Solicitation Details - MCC 7360 RPQ I190079
Back To Search SolicitationsTitle:
DPCC Fire Alarm System Replacement
Opening Date:
6/3/2025 2:00:00 PM
Announcement Info:
Scope of Work:
(Contractor must obtain and submit all permits prior to performing any work).
Prospective bidder shall examine carefully the site of the work and be satisfied as to all observable conditions. Bidder shall be responsible for measuring and calculating amount of work. Bid price is to include the removal and proper disposal of all work-related debris.
This is a turnkey project to design, construct and commission a new fully addressable fire alarm system and remove current fire alarm system. The awarded vendor will be responsible for all design, permitting, and associated costs to provide the complete installation and final system inspection and closeout.
The scope of work for this project involves the demolition of the existing Fire Alarm System and removal of multiple FACP sub-panels throughout the facility. The installation of new Fire Alarm System at the Data Processing and Communication Center, main building with one main FACP in the Building Managers office. This scope is to include the replacement of the existing fire alarm control panel for the main Computer Room’s existing Fire Suppression Activation System (Halon System). The facility has multiple areas of raised flooring on both the 1st and 2nd floors that will require monitoring devices below the floor. All work shall be done in accordance with NFPA 72, NFPA 70 and NFPA 101 and all other applicable codes both national and local. This project will progress in the following sequence: Design Phase (including design and permitting) and Construction/Installation/Commissioning Phase. After the final design drawings have been reviewed and approved by Project Manager, the documents will serve as the basis for beginning construction work.
Design:
• Provide a complete set of construction drawings and submit to Project Manager for approval.
• Once approved for scope completion by Project Manager, drawings must be submitted by the awarded vendor and approved by the Building Department and Fire Department, having jurisdiction, prior to the start of any work.
• The awarded vendor is responsible for all permitting process and approvals
• The awarded vendor shall provide project administration
• The awarded vendor shall submit project schedules for the work and maintain updated schedules, as the project progresses
Construction:
• The awarded vendor shall perform the demolition work and disposal of debris of the existing Fire Alarm and Fire Suppression Systems including the panels, devices and associated wiring, etc. This includes the underfloor devices. It is preferred to keep the existing system operational while the new system is being installed. However, if that option is not possible, the awarded bidder will be responsible for all associated costs of fire watches as required by the Fire Marshall.
• The System warranty shall be by installing contractor, for up to 1 year, at the completion and acceptance of the system by Project Manager.
• The awarded vendor shall be responsible for all conduit installation and associated wiring, as required. Existing conduits can be utilized during installation of the new system, as deemed suitable for reuse.
• The awarded vendor shall be responsible for installing all new speaker/strobes devices, all new initiating devices such as smoke detectors, heat detectors and pull stations as required by Code. The awarded vendor shall be responsible for the selection of device manufacturer and/or style of device within the Design Phase and present to Project Manager for review and acceptance.
• The awarded vendor shall provide 100% compatibility between main FACP and main computer room fire suppression activation FACP.
• The awarded vendor may utilize beam type detection devices, where applicable.
• The awarded vendor shall coordinate the operation of the elevator fire alarm recall operation and the installation of additional devices to bring the system up to code. Permits and approvals will be required from the Office of Elevator safety.
• The awarded vendor shall be responsible for ensuring all necessary Fire Alarm system programming is completed and operational.
• In accordance with NFPA 14.6, after installation the awarded vendor shall complete a copy of the “Site Specific Configuration Database” which shall be left on-site with Project Manager/Building Manager.
• The awarded vendor shall supply finalized as-built drawings, warranties, and all closeout documents to owner once system is completed and final inspection has been completed.
System Requirements:
• System manufacturer to be determined by awarded vendor.
• System must be UL certified in accordance with NFPA.
• System must have remote annunciator, location to be coordinated and determined during design.
• System must have capabilities to make announcements through FA speakers for special instructions at both FACP and annunciator.
• System must have mapping capabilities showing location of incident on computer generated floor plans.
• System must have remote log in capabilities for remote monitoring of the operation/system.
The project, Basis of Design, has been included in these bid documents for reference ONLY. The awarded vendor is responsible for completing design/shop drawings to be submitted to Miami-Dade County Building Department for review and approval. Upon approval of these plans the permit shall be obtained and construction shall proceed. The contractor shall be responsible for verifying and obtaining all required permits for the project.
The estimated construction cost is $771,221.00. This estimate includes $14,975.16 in estimated permit fees, and $7,487.58 for survey and testing. The Bid shall consist of the Base Bid amount (Lump Sum) inclusive of all permit fees and excluding Contingency. NOTE: There are no Dedicated Allowances on this Project. A 10% Contingency will be added to the Base Bid at Project Award.
At the close of the project, submit all documentation, warranty, equipment, specifications, etc.
This work is for a specialty fire alarm contractor. There is no permit-dry run. The awarded vendor will be responsible for all design, permitting, and associated costs to provide the complete installation and final system inspection and closeout.
The awarded contractor or qualified sub-contractor must be a certified fire protection contractor as required by Florida Statue 633.334 and the contractor shall be certified under the Florida Statue 633.318. The submitted plans for installation of the fire alarm system replacement shall not be reviewed unless submitted by a certified contractor as described above and complies with, NFPA 72 SECTION 7.3, SECTION 7.4, AND FAC 61G15-32.
Technical Certification:
Fire Alarm; Electrical Contractor • (NIGP 33055) Fencing, Temporary (For Construction and Other Industrial or Safety Uses)
• (NIGP 91039) construction cleaning/janitorial services
• (NIGP 97773) Toilets and Showers, Portable, Rental.
• (NIGP 90974) SITE CLEANUP
• (NIGP 92500) ENGINEERING SERVICES, PROFESSIONAL (shop drawings).
Commodities
Code | Description |
---|---|
90974 | SITE WORK CONSTRUCTION SERVICES |
91039 | JANITORIAL/CUSTODIAL SERVICES |
91438 | ELECTRICAL |
97773 | RENTAL OR LEASE OF TOILETS, PORTABLE |
33055 | TEMPORARY FENCING (PLASTIC TYPE) FOR CONSTRUCTI |
925 | ENGINEERING SERVICES, PROFESSIONAL |
Solicitation Package/Addendums
Type | File Name |
---|---|
Package | MCC_7360_RPQ_I190079.pdf |
Package | I190079_RPQ_Bid_Documents.pdf |
Addendum | I190079_AddendumNo1wPrebidMtg-Sitevisit_SignInShee |
Addendum | I190079_AddendumNo2wAttachments.pdf |