ADDENDUM No. 3 BID NO TRANSMISSION WAREHOUSE OFFICE REMODEL

Similar documents
SECTION DIGITAL, ADDRESSABLE FIRE-ALARM SYSTEM

1. Floor above/floor below notification. 2. Private alarm notification. 3. Not Used 4. Voice alarm notification. 5. Not Used.

TABLE OF CONTENTS GENERAL... 2 A. DEFINITIONS DIGITAL, ADDRESSABLE FIRE ALARM SYSTEM... 2

2. HVAC and smoke control systems; fire, smoke, and combination fire/smoke dampers. 5. Central control and monitoring system.

Standard of Practice - Fire Alarm Systems. NOTE: Significant revisions or additions to the previous standards are highlighted in italics.

Bold items are particular to the City of Euless

Unified Fire Authority - Fire Prevention Bureau

Full Service Central Station Fire Alarm Listing Evaluation

Architect s Project Number of 12 Fire Alarm/Smoke Detection Systems District Master Specs 2013 Edition

SECTION : FIRE ALARM & DETECTION SYSTEMS

1.3 REFERENCE STANDARDS

FIRE ALARM SYSTEM 1.1 GENERAL REQUIREMENTS

Ventura County Community College District 761 E. Daily Drive, West Stanley Avenue, St. 200, Camarillo, CA Purchasing Department

SECTION WET-PIPE SPRINKLER SYSTEMS

Michigan State University Construction Standards FIRE DETECTION AND ALARM PAGE

SECTION FIRE ALARM AND SMOKE DETECTION SYSTEMS

Smoke Detector Activation of any smoke detector shall start the alarm verification mode.

PART 1 GENERAL Quality Assurance A. Fire Alarm Contractor Qualifications:

DIVISION 26 ELECTRICAL SECTION FIRE ALARM SYSTEM

PART 1 GENERAL Quality Assurance A. Fire Alarm Contractor Qualifications:

COMMERCIAL (IBC) FIRE ALARM SUBMITTAL GUIDE

COMMISSION ORDER. IT IS FURTHER ORDERED that the Request for Bid and Notice to Bidders be displayed on the Franklin County website.

FIRE & LIFE SAFTEY STANDARD

SECTION FIRE ALARM STANDARDS REVISED CONSTRUCTION STANDARD

Fire Alarm Acceptance Testing & On-Going Maintenance with The Joint Comm. Standards / Reporting. Prepared Especially for : OSFM TEC 2016

Valuation: # of Plans Submitted: # of pages: Type of Work (select one): New Addition Existing System/Modification Project Name: Scope of Work:

SECTION FIRE ALARM SYSTEMS

D. The work addressed in this section consists of a fire protection system, which may include coordination with one or more of the following:

DONALD H. BERG, ARCHITECT

Idaho Surveying & Rating Bureau, Inc South Cobalt Point Way Tel: (208) Meridian, Idaho FAX: (208)

SPECIFICATION FIKE CLEAN AGENT FIRE SUPPRESSION SYSTEM WITH IMPULSE VALVE, FK AGENT & CHEETAH Xi 50 CONTROL PANEL

PWGSC Ontario MULTIPLEX FIRE ALARM SYSTEM Sect Region Project Page 1 Number R

SPECIFICATION MICROMIST FIRE SUPPRESSION SYSTEM WITH CHEETAH Xi 50 CONTROL PANEL

SPECIFICATION FOR A TOTAL FLOOD ECARO-25 TM CLEAN AGENT FIRE SUPPRESSION SYSTEM FOR USE WITH THE CHEETAH Xi 50 CONTROL PANEL SYSTEM

OKLAHOMA STATE UNIVERSITY

Fire Permit Application

APPENDIX H (DESIGN SUBMISSION CRITERIA)

COUNTY OF KINGS KINGS COUNTY JAIL EXPANSION PHASE III

Moreno Valley Fire Department Fire Prevention Bureau. New and Existing Fire Alarm & Signaling Systems Guideline

DATA SHEET CHEETAH XI 50 INTELLIGENT SUPPRESSION CONTROL SYSTEM DESCRIPTION APPROVALS: SYSTEM OPERATION. Form No. D

OSU PROJECT NO PAGE 1 02 NOV 2006 SECTION FIRE ALARM SYSTEM

Project No Belleville Fire Hall/Headquarters and Emergency Operations Centre Section Belleville, Ontario Page 1 of 10

