Loading...
Contract 2018-62 CONTRACT APPROVAL FORM TO: DARREN GRAY, CITY MANAGER FROM: FREDDY SUAREZ, PURCHASING DIRECTOR c� ,) SUBJECT: FIRE SPRINKLER/ STANDPIPE INSPECTION CONTRACT APPROVAL DATE: AUGUST 27, 2018 THE PURCHASING DIRECTOR RECOMMENDS THE FOLLOWING: 1. APPROVE: Agreement between the City of Clermont and Fire and Life Safety America, Inc., Inc. to provide fire sprinkler / standpipe inspection services. The agreement shall take effect on the date of execution by both parties and shall remain in effect for three (3) years thereafter, unless renewed or terminated as provided by the agreement. The agreement may be renewed for three (3) additional one (1) year terms. 2. Why is this action necessary: In accordance with the City of Clermont Purchasing Policy, the City Manager is authorized to approve contracts under $50,000 that do not require a budget amendment. 3. ADDITIONAL INFORMATION: At the request of the Public Works Department, the Purchasing Department a Request for Bid (RFB) to acquire fire sprinkler and standpipe inspection services. The RFB was fully competed, advertised, and complies with the City of Clermont Purchasing Policy. There were four (4) responses to the RFB. Award is being recommended to the low responsive and responsible bidder Fire and Life Safety America, Inc. who complied with all terms, conditions, and specifications stated in the RFB. 4. FISCAL IMPACT: The estimated annual amount of this contract is $4,594. 5. EXHIBITS: RFB 18-033 Response Tabulation Agreement APPROVAL.AUTHORITY Approved az! Disapproved ❑ Reason/Suggestion (If disapproved) .d � Com. rQe S; .' Title ate W U_ ' F a J N O O O U) 0 0 O Z p. M oN CC) 4 LU co Ln c\j- Q LA J ta Q F- 0 O i- < O C0 Z 0 5 o 0 .Q If:Qs (., m L Q J (e:yi L.) i_ • LJ_ o W Z i J Y ✓ to O W cv L u Z a 1— V a W1- F- oU LL u) u) a U) ' CO ' — vw (/) Liu Z J Cl- W 2 U LL N N I 121- as - i.L 0 Z ni Q : W • I ui < H Z U) Q)) U E 1— < >- ' I 0 E m Cl) O Q U U) >. w o a -- a) cn J N * ' 7:3 -TC C • (D- . p 0 U o Z NI U '� J o R >, J U) a) Q. Q vi a) o co n 0) iL O cw f .0 a) LLE c0 o a 'LT_ 2 E () ME a) 2.2 0 el ILLI O 1- J it SE Q L O Q L a) Y a) = C C 03 LLI N L �a) CZ L Ce p iL 0 (/) AGREEMENT FOR FIRE SPRINKLER/ STANDPIPE INSPECTION SERVICES THIS AGREEMENT, is made and entered into this aO day of uM-1- 2018, by and between the CITY OF CLERMONT, FLORIDA, a municipa corporation under the laws of the State of Florida whose address is: 685 W. Montrose Street, Clermont, Florida, (hereinafter referred to as "CITY"), and FIRE AND LIFE SAFETY AMERICA, INC., whose address is: 2280 Old Lake Mary Road, Sanford, FL 32771, (hereinafter referred to as "CONTRACTOR"). WHEREAS, the City of Clermont issue RFB 18-033 titled Fire Sprinkler / Standpipe Inspection; WHEREAS, CONTRACTOR submitted its response dated July 26, 2018 to RFB 18-033; WHEREAS, CITY desires to award a contract to CONTRACTOR in accordance with the terms and conditions of RFB 18-033 and CONTRACTOR's response thereto; WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: ARTICLE I — SCOPE OF WORK The CONTRACTOR shall perform quarterly and annual inspection of fire sprinkler/standpipe systems as described in CITY's RFB 18-033 and CONTRACTOR's July 26,2018 response thereto,which are expressly incorporated herein and made a part of the Agreement Documents hereto and shall do everything required by this Agreement and the Agreement Documents. Provided,however, that nothing herein shall require CITY to purchase or acquire any items or services