Section 13850
FIRE ALARM SYSTEM
PART 1 - GENERAL
1.1 SUMMARY
A. Provide a complete,
electrically supervised, addressable intelligent, manual and
automatic fire alarm system. Provide a system that will be in full
compliance with the required and advisory portions of NFPA 72,
National Fire Alarm Code, the UL listings or FM approvals, the ADA,
and the recommendations of the equipment manufacturer.
1. System includes but is not limited
to the Fire Alarm Control Panel (FACP), FACP interface boards, FACP
power supplies, FACP batteries, remote annunciators, smoke
detectors, duct smoke detectors, manual pull stations, audible and
visual alarms, wiring, conduits, signs, and appurtenances, and
interface with the existing Main Fire Alarm Control Panel (MFACP),
located in the existing Blower Building.
2. Provide addressable duct smoke
detectors suitable for the full range of air velocity
conditions in the air handling systems in which they are installed.
Provide addressable duct smoke detectors, with auxiliary contacts,
for all combination fire/smoke dampers in walls and floor slabs. See
fire protection and mechanical floor plan drawings for locations of
combination fire/smoke dampers.
3. FACP shall monitor all fire alarm
system functions through addressable interface devices.
4. The FACP shall provide software
activated smoke detector alarm verification capability on a
detector-by-detector basis
1.2 THE REQUIREMENT
A. The CONTRACTOR shall furnish all
tools, equipment, material, and supplies and perform all labor
required to install a complete and operable fire alarm system
as indicated on the Drawings and specified herein.
B. CONTRACTOR submittals for the fire
alarm system as specified herein shall be subject to review and
acceptance by the Fountain Valley Fire Department. Any required
revisions, to the proposed fire alarm system to obtain acceptance,
shall be incorporated by the CONTRACTOR at no additional cost to
OCSD.
C. The Contract Drawings are
diagrammatic in nature, subject to change, based on final certified
prints of the equipment and instruments to be purchased and based on
actual field condition. Fire alarm devices are located on the
Drawings. CONTRACTOR shall design and install cable/conduit system.
1.3 RELATED WORK SPECIFIED
ELSEWHERE
A. The requirements of the following
sections and divisions apply to the Work of this section. Other
sections and divisions of the Specifications, not referenced below,
shall also apply to the extent required for proper performance of
this Work.
1. Division 11, Equipment, applicable
sections
2. Division 16, Electrical,
applicable sections
3. Division 17, Instrumentation and
Control, applicable sections
1.4 REFERENCE SPECIFICATIONS,
CODES, AND STANDARDS
A. All Work specified herein shall
conform to or exceed the applicable requirements of the referenced
portions of the following publications to the extent that the
provisions thereof are not in conflict with other provisions of
these Specifications.
B. Comply with the applicable
editions of the following codes, regulations and standards.
-
1.
Codes and Regulations:
Accessibility Guidelines for Buildings andFacilities.
CCR
California Code of Regulations, Title 8, Div. 1, Chap. 4, Subchap. 5, Electrical Safety Orders
CCR
California Code of Regulations, Title 8, Div. 1, Chap. 4, Subchap. 7, Article 108, Confined Spaces
CCR
California Code of Regulations, Title 8, Div. 1, Chap. 4, Subchap. 20, Tunnel Safety Orders
CCR
California Code of Regulations, Title 24, BuildingStandards Code
NFPA 70
National Electrical Code (NEC)
NFPA 72
National Fire Alarm Code
NFPA 820
Standard for Fire Protection in WastewaterTreatment and Collection Facilities
SCAQMD
South Coast Air Quality Management District
2.
Industry Standards:
UL 38
Standard for Manually Signaling Boxes for FireAlarm Systems
UL 217
Standard for Single and Multiple Station SmokeAlarms
UL 268
Standard for Smoke Detectors for Fire AlarmSignaling Systems
UL 268A
Standard for Smoke Detectors for DuctApplications
UL 346
Standard for Waterflow Indicators for FireProtective Signaling Systems
UL 864
Standard for Control Units and Accessories forFire Alarm Systems
UL 1481
Standard for Power Supplies for Fire ProtectiveSignaling Systems
UL 1638
Standard for Visual Signaling Appliances - Private-Mode Emergency and General Utility Signaling
UL 1711
Standard for Amplifiers for Fire Protective
Signaling Systems
UL 1971
Standard for Signaling Devices for the Hearing
Impaired
ISO 9001
Quality Management Systems - Requirements
3. Other Standards:
EIA
Electronic Industries Alliance
FM
FM Approvals (formerly, Factory Mutual
Research Corporation)
NEMA
National Electrical Manufacturers Association
NFPA
National Fire Protection Association
TIA
Telecommunications Industry Association
C. Comply with the applicable
reference Specifications as directed in the General
Requirements and Additional General
Requirements.
D. The construction and
installation of all electrical equipment and materials shall
comply with all provisions of the Codes, regulations and standards
specified above, as applicable, and other applicable federal, state
and local codes and regulations.
