Master Certificate of Competency. 1.09 COORDINATION A. General: Compare drawings and specifications with those of other trades and report any discrepancies between them to the Engineer. Obtain from the Engineer written instructions to make the necessary changes in any of the affected work. Work shall be installed in cooperation with other Trades installing interrelated work. Before installation,Trades shall make proper provisions to avoid interferences in a manner approved by the Engineer. B. Obtain set of Contract Documents from Owner's Authorized Representative or Contractor for all areas of work noted above and include all electrical work in bid whether included in Division 26 and 28 Contract Documents or not. C. Secure approved shop drawings from all required disciplines and verify final electrical characteristics before roughing power feeds to any equipment. When electrical data on approved shop drawings differs from that shown or called for in Construction Documents, make adjustments to the wiring,disconnects, and branch circuit protection to match that required for the equipment installed. D. Damage from interference caused by inadequate coordination shall be corrected at no additional cost to the Owner. E. Adjustments: Locations of raceway and equipment shall be adjusted to accommodate the work with interferences anticipated and encountered. Determine the exact,routing and location of systems prior to fabrication or installation. F. Modifications:Offsets and changes of direction in raceway systems shall be made to maintain proper headroom and pitch of sloping lines whether or not indicated on the drawings. Provide elbows, boxes, etc., as required to allow offsets and changes to suit job conditions. G. Replacement:Work shall be installed in a way to permit removal (without damage to other parts) of other system components provided under this Contract requiring periodic replacement or maintenance. Raceway shall be arranged in a manner to clear the openings of swinging overhead access doors as well as ceiling tiles. H. Layout:The Contract Drawings are diagrammatic only intending to show general runs and locations of raceway and equipment, and not necessarily showing required offsets, details and accessories and equipment to be connected. Work shall be accurately laid out with other Trades to avoid conflicts and to obtain a neat and workmanlike jnstallation, which will afford maximum accessibility for operation, maintenance and headroom. Project No.618017 SECTION 260010 ' BASIC ELECTRICAL REQUIREMENTS CITY OF MIAMI BEACH Fire Station #3 z 5303 Collins Ave. Miami Beach, FL 33139 I. Drawing Conflicts:Where drawing details, plans or specification requirements are in conflict and where sizes of the same item run are shown to be different within the contract documents,the most stringent requirement shall be included in the Contract. Systems and equipment called for in the specification or as shown on the drawings shall be provided as if it was required by both the drawings and specifications. Prior to ordering or installation of any portion of work,which appears tote in conflict,such work shall be brought to Engineer's attention for direction as to what is to be provided. J. It is the responsibility of this Contractor to coordinate the exact required location of fire alarm devices and panels with Owner's Authorized Representative and Designer(and receive their approval) prior to rough-in. Locations indicated in Contract Documents are only approximate locations. K. Working Clearances: Minimum working clearances about electrical equipment shall be as referenced in the applicable edition NEC Article 110, and shall include equipment installed in ceiling spaces. 1.10 DEMOLITION A. General: Relocate existing equipment and reroute existing raceways in areas being renovated as required to facilitate the installation of the new systems. The Owner shall require continuous operation of the existing systems,while demolition, relocation work or new tie-ins are performed. B. Coordination: Prior to any deactivation, relocation or demolition work, arrange a conference with the Engineer and the Owner's representative in the field to inspect each of the items to be deactivated, removed or relocated. Care shall be taken to protect equipment designated as being relocated and reused or equipment remaining in operation and integrated with the new systems. C. Provisions: Deactivation, relocation, and temporary tie-ins shall be provided by the Contractor. Demolition, removal and the legal disposal of demolished materials shall be provided by the Contractor. D. Phasing:The Contractor shall perform work in phases. Phases shall be determined by the Contractor according to his capabilities,shall be indicated in the fire alarm shop drawings, and • approved by AHJ, Owner and Engineer. E. Substitutions: Alternate manufacturers listed will be considered under the following conditions: 1. Written approval of the Owner to consider alternate manufacturer. Project No. 618017 SECTION 260010 BASIC ELECTRICAL REQUIREMENTS • CITY OF MIAMI BEACH Fire Station#3 5303 Collins Ave. Miami Beach, FL 33139 2. 'Ability of alternate manufacturer to meet the requirements of the Construction Documents. 3. Alternate equipment manufacturer shall an "open" not a "proprietary fire alarm system" 4. Alternate equipment selection shall provide shop drawings signed and sealed by a Florida Licensed Professional Engineer indicating full compliance with the original TLC design and scope of work. PART 2 - PRODUCTS 2.01 MATERIALS A. Specified Method:Where several brand names, make or manufacturers are listed as acceptable each shall be regarded as equally acceptable, based on the design selection but each must meet all specification requirements. Where a manufacturer's model number is listed,this model shall set the standard of quality and performance required. Where no brand name is specified,the source and quality shall be subject to Engineer's review and acceptance. Where manufacturers are listed, one of the listed manufacturers shall be submitted for acceptance. No substitutions are permitted. B. Certification:When a product is specified to be in accordance with a trade association or government standard requested by the Engineer,Contractor shall provide a certificate that the product complies with the referenced standard. Upon request of Engineer,Contractor shall submit supporting test data to substantiate compliance. C. Basis of Bid: Each bidder represents that his bid is based upon the manufacturer's, materials,and equipment described in the Contract Documents. D. Space Requirements: Equipment or optional equipment shall conform to established space requirements within the project. Equipment which does not meet space requirements,shall be replaced at no additional expense to the Contract. Modifications of related systems shall be made at no additional expense to the Contract. Submit modifications to the Engineer for acceptance. 2.02 SHOP DRAWINGS A. General:Shop drawings shall be submitted for the fire alarm system as specified in NFPA 72. Submittals section shall include individual specification of every device. One copy shall be submitted to the Engineer.Shop drawings shall be approved by AHJ. B. .Responsibility: It is the Contractors responsibility to provide material in accordance with the plans and specifications. Material not provided in accordance with the plans and specifications shall be removed and replaced at the Contractors expense. Project No. 618017 SECTION 260010 BASIC ELECTRICAL REQUIREMENTS CITY OF,MIAMI BEACH Fire Station#3 5303 Collins Ave. Miami Beach, FL 33139 C. Official Record:The shop drawing submittal shall become the official record of the materials to be installed. If materials are installed which do not correspond to the record submittal they shall be removed from the project without any additional cost or delays in construction completion. D. Information:The shop drawing record submittal shall include the following information to the _ extent applicable to the particular item; 1. Manufacturer's name and product designation or catalog.number. 2. Standards or specifications of ANSI,ASTM, ICEA, IEEE, ISA, NEMA, NFPA, OSHA, UL,or other organizations, including the type,size,or other designation. 3. Dimensioned plan,sections, and elevations showing means for mounting, raceway connections, and grounding, and showing layout of components. 4. Materials and finish specifications, including paints. 5. List of components including manufacturer's names and catalog numbers. 6. Internal wiring diagram indicating connections to components and the terminals for external connections. 7. Manufacturer's instructions and recommendations for installation,operation, and maintenance. 8. Manufacturer's recommended list of spare parts. E. Preparation: Prior to submittal,shop drawings shall be checked for accuracy and contract requirements. Shop drawings shall bear the date checked and shall be accompanied by a statement that the shop drawings,have been examined for conformity to Specifications and Drawings. This statement shall also list discrepancies with the Specifications and Drawings. Shop drawings not so checked and noted shall be returned to Contractor unreviewed. F. Basis of Review:Approval is only for general conformance with the design concept of the project and general compliance with the information given in the contract documents. Contractor is responsible for quantities, dimensions,fabrication processes, and construction techniques. G. Responsibility:The responsibility that dimensions are confirmed and correlated with proper coordination of other trades shall be included as part of the Contract Documents. The responsibility and the necessity of providing materials and workmanship required by the Specifications and Drawings which may not be indicated on the shop drawings shall be included as part of the Contract Documents. The Contractor is responsible for any delays in job progress occurring directly or indirectly from late submissions or re-submissions of shop drawings, product data, or samples. H. Ordering Equipment: No material shall be ordered or shop work started until the Engineer has officially received the shop drawings record submittal and has formally released the Contractor for submittal requirements. Project No. 618017 SECTION 260010 BASIC ELECTRICAL REQUIREMENTS CITY OF MIAMI BEACH Fire'Station#3 5303 Collins Ave. Miami Beach, FL 33139 I. Brochure Requirements:Submit Technical Information Brochures at the start of construction or no later than 30 days after Award of the Contract. Each brochure shall consist of an adequately sized, hardcover,3-ring binder for 8-1/2"X 11"sheets. Provide correct designation on outside cover and on end of brochure. When one binder is not enough to adequately catalog'all data,an additional binder shall be submitted. J. Contractor's Review: Review the brochures before submitting to the Engineer. No request for payment shall be considered until the brochure has been reviewed,stamped'and submitted for review. K. Title Drawings:Title drawings to include identification of project and names of Engineer, Contractors, and/or supplier, data, number sequentially and indicate in general; 1. Fabrication and Erection dimensions. 2. Arrangements and sectional views. 3. Necessary details, including complete information for making connections with other work. 4. Kinds of materials and finishes. 5. Descriptive names of equipment. 6. Modifications and options to standard equipment required by the contract. 7. Leave blank area,size approximately 4 by 2-1/2 inches, near title block(for Engineer's stamp imprint). 8. In order to facilitate review of shop drawings,they shall be noted, indicating by cross- reference the contract drawings, notes, and specification paragraph numbers where items occur in the contract documents. 9. See specific sections of specifications for further requirements. L. Technical Data:Submit technical data verifying that the item submitted complies with the requirements of the specifications. Technical data shall include manufacturer's name and model number, dimensions,weights, electrical characteristics, and clearances required. Indicate optional equipment and changes from the standard item as called for in the specifications. Provide drawings, or diagrams, dimensioned and in correct scale, covering equipment,showing arrangement of components and overall coordination. M. Same Manufacturer: In general, control panels, booster panels, initiation devices and notification devices,etec.shall be supplied and manufactured by the same manufacturer. 2.03 EQUIPMENT, MATERIALS,AND SUPPORTS A. General: Each item of equipment or material shall be manufactured by a company regularly engaged in the manufacturer of the type and size of equipment,shall be suitable for the environment in which it is to be installed,shall be approved for its purpose, environment, and application, and shall bear the UL label. • Project No. 618017 SECTION 260010 BASIC ELECTRICAL REQUIREMENTS CITY OF MIAMI BEACH Fire Station#3 5303 Collins Ave. Miami Beach, FL 33139 B. Installation Requirements: Each item of equipment or material shall be installed in accordance with instructions and recommendations of the manufacturer, however,the methods shall not be less stringent than specified herein. C. Required Accessories: Provide all devices and materials,such as expansion bolts,foundation bolts,screws, channels, angles,and other attaching means, required to fasten enclosures, raceways, and other equipment and materials to be mounted on structures which are existing or new. - D. Protection: Electrical equipment shall at all times during construction be adequately protected against mechanical injury or damage by the elements. Equipment shall be stored in dry permanent shelters. If apparatus has been damaged,such damage shall be repaired at no additional cost or time extension to the Contract. If apparatus has been subject to possible injury, it shall be thoroughly cleaned,dried out and put through tests as directed by the Manufacturer and,Engineer, or shall be replaced, if directed by the Engineer,at no additional cost to the Contract. 2.04 IDENTIFICATION OF EQUIPMENT A. General: Electrical items shall be identified as specified in the Contract Documents. Such identification shall be in addition to the manufacturer's nameplates and shall serve to identify the item's function and the equipment or system,which it serves or controls. Refer to Identification Section of the specifications for additional information. 2.05 SURFACE MOUNTED EQUIPMENT A. General:Surface mounted fixtures, outlets,cabinets, panels, etc. shall have a factory-applied finish or shall be painted as accepted by Engineer. Raceways and fittings,where allowed to be installed surface mounted,shall be painted to match the finish on which it was installed. Paint shall be in accordance with other applicable sections of these specifications. 2.06 CUTTING AND PATCHING A. Core Drilling:The Contractor shall be responsible for core drilling as required for work under this section, but in no case shall the Contractor cut into or weld onto any structural element of the project without the written approval of the Engineer. B. Cutting and Patching: Cutting, rough patching and finish patching shall be provided as specified in the contract documents. Cutting and patching shall be performed in a neat and workmanlike manner. Upon completion,the patched area shall match adjacent surfaces. Project No. 618017 SECTION 260010 BASIC ELECTRICAL REQUIREMENTS CITY OF MIAMI BEACH Fire Station#3 5303 Collins Ave. Miami Beach, FL 33139 C. Openings and Sleeves: Locate openings required for work performed under this section. Provide sleeves,guards or other accepted methods to allow passage of items installed under this section. D. Roof Penetration: Provide roofer with pitch pans,fittings, etc., required for electrical items which penetrate the roof. Roof penetrations are to be waterproofed in such a manner that roofing guarantees are fully in force. Roof penetrations shall be coordinated with other Trades to ensure that roof warranty is not invalidated. 2.07 SLEEVES AND FORMS FOR OPENINGS A. Sleeves: Provide sleeves for Raceways penetrating floors,walls, partitions, etc. Locate necessary slots for electrical work and form before concrete is poured. Watertight sleeves shall be line seal type WS. Fire rated partition sleeves shall be mild steel. Sleeves shall be Schedule 40 PVC or galvanized rigid steel unless specifically noted otherwise. Size shall be one standard diameter larger than pipe being installed or of a larger diameter to below 1/4" minimum clearance. B. Forms: Provide boxed out forms for Raceway penetrations only where allowed by the Engineer. Fill opening after Raceway installation, with equivalent material. 2.08 OPERATING AND MAINTENANCE INSTRUCTIONS A. General:Thoroughly instruct the Owner's Representative,to the complete satisfaction of the Owner and Engineer, in the proper operation of all systems and equipment provided. The' Contractor shall make all arrangements,via the Engineer,.as to whom the instructions are to be given in the operation of the systems and the period of time in which they are to be given. The Engineer shall be completely satisfied that the Owner's Representative has been thoroughly and completely instructed in the proper operation of all systems and equipment before final payment is made. If the Engineer determines that complete and thorough instructions have not been given by the Contractor to the Owner's Representative,then the Contractor shall be directed by the Engineer to provide whatever instructions are necessary until the intent of this paragraph of the Specification has been complied with. • B. Information Requirements: Informationshall indicate possible problems with equipment and suggested corrective action. The manuals shall be indexed for each type of equipment. Each section shall be clearly divided from the other sections. A sub index for each section shall also be provided. C. Instructions:The instructions shall contain information deemed necessary by the Engineer and include but not limited to the following: 1. Introduction: a. Explanation of Manual and its use. b. Summary description of the Fire Alarm Systems. c. Purpose of systems. Project No. 618017 SECTION 260010 BASIC ELECTRICAL REQUIREMENTS CITY OF MIAMI BEACH Fire Station#3 5303 Collins Ave. Miami Beach, FL 33139 2. System: a. Detailed description of all systems. b. Illustrations,schematics, block diagrams, catalog cuts and other exhibits. 3. Operations: a. Complete detailed,step by step,sequential description of all phases of operation for all portions of the systems, including start up,shutdown and balancing. Include posted instruction charts. 4. Maintenance: a. Parts list and part numbers. b. Maintenance and replacement charts and the Manufacturer's recommendations for preventive maintenance. c. Trouble shooting charts for systems and components. d. Instructions for testing each type of part. e. Recommended list of on-hand spare parts. f. Complete calibration instructions for all parts and entire systems. g. General and miscellaneous maintenance notes. 5. Manufacturer's Literature: a. Complete listing for all parts. b. Names,addresses and telephone numbers. c. Care and operation. d. All pertinent brochures, illustrations, drawings,cuts, bulletins,technical data,. certified performance charts and other literature with the model actually furnished to be clearly and conspicuously identified. e. Internal wiring diagrams and Engineering data sheets for all items and/or equipment furnished under each Contract. f. Guarantee and warranty data. 2.09 EXISTING CONDITIONS A. Support: Existing Raceway and cables within the area of renovation shall be provided with proper supports as specified for new work in other sections of this specification. B. Installation: Existing electrical which is designated for reworking or requires relocation, repair or adjustment shall conform to applicable codes and shall be treated as new work complying to all sections of this specification. C. Violations:Where existing conditions are discovered which are not in compliance with the codes and standards,the Contractor shall submit proper documentation to the Engineer for clarification and corrective work direction. Existing conditions shall not remain which will create a disapproval of the renovated area. Project No. 618017 SECTION 260010 BASIC ELECTRICAL REQUIREMENTS CITY OF MIAMI BEACH Fire Station#3 5303 Collins Ave. Miami Beach, FL 33139 D. Patching: Existing Raceway and cable penetrations shall be properly fire treated per code and specification requirements. The Contractor shall thoroughly inspect existing locations and include the cost of patching and repair in his proposed construction cost. PART 3 - EXECUTION 3.01 WORKMANSHIP A. General:The installation of materials and equipment shall be performed in a neat,workmanlike and timely manner by an adequate number of craftsmen knowledgeable of the requirements of the Contract Documents. They shall be skilled in the methods and craftsmanship needed to produce a quality level of workmanship. Personnel who install materials and equipment shall be qualified by training and experience to perform their assigned tasks. B. Acceptable Workmanship:Acceptable workmanship is characterized by first-quality appearance and function,conforming to applicable standards of building system construction, and exhibiting a high degree of quality and proficiency which is judged by the Engineer as equivalent or better than that ordinarily produced by qualified industry tradesmen. C. Performance: Personnel shall not be used in the performance of the installation of material and equipment who, in the opinion of the Engineer, are deemed to be careless or unqualified to -perform the assigned tasks. Material and equipment installations not in compliance with the Contract Documents, or installed with substandard workmanship and not acceptable to the Engineer,shall be removed and reinstalled by qualified craftsmen,at no change in the contract price. 3.02 PROTECTION AND CLEAN UP A. Protection and Restoration: Suitably protect equipment provided under this Division during construction. Restore damaged surfaces and items to "like new" condition before a request for substantial completion inspection. B. Handling: Materials shall be properly protected and Raceway openings shall be temporarily closed by the Contractor to prevent obstruction and damage. Post notice prohibiting the use of systems provided under this Contract, prior to completion of work and acceptance of systems by the Owner's representative. The Contractor shall take precautions to protect his materials from damage and theft. C. Safeguards:The Contractor shall furnish, place and maintain proper safety guards for the prevention of accidents that might be caused by the workmanship, materials, equipment or systems provided under this contract. D. Cleanup: Keep the job site free from debris and rubbish. Remove debris and rubbish from the site and leave premises in clean condition on a daily basis. Project No. 618017 SECTION 260010 BASIC ELECTRICAL REQUIREMENTS CITY OF MIAMI BEACH Fire Station#3 5303 Collins Ave. Miami Beach, FL 33139 3.03 SYSTEMS GUARANTEE A. General: Provide a one-year guarantee. This guarantee shall be by the Contractor to the Owner for any defective workmanship or material,which has been provided under this Contract at no cost to the Owner for a period of one year from the date of substantial completion of the System. The guarantee shall include lamps,for ninety days after date of Substantial Completion of the System. Explain the provisions of guarantee to the Owner at the "Demonstration of Completed System". 3.04 FINAL OBSERVATION A. General:Work shall be completed, and forms and other information shall be submitted for acceptance one week prior to the request for final observation of the installation. 3.05 SPECIAL CONSIDERATIONS A. Comply with special requirements imposed at site by Owner. This may include badging of employees, prohibition of smoking,special working hours, or special working conditions. END OF SECTION Project No. 618017 SECTION 260010 BASIC ELECTRICAL REQUIREMENTS CITY OF MIAMI BEACH Fire Station#3 5303 Collins Ave. Miami Beach, FL 33139 SECTION 260533-RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections,apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Metal conduits,tubing,and fittings. 2. Nonmetal conduits,tubing, and fittings. 3. Metal wireways and auxiliary gutters. ' 4. Nonmetal wireways and auxiliary gutters. 5. Surface raceways. 6. Boxes, enclosures,and cabinets. • 1.3 ACTION SUBMITTALS A. Product Data: For weatherproof listed devices only,and cabinets. PART 2-PRODUCTS 2.1 METAL CONDUITS,TUBING,AND FITTINGS A. Listing and Labeling: Metal conduits,tubing, and fittings shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. B. GRC: Comply with ANSI C80.1 and UL 6. C. EMT: Comply with ANSI C80.3 and UL 797. D. LFMC: Flexible steel conduit with PVC jacket and complying with UL 360. E. Fittings for Metal Conduit: Comply with NEMA FB 1 and UL 514B. Project No. 618017 SECTION 260534 RACEWAYS& BOXES FOR FAS CITY OF MIAMI BEACH Fire Station#3 5303 Collins Ave. Miami Beach, FL 33139 1. Fittings for EMT: a. Material:Steel. b. Type:compression. 2. Expansion Fittings: PVC or steel to match conduit type, complying with UL 651, rated for environmental conditions where installed, and including flexible external bonding jumper. 3. Coating for Fittings for PVC-Coated Conduit: Minimum thickness of 0.040 inch, with overlapping sleeves protecting threaded joints. F. Joint Compound for IMC, GRC, or ARC:Approved, as defined in NFPA 70, by authorities having jurisdiction for use in conduit assemblies, and compounded for use to lubricate and protect threaded conduit joints from corrosion and to enhance their conductivity. 2.2 NONMETALLIC CONDUITS,TUBING,AND FITTINGS A. Listing and Labeling: Nonmetallic conduits, tubing, and fittings shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. B. ENT: Comply with NEMA TC 13 and UL 1653. C. RNC:Type EPC-40-PVC,complying with NEMA TC 2 and UL 651 unless otherwise indicated. D. LFNC:Comply with UL 1660. E. HDPE:Comply with UL 615A and B F. Fittings for ENT and RNC: Comply with NEMA TC 3; match to conduit or tubing type and material. G. Fittings for LFNC:Comply with UL 514B. H. Solvents and Adhesives:As recommended by conduit manufacturer. 2.3 METAL WIREWAYS AND AUXILIARY GUTTERS A. Description: Sheet metal, complying with UL 870 and NEMA 250, Type 1 or Type 3R unless otherwise indicated, and sized according to NFPA 70. 1. Metal wireways installed outdoors shall be listed and labeled as defined in NFPA 70, by a qualified testingagency,and marked for intended location and application. 2. NEMA 250 Type 3R. Project No. 618017 SECTION 260534 RACEWAYS& BOXES FOR FAS CITY OF MIAMI BEACH Fire Station#3 5303 Collins Ave. Miami Beach, FL 33139 B. Fittings and Accessories: Include covers, couplings, offsets, elbows, expansion joints, adapters, hold-down straps, end caps, and other fittings to match and mate with wireways as required for complete system. C. Finish: Manufacturer's standard enamel finish. 2.4 BOXES, ENCLOSURES,AND CABINETS A. General Requirements for Boxes, Enclosures, and Cabinets: Boxes, enclosures, and cabinets installed in wet locations shall be listed for use in wet locations. B. Sheet Metal Outlet and Device Boxes: Comply with NEMA OS,1 and UL 514A. C. Cast-Metal Outlet and Device Boxes: Comply with NEMA FB 1, ferrous alloy or aluminum, Type FD,with gasketed cover. D. Nonmetallic Outlet and Device Boxes:Comply with NEMA OS 2 and UL 514C. E. Small Sheet Metal Pull and Junction Boxes: NEMA OS 1. F. Gangable boxes are allowed. G. Cabinets: • 1. NEMA 250, Type 1 or Type 3R galvanized-steel box with removable interior panel and removable front,finished inside and out with manufacturer's standard enamel. 2. Hinged door in front cover with flush latch and concealed hinge. 3. Key latch to match panelboards. 4. Metal barriers to separate wiring of different systems and voltage. 5. Accessory feet where required for freestanding equipment. 6. Nonmetallic cabinets shall be listed and labeled as defined in NFPA 70, by a qualified' testing agency, and marked for intended location and application. PART 3-EXECUTION 3.1 RACEWAY APPLICATION A. Outdoors:Apply raceway products as specified below unless otherwise indicated: 1. Exposed Conduit:GRC 2. Concealed Conduit,Aboveground: GRC or IMC. 3. Underground Conduit: RNC,Type EPC-40-PVC,Type EPC-80-PVC,direct buried HDPE. Project No. 618017 SECTION 260534 RACEWAYS & BOXES FOR FAS CITY OF MIAMI BEACH Fire Station#3 5303 Collins Ave. Miami Beach, FL 33139 4. Connection to Vibrating Equipment (Including Electric Solenoid, or Motor-Driven Equipment): LFMC. 5. Boxes and Enclosures,Aboveground: NEMA 250,Type 3R or Type 4. B. Indoors:Apply raceway products as specified below unless otherwise indicated: 1. Exposed no exposed to physical damage EMT. 2. Connection to Vibrating Equipment (Including Electric Solenoid, or Motor-Driven Equipment): FMC, except use LFMC in damp or wet locations. 3. Damp or Wet Locations:GRC. C. Raceway Fittings:Compatible with raceways and suitable for use and location. D. Do not install aluminum conduits, boxes,or fittings in contact with concrete or earth. E. Install surface raceways only where indicated on Drawings. F. Do not install nonmetallic conduit where ambient temperature exceeds 120 deg F. 3.2 INSTALLATION A. Comply with NECA 1 and NECA 101 for installation requirements except where requirements on Drawings or in this article are stricter. Comply with NFPA 70 limitations for types of raceways allowed in specific occupancies and number of floors. B. Keep raceways at least 6 inches away from parallel runs of flues and steam or hot-water pipes. Install horizontal raceway runs above water and steam piping. C. Complete raceway installation before starting conductor installation. D. Comply with requirements in Section 260529"Hangers and Supports for Electrical Systems"for hangers and supports. E. Arrange stub-ups so curved portions of bends are not visible above finished slab. F. Install no more than the equivalent of three 90-degree bends in any conduit run except for control wiring conduits, for which fewer bends are allowed. Support within 12 inches of changes in direction. G. Conceal conduit and EMT within finished walls, ceilings, and floors unless otherwise indicated. Install conduits parallel or perpendicular to building lines. H. Support conduit within 12 inches of enclosures to which attached. I. Stub-ups to Above Recessed Ceilings: Project No. 618017 SECTION 260534 RACEWAYS& BOXES FOR FAS CITY OF MIAMI BEACH Fire Station#3 5303 Collins Ave. Miami Beach, FL 33139 1. Use EMT, IMC,or RMC for raceways. 2. Use a conduit bushing or insulated fitting to terminate stub-ups not terminated in hubs or in an enclosure. J. Threaded Conduit Joints, Exposed to Wet, Damp, Corrosive, or Outdoor Conditions: Apply listed compound to threads of raceway and fittings before making up joints. Follow compound manufacturer's written instructions. K. Raceway Terminations at Locations Subject to Moisture pr Vibration: Use insulating bushings to protect conductors including conductors smaller than No.4 AWG. L. Terminate threaded conduits into threaded hubs or with locknuts on inside and outside of boxes or cabinets. Install bushings on conduits up to 1-1/4-inch trade size and insulated throat metal bushings on 1-1/2-inch trade size and larger conduits terminated with locknuts. Install insulated throat metal grounding bushings on service conduits. • M. Install raceways square to the enclosure and terminate at enclosures with locknuts. Install locknuts hand tight plus 1/4 turn more. N. Do not rely on locknuts to penetrate nonconductive coatings on enclosures. Remove coatings in the lockout area prior to assembling conduit to enclosure to assure a continuous ground path. \ O. Cut conduit perpendicular to the length. For conduits 2-inch trade size and larger, use roll cutter or a guide to make cut straight and perpendicular to the length. P. Install pull wires in empty raceways. Use polypropylene or monofilament plastic line with not less than 200-lb tensile strength. Leave at least 12 inches of slack at each end of pull wire. Cap underground raceways designated as spare above grade alongside raceways in use. Q. Surface Raceways: 1. Install surface raceway with a minimum 2-inch radius control at bend points. 2. Secure surface raceway with screws or other anchor-type devices at intervals- not exceeding 48 inches and with no less than two supports per straight raceway section. Support surface raceway according to manufacturer's written instructions. Tape and glue are not acceptable support methods. R. Install raceway sealing fittings at accessible locations according to NFPA 70 and fill them with listed sealing compound. For concealed raceways, install each fitting in a flush steel box with a blank cover plate having a finish similar to that of adjacent plates or surfaces. Install raceway sealing fittings according to NFPA 70. S. Install devices to seal raceway interiors at accessible locations. Locate seals so no fittings or boxes are between the seal and the following changes of environments. Seal the interior of all raceways at the following points: Project No. 618017 • SECTION 260534 RACEWAYS & BOXES FOR FAS CITY OF MIAMI BEACH Fire Station#3 5303 Collins Ave. Miami Beach, FL 33139 1. Where conduits pass from warm to cold locations, such as boundaries of refrigerated spaces. 2. Where an underground service raceway enters a building or structure. 3. Where otherwise required by NFPA 70. T. Comply with manufacturer's written instructions for solvent welding RNC and fittings. U. Expansion-Joint Fittings: 1. Install in each run of aboveground RNC that is located where environmental temperature change may exceed 30 deg F and that has straight-run length that exceeds 25 feet . Install in each run of aboveground RMC and EMT conduit that is located.where environmental temperature change may exceed 100 deg F and that has straight-run length that exceeds 100 feet. 2. Install type and quantity of fittings that accommodate temperature change listed for each of the following locations: a. Outdoor Locations Not Exposed to Direct Sunlight: 125 deg F temperature change. b. Outdoor Locations Exposed to Direct Sunlight: 155 deg F temperature change. c. Indoor Spaces Connected with Outdoors without Physical Separation: 125 deg F temperature change. 