R03-074 RESOLUTION NO. R 03-
A RESOLUTION OF THE CITY COMMISSION OF THE
CITY OF BOYNTON BEACH, FLORIDA, APPROVING
THE AWARD OF AN RFP FOR THE "DESIGN AND
CONSTRUCTION ADMINISTRATION SERVICES FOR
FIRE ALARM SYSTEM UPGRADES AND
REPLACEMENTS FOR THE CITY OF BOYNTON
BEACH", RFP #019-2413-03/KR, TO SYSTECH
GROUP, INC., IN THE AMOUNT OF $72,000.00;
AUTHORIZING EXECUTION OF THE CONTRACT,
AND PROVIDING AN EFFECTIVE DATE.
WHEREAS, on January 28, 2003, Procurement Services received and opened
six (6) proposals for the Design and construction Administration Services for Fire alarm
System Upgrades and Replacements for the City of Boynton Beach, and after review and
evaluation, it was determined by staff that Systech Group, Inc., was overall the lowest,
most responsive, responsible proposer who meets all specifications; and
WHEREAS, the City Commission, upon recommendation of staff, deems it to be
in the best interests of the citizens and residents of the City of Boynton Beach, to award
this RFP (#019-2413-03/KR) and enter into an agreement between the City of Boynton
Beach and Systech Group, Inc., in the amount of $72,000.00.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION
OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT:
Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as
being true and correct and are hereby made a specific part of this Resolution upon adoption
hereof.
Section 2. The City Commission of the City of Boynton Beach, Florida, upon
recommendation of staff, hereby approves the award of an RFP for "Design and
.~:\CA\RESO~Agreements\Bid Awards\RFP Award - Systech Group.doc
Construction Administration Services for Fire Alarm System Upgrades and Replacement
ifor the City of Boynton Beach", RFP #019-2413-03/KR, to Systech Group, Inc., in the
amount of $72,000.00; authorizing the City Manager to execute a contract, a copy of
which is attached hereto.
Section 2. That this Resolution shall become effective immediately.
PASSED AND ADOPTED THIS (~ day of May, 2003.
;T:
$:\CA\RESOXAgreements\Bid Awards\RFP Award - Systech Group.doc
CONSULTANT AGREEMENT ~ ........
DESIGN AND CONSTRUCTION ADMINISTRATION SERVICES FOR
FIRE ALARM UPGRADES AND REPLACEMENTS
THIS AGREEMENT is entered into between the City of Boynton Beach, hereinafter referred to
as "the City", and SYSTECH GROUP~ INC., hereinafter referred to as "the Consultant", in
consideration of the mutual benefits, terms, and conditions hereinafter specified.
1. PROJECT DESIGNATION. The Consultant is retained by the City to perform DESIGN
AND CONSTRUCTION ADMINISTRATION SERVICES FOR FIRE ALARM
SYSTEM UPGRADES AND REPLACEMENTS FOR THE CITY OF BOYNTON
BEACH.
SCOPE OF SERVICES. Consultant agrees to perform the services, identified in the Request
for Proposal documents and specifications as provided on Exhibit "A" attached hereto.
TIME FOR PERFORMANCE. Work under this contract shall commence upon the giving of
written notice by the City to the Contractor to proceed. Contractor shall perform all services
and provide all work product required pursuant to this agreement over a five-year period,
from the 'date written notice is given to proceed, unless an extension of such time is granted
in writing by the City.
PAYMENT. The Contractor shall be paid by the City for completed work and for services
rendered under this agreement as follows:
ao
Payment for the work provided by Consultant shall be made as provided on Exhibit "B"
attached hereto, provided that the total amount of payment to Consultant shall not exceed
$72~000.00 without express written modification of the agreement signed by the City.
bo
The Consultant may submit vouchers to the City once per month during the progress of
the work for partial payment for project completed to date. Such vouchers will be
checked by the City, and upon approval thereof, payment will be made to the Consultant
in the amount approved.
Final payment of any balance due the Consultant of the total contract price earned will be
made promptly upon its ascertainment and verification by the City after the completion of
the work under this agreement and its acceptance by the City.
do
Payment as provided in this section shall be full compensation for work performed,
services rendered and for all materials, supplies, equipment and incidentals necessary to
complete the work.