from CONTRACTOR. ARTICLE II—THE CONTRACT SUM CITY shall pay CONTRACTOR,for the faithful performance of the Agreement as set forth in the Agreement Documents and the Unit Price Schedule an amount in accordance with the compensation schedule set forth in Exhibit "A", attached hereto and incorporated herein. ARTICLE IIl—TERM AND TERMINATION 1. This Agreement is to become effective upon execution by both parties,and shall remain in effect for a period of three (3) years thereafter, unless terminated or renewed as provided for herein. 2. Notwithstanding any other provision of this Agreement, CITY may, upon written notice to CONTRACTOR, terminate this Agreement if: a) without cause and for convenience upon thirty (30) days written notice to CONTRACTOR b) CONTRACTOR is adjudged to be bankrupt; c) 1 CONTRACTOR makes a general assignment for the benefit of its creditors; d) CONTRACTOR fails to comply with any of the conditions of provisions of this Agreement; or e) CONTRACTOR is experiencing a labor dispute, which threatens to have a substantial, adverse impact upon performance of this Agreement, without prejudice to any other right or remedy CITY may have under this Agreement. In the event of such termination, CITY shall be liable only for the payment of all unpaid charges, determined in accordance with the provisions of this Agreement, for work, properly performed and accepted prior to the effective date of termination. 3. Upon mutual Agreement of the parties, this Agreement may be renewed for three (3) additional one (l) year terms. Sixty(60) days prior to completion of each extended term of this Agreement, CONTRACTOR may request and the City may consider an adjustment to price based on changes in the Producer Price Index (PPI). ARTICLE IV —COMMENCEMENT AND COMPLETION OF WORK CITY shall authorize services to be provided hereunder by issuing a purchase order to CONTRACTOR. Prior to the issuance of a purchase order, CITY shall notify CONTRACTOR and CONTRACTOR shall, at its expense,within twenty-four 24 business hours of such notification pick-up the subject tires. ARTICLE V—PAYMENTS In accordance with the provisions fully set forth in the Contract Documents, CONTRACTOR shall submit an invoice to CITY upon completion of the services and delivery to CITY as set forth in the applicable purchase order. CITY shall make payment to the CONTRACTOR for all accepted and undisputed services provided, within thirty (30) calendar days of receipt of the invoice. ARTICLE VI—DISPUTE RESOLUTION - MEDIATION 1. Any claim, dispute or other matter in question arising out of or related to this Agreement shall be subject to mediation as a condition precedent to voluntary arbitration or the institution of legal or equitable proceedings by either party. 2. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and other matters in question between them by mediation. 3. The parties shall share the mediator's fee and any filing fees equally. The mediation shall be held in Clermont,Lake County,Florida,unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement Agreements in any court having jurisdiction thereof. 2 ARTICLE VII— INSURANCE AND INDEMNIFICATION RIDER 1. Worker's Compensation Insurance - The CONTRACTOR shall take out and maintain during the life of this Agreement Worker's Compensation Insurance for all his employees connected with the work of this Project and, in case any work is sublet, the CONTRACTOR shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the CONTRACTOR. Such insurance shall comply with the Florida Worker's Compensation Law. In case any class of employees engaged in hazardous work under this Agreement at the site of the Project is not protected under the Worker's Compensation statute,the CONTRACTOR shall provide adequate insurance, satisfactory to the CITY, for the protection of employees not otherwise protected. 