1.5 CONTRACTOR SUBMITTALS
A. Submittals shall be made in
accordance with the General Requirements, Additional General
Requirements, Section 16010, Electrical General Provisions, and as
specified herein. Include detailed information on the following:
1. Fire Alarm Control Panels
2. Local Control and Display
Annunciators
3. Remote System Point Annunciators
4. Fire Alarm Operations Interface
5. Control and Signal Modules
6. System Intelligent Detectors
7. Stobe and Horn
8. Outdoor Rotating Light
9. Fire Alarm Pull Stations
10. Fire Alarm Cables
11. Conduit and Junction Boxes
B. Certification and verification as
required elsewhere herein. The proposed equipment shall be subject
to acceptance by the ENGINEER and acceptance by the local Fire
Department. No equipment shall be ordered or installed on the
premises without the acceptance and approval, respectively.
C. Where catalog cuts and other
brochures depicting product characteristics are supplied,
annotate to show product to be used on this project.
D. Test documentation shall be
provided in a three-ring binder(s) within three weeks after the
completion of the project. The binder(s) shall be clearly marked on
the outside front cover and spine with the words “Test Results”,
the project name, and the date of completion (month and year).
Scanner tests shall be printed on 8-1/2- x 11-inch paper. When
repairs and retests are performed, the problem found and corrective
action taken shall be noted, and both the failed and passed test
data shall be collected in the binder.
E. CONTRACTOR shall furnish within
15 days of project acceptance As-built Floor
Plans illustrating location of
components of the fire alarm system.
F. CONTRACTOR shall comply with the
provisions of SCAQMD Rule 1107 and shall submit daily reports to
OCSD on the usage of asphalt primers, paints, plastic cements,
varnished and other items identified under SCAQMD Rule 1107. The
daily report shall be on forms furnished by OCSD. OCSD shall have
the right to delay or limit the amount of paint to be applied in
any 24-hour period, as specified by SCAQMD rules and
regulations, with no change in Contract Price.
G. The CONTRACTOR shall provide
hourly Service Rates and semi-annual inspection prices, performed by
a factory trained and authorized personal, for this installed Fire
Alarm System with the submittal.
H. A complete set of shop drawings,
including each unit subassembly that requires a field wire be
connected to it, shall be supplied. The following information
shall be provided on the shop drawings:
1. Type, size, rating, style,
catalog number, manufacturers names, photos, and/or catalog data
sheets for all items proposed to meet these Specifications.
2. Block diagram showing system
relationships of major components and quantities and interconnecting
cable requirements.
3. Plans showing equipment
locations, raceway, and conductor requirements
4. Control console and panel
arrangements, equipment outlet devices, and special mounting
details.
5. Wiring diagrams showing terminal
identification for field-installed wiring.
6. Catalog literature for all
components.
7. Control logic, electrical
schematic, and connection diagrams for the complete fire alarm
system. The diagrams shall include all devices, (i.e., manual
stations, bells, fire alarm panel, emergency power unit, remote
station modules, zone distribution, and detector requirements).
8. Written certification by the
CONTRACTOR stating that the system and its component parts are as
listed and approved by the California State Fire Marshal and that
the installation conforms in all aspects to requirements of the
local fire departments and NFPA.
9. Experience, licensing and Edwards
System Technology authorization of installer.
10. Field testing procedures and
requirements.
1.6 QUALITY ASSURANCE
A. CONTRACTOR Qualifications:
1. Comply with the requirements
for the certifications, licenses, training, skills, experience,
and other qualifications specified in Article entitled
“Contractor Submittals” of this Specification.
2. Comply with the requirements
for the certifications, licenses, training, skills, experience,
and other qualifications specified in Article entitled
“Installation” of this Specification.
3. Comply with the requirements
for the certifications, licenses, training, skills, experience,
and other qualifications specified in Paragraph entitled “Asbestos”
of this Specification.
4. Comply with the requirements
for the certifications, licenses, training, skills, experience,
and other qualifications specified in Article entitled “Warranty”
of this Specification.
1.7 WARRANTY
A. The CONTRACTOR shall provide a
system warranty covering the installed fire alarm system against
defects in workmanship, components, and performance, and follow-on
support after project completion.
1. The CONTRACTOR shall warrant
the fire alarm system against defects in workmanship for a
period of one (1) year from the date of beneficial occupancy of the
Work pursuant to “Use Prior to Final Completion” of the General
Conditions. The warranty shall cover all labor and materials
necessary to correct a failed portion of the system and to
demonstrate performance within the original installation
Specifications after repairs are accomplished. This warranty shall
be provided at no additional cost to OCSD.
2. The CONTRACTOR shall facilitate a
15-year component warranty between the manufacturer and OCSD. An
extended component warranty shall be provided that warrants
functionality of all components used in the system for 15 years from
the date of acceptance.
a. The CONTRACTOR shall maintain
current status with the warranting manufacturer, including all
training requirements.
b. The CONTRACTOR shall staff each
installation crew with the appropriate number of trained personnel,
in accordance with their manufacturer/warranty Contract Agreement,
to support the 15-Year Performance Warranty requirements.
c. After installation, the
CONTRACTOR shall submit all documentation to support the
warranty in accordance with the manufacturer’s warranty
requirements, and to apply for said warranty on behalf of OCSD.
d. The warranty shall cover the
components and labor associated with the repair/replacement of any
failed link, within the warranty period that is a valid warranty
claim.
