Skip to main content

Main navigation

  • Documents
  • Search

User account menu

  • Log in
Home
Nashua City Data

Breadcrumb

  1. Home
  2. Search

Search

Displaying 35471 - 35480 of 38765

Finance Committee - Agenda - 2/17/2021 - P123

By dnadmin on Mon, 11/07/2022 - 13:47
Document Date
Fri, 02/12/2021 - 11:32
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/17/2021 - 00:00
Page Number
123
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__021720…

acknowledge receipt. Inquiries must be submitted in writing, citing the RFP title/number, Page, Section,
and must be received no later than Friday, December 18, 2020 by 12 Noon to:

William Keating
Email: KeatingW@NashuaNH. gov
and
Kelly Parkinson, Purchasing Manager
parkinsonk@nashuanh. gov

The City will consider all timely-received questions and requests for change and, if reasonable and
appropriate, will issue an addendum to clarify or modify this IFB. Answers to Bidder submitted
questions and other addenda will be posted on the City of Nashua website www.nashuanh. gov, under
Services; Bid Opportunities; Current Bids; ( Refer to Document IFB1093-122920) and on Bid Express
no later than Tuesday, December 22, 2020 by

12 Noon.

The City hereby notifies all Bidders that it will affirmatively ensure that in any contract entered into
pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to
submit bids in response to this invitation and will not be discriminated against on the grounds of race,
color, national origin, sex, age, or disability in consideration for an award.

Pursuant to NRO 5-71 (A), the City of Nashua supports the concept of purchasing products which are
biodegradable, can be or have been recycled, or are environmentally sounds. Due consideration will be
given to the purchase of such products. If you are proposing any such products which qualify, please so
indicate in a cover sheet by item number and description. We are also conscious of energy use and
encourage Bidders to propose products that are energy efficient.

All bids are binding for ninety (90) days following the deadline for bids, or until the effective date of any
binding resulting contract, whichever is later.

The City may reject any or all of the bids on any basis and without disclosure of a reason. The failure to
make such a disclosure shall not result in accrual of any right, claim or cause of action by any
unsuccessful bidder against the City of Nashua.

The City is exempt of all taxes. All bids must be FOB Nashua, NH. All Bidders must comply with all
applicable Equal Employment Opportunity laws.

Pursuant to NRO 5-78 (F), the Purchasing Manager shall not solicit a bid from a contractor who is in
default on the payment of taxes, licenses or other monies due the City. Therefore, this bid request is void
as to anyone who is in default on said payments.

Sincerely,
Kelly Parkinson

City of Nashua, Purchasing Manager
parkinsonk@nashuanh. gov

1FB1093-122920 Dry Well Hoist Replacement Page | 3 of 7
229 Main Street ¢ Nashua, New Hampshire 03061 ¢ Phone (603) 589-3330 ¢ Fax (603) 589-3233

Page Image
Finance Committee - Agenda - 2/17/2021 - P123

Finance Committee - Agenda - 2/17/2021 - P124

By dnadmin on Mon, 11/07/2022 - 13:47
Document Date
Fri, 02/12/2021 - 11:32
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/17/2021 - 00:00
Page Number
124
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__021720…

GENERAL REQUIREMENTS

A. Tobe eligible for an award, a Bidder must be deemed "responsible". A responsible Bidder:
e has the ability, capacity and skill to provide the goods or services required
e can provide the goods or services within the time frame specified
e has a satisfactory record of integrity, reputation, judgment and experience
e has sufficient financial resources to provide the goods or services
e has an ability to provide future maintenance and support as required
e has developed a positive track record with the City of Nashua to the extent the Bidder has
previously provided goods or services.

B. The Successful Bidder will be required to provide the City with certificates of insurance for coverage
as listed below and endorsements affecting coverage required by the contract within ten (10)
calendar days after the City issues the notice of award. The City requires thirty (30) calendar days
written notice of cancellation or material change in coverage. The certificate and endorsements for
each insurance policy must be signed by a person authorized by the insurer and who is licensed by
the State of New Hampshire. General Liability, Employer’s Liability and Auto Liability policies
must name the City of Nashua as an additional insured and reflect on the certificate of insurance:

e General Liability insurance in the amount of $1,000,000 per occurrence and $2,000,000
aggregate

e $1,000,000 Combined Single Limit Automobile Liability (coverage must include all
owned, non-owned and hired vehicles)

e Workers' Compensation Coverage in compliance with the State of New Hampshire statutes,
$100,000/$500,000/$100,000

All Bidders and subcontractors at every tier under this project will fully comply with NH RSA
Chapter 281-A, “Workers’ Compensation”.