3. Install fitting(s)that provide expansion and contraction for at least 0.00041 inch per foot of length of straight run per deg F of temperature change for PVC conduits. Install fitting(s) that provide expansion and contraction for at least 0.000078 inch per foot of length of straight run per deg F)of temperature change for metal conduits. 4. Install expansion fittings at all locations where conduits cross building or structure expansion joints. 5. Install each expansion-joint fitting with position, mounting, and piston setting selected according to manufacturer's written instructions for conditions at specific location at time of installation. Install conduit supports to allow for expansion movement. 'V. Mount boxes at heights indicated on Drawings. If mounting heights of boxes are not individually indicated,give priority to ADA requirements. Install boxes with height measured to center of box unless otherwise indicated. W. Recessed Boxes in Masonry Walls: Saw-cut opening for box in center of cell of masonry block, and install box flush with surface of wall. Prepare block surfaces to provide a flat surface for a raintight connection between box and cover plate or supported equipment and box. X. Horizontally separate boxes mounted on opposite sides of walls so they are not in the same vertical channel. Y. Locate boxes so that cover or plate will not span different building finishes. Project No. 618017 SECTION 260534 RACEWAYS& BOXES FOR FAS CITY OF MIAMI BEACH Fire Station#3 5303 Collins Ave. Miami Beach, FL 33139 Z. Support boxes of three gangs or more from more than one side by spanning two framing members or mounting on brackets specifically designed for the purpose. AA. Fasten junction and pull boxes to or support from building structure. Do not support boxes by conduits. BB. Set metal floor boxes level and flush with finished floor surface. CC. Set nonmetallic floor boxes level.Trim after installation to fit flush with finished floor surface. 3.3 SLEEVE AND SLEEVE-SEAL INSTALLATION FOR ELECTRICAL PENETRATIONS A. Install sleeves and sleeve seals at penetrations of exterior floor and wall assemblies. Comply with requirements in Section 260544 "Sleeves and Sleeve Seals for Electrical Raceways and Cabling." 3.4 FIRESTOPPING A. Install firestopping at penetrations of fire-rated floor and wall assemblies. Comply with requirements in Section 078413 "Penetration Firestopping." 3.5 PROTECTION A. Protect coatings,finishes, and cabinets from damage and deterioration. 1. Repair damage to galvanized finishes with zinc-rich paint recommended by manufacturer. 2. Repair damage to PVC coatings or paint finishes with matching touchup coating recommended by manufacturer. END OF SECTION 260533 Project No. 618017 SECTION 260534 RACEWAYS& BOXES FOR FAS CITY OF MIAMI BEACH Fire Station#3 5303 Collins Ave. Miami Beach, FL 33139 SECTION 264313 - TRANSIENT-VOLTAGE SUPPRESSION FOR LOW-VOLTAGE ELECTRICAL POWER CIRCUITS PART 1-GENERAL 1.1 SUMMARY A. Section includes field-mounted TVSS for low-voltage (120 to 600 V) control and signaling equipment and systems. 1.2 ACTION SUBMITTALS A. Product Data: For each type of product indicated. Include rated capacities, operating weights, electrical characteristics,furnished specialties, and accessories. • 1.3 INFORMATIONAL SUBMITTALS A. Field quality-control reports. • B. Warranties: Sample of special warranties. 1.4 CLOSEOUT SUBMITTALS A. Operation and maintenance data. 1.5 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a testing agency, and marked for intended location and application. B. Comply with IEEE C62.41.2 and test devices according to IEEE C62.45. C. Comply with NEMA LS 1. D. Comply with UL 1283 and UL 1449. - E. Comply with NFPA 70. Project No. 618017 SECTION 264313 TRASIENT-VOLTAGE SUPPRESSION FOR LOW VOLTAGE ELECTRICAL SYSTEMS CITY OF MIAMI BEACH Fire Station#3 5303 Collins Ave. Miami Beach, FL 33139 1.6 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of surge suppressors that fail in materials or workmanship within specified warranty period. 1. Warranty Period: Two years from date of Substantial Completion. PART 2- PRODUCTS 2.1 SERVICE ENTRANCE SUPPRESSORS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following available manufacturers offering products that may be incorporated into the Work include, but are not limited to,the following: B. Basis-of-Design Product: Subject to compliance with requirements, provide product indicated on Drawings or comparable product by one of the following: 1. ' Advanced Protection Technologies Inc. (APT). 2. Atlantic Scientific. 3. Eaton Electrical Inc.;Cutler-Hammer Business Unit. 4. DITEK Surge Protection. 5. Intermatic, Inc. 6. Northern Technologies, Inc.;a division of Emerson Network Power. 7. Siemens Energy&Automation, Inc. C. Surge Protection Devices: 1. Non-modular. 2. LED indicator lights for power and protection status. 3. Comply with UL 1449. 4. Rated at 20-kA interrupting capacity. 5. Fabrication;using bolted compression lugs for internal wiring. 6. Redundant suppression circuits. 7. Arrangement with copper bus bars and for bolted connections to phase buses, neutral bus, and ground bus.' 8. Arrangement with wire connections to phase buses, neutral bus, and ground bus. 9. LED indicator lights for power and protection status. D. Peak Single-Impulse Surge Current Rating: 20 kA per phase. E. Minimum single impulse current ratings, using 8-by-20-mic.sec waveform described in IEEE C62.41.2 Project No. 618017 SECTION 264313 TRASIENT-VOLTAGE SUPPRESSION FOR LOW VOLTAGE ELECTRICAL SYSTEMS CITY OF MIAMI BEACH Fire Station#3 5303 Collins Ave. Miami Beach, FL 33139 1. Line to Ground: 10,000 A. 2. Neutral to Ground: 6,000 A. F. Protection modes and UL497B SVR for balanced circuits with max 70V circuits shall be as follows: 1. Line to Line: <70 V. G. Minimum single impulse current ratings, using 8-by-20-mic.sec waveform described in IEEE C62.41.2: 1. Line to Line: 20,000 A. 2. Line to Ground: 10,000 A. 2.2 ENCLOSURES A. Indoor Enclosures: NEMA 250 Type 1. B. Outdoor Enclosures: NEMA 250 Type 3R. PART 3 -EXECUTION 3.1• INSTALLATION A. Install TVSS devices at every pair of conductors going out of the building, with ground lead bonded to ground system. 3.2 FIELD QUALITY CONTROL A. Perform tests and inspections. 1. Manufacturer's Field Service: Engage a factory-authorized service representative to inspect components, assemblies, and equipment installations, including connections, and to assist in testing. B. Tests and Inspections: 1. Perform each visual and mechanical inspection and electrical test stated in NETA ATS, "Surge Arresters, Low-Voltage Surge Protection Devices" Section. Certify compliance with test parameters. 2. After installing TVSS devices but before electrical circuitry has been energized, test for compliance with requirements. 3. Complete startup checks according to manufacturer's written instructions. SECTION 264313 Project No. 618017 TRASIENT-VOLTAGE SUPPRESSION FOR LOW VOLTAGE ELECTRICAL SYSTEMS CITY OF MIAMI BEACH Fire Station#3 5303 Collins Ave. Miami Beach, FL 33139 C. TVSS device will be considered defective if it does not pass tests and inspections. D. Prepare test and inspection reports. 3.3 STARTUP SERVICE A. Do not energize or connect the fire alarm system to their sources until TVSS devices are installed and connected. B. Do not perform insulation resistance tests of the distribution wiring equipment with the TVSS installed. Disconnect before conducting insulation resistance tests, and reconnect immediately after the testing is over. 3.4 DEMONSTRATION A. Owner's maintenance personnel to maintain TVSS devices. END OF SECTION 264313 Project No. 618017 SECTION 264313 TRASIENT-VOLTAGE SUPPRESSION FOR LOW VOLTAGE ELECTRICAL SYSTEMS CITY OF MIAMI BEACH Fire Station#3 5303 Collins Ave. Miami Beach, FL 33139 SECTION 283100-1 FIRE DETECTION AND ALARM SYSTEM PART 1 GENERAL 1.1 SUMMARY A. Section Includes: Complete, operable, tested and certified, addressable, electrically supervised fire detection alarm system including necessary controls and accessories. B. Related Sections: 1. 260001—Basic Electrical Requirements. 2. 260533-Raceways and Boxes for Electrical Systems. 3. 16131-Outlet, Pull, and Junction Boxes. 4. 16721—Transient Voltage Surge Suppression. 1.2 REFERENCES A. Florida Building Code(FBC). B. Department of Insurance, Division of State Fire Marshall (SFM), Uniform Fire Safety Rules and Standards,Chapter 4A-48, Fire Alarm Systems, latest edition. C. National Fire Protection Association, Inc. (NFPA): 1. NFPA'70 National.Electrical Code(NEC). 2. NFPA 72 National Fire Alarm and Signaling Code. 3. NFPA 90A Standards for the Installation of Air-conditioning and Ventilating Systems. 4. NFPA 92 Standards for Smoke Control Systems. 5. NFPA 101 Life Safety Code. D. American National Standard Institute, Inc. (ANSI).: A117.1 Building and Facilities — Providing Accessibility and Usability for Physically Handicapped People, as reference in FBC - ADAAG, Americans with Disabilities Act Accessibility Guidelines E. Underwriters Laboratories (UL) latest edition,or other Nationally Recognized Testing Laboratory (NRTL) approved by OSHA. 1. UL 38 Standards for Manual Signaling Boxes for Use with Fire-Protective Signaling systems. Project No. 618017 SECTION 283100-1 FIRE DETECTION ALARM SYSTEM CITY OF MIAMI BEACH Fire Station#3 5303 Collins Ave. Miami Beach, FL 33139 2. UL 228 Door Closers-Holders,With or Without, Integral Smoke Detectors. 3. UL 268 Standards for Smoke Detectors for Fire Protective Signaling Systems. 4. UL 268A Smoke detectors for Duct Application. 5. UL 346 Water Flow Indicators for Fire Protective Signaling Systems. 6. UL 464 Audible Signal Appliances. 7. UL 497B Protectors for Data Communication and Fire Alarm Circuits. 8. UL 521 Heat Detectors for Fire Protective Signaling Systems. 9. UL 864 Control Units for Fire Protective Signaling Systems. 10. UL 1424 Cables for Power Limited Fire Protective Signaling Circuits. 11. UL 1481 Power Supplies for Fire Protective Signaling Systems. 12. UL 1635 Digital Alarm Communication Systems Units. 13. UL 1971 Signaling Devices for the Hearing Impaired. 1.3 SYSTEM DESCRIPTION A. Provide and Install an addressable fire alarm system to meet the requirements of NFPA 72 and NFPA 101, NFPA 70(NEC), accessibility codes, FBC, and UL. 1.4 PRE-CONSTRUCTION MEETING FOR EXISTING BUILDINGS A. Before starting the work, the General Contractor shall attend an on-site meeting scheduled by the City of Miami Beach Project Manager,with the A/E,and electrical contractor to evaluate the following: 1. Intended modifications. 2. Maintenance of existing system, as required. 3. Safety concerns. 4.Timelines. 1.5 SUBMITTALS A. Before starting the work, the manufacturer's authorized representative shall submit a signed document committing the manufacturer to provide the City of Miami Beach or its authorized maintenance contractor with all the special tools, hardware, software, any proprietary items or products, and instruction or training programs necessary to test, service, and maintain the system installed under this contract, as well as any other system of the same manufacturer and model containing similar features. Project No. 618017 SECTION 283100-1 FIRE DETECTION ALARM SYSTEM CITY OF MIAMI BEACH Fire Station#3 5303 Collins Ave. Miami Beach, FL 33139 B. Before starting the work, submit shop drawings (installation documentation) and product data of all equipment. Shop drawings shall be as per NFPA 72 Chapter 7.4 and shall include but not limited to the following: 1. Name of protected premises, owner, and occupant. Location/address of protected premises. Name and license of the installer or contractor, date of issue and any revision dates. 2. Dimensioned outline drawings and technical data sheets for all equipment. 3. Floor plan layout showing location of all devices and control equipment 4. Riser diagrams indicating wiring and conduits. Wiring diagram shall include but not be limited to all connections and numbering for each terminal, wire color-coding at each device and terminal cabinets. Since the wiring diagram will be used as part of the "As Built Drawings", no "typical"wiring diagrams will be allowed. 5. Functional description of the complete fire alarm system and subsystem. Sequence of Operation in either and input/output matrix or narrative form. 6. Indicate cabinet elevations with each item on the face of the cabinet identified. 7. Battery calculations;Voltage Drop calculations for notification appliance circuits. 8. Fuel shut-off system,' 9. Device identifications for:the entire project. Equipment technical data sheets. 10.Sample inspection and test forms. 11. Electrical wiring diagram of kitchen suppression system interface, magnetic door holders, HVAC controls tie to the FAS and remote test stations;mounting, backing, etc. Shop drawings shall be drawn to 1/8"= 1'-0"scale,on sheets of uniform size,with a plan of each floor. C.Tests and Submittals: 1. Before certification,test the system per NFPA 72 requirement. 2. Submit to the City of Miami Beach Project Manager a signed "Record of Completion" per NFPA 72 at least 5 working days before the final inspection by the Building Department. All signatures shall be notarized and contractor's license number provided. D. Substantial Completion Submittal Requirements: 1. Provide 3 complete sets of Operating and Maintenance (O&M) manuals, literature, and information concerning equipment indexed and bound in accepted loose-leaf binders. 2. Furnish 1 set of Contractor mark-up drawings to the A/E indicating accurate plan layout, conduit runs, and wiring diagrams as actually installed. Typical wiring diagrams are not allowed. Project No. 618017 SECTION 283100-1 FIRE DETECTION ALARM SYSTEM CITY OF MIAMI BEACH Fire Station#3 5303 Collins Ave. Miami Beach, FL 33139 , Prior to submittal, the Contractor's mark-up drawings shall be updated daily and shall be made available at all times for review by the City of Miami Beach Project Manager and the A/E. 3. Provide 3 sets of record drawings for the complete system. Show connections, numbering system of every device including wiring and cabling identification, raceways, and junction and terminal cabinets. 4. Fire Alarm Log Book: According to SFM Chapter 4A-48 provide fire alarm system required decal at the panel and system log book with Record of Completion at the facility on site. 5. Provide 3 original notarized NFPA 72 Certificate of Completion (certification) according to NFPA 72 and as specified herein. Part 2 shall be completed and notarized. 6. Provide the City of Miami Beach a duplicate copy of the system software program stored at the panel, including pass codes necessary to provide maintenance and programming of the system. 7. Name, address, and telephone numbers of local supplier and local factory trained Technical Representative (TR). Provide 3 copies of TR's certificate verifying factory training on the submitted system. 8. Five(5) Keys and/or wrenches necessary to reset manual fire stations. 1.6 QUALITY ASSURANCE A. The equipment manufacturer shall have a local branch office or authorized distributor staffed with factory trained, full-time employees capable of performing installation, testing, inspection, repair, and maintenance services for the life of the fire alarm system. B. Furnish wiring diagrams and wire runs for the raceway system installed by the licensed electrical contractor, under Division 16. C. Installer Qualifications: 1. The contractor installing the fire detection alarm system shall be licensed by the State of Florida Department of Business and Professional Regulation under Section 489, Part II of the Florida Statue as an EC-Unlimited electrical contractor or an EF-Alarm contractor I.The installing contractor shall possess a valid occupational license,and a current certificate of insurance. 2. The installing contractor shall ensure that a qualified representative of the fire alarm system manufacturer monitors and coordinates the installation, is present at the final test, and instruct the City of Miami Beach as to the use of the system. 3. Provide a minimum of 1 Electrical Master, Electrical Journeyman, Master Specialty or Journeyman Specialty in the fire alarm trade for every 3 apprentices performing the installation of the fire alarm system. Project No. 618017 SECTION 283100-1 FIRE DETECTION ALARM SYSTEM r CITY OF MIAMI BEACH Fire Station#3 5303 Collins Ave. Miami Beach, FL 33139 • D. Fire Detection Alarm System: 1. Listed and labeled by Underwriters Laboratories (UL) or other Nationally Recognized Testing Laboratory(NRTL) approved by OSHA. 2. Listed and labeled for commercial use. Residential devices are not allowed. E. Components, Parts, and Assemblies shall be listed for compatibility by the fire alarm system manufacturer. 1.7 WARRANTY A. Firealarm system, including but not limited to fire alarm panels, fire alarm components, raceways, wiring, etc., shall be warranted in writing by the system manufacturer, against defects in labor and materials for 1 year after Substantial Completion. B. Provide 5 notarized original copies of the warranty certificate signed by the authorized manufacturer's representative giving detail of the warranty being provided, and listing components that are included and not included in the warranty. C. Warranty service shall be performed by a certified factory trained and approved fire alarm technician of the equipment manufacturer's representative or distributer. 1.The Contractor,within the warranty period,shall respond to routine warranty service requests by completing repairs within 24 hours of service request by the City of Miami Beach. 2. The Contractor, within the warranty period, shall respond to emergency warranty service requests with the arrival of service technician at affected site within 8 hours of notification of emergency. Repairs shall be expedited to bring system online as soon as possible. Emergencies include, but are not limited to,the following: a.Total system failure. b. Inability to acknowledge,silence,or reset audible or panel troubles. c. Failure of air-conditioning to reset after an alarm. d. Failure of any gas system to reset after an alarm. e. Failure of alarm system to,communicate with the supervisory central station d. Loss of battery power. e. Damage caused to system due to transients and power surges. f. Complete zone or loop failure. g. Fire at a facility. Project No. 618017 SECTION 283100-1 FIRE DETECTION ALARM SYSTEM CITY OF MIAMI BEACH Fire Station#3 5303 Collins Ave. Miami Beach, FL 33139 If problem is not correctable within specified time frames,the Contractor shall provide in writing and expected completion date to the City of Miami Beach. D. Inspections at End of Warranty: 1. Prior to the end of the 1-year warranty period,the City of Miami Beach Project Manager, and representatives from the Contractor and the fire alarm installer,shall meet at the site to address any pending warranty items to the satisfaction of the City of Miami Beach. The City of Miami Beach will decide if the warranty items cited during tha course of the warranty period have been completed to the satisfaction of the City of Miami Beach 2. Prior to the one year warranty expiration date, the Contractor and the fire alarm system supplier, under the current project Contract, shall perform the first one-year fire alarm system re-certification in accordance with NFPA-72. 3. The fire alarm system supplier shall provide the City of Miami Beach with a three (3) year Maintenance Contract for the City of Miami Beach consideration and acceptance. 4. Required inspections shall be warranted by the Contractor for 1 year following acceptance. The warranty shall include parts, labor, prompt field service, pickup, and delivery. 5. Required inspections according to State Fire Marshall Rule 4A-48 and NFPA 72 will be performed by Miami Beach Maintenance. Deficiencies will be forwarded to City of Miami Beach Project Manager for corrections by the warranty provider. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Fire Detection Alarm System: 1.Silent Knight(by Honeywell). 2. Fire.Lite (by Honeywell). - 3. Notifier(by Honerywell). Selected Fire Alarm System shall be an open-non proprietary Fire Alarm System to allow the owner to select the fire alarm contractor which will be in charge of the maintenance of the system. All base and specific software shall be open source and provided to the owner together with,all ID codes and passwords. Selected Fire Alarm System shall have enough capacity to cover the entire building using only the 80% of its capacity. B. Fuel Shut-Off System: Project No. 618017 SECTION 283100-1 FIRE DETECTION ALARM SYSTEM CITY OF MIAMI BEACH Fire Station#3 5303 Collins Ave. Miami Beach, FL 33139 1. Kitchen gas supplies shall be shut off by activation of the kitchen hood fire suppression system. The kitchen hood fire suppression system shall activate an alarm at the fire alarm system control panel upon activation. C. Fire Alarm Cables for Wet and Damp Locations: Cable shall be listed by a NRTL for use in wet locations.Aquaseal by West Penn or accepted equivalent. D. UL Protective Covers: safety Technology International (STI), Waterford, MI as follows or accepted equivalent 2.2 COMPONENTS A.System Description 1. Provide a single stand-alone or a multiple panel network type system for the entire facility. The system shall be a 24-Volts Direct Current (VDC), fully analog addressable using multiple Signaling Line Circuits (SLC) Style 4 (Class B) and multiple Style Y (Class B) Notification Appliance Circuits (NAC),wired in dedicated conduits,electrically supervised and power limited. 2. Interfacing between fire alarm detection systems shall be accomplished with the UL listed equipment for that purpose. Systems shall function in unison and be controllable from the master panel location. B. Fire Alarm System Control Panel: 1.The fire alarm system shall consist of: a.A UL 864 listed intelligent microprocessor based main control panel. b. UL listed annunciator panel(s). c. UL fire listed printer, printer stand, paper feed tray and paper catch tray. d.Automatic detection devices. e. Manual stations. f. Notification appliance devices wired according to the schedule on the Drawings. g. Fire sprinkler tamper supervisory switches and water flow switches. h. Monitoring modules and control modules 2. Equipment shall allow a one-person walk-through test of either the complete system or each individual SLC while maintaining full functionality of SLC not being tested. If no test activity occurs for a specified period, as determined by the manufacturer,the system shall automatically return to the normal operating mode. Project No. 618017 SECTION 283100-1 FIRE DETECTION ALARM SYSTEM CITY OF MIAMI BEACH Fire Station#3 5303 Collins Ave. Miami Beach, FL 33139 3. System shall be capable of being programmed in the field, by a laptop computer. Store programmed information in non-volatile memory. System programming shall be password protected by fire alarm system manufacturer and include full upload and download capability. 4. At a minimum,the panel shall have behind a lockable door,the following switches: a. Audible silence.' b.Trouble silence. c.Supervisory silence. d. Panel reset. 5. System shall have a real time history log stored in non-volatile memory and capable of containing a minimum of 400 events. 6.The input AC power to the fire alarm control panel shall be from a dedicated branch circuit of the facility emergency backup system. AC breaker shall be marked "WARNING-AC POWER TO FIRE ALARM DETECTION SYSTEM-DO NOT TURN OFF OR DISCONNECT". 7. Provide 1 dry form C relay contact for central monitoring for each of the following: a. System alarm. b.System trouble. F.Sprinkler supervisory. 8. Provide battery backup capable of operating the fire alarm system under maximum normal load for 24 hours and then operating in the alarm mode for 5 minutes after loss of input power. 9. Remote NAC power supplies shall be ADAAG compliant, NRTL fire listed with battery backup and an addressable interface module for NAC location at the main panel. The primary 120 volt power shall be in compliance with NFPA 72 Chapter 1. 10.System shall have the ability to silence all horns and horn/strobes during an alarm. C. Fire Alarm System Devices: 1. The intelligent manual fire station shall be non-coded, single action, and operate on any SLC. The intelligent manual fire station shall be individually annunciated on the control panel. a. Intelligent Manual Fire Station: UL 38 listed. b. Manual Stations: Mount semi-flush where possible. c. If it is not possible to mount a semi-flush station,the supplier shall provide the proper manufacturer's surface mounted box. d. Protect each manual pull station with a UL listed transparent protective cover. Project No. 618017 SECTION 283100-1 FIRE DETECTION ALARM SYSTEM CITY OF MIAMI BEACH Fire Station#3 5303 Collins Ave. Miami Beach, FL 33139 2. Detection devices shall contain an integral alarm LED. Detectors shall be individually identifiable from the control panel and shall comply with the following: a.Smoke detector shall be UL 268 listed. b.Thermal detector shall be UL 521 listed. c. Detector sensitivity shall be individually adjustable from the control panel. It shall also be possible to accurately measure each detector's sensitivity from the control panel. 3. The intelligent monitoring module shall incorporate a custom microprocessor based integrated circuit, supervised and uniquely identifiable by the control panel. The intelligent interface module shall be used to uniquely identify water flow switches, tamper switches, and OS&Y valves. 4. The air duct detector shall operate on a cross-sectional air sampling principal to overcome stratification and the skin effect. The air duct detector shall consist of a standard intelligent/analog ionizationdetector mounted in an air duct sampling assembly and sampling tube that protrudes across the duct of the ventilating system. The air duct detector shall retain the features of the (intelligent/analog) ionization detector, and be installed in the ventilating duct as indicated in the devices if both are required. a. Intelligent/analog air duct detector shall be UL 268A listed. B b. When used for air handling control, the relay within the base of the duct detector shall be capable of operating from general alarm. 5. Horns shall be polarized 24VDC type with capability of alarm.The audio alarm shall remain on until the system is silenced. a. UL 464 listed. b. Operate using a distinctive three-pulse temporal pattern per NFPA 72 during alarm condition. c. Locate horns at heights according to NFPA 72 and ADAAG. d. Provide horns of the same type and sound throughout the facility. 6. Horn/Strobes shall be polarized 24VDC type and meeting ADAAG requirements. The audio and visual portion shall be used for alarm and shall remain on until the system is silenced. a. Horn/Strobes: UL 464 and UL 1971 listed respectively. b. Horns: Operate using a distinctive three-pulse temporal pattern per NFPA 72 during alarm condition. Project No. 618017 SECTION 283100-1 FIRE DETECTION ALARM SYSTEM CITY OF MIAMI BEACH Fire Station#3 5303 Collins Ave. Miami Beach, FL 33139 c. Provide horns of the same type and sound throughout the facility. d. Locate horns/strobes at heights according to NFPA 72 and ADAAG. , 7. Strobes shall be polarized 24VDC type meeting ADAAG requirements. The strobes shall remain on during any alarm condition until the system is silenced. a.Strobes: UL 1971 listed. • b. Install at heights according to NFPA 72 c. Protect each strobe with a UL listed transparent protective cover. 8. Protective Covers: Provide and install NRTL listed clear polycarbonate protective covers for all pull stations except those located within administrative services staff offices. Provide spacers as required for surface mounted units. By Safety Technology International, Waterford, MI or M- DCPS accepted equivalent. a. For flush mounted pull stations: 1)STI 1200 for indoor locations. 2)STI 1250 for outdoor locations (weather resistant). b. For surface mounted pull stations: 1)STI 1230 for indoor locations. 2)STI 3150 for outdoor locations (weather resistant). c. Fasteners for covers shall be tamperproof. 9. Door Holders: 24VDC powered. a. Door holders shall be UL 228 listed. D. FIRE ALARM ANNUNCIATOR PANEL 1.The Fire Alarm System Annunciator shall be of an LCD or graphic LED type and display the exact origin of the alarmed device with a custom user defined message. Locate as shown on the Drawings. The annunciator shall duplicate the information available at the fire alarm control panel. Project No. 618017 SECTION 283100-1 FIRE DETECTION ALARM SYSTEM CITY OF MIAMI BEACH Fire Station#3 5303 Collins Ave. Miami Beach, FL 33139 Fire Alarm Cables: 1. Wiring shall be power limited and meet the intent of NFPA 70, article 760.The systems shall be wired Style 4(Class B) and Style Y(Class B). a. Wiring shall be UL 1424 listed for indoor installations. b. Fire Alarm Cables for Wet and Damp Locations: Cables shall be suitable for use in raceways and in wet locations,complywith NEC 70,articles 725 and 760. 2. Circuits: a. Notification Appliance Circuits: 1) Cable shall be4 conductor non-shielded cable manufactured according to UL 1424 and NEC 70, articles 725 and 760 type Fire Power Limited (FPL) or as directed by fire alarm system manufacturer. 2) Single conductor, FPL wire type, manufactured according to UL 1424 and NEC 70, articles 725 and 760. 3)AWG of Conductors: per NFPA 70(NEC) article 760. 4) Number of Conductors in cable: Four. , 5) Conductor Insulation:0.010 tri-rated semi-rigid PVC rated for 105C. 6) Cable Jacket:0.015 PVC. 7) Nominal Cable Diameter:0.225 inches. 8)Applicable UL Designation:Type FPL, 75C. 9) Meet the low capacitance requirements for the manufacture of the fire alarm system being installed. b.Signaling Line Circuits and Initiating Circuits: 1) Cable description: 2-conductor shielded or non-shielded cable according to manufacturer's requirements and UL 1424 and NEC, articles 725 and 760 - type fire power limited or as directed by fire alarm system manufacturer. 2)AWG of Conductors: per NFPA 70 (NEC)article 760. 3) Number of Conductors:Two. 4) Conductor Insulation:0.020 PVC rated for 105C. 5) Cable Shield:. Overall aluminum backed polyester tape shield, aluminum facing outward,and 100 percent shield coverage. 6) Cable Drain: 20 AWG stranded tinned copper. Project No. 618017 SECTION 283100-1 FIRE DETECTION ALARM SYSTEM CITY OF MIAMI BEACH Fire Station#3 5303 Collins Ave. Miami Beach, FL 33139 7)Cable Jacket:0.015 PVC. 8) Nominal Cable Diameter:0.225 inches. 9)Applicable UL Designation:Type FPL,75C. 10) Meet the manufacturer's low capacitance requirements for the fire alarm system being installed. F.Transient voltage surge protection: 1. Provide lightning protection and transient voltage and surge suppression for the input AC power and all load side circuits. a. Lightning protection and transient voltage and surge suppression for load side circuits shall be UL 4978 listed. b. Furnish lightning/surge protection integral with panel. Provide additional surge protection at 120 VAC disconnect breaker. c. Furnish and install additional transient suppression Isolated Loop Circuit Protector devices (ILCP) on fire alarm wiring, (including.shield), extending beyond the main_building by either aerial, underground, or other methods (walkways, bridges, or other aboveground connectors). The ILCP shall be located as close as practicable to the point the circuits leave or enter the building containing the fire alarm control panel. 2.3 SEQUENCE OF OPERATION A. Sequence of Operation/Alarm Activation: 1. The system shall function as follows, when an initiating device such as an area or duct detector, manual station, or water flow switch, is activated: a. Sound required audible in accordance with NFPA 72 and activate devices and strobes throughout the school. b. Automatically notify a third party via a digital alarm communicator transmitter (DACT), integral in the fire alarm control panel or individually mounted. c. Display individual detector or zone number on alphanumeric display with user defined message. d. Light an indicating LED on the device initiating the alarm. Smoke detectors and monitor modules only. Project No. 618017 SECTION 283100-1 FIRE DETECTION ALARM SYSTEM CITY OF MIAMI BEACH Fire Station#3 5303 Collins Ave. Miami Beach, FL 33139 e.Shut down the HVAC system and operate selected dampers. f. Interface of the elevator(s)shall be per FBC g. Close all magnetically held fire doors. h. There shall be no limit, other than maximum system capacity, as to the number of intelligent/analog devices that may be in alarm simultaneously. 2. When an alarm has been acknowledged and silenced, the audible devices shall silence but the strobes shall remain on. a. The blockacknowledge feature of addressable system is not allowed and shall be disabled except for system start-up and maintenance. 3. After the alarm has been investigated and reset, it shall be possible to press the recall button in the control panel to emit a steady sound throughout the facility as a recall signal. a. It shall not be possible to activate the recall before the alarm signal is reset. b. The recall button shall be used as a signal to reoccupy the building after a fire and not be for any other purpose. 4. Kitchen Hood or Ansul Fire Suppression System: a. Activation of a kitchen hood or an Ansulfire suppression system shall cause a signal to be transmitted instantaneously to both the fire alarm system (control/annunciator panel) and fuel shut-off system to accomplish the following: 1) The kitchen hood exhaust fan shall continue to operate, unless required to be shut down by the pre-fab engineered hood system manufacturer. EXCEPTION: The fire suppression system for an NFPA 96 exhaust hood for commercial cooking appliances in the kitchen are not required to be activated by the facilities fire alarm system; however, when the hood'sautomatic fire extinguishing systems are activated, kitchen ventilation and heating systems shall shut down, fuel valves shall close, electrical appliances shall de-energize,and the facility's fire alarm shall activate. 2) The Ansul fire protection system shall activate the facility fire alarm and detection system, however activation of a general alarm of the facility fire alarm system shall not activate (dump) the Ansul fire protection system. 5. Fire Alarm System Special Requirements: a. To allow monitoring of signals through the telephone lines to a third party, provide the fire alarm panel with 3 form C(open,common,close) auxiliary contacts to close/open on: 1)System alarm. • Project No. 618017 SECTION 283100-1 FIRE DETECTION ALARM SYSTEM CITY OF MIAMI BEACH Fire Station#3 5303 Collins Ave. Miami Beach, FL 33139 2)System trouble. 