The Consultant's records and accounts pertaining to this agreement are to be kept
available for inspection by representatives of the City and State for a period of three (3)
years after final payments. Copies shall be made available upon request.
CA-1
o
OWNERSHIP AND USE OF DOCUMENTS. All documents, drawings, specifications and
other materials produced by the Consultant in connection with the services rendered under
this agreement shall be the property of the City whether the project for which they are made
is executed or not. The Consultant shall be permitted to retain copies, including reproducible
copies, of drawings and specifications for information, reference and use in connection with
Consultant's endeavors.
o
COMPLIANCE WITH LAWS. Consultant shall, in performing the services contemplated by
this service agreement, faithfully observe and comply with all federal, state and local laws,
ordinances and regulations that are applicable to the services to be rendered under this
agreement.
INDEMNIFICATION. Consultant shall indemnify, defend and hold harmless the City, its
offices, agents and employees, from and against any and all claims, losses or liability, or any
portion thereof, including attorneys fees and costs, arising from injury or death to persons,
including injuries, sickness, disease or death to Consultant's own employees, or damage to
property occasioned by a negligent act, omission or failure of the Consultant.
°
INSURANCE. The Consultant shall secure and maintain in force throughout the duration of
this contract comprehensive general liability insurance with a minimum coverage of
$1,000,000 per occurrence and $1,000,000 aggregate for personal injury; and $1,000,000 per
occurrence/aggregate for property damage, and professional liability insurance in the amount
of $1,000,000.
Said general liability policy shall name the City of Boynton Beach as an additional named
insured and shall include a provision prohibiting cancellation of said policy except upon
thirty (30) days prior written notice to the City. Certificates of coverage as required by this
section shall be delivered to the City within fifteen (15) days of execution of this agreement.
INDEPENDENT CONSULTANT. The Consultant and the City agree that the Consultant is
an independent Consultant with respect to the services provided pursuant to this agreement.
Nothing in this agreement shall be considered to create the relationship of employer and
employee between the parties hereto. Neither Consultant nor any employee of Consultant
shall be entitled to any benefits accorded City employees by virtue of the services provided
under this agreement. The City shall not be responsible for withholding or otherwise
deducting federal income tax or social security or for contributing to the state industrial
insurance program, otherwise assuming the duties of an employer with respect to Consultant,
or any employee of Consultant.
10. COVENANT AGAINST CONTINGENT FEES. The Consultant warrants that he has not
employed or retained any company or person, other than a bonafide employee working solely
for the Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay
any company or person, other than a bonafide employee working solely for the Consultant,
any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent
upon or resulting from the award or making of this contract. For breach or violation of this
warranty, the City shall have the right to annul this contract without liability or, in its
discretion to deduct from the contract price or consideration, or otherwise recover, the full
amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee.
CA-2
11. DISCRIMINATION PROHIBITED. THE CONSULTANT, WITH REGARD TO THE
WORK PERFORMED BY 1T UNDER THIS AGREEMENT, WlIJ. NOT DISCRIMINATE
ON THE GROUNDS OF RACE, COLOR, NATIONAL ORIGIN, RELIGION, CREED,
AGE, SEX OR THE PRESENCE OF ANY PHYSICAL OR SENSORY HANDICAP IN
THE SELECTION AND RETENTION OF EMPLOYEES OR PROCUREMENT OF
MATERIALS OR SUPPLIES.
12. ASSIGNMENT. The Consultant shall not sublet or assign any of the services covered by this
agreement without the express written consent of the City.
13. NON-WAIVER. WAIVER BY THE CITY OF ANY PROVISION OF TillS AGREEMENT
OR ANY TIME LIMITATION PROVIDED FOR IN THIS AGREEMENT SHAII~ NOT
CONSTITUTE A WAIVER OF ANY OTHER PROVISION.
14. TERMINATION.
a. The City reserves the right to terminate this agreement at any time by giving ten (10) days
written notice to the Consultant.
In the event of the death of a member, partner or officer of the Consultant, or any of its
supervisory personnel assigned to the project, the surviving members of the Consultant
hereby agree to complete the work under the terms of this agreement, if requested to do
so by the City. This section shall not be a bar to renegotiations of this agreement between
surviving members of the Consultant and the City, if the City so chooses.