2. CONTRACTOR's Public Liability and Property Damage Insurance - The Contactor shall take out and maintain during the life of this Agreement Comprehensive General Liability and Comprehensive Automobile Liability Insurance as shall protect it from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operating under this Agreement whether such operations are by itself or by anyone directly or indirectly employed by it, and the amount of such insurance shall be minimum limits as follows: (a) CONTRACTOR's Comprehensive General, $1,000,000 Each ($2,000,000 aggregate) Liability Coverages, Bodily Injury Occurrence, & Property Damage Combined Single Limit (b) Automobile Liability Coverages, $1,000,000 Each Bodily Injury& Property Damage Occurrence, Combined Single Limit (c) Excess Liability, Umbrella Form $2,000,000 Each Occurrence, Combined Single Limit Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage on an occurrence basis. 3. Indemnification Rider (a) To cover to the fullest extent permitted by law, the CONTRACTOR shall indemnify and hold harmless the CITY and its agents and employees from and against all claims, damages, losses and expenses, including but not limited to attorney's fees, arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss or expense ( . . . . _ . . . _ .• INITIAL (2) is caused in whole or in part by any negligent act or omission of the CONTRACTOR, any subcontractor, anyone directly or indirectly employed by any of them er—anyene-€er 3 ;, , : , . _ INITIAL • - • • - . Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right to obligation of indemnity which would otherwise exist as to any party or person described in this Article. (b) In any and all claims against the CITY or any of its agents or employees by any employee of the CONTRACTOR, any subcontractor, anyone INITIAL directly or indirectly employed by any of them s • . .. : - . - '. , -.. .• - '. • . , •. ._ under this Paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the CONTRACTOR or any subcontractor under workers'or workmen's compensation acts,disability benefit acts or other employee benefit acts. (c) The CONTRACTOR hereby acknowledges receipt of ten dollars and other good and valuable consideration from the CITY for the indemnification provided herein. ARTICLE VIII—NOTICES All notices shall be in writing and sent by United States mail, certified or registered, with return receipt requested and postage prepaid,or by nationally recognized overnight courier service to the address of the party set forth below. Any such notice shall be deemed given when received by the party to whom it is intended. CONTRACTOR: Fire and Life Safety America, Inc. 2280 Old Lake Mary Road Sanford, FL 32771 Attn: Michael Blankenship CITY: City of Clermont Attn: Darren Gray, City Manager 685 W. Montrose Street Clermont, FL 34711 ARTICLE IX—MISCELLANEOUS 1. Attorneys'Fees. In the event a suit or action is instituted to enforce or interpret any provision of this Agreement, the prevailing party shall be entitled to recover such sum as the Court may adjudge reasonable as attorneys' fees at trial or on any appeal, in addition to all other sums provided by law. 2. Waiver. The waiver by city of breach of any provision of this Agreement shall not be construed or operate as a waiver of any subsequent breach of such provision or 4 of such provision itself and shall in no way affect the enforcement of any other provisions of this Agreement. 