Salt Lake Community College
Bid B5029
5
Solicitation B5029
SLCC LHM Fire Alarm Upgrade
Bid designation: Public
Salt Lake Community College
6 1/8/2015 11:19 AM
p. 1
Salt Lake Community College
Bid B5029
5
Bid B5029 SLCC LHM Fire Alarm Upgrade Bid Number
B5029
Bid Title
SLCC LHM Fire Alarm Upgrade
Expected Expenditure $148,000.00 (This price is expected - not guaranteed) Bid Start Date
Jan 8, 2015 11:19:15 AM MST
Bid End Date
Feb 3, 2015 2:00:00 PM MST
Question & Answer End Jan 28, 2015 12:00:00 PM MST Date Bid Contact
Bonnie Johnson 801-957-4534
[email protected]
Contract Duration
One Time Purchase
Contract Renewal
Not Applicable
Prices Good for
60 days
Pre-Bid Conference
Jan 27, 2015 10:00:00 AM MST Attendance is mandatory Location: Prior to the bid opening, all bidders must attend a Mandatory walk through on January 27, 2015. All interested parties are instructed to meet at 10:00a.m., at SLCC, Larry H Miller Campus 9750 S 300 W, Sandy, UT, 84070, Professional Development Center (MPDC) main lobby. This is the front building located on 300 west, facing the freeway. Any questions on this project should be sent through BidSync
Bid Comments
Prior to the bid opening, all bidders must attend a Mandatory walk through on January 27, 2015. All interested parties are instructed to meet at 10:00a.m., at SLCC, Larry H Miller Campus 9750 S 300 W, Sandy, UT, 84070, Professional Development Center (MPDC) main lobby. This is the front building located on 300 west, facing the freeway. Any questions on this project should be sent through BidSync 19. Submittals The following documents MUST be submitted with bid through BidSync. 1. Cover Sheet (A) 2. Representation of Offers - (Page 6) 3. Bid form contained herein - (Page 7) 4. Bid Bond on form contained herein - (Page 8) Note: Your bid must be submitted with all required documents listed under section 19. Submittals! Item Response Form
Item
B5029--01-01 - B5029 SLCC LHM FIRE ALARM UPGRADE
Quantity
1 job
Unit Price Delivery Location Salt Lake Community College SLCC - Larry H Miller Campus 9750 S 300 W Sandy UT 84070 Qty 1 Expected Expenditure $148,000.00
Description LHM FIRE ALARM UPGRADE 19. Submittals The following documents MUST be submitted with bid through BidSync. 1. Cover Sheet (A) 2. Representation of Offers - (Page 6) 3. Bid form contained herein - (Page 7) 4. Bid Bond on form contained herein - (Page 8) 1/8/2015 11:19 AM Note: Your bid must be submitted with all required documents listed under section 19. Submittals!
p. 2
19. Submittals The following documents MUST be submitted with bid through BidSync. Salt Lake Community 1. Cover Sheet (A) College 2. Representation of Offers - (Page 6) 3. Bid form contained herein - (Page 7) 4. Bid Bond on form contained herein - (Page 8) Note: Your bid must be submitted with all required documents listed under section 19. Submittals!
Bid B5029
6
1/8/2015 11:19 AM
p. 3
Salt Lake Community College
Bid B5029
SUBMITT THROUGH BIDSYNC: Solicitation Number: SALT LAKE COMMUNITY COLLEGE REQUIRES THAT BIDS BE SUBMITTED THROUGH A SECURE MAILBOX AT BIDSYNC, www.bidsync.com
Bid Due Date & Time:
Date IFB Sent:
DO NOT FAX OR EMAIL YOUR BID; FAXED OR EMAILED BIDS WILL NOT BE CONSIDERED BONNIE JOHNSON, BUYER TELEPHONE (801) 957-4534 FAX (801) 957-4445
B5029 February 3, 2015 2:00 p.m. January 8, 2015
Invitation for Bid
[email protected]
Project Manager: Josh Lund (801) 920- 0307
CONSTRUCTION BID MANDATORY Walk Through on January 27, 2015 Note: Your bid must be submitted with all required documents listed under section 19. Submittals! Construction Services to be purchased:
SLCC LHM Fire Alarm Upgrade
Please complete Company Name
Federal Tax Identification Number
Ordering Address
City
State
Zip Code
Remittance Address (if different from ordering address)
City
State
Zip Code
Type Corporation
Company Contact Person Partnership
Proprietorship
Government
Telephone Number (include area code)
Fax Number (include area code)
Company’s Internet Web Address
email Address
Discount Payment Terms (for quotation purposes, quoted discounts less than 30
Days Required for Delivery After Receipt of Order (see attached for any
days will not be considered)
required minimums)
The following documents are included in this solicitation: Solicitation forms, instructions and general provisions, and specifications. Please review all documents carefully before completing. Authorized Representative’s Signature
Date
Type or Print Name
Position or Title
1/8/2015 11:19 AM
p. 4
Salt Lake Community College
Bid B5029
TABLE OF CONTENTS NOTICE TO BIDDERS ............................................................................................................ 2 1. General Notice ..................................................................................................... 2 2. Pre-Bid Meeting ................................................................................................... 2 3. Bidders Responsibility ......................................................................................... 2 4. Submitting the Bid ............................................................................................... 2 5. Bid Acceptance Period ......................................................................................... 2 6. Expenses Incurred in Preparing Bid ..................................................................... 2 7. Contract ............................................................................................................... 2 8. Bonds, Payment, Performance and Bid ............................................................... 3 9. Listing of Subcontractors ..................................................................................... 3 10. Addenda............................................................................................................. 3 11. Completion Time ............................................................................................... 3 12. Qualifications ..................................................................................................... 3 13. Cost Breakdown................................................................................................. 3 14. Right to Reject Bids ............................................................................................ 4 15. Nonconforming Terms and Conditions ............................................................. 4 16. Withdrawal of Bids ............................................................................................ 4 17. Liquidated Damages .......................................................................................... 4 18. Insurance ........................................................................................................... 5 19. Submittals ......................................................................................................... 5 REPRESENTATIONS OF OFFERORS ....................................................................................... 6 BID ....................................................................................................................................... 7 BID BOND ............................................................................................................................. 8 CONTRACTOR’S AGREEMENT .............................................................................................. 9 ATTACHMENT A.................................................................................................................13 PERFORMANCE BOND ....................................................................................................... 18 PAYMENT BOND ................................................................................................................ 19 SUBCONTRACTORS ............................................................................................................ 20 CERTIFICATE OF SUBSTANTIAL COMPLETION ................................................................... 21
1 1/8/2015 11:19 AM
p. 5
Salt Lake Community College
Bid B5029
NOTICE TO BIDDERS 1. General Notice Bids will be received by BidSync for Salt Lake Community College Purchasing Office, hereafter identified as the Owner, for: SLCC LHM Fire Alarm Upgrade. Bids will be in accordance with Drawings and Specifications prepared by PCI Architect, Greg Jones. Bids will be received until 2:00p.m., on February 3, 2015 through a secure mailbox at BidSync, www.bidsync.com.
FAXED OR
EMAILED BIDS WILL NOT BE ACCEPTED. 2. Pre-Bid Meeting Prior to the bid opening, all bidders must attend a Mandatory walk through on January 27, 2015. All interested parties are instructed to meet at 10:00a.m., at SLCC, Larry H Miller Campus 9750 S 300 W, Sandy, UT, 84070, Professional Development Center (MPDC) main lobby. This is the front building located on 300 west, facing the freeway. Any questions on this project should be sent through BidSync.
3. Bidders Responsibility Before submitting a bid, each bidder shall carefully examine the drawings, specifications and other contract documents; shall visit the site of the work; shall fully inform itself as to all existing conditions and limitations; sand shall include in the bid the cost of all items included in the specifications. If bidder is in doubt as to the true meaning of any part of the drawings, specifications or other contract documents, bidder may submit to the College’s Purchasing Agent a written request for an interpretation thereof. The bidder submitting the request will be responsible for its prompt delivery. Any interpretation of the proposed documents will be made only by addendum duly issued and a copy of such addendum will be mailed or delivered to each person receiving a set of documents. Neither the Owner nor the Architect will be responsible for any other explanations or interpretations of the proposed documents.
4. Submitting the Bid SLCC requires that all bids be submitted electronically. Electronic bids may be submitted through a secure mailbox at BidSync, www.bidsync.com, until the date and time as indicated in this document. There is no charge to submit bids in BidSync.
5. Bid Acceptance Period Any bid submitted as a result of the solicitation shall be binding on the bidder for 60 calendar days following the bid opening date. Any bid for which the bidder specifies a shorter acceptance period may be rejected.
6. Expenses Incurred in Preparing Bid The Owner accepts no responsibility for any expense incurred by the bidder in the preparation and presentation of a bid. Such expenses shall be borne exclusively by the bidder.
7. Contract The contract will be awarded as soon as possible to the lowest responsive responsible bidder(s), provided the bid is reasonable and is in the best interest of the Owner to accept it.
2 1/8/2015 11:19 AM
p. 6
Salt Lake Community College
Bid B5029
8. Bonds, Payment, Performance and Bid Bid bond in the amount of five percent (5%) of the bid, must accompany bid. No checks will be permitted. The successful bidder simultaneously with the execution of the contract agreement will be required to furnish a performance bond and a payment bond in an amount equal to one hundred percent (100%) of the contract price. Said bonds shall be secured from a company satisfactory to the College’s Purchasing Agent. Bond is required to be submitted to Purchasing Services within 10 working days.
9. Listing of Subcontractors The experience and responsibility of subcontractors may have bearing on the choice of a contractor by the Owner and Architect. The apparent two low bidders shall deliver to Owner within 24 hours (not including Saturday, Sunday, or State holidays) for Owner’s approval, a list of the names of subcontractors to be furnished for each of the principal parts of the work and the corresponding dollar amounts. Each principal part shall mean a subcontract dollar value in excess of $1,000. Owner may withhold awarding contract to any particular bidder or reject any or all subcontractors listed which owner and/or architect (engineer) feels is unqualified to do the work.
10. Addenda Any addenda issued prior to the date and time set for the bid opening shall become part of the specifications under this contract. Bidders shall acknowledge receipt of each addendum on the bid submittal form bound herein. The acknowledgement is to include the date and addenda number. The acknowledgement must be received by the owner at the time and the place specified for the bid opening. Bidders are cautioned that any statements made by the contract or the technical contact person that materially change any portion of the bid document shall not be relied upon unless subsequently ratified by a formal written amendment to the bid document.
11. Completion Time Time is of the essence in the performance of the contract. The work under this contract will begin upon notice to proceed and should be completed in 90 days.
12. Qualifications The contractor’s and subcontractor’s past performance, organization, equipment, and ability to perform and complete their contracts in the manner and within the time limit specified will be elements, along with the cash amount of the bid, will be considered by the owner in the letting of the contract. The contractor shall comply with and require all subcontractors to comply with the license laws as required by the State of Utah .
13. Cost Breakdown The contractor shall, before starting work, submit to the College’s Purchasing Agent a cost breakdown showing the cost of various segments of the work according to a specification heading, the total amount equaling the contract price. This breakdown shall be used as a basis for the payment of estimates as stated in the contract documents.
3 1/8/2015 11:19 AM
p. 7
Salt Lake Community College
Bid B5029
14. Right to Reject Bids The owner reserves the right to reject any or all bids and to waive any formality or technicality in any bid in the best interest of the College.
15. Nonconforming Terms and Conditions A bid response that includes terms and conditions that do not conform to the terms and conditions of this bid document is subject to rejection as non-responsive. The Owner reserves the right to permit the bidder to withdraw nonconforming terms and conditions from its bid response.
16. Withdrawal of Bids A bidder may withdraw its bid from consideration if certain conditions are met: 1. 2. 3. 4.
The bid is submitted in good faith. The price bid is substantially lower than those of other bidders because of a mistake. The mistake is a clerical error, not an error of judgment. Objective evidence drawn from original work papers, documents, and other materials used in the preparation of the bid demonstrates clearly that the mistake was an unintentional error in arithmetic or an unintentional omission of a quantity of labor or material.
To withdraw a bid that includes a clerical error after bid opening, the bidder must give notice in writing to the Owner. Within two business days after the bid opening, the bidder requesting withdrawal must provide to the Owner all original work papers, documents, and other materials used in the preparation of the bid. A bidder may also withdraw a bid prior to the time set for the opening of bids by simply making a request in writing to the Owner; no explanation is required. A bidder may also withdraw a bid if the Owner fails to award or issue a notice of intent to award the bid within 60 days after the date fixed for the opening of bids. No bidder who withdraws a bid shall ask for compensation, supply any material or labor, perform as a subcontractor or work for the person to whom the contract is awarded. No partial withdrawals of a bid are permitted after the time and date set for the bid opening; only complete withdrawals are permitted.
17. Liquidated Damages When the contractor is given notice of delay or nonperformance and fails to cure in the time specified, in addition to any other damages that are applicable, the contractor shall be liable for damages in the amount of $250.00 per calendar day from date set for cure until either the College reasonably obtains similar supplies or services if the contractor is terminated for default, or until the contractor provides the supplies or services, if the contractor is not terminated for default. To the extent that the contractor’s delay or nonperformance is excused under the Excuse for Nonperformance or Delayed Performance paragraph of the Termination for Default clause of the contract, liquidated damages shall not be due the College. If multiple contract awards result from this solicitation, the College will adjust the amount of liquidated damages assessed per day.
4 1/8/2015 11:19 AM
p. 8
Salt Lake Community College
Bid B5029
18. Insurance Supplier shall maintain, during the term of this agreement, Commercial General Liability Insurance, including contractual liability coverage, with minimum limits of liability of $1,000,000 per occurrence. The College shall be named as an additional insured on insurance provided for herein. The supplier shall also maintain in force during the term of the contract Worker’s Compensation Insurance, Employer’s Liability Insurance, Unemployment Compensation Insurance and such other employment-related insurance as required by law with applicable statutory limits. Certificates of insurance, signed by the insurer, shall be provided prior to the College awarding the bid. These certificates shall contain a provision which indicates that the College will be give thirty (30) days written notice of cancellation or any material change to these insurance policies. The insurance company(s) chosen by the supplier shall be licensed to do business in the states in which it operates, and shall be approved by the College prior to the award of the contract. The successful bidder will be required to provide proof of insurance, including Worker’s Compensation, Unemployment and General Liability of $1,000,000. Certificates of insurance, signed by the insurer, shall be provided to the Owner prior to awarding the contract. The owner reserves the right to accept or reject any insurance company selected, prior to the award of the contract.
19. Submittals The following documents MUST be submitted with bid through BidSync. 1. Cover Sheet (A) 2. Representation of Offers - (Page 6) 3. Bid form contained herein - (Page 7) 4. Bid Bond on form contained herein - (Page 8)
Note: Your bid must be submitted with all required documents listed under section 19. Submittals!
5 1/8/2015 11:19 AM
p. 9
Salt Lake Community College
Bid B5029
REPRESENTATIONS OF OFFERORS BUSINESS LICENSE The offeror or bidder represents that it holds the following current license: (list licensing authority, date and license number and title of license.)
EXPERIENCE REFERENCES The offeror or bidder represents that it has performed work similar to that requested in this I.F.B. for the following entities and that the College may contact the individuals listed concerning past work performance: (list at least three previous jobs listing company name, person to contact, when work was performed, the nature of the work, and total contract price.)
TYPE OF BUSINESS ORGANIZATION
List EIN or SSN: __________________ ON-SITE SUPERINTENDENT The offeror is requested to designate its on-site superintendent who will direct and supervise the work required to be performed under the contract:
INSURANCE The offeror is required to indicate its general liability insurance coverage including name of company and dollar limits of liability together with its Workmen’s Compensation Coverage:
NOTE: Offeror will be required to furnish proof of insurance before commencement of any work under the contract. Bidder: (Signature) ___________________________________ Date: _________________
6 1/8/2015 11:19 AM
p. 10
Salt Lake Community College
Bid B5029
BID B5029 NAME OF BIDDER______________________________ DATE__________________ To:
Salt Lake Community College 4600 South Redwood Road P.O Box 30808 Salt Lake City, Utah 84130-0808
Gentlemen: The undersigned, in compliance with your invitation for bids for SLCC LHM Fire Alarm Upgrade, having examined the Drawings and Specifications and related documents and the site of the proposed work and being familiar with all of the conditions surrounding the construction of the proposed project, including the availability of labor, hereby propose to furnish all labor, materials and supplies as required for the work in accordance with the contract documents as specified and within the time set forth and at the price stated below. This price is to cover all expenses incurred in performing the work required under the Contract Documents of which this bid is a part: I/We acknowledge receipt of the following addenda: ________________________________________________________ for all work shown on the Drawings and described in the Specifications, I/We agree to perform for the sum of _________________________________________________________DOLLARS ($_________________) (In case of discrepancy, written amount shall govern.) I/We guarantee to complete the work in 90 Days after receipt of Notice to proceed, should I/We be the successful bidder. This bid shall be valid for 60 days after bid opening. Enclosed is ___________________________________, as required in the sum of _____________ (Bond). The undersigned Contractor’s License Number for Utah is ______________________. Upon receipt of notice of acceptance of this bid, the undersigned agrees to execute the contract within five (5) days and deliver Owner’s protective bonds in the prescribed form in the amount of 100% of the general construction contract price for faithful performance of the contract. The certified check, cashier’s check or Bid Bond attached, in the amount not less than five percent (5%) of the above bid sum, shall become the property of Salt Lake Community College in the event that the contract is not negotiated and/or the Owner’s Protective Bond is not delivered within the time set forth, as liquidated damages for the delay and additional expense caused thereby. Substitutions of materials and/or equipment proposed should be itemized on an attached list showing item description, manufacturer, and addition or deduction. Type of Organization: _______________________________ (Corporation, Partnership, Individual, etc.) SEAL (If a Corporation)
Respectfully submitted, ___________________________________________ Name of Bidder ___________________________________________ Address ___________________________________________ Authorized Signature ______________________ ____________________ Phone Fax
7 1/8/2015 11:19 AM
p. 11
Salt Lake Community College
Bid B5029
BID BOND (Title 63, Chapter 56, U. C. A. l953, as Amended) KNOW ALL PERSONS BY THESE PRESENTS: That hereinafter referred to as the "Principal," and , a corporation organized and existing under the laws of the State of , with its principal office in the City of ______________ and authorized to transact business in this State and U. S. Department of the Treasury Listed, (Circular 570, Companies Holding Certificates of Authority as Acceptable Securities on Federal Bonds and as Acceptable Reinsuring Companies); hereinafter referred to as the "Surety," are held and firmly bound unto the STATE OF UTAH, hereinafter referred to as the "Obligee," in the amount of $ (5% of the accompanying bid), being the sum of this Bond to which payment the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that whereas the Principal has submitted to Obligee the accompanying bid incorporated by reference herein, dated as shown, to enter into a contract in writing for the____________________________________ Project. NOW, THEREFORE, THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that if the said principal does not execute a contract and give bond to be approved by the Obligee for the faithful performance thereof within ten (10) days after being notified in writing of such contract to the principal, then the sum of the amount stated above will be forfeited to the State of Utah as liquidated damages and not as a penalty; if the said principal shall execute a contract and give bond to be approved by the Obligee for the faithful performance thereof within ten (10) days after being notified in writing of such contract to the Principal, then this obligation shall be null and void. It is expressly understood and agreed that the liability of the Surety for any and all defaults of the Principal hereunder shall be the full penal sum of this Bond. The Surety, for value received, hereby stipulates and agrees that obligations of the Surety under this Bond shall be for a term of sixty (60) days from actual date of the bid opening. PROVIDED, HOWEVER, that this Bond is executed pursuant to provisions of Title 63, Chapter 56, Utah Code Annotated, 1953, as amended, and all liabilities on this Bond shall be determined in accordance with said provisions to same extent as if it were copied at length herein. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their several seals on the date indicated below, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. DATED this
day of
, 20
.
Principal's name and address (if other than a corporation):
Principal's name and address (if a corporation):
By:
By:
Title:
Title: (Affix Corporate Seal) Surety's name and address:
STATE OF COUNTY OF
) ) ss. )
By: Attorney-in-Fact
(Affix Corporate Seal)
On this day of , 20 , personally appeared before me , whose identity is personally known to me or proved to me on the basis of satisfactory evidence, and who, being by me duly sworn, did say that he/she is the Attorney-in-fact of the above-named Surety Company, and that he/she is duly authorized to execute the same and has complied in all respects with the laws of Utah in reference to becoming sole surety upon bonds, undertakings and obligations, and that he/she acknowledged to me that as Attorney-in-fact executed the same. Subscribed and sworn to before me this My Commission Expires: Resides at:
day of
, 20
.
NOTARY PUBLIC Agency: _______________________________________________________ Agent: _______________________________________________________ Address: _______________________________________________________ Phone: _______________________________________________________
Approved As To Form: May 25, 2005 By Alan S. Bachman, Asst Attorney General
8 1/8/2015 11:19 AM
p. 12
Salt Lake Community College
Bid B5029
CONTRACTOR’S AGREEMENT Project Name: SLCC LHM Fire Alarm Upgrade Project Number: B5029 Notice: Throughout this document and documents attached by reference, whenever the term “Division of Facilities Construction & Management,” “DFCM,” “Owner,” or “State of Utah” is used it shall refer to Salt Lake Community College; and, whenever the term “Project Manager,” “DFCM Project Manager,” or “Owner’s Representative” is used it shall refer to Josh Lund; and, whenever the term “Director” is used it shall refer to Lois Wiesemann; and, whenever the term “Executive Director” is used it shall refer to Dennis Klaus. THIS CONTRACTOR'S AGREEMENT, made and entered into this ____ day of _______, 2015, by and between the SALT LAKE COMMUNITY COLLEGE, hereinafter referred to as "SLCC or AGENCY", and ______________________, incorporated in the State of Utah and authorized to do business in the State of Utah, hereinafter referred to as "Contractor", whose address is ____________________________, Utah 84___. WITNESSETH: WHEREAS, SLCC intends to have work performed at, SLCC Larry H Miller Campus, 9750 S 300 W, and Sandy, UT, 84070. WHEREAS, Contractor agrees to perform the work for the sum stated herein. NOW, THEREFORE, SLCC and Contractor for the consideration provided in this Contractor's Agreement, agree as follows: ARTICLE 1. SCOPE OF WORK. The Work to be performed shall be in accordance with the Contract Documents prepared by PCI Architect, and entitled "SLCC LHM Fire Alarm Upgrade.” The DFCM General Conditions (“General Conditions”) dated May 25, 2005 and Supplemental General Conditions dated July 15, 2008 and July 1, 2009 (also referred to as “General Conditions”) on file at the office of DFCM (4110 South State Office Building, SLC, UT 84114 and available on the DFCM website (http://dfcm.utah.gov), are hereby incorporated by reference as part of this Agreement and are included in the specifications for this Project. All terms used in this Contractor's Agreement shall be as defined in the Contract Documents, and in particular, the General Conditions. The Contractor Agrees to furnish labor, materials and equipment to complete the Work as required in the Contract Documents which are hereby incorporated by reference. It is understood and agreed by the parties hereto that all Work shall be performed as required in the Contract Documents and shall be subject to inspection and approval of the AGENCY or its authorized representative. The relationship of the Contractor to the AGENCY hereunder is that of an independent Contractor. ARTICLE 2. CONTRACT SUM. The AGENCY agrees to pay and the Contractor agrees to accept in full performance of this Contractor's Agreement, the sum of ______________________ DOLLARS AND NO CENTS ($_________.00), which is the base bid, which sum also includes the cost of a 100% Performance Bond and a 100% Payment Bond as well as all insurance requirements of the Contractor. Said bonds have already been posted by the Contractor pursuant to State law. The required proofs of insurance certificates have been delivered to AGENCY in accordance with the General Conditions before the execution of this Contractor's Agreement. ARTICLE 3. TIME OF COMPLETION AND DELAY REMEDY. The work shall be Substantially Complete in 90 Days. Contractor agrees to pay liquidated damages in the amount of $250.00 per day for each day after expiration of the Contract Time until the Contractor achieves Substantial Completion in accordance with the Contract Documents, if Contractor's delay makes the damages applicable. The provision for liquidated damages is: (a) to compensate the AGENCY for delay only; (b) is provided for herein because actual damages cannot be readily ascertained at the time of execution of this Contractor's Agreement; (c) is not a penalty; and (d) shall not prevent the AGENCY from maintaining claims for other non-delay damages, such as costs to complete or remedy defective work.