15. DISPUTES. Any dispute arising out of the terms or conditions of this agreement shall be
adjudicated within the courts of Florida. Further, this agreement shall be construed under
Florida Law.
16. NOTICES. Notices to the City of Boynton Beach shall be sent to the following address:
City of Boynton Beach
P.O. Box 310
Boynton Beach, FL 33425-0310
Attn: Jeff Livergood
Notices to Consultant shall be sent to the following address:
SYSTECH GROUP, INC.
11260 Roger Bacon Drive, Suite 501
Reston~ VA 20190
CA-3
17. INTEGRATED AGREEMENT. This agreement, together with attachments or addenda,
represents the entire and integrated agreement between the City and the Consultant and
supersedes all prior negotiations, representations, or agreements written or oral. This
agreement may be amended only by written instrument signed by both City and Consultant.
DATED this (~ day of (I~/~,~ ,200~.
CITY OF BOYNTON BEACH
City Manager
Attest/Authenticated:
SYSTECH GROUP, INC.
Consultant
Title
(Corporate Seal)
Approved as to Form:
Office of the City Attorney
Attest/Authenticated:
Secretary
Rev. 1/22/91
CA-4
EXHIBIT "A"
SPECIFICATIONS
FOR
DESIGN AND CONSTRUCTION ADMINISTRATION SERVICES FOR
FIRE ALARM SYSTEM UPGRADES AND REPLACEMENTS
Section 1 - Submittal Information
A. The City of Boynton Beach will receive RFP responses until January 28~ 2003 ~ at 2:30
P.M. (local time) in Procurement Services located on the second floor of City Hall, 100 E.
Boynton Beach Boulevard, to provide the City with design and construction administration
services for fire alarm system upgrades and replacements over a five-year period.
B. Any responses received after the above stated time and date will not be considered. It shall be
the sole responsibility of the proposer to have their response delivered to Procurement
Services for receipt on or before the above stated time and date. It is recommended that
responses be sent by an overnight air courier service or some other method that creates proof
of submittal. Responses which arrive after the above stated deadline as a result of delay by
the mail service shall not be considered, shall not be opened at the public opening, and
arrangements shall be made for their return at the proposer's request and expense. The City
reserves the right to consider submittals that have been determined by the City to be received
late due solely to mishandling by the City after receipt of the response and prior to the award
being made.
C. These responses will be publicly opened and read aloud in Procurement Services after the
designated due date, on January 28~ 2003~ at 2:30 P.M. (local time). All proposers or their
representatives are invited to be present. Procurement Services is located on the second floor
of City Hall, 100 E. Boynton Beach Boulevard.
D. Questions pertaining to this Request for Proposal should be directed to the Bill DeBeck~
Pro, iect Manager~ at (561) 742-6486~ from 8:00 a.m. to 5:00 p.m.~ Monday through
Friday.
E. A Mandatory Pre-Proposal Meeting is scheduled for January 6~ 2003 at 10:00 A.M.
(local time), to be held in Conference Room 'C", City Hall, West Wing, 100 E. Boynton
Beach Boulevard, Boynton Beach, Florida. Proof of attendance will be indicated by the
Proposer's signature, or their appointee, on the attendance sheet provided at the Pre-Proposal
Meeting.
A Mandatory Site Inspection Tour of City Facilities will be conducted immediately
following the Pre-Proposal Meeting. Site Inspection Forms will be signed by a City
representative at that time.
Go
If any addendum(s) are issued to this Request for Proposal, the City will attempt to notify all
prospective proposers who have secured same, however, it shall be the responsibility of each
proposer, prior to submitting the response, to contact the City Procurement Services at (561)
742-6322, to determine if any addendum(s) were issued and to make any addendum
acknowledgements as part of their response.
One (1) original so designated, and a minimum of five (5) copies of the response shall be
submitted in one sealed package clearly marked on the outside DESIGN AND
CONSTRUCTION ADMINISTRATION SERVICES FOR FIRE ALARM SYSTEM
UPGRADES AND REPLACEMENTS, and addressed to: City of Boynton Beach,
Procurement Services, P.O. Box 310, Boynton Beach, FL 33425-0310.