B. Comply with the requirements
for the warranties and guaranties specified in
Paragraph entitled “Manufacturer”
of Part 2, Article entitled “General” of this Specification.
PART 2 - PRODUCTS
2.1 GENERAL
A. Manufacturer:
1. The CONTRACTOR shall use the
Edward Systems Technology (EST) Fire Alarm
System.
2. This Fire Alarm System
Specification shall be conformed to in its entirety to ensure that
the installed and programmed Fire Alarm System will accommodate all
of the future requirements and operations required by OCSD. Any
specified item or operational feature not specifically addressed
prior to bid date will be required to be met without exception.
3. Service Availability: The
supplier shall have sufficient stock on hand and have a fully
equipped service organization capable of guaranteeing response time
within 8 hours of service calls, 24 hours a day, 7 days a week to
service completed systems.
B. System Description:
1. The Fire Alarm System
supplied under this Specification shall be a
microprocessor-based network system. All Fire Alarm Control Panel
Assemblies and connected annunciators and field devices shall be
both designed and manufactured by the same company, and shall be
tested and cross-listed as compatible to ensure that a fully
functioning system is designed and installed.
2. The system shall be capable of
detecting the electrical location of each intelligent device
including new and existing devices. It shall be possible to
display the intelligent device map on the laptop PC.
3. All equipment furnished for
this project shall be new and unused. All components and
systems shall be designed for uninterrupted duty. All equipment,
materials, accessories, devices, and other facilities covered by the
Contract Documents shall be the best suited for the intended use and
shall be provided by a single manufacturer. If any of the
equipment provided under this Specification is provided by different
manufacturers, then that equipment shall be recognized as compatible
by both manufacturers, and “Listed” as such by Underwriters’
Laboratories.
4. It shall be possible for
authorized service personnel using a Program/Service Tool or laptop
personal computer to change the personality/function of device to
meet changes in building layout or environment. System changes shall
be verified by the manufacturer’s representative and a
verification certificate presented upon completion.
2.2 FIRE ALARM SYSTEM COMPONENTS
A. Fire Alarm Control Panel, EST3:
1. The Fire Alarm Control Panel shall
be Edward EST3 panels with network capabilities. The Fire Alarm
Control Panel shall be a self-standing control panel consisting of a
card rack module, transformer, box circuit module, control modules,
signal circuit modules, remote station modules, and battery
charger, with lead- calcium rechargeable batteries (non-hydrogen
type), capable of operating the fire alarm control panel for 24
hours without normal power. Transfer of power to battery back-up
shall be automatic in both directions. The batteries shall be
mounted inside the control panel. The basic control panel and
batteries shall be self contained in a steel constructed cabinet
with a locked door and a viewing glass to view status of LEDs.
Normal power service to the panel shall be 120 V ac, single-phase,
3-wire plus ground circuits. The control panel cabinet shall
conform to UL 864 and control panel requirements as outlined below.
2. Box circuit module shall provide
an electrically-supervised normally open alarm initiating circuit
for two-wire detectors or other normally open devices. It shall
contain two alarm circuits per module, with each having a red alarm
LED and an amber trouble LED. It shall also contain a power limited
circuit flasher acknowledge output, alarm resound output, supervised
annunciator, output on alarm, and an LED test for testing all LEDs.
Upon activation of an alarm or trouble, the box circuit module shall
indicate the exact zone of alarm/trouble without operator interface.
3. Remote station module shall be
provided to act as interface unit between the fire alarm control and
the authorized point of reception of the alarm condition, such as
the computer.
4. Power supply modules
(non-power limited) shall provide 24 V dc output, complete
with overcurrent protection and status indicators. The power supply
shall furnish power for entire system operation including remote
devices such as, but not limited to, detectors, pull stations,
standpipe alarm valves, etc.
5. Transformer shall be single-phase
non-current limiting, rated 0.5 kVA with 120- volt primary.
6. Remote station modules
shall be supplied as required, per standard
manufacturer’s design, to act as interface unit between
field-located detectors or alarms and the fire alarm control panel
in the control room.
7. Fire alarm circuits shall be
electrically supervised so that a trouble signal shall indicate the
occurrence of a single open or a single ground fault that would
prevent proper alarm operation.
B. Local Control and Display
Annunciators:
1. Each panel in the installed system
shall include local Control and Display Annunciators. These
annunciators shall have integral membrane style, tactile push-
button control switches, for the control of system functions, and
LEDs with programmable (software-controlled) flash rates and
slide-in labels for annunciation of system events.
2. The Local Control and Display
Annunciators shall provide the system with individual zone and/or
device annunciation.
C. Remote System Point Annunciators:
1. The Remote Control and Display
Annunciators shall provide the system with individual zone and/or
device annunciation.
