CONTRACT: Plumbing and Pipefitting Services

expired opportunity(Expired)
From: New Hampshire Department of Administrative Services(State)
Bid 2322-21

Basic Details

started - 22 Jun, 2020 (about 3 years ago)

Start Date

22 Jun, 2020 (about 3 years ago)
due - 07 Jul, 2020 (about 3 years ago)

Due Date

07 Jul, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
Bid 2322-21

Identifier

Bid 2322-21
Department of Administrative Services

Customer / Agency

Department of Administrative Services
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.

Page 1 of 24 Contractor Initials ________ Date ________ STATE OF NEW HAMPSHIRE BID TRANSMITTAL LETTER Date: ___________________ Company Name: ________________________________________ Address: _________________________________________________________ _________________________________________________________ To: Point of Contact: Erica Brisson Telephone: (603)-271-7272 Email: NH.Purchasing@das.nh.gov RE: Bid Invitation Name: Plumbing and Pipefitting Services Bid Number: 2322 -21 Bid Posted Date (on or by): June 8, 2020 Bid Closing Date and Time: July 7, 2020 @ 10:00 AM (EST) Dear Ms. Brisson: [Insert name of signor]_____________________________, on behalf of _____________________________ [insert name of entity submitting bid (collectively referred to as “Vendor”) hereby submits an offer as contained in the written bid submitted herewith (“Bid”) to the State of New Hampshire in response to BID # 2322 -21 for Plumbing and
Pipefitting Services at the price(s) quoted herein in complete accordance with the bid. Vendor attests to the fact that: 1. The Vendor has reviewed and agreed to be bound by the Bid. 2. The Vendor has not altered any of the language or other provisions contained in the Bid document. 3. The Bid is effective for a period of 180 days from the Bid Closing date as indicated above. 4. The prices Vendor has quoted in the Bid were established without collusion with other vendors. 5. The Vendor has read and fully understands this Bid. 6. Further, in accordance with RSA 21-I:11-c, the undersigned Vendor certifies that neither the Vendor nor any of its subsidiaries, affiliates or principal officers (principal officers refers to individuals with management responsibility for the entity or association): a. Has, within the past 2 years, been convicted of, or pleaded guilty to, a violation of RSA 356:2, RSA 356:4, or any state or federal law or county or municipal ordinance prohibiting specified bidding practices, or involving antitrust violations, which has not been annulled; b. Has been prohibited, either permanently or temporarily, from participating in any public works project pursuant to RSA 638:20; c. Has previously provided false, deceptive, or fraudulent information on a vendor code number application form, or any other document submitted to the state of New Hampshire, which information was not corrected as of the time of the filing a bid, proposal, or quotation; d. Is currently debarred from performing work on any project of the federal government or the government of any state; e. Has, within the past 2 years, failed to cure a default on any contract with the federal government or the government of any state; f. Is presently subject to any order of the department of labor, the department of employment security, or any other state department, agency, board, or commission, finding that the applicant is not in compliance with the requirements of the laws or rules that the department, agency, board, or commission is charged with implementing; g. Is presently subject to any sanction or penalty finally issued by the department of labor, the department of employment security, or any other state department, agency, board, or commission, which sanction or penalty has not been fully discharged or fulfilled; h. Is currently serving a sentence or is subject to a continuing or unfulfilled penalty for any crime or violation noted in this section; i. Has failed or neglected to advise the division of any conviction, plea of guilty, or finding relative to any crime or violation noted in this section, or of any debarment, within 30 days of such conviction, plea, finding, or debarment; or j. Has been placed on the debarred parties list described in RSA 21-I:11-c within the past year. Authorized Signor’s Signature _______________________________ Authorized Signor’s Title ________________________ NOTARY PUBLIC/JUSTICE OF THE PEACE COUNTY: ___________________________ STATE: ______________ ZIP: _________________ On the _____ day of _______________, 2020, personally appeared before me, the above named ________________________, in his/her capacity as authorized representative of ________________, known to me or satisfactorily proven, and took oath that the foregoing is true and accurate to the best of his/her knowledge and belief. In witness thereof, I hereunto set my hand and official seal. _________________________________________________________ (Notary Public/Justice of the Peace) My commission expires: _________________________________________________________ (Date) mailto:NH.Purchasing@das.nh.gov Page 2 of 24 Contractor Initials ________ Date ________ Form P37-A REQUEST FOR BID FOR PLUMBING AND PIPEFITTING SERVICES FOR THE STATE OF NEW HAMPSHIRE PURPOSE: The purpose of this bid invitation is to establish a contract for Plumbing and Pipefitting services to the State of New Hampshire with services indicated in the SCOPE OF SERVICES and OFFER sections of this bid invitation, in accordance with the requirements of this bid invitation and any resulting contract. INSTRUCTIONS TO VENDOR: Read the entire bid invitation prior to filling it out. Complete the pricing information in the “Offer” section (detailed information on how to fill out the pricing information can be found in the “Offer” section); complete the “Vendor Contact Information” section; and finally, fill out, sign, and notarize page one of the bid invitation. BID SUBMITTAL: All bids shall be submitted on this form (or an exact copy), shall be typed or clearly printed in ink, and shall be received on or before the date and time specified on page 1 of this bid under “Bid Closing”. Interested parties may submit a bid to the State of New Hampshire Bureau of Purchase and Property by email to NH.Purchasing@DAS.NH.Gov. All bids shall be clearly marked with bid number, date due and purchasing agent’s name. IF YOU ARE EXPERIENCING DIFFICULTIES EMAILING YOUR BID OR YOU WISH TO VERIFY THAT YOUR BID RESPONSE HAS BEEN RECEIVED, PLEASE CALL (603) 271-2201. BID INQUIRIES: Any questions, clarifications, and/or requested changes shall be submitted by an individual authorized to commit their organization to the Terms and Conditions of this bid and shall be received in writing at the Bureau of Purchase and Property no later than 4:00 PM on the date listed in the timeline below. Questions shall not be submitted to anyone other than the Purchasing Agent or his/her representative. Bidders that submit questions verbally or in writing to any other State entity or State personnel shall be found in violation of this part and may be found non-compliant. Questions shall be submitted by E-mail to Erica Brisson at the following address: Erica.Brisson@das.nh.gov Submissions shall clearly identify the bid Number, the Vendor’s name and address and the name of the person submitting the question. BID DUE DATE: All bid submissions shall be received at the Bureau of Purchase and Property no later than the date and time shown on the transmittal letter of this bid. Submissions received after the date and time specified shall be marked as “Late” and shall not be considered in the evaluation process. All offers shall remain valid for a period of one hundred eighty (180) days from the bid due date. A vendor’s disclosure or distribution of bids other than to DAS, Bureau of Purchase and Property may be grounds for disqualification. ADDENDA: In the event it becomes necessary to add to or revise any part of this bid prior to the scheduled submittal date, the NH Bureau of Purchase and Property shall post on our web site any Addenda. Before your submission and periodically prior to the RFB closing, Vendors are required to check the site for any addenda or other materials that may have been issued affecting the bid. The web site address is: https://apps.das.nh.gov/bidscontracts/bids.aspx TIMELINE: The timeline below is provided as a general guideline and is subject to change. Unless stated otherwise, consider the dates below a “no later than” date. mailto:NH.Purchasing@DAS.NH.Gov mailto:Erica.Brisson@das.nh.gov https://apps.das.nh.gov/bidscontracts/bids.aspx Page 3 of 24 Contractor Initials ________ Date ________ 06/08/2020 Bid Solicitation distributed on or by 06/24/2020 Last day for questions, clarifications, and/or requested changes to bid 07/07/2020 10:00 AM (EST) Bid Closing TERMS OF SUBMISSION: All material received in response to this bid shall become the property of the State and shall not be returned to the Vendor. Regardless of the Vendors selected, the State reserves the right to use any information presented in a bid response. The content of each Vendor’s bid shall become public information once a contract(s) has been awarded. A responding bid that has been completed and signed by your representative shall constitute your company’s acceptance of all State of New Hampshire terms and conditions and shall legally obligate your company to these terms and conditions. A signed response further signifies that from the time the bid is published (bid solicitation date and time) until a contract is awarded, no bidder shall offer or give, directly or indirectly, any gift, expense reimbursement, or honorarium, as defined by RSA 15-B, to any elected official, public official, public employee, constitutional official, or family member of any such official or employee who shall select, evaluate, or award the RFB. Furthermore, a signed response signifies that any terms and/or conditions that may be or have been submitted by the Vendor are specifically null and void and are not a part of this bid invitation or any awarded purchase order, even if said terms and/or conditions contain language to the contrary. The form P-37 Contract attached hereto shall be part of this bid and the basis for the contract(s). The successful Vendor and the State, following notification, shall promptly execute this contract form, which is to be completed by incorporating the service requirements and price conditions established by the vendor’s offer. CHAPTER ADM 600 PROCUREMENT AND PROPERTY RULES APPLY TO AND ARE MADE A PART HEREOF. Complete bids shall be filled out on the original documents and format that are a part of this bid invitation. Vendors may submit additional paperwork with pricing, but all pricing shall be on the documents provided with this bid invitation and in the State’s format. CONTRACT TERM: The term of the contract shall commence upon execution by the Commissioner of the Department of Administrative Services, and shall continue thereafter for a period of three (3) years. The contract may be extended for an additional two (2) one-year extensions thereafter under the same terms, conditions and pricing structure upon the mutual agreement between the successful Vendor and the State with the approval of the Commissioner of the Department of Administrative Services. The maximum term of the contract (including extensions) shall not exceed five (5) years. CONTRACT AWARD: It is the intent of the State to award up to three (3) contracts per county for Plumbing and Pipefitting Services. The award will be to the responsible Vendor(s) meeting the criteria established in this RFB and providing the lowest costs by county. The State reserves the right to reject any or all bids or any part thereof and add/delete locations to the contract. If an award is made it shall be, in the form of a State of New Hampshire Contract(s). Successful Vendor shall not be allowed to require any other type of order, nor shall the successful Vendor be allowed to require the filling out or signing of any other document by State of New Hampshire personnel. NOTIFICATION AND AWARD OF CONTRACT(S): Bid results shall not be given by telephone. For Vendors wishing to attend the bid closing, the names of the vendors submitting responses and pricing shall be made