Water Works: Water Pump Replacements

expired opportunity(Expired)
From: City of Manchester(City)
FY23-804-38

Basic Details

started - 18 Jan, 2023 (15 months ago)

Start Date

18 Jan, 2023 (15 months ago)
due - 02 Feb, 2023 (14 months ago)

Due Date

02 Feb, 2023 (14 months ago)
Bid Notification

Type

Bid Notification
FY23-804-38

Identifier

FY23-804-38
City of Manchester

Customer / Agency

City of Manchester
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Manchester Water Works – Lake Massabesic Water Treatment Plant Replacement of Low Service No. 1 and High Service No. 4 Finished Water Pumps, January 2023 1 MANCHESTER WATER WORKS 281 Lincoln Street Manchester, NH 03103 (603) 624-6494 FY23-804-38 REQUEST FOR BID FOR Lake Massabesic Water Treatment Plant Replacement of Low Service No. 1 and High Service No. 4 Finished Water Pumps Manchester Water Works, acting through its Board of Water Commissioners and in accordance with the provisions of Manchester NH Code of Ordinances Chapter 39: Procurement Code, inclusive, seeks bids from qualified firms to provide Lake Massabesic Water Treatment Plant Replacement of Low Service No. 1 and High Service No. 4 Finished Water Pumps. Sealed Bids will be received until 2:00 pm prevailing time on 2nd day of February, 2023. Late submissions will not be accepted. Interested companies may obtain copies of the Requests for Bid (RFB) documents from the city website:
href="http://www.manchesternh.gov/bids" target="_blank">www.manchesternh.gov/bids Questions regarding this request should be expressed in writing and directed to Mr. Jeremy D. Bouvier, PE, at jbouvier@manchesternh.gov. The Board of Water Commissioners reserves the right to waive any irregularities, reject any or all bids, and to accept the bid that appears to be in the best interest of Manchester Water Works. Failure to submit all information called for may be sufficient grounds for disqualification. Philip W. Croasdale Director, Manchester Water Works Manchester Water Works – Lake Massabesic Water Treatment Plant Replacement of Low Service No. 1 and High Service No. 4 Finished Water Pumps, January 2023 2 Manchester Water Works Lake Massabesic Water Treatment Plant Replacement of Low Service No. 1 and High Service No. 4 Finished Water Pumps Contents: Page General Information .................................................................... 3 1. Overview ............................................................................... 8 2. Indemnification & Insurance Requirements ....................................... 8 3. Schedule ................................................................................ 10 4. Non Price BID .................................................................... 10 5. Price BID ......................................................................... 11 6. Selection Criteria ..................................................................... 12 CERTIFICATE OF NON-COLLUSION ............................................. 14 LABOR HARMONY AND OSHA TRAINING CERTIFICATION ............ 15 PRICE BID FORM ................................................................. 16 CONTRACT .............................................................................. 17 1. Section 013300 “Submittal Procedures”: Requirements for submittals. 2. Section 016000 “Product Requirements” for transporting, handling, storing, and protecting products requirements. 3. Section 017700 “Closeout Procedures.” 4. Section 017823 “Operation and Maintenance Data.” 5. Section 099010 “Shop Priming” for priming in shop fabrication. 6. Section 099100 “Painting” for field painting. 7. Section 462426.15 “Vertical Turbine Short-Set Pumps” 8. Appendix A – selected existing facility drawings 9. Appendix B – existing pump and motor shop drawings Manchester Water Works – Lake Massabesic Water Treatment Plant Replacement of Low Service No. 1 and High Service No. 4 Finished Water Pumps, January 2023 3 REQUEST FOR BID GENERAL INFORMATION: 1. Bids will be received by the Manchester Water Works at the place and until the time specified in the Request for Bid. NO BID WILL BE ACCEPTED AFTER TIME AND DATE SPECIFIED. 2. The following meanings are attached to the defined words when used in this document: a. The word "Respondent" means the person, firm, or corporation submitting a bid on these specifications or any part thereof. b. The word "Contractor" means the person, firm, or corporation with whom the Contract is being made by carrying out the provisions of the Sealed Bid and the Contract. 3. Strict compliance with the requirements of the Request for Bid, terms and conditions, and the specifications is necessary. All designations and prices shall be fully and clearly set forth. All blank spaces must be filled in. 4. Each Bid must give the full business address of Respondent and be signed by an authorized signature with their usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the state of incorporation and by the signature and title of president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A Bid by a person who affixes to their signature the word "president", "secretary", "agent", or other title without disclosing their principal may be held to be the bid of the individual signing. When requested by the Manchester Water Works, satisfactory evidence of the authority of the officer signing on behalf of the corporation shall be furnished. 5. Sealed Bids will be received at the Manchester Water Works office, 281 Lincoln Street, Manchester, New Hampshire, before or at 2 pm prevailing time of the 2nd day of February, 2023; no exceptions will be made, where they will publicly opened and read aloud. Emailed submissions will not be accepted. All Bids must be in a sealed package, addressed to Manchester Water Works and clearly marked “Manchester Water Works Lake Massabesic Water Treatment Plant Replacement of Low Service No. 1 and High Service No. 4 Finished Water Pumps” PLEASE NOTE: MANCHESTER WATER WORKS IS NOT RESPONSIBLE FOR BIDS NOT PROPERLY MARKED. Manchester Water Works – Lake Massabesic Water Treatment Plant Replacement of Low Service No. 1 and High Service No. 4 Finished Water Pumps, January 2023 4 All bids shall include the following: A BID FOR LAKE MASSABESIC WATER TREATMENT PLANT REPLACEMENT OF LOW SERVICE NO. 1 AND HIGH SERVICE NO. 4 FINISHED WATER PUMPS. THREE (3) copies of the sealed Bid are required. There will be no pre-bid meeting. Site visits to inspect existing conditions may be arranged if coordinated in advance by contacting Mr. Jeremy D. Bouvier, PE, at jbouvier@manchesternh.gov. Manchester Water Works, acting through Board of Water Commissioners, intends to award a contract to a responsible and responsive contractor, whose Bid has been deemed to be the most advantageous for the Water Works Department, taking into consideration price and the evaluation criteria set forth in the RFB, provided, however, that such Bid shall be in full compliance with all applicable requirements of federal, state and local laws, including Manchester NH Code of Ordinances Chapter 39: Procurement Code. An award of a contract pursuant to this RFB will require a favorable vote of the Manchester Board of Water Commissioners. 6. No oral interpretations will be made to any Respondent as to the meaning of the specifications or terms and conditions of this Request for Bid. Every request for such interpretation or request for a change in the specifications or terms and conditions shall be made in writing to Mr. Jeremy D. Bouvier, PE, at jbouvier@manchesternh.gov and shall be done so five (5) or more working days before the response due date. Every interpretation made to a Respondent will be in the form of an addendum to the Request for Bid, which, if issued, will be posted promptly as practicable on the City of Manchester Purchasing website: http://www.manchesternh.gov/bids All such addenda shall become a part of the Request for Bid. 7. Bids that are incomplete, not properly endorsed or signed, or otherwise contrary to these instructions may be rejected as informal by the Board of Water Commissioners. The Bid must be filled out completely and accurately. Please explain in detail any exceptions or deviations taken on this Request for Bid. Separate pages may be used if required. 8. Conditional Bids will not be accepted. Any exclusions must be in writing to Mr. Jeremy D. Bouvier, PE, at jbouvier@manchesternh.gov, shall be done so five (5) or more working days before the response due date, and require approval. 9. As Manchester Water Works is exempt from the payment of federal excise taxes, all prices quoted herein are not to include these taxes. Manchester Water Works – Lake Massabesic Water Treatment Plant Replacement of Low Service No. 1 and High Service No. 4 Finished Water Pumps, January 2023 5 10. All prices and delivery times quoted must be firm, FOB destination, City of Manchester, New Hampshire, unless otherwise indicated by Manchester Water Works. 11. Bids should include all charges for mobilization, delivery, packing, crating, containers, etc. Unless otherwise stated by the Respondent, Bids will be considered as being based on delivery to the destination designated, including any and all freight and packing charges. 12. Unless otherwise stated by the Respondent, the Bid will be considered as being in strict accordance with the specifications outlined in this Request for Bid. References to a particular trade name, manufacturer's catalogue, or model number, are made for descriptive purposes to guide the Respondent in interpreting the requirements of Manchester Water Works. They should not be construed as excluding Bids on other types of materials, equipment and supplies. However, the Respondent, if awarded a Contract, will be required to furnish the particular item referred to in the specifications or descriptions unless a departure or substitution is clearly noted and described in the Bid. 13. Manchester Water Works reserves the right to postpone the delivery date to allow for any change in operating conditions or for any other cause not now foreseen. In the event Manchester Water Works elects to exercise this right, all prices quoted pursuant to this Request for Bid will remain firm for one year from date of Bid, and Manchester Water Works shall incur no additional obligation to the Contractor on account of any delay of delivery date ordered. 14. The Respondent must certify that no official or employee of Manchester Water Works or State of New Hampshire has a pecuniary interest in the Bid or in the Contract that the Respondent offers to execute or in the expected profits to arise there from, and that this Bid is made in good faith without fraud or collusion or connection with any other person submitting a Bid. Respondent must sign the Non-Collusion form included in this RFB. 15. Bids may be withdrawn upon written or electronic request received from Respondents prior to the time affixed for opening. Negligence on the part of the Respondent in preparing the Bid confers no right for the withdrawal of the Bid after it has been opened. 16. The Board of Water Commissioners reserves the right to waive any informality in Bids, to reject any and all Bids wholly or in part, and to make awards in a manner deemed in the best interest of Manchester Water Works. 17. After the Bids are evaluated, Manchester Water Works reserves the right to conduct interviews of short-listed Respondents or to directly select the top ranked firm presenting the most advantageous offering to Manchester Water Works. In addition, Manchester Water Works reserves the right to written or verbal negotiations with one or more parties who have submitted Manchester Water Works – Lake Massabesic Water Treatment Plant Replacement of Low Service No. 1 and High Service No. 4 Finished Water Pumps, January 2023 6 Bids. Such negotiations are designed to achieve terms and conditions most favorable to Manchester Water Works. 