3. Severability. If any provision of this Agreement or the application thereof to any person or circumstance is to any extent invalid or unenforceable, such provision, or part thereof, shall be deleted or modified in such a manner as to make the Agreement valid and enforceable under applicable law, the remainder of this Agreement and the application of such a provision to other persons or circumstances shall be unaffected, and this Agreement shall be valid and enforceable to the fullest extent permitted by applicable law. 4. Amendment. Except for as otherwise provided herein, this Agreement may not be modified or amended except by an Agreement in writing signed by both parties. 5. Entire Agreement. This Agreement including the documents incorporated by reference contains the entire understanding of the parties hereto and supersedes all prior and contemporaneous Agreements between the parties with respect to the performance of services by CONTRACTOR. 6. Assignment. Except in the event of merger, consolidation, or other change of control pursuant to the sale of all or substantially all of either party's assets, this Agreement is personal to the parties hereto and may not be assigned by CONTRACTOR, in whole or in part, without the prior written consent of city. 7. Venue. The parties agree that the sole and exclusive venue for any cause of action arising out of this Agreement shall be Lake County, Florida. 8. Applicable Law. This Agreement and any amendments hereto are executed and delivered in the State of Florida and shall be governed, interpreted, construed and enforced in accordance with the laws of the State of Florida. 9. Public Records. Contractor expressly understands records associated with this project are public records and agrees to comply with Florida's Public Records law, to include, to: (a) Keep and maintain public records that ordinarily and necessarily would be required by the CITY in order to perform the services contemplated herein. (b) Provide the public with access to public records on the same terms and conditions that the CITY would provide the records and at a cost that does not exceed the cost provided in this Florida's Public Records law or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. 5 (d) Meet all requirements for retaining public records and transfer, at no cost, to the CITY all public records in possession of CONTRACTOR upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. CONTRACTOR shall use reasonable efforts to provide all records stored electronically must be provided to the CITY in a format that is compatible with the information technology systems of the CITY. (e) IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTRACTOR SHALL CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS AT CITY CLERK'S OFFICE, (352) 241-7331. ARTICLE X—AGREEMENT DOCUMENTS The Agreement Documents, as listed below are herein made fully a part of this Agreement as if herein repeated. Document Precedence: 1. This Agreement 2. Purchase Order 3. All documents contained in City of Clermont RFB 18-033 and any amendments thereto. 4. CONTRACTOR's July 26, 2018 response to RFB 18-033. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this aSday of a-L4 U5 ' .2018. City ofle- 'ont Darr,�. t , ity Ma .ger Attest: .4_________ Tracy Ackroyd Howe, City Clerk 6 FIRE AND LIFE SAFETY AMERICA, INC. By: (Signature) &/,(90)) 16, (Name &Title Printed or Typed) -N OP A ; orpora • Secreta 1 (Name Printed or Typed) 7 EXHIBIT A City of Clermont Bid 18-033 SECTION —C PRICE SCHEDULE if,,, i• 1 ^l'4kr.?Gf t- .r. .w+t ..r %.'..';.- 5s14t ^ . l.nT_.N 4�w.-.:;..,:7:4;.',-,-.;,' / !.r ,r, . /: LN ' De1. tie/ ' ''', , Qt7 ;•t13tlt fice' = Eest �IC6" ' n. .'. .r,..,.c .C.rris .4,11x. f,;X;xg2l:;x4;A. ; llb0_,&-„N . .i"i'_l sytOG,, :. '':.,„,,:4:. Clermont City Hall 41. 1 Annual Inspection/Backflow Inspection 1 . 685 W. Montrose St. CC-\,0 C C)('.4;. C• C`s Clermont City Hall 2 Quarterly Inspection 3 „ 685 W. Montrose St. / L�,Lilt t. IN (.7(2' Clermont Police Department D lcY 3 Annual Inspection/Backflow Inspection 1 3600 S. Hwy. 27 3 D 5 tee' '?j`,) c: , 0 t Clermont Police Department -3*. 4 Quarterly Inspection 3 £ 3600 S. Hwy. 27 1 C. C L' LC , 6 L' Clermont Fire Department Administration -31 5 Annual Inspection/Backflow Inspection 1 �,�� 439 E. Hwy. 50 16 0 .e r 156. Clermont Fire Department Administration $1 6 Quarterly Inspection 3 439 E. Hwy. 50 1 Cl/, CC CI. (-4C Fire Station 1 �, .4.4 7 Annual Inspection/Backflow Inspection 1 r q c. ” I Q , 171 439 E. Hwy. 50 Fire Station 1 8 Quarterly Inspection 3 -Qaq�% , 439 E. Hwy. 50 1 6 C3 : C 3C'(}. Cf Q Fire Station 2 9 Annual Inspection/Backflow Inspection 1 Ito 2200 Hartwood Marsh Rd. 1 5(' . C o 16 Q , (, 6 Fire Station 2 10 Quarterly Inspection 3 2200 Hartwood Marsh Rd. i tt► 60 3 0 t . e 0 Fire Station 3 \ sli 11 Annual Inspection/Backflow Inspection 1 2155 Legends Way I Go, GC 1 0.. 6 I. Fire Station 3 ti S. 12 Quarterly Inspection 3 2155 Legends Way I or) 00 3t.O. (`O Fire Station 4 Al 13 Annual Inspection/Backflow Inspection 1 19L t',d e C} 13341 Hartle RoadCC C` RFB No: 18-033 Page 15 of 34 6/2512018 7:49 AM p.24 City of Clermont Hid 18-033 — _ — SECTION —C PRICE SCHEDULE 7 •r ;., • t'. s ' `,q 1 V s� i. T``r»/..'t: `Rt �7� ;I';'-`''JVII,i?. ycN ' � ' Ur c U SfJ1rv. .F�sl' t`i p$ � e�tkth-�ihrL,F. '14,kar?� 5 "iii.Lti:,i.�:'•T-:_t; 10 '.&,414'40 ` 1,0ax,hi.e4A[9„voice; ' i, nrls ;..t•.�..il,�fTYar Ai,�.�i J.Ztt+f .�',.v`�S2�lTi.�l�t: � at?N�r`�i:✓O�,a4'e�!�'1�;� ;�i:f�fl�:x Fire Station 4 14 Quarterly Inspection 3 $ 13341 Hartle Road j L% L""'e)L' . C E. 0 0 Historic Village Library Ali 15 Annual Inspection/Backflow Inspection 1 r 7t;1. �,�, 1 6C ( e 490 West Ave. Historic Village Library 5 ri 16 Quarterly Inspection 3 , 0 0: C' (1C 490 West Ave. ?j0 O . ' Highlander/Waterfront Pavilion 0"J , 17 Annual Inspection/Backflow Inspection 1 8 330 Third Street 5� 1 c7 (•L Highlander!Waterfront Pavilion 18 Quarterly Inspection 3 j , G 0 t a 330 Third Street .?.0 e. ('0 Lake Hiawatha 1A •-• DAA 19 Annual Inspection/Backflow Inspection 1 !� 450 Lake Minneola Shores Dr. tb \ 456(„tile I C-j 6. ee Lake Hiawatha 1ASp �, 20 Quarterly Inspection 3 SiD. La C ' 4-16.00 450 Lake Minneola Shores Dr Lake Hiawatha 1B — CYZ•\: 8 21 Annual Inspection/Backflow Inspection 1 �,\ 451 Lake Minneola Shores Dr. rot ` a O, �° Lake Hiawatha 1B 22 Quarterly Inspection 3 5C' , e.��ii I " 451 Lake Minneola Shores Dr. Environmental Services Administration 23 Annual Inspection/Backflow Inspection 1 3335 Hancock Rd. r Go, 60 i 5 Ci 0�+ Environmental Services Administration 24 Quarterly Inspection 3 3335 Hancock Rd. I 0 t,.L } '' 0 0. 