C. It is the responsibility of the Successful Bidder to submit, to the City, certificates of insurance for the
Successful Bidder and all other subcontractors prior to the start of the project. It is the responsibility
of the Successful Bidder to provide the City with updated certificates of insurance for the Successful
Bidder and all subcontractors 10 days prior to the expiration of coverage. The City may, at any time,
order the Successful Bidder to stop work, suspend the contract or terminate the contract for non-
compliance. All subcontractors are subject to the same insurance requirements as the Successful
Bidder.

D. The Successful Bidder will be required to post the following bonds. Cost of bond premiums to be
incorporated into the bid item costs.

¢ Bid Bond: A bid guarantee from each bidder equivalent to 5% of the bid price. The “bid
guarantee” must consist of a firm commitment such as a bid bond, certified check, or other
negotiable instrument accompanying a bid as assurance that the bidder will, upon acceptance
of the bid, execute such contractual documents as may be required within the time specified.

1FB1093-121620 Dry Well Hoist Replacement Page | 4 of 7
229 Main Street ¢ Nashua, New Hampshire 03061 ¢ Phone (603) 589-3330 ¢ Fax (603) 589-3233

Page Image
Finance Committee - Agenda - 2/17/2021 - P124

Finance Committee - Agenda - 2/17/2021 - P125

By dnadmin on Mon, 11/07/2022 - 13:47
Document Date
Fri, 02/12/2021 - 11:32
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/17/2021 - 00:00
Page Number
125
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__021720…

* Payment & Performance Bond: Successful Bidder shall furnish Performance and Payment
Bonds, each in an amount at least equal to the Contract Price, as security for the faithful
performance and payment of all obligations under the Contract Documents. These Bonds
shall remain in effect at least until one year after the date when final payment becomes due,
except as provided otherwise by Laws or Regulations or by the Contract Documents.
Successful Bidder shall also furnish such other Bonds as are required by the Contract
Documents. When Successful Bidder delivers the executed agreements to the City,
Successful Bidder shall also deliver to the City such Bonds as may be required to furnish.

. The City of Nashua would like to emphasize the importance of construction work zone safety. The
City of Nashua has adopted the provisions of the Manual on Uniform Traffic Control Devices
(MUTCD) for work zone safety. Unless otherwise indicated in the contract, the contract shall follow
the requirements of the MUTCD at all roadway construction work zones.

. The City also reserves the right to negotiate any change or amendment in any bid without
soliciting further bids if the action is necessary for the best interest of the City.

. The City may conduct discussions with responsible Bidders prior to selection. Project shall begin
performance upon receipt of an executed contract, a valid purchase order issued from the City,
and the issuance of a “Notice to Proceed”.

. The City may reject any and all responses on any basis and without disclosure of a reason. The
failure to make such a disclosure shall not result in accrual of any right, claim, or cause of action by
any unsuccessful Bidder against the City.

Working on behalf of the City, the Successful Bidder shall be consistent with State and Federal
statutes and be an advocate for the City throughout the project.

The Successful Bidder shall meet all requirements of the Americans with Disabilities Act.

. The Successful Bidder should understand that under the New Hampshire Right-to-Know Law, all
documents submitted in response to this request, including financial information, are considered
public information and will be made available to the public upon request, unless specifically
exempted under the law.

. Any Bidder submitting a bid may appeal a pending award prior to award by the City. The
appellant must:

a. Submit a written protest to the City’s Purchasing Manager within five (5) business days after
the bid opening.

b. Describe, in the written protest, the issues to be addressed on appeal.

c. Post, with the written protest, a bond with a surety meeting the requirements of authorization to
do business in this state or submit other security in a form approved by the City who will hold
the bond or security until a determination is made on the appeal.

d. Post the bond or other security in the amount of 25% of the total dollar value of the appellant’s
bid, up to a maximum bond or other security amount of $250,000.00.

e. Not seek any type of judicial intervention until the City has rendered its final decision on the
protest.