public. Other specific response information shall not be given out. Bid results shall be made public after final approval of the contract(s). Bid results may also be viewed on our website at https://apps.das.nh.gov/bidscontracts/bids.aspx. https://apps.das.nh.gov/bidscontracts/bids.aspx Page 4 of 24 Contractor Initials ________ Date ________ For Vendors wishing to attend the bid closing: Names of the Vendors submitting responses and pricing shall be made public. LIABILITY: The State shall not be held liable for any costs incurred by Vendors in the preparation of bids or for work performed prior to contract issuance. PUBLIC DISCLOSURE OF BID OR PROPOSAL SUBMISSIONS: Generally, the full contents of any bid or proposal (including all materials submitted in connection with it, such as attachments, exhibits, addenda, and vendor presentations) become public information upon completion of final contract or purchase order negotiations with the selected vendor. Certain information concerning bids or proposals, including but not limited to pricing or scoring, is generally available to the public even before this time, in accordance with the provisions of NH RSA 21-G: 37. To the extent consistent with applicable state and federal laws and regulations, as determined by the State, including, but not limited to, NH RSA Chapter 91-A (the “Right-to-Know” Law), the State shall, after final negotiations with the selected vendor are complete, attempt to maintain the confidentiality of portions of a bid or proposal that are clearly and properly marked by a bidder as confidential. Any and all information contained in or connected to a bid or proposal that a bidder considers confidential shall be clearly designated in the following manner: If the bidder considers any portion of a submission confidential, they shall provide a separate copy of the full and complete document, fully redacting those portions by blacking them out and shall note on the applicable page or pages of the document that the redacted portion or portions are “confidential.” Use of any other term or method, such as stating that a document or portion thereof is “proprietary”, “not for public use”, or “for client’s use only”, is not acceptable. In addition to providing an additional fully redacted copy of the bid submission to the person listed as the point of contact on Page one (1) of this document, the identified information considered to be confidential must be accompanied by a separate letter stating the rationale for each item designated as confidential. In other words, the letter must specifically state why and under what legal authority each redaction has been made. Submissions which do not conform to these instructions by failing to include a redacted copy (if required), by failing to include a letter specifying the rationale for each redaction, by failing to designate redactions in the manner required by these instructions, or by including redactions which are contrary to these instructions or operative law may be rejected by the State as not conforming to the requirements of the bid or proposal. The State will generally assume that a bid or proposal submitted without an additional redacted copy contains no information which the bidder deems confidential. Bids and proposals which contain no redactions, as well as redacted versions of submissions that have been accepted by the State, may be released to the public, including by means of posting on State web sites. The State shall have no obligation to maintain the confidentiality of any portion of a bid, proposal or related material, which is not marked in accordance with the foregoing provisions. It is specifically understood and agreed that the bidder waives any claim of confidentiality as to any portion of a response to this RFB or RFP that is not marked as indicated above, and that unmarked (or improperly marked) submissions may be disseminated to any person, without limitation. Marking an entire bid, proposal, attachment or full sections thereof confidential without taking into consideration the public’s right to know shall neither be accepted nor honored by the State. Notwithstanding any provision of this request for submission to the contrary, proposed pricing shall be subject to public disclosure REGARDLESS of whether or not marked as confidential. If a request is made to the State by any person or entity to view or receive copies of any portion of a proposal and if disclosure is not prohibited under NH RSA 21-G:37 or any other applicable law or regulation, bidders acknowledge and agree that the State may disclose any and all portions of the proposal or related materials which is not marked as confidential. In the case of bids, proposals or related materials that contain portions marked confidential, the State shall assess what information it believes is subject to release; notify the bidder that the request has been made; indicate what, if any, portions of the proposal or related material shall not be released; and notify the bidder of the date it plans to release the materials. The State is not obligated to comply with a bidder’s designation regarding confidentiality. The State shall have no obligation to advise a bidder that an individual or entity is attempting to electronically access, or has been referred to, materials which have been made publicly available on the State’s web sites. Page 5 of 24 Contractor Initials ________ Date ________ By submitting a bid or proposal, the bidder agrees that unless it obtains and provides to the State, prior to the date specified in the notice described in the paragraph above, a court order valid and enforceable in the State of New Hampshire, at its sole expense, enjoining the release of the requested information, the State may release the information on the date specified in the notice without any liability to the bidder. Notwithstanding NH RSA 91-A:4, no information shall be available to the public, or to the members of the general court or its staff concerning specific responses to this bid invitation from the time this bid is published until the closing date for responses. TERMINATION: The State of New Hampshire shall have the right to terminate the contract at any time with written notice to the successful Vendor a thirty (30) day written notice. VENDOR CERTIFICATIONS: All Vendors shall be duly registered as a vendor authorized to conduct business in the State of New Hampshire. STATE OF NEW HAMPSHIRE VENDOR APPLICATION: Prior to bid award, Vendors shall have a completed VENDOR CERTIFICATIONS: All Vendors shall be duly registered with the NH Bureau of Purchase and Property as State of New Hampshire vendors. All Vendors that are corporations, limited liability companies, or other limited liability business entities (this excludes sole proprietors and general partnerships) shall be duly registered with the New Hampshire Secretary of State to conduct business in the State of New Hampshire. • STATE OF NEW HAMPSHIRE VENDOR APPLICATION: To be eligible for a contract award, a Vendor must have a completed Vendor Application Package on file with the NH Bureau of Purchase and Property. See the following website for information on obtaining and filing the required forms (no fee: https://DAS.NH.Gov/Purchasing • NEW HAMPSHIRE SECRETARY OF STATE REGISTRATION: To be eligible for a contract award, a Vendor that is a corporation, limited liability company, or other limited liability business entity (this excludes sole proprietors and general partnerships) must be registered to conduct business in the State of New Hampshire AND in good standing with the NH Secretary of State. Please visit the following website to find out more about the requirements for registration with the NH Secretary of State: http://sos.nh.gov/Corp_Div.aspx • CONFIDENTIALITY & CRIMINAL RECORD: If Applicable, any employee or approved subcontractor of the Vendor who will be accessing or working with records of the State of New Hampshire shall be required to sign a Confidentiality and Non-Disclosure Agreement and a Release of Criminal Record Authorization Form. These forms shall be returned to the designated State agency prior to commencing any work. • CERTIFICATE OF INSURANCE: Prior to being awarded a contract the Vendor shall be required to submit proof of comprehensive general liability insurance coverage prior to performing any services for the State. The coverage shall insure against all claims of bodily injury, death or property damage in amounts of not less than $1,000,000 per occurrence and $2,000,000 aggregate. Coverage shall also include State of New Hampshire workers’ compensation insurance to the extent required by RSA Chapter 281-A. BID PRICES: Bid prices shall remain firm for the entire contract period and shall be in US dollars and shall include delivery and all other costs required by this bid invitation. Special charges, surcharges (including credit card transaction fees), or fuel charges of any kind (by whatever name) may not be added on at any time. Any and all charges shall be built into your bid price at the time of the bid. Unless otherwise specified, prices shall be F.O.B. DESTINATION, (included in the price bid), which means delivered to a state agency's receiving dock or other designated point as specified in this contract or subsequent purchase orders without https://das.nh.gov/Purchasing http://sos.nh.gov/Corp_Div.aspx Page 6 of 24 Contractor Initials ________ Date ________ additional charge. Shipments shall be made in order to arrive at the destination at a satisfactory time for unloading during receiving hours. Per Administrative Rule 606.01(e) “if there is a discrepancy between the unit price and the extension price in a response to an RFP, RFB or RFQ, the unit price shall be binding upon the vendor”. Price decreases shall become effective immediately as they become effective to the general trade or the Vendor’s best/preferred customer AUDITS AND ACCOUNTING: The successful Vendor shall allow representatives of the State of New Hampshire to have complete access to all records for the purpose of determining compliance with the terms and conditions of this bid invitation and in determining the award and for monitoring any resulting contract. At intervals during the contract term, and prior to the termination of the contract, the successful Vendor may be required to provide a complete and accurate accounting of all products and quantities ordered by each agency and institution and by political sub-divisions and authorized non-profit organizations. ESTIMATED USAGE: The quantities indicated in the offer section of this bid invitation are for evaluation purposes only. These quantities are indicated for informational purposes only and shall not be considered minimum or guaranteed quantities, nor shall they be considered maximum quantities. These quantities do not include any eligible participant usage. USAGE REPORTING: The successful Vendor shall be required to submit a quarterly and annual usage report for analysis for each state agency or eligible participant. Reports are due no later than 30 days after each end of each calendar quarter Bureau of Procurement Services, Erica Brisson and sent electronic to Erica.Brisson@das.nh.gov. At a minimum, the Report shall include: • Contract Number • Utilizing Agency and Eligible Participant • Services/Products Purchased (showing the manufacturer, item, part number, and the final cost.) • Recycling documentation with respect to content used in the manufacture, development and distribution process of goods and services sold. This report shall include but not be limited to: o Percentage of recycled materials contained within finished products o Percentage of waste recycled throughout the manufacturing process o Types and volume of packaging used for transport o Any associated material avoided and/or recycled as applicable under contract o A standardized reporting form will be provided after contract award • Total Cost of all Services/Products Purchased. Ability to sort by agency/eligible participant. • Preferred in Excel format ESTABLISHMENT OF ACCOUNTS: Each State of New Hampshire agency shall have its own individual customer account number. There may also be instances where divisions or bureaus within an agency will need their own individual customer account numbers. Should any