18. The Contract Agreement will be in the form customarily employed by Manchester Water Works and will incorporate the Request for Bid with terms & conditions. A copy of the Contract Agreement is attached hereto. 19. The Respondent, if awarded an order or contract, agrees to protect, defend and hold The City of Manchester, Manchester Water Works, MWW’s officers, director, partners, employees and agents harmless against any demand for the use of any patented material, process, article or device that may enter into the manufacture, construction or form a part of the work covered by either order or contract. 20. The Respondent, if awarded an order or contract, agrees to defend, indemnify, and hold harmless The City of Manchester, Manchester Water Works, MWW’s officers, directors, partners, employees and agents from all damages to life and property arising out of the performance of this Contract due to the Respondents negligence, that of his employees, subcontractors, etc., or due to the negligence of Manchester Water Works, its employees, representatives, agents, etc. METHOD OF PAYMENT: 21. Payments: Payment shall be made within 45 days of delivery and acceptance of contracted item(s) or upon receipt of a verified claim for payment, whichever is later. Payment will only be made for work, or material, that has been completed or received. All invoices are to be e-mailed to waterworksap@manchesternh.gov for timely processing. If discounts are offered for early payment, payment must be allowed utilizing a City p-card (credit card) with no additional service charges incurred. 22. The Respondent, if awarded an order or contract, agrees to provide Manchester Water Works proof of Federal Identification Number (IRS Code Section 6723). Acceptable forms of documentation are; a copy of a federal tax depository ticket, copy of IRS label showing name and Federal ID Number, IRS letter of taxpayer Identification Number assigned, other correspondence from the IRS with both individual/business name and Federal Identification or stationery/bills with Federal ID Number (and firm name and address) PREPRINTED on it. Any impertinent information may be blackened out before sending to the City. Copies of tax returns must show taxpayer section and signature. 23. Any Respondent who receives an order or orders resulting from this invitation agrees to submit a Safety Data Sheet (SDS) for each toxic or hazardous substance or mixture containing such substance pursuant to RSA 277-A when deliveries are made. The vendor agrees to deliver all containers properly labeled pursuant to RSA 277-A. Failure to submit an SDS and/or label on each Manchester Water Works – Lake Massabesic Water Treatment Plant Replacement of Low Service No. 1 and High Service No. 4 Finished Water Pumps, January 2023 7 container will place the vendor in noncompliance with the purchase order. Failure to submit SDS and/or labels on each container may result in civil or criminal penalties, including Bid debarment and action to prevent the vendors furnishing substances or mixtures. Respondents are cautioned to obtain and read the law referenced above. Manchester Water Works – Lake Massabesic Water Treatment Plant Replacement of Low Service No. 1 and High Service No. 4 Finished Water Pumps, January 2023 8 OVERVIEW 1. OVERVIEW Manchester Water Works is seeking a Contractor to furnish pumping equipment to replace the Lake Massabesic Water Treatment Plant’s Low Service No. 1 and High Service No. 4 finished water pumps, and provide related services as specified herein and in the attached documents, which include: 1. Section 013300 “Submittal Procedures”: Requirements for submittals. 2. Section 016000 “Product Requirements” for transporting, handling, storing, and protecting products requirements. 3. Section 017700 “Closeout Procedures.” 4. Section 017823 “Operation and Maintenance Data.” 5. Section 099010 “Shop Priming” for priming in shop fabrication. 6. Section 099100 “Painting” for field painting. 7. Section 462426.15 “Vertical Turbine Short-Set Pumps” 8. Appendix A – selected existing facility drawings 9. Appendix B – existing pump and motor shop drawings 2. INDEMNIFICATION AND INSURANCE REQUIREMENTS In consideration of the utilization of Respondent’s services by the City of Manchester, Manchester Water Works (MWW) and other valuable consideration, the receipt of which is hereby acknowledged, Respondent agrees that all persons furnished by Respondent shall be considered the Respondent’s employees or agents and that Respondent shall be responsible for payment of all unemployment, social security and other payroll taxes including contributions from them when required by law. Respondent shall indemnify MWW from Claims caused by Respondent’s negligence To the fullest extent permitted by law, Respondent shall indemnify and hold harmless The City of Manchester, MWW, MWW’s officers, directors, partners, employees and agents from and against any and all claims, costs, losses and damages (including but not limited to all fees and charges of engineers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs) caused solely by the negligent acts or omissions of Respondent or Respondent’s officers, directors, partners, employees, agents and Respondent’s Consultants in the performance and furnishing of Respondent’s services under this Agreement. MWW shall indemnify Respondent from Claims caused by MWW’s negligence To the fullest extent permitted by law, MWW shall indemnify and hold harmless Respondent, Respondent’s officers, directors, partners, employees and agents from and against any and all claims, costs, losses and damages (including but not limited to all fees and charges of engineers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs) caused solely by the negligent acts or omissions of The City of Manchester, MWW or Manchester Water Works – Lake Massabesic Water Treatment Plant Replacement of Low Service No. 1 and High Service No. 4 Finished Water Pumps, January 2023 9 MWW’s officers, directors, partners, employees, agents and MWW’s Consultants with respect to this Agreement or the Project. Respondent agrees to maintain in full force and effect: A. Comprehensive General Liability insurance written on occurrence form, including completed operations coverage, personal injury liability coverage, broad form property damage liability coverage and contractual liability coverage insuring the agreements contained herein. The minimum limits of liability carried on such insurance shall be $1,000,000 each occurrence and, where applicable, in the aggregate combined single limit for bodily injury and property damage liability; $1,000,000 annual aggregate personal injury liability. B. Automobile liability insurance for owned, non-owned and hired vehicles. The minimum limit of liability carried on such insurance shall be $1,000,000 each accident, combined single limit for bodily injury and property damage. C. Worker’s Compensation insurance whether or not required by the New Hampshire Revised Statutes as amended, with statutory coverage and including employer’s liability insurance with limits of liability of at least $100,000 for each accidental injury and, with respect to bodily injury by disease, $100,000 each employee and $500,0000 per policy year. D. Any and all deductibles on the above described insurance policies shall be assumed by and be for the account of, and at the sole risk of Respondent. E. Insurance companies utilized must be admitted to do business in New Hampshire or be on the Insurance Commissioner’s list of approved non-admitted companies and shall have a rating (A) or better in the current edition of Best’s Key Rating Guide. F. Respondent agrees to furnish certificate(s) of the above mentioned insurance to MWW within fourteen (14) days from the date of this agreement and, with respect to the renewals of the current insurance policies, at least thirty (30) days in advance of each renewal date. Such certificates shall, with respect to comprehensive general liability and auto liability insurance, name the City of Manchester and the Manchester Water Works as additional insured (except worker’s compensation) and, with respect to all policies shall state that in the event of cancellation or material change, written notice shall be given to Manchester Water Works, 281 Lincoln Street, Manchester, NH 03103, at least thirty (30) days in advance of such cancellation or change. G. The purchase of the insurance required or the furnishing of the aforesaid certificate shall not be a satisfaction of Respondent’s liability hereunder or in any way modify the Respondent’s indemnification responsibilities to the City of Manchester and Manchester Water Works. 3. SCHEDULE The schedule for assignment will be determined at the sole discretion of the Manchester Water Works. The anticipated schedule is as follows: a) Bid receipt February 2, 2023 Manchester Water Works – Lake Massabesic Water Treatment Plant Replacement of Low Service No. 1 and High Service No. 4 Finished Water Pumps, January 2023 10 b) Contract award February 9, 2023 c) Shop drawing receipt by Owner from Contractor February 23, 2023 d) Review comments issued on shop drawings March 2, 2023 e) Delivery of Low Service Pump No. 1 July 20, 2023 f) Delivery of High Service Pump No. 4 October 26, 2023 4. BID Contents of the Bid must include written responses to the requirements of this RFB in the order of the section headings listed below: A. Letter of Interest/Summary (3 page maximum) B. Experience and Qualifications C. Capability of Firm D. Management Approach and Staff Qualifications E. Detailed Scope of Work and Schedule F. Experience with National, Regional and Local Projects G. References H. Other Requirements A. Letter of Interest/Summary This section should highlight examples of similar project as described in Section 1 of this RFB, which have been provided by Respondent for other water utilities. B. Experience and Qualifications Provide experience with implementation and execution of successful projects scopes similar to Section 1 of this RFB. C. Capability of Firm This section should highlight firm history, years in business, size, and experience on comparable services for municipal clients. In addition, provide in-house summary of equipment, personnel and total assets available for execution of the scope of work outlined in the document. Special certifications or recognition of quality assurance management should be provided. If respondent is a consortium, the response must include a clear outline of which firm is responsible for delivering each task as specified in the RFB. D. Project Management Approach with Staff Qualifications/Experience This section shall include a description of the firm’s Team and anticipated sub-professionals, if needed. The firm should describe its team’s overall capability to meet its commitment to successfully undertake the specified work. Names, resumes and professional certifications held by key personnel should be provided along with their respective roles and related experiences. Supervisory personnel as well as one staff member that will serve as Project Manager and work with the Manchester Water Works on the day-to-day management of the project, shall be assigned Manchester Water Works – Lake Massabesic Water Treatment Plant Replacement of Low Service No. 1 and High Service No. 4 Finished Water Pumps, January 2023 11 and identified. This section shall also clearly address the ability of the firm to respond to the Manchester Water Works in a timely manner. E. Detailed Scope of Work and Maintenance Schedule Provide a detailed schedule with timeline and methods for pre-meeting, project start and mobilization. If respondent is a consortium or utilizing subcontractors, the respondent must identify which firms are delivering and managing each service and task provided for the duration of the agreement. F. Experience on a National, Regional and Local Level This section should include a summary of similar projects nationally and regionally (NY, NH, VT, ME, MA, CT, RI) and highlight a minimum of five (5) similar projects conducted within the past five (5) years that reflect the firm’s experience with comparable services for municipal clients in New England. If applicable, describe services previously provided to the Manchester Water Works. If respondent is a consortium or utilizing subcontractors, the respondent must identify the experience of each firm by project. G. References The firm shall provide the name, title and telephone number of a minimum of five (5) persons, who can substantiate the firm's summary of its qualifications and performance on similar contracts. References should be from recent projects of similar in size, scope and location. If respondent is a consortium or utilizing subcontractors, the respondent must identify by reference which firm’s project is being referenced. H. Other Requirements a. Completed and signed forms (included in RFB): non-collusion certification form, & OSHA training certification. b. Address the ability of the firm to obtain insurance required by Manchester Water Works, if selected. c. Provide any documentation that support firm’s ability to provide quality work safely. Any additional information considered relevant by the firm, but does not apply to the categories listed, can be added after the required headings. 