Skip to main content

Main navigation

  • Documents
  • Search

User account menu

  • Log in
Home
Nashua City Data

Breadcrumb

  1. Home
  2. Search

Search

Displaying 11271 - 11280 of 38765

Finance Committee - Agenda - 11/15/2017 - P120

By dnadmin on Mon, 11/07/2022 - 10:18
Document Date
Wed, 11/15/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 11/15/2017 - 00:00
Page Number
120
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__111520…

A-1.2

7. AMANDATORY Pre-Bid conference to discuss the project is scheduled to begin promptly on
Tuesday, September 12, 2017 at 11AM at the Wastewater Treatment Facility, 2 Sawmill
Road, Nashua NH 03060 in the Administration/Control Building Conference Room,
immediately followed by a walkthrough of the proposed project. You or your representative(s)
are required to attend this meeting if you intend to submit a bid. The meeting is an opportunity
for the City to provide an overview of the project and its objectives, and for participants to
request additional information directly from City staff managing or participating in the project.

8. Copies of the Contract Documents may be obtained from the City of Nashua’s Website,
www.nashuanh. gov under Services; Bid Opportunities; Current Bids (Refer to Document
IFB1094-100217), or via Bid Express. Please review the attachments Bid Express Vendor
Guide and Vendor Set-up Guide for more information.

Page Image
Finance Committee - Agenda - 11/15/2017 - P120

Finance Committee - Agenda - 11/15/2017 - P121

By dnadmin on Mon, 11/07/2022 - 10:18
Document Date
Wed, 11/15/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 11/15/2017 - 00:00
Page Number
121
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__111520…

A-2.1

INFORMATION FOR BIDDERS

BIDS will be received by the City of Nashua, New Hampshire (herein called the "OWNER"), at
Central Purchasing, 229 Main Street, Room 128, Nashua NH 03061until 3:00PM on Monday
October 2, 2017 and then at said office publicly opened and read aloud.

Each BID must be submitted in a sealed envelope, addressed to:
Central Purchasing, 229 Main Street, Room 128, Nashua NH 03061

Each sealed envelope containing a BID must be plainly marked on the outside as BID for
IFB1094-100217 — Wastewater Treatment Facility SCADA System Upgrades and the envelope
should bear on the outside the BIDDER's name, address, and license number if applicable and the
name of the project for which the BID is submitted. If forwarded by mail, the sealed envelope
containing the BID must be enclosed in another envelope addressed to the OWNER at the address
noted above.

All BIDS must be made on the required BID form. All blank spaces for BID prices must be filled
in, in ink or typewritten, and the BID form must be fully completed and executed when submitted.
Only one copy of the BID form is required.

The OWNER may waive any informalities or minor defects or reject any and all BIDS. Any BID
may be withdrawn prior to the above scheduled time for the opening of BIDS or authorized
postponement thereof. Any BID received after the time and date specified shall not be considered.
No BIDDER may withdraw a BID within ninety (90) days after the actual date of the opening
thereof. Should there be reasons why the contract cannot be awarded within the specified period;
the time may be extended by mutual agreement between the OWNER and the BIDDER.

BIDDERS must satisfy themselves of the accuracy of the estimated quantities in the BID
SCHEDULE by examination of the site and a review of the drawings and specifications including
ADDENDA. After BIDS have been submitted, the BIDDER shall not assert that there was a
misunderstanding concerning the quantities of WORK or of the nature of the WORK to be done.

The OWNER shall provide to BIDDERS prior to BIDDING, all information which is pertinent to,
and delineates and describes, the land owned and rights-of-way acquired or to be acquired.

The CONTRACT DOCUMENTS contain the provisions required for the construction of the
PROJECT. Information obtained from an officer, agent, or employee of the OWNER or any other
person shall not affect the risks or obligations assumed by the CONTRACTOR or relieve him from
fulfilling any of the conditions of the contract.

Each BID must be accompanied by a BID BOND payable to the OWNER in the amount of five
percent (5%) of the total amount of the BID. As soon as the BID prices have been compared, the
OWNER will return the BONDS of all except the three lowest responsive BIDDERS. When the
AGREEMENT is executed, the BONDS of the two remaining unsuccessful BIDDERS will be
returned. The BID BOND of the successful BIDDER will be retained until the PAYMENT BOND
and PERFORMANCE BOND have been executed and approved, after which it will be returned. A
certified check may be used in lieu of a BID BOND.