State of New Hampshire agency place an order under the contract, the successful Vendor agrees to establish an account within three business days from the date the order is placed. However, there shall be no delay in any shipment; the agency shall receive the items ordered in accordance with the delivery time required under the “Delivery Time” section of this bid invitation, as if an account already exists for the agency. ELIGIBLE PARTICIPANTS: Political sub-divisions (counties, cities, towns, school districts, special district or precinct, or any other governmental organization), or any nonprofit agency under the provisions of section 501c of the federal internal revenue code, are eligible to participate under this contract whenever said sub-division or nonprofit agency so desires. These entities are autonomous and may participate at their sole discretion. In doing so, they are entitled to the prices established under the contract. However, they are solely responsible for their association with the successful Vendor. The State of New Hampshire assumes no liability between the successful Vendor and any of these entities. mailto:Erica.Brisson@das.nh.gov Page 7 of 24 Contractor Initials ________ Date ________ PAYMENT: Payment method (P-Card or ACH). Payments shall be made via ACH or Procurement Card (P-card = Credit Card) unless otherwise specified by the state of New Hampshire. Use the following link to enroll with the State Treasury for ACH payments: https://www.nh.gov/treasury/state-vendors/index.htm Eligible participants shall negotiate their own payment methods with the successful Vendor. INVOICING: Invoices shall be submitted to the corresponding State agency after completion of work. TERMS OF PAYMENT: Payment shall be made in full within thirty (30) days after receipt of the invoice and acceptance of the corresponding goods and/or services to the State’s satisfaction. VENDOR RESPONSIBILITY: The successful Vendor shall be solely responsible for meeting all terms and conditions specified in the bid, and any resulting contract. It is a prospective Vendor’s responsibility to access our VENDOR RESPONSIBILITY: The successful Vendor shall be solely responsible for meeting all terms and conditions specified in the bid and any resulting contract. All State of New Hampshire bid invitations and addenda to such bid invitations are advertised on our website at: https://apps.das.nh.gov/bidscontracts/bids.aspx It is a prospective Vendor’s responsibility to access our website to determine any bid invitation under which the Vendor desires to participate. It is also the Vendor’s responsibility to access our website for any posted addenda. The website is updated several times per day; it is the responsibility of the prospective Vendor to access the website frequently to ensure that no bidding opportunity or addendum is overlooked. It is the prospective Vendor’s responsibility to forward a signed copy of any addendum requiring the Vendor’s signature to the Bureau of Purchase and Property with the bid response. In preparation of a bid response, the prospective Vendor shall: • Provide pricing information as indicated in the “Offer” section; and • Provide all other information required for the bid response (if applicable); and • Complete the “Vendor Contact Information” section; and • Add applicable prospective Vendor information to the “Transmittal Letter” form, and sign the form in the space provided. The Transmittal Letter form must be signed under oath and acknowledged by a notary public or justice of the peace in order for the bid response to be considered. IF AWARDED A CONTRACT: The successful Vendor shall complete the following sections of the attached Agreement State of New Hampshire Form #P-37: Section 1.3 Contractor Name Section 1.4 Contractor Address Section 1.11 Contractor Signature (witnessed by a Notary Public or Justice of the Peace) Section 1.12 Name & Title of Contractor Signatory (if Vendor is not a sole proprietor) Section 1.13 Acknowledgement (completed or verified by the Notary Public or Justice of the Peace) • Provide certificate of insurance indicating the coverage amounts required by Section 14 of the Form Number P-37. • Provide proof of sufficient workers’ compensation insurance coverage or evidence of exemption from RSA Chapter 81-A. • If the successful Vendor is a corporation, limited liability company, or other limited liability business entity, then provide a certificate of good standing issued by the NH Secretary of State or, for a newly https://www.nh.gov/treasury/state-vendors/index.htm https://apps.das.nh.gov/bidscontracts/bids.aspx Page 8 of 24 Contractor Initials ________ Date ________ incorporated, formed, or registered entity, a copy of the appropriate registration document certified by the NH Secretary of State. SPECIFICATIONS: Complete specifications required are detailed in the SCOPE OF SERVICES section of this bid invitation. In responding to the bid invitation, the prospective Vendor shall address all requirements for information as outlined herein. SITE VISITATION: Prior to bidding, it is each Vendor's responsibility to become thoroughly familiar with the sites of the intended service, to determine everything necessary to accomplish the services. Failure of the Vendor to make a site visit does not relieve the Vendor of responsibility to fully understand what is necessary to accomplish a successful and complete services. SCOPE OF SERVICES: The successful Vendor(s) shall provide all supervision, labor, materials, transportation, tools, equipment, construction equipment and machinery necessary to satisfactorily complete the Plumbing and Pipefitting Services as identified below. The State of New Hampshire, Bureau of Purchase and Property is seeking to establish up to three (3) contracts per county to provide Plumbing and Pipefitting Services to state facilities located throughout the state. The services shall include all testing, scheduled maintenance, emergency repairs and other work necessary on the State’s plumbing systems. The Plumbing and Pipefitting services shall include, but are not limited to, the following: a) Installation and repair of plumbing fixtures b) Installation and repair of water supply and distribution piping c) Installation and repair of water heaters: gas, electric, solar and others d) Installation and repair of backflow prevention devices e) Installation and repair water pumps, tanks and systems f) Installation and repair drainage, waste and vent piping g) Installation and repair sewer and dewatering pump systems h) Installation and repair process piping and air distribution systems i) Installation and service of gas equipment j) Installation and service of gas piping, both natural gas and propane, and appliances k) Clean, trace and inspect drain lines l) Drain cleaning, jetting, pump station repair and installation m) Perform work on electrical, electronic and pneumatic control systems associated with plumbing systems. This may include subcontracting with a company that has access to any proprietary systems n) Install heating and cooling systems such as steam, hot water, forced air and others o) Perform all work associated with pipefitting systems and materials p) Other installations, repairs and maintenance work commonly performed by a plumbing and pipefitting contractor Individual projects are not to exceed $25,000 including all costs associated with any individual project, including supervision, labor, material, equipment, construction equipment, machinery and supplies etc. A Request for Quote (RFQ) and Statement of Work (SOW) shall be issued to each successful vendor. The Individual projects shall be awarded to the Vendor with the lowest not to exceed quotes based on contract rates meeting the RFQ/SOW requirements. Emergency plumbing repair projects will be based upon the Emergency/Repair Rates specified by the Vendor in the Offer Section. Page 9 of 24 Contractor Initials ________ Date ________ For emergency projects requiring immediate attention, the successful Vendor(s) shall work on a Time and Materials basis subject to review and approval by the by the requesting supervisor or manager. Agency will provide a brief summary of the emergency and select the Vendor who can be on site the soonest. All work performed under any ensuing contract(s) shall be scheduled by the requesting supervisor or manager. Unless the successful Vendor(s) are directed differently by the requesting project supervisor or manager, all materials, parts, and work shall be in compliance with specifications as detailed in Appendix A. All materials and supplies shall be invoiced at a markup not to exceed 10% over Vendor’s cost. A detailed receipt shall accompany each invoice. For Plumbing and Pipefitting Services issued on a fixed price basis, the following information is required on all invoices: Description of the project; Time frame indicated of when work was performed; Copy of original quote submitted to Project Manager; Provide supporting documentation of material costs and or subcontractor costs, not to exceed 10% mark up. For Emergency Plumbing and Pipefitting Repair Services awarded on a Time and Material basis, the following additional information must be included on all invoices: Description of the Work Number of hours per person worked including copies of time sheets; Copies of original receipts for all materials purchased, not to exceed 10% mark up, or costs incurred as a result of the scope of work. Invoices must be submitted to the State by the successful Vendor(s) at the rates quoted in the contract. If additional equipment is required beyond the equipment listed in the contract, they must be procured and billed to the project subject to prior approval of the Project Manager. All materials shall be invoiced not exceed 10% over the Vendor(s) cost. The successful Vendor(s) typical working hours under any resulting contract will range from 7:00 AM and 5:00 PM Monday through Friday, but occasions may arise which would require work to be performed before or after these hours, on weekends, or holidays. The typical working hours may vary by the type of facility or the operational needs of the State where work is being performed, and will be established in the RFQ/SOW of each project. The successful Vendor(s) shall notify the requesting State agency supervisor or manager of any maintenance related issues that are discovered while performing services. Permits are required for new and renovation construction based on the provisions of the current NH State Building Code and applicable amendments. For further information: https://www.nh.gov/safety/divisions/firesafety/building/state-building-permit-system.html The Vendor shall be responsible for obtaining permits, scheduling inspections, and being on site during inspection. The State agencies shall be invoiced for the permit, at no markup, as part of the services. The permit cost will be itemized on the detailed invoice at completion of work. The successful Vendor(s) shall give all notices and comply with all laws, ordinances, rules, regulations and lawful orders of any public authority bearing on the performance of the work. The successful Vendor(s) shall initiate, maintain and supervise all safety precautions and programs in connection with the work. The successful Vendor shall utilize lock out tag out services on plumbing systems in support of their construction or repair services. The person responsible for applying their lock or tag to isolate the system(s) shall have their name, company and contact number attached to the lock or written on the tag. The Successful Vendor shall coordinate with the State Project Manager before effecting any systems. The successful Vendor(s) shall take all reasonable precautions for the safety of, and shall provide all reasonable protection to prevent damage, injury or loss to: a) All employees of the work and all other persons who may be affected thereby; b) all the work and all materials and equipment to be incorporated therein, whether in storage on or off-the site, under the care; custody or control of the successful Vendor(s) or any of their https://www.nh.gov/safety/divisions/firesafety/building/state-building-permit-system.html Page 10 of 24 Contractor Initials ________ Date ________ subcontractor(s); and