3)Sprinkler supervisory. b. Provide a dual line Digital Alarm Communicator Transmitter(DACT) UL 1635 listed meeting NFPA 72 and power limited to monitor the signals described in this section. DACT can be internal or external to the FACP. c. Program the DACT to dial a third party number as instructed by the City,of Miami Beach Project Manager and'transmit information to a FBI CP-220 receiver. d. Connect fire alarm DACT to the 2 separate telephone lines as per NFPA 72 requirements, provided by M-DCPS adjacent to the DACT. e. Upon activation of its inputs,the DACT shall not sound an audible alert tone. 2.4 FLOW SWITCHES AND TAMPER SWITCHES(provided by Division 15) A. Flow switches and tamper switches serving the fire protection sprinkler system shall be provided with their own independent addressable module. PART 3 EXECUTION 3.1 INSTALLATION A. Mount control and annunciator panels with sufficient clearance for observation and testing of the display. Panel controls to comply with ADA i and Florida Accessibility Code for Building Construction. Provide decal with telephone contact number for warranty work at the inside face of the panel door. B. Clearly mark fire alarm junction boxes for easy identification.Wiring shall be in conduit. Use flexible metal raceways for devices mounted in suspend ceiling panels. Conduit, mounting boxes, junction boxes, and panels shall be securely hung and fastened with appropriate fittings to insure positive grounding throughout the system. C. No wiring other than that directly associated with fire alarm detection, alarm, or auxiliary fire protection functions shall be allowed in fire alarm dedicated conduits. 1. Avoid wiring splices to the extent possible and, if needed, splices shall be made only in junction boxes and clearly identified on As-Built drawings. 2.Transposing or changing color coding of wires is not allowed. 3. Conductors in conduit containing more than 1 wire shall be labeled on each end with "E-Z markers"or accepted equivalent. Project No. 618017 SECTION 283100-1 FIRE DETECTION ALARM SYSTEM CITY OF MIAMI BEACH Fire Station#3 5303 Collins Ave. Miami Beach, FL 33139 4. Conductors in cabinets shall be carefully formed and harnessed so that each drop off directly opposite to its terminal. 5. Cabinet terminals shall be numbered and coded. 6. Provide clearly labeled controls,function switches,etc.,on equipment panels. 7. In junction or pull boxes with splices, provide: a. Minimum dimension of junction or pull boxes according to NEC Articles 370-18a.1.a. and 370-18a.2,the conductor size notwithstanding. b.Terminal strips. 8. Color Codes: a. Color codes shall be consistent throughout the facility's fire alarm system. Each circuit type must use different colors. D. Fire Alarm Conductors Splicing: 1. Splicing of fire alarm initiation & notification circuit conductors shall only be allowed for connection of fire alarm devices or inside wall or ceiling mounted terminal cabinets on terminal strips. All circuit conductors shall have wire markers with corresponding typewritten wiring schedule inside enclosure. Fire alarm circuit initiation & notification conductors shall not be spliced underground: 2.All circuit conductors shall have wire markers with corresponding typewritten wiring schedule inside enclosure. E. Check and test wiring to ensure grounds, opens or shorts are not present. F. Manual pull stations shall be installed with a protective cover, 4'-0" AFF, at locations indicated on the Drawings. G.Audible Alarms shall be mounted on walls in compliance with FBC chapter 11 and ADA. Dimensional tolerances apply. Use combination horn/strobe. H. Visual Alarms and Combination Horn/Strobes: Mount on walls in compliance with FBC chapter 11 and ADA. Dimensional tolerances apply. Project No. 618017 SECTION 283100-1 ,FIRE DETECTION ALARM SYSTEM CITY OF MIAMI BEACH Fire Station#3 5303 Collins Ave. Miami Beach, FL 33139 3.2 TERMINAL CABINETS AND BACKING BOARDS A. Fire Alarm Terminal Cabinets: • 1. Above ceiling boxes: Minimum 24 inches x 24 inches x 6 inches with a hinged cover, red stenciled "FIRE ALARM" on cover. 2. Isolate and identify separately the terminals for: a. Data Loop b. 24 volt power. c. NAC, Horns d. NAC, Strobes. 3. Provide terminal box at or near the control panel whether or not shown on the drawings. 4. Enter control panel with only those wires to terminal at panel. 3.3 SITE INVESTIGATION A. Contractor shall apprise himself fully regarding equipment peculiarities and limitations of space available for installation of materials under contract. Include all necessary contingencies for the above in base bid. B. Do all cutting, sleeving, excavating and backfilling necessary for installation of equipment and patching thereafter. • 3.4 CLEANING UP A. Contractor responsible for making arrangements for removal of cartons, boxes, paper, scrap wire, conduit, etc.off the site. 4 3.5 EXISTING BUILDINGS A. When an existing fire alarm is replaced with a new fire alarm system, all existing fire alarm components that are not required for the operation of the new fire alarm system shall be removed after the Record of Completion for the new fire alarm system is accepted. Removal shall include but not be limited to, fire alarm panel(s), sub-panels, power supplies, annunciators, initiating devices, related exposed conduits and all wiring. Project No. 618017 SECTION 283100-1 FIRE DETECTION ALARM SYSTEM CITY OF MIAMI BEACH Fire Station#3 5303 Collins Ave. Miami Beach, FL 33139 B. The existing fire alarm system and its components including wiring and devices shall not be removed until the new fire alarm system has been inspected, tested, certified and approved by the Fire Department. 3.6 DEMONSTRATION A. Manufacturer's Training: 1. Upon completion of the fire alarm system, the contractor shall provide training System operation training for the City of Miami Beach staff as determined by Project Manager. Training shall be a minimum of 2 classes, at 2 hours minimum for each class. a. Provide each trainee, an operator's manual incorporating a quick reference operating instructions sheet. END OF SECTION • Project No. 618017 SECTION 2831004 FIRE DETECTION ALARM SYSTEM SYMBOL LEGEND ELECTRICAL GENERAL NOTES FIRE ALARM GENERAL NOTES 1 L( FIRE ALARM/DETECTION SYSTEM •�•••.•....••®o�,.o.......a..... — Ma. ....C.710.4.00••11.100.1 . AUTO.` fl °""'•"��'."`""n"..ro.s.' INGINE[IIING Y�t Yw Mr •.awu.*.[x ..m.w...e...a.w�u.uoM...m..w..,.a,m MEMOMML.M...+...,..,+...wraww.w..c.M f00767 04.ARCHITECTURE 1.. Worm fl 3.1120 a s..w�bo M. IOWA 60051. ,...r .3' wii i. .ecs..,m.uta.v. rswwua.vrt.Y....uonwncr u 2.411.0 Hi 1001.00, r..w.....u.wr...t.rro. MMrvta031.1.10.111.001.01.110......0.11...10na.. e...am.0.u�.wr¢w.v. ..... ®..........u.auu..m..� ..w P,o.+... •a.. m.r.+. . •� ....00101.1000.0 arx.a.mwamr 1..................................... .....0.....41. 1.5'": ...*rt.,. 21.11 .u.. 9.63mC00011191...100.1.10.1:0110. . .........................••...7....1.10.0.t OE TEcTOR - r:m.o., ,o.w, .r.I...m.w.. +.....,no....,..ns,••I�wa.v • .n.mvw,.uao.�.,®o.o. 1.111.1 IOWA PROJECT.11.1.MOM C.FC111•1 li s m^^w" u.awwa..owu„.aa.....awa 10001.02.re MO 0.01•00011•10.0 000.0.00,1arrt.0.1. , ...m.uuau....o®..mtae.� '°.•• .m .w .mmwv..ww wen nem at tau.mem•alai cece mei oaeoeerneeea el Fe.ane, ....m....m.e e,..a. c.a..,aaaaa.aaaaraaaa,aa,aaraa,aa mw.� �w. . ".e.. . R ,., ..IA .,..W.. imegomroc ,owu.. .. e0.0.11....00.0..0.0. .. we.o.MAIM.w..nE.a SIPOSE AMA CF..MOUNI. 11.1 .� a.oc........ AMMA .. .„v" LL . ,.......m.e,w.:.wPO.Ammti..m .taw K" io a a.ur.�c..m,.erawr�... .,,.......We W.....a..........�..n,,. O <E .•0.0.71.......1.0010.1......•' �1.300 RE0.1.0 taw aww mn.n. 1.19.1.1.001.1.....1..... • .w..wwn.m....r.wwrmm.w...... ........................1101.1.00.111Q 5ffi 31.31 came It WO u....s.a MAMMA o�•p. .w.••'••.m iii w�.�io �wa,00mevn • _ N LL .w YAMMER AMER wriftka• r resummwe we cuLow.o......r a a.a a.nraru...w,.mvm .aruumgAg ..A.Ammm..r um. m III L ..,,,,.......F.,,,,‘...,......,.......,,..,..,,,,,... • rommr .w .u:....o„ta.r...,...0 e. al MO gol..aYON...♦au•.n..m 11.01.w..n. . ww,..w.....o. .u •u•w0000.00.02.1.0••••••010 w .r...M.. . .¢r PY0.0aa �W � r • !1NIfIY . .Mtim.0unim INIa..� w .�M. fe MR.ww. ... .w 1wwam0.00�' •0 .a0056011au• echr,w .ora ...”..®mo.earm.o MIMII.P.•01010101010.0001..n I...RC 1aom.”D Dy��ill............wwnvm...n..iR �""ta"".e.,w... _ REMODELING WORK NOTES ....fa.1000‘g Vtilttrj.°E,ZE.:11.171=311T41112%Tra. I �• � ,.,tame . .• ....,..w.o w..e.., • ..0 . t• ram=......=. a . ,rj .e .nmem.. .ou,�01.0.0011.0r. .3.01,00 00 . .O"7 '021 `1110.. ...... ...6.. ORR ( mmmm.nmru.....mn.muw........... . uw:' : 'o ,o"..i.anmw.mu.won.vw .'m .n .mAP.ov.memn,.1,.y lanide= i i00.10 .31-01 NTS — - ■ ELECTRICAL LEGEND I GENERAL NOTES AND taw.amu..•mw...cr..rELuta.taxa..tar....SPRICATIRIB,MOMItAMI.f.dna.MRSPRORIO WARM....w.. INDEX E-001 i 1L( ..7=e1t0":6=1:'"C:A="*1.10.1;•.•".:=::117,10=0=111=1...=•=1"A"'"'''''''''" Am wart we reNer arerNIRL aa•caretaN Rama aurae r Pa Nana systoar ra seararauar ra Parr ate Ep•uaire rum co.poordorr Porarairee amp, Nem.a orC1 eakrarraa wax Ira Tulare Gparramtp swear tea pupas ann.1 sword NA awed Nape Arad.ro rardarear....arr Napa...Earrorelloara•Tralai prv......,,,rnocy,..a rar a new smart Norma rore RR.Garrica oraN pleura menace°RN. ....MT.AZNA, C0•11r.0.===a1.11)WM TO 11L LAMM 1.YANA COMO.MAO•SACO••ORIA 11131 SAI•1.1 Gaunt...a Narks., ENGINEERING ..=1".."=»LT.=:t7.1..:=,::It:::::::=71:1.:7:::=Zr.==:::.0: On..nil CO.C101.10 11..114.61.1.S1A H.SIM.klA 1110010011,10 11.0.1 Of in HAw 1141.4••••WM.MAI AAA ina.0,.1.41.....e,A01.0A.tio Am,.in w.coue 1011 ARCM, seau ase ire M. ora mow.rpm.a Papaw.No Fa pp orpor amino.»au mu ararooa.N.a.par erpra FIRE ALARM SYSTEM ,-........,•'.......^^^'”'"•...."--*.I. FL ..."..'s:Ta. "clutt=1L:r..7.?:::"."'"`.,=="T.::::::"*"'""""fr'''',`17.,."":.':'', -• SEQUENCE OF OPERATION MATRIX MALL.1.0.1t.N.M.0.0.11.3....30133.Nararan Caurrears.0011.61.0 YOU..IMAM CONINO.,6.0.71.114../.= ..611 Mr..11.11.1.1111... i:::'''.;::::C;y*t":::.F'•.'a:" :'=Yt'':::::'1::1E''%%'3F4f.;JtFti''Et'IF;:'"::'"::Eatfl:':"'S12.''"'.."'''''' ...""".!..."3 II loa=atALT“'=IrOC''TAur..==.1:0::,":0711grArPrsOirCT:''''''t.:U"f:"..111'...'''" &01//1 :;72.1.71:2,6:11:71.17;.:FO 071.7.14.:11,1.1174.1717',••=r04,0171,31.:%?•===d1Ttl:CiMC...Af'?1=1 1.......INOEM.03.1n yon ow. ...an AI.OSINICO ...OW C.0.1113 Atou CaMOCII.C.lit non!A 1.1.Ma MOP.401.1..6.1 C000.111.0....10 a rn.A.13141 1011 in 31..1 . .A.1 LLOON6O11.•3•1331 f*"..o."1['hi t i en..MY•411•111 TO in An ly.n11100 WU.4.31 0.31`.TM 0...108111.1.Mo.CC...w111•AI OW..11... OLY.T.MA......1.1.0.A.T.,..O..A.O................1....1.1 11=3:O=14=="'"1.1.nr"'"11.0="."'"rfli..."'=tr.1='""".'""..r•T System Input 11' 1 / =.-77.........'"'"'",.=°“:::71.a ....."'..`,.1171:1::::::::,:tZtt..,'".,=..."":2"...t==.=Z.t.,'% ,,,...„,.........,....,,,.,,,,..ag...non...Low...on no...m.o....my oini,co....i.Am Arki...s.•Am ,trilla2NRoll Siphon •• •pap.araudra CrarE_Ar=NZ MOW 10490.0•0•1.1.0.,In I....1.01.10ft AAOL1.1...... 2,Soperke eakerior in Commpn Pee. •• •01011,0 11010 I.0.00.11001 3 S Dedardlor on Elep Gabby fol.Elan Garbel 1.AVIAO •• ."===.".ACArl'Atrot:=Ari=o1="="tLott=1.11 now...MAY.HO.Hannenni•Any 2 rrreed1291 4 Smoke Deli in Deareparad 1 oval Flop 1 elan f S S Smoke Garrido!PI P NUM!Madl Roan •0 mows of.moreAAcoc...io!Omuta oar 1.000 0 AA.1 nr.0..1.1..C.A.Ore AC.MIA ir...........AA VOIMPO no. • e Sourea Detector In Camara 1-bralway •I 0.0.0111101101.11101 0..0 II.1.10l.10 10...CAI.Ma 00..0 .0.00.00......110.1.1.101 I.1111010.0.01.ft.....CW.1 0 1 0.0001114 110 11.10 1000.0.0.1•1 'f'''''''';'.'''''''''''.Mety'V""*I=ht.'''''''Ott":n*"'tr.'. "'"n''.;'"It?'".7ta''''''':: 7_Naar Gerard.op Comm,Aa. •• Lead JENA wonN poare rear erarr Nara da Grew...or operoona.ora am.arroyo rape roararpm oreacarcy cowrie..r or a odu nap adorearerac porr armada raraureararTarampon pa rap. 11 lidat Sob,1L/.Plapator 1.4.achr,N Rapp II• raw,.or sap.reard avarraareorereeno,ov ,9 4v....10aRouer ra Playa.TioaRraav •• .sarorardear p c.a..raa. ra=on''''"'re'dr""‘:Naror VV:arrar="="Trala=r•doadttrAW:=1"ljto=evt=ea.tel:t: 10 In ELAN OfoOke Ono LOOf • • ...s.Am knonui 1.0x f An AAA.atom.01•110.110 111.A.tin 0.11211.,..1.1.in Pol.04 at Naar two...aarr 11! I;tt':,%'.*::r."-, . . •• i . KIC hen Suppraspon Syslam-&Ovate •• 5 ,, ...“,...-....."......................A.CF inio.r..Orii.....Clono.11.00.11...1.101 A 0.0.14,11 A.muclunn.0.4.1,....AnC...3.1.9•404 wyluoLA N3r0:::r:ZI:ZIWOZry."Ur. :: Ci SOC.AM HUI 11003.1.0.16 WOO..Y.VIA WO 0.....A•POI InO111.0 KM SUMO.I...1W ON On CUING al.n Z 2 I_, ,Inn.',v., rraporaud Nolo.parer au.paw.,asa rrNr.ro ora ram porranortar.Lau=on are Top.ape..z..,..:r..,:,... ...... 1;s7z?.;'ct`...-Tr.-. •• •.A.No In mu............... ....''..t.;!.=,.:,. ................ •• 19Z 1 i i 18 Caron Ground Paull ore..".'rpoL.."1::"..fr.:=trattlraa ==OGRE CPI..loillyea.1-Nrarda apri flake ION OA.In nnOts 11.1 ME C.01.T.A.nun.CCM.A.. ].4 Jeu1E.pron Popham.,Shod Crcull :: ararta uarcas apse ore Nuorao pr Pa assarcicres so 0.1 coat)es and lo...mar up new..mine raw In AMA 11.1. 11.1.....1.0101.111...........1o1................ .:5,-T ‘;11 ,------ 13,3•1111213211 LI'5: a' AAA..Sin Al...1.31.31.1.1.1.11.a.O.,01.41101.C.1103 In ASTAIAA11.01,ofE nnv we aumsnr. 1.1c5. '=Lott=t===......===.'ttl',..:=7.1":!;7:::,=:•11,==.F.,1'..! .An..loan AA no Imp no nyi.../.30.,..Foto..my connth.n'p.n.s.0..6 room...... • ...sr.:or Ira wart.ro rawer r Narrpararo.croarde ora raw tea rear secica co=rot liar...Pad paroama•pawl/ay. rasher rap Nauru],arpriNr.O...Am.....16 COM.0.16 YAM M y0.13.11..3 0.1.100 ay.n I.'s.Ar A 1,31..00 In 1.1.1.1....o..1..../..LO O..:Ink.ALC.AIUMI In niAl....41 AT In Am n U.C.10. ,-..........aas .•"'"''''''''""'.".•."'"..'"""'.."."‘""u"=„„„,,,,,„„,,,,,,,,,,.,,,,,„,,„,,,,,„,„0,,,,,,,0„„,,,,,,,,,„,,,,„,, Kau 101.........11 MO.....1.1 oft.bycLo 3.1 Ha.A 1.0.1,.1.0.11.4:00....14.[1.AAA.Mita CAny00.0.To Hf...n IMMI•/AEA..f. .1.4.1.4.1 IL..co./C1...no 1.1111 TO o*AR 1.1....Am connn An f.cluo..onny Tun Any.on, Au.... Ill 1.1.4.0.413 01 nou....1.11.zo....61.1[Sir AS,.•...M.1 LAIIM a CoonyTt......a A AKF.C.I.Y. zAn1 tA.C.,,...liA:,C.7070==04:cA,.....s...In noon..Mini..11....A unt 00...no To in um.I.E.. II.Oa...1001•Cf..,MO ILALY 0000.,O.LOMA WW1 anla 1..1 yoolnimix0.0...1.01.V.V. .{.1•0..11.1.[A...0.FHOlory. no.......1:o.:17' .HLOA.A1 1011.1.0....C1101.4.1.130.1 1113.01.2 AFTFL41.76410.A.'"'40.7.::•I't•E4:s7:1" 77-.:"'LL•I'YC.L:72.1'1.E.t.t..... 41C7Cott's7.17:11:4711'.= J..1.6.1.11.1.T,A. .1 1114.616./..Ym ono 1.11 TM 1.0.0.1.30.1......."1.111.11.01.1....11.11.1.0. 1.101111.101 01111.0111....1,1 lilt..60.1.11.1 y.1 in CC•oxoL...a,Af w....As,.FAAAo A.....n.......... :rt..1:e......1..O MCAT.,ny.Am C.C.•Oo n.r.1 Onni.....:na....0.1 1.0.0.173A.1 0=0=3 un.Nelded Fire Alarm Cables(MEC Typo) 11.1.1.1.0 0 my•0,.., Naat.earn ot...paw.,h.a*N.rr Spindic&Goon FI, !PL. RENS IMTC/CM .......1.0.A..r.In FACY.0.01.W.AILO II.n A111.11.CiniAll ORM.Inn.CUITAnn Sf...TO in nun. .Too TAolo..Aof AM S.W...rOyd,mho,.Tui tof StOnalny•OnAnnT.•c....on...fn An.... A•G sou ine.pri, ale,NW .22 MIN rra rarGrNeN,Tarr er•Ta ra...rd.,Narer-e Tr..Rarer....eR re011.....,....•-ran"•.-.1..T...a...RP,RrPr..,,,r ...tAla=d:ry:.•=.=1=r41==.12:4ACO.A.Z=AIATAry:::.3";711.*A:171•."..."61.1'41"'.'"'" . OOm.inalnoo ne.3. 0..3 0-. 7:...7,... .:7,i..t..:741:=7:7..E.-:....7-,:-.1.1.-7...4:1".--"-':S:EIS--rfa.7-7-7.:1F....:÷7:::07-Fr: .-......._-,....Am LLATA fu•Inn ft.Fof Eno.moo...rep.......cooy ncomo of In 1...........no io imam.nonnonlm. lariat Tibet 0.02 0.01S AA.A. 1.'At 7...t::',:111‘ALTZ:AA:Ca:FC.,==:::::;..'Iii.Li v'f.tAT';'2A r1075011FL.... ,0. ,•,000 0,00,0•.•1,. Nora.Cap,C-Cr NEC TRIa 17 3 I L.7k1po.1"r,no.."a11I6dnt1e.n...F'o."31"1.2A..A".A=1Aw4no0Ao0T 1n...';w'.7.o.c4.1o.A."DM1.'c'1o0.'.'..'"..A1..`1C‘.4;.',..`....n3.,,1.,.O...r..=.3Oif.l••iA.ISnal.=o1110O0A....i.n.f.Ak“amnx=nnoo..o.n."n..0*O..e.A...n...a..n.Apy.noI.nr.“1.1TAO"..i.0n.,A0..A1...4.....A..VA.in..C.0A.HO..A0..M0..,0A..:T.,.O.A0.M00..00.O.0N.0a•n10<.0n.,Io.n r .s..v.,..!mega a•••04 Ikon:moat Ia owuciu,owto.c.m.....=‘.... c.,,,.., M.I..m.,.,.a.,..t..n.m......u.lm.a....,r•..rIM . . M " er. o.• ...... PVC PVC PVC • I rP.T4t'orp=ionear'FrinTo'otb'Ne"" i r o aniarr rum.. 9 TR.,.warm...ad N a MAN.,NW<radar.NY M.N....ENT.arra.ar aaeNr arreara re,...MO.... ..,,..........,c,..,co.......,,,,,”.....,,„,,,,,,,.........,......,A,..,,,,L,..,.,...c......,....A.., 1 covracrpa moor renerrerda Nraso........Gawp.more..averdrua seedraoriravaNd aa doper*a rods or seam rape.moat Y ra.RrNarreer UnaNalrlod Aro Alarm Cables Color Coda .........•NA•maGmal AI in...01 AM CAC.AMU CAA A......AI 1.•01..1.0.11.•101...a...AA..M.. 'i :t.=.1-111=3:Vf.TIO.1:'..11::1•HT,Z=1.11t ItLa..°"•=1=3.2:1=171,1 AtTLItlI '''''.." 1. I C'"."'...TJ.'"'=11=It=I CP=to:I apa Atre.mnran 1' ,...,... s,AddrTs•Map,1 coe r 6 2 Red Pod Brack 1 Rua..A.01.11111 AkfalAil.1110 0Larce anew rue parNe Neve me COOK.rrO.10 AM I....IC.Al AI...0.01...10. 4V,-MAPNFT 1 ,..., Lx,v .- . .................,.....................-.........................-...........-......--.........,..-.., ynInA.••••.....•A.1..0.unto.Mr..11 0.MOn..1.1.....1....0.0.1...On..00.•An.Me Ald1 to Green 1.. SOOLC Harp 14 2 WNW ER.S BUG RS485 Red dad, 22 2 Gray Warm trueNV i Na irreana 00110.0.16 Amio OA In sonA1.1..101CAll.PM OC.A.CAline CAYCIAIA oi In I.Aar..ritOrvau.“0.1611.11.411 Ir=1:-.41L/4"11 t..rotOl.r.1:=tr..=14===:\L.Ti'ATV:Altitl'aton.InInt:12.0.4.411.3. SLC CIRCUITS StIALL BE CLASS B. RAC CIRCUITS SHALL BE CLASS B. -..........----.......-,............---....---..-. NETWORK STYLE 7(AO). i . i ......,..............,.............. MOW .......C.nio.o.),........1.1.1.11/....11.0.1.00..• ..10.• i Annam.......,n.y...r,Ancon...,my in...nu.log 3.1.0.MAIM In 1.10 nun n 0.10.1.1 AT orav 0341. oar.Ravi.INK.alarre OLIN.1.4.1.1 10 1..1..1•1/.An.,L.111.11110.0 61.II C.O.*.adpacoreracerenardeccaddraN. jreroppe sorp.T.[...rod.:ra Row...tor opodrappor NPR.rararrrarad roParPodr as Corerar Popp.. Reader . ma"wawa par*au woe:...rano re.Rarer craurcreTur Namara aaProra NPR eaaara re.10 r rdar aaardr...Re Narar aNa NTS I i ...... AND 2'2,,,..M.MMIMILEM 1 1...0.f.A.101.•AI 10.1.14.0.•AO kn./CA1.1.1nr..)1.1.01t:13 04.100111.100.1•1113.rin.0=0,,..Al Elo• IUOPERATION 1 E-002 .... - - Mil LIC ENGINEERING 1011 Aace1 T!CTURI sm lZv,oRona . imam FL 13130 00 Fa.306 ne we .o.,..+o-wtiw..corn • .rte 1\ 't In Olt. al , i; I > mil .moi „r'.'_�*' ..-- i wtln , u:• I I r I'f `1 J iet .fir Z ge m Z ._1 t: w O q] E ii ^{• 4-� ) � i ! 8 CC yp "-;1 • .- ili PARw iw ry i s _. - w m 1 # I x... 71 e� .lam Iti • iii I WI 4141F dh�._, i sae arm . t t FIRE ALARM GROUND FLOOR PLAN f awn F 033101 i � Y- Nil I FIRETV. ALARM FIRST FLOOR 1 —•- E-100 u..-..vWS....DA.,"5e,n.Acm-.ow..*ar.Nm r-n....awmw....w V.r..r !—ILL„ 6 I I: e i q- 9 c i II I aE r 4 zr Lo 7 [-,--,,.2,-=-4 ,I_ I _ ML�.MI El , 33119 F (It C P - s o moo. u `w-,J+ 0 z I�' f, •__• wts_ .a Z 1 _ t s -wily!..." = -0 at. .. •z ^E � . � n= t ` G I J. F I r 1 RIn i 1I 4 se 'g :2 �i 100%1.1•051•Mla NT �m a i' P I I'it Jr 1 itl :: o FIRE STATION N0.3 {R= €�_ rISSIRMISMI ffl -7' p I FIRE ALARM 1 iy" ryFw fJ 1 SM®LaRnsA'wnue l CY+'Es, : r D FA Beech.FL p &� n� 6 R $ Q:0 Q � 0 c r �C'L �._r__�. ilii ._ _ _ 1[c U ruwla� te.' p • _ __ s f—EXIT I ��� y fi Nrw /1 f a /// 6767 Blue,{ 306 LIl�fFj .Ncanui CB p.015 L).r.r._ _ :to— . COMM MAW 1 1,0ft-, 11DAM CONDUIT PENETRATION OF ARE WALL 03 MOUNTING HEIGHTS 01 o w L1 N R f 2 �...rrr prr....,.r.,,.,.r.wr WALUFLR-CONC-PIPE-2,3,4HOUR 04 CABLE PENETRATION OF FIRE WALL 02 WNu p A q Itt00 NN o No mo m a m b m a m s ar m Ipaism �JJJ—X-Z-X-X H-! y b 6 - i a�- 'a L }ri- -IAu-7w MK -Imo r ono Y v,.,rtav w 10 Nn o No Ab 1 sr a. '�INE MU•MENU 10 PK UN WI YY•.•MI a�N ..• rr KW l -_ IC Y4Y•m.1h'RYMY10 Y.IIY �mrtal 4Ym Y N Mi YO midi qq q. ry° 1 ALMA ru�l Y K Mih • Q) pj Vo W M W W IN ID Vr UI y •nN..vu ry..r rump ®a III/ a�.I 'y'l J lin 11,..0 All �10.Y TZZ:A.N 1U M1 1. 1.N1 M N 1U IY 1U IM IN IN 1U III itliH w ILC .J I„.1WM,. rin m c�NM iN.Y RISER DIAGRAM FIRE ALARM RISER DIAGRAMI FIRE DETAIL o ._ E-300 FLEET/SANITATION (69470) PROJECT CMB SANITATION BUILDING RENOVATION MO MacAellw Csnw.wy Mani Bead,FL 33139 CLIENT D r __._ - -I—I ��� CITY6 MAM B. • .aaN n Ilk ... .00a eamr _ veer , OESKiNER - �� OFFICE . n°,. .ne...aaa =' GLAVOVIC STUDIO STAIR IME .nr till .� '__,_ .ecr.non co . 2/%A m rmI �������== wsr•Fnul.aln IL. /NNE MO AVENUE hhhhhhOff. OFFICE OFFICE , m CORRIDOR F Iv.. a Calase•..11�ffe na.n.e.. on+al.lna e R.t1.n.i..a 3330+ n.17..e nirn inal SARI,ENGINEER STORAGE L - wy--; REGISTRATION MEN'S TOAET «�com. m TB Ham..wln°. • •_ • _ 4 wit • • • �� STORAGE w• 61 r ROOM ISSUE KEYNOTES l ��I.. - - '°"°"0'01D 21 .COM COMO Root tam ye Nov cm ALVIN HAM 1.04.111 18'COLUMNS,TW . Q i� G. BREAKROOM N•-0'CEIUNG. 0 -m TTP mWAXDM aE.o1.1■N CD PROJECT NO: 1506 RECEPTION DRAWN BY: MO.RM.RT.JB CHECK BY: AE fl- *r: I T A. KEYPLAN CLOSE NORTH ED ELECTRIC KEYPAD(CARD SMWE) 1.111E1 A •Re .ILeveID2 Fire Alarm Plan SHEET TITLE/SHEET NUMBER A� c s tntaG LEVEL 2 FIRE ALARM PLAN • iw: mom R, Nam Pew.:K. I FA-3 • J • 3 • 5 I • 2 • 3 5 EU CMB SANITATION BUILDING RENOVATION ,.o M,cANv T3.,n EYE-LEVEL LOUVERED Ml.mFL 33l et*.FL 110 OPENING MEZZAMNE cuENr D 1 ABV STORAGE T UNDER 5'AIR I�(Lug QTY a MIAMI BEACH - 1__ ROOM BCOY DI tt COMP Q. SHOP -_I IW TRE MOTORCYCLE MPN BAY APR BAY m RROOM PM BAY MEM BAY n DESIGNER SHOP SHOP —— to • .75❑ ❑ El El El 111 CI4 S ORALE GLAVOVIC STUDIO STAIR ISOM MO AVENUENO 1 e CO CO 1.1 - Os. IITANIDENOALD EL SAN 'i J1 MEZZANINE Fj1 . ' _ ABV CONSIILDARTS w elnnwc.l rvauvvn "' CD F.D. nna BEAT.a eox.vea exxvenn IMn FEET FOR a A- ./E,„E.-A..GE./n, ■• VEHICLE LIFT.TYP •' Fie r�.,..M.F11,54 I I I I .moven. SPECIAL BAY W/ ( . n.L.,,,,,,,nna ,+, NIT nnKEYNOTES I I I I F .i.,,, n v>„ ”" m7 an loo or..r au" SY m 1 , 8 s GAQR ACE ^ F IAT ION • I I MI I I PEDIENNSIONALvne ao. HR BAY HR BAY ° SROM NO.: II _ ' III II no 8'1 )1.1 ISSUE' cER1N6 HT 20113011$11 NMI CO 9'S _H I I IIII I I 201110120 We CO B RPM BAY HEN BAY VEHICLE LIF I . MI I I I TYP 15 WAS DATE ODe01o.b MOT O PROJECT N18118 SHOHR BAY DRAWN BY: MO.RM,RT.JR CHECK BY: AE w [FRAN I_r --- ro NORTH (131b 11..5 A DEEM,'Le1,8 El EL vel 1 Fire Alarm Plan SHEET TITLE L RHEETMJRPER Sas CCONSULTING LEVEL 1 .: FIRE ALARM PLAN Pi MAE PH,NE CANCINNIII INN won MOIRF,-.m.mo NAMMENA FYI. I MINA MINOAN FA-2 4 5 C. HISTORIC CITY HALL (60618) tJa MIAMIBEACH CITY OF MIAMI BEACH HISTORIC CITY HALL FIRE ALARM UPGRADE 1130 WASHINGTON AVENUE MIAMI BEACH, FL 33139 Francisco Garcia, Construction Manager PROPERTY MANAGEMENT DEPARTMENT 1245 Michigan Avenue, Miami Beach, FL 33139 Tel: 305-673-7000 ext 2126/ Fax: 305-673-7963 FIRE ALARM DRAWING INDEX SNEET DESCRIPTION 0.11•01.•LUDO FA-01 R h..MORS•NNI/WWW W.V.Waw f0-I01 Rha0Na MOO ROW 61( RAN RAVM Nat 1110 1NNg1 WM RODS f2-IOS R hW2154NNOOra.W LL� I4-101 ONW.t1136 ENGINEERING fOl•ECNITECTUOE Consulting Engineers MECHANICAL. ELECTRICAL & PLUMBING ENGINEER TLC Engineering for Architecture 5757 Blue Lagoon Drive, Suite 400 Miami, FL 33126 Telephone (305) 266 6553 Fax (305) 266 6695 • SYMBOL LEGEND GENERAL NOTES FIRE ALARM GENERAL NOTES • FIRE ALARMIDETECTION SYSTEM 5515504.: m1....,.,w,,,,,,,,,w.,„,,,,,QII.,.»n,w,-w.n,wonuwr CONTROL PANEL AIOI3RpEVCES r , ww...uwuV Rewe..wm,uuAO ..er.,,„x 1 LIC SYYBOL OESC9F11 I Q m, � 1...111.11 ...,...”.y.,,,,,,,,,,,, ft,snarwsrx<uw.wuw .0..55041.1fec,E,,r�.,rwu.w.vo,ssa nwwu`rso cuww,en ,.,,,<rw[uwaCM.Valla x xcwuurrrc,w„swna,ne t40959 wt 9110.490 0,914991 25. I= TITOw .w..,�, .w, Nww. N.,�rw e,wTN., �.., ENGINEERING �� a Ic.oc.+.. u FOR ARCHITECTURE ® .sw.c..Le ....... N'.. n....x waa+.wwwo su,,.c,o�.e wucr. rt.�ertwwt TN.su w[ m.wrxn.r s.rw - aura Ar.cmG.N 5V5 Blue Lagoon Dr. Sw.e Goo O N,w w�5 a ssw,ue,•.,,wL w,ivwiu I,FL 33126 Q mom N..wVwNrx,uau.. u.re.w,...1,a.s. .w GrwEs.Oc.x.,¢c.uE.wO.N.,. _ ,w E.u...r,..wuc n PI...sem305.266.6553 Fax:305.266.6695 III ..... R.i ra,....c cars .Arnl[,E w sruu..anrc,rw,,.uru.0 wnsu wwYATIC-e BlneeTg.com AC MEw(ce,wN.. .T.:1 !:',..�r.uww., w�ws,a..w w.¢cLu.....rw.u.rwww.awEc<.ow.En (8 10000015 wnr44096,0•5955f w.wµcw..e,rw»+,e.Nrtu.E..E ce•.M.9.s ncsNWerorr.s. Ng' totR'AVTI:t (10.(t, r , , COORO.NTEIN�,...,wu,.unso.¢wx ,-Vsawsu rroua . ..wa wal. aces.........o........I. p i.uamwuunrxewiiu,aay...u.r,swxuww,oww.xc,w med ® wi .n.n.,av ..`w..'..w.ss.xe..E ss.s.eL lrIt r' EAsr 15% cai.n.ew Lv.ce .NaveoGara,a..0 ecowewu.Ne...mewO. 0 ` nawe.xNw i.xornn.w.w.uwwusr...sci.rx wewruiv ..nieiu+rNmvuLmx.a,wni.rur CPw„u uw,co'Iuu .rwu..rwE.. .E,u.11...c 10. r.uc W w .N¢,NewL. .ww. N DH mow..rou FOR oU j w ,e� ig . -wca .N .M.O.w......»w K x ww ,.w.,,a.e'.m,, ,,..,¢,wn...wa ww ®e .wN.w.Go.....wa .e. .., w� ,NwN�, .¢,.,.b,e.new..,....v„v' «Nee..., .a 3 C c. Do .../....r.......... m.Nw,rw.w .w.., wo-a N 1 Cr TCS wwm.,Ea.,em wmo,NAww.o,.o �•..n".ow..,�= x mE,.,,.w,NE,,.N.e,....rrm,. C IVI 11 11 r.. `." _i 3 E MK © 305..n5_Ne.wra*...cN. -E.m,.rw wa....e.xe,s,,,¢..x.....r,,Vd ''""'5* ”' a,.,...e.e�,.A.RP..... �ne.a.x,.....w .mow a ..a e» NA e.w, E s EQ ,.wNw,w.N weA, N L w, „r N,e,G... ,¢eem .e , eu,.wn ex ..»�» .014 ® .s.,, G„L.w..,,,Heww,. ...N.,..e.N,w.ex,'" w""' .µ“.......,,,,.....,....s.,..... ® - Nk, ,w.... 0550.1 w w N,.N..m..Nr,,¢w.NG,.Gam,ew...N.Ge w,,..x..,.¢N.A.,,..NN.Law.wr. O.,.mx,,,nroee.,...E6.m.nN.,w.Er..,.x..w..,r.en.ew CONSTRUCTION WORE NOTES r:2 5Nt1.zE."W.rIttieEl=rLECpTnRICr*, 1. i. F.,.r. ,..r,E...nEE ,..C..,x.Nw.....wvo.:EsS. 1 w„'E ,,,,..Eo...,,...Eu„,,,..,.x.,,m.,,..,,..no..,..,.,.r,u .w.,,...uaw.a..aoeu. ou,,x.n oewavr .NE AIM*WOMEN,' wu.mwxw,u. C1tO1"W'rrwrc...cv,e,En.s,u.Nussc... 1 011.1.41111211.01.0151111‘0.0111.Oft SEPNICE..5.,..if M1EK100.11110.1.21.C1115.0112...1. r ncwE.c. .uru.na.vin¢wu..<uu.s, es, Nm 65004-,PE WT .Eu.,..s.w.e..nw.tanr.nwrwcu,wnm.w+m w..a,o,«<vwK.io.o,ra+v.rcn„ev.u.weov..n "u..wnrw.nvs¢ F500 LKm.e 163086 CENT6CA1C111 w[w xiuwxwiu.x.z.wuwuc.wix.c.w N r , n .w.ssw,r.,wawc. mu.,u,w Aro ruuu.sw.wrN—':,ncx.nr,w. .14%-.•s..x.vws.srn. cNL Nwya.y.: 618006 .w.. 052420(5 ..vL arsrrac.0 GEcr.ur.waNN¢mw TLC *we., TLC xr. ire..1.0. ....w„r.Nen,....e..,x„Ea„=e.E..w.....N. FIRE ALARM NOTES ....m..a,>,.Nn.,......e.,r..«...w<re,.wr.wx=..e,..,., :8 LEGEND WHERE TNENE N A OSCNEPA.ICY BETWEEN MOVE GENERAL NOTE.MO.PE0EC . .L .P AT.w,WHERE APPLICAE. ECIPCAToy MALL SE FOLLOWED J u..Yy W.: FA-00 • NOTE ON SURVIVABILITY. FIRE ALARM CONTRACTOR SHALL DO HIS BEST EFFORT TO REUSE EXISTING CONDUITS AND 1 L( J-I,�`' I� IPNM/IOM RACEWAY FOR THE INSTALLATION OF THE FIFE ll� /IRR )o FCD]'>�n lb ALAEWSTIN CONDUCTORS.THIS LNG SU V REUSE THE ENGINEERING IBRS .mesir_ � J-L_NP --^VJLOU PATHWAYTING WHERE THE FIT E ALAG M RISING Y _I.{ I�}.,� JJJJ..7R(-IIILRLIAA._ PATHWAY WHERE THE FIFE ALARM RILED FOR ARCHITECTURE DI lILet�.�NSpTB.�I (1 "lr"Ff-�BR� 4�IIUjae M1, .N IV --�AM"F411 If>CI 1 1 � II / CONDUCTORS ARE CURRENTLY INSTALLED. SJSJ Blue ite A�p, CURRENTLY POWER BOOSTERS ARE LOCATED FL 33126 -- I �f INSIDE ELECTRICAL ROOM AT DIFFERENT LEVELSPhone:305 .266,6553 MOH FLOOR (THIRD FLOOR AND SIXTH FLOOR).FIRE ALARM ww.305.2fifi.66B5 �'E�Qa}fE�- I /OR RIME NO NO iv No MA NO Fo ---*WEOu w .BID 1000015 .rnm jnyFHY`{t) .I RI ay.� � . B'TABII 2 K01.1 Rl •A Rill/ 1 A ROOMS RE FIRE RATED AND OR SHALL VERIFY SPR RLEREDSE IINL PbrM NAn cEBN.pawfon.lx. f�'�ii` T1; SUCH A WAY THAT POWER BOOSTERS CAN REMAIN SYMBOL LEGEND 11 / AS THEY ARE. SRI EFNRE9O1 MEML FIRE ALARM SYSTEM USED FOR PARTIAL IR YLG1N(10011 EVACUATION AND RELOCATIONOTATT SHALL BE ® RN Mr coma PERS / /� . . . . .A F» INSTALLED SUCH THAT GZONE BY FIRE WITHIN AN ® AMINO NFMa NRR BOOSTER AID-R-r F {tsumi �- °T�'H-Pri -+mow Nl R THE CONTROL ANDSHALL OPERATION THE NOTIFICATION ® MOM AMO�M mo. 3�0 I I Ir.:-..,7 / NOTIFICATION APPLIANCES OUTSIDE THE W m PIOOfIECIK IEIF<IOR SET FWISI/M-11 EL EVACUATION SIGNALING ZONE.PERFORMANCE _ FEATURES PROVIDED TO ENSURE 50RVIVABIUTY Z..41' MAR mos STEElS NAR mum tOM� pm, moo JQD NO NO ERO HOTS NO NN !RM FLOOR SHALL BE TION PROVIDED AND TECHNICAL () U) IFN RROFN ON K MINIM-II NL - ® WM.POI 3NIIOx 116_; [h 'I-tl�{ t1�L - trr.-err.tira.,:. f' a'NTM A JUSTIFICATION AUTHORITY EAVING SHOP DRAWINGS 41 rl7BF SUBMITTED TO THE AUTHORITY HAVING U I I /OR IURIS0IRION. �O H ow.RLL SFA1W COMMIX'LN1ER-PROOF 1611-K-111. � ' f LLL E BEOEC OR MORE OF THE ACCEPTABLE T FOLLOWING MEANS MIGHT _N © AONSWFMIORTB YOBYI[ NW, 1� K O K IO NO No No RO /FTI NOOI BE CONSIDERED ACCEPTABLE TO PROVIDE A LEVEL =K �u II---nUHH�t,�,� OF SURVIVABILITY CONSISTENT WITH THE INTENT 4 B tGMlff'BIE NNW.MOR/%E1Y Or-11 ;IVU 'G EL( .�- .X- ,V' '4'7'1'0' IA RET u OF THIS REQUIREMENT: U J 3"g H AAA NWSRF NRAQ YOM[ MIE-B 1 /MR 1:INSTALLA FIRE ALARM SYSTEM INA FULLY m a Ell PF i la MI AOBSTFNs our.BORE Mty I 1 SPRINRIfRFD BUILDING IN ACCORDANCE WITH m �� L nFPA 13. ® ROHR 161 NrO1 FORME - 114 N�EFOO/SJROM S U co mu TOR 9Ri Z.•ROUTING NOTIFICATION APPLIANCET-TOLECIRCUIT .(13 LL ® YFNIN1/ANEE maws co SE moo Q ST-IC-RI I 1 t 'Y'W-IN WHIN PO �L. D. MOM FLOOR SEPARATELY. ,f! �AM/EOu 3.-USING SHORT.CIR[UIT FAULT-TOLERANT D( moss=cow co Ra moo SET-7.0 I I1 MIR /NR • —�AVx'EOLR SIGNALING LINE CIRCUITS FO0.CONTROLLING p EVACUATION SIGNALS. m NUCRER]NOE ACK ',am I Ili-Y... ff REFER TO SPA 79(2013)CHAPTER 12 q11p tom sum 1J4 i I1 / /FwL a MB ]® NW NO >m No a FT FMO BOOR IitNRM N111•E T l' R.I ,,,I� N : ! ' 1:f N ,I Il31.M r 1 I t1'R"1M�I�SW lai: ws--f,HERS.OK I I 1 ff /OR LOOP P.COM Tree OO x01 BMA M' Om.. , THF Nam RUA DAL.6,'w S.RATTO TO SM pCOYOtF M SRIER 6 FOSSAL CaxYP1a41 FRE n.wll tllwlOpO 6188 PTL TES MO MO No NM no as No nm NCO.110011 CmNno SRL SPL1 AS PALO O IH S. —_ '1 I OMC.A YPN'IN MAY IPIx WALK.OUTTAIllt I as �:f.1 ,i Hof . !,i ' -� 0.9 OF OWES N 1N WRIT Me P.M NABtx jam- PIPE ro NO 1!O NO GY Ao ��[]�1_. -yNypOl1 N N SYSTEM x�1Mx LVPFFSSM SRI[u SWL H • �t i1 11�11g"1'H�'•"04 `n All..Vi AY ' A P Al .l •V': 1 - �.. C.A OBI 1R FR[N.OY NSI(Y F.GALA `5 (C ' '4' '" Av+mR rET NMI 'II I ITRiL SHOD s.M WOKE OWN.NF 101 ISP a FR ANAW RI 9 PROMS NM%MN 6 111 MOM BANKS PM, ANNIE IAt NNO CORNCRIB Wu IOMI Mil moo EOSIMO SOI IwRRS MO mi Mr VCE �„ I ammo NOON R MONL RA CPG OYN NCI SlW11N4 Ben.IIUYRMBR,PE I/INL No ail a ail RIO nil NO In NO DRAMS /bib licMae/67096 a.,p_ f I N135-31"N F CONTRACTOR'S CAWINI(FA) 'IBIYI�� . LIAR EHa no nil No ISM C0 NO INPI. O si r''h`lI/rr-v1s Bmf ia�Sa�- ,RR '�u f�a $� �AyaRXR CD DI /H NPN KORIRK Hua / NM NO NO NCO m 110 NO MO RMRAKX NRMRS NONVMIII RYM X16(P( ION I OR I ' R1ICC TIfY°i7 ATBT)'' i7 7' l.VYmR -Cwl O SNI TTI MM.IOULIMO PEN.NC 11.«NIRA ry _-..I K RUMIMxIS "AL1 -LI�L�IIMJ�YIf'le'I�A V ' ------- -- NaIIN.104,114.1 IO UAW �M NA DSU Va BO '"'' X16 : ` , I ' L IV INS NO CAU. 1 WPM,TAIT w•' CU/Mill • �Z IIB r, MO.levo S PAFFMAY ♦b l`L r YN1n'Ar1N TO ALL PALE L 'w T .. r lR-ft MMAI EOw011 AAD M9C P1°M"M'' 818006 CHILLER(SIG QM.MM:) _ 'POI ......HOJ NMB/�—MONO 1RENOF LIANFOR 71.114.4t R•+Dow Y IOBT I 1-WTI,.AIL... CFXRM SWOT M"F"M 06-2N018 I I OER' TLC ' 0[OENER ISP, WMPn+P1y. TC L________Ny� IDE MM M j NM Al NC RHOS B IRMO N(BUN LAMP s k IT.1'-0' FIRE ALARM SYSTEM FIREF6ALARM RISER DIAGRAM RISER DIAGRAM SW 11 Omeno �FA-105 . 1 L( e—..... ° ENGINEERING 1•..,,.GAM. '•,••"••,' o,.'_ O _ _ II O 0 uhF0 O FOR ARCNIT0.1Dr. .•�,x•e...ar.� • 5J5J 9We L•poln Dr. Sulw.00 ° I° ° aL 30 FL 331)6 Phone:308?68,9553 Wex005,266.689 • ni nl .ui5 •.+,1111,......,........... ILII 111111 WILL— :i. .ROOM °C.11•RUCIEP Of Tit-.•....��.•.,�......��... ua ...• ° ...e..,�T,.�••1.1... .. .. .m.�Y.•361218V•TIE 1.23 ORA KAWIRFAARIMPIIA.M.1/00/104,0 et tea.lY •.a W AM MO WilliA14.4 own...Of Cu..1AAPPUEOTonlileitlficOf COW.AT 111.E.F.69,11.111E 001.111.01......11.001G..... Ems: °�2 . .. .w..1 1 c OFFEM001,...be/YIN 0119710.1.��:._.�.� .�..,�..o. ...um..wunt...w�o...w^. .....:_ ..n•.......COSSO�Im...,.•n•.�.n.,+u..m. L< -E .•.a...••�o".y::.:.:.::'.^.• .. o,, e.U. I. . MN.,�lAM•. . m w R a at.oloa le'YIN —.�.a.+_...�......... o.wow* . .nmv i.2 o °°n GA...wmTOEWM M LL tour,.•_ ...Loma. fid COMA a.....,.....<..e.a„P..,.......,. .« a„w„ .%4*•,; CONDUIT PENETRATION OF FIRE WALL 02 CABLEtahl 6PENETRATION OF FIRE WALL 03 cale .r .A10(0011, 1.011•00 110,0 NY•1110110110,.. _11.••••••••••••,..1•••••••14•••••••.•••••e ...,.naw.. ., IT —•-0—a .M UP 1-`1 ••':w..t:4•"10' .t1.ew0 I • ' b..... :C ..«....e......,.. — wo..motor.::- ._o ...t.1rI°, • 1111•.. .1•....CE1•11. .... X00-1 .t _1.111 • O' ME OMR Wnu.•�o...o�Pf. Fle6du Loma 16.3006 -swot sr 0,0 I .:", U Eli I risJ—• 0 ❑ • ._.e. — 0' .6..�ma. 5111046 ,,,,,,,,,,„„0„,., A».._ 06-24-201/1 WALLIFLR-CONC-PIPE-2,3,4 HOUR 01 �. TLC .b s,,,,,,, .•+1•w TLC 4 MOUNTING HEIGHTS ....... * 'r"'� FIRE ALARM SYSTEM DETAILS ii FA-1 06 FC2025 PANEL VOLTAGE DROP CALCULATIONS"L1' CIRCUIT VOLTAGE DROP CALCULATIONS CIRCUIT VOLTAGE DROPm CALCWTIONS CIRCUIT VOLTAGE DROP CALCULATIONS 1.•. .N.Y.,. • _ .ccwo MO r.wy.0 .. yr PwID:PRI/INCA 3.0. u P.m D.PiNIMACB ,.., BMW. r4/ 00 .rvrmm 00 ..n m I•ti D:AOI INC* w V.. 0113 00 ML....- , 4biw MM... 1 Ir 11•IX N,• h. •.W- *3s T so MAC ID-. 1.0.11 1►CS R1a wi. ... .r wMKo-. Io,1 RIS 1►15 Pa 40 i i •• • „,,.6„..,52.414•144 rnmt v • • • �� 0.44/34044 �,� �' � .r..m 1q .� i w ENGINEERING rcQaEr�.E . . ft Dl.. . -��m -0 N0 �t'�'4�r OM t • • ' °�°i^ "' 0000 • - FOR ARCHITECTURE •��a3o•rm..w / , / WI®Sarum us. uSRn • Foluro _ NM�00 W101� odao wf 00Ufa 001.20 ONO ow5]5].401130 -• Blue 00 Or. =r -y+00211. - - � /0.02.0O cal • 0.03 ONt% 1 •� 0 • ®. 00.00 T0t*9tM[Fia CifPhone:'SOS 2666553 "ZZ_:' Vit♦ - v .-42.4.7..•• 111 •ON .1e0 •.a I. / 0 0 • 0 0 BATTERY CALCULATIONS .141...10021, 00 ie 3 14 °1 im It 11..wo0. ..ou( P f6 fm lar ONO OM 11. u 11 01.340.02.1rr.i ° 1. u u u 1. 'Y° c,0+ 1# FOL:]00.166.6695 0000(6 W O~w _'_Yq,0 'm IM o0 om 000 -^onl4 m 0 0 Sm 801 i � ad00 Oa °0m um 0130 01 w 6t E5,.*..0,n . YY..1.1.O..bC.m. .rr F1,�ab 4 B-w.�f.lnw_r.-.. 000 0� om °m 1m.•1�OmF no 0 i� /Of i01 I aWrMonc l^i•.,•..cWuw Y� py 1Y•1r Om 011 441.110 �.v _ °� I �rr. ""�`""' BATTERY CALCULATIONS a..4.6.w-t1NACA BATTERY CALCULATIONS 0 3N w w of v TIOs IN . ^1 w w v •1 IX0;S, 0111 0100 us ,1..4 w 0022 4.4m� �1�� dr 0... 51•444 0.24 Goa.. 122.410 PBaINACS BATTERY CALpAAT1011B w,1ap.•IW1Cc '--M>o:M1_-"T;iii_.3b°i-aad__ - W.P- em024240 •OY /110 Ma rnrrw 2000 or •••••• rw >w et °04 0.T..."F 1 •N0 °03 no040 � 1t/ Um w 54.4 i 1100 em oro 1011 403 iON A. 0402 -INC /m ••r 05PP.Y/a, rowsL 0Yt 4-, 5.40.1.02.30 i1•r•.r 603'M 11.•r�- «V. 01....../..1 1 300 um, O.3i3 �� '"•Pow e..,1:.: .` ... .MO : ::. ::y1a • rm T. 1■ /M Wa INA 04 -rte= ° t,.•.'r'mw ° - �i.1r11 um % 6*0*+mow.. iu _wlrz,r.l.0104.1 rial°i _ i N.D."'� 1 AN wr 1•r a • ro: w ,44 w w «0000 1.000-. 0.00- tom eon •1..o..avoia rm Tr.1. 0001 •.•.� .,.1�..x�i0: .01 �....rw 2.022 . w i waw 1.0•AN 1w+. Lii 00/00 awr l• = 1U 0.11 V MS DOW em 11 0.0.4.4 4 OM 3114 000 034 2.0 rc Im T •,.. r olo r .n .`.`Y.c�r."",.""' 11..,c om �1.«,�..r T 44 • Z` 0. 1.02 IL..,••1 y..a.0v b° r° a W CIRCUIT VOLTAGE DROP CALCULATIONS CIRCUIT VOLTAGE DROP CALCULATIONS Olg_ 1.1 j WN-.Yn...\iif .r •4 'iw 0-01. f1°° wr CIRCUIT VOLTAGE DROP CALCULATIONS Qth P.rDI•NNACB w1m • Pr10U PMINACF. ..T 4c, Y 1.0 201 47•• ix... s 1 33 A *1 w . • k1 �•�^ir' �IM��1♦�•=1 On.iw 1•M�.G,.