9 1/8/2015 11:19 AM
p. 13
Salt Lake Community College
Bid B5029
CONTRACTOR’S AGREEMENT PAGE NO. 2 No action shall be maintained by the Contractor, including its or Subcontractor or suppliers at any tier, against the AGENCY or State of Utah for damages or other claims due to losses attributable to hindrances or delays from any cause whatsoever, including acts and omissions of the DFCM or its officers, employees or agents, except as expressly provided in the General Conditions. The Contractor may receive a written extension of time, signed by the AGENCY, in which to complete the work under this Contractor's Agreement in accordance with the General Conditions. ARTICLE 4. CONTRACT DOCUMENTS. The Contract Documents consist of this Contractor's Agreement, the Conditions of the Contract (DFCM General Conditions, Supplementary and other Conditions), the Drawings, Specifications, Addenda and Modifications. The Contract Documents shall also include the bidding documents, including the Invitation to Bid, Instructions to Bidders/ Proposers and the Bid/Proposal, to the extent not in conflict therewith and other documents and oral presentations that are documented as an attachment to the contract. All such documents are hereby incorporated by reference herein. Any reference in this Contractor's Agreement to certain provisions of the Contract Documents shall in no way be construed as to lessen the importance or applicability of any other provisions of the Contract Documents. ARTICLE 5. PAYMENT. The AGENCY agrees to pay the Contractor from time to time as the work progresses, but not more than once each month after the date of Notice to Proceed, and only upon Certificate of the A/E for work performed during the preceding calendar month, ninety-five percent (95%) of the value of the labor performed and ninety-five percent (95%) of the value of materials furnished in place or on the site. The Contractor agrees to furnish to the AGENCY invoices for materials purchased and on the site but not installed, for which the Contractor requests payment and agrees to safeguard and protect such equipment or materials and is responsible for safekeeping thereof and if such be stolen, lost or destroyed, to replace same. Such evidence of labor performed and materials furnished as the AGENCY may reasonably require shall be supplied by the Contractor at the time of request for Certificate of Payment on account. Materials for which payment has been made cannot be removed from the job site without SLCC's written approval. Five percent (5%) of the earned amount shall be retained from each monthly payment. The retainage, including any additional retainage imposed and the release of any retainage shall be in accordance with UCA 13-8-5 as amended. Contractor shall also comply with the requirements of UCA 13-8-5, including restrictions of retainage regarding subcontractors and the distribution of interest earned on the retention proceeds. The AGENCY shall not be responsible for enforcing the Contractor’s obligations under State law in fulfilling the retention law requirements with subcontractors at any tier. ARTICLE 6. INDEBTEDNESS. Before final payment is made, the Contractor must submit evidence satisfactory to the AGENCY that all payrolls, materials bills, subcontracts at any tier and outstanding indebtedness in connection with the work have been properly paid. Final payment will be made after receipt of said evidence, final acceptance of the work by the AGENCY as well as compliance with the applicable provisions of the General Conditions. Contractor shall respond immediately to any inquiry in writing by AGENCY as to any concern of financial responsibility and SLCC reserves the right to request any waivers, releases or bonds from Contractor in regard to any rights of Subcontractors (including suppliers) at any tier or any third parties prior to any payment by SLCC to Contractor. ARTICLE 7. ADDITIONAL WORK. It is understood and agreed by the parties hereto that no money will be paid to the Contractor for additional labor or materials furnished unless a new contract in writing or a modification hereof in accordance with the General Conditions and the Contract Documents for such additional labor or materials has been executed. The AGENCY specifically reserves the right to modify or amend this Contractor's Agreement and the total sum due hereunder either by enlarging or restricting the scope of the work. ARTICLE 8. INSPECTIONS. The work shall be inspected for acceptance in accordance with the General Conditions.
10 1/8/2015 11:19 AM
p. 14
Salt Lake Community College
Bid B5029
CONTRACTOR’S AGREEMENT PAGE NO. 3 ARTICLE 9. DISPUTES. Any dispute, PRE or claim between the parties shall be subject to the provisions of Article 7 of the General Conditions. SLCC reserves all rights to pursue its rights and remedies as provided in the General Conditions. ARTICLE 10. TERMINATION, SUSPENSION OR ABANDONMENT. This Contractor’s Agreement may be terminated, suspended or abandoned in accordance with the General Conditions. ARTICLE 11. SLCC’S RIGHT TO WITHHOLD CERTAIN AMOUNT AND MAKE USE THEREOF. The AGENCY may withhold from payment to the Contractor such amount as, in AGENCY's judgment, may be necessary to pay just claims against the Contractor or Subcontractor at any tier for labor and services rendered and materials furnished in and about the work. The AGENCY may apply such withheld amounts for the payment of such claims in SLCC's discretion. In so doing, the AGENCY shall be deemed the agent of Contractor and payment so made by the AGENCY shall be considered as payment made under this Contractor's Agreement by the AGENCY to the Contractor. SLCC shall not be liable to the Contractor for any such payment made in good faith. Such withholdings and payments may be made without prior approval of the Contractor and may be also be prior to any determination as a result of any dispute, PRE, claim or litigation. ARTICLE 12. INDEMNIFICATION. The Contractor shall comply with the indemnification provisions of the General Conditions. ARTICLE 13. SUCCESSORS AND ASSIGNMENT OF CONTRACT. The AGENCY and Contractor, respectively bind themselves, their partners, successors, assigns and legal representatives to the other party to this Agreement, and to partners, successors, assigns and legal representatives of such other party with respect to all covenants, provisions, rights and responsibilities of this Contractor’s Agreement. The Contractor shall not assign this Contractor’s Agreement without the prior written consent of the AGENCY, nor shall the Contractor assign any moneys due or to become due as well as any rights under this Contractor’s Agreement, without prior written consent of the AGENCY. ARTICLE 14. RELATIONSHIP OF THE PARTIES. The Contractor accepts the relationship of trust and confidence established by this Contractor's Agreement and covenants with the AGENCY to cooperate with SLCC and A/E and use the Contractor's best skill, efforts and judgment in furthering the interest of the AGENCY; to furnish efficient business administration and supervision; to make best efforts to furnish at all times an adequate supply of workers and materials; and to perform the work in the best and most expeditious and economic manner consistent with the interests of SLCC. ARTICLE 15. AUTHORITY TO EXECUTE AND PERFORM AGREEMENT. Contractor and SLCC each represent that the execution of this Contractor's Agreement and the performance there under is within their respective duly authorized powers. ARTICLE 16. ATTORNEY FEES AND COSTS. Except as otherwise provided in the dispute resolution provisions of the General Conditions, the prevailing party shall be entitled to reasonable attorney fees and costs incurred in any action in the District Court and/or appellate body to enforce this Contractor's Agreement or recover damages or any other action as a result of a breach thereof.
11 1/8/2015 11:19 AM
p. 15
Salt Lake Community College
Bid B5029
CONTRACTOR’S AGREEMENT PAGE NO. 4
IN WITNESS WHEREOF, the parties hereto have executed this Contractor's Agreement on the day and year stated hereinabove.
CONTRACTOR:
Signature
Date
Title: State of
_____________) ) County of ____________ )
Please type/print name clearly
On this ____ day of _________, 20____, personally appeared before me, __________________, whose identity is personally known to me (or proved to me on the basis of satisfactory evidence) and who by me duly sworn (or affirmed), did say that he (she) is the ________________ (title or office) of the firm and that said document was signed by him (her) in behalf of said firm. _____________________________ Notary Public (SEAL) My Commission Expires _________
SALT LAKE COMMUNITY COLLEGE:
Lois Wiesemann Director Purchasing Services
Date
APPROVED AS TO FORM: July 1, 2009 By: Alan S. Bachman Asst Attorney General
12 1/8/2015 11:19 AM
p. 16
Salt Lake Community College
Bid B5029
ATTACHMENT A-SLCC STANDARD TERMS & CONDITIONS FOR GOODS AND SERVICES 1. AUTHORITY: Provisions of this contract are pursuant to the authority set forth in the Salt Lake Community College (SLCC) Purchasing Policies and Procedures, and all applicable sections of the Utah Procurement Code, Title 63G, Chapter 6a, Utah Code Annotated, 1953, as amended, and all related statutes, regulations and rules which permit the College to purchase certain specified supplies and services, and other approved purchases for the College. 2. CONTRACT JURISDICTION, CHOICE OF LAW, AND VENUE: The provisions of this contract shall be governed by the laws of the State of Utah. The parties will submit to the jurisdiction of the courts of the State of Utah for any dispute arising out of this Contract or the breach thereof. Venue shall be in the Third Judicial District Court for Salt Lake County. 3. LAWS AND REGULATIONS: The Contractor and any and all supplies, services and equipment furnished will comply fully with all applicable Federal and State laws and regulations. 4. RECORDS ADMINISTRATION: The Contractor shall maintain, or supervise the maintenance of all records necessary to properly account for the payments made to the Contractor for costs authorized by this contract. These records shall be retained by the Contractor for at least four years after the contract terminates, or until all audits initiated within the four years, have been completed, whichever is later. The Contractor agrees to allow Salt Lake Community College, Board of Regents, State and/or Federal auditors, and College Staff, access to all the records relating to this contract, for audit and inspection, and monitoring of services. Such access will be during normal business hours, or by appointment. 5. CERTIFY REGISTRATION AND USE OF EMPLOYMENT "STATUS VERIFICATION SYSTEM”: The Status Verification System, also referred to as “E-verify”, only applies to contracts issued through a Request for Proposal process, and to sole sources that are included within a Request for Proposal. It does not apply to Invitation for Bids or to the Multi-Step Process. 5.1 Status Verification System 1. Each offeror and each person signing on behalf of any offeror certifies as to its own entity, under penalty of perjury, that the named Contractor has registered and is participating in the Status Verification System to verify the work eligibility status of the contractor’s new employees that are employed in the State of Utah in accordance with applicable immigration laws including UCA Section 63G-12-302. 2. The Contractor shall require that the following provision be placed in each subcontract at every tier: “The subcontractor shall certify to the main (prime or general) contractor by affidavit that the subcontractor has verified through the Status Verification System the employment status of each new employee of the respective subcontractor, all in accordance with applicable immigration laws including UCA Section 63G-12-302 and to comply with all applicable employee status verification laws. Such affidavit must be provided prior to the notice to proceed for the subcontractor to perform the work.” 3. The State will not consider a proposal for award, nor will it make any award where there has not been compliance with this Section. 4. Manually or electronically signing the Proposal is deemed the Contractor’s certification of compliance with all provisions of this employment status verification certification required by all applicable status verification laws including UCA Section 63G-12-302. 5.2 Indemnity Clause for Status Verification System 1. Contractor (includes, but is not limited to any Contractor, Design Professional, Designer or Consultant) shall protect, indemnify and hold harmless, the State and its officers, employees, agents, representatives and anyone
13 1/8/2015 11:19 AM
p. 17
Salt Lake Community College
Bid B5029
that the State may be liable for, against any claim, damages or liability arising out of or resulting from violations of the above Status Verification System Section whether violated by employees, agents, or contractors of the following: (a) Contractor; (b) Subcontractor at any tier; and/or (c) any entity or person for whom the Contractor or Subcontractor may be liable. 2. Notwithstanding Section 1. above, Design Professionals or Designers under direct contract with the State shall only be required to indemnify the State for a liability claim that arises out of the design professional's services, unless the liability claim arises from the Design Professional's negligent act, wrongful act, error or omission, or other liability imposed by law except that the design professional shall be required to indemnify the State in regard to subcontractors or sub consultants at any tier that are under the direct or indirect control or responsibility of the Design Professional, and includes all independent contractors, agents, employees or anyone else for whom the Design Professional may be liable at any tier. 6. CONFLICT OF INTEREST: Contractor represents that none of its officers or employees are officers or employees of Salt Lake Community College unless disclosure regarding such has been made in accordance with UCA Section 6716-8, 1953, as amended. 7. CONTRACTOR IS AN INDEPENDENT CONTRACTOR: The Contractor shall be an independent contractor, and as such, shall have no authorization, express or implied, to bind SLCC to any agreements, settlements, liability, or understanding whatsoever, and agrees not to perform any acts as agent for SLCC, except as herein expressly set forth. Compensation stated herein shall be the total amount payable to the Contractor by SLCC. The Contractor shall be responsible for the payment of all income tax and social security amounts due as a result of payments received from SLCC for these contract services. Persons employed by SLCC and acting under the direction of SLCC shall not be deemed to be employees or agents of the Contractor. 8. INDEMNITY: The Contractor agrees to indemnify, save harmless, and release the State of Utah, and all its officers, agents, volunteers, and employees from and against any and all loss, damages, injury, liability, suits, and proceedings arising out of the performance of this contract which are caused in whole or in part by the acts or negligence of the Contractor's officers, agents, volunteers, or employees, but not for claims arising from the State's sole negligence. The parties agree that if there are any Limitations of the Contractor’s Liability, including a limitation of liability for anyone for whom the Contractor is responsible, such Limitations of Liability will not apply to injuries to persons, including death, or to damages to property. 9. INSURANCE: The contractor shall maintain Comprehensive General, Liability (including contractual liability for this agreement and products and completed operations coverage), Automobile Liability, and if applicable, Professional Liability Insurance, with a minimum single limit of $1,000,000 for each occurrence and $2,000,000 general aggregate for bodily injury (including death) and property damage liability. The contractor shall also maintain all employee related insurance, in the statutory amounts, such as unemployment compensation, worker's compensation, and employer's liability, for its employees involved in performing services pursuant to this contract. The contractor's insurance carriers must be authorized to do business in Utah. The insurers and policy provisions must be acceptable to the College's Risk and Insurance Manager. Each of the Contractor's insurance policies shall include an endorsement that names SLCC and its officers, and employees as additional insured's, and the policy shall provide SLCC and its officers and employees with primary coverage (not contributing coverage) for any liability arising as a result of the Contractor's acts or omissions in connection with this Contract. The Contractor is not required, however, to obtain an "additional insured" endorsement for any Workers' Compensation or professional liability insurance policy. Contractor waives any right of subrogation against SLCC and its officers and employees.
14 1/8/2015 11:19 AM
p. 18
Salt Lake Community College
Bid B5029
10. EMPLOYMENT PRACTICES: The Contractor agrees to abide by the provisions of Title VI and VII of the Civil Rights Act of 1964 (42USC 2000e) which prohibits discrimination against any employee or applicant for employment or any applicant or recipient of services, on the basis of race, religion, color, or national origin; and further agrees to abide by Executive Order No. 11246, as amended, which prohibits discrimination on the basis of sex; 45 CFR 90 which prohibits discrimination on the basis of age; and Section 504 of the Rehabilitation Act of 1973, or the Americans with Disabilities Act of 1990 which prohibits discrimination on the basis of disabilities. Also, the Contractor agrees to abide by Utah's Executive Order, dated December 13, 2006, which prohibits sexual harassment in the workplace. Contractor also agrees to abide by any laws and policies of the State of Utah regarding any of the above mentioned prohibitions in this paragraph. 11. SEVERABILITY CLAUSE: If any provision of this contract is declared by a court of competent jurisdiction to be invalid, the remaining terms and provisions will not be affected; and the rights and obligations of the parties will be construed and enforced as if the Contract did not contain the particular provision held to be invalid. 12. RENEGOTIATION OR MODIFICATIONS: This contract may be amended, modified, or supplemented only by written amendment to the contract, executed by authorized persons of the parties hereto, and attached to the original signed copy of the contract. Automatic renewals will not apply to this contract. 13. DEBARMENT: The Contractor certifies that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction (contract), by any governmental department or agency or political subdivision of any governmental entity. If the Contractor cannot certify this statement, attach a written explanation for review by SLCC. The Contractor must notify the SLCC Director of Purchasing within 30 days if debarred by any governmental entity during the Contract period. 14. TERMINATION: Unless otherwise stated in this Contract, this Contract may be terminated with cause by either party, in advance of the specified termination date, upon written notice being given by the other party. The party in violation will be given ten (10) working days after notification to correct and cease the violation(s), after which the contract may be terminated for cause. This contract may be terminated without cause, in advance of the specified expiration date, by either party, upon sixty (60) days prior written notice being given the other party. On termination of this contract, all accounts and payments will be processed according to the financial arrangements set forth herein for approved services rendered to date of termination. 15. NONAPPROPRIATION OF FUNDS: The Contractor acknowledges SLCC cannot contract for the payment of funds not yet appropriated by the Utah State Legislature. If funding to SLCC is reduced due to an order by the Legislature, Governor, Board of Regents, or is required by State law, or if federal funding (when applicable) is not provided, SLCC may terminate this contract or proportionately reduce the services and purchase obligations and the amount due from SLCC upon 30 days written notice. In the case that funds are not appropriated or are reduced, SLCC will reimburse Contractor for products delivered or services performed through the date of cancellation or reduction, and SLCC will not be liable for any future commitments, penalties, or liquidated damages. 16. SALES TAX EXEMPTION: SLCC’s State of Utah sales and use tax exemption number is 11890789-002. The tangible personal property or services being purchased are being paid from SLCC funds and used in the exercise of that entity’s essential functions. If the items being purchased are construction materials, they will be converted into real property by employees of this government entity, unless otherwise stated in the contract.
15 1/8/2015 11:19 AM
p. 19
Salt Lake Community College
Bid B5029
17. NOTIFICATION SLCC HAS 501(c) (3) STATUS: SLCC has been granted 501(c) (3) status under the provisions of Section 501(c) (3) of the Internal Revenue Code of 1986. SLCC’s 501(c) (3) status may mean sales tax may not apply to a SLCC contractor’s purchase(s) directly associated with a SLCC construction project; the contractor bears the entire responsibility to determine such with the State Tax Commission. 18. WARRANTY: The contractor agrees to warrant and assume responsibility for all products (including hardware, firmware, and/or software products) that it licenses, contracts, or sells to the College under this contract for a period of one year, unless otherwise specified and mutually agreed upon elsewhere in this contract. The contractor (seller) acknowledges that all warranties granted to the buyer by the Uniform Commercial Code of the State of Utah apply to this contract. Product liability disclaimers and/or warranty disclaimers from the seller are not applicable to this contract unless otherwise specified and mutually agreed upon elsewhere in this contract. In general, the contractor warrants that: 1) the product will do what the salesperson said it would do; 2) the product will live up to all specific claims that the manufacturer makes in their advertisements; 3) the product will be suitable for the ordinary purposes for which such product is used; 4) the product will be suitable for any special purposes that the College has relied on the contractor’s skill or judgment to consider when it advised the College about the product; 5) the product has been properly designed and manufactured; 6) the product is free of significant defects or unusual problems about which the College has not been warned. Remedies available to the College include the following: the contractor will repair or replace at no charge to the College the product whose nonconformance is discovered and made known to the contractor in writing. If the repaired and/or replaced product proves to be inadequate, or fails of its essential purpose, the contractor will refund the full amount of any payments that have been made. Nothing in this warranty will be construed to limit any rights or remedies the College may otherwise have under this contract. 19. PUBLIC INFORMATION: Except as identified in writing and expressly approved by SLCC, Contractor agrees that the contract will be a public document, and may be available for distribution. Contractor gives SLCC express permission to make copies of the contract in accordance with the State of Utah Government Records Access and Management Act. This permission to make copies as noted will take precedence over any statements of confidentiality, proprietary information, copyright information, or similar notation. 20. DELIVERY: All deliveries will be F.O.B. destination with all transportation and handling charges paid by the Contractor unless otherwise specified in this contract. Responsibility and liability for loss or damage will remain with Contractor until final inspection and acceptance when responsibility will pass to SLCC except as to latent defects, fraud and Contractor's warranty obligations. 21. ORDERING AND INVOICING: All orders will be shipped promptly in accordance with the delivery schedule. The Contractor will promptly submit invoices (within 30 days of shipment or delivery of services) to SLCC. The purchase order number and/or State Cooperative Contract number shall be listed on all invoices, freight tickets, and correspondence relating to the contract order. The prices paid by SLCC will be those prices listed in the contract. SLCC has the right to adjust or return any invoice reflecting incorrect pricing. 22. PAYMENT: Payments are normally made within 30 days following the date the order is delivered or the date a correct invoice is received, whichever is later. All payments to the Contractor will be remitted by mail unless paid by SLCC’s Purchasing Card (a major credit card). No payment will be made for services not rendered. 23. PATENTS, COPYRIGHTS, ETC.: The Contractor will release, indemnify and hold SLCC, its officers, agents and employees harmless from liability of any kind or nature, including the Contractor's use of any copyrighted or uncopyrighted composition, secret process, patented or un-patented invention, article or appliance furnished or used in the performance of this contract.
16 1/8/2015 11:19 AM
p. 20
Salt Lake Community College
Bid B5029
24. ASSIGNMENT/SUBCONTRACT: Contractor will not assign, sell, transfer, subcontract or sublet rights, or delegate responsibilities under this contract, in whole or in part, without the prior written approval of SLCC. 25. DEFAULT AND REMEDIES: Any of the following events will constitute cause for SLCC to declare Contractor in default of the contract: 1) Nonperformance of contractual requirements; 2) A material breach of any term or condition of this contract. SLCC will issue a written notice of default providing a ten (10) day period in which Contractor will have an opportunity to cure. Time allowed for cure will not diminish or eliminate Contractor's liability for damages. If the default remains, after Contractor has been provided the opportunity to cure, SLCC may do one or more of the following: 1) Exercise any remedy provided by law; 2) Terminate this contract and any related contracts or portions thereof; 3) Impose liquidated damages, if liquidated damages are listed in the contract; 4) Suspend Contractor from receiving future SLCC competitive solicitations. 26. FORCE MAJEURE: Neither party to this contract will be held responsible for delay or default caused by fire, riot, acts of God and/or war which is beyond that party's reasonable control. SLCC may terminate this contract after determining such delay or default will reasonably prevent successful performance of the contract. 27. ATTORNEY FEES. In the event it is necessary for either party to bring any action to enforce any of the terms of this Contract, it is agreed that the prevailing party will be entitled to its attorney’s fees and costs. 28. PROCUREMENT ETHICS: The Contractor understands that a person who is interested in any way in the sale of any supplies, services, construction, or insurance to SLCC is violating the law if the person gives or offers to give any compensation, gratuity, contribution, loan or reward, or any promise thereof to any person acting as a procurement officer on behalf of SLCC, or who in any official capacity participates in the procurement of such supplies, services, construction, or insurance, whether it is given for their own use or for the use or benefit of any other person or organization (63G-6a-2304.5, Utah Code Annotated, 1953, as amended). 29. CONFLICT OF TERMS: Contractor Terms and Conditions that apply must be in writing and attached to the contract. No other Terms and Conditions will apply to this contract including terms listed or referenced on a Contractor’s website, terms listed in a Contractor quotation/sales order, etc. In the event of any conflict in the contract terms and conditions, the order of precedence shall be: 1) Attachment A: SLCC Standard Terms & Conditions; 2) SLCC Contract Signature Page(s); 3) SLCC Additional Terms & Conditions, if any; 4) Contractor’s proposal/bid response (incorporated into Agreement by reference); and, 5) Contractor Terms & Conditions, if any. 30. ENTIRE AGREEMENT: This contract, including all Attachments, and documents incorporated by reference hereunder, and the related SLCC solicitation (if any) constitutes the entire agreement between the parties with respect to the subject matter, and supersedes any and all other prior and contemporaneous agreements and understandings between the parties, whether oral or written. The terms of this Agreement shall supersede any additional or conflicting terms or provisions that may be set forth or printed on the Contractor’s work plans, cost estimate forms, receiving tickets, invoices, or any other related standard forms or documents of the Contractor that may subsequently be used to implement, record, or invoice services hereunder from time to time, even if such standard forms or documents have been signed or initialed by a representative of SLCC. The parties agree that the terms of this Agreement shall prevail in any dispute between the terms of this Agreement and the terms printed on any such standard forms or documents, and such standard forms or documents shall not be considered written amendments of this Agreement. SLCC Office of Risk Management, Revised 01-25-13
17 1/8/2015 11:19 AM
p. 21
Salt Lake Community College
Bid B5029
PERFORMANCE BOND (Title 63, Chapter 56, U. C. A. 1953, as Amended) That
hereinafter referred to as the "Principal" and , a corporation organized and existing under the laws of the State of , with its principal office in the City of and authorized to transact business in this State and U. S. Department of the Treasury Listed (Circular 570, Companies Holding Certificates of Authority as Acceptable Securities on Federal Bonds and as Acceptable Reinsuring Companies); hereinafter referred to as the "Surety," are held and firmly bound unto the State of Utah, hereinafter referred to as the "Obligee, " in the amount of DOLLARS ($ ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written Contract with the Obligee, dated the in the County of
, State of Utah, Project No.
day of
, for the approximate sum of Dollars ($
, 20
, to construct
), which Contract is hereby incorporated by
reference herein. NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall faithfully perform the Contract in accordance with the Contract Documents including, but not limited to, the Plans, Specifications and conditions thereof, the one year performance warranty, and the terms of the Contract as said Contract may be subject to Modifications or changes, then this obligation shall be void; otherwise it shall remain in full force and effect. No right of action shall accrue on this bond to or for the use of any person or corporation other than the state named herein or the heirs, executors, administrators or successors of the Owner. The parties agree that the dispute provisions provided in the Contract Documents apply and shall constitute the sole dispute procedures of the parties. PROVIDED, HOWEVER, that this Bond is executed pursuant to the Provisions of Title 63, Chapter 56, Utah Code Annotated, 1953, as amended, and all liabilities on this Bond shall be determined in accordance with said provisions to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of , 20 . WITNESS OR ATTESTATION:
PRINCIPAL:
By: (Seal) Title: WITNESS OR ATTESTATION:
SURETY:
By: Attorney-in-Fact STATE OF
(Seal)
) ) ss. )
COUNTY OF On this day of , 20 , personally appeared before me , whose identity is personally known to me or proved to me on the basis of satisfactory evidence, and who, being by me duly sworn, did say that he/she is the Attorneyin-Fact of the above-named Surety Company and that he/she is duly authorized to execute the same and has complied in all respects with the laws of Utah in reference to becoming sole surety upon bonds, undertakings and obligations, and that he/she acknowledged to me that as Attorney-in-fact executed the same. Subscribed and sworn to before me this
day of
, 20
My commission expires: Resides at:
.