MOBILE FIRE - RESCUE DEPARTMENT FIRE CODE ADMINISTRATION

STATE OF NORTH CAROLINA

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017

SECTION FIRE DETECTION AND ALARM

DIGITAL, ADDRESSABLE FIRE ALARM SYSTEM

Design & Construction Standards, Revised January

FIRE DETECTION SYSTEM SPECIFICATION FOR MODEL XR200

SPECIFICATION MICROMIST FIRE SUPPRESSION SYSTEM WITH SHP-PRO CONTROL PANEL

CITY OF LONG BEACH Department of Development Services BUILDING AND SAFETY BUREAU FIRE ALARM / ELECTRICAL FIRE PLAN REVIEW CHECKLIST

SECTION FIRE ALARM SYSTEMS

Environmental Health & Safety

The following information shall become and form part of the contract documents.

SANTA ROSA FIRE DEPARTMENT FIRE PREVENTION BUREAU PLAN REVIEW CHECKLIST FIRE ALARM SYSTEM INSTALLATION

DATA SHEET CYBERCAT 254 INTELLIGENT FIRE ALARM CONTROL SYSTEM DESCRIPTION APPROVALS: SYSTEM OPERATION. Form No. D

Functional Performance Test

National Fire Protection Association. 1 Batterymarch Park, Quincy, MA Phone: Fax:

Brighton Area Fire Authority

SPECIFICATION FOR A TOTAL FLOOD ECARO-25 TM CLEAN AGENT FIRE SUPPRESSION SYSTEM FOR USE WITH THE SHP PRO CONTROL PANEL SYSTEM

SMALL WORKS PROJECT REQUEST FOR SEALED BIDS

SECTION DIGITAL, ADDRESSABLE FIRE ALARM SYSTEM

SECTION CLEAN AGENT FIRE SUPPRESSION SYSTEMS

National Fire Protection Association. 1 Batterymarch Park, Quincy, MA Phone: Fax:

SECTION Fire Pumps

SECTION ADDRESSABLE FIRE ALARM SYSTEM

University Design Standard Fire Alarm Systems

Hinesville First United Methodist Church SECTION DIGITAL, ADDRESSABLE FIRE-ALARM SYSTEM

University of Houston Master Construction Specifications Insert Project Name SECTION DRY-PIPE FIRE SPRINKLER SYSTEM PART 1 - GENERAL

SANTA CLARA COUNTY Winchester Blvd., Los Gatos, CA (408) (408) (fax)

CHEETAH XI INTELLIGENT SUPPRESSION CONTROL SYSTEM

ONYX FirstVision Specification Interactive Firefighters Display

CITY OF PORTSMOUTH Department of Public Works MUNICIPAL COMPLEX FIRE ALARM. Bid # Addendum #1

El Reno Fire Department Fire Alarm Plan Review Worksheet

Fire Alarm System Fundamentals

A. Hydraulic calculations shall be prepared in accordance with Chapter 23 of NFPA 13 with the following exceptions:

SECTION FIRE ALARM INTEGRATED AUDIO VISUAL EMERGENCY COMMUNICATION SYSTEM

Fort Rouge Leisure Centre Section HVAC Upgrades Phase 2 Page 1 of 5 Bid Opportunity No March 2013 FIRE ALARM SYSTEMS

Minimum Standards for Engineers Practicing Fire Protection Engineering in the State of Oklahoma September 14, 2016

CONTENTS AUTOMATIC TRANSFER SWITCHES

Automatic Fire Alarm Association Webinar On Inspection, Testing, And Maintenance Of Fire Alarm Systems

SECTION DIGITAL, ADDRESSABLE FIRE-ALARM SYSTEM

Conventional Releasing Control Panel

1. The fire detection and alarm system (including the conduit) shall be a separate bid item and not part of the general electrical contract.

