Loading...
HomeMy WebLinkAboutADT Commercial LLC; 2021-10-19; PWS22-1544FACDocuSign Envelope ID: 55401527-5053-4906-9236-5F4C7DF424EF RECORDED REQUESTED BY CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 Notice is hereby given that: DOC# 2022-0317710 111111111111 lllll 111111111111111 lllll lllll 11111111111111111111 11111111 Aug 04, 2022 01 :49 PM OFFICIAL RECORDS Ernest J. Dronenburg, Jr., SAN DIEGO COUNTY RECORDER FEES $0.00 (SB2 Atkins $0 00) PAGES: 1 Space above this line for Recorder's use. PARCEL NO: 215-050-70-00 NOTICE OF COMPLETION 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full names of the undersigned are City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work or improvement on the property hereinafter described was completed on July 15, 2022. 6. The name of the contractor for such work or improvement is ADT Commercial, LLC. 7. The property on which said work or improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: Project No. PWS22-1544FAC, Project Name: Dove Library Fire Alarm System Replacement. 8. The street address of said property is 1775 Dove Lane, Carlsbad, CA 92011, in the City of Carlsbad. I, the undersigned, say: Cl?:4z"Q___ Geoff Patnoe, Assistant City Manager VERIFICATION OF CITY CLERK I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the City Manager of said City on -.J\A\IA 2,i;-, 20~ accepted the above described work as completed and ordered that a Notict of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on ~\~ 2/4 , 20~at Carlsbad, California. CITYO~ KAYLIN MCCAULEY Deputy City Clerk Q:\Public Wor1<s\General Services\Agreements & Contracts\ADT Commercial\Dove Library Fire Alarm System Replacement -PWS22-1544FAC\5. NOC\2.NOC -Dove Library Fire Alarm System Replacement -PWS22-1544FAC.docx DocuSign Envelope ID: 554O1527-5O53-4906-9236-5F4C7DF424EF CITY OF CARLSBAD ACCEPTANCE OF PUBLIC IMPROVEMENTS COMPLETION OF PUBLIC IMPROVEMENTS ADT Commercial, LLC has completed the contract work required for PWS22-1544FAC -Dove Library Fire Alarm System Replacement. City forces have inspected the work and found it to be satisfactory. The work consisted of: IMPROVEMENTS Dove Library Fire Alarm System Replacement VALUE $115,190 CERTIFICATION OF COMPLETION OF IMPROVEMENTS John Ma~Works Manager 7/21/2022 Date CITY MANAGER'S ACCEPTANCE OF PUBLIC IMPROVEMENTS The construction of the above described contract is deemed complete and hereby accepted. The City Clerk is hereby authorized to record the Notice of Completion and release the bonds in accordance with State Law and City Ordinances. The City of Carlsbad is hereby directed to commence maintaining the above described improvements. Geoff Patnoe, Assistant City Manager Date APPROVED AS TO FORM: CELIA BREWER, City Attorney By: ~ Assistant City Attorney Q:\Public Works\General Services\Agreements & Contracts\ADT Commercia~Dove Library Fire Alarm System Replacement. PWS22-1544FACl5. NOC\3.API. Dove Library Fire Alarm System Replacement• PWS22-1544FAC.docx Project: 4741 – PWS22-1544FAC - Dove Library Fire Alarm System Replacement Change Order No. 01 CITY OF CARLSBAD CONTRACT CHANGE ORDER NO. 01 PROJECT: 4741, Dove Library Fire Alarm Replacement CONTRACT NO. 4741 (PWS22-1544FAC) P.O. NO. P140535 ACCOUNT NO. 3707000-9060-47411-9066 CONTRACTOR: ADT Commercial, LLC. ADDRESS: 10107 Carroll Canyon Rd. San Diego, CA 92131 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work including charges for field overhead, extended home office overhead, delays, disruptions, cumulative impacts, loss of efficiency, extended equipment costs and overtime premium costs and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor or his/her designee. Pursuant to Section 3 of the General Provisions of this contract, perform the following: Item 1: Contractor shall provide all material, tools and labor to install new Xtralis Open-Area Smoke Imaging Detector (OSID) system for smoke detection in Auditorium 130 to replace the existing four (4) ceiling Simplex smoke detectors. Existing ceiling smoke detectors to be disabled and left in place along with conduit. Includes pre-test of OSID smoke detection system to confirm proper operation. Furnish and install fire alarm wiring, including 24vdc power circuit for Imager. Provide fire panel software programming for new fire alarm devices and sequence of events. Supply and program the following fire alarm equipment and components: 3 - Input Module, Single; 1 - Power Supply; 2 - Battery, 12v; 1 - OSID Imager, OSI-90, 24v; 3 - OSID Emitter, ISE-HP-01-ED, High Power Battery; and LOT – Wiring. Use existing conduit pathways for new device wiring. Add conduit for new Imager from nearest existing fire alarm device. Add new devices and additional sequence of events to the fire alarm drawing. Includes Fire Department final Inspection testing. Total cost not to exceed …………………………………………………………………. $10,740 Item 2: Removal of scaffolding from installation due to Item 1 of this Contract Change Order. Total cost not to exceed …………………………………………………………………. -$3,900 TOTAL INCREASE TO CONTRACT COST………………………….…………………$6,840 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE INCREASED AS A RESULT OF THIS CHANGE ORDER. DocuSign Envelope ID: 7EE2C820-4E2F-4871-854C-293D5EC8B8A8 Project: 4741 – PWS22-1544FAC - Dove Library Fire Alarm System Replacement Change Order No. 01 RECOMMENDED BY: APPROVED BY: MUNICIPAL PROJECTS MANAGER (DATE) CONTRACTOR (DATE) ENGINEERING MANAGER (DATE) FINANCE DIRECTOR (DATE) _____________________________________ DEPARTMENT HEAD (DATE) CITY MANAGER / MAYOR (DATE) APPROVED AS TO FORM: CITY ATTORNEY (DATE) DISTRIBUTION: PROJECT FILE (ORIGINAL), PURCHASING, CONTRACTOR DocuSign Envelope ID: 7EE2C820-4E2F-4871-854C-293D5EC8B8A8 1/27/2022 1/28/2022 1/28/2022 1/28/2022 2/4/2022 2/9/2022 2/12/2022 CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS, SUPPLEMENT AL PROVISIONS, AND TECHNICAL S·PECIFICATIONS FOR DOVE LIBRARY FIRE ALARM SYSTEM REPLACEMENT -Bidding CONTRACT NO. -4741 BID NO. PWS22-1544FAC ,TABLE OF CONTENTS Item Notice Inviting Bids ................................................................................................................ 6 Contractor's Proposal ................ : .................................................. : ............................... : ......... 10 Major Equipment List. ............................................................................................ 16 Bid Security Form··:··:··· ....................................................................................................... 19 Bidder's Bond to Accompany Proposal ......... : ............................................................ · .......... 20 Guide for Completing the "Designation of Subcontractors" Form ................ : ........................ 21 Designation of Subcontractor and Amount of su.bcontractor's Bid Items ............................. 23 Bidder's Statement of Technical Ability and Experience ........................................ : .... : ......... 24 Bidder's Certificate of Insurance for General Liability, Employers' Liability, Automotive Liability and Workers' Compensation ................................................................................... 25 Bidder's Statement Re Debarment. .................................................................. .-................... 26 ·. Bidder's Disclosure of Discipline Record· .................................................. : .................. 27 Noncollusion Declaration to Be Executed by Bidder and Submitted with Bid ...... : ................. 29 Contract Public Works .......................................................................................................... 30 Labor and Materials Bond .. : .................................................................... _. ....... , .................... 36 faithful P~rformance/Warranty Bond ................................................................................... 38 Optional Escrow Agreement for Surety Deposits in Lieu of Retention .................... ·: ............. 40 Special Provisions ... · ...................................................................... : .......... : ... : ....... 43 Technical Specifications ........................................................................................ 49 AppendixA ........ : .................................................. _ .............................................. 72 r-. • -, Revised 6/12/18 Contract No_. 4741 Page 2.of 75 Pages CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Until 5:00 p.m. on Sept. 1, 2021, the City shall accept bids via electronic format via the City of Carlsbad Electronic Bidding Site, PlanetBids, which may be accessed at Contracting & Purchasing I Carlsbad, CA (carlsbadca.gov), for performing the work as follows: The Contractor shall furnish all equipment, materials, tools, labor, engineering, drawings, etc. necessary for the replacement of the existing fire alarm control eq!Jipment. DOVE LIBRARY FIRE ALARM SYSTEM REPLACEMENT CONTRACT NO. 4741 PWS22-1544FAC ELECTRONIC FORMAT RECEIPT AND OPENING OF BIDS: Bids will be received in electronic format (eBids) EXCLUSIVELY at the City of Carlsbad's electronic bidding (eBidding) site, at: Contracting & Purchasing I Carlsbad, CA (carlsbadca.gov) and are due by the date and time shown on the cover of this solicitation. BIDDERS MUST BE PRE-REGISTERED with the City's bidding system and possess a system- assigned Digital ID in order fo submit an electronic bid. The City's electronic bidding (eBidding) system will automatically track information submitted to the site including IP addresses, browsers being used and the URLs from which information was submitted. In addition, the City's bidding system will keep a history of every login instance including the time of login, and other information about the user's computer configuration such as the operating system, browser type, version, and more. Because of these security features, Bidders who disable their browsers' cookies will not be able to log in and use the City's bidding system. The City's electronic biddil')g system is responsible for bid tabulations. Upon the bidder's or proposer's entry of their bid, the system will ensure that all required fields are entered. The system will not accept a bid for which any required information is missing. This includes all necessary pricing, subcontractor listing(s) and any other essential documentation and supporting materials and forms requested or contained in these solicitation documents. BIDS REMAIN SEALED UNTIL DUE DATE AND TIME.· eBids are transmitted into the City's bidding system via hypertext transfer protocol secure (https) mechanism using SSL 128-256-bit security certificates issued from VerisignfThawte which encrypts data being transferred from client to server. Bids submitted prior to the Due Date and Time are not available for review by anyone other than the submitter, who will have until the Due Date and Time lo change, rescind or retrieve its bid should they desire to do so. BIDS MUST BE SUBMITTED BY DUE DATE AND TIME. Once the deadline is reached, no further submissions are accepted into the system. Once the Due Date and Time has passed, bidders, proposers, the general public, and City staff are able to immediately see the results online. City staff may then begin reviewing the submissions for responsiveness, compliance and other issues. RECAPITULATION OF THE WORK. Bids shall not contain any recapitulation of the Work. Conditional Bids may be rejected as being non- re$ponsive. Alternative proposals will not be considered unless called for. ,, •f' Revised 6/12/18 Contract No. 4741 Page 3 of 75 Pages BIDS MAY BE WITHDRAWN by the Bidder prior to, but not after, the time set as Due Date and Time. Important Note: Submission of the electronic bid into the system may not be instantaneous. Due to the speed and capabilities of the user's internet service provider (ISP), bandwidth, computer hardware and other variabres, it may take time for the bidder's submission to upload and be received by the City's eBidding system. It is the bidder's sole responsibility to ensure their bids are received on time by the City's eBidding system. The City of Carlsbad is not responsible for bids that do not arrive by the Due Date and Time. ELECTRONIC SUBMISSIONS CARRY FULL FORCE AND EFFECT. The Bidder, by submitting their electronic proposal, agrees to and certifies under penalty of perjury under the laws of the State of California, that the certification, forms. and affidavits submitted as part • of this proposal are true and correct. The bidder, by submitting its electronic bid, acknowledges that doing so carries the same force and full legal effect as a paper submission with a longhand (wet) signature. By submitting an electronic bid, the bidder certifies that the bidder has thoroughly examined and understands the entire Contract Documents (which consist of the plans and specifications, · drawings, forms, affidavits and the solicitation documents), and that by submitting the eBid as its bid proposal, the bidder acknowledges, agrees to and is bound by the entire Contract Documents, including any addenda issued thereto, and incorporated by reference in the Contract Documents. BIDS ARE PUBLIC RECORDS Upon receipt by the City, bids shall become public records subject to public disclosure. It is the responsibility of the Bidder to clearly identify any confidential, proprietary, trade secret or otherwise legally privileged information contained within the bid. General ·references to sections of the California Public Records Act (PRA) will not suffice. If the Bidder does not provide applicable case law that clearly establishes that the requested information is exempt from the disclosure requirements of the PRA, the City shall be free to release the information when required in accordance with the PRA, pursuant to any other applicable law, or by order of any court or government agency, and the Bidder agrees to hold the City harmless for any such release. of this information. INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS This bid and the terms of the Contract Documents and General Provisions of the 2021 edition of the Standard Specifications for Public Works Construction "SSPWC" constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders _may be withheld until the Contract has ,been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresponsible bidder. ·t, · •ff Revised 6/12/18 Contract No. 4741 Page 4 of 75 Pages The work shall be performed in strict conformity with the plans, provisions, and specifications on file with the City Clerk's office. The specifications for the work. include City of Carlsbad Technical Specifications and the. 2021 edition of the Standard Specifications for Public Works Construction, all hereinafter designated "SSPWC", as amended. Specification Reference is hereby ·made to the plans and specifications for full particulars and description of the work. The City of Carlsbad encourages the participation of minority and women-owned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to · utilize recycled and recyclable materials when a~ailable, appropriate and approved by the Engineer. SUMMARY OF BIDDING SCHEDULE An overview of the bidding schedule is included in the following table. Details for each activity can be found in relevant section. · .. ·' >!~t~:{:;{~ :· . $.CHEOUiLE .. 1•·· .. L, ... ACTIVITY >t.' . ~-~· .. ·, . J ~ • ,;1;_., .;~ .. , ..... ···~ ·,·TIME ··.,, / • ,, ~• • I• •~ ~ :, i • .:., Released for bid Aug.3,2021 Mandatory pre-bid meeting and site visit Aug. 16,2021 8a.m. Deadline for questions Aug. 18,2021 Sp.m. Final addendum/Q&A posted Aug.25,2021 Sp.m. Bid opening Sept. 1, 2021 Sp.m. BID DOCUMENTS The bid documents comprise the following documents which must be completed and properly executed including notarization, where indicated. 1. Contractor's Proposal 2. Bidder's Bond (at time of Bid submit PDF copy via PlanetBids / All Bidders}. Bid Bond (Original) within two (2) business days of bid Opening I three {3} Apparent Low Bidders. 3. Noncollusion Decla'ration. 4. Designation of $ubcontractor and Amount of Subcontractor's Bid 1 5. Bidder's Statement of Technical Ability and Experience 6. ,Acknowledgement of Addendum(s) 7. . Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 8. Bidder's Statement Re Debarment 9. Bidder's Disclosure of Discipline Record 10. Escrow Agreement for Security Deposits -( optional, must be completed if the Bidder wishes to use the Escro_w Agreement for Security) BIDDER'S GUARANTEE OF GOOD FAITH (BID SECURITY) . At the time of bid ·submission, bidders must upload and submit an el.ectronic PDF copy of the aforementioned bid security. Whether in the form of a cashier's check, a properly certified check or an approved corporate surety bond payable to the City of Carlsbad, the bid security must be uploaded to the City's eBidding system. Within two (2) business days after the bid opening date, the first three (3) apparent low bidders must provide the Gity with the original bid security. ) Failure to.submit the electronic version of the bid security at time of bid submission shall cause the bid to be rejected and deemed _non-responsive. Only the three (3) apparent low-bidders are required -~ ~, Revised 6/12/18 Contract No. 4741 Page 5 of 75 Pages , I to submit original bid security to the city within two (2) business days after bid opening date. Failure to provide the original within two (2) business days may deemed the bidder non-responsive. Original Bid Bond shall be submitted to: City of Carlsbad Public Works, Contract Administration Attention: Janean Hawney, Contract Administrator 1635 Faraday Avenue Carlsbad,· California, 92008 ENGINEER'S ESTIMATE All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $118,194.00. TIME OF COMPLETION The Contractor shall diligently prosecute the work to completion within one hundred twenty (120) calendar days after the starting date specified in the Notice to Proceed. Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 7:00 a.m. and 4:00 p.m., Monday through Friday, excluding Agency holidays. SPECIAL TY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be:rejected by the City. In all contracts where federal funds are involved, no bid submitted shall be. invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not include federal funds. The following classifications are acceptable for this contract: Ct0: Electrical Contractor ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 5% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. OBTAINING PLANS AND SPECIFICATIONS Bid packages, various supplemental provisions and Contract Documents may be obtained on the City of Carlsbad website at Carlsbad, CA I Home (carlsbadca.gov). Paper copies will not be sold. INTENT OF PLANS AND SPECIFICATIONS Any prospective bidder who is in doubt as -to the intended meanir-ig of any part of the drawings, specifications or other contract documents, or finds discrepancies in· or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or .correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. · ,, •;;' Revised 6/12/18 Contract No. 4741 Page 6 of 75 Pages REJECTION OF BIDS The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. PREVAILING WAGE TO BE PAID The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Cqntractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. • · The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commehcing with section 1720 shall apply to the Contract for work. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. The Prime Contractor and all subcontractors shall comply with Section 1776 oHhe Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll · records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. MANDATORY PRE-BID MEETING A mandatory pre-bid meeting and tour of the project site will be held at the Dove Libirary, located at 1775 Dove Lane, Carlsbad, CA 92011 on Monday, Aug. 16, 2021 at 8:00 a.m .. UNIT PRICES AND COMPUTATION OF BIDS All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the.bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. BIDDER'S INQUIRIES Questions on the bid documents during the bid period shall be submitted in writing, via email, solely to: Janean Hawney, Contract Administrator janean.hawney@carlsbadca.gov Questions shall be definite and certain and shall reference applicable drawing sheets, notes, details or specification sheets. · .~ f.1 Revised 6/12/18 Contract No. 4741 Page 7 of 75 Pages The cutoff date to submit questions regarding this project is Aug. 18, 2021 at 5 p.m. No questions will be entertained after that date. The answers to questions submitted during th~ bidding perjod will be published in an adaendum and provided to those bidding on the project on or before Aug. 25, 2021. ' . . ADDENDUMS Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. BOND AND INSURANCE REQUIREMENTS . The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) of the total amount payable by the terms of the contract. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the General Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in ari amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified.copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the. certificate ·of authority of the insurer issued by the insurance . commissioner. 1 If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 1 0 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with ir;isurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:VII 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. · Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. ' . -Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exc~ption that the Best's rating condition is waived. The City does accept policies issued by t~e State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The awar.d of the contract by the City Council is contingent upon the·contractorsubmitting the required bonds and insurance, as described in the contract, within twenty days of bi~ opening. If the Contractor ,, . • ., Revised 6/12/18 Contract No. ~ Page 8 of 75 Pages ( fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. · ' BUSINESS LICENSE . Th.e prime contractor an.d all subcontractors are required to have an<;I maintain a valid City of Carlsbad Business Ucehse for the duration of the contract. · · ,. . . Aug. 3,2021 Janean Hawney Date Depl!ty Clerk ~.._ •+;' Revised 6/12/18 Co~tract No. 4741 Page 9 of 75 Pages CITY OF CARLSBAD DOVE LIBRARY FIRE ALARM SYSTEM REPLACEMENT CONTRACT NO. 4741 City Council City of Carlsbad CONTRACTO~SPROPOSAL 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, SSPWC, Contract Documents, and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 4 7 41 in accordance with the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto and that he/she will take in full payment t~erefore the following unit prices for each item complete, to wit: SCHEDULE "A" DOVE LIBRARY FIRE ALARM SYSTEM REPLACEMENT Approximate Item Quantity Unit Price Total Amount No. Description And Unit {Figures) (Figures) A-1 Silent Knight 6820 FACU with 1 EA $ $7,168.39 $ $7,168.39 Telguard TG-7 Cellular Communicator at Seven Thousand One Hundred Sixty Eight Dollars and Thirt~ Nine cents (Price in Words) A-2 Silent Knight 5860 Remote 1 EA $ $1,897.00 $ $1,897.00 Annunciator at One Thousand Eight Hundred Ninety Seven Dollars and Zero cents (Price in Words) A-3 Silent Knight 5496 Remote 1 EA $ $2,056.71 $ $2,056.71 Power Supply at Two Thousand Fifty Six Dollars and Sevent~ One cents (Price in Words) A-4 Silent Knight SK-Photo Smoke 108 EA $ $268.46 $ $28,993.68 Detector with base at Two Hundred Sixty Eights Dollars and Fortv Six cents (Unit Price in Words) ,, . •ff Revised 6/12/18 Contract No. 4741 Page 1 0 of 75 Pages Approximate Item Quantity Unit Price Total Amount No. Description And Unit (Figures) (Figures) A-5 Silent Knight SK-Heat Heat 2EA $ $262.16 $ $524.32 Detector with base at Two Hundred Sixty Two Dollars and Sixteen cents (Unit Price in Words) A-6 Silent Knight SK-Beam-T 1 EA $ $4,396.66 $ $4,396.66 Beam Detector w/ remote test station at Four Thousand Three Hundred Ninety Si~ QQl!ara am! Sil:d~ Si~ ce□ts (Price in Words) A-7 System Sensor Model DNR 19 EA $ $1,808.52 $ $34,361 .88 Duct Detector w/ 4' Sampling Tube and key remote test station at One Thousand Eight Hundred Eight QQl!ars a□d Eift~ T~Q i:;eots (Unit Price in Words) A-8 Silent Knight SK-Monitor Input 12 EA $ $262.98 $ $3,155.76 Module at Two Hundred Sixty Two Dollars a□d ~i□et~ Eigbt ~eots (Unit Price in Words) A-9 Silent Knight SK-Relaymon2 19 EA $ $577.51 $ $10,972.69 Relay Output Module at Five Hundred Sevent:t Seven Dollars and Fifty One cents (Unit Price in Words) A-10 Silent Knight SK-PULL-SA 3 EA $ $315.03 $ $945.09 Manual Pull Station at Three Hundred Fifteen Dollars and Three cents (Unit Price in Words) A-11 System Sensor Model P2GRL 25 EA $ $241.06 $ $6,026.50 Horn Strobe -Wall Mount at Two Hundred Forty One Dollars aod Si~ i:;~□1§ (Unit Price in Words) {'\ •fll Revised 6/12/18 Contract No. 4741 Page 11 of 75 Pages A-12 System Sensor Model PC2RL 25 EA $ $228.74 $ $5,71 8.50 Horn Strobe -Ceiling Mount at Two Hundred Twenty Eight Dollars and Seventi'. Four cents (Unit Price in Words) A-13 System Sensor Model SGRL 16 EA $ $220.52 $ $3,528.32 Strobe -Wall Mount at Two Hundred Twenty Dollars and Fifti'. Two cents (Unit Price in Words) A-14 System Sensor Model SCRL 25 EA $ $217.78 $ $5,444.50 Strobe -Ceiling Mount at Two Hundred Seventeen Dollars and Sevent:t Eight cents (Unit Price in Words) Total amount of bid in numbers for Schedule "A":$ 11 5,190.00 Total amount of bid in words for Schedule "A": One Hundred Fifteen Thousand One Hundred Ninety Dollars and zero cents. The City shall determine the low bid based on Schedule "A". After the low Bid has been determined, the City may, at its sole discretion, award the Contract for Schedule "A" alone. Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s)._1 ________ has/have been received and is/are included in this proposal. The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under license number 1065604 , classification C7,C10 C16,C20 which expires on 05/31/2022 , and Department of Industrial Relations PWC registration number PW-LR-1000586138 which expires on 06/30/2022 , and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City § 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. ,, • ., Revised 6/12/18 Contract No. 4741 Page 12 of75 Pages The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is _8_0_nd ____________ (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted ____________________ _ (2) Signature (given and surname) of proprietor ___________________ _ (3) Place of Business ___________________________ _ (Street and Number) City and State _____________________________ _ (4) Zip Code _______ _ Telephone No. ________________ _ (5) E-Mail ______________________ _ ,., •4f Revised 6/12/18 Contract No. 4741 Page 13 of75 Pages IF A PARTNERSHIP. SIGN HERE: (1) Name under which business is conducted ___________________ _ (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business ___________________________ _ (Street and Number) City and State __________________ _ (4) Zip Code ______ _ Telephone No. ________________ _ (5) E-Mail ___________________ _ IF A CORPORATION, SIGN HERE: ADT Commercial (1) Name under which business is conducted ___________________ _ (2)___..,_f----'--'-"~~· +---,L-/4.;;......;.....~~----- (Signature) ~ General Manager (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of_c_o_lo_r_a_do ______ _ (4) Place of Business 920 S. Andreasen Dr., Suite 102 . (Street and Number) C ity and State Escondido, CA (5) Zip Code 92029 Telephone No. _<7_6_0_) 2_3_3_-9_7_87 _________ _ (6) E-Mail __ o_en_n_is_B_u_th_@_ad_t_.c_o_m ______________ _ {'\ •+;' Revised 6/12/18 Contract No. 4741 Page 14 of 75 Pages NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: (.'\ • ., Revised 6/12/18 Contract No. 4741 Page 15 of 75 Pages Schedule A ADT Commercial LLC Employee Name Title Daniel (Dan) Staub Regional Vice President Mario Santana General Manager Edward (Eddie) Pleffner General Mana2:er Jonathan (Jon) Collins General Mana2:er Garv Anderson General Manaizer Darren Miller General Manaizer Louis Ouiiano General Manager Steven (Steve) Vallerv General Manager Jim Hampton General Manaizer Rick Soeidell Area Vice President Keith Rabush General Manager K wame Williams Regional Vice President Bob Grav General Manager Kevin Lloyd General Manaizer Mike Schabel General Manaizer Mike Smith General Manager Keith Watters General Mana2:er Tim Williams General Manager Stefan Yost General Manager Michael (Mike) Sanpietro Regional Vice President NickDelfico General Manager Robert (Bobbie) Guarino General Manaizer Thomas Junge General Manaizer Michael Meyerhoff General Manaizer Jeff Miles General Manager Chio Stokes General Mana!!er Chris Benvau Re1:donal Vice President Robert (Bob) Berkery Area Vice President Erik Isakson General Manager Tondria Lopeztello General Manaizer Patrick (Pete) Mallorv General Manager Jim Metz General Manager Jeremy Munson General Manaizer Rick Osborne General Manae:er Brenda Owen General Manaizer Anthonv Peters General Manaizer Tom Schrock General Manager Brian Willis General Manager Henrv Palos General Manager Jorge Saltos General Manager Chris Herrera General Manager Aaron Harris General Manae:er James Warnick General Manae:er Jenifer Jason General Manager Andrew fal1'an General Mana1rer Chad Cahill General Mana1rer Dustin Vaughn Operations Manager Julia Wright Supervisor Gabriel Fuentes Service Operations Manager Felton (Brad) Peacher Operations Manager Vladimir Kidanov Installation Manager Robert Pollock Core Sales Manager BryanKehle Service Manager Amy Martinez Service Manager Dolores Llamas Castanon Supervisor Elizabeth (Liz) Ortiz Business Support Manager Joseph (Joe) Rousseau Enterprise Sales Mana1ier MAJOR EQUIPMENT LIST .(to Accompany Proposal) DOVE LIBRARY FIRE ALARM SYSTEM REPLACEMENT CONTRACT NO. 4741 The Equipment List below identifies the major equipment required for the Dove Library Fire Alarm System Replacement. Bidders shall provide detailed information for the equipment in the table. below if the proposal differs, .attach additional pages as needed. If an "or equal" substitute product is submitted, the following additional information shall be provided to the City: 1. An explanation of the advantages to the City for accepting the substitution. 2. A comparison of significant qualities of the proposed substitution with those specified. 3. A list of changes or modifications needed to other parts of the work and to construction · performed by the City and separate Contractors that will be necessary to• accommodate the proposed substitution. . 4. A statement indicating the substitution's effect on the Construction Schedule compared to the Construction Schedule without acceptance ·of the substitution. Indicate the effect of the proposed substitution on overall contract ti,:ne. 5. Cost information, including a proposal of the net change, if any, in the Contract Sum. 6. Certification that the substitution is equal to or better. in every respect to that required by Contract Documents, and that it will perform ·adequately in application indicated. Include .. Contractor's waiver of rights to additional payment or time extensions that may be necessary because of the substitution's failure to perform adequately. . · The substituted product will not be considered unless the su_bmittal is ·accompanied by complete information and descriptive data necessary to determine equality of offered material(s), article(s), or equipment. Samples shall be provided when requested by the City .. Burden of proof as to comparative quality, suitability, and performance of offered material(s), article(s), or equipment shall be upon the Contractor. The City will be the sole judge as to such matters. In the event the City rejects the use of such alternative(s) Sl;lbmitted, then one of the particular products originally specified in the Contract Documents shall be furnished. If mechanical, electrical, structural, or other changes are required ·for ·installation, fit of alternative materials, articles, or equipment, or because of deviations from Contract Drawings and Specifications, such changes shall not be made without consent of the City, and shall be made without additional cost to the City. · l' . •t' Revised 6/12/18 Contract No. ~ Page 16 of75 Pages MAJOR EQUIPMENT LIST (to Accompany Proposal) The list below identifies the major equipment list associated with our current Dove Library Fire Alarm System. Bidders shall provide detailed information for any substitution equipment in the table below; .see Technical Specifications, page 49 for more details. If alternative equipment is not used, enter the word "NONE or NIA in the table below." The information provided below will be part of the bid evaluation process by the City of Carlsbad. You must submit your list of proposed substitutions for "an equal" ("or equal") item(s) no less than fourteen , (14) working days prior to bid due date {August 18, 2021 by 5 p.m.). Manufacturer Name, Equipment Meets . Required Equipment Add.ress, Specifications, or Phone Number Model Number "Or-Equal" Item A-1 NONE Silent Knight 6820 FACU with Telguard TG-7 Cellular Communicator Item A-2 NONE Silent Knight 5860 Remote Annunciator Item A-3 Silent Knight 5496 NONE Remote Power Supply Item A-4 NONE Silent Knight SK-Photo Smoke Detector with base Item A-5 NONE Silent Knight SK-Heat Heat Detector with base Item A-6 Honeywell Silent Knight OSI-RI-SK Meets Specifications. Silent Knight SK-Beam-12 Clintonville Road Beam Detector T Beam Detector w/ Northford, CT 06472 remote test station 203-484-7161 .. No change to test station Item A-7 Honeywell Silent Knight SK-DUCT-W Meets Specifications. Sytem Sensor Model 12 Clintonville Road Duct Detecto( DNR Duct Detector w/ 4' Sampling Tube and key Northford, CT 06472 remote test station 203-484-7161 No change to test station ,, •+' Revised 6/12/18 Contract No. 4741 Page 17 of75 Pages Item A-8 NONE Silent Knight SK-Monitor Input Module Item A-9 NONE Silent Knight SK- Relaymon2 Relay Output Module Item A-10 Silent Knight SK-PULL-NONE SA Manual· Pull Station . Item A-11 NONE System Sensor Model P2GL Horn Strobe - Wall Mount Item A-12 NONE System Sensor Model PC2RL Horn Strobe - Ceiling Mount Item A-13 NONE System Sensor Model SGRL Strobe-Wall Mount Item A-14 NONE System Sensor Model SCRL Strobe -Ceiling : Mount l'\ •,r Revised 6/12/18 Contract No. 4741 Page 18 of 75 Pages OSI-RI-SK TECHNICAL SPECIFICATIONS PHYSICAL Dimensions (Detector): Height 6" (152.4 mm): Width 10• (254 mm); Depth 4.5" (114.3 mm) Dimensions (Reflector): Height 9.06" (230 mm); Width 7.87" (200 mm) Weight (Installed): 2.48 lbs (1.12 kg) Weight (Shipping): 391 lbs (1.77 kg) Wire Gauge for Terminals: 14 AWG (2.08 mm2) ELECTRICAL OSI-RI-SK Operating Voltage Range: Nominal: 24 VOC Minimum: 15 VOC Maximum: 32.0 VOC Maximum Standby Current: 13 mA@32VDC 14mA@24VDC 20mA@15VDC Maximum Alarm Current (LED on): 22 mA@32VDC 15 mA@24VDC 22 mA@15VDC Maximum Devices per SLC Loop: The numberof OSID-R devices are limited due to SLC current draw restrictions. Current draws listed above must be considered in coordination with any other devices ona circuit. In general. this limits the number of 0S10-Rdetectors to up to4 detectors per loop on a dedicated circuit on Silent Knight panels.Any non-beam devices, increased distances or higher gauge wiring on the circuit will decrease available current and total capacity of 0S10-R detectors. Available panel current: • 6700: lODma Normal operating current • 6808: 15Dma Normal operating current • 6820: 150ma Normal operating current BEAMHKR Voltage Range: 15 to 32 V Maximum Current: 450 mA Max at 32 V Power Consumption: 7.7W@24.V 15W@32V RTS151KEY Voltage Range: 10.2 to 32 VOC Current Range: 9 mA Min to 11 mA Max ENVIRONMENTAL Operating Temperature: UL-Listed for use from 32°F to 100°F (0°C to 37.8°C). Honeywell Silent Knight 12 ClintomAlle Road Northford, CT05472-1610 203.484.7161 www.silentknight.com Application Temperature Range: -4°F to 131 °F (-20°C to +55°C) Humidity Range: 0 to 95% relative humidity, non-condensing OPERATIONAL Protection Range: 16 ftto 328 ft(5 m to 100 ml Adjustment Angle: 20 degrees vertical, 50 degrees horizontal Sensitivity Levels: Level 1 25%, Level 2 30%, Level 3 40%, Level 4 50% Test/Reset Features: Local alarm test switch, local alarm ·reset switch, Remote test and reset switch (compatible with RTS151 and RTS151KE'i'(-Al test stations), 0S10-R test filter. Smoke Detector Spacing: On smooth ceilings, 30-60feet between projected beams and not more than one-half that spacing between a projected beam and a sidewall. Other spacing maybe used depending on the ceiling height, airflow characteristics, and response requirements. See NFPA 72. AGENCY LISTIN.GS UL: S911 FM: PR449231 CSFM: 7260-0559:0515 PRODUCT LINE IN FORMAT.ION OSI-RI-SK: Intelligent imaging beam smoke detector including reflector 0SP-002: Laser alignment tool 0SP-004: Test filter, 10 pack RTS151: Remote test station RTS151KEY: Test and reset station with key lock. flush mount BEAMHKR: Heater kit for the reflector 65O0-MMK: Multi-mount accessoryforceiling or wall mounting with additional mounting adjustment S"-61052 I O I 07120 • @2020HoneyweU lntematk>nal Inc, Silent Knight~· is a registered trademark of Honeywell International Inc. This document i:; no~ inter.dod to be used for installation purposes. We try to keep our product information up-to-date and accurate. We cannot cover all specific applications or anticipate all requirements. All specifications are subject to change without notice. Country of origin: Mexico Honeywell t'?'!ISILENT' ~I<NIGHf SK-DUCT-WAND ONRW TECHNICAL SPECIFICATIONS Size: (Rectangle) 14.38 in (37 cm) Length; 5 in (12. 7 cm) Width, 2.5 in (6.6 cm) Depth Size: (Square) 7.75in (19 7 cm)Length; 9 in · (22.9 cm) Width; 2.5 in (635 cm) Depth Weight: 1.6 lb C0.73 kg) Operating Temperature Range: -4°F - 158°F (-20°C -70°C) Storage Temperature Range: -22°F - 1s8°F C-3o0c -70°c) Operating Humidity Range: 0% -93% relative humidity (non-condensing) Air Duct Velocity: 100-4,000 ft/min (0.5- 20.32 m/s) Accessory Current Loads at 24 VDC: RAlOOZ and RTS151(KEY) • Standby: OmA • Alarm: 12mA max AGENCY LISTINGS AND APPROVALS Consult product manual for lists of compatible UL-Listed devices. In some cases, certain modules may not be listed by certain approval agencies, or listing may be in process. Consult factory for latest listing status. • UL:S6173 . • CSFM: 3242-0559:0518 • FM approved Honeywell Silent Knight , 12 Clintonville Road · Northford, CT06472-1610 203.484.7161 www.silentknight.com PRODUCT LINE INFO SK-DUCT-W: Intelligent non-relay photoelectric low flow smoke detector housing. Includes SK-PHOTO-R-W . detector. DNRW: Watertight intelligent non-relay photoelectric low flow duct smoke detector housing. Requires photoelectric smoke detector (sold separately). N EMA-4 rated. SK-_PHOTO-R-W: Remote test capable addressable low-profile photoelectric smoke detector: white SK-PHOTO-T-W: Addressable low-profile photoelectric smoke detector with a built-in 135°F (57°C)fixed-temperature thermal device; white SK-PH0T0-W: Addressable low-profile photoelectric smoke detector; white DUCTCOV: Retrofit SK-DUCT cover for detectors manufactured prior to April 2014 DUCTCOVW: Retrofit DNRW cover for · detectors manufactured prior to April 2014 · DST!: Metal sampling tube duct width up to 1 ft (0.3m) DSTl.5: Metal sampling tube duct widths up to 1 ft -2 ft (0.3 -0.6 m) DST3: Metal sampling tube duct widths up to 2 ft -4 ft (0.6 -1.2 m) DSTS: Metal sampling tube duct widths up to 4 ft -8 ft (1.2 -2.4 m) DSTlO: Metal sampling tube duct widths up to8ft-12ft(2.4-3.7 m) DH4000E-1: Weatherproof enclosure ETX: Metal exhaust tube duct, width 1 ft (03m) M02-04-00: Test magnet P48-21-00: End cap for metal sampling tubes RAlOOZ: Remote annunciator alarm LED RTS151: Remote test station RTS151KEY: Remote test station with key lock SK-62033 I B I 07121 . ©2021 HoneyweU International Inc. Silent Knight'.') is a registered trademark of Honeywell International Inc. This document is not intended to be used for installation purposes. We try to keep our product information up-to-date and accurate. We cannot cover all specific applications or anticipate all requirements. All specifications are subject to change without notice. Country of origin: Mexico Honeywell r?!!ISILENI'" ~KNIGHT BID SECURITY FORM (Check to Accompany Bid) DOVE LIBRARY FIRE ALARM SYSTEM REPLACEMENT CONTRACT NO. 4741 (NOTE: The following form sh.all be used if check accompanies bid.) Accompanying this proposal is a '\Certified *Cashiers check payable, to the order of CITY OF CARLSBAD, in the sum of . -----'---------------------- ________________________ dollars($ ______ __,, this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City through action of , its legally _constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of. the City if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise required by law, and notwithstanding the award of the contract to another bidder. BIDDER *Delete the inapplicable word. (NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages· shall be executed--the sum of thi~ bond shall be not less than ten percent (10%) of the total amount ~f the bid.) '• . l' • ., .Revised 6/12/18 Contract No. ~ 'Page 19 of 75 Pages GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTORS" FORM REFERENCES Prior to preparation of the following "Subcontractor Disclosure Form" Bidders are urged to review the definitions in section 1-2 of the 2021 edition of the Standard Specifications for Public Works Construction, especially, "Bid", "Bidder", "Contract", "Contractor", "Contract Price", "Contract Unit Price", "Engineer", "Own Organization", "Subcontractor", and "Work". Bidders are further urged to review sections 3-3 SUBCONTRACTS of the 2021 edition of the Standard Specifications for Public Works Construction. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information rriay result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50 percent of the work by subcontractors or otherwise to be performed by forces other than the Bidder's own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the "Contractor's Proposal" are not included in computing the percentage of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and. location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder's total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor-installed bid item that is supplied by the Bidder shall be included as a part of the work thatthe Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter "NONE" in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The explanation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Determination of the subcontract amounts for purposes of award of the contract shall be determined by the City Council in conformance with the provisions of the contract documents and the various supplemental provisions. The decision of the City Council shall be final. " •+;' Revised 6/12/18 Contract No. 4741 Page 21 of 75 Pages Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or 1777.7. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. l'\. •+' Revised 6/12/18 Contract No. 4741 Page 22 of 75 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) DOVE LIBRARY FIRE ALARM SYSTEM REPLACEMENT CONTRACT NO. 4741 The Bidder certifies that it has used 1he sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Subcontractor Name Phone No. DIR Subcontractor's Amount of Portion and and Email Registration License No. and Work by of Work Location of Business Address No. and Classification Subcontract Exp. Date or in Dollars* Scaffolding BrandSafway I El Cajon, CA (619) 401-6800 1000006640 6/30/ ~2 972968 5/31/22 $3,900.00 Page _1_ of_1_ pages of this Subcontractor Designation form • Pursuant to section 4104 (a)(3)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." ,., •~ Revised 6/12/18 Contract No. 4741 Page 23 of 75 Pages BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) DOVE LIBRARY FIRE ALARM SYSTEM REPLACEMENT CONTRACT NO. 4741 The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. Date Name and Address Name and Phone No. Amount Contract of the Employer of Person to Type of Work of Completed Contact Contract 2021 Veterans Village of San Diego Craig Batrez/Facilities Director Fire alarm system $151,150 4141 Pacific Highway 619-559-2602 replacement. Prevailing San Diego, CA 92110 Craig.Batrez@vvsd.net Wage. 2020 The Legend Matt McMann/G Fire alarm system $268,500 325 Seventh Ave. 619-501-0978 x4 replacement. Occupied San Diego, CA 92101 mmcmann@prescottmgt.com residential high-rise. 2019 Rio Vista Tower Lawrence Kim/Property Mgr Fire alarm system replacing. $199,950 8880 Rio San Diego Dr. (714) 587-7791 Occupied commercial high- San Diego, CA 92108 LKim@hea-usa.com rise. ,., •ti Revised 6/12/18 Contract No. 4741 Page 24 of 75 Pages BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) DOVE LIBRARY FIRE ALARM SYSTEM REPLACEMENT CONTRACT NO. 4741 As a required part of the Bidder's proposal the Bidder must attach either of the following to this page. 1) Certificates of insurance showing conformance with the requirements herein for each of: □ Comprehensive General Liability □ Automobile Liability □ Workers Compensation □ Employer's Liability 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project for each insurance company that the Contractor proposes. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. ,, •+;' Revised 6/12/18 Contract No. 4741 Page 25 of 75 Pages POLICY NUMBER: COMMERCIAL AUTO CA 20 481013 THIS 1:NPORSEME_NT CHANGES THE POLICY. PLl:ASE READ _IT CAREFULLY. -D.E'SIGNATED INSURED FOR COVERED AUro:s LIABILITY COVERAGE This endorsement.modifies insurance j:>ro.vided under the following: AUTO DEALER~ CO\/E_RAGE-FQR~ BUSINESS AUTO COVERAGE FORM MOTOR:CARRIER ¢bVE~GE FORM With respect to_ coverage provided by this endorsement, the provisions of the Cov·erage Form apply unless modified by this endorsement ----- Thi_s endorsement identifies person(s) or organization(s) who are "insureds" for Cover:ed Autos Liability Coverage under the Who Is An Insured provision, of me Coverage Form. This endorsement does not alter coverage provided in thl3' Cbvera_ge Form. · · This endorsement changes the policy effective on the inception datEJ ofthe policy unless another date·is indicated below. Na~ed Insured: _ ADT, Inc. Endorsement Effective Date: 10101121 Name Of Person(s) Or Organization(s): SCHEDULE Any Peirson(s) Or Organization(~) whom you have agreed to include as a Designated Insured under a Written contract, provided such Contract was exeputed prior to the date of IOSS; lnform~titirr re uired-to:born i~te.-this SC:hecfule: if not shown above, wmbe shown in the Declarations. Each person or organization -slidwn in the Schedule is an "insured" for-Covered Autos Liability-Coverage, but only to_ the extent _that person or organization qualifies as · an "insµrec:l" uncJer the Who. Is .An Insured p_rovision contained_. in Parc1graph. A.1. of S~c:tion II - Cove.red Aute>s -Llabiiity Coverage ih -the BUsihess Auto and Motor Cartier Covefage Forms and Paragraph D.2. of Section · I -Covered· Autos Coverages of the Auto Dealers Coverage Form. t:A20 48 10 13 © Insurance s·ervices Office, Inc., 2011 MWTB 314319 21 A□T, Inc. 10/01/21 • 10/01/22 Page 1 of 1 IL 10 (12/06) OLD REPUBLIC INSURANCE COMPANY THIS .ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED E~TITY -NOTICE OF CANCELLATION· PR.OVIDED .. BY US Number of Days Notjc~ c,f Cancellation: 30 Person c,_r Organizatic:>n:. SCHEDULE Any Person or Organization that requires by Contract the.number of days shown above if policy is cancellei;i. Address: On File With Company Provisions If we cancel this policy for any statutor:ily permitted reason other than nonpaymentof premium, and a number of days is ~hown for canc~llation in the sche.dule above, we will mail notice of cancellation to the person or organization _shown in the schedule above. W,e will m13il such notice to the address s.hown in the schedule3 above at ,~ast the number of days shown for cancellation in the ~chedule ab.ave befo_re the effective date of cimcen~tion. PIL 028 05 10 MWTB 3143W 21 ADT, Inc. 10/01/21 -10/01/22 IL 1Q (12/0.6) OLD-REPUBLIC INSl)RANCE·COMPANY THts·ENDORSEMENTCHANGES-THE J>Ot.;ICY. PLEASE REAo IT cAREFUL.tY; ADDITIONAL INSURED: AND PRIMARY AND · · NoN-ccn~JtRisuToRv EN·ooRsEM·ENT Thi_s endorsement modifie$ insurn.nce. provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE-F0RM SCHEDULE Desig_nc!te~ Per~on(s) o.r Orgaj,iza~~n(s):. Any Per'son(s) or Organization(s) whom· you have agreed to "include ~s an Ad_ditional lnsur~d under a Writteri ~on tract,. provided such_ Co~tr,~ct was executed prior to th_e date of lpss. B .. SECTION II -~Q~E.Rl:O A.UT.OS LIABILITY CQVE~AG.E, paragrap_l_l· 1. Who Is. An lnsur~d is am~nded .to include., the, persqn.(s) or organi~tion(~°J .shown in t~e above Sct:re:dule as an aqc;Htional ~Insured",. but, only. wit~• re$pect to ''.acc~~l'.lt$(' :.arising out ,of ypur work. wiiil~ being performed for. such p·erson(~)'.or,orgailization(~ ). The following is added t9 the Other Insurance :Condition in th~ Business Auto Coverage Form and the Other lnsuranc~ -Pria,lary A.n~ l;xqess !ns.ur~nce Prov.lslons In the Motor Carrier Coverage Fo.rm a_nd s_uper$ed~ any pr9visioh to the t9ntrwy: . This policY,'.s Cov.~r~ Aµto~ U;;ibility Coverage is prlma!_Y to. ~n(I win n9t see_!< c9ntri~uii9ri from any other insurance. available io the "insured"' perscm(s)·or:organizatfon(s) sno.wn in ·t.he ~bove Schedule provided .that: · · · .1. Such "insured" is•a Named tnsured,under-such otheriilsurance;·and 2. ·you have agreed ih writing in a ·contract or agreement that this insura11ce would be . prrmary and would Mt seek contribution from any other insurance· available · to such "insured". PCA 048 09 1 ~ Pa,g~ 1· of 1 !ncludes copyri_ghte_<l ffi!ilerial qf Insurance Services Office, lni;., with iis.permisslon. MWTB-314319 21 ADT, ll]C. 10/01/21 -10/01/22 C. With r~s.p~c~ ·to I!)~ insur~11ce. afforde_d .t.o tpese: additional ins1,1reds, Jhe fql_l9wing i.$ ad,:Jed io Sec;:tio.n Ill'-Limits Of lnsuranq~: If coverage :rrovided fo :the addition~_! insure_d is required· by a ·contr~qt ·or ag~eement. the most we · will pay on behalf of the r,1dd_itional insured is the ·amount'of in~uran~e~ 1-Requ1req by the. contrac;,i or agreement; or ··2; A_vailablE! ,,mder th~ applicable limits of iDS':Jt~n~_e; · which~ve,r Is le~~- ' This· endorsement shall not in'creas~ the applicable limits olinsLirarice. Page 2 of2 © lnsur.ance Services Office, lop., 2018 CG 20 1:0.12 ~9 MW?,Y 314.318 21 ADT, Inc. 10/01/21 "1'0/011~ POLJCY NU~BE;R:·· COMMERCIAL G.ENERAL LIABIL:ITY. .. , · · .. · c.o .i ,0:311219 THIS END.0RSEMENT CHAN:G.ES THe' P'OLICY: Pi.EASE READ. IT CAREFULLY. ADDITIONAL INSlJ.REI) -OWNERS,. LESSEES OR ·ooNTRACTORS·. -:COMPLETED OPERATION"S This endorsement ril'odifies insurance provided un·der·ttie:followiilg: ' . ' c6MMERCIAL,GENERAL _uA~1utv cbVERAGE PART . . PROD.UCTS/COM,PLETED,OPERAtlONS.LIABILITY COVERAGE PART SC HJ.;Q,lfLE N.-m~ <>f.~dd'iti~in_a~.1~s1;1re~ Per:s.~n('s) OrOrg·anlzatlon(sl . . Location And Des.cription o·t Completed Operations krj Peraon{e) or Organization(~) :wt,om you liliYe' agreed to. incl~e All Locall9ns v.11ei'e yo~P.9rform work for 8ud1 Additional lnaured aa an Addlllonal !1.18!JN!d ~r;,a ~-qcn\nlct;•~l.ded .... ch pu~tto 8!'1,~~Written~ Contract was executed prior to the'.dale of io.. - Information r:equlr~d to qomptete this $che9ule, if no(shovitn above, w_ill be shown in the Declarations. A. Section II -Who Is· An · Insured is amended to . iilcluc!e as _ an addition~f i~su_r~d-.ttie person(s) o~- organizatioil(s) shown in 'the Scl'le<!ule, but only with respect to liability for "bodily. '.Injury" oi' "property damage" caused, in· whole or 1i1 part;. by "your worr at the., . hx:atio.n . qesigli~t~d and, described in the Sch~ule, o.f · th,~. e.ndors~ment performed for that ciid~!tional ln~u~ed and incluc,ied in th~ "pr'od.l!Ct~-c~mpJE!tecj oper~i6~s ii~zw~·\ t-iowev~r: 1. The lnsura'rice affortl~ to s1Jch additioii'al insured only applies fo the extent permitted by law;,and. 2. If coverage provided· to the additional iQsure~ is required by a ·c9nfract. or. agree.merit;-th~ insurance afforded to such additional insured will ~ot, ~e br~~der th~~ 'that w~i~~-ypu are · required PY the ¢6niract or. agr~ement· to provide for such additional insured. B. With r~spec,t to .tJ:)e ·insurance afforded to the$e adaitlonai Insureds, the following . is added to Sect/on Ill-Limits Of Insurance·: · If coverage provided · to the additional insured is t~quired·by a .co.htract or. agreement, the m~st we wil! 'PliY.·:Qn:behalf of lh$.:·add~ional ih~ure.d is the amount of insurance: 1. Requir~. by the cont{act or ameement;· or 2. Ay~ilable under ih~ applicable lill)its o( insur.at1_C8i whic:Mver is less, This endo'rsemeiit shall' not applicable limits of.insurance. increase 'the CG 20 371219 © lns~r~nce s·ervjces Offi~. Inc., 2018 Page 1 of1 MWZY 314318 21 ADT, Inc. 10/01/21 • 10/01/22 IL 10 (12/06) OLD.'REPUBLIC INSURANCE COMPANY THIS END0RS.EMENT CHANGES THE POLICY. PLEASE READ IT CAREFUlL'f DESIGNATED ENTITY -NOTICE OF CANCELLATION PROVIDEQ BY US Number of Days Notice of Cancellation: 30 Person or Organization: SCHEDULE Any Person or Organization that requires by Contract the numbe·r of days shown above if policy is cancellec;L Address: On FileWith Company Provision_s If we cancel this policy for any statutorily permitted reason other than nonpayment of premium, and a number of days is shown for cancellation in the. schedule above, we will mail notice of cancellation to the person or o'rgan'ization s6own in the schedule above. We WIii mail such notice to the address shown in . the schedule above at least the number of days shown for cancellation in the. schedule above before the effective date of canceHation. . . . . . PI_L 028-05 10 MWZY 314318 21 ADT, Inc. 10/01/21 -10/01/22 WO~KERS CO~PENSATION AND EMPLOYER$ LIABl~ITY INSURANCE P.OLIC'(. POLiCY NUivlS~R: ~C 3,14317 ·2_0 .WAIVE.R OF· OUR RIGHT TO-RECOVER F,ROM OTHERS ENDORSEMENT WC 00 0313 (EiL 4-84) We have the right to rec.over our payments from anyone l~_ble for an injury C<?ve_red by th)s poJ,icy. w_e wiU _not enforce our right against-tile person. or organization r:iamed in the $.chedule_. (Thi$ ag'r~ilJent applies only to ,t).le exJent that you penorm work under a_ written co,ntra_ctt!iat requ!re·s you t6 obtain thi$ agreerp~tfrom us,) This ~greement shail not operate·dlrectly or [ndirecUy to benefit anyone nofoamed in the Sched1,1le. SCHEDULE ~ PE~SO~ OR _ORGANI·ZATI9N ~~INS'X w~~M Y90 MVE AG~EP ~o WAIVE YOUR RIGHTS OF RECO~RY _IN A WRITTEN C,ON~RACT, PROVIDED SUCH CONTRACT· IS EXECUT,ED PRIOR TO THE D,ATE OF LOSS. (THIS .FQRM IS .. wo.T APPL+CABLE IN: CA, KY, NJ, TX, UT) MWC 314317 21 EFFECTIVE 10-01-21 DATE OF ISSUE: 10-01-21 WC 00 0313 (Ed. 4·84) , -~ 1983 National Council on CO!J1pen&atlon l,Muranee. BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) DOVE LIBRARY FIRE ALARM SYSTEM REPLACEMENT CONTRACT NO. 4741 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? X yes no 2) If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debarments. party debarred party debarred agency agency period of debarment period of debarment BY CONTRACTOR: ADT Commercial By: --~~-(n_,,fAAJMA'--'_. ...... : ...... o....,f L...C...,_on_7£!1/"--ra ...... c--'-o--"-r).,_,.___,__ __ _ (sign her~ Patrick Mallory, General Manager (print name/title) Page _1_ of _1_ pages of this Re Debarment form ('\ "1 Revised 6/12/18 Contract No. 4741 Page 26 of 75 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) DOVE LIBRARY FIRE ALARM SYSTEM REPLACEMENT CONTRACT NO. 4741 Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License Board, P.O. Box 26000, Sacramento, California 95826. 1) Have you ever had your contractor's license suspended or revoked by the California Contractors' State License Board two or more times within an eight year period? X yes no 2) Has the suspension or revocation of your contractor's license ever been stayed? X yes no 3) Have any subcontractors that you propose to perform any portion of the Work ever had their contractor's license suspended or revoked by the California Contractors' State License Board two or more times within an eight year period? X yes no 4) Has the suspension or revocation of the license of any subcontractor's that you propose to perform any portion of the Work ever been stayed? X yes no 5) If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertains to, describe the nature of the violation and the disciplinary action taken therefore. (If needed attach additional sheets to provide full disclosure.) Page _1_ of _1_ pages of this Disclosure of Discipline form (.~ •+;' Revised 6/12/18 Contract No. 4741 Page 27 of 75 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) DOVE LIBRARY FIRE ALARM SYSTEM REPLACEMENT CONTRACT NO. 4741 1) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party whose discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: ADT Commercial By: --~-.;..;aau/,"'"":a...::e=~ ..... f .... C_o ..... ~'--tr_a_o_r_) _ _,,_ __ _ (sign here) Patrick Mallory, General Manager (print name/title) Page_1_ of_1 _ pages of this Disclosure of Discipline form {'\ •4'1 Revised 6/12/18 Contract No. 4741 Page 28 of 75 Pages CONTRACT PUBLIC WORKS This agreement is made this / 9·th day of ~b.J2J,..._,t , 2021, by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and ADT Commercial, LLC, a Colorado limited liability company whose principal place of business is 920 S Andreasen Dr., Ste 102, Escondido, CA 92029 (hereinafter called "Contractor"). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: DOVE LIBRARY FIRE ALARM SYSTEM REPLACEMENT CONTRACT NO. 4741 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Noncollusion Declaration, Designation of Subcontractors, Technical Ability and Experience, Bidder's Statement Re Debarment, Escrow Agreement, Release Form, the Plans and Specifications, 2021 edition of the Standard Specifications for Public Works Construction, addendum(s) to said Plans and Specifications and General Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 7, Measurement and Payment of the 2021 edition of the Standard Specifications for Public Works . Engineer will close the estimate of work completed for progress payments on the last working day of each month. The City shall withhold retention as required by Public Contract Code Section 9203. ('\ +' Revised 6/12/18 Contract No. 4741 Page 30 of 75 Pages 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class 11, or Class Ill disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with · California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. Contractor shall comply with California Labor Code, section 1776, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. ,1, •+' Revised 6/12/18 Contract No. 4741 Page 31 of 75 Pages 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in City Council Policy # 70. (A) Coverages and Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Commercial General Liability (CGL} Insurance: Insurance written on an "occurrence" basis, including products-completed operations, personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this projecUiocation or the general aggregate limit shall be twice the required occurrence limit. b. Business Automobile Liability Insurance: $2,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1 ,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) Additional Provisions: Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. a. The City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its l' •fr Revised 6/12/18 Contract No. 4741 Page 32 of75 Pages l _ officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, and employers' liability coverage. b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after ten (10) days' prior written notice has been sent to the City by certified mail, return receipt requested. (D) Deductibles and Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by City Council Policy # 70. (H) Verification of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. (I) Cost of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 11 . Claims and Lawsuits. All claims by Contractor shall be resolved in accordance with Public Contract Code section 9204, which is incorporated by reference. A copy of Section 9204 is included in Section 3 of the General Provisions. In addition, all claims by Contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article ('\ +; Revised 6/12/18 Contract No. 4741 Page 33 of75 Pages 1.5 is included in Section 3 of the General Provisions. In the event of a conflict between Section 9204 and Article 1.5, Section 9204 shall apply. Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. I have read and understand all provisions of Section 11 above. __fm_ init ----init 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, rec.ords in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. · 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. ,, • ., Revised 6/12/18 Contract No. ~ Page 34 of 75 Pages l . Bond Number: K40304836 P-remium Included on Performance Bond LABOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad, State of California, has awarded to ADT Commercial, LLC, a Colorado limited liability company, (hereinafter designated as the "Principal"), a Contract for: DOVE LIBRARY FIRE ALARM SYSTEM REPLACEMENT CONTRACT NO. 4741 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, ADT Commercial, LLC, a Colorado limited liability company, as Principal, (hereinafter designated ~s the "Contractor''), and Federal Insurance Company _______________ as Surety, are held firmly bound unto the City of Carlsbad in the sum of ONE THOUSAND ONE HUNDRED FIFTEEN THOUSAND ONE HUNDRED NINETY Dollars ($115,190.00), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 9100, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section 9554. This bond shall inure to the benefit of any of the persons named in California Civil Code section 9100, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. ft ~, Revised 6/12/18 Contract No. 4741 Page 36 of 75 Pages Bond Number: K40304836 Premium: $576.00 FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, has awarded to ADT Commercial, LLC, a Colorado limited liability company, (hereinafter designated as the "Principal"), a Contract for: DOVE LIBRARY FIRE ALARM SYSTEM REPLACEMENT CONTRACT NO. 4741 in the City of Carlsbad, in. strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, ADT Commercial, LLC, a Colorado limited liability company, as Principal, (hereinafter designated as the "Contractor"), and Federal Insurance Company ____________ _, as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of ONE THOUSAND ONE HUNDRED FIFTEEN THOUSAND ONE HUNDRED NINETY Dollars ($115,190.00), said sum being equal to one hundred percent (100%) of the estimated amount of the Contract, to be paid to City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. '. ) -_., THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well . and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed there under or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. 