_____ NOTARY PUBLIC
Agency: _________________________________________________ Agent: _________________________________________________ Address: _________________________________________________ Phone: _________________________________________________
__
Approved As To Form: May 25, 2005 By Alan S. Bachman, Asst Attorney General
18 1/8/2015 11:19 AM
p. 22
Salt Lake Community College
Bid B5029
PAYMENT BOND (Title 63, Chapter 56, U. C. A. l953, as Amended) KNOW ALL PERSONS BY THESE PRESENTS: That
hereinafter referred to as the "Principal," and , a corporation organized and existing under the laws of the State of authorized to do business in this State and U. S. Department of the Treasury Listed (Circular 570, Companies Holding Certificates of Authority as Acceptable Securities on Federal Bonds and as Acceptable Reinsuring Companies); with its principal office in the City of , hereinafter referred to as the "Surety," are held and firmly bound unto the State of Utah hereinafter referred to as the "Obligee," in the amount of Dollars ($ ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written Contract with the Obligee, dated the day of , 20 , to construct in the County of , State of Utah, Project No. for the approximate sum of Dollars ($ ), which contract is hereby incorporated by reference herein. NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall pay all claimants supplying labor or materials to Principal or Principal's Subcontractors in compliance with the provisions of Title 63, Chapter 56, of Utah Code Annotated, l953, as amended, and in the prosecution of the Work provided for in said Contract, then, this obligation shall be void; otherwise it shall remain in full force and effect. That said Surety to this Bond, for value received, hereby stipulates and agrees that no changes, extensions of time, alterations or additions to the terms of the Contract or to the Work to be performed there under, or the specifications or drawings accompanying same shall in any way affect its obligation on this Bond, and does hereby waive notice of any such changes, extensions of time, alterations or additions to the terms of the Contract or to the Work or to the specifications or drawings and agrees that they shall become part of the Contract Documents. PROVIDED, HOWEVER, that this Bond is executed pursuant to the provisions of Title 63, Chapter 56, Utah Code Annotated, 1953, as amended, and all liabilities on this Bond shall be determined in accordance with said provisions to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this WITNESS OR ATTESTATION:
day of
, 20
.
PRINCIPAL:
By: (Seal) Title: WITNESS OR ATTESTATION:
STATE OF COUNTY OF On this
SURETY:
By: Attorney-in-Fact
) ) ss. ) day of
(Seal)
, personally appeared before me , whose identity is personally known to me or proved to me on the basis of satisfactory evidence, and who, being by me duly sworn, did say that he/she is the Attorney-in-fact of the above-named Surety Company, and that he/she is duly authorized to execute the same and has complied in all respects with the laws of Utah in reference to becoming sole surety upon bonds, undertakings and obligations, and that he/she acknowledged to me that as Attorney-in-fact executed the same. Subscribed and sworn to before me this My commission expires: Resides at:
, 20
day of
, 20
.
NOTARY PUBLIC
Agency: ________________________________________________ Agent: ________________________________________________ Address: ________________________________________________ Phone: ________________________________________________
Approved As To Form: May 25, 2005 By Alan S. Bachman, Asst Attorney General
19 1/8/2015 11:19 AM
p. 23
Salt Lake Community College
Bid B5029
BIDDER’S PROPOSED LIST OF SUBCONTRACTORS
Project Title: SLCC LHM Fire Alarm Upgrade We submit the following list of subcontractors for approval. We recognize this list as binding on us, and acknowledge SLCC’s right to reject any or all subcontractors, suppliers or vendors listed or unlisted which the College feels are unqualified to do the work.
TYPE OF WORK
SUBCONTRACTOR
CONTRACT AMOUNT
CONTRACTOR LICENSE NO.
Attach second sheet if necessary.
Company Name: ________________________________________ Date: _____________ Signed: ______________________________________ Printed: ______________________________________
20 1/8/2015 11:19 AM
p. 24
Salt Lake Community College
Bid B5029
CERTIFICATE OF SUBSTANTIAL COMPLETION
INSTITUION: SALT LAKE COMMUNITY COLLEGE PROJECT: SLCC LHM Fire Alarm Upgrade PROJECT NO.: B5029 The work performed under the subject Contract has been reviewed on this date and found to be substantially completed. DEFINITION OF SUBSTANTIAL COMPLETION The date of substantial completion of a project or specified area of a project is the date when the construction is sufficiently completed in accordance with the Contract Documents, as modified by any change orders agreed to by the parties, so that the Owner can occupy the project or specified area of the project for the use of which it was intended. A list of items to be completed or corrected, prepared by the Facilities Division and verified by the Architect is appended hereto. This list may not be exhaustive, and the failure to include an item on it does not alter the responsibility of the Contractor to complete all the work in accordance with the Contract Documents, including authorized changes thereof. ________________________________ ARCHITECT/ENGINEER
__________________________________________ AUTHORIZED FACILITIES REP. DATE
The Contractor sill complete or correct the work on the list of items appended hereto within _____________ days from the above date of issuance of this Certificate. ________________________________ CONTRACTOR
__________________________________________ AUTHORIZED FACILITIES REP. DATE
The Owner accepts the project or specified area of the project as substantially complete and will assume full possession of the project or specified area of the project at ________________ (time) on ________________________ (date). The responsibility for heat, utilities and insurance under the Contract Documents shall be as set forth below. ________________________________ OWNER
__________________________________________ AUTHORIZED FACILITIES REP. DATE
21 1/8/2015 11:19 AM
p. 25
Salt Lake Community College
Bid B5029
PROTECTION CONSULTANTS, INC.
Fire Protection Engineers -Since 1983-
FIRE ALARM SYSTEMS UPGRADE SALAT LAKE COMMUNITY COLLEGE – LARRY H MILLER CAMPUS MILLER FREE ENTERPRISE CENTER (MFEC) KAREN G MILLER CONFERENCE CENTER (KMCC) MILLER PROFESSIONAL DEVELOPMENT CENTER (MPDC) MILLER AUTOMOTIVE TRAINING CENTER (MATC) 9750 SOUTH 300 WEST SANDY, UT DFCM #14042660 SPECIFICATION SECTION 13851 FIRE ALARM SYSTEM
DATE: 09/19/2014 1199 South Main Street, Suite 101 DFCM REVIEW Centerville, UT STAMP 84014 Phone (801)295-6070 Fax (801)677-0000 1/8/2015 11:19 AM
p. 26
Salt Lake Community College
Bid B5029
SLCC LARRY H MILLER CAMPUS – MFEC, KMCC/MPDC & MATC BUILDINGS FIRE ALARM SYSTEMS UPGRADE DFCM PROJECT # 14042660 SECTION 13851 - FIRE ALARM SYSTEMS PART I - GENERAL 1.01
RELATED DOCUMENTS: A.
1.02
DESCRIPTION OF WORK: A.
1.03
Drawings and General Provisions of the Contract, including General and Supplementary Conditions and General Requirements, apply to the work specified in this section.
This section of the specifications includes the demolition of existing fire alarm systems and furnishing, installation, connection and testing of new microprocessor controlled, intelligent reporting fire alarm equipment required to form a complete, operative, coordinated systems to protect each of the following buildings on the Larry H Miller Campus of Salt Lake Community College in Sandy, UT Miller Professional Development Center (MPDC) Karen G Miller Conference Center & Miller Professional Development Center (KMCC/MPDC) Miller Automotive Training Center (MATC) Fire alarm systems shall include, but not be limited to: alarm initiating devices, alarm notification appliances, Fire Alarm Control Panels (FACP), remote power supplies, auxiliary control devices and relays, annunciators, conduit and wiring as shown on the drawings and specified herein.
QUALITY ASSURANCE: A.
The fire alarm systems shall comply with requirements of NFPA 72 (National Fire Alarm Code) for Local Protected Premises Signaling Systems except as modified and supplemented by this specification. The system field wiring shall be supervised either electrically or by software-directed polling of field devices.
B.
Major system components (control equipment, power supplies, network modules, annunciators, etc.) for the fire alarm systems shall be from a single manufacturer to ensure network inoperability. All products shall be furnished, installed, programmed and tested by a factory authorized/trained representative of the equipment Manufacturer. Fire alarm equipment installer shall have a local office located within 75 miles of the project location and shall be capable of providing emergency service (including parts/repairs) within 24 hours of notification by customer.
C.
All initiating devices shall be listed compatible with the control equipment used.
D.
Materials, devices and equipment shall be Underwriters Laboratories (UL) listed or Factory Mutual approved for use in fire alarm systems and shall comply with all applicable requirements of the following UL standards: 1. 2. 3. 4. 5. 6. 7. 8.
E.
Shop drawings shall be prepared by an engineering technician or senior engineering technician
September 20, 2014 1/8/2015 11:19 AM
UL 38 Manually Actuated Signaling Boxes UL 50 Cabinets and Boxes UL 864 Control Units for Fire Protective Signaling Systems UL 268 Smoke Detectors for Fire Protective Signaling Systems UL 268A Smoke Detectors for Duct Applications UL 464 Audible Signaling Appliances UL 521 Heat Detectors for Fire Protective Signaling Systems UL 1971 Visual Notification Appliances.
FIRE ALARM SYSTEM
SECTION 13851-1 p. 27
Salt Lake Community College
Bid B5029
SLCC LARRY H MILLER CAMPUS – MFEC, KMCC/MPDC & MATC BUILDINGS FIRE ALARM SYSTEMS UPGRADE DFCM PROJECT # 14042660 (Level III or Level IV) NICET certified for fire alarm design. Include NICET certification number on the drawings. Drawings will be signed by the technician and submitted for approval under his name. F. 1.04
Contractor (and/or subcontractor) shall be licensed as both an electrical and a fire alarm contractor in the State of Utah. License shall be active throughout the duration of the project.
SUBMITTALS: A.
Descriptive Data: Descriptive data shall be submitted on the following items of material and/or equipment. Such data shall consist of manufacturer's or supplier's catalog information in sufficient detail to allow verification that the material and/or equipment meets the specification requirements, or is equal to that specified. Descriptive data shall be included with the shop drawings submittal described in paragraph B below. 1. 2. 3. 4. 5. 6.
B.
Shop Drawings: Prior to ordering or installing any equipment, contractor shall prepare shop drawings for submittal to Utah State Fire Marshal and Owner/Engineer. Shop drawings shall include sufficient information, clearly presented, to determine compliance with drawings and specifications. Include manufacturer's name(s), model numbers, ratings, power requirements, equipment layout, device arrangement, complete wiring point-to-point diagrams, and conduit layouts. Indicate type and gauge of wire to be used for each different circuit type. Show annunciator layout, configurations, and terminations.
C.
Submit four sets of drawings, descriptive data, battery calculations and voltage drop calculations to the Owner/Engineer for review. After review and acceptance by the Owner/Engineer, submit to State Fire Marshal for review. Any review comments, and associated drawing revisions, from state or local approving authorities that affect the system design shall be approved by the Owner/Engineer prior to installation.
D.
Testing Documentations/Certificates: Upon completion of installation and prior to final acceptance testing, complete and submit fire alarm system record of completion. Record of completion, along with all other material and test certificates shall be submitted to Project Engineer.
E.
As-Built Drawings: A complete set of “as-built” drawings showing installed wiring, color coding, and wire tag notations for exact locations of all installed equipment, specific interconnections between all equipment, and internal wiring of the equipment shall be delivered to the owner upon completion of system. As built drawings shall be furnished in printed (reproducible) format as well as electronic format (PDF and DWG).
F.
O&M Manuals: Operating and instruction manuals shall be submitted prior to testing of the system. Three (3) complete sets of operating and instruction manuals shall be delivered to the owner upon completion. User operating instructions shall be provided prominently displayed on a separate sheet located next to the control unit in accordance with U.L. Standard 864.
G.
Warrantee Letter: Provide letter stating that contractor will warrant all equipment and wiring to be free from inherent mechanical and electrical defects for one year (365 days) from the date of final acceptance. Provide information regarding any equipment warrantee provided by the equipment
September 20, 2014 1/8/2015 11:19 AM
Fire alarm control panels. Annunciator panels. Remote power supplies for notification appliance circuits. Initiating devices (smoke detectors, heat detectors, manual pull stations, projected beam smoke detectors, monitor modules, etc.) Relay modules to control protected premise fire safety functions. Notification appliances.
FIRE ALARM SYSTEM
SECTION 13851-2 p. 28
Salt Lake Community College
Bid B5029
SLCC LARRY H MILLER CAMPUS – MFEC, KMCC/MPDC & MATC BUILDINGS FIRE ALARM SYSTEMS UPGRADE DFCM PROJECT # 14042660 manufacturer that exceeds 365 days. 1.05
SYSTEM DESCRIPTION:
1.06
A.
Remove existing fire alarm system in each building including all control equipment, enclosures, power supplies, initiating circuits and devices, notification appliance circuits and devices and all wiring. Existing conduit, junction boxes and wiring may remain where they comply with the provisions of the specification and will be used for new devices.
B.
Replace existing fire alarm control panel (FACP) in each building with new, addressable FACP. New FACP shall be same manufacturer/model for all buildings included in this contract and shall be capable of being networked together. Provide all required control panels, modules (including network modules), cabinets, power supplies, etc. To provide a complete and functional fire alarm system compliant with all applicable provisions of NFPA 72 and the international building/fire codes. Control panel shall have sufficient capacity to monitor all initiating devices shown on plans with an additional spare capacity of 20% for future expansion. Existing 120 VAC power circuit may be re-used but provide new batteries for secondary power supply. Existing SLC, initiating device and notification appliance circuits may be reconfigured and re-used if completely functional and compatible with new FACP/devices. Provide digital alarm communicator/transmitter and connect to existing primary and secondary phone lines to relay fire alarm and supervisory signals to off-premise monitoring company selected by owner.
C.
Furnish and install addressable initiating devices as indicated on the project drawings and as specified below: 1. Smoke detectors: Provide smoke detectors where indicated on drawings, in all corridors, lobbies, and areas open to corridors. Include additional smoke detectors where indicated on plans in areas without fire sprinklers. 2. Heat detectors: Provide heat detectors where indicated on drawings to provide automatic detection in required areas. 3. Duct smoke detectors: Provide duct mounted smoke detectors (sampling tube type) to detect smoke in return duct leaving air handler for each air movement system with a capacity in excess of 2,000 cfm. Provide an additional duct mounted smoke detector in supply ducts of all air movement systems with a capacity in excess of 15,000 cfm 4. Manual pull stations: Replace all existing manual pull stations with addressable devices. New pull stations may be mounted on existing junction boxes where present. 5. Addressable monitor modules: Furnish and install modules to facilitate monitoring of existing fire sprinkler water flow and valve tamper switches and other conventional initiating devices.
D.
Provide addressable relay modules as indicated on the project drawings and specified below to provide the following protected premise fire safety functions: 1. Fan shutdown (interface with existing climate control system) 2. Activation of NAC Circuits 3. Fire door release 4. Close fire smoke/dampers 5. Elevator emergency functions
E.
Furnish and install notification appliances and remote power supplies for notification appliance circuits as indicated on the drawings.
SYSTEM DESIGN: A.
Basic Performance:
September 20, 2014 1/8/2015 11:19 AM
FIRE ALARM SYSTEM
SECTION 13851-3 p. 29
Salt Lake Community College
Bid B5029
SLCC LARRY H MILLER CAMPUS – MFEC, KMCC/MPDC & MATC BUILDINGS FIRE ALARM SYSTEMS UPGRADE DFCM PROJECT # 14042660 1. 2. 3. 4. 5. 6. B.
Basic System Functional Operation: When a fire alarm condition is detected and reported by one of the system initiating devices, the following functions shall immediately occur: 1. 2. 3. 4. 5.
1.07
The system Alarm LED on the FACP shall flash. A local sounder with the control panel shall sound. LCD display on the FACP and all remote annunciators shall indicate all information associated with the fire alarm condition, including the type of alarm point and its location within the protected premises. In response to a fire alarm condition, the system will process all control programming and activate all system outputs (alarm notification appliances and/or relays) associated with the point(s) in alarm. Alarm signal shall be transmitted off-premise via the DACT to the central monitoring station selected by the owner.
C.
All wiring shall be free of opens, shorts and grounds. All wiring shall be installed in rigid conduit, metallic clad cable (MC), armored cable (AC) or EMT. All penetrations through rated partitions shall be fire stopped with a suitable caulking compound. All wiring (except new power distribution circuits) shall be fire power limited (FPL) with minimum 300V insulation or equivalent complying with NFPA 70 Article 760.
D.
Provide a ground fault detection circuit, to detect positive and negative grounds on all field wiring. The ground fault detector shall operate the general trouble devices as specified but shall not cause an alarm to be sounded. Ground fault will not interfere with the normal operation, such as alarm, or other trouble conditions.
E.
All low voltage circuits will be protected by microprocessor controlled power limiting or have self restoring polyswitches for the following: smoke detector power, main power supply, indicating appliance circuits, battery standby power and auxiliary output.
F.
Notification circuits shall be designed to limit the voltage drop to a maximum of 20% from the power supply to the most remote device on any notification circuit.
G.
All visible alarms within a single field of view shall flash in synchronization.
H.
Secondary power supply (battery backup) shall be sufficient to provide a minimum of 24 hours of standby power with an additional reserve to operate the system for 5 minutes in alarm. WARRANTY: A.
The contractor shall warrant all equipment and wiring free from inherent mechanical and electrical defects for one year (365 days) from the date of final acceptance.
September 20, 2014 1/8/2015 11:19 AM
Alarm, trouble and supervisory signals from all intelligent reporting devices shall be encoded on NFPA Style 6 or 7 (Class A) Signaling Line Circuits (SLC). Initiation Device Circuits (IDC) shall be wired Class A (NFPA Style D) as part of an addressable device connected by the SLC Circuit. Notification Appliance Circuits (NAC) shall be wired Class A (NFPA Style Z). All circuits shall be power-limited, per 1995 UL864 requirements. A single ground fault or open circuit on the system Signaling Line Circuit shall not cause system malfunction, loss of operating power or the ability to report an alarm. Alarm signals arriving at the main FACP shall not be lost following a primary power failure or outage of any kind until the alarm signal is processed and recorded.
FIRE ALARM SYSTEM
SECTION 13851-4 p. 30
Salt Lake Community College
Bid B5029
SLCC LARRY H MILLER CAMPUS – MFEC, KMCC/MPDC & MATC BUILDINGS FIRE ALARM SYSTEMS UPGRADE DFCM PROJECT # 14042660 1.08
APPLICABLE CODES AND STANDARDS: A.
The specifications and standards listed below form a part of this specification. The system shall fully comply with all applicable provisions of the latest issue of these standards. 1. 2. 3. 4. 5. 6. 7. 8.
International Building Code – 2012 edition International Fire Code – 2012 edition International Mechanical Code – 2012 edition Utah State Fire Marshal Rule R710-4 NFPA 70 - National Electrical Code – 2011 edition NFPA 72 - National Fire Alarm Code – 2010 edition NFPA 90A - Standard for the Installation of Air-Conditioning and Ventilating Systems 2012 edition DFCM standards/established procedures
PART II - PRODUCTS 2.01
2.02
GENERAL: A.
All equipment and components shall be new, and the manufacturer's current model. The installer shall be an authorized representative of the manufacturer of the major equipment, such as control panels and shall be responsible for the satisfactory installation of the complete system.
B.
All equipment and components shall be installed in strict compliance with manufacturers' recommendations. Consult the manufacturer's installation manuals for all wiring diagrams, schematics, physical equipment sizes, etc., before beginning system installation.
C.
All equipment shall be attached to walls and ceiling/floor assemblies and shall be held firmly in place. Fasteners and supports shall be adequate to support the required load.
CONDUIT AND WIRE: A. Conduit: 1. 2. 3.
4.
5.
6. 7. September 20, 2014 1/8/2015 11:19 AM
Conduit shall be in accordance with The National Electrical Code (NEC), local and DFCM requirements. Conduit fill shall not exceed 40 percent of interior cross sectional area where three or more cables are contained within a single conduit. Cable must be separated from any open conductors of Power, or Class 1 circuits, and shall not be placed in any conduit, junction box or raceway containing these conductors, as per NEC Article 760-29. Wiring for 24 volt control, alarm notification, emergency communication and similar power-limited auxiliary functions may be run in the same conduit as initiating and signaling line circuits. All circuits shall be provided with transient suppression devices and the system shall be designed to permit simultaneous operation of all circuits without interference or loss of signals. Conduit shall not enter the fire alarm control panel, or any other remotely mounted control panel equipment or backboxes, except where conduit entry is specified by the equipment manufacturer. Conduit shall be 1/2 inch minimum. Install conduit attached to structure by straps, staples, hangers or similar fittings designed FIRE ALARM SYSTEM
SECTION 13851-5 p. 31
Salt Lake Community College
Bid B5029
SLCC LARRY H MILLER CAMPUS – MFEC, KMCC/MPDC & MATC BUILDINGS FIRE ALARM SYSTEMS UPGRADE DFCM PROJECT # 14042660
8.
9. 10.
B.
Wire: 1. 2.
3. 4. 5. 6.
7. 8.
2.03
All fire alarm system wiring must be new unless specified herein. Wiring shall be in accordance with local, state and national codes (e.g., NEC Article 760) and as recommended by the manufacturer of the fire alarm system. Number and size of conductors shall be as recommended by the fire alarm system manufacturer, but not less than 18 AWG (1.02 mm) for initiating device circuits and signaling line circuits, and 12 or 14 AWG (1.63 mm) for notification appliance circuits. All wire and cable shall be listed and/or approved by a recognized testing agency for use with a protective signaling system. All wiring shall be installed inside permanent conduit or raceway or contained inside approved junction boxes or enclosures. The system shall permit the use of IDC and NAC wiring in the same conduit or raceway with the multiplex communication loop. All field wiring shall be completely supervised. In the event of a primary power failure, disconnected standby battery, removal of any internal modules, or any open circuits in the field wiring; a trouble signal will be activated until the system and its associated field wiring are restored to normal condition. Terminal Boxes, Junction Boxes and Cabinets: All boxes and cabinets shall be UL listed for their use and purpose. The fire alarm control panel and remote notification circuit power supplies shall be connected to dedicated branch circuits. Existing power circuit to FACP to be removed may be reused. Each circuit shall be labeled at the power distribution panel as FIRE ALARM. Primary power wiring shall be 12 AWG. Cabinets shall be grounded securely to either a cold water pipe or grounding rod.
FIRE ALARM CONTROL PANEL: A.
Install all required expansion modules to ensure adequate SLC loop capacity for all initiating devices and control relays shown on drawings with an additional reserve or a least 20% for future expansion.
B.
The FACP must have an integrated UL approved digital communicator. The communicator must allow local and remote up/downloading of system operating options, event history, and detector sensitivity data. The FACP must automatically test the smoke detectors in compliance with NFPA standards to ensure that they are within listed sensitivity parameters and be listed with Underwriters Laboratories for this purpose.
September 20, 2014 1/8/2015 11:19 AM
and installed to support conduit. Installation shall conform to DFCM requirements, NFPA 70 Article 760 and 300.4. Conduit shall be rigid or EMT. Flexible conduit may be used for a drop to a single device. Metal clad or armored cable may be used as an alternate to conduit where installed concealed above ceilings or inside walls and supported in accordance with NFPA 70, DFCM requirements and NEMA RV1. In finished areas where concealing the conduit is not possible, wire mold will be acceptable. All wire mold runs must be approved by project manager and engineer prior to installation. Conduit shall be concealed above ceilings or in walls where ceiling or walls are present. Conduit may be installed exposed in unfinished areas. Conduit and junction boxes used for the fire alarm system shall be marked and labeled to indicate that they are part of the building fire alarm system. Conduits shall be periodically marked with red paint and labeled to indicate the circuit type and designation contained inside. Junction boxes shall be painted red.