5. PRICE BID Include the completed price bid form as provided in the RFB. Manchester Water Works – Lake Massabesic Water Treatment Plant Replacement of Low Service No. 1 and High Service No. 4 Finished Water Pumps, January 2023 12 6. SELECTION CRITERIA The selection of the firm will be made based on the criteria set forth in this RFB. After the Non- Price Bids are evaluated, the Manchester Water Works reserves the right to conduct interviews of short-listed firms or to directly select the top ranked firm. The Board of Water Commissioners reserves the right to waive any informality in bids, to reject any and all bids wholly or in part, and to make awards in a manner deemed in the best interest of Manchester Water Works. Bids will be evaluated for the following categories: 1. Experience and Qualifications 2. Capability of Firm to Deliver a. Management Approach and Staff Qualifications i. Experience, Talent, Knowledge and Ability b. Scope of Work and Schedule 3. Experience with Similar Projects a. Experience in National, Regional and Local Projects & References 4. Completion of Documentation Manchester Water Works designated personnel will conduct the evaluation and ranking of the Bids. The selection of the firm will be based on the following comparative criteria: Category 1: Experience and Qualifications 1. Number of years in business conducting similar projects. 2. Number of similar projects completed within the past 10 years. Category 2: Capability of Firm to Deliver 1. Experience of project Supervisor and Staff on projects similar in size and value. 2. Single Source Responsibility and Delivery 3. Scope of Work and Maintenance Schedule. Provided detailed schedule with 1. Service timeline, 2. Start and completion dates, 3. Inspections, 4. Safe Work Plans Category 3: Experience with Similar Projects 1. Experience in National, Regional and Local Projects 2. Quality of References Manchester Water Works – Lake Massabesic Water Treatment Plant Replacement of Low Service No. 1 and High Service No. 4 Finished Water Pumps, January 2023 13 Category 4: Completion of Other Required Documentation 1. Completion of required documents. Manchester Water Works shall award the contract to the most advantageous bid from a responsible and responsive offer or taking into consideration the evaluation criteria set forth in this RFB and price; provided, however, that such bid shall be in full compliance with all applicable requirements of federal, state and local laws, including the provisions of Manchester NH Code of Ordinances Chapter 39: Procurement Code, inclusive. Manchester Water Works – Lake Massabesic Water Treatment Plant Replacement of Low Service No. 1 and High Service No. 4 Finished Water Pumps, January 2023 14 CERTIFICATE OF NON-COLLUSION The undersigned certifies under penalties of perjury that this Bid has been made and submitted in good faith and without collusion or fraud with any other person. As used in this certification, the word “person” shall mean any natural person, business, partnership, corporation, union, committee, club, or other organization, entity or group of individuals. Signature of individual submitting bid Print or Type Name and Title of individual submitting bid Name of Business Date Manchester Water Works – Lake Massabesic Water Treatment Plant Replacement of Low Service No. 1 and High Service No. 4 Finished Water Pumps, January 2023 15 LABOR HARMONY AND OSHA TRAINING CERTIFICATION The undersigned certifies under penalties of perjury: (1) that he can furnish labor that can work in harmony with all other elements of labor employed or to be employed in the work; (2) that all employees to be employed at the worksite will have completed a course in construction safety, and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in the documentation of successful completion of said course with the first certified payroll report for each employee; and (3) that all employees to be employed in work subject to this bid have completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration. Signature of individual submitting bid Print or Type Name and Title of individual submitting bid Name of Business Date Manchester Water Works – Lake Massabesic Water Treatment Plant Replacement of Low Service No. 1 and High Service No. 4 Finished Water Pumps, January 2023 16 MANCHESTER WATER WORKS 281 Lincoln Street Manchester, NH 03103 (603) 624-6494 REQUEST FOR BIDS FOR Lake Massabesic Water Treatment Plant Replacement of Low Service No. 1 and High Service No. 4 Finished Water Pumps PRICE BID FORM The Contractor agrees to furnish all materials, equipment, superintendence, inspection, labor, insurance, and other accessories and services necessary to complete the specified work in accordance with the REQUEST FOR BID on or before June 22, 2023 for Low Service Pump No. 1 and September 28, 2023 for High Service Pump No. 4, for the not-to-exceed fee of: 1. Lake Massabesic Water Treatment Plant Replacement of Low Service No. 1 and High Service No. 4 Finished Water Pumps: $__________________________________ IN DOLLARS Respondent: __________________________________________ (Name of Business) Signature of individual submitting bid Print or Type Name and Title of individual submitting bid Address Date Manchester Water Works – Lake Massabesic Water Treatment Plant Replacement of Low Service No. 1 and High Service No. 4 Finished Water Pumps, January 2023 17 2. CONTRACT Manchester Water Works 281 Lincoln Street Manchester, NH 03103 THIS AGREEMENT, made this __________ day of __________, 2023, by and between Manchester Water Works, hereinafter called the “OWNER”, acting herein through its Director, Philip W. Croasdale and _________________________________________________________ (Name of Corporation or Partnership or Individual) Doing business at ________________________ of ______________________________ County of _________________________ and State of ________________________, herein after called “CONTRACTOR”. WITNESSETH: That for and in consideration of payments and agreements hereinafter mentioned, the Contractor agrees with Owner to furnish services described as follows: Lake Massabesic Water Treatment Plant Replacement of Low Service No. 1 and High Service No. 4 Finished Water Pumps The Contractor agrees to furnish all materials, equipment, superintendence, inspection, labor, insurance, warranty and other accessories and services necessary to complete the said work in accordance with the Request for Bid on or before June 22, 2023 for Low Service Pump No. 1 and September 28, 2023 for High Service Pump No. 4, for the not-to-exceed fee of: $ ___________________________________________ in dollars ______________________________ By: ______________________________ Witness Director, Manchester Water Works ______________________________ By: ______________________________ Witness Authorized Representative ______________________________ ______________________________ Witness Title ______________________________ ______________________________ Witness _______________________________ Address © 2023 CDM Smith 19870-230923 All Rights Reserved January 2023 Lake Massabesic Water Treatment Plant Submittal Procedures Finished Water Pump Rehabilitation 013300 - 1 Manchester, New Hampshire Issued for Bid SECTION 013300 - SUBMITTAL PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Submittal schedule requirements. 2. Administrative and procedural requirements for submittals. B. Related Requirements: 1. Section 012900 "Payment Procedures" for submitting Applications for Payment and the schedule of values. 2. Section 013100 "Project Management and Coordination" for submitting coordination drawings and subcontract list and for requirements for web-based Project software. 3. Section 013200 "Construction Progress Documentation" for submitting schedules and reports, including Contractor's construction schedule. 4. Section 013233 "Photographic Documentation" for submitting preconstruction photographs, periodic construction photographs, and Final Completion construction photographs. 5. Section 014000 "Quality Requirements" for submitting test and inspection reports, and schedule of tests and inspections. 6. Section 017700 "Closeout Procedures" for submitting closeout submittals and maintenance material submittals. 7. Section 017823 "Operation and Maintenance Data" for submitting operation and maintenance manuals. 8. Section 017839 "Project Record Documents" for submitting record Drawings, record Specifications, and record Product Data. 9. Section 017900 "Demonstration and Training" for submitting video recordings of demonstration of equipment and training of Owner's personnel. 1.3 DEFINITIONS A. Action Submittals: Written and graphic information and physical samples that require Engineer's responsive action. Action submittals are those submittals indicated in individual Specification Sections as "action submittals." B. Informational Submittals: Written and graphic information and physical samples that do not require Engineer's responsive action. Submittals may be rejected for not complying with © 2023 CDM Smith 19870-230923 All Rights Reserved January 2023 Lake Massabesic Water Treatment Plant Submittal Procedures Finished Water Pump Rehabilitation 013300 - 2 Manchester, New Hampshire Issued for Bid requirements. Informational submittals are those submittals indicated in individual Specification Sections as "informational submittals." C. Mass Submittals: Six or more submittals or items in one day or 15 or more submittals or items in one week. 1.4 SUBMITTAL SCHEDULE A. Submittal Schedule: Submit, as an action submittal, a list of submittals, arranged in chronological order by dates required by construction schedule. Include time required for review, ordering, manufacturing, fabrication, and delivery when establishing dates. Include additional time required for making corrections or revisions to submittals noted by Engineer and additional time for handling and reviewing submittals required by those corrections. 1. Coordinate submittal schedule with list of subcontracts, the schedule of values, and Contractor's construction schedule. 2. Initial Submittal Schedule: Submit concurrently with startup construction schedule. Include submittals required during the first 60 days of construction. List those submittals required to maintain orderly progress of the Work and those required early because of long lead time for manufacture or fabrication. 3. Final Submittal Schedule: Submit concurrently with the first complete submittal of Contractor's construction schedule. a. Submit revised submittal schedule as required to reflect changes in current status and timing for submittals. 