D. Control and Signal Modules:
1. Control module shall provide
alarm resound. Upon having detected an alarm condition, a zone
will report its status to the control module. This alarm condition
will cause the alarm LED on the zone to flash at a rate of
approximately 150 pulses per minute. It will also cause the
sounding of audible alarms and the operation of the fan control
relays. Single-pole double-throw, unpowered contacts are required
for fan and HVAC interlocks. The CONTRACTOR shall connect the
contacts to the fan and HVAC equipment controls. Fire alarm
CONTRACTOR shall furnish pole relays for this purpose.
2. Signal circuit modules shall be
capable of supplying 2 amps of signal capacity of dc power. It
shall supervise for line supervision and shorted line supervision
and provide two signal circuits with two individual amber trouble
lights. It shall also
contain a protective fuse visible and
accessible on the front of the module, programmed alarm input and
can be used for a non-coded system. Module shall be of the 2-wire
parallel circuit.
3. Relays are to be of the same
manufacturer and type used throughout the facility. When the
acknowledge switch is depressed, the zone alarm LED will cease to
flash, but remain illuminated; the signals will also be silenced.
Activation of another zone shall repeat the entire process. The
control module shall include a system reset, alarm lock-in, alarm
resound, acknowledge switch, alarm LED, system trouble LED,
supervised annunciator outputs for trouble with an annunciator
trouble LED, high pitch sound devices, and LED test. A one/two amp
meter shall also be provided to indicate the supervising current for
the entire system.
4. For all outdoor locations,
provide a NEMA 4, 316 stainless steel box, sized to hold the module
and receive all conduit. Mount the box to wall surfaces using four
316 stainless steel screws and plastic
shields; to existing support pipe using two 316 stainless steel
U-bolts; or to a stand fabricated from two 316 stainless steel
channel
struts and driven a minimum of 36
inches into soil.
5. Waterflow/Tamper Module,
SIGA-WTM:
a. The Waterflow/Tamper Module shall
be factory set to support two (2) supervised Class B input circuits.
Channel A shall support a Normally-Open Alarm Delayed Latching
Waterflow Switch circuit. Channel B shall support a Normally-Open
Active Latching Tamper Switch. The water flow/tamper module shall
be suitable for mounting on North American 2-1/2 inches (64
millimeters) deep 1-gang box or 1-1/2 inches (38 millimeters) deep
4-inch-square boxes with
1-gang cover. The intelligent water
flow/tamper modules shall be EST model
SIGA-WTM sensors.
b. The Waterflow/Tamper Module may
be substituted with EST Model SIGA- CT1 or EST Model SIGA-CT2 as
appropriate to meet the requirements of the system and Fire
Departments.
6. Signal Input Module, SIGA-CT1:
a. Provide intelligent single input
modules - EST Model SIGA-CT1. The Single Input Module shall provide
one (1) supervised Class B input circuit capable of a minimum of 4
personalities, each with a distinct operation. The module shall be
suitable for mounting on 2-1/2-inch-deep 1-gang boxes and
1-1/2-inch-deep 4- inch-square boxes with 1-gang covers. The single
input module shall support the following circuit types:
-
Input Module
Circuit Type
Normally-Open Alarm Latching
Manual Stations
Normally -Open Alarm DelayedLatching
Waterflow Switches
Normally Open Active Non- Latching
Monitor, Fans, Dampers, etc.
Normally-Open Active Latching
Supervisory, Tamper Switches
7. Dual Input Module, SIGA-CT2:
a. Provide intelligent dual input
modules - EST Model SIGA-CT2. The Dual Input Module shall provide
two (2) supervised Class B input circuits capable of a minimum of 4
personalities, each with a distinct operation. The module shall be
suitable for mounting on 2-1/2-inch-deep 1-gang boxes and
1-1/2-inch-deep 4- inch-square boxes with 1-gang covers. The dual
input module shall support the following circuit types:
-
Input Module
Circuit Type
Normally-Open Alarm Latching
Manual Stations
Normally -Open Alarm DelayedLatching
Waterflow Switches
Normally Open Active Non- Latching
Monitor, Fans, Dampers, etc.
Normally-Open Active Latching
Supervisory, Tamper Switches
8. Control Relay Module, SIGA-CR:
a. Provide intelligent control relay
modules - EST Model SIGA-CR. The Control
Relay Module shall provide one (1)
form “C” dry relay contact rated at 2 amps at
24 V dc to control external appliances
or equipment shutdown. The control relay shall be rated for pilot
duty and releasing systems. The position of the relay contact
shall be confirmed by the system firmware. The control relay
module shall be suitable for mounting on 2-1/2-inch-deep 1-gang
boxes and 1-1/2-inch- deep 4-inch-square boxes with 1-gang covers.
E. Fire Alarm Components:
1. The System Intelligent Detectors
shall be capable of full digital communications using both broadcast
and polling protocol. Each detector shall be capable of performing
independent fire detection algorithms. The fire detection algorithm
shall measure sensor signal dimensions, time patterns and combine
different fire parameters to increase reliability and distinguish
real fire conditions from unwanted deceptive nuisance alarms.