FIRE ALARM SYSTEM
SECTION 13851-6 p. 32
Salt Lake Community College
Bid B5029
SLCC LARRY H MILLER CAMPUS – MFEC, KMCC/MPDC & MATC BUILDINGS FIRE ALARM SYSTEMS UPGRADE DFCM PROJECT # 14042660 C.
The FACP must compensate for the accumulation of contaminants that affect detector sensitivity. Maintenance alert feature (differentiated from trouble condition), detector sensitivity selection, auto-programming mode (Jumpstart) and the ability to upgrade the core operating software on site or over the telephone.
D.
The main communication bus shall be capable of class A or class B configuration with a total Bus length of not less than 6,000 feet.
E.
The main control must have a built in annunciator with a minimum 80 character LCD display and feature LED’s for General alarm, Supervisory, System trouble, System silence and Power. When in the normal condition the LCD shall display time and date which is capable of automatic daylight savings time adjustments. The annunciator must be able to silence and reset alarms through the use of a keypad-entered code, or by using a firefighter key. The annunciators must have twenty levels of user codes that will allow the limitation of operating system programming to authorized individuals.
F.
Provide all necessary system expansion modules required to provide a complete and functional fire alarm system as described on the project drawings and specified herein.
2.04
NOT USED:
2.05
ANNUNCIATOR PANELS: A.
2.06
DACT: A.
2.07
The fire system shall be capable of supporting up to eight remote annunciators. LCD Remote annunciators shall have the same control and display layout so that they match identically the built in annunciator on the FACP. Remote annunciators shall be capable of operating at a distance of 6000 feet from the main control panel on unshielded non-twisted cable.
The digital communicator shall be capable of reporting all zones or points of alarm, supervisory, and trouble as well as all system status information such as loss of AC, low battery, ground fault, loss of supervision to any remote devices with individual and distinct messages to a central station or remote station. The communicator must also be capable of up/downloading of all system programming options, Event history and Sensitivity compliance information to a PC on site or at a remote location. The communicator shall have an answering machine bypass feature that will allow the panel to respond to communication even on phone lines that have other communication equipment present. The communicator must be capable of reporting via SIA and Contact ID formats. The communicator shall have a delayed AC loss report function which will provide a programmable report delay plus a 10-25 min random component to help ease traffic to the central station during a power outage. DACT shall be integrated into the FACP circuitry or may be a separate card or panel connected to FACP and installed in FACP or adjacent enclosure. Configure DACT to transmit complete point address and description of device experiencing alarm, supervisory or trouble condition to central station.
SLC CIRCUITS: A.
Each SLC shall be capable of a wiring distance of 10,000 feet from the SLC driver module and be capable of supporting at least 127 devices per loop. The communication protocol to SLC devices must be digital. Any SLC loop device, which goes into alarm, must interrupt the polling cycle for priority response from the FACP. The FACP must respond consistently to a device that goes into alarm on an SLC in under 3 seconds. The SLC shall be capable of functioning in a class A configuration.
September 20, 2014 1/8/2015 11:19 AM
FIRE ALARM SYSTEM
SECTION 13851-7 p. 33
Salt Lake Community College
Bid B5029
SLCC LARRY H MILLER CAMPUS – MFEC, KMCC/MPDC & MATC BUILDINGS FIRE ALARM SYSTEMS UPGRADE DFCM PROJECT # 14042660 2.08
SLC LOOP DEVICES: A.
2.09
Devices supported must include analog photoelectric, ionization smoke detectors, analog heat detectors, manual pull stations, contact monitoring modules and relay output modules. There is to be no limit to the number of any particular device type that can be connected to the SLC.
ADDRESSABLE SYSTEM DEVICES - GENERAL: A.
Addressable devices shall provide an address-setting means using rotary decimal switches. 1. 2. 3.
4.
5. 6. 7. 8. 2.10
INTELLIGENT PHOTOELECTRIC SMOKE DETECTOR: A.
2.11
The detectors shall use the photoelectric (light-scattering) principal to measure smoke density and shall, on command from the control panel, send data to the panel representing the analog level of smoke density.
INTELLIGENT THERMAL DETECTORS: A.
2.12
Thermal detectors shall be intelligent addressable devices rated at 135 degrees Fahrenheit (58 degrees Celsius) fixed temperature element. Detectors incorporating a rate of rise mechanism shall not be used. Detector shall mount to a base that is connected to the fire alarm control panel signaling line circuit.
ADDRESSABLE PROJECTED BEAM DETECTORS: A.
Single-ended, reflective design.
B.
Six user-selectable sensitivity levels.
C.
Operates in range from 16 feet to 328 feet.
D.
Temperature Range of Device: Minus 22 degrees F to 131 degrees F.
September 20, 2014 1/8/2015 11:19 AM
Addressable devices shall use simple to install and maintain address switches. Detectors shall be Analog and Addressable, and shall connect to the fire alarm control panel's Signaling Line Circuits. Addressable smoke and thermal detectors shall provide dual (2)status LEDs. Both LEDs shall flash under normal conditions, indicating that the detector is operational and in regular communication with the control panel, and both LEDs shall be placed into steady illumination by the control panel, indicating that an alarm condition has been detected. Using software in the FACP, detectors shall automatically compensate for dust accumulation and other slow environmental changes that may affect their performance. The detectors shall be listed by UL as meeting the calibrated sensitivity test requirements of NFPA Standard 72, Chapter 7. The detectors shall be ceiling-mount and shall include a separate twist-lock base which includes a tamper proof feature. The detectors shall provide a test means whereby they will simulate an alarm condition and report that condition to the control panel. Detectors shall also store an internal identifying type code that the control panel shall use to identify the type of device (ION, PHOTO, THERMAL). Provide individual label for each addressable device to indicate device address. Label shall be permanently attached to device and shall be legible from the floor.
FIRE ALARM SYSTEM
SECTION 13851-8 p. 34
Salt Lake Community College
Bid B5029
SLCC LARRY H MILLER CAMPUS – MFEC, KMCC/MPDC & MATC BUILDINGS FIRE ALARM SYSTEMS UPGRADE DFCM PROJECT # 14042660
2.13
2.14
2.15
2.16
E.
Beam Detector: Automatic gain control to compensate for gradual signal deterioration from dirt accumulation on lenses.
F.
UL Listed.
G.
Ability to be tested using built-in calibrated test filters actuated from remote test station.
INTELLIGENT DUCT SMOKE DETECTOR: A.
The in-duct smoke detector housing shall accommodate an intelligent photoelectric detector that provides continuous analog monitoring and alarm verification from the panel.
B.
When sufficient smoke is sensed, an alarm signal is initiated at the FACP, and appropriate action taken to shutdown air handling systems to help prevent the rapid distribution of toxic smoke and fire gases throughout the areas served by the duct system.
ADDRESSABLE DRY CONTACT MONITOR MODULE: A.
Addressable monitor modules shall be provided to connect one supervised IDC zone of conventional alarm initiating devices (any N.O. dry contact device) to one of the fire alarm control panel SLC loops.
B.
The monitor module shall mount in a 4-inch square, 2-1/8 inch deep electrical box.
C.
The IDC zone shall be suitable for Class A Style D operation. An externally visible LED shall be provided that shall flash under normal conditions, indicating that the monitor module is operational and in regular communication with the control panel. LED shall illuminate continuously when monitored device is in alarm state.
ADDRESSABLE CONTROL MODULE: A.
Addressable control modules shall be provided to supervise and control the operation of one conventional NACs of compatible, 24 VDC powered, polarized audio/visual notification appliances. For fan shutdown and other auxiliary control functions, the control module may be set to operate as a dry contract relay.
B.
The control module shall mount in a standard 4-inch square, 2-1/8 inch deep electrical box, or to a surface mounted backbox.
C.
The control module NAC may be wired for Style Z (Class A) with up to 1 amp of inductive A/V signal, or 2 amps of resistive A/V signal operation, or as a dry contact (Form-C) relay. The relay coil shall be magnetically latched to reduce wiring connection requirements, and to insure that 100% of all auxiliary relay or NACs may be energized at the same time on the same pair of wires.
D.
Audio/visual power shall be provided by a separate supervised power loop from the main fire alarm control panel or from a supervised, UL listed remote power supply.
E.
The control module shall be suitable for pilot duty applications and rated for a minimum of 0.6 amps at 30 VDC.
MANUAL PULL STATIONS:
September 20, 2014 1/8/2015 11:19 AM
FIRE ALARM SYSTEM
SECTION 13851-9 p. 35
Salt Lake Community College
Bid B5029
SLCC LARRY H MILLER CAMPUS – MFEC, KMCC/MPDC & MATC BUILDINGS FIRE ALARM SYSTEMS UPGRADE DFCM PROJECT # 14042660 A.
2.17
Manual Fire Alarm Stations shall be non-coded, double action type, with a key operated test reset lock in order that they may be tested, and so designed that after actual emergency operation, they cannot be restored to normal except by use of a key. The reset key shall be so designed that it will reset the manual Pull Station and open the FACP cabinet without use of another key. An operated station shall automatically condition itself so as to visually detected, as operated, at a minimum distance of fifty feet, front or side. Manual stations shall be constructed of die cast metal with clearly visible operating instructions on the front of the station in raised letters. Stations shall be suitable for surface mounting on matching back box, or semi-flush mounting on a standard single gang box, and shall be installed within the limits defined by the Americans with Disabilities Act (ADA) dependent on Manual Station accessibility or per local requirements.
BATTERIES AND EXTERNAL CHARGER: A.
Battery: 1. 2. 3.
B.
External Battery Charger: 1.
2. 3. 4. 2.18
2.19
Shall be completely automatic, with constant potential charger maintaining the battery fully charged under all service conditions. Charger shall operate from a 120-volt 60 hertz source. Shall be rated for fully charging a completely discharged battery within 48 hours while simultaneously supplying any loads connected to the battery. Shall have protection to prevent discharge through the charger. Shall have protection for overloads and short circuits on both AC and DC sides.
ENCLOSURES: A.
The control panels shall be housed in a UL listed cabinet suitable for surface or semi-flush mounting. Cabinet and front shall be corrosion protected, given a rust-resistant prime coat, and manufacturer's standard finish.
B.
The back box and door shall be constructed of 0.060 steel with provisions for electrical conduit connections into the sides and top.
C.
The door shall provide a key lock and shall include a glass or other transparent opening for viewing of all indicators.
D.
The control unit shall be modular in structure for ease of installation, maintenance, and future expansion.
NOTIFICATION APPLIANCES: A.
The visible and audible/visible signals shall be listed by Underwriters Laboratories Inc. per UL 1971 and/or 1638.
September 20, 2014 1/8/2015 11:19 AM
Shall be 12 volt, Gell-Cell type. Battery shall have sufficient capacity to power the fire alarm system for not less than 24 hours plus 5 minutes of alarm upon a normal AC power failure. The batteries are to be completely maintenance free. No liquids are required. Fluid level checks refilling, spills and leakage shall not be required.
FIRE ALARM SYSTEM
SECTION 13851-10 p. 36
Salt Lake Community College
Bid B5029
SLCC LARRY H MILLER CAMPUS – MFEC, KMCC/MPDC & MATC BUILDINGS FIRE ALARM SYSTEMS UPGRADE DFCM PROJECT # 14042660
2.20
B.
Each indicating appliance circuit shall be electrically supervised for opens, grounds and short circuit faults, on the circuit wiring, and shall be so arranged that a fault condition on any indicating appliance circuit or group of circuits will not cause an alarm to sound. The occurrence of any fault will light the trouble LED and sound the system trouble sounder, but will not interfere with the proper operation of any circuit which does not have a fault condition.
C.
The notification appliance (combination audible/visible units only) shall produce a peak sound output of 90dba or greater as measured in an anechoic chamber. The visible signaling appliance shall maintain a minimum flash rate of 1Hz or greater regardless or power input voltage. The appliance shall also be capable of meeting the candela requirements of the blueprints presented by the Engineer and ADA. The appliance shall be capable of synchronization with all other appliances in the same filed of view.
D.
The appliance shall be polarized to allow for electrical supervision of the system wiring.
E.
The unit shall be provided with terminals with barriers for input/output wiring and be able to mount a single gang or double gang box or double workbox with the use of an adapter plate.
F.
The unit shall have an input voltage range of 20-30 volts with either direct current or full wave rectified power.
SPARE DEVICES: A.
Furnish the owner with a stock of spare initiating devices and notification appliances to allow for future addition/relocation of devices or replacement of equipment that fails after expiration of the warrantee period. Manufacturer and model number of spare devices shall match those of devices used for the system installation. Minimum number and type of devices per building shall be as indicated below: 1. 2. 2. 3. 4. 5.
Four addressable smoke detectors. One addressable heat detectors One addressable manual pull station. One addressable contact monitor module. One addressable control module. Six notification appliances corresponding to the type and proportion of notification appliances installed.
PART III - EXECUTION 3.01
3.02
INSPECTION: A.
Contractor shall be responsible to attend a mandatory pre-bid walk through of the buildings. If required, an additional pre-bid inspection can be arranged. The contractor shall be responsible to examine all areas and conditions under which fire alarm systems are to be installed and identify conditions detrimental to proper completion of the work. All unsatisfactory conditions shall be specifically identified in the bid.
B.
Extent and location of existing fire alarm equipment shown on bid drawings is based on informal field surveys of each building and should be considered to be approximate. Contractor shall be responsible to conduct a detailed inspection to verify conditions prior to preparing shop drawings and/or installing the new fire alarm system.
INSTALLATION: A.
Installation shall be in accordance with the NEC, NFPA 72, local and state codes, as shown on the
September 20, 2014 1/8/2015 11:19 AM
FIRE ALARM SYSTEM
SECTION 13851-11 p. 37
Salt Lake Community College
Bid B5029
SLCC LARRY H MILLER CAMPUS – MFEC, KMCC/MPDC & MATC BUILDINGS FIRE ALARM SYSTEMS UPGRADE DFCM PROJECT # 14042660 drawings, and as recommended by the major equipment manufacturer. B.
3.03
3.04
All conduit, junction boxes, conduit supports and hangers shall be concealed in finished areas and may be exposed in unfinished areas. Smoke detectors shall not be installed prior to the system programming and test period.
C.
All fire detection and alarm system devices, control panels and remote annunciators (unless otherwise noted on drawings) shall be flush mounted when located in finished areas and may be surface mounted when located in unfinished areas.
D.
Contractor is responsible for making his own job check and any necessary adjustments in the design prior to installation. Make final coordination with existing building elements and adjust design as necessary. Major conflicts shall be brought to the attention of the Project Engineer for resolution.
E.
Work shall be performed in a manner to minimize interruptions in service of the existing fire alarm system. Contractor shall be responsible to provide a fire watch throughout all times that the automatic fire alarm and detection service is interrupted. Off-premise monitoring of the fire sprinkler control valves and water flow switches shall be provided at all times.
F.
Existing conduit and junction boxes not used for the new fire alarm system may remain. Contractor shall remove all existing wiring from abandoned conduits and junction boxes. Abandoned junction boxes in finished areas shall be covered with a decorative plate (to be approved by the owner).
G.
Work only in one area of a building at a time. Complete all required work in that area before proceeding to the next area.
H.
Contractor shall prepare a schedule of work to be performed and submit the schedule to the building coordinator for review/approval.
I.
Work during normal business hours will be allowed but must be scheduled in advance with building coordinator. Operations involving the creation of dust, debris or distracting noise shall be scheduled in advance with the building coordinator and shall be performed early in the morning or near the end of the work day. FIELD QUALITY CONTROL: A.
Obtain permits and post bonds as required by state and local AHJ's (Authorities Having Jurisdiction).
B.
Inform AHJ's of job progress. Request presence of AHJ’s, perform tests, and document results using Contractor's Material and Test Certificates.
TESTING/TRAINING: A.
Make and pay for all tests required by applicable codes during and after completion of the work and correct and defects in the systems indicated by the tests.
B.
The service of a competent, factory-trained engineer or technician authorized by the manufacturer of the fire alarm equipment shall be provided to technically supervise and participate during all of the adjustments and tests for the system.
September 20, 2014 1/8/2015 11:19 AM
FIRE ALARM SYSTEM
SECTION 13851-12 p. 38
Salt Lake Community College
Bid B5029
SLCC LARRY H MILLER CAMPUS – MFEC, KMCC/MPDC & MATC BUILDINGS FIRE ALARM SYSTEMS UPGRADE DFCM PROJECT # 14042660
C.
Testing shall include but not be limited to the following: 1. 2. 3. 4. 5. 6. 7. 8. 9. 10.
11. D.
3.05
Instruction shall be required for operating the system. Hands-on demonstrations of the operation of all system components and the entire system including program changes and functions shall be provided. B.
3.07
At the final inspection, a factory-trained representative of the manufacturer of the major equipment shall demonstrate that the system functions properly in every respect.
INSTRUCTION: A.
3.07
Train the Owner's maintenance personnel in the proper operation, testing and maintenance of all installed equipment. Training shall be sufficient to enable owner to service equipment, add or remove devices and make programming changes.
FINAL INSPECTION: A.
3.06
The contractor and/or the systems manufacturer's representatives shall provide a typewritten "Sequence of Operation
CLEANING: A.
Remove dust, scale, debris, and foreign substances from interior and exterior of devices, equipment, and materials prior to installation.
B.
Upon job completion, remove tools, surplus materials and equipment, leaving all areas broom clean.
AUTHORITIES HAVING JURISDICTION: A.
Acceptance of installation is subject to final inspection and approval by: 1. 2.
September 20, 2014 1/8/2015 11:19 AM
Before energizing the cables and wires, check for correct connections and test for short circuits, ground faults, continuity, and insulation. Open initiating device circuits and verify that the trouble signal actuates. Open signaling line circuits and verify that the trouble signal actuates. Open and short notification appliance circuits and verify that trouble signal actuates. Ground initiating device circuits and verify response of trouble signals. Ground signaling line circuits and verify response of trouble signals. Ground notification appliance circuits and verify response of trouble signals. Check alert tone and prerecorded voice message to all alarm notification devices. Check installation, supervision, and operation of all intelligent smoke detectors using walk test. Each of the alarm conditions that the system is required to detect should be introduced on the system. Verify the proper receipt and the proper processing of the signal at the FACP and the correct activation of the control points. Test system batteries to verify that secondary power supply is sufficient to provide specified standby and alarm power.
State of Utah Fire Marshal’s Office State of Utah Division of Facilities and Construction Management FIRE ALARM SYSTEM
SECTION 13851-13 p. 39
Salt Lake Community College
Bid B5029
SLCC LARRY H MILLER CAMPUS – MFEC, KMCC/MPDC & MATC BUILDINGS FIRE ALARM SYSTEMS UPGRADE DFCM PROJECT # 14042660 3. 4. 5.
SLCC Fire Marshal Building Maintenance Personnel Project Engineer. END OF SECTION 13851
September 20, 2014 1/8/2015 11:19 AM
FIRE ALARM SYSTEM
SECTION 13851-14 p. 40
Salt Lake Community College
1
2
3
4
5
6
7
8
9
Bid B5029
10
11
12
13
14
16
15
DRAWING SCHEDULE SHEET
DRAWING TITLE
BASE BID A
FIRE ALARM SYSTEM
FA-0
COVER SHEET
FA-1
FIRE ALARM PLAN - MFEC 1ST LEVEL
FA-2
FIRE ALARM PLAN - MEFC 2ND LEVEL
FA-3
FIRE ALARM PLAN - KMCC/MPDC 1ST LEVEL
FA-4
FIRE ALARM PLAN - MPDC 2ND LEVEL
FA-5
FIRE ALARM PLAN - MATC 1ST LEVEL
FA-6
FIRE ALARM PLAN - MATC 2ND LEVEL
FA-7
FIRE ALARM NOTES, DETAILS & SCHEDULES
A
09/19/14 ENGINEER’S STAMP
B
B
UPGRADE CODE ANALYSIS Year
A. Applicable Codes:
SALT LAKE COMMUNITY
C
COLLEGE - LARRY H. MILLER
1. International Building Code
2012
2. International Fire Code
2012
3. ADA Accessibility Guidelines
1994
4. National Electrical Code (NFPA 70)
2011
5. International Mechanical Code
2012
6. Utah State Fire Marshall Rule R710-4
N/A
7. National Fire Alarm Code (NFPA 72)
DFCM REVIEW STAMP C
2010
B. Building Parameters: MILLER FREE ENTERPRISE CENTER (MFEC)
CAMPUS
1. Occupancy Group:
MIXED - GROUPS A3, SI
2. Building Area:
48,000 Sq.Ft.
3. Allowable Area - Unlimited (IBC 507.3) UNLIMITED (IBC 507.4)
Type II-B
6. Fire Sprinklers:
Yes
7. Occupancy Seperations:
None
D
USFM REVIEW STAMP
1199 Sout h M ai n St reet
KAREN G. MILLER CONFERENCE CENTER (KMCC)
MILLER PROFESSINAL DEVELOPMENT CENTER (MPDC)
MILLER PROFESSIONAL DEVELOPMENT CENTER (MPDC)
1. Occupancy Group:
MIXED - GROUPS A3, B
2. Building Area:
38,000 Sq.Ft.
3. Allowable Area - Unlimited (IBC 507.3) UNLIMITED (IBC 507.4)
MILLER AUTOMOTIVE TRAINING CENTER (MATC) E
4. Stories:
2
5. Type of Construction:
Type II-B
6. Fire Sprinklers:
Yes
7. Occupancy Seperations:
YES I HOUR WALL BETWEEN KMCC & MPDC
Fax:8016770000
2
5. Type of Construction:
Phone:8012956070
4. Stories:
C. Building Parameters: KAREN G. MILLER CONFERENCE CENTER (KMCC) &
Cent ervi l l e,U T 84014
MILLER FREE ENTERPRISE CENTER (MEEC)
Sui t e #101
D
E
D. Building Parameters: MILLER AUTOMOTIVE TRAINING CENTER (MATC)
9750 SOUTH 300 WEST
1. Occupancy Group:
MIXED - GROUPS SI & B
2. Building Area:
50,000 Sq.Ft.
3. Allowable Area - Unlimited (IBC 507.3) UNLIMITED (IBC 507.4) 2
4. Stories:
SANDY, UTAH 84070
5. Type of Construction:
Type II-B
6. Fire Sprinklers:
Yes
7. Occupancy Seperations:
None
REVISIONS: F
F
S
OF U T A
H
DRAWING DATE:
09/19/14
REVISION DATE:
XX/XX/XX
JOB NUMBER:
1896
STATE OF UTAH
DRAWN BY:
BAJ
CHECKED BY:
GTJ
SCHEDULE OF DEFERRED SUBMITTALS
DFCM PROJECT NO. 14042660
FIRE ALARM SYSTEM SHOP DRAWINGS
2
FIRE ALARM SYSTEM EQUIPMENT CUT SHEETS
3
FIRE ALARM SYSTEM BATTERY CALCULATIONS
4
FIRE ALARM SYSTEM VOLTAGE DROP CALCULATIONS
SCOPE OF BID ALTERNATE #1: ADD SMOKE/HEAT DETECTION PER NFPA 72 (FOR COMPLETE COVERAGE) AND USFM R-710 THROUGHOUT PORTIONS OF EXISTING BUILDING NOT PROTECTED
I
PROTECTION CONSULTANTS, INC.
BY FIRE SPRINKLERS. SEE SHEET FA-7, FA-8, FA-9 AND FA-10.