1, • ., Revised 6/12/18 Contract No. 4741 Page 38 of 75 Pages OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and ____________________ ___,.. ______ whose address is hereinafter called ----------------------------"Contractor'' and whose address is ---------------------- ________________________ ...,.... _____ hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to section 22300 of the Public Contract Code of the State of California, the Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for · DOVE LIBRARY FIRE ALARM SYSTEM REPLACEMENT CONTRACT NO. 4741 in the amount of ___________ dated ______ (hereinafter referred to as the "Contract"}. Alternatively, on written request of the Contractor, the City shall make payments of the retention earnings directly to the Escro~ Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 1 0 days of the deposit. The market value of the securities at-the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the City and shall designate the Contractor as the beneficial owner. · 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provision_s, provided that the Escrow Agent holds secu~ities in the form and amount specified above. · 3. . When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into securities. All terms and qonditions of this agreement ani:t the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the Escrow Agent directly. · 4 :--: ·· The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms ~hall be determined by the ·city, Contractor _and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. l' • ., Revised 6/12/18 Contract No. 4741 Page 40 of 75 Pages 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Es.crow Agent accompanied by written authorization from City to the Escrow Agent that Ci~ consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final .and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less · escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys· and securities on deposit and payments of fees and ct:iarges. 9. • The Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant to sections (1) to (8), inclusive,. of this agreement anc;f the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. · . 10. The names of the persons who are authorized to gi\(e written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: Title. _____ _,_F-=-=-IN-=A..:.a.N=C==E:..:D=l"--'R=E=C_,_TO-=-R...,_ __ _ Name ----------------- Signature---------------- Address 1635 Faraday Avenue, Carlsbad, CA 92008 . For Contractor: Title ·------------------ Name ----------------- Signature _______________ _ Address _______________ _ For Escrow Agent: A Title _____ -,-___________ _ N~me ________________ _ Signature _______________ _ Address ----------------- At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. ft1 . 'f.1 Revised 6/12/18 Contract No. ~ Page 41 of 75 Pages IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. · For City: Title ___________ M __ A __ Y ..... O __ R ________ _ Name ----------------- • Signature _______________ _ Address 1200 Carlsbad Village Drive. Carlsbad. CA 92008 For Contractor: Title _________________ _ Name ----------------- Signature _______________ _ Address _______________ _ For Escrow Agent: Title _______________ _ Name ________________ _ Signature _______________ _ Address _______________ _ ft ~, Revised 6/1 2/18 Contract No. 4741 Page 42 of 75 Pages Revised 6/12/18 Contract No. 4741 Page 43 of 75 Pages SPECIAL PROVISIONS DOVE LIBRARY FIRE ALARM SYSTEM REPLACEMENT CONTRACT NO. 4741 The Contractor shall furnish all equipment, materials, tools, labor, engineering, drawings, etc. necessary for the replacement of the existing fire alarm control equipment, with said systems being made ready for operation in accordance with the requirements of the authorities having jurisdiction. All work shall be consistent with Dove Library Fire Alarm System Replacement Project Technical Specifications and Drawings prepared by Jensen Hughes attached as Appendix “A.” Bid Item prices provided in Schedule “A” Dove Library Fire Alarm System Replacement are to include the device, 50 feet of all required conduit and wire, CAD engineering, programming, labor, and any other required installation costs. The Contractor shall obtain all required permits for the project prior to commencing work. Pursuant to section 6-3.1 of the Standard Specifications for Public Works Construction (SSPWC), the contractor shall complete all contract work within 120 calendar days. Failure of the Contractor to complete the Work within the time allowed will result in damages being sustained by the Agency. For each consecutive calendar day in excess of the time specified for completion of Work (120 calendar days from Notice to Proceed), in accordance with Section 6-9 of the Standard Specifications for Public Works Construction (SSPWC), the Contractor shall pay the Agency, or have withheld monies due it, the sum of Seven Hundred dollars ($700.00) for each consecutive calendar day in excess of the time specified. Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs. 2-10 DISPUTED WORK. The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. If the contractor and the agency are unable to reach agreement on disputed work, the Agency may direct the contractor to proceed with the work. Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Construction Manager 3. Deputy City Engineer, Construction Management & Inspection 4. City Engineer 5. City Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor’s report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the City will provide its Revised 6/12/18 Contract No. 4741 Page 44 of 75 Pages position within 10 working days of receipt of said additional information or Contractor’s presentation of its report. The Contractor may appeal each level’s position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. All claims by the -Contractor shall be resolved in accordance with Public Contract Code section 9204, which is set forth below: 9204. (a) The Legislature finds and declares that it is in the best interests of the state and its citizens to ensure that all construction business performed on a public works project in the state that is complete and not in dispute is paid in full and in a timely manner. (b) Notwithstanding any other law, including, but not limited to, Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2, Chapter 10 (commencing with Section 19100) of Part 2, and Article 1.5 (commencing with Section 20104) of Chapter 1 of Part 3, this section shall apply to any claim by a contractor in connection with a public works project. (c) For purposes of this section: (1) “Claim” means a separate demand by a contractor sent by registered mail or certified mail with return receipt requested, for one or more of the following: (A) A time extension, including, without limitation, for relief from damages or penalties for delay assessed by a public entity under a contract for a public works project. (B) Payment by the public entity of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public works project and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled. (C) Payment of an amount that is disputed by the public entity. (2) “Contractor” means any type of contractor within the meaning of Chapter 9 (commencing with Section 7000) of Division 3 of the Business and Professions Code who has entered into a direct contract with a public entity for a public works project. (3) (A) “Public entity” means, without limitation, except as provided in subparagraph (B), a state agency, department, office, division, bureau, board, or commission, the California State University, the University of California, a city, including a charter city, county, including a charter county, city and county, including a charter city and county, district, special district, public authority, political subdivision, public corporation, or nonprofit transit corporation wholly owned by a public agency and formed to carry out the purposes of the public agency. (B) “Public entity” shall not include the following: (i) The Department of Water Resources as to any project under the jurisdiction of that department. (ii) The Department of Transportation as to any project under the jurisdiction of that department. (iii) The Department of Parks and Recreation as to any project under the jurisdiction of that department. (iv) The Department of Corrections and Rehabilitation with respect to any project under its jurisdiction pursuant to Chapter 11 (commencing with Section 7000) of Title 7 of Part 3 of the Penal Code. (v) The Military Department as to any project under the jurisdiction of that department. (vi) The Department of General Services as to all other projects. (vii) The High-Speed Rail Authority. (4) “Public works project” means the erection, construction, alteration, repair, or improvement of any public structure, building, road, or other public improvement of any kind. Revised 6/12/18 Contract No. 4741 Page 45 of 75 Pages (5) “Subcontractor” means any type of contractor within the meaning of Chapter 9 (commencing with Section 7000) of Division 3 of the Business and Professions Code who either is in direct contract with a contractor or is a lower tier subcontractor. (d) (1) (A) Upon receipt of a claim pursuant to this section, the public entity to which the claim applies shall conduct a reasonable review of the claim and, within a period not to exceed 45 days, shall provide the claimant a written statement identifying what portion of the claim is disputed and what portion is undisputed. Upon receipt of a claim, a public entity and a contractor may, by mutual agreement, extend the time period provided in this subdivision. (B) The claimant shall furnish reasonable documentation to support the claim. (C) If the public entity needs approval from its governing body to provide the claimant a written statement identifying the disputed portion and the undisputed portion of the claim, and the governing body does not meet within the 45 days or within the mutually agreed to extension of time following receipt of a claim sent by registered mail or certified mail, return receipt requested, the public entity shall have up to three days following the next duly publicly noticed meeting of the governing body after the 45-day period, or extension, expires to provide the claimant a written statement identifying the disputed portion and the undisputed portion. (D) Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the public entity issues its written statement. If the public entity fails to issue a written statement, paragraph (3) shall apply. (2) (A) If the claimant disputes the public entity’s written response, or if the public entity fails to respond to a claim issued pursuant to this section within the time prescribed, the claimant may demand in writing an informal conference to meet and confer for settlement of the issues in dispute. Upon receipt of a demand in writing sent by registered mail or certified mail, return receipt requested, the public entity shall schedule a meet and confer conference within 30 days for settlement of the dispute. (B) Within 10 business days following the conclusion of the meet and confer conference, if the claim or any portion of the claim remains in dispute, the public entity shall provide the claimant a written statement identifying the portion of the claim that remains in dispute and the portion that is undisputed. Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the public entity issues its written statement. Any disputed portion of the claim, as identified by the contractor in writing, shall be submitted to nonbinding mediation, with the public entity and the claimant sharing the associated costs equally. The public entity and claimant shall mutually agree to a mediator within 10 business days after the disputed portion of the claim has been identified in writing. If the parties cannot agree upon a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate with regard to the disputed portion of the claim. Each party shall bear the fees and costs charged by its respective mediator in connection with the selection of the neutral mediator. If mediation is unsuccessful, the parts of the claim remaining in dispute shall be subject to applicable procedures outside this section. (C) For purposes of this section, mediation includes any nonbinding process, including, but not limited to, neutral evaluation or a dispute review board, in which an independent third party or board assists the parties in dispute resolution through negotiation or by issuance of an evaluation. Any mediation utilized shall conform to the timeframes in this section. (D) Unless otherwise agreed to by the public entity and the contractor in writing, the mediation conducted pursuant to this section shall excuse any further obligation under Section 20104.4 to mediate after litigation has been commenced. (E) This section does not preclude a public entity from requiring arbitration of disputes under private arbitration or the Public Works Contract Arbitration Program, if mediation under this section does not resolve the parties’ dispute. (3) Failure by the public entity to respond to a claim from a contractor within the time periods described in this subdivision or to otherwise meet the time requirements of this section shall result in the claim being deemed rejected in its entirety. A claim that is denied by reason of the public entity’s failure to have responded to a claim, or its failure to otherwise meet the time requirements of this section, shall Revised 6/12/18 Contract No. 4741 Page 46 of 75 Pages not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. (4) Amounts not paid in a timely manner as required by this section shall bear interest at 7 percent per annum. (5) If a subcontractor or a lower tier subcontractor lacks legal standing to assert a claim against a public entity because privity of contract does not exist, the contractor may present to the public entity a claim on behalf of a subcontractor or lower tier subcontractor. A subcontractor may request in writing, either on his or her own behalf or on behalf of a lower tier subcontractor, that the contractor present a claim for work which was performed by the subcontractor or by a lower tier subcontractor on behalf of the subcontractor. The subcontractor requesting that the claim be presented to the public entity shall furnish reasonable documentation to support the claim. Within 45 days of receipt of this written request, the contractor shall notify the subcontractor in writing as to whether the contractor presented the claim to the public entity and, if the original contractor did not present the claim, provide the subcontractor with a statement of the reasons for not having done so. (e) The text of this section or a summary of it shall be set forth in the plans or specifications for any public works project that may give rise to a claim under this section. (f) A waiver of the rights granted by this section is void and contrary to public policy, provided, however, that (1) upon receipt of a claim, the parties may mutually agree to waive, in writing, mediation and proceed directly to the commencement of a civil action or binding arbitration, as applicable; and (2) a public entity may prescribe reasonable change order, claim, and dispute resolution procedures and requirements in addition to the provisions of this section, so long as the contractual provisions do not conflict with or otherwise impair the timeframes and procedures set forth in this section. (g) This section applies to contracts entered into on or after January 1, 2017. (h) Nothing in this section shall impose liability upon a public entity that makes loans or grants available through a competitive application process, for the failure of an awardee to meet its contractual obligations. (i) This section shall remain in effect only until January 1, 2027, and as of that date is repealed, unless a later enacted statute, that is enacted before January 1, 2027, deletes or extends that date. In addition, all claims by Contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. Revised 6/12/18 Contract No. 4741 Page 47 of 75 Pages (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded Revised 6/12/18 Contract No. 4741 Page 48 of 75 Pages within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. The following project manual documents supplement, and where conflicting supersede, the requirements included in the 2018 edition of the Standard Specifications for Public Works Construction (SSPWC). Revised 6/12/18 Contract No. 4741 Page 49 of 75 Pages TECHNICAL SPECIFICATIONS DOVE LIBRARY FIRE ALARM SYSTEM REPLACEMENT CONTRACT NO. 4741 PART 1 - GENERAL 1.1 GENERAL AND SPECIAL CONDITIONS A. Dove Library Fire Alarm System Replacement Special Provisions shall apply to the work in this section. B. The Contractor shall furnish all equipment, materials, tools, labor, engineering, drawings, etc. necessary for the replacement of the existing fire alarm control equipment, with said systems being made ready for operation in accordance with the requirements of the authorities having jurisdiction. The purpose of City furnished specifications is to convey to the Contractor the scope of work required, all of which the Contractor is responsible to furnish, install, adjust, and make operable. The omission of any necessary system component as required by the authorities having jurisdiction or in the specifications shall not relieve the Contractor of the responsibility for providing such necessity, without additional cost to the City. The Contractor shall be responsible for examining all existing design documents, which may be material to the performance of his work. No extra payments will be allowed to the Contractor because of extra work made necessary by his failure to do so. Any case of error, omission, discrepancy or lack of clarify shall be promptly identified to the City for clarification prior to the bid due date. C. The Contractor shall provide all devices and equipment required by these specifications. Under no circumstances will the Contractor delete any equipment or devices without the written directive of the City. 1.2 SCOPE OF WORK A. Work provided under this section. 