Signal patterns that are not typical of fires shall be eliminated by
digital filters. Devices not capable of combining different fire
parameters or employing digital filters shall not be acceptable.
2. Each detector shall have an
integral microprocessor capable of making alarm decisions based on
fire parameter information stored in the detector head.
Distributed intelligence shall improve response time by decreasing
the data flow between detector and analog loop controller.
Detectors not capable of making independent alarm decisions shall
not be acceptable. Maximum total analog loop response time for
detectors changing state shall be 0.5 second.
3. Each detector shall have a
separate means of displaying communication and alarm status. A
green LED shall flash to confirm communication with the analog loop
controller. A red LED shall flash to display alarm status. Both
LEDs on steady shall indicate alarm-standalone mode status. Both
LEDs shall be visible through a full
360-degree viewing angle.
4. The detector shall be capable of
identifying up to 32 diagnostic codes. This information shall be
available for system maintenance. The diagnostic code shall be
stored at the detector.
5. Each smoke detector shall be
capable of transmitting pre-alarm and alarm signals in addition
to the normal, trouble and need cleaning information. It shall be
possible to program the control panel activity. Each smoke
detector may be individually programmed to operate at any one of
five (5) sensitivity settings.
6. Each detector microprocessor shall
contain an environmental compensation algorithm that identifies and
sets ambient “Environmental Thresholds” approximately six times
an hour. The microprocessor shall continually monitor the
environmental impact of temperature, humidity, other contaminates as
well as detector aging. The process shall employ digital
compensation to adapt the detector to both 24-hour long- term and
4-hour short-term environmental changes. The microprocessor shall
monitor the environmental compensation value and alert the system
operator when the detector approaches 80 percent and 100 percent of
the allowable environmental compensation value. Differential
sensing algorithms shall maintain a constant differential between
selected detector sensitivity and the “learned” baseline
sensitivity. The baseline sensitivity information shall be updated
and permanently stored at the detector approximately once every
hour.
7. The intelligent analog device
and the analog loop controller shall provide increased
reliability and inherent survivability through intelligent analog
standalone operation. The device shall automatically change to
standalone conventional device operation in the event of a loop
controller polling communications failure. In the analog
standalone detector mode, the analog detector shall continue to
operate using sensitivity and environmental compensation information
stored in its microprocessor at the time of communications failure.
The analog loop controller shall monitor the loop and activate a
loop alarm if any detector reaches its alarm- sensitivity threshold.
8. Each Signature Series device
shall be capable of automatic electronic addressing and/or
custom addressing without the use of DIP or rotary switches. Devices
using DIP or rotary switches for addressing, either in the base or
on the detector shall not be acceptable.
9. The intelligent analog detectors
shall be suitable for mounting on any Signature
Series detector mounting base.
a. Hazardous Area Smoke Detector,
System Sensor Model #1151EIS, CSFM
#7271-1209:185, Or Equal:
1) The detector shall be FM-approved
for Class 1 Division 1 areas. The smoke detector shall interface
with the EST3 using a Model SIGA-CT1 addressable transponder;
use one transponder for each zone.
2) Smoke detectors in Class 2 areas
shall be Model #1151EIS with B401 base, Or Equal.
b. Duct Smoke Detector, SIGA-DH:
1) Air Duct Smoke Detectors,
SIGA-DH, shall be provide for air duct smoke detector heads capable
of detecting visible and invisible products of combustion. Provide
the detectors with a measuring chamber and a protected reference
chamber sensitive to changes in temperature and humidity only.
Protect the measuring chamber from damage and insects. Provide a
built-in 5-second delay to minimize alarms due to transient smoke.
2) Variations in duct air
velocity between 400 and 4,000 FPM (2 and
20.3 m/sec.) shall not cause any false
alarms. Safeguard radioactive parts
and protect circuitry against
electrical transients, electromagnetic interference, and polarity
reversal. Factory set the detector sensitivity. Mount the
detectors head in an enclosure suitable for mounting to an air
duct. Provide an air sampling tube
that extends into the duct air stream.
3) Provide smoke detector duct
housing assemblies to facilitate mounting an intelligent analog
photoelectric detector, along with a standard, relay or isolator
detector mounting base. Provide for variations in duct air velocity
between 300 and 4,000 feet per minute (300 to 1,000 feet per minute
for ion- photo-heat detector). Protect the measuring chamber from
damage and insects. Provide an air exhaust tube and an air
sampling inlet tube that extends into the duct air stream up to 10
feet. Provide drilling templates and gaskets to facilitate locating
and mounting the housing. Provide five one gang knockouts for
mounting optional Signature Series modules. Finish the housing in
baked red enamel. Duct detectors installed on the exterior of the
building shall be mounted in weather proof NEMA enclosures.
c. Strobe and Horn, Series 757:
1) Provide electronic horn/strobes
manufactured by EST, Cat. No. 757
Series. In/out screw terminals shall
be provided for wiring. The horn shall have a red plastic housing. A
steady tone sound output level of 100 dBA peak shall be provided.
