STATE OF NEW HAMPSHIRE Dept. of Administrative Services Div. of Procurement and Support Services Bureau of Purchase and Property State House Annex Concord, New Hampshire 03301 Date: May 30, 2018 NOTICE OF CONTRACT - REVISION (To update SimplexGrinnell Contact)

COMMODITY: Fire Suppression System Testing & Inspection Services

CONTRACT NO.: 8002273

NIGP: 936-3376

CONTRACTOR: SimplexGrinnell LP VENDOR # : 175878 35 Progress Ave. Nashua, NH 03062

CONTACT PERSON(s): Danielle Antonellis Tel. No.: (978) 353-3588 E-Mail: [email protected] (Additional contacts listed on page for 24-hour emergencies, scheduling, etc.)

EFFECTIVE FROM: March 1, 2018 Through: December 31, 2018

QUESTIONS: Direct any questions to Heather Kelley, 603-271-3147 or [email protected]

SimplexGrinnell Elevator 24-Hour Emergency Service

1-603-886-1100

To report a problem: Select Option 1, then Option 3 for the Operator

Testing/Inspection Coordinator Service Work Coordinator (Inspection Scheduler) (Service Scheduler) Derek Mellino Kerri Perkins (603) 521-1113 (603) 521-1121

[email protected] [email protected]

Sprinkler Sales Rep Deficiency Sales Rep Jimy Weaver Craig LaPointe (603) 897-9622 (603) 521-1147

[email protected] [email protected]

PMA Rep Inspection/Service Manager Jessica Chames Michelle Van Valkenberg (603) 320-2739 (603) 219-2654 (cell) (603) 521-1155 (office)

[email protected] [email protected]

Total Service Manager Dean Bedard (603) 921-8256 (cell) (603) 521-1132 (office)

[email protected]

SCOPE OF WORK: The purpose of this contract is to provide all labor, tools, transportation, materials, equipment and permits as necessary to provide the required level of services as described herein. The scope of work shall include Fire Suppression System Testing and Inspection Services, as per NFPA 13, 2013 edition and NFPA 25, 21014 edition. The Contractor shall list all deficiencies and/or violations on the inspection report. Services are to be provided at the locations listed and other agencies/locations as needed for the entire State of New Hampshire.

Fire Suppression System Testing and Inspection Services shall be completed in a reasonable time frame as mutually agreed upon with agency and Contractor. The Contractor shall submit a proposed schedule to the state agency requesting services at each facility at least ten (10) days prior to each period.

The term “fire suppression system testing and inspection services” as used herein shall include providing all materials, equipment, labor and transportation necessary for the successful completion of the work under the terms and conditions contained herein for the fire suppression system equipment.

The fire suppression system testing and inspection services to be performed as described above shall consist of the following: a. Quarterly inspections and testing, as required by the applicable National Association (“NFPA”) standards, manufacturer recommendations, and state/local codes; b. Any defective part(s) shall be repaired and/or replaced at the State’s expense as detailed herein. Requests to repair or replace defective system components shall be approved in advance by the Business Administrator, or his/her designated representative, prior to any actual work being performed by the Contractor; c. Annual Testing, electric, and diesel; d. Annual Backflow Device testing; e. 3-year Full trip tests, as required; and f. 5-year Internal Obstruction inspections, as required.

The Contractor shall provide the following fire suppression system services, on a quarterly basis (unless otherwise noted), as described herein: a. Inspect and test the systems to determine whether it is in service and in satisfactory condition in accordance with NFPA 25 standards;