4. Format: Arrange the following information in a tabular format: a. Scheduled date for first submittal. b. Specification Section number and title. c. Submittal Category: Action; informational. d. Name of subcontractor. e. Description of the Work covered. f. Scheduled date for Engineer's final release or approval. g. Scheduled dates for purchasing. h. Scheduled date of fabrication. i. Scheduled dates for installation. j. Activity or event number. 1.5 SUBMITTAL FORMATS A. Numbering System: Utilize the following example submittal identification numbering system to identify submittals and as file names for PDF submissions: 1. First Identifier - Alphabet Character: D, S, M or I which represents Shop Drawing (including working drawings and product data), Sample, Manual (Operating & Maintenance) or Informational, respectively. 2. Second Identifier - Next 6 or 8 Digits: Applicable Specification Section Number. Do not mix submittals from different specification sections into a single submittal. © 2023 CDM Smith 19870-230923 All Rights Reserved January 2023 Lake Massabesic Water Treatment Plant Submittal Procedures Finished Water Pump Rehabilitation 013300 - 3 Manchester, New Hampshire Issued for Bid 3. Third Identifier - Next Three Digits: Sequential number of each separate item or drawing submitted under each Specification Section, in chronological order submitted, starting at 001. 4. Fourth Identifier - Last Alphabet Character: A to Z, indicating the submission (or resubmission) of the same submittal, i.e., "A" = 1st submission, "B" = 2nd submission, "C" = 3rd submission, etc. 5. EXAMPLE: D-033000.13-008-B. a. D = Shop Drawing. b. 033000.13 = Section; use only 6 digits for sections that do not include 8 digits. c. 008 = the eighth different submittal under this Section. d. B = the second submission (first resubmission) of that particular shop drawing. B. Submittal Information: Include the following information in each submittal: 1. Project name. 2. Date. 3. Name of Engineer. 4. Name of Contractor. 5. Name of firm or entity that prepared submittal. 6. Names of subcontractor, manufacturer, and supplier. 7. Unique submittal number, including revision identifier. Include Specification Section number with sequential alphanumeric identifier and alphanumeric suffix for resubmittals. 8. Category and type of submittal. 9. Submittal purpose and description. 10. Number and title of Specification Section, with paragraph number and generic name for each of multiple items. 11. Drawing number and detail references, as appropriate. 12. Indication of full or partial submittal. 13. Location(s) where product is to be installed, as appropriate. 14. Other necessary identification. 15. Remarks. 16. Signature of transmitter. C. Options: Identify options requiring selection by Engineer. D. Deviations and Additional Information: On each submittal, clearly indicate deviations from requirements in the Contract Documents, including minor variations and limitations; include relevant additional information and revisions, other than those requested by Engineer on previous submittals. Indicate by highlighting on each submittal or noting on attached separate sheet. E. Paper Submittals: 1. Place a permanent label or title block on each submittal item for identification; include name of firm or entity that prepared submittal. 2. Provide a space approximately 6 by 8 inches on label or beside title block to record Contractor's review and approval markings and action taken by Engineer. 3. Action Submittals: Submit three paper copies of each submittal unless otherwise indicated. Engineer will return one copy. © 2023 CDM Smith 19870-230923 All Rights Reserved January 2023 Lake Massabesic Water Treatment Plant Submittal Procedures Finished Water Pump Rehabilitation 013300 - 4 Manchester, New Hampshire Issued for Bid 4. Informational Submittals: Submit two paper copies of each submittal unless otherwise indicated. Engineer will not return copies. 5. Additional Copies: Unless additional copies are required for final submittal, and unless Engineer observes noncompliance with provisions in the Contract Documents, initial submittal may serve as final submittal. 6. Transmittal for Submittals: Assemble each submittal individually and appropriately for transmittal and handling. Transmit each submittal using Contractor’s transmittal form. F. Electronic Submittals: Prepare submittals as PDF package, incorporating complete information into each PDF file. Name PDF file with submittal number. G. Submittals Utilizing Web-Based Project Software: Prepare submittals as PDF files or other format indicated by Project management software. 1.6 SUBMITTAL PROCEDURES A. Prepare and submit submittals required by individual Specification Sections. Types of submittals are indicated in individual Specification Sections. 1. Email: Prepare submittals as PDF package and transmit to Engineer by sending via email. Include PDF transmittal form. Include information in email subject line as requested by Engineer. a. Engineer will return annotated file. Annotate and retain one copy of file as a digital Project Record Document file. 2. Web-Based Project Management Software: Prepare submittals in PDF form, and upload to web-based Project management software website. Enter required data in web-based software site to fully identify submittal. 3. Paper: Prepare submittals in paper form and deliver to Engineer. B. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. 2. Submit all submittal items required for each Specification Section concurrently unless partial submittals for portions of the Work are indicated on approved submittal schedule. 3. Submit action submittals and informational submittals required by the same Specification Section as separate packages under separate transmittals. 4. Coordinate transmittal of submittals for related parts of the Work specified in different Sections, so processing will not be delayed because of need to review submittals concurrently for coordination. a. Engineer reserves the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. C. Processing Time: Allow time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Engineer's receipt of submittal. No extension of the © 2023 CDM Smith 19870-230923 All Rights Reserved January 2023 Lake Massabesic Water Treatment Plant Submittal Procedures Finished Water Pump Rehabilitation 013300 - 5 Manchester, New Hampshire Issued for Bid Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit processing, including resubmittals. 1. Initial Review: Allow 30 days for initial review of each submittal (and 45 days for multi- discipline reviews). Allow additional time if coordination with subsequent submittals is required. Engineer will advise Contractor when a submittal being processed must be delayed for coordination. 2. Intermediate Review: If intermediate submittal is necessary, process it in same manner as initial submittal. 3. Resubmittal Review: Allow 15 days for review of each resubmittal. 4. Sequential Review: Where sequential review of submittals by Engineer's consultants, Owner, or other parties is indicated, allow 21 days for initial review of each submittal. a. Outdoor signage submittal shall be submitted for review by Owner, Engineer, and Town of Hooksett. 5. Concurrent Consultant Review: Where the Contract Documents indicate that submittals may be transmitted simultaneously to Engineer and to Engineer's consultants, allow 30 days for review of each submittal. Submittal will be returned to Engineer before being returned to Contractor. a. Submit one copy of submittal to concurrent reviewer in addition to specified number of copies to Engineer. D. Resubmittals: Make resubmittals in same form and number of copies as initial submittal. 1. Note date and content of previous submittal. 2. Note date and content of revision in label or title block and clearly indicate extent of revision. 3. Resubmit submittals until they are marked with approval notation from Engineer's action stamp. 4. Repetitive Reviews: Shop drawings, O&M manuals, and other submittals will be reviewed no more than twice at the Owner's expense. All subsequent reviews will be performed at the Contractor's expense. Reimburse the Owner for all costs invoiced by Engineer for the third and subsequent reviews. E. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers, authorities having jurisdiction, and others as necessary for performance of construction activities. Show distribution on transmittal forms. F. Use for Construction: Retain complete copies of submittals on Project site. Use only final action submittals that are marked with approval notation from Engineer's action stamp. 1.7 SUBMITTAL REQUIREMENTS A. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. If information must be specially prepared for submittal because standard published data are unsuitable for use, submit as Shop Drawings, not as Product Data. © 2023 CDM Smith 19870-230923 All Rights Reserved January 2023 Lake Massabesic Water Treatment Plant Submittal Procedures Finished Water Pump Rehabilitation 013300 - 6 Manchester, New Hampshire Issued for Bid 2. Mark each copy of each submittal to show which products and options are applicable. 3. Include the following information, as applicable: a. Manufacturer's catalog cuts. b. Manufacturer's product specifications. c. Standard color charts. d. Statement of compliance with specified referenced standards. e. Testing by recognized testing agency. f. Application of testing agency labels and seals. g. Notation of coordination requirements. h. Availability and delivery time information. 4. For equipment, include the following in addition to the above, as applicable: a. Wiring diagrams that show factory-installed wiring. b. Printed performance curves. c. Operational range diagrams. d. Clearances required to other construction, if not indicated on accompanying Shop Drawings. 5. Submit Product Data before Shop Drawings, and before or concurrently with Samples. B. Shop Drawings: Prepare Project-specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. 1. Preparation: Fully illustrate requirements in the Contract Documents. Include the following information, as applicable: a. Identification of products. b. Schedules. c. Compliance with specified standards. d. Notation of coordination requirements. e. Notation of dimensions established by field measurement. f. Relationship and attachment to adjoining construction clearly indicated. g. Seal and signature of professional engineer if specified. 2. Paper Sheet Size: Except for templates, patterns, and similar full-size Drawings, submit Shop Drawings on sheets at least 8-1/2 by 11 inches, but no larger than 30 by 42 inches. a. Three opaque copies of each submittal. Engineer will retain two copies; remainder will be returned. C. Samples: Submit Samples for review of type, color, pattern, and texture for a check of these characteristics with other materials. 1. Transmit Samples that contain multiple, related components such as accessories together in one submittal package. 2. Identification: Permanently attach label on unexposed side of Samples that includes the following: a. Project name and submittal number. © 2023 CDM Smith 19870-230923 All Rights Reserved January 2023 Lake Massabesic Water Treatment Plant Submittal Procedures Finished Water Pump Rehabilitation 013300 - 7 Manchester, New Hampshire Issued for Bid b. Generic description of Sample. c. Product name and name of manufacturer. d. Sample source. e. Number and title of applicable Specification Section. f. Specification paragraph number and generic name of each item. 3. Web-Based Project Management Software (e-builder): Prepare submittals in PDF form, and upload to web-based Project software website. Enter required data in web-based software site to fully identify submittal. 