Skip to main content

Main navigation

  • Documents
  • Search

User account menu

  • Log in
Home
Nashua City Data

Breadcrumb

  1. Home
  2. Search

Search

Displaying 36301 - 36310 of 38765

Finance Committee - Agenda - 5/19/2021 - P87

By dnadmin on Mon, 11/07/2022 - 13:40
Document Date
Fri, 05/14/2021 - 13:59
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 05/19/2021 - 00:00
Page Number
87
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__051920…

BID FORM

Project Identification — : Nashua Transit Center Retrofit, Nashua, New Hampshire
Bid Identification Number: RFP 0979-040821
This Proposal is submitted to: City of Nashua

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

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

2. Vendor accepts all of the terms and conditions of the Advertisement or Request for Proposals and
Instructions to Vendors, including without limitation those dealing with the disposition of RFP security. The
proposal will remain subject to acceptance for ninety (90) days after the day of proposal opening, or for such
longer period of time that Vendor may agree to in writing upon request of the City.

3. In submitting this proposal, Vendor represents, as set forth in the Agreement, that:

A.

Vendor has examined and carefully studied the RFP Documents and the following Addenda, receipt
of all which is hereby acknowledged.

Addendum No. Addendum Date
1 March 24th
2 April 2

Vendor 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.

Vendor 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.

Vendor 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 Vendor, and
safety precautions and programs incident thereto.

Vendor does not consider that any further examinations, investigations, explorations, tests, studies,
or data are necessary for the determination of this proposal 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 RFP
documents.

Vendor 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 RFP documents.

Bid Form —1 of 14

Page Image
Finance Committee - Agenda - 5/19/2021 - P87

Finance Committee - Agenda - 5/19/2021 - P88

By dnadmin on Mon, 11/07/2022 - 13:40
Document Date
Fri, 05/14/2021 - 13:59
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 05/19/2021 - 00:00
Page Number
88
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__051920…

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

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

|. The RFP documents are generally sufficient to indicate and convey understanding of all terms and
conditions for performance of the Work for which this proposal is submitted.

4. Vendor further represents that this proposal 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; Vendor has not directly or indirectly induced or solicited any other
Vendors to submit a false or sham proposal; Vendor has not solicited or induced any individual or entity to refrain
from bidding; and Vendor has not sought by collusion to obtain for itself any advantage over any other Vendor or
over the City.

5. The requirements of the New Hampshire Revised Statutes Annotated shall apply to this project. The
Vendor is responsible for compliance with all applicable statutes. The entire set of the Revised Statutes Annotated
is available online at: http://gencourt.state.nh.us/rsa/html/indexes/default.html

6. The following documents are attached to and made a condition of this RFP:
A. Bid Form
B. Bid Bond
C. A tabulation of Subcontractors, Suppliers and other individuals and entities required to be
identified in this Bid
D. Construction Contractor's Qualification Statement
7. Communications concerning this RFP shall be addressed to:

Name: A Dean King
Address: 27 Tanglewood Dr. Nashua, NH 03062

Phone: 603.883.5880
Email: dean@dlkingnh.com

DL King & Associates, Inc

8. Business Name (typed or printed):
UC Individual L]Partnership [XCorporation (Joint Venture
Type: CGeneral CiGeneral Business
(Publicly Traded CProfessional

OLimited OCServices
Lf. ; (XOther OLimited Liability <*
By: KL A PEK (ED ~ (SEAL)

a ~ (fndividuat's Signature, General Partner, Officer with authority to sign)
Doing business as: DL King & Associates, Inc

Bid Form —2 of 14

Page Image
Finance Committee - Agenda - 5/19/2021 - P88

Finance Committee - Agenda - 5/19/2021 - P89

By dnadmin on Mon, 11/07/2022 - 13:40
Document Date
Fri, 05/14/2021 - 13:59
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 05/19/2021 - 00:00
Page Number
89
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__051920…

Business address: 27 Tanglewood Drive, Nashua, NH 03062

Phare: 603-883-5580

Date and State of Organization 1/3/83 Illinois

Date and State of Incorporation: _1/3/1983 Illinois

Date of Qualification to do business is 1/3/1983

Names of Current General Partners/Executive Officers/Joint Partners

Name: Title
ener. President
A. Dean King CEO
Arthur E King, PE CFO/Sec

(Indicate managing partner by an asterisk *)

Address for receipt of official communications:
27 Tanglewood Drive

Nashua, NH 03062

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

Submitted by:

Name of Organization DL King & Associates, Inc

Name & Title of individual A Dean King CEO

Address 27 Tanglewood Dr. Nashua, NH 03062
Telephone 603.883.5880

Email dean@dlkingnh.com

Bid Form —3 of 14

Page Image
Finance Committee - Agenda - 5/19/2021 - P89

Finance Committee - Agenda - 5/19/2021 - P90

By dnadmin on Mon, 11/07/2022 - 13:40
Document Date
Fri, 05/14/2021 - 13:59
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 05/19/2021 - 00:00
Page Number
90
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__051920…

LIST OF SUBCONTRACTORS
(to be submitted with bid)