VICINITY MAP
FIRE PROTECTION ENGINEERS -Since 1983-
PROTECTION CONSULTANTS, INC. 1199 SOUTH MAIN STREET, SUITE #101 - CENTERVILLE, UT 84012 - 801.295.6070
J
FI RE ALARM SYSTEM REPLACEM ENT
H
DESCRIPTION
1
SALT LAKE COM M UNI TY COLLEGE
SUB #
SANDY,UTAH 84070
DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF FACILITIES CONSTRUCTION AND MANAGEMENT 4110 State Office Building / SLC, Utah 84114 / (801) 538-3018
H
I
COVER SHEET
FA-0 1
2
1/8/2015 11:19 AM
3
4
5
6
7
8
9
G
105070 REVIEW
DWG ISSUE:
9750 SOUTH 300 W EST
H T
E
1847
G
DFCM PROJECT #14042660
UST RY ND I
LARRY H.M I LLER
G R E AT
S
E
HE FT O
E T A T
L A
10
11
12
13
14
15
16
p. 41
J
Salt Lake Community College
1
2
3
4
5
6
7
8
A
Bid B5029
9
10
11
12
13
14
16
15
A
06
R
F
T
M
T
09/19/14
M
ENGINEER’S STAMP
10
PARTS 111A
110cd
C
CLASSROOM 113
C
R
110cd
R
R
B
15cd
B
75cd
75cd R N
CASHIER 111B 15cd
N
WASH 107C D
DFCM REVIEW STAMP N
C
C
CORRIDOR 100C
N
LOBBY 117
75cd
N
R
R R
110cd
75cd
STORAGE 107D
R
OFFICE 117C
110cd R
D
D
OFFICE 117B
Fax:8016770000
Phone:8012956070
Cent ervi l l e,U T 84014
OFFICE 117A
STORAGE 107F
R
USFM REVIEW STAMP
Sui t e #101
CLASSROOM 108
1199 Sout h M ai n St reet
STORAGE 107E
R
R
E
E 15cd
N
R
CORRIDOR 100A R
15cd
R
R
CORRIDOR 100A
R
R
11
R
15cd
R
R
R C
C
C
R
C
15cd R
H
R
STORAGE 103
R
R
OFFICE 136
CASHIER 138
R
JANITOR 121
MEN 145
OPEN TO ABOVE
OFFICE 130 30cd
OFFICE 128
FIRE ALARM EQUIPMENT LEGEND DEVICE
R
01
R
R
FACP
177cd R
ELECTRICAL 131
R
BOILER 149
05
R
AES
FACP
DACT
30cd
CORRIDOR 100G
LIBRARY 123
30cd
DESCRIPTION
MOUNTING SURFACE MOUNT ON WALL AT 48" AFF
INSTALL NEW FACP AT LOCATION OF EXISTING FACP
TO CENTER OF CABINET
TO BE DEMOLISHED
DRAWING DATE:
09/19/14
NOTIFICATION APPLIANCE POWER SUPPLY
SURFACE MOUNT ON WALL OF
TO PROVIDE SYNCHRONIZED 24 VDC POWER TO
ELECTRICAL/MECHANICAL ROOM
NOTIFICATION APPLIANCES.
REVISION DATE:
XX/XX/XX
FLUSH MOUNT ON WALL ON EXISTING
REPLACE EXISTING ANNUNCIATOR PANEL WITH NEW.
JOB NUMBER: FIRE ALARM ANNUNCIATOR PANEL
R
R
ANN
R
30cd
J-BOX
EXISTING TO BE DEMOLISHED
DIGITAL ALARM DACT
COMMUNICATOR/TRANSMITTER
75cd
REMOVE CABINET, PANEL, MODULES, POWER
DRAWN BY:
EXISTING TO REMAIN
RADIO ALARM TRANSMITTER
BAJ
CHECKED BY:
GTJ
CONNECT TO NEW FACP TO RELAY SIGNALS TO REMOTE MONITORING STATION
STUDENT SERVICES 127
R
SMOKE DETECTOR
CEILING OR WALL MOUNT ON EXISTING
REPLACE EXISTING DETECTOR WITH NEW
J-BOX
DETECTOR IN SAME LOCATION.
CEILING OR WALL MOUNT ON NEW
INSTALL NEW DETECTOR IN NEW LOCATION.
RECESSED J-BOX
N SMOKE DETECTOR TO BE DEMOLISHED
EXISTING TO BE DEMOLISHED
REMOVE DETECTOR, BASE, J-BOX, CONDUIT AND WIRING. REPLACE CEILING TILE OR PATCH
D
HEAT DETECTOR
H
R
HEAT DETECTOR
H
H
REPLACE EXISTING DETECTOR WITH NEW DETECTOR IN SAME LOCATION.
CEILING OR WALL MOUNT ON NEW
INSTALL NEW DETECTOR IN NEW LOCATION.
RECESSED J-BOX
N HEAT DETECTOR TO BE DEMOLISHED
N
CEILING OR WALL MOUNT ON EXISTING J-BOX
SALT LAKE COM M UNI TY COLLEGE
CEILING.
H
EXISTING TO BE DEMOLISHED
REMOVE DETECTOR, BASE, J-BOX, CONDUIT AND WIRING. REPLACE CEILING TILE OR PATCH
D
CEILING. PULL STATION
WALL MOUNT ON EXISTING J-BOX
PULL STATION
WALL MOUNT BETWEEN 42" AND 48"
REPLACE EXISTING PULL STATION WITH NEW DEVICE IN SAME LOCATION.
R INSTALL NEW PULL STATION IN NEW LOCATION.
AFF ON RECESSED J-BOX
N PULL STATION TO BE DEMOLISHED
EXISTING TO BE DEMOLISHED
REMOVE DEVICE, J-BOX AND WIRING. INSTALL COVER PLATE ON REMAINING J-BOX.
D
SD
DUCT MOUNTED SMOKE DETECTOR WITH
SUPPLY OR RETURN DUCT OF ALL
REPLACE EXISTING DETECTOR AND
HOUSING
UNITS IN EXCESS OF 2,000 CFM
HOUSING WITH NEW IN SAME LOCATION.
R
I SD
DUCT MOUNTED SMOKE DETECTOR WITH
SUPPLY OR RETURN DUCT OF ALL
INSTALL NEW DETECTOR AND HOUSING IN
HOUSING
UNITS IN EXCESS OF 2,000 CFM
NEW LOCATION
PROJECTED BEAM SMOKE DETECTOR
WALL MOUNT ON EXISTING J-BOX
REPLACE EXISTING DETECTOR WITH NEW
PROJECTED BEAM SMOKE DETECTOR
WALL MOUNT ON NEW J-BOX
INSTALL NEW DETECTOR IN NEW LOCATION.
MONITOR MODULE
MOUNT ON J-BOX WITHIN 3’ OF
TO FACILITATE CONNECTION OF CONVENTIONAL
DEVICE OR CIRCUIT MONITORED
INITIATING DEVICE CONTACTS TO ADDRESSABLE FIRE
N
B
DETECTOR IN SAME LOCATION.
N B
MFEC FIRE ALARM PLAN - FIRST FLOOR
M
1/8" = 1’-0"
ALARM SYSTEM MOUNT ON J-BOX WITHIN 3’ OF DEVICE TO CONTROL PROTECTED PREMISE FIRE SAFETY
CONTROL MODULE/RELAY
8’
16’
32’
C
OR CIRCUIT BEING CONTROLLED
TEST/RESET SWITCH FOR BEAM DETECTOR T
FUNCTIONS
MOUNT ON RECESSED J-BOX IN
TO FACILITATE TESTING OF PROJECTED BEAM SMOKE
LOCATION ACCESSIBLE FROM FLOOR
DETECTORS.
WITHOUT LADDER FIRE SPRINKLER WATER FLOW SWITCH
EXISTING TO REMAIN
FIRE SPRINKLER VALVE SUPERVISORY
EXISTING TO REMAIN
F
DISCONNECT FROM EXISTING FIRE ALARM SYSTEM AND CONNECT TO NEW FIRE ALARM SYSTEM
J T
DISCONNECT FROM EXISTING FIRE ALARM SYSTEM AND CONNECT TO NEW FIRE ALARM SYSTEM
SWITCH
FIRE/SMOKE DAMPER
EXISTING TO REMAIN
FIRE ALARM HORN/STROBE
WALL MOUNT ON EXISTING J-BOX
FIRE ALARM HORN/STROBE TO BE
EXISTING TO BE DEMOLISHED
FD
CONNECT TO NEW FIRE ALARM SYSTEM FOR OPERATION. QTY. AND LOCATION TO BE DETERMINED BY CONTRACTOR REPLACE EXISTING DEVICE WITH NEW. CANDELA RATING OF STROBE SHALL BE AS INDICATED ON DRAWINGS. COLOR SHALL BE RED.
R
SANDY,UTAH 84070
ANN
04 ELECTRICAL 131A
H
I
DFCM PROJECT #14042660
SMOKE DETECTOR
OPEN OFFICE 129
03
R
FI RE ALARM SYSTEM REPLACEM ENT
02
110cd
0
REMOVE DEVICE AND WIRING. INSTALL COVER PLATE ON REMAINING J-BOX.
DEMOLISHED
D FIRE ALARM HORN/STROBE
CEILING MOUNT ON NEW RECESSED
INSTALL NEW DEVICE IN NEW LOCATION. CANDELA
J-BOX
RATING OF STROBE SHALL BE AS INDICATED ON
WALL OR CEILING MOUNT ON EXISTING
REPLACE EXISTING DEVICE WITH NEW. CANDELA
J-BOX
RATING OF STROBE SHALL BE AS INDICATED ON
DRAWINGS. COLOR SHALL BE RED.
N FIRE ALARM STROBE
R CEILING MOUNT ON NEW RECESSED
INSTALL NEW DEVICE IN NEW LOCATION. CANDELA
J-BOX
RATING OF STROBE SHALL BE AS INDICATED ON
WALL MOUNTED ON EXISTING OR NEW
REPLACE EXISTING EXTERIOR ALARM WITH NEW.
WEATHERPROOF J-BOX
DEVICE AND J-BOX SHALL BE UL LISTED FOR
WALL MOUNTED ON NEW
INSTALL NEW DEVICE IN NEW LOCATION. DEVICE
EXTERIOR FIRE ALARM HORN
WEATHERPROOF J-BOX
AND J-BOX SHALL BE UL LISTED FOR EXTERIOR
WATER FLOW BELL
1/8/2015 11:19 AM
5
6
7
8
9
10
11
12
FA-1
INSTALLATION. COLOR SHALL BE RED.
N
4
FIRST FLOOR
EXTERIOR INSTALLATION. COLOR SHALL BE RED.
R
3
FIRE ALARM PLAN
DRAWINGS. COLOR SHALL BE RED. EXTERIOR FIRE ALARM HORN
2
MFEC
DRAWINGS. COLOR SHALL BE RED. FIRE ALARM STROBE
N
1
G
105070 REVIEW
DWG ISSUE:
SUPPLIES, ETC.
AES
R
PROVDE COVER PLATE OR PATCH/PAINT WALL AS REQUIRED.
R
R
REMARKS
NEW ADDRESSABLE FIRE ALARM CONTROL PANEL
FAPS
9750 SOUTH 300 W EST
AUDITORIUM 101
FAPS
R
F
MAIL ROOM 119
110cd
OFFICE 126
30cd R
177cd
REVISIONS:
N
OFFICE 134
F
G
15cd N
WOMEN 147
LARRY H.M I LLER
STORAGE 105
EXISTING TO REMAIN
13
EXISTING TO REMAIN
14
15
16
p. 42
J
Salt Lake Community College
1
2
3
4
5
6
7
8
Bid B5029
9
10
11
12
13
14
16
15
A
A
OFFICE 211A
OFFICE 211B
09/19/14
OFFICE 211C
75cd R
COMPUTER LAB 207
COMPUTER LAB 207
B
ENGINEER’S STAMP
75cd
75cd
B
N
N
B
N
75cd
R
OFFICE 211D D
D
MULTIPURPOSE 203 R
CONTINUING EDUCATION 211
R
CORRIDOR 200
75cd
12
75cd
OFFICE 211E
75cd
R
R
DFCM REVIEW STAMP N
R
R
C
R
C
OFFICE 211F
R
75cd
75cd
OPEN TO BELOW
75cd R
75cd
LOBBY 117
R
OFFICE 211G CLASSROOM 206
D
ATC CENTER 208
D
USFM REVIEW STAMP
STORAGE 203A
30cd
B
R D
E
OPEN TO BELOW
N
R
R
N
OPEN TO BELOW
15cd
CORRIDOR 200
OPEN TO BELOW
12 R
Fax:8016770000
75cd
CONFERENCE 211H
N
WOORK ROOM 211J
Phone:8012956070
15cd
N
N
Cent ervi l l e,U T 84014
1199 Sout h M ai n St reet
N
Sui t e #101
R 30cd
OPEN TO BELOW
R
E
OPEN TO BELOW
12
CORRIDOR 200
15cd R R
R
R
R
R
R
N
R
B
D
15cd
AV ROOM 219
R
30cd
REVISIONS:
R R
F
15cd
15cd N
30cd
COUNSELING 236
F
N
N
COUNSELING 238
30cd
R
R
COUNSELING 230
COUNSELING 228
COUNSELING 226
FIRE ALARM EQUIPMENT LEGEND
SD SD
ELECTRICAL 233
AUDITORIUM 101
C
15cd SD
TELECOM 233A
SD
OPEN TO BELOW
15cd N
OFFICE 234
15cd N
15cd N
N
DEVICE
75cd R
C
FACP
DESCRIPTION
MOUNTING
REMARKS
NEW ADDRESSABLE FIRE ALARM CONTROL
SURFACE MOUNT ON WALL AT 48" AFF
INSTALL NEW FACP AT LOCATION OF EXISTING FACP
PANEL
TO CENTER OF CABINET
TO BE DEMOLISHED
DRAWING DATE:
09/19/14
NOTIFICATION APPLIANCE POWER SUPPLY
SURFACE MOUNT ON WALL OF
TO PROVIDE SYNCHRONIZED 24 VDC POWER TO
ELECTRICAL/MECHANICAL ROOM
NOTIFICATION APPLIANCES.
REVISION DATE:
XX/XX/XX
FLUSH MOUNT ON WALL ON EXISTING
REPLACE EXISTING ANNUNCIATOR PANEL WITH NEW.
R R
30cd
08
R
FAPS
CORRIDOR 200G
JOB NUMBER:
R
CLASSROOM 223
R
75cd
R OPEN TO BELOW
FACULTY LOUNGE 231
LOBBY 100
FIRE ALARM ANNUNCIATOR PANEL ANN
J-BOX
EXISTING TO BE DEMOLISHED
DIGITAL ALARM DACT
30cd
COMMUNICATOR/TRANSMITTER
75cd
EXISTING TO REMAIN
AES
CONTINUING EDUCATION 229
DRAWN BY:
BAJ
CHECKED BY:
GTJ
CONNECT TO NEW FACP TO RELAY SIGNALS TO
R
SMOKE DETECTOR
CEILING OR WALL MOUNT ON EXISTING
REPLACE EXISTING DETECTOR WITH NEW
J-BOX
DETECTOR IN SAME LOCATION.
CEILING OR WALL MOUNT ON NEW
INSTALL NEW DETECTOR IN NEW LOCATION.
RECESSED J-BOX
N
N
B
SMOKE DETECTOR TO BE DEMOLISHED
EXISTING TO BE DEMOLISHED
REMOVE DETECTOR, BASE, J-BOX, CONDUIT AND WIRING. REPLACE CEILING TILE OR PATCH
D
DETECTOR IN SAME LOCATION.
INSTALL NEW DETECTOR IN NEW LOCATION.
SALT LAKE COM M UNI TY COLLEGE
REPLACE EXISTING DETECTOR WITH NEW
RECESSED J-BOX
N HEAT DETECTOR TO BE DEMOLISHED
H
CEILING OR WALL MOUNT ON NEW
EXISTING TO BE DEMOLISHED
REMOVE DETECTOR, BASE, J-BOX, CONDUIT AND WIRING. REPLACE CEILING TILE OR PATCH
D
CEILING. PULL STATION
WALL MOUNT ON EXISTING J-BOX
PULL STATION
WALL MOUNT BETWEEN 42" AND 48"
REPLACE EXISTING PULL STATION WITH NEW DEVICE IN SAME LOCATION.
R INSTALL NEW PULL STATION IN NEW LOCATION.
AFF ON RECESSED J-BOX
N PULL STATION TO BE DEMOLISHED
EXISTING TO BE DEMOLISHED
REMOVE DEVICE, J-BOX AND WIRING. INSTALL COVER PLATE ON REMAINING J-BOX.
D
SD
DUCT MOUNTED SMOKE DETECTOR WITH
SUPPLY OR RETURN DUCT OF ALL
REPLACE EXISTING DETECTOR AND
HOUSING
UNITS IN EXCESS OF 2,000 CFM
HOUSING WITH NEW IN SAME LOCATION.
R
I SD
DUCT MOUNTED SMOKE DETECTOR WITH
SUPPLY OR RETURN DUCT OF ALL
INSTALL NEW DETECTOR AND HOUSING IN
HOUSING
UNITS IN EXCESS OF 2,000 CFM
NEW LOCATION
PROJECTED BEAM SMOKE DETECTOR
WALL MOUNT ON EXISTING J-BOX
REPLACE EXISTING DETECTOR WITH NEW
PROJECTED BEAM SMOKE DETECTOR
WALL MOUNT ON NEW J-BOX
INSTALL NEW DETECTOR IN NEW LOCATION.
MONITOR MODULE
MOUNT ON J-BOX WITHIN 3’ OF
TO FACILITATE CONNECTION OF CONVENTIONAL
DEVICE OR CIRCUIT MONITORED
INITIATING DEVICE CONTACTS TO ADDRESSABLE FIRE
N
B
R
B
N
DETECTOR IN SAME LOCATION.
N
MFEC FIRE ALARM PLAN - SECOND FLOOR
M
1/8" = 1’-0"
ALARM SYSTEM MOUNT ON J-BOX WITHIN 3’ OF DEVICE TO CONTROL PROTECTED PREMISE FIRE SAFETY
CONTROL MODULE/RELAY
0
8’
16’
32’
C
OR CIRCUIT BEING CONTROLLED
TEST/RESET SWITCH FOR BEAM DETECTOR T
FUNCTIONS
MOUNT ON RECESSED J-BOX IN
TO FACILITATE TESTING OF PROJECTED BEAM SMOKE
LOCATION ACCESSIBLE FROM FLOOR
DETECTORS.
WITHOUT LADDER FIRE SPRINKLER WATER FLOW SWITCH
EXISTING TO REMAIN
FIRE SPRINKLER VALVE SUPERVISORY
EXISTING TO REMAIN
F
DISCONNECT FROM EXISTING FIRE ALARM SYSTEM AND CONNECT TO NEW FIRE ALARM SYSTEM
J T
DISCONNECT FROM EXISTING FIRE ALARM SYSTEM AND CONNECT TO NEW FIRE ALARM SYSTEM
SWITCH
FIRE/SMOKE DAMPER
EXISTING TO REMAIN
FIRE ALARM HORN/STROBE
WALL MOUNT ON EXISTING J-BOX
FIRE ALARM HORN/STROBE TO BE
EXISTING TO BE DEMOLISHED
FD
CONNECT TO NEW FIRE ALARM SYSTEM FOR OPERATION. QTY. AND LOCATION TO BE DETERMINED BY CONTRACTOR REPLACE EXISTING DEVICE WITH NEW. CANDELA RATING OF STROBE SHALL BE AS INDICATED ON DRAWINGS. COLOR SHALL BE RED.
R
SANDY,UTAH 84070
HEAT DETECTOR
H
CEILING OR WALL MOUNT ON EXISTING J-BOX
9750 SOUTH 300 W EST
HEAT DETECTOR
R
LARRY H.M I LLER
CEILING.
H H
H
I
REMOVE DEVICE AND WIRING. INSTALL COVER PLATE ON REMAINING J-BOX.
DEMOLISHED
D FIRE ALARM HORN/STROBE
CEILING MOUNT ON NEW RECESSED
INSTALL NEW DEVICE IN NEW LOCATION. CANDELA
J-BOX
RATING OF STROBE SHALL BE AS INDICATED ON
WALL OR CEILING MOUNT ON EXISTING
REPLACE EXISTING DEVICE WITH NEW. CANDELA
J-BOX
RATING OF STROBE SHALL BE AS INDICATED ON
DRAWINGS. COLOR SHALL BE RED.
N FIRE ALARM STROBE
R CEILING MOUNT ON NEW RECESSED
INSTALL NEW DEVICE IN NEW LOCATION. CANDELA
J-BOX
RATING OF STROBE SHALL BE AS INDICATED ON
WALL MOUNTED ON EXISTING OR NEW
REPLACE EXISTING EXTERIOR ALARM WITH NEW.
WEATHERPROOF J-BOX
DEVICE AND J-BOX SHALL BE UL LISTED FOR
WALL MOUNTED ON NEW
INSTALL NEW DEVICE IN NEW LOCATION. DEVICE
WEATHERPROOF J-BOX
AND J-BOX SHALL BE UL LISTED FOR EXTERIOR
EXTERIOR INSTALLATION. COLOR SHALL BE RED.
R EXTERIOR FIRE ALARM HORN
WATER FLOW BELL
1/8/2015 11:19 AM
4
5
6
7
8
9
10
11
12
FA-2
INSTALLATION. COLOR SHALL BE RED.
N
3
AREA A
DRAWINGS. COLOR SHALL BE RED. EXTERIOR FIRE ALARM HORN
2
FIRE ALARM PLAN
DRAWINGS. COLOR SHALL BE RED. FIRE ALARM STROBE
N
1
G
105070 REVIEW
DWG ISSUE:
REMOTE MONITORING STATION
SMOKE DETECTOR
CONTINUING EDUCATION 227
REMOVE CABINET, PANEL, MODULES, POWER SUPPLIES, ETC.
RADIO ALARM TRANSMITTER
12
PROVDE COVER PLATE OR PATCH/PAINT WALL AS REQUIRED.
R
R
FI RE ALARM SYSTEM REPLACEM ENT
08
DFCM PROJECT #14042660
G
EXISTING TO REMAIN
13
EXISTING TO REMAIN
14
15
16
p. 43
J
Salt Lake Community College
1
2
3
4
5
6
7
8
Bid B5029
9
10
11
12
13
14
16
15
R
R
A
A D
30cd
R
09
R
R
10
N
C
C
R
D 75cd
FD
R
75cd 30cd
R R
MULTIPURPOSE 150D
15cd
07
R
R
MULTIPURPOSE 150E
09/19/14 ENGINEER’S STAMP
FD
M
R
T
H R
B
B
LOBBY 100D FD C
SD
R
D C
SD
D R
R
08
09
FD
D H
30cd
MULTIPURPOSE 150C
D
R
N
MULTIPURPOSE 150F
75cd
DFCM REVIEW STAMP
75cd
R
R
LOBBY 100C
C M
C
05
10 BREAKROOM 141
R
30cd
R
R
M
C FD
01 R
MULTIPURPOSE 150B
FACP FAPS
75cd
D
R
R
D
02
H
MULTIPURPOSE 150G
75cd
BOILER 139
D
USFM REVIEW STAMP
15cd
R
09
R
ELECT. 137
D
C
R
FIRE ALARM EQUIPMENT LEGEND
LOBBY 100D FD
WOMEN 135
FD
DEVICE
30cd FACP
DESCRIPTION
MOUNTING
REMARKS
NEW ADDRESSABLE FIRE ALARM CONTROL
SURFACE MOUNT ON WALL AT 48" AFF
INSTALL NEW FACP AT LOCATION OF EXISTING FACP
PANEL
TO CENTER OF CABINET
TO BE DEMOLISHED
NOTIFICATION APPLIANCE POWER SUPPLY
SURFACE MOUNT ON WALL OF
TO PROVIDE SYNCHRONIZED 24 VDC POWER TO
ELECTRICAL/MECHANICAL ROOM
NOTIFICATION APPLIANCES.
FLUSH MOUNT ON WALL ON EXISTING
REPLACE EXISTING ANNUNCIATOR PANEL WITH NEW.
30cd
R R FD
FAPS
MULTIPURPOSE 150A
MULTIPURPOSE 150H
FIRE ALARM ANNUNCIATOR PANEL ANN
J-BOX
Fax:8016770000
06
Phone:8012956070
M
Cent ervi l l e,U T 84014
F
Sui t e #101
T
F M
1199 Sout h M ai n St reet
T
PROVDE COVER PLATE OR PATCH/PAINT WALL AS REQUIRED.
E
FD
EXISTING TO BE DEMOLISHED
DIGITAL ALARM DACT
E
REMOVE CABINET, PANEL, MODULES, POWER SUPPLIES, ETC.
COMMUNICATOR/TRANSMITTER
R 75cd
75cd
MEN 131
RADIO ALARM TRANSMITTER
EXISTING TO REMAIN
SMOKE DETECTOR
CEILING OR WALL MOUNT ON EXISTING
CONNECT TO NEW FACP TO RELAY SIGNALS TO
REPLACE EXISTING DETECTOR WITH NEW
J-BOX
DETECTOR IN SAME LOCATION.
CEILING OR WALL MOUNT ON NEW
INSTALL NEW DETECTOR IN NEW LOCATION.
AES
R
R
REMOTE MONITORING STATION
D
30cd
09 R
R
SMOKE DETECTOR
FD
D
C
D D
D
R
D
D
C
RECESSED J-BOX
N
D D
D
R
C
SMOKE DETECTOR TO BE DEMOLISHED
EXISTING TO BE DEMOLISHED
HEAT DETECTOR
CEILING OR WALL MOUNT ON EXISTING
REPLACE EXISTING DETECTOR WITH NEW
J-BOX
DETECTOR IN SAME LOCATION.