•F+ R11 0 �.- , :" ���:'a�•,:, . 400 44 0 0 • • M. O.. 0 Y y '� E Baat�ta��la •3__.7 a�f_u Okm sure a .:W' .. •�..o'.4.3' _ _ S m I++ Lou',•i 00. '�tL17EEE�51�U�l�p i1i.0 n 1 • CC 10400 u� ILI=M ___ .BB ® 0 53 IT Lm veto u ������u 101 o m o i -odOT r.;.c-'. 111r,7��MI��u Lot -.N.- µt0 • . �_., efi�1����MI�t!• b111••n 0 n•cc • • • e E�E�EIMEMt1t�� lmwmv.30Oa 111 ar •.. ONO •m0 CON 110 ®m0®EL=70EEID .,.01,21 1w •® Iiia • OM 001.1•1'7474=',2707000 •. •w >0 o Dai �1y0Q EJ•v� � ••.1wh..2. unit:M=2:MIIIMMIIII47M05=2,70 ..og0.,100o is e•. • •m IMO 1'n VPw.3 r' 0m 000 tI.7 0.12.4.40010,11,c,;..L�' 00 I 0. ...1 M ON -�' 1•_"5].c.'at.'7N©a::a ~w•,irol0y. o BATTERY CALCULATIONS n.MalINCO TINaS ON 0Y 70OA ON.4. NO OW v cr .v.,e 0 _ BATTERY CALCULATIONS r.Ma 111110 F 000•eo.ss:: `°"' - BLIMP M.- 000-0 0010.4. 1 OM OO. . � -_�'-SEE l"- MMM..0..M� ...mut ;a0 oNo 000 W i 02 O. 110IP..�... __.u0.. r,.ir••Nt I Om 0130 owe .m M Tr--gyp tL'BI'LaBLL)7�� .4.101+2+.+ 1 0°N 0000Om Or�M.. 0 00..[11 Da..,w•0�T1m1...ci�m,�to ° Tr. owe „ w• ‘11=SZS ' ; Im. On r1 ��- --Z "�i��,BiCIE[L��k�.�7== 0.04 �Yr Ko.r�1•m Tad ° •4 - - ___.. _. •uv.r, MYY. • urox rL.YG...11 1 144.0.2.4140 'tom irwl•1a0m.. 101 Now.sr um 7 µ �_W^�l70 --.-.�..I ' NMi. 00 44 III .0 • i 0�7. .AN . 11.0 1. m0 7'04 W L au.... 000 c,Gw.111w,, Log 1000 Trr..I400 04..... 011 422 „• M1 Or 7 •M W am ...M .•..y.ww 7 CIRCUIT VOLTAGE DROP CALCULATIONS CIRCUIT VOLTAGE DROP CALCULATIONS P.r O.PB-7/NAC�N•Nrns 0r MIofM01NCN_ 21121.0• _ YON 0ay.iu¢ rMG 00 003 1►It R11 Nb• m1WLr-.R11 011 1!2 8111.•. A.tl. 540010110 500M A19YN0 A FR N.4.10110 474 00 MO 00. •k •La UUUIIII .6 ��� :� .• / L. .0m1-r.t.w31IX9Ysrsa 9ti f 0 : 1I.Nw MOWN 912.9x.1 rr Y.srsrt.Ommaas.0 r 0.1.N tn. 44 A0,.um,.'163096 120,0 Nw, Iw 000 • °wr / 3 SRO 0N/ �,rpV�mmq�q 3 �•0i�1010.440 a13HC S��S��Y - 16L-biYtTftii[iiY' • • • o • Na. .,-®®�®®® •4. 0.0 °14,m ',r °.3 4 14 1.N 14 14 30 or11.00r0.0100 4- 101 10/ 107 101 30 / •i • cYY{ w BATTERY CALCULATIONS 1200.PLi MAC 0 BTTT�RV CALCULATIONS ...1r PH MAC N 0001. 1241. m... Cr r.,.. N.. 11.1004421 w,.. 0* • 0x011 o.wa I1,.0� u..2. 0.0.0.0. 1.001,. .a...ltr�qp� •Ir a •01 r .4 11./01.•. •01 0000 00:0 • Ay 618016 013+0.8.1 1 = :It' = I1r •v.•• ?Y 1 0o°o a no-Dow 0. ,y.. �� osx0-1016 Ulm •r.✓.y. Yi W _ _ 001 tii P. ar ..b I. r M ...1•Aso 000 10w ,N I�mY.m W°Om • l•-x'01.• 110° -..r. 11.1.0Gr. •�•- 41 pgw�y w M TLC .ems ti+.w. • Nm man* 1i 0 L1.la.10 NO a Nx/1* iY �v0••. TIP ^•..•. r w. Leo• 1n..1.,0. w.. P..1w °1 w ;w•. 1tNr1 al. 1004.4.1.2.1� m i0.�.�..w w.r,.. :m 7 0H .m ] M w t FIRE ALARM SYSTEM pi CALCULATIONS FIRE ALARM CALCULATION$ C 14.0•11. ! FA-107 ' A al.............17.p',V,I9 IM.,......'°':::::....rppp..).:),.X.T.g:i.t..........=").rw...t...):'...... 7.7,'".'"?`"'""r°7"","'""•.r.rt,=:°°7,t=.;.1,'"c—ttztr,°.,zrzTrzarr— - 1 L( in...CM waLaummtia a»�n.o.a.aw,a.....0x...r".F,,,.a.inv..»,r...0lr nxr..ar,: _w�x,a...x..=gt".nxxaX.•wxr.�'''"' ,»wrar ''.wows."" IleSere , WOWS COLLO. w r . axu_Frew....cr...... l_rx..w.xw,.w.,»rw� ..wn,FwF.6r•10...x,»1 ,wa.x.........aw„�:nwrer».,allan eannILxw _�� art .•n.. a..,.r„n.:�a.,,»,x�,aowa„x,...xr,.,.,,.r,w�,a.»aw, FIRE ALARM SYSENGINEERING C01O4C40.04NF1O1F"O'r�""'°a"•""""""`^"'"""""""r ,:.a.,rorF..aer,.'w«rx,.w«r+ ITT0N MATRIXEl ONwnw me et Input III H Ma:,d�P,115.on • • 1»rrw.r.Inapps, owran AT LENT .x,w,e.rr..0,C.".11.,.Hno.o„,n T..ORM.TO .H xrs.a.aro wx.sr.wr..cu.a.,,rts..e,o.,a,.ua:wo,rr»,w rouWET wurt»n.wwaa¢,r[s W.A., 3 6:nutr Oelecter in Ele.Lobbyauw lNn 4.h.L66 • ••• • (0 Sam.Detector n Daslg:w Torsi$0. Lobby • ••5 • I ,..AT raxr ronx�,ae•, Cwru,mmar.ire t e..PPER w»au.wo.mm.....,...rook. ns.e»ar asa..n.r.exaarr.o.rw.u.. 5 Sm..he Detector in Ele.alor Maul.Room 0118 rmr Dine 6 Snlpke DeleClor$Elevator Hiesiwa. • ••,a • • • ...nr.........x„a,..P.ww»w.w..,a.w .xw.owt. tw. »..r.w r»vin... 7 Heal Deleca,n cerenw.a pm 0 Heal Deleolw M FM..EkMao..Rowe • ••• • •• U 5t .Paumlui WA ON two VIRCUrt 101•11.-0,11.1.0111.1,..6,20µ1C0116P. m POP..ICAl.....a.a.n rale..... r3100 nil 9 Har Dergor In Elora.Ho.. • ••5 • 'C: a a`2 sum, nee MO 10 Inaocl Smoke De,ecb } • • •• CI LL Hw.e.wrr.a.,.uu�`.40 r.1411..1116 ruw.xCrso um. [arum.w„wu.nn_en.o,rwaowusa.x.rncwwrwrrw, now w®ren 11 SVrioider F.Sari. `—•—•� y 12 SMlneler Tamper SAS. • • • I t ,aMawron»a..rssry .....L.L.AS IT Wen...MAL 41.C.MC C.C.a l RicluittEVEX19.ic..POW.L..FREMOTECTIK a....C..u66.NI 13 FACPIPoreer Bpoakr kiln •ure.. Mynas..rwo w»ta»Ce.uEwEo.w x.wrnor.Cwr.wr.,.as.nm. f1 FACP/Power Bou�ter tow 4' • • L ua.to..uw t» ��� 1�i power Boos.Lou. • • V rnu•.wror..,.w.140..........ca.Am..swan T00.1.041MG•Tw.nar„,»rx..rw.wma,o..al.a...na_ le open c.wu • 61 Q s� • .wnrwu..w.x,.mrcx.xeena.w..,..t...r..w> ••••w..,.::..x w.«...ax...w�ot.w....rwro- ,,etc.Gew„e Fault :___ •_ . m 3 +.....191 ,6 raara:awn Appliance Sew,CYWI • • _ 19 F....v.SYsiem.Rakes. • • ••• • • E LL . r.,xawrow w 1x6 x..ai.vrts.q.Hww.U, Ci 0.0..FRers W.M ars Soar.ere I.•..»m has...law 121 Son m ow W r»ww.as..ra.uae......,..u.,=:=.xorrwrurweoa..=,,I.Liam 10.11A11.0.xn,exw... ��'Cww.trot in nut..o .wr»x xTwrtwccra,xwa r»x..I.rrr Wuxi...PAC. Cwryµ.Cwuw.rwa.n.wr,..a s.,»wuaurs. aMo'x,1)600C pebw as p.ruvW 0Y 11w AH1. ninng wwrs.. ata amsuur...mow xur w.wln..Dump r»s.Inu:lww.....a.wrar.:uC "• -a,.ser:FM.nmrarar. tarso Mr.urwttow.rmm.l„»xsvenrw,».gr wan,».yxv..w.Wuu.rr.0 1681 RY r.. 1xu.w,.uu.»»o....oTi..ucuto—orIn xruwa[m.T 1»810 w w Hume ww.xaum6r....n .:n rrrw,w.nNO.xs..er,r.c.aw.MT..x:wrr.wsrr c.a.xr.mar.er M.. w' *� .6nc•wn. ca•o.raox.aant6rs.n,w.mmm.�rum.rwt,1.»eww,mrw[ arca rrrrrm' nc•r.ra r¢ws:ormr»wtuw“...,.....,.,0„,,....,„,,..,..,..,,,,,....L.,ru,y.tyw,:ua —E. , (ONO. pCOMM. cert.Hs..wu•,weurrmr...r.xno.w.a nAI.T.ow.woreoareno m m.wun veu or. alr.nr{.rw —_ 1.4.-96.521...11.1 l.yyrp� Cwm:xwrua.ovwrsx xawce —_ — —..-- .wren.Cumw:.awmnwaw......rc,wo..»rwn,umrr.Huww.. Un.leled Rn..CB.RAC Brael w.r.rwaa avuxx..tw.n.na,x�nuuw.awnxuwu..vu ux nrurwtu:...cs..uuae ruuoua.�:,w.xo •M,W.• `� xenu.owroow,w,e.owx,»wont.uaurwrs.w6s.r.n.ormxsut16=4e. mn snws'rw. wren..olxsun10.10,.ClarH,»r.sTm,rx ac w 1 u r�i r»u.esr maaa..x.s.HMV.w.nr MAL MO 1.1116.1.1.11...0rwu.xrr .. o.rn oat S. H...,.....,w..wvu..wwo.6u...xrtw..,....uu.ac,w.......,IMC nu ru.r,rno Beer a r.ra ro n, r_In Arrarurce!HT a..urn. rte we we kon,tel 'ine0o,PE l....t.w.a..Cs.wc:kkwwtu rra T».ruo.rra. ,a»u w,n.w.x•..r»H1rAwwrT.srac 1088. Elarqu x�3C95 ..r.. rrruwa..w naruu..num..ur...ru...rv.w.».r,ux..:..o.»Cy:V..t..aae.rw.r.» . smell rant s.rvc.s.ngwrw.. ur if:l^_ttr •.wuswm.In:wt.............1 In Una6kpq F.AMrm Cabs Cob Co. �r.rerrn,a„aa. A.4 YETNE1.0.1.011•ALIISISTS 011111.141., w.x,.EL.A..•p6..x.,.n.r,.rrr.Tnwrw•.,rr..wr.arw.... • GM.,0.1. ri,`iii ta.i r�r i wx.r...r.....11.U.x...p�awx.......t.x6.w.r.•a....er»tx I...Ir..r.COW..ww..nm»ani...wt» ;6� w,rw A.1.w»H,.er E.trn_,1111.rm..na...._, �` m w xw., ,wrw RAO a xww,Tx�,.n•To...EaA.ww•.r w • _ are.all. un Aunla.aov S..nCumncno at PROviti•10.11 APPROVED min.nre, ...6:....r...u...ne.....r...uta....r..wu Man. sec C6 618 tai styes e ••w Amer re 6,OM0 CIRCUITS AT niorii Worm c.orr xrx... rrr x _Hr...t.._..r xx x.. l...r.rr.n.... . . .1r.ar,�w ,r,._,r.r.� »rww.o...wamnwHR,» BETwORK61,6ey(FP, ..p r x.Awwwrrt.n„•:r..kt.Grano. 9i]F1plt u TLC 'ear.VIP=MCI”.C...a AT a roc..am OIEPATE router He UM wx.aw,T_,...C1.......6. �- 1r•;`� 1.1,1‘..)4 10 Ox».wxwawmx..,.r FIRE ALARM NOTES RpYx»t num»Hpw i &INPUT/OUTPUT MATRIX RISER DIAGRAM ._..,,rra..e..,.n 11.18»......,.,w.,..µATxrw._ay._t..6r.xr..u.a. w HY�FA-01 MIL( ENGINEERING FOR ARCHITECTURE 5757 Mee Lagoon Dr, Sohn 000 Mlaml FL 33126 ' Phone:305.266.6553 Fax 305.266.6695 1 W Uhl. www erre E9//0.5 L----- ,�,,_..=r�< �L t, a. ...L I_ ►W---e •HP 1111 - 0 ..�::.::.:.rr�.. �� np '_ I wwe�0 .. e ' 1.9/ _ v FYI e e Y7ia' U Lg g �� 1 �I oa (� (---"T--, fW m w« w. :aa 159 r- — t. cx g a IL aT' I13 rr'- [I a Loser ...re.. ' m e♦R�. .o IC— :Y ErLL 1 .. « t1 a� a fig,,, roaay lo-,..,1:qua.: - ! _ ......__ i- tiji I a jQ t ■ N l IA Rl ,-1� �� ,. I...Tnuui.:::,.r.ca imrr�. Y xF6 r -R .., at .moi'I: '"- Thr 414,---- --- „,_us fil ------- - Il .. :r n�wr. I 20.21.201111 eo�«.E.r : OMM1018 .acwE«r max + 65. 22.22202 RAM.Pi S.MM.near IIC 0,1 .21M MILL I -- ( -- 'VIZ anMw.(eeaa9.:a„'Maessr un 11 FIRE ALARM GRQUN� FL44RPLAN rl, M2110.0 owner mums 1,22.0 ;OMR.22.02 2212 IMMOMall DM 2A22 a °A_ yww 0222113a M. 1.1 2222 22 ME SW rriMkre 7lLfn MAI —.-.--� FYIWoJldniieM1631 enl.ur�.: 616086 w ar a... D rew, TLC Npenak TLC arW. V6-e 1'-0' 222M y 2212 FIRE ALARM PLAN GROUND FLOOR Iae.,eae FA-101 IM1L( ENGINEERING FOR ARCHITECTURE 5757 Blue Lagoon Dr. Sults 400 Mlernl.FL 33126 Phone:305 266.6553 Fax:305.266,6695 .. s + +_ ' i www.Yc-en corn u...�.o..� '". .o'St. 1111!D r'..1------- ¢l 04,o,a 000215 ,..� storm ., _....... !A ..-..-'. -. 1 r Y nears. i ur.. . la; /2114.242 I cwt ■ •.2 lir 1 • Y ___ o LL YYm' " IINII❑ »6tTp D a 3 m Jai —����� �4�I� -- CB S co LL ik _ L_ ! _ .... '. -i �iiiii . �( iii ... `�la.,_.__._. 1._ . 2x11.== i casuam ram /�� .bur sri r --r 1 /�6���I��\/FIREAARM 2ND___LQOR N I I �1�'uxC Vi• ' V ' wrlww Yw+nemow' __ _.__............. .....2222. .....� Ma O — I 114.22.21212 re CCYirt T Or.l re CO.plr sw Yonuel Yolinede.P.E.' rWiiJu L11cenan•631 618046 05-24-2016 ...w. TLC �ao-awa M: TLC sca. 1/6-.1'-0- w lrlx FIRE ALARM PLAN it SECOND FLOOR FA-1 02 A FnmL...1Lrzua.rrsurl ENGINEERING FOIL ARCHITECTURE ..° J 6262.F.� a. ... ,1, . -3 �/ Mb: L33,26 I{ {'+•^-„...,T- .. Phone 305.266.6653 !y 1 � �.�� 4 1 ©^ W Fax:305 266.6695 5. wN.l ww.x 990801...w -t 1 I ”'�s cwri 11 —rn+M.0 1{i.!i °� ...._:..4 I�`� w,w o.3.91.199.11.as .I< ...,. ...,.,,,L,..,-_, : a'l `r . 4 v .. .1 w It a491478 N ' II I a...6 {� O SII _. Es__.___._.. .. 1 e !11 wo . tt' 7 L�l I.- ii a I(ll s. Ili 666.:::.} Ail 11.11[10'..111•111 m W R a 4 FIRE ALARM THIRD FLOOR PLAN ¢ v..�.•o• FIRE ALARM FOURTH FLOOR PLAN E LL soc./f �'v t0 2 Ns DM Owloal.• 06.21.18 .11wrrrt =LIM unit TO= nuat. ...�. .I w"J n.° –. .� 1 '.." °AYE _ rncs r l'i‘u_ &if-4 �I. -. L�awl �•' ° I .... Yvwd Yd4Nu,P E I L I�u - .91/V•111. - � fYx0 L.w..161E66 i , per. y I _ :o.M. r .w..� __.._..... I oMMa s X0'1 "' -► ...'.I . 4,': _ qp..--17 tt'. .,r. i. O 71 to ~' p„_„., 81606 CHOW•;�ii� 11.7'11 a- 11iiii1 � ••••••• osza1SSSS� IH hum"'mu ' gnaw Or TLC *rad Mr nC '°" Ur 9 rd 6wr.u.. FIRE ALARM PLANS THIRD THROUGH SIXTH FIRE ALARM FIFTH FLOOR PLAN I.�FIRRE ALAi RM SIXTH FLOOR PLAN FLOORS SIAL I/f ��/ �/Y I 0 Ka MM ems 6 M.t6*WM QMC[6 i O wa.My A FA-103 1 LIC -..-7:..: .iir t , 1 .01f/alk . ENGINEERING 1 — -: 4,•I''' T! , ft Y 11 5757 Illua Lagoon Dr Soils 400 Mang.FL 33126 Phone:305 266 6553 -1 tf71.7,-7- 1"Arlj 1,- ijil ''''' I Fax:305 266.6695 www.gc-anglneers.corn .440.4 40/414/44graourrin =rig ir- .41 Ma fit in,••••• It'll,'.:•'17'1"" _ II I vu---- ; --- ; i4,.. J1 ...,. . ' h [1-- 1 . 00o7<_<w1 41 . cr i LI FIRE ALARM SEVENTH FLOOR PLAN OFIRErALARM EIGHTH FLOOR PLAN /Wm M. OM IMaludan I 06.21-212111 110 GOMIENT 2 MOIMIS 110 COMMENT - - il.:::::::::C—L__,..,, ,...,_ .[1::::: ::::- ,..... ....... "".. MICII, WO, -:-....171 i-- u. "Itfa•M ''''''''..ir 1113MCI 1.14144.43.PE Flagg ucenue/0096 I IS IS om UMW ma ' OM IM Wm 'LA. I . .IN:I IA 1 I , 1 ,R11711:74 P. 1).-' ,' ,4=i. .1 .11.1. LEfi'='',. .1:..,'' ' ,...I. lit... Pat.M: 616046 KIM Wm.. k -L •.- eS.a.tm.kA m..ao.t.mM.ma.iM..AMP.I apmuo•, . -- ,,,,.I... .'........4.-....... ... Sr.M vr54-4-TrT2-iL0ocC1- O ,.. R -F1=MMMIMOMaSftS..— =aM .1. ENm1imdMaCCa L11O1M•0.2A1. Om...a 0 8 A FIRE ALARM PLANS FIRE NINTH FLOOR PLAN FIA .- N . *OR A:6V ;•$ SEVENTH THROUGH NINTH FLOOR. FA-104 1... POLICE ATHLETIC LEAGUE BUILDING (61100) _. IAmtIBEACH MIAMI CITY OF MIAMI BEACH , FLORIDA PROPERTY MANAGEMENT DIVISION POLICE ATHLETIC LEAGUE BUILDING FIRE ALARM REPLACEMENT 999-11TH STREET MIAMI BEACH,FL 33139 100%SUBMITTAL ®Dos 673-70801 MAY 30, 2018 MIAMI MACH 1 ■l� :WO j�lrL. IYT■ • -- • -,:4WD 1 �■■■1 : POLICE ATHLETIC LEAGUE BURRING �A■ 'PIII■II/ • - -6. ,r PROJECT LOCATION •.ill, 70 Malta . a ,.�.�,�y :.,r. Noodle - - - ® STAR �■ilA■■1W'r' Is. li■!�A■■FIRO •- C17'Y OF MIAMI BEACH, FLORIDA i�- ■■��■Er�A� MAYOR: Mayor Den Gelber I�I - F?■!■!lUIrks 'MIAMI --- tIIllIl�■E■ 1 BEACH COMMISSIONER: Micky Steinberg .11 gillG • COMMISSIONER: Mark Samuelian _ - r1��.' - COMMISSIONER: Michael Gongora COMMISSIONER: Kristen Rosen Gonzalez _ `kW - O COMMISSIONER: Ricky Arriola i - COMMISSIONER: John Elizabeth Aleman CITY MANAGER: Jimmy L Morales _ u CITY ATTORNEY: Raul J. Aguila . .• . • CITY CLERK: Rafael E. Granado / PROPERTY MANAGEMENT DIRECTOR: Adrian Morales LOCATION OF PROJECT / VICINITY MAP INDEX OF DRAWINGS Y WOLFBERG ALVAREZ Mr SHEET DESCRIPTIONg1 GENERAL COVER SHEET • ARCHITECTURE ENGINEER NG EIEGTA1CAl 11.01 SYMBOL,NOTESMD IECFND • 75 VALENCIA AVE..SUITE 1050 TE5.01 1402M FLOOR DELOGVONPLiiFRENNMPVN • CORAL GABLES,FLORIDA 33134 1501 1ST 62ND FLOOR NEW FRE ALARA PLN •• V 305,6645474 F 305.666.4694 WOLFBERGALVARELCOM AA 002416 EB 002354 WOLFBERG ALVAREZ • GENERAL DEMOLITION NOTES: l FIRE ALARM GENERAL NOTES SCOPE OF WORK mtiosa. ELECTRICAL .,a MOW OWL a w...a ri t�,rM R�...IM SYMBOL LEGEND Ile .• a M.xl ml•••••• ' rauOK a me port 10 wR 0.nwu K...gymanonw�rn¢im oau rLi MOW.x WO O1aw. FIRE MAW/DETECTION SYSTEM MK .I.. 110404.4.•Il r COM MU milN. l'DC p 1�IE w WS wl a..1.113 IIttunq WW1. WOAD IGia.rc alll•M.�F u M I[9VsliY w 'unD n�ul ♦ ,cook.pu Cask,rn wrv. NO xw 1mywlM — MMpyMWlSou m{Y SWAM Mtom Mo.e•RAW raleN®pfnl op11r . ••,,,,N•pumn..,.,,a loll,Canary 4-FM WIA s1.1116.1.16.....•tmr onn.o Muss MOWSAwa va, L-0.45 NO MI. IQ 1...Inco.r a.mM.nen • WaLL•1a SW/WWI wa76 VAL SNOW so4.a al.col,WSW .M�a IIMa.aR® p. .cow Ma..Mwr«..M 1.1 4�•�•a lw•.w colo,Ie•NW IF.a SW.•o m.a..n F. 1. mu..w..a...w..m...�.I I.,r.a m,...n s .RS WM/vN o.aa u O mm a..aa MAW.no I m ..1 Ino colw .FLoP0:m ` V 3.856,474 3. • OasC=r�s�`rul"`v`ma w.w.,.-o.m a WY a®.. • JAL.RES COW • u�'.�...•pia.q....., �a _ t MAMAW c.a mltsr�r WM.WWI.� FOS•.pl an.m:v nVOLFBEn Mg • l.•.7'w.:..—:r.,IMai%I%mcaw 1 n.n aL'''' auwm tln.an,K.tetu...+p�n S SW n w an col. .`—`mona.le•® nwra.nv wrmo et W.I.rm¢Sao ,^m...< [e w:ls. a�tr.' p� w....Ip W.lrr.rr<a.�a�a —rtaal.n.Cara .i��EapMaa.�au sw..r,I w.�,aaouN of rYli a mlia ,cl a 011.I✓.l. IL.iLMIMS•.•••NM MM..•v r a oa.=..M.11.r owl arum e•lrpllla•n.aa M... MmconRS.wiurIm wMN.a n...wIM.pe•....®n OO KUS IOW dal WINO NM•nsWM.MWT.In.n.,..ra..N.vali waoMO qualm r, B ® a a.aa Nr Sal w.Mww.a I y...re•.Im F] _ ►�el,�.AO •� .�DIWOWIFAA �n � m'�m.m WNW.maw.w�,�,t d w:MYR a • GM.a..e•r �...wa..a....rw..u.r... w..a .w r w own a▪ .o n. �a op.,. ni AN w �T MIS CEILANEODS SYMBOL LEGEND MIAMI BEACH la WOW WSW W•ft r�Lr aM�RMmum u.®Ym W.r.,I our.NM. I to tan.aa •,¢aria m,..m Mu.R...w p,Ia..... iN.rw.n TITLE ¢.Nr� cow w..,,,,,,»I. 11-.11711.1.7.1. O MI4<1�M MA Io a sows M.a m I¢e w w a I. ▪ arw con c acr l u�N.traawaaa Ca.r mau.. .wr,.LOW�.v s pg ma.Fa.a o,.�� ¢u CD,moi w Caa o,Ma Many ran.•./4+54.15. ....... ln ray Ma l,J • IWO l .mram.p.a .warww.n.r con aanlumr ]r r MWa ABBREVIATIONS .11 Atks WOKS_ rS.w.Ny.rw.,,..Max w ..darae•ww.rnm M m 0 00 NSW l M.Ml IS p m .n/e•SSW M1 MI YAM Saw WY.IE 14I1 10 Pe NJ • arm Ma. a M an. ...=r as D W LL u .a ark SSP It a.M� M.ro • f IIW MAW ®" m 2.naw. w ft RV MY a pap Kam AM a RNA. w w x®aa. .a..•M r. >a ASx e• a..m mm e•w SLUMS.w OP Mal Nom.� .MIMEO W W a .Mar�NEN Mo•MOS al R.: :I CLQ w 2 TO CR.ln. w rs Man N.are• •baa.aM lFa w w as u.•,..yn. Q J ,J 1.11.0111113 WSW•r MI.e,w I...."`lyra. ;WIZ 1.Inco r.roMMIL as ru10 LK w.pB.ORWIS W W LL .IR ON...M.S.S M um IV NW ma we...OW..Mrz J W N= -5(3 a,as WV 41.1.19.m.a LOU ax A mom a STOP WSW U qa_w rag `w,••••••,a ••p•ow.e" ..,,...wow. FIRE ALARM SYSTEM SHOP DRAWING NOTE �-n . m MOM MS WWI N•.n,r.a M w r«•.109111011•SC FAS.414 OW.WWI Can .a m I=1MIT ®a 1ILM.].;41.4S M Ito arw m.. ...1 Q a Q WWI•AL LWIS Mow r„a WILL RD.r.I Ma amRnra.r map =J MILO.CS I.IVO ISUWOW Ma'OLLIE a,®r.a s N M 1144.21 Wu NOW Au MAW.AMA wawa Malaya.. F—Q 1 IC a 1.14 oyes. PA .....• IS. cod. �aOa amu R m,r MO Id rt .wa.,...a.w. "` 1-14.1 Q l.. .a. xm.Mr.nl.m1M�� U 1 II XIVAULPI g/NV 11Gangt SOW AFew MAW KW.AR lam lwwwwe•an ..aa.r 1Varse•S.. JO '111"Nra a=ld'a�a N, a c uo..I. M.➢....FICUI e.mc M.A..1R II K wr Na V.0 um1 Se SW 41 WM.KIM NW Al•Wirr.110 LOW.FROI A Wi.srat .I.IWO OF m PO.ow WO Ill OW a.POO. are¢ w • OW ormx ! 1M a la FR AIM ara ra,r ROM.Fan core•I IF RC1. a FOE AIWA Mew MMM..Ra..�.a.a M ; r Irl WW1 r Umarm NM w xw•waY a IOW NIS NMI.111......SWAM WIA OJel WW1.MOW Mwun� Fa MIM KM COMM a RSVMMNGn E • OIYMIIM IID. MI6 Y•SS • I MSE Mr1 !: E1.01 .e 0.w.OI In.,,,n.I•.or Enyiw.r'..w...a,o.p.m one Pp.c ln.LM.comply WO IM apOc 4S nnwwn UMW COW O.Iw wp4upl.1.-sollity Mon..a wlym,wd W Iw Mol wtn Y a.Mdurcs.4041:10....bon 110.5.,end Cnept.630,1wor.n Smut. KOLFBERG ALVAREZ "I",ME.. 41---"" E , ,gypo � Cams'�v" IIIIIII3313.1 VALFBER L CARE/COCA IJ --._- .X 002416 �� .002. 7 O =""AO (IA O._i_. o "IR' !.� • MIAMIBEACII I.1 11110 (BSECOND FLOOR DEMOLITION FIRE ALARM PLAN 0 YR•J/e•re• Z _�Z D W CCI W W o, M <-1 iiii_., WW I-LL j W to =JJ a o O 1.111 o Q W �. I w CCJ �- - 1 1104 MY � COMM NY - -- .-• • . ero k_ i L O u 1 . / In SW / .....7 kisN. IP (:=) �"`' POlfli -al rwuDOM �. ir" L = ,p luwnwun I L•i ME i V `J MIY IRST FLOOR DEMOLITION FIRE ALARM PLAN •1/e•=P-o• W.I.11n6 1.1 1 mC 111X18 88118. N8 81.1 PYX aam•er NUMBER DE5.01 to IM Cool 01 IM AILIYt.bt.Of En.q....kn..,IM puns wd.p.cilicobb Comply nlh IM opphCo6W Mnsnwn bolding cod.orb In.opppw64 In-.ol.ty.Iordoreo co dt,m,ME by 1ho bcol oothwily in occorpprc.with 16 C..c6on 110864 and Chop1.1 633,flwbp 51bu1.. WOLFBERG ALVAREZ VW FLOOR • a ,6„ IIIIII�"11M o o C W. a t,es ae1IIIIIIIII e.w.�r fLW2354 MEI 102.F19,, Cmb i 1 il:A a a a a a a a af I:+ i2 ©A-8-i-1�8 J FACT, Yh Li x 3 1_ U SY ., TacECU ini OND FLOOR NEW FIRE ALARM PLAN D �j, sap's-o' Z nl _.1 -� D Z CO W yA� - �..�.p.,. - _- - WW rn CD Q7 Iii 2 1 FIRE ALARM RISER DIAGRAM Q_J E7.01 N.T.S. Wtl I.E.H J W to_ UeL E.V i=N ern • 11U111 -"T'r' "�: Q w Hp ." II\i. . •..............9.0..........=...............1 n 1) I' 111 I ...m d �� -3 M J --o 0 �I"., I me risCl— ��— m. I® O;e:m.::.ammo au D.I.cam MOM IBLIN. .,....rrICI MIIIKII OF 1 _-. _ .. .-. . • _._ - � L SIM • }e. , 7 .. I : : ' .�. (,) DM ,.. ,y IILILIM•MOM i"' J mp v i 07/316.1. an MI 7 1• RST FLOOR NEW FIRE ALARM PLAN , ....IMF Id I ladROM IRI M MU 41.31 MAN 1 IIMEETDOMMIR E5.01 Urn,d.I of IM pecn.tsot.pr Engirw.,i.no..Eg.,Mg pnn.orn.pxi6cono.camyly.iln t.eppKe61.min'mum 6uil.lq cod.end tM opp4a6.I've-solely standard P.Mlormi.d 6y IM local aulnwity in pccwdanc...ln f.IC...cnR 1106.44 and Chapter 633,fby.EP Stoma.. dA CITY OF MIAMI BEACH CONSTRUCTION CONTRACT DOCUMENTS TECHNICAL SPECIFICATIONS POLICE ATHLETIC LEAGUE BULDING FIRE ALARM REPLACEMENT PROJECT MANUAL May 31 , 2018 !iv WOLFBERG ALVARE28 PARTNERS Wolfberg Alvarez & Partners Architecture• Engineering • Planning• Interiors 75 Valencia Avenue Suite 1050 Miami, Florida 33134 V 305-666-5474 AA 0002416 EB 0002354 https://www.miamibeachfl.gov Telephone: 305.673.7000x2126 E-mail: FranciscoGarciamiamibeachfl.qov CITY OF MIAMI BEACH Police Athletic League Building Fire Alarm Replacement SECTION TECHNICAL SPECIFICATIONS PAGES DIVISION 1 —GENERAL REQUIREMENTS PENDING DIVISON 2—SITEWORK (NOT USED) DIVISION 3—CONCRETE (NOT USED) DIVISION 4— MASONRY (NOT USED) DIVISION 5— METALS (NOT USED) DIVISION 6—WOOD AND PLASTIC (NOT USED) DIVISION 7—THERMAL AND MOISTURE PROTECTION (NOT USED) DIVISION 8— DOORS AND WINDOWS (NOT USED) DIVISION 9— FINISHES (NOT USED) DIVISION 10— SPECIALTIES (NOT USED) DIVISION 11 — EQUIPMENT (NOT USED) DIVISION 12— FURNISHINGS (NOT USED) DIVISION 13—SPECIAL CONSTRUCTION (NOT USED) DIVISION 14— CONVEYING SYSTEMS (NOT USED) DIVISION 15— MECHANICAL CONSTRUCTION (NOT USED) TABLE OF CONTENTS TOC - 1 Police Athletic League Building May 31, 2018 Fire Alarm Replacement Wolfberg Alvarez& Partners WA Project No. 21809.00 SECTION TECHNICAL SPECIFICATIONS PAGES DIVISION 16- ELECTRICAL 16112 Raceways and Conduits 16112-1 - 16112-7 16120 Wire and Cable 16120-1 - 16120-4 16131 Outlet, Pull, and Junction Boxes 16131-1 - 16131-3 16721 Fire Detection Alarm System 16721-1 - 16721-11 END OF TOC TABLE OF CONTENTS TOC -2 North Lot Lighting Project January 31, 2018 Parking Lots P-98, P-109, P-112 Wolfberg Alvarez& Partners WA Project No. 21714.00 SECTION 16112 - RACEWAYS AND CONDUIT PART 1 - GENERAL 1.1 SUMMARY A. Provide all labor, materials, equipment and services necessary to complete the conduits, fittings and support work, as indicated on the drawings, and as specified herein. B. All materials provided under this section shall be listed by an OSHA-approved, Nationally Recognized Testing Laboratory(NRTL). 1.2 RELATED SECTIONS: 1. Section 16120 -Wire and Cable. 2. Section 16131 -Outlet, Pull, and Junction Boxes. 1.3 SUBMITTALS A. Submit product data depicting manufacturer's literature, including printed installation instructions, and recommendations before starting work. Submit samples if requested. B. Shop Drawings: 1. Provide layout for all floor plans with elevations depicting the entire cable tray system throughout the structure. 2. Designate components and accessories for cable trays including, clamps, brackets, hanger rods, splice plates connectors, expansion joints assemblies, straight lengths, fittings, and grounding. 3. Show accurately-scaled components and spatial relationships to adjacent equipment. Show cable tray types, dimensions, and finishes. 4. Submit shop drawings and product data under provisions of Section 01330 Shop Drawings and Product Data and samples. C. Provide certified copies of factory test reports performed according to NEMA Standard VE 1 on cable trays of types and size specified for this project. 1.4 QUALITY ASSURANCE A. All cable trays and components shall comply with NEMA Standard VE 1, "Cable Tray Systems". B. Electrical Component Standard: Components and installation shall comply with NFPA 70 - National Electrical Code-latest edition (NEC). C. All Cable tray components shall be the products of a single manufacturer. RACEWAYS AND CONDUIT 16112 - 1 Police Athletic League Building May 31, 2018 Fire Alarm Replacement Wolfberg Alvarez& Partners WA Project No. 21809.00 PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Fibrated Emulsion Conduit Coatings: 1. Karnak Chemical Corp., 220 Fibrated Emulsion. 2. Monsey Products Co., Monsey Asphalt Emulsion Roof Coating Fiber. 3. Sonneborn Building Products, Hydrocide 700B. 2.2 EQUIPMENT A. Conduit shall be sized according to NEC, unless otherwise noted. Feeders and home runs shall not be less than 3/4"diameter. B. Electrical Metallic Tubing (EMT): 1. Galvanized steel tubing with smooth interior coat of lacquer enamel or zinc coat. 2. Comply with Federal Specifications WW-C-563, ANSI-C80.3, UL 797 and Article 358 of the NEC. C. Flexible Metal Conduit: 1. Steel: Flexible galvanized steel conduit (Greenfield) complying with Federal Specification WW-C-566, ANSI C33.92, UL 360 and article 348 of the NEC. 2. Liquid tight flexible metal conduit shall consist of a core of flexible galvanized sheet tubing over which is extruded an oil resistant and liquid-tight jacket of polyvinyl chloride (PVC), complying with Article 350 of the NEC. D. Conduit Fittings: 1. EMT fittings: Zinc or cadmium plated steel or malleable iron of the compression type or steel multiple point locking (set screw) type. Couplings and connectors for EMT: Made of steel only, rain and concrete tight, and be gland, rolled steel set screw or compression type. Provide all connectors with insulated throats. Fittings larger than 2 inches: Concrete tight only. Fittings shall comply with ANSI listings. 2. Flexible metal conduit fittings: Steel or malleable iron only with insulated throat, complying with Fed. Spec.W-F-406B. 3. Fittings for Liquid-Tight Flexible Conduit shall incorporate a threaded grounding cone, a steel or plastic compression ring and a gland for tightening and shall be made of steel only with insulated throats. 4. Bushings and connectors shall incorporate an insulating insert of at least 150 degrees C. rated plastic or 105 degrees C. rated nylon. Conduit bushings made entirely of nonmetallic material are not allowed. Grounding and bonding bushings shall have clamp type terminal for copper conductor. 5. Expansion Fittings and Sealing Fittings: Shall be listed by a NRTL, with ground continuity means. Expansion fittings shall be deflection and expansion type. 6. Conduit sleeves shall be galvanized steel, cast iron, plastic or ductile iron pipe when they are located in concrete walls, foundations or floors. 7. Die cast zinc alloy fittings are not allowed on any type of conduit. RACEWAYS AND CONDUIT 16112 -2 Police Athletic League Building May 31, 2018 Fire Alarm Replacement Wolfberg Alvarez& Partners WA Project No. 21809.00 E. Conduit Supports: 1. Pipe Straps: Formed zinc coated steel or malleable iron one-hole pipe straps or conduit clamps sized for conduits or tubing. Individual and multiple pipe hangers and riser clamps including all parts and hardware: hot-dipped galvanized throughout. Provide all U-bolts, clamps, attachments and hardware for hanger assembly and conduits. Design each multiple hanger to support load equal to or greater than the sum of the weights of the conduits, wires and hangers itself, plus 200 pounds. Hangers and hardware: Federal Specification WW-H-171d. Manufacturers shall be Allied Tube, Triangle Conduit or Carlon products. 2. Fastenings: Zinc coated or cadmium plated steel screws, bolts, toggles, and expansion anchors as required. Nailin or nail-n anchors are not allowed. 3. Electrical steel channels shall be equivalent to Unistrut P-3000 Series. Provide trapeze, clamps, supports, concrete inserts, galvanized steel or plated steel with galvanized conduit clamps, and threaded 1/4"diameter minimum suspension rods. 4. For individual branch circuit EMT or flexible metal conduit concealed above accessible hung ceilings only, "caddy clips"spring steel conduit clamps. F. Surface Raceways: Use only where specifically indicated. NRTL listed and comply with Fed.Spec.W-C-582, and Articles 376 of the NEC. 1. Manufacturers: a. Walker, Division of Butler Manufacturing Co. b. Wiremold. 2. Pull Wires (Pull String): Galvanized steel or nylon rope of sufficient strength to pull in the maximum size conductors through trade size conduit. Minimum strength shall be 200 lbs. 3. Non-metallic surface raceways are allowed in limited use on renovation projects, and only with prior approval from the City. PART 3 - EXECUTION 3.1 EXAMINATION A. Do not proceed with the work of this Section until conditions detrimental to the proper and timely completion of the work have been corrected in an acceptable manner. 3.2 INSTALLATION A. Provide where indicated and where required, conduits, tubing and wireways to form a complete and integrally grounded raceway system. The system shall be installed according to NEC and local code requirements. Components of the system shall be of sufficient size, strength, and capacity to allow for placements, pulling-in, or other installation of conductors, wires, cables, splices, taps, and terminations whether included in this Contract or for future use without strain or damage to those items being installed. B. The minimum size of EMT, and flexible metallic conduit shall be according to NEC except as follows: 1. Unless otherwise specified under"Products"or shown on the Drawings. RACEWAYS AND CONDUIT 16112 - 3 Police Athletic League Building May 31, 2018 Fire Alarm Replacement Wolfberg Alvarez& Partners WA Project No. 21809.00 2. Homeruns shall not be less than 3/4"diameter. C. Raceway and Conduit Locations: Unless indicated otherwise, conduit types specified shall be used in the following locations. Any deviation from this schedule shall be submitted for approval with corresponding price adjustments before installation. Any conduit installed and not of the specified type shall be removed and replaced with the specified type at no additional cost to the City. 1. Interior Raceways: a. Concealed in dry wall construction, or in suspended ceilings: 1) EMT or flexible metal conduit with steel fittings. 2. Sealing fittings shall be installed at the following points and as otherwise indicated: a. Where conduits enter or leave hazardous areas and enclosures for explosion-proof lighting fixtures, switches, receptacles, etc., use sealing compounds according to NEC of a type approved for the conduits. b. Where conduits pass from warm locations to cold locations, such as refrigerated spaces and air conditioned spaces, use to prevent passage of water vapor. c. Where required by the NEC. D. Raceway and Conduit Installation: 1. Conduit Routing: a. Route conduits as indicated or as required to suit the installation. b. - The routing of conduits, as shown on the plans, is general and diagrammatical. c. Before-installing any work, examine the working layouts of all other trades to determine exact locations and clearances. d. Modifications to conduit runs shown on the electrical drawings, based on this section, shall be made without additional cost to the City, and shall be subject to NE approval. e. In determining clearances, conduit shall not be run within 6 inches of any heated pipe or duct, or if unavoidable, the conduit must be kept at least 1 inch from the outer covering. 2. Conduits In Finished Spaces: a. Conduits, fittings, outlet boxes, and pull boxes shall be concealed in ceilings, walls, or partitions of the buildings. b. Unless otherwise shown on the Drawings, conduit may be run exposed on unfinished walls and in mechanical rooms. 3. Conduit Bending, Cutting, and Placement: a. Conduit bends and offsets shall be avoided where possible. b. Required bends shall be made with standard benders designed for the purpose and with a minimum radius of 6 times the internal conduit diameter. c. Make conduit bends according to the NEC unless otherwise shown on the contract Drawings. Use of a pipe tee or vise for bending conduit is not allowed. d. Conduit crushed or deformed shall not be installed. RACEWAYS AND CONDUIT 16112 -4 Police Athletic League Building May 31, 2018 Fire Alarm Replacement Wolfberg Alvarez& Partners WA Project No. 21809.00 e., Bends shall be free from dents or flattening. Bends more than 360 degrees are not allowed in conduit between any 2 terminations of pull boxes, as per NEC requirements. f. Make no bend in surface raceways. Use factory formed fittings for surface raceways. g. The ends of conduit shall be carefully reamed out free from burrs before installation and after threading. 1) Cuts shall be made square. 2) Coupling of conduit by means of running threads is not allowed. 3) Where it is impossible to run the conduit and coupling sections together, an Erickson coupling or other accepted combination coupling shall be used. 4) Joints shall be made up mechanically tight. 5) Joints in conduits concealed in slab, floor fill, earth, etc., shall be made using approved silicone paint on threads. h. Prevent lodgement of dirt, or trash in raceways, boxes, fittings, and equipment during course of construction. Clogged raceways shall be entirely freed of obstructions or replaced. i. During installation of conduit, unfinished runs and terminations in pull boxes, cabinets, etc., shall be capped until conductors are installed. j. Plastic caps designed for this specific purpose shall be used to cover and align conduits 4. Conduit Connections: a. Conduit and EMT runs shall be mechanically and electrically continuous. Unless otherwise specified, each conduit shall enter and be securely connected to a cabinet, junction box, pull box or outlet box by means of a locknut on the outside and a bushing on the inside or by means of a liquid-tight, threaded, self-locking, cold-weld type wedge adapter. b. Install the conduit system complete before any conductors are drawn in. Each run of conduit shall be blown through and swabbed after plaster is finished and dry, and before conductors are installed. c. Where metallic conduit is exposed to different temperatures, seal the conduit to prevent condensation and passage of air from one area to the other. 5. Conduit Penetrations and Supports: a. Where conduits passing through the openings are exposed in finished rooms, the finishes of the filling materials shall match and be flush with the adjoining ceiling, or wall finishes. b. Run conduits exposed in unfinished spaces and mechanical equipment spaces and elsewhere where specifically indicated on the Drawings, or with the expressed permission of the NE. 1) Conduits shall be run in hung ceilings, except as noted. 2) Where exposed conduits are installed, they shall be run parallel to the building walls or partitions, using approved conduit fittings. 3) Exposed conduits shall be securely supported with malleable iron pipe straps, angle iron pipe straps, angle iron or steel channel racks or other approved means as required for clearance of other piping or ductwork. RACEWAYS AND CONDUIT 16112 - 5 Police Athletic League Building May 31, 2018 Fire Alarm Replacement Wolfberg Alvarez& Partners WA Project No. 21809.00 4) Wood hangers and perforated sheet metal hanger straps are not allowed. 5) Spacing of conduit supports shall not exceed 7 feet. c. Conduit located in hung ceilings shall be supported from the floor or roof construction above in approved manner similar to exposed conduits. d. In dry locations, spring steel fasteners, clips, or clamps specifically designed for supporting exposed single conduits may be used instead of pipe straps or pipe hangers. 1) Wire shall not be used for support. 2) Nails are not allowed for the support of conduit. 6. Flexible Conduit: a. Flexible conduits shall be used for connections to electrical equipment when it is subject to movement, vibration, misalignment, cramped quarters, or where noise transmission is to be eliminated or reduced. Flexible conduit used to meet the above requirements shall be of the liquid-tight type when installed under any of the following conditions: 1) Moisture or humidity laden atmosphere where it is possible for condensation to accumulate. 2) Corrosive atmospheres. 3) Where water or spray due to wash-down operations is frequent or possible. 4) Wherever there is a possibility of seepage, dripping, etc., of oil, grease, or water. b. Flexible conduit shall be used for short connections to control devices and similar items with enough slack to avoid tension. Connection between structure and first point of attachment to vibrating equipment shall be flexible. 