4. Paper Transmittal: Include paper transmittal, including complete submittal information indicated. 5. Disposition: Maintain sets of approved Samples at Project site, available for quality- control comparisons throughout the course of construction activity. Sample sets may be used to determine final acceptance of construction associated with each set. a. Samples that may be incorporated into the Work are indicated in individual Specification Sections. Such Samples must be in an undamaged condition at time of use. b. Samples not incorporated into the Work, or otherwise designated as Owner's property, are the property of Contractor. 6. Samples for Initial Selection: Submit manufacturer's color charts consisting of units or sections of units, showing the full range of colors, textures, and patterns available. a. Number of Samples: Submit two full set(s) of available choices where color, pattern, texture, or similar characteristics are required to be selected from manufacturer's product line. Engineer will return submittal with options selected. 7. Samples for Verification: Submit full-size units or Samples of size indicated, prepared from same material to be used for the Work, cured and finished in manner specified, and physically identical with material or product proposed for use, and that show full range of color and texture variations expected. Samples include, but are not limited to, the following: partial sections of manufactured or fabricated components; small cuts or containers of materials; complete units of repetitively used materials; swatches showing color, texture, and pattern; color range sets; and components used for independent testing and inspection. a. Number of Samples: Submit three sets of Samples. Engineer will retain two Sample sets; remainder will be returned. 1) Submit a single Sample where assembly details, workmanship, fabrication techniques, connections, operation, and other similar characteristics are to be demonstrated. 2) If variation in color, pattern, texture, or other characteristic is inherent in material or product represented by a Sample, submit at least three sets of paired units that show approximate limits of variations. D. Product Schedule: As required in individual Specification Sections, prepare a written summary indicating types of products required for the Work and their intended location. Include the following information in tabular form: © 2023 CDM Smith 19870-230923 All Rights Reserved January 2023 Lake Massabesic Water Treatment Plant Submittal Procedures Finished Water Pump Rehabilitation 013300 - 8 Manchester, New Hampshire Issued for Bid 1. Type of product. Include unique identifier for each product indicated in the Contract Documents or assigned by Contractor if none is indicated. 2. Manufacturer and product name, and model number if applicable. 3. Number and name of room or space. 4. Location within room or space. E. Qualification Data: Prepare written information that demonstrates capabilities and experience of firm or person. Include lists of completed projects with project names and addresses, contact information of architects and owners, and other information specified. F. Design Data: Prepare and submit written and graphic information indicating compliance with indicated performance and design criteria in individual Specification Sections. Include list of assumptions and summary of loads. Include load diagrams if applicable. Provide name and version of software, if any, used for calculations. Number each page of submittal. G. Certificates: 1. Certificates and Certifications Submittals: Submit a statement that includes signature of entity responsible for preparing certification. Certificates and certifications shall be signed by an officer or other individual authorized to sign documents on behalf of that entity. Provide a notarized signature where indicated. 2. Insert definition of Contractor certificates here if required by individual Specification Sections. See the Evaluations. 3. Contractor’s Certification: Each shop drawing, working drawing, product data, and sample shall have affixed to it the following Certification Statement: a. "Certification Statement: by this submittal, I hereby represent that I have determined and verified all field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings and all Contract requirements. " 4. Installer Certificates: Submit written statements on manufacturer's letterhead, certifying that Installer complies with requirements in the Contract Documents and, where required, is authorized by manufacturer for this specific Project. 5. Manufacturer Certificates: Submit written statements on manufacturer's letterhead, certifying that manufacturer complies with requirements in the Contract Documents. Include evidence of manufacturing experience where required. 6. Material Certificates: Submit written statements on manufacturer's letterhead certifying that material complies with requirements in the Contract Documents. 7. Product Certificates: Submit written statements on manufacturer's letterhead certifying that product complies with requirements in the Contract Documents. 8. Welding Certificates: Prepare written certification that welding procedures and personnel comply with requirements in the Contract Documents. Submit record of AWS B2.1/B2.1M on AWS forms. Include names of firms and personnel certified. H. Test and Research Reports: 1. Compatibility Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of compatibility tests © 2023 CDM Smith 19870-230923 All Rights Reserved January 2023 Lake Massabesic Water Treatment Plant Submittal Procedures Finished Water Pump Rehabilitation 013300 - 9 Manchester, New Hampshire Issued for Bid performed before installation of product. Include written recommendations for substrate preparation and primers required. 2. Field Test Reports: Submit written reports indicating and interpreting results of field tests performed either during installation of product or after product is installed in its final location, for compliance with requirements in the Contract Documents. 3. Material Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting test results of material for compliance with requirements in the Contract Documents. 4. Preconstruction Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of tests performed before installation of product, for compliance with performance requirements in the Contract Documents. 5. Product Test Reports: Submit written reports indicating that current product produced by manufacturer complies with requirements in the Contract Documents. Base reports on evaluation of tests performed by manufacturer and witnessed by a qualified testing agency, or on comprehensive tests performed by a qualified testing agency. 6. Research Reports: Submit written evidence, from a model code organization acceptable to authorities having jurisdiction, that product complies with building code in effect for Project. Include the following information: a. Name of evaluation organization. b. Date of evaluation. c. Time period when report is in effect. d. Product and manufacturers' names. e. Description of product. f. Test procedures and results. g. Limitations of use. 1.8 DELEGATED-DESIGN SERVICES A. Performance and Design Criteria: Where professional design services or certifications by a design professional are specifically required of Contractor by the Contract Documents, provide products and systems complying with specific performance and design criteria indicated. 1. If criteria indicated are insufficient to perform services or certification required, submit a written request for additional information to Engineer. B. Delegated-Design Services Certification: In addition to Shop Drawings, Product Data, and other required submittals, submit three paper copies of certificate, signed and sealed by the responsible design professional, for each product and system specifically assigned to Contractor to be designed or certified by a design professional. 1. Indicate that products and systems comply with performance and design criteria in the Contract Documents. Include list of codes, loads, and other factors used in performing these services. © 2023 CDM Smith 19870-230923 All Rights Reserved January 2023 Lake Massabesic Water Treatment Plant Submittal Procedures Finished Water Pump Rehabilitation 013300 - 10 Manchester, New Hampshire Issued for Bid 1.9 PROPOSED PRODUCT LIST A. Within 15 days after date of Notice to Proceed, submit list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. B. For products specified only by reference standards, indicate manufacturer, trade name, model or catalog designation, and reference standards. 1.10 CONTRACTOR'S REVIEW A. Action Submittals and Informational Submittals: Review each submittal and check for coordination with other Work of the Contract and for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Engineer. B. Contractor Responsible for: 1. Determination and verification of materials including manufacturer’s catalog numbers. 2. Determination and verification of field measurements and field construction criteria. 3. Checking and coordinating information in submittal with requirements of Work and of Contract Documents. 4. Determination of accuracy and completeness of dimensions and quantities. 5. Confirmation and coordination of dimensions and field conditions at Site. 6. Construction means, techniques, sequences, and procedures. 7. Safety precautions. 8. Coordination and performance of Work of all trades. 9. Other requirements enumerated in Contract Documents. C. Contractor's Approval: Indicate Contractor's approval for each submittal with a uniform approval stamp. Include name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 1. Engineer will not review submittals received from Contractor that do not have Contractor's review and approval. 1.11 ENGINEER'S REVIEW A. Do not make mass submittals to Engineer. If mass submittals are received, Engineer's review time stated above will be extended as necessary to perform proper review. Engineer will review mass submittals based on priority determined by Engineer after consultation with Owner and Contractor. B. Action Submittals: Engineer will review each submittal, indicate corrections or revisions required, and return it. C. Informational Submittals: Engineer will review each submittal and will not return it, or will return it if it does not comply with requirements. Engineer will forward each submittal to appropriate party. © 2023 CDM Smith 19870-230923 All Rights Reserved January 2023 Lake Massabesic Water Treatment Plant Submittal Procedures Finished Water Pump Rehabilitation 013300 - 11 Manchester, New Hampshire Issued for Bid D. Partial submittals prepared for a portion of the Work will be reviewed when use of partial submittals has received prior approval from Engineer. E. Incomplete submittals are unacceptable, will be considered nonresponsive, and will be returned for resubmittal without review. F. Engineer will return without review submittals received from sources other than Contractor. G. Submittals not required by the Contract Documents will be returned by Engineer without action. H. Shop drawings will be returned to the Contractor with one of the following codes. 1. "APPROVED" - This code is assigned when there are no notations or comments on the submittal. When returned under this code the Contractor may release the equipment and/or material for manufacture. 2. "APPROVED AS NOTED" - This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. 3. "APPROVED AS NOTED/RESUBMIT" - This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. The resubmittal is to address all comments, omissions and non-conforming items that were noted. An additional box is checked to indicate whether the resubmission is for the complete package, or for parts of the package. If no box is checked, a complete resubmittal shall be provided. Review code may designate if a partial or full submittal is required. If full submittal is required, a complete resubmittal package addressing all comments shall be provided. If a partial submittal is designated, resubmittal shall only include information pertaining to those items noted in review comments requiring clarification and any portions of submittal impacted as a result of the response. Resubmittal is to be received by the Engineer within 30 calendar days of the date of the Engineer's transmittal requiring the resubmittal. 