CEILING OR WALL MOUNT ON NEW
REMOVE DETECTOR, BASE, J-BOX, CONDUIT
INSTALL NEW DETECTOR IN NEW LOCATION.
AND WIRING. REPLACE CEILING TILE OR PATCH
D C
CEILING.
09
C
110cd H
09 R
F
FD
HEAT DETECTOR
09
R
R
H
REVISIONS:
RECESSED J-BOX
N
F
FD
H
HEAT DETECTOR TO BE DEMOLISHED
EXISTING TO BE DEMOLISHED
PULL STATION
WALL MOUNT ON EXISTING J-BOX
REMOVE DETECTOR, BASE, J-BOX, CONDUIT AND WIRING. REPLACE CEILING TILE OR PATCH
D
CEILING. REPLACE EXISTING PULL STATION WITH NEW DEVICE IN SAME LOCATION.
R
LOBBY 100
PULL STATION
WALL MOUNT BETWEEN 42" AND 48"
INSTALL NEW PULL STATION IN NEW LOCATION.
AFF ON RECESSED J-BOX
N PULL STATION TO BE DEMOLISHED
EXISTING TO BE DEMOLISHED
DUCT MOUNTED SMOKE DETECTOR WITH
SUPPLY OR RETURN DUCT OF ALL
REPLACE EXISTING DETECTOR AND
HOUSING
UNITS IN EXCESS OF 2,000 CFM
REMOVE DEVICE, J-BOX AND WIRING. INSTALL
HOUSING WITH NEW IN SAME LOCATION.
COVER PLATE ON REMAINING J-BOX.
D
SD
R
SD
DUCT MOUNTED SMOKE DETECTOR WITH
SUPPLY OR RETURN DUCT OF ALL
INSTALL NEW DETECTOR AND HOUSING IN
HOUSING
UNITS IN EXCESS OF 2,000 CFM
NEW LOCATION
DRAWING DATE:
09/19/14
PROJECTED BEAM SMOKE DETECTOR
WALL MOUNT ON EXISTING J-BOX
REPLACE EXISTING DETECTOR WITH NEW DETECTOR IN SAME LOCATION.
REVISION DATE:
XX/XX/XX
PROJECTED BEAM SMOKE DETECTOR
WALL MOUNT ON NEW J-BOX
INSTALL NEW DETECTOR IN NEW LOCATION.
JOB NUMBER:
MONITOR MODULE
MOUNT ON J-BOX WITHIN 3’ OF
TO FACILITATE CONNECTION OF CONVENTIONAL
DEVICE OR CIRCUIT MONITORED
INITIATING DEVICE CONTACTS TO ADDRESSABLE FIRE
N
B
G R
R
B
G
105070 REVIEW
DWG ISSUE:
M
DRAWN BY:
BAJ
CHECKED BY:
GTJ
ALARM SYSTEM MOUNT ON J-BOX WITHIN 3’ OF DEVICE TO CONTROL PROTECTED PREMISE FIRE SAFETY
CONTROL MODULE/RELAY C
OR CIRCUIT BEING CONTROLLED
FUNCTIONS
MOUNT ON RECESSED J-BOX IN
TO FACILITATE TESTING OF PROJECTED BEAM SMOKE
LOCATION ACCESSIBLE FROM FLOOR
DETECTORS.
03 TEST/RESET SWITCH FOR BEAM DETECTOR T
EXISTING TO REMAIN
FIRE SPRINKLER VALVE SUPERVISORY
EXISTING TO REMAIN
DISCONNECT FROM EXISTING FIRE ALARM SYSTEM AND CONNECT TO NEW FIRE ALARM SYSTEM
T
C
COMPUTER LAB 114
C
C
FIRE ALARM HORN/STROBE TO BE
EXISTING TO BE DEMOLISHED
RATING OF STROBE SHALL BE AS INDICATED ON
R
COMPUTER LAB 109
DRAWINGS. COLOR SHALL BE RED.
R
FIRE ALARM HORN/STROBE
FAPS
N
75cd
FD
15cd
R
R R
FD
R 15cd
STAIR S03
R
COPY 110R
75cd
15cd
INSTALL NEW DEVICE IN NEW LOCATION. CANDELA RATING OF STROBE SHALL BE AS INDICATED ON
REPLACE EXISTING EXTERIOR ALARM WITH NEW.
WEATHERPROOF J-BOX
DEVICE AND J-BOX SHALL BE UL LISTED FOR EXTERIOR INSTALLATION. COLOR SHALL BE RED.
WALL MOUNTED ON NEW
INSTALL NEW DEVICE IN NEW LOCATION. DEVICE
WEATHERPROOF J-BOX
AND J-BOX SHALL BE UL LISTED FOR EXTERIOR
EXISTING TO REMAIN
EXISTING TO REMAIN
INSTALLATION. COLOR SHALL BE RED.
N
R R
R
SAFE 110A
15cd
STORAGE 110P
15cd
STAIR S02
R
N 30cd D
RATING OF STROBE SHALL BE AS INDICATED ON
WALL MOUNTED ON EXISTING OR NEW
15cd
R
R
REPLACE EXISTING DEVICE WITH NEW. CANDELA
J-BOX
R
WATER FLOW BELL
R
RATING OF STROBE SHALL BE AS INDICATED ON
CEILING MOUNT ON NEW RECESSED
DRAWINGS. COLOR SHALL BE RED. EXTERIOR FIRE ALARM HORN
R
R
CORRIDOR 100B
INSTALL NEW DEVICE IN NEW LOCATION. CANDELA
WALL OR CEILING MOUNT ON EXISTING J-BOX
DRAWINGS. COLOR SHALL BE RED. FIRE ALARM STROBE
R 75cd
R
R
CEILING MOUNT ON NEW RECESSED J-BOX
R
02
EXTERIOR FIRE ALARM HORN
15cd
PLATE ON REMAINING J-BOX.
DRAWINGS. COLOR SHALL BE RED. FIRE ALARM STROBE
R
WOMEN 102
15cd
R
REMOVE DEVICE AND WIRING. INSTALL COVER
N
30cd FD
75cd R
I
REPLACE EXISTING DEVICE WITH NEW. CANDELA
DEMOLISHED
D
CLASSROOM 105
R
R
CONNECT TO NEW FIRE ALARM SYSTEM FOR
R
R
75cd
WALL MOUNT ON EXISTING J-BOX
BY CONTRACTOR
C
C FD
FIRE ALARM HORN/STROBE
OPERATION. QTY. AND LOCATION TO BE DETERMINED
R
MEN 101
15cd
EXISTING TO REMAIN
15cd
JANITOR 120
COMPUTER LAB 118
DISCONNECT FROM EXISTING FIRE ALARM SYSTEM AND CONNECT TO NEW FIRE ALARM SYSTEM
FIRE/SMOKE DAMPER FD
LOBBY 100A
SALT LAKE COM M UNI TY COLLEGE
R
10
11
OPEN OFFICE 110Q
30cd
OPEN OFFICE 110
D
N
30cd
N N
J R
R R D
75cd
OFFICE 110N
OFFICE 110M
OFFICE 110L
OFFICE 110K
OFFICE 110J
CONFERENCE 110G
OFFICE 110F
OFFICE 110E
OFFICE 110D
OFFICE 110C
OFFICE 110B
SANDY,UTAH 84070
N
9750 SOUTH 300 W EST
H
LARRY H.M I LLER
H
SWITCH
H
I
DFCM PROJECT #14042660
FIRE SPRINKLER WATER FLOW SWITCH
F R
R
ANN
FI RE ALARM SYSTEM REPLACEM ENT
WITHOUT LADDER
110cd
N
N
GMCC/MPDC FIRE ALARM PLAN - FIRST FLOOR
KMCC/MPDC FIRE ALARM PLAN
1/8" = 1’-0"
0
8’
FIRST FLOOR
32’
16’
FA-3 1
2
1/8/2015 11:19 AM
3
4
5
6
7
8
9
10
11
12
13
14
15
16
p. 44
J
Salt Lake Community College
1
2
3
4
5
6
7
8
Bid B5029
9
10
11
12
13
14
16
15
A
A
09/19/14 ENGINEER’S STAMP
B
B
DFCM REVIEW STAMP C
C
B
R
12
D
D
Fax:8016770000
Phone:8012956070
Cent ervi l l e,U T 84014
1199 Sout h M ai n St reet
OPEN TO BELOW
Sui t e #101
USFM REVIEW STAMP
LOBBY 100
E
E
12 R
B T
75cd
CLASSROOM 228
CLASSROOM 229
REVISIONS:
OFFICE 205B
R
LOBBY 200A
CLASSROOM 231
MEN 201
R
OFFICE 205C
75cd
JANITOR 203
15cd 30cd
30cd
R
R
R
R
F
D
SD
OPEN OFFICE 205
FIRE ALARM EQUIPMENT LEGEND
75cd
N
R C
R
OFFICE 205F
WOMEN 202
08
30cd
OFFICE 205E
R
R
30cd
OFFICE 205D
02 FAPS
R
CLASSROOM 226
IT 205A
15cd
F
DEVICE
N
R FACP
D
R
G
15cd
15cd
15cd
R
R
CORRIDOR 200B
R
R
R
MOUNTING
R
R
SURFACE MOUNT ON WALL AT 48" AFF
INSTALL NEW FACP AT LOCATION OF EXISTING FACP
TO CENTER OF CABINET
TO BE DEMOLISHED
DRAWING DATE:
09/19/14
NOTIFICATION APPLIANCE POWER SUPPLY
SURFACE MOUNT ON WALL OF
TO PROVIDE SYNCHRONIZED 24 VDC POWER TO
ELECTRICAL/MECHANICAL ROOM
NOTIFICATION APPLIANCES.
REVISION DATE:
XX/XX/XX
FLUSH MOUNT ON WALL ON EXISTING
REPLACE EXISTING ANNUNCIATOR PANEL WITH NEW.
JOB NUMBER: R
FIRE ALARM ANNUNCIATOR PANEL ANN
R
R
J-BOX
FD
R
R
R
R
C
FD
DACT
FD
EXISTING TO BE DEMOLISHED
75cd
30cd
75cd
REMOVE CABINET, PANEL, MODULES, POWER
G
105070 REVIEW
DWG ISSUE: DRAWN BY:
BAJ
CHECKED BY:
GTJ
SUPPLIES, ETC.
COMMUNICATOR/TRANSMITTER
EXISTING TO REMAIN
RADIO ALARM TRANSMITTER
C
30cd
PROVDE COVER PLATE OR PATCH/PAINT WALL AS REQUIRED.
R DIGITAL ALARM
FD
REMARKS
NEW ADDRESSABLE FIRE ALARM CONTROL PANEL
FAPS
CORRIDOR 200B
15cd
R
DESCRIPTION
SD
R
AES
CONNECT TO NEW FACP TO RELAY SIGNALS TO REMOTE MONITORING STATION
SMOKE DETECTOR
STAIR S02
10
STORAGE 217
R
STORAGE 214
SMOKE DETECTOR
CEILING OR WALL MOUNT ON EXISTING
REPLACE EXISTING DETECTOR WITH NEW
J-BOX
DETECTOR IN SAME LOCATION.
CEILING OR WALL MOUNT ON NEW
INSTALL NEW DETECTOR IN NEW LOCATION.
RECESSED J-BOX
N SMOKE DETECTOR TO BE DEMOLISHED
EXISTING TO BE DEMOLISHED
REMOVE DETECTOR, BASE, J-BOX, CONDUIT AND WIRING. REPLACE CEILING TILE OR PATCH
D
CLASSROOM 209
HEAT DETECTOR
H
R
HEAT DETECTOR
30cd
H
30cd
R
OPEN OFFICE 216
HEAT DETECTOR TO BE DEMOLISHED
H
CONFERENCE 215
REPLACE EXISTING DETECTOR WITH NEW DETECTOR IN SAME LOCATION.
CEILING OR WALL MOUNT ON NEW
INSTALL NEW DETECTOR IN NEW LOCATION.
RECESSED J-BOX
N
R
CEILING OR WALL MOUNT ON EXISTING J-BOX
SALT LAKE COM M UNI TY COLLEGE
CLASSROOM 213
EXISTING TO BE DEMOLISHED
REMOVE DETECTOR, BASE, J-BOX, CONDUIT AND WIRING. REPLACE CEILING TILE OR PATCH
D
CEILING. PULL STATION
WALL MOUNT ON EXISTING J-BOX
PULL STATION
WALL MOUNT BETWEEN 42" AND 48"
REPLACE EXISTING PULL STATION WITH NEW DEVICE IN SAME LOCATION.
R INSTALL NEW PULL STATION IN NEW LOCATION.
AFF ON RECESSED J-BOX
N PULL STATION TO BE DEMOLISHED
EXISTING TO BE DEMOLISHED
REMOVE DEVICE, J-BOX AND WIRING. INSTALL COVER PLATE ON REMAINING J-BOX.
D
SD
DUCT MOUNTED SMOKE DETECTOR WITH
SUPPLY OR RETURN DUCT OF ALL
REPLACE EXISTING DETECTOR AND
HOUSING
UNITS IN EXCESS OF 2,000 CFM
HOUSING WITH NEW IN SAME LOCATION.
R
I SD
DUCT MOUNTED SMOKE DETECTOR WITH
SUPPLY OR RETURN DUCT OF ALL
INSTALL NEW DETECTOR AND HOUSING IN
HOUSING
UNITS IN EXCESS OF 2,000 CFM
NEW LOCATION
PROJECTED BEAM SMOKE DETECTOR
WALL MOUNT ON EXISTING J-BOX
REPLACE EXISTING DETECTOR WITH NEW
PROJECTED BEAM SMOKE DETECTOR
WALL MOUNT ON NEW J-BOX
INSTALL NEW DETECTOR IN NEW LOCATION.
MONITOR MODULE
MOUNT ON J-BOX WITHIN 3’ OF
TO FACILITATE CONNECTION OF CONVENTIONAL
DEVICE OR CIRCUIT MONITORED
INITIATING DEVICE CONTACTS TO ADDRESSABLE FIRE
N
B
R
B
N
DETECTOR IN SAME LOCATION.
N
MPDC FIRE ALARM PLAN - SECOND FLOOR
M
1/8" = 1’-0"
ALARM SYSTEM MOUNT ON J-BOX WITHIN 3’ OF DEVICE TO CONTROL PROTECTED PREMISE FIRE SAFETY
CONTROL MODULE/RELAY
0
8’
16’
32’
C
OR CIRCUIT BEING CONTROLLED
TEST/RESET SWITCH FOR BEAM DETECTOR T
FUNCTIONS
MOUNT ON RECESSED J-BOX IN
TO FACILITATE TESTING OF PROJECTED BEAM SMOKE
LOCATION ACCESSIBLE FROM FLOOR
DETECTORS.
WITHOUT LADDER FIRE SPRINKLER WATER FLOW SWITCH
EXISTING TO REMAIN
FIRE SPRINKLER VALVE SUPERVISORY
EXISTING TO REMAIN
F
DISCONNECT FROM EXISTING FIRE ALARM SYSTEM AND CONNECT TO NEW FIRE ALARM SYSTEM
J T
DISCONNECT FROM EXISTING FIRE ALARM SYSTEM AND CONNECT TO NEW FIRE ALARM SYSTEM
SWITCH
FIRE/SMOKE DAMPER
EXISTING TO REMAIN
FIRE ALARM HORN/STROBE
WALL MOUNT ON EXISTING J-BOX
FIRE ALARM HORN/STROBE TO BE
EXISTING TO BE DEMOLISHED
FD
CONNECT TO NEW FIRE ALARM SYSTEM FOR OPERATION. QTY. AND LOCATION TO BE DETERMINED BY CONTRACTOR REPLACE EXISTING DEVICE WITH NEW. CANDELA RATING OF STROBE SHALL BE AS INDICATED ON DRAWINGS. COLOR SHALL BE RED.
R
SANDY,UTAH 84070
CLASSROOM 220
9750 SOUTH 300 W EST
CLASSROOM 224
LARRY H.M I LLER
CEILING.
H
H
I
DFCM PROJECT #14042660
STAIR S03
FI RE ALARM SYSTEM REPLACEM ENT
R R
REMOVE DEVICE AND WIRING. INSTALL COVER PLATE ON REMAINING J-BOX.
DEMOLISHED
D FIRE ALARM HORN/STROBE
CEILING MOUNT ON NEW RECESSED
INSTALL NEW DEVICE IN NEW LOCATION. CANDELA
J-BOX
RATING OF STROBE SHALL BE AS INDICATED ON
WALL OR CEILING MOUNT ON EXISTING
REPLACE EXISTING DEVICE WITH NEW. CANDELA
J-BOX
RATING OF STROBE SHALL BE AS INDICATED ON
DRAWINGS. COLOR SHALL BE RED.
N FIRE ALARM STROBE
R CEILING MOUNT ON NEW RECESSED
INSTALL NEW DEVICE IN NEW LOCATION. CANDELA
J-BOX
RATING OF STROBE SHALL BE AS INDICATED ON
WALL MOUNTED ON EXISTING OR NEW
REPLACE EXISTING EXTERIOR ALARM WITH NEW.
WEATHERPROOF J-BOX
DEVICE AND J-BOX SHALL BE UL LISTED FOR
WALL MOUNTED ON NEW
INSTALL NEW DEVICE IN NEW LOCATION. DEVICE
EXTERIOR FIRE ALARM HORN
WEATHERPROOF J-BOX
AND J-BOX SHALL BE UL LISTED FOR EXTERIOR
WATER FLOW BELL
1/8/2015 11:19 AM
4
5
6
7
8
9
10
11
12
FA-4
INSTALLATION. COLOR SHALL BE RED.
N
3
SECOND FLOOR
EXTERIOR INSTALLATION. COLOR SHALL BE RED.
R
2
FIRE ALARM PLAN
DRAWINGS. COLOR SHALL BE RED. EXTERIOR FIRE ALARM HORN
1
MPDC
DRAWINGS. COLOR SHALL BE RED. FIRE ALARM STROBE
N
EXISTING TO REMAIN
13
EXISTING TO REMAIN
14
15
16
p. 45
J
Salt Lake Community College
1
2
3
4
5
6
7
8
Bid B5029
9
10
11
12
13
14
16
15
A
A
09/19/14 ENGINEER’S STAMP
B
B
DFCM REVIEW STAMP C
C
D
D
Fax:8016770000
Phone:8012956070
Cent ervi l l e,U T 84014
ANN
03
Sui t e #101
1199 Sout h M ai n St reet
USFM REVIEW STAMP
E
E
MEN 119B
TELECOM 113A
R
CLASSROOM 121
CLASSROOM 109
R
15cd
ELECTRICAL 113
R
11
R
15cd
R
15cd
75cd 75cd
30cd
75cd
R
R R
R
N R
D
C
F
WOMEN 119D
OFFICE 115A
15cd
REVISIONS:
R
15cd
R
R
R
F
C
N
C
R
R
C
H
15cd
15cd R
R
R
CORRIDOR 100C
R N
R 75cd R
G
STORAGE 131
75cd
75cd
75cd R
75cd
09/19/14
REVISION DATE:
XX/XX/XX
R
G
105070 REVIEW
DWG ISSUE:
75cd R
DRAWING DATE:
JOB NUMBER:
STORAGE 116A
R
R
75cd
R
DRAWN BY:
BAJ
CHECKED BY:
GTJ
OPEN TO ABOVE
SALT LAKE COM M UNI TY COLLEGE
R
T
M
I
75cd
PAINT MIX ROOM 106 R
75cd
75cd R
R
STORAGE 116C
R
STORAGE 135
75cd
110cd R
M
T
T
M
F
J R
R
STORAGE 106A
06
STORAGE 110A
STORAGE 110B
STORAGE 116D
1
2
1/8/2015 11:19 AM
3
4
8’
I
FIRE ALARM PLAN FIRST FLOOR
1/8" = 1’-0"
0
H
MATC
N
MATC FIRE ALARM PLAN - FIRST FLOOR
SANDY,UTAH 84070
STORAGE 133
STORAGE 116B
9750 SOUTH 300 W EST
SHOP 116
LARRY H.M I LLER
SHOP 110 07
R 75cd
DFCM PROJECT #14042660
H
FI RE ALARM SYSTEM REPLACEM ENT
R
STAIR S03
32’
16’
5
FA-5 6
7
8
9
10
11
12
13
14
15
16
p. 46
J
Salt Lake Community College
1
2
3
4
5
6
7
8
9
Bid B5029
10
11
12
13
14
16
15
FIRE ALARM EQUIPMENT LEGEND DEVICE FACP
A
DESCRIPTION
MOUNTING
REMARKS
NEW ADDRESSABLE FIRE ALARM CONTROL
SURFACE MOUNT ON WALL AT 48" AFF
INSTALL NEW FACP AT LOCATION OF EXISTING FACP
PANEL
TO CENTER OF CABINET
TO BE DEMOLISHED
NOTIFICATION APPLIANCE POWER SUPPLY
SURFACE MOUNT ON WALL OF
TO PROVIDE SYNCHRONIZED 24 VDC POWER TO
ELECTRICAL/MECHANICAL ROOM
NOTIFICATION APPLIANCES.
FLUSH MOUNT ON WALL ON EXISTING
REPLACE EXISTING ANNUNCIATOR PANEL WITH NEW.
FAPS
FIRE ALARM ANNUNCIATOR PANEL ANN
J-BOX
A
PROVDE COVER PLATE OR PATCH/PAINT WALL AS REQUIRED.
EXISTING TO BE DEMOLISHED
DIGITAL ALARM DACT
REMOVE CABINET, PANEL, MODULES, POWER SUPPLIES, ETC.
COMMUNICATOR/TRANSMITTER
RADIO ALARM TRANSMITTER
EXISTING TO REMAIN
SMOKE DETECTOR
CEILING OR WALL MOUNT ON EXISTING
REPLACE EXISTING DETECTOR WITH NEW
J-BOX
DETECTOR IN SAME LOCATION.
CEILING OR WALL MOUNT ON NEW
INSTALL NEW DETECTOR IN NEW LOCATION.
AES
CONNECT TO NEW FACP TO RELAY SIGNALS TO REMOTE MONITORING STATION
R
SMOKE DETECTOR
09/19/14 ENGINEER’S STAMP
RECESSED J-BOX
N SMOKE DETECTOR TO BE DEMOLISHED
EXISTING TO BE DEMOLISHED
REMOVE DETECTOR, BASE, J-BOX, CONDUIT AND WIRING. REPLACE CEILING TILE OR PATCH
D
CEILING.
B
B HEAT DETECTOR
H
R
HEAT DETECTOR
H
CEILING OR WALL MOUNT ON EXISTING
REPLACE EXISTING DETECTOR WITH NEW
J-BOX
DETECTOR IN SAME LOCATION.
CEILING OR WALL MOUNT ON NEW
INSTALL NEW DETECTOR IN NEW LOCATION.
RECESSED J-BOX
N HEAT DETECTOR TO BE DEMOLISHED
H
EXISTING TO BE DEMOLISHED
REMOVE DETECTOR, BASE, J-BOX, CONDUIT AND WIRING. REPLACE CEILING TILE OR PATCH
D
CEILING. PULL STATION
WALL MOUNT ON EXISTING J-BOX
PULL STATION
WALL MOUNT BETWEEN 42" AND 48"
REPLACE EXISTING PULL STATION WITH NEW DEVICE IN SAME LOCATION.
R INSTALL NEW PULL STATION IN NEW LOCATION.
AFF ON RECESSED J-BOX
N PULL STATION TO BE DEMOLISHED
EXISTING TO BE DEMOLISHED
DUCT MOUNTED SMOKE DETECTOR WITH
SUPPLY OR RETURN DUCT OF ALL
REPLACE EXISTING DETECTOR AND
HOUSING
UNITS IN EXCESS OF 2,000 CFM
REMOVE DEVICE, J-BOX AND WIRING. INSTALL
HOUSING WITH NEW IN SAME LOCATION.
COVER PLATE ON REMAINING J-BOX.
D
DFCM REVIEW STAMP SD
R
C
C
SD
DUCT MOUNTED SMOKE DETECTOR WITH
SUPPLY OR RETURN DUCT OF ALL
INSTALL NEW DETECTOR AND HOUSING IN
HOUSING
UNITS IN EXCESS OF 2,000 CFM
NEW LOCATION
PROJECTED BEAM SMOKE DETECTOR
WALL MOUNT ON EXISTING J-BOX
REPLACE EXISTING DETECTOR WITH NEW
N
B B
DETECTOR IN SAME LOCATION.