c) other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavement, roadway structures and utilities not designated for removal, relocation or replacement in the course of construction. The successful Vendor(s) shall give all notices and comply with all applicable laws, ordinances, rules, regulations and lawful orders of any public authority bearing on the safety of persons or property or their protection from damage, injury or loss. The successful Vendor(s) shall erect and maintain; as required by existing conditions and progress of the work, all reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent utilities. The successful Vendor(s) shall provide and maintain; as required any traffic control measures to ensure safety to employees and the public. The successful Vendor(s) shall also be aware of laws and regulations relating to hazardous materials that may be encountered during construction operations. The health and safety of employees, the general public, and the potential of damage to the overall environment is possible if hazardous materials are not recognized, reported, and the appropriate action taken to dispose of, remove from the site, or otherwise contain the possible contaminants. If any abnormal condition is encountered or exposed that indicates the presence of a hazardous material or toxic waste, construction operations shall be immediately suspended in the project area and the Project Manager notified. No further work shall be conducted in the area of the contaminated material until the site has been investigated and the State has given approval to continue the work in the area. The Contractor shall fully cooperate with the State and perform any remedial work as directed. Work shall continue in other areas of the Project unless otherwise directed. The successful Vendor(s) shall provide adequate supervision of their employees to ensure complete and satisfactory performance of all work in accordance with the terms of the contract. The successful Vendor(s) shall pre-mark areas of any intended excavation in accordance with NH PUC 806 and notify NH Dig Safe. The successful Vendor(s) shall comply with all NH Public Utilities 800, Underground Utility Damage Prevention Program Rules. The successful Vendor(s) shall make service available twenty-four hours per day, seven days per week for emergency plumbing repair services. The successful Vendor(s) shall provide one (1) dispatch telephone number or other electronic means of communicating that shall be available 24/7 for emergencies. The successful Vendor(s) shall execute the work by methods that minimize raising dust from construction operations. The successful Vendor(s) shall provide positive means to prevent air borne dust from dispersing into the atmosphere. The successful Vendor(s) shall provide methods, means, and facilities to minimize noise from demolition and noise produced by construction operations. The successful Vendor(s) shall provide methods, means, and facilities to prevent contamination of soil, water, and atmosphere from discharge of noxious, toxic substances, and pollutants produced by construction operations. The successful Vendor(s) shall comply with pollution and environmental control requirements of authorities having jurisdiction. The successful Vendor(s) shall employ sufficient number of trained personnel so that all request for plumbing repair service calls are answered within the required time limitations. Page 11 of 24 Contractor Initials ________ Date ________ The successful Vendor(s) shall provide high quality technicians with adequate raining to resolve all the inspections or repair issues encountered. All technicians used by the contractor in contract performance must be licensed plumbers and pipefitters & Gasfitters (as appropriate for the work) for the State of New Hampshire. The successful Vendor(s) shall respond by phone or other electronic device to all non-emergency plumbing repair service calls within eight (8) hours after report of occurrence. The successful Vendor(s) shall respond by phone or other electronic device to all emergency plumbing repair service calls within fifteen (15) minutes of reported occurrence. The successful Vendor(s) shall physically respond to the site within four (4) hours of receipt of notification from the State. The successful Vendor(s) equipment shall be the size and type appropriate for completing the various types of plumbing work. The successful Vendor(s) shall ensure that any equipment considered by the Project manager or supervisor to be improper or inadequate for the purpose is removed from the site and replaced with satisfactory equipment. The successful Vendor(s) shall ensure that all materials shall be of the best quality, all work is completed in a professional manner, and all aspects of the project are delivered in good working order, complete and perfect in every respect. All materials and equipment shall be new unless otherwise specified and all plumbing and pipefitting services shall be good quality free from faults and defects. The Vendor(s) shall keep the premises free from accumulation of waste materials or rubbish. At the completion of the project they shall remove all their waste materials and rubbish from and about the project as well as all their tools, construction equipment, machinery any surplus materials and shall leave the premises in a clean and satisfactory condition at all times. The successful Vendor(s) shall supervise and direct the work, using their best skill and attention. The successful Vendor(s) shall be solely responsible for all construction means, methods, techniques, sequences and procedures and for coordinating all portion of the work. All aspects of the project shall be subject to the inspection and approval of the State. The successful Vendor(s) guarantees to repair, replace, re-execute or otherwise correct any defect in workmanship, materials, of the like that fails to conform to the requirements of the State, or that appear during the progress of the work or within one year of final acceptance by the State. The successful Vendor(s) shall be responsible to the State for the acts and omissions of their employees, subcontractors and their agents and employees and other persons performing any of the work under a contract. The successful Vendor(s) shall acquaint themselves with the limits of the property or right-of-way of the State and shall not trespass on other property. The successful Vendor(s) shall adequately protect the project, adjacent property and the public, and shall be responsible for any damage or injury due to the successful Vendor(s) act or neglect, and shall save the State harmless in respect thereto. All work shall be done in such a manner as not to interfere with the State’s operating functions. The successful Vendor(s) and their employees shall familiarize themselves and comply with all rules and regulations applicable to each project. While on State property, employees shall be subject to the control of the State, but under no circumstances shall such persons be deemed to be employees of the State. Vendors shall have a minimum of three years’ experience completing plumbing and pipefitting services as described herein. Each Vendor shall provide as part of their bid submission a list of three references from other companies where they have successfully completed Plumbing and Pipefitting Services. Each Vendor certifies that they are authorized to use the names of the references that they provide and they agree that the State of New Hampshire may contact them to discuss the reference. Proof of plumbing license(s) shall be made available upon request of the Vendor and their employees. Page 12 of 24 Contractor Initials ________ Date ________ All services performed under this Contract(s) shall be performed between the hours of 7:30 A.M. and 4:00 P.M unless other arrangements are made in advance with the State. Any deviation in work hours shall be pre- approved by the Contracting Officer. The State requires ten-day advance knowledge of said work schedules to provide security and access to respective work areas. No premium charges shall be paid for any off-hour work. The Vendor shall not commence work until a conference is held with each agency, at which representatives of the Vendor and the State are present. The conference shall be arranged by the requesting agency (State). The State shall require correction of defective work or damages to any part of a building or its appurtenances when caused by the Vendor’s employees, equipment or supplies. The Vendor shall replace in satisfactory condition all defective work and damages rendered thereby or any other damages incurred. Upon failure of the Vendor to proceed promptly with the necessary corrections, the State may withhold any amount necessary to correct all defective work or damages from payments to the Vendor. The work staff shall consist of qualified persons completely familiar with the products and equipment they shall use. The Contracting Officer may require the Vendor to dismiss from the work such employees as deems incompetent, careless, insubordinate, or otherwise objectionable, or whose continued employment on the work is deemed to be contrary to the public interest or inconsistent with the best interest of security and the State. The Vendor or their personnel shall not represent themselves as employees or agents of the State. All personnel shall observe all regulations or special restrictions in effect at the State Agency. The Vendor’s personnel shall be allowed only in areas where services are being performed. The use of State telephones is prohibited. If sub-contractors are to be utilized, please include information regarding the proposed sub-contractors including the name of the company, their address, contact person and three references for clients they are currently servicing. Approval by the State must be received prior to a sub-contractor starting any work. WARRANTY REQUIREMENTS: The successful Vendor shall be required to provide warranties on all equipment provided by the Vendor for a period of not less than one (1) year or the manufacturer’s standard warranty period, whichever is greater, commencing on the date that the equipment is received, inspected, and accepted by the State of New Hampshire. The warranty shall cover 100% of repair or replacement costs, including all parts, shipping, labor, travel, lodging, and expenses. OBLIGATIONS AND LIABILITY OF THE VENDOR: The successful Vendor shall perform all work and furnish all materials, tools, equipment and safety devices necessary to perform the requested services in the manner and within the time hereinafter specified. The Vendor shall provide said services to the satisfaction of the State and in accordance with the specifications and at the price set forth herein. All work to be performed and all equipment to be furnished pursuant to the Scope of Services included herein shall be performed and furnished in strict accordance with the specifications included herein, the terms of any contract awarded as a result of this solicitation, any associated contract drawings, and the directions of State representatives as may be given from time to time while the work is in progress. The successful Vendor shall take full responsibility for the work to be performed pursuant to the Scope of Services included herein; for the protection of said work; and for preventing injuries to persons and damage to property and utilities on or about said work. The Vendor shall in no way be relieved of such responsibility by any authority of the State to give permission or issue orders relating to any part of the work, by any such permission given or orders issued, or by any failure of the State to give such permission or issue such orders. The successful Vendor shall bear all losses accruing to the Vendor as a result of the amount, quality, or character of the work required, or because the nature or characteristics of the work location is different from what the Vendor estimated or expected, or due to delays or other complications caused by the weather, elements, or other natural causes. Page 13 of 24 Contractor Initials ________ Date ________ The successful Vendor agrees that any damage or injury to any buildings, materials, equipment, or other property resulting from the Vendor’s performance of the requested