4. "REJECTED" - This code is assigned when the submittal does not meet the intent of the Contract Documents. The Contractor must resubmit the entire package revised to bring the submittal into conformance. It may be necessary to resubmit using a different manufacturer/vendor to meet the requirements of the Contract Documents. 5. "RECEIPT ACKNOWLEDGED (Not subject to Engineer's Approval)" - This code is assigned to acknowledge receipt of a submittal that is not subject to the Engineer's approval. This code is generally used with submittals involving the Contractor’s means and methods of construction work plans, and health and safety plans. 1.12 ELECTRONIC CAD FILES OF PROJECT DRAWINGS A. Electronic CAD Files of Project Drawings: May only be used to expedite production of Shop Drawings for the Project. Use for other Projects or purposes is not allowed. B. Electronic CAD Files of Project Drawings: Distributed only under the following conditions: © 2023 CDM Smith 19870-230923 All Rights Reserved January 2023 Lake Massabesic Water Treatment Plant Submittal Procedures Finished Water Pump Rehabilitation 013300 - 12 Manchester, New Hampshire Issued for Bid 1. Use of files is solely at receiver's risk. Engineer does not warrant accuracy of files. Receiving files in electronic form does not relieve receiver of responsibilities for measurements, dimensions, and quantities set forth in Contract Documents. In the event of ambiguity, discrepancy, or conflict between information on electronic media and that in Contract Documents, notify Engineer of discrepancy and use information in hard-copy Drawings and Specifications. 2. CAD files do not necessarily represent the latest Contract Documents, existing conditions, and as-built conditions. Receiver is responsible for determining and complying with these conditions and for incorporating addenda and modifications. 3. User is responsible for removing information not normally provided on Shop Drawings and removing references to Contract Documents. Shop Drawings submitted with information associated with other trades or with references to Contract Documents will not be reviewed and will be immediately returned. 4. Receiver shall not hold Engineer responsible for data or file clean-up required to make files usable, nor for error or malfunction in translation, interpretation, or use of this electronic information. 5. Receiver shall understand that even though Engineer has computer virus scanning software to detect presence of computer viruses, there is no guarantee that computer viruses are not present in files or in electronic media. 6. Receiver shall not hold Engineer responsible for such viruses or their consequences, and shall hold Engineer/Engineer harmless against costs, losses, or damage caused by presence of computer virus in files or media. 1.13 ELECTRONIC SUBMISSION REQUIREMENTS A. Summary 1. Action and informational submittals shall be transmitted to Engineer in electronic (PDF) format using e-Builder web-based electronic system for tracking, storage, and distribution of contract submittals, requests for information, and other contract related documents. The website services is designed specifically for transmitting submittals between all project team members. 2. The electronic submittal process is not intended for color samples, color charts, or physical material samples. B. Costs: 1. Engineer will provide the Contractor with three (3) e-Builder license seats at contract award for their use throughout the project duration. 2. If Contractor requires additional license seats Contractor may purchase additional license seats at a cost of $2,500/seat year. 3. Internet Services and Equipment Requirements: a. Internet access at Contractor’s main office and project site b. Adobe Acrobat (www.adobe.com) Bluebeam PDF Revu (www.bluebeam.com) or other similar PDF review software for applying electronic stamps and comments. http://www.adobe.com/ http://www.bluebeam.com/ © 2023 CDM Smith 19870-230923 All Rights Reserved January 2023 Lake Massabesic Water Treatment Plant Submittal Procedures Finished Water Pump Rehabilitation 013300 - 13 Manchester, New Hampshire Issued for Bid PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION 013300 © 2023 CDM Smith 19870-230923 All Rights Reserved January 2023 Lake Massabesic Water Treatment Plant Product Requirements Finished Water Pump Rehabilitation 016000 - 1 Manchester, New Hampshire Issued for Bid SECTION 016000 - PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for selection of products for use in Project; product delivery, storage, and handling; manufacturers' standard warranties on products; special warranties; and comparable products. B. Related Requirements: 1. Section 011000 “Summary” for Contractor requirements related to Owner-furnished products. 2. Section 012300 "Alternates" for products selected under an alternate. 3. Section 014200 "References" for applicable industry standards for products specified. 4. Section 017700 “Closeout Procedures” for submitting warranties. 1.3 DEFINITIONS A. Products: Items obtained for incorporating into the Work, whether purchased for Project or taken from previously purchased stock. The term "product" includes the terms "material," "equipment," "system," and terms of similar intent. 1. Named Products: Items identified by manufacturer's product name, including make or model number or other designation shown or listed in manufacturer's published product literature that is current as of date of the Contract Documents. 2. New Products: Items that have not previously been incorporated into another project or facility. Salvaged items or items reused from other projects are not considered new products. Items that are manufactured or fabricated to include recycle contract materials are considered new products, unless indicated otherwise. 3. Comparable Product: Product by named manufacturer that is demonstrated and approved through the comparable product submittal process described in Part 2 “Comparable Products” Article, to have the indicated qualities related to type, function, dimension, in- service performance, physical properties, appearance, and other characteristics that equal or exceed those of specified product. B. Basis-of-Design Product Specification: A specification in which a single manufacturer's product is named and accompanied by the words "basis-of-design product," including make or model number or other designation. Published attributes and characteristics of basis-of-design product establish salient characteristics of products. © 2023 CDM Smith 19870-230923 All Rights Reserved January 2023 Lake Massabesic Water Treatment Plant Product Requirements Finished Water Pump Rehabilitation 016000 - 2 Manchester, New Hampshire Issued for Bid 1. Evaluation of Comparable Products: In addition to the basis-of-design product description, product attributes and characteristics may be listed to establish the significant qualities related to type, function, in-service performance and physical properties, weight, dimension, durability, visual characteristics, and other special features and requirements for purposes of evaluating comparable products of additional manufacturers named in the specification. Manufacturer’s published attributes and characteristics of basis-of-design product also establish salient characteristics of products for purposes of evaluating comparable products. C. Subject to Compliance with Requirements: Where the phrase "Subject to compliance with requirements" introduces a product selection procedure in an individual Specification Section, provide products qualified under the specified product procedure. In the event that a named product or product by a named manufacturer does not meet the other requirements of the specifications, select another named product or product from another named manufacturer that does meet the requirements of the specifications; submit a comparable product request or substitution request, if applicable. D. Comparable Product Request Submittal: An action submittal requesting consideration of a comparable product, including the following information: 1. Identification of basis-of-design product or fabrication or installation method to be replaced, including Specification Section number and title and Drawing numbers and titles. 2. Data indicating compliance with the requirements specified in Part 2 "Comparable Products" Article. E. Basis-of-Design Product Specification Submittal: An action submittal complying with requirements in Section 013300 "Submittal Procedures." 1.4 QUALITY ASSURANCE A. Compatibility of Options: If Contractor is given option of selecting between two or more products for use on Project, select product compatible with products previously selected, even if previously selected products were also options. 1. Resolution of Compatibility Disputes between Multiple Contractors: a. Contractors are responsible for providing products and construction methods compatible with products and construction methods of other contractors. b. If a dispute arises between the multiple contractors over concurrently selectable but incompatible products, Engineer will determine which products shall be used. B. Identification of Products: Except for required labels and operating data, do not attach or imprint manufacturer or product names or trademarks on exposed surfaces of products or equipment that will be exposed to view in occupied spaces or on the exterior. 1. Labels: Locate required product labels and stamps on a concealed surface, or, where required for observation following installation, on a visually accessible surface that is not conspicuous. © 2023 CDM Smith 19870-230923 All Rights Reserved January 2023 Lake Massabesic Water Treatment Plant Product Requirements Finished Water Pump Rehabilitation 016000 - 3 Manchester, New Hampshire Issued for Bid 2. Equipment Nameplates: Provide a permanent nameplate on each item of service- or power-operated equipment. Locate on a visually accessible but inconspicuous surface. Include information essential for operation, including the following: a. Name of product and manufacturer. b. Model and serial number. c. Capacity. d. Speed. e. Ratings. 3. See individual identification Sections in Divisions 21, 22, 23, 26, 40, 43, and 46 for additional equipment identification requirements. 1.5 COORDINATION A. Modify or adjust affected work as necessary to integrate work of approved comparable products and approved substitutions. 1.6 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle products, using means and methods that will prevent damage, deterioration, and loss, including theft and vandalism. Comply with manufacturer's written instructions. B. Delivery and Handling: 1. Schedule delivery to minimize long-term storage at Project site and to prevent overcrowding of construction spaces. 2. Coordinate delivery with installation time to ensure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses. 3. Deliver products to Project site in an undamaged condition in manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting, and installing. 4. Inspect products on delivery to determine compliance with the Contract Documents and that products are undamaged and properly protected. C. Storage: 1. Provide a secure location and enclosure at Project site for storage of materials and equipment. 2. Store products to allow for inspection and measurement of quantity or counting of units. 3. Store materials in a manner that will not endanger Project structure. 