1. Furnish and install, unless otherwise indicated, items required for the replacement of the existing fire alarm system as outlined in these specifications and as shown on the bid drawings for the Dove Library at 1775 Dove Lane located in the City of Carlsbad, California. The work includes the following: a. Replace the existing Simplex fire alarm system with a new state-of-the-art Silent Knight 6820 digital protocol analog addressable fire alarm system. The fire alarm system replacement is to include replacement of the existing control panel, power supplies, and any circuits and devices connected, controlled, or supervised by the existing fire alarm equipment. Any existing device connected to the new equipment shall be listed for use with the new control equipment. Any new devices required shall be replaced on a one-for one basis immediately adjacent to the original approved locations. New devices may include smoke detectors, manual fire alarm stations, heat detectors, duct detectors, monitor modules, control modules, and notification appliances. Revised 6/12/18 Contract No. 4741 Page 50 of 75 Pages b. The new addressable fire alarm control panel shall be located in room 109. The installing contractor will be responsible for coordinating with the owner for access and any special instructions required for working in this room. c. A new remote 80-character LCD annunciator panel shall be provided at the location of the existing Simplex fire alarm control panel. d. The new addressable fire alarm control equipment shall provide protection for the entire Building. e. The new fire alarm system shall provide serial port communication interfaces for printers or remote monitoring connections. f. The existing fire alarm system is to remain in service and fully functional during the replacement effort. The Contractor shall be responsible for coordinating with the City for all related activities required or the installation of the new system. g. Demolition of the existing fire alarm system control equipment and peripheral devices upon completion of the new fire alarm control equipment installation and successful testing. h. Provide all new wiring. i. Provide raceways for any new wiring installed in exposed finished areas. j. Provide a point addressable control system, annunciators, relays, software, accessories and other materials and all associated equipment required for a complete operating system. k. Provide an emergency signaling system to sound throughout the building. l. Provide monitoring of the automatic sprinkler system serving the building. m. Provide monitoring of any existing suppression or releasing system. n. Provide keyed-operated remote test switches with annunciators for all new duct detectors. o. Provide a new digital dialer panel to transmit alarm, trouble, and supervisory signals to a UL listed central station. p. Provide a secondary means of communication in the form of a cellular communicator as required by NFPA 72. q. Connect and coordinate to the existing elevator controls for elevator recall, fireman’s hat light and shunt trip capabilities if existing. r. Develop design drawings for the new system. Submit fire alarm design drawings to the City, pay for all permitting fees, and obtain all required permits. The installing contractor will be responsible for the design and installation of the new system. s. Provide an on-site, factory-trained technician to supervise the installation acceptable to the City. t. Provide a detailed phased installation plan showing how the phased installation will be executed. The installation plan shall include details on how installation related work will be conducted in Room 109. u. Issue bi-weekly written job progress reports to the City’s Representative. v. Conduct a complete test of the fire alarm system upon completion of installation to ensure the City’s Representative that the system is operational. This test shall take place prior to a final acceptance test by the AHJ. w. Provide a signed record of completion in accordance with NFPA 72 at the time of the final inspection. Copies of the record of completion shall be submitted to the City with the record drawings. x. Provide a one-year job site warranty of all materials and labor furnished under this section. y. Provide a complete test and inspection of the fire alarm system one month prior to the end of the one-year warranty. Revised 6/12/18 Contract No. 4741 Page 51 of 75 Pages z. Provide as-built drawings. The Contractor will be required to provide as-built drawings on USB thumb drive in AutoCAD 2014 or newer format in addition to PDFs. 1.3 SYSTEM ABBREVIATIONS AND DEFINITIONS A. ADA – Americans with Disabilities Act. B. AHJ – City of Carlsbad Fire Department C. Approved – Unless otherwise stated, materials, equipment or submittals approved by the City, Architect or AHJ. D. Central Processing Unit (CPU) – The central computer of a point addressable control system. E. Concealed – The term concealed means embedded in masonry or other construction, installed behind wall furring or within partitions, or installed above suspended ceilings. Where used with conduit and accessories, shall mean, “hidden from sight.” F. Contractor – The Company awarded the prime contract for this work and any of its subcontractors, vendors, suppliers, or fabricators. G. Engineer – JENSEN HUGHES. H. Exposed – Where used in connection with installation of piping or conduit and accessories, shall mean “visible" or "not concealed." I. FACU – Fire Alarm Control Panel. J. FECR- Fire Equipment Control Room K. Factory Trained – The term Factory Trained is defined as specific training by the manufacturer of the installed product. All on-site technical and supervisory personnel are expected to be trained and familiar with all aspects of the installed product. L. Furnish – Except as otherwise defined in greater detail, the term "furnish" is used to mean supply and deliver to the project site, ready for unloading, unpacking, assembly, installation, and similar operations, as applicable in each instance. M. General Explanation – A substantial amount of specification language consists of definitions of terms found in other Contract Documents, including Drawings. (Drawings are recognized as being diagrammatic in nature and not completely descriptive of the requirements indicated thereon). Certain terms used in Contract Documents are defined in this article. Definitions and explanations contained in this Section are not necessarily either complete or exclusive but are general for the Work to the extent that they are not stated more explicitly in another element of the Contract Documents. N. General Requirements – The provisions or requirements of other Division 1 Sections apply to entire work of the Contract and where so indicated, to other elements which are included in the project. Where conflicts exist between this section and Division 1 Sections, the Division 1 Sections take precedent over this section. Revised 6/12/18 Contract No. 4741 Page 52 of 75 Pages O. Indicated – The term "indicated" is a cross reference to graphic representations, notes or schedules on drawings, to other paragraphs or schedules in the specifications, and to similar means of recording requirements in the Contract Documents. Where terms such as "shown," "noted," "scheduled," and "specified" are used in lieu of "indicated," it is for purpose of helping the reader locate cross references, and no limitation of location is intended except as specifically noted. P. Install – Except as otherwise defined in greater detail, the term "install" is used to describe operations at the job site, including unloading, unpacking, assembly, erection, placing, anchoring, mounting, connecting, testing, protecting and cleaning, placing in working condition and similar operations, as applicable in each instance. Q. Installer – The term "installer" is defined as the entity (person or firm) engaged by the contractor, its subcontractor or sub-subcontractor for performance of a particular unit of work at the project site. It is a general requirement that such entities (installers) be expert in the operation they are engaged to perform. R. Listed – Materials or equipment included in a list published by a nationally recognized laboratory that maintains periodic inspection of production of listed equipment and material, and whose listing states either that the equipment or materials meets nationally recognized standards or has been tested and found suitable for use in a specified manner. S. NFPA – National Fire Protection Association. T. NEC- National Electrical Code U. CBC – California Building Code. V. CMC – California Mechanical Code. W. City – City of Carlsbad X. UL – Underwriters Laboratories, Inc. 1.4 DESIGN CRITERIA A. The new fire alarm control panel shall be a listed point-addressable Silent Knight fire alarm system with alarm, trouble, and supervisory signaling. The new fire alarm control panel will be located in Room 109. B. All devices and appliances directly connected to the new fire alarm control equipment shall be compatible and listed for use with the new fire alarm control equipment. C. The fire alarm system shall be provided with a continuous sounding evacuation signaling system. D. System circuit wiring: 1. All point addressable signaling line circuits shall be Class B supervised circuits. 2. All fire alarm and supervisory alarm initiating circuits shall be Class B electrically supervised circuits. 3. All notification appliance circuits shall be Class B electrically supervised circuits from the fire alarm control panel to the devices. Revised 6/12/18 Contract No. 4741 Page 53 of 75 Pages 1.5 APPLICABLE CODES & STANDARDS A. American National Standards Institute (ANSI) A117.1. B. American National Standards Institute (ANSI) A17.1. C. Americans with Disabilities Act (ADA). D. California Building Code (CBC), 2019Edition. E. California Fire Code (CFC), 2019 Edition. F. California Mechanical Code (CMC), 2019 Edition. G. National Fire Protection Association (NFPA) 72 – National Fire Alarm and Signaling Code, 2019 Edition. H. Underwriters Laboratories (UL) 268A – Smoke Detectors for Duct Application. I. Underwriters Laboratories (UL) Standard 268 – Smoke Detectors for Fire Protective Signaling Systems. J. Underwriters Laboratories (UL) Standard 864 – Control Units and Accessories for Fire Alarm Systems, Ninth Edition. 1.6 SUBMITTALS A. General: 1. The Contractor will prepare and submit fire alarm drawings, product information submittals and required permit fees to the AHJ for review and approval. Approval of the drawings and submittals by the AHJ shall, in no case relieve the Contractor of the responsibility to meet the requirements of the specifications, applicable codes and standards, and local AHJ policies. 2. All equipment shall be installed in accordance with the manufacturer’s recommendations and the UL listing limitations. Compatibility listing requirements for fire alarm systems and addressable devices shall be met. 3. Prior to the start of installation and upon AHJ approval, the Contractor shall provide all required information on the permit application and pay for and obtain the approved drawings and submittals. Evidence of all required licenses, insurance, and certificates necessary to conduct the work shall be provided to the AHJ in order to pick up the approved plans. B. Equipment List/Product Data: 1. Prior to installation, but within 30 calendar days of the date of commencement specified in the Notice to Proceed, the Contractor shall submit a minimum of five (5) copies (four for the City’s Records, and one to return to the Contractor) of a detailed equipment list, identifying types, models and quantities of all materials, devices and equipment proposed. This submittal shall include manufacturer’s data sheets showing the types and models of all equipment, devices, material, and wire proposed. Evidence of UL listings and CSFM listings shall be submitted with the data sheets. Where devices Revised 6/12/18 Contract No. 4741 Page 54 of 75 Pages furnished by the Contractor involve work by another Contractor or Subcontractor, submit additional approved data sheets and shop drawing copies to that Contractor or Subcontractor. 2. Submit full sets of product submittals bound in protective binders. All data sheets shall be original manufacturer’s literature or shall be clearly legible if reproducible documents are provided. When a data sheet shows more than one product, the proposed product shall be clearly indicated by arrows or other suitable means. 3. Product submittals shall be submitted with shop drawings for complete review by the City’s Representative. C. Provide complete field software data, including point numbers, point descriptions, English messages, event-control descriptions, and sequence of operation. All data file programs are to be provided to the City and City’s Representative. D. Shop Drawings: 1. Prior to installation, but within 30 calendar days of the date of commencement specified in the Notice to Proceed, the Contractor shall submit a minimum of five (5) copies (four copies for the City’s records, and one to return to the Contractor) of shop drawings to the City’s Representative for approval. 2. The shop drawings shall include all items, including but not limited to the following information: a. Sequence of operation for all fire alarm equipment. b. Description of pre-recorded messages. c. List of all point numbers and point descriptions. d. Building floor plans drawn to scale, showing device locations; complete wiring and schematic diagrams, including number, size and type of conductors and conduit for both existing and new, wire color codes, and field terminations; control panel layouts, including all modules, circuit terminals and interconnections, overall cabinet dimensions, and panel front layouts; complete riser diagrams indicating wiring sequence for all devices and control equipment. Drawings shall show proposed layout and anchorage of equipment and appurtenances and equipment relationship to other parts of the work, including clearances for maintenance and operation. Prepare shop drawings at a minimum scale of 1/8-inch equals 1 foot for plans and 1/4 inch equals 1 foot for details. All shop drawings are to be provided with the manufacturer’s logo clearly printed on each drawing. 3. Provide substantiating calculations, including calculations for determining secondary power supply requirements and voltage drop calculations. Battery calculations shall list the type of devices and modules, quantities, unit, and extended amperage draw for quiescent and alarm conditions, total amperage draw, and battery amp/hour rating. Battery recharging period shall be included with the calculations. For design criteria, the battery amp/hour-rating list by the manufacturer shall be derated by 20 percent. 4. Prior to purchase or fabrication of any material, approval in writing shall be obtained from the City’s Representative. Any installation conducted prior to receiving written approval shall be the Contractor’s responsibility. 5. Submittals must include shop drawings and product data sheets. Partial submittals are not acceptable and will be returned to the contractor unreviewed. Revised 6/12/18 Contract No. 4741 Page 55 of 75 Pages E. Prior to purchase or fabrication of any material, approval in writing shall be obtained from the City’s Representative. Any installation conducted prior to receiving written approval shall be the Contractor’s responsibility F. Provide a preliminary installation schedule to the City and City’s representative. The schedule shall be based on the work specified in this document and as shown on the drawings. G. Provide a written description to the City and City’s Representative proposing how work on the existing systems will be performed during the regular operating hours of the library. The regular operating hours for the library are: Monday - Thursday 9 am – 9 pm, Friday 9 am - 5 pm Saturday 9 am – 5 pm and Sunday 1 pm – 5 pm. The descriptions shall include operational procedures for work on existing systems and all installation work required in Room 109. H. Documentation rejected by the City or City’s Representative shall be corrected and resubmitted within fourteen (14) calendar days of the review letter date. 1.7 GUARANTEE A. The Contractor shall guarantee all materials and workmanship for a period of one year beginning with the date of final acceptance of the entire project by the AHJ. The Contractor shall be responsible during the design, installation, testing and guarantee periods for any damage caused by his (or his subcontractors’) work, materials, or equipment. B. The Contractor shall provide a one-year written guarantee against defects in material and workmanship furnished under this Contract. The costs of such guarantee shall be part of the purchase price. The guarantee commences when the City’s Representative accept the system and installation in writing. C. The guarantee shall include all necessary material, travel, labor, and parts to replace defective components or materials at the job site. The Contractor shall commence repair of any "in guarantee" defects within 18 hours of notification of such defects. D. The Contractor shall make allowances in his guarantee to cover diagnosis of system defects that might ultimately be the responsibility of others to correct. When this occurs, the City’s Representative and other affected trades shall be notified. E. The warranty shall include all necessary factory and field software required to perform the specified tasks. This item does not include software installed at the system acceptance unless the defective software was installed at the direction of the system manufacturer. F. The Contractor shall include, as part of the one-year warranty, a test and inspection of the entire fire alarm system at least one month prior to but no sooner than two months prior to the expiration of the one-year construction warranty. The Contractor shall provide a written report of any deficiencies and repair any of the deficiencies. The test and report shall conform to the certification as described in NFPA 72. Revised 6/12/18 Contract No. 4741 Page 56 of 75 Pages 1.8 BASE BID A. The Base Bid price shall include the total cost, including all required parts, equipment, programming, and associated labor to provide all work identified in this specification. 1.9 UNIT PRICING A. Provide separate unit pricing for the all items listed below. These prices are to include the device, 50 feet of all required conduit and wire, CAD engineering, programming, labor, and any other required installation costs. Pricing will be used for deletions and additions and should include all associated costs from delivery to final acceptance testing. 1. Silent Knight 6820 FACU with Telguard TG-7 Cellular Communicator 2. Silent Knight 5860 Remote Annunciator 3. Silent Knight 5496 Remote Power Supply 4. Silent Knight SK-Photo Smoke Detector with base 5. Silent Knight SK-Heat Heat Detector with base 6. Silent Knight SK-Beam-T Beam Detector w/ remote test station 7. System Sensor Model DNR Duct Detector w/ 4' Sampling Tube and key remote test station 8. Silent Knight SK-Monitor Input Module 9. Silent Knight SK-Relaymon2 Relay Output Module 10. Silent Knight SK-PULL-SA Manual Pull Station 11. System Sensor Model P2GRL Horn Strobe - Wall Mount 12. System Sensor Model PC2RL Horn Strobe - Ceiling Mount 13. System Sensor Model SGRL Strobe - Wall Mount 14. System Sensor Model SCRL Strobe - Ceiling Mount 1.10 PRODUCT DELIVERY A. Delivery of Materials: Delivery of all materials and equipment to the job site shall be scheduled to ensure compliance with the predetermined construction schedules. B. Storage of Materials, Equipment, and Fixtures: Contractor shall be responsible for storage of materials. Materials stored on site shall be installed within 2 working days. C. Handling Materials and Equipment: Contractor shall be responsible for on-site handling of materials and equipment. 1.11 QUALITY ASSURANCE A. Codes and Standards: 1. Provide materials and workmanship complying with NFPA 72, the City of Carlsbad policies, and other applicable codes, laws and ordinances of Federal, State, and local governing bodies having jurisdiction. 2. In case of differences between building codes, State and Federal laws, local ordinances, utility company regulations and the Contract Documents, the most stringent is to govern. Revised 6/12/18 Contract No. 4741 Page 57 of 75 Pages 3. Should work be performed that does not comply with the requirements of NFPA 72, the City of Carlsbad policies, and applicable local codes, State and Federal laws, local ordinances, industry standards, and utility company regulations, the work is to be made to comply with such requirements at no additional cost to the City. 4. If additional equipment or installation requirements are made to the approved design documents during field inspections by the local AHJ, conformance with their regulations is mandatory if it can be proven that compliance with the codes and standards in effect at the time of permitting was not met. B. The Contractor shall maintain a fully staffed office including application engineers, drafters, and technical service personnel within the immediate area. C. All technical service personnel shall be NICET certified and factory trained by the fire alarm system manufacturer. Proof of certification and training shall be provided as part of the submittals. D. All electrical installation of the fire alarm system, including wire installation and terminations, shall be performed by the electricians in the employ of the installing Contractor. 1.12 JOB CONDITIONS A. Maintain the premises free from accumulation of waste materials or rubbish caused by this work at all times to the City’s standard for cleanliness. Finished flooring shall be protected from damage and continuous cleanup will be the responsibility of the Contractor. B. At the completion of each workday, or when work in a defined area has been completed, remove all surplus materials, tools, etc. and leave the premises clean prior to the start of work to the City’s standard of cleanliness. C. Remove all non-functional fire alarm equipment and wiring. All finished surfaces where existing equipment has been removed shall be patched and painted to match surrounding finishes. D. The Contractor is responsible for replacing all removed ceiling tiles at the end of each workday. No tiles are to be left open unless prior approval has been received from the City. E. The Contractor will be responsible for replacing any ceiling tiles damaged during the prosecution of work. All replaced ceiling tiles shall match surrounding tiles. 