2) The strobe shall provide 15 cd,
30 cd, 60 cd, or 110 cd synchronized flash outputs as required by
area coverage. The strobe shall have lens markings oriented for
wall or ceiling mounting. It shall be possible to replace the lens
markings with LKW series or LKC series lens marking kits. Ceiling
mounted strobes shall have lens markings with correctly oriented
lettering. Removal of a installed Horn/Strobe to change the lens
markings shall not be acceptable.
3) Horns/Strobes shall mount in a
4-inch electrical box with extension ring using the two screws
provided with ring. It shall not be necessary to completely
remove the screws to facilitate mounting.
4) All components installed in
tunnels and where shown on the Drawings shall meet Class 1, Division
2 hazardous area classification requirements.
d. Hazardous Area Horn, EST Model
#889D-AW, CSFM #7135-1388:133, Or
Equal:
1) Horn shall be listed for Class 1,
Divisions 1 and 2, Groups C and D; Class 2, Divisions 1 and 2,
Groups E, F, and G locations. The horn shall be polarized and
supervised.
e. Hazardous Area Strobe, EST
Model #97DEXBC-G1, CSFM #7125-
1388:210, Or Equal:
1) Strobe shall be listed for Class
1, Divisions 1 and 2, Groups C and D; Class 2, Divisions 1 and 2,
Groups E, F, and G, and Class 3 locations. The strobe shall be
polarized and supervised. Each strobe draws 1.4 amps. A maximum of
two strobes can be connected to a single supervised circuit, and
special attention shall be made to voltage drop calculations. The
strobe shall include a wall-mount bracket.
f. Strobe, Series 202:
1) Provide electronic strobes
manufactured by EST, Cat. No. 202 Series. The strobe shall provide
15 cd, 30 cd, 60 cd, or 110 cd synchronized flash outputs as
required by area coverage. The strobe shall have lens markings
oriented for wall or ceiling mounting. It shall be possible to
replace the lens markings with LKW series or LKC series lens marking
kits. Ceiling mounted strobes shall have lens markings with
correctly oriented lettering.
g. Outdoor Rotating Light, 53R-G1:
1) Provide a minimum of one (1)
outdoor rotating light (EST Model 53R-G1) for each building
containing a fire alarm system. The rotating beacon shall be
positioned on the building in a location suitable to the Fire
Department to assist in the location of an alarm. The light shall be
24 V DC, powered by the fire alarm control panel. The beacon shall
have a red lens and shall be suitable for outdoor mounting.
h. Fire Alarm Pull Stations,
SIGA-270:
1) The fire alarm pull stations
shall be CSFM #7150-026:11, manual type, single-action break glass
rod type, with recessed pull lever, positive action sealed switch,
and double-screw wiring terminals. Enclosure shall be cast metal,
finished in fire alarm red, surface or semi-flush mounting as
required. Fire alarm pull stations shall be provided at all
entrances/exits of the facility, and as required by local fire
departments, whether indicated on the Drawings or not.
2) It shall be possible to address
each Signature Series fire alarm pull station without the use of
DIP or rotary switches. Devices using DIP switches for
addressing shall not be acceptable. The manual stations shall have
a minimum of two diagnostic LEDs mounted on their integral, factory-
assembled single or two-stage input module. A green LED shall
flash to confirm communication with the loop controller. A red LED
shall flash to display alarm status. The station shall be
capable of storing up to 24 diagnostic codes that can be
retrieved for troubleshooting assistance. Input circuit wiring
shall be supervised for open and ground faults. The fire alarm pull
station shall be suitable for operation in the proposed environment:
3) Provide intelligent
single-action, single-stage fire alarm stations SIGA-270.
The fire alarm station shall be of metal construction with an
internal toggle switch. Provide a locked test feature. Finish the
station in red with silver “PULL IN CASE OF FIRE” lettering.
The manual station shall be suitable for mounting on North American
2-1/2 inches (64 millimeters) deep
1-gang box and 1-1/2 inches (38
millimeters) deep 4-inch-square box with 1- gang cover.
i. Hazardous Area Manual
Station, Killark Model #XAL53, CSFM #7150-
1439:100, Or Equal
1) Manual stations shall be listed
for Class 1, Divisions 1 and 2, Groups C and D; Class 2, Divisions 1
and 2, Groups E, F, and G; Class 3 locations. The manual station
shall be interfaced to the EST3 using a Model #SIGA- CT1 addressable
transponder. Each manual station shall report its individual
location to the EST3 panel.
j. Fire Alarm Cables:
1) Fire alarm cables shall be one
pair #16 AWG solid copper, vinyl or Teflon insulated, and an overall
jacket insulation shall be individually color-coded. Jacket
thickness per UL 1424. Cables shall be supplied and installed to
interconnect the entire fire alarm system as specified herein,
whether indicated on the Drawings or not, to meet local codes and
requirements.
k. Conduit and Junction Boxes:
1) All fire alarm system cable shall
be enclosed in raceway. The raceway systems and pull boxes shall
comply with the OCSD Standard Specifications
16130 except as follows:
a) For interior, concealed ceiling
plenum areas, use electrical metallic tubing (EMT) with 5-foot
(maximum) lengths of steel flexible conduit, sized for the cable.