Page Image
Finance Committee - Agenda - 11/15/2017 - P121

Finance Committee - Agenda - 11/15/2017 - P122

By dnadmin on Mon, 11/07/2022 - 10:18
Document Date
Wed, 11/15/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 11/15/2017 - 00:00
Page Number
122
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__111520…

A-2.2

A PERFORMANCE BOND and a PAYMENT BOND, each in the amount of one hundred percent
(100%) of the CONTRACT PRICE, with a corporate surety approved by the OWNER, will be
required for the faithful performance of the contract.

Attorneys-in-fact who sign BID BONDS or PAYMENT BONDS and PERFORMANCE BONDS
must file with each BOND a certified and effective dated copy of their power of attorney.

The party to whom the contract is awarded will be required to execute the AGREEMENT and
obtain the PAYMENT BOND and PERFORMANCE BOND within ten (10) calendar days from the
date when NOTICE OF AWARD is delivered to the BIDDER. The NOTICE OF AWARD shall be
accompanied by the necessary AGREEMENT and BOND forms. In case of failure of the BIDDER
to execute the AGREEMENT, the OWNER may at his option consider the BIDDER in default, in
which case the BID BOND accompanying the proposal shall become the property of the OWNER.

The OWNER within ten (10) days of receipt of acceptable PAYMENT BOND, PEERFORMANCE
BOND and AGREEMENT signed by the party to whom the AGREEMENT was awarded shall sign
the AGREEMENT and return to such party an executed duplicate of the AGREEMENT. Should
the OWNER not execute the AGREEMENT within such period, the BIDDER may by WRITTEN
NOTICE withdraw his signed AGREEMENT. Such notice of withdrawal shall be effective upon
receipt of the notice by the OWNER.

The NOTICE TO PROCEED shall be issued within ten (10) days of the execution of the Agreement
by the OWNER. Should there be reasons why the NOTICE TO PROCEED cannot be issued within
such period; the time may be extended by mutual agreement between the OWNER and
CONTRACTOR. If the NOTICE TO PROCEED has not been issued within the ten (10) day period
or within the period mutually agreed upon, the CONTRACTOR may terminate the AGREEMENT
without further liability on the part of either party.

The OWNER may make such investigations as he deems necessary to determine the ability of the
BIDDER to perform the WORK, and the BIDDER shall furnish to the OWNER all such
information and data for this purpose as the OWNER may request. The OWNER reserves the right
to reject any BID if the evidence submitted by, or investigation of, such BIDDER fails to satisfy the
OWNER that such BIDDER is properly qualified to carry out the obligations of the AGREEMENT
and to complete the WORK contemplated therein.

A conditional or qualified BID will not be accepted.
Award will be made to the lowest responsive and responsible BIDDER.

All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction
over construction of the PROJECT shall apply to the contract throughout.

Each BIDDER is responsible for inspecting the site and for reading and being thoroughly familiar
with the CONTRACT DOCUMENTS. The failure or omission of any BIDDER to complete any of
the foregoing shall in no way relieve any BIDDER from any obligation in respect to his BID.

The low BIDDER shall supply the names and addresses of major material SUPPLIERS and
SUBCONTRACTORS when requested to do so by the OWNER.

Page Image
Finance Committee - Agenda - 11/15/2017 - P122

Finance Committee - Agenda - 11/15/2017 - P123

By dnadmin on Mon, 11/07/2022 - 10:18
Document Date
Wed, 11/15/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 11/15/2017 - 00:00
Page Number
123
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__111520…

A-2.3

MANUFACTURERS EXPERIENCE

Wherever it may be written that an equipment manufacturer must have a specified period of
experience with his product, equipment which does not meet the specified experience period can be
considered if the equipment supplier or manufacturer is willing to provide a bond or cash deposit
for the duration of the specified time period which will guarantee replacement of that equipment in
the event of failure.

S.A.G. PROJECT SIGN

The Contractor shall construct a sign in accordance with the Standard Detail included in these
specifications. The sign shall be erected in a location selected by the Engineer or Owner in
coordination with NHDES. The Contractor shall maintain the sign throughout the duration of the
contract.

SAFETY AND HEALTH REGULATIONS

This project is subject to all of the Safety and Health Regulations (CFR 29 Part 1926 and all
subsequent amendments) as promulgated by the U.S. Department of Labor on June 24, 1974.
Contractors shall comply with the requirements of these regulations.

NON-DISCRIMINATION IN EMPLOYMENT
Contracts for work under this proposal will obligate the contractors and sub-contractors not to
discriminate in employment practices.