Per Bid # 2043-18 b. Identify potentially detrimental site conditions that could compromise the performance of mechanical and/or electronic components of the system; c. Inspect from floor level for adequate clearance and condition of the sprinkler heads to allow for proper distribution and activation in accordance with NFPA 25 5.2; d. Inspect the sprinkler control valves for proper position, general condition, accessibility and appropriate signage; e. Inspect and perform required water flow tests for each system from main drain and inspector’s test valve, weather permitting. In case of inclement weather, technician shall reschedule for earliest possible date; f. Perform visual backflow prevention assembly inspection on fire protection backflow assembly valves; g. Drain the known auxiliary drains. The State is responsible for supplying the number of auxiliary drains as well as their location within the Building; h. Inspect the Fire Department connection couplings, caps, threads and clappers, check valves and drains; i. Inspect and test the system alarm components for satisfactory condition, and operation; j. Check the reserve supply of sprinkler heads; k. Inspect the general condition of visible and accessible sprinkler system piping, hangers, drain valves, gauges, and related equipment; l. If applicable, inspect and test the operation of system air compressors for proper activation and cutoff; m. If applicable, inspect the deluge or pre-action valves according to the manufacturer’s specifications, including the interior checks of the valve body, clapper, clapper facings, and latching mechanism; n. If applicable, clean pilot lines and solenoid strainers thoroughly; o. If applicable, dissemble the solenoid release, and inspect and clean the interior; p. Test all low-pressure alarms, supervisory circuits and auxiliary functions for proper operation; q. Inquire about changes in Building status that may affect the performance or reliability of the fire sprinkler system, including any obstructions; r. Inquire about changes or modifications made to the fire sprinkler system; s. Inquire about the Customer’s general storage and stock arrangements for combustibles in relation to fire sprinkler system protection; t. Tag devices as required and perform all required record keeping; u. Compile a complete report of the inspection, and submit to the Business Administrator or his/her designated representative within ten (10) working days, explaining any deficiencies and recommending correction to be taken in accordance with recognized codes for care and Maintenance; v. Familiarize the Customer with proper operation of the equipment; and

The Contractor shall provide the following fire pump inspection and testing services, as described herein: a. Inspect and test the pump systems annually to determine whether it is in service and satisfactory condition in accordance with Chapter 8 of NFPA 25 standards, to include: i. Inspect the pump shaft end play; ii. Inspect accuracy of pressure gauges and sensors; iii. Inspect pump coupling alignment; iv. If applicable, suction screens, in accordance with NFPA 25, 8.3.3.7; v. If applicable, operate manual starting means (electrical); vi. If applicable, inspect and operate emergency manual starting means (without power); vii. Inspect the electrical components where applicable; viii. If applicable, lubricate mechanical moving parts (excluding starters and relays); ix. Inspect for corrosion on printed circuit boards, cracked cable/wire insulation, leaks in plumbing parts, and/or any signs of water on electrical parts; x. Test pump operation, no flow condition, flow condition, and fire pump alarm signals; and xi. Fire pump flow curve and verify fire pump curve is in line with manufacturer specifications. b. Tag devices as required and perform all required record keeping; c. Compile a complete report of the inspection, and submit to the Business Administrator or his/her designated representative within ten (10) working days, explaining any deficiencies and

Per Bid # 2043-18 recommending correction to be taken in accordance with recognized codes for care and Maintenance; d. Familiarize the Customer with proper operation of the equipment; and

The Contractor shall promptly report all deficiencies to the Agency Contact or his/her designated representative. Request to repair and/or replace parts shall be approved in advance by the Agency Contact or his/her designated representative prior to any actual work being performed by the Contractor. Materials shall be invoiced not to exceed 10% above Contractor’s cost. The State reserves the right to request the Contractor supply the State with invoices from suppliers documenting the Contractor’s cost.

The Contractor shall make service available twenty-hour (24) hours per day, seven (7) days per week. Normal system testing and inspections shall occur on Monday through Friday during normal State business hours. The Contractor shall be paid for service work that is required. The Contractor shall employ a sufficient number of trained technicians so that all service calls are answered promptly. The Contractor shall respond to the State by telephone to all service calls within one (1) hour of report of occurrence. The Contractor shall physically respond to the site within four (4) hours after report of occurrence except Coos County. Coos County acceptable response time is six (6) hours.

The Contractor shall provide a proposed schedule for the inspections to the State a minimum of two (2) weeks (10 working days) before the actual inspections occur. The Contractor shall propose separate inspection schedules. The Contractor shall employ a sufficient number of trained technicians so that inspections are completed on time as scheduled.

