Skip to main content

Main navigation

  • Documents
  • Search

User account menu

  • Log in
Home
Nashua City Data

Breadcrumb

  1. Home
  2. Search

Search

Displaying 10211 - 10220 of 38765

Finance Committee - Agenda - 4/6/2022 - P327

By dnadmin on Sun, 11/06/2022 - 21:44
Document Date
Fri, 04/01/2022 - 08:56
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 04/06/2022 - 00:00
Page Number
327
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__040620…

2. The manhole shall be filled with water to the top of the cone section. If the excavation
has not been backfilled and observation indicates no visible leakage, that is, no water visibly
moving down the surface of the manhole, the manhole may be considered to be
satisfactorily water-tight. If the test, as described above, 1s unsatisfactory as determined
by the Engineer or 1f the manhole excavation has been backfilled, the test shall be
continued. A period of time may be permitted if the Contractor so wishes, to allow for
absorption by the manhole. At the end of this period, the manhole shall be refilled to
the top of the cone, if necessary, and a measuring time of at least 8 hours begun. At the
end of the test period, the manhole shall be refilled to the top of the cone, measuring the
volume of water added. This amount shall be extrapolated to a 24-hour loss rate and the
leakage determined on the basis of depth. The leakage for each manhole shall not
exceed one gallon per vertical foot for a 24-hour period. If the manhole fails this
requirement, but the leakage does not exceed 3 gallons per vertical foot per day, repairs
by approved methods may be made as directed by the Engineer to bring the leakage
within the allowable rate of one gallon per foot per day. Leakage due to a defective section
or joint or exceeding the 3 gallon per vertical foot per day, shall be cause for rejection of the
manhole. It shall be the Contractor's responsibility to uncover the reyected manhole as
necessary and to disassemble, reconstruct or replace it as directed by the Engineer. The
manhole shall then be retested and, if satisfactory, interior joints shall be filled and pointed.

3. | No adjustment in the leakage allowance will be made for unknown causes such as leaking
plugs, absorption, etc. It shall be assumed that all loss of water during the test is a result
of leaks through joints or through the concrete. Furthermore, the Contractor shall take
any steps necessary to assure the Engineer that the water table 1s below the bottom of the
manhole throughout the test.

4. If the groundwater table is above the highest joint in the manhole, and there is no leakage
into the manhole, as determined by the Engineer, such a test can serve to evaluate water-
tightness of the manhole. However, if the Engineer is not satisfied with the results, the
Contractor shall lower the water table and carry out the test as described hereinbefore.

3.03 CLEANING:

All new manholes shall be thoroughly cleaned of all silt, debris and foreign matter of any kind,
prior to final inspection.

END OF SECTION

2019 Sewer Replacement Project Precast Manholes and Catch Basins
Nashua, NH 02631-8

Page Image
Finance Committee - Agenda - 4/6/2022 - P327

Finance Committee - Agenda - 6/7/2017 - P76

By dnadmin on Mon, 11/07/2022 - 10:22
Document Date
Wed, 06/07/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 06/07/2017 - 00:00
Page Number
76
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__060720…

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 Bidding Documents.

F, BIDDER is aware of the general nature of work to be performed by OWNER and others
at the Site that relates to the Work as indicated in the Bidding 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 ENGINEER written notice of all conflicts, errors, ambiguities, or
discrepancies that BIDDER has discovered in the Bidding Documents, and the written
resolution thereof by ENGINEER is acceptable to BIDDER.

1. The Bidding Documents are generally sufficient to indicate and convey understanding of
all terms and conditions for performance of the Work for which this Bid is submitted.

4.01 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 BIDDER has not sought by collusion to obtain for itself
any advantage over any other Bidder or over OWNER.

5.01 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://gencourt.state.nh.us/rsa/html/indexes/default.html

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 heen comouted in accordance with paragranh 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.

7.01 BIDDER agrees that the Work will be substantially completed and completed and ready for final
payment in accordance with paragraph 14.07.B of the General Conditions on or before the dates or within

the number of calendar days indicated in the Agreement.

7.02 BIDDER accepts the provisions of the Agreement as to liquidated damages in the event of failure
to complete the Work within the times specified in the Agreement.

BF 2 of 8
Bid Form

Page Image
Finance Committee - Agenda - 6/7/2017 - P76

Finance Committee - Agenda - 6/7/2017 - P77

By dnadmin on Mon, 11/07/2022 - 10:22
Document Date
Wed, 06/07/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 06/07/2017 - 00:00
Page Number
77
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__060720…

8.01 The following documents are attached to and made a condition of this Bid:

A.

B.

Bid Form;
Bid Bond;

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

Construction Contractor's Qualification Statement.

9.01 Communications concerning this Bid shall be addressed to:
(Contractor's mailing address to be filled in by Bidder)

Elizabeth Wuori, President

Sealcoating, Inc.

825 Granite Street

Braintree, MA 02184

10.01 The terms used in this Bid with initial capital letters have the meanings indicated in the
Instructions to Bidders, the General Conditions, and the Supplementary Conditions.