You are required to READ ALL PAGES. of this application

Fire Alarm System Inspection and Testing Report

Demonstration and Training of MEP Systems Page 1 of 15

SECTION ADDRESSABLE FIRE ALARM SYSTEM

Lake County / Multi-Department Storage Facility / Project / December 12, 2016 SECTION DIGITAL, ADDRESSABLE FIRE-ALARM SYSTEM

SPECIFICATION: AlarmLine TM INTELLIGENT LINEAR HEAT DETECTION

DESIGN GUIDELINES AND TECHNICAL STANDARDS

MANUAL OF DESIGN CRITERIA AND SPECIFICATIONS FOR FIRE DETECTION AND ALARM SYSTEMS PUBLIC SCHOOLS IN NEW MEXICO

Fire Alarm and Life Safety System Inspection Certificate

ADDENDUM #1: MODIFICATIONS AND ADDITIONS TO CONTRACT DOCUMENTS

D. Reference Standards (Utilize latest editions available):

SECTION SECURITY TESTING AND COMMISSIONING

Changes to this Division since the last issuance are indicated with yellow highlighted text.

Rancho Cucamonga Fire Protection District Prevention Bureau Standard

DESIGN & CONSTRUCTION GUIDELINES

Concerns: Affects: Dated: June 12, SECTION 1: GENERAL Scope Work Included... 3

Transcription:

205 E. 28 th St. <77803> P.O. Box 1000 Bryan, TX 77805 Phone: 979-821-5860 FAX: 979-821-5747 http://www.btutilities.com September 15, 2015 ADDENDUM No. 3 BID NO. 150-11-15 TRANSMISSION WAREHOUSE OFFICE REMODEL Please be advised of the following changes to the bid request package referenced above: o Attached is the Architect s Addendum Three Clarifications, Changes & Updated Attachments (*This includes an updated Bid Form with added line for $ Fire Alarm ) We regret any inconvenience this change may cause you in processing this bid request. This addendum shall be signed and included with your bid package as acknowledgement of the addendum. Failure to acknowledge and submit any addenda may be cause for the bid to be rejected. Bidder Acknowledgement Signature: X Sincerely, Phebe Mosley Procurement Specialist Bryan Texas Utilities 979-209-5501 Addendum Three BID# 150-11-15 - Page 1 of 18

ADDENDUM NO. THREE 15 September 2015 BTU Transmission Warehouse Office Remodel Bid No. 150-11-15 2200 Fountain Avenue Bryan, Texas 77802 R.L. Payne & Associates, Inc. 1509 Emerald Parkway, Suite 104 College Station, Texas 77845 September, 2012 NOTICE TO ALL BIDDERS: This Addendum forms a part of the Contract Documents and modifies the original Specifications and Drawings, issued for Bids, August 17, 2015 to the extent noted herein after. Careful note of this Addendum shall be taken by all parties of interest so that proper allowance is made in all computations, estimated and contracts and so that all trades affected are fully advised in the performance of work that will be required by them. The Addendum supersedes all previous Drawings, Specifications, Addendum and instructions pertaining to these items. I. SPECIFICATIONS Item No. 1 Fire Alarm System - Add Alternate Bid Item Number One 1.1 Issue of Specification Section 28.31.00 Fire Alarm General Specifications 1.2 All materials and labor required by this section is to be as Add Alternate Bid Number One and the amount identified on the Bid Form. Item No. 2 Reissue of the Bid Form modified by Add Alternate No. One II. DRAWINGS Item No. 1 Question: The subcontractor did not know how to make the tap to the existing manhole for the new sanitary sewer service for this project. The subcontractor has to meet the published City of Bryan Standard Details 1.1 Issue of Bryan - College Station Civil Sheet S-1 for Standard Sanitary Sewer Details Item No. 2 Refer to Attached Sheet A4.0 dated 9-15-2015 2.1 Re-Issue of Sheet A4.0 Elevations Review Hand Rail Details and Material Notes Item No. 3 Refer to Civil Drawing C1 Site Plan - Add the following Fence Gate Notes. 3.1 The existing rolling gate along Fountain Avenue noted to remain is to be rebuilt or replaced to provide a fully operational gate with rolling support and locking capability 3.2 The contactor is to provide two (2) single 17' wide swing gates with locking capability. Refer to Specifications ADDENDUM NO. THREE PAGE 1 Addendum Three BID# 150-11-15 - Page 2 of 18