7. Surface Raceways: a. Surface metal raceways shall be used where noted on Drawings. Surface metal raceways shall be securely grounded to outlet boxes or to back-plates and fixtures by means of bolts, screws, or other approved means. Ends of raceways shall be provided with bushings at entrances to boxes or canopies. A separate green ground conductor shall be installed in the raceway from the junction box supplying the raceway to receptacle or fixture ground terminals. b. Fasten surface raceways to surface in manner similar to methods specified. c. Each surface metal raceway outlet box with an attached lighting fixture shall be of sufficient diameter to provide a seat for the fixture canopy. d. Where a surface metal raceway is used to supply a fluorescent lighting fixture having central stem suspension with a backplate and a canopy, with or without extension ring, the backplate and canopy will serve as the outlet box and no separate outlet box need be provided. e. A surface metal raceway outlet box shall be provided, in addition to the backplate and canopy, at the feed-in location of each fluorescent lighting fixture having end stem suspension. f. Where a surface metal raceway extension is made from an existing outlet box on which a lighting fixture is installed, a backplate slightly smaller than the fixture canopy shall be provided and no additional surface mounted outlet box need be installed. RACEWAYS AND CONDUIT 16112 -6 Police Athletic League Building May 31, 2018 Fire Alarm Replacement Wolfberg Alvarez& Partners WA Project No. 21809.00 3.3 FIELD QUALITY CONTROL A. Grounding: Test cable trays to ensure electrical continuity of bonding and grounding connections. 3.4 ADJUSTING AND CLEANING A. Upon completion of installation of cable trays, inspect trays, fittings, and accessories, remove burrs, dirt, and construction debris and repair damaged finish including chips, scratches, and abrasions. END OF SECTION 16112 RACEWAYS AND CONDUIT t 16112 -7 Police Athletic League Building May 31, 2018 Fire Alarm Replacement Wolfberg Alvarez& Partners WA Project No. 21809.00 SECTION 16120-WIRE AND CABLE PART 1 -GENERAL 1.1 SUMMARY A. Provide all labor, materials equipment and services necessary to complete for the Wire and Cables work, as indicated on the drawings, and as specified herein. B. Related Sections: 1. Section 16112 -Raceways and Conduit. 1.2 SYSTEM DESCRIPTION A. All materials shall be listed by an OSHA approved Nationally Recognized Testing Laboratory (NRTL). B. Provide wires and cables comprised of copper conductors under provisions of the American Society for testing and materials (ASTM) and insulated Power Cable Engineers Association (IPCEA) Standards. 1.3 SUBMITTALS A. Submit shop drawings, product data, and descriptive literature before starting work, and as specified in other section of the Master Specifications applicable to the project. B. Delivery, Storage and Handling shall conform to Section 16100, Basic Materials and Methods". Deliver, store, and handle all wire and cable in complete coils, boxes, or reels with manufacturer's name and approval tag attached. Tag to indicate wire size and type of insulation. PART 2 - PRODUCTS 2.1 EQUIPMENT A. Wire and Cable: 1. Wire and cable shall be soft annealed 98 percent conductivity copper with 600 volt A.C. thermoplastic insulation unless otherwise noted. 2. Wire and cable shall be new and manufactured not more than 12 months before installation. 3. Each coil or reel shall bear UL label and wire marked with AWG or circular mil wire size, voltage rating, insulation type, type stranding, and the manufacturer's name. 4. Unmarked wire found installed shall be replaced at no additional cost to M-DCPS. 5. Wiring shall comply with NEMA WC-5, NEMA WC-7, IPCEA S-61-402 and IPCEA S-66- 524. WIRE AND CABLE 16120 - 1 Police Athletic League Building May 31, 2018 Fire Alarm Replacement Wolfberg Alvarez& Partners WA Project No. 21809.00 B. Power Wiring Circuit Conductors: 1. Power wiring circuit conductors may be stranded in sizes No.10 AWG and smaller, and concentric strand Class B for conductors No.8 AWG and larger. 2. Stranded copper conductors may be used for final connections to individual recessed lighting fixtures, devices, and for control and signal circuit wiring only with crimp-on type terminations. 3. Do not use stranded wire for wiring to receptacles, unless insulated crimp-on connectors are installed on the wiring ends. C. Wiring Insulation shall be as follows: 1. Receptacle and power branch circuit protected at no more than 20 amperes: solid copper having THHN/THWN-2 insulation, in trade size #12 AWG rated 600 volts, 90 degrees Centigrade in dry and wet locations. 2. All control and alarm wiring: type THHN/THWN-2 stranded copper in trade size #14 or smaller, rated 600 volts, 75 degrees Centigrade in dry and wet locations. 3. Provide distinctive markings for the covering of wires and cables designed to meet the above specification so that they may be readily identified in the field. Provide a distinctive color code for the covering of the individual conductors for identification of individual conductors. D. Color Coding: 1. Color Code secondary service feeder and branch circuit conductors throughout the electrical system as follows: 208/120 Volts Phase 480/277 Volts Black A Brown Red B Purple Blue C Yellow White Neutral Gray Green Ground Green 2. Conductors: a. As manufactured by Colonial Wire and Cable, Southwire Company, or American Insulated Wire and conform under provisions of NFPA and IPCEA. b. 98 percent conductive copper under provisions of Matheisen's Standard rated for 600 volts. c. Aluminum conductors are not acceptable. d. Stamped for voltage, type, temperature, size, etc. 3. All other colors (violet, traced, etc.) shall only be used for switch legs, control, or communication circuits. 4. Conductors for control wiring shall be color coded, using different color coding than the energy conductor coding specified above. Control wires shall be numbered. E. Minimum Wire Size shall be No.12 AWG for control over 200 feet, unless otherwise noted. Control wiring may be No.14 AWG if distance is less than 200 feet. 1. Fire alarms, systems shall have cable and wiring according to manufacturer's specifications or as specified. WIRE AND CABLE 16120 -2 Police Athletic League Building May 31, 2018 Fire Alarm Replacement Wolfberg Alvarez& Partners WA Project No. 21809.00 F. Wire and Cable Connectors and Terminations: 1. For splices in branch circuit conductors solid or stranded size No.10 AWG and smaller, use UL listed soft plastic wire nut with sharp self-cutting interior threads, 3M Scotchlok, Ideal Supernut, or T&B Piggy of the size to match the wire. 2. For terminations of stranded or solid wire in size No.10 AWG and smaller at equipment terminals, use UL listed, tin-plated copper, 600 volt vinyl insulated compression type ring or fork type equivalent to T&B"Sta-Kon"or Burndy"Vinylug". 3. Insulating tapes shall be of a type approved for the application and shall be flame retardant. Tapes shall be as manufactured by 3M or Bishop Electric. 4. Cable Ties: T&B"Ty-Rap" or Burndy"Unirap". 5. Cable Identification: Branch circuits wire markers 3M "Scotch Code" or accepted equivalent. For feeder sizes, non-ferrous metal stencil tags. 6. Control Wiring: a. Control conductors for 75 volts or less: #18 AWG stranded copper. b. Wiring: comply with NEC Art. 725 Class 1, Class 2, Class 3 Remote Control, Signaling and power limited circuits. c. Communication, sound and intercommunication conductors: 100 percent shielded. PART 3 - EXECUTION 3.1 INSPECTION A. Do not proceed with the work of this section until conditions detrimental to the proper and timely completion of the work have been corrected in an acceptable manner. 3.2 INSTALLATION A. Wire and Cable Installation: 1. Wire and cable shall be suitably protected from weather or damage during storage and handling and shall be in first-class condition when installed. 2. Conductors shall not be pulled into conduit until raceway system is substantially complete. Wiring shall be continuous within conduit runs. Splices will be allowed only at outlet and junction boxes. Joints shall be mechanically and electrically secure. 3. Pulling lubricants, if used, shall comply with UL requirements for the type of conduit material and cable insulation being used. 4. Commercially produced wire lubricant may be utilized to ease wire pulling. Lubricant of a type to produce no deteriorating effect on conductor installation or on the interior of associated wire way and shall be approved by the wire manufacturer. 5. Care shall be taken to prevent cutting and abrasion of cable insulation during the pulling of cables. 6. Do not bend cables during installation, either permanently or temporarily, to radii less than 12 times the outer diameters, except where conditions make the specified radius impracticable and shorter radii are allowed by the NEC and NEMA Standards. 7. Neatly and securely bundle conductors located in branch circuit panelboards, cabinets, control boards, switchboards, and motor control centers. Use nylon bundling straps. 8. Control wiring color codes, shall be of type as required by its equipment manufacturer. Interconnections of control wiring shall be on numbered terminal strips. 9. At each outlet, a loop or end-of-wire not less than 9 inches long shall be left for connection to lead. WIRE AND CABLE 16120 -3 Police Athletic League Building May 31, 2018 Fire Alarm Replacement Wolfberg Alvarez& Partners WA Project No. 21809.00 10. Leading end of each conductor pulled shall be carefully examined for damage to jacket. If damage is evident, cable shall be extended and further checked for damage, with good cable only to remain. 11. Cables in junction and pull boxes shall be properly trained and racked. B. Wire and Cable Splicing and Terminations: 1. Splices and terminations of conductors shall be made using specified materials and methods installed according to the manufacturer's recommendations. Make conductor length for parallel feeders installation of exactly the same length. 2. Splices in branch circuit wiring shall be made by stripping conductor insulation, twisting conductors until mechanically secure, and installing a self-threading insulated type connectors. In the making of a splice, connectors shall be brought up upon the conductors so that all the conductors are equally engaged, the insulation is not ruptured, no bare wires are exposed or have backed-off due to application of pressure and the connector will not loosen due to cycling or vibration, in order to insure an efficient splice. Splices are not allowed within panelboards. 3. Conductors shall be squarely cut and fully inserted into the lug barrel or connector. Insulation shall be stripped without cutting the conductor or removing strands, exposing the conductor for the minimum distance required for connection. Splice connectors shall be of a type and be so installed that the conductor is fully insulated by a skirt of such design, or taped so cold flow of the conductor insulation will not be induced when the conductor is positioned in its final operating position. 4. Branch circuit conductors shall be identified at supply circuit breakers, with the circuit number using pressure sensitive adhesive wire markers. C. General Wiring Methods: 1. Provide wiring complete from point of service connection to all devices as shown. Provide slack wire for all future connections. Unless_otherwise specified, branch circuit conductors, provide No. 12 AWG or larger. 2. Do not bend cables during installation to radii less than that recommended by the manufacturer. END OF SECTION 16120 WIRE AND CABLE 16120 -4 Police Athletic League Building May 31, 2018 Fire Alarm Replacement Wolfberg Alvarez& Partners WA Project No. 21809.00 SECTION 16131 -OUTLET, PULL, AND JUNCTION BOXES PART 1 - GENERAL 1.1 SUMMARY A. Provide all labor, materials, equipment and services necessary to complete the Outlet, Pull and Junction Boxes work, as indicated on the drawings, and as specified herein. B. All materials shall be listed by an OSHA approved Nationally Recognized Testing Laboratory (NRTL). C. Related Sections: 1. Section 16112 -Raceways and Conduits. 1.2 SYSTEM DESCRIPTION A. Performance Requirements: 1. Box size shall comply with NEC for number and size of conductors in boxes. 2. Box size shall comply with NEC for number and size of conduits entering and exiting each box. 1.3 SUBMITTALS A. Submit manufacturer's literature and technical data as required. PART 2- PRODUCTS 2.1 EQUIPMENT A. Outlet Boxes: 1. Provide outlet boxes at required locations, where shown on the drawings, and as specified. a. There shall not be more holes in any of the outlet boxes than are required for the entering conduits. b. Depth of boxes shall allow for easy wire pulling and proper installation of wiring devices. 2. Outlet boxes shall be galvanized steel or rust-resistant malleable iron alloy and comply with ANSI C33.65. 3. Outlet Boxes shall be as follows: a. For Surface Mounted Ceiling Fixture: 4 inch octagon sheet steel hung ceiling box with suitable hanger bars and 3/8" fixture stud. Box shall be fastened to ceiling suspension in an acceptable manner. b. For Wall Mounted Fixtures with Concealed Conduit: 4 inch square sheet box with round opening plaster cover and 3/8"fixture stud. OUTLET, PULL, AND JUNCTION BOXES 16131 - 1 Police Athletic League Building May 31, 2018 Fire Alarm Replacement Wolfberg Alvarez& Partners WA Project No. 21809.00 4. Boxes for fire alarm or signal systems, clocks, pilot lights, and other specialty equipment shall be by the manufacturer of the equipment. 5. Extension Rings: Do not use to increase the volume of boxes, except where necessary due to multiple conduit run conflicts. Where such conflicts occur, an extension ring may be allowed for changes in direction of conduit to make necessary clearances. Not more than one extension ring may be used for each box where necessary. B. Pull and Junction Boxes: 1. Where indicated in the plans and specifications or where necessary for compliance with code requirements for cable installation, install junction and pull boxes of the proper size for conduits over 1 inch trade size. Pull and junction boxes shall be of adequate size to accommodate installation of conductors without excessive bending of conductors that could damage insulation. 2. Pull and junction boxes shall comply with Fed.Spec.WJ-800F and be of all steel construction, spot or seam welded at joints and hot dip galvanized after fabrication. 3. Pull and junction boxes shall be sufficiently rigid to withstand moderate twisting strains. Steel boxes shall comply with the following: a. Sheet steel boxes 100 cubic inches or less shall not be less than 0.0625 inch thick steel. b. Sheet steel boxes over 100 cubic inches shall not be less than 0.053 inch thick steel. c. Barriers and reinforcing angles shall be supplied as required. PART 3- EXECUTION 3.1 INSPECTION A. Do not proceed with the work or this section until conditions detrimental to the proper and timely completion of the work have been corrected in an acceptable manner. 3.2 INSTALLATION A. Fasten and secure boxes to the building structure independent of the conduit. Provide acceptable plaster stops for boxes to be set in finished walls and ceilings. B. Recessed wall outlets shall be flush with the wall surface. Install box in wall with cover to allow block or wall surface to fit tight against lip of cover. C. Outlets for duplex receptacles shall be arranged for vertical mounting of the receptacles unless otherwise specifically indicated on plans. D. Unless noted, specified, or directed otherwise, wall outlets shall be centered above finished floor as follows: 1. Fire alarm visuals with or without horns: 78 inches to bottom of box. 2. Fire alarm horns: 6" minimum below adjacent surface, but not less than 8'6" or greater than 10'0"above finish floor. 3. Fire alarm pull station: 46 inches to bottom of box. OUTLET, PULL, AND JUNCTION BOXES 16131 -2 Police Athletic League Building May 31, 2018 Fire Alarm Replacement Wolfberg Alvarez& Partners WA Project No. 21809.00 E. Pull and junction boxes shall be provided at locations required to reduce length of cable pull or reduce number of elbows between outlets. F. Paint exposed boxes to match the color of the wall or ceiling to which they are mounted. G. Color code covers of each box and panel, except for normal power system, for identification as follows: 1. Fire alarm Orange END OF SECTION 16131 OUTLET, PULL, AND JUNCTION BOXES 16131 -3 Police Athletic League Building May 31, 2018 Fire Alarm Replacement Wolfberg Alvarez& Partners WA Project No. 21809.00 SECTION 16721 - FIRE DETECTION AND ALARM SYSTEM PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: Complete, operable, tested and certified, addressable, electrically supervised fire detection alarm system including necessary controls and accessories. B. Related Sections: 1. 16112-Raceways and Conduits. 2. 16120-Wire and Cable. 3. 16131 -Outlet, Pull, and Junction Boxes. 1.2 REFERENCES A. Florida Building Code(FBC). B. Department of Insurance, Division of State Fire Marshall (SFM), Uniform Fire Safety Rules and Standards, Chapter 4A-48, Fire Alarm Systems, latest edition. C. National Fire Protection Association, Inc. (NFPA): 1. NFPA 70 National Electrical Code(NEC). 2. NFPA 72 National Fire Alarm and Signaling Code. 3. NFPA 90A Standards for the Installation of Air-conditioning and Ventilating Systems. 4. NFPA 92 Standards for Smoke Control Systems. 5. NFPA 101 Life Safety Code. D. ADAAG, Americans with Disabilities Act Accessibility Guidelines. E. Underwriters Laboratories(UL)latest edition, or other Nationally Recognized Testing Laboratory (NRTL) approved by OSHA: 1. UL 38 Standards for Manual Signaling Boxes for use with Fire-Protective Signaling Systems. 2. UL 268 Standards for Smoke Detectors for Fire Protective Signaling Systems. 3. UL 268A Smoke detectors for Duct Application. 4. UL 464 Audible Signal Appliances. 5. UL 497B Protectors for Data Communication and Fire Alarm Circuits. 6. UL 521 Heat Detectors for Fire Protective Signaling Systems. 7. UL 864 Control Units for Fire Protective Signaling Systems. 8. UL 1424 Cables for Power Limited Fire Protective Signaling Circuits. 9. UL 1481 Power Supplies for Fire Protective Signaling Systems. 10. UL 1635 Digital Alarm Communication Systems Units. 11. UL 1971 Signaling Devices for the Hearing Impaired. F. American National Standards Institute, Inc. (ANSI) A117.1, Building and Facilities Providing Accessibility and Usability for Physically Handicapped People, as referenced in FBC. FIRE DETECTION ALARM SYSTEM 16721 - 1 Police Athletic League Building May 31, 2018 Fire Alarm Replacement Wolfberg Alvarez& Partners WA Project No. 21809.00 1.3 SYSTEM DESCRIPTION A. Design addressable system to meet the requirements of NFPA 70 (NEC), NFPA 72, accessibility codes, FBC, and UL. 1.4 PRE-CONSTRUCTION MEETING FOR EXISTING BUILDINGS A. Before starting the work, the Contractor shall attend an on-site meeting scheduled by the City of Miami Beach Project Manager, with the NE, to evaluate the following: 1. Intended modifications. 2. Maintenance of existing system, as required. 3. Safety concerns. 4. Timelines. 1.5 SUBMITTALS A. Before starting the work, the manufacturer's authorized representative shall submit a signed document committing the manufacturer to provide the City of Miami Beach or its authorized maintenance contractor with all the special tools, hardware, software, any proprietary items or products, and instruction or training programs necessary to test, service, and maintain the system installed under this contract, as well as any other system of the same manufacturer and model containing similar features. B. Before starting the work, submit shop drawings and product data on all equipment including the following: 1. Dimensioned outline drawings and technical data sheets for all equipment. 2. Riser diagrams indicating wiring and conduits. Wiring diagram shall include but not be limited to all connections and numbering for each terminal, wire color-coding,at each device and terminal cabinets. Since the wiring diagram will be used as part of the "As Built Drawings", no"typical"wiring diagrams will be allowed. 3. Indicate cabinet elevations with each item on the face of the cabinet identified. 4. Functional description of the complete fire alarm system and subsystem. 5. Parts list. 6. Device identifications for the entire project. 7. Sample inspection and test forms. 8. A complete battery load calculation with work sheets for project. C. Tests and Submittals: 1. Before certification, test the system per NFPA 72 requirement. 2. Submit to the City of Miami Beach Project Manager a signed "Record of Completion" per NFPA 72 at least 5 working days before the final inspection by the Building Department. All signatures shall be notarized and contractor's license number provided. D. Substantial Completion Submittal Requirements: 1. Provide 3 complete sets of Operating and Maintenance (O&M) manuals, literature, and information concerning equipment indexed and bound in accepted loose-leaf binders. 2. Furnish 1 set of Contractor mark-up drawings to the NE indicating accurate plan layout, conduit runs, and wiring diagrams as actually installed. Typical wiring diagrams are not allowed. Prior to submittal, the Contractor's mark-up drawings shall be updated daily and FIRE DETECTION ALARM SYSTEM 16721 - 2 Police Athletic League Building May 31, 2018 Fire Alarm Replacement Wolfberg Alvarez& Partners WA Project No. 21809.00 shall be made available at all times for review by the City of Miami Beach Project Manager and the NE. 3. Provide 3 sets of record drawings for the complete system. Show connections, numbering system of every device including wiring and cabling identification, raceways, and junction and terminal cabinets. 4. Fire Alarm Log Book: According to SFM Chapter 4A-48 provide fire alarm system required decal at the panel and system log book with Record of Completion at the facility on site. 5. Provide 3 original notarized NFPA 72 Certificate of Completion (certification) according to NFPA 72 and as specified herein. Part 2 shall be completed and notarized. 6. Provide the City of Miami Beach a duplicate copy of the system software program stored at the panel, including pass codes necessary to provide maintenance and programming of the system. 7. Name, address, and telephone numbers of local supplier and local factory trained Technical Representative (TR). Provide 3 copies of TR's certificate verifying factory training on the submitted system. 8. Five(5) Keys and/or wrenches necessary to reset manual fire stations. 1.6 QUALITY ASSURANCE A. The equipment manufacturer shall have a local branch office or authorized distributor staffed with factory trained, full-time employees capable of performing installation, testing, inspection, repair, and maintenance services for the life of the fire alarm system. B. Furnish wiring diagrams and wire runs for the raceway system installed by the licensed electrical contractor, under Division 16. C. Installer Qualifications: 1. The contractor installing the fire detection alarm system shall be licensed by the State of Florida Department of Business and Professional Regulation under Section 489, Part II of the Florida Statue as an EC-Unlimited electrical contractor or an EF-Alarm contractor I. The installing contractor shall possess a valid occupational license, and a current certificate of insurance. 2. The installing contractor shall ensure that a qualified representative of the fire alarm system manufacturer monitors and coordinates the installation, is present at the final test, and instruct the City of Miami Beach to the use of the system. 3. Provide a minimum of 1 Electrical Master, Electrical Journeyman, Master Specialty or Journeyman Specialty in the fire alarm trade for every 3 apprentices performing the installation of the fire alarm system. D. Fire Detection Alarm System: 1. Listed and labeled by Underwriters Laboratories (UL) or other Nationally Recognized Testing Laboratory(NRTL) approved by OSHA. 2. Listed and labeled for commercial use. Residential devices are not allowed. E. Components, Parts, and Assemblies shall be listed for compatibility by the fire alarm system manufacturer. FIRE DETECTION ALARM SYSTEM 16721 - 3 Police Athletic League Building May 31, 2018 Fire Alarm Replacement Wolfberg Alvarez& Partners WA Project No. 21809.00 1.7 WARRANTY A. Fire alarm system, including but not limited to fire alarm panels, fire alarm components, raceways, wiring, etc., shall be warranted in writing by the system manufacturer, against defects in labor and materials for 1 year after Substantial Completion. B. Provide 5 notarized original copies of the warranty certificate signed by the authorized manufacturer's representative giving detail of the warranty being provided, and listing components that are included and not included in the warranty. C. Warranty service shall be performed by a certified factory trained and approved fire alarm technician of the equipment manufacturer's representative or distributer. 1. The Contractor, within the warranty period, shall respond to routine warranty service requests by completing repairs within 24 hours of service request by the City of Miami Beach. 2. The Contractor, within the warranty period, shall respond to emergency warranty service requests with the arrival of service technician at affected site within 8 hours of notification of emergency. Repairs shall be expedited to bring system online as soon as possible. Emergencies include, but are not limited to, the following: a. Total system failure. b. Inability to acknowledge, silence, or reset audibles or panel troubles. c. Failure of air-conditioning to reset after an alarm. d. Loss of battery power. e. Damage caused to system due to transients and power surges. f. Complete zone or loop failure. g. Fire at a facility. D. Inspections at End of Warranty: 1. Prior to the end of the 1-year warranty period, the City of Miami Beach Project Manager, and representatives from the Contractor and the fire alarm installer, shall meet at the site to address any pending warranty items to the satisfaction of the City of Miami Beach. 2. Prior to the one year warranty expiration date, the Contractor and the fire alarm system supplier, under the current project Contract, shall perform the first one-year fire alarm system re-certification in accordance with NFPA-72. 3. The fire alarm system supplier shall provide the City of Miami Beach with a three (3) year Maintenance Contract for the City of Miami Beach consideration and acceptance. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Fire Detection Alarm System: 1. Edwards System Technology 2. Notifier. 3. Silent Knight. B. Fire Alarm Cables for Wet and Damp Locations: Cable shall be listed by a NRTL for use in wet locations. FIRE DETECTION ALARM SYSTEM 16721 -4 Police Athletic League Building May 31, 2018 Fire Alarm Replacement Wolfberg Alvarez& Partners WA Project No. 21809.00 2.2 COMPONENTS A. System Description: 1. Provide a single stand-alone or a multiple panel network type system for the entire facility. The system shall be a 24-Volts Direct Current (VDC), fully analog addressable using multiple Signaling Line Circuits (SLC) Style 4 (Class B) and multiple Style Y(Class B) Notification Appliance Circuits (NAC), wired in dedicated conduits, electrically supervised and power limited. B. Fire Alarm System Control Panel: 1. The fire alarm system shall consist of: a. A UL 864 listed intelligent microprocessor based main control panel. b. UL listed annunciator panel(s). c. Automatic detection devices. d. Manual stations. e. Notification appliance devices wired according to the schedule on the Drawings. 2. Equipment shall allow a one-person walk-through test of either the complete system or each individual SLC while maintaining full functionality of SLC not being tested. If no test activity occurs for a specified period, as determined by the manufacturer, the system shall automatically return to the normal operating mode. 3. System shall be capable of being programmed in the field, by a laptop computer. Store programmed information in non-volatile memory. System programming shall be password protected by fire alarm system manufacturer and include full upload and download capability. 4. At a minimum, the panel shall have behind a lockable door, the following switches: a. Audible silence. b. Trouble silence. c. Supervisory silence. d. Panel reset. 5. System shall have a real time history log stored in non-volatile memory and capable of containing a minimum of 400 events. 6. The input AC power to the fire alarm control panel shall be from a dedicated branch circuit of the facility emergency backup system. 7. Provide 1 dry form C relay contact for central monitoring for each of the following: a. System alarm. b. System trouble. 8. Provide battery backup capable of operating the fire alarm system under maximum normal load for 24 hours and then operating in the alarm mode for 5 minutes after loss of input power. 9. Remote NAC power supplies shall be ADAAG compliant, NRTL fire listed with battery backup and an addressable interface module for NAC location at the main panel. The primary 120 volt power shall be in compliance with NFPA 72 Chapter 1. 10. System shall have the ability to silence all horns and horn/strobes during an alarm. FIRE DETECTION ALARM SYSTEM 16721 - 5 Police Athletic League Building May 31, 2018 Fire Alarm Replacement Wolfberg Alvarez& Partners WA Project No. 21809.00 C. Fire Alarm System Devices: 1. The intelligent manual fire station shall be non-coded, single action, and operate on any SLC. The intelligent manual fire station shall be individually annunciated on the control panel a. Intelligent Manual Fire Station: UL 38 listed. b. Manual Stations: Mount semi-flush where possible. c. If it is not possible to mount a semi-flush station, the supplier shall provide the proper manufacturer's surface mounted box. 2. Detection devices shall contain an integral alarm LED. Detectors shall be individually identifiable from the control panel and shall comply with the following: a. Smoke detector shall be UL 268 listed. b. Thermal detector shall be UL 521 listed. c. Detector sensitivity shall be individually adjustable from the control panel. It shall also be possible to accurately measure each detector's sensitivity from the control panel. 3. The air duct detector shall operate on a cross-sectional air sampling principal to overcome stratification and the skin effect. The air duct detector shall consist of a standard intelligent/analog ionization detector mounted in an air duct sampling assembly and sampling tube that protrudes across the duct of the ventilating system. The air duct detector shall retain the features of the (intelligent/analog) ionization detector, and be installed in the ventilating duct as indicated in the devices if both are required. a. Intelligent/analog air duct detector shall be UL 268A listed. b. When used for air handling control, the relay within the base of the duct detector shall be capable of operating from general alarm. 4. Horns shall be polarized 24VDC type with capability of alarm. The audio alarm shall remain on until the system is silenced. a. UL 464 listed. b. Operate using a distinctive three-pulse temporal pattern per NFPA 72 during alarm condition. c. Locate horns at heights according to NFPA 72 and ADAAG. d. Provide horns of the same type and sound throughout the facility. 5. Horn/Strobes shall be polarized 24VDC type and meeting ADAAG requirements. The audio and visual portion shall be used for alarm and shall remain on until the system is silenced a. Horn/Strobes: UL 464 and UL 1971 listed respectively. b. Horns: Operate using a distinctive three-pulse temporal pattern per NFPA 72 during alarm condition. c. Provide horns of the same type and sound throughout the facility. d. Locate horns/strobes at heights according to NFPA 72 and ADAAG. FIRE DETECTION ALARM SYSTEM 16721 - 6 Police Athletic League Building May 31, 2018 Fire Alarm Replacement Wolfberg Alvarez& Partners WA Project No. 21809.00 6. Strobes shall be polarized 24VDC type meeting ADAAG requirements. The strobes shall remain on during any alarm condition until the system is silenced. a. Strobes: UL 1971 listed. b. Install at heights according to NFPA 72. c. Protect each strobe with a UL listed transparent protective cover. D. Fire Alarm Cables: 1. Wiring shall be power limited and meet the intent of NFPA 70, article 760. The systems shall be wired Style 4(Class B)and Style Y(Class B). a. Wiring shall be UL 1424 listed for indoor installations. b. Fire Alarm Cables for Wet and Damp Locations: Cables shall be suitable for use in raceways and in wet locations, comply with NEC 70, articles 725 and 760. 2. Circuits : 'a. Notification Appliance Circuits : 1) Cable shall be 4 conductor non-shielded cable manufactured according to UL 1424 and NEC 70, articles 725 and 760 type Fire Power Limited (FPL)or as directed by fire alarm system manufacturer. 2) Single conductor, FPL wire type, manufactured according to UL 1424 and NEC 70, articles 725 and 760. 3) AWG of Conductors: per NFPA 70 (NEC)article 760. 4) Number of Conductors in cable: Four. 5) Conductor Insulation: 0.010 tri-rated semi-rigid PVC rated for 105C. 6) Cable Jacket: 0.015 PVC. 7) Nominal Cable Diameter: 0.225 inches.. 8) Applicable UL Designation: Type FPL, 75C. 9) Meet the low capacitance requirements for the manufacture of the fire alarm system being installed. b. Signaling Line Circuits and Initiating Circuits: 1) Cable description: 2-conductor shielded or non-shielded cable according to manufacturer's requirements and UL 1424 and NEC, articles 725 and 760 - type fire power limited or as directed by fire alarm system manufacturer. 2) AWG of Conductors: per NFPA 70 (NEC)article 760. 3) Number of Conductors: Two. 4) Conductor Insulation: 0.020 PVC rated for 105C. 5) Cable Shield: Overall aluminum backed polyester tape shield, aluminum facing outward, and 100 percent shield coverage. 6) Cable Drain: 20 AWG stranded tinned copper. 7) Cable Jacket: 0.015 PVC. 8) Nominal Cable Diameter: 0.225 inches. 9) Applicable UL Designation: Type FPL, 75C. 10) Meet the manufacturer's low capacitance requirements for the fire alarm system being installed. FIRE DETECTION ALARM SYSTEM 16721 - 7 Police Athletic League Building May 31, 2018 Fire Alarm Replacement Wolfberg Alvarez& Partners WA Project No. 21809.00 2.3 SEQUENCE OF OPERATION A. Sequence of Operation/Alarm Activation: 1. The system shall function as follows, when an initiating device such as an area or duct detector, manual station, or water flow switch, is activated: a. Sound required audible in accordance with NFPA 72 and activate devices and strobes throughout the building. b. Automatically notify a third party via a digital alarm communicator transmitter (DACT), integral in the fire alarm control panel or individually mounted. c. Display individual detector or zone number on alphanumeric display with user defined message. d. Light an indicating LED on the device initiating the alarm. Smoke detectors and monitor modules only. e. Shut down the HVAC system and operate selected dampers, where applicable. f. Interface of the elevator(s) shall be per FBC. g. There shall be no limit, other than maximum system capacity, as to the number of intelligent/analog devices that may be in alarm simultaneously. 