Fasten conduit to structural elements using one-hole straps cadmium
plated screws and plastic shields. Mount required boxes to
ceiling grid using caddy-style cross bar and grid clips.
b) Cable trays shall not be used to
run fire alarm wiring. For exposed conduit in wet locations, use
PVC-coated galvanized rigid steel conduit per Standard
Specifications. For exposed conduit in dry locations, use
galvanized rigid steel, factory finish.
c) Junction boxes shall be per the
requirements of Specification section
16050, Basic Materials and Methods.
F. Reflected Beam Smoke Detectors:
1. Beam smoke detectors shall be of
the reflected beam type with the transmitter and the receiver in a
single unit. Beam detectors shall be provided with sensitivity test
feature and remote test station option. Beam detectors shall be
System Sensor Beam1224(s), Gamewell Fire Ray 50RU, Or Equal.
PART 3 - EXECUTION
3.1 GENERAL
A. Project Management:
1. The CONTRACTOR shall establish a
single point of contact with OCSD who shall be responsible for
reporting progress and updating ENGINEER with issues that OCSD must
address to facilitate the fire alarm system installation. The
CONTRACTOR’s POC shall provide (daily or weekly) (verbal or
written) reports to the ENGINEER detailing progress. Requests for
access to limited access or restricted areas shall be made (the day
prior to the required access). Information critical to the
completion of the task or project shall be communicated to ENGINEER,
as the requirement becomes known. Routine information shall be
passed during the scheduled progress report.
B. Housekeeping:
1. The CONTRACTOR shall maintain
OCSD facilities in a neat and orderly manner during the installation
of the fire alarm system. All CONTRACTOR’s tools, materials, and
personal effects shall be stored in an OCSD-provided staging area
when not in use. OCSD facilities shall be maintained in broom-clean
condition at the completion of work each day. At the completion of
work in each area, the CONTRACTOR shall perform a final cleaning of
debris prior to moving the installation crew to the next work area.
C. Special Work Sequence and
Constraints:
1. The existing treatment plant
facilities shall be maintained in full operation during the
execution of the Work. If downtime of utilities or equipment occurs
due to lack of schedule, CONTRACTOR error, or other items that
are CONTRACTOR’s fault, CONTRACTOR shall work continuously (24
hours per day) until the utility or equipment is in operation. All
costs for such work shall be the responsibility of the CONTRACTOR.
2. Downtime for panel connections
shall be kept at a minimum and shall require prior written
acceptance by the ENGINEER, 72 hours in advance of the requested
downtime. The CONTRACTOR shall submit request for shutdown
in writing a minimum of 1 week prior to the date the
above acceptance is requested. All equipment, device, and
wiring installations that occur in office areas shall be performed
after 5:30 p.m. on weekdays or between 7:00 a.m. and 4:30 p.m. on
the weekends. This work shall be scheduled with OCSD staff. The
CONTRACTOR shall submit a written schedule detailing the connections
to existing facilities.
3. Any Work that must be
accomplished in the vicinity of operating systems within the plant
shall be done within a schedule that will accommodate plant
operating requirements. The schedule shall be submitted to OCSD for
review and concurrence prior to the beginning of any construction.
4. Any Work that blocks roadways,
access to buildings and parking lots shall require written
acceptance following the requirements above for notification and
acceptance.
5. OCSD lockout/tagout procedures
shall be followed for isolation of equipment for
Work. OCSD will provide tags and the
CONTRACTOR shall provide lockout device.
6. Prior to commencing each
task, the task will have a job hazard analysis performed in
which the CONTRACTOR and the ENGINEER (including OCSD inspectors and
OCSD safety personnel) will be involved. All safety issues will be
addressed and verification will be made that all required safety
measures will be carried out and required safety equipment is
available. At the work space analysis meeting, the CONTRACTOR shall
submit a Work Plan that describes the number of people involved in
the Work, the Work procedures, materials and equipment to be used,
and any applicable Material Safety Data Sheets.
D. Asbestos:
1. It is the specific intent of
these Contract Documents to exclude from the Work any and all
products or materials containing asbestos. No products containing
asbestos shall be incorporated in the Work.
2. It is not expected that the
CONTRACTOR will encounter any existing asbestos materials. If
asbestos materials are encountered during any Work, the CONTRACTOR
shall promptly notify the ENGINEER in writing. Removal of existing
asbestos material shall be performed by a CONTRACTOR or
Subcontractor registered by Cal/OSHA and certified by the
Contractors State License Board in the State of California. Copies
of the certification shall be submitted to the ENGINEER. The
CONTRACTOR or Subcontractor shall comply with all federal, state and
local laws and regulations regarding handling and removal of
asbestos materials.
3. If asbestos materials are
encountered, the cost for removal and disposal shall be by change
order.