Submitted by:

Name of Organization _Seaicoating, Inc.
Name of Individual Elizabeth Wuori
Title President

Address 825 Granite Street

Braintree, MA 02184

Telephone (781) 428-3400
Submitted to:
Name Todd Welch
Address City of Nashua
Purchasing Department
229 Main Street, City Hall
Telephone Nashua, NH 03061-2019
SUBMITTED on__ April 4 ,20_17

Bid Form

BF 3 of 8

Page Image
Finance Committee - Agenda - 6/7/2017 - P77

Finance Committee - Agenda - 6/7/2017 - P78

By dnadmin on Mon, 11/07/2022 - 10:22
Document Date
Wed, 06/07/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 06/07/2017 - 00:00
Page Number
78
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__060720…

If BIDDER is:

An Individual

Name (typed or printed):

By: (SEAL)
(Individual's Signature)
Doing business as:

Business address:

Phone No.: Fax No.:

A Partnership

Bid Form

Partnership Name: (SEAL)

Date and State of Organization

Names of Current General Partners
Name Title

Type of Partnership
[-] General (_] Publicly Traded
(| Limited [[] Other (describe):

By: ~e “
(Signature of General Partner — attach evidence of authority to sign)

Name (typed or printed):

Business address:

Phone No.: Fax No.:

BF 4 of 8

Page Image
Finance Committee - Agenda - 6/7/2017 - P78

Finance Committee - Agenda - 6/7/2017 - P79

By dnadmin on Mon, 11/07/2022 - 10:22
Document Date
Wed, 06/07/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 06/07/2017 - 00:00
Page Number
79
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__060720…

A Corporation

Corporation Name: (SEAL)

Sealcoating, Inc.

Date and State of Incorporation:_ December 6, 1957 Massachusetts

List of Executive Officers

Name Title

Elizabeth Wuori, President, Manager, Treasurer

Richard L. Goodick, Vice President

April Durant, Clerk/Secretary

Type (Ggneral Business, Pro ssional, Service, Limited Liability); General Business

By: WW

(Signature -- attach evidence of authority to sign)

Name (typed or printed); Elizabeth Wuori

Title:President .
Attest: ( ful Tiel

April Durant ~ (Signature of Corporate Secretary)

(Corporate Seal)

Business Address: _825 Granite Street

Braintree, MA 02184

Phone No.: (781) 428-3400 Fax No.:__ (781) 428-3430

Date of Qualification to do business is_ December 6, 1957

A Joint Venture

Joint Venture Name: (SEAL)

Date and State of Organization:

Name, Address and Form of Organization of Joint Venture Partners: (Indicate managing partner

by an asterisk *)

BF 5 of 8
Bid Form

Page Image
Finance Committee - Agenda - 6/7/2017 - P79

Finance Committee - Agenda - 6/7/2017 - P80

By dnadmin on Mon, 11/07/2022 - 10:22
Document Date
Wed, 06/07/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 06/07/2017 - 00:00
Page Number
80
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__060720…

By:

(Signature of joint ventured partner -- attach evidence of authority to sign)

Name (typed or printed):

Title:

Business Address:

Phone No.: Fax No.:

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 6 of 8
Bid Form

Page Image
Finance Committee - Agenda - 6/7/2017 - P80

Finance Committee - Agenda - 6/7/2017 - P81

By dnadmin on Mon, 11/07/2022 - 10:22
Document Date
Wed, 06/07/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 06/07/2017 - 00:00
Page Number
81
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__060720…

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

E.J. Paving Co., Inc.

Address of Subcontractor

401 Lindberg Ave.
Methuen, MA 01844

Portion of Work

Schools
Street Patch ee
Hot Bituminous Pavement, Hand Method

Streets

Street Patch

Reclaim Stabilized Base Processed in
Place, 12" Deep (F)

Hot Bituminous Pavement, Machine Method
Hot Bituminous Pavement, Hand Method

*A11 other subcontractors used are
below 54.

Bid Form

BF 7 of 8

Page Image
Finance Committee - Agenda - 6/7/2017 - P81

Finance Committee - Agenda - 6/7/2017 - P82

By dnadmin on Mon, 11/07/2022 - 10:22
Document Date
Wed, 06/07/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 06/07/2017 - 00:00
Page Number
82
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__060720…

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 ora
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 submit 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.)

Dollar Value and
Subcontractor/Address description of work
Schools
E.J. Paving Co., Inc. 101 Lindberg Ave. Street Patch — $26,000.00
Methuen, MA 01844 Hot Bituminous Pavement, Hand Method
$27,000.00
Streets

Street Patch - $40,500.00

Reclaim Stabilized Base Processed in

Place, 12" Deep (F) - $5,064.00

Hot Bituminous Pavement, Machine
Method - $19,305.00

Hot Bituminous Pavement, Hand Method -

$54,000.00

*A11 other subcontractors used are
below $50,000.00.