Responses shall clearly indicate the legal name, address and telephone number of the
proposer (firm, corporation, partnership or individual). Responses shall be signed above the
typed or printed name and title of the signer. The signer shall have the authority to bind the
proposer to the submitted response. Proposers must note their Federal I.D. number on their
submittal.
I. All expenses for making responses to the City are to be borne by the proposer.
Jo
A sample draft contract that the City intends to execute with the successful firm is contained
in this Request for Proposal for review. The City reserves the right to modify the contract
language prior to execution. The scope of services will closely track the scope of work
detailed in Section 2 of this Request for Proposal.
Section 2 - Scope of Work
mo
Background: The City of Boynton Beach consists of twenty (20) existing buildings with fire
alarm systems installed between 1988 and 2000. Each system requires a different level of
improvement to meet the new standard of services to be developed as part of this project.
Bo
Scope of Services: The City of Boynton Beach is seeking the services of a qualified engineer
to provide design services for fire alarm system upgrades and replacements in twenty (20)
existing City buildings over a' five-year period. Design services will provide a program for
all systems to be upgraded or replaced with a standard manufacturer and equipment level.
The project will include, but is not limited to construction administration services throughout
the contract period.
C°
The design system for upgrades and replacements will include all specifications described in
this document, with the possibility of network connections for central station monitoring. All
NFPA, building code requirements or regulatory agency standards in effect must be met.
EXHIBIT "B"
Section 3 - Technical Specifications
1.1 SCOPE
1.2
1.1.1.
The work covered under this section of the specification includes the provision of
all labor, materials, and supervision necessary to install and test a Fire Alarm
System. This shall include but not be limited to provision of the following:
Pull Stations
Audible/Strobe Combinations
Heat Detectors
Control Panels
Strobe Lights
System Start-up, Test
Area Smoke Sensors
Duct Detectors
DESCRIPTION
1.2.1.
The new Fire Alarm System shall be an electronically supervised, intelligent
(Analog) system. All components of the system must be listed by Underwriters
Laboratories (U.L.). The system must be installed with the necessary hardware to
accommodate connection to a U.L. Certified Central Station Alarm monitoring
company.
1.2.2.
Intelligent (Analog) systems are defined as those where the Fire Alarm Control
Panel communicates with its sensing devices (heat/smoke) in order to receive
measured information in analog form (e.g., measured level of obscuration,
measured level of dirt/dust particles, measured level of temperature) and report
this information to the panel. Further, the panel will be programmed such that dirt
accumulation or variations in obscuration, and temperatm'e can be quantified to
produce warnings in advance of the device going into alarm.
1.2.3.
The system will provide a three-pulse temporal signal to the horns or voice
evacuation system. A switch shall be provided on the control panel for silencing
the alarm devices. Any additional incoming alarm shall operate normally. Each
alarm shall be represented on the control panel by an audio and visual indication.
1.2.4.
All visual indicating circuits will be wired on a separate circuit independent of
hom/speaker circuits. All strobe circuits, during an alarm condition, will have the
option of remaining active after a signal silence and only mm off on a panel
reset or taming off after the signal silence is activated.
1.2.5. All duct detectors will be equipped with a test switch and annunciator light. Unit
shall initiate a trouble signal only upon activation.
Technical Specifications continued ....
1.2.6.
1.2.7.
1.2.8.
1.2.9.
1.2.10.
1.2.11.
1.2.12.
1.2.13.
1.2.14.
1.2.15.
All systems containing two or more fire alarm control panels which are linked
together, will be linked with fiber optic cabling.
If there is a generator feeding the building, the fire alarm must be on the generator
circuit.
All fire alarm panels will be equipped with an interactive interface modem which
allows readout of all status, programs, history and analog information over dial-
up phone lines or LAN system to remote monitoring terminal/sites. All
appropriate software must be provided to operate this equipment as part of the
installation.
Conduit fill will not exceed 60%.
Any kitchen hood suppression system, if installed, will be monitored by and
connected to the fire alarm control panel. Upon activation of a hood suppression
system, the fire system control panel shall indicate the activation and generate an
automatic fire alarm signal to the a UL Certified Central Monitoring Station
company. The City of Boynton Beach will provide phone lines for this purpose.