2. When an alarm has been acknowledged and silenced, the audible devices shall silence but the strobes shall remain on. a. The block acknowledge feature of addressable system is not allowed and shall be disabled except for system start-up and maintenance. 3. After the alarm has been investigated and reset, it shall be possible to press the recall button in the control panel to emit a steady sound throughout the facility as a recall signal. a. It shall not be possible to activate the recall before the alarm signal is reset. b. The recall button shall be used as a signal to reoccupy the building after a fire and not be for any other purpose. 4. Fire Alarm System Special Requirements:: a. To allow monitoring of signals through the telephone lines to a third party, provide the fire alarm panel with 3 form C (open, common, close) auxiliary contacts to close/open on: 1) System alarm. 2) System trouble. b. Provide a dual line Digital Alarm Communicator Transmitter(DACT) UL 1635 listed meeting NFPA 72 and power limited to monitor the signals described in this section. DACT can be internal or external to the FACP. c. Program the DACT to dial a third party number as instructed by the City of Miami Beach Project Manager and transmit information to a FBI CP-220 receiver. d. Connect fire alarm DACT to the 2 separate telephone lines -as per NFPA 72 requirements, adjacent to the DACT. e. Upon activation of its inputs, the DACT shall not sound an audible alert tone. FIRE DETECTION ALARM SYSTEM 16721 - 8 Police Athletic League Building May 31, 2018 Fire Alarm Replacement Wolfberg Alvarez& Partners WA Project No. 21809.00 PART 3- EXECUTION 3.1 INSTALLATION A. Mount control panels with sufficient clearance for observation and testing of the display. Panel controls to comply with ADA and Florida Accessibility Code for Building Construction. Provide decal with telephone contact number for warranty work at the inside face of the panel door. B. Clearly mark fire alarm junction boxes for easy identification. Wiring shall be in conduit. Use flexible metal raceways for devices mounted in suspend ceiling panels. Conduit, mounting boxes, junction boxes, and panels shall be securely hung and fastened with appropriate fittings to insure positive grounding throughout the system. C. No wiring other than that directly associated with fire alarm detection, alarm, or auxiliary fire protection functions shall be allowed in fire alarm dedicated conduits. 1. Avoid wiring splices to the extent possible and, if needed, splices shall be made only in junction boxes and clearly identified on As-Built drawings. 2. Transposing or changing color coding of wires is not allowed. 3. Conductors in conduit containing more than 1 wire shall be labeled on each end with "E-Z markers"or accepted equivalent. 4. Conductors in cabinets shall be carefully formed and harnessed so that each drop off directly opposite to its terminal. 5. Cabinet terminals shall be numbered and coded. 6. Provide clearly labeled controls, function switches, etc., on equipment panels. 7. In junction or pull boxes with splices, provide: a. Minimum dimension of junction or pull boxes according to NEC Articles 370- 18a.1.a. and 370-18a.2, the conductor size notwithstanding. b. Terminal strips. 8. Color Codes: a. Color codes shall be consistent throughout the facility's fire alarm system. Each circuit type must use different colors. D. Fire Alarm Conductors Splicing: 1. Splicing of fire alarm initiation and notification circuit conductors shall only be allowed for connection of fire alarm devices or inside wall or ceiling mounted terminal cabinets on terminal strips. All circuit conductors shall have wire markers with corresponding typewritten wiring schedule inside enclosure. Fire alarm circuit initiation and notification conductors shall not be spliced underground. 2. All circuit conductors shall have wire markers with corresponding typewritten wiring schedule inside enclosure. E. Check and test wiring to ensure grounds, opens or shorts are not present. F. Manual pull stations shall be installed with a protective cover, 4'-0" AFF, at locations indicated on the Drawings. G. Audible Alarms shall be mounted on walls in compliance with FBC chapter 11 and ADA. Dimensional tolerances apply. Use combination horn/strobe. FIRE DETECTION ALARM SYSTEM 16721 - 9 Police Athletic League Building May 31, 2018 Fire Alarm Replacement Wolfberg Alvarez& Partners WA Project No. 21809.00 H. Visual Alarms and Combination Horn/Strobes: Mount on walls in compliance with FBC chapter 11 and ADA. Dimensional tolerances apply. 3.2 TERMINAL CABINETS AND BACKING BOARDS A. Fire Alarm Terminal Cabinets: 1. Above ceiling boxes: Minimum 24 inches x 24 inches x 6 inches with a hinged cover, red stenciled "FIRE ALARM" on cover. 2. Isolate and identify separately the terminals for: a. Data Loop. b. 24 volt power. c. NAC, Horns. d. NAC, Strobes. 3. Provide terminal box at or near the control panel whether or not shown on the drawings. 4. Enter control panel with only those wires to terminal at panel. 3.3 SITE INVESTIGATION A. Contractor shall apprise himself fully regarding equipment peculiarities and limitations of space available for installation of materials under contract. Include all necessary contingencies for the above in base bid. B. Do all cutting, sleeving, excavating and backfilling necessary for installation of equipment and patching thereafter. 3.4 CLEANING UP A. Contractor responsible for making arrangements for removal of cartons, boxes, paper, scrap wire, conduit, etc. off the site. 3.5 LOCATION OF BATTERIES A. Fire alarm batteries shall not be located above 6.5 feet or mounted above the ceiling. 3.6 EXISTING BUILDINGS A. When an existing fire alarm is replaced with a new fire alarm system, all existing fire alarm components that are not required for the operation of the new fire alarm system shall be removed after the Record of Completion for the new fire alarm system is accepted. Removal shall include but not be limited to, fire alarm panel(s), sub-panels, power supplies, annunciators, initiating devices, related exposed conduits and all wiring. B. The existing fire alarm system and its components including wiring and devices shall not be removed until the new fire alarm system has been inspected, tested, certified and approved by the Fire Department. FIRE DETECTION ALARM SYSTEM 16721 - 10 Police Athletic League Building May 31, 2018 Fire Alarm Replacement Wolfberg Alvarez& Partners WA Project No. 21809.00 3.7 DEMONSTRATION A. Manufacturer's Training: 1. Upon completion of the fire alarm system, the contractor shall provide training System operation training for the City of Miami Beach staff as determined by Project Manager. Training shall be a minimum of 2 classes, at 2 hours minimum for each class. a. Provide each trainee, an operator's manual incorporating a quick reference operating instructions sheet END OF SECTION 16721 FIRE DETECTION ALARM SYSTEM 16721 - 11 Police Athletic League Building May 31, 2018 Fire Alarm Replacement Wolfberg Alvarez& Partners WA Project No. 21809.00 MIAMI BEA . CITY OF MIAMI BEACH POLICE DEPARTMENT FIRE ALARM UPGRADES 1100 WASHINGTON AVENUE MIAMI BEACH, FL 33139 Frank Garcia,Construction Manager PROPERTY MANAGEMENT DEPARTMENT 1833 Bay Road,Miami Beach,FL 33139 Tel:305-673-7000 ext 2126/Fax:305-673-7963 ELECTRICAL DRAWING INDEX _—_ 14Y)tlYIxJM MOO Mt Pl.%Aft WM 0414 mi 1tktt Waft& 1L( otwL1a ENGINEERING rmr ,r hw aa.44a ffe!!6Sttln41 VY[ ION IMI•w u.41fYtlr. rww it nw uu>wr Consulting Engineers ,w tatni.w,50...15 MECHANICAL. ELECTRICAL & ""° PLUMBING ENGINEER 'N TLC Engineering for Architecture -- —5757 Blue Lagoon Drive, Suite 400 Miami, FL 33126 Telephone (305) 266 6553 Fox (305) 266 6695 • SYMBOL LEGEND a ELECTRICAL GENERAL NOTES FIRE ALARM GENERAL NOTES FIRE ALARM/DETECTION SYSTEM ,:„oa uwi.,m.,.,..c..E«,.,,,s.s,,,.,.„rsa..n,raa.. =MCA PANEL MOOR DEVICES - n r,m. aaau.sr.l.wa+„aria,''''' 1 L( - Esra,rr,mi, SM. w SCRFTI]R r.Eauroa..P.w.uo,»ga ..s. sxw.s,tsrua„w,s.w "OcET'EStIvAMCInTtar'""a:Za".=F,Lww.uW ,r.xrw...w..w,.w,.., .�sw.as,. w..Fasw a.soeu MAUOw.Kira ��w•�. ----------w,.a,�,a..,m ENGINEERING FOR A RCN ITEC TURF ,Ew.. wss u ,a .. x. wo-axw® wow .mwm ,xx.uaxwmwFssrom s r�FiwLE]DF518R.5v55r3xw sa oz.105.]EE.BBPS aw,R,Lnx.wNasrusruo, an,ss .axa..<a.,.. arots.wsnoaao.oa..— r.wurs rmcrutml.rcw.,�s crcu,usms .wcrww u.o.rsrm a,'wanmr,cCawr.... Mo. mm a,,.ia»oiusmi,e,.nw.wmn,.w .rasr,..u..a.Y....roa.17.1753iuuas24'". .rx.c s. ...ess.ar....,s ,voww,....ums,Eha o.Ass mNnn •x,o a,.w..aa,w. L mawwEx.aw. tt,t.=,r �yTa----wa a.,mm rz--. uac,a • a..r. Q aa w . w waaaL e wt"t 1 m x. m—— wm . m +.71.. a, wS7,. _ ,.- ,T9 . 7W w„o.mr<rom . xa�a... ,, w,.,�a.w,,.r ,r n,a,�,. i-� aw���wta,, .0 ,.aa,. xcPaoa .rowM., ,x ',T.P:.:.:r.a..,.., ,a a� W. swww.:wwmm +w:x,nr E.aEwass ra x w.msc,..axm.Eo.armco-a,. ,. O ,rm.L.wwmm r�aAvolw.,cem,m - s r ............... .r ..om .••rau.us.a..ws•woew.. wr W .w,w.a.wawR�uzuxouw�.mw.a w.a..m„«. U ® nwuw,a.rna, . w,:i mwawwn -aw.,vomim,..a� Q ®® av a ,�m a xawa�,a..wm +a xP. ....,w.w...�.o...�,r„, ,�,ww,�,µ..• 0_ '717:41t 1;%:Smo �aar....,...a—,—..�..,.�m w. CONSTRUCTION WORK NOTES r...,..,,. FNE ALNUl Et1LYWFxT ,anmu,....n.. °•w,.,ss.uu...nu.u,eutt.,,'” u.,wr.., IDENTFICAODII wn riu.rwaP✓aa.naxc,u ,T-"°`";=.1',,1111.17'1=11',14,1''''''"""" to.wAFn<. mencroaxmr°11,,rwe nw,r' w a1axA RORrb,PE. Flonlalkrw.8Nf6 ; �rnorvran.marra.rrrrw Awawrra.m�wwrvnnrar I 9 ..Frw. 61RN) x,a..— INw pl. i no .+w: nc L/ tr.rm mRmse rF�EuwAu.cRo..crRxns�NN,uweae.nsu.nruAxo vacrrwnw.wiueArnsswe.�eoeAtusuwiNr raaawu mr•tw FIRE ALARM LEGEND,GENERAL NOTES,8 SHEET INDEX a...wFA0.00 11..c„.._ ENGINEERING FOR ARCHITECTURE T.FIEBE2".%IT AZIOTEE:FaliaLTEEFira Tia7::2:1=7::::"e' PEASYgiErEE41Eat'SSFIZSIFZErMISTis FIRE ALARM SYSTEM (w wiliatosercrrcnlafttonca,Hum......utsz irELFEZTorittF=========.4=41.' 5-..21i742i7.17-..F5Eil.1,7,17:SifaliFti":71°E°-.FilFiFFE-!, SEQUENCE OF OPERATION MATRIX e it,i i4:::iE:tr.;.s:.rx7_:.:•."-t.77=or:tr.,'..:":x::-.z..-z==r.r"--T:zz:r- --.—.-- m =',.•°-.4-:=====.1===="--------"----- Efo. Eii, ill; ,- hi isi 4 .2 g '-'17i,:".77:::.4:E;gfaiggYARWAVit. ::"§Z.t;.:TFT7:7-:. if,7!"Z":'Y'Z";:?!,,'7SFZTZE:=l'St'a.,:=Z.FL"SF.::S:',SSE"'S'r System Input MS )741 - I 111 § cc e. ...„-----. • I 61-1 i fjia-tif.3:4:-7H-7,:f.;k727.7:77--"t="7::::"-:::•- ,,.,..__.,-...,--....„, • • • . • • • I, • •• 0 I- .0 1 .1. • •• Ii Spk0IFk*SIS a I•• g.D I • • • Li, II :==:1 IRLYCE WM.....FfIL/laiil 0/40.41.S.....1.11 Mg".A WM.,Ftrcuaem.rtantaulKansum,mem..am..owe Eib7.47E'riFintcw"="7",========ropa' A . : ii, 8 EI:Effo,g..7-ra-7-1.-7-7:1747471EESS:ISSE.-SE-M7-a ;: los crIr "' : ' 0 ''- '1.:.:tiS:Triell''''"47.* : • • •• • • a a Id nava... ................................w"........,.....,....................,........ =17.2=====7241==7:4=17,7:ottk.•v* .27:11.:417.7411,51ffigafigigfr:Mggr:47:70.4ta:;* c....-....-. ..... ...... ,..., Fq1:27117EF:'FiFic:FEFa:FESSS717::"FF8VIE:Eliff:75aSTO ;F:FEZ;VMS4EFWF;F::::::::''''':'":::"'M'''''"'''"T"'T'"'r""'"' Eg.T.7.7 al "r .0' ER a.nula MU..ruALF611(PCX.014,...X.14.4U-411....TUI,t eA.,6 Ato.Ma 1,edt lu.„ (742'.7ii:ft:i4Staa':21.47ETEFESTAiEStaaS::TZTL4:::::S.F7 ''''''ALt:LV 1r ''..r C* Re* ifiqrgaalklig4:57n7rifiTtlf,f.::::::24:177-2 .ic.---0.t.ittri=m•Tri r1=7,2:E;-fr2:47--17,47E-Egqir-ggf.;fkl iSE.±."--.7—=EiSEL.'-',774.1SS-.7:17-Er:E. :7-7.-7-:41.1F-7-- -CPCSOS SMALL BE CUSS NETWORK STYLE).01 FE,',:-F;Z:4SFIF.1F4-::7::7,-TE.7.+27,11.1-7Err,17 ,7ELE...i.47.' _............_..---....----...-........-..---_,.„... z:.-a-tx,==='"------------------ -.1:1,:EiS.:En'ziFFIT-':7•1"47717:;-•:-7,-Z-`27.04;:":7"51"-Eir'F'::1 : ....... ..... ,,4.01..0.110.11/1M11.11 TLC i ''''''',:''''=g1r"..'•=tj.":=1...*:"'.''''rl'ZI=r"'"'"Irt.r0.:E'''''.= CM.% ! .....0.• FIRE ALARM GENERAL NOTES 0..../.o. 3 FA0.01 w„ad I I :..ITWI"n6 Blue Lagoonw. '»( I ,,...1.4.rs .u�il I L. ENGINEERING / •\...iRan�• „'„ ¢•ur arr. FOR ARCHITECTURE 1 Blue ..sw.00 M114.11,Gbrida 33126 Fax.306.266.6066 COA 16 uamarsauraumurariall nauvinummusurmusnamumairmsamagiraggurgnrusi ,..:: PI I tn. „mm I I w • L: m / , . kviwzgenlai • I C 1 p p ill•,u .a„ �. ♦I • Q a ¢' a• L.001 GIL rItsUakena[I., �ryQM gQIR' a... w..�.37 .www. f I i ,,wu.n ulna.un naa.,a,...a. w u..,,n u; tl 1` !T ' ' 1 U 8 Y� u ^” �" a i as® • I I ..M I ' Iba,,D,,,a,., I „ m \‘`�=.. ..rs,a,�m ars. I = I is jam( '1 i ^I1 iii no ! I i \ aur z,‘ • 7 \ \\*. 1.01IIINw , i t .r � LUrnal M.O.PE mam l' \♦ - ...al.w. r.; Fra. UI it low Day OFIRE ALARM LEVEL 1 BUILDING ... ,L C TL C! 62./. tB' 1'O �` 1T•t'-0' 4� t` FIRE ALARM LEVEL t ExoSvi 'c E"s)ii 1 BUILDING ll If 1 I FA1.01 1L( ENGINEERING FOR ARCHITECTURE 5757.4i Lagoon[14.6 S.44. .1.44..n1 Flp.prida 3.312e. mumplmaimplaaltpLastm.sangilitr.nahaatuassulalria..3....11+1 PH MS 256 5553 i .. ,p4x.305 REd.C.B95 p.......licap‘pippmx.c...pn COA IS. 0,1,.,.."..............N.- ,..Z.i.."."...*4 1.,...,-;.7.'"i '''',.,:a',.4 6-Z.,ZQ .".".."...,,-Al IL . .., §iii;x-Za •PrialutaltualiAenpr7li 11 111 1 1 I 1 I 1 1 1 . 1 . .....r.r44.,... our..., .............,. ft., i I I ! 11.1.1.14‘14ZUMUI4.11.01na Llf 4.110.1814.Miail µ14.141.1441M42.1:1 "I""".""'•:UMM":""'"""rn 1 . re 1 , g al .01., , 1 1 1 ii 1 EL- ie i 1—al i 2 0 g 11.1 Z M.... L UM --.........-......................--........................--...............——.......... II CC Cl- 1 i 1 1 1 l' ' . p-----.. ,, , —ill LI I O g 1.1.1 8 1 , II li ll il C.) 1 I II 1 !I 1 1 ,1 44 1 Pain ILL, 0 CL...............,,,-.“......... 0 1 i • II 14 I. 4 Li- . I% p.firto AO% 1 • > r---- 1 1 1 I t : 1 771 I I ......_........... 1 A 1 1 , 1 L'i 1F.,..::,......1 4'..:,;,:,:;/ 1 i...;"..,7-Q 61,.i..n..4 1.,,,,:64 c.;;;,-..1 {.;;;;. C...--;,7A aii.;.ei.I I 1,17,-..-,7,3, ttt...-ff.1 ct....,n e-t-tfa ettffn L-.._rJ Ci7:-..1 1 C...'i ... II II AT.' k....:::. 6,:..,.....A 1.-..,..4...., e.,.......41M....*-.75 tt..,!•.!-,5 e!.....,e!I et!t.n- t!..!tn1 i k.:.=.1;:3 C.:.-.7.., r,..--,—...a 6.7.1,47AZZ.1.1 LT.;;;;11 II Ii 111 i i 1 , ' I I . I P.. ‘30.• Cl.V.0. I I I I I 1.i , ,..—..-.. .---- ---. .----- . .,,ItItr, , ,..Aln. „Atte ...11. ---- --- ....... 1•711,1H anrEll.i' "`' . 1 IMAM/311 II L MIMI i lit,II LIP•1• I 1 I VLICaltillinalkliallin 4132.02-41MITip. •ll 1 , 4 , 1 1 pq 11 c rp.pd 1 1 111 is I I La apoTc.. • Pim.WY*.PE. • itillAPPIMELLMO.0211.1.0 IIIJ , osammulaht, elk um.. I,OFLRE,A01...ARM LEVEL 1 GARAGE 5111017 Imo Dew Wale Oal• • ..... RC 1 .0•••••••4 .„...., TLC Ur•IV. 1 • ..„,..... REVI: Alt DEVICES 1.11.1.11111.1.1 FIRE ALARM LEVEL 1 GARAGE ....11.04REVIEED \ FA1.02 5 1[....( W. ENGINEERING Com' "' FOR ARCHITECTURE Illlili 6 r 3115 26 6 8 5. F.366.266.6686 . COA 16 • -_..�Y6niaS6n .I'�eYnLY6stlY1n{Y➢NWtipn�taIInutpy[ppylTumnpnui 6punm�nnntxaII6ynn .....n..........tint -_ 1611. �u.uu.�a u,nu.u,rtau utuaauauu,auauaa,una lll�i ....t:.. Appinuutuu I l liillll"' 4_, i •e, . 1 Ku Fi re I i i l I I i IURA. I j .. at 't IS ii .l..., jLL iii 1.. 1 1f z .._.. ,. 1 i. .i.. . ._ W t€ v 2 I lelele I 4„«�. w ; I :.�w� gar,Ier, a.m I w s aI o 71 Tal ;�. _... T. 1�. :_ .11 _ mins �_ T • . I I I ;Yr u i I �"- 1 I I I I i x,.1 I ' 9! I 1 I 1 1 16-1, :�81 -- I :_a�, i I i Im. i ......... _. 1 •1 6�. Ii .°.6 ti -,! 'o,,11_nw 66 I \ �� `P "` 6.... �,:um mates 'imtmmnumats>arwni�nm.maann svasemnu.ii manta. �IIII I au.,. ; y I .aw..-i_. 1 -I m � .. n,.J tM6(M F..m., - ,.-I-.- .: _, , 1 ri ` � � �.< i mAill \\ ,.... manuenidinnio P.E. \\.# '' — '-'1° '''''''''...-- '.4...,''..--2.::'..:'-tt-c ....,..1.:' ,..,_,,.,. 6 " , i...muc6 r4s# 1 u.w.vw.eetn 618027 I•11.DOW o...... TLC 1VWOFIRE LA ARM LEVEL 2 BUILDING . w: TLC FIRE ALARM LEVEL All 6VE�S1D' E"6 2 BUILDING 6....FA1.03 0 ••,----=--,-... •m • .. . x - g E 1 1:71 5 g E lit / / ! le • • E4 -- II ------ f , ; ' E - §I ; 1) 11 iii eturmarosaar , g C P, rh 0 E m i ii 11 ri t 0 g 4 -6 d il if it -,:-.- E '4-`` .\...,,. •-•••••,......—..... ! i 1 E n li 1 2 'I .O fe , II . v . , i H g 7 A 1 .1 •ALE . II I I - I • ________1, , 1 N\•.\\''V; E !-` ii=eiteEed { 1 ,C1 e d 1 1 .=d..., i 1 E t a i.j! 44 4 1 1 0 , U g BE r I e- [I 1 1 1 1 - I 3 P /11 1 r •!- E —..... , i 1 a i 1 i It , A I . [ : ' 1 - II 1.4 , ii , i ii : I " E- if 0 V . ........, ,...0.... ....., ....-... 1 , i g ! I I ! ....... i 1! I i i• gm 1 [ 1 ...=°=.=-• , I i , i P . 5 d . i c i . g t --------- (—I I !! 11 i P. E .!! 1 11 .........----...-...... ,, 11 . i ri i 1 1 I M 1, ij ......,,,,,....., i I 8 — q 0 11 1 ii I? i 1 ;----- . I . — —,3 I 1 i r II iii L` gl I ' Th• . i rni, E ft 9 rg FI 1 POLICE DEPARTMENT FIRE ALARM i loomml v 1-,Er.E• UPGRADE c g, .2 F "Pi, > 0> X §." X Z XXI a:, b c If i fii1--- .... M 4 I110,Washir,/on Ave Miami Bead,.FL 33139 •1-171 ,ihhh1s. 0 ‘ € .... ;/ - --1._--4-- --- - - _ - �- -- . - x o —k E.a 8,..o 1.------ 1- L i. ' 1 17-' Q I II . , .t ga x 1 - - fi' * .[ 0 . ,+ ,,, /� 1I: 1 s:a &� F [, c 2 • /Ilit /7 ) i In 1/•1 10' t 1 ANIL 111 '-'1111 ° r n - 1f1 i ' , ' is y ii , T @ :�_- - — . Q4,- ;_I-4 -0.--4-1-Cil--4 -- 'cam G` l*�1 1 a e iI M. I'' B7HS 6 a1, 4 [ I ! Eg e `� s y !, 2 33 �B E 9 8 . i aS 5 • c k " L2'-' � •" •'e77 • fE pR B 1 Li o '-'6 s I cm J t r € t t 9 I POLICE DEPARTMENT FIRE ALARM 'oz T o' ' i UPGRADE m�$�n" o ; @ " gym 8.71 m 4 i 5 i m 00 Washington Ave Miami Beach.FL 33138 f g`"` II;1 450 $ az 1[m( ENGI NEERING 77'' /�- FOR�RCNITECTURE // \ s, .goon un..54..0 `\ / � m.31128 l/ Hu.n,rumuau...wrs i S)mvvamauavm PK 305.26.8553 Fau 305 6. 05 11 1 LOA,5 :::_.._:.�.::...,,.....:.: .....,....,.._...,....._... a�aaa y1 Ir Ir � p� [l u • ��- [) Wre Iii s v. 0 [I IlLi Z o 1 • [l W �...a c-..�,Z.A a•- rsaa<a, ..aa.ars.afa.aa.,rs,aa®a....,.. a.a a' 11 II II 11 11 `:I J d1IX-, ':PYIELD Q I'IEI� : ria r..-•n r..W'�a e---� r r t=y r---, r- 1. -4 a.u.a_•_L;;;;;.7_..C;X::::d .•w4 f"-3 r L....,. b�w.� cuu:... L-.-.a T3 _-a C.,.....� tw..-.,,Jp -3f EE.Y.--.Z.--4 I GRA _ ' p N 1 I' 9GER i or Plappb• �w.m. ...�..a 1 . ' !L , , .... • • • • / 1 6. d 111 ®A i \,`` Hums , .a. c„,,,, t,„,Y:-=:'_i r_::.Y c._L':'_'J C"1 C:,...1 r-:_:-, c:_.:..,f e'�-_:_f C..":_-:f C..;_.'.] r.::r, C_•._r,, r.:.r,, c:.":_'.1 e. ± r_=,, r.�::::`Y Ee_"`, or, caa.uw..uree . 4' j{i ..a,.RaaI„a,a.Fl„a,.,mars,.,a,.�a,aa....a.,au,aa„,ars.ars,.:rsa.o...aa.aa,aa,a..,a..a,aa,al.a,aa,aaa,a,.,aaa,a,a�i1 A ti aa�,a�a.aaa,aa,aa.aa =,aaa,aa. aafaafama.aa.... a OFIRE ALARM LEVEL 3 GARAGE uvmnmvvm cro- 518027 Imo Owe z IN.paw11S ro-,d FIRE ALARM LEVEL wFilseiriAe;isio ra 3 GARAGE y l w •aFA1.06 limm( r44 ENGINEERING FOR AR CHITFCTURC ( Wool Fler.131211 ( ( sr e.y v w..sr.00 PH 30,216.11:63 • ..gym.«.. COALS I I e..w.a,,,.w-.....tea _� .us ,�„-,,. � oo„ ..,i,.. l,.=`010 El iP• a .7"----41"---7"—• m T J w F M 0q Q rL:.x._ 3r... 1. o..., .i iNiiil!) ._,._,_ m m bra--.-•�� AL. i `�" iI i: m• d. ra„..., p..__,_ 1 , 1 . .m A I " i ac2 x: o 4 aRm . I l jI m i 8_1_d q :. � I ,. I wyi Z n ' iA6(8u 1�Vd "m ti. I s l }� wwe• w.1 hm ti j . . i ....a.. i — i i Mlll9l 4---\ • : i \ et r l - Flonel Mew•CON ..F. _....... .. I ...0.11. R,.1,2, Illi..M 2 ®FIRE'ALARM LEVEL 4 BUILDING m..+... nC f ' '0 �a•.ro FIRE ALARM LEVEL (=IERS RS 4BUILDING d.+.w FA1.07 0 ... . .m , 1 . . . • 1 g h1 r I , , , ..1 i. L i . ---= ,, E I r L1 E I p . 'r; .,.:, 1 f 1 ---) 1 : E: ma., . 1 *.-.., : •HUM 1 1 .:114.1 i E 1 ____ ___ 1 _,,.,........___. 1 3 5. ......7. !", ;,.----,- QII11.23.017.13331116C0.139 •--In.S. - Li 1 : i , = ,..„...,- ..,..._-- ,.4-..-.. ,,,,...-....-- -„........ i • Li " i ' i 1 E I 1 E 1 i 1 i i e -----...--... 1 1 . 1 E II i I E 11 [ iir-- 1 i i ..„..1.........._ ________ i bird .0 le E 1 .. 1, ......, ,„, i 11 [Er=a32=ams?IL [ 1 ) • I]I Li 1 E I I E 1.---1E 11 ! .... , 1 i ,1 0 d 11 _a riLaso.ozjilimagunm........ * la ... i f g' 0 Ia ---, i N i fi ! i E mF ii0 ,7 ' F11,11 I I POUCEDEPARTMENTAREALARM 1 '4.z mommumml UPGRADE , IOFF:E' 111112 eThrinil F-i ;i . 4 ie :./ I 1 loo Weelleglon Ave Merni Beach FL 33139 4 i it -ri r §f4 0 ENGINEERING 1 L( /// FORrr ns�t na "14 ----- - COA IS nwn.wn nnn � 'n It'll' i T - . 1 ;:E * llt ; tAI x. l �.a ann nwnn�� n annw. 1 , nws a laI i I iI t 1 . ill I . n —n . i .I j zo wg la � ' ' —.0. ce 0- I I 1 I LU 1 I ! ! I w I 1 I i R.. . I �� I J g j o 1 I 1 i I I a i 1 11L--......._ Ii i 1i1 1 Ii!I m...; i wn .ni \s„' 1 1.-1 tiii b. . . !!�: m.. ! � n! I I € \ .. _. i • I I awxw.... . Jr \-",..-DDmmnwvavvnnwuwnn.nmuwvun,u 1 1 1 WPM MAI,RE. �\ i I i i a Yam DIM TLC E ®FIRE ,ALo ARM LEVEL 5 BUILDING u r TLC I * wars DP FIRE ALARM LEVEL KR*BEER REVS SED E"S 5 BUILDING 3 uww: FA1.09 . 1 L( ENGINEERING FON ARCHITICTUNt vs,Es.Lopion T PH,3os xeln 6331 Ern,JESTWiL1695 re K Q W W W zg 4 W c a ` •reva tentnamtnnm...o..,m u m...mnm.....,.n...,,...n.:,..n.o.,.:.r.r...,....rnr1 { .......e ,w..,msarnmsSumer.,nnor.,.ro,,.o.:,n,...m.:,n.no...:,o..n...m m m�mauMmuvmm..mnam.nnm.merm, Q § mmm a g .... — ; r.........J [.:a:JG:::::J 1.......-,1 F.......,i f t � [��J Gv�'"iy i� d 9 a a 11 i • • f o il II1 1 — G:.....:1 6:.,al 1;;;..::::::1 14..:::::;J 1,1',, i &.,,,:i 1 4._'] A 1:..;;J C:::.7A 4...,...J pI L:.- J Gmv7 f:' :7 I;:.... Sc__-1 t--...... • il I. ��� 1 i 1 anr.rmm�'Aa�nraanr. i ..mem ..1...t•• _m., • • • • • • r ;uru- I Milli- ..._ ,., II .. . A.�..... &AwlO.....kr mmnn_ • ..n.twaeamaaascg.Sig �r m�.�nra�nnmar :;,;; .. • I ®FIRE.AL,ARM LEVEL 5 GARAGE na.rnnrni.rnml J w. • S `▪ °� Imo.rm. 1 ac ... nc rm+r.P A PE, FIRE ALARM LEVEL "LLDEVICES" 5^ 5 GARAGE HAVE A.9 • µFA1.10 CIRCUIT VOLTAGE DROP CALCULATIONS i CIRCUIT VOLTAGE DROP CALCULATIONS FC2025 PANEL VOLTAGE DROP CALCULATIONS-'M11 111.1.111.1111.1.... ]M° Looks P.w Et '..1.an .. 3.. pnq: .boc..i. SW 41b9a 20A0 Valls m. - 384.1 K.r Intl]- Pr44 p. Am Krl a.p.o'°¢ Mn Voltage 1000 Vol. n puy 12 Nn] �.5m l=ewi..='pa"�.ar a�fl . e W 7°7 Lk..rr."Wa6rww •a 0 K. K�. .u.. .....ren SIC cira.it q. WIn ' 661x41189.Drop •40 'VMS a3.b n3µU..u. s 0 P..�...1z. One 5 1 0 0 NAG 10-, Mein.1 I Yuan] I YMn.3 I µ3w.1 i 41.....C.. Dam a s a _ . NOT 12050 0000 .ousro 0 GVOdo1S00 Tape • Imp TOW 004 2H-PC Mal)50,04 50 Wall 0.121 6 s 6 6 21 am °� ro�.Vf°n eae° ; FRAC(]statsamewan 0of 5 e 4 2 0 ENGINEERING1 61100 xnrts we0 ' TOM p0 a yea . o 'di-YC-C I]SWI Hom/Sao.Cei 0222 0 FOR ARCHITECTURE oa. if]y1 lO10ECOW 0020 0 sr Moo pih..5rww0 1.c ..a xran 005 Dam 000 OMDE. ,r. • s) �.a.11. P �ui .au 3 f 30, 001 'I4 14 I a.ra.tu..44 0.nw.fyry� 1M 30, 00if 14 14 14 14 1 ,I NPC Curren9.(009) 114 136. 1.166 10M 506. wssee.0%3 .or..n • .Sm 070m 00 i ' 0K ^�r'wrurse 307.441.15..41, 440 5 Rwi0Mn4.(OPm%000 IV 367 307 14 3.07 307 I 4 14 I ..r•.0015�r..r� x000 307 370 % :.x aft oK v vm,u.47 LI 33x ox oA EPIImard on.way wire length ow 250 200 275 100 I BATTERY CALCULATIONS. 0... ..c6 K I BATTERY CALCULATIONS b6 OK 41µ9e Drop 225 216 202 ,0.64 I .T..,....� v ,.,.,,,. ..4.1 i ...Y 3.µN 000^ems. ''a'.o.. 1 u....11n 0.4.44r..0..rti w..owa 4408 Drop% 11% 11% 10% 3% V 0.61.0. rW..l�1 7.14.10.44 I M.Yw boob wl'ni q .800 N. ..........1a .001 ::o, BATTERY CALCULATIONS X P.M�oomooxmf.��w tom °001 5. 0000 1,000 Dao Wtava.w I. M500 0000 000 0x +w Job 164.:Florida Turnpike C-Sbµ Panel l0: W Q Tar.avwL.M 005 ^x p.w 0.f . too a an IbauleT Curren) Cuomo J R MI w....rr 1:00 r.. =ss :m w 0.0 1000 r..a..-n.......l 61]3 .x w. 1bpi"' Drew 0.0.71 0, smnaor .Arm Current ww0 >M 4.4.44..+0 w r cun.nt EC .......... 7 17 m 1.w�Mr.1w OM w.4....`0..a....'°w. °,J.° ....r°.�'1..:Y0.0 ]M MVN BOARD � a Mame)• Standby 23 0.1]6 0.203µ4n0004.00 G 3. A..i. 7f N1 arc. . ..405 0.0.. ) as FP2012-UI 1 - Power Supply /1- . d$ •MWe..:wr.0a...r0....a arrow .•...441.1.4.010.mr pin4W.acc00.or .aw worm*.tac prom 0i a.aFCA014-02 1 0055 0.045 0.045 0045 5.00 F Q ................................3 - ..�ws..lur.arr.05°400..ara.m,.wwuow...ul FT2014-AL2 1 0055 0.055 0055 0055 R5405 Mnuaaox W 0 5.0.115.5.11.41.11..14.0.arx.3...0 4. ........4 61008uc.m L.e.uul FCA1 1 am 0.136 0.075 0.130 RS485 Module ..an•al.Mra.m.w. < ma.moo..**Fµ3..a....ao.... ...6100 W.Mro.r...w....nr.r.w on a.r...c..r F12015-U2 0 02 02 02 0 R..Om Mnunebr The e'..'.1.1.141•.0 NC....awr..r .^... ra.....w4....... .....q.:w. _ --- 1/C112011-U11 0.001 06] 0Founder001 0 0 NPC Ender EE a I _• -_ H1Os 33 0001 0001 0033 0033 Manu.Saloon <D CIRCUIT VOLTAGE DROP CALCULATIONS CIRCUIT VOLTAGE DROP CALCULATIONSS ADT-421 10 000025 000001 00025 00041 Tnmmal Datecl0r sun vmw =W V35.5 -."3 I_ 1I J .• , F50421 W 400005 00W/1 00235 003650 5008x8 O.mcbr W p°n•lq FDOOTC0d1 0 0006. 000005 0 0 0 vauw wuP r... au u.. HTRLR 6 0001 0001 OOM OW9 Mon toR.6rM3dua W S w1..o o.. 3101 K.0 roar 6E r96�4'ia r.-�©®� Lu �"n0r3♦6L^^a11INIMIEEEEEEa���S11^J HTRkD 0 0.001 0001 0 0 Dual Mon 0061 Module 21 Ye 1.31414....0' a' S 0 4,rT ���. '®i'v O`p==� HTR4Y 0 00013 0.0015 0 0 Mni14one.0 Module J ` ry ww.. 1 HTRFS 17 o00t d00t 0017 0017 Monlbr Mwue ut SL�r1l�.V M.r.'f.+Mdws o 1 0 0 ' 'L'7�OS1.6E�6<l♦�6R00, 0 Xiuskb o COO D603J•_R606�==pi To.NAG Curr.. 1 0000 506. 0000 506. Amps d wwaatter�yy ���6R�6�a3�ap Op 004 0 0200 0.200 0.000 0000 hop. Yule 0.� 3m�� ���0 Do..AUX Crop out wµ61 no AC? NO , i24 0.539 5575 Alps uucc66 :iso •000 a010f61�t>♦. Total Standby Current 0639 • 20 'Hounn 1534 N1 r µ�00000 Co411 � ®©OBEt�t'>♦Et'�0 Total Num Current 567061 5 `16.... °i` m 0 0, to 0 6�fl6®600 m6EE1 OA? N. a.m..p1 a0°0µ% ]10 turf ]fn, 3. 418°1 PI -- o^' "00�®�� Module Currentoa.iuoeb 6.50 Neel AN Requirement 1561 NI j...W 1 �r m��� ,�l.�__ M300CCwre R poop 68] D.aen9 FAM 120 6A..me a Y.y.p.. 555 mo L.,: 3 Y - 0µ'p60 Q:m®mmol Med.Currant ..0 063 Equals Mn BalleryN1 1667 x*I Nµ5004 . m+t %x O.tat ''•'�amizm Il ima"mmom060t.f • Mi.Current per SAC 1.50Mnimum BAP Sia 33 'M5 aBATTERY CALCULATIONS 616144.6 BATTERY CALCULATIONS ® 0 user rw. 100.. _.. ..4iXi3w 1.61..4. 4.41.5.m.. wrT.. 8 � 4•. ...4,....Aa.. P„0. 6 '^^y. '60•MKVAS 0916irriii0=n0110 aim. .751 0000 N10 I giM'r' I"'^r^'1066vaI.:a 0. m .Mi.. irta ...a 1.: 21i asµ0..w... ■, �Yr..4.wKwc 0a 'y .a ' •� •4M..M'.wr..111..51«w..... .. ....r.ww°°�°a«lid'..... .............9cc.,..r4.a -M..rr.°".0......414010114.1150.00.0.1.0.0.1"° ....11.5�'......................w.°....rrr.r1a+..sl 00.101114.0.4 . r..w'a.1a.o`.r�waroe.wAcwm..iw . 1.1..101.1•11.4.0/.1.1.4•4241010 ...5.1...4.m..w. 61.8. 1110.44.001.1...41411.5501511104.10.140‘.. .. .1rrw 0.44.:.4.1...w...a.a..aq... 71..m.a.eata.wPcn...a......a......_ w a,..onwl..Nnn,..w.T. « .ws3llseJ!SmSnL.++...e.. - - _. _- -- - _____-I /�.a CIRCUIT VOLTAGE DROP CALCULATIONS CIRCUIT VOLTAGE DROP CALCULATIONS 1.104.1055.00. .. No.. Nm Vol.D µ3w1.1 Pm.q: 1/410004414 PIR.I N�E. 1a1"xu r., Kat 'rt." Poe°, wr .. ma/ 10001 K0°0 1 w0I W.13.401 V;°,'0.Ars hal. 7.00 x. Ir3a111.e•otow ' E M!e!a'e ''�00 50"" , . , r 1W SM-2.µ.3a.."5614.61 c..: N: 0 0 0 1 .1n. """ ]`1"'•'•x'0.0.'4 O"P 0 0 0 0 = '&'V P ,uE O.0 000 tlru o coo 0084 r Sap 0000 r on DEAL 40Kµ . f 1 µ00(0n9*cxr /m 000 Mni ]0.M 3114 aam Sm ,M•6�.Fn :M :14 1.e tl0. .o a.Mw.c ''"II 1 ' 3aam, 300 1I a ... ... 6". ]' Z i00 3n 300 'I ..4 www oas%eo Comair43 ]0 ate' 050 . a.-.. a w0 x am 1 r. ux zrx n 0k el4 BATTERY CALCULATIONS ...I w.6 1 1 05 . v BATTERY CALCULATIONS rwn 0 L' al paw1. J1 ti n..r... lamb. o"y°.' °"' �ri3w..s. u..un. pore. _ mow 410.00 nvaw.a 41sd o 0000 oat IWD mos �CU.•i tn0i+0 0 0004 oos.� C.MCFIR .0 .Piaa.w Amo "'"" I Sw ° 4GOO 0.400 ..0. P.. 1 ,3p °°u0 t..- Oa00 0A. wa �..Ai.anu..n...i[i„61.6141.61 ' fi. _maw .m us. allay rwer err.. ow • r X01• 0v7 •or ot-W095..1 00 raa00-- .. 3011 MO t . oo. ca Mw.• f.1 rr Coo. .0 .e.n.. 1.100.1.5.1..43.4 Ilio.Cooraii.o. Ww v bar.. 1365ft*G.5.11.411.141 534 1 An .y.0.. 1.427 a..uswloC 00 .loan).No 7 .n I w.c.w .. 0.r. ) w 0..ow Yen Oar 61•1 *.0 0 0..*.*,0000.M, '.0 w.11.wWP.m..100.a a.ew 714 'E C.w.,rw.. -.1.1011.04141.115.45.7..0110.1151051.00.551.1. N....61.m...a1...wc .. ._M.wruwMYaa.e.....0.1ma......Wn.f .1.a1WdpNaarrwiwOW°.rwO.wa Wr.3 a�Y. TLC aMy.an.wl..wr...b.aACyn P..wy . K6..1 amllya.l..w....Wwwc vw3v.a.uul - oM.OYwLo.I.nL..0.1wr.ew....1uw...40. w..w5..70-085 ....b. i10.1.yew o.WW 1?.1'-0' f wow row wow war.. tlµ..a4..61 r we wow. Tr...awy61.aw3Ha1 361.r.rNJwOramaLlY.f.5.1waM.rn SMyw. it W.wM00a.1M�ma...a.r.raa.. --_-___ __-- FIRE ALARM CALCULATION o FA4.00 , 11[m( ENGINEERING FOR ARCHITECTURE SIT?B..fv..•0....3*.55 Pant am..33525 rn:mazes. F.m,....e.s ....,,0 .w. rem Pus +.,w..,...CO"..5.5.....,0. WA NO Mb ISM I. IWO a nn nn no ,sn nn ND 3101 300 MD MD IMD ME —I M Lu m cc Lt -num pu:a .�PkC.WP,�.atP.aiP.�i.,�.,m.1;L W.� n.P`1 Rn,$mow'10—'10 -Rrrf-Riff +nwa. 1-CL CD I MO a cc a $ ".62,,u.,....;6 ,, ' ' 'AFL In,•m'-• hoRH,•a.-asiltmlaR-:t5..tta�•na�mr#QaRo--•••••. a= • n.r. a MD m m ,m fu 1 "W:� -14''Po. . 5, * . 5 5 s Ran nn ,n.n� rz-RRA•rf•Harm nn r•i�:»gra-a$r-5'tw,n«. 0 3 o nn P..33x. "Iii "w"0.01 0 SYMBOL LEGEND f5.. 0 $gtr , @to-SATmnn MO mai _a®.r r8:-rl --"w*n• a ice O ' YRQ RGT•YI'�YT•IIl'IIY1•YY"Rif•YR•YT RY'ifRl[Q�YH • ,o MOI 1. MI .0 3611 MS WO 110 0 ...s...s L .w.' *a-Ref"•m-•w.-air•yr•ar•rv-•®aivagnri'Q•nn--•w'' ,a .. M. ,. 5.0. �nw. --•-r-•f.•.. 4w�.5 x a f,-4. I. 3•.,1..6 r•a mo a.ap.1...Am...".Mv.,,,, .w m v .3 000ILY WWI AM latala NI lit a. .. ® 50. —.nn nor> n, #-.rnen nn I.0 Ma R rfl'.n"TM MO MO MS .0 MO.ir •*>• 4r.M.M la ma IR VaNii 5 5 ..� N... ,..,� En I:=0:= 113MEMI 0 n •-.r.err.n.gn,Re.Ins fa-w.Tr•a _,. " s,,,t o.0.„'Sr..10 . 0 ® I.P. n.N. >m�""""• kw....1,1 x - ) ..$rr8nr�nrRm Rnr�ac-�nrnm Rnr-R�sruRun*frn•frU....wm-. •p .0.0.1. `..w+, el© NO , N❑° °o® 2- 1 rartRncroR;cwriairrU ---- - f.P. -- - --- ------- -—mow mat 0.....w...•. Arr• -5+0... lu..' $r�Ramm. '•,, 100 c 0.1 WIV:X=1=1r101170T L. IPVIV'iLVF-lio no b. �� w w •„ www f . .9W..+ $w•�im"�-a�"m-�-urr'�'rr�rRcv°�a:-wma• N. .0.0.' V..$. - .1. •rr•nwRtiIMO rfen---..... F.01 33.118 e4-W,s��.9.G4#6,%.,,kil l-E....w ,•E E.0 13 r.. ,� ln.r. ns,� Y. .w 0.f 0.v 0.w .r. � m " 1.�.— :. .......,....... ,. bil LLI[UM. 11144 11 — 330.0..tea,..f. 33..1 J.0..o..1 ii II .... j r.-r.. . 0.0. EIRE ALARM RISER 0,.0.100.5 BEEN flEV.O. 4 ,; °HIRE ALARM RISER Paw: .s. FA5.00 �.� 'a1111111 °0 IMI 9 1 L(1 • r • • j ° ENGINEERING li,/,� • ° ILII ILII • FOR ARE II F.miss URARO E SFS/ on M~ RR sus ADLL °i unuo.nRae TwwwQs • uwnR•n+uiw�a.'�... O�ns-ua.uwrmaror�u.:e..u.a ^'"""""'"• 03::::r� ';f4 V. .r Z7"''''''ZI:7""" uv CC si ::::-----.,-----.4"--7,x— O.aw.r,',74 r.wmunu=.. 'i..„rx. a ia..e,47,7 .;47,.u..w.en. '^'gnu --lune-. Q LL • CONDUIT PENETRATION OF FIRE WALL 02 CABLE PENETRATION OF e. 'FIRE WALL 03 a 1, Ala, : . MI .a..ft.a . a C.1 3 U 8 a 8.---00-1_ , ^� r0J-0 1 o R,..mR .� wellsertOos WALLIFLR•CONC-PIPE-2,3,4 HOUR 01 MOUNTING HEIGHTS 4 BREW IA.*RE. Remu....AAVM, 1 BIAnn Woe Dyne a a... nc nc Ir-1.-0. DETAILS 3 FA6.00 ,MsDRAWINGIsBEIM RELEASED FOR,.f PURPOSE OF POLICE HQ & PARKING GARAGE (68720) ATTACHMENT C CONSULTANTS RESPONSE TO THE (ITB) 11/27/2018 Detail by FEI/EIN Number DI'/IsinN OF CORPORP^10413 Deoamr',ent of State /Dmsian sl Comoratlons /Beard+Record% /Octal Sc Document Numb. / Detail by FEI/EIN Number Florida Profit Corporation FIRE ALARM SYSTEMS&SECURITY,INC. filing Information Document Number P00000068668 FEI/EIN Number 65-1026585 Date Filed 07/19/2000 State FL Status ACTIVE Last Event REINSTATEMENT Event Date Filed 10/04/2016 erincipal Address 3901 S.W.47TH AVENUE,#408 DAVIE,FL 33314 Changed:01/25/2007 Mailing Address 3901 S.W.47TH AVENUE,#408 DAVIE,FL 33314 Changed:01/25/2007 Registered Agent Name&Address NEILINGER,ERIC A 3901 SW 47TH AVENUE ST 408 DAVIE,FL 33314 Name Changed:10/04/2016 Address Changed:02/18/2010 ORlcerlDirector Detail Name&Address Ttle P NEILINGER,ERIC A 3901 SW 47TH AVENUE ST 408 DAVIE,FL 33314 Ttle VST NEILINGER,RONNIE 3901 SW 47 AVENUE ST 408 DAVIE,FL 33314 Ttle VP NEILINGER,BRIAN 3901 S.W.47TH AVENUE,#408 DAVIE,FL 33314 Title VP ODOM,AUBREY W 3901 S.W.47TH AVENUE,#408 DAVIE,FL 33314 Report Year Filed Date 2016 10/04/2016 2017 06/30/2017 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNumber&directionType=1 nitial&searchNameOrder=651026585... 1/2 11/27/2018 Detail by FEI/EIN Number 2018 01/23/2018 aoslainntiovm 9/i73,20 -ANNUAL REPORT View image in POF rennet W3012017-ANNUAL REPORT Mr./image in PDF(omen 10/04/2016-REINSTATEMENT Mew image in POP fennel g713/2015-ANNUAL REPORT Winn ilnage in POF format 04/10/2014-ANNUAL REPORT Mew image in POF lomat 96/17(2013-ANNUAL REPORT Vow image in PDF rennet : 91/09/2012-ANNUAL REPORT Mew image in PDF format 93/30/2011-ANNUAL REPORT Mew image in PDF rennet —• priarzolo-ANNUAL REPORT Mew image in PDF rennet 41112G229.82MALRE223/ View image in POF rennet pros/nue-ANNUAL REPORT View image in PDF format 07/02/2007-ANNUALREPORT New Mope in PDF tonna posaoot-Amendment View image in POF rennet 93/09/7006-ANNUAL REPORT View image in POP Fermat onsinos -ANNUAL RFPORT View image in PDF tonne 22122f2214=AINUALIEEM View image in PDF rennet 04121/2003-Amendment Mew imp in POF fennel • 22r20r2003-ANNUAL REPORT View image in POF rennet ---- 11/26/7002-Amendrnent /male in POP rennet 04/11/2002-ANNUAL REPORT Mew/meg.in POF format 93/02/2001-ANNUAL REPORT Maw image in POP format 97/19/2000-Domestic ProfView image in POP rennet . ., • • http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNumber&directionType=lnitial&searchN a meOrder=651026585... 2/2 tip�RM Sy • Broward: 954-327-8670 [701) $1 Dade: 305-652-1613 Statewide: 1800-413-FIRE (3473) X iv Fax: 954-327-8674 NFPA EEtiRrri.o v A-AA4- U Fire Alarm Systems & Security Inc. Monitoring• Service • Installations•Certification •24 Hr. Service•C.C.T.V. •Access Control Licensed& Insured • License 4 EF-0000008 City of Miami Beach Procurement Department 1755 Meridian Avenue 3`d Floor Miami Beach, Fl 33139 Att: Alian Gonzalez Email aliangonzalez@miamibeachfl.gov To whom it may concern ; Fire Alarm Systems and Security inc. its employees, or it officers have no affiliation or business relationship with any employee or government official from the City Of Miami Beach. We are a family run company with a husband and wife ownership. No outside owners. AS to the ethic requirements Fire Alarm Systems and Security inc. and its employees accepts the city of Miami Beach code of ethnics . If I can be of any further assistance please fell free to contact me Thank you Eric A. Neilinger president rum— '20(11 Cox! ,11th A a • C..ifo M12 • lilt APPENDIX A Price Form, Bid Tender Form, & Supplements ATTACHMENT A-1: ITB Price Form & Unit Price Breakdown Form ATTACHMENT A-2: Bid Tender Form ATTACHMENT A-3: Supplement to Bid Tender Form: Contractor Qualification Statement ATTACHMENT A-4: Supplement to Bid Tender Form: Non-Collusion Certificate ATTACHMENT A-5: Supplement to Bid Tender Form: Drug Free Workplace Certification ATTACHMENT A-6: Supplement to Bid Tender Form: Equal Benefits Ordinance ATTACHMENT A-7: Supplement to Bid Tender Form: Trench Safety Act ATTACHMENT A-8: Supplement to Bid Tender Form: Recycled Content Information FAILURE TO SUBMIT THE MOST RECENT BID PROPOSAL FORM (EITHER INCLUDED IN THE ORIGINAL ITB OR RELEASED VIA AN ADDENDUM) MAY RESULT IN BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED. BID NO: 2018-240-ZD CITYOF MIAMI BEACH 51 A-1 . City of Miami Beach . • . _{...: -1TB PRICE FORM '1 : n �t x. :,43 .STREETiPARKING'GARAGE.