0 O Clermont City Center .4U%._-.2144/5 i' 25 Annual Inspection/Backflow Inspection 1 IVESPOLj i. r bd 6 620 W. Montrose Street 15 r g t e O, + Clermont City Center 26 Quarterly Inspection 3 0 D 620 W. Montrose Street 0 e0 C'�' RFB No: 18-033 Page 16 of 34 6/25/2018 7:49 AM p.25 City of Clermont Bid 18-033 SECTION —C PRICE SCHEDULE • j•,(� >>h.. ?w'V �)i•- d • f L 1 /�y'a r� 11w�y5sl 1 A: e .� C ''7 tt .►j,�,. u < 1X +.+. ..� f. ' se 'llC'e -t,.., }�y �(gyp. i•;t � 4YBkgr1tTy «:. i j��")K_` sf.\1. . i A6sttr' &et/A44(• . . .J:<b'!{J:s�M:w.<GS�d6]�s:.'�F'�. ?{flail'' �.�LV.•, .n.. Arts&Recreation Center 27 Annual Inspection/Backflow Inspection 1 q l-j 03.21 d. G o, Civ 3700 S. Hwy. 50 Arts&Recreation Center , /O6'Uv 28 Quarterly Inspection 3C} 03700 S. Hwy. 50 ,Q 115. ( • ` �xYl2li�1Stau l StC'Y: ]p�,...4.,:r..r?,./?1! ,...h!.s..:u.✓.rX).^btr.^(., t,`..hr`r. t.7ttyi:Y.r....,v.s!h%S')f..r��ltir+n�.i�.✓r�i,7�i.%-,.fir +.Iw3l' • HOURLY LABOR RATES During Work Hours After Work Hours Weekends/Holidays 8:00 am to 5:00 pm 5:01 pm to 7:59 am 12:00 am to 11:59 Mon. —Fri. Mon. —Fri. pm Service Rate Per Hour /1 ger). t9 C) 5: 5, Co.' Emergency Service Call Additional Fee(if any) Price for replacement parts: Contractor's cost plus percentage amount: Price for 5-year valve inspection as per NFPA-25: $ G L^. (`e A C i1 Warranty of service: 1 A R- RFB No: 18-033 Page 17 of 34 6/25/2018 7:49 AM p 26 City of Clermont Bid 18-033 SECTION -C PRICE SCHEDULE By signing below, the respondent agrees to all terms, conditions, and specifications as stated in this solicitation,and is acting in an authorized capacity to execute this response. The respondent also certifies that it can and will • ovide and make available at a minimum,the items set forth in this solicitation. 4tr .'♦ Q, f• �'."� ^SY-7.v�353:' 7`i.L° t�'� t•t.-.coat/r.0 f .``. ,'t. `yv'�r• ,,P4^,-.=s,:-'' �l<,� t:f�f.'� iSS:!^L'`r' Company Name(print): /—Ji LE 44 L,lf''L 5S`=' 'T! AAlt; IQ1GA J ...AJC Street Address: a.? g' C 0 LJ) LA-'•� iiill4R y I . Mailing Address(if different): <,.,A A.) FrD fit) i E 2.-o.R l r4:13 I Telephone: 7' 7— 6v q gt— 1q ' 9 Fax: q c 7 — 6 $ q - - -A, q 3 Email: m b,o.,Ai K e_AS AN►F t�RItM L9(fA Payment Terms: % days,net , tl`M1 FEIN. 5i/ - I $'('3 ce Professional. License No.: Signature:7/44.„2:14,..1/5,A4%, Date: - Print Name: / Title: Does the respondent accept payment using the City's MASTERCARD? 0 Yes ❑ No END OF SECTION -C RFB No: 18-033 Page 18 of 34 6/25/2018 7:49 AM p.27 Messenger Wire Aapllcations Eyebolt Model Description TR-4A Used to attach one end of messenger wire to supporting structure.TR-4A Is steel construction. TR-4A-S Stainless steel construction used to attach and tension one end of messenger wire to supporting structure. Turnbuckle Model Description - TR-24 Used to attach and tension one end of messenger wire supporting structure. = '.i TR-24-S Stainless steel construction used to attach and ... TR-24 tension one end of messenger wire to supporting structure. Typical Class B Protectowire Installation using M500MB Monitor Module: ANY NUMBER OF UL LISTED CONTACT CLOSURE DEVICES MAY BE USED.DO NOT MIX FIRE ALARM INITIATING,SUPERVISORY,OR SECURITY DEVICES ON THE SAME MODULE. M500MB n n Protectowire 0 0 O i 1000 It.max. U 0 L COMMUNICATION 72-40C-MP n n Co�pef ` "1 9 ,se78 i ' (-) LINES MOISTURE PROOF Conductors `'•� 8 '� ENCLOSURE PROTEcr�E •-l,._ t:-',1 7 104678. (+) �/• 6 s/��p L . '� mi5 z,3 di 11 - WATERTGHr-OIL TIGHT I U EN PROOF CLOSURE ^ 0 O �� `� 4, J STRAIN CONNECTOR PROTECTOIMRRE COPPER CONDUCTORS 'lv`u U EL SR-502 U kg- IDC INSTALLATION