3.3 Provide one (1) 42" wide single man gate in the new proposed fence on the NE corner of the building. Refer to Specifications 3.4 The existing gates on Fountain Avenue where the drive is to be closed is to be replaced with fencing to match the existing. 3.5 All new fencing and gates are to have on top the 3 stands of bard wire. III. GENERAL QUESTIONS and CLARIFICATIONS Item No. 1 Request for As Equal Product submittal of Columbia PolyLife Toilet Partitions. 1.1 PolyLife Toilet Partitions Series 19825 has been approved as an equal product. Item No. 2 This Q&A says that the UPS systems will be provided by the owner and will be addressed in Addendum 2. Addendum 2 says for the electrical contractor to furnish them. Which is correct? 2.1 Under the Notice to all Bidders of this Addendum above it states: " The Addendum supersedes all previous Drawings, Specifications, Addendum and instructions pertaining to these items." The Contractor Provides. End of Addendum ADDENDUM NO. THREE PAGE 2 Addendum Three BID# 150-11-15 - Page 3 of 18

SECTION 00300 BID FORM Submitted by Date To: Bryan Texas Utilities (BTU) Attention: Ms. Phebe Mosley 1309 E. Martin Luther King Street Bryan, Texas 77803 Re: BTU Transmission Warehouse/Office Remodel 2200 Fountain Street Bryan, Brazos County, Texas In compliance with INSTRUCTIONS TO BIDDERS, the Undersigned hereby proposes to furnish all labor, equipment and materials and perform all work for the completion of the above named project in strict accordance with the Bidding Documents prepared by R.L. Payne & Associates, Inc., as stated below: 1. BASE BID: The sum of Dollars ($ ) shall be identified as the Base Bid. 20% Owner s Contingency Allowance: $ 2. ALLOWANCES: The BASE B I D in addit i o n to the Owner s Contingency Allowance identified above include the following Allowances identified in Section 01020 Allowances of the Specification Manual: A. Graphics Plaques and Building Identification - $2,500.00 B. Site Project Information Sign - $1,500.00 C. Testing Laboratory Services - $10,000.00 Contract Amount Breakdown: Base Bid: $ 20% Owner s Contingency: $ Graphics Plaques and Building Identification - $2,500.00 Site Project Information Sign: $1,500.00 Testing Laboratory Services: $10,000.00 Total Contract Amount (amount awarded bidder is required to bond): $ *Fire Alarm System - Alternate Bid No. One $ 00300-1 Addendum Three BID# 150-11-15 - Page 4 of 18

3. CONSTRUCTION SCHEDULE: The actual construction shall begin immediately after receipt of Notice to Proceed, after signing the contract. The work shall be substantially completed by September 30, 2016. 4. UNIT PRICES: For the Work Identified as Unit Prices, the Undersigned agrees to complete said Work as follows: A. If additional 5" concrete paving is provided after that indicated on the drawings The contractor shall provide the additional material in place including all material and labor for the following amount of /SF. B. Chain Link Fencing: If additional 8' tall Chain Link Fencing is required other than that indicated in the drawings, the contractor will furnish the additional material in place for the following amount per Lineal Foot /LF 5. CHANGES IN THE WORK: The Undersigned understands that changes in the Work shall be performed in accordance with the Bidding Documents. Most stringent conditions prevail. 6. LIQUIDATED DAMAGES: The Undersigned understands that liquidated damages as defined in the Bidding Documents will be included in the form of Agreements between the Owner and Contractor and that the Contractor shall be bound thereto. Refer to BTU Exhibit A Page 237. 7. ADDENDA: The Undersigned acknowledges receipt of Addenda Nos.. 8. TRENCH SAFETY: The Undersigned has included the amount of $ in the Base Bid for Trench Safety Systems. 9. PROPOSES SUBSTITUTE CONTRACTORS: The Undersigned proposes as Substitute Subcontractors, the Subcontractors listed on the attached letter in lieu of those Approved Subcontractors included in the Base Bid. Bidders shall list Proposed Substitute Subcontractor, if any, on their letterhead showing the name of the firm, the specification section, the amount the Base Bid, Completion Time and Alternates will change, and the reason(s) for proposing the substitution. 10. IN SUBMITTING THIS BID, THE UNDERSIGNED AGREES TO THE FOLLOWING, AS MORE FULLY DESCRIBED IN THE CONTRACT DOCUMENTS: This Bid will remain subject to acceptance for ninety (90) days after the day of Bid opening. The Owner has the right to waive any irregularities and to reject this or any other Bid. The Bidder accepts the provision of the Instructions to Bidders regarding disposition of Bid Security. The Bidder is familiar with federal, state, and local laws and regulations. The Bidder will sign and return the Agreement with the Bonds, Insurance, and other documents required by the Bidding Requirements within five (5) days after they are presented to the Bidder for signature. 00300-2 Addendum Three BID# 150-11-15 - Page 5 of 18