R PROJECTED BEAM SMOKE DETECTOR
WALL MOUNT ON NEW J-BOX
INSTALL NEW DETECTOR IN NEW LOCATION.
MONITOR MODULE
MOUNT ON J-BOX WITHIN 3’ OF
TO FACILITATE CONNECTION OF CONVENTIONAL
DEVICE OR CIRCUIT MONITORED
INITIATING DEVICE CONTACTS TO ADDRESSABLE FIRE
N
M
ALARM SYSTEM MOUNT ON J-BOX WITHIN 3’ OF DEVICE TO CONTROL PROTECTED PREMISE FIRE SAFETY
CONTROL MODULE/RELAY C
TEST/RESET SWITCH FOR BEAM DETECTOR T
OR CIRCUIT BEING CONTROLLED
FUNCTIONS
MOUNT ON RECESSED J-BOX IN
TO FACILITATE TESTING OF PROJECTED BEAM SMOKE
LOCATION ACCESSIBLE FROM FLOOR
DETECTORS.
WITHOUT LADDER FIRE SPRINKLER WATER FLOW SWITCH
EXISTING TO REMAIN
FIRE SPRINKLER VALVE SUPERVISORY
EXISTING TO REMAIN
F
DISCONNECT FROM EXISTING FIRE ALARM SYSTEM
D
AND CONNECT TO NEW FIRE ALARM SYSTEM
T
USFM REVIEW STAMP
DISCONNECT FROM EXISTING FIRE ALARM SYSTEM AND CONNECT TO NEW FIRE ALARM SYSTEM
SWITCH
EXISTING TO REMAIN
FIRE/SMOKE DAMPER FD
CONNECT TO NEW FIRE ALARM SYSTEM FOR
EXISTING TO BE DEMOLISHED
REPLACE EXISTING DEVICE WITH NEW. CANDELA DRAWINGS. COLOR SHALL BE RED.
R
REMOVE DEVICE AND WIRING. INSTALL COVER PLATE ON REMAINING J-BOX.
DEMOLISHED
D
15cd
TELECOM 213A
CONFERENCE 201B OFFICE 203
15cd
E
N
15cd
OFFICE 209 CLASSROOM 207
15cd
MEN 219A
WOMEN 219D
INSTALL NEW DEVICE IN NEW LOCATION. CANDELA RATING OF STROBE SHALL BE AS INDICATED ON DRAWINGS. COLOR SHALL BE RED.
FIRE ALARM STROBE
WALL OR CEILING MOUNT ON EXISTING
REPLACE EXISTING DEVICE WITH NEW. CANDELA
J-BOX
RATING OF STROBE SHALL BE AS INDICATED ON
CEILING MOUNT ON NEW RECESSED
INSTALL NEW DEVICE IN NEW LOCATION. CANDELA
J-BOX
RATING OF STROBE SHALL BE AS INDICATED ON
R
15cd
ELECT. 213 FACP
N
15cd
CLASSROOM 221
15cd
DRAWINGS. COLOR SHALL BE RED. FIRE ALARM STROBE
N
R
WALL MOUNTED ON EXISTING OR NEW
REPLACE EXISTING EXTERIOR ALARM WITH NEW.
WEATHERPROOF J-BOX
DEVICE AND J-BOX SHALL BE UL LISTED FOR EXTERIOR INSTALLATION. COLOR SHALL BE RED.
R EXTERIOR FIRE ALARM HORN
R
WALL MOUNTED ON NEW
INSTALL NEW DEVICE IN NEW LOCATION. DEVICE
WEATHERPROOF J-BOX
AND J-BOX SHALL BE UL LISTED FOR EXTERIOR
EXISTING TO REMAIN
EXISTING TO REMAIN
INSTALLATION. COLOR SHALL BE RED.
N
30cd
STORAGE 201C
RECEPTION 201
30cd
D
E
DRAWINGS. COLOR SHALL BE RED. EXTERIOR FIRE ALARM HORN
R
N
01
N
CEILING MOUNT ON NEW RECESSED J-BOX
N
15cd
N
N
15cd
OFFICE 211
FAPS
N
FIRE ALARM HORN/STROBE
OFFICE 215
Fax:8016770000
WALL MOUNT ON EXISTING J-BOX
FIRE ALARM HORN/STROBE TO BE
RATING OF STROBE SHALL BE AS INDICATED ON
05 CONFERENCE 201A
Phone:8012956070
FIRE ALARM HORN/STROBE
1199 Sout h M ai n St reet
BY CONTRACTOR
Cent ervi l l e,U T 84014
OPERATION. QTY. AND LOCATION TO BE DETERMINED
Sui t e #101
D
WATER FLOW BELL
02 R
R
R
R
R R
R
R
R
15cd
R
N
15cd
R
15cd
REVISIONS:
ELEV. R
F
F
N
R
75cd
75cd
75cd
75cd R
75cd R
R
75cd
R
R
R
G
DRAWING DATE:
09/19/14
REVISION DATE:
XX/XX/XX
JOB NUMBER:
LOBBY 200A
N
C
SD
SHOP 206
N
08
SD
SD
N
GTJ
SHOP 216
N
SALT LAKE COM M UNI TY COLLEGE
75cd 75cd
75cd
R
75cd R
R
R 75cd
75cd
R
R
STORAGE 210B
J
STORAGE 210A
STORAGE 216A
STORAGE 206A
MATC FIRE ALARM PLAN - SECOND FLOOR
1
2
1/8/2015 11:19 AM
3
4
8’
H
I
MATC
N
FIRE ALARM PLAN SECOND FLOOR
1/8" = 1’-0"
0
SANDY,UTAH 84070
I
9750 SOUTH 300 W EST
SHOP 210
LARRY H.M I LLER
08
FI RE ALARM SYSTEM REPLACEM ENT
SD
BAJ
CHECKED BY:
DFCM PROJECT #14042660
C
R
DRAWN BY:
H
32’
16’
5
FA-6 6
7
8
9
10
11
12
13
14
15
G
105070 REVIEW
DWG ISSUE:
16
p. 47
J
Salt Lake Community College
6
7
8
9
FIRE ALARM EQUIPMENT LEGEND DEVICE FACP
DESCRIPTION
MOUNTING
10
11
12
REMARKS
REPLACE EXISTING FIRE ALARM CONTROL PANEL (FACP) WITH NEW, ADDRESSABLE FACP.
01
NEW ADDRESSABLE FIRE ALARM CONTROL
SURFACE MOUNT ON WALL AT 48" AFF
INSTALL NEW FACP AT LOCATION OF EXISTING FACP
NEW FACP SHALL BE SAME MANUFACTURER/MODEL FOR ALL BUILDINGS INCLUDED IN THIS
PANEL
TO CENTER OF CABINET
TO BE DEMOLISHED
CONTRACT AND SHALL BE CAPABLE OF BEING NETWORKED TOGETHER. PROVIDE ALL
NOTIFICATION APPLIANCE POWER SUPPLY
SURFACE MOUNT ON WALL OF
TO PROVIDE SYNCHRONIZED 24 VDC POWER TO
ELECTRICAL/MECHANICAL ROOM
NOTIFICATION APPLIANCES.
FLUSH MOUNT ON WALL ON EXISTING
REPLACE EXISTING ANNUNCIATOR PANEL WITH NEW.
CODES. CONTROL PANEL SHALL HAVE SUFFICIENT CAPACITY TO MONITOR ALL INITIATING
PROVDE COVER PLATE OR PATCH/PAINT WALL AS
DEVICES SHOWN ON PLANS WITH AN ADDITIONAL SPARE CAPACITY OF 20% FOR FUTURE
1.
AES
FAPS
ANN
J-BOX
REQUIRED. EXISTING TO BE DEMOLISHED
DIGITAL ALARM
REMOVE CABINET, PANEL, MODULES, POWER
BE UPGRADED WHERE REQUIRED TO COMPLY WITH CURRENT IBC, NFPA 72 AND ADA REQUIREMENTS.
EXISTING CONDUIT, J-BOXES AND WIRING MAY BE RECONFIGURED AND REUSED WHERE COMPATIBLE WITH NEW EQUIPMENT/CIRCUITS. INSTALL NEW CIRCUITS WHERE REQUIRED TO PROVIDE COMPLETE AND FUNCTIONAL FIRE ALARM SYSTEM. FIRE ALARM SYSTEMS SHALL CONFORM TO ALL APPLICABLE
REQUIREMENTS OF THE IBC, IFC NFPA 72, UTAH STATE FIRE MARSHAL’S OFFICE, EQUIPMENT
BATTERIES FOR SECONDARY POWER SUPPLY. EXISTING SLC, INITIATING DEVICE AND
SUPPLIES, ETC.
COMMUNICATOR/TRANSMITTER
MANUFACTURERS, THESE DRAWINGS AND THE PROJECT SPECIFICATIONS.
NOTIFICATION APPLIANCE CIRCUITS MAY BE RECONFIGURED AND RE-USED IF COMPLETELY 18 AWG TWISTED PAIR (MIN)
B
H
ADDRESSABLE
SD
T
F
M
M
FAPS
C
FAN
ELEV
C
C
M
DAMPER
RADIO ALARM TRANSMITTER
EXISTING TO REMAIN
SMOKE DETECTOR
CEILING OR WALL MOUNT ON EXISTING
REPLACE EXISTING DETECTOR WITH NEW
J-BOX
DETECTOR IN SAME LOCATION.
CEILING OR WALL MOUNT ON NEW
INSTALL NEW DETECTOR IN NEW LOCATION.
FUNCTIONAL AND COMPATIBLE WITH NEW FACP/DEVICES. PROVIDE DIGITAL ALARM
CONNECT TO NEW FACP TO RELAY SIGNALS TO
AES
REMOTE MONITORING STATION
COMMUNICATOR/TRANSMITTER AND CONNECT TO EXISTING PRIMARY AND SECONDARY
R
NETWORK
SMOKE DETECTOR
CAPABILITY
SMOKE DETECTOR TO BE DEMOLISHED
18 AWG NAC #1
TO NETWORK FACP
R
NFPA 72 - 2010 EDITION
NFPA 80 - 2010 EDITION NFPA 90A - 2010 EDITION ASME A17.1 - 2007
CIRCUITS FOR ALL STROBES IN BUILDING. REQUIRED CAPACITY AND NUMBER OF POWER
CEILING OR WALL MOUNT ON EXISTING
REPLACE EXISTING DETECTOR WITH NEW
J-BOX
DETECTOR IN SAME LOCATION.
CEILING OR WALL MOUNT ON NEW
INSTALL NEW DETECTOR IN NEW LOCATION.
IN BUILDING BUT LOCATIONS MUST BE APPROVED BY OWNER AND CONTRACTOR WILL BE
3.
SYSTEMS. ALL INITIATING DEVICES SHALL BE LISTED COMPATIBLE WITH THE FIRE ALARM CONTROL
SUPPLIES TO BUILDING FACP TO PROVIDE ACTIVATION OF NOTIFICATION APPLIANCES AND 14 AWG
REMOVE DETECTOR, BASE, J-BOX, CONDUIT
D
12 VDC BATTERY
CEILING. PULL STATION
WALL MOUNT ON EXISTING J-BOX
PULL STATION
WALL MOUNT BETWEEN 42" AND 48"
EQUIPMENT USED. MAJOR SYSTEM COMPONENTS (CONTROL PANELS, INITIATING DEVICES,
TROUBLE SUPERVISION. EXISTING 120 VAC POWER CIRCUITS (WHERE PRESENT) MAY BE
AND WIRING. REPLACE CEILING TILE OR PATCH
EXISTING MAY BE RE-USED 12 VDC BATTERY
EXISTING TO BE DEMOLISHED
ADDRESSABLE MODULES AND RELAYS, ETC.) SHALL BE FROM A SINGLE MANUFACTURER AND SHALL
RE-USED BUT PROVIDE NEW BATTERIES FOR SECONDARY POWER SUPPLY. CONFIGURE
BE CAPABLE OF BEING NETWORKED (UNDER FUTURE CONTRACT).
POWER SUPPLIES TO SYNCHRONIZE VISUAL SIGNALS OF ALL NOTIFICATION APPLIANCES
REPLACE EXISTING PULL STATION WITH NEW DEVICE IN SAME LOCATION.
LOCATED WITHIN A SINGLE FIELD OF VIEW.
R
4. SUBMITTALS: FIRE ALARM SYSTEM CONTRACTOR SHALL PREPARE AND SUBMIT SHOP DRAWINGS TO INSTALL NEW PULL STATION IN NEW LOCATION.
AFF ON RECESSED J-BOX
N
UTAH STATE FIRE MARSHAL’S OFFICE, OWNER AND ENGINEER FOR REVIEW/APPROVAL PRIOR TO
REMOVE ANNUNCIATOR PANEL AND INSTALL NEW ANNUNCIATOR PANEL COMPATIBLE WITH
03
ORDERING OR INSTALLING ANY EQUIPMENT. SUBMITTALS SHALL CONFORM TO THE CONSTRUCTION
NEW FIRE ALARM SYSTEM. MOUNT ANNUNCIATOR IN SAME LOCATION AS EXISTING PULL STATION TO BE DEMOLISHED
EXISTING TO BE DEMOLISHED
REMOVE DEVICE, J-BOX AND WIRING. INSTALL
SD
5 MINUTES ALARM
DUCT MOUNTED SMOKE DETECTOR WITH
SUPPLY OR RETURN DUCT OF ALL
REPLACE EXISTING DETECTOR AND
HOUSING
UNITS IN EXCESS OF 2,000 CFM
HOUSING WITH NEW IN SAME LOCATION.
DUCT MOUNTED SMOKE DETECTOR WITH
SUPPLY OR RETURN DUCT OF ALL
INSTALL NEW DETECTOR AND HOUSING IN
HOUSING
UNITS IN EXCESS OF 2,000 CFM
NEW LOCATION
PROJECTED BEAM SMOKE DETECTOR
WALL MOUNT ON EXISTING J-BOX
B B
REUSED THAT ARE VISIBLE, SUCH AS CABINETS NOTIFICATION APPLIANCES OR SMOKE DETECTORS
WALL MOUNT ON NEW J-BOX
INSTALL NEW DETECTOR IN NEW LOCATION.
MONITOR MODULE
MOUNT ON J-BOX WITHIN 3’ OF
TO FACILITATE CONNECTION OF CONVENTIONAL
DEVICE OR CIRCUIT MONITORED
INITIATING DEVICE CONTACTS TO ADDRESSABLE FIRE
LOCATION ACCESSIBLE FROM FLOOR
DETECTORS.
EXISTING TO REMAIN
EXISTING TO REMAIN
6.
06
T
F
M
M
FAPS
WET CHEM
FAN
ELEV
M
C
C
M
DAMPER
CONNECT TO NEW FIRE ALARM SYSTEM FOR OPERATION. QTY. AND LOCATION TO BE DETERMINED
DOOR
C
FIRE ALARM HORN/STROBE
WALL MOUNT ON EXISTING J-BOX
FIRE ALARM HORN/STROBE TO BE
EXISTING TO BE DEMOLISHED
LOOP OR PAINT BOOTH TO REMAIN. FURNISH AND INSTALL NEW ADDRESSABLE MODULES TO FACILITATE CONNECTION OF CONVENTIONAL SWITCHES TO NEW ADDRESSABLE FIRE
REPLACE EXISTING DEVICE WITH NEW. CANDELA
TO NETWORK FACP
18 AWG NAC #1
(FUTURE)
INSTALL NEW DEVICE IN NEW LOCATION. CANDELA RATING OF STROBE SHALL BE AS INDICATED ON
REPLACE EXISTING DEVICE WITH NEW. CANDELA RATING OF STROBE SHALL BE AS INDICATED ON
CEILING MOUNT ON NEW RECESSED
INSTALL NEW DEVICE IN NEW LOCATION. CANDELA
PRIMARY AND SECONDARY
J-BOX
RATING OF STROBE SHALL BE AS INDICATED ON
N
EXTERIOR FIRE ALARM HORN
MONITORING STATION
NAC #2
REPLACE EXISTING EXTERIOR ALARM WITH NEW.
WEATHERPROOF J-BOX
DEVICE AND J-BOX SHALL BE UL LISTED FOR
EXTERIOR FIRE ALARM HORN
WALL MOUNTED ON NEW
INSTALL NEW DEVICE IN NEW LOCATION. DEVICE
WEATHERPROOF J-BOX
AND J-BOX SHALL BE UL LISTED FOR EXTERIOR
EXISTING TO REMAIN
EXISTING TO REMAIN
12 VDC BATTERY
WATER FLOW BELL
PROVIDE 24 HOURS OF STANDBY POWER WITH AN ADDITIONAL RESERVE TO OPERATE THE SYSTEM
E
FOR 15 MINUTES IN FULL ALARM. 9.
INITIATING DEVICES:
HANDLERS IN BUILDING UPON OPERATION OF ANY SMOKE, HEAT OR DUCT SMOKE SMOKE DETECTORS: INSTALL SMOKE DETECTORS ON CEILING/DECK OF ALL CORRIDORS AND
DETECTOR IN THE BUILDING.
LOBBIES AS WELL AS ALL AREAS OPEN TO CORRIDORS/LOBBIES. INSTALL ADDITIONAL DETECTORS
INSTALLATION. COLOR SHALL BE RED.
N
12 VDC BATTERY
EXISTING MAY BE RE-USED
WITH AIR MOVEMENT SYSTEMS CONTROLLER. PROGRAM RELAYS TO SHUT DOWN ALL AIR
EXTERIOR INSTALLATION. COLOR SHALL BE RED.
14 AWG
CONTROL PANEL AND POWER SUPPLY. BATTERY BACKUP SHALL BE OF SUFFICIENT CAPACITY TO
DUCT. INSTALL PER MANUFACTURE’S RECOMMENDATIONS. PROVIDE SUPERVISED, RESETTABLE,
24 VDC POWER TO DETECTOR FROM FACP. INSTALL CONTROL RELAY AND INTERFACE
WALL MOUNTED ON EXISTING OR NEW
R
FURNISH A BATTERY BACKUP TO PROVIDE SECONDARY POWER SUPPLY TO EACH FIRE ALARM
MANUFACTURER ON THE EXTERIOR OF THE DUCT WITH SAMPLING TUBE INSTALLED WITHIN
COMMUNICATION LINES TO CENTRAL
PRESENT INSTALL NEW CIRCUITS PER NFPA 70 FROM NEARBY POWER DISTRIBUTION PANELS.
OR NEW DETECTORS TO BE ADDED. MOUNT DETECTOR IN ENCLOSURE PROVIDED BY
DRAWINGS. COLOR SHALL BE RED.
POWER: EXISTING 120VAC POWER CIRCUITS TO FIRE ALARM CONTROL EQUIPMENT MAY BE REUSED TO POWER NEW EQUIPMENT WHERE PRESENT. WHERE EXISTING 120VAC POWER CIRCUITS ARE NOT
TO DETERMINE LOCATION AND QUANTITY OF ALL EXISTING DETECTORS TO BE REPLACED
DRAWINGS. COLOR SHALL BE RED. FIRE ALARM STROBE
8.
ALL AIR MOVEMENT SYSTEMS WITH A CAPACITY IN EXCESS OF 2,000 CFM. NEW DETECTORS SHALL BE LISTED COMPATIBLE WITH NEW FIRE ALARM SYSTEM. CONTRACTOR
WALL OR CEILING MOUNT ON EXISTING J-BOX
R
14 AWG
E
DEDICATED 120 VAC CIRCUIT
EXCEEDS A DISTANCE OF 10’.
REPLACE ALL EXISTING OR INSTALL NEW DUCT SMOKE DETECTORS IN EACH BUILDING ON
08
DRAWINGS. COLOR SHALL BE RED. FIRE ALARM STROBE
CONDUCTORS TO A SINGLE DEVICE SHALL BE RUN IN SEPARATE RACEWAY WHERE COMMON PATH
SWITCH MONITORED.
CEILING MOUNT ON NEW RECESSED J-BOX
CIRCUIT CLASSIFICATION (PER NFPA 72): INITIATING DEVICE, NOTIFICATION APPLIANCE AND DATA CIRCUITS SHALL MEET THE REQUIREMENTS FOR CLASS A CIRCUITS. OUTGOING AND RETURN
AN EXTERNAL LED TO INDICATE STATUS AND SHALL BE CLEARLY LABELED TO INDICATE
PLATE ON REMAINING J-BOX.
FIRE ALARM HORN/STROBE
7.
ALARM SYSTEM. PROVIDE A SEPARATE MODULE FOR EACH SWITCH. MODULES SHALL HAVE
DRAWINGS. COLOR SHALL BE RED. REMOVE DEVICE AND WIRING. INSTALL COVER
DEMOLISHED
D
N
300V INSULATION OR EQUIVALENT AS PER NFPA 70 ARTICLE 760.
FIRE SPRINKLER SYSTEM CONTROL VALVE WITH SUPERVISORY SWITCH FOR ANTIFREEZE
07
RATING OF STROBE SHALL BE AS INDICATED ON
C
NETWORK CAPABILITY SLC #1
USFM REVIEW STAMP
THROUGH RATED PARTITIONS SHALL BE FIRE STOPPED WITH A SUITABLE CAULKING COMPOUND. ALL
SWITCH MONITORED.
WIRING USED IN THE FIRE ALARM SYSTEM SHALL BE FPL (FIRE, POWER LIMITED) WITH MINIMUM EXISTING TO REMAIN
R C
WALLS IN FINISHED AREAS. EXPOSED CONDUIT SHALL BE PAINTED RED. ALL PENETRATIONS
AN EXTERNAL LED TO INDICATE STATUS AND SHALL BE CLEARLY LABELED TO INDICATE
AND CONNECT TO NEW FIRE ALARM SYSTEM
D
EXPOSED IN UNFINISHED AREAS, BUT SHALL BE INSTALLED CONCEALED ABOVE CEILINGS OR INSIDE
BACKFLOW PREVENTER MAY BE COMBINED WITH A SINGLE MODULE. MODULES SHALL HAVE
BY CONTRACTOR
SD
SINGLE DEVICES (MAXIMUM 6’). MINIMUM CONDUIT SIZE SHALL BE 1/2". CONDUIT MAY BE RUN
SEPARATE MODULE FOR EACH SWITCH EXCEPT VALVE SUPERVISORY SWITCHES FOR A
DISCONNECT FROM EXISTING FIRE ALARM SYSTEM
SWITCH
FIRE/SMOKE DAMPER
B
(WHEN RUN CONCEALED), RIGID CONDUIT OR EMT. FLEXIBLE CONDUIT MAY BE USED FOR DROPS TO
OF CONVENTIONAL SWITCHES TO NEW ADDRESSABLE FIRE ALARM SYSTEM. PROVIDE A
FD
H
FREE OF OPENS, SHORTS AND GROUNDS. ALL NEW WIRING SHALL BE INSTALLED IN METAL CLAD
REMAIN. FURNISH AND INSTALL NEW ADDRESSABLE MODULES TO FACILITATE CONNECTION
DISCONNECT FROM EXISTING FIRE ALARM SYSTEM
WIRING/CONDUIT: EXISTING WIRING MAY BE REUSED WHERE FREE OF SHORTS OR GROUNDS AND
COMPATIBLE WITH NEW CONTROL EQUIPMENT. NEW WIRING, WHERE REQUIRED, SHALL BE SHALL BE
FIRE SPRINKLER RISER WITH VALVE SUPERVISORY AND WATER FLOW SWITCHES TO
AND CONNECT TO NEW FIRE ALARM SYSTEM
T
EQUIVALENT TILE.
BETWEEN BUILDINGS TO BE INSTALLED UNDER FUTURE CONTRACT.