BF 8 of 8
Bid Form

Page Image
Finance Committee - Agenda - 6/7/2017 - P82

Finance Committee - Agenda - 6/7/2017 - P83

By dnadmin on Mon, 11/07/2022 - 10:22
Document Date
Wed, 06/07/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 06/07/2017 - 00:00
Page Number
83
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__060720…

BID BOND
PENAL SUM FORM

BIDDER (Name and Address):
ealcoating, Inc.
825 Granite Street
Braintree, MA 92184

SURETY (Name and Address of Principal Place of Business):

Fidelity and Deposit Company of Maryland
100 High Street Suite 1400 :
Boston, MA 02210

OWNER (Name and Address):
City of Nashua, NH

BID ]
BID DUE DATE:_ April 6, 2017
PROJECT (Brief Description Including Location):
2017 Pavement Preservation Maintenance Program

IFB0660-040617, _Micro-Surfacing, Crack Sealing

BOND
BOND NUMBER:___ N/A
DATE: (Not later than Bid Due Date): April 6, 2017
PENAL SUM: Five Percent of Bid Amount 54 of Bid Amount

; (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 mie eee oe ees SURETY... .- - oe ae
Fidelity and Deposit Company

Sealcoating, Inc. (Seal) -“.of: Maryland - _ __(Seal)
Bidder’s Name and Corporate Seal tcp WV
: . ) /

By: PA LYtLth By: ty

Si d Titl Si d
Elizabgth Word, President Ellen J. You . in-F.

Attest: Wg th See. ogbriate Attest: CAUMA>N :
nature and Titl . _ , Signature and Title .
Christina D. Hickey, Attorney-in-Fact

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

BB - 1 of 2

Page Image
Finance Committee - Agenda - 6/7/2017 - P83

Finance Committee - Agenda - 6/7/2017 - P84

By dnadmin on Mon, 11/07/2022 - 10:22
Document Date
Wed, 06/07/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 06/07/2017 - 00:00
Page Number
84
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__060720…

1.

Bidder and Surety, jointly and severally, bind
themselves, their heirs, executors, administrators,
successors, and assigns to pay to OWNER upon
default of Bidder the penal sum set forth on the face
of this Bond. :

Default of Bidder shall occur upon the failure of
Bidder to deliver within the time required by the
Bidding Documents (or any extension thereof
agreed to in writing by OWNER) the executed
Agreement required by the Bidding Documents and
any performance and payment bonds required by
the Bidding Documents and Contract Documents.

This obligation shall be null and void if:

3.1. OWNER accepts Bidder’s bid and Bidder
delivers within the time required by the
Bidding Documents (or any extension thereof
agreed to in writing by OWNER) the executed
Agreement required by the Bidding Documents
and any performance and payment bonds
required by the Bidding Documents and
Contract Documents, or

3.2 All bids are rejected by OWNER, or

3.3 OWNER fails to issue a notice of award to
Bidder within the time specified in the Bidding
Documents (or any extension thereof agreed to
in writing by Bidder and, if applicable,
consented to by Surety when required by
paragraph 5 hereof).

Payment under this bond will be due and payable
upon default by Bidder and Within 30 calendar
days after receipt by Bidder and Surety of written
notice of default from OWNER, which notice will
be given with reasonable promptness, identifying
this Bond and the Project and including a statement

of the amount due.

Surety waives notice of and any and all defenses
based on or arising out of any time extension to
issue notice of award agreed to in writing by
OWNER and Bidder, provided that the time for
issuing Notice of Award including extensions shall
not in the aggregate exceed 120 days from Bid Due
Date without Surety’s written consent.

No suit or action shall be commenced under this
Bond prior to 30 calendar days after the notice of
default required in paragraph 4 above is received by
Bidder and Surety, and in no case later than one
year after Bid due date.

BB -2 of 2

Any suit or action under this Bond shall be
commenced only in a court of competent
jurisdiction located in the state in which the Project
is located.

Notice required hereunder shall be in writing and
sent to Bidder and Surety at their respective
addresses shown on the face of this Bond. Such
notices may be sent by personal delivery,
commercial courier or by United States Registered
or Certified Mail, return receipt requested, postage
pre-paid, and shall be deemed to be effective upon
receipt by the party concemed.

Surety shall cause to be attached to this Bond a
current and effective Power of Attorney evidencing
the authority of the officer, agent or representative
who executed this Bond on behalf of Surety to
execute, seal and deliver such Bond and bind the
Surety thereby.

. This Bond is intended to conform to all applicable

statutory requirements. Any applicable requirement
of any applicable statute that has been omitted from
this Bond shall be deemed to be included herein as
if set forth at length. If any provision of the Bond
conflicts with any applicable provision of any
applicable statute, then the provision of said statute
shall govern and the remainder of this Bond that is
not in conflict therewith shall continue in full force
and effect.

. The term “Bid” as used herein includes a Bid, offer

or proposal as applicable.

Page Image
Finance Committee - Agenda - 6/7/2017 - P84

Pagination

  • First page « First
  • Previous page ‹‹
  • …
  • Page 1018
  • Page 1019
  • Page 1020
  • Page 1021
  • Current page 1022
  • Page 1023
  • Page 1024
  • Page 1025
  • Page 1026
  • …
  • Next page ››
  • Last page Last »

Search

Meeting Date
Document Date

Footer menu

  • Contact