1FB1093-121620 Dry Well Hoist Replacement Page | 5 of 7
229 Main Street ¢ Nashua, New Hampshire 03061 ¢ Phone (603) 589-3330 ¢ Fax (603) 589-3233

Page Image
Finance Committee - Agenda - 2/17/2021 - P125

Finance Committee - Agenda - 2/17/2021 - P126

By dnadmin on Mon, 11/07/2022 - 13:47
Document Date
Fri, 02/12/2021 - 11:32
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/17/2021 - 00:00
Page Number
126
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__021720…

The City will stop award actions until after the City’s Purchasing Manager has responded in
writing to the protest. If the appellant is not satisfied with the response, the appellant may then
protest to the Board of Aldermen, who will render a final decision for the City. No award
protests will be heard by the Board of Aldermen unless Bidder has followed the appeal process.

If an appeal is granted, the full amount of the posted bond or security will be returned to
the appellant. If the appeal is denied or not upheld, a claim may be made against the bond for
expenses suffered by the City because of the unsuccessful appeal. The City is not liable for
any costs, expenses, attorney’s fees, loss of income, or other damages sustained by the
appellant in a bid appeal process.

M. The City assumes no liability for the payment of costs and expenses incurred by any Bidder in
responding to this request. All bids become sole property of The City. This is not a contract and shall
not be interpreted as such but rather serves as an instrument through which qualifications and cost
proposals are solicited.

IFB Document List:

The following is a list of documents included in this IFB. Please ensure you have reviewed all documents
before submitting all bids to the City.

General Requirements

To be considered a complete response at a minimum the following documents must be returned along
with your bid. These documents can be found in “Division 2 of the “Bidding and Contract
Requirements and Specifications Package”

A. Bid Form;

B. Schedule of Values;

C. Bid Bond;

D. A tabulation of Subcontractors, Suppliers and other individuals and entities required to be
identified in this Bid; and

E. Contractor’s Qualifications

1FB1093-121620 Dry Well Hoist Replacement Page | 6 of 7
229 Main Street ¢ Nashua, New Hampshire 03061 ¢ Phone (603) 589-3330 ¢ Fax (603) 589-3233

Page Image
Finance Committee - Agenda - 2/17/2021 - P126

Finance Committee - Agenda - 2/17/2021 - P127

By dnadmin on Mon, 11/07/2022 - 13:47
Document Date
Fri, 02/12/2021 - 11:32
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/17/2021 - 00:00
Page Number
127
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__021720…

PROJECT DESCRIPTION

Dry WELL Hoist REPLACEMENT
1FB1093-121620

CONTRACTOR shall furnish and install one 3-ton hoist that can traverse laterally and longitudinally
along the existing rail track in the dry well of the headworks of the main control building. The existing
hoist is a Yale 3-ton model 651CL (serial number AR-203058) with a Louden motor model 3 AL (serial no.
L17111TT) for traverse bridging across the dry well. The existing hoist shall be replaced with the same
unit or equal, but with the added capability to traverse longitudinally. The CONTRACTOR shall
determine how to install a track and motor to provide motorized traverse movement of the hoist. Add
Alternate- 1 work (to provide laser system to stop hoist from reaching electrical panels) to be included in
final contract if awarded.

Payment for this project will be lump sum, with partial payments made in accordance with a schedule of
values to be submitted with the bid. There is one bid alternate for a laser detection or equivalent system to
prevent the hoist apparatus (with or without a load attached) from impacting electric conduits and panels
installed in a recent plant upgrade project.

Information on the existing hoist and trolley are as follows:
Hoist: Yale, model 651CL, serial no. AR-203058, 3-ton, cables with hook, speed 20fpm
Trolley: Louden, model 3HL, serial no. L17117T

Bidding documents include specifications of the new trolley and hoist (refer to specifications attached to
the IFB document). A mandatory pre-bid conference to allow CONTRACTOR’ s to see the existing hoist
and layout is scheduled for Tuesday, December 15™ at 10AM at the Nashua Wastewater Treatment
Facility, 2 Sawmill Road, Nashua, NH.