11. NAMING OF SUBCONTRACTORS: As part of completing this Bid Form the Contractor must complete and submit the attached Document Naming Subcontractors" Section 00301 along with this Bid Form. 12. NAMING OF PROJECT MANAGER AND PROJECT SUPERINTENDENT The General Contractor is required to name the Project Superintendent and Project Manager to be assigned to this project and provide resumes for both as part of the Bid Package Submittal. Project Manager Project Superintendent Bid For: BTU Transmission Warehouse/Office Remodel 2200 Fountain Street Bryan, Brazos County, Texas (Authorized Signature) Name Title (Seal, if a Corporation) State whether Corporation, Partnership or Individual (Name of Contracting Firm) Address Telephone Fax Date End of Bid Form 00300-3 Addendum Three BID# 150-11-15 - Page 6 of 18

FIRE ALARM SYSTEM SECTION 28 September 12, 2015 2200 Fountain Ave. A01-1501 Bryan, TX 26.50.00.4 Addendum Three BID# 150-11-15 - Page 7 of 18

I. General Information SECTION 28.31.00 FIRE ALARM GENERAL SPECIFICATIONS a. The contractor shall perform all work necessary to design, install, and test any new fire alarm system installation. This includes, but is not limited to, all labor, materials, and commissioning required for a complete addressible, automatic/manual alarm. b. The complete installation shall conform to the applicable sections of the most current edition of the National Fire Protection Association (NFPA) codes and standards, American Disabilities Act (ADA), the National Electrical Code, the International Building Code, the Texas Accessibility Standards Act (TAS), and these specifications. c. All components of the fire alarm system shall be able to interface completely with the owner s scada system and be UL listed. II. General Design Guidelines All new fire alarm systems installations shall utilize the following general guidelines as a basis for the system layout. These general guidelines are for fully sprinklered buildings. These are general guidelines and may vary as determined by the AHJ during walkthrough and plan review sessions. a. Smoke detectors i. Unless specified by the AHJ shall be photoelectric ii. Shall be installed in the following locations: 1. All corridors and common use spaces such as lobbies, reception areas, etc. 2. Intermediate or remote areas where smoke would need to penetrate multiple doors to reach a smoke detector in a corridor or common area 3. Electrical Rooms iii. Smoke detectors shall not be installed in 1. Custodial closets b. Heat Detectors shall be installed in break rooms c. Manual pull stations shall be installed at the following locations: i. Every horizontal exit as defined by NFPA 101, Life Safety Code III. Instructions to Contractors a. The contractor shall provide three (3) hard copies of detailed plans, and specifications for review and approval prior to installation. b. The contractor shall get clarification from the AHJ when a question or discrepancy arises. c. The contractor shall provide within fourteen (14) calendar days of the acceptance test one (1) electronic copy in AutoCAD 2004 or later version on a CD, and three (3) hard copies of As-Built drawings reflecting any and all changes noted during acceptance testing. The drawings shall accurately reflect the installed system. 2200 Fountain Ave. A01-1501 Bryan, TX 28.31.00.1 Addendum Three BID# 150-11-15 - Page 8 of 18