services shall be repaired at the Vendor’s own expense so that such buildings, materials, equipment, or other property are satisfactorily restored to their prior condition. Disaster Recovery Do you provide emergency preparedness plan to aid the State during an emergency or disaster recovery with specifics as to response time, availability of supplies and goods and services offered? Yes or No If yes, please include hard copy and/or link to website for further information. This information is not considered part of award criteria and is considered informational only. OFFER: Vendor hereby offers to perform the Plumbing and Pipefitting Services to the State of New Hampshire as specified at the schedule of rates quoted in Attachment C, in complete accordance with general and detailed specifications included herewith. These rates are inclusive of all fees and expenses including mileage and travel time. The hourly rate shall start when the Vendor(s) personnel arrive at the work site and when the Vendor(s) personnel leave the work site. Vendors may bid on any of the ten counties listed in Attachment C – Offer sheet. Vendors may select a specific county or may bid on all ten (10) counties. It is not required that a vendor submit a bid for all ten (10) counties listed to have a compliant bid. Bid sections must be filled out completely (all line items offered) to have a compliant bid. SITE LOCATIONS: The following locations are a representation of potential services within a designated county, this is not a comprehensive list of every State facility in each county. Vendors shall be expected to provide services to all State facilities in the counties awarded in any contract. The State of New Hampshire reserves the right to add locations to this list at the contracted price or to delete locations, as needed. Name/Facility Address Town COOS COUNTY Dept. of Natural and Cultural Resources - Jericho Mtn. State Park 298 Jericho Lake Road Berlin Dept. of Corrections- Northern Correctional Facility Milan Rd Berlin NH Employment Security 151 Pleasant St Berlin NHDOT Bridge Maintenance Crew 2 790 Route 3 Carroll Dept. of Natural and Cultural Resources - Beaver Brook State Park Route 145 Colebrook Dept. of Business & Economic Affairs - Colebrook SRA/WIC Rte. 3 , 2 Dion Drive Colebrook Dept. of Natural and Cultural Resources - Forest Lake State Park Forest Lake Road Dalton Dept. of Natural and Cultural Resources - Dixville Notch State Park Route 26 Dixville Dept. of Natural and Cultural Resources - Androscoggin Wayside Route 16 Errol Dept. of Natural and Cultural Resources - Mollidgewock State 1437 Berlin Road, Rt. 16 Errol Page 14 of 24 Contractor Initials ________ Date ________ Park Dept. of Natural and Cultural Resources - Umbagog State Park Route 16 Errol Dept. of Natural and Cultural Resources - Moose Brook State Park 30 Jimtown Road Gorham DAS Bureau of Court Facilities – Coos County Superior 55 School Street Lancaster Dept. of Natural and Cultural Resources - Weeks State Park Rte. 3 , 2 Dion Drive Lancaster NHDOT Bridge Maintenance Crew 1 111 Middle Street Lancaster Dept. of Natural and Cultural Resources - Mt. Washington State Park Summit of Mt. Washington Pinkham Notch Dept. of Natural and Cultural Resources - Connecticut Lakes Headwaters 435 River Road Pittsburg Dept. of Natural and Cultural Resources - Deer Mtn. State Park 5309 Main Street Pittsburg Dept. of Natural and Cultural Resources - Great North Woods Regional Office 435 River Road Pittsburg Dept. of Natural and Cultural Resources - Lake Francis State Park 439 River Road Pittsburg Dept. of Natural and Cultural Resources - Milan Hill State Park 39 River Road Pittsburg Dept. of Natural and Cultural Resources - Coleman State Park 1155 Diamond Pond Stewartstown Dept. Environmental Services- Murphy Damn Control Operator House 11 Murphy Dam Road Pittsburg Dept. of Environmental Services – Regional Office 80 Glen Road Gorham GRAFTON COUNTY Dept. of Natural and Cultural Resources - Wellington State Park 650 West Shore Road Alexandria Dept. of Natural and Cultural Resources - Lafayette Campground Franconia Notch State Park Franconia Dept. of Natural and Cultural Resources - Cannon Mountain Ski Area 260 Tramway Drive Franconia DAS Bureau of Court Facilities – NH Circuit Court- Lebanon 38 Centerra Parkway Lebanon Dept. of Business & Economic Affairs - Lebanon SRA/WIC I-89 South Bound-South of Exit 19 Lebanon Dept. of Natural and Cultural Resources - Flume Gorge 852 Daniel Webster Hwy Lincoln Dept. of Business & Economic Affairs - Littleton WIC Route 18, I-93 Exit 44 Littleton Dept. of Natural and Cultural Resources - Mt. Cardigan State Park Off Route 18 Orange DAS Bureau of Court Facilities – NH 26 Green Street Plymouth Page 15 of 24 Contractor Initials ________ Date ________ Circuit Court – Plymouth NHDOT Bridge Maintenance Crew 10 43 Old North Groton Road Rumney CARROLL COUNTY DAS Bureau of Court Facilities – NH Circuit Court – Conway 35 East Conway Rd., Rte 302 Center Conway Dept. of Natural and Cultural Resources - Echo Lake State Park/Catherderal Ledge 60 Echo Lake Road Conway NH Employment Security 518 White Mt Hwy Conway Dept. of Natural and Cultural Resources - Crawford Notch State Park 2057 US Rte 302 Harts Location Dept. of Business & Economic Affairs - N. Conway WIC 3654 White Mtn Highway, NH Rte 16- 2 miles north of Conway Village Intervale NHDOT Bridge Maintenance Crew 8 16 Hodsdon Shore Road Ossipee DAS Bureau of Court Facilities – Carroll County Superior 96 Water Street Ossipee Dept. of Natural and Cultural Resources - White Lake State Park 1632 White Mtn Hwy Tamworth Dept. of Natural and Cultural Resources - Wentworth State Park 305 Gov. Wentworth Hwy Wolfeboro BELKNAP COUNTY DAS Bureau of Court Facilities – NH Circuit Court – Laconia 26 Academy Street Laconia Dept. of Natural and Cultural Resources - Right Way Path Laconia Dept. of Business & Economic Affairs - Sanbornton WIC I-93 Northbound - Mile Marker 61 Sanbornton DAS General Services - Laconia Campus 1 Right Path Way Laconia NHDOT Bridge Maintenance Crew 3 98 DOT Drive New Hampton Veterans Home 139 Winter Street Tilton NH Employment Security 426 Union Ave Laconia SULLIVAN COUNTY DAS General Services - Claremont Campus 17 Water Street Claremont NH Employment Security 404 Washington St Claremont Dept. of Business & Economic Affairs - Springfield WIC I-89 Northbound - Mile Marker 42- North of Exit 12A Springfield NHDOT Bridge Maintenance Crew 4 95 Nutting Road Sunapee Dept. of Natural and Cultural Resources - Pillsbury State park 100 Pillsbury Park Road Washington Dept. of Environmental Services – 93 Elm Street Lakeport Page 16 of 24 Contractor Initials ________ Date ________ Lakeport Dam Control Operator House MERRIMACK COUNTY Dept. of Natural and Cultural Resources - Bear Brook State Park 157 Deerfield Rd Allenstown Dept. of Natural and Cultural Resources - DNCR Warehouse 3 CCC Circle Off Deerfield Rd. Allenstown NHDOT District 5 Patrol Shed 506 249 Pinewood Road Allenstown NHDOT Bridge Maintenance Crew 5 269 River Road Allenstown NHDOT District 5 Patrol Shed 505 1266 Route 3A Bow Dept. of Business & Economic Affairs - Canterbury WIC I-93 Northbound - north of Exit 18 Canterbury NHDOT District 5 Patrol Shed 525 123 West Road Canterbury NHDOT District 5 Patrol Shed 503 16 Deermeadow Road Chichester NHDOT Bridge Maintenance Crew 13C Storage 16 Deer Meadow Road Chichester DAS Bureau of Court Facilities – NH Circuit Court – Concord 32 Clinton Street Concord DAS Bureau of Court Facilities – Merrimack County Superior 5 Court Street Concord Dept. of Corrections -NHCFW Perimter Road Concord Dept. of Corrections - NHSP-M N State St Concord Dept. of Corrections- NEH N State St Concord Dept. of Corrections - TWC N State St Concord Dept. of Corrections - PPO Office N State St Concord Dept. of Corrections - Shea Farm Iron Works Rd Concord DAS General Services - Bridges House 21 Mountain Rd Concord DAS General Services - Department of Justice 33 Capitol Street Concord DAS General Services - Department of Motor Vehicles 23 Hazen Drive Concord DAS General Services - DOT- Materials 5 Hazen Drive Concord DAS General Services - DOT - Mechanical Services 226 Sheep Davis Rd Concord DAS General Services - Emergency Operations Center 110 Smokey Bear Blvd Concord DAS General Services - Fish and Game Hazen Drive Concord DAS General Services - Health & Human Services 27/29 Hazen Drive Concord DAS General Services - Johnson Hall 107 Pleasant St Concord DAS General Services - Legislative Office Building 33 North State St Concord DAS General Services - Londergan Hall 101 Pleasant St Concord DAS General Services - M & S Building 109 Pleasan St Concord DAS General Services - Morton 7 Hazen Drive Concord Page 17 of 24 Contractor Initials ________ Date ________ Building DAS General Services - Old Labor Building 19 Pillsbury St Concord DAS General Services - Old Revenue Building 61 So Spring St Concord DAS General Services - Records & Archives 71 So Fruit St Concord DAS General Services - Safety Building 33 Hazen Dr Concord DAS General Services - Spaulding Hall 95 Pleasant St Concord DAS General Services - State House 107 N Main St Concord DAS General Services - State Library 20 Park St Concord DAS General Services - Supreme Court Building Noble Drive Concord DAS General Services - Upham Walker Building 18 Park St Concord DAS General Services - Walker Building 21 S Fruit St Concord Bureau of Facilities & Assets - Warehouse 12 Hills Ave Concord Bureau of Facilities & Assets - Dolloff 117 Pleasant St Concord Bureau of Facilities & Assets - Main 105 Pleasant St Concord Bureau of Facilities & Assets - Annex 115 Pleasant St Concord Bureau of Facilities & Assets - Thayer 97 Pleasant St Concord Bureau of Facilities & Assets - Laundry 127 Pleasant St Concord Bureau of Facilities & Assets - Transportation Garage 127 A Pleasant St Concord Bureau of Facilities & Assets - Liberty House 119 Pleasant St Concord Bureau of Facilities & Assets - Brown Building 129 Pleasant St Concord Bureau of Facilities & Assets - Philbrook 121 South Fruit St Concord NHDOT Bureau of Traffic 18 Smokey Blvd Concord NH Employment Security 45 S. Fruit St Concord NH Police Standards & Training 17 Institute Drive Concord DAS Bureau of Court Facilities – NH Circuit Court – Franklin 7 Hancock Terrace Franklin NHDOT Bridge Maintenance Crew 13 13 Range Road Franklin NHDOT Bridge Maintenance Crew 13B Storage 38 Salisbury Road Franklin NHDOT District 5 Patrol Shed 504 57 State Shed Road Henniker NHDOT District 5 Patrol Shed 508 2 Peters Brook Road Hooksett NHDOT Bridge Maintenance Crew 4N Storage 63 Dump Road New London Dept. of Natural and Cultural 1460 Rte 103 Newbury Page 18 of 24 Contractor Initials ________ Date ________ Resources - Sunapee State Park Dept. of Business & Economic Affairs - Sutton WIC I-89 Southbound - 1 mile south of Exit 10 Sutton Dept. of Natural and Cultural Resources - Wadleigh State Park Route 114 Sutton Dept. of Natural and Cultural Resources - Rollins State Park Rte 103 Warner NHDOT District 5 Patrol Shed 526 35 Warner Road Warner Dept. of Natural and Cultural Resources - Winslow Lake State Park 475 Kearsarge Valley Rd Wilmont STRAFFORD COUNTY DAS Bureau of Court Facilities – NH Circuit Court – Dover 25 St. Thomas Street Dover NHDOT District 6 Patrol Shed 606 50 Gerrish Rd Dover NHDOT District 6District Office 271 Main Street Durham NHDOT District 6 Patrol Shed 603 25 Cemetery Rd Gonic NHDOT District 6 Patrol Shed 605 65 Pinkham Rd Lee NHDOT District 6 Patrol Shed 601 245 White Mountain Hwy Milton DAS Bureau of Court Facilities – NH Circuit Court – Rochester 76 No. Main Street Rochester NH Employment Security 6 Marsh Brook Drive Somersworth NHDOT District 6 Patrol Shed 602 1011 Parker Mountain Rd Strafford ROCKINGHAM COUNTY DAS Bureau of Court Facilities – Rockingham Superior #10 Route 125 Brentwood NHDOT District 5 Patrol Shed 509 376 Old Candia Road Candia NHDOT District 5 Patrol Shed 513 825 Raymond Road Chester DAS Bureau of Court Facilities – NH Circuit Court – Derry 10 Courthouse Lane Derry Dept. of Natural and Cultural Resources - Robert Frost Farm Route 28 Derry NHDOT District 5 Patrol Shed 528 41A Kendall Pond Road Derry NHDOT District 6 Patrol Shed 608 73 Coffin Rd Epping NHDOT Bridge Maintenance Crew 11 73 Old Hedding Road Epping NHDOT District 6 Patrol Shed 607 253 Epping Rd Exeter DAS