The Contractor awarded the installation of the Fire Alarm System will be
responsible for wiring the phone lines to the Fire Alarm panel's Digital
Communicator (DAC).
All conduit junction boxes and couplings will be painted RED and marked "FA"
in white.
The fire alarm system will be designed and sized to have a minimum of 10%
expansion capability to add additional devices. This expansion capability will
necessitate that the system be equipped with the appropriate power supplies and
connections to handle a minimum of 10% additional signaling devices.
All wiring entering and leaving the panel and junction boxes will be permanently
labeled in such a manner as to indicate the type of device and its location.
All wires that leave or enter the panel from outside the building must have surge
and transient protection at the panel with devices that will limit the voltage to no
more than 10% above the peak operating voltage of the devices connected to the
wires.
An Uninterruptible Power Supply (UPS) will be installed and hardwired to power
the entire fire alarm system with a maximum transfer time not to exceed 4
milliseconds. The LIPS will have built in protection against surges and spikes,
RFIJEMI line noise filtering. The LIPS must be a minimum size to run the
complete fire alarm system for a minimum of fifteen (15) minutes in full alarm
when normal AC power is lost.
Technical Specifications continued ....
1.2.16. See list of acceptable and pre-approved bench marked equipment, "List of Pre-
Approved Equipment".
1.3.
1.4
QUALITY ASSURANCE AND WARRANTY
1.3.1. Perform all work in accordance with the following codes and standards:
1.3.1.1.
1.3.1.2.
1.3.1.3.
1.3.1.4.
1.3.1.5.
1.3.1.6.
1.3.1.7.
1.3.1.8.
1
1
1
Federal, state and local codes, regulations and ordinances.
National Electrical Code (NEC), latest edition.
Occupational Safety and Health Act (OSHA).
All authorities having jurisdiction
Factory Mutual System (FM) requirements
EIA, Electronics Institute of America.
UL, Underwriters Laboratories.
American Disability Act (ADA).
.3.1.9. National Fire Alarm Code NFPA 72 1999 Edition.
.3.1.10. Life Safety Code (NFPA 101).
.3.1.11. Florida Fire Prevention Code
1.3.2.
System Warranty: All components, parts, assemblies and software shall be
guaranteed against defects in materials and workmanship for a period of a least 24
months, beginning on the date of acceptance by the local Fire Marshal and
FACILITIES MANAGEMENT's designated representative. Warranty service
shall be provided by a manufacturer's authorized representative 24 hours per day,
seven (7) days per week. The representative shall be based in a fully staffed
branch office located within one (1) hour travel time of the installation site and
respond within this time. All repairs performed during the warranty period must
be non-chargeable for labor, material, and travel time. All repairs performed
during the warranty period shall be completed within the time limitations
imposed by NFPA rules. The initial fire alarm call will be handled by
FACILITIES MANAGEMENT who will assess the problem, and notify the
vendor of corrective action required. Failure of the vendor to respond and
perform accordingly will result in disqualification of future bids on similar
projects for the City.
1.3.3. Permit all work through City Fire Plan Examiner.
SUBMITTALS
1.4.1. At completion of project, prior to final payment vendor must provide to
FACILITIES MANAGEMENT the following:
1.4.1.1. Manufacturer's installation diagrams, written product specifications, and
instructions for installation, operation and maintenance.
Technical Specifications continued ....
1.5
1.4.1.2. Manufacturer's published product warranties and warranty instructions.
1.4.1.3. Two (2) sets of As - Built drawings.
1.4.1.4. Data sheets on each item of equipment.
1.4.1.5. List of device location indicating specific zone designation. Two (2) sets.
1.4.1.6. List of all progranuning and access codes associated with the panel. Two
(2) sets.
1.4.1.7.
Supply all software required to program/re-program fire alarm
panel/components, dialers and any other device required for operation of
the system.
1.4.1.8.
Special equipment required to program/re-program the panel/dialer and
associated equipment. Any special programmers will be supplied as part
of the purchase (excluding lap-top computers).
1.4.1.9. Provide sufficient documentation to the Fire Department Training Office
for training of City emergency response personnel.