IV. Quality Control Assurance a. All components of the fire alarm system shall be products of an Underwriters Laboratories Inc. listed fire alarm manufacturer, and shall bear the UL label. Partial listing shall not be acceptable. b. All components of the fire alarm systems shall use the most current technology available. c. Only new parts shall be installed at the time of initial installation and to repair the system during the warranty period. No reconditioned parts shall be used. d. All devices shall be tested and certified that they meet or exceed the Service Life Expectancy Rating as outlined by UL and NFPA. e. The equipment and installation supervision furnished under this specification is to be provided by a manufacturer who has been engaged in production of this type of equipment (software-driven) for at least 5 years and has a fully-equipped service organization within 150 miles of the installation site. Service shall be provided within 24 hours of problem notification. f. All conductors shall be uniformly and consistently color-coded and labeled throughout. g. All power supplies connected to the system shall have transient protection in accordance with UL 864. h. Detectors shall not be installed until cleanup of all construction trades is complete as required by NFPA 72. Any detectors found installed prior to this cleanup will be replaced at the contractor s expense. i. Where permissible wiring may be exposed and run with data cables. Where conduit is required by code conduits are needed they shall not be filled to more than 40% capacity. Conduits shall have a J-box no further than 0 100 feet or at each 90 turn, whichever occurs first. All J-boxes shall be painted red or have the letters FA in red on the cover. All J-boxes shall be easily accessible. j. The contractor shall identify and label circuit breakers on main and emergency power supplies and identify these electrical panel location(s) and breaker number(s) inside the Fire Alarm Control Panel (FACP) in accordance with NFPA 72. Any breaker associated with the FAS shall be painted red. V. Design Specifications a. General Requirements i. Panels shall be easily expandable and upgradeable. ii. Unless otherwise approved by the Authority Having Jurisdiction (AHJ), the FACP shall have software that will enable the system to be intelligent. iii. All Fire Alarm Systems (FAS) shall be equipped with voice notification and have public address capability unless otherwise approved by the AHJ. iv. Provide software that: 1. Offers computer driven device calibration test and reporting features, by device, loop, or system. 2. Latches all Alarm, Trouble, and Supervisory signals, unless otherwise requested by AHJ. Addendum Three BID# 150-11-15 - Page 9 of 18 28.31.00.2

v. Power for the FAS (FACP and all components) shall be from one electrical panel unless approved by the AHJ. vi. All addressable loops shall have loop isolation protection devices to maintain partial fire alarm system integrity should a fault occur. A loop isolation device shall not exceed a maximum of 20 devices. vii. A maximum of 80% capacity of initiating devices is allowed per loop. viii. The fire alarm system shall use closed loop initiating device circuits with individual zone (device) supervision, individual notification appliance supervision, and primary and standby power supervision. ix. Each device shall be labeled and the label designations shall be accurate and consistent with those on the prints, the annunciators, the points list, and message displays. x. All devices, panels and auxiliary panels shall be mounted in easily accessible locations. The top of all panels shall be mounted no more than six (6) feet above finished floor. xi. The FACP will consist of a control center utilizing state of the art electronics with microprocessor-based technology and a minimum of four zone (loop) capability. The FACP shall be software controlled with the capability of owner programming. The installer will supply all programming data (complete program, data list) software and all updates to the software. Software media shall be Windows compatible using the most current version. xii. The FACP shall have software capable of supervising Air Handler Unit (AHU) shutdown. xiii. The FACP will have an audible device and separate LED s indicating ALARM, TROUBLE and SUPERVISORY conditions with each having a separate and distinguishable sound. The FACP shall have a backlit LCD display of at least three lines of at least 40 characters each. An indication of POWER, TROUBLE, and PARTIAL DISABLE shall be included as an LED output. xiv. The FACP equipment cabinet shall be of sufficient size to accommodate the main fire panel, main and standby power supplies (battery), cable and wire harnesses and any auxiliary relays. xv. There shall be a separate box located next to the FACP of sufficient size to accommodate spare detectors and paperwork (16 x 16 x 6 min.). This box shall be of matching color with the FACP cabinet and shall be keyed the same as the FACP. xvi. Printer interface modules shall be installed in all systems. b. Programming Requirements i. Provide a Drill Function on the panel that is easily identifiable and only initiates notification appliances on all floors. ii. Provide a Programmable Bypass function for: 1. AHU shut down 2. Notification appliances 3. Alarm verification iii. Provide for all controlled systems to auto reset, (i.e., AHUs and elevators) iv. FACP. Provides for all system devices to be restorable from the Addendum Three BID# 150-11-15 - Page 10 of 18 28.31.00.3