The name and address of each subcontractor who will be paid at least five percent (5%) of the prime
contractor's total bid shall be listed below. To be deemed a responsive bid, this form must be submitted even if
no subcontractors are required to be listed. In that case, the bidder should state “None” (or similar language
stating that no subcontractors need to be listed) in the space below. (Refer to General Condition 6.09.H)

Name & Address of Subcontractor fas Meine

LABrochu Site

Tri State Curb Curbing
Northridge Contracting Demo
Dennison Cabinets Casework

Marvell Glass Openings/Bulletproofing

Capital Tile Flooring

EJC Mech/Plumbing & HVAC
DCI Traffic Control

Gate City Electric Electric

Bid Form —4 of 14

Page Image
Finance Committee - Agenda - 5/19/2021 - P90

Finance Committee - Agenda - 5/19/2021 - P91

By dnadmin on Mon, 11/07/2022 - 13:40
Document Date
Fri, 05/14/2021 - 13:59
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 05/19/2021 - 00:00
Page Number
91
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__051920…

LIST OF SUBCONTRACTORS
(to be submitted after bid opening)

Within two hours after the completion of the opening of the bids, the general contractors who submitted the
three lowest bids must provide a list of each subcontractor who will provide labor or a portion of the work or
improvement to the contractor for which the subcontractor will be paid an amount exceeding one percent (1%)
of the prime contractor's bid or $50,000, whichever is greater, and the number of the license issued to the
subcontractor. If a general contractor fails to supmit such a list within the required time, the bid shall be
deemed not responsive. To be deemed a responsive bid, this form must be submitted even if no subcontractors
are required to be listed. In that case, the bidder should state “None” (or similar language stating that no
subcontractors need to be listed) in the space below. (Refer to General Condition 6.09.H.)

Subcontractor/Address Dollar Value and
description of work

Bid Form —5 of 14

Page Image
Finance Committee - Agenda - 5/19/2021 - P91

Finance Committee - Agenda - 5/19/2021 - P92

By dnadmin on Mon, 11/07/2022 - 13:40
Document Date
Fri, 05/14/2021 - 13:59
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 05/19/2021 - 00:00
Page Number
92
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__051920…

In compliance with your RFP, we hereby submit our proposal for the above project. Having examined
the plans and specifications and being familiar with all of the conditions surrounding the construction
of the proposed project, including the availability of materials and labor, we hereby propose to
furnish all supervision, labor, materials and supplies, and to construct the project in accordance with
the contract documents, including Addenda noted below.

Proposal Submittal:

Part A: Scope of Work Narrative

Transit Building Renovations:

DL KING will upon award issue a SOV, Schedule and Submittal Register. We will prioritize long lead time items such

las Bullet proof glass, HVAC Equipment and casework. We will start DEMO and under slab work immediately as well

las security and provide temporary facilities. Please note our experience with bullet proof glass procurement is

Typically taking >3 Months from shop DWGS to finish installation and we red Flag this activity as restraining 90 Day

Completion Date.

Site Work: See Attached

Preconstruction Work:

DL King will perform preconstruction Audio-Visual Survey and provide to Engineer & Owner for approval prior to

Work and will establish survey controls, UG inspections, permit applications, temporary barriers, temporary services

and facilities and review for approval Preconstruction deliverables.

Page Image
Finance Committee - Agenda - 5/19/2021 - P92

Finance Committee - Agenda - 5/19/2021 - P93

By dnadmin on Mon, 11/07/2022 - 13:40
Document Date
Fri, 05/14/2021 - 13:59
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 05/19/2021 - 00:00
Page Number
93
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__051920…

Part B: Product Specifications: General Specs _

DL King will upon Award Value Engineering Review product

Specifications as to substitution and/or mitigate delivery

Schedules that restrain completion. We involve our Vendors

And subcontractors in this review. Request for changes will

Be transmitted for approval via RFI’s

Part C: Unit Price Bid Proposal

6.01 —_ BIDDER will complete the Work in accordance with the Contract Documents for the following prices:
See Attached Bid Schedule

A. Unit Prices have been computed in accordance with paragraph 11.03.B of the General Conditions.

B. 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.

(Amounts where indicated shall be shown in both words and figures. In case of discrepancy, the amount shown
in words will govern.)

Bid Form —7 of 14

Page Image
Finance Committee - Agenda - 5/19/2021 - P93

Finance Committee - Agenda - 5/19/2021 - P94

By dnadmin on Mon, 11/07/2022 - 13:40
Document Date
Fri, 05/14/2021 - 13:59
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 05/19/2021 - 00:00
Page Number
94
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__051920…

Part D: Experience and Qualifications

References: include at least 3 professional references (business name, contact, email address & phone number).
References may be contacted as part of our preliminary bid review to assist project committee in assessing Vendor
qualifications. Current City of Nashua personnel and elected officials shall not be used as references.

City Projects: Provide a list of project awards Vendor has received from the City of Nashua in the past 5 years.
Please include project detail, City department and City project lead.

BID GUARANTEE: Attached here is a bid guarantee in the form of a_ Penal Bid Form in the amount of
5% (five percent) of the Total Base Bid Amount.