4. Store products that are subject to damage by the elements, under cover in a weathertight enclosure above ground, with ventilation adequate to prevent condensation and with adequate protection for wind. 5. Protect foam plastic from exposure to sunlight, except to extent necessary for period of installation and concealment. © 2023 CDM Smith 19870-230923 All Rights Reserved January 2023 Lake Massabesic Water Treatment Plant Product Requirements Finished Water Pump Rehabilitation 016000 - 4 Manchester, New Hampshire Issued for Bid 6. Comply with product manufacturer's written instructions for temperature, humidity, ventilation, and weather-protection requirements for storage. 7. Protect stored products from damage and liquids from freezing. 8. Provide a secure location and enclosure at Project site for storage of materials and equipment by Owner's construction forces. Coordinate location with Owner. 1.7 PRODUCT WARRANTIES A. Warranties specified in other Sections shall be in addition to, and run concurrent with, other warranties required by the Contract Documents. Manufacturer's disclaimers and limitations on product warranties do not relieve Contractor of obligations under requirements of the Contract Documents. 1. Manufacturer's Warranty: Written standard warranty form furnished by individual manufacturer for a particular product and issued in the name of the Owner or endorsed by manufacturer to Owner. 2. Special Warranty: Written warranty required by the Contract Documents to provide specific rights for Owner and issued in the name of the Owner or endorsed by manufacturer to Owner. B. Special Warranties: Prepare a written document that contains appropriate terms and identification, ready for execution. 1. Manufacturer's Standard Form: Modified to include Project-specific information and properly executed. 2. Specified Form: When specified forms are included in the Project Manual, prepare a written document, using indicated form properly executed. 3. See other Sections for specific content requirements and particular requirements for submitting special warranties. C. Submittal Time: Comply with requirements in Section 017700 "Closeout Procedures." PART 2 - PRODUCTS 2.1 PRODUCT SELECTION PROCEDURES A. General Product Requirements: Provide products that comply with the Contract Documents, are undamaged and, unless otherwise indicated, are new at time of installation. 1. Provide products complete with accessories, trim, finish, fasteners, and other items needed for a complete installation and indicated use and effect. 2. Standard Products: If available, and unless custom products or nonstandard options are specified, provide standard products of types that have been produced and used successfully in similar situations on other projects. 3. Owner reserves the right to limit selection to products with warranties meeting requirements of the Contract Documents. 4. Where products are accompanied by the term "as selected," Engineer will make selection. © 2023 CDM Smith 19870-230923 All Rights Reserved January 2023 Lake Massabesic Water Treatment Plant Product Requirements Finished Water Pump Rehabilitation 016000 - 5 Manchester, New Hampshire Issued for Bid 5. Descriptive, performance, and reference standard requirements in the Specifications establish salient characteristics of products. 6. Or Equal: For products specified by name and accompanied by the term "or equal," "or approved equal," or "or approved," comply with requirements in "Comparable Products" Article to obtain approval for use of an unnamed product. a. Submit additional documentation required by Engineer in order to establish equivalency of proposed products. Unless otherwise indicated, evaluation of "or equal" product status is by the Engineer, whose determination is final. B. Product Selection Procedures: 1. Sole Product: Where Specifications name a single manufacturer and product, provide the named product that complies with requirements. Comparable products or substitutions for Contractor's convenience will not be considered. a. Sole product may be indicated by the phrase "Subject to compliance with requirements, provide the following.” 2. Sole Manufacturer/Source: Where Specifications name a single manufacturer or source, provide a product by the named manufacturer or source that complies with requirements. Comparable products or substitutions for Contractor's convenience will not be considered. a. Sole manufacturer/source may be indicated by the phrase "Subject to compliance with requirements, provide products by the following.” 3. Limited List of Products: Where Specifications include a list of names of both manufacturers and products, provide one of the products listed that complies with requirements. Comparable products or substitutions for Contractor's convenience will be considered unless otherwise indicated. a. Limited list of products may be indicated by the phrase "Subject to compliance with requirements, provide one of the following.” 4. Non-Limited List of Products: Where Specifications include a list of names of both available manufacturers and products, provide one of the products listed, or an unnamed product that complies with requirements. a. Non-limited list of products is indicated by the phrase "Subject to compliance with requirements, available products that may be incorporated in the Work include, but are not limited to, the following.” b. Provision of an unnamed product is not considered a substitution, if the product complies with requirements. 5. Limited List of Manufacturers: Where Specifications include a list of manufacturers' names, provide a product by one of the manufacturers listed that complies with requirements. Comparable products or substitutions for Contractor's convenience will be considered unless otherwise indicated. © 2023 CDM Smith 19870-230923 All Rights Reserved January 2023 Lake Massabesic Water Treatment Plant Product Requirements Finished Water Pump Rehabilitation 016000 - 6 Manchester, New Hampshire Issued for Bid a. Limited list of manufacturers is indicated by the phrase "Subject to compliance with requirements, provide products by one of the following.” 6. Non-Limited List of Manufacturers: Where Specifications include a list of available manufacturers, provide a product by one of the manufacturers listed, or a product by an unnamed manufacturer that complies with requirements. a. Non-limited list of manufacturers is indicated by the phrase "Subject to compliance with requirements, available manufacturers whose products may be incorporated in the Work include, but are not limited to, the following.” b. Provision of products of an unnamed manufacturer is not considered a substitution, if the product complies with requirements. 7. Basis-of-Design Product: Where Specifications name a product, or refer to a product indicated on Drawings, and include a list of manufacturers, provide the specified or indicated product or a comparable product by one of the other named manufacturers. Drawings and Specifications may additionally indicate sizes, profiles, dimensions, and other characteristics that are based on the product named. Comply with requirements in "Comparable Products" Article for consideration of an unnamed product by one of the other named manufacturers. C. Visual Matching Specification: Where Specifications require the phrase "match Engineer's sample," provide a product that complies with requirements and matches Engineer's sample. Engineer's decision will be final on whether a proposed product matches. D. Visual Selection Specification: Where Specifications include the phrase "as selected by Engineer from manufacturer's full range" or a similar phrase, select a product that complies with requirements. Engineer will select color, gloss, pattern, density, or texture from manufacturer's product line that includes both standard and premium items. 2.2 COMPARABLE PRODUCTS A. Conditions for Consideration of Comparable Products: Engineer will consider Contractor's request for comparable product when the following conditions are satisfied. If the following conditions are not satisfied, Engineer may return requests without action, except to record noncompliance the following requirements: 1. Evidence that proposed product does not require revisions to the Contract Documents, is consistent with the Contract Documents, will produce the indicated results, and is compatible with other portions of the Work. 2. Detailed comparison of significant qualities of proposed product with those of the named basis-of-design product. Significant product qualities include attributes, such as type, function, in-service performance and physical properties, weight, dimension, durability, visual characteristics, and other specific features and requirements. 3. Evidence that proposed product provides specified warranty. 4. List of similar installations for completed projects, with project names and addresses and names and addresses of Engineers and owners, if requested. 5. Samples, if requested. © 2023 CDM Smith 19870-230923 All Rights Reserved January 2023 Lake Massabesic Water Treatment Plant Product Requirements Finished Water Pump Rehabilitation 016000 - 7 Manchester, New Hampshire Issued for Bid B. Engineer’s Action on Comparable Products Submittal: If necessary, Engineer will request additional information or documentation for evaluation, as specified in Section 013300 “Submittal Procedures.” 1. Form of Approval of Submittal: As specified in Section 013300 “Submittal Procedures.” 2. Use product specified if Engineer does not issue a decision on use of a comparable product request within time allocated. C. Submittal Requirements, Two-Step Process: Approval by the Engineer of Contractor's request for use of comparable product is not intended to satisfy other submittal requirements. Comply with specified submittal requirements. D. Submittal Requirements, Single-Step Process: When acceptable to Engineer, incorporate specified submittal requirements of individual Specification Section in combined submittal for comparable products. Approval by the Engineer of Contractor’ request for use of comparable product and of individual submittal requirements will also satisfy other submittal requirements. PART 3 - EXECUTION (NOT USED) END OF SECTION 016000 © 2023 CDM Smith 19870-230923 All Rights Reserved January 2023 Lake Massabesic Water Treatment Plant Closeout Procedures Finished Water Pump Rehabilitation 017700 - 1 Manchester, New Hampshire Issued for Bid SECTION 017700 - CLOSEOUT PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for Contract closeout, including, but not limited to, the following: 1. Substantial Completion procedures. 2. Final completion procedures. 3. Warranties. 4. Final cleaning. B. Related Requirements: 1. Section 012900 “Payment Procedures” for requirements for Applications for Payment for Substantial Completion and Final Completion. 2. Section 013233 "Photographic Documentation" for submitting Final Completion construction photographic documentation. 3. Section 017823 "Operation and Maintenance Data" for additional operation and maintenance manual requirements. 4. Section 017839 "Project Record Documents" for submitting Record Drawings, Record Specifications, and Record Product Data. 5. Section 017900 "Demonstration and Training" for requirements to train the Owner's maintenance personnel to adjust, operate, and maintain products, equipment, and systems. 1.3 DEFINITIONS A. List of Incomplete Items: Contractor-prepared list of items to be completed or corrected, prepared for the Engineer’s use prior to Engineer’s inspection, to determine if the Work is substantially complete. 