c. Initiating Devices i. All water flow switches shall be time adjustable complying with NFPA 72. ii. Valve tamper switches shall comply with NFPA 72. A supervisory condition shall result from a tamper switch activation. iii. Beam detectors shall: 1. Comply with UL268 2. Be 24vdc operation 3. Have automatic contamination compensation iv. Detector bases shall: 1. Be low profile, surface, or flush mounted into a standard four inch square electrical box 2. Be able to accept heat, ionization, or photoelectric devices interchangeably v. Smoke detectors shall: 1. Have an LED that flashes during normal operation 2. Ionization detectors shall be dual chamber and be scaled against rear airflow 3. Be self-adjusting for airborne contaminants 4. Have clear, distinct visual alarm indication 5. Be mounted in easily accessible locations 6. Be programmed to have alarm verification vi. Duct detectors shall: 1. Report to FACP as a Supervisory Alarm 2. Be of the photoelectric type 3. Have clear, distinct visual power and alarm indications 4. Be programmed to have alarm verification 5. Have extended visual indicators if mounted above ceiling located as close to duct detector as possible vii. Heat detectors shall: 1. Be of the dual element, self-restoring type 2. Have a flashing LED for normal operation 3. Have clear, distinct visual alarm indication viii. Manual pull stations shall: 1. Be cast aluminum or high impact plastic and be red in color 2. Be zoned separately if not addressable 3. Provide a clear visual indication when activated 4. Not require consumable parts to reset to normal condition d. Notification Appliances i. Audible devices: 1. Shall be tapped to an adequate wattage capable of achieving the minimum required db reading throughout the facility 2. May be ceiling mounted speakers or combination devices where permitted to be installed by code ii. Visual devices: 1. May be ceiling mounted or combination devices where permitted by code Addendum Three BID# 150-11-15 - Page 11 of 18 28.31.00.4

VI. Installation, Testing, and Acceptance a. The contractor shall have all devices on the system installed and the system pre-tested prior to the scheduled acceptance test. b. The contractor shall provide all tools, labor, and materials required for all installation start-up tests, including a qualified technician to conduct the test. c. Installation and testing shall be inspected and certified by a contractor supplied NICET II (minimum) Technician. d. System acceptance test shall be conducted in accordance with NFPA 72. i. Any deficiencies noted during acceptance testing shall be corrected within 14 calendar days and a retest shall be scheduled for all deficiencies noted if not corrected during the acceptance test. ii. Upon completion of testing, the contractor shall install the proper certification certificates in the FACP and provide a copy of NFPA 72 Record of Completion. iii. The contractor shall provide three (3) copies of drawings to be used during the acceptance test. These drawings shall reflect the installed device locations with device address on a floor plan representing the layout of the fire alarm system at the time of acceptance testing. VII. Warranty a. The system shall be guaranteed to be free from all defects of material and workmanship for a period of one year, effective upon date of system acceptance. b. The contractor shall guarantee parts availability for a minimum of five (5) years after installation. Addendum Three BID# 150-11-15 - Page 12 of 18 28.31.00.5

Annex A Design Submittal Requirements All preliminary and as-built design drawings and supporting documentation shall include: Floor plan drawings, riser diagrams, control unit wiring diagrams, point to point wiring diagrams, and typical wiring diagrams as described herein I. Name of owner and occupant II. Location, including street address III. Device legend IV. Date V. Input/output programming matrix VI. Licensed Designer Information Registered Professional Engineer or Alarm Planning Superintendent (APS) VII. Battery calculations VIII. Notification appliance circuit voltage drop calculations IX. Floor Plan a. Floor identification b. Point of compass c. Correct graphic scale d. All walls and doors e. All partitions extending to within 15 percent of ceiling height f. Room descriptions g. Fire alarm device/component locations i. Signal notification devices ii. Initiation devices iii. Smoke control systems iv. Initiation of automatic extinguishing equipment v. Doors that unlock or close automatically vi. Zone verification for detection devices vii. Fire/Smoke damper control viii. Fire alarm panel location ix. Fire alarm annunciators x. Control valves to Fire Protection System xi. Duct smoke detectors xii. Supervisory devices xiii. Elevator location xiv. Elevator recall system location h. Location of fire alarm primary power connections i. Location of monitor/control interfaces to other systems j. Riser locations k. Methods for compliance with 6.9.10.4 for survivability (emergency voice systems) as shown in section 6.9, where applicable l. Ceiling height and ceiling construction details X. Fire alarm system riser diagram a. General arrangement of the system, in building cross-section b. Number of risers c. Type and number of circuits in each riser d. Type and number of fire alarm components/devices on each circuit, on each floor or level XI. Control unit wiring diagrams should be provided for all control equipment, power supplies, battery charges, and annunciators and should include the following: XII. Identification of control equipment depicted XIII. Location(s) XIV. All field wiring terminals and terminal identification XV. All indicators and Manual controls, including the full text of all labels XVI. All field connections to supervising station signaling equipment, releasing equipment, and fire safety control Addendum Three BID# 150-11-15 - Page 13 of 18 28.31.00.6