3.2 INSTALLATION
A. All equipment and devices shall
be installed in accordance with the requirements of the Contract
Documents, NFPA 72, and the manufacturer's recommendations. Refer
to the Drawings that represent an overall schematic of the fire
alarm system to be provided.
B. No wiring other than fire alarm
circuits shall be mixed into the fire alarm conduits. Wiring splices
shall not be permitted except at device connections. Transposing
or changing color coding on wiring shall not be permitted. All
wiring shall be checked and tested to ensure that there are no
grounds, opens, or shorts.
C. The CONTRACTOR shall integrate
fire alarm systems from the automatic sprinkler system, halon
suppression systems, elevator, and other alarm devices contained
within the facility to assure a complete installation. The
CONTRACTOR shall provide integration of the Casi-Rusco Access
Control and Monitoring System interface for the installed fire alarm
system.
D. The CONTRACTOR shall have the
manufacturer of the fire alarm system equipment provide the services
of a qualified and authorized technical representative to supervise
and instruct the CONTRACTOR in installation procedures, to inspect
the entire fire alarm system after installation has been completed,
and assist in the performance of all field tests.
E. All electrical devices, wiring,
conduits, etc. shall be provided to meet the various electrical area
classification requirements as outlined in the Drawings.
F. Existing wiring shall be modified
and used to interconnect the new system elements. The CONTRACTOR
shall install additional wire and cable required for a
functional system at no additional cost to OCSD.
3.3 PROGRAMMING
A. The CONTRACTOR shall update the
system documentation to show additions an changes to the system
programming required to support new installations or changes to the
existing system.
3.4 DOCUMENTATION
A. The CONTRACTOR shall update the
system documentation to show additions and changes to the system.
The existing documentation shall be used as a starting point; the
CONTRACTOR shall integrate the changes into the
existing documentation. Supplements tacked onto the back are not
acceptable.
3.5 SYSTEM TESTING
A. Preliminary Operational; Testing:
1. The CONTRACTOR shall conduct
operational tests of each equipment item or each equipment system.
The CONTRACTOR's operational test of each piece of equipment or
system shall continue for not less than 24 hours without
interruption.
2. All parts shall operate
satisfactorily in all respects, under continuous full load and in
accordance with the specified requirements, for the full duration of
the test period. If any part of a unit shows evidence of
unsatisfactory or improper operation during the test period,
correction or repairs shall be made and the full operational test,
as specified above, shall be repeated after all parts operate
satisfactorily. The CONTRACTOR shall furnish all personnel, power,
and all other necessary facilities for conducting the CONTRACTOR's
test operations.
B. Final Operational Testing:
1. After all equipment is installed
and the entire project is ready to operate, OCSD will test all
equipment for a period not to exceed 7 days by operating either
under actual or simulated operating conditions before Final
Acceptance is given. At the discretion of OCSD, final test
operation and final acceptance may be given on portions of the
project prior to completion of the entire project. All defects of
material or workmanship that appear during this test period shall be
corrected by the CONTRACTOR. After such corrections are made, the
final test operation may be run again before final acceptance a;
this requirement may be waived by OCSD.
2. OCSD will supply all power,
operating personnel, and auxiliaries required for this final
operational test.
3. If operational completion of
portions of the project will be required prior to final completion
of the total project, OCSD shall have the right to take possession
of and use any completed portions of the Work. Use of any completed
portions of the Work shall not be construed as acceptance of those
items by OCSD.
3.6 ACCEPTANCE TESTING
A. In-Progress Inspections:
1. The ENGINEER will make periodic
inspection of the project in progress. One inspection will be
performed at the conclusion of cable pulling, prior to closing of
the false ceiling, to inspect the method of cable routing and
support, and the firestopping of penetrations. A second
inspection will be performed at completion of cable termination
to validate that cables were dressed and terminated in accordance
with TIA/EIA specifications for jacket removal and pair untwist,
compliance with manufacturer’s minimum bend radius, and that cable
ends are dressed neatly and orderly.
B. Final Inspection:
1. Upon completion of the project,
the ENGINEER will perform a final inspection of the fire alarm
system with the CONTRACTOR’s Project Foreman. The final
inspection will be performed to validate that all cables were
installed as defined in the Drawing package, and that the
installation meets the aesthetic expectations of OCSD.
C. Test Verification:
1. Upon receipt of the test
documentation, OCSD reserves the right to perform spot testing of a
representative sample of the fire alarm system to validate test
results provided in the test document. OCSD testing will use the
same method employed by the CONTRACTOR, and minor variations shall
be allowed to account for differences in test equipment. If
significant discrepancies are found the CONTRACTOR shall be notified
for resolution.
D. System Performance:
1. During the 3-week period between
final inspection and delivery of the test and as-built
documentation, OCSD will activate the fire alarm system. OCSD will
validate operation of the fire alarm system during this period.
E. Final Acceptance:
1. Completion of the installation,
in-progress and final inspections; receipt of the test and as-built
documentation; and successful performance of the system for a 2-week
period shall constitute final acceptance of the system.
No comments:
Post a Comment