If notice of acceptance of this proposal is given to the undersigned within 30 days after the date of opening of
proposals, or any time thereafter before this proposal is withdrawn, the undersigned will execute and deliver a
contract in the prescribed form within 10 days after the contract has been presented to him for signature.

Either the undersigned or one of the following individuals, if any, is authorized to modify this proposal prior to the
deadline for receipt of proposals by writing the modification and signing his name on the face of the proposal, on
the envelope in which it is enclosed, on a separate document, or on a document which is faxed to the City or by

sending the City’s representative/an e-mail message:
j -
i {> , E 2
A Dean King CEO ot ee (4 4)

jt
f- oe

— 7

LY

Bid Form -8 of 14

Page Image
Finance Committee - Agenda - 5/19/2021 - P94

Finance Committee - Agenda - 5/19/2021 - P95

By dnadmin on Mon, 11/07/2022 - 13:40
Document Date
Fri, 05/14/2021 - 13:59
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 05/19/2021 - 00:00
Page Number
95
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__051920…

10.

LL.

Construction Contractor’s
Qualification Statement

On Schedule A-1, attached list major engineered construction projects completed by this organization in
the past five (5) years. (If joint venture, list each participant’s projects separately).

On Schedule A-2, attached, list current projects under construction by this organization, (If joint venture,
list each participant’s projects separately).

Name of Surety Company and name, address, and phone number of agent
Everest Reinsurance Co

Mike Regan, Cross Agency, 401 Edgewater PI. Wakefield, MA 01880
508.259.5795

Is your organization a member of a controlled group of corporations as defined in |.R.C. Sec 1563:
OYes TANo
If yes, show names and addresses of affiliated companies.

Furnish on Schedule A-3., attached, details of the construction experience of the principal individuals of
your organization directly involved in construction operations.

Has your organization ever failed to complete any construction contract awarded to it?
LYes CXNo
If yes, describe circumstances and provide details on attachment

Has any Corporate officer, partner, joint venture participant or proprietor ever failed to complete a
construction contract awarded to him or her in their own name or when acting as a principal of another
organization?

CYes XINo

If yes, describe circumstances and provide details on attachment

In the last five years, has your organization ever failed to substantially complete a project in a timely
manner?

Oyes CXNo
If yes, describe circumstances and provide details on attachment

Does your organization now have any legal suites or arbitration claims pending or outstanding against it
or any officers?
LYes INo

If yes, describe circumstances and provide details on attachment

Has your organization had a contract partially or completely terminated for default (cause) within the
past five years?
OYes Wo

If yes, describe circumstances and provide details on attachment

List the licensed categories of work that your company normally performs with its own workforce

Bid Form —9 of 14

Page Image
Finance Committee - Agenda - 5/19/2021 - P95

Finance Committee - Agenda - 5/19/2021 - P96

By dnadmin on Mon, 11/07/2022 - 13:40
Document Date
Fri, 05/14/2021 - 13:59
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 05/19/2021 - 00:00
Page Number
96
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__051920…

BID BOND
PENAL SUM FORM

BIDDER (Name and Address):
D.L. King & Associates, Inc. 27 Tanglewood Drive Nashua, NH 03062

SURETY (Name and Address of Principal Place of Business):
Everest Reinsurance Company 477 Martinsville Road Liberty Corner, NJ 07938

OWNER (Name and Address):
City of Nashua 229 Main Street, Nashua, NH 03061

BID
BID DUE DATE: 04/09/2021
PROJECT (Brief Description Including Location):

Nashua Transit Center Retrofit, 30 Elm Street, Nashua, NH 03061

BOND
BOND NUMBER: N/A
DATE: (Not later than Bid Due Date): 04/09/2021
PENAL SUM: _5% of the attached bid dollars

(Words) (Figures)

IN WITNESS WHEREOF, Surety and Bidder, Intending to be legally bound hereby, subject to
the terms printed on the reverse side hereof, do each cause the Bid Bond to be duly executed
on its behalf by its authorized officer, agent, or representative.

BIDDER SURETY
D.L.King & Associates, Inc. (Seal) Everest Reinsurance Company (Seal)
~. Bidder’s Name and Corporate Seal Surety’s Name and Corporate Seal
OW Oh ASN Lt s
By: ao ry ( 6.0 By: z hic
Signature and Title Signature and Title

(Attach Power of Attorney)
Stephen P. Gill, pesieyaitts act

Attest: oa Rove Attest yw MU
Signature and Title re

Account Manager

Note: (1) Above addresses are to be used for giving required notice.
(2) Any singular reference to Bidder, Surety, OWNER or other party shall be considered plural where
applicable.

BB - 1 of 2

Page Image
Finance Committee - Agenda - 5/19/2021 - P96

Pagination

  • First page « First
  • Previous page ‹‹
  • …
  • Page 3627
  • Page 3628
  • Page 3629
  • Page 3630
  • Current page 3631
  • Page 3632
  • Page 3633
  • Page 3634
  • Page 3635
  • …
  • Next page ››
  • Last page Last »

Search

Meeting Date
Document Date

Footer menu

  • Contact