1.4 ACTION SUBMITTALS A. Product Data: For each type of cleaning agent. B. Contractor's List of Incomplete Items: Initial submittal at Substantial Completion. C. Certified List of Incomplete Items: Final submittal at Final Completion. © 2023 CDM Smith 19870-230923 All Rights Reserved January 2023 Lake Massabesic Water Treatment Plant Closeout Procedures Finished Water Pump Rehabilitation 017700 - 2 Manchester, New Hampshire Issued for Bid 1.5 CLOSEOUT SUBMITTALS A. Certificates of Release: From authorities having jurisdiction. B. Certificate of Insurance: For continuing coverage. C. Field Report: For pest-control inspection. 1.6 MAINTENANCE MATERIAL SUBMITTALS A. Schedule of Maintenance Material Items: For maintenance material submittal items required by other Sections. 1.7 SUBSTANTIAL COMPLETION PROCEDURES A. Contractor's List of Incomplete Items: Prepare and submit a list of items to be completed and corrected (Contractor's “punch list”), indicating the value of each item on the list and reasons why the Work is incomplete. B. Submittals Prior to Substantial Completion: Complete the following a minimum of 10 business days prior to requesting inspection for determining date of Substantial Completion. List items below that are incomplete at time of request. 1. Certificates of Release: Obtain and submit releases from authorities having jurisdiction, permitting Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. 2. Submit closeout submittals specified in other Division 01 Sections, including Project Record Documents, operation and maintenance manuals, damage or settlement surveys, property surveys, and similar final record information. 3. Submit closeout submittals specified in individual Sections, including specific warranties, workmanship bonds, maintenance service agreements, final certifications, and similar documents. 4. Submit maintenance material submittals specified in individual Sections, including tools, spare parts, extra materials, and similar items, and deliver to location designated by Engineer. Label with manufacturer's name and model number. a. Schedule of Maintenance Material Items: Prepare and submit schedule of maintenance material submittal items, including name and quantity of each item and name and number of related Specification Section. Obtain Engineer's signature for receipt of submittals. 5. Submit testing, adjusting, and balancing records. 6. Submit sustainable design submittals not previously submitted. 7. Submit changeover information related to Owner's occupancy, use, operation, and maintenance. C. Procedures Prior to Substantial Completion: Complete the following a minimum of 10 business days prior to requesting inspection for determining date of Substantial Completion. List items below that are incomplete at time of request. © 2023 CDM Smith 19870-230923 All Rights Reserved January 2023 Lake Massabesic Water Treatment Plant Closeout Procedures Finished Water Pump Rehabilitation 017700 - 3 Manchester, New Hampshire Issued for Bid 1. Advise Owner of pending insurance changeover requirements. 2. Make final changeover of permanent locks and deliver keys to Owner. Advise Owner's personnel of changeover in security provisions. 3. Complete startup and testing of systems and equipment. 4. Perform preventive maintenance on equipment used prior to Substantial Completion. 5. Instruct Owner's personnel in operation, adjustment, and maintenance of products, equipment, and systems. Submit demonstration and training video recordings specified in Section 017900 "Demonstration and Training." 6. Advise Owner of changeover in utility services. 7. Participate with Owner in conducting inspection and walkthrough with local emergency responders. 8. Terminate and remove temporary facilities from Project site, along with mockups, construction tools, and similar elements. 9. Complete final cleaning requirements. 10. Touch up paint and otherwise repair and restore marred exposed finishes to eliminate visual defects. D. Inspection: Submit a written request for inspection to determine Substantial Completion a minimum of 10 business days prior to date the Work will be completed and ready for final inspection and tests. On receipt of request, Engineer will either proceed with inspection or notify Contractor of unfulfilled requirements. Engineer will prepare the Certificate of Substantial Completion after inspection or will notify Contractor of items, either on Contractor's list or additional items identified by Engineer, that must be completed or corrected before certificate will be issued. 1. Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 2. Results of completed inspection will form the basis of requirements for Final Completion. 1.8 FINAL COMPLETION PROCEDURES A. Submittals Prior to Final Completion: Before requesting final inspection for determining Final Completion, complete the following: 1. Submit a final Application for Payment in accordance with Section 012900 "Payment Procedures." 2. Certified List of Incomplete Items: Submit certified copy of Engineer's Substantial Completion inspection list of items to be completed or corrected (punch list), endorsed and dated by Engineer. Certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance. 3. Certificate of Insurance: Submit evidence of final, continuing insurance coverage complying with insurance requirements. 4. Submit pest-control final inspection report. 5. Submit Final Completion photographic documentation. 6. Provide Certificate of Occupancy for new buildings. B. Inspection: Submit a written request for final inspection to determine acceptance a minimum of 10 days prior to date the Work will be completed and ready for final inspection and tests. On receipt of request, Engineer will either proceed with inspection or notify Contractor of © 2023 CDM Smith 19870-230923 All Rights Reserved January 2023 Lake Massabesic Water Treatment Plant Closeout Procedures Finished Water Pump Rehabilitation 017700 - 4 Manchester, New Hampshire Issued for Bid unfulfilled requirements. Engineer will prepare a final Certificate for Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued. 1. Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 1.9 LIST OF INCOMPLETE ITEMS A. Organization of List: Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are outside the limits of construction. 1. Organize list of spaces in sequential order, starting with exterior areas first listed by room or space number. 2. Organize items applying to each space by major element, including categories for ceilings, individual walls, floors, equipment, and building systems. 3. Include the following information at the top of each page: a. Project name. b. Date. c. Name of Engineer. d. Name of Contractor. e. Page number. 4. Submit list of incomplete items in the following format: a. MS Excel Electronic File. Engineer will return annotated file. b. PDF Electronic File. Engineer will return annotated file. c. Web-Based Project Management Software Upload: Utilize software feature for creating and updating list of incomplete items (punch list). d. Three Paper Copies. Engineer will return two copies. 1.10 SUBMITTAL OF PROJECT WARRANTIES A. Time of Submittal: Submit written warranties on request of Engineer for designated portions of the Work where warranties are indicated to commence on dates other than date of Substantial Completion, or when delay in submittal of warranties might limit Owner's rights under warranty. B. Partial Occupancy: Submit properly executed warranties within 15 business days of completion of designated portions of the Work that are completed and occupied or used by Owner during construction period by separate agreement with Contractor. C. Organize warranty documents into an orderly sequence based on the table of contents of Project Manual. © 2023 CDM Smith 19870-230923 All Rights Reserved January 2023 Lake Massabesic Water Treatment Plant Closeout Procedures Finished Water Pump Rehabilitation 017700 - 5 Manchester, New Hampshire Issued for Bid D. Warranty Electronic File: Provide warranties and bonds in PDF format. Assemble complete warranty and bond submittal package into a single electronic PDF file with bookmarks enabling navigation to each item. Provide bookmarked table of contents at beginning of document. 1. Submit by uploading to web-based project software site. E. Warranties in Paper Form: 1. Bind warranties and bonds in heavy-duty, three-ring, vinyl-covered, loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8-1/2-by-11-inch paper. 2. Provide heavy paper dividers with plastic-covered tabs for each separate warranty. Mark tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product and the name, address, and telephone number of Installer. 3. Identify each binder on the front and spine with the typed or printed title "WARRANTIES," Project name, and name of Contractor. F. Provide additional copies of each warranty to include in operation and maintenance manuals. PART 2 - PRODUCTS 2.1 MATERIALS A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. 1. Use cleaning products that comply with Green Seal's GS-37, or if GS-37 is not applicable, use products that comply with the California Code of Regulations maximum allowable VOC levels. PART 3 - EXECUTION 3.1 FINAL CLEANING A. General: Perform final cleaning. Conduct cleaning and waste-removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations. B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to condition expected in an average commercial building cleaning and maintenance program. Comply with manufacturer's written instructions. 1. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion for entire Project or for a designated portion of Project: a. Clean Project site of rubbish, waste material, litter, and other foreign substances. © 2023 CDM Smith 19870-230923 All Rights Reserved January 2023 Lake Massabesic Water Treatment Plant Closeout Procedures Finished Water Pump Rehabilitation 017700 - 6 Manchester, New Hampshire Issued for Bid b. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits. c. Rake grounds that are not planted, mulched, or paved to a smooth, even-textured surface. d. Remove tools, construction equipment, machinery, and surplus material from Project site. e. Remove snow and ice to provide safe access to building. f. Clean exposed exterior and interior hard-surfaced finishes to a dirt-free condition, free of stains, films, and similar foreign substances. Avoid disturbing natural weathering of exterior surfaces. Restore reflective surfaces to their original condition. g. Remove debris and surface dust from limited access spaces, including roofs, plenums, shafts, trenches, equipment vaults, manholes, attics, and similar spaces. h. Clean flooring, removing debris, dirt, and staining: clean according to manufacturer’s recommendations. i. Vacuum and mop concrete. j. Vacuum carpet and similar soft surfaces, removing debris and excess nap; clean according to manufacturer's recommendations if visible soil or stains remain. k. Clean transparent materials, including mirrors and glass in doors and windows. Remove glazing compounds and other noticeable, vision-obscuring materials. Polish mirrors and glass, taking care not to scratch surfaces. l. Remove labels that are not permanent. m. Wipe surfaces of mechanical and electrical equipment and similar equipment. Remove excess lubrication, paint and mortar droppings, and other foreign substances. n. Clean plumbing fixtures to a sanitary condition, free of stains, including stains resulting from water exposure. o. Replace disposable air filters and clean permanent air filters. Clean exposed surfaces of diffusers, registers, and grills. p. Clean ducts, blowers, and coils. q. Clean luminaires, lamps, globes, and reflectors to funct

Manchester, NH 03101 United StatesLocation

Address: Manchester, NH 03101 United States

Country : United StatesState : New Hampshire

You may also like

MEVE-REPLACE PUMPS AND COMPRESSORS

Due: 16 May, 2024 (in 27 days)Agency: NATIONAL PARK SERVICE

Pump Replacement, Eightmile Ranch

Due: 30 Apr, 2024 (in 11 days)Agency: AGRICULTURE, DEPARTMENT OF

Water Well 4 Pump Station

Due: 07 May, 2024 (in 18 days)Agency: City of Watsonville

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.