SYSTEM OPERATION
1.5.1. Control Panel Actions:
1.5.1.1 .Initiation Circuits: The occurrence of an open circuit in the initiation circuit
shall cause a trouble indication. The occurrence of a ground condition in
the initiation circuit shall cause a trouble and a panel ground fault
indication.
1.5.1.2.Signal Circuits: The occurrence of an open circuit in a signal circuit shall
cause a signal zone trouble indication. The occurrence of a ground
condition in a signal circuit shall cause a signal zone trouble indication and
a panel ground fault indication. A single ground in a signal circuit shall not
inhibit the signals from working properly.
1.5.2. Remote Annunciation: Shall be supervised as required for signal circuits and be of
the LCD design.
1.5.3. The system shall detect the following conditions:
1.5.3.1. Loss of primary and/or secondary operating power.
1.5.3.2. A single ground, open, or short on any installation wiring to supervisory
or alarm initiating devices.
1.5.3.3. A single ground, open or short on any installation wiring to the system
speaker, remote supervised annunciator and remote telephone station.
Techiaical Specifications continued ....
1.5.3.4. Failure of a tone generator, pre-amplifier, or power amplifier in the audio
subsystem.
1.5.4. Alarm Initiating Devices: If an alarm initiating device is activated, the following
responses shall automatically occur:
1.5.4.1. Visual indication shall identify the specific device in alarm, and common
audible and visual alarm signals shall be generated by the Fire Alarm
Control Panel.
1.5.4.2. An audio indication shall produce a message to the audible devices
sufficient to produce an audio signal 15db over ambient noise.
1.5.4.3.Auxiliary relays shall be installed to accommodate accessories such as:
Air-handler shutdown, vent fans (etcetera), to match the design of the
system, as required by NFPA standards and roles.
1.5.4.4.The device shall be a measured device having the capability to send
measured and intelligent signals back to the panel stating the condition of
the device (e.g., measured level of obscuration, measured particles of
dirt/dust and measured temperature levels).
1.5.5.
Manual Intervention: Where NFPA rules require voice evacuation systems, the
automatic responses of this system shall be augmented by the ability for manual
activation of the communications system. An operator at the Fire Alarm Control
Panel shall have the ability to:
1.5.5.1. Use the system microphone to send emergency voice paging messages to
any of all areas.
1.5.5.2. Voice paging announcements shall override automatic signal outputs.
1.5.5.3. The general alarm devices may be silenced only by operating the proper
silencing switch. However, a subsequent alarm shall reactivate the
signals. Operation of the silencing switch shall be indicated by a trouble
light and an audible signal.
1.5.5.4.Power failure, opens, grounds, or any interruption of the system wiring or
components, shall be indicated by a visual and audible trouble signal. The
audible trouble signal may be silenced, however, the visual trouble
indications shall remain illuminated until the system has been returned to a
normal operating condition.
1.5.6. Control Panel: The Fire Alarm Control Panel shall detect the operation of any
signal initiating device, operate all alarm and auxiliary devices, and in addition
shall fimction as follows:
Technical Specifications continued ....
1.6.
1.7
1.8
1.5.7. At the Fire Alarm Panel(s), install the following:
1.5.7.1 Plan drawings (1 / 16" = 1' - 0" or larger as required for clarity), modified to
include new equipment, showing location of automatic detectors and
manual pull stations. Drawings shall be professionally drawn on suitable
drafting medium 8.5" x 11" and shall reflect the system as installed.
Devices shall be numbered in a manner that reflects the ZONE/DEVICE
location.
SYSTEM TESTING & ACCEPTANCE
1.6.1. It is the responsibility of the vendor to meet with the appropriate ENGINEERING
representative to compare the placement and installation of proper devices with the
drawings and specifications (as-built prints must be furnished to
ENGINEERING). A 100% device by device test to be conducted by the vendor
under the supervision of ENGINEERING. Further, the vendor will be required to
demonstrate that the installed interface modem is functioning properly by remotely
accessing the fire alarm panel(s) for appropriate history information. Punch lists
will be developed at this time by ENGINEERING and fumished to the vendor.
All punch list items must be corrected and verified as such by ENGINEERING
prior to acceptance of the system.
1.7.1.