The Contractor shall present, after each scheduled or emergency call and before leaving the job site, a written summary of the work performed and obtain the State’s signature thereon.

The Contractor shall, in performing the services as described herein, have readily available spare parts to support the described systems at the Contractor’s cost throughout the duration of the Contract.

The Contractor shall provide only replacement parts that are new and of the same quality and brand name as that being replaced. Substitutions will be permitted only with prior authorization of the Agency Contact or his/her designated representative.

All repair services shall be conducted in full compliance with all specified standards in a manner equal to or better that the normal safety and security procedures and standards established by the State, and at no time shall state facilities or its occupants be placed in jeopardy.

All work must be performed in such a manner as not to inconvenience Building occupants. The Contractor shall determine the State’s normal working conditions and activities in progress and shall conduct the work in the least disruptive manner.

The State shall be responsible to provide reasonable means of access to all equipment covered by this agreement and promptly notify the Contractor of any malfunction in the system(s) that comes to the State’s attention.

All services shall comply with applicable standards as set forth by the NFPA and any state or local fire codes.

All testing and inspection services performed under this Contract(s) shall be performed during normal business hours of the corresponding location, unless other arrangements are made in advance with the State. Any deviation in work hours shall be pre-approved by the Contract(s)ing Officer. The State requires ten-day advance knowledge of said work schedules to provide security and access to respective work areas. No premium charges will be paid for any off-hour work.

The Contractor shall not commence work until a conference is held with each agency, at which representatives of the Contractor and the State are present. The conference will 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 Contractor’s employees, equipment or supplies. The Contractor shall replace in satisfactory condition all defective work and damages rendered thereby or any other damages incurred. Upon failure of the Contractor to proceed promptly with the necessary corrections, the State may withhold any Per Bid # 2043-18 amount necessary to correct all defective work or damages from payments to the Contractor.

The work staff shall consist of qualified persons completely familiar with the products and equipment they shall use. The Contracting Officer may require the Contractor 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 Contractor or their personnel shall not represent themselves as employees or agents of the State.

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.

All personnel shall observe all regulations or special restrictions in effect at the State Agency.

The Contractor’s personnel shall be allowed only in areas where services are being performed. The use of State telephones is prohibited.

All services performed under this Contract(s) shall be performed between the hours of 8:00 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.

If sub-contractors are to be utilized, Contractor shall provide 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.