WIRING SHALL NOT ALL WIRING SHOWN IS SUPERVISED AND POWER LIMITED EXCEED 40 OHMS. INSTALL CONTACT CLOSURE DEVICES PER MANUFACTURER'S INSTALLATION INSTRUCTIONS. C0173-00 System Sensor Sales and Service System Sensor Headquarters System Sensor Canada System Sensor in China System Sensor—Far East 3825 Ohio Avenue Ph:905.812.0767 Ph:86.29.524.6253 Ph:85.22.191.9003 System Sensor—India St.Charles,IL 60174 Fx:905.812.0771 Fx:86.29.524.6259 Fx:85.22.736.6580 Ph:91.124.637.1770 Ph:800/SENSOR2 System Sensor Europe System Sensor in Singapore System Sensor—Australia Fx:91.124.637.3118 Fx:630/377-6495 Ph:44.1403.276500 Ph:65.273.2230 Ph:613.54.281.142 Documents-on-Demand Fx:44.1403.276501 Fx:65.273.2610 Fx:613.54.281.172 800/736-7672 x3 www.systemsensor.com 02003 System Sensor.The company reserves the right to change product specifications without notice. A05-0288-000.6/03•p1045 Beam Clamp Assemblies Adhesive Cable Mount Model Description Model Description BC-2 The BC-2 Series Beam Clamp Assembly,consists of a EMS-A-CO Adhesive mounting system consists of EMS cable beam clamp,WAW clip and snap button.BC-2 utilizes mounts,PLT cable ties and approved industrial adhe- a plated steel clamp and is recommended for general sive.Constructed of black weather resistant nylon indoor use.This fastener may be used for mounting and suitable for outdoor use when used with approved Protectowire on cable trays,conveyors, angle irons, adhesive. I-beams,bar joists. L-Bracket BC-3P The BC-3P consists of a beam clamp,a Polypropylene Model Description WAW clip(type P) and snap button.These fasteners RMC-2 Plated steel brackets used for mounting Protectowire are suitable for outdoor use.This fastener may be used for mounting Protectowire on cable trays,con to the rim seals on floating roof tanks. veyors,angle irons,I-beams,bar joists. RMC-3 Stainless steel brackets used for mounting Protectowire to the rim seals on floating roof tanks. • r�s BC-3P RMC-2 Cable Tray Application Fasteners Pipe Mounting Application Fasteners Cable Tray Clip Pipe Straps Model Description Model Description CC-2N Will clamp to material from .06 to .16 of an inch PM-3A These double loop straps suitable for 3/4"to 2"pipe thick and is designed to attach to the cable tray side rails and secure the Protectowire in the recom- are made of black weather resistant nylon and may be used in temperatures ranging from—40°F(-40°C)to mended sine wave pattern. 185°F(85°C). CC-2W Will clamp to material ranging from .16 to .25 of an inch thick and is designed to attach to the cable PM-3B These double loop straps suitable for 2.5"to 3.5"pipe tray side rails and secure the Protectowire in the recommended sine wave pattern. are made of black weather resistant nylon and may be used in temperatures ranging from—40°F(-40°C)to CC-10N-S The CC-10 Series Clips,are particularly useful in 185°F(85°C). applications where excessive vibration may be encoun- tered.CC-10N-S will clamp to material from .06 to.16 PM-3C These 2 single loop straps suitable for 4"to 6"are of an inch thick. made of black weather resistant nylon and may be CC-10W-S Are particularly useful in applications where excessive used in temperatures ranging from—40°F(-40°C)to vibration may be encountered.CC-10W-S clamps to 185°F(85°C). material ranging from.16 to.25 of an inch thick. Spring Clip cz' Model Description -`': HPC-2 The HPC-2 containsn g �pping teeth that will accom- modate mounting surfaces such as cable trays, stor- age racks, and ceiling joists. PM-3C :.- HPC-2