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