The hoist shall include a 3-year (minimum) warranty to be free from defects in workmanship and/or
materials under normal use that covers the body/frame, structural moving parts, bearings, bushings,
pulleys, electronics, and controls. The CONTRACTOR will have 90 days to reach substantial completion
of the project, which assumes a 60-day lead time to order and deliver the hoist and motorized traverse
system, and an additional 30 days to reach final completion including final testing and delivery of all
product materials and warranty information. Liquated damages of $250 per calendar day will be assessed
for delays beyond the established dates for Substantial Completion and Final Completion.

IFB1093-121620 Dry Well Hoist Replacement Page | 7 of 7
229 Main Street ¢ Nashua, New Hampshire 03061 ¢ Phone (603) 589-3330 ¢ Fax (603) 589-3233

Page Image
Finance Committee - Agenda - 2/17/2021 - P127

Finance Committee - Agenda - 2/17/2021 - P128

By dnadmin on Mon, 11/07/2022 - 13:47
Document Date
Fri, 02/12/2021 - 11:32
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/17/2021 - 00:00
Page Number
128
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__021720…

DIVISION 2

BID FORM

SCHEDULE OF VALUES

BID BOND

CONTRACTOR’S QUALIFICATIONS

Page Image
Finance Committee - Agenda - 2/17/2021 - P128

Finance Committee - Agenda - 2/17/2021 - P129

By dnadmin on Mon, 11/07/2022 - 13:47
Document Date
Fri, 02/12/2021 - 11:32
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/17/2021 - 00:00
Page Number
129
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__021720…

THIS FORM MUST BE SUBMITTED WITH ALL RESPONSES TO THIS IFB

BID FORM
PROJECT IDENTIFICATION: DRY WELL HOIST
CONTRACT IDENTIFICATION AND NUMBER:____IF81093-122920

THIS BID IS SUBMITTED TO: City of Nashua, New Hampshire
Purchasing Department
229 Main Street, City Hall
Nashua, NH 03061-2019

1. The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into an agreement with the
City in the form included in the FB Documents to perform all Work as specified or indicated in the IFB
Documents for the prices and within the times indicated in this bid and in accordance with the other
terms and conditions of the IFB Documents.

2. The Bidder accepts all of the terms and conditions of the Advertisement or Request for Proposals and
Instructions for Bidders, including without limitation those dealing with the disposition of IFB Security.
The bid will remain subject to acceptance for ninety 90 days after the day of bid opening, or for such
longer period of time that Bidder may agree to in writing upon request of the City.

3. In submitting this bid, Bidder represents, as set forth in the Agreement, that:

A. Bidder has examined and carefully studied the IFB Documents and the following Addenda,
receipt of all which is hereby acknowledged.

Addendum No. Addendum Date
4 1z[21 [2020
2 IZ l21f2cz0

B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local and
site conditions that may affect cost, progress, and performance of the work.

BF -iof7

Page Image
Finance Committee - Agenda - 2/17/2021 - P129

Finance Committee - Agenda - 2/17/2021 - P130

By dnadmin on Mon, 11/07/2022 - 13:47
Document Date
Fri, 02/12/2021 - 11:32
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/17/2021 - 00:00
Page Number
130
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__021720…

THIS FORM MUST BE SUBMITTED WITH ALL RESPONSES TO THIS IFB

C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that
may affect cost, progress and performance of the Work.

D. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all
additional or supplementary examinations, investigations, explorations, tests, studies and data
concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the
Site which may affect cost, progress, or performance of the Work or which relate to any aspect
of the means, methods, techniques, sequences, and procedures of construction to be employed
by Bidder, and safety precautions and programs incident thereto.

E. Bidder does not consider that any further examinations, investigations, explorations, tests,
studies, or data are necessary for the determination of this bid for performance of the Work at
the price(s) bid and within the times and in accordance with the other terms and conditions of
the IFB Documents.

F. Bidder is aware of the general nature of work to be performed by the City and others at the Site
that relates to the Work as indicated in the IFB Documents.

G. Bidder has correlated the information known to Bidder, information and observations obtained
from visits to the Site, reports and drawings identified in the Bidding Documents, and all
additional examinations, investigations, explorations, tests, studies, and data with the Bidding
Documents.