Per Bid # 2043-18 PRICING: Pricing 3/1/18

through 12/31/2018 Department of Corrections/NH State Prison (Men’s) H-Building 281 North State Street $710.00 Building 1 & 2 281 North State Street $710.00 Building A 281 North State Street $710.00 Boiler Room 281 North State Street $710.00 Old BR #4 281 North State Street $710.00 Old BR #3 281 North State Street $710.00 Auto Body 281 North State Street $355.00 MCS 281 North State Street $710.00 NEH 281 North State Street $710.00 Gym 281 North State Street $710.00 Building B 281 North State Street $710.00 Auto Mechanic 281 North State Street $355.00 Old BR #4 281 North State Street $710.00 Warehouse 281 North State Street $355.00 MSU 281 North State Street $710.00 MSU 281 North State Street $710.00 SHU 281 North State Street $710.00 MCN 281 North State Street $710.00 Administration 281 North State Street $355.00 NEH 281 North State Street $710.00 Old BR 281 North State Street $710.00 Welding 281 North State Street $355.00 Administration 281 North State Street $852.00 Calumet 126 Lowell Street $355.00 Shea Farm 60 Iron Works Road $355.00 Shea Farm Barn 60 Iron Works Road $355.00 Concord DO 312 North State Street $355.00 Farm 312 North State Street $355.00 Retail Store 312 North State Street $355.00 NH Police Standards & Training Main Building 17 Institute Drive $426.00 Dorm area 17 Institute Drive $355.00 Tactical Center 17 Institute Drive $355.00 Safety Warehouse Main Building 41 Hazen Drive $355.00 NH Fish & Game Headquarters 11 Hazen Drive $355.00 Headquarters 11 Hazen Drive $852.00 Garage/Annex 17 Hazen Drive $426.00 Cold Storage 19 Hazen Drive $426.00 Region 2 200 Main Street $568.00 Region 3 225 Main Street $568.00 Region 4 15 Ashbrook Court $994.00 Department of Safety/Marine Patrol Storage/BE 3 Higgins Drive $781.00 Marine Patrol 31 Dock Road $1,278.00 Department of Corrections/NHNCF A 138 E. Milan $568.00 B 138 E. Milan $568.00 C 138 E. Milan $568.00 D 138 E. Milan $568.00 Maintenance 138 E. Milan $568.00 Department of Corrections/NH State Prison (Women’s) NHSP/W 317 Mast Road $568.00 NHSP/W Boiler Plant 317 Mast Road $568.00 Department of Corrections/Lakes Region Facility- CLOSED Dube Building 1 Right Way Path $710.00 NH Hospital NH Hospital 36 Clinton Street $1,136.00 NH Hospital 36 Clinton Street $426.00 NH Hospital Transitional Housing, Pond Place $1,136.00 NH Hospital Transitional Housing, Bayberry, Yellow, Brick, Gray $1,420.00 NH Hospital Howard Rec $568.00 NH Veteran’s Home Welch 139 Winter Street $852.00

Per Bid # 2043-18 Tarr North 139 Winter Street $852.00 Ledu 139 Winter Street $710.00 Tarr South 139 Winter Street $710.00 Tarr South 139 Winter Street $710.00 Fire Pump Station 139 Winter Street $710.00 Town Hall 139 Winter Street $710.00 Maintenance 139 Winter Street $426.00 Maintenance 139 Winter Street $497.00 Warehouse 139 Winter Street $426.00 Warehouse 139 Winter Street $426.00 Glencliff Home LaMott Wing 393 High Street $1,846.00 LaMott Wing 393 High Street $710.00 Brown Building 393 High Street $710.00 Administration Building 393 High Street $710.00 Service Building 393 High Street $710.00 Bio-Mass Power Plant 393 High Street $568.00 Wood Chip Plant 393 High Street $710.00 Employment Security NHES Claremont 404 Washington Street $639.00 NHES Conway 518 White Mountain Highway $710.00 NHES Manchester 298 Hanover Street $426.00 NHES Manchester 300 Hanover Street $426.00 NHES Nashua 6 Townsend Street $426.00 NHES Portsmouth 2000 Lafayette Road $426.00 NHES Salem 29 S. Broadway $710.00 NHES Somersworth 6 Marsh Brook Drive $710.00 Liquor Commission W. Chesterfield #2 100B Route 9 $1,704.00 Headquarters 50 Storrs St. $426.00 Headquarters 50 Storrs St. $426.00 Keene Store #15 6 Ash Brook Court $710.00 Portsmouth Store #38 Portsmouth Circle, 605 Interstate By-Pass $710.00 Department of Resources and Economic Development Brookside Learning Center Cannon Mountain Tramway Franconia Notch State Park $852.00 Tramway Valley Station Cannon Mountain Tramway Franconia Notch State Park $852.00 Tramway Mountain Station Cannon Mountain Tramway Franconia Notch State Park $852.00 2650 Profile Rd, Cannon Mountain Tramway Franconia Notch Peabody Base Lodge $710.00 State Park Sherman Adams Building Mt. Washington State Park $710.00 Sherman Adams Building Mt. Washington State Park $710.00 Forestry Learning Center Urban Forestry Center Elwyn Road $852.00 Hampton Seashell Complex, Hampton Beach Park Seashell Building, 170 Ocean Blvd $1,704.00 Department of Transportation – Bureau of Traffic NH DOT; Bureau of Traffic - Building A 18 Smokey Bear Blvd. $355.00 NH DOT; Bureau of Traffic - Building B 18 Smokey Bear Blvd. $355.00 NH DOT; Bureau of Traffic - Building D 18 Smokey Bear Blvd. $426.00 Department of Safety – Division of Fire Standards, Training, and Emergency Medical Services Richard Flynn Fire Academy 98 Smokey Bear Blvd. $355.00 Maintenance Bldg 98 Smokey Bear Blvd. $426.00 New Dorm 90 Smokey Bear Blvd. $355.00 Old Dorm 90 Smokey Bear Blvd. $355.00 ARFF Bldg 64 Smokey Bear Blvd. $355.00 Fire Station 108 Smokey Bear Blvd. $355.00 Bureau of Court Facilities Coos County Superior Court 55 School Street $1,704.00 Carroll County Superior Court 96 Water Village Road $852.00 Dover District Court 25 St. Thomas Street $1,704.00 Jaffrey Peterborough District Court 84 Peterborough Street $1,704.00 Lebanon District Court 38 Centerra Parkway $852.00 Manchester District Court 35 Amherst Street $426.00 Northern Carroll District Court E. Conway Road Rt 302 $994.00 Rochester District Court 76 No. Main Street $852.00 Bureau of Facilities & Assets Management Thayer Building 97 Pleasant Street $710.00 Thayer Building 97 Pleasant Street $852.00 Bancroft Building 113 Pleasant Street $852.00 Annex 1 Building 115 Pleasant Street $852.00 Dolloff Building 117 Pleasant Street $710.00