Bureau of Court Facilities – NH Circuit Court – Hampton 3 Timber Swamp Rd Hampton Dept. of Natural and Cultural Resources - Kingston State Park 126 Main Street Kingston NHDOT District 6 Patrol Shed 611 65 Mill Rd Kingston NHDOT District 5 Patrol Shed 512 469 Mammoth Road Londonderry NHDOT District 5 Patrol Shed 516 4 West Road Londonderry NHDOT District 6 Patrol Shed 609 39 Route 108 Newfields NHDOT Bridge Maintenance Crew 6 39 Route 108 Newfields NHDOT District 6 Patrol Shed 612 - 143 South Rd North Hampton Dept. of Natural and Cultural Resources - Northwood Meadows Route 4 Northwood Page 19 of 24 Contractor Initials ________ Date ________ State Park NHDOT District 6 Patrol Shed 604 1159 1st NH Turnpike Northwood Dept. of Natural and Cultural Resources - Pawtuckaway State Park 128 Mountain Road Nottingham Dept. of Natural and Cultural Resources - Wentworth Collidge Mansion 375 Little Harbor Road Portsmouth DAS Bureau of Court Facilities – NH Circuit Court – Portsmouth 111 Parrot Avenue Portsmouth NHDOT Bridge Maintenance Crew 15 10 Ranger Way Portsmouth NH Employment Security 2000 Lafayette Rd Portsmouth Dept. of Natural and Cultural Resources - Odiorne Point State Park Route 1A Rye Dept. of Natural and Cultural Resources - Rye Harbor State Park Off Route 1A Rye Dept. of Natural and Cultural Resources - Seacoast Science Center 570 Ocean Blvd Rye Dept. of Natural and Cultural Resources - Wallis Sands State Park 900 Ocean Blvd Rye NHDOT District 6 Patrol Shed 610 61 Dow Lane Rye Dept. of Business & Economic Affairs - Salem WIC I-93 Northbound, before Exit 1 Salem NHDOT District 5 Patrol Shed 514 54 Shadow Lake Road Salem NH Employment Security 29 South Broadway Salem Dept. of Business & Economic Affairs - Seabrook SRA/WIC i-95 North Bound Seabrook HILLSBOROUGH COUNTY NHDOT Bridge Maintenance Crew 7 455 Keene Road Antrim NHDOT District 5 Patrol Shed 511 6 East Point Drive Bedford NH DOT District 5 Office 16 East Point Drive Bedford NHDOT Bridge Maintenance Crew 14 8 Eastpoint Drive Bedford NHDOT- District 5 Patrol Shed 507 93 Church Street Goffstown Dept. of Natural and Cultural Resources - Greenfield State Park Campground Road Greenfield Dept. of Natural and Cultural Resources - Franklin Pierce Homestead Route 31 Hillsborough Dept. of Natural and Cultural Resources - Silver Lake State Park 138 Silver Lake Rd Hollis NHDOT District 5 Patrol Shed 515 224 Depot Road Hollis DAS Bureau of Court Facilities – NH Circuit Court – Manchester 35 Amherst Street Manchester DAS Bureau of Court Facilities – Hillsborough County Superior – North 300 Chestnut Street Manchester NHDOT District 5 Patrol Shed 527 Route 101 East Manchester Page 20 of 24 Contractor Initials ________ Date ________ NH Department of Corrections - Calumet House Lowell St Manchester DAS Bureau of Court Facilities – NH Circuit Court – Merrimack 4 Baboosic Lake Road Merrimack DAS Bureau of Court Facilitires – NH Circuit Court – Milford 4 Meadowbrook Drive Milford NHDOT District 5 Patrol Shed 510 33 Buxton Road Milford DAS Bureau of Court Facilities – Hillsborough County Superior – South 30 Spring Street Nashua NH Employment Security 6 Townsend West Nashua CHESHIRE COUNTY Dept. of Natural and Cultural Resources -Chesterfield Gorge 1823 Route 9 Chesterfield Dept. of Natural and Cultural Resources -Rhododedron 424 Rockwood Pond Fitzwilliam DAS Bureau of Court Facilities – NH Circuit Court – Jaffrey 84 Peterborough Street Peterborough Dept. of Natural and Cultural Resources -Gilson Pond Campground 585 Dublin Road Jaffrey Dept. of Natural and Cultural Resources -Monadnock State Park 169 Poole Road Jaffrey Dept. of Natural and Cultural Resources -Miller State Park Route 101 Peterborough Vendors must provide hourly rates for each item listed in the Offer Section by county they choose to bid on. Partial bids will not be considered. VENDOR CONTACT INFORMATION: Please provide contact information below for a person knowledgeable of and who can answer questions regarding, this bid response. ____________________________________ _______________________ __________________________ Contact Person Local Telephone Number Toll Free Telephone Number ____________________________________________ _________________________________ E-mail Address Company Website __________________________________________ _______ __________________________________________________ Vendor Company Name Vendor Address ATTACHMENTS: The following attachments are an integral part of this bid invitation: Attachment A: P37 Attachment B: Specifications Attachment C: Plumbing and Pipefitting Services Offer Sheet Note: To be considered, bid shall be signed and notarized on front cover sheet in the space provided. Page 21 of 24 Contractor Initials ________ Date ________ ATTACHMENT A SAMPLE FORM TO BE COMPLETED UPON AWARD FORM NUMBER P-37 (version 11/7/2019) AGREEMENT The State of New Hampshire and the Contractor hereby mutually agree as follows: GENERAL PROVISIONS 1. IDENTIFICATION. 1.1 State Agency Name 1.2 State Agency Address 1.3 Contractor Name 1.4 Contractor Address 1.5 Contractor Phone Number 1.6 Account Number 1.7 Completion Date 1.8 Price Limitation 1.9 Contracting Officer for State Agency 1.10 State Agency Telephone Number 1.11 Contractor Signature Date: 1.12 Name and Title of Contractor Signatory 1.13 State Agency Signature Date: 1.14 Name and Title of State Agency Signatory 1.15 Approval by the N.H. Department of Administration, Division of Personnel (if applicable) By: Director, On: 1.16 Approval by the Attorney General (Form, Substance and Execution) (if applicable) By: On: 1.17 Approval by the Governor and Executive Council (if applicable) G&C Item number: G&C Meeting Date: Notice: This agreement and all of its attachments shall become public upon submission to Governor and Executive Council for approval. Any information that is private, confidential or proprietary must be clearly identified to the agency and agreed to in writing prior to signing the contract. Page 22 of 24 Contractor Initials ________ Date ________ 2. SERVICES TO BE PERFORMED. The State of New Hampshire, acting through the agency identified in block 1.1 (“State”), engages contractor identified in block 1.3 (“Contractor”) to perform, and the Contractor shall perform, the work or sale of goods, or both, identified and more particularly described in the attached EXHIBIT B which is incorporated herein by reference (“Services”). 3. EFFECTIVE DATE/COMPLETION OF SERVICES. 3.1 Notwithstanding any provision of this Agreement to the contrary, and subject to the approval of the Governor and Executive Council of the State of New Hampshire, if applicable, this Agreement, and all obligations of the parties hereunder, shall become effective on the date the Governor and Executive Council approve this Agreement as indicated in block 1.18, unless no such approval is required, in which case the Agreement shall become effective on the date the Agreement is signed by the State Agency as shown in block 1.14 (“Effective Date”). 3.2 If the Contractor commences the Services prior to the Effective Date, all Services performed by the Contractor prior to the Effective Date shall be performed at the sole risk of the Contractor, and in the event that this Agreement does not become effective, the State shall have no liability to the Contractor, including without limitation, any obligation to pay the Contractor for any costs incurred or Services performed. Contractor must complete all Services by the Completion Date specified in block 1.7. 4. CONDITIONAL NATURE OF AGREEMENT. Notwithstanding any provision of this Agreement to the contrary, all obligations of the State hereunder, including, without limitation, the continuance of payments hereunder, are contingent upon the availability and continued appropriation of funds affected by any state or federal legislative or executive action that reduces, eliminates or otherwise modifies the appropriation or availability of funding for this Agreement and the Scope for Services provide in EXHIBIT B, in whole or in part. In no event shall the State be liable for any payments hereunder in excess of such available appropriated funds. In the event of a reduction or termination of appropriated funds, the State shall have the right to withhold payment until such funds become available, if ever, and shall have the right to reduce or terminate the Services under this Agreement immediately upon giving the Contractor notice of such reduction or termination. The State shall not be required to transfer funds from any other account or source to the Account identified in block 1.6 in the event funds in that Account are reduced or unavailable. 5. CONTRACT PRICE/PRICE LIMITATION/ PAYMENT. 5.1 The contract price, method of payment, and terms of payment are identified and more particularly described in EXHIBIT C which is incorporated herein by reference. 5.2 The payment by the State of the contract price shall be the only and the complete reimbursement to the Contractor for all expenses, of whatever nature incurred by the Contractor in the performance hereof, and shall be the only and the complete compensation to the Contractor for the Services. The State shall have no liability to the Contractor other than the contract price. 5.3 The State reserves the right to offset from any amounts otherwise payable to the Contractor under this Agreement those liquidated amounts required or permitted by N.H. RSA 80:7 through RSA 80:7-c or any other provision of law. 5.4 Notwithstanding any provision in this Agreement to the contrary, and notwithstanding unexpected circumstances, in no event shall the total of all payments authorized, or actually made hereunder, exceed the Price Limitation set forth in block 1.8. 6. COMPLIANCE BY CONTRACTOR WITH LAWS AND REGULATIONS/ EQUAL EMPLOYMENT OPPORTUNITY. 6.1 In connection with the performance of the Services, the Contractor shall comply with all applicable statutes, laws, regulations, and orders of federal, state, county or municipal authorities which impose any obligation or duty upon the Contractor, including, but not limited to, civil rights and equal employment opportunity laws. In addition, if this Agreement is funded in any part by monies of the United States, the Contractor shall comply with all federal executive orders, rules, regulations and statutes, and with any rules, regulations and guidelines as the State or the United States issue to implement these regulations. The Contractor shall also comply with all applicable intellectual property laws. 6.2 During the term of this Agreement, the Contractor shall not discriminate against employees or applicants for employment because of race, color, religion, creed, age, sex, handicap, sexual orientation, or national origin and will take affirmative action to prevent such discrimination. 6.3. The Contractor agrees to permit the State or United States access to any of the Contractor’s books, records and accounts for the purpose of ascertaining compliance with all rules, regulations and orders, and the covenants, terms and conditions of this Agreement. 7. PERSONNEL. 7.1 The Contractor shall at its own expense provide all personnel necessary to perform the Services. The Contractor warrants that all personnel engaged in the Services shall be qualified to perform the Services, and shall be properly licensed and otherwise authorized to do so under all applicable laws. 7.2 Unless otherwise authorized in writing, during the term of this Agreement, and for a period of six (6) months after the Completion Date in block 1.7, the Contractor shall not hire, and shall not permit any subcontractor or other person, firm or corporation with whom it is engaged in a combined effort to perform the Services to hire, any person who is a State employee or official, who is materially involved in the procurement, administration or performance of this Agreement. This provision shall survive termination of this Agreement. 7.3 The Contracting Officer specified in block 1.9, or his or her successor, shall be the State’s representative. In the event of any dispute concerning the interpretation of this Agreement, the Contracting Officer’s decision shall be final for the State. Page 23 of 24 Contractor Initials ________ Date ________ 8. EVENT OF DEFAULT/REMEDIES. 