STATE INSPECTION

Work performed on this project shall be subject to inspection by representatives of the NH
Department of Environmental Services. Such inspection shall in no sense make the State
Government a party to this contract, unless said Government is also the Owner, and will in no way
interfere with the rights of either party hereunder.

Representatives of the State of New Hampshire Department of Environmental Services shall be
given Right of Access to all portions of the proposed work, including but not limited to actual work
site, storage yards, offsite manufacturing and fabricating location and job records.

COPIES OF THE CONTRACT
There shall be at least five (5) executed copies of the Contract to be distributed as follows:

a. One (1) copy each to the Owner, Engineer, and Contractor.

b. Two (2) copies to the New Hampshire Department of Environmental Services.

c. Additional copies as required for other federal or state agencies contributing to or participating
in project costs.

NON-RESIDENT CONTRACTORS

The successful bidder, if a corporation established under laws other than the State of New
Hampshire, shall file, at the time of the execution of the contract, with the Owner, notice of the
name of its resident attorney, appointed as required by the laws of the State of New Hampshire.

The successful bidder, if not a resident of New Hampshire, and not a corporation, shall file, at the
time of execution of the contract, with the Owner a written appointment of a resident of the state of
New Hampshire, having an office or place of business therein, to be his true and lawful attorney

Page Image
Finance Committee - Agenda - 11/15/2017 - P123

Finance Committee - Agenda - 11/15/2017 - P124

By dnadmin on Mon, 11/07/2022 - 10:18
Document Date
Wed, 11/15/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 11/15/2017 - 00:00
Page Number
124
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__111520…

A-2.4

upon whom all lawful processes in any actions or proceedings against him may be served; and in
such writing, which shall set forth said attorney's place of residence, shall agree that any lawful
process against him which is served on said attorney shall be of the same legal force and validity as
if served on him and that the authority shall continue in force so long as any liability remains
outstanding against him in New Hampshire. The power of attorney shall be filed in the office of the
Secretary of State if required, and copies certified by the Secretary shall be sufficient evidence
thereof. Such appointment shall continue in force until revoked by an instrument in writing,
designating in a like manner some other person upon whom such processes may be served, which
instrument shall be filed in the manner provided herein for the original appointment.

A Non-resident Contractor shall be deemed to be:

a) A person who is not a resident of the State of New Hampshire.
b) Any partnership that has no member thereof resident of the State of New Hampshire.
c) Any corporation established under laws other than those of the State of New Hampshire.

BIDDERS QUALIFICATIONS
No award will be made to any Bidder who cannot meet all of the following requirements:

A. He shall not have defaulted nor turned the work over to the bonding company on any contract
within three years prior to the bid date.

B. He shall maintain a permanent place of business.

C. He shall have adequate personnel and equipment to perform the work expeditiously.

D. He shall have suitable financial status to meet obligations incidental to the work.

E. He shall have appropriate technical experience satisfactory to the Engineer and the Division in
the class of work involved.

F. He shall be registered with the Secretary of State to do business in New Hampshire.

G. He shall have performed to the satisfaction of the Engineer and the Division on previous
contracts of a similar nature.

H. He shall not have failed to complete previous contracts on time, including approved time
extensions.

WITHDRAWAL OF BIDS

Prior to Bid Opening, bids may be withdrawn upon written or telegraphic request of the Bidder
provided confirmation of any telegraphic withdrawal over the signature of the Bidder is placed in
the mail and postmarked prior to the time set for Bid Opening. Bid documents and security of any
Bidder withdrawing his bid in accordance with the foregoing conditions will be returned.

Page Image
Finance Committee - Agenda - 11/15/2017 - P124

Finance Committee - Agenda - 11/15/2017 - P125

By dnadmin on Mon, 11/07/2022 - 10:18
Document Date
Wed, 11/15/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 11/15/2017 - 00:00
Page Number
125
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__111520…

A-3.1

BID

To the City of Nashua, New Hampshire (hereinafter called "OWNER").

Proposal of E leche cal. actutlehws tae .

(hereinafter called "BIDDER"), organized and existing under the laws of the State of
Niguo damp Shure doing business as

CO Corporechor
q (Corporation, Partnership, Individual)
In compliance with your Advertisement for Bids, BIDDER hereby proposes to perform all WORK for
the Wastewater Facility SCADA System Upgrades (IFB1094-100217) in strict accordance with the
CONTRACT DOCUMENTS, within the time set forth therein, and at the prices stated below.