H. Bidder has given written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder
has discovered in the IFB Documents, and the written resolution thereof by the City is
acceptable to Bidder.

|. The IFB Documents are generally sufficient to indicate and convey understanding of all terms
and conditions for performance of the Work for which the bid is submitted.

Bidder further represents that this bid is genuine and not made in the interest of or on behalf of any
undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any
group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited
any other Bidder to submit a false or sham bid; Bidder has not solicited or induced any individual or
entity to refrain from bidding; and has not sought by collusion to obtain for itself any advantage over
any other Bidder or over the City .

BF-2o0f7

Page Image
Finance Committee - Agenda - 2/17/2021 - P130

Finance Committee - Agenda - 2/17/2021 - P131

By dnadmin on Mon, 11/07/2022 - 13:47
Document Date
Fri, 02/12/2021 - 11:32
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/17/2021 - 00:00
Page Number
131
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__021720…

THIS FORM MUST BE SUBMITTED WITH ALL RESPONSES TO THIS IFB

5. The requirements of the New Hampshire Revised Statutes Annotated shall apply to this project. The

Bidder is responsible for compliance with all applicable statutes. The entire set of the Revised Statutes
Annotated is available online at:

http://zencourt.state:nh-us/rsa/ntml/indexes/defauit:html
6. Bidder will complete the Work in accordance with the Contract Documents for the following prices:
See Attached Schedule of Values

A. Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the
purpose of comparison of bids, and final payment for all Unit Price Bid items will be based on
actual quantities provided, determined as provided in the Contract Documents.

7. The following documents are attached to and made a condition of this Bid:
Bid Form
B. Schedule of Values
C. Bid Bond
D.

A tabulation of Subcontractors, Suppliers and other individuals and entities required to be
identified in this Bid
E. Contractor's Qualifications

g, Communications concerning this Bid shall be addressed to:

Contractor's address to be filled in
Name:

Address: vl ON * Ts

Phone:
Email: - com

Submitted by:
Name of Organization M\aSS Coeart + Acts Socwt Ce

Name & Title of individual Sie@we ptedhy Seles Associale

Address Soc Votesh Hilt Cd.unitdA Tyagshors, Mia, 01 79
Telephone 7§-2ES- PYGY

Email SAgily OC Masl Cree, ce

Submitted to:
Name City of Nashua, New Hampshire
Address Purchasing Department

BF -3o0f7

Page Image
Finance Committee - Agenda - 2/17/2021 - P131

Finance Committee - Agenda - 2/17/2021 - P132

By dnadmin on Mon, 11/07/2022 - 13:47
Document Date
Fri, 02/12/2021 - 11:32
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 02/17/2021 - 00:00
Page Number
132
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__021720…

THIS FORM MUST BE SUBMITTED WITH ALL RESPONSES TO THIS IFB

229 Main Street, City Hall
Nashua, NH 03061-2019

SUBMITTED on i2/ 24 ,20. 20

Business Name (typed or printed): Mass Ceane + Hot 8v STRUI cES | NC

Oilndividual OiPartnership (Corporation Ojoint Venture
Type: DOGeneral OGeneral Business
F1Publiely Traded OProfessional
OLimited OServices
Other OlLimited Liability
py: Stott Frost (SEAL)

(individual's Signature, General Partner, Officer with authority to sign)

Doing business as:
Business address: 560- | POTASH bh wh ep
TYN@SBoRO, MA 01879

Phone :_ (478) a44 - OTT Email. Sneily @ massorane. tor

Date and State of Organization (99D - MA
Date and State of Incorporation: |UA0- MA

Date of Qualification to do business is

Names of Current General Partners/Executive Officers/Joint Partners

Title

(Indicate managing partner by an asterisk *)

Address for receipt of official communications:

Each joint ventured must sign. The manner of signing for each individual, partnership and corporation that is a
party to the joint venture should be in the manner indicated above

BF-4o0f7

Page Image
Finance Committee - Agenda - 2/17/2021 - P132

Pagination

  • First page « First
  • Previous page ‹‹
  • …
  • Page 3544
  • Page 3545
  • Page 3546
  • Page 3547
  • Current page 3548
  • Page 3549
  • Page 3550
  • Page 3551
  • Page 3552
  • …
  • Next page ››
  • Last page Last »

Search

Meeting Date
Document Date

Footer menu

  • Contact