8.1 Any one or more of the following acts or omissions of the Contractor shall constitute an event of default hereunder (“Event of Default”): 8.1.1 failure to perform the Services satisfactorily or on schedule; 8.1.2 failure to submit any report required hereunder; and/or 8.1.3 failure to perform any other covenant, term or condition of this Agreement. 8.2 Upon the occurrence of any Event of Default, the State may take any one, or more, or all, of the following actions: 8.2.1 give the Contractor a written notice specifying the Event of Default and requiring it to be remedied within, in the absence of a greater or lesser specification of time, thirty (30) days from the date of the notice; and if the Event of Default is not timely cured, terminate this Agreement, effective two (2) days after giving the Contractor notice of termination; 8.2.2 give the Contractor a written notice specifying the Event of Default and suspending all payments to be made under this Agreement and ordering that the portion of the contract price which would otherwise accrue to the Contractor during the period from the date of such notice until such time as the State determines that the Contractor has cured the Event of Default shall never be paid to the Contractor; 8.2.3 give the Contractor a written notice specifying the Event of Default and set off against any other obligations the State may owe to the Contractor any damages the State suffers by reason of any Event of Default; and/or 8.2.4 give the Contractor a written notice specifying the Event of Default, treat the Agreement as breached, terminate the Agreement and pursue any of its remedies at law or in equity, or both. 8.3. No failure by the State to enforce any provisions hereof after any Event of Default shall be deemed a waiver of its rights with regard to that Event of Default, or any subsequent Event of Default. No express failure to enforce any Event of Default shall be deemed a waiver of the right of the State to enforce each and all of the provisions hereof upon any further or other Event of Default on the part of the Contractor. 9. TERMINATION. 9.1 Notwithstanding paragraph 8, the State may, at its sole discretion, terminate the Agreement for any reason, in whole or in part, by thirty (30) days written notice to the Contractor that the State is exercising its option to terminate the Agreement. 9.2 In the event of an early termination of this Agreement for any reason other than the completion of the Services, the Contractor shall, at the State’s discretion, deliver to the Contracting Officer, not later than fifteen (15) days after the date of termination, a report (“Termination Report”) describing in detail all Services performed, and the contract price earned, to and including the date of termination. The form, subject matter, content, and number of copies of the Termination Report shall be identical to those of any Final Report described in the attached EXHIBIT B. In addition, at the State’s discretion, the Contractor shall, within 15 days of notice of early termination, develop and submit to the State a Transition Plan for services under the Agreement. 10. DATA/ACCESS/CONFIDENTIALITY/ PRESERVATION. 10.1 As used in this Agreement, the word “data” shall mean all information and things developed or obtained during the performance of, or acquired or developed by reason of, this Agreement, including, but not limited to, all studies, reports, files, formulae, surveys, maps, charts, sound recordings, video recordings, pictorial reproductions, drawings, analyses, graphic representations, computer programs, computer printouts, notes, letters, memoranda, papers, and documents, all whether finished or unfinished. 10.2 All data and any property which has been received from the State or purchased with funds provided for that purpose under this Agreement, shall be the property of the State, and shall be returned to the State upon demand or upon termination of this Agreement for any reason. 10.3 Confidentiality of data shall be governed by N.H. RSA chapter 91-A or other existing law. Disclosure of data requires prior written approval of the State. 11. CONTRACTOR’S RELATION TO THE STATE. In the performance of this Agreement the Contractor is in all respects an independent contractor, and is neither an agent nor an employee of the State. Neither the Contractor nor any of its officers, employees, agents or members shall have authority to bind the State or receive any benefits, workers’ compensation or other emoluments provided by the State to its employees. 12. ASSIGNMENT/DELEGATION/SUBCONTRACTS. 12.1 The Contractor shall not assign, or otherwise transfer any interest in this Agreement without the prior written notice, which shall be provided to the State at least fifteen (15) days prior to the assignment, and a written consent of the State. For purposes of this paragraph, a Change of Control shall constitute assignment. “Change of Control” means (a) merger, consolidation, or a transaction or series of related transactions in which a third party, together with its affiliates, becomes the direct or indirect owner of fifty percent (50%) or more of the voting shares or similar equity interests, or combined voting power of the Contractor, or (b) the sale of all or substantially all of the assets of the Contractor. 12.2 None of the Services shall be subcontracted by the Contractor without prior written notice and consent of the State. The State is entitled to copies of all subcontracts and assignment agreements and shall not be bound by any provisions contained in a subcontract or an assignment agreement to which it is not a party. 13. INDEMNIFICATION. Unless otherwise exempted by law, the Contractor shall indemnify and hold harmless the State, its officers and employees, from and against any and all claims, liabilities and costs for any personal injury or property damages, patent or copyright infringement, or other claims asserted against the State, its officers or employees, which arise out of (or which may be claimed to arise out of) the acts or omission of the Contractor, or subcontractors, including but not limited to the negligence, reckless or intentional conduct. The State shall not be liable for any costs incurred by the Contractor Page 24 of 24 Contractor Initials ________ Date ________ arising under this paragraph 13. Notwithstanding the foregoing, nothing herein contained shall be deemed to constitute a waiver of the sovereign immunity of the State, which immunity is hereby reserved to the State. This covenant in paragraph 13 shall survive the termination of this Agreement. 14. INSURANCE. 14.1 The Contractor shall, at its sole expense, obtain and continuously maintain in force, and shall require any subcontractor or assignee to obtain and maintain in force, the following insurance: 14.1.1 commercial general liability insurance against all claims of bodily injury, death or property damage, in amounts of not less than $1,000,000 per occurrence and $2,000,000 aggregate or excess; and 14.1.2 special cause of loss coverage form covering all property subject to subparagraph 9.2 herein, in an amount not less than 80% of the whole replacement value of the property. 14.2 The policies described in subparagraph 14.1 herein shall be on policy forms and endorsements approved for use in the State of New Hampshire by the N.H. Department of Insurance, and issued by insurers licensed in the State of New Hampshire. 14.3 The Contractor shall furnish to the Contracting Officer identified in block 1.9, or his or her successor, a certificate(s) of insurance for all insurance required under this Agreement. Contractor shall also furnish to the Contracting Officer identified in block 1.9, or his or her successor, certificate(s) of insurance for all renewal(s) of insurance required under this Agreement no later than ten (10) days prior to the expiration date of each insurance policy. The certificate(s) of insurance and any renewals thereof shall be attached and are incorporated herein by reference. 15. WORKERS’ COMPENSATION. 15.1 By signing this agreement, the Contractor agrees, certifies and warrants that the Contractor is in compliance with or exempt from, the requirements of N.H. RSA chapter 281-A (“Workers’ Compensation”). 15.2 To the extent the Contractor is subject to the requirements of N.H. RSA chapter 281-A, Contractor shall maintain, and require any subcontractor or assignee to secure and maintain, payment of Workers’ Compensation in connection with activities which the person proposes to undertake pursuant to this Agreement. The Contractor shall furnish the Contracting Officer identified in block 1.9, or his or her successor, proof of Workers’ Compensation in the manner described in N.H. RSA chapter 281-A and any applicable renewal(s) thereof, which shall be attached and are incorporated herein by reference. The State shall not be responsible for payment of any Workers’ Compensation premiums or for any other claim or benefit for Contractor, or any subcontractor or employee of Contractor, which might arise under applicable State of New Hampshire Workers’ Compensation laws in connection with the performance of the Services under this Agreement. 16. NOTICE. Any notice by a party hereto to the other party shall be deemed to have been duly delivered or given at the time of mailing by certified mail, postage prepaid, in a United States Post Office addressed to the parties at the addresses given in blocks 1.2 and 1.4, herein. 17. AMENDMENT. This Agreement may be amended, waived or discharged only by an instrument in writing signed by the parties hereto and only after approval of such amendment, waiver or discharge by the Governor and Executive Council of the State of New Hampshire unless no such approval is required under the circumstances pursuant to State law, rule or policy. 18. CHOICE OF LAW AND FORUM. This Agreement shall be governed, interpreted and construed in accordance with the laws of the State of New Hampshire, and is binding upon and inures to the benefit of the parties and their respective successors and assigns. The wording used in this Agreement is the wording chosen by the parties to express their mutual intent, and no rule of construction shall be applied against or in favor of any party. Any actions arising out of this Agreement shall be brought and maintained in New Hampshire Superior Court which shall have exclusive jurisdiction thereof. 19. CONFLICTING TERMS. In the event of a conflict between the terms of this P-37 form (as modified in EXHIBIT A) and/or attachments and amendment thereof, the terms of the P-37 (as modified in EXHIBIT A) shall control. 20. THIRD PARTIES. The parties hereto do not intend to benefit any third parties and this Agreement shall not be construed to confer any such benefit. 21. HEADINGS. The headings throughout the Agreement are for reference purposes only, and the words contained therein shall in no way be held to explain, modify, amplify or aid in the interpretation, construction or meaning of the provisions of this Agreement. 22. SPECIAL PROVISIONS. Additional or modifying provisions set forth in the attached EXHIBIT A are incorporated herein by reference. 23. SEVERABILITY. In the event any of the provisions of this Agreement are held by a court of competent jurisdiction to be contrary to any state or federal law, the remaining provisions of this Agreement will remain in full force and effect. 