(60130) - The TOTAL BASE BID amount includes the all-inclusive total cost for the work specified in this bid,consisting of furnishing all materials,labor,equipment, shoring,supervision, mobilization,demobilization,overhead and profit,insurance,permits,and taxes to complete the work to the full intent as shown or indicated in the contract documents.Any or all alternates,if applicable,may be selected at the City's sole discretion and based on funding availability. BIDDER MUST SUBMIT THIS ITB PRICE FORM FULLY COMPLETED, INCLUDING SECTIONS 1 AND 2, AS PART OF THE BID RESPONSE. FAILURE TO DO SO SHALL DEEM THE BIDDER NONRESPONSIVE. In the event of arithmetical errors between the division totals and the total base bid,the Bidder agrees that the total base bid shall govern. In the event of a discrepancy between the numerical total base bid and the written total base bid,the written total base bid shall govern.In absence of totals submitted for any division cost,the City shall interpret as no bid for the division,which may disqualify bidder. Section 1 —Bidders Price: PROJECT TITLE: ITB 2018-240-ZD: FURNISH AND INSTALL FIRE ALARM SYSTEMS-CITYWIDE (INDIVIDUAL PROJECTS) *Lump Sum Grand Total(Total Base Bid) $02�'sr� J *PROJECT SHALL BE AWARDED TO THE LOWEST, RESPONSIVE, RESPONSIBLE BIDDER OFFERING THE LOWEST LUMP SUM GRAND TOTAL(TOTAL BASE BID) Section 2- Bidder's Affirmation: Company: Address Line 1: Fire Alarm Systems and:zctxilt f lac. Address Line 2: 3901 S.W.47th Ave- Ste_408 Telephone: Davie,FL 33314 Email: 954-327-8679 f/L &A.C. • SS---,Z)/12., ' J! Signature: G ' I Title/Printed Name: ar ♦ if Date: !j //Z /P-0/g FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND(IF APPLICABLE) WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE. BID NO:2018-240-ZD CITYOF MIAMI BEACH 52 A-1 • ; A-1 • City of:Miami'Reach =• =ITB PRICRFORM-3 :7 tn STREET.PARKING'.GARAGE (69310) - The TOTAL BASE BID amount includes the all-inclusive total cost for the work specified in this bid,consisting of furnishing all materials,labor,equipment, shoring,supervision, mobilization,demobilization,overhead and profit,insurance,permits,and taxes to complete the work to the full intent as shown or indicated in the contract documents. Any or all alternates,if applicable,may be selected at the City's sole discretion and based on funding availability. BIDDER MUST SUBMIT THIS ITB PRICE FORM FULLY COMPLETED, INCLUDING SECTIONS 1 AND 2, AS PART OF THE BID RESPONSE. FAILURE TO DO SO SHALL DEEM THE BIDDER NONRESPONSIVE. In the event of arithmetical errors between the division totals and the total base bid,the Bidder agrees that the total base bid shall govern. In the event of a discrepancy between the numerical total base bid and the written total base bid,the written total base bid shall govern.In absence of totals submitted for any division cost,the My shall interpret as no bid for the division,which may disqualify bidder. Section 1 —Bidders Price: PROJECT TITLE: ITB 2018-240-ZD: FURNISH AND INSTALL FIRE ALARM SYSTEMS-CITYWIDE (INDIVIDUAL PROJECTS) 'Lump Sum Grand Total(Total Base Bid) $ 'PROJECT SHALL BE AWARDED TO THE LOWEST, RESPONSIVE, RESPONSIBLE BIDDER OFFERING THE LOWEST LUMP SUM GRAND TOTAL(TOTAL BASE BID) Section 2 -Bidder's Affirmation: Company: Fir:Alam S3ztcros Address Line 1: and Security Inc. Address Line 2: 3901 S.W. 47th Ave. Ste.408 Telephone: Davie, FL 33314 954-327-°570 rrJ �t Email: Signature: • Title/Printed Name: �i� r / ,I '� A Date: /1 /2 /1 FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND(IF APPLICABLE)WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE. BID NO: 2018-240-ZD CITYOF MIAMI BEACH ;: t 54 nr: .,�_i� A-1 •. ;� =rC�tyo .1Viiami'Beach ,_ . i4 • FIREt`fAiibiV :5(60 sTr xyr,•,.. A '•.':-rte 'rt',. .,x The TOTAL BASE BID amount includes the all-inclusive total cost for the work specified in this bid,consisting of furnishing all materials,labor,equipment, shoring, supervision,mobilization,demobilization,overhead and profit,insurance,permits,and taxes to complete the work to the full intent as shown or indicated in the contract documents. Any or all alternates,if applicable,may be selected at the City's sole discretion and based on funding availability. BIDDER MUST SUBMIT THIS ITB PRICE FORM FULLY COMPLETED, INCLUDING SECTIONS 1 AND 2, AS PART OF THE BID RESPONSE. FAILURE TO DO SO SHALL DEEM THE BIDDER NONRESPONSIVE. In the event of arithmetical errors between the division totals and the total base bid,the Bidder agrees that the total base bid shall govern. In the event of a discrepancy between the numerical total base bid and the written total base bid,the written total base bid shall govern.In absence of totals submitted for arty division cost,the City shall interpret as no bid for the division,which may disqualify bidder. Section 1 —Bidders Price: PROJECT TITLE: ITB 2018-240-ZD: FURNISH AND INSTALL FIRE ALARM SYSTEMS-CITYWIDE (INDIVIDUAL PROJECTS) "Lump Sum Grand Total(Total Base Bid) 6.5-0 0 *PROJECT SHALL BE AWARDED TO THE LOWEST, RESPONSIVE, RESPONSIBLE BIDDER OFFERING THE LOWEST LUMP SUM GRAND TOTAL (TOTAL BASE BID) Section 2 -Bidder's Affirmation: Company: Address Line 1: Fire Alarm Systems and S c' r:ty Inc. Address Line 2: 3901 S. V. 47th Ave. Ste. 408 Telephone: Davie, FL 33314 Email: 954-327-3670 �- Signature: Title/Printed Name: 1 G Aautow Date: /� / /, FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND (IF APPLICABLE)WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE. BID NO: 2018-240-ZD CITYOF MIAMI BEACH 55 A-1 • . City,of Miami Beach EY • PRICE FORM 5 '.:FIRESTATION :3=(67200) - The TOTAL BASE BID amount includes the all-inclusive total cost for the work specified In this bid,consisting of furnishing all materials,labor,equipment, shoring,supervision,mobilization,demobilization,overhead and profit,insurance,permits,and takes to complete the work to the full intent as shown or indicated in the contract documents.Any or all alternates,if applicable,may be selected at the City's sole discretion and based on funding availability. BIDDER MUST SUBMIT THIS ITB PRICE FORM FULLY COMPLETED, INCLUDING SECTIONS 1 AND 2, AS PART OF THE BID RESPONSE. FAILURE TO DO SO SHALL DEEM THE BIDDER NONRESPONSIVE. In the event of arithmetical errors between the division totals and the total base bid,the Bidder agrees that the total base bid shall govern. In the event afa discrepancy between the numerical total base bid and the written total base bid,the written total base bid shall govern.In absence of totals submitted for any division cost,the City shall interpret as no bid for the division,which may disqualify bidder. Section 1—Bidders Price: PROJECT TITLE: ITB 2018-240-ZD: FURNISH AND INSTALL FIRE ALARM SYSTEMS-CITYWIDE (INDIVIDUAL PROJECTS) *Lump Sum Grand Total (Total Base Bid) $ 2/0 000 "PROJECT SHALL BE AWARDED TO THE LOWEST, RESPONSIVE, RESPONSIBLE BIDDER OFFERING THE LOWEST LUMP SUM GRAND TOTAL (TOTAL BASE BID) Section 2 - Bidder's Affirmation: Company: Address Line 1: kir'Alarm Systems and 3CCLi111,y Address Line 2: 3901 s I! 4.7th Ave_ Ste4(8 Telephone: Davie, FL 33314 Email: 954-327-8670 Signature: T744D _ Title/Printed Name: J/cr /� AVf�JA)LeA- ! Date: 1/ /2-` // !`� J FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND(IF APPLICABLE)WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE. BID NO: 2018-240-ZD CITYOF MIAMI BEACH 56 A-1 City' f,Miami Beach"" • } • 4 1TBPRIG FORM=6 ,. The TOTAL BASE BID amount includes the all-inclusive total cost for the work specified in this bid,consisting of furnishing all materials,labor,equipment, shoring,supervision,mobilization,demobilization,overhead and profit,Insurance,permits,and taxes to complete the work to the full intent as drown or indicated in the contract documents. Any or all alternates,if applicable,may be selected at the City's sole discretion and based on funding availability. BIDDER MUST SUBMIT THIS ITB PRICE FORM FULLY COMPLETED, INCLUDING SECTIONS 1 AND 2, AS PART OF THE BID RESPONSE. FAILURE TO DO SO SHALL DEEM THE BIDDER NONRESPONSIVE. In the event of arithmetical errors between the division totals and the total base bid,the Bidder agrees that the total base bid shall govern. In the event of a discrepancy between the numerical total base bid and the written total base bid,the written total base bid shall govern.In absence of totals submitted for any division cost,the City shall interpret as no bid for the division,which may disqualify bidder. Section 1 —Bidders Price: PROJECT TITLE: ITB 2018-240-ZD: FURNISH AND INSTALL FIRE ALARM SYSTEMS-CITYWIDE (INDIVIDUAL PROJECTS) *Lump Sum Grand Total(Total Base Bid) $ G1�� ✓D v. *PROJECT SHALL BE AWARDED TO THE LOWEST, RESPONSIVE, RESPONSIBLE BIDDER OFFERING THE LOWEST LUMP SUM GRAND TOTAL (TOTAL BASE BID) Section 2- Bidder's Affirmation: Company: �7 L1e tid'3i 111 SV6LC:1L5 Address Line 1: and Security Igc. Address Line 2: 3901 S.W. 47th Ave. Ste.408 Telephone: Davie, EL 33314 934-327-86' it/.4 -•/HC-10r/Z--W Email: 4SS f419 . moo/7 Signature: Title/Printed Name: (;;,/ -- 40, J l -/,2/A)/�r� Date: 1/ //,-//f , s//f y I/ FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND (IF APPLICABLE)WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE. BID NO:2018-240-ZD CITYOF MIAMI BEACH _ B._,AC 57 A-1 _- 4 City of%Miami-Beach ITB PRICE FORM--7 s :HISTORIC;CITY1-1A11.40698) The TOTAL BASE BID amount includes the all-inclusive total cost for the work specified in this bid,consisting of furnishing all materials,labor,equipment, shoring,supervision,mobilization,demobilization,overhead and profit,insurance,permits,and taxes to complete the work to the full intent as shown or indicated in the contract documents. Any or all alternates,if applicable,may be selected at the City's sole discretion and based on funding availability. BIDDER MUST SUBMIT THIS ITB PRICE FORM FULLY COMPLETED, INCLUDING SECTIONS 1 AND 2, AS PART OF THE BID RESPONSE. FAILURE TO DO SO SHALL DEEM THE BIDDER NONRESPONSIVE. In the event of arithmetical errors between the division totals and the total base bid,the Bidder agrees that the total base bid shall govern. In the event of a discrepancy between the numerical total base bid and the written total base bid,the written total base bid shall govern.In absence of totals submitted for any division cost,the City shall interoret as no bid for the division,which may disqualify bidder. Section 1 —Bidders Price: PROJECT TITLE: ITB 2018-240-ZD: FURNISH AND INSTALL FIRE ALARM SYSTEMS-CITYWIDE (INDIVIDUAL PROJECTS) *Lump Sum Grand Total (Total Base Bid) $ *PROJECT SHALL BE AWARDED TO THE LOWEST, RESPONSIVE, RESPONSIBLE BIDDER OFFERING THE LOWEST LUMP SUM GRAND TOTAL(TOTAL BASE BID) Section 2 -Bidder's Affirmation: Company: Address Line 1: File,Alarm Systems an`t Se;linty Le. Address Line 2: 3901 S,W. 47th Ave. Ste. 408 Telephone: Davie, FL 33314 Email: 954-32 b/0 r � e—/-71 e._ 1/�Com=/' ` 4b/`l Signature: r^ Title/Printed Name: Aags Eg' — 4 , Alit/ /Ay Date: /I/J17) �,✓ FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND (IF APPLICABLE)WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE. BID NO: 2018-240-ZD CITYOF MIAMI BEACH - 58 A-1 City.of �Miarni.Beach •• ti • ;4TB PRIC5 ORNI-8 • • POLICEATHLETICILEAC UEBUILDING`(61100) s 11 The TOTAL BASE BID amount Includes the all-inclusive total cost for the work specified in this bid,consisting of furnishing all materials,labor,equipment, shoring,supervision,mobilization,demobilization,overhead and profit,Insurance,permits,and taxes to complete the work to the full intent as shown or indicated in the contract documents.Any or all alternates,if applicable,may be selected at the City's sole discretion and based on funding availability. BIDDER MUST SUBMIT THIS ITB PRICE FORM FULLY COMPLETED, INCLUDING SECTIONS 1 AND 2, AS PART OF THE BID RESPONSE. FAILURE TO DO SO SHALL DEEM THE BIDDER NONRESPONSIVE. In the event of arithmetical errors between the division totals and the total base bid,the Bidder agrees that the total base bid shall govern. In the event of a discrepancy between the numerical total base bid and the written total base bid,the written total base bid shall govern.In absence of totals submitted for any division cost,the City shall interpret as no bid for the division,which may disqualify bidder. Section 1 —Bidders Price: PROJECT TITLE: ITB 2018-240-ZD: FURNISH AND INSTALL FIRE ALARM SYSTEMS-CITYWIDE (INDIVIDUAL PROJECTS) °Lump Sum Grand Total(Total Base Bid) $ 'PROJECT SHALL BE AWARDED TO THE LOWEST, RESPONSIVE, RESPONSIBLE BIDDER OFFERING THE LOWEST LUMP SUM GRAND TOTAL (TOTAL BASE BID) Section 2 - Bidder's Affirmation: Company: Fire Alarm Systems Address Line 1: Gond �ecurlty Inc. ✓n v i ,3.'.T/. 't/r.v <�i+..'.. mow. ^C S Address Line 2: D:7!vie, FT, 133 14 Telephone: ^;Y-ri Email: e- /V�i!1. /i✓ �_ ,P/k1 - f2-4-. ec7/7 Signature: ✓ C �1�1 Title/Printed Name: S �,I 4°I' Date: // /I `� FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND (IF APPLICABLE)WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE. BID NO: 2018-240-ZD CITYOF MIAMI BEACH Wit- 1;r^C1-; 59 A-I r ,.10 It tT • PYJty;a uliafl i peach ] K ►iE"J 2KINla: ARAGE'(68120)- The TOTAL BASE BID amount includes the all-inclusive total cost for the work spedfied in this bid,consisting of furnishing alt materials,labor,equipment, shoring,supervision,mobilization,demobilization,overhead and profit,insurance,permits,and takes to complete the work to the full intent as shown or indicated in the contract documents. Any or all alternates,if applicable,may be selected at the City's sole discretion and based on funding availability. BIDDER MUST SUBMIT THIS ITB PRICE FORM FULLY COMPLETED, INCLUDING SECTIONS 1 AND 2, AS PART OF THE BID RESPONSE. FAILURE TO DO SO SHALL DEEM THE BIDDER NONRESPONSIVE. In the event of arithmetical errors between the division totals and the total base bid,the Bidder agrees that the total base bid shall govern. In the event of a discrepancy between the numerical total base bid and the written total base bid,the written total base bid shall govern.In absence of totals submitted for any division cost,the City shall interpret as no bid for the division,which may disqualify bidder. Section 1 —Bidders Price: PROJECT TITLE: ITB 2018-240-ZD: FURNISH AND INSTALL FIRE ALARM SYSTEMS-CITYWIDE (INDIVIDUAL PROJECTS) 'Lump Sum Grand Total(Total Base Bid) $I=7 av0 *PROJECT SHALL BE AWARDED TO THE LOWEST, RESPONSIVE, RESPONSIBLE BIDDER OFFERING THE LOWEST LUMP SUM GRAND TOTAL(TOTAL BASE BID) Section 2 -Bidder's Affirmation: Company: Fire Alarm Systems Address Line 1: and Security Inc. Address Line 2: 39'01 S.W 47th Ave. Sce. 403 L Lui FL 33311 Telephone: 954-327-5670 Email: ee-/C / f '` X11 � 2 ` Signature: Title/Printed Name: /4/4:6 1(/X,//,t Date: ' ! `�' FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND(IF APPLICABLE)WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE. CITYOF MIAMI BEACH BID NO:2018-240-ZD 60 _.F. A-1 City of Miami Beach • ITB PRICE FORM-10 PRE-QUALIFICATION REQUEST FORM Failure to submit ITB PRICE FORM-10,Prequalification Request Form,in its entirety and fully executed by the deadline established for the receipt of proposals will result in proposal being deemed non-responsive and being rejected. Bidder affirms that its prequalification request form below represents full accordance with the requirements of this ITB,inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Prequalification Request Form(ITB PRICE FORM-10)shall be completed mechanically or, if manually,in ink.Prequalification Request Form(ITS PRICE FORM-10) completed in pencil shall be deemed non-responsive.All corrections on the Prequalification Request Form (ITS PRICE FORM- 10)shall be initialed. It is the intent of the City to pre-qualify Bidders who wish to participate in a pre-qualification pool to furnish and install fire alarm systems on as-needed basis for future pricing competition. All vendors which meet or exceed the criteria established in this solicitation shall be placed on a pre-qualification list that may be accessed by various City departments in order to obtain price quotations for said equipment. YES NO • We wish to be prequalified to participate in future pricing competition. 11111111111 Bidder's Affirmation: Company: Fire Alarm Systems Address Line 1: and Security Inc. Address Line 2: 3901 S.W. 47th Ave. Ste. 408 Telephone: Davie, FL 33314 ` 951-327-8570 /� Email: /�/is( GX,A c /� S t 4Z Cc:/1 Signature: 77 Title/Printed Name: /p� eRi e . Date: II//y // BID NO: 2013-240-ZD CITYOF MIAMI BEACH 61 A-2 BIDDER CERTIFICATION The undersigned, as Bidder, hereby declares that the only persons interested in this bid as principal are named herein and that no person other than herein mentioned has any interest in this bid or in the Contract to be entered into; that this bid is made without connection with any other person, firm, or parties making a bid; and that it is, in all respects, made fairly and in good faith without collusion or fraud. The Bidder further declares that it has examined the site of the Work and informed itself fully of all conditions pertaining to the place where the Work is to be done; that it has examined the Contract Documents and all addenda thereto furnished before the opening of the bids, as acknowledged below; and that it has satisfied itself about the Work to be performed; and all other required information with the bid; and that this bid is submitted voluntarily and willingly. The Bidder agrees, if this bid is accepted, to contract with the City, a political subdivision of the State of Florida, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to construct and complete within the time limits specified the Work covered by the Contract Documents for the Project entitled: INVITATION TO BID(ITB) No. 2018-240-ZD FURNISH AND INSTALL FIRE ALARM SYSTEMS-CITYWIDE (INDIVIDUAL PROJECTS) The Bidder also agrees to furnish the required Performance Bond and Payment Bond or alternative form of security, if permitted by the City, each for not less than the total bid price plus alternates, if any, provided in the ITB Price Form in Section 00408 and to furnish the required Certificate(s)of Insurance. In the event of arithmetical errors between the division totals and the total base bid in the ITB Price Form, the Bidder agrees that the total base bid shall govern. In the event of a discrepancy between the numerical total base bid and the written total base bid, the written total base bid shall govern. In absence of totals submitted for any division cost, the City shall interpret as no bid for the division, which may disqualify bidder. Acknowledgment is hereby made of the following addenda (identified by number) received since issuance of this Solicitation: Amendment Date Issued Amendment Date Issued Number Number Amendment 1 /0717//a7/ Amendment 6 /q//g Amendment 2 / //'//3 Amendment 7 Amendment 3 61,67 r-yr/ Amendment 8 Amendment 4 /9 ( 3G / 7,s7 Amendment 9 Amendment 5 ti I( /(8 Amendment 10 The Bidder shall acknowledge this bid by signing and completing the spaces provided below: Name of Bidder: File Alarm Systema Address Line 1: and Security Inc. Address Telephone Number:Line 3901 S.W. 47th Ave. Ste. 408 E-mail Address: Davie, FL333t4 e,,{jam/L/ G,425ie e.eoi Federal Tax ID No. 9D4-127-8b/0 , /p? Dun & Bradstreet No. 7 FYY cr3 L/ 4 Signature is Required: Name of Authorized Representative: 4e/6_ p9, //4/J//y 6t4,< Signature of Authorized Representative: (� BID NO: 2018-240-ZD CITYOF MIAMI BEACH 62 A-3 SUPPLEMENT TO BID/TENDER FORM: CONTRACTOR QUALIFICATION STATEMENT THIS COMPLETED FORM SHOULD BE SUBMITTED WITH THE BID; HOWEVER, ANY ADDITIONAL INFORMATION NOT INCLUDED IN THE SUBMITTED FORM AS DETERMINED IN THE SOLE DISCRETION OF THE CITY, SHALL BE SUBMITTED WITHIN TWO (2) BUSINESS DAYS OF THE CITYS REQUEST. The undersigned authorized representative of the Bidder certifies the truth and accuracy of all statements and the answers contained herein. 1. Please list all Licenses, Certifications, and/or Registrations your organization may possess. Please also indicate the number of years your organization has been in possession of these licenses, certifications, and/or registrations. License/Certification#/Re istration# #Years r C•r.7v da en, . 3 r /rt<Ai- 2. Attach a list of the Key Personnel, the intended role for this Project, and resumes for each individual. 3. What business are you in? .4'4,eG%x/�At... /,C'%A-,_ c.-- ,(�,Qfj1.,._T/,./y ce, 4. Please indicate the last project of similar scope and volume that your organization has completed and its completion date. 5. Have ever failed to complete any work awarded to you? If so, where and why? 6. List owner names, addresses and telephone numbers, and surety and project names, for all projects for which you have performed work, where your surety has intervened to assist in completion of ie project, whether or not a claim was made. 7. References & Past Performance. Bidder shall submit at least three (3) references for whom the proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: Proposer shall submit a minimum of three (3) references, including the following information: 1) Firm Name, 2) Contact Individual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided. BID NO: 2018-240-ZD CITYOF MIAMI BEACH BEACH ACH A-3 8. Attach a list including the following information concerning all contracts in progress as of the date of submission of this bid. (In case of co-venture, list the information for all co-venturers): a. Name of Project b. Owner and Point of Contact(Minimum of Phone Number& E-mail Address) c. Original Contract Value d. Current Contract Value e. Projected Date of Completion per Contract f. Percent(%) Completion to Date of Bid Submittal 9. Has a representative of the Bidder completely inspected the proposed project and does the Bidder have a complete plan for its performance? Yes ❑No 10. State the true, exact, correct and complete name of the partnership, corporation or trade name under which you do business and the address of the place of business. (If a corporation, state the name of the president and secretary. If a partnership, state the names of all partners. If a trade name, state the names of the individuals who do business under the trade name). Additional Sheets may be attached as necessary. A. The correct name of the Bidder is: 444.647 sys7/ f dA10 B. The business is a: ❑ Sole Proprietorship ❑ Partnership ,Corporation C. The address of principal place of business is: 347'01 Sea 41 060/,. D. The names of the corporate officers, or partners, or individuals doing business under a trade name, are as follows: Name Title R14- 4. /k/j' Robv.44 s m?t,66,e- z,.‘" �i N1i2l M togs/64c BID NO:2018-240-ZD CITYOF MIAMI BEACH 64 A-3 E. List all organizations which were predecessors to Bidder or in which the principals or officers of the Bidder were principals or officers. N F. List and describe all bankruptcy petitions (voluntary or involuntary)which have been filed by or against the Bidder, its parent or subsidiaries or predecessor organizations during the past five (5) years. Include in the description the disposition of each such petition. N/ G. List and describe all successful Performance or Payment Bond claims made to your surety(ies) during the last five (5) years. The list and descriptions should include claims against the bond of the Bidder and its predecessor organization(s). / n H. List all claims, arbitrations, administrative hearings and lawsuits brought by or against the Bidder or its predecessor organization(s) during the last five (5) years. ,The list shall include all case names; case, arbitration or hearing identification numbers; the name of the project over which the dispute arose; a description of the subject matter of the dispute; and the final outcome of the claim. 15(4 I. List and describe all criminal proceedings or hearings concerning business related offenses in which the Bidder, its principals or officers or predecessor organization(s) were defendants. A 1/4 BID NO:2018-240-ZD CITYOF MIAMI BEACH `-' 65 A-3 J. Has the Bidder, its principals, officers or predecessor organization(s) been debarred or suspended from bidding by any government during the last five (5) years? If yes, please provide details. 3/./E7 K. Under what conditions does the Bidder request Change Orders? 2r>Rgr) L. Provide the names of all individuals or entities (including your sub-consultants) with a controlling financial interest and the percentage of ownership. The term "controlling financial interest" shall mean the ownership, directly or indirectly, of 10% or more of the outstanding capital stock in any corporation or a direct or indirect interest of 10% or more in a firm. The term "firm" shall mean any corporation, partnership, business trust or any legal entity other than a natural person. / iy Fie/ /z .v o a /t7.4-9,vi,:t ' ' f 1. M. Individuals or Qnfitles (including our sub-consultants) with a controlling financial interest: have have not contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. Please provide the name(s) and date(s) of said contributions and to whom said contribution was made. N. Has the Corporation, Officers of the Corporation, Principal Stockholders, Principals of the Partnership or Owner of Sole Proprietorship ever been indicted, debarred, disqualified or suspended from performing work for the Federal Government or any State or Local Government or subdivision or agency thereof? ❑Yes J No O. Are any indictments, debarments, disqualifications, or suspensions referenced on the previous page current? El Yes ❑No If the answer to either number N or O is yes, attach a written detailed explanation. BID NO: 2018-240-ZD CITYOF MIAMI BEACH 66 A-3 P. Is the business entity owned by a certified service-disabled veteran, and or a small business owned and controlled by veterans, as defined on Section 502 of the Veteran Benefit Health, and Information Technology Act of 2006, and cited in the Database of Veteran-owned Business? ❑Yes iNo Q. Non-Discrimination. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a) of the City Code, including the blacklisting, divesting from, or otherwise refusing to deal with a person or entity when such action is based on race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital or familial status, age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2- 375 of the City of Miami Beach City Code. R. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. S. Fair Chance Requirement. Pursuant to Section 2-376 of the City Code, the City shall not enter into any contract resulting from a competitive solicitation, unless the proposer certifies in writing that the business has adopted and employs written policies, practices, and standards that are consistent with the City's Fair Chance Ordinance, set forth in Article V of Chapter 62 of the City Code ("Fair Chance Ordinance"), and which, among other things, (i) prohibits City contractors, as an employer, from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position, and (iii) prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement, in addition to any damages that may be available at law and in equity. BID NO: 2018-240-ZD CITYOF MIAMI BEACH b' AC' 67 T. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Division with its proposal/response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to c ." all applicable governmental rules and regulations including, among others, the A-3 interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade C SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt, as required in the ordinance, the City of Miami Beach Code of Ethics, available at ww'v.miamibeachfl.aov/procurement/. U. Conflict Of Interest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child)who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. CONTRACTOR QUALIFICATION STATEMENT VALIDATION: The undersigned certifies that the information provided in this questionnaire is correct and accurate. Signature is Required: Name of Authorized Representative: Signature of Authorized Representative: f:97..itt BID NO: 2018-240-ZD CITYOF MIAMI BEACH -� 68 A-4 SUPPLEMENT TO BID/TENDER FORM: NON-COLLUSION CERTIFICATE THIS FORM MUST BE SUBMITTED PRIOR TO AWARD FOR BIDDER TO BE DEEMED RESPONSIBLE. Submitted this /#2, day of J99(//'11,,.4`. , 20LI The undersigned, as Bidder, declares that the only persons interested in this Bid are named herein; that no other person has any interest in this Bid or in the Contract to which this Bid pertains; that this Bid is made without connection or arrangement with any other person; and that this Bid is in every respect fair and made in good faith, without collusion or fraud. The Bidder agrees if this Bid is accepted, to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the Bidder and the City of Miami Beach, Florida, for the performance of all requirements to which the Bid pertains. The Bidder states that this Bid is based upon the documents identified by the following number: Bid No. 2018-125-ZD. L f SIGNATURE iL- A/1, a J.ve .I2 PRINTED NAME TITLE (IF CORPORATION) BID NO: 2018-240-ZD CITYOF MIAMI BEACH • =� y 69 A-5 SUPPLEMENT TO BID/TENDER FORM: DRUG FREE WORKPLACE CERTIFICATION The undersigned Bidder hereby certified that it will provide a drug-free workplace program by: (1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition; (2) Establishing a continuing drug-free awareness program to inform its employees about: (i) The dangers of drug abuse in the workplace; (ii) The Bidder's policy of maintaining a drug-free workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (3) Giving all employees engaged in performance of the Contract a copy of the statement required by subparagraph (1); (4) Notifying all employees, in writing, of the statement required by subparagraph (1), that as a condition of employment on a covered Contract, the employee shall: (i) Abide by the terms of the statement; and (ii) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than five(5) calendar days after such conviction; (5) Notifying the City in writing within ten (10) calendar days after receiving notice under subdivision (4) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; (6) Within thirty (30) calendar days after receiving notice under subparagraph (4) of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: (i) Taking appropriate personnel action against such employee, up to and including termination; or (ii) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and (7) Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs(1) through (6). BID NO:2018-240-ZD CITYOF MIAMI BEACH • - 70 A-5 SUPPLEMENT TO BID/TENDER FORM: DRUG FREE WORKPLACE CERTIFICATION 77e12-Y— (Bidder Signature) + R �I (Print Verkgi�f e Systems STATE OF and Security Inc. C� 3901 S.W. 47th Ave. Ste.408 COUNTY OF/l � Davie, FL 33314 954-327-8670 The foregoing in menn,t�''�as acknowledged before me this �3 day of #1,3/417--.411-- , 20 by ,& c:Ne‘ 9:64 as /� C (name of person whose signature is being notarized) 1"AWD6 (title) of /A' I ; ;,� _f „ 5...4 K,/ 7,-- (name of corporation/company) known to me to be the person described herein, or who produced as identification, and who did/did not take an oath. NOTARY PUBLIC: /�.. •' r Signatu -) (Print Name) .e474% ; mY COMMISSION FF esu `» ' F& etPIREB:J% 11,2020 '•?'s°6, o` Boated ted nvu Noly Public Underwrts.n My commission expires: - _- BID NO:2018-240-ZD CITYOF MIAMI BEACH 71 A-6 SUPPLEMENT TO BID TENDER FORM: EQUAL BENEFITS ORDINANCE SUMMARY The foregoing analysis provides a summary of the major points of the proposed Ordinance: 1) What is the intent of the Ordinance? The proposed Ordinance will require certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive bids, to provide "Equal Benefits" to their employees with Domestic Partners, as they provide to employees with spouses. 2) How are "Equal Benefits" defined and what kind of "Benefits" does the Ordinance cover? "Equal Benefits" means that contractors doing business with the City who are covered by the Ordinance shall be required to provide the same type of benefits that they offer to employees and their spouses, to employees with Domestic Partners. The type of "Benefits" defined by the Ordinance and which may be offered by a contractor include: sick leave, bereavement leave, family medical leave, and health benefits. The "Benefits" defined in the Ordinance are the same type of benefits that the City provides to Domestic Partners of City employees, pursuant to Section 62-XXX of the City Code]. Notwithstanding the definition of "Benefits" in the Ordinance, to comply with the Ordinance a Contractor is not required to provide all the above-described benefits. Contractors are only required to offer the same type of Benefits they offer to their employees with spouses, to employees with Domestic Partners. Additionally, a Contractor who offers no benefits to employees or their spouses, would not be required to offer any benefits to employees with Domestic Partners (and would still be in compliance with the Ordinance).] 3) Who is considered a "Domestic Partner" under the Ordinance? A "Domestic Partner" shall mean any two (2) adults of the same or different sex who have registered as domestic partners with a government body pursuant to state or local law authorizing such registration, or with an internal registry maintained by the employer of at least one of the domestic partners. 