TO FACILITATE TESTING OF PROJECTED BEAM SMOKE
FIRE SPRINKLER VALVE SUPERVISORY
CONDUITS. ANY CEILING TILE DAMAGED BY THE INSTALLER MUST BE REPLACED WITH THE SAME OR
(FIBER OPTIC OR COPPER) FROM CONTROL PANEL TO POINT OF ENTRY OF EXISTING BURIED CONDUITS INTO EACH BUILDING. NETWORK MEDIA IN EXISTING BURIED CONDUITS
FUNCTIONS
MOUNT ON RECESSED J-BOX IN
FIRE SPRINKLER WATER FLOW SWITCH
THE COLOR OF THE WALL. REMOVE ALL UNUSED WIRE IN ALL REMAINING J-BOXES AND/OR
NETWORK HARDWARE/MODULES IN NEW CONTROL PANELS AND INSTALL NETWORK MEDIA
OR CIRCUIT BEING CONTROLLED
F
FACP WITH
THEY SHALL BE LARGE ENOUGH TO ENTIRELY COVER J-BOX AND SHALL BE PAINTED TO MATCH
FUTURE CONTRACT. AS PART OF THIS CONTRACT, INSTALL AND CONFIGURE ALL REQUIRED
ALARM SYSTEM MOUNT ON J-BOX WITHIN 3’ OF DEVICE TO CONTROL PROTECTED PREMISE FIRE SAFETY
WITHOUT LADDER
ADDRESSABLE
SURROUNDING AREAS (U.N.O.). COVER PLATES MAY BE USED TO COVER UNUSED J-BOXES BUT
FIRE ALARM CONTROL PANEL TO BE INSTALLED IN OTHER CAMPUS BUILDING UNDER A
N
T
ANN
SHALL BE REMOVED AND REMAINING WALL OR CEILING SURFACE REPAIRED OR REPLACED TO MATCH
FIRE ALARM CONTROL PANELS IN EACH BUILDING TO BE INTERCONNECTED WITH NETWORK
05
PROJECTED BEAM SMOKE DETECTOR
TEST/RESET SWITCH FOR BEAM DETECTOR
C
DEMOLITION: IT IS THE INSTALLER’S RESPONSIBILITY FOR THE DEMOLITION OR PARTIAL DEMOLITION OF EXISTING FIRE ALARM SYSTEMS. EXISTING DEVICES AND CONDUIT NOT BEING REPLACED AND
SYSTEM AND VERIFY PROPER RECEIPT OF SIGNALS BY REMOTE MONITORING STATION.
REPLACE EXISTING DETECTOR WITH NEW
R
CONTROL MODULE/RELAY
18 AWG TWISTED PAIR (MIN)
5.
DETECTOR IN SAME LOCATION.
C
D
BE ENTERED INTO THE EDMS SYSTEM.
SUPERVISORY AND TROUBLE SIGNALS TO REMOTE MONITORING STATION TO REMAIN. CONNECT TO FIRE ALARM, SUPERVISORY AND TROUBLE RELAYS OF NEW FIRE ALARM
M
DFCM REVIEW STAMP
3"x3" SPACE FOR THE APPROVAL STAMP ON THE FRONT PAGE. EACH DEFERRED SUBMITTAL SHALL EXISTING AES FIRE ALARM RADIO TRANSMITTER FOR TRANSMISSION OF FIRE ALARM,
04
N
FIRE ALARM SINGLE LINE RISER - MFEC
DFCM NUMBER, PROJECT ADDRESS, CONFORMANCE LETTER OR STAMP FROM THE DESIGNER AND A
COVER REMAINING OPENING IN WALL.
R
SD
(ENGINEER’S) DRAWINGS. EACH DEFERRED SUBMITTAL IS REQUIRED TO HAVE THE PROJECT NAME,
PANEL RECESSED INTO WALL. PROVIDE COVER PLATE OR TRIM RING TO COMPLETELY
SECONDARY POWER SUPPLY 24 HOURS STANDBY
DOCUMENTS REQUIREMENTS OF IFC 907.1.1. SHOP DRAWINGS SHALL BE BASED ON THESE
ANNUNCIATOR USING EXISTING JUNCTION BOX. WHERE POSSIBLE, INSTALL ANNUNCIATOR
COVER PLATE ON REMAINING J-BOX.
D
C
QUALITY ASSURANCE: ALL EQUIPMENT, MATERIAL AND DEVICES USED FOR THE FIRE ALARM SYSTEMS INSTALLATION SHALL BE UL LISTED AND/OR FM APPROVED FOR USE IN FIRE PROTECTION
RESPONSIBLE TO INSTALL ALL REQUIRED CIRCUITS TO POWER SUPPLY. CONNECT POWER
RECESSED J-BOX
N HEAT DETECTOR TO BE DEMOLISHED
H
B
UTAH STATE DFCM STANDARDS
SUPPLIES TO BE DETERMINED BY CONTRACTOR. SURFACE MOUNT ON WALL OF ELECTRICAL ROOM. POWER SUPPLIES MAY BE RELOCATED TO OTHER MECHANICAL/ELECTRICAL ROOMS
HEAT DETECTOR
H
NFPA 70 - 2011 EDITION
SUFFICIENT TO PROVIDE REQUIRED POWER AND NUMBER OF NOTIFICATION APPLIANCE
AND WIRING. REPLACE CEILING TILE OR PATCH
HEAT DETECTOR
H
NAC #2
DEDICATED 120 VAC CIRCUIT
09/19/14
UTAH STATE FIRE MARSHAL RULE R710-4
REMOTE POWER SUPPLIES SHALL BE DETERMINED BY CONTRACTOR AND SHALL BE
REMOVE DETECTOR, BASE, J-BOX, CONDUIT CEILING.
14 AWG
(FUTURE)
EXISTING TO BE DEMOLISHED
ENGINEER’S STAMP
INTERNATIONAL FIRE CODE - 2012 EDITION
FURNISH AND INSTALL NEW REMOTE POWER SUPPLIES TO PROVIDE 24 VDC POWER TO NOTIFICATION APPLIANCES (STROBES) THROUGHOUT BUILDING. NUMBER AND LOCATION OF
D
APPLICABLE CODES/STANDARDS: INTERNATIONAL BUILDING CODE - 2012 EDITION
MONITORING COMPANY SELECTED BY OWNER.
02
RECESSED J-BOX
N
SLC #1
B
2.
PHONE LINES TO RELAY FIRE ALARM AND SUPERVISORY SIGNALS TO OFF-PREMISE
C
FACP WITH
ANN
A
APPLIANCES SHALL BE REPLACED WITH NEW DEVICES AND SPACING/LOCATION OF DEVICES SHALL
EXPANSION. EXISTING 120 VAC POWER CIRCUIT MAY BE RE-USED BUT PROVIDE NEW DACT
SCOPE OF WORK: WORK SHALL INCLUDE REPLACEMENT OF EXISTING FIRE ALARM SYSTEMS IN
WITH A NEW FIRE ALARM SYSTEMS. EXISTING FIRE ALARM INITIATING DEVICES AND NOTIFICATION
WITH ALL APPLICABLE PROVISIONS OF NFPA 72 AND THE INTERNATIONAL BUILDING/FIRE FIRE ALARM ANNUNCIATOR PANEL
16
15
PROFESSIONAL DEVELOPMENT CENTER (MPDC) AND MILLER AUTOMOTIVE TRAINING CENTER (MATC)
SUPPLIES, ETC. TO PROVIDE A COMPLETE AND FUNCTIONAL FIRE ALARM SYSTEM COMPLIANT
RADIO
TRANSMITTER
14
MILLER FREE ENTERPRISE CENTER (MFEC), KAREN G. MILLER CONFERENCE CENTER (KMCC), MILLER
REQUIRED CONTROL PANELS, MODULES (INCLUDING NETWORK MODULES), CABINETS, POWER
A
13
FIRE ALARM SYSTEM GENERAL NOTES
FIRE ALARM SYSTEM KEY NOTES
Fax:8016770000
5
Phone:8012956070
4
Cent ervi l l e,U T 84014
3
Sui t e #101
2
1199 Sout h M ai n St reet
1
Bid B5029
EXISTING FIRE DOOR WITH EXISTING MAGNETIC DOOR HOLD-OPEN DEVICE TO REMAIN.
09
INSTALL ADDRESSABLE RELAY TO RELEASE MAGNETIC DOOR HOLDER UPON ACTIVATION
ABOVE ALL FIRE ALARM SYSTEM CONTROL EQUIPMENT. DETECTORS SHALL BE LOCATED IN CONFORMANCE WITH NFPA 72 WITH A MAXIMUM SPACING OF 30’ BETWEEN DETECTORS.
OF ANY FIRE ALARM INITIATING DEVICE IN BUILDING. CONNECT POWER SUPPLY TO MAGNETIC HOLD-OPEN DEVICES (EXISTING MAY BE RE-USED IF PRESENT) THROUGH
HEAT DETECTORS: INSTALL HEAT DETECTORS ON CEILING/DECK WHERE INDICATED ON PLANS. HEAT
DETECTORS SHALL BE FIXED TEMPERATURE TYPE (135 DEG-F). DETECTORS SHALL BE LOCATED IN
NORMALLY CLOSED CONTACTS OF CONTROL RELAY.
CONFORMANCE WITH NFPA 72 WITH A MAXIMUM SPACING OF 50’ BETWEEN DETECTORS. REDUCE EXISTING FIRE/SMOKE DAMPERS PRESENT IN EXISTING BUILDINGS TO REMAIN. CONTRACTOR
10
SECONDARY POWER SUPPLY
SPACE PER NFPA 72 AS REQUIRED FOR CEILING HEIGHT
TO DETERMINE NUMBER AND LOCATION OF ALL EXISTING DAMPERS CONTROLLED BY
24 HOURS STANDBY
EXISTING FIRE ALARM SYSTEMS TO BE DEMOLISHED. INSTALL CONTROL RELAYS AND
5 MINUTES ALARM
INTERFACE WITH EXISTING DAMPER POWER/CONTROL CIRCUITS TO PROVIDE DAMPER OPERATION UPON ACTUATION OF ANY SMOKE, HEAT OR DUCT SMOKE DETECTOR IN
F
DUCT SMOKE DETECTORS: INSTALL DUCT SMOKE DETECTORS WHERE INDICATED ON PLANS AND IN RETURN DUCTS OF ALL AIR MOVEMENT SYSTEMS WITH A CAPACITY IN EXCESS OF 2,000 CFM.
REVISIONS:
REQUIRED NUMBER AND LOCATION OF DUCT SMOKE DETECTORS SHALL CONFORM TO IMC (2012)
F
AND MANUFACTURER’S REQUIREMENTS. DUCT SMOKE DETECTORS ARE NOT REQUIRED WHERE ENTIRE
BUILDING.
AREA SERVED BY AIR MOVEMENT SYSTEM IS PROTECTED BY AREA SMOKE DETECTION SYSTEMS.
REPLACE EXISTING CONTROL RELAYS FOR ELEVATOR EMERGENCY FUNCTIONS WITH NEW
11
FIRE ALARM SINGLE LINE RISER - KMCC/MPDC
CONTROL RELAYS COMPATIBLE WITH NEW FACP. CONNECT NEW RELAYS TO EXISTING ELEVATOR CONTROL EQUIPMENT TO PROVIDE ALL EMERGENCY FUNCTIONS REQUIRED BY NFPA 72 AND ASME A17.1 (PRIMARY RECALL, SECONDARY RECALL, CAB LIGHT ILLUMINATION,
POWER SHUNT TRIP). LABEL EACH RELAY TO INDICATE FUNCTION. INSTALL SMOKE AND
MONITOR MODULES: INSTALL MONITOR MODULES TO FACILITATE CONNECTION OF EXISTING CONVENTIONAL INITIATING DEVICES (WATER FLOW, VALVE SUPERVISORY, FIRE SUPPRESSION SYSTEMS, ETC.) THAT REMAIN TO NEW FIRE ALARM SYSTEM. PROVIDE A SEPARATE MONITOR
MODULE FOR EACH MONITORED DEVICE.
HEAT DETECTORS (WHERE SPRINKLERS ARE PRESENT) IN ELEVATOR LOBBIES, SHAFTS AND EQUIPMENT ROOMS. CONTRACTOR SHALL COORDINATE WITH ELEVATOR SERVICE
CONTRACTOR AS REQUIRED. SERVICE CALLS BY ELEVATOR SERVICE CONTRACTOR TO BE
PROJECTED BEAM SMOKE DETECTORS: INSTALL PROJECTED BEAM TYPE SMOKE DETECTORS WHERE INDICATED ON PLANS. INSTALL IN ACCORDANCE WITH NFPA 72 AND MANUFACTURER’S
REQUIREMENTS. DETECTORS SHALL BE SINGLE ENDED TYPE WITH ALL POWER/CONTROLS
ARRANGED BY DFCM BUT PAID BY CONTRACTOR.
CONTAINED AT ONE END WITH A REFLECTOR UNIT ONLY ON THE OPPOSITE END. BEAM DETECTORS
REPLACE EXISTING OR INSTALL NEW PROJECTED BEAM SMOKE DETECTORS WHERE
12
INDICATED ON PLANS. INSTALL DETECTORS IN ACCORDANCE WITH MANUFACTURER’S
RECOMMENDATIONS/INSTRUCTIONS. DETECTORS SHALL BE SINGLE ENDED TYPE (ALL
SHALL INCLUDE AN INTEGRATED TESTING SYSTEM UTILIZING OPAQUE SCREENS/FILTERS. TEST/RESET SWITCHES SHALL BE PROVIDED FOR EACH DETECTOR AND SHALL BE KEY OPERATED
OR LOCATED WITHIN A SECURE ROOM.
CONNECTIONS/CONTROLS ON ONE SIDE WITH REFLECTOR ONLY ON OPPOSITE WALL) WITH
G
BUILT-IN TESTING CAPABILITY. INSTALL REMOTE, KEY OPERATED TEST/RESET SWITCH
10. NOTIFICATION APPLIANCES: PROVIDE AUDIBLE (VOICE) AND VISUAL NOTIFICATION APPLIANCES THROUGHOUT BUILDING WHERE INDICATED ON PLANS. NOTIFICATION APPLIANCES SHALL BE
WHERE INDICATED ON PLANS.
SPEAKER/STROBE TYPE DEVICES WITH ADJUSTABLE LIGHT INTENSITY (15Cd-110Cd) AND VOLUME EXISTING TYPE I COOKING HOOD WITH FIRE SUPPRESSION SYSTEM TO REMAIN. FURNISH
13
AND INSTALL NEW ADDRESSABLE MODULE TO FACILITATE CONNECTION OF FIRE
SUPPRESSION SYSTEM ACTIVATION RELAY TO NEW ADDRESSABLE FIRE ALARM SYSTEM. 18 AWG TWISTED PAIR (MIN)
T
F
M
M
FAPS
FAN
ELEV
C
C
MODULE SHALL HAVE AN EXTERNAL LED TO INDICATE STATUS AND SHALL BE CLEARLY
OUTPUT ACTIONS
SETTINGS (1/4W - 2W). VOLUME OF SPEAKERS SHALL BE SUFFICIENT TO PROVIDE A SOUND INTELLIGIBILITY (AVERAGE STI OF 0.50) IN ALL OCCUPIED AREAS. VOICE INTELLIGIBILITY IS NOT REQUIRED IN MECHANICAL SPACES, WAREHOUSE AREAS OR PRIVATE OFFICES. VISIBLE ALARMS SHALL
BE PROVIDED THROUGHOUT ALL PUBLIC AND COMMON AREAS OF EACH BUILDING INCLUDING AREAS
LABELED TO INDICATE FIRE SUPPRESSION SYSTEM MONITORED.
DRAWING DATE:
09/19/14
REVISION DATE:
XX/XX/XX
JOB NUMBER:
G
105070 REVIEW
DWG ISSUE:
LEVEL (ALERT TONE) OF 15 Db ABOVE AMBIENT AND SUFFICIENT TO PRODUCE VOICE
DRAWN BY:
BAJ
CHECKED BY:
GTJ
WITH POSSIBLE OCCUPANCY BY HEARING IMPAIRED PERSONS. STROBES SHALL FLASH IN
SHUNT-TRI P ELEVATOR POW ER
PUBLIC AND COMMON AREAS OF EACH BUILDING INCLUDING PRIVATE OFFICES AND AREAS WITH POSSIBLE OCCUPANCY BY HEARING IMPAIRED PERSONS. STROBES SHALL FLASH IN SYNCHRONIZATION. CONFIGURE CIRCUITS TO ALLOW HORNS TO BE SILENCED WHILE STROBES
SALT LAKE COM M UNI TY COLLEGE
RELAY CONTACTS TO INITIATE REQUIRED FIRE SAFETY FUNCTIONS (FAN SHUTDOWN, FIRE DOOR RELEASE, DAMPER CLOSURE, ELEVATOR RECALL, ETC.). OUTPUT MODULES SHALL BE INSTALLED
WITHIN 36" OF DEVICE OR CIRCUIT CONTROLLED. ALL EXISTING PROTECTED PREMISE FIRE SAFETY FUNCTIONS CONTROLLED BY EXISTING FIRE ALARM SYSTEMS SHALL BE MIGRATED TO NEW SYSTEMS AND TESTED TO VERIFY PROPER FUNCTION. 13. PHASING: PLAN SEQUENCE OF WORK TO MINIMIZE DOWN TIME OF EXISTING FIRE ALARM SYSTEMS. IT
IS THE INSTALLER’S RESPONSIBILITY TO NOTIFY PROPER AUTHORITIES AND PROVIDE A FIRE WATCH DURING INTERRUPTIONS OF FIRE DETECTION AND ALARM SERVICE IN EACH BUILDING. WORK IN ONLY
ONE AREA OF THE BUILDING AT A TIME. COMPLETE ALL FIRE ALARM SYSTEM WORK IN ONE AREA BEFORE BEGINNING WORK IN THE NEXT AREA. ALL WORK SHALL BE SCHEDULED IN ADVANCE WITH THE BUILDING COORDINATOR. CONTROL MODULE TO
14. TESTING: SCHEDULE AND PERFORM ALL ACCEPTANCE TESTS REQUIRED BY NFPA 72. TESTING SHALL
MONITOR MODULE FOR
ACTIVATE NAC CIRCUITS
BE WITNESSED BY STATE FIRE MARSHAL’S OFFICE, PROJECT ENGINEER, DFCM AND BUILDING
SUPERVISORY RELAY
MAINTENANCE PERSONNEL. SUBMIT A WRITTEN TESTING PLAN DETAILING EACH TEST TO BE SIGNALLING LINE CIRCUIT
PERFORMED TO EACH AGENCY AT LEAST TWO DAYS PRIOR TO SCHEDULED TEST. ALL INSPECTIONS
AND TESTS MUST BE COMPLETED AND WRITTEN APPROVAL PROVIDED BY CODE INSPECTOR AND CM
MM
FIRE MARSHAL INSPECTOR PRIOR TO FINAL ACCEPTANCE. NAC #X 14 AWG
15. SYSTEM TYPE: FIRE ALARM SYSTEMS SHALL MEET THE REQUIREMENTS FOR PROTECTED PREMISE FIRE ALARM SYSTEMS. SYSTEM SHALL PROVIDE OFF-PREMISE NOTIFICATION OF STATUS TO CENTRAL STATION DETERMINED BY OWNER. PROVIDE DIGITAL ALARM COMMUNICATOR/TRANSMITTER OR FIRE ALARM RADIO TRANSMITTER (EXISTING MAY BE RE-USED) TO RELAY FIRE ALARM SIGNALS
J
AREA SMOKE DETECTOR (SPOT OR PROJECTED BEAM TYPE)
X
X
X
X
X
HEAT DETECTOR
X
X
X
X
X
MANUAL PULL STATION
X
X
X
X
X
X
X
SYSTEM
I NPUTS
DUCT SMOKE DETECTOR
X
WET CHEMICAL FIRE SUPPRESSION SYSTEM RELEASE
X
X
FIRE SPRINKLER FLOW SWITCH
X
X
FIRE SPRINKLER VALVE TAMPER SWITCH
TO CENTRAL STATION.
TYPICAL REMOTE POWER SUPPLY
NAC #X 14 AWG
(QTY TO BE BY CONTRACTOR)
X
X
X
FIRE ALARM SYSTEM WIRE SCHEDULE
DEDICATED 120 VAC CIRCUIT EXISTING MAY BE RE-USED
X
SMOKE/HEAT DETECTOR IN ELEVATOR SHAFT OR EQUIPMENT ROOM
X
X
X
X
X
SMOKE DETECTOR MAIN LEVEL ELEVATOR LOBBY
X
X
X
X
X
SMOKE DETECTOR SECOND LEVEL ELEVATOR LOBBY
X
X
X
X
X
X
HEAT DETECTOR IN ELEVATOR EQUIPMENT ROOM
X
X
X
X
X
X
X
12 VDC BATTERY
X
12 VDC BATTERY
X
CIRCUIT
NOTES:
SYNCHRONIZATION FOR NOTIFICATION
X
SECONDARY POWER SUPPLY
CIRCUITS OR PROVIDE SYNC MODULES
24 HOURS STANDBY
FOR EACH CIRCUIT.
5 MINUTES ALARM
INTERCONNECT POWER SUPPLIES/SYNC
1/8/2015 11:19 AM
3
NOTIFICATION APPLIANCE
X
LOW BATTERY VOLTAGE
X
REMOTE POWER SUPPLY TROUBLE
X
CIRCUIT (SLC)
CIRCUIT FAULTS
X
INITIATING
X
MODULES TO ENSURE SYNCRONIZATION
4
5
6
CIRCUIT
CIRCUIT
CLASS
STYLE
WIRE GAUGE (MIN)
SIGNALING LINE
H
I
GRAPHIC DESIGNATION
2
A
Z
16 AWG
2
A
6 OR 7
18 AWG
2
A
D
18 AWG
CIRCUIT (NAC)
LOSS OF AC POWER
X
NUMBER OF CONDUCTORS
POWER SUPPLY SHALL HAVE BUILT-IN
X
FIRE ALARM DETAILS & SCHEDULES
REMOTE POWER SUPPLY RISER (TYPICAL)
FIRE ALARM SEQUENCE OF OPERATION (TYP.) 2
REQUIREMENTS OF ALL STATE OF UTAH DFCM STANDARDS.
DETERMINED
OF STROBES ON ADJACENT CIRCUITS
1
16. IT IS THE INTENT OF THE DESIGN CONTAINED WITHIN THESE DOCUMENTS TO COMPLY WITH ALL
SANDY,UTAH 84070
CONTINUE TO FLASH. NOTIFICATION APPLIANCES IN EACH BUILDING SHALL OPERATE INDEPENDENTLY.
FI RE ALARM SYSTEM REPLACEM ENT
ABOVE AMBIENT IN ALL OCCUPIED AREAS. VISIBLE ALARMS SHALL BE PROVIDED THROUGHOUT ALL
12. PROTECTED PREMISE FIRE SAFETY FUNCTIONS: INSTALL PROGRAMMABLE OUTPUT MODULES WITH
DFCM PROJECT #14042660
EACH BUILDING. VOLUME OF HORNS SHALL BE SUFFICIENT TO PROVIDE A SOUND LEVEL OF 15 Db
9750 SOUTH 300 W EST
ALTERNATE LEVEL
I LLUMI NATE FI RE HAT LI GHT I N ELEVATOR CAR
MAI N LEVEL
RECALL ELEVATOR TO
REQUIRED). LOCATE NEW CEILING MOUNT DEVICES ON EXISTING CEILINGS.
LARRY H.M I LLER
FIRE ALARM SINGLE LINE RISER - MATC
RECALL ELEVATOR TO
I
TO
5 MINUTES ALARM
TO
24 HOURS STANDBY
TO
SECONDARY POWER SUPPLY
TO
12 VDC BATTERY
MOUNT DEVICES BETWEEN 80" AND 96" ABOVE FLOOR (ADJUST HEIGHT OF EXISTING J-BOXES AS
11. NOTIFICATION APPLIANCES: PROVIDE AUDIBLE AND VISUAL NOTIFICATION APPLIANCES THROUGHOUT
ACTI VATE RELAY
12 VDC BATTERY
EXISTING MAY BE RE-USED
ACTI VATE RELAY
DEDICATED 120 VAC CIRCUIT
ACTI VATE RELAY
14 AWG
ACTI VATE RELAY
NAC #2
RELEASE FI RE DOORS
MONITORING STATION
CENTRAL STATI ON
COMMUNICATION LINES TO CENTRAL
CLOSE FI RE/SMOKE DAMPERS
PRIMARY AND SECONDARY
CENTRAL STATI ON
H
SI GNAL TO
14 AWG
SI GNAL TO
NAC #1
(FUTURE)
SHUT DOW N AI R HANDLERS
18 AWG
CENTRAL STATI ON
SYNCHRONIZATION. NOTIFICATION APPLIANCES MAY BE WALL OR CEILING MOUNT. LOCATE WALL
SLC #1
TRANSMI T TROUBLE SI GNAL TO
M
NETWORK
TRANSMI T SUPERVI SORY
C
FACP WITH CAPABILITY
TRANSMI T FI RE ALARM
SD
ACTI VATE LOCAL NOTI FI CATI ON APPLI ANCES (ALL CI RCUI TS I N BLDG.)
H
ADDRESSABLE ANN
TO NETWORK FACP
7
8
9
10
11
DEVICE CIRCUIT (IDC)
12
FA-7 13
14
15
16
p. 48
J
Salt Lake Community College
1/8/2015 11:19 AM
Bid B5029
p. 49
Salt Lake Community College
Question and Answers for Bid #B5029 - SLCC LHM Fire Alarm Upgrade
Bid B5029
5
OVERALL BID QUESTIONS There are no questions associated with this bid. Question Deadline: Jan 28, 2015 12:00:00 PM MST
6 1/8/2015 11:19 AM
p. 50