24. ENTIRE AGREEMENT. This Agreement, which may be executed in a number of counterparts, each of which shall be deemed an original, constitutes the entire agreement and understanding between the parties, and supersedes all prior agreements and understandings with respect to the subject matter hereof. BID INQUIRIES: BID DUE DATE: All offers shall remain valid for a period of one hundred eighty (180) days from the bid due date. A vendor’s disclosure or distribution of bids other than to DAS, Bureau of Purchase and Property may be grounds for disqualification. TERMS OF SUBMISSION: All material received in response to this bid shall become the property of the State and shall not be returned to the Vendor. Regardless of the Vendors selected, the State reserves the right to use any information presented in a bid response. The co... NOTIFICATION AND AWARD OF CONTRACT(S): LIABILITY: The State shall not be held liable for any costs incurred by Vendors in the preparation of bids or for work performed prior to contract issuance. AGREEMENT Section Description 01 4000 Pipe and Manhole Leakage Testing 07 8400 Firestopping 22 1005 Plumbing Piping 23 0505 Basic Mechanical Materials and Methods 23 0516 Expansion Fittings for Piping 23 0553 Identification of Piping and Equipment 23 0555 Penetration Firestopping for Mech and Plumbing 23 0719 Piping Insulation 23 2113 Hydronic Piping 23 2213 Steam and Steam Condensate Piping 31 2316 Excavating, Trenching and Backfilling Utilities 31 2319 Dewatering 33 1116 Underground Pressure Piping 33 1216 Buried Valves and Stops 33 1300 Disinfection of Water Distribution 33 4111 Buried Pipe and Fittings 33 4600.20 Underground Non Pressure Piping excel/mike/budget/plumbing adnd Pipefitting Services Appendix A 5122020 RFB #2322-21 Plumbing and Pipefitting Services Appendix A 5/12/2020 RFB 2322-21 5/12/2020 Plumbing and Pipefitting Services PIPE AND MANHOLE LEAKAGE TESTING 01 4000 - 1 SECTION 01 4000 PIPE AND MANHOLE LEAKAGE TESTING PART 1 GENERAL 1.01 DESCRIPTION A. This Section covers the requirements for performing leakage tests on water and sewer pipelines, manholes, steam vaults, and appurtenances, and is one of the several bases for acceptance of the Work. B. All pressure pipes, non-pressure pipes, sanitary manholes, steam vaults, and appurtenances shall be tested for leakage. C. Testing for mechanical steam piping systems is covered in other sections. 1.02 QUALITY ASSURANCE A. Prior to final acceptance of the Work, all pressure pipes, non-pressure pipes, sanitary manholes, and appurtenances shall meet specific leakage requirements. These leakage requirements must be satisfied by the basic materials alone. Where joint fillers and the like have been specified, primarily to protect jointing materials, and secondarily to provide a factor of safety, they shall not be applied until after leakage tests have been completed and have been accepted by State Project Manager. B. Every test must be witnessed by State Project Manager and any test not so witnessed will be considered as not having been performed. Contractor shall pretest the Work and shall not request State Project Manager to witness the final test until they are reasonably certain that the test will yield results within the acceptable limits. 1.03 SEQUENCING AND SCHEDULING A. Notify State Project Manager at least 48 hours in advance of a scheduled test so that the test may be witnessed. PART 2 MATERIALS 2.01 TESTING APPARATUS A. Provide all labor, pumps, plugs, measuring equipment and other apparatus, complete, and as required to perform all testing. B. Provide clean water, air, nitrogen and other materials as required to accomplish all testing. C. Provide plugs and caps capable of withstanding the test pressures. D. Provide all temporary flanges, plugs, bulkheads, thrust blocks, weighting, bracing and other items necessary to prevent joints from separating, and to prevent any injuries or damage. E. Monitoring air pressure gauge shall have a range of 0-10 psi, divisions of 0.10 psi, and accuracy of 0.05 psi+. PART 3 EXECUTION RFB 2322-21 5/12/2020 Plumbing and Pipefitting Services PIPE AND MANHOLE LEAKAGE TESTING 01 4000 - 2 3.01 PREPARATION A. Manhole and Steam Vault Inspections - Given ample notice, State Project Manager will conduct their inspection of manholes prior to the performance of leakage tests. If the inspections are not completed before leakage testing, and subsequent modifications are made to a manhole, the manhole shall be retested for leakage. B. Bracing Pressure Piping - Plug open ends, adequately block bends, tees, ends, and other fittings, and do whatever is necessary to brace the piping system so that it will safely withstand the pressures developed under the tests and so that no damage or injury will occur to the pipeline, people or property. C. Protection - Before tests are conducted, isolate or remove any regulator, gauge, trap, or other apparatus or equipment which may be damaged by test pressures. D. Flushing - Flush all piping systems, except air piping, with water prior to testing. 3.02 GENERAL A. Trapped Air - Trapped air may cause a false indication of the rate of leakage during exfiltration testing. Points of concern include ends of lines, stubs, house connections and high points in pipe lines. No credit will be made for this condition and no adjustment will be made to the allowable leakage. Where trapped air is suspected of causing a test failure, do whatever is necessary to evacuate the air and repeat the tests until the actual leakage is equal to or less than the allowable rate of leakage. B. Water Absorption - No credit will be given for absorption of water in pipe and manhole walls. If necessary, fill pipes and manholes with water well in advance of exfiltration testing and allow them to soak in order to eliminate or minimize the effects of absorption. 3.03 TESTS FOR NON-PRESSURE PIPING (EXCEPT STORM DRAINS) A. General 1. Leakage shall be determined by air testing or exfiltration testing. State Project Manager reserves the right to require infiltration testing. 2. Leakage testing shall include the main non-pressure pipe, new house connections, and all other appurtenances on the section of pipeline being tested. 3. Generally limit pipeline test sections to runs between adjacent structures. Manholes may be tested simultaneously with pipes when using exfiltration testing. 4. Adequately plug ends of all house connections, stubs and all other openings from which air or water may escape. 5. Use clean water for exfiltration tests. 6. All pipe trenches shall be backfilled prior to performing testing procedures. B. Exfiltration Test on Pipes Only 1. The minimum water level required for testing is the higher of either 4' above the crown of the upstream (highest) end of the pipe being tested or 4' above the maximum groundwater level along the test section. Where such a water level will be more than 25 feet above the lowest RFB 2322-21 5/12/2020 Plumbing and Pipefitting Services PIPE AND MANHOLE LEAKAGE TESTING 01 4000 - 3 point in the Section being tested, the Project Manager will prescribe test modifications or require that other methods of testing be utilized. 2. Install a watertight plug in the downstream end and a watertight plug in the upstream end fitted with a 2" diameter, clear rigid tube installed in a vertical position to facilitate observation of water levels. Tube shall be long enough to obtain the required head and made of extruded Lucite acrylic, Polycarbonate (Lexan), Tenite butyrate or other plastic material. Glass is unacceptable. 3. Fill pipe with water and let stand for at least four (4) hours and conduct test. Adjust water to reference mark, then continually add water from a graduated container to keep water in tube at a constant level for 60 minutes. 4. Upon satisfactorily completing the test, remove the downstream plug in the presence of Engineer. Do not touch nor remove the upstream plug until approved by State Project Manager. 5. Allowable exfiltration is 100 gallons/day/inch diameter/mile of pipe. C. Exfiltration Testing of Pipelines and Manholes 1. Lower groundwater table to below the bottom of the manhole. Install a watertight plug in the pipe at a downstream manhole and another watertight plug(s) in the incoming pipe(s) in the upstream manhole. Fill upstream manhole until water reaches its highest point without overflowing. 2. More than one manhole may be included in a test section, provided that when the lowest manhole is filled, the water level in the other manholes is at least 2' above the highest manhole joint, and the pipe is subjected to at least a 4' differential hydrostatic pressure. 3. Allow at least 4 hours for stabilization. Conduct the test for a minimum of 6 hours. Allowable exfiltration is the allowable pipe exfiltration as specified in subsection 3.03.B.5 plus the allow- able manhole exfiltration as specified in Subsection 3.05 E. D. Infiltration Test 1. The minimum head of groundwater required for infiltration testing is 4' above the crown of the pipe at the upstream end. 2. Infiltration may be measured with an approved graduated container capable of intercepting all inflow, by a pipeline V-notch weir, or by other approved methods. When using instream type measuring devices, do not measure flows until steady state conditions are established. 3. Allowable infiltration is same as allowable exfiltration test as specified in Subsection 3.03 B.5. 4. Where groundwater level is at least 2' above the highest manhole joint, manholes may be included in the test. No visible leakage will be permitted in manholes. E. Air Testing-Pipes Only 1. Install tapped plug at air inlet and airtight plugs at other ends of test section. 2. Connect air supply equipment to tapped plug and fill slowly until a constant pressure of 3.5 psig is maintained. RFB 2322-21 5/12/2020 Plumbing and Pipefitting Services PIPE AND MANHOLE LEAKAGE TESTING 01 4000 - 4 3. Maintain pressure above 3.0 psig for at least 5 minutes for stabilization of the temperature. Check plugs for leaks. 4. Adjust pressure to 3.5 psig and disconnect air supply. 5. Begin timing pressure drop at 3.0 psig and record time interval for the pressure to drop to 2.5 psig. 6. Increase above pressures 0.5 psig for each foot groundwater is above the lowest invert of the pipe. 7. Minimum time for pressure drop of 0.5 psig shall be 75 seconds per inch diameter. 8. Contractor may conduct water test if air test fails. 3.04 TESTS FOR PRESSURE PIPES A. General 1. Leakage testing shall include the main pressure pipe, service connections, and all other appurtenances on the section of pipeline being tested. 2. All pipes shall be tested prior to applying insulation and before they are concealed or furred-in. 3. Provide all necessary gauges. Gauges shall be standard pressure type with a minimum 6" diameter dial and a pressure range not in excess of 150% of the maximum required test pressure. 4. Provide and maintain at the site a gauge stand with an approved laboratory calibrated test gauge. Periodically check test gauges used for testing against the test gauge, and whenever requested by Engineer. 5. Where it is absolutely necessary for testing, tap pipes and insert approved plugs after testing is completed. Install air release valves at high points for water testing if hydrants or blowoffs are not available. 6. Provide a hand or motor driven pump to maintain the required test pressure constant throughout the duration of the test. If a water pump is used, install water meter on supply side of pump. If an air or inert gas pump is used, leakage shall be determined and calculated by the cycling of the pump. 7. All concrete thrust blocks and restraints shall be in place and cured at least 7 days. 8. All buried pipe shall be backfilled. 9. All water main testing shall be in accordance with the requirements of AWWA Standard C600. B. Nongaseous Pipe Hydrostatic Test 1. Open all air release valves and fill pipe with water at a rate not to exceed venting capacity of the valves. 2. Raise pressure to 150 percent of the highest working pressure, or 100 psig, whichever is greater, adjusted to lowest point of the test section. Maintain a minimum of 125 percent of the RFB 2322-21 5/12/2020 Plumbing and Pipefitting Services PIPE AND MANHOLE LEAKAGE TESTING 01 4000 - 5 working pressure at the highest point of the test section. In some instances the lengths of test sections will have to be shortened to meet the above requirements. 3. Maintain pressure for a minimum of two (2) hours. 4. Perform leakage test. C. Nongaseous Pipe Leakage Test 1. Perform simultaneously with hydrostatic test. 2. Maintain pressure within a maximu

Department of Administrative Services,25 Capitol Street,Concord,NH 03301Location

Address: Department of Administrative Services,25 Capitol Street,Concord,NH 03301

Country : United StatesState : New Hampshire

You may also like

Plumbing and Pipefitting Maintenance Services

Due: 02 May, 2024 (in 3 days)Agency: Clark County School District

PLUMBING SERVICES (CONTRACT LABOR)

Due: 31 Dec, 2024 (in 8 months)Agency: Alachua County Public Schools

Light Rail Mechanical Systems and Plumbing Maintenance

Due: 01 Dec, 2024 (in 7 months)Agency: Maryland Transit Administration

Please Sign In to see more like these.

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