Per Bid # 2043-18 Brown Building 129 Pleasant Street $710.00 Anna Philbrook School 121 South Fruit Street $710.00 Anna Philbrook School 121 South Fruit Street $852.00 Paint/Carpentry Shop 65 So. Fruit Street $852.00 Bureau of General Services Safety Building 33 Hazen Drive $1,136.00 DMV Building 23 Hazen Drive $852.00 Morton Building 7 Hazen Drive $1,278.00 Department of Justice 33 Capitol Street $710.00 State House Annex 25 Capitol Street $355.00 Storrs Street Warehouse 12 Hills Avenue $355.00 Storrs Street Warehouse 12 Hills Avenue $852.00 64 South Street $355.00 Spaulding Hall 95 Pleasant Street - State Hospital Grounds $426.00 Londergan Hall 101 Pleasant Street - State Hospital Grounds $852.00 Johnson Hall 107 Pleasant Street - State Hospital Grounds $426.00 Emergency Operations Center 110 Smokey Bear Blvd $355.00 Emergency Operations Garage 58 Smokey Bear Blvd $426.00 Records and Archives 71 South Fruit Street $426.00 Material & Research 5 Hazen Drive $369.20 Walker Building 21 South Fruit Street $369.20 Monadnock Mill 17 Water Street Claremont, NH $852.00 Emergency Communications Dwinell Building 50 Communications Drive $710.00

Hourly Repair Rates Monday through Friday 8 AM to 4:30 PM $105.00 Monday through Friday 4:31 PM to 7:59 AM $144.00 Saturday $155.00 Sunday & Holiday* Work $155.00 *Holidays are based on State designated holidays Additional Testing Rates 5-year internal obstruction investigation per system $425.00 3-year full trip test per system $550.00 Backflow Testing per device $65.00

PRICING QUOTATIONS FOR INDIVIDUAL PROJECTS: State will request quotations by providing a SOW describing the services required and the applicable technical qualifications. Contractor must return quotes within three (3) business days. The quoted hourly rates shall not exceed the rates established under this contract. The SOW shall be issued to all Contractors under this contract for a quote. The project engagement will be based upon the lowest cost qualified quote.

INVOICING & PAYMENTS: Itemized invoices shall be submitted to the individual agency after the completion of the job/services and shall include a brief description of the work done along with the location of work.

Contractor shall be paid within 30 days after receipt of properly documented invoice and acceptance of the work to the State’s satisfaction.

The invoice shall be sent to the address of the using agency under agreement.

Per Bid # 2043-18