XVII. Typical Wiring diagram should be provided for all initiating devices, notification appliances, remote light emitting diodes (LEDs), remote test stations, and end-of-line and power supervisory devices. Addendum Three BID# 150-11-15 - Page 14 of 18 28.31.00.7

Fire Alarm System Acceptance Checklist Building #: Attendees: Building Name: Date: Functional test of all Smoke Detectors G Yes G No G N/A Functional test of all Heat Detectors G Yes G No G N/A Functional test of all Manual Pull Stations G Yes G No G N/A Functional test of all Duct Detectors G Yes G No G N/A Functional test of all Flow Switches G Yes G No G N/A Functional test of all Audio/Visual devices G Yes G No G N/A Functional test of all Magnetic Releases G Yes G No G N/A Functional test of all Remote Annunciators G Yes G No G N/A Functional test of all Fireman Phones G Yes G No G N/A Flow test of all Duct Detectors G Yes G No G N/A db level check on all Audible Devices G Yes G No G N/A Conduct Battery Discharge Test (30 Minutes) / Full G Yes G No G N/A Alarm Test (General - 5 Min./Emergency Voice 15 Min.) Verify That the Locations of All Power Supplies are G Yes G No G N/A Identified at FACP Functional test of all Relays G Yes G No G N/A AHU Shutdown Elevator Recall Suppression Systems Exhaust Fans Pressurization Fans Verification of Trouble Alarms G Yes G No G N/A Smoke Detector Circuit A/V Circuit Verify all Supervisory Alarms G Yes G No G N/A Sprinkler/Tamper Duct Detector Verify Alarm, Supervisory, and Trouble Signals G Yes G No G N/A Received at Radio Room Verify Installation of Storage Box G Yes G No G N/A Sensitivity Test Printout Transferred to Electronic G Yes G No G N/A Shop Personnel O&M Manual transferred to Electronic Shop Personnel G Yes G No G N/A Transfer of any special tools to Electronic Shop G Yes G No G N/A Personnel GFOML-009 Form Completed and Transferred to EHSD G Yes G No G N/A Nt Yo / h ea sr : Comments: Addendum Three BID# 150-11-15 - Page 15 of 18 28.31.00.8

Addendum Three BID# 150-11-15 - Page 16 of 18

Addendum Three BID# 150-11-15 - Page 17 of 18

03 A5.1.1 20'- 6" +/- AFF 18'-10" +/- AFF TOP PARAPET EXIST. STRUCTURE 16'-0" +/- AFF EXIST. EAVE 0'-0" FIN. FLOOR WEST ELEVATION 1/8" 01 A5.1.4 02 A5.1.4 20'-6" AFF 20'- 6" +/- AFF PEAK TOP PARAPET 2200 Fountain Avenue Bryan, Texas 77801 01 A5.1.2 18'-10" +/- AFF EXIST. STRUCTURE 16'-0" +/- AFF EXIST. EAVE 0'-0" FIN. FLOOR EAST ELEVATION - PARTIAL HANDRAILS AND GUARDRAIL NORTH ELEVATION 1/4" 1/8" 01 A5.1.3 02 A5.1.3 01 A5.1.2 26'-3" AFF PEAK 20'-6" AFF TOP PARAPET PEAK R. L. PAYNE & ASSOCIATES, INC. 20'-6" AFF 0'-0" FIN. FLOOR EAST ELEVATION - PARTIAL SOUTH ELEVATION HANDRAILS 1/4" 26'-3" AFF 1/8" 02 A5.1.2 PEAK 03 A5.1.2 01 A5.1.1 03 A5.1.4 18'-10" +/- AFF EXIST. STRUCTURE NOT FOR REGULATORY APPROVAL, PERMITTING OR CONSTRUCTION 0'-0" FIN. FLOOR EAST ELEVATION PARTIAL EAST ELEVATION 1/8" 1/8" Addendum Three BID# 150-11-15 - Page 18 of 18