1.13 EXISTING CONDITIONS A. Inspect and examine site conditions before commencing with the work. Note the location of any existing conditions or problems that may impact the timely completion of the project. Immediately contact the City indicating any and all discrepancies in writing. Failure to do so will not relieve the Contractor of the obligations of the Contract. All discrepancies shall be brought to the City’s attention within two (2) working days of discovery or notice. B. The Contractor will assume all liability for any or all associated costs for correcting deficiencies that are not brought to the City’s attention in a timely manner. Revised 6/12/18 Contract No. 4741 Page 58 of 75 Pages C. Visit the site or premises to become familiar with job conditions. No extra charges will be allowed for work that could have been foreseen by an examination of the site or premises. D. Adjust work and installation schedules to meet actual conditions existing at the site. E. Inspect and examine the site to determine how all required equipment will be installed as outlined in the specifications. No extra charges will be allowed for providing special equipment or additional labor to meet the approved design intent. F. Pre-test and document the existing system to confirm the existing sequence of operation for all system inputs and outputs. G. The existing fire alarm system is to remain operational at all times except for the period of time needed to transfer initiating devices to the new control equipment. The Contractor shall provide a written description including a work schedule outlining how the transfer shall take place. The description shall include operational procedures to be taken to avoid any unnecessary alarm events that may disrupt normal building operations and a description indicating how the existing fire alarm system will be replaced as part of the scope of work. H. The existing detection and control wiring is to be replaced. All new wiring will be installed in accordance with Article 760 of the California Electrical Code. I. Notification appliances located in exterior locations are to be mounted to listed weather resistant surface-mount boxes and all wire penetrations properly sealed. J. All existing detection, monitoring, and control devices are to be replaced with new devices in their original approved locations. All new devices will be supervised and controlled by new Signaling Line Circuits. K. Existing raceways may be used if they meet all current code requirements and if determined by the Contractor to be in good condition. L. The Contractor is responsible for coordinating all required work to monitor, control, or supervise all existing control equipment and interlocks with the new fire alarm system. M. The existing sprinkler system is to be monitored by the new fire alarm system for waterflow and control valve supervision. N. All existing motorized fire/smoke dampers (if present) are to be controlled by the new fire alarm equipment. O. All existing elevator control functions are to be controlled by the new fire alarm equipment. P. At no time shall the fire alarm system or sprinkler system be out of service or for any period of time without prior written notification and approval. The Contractor shall be responsible for coordinating any required shutdown or impairments with the City’s Representative. Q. The Contractor is responsible for providing a minimum of 48-hour notice to all appropriate personnel prior to removing, replacing, or modifying any operational fire alarm equipment. The Contractor shall be responsible for any operational or financial impacts as a result of accidental or false alarms, which may occur as a result of work on new or existing systems. Revised 6/12/18 Contract No. 4741 Page 59 of 75 Pages R. The Contractor is responsible for repairing any finished surface where existing fire alarm equipment has been removed. All repairs shall match existing finishes. 1.14 EMERGENCY SERVICE A. The Contractor shall provide emergency repair service for the fire alarm system within four hours of a request for such service by the City during the guarantee period. The Contractor shall commence repair of any "in guarantee" defects within 18 hours of notification of such defects. This service shall be available on a 24-hour per day, seven-day per week basis. 1.15 TRAINING A. The Contractor shall assume a minimum of two training sessions of two hours each to familiarize the facility personnel with the features, operation, and maintenance of the fire alarm system. All training sessions shall be video recorded for the City’s records. The training sessions shall be scheduled for a mutually agreeable time for the Contractor and the City. 1.16 PERMITS AND FEES A. The Contractor shall be responsible for payment of all permits, fees, and charges required for this work. PART 2 - MATERIALS 2.1 MANUFACTURERS A. Acceptable Control equipment for this project shall be manufactured by Silent Knight or other equivalent non-proprietary systems. Replacement parts and service shall be available from no less than ten (10) distributors within the in the Southern California area. B. All equipment shall be listed, CSFM approved, point-addressable fire alarm control equipment. Equipment that requires proprietary software for system modifications or control programming modifications will not be accepted. C. Products for this project shall be of the latest design; obsolete or discontinued products will not be acceptable. All equipment supplied shall be UL and listed for required function. 2.2 INSTALLATION A. The contractor will be responsible for notifying the City of any existing installation-related issues prior to construction. B. All wire and cable required for this project shall be new and UL listed and/or approved for use in fire alarm signal systems per NFPA 70, Article 760. All wire shall be solid conductors of copper, minimum size of No. 18 AWG. Revised 6/12/18 Contract No. 4741 Page 60 of 75 Pages C. Manufacturer's recommended wire type and gauge shall be used. If the fire alarm manufacturer specifies wire from a specific manufacturer(s), this wire shall be used unless the fire alarm manufacturer indicates in writing that other wire manufacturers are considered equal. D. All wiring shall be appropriately color-coded, and permanent wire markers shall be used to identify the terminations for each circuit at the control panel. E. Splices shall be kept at a minimum. Splices shall be made in outlet boxes, junction boxes, and pull boxes. F. All new end of line (EOL) supervisory devices are to be installed in accessible locations. No new EOL devices are to be located within inaccessible spaces. All locations for EOL devices shall be clearly identified on the plans and at the device or location. G. Existing conduit systems may be reused but must meet all current code requirements and be warranted by the contractor. H. All new conduit, junction boxes, field terminal cabinets, and fittings shall conform to the following: 1. Conduits where installed: a. All conduits shall be stamped with the name or trademark of the manufacturer and shall bear the UL label. b. All minimum conduit sizes shall be 3/4-inch minimum. c. Electrical metallic conduit (EMT) shall be installed in accordance with the NEC. d. Rigid steel conduit shall be used in all exterior areas, or where conduits may be exposed to physical damage. All rigid conduit shall be installed in accordance with the NEC. e. Conduit sizes shall be such that the required number and sizes of conductors can be easily pulled thorough and the Contractor shall be responsible for the selection of the appropriate conduit sizes. Conduit exposed to weather shall comply with the requirements of the NEC. f. All fittings and conduit bodies shall be listed and approved for the specific conduit. g. Flexible metal conduit shall only be used to connect T-bar ceiling mounted devices to the signaling line conduits. No run of flexible conduit shall exceed 6 feet in length. h. For threaded rigid steel conduit threadless or compression-type fittings are not permitted. i. All EMT conduit fittings shall be steel or malleable iron "concrete-tight" or "rain-tight" compression type couplings and connectors. Set screw, indentation type, or cast-iron fittings are not permitted. j. Conduits installed above T-Bar grid type suspended ceilings shall be installed in such a manner that they do not interfere with accessing the ceiling space. All conduits shall be installed to run parallel with the suspended ceiling grid. The use of suspended ceiling grid support wires for conduit support is not permitted. k. Install expansion fittings for conduits passing across all expansion and seismic joints. All expansion fittings must be approved prior to installation. l. Liquid tight flexible metal conduit shall be used for spanning all exterior seismic and expansion joints. Pull boxes shall be installed on each side of all seismic and expansion joints. The Contractor is responsible for providing proper allowances for spanning all expansion and seismic joints. Revised 6/12/18 Contract No. 4741 Page 61 of 75 Pages m. All conduit shall be installed in a neat and workman like manner in accordance with approved industry standards and the NEC. n. The Contractor shall coordinate with the City for approval for locations and methods prior to the installation of any surface mounted conduit or boxes in finished areas. 2. Junction and Pull Boxes: a. Shall be installed in accordance with the NEC, State or local codes. b. Provide galvanized sheet steel junction and pull boxes, with screw-on covers and of types, shapes, and sizes to suit each respective location and installation. c. Boxes exposed to weather, moisture, at or adjacent to water or steam connections, at sprinkler waterflow switches and supervisory switches shall be corrosion-resistant, cast-metal weatherproof outlet boxes of types, shapes, and sizes, including depth of boxes with threaded conduit ends and face plate gaskets and corrosion-resistant fasteners. d. Each box shall be large enough to accommodate required splices and conduit in accordance with the NEC. e. Sectional boxes shall not be used. f. All boxes shall be painted red or otherwise designated for identification as part of the fire alarm system. g. All junction boxes used for the purposed of smoke-control shall be identified as such. h. All boxes shall be supported as required by the NEC. 3. Field Terminal Cabinets (FTC): a. Shall be UL listed for use in electrical wiring systems. b. Minimum size shall be 12 inches by 12 inches by 4 inches deep with a hinged lockable cover or a plate cover attached by tamper-resistant screws. c. Terminal strips shall be numbered, and a list of all terminations shall be permanently affixed to the inside cover of all terminal cabinets. d. Terminal cabinets shall be identified as part of the fire alarm system on the outward face of the cabinet. e. All terminal cabinets shall be located in accessible areas. No terminal cabinets are to be located above ceilings or require special equipment for access. I. All wiring components shall be UL listed. Wiring methods shall conform to the NEC, Sections 760 and 800. 2.3 CONTROL EQUIPMENT A. Fire Alarm Control Panels (FACU): 1. The existing Simplex fire alarm control panel is to be replaced. The new fire alarm control panel will be located in Room 109 . 2. The fire alarm control panel (FACU) shall be the Silent Knight 6820 analog addressable fire alarm control panel or equivalent. The FACU must have a 6-amp power supply and be capable of expansion to a minimum of 50.5 total amps via bus connected expander modules that supervise low battery, loss off AC and loss of communication. Revised 6/12/18 Contract No. 4741 Page 62 of 75 Pages 3. The FACU must be able to support 159 detectors and 159 analog addressable modules and expandable to a maximum of 1,110 analog addressable points per FACU. This shall be accomplished via a maximum of 63 signaling line circuits (SLC) capable of supporting up to 159 detectors and 159 addressable module devices each. 4. The FACU must have Drift Compensation sensitivity capabilities on detectors and be able to support 159 detectors and 159 analog addressable modules. The communication protocol on the SLC loop must be digital. 5. The FACU must have a built-in UL approved IP and digital communicator with the option of adding a cellular module for communications. The communicator must allow local up/downloading of system operating options, event history, and detector sensitivity data. 6. The FACU 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. The FACU must compensate for the accumulation of contaminants that affect detector sensitivity. The FACU must have a 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 through USB or Ethernet cable. The FACU shall have a Jumpstart feature that can automatically enroll all properly connected accessories into a functional system. Panels that do not have these capabilities will not be accepted. 7. The FACU shall provide serial port interfaces for sending data to printers or other interface modules for remote internal monitoring capabilities. 8. The main communication bus (S-BUS RS485) shall be capable of Class A or class B configuration with a total Bus length of 6,000 feet. 2.4 POWER SUPPLIES A. The remote power supplies for notification appliances shall be models 5496 and/or 5895XL. The intelligent power supply shall wire on the main SBUS and be programmed through the 6820 panel. The 5496 will support 6 amps of 24-volt DC power, with 6 Flexput circuits, rated at 3 amps each. The 5895XL will support 6 amps of 24-volt DC power, with 6 Flexput circuits, rated at 3amps each. The 5895XL power supply will also regenerate the S-Bus for an additional 6000 feet. B. The 5496 intelligent power supply shall wire on the main SBUS and be programmed through the 6820. It will support 6 amps of 24-volt DC power with 4 notification circuits, rated at 3 amps each. The remote power supply model 5499 or 5495 may also be used on the system. These power supplies are activated by notification circuit or the SK-CONTROL module and support 24VDC power, with 4 notification circuits, rated at 3 amps each. The total power on a 5495 is 6 amps. The total power on a 5499 is 9 amps. These power boosters may also be activated from another notification circuit from either the fire alarm control, or a distributed power Revised 6/12/18 Contract No. 4741 Page 63 of 75 Pages C. Surge protection shall be supplied at the power input to each cabinet. The surge suppression shall be of the phase to neutral (normal mode suppression). Phase to ground devices, MOV based devices and pure inductive devices shall not be considered acceptable. Protection shall also be furnished for SLC and NAC circuits where exiting and entering any structure, connected prior to any system devices within the structure. D. Standby power source shall meet the requirements for standby capacity as detailed in NFPA 72, i.e. supervisory for 24 hours in standby mode and sufficient power to provide the full audible visual notification for 5 minutes in alarm mode. E. Transfer from AC to battery power shall be instantaneous when AC voltage drops to a point it is not capable of normal operation. F. System charger shall provide recharge of batteries to full capacity in 48 hours. 2.5 POINT ADDRESSABLE SYSTEM SOFTWARE A. As part of the base system installation, provide all executive system software to include, but not be limited to the following: 1. Basic alarm processing programs. 2. Control by event programs. 3. System point scanning routines. 4. Password control routines. 5. Emergency file display routines. 6. Printer routines. 7. Smoke detection sensitivity reports. B. Provide as part of other system all preparation and installation of data file including, but not limited to, the following: 1. Zone descriptions. 2. Control by event sequences. 3. Emergency file statements. 4. Print statements. 5. Password installation. C. Point/zone descriptions shall consist of English language statements, which adequately define the point or zone. The use of abbreviations shall be limited to commonly used fire alarm system abbreviations. D. System emergency file statements shall be assigned to individual points/zones to assist the operator response to an emergency condition. The emergency file shall consist of English language statements, which adequately define the desired action. 2.6 ACCESSORY COMPONENTS A. The FACU shall support the following Silent Knight devices on the RS-485 data bus: 1. 6815 Signaling Line Circuit Expander (SLC) Module 2. 6860 LCD Remote Annunciator 3. 6855 LCD Remote Annunciator Revised 6/12/18 Contract No. 4741 Page 64 of 75 Pages 4. 5860 LCD Remote Annunciator 5. 5824 Printer Interface Module 6. 5865-3 LED Remote Annunciator 7. 5865-4 LED Remote Annunciator with reset and silence switches 8. 5880 LED I/O module 9. 5883 Relay Interface Board 10. 5895XL Intelligent Distributed Power Module 11. 5496 Intelligent Remote Power Supply 6.0 Amp 12. SK-NIC Network Interface Card 13. SK-NIC-KIT Installation Accessory Kit 14. SK-FML Fiber Module, Multi-Mode 15. SK-FSL Fiber Module, Single-Mode B. The FACU shall support the operation of 159 detectors and 159 addressable modules total devices without regard to device type. The following Silent Knight field devices shall be supported by the new FACU: 1. SK-PHOTO Addressable Photoelectric Smoke detector 2. SK-PHOTO-T Addressable Photoelectric Smoke detector with Thermal 3. SK-PHOTOR Addressable Photoelectric Smoke detector with Relay 4. SK-FIRE-CO Addressable Combination Photoelectric and CO Detector 5. SK-HEAT Addressable Heat Sensor 6. SK-HEAT-ROR Addressable Heat with Rate of Rise 7. SK-HEAT-HT Addressable Heat High temp 190° 8. SK-ACCLIMATE Addressable Multi Criteria Smoke detector with thermal 9. SK-6AB 6” detector base 10. SK-DUCT Addressable Duct Detector Housing 11. SK-RELAY Addressable Relay Module 12. SK-RELAY-6 Addressable Multi Relay Module 13. SK-RELAYMON-2 Addressable Relay/Input Module 14. SK-MONITOR Addressable Input Module (Class A or B) 15. SK-MINIMON Mini Input Module 16. SK-MONITOR-2 Addressable Dual Input Module 17. SK-MON-10 Addressable Multi Input Module (10) 18. SK-ISO Isolation Module 19. SK-BEAM Addressable Beam Detector 20. SK-BEAM-T Addressable Beam Detector with Test feature 21. B224BI Addressable Isolator base 22. B224RB Detector Relay Base 23. B200SR Intelligent Detector Sounder Base 24. RTS151KEY Remote Test Switch for Photoelectric Duct Detector 25. RTS151 Remote Test Switch for Photoelectric Duct Detector 26. SK-Pull-SA Addressable Single Action Pull Station C. Existing waterflow switches, valve tamper switches, and relay outputs from other suppression systems or releasing panels shall be supervised by new SK MONITOR modules. D. Switches supervising the sprinkler system shall actuate within 60 seconds after the inspector's test valve is opened. Initial setting of new waterflow switch activation shall be 45 seconds. Addressable point monitoring devices shall be provided to monitor all waterflow, valve tamper switches. The wiring from the monitored device to the point-monitoring device shall be a Class B electrically supervised circuit. The point monitoring device shall send an individual address to the fire alarm control panel. Revised 6/12/18 Contract No. 4741 Page 65 of 75 Pages 2.7 SMOKE DETECTORS A. Smoke detectors shall be Honeywell Silent Knight Model SK-PHOTO, ceiling mounted, analog/addressable photoelectric smoke detector, SK-Acclimate multi-criteria photoelectric smoke detector, or the SK-FIRE-CO multi-criteria ceiling mounted fire and carbon monoxide detector. The combination detector head and twist lock base shall be U.L. listed compatible with the Honeywell Silent Knight 6820 fire alarm control panel. The base shall permit direct interchange with the Honeywell Silent Knight SK-ACCLIMATE and SK-HEAT detectors. The base shall be the appropriate twist lock base B210LP. B. The smoke detector shall have a flashing status LED for visual supervision. When the detector is actuated, the flashing LED will latch on steady at full brilliance. The detector may be reset by actuating the control panel’s reset switch. The sensitivity of the detector shall be capable of being selected and measured by the control panel without the need for external test equipment. The vandal security-locking feature shall be used in those areas as indicated on the drawing. C. The locking feature shall be field selectable when required. It shall be possible to perform a sensitivity test of the detector without the need of generating smoke. The test method shall simulate the effects of products of combustion in the chamber to ensure testing of the detector circuits. D. Detectors shall have completely closed back to restrict entry of dust and air turbulence and have a 30-mesh insect screen. Electronics of the unit shall be shielded to protect against false alarms from E.M.I. and R.F.I. 2.8 HEAT DETECTORS A. Furnish and install analog/addressable heat detectors, Honeywell model SK-HEAT. The combination heat detector and twist lock base shall be U.L. listed compatible with the Honeywell 6820 fire alarm control panel. The base shall permit direct interchange with the Honeywell Silent Knight SK-PHOTO, or SK-ACCLIMATE detectors. The base shall be the appropriate twist lock base B210LP. B. The heat detector shall have a flashing status LED for visual supervision. When the detector is actuated, the flashing LED will latch on steady at full brilliance. The detector may be reset by actuating the control panel’s reset switch. The vandal security-locking Revised 6/12/18 Contract No. 4741 Page 66 of 75 Pages feature shall be used in those areas as indicated on the drawings. Electronics of the unit shall be shielded to protect against false alarms from E.M.I. and R.F.I. 2.9 DUCT DETECTORS A. Duct Detector shall be System Senor Model DNR Duct Detector Housing with remote key test station. A separate SK- PHOTO or SK-PHOTOR is required. The duct detector housing shall be able to house the SK-RELAY module for optional output devices. 