The contractor and/or manufacturer's representative shall instruct the
FACILITIES MANAGEMENT representative in the operation, maintenance,
and repair of the system to the sub-assembly level, including familiarization with
the operation, maintenance, and parts manual.
SPARE PARTS
1.8.1.
A spare parts inventory of ten percent (10%) of the Smoke Sensors, Pull Stations,
Heat Sensors and Audible/Visual Signaling Devices will be supplied to
FACILITIES MANAGEMENT prior to acceptance.
10
LIST OF PRE-APPROVED EQUIPMENT
This specification delineates various manufacturers with respective equipment model numbers
that meet County requirements. These manufacturers have been listed as a benchmark reference
simply to assist vendors. Vendors are under no obligation to propose the equipment models
listed. Equivalents that meet the salient features of the pre-approved benchmark equipment will
be considered. Palm Beach County Communications reserves the sole right to determine
equivalency of products proposed and the decision of County Communications staff shall be
final.
FIRE ALARM PANELS
FCI
GRINNELL
NOTIFIER
SIMPLEX
7200 SERIES
TFX SERIES
200, 300, 400 & 1010/2020 SERIES
4010, 4020 & 4100 SERIES
SMOKE SENSORS
FCI
GRINNELL
NOTIFIER
SIMPLEX
ASP - PL
900 SERIES
SDX 751
4098-9701, 4098-9710
THERMAL DETECTORS
FCI
GRINNELL
NOTIFIER
SIMPLEX
ATD - R
912 SERIES
FDX 551
4098 -9732
DUCT DETECTORS
FCI DH 500 SERIES
GRINNELL 900 SERIES
NOTIFIER DHX 502
SIMPLEX 4098 -9752
EMERGENCY AUDIBLE AND STROBE DEVICES
FCI
GENTEX
NOTIFIER
SIMPLEX
HA/VA 4W
HS 24 & ST 24 SERIES
SHG24- 110- 1WP
4903-9146, 4903-9219
11
Lis/of Pre-Approved Equipment continued ....
PULL STATIONS
FCI
GRINNELL
NOTIFIER
SIMPLEX
HA/VA 4W
IXA - RMS
NBG 12LX
4099-9003, 2099-9761
DIGITAL COMMUNICATOR
FCI
GRINNELL
NOTIFIER
SIMPLEX
411
5128
UDACT
4010-9816,4020-0155,4100-0155
UNINTERRUPTIBLE POWER SUPPLY
TRI?PLITE
MINUTEMAN
BEST
12
EXISTING FIRE ALARM SYSTEMS IN CITY OF BOYNTON BEACH
No. Building
Location
Fire Alarm System
1. City Hall
2. West Wing
3. East Wing
4. Police Department
5. Fire Station No. 1
6. Parking Garage
7. - Library
8. Public Works No. 1
9. Public Works No. 2
10. Public Works No. 3
11. Fire Station No. 3
12. Pistol Range
13. Civic Center
14. 1913 Museum
15. Art/Activity Center
16. Utilities Administration
17. West Water Treatment Plant
18. Child Care Center
19. Senior Center
20. Hester Community Center
100 E. Boynton Beach Boulevard
100 E. Boynton Beach Boulevard
100 E. Boynton Beach Boulevard
100 E. Boynton Beach Boulevard
100 E. Boynton Beach Boulevard
100 E. Boynton Beach Boulevard
208 S. Seacrest Boulevard
222 N.E. 9th Avenue
222 N.E. 9th Avenue
222 N.E. 9th Avenue
3501 N. Congress Avenue
3501 N. Congress Avenue
128 E. Ocean Avenue
141 E. Ocean Avenue
125 S. E. 2nd Avenue
124 E. Woolbright Road
5469 W. Boynton Beach Boulevard
909 N.E. 3rd Street
1012 S. Federal Highway
1901 N. Seacrest Boulevard
Farrady 19000A
Farrady 19000A
Farrady 19000A
Farrady 19000A
Farrady 19000A
Farrady 19000A
Farrady 19000A
Farrady 19000A
Farrady 19000A
Farrady 19000A
Notifier AFP-200
Simplex Devices
Firelite MS-9200
Notifier AFP-200
Simplex 4001
Notifier AFP-200
Notifier System 500
Simplex 4004-Silent Knight Dialer
Grinnell
Simplex
13