By submission of this BID, each BIDDER certifies, and in the case of a jomt BID each party thereto
certifies as to his own organization, that this BID has been arrived at independently, without
consultation, communication, or agreement as to any matter relating to the BID with any other

BIDDER or with any competitor.

BIDDER hereby agrees to commence WORK under this contract on or before a date to be specified in

the NOTICE TO PROCEED and to complete the PROJECT within:

270 calendar days consecutive calendar days for substantial completion

365 calendar days consecutive calendar days for final completion
Liquidated damages will be in the amount of $1,000.00 for each calendar day of delay from the date
established for substantial completion, and $1.000.00 for each calendar day of delay from the date

established for final completion, as provided in Section 18 of the General Conditions.

Page Image
Finance Committee - Agenda - 11/15/2017 - P125

Finance Committee - Agenda - 11/15/2017 - P126

By dnadmin on Mon, 11/07/2022 - 10:18
Document Date
Wed, 11/15/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 11/15/2017 - 00:00
Page Number
126
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__111520…

A-3,2

BIDDER acknowledges receipt of the following ADDENDUM:
Addendum 1 WPL [17
y A 9 /zbN7
Addend ja > P/Z8h7

BASE BID: BIDDER agrees to perform all the work described in the CONTRACT DOCUMENTS for
the following LUMP SUM PRICE _excluding Alternate ]

LIVE 4 oppdiee, 16K TY LULL JRO AFH P
TWO He WMDLED AVNET DollarsandZ Cents $ SE o Z90 Soe
(Use words) ‘ a | (Use figures)

ALTERNATE 1: BIDDER agrees to replace ceiling in thickening room with ceiling tiles

as specified in Section 09 51 00 and as indicated in the General Notes on Drawing E-003
for the following LUMP SUM PRICE

Fwe FHEISAND MINE MUN e262?

A? (wel 7 Dollars and 22“? Cents $4 FPO, 206
(Use words) (Use figures)

NOTE: NOTE CITY IS EXEMPT FROM SALES TAX. BIDS shall include salestax-ane-all

other applicable taxes and fees.

The BIDDER shall state below what works of a similar character to that of the proposed contract he

has performed, and provide such references as will enable the Owner to judge his experience, skill, and

business standing.

All questions must be answered and the data given must be clear and comprehensive. This statement

must be notarized. If necessary, add separate sheets.

Page Image
Finance Committee - Agenda - 11/15/2017 - P126

Finance Committee - Agenda - 11/15/2017 - P127

By dnadmin on Mon, 11/07/2022 - 10:18
Document Date
Wed, 11/15/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 11/15/2017 - 00:00
Page Number
127
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__111520…

A-3,3

1. Name of Bidder. .
Eveoprical Installations Ene. EEE
2. Permanent Main Office address. ;
397 Whither Hipluty, Noy Heonbore,, Ni 03x74
3. When organized?
July 19, 1987
4. Wherg incorporated? .
‘eal Hom pohir&
5. Is bidder registeréd with the Secretary of the State to do business in New Hampshire?
Ce
6. Fot how many years has your firm engaged in the contracting business under its present name?
Also state names and dates of previous firm names, if any.
Bo fears We PPWNOUS NUHES
7. Contracts on hand. (Schedule these, showing gross amount of each contract and the
approximate anticipated dates of cgmpl¢tion.)
Lleate see Offa if schech/e_
8. General character of work performed by your comp Eiay ry geyr0h Po ye bop trole Sor
The whiter + Wagrew afer FraofoarenT jp UHI wre) Vnclushyial elecPr jag } sen tractor
9. Have you ever failed to complete any work awarded you in the scheduled contract tume,
including approved time extensions? _ (Yes) X(N 0).
If so, where and why?

10. Have you ever defaulted on a contract? ___(Yes) AN 0)
If so, where and why?

11. Have you ever had liquidated damages assessed on a contract? ___(Yes) AN 0)
If so, where and why?

12. List the more important contracts recently executed by your company, stating approximate cost
for each, and the Dna ear completed, ,
Preage se 9 ed st pedu/e- - ed!
13. List your major equipment available for this contract. No spel /y / pipneny 6 raguse
Sor thyrs project We are hy Pessessjen of any ayn) of reguived Veh jtf%, Poof, eft
14. List your key personne such as Project SuperintenG@ent and forenfan available for this contract.
Fo reap Peseet Monager Charke Fritz, Ir ith 30 yra- €/€ eft a] ond) E+ expe jpente
15. List any subcontractors whom you would expect to use for the following (unless this work is to
be done by your own organization):

a. Civil Engineering

b. Utility Installation

c. Other work => 7 Liyth Conshruetirn - bovarese werk
16. With what banks do you conduct business?