2.10 BEAM DETECTORS A. Beam Detectors shall be Honeywell Silent Knight Series Model SK-BEAM-T Addressable Beam Detector with remote test features. 2.11 NOTIFICATION CIRCUITS AND APPLIANCES A. Existing Audible/Visual alarm appliances shall be replaced on a one-for one-basis with new devices in the original approved locations. B. All notification circuits and modules shall be programmable via a mapping structure that allows for a maximum of 999 output groups. Each of these groups shall be able to be triggered by any of the panels 999 zones. A group may be triggered from a zone individually or may contain a global trigger for manual pull stations, fire drills and two different system alarms. C. Zones shall have eight different output categories; Detector alarm, Trouble, Supervisory, Pre-alarm, Waterflow, Manual pull, Zone auxiliary one and Zone Auxiliary two. Each of the categories shall be able to control from 1 to 8 output groups with a cadence pattern. The patterns are; March code, ANSI 3.41, Single Stroke Bell Temporal, California code, Zone 1 coded, Zone 2 coded, Zone 3 coded, Zone 4 coded, Zone 5 coded, Zone 6 coded, Zone 7 coded, Zone 8 coded, Custom output pattern 1, Custom output pattern 2, Custom output pattern 3, Custom output pattern 4 and Constant. D. Each NAC circuit shall be capable of providing up to four synchronization patterns: AMSECO synchronization, Gentex synchronization, System Sensor synchronization, and Wheelock synchronization. This mapping/cadence pattern shall be supported by all system power supplies and Notification Expander Modules. This mapping/cadence pattern shall be supported by all system power supplies and Notification Expander Modules. In addition, synchronization is built-in for Amseco®, Gentex®, System Sensor®, and Wheelock® devices. This mapping/cadence pattern shall be supported by all system power supplies and Notification Expander Modules. E. The visual and audio/visual signaling devices shall be compatible with the 6820, 5495, 5496, 5499, or 5895XL as stated in the installation manuals and be listed with Underwriters Laboratories Inc. per UL 1971 and/or 1638. 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 Revised 6/12/18 Contract No. 4741 Page 67 of 75 Pages and sound the system trouble sounder, but will not interfere with the proper operation of any circuit which does not have a fault condition. F. The notification appliance (combination audio/visual units only) shall produce a peak sound output of 90dba or greater as measured in an anechoic chamber. The appliance shall be able to meet the candela requirements of the blueprints presented by the Engineer and ADA. The appliance shall be polarized to allow for electrical supervision of the system wiring. G. All new notification appliances shall be white in color. 2.12 CONTROL DEVICES A. Addressable control modules shall be provided for the control of existing connected interlocks. B. The Contractor shall verify the functionality of all existing control interlocks prior to the removal of any of the existing control equipment. Any non-functioning interlocks must be identified and brought to the City’s attention. C. Provide new control relays/contacts for existing fan shutdown and HVAC equipment sequencing where required. The control relays/contacts shall be 24-volt DC low voltage type, each with number of contacts as required and housed in metal enclosure. The contacts shall be rated as required for continuous duty. D. Provide new control relays/contacts for existing elevator recall and alarm indication. Control relays/contacts shall be 24-volt DC low voltage type, each with number of contacts required and housed in metal enclosure. The contacts shall be rated as required for continuous duty. E. New power supplies used for operation of control relays, contacts, step-down relays, or similar applications shall be supervised by the fire alarm system for trouble conditions. 2.13 REMOTE STATION TRANSMITTING EQUIPMENT A. Central station transmitters shall be provided at the FACU to transmit zoned alarm, trouble, and supervisory signals system to a UL/CSFM listed central station. Transmission methods shall satisfy requirements of the station, AHJ, and NFPA 72. The city’s Fire Alarm Monitoring Contractor Rancho Santa Fe Security to assume central station monitoring of the new system. B. The digital/IP communicator must be an integral part of the control panel and be able to report 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 numeric codes to a central station or remote station. The communicator must also be capable of up/downloading all system programming options, event history and detector sensitivity compliance information to a PC on-site through a USB or Ethernet cable. It shall transmit the information by one or more of the following means of communication – internet, cellular or standard telephone lines. C. 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 Revised 6/12/18 Contract No. 4741 Page 68 of 75 Pages central station during a power outage. No controls that use external modems for remote programming and diagnostics shall be accepted 2.14 REMOTE ANNCIATOR PANEL A. Provide a new remote annunciator panel in the original FACU location. The annunciator shall be capable of providing the same display and control functions as the FACU. Coordinate the final location with the City’s representative. 2.15 SYSTEM OPERATION A. The addressable fire alarm and supervisory system’s sequence of operations shall be in accordance with the approved code-of-record drawings and shall perform the following functions: 1. Continuous monitoring of the status of all fire alarm and supervisory signal initiating devices. 2. Continuous monitoring of all electrically supervised fire alarm initiating, supervisory and notification appliance circuits. 3. Continuous monitoring of all addressable modules. 4. Operation of elevator controls as required. 5. Operation of all audible and visual signals as required. 6. Operation of all required HVAC controls as required. 7. Operation of all door holders. 8. Transmission of alarm, trouble, and supervisory signals to the UL listed central station. B. Upon change in status of any device on the system, the CPU shall: 1. Activate audible and visual status change indicators and display the system point number, point description, and message associated with the point on the system’s operator terminal. 2. Permanently record the change in status, time, date, point description, and message associated with the point on the printer. C. Activation of any manual fire alarm station, waterflow switch, smoke detector, heat detector, duct smoke detector, sprinkler supervisory valve or other fire alarm initiating device shall cause the functions described in the sequence of operations on the drawings. Contractor shall verify the existing sequence of operations and modify the sequence prior to submittal to the AHJ if necessary. 2.16 SYSTEM INSTALLATION A. The Contractor shall furnish on-the-job supervision for the proper installation of devices in cooperation with, or as may be required by, other trades. This supervision shall include the following: 1. Specific on-site instructions to others on mounting and installation of each type of device by physically observing the mounting of one or more of each type of device, as required, to ensure that the installer is properly instructed in the work. 2. Supervision as required by others to properly perform alarm installation work. Revised 6/12/18 Contract No. 4741 Page 69 of 75 Pages 3. A complete test of the system, certifying that all devices have been activated and that the devices and systems have performed in accordance with the requirements of this specification. 4. Install, test, troubleshoot, and correct all system software provided under this specification. This includes, but is not limited to, actual keyboard entry, reprogramming required to meet this specification, and any other tasks associated with the system software. 5. Attend other related testing, including smoke control, fire pump, fire sprinkler system, etc. which involves the operation of the fire alarm control panel. B. All work shall be installed and replaced as indicated and in accordance with the manufacturer, unless otherwise specified. C. Contractor shall furnish all material and labor to provide a complete and functional system, which operates in accordance with the requirements of this specification. This shall include the following: 1. Existing conduit, and raceways are to be re-used. The contractor will be responsible for fire caulking any wire passing through existing or City provided pipe sleeves at rated walls. a. All wiring shall be appropriately color-coded, and permanent wire markers shall be used to identify the terminations for each circuit at the control panel. b. Strap or bundle all cables and wires inside equipment enclosures and terminal cabinets, parallel to the enclosure sides. c. Splices shall be kept at a minimum. Splices shall be made in outlet boxes, junction boxes, and pull boxes. All fire alarm electrical box covers shall be red with white letters “FA.” d. All penetrations in walls shall be filled with UL fire-stopping material capable of maintaining the fire-resistance of the fire barriers. e. All ceiling tiles damaged during construction shall be replaced to match existing. D. Pay for and obtain all permits, approvals, fees, and charges required for this work. 2.17 TEST/FIELD QUALITY CONTROL A. The final alarm acceptance test shall be coordinated with the City. A letter certifying that the installation is complete and fully operational shall be forwarded to the City. B. The Contractor shall provide the necessary number of technicians to perform a preliminary acceptance test with the City prior to requesting a final acceptance test and inspection with the AHJ. Any and all discrepancies discovered during the preliminary acceptance testing with the City shall be corrected prior to the final acceptance test and inspection with the AHJ. C. The Contractor and an authorized representative from each supplier of equipment shall be in attendance at the final acceptance test to make necessary adjustments. The final test shall include, but not be limited to: 1. A test of the complete system for grounded, open, and shorted circuits. 2. A test of each alarm-initiating device for functions specified and for the required alarm actions. Revised 6/12/18 Contract No. 4741 Page 70 of 75 Pages 3. A test of the system for electrical supervision. 4. A test to verify that the emergency power source is capable of operating the system for specified periods. 5. A test to verify that alarm signals will operate under specified trouble conditions. 6. A test to verify that the system will operate under specified trouble conditions. 7. A test to verify that the system will perform all specified tasks. 8. A test to verify that a hard copy of all required system actions will be properly provided. D. A minimum of five days will be required for these tests. E. If the system requires a retest, all costs for the retest shall be the responsibility of the Contractor. F. The Contractor shall pay all overtime pay required by the AHJ for witnessing the acceptance test. G. Contractor shall be present at other related tests, including but not limited to, automatic sprinkler and smoke control. 2.18 TRAINING A. Provide training of City’s personnel in the proper operation procedures. The training program for the City’s personnel shall include the following: 1. Operations and Maintenance Manuals in binder, containing complete operating instructions, outlining step-by-step procedures required for system start up, operation, and shut down, including the manufacturer's name, model number, service manual, parts lists, and brief description of all equipment and their basic operation features. Complete maintenance instructions listing routine maintenance procedures, possible breakdowns and repairs, trouble-shooting guide, and as-built drawings of the complete system, including conduit layout, equipment layout, device labels, and simplified wiring and control diagrams of system. Six Operations and Maintenance Manuals shall be submitted and approved prior to conducting the training course. 2. A minimum of two separate 2-hour training sessions for operating personnel. 3. The sessions are to cover proper operating and response procedures. These instructions shall be sufficient to enable an untrained person to properly operate the system. 4. Provide software manuals containing listings of all points, event programs, basic programming and instructions, and software troubleshooting information. 2.19 AS-BUILT DRAWINGS A. Before acceptance of work and final completion, the record set of prints shall be used to prepare “As-Built” drawings in AutoCAD 2014 or newer version, reflecting any and all changes and deviations made to the fire alarm system. The drawings shall indicate, at the minimum, the following: 1. As-built physical routing of wires to devices, including junction box locations. 2. As-built riser diagram showing the zoning of signaling line circuits. 3. As-built panel wiring diagrams of the fire alarm control panel(s). Revised 6/12/18 Contract No. 4741 Page 71 of 75 Pages 4. Floor plan showing each alarm-initiating device, notification appliance, control and monitoring point with their respective address identification number (i.e., an address of (5-24) for the 24th device on circuit 5). B. Upon completion of the work, two sets of blueline record drawings shall be submitted to the City for review. C. Upon the City’s review and acceptance of the record drawings, and before final approval, two copies on one USB thumb drive in AutoCAD 2014 or newer version and one in PDF, and two (2) additional sets of printed record drawings shall be delivered to the City. D. Provide a complete set of "as-built" data sheets for all equipment connected to the system. E. Provide an address list showing, for each device, the address, device type, location, and field custom message. F. Provide a copy (USB thumb drive) of the software used to program the system. G. Provide a hard copy printout showing the programmable options and how each option is implemented in the system. H. Provide a completed test form that complies with NFPA 72, signed and dated by the fire alarm system manufacturer or his agent. I. Provide NFPA 72 completion certificate, signed by the AHJ. J. All items of this section shall be provided prior to final payment request. Revised 6/12/18 Contract No. 4741 Page 72 of 75 Pages Appendix A PROJECT #:ISSUE DATE:ISSUED FOR:SHEET TITLE:PROJECT NAME:PERMIT #:DRAWN BY:DESIGNED BY:CHECKED BY:THESE CONCEPT DRAWINGS ARE FOR INFORMATION ONLYTO SHOW POTENTIAL SYSTEM ARRANGEMENT.CONTRACTOR SHALL FIELD VERIFY ALL INFORMATIONCONTAINED ON THESE DRAWINGS AND IS RESPONSIBLE FORTHE DESIGN AND INSTALLATION OF THE SYSTEM INACCORDANCE WITH THE SPECIFICATIONS.JENSEN HUGHES INC. SHALL NOT BE RESPONSIBLE FOR THE CONSEQUENCES OF INTENTIONAL OR UNINTENTIONAL MODIFICATIONS OF THESE DRAWINGS OR THE ELECTRONIC FILES EITHER BY OTHERS OR DURING THE PROCESS OF FILE OR MEDIA TRANSFER. ANY USE, ALTERATION OR REPRODUCTION OF THESE DRAWINGS IN WHOLE OR IN PART BY ANY MEANS IS STRICTLY PROHIBITED, UNLESS SPECIFIC WRITTEN PERMISSION IS OBTAINED FROM JENSEN HUGHES. ©2020 JENSEN HUGHES, INC.ALL RIGHTS RESERVEDDOVE LIBRARY FIRE ALARM SYSTEM REPLACEMENT .................................................. 1775 DOVE LANE CALSBAD, CA 92008 11545 WEST BERNARDO COURTSUITE 300SAN DIEGO, CA 92127+1 619.488.9810WWW.JENSENHUGHES.COMJH PROJECT NO.: 1TXL19002T LAWYERC WOLFT LAWYERBID ISSUE2020.11.161TXL19002FIRE ALARMFIRE ALARMCOVER SHEETFA-001SHEET INDEXSEQUENCE OF OPERATIONS & ALARM SIGNALING MATRIXVICINTY MAP1. THE CONTRACTOR IS TO VERIFY ALL CONDITIONS ATTHE JOB SITE BEFORE COMMENCING WORK ANDREPORT ANY DISCREPANCIES TO JENSEN HUGHESPRIOR TO CONSTRUCTION.2. ALL MATERIALS AND WORK TO CONFORM TO ALLGOVERNING BUILDING CODES, REGULATIONS,ORDINANCES AND AGENCIES.3. CONSTRUCTION SAFETY: ALL WORK SHALL CONFORMTO THE REQUIREMENTS OF OSHA AND CAL-OSHA.4. ALL COST FOR INSPECTIONS, TEST SERVICES,BUILDING PERMITS, LICENSES, AND CERTIFICATESSHALL BE THE RESPONSIBILITY OF THE CONTRACTORUNLESS NOTED OTHERWISE IN THE SPECIFICATIONS.5. CONSTRUCTION TO COMPLY WITH THE REQUIREMENTSOF LOCAL GOVERNING AGENCIES OF THE CITY OFCARLSBAD AND THE STATE OF CALIFORNIA.6. EXIT DOORS, EXIT SIGNS, FIRE ALARM MANUAL PULLSTATIONS, AND FIRE EXTINGUISHER LOCATIONS SHALLNOT BE CONCEALED OR OBSTRUCTED BY ANYMATERIALS.7. WRITTEN DIMENSIONS TAKE PRECEDENCE OVERSCALE ON THE DRAWINGS.8. THE ENTIRE WORK PROVIDED HEREIN IS TO BECONSTRUCTED AND FINISHED EMPLOYING QUALITYWORKMANSHIP AND IN ACCORDANCE WITH THESPECIFICATIONS. ANY WORK REQUIRED BY LAW, BUTWHICH MAY NOT BE SPECIFICALLY MENTIONED HEREIN,SHALL BE DONE BY THE CONTRACTOR(S) INACCORDANCE WITH THE LAWS OF THE CITY, COUNTY,DISTRICT OR STATE UNDER WHICH JURISDICTION MAYCOME AND COST SHALL BE BORN BY THECONTRACTOR(S). ANY SUCH WORK SHALL BE DONE INCONFORMANCE WITH THE SPECIFICATIONS; BOTH ASTO THE MANNER AND APPEARANCE. ALL WORK SHALLBE DONE IN ACCORDANCE WITH THE CURRENTEDITION OF C.B.C., TITLE 19, TITLE 24, AND AMERICANSWITH DISABILITIES ACT (ADA) AS REQUIRED BY THEGOVERNING AGNECIES.9. THE OWNER'S REPRESENTATIVE IS AUTHORIZED TOORDER MINOR CHANGES DURING THE COURSE OF THEWORK WHICH WILL NOT INVOLVE EXTRA COST OR TIMEWHICH ARE CONSISTENT WITH THE CONTRACTDOCUMENTS.10. THE CONTRACTOR SHALL MAINTAIN A COMPLETE SETOF APPROVED STAMPED DRAWINGS AT THE JOB SITEFOR USE IN MAKING "AS-BUILT DRAWINGS". ANYREVISIONS SHALL BE NOTED THEREON ANDSUBMITTED TO THE OWNER'S REPRESENTATIVE AT THECOMPLETION OF THE JOB PER THE SPECIFICATIONS.11. THE CONTRACTOR SHALL USE THE "AS-BUILTDRAWINGS" TO GENERATE A RECORD SET OF THECOMPLETED SYSTEM AND SUBMIT THE RECORD SETTO THE PROJECT MANAGER.12. ALL SMOKE DETECTION DEVICES SHALL BE INSTALLEDIN ACCORDANCE WITH NFPA 72.13. PROVIDE VISUAL STROBE UNITS THAT MEET THEAMERICANS WITH DISABILITIES ACT AND REFERENCEA.D.A. FOR MOUNTING INSTRUCTION IN REGARDS TOPLACEMENT.14. JUNCTION BOX COVERS ARE TO BE RED FOR FIREALARM INDENTIFICATION WITH THE LETTERS "FA"APPEAR IN WHITE LETTERING.15. ALL FIRE ALARM CONTROL EQUIPMENT SHOWN ONDRAWINGS ARE NEW UNLESS INDICATED OTHERWISE.16. THE FIRE ALARM AND LIFE SAFETY SYSTEM SHALLCONFORM TO ARTICLE 760 OF PART 3 AND TITLE 24 OFTHE CALIFORNIA CODE OF REGULATIONS.17. THE CONTRACTOR SHALL CUT AND PATCH OR PROVIDEACCESS PANELS TO AREAS WITH PLASTER OR SHEETROCK CEILINGS AS NECESSARY.18. THE CONTRACTOR SHALL SUBMIT ALL REQUIREDDRAWINGS, EQUIPMENT SPECIFICATIONS, RISERDIAGRAMS, WORSE CASE VOLTAGE DROPCALCULATIONS, MOUNTING DETAILS AND EQUIPMENTTO THE CITY OF CARLSBAD FIRE DEPARTMENT FORREVIEW AND APPROVAL.19. INSTALLATION OF THE FIRE ALARM SYSTEM SHALL NOTBE STARTED UNTIL DETAILED PLANS ANDSPECIFICATIONS, INCLUDING STATE FIRE MARSHALLISTING NUMBERS FOR EACH COMPONENT OF THESYSTEM HAVE BEEN APPROVED BY THE CARLSBADFIRE DEPARTMENT AND JENSEN HUGHES.20. ALL DEVICES IN EXTERIOR AREAS SHALL BE LISTED FOROUTDOOR USE.21. AUDIBLE/VISUAL CIRCUIT WIRING IS SUPERVISED. NOPARALLEL BRANCHING IS PERMISSIBLE.22. DETECTORS SHALL BE MOUNTED NO CLOSER THAN3'-0" OF ANY SUPPLY AIR REGISTER.23. FIRE ALARM WIRING SHALL BE IN ACCORDANCE WITHTHE MANUFACTURER'S RECOMMENDED CONDUCTORSIZES AND TYPE. ALL CONDUCTORS SHALL BEPERMANENTLY, AND UNIQUELY IDENTIFIED.24. ALL PANEL NUMBERS AND CIRCUITS WILL BE ON THERECORD DRAWING SET.25. ALL 120VAC CIRCUITS TO FIRE ALARM PANELS SHALLBE DEDICATED CIRCUITS.26. ALL WIRING SHALL BE METERED, VERIFIED TO BECONTINUOUS, FREE OF GROUND AND FREE OFSHORTS BETWEEN