4) What type of Contracts and/or which Contractors are covered by the Ordinance? The Ordinance only applies to the following: • Competitively bid City contracts (bids, RFP's, RFQ's, RFLI's, etc.), • Contracts valued at over$100,000, • Contractors who maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks in either the current or the preceding calendar year, • Contractors covered by the Ordinance are only required to comply as to employees who: 1) either work within the City limits of the City of Miami Beach; or 2) the contractor's employees located in the United States, but outside of the City limits, only if those employees are directly performing work on the City contract (covered by the Ordinance). BID NO: 2018-240-ZD CITYOF MIAMI BEACH _ ., 5) In what cases does the Ordinance not apply? The provisions of the Ordinance do not apply where: • The City contract has been has been entered into prior to the effective date of the Ordinance (including renewal terms contained in such contracts); • The City contract is not competitively bid; A .c • The City contract is valued at less than $100,000; f-i �l • The contractor has less than 51 employees; • The contractor does not provide Benefits either to employees' spouses or to employees' Domestic Partners; • The contractor is a religious organization, association, society or any nonprofit charitable or educational institution or organization operated, supervised or controlled by or in conjunction with a religious organization, association or society; • The contractor is another government entity. The following City contracts are not covered by the Ordinance: • Contracts for sale or lease of City property; • Development Agreements; • Contracts/grants for CDBG, HOME, SHIP, and Surtax funds administered by the City's Office of Community Development; • Cultural Arts Council grants; • Contracts for professional NE, landscape NE, or survey and mapping services procured pursuant to Chapter 287.055, Florida Statutes ("The Consultants Competitive Negotiation Act"; • Contracts for the procurement of life, health, accident, hospitalization, legal expense, annuity insurance, or any and all other kinds of insurance for the officers and employees of the City and their dependents, from a group insurance plan. The Ordinance provides, upon written recommendation of the City Manager, that the City Commission may, by 5/7ths vote, waive application of the Ordinance for the following: • Emergency contracts; • Contracts where only one bid response is received; • Contracts where more than one bid response is received, but none of the bidders can comply with the requirements of the Ordinance. The City's ability to apply the Ordinance may also be preempted in instances where the Ordinance impacts health, retirement, or pension program which fall within the jurisdiction of the Employee Retirement Income Security Act (ERISA), and may under certain circumstances be held invalid under Federal preemption. 6) How is the Ordinance enforced by the City? • City contracts that are covered by the Ordinance shall notify potential bidders/proposers of the Ordinance and its requirements in the ITB documents; • At the time of entering into the contract with the City, the proposed City contractor shall certify to the City that it intends to provide Equal Benefits, along with the description of its employee benefits plan, which needs to be delivered to the Procurement Director prior to entering into the contract; BID NO:2018-240-ZD CITYOF MIAMI BEACH 73 • The City has the ongoing right to investigate/audit contracts for compliance with the provisions of the Ordinance; • The contractor is required to post notice to its employees at its place of business that it provides Equal Benefits. 7) Is there another way for a Contractor who does not provide Equal Benefits to comply with the Ordinance? If a contractor covered by the Ordinance has made a reasonable yet unsuccessful e" to provide Equal Benefits, it can still comply with the Ordinance by providinc A-6 employee with the "Cash Equivalent" of the similar benefit(s) offered to the contrac employees and their spouses. 8) What are the penalties for non compliance? Failure of a contractor to comply with the requirements of the Ordinance may result in the following: • Breach/default under the contract; • Termination of the contract; • Monies due under the contract may be retained by the City until compliance is achieved; • Debarment of contractors from City work, as prescribed by the City Code. Balance of Page Intentionally Left Blank BID NO: 2018-240-ZD CITYOF MIAMI BEACH 74 - A-6 MIAMIBEACH DECLARATION: NONDISCRIMINATION IN CONTRACTS AND BENEFITS Section 1.Vendor Information Name of Company: .%4/tad V ' a s •4iy SFG". iTY74"— Name of Company Contact Person:_ Number: Fax 4-0/Phone umber: Fax Numberaw _5‘21.7/ E-mail:.frDV.ey L/Jy�"'i4E Vendor Number(if known): Federal ID or Social Security Number:l '—— sW — T • Approximate Number of Employees in the U.S.: �(� (If 50 or less,skip to Section 4,date and sign) Are any of your employees covered by a collective bargaining agreement or union trust fund?_Yes Xo Union name(s): Section 2.Compliance Questions Question 1.Nondiscrimination-Protected Classes A. Does your company agree to not discriminate against your employees, applicants for employment, employees of the City, or members of the public on the basis of the fact or perception of a person's membership in the categories listed below? Please note: a "YES" answer means your company agrees it will not discriminate; a 'N0' answer means your company refuses to agree that it will not discriminate. Please answer yes or no to each category. ❑ Race yYes_No 0 Sex x.Yes_No ❑Color kYes_No 0 Sexual Orientation )GYes_No ❑Creed Yes_No 0 Gender Identity(transgender status) /qes_No ❑ Religion EYes_No 0 Domestic partner status "Yes_No 0 National origin Yes_No 0 Marital status S(es_No 0 Ancestry Yes_No 0 Disability J'es_No ❑Age •(Yes_No ❑AIDS/HIV status res_No ❑ Height )[Yes_No ❑Weight /(Yes_No B. Does your company agree to insert a similar nondiscrimination provision in any subcontract you enter into for the performance of a substantial portion of the contract you have with the City? Please note:you must answer this question,even if you do not intend to enter into any subcontracts. IC_Yes_No BID NO: 2018-240-ZD CITYOF MIAMI BEACH - 75 A-6 Question 2. Nondiscrimination -Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over $100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive bids, to provide "Equal Benefits" to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES J NO B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners*or to domestic partners of employees? YES NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides Firm Provides Firm does not for Employees for Employees Provide Benefit with Spouses with Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at: wwwi.miamibeachfl.gov/procurement/ BID NO: 201 B-240-ZD CITYOF MIAMI BEACHr-H 76 r_� i A-6 Section 3.Required Documentation YOU MUST SUBMIT SUPPORTING DOCUMENTATION to verify each benefit marked in Question 2C. Without proper documentation, your company cannot be certified as complying with the City's Equal Benefits Requirement for Domestic Partner Ordinance. For example, to document medical insurance submit a statement from your insurance provider or a copy of the eligibility section of your plan document;to document leave programs, submit a copy of your company's employee handbook. If documentation for a particular benefit does not exist, attach an explanation. Have you submitted supporting documentation for each benefit offered? _Yes_No Section 4.Executing the Document I declare under penalty of perjury under the laws of the State of Florida that the foregoing is true and correct, and that I am authorized to bind this entity contractually. Executed this /2, day of/S' "'A/, ui the yea / ,at s6v H 7 4/ -e..e--- Signature Mailing Address fp)z_ „6/9e2g Name of Signatory City, State,Zi5 Code &AFS/461--- Title BID NO: 2018-240-ZD CITYOF MIAMI BEACH C. 77 BEACH A-6 MIAMI BEACH REASONABLE MEASURES APPLICATION Declaration: Nondiscrimination in Contracts and Benefits Submit this form and supporting documentation to the City's Procurement Department ONLY IF you: A. Have taken all reasonable measures to end discrimination in benefits; B. Are unable to do so; and C. Intend to offer a cash equivalent to employees for whom equal benefits are not available_ You must submit the following information with this form: 9 The names, contact persons and telephone numbers of benefits providers contacted for the purpose of acquiring nondiscriminatory benefits; 10 The dates on which such benefits providers were contacted; 11 Copies of any written response(s)you received from such benefits providers, and if written responses are unavailable, summaries of oral responses; and 12 Any other information you feel is relevant to documenting your inability to end discrimination in benefits, including, but not limited to, reference to federal or state laws which preclude the ending of discrimination in benefits. I declare (or certify) under penalty of perjury under the laws of the State of Florida that the foregoing is true and correct, and that I am authorized to bind this entity contractually. Name of Company (please print) Mailing Address of Company Fire Alarm Systems G 7< and Security Inc. Signature 7 City,9 e2Wk?DW 47th Ave. Ste. 408 Davie, FL 33314 954-327-8670 e /z_ Name of Signatory(please print) Telephone Number 41- 7/ f Title Date BID NO: 2018-240-ZD CITYOF MIAMI BEACH _ tC_ A-6 Definition of Terms A. Reasonable Measures The City of Miami Beach will determine whether a City Contractor has taken all reasonable measures provided by the City Contractor that demonstrates that it is not possible for the City Contractor to end discrimination in benefits. A determination that it is not possible for the City Contractor to end discrimination in benefits shall be based upon a consideration of such factors as: 1. The number of benefits providers identified and contacted, in writing, by the City Contractor, and written documentation from these providers that they will not provide equal benefits; 2. The existence of benefits providers willing to offer equal benefits to the City Contractor;and 3. The existence of federal or state laws which preclude the City Contractor from ending discrimination in benefits. B. Cash Equivalent "Cash Equivalent" means the amount of money paid to an employee with a Domestic Partner(or spouse, if applicable) in lieu of providing Benefits to the employees' Domestic partner (or spouse, if applicable). The Cash Equivalent is equal to the employer's direct expense of providing Benefits to an employee for his or her spouse. Cash Equivalent. The cash equivalent of the following benefits apply: A. For bereavement leave, cash payment for the number of days that would be allowed as paid time off for death of a spouse. Cash payment would be in the form of wages of the domestic partner employee for the number of days allowed. B. For health benefits, the cost to the Contractor of the Contractor's share of the single monthly premiums that are being paid for the domestic partner employee, to be paid on a regular basis while the domestic partner employee maintains the such insurance in force for himself or herself. C. For family medical leave, cash payments for the number of days that would be allowed as time off for an employee to care for a spouse that has a serious health condition. Cash payment would be in the form of wages of the domestic partner employee for the number of days allowed. BID NO: 2018-240-ZD CITYOF MIAMI BEACH -- 79 A-6 IAMI BEACH SUBSTANTIAL COMPLIANCE AUTHORIZATION FORM Declaration: Nondiscrimination in Contracts and Benefits This form, and supporting documentation, must be submitted to the Procurement Department by entities seeking to contract with the City of Miami Beach that wish to delay ending their discrimination in benefits pursuant to the Rules of Procedure, as set out below. Fill out all sections that apply. Attach additional sheets as necessary. A. Open Enrollment Ending discrimination in benefits may be delayed until the first effective date after the first open enrollment process following the date the contract with the City begins, provided that the City Contractor submits to the Procurement Department evidence that reasonable efforts are being undertaken to end discrimination in benefits. This delay may not exceed two years from the date the contract with the City is entered into, and only applies to benefits for which an open enrollment process is applicable. Date next benefits plan year begins: Date nondiscriminatory benefits will be available: Reason for Delay: Description of efforts being undertaken to end discrimination in benefits: BID NO:2018-240-ZD CITYOF MIAMI BEACH 80 A-6 B. Administrative Actions and Request for Extension Ending discrimination in benefits may be delayed to allow administrative steps to be taken to incorporate nondiscriminatory benefits into the City Contractor's infrastructure. The time allotted for these administrative steps shall apply only to those benefits for which administrative steps are necessary and may not exceed three months. An extension of this time may be granted at the discretion of the Procurement Director, upon the written request of the City Contractor. Administrative steps may include, but are not limited to, such actions as computer systems modifications, personnel policy revisions, and the development and distribution of employee communications. Description of administrative steps and dates to be achieved: If requesting extension beyond three months, please explain basis: C. Collective Bargaining Agreements(CBA) Ending discrimination in benefits may be delayed until the expiration of a City Contractor's Current collective bargaining agreement(s)where all of the following conditions have been met: 1. The provision of benefits is governed by one or more collective bargaining agreement(s); 2. The City Contractor takes all reasonable measures to end discrimination in benefits either by requesting that the Unions involved agree to reopen the agreements in order for the City Contractor to take whatever steps necessary to end discrimination in benefits or by ending discrimination in benefits without reopening the collective bargaining agreements; and 3. In the event that the City Contractor cannot end discrimination in benefits despite taking all reasonable measures to do so, the City Contractor provides a cash equivalent to eligible employees for whom benefits are not available. Unless otherwise authorized in writing by the Procurement Director, this cash equivalent payment must begin at the time the Unions refuse to allow the collective bargaining agreements to be reopened, or in any case no longer than three (3)months from the date the contract with the City is entered into. For a delay to be granted under this provision, written proof must be submitted with this form that: • The benefits for which the delay is requested are governed by a collective bargaining agreement; • All reasonable measures have been taken to end discrimination in benefits (see Section C.2, above); and • A cash equivalent payment will be provided to eligible employees for whom benefits are not available. BID NO:2018-240-ZD CITYOF MIAMI BEACH �- 81 A-6 I declare (or certify) under penalty of perjury under the laws of the State of Florida that the foregoing is true and correct, and that I am authorized to bind this entity contractually. imeif Name of Company (please print) Mailing Address of Company tire Alarm Systems and Security Inc, Signature City, I gi,W. 47th Ave. Ste. 408 Davie, FL 33314 .,P/4.— f_ �/�,��, �, 954-327-8670 Name of Signatory (please printl Telephone Number / /Z Title Date BID NO: 2018-240-2D CITYOF MIAMI BEACH 82 A-7 SUPPLEMENT TO BID/TENDER FORM: TRENCH SAFETY ACT IF APPLICABLE, THIS FORM MUST BE SUBMITTED WITH BID FOR BID TO BE DEEMED RESPONSIVE. (SEE SECTION 00407) On October 1, 1990 House Bill 3181, known as the Trench Safety Act became law. This incorporates the Occupational Safety & Health Administration (OSHA) revised excavation safety standards, citation 29 CFR.S.1926.650, as Florida's own standards. The Bidder, by virtue of the signature below, affirms that the Bidder is aware of this Act, and will comply with all applicable trench safety standards. Such assurance shall be legally binding on all persons employed by the Bidder and subcontractors. The Bidder is also obligated to identify the anticipated method and cost of compliance with the applicable trench safety standards. BIDDER ACKNOWLEDGES THAT INCLUDED IN THE VARIOUS ITEMS OF THE BID AND IN THE TOTAL BID PRICE ARE COSTS FOR COMPLYING WITH THE FLORIDA TRENCH SAFETY ACT. THESE ITEMS ARE A BREAKOUT OF THE RESPECTIVE ITEMS INVOLVING TRENCHING AND WILL NOT BE PAID SEPARATELY. THEY ARE NOT TO BE CONFUSED WITH BID ITEMS IN THE SCHEDULE OF PRICES, NOR BE CONSIDERED ADDITIONAL WORK. The Bidder further identified the costs and methods summarized below: Quantity Unit Description Unit Price Price Extended Method Total $ Fire Alarm Systems and Security Inc. 3901 S.W. 47th Ave. Ste. 403 Davie, FL 33314 n;1 327 Q;711 Name of Bidder rte- Authorized Signature of Bidder BID NO: 2018-240-ZD CITYOF MIAMI BEACH AC:H. 83 A-7 CONSIDERATION FOR INDEMNIFICATION OF CITY Consideration for Indemnification of City $25.00 ❑ Cost for compliance to all Federal and State requirements of the Trench Safety Act* [NOTE: If the box above is checked, the Bidder must fill out the foregoing Trench Safety Act Form (Attachment A-7) in order to be considered responsive.] BID NO:2018-240-ZD CITYOF MIAMI BEACH 84 A-8 RECYCLED CONTENT INFORMATION In support of the Florida Waste Management Law, Bidders are encouraged to supply with their bid, any information available regarding recycled material content in the products bid. The City is particularly interested in the type of recycled material used (such as paper, plastic, glass, metal, etc.); and the percentage of recycled material contained in the product. The City also requests information regarding any known or potential material content in the product that may be extracted and recycled after the product has served its intended purpose. Percentage of Recycled Material Used C( V BID NO:2018-240-ZD CITYOF MIAMI BEACH CH 85 3`, •� •ALTE URETYGROUP www.aItersurstr.com November 13, 2018 City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, FL 33139 RE: FIRE ALARM SYSTEMS AND SECURITY INC. Project: Furnish and Install Fire Alarm Systems—Citywide(Individual Projects),ITB No. 2018-240-ZD To Whom It May Concern: This is to advise you that our office provides Bid, Performance and Payment Bonds to Fire Alarm Systems and Security Inc. Their surety is Developers Surety and Indemnity Company,which carries an A.M. Best Rating of A-(XV)and listed in the Department of the Treasury's Federal Register. Based upon normal and standard underwriting criteria at the time of the request, we anticipate providing Performance and Payment Bonds for single size jobs in the$400,000 range and$750,000 in the aggregate. These amounts should not be construed as a limit but rather a guide to handle their day-to-day needs. We obviously reserve the right to review all contractual documents, bond forms,and obtain satisfactory evidence of funding prior to final commitment in issuing any bonds. Fire Alarm Systems and Security Inc. is a fine contractor and we hold them in high regard. We feel confident in our contractor and encourage you to offer them an opportunity to execute the above referenced project(s). This letter is not an assumption of liability. It is issued only as a bonding reference requested by our respected client. If you should have any questions,please do not hesitate to give me a call. Sincerely MA/ Warren M. Alter, Attorney-in-Fact 5979 W.W. 151st Street ° Suite 202 • Miami Lakes, Florida 33014 Phone: 305-517-3803 o Fax: 305-328-4838 References Porto Vita North Tower Condo Harry Thal- Board President 20155 NE 38th Court Aventura, FL 33180 305-932-4239 ha rryPportovitanorthtower.com Maintenance of their security system Corporate Park Of Doral (6 bldgs.) Tom Sawyer- Property manager 7715-7719 NW 48th Street Doral, FL 33166 786-514-8644 tsawyer@zinndevco.com Maintenance and monitoring to several of their buildings Mondrian Hotel Omar Rodas—Building Engineer 1100 West Ave Miami Beach, Fl 33139 305-342-0387 orodas@meninhospitality.com Fire alarm monitoring and maintenance CI ir op /f41/11 4 '1 j -pS,� . #4, RICK SCOTT,GOVERNOR JONATHAN ZACHEM, SECRETARY _�� °� -Florida (clic---),,okLir :;i: ig4thiAs `0'� -'%or ;tip �.awe ,_ ' STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ELECTRICAL CONTRACTORS LICENSING BOARD THE ALARM SYSTEM CONTRACTOR I HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES I NEILINGER, ERIC A # I. FIRE ALARM SYSTEMS AND SECURITY INC i 3901 S.W. 47TH AVENUE #408 DAVIE FL 33314 , t 1 LICENSE NUMBER: EF0000008 EXPIRATION DATE: AUGUST 31, 2020 Always verify licenses online at MyFloridaLicense.com i 3 r,-�.�.2.D�.-•-1 Do not alter this document in any form. iti:=1.T 41,,,F This is your license. It is unlawful for anyone other than the licensee to use this document. BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT 115 S. Andrews Ave., Rm. A-100, Ft. Lauderdale, FL 33301-1895—954-831-4000 VALID OCTOBER 1,2018 THROUGH SEPTEMBER 30,2019 DBA: Receipt#:181-3371 ELECTRICAL/ALARMS/CONTRACTOR Business Name; FIRE ALARM SYSTEMS & SECURITY INC Business Type:(FIRE ALARM CONTRACTOR) Owner Name:ERIC A NEILINGER Business Opened:12/01/1990 Business Location: 3901 SW 47 AVE 408 State/CountylCert/Reg:EF0000008 DAVIE Exemption Code: Business Phone: 954-424-9969 Rooms Seats Employees Machines Professionals 5 For Vending Business Only Number of Machines: Vending Type: Tax Amount Transfer Fee NSF Fee Penalty Prior Years Collection Cost Total Paid 27.00 0.00 0.00 0.00 0.00 0.00 27.00 THIS RECEIPT MUST BE POSTED CONSPICUOUSLY IN YOUR PLACE OF BUSINESS THIS BECOMES A TAX RECEIPT This tax is levied for the privilege of doing business within Broward County and is non-regulatory in nature. You must meet all County and/or Municipality planning WHEN VALIDATED and zoning requirements. This Business Tax Receipt must be transferred when the business is sold, business name has changed or you have moved the business location.This receipt does not indicate that the business is legal or that it is in compliance with State or local laws and regulations. Mailing Address: ERIC A NEILINGER Receipt #158-17-00000802 3901 SW 47 AVE #408 Paid 07/27/2018 27.00 DAVIE, FL 33314 2018 - 2019 ACC CERTIFICATE OF LIABILITY INSURANCE OATE(MMIDDIYYYY) 4.---- 08/31/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER CONTACT Custom Unit 1 NAME: Setnor Byer Insurance & Risk PHONE (954)382-4350 FAX IA/C.No.Ext): (A/C,Ne): 900 S. Pine Island Road #300 E-MAIL certificates8setnorbyer.com ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC N Plantation FL 33324 INSURERA:Crum 6 Forster Specialty Ins Co 44520 INSURED INSUREts:Mercury Indemnity Company of America 11201 Fire Alarm Systems & Security, Inc. & INSURERC:TeChnolOgy Ins. Co. 42376 Fire Alarm Systems LLC INSURER D: 3901 SW 47th Avenue, Suite 408 INSURER E: Davie FL 33314 INSURER F: COVERAGES CERTIFICATE NUMBER:2018_0831 Master REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. (NSR ADDL SUER POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INsn WVn POLICY NUMBERLIMITS (MM/DO/YYYY) (MMf00/YYY1') X COMMERCIAL GENERAL LIABILITY 1,000,000 EACH OCCURRENCE S A CLAIMS-MADE X OCCUR DAMAGE TO RENTED 50,000 PREMISES(Ea occurrence) $ X Policy Aggregate - $SM GIA-551732 08/31/2018 08/31/2019 MED EXP(Any one person) $ 5,000 X Per Project Agg - $2M PERSONAL 8ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 �POLICY n'28-r ( I I LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: Professional Liability S 1,000,000 -- AUTOMOBILE UABIUTY COMBINED SINGLE LIMIT S 1,000,000 (Ea accident) B X ANY AUTO BODILY INJURY(Per person) S ALL OWNED —SCHEDULED SCHEDULED _, AUTOS __ AUTOS 8A090000004345 02/13/2018 02/13/2019 BODILY INJURY(Per accident) S NON-OWNED PROPERTY DAMAGE X AUTOS (Per accident) S X HIRED AUTOS , $ UMBRELLA LIAR X OCCUR EACH OCCURRENCE - $ 3,000 OC 00 A x EXCESS UAB CLAIMS-MADE AGGREGATE $ 3,000,000 DED RETENTIONS SE0-103083 08/31/2018 08/31/2019 S WORKERS COMPENSATION PER DTH- AND EMPLOYERS'LIABILITY Y!N N x STATUTE _ I ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? NIA C (Mandatory in NH) TWC3696184 03/07/2018 03/07/2019 E.L.DISEASE•EA EMPLOYEE $ 1,000,000_ If yes,describe under DESCRIPTION OF OPERATIONS below EL DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space is required) When required by written contract the General Liability includes a blanket Additional Insured including completed operations on a Primary/Non-Contributory basis & Waiver of Subrogation as per forms CG2033 0413, CG2037 0413, CFSICGL 1002 1015 6 CG2404 0509. When required by written contract the Business Auto included a blanket Additional Insured on a Primary/Non-Contributory basis 6 Waiver of Subrogation as per form MCA85100616. When required by written contract the Workers Compensation includes a blanket Waiver of Subrogation as per form WC000313 0484. Excess Liability is follow form to scheduled General & Employers Liability. Per Florida Statute 45 day Notice of Cancellation except in the event of nonpayment CERTIFICATE HOLDER CANCELLATION (786)394-4010 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN City of Miami Beach ACCORDANCE WITH THE POLICY PROVISIONS. 1700 Convention Center Dr Miami Beach, FL 33139 AUTHORIZED REPRESENTATIVE Cheryl Wranik/DAWNC �//Of ' ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD INS025(201401) COMMENTS/REMARKS of premium, then 10 day notice. All of the above are subject to policy terms, limitations, exclusions and conditions. 4 OFREMARK COPYRIGHT 2000, AMS SERVICES INC. • • Fire Alarm Systems & Security. Inc KM's : : :- 3901 SW 47th Ave Suite 408 Davie,FL 33314 fi›- $ems„'• '' � K � . ;y 4frt.al i v l*"-J. ' Work in Progress ,Project I GC Contact Original I Approved Current % Eatkmamd ! ;Description I and/or • Contract I Change Contract Value to Complete Completion 1 Project Name&Address-General Contractor 11 Owner Amount I Orders Date To Dam Data 1. ;Paseo De La Riviera 1350 S Dixie Hwy Coral Gables-Hypower Electric j Flro Alarm Dan Sunday 954-978-9300- $ 480,000.00 $ - $480,000.00 15% 12/5/2019 I F _ 2. One Paraiso Bayviews 501 NE 3rd Street Miami-Dynalectric Fire Alarm 'Stephanie Moore 954-624-0000 $ 182,087.50 I $ 128,004.04 l $310,091.54 98% 8/1/2018 3. !One Paraiso 3131 NE 7th Avenue Miami-Dynelectric Fire Alarm !Stephanie Moore 954-624-0000 8 274,792.63 8 188,998.48 $443,789.09 98% i 8/1/2018 4. Office Bldg 321 N University Drive Plantation-Encore Capital Management Fire Alar iAndrew Simon 305-310.4176 L S 155,000.001 $ 18,200.00 $ 171,200.00 90% 12/1/2018 5. I Partdng Garage 321 N University Drive Plantation-Encore Capital Management_ Fire Nm aAndrew Simon 305-310.4178 1 $ 87,000.00 $ - $ 87,000.00 80% 1/15/2019 6. !Security-Office Bldg 321 N University Drive-Encore Capital Management Security ;Andrew Simon 305-310-4176 $ 97,510.001 $ - $ 97,510.00 75% 12/1/2018 7. Carriage Club South Condominium 5001 Colin Ave Miami Beach-Manager Fire Nem Joann Florian 305-864-7370 1 $ 174,050.00 I $ 20,000.00 $ 194,050.00 78% I 1/1/2019 8. !Carriage Club North Condominium 5005 Collins Ave Miami Beach-Manager Fire Nam i Chad Ridinger 305-866-6156 $ 705,000.001 $ - $ 705,000.00 30% 12/1/2019 9.ISSouthpointe Tower One 400 Southpointe Drive Miami Beach-Manager Fire Nam Mark 305-538-7521 $ 275,000.00 $ 138,359.00 S 413,359.00 90% 12/15/2018 - 10. IYacht Harbor Condominium 2901 South Bay Shore Drive Coconut Grove-Mgr Fire Nam I Scott Parker 305-442-2900 S 103,250.001 $ - $ 103,250.00 98% 12/31/2018 11.-!Villa Regina 1581 BrickelManager Firs Aiwa Jon Fernandez 305-854-1581 Avenue Miami- $ 137,500.00 $ 28,000.00 $ 183,500.00 70% 2/1/2019 12. ,Sabal Palm Condo 5000 East Sabal Palm Blvd Tamarac-Ambassador Mgmt_ Fire Nm aiDarlene Ortiz 954-741-8811 x 210 $ 95,000.00; $ - I $ 95,000.00 20% 8/31/2019 13. $ I $ - 0% 14. 1 S S - 0% Totals $ 480,000.00 $ 497,559.50 $ 3,263,749.63 Contractor Signature. Eric A.Neilinger Qualifer EF-0000008 11/13/2018 Date ATTACHMENT D INSURANCE REQUIREMENTS Policy- Financial holder's Size Amount of Bond Ratings Category 500,001 to 1,000,000 B+ Class I 1,000,001 to 2,000,000 B+ Class II 2,000,001 to 5,000,000 A Class III 5,000,001 to 10,000,000 A Class IV 10,000,001 to 25,000,000 A Class V 25,000,001 to 50,000,000 A Class VI 50,000,001 or more A Class VII 6.2. For projects of$500,000.00 or less, City may accept a Bid Bond, Performance Bond and Payment Bond from a surety company which has twice the minimum surplus and capital required by the Florida Insurance Code at the time the invitation to bid is issued, if the surety company is otherwise in compliance with the provisions of the Florida Insurance Code, and if the surety company holds a currently valid certificate of authority issued by the United States Department of the Treasury under Section 9304 to 9308 of Title 31 of the United States Code, as may be amended from time to time. The Certificate and Affidavit so certifying should be submitted with the Bid Bond and also with the Performance Bond and Payment Bond. 6.3. More stringent requirements of any grantor agency are set forth within the Supplemental Conditions. If there are no more stringent requirements, the provisions of this section shall apply. 7. Indemnification 7.1 Contractor shall indemnify, defend, and hold harmless City, its officers, agents, directors, and employees, from liabilities, damages, losses, and costs, including, but not limited to reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Agreement. Except as specifically provided herein, this Agreement does not require Contractor to indemnify City, its employees, officers, directors, or agents from any liability, damage, loss, claim, action, or proceeding. This indemnification provision shall survive the term of this Agreement. In the event that any action or proceeding is brought against City by reason of any such claim or demand, Contractor shall, upon written notice from City, resist and defend such action or proceeding by counsel satisfactory to City. 7.2 The indemnification provided above shall obligate Contractor to defend at its own expense to and through appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at City's option, any and all claims of liability and all suits and actions of every name and description covered by Section 7.1 above which may be brought against City whether performed by Contractor , or persons employed or utilized by Contractor. 8. Insurance Requirements: 8.1 The Bidder shall furnish to the Procurement Department, City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami, Florida 33139, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: BID NO:2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 21 A. Worker's Compensation Insurance as required by Florida, with Statutory limits and Employer's Liability Insurance with limit of no less than $1,000,000 per accident for bodily injury or disease. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, contractual liability, property damage, bodily injury and personal & advertising injury with limits no less than $2,000,000 per occurrence. C. Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $2,000,000 combined single limit per occurrence, for bodily injury and property damage. D. Builders Risk Insurance utilizing an "All Risk" coverage form, with limits equal to the completed value of the project and no coinsurance penalty. (City of Miami Beach shall be named as a Loss Payee on this policy, as its interest may appear. This policy shall remain in force until acceptance of the project by the City.) E. Umbrella Liability with limits no less than $10,000,000. The umbrella coverage must be as broad as the primary General Liability coverage. F. Contractors' Pollution Legal Liability (if project involves environmental hazards), with limits no less than $1,000,000 per occurrence or claim, and $2,000,000 policy aggregate. 8.2 Additional Insured Status The City of Miami Beach must be covered as an additional insured with respect to liability arising out of work or operations performed by or on behalf of the Consultant. 8.3 Waiver of Subrogation Contractor hereby grants to City of Miami Beach a waiver of any right to subrogation which any insurer of the Contractor may acquire against the City of Miami Beach by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the City of Miami Beach has received a waiver of subrogation endorsement from the insurer. Other Insurance Provisions 1. For any claims related to this project, the Contractor's coverage shall be primary insurance as respects the City of Miami Beach, its officials, officers, employees, and volunteers. Any insurance or self-insurance maintained by the City of Miami Beach shall be excess of the Contractor's insurance and shall not contribute with it. 2. Each policy required by this clause shall provide that coverage shall not be canceled, except with notice to the City of Miami Beach. 3. If any excavation work is included in the Contract, it is understood and agreed that Contractor's Liability policy shall not contain exclusion for XCU (Explosion, Collapse and Underground) coverage. If any coverage required is written on a claims-made form: BID NO: 2018-240-ZD CITYOF MIAMI BEACH MIAMI BEACH 22 4. The retroactive date must be shown, and must be before the date of the contract or the beginning of contract work. 5. Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the contract of work. 6. If coverage is canceled or non-renewed, and not replaced with another claims- made policy form with a retroactive date prior to the contract effective date, the Contractor must purchase extended period coverage for a minimum of five (5) years after completion of the contract work. 7. A copy of the claims reporting requirements must be submitted to the City of Miami Beach Risk Management (or its designee) for review. 8. If the services involved lead-based paint or asbestos identification/ remediation, the Contractors Pollution Liability shall not contain lead-based paint or asbestos exclusions. If the services involve mold identification/remediation, the Contractors Pollution Liability shall not contain a mold exclusion and the definition of"Pollution" shall include microbial matter including mold. 8.4 Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII, unless otherwise acceptable to the City of Miami Beach Risk Management Office. 8.5 Verification of Coverage Contractor shall provide the required insurance certificates, endorsements or applicable policy language effecting coverage required by this Section. All certificates of insurance and endorsements are to be received prior to any work commencing. However, failure to obtain the required coverage prior to the work beginning shall not waive the Contractor's obligation to provide them. The City of Miami Beach reserves the right to require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at any time. 8.6 Special Risks or Circumstances The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Certificate Holder: CITY OF MIAMI BEACH c/o PROCUREMENT DEPARTMENT 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FL 33139 Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. 9. Labor and Materials: 9.1. Unless otherwise provided herein, Contractor shall provide and pay for all materials, labor, water, tools, equipment, light, power, transportation and other facilities and services necessary for the proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. BID NO: 2018-240-ZD CITYOF MIAMI BEACH " BEACH 23