Oyrzens Bank ,66N pitt. 25, /J ered, NY 0372535 $03- 279-3500

17. Do you grant the Engineer permission to contact this (these) institutions? AY es) __(No)

NOTE: Bidders may be required to furnish their latest financial statement as part of the award
process.

Page Image
Finance Committee - Agenda - 11/15/2017 - P127

Finance Committee - Agenda - 4/6/2022 - P207

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
207
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__040620…

1. Each bid submitted to any officer, department, board or commission for the construction of any public
work or improvement must include:

a. The name of each subcontractor who will provide labor or a portion of the work or improvement to
the CONTRACTOR for which he will be paid an amount exceeding 5 percent of the prime
CONTRACTOR’s total bid. Within 2 hours after the completion of the opening of the bids, the general
contractors who submitted the three lowest bids must submit a list of the name of each subcontractor
who will provide labor or a portion of the work or improvement to the CONTRACTOR for which he will
be paid an amount exceeding 1 percent of the prime CONTRACTOR’s total 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, his bid shall be deemed not responsive.

b. A description of the portion of the work or improvement which each subcontractor named in the
bid will complete.

2. The CONTRACTOR shall list in his bid the name of a subcontractor for each portion of the project that
will be completed by a subcontractor.

3. ACONTRACTOR whose bid is accepted shall not substitute any person for a subcontractor who is named
in the bid, unless:

a. The awarding authority objects to the subcontractor, requests in writing a change in the
subcontractor and pays any increase in costs resulting from the change; or

b. The substitution is approved by the awarding authority and:

(i) The subcontractor, after having a reasonable opportunity, fails or refuses to execute a written
contract with the CONTRACTOR which was offered to the subcontractor with the same terms that
all other subcontractors on the project were offered;

(ii) The named subcontractor files for bankruptcy or becomes insolvent; or

(iii) The named subcontractor fails or refuses to perform his subcontract within a reasonable time
or is unable to furnish a performance bond and payment bond.

|. If blasting or use of explosives is necessary for prosecution of Work, the CONTRACTOR shall provide the ENGINEER
with a blasting plan in compliance with OSHA, State, and local regulations, laws, ordinances, and requirements.
CONTRACTOR shall exercise the utmost care not to endanger life or property. CONTRACTOR shall be responsible for all
damage resulting from the use of explosives. CONTRACTOR shall notify each property OWNER and utility company
having structures or facilities in proximity to the site of the work of its intentions to use explosives. Such notice shall be
given sufficiently in advance to enable the utility companies to take such steps as they may deem necessary to protect
their property from injury.

6.10 Taxes

A. CONTRACTOR shall pay all sales, consumer, use, and other similar taxes required to be paid by CONTRACTOR in
accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of
the Work

6.11 Use of Site and Other Areas

A. Limitation on Use of Site and Other Areas

GC -26o0f55

Page Image
Finance Committee - Agenda - 4/6/2022 - P207

Finance Committee - Agenda - 11/15/2017 - P128

By dnadmin on Mon, 11/07/2022 - 10:18
Document Date
Wed, 11/15/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 11/15/2017 - 00:00
Page Number
128
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__111520…

A-3.4

Respectfully submitte
By baw We Vim 397 Wh, tL by MY arbors NY 03254
fires iden: ¢ Treas uyerr Oofop Cr : j, A/T

_— ° Being duly sworn, deposes and says that he is
Padene. M. trite

President +Te Fede: Vis, Enc: ELE
rts, dent + [reese of CGrical Tastuilohons, pre- ELT

(Name of Organization)
and that the answers to the foregoing questions and all statements contained therein are true and

correct.

Sworn to before me this or day of Oe ber 20 7

MICHELE F. NEAR, Notary Publidvowary Pubiie
oo, . My Commission Expires August 14, 2018
My commission expires

(Seal - If BID is by Corporation)

ATTEST: OL 7a V. ffs # ASSO Secy

Page Image
Finance Committee - Agenda - 11/15/2017 - P128

Pagination

  • First page « First
  • Previous page ‹‹
  • …
  • Page 1124
  • Page 1125
  • Page 1126
  • Page 1127
  • Current page 1128
  • Page 1129
  • Page 1130
  • Page 1131
  • Page 1132
  • …
  • Next page ››
  • Last page Last »

Search

Meeting Date
Document Date

Footer menu

  • Contact