CONDUCTORS AND OTHERCIRCUITS PRIOR TO FINAL EQUIPMENT TRIM.27. DETECTORS MUST BE RATED FOR TEMPERATURE INTHE ENVIRONMENT IN WHICH IT IS LOCATED.28. ALL EXPOSED WIRING AND CABLE SHALL BE INSTALLEDIN CONTINUOUS RACEWAYS, UNLESS OTHERWISENOTED.29. ANY NEW CONDUIT TO BE 3/4" UNLESS OTHERWISENOTED.30. THE INSTALLING CONTRACTOR SHALL PROVIDEEMPLOYEES STATE CERTIFIED BY THE DIVISION OFAPPRENTICESHIP STANDARDS AS FIRE/LIFE SAFETYTECHNICIAN.31. THE FIRE ALARM SYSTEM PLANS SHALL NOT BE MEANTTO CONVEY OR ALLOW DISCREPANCY BETWEEN THEWORK ILLUSTRATED HEREIN AND ALL APPLICABLECODES, STANDARDS, AND ORDINANCES. ANYDISCREPANCY SHALL BE BROUGHT TO THE ATTENTIONOF OWNER AND ENGINEER.32. THE LAYOUT OF ELECTRICAL RACEWAY AND CONDUITSHOWN IS DIAGRAMMATIC UNLESS SPECIFICALLYSHOWN AND DIMENSIONED.GENERAL NOTESBID INFORMATION-PROJECT DESCRIPTIONAPPLICABLE CODESCALIFORNIA BUILDING CODE (CBC), 1995 AND 2016 EDITIONSCALIFORNIA FIRE CODE (CFC), 1995 AND 2016 EDITIONCALIFORNIA ELECTRICAL CODE (CEC), 1995 AND 2016 EDITIONCALIFORNIA MECHANICAL CODE (CMC), 1995 AND 2016 EDITIONNATIONAL FIRE PROTECTION ASSOCIATION (NFPA 72),NATIONAL FIRE ALARM CODE, 2016 EDITIONOWNER REPRESENTATIVE: BRIAN BACARDIPUBLIC WORK SUPERINTENDENTCITY OF CARLSBAD405 OAK AVENUECARLSBAD, CA 92008(760) 434-2944PROPERTY DESCRIPTION:THIS BUILDING WAS ORIGINALLY CONSTRUCTED AS ALIBRARY IN 1999 UNDER THE 1995 CALIFORNIABUILDING CODE. THE BUILDING HAS NOT CHANGED INUSE OR OCCUPANCY SINCE ORIGINALCONSTRUCTION.THE SCOPE OF WORK FOR THIS PROJECT IS THEREPLACEMENT OF THE EXISTING BUILDING FIREALARM SYSTEM.PROPERTY AREA: 41,968 S.F.CONSTRUCTION TYPE: II-BOCCUPANCY TYPE: A-3 - LIBRARYB - OFFICEFA-001FIRE ALARM COVER SHEETFA-101FIRE ALARM FIRST LEVEL - DEVICE LAYOUTFA-102FIRE ALARM SECOND LEVEL - DEVICE LAYOUTAUDIBILITY NOTES1. THE CONTRACTOR SHALL BE RESPONSIBLE TO SUBMIT EQUIPMENT THAT MEETS ALL REQUIREMENTS FORAUDIBILITY BASED ON THE REQUIREMENTS OF THE CURRENT ADOPTED VERSION OF NFPA 72.2. ALL AUDIBILITY MEASUREMENTS TAKEN DURING THE FINAL ACCEPTANCE TEST AS REQUIRED BY NFPA 72 SHALLBE RECORDED ON THE AS-BUILT DRAWINGS. THE AS-BUILT DRAWINGS SHALL INDICATE THE AUDIBILITYMEASUREMENTS AND LOCATION MEASURED FOR ALL NOTIFICATION APPLIANCES.SECTION 283100 - FIRE ALARM SYSTEMPART 1 - GENERAL1.1 GENERAL AND SPECIAL CONDITIONSA. DIVISION 1 GENERAL REQUIREMENTS OF THESESPECIFICATIONS SHALL APPLY TO THE WORK INTHIS SECTION.B. THE CONTRACTOR SHALL FURNISH ALLEQUIPMENT, MATERIALS, TOOLS, LABOR,ENGINEERING, DRAWINGS, ETC. NECESSARY FORTHE REPLACEMENT OF THE EXISTING FIRE ALARMCONTROL EQUIPMENT, WITH SAID SYSTEMS BEINGMADE READY FOR OPERATION IN ACCORDANCEWITH THE REQUIREMENTS OF THE AUTHORITIESHAVING JURISDICTION. THE PURPOSE OF OWNERFURNISHED SPECIFICATIONS IS TO CONVEY TOTHE CONTRACTOR THE SCOPE OF WORKREQUIRED, ALL OF WHICH THE CONTRACTOR ISRESPONSIBLE TO FURNISH, INSTALL, ADJUST, ANDMAKE OPERABLE. THE OMISSION OF ANYNECESSARY SYSTEM COMPONENT AS REQUIREDBY THE AUTHORITIES HAVING JURISDICTION OR INTHE SPECIFICATIONS SHALL NOT RELIEVE THECONTRACTOR OF THE RESPONSIBILITY FORPROVIDING SUCH NECESSITY, WITHOUTADDITIONAL COST TO THE OWNER. THECONTRACTOR SHALL BE RESPONSIBLE FOREXAMINING ALL EXISTING DESIGN DOCUMENTS,WHICH MAY BE MATERIAL TO THE PERFORMANCEOF HIS WORK. NO EXTRA PAYMENTS WILL BEALLOWED TO THE CONTRACTOR BECAUSE OFEXTRA WORK MADE NECESSARY BY HIS FAILURETO DO SO. ANY CASE OF ERROR, OMISSION,DISCREPANCY OR LACK OF CLARIFY SHALL BEPROMPTLY IDENTIFIED TO THE OWNER AND THEENGINEER FOR CLARIFICATION PRIOR TO THE BIDDUE DATE.C. THE CONTRACTOR SHALL PROVIDE ALL DEVICESAND EQUIPMENT REQUIRED BY THESESPECIFICATIONS. UNDER NO CIRCUMSTANCESWILL THE CONTRACTOR DELETE ANY EQUIPMENTOR DEVICES WITHOUT THE WRITTEN DIRECTIVEOF THE OWNER.1.2 SCOPE OF WORKA. WORK PROVIDED UNDER THIS SECTION.1. FURNISH AND INSTALL, UNLESS, OTHERWISEINDICATED, ITEMS REQUIRED FOR THEREPLACEMENT OF THE EXISTING FIRE ALARMSYSTEM AS OUTLINED IN THESE SPECIFICATIONSAND AS SHOWN ON THE BID DRAWINGS FOR THEDOVE LIBRARY LOCATED IN THE CITY OFCARLSBAD, CALIFORNIA. THE WORK INCLUDESTHE FOLLOWING:a. REPLACE THE EXISTING SIMPLEX FIREALARM SYSTEM WITH A NEWSTATE-OF-THE-ART POINT-ADDRESSABLEFIRE ALARM SYSTEM. THE FIRE ALARMSYSTEM REPLACEMENT IS TO INCLUDEREPLACEMENT OF THE EXISTING CONTROLPANEL, POWER SUPPLIES, AND ANYCIRCUITS AND DEVICES CONNECTED,CONTROLLED, OR SUPERVISED BY THEEXISTING FIRE ALARM EQUIPMENT. ANYEXISTING DEVICES CONNECTED TO THENEW EQUIPMENT SHALL BE LISTED FORUSE WITH THE NEW CONTROL EQUIPMENT.ANY NEW DEVICES REQUIRED SHALL BEREPLACED ON A ONE-FOR ONE BASISBASED ON THE ORIGINAL APPROVEDLOCATIONS. NEW DEVICES MAY INCLUDESMOKE DETECTORS, MANUAL FIRE ALARMSTATIONS, HEAT DETECTORS, DUCTDETECTORS, MONITOR MODULES,CONTROL MODULES, AND NOTIFICATIONAPPLIANCES.b. THE NEW ADDRESSABLE FIRE ALARMCONTROL EQUIPMENT SHALL PROVIDEPROTECTION FOR THE ENTIRE BUILDING.c. THE EXISTING FIRE ALARM SYSTEM IS TOREMAIN IN SERVICE AND FULLYFUNCTIONAL DURING THE REPLACEMENTEFFORT. THE CONTRACTOR SHALL BERESPONSIBLE FOR COORDINATING WITHTHE OWNER FOR ALL RELATED ACTIVITIESREQUIRED.d. DEMOLITION OF THE EXISTING FIRE ALARMSYSTEM CONTROL EQUIPMENT ANDPERIPHERAL DEVICES UPON COMPLETIONOF THE NEW FIRE ALARM CONTROLEQUIPMENT INSTALLATION.e. PROVIDE ALL NEW WIRING.f. PROVIDE RACEWAYS FOR ANY NEWWIRING INSTALLED IN EXPOSED FINISHEDAREAS.g. PROVIDE PRICING TO INCLUDE A NEWREMOTE ANNUNCIATOR IN THE MAINCIRCULATION OFFICE AS PART OF THEALTERNATE BID TO RELOCATE THE FIREALARM CONTROL PANEL. SEE SHEET NOTE7.h. PROVIDE A POINT ADDRESSABLE CONTROLSYSTEM, ANNUNCIATORS, RELAYS,SOFTWARE, ACCESSORIES AND OTHERMATERIALS AND ALL ASSOCIATEDEQUIPMENT REQUIRED FOR A COMPLETEOPERATING SYSTEM.i. PROVIDE AN EMERGENCY SIGNALINGSYSTEM TO SOUND THROUGHOUT THEBUILDING.j. PROVIDE MONITORING OF THE AUTOMATICSPRINKLER SYSTEM SERVING THEBUILDING.k. PROVIDE MONITORING OF ANY EXISTINGSUPPRESSION OR RELEASING SYSTEM.l. PROVIDE KEYED-OPERATED REMOTE TESTSWITCHES WITH ANNUNCIATORS FOR ALLNEW DUCT DETECTORS.m. PROVIDE A NEW DIGITAL DIALER PANEL TOTRANSMIT ALARM, TROUBLE, ANDSUPERVISORY SIGNALS TO A UL LISTEDCENTRAL STATION.n. PROVIDE A SECONDARY MEANS OFCOMMUNICATION IN THE FORM OF ACELLULAR COMMUNICATOR AS REQUIREDBY NFPA 72.o. CONNECT AND COORDINATE TO THEEXISTING ELEVATOR CONTROLS FORELEVATOR RECALL, FIREMAN'S HAT LIGHTAND SHUNT TRIP CAPABILITIES IF EXISTING.p. PAY FOR AND SUBMIT FIRE ALARM DESIGNDRAWINGS. THE INSTALLING CONTRACTORWILL BE RESPONSIBLE FOR THE DESIGNAND INSTALLATION OF THE NEW SYSTEM.q. PROVIDE AN ON-SITE, FACTORY-TRAINEDTECHNICIAN TO SUPERVISE THEINSTALLATION ACCEPTABLE TO THEOWNER.r. PROVIDE A DETAILED PHASEDINSTALLATION PLAN SHOWING HOW THEPHASED INSTALLATION WILL BE EXECUTED.s. ISSUE BI-WEEKLY WRITTEN JOB PROGRESSREPORTS TO THE OWNER'SREPRESENTATIVE.t. CONDUCT A COMPLETE TEST OF THE FIREALARM SYSTEM UPON COMPLETION OFINSTALLATION TO ASSURE THE OWNER'SREPRESENTATIVE THAT THE SYSTEM ISOPERATIONAL. THIS TEST SHALL TAKEPLACE PRIOR TO A FINAL ACCEPTANCETEST BY THE AHJ.u. PROVIDE A SIGNED RECORD OFCOMPLETION IN ACCORDANCE WITH NFPA72 AT THE TIME OF THE FINAL INSPECTION.COPIES OF THE RECORD OF COMPLETIONSHALL BE SUBMITTED TO THE OWNER WITHTHE RECORD DRAWINGS.v. PROVIDE A ONE-YEAR JOB SITE WARRANTYOF ALL MATERIALS AND LABOR FURNISHEDUNDER THIS SECTION.w. PROVIDE A COMPLETE TEST ANDINSPECTION OF THE FIRE ALARM SYSTEMONE MONTH PRIOR TO THE END OF THEONE-YEAR WARRANTY.x. PROVIDE AS-BUILT DRAWINGS. THECONTRACTOR WILL BE REQUIRED TOPROVIDE AS-BUILT DRAWINGS ON DISK/CDIN AUTOCAD 2014 FORMAT, IN ADDITION TOREQUIRED PDFS.NOTES:1. SPECIFICATION SECTIONS SHOWN ABOVE AREFOR GENERAL REFERENCE ONLY.2. THE INSTALLING CONTRACTOR WILL BERESPONSIBLE FOR MEETING ALL THEREQUIREMENTS LISTED IN THE SPECIFICATIONSFOR BID PURPOSES ONLY.NOT FOR CONSTRUCTION USE.FIRE ALARM DEVICE LEGENDDESCRIPTIONSYMBOLFACUFIRE ALARM CONTROL UNIT#AIMPAOMFAPSFIRE ALARM POWER SUPPLYFATCFIRE ALARM TERMINAL CABINETADDRESSABLE SMOKE DETECTORADDRESSABLE HEAT DETECTORADDRESSABLE MANUAL PULL STATIONADDRESSABLE SINGLE INPUT MONITOR MODULEADDRESSABLE OUTPUT MODULEMULTI-CANDELA HORN/STROBE (WALL MOUNTED)#MULTI-CANDELA HORN/STROBE (CEILING MOUNTED)FAAPFIRE ALARM REMOTE ANNUNCIATOR#WFVSMULTI-CANDELASTROBE (CEILING MOUNTED)MULTI-CANDELA STROBE (WALL MOUNTED)HORN (WALL MOUNTED-WEATHER-PROOF)WATERFLOW SWITCHVALVE SUPERVISORY SWITCH#ELECTRO-MAGNETIC DOOR HOLD OPENSPRINKLER RISERDUCT DETECTORALARM BELLDCDADOUBLE CHECK DETECTOR ASSEMBLYPIVPOST INDICATOR VALVESITE LOCATION SYMBOLDESCRIPTIONFIRE ALARM CONTROL UNITCEILING MOUNTED SMOKE DETECTORSINGLE ACTION MANUAL PULL STATIONADDRESSABLE CONTROL RELAYADDRESSABLE MONITOR MODULEWALL MOUNTED HORN/STROBE SPRINKLER SUPERVISORY SWITCHSPRINKLER WATERFLOW SWITCHFIRE ALARM DEVICE LEGEND(# - CANDELA INDICATED)CEILING MOUNTED HORN/STROBECEILING MOUNTED STROBEWALL MOUNTED STROBE (# - CANDELA INDICATED)FIRE ALARM POWER SUPPLY(# - CANDELA INDICATED)(# - CANDELA INDICATED)120 VAC WATERFLOW BELLFIRE ALARM REMOTE ANNUNCIATORFACUFAAPFAPSAOMAIMPWFVS###PIVPOST INDICATOR VALVE#CEILING MOUNTED HEAT DETECTORBEAM SMOKE DETECTOR BIBE110110110DUCT MOUNTED SMOKE DETECTORREMOTE TEST SWITCHRARAP110RARA110RA1515RARA151515110110110301101101101515153030303015151515151515RARARARA1515RARA15110110AIMAIMAIMAIMWF30PIVRAAIM3030110P3030110FACU 30RAII75753015P1575FACUAIM111111111111111112AIM34444#5143142141150151138137138.1138124123122125129128130132131155153152163165165166167159148158157161139111109105104106102113108110121120118116115114E1S1S5144145S4E2S2130.1130.4130.3133.2133.1145.1154RARAFACU 76FAAP 7FIRST FLOOR ROOM SCHDULE101 DELIVERY AREA134 CIRCULATION SUPERVISOR102 STORAGE135 INTERVIEW ROOM103 RECEIVING136 CHECK-OUT COUNTER104 MECHANICAL ROOM137 CIRCULATION WORK ROOM105 ELECTRICAL ROOM138 CHECK-IN COUNTER106 YARD ROOM139 READING107 COMMUNICATIONS ROOM140 READING108 MAINTENANCE OFFICE141 MAIN HALL109 COMPUTER SERVER142 BOOK SECURITY CHECK110 OFFICE 143 ENTRY111 STAFF COPY CENTER144 WOMEN112 ELEVATOR EQUIPMENT145 MEN113 CORRIDOR145.1 STORAGE114 STAFF TOILET148 ELEVATOR EQUIPMENT115 STAFF TOILET149 VESTIBULE116 STAFF TOILET (H.C.)152 ACTIVITY ROOM STORAGE117 INFORMATION STAFF156 JANITOR118 COPY ROOM157 CHILD'S TOILET119 BUILDING MANAGER158 CHILD'S TOILET120 STORAGE159 READING121 WORK ROOM160 READING122 OFFICE161 COMPUTER ROOM123 OFFICE163 CHILDREN'S DESK124 MEDIA EQUIPMENT ROOM164 CHILDREN'S STAFF WORK ROOM125 WORK ROOM165 CHILDREN'S STAFF SUPERVISOR126 OFFSET PRESS166 READING127 STORAGE167 READING128 TEMP. PLATFORM AREA168 WOMEN129 STORAGE169 MEN130 AUDITORIUM170 BOOK DROP130.1 JANITORS4 STAIR #4131 VIDEO PRODUCTION ROOMS5 STAIR #5132 POST PRODUCTION ROOME2 ELEVATOR133 FOYERS1 STAIR #1133.1 JANITORS2 STAIR #2133.2 OPEN AIR FOYERS3 STAIR #3S6 STAIR #6E1 ELEVATORE2 ELEVATORPROJECT #:ISSUE DATE:ISSUED FOR:SHEET TITLE:PROJECT NAME:PERMIT #:DRAWN BY:DESIGNED BY:CHECKED BY:THESE CONCEPT DRAWINGS ARE FOR INFORMATION ONLYTO SHOW POTENTIAL SYSTEM ARRANGEMENT.CONTRACTOR SHALL FIELD VERIFY ALL INFORMATIONCONTAINED ON THESE DRAWINGS AND IS RESPONSIBLE FORTHE DESIGN AND INSTALLATION OF THE SYSTEM INACCORDANCE WITH THE SPECIFICATIONS.JENSEN HUGHES INC. SHALL NOT BE RESPONSIBLE FOR THE CONSEQUENCES OF INTENTIONAL OR UNINTENTIONAL MODIFICATIONS OF THESE DRAWINGS OR THE ELECTRONIC FILES EITHER BY OTHERS OR DURING THE PROCESS OF FILE OR MEDIA TRANSFER. ANY USE, ALTERATION OR REPRODUCTION OF THESE DRAWINGS IN WHOLE OR IN PART BY ANY MEANS IS STRICTLY PROHIBITED, UNLESS SPECIFIC WRITTEN PERMISSION IS OBTAINED FROM JENSEN HUGHES. ©2020 JENSEN HUGHES, INC.ALL RIGHTS RESERVEDDOVE LIBRARY FIRE ALARM SYSTEM REPLACEMENT .................................................. 1775 DOVE LANE CALSBAD, CA 92008 11545 WEST BERNARDO COURTSUITE 300SAN DIEGO, CA 92127+1 619.488.9810WWW.JENSENHUGHES.COMJH PROJECT NO.: 1TXL19002T LAWYERC WOLFT LAWYERBID ISSUE2020.12.031TXL19002PLAN NORTH1FIRE ALARM - FIRST LEVEL - DEVICE LAYOUTSCALE: 3/32" = 1'0"FOR BID PURPOSES ONLY.NOT FOR CONSTRUCTION USE.FIRE ALARMFIRE ALARMFIRST LEVEL -DEVICE LAYOUTFA-101SHEET NOTESGENERAL NOTES1. ALL EXISTING FIRE ALARM CONTROL EQUIPMENT AND FIELD DEVICES ARE TO BE REPLACED UNLESS OTHERWISE NOTED.2. ANY EXISTING DETECTION AND CONTROL DEVICES NOT REPLACED SHALL BE LISTED AS COMPATIBLE FOR USE WITH THE NEW CONTROL EQUIPMENT.3. DEVICE LOCATIONS AND QUANTITIES SHOWN ON THESE DRAWINGS ARE BASED ON AS-BUILT CONDITIONS AND ARE SHOWN FOR BID PURPOSESONLY. THE INSTALLING CONTRACTOR WILL BE RESPONSIBLE FOR PROVIDING A CODE-COMPLIANT SYSTEM.4. THE LAYOUT OF ANY ELECTRICAL RACEWAYS OR CONDUIT SYSTEMS SHOWN ON THE DRAWINGS ARE BE BE CONSIDERED DIAGRAMMATIC UNLESSSPECIFICALLY SHOWN AND\OR DIMENSIONED. THE INSTALLING CONTRACTOR IS RESPONSIBLE FOR PROVIDING EVERY REQUIRED FITTING,JUNCTION BOX, PULL BOX, OR SIMILAR ITEMS REQUIRED, FOR A COMPLETE CODE COMPLIANT SYSTEM.5. AREAS ON THIS SHEET MAY REQUIRE THE INSTALLATION OF EXPOSED RACEWAYS OR CONDUIT. ANY AREAS REQUIRING EXPOSED RACEWAYS ORCONDUIT SHALL BE IDENTIFIED TO THE OWNER FOR APPROVAL PRIOR TO INSTALLATION.5.1. THE INSTALLING CONTRACTOR IS RESPONSIBLE FOR REPAIRING ANY FINISHED SURFACE WHERE EXISTING FIRE ALARM EQUIPMENT HAS BEENREMOVED. ALL REPAIRS SHALL MATCH EXISTING FINISHES.5.2. THE INSTALLING CONTRACTOR IS RESPONSIBLE FOR COORDINATING ALL REQUIRED WORK TO MONITOR, CONTROL OR SUPERVISE ALL EXISTINGCONTROL EQUIPMENT INTERLOCKS WITH THE NEW FIRE ALARM SYSTEM.5.3. AT NO TIME SHALL THE FIRE ALARM SYSTEM OR SPRINKLER SYSTEM BE OUT OF SERVICE OR FOR ANY PERIOD OF TIME WITHOUT PRIORWRITTEN NOTIFICATION. THE INSTALLING CONTRACTOR SHALL BE RESPONSIBLE FOR COORDINATING ANY REQUIRED SHUTDOWN WITH THEOWNER OR OWNERS REPRESENTATIVE.1. PROVIDE NEW KEYED OPERATED REMOTE TEST SWITCHES WITH VISUALALARM INDICATORS FOR ALL CONCEALED DUCT DETECTORS.2.PROVIDE NEW MODULES FOR SPRINKLER VALVE SUPERVISION.3. PROVIDE NEW MODULES FOR MONITORING INERGEN CLEAN AGENT SYSTEM.4. EXISTING CLEAN AGENT DETECTION TO REMAIN.5. ADD NEW STROBE FOR BUILDING FIRE ALARM SYSTEM. EXISTING INERGENNOTIFICATION SYSTEM TO REMAIN.6. EXISTING SIMPLEX FIRE ALARM CONTROL UNIT TO BE REMOVED ANDREPLACED WITH NEW REMOTE FIRE ALARM ANNUNCIATOR PANEL.7. LOCATION OF NEW BUILDING FACU. INSTALLING CONTRACTOR SHALL BERESPONSIBLE FOR COORDINATING WITH THE OWNER FOR ALL REQUIREDWORK IN THE SERVER ROOM. SYMBOLDESCRIPTIONFIRE ALARM CONTROL UNITCEILING MOUNTED SMOKE DETECTORSINGLE ACTION MANUAL PULL STATIONADDRESSABLE CONTROL RELAYADDRESSABLE MONITOR MODULEWALL MOUNTED HORN/STROBE SPRINKLER SUPERVISORY SWITCHSPRINKLER WATERFLOW SWITCHFIRE ALARM DEVICE LEGEND(# - CANDELA INDICATED)CEILING MOUNTED HORN/STROBECEILING MOUNTED STROBEWALL MOUNTED STROBE (# - CANDELA INDICATED)FIRE ALARM POWER SUPPLY(# - CANDELA INDICATED)(# - CANDELA INDICATED)120 VAC WATERFLOW BELLFIRE ALARM REMOTE ANNUNCIATORFACUFAAPFAPSAOMAIMPWFVS###PIVPOST INDICATOR VALVE#CEILING MOUNTED HEAT DETECTORBEAM SMOKE DETECTOR BIBEDUCT MOUNTED SMOKE DETECTORREMOTE TEST SWITCHRA11011030BEAIM15RA1101515151515RA11011015110110110BI11011030303030BTS110FATCFAPS30225218220216219217210211201S1202204.1204206207223E1212214227S5228229231S4E2238204.1BTSBEAM DETECTOR TEST SWITCHVS11011SECOND LEVEL ROOM SCHEDULE201 DECK202 STAFF ROOM204 STORAGE206 WOMEN207 MEN204.1 ELECTRICAL CLOSET209 JANITOR210 CORRIDOR211 STAFF TOILET (H.C.)212 STAFF TOILET213 STAFF SHOWER214 ELEVATOR LOBBY215 ASSISTANT DIRECTOR216 COPY ALCOVE217 ACCOUNTS CLERK218 BOARD ROOM219 ADMINISTRATIVE SECRETARY220 RECEPTION221 DIRECTOR222 COMMUNITY RELATIONS223 READING224 READING225 READING232 READINGS1 STAIR #1S2 STAIR #2E1 STAFF ELEVATOR227 COMPUTER ROOM228 INTER-LIBRARY LOAN229 REFERENCE SUPERVISOR230 BACK ISSUES/REFERENCE STAFF231 WORK ROOM232.1 READING233 READING234 WORD PROCESSING ROOM235 STUDY ROOM236 STUDY ROOM237 COPIER238 IDF ROOMS5 STAIR #5E2 ELEVATOR #2PLAN NORTH1FIRE ALARM - SECOND LEVEL - DEVICE LAYOUTSCALE: 3/32" = 1'0"PROJECT #:ISSUE DATE:ISSUED FOR:SHEET TITLE:PROJECT NAME:PERMIT #:DRAWN BY:DESIGNED BY:CHECKED BY:THESE CONCEPT DRAWINGS ARE FOR INFORMATION ONLYTO SHOW POTENTIAL SYSTEM ARRANGEMENT.CONTRACTOR SHALL FIELD VERIFY ALL INFORMATIONCONTAINED ON THESE DRAWINGS AND IS RESPONSIBLE FORTHE DESIGN AND INSTALLATION OF THE SYSTEM INACCORDANCE WITH THE SPECIFICATIONS.JENSEN HUGHES INC. SHALL NOT BE RESPONSIBLE FOR THE CONSEQUENCES OF INTENTIONAL OR UNINTENTIONAL MODIFICATIONS OF THESE DRAWINGS OR THE ELECTRONIC FILES EITHER BY OTHERS OR DURING THE PROCESS OF FILE OR MEDIA TRANSFER. ANY USE, ALTERATION OR REPRODUCTION OF THESE DRAWINGS IN WHOLE OR IN PART BY ANY MEANS IS STRICTLY PROHIBITED, UNLESS SPECIFIC WRITTEN PERMISSION IS OBTAINED FROM JENSEN HUGHES. ©2020 JENSEN HUGHES, INC.ALL RIGHTS RESERVEDDOVE LIBRARY FIRE ALARM SYSTEM REPLACEMENT .................................................. 1775 DOVE LANE CALSBAD, CA 92008 11545 WEST BERNARDO COURTSUITE 300SAN DIEGO, CA 92127+1 619.488.9810WWW.JENSENHUGHES.COMJH PROJECT NO.: 1TXL19002T LAWYERC WOLFT LAWYERBID ISSUE2020.11.161TXL19002FIRE ALARMFIRE ALARMSECOND LEVELDEVICE LAYOUTFA-102FOR BID PURPOSES ONLY.NOT FOR CONSTRUCTION USE.SHEET NOTESGENERAL NOTES1. ALL EXISTING FIRE ALARM CONTROL EQUIPMENT AND FIELD DEVICES ARE TO BE REPLACED UNLESS OTHERWISE NOTED.2. ANY EXISTING DETECTION AND CONTROL DEVICES NOT REPLACED SHALL BE LISTED AS COMPATIBLE FOR USE WITH THE NEW CONTROL EQUIPMENT.3. DEVICE LOCATIONS AND QUANTITIES SHOWN ON THESE DRAWINGS ARE BASED ON AS-BUILT CONDITIONS AND ARE SHOWN FOR BID PURPOSESONLY. THE INSTALLING CONTRACTOR WILL BE RESPONSIBLE FOR PROVIDING A CODE-COMPLIANT SYSTEM.4. THE LAYOUT OF ANY ELECTRICAL RACEWAYS OR CONDUIT SYSTEMS SHOWN ON THE DRAWINGS ARE BE BE CONSIDERED DIAGRAMMATIC UNLESSSPECIFICALLY SHOWN AND\OR DIMENSIONED. THE INSTALLING CONTRACTOR IS RESPONSIBLE FOR PROVIDING EVERY REQUIRED FITTING,JUNCTION BOX, PULL BOX, OR SIMILAR ITEMS REQUIRED, FOR A COMPLETE CODE COMPLIANT SYSTEM.5. AREAS ON THIS SHEET MAY REQUIRE THE INSTALLATION OF EXPOSED RACEWAYS OR CONDUIT. ANY AREAS REQUIRING EXPOSED RACEWAYS ORCONDUIT SHALL BE IDENTIFIED TO THE OWNER FOR APPROVAL PRIOR TO INSTALLATION.5.1. THE INSTALLING CONTRACTOR IS RESPONSIBLE FOR REPAIRING ANY FINISHED SURFACE WHERE EXISTING FIRE ALARM EQUIPMENT HAS BEENREMOVED. ALL REPAIRS SHALL MATCH EXISTING FINISHES.5.2. THE INSTALLING CONTRACTOR IS RESPONSIBLE FOR COORDINATING ALL REQUIRED WORK TO MONITOR, CONTROL OR SUPERVISE ALL EXISTINGCONTROL EQUIPMENT INTERLOCKS WITH THE NEW FIRE ALARM SYSTEM.5.3. AT NO TIME SHALL THE FIRE ALARM SYSTEM OR SPRINKLER SYSTEM BE OUT OF SERVICE OR FOR ANY PERIOD OF TIME WITHOUT PRIORWRITTEN NOTIFICATION. THE INSTALLING CONTRACTOR SHALL BE RESPONSIBLE FOR COORDINATING ANY REQUIRED SHUTDOWN WITH THEOWNER OR OWNERS REPRESENTATIVE.1. PROVIDE NEW KEYED OPERATED REMOTE TEST SWITCHES WITH VISUALALARM INDICATORS FOR ALL CONCEALED DUCT DETECTORS.2.PROVIDE NEW MODULES FOR SPRINKLER VALVE SUPERVISION.3. PROVIDE NEW MODULES FOR MONITORING INERGEN CLEAN AGENT SYSTEM.4. EXISTING CLEAN AGENT DETECTION TO REMAIN.5. ADD NEW STROBE FOR BUILDING FIRE ALARM SYSTEM. EXISTING INERGENNOTIFICATION SYSTEM TO REMAIN. Public Works Branch Contract Administration 1635 Faraday Avenue  Carlsbad, CA 92008  760-602-4677 t August 25, 2021 ADDENDUM NO. 1 Re: Dove Library Fire Alarm System Replacement Project No.: PWS22-1544FAC Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. Addendum must be acknowledged via PlanetBids or included with your electronic response submittal. JANEAN HAWNEY Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 __________________________________________________________ Bidder’s Signature 1 Addendum No. 1 CITY OF CARLSBAD BID NO. PWS22-1544FAC DOVE LIBRARY FIRE ALARM SYSTEM REPLACEMENT ADDENDUM NO. 1 Addendum must be acknowledged via PlanetBids or included with your electronic response submittal From: Janean Hawney, Contract Administrator 760-607-7965 janean.hawney@carlsbadca.gov Public Works Branch 1635 Faraday Ave Carlsbad, CA 92008 No. of Pages: 5 (including this page) Date: August 25, 2021 Bid Opening Date: Sept. 1, 2021 at 5 p.m. (no change) Questions and Answers: Q1. Is this job prevailing wage? A1. Yes. Q2. Will the City of Carlsbad be able to remove the hanging ceiling panels in Auditorium Room 130 to allow access to replace the smoke detectors within that area? A2. If required, the city will be responsible for removing some sections of the acoustic panels to provide access to the smoke detectors. Q3. Could you provide the full software program in PDF format for the existing Simplex fire alarm panel? The installing company, Johnson Controls Inc., should be able to provide this document. A3. Johnson Controls Inc. was not able to provide this information by the time of this addendum. Q4. What is the name and contact phone number for the company that installed the custom ceiling panels in Room 130, above the theatre seating? And/Or provide make and model of the ceiling panels. A4. The ceiling panels are believed to have been installed in 1999 by Preferred Ceilings (714) 255-9336. No make or model information is available. Q5. Will the installation process be performed during normal business hours or after business hours?